HomeMy WebLinkAbout10/15/2014 - STAFF REPORTS - 2.Q. °PALMS,*
iy
P
Y N
°'mere
City Council Staff Report
DATE: OCTOBER 15, 2014 CONSENT CALENDAR
SUBJECT: APPROVE A PURCHASE ORDER FOR THE DEMUTH COMMUNITY
CENTER GYMNASIUM FLOOR, A MEASURE J FUNDED CAPITAL
PROJECT.
FROM: David H. Ready, City Manager
BY: Maintenance and Facilities Department
SUMMARY
Replacement of the Demuth Community Center gymnasium floor is an approved
Measure J project. City Staff is seeking authorization from the City Council to accept
the qualified low bidder, Dynamic Sports Construction, Inc. in the amount of$75,598.
RECOMMENDATION:
1. Approve a purchase order to Dynamic Sports Construction, Inc., in the amount of
$75,598.00, for the replacement of the Demuth Community Center Gymnasium
Floor.
2. Authorize the City Manager to execute the purchase order.
STAFF ANALYSIS:
Interactive Design provided bid specifications for this project - replacement of the
Demuth Community Center gymnasium floor - and the Procurement department
conducted an invitation for Bids (CP 14-06). The City received and reviewed three (3)
bids from qualified contractors and staff is recommending the City Council accept the
low bidder Dynamic Sports Construction Inc.
FISCAL IMPACT:
The original approved estimated cost for this project was $40,000 - to date $18,648.00
has been expended for the design, preparation of plans and specifications, along with
material testing. And additional $54,246 is required to complete the project for a total
ITEM NO. 'Z . & -
City Council Staff Report
October 1, 2014 -- Page 2
Demuth Community Center
amount of $72,930. Funds are available in account in the Measure J Capital
Improvement Account No. 260-4500-59408.
Patrick Sweeney James Thompson
Maintenance and Faciliti s Director Chief of Staff/City Clerk
7adH. Ready
anager
Attachments:
Dynamic Sports Construction, Inc. Bid
02
BID
BID TO: CITY OF PALM SPRINGS,CALIFORNIA
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into Agreement with the City in the form
included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or
indicated in said Contract Documents entitled:
(DEMUTH GYM FLOOR REPLACEMENT)
CITY PROJECT NO.CP 14-06
Bidder accepts all of the terns and conditions of the Contract Documents, including without limitation those in the Notice
Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security.
This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will
enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the
insurance certificates, Payment Bond, Performance Band, and Permits required by the Contract Documents.
Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby
acknowledged):
Number 1 Date 08/11/14
Number 2 Date 08/28/14
Number 3 Date 08/28/14
Number Date
Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where
the Work is to be performed, the legal requirements(federal, state, and local laws, ordinances, rules, and regulations),
and the conditions affecting cost, progress or performance of the Work and has made such independent investigations
as Bidder deems necessary.
In conformance with current statutory requirements of California Labor Code Section 1860, at seq., the undersigned
confirm the following as its certification:
I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for worker's compensation or to
undertake self insurance in accordance with the provisions before commencing the
performance of the work of this contract.
To all the foregoing,and including all Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Purchase Order for
Assigned Contract, Bidder's General Information,and Bid Bond contained in these Bid Forms, said Bidder further agrees
to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract
Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s)
named in the afore-mentioned Bidding Schedule(s).
Dated: 09/02/14
Bidder: Dynamic Sports Construction,Inc.
