Loading...
HomeMy WebLinkAboutItem 06.iI - Q -- Date: 2 March 2015 1 Item No. RESOLUTION ACCEPTING BIDS AND AWARDING THE CONTRACT FOR THE CONSTRUCTION OF A 2.0 MILLION GALLON WATER TOWER TO CB&I INC. Proposed Action Staff recommends adoption of the following motion: Move to accept bids and award the contract for the construction of a 2.0 million aallon water tower to CB&I Inc. Passage of this motion enables construction of a 2.0 million gallon water tower at 190th Street and Holyoke Avenue to meet future water demands. Overview This project is based on the outcomes of the 2013 comprehensive water supply plan update. In its evaluation of the City's water storage and water pressure zones, the plan concluded that there would be a shortage of elevated water storage to meet current needs in the normal pressure zone. The normal pressure zone excludes portions of the southern and eastern parts of the City. The project will construct a 2.0 million gallon water tower at the intersection of 1901h Street and Holyoke Avenue at a cost of $3.683 million. This water tower will have a concrete pedestal and welded iron water tank, similar to the water tower at the Central Maintenance Facility. The City received four bids with a bid range of $3.683 to $4.613 million. CB&I Inc. submitted the lowest responsible bid at $3.683 million, approximately 14 percent below the engineer's estimate. Staff, along with the consulting engineer, reviewed the bids and recommend award of the contract to CB&I Inc. Primary Issues to Consider Is construction of a water tower necessary? The City has five water towers; three serve the normal pressure zone andYwater from the two towers in the low pressure zone cannot be moved back to the normal zone if needed. With the majority of growth occurring in the normal pressure zone, additional storage is needed to meet current demand and future growth. Supyorting Information • A copy of the letter o ommendation from Short Elliot Hendrickson Inc., the bid at -w-- ontra tached. Ch ree Public Works Director Financial Impact: $3,683,000.00 Budgeted: Yes Source: Water Trunk Fund Related Documents (CIP, ERP, etc.): CIP Community Values: Good Value for Public Services CITY OF LAKEVILLE RESOLUTION NO: RESOLUTION ACCEPTING BIDS AND AWARDING THE CONTRACT FOR THE CONSTRUCTION OF A 2.0 MILLION GALLON WATER TOWER TO CB&I INC. WHEREAS, invitations to bidders for the Water Treatment Facility Improvements Project were officially published on 16 January 2015, and WHEREAS, sealed bids for the project were opened at 11':00 a.m. on 11 February 2015, and WHEREAS, the lowest responsible bidder for the project at a total cost of $3,683,000.00 was CB&I Inc., 14105 South Route 59, Plainfield, IL 60544. NOW, THEREFORE, BE IT RESOLVED, that the bids are accepted for the construction of a 2.0 million gallon water tower and the contract is awarded to CB&I Inc. APPROVED AND ADOPTED this 2nd day of March 2015 by the City Council of the City of Lakeville. CITY OF LAKEVILLE Matt Little, Mayor ATTEST: Charlene Friedges, City Clerk -A SEH Building a Better World for All of Us' February 16, 2015 Chris Petree City of Lakeville, Minnesota 20195 Holyoke Avenue Lakeville, MN 55044 RE: City of Lakeville, Minnesota 2.OMG Holyoke Water Tower Project SEH No. LAKEV 128453 On Wednesday February 11, 2015 at 11:00 am four [4] bids were received for the above -referenced project. Please find enclosed a tabulation of the bid detail. The results are summarized below in order of low bid. The low bid was submitted by C B & I Inc. in the amount of $ 3,683,000.00. Contractors Total Bid 1. C B & I Inc. $ 3,683,000.00 2. Phoenix Fabricators & Erectors $ 3,858,600.00 3. Landmark Structures I, LP $ 4,047,000.00 4. Caldwell Tanks Inc. $ 4,613,000.00 The bids received for this project reflect quite favorable with our Engineer's estimate of $4,300,000. In reliance on our experience with C B & I Inc. and/or materials and information provided by the contractor, we have determined that 1) they have a