cbever LY) \HILLS/ AGENDA REPORT

Similar documents
INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

NOTICE TO CONTRACTORS

BID PROPOSAL-REVISED

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

BOARD OF COUNTY COMMISSIONERS

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

OF AIRPORT COMMISSIONERS

REQUEST FOR PROPOSALS CLEANING SERVICES

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Meeting Date: May 3, anticipated that the bike share program of the City of Beverly Hills be rolled out on May 10, 2016.

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Contact Phone Number: (609) Fax: (609)

TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION #

AGENDA ITEM # 13A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 10, 2018

DOCUMENT ADVERTISEMENT FOR BIDS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

CITY OF BOISE. ACTION REQUIRED: Council Approval including Appropriation Reduction

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

MEETING DATE: November 12, 2013 SUBJECT: Accept Borden Road Bridge Improvement (CIP No )

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

Request for Proposals (RFP) Professional Consulting Services for: Green Infrastructure for Stormwater Plan. Proposals Due: Tuesday, July 3, 5:00 p.m.

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

SUPPLEMENTAL WASTE TRANSPORTATION AND DISPOSAL TERMS AND CONDITIONS

1. Claimant, Christina M. Faraday for her Claim in Arbitration against Respondents, and each of them, alleges as follows: PARTIES

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

City of Manassas, Virginia Joint Facilities Use Committee Meeting AGENDA. Joint Facilities Use Committee

CITY OF KELLER CONTRACT FOR LANDSCAPE ARCHITECTURE SERVICES FOR THE PORTAL SIGN CONSTRUCTION DOCUMENTS

ORDINANCE NO

CITY OF HOOVER, ALABAMA INVITATION TO BID

ORDINANCE WHEREAS, this Ordinance is consistent with the City of Winter Garden Comprehensive Plan; and

REPORT TO MAYOR AND COUNCIL

APPENDIX B: SAMPLE LETTERS OF SUPPORT

ELECTRONIC FAUCETS INSTRUCTION MANUAL. Toll Free: (800) Haul Road Wayne, NJ krowne.

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

Annual Fire Systems and Backflow Preventers Testing

Adopt-A-Community Garden Agreement

Florida Senate SB 982 By Senator Bennett

Attachment 5 -- PowerPoint. Item 6C- Attach 5- PPT Presentation Page 1 of 15

EAST BAY MUNICIPAL UTILITY DISTRICT

MEMORANDUM OF UNDERSTANDING LUCAS MUSEUM OF NARRATIVE ART RECITALS

a. Intrusion or Emergency/Panic: Call according to Alarm Response Contact Sheet attached as Exhibit 1.

EXHIBIT A BE IT ORDAINED BY THE MAYOR AND THE CITY COUNCIL OF THE CITY OF BELLEVUE, NEBRASKA.

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

Security Services Agreement

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

IC Chapter 6. Home Improvement Fraud

British Columbia Landscape Standard. Published by:

City of Sacramento City Council 915 I Street, Sacramento, CA,

City of Sacramento City Council 915 I Street, Sacramento, CA,

CHAPTER The title of P.L.1983, c.337 is amended to read as follows:

REQUEST FOR PROPOSAL. Grounds Maintenance

CITY OF VANCOUVER CORPORATE POLICY

The maximum amounts shown in the Engineer s Report for each of those categories for FY 2008/09 are as follows (per house/per year):

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

The Town Board of the Town of Vienna, County of Dane, State of Wisconsin, does ordain and adopt as follows.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CITY OF SAN MATEO ORDINANCE NO

CITY OF EAU CLAIRE, WISCONSIN REQUEST FOR PROPOSALS

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility

CITY OF ST. AUGUSTA STEARNS COUNTY MINNESOTA ORDIANCE NO AN ORDINANCE ESTABLISHING REGULATIONS FOR STORMWATER MANAGEMENT

SECTION REGULATORY REQUIREMENTS. A. Relationship between Code, Ordinances, Standards and Contract Documents

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

Chapter ALARM SYSTEMS

maintaining the health, safety and welfare of the citizens of the City and its visitors; and

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

ARTICLE I. IN GENERAL

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES

MCORE Agreement Letter of Understanding with Illinois American Water

Town of Borden-Carleton

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA

HONEYWELL INTERNATIONAL INC

AMENDMENT NUMBER 2 TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN URS CORPORATION GREAT LAKES AND THE CITY OF ANN ARBOR

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

Council of the City of York, PA Session 2008 Bill No. Ordinance No. INTRODUCED BY: Genevieve Ray DATE: November 18, 2008

OFFICE CONSOLIDATION

The Delivery, Installation, Removal and Disposal of Electric Water Heaters

CITY OF VACAVILLE PLANNING COMMISSION Agenda Item No. G. 1 STAFF REPORT August 4, Staff Contact: Tricia Shortridge (707)

Exemptions Interprofessional practice: Architects and engineers are exempt for work which is incidental to their practice.

