Loading...
HomeMy WebLinkAbout17 - Newport Beach Police Department RemodelTO: FROM: CITY OF NEWPORT BEACH City Council Staff Report February 13, 2018 Agenda Item No. 17 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Peter Tauscher, Civil Engineer,ptauscher@newportbeachca.gov PHONE: 949-644-3316 TITLE: Newport Beach Police Department Remodel — Award of Contract No. 7261-1 (17F12) ABSTRACT: Staff has received acceptable bids for the Newport Beach Police Department Remodel project and is requesting City Council approval to award the Construction Remodel work to TL Veterans Construction, Inc. RECOMMENDATION: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 (Existing Facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment; b) Approve the project drawings and specifications; c) Declare TL Veterans Construction, Inc. as the lowest responsive bidder; d) Award Contract No. 7261-1 to TL Veterans Construction, Inc. (TLV) for the total bid price of $496,800.00, and authorize the Mayor and City Clerk to execute the contract; and e) Establish a contingency of $50,200.00 (approximately 10 percent) to cover the cost of unforeseen work not included in the original contract. FUNDING REQUIREMENTS: The current adopted CIP budget includes sufficient funding for this project. The following funds will be expensed Account Description Account Number Amount General Fund 01201925-980000-17F12 $ 555,000.00 Total: $ 555,000.00 17-1 Newport Beach Police Department Remodel - Award of Contract No. 7261-1 February 13, 2018 Page 2 Proposed uses are as follows: \/Pnrinr TL Veterans Construction, Inc TL Veterans Construction, Inc Various BACKGROUND: Purpose Construction Contract $ Construction Contingency $ Incidentals $ Total: $ Amount 496,000.00 50,200.00 8,000.00 555,000.00 The existing Police Department building was constructed in 1973. The station building has received various updates through the years with the last significant interior remodel in 1985. This remodeling effort is focused on updating the Detective, Interview, Squad, CSI and CSU rooms. This remodel project will provide updated lighting, ceiling tiles, a new electrical system, minor wall modification and repair, painting, and prepare the rooms for new furniture. The new furniture will be provided under a separate contract by the Police Department and installation coordinated with this construction work. The project is also planned so as to accommodate current and future police staffing needs. DISCUSSION: On January 26, 2018, at 2 p.m. the City Clerk opened and read the following electronic bids for this project: After the bid opening, the second low bidder submitted a letter to the City protesting and claiming the low bidder's bid was non-responsive in complying with several items in the bidding documents. The low bidder then submitted a response to the bid protest with accompanying documentation. Staff reviewed the low bidder's response and determined the low bidder complies with the bidding specifications for this project. Staff recommends the City Council declare TLV as the lowest responsive bidder. 17-2 BIDDER TOTAL BID AMOUNT Low TL Veterans Construction, Inc. $ 496,800.00 2 General Consolidated Constructors, Inc. $ 498,000.00 3 Interlog Corporation $ 499,000.00 4 Astra Builders, Inc. $ 562,140.00 5 Optima RPM, Inc. $ 563,000.00 6 Marjani Builders, Inc. $ 608,000.00 7 R.C. Construction Services, Inc. $ 664,000.00 8 PCN3, Inc. $ 684,000.00 9 Dalke & Sons Construction, Inc. $ 739,820.00 10 NR Development, Inc. $ 740,500.00 11 JR Universal Construction, Inc. $ 809,359.00 12 Hamel Contracting, Inc. $ 872,008.00 After the bid opening, the second low bidder submitted a letter to the City protesting and claiming the low bidder's bid was non-responsive in complying with several items in the bidding documents. The low bidder then submitted a response to the bid protest with accompanying documentation. Staff reviewed the low bidder's response and determined the low bidder complies with the bidding specifications for this project. Staff recommends the City Council declare TLV as the lowest responsive bidder. 17-2 Newport Beach Police Department Remodel - Award of Contract No. 7261-1 February 13, 2018 Page 3 The bid amount submitted by TLV is 4.5% below the Engineer's Estimate of $520,000.00. TVL possesses a California State General Building "B" Contractors License, as required by the project specifications, and has satisfactorily completed facility projects for the City and other local agencies. Pursuant to the contract specifications, TVL is allotted 70 consecutive working days to complete the work. Liquidated damages in the amount of $1,000.00 per calendar day will be assessed in case of tardy completion. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the Item). ATTACHMENTS: Attachment A — Location Map Attachment B — General Consolidated Contractor, Inc. Letter Attachment C — TL Veterans Construction, Inc. Response Letter 17-3 NEWPORT BEACH POLICE DEPARTMENT REMODEL LOCATION MAP ATTACHMENT A NOT TO SCALE . mF,,rzzr."O" OF, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7261-01 2/13/2018 17-4 ATTACHMENT B 1981111 Cusrl,, L.\xr: TEL.: 951-734-3507 C=CC PI;ImI5, CA 925711 FAX: 951-734-3.154 Vic 4507287 Peter Tauschcr Scnior Civil Fnginccr City of Newport Beach 100 Civic Center Drive Nc\wport Beach, Ca 92660 Re: PROTEST LETTER OF "ITL VETERANS CONSTRUCTION INC. Newport Beach Police Department Remodel, Contract No. 7261-1 Dear Mr. 