Loading...
HomeMy WebLinkAbout13. 13-335 JULY 9, 2013 13-335 RESOLUTION (CARRIED__7-0_____ LOST _______ LAID OVER _______ WITHDRAWN _______) PURPOSE: AWARD BID FOR PUBLIC WORKS CONTRACT NO. 13-08 TO MIRON CONSTRUCTION COMPANY, INC. FOR THE PUBLIC WORKS FIELD OPERATIONS FACILITY ($14,052,771) INITIATED BY: DEPARTMENT OF PUBLIC WORKS WHEREAS, the City of Oshkosh has heretofore advertised for bids for the construction of the Public Works Field Operations Facility; and WHEREAS, upon the opening and tabulation of bids, it appears that the following is the most advantageous bid: MIRON CONSTRUCTION COMPANY, INC. 1471 McMahon Drive Neenah, WI 54956 Base Bid: $13,090,000 Minus Portable Lifts: -62,394 Minus Landscaping: -88,564 Alternate Bid #3: +273,716 Alternate Bid #5: +41,556 Alternate Bid #6: +33,946 Alternate Bid #9: +9,677 Alternate Bid #10: +587,119 Alternate Bid #13: +22,405 Alternate Bid #14 (revised): +5,767 Alternate Bid #15: +139,563 Total: $14,052,771 NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that the said bid is hereby accepted and the proper City officials are hereby authorized and directed to enter into an appropriate agreement for the purpose of same, all according to plans, specifications, and bid on file. Money for this purpose is hereby appropriated from: Acct. No. 561-2010-1799-00000 Storm Water Utility – Construction Work in Progress 323-0450-7214-06926/06240 Property Improvement Fund – Central Garage (7) OJHKO/H ON THE WATER MEMORANDUM TO: City Manager, Honorable Mayor, and Members of the Common Council FROM: David C. Patek, Director of Public Works Ice DATE: July 2, 2013 RE: Award Bid for Public Works Contract No. 13-08 for the Public Works Field Operations Facility BACKGROUND In May of 2012, the Common Council approved hiring Kueny Architects to complete construction documents for the project to upgrade the Public Works Field Operations Facility located at 639 Witzel Avenue. Bids for the project were opened on April 30, 2013. Updates on the aesthetic and energy saving features of this project were given to the Plan Commission and the Sustainability Advisory Board. ANALYSIS Bids were received from six companies (see bid tabulation). The summary includes costs for seventeen alternate bids on this project. The low bidder on the project was Miron Construction from Neenah, Wisconsin. A maximum cost of $19.67M was originally estimated for this project. However, the amount that is currently allocated for the 2013-2014 time frame is limited to $15M. In addition to funding Contract No. 13-08, the current funding must also cover all expenses for land acquisition/business relocation, architectural fees, landfill tipping fees, gas/electric line relocations, environmental engineering, and the cleanup currently underway at the former School District property. Based on additional input from Miron Construction and the Finance Director, we recommend approval of the base bid and alternates as follows: Base Bid $13,090,000 $13,090,000 Delete Portable Lifts & Landscaping -$150,978 Alt 3 - Fuel Island $273,716 Alt 5 & 6 - Cranes $75,502 Alt 9 - Pressure Washer $9,677 Alt 10 - Special Foundations $587,119 Alt 13 - CNG Parks $22,405 Alt 14 - CNG Sanitation (fans only) $5,767 Alt 15 Storm Sewer $139,563 $1,113,749 Total Award