Loading...
HomeMy WebLinkAbout1985-04-02; City Council; 8068-2; Construction of the Safety CntrCIT OF CARLSBAD - AGEND> JILL H MTG. V2/85 DEPT._CH TITLE: AWARD OF CONTRACT FOR CARLSBAD SAFETY AND SERVICE CENTER BID PACKAGE NO. 1 Negotiated Contract for Concrete Work DEPT. HD._ CITY ATTYMl: CITY QLU I I oE><Jo oo RECOMMENDED ACTION: Adopt Resolution No. r/cf£T'7 accepting the negotiated contract and awarding Contract Numbe r 3006-IB for the concrete work related to site preparation of the Carlsbad Safety & Service Center. ITEM EXPLANATION: On Jan. 22, 1985, Council authorized the advertisement for bids for said project. As of Feb. 26, 1985 no bids were received for Section IB of the bid package, namely the concrete work related to the site preparation. On March 19, 1985, Council authorized Koll Co., the construction manager, to negotiate a contract for this work. The construction manager has negotiated for Section IB of Bid Package 1. References have been verified on the recommended con- tractor who is as follows: Bid Section 1-B Concrete -Ted L. Vance & Sons, Gen. Eng. Contractor $90,170.50 Total for this contract is $90,170.50 which is $4,145.50 under the Construction Manager's estimate of $94,316.0(3. FISCAL IMPACT: Budgeted funds for this phase of construction are in Account No. 330-820-1810-3006. ENVIRONMENTAL IMPACT; EIR and CUP have been approved along with the Grading and Site Improvement Plans. EXHIBITS; 1. Resolution No.accepting the negotiated contract. 2. Koll Company Summary of Negotiations. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO.7957 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA ACCEPTING A NEGOTIATED CONTRACT AND AUTHORIZING THE EXECUTION OF CON- TRACT NO. 3006-IB FOR THE CONSTRUCTION OF THE CARLSBAD SAFETY AND SERVICE CENTER. WHEREAS, negotiations have been conducted by Koll Co., the Construction Manager, for Section 3006-1B concrete of the Site 3id Package No. 1; and WHEREAS, the negotiated price for the concrete work is $90,170.50; and *WHEREAS, the acceptance of this contract is recommended by the Construction Manager; and WHEREAS, the funds are available in Account No. 330-820- 1810-3006; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the above recitations are true and correct. 2. The negotiated contract with Ted L. Vance, General Contractor in the amount of $90,170.50 for the con- struction of Section 3006-1B concrete for the Carlsbad Safety and Service Center is hereby accepted and the Mayor and City Clerk are hereby authorized to execute contracts thereafter. PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City of Carlsbad held the 2nd day of April, 1985 by the following vote, to wit: AYES: Council Members Casler, Lewis, Kulchin, Chick and Pettine NOES: None ABSENT: None 4 5 MARY H. ASLER, Mayor6 ATTEST: //A±?Ct> /*• IJ\ fl'Zfr^^*^*.y ALETHA L. RAUTENKRANZ, City pierk 10 (SEAL) 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 II ' KOLL 7330 Engineer Road San Diego California 92111-1464 Roll Construction Company (f>W) 2^2-:wO March 25, 1985 Mr. Mike Brooks City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Re: Carlsbad Safety and Service Center KCC Job # 3225 Award of Contract, Bid Package IB Site Work Concrete Dear Mike, Approval to solicit bids for the referenced work was given by the City Council on January 22, 1985. Work includes curbs and gutters, sidewalks, handicapped ramps, aprons and cut off walls. Numerous firms specializing in this activity were contacted by your Construction Manager with a pre-bid conference being held on February 14, 1985, and bids due on February 26, 1985. Although a number of contractors had assured us that they intended to submit their proposal, no bids were received for this item of work. We requested and received approval from the City Council on March 19, 1985, to negotiate a total cost for the work in question in accordance with prevailing government codes allowing negotiations when no bids are received for work advertised. We have completed negotiations with the Ted L. Vance and Sons General Engineering Contractor for a lump sum amount of $90,170.50. Our original estimate for this work was $154,316.00, although, we decided during preparation of the bid package to shift certain concrete slab work adjacent to the buildings to the building concrete contractor. This work amounts