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