Loading...
3.06 3.6 BIDS\AWARD Bid —HVAC Improvements—11-18-19 RESOLUTION AUTHORIZING AWARD OF BID FOR UTILITY INFRASTRUCTURE/HVAC IMPROVEMENTS AT TOWN HALL AND ACTIVITIES CENTER RESOLUTION NO. ,2019 INTRODUCED BY: WHO MOVED ITS ADOPTION SECONDED BY: WHEREAS, by Resolution No.: 483,2013, the Queensbury Town Board established the Town Office Complex Improvements Capital Project Fund#203, and WHEREAS, by Resolution No.: 101,2018, the Town Board authorized engagement of LaBella Associates, D.P.C. (LaBella) related to the design and implementation of utility infrastructure/HVAC improvements at Queensbury Town Hall and the Queensbury Activities Center(Project), and WHEREAS, LaBella Associates, D.P.C. provided such engineering services and developed bid documents,and WHEREAS, General Municipal Law §103 requires that the Town advertise for bids and award the bid to the lowest responsible bidder(s) meeting New York State statutory requirements and the requirements set forth in the Town's bidding documents, and WHEREAS, by Resolution No.: 473,2018, the Town Board authorized the Town's Purchasing Agent to advertise for bids for the utility infrastructure/HVAC improvements at Queensbury Town Hall and the Queensbury Activities Center Project (Project) in the official newspaper for the Town of Queensbury and following such advertisement and receipt of bids, the one(1)and only received bid was opened and reviewed on May 28th, 2019, and WHEREAS, the Purchasing Agent, Facilities Manager and LaBella recommended that the Town Board reject the bid as only one bid was received and by re-advertising for bids in the late fall, it was hoped that the Town would receive additional, favorable bids, and WHEREAS, by Resolution No.: 238,2019, the Town Board accordingly authorized the rejection of the one received bid and the readvertisement for bids,and WHEREAS, the Town's Purchasing Agent published such advertisement for bids and on Friday,November 8th, 2019, duly opened all received bids, and WHEREAS, the Purchasing Agent, the Facilities Manager and LaBella have recommended that the Town Board award the bid for the Project to the lowest, responsible bidder, R. F. Gordon Mechanical, for an amount not to exceed $994,215 (plus an additional amount of$10,400 if the Town later determines that soil removal work is needed), and WHEREAS, the Facilities Manager has advised the Town Board that there are times when Change Orders may become necessary for such Contract and has requested that the Town Board also authorize him to approve and sign certain Change Orders up to a five percent (5%) contingency for Change Orders that he deems necessary or appropriate, NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby accepts and awards the bid for the utility infrastructure/HVAC improvements at Queensbury Town Hall and the Queensbury Activities Center Project (Project) from the lowest, responsible bidder, R. F. Gordon Mechanical, for an amount not to exceed $994,215 (plus an additional amount of$10,400 if the Town later determines that soil removal work is needed), and 2 f BE IT FURTHER, RESOLVED, that the Town Board hereby authorizes the Town Facilities Manager to approve and sign Change Orders pertaining to the Contract up to a five percent (5%) contingency or in the total amount not exceeding $49,711 that he deems necessary or appropriate, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs that payment shall be from Capital Construction Account No.: 203-1620-2899, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Budget Officer to amend the Town Budget, make any adjustments, budget amendments, transfers or prepare any documentation necessary to effectuate all terms of this Resolution, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor, Purchasing Agent, Facilities Manager, and/or Budget Officer to take such other and further actions as may be necessary to effectuate the terms of this Resolution. Duly adopted this 18th day of November, 2019, by the following vote: AYES : NOES : ABSENT: 3 • •v111. uPbUVIi, IVIQI M1 Li'...,.,ti 'JIJC;N i gent:Wednesday, November 13,2019 2:49 PM To: Chuck Rice < R.,v ,_e ens buiv.r]e`:> Cc:Joanne Watkins<lo;<nr,e,Jocc _b ,. a_>; Barbara Tierney< .a r: 3oJry r_0 Subject: RE: Queensbury HVAC Project Bid Results Chuck, Joanne, Barbara: We have evaluated the bid results. The resu is are summarized below: Total with Total with Alternate and Clean Boiler Clean Boiler Difference from Contractor Total Alternate boiler abatement Credit Credit Lowest R.P.Gordon M.tchanecal $ 974,715 $ 19,500 5 994,215 5 • 5 994,215 `i. iyoni 5 962.300 S 63,800 $ 1,026,100 5 t2,000) 5 1,024,100 5 29.885 04eserer 5 1A53,700 S 75.000 $ 1,129,700 5 (4,000) $ 1.125.700 $ 131,435 family 0ant tviach.mcal 5 1,150.000 5 90,000 $ 1,240,000 5 (4.60) 5 1,235.400 $ 241.185 Eckert Mechan;cai $ 1,337.656, $ 44,940 $ 1,432596 $ (4,600) S 1,427.996 $ 433.781 The alternate is for off-hours work in occupied areas. It was made clear during the walk-through that the town would require this alternate. Based on this re ;'cre:;nen:, S.. . Gordon is the low bidder. Our bid forrn included unit costs per ton for removal of contaminated soil and replacement with clean Fill should the soil below the oil tanks be contaminated. Gordon had a 40 ton minimum for these unit costs. The other bidd;ers did not. We did an analysis of how this might affect the bid results of the two lowest bidders, based on different amounts of soil contamination. The results are below: Tons Gordon with Lyons with Contaminated Gordon Soil Base Bid Lyons Soil Base aid Lyons minus Soil Costs included Costs Included Gordon $ $ 10,400 5 1.004.615 S 1,815 51,025.915 S 21.300 10 5 10.400 S 1,004.615 S 3.630 $1,027,730 S 23,115 20 5 10.400 S 1,004,615 S 7,260 51.031,360 5 26.745 • 30 S 10.400 5 1.004.615 $ 10,890 51,034,990 S 30.375 40 5 10.400 $ 1.004.615 S 14,520 51,038,620 S 34,005 60 $ 15.600 S 1,009,815 S 21.780 51.045.880 $ 36,065 80 S 20.800 5 1.015,015 S 29,040 51.053,140 $ 38.125 100 5 26,000 S 1,020,215 S 36,300 51,060.400 5 40.185 125 S 32.500 S 1.026,715 S 45.375 S1,069,475 $ 42,760 150 $ 39,000 5 1,033.215 $ 54,450 51,078,550 S 45,335 200 $ 52.000 5 1,046.215 S 72.600 S1,096.700 S 50.485 235 S 61.100 $ 1,055.315 S 85,305 S1,109.405 S 54.090 We did confirm the Gordon that their base bidincluded clean fill to fill the tank holes assuming that nocontamination is found. It is clear from this that Gordon is still lobo` bid under all circumstances. At high contamination levels, their savings margin increases. We recommend that the Town of t,iceensbury award the contract to S.i Gordon Mechanical, LLC.. We recommend that the contract be written for$994,21..5 with an addition.al authorization of,$". m00 to be used only if contaminated soils is discovered. This would cover up to 40 tons of soil removal and replacement. Mark.Bagdon, PE LaBeila Associates I Vice President 518-903-8382 direct 518-598-4742 cell