Loading...
Item #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