Loading...
Item #04 Approval to Reject all Bids for #B14-02 Lift Station #10 Relocation & Replacement; and Lift Station #9 Removal ProjectI I W4 � k Z. t :( ) (_ Florida AGENDA ITEM COVER SHEET Meeting Date: May 6, 2014 Item # Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: Subject: Reject all Bids for B14 -02 Lift Station #10 Relocation & Replacement; and Lift Station #9 Removal Project (District 3: Johnson) Background Summary: The City intended to award a contract for the Lift Station #10 Relocation & Replacement; and Lift Station #9 Removal Project. The bid was publicly advertised on January 12, 2014, and opened on February 11, 2014. There was a total of three (3) bids received ranging from $519,884.89 to $712,535.00. Attached is the bid tabulation. The original bids and project specifications are available in the Finance Department for your review. The Utilities and Finance Departments reviewed all bids received. Staff recommends rejecting all bids due to the low bid exceeding the remaining available budget amount of $337,470.75 by $182,414.14; and due to value engineering of the plans and the need to add 280 feet of gravity main to the work has resulted in significant changes to the scope of work, per the attached recommendation from Charles Smith, Utilities Director. Staff considers it to be in the best interest of the City to re -bid this project with the revised scope of work and plans. Issue: Should the City Commission reject all bids for the Lift Station #10 Relocation & Replacement; and Lift Station #9 Removal Project, as recommended by the Utilities Director? Recommendations: Staff recommends that the City Commission reject all bids for the Lift Station #10 Relocation & Replacement; and Lift Station #9 Removal Project. Staff intends to revise the bid documents and re -bid this project. Attachments: 1. Bid Tabulation 2. ITB #B14-02 3. Rejection Recommendation from Utilities Director Financial Impact: N/A Type of Item (please mark with an 'k') Public Hearing Ordinance First Reading For Clerk's Dept Use: Consent Agenda Ordinance Second Reading Resolution X Commission Approval Discussion & Direction Public Hearing Regular Agenda Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Mayor S. Scott Vandergrift City Manager Robert Frank 11IN4 4.af� 000(?-(? tlorfdo MEMORANDUM Commissioners John Grogan, District 1 Rosemary Wilsen, District 2 Rusty Johnson, District 3 Joel F. Keller, District 4 TO: JOYCE TOLBERT FROM: CHARLES K. SMITH P.E. DATE: April 28, 2014 RE: Award of B14 -02 Liftstation 410 Relocation and Replacement; and Liftstation #9 Removal The Utilities Department is recommending the rejection of the Liftstation 410 Relocation and Replacement, and Liftstation #10 Removal Project. Basis of the rejection are 1) all bids exceed budgetary resources; and 2) value engineering of the plans and the need to add 280' of gravity main to the work has resulted in significant changes scope of work. Charles K. Smith P.E. Director of Utilities City of Ocoee Utilities • 1800 A.D. Mims Road o Ocoee, Florida 34761 Phone: (407) 905 -3159 - Fax: (407) 877 -5899 • www.ocoee.org BID TABULATION 2111114 2:00 P.M. Rin SR1A_n7 I IFT RTATIt1N ttln RFI ACATION ANn RFPI ACFMFNT ANTI I IFT RTATIt1N 89 RFMr)VAI BID TAB 1_7 Construction, Inc. Southern Road & Bridge, LLC TLC Diversified, Inc. Acknowledged Addenda #1 and #2 ✓ ✓ ✓ Bid Security Bid Bond Bid Bond Bid Bond License Check Active Active Active Required Forms ✓ ✓ ✓ DESCRIPTION ESTD QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE Mobilization & General Conditions 1.0 $29,000.00 $29,000.00 $8,190.00 $8,190.00 $71,000.00 $71,000.00 Survey (Horizontal and Vertical Controls & As- Built) 1.0 $2,999.00 $2,999.00 $4,410.00 $4,410.00 $4.700.00 $4,700.00 Maintenance of Traffic 1.0 $22,000.00 $22,000.00 $3,780.00 $3,780.00 $1,500.00 $1,500.00 Pavement Removal and Replace Pavement 1036.3 $45.00 $46,633.50 $78.90 $81,764.07 $70.00 $72.541.00 Structural Asphaltic Concrete Leveling Course 5.2 $130.00 $676.00 $375.58 $1,953.02 $130.00 $676.00 Remove and Replace FDOT Type "F" Curb and Drop Curb 520.7 $20.00 $10,414.00 $23.61 $12,293.73 $25.00 $13.017.50 Remove and Replace FDOT Type Valley Curb 20.0 $30.00 $600.00 $71.61 $1,432.20 $50.00 $1,000.00 Remove and Replace Straight Curb 30.3 $22.00 $666.60 $49.97 $1,514.09 $40.00 $1,212.00 Construct Straight Curb 78.3 $13.00 $1,017.90 $21.17 $1,657.61 $20.001 $1,566.00 Remove and Replace 4" Thick Concrete Sidewalk 24.5 $84.00 $2,058.00 $65.27 $1,599.12 $85.00 $2,082.50 Construct 4" Thick Concrete Sidewalk 75.4 $50.00 $3,770.00 $50.13 $3,779.80 $45.00 $3,393.00 Abandon In -place 4" or Less Diameter Forcemain Including Grouting of Main. 482.0 $3.00 $1,446.00 $5.30 $2,554.60 $5.00 $2,410.00 Abandon and Remove 6" PVC Forcemain 44.0 $31.00 $1,364.00 $55.98 $2,46312 $117.00 $5.148.00 Abandon In -place 15 "Gravity Main Including Grouting of Main 278.0 $11.00 $3,058.00 $21.88 $6,082.64 $18.00 $5,004.00 Abandon In -place 18" Gravity Main Including Grouting of Main 365.0 $13.00 $4,745.00 $18.39 $6,712.35 $18.00 $6,570.00 Removal of Existing 18" Gravity Main Between Structures #2 and x -#4 48.3 $438.00 $21,155.40 $57.52 $2,778.22 $90.00 $4,347.00 6" Sanitary Sewer Service Lateral Including Tie-in to Existing Lateral and Cleanout at Property Line. 1.0 $5,800.00 $5,800.00 $3,704.83 $3,704.83 $2,400.00 $2.400.00 6" PVC Gravity Sewer Main (Single Service Between Structures x - #9 and x-18 ) 10.0 $590.00 $5,900.00 $190.091 $1,900.90 $450.00 $4,500.00 8" PVC Gravity Sewer Main 9 $580.00 $5,394.00 $242.98 $2,259.71 $490.00 $4.557.00 10" PVC Gravity Sewer Main 391.8 $100.00 $39,180.00 $32.10 $12,576.78 $100.00 $39,180.00 15" PVC Gravity Sewer Main 117.1 $185.00 $21,663.50 $76.23 $8,926.53 $120.00 $14,052.00 2" P.E. Service Forcemain 366.0 $9.00 $3,294.00 $11.70 $4,282.20 $17.00 $6,222.00 Connect 2" P.E. Service Forcemain to Existing 3 Forcemain 1.0 $1,000.00 $1,000.00 $1,035.41 $1,035.41 $500.00 $500.00 New 6' Diameter Receiving Manhole (Str -#1) 1.0 $31,000.00 $31,000.00 $16,266.54 $16,266.54 $29,000.00 $29,000.00 New 4' Diameter Receiving Manhole (Str -#2, Str -#3, Str- #5 & Str -#7) 4.0 $7,100.00 $28,400.00 $7,759.95 $31,039.80 $7,100.00 $28,400.00 Modify Existing Manhole (Str -x-#4) 1.0 $1,400.00 $1,400.00 $2,367.62 $2,367.62 $5,100.00 $5,100.00 Demolish and Remove Existing Manhole (Str -x-#6) 1.0 $5,000.00 $5,000.00 $1,642.10 $1,642.10 $6.400.001 $6,400.00 Modify Existing Manhole (Str -x-#8) 1.0 $2,000.00 $2,000.00 $3,914.19 $3,914.19 $5,600.00 $5,600.00 Modify Existing Fiberglass Liftstation (Str -x-#9) 1.0 $600.00 $600.00 $5,367.29 $5,367.29 $9,500.00 $9,500.00 Abandon In -place Existing Manhole (Slr- x-#10) 1.0 $1,200.00 $1,200.00 $2,493.62 $2,493.62 $5,300.00 $5,300.00 Abandon In -place Existing Manhole (Str- x-#11) 1.0 $1,200.00 $1,200.00 $2,367.62 $2,367.62 $5,300.00 $5,300.00 Abandon In -place Junction Box (old liftstation) (Str -x- #12 ) 1.0 $2,200.00 $2,200.00 $821.05 $821.05 $5, 0.001 $5,700.00 Abandon and Remove Existing Valve Vault (Str- x-#13) 1.0 $1,300.00 $1,300.00 $1,642.10 $1,642.10 $6,800.00 $6,800.00 Abandon and Remove Existing Liftstation (Str- x-#14) 1.0 $2,400.001 $2,400.00 $4,103.19 $4,103.19 $9,200.00 $9,200.00 BID TABULATION 2/11/14 2:00 P.M. RID itR9d_09 I IFT STATION tiro RFI OCATION AND Ri ACFMFNT AND I IFT STATION 99 REMOVAL BID TAB L7 Construction, Inc. Southern Road & Bridge, LLC TLC Diversified, Inc. DESCRIPTION ESTD QTY. UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE New Liftstation 1.0 $247,000.00 $247,000.00 $235,231.37 $235,231.37 $289,000.00 $289.000.00 6' High Chain Link Fencing Including Terminal Post 126.0 $22.00 $2,772.00 $27.01 $3,403.26 $32.00 $4,032.00 Relocate Existing Fence Terminal Post and Re- connect Existing Fence 1.0 $1,400.00 $1.400.00 $3,640.52 $3,640.52 $200.00 $200.00 14' Slide Gate 2.0 $1,600.00 $3.200.00 $1,789.20 $3,578.40 $2,300.DO $4,600.00 26' Slide Gate 1.0 $2,000.00 $2,000.00 $2,471.25 $2,471.25 $1,800.00 $1,800.00 Solid Sodding 405.0 $4.00 $1,620.00 $3.78 $1,530.90 $5.00 $2,025.00 By -Pass Pumping 1.0 $23,000.00 $23,000.00 $20,353.14 $20,353.14 $27.000.00 $27,000.00 TOTAL 1 $591.526.90 $519,884.89 $712,535.00 Bids are listed in alphabetical order. ' Highlighted amounts are price discrepancies on bid form. SECTION 00020 INVITATION TO BID #1314 -02 Lift Station # 10 Relocation and Replacement; and Lift Station # 9 Removal Project OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent, Finance Department /Purchasing, City of Ocoee, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761, until 2:00 pm, local time, on Tuesday, February 11, 2014. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City of Ocoee City Hall Conference Room at approximately 2:01 pm. Description of Work All work for the project shall be constructed in accordance with the drawings and specifications prepared by City of Ocoee Utilities Department, as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if an award is made, in conformance with the plans and specifications. Bids shall be deemed to include all items necessary for the furnishing, delivering, and installing of all materials, equipment, incidentals, and services, including all labor for the work which is generally described as the following: The in -place demolition of the existing lift station #10, its valve vault and gravity mains (2) including structures (3) north of the Enterprise roadway, and replacement with a new station just north of roadway; and the decommissioning of lift station #9 by the conversation of the small station to a junction manhole, and 15" PVC (117'), 10" PVC (392'), 8" PVC (9') and 6" PVC (10') gravity mains and 4 — 4' diameter manholes. Also include all restoration of roadway, pavement curbing, and disturbed ground associated with the work. All work is to be conducted in accordance with the Bidding Documents. Prospective bidders may secure a copy of the documents required for submitting a bid through Onvia/DemandStar by accessing the City's website at: http:// www. ocoee. or�,I Departmeiits /FinanceIPurchasing/home.httn Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/DemandStar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/DemandStar is not required to submit a bid. Lift Station # 10 Relocation and Replacement; and Lift Station #9 Removal Project B 14 -02 00020 -1 Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. These persons will be required to pay a copying fee as prescribed by statute. Checks should be made payable to the City of Ocoee. Prospective bidders shall prepare their bids by reviewing complete, full -size contract documents. Addenda will be posted on DemandStar. DemandStar will transmit addenda to all holders of complete contract documents not later than twenty -four (24) hours before bid time via facsimile or U.S. mail, as determined by the City of Ocoee. It shall be the bidder's responsibility to verify addendums and acknowledge receipt of all addenda in the bid submittal. Pre -bid Conference: A pre -bid conference is scheduled for 10:00 A.M. on January 28, 2014 in the City Commissions Chamber, 150 N. Lakeshore Drive, Ocoee, FL 34761. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5 %) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations and pursuant to any applicable City of Ocoee purchasing rules and procedures and the contract documents. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B 14 -02 for the Lift Station # 10 Relocation and Replacement; and Lift Station #9 Removal Project" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Mailed bids shall be sent to the attention of the Purchasing Agent, City of Ocoee, 2 nd Floor, 150 North Lakeshore Drive, Ocoee, FL 34761. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on an award to provide any goods or services to a public entity, may not submit a bid on an award with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a Contractor, Supplier, Subcontractor, or Consultant under a award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] Lift Station # 10 Relocation and Replacement; and Lift Station #9 Removal Project B 14 -02 00020 -2 The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. City Clerk OCOEE, FLORIDA January 12, 2014 END OF SECTION Lift Station # 10 Relocation and Replacement; and Lift Station #9 Removal Project B 14 -02 00020 -3