Loading...
HomeMy WebLinkAbout05612 - REPUBLIC INTELLIGENT TRANSPORTATION SERVICES INC EMERGENCY VEHICLE PREEMPTION DEVICES INSTALL. CP 07-01 DOC # 2008--0296782 V 06/02/2008 08:00A Fee:NC Page 1 of 1 Recorded in Official Records 9 County of Riverside Larry N. Ward `l•� Assessor, County Clerk 8 Recorder � t I IIIIII II III I III IIII I I I I III III II I III IIII � SPoPo R 11 PAGE SIZE. DA MISC LONG RFD COPY Recording Requested By And rx�m When Recorded Return To: M A L 465 426 PCOR NCOR SMF C ��^ City of Palm Springs Attn:City Clerk P.O.Box 2743 Palm Springs,CA 92263-2743 (SPACE ABOVE THIS LrNF];OR RECORDING USE) (EXEMPT FROM RECORDING F66 PER GOV,CODE§6103) Y NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion- 3- Tlxe address of the Cityof Palm Springs is City Hall,3200 E.Taliquitz Canyon Way,Palm Springs,California(P.O.Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 15"day of April, 2008. 5. The name of the contractor(if named)for such work of improvement was:Republic Intelligent Transportation Services(ITS),Inc. 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows: Emergency Vehicle PreEmption Devices Installation. 7. Nature of Interest:Fee Owner 8. The property address or location of said property is: Indian Canyon Drive at Amado Road,Indian Canyon Drive at San Rafael Drive and Ramon Road at El Cielo Road,Palm Springs,California. 9. City Project No.07-01,Agreement Number:5612 CITY OF PALM SPRINGS: REVIEWED BY: DATED: 5- 21 - Op Senior Public Works Inspector MGJ�K.I,ytar 7 BY. DATED: Director of Public Works/City Engineer David I.Barakian TAMES THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Clerk,he makes this vet' cation on behalf of said municipal corporation. // City Clerk-Iames Thompson Index No. 0608 AGREEMENT THIS AGREEMENT made this Lt. day of 'NAi in the year 20A, by and between the City of Palm Springs, a charter city, oYganized 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 REPITBLIC INTELLIGENT TRANSPORTATION SERVICES (ITS) . 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,- EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 The Work is generally described as follows: The installation of emergency vehicle pre-emption detectors, traffic. signal controller equipment, detector cable, and other associated work at the following locations: • Indian Canyon Drive at Amado Road • Ramon Road at El Cielo Road • Indian Canyon Drive at San Rafael Drive 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 the 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 1T1u�+l V:a i"c l:e.urn+'°"✓u W u 2 EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 AGREEMENT FORM _._. .__-_ GREEMENT AND BONDS,PAGE 1 delay (but not as a penalty), the Contractor shall pay the City the sum of $570 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE ($10,500.) 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). ARTICLE 4 THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , 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 provisions of 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 as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and 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. P EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT N0,07-01 AGREEMENT FORM _------ 12/•10/07--.-.._...__...... _ _ .... -- .. -... -- --._..�.�...._....__-._._.�..__..._.�._.__-:4GR'EEMENI`ANd RONDS-=-P7CCE_2__�_.r._.._. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY- OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: By City Clerkcz zC)IZ60;5 Minute Order No. Date APPROVED AS TO FORM: Agreement No- By / VCity Attorney Date CONTENTS APPROVED: By JX� City Engineer Date 3l/a8 By / " iy nager 7 APPROVED BY CITY MANAGER 69 Date � '`�1Og I10� �U ��I�n AI► G.00 1� 43 P EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 AGREEMENT FORM _.�.�._._..17110107----------.__.--._._,_ . ........_... ...___. .--.- .-- .--- ----- --------_-AGREECv"fENT"ARb-eCT7D'5•'-PAGF3----- 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. _ ,�zrfo &)n �i ce5 1nC, ^ f CONTRACTOR: Name: I•t�l�L 'V PrGcf"-TChrelc1�k^-o1ne:_Individual_Partnershiporpomtion Address: f L4l IVatUZZt:;> p ova CA q4q4jq1 Signature(notarized) r _ig (notarized) Name:�m� A W V 71 Q d` Nam 4 ' A6c I Title: i _� Title:A P LCf (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 Tr asurer) State of C State of ❑ A�/ County of ❑ss County of ❑ss On On before me, before me personally appeared pers Ily appeared personally known to me (or proved to me on the sonally known to me (or proved to me on the basis of satisfactory evidence) to be the person basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the ithin whose name(s) is/are subscribed to the within instrument and acknowledged to rfie that instrument and acknowledged to me that he/she/they executed the same it his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and tt by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrup�eennt the person(s), or signature(s) on the instrument the person(s), or the the entity upon beha4f/of which the person(s) entity upon behalf of which the person(s) acted, acted, executed t�e nstrument- executed the instrument- W WITNESS m ISand and official seal. WITNESS my hand and official seal. Notary gnature: Notary Signature: Notary Seal: Notary Seal: "Itff"'117 P EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO-07-01 AGREEMENT FORM 12/10/07 AGREEMENT AND BONDS-PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT w�'��s+^-rSe�c�.cr•.Eccvcrxrrr.�-r.�r- State of California County of JJ� On _ before me, �� LJ�l :crt Name'and rltle t the Onicer n personally appeared UVY l e S /e arid c _ �t l ye o L A5t5ch Nam a(s)of signer(sl who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that hefsWe;they executed the same in his{hafl4 eir authorized capacity(ies), and that by Wa4ar/their signature(s) on the MEGAN KELLy Instrument the person(s), or the entity upon behalf of Commhston * 1714398 which the person(s) acted, executed the instrument. -�' Notory PUbI1C-Cblltornlo Marls County I certify under PENALTY OF PERJURY under the laws rComm E e54'0115.2011 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary soul AGw Signature ofit]naluro of No Public OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document �q 7 Title or Type of Document: Palm _5A /� r �r/XJ Lt- Document Date: N JA _ Number of Pages: Signer(s) Other Than Named Above: t. 0 ylC Capacity(ies) Claimed by Signer(s) gyp_ Signer's NamelCl/ ilw s A Woney Signer's Name-f ❑ Individual _J Individual �+ Corporate Off icer—Title(s): V Corporate Officer—Title(s): rl Partner--❑ Limited L] General _ ❑ Partner—❑ Limited fl General ❑ Attorney in Fact • •- ❑Attorney in Fact U Trustee Top of thumb hen, n Trustee Top cf thumb here LJ Guardian or Conservator 7 Guardian or Conservator LL Other: ❑ Other: S�i _ne_r�Is Representing, Si ner Is Representing: MG (l rs e p y blt'G I Ts 020b7Nellonel Notary Aaaocmoon•935o be Solo Ave.PC,Box 2402-Chetaworlh CA 91313-2402•wwry NaUonalNotaryorg Item)1590] Reor[ler C511 Ta11•Frce 1-300-8]5-562] BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. C l EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 COVER SHEET 12 I0107 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the 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, before commencing the performance of the Work of this Contract. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION BID (PROPOSAL)) CITY PROJECT NO.07-01 BID FORMS-PAGE 2 12/10/07 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: `T �O0g Bidder: uh�l . lw�eGl�ert� �1rCUYls rt arl �FjQ,{-vICQS, IInc . By: p ( ignature) Title: rl-PP,riilloG1 EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION BID (PROPOSAL) CITY PROJECT NO.07-01 BID FORMS-PAGE 3 12/10/07 BID SCHEDULE A Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 INDIAN CANYON DRIVE AT AMADO ROAD In Palm Springs, California Description Modification of existing emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: installation of a solar powered Fire Station Emitter System (FSEMIT), removal of four (4) existing detectors, installation of four (4) Tomar Model 2091-SD optical detectors, Tomar Model 2080 optical signal processor (OSP), associated equipment; traffic control; and all appurtenant work. NOTE: The City will furnish all equipment listed in this Bid Schedule. All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL. BID PRICE - FOR BID SCHEDULE A For the lump sum price of: $ 3 3aa , act (Price in figures) (Price in words) Name of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO,07.01 BID SCHEDULE A 12/10/07 BID FORMS - PAGE 4 BID SCHEDULE B Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 RAMON ROAD AT EL CIELO ROAD In Palm Springs, California Description Installation of an emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: installation of two (2) Tomar Model 2091-SD optical detectors, Tomar Model 2080 optical signal processor (OSP), Tomar Model 1881 card cage and harness, associated equipment; traffic control; and all appurtenant work. NOTE. The City will furnish all equipment listed in this Bid Schedule. All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE • FOR BID SCHEDULE B For the lump sum price of: ob , bU 1 (Price' in figures) Se.Je4--� Au.*Af e& (Price in words) �a Hi _ ITS N me of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 NO SCHEDULE B 12/10/07 BID FORMS- PAGE 5 BID SCHEDULE C Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 INDIAN CANYON DRIVE AT SAN RAFAEL DRIVE In Palm Springs, California Description Modification of existing emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: removal of existing detector cable and installation of new Tomar Model 913 optical detector cable in existing conduit to the existing northbound and eastbound optical detectors, associated removal and reinstallation of signal conductors and .cables; installation of loop detector lead-in cable in existing conduit for the existing westbound advance detector loops, connection to detector sensor unit and splicing with advance detector loops; traffic control; and ,all appurtenant work. NOTE: The City will furnish all equipment listed in this Bid Schedule (except loop detector lead- in cable). All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE C For the lump sum price of_ $ � Da - bro (Price in figures) ;Je r rI (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH C (BASIS OF AWARD): (Price in figures) T w E ✓ of r e (Price in words) 412emit'Hic. ITS Name of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 BID SCHEDULE C 12/10/07 $ID FORMS-PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening Of Bids, no changes or substitutions will be allowed except as otherwise provided by law- The listing of more than one subcontractor for each item of Work to be performed with the words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 3. 4, 5. 6. 7. 8. s EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 LIST OF SUBCONTRACTORS 12J10107 BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) ss. County ��o,,,,f,, 1,fir n larc.n ) C I, AS A• yyain e.r pein first duly sworn, deposes and says that V of or S�d PhGl�nri11G1 he ITS Is the party aking the for going Bid, that the Bid is not made in the interest of, or on 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 thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. q Bidder By-- Title VI Organization y� Address , <� !_IIL � ) NUUS I kL d Jo yato , EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 NON-COLLUSION AFFIDAVIT 12/10/07 BID FORMS-PAGE 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California j County of kd*y n JI}1 '' 44 On a before me, Iv�t�QQlrI F£l�� r lv D�6 rv( �U sJl l G ovie �p am msan Nemo mo T1 n of Su 0111.r personally appeared . OQmG� A• yVG W hL�lnete)of 51gnM{s) who proved to me on the basis of Satisfactory evidence to be the persons}whose name(4 is(a*subscribed to the within instrument and acknowledged to me that he/sfaeAhey executed the same in his/her/their authorized capaorty(k*, and that by hl5/tieFAWr signature(&}on the MEGAN KEttr instrument the person(&), or the entity upon behalf of Commtiston f t yi4�q� which the person(&}acted, executed the instrument. Notary Public:-California Morin County I certify under PENALTY OF PERJURY under the laws ■!UQxn j.�.■=ems 2a1 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature �✓� Pbm Not.,Soy Abavo 51g rum of Miary!@ t OPTIONAL Though(he information below Is not required by law,A may prove valuable to persons retying on the document and couldpmvent fraudulent removaland reattachment of this form to another doeumenL Description of Attached Document Title or Type of Document: f._ lW�f� —� dt`I eo f JU fl orf 1*6 chili L Document Date: Number of Pages: Signer(a)Other Than Named Above: Capacfty(es) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑Individual C 1 Corporate Officer—Title(s): Q Corporate Officer—Tatle(s): ❑ Partner—M Limited 0 General _ _ _ ❑Partner—❑Limited 0 General Q Attorney In Fact ❑Attorney in Fact ❑ Trustee Top of thumb here ❑Trustee 1hp at thumb here 13 Guardian or Conservator 0 Guardian or Conservator 0 Other: ❑Other: Signer Is Representing: Signer Is Representing: O20W NWlorol Nefary Asnod Hen•93;Oeo$ele Av0.PO.eex 2402•Cna�weM.C�Bfl1&2�p2•www NdlonelNoEvyorg Item H59Br Reardcr.CaIIToIFFmblaBa07G6627 ALL-PURPOSE ACKNOWLEDGMENT State of CAPACI CLAIMED BY SIGNER County of ❑ I IVIDUAL(S) CORPORATE On before me, Date Name,Title of Officer personally appeared OFFICER(S) NAME(S)OF SIGNERS) TITLE(S) ❑ PARTNER(S) ❑ personally known to me-OR- p ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ proved to me on the basis of Satisfactory evidence to be the 0 sons(s)whose ❑ SUBSCRIBING WITNESS name(s) is/are subscribed to the within instrument and ackno dged to me that ❑ GUARDIAN/CONSERVATOR he/she/they executed the same in his/her/their authorized c acity(ies), and that ❑ OTHER by his/her/their signature(s) on the instrument the perso s) or the entity upon behalf of which the persons(s)acted, executed the instr ent. Witness my hand and official seal. Signature of Notary SIGNER IS REPRESENTING: ATTENTION NOTARY: Ithough the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unaut rized document. THIS CERTIFICAT Title or Type of Document MUST BE ATTA ED TO THE DOC ENT Number of Pages^DATE of DOCUMENT DESCRIBE AT RIGHT: Signer(s)Other Than Named Above EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 NON-COLLUSION AFFIDAVIT - NOTARY ACKNOWLEDGMENT 12/10/07 BID FORMS-PAGE 9 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City' in the sum of-- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this day of 200_. PRINCIPAL: Check one:—individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A- Chairman of Board, President, or any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION BID BOND (BID SECURITY FORM) CITY PROJECT NO.07.01 BID FORMS-PAGE 10 12/10107 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: ill loj c, 1, .IyQI, neiq.Y y Fr2gfiGi261r-f7,-{l n 60_rvIC2S,IY1c• 3�tI Fe.