Loading...
DICW North Siegert Farm Bid AwardTHE CTTY OF DUB E Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Dubuque Industrial Center West -North Siegert Farm CIP 3601943 DATE: August 12, 2008 Dubuque AII-AmericaCity 2007 Sealed bids were received on the Dubuque Industrial Center West -North Siegert Farm Project. City Engineer Gus Psihoyos is recommending award of the contract to the low bidder, Frattalone Companies, Inc. in the amount of $3,522,871.19. This is 26.47% under the engineer's estimate. I concur with the recommendation and respectfully request Mayor and City Council approval. z~ Mic ael C. Van Milligen MCVM/Iw Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF Dubuque DT T~ ~ AN-AmericaCitY v Masterpiece an the Mississippi. 2007 TO: Michael C. Van Milligen, City Manager,----~ ?'' FROM: Gus Psihoyos, City Engineer ;''~~`~-~ .~=, SUBJECT: Dubuque Industrial Center West -North Siegert Farm CIP 3601943 DATE: August 11, 2008 INTRODUCTION The enclosed resolution authorizes the award of the construction contract for the Dubuque Industrial Center West -North Siegert Farm Project. DISCUSSION The Dubuque Industrial Center West -North Siegert Farm Project includes the demolition and grading of approximately 1,369,950 cubic yards of excavation on the 128-acre North Siegert Farm. The project includes: Temporary and permanent erosion control measures: Sediment basins, detention basins, vegetated swales, seeding, inlet and outlet projection, and energy dissipaters. Grading: Clearing and grubbing topsoil removal, stockpile and spreading, removal of unsuitable material, sub-drains, excavation and embankment fill. Demolition: Removal of existing structures, well abandonment, and septic system removal. Storm Sewer: 1,407 lineal feet of storm sewer with 8 manholes. BID RESULTS Sealed bids were received on the project on August 6, 2008. Frattalone Companies, Inc. of St. Paul, Minnesota, submitted the low base bid in the amount of $3,522,871.19. This amount is 26.47% under the revised engineer's estimate of probable cost. The original estimate was further revised by IIW after the initiation of the project. During the analysis of the bid results by the City's consultant engineer IIW Engineers P.C., a variation in the bid costs for the minor pay item Flowers & Native Prairie Grass was identified. As a result, IIW Engineers further analyzed this pay item and has provided a summary of their findings along with their Award Recommendation (see attached). A summary of the bid proposals received is as follows: Contractor Frattalone Companies, Inc. (St. Paul, Minnesota) McAninch Corporation (Des Moines, Iowa) CJ Moyna & Sons (Elkader, Iowa) Steger Construction (Dyersville, Iowa) Veit & Company(Rogers, Minnesota) Tom Kueter Construction (Peosta, Iowa) Foley Construction (Davenport, Iowa) Schneckel Construction (Bellevue, Iowa) Bid $3,522,871.19 $3,619,919.87 $3,651,886.97 $3,667,460.32 $3,793,085.85 $4, 334, 943.17 $4,385,164.50 $4,692,227.22 RECOMMENDATION recommend that the contract be awarded to Frattalone Companies, Inc. in the amount of $3,522,871.19. BUDGET IMPACT The estimate of probable cost for the Dubuque Industrial Center West -North Siegert Farm Project is as follows: Revised Cost Construction Contract Contingency