Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
4/17/2013 - STAFF REPORTS - 2C
�OFPpLM�p9 iy a V N ti c `f°It % CITY COUNCIL STAFF REPORT DATE: April 17, 2013 CONSENT AGENDA SUBJECT: APPROVE PURCHASE AND INSTALLATION OF NEW FIRE ALARM SYSTEM AT CITY HALL FROM: David H. Ready, City Manager BY: Fire Department SUMMARY Palm Springs City Hall currently has an out of date fire alarm system, as such staff have re-evaluated the current fire alerting and notification system. Staff issued an invitation for bid (IFB) to furnish and install a new fire alarm system at City Hall. The recommended action would award the contract to the lowest responsive, responsible bidder. RECOMMENDATION: 1. Approve the purchase and installation of a new fire alarm system at City Hall as specified in Invitation for Bid (IFB) #13-14 to O'Linn Security Inc. of Palm Springs, CA in the amount of$44,133.55. 2. Adopt Resolution No. , "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING THE FISCAL YEAR 2012-13 BUDGET FOR THE PROCUREMENT AND INSTALLATION OF A FIRE ALARM SYSTEM AT CITY HALL." 3. Authorize City Manager, or his designee, to execute all necessary documents, including the Purchase Order. STAFF ANALYSIS: Palm Springs City Hall was built circa 1952 (30,380 sq. ft. south building), with a major addition built in 1984 (19,590 sq. ft. north building) for a total of 49,970 square feet. Over the years, there have been a number of office space configuration changes and remodels. There are a variety of dissimilar fire alarm devices and fire alarm systems Item No. 2.C. City Council Staff Report (April 17, 2013) -- Page2 (City Hall Fire Alarm) installed at City Hall, including monitored and non-monitored areas within both buildings that do not interface with each other. Fire sprinklers were designed and installed in the North building in 1984. The fire sprinklers provide a water flow alarm to a central alarm station and an outside bell, but the entire North building has no interior fire alarm system. In 1988, a Halon fire extinguishing system and alarm were added to the Information Technology department and records vault room, which are located in the South building. Currently, City Hall lacks full coverage of an automatic smoke / heat detection system with full notification and manual pull stations that are interconnected within all buildings. The Procurement and Contracting Department worked closely with the Fire, Facilities, and Building Departments to conduct a formal solicitation to furnish and install a new fire alarm system at City Hall. IFB 13-14 was advertised in The Desert Sun on February 27tn posted to the City's website, and notices distributed directly to twenty two (22) potential vendors. Seventeen (17) vendors attended the pre-bid conference and the City received bids from the nine (9) firms listed below: Vendor Name: Bid Price: O'Linn Security Inc. $44,133.55 Redhawk Fire and Security $54,161.22 AJ Kirkwood &Associates Inc. $57,552.00 Smart Systems Technology $62,458.86 Golden Sun Firm and Company $63,967.59 Gamma Builders Inc. $67,288.00 Premier Security Inc. $68,686.00 Intercom Clock& Signal Service $78,000.00 Apple Valley Communications Inc. $86,675.00 The scope of work includes: 1) installation of a new fire control panel; 2) installation of two new remote annunciator panels installed in the Lobbies of the North & South City Hall Buildings; 3) installation of horns and strobes throughout the facility per fire code; 4) installation of pull stations at all exits; 5) installation of new wiring (as needed) and new smoke detectors throughout; and 6) an in-house pre-test and final test with fire inspectors. The North & South City Hall Building's fire alarm system shall be a full coverage automatic smoke / heat detection with full notification and manual pull stations. This fire alarm system shall also monitor the two Halon systems in the South City Hall Building including Alarm, Supervisory and Trouble for each system, Fire Sprinkler Flow Switch and Control Valve Tamper Switch. 