Loading...
RES 2005-0020 - Contract with Hawkins Construction Company for OPW 50527B, Phase 1 permit complicance project and other improvements at Missouri River WWTP �jJ1AHA,N�, RECEIVED Public Works Department a��`il/+��► � a DEC 2' 3 M1 1O: 39 Omaha/Douglas Civic Center z II;CJ '� 0`g h„ti .ttor January 4, 2 0 1819 Farnam Street,Suite 601 o' Omaha,Nebraska 68183-0601 o�4TFD FEBR3r��ry �� e 1f CLERIC: (402)444-5220 A H A, I'E.D R 4 S b.A Telefax(402)444-5248 City of Omaha • Norm Jackman,P.E. Mike Fahey,Mayor Acting Public Works Director Honorable President and Members of the City Council, The attached Resolution approves the contract with Hawkins Construction Company for OPW 50527B, being Phase 1 Permit Compliance Project and Other Improvements at the Missouri River Wastewater Treatment Plant- Schedule B. The following bids were received on November 17, 2004. Contractor Total Bid W. Boyd Jones Construction Co., Inc. $4,767,000.00 (Non-responsive Bid) HAWKINS CONSTRUCTION COMPANY $4,890,026.00 (RECOMMENDED BID) CAS Construction, Inc. $5,029,000.00 John T. Jones Construction Co. $5,277,375.00 The Public Works Department reviewed the bid submitted by W. Boyd Jones Construction Co., Inc. and has determined it is a non-responsive bid as detailed in the attached letter dated December 7, 2004. The contractor has on file a current Annual Contract Compliance Report Form (CC-1). As is City policy, the Human Relations Director will review the contractor to ensure compliance with the Contract Compliance Ordinance. The Finance Department is authorized to pay the cost of OPW 50527B from the Sanitary Sewer Improvement Capital Asset Replacement Program Organization 116913, Sewer Revenue Improvements Fund 21124, 2004 expenditures. The Public Works Department recommends the acceptance of the bid from Hawkins Construction Company in the amount of$4,890,026.00 being the lowest and best bid received, and requests your consideration and approval of this Resolution. Respectful) a mitted, Referred to City Council for Consideration: ," /042 rm kman, P.E. Date Myor's ffice/Title ' Date Acting Director Approved as to Funding: Ap oved: a,ced, t lotk Carol A. Ebdon ,/ydq Date Gail Kinsey Thompson Date Finance Director f ' ' Human Relations Director P:\PW2\15254maf.doc r- 07 D e 13 03 ' 5 a f,,• = 3. 0 CD o. to ck co 4 = to 3' t 73 CO co CO = z 3 a. 0 F- CA .13. Co 6.3 ..s -I * * * OC 0 Eic - ZO -' o• = T. co - co Ct -- '' ^ C Z 0 5. E -co 0 5 ct = 0 0 .-1 a Ei Ft-, a .7, -i II,' 9: a 5 o (2. = 2 cl f 2 R. F,:. F..) :..; 7,• = -0 z p, g -9 9, g t' 0 a g, , <I' 0 Fa Fp' co g' ". > 3 , r- 2 = m▪ g '20 n B "91 3 6 ii 2 L' co is, a., •• u, K a c-F 0 0. 03 c0 Fli S Al m 0. -0 1/3300- -o , u ,, " to 40 73 10 is' 0 . -• m • = CI - il Z @ 2, c-,. Os F, 4' 0 ,,,°'. -65 °A FEC 0 m = — — nc c, C' 0 . ,. c-5: 0- no o 3 i',,) - ° Fri r- M 0 _, •,.< al c-, = , .. 0 = CI • CA. 5 > =- EZ 0 33.. % 0 G., 3 .. 3- st F-.: g to 3 -o t.g 0 ,33 ri„,• f... . e• = - K ? g j, rn...1,1 -0 CO P-au - 3 , 11 g CD •"ca 2,3. .',i-, ,7 -2 '0 a to c > S2--. = 13/ -• 0 -I 0 03> P> 2 -11 "J ii,, a — T. a '-' -, o ct, a CD a @ 0 K Ft,' to — , o h.) 1:, n, ,.c, ..* P . W., 0 g. (cPc la. g CT• -0 z a En ir, _, = _, c., 0" al o g E. R.• --• -..., = co -1 0 0 , a oo ‘,., -, ' ° 0 C5 = --i 2' 5 g Jo. - w g 9_, 3 to 71 -- o u o •.‘"- :o oo - lo 0 CD CA. a P* 9, 0) q tFDIL E. c.7, a m 3 o. 0 c = 0 CD CD CD co . , (... ro rs) o .?... u, o o o 0 COO o o 0. m m -I > m 23 03 C .t: m T 2 o S. CD CO CD -I. tic u. m cr, Cl) 4.. -1 § 4,11 CD 03 O3 TV 0 - , _, -03 -0 3 ceg o • "4 0 v V 771. tv 0 g 03 ' 0 0 0 CA -3 Z Mr e * 0 6 0 '0 .0 co P cli' c I o 0 o o o r Z 4 * 0 Cr' 3. 