Bid Schedule A Award Memo1
ENGINEERING MEMORANDUM
February 26, 2018 TO: City Council
FROM: Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule “A” - 2018: C2018-2 Curb & Gutter Replacement C2018-3 Water & Sewer Sytem Improvements I C2018-4 New & Replacement Sidewalk C2018-5 Utility Structure Rehabilitation – Replacement C2018-6 Court Street Two-Way Conversion C2018-7 Water Main Lining C2018-8 City Hall Renovations
Relates to Strategic Plan
Strategic Goal - Infrastructure These contracts support the City’s efforts to maintain existing infrastructure and continue to
provide municipal services. Executive Summary Bids for C2018-2 Curb & Gutter Replacement, C2018-3 Water & Sewer System Improvemements, C2018-4 New & Replacement Sidewalk, C2018-5 Utilty Structure Rehabilitation – Replacement, C2018-6 Court Street Two-Way Conversion, and C2018-7 Water Main Lining were opened on Wednesday, January 31, 2018. Bids for C2018-8 were opened February 14, 2018. The low bids were found to be responsive and acceptable. City Recommendation The City’s recommended course of action is to award contracts C2018-2 Curb & Gutter Replacement, C2018-3 Water & Sewer System Improvemements, C2018-4 New & Replacement Sidewalk, C2018-5 Utilty Structure Rehabilitation – Replacement, C2018-6 Court Street Two-Way Conversion, C2018-7 Water Main Lining and C2018-8 City Hall Renovations to
the low bidder and express intent to borrow the necessary funding in the 2018 Note Issue. Suggested Motion
I move to award contracts C2018-2 Curb & Gutter Replacement, C2018-3 Water & Sewer System Improvemements, C2018-4 New & Replacement Sidewalk, C2018-5 Utilty Structure Rehabilitation – Replacement, C2018-6 Court Street Two-Way Conversion, C2018-7 Water Main Lining and C2018-8 City Hall Renovations to the low bidder as described in the memo.
2
Background C2018-2 Curb & Gutter Replacement – For furnishing all the labor, materials, equipment, and
doing all the work necessary for the construction and completion of approximately 54,000 LF curb & gutter replacement; 105,000 SF sidewalk, curb ramp and driveway approach replacement; 640 SY full depth concrete pavement patching and grass terrace restoration. There were five (5) qualified plan holders. The contract estimate was $2,550,000. We opened two (2) bids for this project, with Yeske Construction Co. providing the lowest bid. The Engineering Division is recommending award of this contract to Yeske Construction Co., Edgerton, WI for a total bid amount of $2,525,515.00. The bids received are shown below:
Yeske Construction Co. Total: $2,525,515.00
472 West High St Edgerton, WI 53534
Zenith Tech Inc. Total: $4,195,503.10 N6 W23633 Bluemound Road
Waukesha, WI 53187 Anticipated Project Costs: Contract 2,525,515.00 Engineering & Contingency (8%) 194,485.00 Sub Total $2,720,000.00 Project Funding: 2017 Note – General Fund – C&G Replacement 125,000.00 2018 Note – General Fund – C&G Replacement 1,835,000.00 2018 Operating – Storm Water Utility – Inet Repairs C&G 161,000.00 2018 Note – Water Utility – Main Breaks / Concrete Street Repairs 16,000.00 2018 Note -- Water Utility – Main Replacement 6,000.00
2018 Note – Water Utility - Lead Service Replacement 22,000.00 2018 Note – General Fund – Plumbers Ditch Repairs 6,000.00 2018 Note – General Fund – Concrete Street Repairs 106,000.00
2018 Note – General Fund – Sidewalk Replacement 249,000.00 2018 Note – General Fund -- Assessable Sidewalk Replacement 194,000.00 Total $2,720,000.00 C2018-3 Water & Sewer System Improvements I – For furnishing all the labor, materials, equipment, and doing all the work necessary for construction of the following approximate quantities: 300 L.F. of new 8” diameter water main and 8” diameter sanitary sewer; 8,250 L.F. of existing 1 ½“-6” water main replacement and abandonment; 2000 L.F. of new and replacement 12”-36” diameter storm sewer; replacement of 75 lead/steel water services; and replacement or rehabilitation of 110 sanitary, water valve, storm structures, and storm inlets; and associated street and non-paved surface restoration. There were seven (7) qualified plan holders. The contract estimate was $2,500,000. We opened three (3) bids for this project, with R.T. Fox Contractors Inc. providing the lowest bid.
The Engineering Division is recommending award of this contract to R.T. Fox Contractors Inc., Edgerton, WI for a total bid amount of $2,423,185.00.
