HomeMy WebLinkAbout11/4/2015 - STAFF REPORTS - 2.K. ♦��P pLM sp4
iy
c
u a
,s
�O+ronnu` '
c44
1
FOR CITY COUNCIL STAFF REPORT
DATE: November 4, 2015 CONSENT CALENDAR
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO JOE PUTRINO GENERAL
CONTRACTOR IN THE AMOUNT OF $46,000 FOR THE AIRPORT TSA
SECURITY DOOR PROJECT, CITY PROJECT NO. 15-24
FROM: David H. Ready, City Manager
BY: Department of Aviation
SUMMARY
The award of this construction contract would allow an additional door to be installed
next to the Airport's security checkpoint main entrance to address changes in TSA
passenger queuing needs and new equipment reconfigurations.
RECOMMENDATION:
1. Award a construction contract (Agreement No. ___) to Joe Putrino General
Contractor, in the amount of $46,000 for the Airport TSA Security Door Project, City
Project No. 15-24; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On September 5, 2012, the City Council approved an Amendment No. 1 to Agreement
No. 6262 with Urrutia Architects for professional services to complete three Palm
Springs International Airport improvement projects. From the three projects specified,
one particular project consists of installing a new security door at the Transportation
Security Administration (TSA) screening checkpoint entrance. This project has been
designed and bids have been received.
Due to the Transportation Security Administration's (TSA) changes of procedures and
equipment for the screening of passengers and their carry-ons, a separate entranceway
needs to be created into the screening area. In this project, a door would be cut through
a concrete masonry wall to the left of the existing single opening into the TSA
checkpoint, and includes the finish modifications to the drywall, metal framing,
insulation, glass system, ceiling and carpeting.
ITEM NO. ��
City Council Staff Report
November 4, 2015-- Page 2
Award of CP15-24, Airport TSA Security Door Project
The construction drawings for the Airport TSA Security Door Project, City Project No.
15-24, (the "Project"), were prepared by Urrutia Architects and have been reviewed and
approved by the City's Building Department. The City's Public Works and Engineering
Department approved the plans and specifications and then advertised the bids for the
Project. On October 22, 2015, the Procurement and Contracting Division received two
construction bids from the following contractors:
Company Location Bid Amount
Joe Putrino General Contractor Yucca Valley, CA $46,000.00
ATOM Engineering Construction, Inc. Hemet, CA $62,398.01
A full bid summary is included as Attachment 1.
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 Joe Putrino General Contractor, is registered with the DIR, and is appropriately
licensed.
Joe Putrino General Contractor, of Yucca Valley, California, submitted the lowest
responsive bid. Staff reviewed the bid, references, and contractor's license, and found
the Contractor to be properly licensed and qualified. A construction contract with Joe
Putrino General Contractor for the Project is included as Attachment 2.
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. Joe Putrino General
Contractor is not considered a local business, however, demonstrated sufficient
evidence of good faith efforts to sub-contract the supply of materials and equipment to
local business enterprises.
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
02
City Council Staff Report
November 4, 2015 -- Page 3
Award of CP15-24, Airport TSA Security Door Project
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 interior or exterior alterations involving such things as interior partitions,
plumbing, and electrical conveyances; therefore, the Airport TSA Security Door Project
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 3.
FISCAL IMPACT:
Sufficient funding has been budgeted for the project through the Airport's Fund No. 415-
6200-43200 for the full cost of$46,000.
Thomas f4olan, David H. Ready, Esq., h.D
Executive Director, Airport City Manager
Attachments:
1. Bid Summary
2. Construction Contract
3. CEQA Notice of Exemption
03
ATTACHMENT 1
04
AIRPORT TSA SECURITY DOOR PROJECT, CITY PROJECT NO. 15-24
BID SUMMARY Bid Opening: October 22,2015
BID SCHEDULE
QUANT. UNIT JOE PUTRINO ATOM
DESCRIPTION CONTRACTOR ENGINEERING
The Work comprises of remodeling the existing Transportation Security Administration
(TSA)building floor plan to allow for a new storefront door system located within the Palm
Springs International Airport. The work includes the removal of existing concrete
masonry units, drywall, metal framing, insulation, glass system, and carpet. The work
also includes the installation of temporary metal stud/drywall partitions, new storefront
entrance door, new door holder, new drywall and finish, new wall base, replace and 1 LS $46,000.00 $62,398.00
repaint entire drywall ceiling and all other appurtenant work.