Construction Engineering & Inspection Total Project Cost The project funding summary is as follows: Fund Description DICW Land Sates TIF Receipts GO Bonds (TIF-Abated) Total Project Funding Estimate $4,790,800.00 681,111.00 150,000.00 $5.621.911.00 Bid Award $3,522,871.19 528,431.00 150,000.00 4.201.302.19 Fund Amount $2,235,276.00 278,058.00 1,687,968.19 4.201.302.19 ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolution awarding the Dubuque Industrial Center West - North Siegert Farm Project to Frattalone Companies, Inc., in the amount of $3,522,871.19. Prepared by Steve Sampson Brown, Project Manager cc: Jenny Larson, Budget Director David Heiar, Economic Development Director RESOLUTION NO. 281-08 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE DUBUC~UE INDUSTRIAL CENTER WEST -NORTH SIEGERT FARM PROJECT Whereas,- sealed proposals have been submitted by contractors for the Dubuque Industrial Center West -North Siegert Farm Project (the Project) pursuant to Resolution No 245-08 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 25th day of July, 2008. Whereas, said sealed proposals were opened and read on the 6t" day of August, 2008 and it has been determined that Frattalone Companies of St. Paul, Minnesota, with a bid in the amount of $3,522,871.19, is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Frattalone Companies and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, approved and adopted this 18th day of August, 2008 Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk DUBUQUE INDUSTRIAL CENTER WEST NORTH SIEGERT FARM GRADING 8 DEMOLITION PHASE 18 PHASE II BID TABULATK)N BIO DATE: August 6, 2008 IIW Project No.: 07167-01 NO.DESCRIPTION QUANTRV MISCELLANEOUS t Mobilization 8 Miscellaneous 1 LS 2 Traffic ConVOI 1 LS 3 StmUUre Removal 1 LS 4 Well Abandonment 5 FA 5 Remove Septic Tanks 1 LS 6 Asbestos Rertaval 1 LS EROSION CONTROL 7 Misc. Erosion Control 1 LS Seed 8 Fertilize Slopes w/ Wiltl g Flowers 8 NaVVe Praise Grass 32 AC 9 Seed 8 FeAilize -Rural 99 AC 10 Temporary Sedimentation Basin 2 EA 11 Silt Fence 11 793 LF 12 Sill Fence -Removal 11,793 LF t3 RipraD-Energy Dissipaters 396 TON 14 Engirasering Fabric -Energy Dissipaters 100 SY 15 Erosion Slone 528 TON 16 Temporary Seeding 131 AC 77 Mulch 131.0 AC 18 Filter Sods 12' 16,206 LF 19 Rolled Erosion Control Product 30,191 SY 20 TUA Reinforcement Mal 1,273 SV 21 Stane Check 37 EA zz cnedtDam 11 EA 23 Inlet Protection a EA 24 Consbudian Exit 2 EA IXCAVATION 25 Euavadon (Unctassi8ed) 1,254,000 CV 26 Exmvetion (Class 12) 100 CV 27 Excavation 8 Stockpile Unsuitable Mat. 90,200 CV 28 Clearing 8 Grubbing 3.8 AC 29 Topsoil - SMD 8 Stockpile (0.8') 25,750 CY 30 Topsoil -Spread 66.000 CV 31 Subdrain Tile W/ROOk 16.799 LF Frattalons McAnlch C.J. Moyne UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE $188,650.00 5188,650.00 553,394.00 553,394.00 525,000.00 325,000.00 570,000.00 $10,000.00 $2,500.00 52,500.00 5500.00 5500.00 $50,000.00 550,000.00 $40,730.00 540,730.00 $20,000.00 $20,000.00 53,500.00 $17,500.00 51,600.00 $8,000.00 51,600.00 58,000.00 $7,000.00 $7,000.00 51,250.00 51,250.00 $1,200.00 $1.200.00 $10,000.00 510,000.00 $2,380.00 52.38000 s240000 52,400.00 Page 1/2 Stegsr Veit Kueter Foley Schlacksl UNR PRICE TOTAL PRICE UNR PRKE TO