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