HomeMy WebLinkAbout12/4/2013 - STAFF REPORTS - 2.L. �OQ F A LM SA4
iy
c
V N
arn°`
c44 fit 00%P CITY COUNCIL STAFF REPORT
DATE: December 4, 2013 CONSENT AGENDA
SUBJECT: APPROVE CONTRACT AWARD FOR CLEAN AGENT FIRE
SUPPRESSION SYSTEM FOR AIRPORT
FROM: David H. Ready, City Manager
BY: AIRPORT
SUMMARY
This action is to consider awarding a contract to install a new fire suppression system
for the main computer server room at Palm Springs International Airport.
RECOMMENDATION:
1. Approve the agreement with EMF Fire Solutions for Clean Agent Fire
Suppression equipment and its installation at the Airport's Information
Technology (IT) server room, as specified in Invitation for Bid #14-03, in the
amount of $25,512.00.
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The Airport's computer systems and security hardware system network are currently
housed in a 3200 cubic foot interior room with a water-based fire suppression system. If
the current system's water were to discharge, it would destroy this electrical and
computer control systems equipment resulting in a major shutdown of critical systems
that are necessary for essential Airport operations.
It has been recommended by a risk assessment auditor and other technology experts
that the water fire suppression system be replaced by a non-water-based clean agent
system. The system will be integrated into the Airport's current fire monitoring system
as coordinated with the City Fire Marshall and in compliance with the California and
NFPA Fire Codes.
ITEM NO.
City Council Staff Report
December 4, 2013- Page 2
Approve Contract Award for Clean Agent
Fire Suppression System for Airport
The Procurement and Contracting Division conducted a formal solicitation through IFB #
14-03 which was publicly advertised, posted to the City's website, and notices
distributed directly to a number of qualified firms. Three (3) providers responded and
the results of the bid are tabulated as follows:
Vendor Price Quote
JAM Fire Protection $48,100
Simplex Grinnell $39,560
EMF Fire Solutions $25,512
Bids were reviewed, and staff recommends the award of the contract to the qualified low
bid submitted by EMF Fire Solutions at the cost of$25,512.
FISCAL IMPACT:
This project was budgeted and funds are available in account 416 6501 56139,
Thomas Nolan,
Executive Director, Airport
David H. Ready, anager
02
AGREEMENT
THIS AGREEMENT made this day of in the year 2013, 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
EMF Fire Solutions
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
The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the
City's Contract Documents entitled:
NEW FIRE SUPPRESSION HALON SYSTEM FOR SERVER ROOM AT
PALM SPRINGS INTERNATIONAL AIRPORT
The Work is generally described as follows: Furnish all labor, equipment, and materials, to install
new clean agent fire suppression system in the server room at the Palm Springs International
9 PP Y
Airport located at 3400 E. Tahquitz Canyon Way in Palm Springs.
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 of$ 0.00 for each calendar day that expires after the time specified in Article
2, herein.
ARTICLE 3 -- CONTRACT PRICE ($25,512.00)
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 and Bid
Schedule(s).
03
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's
General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation
Certificate, Performance Bond, Payment Bond, Standard Specifications, Special
Provisions (Exhibit "A"), the Drawings, Addenda numbers 0 to 2
inclusive, and all 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-- 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 Contract Administrator or the City as provided in the Contract
Documents.
ARTICLE 6 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice,
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 7 -- 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.
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
04
ATTEST: CITY OF PALM SPRINGS
CALIFORNIA
By
City Clerk
APPROVED AS TO FORM:
By
City Attorney
Date
By
City Manager
Date
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
05
Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any
Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant
Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: Check one: _Individual _Partnership_Corporation
Address:
By: By:
Signature (notarized) Signature(notarized)
Name: Name:
Title: Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of State of
County of County of
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 instrument the person(s), or the entity upon behalf
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 I certify under PENALTY OF PERJURY under the
the laws of the State of California that the laws of the State of California that the foregoing
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:
06
The bid documents are on
file in the
Procurement Division Office .
07