Loading...
HomeMy WebLinkAbout12/5/2012 - STAFF REPORTS - 2.L. VIUM Sp c V N x x Wye o9 w eroune c4` FOR % CITY COUNCIL STAFF REPORT DATE: December 5, 2012 CONSENT AGENDA SUBJECT: APPROVE THE PURCHASE AND INSTALLATION CONTRACT FOR NEW CARPET AT AIRPORT BONO CONCOURSE AND SECURITY CHECKPOINT FROM: David H. Ready, City Manager BY: Palm Springs International Airport SUMMARY The City Council will consider awarding the purchase and installation of new carpet in the Airport's Bono Concourse and Security Checkpoint areas. RECOMMENDATION: 1. Approve the purchase and installation of new carpet for the Airport's Bono Concourse and Security Checkpoint as specified in Invitation for Bids (IFB) #13- 02, to Del's Flooring Contractor's Inc. of Palm Desert, CA, in the amount of $157,016.95. 2. Authorize City Manager to execute all necessary documents, including the Purchase Order. STAFF ANALYSIS The Airport's Bono Concourse was constructed in the late 1990's and still has the original carpet in place. There are approximately 3,055 square yards of carpeting and it needs to be replaced with new carpeting of the same pattern and color. In addition to the Bono Concourse, the airport's security checkpoint's carpet will be replaced matching it to the color of the main terminal's carpeting which was installed new four years ago. The Procurement and Contracting Division worked closely with the Airport Staff to develop a specification for commercial grade carpet (including a requirement for an "equal or equivalent" replacement of the existing carpet for consistency), including professional installation, and conducted a formal solicitation through IFB #13-02. The ITEM NO. City Council Staff Report December 5, 2012 -- Page 2 Airport New Carpet Purchase and Installation Contract Award bid was publicly advertised, posted to the City's website, and notices distributed directly to interested vendors. The city received six (6) bids in response to the solicitation. Pursuant the bid requirements, the city would consider bids from vendors utilizing carpet manufacturers other than what was specified for the Bono Concourse in so far as the specifications and strike-off carpet sample provided were determined by the city to be "equal" or "equivalent". After careful review of the bids and samples submitted by the apparent low bidder and second low bidder, airport staff in concurrence with Procurement and the City Attorney determined that both bids were not "equal" or "equivalent" and were found non- responsive. Review of the bid and sample as provided by the third bidder were found responsive and met the bid specifications. Staff recommends the award of the purchase and installation of the carpet to Del's Flooring Contractors, locally based in Palm Desert, CA at the cost of$157,016.95. Vendor Price Quote Prestige Flooring Center $134,254.47 Carpet Empire Plus $148,620.21 Del's Flooring Contractor's $157,016.95 New Image Commercial Flooring $193,202.77 G&S Carpet Mills, Inc. $196,337.43 Universal Flooring Systems Inc. $212,031.00 FISCAL IMPACT There are funds available and budgeted in accounts 416 6501 56124; 416 6501 56143 and 415 6200 50000. Thomas Nolan, � Executive Director, Airport David H. Read;4ager Attachments: Del's Flooring Contractor's bid -- ------ - - - -- - I ATTACHMENT"A" IFB 13-02 SUPPLY AND INSTALL CARPET FOR PALM SPRINGS INTERNATIONAL AIRPORT BONO CONCOURSE AND SECURITY CHECK POINT *NOTE: THIS FORM MUST BE COMPLETED AND INCLUDED WITH YOUR BID* SIGNATURE AUTHORIZATION I i NAME OF