By: /
(Signature)
Title: President
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT BID FORM
CITY PROJECT NO.CP 14-06 PAGE 1
July 29,2014 03
P
BID SCHEDULE
Schedule of Prices for the Construction of the:
DEMUTH GYM FLOOR REPLACEMENT
CITY PROJECT NO. CP 14-06
in Palm Springs, California
Item Description Estimated Unit Unit Amount
No. Quantity Price
1. Initial Mobilization. One lump sun 1420.00
$ 1.azo.00
2. Removal of existing epoxy flooring and 6,119SF SF 1.58
surface preparation (Shot Blast). $�.sse.o2
3. Moisture Mitigation. 6,119SF SF 1.87
$ 11,4az.s3
4. Sport Flooring Installation including:game 6,119SF SF
court striping, baseboards, and thresholds. $ 52,317.45
5. Cleaning and Close Out. one lump Sum 750.00 $ 750.00
TOTAL OF ALL ITEMS OF THE BID SCHEDULE:
domp $ 75,598.00
(Price in figures)
Seventy Five Thousand Five hundred Ninety Fioht Dollars and zero Cents
(Price In words)
QUANTITIES OF WORK:
The quantities of work or material stated in the unit price items of the Bid Schedule
are supplied only to give an indication of the general scope of the Work. The City
does not expressly nor by implication agree that the actual amounts of work or
material will correspond therewith, and reserves the right after award to increase or
decrease the quantity of any unit price bid item, by an amount up to 25 percent of
increase or decrease, without a change in the unit prices, and shall have the right
to delete any bid item in its entirety, and receive full credit in the amount shown in
the Bid Schedule for the deleted item of Work.
Dynamic Sports Construction,Inc.
Name of Bidder or Firm
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT UNIT PRICE BID SCHEDULE
CITY PROJECT NO.CP 14-06 BID FORMS-PAGE 2
July 29,2014
a8mowl-his,is for our DynaCourt®system as an exact equal.Please Deduct($3,510.00)From our base bid amount for our DynaForce®system in lieu of our DynaCourl®
system.Our DynaForoeO system permits roller blading and skating too. 04
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS
As required under Section 4100, at seq., of the Public Contract Code, the Bidder shall list below
the name, Contractor's License number and business address of each subcontractor who will
perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid
Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be
done by such subcontractor. After the opening of Bids, no changes or substitutions will be
allowed except as otherwise provided by law. The listing of more than one subcontractor for each
item of Work to be performed with the words"and/or"will not be permitted. Failure to comply with
this requirement will render the Bid as non-responsive and may cause its rejection.
Special Note: The Prime Contractor shall Perform not less than 50% of the Work identified
in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in
excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive.
Bidders shall list the total % of Work to be performed by the Prime Contractor
HERE: 100 % (shall not be less than 50%).
Contractors Percent
License of Total
Work to be Performed Number Contract Subcontractors Name&Address
1. rda
2.
3.
4.
5.
6.
7.
8.
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT LIST OF SUBCONTRACTORS
CITY PROJECT NO.CP 14-06 BID FORMS-PAGE 3
July 29,2014
05
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
City Project No.: CP 14-06 Bid Opening Date: September 3, 2014
The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section
7.09.030 of the Palm Springs Municipal Code, `Local Business Preference Program", subsection (5)
"Local Preference in Public Works Contracts (Sub-Contracting)", which states:
The prime contractor shall 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. The prime contractor shall submit evidence of such good faith efforts at the time of
submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in
local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no
local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice
inviting bids which may require the use of sub-contractors shall include notification of this subsection.
The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-
contractors that fail to comply with the requirements of this subsection.
No subcontractors are being used Dynamic Sports Construction,Inc.will supply and install all material for this project.
Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to
comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No.
1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall
identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall
identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation
into the work of this project.
