Loading...
HomeMy WebLinkAbout1989-12-12; City Council; 10415; Contracts for Construction of Fire Station No. 67 cc tl. 4 CITE OF CARLSBAD - AGENDf,,„ AILL LLE: AWARD OF CONTRACTS FOR THE DEPT.H MTG12 12 89 CONSTRUCTION OF FIRE STATION CITY A TTYRy— DEPT. MP NO. 6, PROJECT NO. 3302 I ICi T'M� .12N` N RECOMMENDED ACTION: Adopt Resolution No. accepting bids, awarding two (2) separate contracts for the construction of temporary Fire Station No. 6, and appropriating project funds. Adopt Resolution No. approving an amendment to an existing agreement with Fieldstone -,'.La Costa Associates regarding modifications to the 1988 Fire Station Agreement. ITEM EXPLANATION: On August 22, 1989, the City Council adopted Resolution No. 89-304 ,authorizing the City Clerk to readvertise for bids for the construction of temporary Fire Station No. 6. The project was divided into two (2) separate contracts calling for construction of the project site work and' steel apparatus building as one element and the modular living quarters facility as a second element. On September 20, 1989, nine (9) sealed bids were received as follows: Site Work & Apparatus Modular Building Building I. John Carey Const. Co., Inc. $151,700 $103,390 2. Modular Building Concepts, Inc. No bid $ 76,499 3. Strauss Construction $181,375 $ 96,050 4. Hines Construction $188,395 No bid 5. Mannuel Juarez $193,093 No bid 6. Cairo Construction $198,000 $118.250 7. Pacific 17, Inc. $198,634 No bid 8. Black Diamond $225,586 $101,000 9. Profile Structures No bid $120,000 With regard to the site work and apparatus building portion of the project, references have been verified on the lowest responsive, responsible bidder and staff recommends award of this contract to John Carey Construction Company, Incorporated, of San Diego, 'California, in the amount of $151,700. With regard to the modular building portion of the project, the low bid submitted by Modular Building Concepts, Incorporated, in the amount of $76,499 has been judged to be unacceptable Following the bid opening of September 20, 1989, written correspondence was received from Modular Building Concepts indicating theix supplier had ceased manufacturing the required modular building and therefore would be unable to supply the product at the bi,d price. City initiated telephone calls to the manufacturer have confirmed this information. Modular Building Concepts thereafter requested either relief from their bid or the opportunity to submit an alternative bid with a different manufacturer and increased bid price. In consultation with the City Attorneys office, staff Page 2 of Agenda Bill No. L recommends that i Madu u L Duildirig Co iCepts be granted relief from uu their originally submitted bid of $76,499. Further, granting Modular Building Concepts the opportunity to submit an alternative, revised bid after the bid opening date is in conflict with the Public bidding procedures outlined in the State of California Public Contracts Code and the City's Purchasing Ordinance. Therefore, rejecting the low bid is the recommended approach. The second low bid for the modular building portion of the project was submitted by Strauss Construction, Incorporated, of Los Angeles, California, and was conditioned upon being awarded both elements of the project, i.e., both the site work and the modular building. This firm did not submit the lowest responsive, responsible bid for the site work portion of the project and, therefore, must also be rejected. Therefore, the lowest responsive, responsible bid for the modular building portion of the project has been submitted by Black Diamond Construction, Incorporated of San Marcos, California, in the amount Of $101,000. References have been verified on this bidder and staff recommends award for this portion of the project to Black Diamond Construction, Incorporated. Construction is anticipated to begin in early January and require approximately four (4) months to complete both contracts. FISCAL IMPACT• A summary of the estimated project costs is as follows: Design ' $ 29,000 Soils Report and Geotechnical Investigation 2,311 Construction (site work and steel building) 151,700 Construction (modular office building) 101,000 Construction Contingencies (14%) 35,445 Miscellaneous Furnishings and Equipment 15,000 Soils