Loading...
HomeMy WebLinkAbout1996 04 08 Consent Item A ~ .,- COMMISSION AGENDA REVISED ITEM A REGULAR CONSENT X INFORMATIONAL April 8, 1996 Meeting MGR it/vi' !DEPT /#- Authorization REQUEST: Public Works DepartmentlUtility Division Requesting Authorization to Enter into a Contract Agreement for the Construction of a Three Million Gallon Reclaimed Water Storage Tank PURPOSE: The purpose of this Board item is to authorize the City Manager to enter into a contractual agreement with Crom Corporation for the construction of a 3 MG reclaimed water storage tank at the East Water Reclamation Facility at a cost of $625,000 plus a 10% contingency. CONSIDERATIONS: This project is needed to provide closed storage for the reclaimed water distribution system which will serve the Tuskawilla area. The storage tank is one component of the improvements necessary at the East Water Reclamation Facility to achieve Class I reliability. The emergency generator and electrical improvements are already underway and the distribution pump station and chlorine contact chamber project is projected to be bid September 1, 1996. Bids for the reclaimed water storage tank were opened on March 20, 1996 under Bid #96-015. The 10w bidder was Crom Corporation of Gainesville, Florida, with a bid of $625,000. The project scope of work includes site preparation, construction of a prestressed concrete circular tank 120 feet in diameter with 36 foot sidewalls, and installation of associated piping. The tank construction was bid separately because there are only two contractors in Florida building prestressed concrete tanks and we wanted to .~ April 8, 1996 Consent Agenda Item A Page .2... save the general contractors markup. The City has five other prestressed concrete tanks built by Crom Corporation at our water plants and West WRF. FUNDING: The project was budgeted in the current fiscal year in the Utility Capital Improvement line code (#6310) at an estimated cost of$610,000. The bid cost of $625,000 is slightly over budget, however, the $560,000 budgeted for the pump station will not be used this fiscal year. Funds for this project will be expended within 150 days of issuance of the Notice to Proceed. RECOMMENDATION: I am recommending that the City Manager be authorized to enter into a contractual agreement with Crom Corporation for the construction of a 3 MG reclaimed water storage tank at a cost of$625,000 plus a 10% contingency. The project would be funded out of the Utility Capital Improvement line code (#6310). IMPLEMENTATION SCHEDULE: The contract time for this project is 150 days. Construction traffic will access the East WRF from Winter Springs Boulevard. This project should be completed by September 30, 1996. ~ April 8, 1996 Consent Agenda Item A Pagel ATTACHMENTS: 1. Deputy City Clerk Bid #96-015 Sllmmary 2. Agreement Form 3. Consultants Recommendation COMMISSION ACTION: Attachment 1 CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 PROJECT TITLE: Contract A -- Reclaimed Water Storage Tank BID NUMBER: 96-015 BID OPENING DATE: March 20. 1996 The bid opening was called by: J.P. Petrencsik Title and Time: Purchasing Director 2:08 p.m. Bid opening was closed: 2:11 p.m. Present as witness: Terry Zaudtke. Engineering Consultant Alan Hill. P.W. Operations Supervisor Bid Bond Required: YES Performance Bond Required: YES ------------------------------------------------------------------------------------------------- ----------------------------- Two Bids Received: 1. Precon Corporation, 115 S.W. 140th Terrace, Newberry, Florida 32669 in the amount of$755,244.00. 2. Crom Corporation, 250 S.W. 36th Terrace, Gainesville, Florida 32607-2889 in the amount of $625,000.00. cc: Utility Department City Manager Purchasing Department Attachment 2 ~ SECTION 00500 AGREEMENT FORM. 1. GENERAL 1.01 THIS AGREEMENT, made this _ day of March, 1992, by and between (1) the City of Winter Sorinc;Js , hereinafter called the Owner, and (2) The Crom Corooration doing business as a (3) Corooration ,and hereinafter called the Contractor. 1.02 The Owner and Contractor agree as follows: A. Contract Documents The Contract Documents consist of this Agreement; all Technical, General, and Supplementary Conditions and Sections contained in the Project Manual; the Drawings as listed on the Bid Form and Index to Drawings; all Addenda issued prior to and all Change Orders issued after execution of this Agreement. These form the Contract and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. B. Scope of Work The Contractor shall perform all work required by the Contract Documents for the construction of _ Contract A - Reclaimed Water Storage Tank. C. Contract Time The Contractor shall begin work within 10 days after the issuance of a written Notice to Proceed and shall complete the work within 150 calendar days from the date of the Notice to Proceed. D. Liquidated Damages OWNER and CONTRACTOR recognize that time. is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not substantially complete within the time specified in Paragraph C above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal arbitration proceeding the actual loss suffered by OWNER if the Work is not substantially complete on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER $250.00 for each day that expires after the time specified in Paragraph C for final completion until the work is finally complete. E. Contract Price Lump Sum Contract The Owner will pay the Contractor in current funds for the performance of the work, subject to additions and deductions by Change Order, the Total Contract Price of Six Hundred Twentv-five Thousand Dollars ($ 625.000.00 ). Payments will be made to the Contractor based on the Lump Sum Bid amount, the Schedule of Values, and subject to completion of the work, in accordance with the Contract Documents. (1) Owner (2) Contractor (3) Sole Proprietor, Partnership, or Corporation 00500-1 .; F. Payments The Owner will make payments as provided in the General Conditions and Supplementary Conditions. G. Engineer The Project has been designed by Conklin, Porter & Holmes-Engineers, Inc., referred to in the documents as the Engineer, whose authority during the progress of construction is defined in the General Conditions and Supplementary Conditions. 1.03 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. CONTRACTOR: The Cram Corooration Name of Firm (Seal) By (Signature and Title) Attest OWNER: The Citv of Winter Sorinas Name of Firm (Seal) By (Signature and Title) Ron McLemore, City Manager Attest END OF SECTION 00500-2 ".., ... Attachment 3 ..' K/f Conklin, ~porter and Holmes ENGINEERS, INC. a 1104 E. ROBINSON STREET . @ r()) ORLANDO, FLORIDA 32801-2092 P TEL 407-425-0452 FAX #407-648-1036 March 22, 1996 Mr. Ron McLemore City Manager City of Winter Springs 1126 E. S.R. 434 Winter Springs, Florida 32708 RE: City of Winter Springs - Contract A - Reclaimed Water Storage Tank Bid No. 96-015 CPH Project No. W0449.01 Dear Mr. McLemore: On Wednesday, March 20, 1995, the City received bids for Contract A - Reclaimed Water Storage Tank at the East Water Reclamation Facility. Copies of the bids were made and provided to us for review. The following is a summary of the bidders and their associated bid prices: Contractor Base Bid Price The Crom Corporation $ 625,000.00 Precon Corporation $ 755,244.00 Engineer's Estimate of Probable Construction $ 600,000.00 Cost The bid was for a lump sum cost for a three million gallon storage tank and associated work. Therefore, no bid tabulation is provided. The Crom Corporation has performed previous work for the City and CPH. Their work has been above average and has been performed in a timely manner. In their most recent project \ ....;; ... for the City, they constructed the two million gallon tank at the West Water Reclamation Facility. A review of references and other data reveals that they are a capable and competent contractor and that they are able to perform the project work. In summary, we have no objection to the City's award of this project to the Crom Corporation based on available information and their base bid price of $625,000. If you have any questions, please give me a call. Sincerely, CONKLIN, PORTER & HOLMES - ENGINEERS, INC. ~~U~ Senior Vice President TMZ/ja WO-H90J .MClId3