Loading...
HomeMy WebLinkAbout06824 - PRECISION GARAGE DOORS AND GATES, INC. Recording Requested By: � 2016 0474077 \ 10/27/2016 12:48 PM Fee: $ 0.00 City of Palm Springs Page 1 of 2 Recorded in Official Records County of Riverside Peter Aldana When Recorded Mail To: Assessor—County CCle`erk—RRReecfo�rylr(�Irder Name James Thompson,City Clerk 'lll i171,IY�IIt , Yly�if+ll'►l+yr''y�ti j 'I III Street R A JExam: Address 3200 E.Tahquitz Canyon Way Page DA PCOR Misc Long RFD 1st Pg Adtl Pg Cert CC City& Palm Springs,CA 92262 1 State SIZE NCOR SMF H L CG- NOTICE OF COMPLETION (CA Civil Code§§8180-8190,8100-8118,9200-9208) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of which interest or estate is: Leasehold (e.g.fee,leasehold,joint tenancy,etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-owners are: Name Street and No. City State City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs CA 3. The name and address of the direct contractor for the work of improvement as a whole is: Precision Garage Doors and Gates,Inc.,7348 Fox Trail,Yucca Valley,CA 92284 4. This notice is given for(check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement(per CA Civ.Code§8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement(as provided in CA Civ.Code §8186),the name and address of the direct contractor under that contract is: Not Applicable. 6. The name and address of the construction lender,if any,is: Not Applicable. 7. On the 27th day of September,2016 ,there was completed upon the herein described property a work of improvement as a whole(or a particular portion of the work of improvement as provided in CA Civ.Code§8186)a general description of the work provided: Fire Station No.2 Apparatus Door Replacement,City Project 15-08 8. The real property herein referred to is situated in the City of Palm Springs ,County of Riverside State of California,and is described as follows: Palm Springs Fire Station No.2 Headquarters,APN 677-270-025 9. The street address of said property is: 300 N.El Cielo Road,Palm Springs,CA 92262 10, If this Notice of Completion is signed by the owner's successor in interest,the name and address of the successor's transferor is: Not applicable I certify(or declare)under penalty of perjury under the laws of the State of California that the f ng is true and correct. ! Date: • 2 , z0 f, B��if/f 'L , Signature of Owner or Owner's Authorized Agent-Assistant City Manager/City Engineer for Cite y of'ra—lm Springs Marcus Fuller ®Porter Law Group,Inc,2013 Print Name Page 1 of 2 VERIFICATION 1, Marcus Fuller state:I am the Assistant City ManagerlCity Engineer ("Owner","President", "Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion.I have read said Notice of Completion and know the contents thereof;the same is true of my own knowledge. I declare under penalty of perjury under the laws oft State of California that the foregoing is true and correct. � �V Executed on IJ (date),at Palm Springs (city), CA (state). Signature of Owner or Owner's Authorized Agent Marcus Fuller A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF CALIFORNIA COUNTY OF y i/mP ldP On U 20 (date), before me, r v Notary Public(name and title of officer)personally app red �fo r U.S who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare KIMBEHt,Y S.FLOYD subscribed to the within instrument and acknowledged to me that helghe1>ey executed the CommlYsiorl#2127367 same in hislherltloetr authorized capacity(jes), and that by hislper/their signature(e)on the Notary Public•California instrument the erson entity p p (e) Rlmside County P �,or the enti upon behalf of which the erson acted,executed the Comm. res Oct 17,2019' instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 - Sidnature LM s CITY OF PALM SPRINGS CONTRACT CHANGE ORDER e4tivoaN' To: Precision Garage Doors & Gates, Inc. Date: June 7, 2016 7348 Fox Trail Project No: 15-08 Yucca