3
R.T. Fox Contractors, Inc. Total: $2,423,185.00
PO Box 331 Edgerton, WI 53534 Maddrell Excavating LLC Total: $2,432,575.00 N3371 West 3rd Avenue Brodhead, WI 53520 Globe Contractors, Inc. Total: $2,670,424.00 N50 W23076 Betker Rd Pewaukee, WI 53072
Anticipated Project Costs: Contract 2,423,185.00
Engineering & Contingency (7%) 176,415.00 Sub Total $2,599,600.00
Project Funding: 2018 Note – Water Utility – water main replacement 1,539,000.00 2018 Note – Water Utility – water valve replacement 28,000.00 2018 Note – Water Utility – lead service replacement 162,000.00 2018 Operating – WW Utility – structure replacement 150,500.00 2018 Operating – SW Utility – structure / inlet replacement 620,500.00 Developer payment - Rustic Oak Condominum sewer & water 78,533.00 Storm Water Assessment Fund – storm sewer for Rustic Oak Condos 21,067.00 Total $2,599,600.00
C2018-4 New & Replacement Sidewalk - For furnishing all the labor, materials, equipment, and
doing all the work necessary for the construction and completion of approximately 20,000 SF of
new concrete sidewalk and approximately 31,800 SF of replacement sidewalk in various
locations throughout the City.
There were five (5) qualified plan holders. The contract estimate was $430,000. We opened two (2) bids for this project, with JB Johnson Bros., LLC. providing the lowest bid. The Engineering Division is recommending award of this contract to JB Johnson Bros., LLC, Edgerton, WI for a total bid amount of $373,828.50.
JB Johnson Bros., LLC Total: $373,828.50 12 Maple Ct
Edgerton, WI 53534 Forward Contractors Total: $390,905.00
PO Box 396 Grafton, WI 53024
Anticipated Project Costs: Contract 373,828.50
4
Engineering & Contingency (8%) 31,171.50 Sub Total $405,000.00
Project Funding: 2018 Note – General Fund – Walk (New & Replacement) 91,000.00 2018 Note – General Fund - Assessable Walk (New & Replacement) 300,000.00 Funded Sidewalk Account 14,000.00 Total $405,000.00
C2018-5 Utility Structure Rehabilitation – Replacement - For furnishing all the labor, materials, equipment, and doing all the work necessary for replacement and/or rehabilitation of sanitary, storm, and water structures. The work will include approximately of 290 structures with 92 of those being replaced. The work under this contract is associated with the City’s 2018 Street
Rehabilitation Contract. All structure replacement-rehabilitation must be completed in a timely manner in advance of the street rehabilitation.
There were five (5) qualified plan holders. The contract estimate was $900,000. We opened
three (3) bids for this project, with Bjoin Limestone Inc. providing the lowest bid. The Engineering Division is recommending award of this contract to Bjoin Limestone Inc., Janesville, WI for a total bid amount of $886,740.00.
Bjoin Limestone Inc. Total: $886,740.00
7308 Hwy 11 West Janesville, WI 53548 Maddrell Excavating LLC Total: $941,730.00 N3371 West 3rd Ave Brodhead, WI 53520 R.T. Fox Contractors, Inc. Total: $951,700.00 PO Box 331 Edgerton, WI 53534
Anticipated Project Costs:
Contract 886,740.00 Engineering & Contingency (15%) 135,260.00 Sub Total $1,022,000.00 Project Funding: 2018 Operating – WW Utility – structure replacement 450,000.00 2018 Operating – SW Utility – structure replacement 442,000.00 2018 Note – Water Utility – structure replacement 130,000.00 Total $1,022,000.00
C2018-6 Court Street Two-Way Conversion - For furnishing all the labor, materials, equipment,
and doing all the work necessary to convert a 1.3 mile section of primarily two lane, one-way
roadway segment to a two-way roadway segment with one lane for traffic in each direction
5
including the following approximate quantities; temporary traffic control; intersection
modifications consisting of 1,100 lineal feet of curb and gutter replacement, 3,100 square feet of
sidewalk replacement, 230 lineal feet of storm sewer pipe with new storm inlet structures, and
1,000 square yards of pavement restoration, various types; 4,100 lineal feet of pavement
marking removal; 23,000 lineal feet of new pavement markings; removal and salvage of various
traffic signs, installation of new traffic signs and posts; removal of traffic signal equipment from
two 4-legged intersections; installation of new traffic signal and emergency vehicle preemption
equipment at one intersection; street light modifications; and incidental construction.
There were two (2) qualified plan holders. The contract estimate was $370,000. We opened
one (1) bid for this project, with Rock Road Companies, Inc. providing the sole bid. The
Engineering Division is recommending award of this contract to Rock Road Companies, Inc.,
Janesville, WI for a total bid amount of $522,550.08.
