Loading...
HomeMy WebLinkAbout12/15/1999 - STAFF REPORTS (20) DATE: December 15, 1999 TO: City Council FROM: Deputy Director of Aviation-Administration via Director of Aviation APPROVE AWARD OF BID FOR CITY PROJECT 99-04 RESIDENTIAL SOUND INSULATION PROGRAM RECOMMENDATION: It is recommended thatthe City Council award bidfor City Project 99-04 Residential Sound Insulation Program(RSIP)Phase II for 37 hones to T&M Construction, 10931 Chapman Avenue,Garden Grove,California in the amount of$717,428.00. BACKGROUND: The purpose of Palm Springs International Airport (PSP) RSIP is to mitigate aircraft noise as stipulated in the Airport's FAA P150 Noise Compatibility Program. On November 4, 1998,with Airport Commission concurrence, City Council adopted MO 6267 approving a standard Contract Service Agreement for RSIP Phase II consulting services for 37 single family dwelling units with C. Kell-Smith&Associates in an amount of$401,940.00. With FAA approval,staff selected a two step process for developing the contract for this work. Step I was a"Request for Qualifications and hnfonnation,"detailing the qualifications of the Offerors for thegeneral construction ofPhase ll. A Review Panel evaluated the Offerors'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 I proposals and found qualified by the City were eligible to submit bids in Step H. Step II bids were evaluated on a standard competitive sealed bid basis. All Step II submittals were reviewed and analyzed by City staff and project consultants for compliance with the Invitations forProposallBid Specifications and acceptable engineering standards. On October 20, 1999,City Council approved Resolution No. 19671 approving a fist ofpre-qualified general contractors eligible to participate in Step II of CP 99-04,RSIP Phase II. On November 30, 1999,four(4)out of eight(8)pre-qualified contractors submitted bids for(PSP) RSIP Phase II. The contractors and bid amounts were as follows: CONTRACTOR BID AMOUNT: T&MConstruction $ 717,428.00 Great West Contractors,Inc. $ 747,263.00 Low Mountain Construction,Inc. $ 866,344.00 Commercial LNversyled $1,112,000.00 The bid results indicated that T&M Construction was the lowest,responsive bidder. Per staff review and consultant reference checks,this company,whose principal/owner is Mr.Terry Tsetsems, is well qualified and experienced in sound insulation construction having performed various phases of work for residents nearby Los Angeles International Airport(LAX)and other locations. The contractorhas familiarized himselfwiththenatureandextentofthe contract documents,the work, the site, the locality where the work is to be performed,the legal requirements, and the conditions affecting cost, progress or performance of the work and has made other such independent investigations as necessary. The project construction schedule is estimated atone hundred and eighty (180)days upon receiving a Notice to Proceed. The FAA has appropriated$2,000,000.00 under Airport Improvement Program(AIP)Project No. 21 &23 for PSP's RSIP Phase II program. Phase H RSIP is 90%funded by the FAA with the remaining 100/a funded from the Airport. Funds are available in federal grant account 413-6600-56008;no general f tnd monies are impaled. lquak PAGE 2 AWARD OF BID,RSIP PHASE II CP 99-04 BARR)J9 TH Deputy Director ofAviation-Administration Approved: JEH I L.RIDDLE Director of Aviation HAROLD GOOD -� ip *jdy1} Procurement Manager Approved: atG City Manages. Attachment::: (1)Minute Order T&M Construction Residential Sound Insul Proj Phase II CONTRACT AGREEMENT CP99-04 ' AGREEMENT#4183 M06547, 12-15-99 Related RESIDENTIAL SOUND INSULATION PROJECT, PHAbo - CITr PROJECT NO. 99-04 FAA AIP NO. 3-06-0181-23 eF51-E S AGREEMENT, made and entered into this cry of , 19__J 4 , by and between the City of Palm Springs, California, Party of the First Part, and T & M Construction , Contractor, Party of the Second Part. WITNESSETH: Article 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said Party of the First Part, and under the conditions expressed in the bonds bearing even date to these presents and hereunto annexed, said Party of the Second Part agrees with said party of the First Part, at his or her own proper cost and expense, to do all the work and furnish all