Local Subcontractors not listed on the List of Subcontractors:
N/A
Local firms that will furnish materials or supplies to the Bidder for this project:
N/A
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
CITY PROJECT NO.CP 14-06
BID FORMS-PAGE 4
July 29,2014
06
LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS
(CONTINUED)
In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish
materials and supplies to the Bidder for this project, the Bidder shall provide information
sufficient to demonstrate its good faith efforts to retain or hire local firms to (a) provide services
and (b) to furnish materials and supplies for this project. Examples of information accepted by
the City to demonstrate good faith efforts shall be included below:
A. The names and dates of each publication in which a request for participation by local firms for
this project was placed by the bidder (please attach copies of advertisements or proofs of
publication):
Publications Dates of Advertisement
No subcontractors are being used Dynamic Sports Construction,Inc.will supply and install all material for this project
B. The names and dates of written notices sent to local firms soliciting bids for this project and the
dates and methods used for following up initial solicitations to determine with certainty whether
the local firms were interested (please attach copies of solicitations, telephone records, fax
confirmations, etc.):
Names of firms Date of Initial Follow Up Methods and
Solicited Solicitation Dates
No subcontractors are being used Dynamic Sports Construction,Inc.will supply and install all material for this project
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT LOCAL BUSINESS PREFERENCE PROGRAM
GOOD FAITH EFFORTS
CITY PROJECT NO.CP 14-06
July 29,2014 BID FORMS-PAGE 5 07
C. The items of work which the bidder made available to local firms, including, where appropriate,
any breaking down of the contract work items (including those items normally performed by the
bidder with its own forces) into economically feasible units to facilitate participation by local
firms.
Items of Work Bidder Normally Breakdown of Items Amount Percentage
Performs Item M Of
(Y/N) Contract
Dynamic Sports Construction,Inc.will supply and install all material for this project
D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's
rejection of the local firms, the firms selected for that work (please attach copies of quotes from
the firms involved), and the price difference for each firm if the selected firm is not a local firm:
Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's
rejection of the local firms:
No subcontractors are being used Dynamic Sports Construction.Ina will supply and install all material for this project
Names, addresses and phone numbers of firms selected for the work above:
No subcontractors are being used Dynamic Sports Construction,Inc.will supply and install all material for this project
NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY.
CITY PR LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS COMMUNITY CENTER GYM FLOOR REPLACEMENT
CITY PROJECT NO.CP 14-06 July 29,2014 BID FORMS-PAGE 6 O Op
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND
SUBMITTED WITH BID
State Of Galifl)FRiaTX )
ss.
County Of Williamson )
1,Robert Wolesensky being first duly sworn, deposes and says that he or
she Is Of Dynamic Sports Construction. Inc. the party making
the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine
and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall
refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any
other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any
other bidder, or to secure any advantage against the public body awarding the contract of
anyone interested in the proposed contract; that all statements contained in the bid are true;
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Bldderoynamic Sports Construction,inc.
By
Title President
Organization Dynamic Sports Construction,Inc.
Address 301_Sonny Dr.Leander,TX 78641
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT NON-COLLUSION AFFIDAVIT
CITY PROJECT NO.CP 14-06 BID FORMS•PAGE 7 O f1
July 29,2014 J
ALL-PURPOSE ACKNOWLEDGMENT
State of Texas CAPACITY CLAIMED BY SIGNER
County of Williamson G INDIVIDUAL(S)
G CORPORATE
On 09/02/14 before me,Robert Wolesensky,President OFFICER(S)President
Date Name, Title of Officer TITLE(S)
personally appeared Robert Wolesensky G PARTNER(S)
NAME(S) OF SIGNER(S) G ATTORNEY-IN-FACT
G personally known to me-OR- G TRUSTEES)
G SUBSCRIBING WITNESS
G proved to me on the basis of satisfactory evidence to be the persons(s)whose G GUARDIAN/CONSERVATOR
G OTHER
name(s) is/are subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in his/herttheir authorized capacity(ies), and that
by his/herAheir signature(s) on the instrument the person(s) or the entity upon
behalf of which the persons(s)acted, executed the instrument.
