HomeMy WebLinkAbout9/15/1999 - STAFF REPORTS (22) DATE: September 15, 1999
TO: City Council
FROM: City Engineer and Director of Facilities
RUTH HARDY PARK AND SUNRISE PARK PLAYGROUND RENOVATIONS
RECOMMENDATION,
That the City Council award contract to Fleming Environmental, Inc., in the
amount of$146,691.00, for Schedules A and B, for the Ruth Hardy Park and
Sunrise Park Playground Renovations, City Project No. 97-34
BACKGROUND:
The 1998 Capital Improvement Program included funds for the replacement of
Play Equipment located at Ruth Hardy Park. At that time, staff began to work
with various play equipment manufacturers to evaluate the type of equipment
which would meet the needs of the Ruth Hardy Park location.
Shortly thereafter, The Parks and Recreation Division was approached by the
Variety Children's Charities of the Desert (VCCD)regarding the possible
donation of additional equipment to the City for Sunrise Plaza Park. The
addition of this second project caused staff to re-evaluate the scope of the Ruth
Hardy project which led to the logical combination of both projects. During the
design process, VCCD changed membership among its Board of Directors and
caused a slight delay for both of the planned projects.
In January of 1999, the manufacturer of choice for both of the city's projects
under consideration, Nude Equipment Sales, was granted a state contract on
the State of California's Multiple Award Schedule. Within a short period
thereafter, VCCD donated the funds directly to the City of Palm Springs for the
purchase of the equipment and staff began coordinating development of bid
specifications for the current project based upon these new developments in the
project.
At the July 28, 1999 City Council Meeting, Miracle Playground Sales was
awarded the purchase of equipment for both Ruth Hardy Park and Sunrise Plaza
Park by the City Council off of the State of California Multiple Award
Schedule. Plans and bid specifications for this contract were developed by the
city's consultant, Anthony Mendoza of V2C Group, Inc., for a combined
project which will install the city purchased equipment from Miracle and
complete the play equipment replacement needs for both park play areas. The
project consisted of three bid schedules: Schedule A consisted of improvements
at Ruth Hardy Park, Schedule B consisted of improvements at Sunrise Park, and
Schedule C consisted of optional concrete sidewalk construction at Ruth Hardy
Park. Bid Schedules A and B comprised the base bid.
On August 20 and 27, 1999, the project was advertised for bids and, at 2:15
p.m. on September 7, 1999, the Procurement Division received bids from the
following contractors:
Fleming Environmental,Inc.
„ Ruth Hardy&Sunrise Park
Playground Renovation,CP97-34
AGREEMENT#4142
M06489,9-15-99 Related
;21nc rrc -
AGREEMENT �U "_ 7<j
•-.� I r C
THIS AGREEMENT made this aj��r
day of `la�J� AA_ 1, tc. in the year 19 by and
between
the City of Palm Springs,a Charter City,organized and existing in the County of Riverside,under and by virtue of the laws of the
State of California,hereinafter designated as the City.and
Fleming Environmental , 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:
RUTH HARDY PARK at SUNRISE PARK PLAYGROUND RENOVATIONS
CITY PROJECT NO.97-34
The Work is generally described as follows:
Construction of new playground Improvements and installation and new playground equipment.
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 it
the Work is not completed within the time specified in Artrde 2, herein, plus any extensions thereof allowed in accordance with
Article 12 of the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal
proceeding the actual loss suffered by the City of the Work is rat completed on time. Accordingly;instead of requiring any such
proof,the City and the Contractor agree that as liquidated damages or delay (but rat as a pensky)the Contractor shall pay the
City the sum of $425.00 for each calendar day that expires after the time specified in Article 2,herein.
ARTICLE 3-CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds
the Contract Priests)named in the Contractor's Bid and Bid Schedulels).
ARTICLE 4-THE CONTRACT DOCUMENTS
The Contract Documents consist of: Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule. the
Schedule of Values, 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, Notice of Award. Notice to Proceed. Notice
of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, Technical Specifications.