02 City Council Staff Report (April 17, 2013) -- Page3 (City Hall Fire Alarm) O'Linn Security Inc., locally based in Palm Springs, was the lowest, responsive, responsible bidder. Staff is recommending that the City Council approve the award to furnish and install the new fire alarm system at City Hall to O'Linn Security Inc. in the amount of$44,133.55. FISCAL IMPACT: A resolution amending the Fiscal Year 2012-13 Budget has been prepared and included with this report to appropriate $44,133.55 from the General Fund balance to account number 001-3520-53059 for the procurement and installation of a fire alarm system at City Hall. John R. Allen II David H. Ready, Fire Chief City Manager Attachments: O'Linn Security contractor's bid 03 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING THE BUDGET FOR FISCAL YEAR 2012-13. WHEREAS, Resolution No. 23146 approving the Budget for the Fiscal Year 2012-2013 was adopted on June 6, 2012; and WHEREAS the City Manager has recommended, and the City Council desires to approve, certain amendments to said budget. NOW THEREFORE THE CITY COUNCIL DETERMINES, RESOLVES AND APPROVES AS FOLLOWS: that the Director of Finance is authorized to record inter- fund cash transfers as required in accordance with this Resolution, and Resolution No. 23146, adopting the Budget for Fiscal Year 2012-13 is hereby amended as follows: SECTION 1. ADDITIONS Fund Activity Account Amount 001 3520 53059 $44,133.55 General Fund Fire Alarm System Purpose: Establish funding for purchase and installation of new fire alarm system at City Hall. SECTION 2. SOURCE Fund Activity Account Amount 001 29301 $44,133.55 General Fund Fund Balance ADOPTED THIS 17TH DAY OF APRIL, 2013. David H. Ready, City Manager ATTEST: James Thompson, City Clerk 04 Resolution No. Page 2 CERTIFICATION STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, JAMES THOMPSON, City Clerk of the City of Palm Springs, hereby certify that Resolution No. is a full, true and correct copy, and was duly adopted at a regular meeting of the City Council of the City of Palm Springs on by the following vote: AYES: NOES: ABSENT: ABSTAIN: James Thompson, City Clerk City of Palm Springs, California 05 7 � . Tnn P EXECUTIVE SECURITY SERVICE I N C O 32 D O D A T E D { March 20, 20 t 3 I Dear City of Palm Springs, Thank you for accepting this bid for service from O'Linn Security. I hope that this bid meets with your approval. Respect y urs, Richard O'Linn LIC.0 LA002583 PA008219 602489 1025 S. Palm Canyon Road • Palm Springs, California 92262 • TEL 760.326,5303 FAX 760.320.4743 30423 Canwood Street #133 • Agoura Hills,California 91301 •.TEL $18.707,4597 FAX 818.707.8693 06 SYSTEM PROGRAMMING MAINTENANCE AND MONTIORING: The City requires that the fire alarm system installed as a result of this bid must be able to be properly programmed, maintained, and monitored per the manufacturer's specifications by any properly licensed fire alarm company/installer. Provide below the name, address, phone, and contact person located in the Southern California region where any properly licensed fire alarm company/installer may obtain factory/manufacturer certified training on the proposed system: (this is NOT for becoming a dealer or distributor of any particular brand") Name of system Manufacturer: N C �y btF r Brand and Model number of system bid: 5 tS�tJ ill Name and Address (in Southern California region)where certified training may be obtained: 21 Ar2A 000't-1d� i y-.3Q--i P tae6"'s TVti �WE �M.S�L''.�.1L1.. �¢a C.f?aT�fiiaCc''r� �=�i^l3• Contact Person: '44 _4 Phone#: 1 V What is the cost(if any) of the factory/manufacturer certified training? : $' (Signatures): Name of contractor submitti g bid a Authorized signaturre�� Printed name gC. 7S • ,L Title klas Address In 004, Cna4-71Q,i ems'_, City, State, Zip pun fir' S � Telephone No: 'l tea- 3-CF Q ti6 Fax No: t is b _'37A- A-X1A j E-mail ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is requirec by including the acknowledgment with your Bid. Failure to acknowledge the Addenda issued may result in your Bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s) is/are hereby acknowledged. 