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/