Loading...
Resolution 09-11RECORD OF RESOLUTIONS DaNan Legal Blank, Inc., Fom No. 30045 09 -11 Resolution No. Passed 20 A RESOLUTION ACCEPTING THE LOWEST AND BEST BID FOR THE BLAZER WATER TANK REPAINTING PROJECT WHEREAS, formal advertising and competitive bidding procedures have been conducted, pursuant to Section 8.04 of the Dublin Charter and Chapter 37 of the Dublin Code, for the Blazer Water Tank Repainting project; and WHEREAS, Council has determined that the bid submitted by MK Painting, Inc. in the amount of $532,000.00 constitutes the lowest and best bid; and WHEREAS, Council has determined that there may be a legitimate need to declare the relocation of the utilities in connection with the above - referenced project as a "single source" procurement, for reason that the company owning the utilities in question has the exclusive rights to relocate such utilities. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of Dublin, of its elected members concurring, that: Section 1 . The bid submitted by MK Painting, Inc. in the total amount of $532,000.00 is hereby accepted. Section 2 . The City Manager is hereby authorized to enter into contracts with MK Painting, Inc. for performance and completion of the Blazer Water Tank Repainting project, pursuant to the Advertisement, Proposal and Contract Documents for the project on file in the office of the City Engineer. Section 3. This Resolution shall take effect and be in force upon passage in accordance with Section 4.04(a) of the Revised Charter. Passed thi day of e-)y'd, 2011. Z, Mayor - P esi ing Officer ATTEST: Clerk of Council Office of the City Manager 5200 Emerald Parkway • Dublin, OH 43017 -1090 CITY OF DUBLIN_ Phone: 614- 410 -4400 • Fax: 614410 -4490 Memo To: Members of Dublin City Council From: Marsha Grigsby, City Manager Date: March 10, 2011 Initiated By: Paul A. Hammersmith, P.E., Director of Engineering/City Engineer Barbara Cox, P.E., Engineering Manager - Development Re: Resolution 09 -11 —Blazer Water Tower Repainting Bid Acceptance Project Update In January 2011, staff advertised to receive bids for the repainting of the Blazer water tower. Per these documents, staff conducted a pre -bid meeting, which was well attended by perspective contractors for this project and provided valuable feedback to staff. Based on the information learned and with the concurrence of the Finance and Washington Township Fire Department staff, staff issued several addenda to the bidding documents and scope of the project. The Washington Township Fire Department currently leases a portion of the interior space of the water tower for Fire Station 95. Staff met with Washington Township Fire Chief Woo regarding this project, and it was determined the station personnel will not be able to operate from this location during the project. We are working with Duke Realty to secure an office suite from which the medic service will operate during the daytime hours. For the overnight hours, the Fire Department staff will operate out of Station 91 on Shier Rings Road. This is the first re- coating of the entire exterior on the water tower since the initial installation of the steel water tank structure in the mid- 1990's. On February 28, 2011, City Council approved Resolution 08 -11 waiving the competitive bidding requirements for the material portion of this project. This adjustment to the bid documents was made through an addendum and has been accurately represented in the bid proposal recommended below. Bid Acceptance Background On Tuesday, March 8, 2011, eight (8) bids were received, publicly opened and read for the Blazer Water Tank Repainting Project. Staff has reviewed all bids. The Engineer's estimate was $675,000. The 2010 budgeted funds for construction of this project are $500,000 (EW0102). MK Painting, Inc. submitted the lowest and best bid of $532,000. During the development of the specifications for this project, staff determined that using a rigid containment system during the blasting project would eliminate damage to the finished interior space of the fire station. This type of system includes scaffolding on the outside of the tower that will continually support the tent -like material to contain the removed paint and blasting material. This is different from the system used last year for the recoating of the Avery Road water tower, which was a flexible system that was raised and lowered via a pulley system assembled on the Memo re. Resolution 09 -11 - Blazer Water Tower Repainting Bid Acceptance March 10, 2011 Page 2 of 2 inside of the tower. This rigid containment system was not included in the estimate used for the the Five Year Capital Improvements Program. Based on discussions with the Finance Department, there are sufficient funds available in the Water Fund to support this additional cost. Staff will monitor the funding programmed for 2011 from the Water Fund to determine if additional appropriations are needed. A summary of the bids is listed below: Bidder Bid as Read Bid as Read over ( +) or Under ( -) Engineer's Estimate Corrected Bid MK Painting, Inc. $532,000.00 -21.2% UCL Inc. $662,540.00 -1.8% American Suncraft Construction Co. $698,375.00 +3.5% L.C. United Painting Company $714,000.00 +5.8% 5714,179.50 Utility Service Company, Inc. $724,000.00 +7.3% Horizon Brothers Painting $919,000.00 +36.1% TMI Coatings, Inc. 5956,000.00 +41.6% Caldwell Tanks 5999,500.00 +48.1% Staff has thoroughly reviewed the MK Painting, Inc. bid. The City has previous experience with MK Painting, Inc.; however, staff did contact several of the references provided as required in the bid proposals and has found favorable comments regarding their work. They have painted water towers in the following locations: City of Marquette, Michigan; City of Kent, Ohio; Universal City, Texas; City of Huber Heights, Ohio; and Howard County, Maryland. We anticipate the work to begin in April and be completed in approximately ten to twelve weeks, which is well within the contract completion requirement of June 30, 2011. Staff will retain the services of a third party inspection firm to assist staff in determining compliance with the contract specifications and assuring a quality project. Recommendation Staff recommends approval of Resolution 09 -11, accepting the bid of MK Painting, Inc. in the amount of 5532,000 as the lowest and best bid, and authorizing the City Manager to enter into a contract with MK Painting, Inc. for this project.