3. 2 A A * * .0' laii = ci, "4 -0 0) * tr, . 0, A A -..1 A -. _. ..•I o ,... - -4 N3 ED CA 0 CO Co 0 CO -4 0 ,.... -. ..0 -Go 0 0 0 CO c. O 0 is, 0, o co o o o o o o o o o cA 0 0 0 0 0 cc O co Co b 6 6 0 b 0 0 0 0000 o o o o o o 0 co X is.) 3 r. 0 0, -0 CDC) * co 0 (.3 CO -Fsi = A-. CD CC) .••• ., co P g 5 6 6 0 ...., b Z 2 w o o cD 01 CO CA ° -13 0 clo 2 = 1 cm - . ..... , c.0 -4 CO ^4 43 -. - ZI 0 cr, Co EA co -3 co vi 0 (A cn ,z• -0 -.D. 10 -to --4 lo IQ o2 P• 3' to 0 A.3 0 A3 CA In Co C.4 cn = a, -. o Ln o o CC) I., o 6 6 b 6 b 6 so 6 6 6 0 0 C3 0 C3 0 0 0 0 0 -4 th 0 in V cc Co Co Fi CD Z m co CA 0 0 0 -3 co CD- 6 0 6 b b o Co o o to 2 VI A cr, M c-c 0 I., Ch .., ,.., .4 pa' CA 0- Z .0 0 Co cn Ca CO NJ Cr, 0 LI, -0 E. -0 0 ico 0 0 0 EA 0 0 0 0 0000 0 0 CO 0 0 0 6 6 6 o 6 CC) ' sO 03 0000 o 0 0 0 0 cc Ei L.: 0 a CO 8 Co 0 Ni 03 F,s -.I 0 c.n cx, -. co Z = c • in 0 6 6 6 o o o o o 0 > 5., et; , < a' o cn .13. IV 0 a, * -i a vi -4 CO -4 CO -3 •••4 Ac vi EA -4 -3 133 CA Co CO og ,.., 1., (..., a, c.., 1:o c.,, 0 0 0 vi CO vi 0 -4 V 0 0 C3 0 CA 0 CA cn 0 0 0 0 0 o 6 6 6 6 o 0 CC 6 0 cocoa o o o o C3 0 A3,:or....13... A..le.--0,30.0=3"'-",---",-:,,.:,:'.3, 3.-7"-.A`...."3",-..1E'....t.. .......=3:.--„,...". . ."±-1C--::::.::...- scf..CC:::::_3... ..t?,134,033:3_03,•O.3.,,,co,,,•,,,,,,3 ,O.y.X.,,,,z•c,_3,_•,__r',..,,i,,,!.ft.: 1,1,5,,,,,3c.,:el,,.e,,,,-L., r oo D c -13 in a a 3 o 0 m 3 O D hi CD O Z 3 a ° r- CT A w N - * * O r -I cn W C -I -0 D m K o 0 m cn C Z 0 N C v O 0 * * * c O_ N - Z O cp n � — co C, CD N O O .n+ " N S .y Z O O O D N N -i D y ^ co J n, f=D .�+ p. n " N O N N ch o r o a c v r m o iv 3 0 5 c v 3 a 4. o f0Dtil 0 p x n n CO c m D 3 XJ O vi m 73 N. CD °' p co z cu n C `-, cn N o n T a m Q Q d N 'co O O a 0 a Cl m COWCD T m m - tr, v N o w o a m N < m g cD o a `2 X o cu c • m o �+ p w cep co O mn, x CD o a o O m c', cpi v o' °c v No A 3 03, Q �_. CO• N co N n (D O �. j n A 3 co N 0 Df U, fD O. 7 5. co O 3 (/, r m 0 7 `.< N n ? _, a fo - co 3 a • cn y s to 0 c S ~, co O f O 0 v o 3 D -I cD p cn .pp.. 0 n, y N 0 a Q a ' o -n o o m m � (xi c 3 � o o c o O a f co N_ = W D - 3 v, D co - °1 0 3 m p CD d 0 K co (D D1 U, 7 N D7 7 -, O a 2 C O N c ,.G C K cD N a N c _ o v o m m C CD y n c 2 �co coo No co O O co cu a �. 7- ..- -ZI p' N N d N co ... S co CD O o 3 c�-, - 3 3 co °, cn ' • = Co) ' 'a 3 Li CA) • p fD -o co to N o O 3 O. co • O 7 N c, N N O CI, O O co O CT o O o K • -n m = = r -I D X X CO C 7 • m O 0 CD CD 0 N e„ m w m Cn A .00 co co N N co O b O _ O w 0 cc 3 rn O • Q1 CO O W N O O CO U7 _, CO ? -i K to C * a o a o o r z = 2.. c_ _ . _._r. - -._--- - - - - - -.- __ - _. O m oo OtAAHe.NF °``141 't' • Public Works Department • ,;;AA = Omaha/Douglas Civic Center �i�f� ���I 1819 Farnam Street,Suite 601 ®as .Pls� m Omaha,Nebraska 68183-0601 (402)444-5220 °� i'tn FEeRJr�, Telefax(402)444-5248 City of Omaha Norm Jackman, P.E. Mike Fahey,Mayor Acting Public Works Director December 7, 2004 Via FAX and Certified US Mail Mr. Jon Crane W. Boyd Jones Construction Company 4360 Nichols St. Omaha, NE 68131 RE: OPW 50527 Phase 1 Permit Compliance Project and Other Improvements— Schedule B Dear Mr. Crane, Your bid for the above referenced project included a quotation for a non-existent line item. On page 5 of the bid form, you included a quotation for Item 115 — Additional pile length after splice, (Section 02456, Prestressed Concrete Piles of$70.00 per ft for SO ft, totaling $3500.00. Then, on page 6 of the bid form, your bid included an additional $242,000.00 lump sum on what was a continuation of line item #5. In accordance with the City of Omaha Standard Specifications for Public Works Construction, 3rd Edition, the City of Omaha corrected the irregularity in your bid by eliminating the $242,000.00 erroneous addition. With this correction your bid became the low bid. Discussions with you and submittal of your letter dated December 3, 2004 to Mr. Buster Brown, City Clerk, indicate that you will not enter into this contract for the adjusted quotation of$4,767,000.00 and that you believe your original bid of$5,009,000.00 remains a valid and responsive bid. • The City of Omaha considers your bid to be irregular. Furthermore, the City of Omaha cannot award this contract to a bidder who has altered the intent of the bid form. Without formal withdrawal of your bid, the City of Omaha can only consider it non-responsive, remove it from the selection process, and proceed with the award of this contract to the next lowest, most responsive bidder. Sincerely, John Wichman Project Engineer Cc: Bob Hamer, City Deputy Attorney Kirk Pfeffer, P.E., Design Engineer Buster Brown, City Clerk File JAN 03 2005 15:20 FROM: T0:402 444 5248 P.002'002 JAN-3-2005 15:57 FROM:DEPT OF ENUIROMENT Q 402-471-2909 TO:9190244439R1 P:2'2 STATE OF NEBMSJz ,��" `. DSPAnnwrArr OF MMI NTAL QUALITY y1' ,�, Miohnel J.Linder 9.p ..� i`a3-` y iiI' k p Director SLAM 400,'rhn:Atrium ,. • January 3, 2005 12oo'N Street "4 - P.O.Box 98927. Lincoln. Nebrooke 68509-8922 - Mike doriAnnn Phone(402)471-2186 Governor FAX(q02)471-2909 Sharon M. Miller, P.E. Design Engineering Missouri River WWTP 5600 So, 10"'Street Omaha, NE 68107 Re: OPW 50527B: Phase 1 Permit Compliance Project and Other Improvements-Schedule B—Missouri River WWTP Omaha, Nebraska SRF Project No. C317374 bear Sharon: in accordance With Title 131, Chapter 4, the bid opening documents for your project have been reviewed by NDEQ, and we are hereby authorizing award of the construction contract. Sincerely, 4(14) OAS i&V ®n Worster, Federal Aid Administrator Financial Assistance Section Water Quality Division An Equn!Opporturtr►WAmnmaUue Radon Mnok yor t1 PrIntooe17160Y ink on Mr-ymod pnpnr 6 C-25A CITY OF OMAHA LEGISLATIVE CHAMBER Omaha,Nebraska RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: WHEREAS, bids were submitted on November 17, 2004 for OPW 50527B, being Phase 1 Permit Compliance Project and Other Improvements at the Missouri River Wastewater Treatment Plant- Schedule B; and, WHEREAS, Hawkins Construction Company submitted a bid of $4,890,026.00, 1 being the lowest and best bid received for OPW 50527B. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF OMAHA: THAT, the bid of$4,890,026.00 from Hawkins Construction Company for OPW 50527B, being Phase 1 Permit Compliance Project and Other Improvements at the Missouri River Wastewater Treatment Plant - Schedule B, being the lowest and best bid received within the bid specifications,be accepted and the contract be awarded. BE IT FURTHER RESOLVED: THAT, the contract Hawkins Construction Company, as recommended by the Mayor, in the amount of$4,890,026.00 is hereby approved. BE IT ALSO FURTHER RESOLVED: THAT, the Finance Department is authorized to pay the cost of OPW 50527B from the Sanitary Sewer Improvement Capital Asset Replacement Program Organization 116913, Sewer Revenue Improvements Fund 21124, 2004 expenditures. APPROVED AS TO FORM: /49?—/. --D( CITY ATTORNEY DATE P:\PW2\15255ma£doc By ?API P 1416140* • Councilmember Adopted' ^ J — 4 20 D _ ` City Clerk Approvea�� Mayor WVco O _ n A, I LA (D O 0 'b0 a fi ro IJ'HPi ;i• III l� R. tr n .- h p, '•"' '� a. �' a.Ord CDpC �, rb ,s r