Loading...
HomeMy WebLinkAbout06031 - PATTON DOOR & GATE A DIVISION OF PATTON ENTERPRISES INC ACCESS PERIMETER GATES FOR AIRPORT Kathie Hart From: Caren Nelson Sent: Tuesday, October 15, 2013 3:18 PM To: Kathie Hart; Mark Jucht Subject: RE:A6031-Patton Ent Inc (access perimeter gate replacement) Kathie, / A60311 is closed. a Thanx, Caren Nelson City of Palm Springs �� Palm Springs International Airport gyp' (T) 760-318-3819 (F) 760-318-3815 From: Kathie Hart Sent: Monday, October 14, 2013 9:20 AM To: Mark]ucht; Caren Nelson Subject: A6031 - Patton Ent Inc (access perimeter gate replacement) This was a 10-dayjob and the city council approved it in 2010. Just want to double check,the work has been completed and I may close this agreement file, RIGHT? Please advise. THX! Kathie Hari, CMC Chief Deputy City Clerk City of Palm Springs 2!�(760)323-8206 3200 E Tohquitz Canyon Way A (760)322-8332 Palm Springs, CA 92262 0Kathie.Hart@PalmSarm�ge Please note that City Hall is open 8 a.m. to 6 pm,. Monday through Thursday, and closed on Fridays at this time. AGREEMENT THIS AGREEMENT made this day of in the year 2010, 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 Patton Door& Gate A Division of Patton Enterprises 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: ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT The Work is generally described as follows: Installation of Access Perimeter Gates at the Palm Springs International Airport located at 3400 E. Tahquitz Canyon Way, Palm Springs, CA 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 $ 300.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE ($32,441.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). 19 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-�ity(waived) or Bid Band(waived), this Agreement, Worker's Compensation Certificate, (waived), 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 City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 20 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Ic City Clerk APPROVED AS TO FORM: By City orney Date -T� APPROVED BY CITY COUNCIL By \ City Mana Date--Al• • 10 APPROVED BY THE CITY COUNCIL: Not To Exceed v Writt n Date � � Without The FxP Authorization Of The CKY Manager. Agreement No. 21 f VENDORS& AMOUNTS BID VENDORS &AMOUNTS BID BID ABSTRACT } � #: `" DATE: 0 z 5 j r r- p 3lNG TO: NTITY COMMODITY ITEM � � 5 VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT � { tt DUE DATE DING TO: •d-'lhiYu O p NTITY COMMOD ITY ITEM F PALM Sp Al INVITATION FOR BIDS (IFB 11-01) ACCESS PERIMETER GATES FOR THE �,,o..,,o •� •+ PALMS SPRINGS INTERNATIONAL AIRPORT 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 has received the following questions and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q1. Gate #23 shows 1 phase power 115v and number 35, 39, and 2 have 1 phase power 208 was there a typo or is it correct? Al. The voltage is correct for all the Gates. One phase 115 v for gate 23, and 208 v for gates 35, 39 and 2. Q2. Are we going to fabricate gates if so how do we get the plans? A2. There is no fabricate of gates, we are just changing out the gate operators. Q3. Do you need to seal the loops? A3. No. It's the loop detectors that need to be replaced with the new gate controller units. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Veigh Ann ileno Procurement Specialist II DATE: October 11, 2010 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge t�is Addendum may result in your IFB being deemed non-responsive. NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 11-01) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified firms to: FURNISH AND INSTALL ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT (PSP) Access Gates are an integral component of the airport perimeter boundaries when addressing the integrity of (both federally mandated and user necessary) safety and security of aircraft and property. PSP has identified four (4) of its access gates for replacement. The project estimate is $35,000.00. Bids will be received until Monday, October 25 2010 at 3:00 P.M., local time 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 begin Monday October 11t" at 9:OOAM at the Palm Springs International Airport Administrative Offices, located at 3400 E. Tahquitz Canyon Way, Palm Springs CA 92262. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8374 or via the Internet at the following address: http//www.p _ gsca_gov click on "Government", "Departments" and go to "Procurement", a mspnn_ "Open Bids". NOTE: If you downloaded this bid via the Internet at the address above, contact Leigh Ann Gileno, Procurement Specialist II, via email at L@iAhAnn.GilenOO,Dalmspringsca.gov to register as a Bidder. Failure to register as a Bidder may result in your firm 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 work requires a contractor with a C-61 Limited Specialty License with a D28 Classification to carry out the work at the time the Contract is awarded. 