ENGINEERING MEMORANDUM

Similar documents
ENGINEERING MEMORANDUM

DEPARTMENT OF PUBLIC WORKS MEMORANDUM

DOCUMENT ADDENDA AND MODIFICATIONS


CITY OF ALBANY Public Works Department ADDENDUM #1 ST , MAIN STREET REHABILITATION

ADDENDUM NO. 1 FOR ROADWAY RECONSTRUCTION RFP # June 7, 2016

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

CITY OF ALBANY Public Works Department ADDENDUM #1 ST CROCKER LANE RECONSTRUCTION

Table of Contents for Guide Specifications

CHAPTER 20 PUBLIC IMPROVEMENTS OPINION OF COSTS TABLE OF CONTENTS

COMMUNITY PLAZA WAY ASPHALT PAVEMENT OVERLAY ADDENDUM NO.1 UPPER SKAGIT INDIAN TRIBE PAGE 1

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

SECTION GENERAL EXCAVATION

DECEMBER 5, 2017 AT 2:00 P.M. (EASTERN TIME) (Estimated Cost: $5,000,000) Bids

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

YES, we received Addendum No. 1

TRANSPORTATION HEAVY HIGHWAY ADOT I-10 WIDENING (PINAL AIR PARK TO PICACHO PEAK TRAFFIC INTERCHANGE) RED ROCK, ARIZONA

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

:00 PM CST. McDonald Construction Inc of Slidell $1,002, Magee Excavation & Development LLC $1,

T. P. Concrete, Inc. Wood Sewer & Excavating, Inc. 589 CY , , , SF

(D) Surface Slope Bituminous patch in front of the truncated domes must not exceed 5% measured perpendicular to the flow line or edge of roadway.

E. GILMAN STREET, N. PINCKNEY STREET, AND N. BUTLER STREET RESURFACING WITH UTILITIES ASSESSMENT DISTRICT CONTRACT NO DATE: 9/22/17

City of Kettering. Bid Tabulations SWR PROJECT. Description: 2017 Sidewalk, Curb and Drive Approach Repair Account # PO#

Division IV Section 4100 Measurement and Payment PUBLIC WORKS DEPARTMENT

10:00 AM, Wednesday, May 6, Peters Creek Sanitary Sewer Rehabilitation Project

Department of Street Services

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

CITY OF TACOMA Department of Public Utilities Tacoma Power

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

SECTION STORM DRAIN REHABILITATION. 1. Protection of environment; Section O Trench excavation, backfill, and compaction; Section

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

YES, we received Addendum No. 1

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 04/03/17 Comp. Dt: 10/06/17

Index to Technical Specifications

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

LAGRANGE TOWNSHIP 353 South center street p.o. box 565 lagrange ohio 44050


ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

SECTION RIGHT-OF-WAY DAMAGE REPAIRS PART 1 - GENERAL PART 2 - MATERIALS AND METHODS

ST. TAMMANY PARISH PATRICIA P. BRISTER PARISH PRESIDENT

STANDARD DETAIL SPECIFICATIONS FOR STREET CONSTRUCTION, WALKWAYS, AND PAVEMENT RESTORATION CITY OF EDEN PRAIRIE, MINNESOTA INDEX

CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS SECTION 00005B TABLE OF CONTENTS ***CITY OF FRIENDSWOOD TECHNICAL SPECIFICATIONS***

SECTION 13 - EXISTING FACILITIES TABLE OF CONTENTS

Bruce Powers, Park Analyst / Project Manager Parks & Recreation Department

CHAPTER 2. Restricted Residential ½ Street** Design Speed 25 MPH 25 MPH 25 MPH 25 MPH 40 MPH 50 MPH 55 MPH

County of Sacramento Standard Construction Specifications January 1, 2008 TECHNICAL PROVISIONS

SECTION 1500 REMOVALS

ADDENDUM. DATE: 10/12/15 BROADWAY CROSSWALKS IMPROVEMENT PROJECT CONTRACT No: BID DATE: 10/27/15 ADDENDUM No: 1

SECTION SITE PREPARATION. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

Addendum No. 1 Page 1 of 2

November 29, CITY OF PLANT CITY Purchasing Division (813)

Project Type: Drainage and Storm Systems

CITY OF FARGO SPECIFICATIONS REMOVALS

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

CITY OF FARGO SPECIFICATIONS REMOVALS

Construction Cost Estimation Preparation Manual for Preliminary Design (English Units)

MERCED COUNTY CAMPUS PARKWAY SEGMENT 2

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

PERMEABLE INTERLOCKING PAVERS

Dodge City s, General Information For Driveway/Sidewalk Permits, Utility Permits.

