Loading...
Kaufmann Avenue HMA Resurfacing_Bids RejectionMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Kaufmann Avenue HMA Resurfacing (J.F. Kennedy Road to Chaney) Iowa DOT Project No. STP -U -2100 (651)- -70 -31 (CIP 3002140, 7401405, 7202243, 7201081, 7201066, 7101638) DATE: June 30, 2010 Dubuque kEttri All-America City 11111! 2007 Competitive sealed bids were received by the Iowa Department of Transportation for the Kaufmann Avenue HMA Resurfacing Project (J.F. Kennedy Road to Chaney). The lowest bid was 23.0% over the estimate of probable cost. Based on an agreement with the Iowa Department of Transportation, 80% of the funding for the project would be covered by Surface Transportation Program funds and the City would fund the remaining 20% local match. City Engineer Gus Psihoyos recommends rejection of all bids due to lack of City funding to cover the required local match The Engineering Department is currently reviewing options, one of which is to rebid this project later this year. I concur with the recommendation and respectfully request Mayor and City Council approval. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer c ael C. Van Milligen illigen Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: June 29, 2010 INTRODUCTION DISCUSSION BID RESULTS Contractor Name Top Grade Excavating, Inc. (Peosta, Iowa) Tschiggfrie Excavating, Inc. (Dubuque, Iowa) • Martin Drive to Chaney Road o Milling of 2 to 3 inches of existing HMA pavement and a new overlay. Total Bid $887,971.05 $951,852.64 Dubuque kraal All-America City 2007 SUBJECT: Kaufmann Avenue HMA Resurfacing (J.F. Kennedy Road to Chaney) Iowa DOT Project No. STP -U -2100 (651)- -70 -31 (C I P 3002140, 7401405, 7202243, 7201081, 7201066, 7101638) The enclosed resolution authorizes the rejection of all competitive bid proposals for the Kaufmann Avenue HMA Resurfacing Project (J.F. Kennedy Road to Chaney), Iowa DOT Project No. STP -U -2100 (651)-- 70 -31. The Kaufmann Avenue HMA Resurfacing Project (J.F. Kennedy Road to Chaney) was to include the following: • John F. Kennedy Road to Chaney Road o Replacement of: curb and gutter and sidewalk at various locations; water valves; fire hydrants; and sanitary sewer repairs. o Construction of ADA- compliant curb ramps. • John F. Kennedy Road to Martin Drive o Replacement of existing roadway with sub -drain on the south side of the roadway. Competitive sealed bids were received for the project on June 15, 2010 in Ames, by the Iowa Department of Transportation (Iowa DOT). A summary of the bid proposals received is as follows: The lowest responsible bid of $887,971.05 provided by Top Grade Excavating, Inc. was 23.0% over the estimate of probable cost for the Kaufmann Avenue HMA Resurfacing Project. Based on an agreement with the Iowa Department of Transportation (Iowa DOT) and the City of Dubuque (City) the project would be eligible for Dubuque Metropolitan Area Transportation Study (DMATS) Surface Transportation Program (STP) funds for the Kaufmann Avenue HMA Resurfacing Project. Under STP funding, 80 percent (80 %) of the total eligible project items are reimbursable, with the remaining 20 percent funded by the City. Due to the 23.0% increased cost over the estimate of probable cost, the City does not have sufficient funds budgeted to cover the required local match costs. The Engineering Department is currently reviewing options, one of which is to rebid this project later this year. RECOMMENDATION I recommend that the City Council reject all competitive bid proposals received for the Kaufmann Avenue HMA Resurfacing Project due to lack of City funding to cover the required local match costs of the proposed public improvements. ACTION TO BE TAKEN I recommend that the City Council reject all competitive bid proposals received through adoption of the enclosed resolution for the Kaufmann Avenue HMA Resurfacing Project (J.F. Kennedy Road to Chaney), Iowa DOT Project No. STP -U -2100 (651)-- 70 -31. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Greg Doeden, Civil Engineer Kent Ellis, Iowa DOT RESOLUTION NO. 250-10 REJECTING ALL COMPETITIVE BID PROPOSALS RECEIVED FOR THE KAUFMANN AVENUE HMA RESURFACING PROJECT (J.F. KENNEDY ROAD TO CHANEY), IOWA DOT PROJECT NO. STP -U -2100 (651)- -70 -31 Whereas, competitive sealed bid proposals have been submitted by contractors for the Kaufmann Avenue HMA Resurfacing Project (J.F. Kennedy Road to Chaney), Iowa DOT Project No. STP -U- 2100(651)-- 70 -31, (the Project) pursuant to Resolution No. 162 -10 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 21 day of May, 2010; and Whereas, said competitive sealed bid proposals for the Project were opened and read by the Iowa Department of Transportation on the 15 day of June, 2010; and Whereas, the City Council has deemed it advisable to reject all competitive bid proposals for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Attest: Section 1. All of the bid proposals for the Project are hereby rejected. Passed, approved and adopted this 6th day of Jul , 2010. eanne F. Schneider, CMC, City Clerk Roy D. Buol, Mayor (Iowa Department of Transportation N 800 Lincoln Way, Ames, Iowa 50010 Phone: 515 -239 -1414 Fax: 515- 239 -1325 June 22, 2010 To: City Subject: Contracts for Award Determination. (See enclosed listing) (City is Contracting Authority; DOT does not sign contract) The Iowa DOT has accepted and reviewed bids on behalf of the City for the projects enclosed. We have enclosed a copy of the bid tabulations for each project and 3 originals of the contract for the City to execute with the contractor who we have determined to be the lowest responsible bidder. To execute this contract, we ask the City to take one of the following two options: REJECT ALL BIDS OPTION 1. Do not contact the contractor to discuss rejection of the contract. 2. Take action to reject all bids. 3. Send written notification to the contractor of your intent to not award the contract. 4. Send written notification to the Office of Contracts, Iowa DOT, of your action to reject all bids, within 30 days. 5. Destroy bid tabs. This information is confidential for projects that are not awarded. AWARD A CONTRACT OPTION 1 Do not discuss modifications to the contract with the contractor prior to execution of the contract. 2. Take action to award the contract. 3. Send 3 originals of the contract to the contractor and ask for two signed originals to be returned to the City for the City's signature. 4. Obtain a "generic performance bond" from the contractor. Note: Bond form 181218 and bond form 181217 cannot be used as the performance bond form on City projects. 5. Obtain a "certificate of insurance" from the contractor listing both the contractor and City as insured parties. Page 1 of 2 Encl. 6. Have the contractor sign the "storm water discharge" certification statement for those projects where the certification is required and return to the City. This signed certification should remain in your files and not be forwarded to the Office of Contracts with the signed contract. 7. After execution of the contract, the City shall send one photocopy of the contract, one photocopy of the performance bond, one copy of certificate of insurance, and the original of all "Subcontract Request and Approval" forms (please keep a copy of the "Subcontract Request and Approval" form for your files) to: Mary Thompson, Office of Contracts, Iowa DOT, 800 Lincoln Way, Ames, IA 50010. These contract documents should be returned to the Office of Contracts within 30 days, regardless of when the work is proposed to start. This does not prohibit the contractor from requesting additional subcontractors during the course of the contract. These additional subcontractor requests or changes after the contract has been signed should be submitted to the Project Engineer with the justification as required by the Iowa Code. 8. The City should furnish the contractor a signed original of the contract. No preconstruction conferences shall be held and no work on the contract shall commence until the city receives notice that the contract documents have been reviewed by the Department. Receipt of sales tax exemption forms indicates completion of the review. 