sufficient understanding of the project and equipment to perform the construction for which they bid; and 2) according to their bonding agent they presently have the financial ability to complete the project bid. SEH makes no representation or warranty as to the actual financial viability of the contractor or its ability to complete its work. Accordingly, we recommend the project be awarded to C B & I Inc. in the amount of $3,683,000.00, based on their Total Bid. 4 rroject Iv artager amc sAkoVVakev11284531bidding doxQmg Holyoke wt award rec letter to c.petree 2115.docx Engineers I Architects I Planners I Scientists Short Elliott Hendrickson Inc. 13535 Vadnais Center Drive I Saint Paul, MN 55110-5196 SEH is 100% employee -owned I sehinc.com 1 651.490.2000 1 800.325.2055 1 888.908.8166 fax a_ SEH TABULATION OF BIDS 2MG Holyoke Water Tower Shaded area denotes City of Lakeville, Minnesota ratted figure SEH No.: LAKEV 128453 Bid Date: 11am WednesdayFebruaryit, 2015 C B& I Inc. 14105 South Route 59 Plainfield, IL 60544-8984 $3,683,000.00 Phoenix Fabricators & Erectors Landmark Structures I, LP 182 South County Road 900 East 1665 Harmon Road Avon, IN 46123 Fort Worth, TX 76177 $3,858,600.00 $4,047,000.00 anks, Inc. er Road KY 40219 E$4,613,0010.00 No. Item Unit EstItem qty Unit Price Total Price Unit Price Total Price Unit Price Total Price ce Total Price017113 MOBILIZATION UMP SU 1 $116,000.00 $116,000.00 $40,000.00 $40,000.00 $130,000.00 $130,000.00 ,0.00 $135,000.00 01 45 29 MATERIALS TESTING UMP Suh 1 8,500.00 8,500.00 25,000.00 251000.00 10,000.00 10,000.00 12,500.00 12,500.00 024133 REMOVE FENCE LF 400 1.50 600.00 1.50 600.00 2.00 600.00 2.00 800.00 31 1100 CLEARING & GRUBBING ACRE 0.25 16,000.00 4,000.00 24,000.00 6,000.00 20,000.00 5,000.00 25,000.00 6,250.00 01 71 13 TEMPORARY ACCESS ROAD EACH 1 5,00000 5,000.00 4,000.00 4,000.00 5,000.00 5,000.00 3,000.00 3,000.00 31 22 10 SITE GRADING LUMP SUK 1 28,000.00 28,000.00 35,000.00 35,000.00 58,325.00 58,325.00 40,000.00 40,000.00 31 23 10 EXCAVATION SPECIAL CU YD 1300 7.00 9,100.00 50.00 85,000.00 5.00 6,500.00 5.00 8,500.00 31 34 10 GEOTEXTILE FABRIC, TYPE 5 SQ YD 400 2.601 1,196.00 3.00 1,380.00 4.00 1,840.00 2.50 1,150.00 32 11 22 AGGREGATE BASE CLASS 5 CU YD 200 37.00 7,400.00 50.00 10,000.00 30.00 6,000.00 35.00 71000.00 32 12 16 TYPE SP 9.5 WEARING COURSE MIXTURE (3,C) (1.5- INCH DEPTH) TON 39 128.00 4,914.00 170.00 6,630.00 150.00 5,850.00 300.00 11,700.00 321216 TYPE SP 12.5 WEARING COURSE MIXTURE (3,C) (2- INCH DEPTH) TON 52 126.00 6,552.00 170.00 8,840.00 130.00 6,760.00 300.00 15,600.00 334100 24" RC PIPE SEWER, CLASS III LIN FT 112 55.00 61160.00 75.00 8,40000 100.00 11,200.00 100.00 11,200.00 33 41 00 24" RC APRON WITH TRASH GUARD EACH 1 4,900.00 4,900.00 2,500.00 2,500.00 2,500.00 2,500.00 3,000.00 3,000.00 331100 CONNECT TO EXISTING WATER MAIN EACH 1 1,400.00 1.400.00 6,500.00 6,500.00 1,000.00 1,000.00 1,500.00 1,500.00 33 11 00 6" GATE VALVE AND BOX EACH 1 11600.00 1,800.00 2,000.00 2,000.00 2,500.00 2,500.00 - 2,500.00 2,500.00 3311 00 16" GATE VALVE & BOX EACH 1 9,700.00 9,700.00 11,000.00 11,000.00 7,500.00 7,500.00 8,000.00 80000.00 331100 HYDRANT EACH 1 4,000.00 41000.00 61500.00 6,500.00 4,000.00 4,000.00 5,000.00 51000.00 3311 00 6" DIP WATERMAIN LIN FT 12 3400 408.00 10000 1,200.00 100.00 1,200.00 100.00 1,200.00 3311 00 16" DIP WATERMAIN, CL.52 LIN FT 60 125.00 7,50000 200.001 12,000.00 150.00 9,000.00 150.00 9,000.00 331100 DUCTILE IRON FITTINGS (COMPACT) POUND 11300 5.76 7,488.00 4.50 5,850.00 8.00 10,400.00 10.00 13,000.00 33 11 00 INSULATION (4" THICK) SQ YD 8 30.00 240.00 70.00 560.00 15.00 120.00 15.00 120.00 334100 OVERFLOW CATCH BASIN (INC. GRATE) LUMP SUIV 1 3,400.00 3,400.00 41750.00 4,750.00 3,380.00 3,380.00 5,000.00 5,000.00 3341 00 GRAVEL POCKET MANHOLE (INCLUDING CASTING, PIPING, RODENT GUARD & ROCK) UMP SUN 1 5,000.00 5,000.00 5,000.00 5,000.00 4,200.00 4,200.00 6,000.00 6,000.00 3231 13 ENTRANCE GATE (4' WIDE) EACH 1 900.00 900.00 1,000.00 1,000.00 