TAL PRICE UNIT PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE 520,700.00 520,700.00 $225,000.00 5225,000.00 $65,000.00 565,000.00 5170,000.00 5170,000.00 5100,000.00 5100,000.00 $500.00 5500.00 55,000.00 55,000.00 52,500.00 $2,500.00 5600.00 5600.00 530,000.00 530,000.00 520,900.00 520,900.00 520,000.00 520,000.00 535,750.00 535,750.00 530.000.00 530,000.00 542,000.00 542,000.00 $1,200.00 56,000.00 5900.00 $4,SOO.OO 51,700.00 58,500.00 51,000.00 55,000.00 31,600.00 58,000.00 52,400.00 52,400.00 51,100.00 51,100.00 51,700.00 51,700.00 $3,000.00 53,000.00 51,250.00 51,25000 52,380.00 52,380.00 52,800.00 52,800.00 52,380.00 52,380.00 52,50000 52,500.00 $2,380.00 52.380.00 55,000.00 55,000.00 59,500.00 39,500.00 55,000.00 35.000.00 325,000.00 525,000.00 53,500.00 53 500.00 54,000.00 56,000.00 545,000.00 545,000.00 5100,000.00 5100,000.00 5447.00 514,304.00 5406.00 572,992.00 5800.00 525,600.00 22,300.00 573,600.00 52,500.00 580,000.00 52,000.00 566,000.00 $1,900.00 360,800.00 5800.00 525,600.00 5510.00 550,490.00 5462.50 545,787.50 5400.00 539.600.00 5440.00 543.560.00 5680.00 547,520.00 5462.50 545,787.50 $450.00 544,550.00 5400.00 539,600.00 55,300.00 570,600.00 55460.00 510,920.00 52,500.00 $5,000.00 52,960.00 55,920.00 515,000.00 $30,000.00 51500.00 53,000.00 $8,000.00 576,000.00 5500.00 51.000.00 3750 $17,689.50 51.70 312,972.30 $1.65 579,458.45 51.40 516,510.20 51.60 578,868.80 51.10 512,972.30 51.10 512,972.30 32.00 523,58600 $0.25 52,948.25 50.14 31,65102 50.30 53,537.90 30.25 52,948.25 50.25 52,948.25 50.16 51,65102 50.15 51,768.95 50.50 $5.896.50 $40.00 575,840.00 335.70 513,89960 531.85 512,612.60 535.10 513,899.60 560.00 523,760.00 531.85 512,612.60 54000 515,840.00 330.00 511,860.00 51.60 5160.00 312.90 51,290.00 57.15 3715.00 512.90 51,290.00 53.00 5300.00 57.75 5715.00 51.50 5150.00 57.25 5725.00 335.00 518,480.00 523.00 $12,144.00 32500 513,20000 525.65 573,54320 $61.00 532,208.00 329.00 475.312.00 530.00 575,84000 530.00 $15,840.00 5470.00 567,570.00 552.50 56,877.50 5250.00 332,750.00 550.00 56,550.00 5715.00 575,06500 $52.50 56,877.50 352.D0 $6,812.00 5250.00 332,750.00 3380.00 §49,780.00 5345.00 545,195.00 5400.00 552,400.00 5385.00 550,435.00 5405.00 55305500 5345.00 245,195.00 8350.00 545,050.00 5400.00 552,400.00 $3.25 552,669.50 52.95 547,807.70 52.00 532.412.00 52.10 234.032.60 21.95 531,601.70 $2.95 347,807.70 $2.00 532,412.00 52.00 532,412.00 $1.38 341,663.58 51.25 537,)38.75 51.25 537,738.75 51.25 537,738.75 51.35 $40,757.85 57.25 $37738.75 51.25 537,738.75 57.50 545,266.50 $8.00 510,184.00 57.25 $9,229.25 56.14 5),816.22 26.14 37,816.22 56.50 58,274.50 $7.25 59,229.2s 36.50 58,274.50 46.14 57,816.22 5250.00 29,250.00 5210.00 57,770.00 5500.00 518,500.00 3320.00 517,840.00 $81.00 52,257.00 5850.00 $31,450.00 $700.00 525,900.00 $1,000.00 537,000.00 57,000.00 511,000.00 5245.00 52.695.00 5500.00 55,500.00 5250.00 52,750.00 56100 5671.00 3450.00 54,950.00 $600.00 56,600.00 37,000.00 511,000.00 szso.oo Sz,ooo.oo Szoo.oa 31,600.00 57s.o0 s600.00 s1eD.oo s1,a4ooo EzgsoD s1s4o.oD Szso.oD $z,ooo.oo $200.00 51,fioo.oo 27s.DO ssoD.oo $2,500.00 55,000.00 56,890.00 513,780.00 31,000.00 52.000.00 $4,825.00 29.650.00 32,25000 54500.00 516,400.00 332,800.00 $3,500.00 57,000.00 525,000.00 450,000.00 31.82 