HomeMy WebLinkAbout10/20/1999 - STAFF REPORTS (10) DATE: October 20, 1999
TO: City Council
FROM: Director of Facilities Maintenance via Director of Aviation
APPROVE LIST OF PRE-QUALIFIED GENERAL CONTRACTORS TO PARTICIPATE IN
STEP II A OF CITY PROJECT 99-04, RESIDENTIAL SOUND INSULATION PROGRAM,
PHASE II
RECOMMENDATION:
It is recommended that City Council approve nine pre-qualified general contractors; T&M
Construction, Commercial Diversified, Chegwin Construction, Inc., Low Mountain
Construction,Inc.,Great West Contractors,Inc., West Coast Contractors,Inc.,Reza,Inc.,
Matrix Industries,Inc.,and Valpy Construction,to bid in Step RA of the Residential Sound
Insulation Program(RSIP-City Project 99-04);and authorize staffto issue the invitation For
Bid- Step RA Document to the pre-qualified General Contractors.
BACKGROUND:
The purpose ofthe Palm Springs International Airport Residential Sound Insulation Program
(RSIP) is to mitigate aircraft noise. The work, which is divided into phases, consists of
insulating single family residential homes within the 65 CNEL (Community Noise
Equivalency Level) noise insulation program boundary. All homes identified for this
Program are within the City of Palm Springs.
On November 4, 1998,with Airport Commission concurrence, City Council adopted MO
6267 approving a standard Contract Service Agreement for Residential Sound Insulation
Project(RSIP)Phase II consulting services for 37 single family dwelling units with C.Kell-
Smith&Associates in an amount of$401,940.00.
The FAA has appropriated$2,000,000 under FY 1997 AIP funds for PSP sound insulation
projects. Phase II RSIP is 90%funded by the FAA with the remaining 10•/6 funded from the
Airport for a total project amount of$2,200,000.00.
With FAA approval, staff selected a two step process for developing the contract for this
work. Step I is a"Request for Qualifications and Information",detailing the qualifications
Of the Offerors for the general construction of Phase II. A Review Panel evaluated the
Offeror's qualifications and ability to perform the work. No pricing information was
required nor was submitted for Step I of this two step process. Only those Offerors
submitting Step Ipposals and found qualified by the City are eligible to submit bids in Step
RA. Step II bids will be evaluated on a standard competitive sealed bid basis. All Step II
submittals will be reviewed and analyzed by City staff and project consultants for compliance
with the Invitation for ProposaUBid Specifications and acceptable engineering standards.
Final award of the contract(if any)will be made by the Palm Springs City Council based on
the lowest responsive and responsible bid.
Step I,Request for Statements of Qualifications and information,(CP99-04) was advertised
in the Desert Sun on September 81 and 141"with a closing date of October r, 1999 at 5:00
P.M. local time. A total of nine(9)proposals were received by the closing date as follows:
T&M Construction, Commercial Diversified, Inc., Chegwm Construction, Inc., Low
Mountain Construction, Inc., Great West Contractors, Inc., West Coast Contractors, Inc.,
Reza,Inc.,Matrix Industries,Inc.,and Valpy Construction.
49 Ia
PAGE 2 -
APPROVE LIST FOR RSIP,PHASE 11
CP 99-04
The Qualification Review Panel reviewed the Statements of Qualifications and Information
to determine the acceptability of responding Offerors to construct the sound insulation
improvement to up to approximately 37 single family residential homes. The Qualification
Review Panel evaluated the submittals based on the following criteria:
Offeror's experience on projects of similar or greater magnitude.
References
Qualifications of Superintendent and project team
Staff professional capabilities
Offeror's financial status
Project development and management plan
Summary of qualifications to carry out the project
The Review Panel recommends that all nine General Contractors be pre-qualified to
participate in Step IIA and authorize staff to publish and solicit the Invitation for Bids-Step
U.
Federal requirements do not allow any form of local preference to be utilized in selection of
the General Contractor for this project. However, competitive market conditions should
favor valley subcontractors and suppliers over those from outside the area because of their
proximity to the work site.
The list of eligible General Contractors approved by City Council will be advertised in the
Desert Sun and sent to valley sub-contractors and suppliers who are on the City bid list.