'fauschcr. Aftcr rcvic\ying the bid documents submitted by TL Construction. Inc.. we have found several issues that Should render their bid non-responsive. TL. Veterans Construction. Inc. has only been in business for three \cars and do not appear to possess the necessary experience that is rcquircd in the Project Specifications. Specification Scction 09 51 13 1.3.13 and Scction 09 5 1 33 1.3.13 state that the installer must have a nliniminn 5 \cars documented cxperiencc. Since TI. Veterans, Inc. did not list a subcontractor with the required experience and since they do not possess the rcquircd experience. they do not meet the requirements of the specification. Specification Section 09 69 13 1.8.D states that the installer is to be FCIR certified Or demonstrate the ability to comply \with FCIB certification procedures. TL Veterans. Inc. is not FCIB certified and their abilit\ to demonstrate compliance is questionable \\ ith their limited cxpericncc. Specification Section 06 41 16 1.3 Palls B. D. E. F and 1-1 require the casc\work to be WI Certified and have compliance labels Installed oil all Items. This section also rcgLIII_CS the Installation to be monitored and inspected. Upon completion. a WI Monitored Compliance Certificate is rcquircd to be submitted. TL Veterans. Inc. (lid not list a casework SUI)COIltractor for this \work and will not be able to comply \with all the WI rcqu ircnlcnts. Spccitication Section 09 90 00 1.6.13 stales that the application must be performed by a company \with a \-cars documented cxpericncc. TL Vctcrans. Inc. does not possess the required cxpericncc listed. We at GCC are concerned that T1. Veterans docs not have the necessary cxpericncc to perform the work Of this contact. Thcy not only lack the rcquircd dOCLInicllted experience. but their completed projects. longe in cost well under $200,000. We feel that it is in the best interest of the City to render their bid non-responsive. Sincerely. ;';.*"—Rob McCoy President 17-5 ATTACHMENT C February 1St, 2018 Peter Tauscher City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Sub: Response to the Bid Protest Re: Protest Letter of TL Veterans Construction Inc., Newport Beach Police Department Remodel, Contract No. 7261-1 by General Consolidated Contractors, Inc. To Mr. Tauscher: This letter serves as TL Veterans Construction Inc.'s (TL Veterans) official response to General Consolidated Contractors, Inc.'s (GCC) bid protest letter for the project mentioned above, dated January 30th, 2018. In its protest letter, GCC asks the City of Newport Beach (City) to deem TL Veterans' bid as non-responsive based on four issues. Accordingly, TL Veterans addresses each issue separately below. 1. Specification Section 09 5113 1.3B and Section 09 5133 13.B a. GCC alleges TL Veterans to "... not possess the required experience" because the sections state that "the installer must have a minimum 5 years documented experience." TL Veterans' designated project manager for this project, Harrison Lee, has worked in the general construction industry for over ten years with a wealth of experience in commercial projects that included acoustical panel and tile installations. See Attachment A. Furthermore, TL Veterans also employs journeymen who are familiar and proficient with acoustical panel and tile installations. Through the combined experience of its field staff, TL Veterans is technically capable of completing all works called for under the two sections, and therefore the City should deem TL Veterans responsive. 2. Specification Section 09 6813 1.8D a. GCC argues that "TL Veterans, Inc. is not FCIB certified and their ability to demonstrate compliance is questionable with their limited experience." FCIB refers to Floor Covering Installation Board, as defined in the section. However, FCIB's website, www.fcibcertified.com, and its phone number, (800) 882-8846, are currently not in use. Additionally, according to Floor Covering Weekly's news article dated January 20th, 2005, FCIB's trustees voted to suspend operations. See Attachment B. As GCC alludes to, general contractors are either required to be FCIB certified or demonstrate their ability to comply with FCIB 17-6 certification procedures. But without the organization to demonstrate TL Veterans' ability to comply, this issue becomes moot. b. Even if FCIB still existed, GCC offers no proof to its claim that TL Veterans' ability to demonstrate compliance with FCIB certification procedures is questionable, save for an unsubstantiated claim of TL Veterans' "limited experience." GCC fails to define what constitutes "limited experience," fails to establish how they came to conclude that TL Veterans has "limited experience" as GCC defines it, fails to elucidate how such "limited experience," if true and applicable to TL Veterans, adversely affects TL Veterans' ability to demonstrate compliance, and finally fails to show whether "limited experience" as GCC defines it is an acceptable standard for the City to evaluate a general contractor's ability to comply. c. With FCIB defunct at the time that the bid documents were made available to interested contractors, and without any reliable evidence to conclusively show TL Veterans' inability to comply, the City should dismiss GCC's claims related to the Specification Section 09 68 13 1.81) and deem TL Veterans responsive. 