Loading...
HomeMy WebLinkAbout10/6/1999 - STAFF REPORTS (12) i DATE: October 6, 1999 - .. TO: City Council FROM: City Engineer and Director of Facilities REPLACEMENT OF FLEW APPARATUS DOORS RECOMMENDATION: That the City Council award contract to Door Service Company, in the amount of$43,973.00, for Schedules A and B, for the Replacement of Fled Apparatus Doors, City Project No. 97-38. BACKGROUND: The 19M99 Capital Improvement Program includes funds for replacement of the Fleet Apparatus Doors at the City Yard. The project includes the removal and replacement of 11 doors, including replacement of damaged or missing trim and door jambs'and ielated work.-The laige metal roll up access doors in the City's central vehicle maintenance shop have outlived their useful life. These metal doors have proven to be excessively costly to repair and keep in service for several years. Since the initial funding request was submitted for replacement in 1995 they have further deteriorated and have become a safety consideration for the Fleet Operations Division. Their continual drain on funds available for repair work to the City facilities has justified the doors replacement within the current budget year. The plans and specifications were prepared by Reuel Young. On August 14 and 21, 1999, the project was advertised for bids and, at 2:00 p.m. on September 14, 1999, the Procurement Division received bids from the following contractors: Schedule A Schedule B T4ES1 1. Door Service Co. Palm Springs $33,750.00 $10,223.00 $43,973.00 2. GMAT, Inc dba Inland $24,394.00 $19,646.00 $44,040.00 Overhead Door Co., Colton 3. James E. Simon Co., Indio $61,900.00 $12,900.00 $74,800.00 The Engineer's estimate was$58,200.00 for the total. The low bid was submitted by Door Service Company, from Palm Springs, CA. The Company is owned by an individual, Phillip K. Patton. 13w I Sufficient funds are available in Gateral Fund aowunt number 261-1395-530M Fleet Apparatus Doors DAVID J. BARAKIAN SCOTr NNESEI 1, City Engineer Director of Facilities APPROVED: 1� - City Ran4er - ATTACHMENT. :. 1. haute Order Door Service Company I Flea Appar4ft Door Replacement CP97-38 AGREEMENT#4154 M06500, 10.E-99 Related AGREEMENT _ -- - — - - — THIS AGREEMENT made this day at {,�Silf�OCK, in the year 19_!n, by and between the City of paten Springs,a Charter City,ergonmed and existing in the County of Riverside,under and by virtue of the laws of the State of Calitartae,hereinafter designated as the City.and -poor Service Comnanv herainafter designated as tM CONTRACTOR. The City and the Contractor,in consideration of the mutual covanants hereinafter set forth,agree as follows, ARTICLE 1 -THE WORK The Contractor shed complete the Work as specified or indicated under the Bed Schadule(s) of the City's Contact Documents smelled: REPLACOAM OF FLEET APPARATUS DOORS City i'misct No.97-38 The Work is generally described as follows A. The Work of this Contract comprises tfa renwvd and disposal of sloven(I I I existing overhead sectional doom aria related components,installation of eleven(I 11 new overhead ookrng door systems;Installation of weather proofing ty and safe accessories to one recently installed overhead call door system; required miscellaneous metals, replaeemam of damaged or mosmg trim at several locations, removal and replacement of several damaged door iambs.and Installation of now said pips bollards. ARTICLE 2•COMMENCEMENT AND COMPLETM The Work to be performed ender this Contract Shalt commence on the date specified in the Notice to Rowed by the City and the Work shag be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognise that time Is of the essence of this Agreement and that the City will suffer financial less if the Work a not cam~within the tirtho specified in Article 2,bars on.Pita any extensions thereof allowed in accordance wnh Article 12 of the General Conditions