HomeMy WebLinkAboutVII (F) Award Bid for Ocoee Main Fire Station to Wharton-Smith, Inc. Bid #B03-02 Agenda 3-18-2003
Mavpr ���center of Good Ltn_ o Commissioner,Item VII F
S Scott Vandgri e ft W 1::: 'O Danm I'mall. District I
Air :' 1 s Scott
Anderson, Dii•'ncr 2
J hnat Dsnct;
Jim Gleason
Nano I Pal Diniriel 4
STAFF REPORT
TO: The Honorable Mayor S. Scott
Vandergrift and The Board of City
Commissioners
FROM: Chief Ron D. Strosnider
CC: James P. Gleason, City Manager
Paul E. Rosenthal, City Attorney
John P. Horan, Assistant City Attorney
DATE: February 27, 2003
RE: Ocoee Main Fire Station— Invitation to Bid #B03-02
The Contractor Selection Committee met and reviewed the bids received for the Ocoee
Main Fire Station (Invitation to Bid#B03-02) on January 9,2003. The two lowest bids were
received from PNL Commercial Corporation ("PNL")and Wharton-Smith, Inc("Wharton-
Smith"). The Committee recommends that the award of the contract be made to Wharton-Smith.
Wharton-Smith appears to be the most responsible and responsive respondent whose bid, in our
opinion, will be the most advantageous to the City, price and other factors considered.
The dollar spread between these two contractors is not significant. Wharton-Smith's
Base Bid was $2,242,000 and PNL's was $2,186,000. The average spread between the two low
bidders, based upon a calculation and comparison of the base bids and a diverse combination of
alternates, ranges from $17,000.00 to $56,000.00. Based on a calculation and comparison of the
base bids and the alternates recommended by Architects Design Group, Inc., the spread between
the top two bidders is $36,279.00.
I-lowever, there is a significant difference between the qualifications of PNL and
Wharton-Smith. PNL has no past experience in constructing fire stations. Wharton-Smith
reports that it has completed four different fire station projects for Orange County, completing
each in a highly acceptable manner. Each fire station project executed by Wharton-Smith has
been reported to have been completed on schedule with an acceptable number of change orders
and substitutions. It has been reported that Wharton-Smith has exhibited an acceptable work
ethic and timely response to construction issues.
006287418.I
Gh of()coee• ISO N Lakeshore Drive •(knee. I'loridn 317('I
phone-(407)90s_3 I00• fast(107)o36-850,1 • vw<v.ci.ocoee.fl.ns
PNL reports that the only government project it has ever performed in excess of$2
million is a project at Patrick Air Force Base. In its response, PNL noted that it is presently
pursuing a claim in the amount of$250,000.00 for additional compensation under that contract.
Wharton-Smith,on the other hand, has completed numerous government projects in excess of$2
million.
PNI, has submitted an insurance certificate for less than the required amounts. Wharton-
Smith has submitted an insurance certificate in the appropriate amounts.
Wharton-Smith is a substantial company with a long track record of success. PNL is a
smaller company with little experience in the relevant area of construction.
PNL has continually attempted to contact City officials and consultants subsequent to the
bid opening. This is a clear violation of the requirements of the contact documents which
expressly prohibit such contact.
Accordingly, the Committee finds that Wharton-Smith, Inc. is the most responsible and
responsive respondent whose bid in our opinion will be the most advantageous to the City, price
and other factors considered.
RECOMMENDATION:
We recommend that the City Commission award the contract for Invitation to Bid
#B03-02 to Wharton-Smith, Inc in the amount of $2,422,400.00 (base bid of$2,242,000. plus
$180,000. in alternates and authorize the Mayor and City Clerk to sign a contract with Wharton-
Smith which contract shall be approved for form and legality by the City Attorney.
We further recommend the Commission wave all impact fees, with the exception of the
Sewer and Water Impact fees as they are in an Enterprise Fund and arc Bonded. 'fhe amount of
these fees are$28,701.20. We would ask that these fees be taken from Contingency funds so as
not to impact the budget of the New Fire Station. Also the Building permits and Inspection fees
he waved.
Attachment
2
Attachment:
Alternates chosen to be included in the project arc:
Alternate #1 Alternate # 6
Impact Glass Generator Enclosure
Alternate #2 Alternate # 7
Brick Veneer Metal Roof
Alternate # 5 Alternate# R
Fueling Station Irrigation System
Alternates chosen to be deleted due to budget constraints are:
Alternate# 1 a Alternate#4
Storm Shutters Add Additional Bay
Alternate# 3
Mezzanine
3