14 07 d BID SCHEDULEWRICING PAGES fi BID SCHEDULE(IFB13.14) LUMP SUM PRICE TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT THE CITY HALL All materials, equipment and labor necessary to install a new turnkey Fire Alarm System at the North & South City Hall Buildings per the Scope of Work and Specifications as defined in this document. No changes to the quantities defined in the specifications will be allowed unless directed and approved by the City. This is a lump sum project I DESCRIPTION QTY PRICE EACH TOTAL Honeywell Silent Knight 5820XL Fire Alarm Panel 1 $ (OR EQUAL) State the Manufacturer, Brand, and Model#of the system you are offering in this bid below: *If you are offering an alternate brand/model as an "OR EQUAL" you must include product specification sheets, data sheets,and CFSM approval sheets attached with your bid. *Include with your bid copies of your valid C-10 Contractor's license, Fire Alarm Technician Certification(Blue Card) and evidence of your certified training to install the system you are bidding. *NOTE: All model numbers referenced below are based on the Honeywell Silent Knight 5820XL or System Sensor SpectrAlert Advance as an example for prospective bidders to correctly identify the quality and level desired by the City. All parts and accessories may be either the brands as specified, "OR EQUAL". Honeywell Silent Knight 5820XL Red Remote Annunciator Panels(5860R) 2 $ 362 b $ `t a4 ,VB 6A Intelligent Power Module(5496) 1 $ ycl, 'ejO $ yo b,5f1 Intelligent Power Module(5895XL) 1 $ to\i, ,$ \ $ lotta,!s' l SLC Expander Boards (5815XL) 2 $ 3rf a3$ , 10,W b Battery 12v with Appropriate AH 6 $ t LAO $ \a`s 1Q Addressable Photo Smoke Detectors 168 $ 9 $ to3Cf1,`18 (SK-PHOTO) Addressable Rate of Rise Heat Detectors 15 $ ri"i ply $ LR b ,1 O (SK-HEAT-ROR) Addressable Dual Action Pull Stations 11 (SK-PULL-DA) Duct Detectors(SK-DUCT) 4 with Sampling Tubes 12 08 Monitor Modules(SK-MINIMON): 2 Halon 8 € Systems with Alarm, Supervisory&Trouble t each, Fire Sprinkler Flow Switch &Control Valve f System Sensor SpectrAlert Advance System Sensor SpectrAlert Advance 51 $ A-lr-' ceilinglwall mount hom-strobe,field selectable multi-cd, temporal hilmedAo db output, 24v-White w/Fire System Sensor SpectrAlert Advance 6 $ `i`g e ceiling/wall mount strobe, field selectable multkcd output, 24v-White w/Fire System Sensor SpectrAlert Advance 2 $ (a Y .�+�' $ 1�3.3 2- wall mount horn-strobe,field selectable multi-cd, temporal hi/medAo db output, 24v-red wrFire"wall orientation,exterior weather proof Lot(Shop Drawings, Submittals, Inspections 9 lot and Testing, Misc. conduit, wiring, and all installation supplies) AES Fire Radio wAntellitap, AES UL 1 $ 0y a ii Fire&Zonew/Red Case w2.5db Antenna AES UI Intellitap Telephone.Line Data Receiver with batteries Sales Tax(9.0%) 1 $ ton Delivery(if applicable*) 1 lot $ "+e!lF— Labor(all inclusive) 1 job $ *Labor includes both the removal of the existing system as well as the installation of the new system. GRAND TOTAL LUMP SUM PRICE (in figures) (in wards):i=�oe�y - �ws .toasnK� oa ��:wars�c+1wk�Qc►=Two 4 oe> dolls In the event that additional services are required beyond the scope of work as defined in this document, please provide your hourly labor rate(regular business hours only`): $ b 5,�perhour. WARRANTY: Warranty: The successful Bidder shall fully warrant all materials, equipment, and workmanship against poor or inferior quality equipment, materials or workmanship that they provide for the installation for a period not less than three(3)years from the date of final acceptance of the system by the City. The successful Bidder shall repair or replace inoperable equipment/material in a timely manner so as to minimize the possible disruption of City operations resulting from said inoperable equipment/material. 13 09 @p@I 6 6 REFERENCES The City is seeking a qualified contractor who has the required license, certifications, experience and capability to install new Fire Alarm System at the North and South City Hall Buildings as per the scope of work and specifications contained herein. A minimum of three (3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. i 1) Name of contractor or agency: I Contact Person: _7000 at4i3mLL -f —Phone# 160-3a.1- x5x\ Brief description of project: zwscw ._nc�oa 5 e- *1e. -IN�n t*O'J ;ncL, t' of 4LZ i 2) Name of contractor or agency: ram `t+O P �-J 'PPa e-T el-V'P s k_'O-T Contact Person: Xyois3 A .