Testing 10,000 Construction, Management and Inspection 25,000 TOTAL ESTIMATED CONSTRUCTION COST/REIMBURSEABLE $ 369,456 UNDER ATTACHED FIELDSTONE AGREEMENT Non Reimburseable Equipment Costs: Fire Truck (2) Purchases with Equipment $ 286,604 Purchase of Communications and Computer Equipment 8.940 SUBTOTAL NON-REIMBURSEABLE EQUIPMENT COSTS $ 295,544 TOTAL ESTIMATED PROJECT COST $ 665,000 CURRENT PROJECT APPROPRIATIONS $ 550,000 ADDITIONAL PROJECT FUNDING REQUIRED $ 115,000 Page 3 of Agenda Bill No. / , On Marnh 1 R 1 000 +-1,- n;4.., n....... l ..a i.i. �_ __ a.i_ --- -- --vv, v v--.y vWUA&�+ J. CapLJi.VV=%A l.1le PUrC1A1QaG .L ll 1.11C amountof$115,000 for a replacement fire brush truck that was unscheduled and urgently needed by the Fire Department. The purchase of fire apparatus equipment has generally been made as a General Fund capital expenditure or through the vehicle replacement fund. For cash flow reasons, this expenditure was taken from the temporary Fire Station No. 6 construction account that was fully funded but unused at that time. It is now necessary to fully restore the Fire Station No. 6 fund balance, therefore, a funds transfer in the amount of the previously purchased fire brush truck is requested. Staff recommends that funds in the amount of $115,000 be transferred from the Unappropriated Fund Balance of the General. Fund to the General Capital Construction Fund and appropriated to the temporary Fire Station No. 6 Project Account No. 300-820-1810-3302. This transfer will enable the temporary Fire Station No. 6 project account to be sufficient to finance the construction of the temporary station and with all operating equipment. Earlier this year, the City Council approved an agreement with the La Costa Ranch Company, Fieldstone/La Costa Associates, Incorporated, for the reimbursement of up to $250,000 to the'City for the construction of temporary Carlsbad Fire Station No. 6. These funds are to be reimbursed to the City by Fieldstone/La Costa Associates at the time the permanent, alignment of Rancho Santa Fe Road is established, the road constructed, the City's permanent location of Fire station No. 6 identified and construction bids awarded by the City. With the recent receipt of competitive construction bids for the temporary station, the previous agreement does not accurately reflect the actual costs required to construct the temporary station. Therefore, attached is an amendment to the original fire station agreement modifying this agreement to increase the funding from Fieldstone/La Costa Associates to the City of Carlsbad in an amount up to $375,000. These increased funds set forth in the amendment follow the same reimbursement procedures identified in the controlling agreement. Staff recommends approval of the attached amendment to the 1988 Fire Station Agreement. EXHIBITS• 1. Location map 2. Resolution No. -5�3G accepting bids, awarding a contract for the construction of Fire Station No. 6, Project No. 3302, and appropriating project funds. 3. Resolution No. approving an amendment to the 1988 Fire Station Agreement with Fieldstone/La Costa Associates regarding the reimbursement funding for temporary Fire Station No. 6. 4. Amendment to the 1988 Fire Station No. 6 Agreement. C/ LOCATION MAP 'I9 LEGEND FU'rU r* LOCATION OF FARE STATION '06 FIRE STATION *6 VICpWTY iy�go ROJECT # EXHIBIT 3302 1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16' 17 18 i9 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 89-436 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS, AWARDING A CONTRACT FOR THE CONSTRUCTION OF FIRE STATION NO. 6, PROJECT NO. 3302 AND TRANSFERRING AND APPROPRIATING FUNDS WHEREAS, bids have been received by the City of Carlsbad, for the construction of Carlsbad Fire Station No. 6, Project No. 3302; and WHEREAS, the lowest responsive, responsible bid received for the construction of site work and apparatus building wGs submitted by John Carey Construction Company, Incorporated in the amount of $151,700; and WHEREAS, the lowest responsive, responsible bid received for the construction of modular building was submitted by Black Diamond Construction, Incorporated, in the amount of $101,000. WHEREAS, partial project funds are available in the project account number 320-820-181-330 or the construction