HomeMy WebLinkAbout05971 - COVE ELECTRIC INSTALLATION OF 50 PAIR CABLE Kathie Hart
From: James R. Smith
Sent: October 19, 2010 1:13 PM
To: Kathie Hart
Subject: RE. A5971 -Cove Electric
Hi Kathie, Yes and yes. ��V^
James
........ ......... ......... ....... ......... ......... ......... ......... ......... .........................................
From: Kathie Hart
Sent: Tuesday, October 19, 2010 12:41 PM
To: James R. Smith
Subject: A5971 - Cove Electric
James: Work completed? Ok to close?
20MMOU 82RroYial Date LU11:90Jt o
AN71 Insimabon or 5a pwr oabie
Company Name: Cove Electric
Address: , ,
Group: INFO SERVICES Contract Amt. Total Paid
service: 10 F91e 59.693.86
ee
Kathie Hart, CMG
Chief Deputy City Clerk
City of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92262
(760) 323-8206 1 �9 (760) 322-8332
>: Kathie.Hart@Palm5pringsCA.gov
Please note that City Hall is open 8 a.m. to 6 p.m.Monday through Thursday,and closed on Fridays at this time.
10/19/10
AGREEMENT
THIS AGREEMENT made this 4:. day of NL, 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
Cove Electric 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:
Installation of 50 Pair Cable
The Work is generally described as follows:
Installation of 50 Pair Cable from City Hall 3200 E. Tahquitz Canyon Way to the City Yard
located at 425 N. Civic Drive, Palm Springs California.
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).
TnS A L
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, 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 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.
2
i . ................................... ........................_........................._...... _ .__....._.....
i
i
ATTEST: CITY OF PALM SPRINGS,
CALIFORNIA
By By
City Clerk City Ma
E APPROVED AS TO FORM: Date
By d
Cit Att ey APPROVED BY THE CITY COUNCIL:
Dater
Date
APPROVED BY Y MANAGER
A
Agreement No.
f 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.
i
a
i
CONTRACTOR: Name: Gyve Electric, Inc. Check one:—individual Partnership X Corporation
i
Address: 77824 Wildcat Drive
Palm Desert,CA 92211
Y
Signature(notarized) Signatur (notarized)
Name: Simon Bo'kovsk Name: Charles Bojkovsky
Title: V. President Title: Secretary/Treasurer
(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 Calif ❑ State of Calif I1
County of Riverside Gss County of Riverside Css
3
E On April 14,2010 On April 14,2010
before me, Jeannie L.Stewart, Notary Public before me, Jeannie L.Stewart, Notary Public
personally appeared_Simon Bojkovsky_ personally appeared Charles Bojkovsky
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.
E
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:
otar
y Seal: Notary Seal:
I
1
..w,. JEANNFE 1. 51EWdb
ART
JEANNIE L. STEWART Commission # 1744239
Commission * 1744239 Notary public -Calltomia
Nat ry Public
aCounty California Rlvers{ds C u b,�l l
Riverside
MyCcrM.E;VW*
MyCamm.Ewkes Jun b.2011
4
WORKER'S COMPENSATION CERTIFICATE
(AS REQUIRED BY SECTION 1861
OF THE CALIFORNIA LABOR CODE)
I am aware of the provisions of Section 3700 of the California Labor Code, which require every
employer to be insured against liability for worker's compensation, or to undertake self-insurance in
accordance with the provisions of said Code, and i will comply with such provisions before
commencing the performance.of the Work of this Contract.
Contractor Cove Electric, Inc.
By Simon Bojkovsky -
Title V. President
i
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.
Performance Bond - Performance Bond requirement is hereby waived.
Payment Bond: - Payment Bond requirement is hereby waived.
All work shall be performed in accordance with the "Greenbook" Standard Specifications for
Public Works Construction, 2006 edition.
6
CERTIFICATE OF INSURANCE
THIS CERTIFICATE ISSUED TO THE OWNERIAGENTS LISTED BELOW DESIGNATED BY THE CONTRACT WITH THE INSURED
NAME AND ADDRESS OF INSURED INSURANCE COMPANIES AFFORDING COVERAGE
COMPANY A
B
C
D
TYPE OF WORK PERFORMED AND LOCATION
TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS(x1000)
EACH
OCCURRENCE AGGREGATE
COMPREHENSIVE GENERAL
LIABILITY
Including:
❑ EXPLOSION AND COLLAPSE BODILY INJURY $ $
❑ UNDERGROUND DAMAGE PROPERTY DAMAGE
❑ PRODUCTS/COMPLETED OPERATIONS or
❑ CONTRACTUAL INSURANCE
❑ BROAD FORM PROPERTY DAMAGE BODILY INJURY AND $ $
PROPERTY
❑ INDEPENDENT CONTRACTORS DAMAGE COMBINED
❑ PERSONAL INJURY.