Valley, CA 92284 Project: Fire Station No. 2 Apparatus Door Replacement Change Order No: 01 Purchase Order: 16-0936 Accounts: 260-4500-59470 CHANGES IN WORK/COST: This Contract Change Order No.1 provides for additional costs associated with installation of alternative apparatus door products and to add new surface mount control switches. New Items A. Provide and Install Four(4) Clopay Energy Series Model 3722 Insulated Steel Doors $2,250.00 B. Provide and Install Seven (7) Denco Model 313xt Exterior Surface mount Control Stations $805.00 CHANGE ORDER TOTAL $3,055.00 CHANGES TO CONTRACT TIME: This change order makes no changes to the specified contract time. SOURCE OF FUNDS: The following account will be utilized in the amount of$3,055.00: 260-4500-59470 REASONS FOR CHANGES: A. Apparatus Doors: The originally specified aluminum paneled apparatus doors were not able to provide sufficient thermal efficiency. For this reason it was determined that an alternative polyurethane insulated steel door should be utilized. The contractor is to provide four (4) Clopay Model 3722, Flush, energy series, polyurethane insulated, Intellicore, steel doors, complete and in place in accordance with the contract documents. Model 3722 doors are to be provided with two panels of 'Full View' windows on each door. It is agreed that theses alternate door products will result in a total increased cost of $2,250,00. Doors are to be painted to match the existing door color. This is a lump sum/agreed price and no further payment will be made therefore. B. Control Stations: Seven (7) new Denco Model 36xt, exterior, surface mount, control stations will be provided and installed to replace the existing door controllers. Control stations are to provide for Open/Close/Stop functions. Control stations will be provided and installed at the lump sum/agreed price of $805.00 and no further payment will be made therefore. ORIGINAL BID ANDIORAGREEMEN T CP 15-08, Fire Station No. 2 Apparatus Door Replacement Contract Change Order No. 1 June 20, 2016 Page 2 SUMMARY OF COSTS: Original Contract Amount: $40,725.00 Original Completion TBD This Change Order: $3,055.00 Days Added 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $43,780.00 Revised Completion TBD ****SIGNATURES ON NEXT PAGE**** CP 15-08, Fire Station No. 2 Apparatus Door Replacement Contract Change Order No. 1 June 20, 2016 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Precision Garage Doors & Gates Inc. Signature Date Printed Name and Title City of Palm Springs Recommended By: Mar . Fuller Date Assistant City Manager/City Engineer Attest By: James Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasinq (1) Finance (1) APPROVED BY DEPARMENT HEAD Gianfranco Laurie From: Mike Lytar Sent: Thursday, July 21, 2016 12:56 PM To: Gianfranco Laurie Subject: FW: Proposed Change Order Attachments: City of PS 3718 shop drawing.pdf, City of PS 3722 shop drawing.pdf fyi Michael Lytar,P.E. Sr.Public Works Inspector City of Palm springs 760-902-4861 From: Precision Garage Doors [mailto:precisiongaragedoors(aaverizon netl Sent: Thursday, June 16, 2016 8:36 AM To: Mike Lytar Subject: RE: Proposed Change Order Mike, Please find attached shop drawings for both a model 3718 and 3722. Both of these doors have the flush panel design. We could do the model 3718 for the same as the model 3724, so $1020 additional. The model 3722 would be $2250 additional. Sincerely, Lisa Price Precision Garage Doors & Gates, Inc. (760) 369-4911 (760) 369-2060 fax precisiongaragedoors@verizon.net pgdginc.com From: Mike Lytar [mailto:Mike.Lyar(JaWlmsprings-ca.gov] Sent: Friday, June 10, 2016 3:08 PM To: 'Precision Garage Doors' Subject: RE: Proposed Change Order Lisa, On the spec sheet, underneath the 'flush' panel design, it says 3721. 1 don't see anything on the paperwork that indicates a 3724 model. 3720 is ribbed, 3721 is flush and 3723 is raised. 