Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
7/21/2010 - STAFF REPORTS - 2.Y.
�Q4 P A L M SAP iy E. � u rn � ORAYO rost CITY COUNCIL STAFF REPORT DATE: July 21, 2010 CONSENT CALENDAR SUBJECT: PURCHASE, SITE PREPARATION, AND INSTALLATION OF A NEW FIRE DEPARTMENT 36' x 60' MODULAR CLASSROOM FROM: David H. Ready, City Manager BY: Blake Goetz, Fire Chief; Thomas Nolan, Executive Director Aviation; David Barakian, Director of Public Works/City Engineer SUMMARY The Fire Department Training Center is in need of replacement and this action will provide for the acquisition and installation of a new modular facility. RECOMMENDATIONS: 1) Approve the purchase of a 36' x 60' modular classroom from Pacific Mobile Structures, Inc. of Riverside, CA in the amount of $116,995.00, inclusive of all taxes, delivery and setup costs; 2) Approve a contract for the removal of the existing modular building, asbestos abatement and site preparation for the new 36' x 60' modular unit located at 3000 East Alejo Road, by Simon Contracting of Indio, CA in the amount of$28,700; 3) Approve the cost of relocating the existing electrical service to a new 400 amp pedestal by Southern California Edison in the amount of$2,623.52; 4) Authorize the City Manager to execute all necessary documents, subject to review and approval of the City Attorney. STAFF ANALYSIS: The Palm Springs Fire Department currently uses an old 24' x 60' modular building located on the Airport property as its training classroom. This 30 year old modular building was originally used by the Human Resource Department in the early 1980's before being moved to its current airport location as the Fire Department training center. The primary reasons for the airport location is because it is convenient for all units and it ITEM NO.�—W City Council Staff Report July 21, 2010-- Page 2 FTC Modular Building allows the airport crews to train during active duty. The Airport Rescue and Firefighting rules prohibit staff from leaving the airport because it jeopardizes mandated emergency response times to the airfield. The Fire Department originally had a three phase plan in 1985 to build a training facility that included a classroom, multi-story burn structure, driving course, and apparatus pumping facilities. The first phase included the construction of the underground utilities and pump pit which was completed and continues to function today. Phase two included the construction of a classroom and phase three would have included the construction of a drill tower. Phases two and three were never completed due to budget constraints. As a result, this surplus Human Resource modular building has been used as a temporary classroom for the past 25 years. The facility has long outlived its useful life and is in disrepair. The estimated costs to repair the roof, outside siding, interior water damage, and the need to bring the building into ADA compliance are simply not practical. This project has been reviewed and approved by the Architectural Advisory Committee (AAC) on May 10, 2010 and landscaping recommendations have been incorporated into the overall design. The proposed building was reviewed by Planning Department staff under the guidelines of the City's adopted California Environmental Quality Act (CEQA). Pursuant to CEQA Guidelines; Section 15332 (Infill Development) and it is categorically Exempt and not subject to any further environmental review. The proposed project will involve four(4) phases: • Phase 1: Remove asbestos & lead paint from existing 24' x 60' modular building. • Phase 2: Removal of the existing 24' x 60' modular building. • Phase 3: Site preparation for the new modular building and relocation of the existing electrical service of a new 400 amp pedestal. • Phase 4: Delivery and setup of the new 36' x 60' modular building, construction of concrete sidewalks, construction of ADA approved ramps, parking lot striping and replacement of landscape shrubs around the classroom site. The Procurement & Contracting Division issued IFB 10-02A for the purchase of a new modular building per Fire Department specifications and received 4 bids by the March 25th deadline. Pacific Mobile Structures Inc., of Riverside, CA was the lowest responsive responsible bidder at $116,995 inclusive of all taxes, delivery and setup. The Public Works Department bid City Project 09-08 for the demolition of the existing structure and site preparation and received 5 bids by the June 29th deadline. Simon Contracting of Indio was the lowest responsive responsible bidder for a lump sum total of $28,700. The Engineer's estimate was $24,000. 