PROPOSER/FIRM:�L�"P G1 CL�4GTt�RS �lE.. A. I hereby certify that I have the authority to offer this bid to a City of Palm Springs for the above listed individual or company. I certify that I have th ut rity to bind myselfRhis company in a contract should I be succes GNATURE A sty 29 �- PRINT NAME B. The following information relates to the legal contractor listed above, whether an individual or a company. Place check marks as appropriate: t. If successful, the contract language should refer to me/my company as: An individual; A partnership, Partners' names: A company; A corporation 2. My tax identification number is: p-5^b�rJ��9rJt'J ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space provided below, please acknowledge receipt of each Addendum: Addendum(s)# — re hereby acknowledged. 15 IFB 13-02 BID PROPOSAL PAGE(-REVISED-) SUPPLY AND INSTALL CARPET FOR PALM SPRINGS INTERNATIONAL AIRPORT BONO CONCOURSE AND SECURITY CHECK POINT COST BID—IFB 13-02—DUE: TUESDAY, OCTOBER 2. 2012 AT 3:00 P.M. LOCAL TIME Bidders' signed bid and written acceptance by the City shall constitute an agreement and has hereby agreed to all the terms and conditions set forth in all of the sheets which make up this invitation. All prices shall be F.O.B. Airport Operations, Palm Springs, California. Sales tax shall be shown as a separate line item at the rate of 8.76%. Responding to an Invitation For Bids to provide carpet installation at the Palm Springs International j Airport Bono Concourse and Security Check Point, the undersigned bidder agrees to fumish and deliver material in accordance with the specifications herein. I/WE propose and agree to furnish, deliver and install the material and accept as full payment the following amount: Carpet Installation: The City is Providing estimated measurements for bid process.Actual material to be verified by field measurement of winning Bidder prior to material order and installation Citv to vett material and pay only installed and allowances based on per Sgaure Yard bid. Bono Concourse (Broadloom) Total 3055 SQ YDS X $ a 9 a j Per/SQ.YD(Material) = $ g p a 3 3055 SQ YDS X $ �. 84 Per/SQ.YD(install Labor) _ $ oti" 01/8 3s "1107E The City will purchase up to 5%attic stock allowance of final total sq.yds.installed. Security Check Point (1 square= 1 sq.yd.) 723 Squares X $ 41.3. 38 PedSQ.YD(MateriaD= $ 31, 3 ig3 9y 723 squares X $ 6 Per/SQ.YD(install Labor) _ $ Ris "NOTE: The City will purchase 100 squares of carpet tiles for attic stock in addition to total sq.yds.installed. Tax(8.75% on material only)$_ /off SSA. 5 s Grand Total $ /.$ °/, (Based on approximately 3778 sq.yds.of glue down carpet INCLUDING ALL APPLICAB E TAXES) Specification of material must be submitted with Bid. Delivery/Schedule for Performance: The bidder must indicate on this Bid Proposal page the time required for delivery and installation, in number of calendar days, after receipt of order(ARO). Delivery may be a factor in award of bid and may be cause for rejection, as determined by the City. The work and/or services to be performed by Vendor pursuant to the purchase order shall be completed by Vendor within time required for delivery indicated below, unless City approves in writing a revised delivery schedule. 