Loading...
Fire Station No. 2_JFK Parking Lot Reconstruction ProjectTHE CITY OF Dubuque DLTB E ~a~ 1 - Masterpiece on the Mississippi 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project (CIP 1012055) DATE: September 8, 2008 Sealed bids were received on September 4, 2008, for the Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project. City Engineer Gus Psihoyos is recommending award to the low bidder, Portzen Construction, Inc., in the amount of $79,328.70, which includes the base bid and the alternate bid. I concur with the recommendation and respectfully request Mayor and City Council approval. ~~ f ~ ,. ,~,,` Mic el C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF Dubuque DUB E A~-AmericaCilY Masterpiece on the Mississippi 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: September 5, 2008 SUBJECT: Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project (CIP 1012055) INTRODUCTION The enclosed resolution authorizes the award of the construction contract for the Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project. BACKGROUND The Fire Station No. 2 -John F. Kennedy Road, Parking Lot Reconstruction Project involves the reconstruction of the existing driveway entrance and parking lot for Fire Station No. 2. The new driveway entrance and parking lot will be constructed of an fl- inch concrete pavement on an improved granular sub-base to better handle the heavy axle loads imposed by emergency vehicles. The project will also include the installation of a new storm sewer intake to manage the parking lot surface drainage which will connect to an existing storm sewer system. The project also provides for an alternate bid to construct an additional 9-foot of concrete pavement along the easterly edge of the parking lot which will provide additional staff parking. BID RESULTS Sealed bids were received on September 4, 2008. Portzen Construction, Inc. of Dubuque, Iowa, submitted the low bid in the amount of $79,328.70. This amount is 3.6% under the engineer's estimate of $82,333.25. A summary of the bid proposals received is as follows: Contractor Name Base Bid Alternate Bid Total Bid Portzen Construction, Inc. $73,144.65 $6,184.05 $79,328.70 Drew Cook & Sons Excavating, Inc. $76,263.60 $6,877.20 $83,140.80 Horsfield Construction, Inc. $80,517.00 $6,982.00 $87,499.00 Tschiggfrie Excavating Co. $93,981.80 $8,249.15 $102,230.95 DISCUSSION Since the Alternate No. 1 bid proposal was favorable, an additional 9-foot of concrete pavement along the easterly edge of the parking lot will be constructed to provide for additional staff parking. RECOMMENDATION recommend that the contract for the Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project be awarded to Portzen Construction, Inc. in the amount of $79,328.70, which will include both the base bid and the alternate bid BUDGET IMPACT The estimate of probable cost for the Fire Station No. 2 -John F. Kennedy Road Parking Lot Reconstruction Project is as follows: Estimate Bid Award Construction Contract -Base Bid $ 76,256.50 $ 73,144.65 Bid Alternate No. 1 -Additional Parking 6,076.75 6,184.05 Contingency 