PERSONAL INJURY $
COMPREHENSIVE AUTOMOBILE BODILY INJURY
LIABILITY EACH PERSON $
Including: EACH ACCIDENT
❑ OWNED $
PROPERTY DAMAGE
❑ HIRED
NON-OWNED or
BODILY INJURY
❑ MOTOR CARRIER ACT AND PROPERTY $
DAMAGE COMBINED
EXCESS LIABILITY BODILY INJURY
Induding; AND PROPERTY
DAMAGE COMBINED $
ElEMPLOYER'S LIABILITY
WORKER'S COMPENSATION STATUTORY
and
EMPLOYER'S LIABILITY
Including; EL $ (EACH
❑ LONG 6IiOREMEN'3 AND ACCIDENT)
HARBOR WORKERS
OTHER ADDITIONAL INSURED ENDORSEMENT-CITY OF PALM SPRINGS
The undersigned certifies that he or she is the representative of the above-tamed 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-tamed
certificate holder;
NAME AND ADDRESS OF ADDITIONAL INSURED DATE
ISSUED
BY
AUTH VED REMESEWAT O NSURANCE�MES AEErnD�Ro cov[RApE
SUMMARY OF INSURANCE
REQUIREMENTS FOR CITY CONTRACTS
Instructions to Contractors/Vendors/Service Providers:
Prior to commencing any work, all contractors, vendors and service providers shall procure and
maintain, at their own cost and expense for the duration of their contract with the City, appropriate
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work or services. The types of insurance required and the
coverage amounts are specified below:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-party claims
which may arise out of work or presence of a contractor, vendor and service provider on
City premises.
2. Automobile Liability Insurance is required only when vehicles are used by a contractor,
vendor or service provider in their scope of work or when they are driven off-road on City
property. Compliance with California law requiring auto liability insurance is mandatory and
can not be waived.
3. Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor or service provider that has any employees at any time during the period
of this contract. Contractors with no employees must complete a Request for Waiver of
Workers' Compensation Insurance Requirement form.
4. Errors and Omissions coverage is required for licensed or other professional contractors
doing design, architectural, engineering or other services that warrant such insurance.
B. Minimum Limits of Insurance Coverage Required
Under$25,000 Limits TBD by Risk Manager
Over $25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate
Over $5 Million Limits TBD by Risk Manager
Umbrella excess liability may be used to reach the limits stated above.
C. The following general requirements apply:
1. Insurance carrier must be authorized to do business in the State of California.
2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company.
3. Coverage must include personal injury, protective and employer liability.
4. Certificate must include evidence of the amount of any deductible or self-insured retention
under the policy.
5. Contractor's general liability and automobile insurance coverage must be primary and non-
contributory over any insurance the City may maintain, that is, any such City insurance shall
be excess to limits stated in the certificate.
D. Verification of Insurance coverage may be Provided by: (1) an approved General and/or Auto
Liability Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of
8
Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached)
with the following endorsements stated on the certificate:
1. "The City of Palm Springs, its officials, employees and agents are named as an additional
insured" ("as respects a specific contract" or "for any and all work performed with the City"
may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-insurance the
City may have" ("as respects a specific contract" or"for any and all work performed with the
City" may be included in this statement).
3. "Should any of the above described policies be canceled before the expiration date thereof,
the issuing company will mail 30 days written notice to the Certificate Holder named."
Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no
obligation or liability of any kind upon the company, its agents or representative" is not
acceptable and must be crossed out. See Example A below.
4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's
waiver of subrogation in favor of City, its elected officials, officers, employees, agents and
volunteers. See Example B below.
In addition to the endorsements listed above, the City of Palm Springs shall be named the
certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City before work
commences. All certificates of insurance must be authorized by a person with authority to bind
coverage, whether that is the authorized agent/broker or insurance underwriter. Failure to obtain
the required documents prior to the commencement of work shall not waive the contractor's
obligation to provide them.
E. Acceptable Alternatives to Insurance 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
9
F. Endorsement Language for Insurance Certificates
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
Example A: ISSUING INSURER WILL ENDEAVOR MAIL 30 DAYS* WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT
FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY KIND UPON THE INSURER, ITS APENTS OR
RF=PQFRF=NT 'TALE
*The broker/agent can include a qualifier stating "10 days notice for
nonpayment of premium."
_.. ...................._.............._....._............................................-..._..---..............-.............................W............._._.._...._........................................................._........._...._-......._....................._............_........�
......................................__........................................................._......._._..................................................._.__......_...._...............................................__........_._...................................................................................
"IT IS UNDERSTOOD AND AGREED THAT THE COMPANY
WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE Example B:
ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB
OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED
HERETO."
G. Alternative Programs/Self-Insurance. Under certain circumstances, the City may accept risk
financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore
carriers, captive insurance programs and self-insurance programs as verification of insurance
coverage. These programs are subject to separate approval once the City has reviewed the
relevant audited financial statements and made a determination that the program provides
sufficient coverage to meet the City's requirements.
THIS SPACE INTENTIONALLY LEFT BLANK
10
VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID
BIB ABSTRACE
I 2 DUE t` /
I D #: 1 F. 3 /L' �i DATE: /7
IDDING TO: rLr i� L
JANTITY COMMODITY ITEM�# �� ..
v
J
A L ej
C i S.o -
�`- INVITATION FOR BIDS (IFB 10-06)
INSTALLATION OF 50 PAIR CABLE
ADDENDUM NO. 1
`1r;�Rta
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:
Q: What voltage is in the vaults leading from the Yard to City Hall?
A: 12,000Volts
BY ORDE OF THE CITY OF PALM SPRINGS, CALIFORNIA
i
Leg Ann Cileo)
Procurement Specialist II
DATE: April 12, 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 this Addendum may result in your IFB
being deemed non-responsive.
INVITATION FORBIDS NO. 10-06
FOR
INSTALLATION OF 50 PAIR CABLE
THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING:
PAGE
COVERSHEET.......................................................................................................................... 1
NOTICEINVITING BIDS............................................................................................................ 2
BIDDER'S CHECK LIST............................................................................................................. 3
TERMS & CONDITIONS.........................................................................................................4-6
SCOPE OF WORK AND SPECIAL CONDITIONS .................................................................. 7-8
PRICING PAGE (MUST BE MANUALLY SIGNED)...........................................