2 City Council Staff Report July 21, 2010 -- Page 3 FTC Modular Building FISCAL IMPACT: The Fire Department has budgeted $75,000 for the replacement of the existing modular classroom and the Airport has also committed $75,000 to this project. The Airport Executive Director indicates that partial funding by Airport Funds is justified because this facility is utilized by Airport ARFF staff for the FAA mandated Aircraft Rescue and Fire Fighting training, and the Airport's key mutual aid support (City's Structural Firefighting) also receive their ARFF training there. Funds are budgeted and available for the removal of the existing building, site preparation and purchase of a new 36' x 60' modular building in the following accounts. Fire Department Account: 261-3600-53030 $75,000 Airport Account: 415-6500-56109 $75,000 Blake G. Goetz, David J. Barakian Fire Chief Director of Public Works/City Engineer f David H. Ready Thomas Nolan City Manager Executive Director Aviation Attachments: 1. Cost Proposal - (IFB) 10-02A Purchase of Modular Trailer for the Palm Springs Fire Department. 2. Bid Abstract - Fire Training Center Demolition Bid — City Project 09-08 3. Southern California Edison Invoice # 88195 City Council Staff Report July 21, 2010--Page 3 FTC Modular Building FISCAL IMPACT: The Fire Department has budgeted $75,000 for the replacement of the existing modular classroom and the Airport has also committed $75,000 to this project. The Airport Executive Director indicates that partial funding by Airport Funds is justified because this facility is utilized by Airport ARFF staff for the FAA mandated Aircraft Rescue and Fire Fighting training, and the Airport's key mutual aid support (City's Structural Firefighting) also receive their ARFF training there. Funds are budgeted and available for the removal of the existing building, site preparation and purchase of a new 36' x 60' modular building in the following accounts. Fire Department Account: 261-3600-53030 $75,000 Airport Account: 415-6500-56109 $75,000 Blake G. Goetz, David J. Barakian Fire Chief Director of Public Works/City Engineer David H. Ready Thomas Nolan City Manager Executive Director Aviation Attachments: 1. Cost Proposal - (IFB) 10-02A Purchase of Modular Trailer for the Palm Springs Fire Department. 2. Bid Abstract - Fire Training Center Demolition Bid — City Project 09-08 3. Southern California Edison Invoice # 88195 ATTACHMENT"A" in 4o-o OF MODULAR TRAILERS .!NOTE: THIS FORM MUST BE-COMPLETED ANQ IN=DlgQYOUR Blir SIGNATURE AUTHORMATION tME OF PROPOSE"IRM. A.. I hemby certify that I haw dtb authority to offer this bid to the City of Palm Springs for the above fisted individual or company. I oar'tt'Fy that E have the authoft tobind myselfAhb company in a contract should 1 be successful In my bid, 1 Si.GNATU � 7 I PRINT. ME •�, l � . .8. The follovAng infbrmalfon relates to the legal contractor listed above, whether an indivdual or a company Place cheek marks as appropriate: 1'. Ef successful,the contract language should rda to me/r qy company as: An individual; A partnership;Partners'names: A company: A corporation Z My talc identification number is: +il ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this iFB:Is required by Including the acknowledgment with your bid. Failure to acknowledge the Addenda-issued may result in yeur bid being deemed non-responsive:- In the space provided bslow,please acknowledge receipt of each Addendum: Addendurn(s)f 1slare hereby aciaiowledped. i Delivery)Schedule for Performance: The bidder must indicate onthis Bid Proposal page thetirrre required for delivery,in number of calendar days,after receipt of order(ARO). Delivery may to afactor in award of bid and may be causefor rejection,as determined bythe Gity. The worltand services to be performed byVendor pursuant to the purchase-order shall be completed by Vendor within time required for delivery indicated below,unless City approves in writing a revised delivery sched_ule. Vendor shag noW City prvmptty lrlvvdtbV if, at any time, Vendor has reason to believe that delivery of the Modular