HomeMy WebLinkAbout2011 07 11 Consent 206 Lake Jesup Reclaimed Water Augmentation ProjectCOMMISSION AGENDA
ITEM 206
July 11, 2011
Meeting
Killebrew, Inc.
Florida Design Contractors
McMahon Construction
Masci Corporation
Prime Construction Group
Close Construction
CONSENT
INFORMATIONAL
PUBLIC HEARING
REGULAR
X
MGR KS /DEPT KL
Authorization
REQUEST: Utility Department requesting Approval to Enter into a Contract for
Construction of the Lake Jesup Reclaimed Water Augmentation Project
SYNOPSIS: The purpose of this item is to authorize the low bidder of Bid # ITB 005 /11/KL,
Killebrew, Inc. of Lakeland, to construct the Lake Jesup Reclaimed Water
Augmentation Project at a cost of $2,325,293.30.
CONSIDERATIONS:
The Lake Jesup Reclaimed Water Augmentation Project is needed to utilize Lake
Jesup as an alternative water supply source which will allow for the future expansion of the
reclaimed water distribution. The expansion of the reclaimed water distribution system will
provide the ability to replace potable water irrigation with reclaimed water. Currently during
peak irrigation demand periods such as we recently experienced, flows from the wastewater
plants must be augmented with potable water (golf course well) to ensure our customers have
a reliable supply for their irrigation needs. This project will eliminate the need to augment
with potable water and also expand our supply availability so additional customers can be
added.
Bids for this project, ITB #005 /11/KL were opened on June 2, 2011. The results were;
Lakeland, FL $2,325,293.30
Lake Park, FL $2,368,342.00
DeLand, FL $2,370,000.00
Port Orange, FL $2,560,455.55
Orlando, FL $2,588,800.00
Okeechobee, FL $2,607,234.00
The engineers construction cost estimate was $2,550,000. CPH Engineers, Inc. has reviewed
the required supporting documentation and references provided by Killebrew and provided
the attached Letter of Recommendation.
PROJECT
BASE BID
CONTINGENCY
TOTAL
GRANT
NET COST
Contract A - Oak Forest
$1,562,000.00
$55,258.04
$1,617,258.04
($485,177.41)
$1,132,080.63
Contract B - Lake Jesup
$2,325,293.30
$116,264.67
$2,441,557.97
($732,467.39)
$1,709,090.58
Misc, (Engineering, Fees,
Power, etc.)
$207,850.67
$0
$207,850.67
($62,355.20)
$145,495.47
Total
$4,095,143.97
$171,522.71
$4,266,666.68
($1,280,000)
$2,986,666.680
2011 07 11 Consent 206 Lake Jesup Reclaimed Water Augmentation Project
City Commission — Regular Meeting
July 11, 2011
Consent Agenda Item #206
Page 2 of 3
Contract A — Oak Forest Pumping and Storage is substantially complete and includes
a 3 million gallon storage tank, high service pumps and electrical building. The scope for this
project, Contract B — Lake Jesup Reclaimed Water Augmentation, includes; low profile
250,000 gallon storage tank, building for electrical equipment and chlorine, filters, suction
pumps, high service pumps, and an access pier for the intake structure. Permits received for
this project include; St. Johns River Water Management District Consumptive Use Permit,
Florida Department of Environmental Protection Operations Permit, and Army Corp of
Engineers Permit. City Commission DRC approval of the site plan and aesthetic review is
scheduled for the July 25the City Commission meeting.
The contract duration is 240 days. The agreement with SJRWMD for the 30% grant
up to $1,280,000 requires construction completion by April 30, 2012.
FISCAL IMPACT:
The projected cost for Contract B — Lake Jesup Reclaimed Water Augmentation
Project is $2,325,293.30 plus contingency. The final cost for Contract A — Oak Forest
Pumping and Storage was $1,617,258.04. With the addition of other miscellaneous costs for
engineering support, construction costs for power, and permit fees, and the reduction from
the 30% SJRWMD grant, the final cost to the City for Contracts A and B is projected to be
approximately $3,000,000 as shown below.
The State Revolving Fund Loan application is complete and we expect to receive
official notification after the Board's August meeting with Commission action occurring in
RECOMMENDATION:
2011 07 11 Consent 206 Lake Jesup Reclaimed Water Augmentation Project
City Commission — Regular Meeting
July 11, 2011
Consent Agenda Item #206
Page 3 of 3
September. In the mean time, we have requested a Letter to Incur Costs which they have
agree to provide. All costs are to be borne by the Utility Enterprise Fund.