1.00 LS $150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150, $ 150,000.

DESIGN STANDARDS. Division 02 Existing Conditions- Site Work. General

CITY OF TACOMA Department of Public Utilities - Water Division

ADDENDUM NO. 1. BVCAP Laurel Hill Residential Site Improvements Pawtucket, RI. March 18, 2016 PREPARED BY:

2. SECTION MEASUREMENT AND PAYMENT:

study for 2018 include:

REGIONAL CONSTRUCTION STANDARDS

BID FORM. Alt. Bid: Additional extension of proposed taxiway from STA: to TW F/G intersection, approximately 1,095 feet.

Current Construction Projects in Progress. Thru January 31, 2016

ADDENDUM NO. 1 CITY OF SOUTH PORTLAND, MAINE WATERMAN DRIVE PARKING IMPROVEMENTS BID # August 21, 2014 PREPARED BY:

2018 Utility & Street Reconstruction

ADDENDUM NO. 1 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2017-Tender Capital Works

M I N N E S O T A D O T BID TABULATION SUMMARY JOB PAGE 1 ON 03/16/94 MINNESOTA PROJECT NO.S: STP 5822(002)

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

PAULDING COLLEGE & CAREER ACADEMY

Maine Turnpike Authority

Statement of Quantities

CITY OF SOUTH LAKE TAHOE APPLICATION FOR ENCROACHMENT, EXCAVATION and GRADING WITHIN THE CITY RIGHT OF WAY

GENERAL NOTES ROADWAY CONSTRUCTION RD0001-1A ISSUED:2017 REVISED: --

New Jersey Department of Transportation DATE : 05/17/12 PAGE : TABULATION OF BIDS

Construction Specification for General Excavation

Revision 1 Dated October 2, UNIT PRICE BID SCHEDULE SCHEDULE OF PRICES FOR THE CONSTRUCTION OF THE:

MONROE STREET CONTRACT NO DATE: 12/21/17

Amendments to the January 2016 Design Criteria Manual & Supplementary Master Municipal Construction Documents

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

The developer/contractor shall be responsible for replacing all fences which must be disturbed for the installation of sanitary sewer or water lines.

CONSTRUCTION PLAN CHECKLIST

ADDENDUM NO. 2 TO THE TENDER DOCUMENTS FOR THE CORPORATION OF THE CITY OF PENTICTON 2015 Capital Works 2015-Tender-02

DOCUMENT ADDENDUM No. 2

North Harris County Regional Water Authority TABLE OF CONTENTS. CONTRACT DOCUMENTS Section No. Title

SECTION 12 STANDARDS FOR CONSTRUCTION PLANS AND SPECIFICATIONS

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

SUMMARY OF PUBLIC WORK STANDARD SPECIFICATION REVISIONS 2011 ADOPTED?????

2015 Financial Assurance (Basic form) 3/17/2015 Estimate Form

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

Transcription:

ENGINEERING MEMORANDUM April 10, 2017 TO: FROM: City Council Mike Payne, City Engineer SUBJECT: Consideration and action to award contract for Bid Schedule C - 2017: C2017-12 Landfill Paving Improvements C2017-13 E. Milwaukee Street Rehabilitation C2017-14 Black Boiler Slag Chip Sealing C2017-15 Progress Drive Improvements C2017-16 Landfill Phase 3 Closure C2017-17 Ice Arena Dehumidification Improvements Relates to Strategic Plan Strategic Goal - Infrastructure These contracts support the City s efforts to maintain existing infrastructure. Executive Summary Bids for C2017-12 Landfill Paving Improvements, C2017-13 E. Milwaukee Street Rehabilitation, C2017-14 Black Boiler Slag Chip Sealing, C2017-15 Progress Drive Improvements, C2017-16 Landfill Phase 3 Closure, and C2017-17 Ice Arena Dehumidification Improvements 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 C2017-12 Landfill Paving Improvements, C2017-13 E. Milwaukee Street Rehabilitation, C2017-14 Black Boiler Slag Chip Sealing, C2017-15 Progress Drive Improvements, C2017-16 Landfill Phase 3 Closure, and C2017-17 Ice Arena Dehumidification Improvements to the low bidders and express the intent to borrow funds as outlined in the memo. Suggested Motion I move to award contracts C2017-12 Landfill Paving Improvements, C2017-13 E. Milwaukee Street Rehabilitation, C2017-14 Black Boiler Slag Chip Sealing, C2017-15 Progress Drive Improvements, C2017-16 Landfill Phase 3 Closure, and C2017-17 Ice Arena Dehumidification Improvements to the low bidders as described in the memo and to express the intent to include necessary funding in the 2017 Note Issue. 1

Background C2017-12 Landfill Paving Improvements Construction of an approximately 6810 S.Y. asphalt parking and roadway area, including new curb & gutter; curb & gutter removal and replacement; sidewalk removal and replacement; concrete wall repairs; approximately 340 S.Y. full depth concrete pavement removal and replacement; approximately 6810 S.Y. 2 inch milling; approximately 6810 S.Y 2 inch asphalt paving; grass terrace restoration; and miscellaneous construction items. There were six (6) prequalified plan holders. The contract estimate was $200,000. We opened three (3) bids for this project, with Rock Road Companies, Inc. providing the lowest bid. The Engineering Division is recommending award of this contract to Rock Road Companies, Inc. of Janesville, WI for a total bid amount of $189,867.30. The bids received are shown below: Rock Road Companies Inc. Total: $189,867.30 PO Box 1818 Janesville, WI 53547-1818 Frank Bros, Inc. Total: $222,361.70 2501 Morse Street Janesville, WI 53545 Parisi Construction Total: $249,934.30 508 S Nine Mound Road Verona, WI 53593 Contract $189,867.30 Engineering and Contingency (+/-8%) $15,132.70 Sub Total $205,000.00 2017 Note Sanitation Fund $205,000.00 Total $205,000.00 C2017-13 E. Milwaukee Street Rehabilitation Includes doing all the work for construction and completion of a Local Road Improvement Program (LRIP) project consisting of approximately 23 storm inlet repairs or replacements; 9,400 LF curb and gutter removal and replacement; 5 detector loop replacements; 30,230 SY asphalt pavement milling; 3,600 tons asphalt paving; 23,600 SF concrete driveway and sidewalk and median nose replacement; 12,000 LF epoxy pavement marking, traffic control, terrace restoration and miscellaneous construction. There were six (6) prequalified plan holders. The contract estimate was $1,130,000. 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 $889,177.36. The bid received is shown below: Rock Road Companies Inc. Total: $889,177.36 PO Box 1818 Janesville, WI 53547-1818 2