Qi,(ti. Q�r1 rJ�WJ
Director,Facilities Maintenance JERI DLE
Director of Aviation
APPROVED:7
p VED: +t--PJC - 1
HAROLD E. GOOD
Procurement Manager
City 14ana ger
ATTACHMENT: Resolution
APPROVED:
PROOF OF PUBLICATION This is specrfor County Clerk's filing Sump
(20I5.5.C.C.P)
3�28� en
D
aE.GE1Vti�
c/IY GV�Q
STATE OF CALQ+ORNIA
Couty otRlverside
I am a dilate of the United States and a resident of Prootot Pablicadoa of
the County afermaid;I am over the age of eighteen
years,and not a party to or interested to the No.35W OrrY
above•eadded matter.I am the principal derk of a
OF
printer of the,DESERT SUN PUBLIBAING aPiINirrE 0 a
COMPANY a nlNfpaper of general drcaledolk APPROW NO AWARD
printed and ppoblisbld is the city of Palm Spris;a, OF BID FOR ciTv
County of ltiverdde,and which newspaper has been PRorEGr ire oa Itta;l-
adjudged a newspaper of general dreatada by the SU1.A WN OGRAM
Saperfor Court of the County of Riverside,Steak of �M�TS T
C fforota under the date of March U,198L Cut CONSTRU TION.
Number 191236;that the notice,of which the E�1nCHA MAN A N 1
aalel:ed is a printed copy tact to type not smaller OR t cAUFORHIA.
than non pariei,has been published to aeh regular As BOWEST Ru-
aad afire Issue of said a and not a as aPON9t9n 1WM IN
exspaPer Y HE AMOUNT OFI
supplement thereof on the following date;to wit. 1 7�sREBY
1 H e M CERTIFY
that this i o der
bid
December 21st to ity m act 9e�04
labon Pr am (R81%
Phase II Tor 37 home$
to T a M Construction.
10931 Chapman Ave-
M lathe year 1999 nue Go Caliiomlee. as theefeloWe-
eat. responsive bidder
I ar*(or declare leader a of a that the in the amount of
1 penalty perjury $717.a28.00 Wes
foregoing it trne and arrea G adopted by the C
Council the y
Dated at Palm Spcings,CaCalifornia.tkb 27th y Palm sprin nas aCadlitor-
December of ho ab.°r 19a91.sth a of
et i\- Dec. A lc Ca�v�•f°rl
PUB: Dew. 21. 1999
Signature
A-)
Cx f 24P�4�Y
CP99-04 Step I,Residential Sound Insulation Program
Proposals received from the following General Contractors:
T&M CONSTRUCTION
10931 CHAPMAN AVENUE
GARDEN GROVE, CA 92840
ATTN: TERRY TSETSERIS,OWNER
(714)534-7288
FAX: (714) 534-7782
COMMERCIAL DIVERSIFIED,INC.
72033 TWENTYNINE PALMS HIGHWAY
TWENTYNI NE PALMS, CA 92277
ATTN:RICHARD COBALIS,PRESIDENT
(760)367-6104
FAX: (760)367-6860
CHEGWIN CONSTRUCTION,INC.
1141 CAMPBELL AVENUE
SAN JOSE, CA 95126
ATTN: DENNIS CHEGWIN,PRESIDENT
(408)246-9500
FAX: (408)246-9231
LOW MOUNTAIN CONSTRUCTION,INC.
4020 N. 20TM STREET,#100
PHOENIX,AZ 85016
ATTN:ARTHUR D. CASE,VICE PRESIDENT
(602)265-2201
FAX: (602)265-7883
GREAT WEST CONTRACTORS,INC.
4562 E. EISENHOWER CIRCLE
ANAHEIM,CA 92807
ATTN: RICHARD G.WOLFINGER,PRESIDENT
(714)777-0977
FAX: (714)777-0978
WEST COAST CONTRACTORS,INC.
2320 COURAGE DRIVE,SUITE I I I
FAIRFIELD,CA 94533
ATTN:BRUCE W.FISHER,PRESIDENT
(707)435-1000
FAX: (707)435-1010
REZA,INC.
14545 VALLEY VIEW STREET, SUITE S
SANTA FE SPRINGS, CA 90670
ATTN: JOB MORALES,PRESIDENT
(562)407-3474
FAX: (562)407-3472
MATRIX INDUSTRIES,INC.
16743 %2 S.PARKSIDE AVENUE
CERRITOS,CA 90703
ATTN:LARRY LARKIN,PRESIDENT
(562)404-0922
FAX:(562)404-4546
VALPY CONSTRUCTION
3011 HUCKLEBERRY DRIVE
CORONA,CA 91720
ATTN:ELMER R.VALPY,DBA
(909)738-9323
FAX: (909) 738-9324
t
CITY OF PALM SPRINGS, CALIFORNIA
NOTICE TO CONTRACTORS
INVITATION FOR PROPOSALBID
Palm Springs International Airport
Residential Sound Insulation Program, Phase II
CITY PROJECT#99-04 (STEP I)
AIP PROJECT#3-06-0181-23
SEALED RESPONSES TO INVITATIONS TO SUBMIT "STATEMENTS OF
QUALIFICATIONS AND INFORMATION — STEP I" of a two-step ProposaUBid process
will be received until (5:00 p.m., [local time] October 7, 1999)at the Office of the Procurement
Manager, 3200 E. Tahquitz Canyon Drive, Palm Springs, California, after which time they will
be publicly opened and the names of all Offerors submitting proposals will be read aloud.