8,178.93 8,178.93 Construction Engineering & Inspection 13.495.22 13.495.22 Total Project Cost $104.007.40 $101,002.85 A summary of available project funding is as follows: CIP No. Fund Descriution Amount 1012055 Fire Station No. 2 - JFK Parking Lot Reconstruction $115,000.00 Total Project Funding $115.000.00 ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolution awarding the Fire Station No. 2 -John F. Kennedy Road, Parking Lot Reconstruction Project to Portzen Construction, Inc. in the amount of $79,328.70. Prepared by Greg Doeden, Civil Engineer Bob Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Dan Brown, Fire Chief RESOLUTION NO. 307-08 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE FIRE STATION NO. 2 - JOHN F. KENNEDY ROAD, PARKING LOT RECONSTRUCTION PROJECT Whereas, sealed proposals have been submitted by contractors for the Fire Station No. 2 - John F. Kennedy Road, Parking Lot Reconstruction Project (the project) pursuant to Resolution No. ____ and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 22nd day of August, 2008. Whereas, said sealed proposals were opened and read on the 4th day of September, 2008 and it has been determined that Portzen Construction, Inc. of Dubuque, Iowa, with a bid in the amount of $79,328.70, 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 Portzen Construction, Inc. 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 15th day of September, 2008. Kevin J. Lynch, Mayor Pro-Tem Attest: Jeanne F. Schneider, CMC, City Clerk CfFY OF DUBUQUE - ENG9IEERING DMSK)N -BID TABULATION SHEET BID TABULATION FOR: FIRE STATgN N0.2 - JFK PARKOIG LOT RECONSTRUCTK)N BID DATE: Sept. 4, 2008 BIDDER; BIDDER: BIDDER: BIDDER: Portzen Constr uction In Drew ook b ns o ~~~ Horsfkld Cons truction In - Ts hi f t E i BID ITEM DESCRIPTION UNIT PLAN ESTIMATE QUANTITY UNR COST ESTIMATE COST BID BID UNR COST COST BID BID UNIT COST COST UNIT COST TOTAL COST ve c a0 r e UNR COST evat na Go. TOTAL COST BASE BID: OE11O1.1110t1 As REYOYAL .. -- _ - `~' )0 5 675.00 55.00 51,125.00 $5.00 $1,125.00 55.85 318 Si 25 GCCAYAT1pN 8 BTONE . . 2 Excavation. Unclassfx?d 3 Backfdl. Topsoil CY 530 S 6.75 i E 3.577.50 570.00 E 5300.00 54.70 491 52 00 $10 00 $5300 00 4 Granular Sub-Base SY Ton 475 34 E 8.00 S 2,850.00 54.00 $ 1.900.00 $6.50 , . $3,087.50 . $8.00 . $3.800.00 $10.55 70 54 $5,591.50 57 947 50 5 3' Crushed SWne Base T 5 S 13.70 S 4.726.50 $13.00 E 4485.00 514.00 54,830.00 Sid.00 54830 00 . 515 00 , . 5 on 375 S 12.00 S 4.500.00 512.00 $ 4,500.00 514.00 $5.250.00 513.00 . $4 875 00 . 575 00 5175.00 55 625 00 PAVEAENT , . . , . 6 PC Concrete Pavement (7") Class "C" 7 PC Concrete Pavement (8') w/ Inte0ral Curt Cl "C" SV 179.6 5 32.50 $ 5.837.00 532.00 5 5.747.20 539.00 57 004 40 540 00 $7 164 00 ass w/CD Baskets Both Wave SV 659.1 _ j 40.00 S 26,384.00 $44.50 $ 29 328.95 547.00 . . $30,977.70 . 550.00 , . $32 955 00 550.00 558 06 58.980.00 8 PC Concrete Dmewav 8' Remove 8 C t , . . $38,227.80 ons ruct 8 PC Concrete Sdewalk d" Remove 8 ConsWCt SV SF 25 E 35.00 E 875.00 540.00 $ 1,000.00 548.00 51,200.00 575 00 875 57 00 575 00 10 PC Concrete Curb antl Gutter 2 5' Constr t (O tl 215 5 5.00 S 1.075.00 56.00 5 1.290.00 55.00 075 57 00 . $6 00 , . 