HomeMy Public PortalAbout06) 7C Award of Contract - Demolition 5800 Temple City Blvd. ocrCity Council
December 16, 2014
Page 2 of 3
3. On November 18, 2014, the City Clerk publically opened 10 sealed and received
bids, and recorded proposal prices ranging from $45,000 to $123,275. Unlimited
Environmental , Inc . was declared the apparent low bidder.
ANALYSIS:
The following provides a summary of received bids, in order of bid opening.
Bidder Name Total Base Bid Amount Bid Amount
Ranking
HCI Environmental & Engineering $104,500.00 9 Services
Cinbad Industry, Inc. $73,950.00 4
American Wrecking, Inc. $45,750.00 2
Unlimited Environmental, Inc . $45,000.00 1
St. George Construction $123 ,275.00 10 Contracting
Interior Demolition, Inc. $75,480.00 5
NorthStar Demolition & $97,800.00 8 Remediation
Midwest Environmental Control, $60,891.25 3 Inc.
National Demolition Contractors $85,400.00 6
C-1 Construction Corp. $89,000.00 7
Provided as Attachment B, a bid analysis concluded that of Unlimited Environmental,
Inc. as the lowest, responsive and responsible bidder. Contractor references provided
positive responses, and the company's bid was significantly lower than that of the City
Engineer's estimate ($45,000 vs. $100,000 , respectively). This cost difference is mostly
attributed to a conservative Engineer's estimate, and because Unlimited Environmental,
Inc. will not use subcontractors to undertake the project (Attachment C).
City Counci l
December 16, 2014
Page 3 of 3
Moving forward-should Council authorize the City Manager to award the demolition
contract-activities are expected to begin the week of January 11, 2015 and completed
no later than February 23, 2015. Work will occur weekdays during the hours of 7 a.m.
and 4 p .m ., employing numerous mitigation measures to limit dust and noise on the site;
as well as to keep the area and adjacent City right-of-ways clean , neat and safe . All
activities will result in the demolition of the mortuary building, its eastern parking area,
and the removal of various wall and fencing structures along the property's northern and
western boundaries (Attachment D). These razed locations will be graded to a level
condition with site utilities capped at street service connections.
CONCLUSION:
Award of a demo lition contract to Unlimited Environmental, Inc. will initiate a tangible,
twofold effort that: (1) clears the site from becoming an attractive nuisance; and (2)
prepares it for interim and long -term redevelopment opportunities.
FISCAL IMPACT:
The recommended actions present no fiscal impact to the FY 2014-15 City Budget.
Sufficient funding is available for demolition activities and contingency costs per Project
14-13 of the City's Capital Improvement Program.
ATTACHMENTS:
A. Proposed Contract w/ Unlimited Environmental, Inc.
B. Bid Analysis of Received Demolition Bids
C. Submitted Bid by Unlimited Environmental, Inc.
D. Items Identified for Demolition
ATTACHMENT A
CITY OF TEMPLE CITY
PUBLIC WORKS CONTRACT
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
City Contract No.: Pl4-13D
THIS AGREEMENT 11Agreement" is made and entered into this __ day of December, 2014, by and
between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State
of California hereinafter called CITY, and Unlimited Environmental, Inc., a California Corporation, loc ated
at 1390 32nd Street, Signal Hill, CA 90755, hereinafter called CONTRACTOR, collectively referred to as the
Parties.
RECITALS
CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before December
18, 2014, for the following:
DEMOLITION OF THE BUI LDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
in the City of Temple City, California, hereinafter called PROJECT.
At 11 AM on said date, in the Temple City, said bids were duly opened.
At its regular meeting held on December 16, 2014, the CITY Council duly accepted the bid of
CONTRACTOR for said PROJECT as b.eing the lowest reasonable bid received and directed that a written
contract be entered into with CONTRACTOR.
NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements
herein contained, said parties do hereby agree as follows:
ARTICLE I
The CONTRACT DOCUMENTS for the PROJECT shall consist of:
• Document titled:
CONTRACT DOCUMENTS PLANS AND SPECIFICATIONS for
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO .: P14-13D
1
City of Temple City
The above entitle document includes:
NOTICE INVITING SEALED BIDS
INSTRUCTIONS TO BIDDERS
BIDDER'S PROPOSAL
SPECIFICATIONS
• CONTRACTOR's Proposal
• and all referenced specifications, details, standard drawings, and appendices, together with this
contract and all req uired bonds, insu rance certificates, perm its, notices and affidavits, and also
including any and all addenda or supplemental agreements clarifying, amending, or extending the
work contemplated as may be required to insure its completion in an acceptable manner.
All of t he rights and obligations of the CITY and CONTRACTOR are fully set forth and described in the
CONTRACT DOCUMENTS .
All of the above-mentioned documents are intended to complement the other documents so that any
work called for in one, and not mentioned in the others, or vice versa, is to be executed the same as if
mentioned in all of said documents. The document comprising the complete contract are hereinafter
refe rred to as the CONTRACT DOCUMENTS and are incorporated he re in by this reference and made and
part hereof as though they were fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements be made and performed by CITY,
CONTRACTOR hereby agrees to furn ish all materials and pe rfo rm all work re q uire d for the PROJECT and
to fulfill all other obligations as set forth in the CONTRACT DOCUMENTS .
ARTICLE Ill
CONTRACTOR hereby agrees to receive and accept the total amount Forty Five Thousand Dollars
($45,000.00), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of
which is attached hereto as Exhibit "A" and by this reference incorpo rated herein and ma de a part
hereof, as full compensation for furnishing all materials, performing all wo rk, and fulfilling all obligations
hereunder.