Drawings Hated in The Schedule of Drawings in the Supplementary General Conditions or on the Cover Sheet of the Drawings,
Addenda numbers —1— to —2— , 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 S-PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions and the
Supplementary General Conditions. Applications for Payment will be processed by the Engineer or the City as provide ur aheCATE
General Conditions. f L
ORIGWAL
RUTH HAR13Y PARK &SUNRISE PARK
AGREEMENT FORM
PLAYGROUND RENOVATIONS
CITY PROJECT NO 97.34 AGREEMENT&BONDS•PAGE 1
8116199
CITY OF PALM SPRINGS �V
NOTICE INVITING BIDS
For constructing the Ruth Hardy Park & Sunrise Park Playground Renovations
Project 97-34
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Ruth Hardy Park & Sunrise
Park Playground Renovations will be received at the office of the Procurement
Manager of the City of Palm Springs, California, until 2:15 P.M. on September
7, 1999, at which time they will be opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work comprises construction of new
playground improvements and installation of new playground equipment.
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 of Bid
Schedules A and B inclusive, and reject all other bids, as it may best serve
the interest of the City. The Bidder shall bid on all Bid Schedules included
in the Bid Documents.
(b) As a condition of award, the successful bidder will be required to
submit payment and performance bonds and insurance.
9-4 BID SECMtXTY: Each bid shall be accompanied by a certified or cashier's
check or Bid Bond in the amount of 10 percent of the sum of Bid Schedule A and
Bid Schedule B, 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 Class C27, or Class C61/D34 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 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 PRE-BID VISIT TO WORK SITE: Prospective bidders are strongly encouraged
to attend a pre-bid walk through of the proposed work site(s) and existing
facilities which will be conducted by the City at 10:00 A.M. on Wednesday,
September 1, 1999. Failure to participate in the pre-bid walk though may
disqualify a bidder as non-responsive.
N-10 OBTAINMG 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
dollars per set and are obtainable from the office of the City Engineer, 3200
RUTH HARDY PARK Q SUNRISE PARK NOTICE 94MNO BIDS
PLAYGROUND RENOVATIONS PAGE 1
CITY PROJECT NO.97-34
e/18/99 aVic"iT
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 mail.
M-11 ADDRESS AND MARICENG 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 Procurement Manager 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.
BY ORDER OF T E CITY OF PALM SPRINGS
Date �� �� 1919_ CITY OF PALM SPRINGS
By
David J. Barakian, PE
City Engineer
City of Palm Springs
RUTH HARDY PARK 6 SUNRISE PARK NOTICE INVITING BIDS
PLAYGROUND RENOVATIONS
CITY PROJECT NO.97-34 PAGE 2
W16199
FLEMING ENVIRONMENTAL INCORPORATED
6130 Valley View St. • Buena Park,CA 90620-1030 • 714/228-0935 • Fax 714/228-9231
Ai0i � License#746017
September 29, 1999
City ofPalm Springs
P.O.Box 2743
Palm Springs,Ca. 92263-2743
Attn: Ms.Patricia A. Sanders
Ref Ruth Hardy Park&Sunrise Park Playground Renovations,CP97-34,A4142
Dear Ms. Sanders,
Please find enclosed four complete sets of contracts for the above referenced
project. Also,attached are the Certificate of Insurance naming Palm Springs as
Additional Insured.
Your cooperation on this matter is greatly appreciated and if you have any
questions,please feel free to call me.
r ly,
'��l
J
ce Presi t
Environmental Solutions fora Better Tomorrow
O� PALM Sp
City of Palm Springs
' Office of the City Clerk
32007bhqunz Canyon Way• palm Springs,Cahfornm 92262
Cqt t FOILN�P TEL:(760)323-8204•TDD:(760)864.9527
September 25, 1999
Fleming Environmental, Inc. NOTICE OF AWARD
6130 Valley View Street
Buena Park, CA 9W20-1030
RUTH HARDY PARK&SUNRISE PARK PLAYGROUND RENOVATIONS, CP97-34,A4142
Enclosed for execution are one complete and four sets of the contract pages for the above work which was
awarded by the City Council on September 15, 1999,by Minute Order 6489, Agreement#4142, for$146,691.