1 Gianfranco Laurie From: Mike Lytar Sent: Thursday, July 21, 2016 1:00 PM To: Gianfranco Laurie Subject: FW: Fire Station #2 Door Replacement Purchase Order#16-0936 Attachments: Est_31756 from_Precision_Garage_Doors_Gates_Inc_10064.pdf Attached has cost for door controllers Michael Lytar,P.E. Sr.Public Works Inspector City of Palm Springs 760-902-4861 From: Precision Garage Doors [mailto•precisiongaragedoors(dverizon net] Sent: Wednesday, April 06, 2016 9:36 AM To: Mike Lytar Subject: Fire Station #2 Door Replacement Purchase Order #16-0936 Dear Mike : At the pre-con meeting for the above mentioned project, it was discussed to possibly go with a full view glass door instead of the aluminum panels with 2 full view sections. Please find attached the estimate to go that route. Our cost is $3300 more for all 4 doors, which we just added to the estimate along with the 7 control stations requested. I should have a shop drawing today and as soon as I have that, I will forward as well. Please let us know how you would like to proceed. Sincerely, Lisa Price Precision Garage Doors & Gates, Inc. (760) 369-4911 (760) 369-2060 fax precisiongaragedoors@verizon.net pgdginc.com L Precision Garage Doors & Gates, Inc. Estimate 7348 Fox Trail Yucca Valley, CA 92284 Date Estimate# (760) 369-4911 Phone 3/30/2016 31756 (760) 369-2060 Fax www.precisiongaragedoorsandgates.com precisiongaragedoors@verizon.net Name/Address City of Palm Springs FIRE STATION NO. 2 Franco Laurie APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 300 N. El Cielo Road Palm Springs, CA Description Qty Cost Total Substitution of product provided: 1 44,025.00 44,025.00 Take down and haul away(4)existing commercial overhead doors and openers Install(4) 12'10 x 13'6 Clopay Commercial Aluminum Full View Doors Model 903 7 Panels Black Anodized Aluminum Frame Tempered Insulated Tinted Glass Reverse Angle Mount Track Heavy Duty Hardware Double End Styles Upgraded nylon rollers (4) LiftMasterT501L5 Commercial Openers 14' (7)Denco Model 3BXT Exterior Surface Mount Control Stations 7 115.00 805.00 Open/Close/Stop Note: Price includes tax, installation, haul away of existing doors, payment& performance bonds, prevailing wage ($3300 Difference) At the precon meeting it was brought up to go with a full view glass door in lieu of the aluminum door with (2)glass sections.Also to add (7)open/close/stop controls to the scope of work.The R values of both products are as follows: CHI DOOR- Insulated aluminum panels-2.13 Insulated glass-1.82 CLOPAY DOOR- Insulated tinted tempered glass- 1.91 Total $44,830.00 SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 1 DATE: 07/21/16 CITY OF PALM SPRINGS AUDIT21 TIME: 11:28:07 EXPENDITURE AUDIT TRAIL SELECTION CRITERIA: orgn.fund='260' expledgr.key_orgn='4500' and expledgr.account='59470' ACCOUNTING PERIODS: 1/16 THRU 13/16 SORTED BY: FUND,FUNCTION,DEPARTMENT,IST SUBTOTAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCTION,DEPARTMENT,1ST SUBTOTAL PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT FUND - 260 - MEASURE J CAPITAL FUN➢ DEPARTMENT - 4500 - MEASURE J CAPITAL PROJ ACCOUNT CUMULATIVE DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE 59470 FIRE APPARATUS DOOR 442 260-30-4500-4500 - MEASURE J CAPITAL PROS 59470 FIRE APPARATUS DOOR 442 .00 .00 .00 BEGINNING BALANCE 07/01/15 13-1 59,944.94 CONT APPR BUD ADJ 7/1-3 07/O1/15 11-1 .00 POSTED FROM BUDGET SYSTEM 07/24/15 19-1 PR072415 28.02 260 08/07/15 19-2 PR080715 28.02 260 08/21/15 19-2 PR08211S 112.12 260 09/04/15 19-3 PRO90415 28339 260 09/18/15 19-3 PR091815 84.08 260 10/16/15 19-4 PR101615 224.26 260 10/30/15 19-4 PR103015 209.48 260 11/13/15 19-5 PR11131S 336.37 260 11/27/15 19-5 PR112715 532.58 260 12/11/15 19-6 PR121115 32.31 260 12/25/15 19-6 PR122515 415.59 260 O1/08/16 19-7 PR010816 528.51 260 01/22/16 19-7 PR012216 392.04 260 02/OS/16 19-8 PR020516 254.45 260 02/16/16 18-8 