of this project; and WHEREAS, additional project funding is required for said. project; and WHEREAS, the City Council has previously approved a reimbursement agreement in the amount of $250,000 with the La Costa Ranch Company, Fieldstone/La Costa Associates for said project; and WHEREAS, the City Council of the City of Carlsbad, California, hereby declares it necessary, desirable and in the public interest to construct the aforementioned project. F 6 7 8 9 10 11 12 13 14 15 16 2.7 18 19 20 21 22 ' 23 24 25 26 27 28 • II NOW, THEREFORE, gL IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the lowest responsive, responsible bid of $151,700 by John Carey Construction Company, Incorporated for Project No. 3302 for the construction of site work and apparatus building is hereby accepted and the Mayor and City Clerk are authorized and directed to execute a contract hereafter. 3. That the bids of $76,499 by Modular Building Concepts, Incorporated, and $96,050 by Strauss Construction, Incorporated, for the construction of the modular building portion of the project are hereby determined to not be the lowest responsive, responsible bids for this element of the project. Said bids are therefore rejected. 4. That the lowest responsive, responsible bid of $101,000 by Black Diamond Construction, Incorporated, for the construction of the modular building portion of the project is hereby accepted, and the Mayor and City Clerk are hereby authorized and directed to execute a contract hereafter. 5. That the City Council does hereby transfer $115,000 from the Unappropriated Fund Balance of the General Fund to the General Capital Construction Fund and the appropriation of said amount to the project account for Fire Station No. 6, 300-820-1810- 3202. The aforementioned amount represents the previous emergency r 2 3 4 5 6 7 8 9 10 11' 12 7.3 14 15 16 1.7 18 19 20 21 22 23 24 25 26 27 28 I Pkirchase of a rep nnc-.moat ,sire brush truck required by th-e -Fire Department as a matter of public safety and necessity with said funds originally utilized from the Fire Station No. 6 project account. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 12th day of December 1989, by the following vote, to wit: AYES: Council Members Lewis, Kulchin, Larson, Mamaux and Pettine. NOES: None. ABSENT: None. UDE L WTS, itayor AT/TE/S� T :: L 1.IYr,/ZUL- (1AcJi 'IJ c[� ALETHA L. RAUTENKRANZ, City Clerk (SEAL) } 13 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. 89-437 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AN AMENDMENT TO THE 1988 FIRE STATION AGREEMENT WITH FIELDSTONE/LA COSTA ASSOCIATES REGARDING FUNDING FOR CARLSBAD FIRE. STATION NO. 6 WHEREAS, on October 14, 1988, the City of Carlsbad and BCE Development, Incorporated, hereinafter referred to as BCED, entered into the 1988 Fire Station Agreement. Since the execution of that agreement, Fieldstone, Incorporated, has acquired certain Property owned by BCED in the City of Carlsbad, and as a part of that agreement, Fieldstone assumed all of the responsibilities and obligations of BCED under the 1988 Fire Station Agreement; and WHEREAS, City and Fieldstone have determined that the scope of work and costs for the construction of temporary Fire Station No. 6 do not accurately reflect the actual scope of work and costs and therefore wish to revise the 1988 Fire Station Agreement to reflect said adjustments; and WHEREAS, the City of Carlsbad has received bids for the construction of temporary Fire Station No. 6 and is desirable to award said contracts; and WHEREAS, by this action, the City of Carlsbad hereby finds this amendment to the 1988 Fire Station Agreement a matter of public benefit, safety, and necessity. NOW, THEREFORE BE IT RESOLVED, as follows: 1. That the above recitations are true and correct. 2. That the first amendment to the 1988 Fire Station Agreement is hereby approved and the Mayor and City Clerk are hereby authorized and directed to execute said amendment. 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 Following the Mavor's exegLitio„ of sa id amenu,tlent, a copy of said document shall be forwarded to Fieldstone/La Costa Associates, P.O. Box 9000-266, Carlsbad, California, 92009. 