ATTACHEMENT "A" SPECIFICATION DRAWINGS ................................................................ 10
BIDDER'S REFERENCE LIST ................................................................................................. 11
AFFIDAVIT OF NON-COLLUSION........................................................................................... 12
BIDDERS GENERAL INFORMATION FORM ..................................................................... 13-14
PAYMENT ROOD FOR . WAIVED 15-16
CONTRACT AGREEMENT................................................................................................. 17-20
WORKER'S COMPESATION CERTIFICATE .......................................................................... 21
EXHIBIT "A" ................................................................................................. 22
CERTIFICATE OF INSURANCE SAMPLE DOCUMENT ......................................................... 23
SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS ........................ 24-26
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, April 10, 2010
TIME DUE: 3:00 P.M., Local Time
1
NOTICE INVITING BIDS
CITY OF PALM SPRINGS, CALIFORNIA
INVITATION FOR BIDS (IFB 10-06)
NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting informal bids from
qualified firms for:
INSTALLATION OF 50 PAIR CABLE
The City of Palm Springs requires a contractor to install 50-pair black gel-filled cable of underground
telephone cable.
The work requires a contractor with a Class A or C-10 License to carry out the work. Work shall be
performed in accordance with "Greenbook" Standard Specifications for Public Works Construction. A
Agreement with the City of Palm gp&4gs. (WAIVED)
Bids will be received until 3.00 P.M., WEDNESDAY, APRIL 14, 2010 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.
Availability of Documents: Bid Documents and Specifications may be obtained from the
Procurement Office by calling (760) 322-8374,
NOTE: Contact Leigh Ann Gileno, Procurement Specialist II, via email at
Lei hAnn.Gileno alms rin s-ca. 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 successful bidder shall possess a Class "A" or "C-10" Contractor's license 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.)
Z
Leigh Ann Gileno
Procurement Specialist II
2
INVITATION FOR BIDS (IFB 10-06)
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.
If REQUIRED DOCUMENTS FOR BID:
Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not
completely filled out and submitted with the Bid.
NOTE: ONLY THOSE ITEMS MARKED BY AN "X" ARE REQUIRED.
X Bid Proposal page 9, 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 11, must be completed.
X Affidavit of Non-collusion by Contractor form, page 12, must be manually signed and
countersigned by a Notar Public.
X Bidders General Information form, page 13-14, must be completed.
X All Addenda issued shall be acknowledged in the space provided on Bid Proposal
Page 9 located at the bottom. Failure to acknowledge all Addenda may render your
Bid non-responsive.
3
CITY OF PALM SPRINGS
IFB 10-06
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 deGi6ian of the Palm SpFings Gily GeunG" wall be fiRal. it is aRtiGipated that City Gewmnil
bids. (Award of this project is within the authority of the City Manager).
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 Wednesday, April
Ph, 2010, at 9:30 A.M. Local Time. Please allow at least 1 hour for site tour. Participants will
meet promptly at 9:30 A.M. at the Palm Springs City Yard, 425 North Civic Drive, Palm
Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all
4
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:
Leigh Ann Gileno, Procurement Specialist II
Procurement & Contracting Dept.
3200 East Tahquitz Canyon Way Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: LeighAnn.Gileno@i)almsprings-ca.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
1100 A.M., Local Time, Thursday April 8th, 2010. 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 Cou (City Manager) 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, if required, within
seven (7) 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.Delivery: Time is of the essence in the performance of the work and delivery of the
material/equipment. The bidder must indicate on the Bid Proposal page the time required for
delivery, in number of calendar days, after receipt of order(ARO). Delivery may be a_fact_o-r in
award of bid and may be cause for rejection, as determinedby the City_
16.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.
5
Any notice inviting bias 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.
17. Warranty: The successful Bidder shall fully warrant all materials, equipment, and
workmanship including without limitation, any optional equipment purchased by the City under
the terms of this agreement, against poor or inferior quality equipment, materials or
workmanship for a period not less than three years from the date of final acceptance of the
material/equipment by the City.
The successful Bidder shall repair or replace inoperable equipment/material in a timely
manner so as to minimize the possible disruption of City operations resulting from said
inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or
description of the manufacturer's warranty for the items(s) proposed and evidence that such
warranty is assignable to the City.
18. Termination for Default: The City may, by written notice of default to the vendor, terminate
any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail
to deliver within time specified therein or fail .to deliver in strict conformance to specifications
and requirements set forth therein. In the event of such termination, the City reserves the right
to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be
liable for the difference between the prices set forth in the terminated order and the actual cost
thereof to the City. The prevailing market price shall be considered the fair repurchase price,
If, after notice of termination of this contract under the provisions of this clause, it's determined
for any reason that the Contractor was not in default under the provisions of this clause, the
rights and obligations of the parties shall be the same as if the notice of termination had been
issued pursuant to the Termination for Convenience clause. The rights and remedies of City
provided in this article shall not be exclusive and are in addition to any other rights and
remedies provided by law or under resulting order.
19. Termination for Convenience: The City may, by written notice stating the extent and
effective date, terminate any resulting order for convenience in whole or in part, at any time.
The City shall pay the vendor as full compensation for performance until such termination the
unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as
costs of termination, not otherwise recoverable from other sources by the vendor as approved
by the City, with respect to the undelivered or unaccepted portion of the order, provided
compensation hereunder shall in no event exceed the total price. In no event shall the City be
liable for any loss of profits on the resulting order or portion thereof so terminated. The rights
and remedies of City provided in this article shall not be exclusive and are in addition to any
other rights and remedies provided by law or under resulting order.
20. Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is
contingent upon the availability of funding from which payment can be made. No legal liability
shall arise for payment beyond June 30 of the calendar year unless funds are made available
for such performance.
21. Governing Law: This contract shall be construed and interpreted according to the laws of the
State of California.
22. The requirement of a Performance Bond has been waived.
23. The requirement of a Payment Bond has been waived.
6
CITY OF PALM SPRINGS
IFB 10-06
SCOPE OF WORK AND SPECIAL CONDITIONS
1. Purpose: Work to include labor and materials for the installation, termination, placement and
testing of a 50-pair black gel-filled underground telephone cable from the City Hall phone
terminal to the City Yard phone terminal.
2. Sco a of Work: The work requires a contractor with a Class A or C-10 License to carry out
the work. Work shall be performed in accordance with "Greenbook" Standard Specifications
for Public Works Construction. A payment labor/material) bond w"! ;fyew are the
WAIVED
The cable is to be one continuous run without splice points and to be run through existing
underground conduit. The conduit passes through 7 underground pull vaults and consists of a
run length of approximately 2780 feet terminal to terminal. Each terminal end point will be
terminated on '66' punch-down blocks.
The Contractor and all of Contractor's personnel performing services hereunder shall possess
all licenses required by the State of California to perform said services
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.
3. Contract_Services Agreement: The attached Contract Services Agreement shall be utilized
to identify the respective obligations of the City and the (awarded) Contractor.
4. 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.
5. 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.
6. 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. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days.
7
9. 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.
10.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.
11. The successful bidder will enter into a contract with the City of Palm Springs. 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.) A sample contract and a summary of
insurance requirements are attached for your reference.
8
BID SCHEDULE (IFB 10-06)
Lump Sum Price for Construction of
Installation of 50 Pair Cable
In Palm Springs, California
Item Scope of work
1. Work to include labor and materials for the installation, termination, placement and testing of a
50-pair black gel-filled underground telephone cable from the City Hall phone terminal to the
City Yard phone terminal. The cable is to be one continuous run without splice points and to
be run through existing underground conduit. The conduit passes through 7 underground pull
vaults and consists of a run length of approximately 2780 feet terminal to terminal. Each
terminal end point will be terminated on `66' punch-down blocks.
Note: Length of cabling is approximate from terminal to terminal; contractor shall confirm its own
quantities/length from the plans and bid appropriately. No additional payment will be authorized in the
event estimated quantities differ from that required by the plans. This is a lump sum project.
TOTAL BID PRICE
For the lump sum of$
(Price in figures)
(Price in words)
In case the words and figures do not match, the words shall govern and the figures shall be disregarded
(Signatures):
Name of firm 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
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s) # is/are hereby acknowledged.
9
_ h-ANS FOR 5a PAi?. =-�:UZ>Gp FRaiw1CITY
ztjT
4V77i Veal
AD
' kCorr VARr,
t
TIOU
Q i....� ,ray p
-F Lf
ATTACHMENT "A"
10
REFERENCES
The City is seeking a contractor who has the experience and capability to install 50 Pair Cabling from
the City Yard to City Hall as per the specifications contained herein. A minimum of three (3)
references shall be submitted below with the bid, including contact name and phone number, for
projects of a similar scope to this Invitation for Bids.
1) Name of firm or agency:
Contact Person: Phone#
Brief description of project:
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:
11
Y OF PALM SPRINGS, CALIFORNIA
INVITATION FOR BIDS NO. 10-04
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
12
BruDER'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 WAIVED
Address WAIVED
Surety Company WAIVED
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:
BIDDER'S GENERAL INFORMATION (Continued)
13
8. Number of years experience as a contractor in this specific type of construction work:
9. List at least three related projects completed to date:
WAIVED; See Page 11 of IFB for References.
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
C. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
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 Engineer.
WAIVED
14
PAYMENT BOND (WAIVED)
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:
NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators,
successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other
supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work
or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any
amounts required to be deducted, withheld, and paid over to the Employment Development Department
from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV,
Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts
amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts
amendatory thereof, and provided that the persons, companies, or corporations so furnishing said
materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about
performance of the Work contracted to be executed or performed, or any person, company, or
corporation renting or hiring implements or machinery or power for, or contributing to, said work to be
done, or any person who performs work or labor upon the same, or any person who supplies both work
and materials therefore, shall have complied with the provisions of said laws, then said surety will pay
the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is
brought upon this bond, a reasonable attorney's fee as shall be fixed by the Court. This Bond shall
inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of
California so as to give a right of action to them or their assigns in any suit brought upon this bond.
15
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)
16
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:
Installation of 50 Pair Cable
The Work is generally described as follows:
Installation of 50 Pair Cable from City Hall 3200 E. Tahquitz Canyon Way to the City Yard
located at 425 N. Civic Drive, Palm Springs California.
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).
17
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, 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 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.
18
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 I.I State of i-'.
County of Css County of I ss
19
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:
20
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
21
EXHIBIT "A"
SPECIAL PROVISIONS
Business License Requirement: Contractor shall possess a valid City of Palm Springs
Business License throughout the term of this agreement.
Performance Bond - Performance Bond requirement is hereby waived.
Payment Bond: - Payment Bond requirement is hereby waived.
All work shall be performed in accordance with the "Greenbook" Standard Specifications for
Public Works Construction, 2006 edition.
