Loading...
NMRMA River Centers Project Phase IIDubuque ~~, All-AmrriraCityP ~I 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager ®ATE: July 8, 2009 SUBJECT: National Mississippi River Museum and Aquarium Rivers Center Project -Phase II Iowa DOT No. EDP-2100 (652)--7Y-31 CIP No. 1001856 Sealed bids were received for the National Mississippi River Museum and Aquarium Rivers Center Project -Phase I1. City Engineer Gus Psihoyos recommends award of the selected construction contracts (No. 1, 2, 4, 5, 6, 7) associated with the Rivers Center Project -Phase II. A list of the selected construction contracts to be awarded are summarized as follows: Construction Contract No. 1 -General Construction Contractor Contract Amount JP Cullen & Sons, Inc. $2,209,703 (Including Alternates 1, 2, 4) No. 2 -Food Service No. 4 -Plumbing Systems No. 5 - HVAC Systems (Including Alternate 1) No. 6 -Geothermal Well Systems No. 7 -Electrical Systems (Including Alternates 1, 2, 4) Total of Selected Contracts Awarded Streich Equipment Co. Inc. $ 117,400 B.G. Brecke Inc. $ 299,507 Geisler Brothers Company $ 1,631,550 McClain Excavating Co. Inc. $ 285,838 Giese Sheet Metal Co. Inc. $ 817,320 1 1 I also concur with the recommendation to reject the contract bid proposal, Contract No. 3 -Fire Protection, associated with the Rivers Center Project -Phase II. With the removal of the Fire Protection contract, the DCHS Board of Directors has decided to not re-bid this portion of the project using federal funding. The DCHS will procure the Fire Protection work directly, using private DOHS funding. The remaining balance of the federal grant ($208,229) will be used as a contingency reserve to cover any potential change orders that might occur. The project ~niil! be funded by a federal grant in the amount of $4,289,054 (80%), with the remaining costs of $1,072,264 (20%) paid directly by the Dubuque County Historical Society. The City is the sponsor of the grant but will not contribute any funds to the project. I concur with the recommendation and respectfully respect Mayor and City Council approval. Michael C. Van Milligen -~°~ cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer ~. T~-~c ~z-rY or .._ ~. iI 1~~`~CIStG~?'~~tL'L'(? U~7 tr~~lE' .!'~~SS1SS?~2:7~7I TO: Michael C. Van Milligan, City Manager FROM: Gus Psihoyos, City Engineer DATE: July 8, 2009 SUBJECT: National Mississippi River Museum and Aquarium Rivers Center Project -Phase II Iowa DOT No. EDP-2100 (652)--7Y-31 CIP No. 1001856 INTRODUCTION Dubuque ~_i n pll ptlu rir,eG11Y ~l~/ 2007 The enclosed resolution authorizes the award of selected construction contracts and the rejection of one construction contract bid proposal associated with the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II. BACKGROUND The Dubuque County Historical Society (DCHS) and the City, as the local sponsor, secured a Federal Appropriation through SAFETEA-LU legislation in the amount of $5 million for the Museum -Rivers to the Sea Exhibit project. After federal obligation limitations are applied, the grant total is approximately $4,530,695. The project will be funded with 20% Dubuque County Historical Society funds and 80% federal funds up to the maximum grant amount. The City is the sponsor of the grant but will not contribute any funds to the project. To date, approximately $33,412 of these grant funds have been allocated for the National Mississippi River Museum and Aquarium Rivers Center Phase I -Roof Replacement Project (638) improvements. DISCUSSION This project will involve the adaptive reuse of the former Iowa Welcome Center and the Diamond Jo Portside building at the Port of Dubuque by the National Mississippi River Museum and Aquarium as part of the Phase II museum expansion and the creation of the Great Rivers Center and Rivers to the Sea Exhibit facility. This project consists of the remodeling of the existing building that was previously used for restaurant and office space for the Diamond Jo Casino. The building exterior will have minimal work done to it except for the west entrance and the second floor on the southwest corner of the building where a new theater is being added. Anew roof will be installed on the south two story section of the building. A salt water