Loading...
Manson Road Bridge ReconstructMEMORANDUM October 9, 2001 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager Manson Road Bridge Reconstruction Project Sealed bids were received for the Manson Road Bridge Reconstruction Project. Public Works Director, Mike Koch recommends award of the contract to the Iow bidder, Taylor Construction Inc., in the amount of $785,074.83, which is 3.6% over the engineer's estimate. The State of Iowa is paying 80% of the project costs and the City has the remaining funds available. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Michael A. Koch, Public Works Diector TO: FROM: SUBJECT: CITY OF DUBUQUE, IOWA MEMORANDUM October 9, 2001 Michael C. Van Milligen, City Manager Michael A. Koch, Public Works Director Manson Road Bridge Reconstruction Project INTRODUCTION The enclosed resolution provides for the award of the construction contract for the Manson Road Bridge Reconstruction Project. BACKGROUND The City has secured Federal Aid funding for the Manson Road Bridge reconstruction project from the Iowa Department of Transportation (IDOT) under the Highway Bridge Replacement and Rehabilitation Program (HBRR) in the amount of 80 percent (80%), with a maximum participation of 9850,000. The project includes the replacement of the current narrow bridge, which is geometrically and structurally obsolete and is currently posted at 12 tons, maximum loading. The bridge serves as the only way into the Manson Road area, including the Twin-T Mobile Home Park. IIW Engineers & Surveyors, P.C. was hired to provide professional engineering design services for the bridge reconstruction project. IIW has completed the bridge construction plans and specifications, which have been reviewed and approved for bidding by IDOT. DISCUSSION In accordance with Iowa Code Sections 384.102 and 362.3 and the IDOT project agreement, the City is required to follow its normal public-bidding procedure and hold a public hearing on the plans and specifications, cost estimate and form of contract. Based upon the construction schedule developed by IDOT, the project is required to be completed by September, 2002. All contractors allowed to bid on the project must be pre-qualified by IDOT for bridge construction, showing sufficient knowledge, equipment, and personnel to complete the work on schedule. BID RESULTS Since this is a federal aid project, the project was required to be bid through the IDOT state-letting procedure. Sealed bids were received on October 2, 2001. The Iow bid was submitted by Taylor Construction Inc. of New Vienna, Iowa, in the amount of $785,074.83. The following is a summary of the bid proposals received: Taylor Construction Inc. Edward Kramer & Sons, Inc. Jim Schroeder Construction, Inc. $785,074.83 847,390.85 873,183.86 RECOMMENDATION I would recommend that the construction contract be awarded to Taylor Construction Inc. in the amount of $785,074.83, which is 3.6% over the engineer's estimate. The completion date is anticipated on September 6, 2002. BUDGET IMPACT The construction cost estimate for the Manson Road Bridge Reconstruction Project is as follows: Geotechnical Engineering Services Archaeological Investigation Services Right-of-Way Acquisition