Loading...
Item 8HAGENDA ITEM # 8H DECEMBER 14, 2009 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: New Well 2R and Raw Water Transmission Main Bid No. 0910-2 SUBMITTED BY: Donna Kaluzniak, Utility Director DATE: December 4, 2009 BACKGROUND: The City's 2001 Water Master Plan included a recommendation to replace Well No. 2, located at the Wastewater Treatment Plant at 1100 Sandpiper Lane. Geophysical and video inspection in 2001 showed the well to be in very poor condition. Design has been completed, and bids advertised. Staff sent eight invitations directly to contractors. Ten contractors picked up plans and six submitted prequalification packages. Three contractors met prequalification requirements, attended the Mandatory Pre-Bid Meeting and submitted bids: Contractor Bid Price Gruhn Ma ,Inc. $594,682.00 Sawcross, Inc. $632,000.00 WPC Industrial Contractors, LLC $719,000.00 The lowest bidder submitting all required documents was Gruhn May BUDGET: A total of $745,725 is budgeted in the Water Fund for the project under account no. 400-5502-533-6300. Funding of the project with Stimulus State Revolving Fund (SRF) money is approved by the Department of Environmental Protection (DEP) in an amount up to $800,000. DEP must also review the bids and provide the City with authorization prior to our signing the contract. Note that because a number of the projects funded with Stimulus SRF money came in under budget, DEP has authorized the City to use up to an additional $251,000 of Stimulus SRF funds for the Ocean Blvd. Water Main if the City desires. Using the Stimulus money to fund the Ocean Blvd. Water Main project would allow the City to borrow less money for the TMDL project, saving interest costs. Recommendation for the City Commission to approve the use of Stimulus SRF funding for the Ocean Blvd. Water Main will be forthcoming when those bids are received in January. In order to save costs, the City will purchase the emergency generator for the project through Ring Power under the State Contract, and the contractor will install it. The cost for the generator is $46,986. AGENDA ITEM # 8H DECEMBER 14, 2009 RECOMMENDATION: Award a contract in the amount of $594,682.00 to Gruhn May to construct New We112R and Raw Water Transmission Main, and authorize the City Manager to sign the contract, subject to DEP review and approval of the bid documents. Authorize the City to purchase the emergency generator for the project through Ring Power under the State Contract in the amount of $46,986. ATTACHMENTS: 1. Bid tabulation form 2. Engineer's Recommendation of Award 3. Emergency Generator cost under State Contract REVIEWED BY CITY MANAGER: AGENDA ITEM # 8H DECEMBER 14, 2009 J. COLLINS ENGINEERING ASSOCIATES, LLC I I ~ 16-3 San. Jose Blvd. Jacksonville. FL 32223 (904)262-41.21 (904) 716-6282 (Cell) john cvjcollinsenbineerin~.com December 9, 2009 Donna Kaluzniak, CEP Utility Director City of Atlantic Beach 1200 Sandpiper Lane Atlantic Beach, FL 32233-4318 Re: Bid Evaluation & Letter of Recommendation -New Well 2R & Water Transmission Main Dear Donna: J. Collins Engineering Associates, LLC (JCEA) completed the evaluation on the three bids submitted on the subject project. The three bidders are in the order of the pricing: 1. Gruhn May, Inc $594,682.00 2. Sawcross, Inc $632,000.00 3. WPC Industrial Contractors $719,000.00 The apparent low bidder is Gruhn May, Inc. Both Section 00200 -Instructions to Bidders and Section 00300 -Bid Form defined the requirements to be submitted by the contractor with the Bid and included: Three copies of the Bid; Bid security; acknowledgement of addenda; listing of subcontractors; W-9 tax payer ID; Public Entities Crime Statement, Drug Free Workplace Certification; Buy American Certification; Documentation of Affirmative Steps for MBE; executed contractor's bid submittal checklist and copy of Contractor's License. All required submittals and attachments as required by the bid documents were provided and are in order. While the three Contractors were pre-qualified prior to the bid opening by the City as capable to perform the project, JCEA is knowledgeable and familiar with Gruhn May, Inc. The contractor has been in the utility infrastructure business in Northeast Florida and Florida for many years. Based on the review of the bid package, there is no apparent reason to not award the contract to Gruhn May, Inc as the lowest most responsive bidder. If you have any questions, please call me at (904) 262-4121. Sincerely, E. Collins, Jr., P.E. Project Manager AGENDA ITEM # 8H DECEMBER 14, 2009 c .~ c 0 .N N_ t ~E N O~ m ~ N V L ~ (~ ~ d a 77 w. 3 d ~~ o v °~ N d d Z a 0 O M N O O r w O D m U Ri J J ~ a + y O O O ~ L' 'Q O G X X X X X X X X X X X X O O O O O O a ti `~' ~ ~ 0 U ~ ~ v G o 0 - 0 ° 0 o O W X X X X X X X X X X X X O O O c' M 3 r" ~ ~ ~ V G O O O N O ~ X X X X X X X X X X X X ~O p ~ N tD L ~ ti O ~ O ~ F R U1 G ~ ~ d O v Q ~ ~ '' r 'L O ~ v N t• G ~ '~- d ~ ~ ~ a' _ N ~ w ~ °~ O c ~. a °~' o '' 3 N G ~ a i > Q- ' o ~ ~ .. ~~- d' ~ G 0 ~ V ~, ~ O ~ -d (r d +O+ a + ~~ • a V C ~ N m ++ ~v v as ~ ~ to ~ °' s m ~ ~ ~ °' ' ~ ~ m ~ = Q y ~ d ~ ~ Q, •L m .. '~ m ~ Q Y~ 'L Y~ m ;g ;a m 1- O J 'i Y m (~ o a i o .- N M ~ MM W m = o O V O G G O +O+ G ~ E E E Q O O ~ ~ ~ ~ V r W ~ ~ v -o ~ Q. O ~ 'C ~ E rr G y •C~ G N G N ~ N .'' d V d V N y ~ G r + G L W ~ W E ~ d O ~ ~ a d ~. G. i d ~ J E m v W v a 7 G ~ Q Q Q E .Q .a .Q O ~ j ~+ V N V V r~+ r~+ r 7 O ' 7 L ~ 0 7 0 O O O O cn m cn ~ a o m om o o E- H- ~-