HomeMy WebLinkAboutVII (G) Discussion/Action re: Construction Award to Milmir Construction Co. for Reuse TreatmentDATE
TO:
FROM:
Agenda 3-02-99
Item VII G
"CENTER OF GOOD LIVING - PRIDE OF WEST ORANGE" MAYOR • COMMtSSIONER
S. SCOTT VANDERGRIFT
COMMISSIONERS
CITY OF O C O EE DANNY HOWELL
150 N. LAKESHORE DRIVE SCOTT ANDERSON
OCOEE, FLORIDA 34761-2258 SCOTT A. GLASS
(407) 656-2322 NANCY J. PARKER
CITY MANAGER
ELLIS SHAPIRO
MEMORANDUM
February 24, 1999
The Honorable Mayor and Board of City Commissioners
David A. Wheeler, P.E,40,,,✓
Assistant City Engineer/Utilities Director/Construction Administrator
SUBJECT: Reuse Treatment Plant
Reuse Storage and Pumping System
Award of Construction Contract
On Thursday, February 18, 1999, bids were received for the Reuse Treatment Plant - Reuse
Storage and Pumping System Project. The work in this project generally includes:
The construction of the City's reuse treatment plant (RTP) to allow the City to start
providing reuse water for irrigation to other customers besides the Forest Oaks Golf
Course. The RTP will consist of a transfer pumping station, two 2.0 million gallon
storage tanks, a high service pumping station, renovations to the golf course effluent
pumping station, and related yard piping, site work and stormwater collection system.
The RTP will be interfaced with the wastewater treatment plant to ensure efficient
operations and quality of the water discharged into the reuse system for use by our
customers.
This project was publicly advertised in the Central Florida area. Seven contractors submitted
qualified bids, their bids for the project were:
CONTRACTOR
Milmir Construction, Inc.
Ortega Industrial Contractors, Inc.
Westra Construction Corporation, Inc.
Wharton -Smith, Inc.
Beach Construction Company, Inc.
REUSE TREATMENT PLANT
$2,919,000.00
3,049,000.00
3,088,500.00
3,117,000.00
3,167,000.00
TLC Diversified, Inc. 3,250,841.00
Vogel Brothers Building Company, Inc. 3,385,000.00
Engineer's Estimate
$3,100,000.00
This project is very integral to the City moving towards providing reuse water to its residents and
commercial establishments to be used for irrigation of yards and landscaped areas. Without this
storage and pumping facility the Florida Department of Environmental Protection would not
allow the City to provide reuse water to locations other than the Forest Oaks Golf Course. The
Reuse Treatment Plant will take longer to construct than the pipelines that will convey the reuse
water to the customers along Clarke Road; these pipeline projects will be advertised in the next
few months with the intent of completing construction about the same time as the plant project is
completed. The attached drawing shows the general layout of the project on the Wastewater
Treatment Facility property off of A.D. Mims Road.
The attached letter from PEC, Inc. is a recommendation to award the contract to Milmir
Construction Group, Inc. The project will be funded from the 1997 Utility Bond Issue.
The Engineering Staff concurs with PEC's recommendation to award the Reuse Treatment Plant
- Reuse Storage and Pumping System Project to Milmir Construction Company, Inc. Staff
recommends that the additive alternate to include upgrade of the high service pump control
valves also be included in the award, for an additional amount of $9,000. The total award
amount would be $2,928,000.00. This construction cost of this project is under Engineer's
Estimate.
The intent is to secure bonds and insurance certificates, execute contract documents, and issue
the Notice To Proceed sometime in the middle of March. The construction schedule requires the
contractor to be completed within 300 days.
Action Items:
I recommend that the City Commission authorize the Mayor and City Clerk to execute a contract
with Milmir Construction Company, Inc. in the amount of $2,928,000.00 for the Reuse
Treatment Plant - Reuse Storage and Pumping System Project in accordance with the following
steps:
• Authorize the Engineering Department to execute the Notices of Intent To Award and
secure executed contract documents, bonds and insurance from the contractor.
• Authorize the Mayor and City Clerk to execute the contracts with Milmir construction
Company, Inc. at such time as the contract documents are reviewed for compliance by
staff and legal counsel, as needed.
DAW/jbw
Attachments
PEC
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
February 25,1999 OE -290/2.1
Mr. Jim Shira, P.E., City Engineer
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Subject: Ocoee WWTP
Reuse Storage and Pumping System
RE: Recommendation of Award
Dear Mr. Shira:
On February 18 1999, the City received sealed construction bids for the referenced project
from seven ( 7 ) contractors. The attached tabulation of bids represents a summary of unit
prices by each respective Bidder. Mathematical errors, omitted items or incorrect
extensions, if any, are noted at the end of the summary. The (corrected) bid tabulation
shows Milmir Construction, Inc. as the apparent low bidder with a total base bid price of
$2,919,000.00. The second apparent low bidder is Ortega Contractors with a total base
bid price of $3,049,795.00, and the third apparent low bidder is Westra Construction with
a total base bid price of $3,088,500.00. The highest total base bid price is $3,385,000.00
submitted by Vogel Brothers, while the Engineer's construction estimate is $3,100,000.00,
including contingencies. The bid proposals of the three apparent low bidders are complete
and properly executed (except as noted on the attached Bid Checklist and Reference form).