to approximately $60,000.00 leaving a total budget of $94,316.00. This contractor will be required to execute the City's standard bid package/contract and a copy of his proposal on the standard proposal form is enclosed. Mr. Mike Brooks City of Carlsbad March 25, 1985 Page -2- It is your Construction Manager's recommendation that a contract be issued to the Ted L. Vance and Sons firm for the site concrete work in the amount of $90,170.50, plus the alternate and unit prices as noted in the bid package. We feel that this award represents a fair and reasonable price for the work intended. We understand that an agenda bill will be prepared for City Council approval of this award on April 2, 1985. Please let me know if additional information is required or if there are any problems with this recommendation. Sincerely, KOLL CONSTRJrfCTIOl* 0DMPANY William D. Smith Senior Project Manager WDS/mf cc: B. Miller D. Allison S. Mahoney File Page 5 CITY OF CARLSBAD PUBLIC SAFETY AND SERVICE CENTER CONTRACT NO. 3006 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. 3006 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions, to wit: The following proposal form includes work associated with the sitework bid package #1 items A through G. 1. Proposals for the work shall include separate prices for each item of work bid: Bid #1A, or Bid #1B, etc. A proposal for work may include a bidder's combination for any or all Items of work, but must also include bids for each separate item. Award on a combination bid will only be made if it is the lowest of any possible combination of bids and is lower than the total bids of the lowest responsible bidders on the particular items of work making up that combination bid. The City reserves the right to (a) award separate contracts for each bid item, or each combination of bids, or (b) make no award at all. Note: If not bidding on an item of work, the bidder shall state "no bid". 2. Proposals for the work in each bid package shall be complete per the plans, specifications and contract documents. Items listed in the special provisions are for clarifcation only and shall not be considered as a complete list of all the required work. 3. Quantities of materials and earthwork used on the plans are for permit purposes only. All bidding contractors are required to complete their own quantity take offs, and submit lump sum bids for all work unless specific unit prices are requested within the special provisions. All work associated with sheet nine of the improvement plans (Impala Drive), shall be broken out separately on the proposal form. 4. Addendum(a) No(s). V^\o 4— has/have been received and is/are included in this proposal. Page 6 EARTHWORK AND GRADING Bid Item # 1A-1 Complete grading operation for the lump sum amount of . $ 1A-2 Deduct for grading, saw cut and demolition work associated with Impala Drive for the lump sum amount of TT3 F 1A-3 Unit Prices: a. Additional excavation of subgrade should asphalt and base sections need to by adjusted. Unit price amount of . $ /cy b. Blasted rock per cubic yard disposed of on site. Unit price amount of .$ /cy c. Blasted rock per cubic yard disposed of off site. Unit price amount of .$ /cy d. Rippable rock per cubic yard disposed of on site. Unit price amount of . $ /cy e. Rippable rock per cubic yard disposed of off site. Unit price amount of .$ /cy CONCRETE WORK 1B-1 Complete. Concrete work for the lump sum amount of Ninety thousand one hundred and seventy dollars and 50/100* $ 90.170.50 1B-2 Deduct. For concrete work associated with Impala Drive for the lump sum amount of three thousand three hundred and seventy five dollars . ($ 3.375.00 ) 1B-3 Unit Prices: Revised base material sections if required. a. Add one inch class II base per square foot. Unit price amount offourteen cents . $0.14, /sf b. Delete one inch class II base per square foot. Unit price amount of fourteen cents _• ($O.U 7 Page 7 Concrete Unit prices should additional or repair work be required: a. Curb and Gutter per lineal foot - Unit price amount of five dollars and sixty five cents $ $.65 /If b. Standard Curb per lineal foot - Unit price amount of seven dollars and seventy five cents. $ 7.75 /If c. Cross Gutter and Returns per square foot - Unit price amount of three dollars . $ 3.00 /sf d. On-site Swales per square foot - Unit price