( {'1'ta..lrin s g1I/ M _coo , CAr R424G Z CONTRACTOR'S Telephone Number: (��5 ) $�� • 3LY:1� Facsimile Number: (/415 gS4 • �gd0 3. CONTRACTOR'S License: Primary Classification AState License Numbers) (041(r';5 f Supplemental License Classifications CIO IC31 ; aal I D31 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety WCjdr[X-- otj'er Address 3� �Owla Wa.���P . IRo wam-D, C'4 aua� Surety Company -- �W_�brcd� i Telephone Numbers: Agent(45) ti o � Surety 5. Type of Firm (Individual, Partnership or Corporation): l,Orly (JI� 6• Corporation organized under the laws of the State of: ��>'Vyl� 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: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 BIDDER'S GENERAL INFORMATION 1210107 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: I 9. List at least three related projects completed to date: 1 / h a. Owner '6 kta i Address 7gw-1 Zwse/cs z'Aaklznd,CA qz3 Contact cJd-hn ,w Class of Work Qer_ ad Phone-(109VZ9k&81oL Contract Amount 0:!gn 146 f Project Rim I 6-A rA,( i "]Date Completed ( 112M-7 Contact Person Telephone number '5 � b. Owner f l 1_o-� IrW nR - Address Qt-(ih'[ di kf-aa2A,if '+ ,CA 92-A Contact,&,GAQ fih"en Class of Work Phone (9�5� Z/�• (POgl Contract Amount 9PP 1p�7 ZS Project - , Parkway T�g"S�� Completed V7eo� Contact erson e r� Telephone number 15e.0- a"60ee- C. Owner S 64 Address Are-, NkA^bry7,G_9_ Contact 2 IJr; d (, bl& Class of Work Phone (62& r 00 Contract Amount — Project�plar �'orverrd5 aDate Completed 9/ �0 Contact Persons 4 Telephone number -5e- 10. List the name and title �o~f"the person who will supervise full-time the proposed work for your firm: Mu* 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. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 BIDDER'S GENERAL INFORMATION 12/10/07 BID FORMS-PAGE 12 Republic ITS Intelligent Transportation Services Republic Intelligent Transportation Services, Inc. is a California Corporation. The corporate officers of Republic ITS are: Name: Wade L. White Title: President Name: Jeffrey L. Asch Title: VP, Secretary, Treasurer Name: Dennis L. Walther Title: VP Field Operations Name_ James A. Wagner Title: VP Engineering All those listed above are also owners of the named corporation. The contact information for all officers listed above is: Address: 371 Bel Mario Keys Boulevard,#200, Novato, CA 94949 Phone: 415-884-3000 Fax: 415-884.4800 415,884,3000 • Pax 415 884 4800 • 371 Bel Marin Keys Blvd, Suite 200 Novato, CA 94949 BOSTON • DALLAS Los ANGELES SACRAMENTO SAN DTTGO • SAN PRANCTSCO CITY OF PALM SPRINGS, CALIFORNIA PUBLIC WORKS AND ENGINEERING DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 IN THE CITY OF PALM SPRINGS DECEMBER2007 _ O� PALM S u LA aAORAi1O FO?'Vo- David J. Barakian, P.E., City Engineer Bids Open: January 8, 2007 Dated: December 10, 2007 CITY PROJECT NO. 07 - 01 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer: ?V00FESS/O z "'a Nw G57271 Marcus L. Fuller Assistant City Engineer Jj 3 Civil Engineer C 57271 q OF-CAUF��� Approved by: gj_ David J. Barakian, P.E. City Engineer Civil Engineer C 28931 EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 12/10/07 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I -- BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice•Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidders General Information Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond Certificate of Insurance PART 11 -- SPECIAL PROVISIONS Section 1 Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4- Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages Section 5 - Control of Work Section 6 - Control of Materials Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress Section 9 - Measurement and Payment Section 10 - Construction Details PART III APPENDICES Project Drawings W Ye M Ye fF EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 SPECIAL PROVISIONS 12/10/07 GENERAL CONTENTS-PAGE 1 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidders General Information Agreement and Bonds Agreement Form Workers Compensation Certificate Performance Band Payment Bond Certificate of Insurance * x * k EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 PART 1 CONTENTS 12/10/07 PAGE 1 AFFIDAVIT OF PUBLICATION POSTING AND NOTICE State of California ) County of Riverside ) ss City of Palm Springs) I, CARRIE ROVNEY, Administrative Assistant, of the City of Palm Springs, California, hereby declare, under penalty of perjury under the laws of the State of California, that the attached Public Notice Inviting Bids for CP No . 07-01, Emergency Vehicle Pre-Emption Installation Project, was transmitted to the Public Record on December 13, 2007 for publication in The Public Record, an adjudicated legal publication on December 17 and 24, 2007, submitted to the following trade journals and Plan Room Lists : McGraw-I•Iill Construction, Bid America, Hi-Desert Plan Room, Associated General Contractors, Reed Construction Data, Construction Bid Board, Southern California Builders Association, Construction Bid Source Interactive and Building Industry Association, posted on the Public Works and Engineering Website on December 17, 2007, and available for public review and copy at the City cf Palm Springs Public Works and Engineering Department, City Hall, 3200 East Tahquitz Canyon Way, Palm Springs, for the period commencing on December 17, 2007 through January 8, 2008 . Carrie Rovnevr Administra ive Assistant Ci y of Palm rar-i-ngs,C ornia CITY OF PALM SPRINGS NOTICE INVITING BIDS EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Emergency Vehicle Preemption Devices Installation, City Project No. 07-01, will be received by the Division of Procurement and Contracting of the City of Palm Springs, California, until 2:00 P.M. on January 8, 2008, at which time they will be opened and read aloud. The Engineer's Estimate is $25,000. N-2 DESCRIPTION OF THE, WORK: The Work comprises the installation of emergency vehicle pre-emption detectors, traffic signal controller equipment, detector cable, and other associated work at the following locations: • Indian Canyon Drive at Amado Road • Ramon Road at El Cielo Road • Indian Canyon Drive at San Rafael Drive N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder on the basis of the total sum of Bid Schedules A through C inclusive, and reject all other bids, as it may best serve the interest of the City. Bidders shall bid on all Bid Schedules- (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total sum of Bid Schedules A through C inclusive, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or CA 0 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES 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. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 NOTICE INVITING BIDS 12110/07 PAGE 1 portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Complete sets of said Contract Documents may be purchased at $25.00 per set and are obtainable from the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. No refund will be made of any charges for sets of Contract Documents. (c) An additional fee of $15.00 will be charged for sets of documents sent by UPS ground delivery. Overnight, Federal Express, or other methods of delivery shall be the responsibility of the Bidder. N-10 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Division of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words 'Bid For.," followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. Date By David J. Barakian, PE Director of Public Works/City Engineer EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 NOTICE INVITING BIDS 12/10/07 PAGE 2 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder' shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidders General Information," bound herein. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractors license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE -- (a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidders observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTION$TO CITY PROJECT N0,07-01 BIDDERS•PAGE 1 12/10/07 (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 days prior to the date of opening Bids may not be answered. Only questions that have been resolved EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTIONS TO CITY PROJECT NO.07.01 SIODCRS-PAGE 2 12/10/07 by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond farm bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets bound herein. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and In the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words 'BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 0. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS - In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount" indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTIONS TO CITY PROJECT NO.07.01 BIDDERS-PAGE 3 12/10/07 prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK-- (a) The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13, MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineations, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 14, LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or equal" item by the Contractor and consideration by the Engineer is set forth in Section 6 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTIONS TO CITY PROJECT NO.07-01 BIDDERS-PAGE 4 12/10/07 17. EXECUTION OF AGREEMENT - The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 15 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such bidder's Bid Securities shall be likewise forfeited to the City. 18, WORKER'S COMPENSATION REQUIREMENT - The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. LOCAL BUSINESS PROMOTION — (a) In determining the lowest responsible Bidder, the following provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor: For any contract for services, including construction services, a reciprocal preference shall be given as against a non-local business enterprise contractor from any state, county or city that gives or requires a preference to contractors from that entity in award of its service contracts. The amount of the reciprocal preference shall be equal to the amount of the preference applied by the entity in which the non-local business enterprise contractor is based as against the Bid of a City of Palm Springs contractor. (b) For all contract Bids proposing sub-contractors: (1) 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 ("local sub-contractor")_ (2) The prime contractor shall submit evidence of such goad faith efforts at the time of submission of Bids. Goad faith efforts may be evidenced by placing advertisements inviting proposals in local newspapers, sending requests 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. (3) Any notice inviting Bids which may require the use of sub-contractors shall include notification of this subdivision. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTIONS TO CITY PROJECT NO.07-01 BIDDERS-PAGE 5 12/10/07 (4) The City may reject as non-responsive the Bid of any contractor proposing to use sub-contractors that fails to comply with the requirements of this subdivision. - END OF INSTRUCTIONS TO BIDDERS - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION INSTRUCTIONS TO CITY PROJECT NO.07-01 BIDDERS-PAGE 6 12(10107 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" and reproduced on colored paper, shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 COVER SHEET 12/10/07 BID FORMS-PAGE 1 BID BID TO. CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the 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, before commencing the performance of the Work of this Contract_ EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION BID (PROPOSAL) CITY PROJECT NO.07-01 BID FORMS-PAGE 2 12/10/07 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: By: (Signature) Title: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION BID (PROPOSAL) CITY PROJECT NO-07-01 BID FORMS-PAGE 3 12/10/07 BID SCHEDULE A Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 INDIAN CANYON DRIVE AT AMADO ROAD In Palm Springs, California Description Modification of existing emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: installation of a solar powered Fire Station Emitter System (FSLMIT), removal of four (4) existing detectors, installation of four (4) Tomar Model 2091-SD optical detectors, Tomar Model 2080 optical signal processor (OSP), associated equipment; traffic control; and all appurtenant work. NOTE: The City will furnish all equipment listed in this Bid Schedule. All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be fumished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE A For the lump sum price of: (Price in figures) (Price in words) Name of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07.01 BID SCHEDULE A 1ZI10107 610 FORMS- PAGE 4 BID SCHEDULE B Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 RAMON ROAD AT EL CIELO ROAD In Palm Springs, California Description Installation of an emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: installation of two (2) Tomar Model 2091-SD optical detectors, Tomar Model 2080 optical signal processor (OSP), Tomar Model 1881 card cage and harness, associated equipment; traffic control; and all appurtenant work. NOTE: The City will furnish all equipment listed in this Bid Schedule. All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE B For the lump sum price of: (Price in figures) (Price in words) Name of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 BID SCHEDULE B 12/10/07 810 FORMS- PAGE 5 BID SCHEDULE C Lump Sum Price for Construction of: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 INDIAN CANYON DRIVE AT SAN RAFAEL DRIVE In Palm Springs, California Description Modification of existing emergency vehicle pre-emption system, consisting of Tomar "Strobecom II" Optical Preemption and Priority Control System components, including: removal of existing detector cable and installation of new Tomar Model 913 optical detector cable in existing conduit to the existing northbound and eastbound optical detectors, associated removal and reinstallation of signal conductors and cables; installation of loop detector lead-in cable in existing conduit for the existing westbound advance detector loops, connection to detector sensor unit and splicing with advance detector loops; traffic control; and all appurtenant work. NOTE: The City will furnish all equipment listed in this Bid Schedule (except loop detector lead- in cable). All other appurtenant equipment (conduit, miscellaneous housings, brackets, and associated equipment) shall be furnished by the Contractor. TOTAL BID PRICE - FOR BID SCHEDULE C For the lump sum price of: (Price in figures) (Price in words) TOTAL OF ALL ITEMS OF BID SCHEDULES A THROUGH C (BASIS OF AWARD): $ (Price in figures) (Price in words) Name of Bidder or Firm EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO,07-01 BID SCHEDULE C 12/10/07 BID FORMS-PAGE 6 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or' will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address 1. 2. 3. 4, 5. 6. 7- 8- EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 LIST OF SUBCONTRACTORS 12/10/07 BID FORMS-PAGE 7 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of ) I, , 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 interest of, or on 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 thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. Note: The above Non-collusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Non-collusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. Bidder By Title Organization Address EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO-07.01 NON-COLLUSION AFFIDAVIT 12/10/07 BID FORMS- PAGE 8 ALL-PURPOSE ACKNOWLEDGMENT State of CAPACITY CLAIMED BY SIGNER County of ❑ INDIVIDUAL(S) ❑ CORPORATE On before me, Date Name,Title of Officer personally appeared OFFICER(S) NAME(S)OF SIGNER(S) TITLE(S) ❑ PARTNER(S) ❑personally known to me-OR- ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ proved to me on the basis of satisfactory evidence to be the persons(s)whose ❑ SUBSCRIBING WITNESS name(s) is/are subscribed to the within instrument and acknowledged to me that ❑ GUARDIAN/CONSERVATOR he/she/they executed the same in his/her/their authorized capacity(ies), and that ❑ OTHER by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the persons(s)acted,executed the instrument. Witness my hand and official seal. Signature of Notary SIGNER IS REPRESENTING: ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07.01 NON-COLLUSION AFFIDAVIT- NOTARY ACKNOWLEDGMENT 12/10/07 BID FORMS- PAGE 9 BID BOND KNOW ALL MEN BY THESE PRESENTS, That as Principal, and as Surety, are held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of-- dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the City's Contract Documents entitled: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attomey's fee to be fixed by the court. SIGNED AND SEALED, this day of 200 PRINCIPAL; Check one:—individual,_partnership, _corporation (Corporations require two signatures; one from each of the following groups: A. Chairman of Board, President, or any Vice President;AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). By SURETY: signature (NOTARIZED) Print Name and Title: By By signature signature (NOTARIZED) (NOTARIZED) Print Name and Title: Print Name and Title: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION N BID BOND (BID SECURITY FORM) CITY PROJECT NO.07-01 12/10/07 BID FORMS - PAGE 10 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: 2. CONTRACTOR'S Telephone Number: ( ) Facsimile Number: ( ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent ( ) Surety( ) 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 SIDOER'S GENERAL INFORMATION 12/10/07 Blp FORMS- PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 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: 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. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 BIDDER'S GENERAL INFORMATION 12/10/07 BID FORMS-PAGE 12 CITY OF PALM SPRINGS PUBLIC WORKS AND ENGINEERING DEPARTMENT PART II - SPECIAL PROVISIONS EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 Section 1 - Specifications and Plans Section 2 - Proposal Requirements and Conditions Section 3 - Award & Execution of Contract Section 4- Scope of Work: Beginning of Work, Time of Completion, and Liquidated damages Section 5 - Control of Work Section 6 - Control of Materials Section 7 - Legal Relations and Responsibility Section 8 - Prosecution and Progress Section 9 - Measurement and Payment Section 10 - Construction Details w w w w w EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CONTENTS CITY PROJECT NO.07-01 PART II 12/10/07 SECTION 1 - SPECIFICATIONS AND PLANS 1-1 GENERAL. 1-1.1 - Standard Specifications. - The Work hereunder shall be done in accordance with the Standard Specifications dated May 2006 and the Standard Plans dated May 2006, of the California Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions: 1-1.2 - Supplementary Reference Specifications. — Insofar as references may be made in these Special Provisions to the Standard Specifications for Public Works Construction ("Greenbook"), 2006 Edition, such work shall conform to the referenced portions of the technical provisions only of said reference specifications, provided, that wherever the term "Standard Specifications" with or without the prefix "Caltrans" is used, it shall mean the Standard Specifications dated May 2006 and the Standard Plans dated May 2006, of the California Department of Transportation, as previously specified in the above paragraph. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. 1-1.3 - Definitions and Terms. - Wherever in the Standard Specifications the following terms are used, the definitions shall be amended to read: Days - As used in these Special Provisions, days shall mean calendar days. Department - Public Works and Engineering Department of the City of Palm Springs, California. Director - Director of Public Works/ City Engineer of the City of Palm Springs, California, Engineer - Director of Public Works/City Engineer of the City of Palm Springs, California. Highway - Highway, roadway, street, avenue, lane, boulevard, or other public thoroughfare for vehicular traffic. Liquidated Damages - The amount prescribed in the specifications, pursuant to the authority of Government Code Section 53069.85, to be paid to the City of Palm Springs or to be deducted from any payments due or to become due the Contractor for each day's delay in completing the whole or any specified portion of the Work beyond the time allowed in the Special Provisions. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 SPECIFICATIONS AND PLANS 12/10/07 SECTION 1 -PAGE 1 Standard Plans -The Standard Plans of the City of Palm Springs. State - The City of Palm Springs, California, a legal entity organized and existing in the County of Riverside, State of California. State Contract Act - All applicable provisions of the Public Contract Code (excluding Chapter 1, Division 2, Part 2, therein), Government Code, Labor Code, Civil Code, Business & Professions Code, as they apply to contracts with local public agencies, as defined in said codes. Working Day-A Working Day is defined as any day, except as follows,- (a) Saturdays, Sundays, and any designated legal holiday officially observed by the City of Palm Springs. Designated legal holidays are: New Year's Day (January 1) Martin Luther King Jr. Day (Third Monday in January) Lincoln's Birthday(February 12) President's Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day(July 4) Labor Day (First Monday in September) Veteran's Day(November 11) Thanksgiving Day(Last Thursday in November) Day after Thanksgiving Day Christmas Eve Day(December 24) Christmas Day(December 25) When a designated holiday falls on a Saturday, the Friday before the holiday shall be a designated legal holiday. When a designated holiday falls on a Sunday, the Monday after the holiday shall be a designated legal holiday. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for at least 60 percent of the total daily time being currently spent on the controlling operation or operations. EMERGENCY VEHICLE PREEMPTION(DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 SPECIFICATIONS AND PLANS 12/10/07 SECTION 1 -PAGE 2 1-2 PRELIMINARY MATTERS 1-2.1 - Legal Address of the City: The official address of the City shall be City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 1-2.2 - Legal Address of the Engineer: The official address of the Engineer shall be City of Palm Springs, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, California 92263-2743, or such other address as the Engineer may subsequently designate in writing to the Contractor. 1-2.3 - Legal Address of the City's Project Representative: The name and address of the City's designated Project Representative shall be the Senior Public Works Inspector, City of Palm Springs, Public Works and Engineering Department, 3200 East Tahquitz Canyon Way, Post Office Box 2743, Palm Springs, California 92263-2743, or such other address as the Resident Project Representative may subsequently designate in writing to the Contractor. 1-2A- Notification: The Contractor shall notify the City of Palm Springs and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: CITY OF PALM SPRINGS Mike Lytar, Senior Public Works Inspector (760) 323-8253 George Herrera, Streets Maintenance Supervisor (760) 323-8167 Dave Barakian, City Engineer (760) 323-8253 VERIZON Attention: Mr. Larry Moore (760) 778-3603 DESERT WATER AGENCY Attention: Mr. Woody Adams (760) 323-4971 SOUTHERN CALIFORNIA EDISON COMPANY Attention: Mr. Frank Jasso (760) 202-4278 EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 SPECIFICATIONS AND PLANS 12/10/07 SECTION 1 -PAGE 3 SOUTHERN CALIFORNIA GAS COMPANY Attention: Ken Kennedy (909) 335-7716 TIME-WARNER CABLE Attention: Mr. Dale Scrivner (760) 340-1312 WHITEWATER MUTUAL Attention: Mr. Stan Clark (760) 325-5880 SPRINT Attention: Mr. Lynn Durrett (909) 873-8022 UNDERGROUND SERVICE ALERT (800) 227-2600 1-2.5 - Emergency Information: The names, addresses, and telephone numbers of the Contractor, sub-contractors, or their representatives, shall be filed with the Engineer at the preconstruction meeting. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO-07-01 SPECIFICATIONS AND PLANS 12/10/07 SECTION 7 -PAGE 4 SECTION 2 - PROPOSAL REQUIREMENTS AND CONDITIONS 2-1. 1 Plans and Specifications. - The contract plans furnished consist of general drawings and show such details as are necessary to give a comprehensive idea of the construction contemplated. All authorized alterations affecting the requirements and information given on the contract plans shall be in writing. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 PROPOSAL REQUIREMENTS&CONDITIONS 12/10/07 SECTION 2-PAGE 1 SECTION 3 -AWARD AND EXECUTION OF CONTRACT The provisions of Section 3-1.02 of the Standard Specifications shall be changed to read as follows: 3-1.02 Contract Bonds. a. Before execution of the Contract, the Contractor shall file surety bonds with the City to be approved by the City Council in the amounts and for the purposes noted below. Bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California, and whose bonding limitation shown in the said circular is sufficient to provide bonds in the amount required by the Contract shall be deemed to be approved unless specifically rejected by the City. Bonds from all other sureties shall be accompanied by all of the documents enumerated in Code of Civil Procedure 995.660(a). The Contractor shall pay all bond premiums, casts, and incidentals. Each bond shall incorporate, by reference, the Contract and be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. b. The Contractor shall provide two good and sufficient surety bonds. The Performance Bond shall be for 100 percent of the Contract Price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or developed defects. The bond must remain in effect until the end of all warranty periods set forth in the Contract. The Payment Bond (Material and Labor Bond) shall be for not less than 100 percent of the Contract Price, to satisfy claims of material suppliers and mechanics and laborers employed by it on the Work. The bond shall be maintained by the Contractor in full force and effect until the Work is accepted by the City and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. c. The Contractor shall provide for a one-year extension of the Performance Bond to cover the one-year correction and repair period for correction or removal and replacement of defective work. Said Performance Bond shall be maintained at not less than 15 percent of the Contract Price during said one-year extension. d. Bonds shall be executed by either. (a) two (2) or more sufficient personal sureties; (b) one sufficient admitted surety insurer; or (c) a combination of sufficient personal sureties and admitted surety insurers. If a corporate surety insurer is used, a County Clerk's certificate evidencing that it is an admitted surety insurer shall be submitted with the bonds. If a personal surety is used, all requirements set out in Code of Civil Procedure Section 995.510 shall be met to the satisfaction of the City Engineer. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 AWARD &EXECUTION OF CONTRACT 17J10/07 SECTION 3-PAGE 1 The provisions of Section 3-1.03 of the Standard Specifications shall be changed to read as follows: 3-1.03 Execution of Contract. - The contract shall be signed by the successful bidder and returned, together with the contract bonds, within the number of days specified in the Instructions to Bidders. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 AWARD&EXECOTION OF CONTRACT 12/10/07 SECTION 3-PAGE 2 SECTION 4 - SCOPE OF WORK; BEGINNING OF WORK; TIME OF COMPLETION; AND LIQUIDATED DAMAGES Attention is directed to the provisions of Section 8-1.03 'Beginning of Work," Section 8- 1.06 "Time of Completion," and Section 8-1.07 "Liquidated damages" Of the Standard Specifications and these Special Provisions_ The Contractor shall begin work within 15 calendar days after the Contract has been approved by the legal counsel of the City and a written Notice to Proceed issued to the Contractor. Said Work shall be diligently prosecuted to completion before the expiration of: 15 WORKING DAYS from the day specified in the Notice to Proceed issued by the City. In the event one Or more Bid Schedules are not awarded and included in the Work, the Work shall be completed as indicated below, with the contract time being the sum of the allowable working days specified for all of the Bid Schedules awarded from the date specified in the Notice to Proceed from the City. Upon commencement Of the Work associated with a given Bid Schedule, it shall be diligently prosecuted to completion before expiration of the contract allowed for the subject Bid Schedule in accordance with the following: Bid Schedule A: 5 WORKING DAYS Bid Schedule B: 5 WORKING DAYS Bid Schedule C: 5 WORKING DAYS The foregoing Bid Schedule order shall not be construed to mean order of work. Refer to Section 10 in the Special Provisions for any requirements that may be associated with the order work. As set forth in the Agreement, the Contractor shall pay to the City as liquidated damages the sum specified in the agreement per day for each and every calendar days delay in finishing the Work in excess of the number of working days prescribed above. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 SCOPE OF WORK 12/10/07 SECTION 4-PAGE 1 SECTION 5 - CONTROL OF WORK 5-1 - Warranty Performance Bond. - The Performance Bond furnished by the Contractor shall remain in force and effect, and shall not be exonerated for a period of one year after the City's acceptance of the project; or, at the Contractor's option in lieu thereof, the Contractor may furnish a Warranty Performance Bond prior to acceptance of the work, in a sum not less than 15 percent of the face amount of the contract, such bond to guarantee Contractor's performance of the obligation to repair or replace defective materials or workmanship as stated elsewhere in these provisions, and to remain in effect for a period of one year from the date of City's acceptance of the project_ Nothing in this paragraph shall be deemed or construed to limit the Contractor's obligation of performance. 5-2 - Access or Temporary Rights-of-Way. - All access or construction rights-of-way of a temporary nature, other than shown on the plans, which the Contractor may find that it required during progress of the work, shall be arranged for and paid for entirely by the Contractor, at its own expense. 5-3 - Protection of Survey Monuments. - It shall be the Contractor's responsibility to protect all the existing survey monuments, bench marks, survey marks and stakes. Removal of such monuments, or displacement thereof, shall require their resetting per City Standards for the existing type of monument at the Contractor's expense. 5-4 - Authority of Engineer. - The Engineer shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed, and as to the manner of performance and rate of progress of the work; all questions which may arise as to the interpretation of the plans and specifications; all questions as to the acceptable fulfillment of the contract on the part of the Contractor; and all questions as to compensation. His decision shall be final and he shall have authority to enforce and make effective such decisions and orders which the Contractor fails to carry out promptly, 5-5 - Inspection. - The Engineer shall, at all times, have safe access to the work during its construction, and shall be furnished with every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements and intentions of the Specifications, the Special Provisions, and the Plans. All work done and all materials furnished shall be subject to his inspection. When the work has been completed, the Engineer will make the final inspection- 5-6 - Addenda. - Any questions or comments that prospective bidders may have concerning the plans, specifications, or Special Provisions should be directed to the Engineer. Any written clarifications will be issued as addenda generated by the Engineer. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 CONTROL OF WORK 12/10/07 SECTION 5-PAGE 1 Any addenda issued during the time of bidding shall be acknowledged as a part of the Contract Documents. 5-7 - Site Examination. - Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the work, and the general and local conditions particularly, but without limitation to all other matters which can in any way affect the work or the cost thereof. The failure of the Contractor to acquaint itself with all available information regarding any applicable conditions will not relieve it from the responsibility for properly estimating either the difficulties or the costs of successfully performing the work. 5-8 - Flow and Acceptance of Water. - It is anticipated that storm, surface or other waters will be encountered at various times during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that it has investigated the risk arising from such waters and has prepared its bid accordingly-, and the Contractor submitting a bid shall assume all risk. 5-9 - Prohibition Against Subcontracting or Assignment. - The experience, knowledge, capability and reputation of the Contractor, its principals and employees were a substantial inducement for the City to enter into this Contract. Therefore, the Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Contract nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without prior written approval of the City- Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than 25 percent of the present ownership and/or control of the Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Contract shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express written consent of the City. This Article does not apply to the assignment of anti-trust actions by the Contractor or subcontractor under the provisions of Section 7-1.01 J of the Standard Specifications. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONTROL OF WORK 12/10/07 SECTION 5-PAGE 2 SECTION 6 -- CONTROL OF MATERIALS 6-1 City Provided Materials - The City of Palm Springs shall furnish and provide materials to the Contractor to be used in this project. The City will furnish to the Contractor, for installation at the various intersections, the following materials: • One (1) Fire Station Mounted Emitter System (FSEMIT), complete with solar powered unit; • Six (6) Tomar Model 2091-SD emergency vehicle pre-emption optical detectors with Astro brackets and mountings; • Two (2)Tomar Model 2080-M4 optical signal processors (OSP); • One (1)Tomar Model 1881 card cage and harness; • One (1) roll of 1,000 linear feet of Tomar Model 913 optical detector cable The Contractor shall verify the traffic signal equipment in stock at the City Yard necessary to successfully complete the project at the start of the Work, and shall promptly notify the City Engineer in the event it has determined that there is incorrect or insufficient traffic signal equipment that will affect proper completion of the project. The City shall obtain additional or replacement traffic signal equipment as determined by the City Engineer upon notice by the Contractor that it lacks the correct or insufficient traffic signal equipment necessary to complete the Work. All other traffic signal equipment shall be furnished by the Contractor. 6-2 - Substitutions or Approved Equals. - Contractors requesting approval of "equal products" shall submit their request, along with data substantiating such request, to the Engineer no later than 20 days after bid opening. Data for approval of other materials shall include complete calculations, technical data, samples and/or printed materials relating to performance and physical characteristics of proposed substitutes. Appearances of manufacturers, company names, details of products or services, or product names, in either plans or specifications, are specified or designated for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-3 - Submittals for Approval of "Or Equals." - Should the Contractor request approval for "or equal' products, it shall submit data substantiating such request to the Engineer as per Subsection 6-2, above. Data for approval of "or equal' products shall include complete Calculations, technical specifications, samples, or published documents relating to the performance and physical characteristics of the proposed substitute. The appearance of manufacturer and product names or trademarks, details of materials or services, or product descriptions in either the Plans or the Specifications are for reference only and do not constitute an endorsement of same by the Engineer or the City. 6-4 - Quantities. - Contractor shall submit, with its billing invoice, a corrected list of quantities, verified by the Engineer, for items shown in the unit price Bid Schedule. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONTROL OF MATERIALS 12/10/07 SECTION 6-PAGE 1 6-5 - Placing Orders. - The Contractor shall place the orders for all long lead-time supplies, materials and equipment for any and all water, telephone, electrical, gas, sanitary sewer and traffic signal facilities within 3 working days after the award of contract by the City of Palm Springs City Council, The Contractor shall furnish the Engineer with a statement from the vendors that the orders for said supplies, materials, and equipment has been received and accepted by said vendors within 15 working days from the date of said award of Contract. 6-6 - Correction and Repair Period: - If within one year after the date of completion and acceptance of the Work, or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the City and in accordance with the City's written instructions: (i) correct such defective Work, or, if it has been rejected by the City, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the City may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by the Contractor. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under Subsection 6-1.05, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONTROL OF MATERIALS 12/10/07 SECTION 6-PAGE 2 SECTION 7 - LEGAL RELATIONS AND RESPONSIBILITY 7-1 LEGAL RELATIONS The following modifications, deletions, additions, or other changes shall be made to the indicated articles, paragraphs, and sub- paragraphs of Section 7 of the Standard Specifications. 7-1.1 - Laws to be Observed. - The original provisions of Section 7-1.01 shall be deleted and the following substituted therefor: 7-1.01 Laws to be Observed. - The Contractor shall keep itself fully informed of all existing and future State and Federal laws and county and municipal ordinances and regulations which in any manner affect those engaged or employed in the Work, or the materials used in the Work, or which in any way affect the conduct of the Work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. He or she shall at all times observe and comply with all such existing and future laws, ordinances, regulations, orders, and decrees of bodies or tribunals having any jurisdiction or authority over the Work; and shall indemnify the City, and all officers and employees thereof connected with the Work, including but not limited to the Director of Public Works and the Engineer, against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by itself or its employees. If any discrepancy or inconsistency is discovered in the plans, drawings, specifications, or contract for the work in relation to any such law, ordinance, regulation, order, or decree the Contractor shall forthwith report the same to the Engineer in writing." 