Witness m hand and official seal "W.""
y ,r. s MELISSA ANN LOWDERMILK
Ems' Notary Public, State of Texas
My Commission Expires SIGNER IS REPRESENTING:
Signature of Notary ° ;,°,:o-� August 03. 2016
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of
this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages_DATE of DOCUMENT
DESCRIBED AT RIGHT:
Signer(s) Other Than Named Above
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT NON-COLLUSION AFFIDAVIT
CITY PROJECT NO.CP 14-06 BID FORMS-PAGE 8
July 29,2014 10
BID BOND
KNOW ALL MEN BY THESE PRESENTS,
That Dynamic Sports Construction, Inc., 301 Sonny Drive, Leander, TX 78641 as Contractor, and
North American Specialty Insurance Company, 650 Elm Street, Manchester, NH 03101 as Surety, are
held and firmly bound unto the City of Palm Springs, hereinafter called the "City" in the sum of:
Ten Percent of Amount Bid (10%)
dollars
(not less than 10 percent of the total amount of the bid)
for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, said Contractor has submitted a Bid to said City to perform the Work required under
the Bid Schedule(s) of the Citys Contract Documents entitled:
DEMUTH GYM FLOOR REPLACEMENT CITY PROJECT NO. CP 14-06
NOW THEREFORE, if said Contractor is awarded a Contract by said City, and Within the time and
in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a
written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the
required Certificates of Insurance, and furnishes the required Performance Bond and Payment
Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect.
In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all
costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the
court.
SIGNED AND SEALED, this 3rd day of September, 2014 --2W-.
CONTRACTOR:
Dynamic Sports Construction, Inc. SURETY:
(Check one:_indiNduel, partnership,
corporation) North American Specialty Insurance Company
By
(NOTARIZED) Nicole LTMcC_ollam, CA License#OF09039
Print Name and Title:
Robert M. Wolesensky, Jr., President rue Attorney-in-Fact
(SEAL AND NOTARIAL ACKNOWLEDGMENT
OF SURETY)
By�
4pneture
(NOTARIZED)
Print Name and Title:
Tyree J. Wolesensky, Secretary/Treasurer
(Corporations require two signatures; one(,onr each of the following
groups:A.Chairman of Board, President,or any'ice President;AND
8. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, a
Chief Financial Officer).
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT BID BOND OR SECURITY
CITY PROJECT NO. CP 14-06 BID FORMS-PAGE 9
July 29,2014 I 1
IMA, Inc. CA License#OH64724
}
STATE OF Colorado
COUNTY OF Denver SS
On September 3, 2014 before me Philip J. Monasch
PERSONALLY APPEARED Nicole L. McCollam
personally known to me (or 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 \P J Mp
ca acit les), and that by his/her/their signature(s) on the �•'••••����'
instrument the person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument. :_
WITNESS my hand and official seal. v���1j
COLOP
Signature �Q � ��
ilip J. Tonasch
My Commission Expires: September 11, 2016 This areafor Ofcral Notarial Seal
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE OF TYPE OF DOCUMENT
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY-IN- FACT NUMBER OF PAGES
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S)OR ENTITY(IES)
North American Specialty Insurance
Company
SIGNER(S) OTHER THAN NAMED ABOVE
12
ALL PURPOSE ACKNOWLEDGEMENT
a
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg.Illinois,each does hereby make,constitute and appoint:
SARAH FINN, SHERYLL SHAW,NICOLE L.McCOLLAM,ROBERT L.COHEN, SUE WOOD,ROBERT J. REITER,JENNIFER BUB,
BRADLEY J.JEFFRESS,KRISTEN L.McCORMICK,MICHAEL LISCHER,JR.,JESSICA TALBOT and PHILIP J.MONASCH
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9m of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seat of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
aMuuuaruW�
hlnu,rrta �Ci�.�,4
Fgiri fr�S4"s By --- 4}FLpttPDA '
SEAL S Su%enP Acaemn,SenlorVicePresldom or Washington laternaflonal Insurer.Company sQEAI.P
g4�ti.h4733 up,yy, ffi9eebr Vice Presidenfoflewh Acnodcaa specialty lnsurantt Company
4 kf40 a 9 L'A B
David M.Gemara,Vice Pecaldda of Warhinglen intonational Insurance Company
At Vice Preddent orNorth American specialty Insuraace Compan,
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this20th day of June ,2012.