3. That said amendment increases the potential reimbursement to the City of Carlsbad from Fieldstone/La Costa Associates from $250,000 to $375,000. PASSED, APPROVED AND ADOP TED at a regular meeting of the Carlsbad City Council held the 12th day of December 1989, by the following vote, to wit: , AYES: Council Members Lewis, Kulchin, Larson, Mamaux, and Pettine NOES: None. ABSENT: None. 0. ALAUDE. LEW S, Mayor ATTEST: ALETHA L. RAUTENKRANZ, City Clerk (SEAL) FIRST AMENDMENT TO 1988 F_TREE STaT!oN- �Gn iiiziNT THIS FIRST AMENDMENT TO THE 1988 FIRE STATION AGREEMENT is made this day of December, 1989, between the CITY OF CARLSBAD, a municipal corporation of the State of California ("City"), and FIELDSTONE/LA COSTA ASSOCIATES LIMITED PARTNERSHIP, a California Limited Partnership ("Fieldstone"), who agree as gollows: i' A. On October 14, 1988, City and BCE DEVELOPMENT, INC. ("BCED") entered into the 1988 Fire Station Agreement. Since execution of that agreement, Fieldstone acquired certain property owned by BCED in the City of Carlsbad, and as part of that agreement, Fieldstone assumed all of the responsibilities and obligations of BCED under the 1983 Fire Station Agreement. Fieldstone now wishes to formalize that undertaking and expressly assumes all terms and conditions of said Fire Station Agreement except as modified herein. B. City and Fieldstone have determined that the scope of work for the construction of Temporary Fire Station #6 and the estimated costs therefor as listed on Exhibit #3 to the 1988 Fire Station Agreement do not accurately reflect the actual work and costs, and City and Fieldstone therefore wish to revise the 1988 Fire Station Agreement to make corrections to these items. Based upon the foregoing, City and Fieldstone agree as follows: 1. Paragraph 2 of the 1988 Fire Station Agreement is amended to read as follows: 112. City and Fieldstone agree that Fieldstone shall be obligated �o reimburse City for costs incurred for the construction of Temporary Fire Station No. 6 in an amount of 1 the actual costs of construction, but in any event not to eXceed $375,000. This obligation shall be satisfied by Fieldstone's performance of one or any combination of the following at Fieldstone's discretion and as herein agreed: a. Payment by Fieldstone to City of cash in an amount of the actual costs of construction but not more than $375,000, on demand of the City and within thirty (30) days following the City Council's award of the bid for construction of Permanent Fire Station No. 6. b. Site preparation for Permanent Fire Station No. 6 of an agreed value not to exceed the actual costs of construction of Temporary Fire Station No. 6 but in no event more than $375,000, including any or all but not limited to the following: site preparation, grading and utility construction to the lot line. Fieldstone may elect this option for reimbursement only in the event City and Fieldstone agree on the work proposed and the agreed value thereof prior to the date the cash reimbursement would otherwise be due as set forth in paragraph 2(a) above. City and Fieldstone agree to exchange pertinent information in order for Fieldstone to evaluate the site preparation option of reimbursement and to do so at such time as required for Fieldstone to elect this option by the date required herein. City further agrees not to unreasonably withhold approval of Fieldstone's estimated costs for site preparation work. In addition to reimbursing City for the construction of Temporary Fire Station No. 6, Fieldstone shall be required at no cost to City to provide sufficient access to Permanent Fire Station No. 6 acceptable to the City Engineer and Planning Director. The cost of said access shall not be included as part of any reimbursement credit for the construction of Temporary Fire Station No. 6.11 2 I 2. Except as modified by this agreement, the terms and 1Qhrliti...+. r iL_ �0__s of a 1988 sire 5tatiOn Agreement remain in full force and effect. CITY OF CARLSBAD A Municipal Corporation of the State of California BY • I CSC CL UDE A. LEWIS,'Mayor FIELDSTONE/LA COSTA ASSOCIATES, LIMITED PARTNERSHIP, A California Limited Partnership BY: THE FIELDSTONE COMPANY, A California Corporation, Its General Partner BY: Vzt" ATTEST: JOHN BARONE Assistant Secretary ,.gWY CLER ,�,/ a- ' ' 0 ' APPROVED AS TO FORM: - - DA �- --�- - C 2, ,2. VINCENT F. BIONDO, JR. City Attorney 3