2,000.00 2,000.00 1,200.00 1,200.00 3231 13 POWERED VEHICULAR GATE (20' WIDE) EACH 1 30,000.00 30,000.00 25,000.00 25,000.00 18,750.00 16,750.00 16,000.00 16,000.00 3231 13 CHAIN LINK FENCE (6' HIGH) LIN FT 525 41.00 21,525.00 50.00 26,250.00 50.00 26,250.00 30.00 15,750.00 3125 10 ROCK CONSTRUCTION ENTRANCE EACH 2 3,200.00 6,400.00 1,600.00 3,200.00 2,500.00 5,000.00 2,500.00 50000.00 3125 10 SILT FENCE, MACHINE TYPE LIN FT 1000 3.50 31.500.00 3.00 3,000.00 3.00 3,000.00 3.00 3,000.00 3125 10 BIOROLL LIN FT, 1000 3.00 3,000.00 3.00 3,000.00 3.00 3,000.00 2.50 2,500.00 32 92 12 SEEDING - MNDOT MIX 25.131 (COMMERCIAL TURF) ACRE 0.5 6,000.00 3,000.00 3,000.00 1,500.00 3,000.00 11500.00 3,200.00 1,600.00 32 92 12 SEEDING - MNDOT MIX 35.241 (GENERAL ACRE 2.5 2,000.00 5,000.00 3,000.00 7,500.00 3,000.00 7,500.00 3,200.00 8,000.00 329212 TEMP SEEDING - MNDOT MIX 22-111 (TWO YEAR STABILIZATION) ACRE 2.5 2,000.00 5,000.00 2,750.00 11,875.00 3,000.00 7,500.00 3,000.00 7,500.00 31 37 00 CLASS II RANDOM RIPRAP CU YD 10 92.00 920.00 100.00 1,000.00 100.001 1,000.00 125.00 1,250.00 32 18 20 5" CONC. WALK SQ FT 725 7.00 5,075.006.00 4,350.00 10.00 7,250.00 2.00 1,450.00 32 18 20 8" CONC. DRIVEWAY SQ FT 185 11.00 2,035.00 9.00 1,665.00 15.00 2,775.00 2.00 370.00 330312 6' BLACK HILLS SPRUCE TREE 78 280.00 21,840.00 350.00 27,300.00 300.00 23,400.00 350.00 27,300.00 All Sections 2.OMG Elevated Water Tower Concrete Composite not above Construction UMP SU 1 3,331,547.00 3,331,547.00 3,478,250.00 3,478,250.00 3,647,000.00 3,647,000.00 4,217,080.00 4,217,060.00 TOTAL BID PRICEI $3,683,000.00 $3,858,600.00 $4,047,000.00 $4,613,000.00 Short Elliott Hendrickson Inc. Page 1 of 1 DOCUMENT 00 52 00 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT is by and between the City of Lakeville, Minnesota (Owner) and CB&I Inc. (Contractor). Owner and Contractor hereby agree as follows: ARTICLE 1 —WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: 2.OMG Seurer Water Tower Project. ARTICLE 2 — THE PROJECT 2.01 The Project, of which the Work under the Contract Documents is a part, is generally described as follows: 2.OMG Seurer Water Tower Project in Lakeville, Minnesota. ARTICLE 3 — ENGINEER 3.01 The Project has been designed by Short Elliott Hendrickson Inc. (SEH®). 3.02 The Owner has retained SEH (Engineer) to act as Owner's representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 — CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Contract Times: Dates A. The Work will be substantially completed on or before August 1, 2016 and completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before September 30, 2016. 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $800 for each day that expires after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.02.A above for Substantial Completion until the Work is substantially complete. 2. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner $500 for each day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing to timely attain Substantial Completion and final completion are not additive and will not be imposed concurrently. Standard Form of Agreement LAKEV 128453 00 52 00 -1 ARTICLE 5 — CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents the amounts that follow, subject to adjustment under the Contract: A. For all Unit Price Work, an amount equal to the sum of the established unit price for each separately identified item of Unit Price Work times the actual quantity of that item as indicated in Contractor Bid. The Bid Prices for Unit Price Work set forth as of the Effective Date of the Agreement are based on estimated quantities. As provided in Paragraph 13.03 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Paragraph 10.06 of the General Conditions. The Estimated Total of All Unit Price Work is: $ 3,683,000.00 B. For all Work, at the prices stated in Contractor Bid attached hereto as Document 00 41 00. ARTICLE 6 — PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. 