HomeMy WebLinkAbout1/13/2016 - STAFF REPORTS - 2.W.DATE: January 13, 2016
Citv Council Staff Report
CONSENT CALENDAR
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO PRECISION GARAGE
DOORS AND GATES, INC., A CALIFORNIA CORPORATION, IN THE
AMOUNT OF $40,725 FOR THE FIRE STATION NO. 2 APPARATUS
DOOR REPLACEMENT, CITY PROJECT NO 15-08
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY
Award of this contract will allow the City to proceed with replacement of the existing
apparatus bay doors at Fire Station No. 2, entitled the Fire Station No. 2 Apparatus
Door Replacement, City Project No. 15-08.
RECOMMENDATION:
1. Award a construction contract (Agreement No. ) to Precision Garage Doors and
Gates, Inc., a California corporation, in the amount of $40,725 for the Fire Station
No. 2 Apparatus Door Replacement, City Project No. 15-08; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The 2014/2015 fiscal year budget included an allocation of $60,000 from the Measure J
Capital Fund for a public works project to replace the existing apparatus bay doors at
Fire Station No. 2, located at 300 N. El Cielo Road (the Airport Fire Station). The
existing apparatus bay (or garage) doors require replacement, having been repaired
numerous times in the past decade, and their metal frames and mountings are
deteriorating. An aerial map of the site is identified in Figure 1, and a vicinity map is
included as Attachment 1.
ITEh ° Un.
City Council Staff Report
January 13, 2016 -- Page 2
Award of CP15-08, Fire Station No. 2 Apparatus Door Replacement
Figure 1 — Location Map
The scope of this public works improvement includes: removing the four existing
overhead sectional door systems; furnishing and installing four new double panel 2-inch
thick insulated aluminum overhead sectional door systems complete with new electric
motor operators, aluminum alloy stiles and rails, aluminum panels (matching the
existing exterior finish), section seals, clear tempered glass windows, mountings, tracks,
counterbalance systems, and all hardware. The Fire Department initiated the request for
Measure J Capital Funds for this work, and estimated the cost to replace the doors at
$60,000. Staff has identified this public works improvement as the Fire Station No. 2
Apparatus Door Replacement, City Project No. 15-08, (the "Project").
The City's Municipal Code Chapter 7.03.030 regulating public bidding identifies a public
works project estimated at less than $100,000 as following "informal bidding"
procedures where the City Council is not required to review and approve the release for
bids. Accordingly, staff prepared the contract specifications for the Project and on
November 16, 2015, the Notice Inviting Bids was released to the general contracting
community and was published in the Desert Sun on November 19 and 26, 2015, in
accordance with the City's bidding procedures.
A mandatory pre -bid meeting was scheduled on December 1, 2015, to require bidders
to review the existing facility, and be familiar with the scope of the Project to understand
the particular requirements with replacing the existing apparatus bay doors at Fire
Station No. 2. Despite the City's traditional efforts to solicit bids for the Project pursuant
to its regular procedures, on December 1, 2015, only one contractor attended the
mandatory bid meeting: Patton Enterprises, Inc., dba Patton Door & Gate. Given this
fact, the public bidding was originally limited to this one contractor. However, by the bid
deadline of 3:00 PM on December 17, 2015, no bid was received.
At that time, staff contacted Patton Door & Gate to question why the contractor did not
submit a bid, and was advised that given the time of year and with multiple projects
underway, the contractor did not have sufficient time to assemble a proposal to submit a
02
City Council Staff Report
January 13, 2016 -- Page 3
Award of CP15-08, Fire Station No. 2 Apparatus Door Replacement
bid. (Although the contractor could have requested an extension of the bid time, and
staff would have accommodated such request, the request was not made.)
In cases where the City has followed its public bidding procedures and no bids are
received, the City's Municipal Code allows staff to directly negotiate with any vendor to
solicit bids for the same project. Specifically, Chapter 7.03.030(3)(d) states:
In the event that bids or proposals for any supplies or services are
solicited and not bids or proposals are received at the time and place
established by the applicable bid invitation, the city manager shall have
the authority to authorize the director of procurement and contracting to
negotiate directly with potential vendors and enter into a contract for the
provision of such supplies or services.
On December 28, 2015, staff initiated communications directly with three vendors to
solicit proposals for the Project in accordance with the original specifications, and
conducted a new mandatory site visit on December 30, 2015, with these vendors.
