Loading...
Bid Schedule B Award Memo1 ENGINEERING MEMORANDUM March 13, 2017 TO: City Council FROM: Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule “B” - 2017: C2017-7 Street Rehabilitation C2017-8 Water & Sewer System Improvements II C2017-9 Street Lighting Improvements C2017-10 Structure Rehabilitation / Replacement C2017-11 Shingle Roof Replacement Relates to Strategic Plan Strategic Goal - Infrastructure These contracts support the City’s efforts to maintain existing infrastructure. Executive Summary Bids for C2017-7 Street Rehabilitation, C2017-8 Water & Sewer System Improvements II, C2017-9 Street Lighting Improvements, C2017-10 Structure Rehabilitation / Replacement, and C2017-11 Shingle Roof Replacement - were opened on Wednesday, February 22, 2017. Each low bid was found to be responsive and acceptable. City Recommendation The City’s recommended course of action is to award contracts C2017-7 Street Rehabilitation, C2017-8 Water & Sewer System Improvements II, C2017-9 Street Lighting Improvements, C2017-10 Structure Rehabilitation / Replacement, and C2017-11 Shingle Roof Replacement to the low bidders and express the intent to borrow funds as outlined in the memo. Suggested Motion I move to award contract C2017-7 Street Rehabilitation, C2017-8 Water & Sewer System Improvements II, C2017-9 Street Lighting Improvements, C2017-10 Structure Rehabilitation / Replacement, and C2017-11 Shingle Roof Replacement to the low bidders as described in the memo and to express the intent to include necessary funding in the 2017 Note Issue. Background C2017-7 Street Rehabilitation – Includes doing all the work necessary for the construction and completion of approximately 32,000 tons asphalt paving on existing streets, including 245,000 S.Y. milling; 7,000 S.Y pavement removal; 22,000 L.F. epoxy pavement markings; 4,000 C.Y. 2 unclassified excavation; 8,000 tons aggregate base construction; and miscellaneous construction items. There were four (4) prequalified plan holders. The contract estimate was $3,200,000. 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. of Janesville, WI for a total bid amount of $2,955,928.39. The bid received is shown below: Rock Road Companies, Inc. Total: $2,955,928.39 PO Box 1818 Janesville, WI 53547-1818 Anticipated Project Costs: Contract $2,955,928.39 Engineering and Contingency for Contract (7%) $217,071.61 Sub Total $3,173,000.00 Project Funding: 2017 Operating – Street Maintenance $46,000.00 2017 Note – General Fund – Street Rehabilitation $2,030,000.00 2017 Note – Assessment Fund – Stuart & S. River assessments $111,000.00 2017 Note – General Fund – C&G Replacement $16,000.00 Wheel Tax – Enhanced Street Program $963,000.00 Public Works Reimbursable – Plumbers Ditches $7,000.00 Total $3,173,000.00 C2017-8 Water & Sewer System Improvements II – Includes doing all the work for construction of the following approximate quantities: 6,000 L.F. of existing 1 ½“-8” water main replacement and abandonment; 15 sanitary sewer pipe or structure repairs; replacement of 185 lead/steel water services; and replacement or rehabilitation of 105 sanitary, water valve, storm structures, and storm inlets; and associated street and non-paved surface restoration. There were eight (8) prequalified plan holders. The contract estimate was $2,350,000. We opened three (3) 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, WI, for a total bid amount of $2,168,245.50. Part A of the contract includes water main and service replacement. Part B of the contract includes sanitary, water and inlet structure replacement. Part C of the contract includes sanitary sewer pipe and structure repair. The bids received are shown below: R.T. Fox Contractors, Inc. Part A: $1,772,625.50 PO Box 331 Part B: $314,850.00 Edgerton, WI 53534 Part C: $80,770.00 Total: $2,168,245.50 3 Globe Contractors, Inc. Part A: $1,843,56.00 M50 W23076 Betker Rd. Part B: $331,110.00 Pewaukee, WI 53072 Part C: $93,750.00 Total: $2,268,425.00 Maddrell Excavating, LLC Part A: $1,989,480.00 W6886 State Hwy 11 Part B: $362,025.00 Monroe, WI 53566 Part C: $86,985.00 Total: $2,438,490.00 Anticipated Project Costs: Contract $2,168,245.00 Engineering & Contingency (7%) $152,005.00 Sub Total $2,320,250.00 Project Funding: 2016 Note – Water Utility $190,000.00 2017 Note – Water Utility – water main replacement $1,170,000.00 2017 Note – Water Utility – lead service replacement $536,000.00 2017 Note – Water Utility – water valve structure replacement $6,500.00 2017 Operating – WW Utility – structure replacement $257,750.00 2017 Operating – SW Utility – structure / inlet replacement $160,000.00 Total $2,320,250.00 C2017-9 Street Lilghting Improvements – Includes doing all the work necessary for furnishing all the labor, materials, equipment, and doing all the work necessary for providing and installing approximately 6,000 Linear Feet (LF) of PVC conduit by directional boring and trenching methods; approximately 30 – 10 foot decorative light poles, bases, bracket banner arms; and luminaires; approximately 8 – 30 foot concrete light poles, bases, and luminaires; approximately 18,000 LF electrical wiring; removal, salvage, and resetting approximately 12 existing 30 foot poles, mast arms, and luminaires onto new concrete bases; electrical pull