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 20111 day of June ,2012,before me.a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly swum,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies. /1
"OFFICIAL9EW,
DONNA M SKLENS
NWuy PubBerStatsofIllimis Donna D. Sklens,Notary Public
MY Caumisgwn& ' It}N6r2013
I, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
—-International litsurance'Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 3rd day of September 20 14
i
Jeffrey Goldberg Vitt Prevdent A,Assistant Secretary of
Washington beem.1 onel Insurance Company 4 Nam American Speciilty[re.Company
13
BIDDER'S GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid
to be non-responsive and may cause its rejection.
1. BIDDER/CONTRACTOR'S Name and Street Address:
Dynamic Sports Construction,Inc.
301 Sonny Dr.Leander,TX 78641
2. CONTRACTOR'S Telephone Number: (512 ) 260-6722
Facsimile Number: (512.260)9116
3. CONTRACTOR'S License: Primary Classification C61/D12
State License Number(s) 637239
Supplemental License Classifications
4. Surety Company and Agent who will provide the required Bonds on this Contract:
Name of Surety North American Specialty Insurance Co.
Address 650 Elm Street Manchester,NH 03101
Surety Company North American Specialty Insurance Co.Agent: IMA Corp.
Telephone Numbers: Agent(303 ) 534-4567 Surety(877 ) 433-1801
5. Type of Firm (Individual, Partnership or Corporation): corporation
6. Corporation organized under the laws of the State of: Texas
7. List the names and addresses of the principal members of the firm or names and titles of
the principal officers of the corporation or firm:
Robert Wolesenskv,Jr. President
Tyree Wolesenskv Treasurer
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT BIDDER'S GENERAL INFORMATION
CITY PROJECT NO.CP 14-06 BID FORMS-PAGE 10
July 29,2014 14
BIDDER'S GENERAL INFORMATION(Continued)
8. Number of years experience as a contractor in this specific type of construction work:
10 and half years
9. List at least three related projects completed to date:
a. Owner School District of Philadelphia Address 440 North Broad Street Philadelphia,PA 19130
Contact Hunter Roberts Construction Class of Work Supply and Install DynaCourtn'
Phone 215-3o7-8167 Contract Amount 60.589.0o
Project Francis Willard ES Date Completed September 2010
Contact Person Ron Reilly Telephone number 215-291-4714
b. Owner Roseland Srhnnl District Address 950 Sebastopol Rd Santa Rosa,CA 95401
Contact Goo,Inc.. Class of Work supply and Install DynaCourtTM
Phone 707-545-2134 Contract Amount $59,800.00
Project Sheppard School Date Completed June 2006
Contact Person ino Caspellanos Telephone number 707-545-0102 x:4159
C. Owner Central CU school District 301 Address 275 south St POBOx 396 Burlington, IL 60109
Contact Shales McNutt Construction Class Of Work Suooly and install DynaCourtw
Phone 847-622-1214 Contract Amount $51,880.00
Project County Trail ES Date Completed July 2007
Contact Person Paul Roth Telephone numberA47-717-Annn
10. List the name and title of the person who will supervise full-time the proposed work for
your
firm: Robert Wolesensky
11. Is full-time supervisor an employee Yes contract services
12. A financial statement or other information and references sufficiently comprehensive to
permit an appraisal of your current financial condition may be required by the Engineer.
DEMUTH COMMUNITY CENTER GYM FLOOR REPLACEMENT BIDDER'S GENERAL INFORMATION
CITY PROJECT NO.CP 14-06 BID FORMS-PAGE 11 5
July 29,2014
Pages 16-19
INTENTIONALLY LEFT BLANK
Dynamic Sports Construction,Inc.