They also recognize no delays, expense, and ddflouitas involved in proving in a legal proceeding the actuate loss suffered by the City it tha Work is not completed on time Accordingly,mstesd of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty) the Contractor shall pay the City the sum of$500 for each calander day that expires attar to thin speoiNod in Article 2,heroin. ARTICLE 3•CONTRACT PRICE The City shall pay die Contractor for the completion of the Work in accordance with the Contract Documents in current furls the Contract Rice(a)named in the Contractor's Bid and Bid Schedulo(s) ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of, Name Inviting Sills, Instructions to Bidders, the accepted Bid and gird Schedule, the Schedule of Values, List of Subcontractors,Non-Collusion Affidavit, Bidder's General Information, Bid Security or&d 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 listed in The Schedtla of Drawings in the Supplementary General Conditions or on fhe Cover Shiest of the Drawings, Addenda numbers —1_ to —2— ,mcluarvs, and all Change Ordain,and Work Change Directives which may be delivered or issued after the Effective Gam of the Agreement and are not attached harem. ARTICLE S-PAVMENT PROCEDURES The Contractor shop submit Applications for Payment In accordance with Article 14 of the General Conditions and the Supplementary Gerard Conditions Applications for Payment will be processed by the Engineer or the City as provided in tht General Conditions. FLEET APPARATUS DOORS AGREEMENT City Project#97-38 PAGE 1 r `fir MINUTE ORDER NO. ( — AWARDING CONTRACT TO DOOR SERVICE COMPANY IN THE AMOUNT OF$43,973.00, SCHEDULES A AND B FOR THE REPLACEMENT OF FLEET APPARATUS DOORS, CITY PROJECT NO. 97-38. I HEREBY CERTIFY that this Minute Order awarding contract to Door Service Company in the amount of$43,973.00, Schedules A and B, for the Replacement of Pled Apparatus Doors, City Project No. 97-38, was adopted by the City Council of the City of Palm Springs, California, in a meeting thereof held on the 6th day of October 1999. PATRICIA A. SANDERS City Clerk 13 � b OF PALM Sp City of Palm Springs V N * Office of the City Clerk x^oaareo� 3200 Tahgwa Canyon Way • Pelm Spungs,CaLCnmia 92262 CqL 1 FO?, TEL (760)323-8204 • TDD:(760)864-9527 November 5, 1999 Door Service Company 750 S. Eugene Road Palm Springs, CA 92264 REPLACEMENT OF FLEET APPARATUS DOORS, CP97-38, A4154 Enclosed is your Bid Bond issued from Intercargo 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 0 Palm Springs, California 92263-2743 BOND' NUMBER: LBO1-16286 • BID BOND KNOW ALL MEN BY THESE PRESENTS, That Door Service Company as Principal,and Intercargo Insurance Company as Surety,arc held and furaly bound unto The City of Palm Springs,hereinafter called the"City"in the stun of BOND AMOUNT NOT TO EXCEED TEN PERCENT OF THE TOTAL BID AMOUNT (10%) —dollars (nil Icu dun 10 percent nftho total un"runt of thu bul) for the payment of which sum, well and truly to be rnadc, we bind ourselves, our heirs, executors, administrators, sucemors,and assigns,jointly and severally,fumly by these parents. WHEREAS,said Principal has submitted a bid to said City to perfoau the Work required under the bidding schedule of the City s Contract Oucumcntc entitled: REPLACEMENT OF FLEET APPARATUS DOORS City Project No.97-38 NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the nuuutcr required is the"Notice Inviting Bids"and the"Instructions to Bidders"eaten into a written Agreement on the fomt of agreement bound with said Contract Doctunents, furnishes the required Certificates of Insurance, and furnishes the required Perfotrrtmrce Bond and Pa}mmnt Eland, then thin obligation shall be null and void, otherwise it shall remain in full force and affect.In the event suit is brought Von this bond by said City and City prevails,said Surety shall pay all costs incurred by