3. Specification Section 06 4116 1.3 Parts B, D, E, F, and H a. The subsections 1.3 B, D, E, F, and H read as following, with WI referring to the Wood Institute of California: i. 1.3B: "All millwork and the installation of millwork shall be monitored for compliance under the scope of the WI Monitored Compliance Program (MCP). ii. 1.31): "Provide WI Inspection Service at the millwork fabricator. Provide to Architect a written report showing the results of the inspection." iii. 1.3E: "Provide WI Certified Compliance Labels on all items of casework and countertops." iv. 1.3F: "Provide WI Inspection Service at the job site. Provide to Architect a written report showing the results of the inspection." v. 1.31-1: "Upon completion of the installation, provide a WI Monitored Compliance Certificate." b. As evinced above, none of the subsections require a bidding general contractor to utilize a subcontractor in manufacturing casework items. Hence, GCC's argument that TL Veterans "did not list a casework subcontractor... and will not be able to comply with all the WI requirements" simply lacks any credit merit for the City in considering TL Veterans' responsiveness to the bid. In fact, as a general contractor TL Veterans currently employs carpenters of all levels that are both experienced and skilled enough to produce casework items that TL Veterans is confident to be approved by the WI. With issues related to Specification Section 06 41 16 1.313, D, E, F, and H resolved, the City should deem TL Veterans responsive. 17-7 4. Specification Section 09 90 00 1.6B a. GCC alleges TL Veterans to "... not possess the required experienced listed" in the section. TL Veterans' designated project manager for this project, Harrison Lee, has worked in the general construction industry for over ten years with a wealth of experience in commercial projects that included exterior and interior painting. See Attachment C. Furthermore, TL Veterans also employs journeymen who are familiar and proficient with commercial painting, both exterior and interior. Through the combined experience of its field staff, TL Veterans is technically capable of completing all works called for under the section, and therefore the City should deem TL Veterans responsive. TL Veterans is confident that all the issues raised by GCC are fully resolved by its responses above and attached documents, and that the City will find TL Veterans responsive to the bid. If you wish to discuss further about this response letter, please contact me at the number or email address below. Thank you for your time and attention to this matter. Sincerely, Theodore Lee President 17-8 ATTACHMENT A 1. Magnolia Clinic 11 Remodel a. Project Manager and Contact Number: Brian Son, (714) 822- 1815 b. Project Owner: MTM Construction Inc. c. Amount: $880,477.00 d. Site Address: 2220 E Gonzalez Rd., Oxnard, CA 93036 e. Project Duration: February 23, 2012 — September 20, 2012 2. Williams Behavioral Health T1 a. Project Manager and Contact Number: Brian Son, (714) 822- 1815 b. Project Owner: MTM Construction Inc. c. Amount: $428,650.00 d. Site Address: 1911 Williams Dr., #200, Oxnard, CA 93036 e. Project Duration: March 10, 2014 — July 25, 2014 17-9 Q) No, secure wv,�L^r.floorcoveringweekiy.com/main/topnews/fcib-suspends-operations-t46fi0.aspz Wednesday. January 31, 2018 Subscribe ShareVCW ' L 0 R C 0 Y E R I N 0 W E C K C Y FCIB suspends operations_' Thursday, January 20, 2005 Byt -None [West Bloomfield, Mich.] The trustees of the Floor Covering Installation Board (FCIB) have voted to suspend operations.This offshoot of the Floor Covering installation Cortracturs 4ssociation (FGCA) was created to develop standards for flooring contractor husi nesses and certify those companies that met or exreeded those sta n dards. Armstrong Acco rding to Dave Stafford, chairman, the hoard of trustees made its decision based on a continued decline in FCIB-certified 1 2 3 - contractor membership. "We have reluctantly concluded that there Is not sufficient interest in our industry for this type of - certification to continue," he said. Stafford credits the lack of interest in business -entity certification to a number of factors, including the industrys em ph asis on individual certification. l "This in no way diminishes the quality of the rertificaticns earned bysnme of the finestflooring companies in the country,- Strafford said. F09 -certified contractors can display the certification until it expires. Questions regardingthe FCIG shpuid go to the FCICA, which may be reached at(248) 661-5015 or by a -mailing infoofrica.com, •*W� - You May Also Like Like what you see. Subscribe to our newsketters to -- i Enter your email fi 17-10 ATTACHMENT C 1. Camp Pendleton Painting and Coating a. Project Manager and Contact Number: Thomas Son, (626) 224-8359 b. Project Owner: MTM Construction Inc. c. Amount: $1,600,000.00 d. Site Address: Various buildings, Camp Pendleton, CA e. Project Duration: February 2008 — March 2010 2. Santa Paula Agricultural COMM Office Remodel a. Project Manager and Contact Number: Brian Son, (714) 822- 1815 b. Project Owner: MTM Construction Inc. c. Amount: $159,758.98 d. Site Address: 815 E Santa Barbara St., Santa Paula, CA 93060 e. Project Duration: June 25, 2012 — January 3, 2013 17-11