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