Subsequently, staff received the following proposals from the three contacted vendors:
Company Location Bid Amount
Overhead Door Company of The Desert Palm Desert, CA $0 (Did Not Bid)
Precision Garage Doors & Gates, Inc., Yucca Valley, CA $40,725
Patton Door & Gate Palm Springs, CA $62,545
Overhead Door Company chose not to submit a proposal after staffs efforts to solicit
bids, and was not interested in working on the Project. However, staff was successful in
receiving two competing proposals as a result of these efforts. A copy of each cost
proposal is included as Attachment 2. It should be noted that the original bidder,
Patton Door & Gate, did submit a proposal, however, its proposal is higher than the
proposal submitted by Precision Garage Doors & Gates, and staff recommends that the
City Council consider awarding to the lowest bidder.
Public Works Contractor Registration Law (SB 854)
Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854
(2014), unless registered with the State of California Department of Industrial Relations
("DIR"), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal
submitted for public works projects on or after March 1, 2015. Similarly, a public entity
cannot award a public works contract to a non -registered contractor, effective April 1,
2015. Staff has reviewed the DIR's contractor registration database, and has confirmed
that Precision Garage Doors and Gates, Inc., is registered with the DIR, and is
appropriately licensed.
Precision Garage Doors & Gates, Inc., a California corporation, of Yucca Valley,
California submitted the lowest bid. Staff reviewed the Precision Garage Doors and
03
City Council Staff Report
January 13, 2016 -- Page 4
Award of CP15-08, Fire Station No. 2 Apparatus Door Replacement
Gates, Inc., bid, references, and contractor's license, and found Precision Garage
Doors & Gates, Inc., to be properly licensed and qualified. A construction contract with
Precision Garage Doors & Gates, Inc., for the Project is included as Attachment 3.
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub -contract the supply
of materials and equipment to local business enterprises and to sub -contract services to
businesses whose work force resides within the Coachella Valley. Staff acknowledges
that Precision Garage Doors & Gates, Inc., is not considered a local business, being
located outside of the Coachella Valley in Yucca Valley; however, the other bid received
from Patton Door & Gate, a firm located in Palm Springs, is $21,820 more than (or 54%
over) the low bid received from Precision Garage Doors & Gates, and on that basis staff
does not recommend the City Council consider awarding a contract to the local firm.
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes
of projects that do not have a significant effect on the environment, and are declared to
be categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects
consist of restoration or rehabilitation of deteriorated or damaged structures, facilities, or
mechanical equipment to meet current standard of public health and safety; therefore,
the Fire Station No. 2 Apparatus Door Replacement, City Project No. 15-08, is
considered categorically exempt from CEQA, and a Notice of Exemption has been
prepared and will be filed with the Riverside County Clerk. A copy of the Notice of
Exemption is included as Attachment 4.
FISCAL IMPACT:
A total of $60,000 was previously budgeted for the project through Measure J Capital
Project Fund (Fund 260) in Account No. 260-4500-59470. The Project's overall budget,
and incurred expenditures is identified in Table 1 on the following page.
04
City Council Staff Report
January 13, 2016 -- Page 5
Award of CP15-08, Fire Station No. 2 Apparatus Door Replacement
Table of Project Costs
FY 14/15 Measure J Fund
Design Services
Project Administration (through 12/11/15)
Project Administration (Estimated)
Construction Inspection (Estimated)
Construction Contract
Construction Contingency
Remaining Balance
Table 1
Amount
$60,000
($0)
($1,926)
($1,000)
($2,500)
($40,725)
($5,000)
$8,849
Funds are currently budgeted and available to award the construction contract in the
amount of $40,725 to Precision Garage Doors and Gates, Inc., from the Measure J
Capital Project Fund, Account No. 260-4500-59470.
SUBMITTED:
Marcus L. Fuller, MPA, P.E., P.L.S.
Assistant City Manager/City Engineer
Attachments:
1. Vicinity Map
2. Cost Proposals
3. Construction Contract
4. CEQA Notice of Exemption
David H. Ready, Esq., h.D
City Manager
05
ATTACHMENT 1
Department of Public Works and Engineering
4w.... Vicinity Map
C4�1 FOYN`p � S
1
CIMC DR W
O
Wi
Z
Q
a
O
_
U
i I
Legend
W
® site n CANYON WAY
Q50V Radus - ---- - -
CITY OF PALM SPRINGS
07
ATTACHMENT 2
m
Precision Garage Doors & Gates, Inc.