7-1.2 - Labor Code Requirements. - Attention is directed to the following requirements of the Labor Code: Prevailing Wage. - The provisions of Section 7-1.01A(2) shall be modified to read: "7-1.01A(2) Prevailing Wage Rates Not Applicable. - Funding for the Work is with all local funds and, as provided under the City Charter, will NOT require compliance with the prevailing wage requirements of the State of California_" Travel and Subsistence Payments. - The provisions of Section 7-1.01A(2)(a) shall be modified to read: '7-1.01A(2)(a) Travel and Subsistence Payments. - As required by Section 1773.8 of the California Labor Cade the Contractor shall pay travel and subsistence payments to each worker needed to execute the Work, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO,07-01 LEGAL RELATIONS& RESPONSIBILITY 12/10/07 SECTION 7-PAGE 1 To establish such travel and subsistence payments, the representative of any craft, classification or type of workman needed to execute the contracts shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for bids." Labor Non-Discrimination. - The provisions of Section 7-1.01A(4) shall be modified to read: "7-1.01A(4) Labor Non-Discrimination. - Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons on public works because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, or sex of such persons, except as provided in Section 12940 of the Government Code, and every Contractor for public works violating this Section is subject to all the penalties imposed for violation of this Chapter." All references in said Section 7-1.01A(4) to Chapter 5 of Division 4 of Title 2 of California Code of Regulations is hereby deleted. Apprentices. -The provisions of Section 7-1.01A(5) shall be modified to read: "7-1.01A(5) Apprentices. - The Contractor shall comply with all applicable provisions of Section 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works." Trench Safety. -The provisions of Section 7-1.01 E shall be modified to read: "7-1.01E Trench Safety. - As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 5 feet or more in depth, the Contractor shall submit for acceptance by the City or by a registered civil or structural engineer, employed by the City, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation, of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a registered civil or structural engineer employed by the Contractor, and all costs therefor shall be included in the price named in the Contract for completion of the Work as set forth in the Contract Documents. Nothing in this Section shall be deemed to allow the EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7• PAGE 2 use of a shoring, sloping, or other protective system less effective than that required by the Construction Safety Orders. Nothing in this Section shall be construed to impose tort liability on the City, Engineer, or any of their officers, agents, representatives, or employees." Additional Provisions. - The following additional Paragraphs 7 1.23 through 7-1.29, inclusive, shall be inserted at the end of Chapter 7 of the Standard Specifications: "7-1.23 Contractor Not Responsible For Damage Resulting From Certain Acts of God. - As provided in Section 7105 of the California Public Contract Code, the Contractor shall not be responsible for the cost of repairing or restoring damage to the Work which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the Work damaged was built in accordance with accepted and applicable building standards and the plans and specifications of the City. The Contractor shall obtain insurance to indemnify the City for any damage to the Work caused by an act of God if the insurance premium is a separate bid item in the bidding schedule for the Work. For purposes of this section, the term "acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and tidal waves." 7-1.24 Notice of Completion. - In accordance with the Sections 3086 and 3093 of the California Civil Code, within 10 days after date of acceptance of the Work by the City, the City will file, in the County Recorder's office, a Notice of Completion of the Work. "7-1.25 Unpaid Claims. - If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the City a Stop Notice as provided in Sections 3179 through 3210 Of the Civil Code of the State of California, the City shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the Contractor under this Contract as shall be sufficient to answer the claim stated in such stop notice and to provide for the reasonable cost of any litigation thereunder, provided, that if the Engineer shall, in its discretion, permit the Contractor to file with the City the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice." 7-1.26 Retainage From Monthly Payments. - Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute securities for any money withheld by the City to insure performance under the Contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent, who shall return such securities to the Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow agent EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10107 SECTION 7-PAGE 3 shall be subject to a written agreement for in-lieu construction payment retention provided by the City between the escrow agent and the City which provides that no portion of the securities shall be paid to th Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the City of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit." "7-1.27 Removal, Relocation, or Protection of Existing Utilities. - In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made apart of the invitation for bids. The agency will compensate the Contractor for the casts of locating, repairing damage not due to the failure of the Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. The Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. If the Contractor while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the Contractor to do such repairs or relocation work at a reasonable price." "7-1.28 Contracts for Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract. - As required under Section 7104 of the Public Contracts Code, in any public works contract of a local public entity which involves the digging trenches or other excavations that extend deeper than 4 feet below the EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 4 surface shall be subject to the following conditions: The Contractor shall promptly, and before the following conditions are disturbed, notify the public entity in writing, of any: (1) Material that the Contractor believes may be material that is hazardous waste as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. (2) Subsurface or latent physical conditions at the site differing from those indicated. (3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract." "7-1.29 Resolution of Construction Claims. - As required under Section 20104, et seq., of the California Public Contract Code, any demand of$375,000 or less, by the Contractor for a time extension, payment of money, or damages arising from the work done by or on behalf of the Contractor pursuant to this Contract; or payment of an amount which is disputed by the City shall be processed in accordance with the provisions of said Section 20104, et. seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. A single written claim shall be filed under this Article prior to the date of final payment for all demand resulting out of the Contract- Within 30 days of the receipt of the claim, the City may request additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. If the amount of the claim is less than $50,000, the Contractor shall respond to the request for additional information within 15 days after receipt of the request. The Contractor shall respond to the request within 30 days or receipt if the amount of the claim exceeds $50,000, but is less than $375,000. Unless further documentation is requested, the City shall respond to the claim within 45 days if the amount of the claim is less than $50,000, or within 60 days if the amount of the claim is more than $50,000 but less than $375,000. If further documentation is requested, the City shall respond within the same amount of time taken by the Contractor to respond, or 15 days, whichever is greater, after receipt of the information if the claim is less than $50,000. If the claim is more than $50,000 but less than $375,000 and further documentation is requested by the City, the City shall respond within the same amount of time taken by the Contractor to respond or 30 days, whichever is greater. If the Contractor disputes the City's response, or the City fails to respond, the Contractor may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the City within 15 days after the deadline of the City to respond or within 15 days of the City's EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 5 response, whichever occurs first. The City shall schedule the meet and confer conference within 30 days of the request. If the meet and confer conference does not produce a satisfactory request, the Contractor may pursue the remedies authorized by law. 7-1.3 - Permits and Fees. - The Contractor is required to sign a City construction permit, but the fee will be waived. The Contractor is required to obtain an Encroachment Permit from Cathedral City for the Work occurring at the Ramon Road/Crossley Road intersection, identified on Bid Schedule D. The Contractor shall be responsible for paying all required Cathedral City fees, if any. 7-1.4 - Business License. - The Contractor and all subcontractors shall posses a current business license issued by the City prior to performing any work, in accordance with Title 3 of the Palm Springs Municipal Code. 7-1.5 - Contractor's Representative, - The Contractor shall designate, in writing, before starting work, an authorized representative who shall have the authority to represent and act for the Contractor. 7-1.6 - Disposal Site. - The Contractor is required to specify the route and the disposal site of the material which is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. The Contractor shall obtain City approval for storage or disposal sites located on City-owned property by executing a hold harmless agreement prior to stockpiling on City-owned property or hauling on City routes. The Contractor will not be permitted to stockpile any removals on any adjacent vacant lots with or without the property owners approval. 7-1.7 - Cleanup. - Throughout all phases of construction, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish and debris. The Contractor shall also abate dust nuisance, as required by these Special Provisions. The use of water resulting in mud on public streets will not be permitted as a substitute for sweeping or other methods. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused materials, trash, rubbish and debris so as to present a satisfactory clean and neat appearance, as approved by the Engineer. All cleanup costs shall be absorbed in the Contractors bid. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 LEGAL RELATIONS& RESPONSIBILITY 12/10/07 SECTION 7-PAGE 6 Full compensation for all work required in this section shall be considered as included in the contract prices paid for the related items of work and no additional compensation will be allowed therefor. 7-1.8 - Dust Control. A. The Contractor shall be responsible for stabilizing the disturbed soil during construction. The method which it will use must be approved by the Engineer. If a water meter is required by the Engineer during construction, the Contractor shall contact the Desert Water Agency at (760) 323-4971 to obtain said meter. The cost of this work shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefor. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the rp oj_ect, in conformance with City requirements, Section 10 of the Standard specifications, and to the satisfaction of the City Engineer. C. Full compensation for providing 24 hour dust control and project maintenance; and for furnishing, erecting, maintaining, and removing the dust control sign shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. 7-1.9 - Protection of Existing Improvements. - It shall be the Contractor's responsibility to protect all the existing improvements. Should the Contractor anticipate removal of any sidewalk, curb and gutter, driveway approach, trees, landscaping, fences, walls, signs, water valves, irrigation system and associated electrical services, etc., repair and replacement shall be at least equal to existing improvements. Payment for providing all work necessary to protect, remove and restore existing improvements shall be included in the price of various items in the Bid Schedule, and no additional payment will be made therefore. 7-1.10 - Damage to Adjacent Property. - The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract; and the Contractor, at its own expense, shall make any repairs that result from its operation, to the approval of the Engineer and the affected property owner. 7-1.11 - Traffic Control and Access. - The Contractor shall submit to the Engineer, traffic control plans for his approval. Any changes requested by the Engineer will be incorporated into the traffic control plans prior to commencing work. The traffic control plan must be a detailed plan showing the proposed phase construction, if any, all detours planned within the construction site, and must include signage (each sign designation shown), solar-powered arrow boards, delineators, barricades, etc_ EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 LEGAL RELATIONS& RESPONSIBILITY 12/10/07 SECTION 7-PAGE 7 The Contractor shall provide and maintain all necessary traffic control to protect and guide traffic for all work in the construction area, including solar powered arrow boards. All traffic controls shall be clearly posted with signs prior to the beginning of any work. All traffic restrictions listed herein are to supplement other traffic regulations of the City and are not intended to delete any part of these regulations. Local access shall be maintained to all properties on the project at all times. Any,street closure shall be approved by the En ineer. Fridays shall be used for cleanup and paving where possible. No trench excavation or Pipe laving on Fridays, weekends, holidays, or the day precedina a holiday will be permitted without prior approval of the Engineer. Fridays shall be used for cleanup and paving where possible. 