Loading...
HomeMy WebLinkAboutCORRESPONDENCE - BID - 7372 DRYWALL CONTRACTOR 2012Bid: 7372 Drywall Contractor 2012 Independent Cost Estimate Pricing obtained from current Drywall contract which has been in force for five years. Hourly rates: for lobs under 800 square feet from 2007 to 2011 Journeyman: Regular $35.00 Overtime $52.50 Apprentice: Regular $30.00 Overtime $45.00 For jobs over 800 square feet jobs are priced at $0.95 per sq. ft. No increases were offered or requested from 2007 through 2011. Based on the current Denver/Boulder CPI (U) estimate for calendar year 2011, the local area cost of living has increased by about 6.8%. Applying that percentage to the current rate: Journeyman: Regular $37.38 Overtime $56.07 Apprentice: Regular $32.04 Overtime $48.06 For jobs over 800 square feet, estimated per square foot cost: $1.02 Price Analysis The bid was issued twice. Only one vendor responded to the first bid so it was reissued. On both occasions, at least twelve contractors received the bid. The same vendor who submitted a bid the first time provided a bid under #7352. One other vendor submitted a bid two days after the bid closing date. It's clear that few vendors are interested in bidding on City drywall work, probably because of the low work volume. JK Construction Services submitted the only responsive bid. For jobs over 800 square feet, JK's price was: $ 0.90 per square foot. For jobs under 800 square feet, JK's prices were: Journeyman - regular $ 25.00 /hr Apprentice - regular $ 16.00 /hr Journeyman - overtime $ 39.50 /hr Apprentice - overtime $ 24.00 /hr These prices were well below our current contract pricing. While the late bid couldn't be considered for selection purposes, it is worth noting the offered prices on that bid, which were very close to our own estimates as given above. This bid has been issued and advertised twice, with minimal response. We believe that re- bidding it again won't change the outcome, namely that JK Construction Services is offering us the lowest prices and that they are a responsible contractor. Accordingly, JK Construction Services is awarded the bid. For Federally funded work, Contractor will use current Davis -Bacon wages. EPLS, JK Construction Services ul;�JEKduded Parties List System -Windows Internet Explorer provided .byCity of Fort Collins _, ktiI l7 PX II C-kc;l;,i&dl Parf Jes; >Adt2nced Search Search Results for Parties Ezduded by ,Mufti*. Names Finn, Entity. or Vessel: JK Construction Services > Eaact Name arM SSW i W As of 26-Apr-2012 10:4I AM EDT >MyEPLS Save to MYEP s .Recerat)pdmes > Browse Al Records Your ssarch returned no results. Bask New Search Printer -Friendly ,Reciprocal Codes > Procurement Codes , Search Help ,Ad cxl Search Tws >Pudlc Nsefs Marwual ,FAQ >Acro ms' > Privacy Act Provisions >N.S System for Ad Manaynnem (SAM) FEDERALLY REQUIRED AND OTHER MODEL CLAUSES APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES (excluding micro -purchases, except for construction contracts over $2,000) Solicitation: 7372 Drywall Contractor 2012 TYPE OF PROCUREMENT Clause . Professional Operations/ "Management Rolling Stock Construction Materials & Services/A& E Purchase Supplies ' No Federal Government Obligation To Third Parties X All All All All All (by Use of a Disclaimer False Statements or Claims X All All All All All Civil and Criminal Fraud Access To Third Party X All All All All All Contract Records Changes to Federal X All All All All All Requirements Termination X All All All All All Civil Rights Title VI, EEO, ADA X >$10,000 >$10,000 >$10,000 >$10,000 >$10,000 Disadvantaged Business X All All All All All Enterprises DBEs Incorporation of (FTA) Terms X All All All All All Suspension and Debarment X >$25,000 >$25,000 >$25,000 >$25,000 >$25,000 Buy America >$10o,000 >$100,000 >$100,000 Resolution Disputes, Breaches, orr Other Litigation >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Lobbying >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Air >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Clean Water >$100,000 >$100,000 >$100,000 >$100,000 >$100,000 Caro Preference X All All All Fly America Involves foreign Involves foreign air Involves foreign Involves foreign Involves foreign air X transport or travel transport or travel air transport or air transport or transport or travel b air travel travel Davis -Bacon And Copeland Anti- X >$2,000 (including Kickback Acts ferry vessels Contract Work Hours And Safety >$2,500 (except Standards Act X transportation. >$2,500 >$2,000 (including services ferry vessels) Bonding $100,000 Seismic Safety A & E for New X Buildings & New Buildings & Additions Transit Employee Protective