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.