COAL [-1 , Balance Sheets
December 31,2013 and 2012
2013 2012
Assets
Current assets:
Cash and cash equivalents $ 214,023 70,911
Contract accounts receivable,including$261,234 and
$249,889 retained by customers, less allowance for
doubtful accounts of$28,319 and$129,369 961,707 831,424
Costs and estimated earnings in excess of
billings on uncompleted contracts 317,032 547,437
Inventories 76,391 91,712
Due from related party 40,023 29,054
Employee advances 27,387 17,674
Prepaid expenses 94,233 75,797
Total current assets 1,730,796 1,664,009
Property and equipment 876,008 866,546
Less accumulated depreciation (653,460) (623,444)
Net property and equipment 222,548 243,102
Other assets:
Contract accounts receivable 203,051 320,103
Due from stockholder 98,490 96,243
Intangible assets,net 31,381 41,178
Goodwill 115,492 115,492
Total other assets 448,414 573,016
$ 2,401,758 2,480,127
CONFIDENTIAL
See accompanying independent accountant's review report 1 S
and notes to financial statements.
CONFIDENTIAL 2
2013 2012
Liabilities and Stockholders'Equity
Current liabilities:
Note payable to bank $ 261,700 261,700
Current installments of long-term debt 34,828 121,537
Trade accounts payable 537,133 597,593
Billings in excess of costs and estimated
earnings on uncompleted contracts 36,374 38,291
Accrued expenses 47,250 116,864
Total current liabilities 917,285 1,135,985
Long-tenon debt, excluding current installments 208,354 111,040
Total liabilities 1,125,639 1,247,025
Stockholders'equity:
Common stock,par value $.01; 10,000 shares
authorized; 5,141 shares issued and outstanding 52 52
Additional paid-in capital 1,368,000 1,368,000
Accumulated deficit (91,933) (134,950)
Total stockholders' equity 1,276,119 1,233,102
$ 2,401,758 2,480,127
CONFIDENTIAL
17
C[I'IF1DENTl� 3
Yip Dynamic Sports Construction,Inc.
Statements of Income and Accumulated Deficit
Years Ended December 31, 2013 and 2012
2013 2012
Contract revenues earned $ 5,290,425 5,216,511
Cost of revenues earned 3,913,964 4,136,443
Gross profit 1,376,461 1,080,068
General and administrative expenses 1,309,374 1,192,930
Income (loss) from operations 67,087 (112,862)
Other income (expense)
Interest expense (27,786) (31,684)
Other income 7,247 3,437
Income (loss)before income taxes 46,548 (141,109)
Income taxes 3,531 (6,159)
Net income (loss) 43,017 (134,950)
Accumulated deficit, beginning of year (134,950) -
Accumulated deficit, end of year $ (91,933) (134,950)
��NF/PENT
See accompanying independent accountant's review report
and notes to financial statements. 1 8
4
Dynamic
CONFIDENTIAL Stat mentsof Cash Flows
'Inc
Years Ended December 31, 2013 and 2012
2013 2012
Cash flows from operating activities:
Net income (loss) $ 43,017 (134,950)
Adjustments to reconcile net income (loss)to net
cash provided by (used in) operating activities:
Depreciation and amortization 63,869 69,203
Gain on disposition of property and equipment (5,000) (3,408)
Changes in operating assets and liabilities:
Contract accounts receivable (13,231) 289,672
Inventories 15,321 (13,293)
Costs and estimated earnings in excess of
billings on uncompleted contracts 230,405 (208,101)
Other assets (41,365) 34,677
Trade accounts payable (60,460) (130,852)
Billings in excess of costs and estimated
earnings on uncompleted contracts (1,917) 6,055
Accrued expenses (69,614) 48,681
Net cash provided by (used in) operating activities 161,025 (42,316)
Cash flows from investing activities:
Capital expenditures (11,633) (34,857)
Proceeds from disposition of property and equipment 5,000 20,097
Net cash used in investing activities (6,633) (14,760)
Cash flows from financing activities:
Proceeds from note payable to bank - 50,000
Proceeds from issuance of long-term debt 198,402 29,368
Principal payments on long-term debt (209,682) (125,338)
Net cash used in investing activities (11,280) (45,970)
Net increase (decrease) in cash and cash equivalents 143,112 (103,046)
Cash and cash equivalents,beginning of year 70,911 173,957
Cash and cash equivalents,end of year $ 214,023 70,911
See accompanying independent accountant's review report
and notes to financial statements. CONFIDENTIAL 19
of PALM sp CITY PROJECT # 14-06
i
DEMUTH GYM FLOOR REPLACEMENT
ADDENDUM NO. 1
�q�7F0 RN��
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND
INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND
SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND
SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
Q 1: Will you be taking substitutions for this project?We have a product that is an equal to the
Taraflex product that is specified.
