Loading...
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