Rock Road Companies, Inc. Total: $522,550.08 PO Box 1818 Janesville, WI 53547
Anticipated Project Costs: Contract 522,550.08 Value Engineering (Change Order #1 reducing contract amount) -106,426.08 Contingency (5%) 20,800.00 Consulting 25,000.00 Force Account 16,000.00 Engineering 5,000.00 Sub Total $482,924.00 Project Funding: 2018 Note – TIF 36 482,924.00 Total $482,924.00
C2018-7 Water Main Lining - For furnishing all the labor, materials, equipment, and doing all the
work necessary for approximately 540 lineal feet of 10-inch water main cured-in-place pipe
rehabilitation, 400 lineal feet of 16-inch water main cured-in-place pipe rehabilitation, and 610
lineal feet of 18-inch water main cured-in-place pipe rehabilitation, including 250 lineal feet of 6-
inch through 18-inch open cut connecting pipe, water valves, fire hydrants, water services,
surface restoration, and other miscellaneous items of work.
There were six (6) qualified plan holders. The contract estimate was $700,000. We opened four
(4) bids for this project, with R.T. Fox Contractors, Inc. providing the lowest bid. The
Engineering Division is recommending award of this contract to R.T. Fox Contractors, Inc.,
Edgerton, WI for a total bid amount of $849,480.00.
R.T. Fox Contractors, Inc. Total: $849,480.00
PO Box 331 Edgerton, WI 53534
6
Fer-Pal Construction USA, LLC Total: $995,849.00
26187 Northline Rd Taylor, MI 48180 E&N Hughes Co., Inc. Total: $1,043,385.00 PO Box 408 Monroe, WI 53566 Mid City Plumbing and Heating, Inc. Total: $1,046,390.00 12930 Custer Ave Butler, WI 53007
Anticipated Project Costs:
Contract 849,480.00 Value Engineering (Change Order #1 reducing contract amount) -113,830 Contingency (10%) 73,350.00 Consulting 29,000.00 Sub Total $838,000.00
Project Funding: 2018 Note – Water Utility – main replacement 838,000.00 Total $838,000.00
C2018-8 City Hall Renovations - For furnishing all the labor, materials, equipment, and doing all
the work necessary for the construction and completion of a building renovation including but
not limited to demolition, HVAC duct and equipment, piping, insulation, electrical, masonry wall
modifications, interior wall framing and finishes, doors and hardware, acoustical ceiling, carpet,
cleaning and painting of interior walls, and EPDM roof replacement.
There were five (5) prequalified plan holders. The contract estimate was $1,100,400. We
opened two (2) bids for this project, with Magill Construction Company Inc. providing the lowest
bid. The Engineering Division is recommending award of this contract to Magill Construction
Company Inc., Elkhorn, WI for a total bid amount of $964,507.00.
Magill Construction Compay, Inc. Total: $964,507.00 977 Koopman Lane Elkhorn, WI 53121 National Construction Inc. Total: $1,277,544.00 701 East Washington Ave Madison, WI 53703
Anticipated Project Costs:
Contract 964,507.00
7
Contingency (8%) 77,533.00 Owner Provided AV Equipment 185,000.00
Owner Provided Furnishings 25,500.00 Asbestos Abatement 80,000.00 Consulting 53,460.00 Force Account / Building Security / Relocation 32,000.00 Sub Total $1,418,000.00
Project Funding: 2018 Note – General Fund 1,333,000.00 JATV Funds 85,000.00 Total $1,418,000.00
Options
• Approve City recommendation to award contract C2018-2, C2018-3, C2018-4, C2018-5,
C2018-6, C2018-7 and C2018-8.
• The Council could choose not to award a specific contract.
Analysis
Based on bids received, Engineering staff worked with contractors to reduce or modify the project scope as a value engineering effort to reduce project costs. Both contracts C2018-6, Court Street Two-Way Conversion and C2018-7, Water Main Lining were recipients of project
savings after discussions with the low bidder for each contract. Conclusions
These contracts support tasks listed in the 2018-2022 Strategic Plan. Restated City Recommendation
The City’s recommended course of action is to award contracts C2018-2 Curb & Gutter Replacement, C2018-3 Water & Sewer System Improvemements, C2018-4 New & Replacement Sidewalk, C2018-5 Utilty Structure Rehabilitation – Replacement, C2018-6 Court Street Two-Way Conversion, C2018-7 Water Main Lining and C2018-8 City Hall Renovations to the low bidder and express intent to borrow the necessary funding in the 2018 Note Issue. cc: Mark Freitag, City Manager Maxwell Gagin, Assistant to the City Manager Paul Woodard, Director of Public Works