A 1: As per Section 09 65 66, Resilient Athletic Flooring, Part 2, Item 2.1 "C", substitutions are
permitted per Section 01601 (Materials and Equipment) as well as Section 01301 Contractor
Submittals, Item 1.02 Proposed Substitutes or"Or Equal" Items, should be reviewed. It is the
City's right to determine if a substitution is acceptable or not.
Q 2: What is the City's time frame for work to be completed?
A 2: The City is allowing two weeks from beginning of work to completion.
Q 3: Is the building water tight?
A 3: To the best of the City's knowledge, the building is weather tight. All known leaks from roof
drains and irrigation have been corrected.
Q 4: Will the damaged door into storage area be done prior to work start of new floor installation?
A 4: Yes.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Leigh Gileno
Procurement Specialist II
DATE: August 11, 2014
ADDENDUM ACKNOWLEDGMENT:
Proposer Firm Name: Nofiw (C�� � 9/1�la
Authorized Signature:
Date: 14
Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your IFB being
deemed non-responsive.
20
gAIM CITY PROJECT # 14-06
y OF yvm�bpi
N DEMUTH GYM FLOOR REPLACEMENT
ADDENDUM NO. 2
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND
INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND
SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND
SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
Q 1: Who will be the on-site manager or project manager for the city for this project?
A 1: Patrick Sweeney
Q 2: If we are going to self-perform all of the work, meaning we are not going to use any subs, and
the flooring material has already been selected, how are we supposed to go about fulfilling this
requirement?
A 2: if you are self-performing all work, then the Subcontractor page should reflect 100%
and there would be no good faith effort since there will be no sub-contracting of any
portion of the work.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Leigh Gileno
Procurement Specialist II
DATE: August 28, 2014
ADDENDUM ACKNOWLEDGMENT:hG
Proposer Firm Name: N,�� x—'L
Authorized Signature:
Date: 2 I I
Acknowledgment of Receipt of Addendum 2 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your IFB being
deemed non-responsive.
21
r
of 4ALM SAP2 CITY PROJECT # 14-06
DEMUTH GYM FLOOR REPLACEMENT
'." ADDENDUM NO. 3
Y C,q{I F0 F'O'
This Addendum is being issued for the following changes and informational items:
THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND
INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND
SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING
CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND
SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS.
CORRECTION:
REPLACE THE ANSWER TO QUESTION #2, ADDENDUM #2 WITH THE FOLLOWING:
A 2: if you are self-performing all work, then the Subcontractor page should reflect 100%
self-preforming. There would be no good faith effort required since there will be no
sub-contracting of any portion of the work.
BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA
Leigh Gileno
Procurement Specialist II
DATE: August 28, 2014
ADDENDUM ACKNOWLEDGMENT: 1_
Proposer Firm Name: Y�� �P5
Authorized Signature:
Date: CA(-',
Acknowledgment of Receipt of Addendum 3 is required by signing and returning a copy of this
addendum with your response. Failure to acknowledge this Addendum may result in your IFB being
deemed non-responsive.