said City in such suit,including a reasonable attorneys fee to be fixed by the court SIGNED AND SEALED,this 14th day of September ,1999 Door Service Company (SHAL) `ss"srµanitraphryr'i -- ' --- -- % suRa ell =Q'�► _�T� ;�ffl0 = Tntercargo Insurance Company ISEAI.) U, BY tsrg tune) Julia B. Leonard, A torney in Fact tsl�m.s7 (SEAL AND&Pjt"J j 9 ACKNOWLEDGMENT'OFSURFIT) 7 FLEET APPARATUS DOORS 61D DOCUMENT City Project N97-38 PAGE 6 ALL-PURPOSE ACKNOWLEDGMENT State of California ) County of Riverside ) On September 14, 1999 before me, Natalia L. Marfinez, Notary Public Name and Title of Officer-e.g.,"Jane Doe,Notary Public" personally appeared Julia B. Leonard, Attorney in Fact Name(s)of Document Signer(s) ( )personally know to me -OR- (x)proved to me on the basis of satisfactory evidence to be the person(g) whose name(&) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(i%), and that by his/her/their-signature(s) on the instrument the person(&), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. �•., NATAt.I.l MARTINEZ C01'uvl. + J 152902 irl f"+F• NOTAR' R_.iLIC- CALIFORNIA tt^,ii RIVE 4OU COUNTY Arl,,Aug 24.2001 Signature of Notary (Affix seal in the above blank space) LORDOCUMENT: BID BOND { ! Ap`provval Codee' POWER OF ATTORNEY Bond A'INTfIMITEI) CARGO INSURANCE CoM�ANY ®Il Il62€36 KNOW ALL MEN BY THESE PRESENTS:That the INTERCARGO INSURANCE COMPANY,a corporation organized and existing by virtue of the laws of the State of Illinois, does hereby nominate, constitute and appoint. Julia B. Leonard its true and lawful Attorneys-in-fact to make, execute, attest, seal, and deliver for and on its behalf, as surety, and as its act and deed,where required, any and all bonds, undertakings. recognizances and written obligations in the nature thereof, the penal sum of no one of which is in any event to exceed$5,000,000.00 as required by Surely Obligees. Such bonds and undertakings, when duly executed by Ibe aforesaid Attorneys-in-fact shall be binding upon the said Company as fully and to the same extent as If such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 5th day of December, 1988: "RESOLVED.That Ilia President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship, and drat any Secretary or any Assistant Secretary of the Company he, and drat each or any of them hereby is authorized to attest the execution of any such Power of Attorney, and to attach thereto the Seal of the Company. FURTHER RESOLVED,That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached." Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on August 7,1997. "RESOLVED,That the signature of Stanley A. Galanski, as President of this Corporation, and the seal of this Corporation may he affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile,and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation,bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this Sth day of August, 1997. INTERCARGO INSURANCE COMPANY 7-�t�-frf BY: J j Uo`NS�n4'lyCe y PRESIDENT i; �aroeArF',33 hV ro ^aa LLINO15„a` ' ATTEST: SECRETARY STATE OF ILLINOIS COUNTY OF COOK as On this 80 day of August, 1997, before me personally came Stanley A. Galanski to me known,who, being duly sworn, did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company, and that he executed the said instrument by like order and authority: OFFICIAL SEAL SAMANTHA B HALTER NOTARY PUBLIC,STATE OF ILLINOIS MY COMMISSION EXPIRES:06/00/00 NOTARY PUBLIC STATE OF ILLINOIS COUNTY OF COOK as. unQit.yy [, fit,ti f(Ufjeper�e�tary of the INTERCARGO INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that rite above and fo�Jlc�olt¢+ .4: r'M"correct copy of Power of Attorney issued by said Company, and that I have compared same with the original and that it is a correct jpf therefron4g �'! e whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. �4W ©fJ Isave hereunto set my hand and affixed the seal of said Company, at the City of Schaumburg, this 14 th ?W Y of o anb ¢ 1999 �..