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~ --