TOTAL= I $46,000.00 I $62,398.00
2
O i
CA
ATTACHMENT 2
06
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this 41h day of November, 2015, 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 Joe Putrino General Contractor 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:
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24
The Work comprises of remodeling the existing Transportation Security Administration (TSA) building
floor plan to allow for a new storefront door system located within the Palm Springs International
Airport. The work includes the removal of existing concrete masonry units, drywall, metal framing,
insulation, glass system, and carpet. The work also includes the installation of temporary metal
stud/drywall partitions, new storefront entrance door, new door holder, new drywall and finish, new wall
base, replace and repaint entire drywall ceiling 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 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
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24 AGREEMENT FORM
SEPTEMBER 2015 AGREEMENT AND BONDS-PAGE 1
07
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 $46,000.
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.
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, 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.
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.
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24 AGREEMENT FORM
SEPTEMBER 2015 AGREEMENT AND BONDS-PAGE 2
08
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 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
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
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24 AGREEMENT FORM
SEPTEMBER 2015 AGREEMENT AND BONDS-PAGE 3
09
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 APPROVED BY THE CITY COUNCIL:
By Date
David H. Ready
City Manager
Agreement No.
ATTEST:
By
James Thompson
City Clerk
APPROVED AS TO FORM:
By
Douglas Holland
City Attorney
RECOMMENDED:
By
Marcus L. Fuller, PE, PLS
Assistant City Manager/City Engineer
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24 AGREEMENT FORM
SEPTEMBER 2015 AGREEMENT AND BONDS-PAGE 4
10
CONTRACTOR
By: Joe Putrino General Contractor
Firm/Company Name
By: By:
Signature (notarized) Signature (notarized)
Name: Name:
Title: Title:
FAno'ary public or other officer completing this certificate verifies only the identity of the individual who
ned the document to which this certificate is attached, and not the truthfulness, accuracy or validity of
t 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 terms of the Agreement.) Contractor to the terms of the Agreement.)
State of ) State of )
County of )Ss County of )ss
On On
before me, before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s) 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/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the of which the person(s) acted, executed the
instrument. instrument.
I 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 and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
AIRPORT TSA SECURITY DOOR PROJECT
CITY PROJECT NO. 15-24 PAYMENT BOND
SEPTEMBER 2015 AGREEMENT AND BONDS-PAGE 5
11
ATTACHMENT 3
12
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 320D 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: Airport TSA Security Door Proiecl,City Project No. 1524
Project Applicant: City of Palm Springs
Project Location(Specific): Palm Springs International Airport, located at 3400 E.Tahquitz Canyon Way.
Project Location(City): City of Palm Springs Project Location (County): Riverside
Project Description: The scope of work includes the removal of existing concrete masonry units,drywall,metal framing,insulation,
glass system, and carpet The work also includes the installation of temporary metal stud/drywall partitions,new storefront entrance
door, new door holder, new drywall and finish, new wall base, replace and repaint entire drywall ceiling and all other appurtenant
work.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project:City of Palm Springs, Public Works&Engineedng Department
32DO 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 (a)—Existing Facilities
❑ Statutory Exemptions. State code number.
Reasons why project is exempt: Class 1 consists of operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public or private structures, facilities, mechanical equipment, or topographical features. Interior or exterior
alterations involving such things as interior partitions,plumbing, and electrical conveyances, therefore,the Airport TSA Security
Door Project, City Project No. 15-24,is considered categorically exempt from CEQA.
Lead Agency Contact Person: Savat Khamphou Area Coderrelephone/Extension: (7601323-8253x8744
If flied by applicant:
1.AUach certifi document of mption finding.
2.Has a Noti Exempn filed by the public agency approving the project?❑Yes ❑ No
LSignature: 11Z7 Date: 10/26/15 Title: Asst. Directorof Public Works/
Asst.City Endneer
®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.
13