Please sign and return to this office together with:
1. Performance Bond in the amount of$146,691.
2. Payment Bond in the amount of$146,691.
3. Certificates of Insurance, NAMING THE CITY OF PALM SPRINGS AS ADDITIONAL
INSURED; a) Comprehensive General Liability with bodily injury, including completed operations, products
liability, and wrongful death, $1,000,000 each occurrence; or an annual aggregate of$1,000.000; property
damage including explosion, collapse, and underground coverages, $1,000,000 each occurrence; or annual
aggregate of$1,000,000, personal injury with employment excusion delete, $1,000,000 annual aggregate, b)
Automobile Liability, bodily injury including wrongful death, of $1,000,000 each person, and $1,000,000
each occurrence; and property damage of$1,000,000 each occurrence or combined single limit of$1,000,000,
and c) Workers Compensation of statutory amount or minimum $1,000,000. It is further required that the
Insurance Certificate Cancellation Clause reads as follows: 'Shourd any of the above described Policies be
cancelled before the expiration date thereof the itsukg comPan WX mm7 30 days written notice to the
below-named eernfrcate holder."
4. Notary with appropriate acknowledgment forms on all signature pages, i.e., Agent,
Performance Bond and Payment Bond on all four(4)copies.
The complete contract is for your SURETY, together with a copy of this letter. All documents are tube
returned to this office by October 4, 1999. The CONTRACT and PERFORMANCEIPAYMENT Bond will
be dated at the time it is executed on behalf of the City.
PATRICIA A. SANDERS
City Clerk
Enclosures
cc: Engineering
Surety
Tom Cartwright
Post Office Box 2743 0 Palm Springs, California 92263-2743
VENDORS
k
o
�, a• °4(I/SJ eL
PUBLIC WORKS CONTRACTS
BID RESULT CHECK UST FOR clry txERK OFFICE t pie
AGR# { f /A •AMOUNT
City Project No: Mo# 6;.�' V1 DATE
Dates Published: DIV IND APP NOTICE Y ON ❑
Bid Date & Time: 2-15' PIA
PROJECT:
tSUCCESSFUL: 1. V rim LAir-•6.
2. 4-1^a�vl, IN c-. 7.
3. 8.
4. 8.
u�� p� 5. 10.
IN�:nel
WHY:
CONTRACTOR BACKGROUND CHECK: Required? Y [IN ElWTfACH IF nroweol
Affidavit of Non-Collusion Signed & Notarized? Y N ❑
Information required of bidder page completed? Y N ❑
Type& Amount of Insurance Required:
Contractors License No. �'rlor�I7 Typelsl Status `
No. of days to complete work 2cz Working X Calendar
Estimated Start Date: 44=IeA Estimated Completion Date:
No. of days in which to execute contract after Notice of
Award (date City Clerk tranwib contracts for wwoutbN: (�
Davis-Bacon Exhibits (Spaotty ExNbks to be competed by contrwwr ?
Any Addenda? Y 0 N ❑ No. Addenda Signed by Contractor? Yg N ❑
BONDS-
PERFORMANCE
11 4
PERFORMANCE BOND LOG_ % PAYMENT BOND l� � CORRECTION REPAIR BOND 15— %
BID BONDS: BLANK BID SPECS.