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 10 working days (note: allowed working days Monday through Friday 7:00 a.m. to 7:00 p.m. and Saturday 8:00 a.m. to 5:00 p.m.) By order of the City of Palm Springs Leigh Ann Gileno Procurement Specialist II Date: October 5 2010 INVITATION FOR BID# 11-01 For ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT TABLE OF CONTENTS: THIS INVITATION FOR BID CONSISTS OF THE FOLLOWING: PAGE TABLEOF CONTENTS............................................................................................................. 1 NOTICEINVITING BIDS........................................................................................................ 2-3 BIDDER'S CHECK LIST............................................................................................................ 4 TERMSAND CONDITIONS.................................................................................................... 5-8 SPECIFICATIONS ................................................................................................................9-11 ATTACHMENT "A" PAGE 12 MUST BE SIGNED.....................................................................12 BID PROPOSAL PAGE, PAGE 13 MUST BE SIGNED.............................................................13 BIDDER'S GENERAL INFORMATION .....................................................................................14 REFERENCES .........................................................................................................................15 AFFIDAVIT OF NON-COLLUSION, PAGE 16 MUST BE NOTARIZED.....................................16 PAYMENTBOND................................................................................................. -17 18 SAMPLE AGREEMENT.........................................................................................19 28 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. DATE DUE: MONDAY OCTOBER 25, 2010 TIME DUE: 3:00 P.M. STREET ADDRESS: for hand delive MAILING ADDRESS: 3200 Tahquitz Canyon Drive P.O. Box 2743 Procurement and Contracting Procurement and Contracting Palm Springs, CA 92262 Palm Springs, CA 92263 (760) 323-8237 1 NOTICE INVITING BIDS CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS (IFB 11-01) NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting bids from qualified firms to: FURNISH AND INSTALL ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT (PSP) Access Gates are an integral component of the airport perimeter boundaries when addressing the integrity of(both federally mandated and user necessary) safety and security of aircraft and property. PSP has identified four(4) of its access gates for replacement. The project estimate is $35,000.00. Bids will be received until Monday, October 25 2010 at 3:00 P.M., local time 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. NQ 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 begin Monday October 11th at 9:OOAM at the Palm Springs International Airport Administrative Offices, located at 3400 E. Tahquitz Canyon Way, Palm Springs CA 92262. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre-existing site conditions and shall constitute a waiver of any and all future claims relating to said conditions. Availability of Documents: Bid Documents and Specifications may be obtained from the Procurement Office by calling (760) 322-8374 or via the Internet at the following address: http://www.pglmsprinqsca.gov click on "Government", "Departments" and go to "Procurement', "Open Bids". NOTE: If you downloaded this bid via the internet at the address above, contact Leigh Ann Gileno, Procurement Specialist II, via email at Lei hAnn.Gileno alms rin sca. ov to register as a Bidder. Failure to register as a Bidder may result in your firm 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 work requires a contractor with a C-61 Limited Specialty License with a D28 Classification to carry out the work at the time the Contract is awarded. The successful bidder will enter into a contract 2 with the City of Palm Springs. K sample contract and a summary of insurance requirements are attached for your reference. All work shall be completed within 10 working days (note: allowed working days Monday through Friday 7.00 a.m. to 7:00 p.m. and Saturday 8:00 a.m. to 5:00 p.m.) By order of the City of Palm Springs Leigh Ann Gileno Procurement Specialist II Date: October 5, 2010 3 INVITATION FOR BIDS (IFB 11-01) BIDDER'S CHECK LIST INSTRUCTIONS TO BIDDER: 1 GENERAL: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation for Bid, o_niy the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after Bid time, but prior to award. Bidders are hereby advised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE. 11 REQUIRED DOCUMENTS FOR BID: Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN "X"ARE