�.� Phone#"Aron -SMD qo 15 Brief description of projecAAt: �ess cri Zjla .pr L. �as:c�5.uw-r\003 c7�a�c..r�1 -k Maw .r m d* Q� Maw-v�P��B -=�-+aro.+S aJ ^l� �.� S�o:'a b5 � CAY 41TOaiAI— CST/ �'stUi:�iga'+`� 3) Name of contractor or agency: Contact Person: A i-g- Koss Phone# Brief descriptionJ�of project: ^^ `aal0 YAVa M%-4 Gov+ i. L Avsu �c�STwL.�wT�o 3 AAo ScQ�hc+e oG L�++ti'.a9 G�¢G.o Ys is�+�•r���+� 5�<^r��, 15 10 {k@C jp$P d S CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.13-14 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RiVER&E)C-) d1 �� The undersigned, being first duly sworn,deposes and says that he or she is o{ Q°I_-�.J ,a �c.1 .^N the party making the foregoing bid. That the bid is not i made in the interests of, or on the 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 thereof, or paid, and will not pay, any fee to any corporation, partnership company, association, organization, bid depository, or any other member or agent thereof to effect a Ilusiv r sham bid. �J/✓�) Title 1 e—z-�' Subscribed and sworn' to before me this day of ✓''& — 20La. Notary Public in and for said County and State FIDAVI.FRM - H.EfTEKHARI GO Carmissign*1945731 r Notary 1`011C-CalKmn18 = Los Angeles County M Comm.Expires Aug22,201 16 11 I BIDDER'S GENERAL INFORMATION FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL IFB 13-14 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: 'PAL.&% 0-ANNoa Q�a.w, SrQaL..1�S LA �'i �tc•0.- 83'"i $ a 2. CONTRACTOR'S Telephone Number: (-%o Facsimile Number: (-16p ) 3yo-y �W3 3. CONTRACTOR'S License: Primary Classification C..- %O State License Number(s) bo AyASA Supplemental License Classifications C---I , WMC i �Aoa_--ts-en 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety Address Surety Company Telephone Numbers: Agent( ) Surety{ ) 5. Type of Contractor(Individual, Partnership or Corporation): o a Pc Yz rnt 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the contractor or names and titles�of the principal officers of the corporation or contractor: K �c�kaag J \J '`,alA� 17 12 _._.. - _... - BIDDER'S GENERAL INFORMATION (Continued) a. Number of years experience as a contractor in this specific type of work: y�=s Jf X 9. List the name and title of the person who will supervise full-time the proposed work for this project Q\C-W4e-o a`1—,44 J 10. Is full-time supervisor an employee b� contract service_? t 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. *WAIVED* 18 13 ........... _. . . INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code,the Bidder shall list below the name 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 i 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:_(shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name&Address rr11 i y `, ate:60 2. 3. 4. 5. 19 14 6 LOCAL BUSINESS PREFERENCE PROGRAM•GOOD FAITH EFFORTS IFB 13-14 Bid Opening Date March 20, 2013 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. i 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: Local firms that will furnish materials or supplies to the Bidder for this project: f�a ocviAs Sv1+0L�I 11 � 20 15 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 good faith efforts to do so. Examples of information accepted by the City to demonstrate I 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): j Publications Dates of Advertisement 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 Solicited Solicitation and Dates 21 16 ------ -- t 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 i 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 ($) Of (Y/N) Contract D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firns, 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: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 22 17 ypF f I qp@� a i WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California 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 of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor c ��c s M %-rq By Title S' i 31 18 STATE OF CALIFORNIA Cowraftro *torte licenot 38oarb Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: MINN EXECUTJ.,V'!