SUBJECT/RECOMMENDATION:
Title
Award a construction contract to TLC Diversified, Inc. of Palmetto, FL, for the East Water Reclamation Facility (WRF) Screw Pump Replacement Project in the amount of $3,184,500.00 pursuant to Invitation to Bid (ITB) No.22-0028-UT, approve the Consultant Supplemental Work Order to Jones Edmunds and Associates, Inc. (JEA) of Tampa, FL for construction engineering services in the amount of $213,239.00 bringing the total consulting services to $429,824.00, and authorize the appropriate officials to execute same. (consent)
Body
SUMMARY:
On April 8, 2024, Public Utilities issued ITB No. 22-0028-UT which closed on May 8, 2024. TLC Diversified, Inc. of Palmetto, FL, submitted the lowest responsible bid that met the plans and specifications. After reviewing the contractor’s bid, the Engineer of Record (EOR) and the City recommend awarding the contract to TLC Diversified, Inc. in the amount of $3,184,500.00.
On July 20, 2023, City Council awarded RFQ 34-23 Engineer of Record Consulting Services and Jones Edmunds & Associates, Inc. was one of the awarded firms.
January 12, 2023, City Council approved the initial work order to EOR Jones Edmunds & Associates, Inc. to provide a preliminary design for the rehabilitation of the East Water Reclamation Facility (WRF) Screw Pump Station in the amount of $216,585.00.
Consultant Supplemental Work Order for Jones Edmunds & Associates, Inc. in the amount of $213,239.00 includes construction contract management and limited field representative services for the construction of the East WRF Screw Pump Replacement Project. With this increase, the total amount for consulting services on this project will be $429,824.00,
Substantial Completion is expected within 12 months and Final Completion is expected within 13 months.
The City of Clearwater’s Public Utilities Department is responsible for owning, operating, and maintaining the East Water Reclamation Facility.
APPROPRIATION CODE AND AMOUNT:
Funds are available in capital improvement project 327-M1907, East Plant R&R, to fund these purchase orders. This project is funded with Water and Sewer Utility Enterprise Fund revenues.
STRATEGIC PRIORITY:
In furtherance of the Council’s Strategic Plan to achieve High Performing Government by maintaining public infrastructure through systematic management efforts, award of a Construction Contract to TLC Diversified, Inc. and approval of Consultant Supplemental Work Order to Jones Edmunds & Associates, Inc. is requested. The project also aligns with the City’s Strategic goals of Community Well-Being and Environmental Stewardship.