•rr�jll{}L \v\a SECRETARY PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST City Project NO: Dates Published: Bid Date & Time: 3. 5. 10. ' ,. on_re .^ � WHY: *CONTRACTOR BACKGROUND CHECK: '00Required? N [] (ATTACH IFREQUIRED) Affidavit uf Non-Collusion Signed & Notarized? Y1E[ NLJ / Information required of bidder page completed? YFlmFl Type & Amount of Insurance Required: Contractors License No. tatus No. of days to complete work Working Calendar., Estimated Start Date; /t Z ."Estimated Completion Date: No. of days in which to execute Contract after Notice of Award (date City Clerk transmits contracts for execution): Davis-Bacon Exhibits (Specify Exhibits to be completed by Contractor?) l / F`Jl F—1 Any Addenda? Y [�] NE] No. Addenda GignodhyContractor? Y L. N L_J BONDS: PERFORMANCE BOND % PAYMENT BOND % CORRECTION REPAIRIBOND % ��� �K����� ����� ����\SPECS-. Successful Bidder: (5\ extra CASHIER'S CHECK? Y [] N [] DEPOSITED |NT & a? l/ [] N [] Five sets of bid specifications for contract execution Unsuccessful Bidders: CASHIER'S CHECKS? Y [] NFl o�pno/T�o |NT & A? YF7mFl �l �7 `' `' `' Attached: Y �� N �� VVhiohCoot/aotor(u)�� [`^l L—JProvidodPreviuun|y � � D0 SPECS �� /\GHEEK4ENTFoR�� REFERENCE: Public Contracts GnvennnlnntCode Sec. 223UO Y ���� m �� � Labor Code 1777.5 Y �1�� N Labor Code Y77G Y10 N F7 California Standard Specifications EDITION Standard Specifications for Public Works Construction EDITION � DATE: BY: / DEPT: / rtri vt,N+� Z i 4 r VENDORS & AMOUNTS BID VENDORS & AMOUNTS BID BIB ABSTRACT - DUE BID4: -L { �$ DATE: BIDDING TO: 0�- rwe VJ QUANTITY COMMODITY ITEM^ /� p L t� 24 33 Aso°° �i goon I � I I 44�bcsl es it-t3 I I cam°= -�3�"t3 -I goo°= I i; be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no additional cost to the City. ARTICLE 5 - BONDS AND INSURANCE i, 5.1 Performance and other Bond Amounts: III a. The Contractor shall furnish a satisfactory Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract Price. b. 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 as ,required under Articles 13.7 and 13.8 of the General Conditions. Said Performance Bond shall be maintained at not less than 15 percent of the Contract Price during said one-year extension. 5.2 Bonding Company Waiver of Right of Notification: I'il The Contractor shall assure that its Bonding Company is familiar with all of the terms and conditions of these Specifications, and shall obtain a written acknowledgement by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the Contract or of extensions of time or of decreased or increased Work or of cancellation of the Contract, or any other act or acts by the City or any of its authorized representatives. j 5.3 Insurance Amounts: The limits of liability for insurance as required by Article 5.2 of the General Conditions III ! 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: II a) State: Statutory Amount Or minimum $1 ,000,000 1, b) Employer's Liability: $1 ,000,000 2. Comprehensive General Liability: (Under Article 5.2b.2 of the General Condition: 116 , I , a) Bodily Injury (Including completed operations and products liability and j wrongful death): $ 1 ,000,000 Each Occurrence 9I'� $ 1 ,000,000 Annual Aggregate ; 19 Property Damage: JII $ 1 ,000,000 Each Occurrence 1 $ 1 ,000,000 Annual Aggregate 'IN I L. b) Property damage liability insurance will provide explosion, collapse, and N1 underground coverages where applicable. PI' c) Personal injury, with employment exclusion deleted if $ 1 ,000,000 Annual Aggregate ' j, FLEET APPARATUS DOORS CONDITIONS OF THE CONTRACT City Project H97-38 SUPPLEMENTARY GENERAL CONDITIONS PAGE 3 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 ARTICLE 6 - THE CONTRACTOR'S RESPONSIBILITIES 6.4 Concerning Subcontractors, Suppliers, and Others: Add the following