amount of £hree dollars . $ 3.00/sf e. On-site Aprons per square foot - Unit price amount of £hree dollars . $ 3.00Tsf GUNITE WORK 1C-1 Complete gunite work for the lump sum amount of 1C-2 Deduct gunite work associated with Impala Drive for the lump sum amount of SEWAGE, WATER, STORM DRAIN 1D-1 Complete sewer, water and storm drain (including allowance) for the lump sum amount of 1D-2 Deduct sewer, water and storm drain associated with Impala Drive for the lump sum amount of ELECTRICAL, TELEPHONE, GAS, C.A.T.V. 1E-1 Complete electrical, telephone, gas, C.A.T.V., communication and streetlight work for the lump sum amount of 1E-2 Unit Price; Cost per lineal foot of C.A.T.V. conduit included within item 1E-1. Unit price amount of ASPHALT 1F-1 Complete asphalt work for the lump sum amount of . ^ Page 8 1F-2 Deduct asphalt work associated with Impala Drive for the lump sum amount of TTS 1F-3 Add Alternate: Cost to install prime coat on base prior to asphalt: a. Prime Coat on street base section. Add the lump sum amount of . $ b. Prime coat on on-site base sections. Add the lump sum amount of . $ 1F-4- Unit Prices: Specific asphalt unit prices to revise sections, if required: a. Add one inch asphalt per square foot. Unit price amount of . $_ /sf b. Deduct one inch asphalt per square foot. Unit price amount of . ($ /sf) c. Add one inch class II base per square foot. Unit price amount of . $ /sf d. Deduct one inch class II base per square foot. Unit price amount of . ($ /sf) e. Add one inch D.G. base per square foot. Unit price amount of . $ /sf f. Deduct one inch D.G. base per square foot. Unit price amount of . ($ /sf) BIDDER'S COMBINATION 1G Combination Bid No's, for the lump sum of NOTE: Bidders must also bid these individual bid item numbers separately. Page 9 5. All bids are to be computed on a lump sum basis with separated unit prices when requested, as indicated in this proposal. In case of a discrepancy between words and figures, the words shall prevail. 6. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. 7. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. 8. Contractors shall be licensed in accordance with the Statutes of the State of California providing for the registration of Contractors. 9. The undersigned bidder hereby represents as follows: a. That no Council Member, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and b. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. 10. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 11. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the qeneral prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. PROPOSAL "or CONTRACT Ted L Vance & Sons General Engineering Contractor Phone 743-7775 N° 03727 Date Feb.26. 1985 TO City of Carlsbad City Hall-1200 Elm Ave. Carlsbad, Calif. Atten; Purchasing Dept. We propose to furnish labor and materials for the following: JOB SITE City of Carlsbad Public Safety and Service Center Item* G-1 Curb G-2 C & G 6" G G-2 C & G 8" G G-2 C & G 6" H G-2 C & G 8" H G-4 C & G Rolled Curb G-6 Curb B-1 G-6 C & G B-2 G-6 Curb B-3 G-7 Sidewalk G-8 Sidewalk Ramps G-1 2 Cross Gutter G-1 4 Driveways G-17 Alley Aprons G-1 8 Concrete Pavement G-22 Cut Off Wall x D-25 Type A D-26 Type B D-27 S/W Underdrain V Gutter <-, ~' 7 p ? ^ !' >': £ <•" ;rx ^ i ^ -' (^ ^ / 9" :«• '•' ..'' (/ .v .;' . .'" :'••':' ..'"' ;-'•.' ,s'/' • ;v/ * Reg. Std. Drawing 3770 LF. to 7.75 7972 L.F. to 5.65 L.F. <S> L.F. <8f LF. <§> LF. (8> LF. 0 L.F. ® LF. (§) 1259 Sq.Ft. to L80 3ea. Sq Ft to 150.00 2050 Sq Ft to 3.00 Sq. Ft. to Sq. Ft. (8> Sq. Ft. (8> 2ea. to 200.00 to (8) (8> 2215 Sq.R .to 3.00 LF LF L.F LF LF LF LF L.F L.F Sq. Ft. . . Sq. Ft. Sq. Ft. . . Sq. Ft. . . Sq. Ft. ... Sq. Ft. . . Each . . . Each . . . Each . . . Each . . . 29,217.50 45,041 .80 2,266.20 450.00 6,150.00 400.00 6,645.00 TOTAL $Qn.i7n.