52,282,280.00 57.90 52,382,800.00 5205 52,570,700.00 51.97 52,470,380.00 51.90 52,382,600.00 52.40 53,009,600.00 52.23 52,796,420.00 42.40 53,009,600.00 550.00 55,000.00 260.00 26,000.00 315.00 57,500.00 528.00 42.800.00 345.00 54,500.00 511.00 51,100.00 560.00 56,000.00 310.00 47,000.00 $1.21 5109, 142.OD 32.18 5796,636.00 52.05 5784,910.00 57.90 5771,3&1.00 51.90 5171,380.00 42.25 3202,950.00 52.40 2216,480.00 $3.00 5270,600.00 55,000.00 579,000.00 59p28.00 535,826.40 55,000.00 319,000.00 56,275.00 523.845.00 53,900.00 374,820.00 34,350.00 576,530.00 510,000.00 538,000.00 55,000.00 519,000.00 $1.27 531,157.50 51.93 549,697.50 51.50 538,62500 51.70 543,775.00 5765 537,337.50 $225 557,937.50 $1.50 538,625.00 53.00 577,25000 31.66 5109,560.00 51.91 5126,06000 51.50 599,000.00 51.90 4125,600.00 5240 5150,400.00 51.55 5102,300.00 53.00 $798,00000 52.50 2165,000.00 $7.24 £121 624 76 315.65 1262 9f1d 35 $10.65 5176 909 35 315.50 3260 364.50 $10.50 j176.3P9 60 315.65 X62 9f1d 35 $15.00 5251 985 00 318.00 £3D2 362 00 hub Tatal 53,339,543.09 Sub TOlal $3.661,827.87 Sub TOlal 53466,18527 Sub Total 53,509,368.32 Sub TOlal 33,600,754.10 Sub Total E4,t47.25D47 Sub Total 54.141,718.50 Sub Total 54,521,854.22 DUBUQUE INDUSTRIAL CENTER WEST NORTH SIEGERT FARM GRADING d DEMOLITION PHASE 18 PHASE II BID TABULATgN STORM SEWER 32 10' SDR 26 PVC 33 1 B' RCP Storm Sewer CL IV 34 18' FES 35 21' RCP Storm Sewer CL V 36 21' FES 37 24' RCP Storm Sewer CL IV 38 24' FES 39 30' RCP Storm Sewer CL IV 40 36' RCP Storm Sewer CL IV 41 36' FES 42 48' RCP Stone Sewer CL IV 43 48' FES 44 Trench Stabilization Stone 45 Select Trench Badcfill, Stone 46 48' Storm MH Base 47 48' Storm MH Wall 48 48' Cam Grate Trosh Rack 49 80' Sloan MH Base 50 60' Stone MH W all 51 60' Com Grote Trash Rack 52 66' Storm MH Base 53 66' Storm MH Wall 54 66' Cam Grate Trash Rack 55 72' Storm MH Base 56 72' Slone MH W 811 57 72' Com Grate Trasn Rack 58 Detention Ouget Siruaure wGrate 59 Stilling Well b1 60 Selling Well b2 61 30' F.E.S. TOTAL BID Page 2/2 Fntlalom McAnich C.J. Movna Steger VNt Kuatar Foley Schleckel UNIT PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNR PRICE TOTAL PRICE UNIT PRKE T OTAL PRICE 36 LF 525.00 5900.00 578.45 5664.20 130.90 51,112.40 518.45 5664.20 $32.35 57,166.60 530.65 51,10340 $36.00 $1,2%.00 525.00 5900.00 99 LF 531.00 $3,069.00 530.10 §2,979.90 $38.70 33,831.30 530.10 §2,979.90 340.85 54,044.15 538.70 53,831.30 55000 $4,950.00 540.00 53,%0.00 1 EA 5700.00 5700.00 51,300.00 51,300.00 57,202.00 41,202.00 51,300.00 51,300.00 51.690.00 51,690.00 51,202.00 51,202.00 51,000.00 51,000.00 545000 5450.00 181 LF 542.00 57,602.00 535.05 56,344.05 $44.70 38,090.70 535.05 56,344.05 $48.00 58,688.00 514.70 38,0%.70 565.00 511,765.00 547.00 58,507.00 1 EA 5750.00 5750.00 51,33/.50 51,331.50 51,515.00 $1,815.00 $1,331.50 $1,331.50 52,060.00 52,060.00 51,515.00 57,515.00 $1,100.00 51,100.00 5500.00 5500.00 146 LF f46.60 56,803.60 539.00 55,694.00 $5245 $7,65770 539.00 55,694.00 $53.50 27,811.00 552 d5 57,657.70 Sfi7.00 59,782.00 553.00 57738.00 1 EA 51,000.00 51,000.00 51,362.50 51,362.50 51,790.00 $1,790.00 57,362.50 51,362.50 52.350.00 52,350.00 51,790.00 517%.00 31,10000 $1,100.00 5600.00 5600.00 381 LF 578.00 529,718.00 566.35 525,279.35 $69.30 