Glenborough at Easton Land Use Master Plan

REPORT TO MAYOR AND COUNCIL

REPORT TO MAYOR AND COUNCIL

Protocol between Local Housing Authorities and Fire and Rescue Authorities to improve fire safety

DISTRICT OF PORT HARDY BYLAW A BYLAW TO ESTABLISH AND REGULATE THE DISTRICT OF PORT HARDY FIRE DEPARTMENT

Design Review Commission Report

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

REQUEST FOR QUALIFICATIONS

Agenda Repo~ ' TO: Honorable Mayor and City Council. FROM: Public Works Department RECOMMENDATION:

11 CONTRACT AWARD FOR SECURITY SERVICES

RECITALS. A public hearing was held on the day of, 2009, following due notice and advertisement of the text of the Ordinance.

1 of 1 DOCUMENT. NEW JERSEY REGISTER Copyright 2009 by the New Jersey Office of Administrative Law

CITY OF PALM BEACH GARDENS ORDINANCE NO. 12, 2002

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE

FORM A: PROPOSAL (See B10.2) 1. Contract Title INTEGRATED SOLID WASTE COLLECTION IN THE CITY OF WINNIPEG

Consent Agenda. Meeting of June 14,2018

Transcription:

cbever LY) \HILLS/ AGENDA REPORT Meeting Date: April 5, 2016 Item Number: D 20 To: Honorable Mayor & City Council From: Charles Ackerman, Associate Project Administrator Julio Guerrero, Contract Administrative Assistant Subject: APPROVAL OF THE AWARD OF A CONTRACT TO A.J. KIRKWOOD AND ASSOCIATES, INC. FOR THE FIRE ALARM SYSTEM RELATED TO THE BEVERLY-CANON PARKING STRUCTURE PROJECT; AND APPROVING PLANS AND SPECIFICATIONS THEREFOR; AND APPROVAL OF A PURCHASE ORDER IN THE AMOUNT OF $183,809.00 TO A.J. KIRKWOOD AND ASSOCIATES, INC. FOR THE CONTRACT WORK Attachments: 1. Form of Contract RECOMMENDATION It is recommended that the City Council approve the Award of a Contract to A.J. Kirkwood and Associates, Inc. for the Fire Alarm System for the Beverly-Canon Parking Structure Project, Bid No. 15-54, in the amount of $168,809.00; approve a construction contingency of $15,000.00 and delegate the authority to approve change orders to the Director of Public Works Services, as defined in the purchasing ordinance; approve the plans and specifications for the Project which are adopted and approved with respect to design criteria; and approve a purchase order in the amount of $183,809.00. INTRODUCTION The current fire alarm system at the Beverly-Canon parking facility located at 439 Canon Drive is no longer supported by the manufacturer and has become unreliable. The City has Gamewell fire alarm systems in all of their facilities except the Beverly/Canon structure. The proposed base bid contract work will furnish and replace the existing fire alarm system with a Gamewell Fire Alarm system that will connect directly to the City of Beverly Hills dispatch center thereby increasing safety and responsiveness to fire-related situations. 3/28/2016

A bid alternate was included for additional work related to the installation of CCTV cameras on all levels of the structure that will connect into the City s Municipal Area Network. DISCUSSION The project scope includes, without limitation, furnishing all necessary labor, materials, equipment and other incidental and appurtenant work necessary to: Furnish and install new Gamewell/FCI E3 fire alarm system and provide connection to the City of Beverly Hills 911 Dispatch Center. Install 32 IP HD security cameras, 8 on each level: P1, P2, P3 and P4, cameras furnished by City. CCW Equipment shall be protected via lockable cabinet along with two protective bollards at each location. Provide connection from the cameras to the City s Municipal Area Network system. The project bid documents were distributed to three firms to bid the project under the informal bidding process. On February 18, 2016, two bids were received. The bid results were as follows: Contractor Base Bid Alternate Total Bid JAM Fire Protection, Inc. 105,000.00 43,500.00 148,500.00 AJ Kirkwood and Associates, Inc. 115,635.00 53,174.00 168,809.00 HCI Electric No Bid Submitted The low bidder, JAM Fire Protection, Inc., subsequently requested to withdraw their bid due to a clerical error. The second low bidder A.J. Kirkwood and Associates, Inc. submitted a fully responsive bid, and as reported by the State Contractors Licensing Board, their license is current and in good standing. Review of the firm s references indicates that the firm has successfully executed similar work. Staff recommends that the base and alternate bid be accepted as the contract work. The total contract amount is $168,809.00. In addition, a contingency of $15,000.00 (approximately 10% of the contract amount) is recommended for changes due to unforeseen conditions to complete the work. The bid documents specify a 90 calendar day completion period for the work, resulting in completion of the project in late July 2016. FISCAL IMPACT The total contract amount of $183,809.00 (including the project contingency) has been budgeted for in the FY 15-16 Capital Improvement Program (CIP) budget approved by the City Council for the Parking Program Upgrades and Improvements, project #0786 and Community Security Enhancements, project #0342. 3/28/2016