materials, except such as are mentioned in the specifications to be furnished by said Party of the First Part, necessary to complete in good workmanlike and substantial manner all of the work for: Improvements to Palm Springs International Airport Phase II, FAA AIP Project No. 3-06-0181-23, City Project No. 99-04, in accordance with the drawings, proposal, description of work, and special provisions therefor, and also in accordance with the technical specifications for this project, at the first publication of the Invitation for Bids, and all other codes and ordinances referred to and thereby made a part hereof. The limits and location of said work to be done is shown upon the City of Palm Springs Drawings entitled Residential Sound Insulation Improvements, Phase II, FAA AIP Project No. 3-06-0181-23, City Project No. 99-04, consisting of numbered sheets which said sheets are hereby made a part of this Agreement. Article 2. Said Party of the Second Part is responsible for furnishing all said materials and labor, furnishing and removing all plants, temporary work or structures, tools and equipment, and doing all the work contemplated and embraced in this Agreement; also, for all loss and damage arising out of the nature of the work aforesaid, DUPLICATE ORIGINAL 93 OF PALM Sp N City of Palm Springs ' ' Office of the City Clerk C•wino`• 3200 Tdpui[z Canyon way'Non Springs.Glifania 92262 '1 /FO RN\P TEL:(760)323.8204 •TDD:(760)864-9527 December 21, 1999 T&M Construction NOTICE OF AWARD 10931 Chapman Avenue Garden Grove, CA 92840 RESIDENTIAL SOUND INSULATION PROGRAM PHASE Us CP99-04, A4183: Enclosed for execution are one complete and four sets of the contract pages for the above work which was awarded by the City Council on December 15, 1999, by MimUe Order 6547, Agreement#4183,for$717,428. Please sign and return to this office together with: 1. Performaum Bond in the amount of$717,428. 2. Payment Bond in the amount of$717,428. 3. Certificates of Insurance, NAMING THE CITY OF PALM SPRINGS AS ADDITIONAL INSURED; a) Comprehensive General Liability with bodily injury, including completed operations, products liability, and wrongful death, $1,000,000 each occurrence; or an annual aggregate of$3,000,000; property damage including explosion, collapse, and underground coverages, $1,000,000 each occurrence; or annual aggregate of$1,000,00o, personal injury $1,000,000 annual aggregate, b) Automotive Liability, bodily injury including wrongful death, of$1,000,000 each person, and $3,000,000 each occurrence; and property damage of $1,000,000 each occurrence or combined single limit of $1,000,000, and c) Workers Compensation of statutory amount or minimum $1,000,000. d) Builders Risk 100% of Contract Price $717,428. It Is further required that the Insurance Certificate Cancellation Clause reads as follows: "Should any of the above described policies be cancelled before the a wkwon date thereof, the issuing company wdl mall 30 days written norke to the below-named cerdy ante holden;" 4. Notary, with appropriate acknowledgment forms on all signature pages, i.e., Agreement, Performance Bond and Payment Bond on all four(4)copies. The complete contract is for your SURETY, together with a copy of this letter. All documents are to be returned to this office by January 4, MK The CONTRACT and PERFORMANCE/PAYMENTBend will ted be da at the time it is executed on behalf of the City. 62 tI, ' -- PATRICIA A. SANDERS City Clerk Enclosures cc: Airport Surety Post Office Box 2743 0 Palm Springs, California 92263-2743 O� PALM Sp City of Palm Springs ' Office of the City Clerk RORAW 3200 7ihquim Gnyon Way•Pdm Spnngs.Gldornu 92262 Cq�/FOIL nL•(760)323.8204•TDD.(760)864-9527 January 7, 2000 T&M Construction 10931 Chapman Avenue Garden Grove, CA 92840 RESIDENTIAL SOUND INSULATION PROJECT PHASE Ut CP99-042 A4183 Enclosed is your Bid Bond issued from General Accident Insurance Company of America, in the sum of"ten percent of the total amount of the bid." Your copy of the executed contract is also included. Sincerely, PATRICIA A. SANDERS City Clerk Enclosure cc: Airport Finance Procurement Post Office Box 2743 0 Palm Springs, California 92263-2743 PUBLIC WORKS CONTRACTS BID RESULT CHECK LIST FOR CITY CLERK 4 OFFICE: p AGRi �'aMOtiFir?lI: i1.