Agreements Transit Operations Charter Bus All School Bus All Drug Use - Testing and Alcohol Misuse - Testing Transit Operations Patent Rights and Rights in Data Research & and Copyright Requirements Development Energy Conservation X All All All All All Recycled Products Contracts for items Contracts for items Contracts for items designated by designated by designated by X EPA, when - EPA, when EPA, when ' procuring $10,000 procuring $10,000 procuring $10,000 or more Per year or more per year or more per year Conformance With ITS National Architecture ITS Projects ITS Projects ITS Projects ITS Projects ITS Projects ADA Access A & E All All All All Bus Testing All Pre -Award And Post Delivery Audits All CFC Bid Protest Procedures CHECKLIST FOR SEALED BIDS: BID NO./Title: 7372 Drywall Contractor 2012 File location: Bids/2012 Bids/7372 Drywall Contractor 2012 Checklist Item Comments 7) Independent Cost Estimate Yes The City made and documented an independent cost estimate before receipt of proposals. 9) Unreasonable Qualification No Requirements This solicitation did not contain unreasonable requirements laced on firms in order for them to qualify to do business. 10) Unnecessary Experience and Excessive Bonding No Unnecessary experience and excessive bonding requirements were not included in this solicitation or contract documents. 11) Organizational Conflict of Interest (OCI) No If there is an apparent or potential OCI the solicitation contains provisions to eliminate or mitigate the conflict (e.g. by inserting a clause that prohibits the contractor from competing for the follow-on contract to the current design or research contact) and OCI Certification is submitted by the contractor. 12) Arbitrary Action No There was no arbitrary action in the procurement process. (An example of arbitrary action is when award is made to other than the contractor who most satisfied all the City requirements as specified in the solicitation and as evaluated by staff. 13) Brand Name Restrictions No Brand Name or Equal. When it is impractical or uneconomical to provide a clear and accurate description of the technical requirements of the property to be acquired, a "brand name or equal" description may be used to define the performance or other salient characteristics of a specific type of property. The City must identify the salient characteristics of the named brand that offerors must provide. When using a "brand name" specification, the City does not need to reverse -engineer a complicated part to identify precise measurements or specifications in order to describe its salient characteristics. FT A's "Best Practices Procurement Manual," (BPPM) contains additional information on preparation of specifications including examples with specific language. 14) Geographic Preferences No The solicitation contains no in -State or local geographic preference except where Federal statutes mandate or encourage them. 15) Contract Term Limitation Yes - 5 year limit The contract period of performance for rolling stock and replacement parts does not exceed five (5) years inclusive of options without prior written FTA approval. For all other types of contracts, the procurement file contains evidence that the contract term is based on sound business judgment. 16) Written Procurement Selection Procedures Yes The City has written selection procedures and the solicitation also identifies all requirements that offerors must fulfill and all other factors to be used in evaluating bids or proposals. 17) Solicitation PrequaIification Criteria No The solicitation required prequalification of persons, firms, or products. The list is current includes enough qualified sources to ensure maximum full and open competition, and potential bidders are not precluded from qualifying during solicitation period from issuance of the solicitation to its closing date. If the solicitation does not contain a prequalification requirement, check NA. 18) Award to Responsible Contractor Yes The City made a determination that it was awarding to a responsible contractor considering such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 1. Appropriate Financial, equipment, facility and personnel. (Y/N) 2. Ability to meet delivery schedule. (Y/N) 3. Satisfactory period of performance. (Y/N) 4. Satisfactory record of integrity, not on declined or suspended listings. (Y/N) 5. Receipt of all necessary data from vendor. Y/N 19) Sound and Complete Agreement Yes This contract is a sound and complete agreement. In addition, it includes remedies for breach of contract and provisions covering termination for cause and convenience. 