George Chavez Approved By 3/28/2016

Attachment I 3/29/2016

CONTRACT CITY OF BEVERLY HILLS CONTRACT FOR FIRE ALARM SYSTEM FOR THE BEVERLY-CANON PARKING STRUCTURE THIS CONTRACT ( Contract ) is made and entered this day of 20_ ( Effective Date ), by and between the CITY OF BEVERLY HILLS, a California municipal corporation ( City ) and A.J. Kirkwood & Associates, Inc. ( Contractor ). Contractor s license number is 724633. In consideration of the mutual covenants hereinafter set forth, the parties hereto agree as follows: 1. Contract Documents. The Contract Documents consist of this Contract, the Notice Inviting Bids, Instructions to Bidders, Bid (including documentation accompanying the Bid and any post-bid documentation submitted before the Notice of Award), the Bonds, permits from regulatory agencies with jurisdiction, General Provisions, Special Provisions, Plans, Standard Plans, Standard Specifications, Reference Specifications, Addenda, Change Orders, and Supplemental Agreements. The Contract Documents are attached hereto and incorporated herein by reference. In the event of any conflict between the terms of this Contract and any incorporated documents, the terms of this Contract shall control. 2. Scope of Services. Contractor shall perform the Work in a good and workmanlike manner for the project identified as FIRE ALARM SYSTEM FOR THE BEVERLY CANON PARKING STRUCTURE ( Project ), as described in this Contract and in the Contract Documents. 3. Compensation. In consideration of the services rendered hereunder, City shall pay Contractor a not to exceed amount of one hundred sixty eight thousand eight hundred and nine dollars ($168,809.00) in accordance with the prices as submitted in Contractor s Proposal, attached hereto and incorporated herein by this reference. 4. Incorporation by Reference. All of the following documents are attached hereto and incorporated herein by this reference: Workers Compensation Certificate of Insurance; Additional Insured Endorsement (Comprehensive General Liability); Additional Insured Endorsement (Automobile Liability); and Additional Insured Endorsement (Excess Liability). 5. Antitrust Claims. In entering into this Contract, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Contract. This assignment shall be made and become effective at the time the City tenders final payment to Contractor without further acknowledgment by the parties. 6. Prevailing Wages. City and Contractor acknowledge that this Project is a public work to which prevailing wages apply. The provisions of Section 7,A. of the General Provisions shall apply and are mandatory for this Project. 7. Workers Compensation. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, by signing this Contract, the Contractor certifies as follows: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers 3/31/2016

compensation or to under take self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work of this Contract. 8. Titles. The titles used in this Contract are for convenience only and shall in no way define, limit or describe the scope or intent of this Contract or any part of it. 9. Authority. Any person executing this Contract on behalf of Contractor warrants and represents that he or she has the authority to execute this Contract on behalf of Contractor and has the authority to bind Contractor to the performance of its obligations hereunder. 10. Entire Agreement. This Contract, including any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Contract may not be modified or amended, nor any provision or breach waived, except in a writing signed by both parties which expressly refers to this Contract. 11. Counterparts. This Contract may be executed in counterpart originals, duplicate originals, or both, each of which is deemed to be an original for all purposes. IN WITNESS WHEREOF, the parties hereto have executed the Contract the day and year first above written. CITY OF BEVERLY HILLS JOHN A. MIRISCH, Mayor ATTEST: BYRON POPE, City Clerk Dated: A.J. KIRKWOOD AND ASSOCIATES, INC. Printed Name: Title: Printed Name: Title: 3/31/2016

Meeting Date: April 5, 2016 APPROVED AS TO FORM: APPROVED AS TO CONTENT: DAVID M. SNOW Interim City Attorney MAHDI ALUZRI City Manager GEORGE CHAVEZ Assistant City Manager/Director of Public Works Services KARL KIRKMAN Risk Manager 3/31/2016