526,403.30 $66.35 525,279.35 $73.00 527,813.00 §69.30 526403.30 590.00 534,2%.00 571.00 527,051.00 337 LF S%.50 532,520.50 574.50 525,106.50 587.35 529,436.95 574.50 $25,1%.50 588.00 529,656.00 587.35 $29,436.95 $125.00 542.125.00 576.00 525.61200 1 EA 51,700.00 $1,700.00 51,707.50 51,707.50 52,855.00 $2,855.00 51707.50 51,707.50 53,92000 53,920.00 $2,855.00 52,855.00 $1,700.00 51,700.00 5800.00 5800.00 225 LF 5140.00 531,500.00 $115.25 525,931.25 5124.05 527,917.25 3115.25 525,931.25 f135.00 530,375.00 3124.05 527911.25 $200.00 445.000.00 5110.00 524,750.00 t EA 52.000.00 $2.000.00 52.256.50 52,256.50 E4,DBOOD 54,080.00 52.256.50 52,256.50 $5,365.00 55,365.00 54,080.00 54,080.00 $2,200.00 $2,200.00 57,250.00 51,250.00 50 Ton 330.00 57,500.00 531.00 51,550.00 513.75 $687.50 531.00 51,550.00 525.00 51,250.00 513.75 5687.50 525.00 51,250.00 530.00 51,500.00 4fi LF 510.00 5460.00 529.30 57,347.80 $28.10 57,292.60 529.30 51,347.80 $75.00 5690.00 §26.10 51,292.60 558.00 52,668.00 550-00 52,300.00 3 EA 5575.00 57,725.00 57,235.75 53,707.25 5551.00 51,653.00 $1,235.75 53,707.25 5785.00 52,355.00 5551.00 51,653.00 $1,600.00 54.800.00 521000 563000 40 VF 5120.00 54,800.00 598.30 53,932.00 §226.00 59,040.00 598.30 53,93200 5135.00 55,400.00 5226.00 59,040.00 4140.00 55,600.00 5200.00 58,000.00 3 EA $1,300.00 53,900.00 57,005.00 53,015.00 578600 52.298.00 $1005.00 53,015.00 51,17500 53,525.00 5786.00 52,2%.00 $1,200.00 53,600.00 5900.00 52,700.00 1 EA 5850.00 5850.00 57,403.50 57,403.50 5816.00 5816.00 57403.50 51,403.50 §1,000.00 57,000.00 5816.00 5816.00 $2,100.00 52,100.00 $450.00 5450.00 12 VF 5215.00 $2.580.00 5773.00 32,076.00 5338.00 $4,OSfi.00 5173.00 52,076.00 525000 53,000.00 5338.00 $4,056.00 $240.00 $2,880.00 5300.00 53,60D.DD 1 EA 51,600.00 51,600.00 51,245.00 51,245.00 $1,032.00 31,032.00 41,245.00 57,245.00 51,455.00 51,455.00 51.032.00 51,032.00 51,400.00 $1,40000 51,300.00 51,300.00 2 FA 5900.00 51,800.00 57,591.45 53,182.90 $982.00 $1,964.00 57,591.45 $3,182.90 57,085.00 52,170.00 5982.00 31.964.00 $2.800.00 55,600.00 5825.00 51,250.00 18 VF 5275.00 S4,%0.00 3225.00 54,050.00 5411.00 $7,398.00 5225.00 54,050.00 5345.00 56,210.00 5411.00 57,398.00 5380.00 56,840.00 5350.00 56,300.00 2 EA $2,000.00 54,000.00 51,510.00 53,020.00 51,254.00 52,508.00 51,510.00 53,020.00 51,670.00 53,340.00 51,254.00 52,508.00 51,700.D0 53,400.00 51,7D0.00 53,400.00 2 FA 5900.00 57,800.00 51,591.45 53,182.% Et,t%.00 52,390.00 57,59165 53,182.90 51,175.00 52,350.00 51,195.00 52,390.00 $3,000.00 56,000.00 5625.00 51,250.00 24 VF 5275.00 56,600.00 5225.00 55,400.00 5540.00 572,%0.00 5225.00 55,400.00 5315.00 57,560.00 5540.00 512,960.00 $400.00 59,600.00 $375.00 59,000.00 2 FA 52.000.00 54.000.00 51,510.00 53,020.00 57,400.00 52,800.00 51,510.00 53,020.00 51,745.00 23,490.00 51,400.00 22,800.00 $7,400.00 52,800.00 51,700.00 53,400.00 1 EA 54,000.00 54,000.00 55,538.90 55,538.90 55,0%.00 $5.095.00 55,538.90 55,538.