�_�} City Project No: C' P ! 9-0V Mo# '�'"� DATE Dates Published: 9�I o 19q {- V5//f9 a Iv O APP NOTICE Y a ❑ Bid Date & Time: ov 30- i9 gy A=oo RM PROJECT: As,, a •� d oi✓ /bCJ/G¢`f ✓Oc:ID,�' SUCCESSFUL: 1. 2. 7. 3. LAuJ 14nu, g, 4. t 8. p� 5. 10. (Nonn-re�spo�nsnre a WHY: CONTRACTOR BACKGROUND CHECK: Required? Y ❑ N ❑ pnAeH IFeNsI Affidavit of Non-Collusion Signed & Notarized? Y O N ❑ Information required of bidder page completed? Y O N ❑ Type & Amount of Insurance Required: 01Wf •asaas#X War" Contractors License No. Type(s) e 3r �6/ 46 Status Cu rr.Cd2J4.Z -No. of days to complete work of Working Calendar Estimated Start Data: ' j7tV, dO, a piO Estimated Completion Date: _ u __3_I. aark No. of days in which to execute contract after Noti Award (date City Clork transmits oontraca for 2. �� . .• Davis-Bacon Exhibits (speary Exhroita to beeco�r�s • tk conaaotorti i.7�FC/F/CdT/do(S • Any Addenda? Y N N ❑ No. Addenda Signed by Contractor? Y ON ❑ BONDS: - '1`11 ,, (074j/W-dro) PERFORMANCE BOND 96 BOND AV f4p %) CORRECTION REPAIR BOND— -& % BID BONDS: BLANK BID SPECS. Successful Bidder. 5urt-�++� j f 9p eE tM� CASHIER'S CHECK? N ❑ DEPOSITED IN T& A? Y ❑ N 19 Five (5) extra sets of bid Unsuccessful Bidders: specifications for contract execution CASHIER'S CHECKS? Y ❑ N 9 DEPOSITED IN T& A? Y ❑ N ®' Attached: Y ® N ❑ Which Contractor(s)• ❑ Provided Previously DO SPECS & AGREEMENT FORM REFERENCE: y Public Contracts Govemmerrc Code Sec. 22300 Y ® N ❑ / Labor Code 1777.5 Y ® N ❑ Labor Code 1776 Y N ❑ Caldomia Standard Specifications EDmoN Standafb Specifications for Public Works Constriction EDITION j DATE: 1211511,13r BY: DEPT- STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P. 0. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARD 832480000 CITY OF P14A SPRINGS OFFICE OF CITY CLERK POST OFFICE Box 2743 PALM SPRINGS, CA 92263-.2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE SEC. 1777.5 HAS BEEN AWARDED TO: 2. Name of General Contractor 3. Contractoes License Number T & M Construction 313447 4. Mall Address(Street Number or P.O.Box) 5. City/ 10931 Chapman Avenue Garden Grove 6. Zip Code 7. Talephone Number 92840 (714 )534-7288 S. Atltlress or Location of Public Works Site(Include City and/or county) 37 single family homes 9. Contract Or Protect Number 30. Dollar Amount of Contract Award CP99-04 A4183 S717,428.00 11. Starting Date(Estimated or Actual) 12. Completion Date(Estimated or Actual) 13. Number of Working Days MONTH DAY YEAR IUSK NUMNIK--- I MONTN — VRAM (USE HUMRRRS) 01 / 30 / 20001 1 14. Type of Construction(Highway,whool,ho,pital,etc.) 15. Residential Sound Insulation Program - Stani I I© NEW CONSTRUCTION ® ALTERATIONS 16. Classification or Type of workman(Carpenter.plumber,etc.) Replacing exterior doors, windows, providing attic insulation, gable vent baffles, chimney dampers, & miscellaneous HVAC acoustic modifications in up to 37 residences within proximity of Palm Springs Int'l Airport Residential Sound Insulation Program - Step II. 17. Is language included in the Contract Award to effectuate the provisions of Section 1777 5. as required by the Labor Code? . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 YES O No Is language included in the Contract Award to effectuate the provisions of Section 1776, as required by the Lab r Code? . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 YES 0 No e. Slgnatu 29. Title r /J 20. Date 9 27. r Typetl Name 22. TsL norM tuber 7 - (ZJ3—J'd(J Duplication of this form Is permissible. DAs 13(RV.7165) EXTRACT OF PUBLIC WORKS CONTRACT AWARD 1 MINUTE ORDER NO. 6 5 4 -7 APPROVING AWARD OF BID FOR CITY PROJECT 99-04 RESIDENTIAL SOUND INSULATION PROGRAM (RSIP) PHASE 11 FOR 37 HOMES TO T & M CONSTRUCTION, 10931 CHAPMAN AVENUE, GARDEN GROVE, CALIFORNIA, AS THE LOWEST, RESPONSIVE BIDDER IN THE AMOUNT OF$717,428.00. I HEREBY CERTIFY that this Minute Order approving award of bid for City Project 99-04 Residential Sound Insulation Program(RSIP)Phase H for 37 homes to T&M Construction, 10931 Chapman Avenue, Garden Grove,California,as the lowest,responsive bidder in the amount of$717,428.00 was adopted by the City Council of the City of Palm Springs, California, in a meeting thereof held on the 15th of December, 1999. Patricia A.Sanders City Clerk