7-1.12 - Notice to Property Owners or Businesses. - The Contractor shall notify the property owners or occupants of affected properties with a written notice 48 hours prior to the beginning of construction. 7-1.13 - Travel Lanes. - The Contractor is responsible for maintaining a minimum of one lane open each direction to traffic during the construction. Emergency exits shall be maintained to all residences and businesses at all times during construction. In the evening, the Contractor shall open the streets to regular traffic. Flaggers will be required to insure the safe flow of traffic at intersections and businesses that may be affected. This work shall be included in the price for traffic control in the Bid Schedule and no separate payment will be made therefore. 7-1.14 - Construction Signing, Lighting and Barricading. - Construction signing, lighting and barricading shall be provided as required by City Standards or as directed by the City Engineer. As a minimum, all construction signing, lighting and barricading shall be in accordance with State of California, Department of Transportation, "MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) 2003 EDITION AS AMENDED BY MUTCD 2003 CALIFORNIA SUPPLEMENT", or subsequent editions in force at the time of construction. These signs and barricades shall be indicated on and be an integral part of the Traffic Control Plan. 7-1,15 - Temporary No Parking Signs. - Temporary No Parking signs shall be posted at least 24 hours, but no more than 48 hours in advance of the work. The signs shall be placed no more than 100 feet apart on each side of the street and at shorter intervals if conditions warrant. The Contractor shall provide the signs and will be responsible for adding the dates and hours of closure to the signs. Removal of signs and furnishing and placing of barricades, if necessary, for posting of signs will be provided. All signs shall be removed within 24 hours after the effective date. 7-1.16 - Safety and Health Provisions. - The Contractor shall conform to all applicable occupational safety and health standards, rules, regulations and orders established by EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT N0,07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 8 the State of California. Working areas utilized by the Contractor to perform work during the hours of darkness, shall be lighted to conform to the minimum illumination intensities established by California Division of Occupational Safety and Health Construction Safety Orders. 7-1.17 - Public Safety During Non-Working Hours. - Notwithstanding the Contractor's primary responsibility for safety on the jobsite when the Contractor is not present, the Engineer at his option after attempting to contact the Contractor, may direct City forces to perform any functions he may deem necessary to ensure public safety at or in the vicinity of the job site. If such procedure is implemented, the Contractor shall bear all expenses incurred by the City. Full compensation for conforming to the provisions in this section "Public Safety," shall be considered as included in the contract prices paid for the various items of work involved and no additional compensation will be allowed therefore. 7-1.18 - Equipment Moving. - When moving from one construction location to another, a pilot vehicle shall lead all construction equipment. Flashing lights, flags and warning signs shall be used as necessary to ensure public safety. All costs for equipment moving shall be included in the prices for all bid items in the Bid Schedule and no additional payment will be made therefor. 7-1.19 - The Contractor, An Independent Contractor. - It is understood and agreed that the Contractor is and at all times shall be, an independent Contractor and nothing contained herein shall be construed as making the Contractor, or any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or assume any obligation or liability for or on behalf of the City. 7-2 INSURANCE AMOUNTS 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. At a minimum this policy shall: • be written on a per occurrence basis; and EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 9 • include products and Completed operations liability, independent contractors liability, broad form contractual liability, and cross liability protection. 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 cannot be waived. At a minimum this policy shall: • be written on a per occurrence basis; and • include coverage for Bodily Injury and Property Damage, Owned, Non-owned and Hired Vehicles; and • include coverage for owned, non-owned, leased and hired vehicles. If an automobile is not used in connection with the services provided by the contractor, vendor or service provider, a written request to waive this requirement should be made to the City's Risk Manager. 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 available from the City's Risk Manager. At a minimum, this policy shall: • provide statutory requirements of the State of California; and • include $1,000,000 Employer's Liability. B. Minimum Limits of Insurance Coverage Required $1 Million per Occurrence/$2 Million Aggregate Umbrella excess liability may be used to reach the limits stated above. Additional insurance requirements may be imposed by the City for services or products that have a higher risk. Refer to the City's Risk Manager for information of the insurance requirements for the following types of services or products: 1. Construction contracts which are awarded or administered through City departments other than the Public Works Department; 2. Medical, excavation, drilling, trenching or shoring services, or services involving explosives or pyrotechnics; 3. Environmental consulting, engineering or related services or operations; EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO-07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 10 4. Custom manufactured products; 5. Products or services involving firearms, tobacco, alcohol, or controlled substances; 6. Any unusual or high-risk activities, operations or products- C. General Standards for Insurance Policies All insurance policies shall meet the following standards: 1. Insurance carrier is to be placed with duly licensed or approved non-admitted insurers in the state of California. 2_ Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes those insurers with a minimum policyholder's surplus of $50 Million to $100 Million). Exceptions to the Best's rating may be considered when an insurance carrier meets all other standards and can satisfy surplus amounts equivalent to a B+, Class VII rating. 3. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. D. Verification of Insurance Coverage All individuals, contractors, agencies, and organizations conducting business for the City shall provide proof of insurance by submitting one of the following: (1) an approved General and/or Auto Liabili Endorsement Form for the City of Palm 5 rp inas or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement 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 it relates to 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 it relates to a specific contract" or "for any and all work performed with the City" may be included in this statement). See Example A below. As an alternative to the non-contributory endorsement, the City will accept a waiver of subrogation endorsement on the General Liability policy. At a minimum, this endorsement shall include the following language: "This insurance company agrees to waive all rights of subrogation against the City of Palm Springs, its officers, officials and employees for lasses paid under the EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 11 terms of this policy which arise from the work performed by the named insured for the City." 3. "The insurance afforded by this policy shall not be cancelled except after thirty days prior written notice by certified mail return receipt requested has been given to the City." 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 B below. The Workers' Compensation and Employer's Liability policies shall contain waiver of subrogation clause in favor of City, its elected officials, officers, employees, agents and volunteers. See Example C 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 works hall not waiver the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form specific to a particular insurance company that has similar wording) as long as the form is accompanied by a CG 20 37 10 01_ In addition, the City will accept the following: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premimium) 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 F. Endorsement Language for Insurance Certificates Example A: THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO CONTRIBUTE WITH IT. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 12 Example B: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS' WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT €A1N3RE TO)-MA I SI IG l NOTICE SHALL IMPORF NO ORI Ir_ATlnnl OR Y—JF-iA1IV ILIN-D UPON THE INSURER, ITS AGEEAI R RE-PRE-SENTATW/€�. `The broker/agent can include a qualifier stating "10 days notice for nonpayment of premium." Example C: IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED(S), BUT ONLY WITH RESPECT TO 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. The City has recently joined SPARTA (Service Providers & Artisans Trade Activities Program) to accommodate smaller contractors and service providers who have difficulty in meeting the City's insurance requirements. The SPARTA Program offers a general liability program that provides the $1 million limit and, upon request, will also provide auto insurance with the $1 million limit (only in conjunction with the purchase of general liability insurance). SPARTA is only available during the time your company is under contract with the City. Insurance is provided on a per project basis and is overseen by the Municipality Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++ rated company. There is a 24-hour response time and coverage is immediate. A quote may be obtained by calling 1-800-420-0555 or online at www.2sparta.com. Type of work covered: A. Personal services contracts; EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 13 B. General contractors and their subcontractors (certain specialty trades excluded); C. Consultants; and D. Providers of goods. H. Waiver of Modification of the Insurance Requirements Any waiver or modification of the insurance requirements can only be made by the City's Risk Manager or designee at City's discretion. If you do not believe that the insurance requirements apply to you (e.g., you do not have employees and therefore are not subject to the State workers' compensation insurance requirements; you do not drive an automobile in connection with the services you provide to the City; professional liability or errors and omissions liability insurance is not available for the type of services you are performing, etc.), please submit a written request for waiver or modification of the insurance requirements and the reasons underlying your request to the Risk Manager. All requests for waiver or modification will be reviewed and a final determination rendered by the Risk Manager. END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 LEGAL RELATIONS&RESPONSIBILITY 12/10/07 SECTION 7-PAGE 14 SECTION 8 - PROSECUTION AND PROGRESS 8-1 - Schedule of Work. - A schedule of work shall be provided by the Contractor at the pre-construction meeting. The Contractor's schedule, as submitted, is subject to approval by the Engineer. The Contractor shall also provide a list of all subcontractors and suppliers at said meeting. All subcontractors shall be present at the pre-construction meeting. 8-2 - Hours of Operation. - It shall be unlawful for any person to operate, permit, use or cause to operate any of the following types Of vehicles, equipment, or tools, other than between the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday (no work allowed on legal holidays), unless otherwise approved by the Engineer, and except for working premium hours as discussed under"Completion Schedule": a) Powered Vehicles b) Construction Equipment c) Loading and Unloading Vehicles d) Domestic Power Tools - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 PROSECUTION&PROGRESS 12/10/07 SECTION 8-PAGE 1 SECTION 9 - MEASUREMENT AND PAYMENT 9-1 GENERAL 9-1.1 - Description: - Payment for the various items of the Bid Sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the drawings, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Sheet(s), and all costs therefor shall be included in the prices named in the Bid Sheet(s) for the various appurtenant items of work. 9-1.2 - Progress and Final Payments: - Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgement by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. Subject to the provisions of Section 22300 of the Public Contract Code, a 10 percent retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. At the expiration of 35 days after acceptance of the Work by the City, or as prescribed by law, the amount deducted from the final estimate and retained by the City will be processed for payment to the Contractor, except for such amounts as are required by law to be withheld by properly executed and filed notices to stop payment, or as may be authorized by the Contract to be further retained. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO-07-01 MEASUREMENT AND PAYMENT 12/10/07 SECTION 9-PAGE 1 Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or materialmen. 9-2 PAYMENT SCHEDULE 9-2.1 - Initial Mobilization: - Measurement for payment for initial mobilization will be based upon completion of such work as a lump sum, non-proratable pay item, and shall require completion of all of the listed items during the first 10 days following Notice to Proceed. Payment for Initial Mobilization will be will be considered as included in the lump sum price bid, which price shall constitute full compensation for all such work. The scope of the work included under initial mobilization shall include the obtaining of all bonds, insurance, and permits; moving onto the site of all plant and equipment; and the furnishing and erecting of plants, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items: 1. Moving on to the site of all Contractors plant and equipment required for first month's operations per Section 5-1.10 of the Standard Specifications. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing and installing construction water supply per Section 40-1.02 of the Standard Specifications. 4. Providing on-site sanitary facilities and potable water facilities as specified per Cal- OSHA as required by Section 7-1.06 of the Standard Specifications. 5. Furnishing, installing, and maintaining all storage buildings or sheds required for temporary storage of products, equipment, or materials that have not yet been installed in the Work. All such storage shall meet manufacturers specified storage requirements, and the specific provisions of the specifications, including temperature and humidity control, if recommended by the manufacturer, and for all security. 6. Arranging for and erection of Contractor's work and storage yard. 7. Obtaining and paying for all required bonds, insurance and permits. 8. Posting all OSHA required notices and establishment of safety programs per Cal- OSHA as required by Section 7-1.06 of the Standard Specifications. 9. Having the Contractor's superintendent at the job site full time as required under Section 5-1.06 of the Standard Specifications. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 MEASUREMENT AND PAYMENT 12/10/07 SECTION S-PAGE 2 10_ Submittal of required Construction Schedule as specified in Section 8-1.04 of the Standard Specifications. 11. Funcfional testing of new traffic signal controllers at a City approved manufacturer or laboratory. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of the Standard Specifications. No payment for any of the listed mobilization work items will be made until all of the listed items have been completed to the satisfaction of the Engineer. The aforementioned amount will be withheld by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such withholding of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payments pursuant to the provisions of Public Contract Code 22300. 9-2.2 - Lump Sum Pay Items: - The following Section 9-1.01(A) shall be added to the Standard Specifications: 9-1.01(A) LUMP SUM PAY ITEMS On lump sum items, the Contractor shall submit, for approval by the Engineer, a Schedule of Values, or lump sum price breakdown, which will serve as the basis for progress payments and shall be incorporated into a form of Application for Payment acceptable to the Engineer. Such Schedule of Values shall be submitted for approval at the Pre-construction Conference and must meet the approval of the Engineer before any payments can be made to the Contractor. - END OF SECTION - EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO-07-01 MEASUREMENT AND PAYMENT 12/10/07 SECTION 9•PAGE 3 SECTION 10 - CONSTRUCTION DETAILS 10-1 GENERAL 10-1.1 — Description. - The work under this contract shall consist of furnishing all labor, materials (except where otherwise identified as furnished by the City), vehicles, tools, machinery, equipment, and appurtenant work, all as shown on the plans; and providing qualified supervision and all other items necessary to provide complete and operational improvements to the satisfaction of the City of Palm Springs, necessary for modifying existing traffic signal and lighting systems at the following locations: • Indian Canyon Drive at Amado Road • Ramon Road at El Cielo Road • Indian Canyon Drive at San Rafael Drive Such items and details not mentioned herein that are required by the plans, Standard Specifications, these Special Provisions, or any addenda or clarifications shall be furnished, placed, installed or performed. 10-1.2 — Maintaining Traffic. - Attention is directed to Sections 7-1.08, "Public Convenience," 7-1.09, 'Public Safety," and 12, "Construction Area Traffic Control Devices," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-1.09. In addition to the provisions set forth in Section 7-1.09 'Public Safety" whenever work to be performed on the traveled way (except the work of installing, maintaining, and removing traffic control devices) is within 6 feet of the adjacent traffic lane, the adjacent traffic lane shall be closed. The Contractor shall notify local authorities of its intent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make its own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall not tow any parked vehicles without authorization of the City Police Department. Full compensation for furnishing all labor, materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of traffic control plans will be considered as included in the Contractor's lump sum bid, and no additional compensation will be made therefore- 10-1.3 — Record Drawings. - The Contractor shall maintain a complete set of record drawings at the job site. All documents including contract and shop drawings shall be legibly marked showing each actual item of record construction including: EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONSTRUCTION DETAILS 12110/07 SECTION 10-PAGE 3 1. Measured depths of elements in relation to fixed datum points- 2. Measured horizontal and vertical locations of underground utilities and appurtenances with reference to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction with reference to visible and accessible features of construction. 4. Field changes of dimensions, locations and/or materials with details as required to clearly delineate the modifications. 5. Any details not in original contract drawings developed by the City or the Contractor through the course of construction necessary to clarify or modify the contract drawings. The Contractor shall legibly modify the contract specifications to reflect actual items of record construction including: 1. Manufacturer, trade name, and catalog number of each product actually installed, particularly optioned items and substitute items. 2. Changes made by addendum or modifications- The Contractor shall maintain all record information daily and make this information available to the Project Inspector upon request. The Contractor's progress payment will not be approved unless project record drawings are current. 10-1.4 - Inspection Of Work and Testing`Laboratory. - Inspection of the work will be under the supervision of the Engineer and will include monitoring and enforcing compliance of materials, equipment, installations, workmanship, methods and requirements of the contract documents. The Engineer may be represented on the work site by Inspectors and other duly authorized representatives. All submittals and correspondence between the City and the Contractor, related to inspection of the work on this contract, shall be directed to the Engineer. 10-2 REMOVALS 10-2.1 - Disposal Site. - The Contractor is required to specify the route and the disposal site of the material that is required to be removed and hauled away. The Contractor shall provide this information at the pre-construction meeting. EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONSTRUCTION DETAILS 12/10/07 SECTION 10-PAGE 4 The Contractor will not be perrnitted to stockpile any removals on any adjacent vacant lots with or without the property owner's approval. 10-2.2 - Existing Facilities. - It shall be the Contractor's responsibility to protect all existing improvements not designated for removal. Should the Contractor anticipate removal of any sidewalk, handicap ramps, curbs, gutters, driveway approaches, trees, landscaping, fences, walls, signs, water valves, irrigation system components and associated electrical service, etc., that is not identified for removal as part of the project. Repair and replacement shall be at least equal to the existing improvements prior to such damage, all in accordance with requirements of the Contract Documents. The Contractor shall be responsible for any and all damage done to existing property and adjacent properties during all construction work under this contract, and the Contractor, at its expense, shall make any repairs that result from its operations, to the approval of the Engineer and the subject property owner. Damaged or removed bikeway or traffic striping shall be replaced by the Contractor with permanent striping within 24 hours of damage or removal, or replaced with temporary striping at the discretion of the Engineer. 10-3 TRAFFIC SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 10-3.1 - Description - Traffic signals and lighting, shall conform to the provisions in Section 86, "Signals, Lighting and Electrical Systems," of the Caltrans Standard Specifications and these Special Provisions_ 10-3.2 - Order of Work. - Order of work shall conform to the provisions in Section 5-1.05, "Order of Work", of the Caltrans Standard Specifications and these Special Provisions. The order of listing of intersections (Bid Schedules A through C) does not imply an order of work required by the Contractor. The Contractor shall schedule the Work at intersections in the sequence, and concurrently, as necessary to complete the Work within the time of completion. Prior to commencement of the traffic signal function test, all items of work related to signal control shall be completed. 10-3.3 - Maintaining Existing and Temporary Electrical Systems. - The Contractor shall not allow traffic signals to be de-energized for more than 8 consecutive hours. The Contractor may de-energize signals between the hours of 8:00 a.m. and 5:00 p.m. The contractor shall place notice signs 48 hours prior to de-energizing signals. The notice signs shall read "EXPECT LONG DELAYS ON (month)/(day) BETWEEN 8:00 A.M. AND 5:00 P.M. DUE TO SIGNAL REPAIR". During the time the signal is de-energized, the contractor shall place "STOP AHEAD" warning signs on each approach, in accordance with the Caltrans Traffic Manual. If, for unforeseen reasons, the signal must be de- EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONSTRUCTION DETAILS 12/10/07 SECTION 10-PAGE 5 energized for more than 8 hours, the Contractor shall provide temporary power to the signal; overhead wires may be used to establish a power supply. 10-3.4 - Conductors and Wiring. - Splices shall be insulated by "Method B" or, at the Contractor's option, splices of conductors shall be insulated with heat-shrink tubing of the appropriate size after thoroughly painting the spliced conductors with electrical insulating coating. Conductors shall be spliced by the use of"C" shaped connectors. Liquid tight flexible metal conduit will not be required to separate telephone and power conductors in controller cabinets. Special attention is called to Caltrans Standard Specification, Section 86-2.09 B "Installation", which states: When new conductors are to be added or existing conductors are to be removed from existing conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 86-2.05C, "Installation and both old and new conductors, as shown on the plans, shall be pulled into the conduit as a unit. 10-3.5 -- Testing. - Functional testing shall not begin, nor signal energizing occur, on a Friday or on the day preceding a legal holiday, and as specified in Section 86-1.07 of the Standard Specifications. 10-3.6 - Emergency Vehicle Pre-Emption Equipment. - General: A complete, functioning, Tomar "Strobecom II" Optical Preemption and Priority Control System, complete with Tomar Model 2091-SD optical detectors, Tomar Model 2080 optical signal processor (OSP), M913 detector cable, and associated equipment (or approved equal) shall be installed by the Contractor. The system shall be designed to prevent simultaneous preemption by two or more emergency vehicles on separate approaches to the intersection. Optical Detector: The optical detector shall be mounted where indicated by an approved mastarm clamp. The detector shall not be mounted on the signal head. Emergency vehicle preemption sequence of operation shall be subject to the approval of the Engineer prior to timing and tum-on of signals. It shall be the responsibility of the Contractor to provide the services of a knowledgeable representative of the manufacturer of the emergency vehicle preemption equipment to be present for not less than the first day of the traffic signal lighting function test to ensure proper installation and functioning of the equipment. The optical detector shall be a light- weight, weatherproof, adjustable, bi-directional optical detector assembly. Internal EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07-01 CONSTRUCTION DETAILS 12/10/07 SECTION 10-PAGE 6 circuitry shall transform optical energy from the optical emitter assembly into electrical signals for delivery via optical detector cable to the phase selection equipment. Phase Selector: This equipment shall interface between the optical detector and the controller cabinet. It shall interface with the signal controller and provide the following functions while not compromising the control equipment fail-safe provisions: A. Sufficient power to all optical detectors required for the intersection- B. Sensitivity to the optical detector signal via adjustable range potentiometers- G. Differentiation of signals by optical detectors from one or more emitters on a first-come, first-served basis. D. outputs to signal the controller to cause selection of the desired phase green display for the approaching vehicle. E. Smooth transition to non-priority operation upon passage of the vehicle through the intersection. Other: The Contractor shall provide a vehicle equipped with an emitter to test and verify satisfactory operation of the equipment. The price paid for installing emergency vehicle pre-emption system equipment, detector sensors and cable shall be considered as included in the Contractor's lump sum bid, and no additional compensation shall be allowed therefore. 