23) Price Quotations Yes - see Price Analysis Price or rate quotations were obtained from an adequate number of qualified sources. 24) Clear, Accurate, and Complete Specification Yes A complete, adequate, and realistic specification or purchased description was available and included any specifications and pertinent attachments which define the items or services sought in order for the bidder to properly respond. 25) Two Bidders No - see Price Analysis Two or more responsible bidders were willing and able to compete effectively for the business. 26) Firm Fixed Price No A firm fixed price contract was appropriate for this procurement. 27) Selection on Price Yes The selection of the successful bidder could be made principally on the basis of price. 28) Discussions Unnecessary Yes In this procurement, other than a prebid conference, discussions with bidders should not be needed between solicitation and award. 29) Advertising Yes The Invitation for Bids was publically advertised. 30) Adequate Number of Sources Solicited Yes Bids were solicited from an adequate number of known suppliers. 31) Sufficient Bid Time Yes - bid was issued twice Prospective bidders were provided sufficient time to prepare bids prior to the date set for opening the bids. 32) Bid Opening Yes All bids were publicly opened at the time and place prescribed in the invitation for bids. 33) Responsiveness Yes A firm fixed price contract was awarded in writing to the lowest responsive bidder. 34) Lowest Price Yes The bidding documents specified that factors, such as discounts, transportation costs, and life cycle costs, would be considered in determining which bid was the lowest. These factors were considered by the City in determining which bid was the lowest. If these factors were not specified, check NA. 35) Rejecting Bids Yes - one bid was submitted A bid (or bids) was rejected for a sound documented business reason. late If no bids were rejected, check NA. 40) Evaluation of Options N/A The option quantities or periods contained in the contractor's bid or offer were evaluated in order to determine contract award. (To be eligible for Federal funding, options must be evaluated as part of the price evaluation of offers, or must be treated as sole source awards. 41) Cost or Price Analysis Yes Either a cost analysis or a price analysis was performed and documented. The price was determined to be fair and reasonable. 42) Written Record of Procurement History Yes The file contains records detailing the history of this procurement. At a minimum, these records include: (1) the rationale for the method of procurement, (2) Selection of contract type, (3) reasons for contractor selection or rejection, and 4 the basis for the contract price. 43) Exercise of Options N/A The grantee exercised an option on this contract adhering to the terms and conditions of the option stated in the contract and determined that the option price was better than prices available in the market or that the option was a more advantageous offer at the time the option was exercised. If an option was not exercised under this contract, check NA. 44) Out of Scope Changes No The grantee amended this contract outside the scope of the original contract. The amendment was treated as a sole source procurement (complying with the FTA requirements for a justification, cost analysis and profit negotiation). 45) Advance Payment Provisions No The contractor did not receive an advance payment utilizing FTA funds and the contract does not contain advance payment provisions or, if it did, prior written concurrence was obtained from FTA. 46) Progress Payment Provisions No The contract contains progress payments based on costs incurred (as opposed to percent of completion) and the contract contains a provision giving the grantee title to property (materials, work in progress, and finished goods) for which progress payments are made. The contract may contain other security in lieu of obtaining title. 47) Time and Materials Contracts Yes This is a time and materials contract; the grantee determined that no other e of contract is suitable; and the contractspecifies a ceiling rice. 48) Cost Plus Percentage of Cost No This is not a cost plus a percentage of cost type contract. 49) Liquidated Damages Provisions No This contract contains liquidated damages provisions and the assessment for damages is specified in the contract at a specific rate per day for each day of overrun in contract time. 50) Piggybacking No 1) The file contains: Assignability provisions. 2 The procurement file contains: Price reasonableness determination. 56) Clauses Yes This contract contains the appropriate FTA required clauses. Exclude Parties Search Yes EPS run and include in the file.