% 56,750.00 56,750.00 55,0%.00 55,095.00 $5,200.00 55,20000 57500.00 57,500.00 1 EA $15,000.00 515,000.00 59,250.00 59,250.00 511,922.00 511,922.00 59,250.00 59,25000 572,150.00 472,150.00 511,922.00 571,922.00 520,000.00 520,000.00 57,500.00 57.500.00 1 EA 54,000.00 54,000.00 51,750.00 57,750.00 51,678.00 51,678.00 41 750.00 St 750.00 51 700.00 51,700.00 51,678.00 51,678.00 $2,200.00 52.200.00 57,5D0.00 57,500.00 i EA 51,500.00 t750RfN1 51,463.50 S1 dfi35n 52,226.00 52226 (ID f1,463.50 1463.50 53,000.00 3000.00 $2,226.00 52.226.00 31,200.00 1200.00 5675.00 5675.00 Sub Total 5183,328.10 Sub Total 5758,092.00 SuD Total §187,701.70 Sub Total $158,092.00 Sub Total §192,331.75 Sub Total 5187,692.70 Sub Total 5243 446.00 Sub Total 5170,373.00 53,522,871.19 ~ 53,619,919.87 ' 53,651,886.97 If3,667,460.37 ~ 53,793,085.85' !54,334,943.17 ~ 54,385,164.50~ ~ 54,692,227.22' r'~~_ August 11, 2008 3a~ f --- ^'~ . - -- --~-'-~',~J} Steve Brown - ~~ City of Dubuque ~~ 50 West 13`E' Street mss, Dubuque, lA 52401 Re: Dubuque Industrial Center West Denni, r w~~gt,. L'L=Isl. North Siegert Farm Grading & Demolition Phase I & Phase lI cn:ntes A c~a,te, pr Award Recommendation `'"'~ °' ~"'k"'~~ rF~ tIW Project No.: 07147-O1 MicL~Stei :~ lams,,. PElsf. Ronald =\. Rahnc;, NFJSF: John M Tranmcr. E'I_S Dear Steve: Timothy 1, Cranel. PE ' John f=. Wand;nrh~r. F 'F lulu Y. Vechrl. PE In accordance with Owner instructions, bids for the Dubuque Industrial Center West North Jarz,e5 E'. K„nne L~r. ' ' Sie ert Farm Gradin & Demolition Phase I & Phase II ro ect were o ned and read at g g P J Pe n<nn;,.l (r,r~r. Nt.ti 1 wr.~~ :t. cnader~. E:Ls 2008. Eight bids were received for this project. A tabulation of the 2:00 p.m. on August 6 ce~,~l,y T. Rlzminn. E'? , bids is enclosed. Mark c. robecn. f'Ec Lauren N. Rav, E'L:lSF: Aradley f. Marti. PEllSfl After reviewing the bids, it was determined the low bid was submitted by Frattalone ct,dy ~r. an=.u~1, E'~ Companies, Inc. of St. Paul, Minnesota, in the amount of $3,522,871.19, One bid item for Native Prairie Grass and Wildflowers had a minor discrepancy, an Addendum specified the price was to include $2000/Ac for the seed mixture, implying that bid prices for this item would be in excess of $2000/Ac. The low bidder was $447/Ac, the second low was $406, the third low was $800, and only 2 of the 8 bidders had a price in excess of $2000/Ac for this item. We contacted 5 of the bidders and all gave very similar explanations: the bid schedule had been filled in by the time seeder subcontractors submitted their prices, the general contractors all covered the extra expense in other bid items in last minute bid price Civii Enrineerin ~ changes. Written confirmation from the Frattalone is being pursued at this time to confirm f st,vcuiral Engine..rinlt the contract bid price. Envir<>nn,entil Engineering. Municipal Enginccring Transpo,tation Engineering Information was gathered from Frattalone Companies which included references, company Arcnireca,ral Enineering history, and size. We were able to contact 3 references, two for private projects and one Land snr"`ring; from the Minnesota DOT. All references were very positive with recommendations for Quality Control Testing ce<xecnnical Engineering repeat business. Information from Company representatives indicates a total sales volume for 2007 of over $SOM and an average employee base over 150, and seasonal peak employment over 200. Their website lists over 300 pieces of equipment for this type of work. Frattalone Companies, Inc. has the experience, workforce and equipment to properly complete this contract. Therefore, we recommend award of the Dubuque Industrial Center West North Siegert Farm Grading & Demolition Phase I & Phase II project to Frattalone Companies, Inc. in the amount of $3,522,871.19. The engineer's estimate for this project was $4,790,800.00. The low bid of $3,522,871.19 is $1,267,928.81 or 26% below the engineer's estimate. Sincerely, IIW F~AIf~IMEERS~VEYORS, P.C. Dennis Waugh, P.E. dIS~ Pennav;vam., ~~:cnur Enc. Copy: Frattalone Companies, Inc. Dubr~t;ur, lr,.