subparagraph (e) to Article 6.4 of the General Conditions: (e) In addition to the provisions of Article 6.4 of the General Conditions, the Contractor shall perform not less than 50 percent of the Work included in the original Contract Price with its own forces (i.e., without subcontracting), except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the original total Contract Price before computing the amount of work required to be performed by the Contractor with its own forces. When items of work in the Bid Schedule are preceded by the letter "S," such items are designated as "specialty Items." Where an entire item is subcontracted, the value of the work subcontracted will be based upon the contract item bid price. When a portion of an item is subcontracted, the value of the work subcontracted will be the estimated percentage of the contract item bid price, determined from the information submitted by the Contractor, subject to approval of the Engineer. The 20 percent requirement shall be understood to refer to the Work, the value of which totals not less than the full Contract Price contract price. 6.5 Permits, License Fees, and Royalties: The following subparagraphs "d," "e," and "f" are hereby added to Article 6.5 of the General Conditions: (d) Business License and Permits: All permits issued by the City of Palm Springs shall be obtained by the Contractor, but will be paid by the City; provided, that prior to beginning the Work hereunder, the Contractor shall obtain and pay for a City of Palm Springs business license. Except as otherwise provided herein, all permits issued by other agencies and authorities having jurisdiction shall be obtained and paid for by the Contractor. (e) Building Permits: The Contractor shall obtain all licenses and shall assist in obtaining permits required to perform the Work of this project. The general Building Permit and Plan Check Fee will be paid for by the City. Other permit fees, including encroachment fees and electrical, mechanical, and plumbing permit fees will be paid directly by the City. No separate payment therefor will be allowed under the Contract for any of the permits or fees under this Article. FLEET APPARATUS DOORS CONDITIONS OF THE CONTRACT City Project #97-36 Q1JPPI " 'JTQRY(- Al cr 'r)Mr• - anr. License Detail • http://www2.cslb.ca.gov/Ws/CSLB_Library/CSLB+Book/License+Detall.DML GAY1pGRW1A CONTRACTORS STATE LICENSE BOARD License Detail Contractor License # 282275 W + DISCLAIMER The license status information shown below represents inf ermationtaken from the CSLB licensingdata base at the time of your inquiry.It will not reflect pendingupdates which are being reviewed for subsequent data base updating.The available information may not reflect any civil or criminal judgments or actions that have not been reported to the CSLB.Iffhere are disclosable complaints(legal actions)on the contractor's license,that information will he provided.If you intend to pursue any kind of legal action,insure you get a"Verified Certificate"which is a certified license history covering a specific time period prior to taking any action. Extract l3ate: September 15, 1,99„9 *.* BUSINESS INFORMATION PIIII.LIP K ATTON D9 'DOOR SERVICE COMPA Y 750 S EUGENE ROAD I:ltit PALM.SPRINGS, CA'92264 Entity`:Sole Ow,Iership Issue Data :02/26/1973 Expiry Date t1/3012000lilt iiiTim LICENSE STATUS * >r This license"is current and aciiva. "CLASSIFICAILI- TIONS '` �` � Ill,.GENERAL BiIIC LIING,CONTRAt~TOP, lit l Mill D08 DOORS I&DOOR SERVICE .SHOWER&TUB ENCLOSURES ACCORDMN DOORS D24,METAL,PRODUCTS . ... D28 DOORS; GATE.S,;AND t1CTIVATING DEVICES ::::..:::.::::.. .... . .,. im lm.i *'* CONT1iACTOIt BONDING INFORMATION This license has bond number;6302852.i the amount of$7,500) lk tlae.boriding company , SURETY COMPANY OF THE PACIFIC , ,.: ... Effegoye°Date 111;3.011996 : : lNi I. .. WORKERS COMPENSATION INFORMATION This license,has workers.compeilsatimi insurance'with the CALIFORNIA INDEMNITY INSURANCE COMPANY Policy,Nunibar SP117860A,Effective,Date, 07/01/1990 Eic ire Date 47/01/2000 €``'P'ersonnel List':': License Numb Person'n'el Narhe RequesY:.L: 1 of 1 9/15/99 3:50 PM • CONTRACTOR BACKGROUND CUR CITY PROJECT N0. '?C?'J PROJECT: i ' / A .