16 Delivery/Installation Time: Indicate time In calendar days, required for lead time, delivery and install after receipt of order(ARO): (D 5 DAYS(ARO) *Delivery may be a factor in award. It is understood and agreed that this bid may not be withdrawn for a period of ninety(90)days from the date of opening thereof, and at no time in the case of the Successful Bidder. CHECK IF THE FOLLOWING STATEMENT APPLIES: ;-My firm/company is a Local Business (Licensed within the jurisdiction of the Coachella Valley). Coov of current business license is required to be attached to this document (Signatures): Name of firm submitting bid ft7�S Authorized signature Printed name S Title Tkz� l Address 42120 es-mme 4bmeEr City, State,Zip�Dct-W1 r C�At�Ft521�z[l't °I Z2l 1 Telephone No.4(GD- 5LB'OCI(c0 Fax No: =:�(ao— g5ta8" 4(ORO E-mail y�i� cjel �rtv • CA4n 17 1 REFERENCES I The City is seeking a contractor who has the experience and capability to procure and install carpet as per the specifications contained herein. A minimum of three(3) references shall be submitted below with the bid, including contact name and phone number, for projects of a similar scope to this Invitation for Bids. r 1) Name of firm or agency: �fi� Contact Person: Phone# '"4840 Brief description of project: A� �Pt'L[� RAct.IG-�Q�I,L-t�tsVy� �T/Tk{yLt�e4T.t �.t.A�S 'Co Omp- t_"' 'L% Ts:rE 4�iw�Yt�17 2) Name of firm or agency: Wq�,O -A Contact Person:c�y 15��' Phone# Ot 51-71-co 5to5c� Brief description of project: 3) Name of firm or agency: ''�. bm a uc�t,�e.1 Contact Person:Nkp ` Phone# -C't'►" Brief description of project: Aa.7�D CI� 7 �aRr c?"C" `--t'�Ff2uufntFauT �1k� TA&AV� i`ic-.5 �zRic— V� uPLJ N 18 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID STATE OF CALIFORNIA)ss COUNTY OF RIVERSIDE) The undersigned, being first duly swom, deposes and says that he or she is Of I . the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or `:. anyone else to put in a sham bid, or that anyone shall refrain from bidding,that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fox any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in.the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. B • Title: Subscribed and sworn to before me this2JQQday of 2012. 19 I ACKNOWLEDGMENT State of California t County of RIVERSIDE I On 10/02/2012 before me, LORA M MACKAY, NOTARY PUBLIC, personally appeared ADELBERT JAY BERNARD[ who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my httand and official seal. Signature `L( � (Seal) L M.MA ' commission ia54sion•1864543 Notary Publlo•CalHomia , RWeraide County ' Comm.DOWN N 18.2013+ i CITY OF PALM SPRINGS BUSINESS LICENSE 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS,CA 92262(7"323-8299 PLEASE NOTE THAT IT IS YOUR RESPONSIBILITY TO RENEW AND UPDATE THIS LICENSE ANNUALLY. BUSINESS NUMBER: OW13794 EIiPIRATION TAS/ADMM.FBE CERT NO BUSINESS TYPE: FLOOR COVERING SALES 03/31=13 18.00 5698 OWNER NAME: BERNARDI,ADELBERT L 03/31/2013_ 133.00 5699 BUSINESS NAME: D P C BUSINESS ADDRESS: 42120 STATE STREET PALM-DEMT,CA 92211 D P C ISSUANCE 097M UCMM DOES NOT EMTME. 42120 STATE ST THE UCENSM TO OPERATE OR M MA1N A 8(MN M VIOLATION OF ANY MMM LAW PALM DESERT CA 92271 OR OFMANCE. THIS ISNOT AN IUMMEMM OF TIM ACrMTY NOR OF THE APPUCANPS QUAIMCATIONS. MUST BE POSTED IN A CONSPICUOUS PLACE mTandus Palm Springs Airport 1006545-001 ILO-GRIND Product Specification Sheet Face Construction IMPERIAL METRIC CommrcdM Tufted Pstmned Loop TWkd File Weight 34.0 u2/sq yd 1153 g/sq m Gauge 5164 imh 504 needled10em Stitclimper Inch 125 stitches/inch 49.3 sdmbes/10cm Fmished Pile HC*U 0.197 inch 5.0 >® 0.079 imh 2.0 mm Total Finished Weight 76.3 ovlsq yd 2587 g/sq m Density 8883 calculated aMoxirmm _ ifjlmbex 17.7 Fiber Syadn Antrou Lmeva®nylon Dye Method SoludonDycd