~a ;?tNr;-=6:'s. <~3.ir~ >3<~4 IIW Engineers & Surveyors P . C "~"i 5~a='}~ t 1 E:,°. Dubuque, lA Hazel Green, WWI uv:.v ii.~:caor.~:om INTEC,RITY. EXPERTISE. SOLUTIONS. US/U4/LUUB 1K: L1 b'AX 1~ OOS/007 BID PROPOSAL. The bidder hereby certifies that they are the only person or persons inter~+sted in this proposal as principals; that an examination has been made of th® plans, spedflcatiorrs, and contract form, including the spatial provision contained herein, and of the site of the ~ro+xk, and the bidder understands that the quantities of work shown herein are approximate only and are subJect to increase or decrease; and further understand that all quantities of work, uvl~ether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish aN necessary machinery, equipment, tools, labor and other means of conatructi~an, and to furnish all materials specified in the manner and time prescribed and to do the work at the p~•ices herein set out. The bidder agrees that it and its representatives have visited the site, are familiar with the existing conditions, and the brier agrees the existing ground surface is accurately represented in the contrail documents. The existing ground surface was determined by colle~c~:ing field data using proper freld procedures, Instrumentation, and adequate survey personnel under the direction of a Professional Land Surveyor licensed to practice in the State of Iowa. The field ~j~ita was imported Ito a reliable computer software modeling program using digital terrain modeNnl~ (DTM) to accurately represent the existir~ ground surface. The bidder agrees that the estimated +~xcavation quanttiea, akhough an estimate of the total, is an accurate estimate of the total exca~~ation based on the foregoing method. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10%) of the bid submitted; or rr bid bond in the penal sum of ten percent (10%) of the bid submitted executed by the bidder and an acceptable Corporate Surety. it is understood that this proposal guarantee will be retained In the ev~srit the formal contract or bond is not executed, if award Is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Coundi, and that they will commence work on or about ten (10) days attar the date of the contrail, and will complete the work within the specified contract period or pay the Nquidated damages stip~,la~ted in the contract documents. The bidder acknowledges receipt of the following addendum: 1 (One) Dated: AuQUSt 1 , 2008_ 2 (Two) Dated: August 4, 2008_ Dated: PRINCIPAL: Frattalone Companies, Inc. Contractor Individu I ( Part ership O Corporation ~ Sign ure Dy an Larson VP of Operations Tftle 3205 Spruce Street Address St. Paul, MN 55117 MN 55117 State ;~.Ip 8/6/2008 __ Date Note: To be completed by out of State bidders. The State