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