10-3.9 — Vehicle Detectors. - Vehicle detectors shall comply with Section 86-5.01, "Vehicle Detectors," and the following special provisions. Loop detector lead-in-cable shall be Type B. 10-3.10 — Payment. - The lump sum contract price paid shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing all new traffic signal and lighting system equipment, complete and fully operational in place as shown on the plans, as specified in the Special Provisions, and as directed by the Engineer, and no additional compensation will be made therefore. - END OF SECTION — EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION SPECIAL PROVISIONS CITY PROJECT NO.07.01 CONSTRUCTION DETAILS 12/10/07 SECTION 10-PAGE 7 CITY OF PALM SPRINGS PUBLIC WORKS & ENGINEERING DEPARTMENT PART III - APPENDIX EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO. 07-01 Project Drawings EMERGENCY VEHICLE PREEMPTION DEVICES INSTALLATION CITY PROJECT NO.07-01 CONTENTS 12/10/07 PART III �II I�I ONS ^; 1' I I„' a, ;; a 11, _ rnwi�•' '• as"a�'' •r <�Il nnj�nl'rtij1i"•�i ^ d,iPi �� N?:::..>r�".-^� "it�•'�i:l M - "--d,•a & M,n (•_�d,.t� II I °. "' T i rs ana .�T .CLr"'jW,I '��" � • optical tle L•oeCo !^ '�' r ! �. install Tamar 2D111-51 •' p _ .1 ., , 'PH1'% f,. !I i` '•'. optical date ry ck0r• 4.� TnSmll Tomar'2080 A S4Pivs discrimination motl�la.- � :w Fiq' 1. •q Y1 .9 r I w , .;1� iw�1 ;,IN r, 3rV ',I 7, •',y 'q., 7 .,'_� r ^ " ':,. :� it m �' �•�, �,� v,^rM1- f P r 1 .4,,yv �r0 r '�^/•mil:" b:n , r� i v ..�';. p r`.'�„4.v�' f�'i"rM..r� Ir N f�. � r w J ^�.,. �" ,�N ,h ', 1rr W✓��.�: , I - �^u�' P•i:":..-"- Exis to n9 EVP µ��BI ..�r j^ f,�i.-'._ r,•l, detector•Lo he 1 'J f'Y,. " `^��.nP^:•pj ''i ,Fire Station 1 + rcmovad. 4 ',f- , T: L� X App ratu . !� I,,",.,�,y h,r- ' �,• . ,c-' G'„ !P .I,� ..4:� 1 ,i 1 Mount now Tomar I' •Fine�tatieq ], r= ey "•+•Rfw'. ! !!1,"'� ''�• FSEMIT Transeey vqr A•�• �' ," Sgr51F(Y��uaPeps' la^rn :L �l, and Solar V01La14 `' 1 . Cell prouiand 6Y the City per _ �' /I r�V �yl l�l"•rvJ�!1�, ' detail on Sheet 4. 1 Ll 1 1 1 J' v/' I�1- 1 YT ti Emergency 'Preemption CX' Installation Sheet' I of 4 LliTY f.?1 T'ihLI'rP1 i d'C;fS APPROVED-=," — DATE:. PUBLIC WORKS & ENGINEERING DEPARTMENT CITY ENGINEER Fire a Station 1 DRAWN BY: RBJ FILE NO..x II �.� FS EMIT Installation CHECKED BY: DJg : w.. Install Tomar 2091-SD� _ r Emergency Vehicle. , •, Preemption Detectors G 1 � 1 is 2^ O.D. per Section ,BL ❑f ,'•," :�� ; the faltra ns Standard LY�IrbrorornrmrararbYd..]J _Specifications o Existing Type M o Cabinet with a shelf' mounted 170E controller. - _ Secure conduit t Secure conduit"o the to the controller cabinet with �______-m „controller galvanize conduit strap,s. -- ., ----------- cabinet with i and galvanized bolts; ., i "� � galvanize ,conduit ,straps i � , and galvani XE,d .........../.,.....�..:.­ _._I� -T: ' bolts. —.1 i 1-Il.:--...T.. 1 .. 1�. /1 1 is isiL-�----------Tj-` 1 „-. --...... 1 _ 1 1 1 Galb- Le' L_ __ ---------- - Aetal1 .,,A.. ,; '�, III, ,la''lJIT 110_1,16' I,:°III 11I11 - q'li'- I;:I,{�'>iL 1 .I. I . R a m o,n ,I�R dl 11 ir IT :7 - L I I. h�,, Jc�� 1,xY 7 _aC,$:• '. � ------' _ - Ili Suwl ,..1 - _ - ,, �I #'Sd `z I�, , �` Install ',To,m'ar �09 -5 Emergency. Vehicle Preremp t io ,; h �i n,' "I Detectors 9G2)', T'omar':, ,ar + ,, ,f ar i l„JI: W i 1,1t h s' It '';,,-:"II ;'.1 i,i! =1, i �p e 11881 Card ' Ca'9 er 'A,e,t-aiT^i_I �. rq, ;1 " R�" n . 'I'" .i"r•I_i.��1�4 .I .r 1 .NL, ..I rcr L. I I ' I V ;.. 1 . I III' is i N III "hereon I I .M'L,rnEam�b,iafd,r 9'vy„��:,YYWa.^' ,Irylr'r', .fir •, I. •�, - II' 4" , hl ..,I I I 17,-liI`:,',%j' II+I�•'?Ij},y - Ramon Rd and Sheet 2 Emergency Preemption E1 Cielo Rd vnof 4 Installation rlv ;• _ ,:I;. a.,,r,it�v;sz�rJs' ` L�i ,,:'r�.��. „i� �` �y 44�� 'r;;11 ',�yW.,i "rN• W't al II I. .?,ill .i'.I" ' ''f_y- A _1, rr ili'lir;iq ll',�'.5.1 �.,. ..i ^'� .•_'m ,'� xp II er � . .�. ."d ., 'r 1.1��i lf�«Y.'�',f'Il°;ry �ll�' ,�(,i�•alJ �.'L{;19:I�,,:L,I'" '-Ir' . ,i, 1 I'i.Pl`,;,`''; x '^I'I;, li4 '( f. 11 �'ifYvl�1';;:,��p'wr+•arlyy , I .P."I I. III I, 1 k.l 'Y' . '" � ,vV� 7,s I�� . �,, ,, ' ,rG' insn,VIA "i' 'cl'ilp t'Irl..' hM' {I NF" w,. '' C"^t`m-^1�N"Tu'-"Ili^ P.v��..: ".r:^_r„ I •r,l Jn: ' r "rt r`;' hi A T'Ipll',1,; 1,°" •.:,' ":-Ir�^��; °,.�,';^IA r: '�"':: :"."��ACE_• :an2U'_..,:.II"j} -:�:'.,!�-�:;n: ��"rtiw t yr, w«� ,{I , A.. d.,. ','ICI' �.'' ".9f I ,,, 'lo InY "�i(. I:"r' r�ti"�rYIn-•,wglrary�'Vr "'W�,tilp}4w c�1 NI' I I ,.J,r1',I„ , ,',I , ':v'I �L .. li;ni ^I'': -iyl.l;l .q+L ;i,,. �I A•'d. �1;,1,,I'I �i 'II 111 ,' 1 '`,y ,.,,:n I{h;";�.:. ra t'Ilry ` CII":.i . "r j", v I,, fc;q-Pil i7i {,'I,t'ln �L.P'I.IIII'II ',n�!"Il,r;l'x.'''I: �,' ''9 iwn.J L,I mrl 1n,:µ+i:4 �. xVtl rr �r gll1'.Ii, - .I11=�`'"�' !''' �,,I';'I�,a�",jn, _ +hi:"•:' ' r C;LNLL%l'17u w M191F 1 ' 11 ' ',.''Yfk 4'��'." �,���'`!n�'�',•��'�rt1 �w ,iA�j';vY�p,,'r r 311 yj,,�1 �4 �lJ.�i' �. p, ! I �,.•r'4+�+ I. j1r0` xa.-,9d42a2�_:�a 2..I.F- M jr,iBlb'1,s�e.+ iI I 'dy11 4 .1i 14w.1S q {" �ftyl a:1rrl =� ,�I' .. u4" •I!I �i'Ip.� a ('";m;!I�r� '%L�„' �j�r'nr'�;.I�CI�xy. - r'I .,+ - . f . _Y,-? ::a ;,. F^" :.Yr,*1NMF "I.!;,..''" "Il" ,�IIW#' I;r✓ta+yilSb'll''u - f I Ii , .j' .;�", ..�I�.' .ul�H` r'.1 I, rig.:', , l' � .e�� �'I I' 11 The Coh tract orl"shallierlove,t/e,existing„preeJmpfro cab',lias for the: eastb'oundand northbound preeration dectectors aqd,lnstali new proomptian ca61elpr6v/ded by,the'Clty: Thel rl Contract orshal!comply4vlththe'lates6editlen`otthe6Ca'ltran$Standard'Specifcations, III the ', perfoirnsnce'cttasksrelatedi'ot'hiWpraJec� ,Ir'r ;° lON 86-2:09=B,';"1NSTA SEC I,, I II ISPECtAl7lTTENT/ON'IS,OtREC7E!)1TO T^ ,r � lLAT1pN"which reads:, I ,. I ;When I new conductors are to be,added or existing con ductors�aro to fae,removed trom existing conduct, alhconductorsrshallbggemoved, the con duii'shalltie'cleane,d as provided in Section, " '88�2'l)5C '"INST ELATION""sn boh,o/d d' e° n A d t an n wco ductors a's shown on the'' lans"'sba I b Ij pulled Into tlie'ronduiL'as a,''unrB I . p 4! 2. The�Coniractorshallnotit (heCit 9'hours br'lo i 1 ;I' ,, y y'. p beginning'the,workat this.location so that I, It11 The Citys signal lechnicla'n Can'heio,n Site'to venfy contra llerprogrsmtning.i';i,;; 9. Once the cattle Is mbp'lyce; thle;ConfractDr:sh,all Schadule,,Ihe�rnanutacturet'srepresentatrve�to�' !� " � be pYesant to'ovprsap'th;o,connaction„of�tho„praemptlon cable fo'ihe detectors,andprocessor I ' i I'4 The contractor Tomar technJclan and die11 .Cltyslfectiriiclap„S(i8N'test,th®sll approaches once. " M the'workatthfs'locattoh;lscom completed I P ` .I " ., C.P Q 'I'01 S'fieet: 7 3 ' Eme e.' 'c ee t" of ' '4 r n P-r m ton Re Iair, " !4 . I' DATE: MITY 'IOFI .'PALM,"SPRINGS ''' IAPPROVEo:1' PUBLIC;WORKS'& ENGINEERINGf'DEPARTMENT,,I "r $89$T ^CITY ENGINEER ' " 1 R:ch,I, q'. I Indian"Canyon Dr &^Sain''Rafad"iRd' ', oRAWN BY:. �I Y ;1 .' R8] FILE NO:' X, EVO,Cab'1e',Replagem'Ient ,' ` cwecKEo ar'n ova DwG:No: -- NO. REVISIONS APPROVED DATE Overhead electrical wires._____ Solar voltaic panel \� provided by the I,_ti�, Existing M a r b e l i t e ------- ------ ------ n ;I I; street light pole. ;; I — Preemption detector__ provided by the City. IJ Preemption emitter II � n with visible light \ filter, provided by the City. 1 Iy I, I -- I I II I II b" Galy conduit by,I I, Contractor. Ij I� II II li II it ! ;I FS EMIT controls enclosure 111 provided by the City. I Id I I� j I I 'I I rl II II ; 11 II 11 �I rl II II I; 11 ,I 12 . 0 ' 1 'I I 1 li tl Ij I 11 II L -- Conduit and cabinets to be strapped to the street light pole using City supplied Smart Banding material. Sheet 4 C.P. Q7-01 Emergency Preemption Installation o f W CITY OF PALM SPRINGS APPROVED : DATE: PUBLIC WORKS & ENGINEERING DEPARTMENT _ _ .28931- CITY ENGINEER R.C.E. Fire Station 1 DRAWN 9Y: Rai FILE NO. x FS EMIT Installation CHECKED 9Y: DJB DWG. NO- __ PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST [AGR# CITY CLERK OFFICE: AMOUNTCity Project No: ��� # DATE Dates Published: a % �/ V IND APP NOTICE Y ❑N ❑ Bid Date & Time: Jg= PROJECT: V . 77 SUCCESSFUL: 1. ge Qjz,bll! , LTS 6. 2. 1 r/--/' d2er)7-122 � 5n FP VLF 3. _jYl�ri(�Pr E� �,� J�mcf 8. i 4. 9. 5. 10. INCOMPLETE SIDS: On-respgnsrve) WHY: ,t 'cee ,xY1?❑ Elrx. ur CONTRACTOR BACKGROUND CHECK: ��%C1, � Required? Y N � (ATTACH IF RWWIREq) Affidavit of Non-Collusion Signed & Notari 's zed? Y ( Information required Of bidder page completed? Y VN ❑ Type & Amount of Insurance Required: S IA"ACH AMOYNN ARE WFCCIEDI / C I LI 1 1 C' / y . Contractors License No. W 6 LI-7 IL Type(s) Status CurrPn.�cu� arFi I No. of days to complete work Working Calend r Estimated Start Date: Estimated Completion Date: No. of days in which to execute contract after Notice of Award (date City Clerk transmits contracts for execution): 15 akLV61�", Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) Any Addenda? Y ❑ N LJ No. Addenda Signed by Contractor? Y ❑N ❑ BONDS: PERFORMANCE BOND l06 % PAYMENT BOND % CORRECTION REPAIR BOND` % BID BONDS: BLANK BID SPECS. Successful Bidder: CASHIER'S CHECK? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Five (5) extra sets of bid Unsuccessful Bidders: specifications for contract execution CASHIER'S CHECKS? Y ❑ N ❑ DEPOSITED IN T & A? Y ❑ N ❑ Attached: Y ❑ N ❑ Which Contractor(s): ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: Public Contracts Government Code Sec. 22300 Y N ❑ Labor Code 1777.5 Y N ❑ Labor Code 1776 Y N ❑ California Standard Specifications �7-00 La EDITION Standard Specifications for Public Works Construction Z0 1Q & EDITION DATE: l Lob BY: U eh n I,,T��' DEPT: _ LC 01(G (V( AC 5 Crlkl��rf t'iJ7��_ VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BID ABBTi FACT DUE �� � �.� \ Cy ID O 7 DATE: , ` `/ Ax va o".�J IDDINGTO: i;mP a � � < <J v n� y ,r C UANTITY COMMODITY ITEM c� a �� Qj 0 08 • FIBe. k.QTIU21GUCII 5 LlUtillb" LIZI011 Skip to CS1 It i Prtno I Oriii,nt I-outer!ACcpSslhi'ny [Search CSLB sGOV F3 CONTRACTORS STATE LICENSE BOARD 02, .03I11 us 015 107 Col APPLICANTs JOURm EVAIIN PUBLIC 1101(s BUIL011,10,OFFICIALS GENERAL 1111`0 . 611619=11M Imp I 1111111WAR0 AbOU!CSLBCONTRACTOR'S LICENSF DF.TAIL CSI-Ei Newsroom /� Board nod CollilrmleL • •DISCLAIMER.,A license status check provides information taken from the CSLB Meetings license database. Before relying on this information, you should be aware of the following limitations. 9 C,91-13 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 r-CQUel-Ay Asked obtain complaint and/or legal action information. * PerB&P 707 1.1.7, only construction related civil judgments reported to the CSLB are disclosed. Cnlinc S?rvices * Arbitrations are not listed unless the contractor falls to comply with the terms of the arbitration. o klhe k A Cleanse ui a Due to workload,there may be relevant information that has not yet been entered onto the Board's -16 R,qistraio)rl license database- llngi Coristwr,liew (,Jlnplalnl lltm.essmg rrirrie,,� License Number: 647154 Extract Date: 01/0812008 Business REPUBLIC INTELLIGENT TRANSPORATATION,$ERVICES, INC Information: 371 BEL MARI N KEYS BLVD ;ua,ch fol a Surety SUITE 200 Fiord Insurance NOVATO,CA 94949 r;crn party Business Phone Number.(415)684-3000 )eerch ior a Wo,kei 5 Entity: Corporation Cniriponsaiinn Company Issue Date: 06/0911992 How to participate Expire Date: 06/3012008 License Status: This license is current and active.All information below should be reviewed. Classifications! CLASS DF$CRIPTION CIO FLECTRICA1 A GENERAL ENGINEERING CONTRACTOR _ C31 CONSTRU ---.p FFC COWCBaL D31 POLE INSTALLATION!ANC-KAIN-TEN&N!c�F Bonding! rONri�A(,TQR'9 BOND This license filed Contractor's Bond number 33392 in the amount of $12,500 with the bonding company LIMERICAN QONTRACTURSJNDEIMN17Y COMPANY. Effective Date:01/01/2007 Contractors Bondimq History BOND OF OUALIFYING INDIVIDUAL 1. The Responsible Managing Officer(RMO)WADE LLOYD WHITE 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. http-,//vAm2-cslb-ca-9ov/Genera1-Information/interactive-tools/check-a-Iicense/License+Detail.asp 118/2008 Effective Date:0 3/1 712 0 04 2- This license filed Bond of qualifying Individual number 216826 for MARTIN JOHN EICHMANN in the amount of$12,500 with the bonding Company AMERICAN GON TRACTORS INDEMNIY� GQMPANY. Effective Date: 01/01/2007 BOI s Bonding HiStQry 3. The Responsible Managing Officer IRMO)JEFFREY LYNN AS CH 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: 1 012 5/2 0 07 801's Bonding Higqry Workers' This license has workers compensation Insurance with the Compensation: QLD RREPU-pLIC.INStJf2ANCE COMPANY Policy Number:AICW49560702 Effective Date: 10/01/2007 Expire Date: 1 0101/2 0 0 8 Workers'Qom�ens@lion HiSCD,ry Personnel listed on this license }} (current or disassociated)are listed an other licenses. ;.4��b�{�Y�_7"�i � Consumers Contractors 1 Applicants I Journeymen I Public-1Works I Building Officials General Info CSLB Home I Conditions of Use I Privacy I Contact C5L8 Copyright®2007 state of California I I htt ://www2.cslb.ca. ov/General-Information/intera ive-to s/che -a-lic se/Li ense+Detai[.as 1/ 200 p g Ct of ck en c p 8/