HomeMy WebLinkAbout6/16/2010 - STAFF REPORTS - 2.R. �0 pALM S0P
P.
tJ N
RPORAT'V
�Q``�nR��P City Council Staff Re ort
Date: June 16, 2010 CONSENT CALENDAR
Subject: AWARD OF CONTRACT FOR THE CITY HALL EMERGENCY
GENERATOR REPLACEMENT, CITY PROJECT 10-03
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
The existing emergency generator for City Hall provides back-up power only for the
Emergency Operations Center (EOC), and is 47 years old, and undersized for the
electrical demands of today. The City has been pre-approved for a 50% matching
Emergency Management Performance Grant (EMPG) for purchase and installation of a
new emergency generator to power all of City Hall. Award of this contract will allow staff
to proceed with this project.
RECOMMENDATION:
1) Approve Agreement No. in the amount of $67,000 with Advanced Energy
Design, Inc., for the City Hall Emergency Generator Replacement, City Project
10-03; and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The City of Palm Springs EOC requires a new emergency generator. The original
generator does not have the capacity to provide adequate emergency electrical power
to the EOC and there is no emergency power for the rest of City Hall. The EOC was
constructed in 1963 with a Civil Defense grant that also helped build the County EOC in
Riverside and alternate EOC in Indio.
If the electrical service to City Hall is interrupted for any reason, operations within the
building would be significantly compromised due to the lack of adequate emergency
back-up power. The City has removed and replaced the original underground fuel tank
and the existing above ground fuel tank is code compliant and does not need to be
replaced. Numerous critical Department Operating Centers (DOC's) are located within
City Council Staff Report
June 16, 2010 - Page 2
City Hall Emergency Generator Replacement (CP 10-03)
City Hall and are required to be operational during a major incident to support response
and recovery efforts.
On May 19, 2010, the City Council approved the purchase of a new diesel generator
which will provide sufficient emergency power to the City EOC and the remainder of City
Hall, including the heating and air conditioning (HVAC) systems. The existing generator
is 47 years old and undersized for electrical demands in the EOC. For example, only
1/3 of the lights and electrical outlets in the EOC are powered by the generator. Also,
the EOC HVAC system does not have back-up emergency power.
Providing emergency back-up electrical power to City Hall with this new generator will
allow all of City Hall to have emergency power. Providing power to the HVAC system,
lights, computers, TV's, wall outlets, emergency radios, offices and conference rooms is
critical to maintain Continuity of Government and Coordination of Law, Fire, Public
Works, Management, Logistics, Finance, Public Information Officer (PIO), and Legal
during large scale emergencies.
Because the Airport also relies on the EOC for the coordination of incidents, the
Executive Director concurs that some of the costs of this replacement should be shared
with the enterprise account of the Airport Department.
The Public Works and Engineering Department prepared plans and specifications for
installation of the new generator, which includes construction of new electrical conduit
and equipment to convey electrical power from the new generator to the existing
electrical panel inside City Hall. A new 8 feet high masonry block wall will be
constructed around the new generator, which is to be installed adjacent to the above
ground fuel tank on the north side of City Hall. On June 8, 2010, the Historic Site
Preservation Board reviewed the proposed alterations to City Hall (given its designation
as a Class 1 Historic Site), and recommended approval of the modifications.
On May 14 and 21, 2010, the project was advertised for bids, and at 3:00 p.m. on June
14, 2010, the Procurement and Contracting Division received construction bids from the
following contractors:
1. Advanced Energy Design, Inc.; Orange, CA: $67,000
2. Global Power Group, Inc.; Del Mar, CA: $71,221.37
3. CHI Construction; Anaheim, CA: $72,787
4. La Salle Lighting Services; Cathedral City, CA: $77,777
5. Native Electrical Construction, Inc.; Ramona, CA: $91,637
6. Brudvink, Inc.; Palm Springs, CA: $109,800
7. W.B. Walton Electric; Riverside, CA: $138,400
City Council Staff Report
June 16, 2010 - Page 3
City Hall Emergency Generator Replacement(CP 10-03)
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub-contract the supply
of materials and equipment to local business enterprises and to sub-contract services to
businesses whose work force resides within the Coachella Valley; submission of good
faith efforts is required. However, in accordance with the exceptions in the Code, given
the federal funding associated with the Emergency Management Performance Grant
(EMPG) for this project local preferences are not allowed, and the provisions of the
City's Local Business Preference Program were not included in the bid.'