Said compensation shall cover all expenses, losses, damages, and consequences arising out ofthe nature
of the work during its progress or prior t o its acceptance including those for well and faithfully
completing the work and the whole thereof in the manner and time specified in the CONTRACT
DOCUMENTS, and also including those arising from actions of the elements, unforeseen difficulties or
obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and
all other unknowns or ri sks of any description connected with the work.
2
The sum ide ntified in Article Ill is not subject to escalation, the CONTRACTOR having satisfied himself
with said CONTRACT price, which includes all labor and material increases anticipated throughout the
duration ofthis CONSTRUCTION CONTRACT.
CITY shall retain five percent (5%) of said CONTRACT price until said time as the provisions of Article XIV
herein have been met.
ARTICLE IV
CITY he reb y promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the
materials, do the work, and fulfill the obligations according to the terms and conditions herein
contained and referred to, for the said amounts set forth in Article Ill hereof, and hereby agrees to pay
the same at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS.
In addition, CONTRACTOR hereby promises and agrees to comply with all of the provisions of both State
and Federal law with respect to the employment of unauthorized aliens.
Should CONTRACTOR so employ such unauthorized aliens for the performance of work and/or services
covered by this contract, and should the Federal Government impose sanctions against the CITY for such
use of unauthorized aliens, CONTRACTOR hereby agrees to, and shall, re imburse CITY for the cost of all
such sanctions imposed , together with any and all costs, including attorney's fees, incurred by the CITY
in connection therewith.
Furthermore, CONTRACTOR hereby represents and warrants that it is not currently, and ha s not at any
time within the past five (5) calendar years been , suspended, debarred, or excluded from participating
in, bidding on, contracting for, or completed any project funded in whole or in part by any federally
funded program, grant or loan, or any project funded in whole or in part by a program, loan or grant
from the State of California, and that CON TRACTOR currently has and for the past five (5) calendar years
has ma intained in good standing, a valid California contractor's license. CONTRACTOR agrees to
complete and execute any statement or certificate to this effect as may be required by the City or by any
federal or State of California program, loan or grant utilized on t his PROJECT.
ARTICLE V
CONTRACTOR shall commence work on the date specified in the Notice to Proceed to be issued to said
CONTRACTOR by the Director of Public Works of CITY and shall complete work on the PROJECT within
Twenty (20) working days after commencement.
ARTICLE VI
CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination
practices on the basis of race , religious creed, color, national origin, ancestry, physical disability, mental
disability, medical condition, marital status, sex, age, or sexual orientation in the performance of this
AGREEMENT and shall comply with the provisions of the California Fair Employment and Housing Act as
3
set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civi l Rights Act
of 1964, as set forth in Public Law 88-352, and all amendments th ereto; Executive Order 11246; and all
administrative rules and regulations issued pursuant to such acts and order.
CONTRACTOR hereby promises and agrees to comply with all of the provisions of the Federal
Immigration and Nationality Act (8 USCA 1101, et seq.), as amended; and, in connection therewith, shall
not employ unauthorized aliens as defined therein. Should CONTRACTOR so employ such unauthorized
a lie ns for the performance of work and/or services covered by this AGREEMENT, and should the Federal
Government impose sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR
hereby agrees to, and shall, re imburse CITY for the cost of all such sanctions imposed , together with any
and all costs, in cluding attorney's fees, incu rred by the CITY in connection therewith.
ARTICLE VII
CONTRACTOR is aware of and agrees to abide by the provisions of California Labor Code Sections 1720,
et seq., as well as 1771, 1773, 1773.1, 1773.6, 1773.7, 1775 and 1776, pertaining to the obligation to pay
prevailing wages with respect to the performance of work. Copies of the prevailing rate of per diem
wages and the general prevailing rate for holiday and overtime work for each craft are available upon
request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site . If
such posting is not possible, a copy shall be posted at the business of the CONTRACTOR .
This is a federally-assisted CONSTRUCTION CONTRACT . Federal Labor Standards Provisions, including
prevailing wage requirements of the Davis-Bacon and Related Acts will be enforced. In the event of a
conflict between Federal and State wages rates, the higher ofthe two will prevail.
The CONTRACTOR's duty to pay State prevailing wages can be found under Labor Code Section 1770 et
seq . and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages
and employ apprentices including forfeitures and debarment.
ARTICLE VIII
A. CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as
CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge
and reporting is possible, of the discovery of any of the following conditions:
1. The presence of any material that the CONTRACTOR be lieves is hazardous waste, as
defined in Section 25117 ofthe Health and Safety Code;
2. Subsurface or latent physical conditions at the site differing from those indicated in the
specifications; or,
3. Unknown physical conditions at the site of any unusual nature, different materially from
those ordinarily encountered and generally recognized as inherent in work of this
character provided for in this Contract.
B. Pending a determination by CITY of appropriate action to be taken, CONTRACTOR shall provide
4
security measures (e.g., fences) adequate to prevent the hazardous waste or physica l conditions
from causing bodily injury to any person.
C. CITY shall promptly investigate the re ported conditions. If CITY, through its Director of Public
Works, or her designee, and in the exercise of its sole discretion, determines that the conditions
do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the
CONTRACTOR's cost of, or time req uired for, performance of any part of the work, then CITY
shall issue a change order.
D. In the event of a dispute between CITY and CONTRACTOR as to whether the cond itions
materially d iffer, or involve hazardous waste, or cause a decrease or i ncrease in t he
CONTRACTOR 's cost of, or time requ ired for, performance of any part of the work,
CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with
all work to be performed under t he Contract. CONTRACTOR shall retain any and all rights which
pertain to the resolution of disputes and protests between the parties.