51 . $1,875.00 uc p ona9 17 6" Subtlrain. Perforated PlasBC Drain Tile LF 178 _j 17.00 S 3026.00 515.00 $ 2 870.00 515.00 . . $2 870 00 . $1 00 ,290.00 $178 00 510.90 S2 343.50 LF 178 5 10.00 S 1,780.00 59.00 $ 1,602.00 58.50 , . 513 51 00 . $10 00 . 780 51 00 574.45 52.572.10 .STORM t3ElYER 12 Intake 101-8 13 Manhole 48" Demeter Complete Each 1 $ 1.700.00 S 1.700.00 52,000.00 $ 2,000.00 $2,500.00 . . 52 500 00 . 000 52 00 , . $10.85 51895.70 14 Storm Sewer, 12"RCP CL V Each LF 1 61 $ 2,500.00 E 28 00 E 2,500.00 51,700.00 $ 1,700.00 _52,500.00 . . $2 500.00 I , . 51,600.00 $2.000.00 51,600.00 51,860.00 52 480.00 $L860.00 $2 480 00 . S 7.708.00 528.00 5 1,708.00 540.00 440 52 00 $50 00 3 . . 'MISCEIL.WE0U5 . . . ,050.00 5 552.95 53,229.95 15 Sawcut. Concrete LF 50 $ 4.50 S 225 00 i6 Sod 17 Walenno SY 475 S 7.00 . E 3,325.00 18 pavement Markings 4' WhAe MGAL 5 S 60.00 S 300.00 79 Emson Control Plan - Oceratin0 Procedures LF 150 _5 1.50 5 225.00 20 Traffic Control 5 Sa(eN Control LS 1 S 3.200.00 E 3.200.00 21 Mobd¢atgn LS 1 S 2,000.00 S 2,000.00 LS 1 S s.ooo.o0 5 s.ooo.oo Bid Sub-Total 78 T58.50 Contingency S 7,825.65 Construction Engineering 8 Inspection S 12 582.32 Total Construction Eatimats: 96 484.47 ALTERNATE ND.t BASE BID (X) OVER I UNDER (-): 53.00 $ 150.00 $5.50 S 2,612.50 586.00 S 330.00 53.30 S 495.00 5400.00 5 aoo.oo 51,550.00 $ 1,550.00 $3,700.00 $ 3,700.00 tug soe-rme S 73 144.85 53.00 5150.00 57.00 S3 325.00 575.00 5375.00 Et.oo E15o.o0 5750.00 5750.00 51,650.00 51,650.00 $1,400.00 $1,400.00 Bid sue-rorr $78,283.80 %Under/Over -4.1% %Under/Over 0.0% $4.00 $200.00 $7.00 $3,325.00 $ea.oo $aoo.oo Sa.oo 5soo.oo $750.00 5750.00 51,400.00 $1.400.00 52.ooo.oa Ez.ooo.oo al4 Sue-TOtY 580,$77.00 %Under/Over 5.59% Es.oo 5zso.oo 56.50 53,087.50 575.00 5375.00 E3.oo Easa.oo 5800.00 5800.00 51.400.00 51,400.00 54.500.00 54,500.00 em sue-rotr 593,997.80 %Under/Over 23.24% i FJ(CAVATpN..B.STG~NE ~ 1 Excavation Unclasstlk'rl ~._ -. - ~ 5 a -, 2 Granular Sub-Base - -- ~- - I S' _ $195.vu b5.uu 5325.00 51u.uv be5u.uu 570.55 bod5.75 ~~~~ are ~ ~ ~ t `a" ~' `~' " 5520.00 Sid.50 5580.00 I §14.00 $560.00 I 575.00 5600.00 3 3" Cmshed Stone Base = a5 5 `a ~ i 5 ~. ~ 5540.00 $15.00 5675.00 513.00 $585.00 §15.00 5675.00 PAYIMENT ~_ 4 PC Concrete Pavement rd~l wr inter al hurt Class"C" w/CD Baskets Botl1 Wave Sr 96.8 S 40.00 $ 3 '~b~u~ b44au $4,401.05 b4o.~u 54 747 [u 5 PC Concrete Curb antl Gutter 2 5' ConsWCt (OMionaq 6 6" Subdran Pertora[ed Plastic Drain Tie LF 22 $ 17.00 E 374.00 515.00 $330.00 $15.00 , . $330 00 , LF 22 $ 10.00 $ 220.00 59.00 $198.00 $10.00 . $22000 Bid SulsTOhl 58,078.75 Contingenty S 607.88 Bb Buff-Tot•I S 6,184.05 em gue.Tm,r $8,877.20 ConsWMion Engineerng b Inspection $ 1 002.66 Total Construction Estimate: S7 887.08 BASE BID+ALT. BID (X) OVER I UNDER (-): %Under/Over -3.6% %Under/Over 1.0% 550.00 b4,y4S.uu $1.00 $22.00 E1o.oo Sz2o.oo Bkl 8oaTOtai 56,982.00 %Under/Over 6.3% §58.00 55.736.20 514.45 5317.90 510.65 5234.30 Bid 9ubTOtal 58,249.75 %Untler/Over 24.2% ew raewaim se..t 1 d 1