Successful Bidder: , Five 151 extra sets of bid
CASHIER'S CHECK? Y ❑ N Itlr DEPOSITED IN T& A? Y ❑ N� SpeClflCatlOfls for sets[execution
bid
Unsuccessful Bidders:
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 EDmoN
Standard Specifications for Public Works Construction EDITION
DATE: 1 BY:
DEPT: F,i6 AatJ'Ir�O
licaneDateu ht4rJ/www2.cslb.ce.gavlXpmsc/CSLB Library/CSLB+Boole/Licaue+DdODML
paLicense Detail
CAIpOIE•N0.COkTRdCTARS STATWE IACEtIW BOARD
Contractor License # 746017 ''
Lei
DISCLAIMER
The Smwaaaws infamatwo shown below mpamb afamltmtakmAom the CSLB ficemingdda but attlwlime afyoa inquiry.R M01 sal
tafiedpod'mgupdat8a a whkbare bring reviewed far subae*""baseupda ing.The available infernea6m may nol rvdled any civil oraimiml
judgtwNs a adiaw thsthave nal6em reported a the CSLB.ntldm w dnaeambb oomplauss(legal aotam)ouUwcadndar's licenwe,thd
imdionwill be provndad.Ifyou h&W to paste any kind oflagd adios,insure you gel a"Verified Catilloote"whidl it a oeni6ed licaue
hi"covering a apeoil'wtiow period pia to taking any adios
Ei Irael Date:Sept6nlier.07,•'I999 r1 -
- * * * BUSINESS INFORMATION
FI FMINGE14MONMFNTAL;INCQRPORATED
„ 6130 VALLEY VIEW STREET-- ,
• BUENA.PARK, CA,90620
Entity: Corporation
Isstie Date;02AS/1998 Expire Date: 02t29/2000
* *" LICENSE STATUS
This license is cnrfent aril active.
* * * CL•ASSIFICATIONS•
A GENERAL ENGIIM3RING CONTRACTOR
HAZHAZARDDUS SUBSTANCES REMOVAL
* * * CONTRACTOR BONDING•INFORMATION
This license has bond number S6007779 in the amount of$7,500 with the bonding company
WASHINGTON*INTERNATIONAL INSURANCE COMPANY.
E$'ective Aate 02/10/1998
le * * WORKERS COMPENSATION INFORMATION
This ljcense has workers compensation insurance with the CONNECTICl7T INDEMNITY
COMPANY
Policy Number: CEE093720 Effective Date: 05/01/1999 Expire Date: 0510 2000
.,Personnel List
Lieense Number Reauest Contractor Name jPersonnal Name Request
IOU 9/7/994:11 PM
CONTRACTOR BACKGROUND CBECK
CITY PROJECT NO.
PROJECT: rW�uV wu1rISC �f'IG r w� OLit'ldl �l°�►OVi:MS
CONTRACTOR: FIe.MINA F*)Vlry�� LicNo. : '74&61-7
Verified Ix
INSTRUCTIONS:
This form shall be filled out by the Engineering Design staff when
reviewing contractor background (APPARENT LOW BIDDER) , prior to award
of contract by City Council. The form may be waived if a contractor
does repeatedly acceptable work for the City. This shall be attached•
to the INFORMATION REQUIRED OF BIDDER form and filed in the referenced
City Project file, after routing. At least two references shall be
contacted and a third reference made if less than acceptable work
comments were made by any one of the first two contacts.
------------------- •
Reference Check #1:
Person Contacted: F—d ICAO Phone # 3da rWS SL21 xS358
Agency/Firm: 1 City:
Nature Of Work: f s
Contract Amount: Date Com eted:
Comments By Above Person. o e o
but" e=1aekCg
Reference Check #2:
Person Contacted: &G.1(I.5dV% Phone # [ 71Y
Agency/Firms City: A` e
Nature Of Work:
Contract Amount: $ Date Comp ete :
Comments By Dove Pe s —
Reference Check #3: (Optional)
Person Contacted: Phone #
Agency/Firm: City:
Nature Of Work:
Contract Amount: S Date Completed:
Comments By Above Person:
Completed By: ' fVUl.1,U4'q Date: "/
Reviewed By:
Contracts Administrator
cc: City Engineer
Director of Public Works
5.3 Insurance Amounts:
The limits of liability for insurance as required by Article 5.2
of the General Conditions shall provide coverage for not less that
the following amounts or greater where required by Laws and
Regulations:
1. Workers' Compensation: Under Article 5.2b. 1 of .the General
Conditions:
a) State: Statutory Amount
Or minimum $1,000, 000
b) Employer's Liability: $1, 000, 000
2. Comprehensive General Liability: (Under Article 5.2b.2 of the
General Condition:
a) Bodily Injury (Including completed operations and products
liability and wrongful death) :
$ 1, 000, 000 Each Occurrence
$ 1, 000,000 Annual Aggregate
Property Damage:
$ 1, 000,000 Each Occurrence
$ 1, 000, 000 Annual Aggregate
b) Property damage liability insurance will provide
explosion, collapse, and underground coverages where
applicable.