22
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
TYPE OF WORK
D
PERFORMED AND LOCATION
LIMITS OF LIABILITY IN THOUSANDS(x1000)
�m^ TYPE OF INSURANCE POLICY NUMBER
EACH
OCCURRENCE AGGREGATE
COMPREHENSIVE GENERAL
LIABILITY
Including:
$ S
❑ 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
01
NON-OWNED BODILY INJURY
AND PROPERTY
❑ MOTOR CARRIER ACT DAMAGE COMBINED $
EXCESS LIABILITY BODILY INJURY
Including: AND PROPERTY
❑ DAMAGE COMBINED $
EMPLOYER'S LIABILITY
WORKER'S COMPENSATION STATUTORY
and
EMPLOYER'S LIABILITY
Including: EL $ IEACH
❑ LONG SHOREMEN'S AND ACCIDENT)
HARBOR WORKFRS
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 mall 30 days written notice to the
below-named certificate holder:
NAME AND ADDRESS OF ADDITIONAL INSURED DATE ISSUED
BY
FAGS
23
SUMMARY OF INSURANCE
REQUIREMENTS FOR CITY CONTRACTS
Instructions to Contractors/Vendors/Service Providers:
Prior to commencing any work, all contractors, vendors and service providers shall procure and
maintain, at their own cost and expense for the duration of their contract with the City, appropriate
insurance against claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work or services. The types of insurance required and the
coverage amounts are specified below:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-party claims
which may arise out of work or presence of a contractor, vendor and service provider on
City premises.
2. Automobile Liability Insurance is required only when vehicles are used by a contractor,
vendor or service provider in their scope of work or when they are driven off-road on City
property. Compliance with California law requiring auto liability insurance is mandatory and
can not be waived.
3. Workers' Compensation and Employer's Liability Insurances is required for any
contractor, vendor or service provider that has any employees at any time during the period
of this contract. Contractors with no employees must complete a Request for Waiver of
Workers' Compensation Insurance Requirement form.
4. Errors and Omissions coverage is required for licensed or other professional contractors
doing design, architectural, engineering or other services that warrant such insurance.
B. Minimum Limits of Insurance Coverage Required
Under$25,000 Limits TBD by Risk Manager
Over $25,000 to $5,000,000 $1 Million per Occurrence/$2 Million Aggregate
Over $5 Million Limits TBD by Risk Manager
Umbrella excess liability may be used to reach the limits stated above.
C. The following general requirements apply:
1. Insurance carrier must be authorized to do business in the State of California.
2. Insurance carrier must have a rating of or equivalent to B++, VII, by A.M. Best Company.
3. Coverage must include personal injury, protective and employer liability.
4. Certificate must include evidence of the amount of any deductible or self-insured retention
under the policy.
5. Contractor's general liability and automobile insurance coverage must be primary and non-
contributory over any insurance the City may maintain, that is, any such City insurance shall
be excess to limits stated in the certificate.
D. Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto
Liability_Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of
24
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 agerit/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
25
F. Endorsement Language for Insurance Certificates
.................................................._........................_..............:...................................................._..........................................................._..._..........................................
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE !
Example A: ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS' WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT
FAILURE TO MAIL SUGH NOTICE SHALL IMPOSE NO 0961GATION Q
LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENT-6--OR .
REPRESENTATIVES,
*The broker/agent can include a qualifier stating "10 days notice for
nonpayment of premium."
............................................................................._......_......._........................................_......__................................................... ............._...................._........................................................................_.................................
.
I .. ..
........ ....... .. . .........................................................�............... ..............................................................................
"IT IS UNDERSTOOD AND AGR
EED THAT THE COMPANY i
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 i
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
26
k O
INVITATION FORBIDS NO. 10-06
FOR
INSTALLATION OF 50 PAIR CABLE
THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING:
PAGE
COVERSHEET.......................................................................................................................... 1
NOTICE INVITING BIDS..................................................... 2
BIDDER'S CHECK LIST................................................................................... ..................3
TERMS & CONDITIONS............................................................ ........................... . ...........4-6
SCOPE OF WORK AND SPECIAL CONDITIONS..........................................................I.......7-8
PRICING PAGE (MUST BE MANUALLY SIGNED)....................................................................9
ATTACHEMENT"A' SPECIFICATION DRAWINGS................................................................ 10
BIDDER'S REFERENCE LIST........--•..........:....I.......................... 11
AFFIDAVIT OF NON-COLLUSION...............................•-•-----.......................................... 12
BIDDERS GENERAL INFORMATION FORM .................................................I................... 43-14
PAYMENT- BON)-FORM
...................................................................... ............WAIVED 15-16
CONTRACT AGREEMENT................................................................................................. 17-20
WORKER'S COMPESATION CERTIFICATE .............................. ..............21
EXHIBIT"A" ................................................................................I.............................. .22
CERTIFICATE OF INSURANCE SAMPLE DOCUMENT..... ..................................................23
SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS ........................24-26
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, April 14t", 2010
TIME DUE: 3:00 P.M., Local Time
1
..
NOTICE INVITING BIDS
CITY OF PALM SPRINGS, CALIFORNIA
I INVITATION FOR BIDS (IFB 10-06)
NOTICE IS HEREBY GIVEN that the City of Palm Springs, California, is soliciting informal bids from
qualified firms for:
INSTALLATION OF 50 PAIR CABLE
The City of Palm Springs requires a contractor to install 50-pair black gel-filled cable of underground
telephone cable.
The work requires a contractor with a Class A or C-10 License to carry out the work. Work shall be
performed in accordance with "Greenbook" Standard Specifications for Public Works Construction. A
{ payment (labe4naterial) bond will be MqUiFed he-sel and enter onto an
Springs.AgFeement with the Gity of Palm (WAIVED)
Bids will be received until 3:00 P.M., WEDNESDAY, APRIL 14, 2010 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.
