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