&-1`>W 'I' ARM SERVICE IN - Ir ra ' Y.6 - � Y 9 <�i '. ) s�i.Lja t to engage its k e C3 ng�s or ' a i f a contractor in tag' owtn itt( HIC Al" TION Witness my handand.seal this day, Novem4er &2Oa2 l?iaE F u Issued SePM Der by, 190 Reg trttt of Stephen P Sari<ls pontt ttr6Fs RE' .E110EN5E.QlITtL'IPIER This bcenseis the property.#the negistrarofcovigactor% F.2 .9. is not tran5frrrrable�and sh,#jl be retdrned to the,Registrar ' opolt'derrland Witen susp4ndeed revoker, ,p,r.ljh afidated Littdse=N�taher . kr any reason.It b%%)&s vdid if not kinj*ed: - - " , . .. ..: OSP 0159441 Applicant ID No: 100528-435 Service Center No 0 Expires: 31-MAR•2013 CERTIFICATE OF COMPLJANCE THIS IS TO CERTIFY that the Alarm Service Company indicated below is included by Underwriters Laboratories Inc.(UL)in its Product Directories as eligible to use the UL Listing Mark in connection with Certificated Alarm Systems. The only evidence of compliance with UL's requirements is the issuance of a UL Certificate for the Alarm System and the Certificate is current under UL's Certificate Verificatior Service, This Certificate does not apply in any way to the communication channel between the protected property and any facility that monitors signals from the protected property unless the use of a UL listed or Classified Alarm Transport Company is specified on the Certificate. Listed Service From: ANAHEN, CA Alarm Service Company:(100528-4351 Service Center:(100528.435) MACE CSSS INC MACE CSSS INC SUITE 401 SUITE 401 401 W LINCOLN AVE 401 W LINCOLN AVE ANAHEIM CA 92805 ANAHEIM CA 92805 The Alarm Service Company is Listed in the following Certificate Service Categories: File-Vol No CCN Listing Category S2691 -1 UUFX [Signal and Fire Alarm Equipment and Services](Protective Signaling Services)Central Station `THIS CERTIFICATE EXPIRES ON 31-MAR-2013 *** "LOOK FOR THE LIL ALARM SYSTEM CERTIFICATE" 20 5 - WP " t „:k tJ a'2`J J ? �rx' ` s4 r�; } } 5ir4 if si✓ r t , ,U, ?s " F r r h) 1 vr, J .v,( yY' s `a �. $' �'�k�p':�`` �d» �i,rJ°a�� hr ✓•b��t ' + t'wwww_ d i, rt r! v¢5~J � 5 i � ���-r r� ✓ r VO �, vr s w r i azi L tt4- q cctt r_^4 r:. e �.xsi i. av v 1 s t ' IS r v rf, i 'fia nr r Ra v 'i" x�9 'n ;rr Wfi m r# di �k t Sr�F r u J nory 'k 5'1 ��,r'� �' h'� N�H1 vYe�e � r ,-'^• 111 « qS9 4 rY AR, i .� � ✓�,,. Y H it ;�' � },` v s ^' r i"r'�f"' =e,- tii '' ',y�-r d. �✓ v a c,;�r'r" r<`xirr�sr rtt., Y.ds-jr n r rl'xr y�Et ) uyi s. �� t,T v.rY'F 5' P ✓ P n r 3�. .�j r =s�., 4r '8` ri i ':if•F�y° d'�'Ivd .8 w�+1�/ �^-']� J 3 i Ti"f r t _� l r m.c�as,.q'tr�;.aw�ieli�. _ ..f� � r r i ����• 4 #S��"(� aro Y rr k s' , h Am RE s > , .• y , E h _ Le r v i rd fi,< i intr 5 .1` r + s �. "nif iP�i: r '< m ..r 'rr i i �u S i t�0 _' i `—i � ' :. a {1hK:,�r�, v �r °' %"" _ ✓ ^ i tiu y, + r,tea t r 1 ' PIP, V DA g o" ,?fit ��' r �s 4 r}'y3rv�: ix 37 L v.. I 3-r a rM3 r 4� yy{N93 s ,JiYPS g k tt tie ' aa., v, W ME - .01 4� 'Not omi.`, rs s Sri + '� ✓ r�y�rryyT W`d�'i "i%siy dt 4 7 ti i Ts4 sr cy '_,v r r r. ri f� � { ' ;9 S.y rri-(aQS `a"�'. r fi o �'� I v P� � 1 vT t`w s � J r i � r r �- J �. ✓i� a r - � 'j� F��r +'�� �W- ��- r•c t.� Vtv���r s -t 1 r. i r i � '�� �1 _ i; R'Fr on".�.u:5. s X�i•+ �'� t�� �.s�v� h r r� ���4i� �2 4 s '�- i a e r �f^ ��"5 � �� p�q;:... 'S Xy} � �e� r����-� u{,�xba" ,V.a �•,��� ,iY, i' i � a �'� ,�f l� e'�irkrtw.���4�', �i �'fid�c� �� *{� r.F m r r f r�r ks� +th r nu' 1:1,i S. iq .�� �iT"aFi. �Y iP� r § i !s� i�y � `�i sx}�`"fi� � � �, m,� r7 v- 1 �;� w"."�' piad it r �� !� i rub rt g� 1 ��4 ��b�- �'Y '4x 1 � '�`.r,,.. 'y '✓ ,.n '� ��1 5 � li "�`�� :� � 1 � 7 '� r��� �.,tirt �,.i' '� � u°�� '� � 'i § �"�s ,. v y t 2 -. . .yt'.�..35 S` ���r•^ �� �' r� k � t I i �; s�3 M {-""! {i ir' .�s ',. r:��.,... All SO, �{. ''t. r11111 pf l klf?i• FO ,�Lsw� FPS-£ sa' �!',i' RA2 '� ' y,i i e ,r I -,C,ON.rtXCT.Mt`STATf U.ICENsEftW y Lair ACTNE LICENSE W..972548 ..