Loading...
Bid Schedule D Award Memo1 ENGINEERING MEMORANDUM May 8, 2017 TO: City Council FROM: Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule “D” - 2017: C2017-18 Kells Way Street and Utility Improvements C2017-19 West Side Town Square Improvements I C2017-20 Storm Sewer Construction Relates to Strategic Plan Strategic Goal - Infrastructure These contracts support the City’s efforts to maintain existing infrastructure. Executive Summary Bids for C2017-18 Kells Way Street and Utility Improvements, C2017-19 West Side Town Square Improvements I, and C2017-20 Storm Sewer Construction, - were opened on Wednesday, March 29, 2017. Each low bid was found to be responsive and acceptable. City Recommendation The City’s recommended course of action is to award contracts C2017-18 Kells Way Street and Utility Improvements, C2017-19 West Side Town Square Improvements I, and C2017-20 Storm Sewer Construction, to the low bidders and express the intent to borrow funds as outlined in the memo. Suggested Motion I move to award contracts C2017-18 Kells Way Street and Utility Improvements, C2017-19 West Side Town Square Improvements I, and C2017-20 Storm Sewer Construction, to the low bidders as described in the memo and to express the intent to include necessary funding in the 2017 Note Issue. Background C2017-18 Kells Way Street and Utility Improvements – Includes doing all the work necessary for the construction of 300 foot section Kells Way, and consisting of approximately 90 LF of 12”-18” diameter storm sewer, 300 LF of 8” diameter sanitary sewer, 300 LF of 6” diameter water main, 385 LF of sanitary sewer and water laterals, 600 TN of limestone base; 600 LF of curb; 160 tons of asphalt pavement; miscellaneous storm and sanitary structures, erosion control, striping, signage, grading, restoration, and seeding. 2 There were nine (9) prequalified plan holders. The contract estimate was $125,000. 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. of Edgerton, WI for a total bid amount of $128,275.00. The bids received are shown below: R.T. Fox Contractors, Inc. Total: $128,275.00 PO Box 331 Edgerton, WI 53534 Townsend Construction, Inc. Total: $134,710.00 PO Box 308 Darien, WI 53114 Rock Road Companies, Inc. Total: $139,708.07 PO Box 1818 Janesville, WI 53547-1818 Maddrell Excavating, LLC Total: $144,075.00 N3371 West 3rd Avenue Brodhead, WI 53520 Anticipated Project Costs: Contract $128,275.00 Contingency (+/- 5%) $6,415.00 Engineering (+/- 9.5%) $12,310.00 Sub Total $147,000.00 Project Funding: Payment by Brad Rein prior to award of contract* $137,034.00 Storm Water Assessment Fund $9,966.00 Total $147,000.00 *additional $2,970 previously paid to City for design C2017-19 West Side Town Square Improvements I – Includes doing all the work necessary for the construction/installation of approximately 7,500 square feet of colored and standard concrete sidewalk; 260 linear feet of cast-in-place reinforced concrete wall; 470 linear feet of precast modular concrete block; 3,800 square feet of cast stone pavers; 140 linear feet of storm sewer with structures; 280 linear feet of cable railing; 1,000 linear feet of electrical conduit; 3,000 linear feet of electrical wiring; various light fixtures; 560 square feet floating dock and gangway; 1,000 square feet precast concrete wall cap; 900 cubic feet stacked dimensional stone; various seating and recreational furnishings; landscaping and lawn restoration; and incidental construction. There were six (6) prequalified plan holders. The consultant contract estimate was $1,025,000. We opened one (1) bid for this project, with Gilbank Construction, Inc. providing the sole bid. The Engineering Division is recommending award of this contract to Gilbank Construction, Inc. of Clinton, WI for a total bid amount of $1,107,544.00. 3 The bid received is shown below: Gilbank Construction, Inc. Total: $1,107,544.00 PO Box 718 Clinton,WI 53525 Anticipated Project Costs: Contract $1,107,544.00 Consulting $155,400.00 Engineering & Contingency (+/-11%) $122,056.00 Sub Total $1,385,000.00 Project Funding: 2017 Note – TID 33 $1,043,000.00 DNR Stewardship grant (50% match) $297,000.00 DNR Recreational Trails grant (50% match) $45,000.00 Total $1,385,000.00 C2017-20 Storm Sewer Construction – Includes doing all the work necessary for installation of approximately 1350 LF of 42” storm sewer. In addition the work includes adjustment of 6 sanitary manhole chimneys, import and placement of approximately 350 CY of suitable fill, minor clearing and grubbing, as well as the associated erosion control. There were eight (8) prequalified plan holders. The contract estimate was $160,000.00. We opened six (6) bid for this project, with R.T.Fox Contractors, Inc. providing the low bid. The Engineering Division is recommending award of the base bid to R.T. Fox Contractors, Inc. of Edgerton, WI for a total bid amount of $154,240.00. The bids received are shown below: R.T. Fox Contractors, Inc. Total: $154,240.00 PO Box 331 Edgerton, WI 53534 Townsend Construction, Inc. Total: $156,858.00 PO Box 308 Darien, WI 53114 Maddrell Excavating, LLC Total: $164,471.00 N3371 West 3rd Avenue Brodhead, WI 53520 Rock Road Companies, Inc. Total: $179,054.31 PO Box 1818 Janesville, WI 53547-1818 4 N-Trak Group, LLC Total: $198,655.90 5905 Material Avenue Loves Park, IL 61111 Landfill Drilling & Piping Specialists, LLC Total: $263,905.00 1001 Arboretum Drive Suite 3 Waunakee, WI 53597 Anticipated Project Costs: Contract $154,240.00 Engineering & Contingency (+/-10%) $15,760.00 Sub Total $170,000.00 Project Funding: Storm Water Assessment Fund $170,000.00 Total $170,000.00 Options • Approve City recommendation to award contracts C2017-18, C2017-19, and C2017-20. • The Council could choose not to award one or any of the contracts. Analysis Included in the ‘Background’ section. Conclusions These contracts support tasks listed in the 2017-2021 Strategic Plan. Restated City Recommendation The City’s recommended course of action is to award contracts C2017-18 Kells Way Street and Utility Improvements, C2017-19 West Side Town Square Improvements I, and C2017-20 Storm Sewer Construction, 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