Availability of Documents: Bid Documents and Specifications may be obtained from the
Procurement Office by calling (760) 322-8374,
NOTE: Contact Leigh Ann Gileno, Procurement Specialist II, via email at
Lei hAnn.Gileno alms rin s-ca. 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 successful bidder shall possess a Class "A" or "C-10" Contractor's license 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.)
Leigh Ann Gileno
Procurement Specialist II
2
INVITATION FOR BIDS (IFB 10-06)
BIDDER'S CHECK LIST
i
I
INSTRUCTIONS TO BIDDER:
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.
i
NOTE: ONLY THOSE ITEMS MARKED BY AN "X"ARE REQUIRED,
E
X Bid Proposal page 9, must be manually signed.
CX Erasures or other changes made to the Bid Proposal Pages must be initialed by the
l .
person signing the Bid.
X References form, page 11, must be completed.
X Affidavit of Non-collusion by Contractor form, page 12 must be manually signed and
countersicined by a NojM Public.
i
X Bidders General Information form, page 13-14, must be completed.
X All Addenda issued shall be acknowledged in the space provided on Bid Proposal
Page 9 located at the bottom. Failure to acknowledge all Addenda may render your
Bid non-responsive.
3
-- ..................... -..
................ ...............
.....
CITY OF PALM SPRINGS
IFB 10-06
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
I 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.
i
The dvvwv.� of t e Palm Qv.wi City I will be find icy nr. � f ity f'`..URGil
will awaFd the bid at their requlaFly SGheduled meeti 'Fe
• t)i��91#�SI �t�o-crrrtiFil�3ated�har-+vrry-"'r�trarrtn
bids. (Award of this project is within the authority of the City Manager).
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 Wednesday, April
7"', 2010, at 9.30 A.M. Local Time. Please allow at least 1 hour for site tour. Participants will
meet promptly at 9:30 A.M. at the Palm Springs City Yard, 425 North Civic Drive, Palm
Springs, CA 92262. It shall be the full responsibility of the Bidder to visit and inspect all
4
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.
I 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:
Leigh Ann Gileno, Procurement Specialist II
I Procurement& Contracting Dept.
l 3200 East Tahquitz Canyon Way Palm Springs, CA 92262
via FAX (760) 323-8238
or via EMAIL: Lei hAnn.Gileno alms rin s-ca. ov
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
11:00 A.M. Local Time Thursday Aril 8th 2010. 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/81DS 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 Pam-Sprigs- 4ty-Sew (City Manager) 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, if required, within
seven (7) 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.Delivery: Time is of the essence in the performance of the work and delivery of the
material/equipment. The bidder must indicate on.the Bid Proposal page the time required for
delivery, in number of calendar days, after receipt of order(ARO). Delivery may be a factor in
award of bid and may be cause for rejection as determined by the City.
16.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.
5
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.
17.Warranty: The successful Bidder shall fully warrant all materials, equipment, and
workmanship including without limitation, any optional equipment purchased by the City under
the terms of this agreement, against poor or inferior quality equipment, materials or
workmanship for a period not less than three years from the date of final acceptance of the
material/equipment by the City.
The successful Bidder shall repair or replace inoperable equipment/material in a timely
manner so as to minimize the possible disruption of City operations resulting from said
inoperable equipment/material. Where applicable, all bids shall be accompanied by a copy or
description of the manufacturer's warranty for the items(s) proposed and evidence that such
warranty is assignable to the City.
18. Termination for Default: The City may, by written notice of default to the vendor, terminate
any resulting order in whole or in part should the vendor fail to make satisfactory progress, fail
to deliver within time specified therein or fail to deliver in strict conformance to specifications
and requirements set forth therein. In the event of such termination, the City reserves the right
to purchase or obtain the supplies or services elsewhere, and the defaulting vendor shall be
liable for the difference between the prices set forth in the terminated order and the actual cost
thereof to the City. The prevailing market price shall be considered the fair repurchase price,
If, after notice of termination of this contract under the provisions of this clause, it's determined
F for any reason that the Contractor was not in default under the provisions of this clause, the
rights and obligations of the parties shall be the same as if the notice of termination had been
issued pursuant to the Termination for Convenience clause. The rights and remedies of City
provided in this article shall not be exclusive and are in addition to any other rights and
remedies provided by law or under resulting order.
19. Termination for Convenience: The City may, by written notice stating the extent and
effective date, terminate any resulting order for convenience in whole or in part, at any time.
The City shall pay the vendor as full compensation for performance until such termination the
unit or pro rate price for the delivered and accepted portion, and a reasonable amount, as
casts 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 rice. In no event shall the City be
p Y
liable for any loss of profits on the resulting order or portion thereof so terminated. The rights
and remedies of City provided in this article shall not be exclusive and are in addition to any
other rights and remedies provided by law or under resulting order.
20.Fiscal Year: Obligation for payment of any contract beyond the current fiscal year end is
contingent upon the availability of funding from which payment can be made. No legal liability
shall arise for payment beyond June 30 of the calendar year unless funds are made available
for such performance.
21. Governing Law: This contract shall be construed and interpreted according to the laws of the
State of California.
22. The requirement of a Performance Bond has been waived.
23. The requirement of a Payment Bond has been waived.
6
CITY OF PALM SPRINGS
I IFB 10-06
P
E SCOPE OF WORK AND SPECIAL CONDITIONS
1. Purpose: Work to include labor and materials for the installation, termination, placement and
testing of a 50-pair black gel-filled underground telephone cable from the City Hall phone
terminal to the City Yard phone terminal.
