HomeMy WebLinkAbout9/1/1999 - STAFF REPORTS (20) DATE: September 1, 1999
TO: City Council
FROM: Procurement Manager and Director of Aviation
RESCIND BID AWARD FOR RESTROOM REMODEL AT PALM SPRINGS
INTERNATIONAL AIRPORT(CP99-05)
RECOMMENDATION:
It is recommended that City Council rescind MO 6469(7/28/99)which approved the
conditional award of a contract to Commercial Diversified,Inc.,for restroom remodeling
at Palm Springs International Airport in the amount of$93,000.
BACKGROUND:
The award process was delayed due to the necessity to resolve a dispute as to whether the
low bid was responsive. The second low bidder had filed a letter of protest.
By the time the issues were resolved,insufficient time remained to secure the necessary
materials and complete the work prior to the start of the busy season at the airport.
Staff proposes to rebid this project next spring so the work can be performed during the
summer.
It is requested that City Council rescind the award and authorize release of bid bonds for
all competing firms.
* E-
HAROLD E. GOOD
Procurement Manager
APPROVED:
APPROVED:
Qtl 4ti 2, ddt
City Manager
JERI -RIDDLE
Director of Aviation
Attachment: Minute Order
188
CITY OF PALM SPRINGS
NOTICE INVITING BIDS
PALM SPRINGS INTERNATIONAL AIRPORT RESTROOM ALTERNATIONS
City Project No.99-05
N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Palm Springs International Airport
Restroom Alterations will be received at the office of the Procurement Manager at the City of
Palm Springs,California,until 2:00 p.m. on Tuesday,July 13, 1999,at which time they will be
opened and read aloud.
N-2 DESCRIPTION OF THE WORK: The Work comprises the remodel of two existing
restrooms in the main lobby of the Palm Springs International Airport including but not
necessarily limited to: partitions;new ceramic tile;removal and re-installation of plumbing
fixtures,miscellaneous plumbing work;new electrical light fixtures; and various other work.
N-3 AWARD OF CONTRACT: (a)The City reserves the right after opening bids to reject any
or all bids,to waive any informality(non-responsiveness)in a bid,or to make award to the
lowest responsive,responsible bidder and reject all other bids,as it may best serve the interest of
the City.
(b)As a condition of award,the successfid bidder will be required to submit payment and
performance bonds and insurance.
N-4 BID SECURITY: Each bid shall be accompanied by a certified or cashier's check or Bid
Bond in the amount of 10 percent of the total bid price,payable to the City of Palm Springs.
N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of
60 calendar days from the date of bid opening.
N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid
Class B Contractor's License at the time of submitting bids.
N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all
local funds and,as provided under City Charter,will NOT require compliance with the
prevailing wage requirements of the State of California.
N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of
payment due under the Contract documents from time to time,without retention of any portion of
the payment by the City,by depositing securities of equivalent value with the City in accordance
with the provisions of Section 22300 of the Public Contract Code.
1
tip t A--170-k
('0_21 ss
N-9 PRE-BID VISIT TO WORK SITE:Prospective bidders are required to attend a pre-bid
walk-through of the proposed work site and existing facilities which will be conducted by the
City at 2:00 p.m.on Thursday,July 1, 1999. Failure to participate in the pre-bid walk-through
will disqualify a bidder as non-responsive.
N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a)Contract
Documents may be inspected without charge at the office of the City Engineer, 3200 East
Tahquitz Canyon Way,Palm Springs,CA 92262.
(b)Complete sets of said Contract Documents may be purchased at fifteen dollars per
sent and are obtainable from the office of the City Engineer,3200 East Tahquitz Canyon Way,
Palm Springs,CA 92262. No refund will be made of any charges for sets of Contract
Documents.
(c)An additional fee of$15.00 will be charged for sets of documents sent by mail.
N-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed
and addressed to the City of Palm Springs,and shall be delivered or mailed to the Procurement
Manager at 3200 East Tahquitz Canyon Way,Pahn Springs,CA 92262. The envelope shall be
plainly marked in the upper left hand corner with the name and address of the Bidder and shall
bear the words"Bid For..."followed by the title of the Project and the date and hour of opening
Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with
the Bid.
BY ORDER OF THE CITY OF PALM SPRINGS
Date QegELZ Zr— 1999 City of Palm Springs
By:
SMOOT,A.A.E.
Assistant City Manager,Operations
2
MINUTE ORDER NO.
RESCINDING MO 6469(7/28/99)WHICH APPROVED THE
CONDITIONAL AWARD OF A CONTRACT TO COMMERCIAL
DIVERSIFIED,INC.,FOR RESTROOM REMODELING AT PALM
SPRINGS INTERNATIONAL AIRPORT IN THE AMOUNT OF
$93,000.
I HEREBY CERTIFY that this Minute Order rescinding MO 6469(7/28/99)which approved the
conditional award of a contract to Commercial Diversified,Inc., for restroom remodeling at Palm
Springs International Airport in the amount of$93,000, was approved by the City Council of the
City of Palm Springs, California,in a meeting thereof held on the I'day of September 1999.
PATRICIA A. SANDERS
City Clerk