Contract $889,177.36 Engineering & Contingency (+/-10%) $91,822.64 Sub Total $981,000.00 2016 Note General Fund Street Improvements $652,500.00 2017 Note General Fund Assessable Sidewalk Replacement $26,500.00 WisDOT Local Road Improvement Program grant $302,000.00 Total $981,000.00 C2017-14 Black Boiler Slag Chip Sealing Includes doing all the work necessary for providing and placing approximately 27,000 square yards of crack filling/sealing and Black Boiler Slag Chip Sealing; 500 square feet of infrared asphalt pavement patching; 900 linear feet of crack leveling; 17,000 linear feet of various epoxy pavement markings; and incidental construction. There were two (2) prequalified plan holders. The contract estimate was $90,000. We opened two (2) bid for this project, with Scott Construction, Inc. providing the low bid. The Engineering Division is recommending award of the base bid to Scott Construction, Inc. of Lake Delton, WI for a total bid amount of $86,351.50. Alternate 1 substituted crushed granite aggregate in lieu of black boiler slag aggregate on the E. Rotamer Road portion of the project. Alternate 2 substituted crushed granite aggregate in lieu of black boiler slag aggregate on Northridge Drive. Neither Alternate is being recommended for award as part of the contract based on the desire of using black boiler slag. The bids received are shown below: Scott Construction, Inc. Total: $86,351.50 560 Munroe Avenue Alt 1: Add $1,675.00 Lake Delton, WI 53940 Alt 2: Add $640.00 Fahrner Asphalt Sealers, LLC Total: $104,099.00 316 Raemisch Road Alt 1: Deduct $1,360.00 Waunakee, WI 53597 Alt 2: Deduct $495.00 Contract $86,351.50 Engineering & Contingency (+/-10%) $8,648.50 Sub Total $95,000.00 2016 Note General Fund Street Improvements $95,000.00 Total $95,000.00 C2017-15 Progress Drive Improvements Includes doing all the work necessary for furnishing all the labor, materials, equipment, and doing all the work necessary for the construction and completion of a new right-in/right-out intersection on STH 11 at Progress Drive. In addition, a significant section of Progress Drive and Venture Drive will be paved with the final asphalt surface layer. Construction quantities will include approximately 1,150 SY of concrete pavement; 1,140 LF of curb; 1,020 tons of asphalt pavement; miscellaneous storm sewer, erosion control, striping, signage, grading, restoration, and seeding. 3

There were eight (8) prequalified plan holders. The contract estimate was $335,000. We opened two (2) bids for this project, with Rock Road Companies providing the low bid. The Engineering Division is recommending award of this contract to Rock Road Companies, Inc. of Janesville, WI for a total bid amount of $249,049.39. The bids received are shown below: Rock Road Companies Inc. Total: $249,049.39 PO Box 1818 Janesville, WI 53547-1818 Parisi Construction 508 S Nine Mound Road Total: $291,328.65 Verona, WI 53593 Contract $249,049.39 Consultant (Design Services) $43,620.00 Engineering & Contingency (+/-10%) $24,330.61 Sub Total $317,000.00 2017 Note TID 22 $317,000.00 Total $317,000.00 C2017-16 Landfill Phase 3 Closure Includes doing all the work necessary for the construction and completion of a landfill cap to include: grading layer filling for cell; 2-foot thick compacted clay liner or soil barrier layer with GCL; 40-mil geomembrane liner; drainage layer; filter fabric layer; rooting zone layer; topsoil layer; gas system piping and wells; storm water drainage; site restoration; and incidentals for Landfill Phase 3 Closure. There were nine (9) prequalified plan holders. The contract estimate was $1,100,000. We opened three (3) bids for this project, with Frank Silha & Sons Excavating, Inc. providing the low bid. The Engineering Division is recommending award of this contract to Frank Silha & Sons Excavating, Inc. of Janesville, WI for a total bid plus Alternate A amount of $1,121,360.74. Alternate A includes hauling, placing and compacting clay from the City stockpile as part of the two foot thick clay cap for Landfill Phase 3. Alternate B1 includes hauling, placing and compacting a two foot thick soil barrier layer from a City stockpile as part of the cap for Landfill Phase 3. Alternate B2 includes providing and installing a geosynthetic clay liner over the soil barrier layer described in alternate bid item B1. In order for the contract to comply with WDNR requirements, either alternate A or alternates B1 and B2 need to be awarded in addition to the base bid. The bids received are shown below: Frank Silha & Sons Excavating, Inc. Total: $981,915.44 348 Hwy 14 East Alt A: $134,445.30 Janesville, WI 53546 Alt B-1: $298,070.85 Alt B-2: $129,792.00 Veit & Company, Inc. Total: $1,382,953.50 2445 S 179 th St Alt A: $101,590.50 New Berlin, WI 53146 Alt B-1: $356,647.50 Alt B-2: $148,720.00 4