Following public opening, responses will be evaluated for qualifications to perform the
following work:
SCOPE OF WORK: The purpose of the Residential Sound Insulation Program is to mitigate
aircraft noise. The work, which is divided into phases, consists of insulating single family
residential homes within the proximity of the Palm Springs International Airport. All homes
identified for this Program are within the City of Palm Springs.
STEP IIA: The work consists of sound insulating approximately 37 single family
residential homes The work shall include generally the replacement of windows, exterior doors
(with hardware), providing attic insulation, gable vent baffles, chimney dampers and
miscellaneous HVAC acoustic modifications.
STEP 11B: The work consists of sound insulating approximately 80 single family
residential homes. The work shall include generally the replacement of windows, exterior doors
(with hardware), providing attic insulation, gable vent baffles, chimney dampers and
miscellaneous HVAC acoustic modifications.
LOCATION OF THE WORK: The work to be performed hereunder is located within the City
of Palm Springs. Specifically, the location of the work is located in an area generally bounded
by Racquet Club Road, Sunrise Way, Vista Chino, Viminal Road and San Juan Road.
CITY OF PALM SPRINGS,CALIFORNIA
NOTICE TO PRE-QUALIFIED GENERAL CONTRACTORS
INVITATION FOR BID
Palm Springs International Airport
Residential Sound Insulation Program,Phase U
CITY PROJECT#99-04(STEP II)
AIP PROJECT#3-06-0181-23
NOTICE IS HEREBY GIVEN that sealed bids will be received from pre-qualified General
Contractors at the office of Harold E. Good, CPPO, Procurement Manager of the City of Palm
Springs, California, for the Residential Sound Insulation Program, Phase II, and all appurtenant
work, in strict accordance with the Contract Documents on file at the Office of the Procurement
Manager of the City of Palm Springs. Bids will only be accepted from General Contractors
previously pre-qualified under Step I-Request for Statement of Qualifications and Information.
LIST OF PRE-QUALII'IED GENERAL CONTRACTORS — The following list of general
contractors identifies the only general contractors eligible to bid this project,said contractors having
successfully completed Step I of the two-step LW process. Contact information is provided
for the benefit of potential subOrs and suppliers:
C hegwin Construction,Inc. Msitdmt Induatiiest Inc
1141 C m4"Avenue 167'43;tls PauI&W Av�mme
San Jose,CA 95120
Phone:(408)246-9500
Fax:(408)246-9231
Commercial Diversified,Inc. Rem,Ir
72033 Twentynine Patens highway. 14545 Valley View Street,Suite"S"
Twentynine)3PWms6 C 0 92277 �F(�Springs,CC n90670
Phone.(760Fax:(760)367-6860 Fax:(562)407-3474
Great West Contractors,hr. T&M Construction
4562 East Eisenhower Circle 10931 Chapman Avenue
Anaheim,CA 92807 Garden Grove,CA 92840
Phone:(714)7774)977 Phone:(714)534-7288
Fax:(714)777-0978 Fax:(714)534-7782
Low Mountain Construction,Inc. West Coast Contractors,Inc.
4020 North 20"Street,Suite 100 2320 Courage Drive,Suite I I I
Phoenix,AZ 85016 Fairfield,CA 94533
Phone:(602)265-2201 Phone:(707)435-1000
Fax:(602)265-7883 Fax:(707)435-1010
DATE OF OPENING BIDS-Bids will be received at the Office the Procurement Manager of the
City of Palm Springs, California,until 2:00P.M.,local time on Tuesday, November 30, 1999, at
which time they will be opened and read aloud.
ld1d I��
MEMORANDUM RE:ffEM 9
DATE: October 20, 1999
TO: City Council
FROM: Procurement Manager
REMOVE VALPY CONSTRUCTION FROM LIST OF PRE-QUALIFIED GENERAL CONTRACTORS-
ITEM 8
At the time the staff report was submitted for Item 8,it appeared that all nine contractors submitting Step I
Pre-Qualifications would be recommended.
There were concerns that one contractor, Vaply Construction, supplied incomplete information in three
required areas:
1. Bonding capacity
2. Documentation of having successfully completed projects of similar size and scope
3. References
The firm was contacted and invited to submit information correcting these deficiencies. They did supply
additional information,but the evaluation committee unanimously feels that the revised information does not
cover the deficiencies.
The situation was reviewed with the City Attorney who supports the staff recommendation that Vappy
Construction not be pre-qualified to bid on this project.