22
e�eY ana�y
COMPLIANCE TESTED by berkeley analytical
VOC Emission Test Certificate
Product Name: Dynal orce° j
Product Sample Information Certificate information
Manufacturer: Dynamic Sports Construction, Inc Certificate No: 131001-01
Manf.Website: www.dynamicsportsconstruction.com AV
Certified By:
CSI Category&No.: Rubber Sheet Flooring(096516-Rubber) Raja S.Tannous, Laboratory Director
Date Produced: 8/26/2013 Date: October 1,2013
Reference Standard:California Department of Public Health CDPH/EHLB/Standard Method Version 1.1,2010
(Emission testing method for CA Specification 01350)
Acceptance Criteria and Results Demonstrating Compliance of Product Sample to Referenced Standard:
Exposure Scenario' Individual VOCs of Concern Formaldehydea ivoe
Criterion Compliant? Criterion Compliant? Range
School Classroom 5Y.Chronic REL YES 59.0 µg/m3 YES 5 0.5 mg/m3
Private Office 5X Chronic REL YES 59.0 µg/m3 YES <0.5 mg/m3
Mass Loadings: Not applicable
1.Exposure scenarios&product quantities for classroom&office are defined in Tables 4-2-4-5(CDPH Std.Mtd.V3.1-2010)
2.Maximum allowable concentrations of individual target VOCs are specified In Table 4-1(ibid.)
3. Maximum allowable formaldehyde concentration is s9 µg/m',effective Jan 1,2022;previous I Inn lt was 516.5-pg/m'(Ibld.)
4.Informative only;predicted TVOC Range in three categories,Le., 50.5 mg/m',>0.5-4.9 mg/m',and 25.0 mg/m'
5.Informative and applicable only to tests of wet-applied products;grams of sample applied per square meter of substrate
Standards&Codes Recognizing CDPH Standard Method V1.1(partial list)
• CALGreen,CA Code of Regulations Title 24,Part II,2012
• USGBC LEED CI,NC,Schools,Healthcare,2009
• USGBC LEED Version 4,BD&C,ID&C,2013
• Collaborative for High Performance Schools(CHIPS),National Core Criteria,2013
• ANSI/GBI 01-2010,Green Building Assessment Protocol
Narrative:Dynamic Sports Construction, Inc.selected a sample representative of its DynaForcem product and submitted it for testing
commencing on 9/12/2013. Berkeley Analytical measured and evaluated the emissions of VOCs from this sample following
CDPH/EHLB/Standard Method V3.1-2030.The results of the test are presented in Berkeley Analytical report,649-001-01A-Oct0113.
Berkeley Analytical is an independent,third-party laboratory specializing in the analysis of organic chemicals emitted by and contained in building
products,finishes,furniture,and consumer products.We are an ISO/IEC 17025 accredited laboratory(IAS,TL-3831;all standards used in performing
this test are in Berkeley Analytical's scope of accreditation.
DISCLAIMER:THIS CERTIFICATE OF COMPLIANCE AFFIRMS THAT:1)A SAMPLE OF THE LISTED PRODUCT WAS TESTED ACCORDING TOTHE REFERENCED STANDARD;
2)THE MEASURED VOC EMISSIONS FROM THE SAMPLE WERE EVALUATED FOR THE DEFINED EXPOSURE SCENARIO(S);AND 3)THE RESULTS MEETTHE ACCEPTANCE
CRITERIA OF THE REFERENCED STANDARD(S).BERKELEY ANALYTICAL IS NOT RESPONSIBLE FOR ANY CLAIMS REGARDING A PRODUCT OR PRODUCTS ENTERED INTO
COMMERCE THAT MAY BE BASED ON THIS TEST.BERKELEY ANALYTICAL PROVIDES THIS CERTIFICATE OF COMPLIANCE"AS IS'WITHOUT WARRANTY OF ANY KIND,
EITHER EXPRESSED OR IMPLIED,INCLUDING BUT NOT LIMITED TO,THE IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR ANY PURPOSE.
02012 Berkeley Analytical,815 Harbour Way South,Suite 6,Richmond,CA 94804/510-236-2325/www.berkeleyanalytical.com
FC37B.1 iiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiiillillililillillillillilillilillilliim 23