HomeMy WebLinkAboutItem #08 Approval of Lift Station #35 Rehabilitation
't't>e center of Goocll.Jl>~
~
AGENDA ITEM COVER SHEET
Meeting Date: January 5, 2010
Item # ~
Contact Name:
Contact Number:
Charles K. Smith, P.E.
407 -905-3159
Reviewed By:
Department Director: Charles K. Smit
City Manager: Robert Fra
Subject: Lift Station #35 Rehabilitation
Background Summary:
Lift Station #35, located on the West Oaks Mall property behind Best Buy, receives flows from the mall and
adjacent commercial areas along State Road 50, Good Homes Plaza and Bordeaux Condominiums, The
station has two receiving manholes (see diagram) with the south manhole having two forcemain
connections. The connections are located near the top of the structure which drops wastewater more than
ten feet, leading to the release of diffused hydrogen sulfide gas. The gas has deteriorated both the
manhole and station's internal walls, and corroded the stand piping in the station. Funding for the
rehabilitation, $135,000, was included and approved in F.Y. 2009-2010 Budget.
Staff is recommending the rehabilitation of. the manhole, lift station and standpipe by R.A. Scott
Construction, Inc., utilizing their similar awarded contract with City of Altamonte Springs' "Liftstation 12
Relocation - Bid ITB No. 10-003 (piggyback.) R A. Scott will replace the receiving manhole with a new
manhole, including an external drop connection, clean and line the internal wall of the station and replace
the stand pipe with HOPE pipe with new supports, for $ 119,050.00. The work also includes dewatering for
excavation and by-pass pumping for wastewater flows.
Issue:
Should City Commission authorize City Manager to cause the rehabilitation of Lift Station #35 using RA.
Scott Construction, Inc., utilizing their contract provision from their awarded contract with Altamonte
Springs?
Recommendations
Motion to Authorize the City Manager to cause the rehabilitation of Lift Station #35 by contracting with R.A.
Scott Construction to perform the work utilizing RA. Scott's awarded contract provision with Altamonte
Springs' Relocation of Lift Station 12 - ITB NO.1 0-003 for amount of $119,050.00
Attachments:
RA. Scott Proposal, Altamonte Springs' Purchase Order for Lift Station 12, Altamonte Springs' "Purchasing
Agreements with Other Government Agencies" and Staff Diagram of Lift Station #35.
Financial Impact:
The work on Station #35 is scheduled to be completed this fiscal year and funding was approved at
$135,000. A portion of the remaining funds, $15,950.00 will be used for geotechnical testing during
construction and/or other miscellaneous items.
Type of Item: (please mark with an "x')
Public Hearing
Ordinance First Reading
Ordinance Second Reading
Resolution
X Commission Approval
For Clerk's Dept Use:
_ Consent Agenda
Public Hearing
_ Regular Agenda
1
Discussion & Direction
_ Original DocumenUContract Attached for Execution by City Clerk
_ Original DocumenUContract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
N/A
2
f
--..-
SCOTT
-----
R. A. scorrCO^,STRucrlO^, co.
P.O, BOX 9667, DAYTONA BEACH. FL 32120-9667 . (386) 238-1234 . FAX (386) 238-7877
To: Mr. Charles Smith
Director of Utilities
City of Ocoee
150 North Lakeshore Drive
Ocoee, Florida 34761
12/15/09
Re: Work on existing sewer system
Located at The Oaks Mall
Dear Mr. Smith:
As requested we have priced the work to rehab the existing lift station and
replace an existing manhole at The Oaks Mall. The attached unit prices are
based on a current contract that we have with Altamonte Springs for similar
work.
The one exception is the pay item for pay item #14 - triplex lift station complete,
The attached unit price is to remove the existing wet well liner and pipe and
replace with a new liner and pipe. Therefore, this unit price is lower than our
current Altamonte Springs unit price. If needed this work can be "piggy backed"
to our existing contract.
We appreciate the opportunity to quote this work. If we may be of any further
assistance please call.
Very truly yours,
7!~a~
President
Florida General Contractor's License No, CGC027829 . Underground Utilities Contractor's License No, CUC049467
BID FORM
BID NO, 10 - 003
LIFT STATION 12 RELOCATION
UNIT
JIEM DESCRIPTION QUANTITY ~
MOBILIZATION I DEMOBILIZATION 1 LS NIC
6 REMOVAL OF EXISTING SANITARY SEWER MANHOLE EA $2,500.00
10 DROP MANHOLE CONNECTION 1 EA $2,500.00
11 SANITARY SEWER MANHOLE wI LINING, 14' DEPTH 1 EA $11,250.00
12 FORCE MAIN CONNECTION AND LINE STOP 1 LS $12,800.00
13 BYPASS OPERATIONS 1 LS $9,500.00
14 TRIPLEX LIFT STATION COMPLETE LS $80,500.00
(MODIFIED TO BE REHAB OF EXISTING L1FTSTATION
WITH NEW LINER AND PIPING)
TOTAL BASE BID
12/10109
.IQIA!.
$0.00
$2,500.00
$2,500.00
$11,250.00
$12,800.00
$9,500.00
$80,500.00
$119,050.00
INVITATION TO BID
BID NO. 10-003
Lift Station 12 Relocation
4.5 PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES
4.5.1 It is hereby made a part of this Invitation to Bid that the submission of any bid response
to this request constitutes a bid made under the same terms and conditions, for the same
contract price, to other government agencies if agreeable by the bidder and the
governmental agency.
4.5.2 At the option of the vendor/contractor, the use of the contract resulting from this
solicitation may be extended to other governmental agencies, including the State of
Florida, its agencies, political subdivisions, counties, and cities.
4.5.3 Each governmental agency allowed by the vendor/contractor to use this contract shall do
so independent of any other governmental entity. Each agency shall be responsible for its
own purchases and shall be liable only for goods or services ordered, received, and
accepted. No agency receives any liability by virtue of this bid and subsequent contract
award.
4.6 INTERPRETATION OF ESTIMATED QUANTITIES
4,6,1 The estimated quantities of work to be done and materials to be furnished under this bid
are to be considered as approximate only and are to be used solely for the comparison of
bids received, The City reserves the right to purchase any, all, or none of its
requirements from Bidder(s) awarded the bid. The City does not expressly or by
implication represent that the actual quantities involved will correspond exactly
therewith, nor will the Bidder plead misunderstanding or deception because of such
estimates of quantities or of the character, location or other conditions pertaining to the
work. Payment to the Successful Bidder/Contractor will be made only for the actual
quantities of work performed and/or materials furnished in accordance with the bid
documents, and it is understood that the quantities may be increased or diminished
without in any way invalidating any of the unit or lump sum prices bid. The City does
not expressly or by implication represent that the actual quantities involved will
correspond exactly therewith, nor will the Bidder plead misunderstanding or deception
because of such estimate of quantities or of the character, location or other conditions
pertaining to the bid requirements, Payment to the Successful Bidder/Contractor will be
made only for the actual quantities of work performed and/or materials furnished in
accordance with the bid documents, and it is understood that the quantities may be
increased or diminished without in any way invalidating any of the unit or lump sum
prices bid.
4.7 COMPLIANCE TO LAWS, GUIDELINES, REGULATIONS, ETC
29
CITY OF ALTAMONTE SPRINGS
225 NEWBURYPORT AVENUE
AL T AMaNTE SPRINGS, FLORIDA 32701-3697
Business Phone: 407/571-8078
Fax Phone: 407/571-8082
Page: 1
PO No.: 057499
Florida Tax Exemption No.: 85-8012740082C-l
FederallD NO.: 59-6000263
~ ~ I?? q?,t~:I' " S I 0 9
jut", I-~ ,'-, I ,Ii It., ~
i.It: DE r 1 7 2009 ,_I~)
By ____
TO: R, A. SCOTT CONSTRUCTION COMPA
PO BOX 9667
DAYTONA BEACH, FL 32120-9667
SHIP TO: CITY OF ALTAMONTE SPRINGS
FINANCE/ACCOUNTING
CITY HALL
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FL 32701
VENDOR NO. 1 VENDOR ORDER BUS PHONE I VENDOR ORDER FAX PHONE I VENDOR EMAIL ORDER ADDRESS
3000569 -I I I
QUOTED BY (VENDOR) I CITY REQUESTING DEPT. CONTACT CITY REQUISITIONED BY (Dept.lDlv.)