•INDIV ,. — REAL SECURITY ,/ ......... )10 eaao 05/37i2014 wrxi.csib<a.aav I� I HE—i 1+ un?mhir a [vu 22 gecord of Compietjov J6 J6 a muie z I of O'Linn Security Has completed a self-directed program of instruction covering Intellffnight 5700 / 5808 / 5820XL Panels SILENT / j KNIGHT by Honeywell June 12;20/2 Instructor sit; M.Elk CAI i 'Cord of Compledoll MU(M U o, l f O'Linn Security Has completed a self-directed program of instruction covering the SK5208 Conventional Fire Alarm Control Panel •:�4., SILENT KNIGHT x by Honeywell Instructor s _ ---.- 6 PALM of �. SAS INVITATION FOR BIDS (IFB 13-14) TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL °q< ADDENDUM NO. 1 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. The City has received the following questions in writing pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Do I need to register as a bidden A 1: Yes. If you are interested in submitting a Bid,it is IMPERATIVE that you contact Leigh Gileno, Procurement Specialist 11, via email at LeiiahAnn.Gileno atalmsprings-ca.gov to officially register as a Bidder for this spec c project with your company name, address, phone, fax, - -- -- contact person and email address. Failure to officially register may result in not receiving- - addenda to the Bid. Note: You may also register your flan in the City's on-line general vendor database system while on the websife, but you MUST still contact Leigh Ann Gileno as instructed above to register as a Bidder for this sO tFC IFB 13-14. Q 2: Where can I get the Plans and Specs for this IFB? A 2: You can obtain all bid documents by going to www.palmsprinasce.gov and select "Government"and go to "Departments"and select Procurement & Contracting. There you will find the link for "Open Bids & Proposals" where all current open bid documents are provided. NOTE: Attached to this Addendum is the "FLOOR PLAN" diagram for City Hall that will be used to identify each location at the Job Site Walk through and made part of the specifications for this IFB. Q 3: Which certification you are referring to? A 3. As referenced in the Notice Inviting Bids and under Terms and Conditions on Page 7 of the bid document #22, the required certification is Certified Fire / Life / Safety Technician Certificate and is referred to in the industry as a "Blue Card". This requirement is for any employee working for a C-10 Electrical Contractor. This is a requirement of the California Department of Industrial Relations - Division of Labor Standards Enforcement. 25 � e Q 4: Also if we are a fire alarm company that successfully installed a similar project previously, why we should have an employee (with such certification) dictates our qualifications? This way our company will have no other choice but to employ that specific employee no matter what. Please advise. A 4., The requirement as stated in the answer in the above Question 3 is State Law. The fire alarm contractor should contact the California Department of Industrial Relations - Division of Labor Standards Enforcement for further information and requirements. Q 5: What is the estimated value of the project? A 5., Estimate for this project is$45,000 to$65,000. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Leigh Ann Gileno Procurement Specialist II 26 3 G' DATE: March 5, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: , w -S Authorized Signature: € Date: 3 1x zoi3 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. 27 r aF '"`"' sA INVITATION FOR BIDS (IFB 13-14) z TO FURNISH AND INSTALL NEW FIRE ALARM SYSTEM AT CITY HALL 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. The City has received the following questions in wrltina pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: Is all the wiring in the system to be concealed in conduit or will it be OK to run open wiring? A 1: You can use open wiring as long as it is concealed in the attics or walls. Q 2: Will the existing system remain operational while the new system is being installed? A 2: The existing system will remain operational during the new system Installation. Q 3: Can we use existing wire, conduit and back-boxes? A3. You can use existing wire, conduit and back-boxes as long as they fully comply with NFPA 72,2010 Edition requirements,manufacturer's instructions and listed equipment requirements. Q 4: Should the exposed conduit below the ceiling be in EMT or Wire Mould? A 4: EMT Q 5: Existing pull stations are too high. Will a cover plate be OK to conceal the hole? A4: Yes Q 6: What time frame are we looking at from start to finish of the project? A 6. 