Loading...
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