File #: 20-0636    Version: 1 Name: Award of Water Treatment Plant Facility Improvements 2020
Type: Bid Status: Passed
File created: 8/20/2020 In control: City Commission
On agenda: 9/3/2020 Final action: 9/3/2020
Title: MOTION TO AWARD IFB # PSUT-20-04 “WATER TREATMENT FACILITY IMPROVEMENTS 2020” TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, CARDINAL CONTRACTORS, INC. IN AN AMOUNT NOT TO EXCEED $2,599,300 WHICH INCLUDES THE COST TO PROVIDE A PAYMENT AND PERFORMANCE BOND, A 7% OWNER’S CONTINGENCY IN THE AMOUNT OF $165,410 AND A 3% PERMIT ALLOWANCE IN THE AMOUNT OF $70,890.
Sponsors: Utility
Attachments: 1. 1. Agreement (Including Exhibits A and B), 2. 2. Bid Tabulation

Title

MOTION TO AWARD IFB # PSUT-20-04 “WATER TREATMENT FACILITY IMPROVEMENTS 2020” TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, CARDINAL CONTRACTORS, INC. IN AN AMOUNT NOT TO EXCEED $2,599,300 WHICH INCLUDES THE COST TO PROVIDE A PAYMENT AND PERFORMANCE BOND, A 7% OWNER’S CONTINGENCY IN THE AMOUNT OF $165,410 AND A 3% PERMIT ALLOWANCE IN THE AMOUNT OF $70,890.

Summary Explanation and Background

 

PROCUREMENT PROCESS TAKEN:

- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”

 

- Section 35.15 defines an Invitation for Bid as “A written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated therein and specifically defining the commodities or services for which bids are sought.  The invitation for bid shall be used when the city is capable of specifically defining the scope of work for which a service is required or when the city is capable of establishing 15 precise specifications defining the actual commodities required.  The invitation for bid shall include instructions to bidders, plans, drawings and specifications, if any, bid form and other required forms and documents to be submitted with the bid.”

 

- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."

 

- 35.18(A) states, "A purchase of or contracts for commodities or services that is estimated by the Chief Procurement Officer to cost more than $25,000 shall be based on sealed competitive solicitations as determined by the Chief Procurement Officer, except as specifically provided herein."

 

- Section 35.19 of the City's Code of Ordinances is titled "SEALED COMPETITIVE BIDDING PROCEDURE."

 

- Section 35.19(A) states "All sealed competitive solicitations as defined in § 35.18 shall be presented to the City Commission for their consideration prior to advertisement."

 

- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."

 

- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval."

 

- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."

 

SUMMARY EXPLANATION AND BACKGROUND:

 

1.  On June 3, 2020, the City Commission authorized the advertisement of PSUT-20-04 “Water Treatment Facility Improvements 2020”, which was advertised on June 11, 2020.

 

2.  The purpose of this solicitation was to seek proposals from qualified firms to furnish all necessary materials, equipment, tools, personnel, etc. to complete the renovations and painting of Accelator Unit “A”, Painting Completion of Accelator Unit “D”, Painting of the Exterior of Accelator Units “A”, “B”, “C”, “D”, Painting of walkway structural components, light brackets, filters 1,2,3, East 2MG Water Storage Tank Exterior and Ion Exchange Instrumentation Upgrade.

 

3.  On July 28, 2020, the City opened four (4) proposals from the following vendors:

 

Vendor Name

Cost Including P&P Bond

Intercounty Engineering, Inc.

$2,220,516.14

Cardinal Contractors, Inc.

$2,363,000

Lawrence Lee Construction Services, Inc.

$2,532,070

RF Environmental Services

$2,662,721.75

 

4.  Intercounty Engineering, Inc. was deemed unresponsive due to their inability to provide references of successfully completing three (3) similar projects on Lime Softening Units in the last ten (10) years.

 

5.  The Utilities Division has reviewed the bids, and has deemed Cardinal Contractors, Inc. to be the most responsive/responsible bidder as they provided the lowest price and provided references of successfully completing three (3) similar projects on Lime Softening Units in the last ten (10) years.

 

6.  In addition, Cardinal Contractors, Inc. has also completed the Equal Benefits Form and has stated that the “Contractor currently complies with the requirements of this section.”

 

7.  Request City Commission to award IFB # PSUT-20-04 “Water Treatment Facility Improvements 2020” to the most responsive/responsible bidder, Cardinal Contractors, Inc. in an amount not to exceed $2,599,300 which includes the cost to provide a Payment and Performance Bond, a 7% Owner's Contingency in the amount of $165,410, and a 3% Permit Allowance in the amount of $70,890.

 

Financial Impact

FINANCIAL IMPACT DETAIL:

 

a)                     Initial Cost:  $2,599,300

b)                     Amount budgeted for this item in Account No: Funds are available in account # 471-533-6031-63993 (Improvements - Other)

c)                     Source of funding for difference, if not fully budgeted: Not Applicable.

d)                     5 year projection of the operational cost of the project: Not Applicable.

e)                     Detail of additional staff requirements:  Not Applicable.