6.02 Progress Payments, Retainage A. Subject to the provisions of SCA 5.01.C, Owner shall make monthly progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment during performance of the Work as provided in Paragraph 6.02.A.1 below, provided that such Applications of Payment have been submitted in a timely manner and otherwise meet the requirements of the Contract. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract: 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Owner may withhold, including but not limited to liquidated damages, in accordance with the Contract: a. 95 percent of Work completed (with the balance being retainage). b. 95 percent of cost of materials and equipment not incorporated in the Work (with the balance being retainage). 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Paragraph 15.06 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Paragraph 15.06. ARTICLE 7 — INTEREST 7.01 All amounts not paid when due shall bear interest at the rate of 3.0 percent per annum. ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Contract, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents, and any data and reference items identified in the Contract Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. Standard Form of Agreement 005200-2 LAKEV 128453 D. Contractor has carefully studied all reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered the information known to Contractor itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site -related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and (3) Contractor's safety precautions and programs. F. Based on the information and observations referred to in the preceding paragraph, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. Addenda (numbers 00 00 11 to 00 00 12, inclusive). 2. This Agreement (pages 00 52 00-1 to 00 52 00-6, inclusive). 3. Performance Bond (Document 00 61 13). 4. Payment Bond (Document 00 61 14). 5. General Conditions (pages 00 72 00-1 to 00 72 00-65, inclusive). 6. Supplementary Conditions (pages 00 73 00-1 to 00 73 00-8, inclusive). 7. Specifications as listed in the table of contents of the Project Manual. 9. The Drawings listed in the index located on Drawing Sheet 1. 10. Exhibits to this Agreement (enumerated as follows). a. Contractor Bid (Document 00 41 00). b. Documentation submitted by Contractor prior to Notice of Award. c. Certificate of Insurance. 11. The following which may be delivered or issued on or after the Effective Date of the Contract and are not attached hereto: a. Notice to Proceed. b. Field Order(s). c. Work Change Directive(s). d. Change Order(s). B. The documents listed in Paragraph 9.01.A are attached to this Agreement. C. There are no Contract Documents other than those listed above in this Article 9. Standard Form of Agreement LAKEV 128453 005200-3 D. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. ARTICLE 10 — MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions and the Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor's Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non- competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. Standard Form of Agreement 005200-4 LAKEV 128453 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. This Agreement will be effective on , 2015 (which is the Effective Date of the Contract). OWNER: The City of Lakeville, Minnesota By: Title: [CORPORATE SEAL] Attest: Title: Address for Giving Notices: (If Owner is a corporation, attach evidence of authority to sign. If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Owner -Contractor Agreement). Designated Representative: Name: Title: Address: Phone: Facsimile: CONTRACTOR: CB&I Inc. By: Title: [CORPORATE SEAL] Attest: Title: Address for Giving Notices: License No. (Where Applicable) Agent for service of process: (If Contractor is a corporation or a partnership, attach evidence of authority to sign.) Designated Representative: Name: Title: Address Phone: Facsimile: Standard Form of Agreement LAKEV 128453 005200-5