The Engineer's estimate for this project was $65,000. The company is a California
corporation, and its principal officers are Charles Randolph, Leonard Barth, and
Jonathon Sudduth.
FISCAL IMPACT:
The City has been pre-approved for reimbursement up to $75,000 from the 2009
Emergency Management Performance Grant (EMPG). The $75,000 is a 50% matching
grant towards purchase and installation of the new generator. The local 50% match is
being provided through capital funds budgeted by the Airport. Sufficient funding is
available in the Airport Special Capital Project account 415-6500-53051 (City Hall
Generator).
SUBMITTED:
Prepared by: Recommended by:
Marcus L. Fuller David J. Barakian
Assistant Director of Public Works irector of Public Works/City Engineer
Approved by:
r
�. 1 �
�Q
Thomas J. Wigon, Asst. City Manager David H. Ready ager
Attachments:
1. Agreement
' The primary basis behind the prohibition of local hiring preferences is that they are
inconsistent with the principles of free and open competition, which is required in the
federal-aid program pursuant to federal law found at 23 USC 112, "Letting of Contracts".
F VALMS..
4�
4 N
e eS
•C "e.o.nno' p.
a City Council Staff Repo
Date: June 16, 2010 CONSENT CALENDAR
Subject: AWARD OF CONTRACT FOR THE CITY HALL EMERGENCY
GENERATOR REPLACEMENT, CITY PROJECT 10-03
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
The existing emergency generator for City Hall provides back-up power only for the
Emergency Operations Center (EOC), and is 47 years old, unreliable and undersized
for the electrical demands of today. The City has been pre-approved for a 50%
matching Emergency Management Performance Grant (EMPG) for purchase and
installation of a new emergency generator to power all of City Hall. Award of this
contract will allow staff to proceed with this project.
RECOMMENDATION: -
1) Approve Agreement No. in the amount of $ with
, for the City Hall Emergency Generator Replacement, City
Project 10-03; and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The City of Palm Springs EOC requires a new emergency generator. The original
generator does not have the capacity to provide adequate emergency electrical power
to the EOC and there is no emergency power for the rest of City Hall. The EOC was
constructed in 1963 with a Civil Defense grant that also helped build the County EOC in
Riverside and alternate EOC in Indio.
If the electrical service to City Hall is interrupted for any reason, operations within the
building would be significantly compromised due to the lack of adequate emergency
back-up power. The City has removed and replaced the original underground fuel tank
and the existing above ground fuel tank is code compliant and does not need to be
replaced. Numerous critical Department Operating Centers (DOC's) are located within
ITFAn NO. /� .
City Council Staff Report
June 16, 2010- Page 2
City Hall Emergency Generator Replacement(CP 10-03)
City Hall and are required to be operational during a major incident to support response
and recovery efforts.
On May 19, 2010, the City Council approved the purchase of a new diesel generator
which will provide sufficient emergency power to the City EOC and the remainder of City
Hall, including the heating and air conditioning (HVAC) systems. The existing generator
is 47 years old and unreliable and undersized for electrical demands in the EOC. For
example, only 1/3 of the lights and electrical outlets in the EOC are powered by the
generator. Also, the EOC HVAC system does not have back-up emergency power.
Providing emergency back-up electrical power to City Hall with this new generator will
allow all of City Hall to have emergency power. Providing power to the HVAC system,
lights, computers, TV's, wall outlets, emergency radios, offices and conference rooms is
critical to maintain Continuity of Government and Coordination of Law, Fire, Public
Works, Management, Logistics, Finance, Public Information Officer (PIO), and Legal
during large scale emergencies.
Because the Airport also relies on the EOC for the coordination of incidents, the
Executive Director concurs that some of the costs of this replacement should be
absorbed out of the enterprise account of the Airport Department.
The Public Works and Engineering Department prepared plans and specifications for
installation of the new generator, which includes construction of new electrical conduit
and equipment to convey electrical power from the new generator to the existing
electrical panel inside City Hall. A new 8 feet high masonry block wall will be
constructed around the new generator, which is to be installed adjacent to the above
ground fuel tank on the north side of City Hall. On June 8, 2010, the Historic Site
Preservation Board reviewed the proposed alterations to City Hall (given its designation
as a Class 1 Historic Site), and recommended approval of the modifications.
