Loading...
#3 Award of contract 2011-13 (Tallman House roof, soffit & chimney historic restorations) DEPARTMENT OF PUBLIC WORKS MEMORANDUM 1 July 2011 TO: City Council FROM: Mike Payne, Engineering Manager SUBJECT: AWARD OF BID SCHEDULE “C” – 2011 CONTRACT 2011-13, TALLMAN HOUSE ROOF, SOFFIT & CHIMNEY HISTORIC RESTORATIONS Summary Bids for the one contract under Public Works Bid Schedule “C”-2011, 2011-13, Tallman House Roof, Soffit & Chimney Historic Restorations, were opened on Wednesday, June 22, 2011. The low bid was found to be responsive and acceptable. Recommendation Following review by the Council, the Engineering Division recommends award of Contract 2011-13 base bid and all alternates to the low bidder and that the City Council express their intent to include funding in the 2011 Note Issue for a portion of this project. City Manager Recommendation The City Manager recommends approval of the low bid. Suggested Motion I move to award Contract 2011-13 base bid and all alternates to the low bidder and express an intent to include funding in the 2011 Note Issue for a portion of this project. Background Contract 2011-13, Tallman House Roof, Soffit & Chimney Historic Restorations This project includes work necessary for repair and restoration of chimneys, soffits, friezes, new downspouts, and replacement of three roofs and built-in gutter systems at the Tallman House. The new prefinished standing seam metal roofs will be replaced with a colonial red color which is historically accurate to the property. The State Historical Society is aware of the project details and the Rock County Historical Society supports the project and the red roof. The Tallman House structure has three separate roofs – upper, mid level, and lower. The upper roof covers the main house. The base bid includes repair of all 5 chimneys above the roof line, repair and restoration of the soffit, provides new downspouts, reconstructs the internal gutter, and replacement of the leaking terne coated iron plate roof for the Cupola and upper roof only. There were three alternate bids for this project as described below: AWARD OF PUBLIC WORKS BID SCHEDULE “C” – 2011 1 JULY 2011 – PAGE 2.  Alternate Bid Item A – repair and restoration of the frieze, brackets, and windows on the UPPER ROOF LEVEL only. The frieze is the vertical wooden portion immediately below the soffit. The frieze and brackets include wood and metal ornamental components.  Alternate Bid Item B – replacement of the leaking roof, reconstruction of the internal gutter, repair and restoration of the fascia and soffit, and repair and restoration of the frieze and brackets of MID LEVEL ROOF only.  Alternate Bid Item C – replacement of the roof, reconstruction of the internal gutter, repair and restoration of the fascia and soffit, and repair and restoration of the frieze and brackets of the LOWER ROOF LEVEL only. Although we contacted and spoke with twelve general contractors capable of performing this work, we only received two (2) bids for this project, with Gilbank Construction, Inc. providing the low bid. The bids are within the estimates included in the Tallman House Conditions Report prepared by Engberg Anderson. The Engineering Division is recommending award of the base bid and all alternates for this contract to Gilbank Construction, Inc., Clinton, Wisconsin, in the amount of $696,000. The bids received are shown below: 2011-13 TALLMAN HOUSE ROOF, SOFFIT & CHIMNEY HISTORIC RESTORATIONS Gilbank Construction, Inc. Base Bid: $397,000 301 Scot Drive, P.O. Box 718 Alternate Bid A: $73,000 Clinton, WI 53525 Alternate Bid B: $115,000 Alternate Bid C: $111,000 Eugene Matthews, Inc. Base Bid: $690,315 2600 S. 25th Avenue Alternate Bid A: $127,083 Broadview, IL 60155 Alternate Bid B: $207,661 Alternate Bid C: $210,636 Property Conditions Report Engberg Anderson was hired in 2008 to prepare a Conditions Report of the Tallman House Structure. A final report was submitted to the City in February 2009 which outlined an estimated $2.84 million of necessary repairs to the structure including a 15% contingency. Engberg Anderson strongly recommends a 15% contingency be included for Tallman House Improvements due to the age of the structure and the unexpected conditions that may be uncovered once the project begins. Based on a similar scope of work for the items bid in this contract, the table below compares the conditions report estimate with the low bid received: AWARD OF PUBLIC WORKS BID SCHEDULE “C” – 2011 1 JULY 2011 – PAGE 3. 2009 Conditions Report 2011 Low Bid Received Contract Scope of Work $738,853 $696,000 15% contingency $110,900 $104,000 $849,753 $800,400 Since the completion of the report in 2009, approximately $85,000 worth of improvements have been completed at the Tallman House using public and private funds. Following completion of this contract base bid and all alternates, the remaining work is estimated to cost $1.5 million over the next 6 years. This estimate does not include an additional $500,000 included in the conditions report relating to interior aesthetics and temporary repairs which are not anticipated to occur. Fiscal Impacts Tallman House Funding Tallman House Capital Projects Fund Balance $518,000 Proposed 2011 Note Issue $200,000 ($500,000 in budget) Rock County Historical Society $75,000 $793,000 Tallman House Expenses Base bid and all alternates $696,000 15% contingency $105,000 Balance of A/E fees (total fees = $46,400) $16,740 Estimated value engineering from contractor - $30,000 $787,740 Funding for Contract 2011-13 comes from several sources including previous Note Issues, Rock County Historical Society, and the 2011 Note Issue. The 2011 Capital Improvement Program anticipated $500,000 for Tallman House Improvements. After bids were opened, Engineering staff talked with the designer and low bidder about several concepts to make the project more economical. These discussions are ongoing, but based on input from the contractor and concurrence from the designer, it appears there could be approximately $30,000 in savings from substituting materials or modifying the construction methods. Engineering and the contractor intend to execute a change order following award of the contract base bid and all alternates resulting in a savings to the project. cc: Eric Levitt Jay Winzenz Carl Weber