c) Personal injury, with employment exclusion deleted
$ 1,000, 000 Annual Aggregate
3. Comprehensive Automobile Liability: (Under Article 5.2b. 3 of
the General Conditions:
a) Bodily Injury (Including wrongful death) : :
$1,000, 000 Each Person
$1, 000, 000 Each Occurrence
b) Property Damage
$1, 000, 000 Each Occurrence
or a combined single limit of $1, 000, 000
RUTH HARDY PARK&SUNRISE PARK CONDITIONS OF THE CONTRACT
PLAYGROUND RENOVATIONS SUPPLEMENTARY GENERAL CONDITIONS-PAGE 4
CITY PROJECT NO.97-34
9/16/99
OF ?ALM d
S� City of Palm Springs
U N
Office of the City Clerk
• roRAW`• 3200Tahquus Guyon Wsy•Palm SpnnBs,Caldomia 92262
Cql I FO RXA\?' TEL:(160)323.8204•Too (760)"4.9527
October 5, 1999
Fleming Environmental, Inc.
6130 Valley View Street
Buena Park, CA 90620-1003
RUTH HARDY PARK & SUNRISE PARK PLAYGROUND RENOVATIONS,
CP97-34, A4142:
Enclosed is your Bid Bond issued from Reliance Insurance Company, in the sum of "ten
percent of the total amount of the bid."
Your copy of the executed contract is also included.
Sincerely,
Patricia A. Sanders
City Clerk
Enclosure
cc: Engineering
Tom Cartwright
Finance
Procurement
Post Office Box 2743 • Palm Springs, California 92263-2743
AUG-26-1999 THU 11:13 AN STAN FAX NO. 714 228 9231 P. 05/05
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That FLEMING ENVIRONMENTAL, INC. as Principal, and_
RELIANCE INSURANCE COMPANY as Surety, are
held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of:
TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID-- 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 C)ty's Contract Documents entitled:
RUTH HARDY PARK 6 SUNRISE PARK PLAYGROUND RENOVATIONS
CITY PROJECT NO. 97-34
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 cests incurred by said
City in such suit,including a reasonable attorney's fee to be fixed by the court.
SIGNED AND SEALED,this 30TH day of AUGUST 18 99
PRWCMAL:
FLEMING ENVIRONMENTAL, INC. I E IISU ICE
Cheek am: YId)akWK -
x W—pm-w-ms
71d0ol.MICHAEL A. UIG -IN-FACT
tNOTARREpI (SEAL AND NOTARIAL ACKNOWLSOOMENT
Print Name and TRH: Of SURETY)
Terry L. Fleming Jr. President
INOTAARE01
PM[ «d Titl..
Jennifer Martin Secretary
ICaponams apuw:wo ala�a:vus awe Aom aaM er qu re�oy,tig
VoWOW:AuV
A.Ch*~of beam.PmkVM m reY Vlee PNfeanl:AAD
I IL SUM .AptMM Seave rr.Tiwwar.AUNUM Tmaum.w
ONar FiwIC4a ONkrl.