ARTICLE IX
CONTRACTOR shall assume the defense of and indemnify and save harmless the CITY, its elective and
appointive board s, officers, agents and employees, f rom all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirect ly arising from the performance of the
CONTRACTOR's work, regardless of r esponsibil ity of negligence; and from any and all claims, loss,
damage, injury and liability, howsoever the same may be caused, resu lting directly or in directly from the
nature of the work cove red by the contract, regardless of responsibility of negligence; provided
(a) That CITY does not, and shall not, waive any rights against CONTRACTOR which
it may have by reason for the aforesaid hold-harmless AGREEMENT because of
the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the
insurance policies hereinafter described in this AGREEMENT.
(b) That the aforesaid hold-harmless AGREEMENT by CONTRACTOR shall apply to
all damages and claims for damages of every kind suffered, or alleged to have
been suffered, by reason of any of the aforesa i d operations of CONTRACTOR, or
any subcontractor, regardless of whether or not such insurance policies shall
have been determined to be applicable to any of such damages or claims for
damages.
ARTICLE X
CONTRACTOR, before commencing said PROJECT, shall furnish and file with CITY a bond, or bonds, in a
form satisfactory to the CITY, in the sum of one hundred percent {100%) of the CONTRACT price thereof
conditioned upon the faithful performance of this contract and upon the payment of all labor and
materials furnished in connection with this contract.
5
ARTICLE XI
CONTRACTOR shall not commence work under this contract until CONTRACTOR shall have obtained all
insurance requi red by the CONTRACT DOCUMENTS and such insurance shall have been approved by
CITY as to form, amount and carrier, nor shall CONTRACTOR allow any subcontractor to commence work
on any subcontract until all simi lar insurance required of the subcontractor shall have been so obtained
and approved.
(a) COMPENSATION INSURANC E-CONTRACTOR shall take out and ma inta i n, during
the life of this contract, Worker's Compensation Insurance for all of
CON TRACTOR's employees employed at the site of improvement; and, if any
work is sub le t, CONTRACTOR shall require the subcontractor similarly to provide
Worker's Compensation Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by CONTRACTOR. If any
class of emp loyee s engaged in work under this contract at the site of the
PROJECT is not protected under any Workers' Compensation law, CONTRACTOR
shall provide and shall cause each subcontractor to provide adequate insurance
for the protection of employees not otherwise protected. CONTRAC TOR shall
indemnify CITY for any damage resulting to it from failure of either
CONTRACTOR or any subcontractor to take out or maintain such insurance .
(b) COMPREHENSIVE GENERAL LIABILITY, PRODUCTS/ COMPLETED OPERATIONS
HAZARD, COMPREHENSIVE AUTOMOBILE LIABILITY AND CONTRACTUAL
GENERAL LIABILITY INSURANCE . CONTRACTOR shall take out and maintai n
during the life of this contract such comprehensive general liability,
products/completed operations hazard, comprehensive automobile liability and
contractual general liability insurance as shall protect CITY, its elective and
appointive boards, of ficers, agents and employees, CONTRACTOR, and any
subcontractor performing work covered by this contract, from claims for
damage for personal injury, including death, as well as from claims for property
damage which may arise from CONTRACTOR's or any subcontractor's
operations under this contract, whether such operations be by CONTRACTOR or
by any subcontractor, or by anyone directly or ind ire ctly employed by either
CONTRACTOR or any subcontractor, and the amounts of such insurance shall be
as follows:
(1) Public Liability Insurance in an amount of not less than ONE M ILLION
DOLLARS ($1,000,000);
(2) Products/Completed Operations Hazard Insurance in an amount of not
less than ONE M ILLIO N DOLLARS ($1,000,000);
(3) Comprehensive Automobile Liability Insurance in an amount of not less
than ONE MILLION DOLLARS ($1,000,000);
(4) Contractual General Liabi lity In surance in an amount of not less th an
ONE MILLION DOLLARS ($1,000,000).
6
A combined single limit policy with aggregate limits in an amount of not less
than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the
said required minimum limits set forth hereinabove.
(c) PROOF OF INSURANCE -The insurance required by this AGREEMENT shall be
with insurers which are Best A rated, and California Admitted or better. The
CITY of Temple City shall be named as "additional insured" on all policies
required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the
execution hereof, with satisfactory proof of carriage of the insurance requi r ed,
and adequate legal assurance that each carrier will give CITY at least thirty (30)
days' prior notice of the cancellation of any policy during the effective period of
the contract.
(d) NOTICE TO COMMENCE WORK -The CITY will not issue any notice authorizing
CONTRACTOR or any subcontractor to commence work under this contact until
CONTRACTOR has provided to the CITY the proof of insurance as required by
subparagraph (c) of this article.
ART ICLE XII
If any dispute shall arise concerning this AGREEMENT, the prevailing pa r ty shall be entitled to attorney
fees.
ARTICLE XIII
The parties agree that it would be impractical and extremely difficult to fix the actual damages to the
CITY in the event the PROJECT is not commenced and/or completed on or before the dates specified for
commencement and completion of the PROJECT in the CONTRACT DOCUMENTS . The parties have
considered the facts of a breach of this contract and have agreed that the liquidated damages sum
hereinafter set forth is reasonable as liquidated damages in the event of a breach, and that said sum
shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not
begun and/or completed and accepted by the times so specified in the CONTRACT DOCUMENTS, the
sum of Two Hundred Fifty Dollars ($250) shall be presumed to be the amount of damages suffered by
the CITY for each day's delay in the starting and/or completion and acceptance of said PROJECT after
the dates specified in the CONTRACT DOCUMENTS for the start and/or completion thereof, and
CONTRACTOR hereby agrees to pay said sum of Two Hundred Fifty Dollars ($250) as liquidated damages
for each day of delay in the starting and/or completing and acceptance of said PROJECT beyond the
dates specified in the CONTRACT DOCUMENTS. Any and all such liquidated damages assessed shall be
done so in accordance with that certain edition of the Standard Specification for Public Works
Construction currently in effect on the execution date of this CONTRACT.
7
UNLIMITED ENVIRONMENTAL, INC.
a California corporation
by ______________________ __
President
by ______________________ __
Secretary
ARTICLE XIV
CITY OF TEMPLE CITY,
a Municipal corporation
by ____________________ __
City Manager
by ____________________ __
City Clerk
Upon completion of PROJECT and acceptance of same by the CITY Council, the CITY Manager sha ll have
cause to be recorded a Notice of Completion with the offi ce of the Los Angeles County Recorder; and,
after thirty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of
CITY shall re lease the funds retained pursuant to Article Ill hereof; provided there have been no
mechanics' liens or stop notices filed against said work which have not been paid, withdrawn or
eliminated as liens against said work.
ARTICLE XV
This contract shall not be assignable, either in whole or in part, by the CONTRACTOR without first
obtaining the written consent ofthe CITY thereto.
ARTICLE XVI
The provisions of this AGREEMENT are cumulative and in addition to and not in limitation of any rights
or remedies available to CITY.
--------SIGNATURES ON FOLLOWING PAGE--------
8
IN WITNESS WHEREOF, the parti es hereto have caused this contract to be executed on t h e __ day of
_________ , 20 1 4, by th e ir r e spe ctive offi ce r s d u ly authorized in th at beha lf.
ATTES T :
By: __________ _
Peggy Kuo, City Clerk
AP PROVED AS TO FORM
By: __________ _
Eric S. Va i l, City Atto rney
9
CITY OF TEMPLE CITY
a Municipal Corporation
By: __________ _
Bryan Cook, City Ma nager
UNLIMITED ENVIRONMENTAL, INC.
a California Corporation
By: ___________________ _
President
by ____________ ___
Secretary
ATTACHMENT B
TRANSTECH BID ANALYSIS FORM
1. BID TABULATION
PROJECT NAME: P14-13D BU ILDING DEMO AT 5800 TEMPLE CITY BLVD, CITY OF TEMPLE CITY
TT Job No: 14867 I
I
Bld Date: 11f18f201 4 Comments:!
NcofBidsRecei\led: 10 i
Bidder1 Bidder2 Bi dder 3
B ID TA BULATION Ellg liat-Name: Unlimited Name: American Name : Midwest
Envlromental Inc. W recking Inc. Envlromental Control
Inc.
Bid Item an d Description Qty Unit Unll l'l"fCe Total Prtca Unit Price Total Price Unit Price Total Price Unit Price Total Price
1. REMOVAL Of BUU.DING, FOUNOI\110NS AND CONCRETE WITHIN THE BULOING FOOT PRINT
2. REMOVAL OF PilASTERS AND 12"WIDE CONCRETEIPAVER BAND BEHIND SIDEWALK ALONG THE FULL
WEST FRONTAGE OF THE PROPERTY.
3. REMOVAL OF PERIMETER WALL AHACHEO TO THE 6Uil.DINGAT THE BUllOtlG'S NORTH.\'~STCORNER
ANO EXTENDS APPROXIMATElY 20' NORTH {FACING WES T).
4. REMOVAL OF PERIMETER WALL AT THE PROPERTY"S NORTH-WEST CORNER iFAC ~G WEST),
APPROXIMATELY 15' LONG.
5. REMOVAL OF SOUTHERNL Y PERIMETER WALL Al'l> FOJNDATION, APPROXIMATELY 7(JL00G (FACING
l :~:~5VAI. OF ROlLING GATE, BASE RAJ LI NG. FRAME AND ALL OTHER METAL An ACHMENTS AT THE WEST 1 LS $100.000.00 $100,0110.0C $45,000.00 $45,000.00 $45.750.00 $45,750.00 $50,891.25 $50,891.25
AND EAST DR NEWAYS.
7. RE/..10VAL OF 01..0 METAL {SCRAP) CONTAINER LEFT AT HE NOOTH·EAST CORNER Of THE PROPERTY
8. REMOVAL OF A SECTION OF EXISTING PARKING LOT AC PAVEMENT AND SUBBASE EAST OF TI-E BUILDING.
9. REMOVAL OF EXISTING LANDSCAPE AREA (TO A DEPTH OF 6") JUST SOUTH Of THE ACAREA INDICATED IN
rTEM8ABOVE.
COST OF CAPPING UTLITIES BY UTILITY COMP/1-NIES SHALL BE PAID BY COOTRACTOR ASA DIRECT COST
WITHOUT ANY MARKUP. THIS COST WILL BE REIMBURSED BY THE CITYFROM AN ALLOWANCE AMOUNT Of
$10,000, WHICH SHAll BE INCLUDED IN TOTAl BID AMOUNT INDICATED BY THE BlXJER
GRAND TOTAL B ID AMOUN T $100,000.00 $45,000.00 $45,750.00 $60,891.25
BID RANKING ENG EST LO W BID 1 LOW BID 2 LOW BID 3
TOTAL BID AMOUN T CALCUL ATED BASED ON UNIT PRICES ENG EST $45,000.00 $45,750.00 $60,891.25
TOTAL BID AMOUN T INDICATED BY B IDDER ENG EST $45,000.00 $45,750.00 $60,891 .25
IS BID BALANCED OR UNBALANCED?
\\trxs\lf\O$eMWPROCESS\JOBRECRD\2014\14867 TC 5aOOTC Bl BWNG DEMO BID PACI<AGE\W1P\3CONTRACT AWARP.BID ANALYSIS\BIDANALYSIS P14-13D 8LONG DEMO AT 5aOOTEMPLE C!TY BLBID TABULATION Page 1 of 7
TRANSTECH BID ANALYSIS fORM
1. BID TABULATION
PROJECT NAME: P14-13D B UILDING DEMO AT 5800 TEMPLE CITY BL VD , CITY O F TEMP L E CITY
b,"_Job No; 14867 !
Bid Oat ~: 11/IB/'2014 Comments:!
fNo of Bids; R~ceived: 1 0
Bidder 4 Bidder 5 B idder 6
B ID TABULATION Ell Eootinnote Name : Cinbad Industry Name: Inter ior Name: National
Inc. Demolition Inc. Demolition Contractors
B id Item and Description Qtv Unit llfiiiFtft» TclaiPIIce Unit Price Total Price Unit Price Tot a l Prke Unit Price Total Price
1. REMOVAl OF BUILOtlG, FOUNDATIONS AND CONCRETE WITHIN THE BUILO~G FOOT PRINT
2. REfo.'.OVAl OF PILASTERS AND 12"W IC€. COOCRETEIPAVER BAND BEHIND SIDEWAlK AlONG THE fUll
WEST FROOTAGE Of THE PROPERrY.
3. REMOVAl OF PERI~IETER W.AJ..l ATTACHED TO "THE BUilOfiiG A.T THE BU ILDING'S NORTH·VIIESTCORNER
AND EXTENDS APPROXIMATELY 20' NORTH (FACING WEST).
4. REMOVAl OF PERI~TER WALL AT THE PROPERTY'S NORTH-WEST CORNER (FACING WESD.
APPROXIMATELY 15'LOOG.
5_ REMOVAL OF SOOTH ERNL Y PERIMETER WALLAND FOUNDATION , APPROXIMAT'El Y 7rt LOOG (FACr-IG
l ~ET~VAL OF ROlliNG GATE, BASE RAILING, FRAME AND All OTHER METAL A TTACH~.£NT$ AT TH E WEST 1 LS $100,000.00 l100,000.0C $73,950.00 $73,950.00 $75,480.00 $75,480.00 $85,400.00 $85,400.00
AND EAST DRIVEWAYS.
7. REMOVAl OF OLD METAL {SCRAP) CONTAINER LEFT AT THE NORTH-EAST CORNER OF THE PROPERTY.
8. REMOVAL OF A SECTK:IN OF EXtsTN G PARKING LOT AC PAVEMENT AND SUBBASE EAST OF THE BUILO IHG.
9. REMOVAL OF EXISTING LANDSCAPE AA.EA (TO A DEPTH OF 6') JUST SOUTH Of THE AC AREA INDICATED IN
ITEM 8 ABOVE.
COST Of CAPPING UTILmES BY UTILITY COMPANIES SHALL BE PAID BY CONTRACTOR AS A DIRECT COST
WITHOUT ANY MARKUP. THIS COST Will BE REM8UR.SEO BY THE CITY FROMAN AllOWANCE AMOUNT OF
S10,000, WHK:H SHALL BE U'>CLUDED IN TOTAL BID A~NT INDK:ATEO BYTHE BIOOER .
GRAND T OTAL BID AMOUNT $1 00,000.00 $73,950.0 0 $75,480.00 $85,400.00
B ID RANKING ENG EST LOW BID 4 LOW B IDS LOW B ID 6
TOT AL B ID AMOUNT CALCULAlED BASED ON UN IT PRICES ENG EST $73,950.00 $75,480.00 $85,400.00
TOTAL B ID AMOUNT INDICATED BY BIDDER ENG EST $73,950.00 $75,480.00 $85,400.00
IS B ID BALANCED OR UNBALANCED?
\\tn:svr\Ds~rv\WPR OCESS\JOBRECRD'-201 4\14867 TC S800TC Bl B.LDNG DEMO BID PACKAGE,W\P\3CONTRACT AWARDI.BIDANALYSIS\BtOANALYSIS P14-130 BLDNG DEMO AT 5800 TEMPLE CITY BLBIO TABULATION Page 2 of7
TRANSTECH BID ANAL Y S!S FORM
1. BID T ABU LATION
PROJECT NAME: P1 4-13D BUILDING DE MO AT 58 00 TEMPLE CITY B LVD, C IT Y OF TEMPLE CITY
T Job No: 14867
eo..-I ~: ~;:.,~= 10 I
Bidder7 Bidder S Bidder 9
BID TABULATION ....... Name: C-1 Construction Name: NorthStar Name: HCI Enviromental &
Corp. Demolition and Engineering Setvice Remediation
B id Item and Descrip tion Olv Un i1 l/lllt Aioe TGIII -Unit Price Total Price Unit Prfce Total Price Unit Price To1 al Price
1, REMOV!\1. Of BUlONJ, F~OATIONS ANO CONCRETEWlTHN THE BIJilDtlG FOOT PRNT
2. REI<O\IAL OF PILAS1ERS mJ 12'WIDE CONCRE1 Eil'A'IER BAND BEHIND SIDEWALK ALONG THE F\Jll
WEST FRONTAGE OF TI-E PROPERTY.
3. REMOVAL OF PERIMflER WAll ATTACHED TO TH E BU~DING AT THE BUILDI'ffi"S NORTH-WEST CORNER
At-0 EXTENDS APPROX!MATEL Y 20' NORTH (FACtlG WEST).
<.REMOVAL OF PERr.lETER WAll AT THE PROPERWS NORTH-WEST CORNER (FAC NG WEST).
PPROXI~1ELY 1S'LONG.
5. REMOVAL OF SGUTHERNL Y PERI>JETER WAll AND FOUNDATION, APPROXI~TELY 1a LONG (FACING
1 :~~Al OF RCX.LINGGATE, BASE RI>JLING, FRAME AND All OTHER I.'ETAL ATIACHt.'ENTS AT THE WEST 1 LS $1~000.00 $100,000.1)( $89,000.00 $89,000.00 $97,800.00 $97,800.00 $104,500.00 $104,500 .0D
AND EAST DRriEWAYS.
7, REUO\IAL OF OLD METAL (SCRAP) CONTAJNER LEFT AT THE NORTH-EAST COONER OF THE PROPERTY
B. REMOVAl Of A SECTION OF EXISTNG PARKING lOT AC PAVB.ENT ANO SUBBASE EAST OF TtE BUil OING.
9. REUO\IAL OFEXISTNG LANDSCAPE AREA (TO A DEPTH OF 61 J.J ST SOUTH OF THEAC AREA INDICATED N
ITEM I ABOIIE.
COST Of CAPP~G UTI.IT£5 BY UTLITY COMPANIES SHAll IE PAD BY CONTRACTOO.I<SA DIRECT COST
WITHOUT lffl MARKUP. THIS COST WU BE REt.eURSEO BY TfE CITY FROIIAM ALLOWANCE AMOUNT a'
$10,<m, WH1CH SHAll BE INClUDED IN TOTAl 810 1\MCAJNTHJICATED BYn£ llllllER.
GRAND TOTAL BIO AMOUNT $100,000.00 $89,000.00 $97,800,00 $104,500.00
BID RANKING ENG EST LOW 6 107 LOW BID 8 LOW BID 9
TOTAL BID AMOU NT CALCULATED BASED ON UNIT PRICE S ENG EST $89,000,00 $97,800.00 $1 04,500.0D
TOTAL BID AMO UNT INDICATED BY BIDDER ENG EST $89,00 0.00 $97,8DD.OD $104,500.00
IS BID B ALANCED OR UN BALANCED?
\\n&'lf\O&eN\WPROCESS\JOBRECROI.2014\14857 TC SSOO TC BL BLDNG DElillO BID PACKAGE'IWIP\3CONTRACT AWARO\B l D ANAL YSIS\810 ANALYSIS P14-13D BtDNG DEMO AT 5600 TEMPLE ctTY BLBIO TABULATION Page3ot7
TF!ANSTECH BID ANAlYSIS FORM
2. REVIEW OF APPARENT LOW BID
PROJECT NAME: P14-13D BUILDING DEMO AT 5800 TEMPLE CITY BLVD, CITY OF TEMPLE CITY
Name: Unlimited Enviromentallnc. TELEPHONE NO 562-981-6600
APPARENT LOW BID SUBMITTED BY: Richard Miller 1390 32nd Street
Signal Hill, CA 90755 FAX NO
APPERENT LOW BID AMOUNT: $45,000.00
ITEM REVIEWED/CHECKED REVIEW RESULT CHECKED BY DATE REMARKS
BID STAMPED AS RECEIVED PRIOR BID TIME: "'' Ye 11/18114
BID BOND IN PROPER AMOUNT: YCO 00 11119114
ALL ADDENDA ACKNOWLEDGED: "" Ye 11/18114
NY APPARENT DISCREPANCY IN THE SUBMITTAL: "0 00 11/19/14
OTAL BID PRICES CALCUlATED CORRECTLY "' 00 11119114
SUBCONTRACTOR AMOUNT: $0.00 00 11119/14
PRIME CONTRACTOR REQUIREMENT: 51.00% 00 11119/14
SUBCONTRACTOR PERCENT PER BID· 0.00% 00 11119114
PRIME CONTRACTOR PERCENT PER BID: 100.00% 00 11119114
BIDDER COMPLIES WITH PRIME CONTRACTOR PERCENT: "' 00 11119114
CONTRACTOR LICENSE STATUS: ACTIVE 00 11/19114
REFERENCE CHECK ACCEPTABLE "' 00 11/21114
1\lrx.vnDserv"WPROCESS\.JOBRECRD\2014\14867 TC 5000 TC Bl BlDNG DEMO BID PACKAGE\WIP\3CONTRACT AWARDIBID ANAl YSIS".BID ANAlYSIS P1413D BlDNG DEMO AT 5800 TEMPlE CITY BlREVIEW OF APPERANT LOW EID Page 5 o!7
TRANSTECH BID ANALYSIS FORM
4. LOWEST RESPONSIVE AND RESPONSIBLE BID
PROJECT NAME: P14~13D BUILDING DEMO AT 5800 TEMPLE CITY BLVD, CITY OF TEMPLE CITY
APPARENT LOW BIDDER: Name: Unlimited Enviromentallnc.
AMOUNT: $45,000.00
DID APPARENT LOW BID REVIEW RESULTED IN APPARENT BID BEING RESPONSIVE: YES
IF APPARENT LOW BID IS NOT RESPONSIVE, CONDUCT REVIEW OF SECOND LOW BID
LOWEST RESPONSIVE BID SUBMITTED BY: Name; Unlimited Enviromentallnc.
IN THE AMOUNT OF: $45,000.00
LOWEST BID $45,000.00
AVERAGE BID SB0,104.63
HIGHEST BID $123.275.00
ENGINEERS ESTIMATE $100,000.00
RECOMMENDATION AND APPROVALS
ACTION TAKEN DATE BY
LOW BID ANALYSIS REVIEWED BY·
LOW BID RECOMMENDED BY 1112412014 OD
\\tr.<svr\Dserv\WPROCESS\JOBRECRD\2014\14867 TC 5800 TC Bl BLDNG DEMO BID PACKAGE\WIP\3CONTRACT AWARO\BID ANALYSIS\BID ANALYSIS P14·13D BLDNG DEMO AT 5800 TEMPLE CITY BLRESPONSIBLE LOW BID Page 7 ol 7
BIDDER SHALL COMPlETE AND SUBMIT All DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BIO REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT S800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
Pursuant to and in compliance with your Notice Inviting Bids and the other documents relating thereto,
the undersigned bidder, having familiarized himself with the work as per the paragraph, Discrepancies
and Misunderstandings, contained in the INSTRUCTIONS TO BIDDERS section, and with the terms of the
contract, the local conditions affecting the performance of the contract, and the cost of the work at the
place where the work is done, and with the drawings and specifications and other contract documents,
hereby proposes and agrees to perform, within the time stipulated, the contract, including all of its
component parts, and everything required to be performed, and to provide and furnish any and all of
the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation
services necessary to perform the contract and complete in a workmanlike manner, all in strict
conformity with the Contract Documents on file at the office of the City Clerk of said City, per the
following bid schedule (Bidder shall provide a bid amount for each bid item. Failure to provide a bid for
each bid item shall render the bid non-responsive):
Page C.2
BIDDER SHALL COMPLETE AND SUBMIT All DOCUME:NTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
Item I Description
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMOLITI ON OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
SCOPE OF WORK FOR DEMOLITION CONTRACT (SEE APPENDIX C-SCOPE OF WORK):
1. REMOVAL OF BUILDING , FOUNDATIONS AND CONCRETE WITHIN THE BUILDING FOOT
PRINT (BUILDING IS ON POST/RAISED FOUNDATIONS. REMOVAL AREA IS DELINEATED
~'''''"'-,} ~''''''''~ ~'~ AS ~''"'''''" "''""''~ .. ~ , AND EXTENDS TO BACK OF EXISTING PUBLIC SIDEWALK
INCLUDES ALL CONCRETE IMPROVEM ENTS, STAIRS, WALKWAYS, ACCESS PATHS,
FOUNDATIONS, ETC. THAT EXTEND FROM BUILDING TO ADJACENT PUBLIC SIDEWALKS
ON THE WEST AND SOUTH SIDES .
2. REMOVA L OF PILASTERS AND 12" WIDE CONCRETE/PAVER BAND BEHIND SIDEWALK
ALONG THE FULL WEST FRONTAGE OF THE PROPERTY.
3. REMOVA L OF PERIMETER WALL ATTACHED TO THE BUILDING AT THE BUILDING 'S
NORTH-WEST CORNER AND EXTENDS APPROXIMATE LV 20' NORTH (FACING WEST).
4. REMOVAL OF PERIMETER WALL AT THE PROPERTY'S NORTH-WEST CORNER (FACING
WEST), APPROXIMATELY 15' LONG.
5. REMOVAL OF SOUTHERLY PERIMETER WALLAND FOUNDATION, APPROXIMATELY70'
LONG (FACING SOUTH).
6. REMOVAL OF ROLLING GATE, BASE RAILING, FRAME AND ALL OTHER METAL
ATTACHMENTS AT THE WEST AND EAST DRIVEWAYS.
7. REMOVAL OF OLD METAL (SCRAP) CONTAINER LEFT AT THE NORTH-EAST CORNER OF
THE PROPERTY.
8. REMOVAL OF A SECTION OF EXISTING PAR KING LOT AC PAVEMENT AND SUBBASE
EAST OF THE BUILDING. THE AREA IS APPRO X. 30' x 65'. REMOVAL AREA IS
DELINEATEDASt_• Ill--
01
ll 1
9. REMOVAL OF EXISTING LANDSCAPE AREA (TO A DEPTH OF 6") JUST SOUTH OF THE AC
AREA INDICATED IN ITEM 8 ABOVE . THE AREA IS APPROX. 22' x 65'. REMOVAL AREA
~~~~~~~~~~~ IS DELINEATED AS~,,~~$,~ >1' ~·~ REMOVAL INCLUDES EXISTING TREE AND TREE
ROOTS AT THE SOUTH-EAST CORNER OF THE PROPERTY. THE TREE IS INSIDE THE
PERIMETER WALL. ATIENTION: DO NOT REMOVE THE OTHER EXISTING MATURE
TREES ALONG THE SOUTHERLY PARKWAY.
ALL DIRT AREAS LEFT AFTER DEMOLITION AND REMOVALS SHALL BE BACKFILLED WITH
CLEAN DIRT SUITABLE FOR LANDSCAPE TO A DEPT H OF 2" BELOW ADJACENT FINISHED
SURFACE ELEVAT IONS , INSTALL "BROWN LOOS E BULK MULCH" ON TOP 2".
AFTER DEMOLITION WORK IS COMPLETED, CONTRACTOR SHALL REMOVE ITS
CONSTRUCTION FENCE, AND CITY WILL INSTALL ITS OWN NEW FENCE SEPARATELY THRU A
FENCE RENTAL COMPANY. THE NEW FENCE WILL BE INSTALLED AROUND THE PERIMETER
OF THE PROPERTY, EXCEPT WHERE PERIMETER WALLS ARE KEPT IN PLACE. 1 ACCESS
GATES WILL BE PROVIDED WITH THE NEW FENCE AT WEST SIDE . NEW FENCE THAT WILL
Page C.3
Total Lump-sum
Price
$ 35,000
BIDDER SHAll COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
DESIGNATION OF SUBCONTRACTORS
BI DDER proposes t o subcontract certain portions of the work which are in excess of one-half of one
percent of the bid and to procure materials and equipment from suppliers and vendors as follows:
Subcontractor Information Work to be Performed Dollar Amount
Name: NONE N/A
Address: $
Tel :
Name:
Address: $
Tel:
Name:
Address: $
Tel :
Name:
Address: $
Tel:
Name:
Address: $
Tel:
Name:
Address: $
Tel:
Name:
Address: $
Tel:
Total Subcontract Amount (shall not exceed 49% of Total Bid Amount) $ N/A
Page c.s
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
REFERENCES
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-130
City ofT em pie City
The City of Temple City is interested in obtaining bids from the most qualified and capable contractors
with a proven track record able to perform work desired by the Public Works Department. Any and all
references required to be provided by the bid specifications must be for projects constructed by the
bidding company; references for other projects performed by principals or other individuals of the
bidding company may not be included.
The following are the names, addresses, and telephone numbers for three pub lic agencies for which
BIDDER has performed similar work within the past three years
Reference Contact Information · Reference Project Contract Date
Name Value Com(21eted
Agency Name: City of Newport Beach
Contact Name and Title: Marina Park $570,000 January 2014 Iris Lee-Senior Civil Engineer
Contact Tel No: (949)644-3323
Agency Name: Veteran Administration Hospital
Contact Nam~ and Title: B Spivey C lef Occupational Safety & Health/ en "senior Industrial Hygienist
Various Projects-$1 million+ Ongoing
Contact Tel No: (310)4 78-3 711 Various VA Hospitals
Agency Name: UC Davis
Contact Name and Title: Castilian Hall $711,000 January 2013 John Sorensen-Sr. Project Manager
Contact Tel No: (530)752-5126
BONDS
The following are the names, addresses, and telephone numbers for all brokers and sureties from whom
Bidder intends to procure insurance bonds:
Broker: Millennium Risk Management & Insurance Service· 5530 Trabuco Rd., Irvine, CA 92620 (818)203·0408
Surety: International Fidelity Insurance Company· One Newark Center, 20th Floor, Newark, NJ 07102-5207 (973)624-7200
SITE INSPECTION
The Bidder declares that he/she has carefully read and examined the plans, specifications, bid
documents, and he/she has made a personal examination of the site (indicate name of the person,
representing the bidder, who inspected the site and date below) and that he/she understands the exact
scope of the Project W ITHOUT QUESTION.
Page C.6
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PJ\GES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
(Entire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City of Temple City
Name of Person who inspected the site: Richard Miller
Date of Inspection: 11/04/14
ADDENDA ACKNOWLEDGMENT
The Bidder acknowledges receipt of the following Addenda and has included their provisions in this
Proposal: No Addendas
Addendum No .. ________ Dated ______ _
Addendum No .. ________ Dated ______ _
EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE
BIDDER certifies that all previous contracts or subcontracts, all reports which may have been due under
the requirements of any Agency, Site, or Federal equal employment opportunity orders have been
satisfactorily filed, and that no such reports are currently outstanding.
AFFIRMATIVE ACTION CERTIFICATION
BIDDER certifies that affirmative action has been taken to seek out and consider minority business
enterprises for those portions of work to be subcontracted, and that such affirmative actions have been
fully documented, that said documentation is open to inspection, and that said affirmative action will
remain in effect for the life of any contract awarded hereunder. Furthermore, BIDDER certifies that
affirmative action will be taken to meet all equal employment opportunity requirements of the contract
documents.
NONCOLLUSION AFFIDAVIT
BIDDER declares that the only persons or parties interested in this proposal as principals are those
named herein: that no officer, agent, or employee of the City of Te mple City is personally interested,
directly or in directl y, in this proposal; that this proposal is made without connection to any other
individual, firm, or corporation making a bid for the same work and that this proposal is in all respects
fair and without collusion or fraud.
Page C.7
BIDDER SHALL COMPLETE AND SUBMIT ALL DOCUMENTS AND PAGES IN THIS SECTION "C. BIDDER'S PROPOSAL AND BID REQUIREMENTS"
BIDDER'S PROPOSAL AND BID REQUIREMENTS
{Entire section C shall be submitted with the bid)
DEMOLITION OF THE BUILDING AT 5800 TEMPLE CITY BOULEVARD
NOTICE INVITING BID NO.: P14-13D
City ofTemple City
BIDDER INFORMATION
Bidder's Name : Unlimited Environmental, Inc.
Address: 1390 32nd Street
Signal Hill, CA 90755
Form of Lega l Entity (i.e., individual, partnership, corporation, etc.} Corporation
If a Corporation, State of Incorporation (i.e., Calif.} California
Valid State Contractor's License No . and Class 668511 B, C21, ASB, HAZ
Contact Person Information :
Name Title E-mail Tel
Richard Miller Senior Project Manager richard@ueiteam.com 562-981-6600
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
W. Scott Lange, President-1390 32nd Street, Signal Hill, CA 90755 (562)981·6600
Jill Dupleich· Vice President-1390 32nd Street, Signal Hill, CA 90755 (562)981 -6600
The date(s) of any voluntary or involuntary bankruptcy judgements against any principal having an
interest in this proposal are as follows:
N/A
All current and prior DBA'S, alias, and/or fictitious business names for any principal having an in terest in
this proposal are as follows:
N/A
Previous contract performance history:
Was any contract terminated previously: No
If the answer to the above is "yes", provide the following information :
Contract/project name and number: _____ N_IA ________ ----:-----
Date of termination: N/A
Reason for termination: N/A
Owner's name: N/A
.owner contact person and tel. no.: ------"N""/A-'--------------
Page C.9