REQUIRED. X Attachment "A" Signature Authorization Page, Page 12 must be signed X Bid Proposal page 13, must be manually signed. X Erasures or other changes made to the Bid Proposal Pages must be initialed by the person signing the Bid. X References form, page 15, must be completed. X Affidavit of Non-Collusion by Contractor form, page 16, must be manually signed and countersigned by a Notary Public. X All Addenda issued shall be acknowledged in the space provided on Attachment A, page 12. Failure to acknowledge all Addenda may render your Bid non-responsive. X Bidder shall submit with their bid full descriptive data, including product specifications, general drawings (if applicable), brochures, and any other information on the material proposed in this Invitation and as requested in the detailed Specifications. 4 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 will be final. It is anticipated that City Council will award the bid at their regularly scheduled meeting following the closing date for receipt of bids. 6. Bidder's signed bid and written acceptance (purchase order) by the City shall constitute an agreement. 7. Submission of a signed Bid will be interpreted to mean that Bidder has hereby agreed to all the terms and conditions set forth in all of the pages which make up this Invitation for Bid. 8. The price quoted by the Bidder in his/her bid shall include any sales or use tax levied by the California Revenue and Taxation Code, and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 9. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 10. Bidder will be required to file an Affidavit of Non-Collusion with their Bid. This shall be signed and sworn before a Notary Public. 11. PRE-BID WALK THROUGH: Prospective Bidders are strongly advised to attend a Pre- Bid Walk-Through which will be conducted by the City in order to acquaint the Bidders with existing site conditions. The pre-proposal walk-through will take place on MONDAY, OCTOBER 11, 2010, at 9:00 A.M. Local Time. Please allow at least 1 hour for site tour. Participants will meet promptly at 9:00 A.M. in the Conference Room of the Palm Springs International Airport, 3400 East Tahquitz Canyon Way, Palm Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all locations prior to submission of a Bid. No variation in price or condition shall be permitted based on a claim of ignorance. Failure of a Bidder to attend the pre-bid walk-through shall constitute acceptance of all pre- 5 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 to Bid must be submitted IN WRITING and directed ONLY to: Leigh Ann Gileno - Procurement Specialist II P.O. Box 2743 Palm Springs, CA 92263-2743 Fax (760) 323-8238 Lei hAnn.Gileno alms rin sca. ov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of Addenda, mailed or delivered to all parties recorded as having received the Bid Documents. The deadline for questions is MONDAY, OCTOBER_18, 2010 AT 3:00 P.M. Questions received after the deadline may not be answered. Only questions that have been resolved by formal written Addenda 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. 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 rejection as determined b 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 one year from the date of final acceptance of the material/equipment by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or description of the manufacturer's warranty for the items(s) proposed and evidence that such warranty is assignable to the City. 6 17. Termination for Defawrt: 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 I'iable 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. Bid Bond: The requirement of a Bid Bond has been waived. 22. Performance Bond: The requirement of a Performance Bond has been waived. 23. 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 24. Insurance: 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. 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 7 of such good faith eliurts 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.Agreement: The attached Agreement shall be utilized as the contract to identify the respective obligations of the City and the (awarded) Contractor. 27. 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. 28. License Requirement: The contractor will be required to: a. be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax; b. possess any other applicable license required in the performance of these services. 29. 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. 30. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days. 31. Notice to Proceed: A Notice to Proceed letter will be issued upon receipt of the required and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within ten (10) days from the date indicated on the Notice to Proceed. 32. 