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(CARRIED__7-0_____ LOST _______ LAID OVER _______ WITHDRAWN _______)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�¢ <