9. The City is reminded that federal regulations may apply to this contract. The City shall ensure compliance with all applicable civil rights, and Davis -Bacon requirements. The Office of Contracts, lowa DOT, will furnish the contractor with applicable posters. 10. Please contact the Office of Systems Planning concerning the pre- construction meeting, and construction administration and inspection requirements for STP -E; NRT; STP -ES; STP -A; SRTS; SB -IA; and EDP projects. Please contact your District Local Systems Engineer regarding the pre - construction meeting, and construction administration and inspection requirements for all other projects. Page 2 of 2 Sincerely, Roger E. Bierbaum Contracts Engineer Bid Order: 156 Ccntract ID: 31 -2100 -651 Primary County: DUBUQUE Letting Date: 100615 10:00 A.M. Established DBE Goal: 2.50 Letting Status: AWARD RECOMMENDED to TOP GRADE EXCAVATING, INC Contract Period: 65 WORK DAYS Late Start Date: 07/19/10 Project: STP -U- 2100(651)- -70 -31 Work Type: HMA RESURFACING WITH MILLING County: DUBUQUE Prj Awd Amt: $887,971.05 Route: KAUFMANN AVENUE Location: JOHN F KENNEDY RD TO CHANEY RD IOWA DEPARTMENT OF TRANSPORTATION Run Date: 06/21/10 VENDOR RANKING Page: 156 1 TOP GRADE EXCAVATING, INC. GFE to DBE responsiveness: Bid Winner - Net 80% of the established DBE Goal TOTAL % OVER RANK VENDOR NO. /NAME BID LOW BID 1 TO105 TOP GRADE EXCAVATING, INC. $ 887,971.05 100.00 % 2 TS020 TSCHIGGFRIE EXCAVATING CO. $ 951,852.64 107.19 % Bid Order: 156 Letting Date: 06/15/10 10:00 A.M. SECTION 0001 ROADWAY ITEMS 0010 2101 - 0850002 3.900 UNIT CLEARING AND GRUBBING 0020 2102 - 2713070 3005.000 CY EXCAVATION, CLASS 13, ROADWAY AND BORRO 0030 2105 - 8425005 76.680 CY TOPSOIL, FURNISH AND SPREAD 0040 2210 - 0475115 470.000 TON GRADED STONE BASE 0050 2210 - 0475290 3450.000 TON MACADAM STONE BASE 0060 2212 - 0475095 0.530 MILE CLEANING AND PREPARATION OF BASE 0070 2212 - 5070310 919.800 SY PATCHES, FULL -DEPTH REPAIR 0080 2212 - 5070330 27.000 EACH PATCHES BY COUNT (REPAIR) 0090 2212 - 5075001 60.000 TON HOT MIX ASPHALT SURFACE PATCHES 0100 2213 - 6745500 26.100 STA REMOVAL OF CURB 0110 2214- 5145150 9438.000 SY PAVEMENT SCARIFICATION 0120 2301 - 1033080 41.360 SY STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN. 0130 2303 - 0000100 59.000 TON HOT MIX ASPHALT MIXTURE, COMMERCIAL MIX (INCLUDES ASPHALT BINDER), AS PER PLAN 0140 2303 - 0031500 1855.000 TON HOT MIX ASPHALT MIXTURE (1,000,000 ESAL), BASE COURSE, 1/2 IN. MIX 0150 2303 - 0033500 1360.000 TON HOT MIX ASPHALT MIXTURE (1,000,000 ESAL), SURFACE COURSE, 1/2 IN. MIX, NO SPECIAL FRICTION REQUIREMENT 0160 2303 - 0246428 193.000 TON ASPHALT BINDER, PG 64 -28 IOWA DEPARTMENT OF TRa.NSPCRTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31- 2100 -651 1( 1 ) T0105 1( 2 ) TS020 1( ) ITOP GRADE EXCAVATING, INC ITSCHIGGFRIE EXCAV. CO. 1 LINE NO / ITEM CODE / ALT 1 1 ITEM DESCRIPTION QUANTITY I UNIT PRICE AMOUNT] UNIT PRICE AMOUNT' UNIT PRICE + + 512.82000 13.65000 45.43000 27.00000 18.00000 30188.68000 40.75000 500.00000 100.00000 352.49000 3.19000 42.00000 127.12000 36.75000 36.75000 540.00000 1 1 2000.001 235.00000 916.501 1 41018.251 11.40000 34257.001 1 3483.571 16.95000 1299.731 1 1 12690.001 15.70000 7379.001 I I 62100.001 15.70000 54165.001 1 16000.001 15000.00000 7950.001 1 1 37481.851 99.00000 91060.201 1 13500.001 196.00000 5292.001 6000.001 250.00000 15000.00! 