60 Days. Q 7: Who will be responsible for patching and painting of any required demo? 28 i s' i I A 7r Any demolition work must be kept to a minimum however the City of Palm Springs will be responsible for patching and painting demo work. I Q 8: Will you provide us with accurate and dimensioned CAD back grounds or do we have to generate them ourselves? A S. We can provide scanned drawings in PDFformat. These drawings are scaled. We do not have any CAD drawings. Q 9: Do we need to install smoke detectors in the computer room and vault area,which are protected with Halon Systems? A 9. No. t BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA tc Leigh Ann Gileno Procurement Specialist II DATE: March 7, 2013 ADDENDUM ACKNOWLEDGMENT: Proposer Firm Name: Authorized Signature: Date: 3 IJi3� 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. 29 l r B of PALM sA INVITATION FOR BIDS (IFB 13-14) z TO FURNISH AND INSTALL NEW FIRE ALARM V SYSTEM AT CITY HALL °9uFoxN`� ADDENDUM NO. 3 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. The City has received the following questions In writing pursuant to the requirements of the bid document and is hereby providing answers thereto: RESPONSES TO QUESTIONS RECEIVED TO DATE: Q 1: For labor and material costs, is it the direction of the City to Install conduit throughout all areas of the building for Fire Alarm, or is it acceptable to install FPL rated open wire in the attic without conduit? If the answer to said question is FPL rated open wire would FPL wire is the attic space a plenum or non-plenum environment A 1: It is acceptable to install FPL rated open wire in the attic without conduit No attics are plenums. Q 2: Are there any ONSY or PIV not shown on plans that need to be connected to new installed system? If there are is the existing conduit suitable for new underground fire wire or will new conduit be required? A 2: No Q 3: In areas that are not accessible or too difficult to access is it acceptable to run Wiremold V700 reaceway for needs below ceiling line. A3: No Q 4: On the job walk we noticed some areas not shown correctly on the drawings. Would it be possible to provide drawing depicting correct room layouts and room descriptions? EX. Conference room verses office lobby etc. for signal placement requirements. A 4: Yes. We are providing the revised building layout drawings with this Addendum. Please see attached. Q 5: Can the city provide CAD files of floor plans for our shop drawings? A 5: No. We do not have CAD drawings. 3Q k s Q 6: For labor cost purposes is it acceptable for the installation of ceiling signal appliances as opposed to wall locations? j A 6: Yes as long as they comply with 2010 California Fire Code and NFPA 72, 2010 Edition requirements. I Q 7: On IFB No. 13-14, a list of devices and their quantities have been published. Should we produce an estimate based on these quantities or produce one based on our own engineering? A 7: Produce an estimate based on IFB No. 13-14 quantities. Q 8: The bid package page 13. Calls for Labor(all inclusive)does that mean we include the labor in the price item per unit/device or we have to give the labor cost in this line item? A 8. No. As outlined on bid pricing page 13 items are to be priced per unit. The fun Labor cost to remove the old system and install the complete new system as per the specifications is to be listed separately as provided on the pricing sheet. Q 9: What does"All inclusive" mean? A 9: As stated below the "Labor cost" labor includes both the removal of the existing system as well as the installation of the new system. This is the all-inclusive total cost for all labor to complete the entire project