COMMUNICATION EFFORTS:
This Agenda Item Has Been Electronically Forwarded To The Mayor And City
Commission, City Manager, City Attorney /Staff, And All eAlert /eCitizen Recipients; And Is
Available On The City's Website, LaserFiche, And The City's Server. Additionally, Portions
Of This Agenda Item Are Typed Verbatim On The Respective Meeting Agenda Which Has
Also Been Electronically Forwarded To The Individuals Noted Above; And Which Is Also
Available On The City's Website, LaserFiche, And The City's Server; Has Been Sent To City
Staff, Media/Press Representatives Who Have Requested Agendas /Agenda Item Information,
Homeowner's Associations/Representatives On File With The City, And All Individuals Who
Have Requested Such Information; And Has Been Posted Outside City Hall; Posted Inside
City Hall With Additional Copies Available For The General Public; And Posted At Five (5)
Different Locations Around The City. This Agenda Item Is Also Available To Any New
Individual Requestors. City Staff Is Always Willing To Discuss This Or Any Agenda Item
With Any Interested Individuals.
Staff recommends that the Commission authorize an Agreement with
Killebrew, Inc. of Lakeland, to construct the Lake Jesup Reclaimed Water
Augmentation Project at a cost of $2,325,293.30 plus a 5% contingency payable
from the Utility Enterprise Fund and authorize the City Manager and City Attorney
to prepare and execute any and all applicable documents.
ATTACHMENTS:
1. CPH Recommendation of Award (8 pages)
June 10, 2011
Kipton Lockcuff, P.E.
Public Works/Utilities Director
City of Winter Springs
1126 East State Road 434
Winter Springs, FL 32708
Subject: Lake Jesup Reclaimed Water Augmentation Facility Bid No. (TB
005/11 IKL — Recommendation of Award
CPH Project No. W04141
Dear Kip:
Attached is the Bid Tabulation for the subject project. We found no mathematical errors
in the bids or bid tabulation. CPH has reviewed the bids and the references for
Killebrew, Inc. as apparent low bidder on the subject project based on the Base Bid. All
references were positive. We have also performed reference checks on the second and
third low bidders, Florida Design Contractors and McMahan Construction, respectively.
Attached are the Reference Checklists for the three low bidders. Killebrew, Inc.
possesses both a General Contractor's and an Underground Contractor's license.
Killebrew, Inc. has submitted all other required documents as listed in Section 00200,
Paragraph 1.17. CPH finds all the documentation in order. See attached Information
Checklists.
Killebrew, Inc. meets all the requirements of the Contract Documents. Therefore, CPH
Engineers recommends award of this project to Killebrew, Inc. in the amount of
$2,325273,30.
If you have any questions regarding the above and/or would like to meet to discuss
them, please contact me. Thank you.
Sincerely,
CPH ENGINEERS, INC.
William C. Goucher, RE.
Sr. Project Manager
1117 East Robinson Street
Orlando, Florida 32801
Phone: 407.425.0452
Fax: 407.648.1036
www.cphengineers.com
Engineers • Surveyors Architects (AA26000926) Planners • Landscape Architects • Environmental Scientists • Construction Management • Design/Build
BID ITEM
DESCRIPTION
UNIT
QUANTITY
ENGINEERING ESTIMATE
Killebrew, Inc,
Florida Design
McMahan Construction
UNIT PRICE
EXTENDED
, UNIT PRIC
EXTENDED
UNIT PRICE
EXTENDED
UNIT PRICE
EXTENDED
1
Mobilization/Demobilization
1 LS
1
$115,000.00
$115,000 00
49,475.00
$49 475 00
$200.000.00
$20000000
$200,000.00
$200, 00 00
2
Lake Jesup Reclaimed Water
Augmentation Facility
LS
1
$2,408,700.00
$2,40 00
$2,245,818.30
$2245,818 .30
$2,138,342.00
$2, 138 342 00
$2,140,000.00
$2,140,000 00
3
Permit Fee Allowance
LS
1
$2000000
$20,000,00
$20,000.00
$20,000 00
$2000000
$20,000.00