Super Western, Inc. Total: $1,402,654.20 N60 W14224 Kaul Ave. Alt A: $157,789.50 Menomonee Falls, WI 53051 Alt B-1: $540,375.00 Alt B-2: $108,160.00 Contract Base Bid plus Alternate A $1,116,360.74 Consultant (Design and Construction Management) $170,000.00 Engineering & Contingency (+/-5%) $55,639.26 Sub Total $1,342,000.00 2017 Note Sanitation Fund $1,342,000.00 Total $1,342,000.00 C2017-17 Ice Arena Dehumidification Improvements Includes doing all the work necessary for the construction and completion of of dehumidification system upgrade. Work includes removal of existing HVAC equipment, fencing, and concrete equipment pads; storm sewer modifications; modular block retaining wall; dehumidification system components and related ductwork, piping, insulation, and electrical; masonry wall modifications; concrete flatwork; interior wall framing and finishes; cleaning and painting of interior walls; landscaping and site restoration. There were three (3) prequalified plan holders. The contract estimate was $725,000. We opened three (3) bids for this project, with Gilbank Construction Company providing the low bid. The Engineering Division is recommending award of the base bid to Gilbank Construction Company of Clinton, WI for a total bid amount of $659,000.00. Alternate 1 includes excavating exposed limestone in the interior northeast corner of the Ice Arena and filing the area with a concrete slab. Alternate 1 is not recommended for award based on the cost and the project budget. The bids received are shown below: Gilbank Construction Co. Total: $659,000.00 PO Box 718 Alt 1: $9,000.00 301 Scot Drive Clinton, WI 53525 Magill Construction Co., Inc. Total: $699,801.00 977 Koopman Lane Alt 1: $12,935.00 Elkhorn, WI 53121 Klobucar Construction Co., Inc. Total: $815,900.00 3140 East County Road S Alt 1: $31,000.00 Beloit, WI 53511 Contract $659,000.00 Consultant (Design and Limited Inspection Services) $65,000.00 Engineering & Contingency (+/-5%) $31,000.00 Sub Total $755,000.00 5

2017 Note General Fund $755,000.00 Total $755,000.00 Options Approve City recommendation to award contracts C2017-12, C2017-13, C2017-14, C2017-15, 2017-16 and C2017-17. The Council could choose not to award one or any of the contracts. Analysis 2017 Note Issue If the City were to award all contracts for Bid Schedule C 2017 as recommended, the property tax impact for the average assessed home of $121,400 is $2.59 per year for the next ten years. Additionally, the table below shows the property tax impact of projects the City Council has already committed or is considering to fund in the 2017 Note Issue: 2017 Note Issue 2017 NOTES ISSUE IMPACT - GENERAL FUND Debt Service Payment Amount Borrowed Avg. Payment Per Year Conclusions These contracts support tasks listed in the 2017-2021 Strategic Plan. Avg. Assessed Home Tax Impact Per Year Retirement of Prior Debt $ - $ (465,136) $ (14.17) Lifespan (10 Years) Public Works Bid Schedule "F" 660,000 74,388 2.27 22.67 Public Works Bid Schedule "A" 2,263,000 255,059 7.77 77.73 Public Works Bid Schedule "B" 2,186,000 246,381 7.51 75.08 Fire Apparatus 525,000 59,172 1.80 18.03 Public Works Bid Schedule "C" 755,000 85,095 2.59 25.93 2017 Note Issue Impact $ 6,389,000 $ 254,958 $ 7.77 $ 219.44 2016 Note Issue Impact $ 7,802,000 $ 832,829 $ 25.38 $ 253.79 Assumptions: Assessed Value 3,983,754,330 Avg. Assessed Home 121,400 Projected Interest Rate (2017) 2.50% Restated City Recommendation The City s recommended course of action is to award contracts C2017-12 Landfill Paving Improvements, C2017-13 E. Milwaukee Street Rehabilitation, C2017-14 Black Boiler Slag Chip Sealing, C2017-15 Progress Drive Improvements, C2017-16 Landfill Phase 3 Closure, and C2017-17 Ice Arena Dehumidification Improvements 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 6