Pattem Repeat 18.76"W x 19.2"L 476.25 rrm W x 487.68 mm L Soil Protwdm ENSURE Pnmuy Backing Woven Polypropykm BaeldrtgConmucdon Stgxr-Late emicbed latex barking Width 12.5 fed _ 381 em fWstom Option 1000 sq yd+5%ommuke Product TestineWormation IAQ ReaWm CRI Qeen Label Pip Reesuati.NmberCAP9878(I.nW VOC emftw) he product,r%msemmd by mengm oftestingf om rmdom ar pi mp of prodecdon lots,rods aremeeds rM above Test ResWm. Warranties SYarl3mud Colufumas(Ammphede Fumes) __ 10 YearU itedcolmfest (Ugbt) _ 10Yor111rdted Abwm Wear rlfedm U imdAnd-Smdc 0=rhm 3S M 10 Year UatedN.�arBgp Rma l Product Notes All spedfi d bjw to amvW=ufmirbg 'ado'attons and mlrsarrtts Dyelom,ywryfmmwemlft Tkc=ofrhvrpede undamnercmter cbaks rreybemgmmd m mderto mainmio fub hmdted wmtamty wtenge.Plmle re6er to the�piicabk)imitrd wmamytabtage fa speci8e nqu)rmomrs:In all rates.chairpads mererormvmdad for optimrm tatmal patemeom Absem the use ofchairpads,m=inmmix minmaea wi0 be regvhcd for areas in dix wrmt vriW ebdrasmr mifi0.prison degree of appearance dun8e is mbe aPecred. T2odwFlmMresasestbeng*wchnpspmffi==wdcmmoucrivomatmgs dr nmmdw Eomwnumnilshonaye mwbvdo®aliog�m ymrrgmam wfor cvobmadm Amrp Ltmeet96m been artiRedby Seieadfx Cmtifiwtien Systems asm FavuoonrnmltrPNaffiIe PrvAxt Installation and Maintenance CvW is a=uk fabric,wbjwt wmuh mKlkr sWrimge.M aecepmble ptmn=a is acWewWeh pew p riI nkach arms be pmameed To etltiexbemmwlts,rmxdrmahood be allowedminsmL pavenad urI IbisstyleletsadefmMpmremandnswbeinstilledmendingtmpmanmtchpm&A wmdmadim Tw"Flmringimmemlmg2e gcaip astilabk Romymm7andus Flooring Repeseotadm Moubmtdn wkmncesmTmdw FlwrIngluftedempemam Bow-3/4•pm12'width _ skew-I'per lr width Edge Sbaighmess-+I-Ur variatim Pammn Elpgatimn-1 1/4-pc ITI.gth _ For bear dd.v.[hand seam apparaMYa,it is rd:Vy®CadPd m my seems perpendL-dvm akmal H9W sonar. Proper r®empnre)s midal m the lam met perforr m of my cagxt and sbouldbesvdtrm ism We apecificadp o(aP�ojett. _ ___ Rees Gwftens art amtlaWa Honywm Twdns Flmodag Remesenwne. 435 W91OW Street Two,Nava Scotia 82N 6T2 T800.248.2878 tandus.oan enou M.Ta n d u s AURA #02619 FLOORING Product Specification Sheet i Face Construction Imperial Metric Construction Stratatec®Patterned Loop Face Weight 26 ozfsq yd - 881.4 g/sq m - Gauge 5/64 50.4 rows/10 cm Stitches per Inch 13.4 52.8 pu/10 cm - Tuft Density 171.52 tufts/sq in 26.6 tufts/sq an Pile Height Average 0.187 inch 4.7 mm Pile Thickness 0.125 inch 3.2 mm Density Factor 7,488 oz/cu yd 277.1 kg/cu in Fiber System Dynex®Nylon Dye Method - Yam Dyed Soil/Stain Protection Ensure 15.8 Kilotex Primary Tufting Substrate Synthetic Non-Woven - 'Pattern Repeat WA Third Party Environmental Certifications Product Recycled Content - NSF 140 - Overall Post-Consumer Certified ER38Modular 44-65% 12% Platinum Certified ethosm Modular 26-50% 15% Platinum Certified Flex-AireTM Cushion Modular 15-33% "Recycled content certified by SOS and varies by product style. Product Testing/Information Antimicrobial Chemicals No antimicrobials(EPA Registered pesticides)added to product(ASTM F2471-05) Electrostatic Propensity 2.9 kV(AATCC 134); Permanent Conductive Fiber Surface Flammability Passes CPSC FF 1-70(ASTM D-2859) Flooring Radiant Panel Class 1 (mean average CRF:0.45 w/sq cm or higher)(ASTM E-648) Smoke Generation Less than 450(ASTM E-662) Colorfastness to Light >4 after 60 hours(AATCC 16E) Fluorine Minimum 500 ppm(CRI TM-102) After two cleanings per AATCC 171: Minimum 400 ppm(CRI TM-102) Installation Methods Peel and Stick