$2000000
$20,000 00
$10,000 0
Testing Allowance
LS
1
$10,000 OD
$10,000 00
$10,000,00
$10,000 OD
$2,588,800.00
$10,000 OD
$10,000.00
$10,000 00
TOTAL BASE BID
$2,553,700.00
$2,325,293.30
$2 368,34200
ADDITIVE ALTERNATE
$ 2370000.00
1
Amiad Microfiber Filter No.1
LS
1
$217,900.00
$217,900,0
ADDITIVE ALTERNATE
$200,000 0
$217.855.00
$217,855 00
TOTALS
$2 77b 355 55
$2,788,800 0
$°, 25,089 00
1
Amiad Microfiber Filter No,1
LS
1
$257,300.00
$257.300 00
$203,000.00
$203,000 00
$211,175,00
$211,175 00
$225,000.00
$225,000.00
TOTALS
$2,811 000 00
$2,528,2Q3 30
$2,57q517 00
$2,595 000 00
BID ITEM
DESCRIPTION
UNIT
QUANTITY
Masci Corporation
Prime Construction Group
Close Construction
UNIT PRICE
EXTENDED
UNIT PRICE
EXTENDED
UNIT PRICE
EXTENDED
1
Mobilization/Demobilization
LS
1
$195,555.55
$200,000,00
$200,000.00
$200,000 00
$200 000 00
2
Lake Jesup Reclaimed Water
Augmentation Facility
LS
1
$2,334,900.00
$2.334.900 00
$2,358,800.00
$2,358,800 0
$2,377,234.00
$2,3 7,234 Of.J
3
Permit Fee Allowance
LS
1
$20,000.00
$20,000 00
$20,000.00
$200000S
$20,000.00
$200000S
4
Testing Allowance
LS
1
$10,000.00
$10,000 00
$10,000.00
$10,000,0
$10,000.00
$10,000 0
TOTAL BASE BID
$2 560,455.5
$2,588,800.00
$2,607,234_00
ADDITIVE ALTERNATE
1
Amiad Microfiber Filter No.1
LS
1
$217,900.00
$217,900,0
$200,000,00
$200,000 0
$217.855.00
$217,855 00
TOTALS
$2 77b 355 55
$2,788,800 0
$°, 25,089 00
CITY OF WINTER SPRINGS
LAKE JESUP RECLAIMED WATER AUGMENTATION FACILITY
BID NO. ITB 005/11/KL
Item
Reference for: Killebrew, Inc.
No. 1
No. 2
No.
Project Name
1
Sludge Dewatering Stations
Auburndale Water Plant, Gapway Rd FM, Old
Berkle RD WM Pro.ect
R 54 Utility System Improvements
P
Owner
Polk County Utilities
City of Auburndale
Polk County Utilities
Contact
Tim Todd
John Dickson
Tim Todd & Mark Addison
Address
1011 Jim Keene Blvd., Winter Haven, 33880
215 Main St., Auburndale, FL 33823
1011 Jim Keene Blvd., Winter Haven, 33880
Phone Number
863- 298 -4100
863 -965 -5511
863 -298 -4100
Original Contract
Change Orders
Final Contract
$1,273,416
$1,710,257
$6,467,632
Completed on Schedule /Date
September 2010
February 2008
June 2009
Pro ect Description n
Sludge dewatering stations (bldgs., electrical,
concrete slabs, piping), work & . radin 0
14,500 LF of 12" & 18" WM & FM and water
plant work (bldg.,
� g., chemical feed, well pumps
Dual meter connections, booster pur p; 40,000
LF of °' — 3" FM, WM, RCWM pipelines, etc.
Comments
1. How was their quality of work?
❖ Excellent
2. Did they Contractor do most of the work or
did the subcontract a lot of it?
Electrical, concrete
3. Was the job finished on schedule?
•:• Yes
4. Were they generally cooperative?
• :• Yes
5. Did they constantly request "extras" to the
contract?
• :• Owner Requested
6. Were there any financial claims for unpaid
bills through the subcontractors?
•: No
7. Were pay request in accordance with work
completed?
.: Yes
8. Who was the Superintendent and did he do
a good job?
•: Chuck Eisenhower; yes
9. What is the overall evaluation of the
company?
• :• 11 on a scale of 1-10.
•: NOTE: Killebrew holds their annual
contract for construction services
1. How was their quality of work?
• :- Very Good
2. Did they Contractor do most of the work or
did the subcontract a lot of it?
❖ Maybe directional bore
3. Was the job finished on schedule?
-:• Yes
4. Were they generally cooperative?
• :• Yes
5. Did they constantly request "extras" to the
contract?
• • No
6. Were there any financial claims for unpaid
bills through the subcontractors?
❖ No
7. Were pay request in accordance with
work completed?
-:• Yes
8. Who was the Superintendent and did he
do a good job?
❖ James Dickerson, PM; yes (didn't
remember Superintendent)
9. What is the overall evaluation of the
company?
