Loading...
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