tank aquarium is being added that requires part of the existing floor structure to be removed and a new reinforced concrete floor system to be installed. Other structural modifications will also occur within the building. The majority of the building's existing mechanical and electrical systems will be replaced with new efficient systems. A new food service kitchen is planned that will serve a new dining area. Through discussions with museum staff, the museum's design consultant and construction manager and City staff, it was determined that the project would be more efficiently managed and would have the potential for more contractor participation if the project could be separated into multiple work division contracts. To achieve this, the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II was separated into seven (7) individual division contracts and four (4) alternate bid components. A description and brief work scope for each individual contract is summarized as follows: Contract No. 1 -General Construction: The scope of this contract includes demolition of existing structure and finishes, excavation and auger cast piles, cast-in-place concrete footings, beams, walls, slabs and topping slabs, precast concrete beams, masonry block and brick infill, structural steel fabrication and erection of columns, beams, stairs and decking, rough and finish carpentry, wood casework, hollow metal and wood doors and hardware, metal framing and gypsum board, waterproofing, TPO roofing, metal flashing, panels and shingles, glazing, mirrors and louvers, wall, ceiling and flooring finishes, counters, signage, toilet compartments and specialties, lockers, sun screens and existing elevator finishes. Contract No. 2 -Food Service: The scope of this contract encompasses arestaurant/bistro kitchen that will be capable of providing year round food and beverage service for museum visitors. It includes new kitchen equipment as well as removing and reinstalling existing equipment. Contract No. 3 -Fire Protection: The scope of this contract includes the removal of the existing sprinkler system and fire protection service and the installation of a new sprinkler system with a combination wet and dry pipe system (per NFPA 13). Contract No. 4 -Plumbing Systems: The scope of this contract includes the removal and replacement of the existing plumbing system to match the new floor plan, exhibit and life support systems per the 2006 International Plumbing Code Contract No. 5 - WVAC Systems: The scope of this contract includes the removal of the existing roof top air handling unit, furnaces, fans and all interior ductwork. A complete new high efficiency HVAC system will be installed. The main equipment in the new system will include; 8 water to water heat pumps; 2 roof top air handling units; 3 indoor air handling units; an enthalpy energy recovery unit; general exhaust fans and kitchen exhaust fans. Contract No. 6 -Geothermal Well Systems: The scope of this contract includes the installation of a new geothermal system that will service the new mechanical system in the museum facility. Contract No. ~ -Electrical Systems: The scope of this contract includes the removal and replacement of the existing electrical system. The new electrical system will be a 277/480V system with step down transformers to provide 120/208V service where required.' There will be a generator to provide backup power to the aquatic life support systems. The emergency lighting will be served from a central inverter system. There will be a new fire alarm system throughout the building. Lighting will be florescent with automatic controls. There will be new security and data/phone systems as well. Alternate No.1 -Perimeter Theater Build out: The scope of this alternate contract includes providing basic interior shell finishes for the theater. Alternate No. 2 -Theater Build out: The scope of this alternate contract includes the complete finish build out of the theater interior with a raised platform, lighting, equipment and sound treatment. Alternate No. 3 -Roof Top Lookout Enclosure: The base bid General Construction work does not include improvements to the existing roof top observation deck which is currently closed to the public. The scope of