• Very Good
1. How was their quality of work?
*• Excellent
2. Did they Contractor do most of the work or
did the subcontract a lot of it?
• • No
3. Was the job finished on schedule?
•:• No- due to Traffic Division
4. Were they generally cooperative?
• • Yes
5. Did they constantly request "extras" to the
contract?
• • Owner Requested
6. Were there any financial claims for unpaid
bills through the subcontractors?
• • No
7. Were pay request in accordance with
work completed?
•: Ues
8. Who was the Superintendent and did he
do a good job?
4 Bruce Harrell & Jimmy McCormick; yes
9. What is the overall evaluation of the
company?
❖ 11 on a scale of 1-10
REFERENCE CHECKLIST
KLIST
CITY OF WINTER SPRINGS
LAKE JESUP RECLAIMED WATER AUGMENTATION FACILITY
Item
Reference for: Florida Design Contractors, Inc.
No. 2
No. 3
No. 1
Project Name
Nanofiltration WTP Membrane Control Bldg.
Village of Tequesta WTP 3.6
Water Treatment Plant Membrane Upgrades
Owner
City of Dania Beach
Village of Tequesta
City of LaBelle
Contact
Ron Dare, CDM Constructors
Bill Reese, ARCADIS, Inc.
Tim Taylor, Applied Technology &
Management
Address
2300 Maitland Ctr Pkwy, Ste 300, Maitland, FL
2801 Vista Pkwy, West Palm Beach, FL
411 Pablo Ave., Jacksonville, FL
Phone Number
407-660-6395
561-697-7069
904-249-8009
Original Contract
Change Orders
Final Contract
$676,475
$2,300,604
$967,005
Completed on Schedule/Date
On-Going - 75% Complete
June 2011
2010
Project Description
Install mechanical systems for 2.0 MGD
Nanofiltration WTP; HDPE 12" & 10" WM
Construct third reverse osmosis train (1.2
MGD) in existing 3.6 MGD R.O. plant
Construct Nanofiltration membranes in existing
WTP; submersible pump station, etc.
Comments
1. How was their quality of work?
• Good
2. Did they Contractor do most of the work or
did the subcontract a lot of it?
No subcontracts
3. Was the job finished on schedule?
•:• Currently on schedule
4. Were they generally cooperative?
•:. Yes
5. Did they constantly request "extras" to the
contract?
•:. Reasonable
6. Were there any financial claims for unpaid
bills through the subcontractors?
-:. N/A
7. Were pay request in accordance with work
completed?
•:• Yes
8. Who was the Superintendent and did he do
a good job?
• Greg Williams, PM & Jay Bright; yes
9. What is the overall evaluation of the
company?
• Good - have invited them to bid on
upcoming projects.
• NOTE: They work four 10-hr days/week
which Owner is not happy about
1. How was their quality of work?
•:• Good
2. Did they Contractor do most of the work or
did the subcontract a lot of it
•:. Electrical, instrumentation
3. Was the job finished on schedule?
•• No - just a couple weeks late
4. Were they generally cooperative?
•:. Yes
5. Did they constantly request "extras" to the
contract?
• No
6. Were there any financial claims for unpaid
bills through the subcontractors?
• No
7. Were pay request in accordance with
work completed?
•:. Yes
8. Who was the Superintendent and did he
do a good job?
•• Randy Garvin; yes
9. What is the overall evaluation of the
company?
• Good - have worked with them on other
projects
1. How was their quality of work?
•• Excellent
2. Did they Contractor do most of the work or
did the subcontract a lot of it?
-:. Painting, masonry, electrical
3. Was the job finished on schedule?
t:. Yes
4. Were they generally cooperative?
• Yes, very
5. Did they constantly request "extras" to the
contract?
.:. Owner Requested
6. Were there any financial claims for unpaid
bills through the subcontractors?
•:• No
7. Were pay request in accordance with
work completed?
•:- Yes
8. Who was the Superintendent and did he
do a good job?
•• Jon Phibeck; yes
9. What is the overall evaluation of the
company?
•• Great to work with - went above and
beyond
REFERENCE CHECKLIST
CITY OF WINTER SPRINGS
LAKE JESUP RECLAIMED WATER AUGMENTATION FACILITY
N Seminole Regional Recl Water & Surface
ALI me ntati on System — Ph 1
City of Sanford
PauI Moore
407-688-5106
Project Name
Owner
Contact
Address
Phone Number
Original Contract
Change Orders
Final Contract
Comments
Item
Completed on Schedule/Date
Project Description
CITY OF WINTER SPRINGS
LAKE JESUP RECLAIMED WATER AUGMENTATION FACILITY
$3,204,000
2008
Cast-in-place concrete influent structure to
include installation of (2) 4.0 MGD ACTIFLOW
treatment units, flow metering systems, etc.