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. SPECIFICArt6NS FOR INVITATION FOR BID (IFB-1 #11-01 ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT PURPOSE Furnish and install four(4) new access perimeter gates at the Palm Springs International Airport. SCOPE OF WORK AND SPECIFICATIONS The work requires a contractor with a C-61 Limited Specialty License with a D28 Classification to carry out the work. Map for access perimeter gates locations found on page 12. All work shall be performed in accordance with the "Greenbook" Standard Specifications for Public Works Construction, 2006 edition. NOTE: The City will consider only HySecruity brand, model numbers and parts as described in the specifications below. The City will not consider other brands or "equal", for this solicitation. No substitutions will be allowed. Location: Airport Gate#23 Replace/Install the following operator, parts and material: (to include any parts necessary to meet OEM warranty on system) • Manufacturer: HySecurity o Model: SlideDriver 40 o Part No.: 222 E • 1 Phase Power, 115v, 60hz • 25' Rail with Roll Pins • 2 each 6" guide rollers 1 Loop Detector Location: Airport Gate #35 Replace/Install the following operator, parts and material. (to include any parts necessary to meet OEM warranty on system) Manufacturer: HySecurity o Model: SlideDriver 40 o Part No.: 222 E • 1 Phase Power, 208v, 60hz • 25' Rail with Roll Pins • 2 each 6" guide roller • 2 Loop Detectors Location: Airport Gate#39 Replace/lnstall the following operator, parts and material: (to include any parts necessary to meet OEM warranty on system) • Manufacturer: HySecurity o Model: SlideDriver 40 o Part No.: 222 E 0 1 Phase Power, 208v, 60hz • 25' Rail with Roll Pins • 2 each 6" guide roller • 2 Loop Detectors 9 Location: Airport Gate#2 Replace/Install the following operator, parts and material: (to include any parts necessary to meet OEM warranty on system) • Manufacturer: HySecurity o Model: SlideDriver 40 o Part No.: 222 E + 1 Phase Power, 208v, 60hz • 20' Rail with Roll Pins • 2 each 6" guide roller • 2 Loop Detectors All Gate Loop Detector's will be sealed utilizing a quality standard form of bonding suitable for sealing traffic loop detector. Gate operators shall be installed in accordance with the manufacturer's specifications and requirements. Installation shall include all appurtenances, ancillary installations, rail, connections, control and wiring. The installation shall maintain compatibility with the Airport controller which integrates into the Security Access Control System (SACS). The completed system shall perform in the same manner as the current system operates. SPECIAL SECURITY REQUIREMENTS A. SECURED ACCESS TO WORK AREAS 1. The areas in which work is to be performed are considered secure areas in accordance with Federal Aviation Administration security guidelines. The contractor must comply with all of the following security related procedures/conditions. a. Employment History: Prior to commencement of the Services of the Contract, the successful contractor will be required to submit a letter authorizing an individual(s) to approve the issuance of Security Information Display Area (SIDA) badges. All contractor personnel designated to receive SIDA badges are required to complete a fingerprint based Criminal History Records Check (CHRC) prior to authorization for SIDA area training. b. Employee Security Badges: All contractor personnel who access the Airport SIDA area must obtain, and conspicuously display on their person at all times, an Airport issued security identification badge. The appropriate badge may be obtained at the Airport Operations Control Center located in the terminal building. A $25.00 fee is required for each fingerprint CHRC check, and a $35.00 processing fee for each badge. All SIDA badges remain the property of the Airport and shall be surrendered to Airport Operations upon completion of contract. To obtain a SIDA badge, each contractor employee must have satisfactorily undergone the fingerprint CHRC and successfully completed required 2 hour training on airport security. Attendance of the class and issuance of the security identification badge may take longer than two (2) hours per person. Airport SIDA forms are available on the internet at: http://www.palmspringsairport.com/ops_security.htmI C. Site Access: Access to SIDA shall be through Perimeter Gate 15, unless otherwise arranged with Airport Operations. Access to any SIDA area will be permitted only for SIDA badge personnel or for personnel under escort by a SIDA badge contractor employee. No deviations from any security measure will be permitted. d. Vehicles and Equipment: All licensed vehicles operated on the Airport property are required to have conspicuously displayed in the windshield a vehicle permit 10 issued by Airport personnel. This vehicle permit shall hold the Contractor responsible for both the vehicle and all personnel within the vehicle while on Airport property. i. Procedures to Obtain an AOA