this alternate contract includes the renovation of the roof top observation deck by providing an aluminum glass curtain wall enclosure with metal soffit and stair replacement which will allow this area to be open for general public access. Alternate No. 4 -Sprayed-®n Soundproofing: Provide sprayed-on acoustical soundproofing for the theater build-out. BI® RESULTS Sealed bids were received on the project on July 2, 2009. The following is a summary of the bid proposals received for the multiple construction contract components: CONTRACT NO. 1 -GENERAL CONSTRUCTION Bidder Name Base Bid Alternate 1 Alternate 2 Alternate 3 Alternate 4 Bid Total (Base + Alt) JP Cullen & Sons, Inc. $2,063,503.00 $41,200.00 $ 57,700.00 $32,746.00 $ 47,300.00 $2,242,449.00 Hillebrand Construction, Inc. $2,529,970.00 $52,650.00 $ 96,120.00 $29,200.00 $135,355.00 $2,843,295.00 Howard Immel Inc. $2,612,000.00 $37,300.00 $ 86,500.00 $30,250.00 $117,100.00 $2,883,150.00 Miron Construction Co. Inc. $2,732,724.00 $36,459.00 $109,819.00 $31,142.00 $104,342.00 $3,014,486.00 CONTRACT NO. 2 -FOOD SERVICE Bidder Name Base Bid Bid Total Streich Equipment Co. Inc. $117,400.00 $117,400.00 Kavanaugh Restaurant Supply $120,177.00 $120,177.00 CONTRACT NO. 3 -FIRE PROTECTION Bidder Name Base Bid Alternate 1 Bid Total (Base + Alt) Ahern Fire Protection $201,607.00 $4,870.00 $206,477.00 Blackhawk Automatic Sprinkler $208,400.00 $4,800.00 $213,200.00 CONTRACT N0.4 -PLUMBING SYSTEMS Bidder Name Base Bid Bid Total B. G. Brecke Inc. $299,507.00 $299,507.00 MMC Mechanical Contractors $326,400.00 $326,400.00 Modern Piping, Inc. $342,500.00 $342,500.00 CONTRACT NO. 5 - HVAC SYSTEMS Bidder Name Base Bid Alternate 1 Bid Total (Base + Alt) Geisler Brothers Company $1,609,800.00 $21,750.00 $1,631,550.00 Giese Sheet Metal Co. Inc. $1,691,600.00 $18,400.00 $1,710,000.00 Advantage Sheet Metal $1,680,500.00 $34,305.00 $1,714,805.00 Mechanicallnc. $1,995,000.00 $27,335.00 $2,022,335.00 CONTRACT NO. 6 -GEOTHERMAL WELL SYSTEMS Bidder Name Base Bid Bid Total McClain Excavating Co. Inc. $285,838.00 $285,838.00 Modern Piping, Inc. $362,000.00 $362,000.00 CONTRACT NO. 7 -ELECTRICAL SYSTEMS Bidder Name Base Bid Alternate 1 Alternate 2 Alternate 3 Bid Total (Base + Alt) Giese Sheet Metal Co. Inc. $744,338.00 $46,687.00 $26,295.00 $1,496.00 $818,816.00 Westphal & Company, Inc. $769,206.63 $33,698.02 $22,784.85 $ 352.88 $826,042.38 ®ISCUSSI~N Upon receipt of the bid proposals, City staff reviewed the bid submittals to ensure compliance with the contract documents and the federal aid requirements for locally public bid projects., l"he bid results were tabulated and presented before the Dubuque County Historical Society (DCHS) Board of Directors and executive staff. The DOHS Board of Directors and staff, with its architectural -engineering design consultant, Durrant, there construction manager, Conlon Construction Inc., along with City staff reviewed the multiple construction bid proposals. The recommendation of the DCHS Board of Directors is to award the selected construction contracts (No. 1, 2, 4, 5, 6, 7) and to reject one construction contract (No. 3) bid component. The DCHS Board of Directors also approved proceeding with the Alternate Bids No. 1, 2 and 4 while deferring to proceed with Alternate Bids No. 3. Since this is a federal-aid funded project, the City was required to submit the bid documents to the Iowa Department of Transportation (Iowa DOT) for concurrence. The City contacted the Iowa DOT and have received verbal approval and authorization to proceed with awarding the selected construction contracts and rejecting one construction bid component. RECOMMENDATION I concur with the recommendation of the Dubuque County Historical Society Board of Directors and recommend the award of the selected construction contracts with the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II. A list of the selected construction contracts to be awarded are summarized as follows: Construction Contract No. 1 -General Construction Contractor Contract Amount JP Cullen & Sons, Inc. $2,209,703 (Including Alternates 1, 2, 4) No. 2 -Food Service No. 4 -Plumbing Systems No. 5 - HVAC Systems (Including Alternate 1) No. 6 -Geothermal Well Systems No. 7 -Electrical Systems (Including Alternates 1, 2, 4) Total of Selected Contracts Awarded Streich Equipment Co. Inc. $ 117,400 B.G. Brecke Inc. $ 299,507 Geisler Brothers Company $ 1,631,550 McClain Excavating Co. Inc. $ 285,838 Giese Sheet Metal Co. Inc. $ 817,320 1 1 I also concur with the recommendation of the DOHS Board of Directors to reject the contract bid proposal, Contract No. 3 -Fire Protection, associated with the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II. With the removal of the Fire Protection contract, the DCHS Board of Directors has decided to not re-bid this portion of the project using federal funding. The DCHS will procure the Fire Protection work directly, using private DCHS funding. The remaining balance of the federal grant ($208,229) will be used as a contingency reserve to cover any potential change orders that might occur. ~U®GETIMPACT The project funding summary is as follows: CIP No. Fund ®escription Fund Amount 1001856 Rivers to the Sea Exhibit Grant (EDP-2100 (652)--7Y-31) $4,289,054 Dubuque County Historical Society 1,072,264 Total Project Funding ~ 'I 1 To date, approximately X33,412 of these grant funds have been allocated for the National Mississippi River Museum and Aquarium Rivers Center Phase I -Roof Replacement Project (638) improvements, leaving a balance of approximately X4,497,283. ~4C1°ION °f® BE T~4KEN The City Council is requested to adopt the attached resolutions awarding the selected construction contracts (No. 1, 2, 4, 5, 6, 7) and rejecting one construction contract (No. 3) bid proposal associated with the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II, subject to the formal approval of the Iowa Department of Transportation. Prepared by Robert Schiesl, P.E., Assistant City Engineer cc: Gus Psihoyos, City Engineer Jenny Larson, Budget Director Craig Markley, Iowa DOT Troy Siefert, Iowa DOT Jerry Enzler, Dubuque County Historical Society Alan Stache, Dubuque County Historical Society Gary Schulte, Durrant Paul Kalb, Conlon Construction National Mississippi River Museum & Aquarium Project Number: EDP-2100 (652)--7Y-31 Rivers Center Project -Phase II Local Letting Date: July 2, 2009 ic9 Tabula4i®rt Stet~ary City /County: City of Dubuque rnniT®nrT ~ q _l~C~tG!?e1 r'nAICTRI IrtTInAI- Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Bidder Name Base Bid Amount Alternate Bid No. 1 perimeter Theater Buildout Alternate Bid No. 2 Theater Buildout Alternate Bid No. 3 Roof Top Lookout Enclosure Alternate Bid No. 4 Sprayed-on Soundproofing Bid Total Base + Alternates JP Cullen & Sons, Inc. $2,063,503.00 $41,200.00 $57,700.00 $32,746.00 $47,300.00 $2,242,449.00 Hillenbrand Construction, Inc. $2,529,970.00 $52,650.00 $96,120.00 $29,200.00 $135,355.00 $2,843,295.00 Howard Immel Inc. $2,612,000.00 $37,300.00 $86,500,00 $30,250.00 $117,100.00 $2,883,150.00 Miron Construction Co. Inc. $2,732,724.00 $36,459.00 $109,819.00 $31,142.00 $104,342.00 $3,014,486.00 CONTRACT # 2 -FOOD SERVICE Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Bidder Name Base Bid Bid Total Amount Base + Alternates Streich Equpiment Co. Inc. $117,400.00 $117,400.00 Kavanaugh Restaurant Supply, Inc. $120,177.00 $120,177.00 CONTRACT #3 -FIRE PROTECTION Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Alternate Bid No. 1 Bidder Name Base Bid perimeter Theater Bid Total Amount Buildout Base + Alternates Ahern Fire Protection $201,607.00 $4,870.00 $206,477.00 Blackhawk Automatic Sprinker $208,400.00 $4,800.00 $213,200.00 CONTRACT #4 -PLUMBING SYSTEMS Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Bidder Name Base Bid Bid Total Amount Base + Alternates B. G. Brecke Inc. $299,507.00 $299,507.00 MMC Mechanical Contractors, Inc. $326,400.00 $326,400.00 Modern Piping, Inc. $342,500.00 $342,500.00 National Mississippi River Museum & Aquarium Project Number: EDP-2100 (652)--7Y-31 Rivers Center Project -Phase () Local Letting Date: July 2, 2009 id °I°abulati®n Sumarl~f City /County: City of Dubuque CONTRACT #5 - HVAC SYSTEMS Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Alternate Bid No. 1 Bidder Name Base Bid perimeter Theater Bid Total Amount Buildout Base + Alternates Geisler Brothers Company $1,609,800,00 $21,750.00 $1,631,550.00 Giese Sheet Metal Co. Inc, $1,691,600.00 $18,400.00 $1,710,000.00 Advantage Sheet Metal $1,680,500.00 $34,305.00 $1,714,805.00 Mechanicallnc. $1,995,000.00 $27,335.00 $2,022,335.00 CONTRACT #6 -GEOTHERMAL WELL SYSTEMS Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Bidder Name Base Bid Bid Total Amount Base + Alternates McClain Excavating Co. Inc. $285,838.00 $285,838.00 Modern Piping, Inc. $362,000.00 $362,000.00 CONTRACT #7 -ELECTRICAL SYSTEMS Bid Form 1A (Form 740384 -Bidding Proposal, Schedule of Prices) Alternate Bid No. 1 Alternate Bid No. 2 Alternate Bid No. 3 Bidder Name Base Bid perimeter Theater- Theater Buildout Roof Top Lookout Bid Total Amount Buildout Enclosure Base + Alternates Giese Sheet Metal Co. Inc. $744,338.00 $46,687.00 $26,295.00 $1,496.00 $818,816.00 Electrical Division Westphal & Company, Inc. $769,206.63 $33,698.02 $22,784.85 $352.88 $826,042.38 RESOLUTION NO. 237-09 REJECTIN BID PROPOSALS FOR CONTRACT NO. 3 -- FIRE PROTECTION FOR THE NATIONAL MISSISSIPPI RIVER MUSEUM AND ACQUARIUM RIVERS CENTER PROJECT -- PHASE II (IOWA DOT NO. EDP-2100 (652)--7Y-31) Whereas, sealed proposals have been submitted by contractors for the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II (the Project) pursuant to Resolution No. and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 5t" day of June, 2009; and Whereas, the sealed proposals were opened and read on the 2"d day of July, 2009. NOW THEREFORE, BE IT RESOLVED ~Y THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. All of the bid proposals for Contract No. 3 -Fire Protection received for the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II are hereby rejected. Section 2. The City Treasurer is authorized and instructed to return the bid deposits of the unsuccessful bidders for Contract No. 3 -Fire Protection. Passed, adopted and approved this 9th day of July , 2009. Roy D. Buol, Mayor Attest: / . Janne F. Schneider, CMC, City Clerk RESOLUTION NO. 236-09 AWARDING PUBLIC IMPROVEMENT CONTRAQCTS FOR THE NATIONAL MISSISSIPPI RIVER MUSEUM AND AQUARIUM RIVERS CENTER PROJECT - PHASE II (IOWA DOT NO. EDP-2100 (652)--7Y-31) Whereas, sealed proposals have been submitted by contractors for the National Mississippi River Museum and Aquarium Rivers Center Project -Phase II (the Project) pursuant to Resolution No. and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 5t" day of June, 2009. Whereas, said sealed proposals were opened and read on the 2nd day of July, 2009 and it has been determined that the bid of the following contractors in the amounts specified were the lowest responsive, responsible bids for performing the work as provided in the plans and specifications. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: 1. That a Public Improvement Contract for Project Contract No. 1 -General Construction is hereby awarded to JP Cullen & Sons, Inc. in the amount of $2,209,703 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 2. That a Public Improvement Contract for Project Contract No. 2 -Food Service is hereby awarded to Streich Equipment Co. Inc. in the amount of $117,400 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 3. That a Public Improvement Contract for Project Contract No. 4 -Plumbing Systems is hereby awarded to B.G. Brecke Inc. in the amount of $299,507 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 4. That a Public Improvement Contract for Project Contract No. 5 - HVAC Systems is hereby awarded to Geisler Brothers Company in the amount of $1,631,550 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 5. That a Public Improvement Contract for Project Contract No. 6 -Geothermal Well Systems is hereby awarded to McClain Excavating Co. Inc. in the amount of $285,838 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 6. That a Public Improvement Contract for Project Contract No. 7 -Electrical Systems is hereby awarded to Giese Sheet Metal Co. Inc, Electrical Division, in the amount of $817,320 and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. 7. The award of the Public Improvement Contracts for this Project are contingent upon the formal approval of the Iowa Department of Transportation. Passed, approved and adopted this Qtn day of July 2009. ~~ Roy D. Buol, Mayor Attest: _~<`~`'- ~' eanne F. Schneider, CMC, City Clerk