2. Scope of Work: The work requires a contractor with a Class A or C-10 License to carry out
the work. Work shall be performed in accordance with "Greenbook" Standard Specifications
for Public Works Construction. -A-pa ;f Y91A aFG the
ethe City of Palm SpFingr,. WAIVED
The cable is to be one continuous run without splice points and to be run through existing
underground conduit. The conduit passes through 7 underground pull vaults and consists of a
run length of approximately 2780 feet terminal to terminal. Each terminal end point will be
terminated on '66' punch-down blocks.
The Contractor and all of Contractor's personnel performing services hereunder shall possess
all licenses required by the State of California to perform said services
All of Contractor's employees, representatives and officials shall be expected to maintain
I 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.
i
3. Contract Services_Agreement: The attached Contract Services Agreement shall be utilized
to identify the respective obligations of the City and the (awarded) Contractor.
4. 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.
5. 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.
6. 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. Payment Terms - The standard terms at the City of Palm Springs are Net 30 days.
7
9. 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.
10.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.
11. The successful bidder will enter into a contract with the City of Palm Springs. 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.) A sample contract and a summary of
insurance requirements are attached for your reference.
8
BID SCHEDULE(IFS 10-06)
Lump Sum Price for Construction of
Installation of 50 Pair Cable
In Palm Springs, California
Item Scol2eofwork
1. Work to include labor and materials for the installation, termination, placement and testing of a
50-pair black gel-filled underground telephone cable from the City Hall phone terminal to the
City Yard phone terminal. The cable is to be one continuous run without splice points and to
be run through existing underground conduit. The conduit passes through 7 underground pull
vaults and consists of a run length of approximately 2780 feet terminal to terminal. Each
terminal end point will be terminated on '66' punch-down blocks.
Note: Length of cabling is approximate from terminal to terminal; contractor shall confirm its own
quantities/length from the plans and bid appropriately. No additional payment will be authorized in the
event estimated quantities differ from that required by the plans. This is a lump sum project.
TOTAL BID PRICE
i
For the lump sum of$ 9,693.86
(Price in figures)
Nine Thousand Six Hundred Ninety Three and 86/100
Price in words
In case the words and figures do not match, the words shall govern and the figures shall be disregarded
i
(Signatures):
Name of firm submitting bid Cove Flectric, Inc.
Authorized signature �- ---- W_
Printed name Simon Bojkovsky Title V. President
Address 77824 Wildcat Drive
City, State, Zip Palm Desert, CA 92211
Telephone No: 760-360-0036 Fax No: 760-360-7895
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
proposal being deemed non-responsive.
In the space provided below, please acknowledge receipt of each Addendum:
Addendum(s)# 1 is/are hereby acknowledged.
9
. .......................... .............. ..
ftA{Va Fps 50 >:'Ai;�,
CITY 'YARD
n`51
7t
1 • t i ry
• � ��7'Y Ail.'.,
RtwftI1 CoUR"140US4
TAcd
R r 1
ATTACHMENT "A"
10
......_ ..
REFERENCES
The City is seeking a contractor who has the experience and capability to install 50 Pair Cabling from
"the City Yard to City Hall as per the specifications contained herein. A minimum of three (3)
references shall be submitted below with the bid, including contact name and phone number, for
projects of a similar scope to this Invitation for Bids.
1) Name of firm or agency: Eisenhower Medical Center
Contact Person: Dean Demir Phone# 760-340-3911
Brief description of project:
Low Voltage cabling&installation
2) Name of firm or agency: Agua Caliente Casino
Contact Person: Robert Rasha Phone# 760-275-0982
I Brief description of project:
Low Voltage cabling&installation
I
i
k
3) Name of firm or agency; Berger Foundation
Contact Person: Doug Vance Phone# 760-341-5293
I
i Brief description of project:
Low Voltage cabling&installation
i
CITY OF PALM SPRINGS, CALIFORNIA
INVITATION FOR BIDS NO. 10-04
AFFIDAVIT OF NON-COLLUSION
a
STATE OF CALIFORNIA )
) SS
COUNTY OF RIVERSIDE )
The undersigned, being first duly sworn, deposes and says that he or she is V. President
of Cove Electric, Inc. the party making the foregoing bid. That the bid
g 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
j 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.
A
gy-' - ,_, ,� ��_ Title V. President
Subscribed and sworn to before me this 14 day of April , 2010
N tary Public in a d for said
C unty and State
FIDAVI.FRM
JEANNIE 1. $TEWART
Commission * 17,14239
Notary Public -California
Riverside County
*Comm.Eames Jun b,2011
12
_ .......
f .
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_ BIDDER/CONTRACTOR'S Name and Street Address:
Cove Electric, Inc.
77824 Wildcat Drive
Palm Desert,CA 92211
2. CONTRACTOR'S Telephone Number: (760 ) 360-0036
Facsimile Number: (760 ) 360-7895
3. CONTRACTOR'S License: Primary Classification c-10
State License Number(s) 397002
Supplemental License Classifications C-7
1 4. Surety Company and Agent who will provide the required Bonds on this Contract:
I
Name of Surety WAIVED
Address WAIVED
Surety Company WAIVED
Telephone Numbers: Agent{ ) Surety.( )
5. Type of Firm (Individual, Partnership or Corporation): Corporation„_.
6. Corporation organized under the laws of the State of: California
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:
Gar Hulslander President
Charles Bojkovsky Secretary/Treasurer
Simon Bojkovsky V. President
BIDDER'S GENERAL INFORMATION (Continued)
13
$. Number of years experience as a contractor in this specific type of construction work:
33
9. List at least three related projects completed to date:
WAIVED; See Page 11 of IFB for References.