MARK S. SCOTT I MIRIAM BAER/407-571-8101 FN/PW-UTIL OPR-GRAVES/ML~
DELIVER BY SHIP VIA F.O,B. TERMS
06/16/10 BEST WAY NET/30
FREIGHT CONTRACT NO. I ACCOUNT NO. PROJECT NO. I REQ. NO. REQ. DATE
ITB10003 I 40208105366370 08-045 I 34697 12/09/09
LINE QUANTITY UOM ITEM DESCRIPTION UNIT COST EXTENDED
NO. ~n~T
1 482897.00 EA LIFT STATION 12 RELOCATION (BASE 1,0000 482897,00
BID + ALT BID A)
SUE -TOTAL 482897.00
TO'I ~L 482897,00
REMARKS:
IN ACCORDANCE WITH ITB NO. 10-003 "LIFT STATIO 12
RELOCATION"
ATTACHED TO THIS PO IS YOUR BID BOI:\ D
ATTACHED TO THIS PO IS A SIGNED OR] GINAL CONTRl CT
DOCUMENT FOR YOUR RECORDS
THIS PO SERVES AS YOUR OFFICIAL AU1 HORIZATION r 0
PROCEED UPON OBTAINING NOTICE TO )~ OCEED FROM r ~HE
CITY'S PROJECT MANAGER GEORGE GRAV S @ 407/571
8335
ALL CONTRACT MANAGEMENT AND ADMINIS ~RATION IS r ~
BE HANDLED BY AND DIRECTED TO MIRtj BAER @ 40
571-8101
Solicitations (quotes/bids/proposal s) are listE d
CONTINUED
CONDITIONS - READ CAREFULLY
,. The right is reserved to cancel this order if not filled within the contract time. if specified,
2, The conditions of this order are not to be modified by any verbal understanding.
3. Acceptance of this order included acceptance of all terms, prices, delivery instructions
specifications and conditions stated,
4, INVOICES AND PACKAGES MUST BEAR THIS ORDER NUMBER.
5. THE CITY ASSUMES NO RESPONSIBILITY FOR GOODS DELIVERED WITHOUT
6, PLEASE FORWARD ALL INVOICES TO "REQUISTIONED BY. DEPARTMENT.
7. See reverse for additiol'!al conditions.
Vendor
CITY OF ALTAMONTE SPRINGS
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FLORIDA 32701-3697
Business Phone: 407/571-8078
Fax Phone: 407/571-8082
Page:
2
PO No.: 057499
Date: 12/11/09
Florida Tax Exemption No,: 85-8012740082C-'
FederallD NO.: 59-6000263
CONTINUED
TO: R, A, SCOTT CONSTRUCTION COMPA
PO BOX 9667
DAYTONA BEACH, FL 32120-9667
SHIP TO: CITY OF ALTAMONTE SPRINGS
FINANCE/ACCOUNTING
CITY HALL
225 NEWBURYPORT AVENUE
ALTAMONTE SPRINGS, FL 32701
1
I
I VENDOR EMAIL ORDER ADDRESS .' "
I
"'I "CITY REOUISITIONEDBY IDept.iDiv,) ,'.'.
IFN/PW-UTIL OPR-GRAVES/MLB
VENDOR NO. 1 VENDOR ORDER BUS PHONE
3000569 I
~UOTED BY (VENDOR)
MARK S, SCOTT
DELIVER BY
06/16/10
FREIGHT
BEST WAY
CONTRACT NO.
ITB10003
LINE
NO.
OUANTITY
VENDOR ORDER FAX PHONE
',I "CITY REOUESTING DEPT. CONTACT
IMIRIAM BAER/407-571-8101
, SHIP VIA
F.O,B. ' ,
'. , TERMS "
NET/30
REO. DATE '
12/09/09
" .", EXTENDED,", '
uCOST '.', U .
ACCOUNT NO. PROJECT NO.
40208105366370 08-045
'I REO. NO.