Vehicle Permit The Airport requires a separate "Authorization Signature Letter' to be on file for each company requesting AOA Permits. The letter must have at least one individual who is authorized to request ID badges for your company. We prefer that you include only management or supervisors on this letter. A sample form is available by visiting the Airport Permitting Office or e-mailing Airport Operations at VIP@palmsgrings-ca.aov. Please submit your letter with "original" signatures. An AOA Vehicle Permit request form must be submitted each time you are requesting vehicle permits. More than one vehicle may be listed with each request, and the form will require the following information: Vehicle make, vehicle type, color, year, and license number. A sample form is available by visiting the Airport Permitting Office or e-mailing Airport Operations at VIP alms rin s-ca. ov. An information package is also available for reference. All vehicle permit fees must be paid at the time of issuance. e. Identification: Each employee obtaining SIDA access shall at all times display on their person the SIDA badge while in the secure area. Additionally, all personnel shall wear Contractor supplied uniforms at all times during the performance of this work. Contractor's supervisory staff may wear identification badges in lieu of uniforms. PALM SPRINGS INTERNATIONAL AIRPORT PERIMETER GATE LOCATIONS �! - It1 a4 11 ATTACHMENT "A" IFB 11-01 ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT PROVIDE *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR BID* SIGNATURE AUTHORIZATION NAME OF PROPOSER/FIRM: A. I hereby certify that I have the authority to offer this bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my bid. SIGNATURE PRINT NAME B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation 2. My tax identification number is: 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. 12 IFb 11-01 BID COST PROPOSAL PAGE ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT IFB 11-01 — DUE: MONDAY OCTOBER 25 2010 AT 3:00 P-M, LOCAL TIME Bidders' signed bid and written acceptance by the City shall constitute an agreement and has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this invitation. All prices shall be F.O.B. Airport Operations, Palm Springs, California and shall be inclusive of all applicable sales tax, materials, labor, and delivery. Responding to an Invitation For Bids to furnish and install four (4) Access Perimeter Gates for the Palm Springs International Airport, the undersigned bidder agrees to furnish, deliver and install all materials in accordance with the specifications herein. I/WE propose and agree to furnish, deliver and install all materials and accept as full payment the following amount: Palm Springs International Airport Location: Airport Gate#23 Replace/Install operator, parts and material. $ Location: Airport Gate #35 Replace/Install operator, parts and material. $ Location: Airport Gate #39 Replace/Install operator, parts and material. $ Location: Airport Gate#2 Replace/Install operator, parts and material: $ TOTAL BID PRICE: $ (PRICE IN FIGURES) (PRICE IN WORDS) When discrepancies occur between price in words and price in figures, the price in words shall govern. It is understood and agreed that this bid may not be withdrawn for a period of ninety (90) days from the date of opening thereof, and at no time in the case of the Successful Bidder. All work specified in this document is expected to be completed within ten (10) days from the date indicated on the Notice to Proceed. Please indicate if you are able to comply. YES or NO If NO, please indicate your time frame expectancy. (Signatures): Name of firm submitting bid Authorized signature Printed name Title Telephone No: Fax No: E-mail 13 wbDER'S GENERAL INFORMATION 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 Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: $. Number of years experience as a contractor in this specific type of construction work: 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 11. Is full-time supervisor an employee contract services ? 12. 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. 14 REFERENCES The City is seeking a contractor who has the experience and capability to furnish and install four (4) Access Perimeter Gates for the Palm Springs International Airport in accordance with the specifications herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of firm or agency: Contact Person: Phone # Brief description of project: 2) Name of firm or agency: Contact Person: Phone # Brief description of project: 3) Name of firm or agency: Contact Person: Phone # Brief description of project: 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 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. B : Title: Subscribed and sworn to before me this day of 2010. 