7348 Fox Trail
Yucca Valley, CA 92284
(760)369-4911 Phone
(760)369-2060 Fax
www.precisiongaragedoorsandgates.com
precisiongaragedoors@verizon.net
City of Palm Springs
Franco Laurie
Estimate
12/29/2015 31112
FIRE STATION NO. 2
APPARATUS DOOR REPLACEMENT
CITY PROJECT NO. 15-08
300 N. El Cielo Road
Palm Springs, CA
Take down and haul away (4) existing commercial overhead doors and openers j 7 40,725.00
Install (4) 12'10 x 13'6 CHI Commercial Insulated Aluminum Doors
Model 3295
7 Panels - 2 Tempered Glass Sections in the 3rd and 4th position from the bottom
Anodized Aluminum Frame
Tempered Insulated Glass
Reverse Angle Mount Track
Heavy Duty Hardware
Double End Styles
(4) LiftMasterT501L5 Commercial Openers 14'
Note. Price includes tax, installation, haul away of existing doors, payment &
performance bonds, prevailing wage
Total
40,725.00
$40,725.00
09
PATTON ENTERPRISES, INC.
DBA: PATTON DOOR & GATE
680 WILLIAMS RD.
PALM SPRINGS CA. 92264
LICENSE #282275
Name / Address
CITY OF PALM SPRINGS
P.O. BOX 2743
PALM SPRINGS, CA 92263
ATTN:GIANFRANCO LAURIE
Description
ESTIMATE
Date I Estimate #
12/28/2015 1 8443
Ship To
FIRE STATION #2
300 N. EL CIELO
PALM SPRINGS, CA 92264
APPARATUS DOOR REPLACEMENT
REMOVE AND HAUL EXISTING DOORS AND OPERATORS. FURNISH AND
INSTALL THE FOLLOWING.
DOORS
4 EACH 12'-10" X 13'-7" WAYNE DALTON MODEL 452 INSULATED
ALUMINUM AND GLASS SECTIONAL OVERHEAD DOORS WITH THE
FOLLOWING SPECIFICATIONS:
2" THICK BRONZE ANODIZED INSULATED ALUMINUM FRAME AND
PANELS, CLEAR INSULATED GLASS PANELS IN SECTION # 3 8,4.
4 PANELS HORIZONTAL 7 PANELS VERTICAL
3" HEAVY DUTY 15" RADIUS FULL ANGLE MOUNT TRACKS.
3" HEAVY DUTY STEEL ROLLERS
10,000 CYCLE SPRINGS AND SOLID SHAFT.
REPLACEABLE FULL PERIMETER WEATHERSTRIPPING.
MILLER BOTTOM SAFETY EDGE WITH TAKE UP REEL.
WINDLOAD RATED
PAGE 1 OF 2
Qty Cost Total
All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or
deviation from above specifications Involving extra cost, wi6 be executed only upon written orders, and will become an extra charge over and above the
estimate. All agreements coot ent upon 3or delays beyond our control. Prices quoted above are suject to change after 30 days from date of this
estimate. This proposal subw to acre a within 30 days and it is void thereafter at the option of the undersigned.
Due to the volatile nature of steel and lumber prices, we must review our prices at
Authorized Signature time of contract. We will make every effort to hold prices.
ACCEPTANCE OF PROPOSAL
The above prices, specifications and conditions are hereby accepted.
do the work as specified Payment wdl be made as outlined above.
Signature
Date
Phone #
Fax #
760-320-0788 1 760-323-9553
i Terms
You are authorized to I 60% Progressive Payment upon material order
Balance upon completion
Total
Page 1 10
PATTON ENTERPRISES, INC.
DBA: PATTON DOOR & GATE
680 WILLIAMS RD.
PALM SPRINGS CA. 92264
LICENSE #282275
Name / Address
CITY OF PALM SPRINGS
P.O. BOX 2743
PALM SPRINGS, CA 92263
ATTN: GIANFRANCO LAURIE
Description
ESTIMATE
Date I Estimate #
12/28/2015 1 8443
Ship To
FIRE STATION #2
300 N. EL CIELO
PALM SPRINGS, CA 92264
APPARATUS DOOR REPLACEMENT
OPERATORS
4 EACH LIFTMASTER MODEL APT WITH BRAKE LOW PROFILE 112 HP
110V MOTOR
8 EACH 4 BUTTON REMOTE CONTROLS
SAFETY PHOTO EYES,
3 BUTTON CONTROL STATION WITH OPEN CLOSE STOP.
REATTACH TO EXISTING EMERGENCY/EARTHQUAKE CONTROLS.