Construction Contract Contingency (1 5%) Engineering Design Services Construction Engineering Inspection Estimate Bid 4,852 $ 4,852 6,100 6,100 125,000 113,118 757,311 785,075 113,600 113,600 50,500 50,500 75,000 75,000 Total Construction Estimate $1,132.363 $1,148.245 The project-funding summary is as follows: Iowa DOT/FHWA HBRR Funds City Funds Total Construction Funding $ 850,000 (Maximum) 298,245 $1,148,245 Upon the anticipated City fund contribution of $298,245, a surplus balance of approximately $387,000 may exist. Any available funds remaining will be used to cover any budget shortfalls for the Fengler Street Bridge reconstruction project and both the Louise Lane and Brunskill Road Bridge reconstruction projects. ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution awarding the construction contract to Taylor Construction Inc., subject to the approval of the Federal Highway Administration. MAK/vjd Prepared by Robert D. Schiesl, Civil Engineer cc: Pauline Joyce, Administrative Services Manager Dennis Waugh, IIW Engineers & Surveyors Prepared by: Michael A. Koch, Public Works Director Address: 50 W. 13th Street, Dubuque, IA 52001-4864 RESOLUTION NO. 461-01 RESOLUTION ADOPTING PLANS AND SPECIFICATIONS Whereas, on the 12th day of September, 2001, plans, specifications, form of contract and estimated cost were filed with the City Clerk of Dubuque, Iowa for the Manson Road Bridge Reconstruction Project. Whereas, notice of hearing on plans, specifications, form of contract, and estimated cost was published as required by law. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the said plans, specifications, form of contract and estimated cost are hereby approved as the plans, specifications, form of contract and estimated cost for said improvements for said project. Passed, approved and adopted this 15th day of October, 2001. /s/ Terrance M. Duggan, Mayor Attest:: Jeanne F. Schneider, City Clerk Prepared by: Michael A. Koch, Public Works Director Address: 50 W. 13th Street, Dubuque, IA 52001-4864 RESOLUTION NO. 462-01 AWARDING CONTRACT Whereas, sealed proposals have been submitted by contractors for the Manson Road Bridge Reconstruction Project pursuant to a notice to bidders published in a newspaper published in the City of Dubuque, Iowa on the 11th day of September, 2001. Whereas, said sealed proposals were opened and read on the 2"a day of October, 2001, and it has been determined that the bid of Taylor Construction Inc. of New Vienna, Iowa, in the amount of $785,074.83 was the lowest bid for the furnishings of all labor and materials and performing the work as provided for in the plans and specifications. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the contract for the above improvement be awarded to Taylor Construction Inc. and the Manager be and is hereby directed to execute a contract on behalf of the City of Dubuque for the complete performance of the work. BE IT FURTHER RESOLVED: That upon the signing of said contract and the approval of the contractor's bond, the City Treasurer is authorized and instructed to return the bid deposits of the unsuccessful bidders. Passed, approved and adopted this 15th day of October, 2001. /s/ Terrance M. Duggan, Mayor Attest: /s/ Jeanne F, Schneider, City Clerk Bid Order: Letting Date: Letting Status: Contract Period: Project: Work Type: County: Route: Looation: IOWA DEPARTMENT OF TRANSPORTATION VENDOR RANKING 007 Contract ID: 31-2t00-014 10/02/0t 9:00 AWARDED to TAYLOR CONSTRUCTION, INC. 130 WORK DAYS Late Start Date: 04/29/02 BROS-2100(f4)--8d-31 BRIDGE REPLACEMENT - PPCB DUBUQUE MANSON ROAD OVER CATFISH CREEK, IN THE CITY OF DUBUQUE ON THE NORTH EDGE OF SECTION 1-2E-88. SEE PLAN FOR SPECIFIC LOCATION. Prtmary County: Established DBE Goal: Run Date: Page: DUBUQUE TAYLOR CONSTRUCTION, INC. DBE award responsiveness: Bid Winner - Met the established DBE Goal TOTAL % OVER RANK VENDOR NO./NAME BID LOW BID t TA060 TAYLOR CONSTRUCTION, INC. $ 785,074.83 100.0000% 2 KR020 EDWARD KRAEMER & SONS, INC. $ 847,390.85 t07.9375% 3 SCS20 dim SCHROEDER CONSTRUCTION, INC. $ 873,t83.86 111.2230% ~0/04/0~ 007 I Bid Order: 007 Letting Date: t0/02/0t 9:00 IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31-2t00-0t4' Run Date: 10/04/01 Page: 007 2 Primary County: DUBUQUE i(t) TAD60 (2) KR020 (3) SC320 iTAYLOR CONSTRUCTION, INC. KRAEMER, EDWARD & SONS, INC. SCHROEDER, dim CONSTRUCTION, LINE NO / ITEM CODE / ALT I UNIT PRICE AMOUNT! UNIT PRICE AMOUNTI UNIT PRICE AMOUNT ITEM DESCRIPTION QUANTITY i ........... ............................... ~ ............................ ~ ............................ ~ ............................... SECTION 000t ITEMS FOR A 138'-10" X 30'-0" PPC BEAM BRIDGE 0010 210t-085000i - 2.100 ACRE 2200.00000 CLEARING AND GRUBBING 0020 2t02-2625000 22939.000 CY EMBANKMENT-IN-PLACE 0030 2t02-2713070 932.000 CY EXCAVATION, CLASS t3, RDADWAY AND BORROW 0040 2t04-2713020 800.000 CY EXCAVATION, CLASS 13, CHANNEL 0050 2105-8425015 1405.000 CY TOPSOIL, STRIP, SALVAGE AND SPREAD 0060 2115-0100000 1800.000 CY MDDIFIED SUBBASE 0070 2213-7t00400 8.000 EACH RELOCATION OF MAIL BOXES 0080 2301-0685100 t33.330 SY BRIDGE APPROACH SECTION 0090 2301-1033070 1300.000 SY STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 7 IN. 0100 2303-0236428 84.000 TON ASPHALT CEMENT, PG 64-28 0110 2303-0431756 1100.000 TON ASPHALT CEMENT CONCRETE BINDER COURSE TYPE B, 3/4 IN. MIX 60% CRUSHED PARTICLES 0t20 2303-0450504 300.000 TON ASPHALT CEMENT CONCRETE SURFACE COURSE, TYPE A, 1/2 IN. MIX 45% CRUSHED PART, ND SPECIAL FRICT REO 0t30 2303-9093000 377.000 SY DRIVEWAY, ASPHALT CEMENT CONCRETE 0t40 23t4-8257000 t4.000 STA DUST CONTROL SURFACE TREATMENT 0150 23t5-8275025 463.000 TON SURFACING, DRIVEWAY, CLASS A CRUSHED STONE 0160 2401-6745625 LUMP, REMOVAL OF EXISTING BRIDGE 0170 2402-2720000 92.000 CY EXCAVATION, CLASS 20 3.25000 2,00000 4.00000 3.00000 15.00000 48.05000 65.30000 31.50000 t70.0~000 28.70000 t7.70000 1t6.30000 tl.40000 5000.00000 25.00000 4620.00 74551.75 1864.00 3200.00 4215.00 27000.00 884.40 8706.45 40950.00 14280.00 31570.00 10266.00 6672.90 1628.20 5278.20 5000.00 2300.00 2200.00000 3.25000 2.00000 4.00000 3.00000 15.00000 48.05000 65.30000 3t.50000 170.00000 28.70000 34.22000 17.70000 1t6.30000 11.40000 10000.00000 14.11000 4620.00 74551.75 1864.00 3200.00 4215.00 27000.00 384.40 8706.45 40950.00 14280.00 31570.00 i0266.00 6672.90 1628.20 5278.20 10000.00 1298.12 '2200.00000 3.25000 2.00000 4.00000 3.00000 