Contract 13-08 $14,052,771 FISCAL IMPACT Funding for this project would be allocated from the 2013-2014 Capital Improvement Program (CIP). Additional funding would need to be allocated in the 2015 CIP to allow for completion of the separate equipment storage building (Alt 1), the salt storage building (Alt 2), and the site landscaping. The 2015 funding would also include installation of the wash bay equipment(Alt 4), fluid delivery system (Alt 7), and the portable lifts. The 2015 construction is estimated to be approximately $2.72M and will need to be re- bid as a separate contract. The 2013-2014 expenses plus the proposed 2015 construction correlates to a total project cost of$19.205M. RECOMMENDATIONS I recommend award to the low bidder, Miron Construction Co. Inc., in the amount of$14,052,771. I:\Engineering113-08 PW Field Ops Fac1Project_Information\CorrespondencelMemo113-08 Memo for Bid Award 7-2-13.docx ':.:3 O O O :i....3'7 O `O O O O ....3 f::::3 O 78 0 0 O O o 0000 tn o o o O -1.0 o � o oo".Cn O▪ ` r O r to r N M O- to O s to CO r CO€ CO N t$)- co- t() dd V' M CO N •f M CO, CO i-N CO CO M N M `Cr 0 M O co ix) Lo N SEA ER r? ERv`ER � 63 r 69 69 r r 69 s r 69 69 a ER ER a 69 61 ER 4 ER ER 'i1iIiii1iiiiiiiI o O 4O�O O OHO 'O0 000 0 0 0 O 00 0 0 '0 400 040 0' 0 0 0 0 0 0 0 O 0 0 0 ;9 0 0 0 4 0 0, 0 0'0 "O O 0 4 0 r 03'0 0 0 0 d O aU) in v o m- o �o N o v N Cr) N COCO O Z U)r. /CO tC) )4 0 of M CO' -U r CO CO'y Cl C) C) C) ,3 Nr G Co rr; d• M N, 69 64 a r to ,_EA 4 ft § 69. ER ER f: ,3 ER` ER 69 64 tR E 69 ,,%. ER ER�°y ER sa CO IliiiIIIiiHiiiiih o 'C 7 �°0 00; Oo o0 O O 0 0 0040$0 O O'" OO °o 00 00' 00 w 0 o 0 0 040 o o o4o o o o o o o�o 0,o co I CO Co 0 co= co N- CO CO n U7 In 0_ 0- M O CO �' N, 0 C) C`')4 M" CO- N'. N`. N M tt C)- n -D O Co ,- it, U) d' N ER: 63 4$r" ER 69 CO ER r> ER ER r ERR <f} M r t FR ER ER r ER %, ER ER ER m tE9', co . C0 0';010 '0 , c) o o 0 0 010 ;0 oo '0 ' 0 0 O O • o 8,`8'),',8 o ':0 O o o 0 O o 0 4 0 0 o O O +7., E O O< O °t[) N CO CV r- O O 0, o N' N r O CO (-6 CV 0 0 �' N' O - 0". to _ Nr In 't - a)co - M .. a) U) d C) Q U) o: U)" U)p N..69 ER�r: ER- 69' U) 69 69 63 r 69' 6. N rI < ER ER" ER-, 69 64 ER f13 9 I1. ,a; ~ 0 0 0 0" O 0. 0 0 0 01050 0, o 040, 040 N CU '_Q 0 0°. 0' 01 O 0 ,0 0 0 0 0r 0 0 .O 0" 0`�0` U) Y m ) O 0 0 O? 0 U) L - O U)^ U) N .Nr U) = M in r N C O �. In In N U): f� M CO -O r! M `i U) f0. CO Lo U) . N �''r' C)� ep M "CO to r -. O r's"N M Co M O O M �;4 N U) to r ER 49 r: ER ER CO' r, r ER ER 4 ER r CO Ci M 69 69 Ef3 69- 64 69, 69 `�69 ER C) .0 69" g O CO Om O O M" Co c CO l 0 N ' N- O IS O U) Ot�co C) N CO O 0 co — N. U)4$ co° N" - 0t- 0> 0 r CO tn. 0 O 0,- 0 'C) N.;' 0 U) Q) U) "CO r t N. 0 r v s�` r%U)' r CO t M • 0 ' ,7 N. N M CO r M 0 , 0) N er r' N "0 0 N ti r C) , CO' CO' N 1'0 CO CO ° ER' CO' to 'Cr N, M: � h 0 ',C) '. ct • CV (V- 4' ER'. r, - U) ER' ,-'.,. (09 (R69 ER k V N co r; ER ER 64 69- fl ER". r%,"�; EA CO r E9 , E' E<, M C • `s C _. C(6 U) U) C N �. CO- el , Z 0 W U $U) o o o C IY , y CO 03 C O 03 C0 ) N N C • Ea_ � �' u) rc � Y aa))� Um E v z z E cm o I ' 1 I / I e ' I , r '(3 -0 r N M'"� U). CO N-4 co C)'� r•� ' ,- �,� 4 O CI) O O O' 0 4$ O Oay O 6 O' O O t O O4 O O 6 O CCI, a) Z Z Zk Z Z " z z - Z Z Z Z Z Z Z Z Z'Z m m ¢ ¢ Q Q Q QIQ Q < a a a a 4.s a�¢ <