#4 Award of Tallman House Improvements - Phase III and Sewer System Improvements contracts
DEPARTMENT OF PUBLIC WORKS MEMORANDUM
6 August 2012
TO: City Council
FROM: Mike Payne, Engineering Manager
SUBJECT:
AWARD OF BID SCHEDULE “D” – 2012
CONTRACT 2012-12, TALLMAN HOUSE IMPROVEMENTS – PHASE III
CONTRACT 2012-13, SEWER SYSTEM IMPROVEMENTS
Summary
Bids for Public Works Bid Schedule “D”-2012, Contracts 2012-12 and -13, were opened
on Wednesday, July 25, 2012. Each of the low bids was found to be responsive and
acceptable.
Recommendation
Following review by the Council, the Engineering Division recommends award of
Contracts 2012-12 and -13 to the low bidders and recommends the City Council
express their intent to include necessary funding in a future note issue.
City Manager Recommendation
The City Manager concurs with the Engineering Division recommendation.
Suggested Motion
I move to award the base bid plus alternates 1, 3, & 4 of Contract 2012-12 to Gilbank
Construction and Contract 2012-13 to R. T. Fox Contractors, the low bidders, and
express the intent to include funding in the 2012 Note Issue in the amount of $160,000
for contract 2012-12 and $157,230 for contract 2012-13.
Background
Contract 2012-12, Tallman House Improvements – Phase III
The base bid for this project includes ADA upgrades / modifications to the public
restrooms including new fixtures, HVAC, electrical, plumbing and interior wall
modifications, an interior motorized chair lift to transfer visitors from the main floor of the
house down to the lower level restrooms, and minor masonry joint pointing where there
is evidence of water penetrating the exterior brick walls.
The alternate bid items include:
Alternate Bid 1 – Carriage (side) porch restoration
Alternate Bid 2 – Carriage (side) porch roof replacement
Alternate Bid 3 – Portico (front) porch restoration
Alternate Bid 4 – Portico (front) porch roof replacement
AWARD OF BID SCHEDULE “D” – 2012
CONTRACT 2012-12, TALLMAN HOUSE IMPROVEMENTS – PHASE III
CONTRACT 2012-13, SEWER SYSTEM IMPROVEMENTS
6 AUGUST 2012 – PAGE 2 OF 3
We received one (1) bid for this project from Gilbank Construction. The Engineering
Division is recommending award of this contract to Gilbank Construction, Inc., Clinton,
Wisconsin, in the amount of $351,500 for the base bid, alternate 1, alternate 3 and
alternate 4. Concurrent with executing the contract, Gilbank has agreed to execute
change order #1 to reduce the contract by $72,600 as part of a value engineering
process discussed with City and Historical Society staff.
Gilbank Construction and the major subcontractor, Sutterlin Restorations, worked
together on the 2011 exterior improvements at the Tallman House. Based on that field
experience and discussions with staff, the contractors believe the value engineering
modifications are appropriate for the 2012 project scope. These changes essentially
allow the contractor to restore the exterior woodwork / ornamentation on site similar to
the 2011 project rather than remove portions of the ornamental woodwork and require
offsite replication / restoration. In addition, the scope change allows the use of molds to
recreate the ornamental decorations rather than require hand carved wood work.
Alternate bid item 2 is not recommended because the carriage porch roof is not at the
end of its useful life.
The 2012 Major Capital Projects budget included $450,000 for phase III Tallman House
Improvements and design for phase IV improvements although based on this project
scope only $250,000 was anticipated to be included in the 2012 Note Issue. The
$72,600 in Value Engineering will allow this project to proceed with borrowing $160,000
in 2012. The Rock County Historical Society is considering contributing to this project if
the recommended alternates are awarded which would reduce the actual borrowing in
2012. Staff will update the Council at the August 13 meeting.
The completion of phase III improvements along with previously completed phases I & II
essentially corrects ADA deficiencies and restores the deteriorated exterior of the
Tallman House thereby preserving the interior condition of this facility. It is likely a
masonry joint pointing project will be required within the next 10 years as the original
mortar is more than 150 years old and has not received a comprehensive masonry joint
pointing project since initial construction.
Anticipated Phase III Project Costs:
Consultant and Engineering costs $28,150
Base Bid $110,000
Alternate Bid 1 $79,200
Alternate Bid 3 $154,700
Alternate Bid 4 $7,600
Less Value Engineering for alternates 1, 3, & 4 ($72,600)
Contingency (10%) $32,950
Project Total = $340,000
AWARD OF BID SCHEDULE “D” – 2012
CONTRACT 2012-12, TALLMAN HOUSE IMPROVEMENTS – PHASE III
CONTRACT 2012-13, SEWER SYSTEM IMPROVEMENTS
6 AUGUST 2012 – PAGE 3 OF 3
Project Funding:
Prior Note Issues $180,000
2012 Note Issue $160,000
Project Total = $340,000
The bid received is shown below:
Gilbank Construction, Inc. Total Base Bid: $110,000.00
301 Scot Drive, P.O. Box 718 Add Alternate 1: $79,200.00
Clinton, WI 53525 Add Alternate 2: $9,150.00
Add Alternate 3: $154,700.00
Add Alternate 4: $7,600.00
Contract 2012-13, Sewer System Improvements
This project includes excavated repair, replacement or abandonment of approximately
10 (8”-10” diameter) sanitary sewer and manhole locations, excavated replacement of
375 L.F. of 12”-18” storm sewer, and 375 L.F. of 8” sanitary sewer, along with
associated street and non-paved surface restoration.
We received five (5) bids for this project, with R. T. Fox Contractors providing the low
bid. The Engineering Division is recommending award of this contract to R. T. Fox
Contractors, Inc., Edgerton, Wisconsin, in the amount of $203,401.
Anticipated Project Costs:
Contract $203,401
Force Account, Engineering, & Contingency (15%) $30,499
Project Total = $233,900
Project Funding:
Operating Budget $76,670
2012 Note Issue $157,230
Project Total = $233,900
The bids received are shown below:
R. T. Fox Contractors, Inc. Total – Part A: $37,200.00
5628 Hwy. M Total – Part B: $72,000.00
Edgerton, WI 53534 Total – Part C: $94,201.00
Grand Total: $203,401.00
Bjoin Limestone Total – Part A: $43,467.00
AWARD OF BID SCHEDULE “D” – 2012
CONTRACT 2012-12, TALLMAN HOUSE IMPROVEMENTS – PHASE III
CONTRACT 2012-13, SEWER SYSTEM IMPROVEMENTS
6 AUGUST 2012 – PAGE 4 OF 3
8500 Greenway Blvd., Suite 202 Total – Part B: $87,963.00
Middleton, WI 53562 Total – Part C: $101,106.50
Grand Total: $232,536.50
E & N Hughes Co., Inc. Total – Part A: $40,315.00
N2629 Coplien Road, P.O. Box 408 Total – Part B: $89,426.00
Monroe, WI 53566 Total – Part C: $121,362.50
Grand Total: $251,103.50
Maddrell Excavating Total – Part A: $51,395.00
N50 W23076 Betker Road Total – Part B: $92,950.00
Pewaukee, WI 53072 Total – Part C: $120,466.00
Grand Total: $264,811.00
Globe Contractors, Inc. Total – Part A: $53,667.00
N50 W23076 Betker Road Total – Part B: $130,760.00
Pewaukee, WI 53072 Total – Part C: $110,003.00
Grand Total: $294,430.00
cc: Eric Levitt, Jay Winzenz, Carl Weber