File #: K-1213-53    Version: 1 Name: WTP Expansion Project
Type: Contract Status: Passed
File created: 1/28/2013 In control: City Council
On agenda: 2/26/2013 Final action: 2/26/2013
Title: CONSIDERATION OF AWARDING OF BID NO. 1213-28, ITEMS 3 THROUGH 10, 11 THROUGH 13 AND 15; THE NORMAN UTILITIES AUTHORITY’S APPROVAL OF CONTRACT NO. K-1213-53 WITH CENTRAL CONTRACTING SERVICES, INC., IN THE AMOUNT OF $198,150, PERFORMANCE BOND NO. B-1213-17, STATUTORY BOND NO. B-1213-18, AND MAINTENANCE BOND NO. MB-1213-14 FOR THE PHASE II WATER TREATMENT PLANT EXPANSION PROJECT; AND BUDGET APPROPRIATION.
Attachments: 1. Text File WTP, Phase II, 2. K-1213-53 and Bonds, 3. Septic Hauling Costs.pdf, 4. PR Central WTP
Title
CONSIDERATION OF AWARDING OF BID NO. 1213-28, ITEMS 3 THROUGH 10, 11 THROUGH 13 AND 15; THE NORMAN UTILITIES AUTHORITY’S APPROVAL OF CONTRACT NO. K-1213-53 WITH CENTRAL CONTRACTING SERVICES, INC., IN THE AMOUNT OF $198,150, PERFORMANCE BOND NO. B-1213-17, STATUTORY BOND NO. B-1213-18, AND MAINTENANCE BOND NO. MB-1213-14 FOR THE PHASE II WATER TREATMENT PLANT EXPANSION PROJECT; AND BUDGET APPROPRIATION.

Body
BACKGROUND: On May 22, 2012, the Norman Utilities Authority (NUA) approved Contract K-1112-124 with Carollo Engineers (Carollo) to perform the initial design for Phase II of the water treatment plant design. As a part of this design, sanitary sewer facilities were to be included within the Phase II design. This summer, the 50+ year old current septic tank and lateral line system began to fail and sewer surfaced. Carollo was asked to expedite a design that would coordinate with the Phase II project. With a new development located across the street, the plant will be able to connect to the city collection system via a pump station, gravity lines, and approximately 1,100 lineal feet of force main.

DISCUSSION: Bids were opened for the project October 4, 2012. Central Contracting Services, LLC, was apparent low bidder at a bid price of $429,293.50. The low bid price exceeded the project budget. Most of the inflated cost was due to the electrical portion of the bid. Staff was able to relocate the lift station closer to the electric building which omitted the need for duct bank (Bid Item 11). Additionally, Staff examined the electrical connection plans and discovered some areas that needed redesign work. As such, Staff is not recommending that portion of the bid be awarded as part of this project (Bid Item 16). The contractor omitted the mobilization (Bid Item 1) since his crews are currently performing work in the area and staff omitted the seeding requirement (Bid Item 14). Finally, Staff determined that demolition of the existing septic tank w...

Click here for full text