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