This recommended action in no way should be interpreted as a negative finding regarding the integrity,skills
or quality of Vappy Construction. It is simply a declination to pre-qualify them forthis specific project which
requires proof of capacity to complete the project within the required time lines and manage the time
individual Palm Springs homeowners involved in the project will be inconvenienced by the sound insulation
construction.A revised Resolution is provided.
4w� £
HAROLD E.GOOD
Procurement Manager
HEG:psh
Y
DATE: October 20, 1999
TO: Councilmember Deyna Hodges
FROM: Harold Good,Procurement Manager
SUBJECT: ITEM EIGHT ON 10-20-99 COUNCIL AGENDA
I understand that you need to know ifyou have a potential conflict or interest in consideration ofthis
item,Item 8-Approve List of Pre-qualified General Contractors.
There is only one contractor who responded from this general area,Commercial Diversified from
Twenty-nine Palms. All other contractors who responded are from outside the area.
As an aside,it should be noted that contractors looking for this type of project are usually located
near a large city where projects involving remodel of 40-80 homes with a short tune-frame are more
common.
Thank you.
HAROLD E.GOOD
Procurement Manager
HEG:psh
RESOLUTION NO. 19671
OF THE CITY COUNCIL OF THE CITY OF PALM
SPRINGS, CALIFORNIA, APPROVING EIGHT PRE-
QUALIFIED GENERAL CONTRACTORS: T&M
CONSTRUCTION, COMMERCIAL DIVERSIFIED;
CHEGWIN CONSTRUCTION,INC.;LO W MOUNTAIN
CONSTRUCTION, INC.; GREAT WEST
CONTRACTORS, INC.; WEST COAST
CONTRACTORS, INC.; REZA, INC., AND MATRIX
INDUSTRIES, INC., TO BID IN STEP HA OF THE
RESIDENTIAL SOUND INSULATION PROGRAM
(RSIP-CITY PROJECT 99-04), AND AUTHORIZING
STAFF TO ISSUE THE INVITATION FOR BID-STEP
IIA DOCUMENT TO THE PRE-QUALIFIED GENERAL
CONTRACTORS.
NOW THEREFORE BE IT RESOLVED by the City Council of the City of Palm Springs, California, as
follows:
Section 1 Approving eight pre-qualified General Contractors: T&M Construction; Commercial
Diversified; Cbegwin Construction, Inc.; Low Mountain Construction, Inc.; Great West
Contractors,Inc.;West Coast Contractors,Inc.;Reza Inc.,and Matrix Industries,Inc.,to
participate in Step IIA ofthe Residential Sound Insulation Program(RSIP-City Project 99-
04).
Section 2. Authorizing staff to issue the Invitation For Bid- Step RA document to the pre-qualified
General Contractors.
ADOFTEDTHIS 20thDAYOF October , 1999.
AYES: Councilmembers Barnes and Reller-Spurgin
NOES: None
AB3ENT Councilmember Oden
ABSTAIN: Councilmember Hodges and Mayor Kleindienst
ATTEST: CITY OF PALM SPRINGS,CALIFORNIA
By
City Clerk \A City Manager
REVIEWED&APPROVED AS TO FORM �"
i
RESOLUTION NO.
OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS,
CALIFORNIA,APPROVING NINE PRE-QUALIFIED GENERAL
CONTRACTORS; T&M CONSTRUCTION; COMMERCIAL
DIVERSIFIED, CHEGWIN CONSTRUCTION, INC., LOW
MOUNTAIN CONSTRUCTION, INC., GREAT WEST
CONTRACTORS, INC., WEST COAST CONTRACTORS, INC.,
REZA, INC., MATRIX INDUSTRIES, INC., AND VALPY
CONSTRUCTION;TO BID IN STEP IIA OF THE RESIDENTIAL
SOUND INSULATION PROGRAM(RSIP-CITY PROJECT 99-04),
AND AUTHORIZING STAFF TO ISSUE THE INVITATION FOR
BID - STEP HA DOCUMENT TO THE PRE-QUALIFIED
GENERAL CONTRACTORS.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM SPRINGS,
CALIFORNIA,as follows:
SECTION 1. Approving nine pre-qualified General Contractors;T&M Construction,Commercial
Diversified,Chegwin Constructions,Inc.,Low Mountain Construction,Inc.,Great West Contractors,
Inc., West Coast Contractors, Inc., Reza Inc., Matrix Industries,Inc.,and Valpy Construction, to
participate in Step IIA of the Residential Sound Insulation Project(RSIP-City Project 99-04);
SECTION 2: Authorizing staff to issue the Information For Bid- Step HA document to the pre-
qualified General Contractors.
ADOPTED THIS day of , 1999.
AYES:
NOES:
ABSENT:
ATTEST: CITY OF PALM SPRINGS, CALIFORNIA
City Clerk City Manager
REVIEWED AND ADOPTED AS TO FORM:
1