Trailers will not.be'tirade as scheduled stating the cause(s)for anticipated delay. Time is hereby expressly declared to beofthe essence, and Vendor is notified that failure to delver the Modular Trailers an time u4n"11 result iih substantiat damage to City. Unless otherwise specIfied by.the purchase order, all goods and services purchased under the purchase order must be tendered in a single delivery and not In phasing or lots:from titthetotime- if deTnNery is not made as specified in this paragraph,City may terminate the Order as to all or any portion of the goods and services ordered. CyeHV Time: indicate time in calendar days;required for delivery,after receipt of order(ARO): DAYS(ARO) *Deiive mpy be a factor iri a It is understood And agreed that this bid may not be withdrawn far a period of ninety(M days from the date of opening thereof,and at no time in the case of the Successful Bidder. CM CK IF THE FOLLOWING ffaIg.MT APPLIES My firm/ cal Business (LIcensed within the jurisdiction of the Coachella Vialley)_co oftrilt s ness license is required to Ibis attached to this document (Signatures): Name of fine submitting bidL Q C , Authorized signature . i Printed name _ r G I�� � cs�. Title 1 Address Z E City,State,Zip r Telephone No: 6 Fax No: lw-Mal ti LATE BIDS WILL NOT BE ACCEPTED--NO EXCEPTIONS! j COST P iFB 10-02 A WE THURSDAY,MARCH8 010 at 3:0..0 Rjq.Log AL Tt E Bidder's signed proposal and written acceptance by the CRY shall constitute an agreement and has hereby agreed to all the tenns and conditions set forth In.all of the sheets which makeup this invitation. . In compliance with the lnvttatlons for Bids,the undersigned h®reby proposes to furnish an necessary tools and equipment,materials,labor,and supervision to provide and purchase a modularclassroom and restioom as herein described. ` The selected firm will be responsible foralltauilding hermits and win identity swocloted responsibilities ofthls project to the City of Parm.Springs in writing. The City of Palm Springs will provide the fallowing util(fles to the project site:water,electrical and sewer connections. !! All.prices shall be F.C.B.Palm"Spongs.Flre Department.Palm Springs,California and shall be all inclusive. I $eles tax shall be shown as a separate line Rem at the rate of 8.75%. . SCHEDULE A: MODULAR CLASSROOM W1TH RESTROOM purchase price (bulfding Drily) sA46UELf Skirting $ Ramps/Steps $ L461 Seismic Restraint - $. — Applicable Tax (. .75%for Palm Springs): $ Title Transfer Fee 'Block/Level Charge Defrvery $ $GRAN©"TOTAL SCHEDULE"A" ��� City of Palm Springs,CA Praairerae�{b�acfingbN�nn - Bid Abstract B D ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&-Bid Amount Vendor&Bid Amount Vendor&Bid Amount PROJECT NO CP 09-08 f PROJECT NAME: Fire Training Center Demolition DUS DATE: 06129/2010 Total Bld Price TOTAL W hifiessed By: Cate: StillltlEM.CAUFORNIA Invoice 9 83813 EDISON &von Invoice Date: 06/29/2010 Southern California Edison Company 36100 CATHEDRAL CANYON DRIVE SCE Contact: Joshua C Leibelt CATHEDRAL CITY CA 92234 CITY OF PALM SPRINGS Telephone: -()--3650 3200 R TAHQUITZ CANYON WAY. PALM SPRINGS CA 92262 6959 on SCE INSTALL- Install-B1lling.Dptf Descriution Amount Service Request Number: 1325673 RELOCATE EXISTING SERVICE TO 400A PEDESTAL . Project Address: 3600 1/2 E ALEJO RD PALM.SPRINGS.CA 92262 6249 Item# $8195 282035 $2,62152 . 449092-NEW METER&SERVICE Previous Payment $0 s Ehtlosed are 2 copies of our invoice.Please.retum I copy of the invoice with your payment *Final electricd inspection from the local governmental building and safety department must be received before we can energize your service. . *All prices are applicable for a period of 90 days from this date and are subject to change thereafter. *An Edison Inspector must approve all underground systems.,Please call your designated inspector 48 hours prior to . construction to schedule an inspection. +Call the Edison company at 1-80MS5.4555 io make application for electrical service. Invoice Total $2,623.52 Please detach and return payment stub with payment Payment Please pay total amount now due: Emil,, $2;621-52 Stub Invoice#: 83813 Thank you for paying promptly Make check payable to Southern California CITY OF PALM SPRINGS Edison 3200 E TA14QIATZ CANYON-WAY . 36100 CATHEDRAL CANYON DRIVE PALM.SPRINGS CA 92262 6959 CATHEDRAL CITY CA 92234