«;n 1 Move in for curbs; 1_NOTE: The above prices based on the following conditions: 1 Move in cross gutters & D/W. Grade to be plus or minus 1/10 ft. and to balance. All work to be continuous till complete. Grade as is add - per l.f. Move in for S/W, Grade as is and base furnished under curbs add . Grade as is and base furnished under S/W add _ l.f. per sq. ft. Grade taken as is excludes: import or export of dirt. All material to be gradeable with a blade, no rock removal. Deviation from above to be negotiated. Curb stakes furnished by owner at _3 ft. from face of curb. Price good till Dec gg t. After this date add % to each item. This proposal excludes: Bonds, permits, traffic control, compaction unless so agreed in advance, curb backfill where there is no sidewalk next to the curb, saw cutting and removals, lab testing fees that may be requested by any agency. If our proposal is acceptable, please sign it and make these conditions a part of your contract. Note: 1. The above prices are based on approx. quantities and all items to be field measured and adjusted by unit price. 2. the above price is a lump sum contract — Yes No Retention to be held %. Accepted by Title Company Date Page 10 Accompanying this proposal is $9,017.00 - check (Cash, Certified Check, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Ted L. Vance & Sons 306435 Bidder's Name State License No. Employer I.D. No, I, 13824 Pomerado Rd Naoma Vance Bidder's Address Name Authorized Signature 748-6919 February 26, 1985 Phone No. Date Name Partnership Type of Organization (Individual, Authorized Signature Corporation, Partnership) List below names of President; Secretary; Treasurer; and Manager, if a corporation, and names of all partners, if a partnership: Ted L. Vance Naoma Vance Randy Vance David Vance Cathy A, Vance (NOTORIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) &At'Oi£GO COUNTY W.v Comm rxpim Aug. 12, K0S Page 11 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, and as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly be these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. / In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . Corporate Seal (If Corporation) Principal By Title (Notarial acknowledgement of execution by all PRINCIPALS and (Attach acknowledgement of SURETY must be attached.) Attorney in Fact) Page 12 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer or the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Work Company Name -NONE- Signature Page 13 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Either a current audited income tax or profit/loss statement. see attached financial statements Signature (Notarize or Corporate Seal) Page BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No of Person to Contact Type of Work Amount of Contract I - S.- (03 a 0 one vre r 117^ Pool T"ow» Fc 1 1 SD M "30 c o- - CA'JFORNJASeatfcso COUNTY Signature GENERAL ENGINEERING CONTRACTOR CONCRETE SPECIALTIES STATE LICENSE NO. 306435 February 26, 1985 City of Carlsbad City of Carlsbad Public Safety and Service Center Project The Ted L. Vance & Sons Company is a North County based contractor specializing in commercial concrete work. We work primarily in the areas of curb & gutter, sidewalks, paving, asphalt and finished lot grading... both on-site and off-site. We are able to facilitate both custom work as well as large volume machine production which enables us to pour upwards of 4,000 L.F. per day. The Ted L. Vance & Sons Company has been in business for over 30 years, providing high quality, professional work at competitive prices. We have an impressive work history with such companies as Pardee Construction Company, The Fieldstone Company, Genstar Southwest Developement Company, Lomas Santa Fe Developement Company... just to mention a few. Our work zones range from South San Diego to Orange County. We are a class "A" licensed firm, are affiliated with four major unions and provide bonded services. References are available upon request. For your consideration, we would be pleased to provide you with formal proposals based on your plans or specifications, both by specific job or by complete package for turnkey operations. We would consider it a privelege to provide you with the same high quality, professional, dependable service that the Ted L. Vance & Sons Company has become known for. We look forward to being of service to you. Sincerely, Ted L. VaWe & Sons Randy Vance 13824 POMERADO ROAD POWAY, CALIFORNIA 92064 PHONE 1. 1200 ELM AVENUE CARLSBAD, CA 92008-1989 Cttp of Cartebab PURCHASING DEPARTMENT February 19, 1985 TELEPHONE (619)438-5601 ADDENDUM NO. 1 PROJECT: PUBLIC SAFETY AND SERVICE CENTER BID PACKAGE NO. 1 - SITEWORK GRADING AND IMPROVEMENTS This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. I acknowledge receipt of Addendum No. 1 Bidder's Slefhfa'ture