a. Owner Address
Contact Class of Work
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
b. Owner Address
Contact Class of Work
j
Phone Contract Amount
Project Date Completed
Contact Person Telephone number
C. Owner Address
i
Contact Class of Work
' Phone Contract Amount
Project Date Completed
Contact Person Telephone number
10. List the name and title of the person who will supervise full-time the proposed work for
your firm: Curtis Eto
11. Is full-time supervisor an employee x . 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 Engineer.
WAIVED
14
PAYMENT BOND (WAIVED)
i 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:
I
I NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators,
successors, or assigns shall fail to pay for any materials, provisions, provender, equipment, or other
supplies used in, upon, for, or about the performance of the Work contracted to be done, or for any work
or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any
amounts required to be deducted, withheld, and paid over to the Employment Development Department
from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the
Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV,
Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts
amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts
amendatory thereof, and provided that the persons, companies, or corporations so furnishing said
materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about
performance of the Work contracted to be executed or performed, or any person, company, or
corporation renting or hiring implements or machinery or power for, or contributing to, said work to be
done, or any person who performs work or labor upon the same, or any person who supplies both work
and materials therefore, shall have complied with the provisions of said laws, then said surety will pay
the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is
brought upon this bond, a reasonable attorney's fee 'as shall be fixed by the Court. This Bond shall
inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of
California so as to give a right of action to them or their assigns in any suit brought upon this bond.
15
4 _......... ..................... .._......._._.............._.............................................................. ............._..._........_.........-...-...............................--............................
4 Y
t�
i
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)
j Print Name and Title:
i
i
By
Signature(NOTARIZED)
Print Name and Title:
SURETY
By
Title
(SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY)
16
Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 2
DePartment of Consumer Affair
State Lip, e oa Cd
Contractor's License Detail - License # 397002
DISCLAIMER:A license status check provides Information taken from the CSLB license database.Before
relying on this information,you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law(B&P 7124.6). If this entity is subject to public complaint disclosure,a link
for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information,
>>Per B..&...P 7071.17,only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload,there may be relevant information that has not yet been entered onto the Board's license database.
License Number: 397002 Extract Date: 04/14/2010
.............I....................... ...................
COVE ELECTRIC INC
Business Information: 77824 WILDCAT DRIVE
PALM DESERT, CA 92211
Business Phone Number: (760)360-0036
Entity: Corporation
............................._....................... ............m...._...._..........................._....
� .
Issue Date: 12/11/1980
..._ .._......... ._._..__._. ......................_.., ._. ...........
Expire Date: ' 12/31/2010
..._..... . _ _. _.... .. .__ .._ ...
License _...,.,.,..,. ,
Status: This license is current and active.All information below should be reviewed.
CLASS DESCRIPTION
Classifications: C10 EI ECTRIGAL
C-7 LOW VOLTAGE SYSTEMS
CONTRACTOR'S BOND
This license filed Contractor's Bond number 10120194 in the amount of$12,500 with the
bonding company
AMERICAN CONTRACTORS INDEMNITY COMPANY.
Effective Date: 01/01/2007
C.o.ntra..ctor's._[3on..d...ing History.
BOND OF QUALIFYING INDIVIDUAL
Bonding: 1. This license filed Bond of Qualifying Individual number 10139160 for SIMON
TROY BOJKOVSKY in the amount of$12,600 with the bonding company
AMERICAN CONTRACTORS INDEMNITY COMPANY.
Effective Date:05/25/2007
2. The Responsible Managing Officer(RMO)CHARLES BLAIR BOJKOVSKY
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: 06/22/2009
This license has workers compensation insurance with the
OLD REPUBLIC IN COME>ANY
................................................................... ............................................................................................. ..
https://www2.cslb.ca.gov/OnlincServices/CheckLicense/LiCenseDetai1.asp 4/14/2010
Check a License or Home Improvement Salesperson(HIS) Registration - Contractors Stat... Page 2 of 2
Policy Number:A1CW96100900
Effective Date: 09/30/2009
Workers'Compensation:
Expire Date: 09/30/2010
Workers'Compensation.H.is...to.ry
Conditionsof Use I Privacy_Policy
Copyright C 2010 State of California
https://www2.cslb.ca.gov/OnlineServices/CheekLicense/LicenseDetail.asp 4/14/2010
Page 1 of 1
Kathie Hart
From: Carl Sessoms
Sent: April 27, 2010 11:11 AM
To: Kathie Hart
Subject: RE: Cove Electric
YES
I .0
Account Specialist
Business License Division
City of Palm Springs
32DO E.Tahquitz Canyon Way
Palm Springs,CA 92282
7BD-323-8289
7BO-322-8344 FAX
Carl.Sessoms9 palmsprings-ca.gov
www.palmsprings-ca.gov
Please note that City hours are from 8:00 am to 6:00 pm Mon. - Thurs. and closed on
Fridays
From: Kathie Hart
Sent: Tuesday, April 27, 2010 11:01 AM
To: Carl Sessoms
Subject: Cove Electric
Carl: Does Cove Electric from Palm Desert have a business license?
Thx!
Kathie Hart, CMC
Chief Deputy City Clerk
City of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs,CA 92262
?''" (760) 323-8206 1 rni (760) 322-8332
�,-< Kathie.Hart@Palm5pringsCA.gov
Please note that City Hall is open 8 a.m. to 6 p.m.Monday through Thursday,and closed on Fridays at this time.
04/27/10