00160028-01 P2130 PLANIT REPROGRAP 239.22 BLANKET PO 02/19/16 19-8 PR021916 31.55 260 02/25/16 21-8 00160028-01 1084111 P2130 PLANIT REPROGRAP 239.22 -239.22 16-0028 #4 03/18/16 19-9 PR031816 62.21 260 04/04/16 17-9 00160936-01 96864 PRECISION GARAGE 40,725.00 CP 15-OB FIRE STAT DOOR 04/01/16 19-10 PR040116 240.15 260 04/11/16 18-10 00160028-01 P2130 PLANIT REPROGRAP .00 BLANKET PO 04/11/16 18-10 00160028-01 P2130 PLANIT REPROGRAP .00 BLANKET PO 04/15/16 19-10 PR041516 206.17 260 04/29/16 19-10 PR042916 284.81 260 05/13/16 19-11 PRO51316 243.82 260 05/27/16 19-11 PR052716 220.05 260 06/10/16 19-12 PR061016 257.71 260 06/24/16 19-12 PR062416 185.50 260 TOTAL FIRE APPARATUS DOOR 442 59,944.94 5,432.41 40,725.00 13,787.53 TOTAL 1ST SUBTOTAL - CAPITAL 59,944.94 5,432.41 40,725.00 13,787.53 TOTAL DEPARTMENT - MEASURE J CAPITAL PROS 59,944.94 5,432.41 40,725.00 13,787.53 ' THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 2 DATE: 07/21/16 CITY OF PALM SPRINGS AUDIT21 TIME: 11.28:07 EXPENDITURE AUDIT TRAIL SELECTION CRITERIA: orgn.fund='260' expledgr,key_orgn='4500' and expledgr.account='59470' ACCOUNTING PERIODS: 1/16 THRU 13/16 SORTED BY- FUND,FUNCTION,DEPARTMENT,IST SUBT0TAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCTION,➢EPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUN➢,FUNCTION,DEPARTMENT FUND - 260 - MEASURE J CAPITAL FUND DEPARTMENT - 4500 - MEASURE J CAPITAL PROJ ACCOUNT CUMULATIVE DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE 59470 FIRE APPARATUS DOOR 442 TOTAL FUNCTION - PUBLIC WORKS 59,944.94 5,432.41 40,725.00 13,787.53 TOTAL FUND - MEASURE J CAPITAL FUND 59,944.94 5,432.41 40,725.00 13.787.53 TOTAL REPORT 59,944.94 5,432.41 40,725.00 13,787.53 * THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made thiso day of V 20 , by and between the City of Palm Springs, a charter city, organized and 4xisting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Precision Garage Doors and Gates. Inc.. a California corporation, 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 For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s)for the Project entitled: FIRE STATION NO. 2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 The Work involves the replacement of the existing apparatus doors at Fire Station No. 2 located at 300 N. El Cielo Road, consisting of: removal of four (4) existing overhead sectional door system complete; furnishing and installing four(4) new double panel 2-inch thick insulated aluminum overhead sectional door system complete including, but not limited to, electric motor operators, aluminum alloy stiles and rails, aluminum panels (match existing finish), section seals, clear tempered glass windows, mountings, tracks, counterbalance system, hardware and all other appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specked in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to FIRE STATION NO.2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 AGREEMENT FORM ORIGINAL BID NOVEMBER 2015 AGREEMENT AND BONDS-PAGE 1 AND/OR AGREEMENT liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Forty Thousand Seven Hundred and Twenty Five Dollars $40,725). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall coverall expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, 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 Construction Contract 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 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. FIRE STATION NO.2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 AGREEMENT FORM NOVEMBER 2015 AGREEMENT AND BONDS-PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, 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 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 `Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. ARTICLE 9 -- NON-DISCRIMINATION The Contractor represents and agrees that it does not and will not discriminate against any subcontractor, consultant, employee, or applicant for employment because of race, religion, color, sex, or national origin in any matter including without limitation employment upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay, or other forms of compensation and selection for training, including apprenticeship. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another parry 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 FIRE STATION NO.2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 AGREEMENT FORM NOVEMBER2015 AGREEMENT AND BONDS-PAGE 3 assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE FIRE STATION NO.2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 AGREEMENT FORM NOVEMBER 2015 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date l-jNb By �� David H. Ready City Manager Agreement No. Abe 1k�yyti a �1 ATTEST: By --- James Thompson City Clerk APPROVED O FORM: By �i�-d� ouglas Holland City Attorney RECOMMENDED: By By Marcus L. Fuller, PE, PLS Assistant City Manager/City Engineer +.� i FIRE STD ifO)ONO 1PP+TUS DOOR REPLAC • N? a' o wy •^CI'PI"PYCOJE('T'N0. 15-08" AGREEMENT FORM NOVEMBER 2015 AGREEMENT AND BONDS-PAGE 5 CONTRACTOR By: Precision Garage Doors and Gates, Inc., a California coropration Firm/Company Name By: By: Signature (notarized) 1 Signature notarized) Name: ��1L E} Name: l .N� MCP Title: Title: A i� ejP-S0(4-'! A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. (This Agreement must be signed in the above (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractor to the termsof the Agreement.) Contractor to the terms of the Agreement.) State of ' ( rnA`6` State of County of vo ss County of ss On cti r9-s w 1 (o On before me, KA r KS'� efoore me d « KCuuAq, personally appeared rr C personally appeared (✓f'Sa4 0�i cz . who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the personal whose name(s) evidence to be the person(-s} whose name(s) is/are- subscribed to the within instrument and is/are, subscribed to the within instrument and acknowledged to me that he/shekhey executed acknowledged to me that-he/she/t#rey executed the same in his/herfther authorized capacity(44aQ, the same in-his/her/their-authorized capacity(ies), and that by his/her/tlaeir signatures(&) on the and that by #ds/hedtheir signatures(s) on the instrument the person(&), or the entity upon behalf instrument the person(s);or the entity upon behalf of which the person(sj acted, executed the of which the person(a) acted, executed the instrument. instrument. certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand an offs i seal. Notary Signature! � Notary Signature: // �� KATHLEEN AINSWONTH KATHLEEN AINSWONTH Notary Seal: Commission 1973589 =Notary Seal: Commission• 1973669 v Notary Public-California Notary Public-California San Sarnardim County San Bernardino- County M Comm.Ex Mu 30 ZO18+ Comm. im Mar 30.2015 FIRE STATION NO.2 APPARATUS DOOR REPLACEMENT CITY PROJECT NO. 15-08 AGREEMENT FORM NOVEMBER 2015 AGREEMENT AND BONDS-PAGE 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy,or validity of that document. State of Cali rnia County of 1d� S11 ✓RCN /+ f1�D ) ' / /� !n 1 " Ong ..1&� j c� 2olle before me, * eon /-t 11�St U�wf+1 IVLl} u b� G Date H re InsefitiVame and Title of the bfficer I personally appeared �V k4-\ L1 V"r i C.L Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personfs� whose name.U4e/are subscribed to the within instrument and acknowledged to me that-laels4e/they executed the same in hisA%Wtheir authorized capacitytftsL and that by hirsAw/their signatures on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph KATHLEEN AINSWORTH is true and correct. Commission# 1973669 WITNESS my hand and official seal. i Notary Public-California San 6srnardino County Comm.Ea Yaa NW SO,2016' Signature Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907