16 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the "City," in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable 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. 17 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 , 2010. 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) 18 AGREEMENT THIS AGREEMENT made this day of in the year 2010, 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: ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT The Work is generally described as follows: Installation of Access Perimeter Gates at the Palm Springs International Airport located at 3400 E. Tahquitz Canyon Way, Palm Springs, CA 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 $ 300.00 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). 19 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-Se6l:!My(waived) or Bid-Bend(waived), this Agreement, Worker's Compensation Certificate, oeFfeit ai:iee Bend(waived), 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 City as provided in the Contract Documents. ARTICLE 6-- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 20 i ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By City Clerk APPROVED AS TO FORM: By City Attorney Date By City Manager Date APPROVED BY THE CITY COUNCIL: Date Agreement No. 21 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 a State of ❑ County of Lss County of nss 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: 22 f 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 23 EXHIBIT "A" SPECIAL PROVISIONS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. The work requires a contractor with a C-61 Limited Specialty License with a D28 Classification to carry out the work. All work shall be performed in accordance with the "Greenbook" Standard Specifications for Public Works Construction, 2006 edition. Performance Bond - Performance Bond requirement is hereby waived. Bid Bond - Bid Bond requirement is hereby waived The following section Payment Bond is hereby added: 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 24 CERTIFICATE OF INSURANCE THIS CERTIFICATE ISSUED TO THE OWNER/AGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE COMPANY A B C D TYPE OF WORK PERFORMED AND LOCATION LIMITS OF LIABILITY IN THOUSANDS 1x1000) TYPE OF INSURANCE POLICY NUMBER EACH OCCURRENCE AGGREGATE COMPREHENSIVE GENERAL LIABILITY Including: $ $ ❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $ ❑ UNDERGROUND DAMAGE PROPERTY DAMAGE ❑ PRODUCTS/COMPLETED OPERATIONS or ❑ CONTRACTUAL INSURANCE BODILY INJURY AND $ $ ❑ BROAD FORM PROPERTY DAMAGE PROPERTY INDEPENDENT CONTRACTORS DAMAGE COMBINED ❑ PERSONAL INJURY PERSONAL INJURY $ COMPREHENSIVE AUTOMOBILE BODILY INJURY LIABILITY EACH PERSON $ Including: EACH ACCIDENT ❑ OWNED PROPERTY DAMAGE $ ❑ HIRED or ❑ NON-OWNED 80DILY INJURY AND PROPERTY ❑ MOTOR CARRIER ACT DAMAGE COMBINED $ EXCESS LIABILITY BODILY INJURY Including: AND PROPERTY ❑ DAMAGE COMBINED $ EMPLOYER'$LIABILITY WORKER'S COMPENSATION STATUTORY and EMPLOYER'S LIABILITY Including: EL $ (EACH ACCIDENT) ❑ LONG SHOREMEN'S ANb HARBOR WORKERS OTHER ADDITIONAL INSURED ENDORSEMENT CITY OF PALM SPRINGS The undersigned certifies that he or she is the representative of the above-named Insurance companies,that he or she has the authority to execute and issue this certificate to Certificate Holder,and accordingly,does hereby certify on behalf of said insurance companies that policies of insurance listed above have been issued to the insured named above and are in force at this time. Notwithstanding any requirement,term,or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to at the terms,exclusions, and conditions of such policies. Copies of the policies shown will be furnished to the Certificate Holder upon request. This Certificate does not amend,extend,or alter the coverage afforded by the policies listed- Cancellation!Should any of the above described policies be cancelled before the expiration date thereof,the issuing company will mail 30 days written notice to the below-named certificate holder: NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED BY RAnE 25 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS Instructions to ContractorsIVendors/Service Providers: Prior to commencing any work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Required 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor, vendor and service provider on City premises. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off- road on City property. Compliance with California law requiring auto liability insurance is mandatory and can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural, engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under$25,000 Limits TBD by Risk Manager Over$25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of California. 2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor's general liability and automobile insurance coverage must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. D. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Form for the City of Palm Spring s or(2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached)with the following endorsements stated on the certificate: 26 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 Indust 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 27 F. Endorsement Lan quage for Insurance Certificates . ................. ... .............................................................. . I ............................................................................................ Example SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE A: CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEnAVOR TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAILURE TO MAIL 81 IGH NOTIGE SHALL 1h4PQRF= NO OBLIGATION OR i�Qhl TH R LIABILITY OF ANY KIND .. .. INSURER, ITS AGENTS OR REPRESENTATIVES. The broker/agent can include a qualifier stating "10 days notice for . nonpayment of premium." ............................................................................................................................................ ........................................................................................... ....................................................................................... ............................................................................... ....................................................................... .......... .................................................................................. "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY Example B: WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." .................................................. ................ ....................................................................... .............................................................................................................................................................. G. Alternative Programs/Self-Insurance. Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the City's requirements. THIS SPACE INTENTIONALLY LEFT BLANK 28 ............ ATTACHMENT"A" ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT PROVIDE *NOTE: THIS FORM MUST BE COMPLETEDINCLUDED WITH YOUR BID* SIGNATURE AUTHORIZATION NAME OF PROPOSER/FIRM: iaLtfcA boa r- A. I hereby certify that I have the authority to offer this bid to the City of Palm Springs for the above listed individual or company. I certify that I have the authority to bind myself/this company in a contract should I be successful in my bid. Q SIGNATURE PRINT NAME B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: 1. If successful, the contract language should refer to melmy company as. An Individual; A partnership, Partners' names: A company; C-. A corporation 2. My tax identification number is: 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.. 12 of MUM Sp INVITATION FOR BIDS (IFB 11-01) " ACCESS PERIMETER GATES.FOR THE • ` ,.....,., PALMS SPRINGS INTERNATIONAL AIRPORT �ql rrORN�p. ADDENDUM NO. 'I 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 has received the following questions and Is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q1. Gate #23 shows 1 phase power 115v and number 35, 39, and 2 have 1 phase power 208 was there a typo or is it correct? Al. The voltage is correct for all the Gates. One phase 115 v for gate'23, and 208 v for gates 35, 39 and 2_ 02. Are we going to fabricate gates if so how do we get the plans? AZ There is no fabricate of gates, we are just changing out the gate operators. Q3. Do you need to seal the loops? A3. No. It's the loop detectors that need to be replaced with the new gate controller units. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Veigh Ann leno Procurement Specialist 11 DATE: October 11, 2010 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name:Tt —e 670715 Authorized Signature: Date: i D --7-5 -I b Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge tois Addendum may result in your IFB being deemed non-responsive. .................... IFB 11-01 BID COST PROPOSAL PAGE ACCESS PERIMETER GATES FOR THE PALM SPRINGS INTERNATIONAL AIRPORT IFS 19 1 —DUE: MONDAY OCT BE 5 2010 AT 3:00 P.M. IM 'Bidders' signed bid and written acceptance by the City shall constitute an agreement and has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this invitation. All prices shall be F.O.B. Airport Operations, Palm Springs, California and shall be inclusive of all applicable sales tax, materials, labor,and delivery. Responding to an Invitation For Bids to fumish and install four (4) Access Perimeter Gates for the Palm Springs Intemational Airport, the undersigned bidder agrees to furnish, deliver and install all materials in accordance with the specifications herein. IMIE propose and agree to furnish, deliver and install all materials and accept as full payment the following amount: Palm Springs Intemational Airport Location: Airport Gate#23 Replece/Install operator, parts and material,• $_ U Location: Airport Gate#36 <9 I -7 Lf L Replace/Install operator, parts and material. $ Location:Airport Gate#39 w` 1 -7 Q Replacellnstall operator, parts and material: $ l J Location: Airport Gate#2 ReplaceAnstall operator, parts and material: $ U TOTAL BID PRICE: $ � L+ ` ' o .