Loading...
HomeMy WebLinkAboutResolution No. 2009-08,,~\ `uN A -~+_._, 1 " /, the~rry°f // CITY OF KENAI Suggested by: Administration RESOLUTION NO. 2009-08 A RESOLUTION OF THE COUNCIL OF THE CITY OF KENAI, ALASKA, AWARDING THE BID TO ALASKA AUTOMATIC FIRE PROTECTION, INC. FOR VINTAGE POINTE DRY SPRINKLER SYSTEM REPLACEMENT - 2009 FOR THE TOTAL AMOUNT OF $49,574.00. WHEREAS, the following bids were received on March 3, 2009: BIDDER TOTAL Alaska Automatic Fire Protection, Inc. 49,574.00 Acce1 Fire Systems, Inc. 81,900.00 Harri Plumbin 8v Heatin ,Inc. 103,653.00 Bl Construction, Inc. 109,592.00 and, WHEREAS, Alaska Automatic Fire Protection, Inc.'s bid meets the bid specifications; and, WHEREAS, the recommendation from the City Administration is to award the bid to Alaska Automatic Fire Protection, Inc.; and, WHEREAS, the Council of the City of Kenai has determined that Alaska Automatic Fire Protection, Inc.'s bid is a responsible bid and award to this bidder would be in the best interest of the City; and, WHEREAS, sufficient monies are appropriated. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF KENAI, ALASKA, that the bid for Vintage Pointe Dry Sprinkler System Replacement - 2009 be awarded to Alaska Automatic Fire Protection, Inc. for the total amount of $49,574.00. PASSED BY THE COUNCIL OF THE CITY OF KENAI, ALASKA, this first day of April, 2009. PAT PORTER, MAYOR ATTEST: /~'°~ Carol L. Freas, City Clerk Approved by Finance: ~- "V'ilae ~~t a ast, ~i wc't~i a Future r„ 210 Fidalgo Avenue, Kenai, Alaska 99611-7794 v,~„~,~, "~%~~' Telephone: (907) 283-7535, Ext. 236 /FAX: (907) 283-3014 1'I~'P i! _ . _ _._ _ ,: .::. ~- 7992 \~ tlreutyof // 1®11J1®1® 1 \ 1J V lrl KENAI,ALASKA U PTO: Rick Koch, City Manager FROM: Wayne Ogle, Public Works Directo~ DATE: March 11, 2009 SUBJECT: Vintage Pointe Dry Sprinkler System Replacement - 2009; Council Resolution 2009-08 to Award Contract Rick, The City opened sealed bids on 3 March 2009 at 2 PM regarding the subject project. Four construction companies submitted bids: Alaska Automatic Fire Protection, Inc., Accel Fire Systems, Inc., Harri Plumbing & Heating, Inc. and Blazy Construction, Inc. Alaska Automatic Fire Protection, Inc. was the apparent low bidder with the Bid: $49,574.00. The City has determined the contractor is a responsible bidder. I recommend City Council award the contract to Alaska Automatic Fire Protection. Inc. This is a request to issue a Resolution to Council for a P.O. for $14, 016 from Line Item 010-466-4999 (Sewer Contingency) for the following equipment: ®®- V'l~ae wit~i R past, Gi l/V 4'V/ t V4 r~V6~4VG/ (i ~" Elae u' y of KENALALASKA MEMO NDUM TO: Rick Koch, City Manager FROM: Wayne Ogle, Public Works Director DATE: 25 March 2009 ,-~~~ 210 Fidalgo Avenue, Kenai, Alaska 99611-7794 ~ °'° ~ ~`~~ ` ~ Telephone: (907) 283-7535, Ext. 236 /FAX: (907) 283-3014 ~~~~. ...__~~y 1992 SUBJECT: VINTAGE POINTE DRY PIPE SPRINKLER SYSTEM REPLACEMENT - 2009; COUNCIL RESOLUTION 2009-2008 TO AWARD CONTRACT Rick, At their 18 March 2009 meeting, Council had questions about the wide difference between the apparent low bidder (Alaska Automatic Fire Protection, Inc. at $49,574.00) and the next lowest apparent bidder (Accel Fire Systems, Inc. at $81,900.00). Alaska Automatic Fire Protection, Inc. operates a business model of low overhead and limited staffing. Mr. Tooke provides all the labor with assistance from a helper. This low overhead model provides Alaska Automatic Fire Protection, Inc. an ability to significantly underbid competitors with different business models. Alaska Automatic Fire Protection, Inc. has provided the following examples of similar sized projects they have completed on time and within budget: • Primose Assisted Living Facility, Wasilla, Alaska - Howdie Inc. • Mat-Su Hazmat Facility, Palmer, AK -Roger Rickel Construction • Wasilla Elementary School, Wasilla Alaska -General, Collins Construction During an interview, Mr. Tooke provided assurance that he thoroughly understood the scope of the work to be performed and was confident his bid reflected the cost for Alaska Automatic Fire Protection, Inc. to perform the work. The specifications and material estimates for the bid package were prepared by a licensed mechanical engineer, Jerry Herring. All bidders visited the project site as required by the bid package. All reasonable precautions were made by the City to prepare bid documents that clearly stated to bidders the project scope and requirements. In conclusion, I believe the low overhead of Alaska Automatic Fire Protection, Inc. is responsible for their low bid. We have verified other projects Alaska Automatic Fire Protection, Inc. has done and are satisfied they are fully capable to complete this project with good results. I recommend that Council award this project to Alaska Automatic Fire Protection, Inc.