boxes; construction of a masonry ground monument sign with cast in place reinforced concrete footing and foundation, brick masonry, cast stone panels, metal lettering; providing and installing approximately 10 public benches, 10 trash receptacles, and 8 bike racks, all with concrete pads; and incidental construction. There were four (4) prequalified plan holders. The contract estimate was $470,000. We opened four (4) bids for this project, with MP Systems Inc. providing the low bid. The Engineering Division is recommending award of this contract to MP Systems Inc. of New Berlin, WI for a total bid amount of $519,679.73. Part A of the contract includes work on E. Milwaukee Street between Sumac Drive ad Suffolk Drive. Part B of the contract includes work on S. Jackson Street between Centerway and Court Street. The bids received are shown below: MP Systems Inc. Part A: $431,161.51 5477 S. Westridge Ct. Part B: $88,518.22 New Berlin, WI 53151 Total: $519,679.73 4 Highway Light & Landscape, Inc. Part A: $423,297.27 1532 Utah St. Part B: $101,108.50 Watertown, WI 53094 Total: $524,405.77 Outdoor Lighting Construction Co., Inc. Part A: $446,254.35 8628 W. Calumet Rd. Part B: $103,651.20 Milwaukee, WI 53224 Total: $549,905.55 Westphal & Company, Inc. Part A: $494,943.75 14 Marsh Ct. Part B: $112,771.00 Madison, WI 53718 Total: $607,714.75 Anticipated Project Costs: Contract $519,679.73 Less change order #1 – eliminate dowtown welcome sign -$50,000.00 Engineering & Contingency (5%) $25,320.27 Sub Total $495,000.00 Project Funding: 2017 Note – TIF 36 $402,000.00 2017 Note – General Fund $93,000.00 Total $495,000.00 C2017-10 Structure Rehabilitation / Replacement – Includes doing all the work necessary for replacement and/or rehabilitation of sanitary, storm, and water structures. The work will include improvements to approximately 135 structures with 75 of those being replaced. The work under this contract is associated with the City’s 2017 Street Rehabilitation Contract. All structure replacement-rehabilitation must be completed in a timely manner in advance of the street rehabilitation. There were five (5) prequalified plan holders. The contract estimate was $450,000. We opened four (4) 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, WI for a total bid amount of $421,450. The bids received are shown below: Bjoin Limestone, Inc. Total: $421,450.00 7308 Hwy 11 West Janesville, WI 53548 RT Fox Contractors, Inc. Total: $441,550.00 PO Box 331 Edgerton, WI 53534 E&N Hughes Co., Inc. Total: $476,713.00 PO Box 408 Monroe, WI 53566 Maddrell Excavating LLC Total: $489,100.00 W6886 State Hwy 11 Monroe, WI 53566 5 Anticipated Project Costs: Contract $421,450.00 Engineering & Contingency (8%) $33,550.00 Sub Total $455,000.00 Project Funding: 2017 Operating – WW Utility – Structure Replacement $157,500.00 2017 Operating – SW Utility – Structure Replacement $266,500.00 2017 Note – Water Utility – Structure Replacement $31,000.00 Total $455,000.00 C2017-11 Shingle Roof Replacement – Includes doing all the work necessary to complete Shingle Roof Replacements on two City of Janesville Facilities. The first facility is Dawson Softball Multipurpose building. This is a one layer tear off and replace. Second is Blackhawk Golf Course’s Clubhouse. This is a one layer tear off and replace. The last facility is Fire Station #4. This is a two layer tear off and replace. In addition there will be removal and frame in of a skylight, new fascia, and soffit. There were seven (7) prequalified plan holders. The contract estimate was $65,000. We opened five (5) bids for this project, but one of those did not include the bid form, with Midwest Roofing and Construction, LLC providing the low bid. The Engineering Division is recommending award of this contract to Midwest Roofing and Construction, LLC of Dodgeville, WI for a total bid amount of $41,430.00. The bids received are shown below: Midwest Roofing and Construction, LLC Total: $41,430.00 4949 Cty YZ Dodgeville, WI 53533 Corporate Contractors, Inc. Total: $53,750.00 655 Third St. Beloit, WI Sterling Commercial Roofing, Inc. Total: $72,750.00 2711 Locust St. Sterling, IL 61081 C.P.R. Roofing, Inc. Total: $83,900.00 3235 Dartmouth Dr. Rockford, IL 61105 Right Choice Roofing, Inc. Total: No Bid Form Submitted 29208 Plank Rd. Burlington, IL 53105 Anticipated Project Costs: Contract $41,430.00 Engineering & Contingency (13%) $5,570.00 6 Sub Total $47,000.00 Project Funding: 2017 Note – General Fund $47,000.00 Total $47,000.00 Options • Approve City recommendation to award contracts C2017-7, C2017-8, C2017-9, C2017-10 and C2017-11. • The Council could choose not to award one or any of contracts. Analysis Included in the ‘Background’ section. Conclusions This contract supports tasks listed in the 2017-2021 Strategic Plan. Restated City Recommendation The City’s recommended course of action is to award contracts C2017-7 Street Rehabilitation, C2017-8 Water & Sewer System Improvements II, C2017-9 Street Lighting Improvements, C2017-10 Structure Rehabilitation / Replacement, and C2017-11 Shingle Roof Replacement to the low bidders and express the intent to borrow funds as outlined in the memo. cc: Mark Freitag, City Manager Maxwell Gagin, Assistant to the City Manager Paul Woodard, Director of Public Works