IRS Adhesive System-Full Coverage Peel&Stick Wet Spread Backing specific Tandus Adhesives Installation Method Unidirectional,Quarter Turn-36 inch the Quarter Turn Only Product Notes 1_ Specifications are subject to nominal manufacturing variances. Material supply and/or manufacturing processes - may necessitate changes without notice. Colors may vary slighlty from dye lot to dye lot 2. U.S. Patent numbers: 4,849,297; 4,49,267; 5,728,741;5,855,981;5,914,353;6,406,574 3. The use of chair pads under roller caster chairs may be required in order to maintain full limited warranty coverage. Please refer to the applicable limited warranty verbiage for specific requirements. In all cases,chair pads are recommended for optimum textural performance. Absent the use of chair pads,more intensive maintenance will be required for areas in direct contact with chair caster traffic,and some degree of appearance change is to be expected. 800.248.2878 tandus.com MI.Ta 1 1 d U S Product Construction gI FLOORING Modular Options b IMPERIAL METRIC - TEST METHOD Warranty:15 year limited warranty against excessive surface wear,static,delaminatlon,edge ravel,zippering&backing resiliency loss. ER30 Modular Total Recycled Content 49.4% Pre-Consumer. 37.4% Post-Consumer. 12% SCS Certified Third Party Certfication NSF-140 Platinum SCS Certified Product Size - 24"x 24"Tile (18"x 18"and 36"x 36"also available) Secondary Backing 100%Recycled Content with Tru Bloc(Barrier System) Intermediate Layer Fiberglass Reinforced Sealant I Product Construction. - No Delamination per ASTM D3936 Secondary Backing Density 65 Ibs/cu It 1041 kg/cu In Secondary Backing Thickness 0.087 inch 2.2 mm Total Weight with RS/Non-RS 138.5 136.9 oz/sq yd+/-5% 4697 4642 g/sq In CRI Green Label Plus Certification GLP1366 ethosTM Modular Total Recycled Content 29.7% Pre-Consumer. 14.7% Post-Consumer. 15% SCS Certified Third Party Certfication NSF-140 Platinum SCS Certified Product Size 24"x 24"Tile (18"x 18"and 36"x 36"also available) Secondary Backing 50%Recycled Content Intermediate Layer Fiberglass Reinforced Sealant Product Construction No Delamination per ASTM 03936 Secondary Backing Density 65.0 Ibs/cu It 1041 kg/cu In Secondary Backing Thickness 0.050 inch 1.3 mm Total Weight 103.2 oz/sq yd+/3% 3499.8 g/sq On CRI Green Label Plus Certification GLP8320 Flex-Aire TM'Cushion Modular :Total Recycled Content 17.7% Pre-Consumer. 17.7% Post-Consumer. 0% SCS Certified `Product Size 24"x 24" Tile (18"x 18"and 36"x 36"also available) Secondary Backing Fiberglass Reinforced Composite Closed Cell Cushion Intermediate Layer Fiberglass Reinforced Sealant Product Construction No Delamination per ASTM D-3936 Cushion Weight. 35.5 - oz1sq yd 1203 g/sq In ASTM D-3574 Cushion Density 18.5 ibs/cu It 296 kg/cu m ASTM D-3574 Cushion Thickness 0.156 inch 4.0 mm ASTM D3574 Total Weight with RS/Non-RS 127.1 125.7 oz/sq yd+/.5% 4310 4263 g/sq m Compression Set Max. 10% - ASTM D-3574 Compression Deflection 5 Min. 25 max Ibs/sq inch @ 25% 352 1758 g/sq cm ASTM 6-3574 CRI Green Label Plus Certification GLP6558 Conservm Modular Product Size 24"x 24"Tile (18"x 18"and 36"x 36"also available) Secondary Backing Thermoplastic Polymeric Intermediate Layer Fiberglass Reinforced Sealant Product Construction No Delamination per ASTM D-3936 _ Secondary Backing Density 120 Ibs/cu ft 1922 kg/cu In Secondary Backing Thickness - 0.041 inch 1.0 mm Total Weight 105.2 oz/sq yd+/3% 3568 g/sq cm - CRI Green Label Plus Certification GLP1366 800.248.2878 tandus.com 7/11