1. How was their quality of work?
•. Fine
• Did they Contractor do most of the work or
did the subcontract a lot of it?
Electrical
3. Was the job finished on schedule?
•. Yes
4. Were they generally cooperative?
•• Yes
5. Did they constantly request "extras" to the
contract?
•• Owner Requested
6. Were there any financial claims for unpaid
bills through the subcontractors?
• No
7. Were pay request in accordance with work
completed?
• Yes
8. Who was the Superintendent and did he do
a good job?
• Didn't remember
9. What is the overall evaluation of the
company?
•. Very Good — have worked with them on
past projects and would work with again
REFERENCE CHECKLIST
2011
New headworks str
biological treatment
chlorine contact cha
1. How was their
•• Very Good
. Did they Contra
did the subcont
•• Concrete, elect
3. Was the job fint
•. No- mfg. issue
4. Were they gen
• Very
5. Did they consta
contract?
•• Justified
6. Were there any
bills through th
No
Were pay requ
work completed
• Yes
8. Who was the S
do a good job?
•• Donny Ramsey
9. What is the ove
company?
•• Very Good — on
worked with
7.
0
struct new WTP and 4 new 16-inch water
ply wells; 1.3 MG ground storage tank; 185
aerator w12 Hp exhaust blower, etc.
How was their quality of work?
Very Good
Did they Contractor do most of the work or
did the subcontract a lot of it?
Electrical, Crom tank, paving, site work
Was the job finished on schedule?
No — due to County delays
Were they generally cooperative?
Yes
Did they constantly request "extras" to the
contract?
Owner Requested
Were there any financial claims for unpaid
bills through the subcontractors?
No
Were pay request in accordance with
work completed?
Yes
Who was the Superintendent and did he
do a good job?
Dean Kellogg & Donny Ramsey; yes
What is the overall evaluation of the
company?
Very Good
Information |m�
Checklist
Submittals ` Received
--
Comments
Yes
No
Incomplete
N/A
N/A
Responsive Items per Contract Docummerts(1
Bid Form 00410) -- —
( Receipt ofAddenduma 1 & 2 (1.02
Bid Amounts vv�hUn�sPr�eoU�3)
){
--- Signatures for Bindi Bid (1.05)
Instructions to Bidders (Section 00200)
(1.15.B.1.b) Notarized Power-Of-Attorney
1.15.B.1z)Bid BkdBondForm^
X
(1,15.B.1.d) Florida Trench Safety ActSiahament(8eotion 00430 )
I!1 Addition (1): List of Recent Jobs References
X
Furnished upon
request
NOTE:
(1) Submittal of all Responsive items is required with the bid.
Checklist
Responsive Items per Contract Documents (1)
Bid Form (Section 00410)
(1) Receipt of Addendums 1 & 2 (1.02, A.2)
(2) Bid Amounts with Units Prices (1.03)
(3) Signatures for Binding Bid (1.06)
Instructions to Bidders (Section 00200)
(1,15.B.1.b) Notarized Power-Of-Attorney
(1 .15.B.1.c) Bid Security" Bid Bond Form (00420)
(1.15.B.1.d) Florida Trench Safety Act Statement (Section 00430)
In Addition (1): List of Recent Jobs References
Information for: Florida Design Contractors
NOTE:
(1) Submittal of all Responsive items is required with the bid.
Submittals Received with Bid
Yes No Incomplete N/A
X
X
Comments
Upon Request
Information for: McMahan Construction Co.
Checklist
Submittals Received with Bid
Comments
Yes
No
Incomplete
N/A
Responsive Items per Contract Documents (1)
BA Form (Section 00410)
(1) Receipt of Addendums 1 & 2 (1.02, A.2)
X
(2) Bid Amounts with Units Prices (1.03)
X
(3) Signatures for Binding Bid (1.06)
X
Instructions to Bidders (Section 00200)
.(1 .15.B 1,b) Notarized Power-Of-Attorney
X
(1.15.B.1.c) Bid Security" Bid Bond Form (00420)
(1 .15.B.1.d) Florida Trench Safety Act Statement (Section 00430)
In Addition (1): List of Recent Jobs References
X
Upon Request
NOTE:
(1)
Submittal of all Responsive items is required with the bid.