15.00000 48,05000 65.30000 3t.50000 t70.00000 28.70000 34.22000 17.70000 116.30000 tt.40000 12500.00000 25.00000 4620.00 74551.75 1864.00 3200.00 4215.00 27000.00 384.40 8706.45 40950.00 14280.00 31570.00 10266.00 6672.90 t628.20 5278.20 12500.00 2300.00 Bid Order: 007 Letting Data: 10/02/0i 9:00 IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31-2t00-014 Run Date: t0/04/0t Page: 007 3 Primary County: DUBUQUE i(1) TA060 (2) KR020 (B) SC320 iTAYLOR CONSTRUCTION, INC. KRAEMER, EDWARD & SONS, INC. SCHROEDER, dim CONSTRUCTION, LINE NO / ITEM CODE / ALT ~1 UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT ITEM DESCRIPTION QUANTITY l 0180 2402-2721000 189.900 CY 150.00000 28485.00 20.41000 3875.86 180.00000 34182.00 EXCAVATION, CLASS 2t 0t90 2403~0100010 382.500 CY STRUCTURAL CONCRETE (BRIDGE) 0200 2404-7775000 32153.000 LB REINFORCING STEEL 0210 2404-7775005 47764.000 LB REINFORCING STEEL, EPOXY COATED 0220 2407-0580142 12.000 EACH BEAMS, PRETENSIONED PRESTRESSED CONCRETE, LXA42 0230 2407-0580150 6.000 EACH BEAMS, PRETENSIONED pRESTRESSED CONCRETE, LXA50 0240 2408-7800000 4379.000 LB STRUCTURAL STEEL 0250 24t4-6424110 284.000 LF CONCRETE BARRIER RAILING 0260 24t4-66750t0 14t.600 LF STEEL PIPE SIDEWALK RAILING 0270 24t6-01000t5 t.000 EACH APRONS, CONCRETE, 15 IN. DIA. 0280 24t6-0i0002t t.000 EACH APRONS, CONCRETE, 21 IN. DIA. 0290 2417-02250t5 4.000 EACH APRONS, METAL, 15 IN. DIA. 0300 2417-1040015 50.000 LF CULVERT, CORRUGATED METAL ENTRANCE PIPE,I 15 IN. DIA. 03t0 2501-5425042 570.000 LF PILES, DRIVE STEEL BEARING, HP 10 X 42 0320 2501-5550042 570.000 LF PILES, FURNISH STEEL BEARING, HP 10 X 42 250.00000 95625.00 0.50000 '16076.50 0.60000 28658.40 5500.00000 66000.00 6200.00000 37200.00 2.25000 9852.75 35.00000 9940.00 29.90000 4233.84 284,00000 284.00 326.70000 326.70 ttl.75000 447.00 2t.35000 t067.50 1.00000 570,00 20.00000 11400.00 35.00000 3360.00 9.15000 5032.50 1594.40000 1594.40 40.90000 t1452.00 43.60000 26160.00 44t.00000 168682.50 0.51000 ~6398.03 0.62000 29613,68 4500.00000 54000.00 5200.00000 31200.00 1.65000 7225.35 35.00000 9940.00 70.00000 9912.00 283.75000 283.75' 326.70000 326,70 1tt.75000 447.00 21.35000 t067.50 16.50000 9405.00 15,00000 8550.00 15.00000 1440.00 9.15000 5032.50 t594.40000 t594.40 40.90000 11452.00 43.60000 26t60.00 345.00000 131962.50 0,47000 1511t.9t 0.56000 26747,84 3952.00000 47424.00 4519.00000 27114.00 3.42000 14976.18 34.30000 974t.20 37.00000 5239.20 283.75000 283.75 326.70000 326.70 11t.75000 447.00 2t.35000 1067.50 t.00000 570.00 t5,05000 8578.50 ~0.00000 3840.00 9.15000 5032.50 t594.40000 1594.40 40.90000 tt452.00 43.60000 26160.00 IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Bid Order: 007 Contract ID: 31-2100-0t4 Primary County: DUBUQUE Letting Date: 10/02/01 g:00 A.M. Run Date: 10/04/0t PaRe: 007 4 (1) TA050 (2) KR020 (3) SC320 TAYLOR CONSTRUCTION, INC. KRAEMER, EDWARD & SONS, INC. SCHROEDER, dim CONSTRUCTION, LINE NO / ITEM CODE / ALT ITEM DESCRIPTIDN QUANTITY ! UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT .......................................... + ............................ + ............................ + ....... . ........................ 