RUTH HARDY PARK a SUNRISE PARK SIC)BOND OR SECURITY
RENOVATIONS CITY PROJECT NO.97-34 BID FORMS•PAGE 7
8/te/99
State Of California
County Of Orange CAPACITY CLAIMED BY SIONERIS)
❑NDrvEwALIS)
On 8/31/99 before me, Jo—Ann Lyons, Notary Public ffG'ORPORATE President AND
(DATEI NAMERITLF OF OFRCFIHA'JANE DOE NOTARY PUBLIC'I
oFFICERIS) Secretary
personally appeared Terry L. Fleming Jr. AND
NAMENII OF SIONER93N ❑PARTNERISI ❑LIMITED
Jennifer Martin ❑GENERAL
❑ATTORNEY N FACT
❑TRUSTEEISI
OGUARDIA WCONSERVATOR
personally known to me -OR- O proved to me on the ❑OTHER.
basis of satisfactory
evidence to be the
person(s)whose namels)
is/are subscribed to thha
within instrument and SIGNER IS REPRESENTING:
acknowledged to me that (Nams of Persons)or Emkyaes)
he/she/they executed the
same in his/her/their Flamina Rnytronmental j C.
authorized capacity(iesi,
and that by his/her/their
Bsl•� signature(s) on the
instrument theperson(sl,
'( or the entity upon behallf,
Mpp111111 e•O�Ifo�IN of which the person(s)
acted, executed the
w IIBL>I m instrument.
CAPACITY CLAIMED BY SIGNERIS)
Witness my hand and official seal. ❑INDIVmuAL(Sl
❑CORPORATE
ISEALI OFFICERIS) ITMw—
IS10NATU F NOTARY) ❑PARTNERIS) ❑LIMBED
❑GENERAL
❑ATTORNEY N FACT
❑TRUSTEEISI
❑GUARDIA WCONSERVATOR
ATTENTION NOTARY
❑OTHER:
The information requested below and In the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthdrized document.
SIGNER M REPRESENTING:
THIS CERTFICATE TMe or Typo or Documm (Name of Person(sl or EnbtylMq
MUST BE ATTACHED
TO THE DOCUMENT Number or Pooes Date of Docunem
DESCRIBED AT RIGHT:
Spnerls)Odw Then Named Above
WOLCOTTS FORM 63236 Rev.3•04 4*.ft elm 8.2AI ®
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY 1894 WOLCOTTS FORMS,INC.
MEPRESENTATION up
7 IIII67 7II663239
II II 2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 11
County of ORANGE J
On AUGUST 30, 1999 before me, M. TREDINNICK, NOTARY PUBLIC
oft Nave and m of asar(e4.-.Hate Ode.Naay Pt4Yte')
personally appeared MICHAEL A. QUIGLEY
NWWS)a S"(q
❑ personally known to me
❑ 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
M.TREDINNICK acknowledged to me that he/shelthey executed
s ,, y Commissar k 1213054 the same in his/herttheir authorized
�:s'.' h�Cry PuO:iC—Cnlllpmla
capacity(ies), and that by his/her/their
Orange County
My Comm Expires Mor 26.2003 signature(s)on the instrument the person(s),or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS myjhRnd and officf I se I.
-� 0/1 J47
Pray N"V serAbM "k"of Nary Pub tc
OPTIONAL
Though fie Information below is not requped by lank it may wove vahrable to persons reb p on fie document
and could prevent fraudWant removal and reattachment of fits form to snodw document.
Description of Attached Document
Title or Type of Document;
Document Date: Number of Pages: _
Signer(s)Other Than Named Above:
Capacity(tes)Claimed by Signer
Signer's Name: e
❑ Individual
❑ Corporate Officer—Tifle(s): TOP of"am bore
❑ Partner—❑Limited ❑General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing:
010e7Nata4lNaa(.AND"l f•9250tb SeneAW.P.O.e=2402•CbeWAfet.CA/U1124M Rod N>SM Rocs.Cad TGWM 1.800476 W
RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATNE OFFICE,PHILADELPHIA,PENNSYLVANIA
POWER OF ATTORNEY
KNOW AL MEN BY THESE PRESENTS.that RELIANCE SURETY COMPANY is a mpmation duly organized under the laws of the State of oslawars,
and that RELIANCE INSURANCE COMPANY and UNITED'PACIFIC MURAN(:AE COMPANY,are corporation duly organized under the laws of the
CmwmffmwM Wises(Mrein aalkfd"we 7 I*.