as per the specifications provided. Q 10: In the pre-bid job walk, the city officials mentioned that all patch and paint will be done by others. We noticed that some existing holes are bigger than regular double gang blank covers, are these included in our bid to cover or will be done by others as well? A 10: The City will patch and paint any existing oversized holes that double gang blank covers will not cover. Q 11: Page 13 bid doles: last paragraph before Warranty: Additional Labor services required beyond the work defined in this document. Do we include our overhead and profit in this rate or you will allow us to add %when applicable? A 11: As stated in the bid document on page 13, in the event that additional services are required beyond the scope of work and specifications as defined, please provide your standard Hourly Labor rate (regular business hours only) that you would charge the City. This hourly labor rate may not be changed or modified by a % after bid submission and will be the contracted howdy labor rate for any additional work if you are awarded the project. BY ORDER OF THECITY OF PALM SPRINGS, CALIFORNIA alai t uti 'C/erro Leigh Ann Gileno Procurement Specialist 11 DATE: March 14, 2013 ADDENDUM ACKNOWLEDGMENT- , � Proposer Firm Name: © Authorized Signature: 31 z E a ry i Date: 3 N 3 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 nonresponsive. { i I I z Mar 26 2013 2: 02PM OLIMM SECURITY T7603204743 rr �... P. 1 - - 3 O�oALA18,6 City of Palm Springs • . Procurement and Contracting ' •aA.w » 3200 E.Tehquitz Canyon Way• palm Springs,CaUforuia 92262 C4�11;0 � Tal:C760)322.8368•Fa:(760)323-8234 •Web:www,p&W%priagKc &ov March 21,2013 IF1313-14 Furnish and Install New Rre Alarm System at City Nall, Dear Mr.C'Iinn, The City of Palm Springs WE be recommending your company to award IFB 13-14 to fumish and install a new fire alarm system at City Hal. The Procurement Department has carefully reviewed you bid submitted for the above mentioned IFS and fbUnd a few minor discrepancies that we need to have you cure in letter format to put with our documentation. Please acknowledge and provide the following information: A mmo,math error on page f2 and 13 of Me Bid ScheduWprfcfrtg Pages. For the item listed as Red Remote Annunciator Panels on page 12 $362.62 each. The quantity required Is 2. Your Your at $ is listed at extended price should be $725.24. .After revising the tax wi d is listed at $724.68. The tax stwuld be$2152.04. The corrected total for the Grand T 11. ml, total for .65. If you agree with this finding please acknowledge here: Please provide the fallowing information that was left blank in your bid: Pg. 17 of bidders General Information: Surety Company and Agent who will provide the required Bonds on this Contract.Name of Surety: Address: IP, 0_ L3ox S, y� s=ati Surety Company: Telephone: Agent "1 I -S a\- Ck ZS Surety:_ Post Office Box 2743 • Palm Springs. California 92263-2743 33 Mar 28 2013 2. 02PM OLINN SECURITY 7603204743 p. 2 i i Pg. IS of bidders General Information; Number of years'experience as a contractor in this speoiFc type of work: Z 3 I Page 19 of bid request for List of Subcontractors: Bidders shall list the total% of work to be performed by the Prime Contractor Mere:_s - q el" Please provide the missing Information above and acknowledge the math corrections that are made in this memo. Should you have any questions please give me a call at(760)322-8374, i Sincerely. i 919Ann iieno Procurement&Contracting Dept. 34 6 REQUEST FOR TREASURER'S RECEIPT TO: FINANCE DEPARTMENT, CASHIER DATE: March 21, 2013 FROM: Procurement & Contracting PLEASE ACCEPT $ J —^r FROM: -t( 1 a In (- �l l Y FOR: Check in lieu of Bid Bond for IFB 13-14 to MIsh and install new Fire Alarm System at City Hall. CREDITACCT No. T & A Account BY ORDER OF Leigh GIIel10 . : � ... . e Mom a tl"a y k s e\ y f M�$St . r 3i' i� t x L:P +� vY, >S 0 � tS' sY �' �y pi�,3fi`h" fi�i. . 'F.' t ,3�^4t,'.�" '"•py+ 'o m' w x j t Fka ' .�d��� y� � � L .W�r .?„ '• t`1.t5�t�yN� .n iR" a �u 3,�-c t:' r&i<4 a - fi" k. t a s .. r "3-`•t y+Y 5�i * axis' ap i'� 'Y+�� + Lam}. 1 of 35