0350 2503-732502i 34.200 LF SEWER PIPE, 2000D STORM, 21 IN. DIA. 0390 2507-3250005 860,000 SY ENGINEERING FABRIC 0400 2507-6800060 800.000 TON REVETMENT, CLASS E, RIPRAP 0410 2510-6745850 3850.000 SY REMOVAL OF PAVEMENT 0420 2512-1725256 ' 1952.000 LF CURB AND GUTTER, P.C. CONCRETE, 2.5 FT. 0430 2513-0471046 4.000 EACH CONCRETE BARRIER, APPROACH, RE-46 0440 2515-2475006 t65.000 SY DRIVEWAY, P.C. CONCRETE, 6 IN. 0450 2515-2475406 233.000 SY DRIVEWAY, REINFORCED P.C. CONCRETE, 6 IN. 0460 2515-6745600 378.000 SY REMOVAL OF PAVED DRIVEWAY 0470 2516-6745877 LUMP REMOVAL DF RETAINING WALLS AND FOOTINGS 0480 25t8-6910000 4.000 EACH SAFETY CLOSURE 0490 2819-327504S 1.548 STA FENCE, CHAIN LINK, 72 IN. HEIGHT 0500 25t9-3300139 5.350 STA FENCE, FIELD, TYPE 39 0510 25t9-6745630 2.400 STA REMOVAL OF EXISTING FENCE 0520 2525-2638030 2150.000 LF SILT FENCE 0530 2525-263803t 60.000 LF SILT FENCE FOR DITCH CHECKS 0540 2526-8285000 LUMP CONSTRUCTION SURVEY 0550 2528-8445110 LUMP TRAFFIC CONTROL 0560 2528-8445112 48.000 DAY FLAGGERS 0570 2528-8445ti4 3.000 DAY PILOT CARS 0580 2533-4980005 LUMP MOBILIZATION 50.65000 1.80000 12.35000 1.00000 9.90000 1109.00000 39.00000 43.55000 7.40000 100.00000 245.00000 2495.00000 500.00000 300.00000 t.70000 6.00000 14536.00000 t500.00000 205.00000 305.00000 40000.00000 1732.23 t548.00 9880.00 3850.00 19324.80 4436.00 6495.00 10147.15 2797.201 100.00 980.00 3862.26 2675.00 720.00 3655.00 360.00 14536.00 15oo.oo 9840.00 915.00 40000.00 50.65000 1732.23 t.80000 t548.00 12.35000 9880.00 1.00000 3850.00 9.90000 19324.80 2200.00000 8800,00 39.00000 8438.00 43.55000 10147.15 50.65000 1732.23 1.80000 t548.00 t2,35000 9880.00 t.00000 3850.00 9.90000 19324.80 2000.00000 8000.00 ' 39.00000 8438.00 43.55000 10147.15 7.40000 2797.20 7:40000 2797.20 100.00000 100.00 I00.00000 100.00 248.00000 980.00 245.00000 980.00 2498.22000 3867,24 2500.00000 3870.00 Bid Order: 007 Letting Date: 10/02/0t 9:00 A.M. IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31-2100-014 Run Date: 10/04/0t Page: 007 5 .Primary County: DUBUQUE (1) TA060 (2) KR020 (8) SCB20 · TAYLOR CONSTRUCTION, INC. KRAEMER, EDWARD & SONS, INC. SCHROEDER, dim CONSTRUCTION, LINE NO / ITEM CODE / ALT ITEM DESCRIPTION QUANTITY UNIT PRICE AMDUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 0590 2535-2000440 .510.000 SF t8.88000 11211.80 18.73000 11425.30 25.00000 15250.00 MODULAR BLOCK RETAINING WALL 0600 2599-9999005 7.000 EACH 1535.00000 10745.00 1535.25000 10746.75 t5@5.25000 10746.75 ('EACH' ITEM) CATCH BASIN, '1018 0610 2599-9999005 2.000 EACH 2888.45000 5776.90 2888.45000 5775.90 2888.45000 5776.90 ('EACH' ITEM) CATCH BASIN, 1048 0620 260t-2634t00 t.050 ACRE 2000.00000 2t00.00 1500.00000 1575.00 1000.00000 1050.00 MULCHING 0630 2601-2636048 0.950 ACRE 2000.00000 ~900.00 2000.00000 1900.00 t750.00000 1662.50 SEEDING AND FERTILIZING (RURAL) 0640 2601-2036044 0.150 ACRE 2300.00000 345.00 3000.00000 450.00 3000.00000 450.00 SEEDING AND FERTILIZING (URBAN) 0650 2601-2639010 2t3,000 SO 50.00000 10650.00 25.00000 5325.00 48.00000 10224.00 S0DDING 0660 2601-2642100 t.400 ACRE 2000.00000 2800.00 1500.00000 2100.00 t000,00000 t400.00 STABILIZING CROP - SEEDING AND FERTILIZING SECTION TOTALS $ 785,074.83 $ 847,390.85 $ 873.t83.86 CONTRACT TOTALS $ 785,074.88 $ 847,390.85 $ 873,183.86