ia and#0 RELIANCE NATIOtIAL I MMNRY COMPANY b a gorporagon duly organized under tl1s laws d Me State of
qf� �g by vkb*of, and seek do hereby malts,earelishte and appoint
and
thA.eir
behW,Quillillay,James Bract an d ed any
and all
bonIC,Cal and
un tfit We and lawfWlASonw(s}MFaq,to make,Exadde,seal and deliver for
and on that behalf.and as their ad and deed any and all bonds and undertakings of sureysNp and to bind the Companies thereby,as fully,and to the
same extent as If such bonds and undertakings and other w*W obligatory kh the nature thereof were signed by an FxeaWe,011ker of the Companies
and eeakd and attested by ore other Of such dicers,and'hereby raffia and conthrn all that their seid Atlaney(sWed maydo in pursuance hood.
This Posner of Alte(pey Is wanted under and,by the authority of Article VII of the By-Laws of RELIANCE SURETY COMPANY,RELIANCE
INSURANCE COMPANY,UNITED PACIFIC INSURANCE COMPANY,and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in
NI force and effect,reading as follows:
ARTICLE VR-EXECUTION a:eONDIVAND UNDERTAKINGS
L nIWINIO bmm,dm Pmddm,dm Cbabmmarda Bond,mr smhw Vim Pmddmi,mg Vm P,eddmawAn.kmWVImF 11 radar In daemadydm Ilmderemmmasboebm
pwmraodmybaewoYtAsreerelaaibmrbmdmdmdm bmmrmbeNrdda C>W'el,boeLrdaedioµ,mmp mmr,aa.smm of* d Win aaoI obvemr b do.m.
ds,mr,d w bmmomary,ad emerON.Fmm.e dm d meW drlawr W dairy Sim b am.
bmembem tea"* bWW 11 WW ��11 dM Paver erMmsr iadbdm. VbWh ad dd Idsw WlrarM Compmmood* w i mdalm.
weba,pabBdamy ice da mm Oeaol mmrm7 tr da adidy dory boob r mdratbp mmpbmm,worms an bdemeiry doer
7. Ammy*b4%mdaebmpwwmdmem1rymammeeladm8a regebM bhadWbWpde,eempdm,m,me,tm{efWmeir madm'emmiod wabtlpm,r rmmYpd aerrboB
dmbaaspoard eetlabr mwdry ds mumW mawmora Coopeermd m eopima(deal{awo ends CaaBae raereNde m seams ds,aof.
Thaft 04(AammrsdPWmdsc WbrradmMmdwdbr mhmkr ardafdbwYe mmletlw adopwbydnammdmdFk QCmmbemadp BW&ofDkx o(Rdr In rm lomaea 0oap�y.
smw Casper bybl�ewimo�m Cam.ld dried nerd ph j�bwmnnirjoomamr b umimm Comm dmd m aFmor n,1994 d y ore Emmdm r F.mdd aommbs erdm Bmd er okmm.ar Rdba.
'Rmdeeddmdmskmwm.Forddb doIn ddswader, emobeaemdbaqrml,MardMmmrrnramwmmemdoedmmoybobble,dagmd,
MarGrAmnWrrmnBimee bmbrfadbesidesymemwbeebdbdoWabevelddbbdmwmbeC I rRef ruff Pow mmaddedreendbdybNmea eembsm
r hmWmw ddh W.dN dbbe6p qm dm CmWr,Y de bm.e mim nymhbaq bd w mhn*m4 mabkb b mWWoImL'
IN WITNESS WHEREOF,the Campanise have Caused these presents te be signed and their Corporate soak to be Iereto aM&ed,this July 14,1999.