TOTAL DOORS AND OPERATORS $ 62,545.00
PRICE EXCLUDES ANY ADDITIONAL ELECTRICAL WIRING OTHER THAN
REMOVAL AND REINSTALLATION OF EXISTING ELECTRICAL WIRES AND
CONDUITS. PERMITS AND OR FEES.
Qty Cost Total
All material Is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or
deviation from above specifications involving extr st, w-it be executed only upon written orders, and will become an extra charge over and above the
estimate. All agreements con tiw nt upon str' s, r delays beyond our control. Prices quoted above are suject to change after 30 days from date of this
estimate. This proposal subje*opceepts w' in 30 days and it is void thereafter at the option of the undersigned.
Due to the volatile nature of steel and lumber prices, we must review our prices at
Authorized Signature time of contras. We will make every effort to hold prices.
ACCEPTANCE OF PROPOSAL
The above prices, specifications and conditions are hereby accepted. You are authorized to
do the work as specified Payment Mil be made as outlined above.
Signature
Date
Phone #
760-320-0788
Fax #
760-323-9553
Terms
60% Progressive Payment upon material order
Balance upon completion
Total $0.00
11
Page 2
ATTACHMENT 3
12
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this _ day of , 20_, 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 Precision Garaoe 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 specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with 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
NOVEMBER 2015 AGREEMENT AND BONDS - PAGE 1 13
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 Fortv Thousand Seven Hundred and Twentv Five
Dollars $40.7251.
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 cover all 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.
/_1;111[a11114E:reli011111;7_I031111816141111iJ_:1,1111&1
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 14
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
agents from any claims, demands, or causes of action
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 party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
FIRE STATION NO 2 APPARATUS DOOR REPLACEMENT
CITY PROJECT NO. 15-08 AGREEMENT FORM
NOVEMBER 2015 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 16
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,
CALIFORNIA
M
ATTEST:
0
David H. Ready
City Manager
James Thompson
City Clerk
APPROVED AS TO FORM:
M
Douglas Holland
City Attorney
RECOMMENDED:
By
Marcus L. Fuller, PE, PLS
Assistant City Manager/City Engineer
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
FIRE STATION NO. 2 APPARATUS DOOR REPLACEMENT
CITY PROJECT NO. 15-08 AGREEMENT FORM
NOVEMBER 2015 AGREEMENT AND BONDS - PAGE 5 17
CONTRACTOR
By: Precision Garaoe Doors and Gates. Inc., a California coropration
Firm/Company Name
By: By:
Signature (notarized) Signature (notarized)
Name: Name:
Title: Title:
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
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of )
County of 1=s
On
before me,
personally appeared
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) 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 is true and correct.
WITNESS my hand and official seal.
Notary Signature:
Notary Seal:
FIRE STATION NO 2 APPARATUS DOOR REPLACEMENT
CITY PROJECT NO. 15-08
NOVEMBER 2015
(This Agreement must be signed in the above
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of 1
County of lss
On
before me,
personally appeared
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) 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 is true and correct.
WITNESS my hand and official seal.
Notary Signature:
Notary Seal:
18
AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 6
ATTACHMENT 4
19
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 3200 E. Tahqultz Canyon Way
Sacramento, CA 95814 Palm Springs, CA 92262
® Clerk of the Board
County of Riverside
P.O. Box 751
Riverside, CA 92502-0751
Project Title: Fire Station No. 2 Apoaratus Door Replacement- Citv Project No. 15-nq
Project Applicant: Citv of Palm Sorinas
Project Location (Specific): Fire Station No. 2 located at 300 N. El Cielo Rd., alongside Palm Springs Airport
Project Location (City): Citv of Palm Sodnas Project Location (County): Riverside
Project Description: The scope of work includes the 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, dear tempered glass windows, mountings, tracks, counterbalance system, hardware and all other appurtenant.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works 8 Engineering Department
3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec. 21080(b) (1); 15268).
❑ Declared Emergency (Sec. 21080(b) (3); 15269(a));
❑ Emergency Project (Sec. 21080(b) (4); 15269 (b)(c));
® Categorical Exemption. State type and section number: 15301 Class 1 (d) — Existing Facilities
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible
or no expansion of use beyond that existing at the time of the lead agency's determination. Restoration or rehabilitation of
deteriorated or damaged structures, facilities, or mechanical equipment to meet current standards of public health and safety,
therefore, the Fire Station No. 2 Apparatus Door Replacement, City Project No. 15-08. Is considered categorically exempt from
CEQA.
Lead Agency Contact Person: Savat Khamohou Area CodefTelephone/Extension: (7601323-8253 x8744
If filed by applicant:
1. Attach cert' do t of exemption finding.
2. Was a N ce E tfon been riled by the public agency approving the project? ❑ Yes ❑ No
Signature: � � '� Date: 1 ! 11 Title: Aft. City Fnoineer/
Asst. Public Works Director
® Signed by Lead Agency ❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR:
Reference: Sections 21108, 21152. and 21152.1, Public Resources Code.
20
STATE OF CALIFORNIA -THE RESOURCES AGENCY
DEPARTMENT OF FISH AND GAME
ENVIRONMENTAL FILING FEE CASH RECEIPT
Lead Agency: CITY OF PALM SPRINGS
CountyAgenc},ofFihng: RIVERSIDE
Receipt#: 16-265759
State Clearinghouse # (if applicable):
Date: 08/12/2016
Dx,anentNo: E-201600871
Project Title: FIRE STATION NO 2 APPARATUS DOOR REPLACEMENT, CITY PROJECT NO 15-08
Project Applicant Name: CITY OF PALM SPRINGS Pha.Niumlrr. (760) 323-8253
Project Applicant Address: 3200 E. TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262
Pro)ectApplicant: LOCAL PUBLIC AGENCY
CHECKAPPLICABLE FEES:
❑ Environmental Impact Report
❑ Negative Declaration
❑Appltcanon Fee WaterDiversion (State WaterResources Connrol Board Only)
❑ Protect Subject to CernfiedRegulatoryPrcgrams
® CountyAdainnseration Fee
❑ Pmject that is exempt from fees (DFG No Effect Determination (FormArtached))
® Project that isexemptfromfees (Notice ofExemption)
Total Received
Signature and title ofperson receiving payment
Notes:
Deputy
$50.00
$50.00
ACR 533 (Est. 12/2013) / 1131 it0 J. s'"
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 3200 E. Tahquitz Canyon Way
Sacramento, CA 95814 Palm Springs, CA 92262
® Clerk of the Board
County of Riverside
P O Box 751
Riverside, CA 92502-0751
Project Title: Fire Station No 2 Apparatus Door Replacement. Citv Project No. 15-08
Project Applicant: Citv of Palm SDrincis
Project Location (Specific): Fire Station No. 2 located at 300 N El Cielo Rd., alongside Palm Springs Airport
Project Location (City): Citv of Palm SDrinQS
Project Location (County): Riverside
Project Description: The scope of work includes the 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.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works & Engineering Department
3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec. 21080(b) (1); 15268),
❑ Declared Emergency (Sec. 21080(b) (3); 15269(a));
❑ Emergency Project (Sec. 21080(b) (4); 15269 (b)(c));
® Categorical Exemption. State type and section number: 15301 Class 1 (d) — Existing Facilities
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public or private structures, facilities, mechanical equipment, or topographical features, involving negligible
or no expansion of use beyond that existing at the time of the lead agency's determination. Restoration or rehabilitation of
deteriorated or damaged structures, facilities, or mechanical equipment to meet current standards of public health and safety,
therefore, the Fire Station No. 2 Apparatus Door Replacement, City Project No. 15-08, is considered categorically exempt from
CEQA.
Lead Agency Contact Person: Savat Khamohou Area CodefTelephone/Extension: (760) 323-8253 x8744
If filed by applicant:
1.Attach certi docof exemption finding
2. Has a No ce Ex tion been filed by the public agency approving the project? ❑ Yes ❑ No
Signature: % Date 12/14/15
® Signed by Lead Agency ❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.
Title: Asst. City Engineer/
Asst Public Works Director
F I L E D/ P O S T E D
County of Riverside
Peter Aldana
Assessor -County Clerk -Recorder
E-201600871
08/12/200115 11:20AM Fee: $ .00
Page 1 10 2 8 2011