They have acknowledged receipt of all addenda as prescribed and have submitted proposals
to comply with other City bidding requirements. While these special requirements must
be verified by the City, we believe that these bid proposals are in conformance in all
material respects to the invitation for bids and are therefore responsive bids.
Based upon the information presented in the bid proposal Questionnaire, each of the three
apparent low bidders are licensed contractors in the State of Florida and seem to possess
the manpower, facilities and equipment necessary to perform the classes of work
contemplated within the time specified. We have also contacted the references listed in the
Questionnaire for Milmir Construction. A summary of this survey is presented in the
attached "Bid Checklist and Reference" forms. As the summary shows, Milmir
Construction(apparent low bidder for the Base Bid and Base Bid with Additive Alternate)
performed satisfactorily on their past projects and completed the past projects within the
contract time.
Also included as part of the Questionnaire is a financial statement from each of the bidders.
This information is referred to the City's financial department.
engineers
planners
surveyors 200 East Robinson Street • Suite 1560 • Orlando, Florida 32801 • 407/422-8062 • FAX 407/849-9401
Mr. Jim Shira, P.E.
February 25, 1999
Page 2
Based on our review of the qualification submittals from each of the three apparent low
bidders, our conversations with the respective references and our analysis of the bid
tabulation, we find that Milmir Construction, Inc. is the lowest responsible, responsive
bidder. Therefore, we recommend that the above referenced construction contract be
awarded to Milmir Construction, Inc. based upon the total base bid proposal of
$2,919,000.00 or the base bid plus additive alternate proposal of $2,928,000.00.
If you have any questions or comments, please contact me at your earliest convenience.
Sincerely,
PROFESSIONAL ENGINEERING CONSULTANTS, INC.
Chuck Shultz, P.E.
Project Engineer
CS/cs
G:\...\021D.ROA
Enclosures: Bid Tabulation
Bid Checklists and References
cc: David Wheeler, P.E., Ocoee
Art Austin P.E., PEC
2-19-99
CITY OF OCOEE
REUSE STORAGE AND PUMPING SYSTEM
n11'1 TAl'fIII AT�i1u
uVL.I1V I\
Base Bid
Item No.
Description
improvements except
those listed hereinafter
BID AMOUNT ($ )
Milmir
Construction
Ortega
Contractors
4
Westra
Construction
$2,011,000
Wharton
Smith
--VI,7M,000
Beach
Construction
Diversified
--Vogel
Brothers
$2,26,
2.
Warranty, Bonds, Insurance
Correction Requirements
$50,000
$25,000
$30,000
$29,000
$95,000
$33,997
$50,000
3.
Indemnification
$500 minimum
$1,000
$500
$500
$1,000
$500
$500
$10,000
4.
Equipment hereinafter listed
5.
6.
1.
a. Horizontal Pumps 11211)
b. Low Lift Pumps 11214
c. Vertical Pumps (11214A)
Ground Storage Tanks 10225)
Cit Permits (allowance)
Total Lump Sum Base Bid
Alternate Electric Check Valves
Total Lump Sum Bid
$19,000
$55,000
$11,000
$880,000
$50,000
$2,919,000
$9,000
$2,928,00-
$19,090
$55,571
$10,730
$880,000
$50,000
$3,049,795
$9,132
$3,058,927
$25,000
$60,000
$12,000
$900,000
$50,000
$3,088,500
$9,000
3, 97,500
$59,000
$60,000
$20,000
$1,110,000
$50,000
3,117,000
$10,000
$3,127,000
$19,000
$5,500
$11,000
$1,000,000
$50,000
3, 7,000
$15,000
3, 2,000
$46,840
$55,571
$10,730
$982,337
$50,000
$3,250,841
$8,700
3,259,54
/
$47,000
$56,000
$11,000
$900,000
$50,000
$3,385,FO-O
$11,000
3,396,0 0
BFSIONEB B( NB -- um' I PflOFESSIONAL NOt FOR GONSINGGNON JOB NO. OE -290
_ --- I Eos
OMWN BY Wo
CBW ..._.,.._,— ENQIMEENING ♦ ` DATE JAN 99
------., CONSULTANTS, INC o clrr of Ocoee, REUSE STORAGE UNLESS SIGNED NFPE
AERIAL SITE PLAN C-1
CHECKED HV CYS engineers planners surveyors FLORIDA AND PUMPING SYSTEM
APPPOYEO 8Y Aa.A 200 Enst R.!KnS.n Street, Orlando, R.rlde 32803 `bOq a'rf a pE190L01
SNte 1560 EON Pnrk Centra 107/122-11062 •° OEPA EM WHALER