Loading...
#10 Award of contracts DEPARTMENT OF PUBLIC WORKS MEMORANDUM August 18, 2009 TO: City Council FROM: Jacob J. Winzenz, Director of Admin. Services/Asst. City Manager SUBJECT: Award of Bid Schedule “H” – 2009 Contract 2009-22, Storm Sewer Improvements Contract 2009-23, Parker Drive Parking Structure Contract 2009-24, Highridge Greenbelt Improvement Summary Bids for Public Works Schedule “H” were opened on Wednesday, August 12, 2009. The Engineering Division is recommending the Council award contracts 2009-22, -23, -24 to the low bidders as shown on the attached tabulation of bids, and that the City Council express their intent to include in the 2009 Note Issue $108,000 for the Storm Sewer Improvements, $2,900,000 for the Parker Drive Parking Structure, and $415,000 for the Highridge Greenbelt Improvement. Recommendation Following Review by the Council, the Engineering Division recommends awarding contracts 2009-22, -23, -24 to the low bidders. Suggested Motion I move to award contracts 2009-22, -23, -24 to the low bidders and that the City Council express their intent to include in the 2009 Note Issue $108,000 for the Storm Sewer Improvements, $2,900,000 for the Parker Drive Parking Structure, and $415,000 for the Highridge Greenbelt Improvement. City Manager’s Recommendation I concur with the recommendation of the Engineering Division to award contracts 2009-22 and 2009-24 to the low bidders. The base bid for the Parker Drive Parking Structure (contract 2009-23) includes a covered walkway between the parking structure and the property located at 101 E. Milwaukee Street owned by SARA Investments. SARA Investments has indicated they will contribute $17,500 in cash (approximately ½ of low-bidders cost for this alternative) towards this improvement. In addition, they have agreed to provide office space in their building for the construction manager. This is estimated to save approximately $15,000 in project costs. With this public-private partnership I concur with the recommendation of the Engineering Division to award the base bid for contract 2009-23 (Parker Drive Parking Structure) to the low bidder. j:\agenda review\approved agenda items\2009\8-24-2009\contract award bid schedule h - memo.doc Background Contract 2009-22, Storm Sewer Improvements This contract reconstructs a damaged section of storm sewer in St. Lawrence Avenue between Main Street and the Rock River that was damaged in the 2008 flood, as well as relocates the Main Street / Centerway storm sewer discharge from above the Centerway dam to below the dam which will help prevent future flooding of Main Street. Engineering staff worked with the property owner at the southwest quadrant of the Main Street / Centerway intersection to obtain an easement to allow this flood mitigation relocation. Funding for this project is two sources: FEMA paid the City $44,408.48 toward the St. Lawrence Avenue repair and the remaining $107,241.52 is proposed for inclusion in the 2009 Note Issue. We received four (4) bids for this project with R. T. Fox Contractors, Inc. providing the low bid. The Engineering Division is recommending award of this contract to R. T. Fox Contractors, Inc. of Edgerton, Wisconsin in the amount of $151,650. There were two parts to this bid for the project which are described below: ? Part A – Centerway and Main Street ? Part B – St. Lawrence Avenue Contract 2009-23, Parker Drive Parking Structure This project constructs a 4-level parking structure at the southwest corner of Parker Drive and E. Wall Street providing approximately 235 parking spaces. The City’s capital budget planning for this project included $4,000,000 for design and construction. The preliminary project plans were presented to the Council at the May 11, 2009 meeting. The estimate at the time for the entire project including construction and design was $4,400,000 for a 4-level parking structure. This cost estimate did not include several alternatives that the Council requested be included in the base bid. These alternatives would have increased that cost estimate. It was hoped that the bid climate would result in favorable bids below the cost estimate. The Design Committee played a significant role in developing this project scope with the designer and construction manager. The base bid package reflects the project components recommended by the Design Committee and approved by the City Council on May 11, 2009. There were five alternate bids for this project which would reduce the scope and features of this project. These are described below: ? Alternate Bid Item A – delete brick facing from all precast and substitute formed and stained concrete surface for a brick look. j:\agenda review\approved agenda items\2009\8-24-2009\contract award bid schedule h - memo.doc ? Alternate Bid Item B – provides a 3 ½ level parking structure scheme in lieu of a 4-level parking structure. For pricing of this alternate the bidders were instructed to assume that Alternate A is accepted first. ? Alternate Bid Item C – provides asphalt pavement with additional limestone base for the ground level interior floor in lieu of concete. ? Alternate Bid Item D – provides the cost to eliminate a canopy from the elevator tower to an adjacent building. ? Alternate Bid Item E – provides an