-- (PRICE IN FIGURES) h� �wo�►�a�c.� �oc�-tn.��r� Q.,.�l. �-©�- •�1,�. �!of�a�'-� o (PRICE IN WORDS) When discrepancies occur between price in words and price in figures, the price in words shall govern. It is understood and agreed that this bid may not be withdrawn for a period of ninety(90)days from the date of opening thereof, and at no time in the case of the Successful Bidder. All work specified in this document is expected to be completed within ten days from the date indicated on the Notice to Proceed. Please indicate if you are able to compl . YES or' NO If NO, please indicate your time frame expectancy. (Signatures): Name of firm submitting bid . Fa on- Authorized signature Printed name V- r Tltle� Telephone No: 3 2-D co Fax No: l 3- 7 S- E-mail r Lowy 13 BIDDER'S GENERAL INFORMATION 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. B DDERICON RACTOR'S Name and Street Ad s: E. i V . togo & WILi'llms SP,e ,ups qzz 2. CONTRACTOR'S Telephone Number: (76a) Facsimile Number: MO -g553 3_ CONTRACTOR'S License: Primary Classification . Z .� r✓fv if TX1 LLv(h( Z���P//UZ�' State License Number(s) 2 2"22.3 Supplemental License Classifications 4. Surety Com n d Agent who will provide the required Bonds on this Contract: Name of.Su I vA o my ©IL�1� Address a17 (pJ� Surety Company Telephone Numbers: Agent(q/0 ) l Surety( 900 -- 5. Type of Firm (individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of.. R 7. List the names and addresses of the principal members of the firm or names and titles of the 'ncipaI officers f the corporation or firm: N( IC . !Flt�Aflli4 y �� opay, l J I Z( (ca V � ' nyepft diFyQzz3� 8. Number of years experience as a contractor in this specific type of construction work: _ 10. List the name and title of the person who will supervise full-time the proposed work for your firm: " A � �IOlti15 - i4Te 11. Is full-time supervisor an employee contract'services ? 12. 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. 14 RE ERENCES The City is seeking a contractor who has the experience and capability to furnish and install four(4) Access Perimeter ,Gates for the Palm Springs International Airport in accordance with the specifications herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. 1) Name of firm or agency: WL EEO �VYjr 0Q-/O/J Contact Person:AmW &Tb J Phone#.7(;A-M �F!g Brief description of proj ct: 2) Name of firm or agency: ice. Q 'vU Contact Person: L S Phone# r V-rNA 1333 Brief description of project: 0- 3) Name of firm or agency: lQ Contact Person: / Phone# - _ kx>c 8gef description of proj ct: 1S NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 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 b . B : Title: Subsc ' d and sworn to before me this Dr3 dav of 2010 16 J U RAT State of California County of RIVERSIDE Subscribed and sworn to (or affirmed) before me on this 25 day of OCTOBER , 2010 , by STEVE PATTON proved to me on the basis of satisfactory evidence to be the person who appeared before me. MARCELLA SPEARMAN i Commission# 1897370 w Notary Public -California Riverside County Signatur � My Comm.Expires Jul 27 20111 (Seal) Corporations require two notarized signatures: One signature m-u-s-1 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. tftV-% 3�F L CONTRACTOR: Name: Q E 6PW Ch k one:_Individual Partnership orporation Address: LC �` ' By: By. 9�. Signature(notarized) Signature(notarized) Name: Name:' ff,E I� C Title' C�G i � :l C' 7 Title: t (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 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($) 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 1 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: 22 ACKNOWLEDGMENT State of California County of RIVERSIDE On 10/25/2010 before me, MARCELLA SPEARMAN, NOTARY PUBLIC, personally appeared DEBRA DEMACK who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARCECommission SPEARMAN WITNESS m hand and official seal. '�{ Commission 1897370 y Notary Public-California Z d^ Riverside County • My Comm.Expires Jul 27,2014 Signature ' (Seal) ACKNOWLEDGMENT State of California County of RIVERSIDE On 10/25/2010 before me, MARCELLA SPEARMAN, NOTARY PUBLIC, personally appeared STEVE PATTON who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARCELLA SPEARMAN WITNESS my hand and official seal. Commission* 1897370 Notary Public•Californi -: a Riverside County My Comm.Expires Jul 27,2014 Signature � lMOA_ (Seal) 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 t) By . Title Vice au:�> 23