of Minnesota does ( ) /does not K$ utilize a percentarle preference for in- state bidders. The amount of preference is N A percent. B-1 BIDDER agrees to perform eN the work described fn the CONTRACT DOCUMENTS for the following unit prices or Indicated sums: NOTE: 81ds shah EXCLUDE sales tax and aN other applicable taxes and tees. CITY OF DUBUQUE DUBUQUE INDUSTRIAL CENTER WEST NORTH SIEGERT FARM GRADING 8 DEMOLITION PHASE I & PHASE II BID SCHEDULE -REVISED PIER ADDENDUM NO. 2 NO. DESCRIPTION MISCELLANEOUS 1 Mobilization & Miscellaneous 2 Traffic Control 3 Structure Removal 4 Well Abandonment 5 Remove Septic Tanks 6 Asbestos Removal EROSION CONTROL 7 Misc. Erosion Control 8 geed & Fertilize Slopes w/ Wlkl F~wan: 3 NatNa Pralrro Grass 9 Seed & Fertilize -Rural 10 Temporary Sedimentation Basin 11 Stit Fence 12 Sift Fence -Removal 13 Riprap -Energy Dlasipatenc 14 Engineering Fabric -Energy Dissipaters 15 Erosion Stone 18 Temporary Seeding 17 Mulch 18 Flker Sock 12" 18 Rolled Erosion Control Product 20 Turf Reinforcement Met 21 Stone Check 22 Check Dam 23 Inlet Protection 24 Construction Exit QUANTITY 1 LS 1 LS 1 LS b EA 1 LS 1 LS 1 LS 32 AC 99 AC 2 EA 11,783 LF 11,793 LF 398 TON 100 SY 528 TON 131 AC 131.0 AC 16,208 LF 30,191 SY 1,273 SY 37 EA 11 EA 8 EA 2 EA pUNiT PRIC[:~y~, p 5U. W 1 --- 5 -__~_ D ~ .0~ --- TOTAL PRICE ~~~~~ EXCAVATION 25 Excavation (Unclassifled) 28 Excavation (Class 12) 27 Excaavadon ~ Stockpile Unsuitable Material 28 Clearing rZ Grubbing 29 Topsoil - Strip ~ Stockpile (0.8') 30 Topsoil -Spread 31 Subdraln Tile W/Rock 1,254,000 CY ,g a _ ~ g ~ p, ~ 100 CY _.. ~ , 90,200 CY (~ _ ] , a ~ 3,8 AC -_- ~Q~Q~ 25,750 CY __-... ~ . ~ L 88,000. CY -__ ~ ~~ IYIP 16,799 LF 1 _ ~ , ay B-2 Jl Ix7 .Ili 5pi)D i~ uo/v4icuuo lo:cl rnn I~ uVO/VUi BID SCHEDULE -REVISED PER ADDENDUM NO. 2 NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE REDDER agrees to pertorm all the work described in the CONTRACT DOCUMENTS for the foNowing unit pries or ind~ated sums: NOTE: Bids shad EXCLUDE sales tax and all other Applicable taxes and fees. CITY OF DUBUQUE DUBUQUE INDUSTRIAL CENTER WEST NORTH SIEGERT FARM GRADING S DEMOLITION PHASE I & PHASE II BID SCHEDULE • REVISED PER ADDENDUM NO. 2 STORM SEWER 32 10" SDR 26 PVC 33 18" RCP Storm Sewer CL IV 34 18" FES 35 21" RCP Storm Sewer CL V 36 21" FES 37 24" RCP Storm Sewer CL N 38 24" FES 39 30" RCP Storm Sewer CL N 40 36" RCP Storm Sewer CL fV 41 36" FES 42 48" RCP Storm Sewer CL N 43 48" FES 44 Trench Stabilization Stone 45 Select Trench Backfill, Storm 46 48" Storm MH Base 47 48" Storm MH Wail 48 48" Cone Grate Trash Reck 49 60" Storm MH Base 50 60" Storm MH Wall 51 60" Cone Grate Trash Radc 52 66" Storm MH Base 53 66" Storm MH Wall 54 66" Cone Grate Trash Rack 55 72" Storm MH Base 56 72" Storm MH Wall 57 72" Cone Grate Trash Rack 58 Detention Outlet Structure Mr'Grete 59 Stilling Weli #1 60 Stilling Well #2 61 30" F.E.S. TOTAL OF BID 36 99 1 181 1 146 1 381 337 1 225 1 50 46 3 40 3 1 12 1 2 18 a 2 24 2 1 1 1 1 LF LF EA LF EA LF EA LF LF EA LF EA Ton LF EA VF EA EA VF EA EA VF EA EA VF EA EA EA EA EA ~~. dC -`--Ir~, 1 ~ ~~ --•- ~'I (D_ ~ ~~-- - i OIY~. r ~~ .~Q This bid schedule accompanies the proposal of Frattalone Companies, Inc. B-3 CONTRACTOR NAME 3,5~a~~t ~. ~ ~i5~ ~~Li.l:f~ --