informational price to substitute metal halide project lighting in lieu of induction lighting. The total project costs are as follows: Miscellaneous City Costs: $10,150 Design and Construction Management fees: $512,770 Construction Contingency (4.8%): $168,350* Construction Contract: $3,508,730 Total Project Cost: $4,200,000 *The designer recommends a 4-5% construction contingency for this project based on the anticipated underground conflicts remaining from the previous parking structure on this site. We received five (5) bids for this project. with J.P. Cullen & Sons, Inc. providing the low base bid. The Engineering Division is recommending award of this contract to J.P. Cullen & Sons, Inc. of Janesville, Wisconsin in the amount of $3,508,730. Contract 2009-24, Highridge Greenbelt Improvement This contract restores an existing greenbelt to correct significant ongoing erosion. The project includes tree and brush removal, excavation, grading, installing heavy rip rap, gabion baskets, and restoration of the work area. The Engineering Division held a neighborhood meeting to discuss this project to receive input from neighbors. Surveying of the hillside and preliminary design work was conducted by AECOM. The condition of this greenbelt was significantly affected during the recent rains causing additional erosion problems therefore a significant contingency is recommended for this project. Funding of $415,000 in the 2009 Note Issue is recommended for this project. We received five (5) bids for this project with Bjoin Limestone, Inc. providing the low bid. The Engineering Division is recommending award of this contract to Bjoin Limestone, Inc. of Janesville, Wisconsin in the amount of $280,861.60. Fiscal Impacts In an agenda item later in this meeting the City Council will be asked to schedule a study session to review the proposed 2009 Note Issue. At this point in time it appears that the General Fund portion of the proposed 2009 Note Issue will be j:\agenda review\approved agenda items\2009\8-24-2009\contract award bid schedule h - memo.doc approximately $6,800,000, which includes the borrowing of $2,900,000 for the parking structure. The City Council has previously committed to fund most of the projects included in the proposed Note Issue. Debt service on $2,900,000 over 10-years is estimated to average $356,000 per year, or approximately $4.50 for the owner of the average home assessed at $113,300. The impact of a $6,800,000 Note Issue on the 2010 General Fund budget is an increase in the tax rate of approximately 1.2%, or $9.65 for the owner of an average home. Attachment cc: Eric Levitt j:\agenda review\approved agenda items\2009\8-24-2009\contract award bid schedule h - memo.doc Bid Opening: 12 August 2009 Page 1 of 2 CITY OF JANESVILLE TABULATION OF BIDS PUBLIC WORKS BID SCHEDULE “H” – 2009 2009-22 STORM SEWER IMPROVEMENTS R. T. Fox Contractors, Inc. Part A: $57,050.00 5628 Highway M Part B: $94,600.00 Burlington, WI 53105 Total: $151,650.00 Iverson Construction, LLC Part A: $75,435.00 3190 County Hwy. N Part B: $82,870.00 Cottage Grove, WI 53527 Total: $158,305.00 Globe Contractors, Inc. Part A: $87,725.00 N50 W23076 Betker Road Part B: $94,420.00 Pewaukee, WI 53072 Total: $182,145.00 E & N Hughes Co., Inc. Part A: $87,890.50 N2629 Coplien Road, P.O. Box 408 Part B: $98,801.00 Monroe, WI 53566 Total: $186,691.50 2009-23 PARKER DRIVE PARKING STRUCTURE J. P. Cullen & Sons, Inc. Base Bid: $3,508,730 330 E. Delavan Drive Alternate A: $(38,800) Janesville, WI 53546 Alternate B: $(207,855) Alternate C: $11,172 Alternate D: $(35,753) Alternate E: $(26,000) Stevens Construction Corp. Base Bid: $3,553,000 5100 Eastpark Blvd., Suite 300 Alternate A: $(60,000) Madison, WI 53718 Alternate B: $(220,000) Alternate C: $(2,484) Alternate D: $(98,096) Alternate E: $(26,000) Tri-North Builders Base Bid: $3,592,000 2625 Research Park Alternate A: $(21,400) Fitchburg, WI 53711 Alternate B: $(211,000) Alternate C: $(21,200) Alternate D: $(50,000) Alternate E: $(26,000) J:\Agenda Review\Approved Agenda Items\2009\8-24-2009\Contract Award Bid Schedule H - Bid Results.doc Bid Opening: 12 August 2009 Page 2 of 2 CITY OF JANESVILLE TABULATION OF BIDS PUBLIC WORKS BID SCHEDULE “H” – 2009 2009-23 PARKER DRIVE PARKING STRUCTURE (Continued) J. H. Findorff & Son, Inc. Base Bid: $3,614,000 300 S. Bedford Street Alternate A: $(99,000) Madison, WI 53703 Alternate B: $(304,000) Alternate C: $(21,000) Alternate D: $(90,000) Alternate E: $(27,000) Klobucar Construction Co., Inc. Base Bid: $3,815,000 3140 East County Road S Alternate A: $(21,640) Beloit, WI 53511 Alternate B: $(214,770) Alternate C: $(4,150) Alternate D: $(74,000) Alternate E: $(26,220) 2009-24 HIGHRIDGE GREENBELT IMPROVEMENT Bjoin Limestone, Inc. Total Bid: $280,861.60 7308 W. State Road 11 Janesville, WI 53548 E & N Hughes Co., Inc. Total Bid: $326,936.25 N2629 Coplien Road, P.O. Box 408 Monroe, WI 53566 Custom Ditching, Inc. Total Bid: $354,492.50 17 Auburn Drive Beloit, WI 53511 Frank Silha & Sons Excavating, Inc. Total Bid: $355,370.25 348 Highway 14 East Janesville, WI 53546 Speedway Sand & Gravel, Inc. Total Bid: $452,402.50 8500 Greenway Blvd. #202 Middleton, WI 53562 J:\Agenda Review\Approved Agenda Items\2009\8-24-2009\Contract Award Bid Schedule H - Bid Results.doc