On May 14 and 21, 2010, the project was advertised for bids, and at 3:00 p.m. on June
14, 2010, the Procurement and Contracting Division received construction bids from the
following contractors:
1.
2.
3.
4,
5.
6.
7.
8.
City Council Staff Report
June 16, 2010 - Page 3
City Hall Emergency Generator Replacement(CP 10-03)
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub-contract the supply
of materials and equipment to local business enterprises and to sub-contract services to
businesses whose work force resides within the Coachella Valley; submission of good
faith efforts is required. However, in accordance with the exceptions in the Code, given
the federal funding associated with the Emergency Management Performance Grant
(EMPG) for this project local preferences are not allowed, and the provisions of the
City's Local Business Preference Program were not included in the bid.'
The Engineer's estimate for this project was $65,000. The company is a
and its principal officers are
FISCAL IMPACT:
The City has been pre-approved for reimbursement up to $75,000 from the 2009
Emergency Management Performance Grant (EMPG). The $75,000 is a 50% matching
grant towards purchase and installation of the new generator. The local 50% match is
being provided through capital funds budgeted by the Airport. Sufficient funding is
available in the Airport Special Capital Project account 415-6500-53051 (City Hall
Generator).
SUBMITTED:
Prepared by: Recommended by:
j.me L
Marcus L. Fuller David J. Barakian
Assistant Director of Public Works Director of Public Works/City Engineer
Approved by:
Thomas J. Wilson, Asst. City Manager David H. Ready, Cit er
Attachments:
1. Agreement
The primary basis behind the prohibition of local hiring preferences is that they are
inconsistent with the principles of free and open competition, which is required in the
federal-aid program pursuant to federal law found at 23 USC 112, "Letting of Contracts".
3
AGREEMENT
THIS AGREEMENT made this day of in the
year 2010, 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
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:
CITY HALL EMERGENCY GENERATOR REPLACEMENT
CITY PROJECT NO. 10-03
The Work is generally described as follows:
Replacement of the emergency generator at the Palm Springs City Hall. The work includes
removal of the existing generator; installation of the new 500 KW 1000 AMP Generator
and transfer switch (provided by the City); installation of pull box and conduits to connect
the new generator to the new transfer switch and to the existing main panel; and all
appurtenant work.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of requiring
any such proof, the City and the Contractor agree that as liquidated damages or delay
(but not as a penalty), the Contractor shall pay the City the sum of $690.00 for each
calendar day that expires after the time specified in Article 2, herein.
CITY HALL EMERGENCY GENERATOR REPLACEMENT AGREEMENT FORM4
CITY PROJECT NO. 10-03 AGREEMENT AND BONDS- PAGE 1
05/06/2010
ARTICLE 3 -- CONTRACT PRICE
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).
ARTICLE 4 --THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of
Prevailing Wages, 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, the Drawings, Addenda numbers
to , 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 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the Engineer 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 wham 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 Caltrans Standard Specifications
and the Special Provisions will have the meanings indicated in said Standard
Specifications and 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.
CITY HALL. EMERGENCY GENERATOR REPLACEMENT AGREEMENT FORM �•.
CITY PROJECT NO. 10 03 AGREEMENT AND BONDS - PAGE 2
05/05/2010
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.
ATTEST: CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL:
CALIFORNIA
Minute Order No. Date
By
City Clerk
Agreement No.
APPROVED AS TO FORM:
By
City Attorney
Date
CONTENTS APPROVED:
By
City Engineer
Date
By
City Manager
Date
CITY HALL EMERGENCY GENERATOR REPLACEMENT AGREEMENT FORM r
CITY PROJECT NO. 10-03 AGREEMENT AND BONDS- PAGE 3 O
05/0612P70
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_Corp
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 fallowing: Chairman of the space by one of the fallowing: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of L.I State of C
County of Jss County of 1 Is$
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:
CITY MALL EMERGENCY GENERATOR REPLACEMENT AGREEMENT FORM
CITY PROJECT NO, 10-03 AGREEMENT AND BONDS - PAGE,p�
05/06/2010