$ ✓ CONTRACTOR: -4 4f Lic.No. : '4 Verifieda � � 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-.,o j 2o Phone # 32 3 - SIG 7 Agency/Firm: C,'44 DP PA i, 5pi2, ,JGS City: Nature Of Work.: 01rS+t_!kf/h� a PC-j-A f•¢ Do-&:s Contract Amount: $ 8 2g3 .63 Date Completed: B- p - 98 Comments By Above Person: :`L I$ Mh 1. - OV ' p (+A ce Gea O w0a y, - Evan 10 1 A.t,. I� ! Reference Check #2 : Person Contacted: CA R.L. of. f M Phone # 505- GSS- 7070 Agency/Firm: 5 tJArF- a ek City: 71) ilA 4ow,-4 Nature Of Work: ovax H -q Joo Contract Amount: S G, 9000 Date Completed: : a Comments By Above Person: 0A11ft MPS NeAbA6 1-161 9:y6,AM Reference Check #3 : (Optional) Person Contacted: Phone # Agency/Firm: City: Nature Of Work: Contract Amount : S Date Completed: Comments By Above Person: Completed By: Date: Reviewed By: Contracts Administrator cc: City Engineer Director of Public Works AUG. 25' 99 (WED) 11 :02 CITY PALM SPRINGS TEL: 760 322 8360 P, 001 OF pAIM Sp u City of Palm Springs + + Engineering Ucpartmenr V 32Dn'1.111c)uivc GtnYon Wny • Nidm Spr.uys,CnhPorni L 92262 rl.l_(760)323-8e5) + FAX(760)322-8360 • 'I'DD(760)864-9V7 v� 'h CITY OF PALM SPRINGS Engineering Department P_O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. I To all prospective bidders under Specifications for the Replacement of Fleet Apparatus Doors, City Project No. 97-38,which were to be received by the City of Palm Springs at the office of the Procurement Manager at 3200 E Tahquitz Canyon Way, Palin Springs, CA 92262, until 2:00 p.m, on Tuesday, August 31, 1999. I. Notice Inviting Bids,paragraph N-1 -Bid opening date is hereby revised to September 14, 1999 at 2:00 p.m. II. The following change shall be made in Part II -Conditions of the Contract, Supplementary General Conditions, Page 4: Article 6, Section 6.4, the 2'line of subparagraph (e) shall be amended to read: "Contractor shall perform not less than 20 percent of the work included in the.._" III. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. I shall be entered on Page I of the Bid Documents. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. BY ORDER OF THE CITY OF PALM SPRINGS Date: August 24, 1999 City of Palm Springs, California By --- David J. Barakian, PE City Engineer Civil Engineer C28931 Post Office Box 2743 • Palm Springs, California 92263-2743 SEP. -10' 99 (FRI) 08:06 CIT1P PALM SPRINGS TEL: 761* 8360 P. 001 IYA R City of Palm Springs c Dcloxrrmenc uFTranaporraaon _ Engineering Division 320f)Tahqui[m Canyon Way• P�Im Spring,C.diG,rni:& 92262 �q1 J Fo jLXA TEL(76D)ts3-N253 - PAX{76n)122-8361) - -r171)(760)96,,-95:7 CITY OF PALM SPRINGS Engineering Department P,O. Box 2743 Palm Springs, CA 92263 ADDENDUM NO. 2 To all prospective bidders under Specifications for the Replacement of Fleet Apparatus Doors, City Project No. 97-38, which are to be received by the City of Palm Springs at the office of the Procurement Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 2:00 p.m. on Tuesday, September 14, 1999, I. The following change shall be made in Part III - Technical Specifications, Division 8 - Doors and Windows, Section 08331 - Overhead Coiling Doors: Add the following to paragraph A in Part 1 - General, Section 1 .05, System Description: The nominal opening for the existing overhead doors is 12 feet wide by 14 feet 5 inches high typical. Contractor shall field verify each opening, and provide and install new overhead coil doors appropriately sized for those openings. U. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 2 shall be entered on Page i of the Bid forms. Failure to provide such acknowledgment shall render the bid as non-responsive and subject to rejection. BY ORDER OF THE CITY OF PALM SPRINGS Date: September 9, 1999 City of Palm Springs, California Marcus L. Fuller, PE Acting City Engineer Civil Engineer C 57271 Post Office Box 2743 0 Palm Springs, California 92263-2743 STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P. O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARD 832480000 CITY OF PALM SPRINGS OFFICE OF CITY CLERK POST OFFICE BOX 2743 PALM SPRINGS, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SEC. 1777,5 HAS BEEN AWARDED TO: 2. Name of General contractor 3. Contractor's License Number Door Service Company 4. Mall Address (Street Number or P. O. BOX) 5, city Eugene Road Palm Springs 750 S. Eu g 6. zip Code 7. Telephone Number CA (760 ) 320-0788 8. Address or Location of Public Works Site(Include city and/or county) 9. Contract or Project Number 10. Dollar Amount of Contract Award CP97-38 A4154 $ 11. Starting Date(Estimated or Actual 12. completion Date(Estimated or Actual) 13. Number of Working Days MONTH DAY YEAR (USE NUMOEHa1 MONTH DAY YEAR (USE NUMOERs) 11 6 � 99 � 12 7 14, Type of Construction (Highway,school, hospital,etc.) is. Re lacement of Fleet A aratus Doors NEW CONSTRUCTION ALTERATIONS 16. Classification or Type of Workman (Carpenter,plumber,etc.) Door Installation, Metal , Weather proofing 17 Is language included in the Contract Award to effectuate the provisions of Section 1777.5, as required by the Labor Code? . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . O YES El NO Is language included in the Contract Award to effectuate the provisions of Section 1776, as required by the Labor Code? . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 YES O NO 18. Signature 19. Title 20, Date Cit Clerk 10-8-99 21. Printed or Typed Name 22. Telephone Number PATRICIA A. SANDERS ( ) Duplication of this form Is permissible. OAS 13 IRV. 7/551 E CITY OF PALM SPRINGS NOTICE INVITING BIDS REPLACEMENT OF FLEET APPARATUS DOORS City Project No. 97-38 N-1. NOTICE IS HEREBY GIVEN that sealed bids for the REPLACEMENT OF FLEET APPARATUS DOORS will be received at the office of the Procurement Manager of the City of Palm Springs, California, until 2:00 pm on Tuesday, August 31, 1999 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the removal of eleven (11) existing overhead sectional doors and related components; installation of eleven (11) new overhead coiling door systems; required miscellaneous metals; installation of weather proofing and safety accessories to one recently installed overhead coil door system; removal and replacement of damaged or missing metal trim at several locations; removal and replacement of several damaged door jambs; and installation of new steel pipe bollards. 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 sum of Schedules A plus B, and reject all other bids, as it may best serve the interest of the City. (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 bid price of Schedules A plus 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 B 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 and existing facilities which will be conducted by the City at 2 PM on Tuesday, August 24, 1999. Failure to participate in the pre-bid walk through may disqualify a bidder as non-responsive. FLEET APPARATUS DOORS NOTICE INVITING BIDS City Project #97-38 PAGE 1 N-10 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 fifteen dollars 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 mail. N-11 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 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 0 THE CITY OF PALM SPRINGS Date /y " ' 19 / / CITY OF PALM SPRINGS By David J. Barakian, PE City Engineer City of Palm Springs FLEET APPARATUS DOORS NOTICE INVITING BIDS City Project #97-38 PAGE 2