I 34697
UOM
ITEM DESCRIPTION
, "UNIT COST '
on our web site at www.altamonte.olg (click on
IIBid Infoll) ,
To receive automatic notifications contact Onv a
DemandStar at 800-711-1712 or at w~w.onvia,com
CONDITIONS. READ CAREFULLY
1. The right is reserved to cancel this order if not filled within the contract time. if specified,
2. The conditions of this order are not to be modified by any verbal understanding,
3. Acceptance of this order included acceptance of all terms. prices. delivery instructions
specifications and conditions stated,
4. INVOICES AND PACKAGES MUST BEAR THIS ORDER NUMBER.
5, THE CITY ASSUMES NO RESPONSIBILITY FOR GOODS DELIVERED WITHOUT
6, PLEASE FORWARD ALL INVOICES TO "REOUISTIONED BY" DEPARTMENT.
7, See reverse for additional conditions,
APPROVED
AUTHORIZED SIGNATURE
Vendor
~
Altamontef
---.-
CITY OF ALTAMONTE SPRINGS
Procurement Division
225 Newburyport Avenue
Altamonte Springs, Florida 32701-3697
December 9, 2009
Mark A Scott
R.A. SCOTT CONSTRUCTION CO
PO Box 9667
Daytona Beach FL 32120-9667
B: 386-238-7234
F: 386-238-7877
E: rasccgr@cfl.rr,com
re: APPROVED CONTRACT DOCUMENTS
BID NO: 10-003
Lift Station 12 Relocation
Dear Mr. Scott,
The contract documents have been finalized (electronic copy attached). The City will mail to you one (1)
original fully executed and approved contract document along with a purchase order (PO) issued for the
above bid.
The PO serves as your "Notice to Proceed/Commencement" and all work should be coordinated with the
City's Project Manager George Graves (Bus: 407-571-8335). You should direct all contract management
and administration issues and documents through the Contract Administer assigned to this project
(Miriam Baar/Bus: 407-571-8101) for her to handle.
It is important that you reference the Purchase Order on all invoices, This will help in making sure the
proper department receives the invoice, thus avoiding delays in issuance of the check.
Also, any increase to the PO must be pre approved and a Change Order to the PO issued by the
Procurement Division. The City will not pay any invoices over the current PO amount until the City has
approved and issued a PO Change Order.
On behalf of the City, thank you for your interest in this project.
Sincerely,
9JwdJ.aJtaJweJt
Barbara Kiser
Procurement Manager
cc: Bid File
G Graves, PW/Util Opr
M Baer, FN/Acct'g
L SundvalllD Freeman, CC
Contract File (ITB1 0003)
...J
...J
<I:
::I:
\
\
"
~
W
III
o
t-
...Jr::l
...Jw
WIIl
~1Il
t-<I:
WI
~~
",I",
C- C-
~I:n
I
II
I
I
I
I
'"
~ I
I
I
I
I"
.
I
'"
Vl
::::l
Cl!
z"
>-
o
t-
WJ.9
WJ,2l
Vl
Z
~....
Z<I:
....::1:
t-W
f"I f"I Vl U
II II .... O!
II II ~E
1111)
II II
II II
II II
II II
1II1
II II
II II
11I1
II II
II II
JUL
R- - '5\5
II
II
II
I
~
' III
o
t-.
1=1
WW
...J1Il
OIIl
I <I:
ZI
<I:W
::I:O!
t-
ID .
-0 ~
~Z
W
Z
Z 0 W
.... t-t-
1=1.... t- wO!
W<I: U O!O~
Z::I: W Ua..U
....W a..Z Za..O
IIlU OZ O::::l...J
::I:O! O!D \~
DO I=IU CD
ULa...
<( (/)
I -.J
W <(
0::: I-
L() W
l"') -.JO
"*I:: <(0
O::::z
Z W<(
Z
0 WI--
I-- ~:J
<( 0
I-- >-
(/) <(
I-- -.J
l.J....
-.J
I I
I I
I
I
I
I
--------j
I
I
I
In
r 1 I
I I
I I I
\ I I
\ I I
'""'I I
'11 I
, I I
I I I
I I
UI
I LJ
I
I
I
>-
::::l
III
t-
Vl
W
III
<(
..........
Z
a..
o
O!
1=1
I
t-
:;
W
...J
o
I
Z
<I:
::I:
~
Z
....
t-
Vl
....
X
W
I-
wZ
WW
O~
U~
O~
LL~
O(f)
W
>-1-
f----1
UI-
=>
W
...J
<(
U
Ul
en
o
o
N
..........
N
~
<(
o