RELIANCE SURETY COMPANY
(9 * 06
,,, RELIANCE` INSURANCE COMPANY
'4 UNITED PACIFIC INSURANCE COMPANY
." �0a' RELIANCE NATIONAL INDEMNITY COMPANY
' , .
71414
STATE OF Washington } 4/0
COUNTY OF I(Ing )68.
On this, July%1M.before me, Laura L Santos, personally appeared Mark W.Alsup,who adm Wedged hknef to be the Vie President d the
Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as
such,being authorized to do so,executed the foregoing instrument for the purpose therein contained by soft the name of the corporation by himself as
Its duly authorized officer.
N*jft
In witness whereof,I hereunto set my hand and oMcIM seal. 8tsbadYY odil adk
-hpbn
L=aL Senros
RUlky Pubic to and for tie State of Washingte
WANnimen t8oletlfifl RaskBng at PWaiup
1.Robyn tayng, Assistant Secretary of RELIANCE SURETY COMPANY,RELIANCE INSURANCE COMPANY,UNITED PACIFIC INSURANCE COMP_
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby Cerny that the above and Icregoing Is a true and correct copy of the Power of
Attorney executed by saki Companies,which Is still in full face and effect.
IN WITNESS WHEREOF,I have hereunto sat my hand and dHPoed the seals of said Companies this 30TH day of AUGUST Yew d 1999
,aeery
• 1868
re
t� aGL
MSeaeiary
a e• a e a u
,ot3
PROOF OF PUBLICATION This is space for County Clerks Filing Stamp
(2015.5.C.C.P)
"it's s
aP
LL J�Ox
O . /
ij
STATE OF CALIFORNIA
County of Riverside
I am a dd m of the United States and a resident of Proof of Publication of
the County aforesaid;I am over the age of elghtm
years,and not a party to or Interested in the No2enn`''
above-entitled matter.I am the principal dark of a �'liraonom
printer of the,DESERT SUN PUBLISHING i IN C as
COMPANY a newspaper of general circulation, ON
printed and published in the city of Palm Spriggs, •'IN E AMOUNr
County of Rlversldo,and which newspaper has been 0F•Oi
adjudged a newspaper of general circulation by the . ,N
Superior Court of the County of Riverside,State of DEt�Ew
California under the date of March 24,1988.Case PRodEOr
Number 191236,that the notice,of wbah the JFOT.NO'WWIDBl'
annexed Is a printed copy(set in ty not smaller
•
than non WARD NQ--r ON-
parcel,has been publish in ash regular S�rRAcr•To•FrINo SEA
6 VtRON EN �D and entire issue of aid newspaper newspaper and not in any t M `
supplement thereof on the following dates,to wits , , l�••hN��t
September25th FD :pAR RLL�yy�
....G"N :IRE
NOVA-
PPRO�QJIBE[C.Tr All in the year 1999
I artily,(or declare)under penalty of perjury Wet the �LFB NO µ(pE p
foregoing Is true and correcL 28W y; LEI•No.
Dates ate rings,California this day s `�a�a.E4Y_off
of 19" lust
Signature
MINUTE ORDER NO. .?' ' s
AWARDING CONTRACT TO FLEMING
ENVIRONMENTAL, INC., IN THE AMOUNT OF
$146,691.00 FOR SCHEDULES A AND B FOR THE
RUTH HARDY PARK AND SUNRISE PARK
PLAYGROUND RENOVATIONS,CITY PROJECT NO.
97-34
I HEREBY CERTIFY that this Minute Order awarding contract to
Fleming Environmental, Inc., in the amount of $146,691.00, for
Schedules A and B, for the Ruth Hardy Park and Sunrise Park Playground
Renovations, City Project No. 97-34, was adopted by the City Council of
the City of Palm Springs, California, in a meeting thereof held on the 1511
day of September 1999.
- PATRICIA A. SANDERS
City Clerk
�J