1 1 9199.991 402.00000 10492.201 1 1 30107.221 2.25000 21235.501 1 1737.121 110.00000 4549.601 1 1 1 1 1 7500.081 120.00000 7080.001 1 1 68171.251 36.75000 68171.251 1 1 1 49980.001 36.75000 49980.001 1 1 1 1 104220.001 540.00000 104220.001 Primary County: DUBUQUE Run Date: 06/21/10 Page: 156 2 AMOUNT Bid Order: 156 Letting Date: 06/15/10 10:00 A.M. SECTION 0001 ROADWAY ITEMS IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31 -2100 -651 Primary County: DUBUQUE 1( 1 ) TO105 1( 2 ) TS020 I( ) TOP GRADE EXCAVATING, INC ITSCHIGGFRIE EXCAV. CO. 1 LINE NO / ITEM CODE / ALT 1 1 ITEM DESCRIPTION QUANTITY I UNIT PRICE AMOUNT' UNIT PRICE AMOUNT) UNIT PRICE + + + 1 1 0010 2101- 0850002 3.900 UNIT I 512.82000 2000.001 235.00000 916.501 CLEARING AND..GRUBBING I 1 1 0020 2102 - 2713070 3005.000 CY 1 13.65000 41018.251 11.40000 34257.001 EXCAVATION, CLASS 13, ROADWAY AND BORRO 1 1 1 0030 2105 - 8425005 76.680 CY 1 45.43000 3483.571 16.95000 1299.731 TOPSOIL, FURNISH AND SPREAD J 1 1 0040 2210 - 0475115 470.000 TON I 27.00000 12690.001 15.70000 7379.001 GRADED STONE BASE 1 1 I 0050 2210 - 0475290 3450.000 TON 1 18.00000 62100.00! 15.70000 54165.001 MACADAM STONE BASE I 1 I 0060 2212 - 0475095 0.530 MILE 1 30188.68000 16000.001 15000.00000 7950.001 CLEANING AND PREPARATION OF BASE 1 1 I 0070 2212 - 5070310 919.800 SY 1 40.75000 37481.851 99.00000 91060.20! PATCHES, FULL -DEPTH REPAIR 1 1 I 0080 2212 - 5070330 27.000 EACH 1 500.00000 13500.001 196.00000 5292.00! PATCHES BY COUNT (REPAIR) 1 1 I 0090 2212 - 5075001 60.000 TON 1 100.00000 6000.00! 250.00000 15000.00! HOT MIX ASPHALT SURFACE PATCHES I 1 1 0100 2213 - 6745500 26.100 STA 1 352.49000 9199.991 402.00000 10492.201 REMOVAL OF CURB 1 1 0110 2214- 5145150 9438.000 SY 3.19000 30107.221 2.25000 21235.501 PAVEMENT SCARIFICATION 1 1 0120 2301 - 1033080 41.360 SY 42.00000 1737.121 110.00000 4549.601 STANDARD OR SLIP FORM PORTLAND CEMENT I I CONCRETE PAVEMENT, CLASS C, CLASS 3 1 I DURABILITY, 8 IN. 1 1 0130 2303- 0000100 59.000 TON 127.12000 7500.081 120.00000 7080.001 HOT MIX ASPHALT MIXTURE, COMMERCIAL MIX I 1 (INCLUDES ASPHALT BINDER), AS PER PLAN 1 I 0140 2303 - 0031500 1855.000 TON 36.75000 68171.251 36.75000 68171.251 HOT MIX ASPHALT MIXTURE (1,000,000 1 I ESAL), BASE COURSE, 1/2 IN. MIX 1 I 0150 2303 - 0033500 1360.000 TON 36.75000 49980.001 36.75000 49980.001 HOT MIX ASPHALT MIXTURE (1,000,000 I 1 ESAL), SURFACE COURSE, 1/2 IN. MIX, NO I I SPECIAL FRICTION REQUIREMENT 1 1 0160 2303- 0246428 193.000 TON 540.00000 104220.001 540.00000 104220.001 ASPHALT BINDER, PG 64 -28 1 I Run Date: 06/21/10 Page: 156 2 AMOUNT Bid Order: 156 Letting Date: 06/15/10 10:00 A.M. LINE NO / ITEM CODE / ALT ITEM DESCRIPTION QUANTITY 0170 2303 - 3400000 47.000 ADJUSTMENT OF FIXTURES 0180 2303 - 6911000 HOT MIX ASPHALT PAVEMENT SAMPLES 0190 2502 - 8212206 1591.600 SUBDRAIN, PERFORATED PLASTIC PIPE, DIA. 0200 2503 - 0114215 STORM SEWER GRAVITY REINFORCED CONCRETE (CLASS III), 15 IN. 0210 2503- 0114218 STORM SEWER GRAVITY REINFORCED CONCRETE (CLASS III), 18 IN. 0220 2506 - 4984000 5.640 CY FLOWABLE MORTAR 0230 2510 - 6745850 41.360 SY 15.00000 REMOVAL OF PAVEMENT 0240 2511 - 6745900 524.000 SY 20.00000 REMOVAL OF SIDEWALK 0250 2511- 7526004 254.000 SY 38.25000 SIDEWALK, P.C. CONCRETE, 4 IN. 0260 2511 - 7526006 270.000 SY 45.00000 SIDEWALK, P.C. CONCRETE, 6 IN. 0270 2511 - 7528100 208.000 SF 40.00000 DETECTABLE WARNINGS FOR CURB RAMPS 0280 2512 - 1725256 2610.400 LF 14.50000 CURB AND GUTTER, P.C. CONCRETE, 2.5 FT. 0290 2515 - 2475006 172.280 SY 45.00000 DRIVEWAY, P.C. CONCRETE, 6 IN. 0300 2515 - 6745600 172.280 SY 17.50000 REMOVAL OF PAVED DRIVEWAY 0320 2528 - 8445110 LUMP 24000.00000 TRAFFIC CONTROL 0330 2528- 8445113 32.000 EACH 295.00000 FLAGGERS 0340 2533 - 4980005 LUMP 48000.00000 MOBILIZATION 0350 2554 - 0112006 88.000 LF 55.30000 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 6 IN. EACH LUMP LF 6 IN 71.700 LF MAIN, TRENCHED, PIPE (RCP), 2000D 152.100 LF MAIN, TRENCHED, PIPE (RCP), 2000D IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31- 2100 -651 I( 1 ) T0105 ITOP GRADE EXCAVATING, INC UNIT PRICE 375.00000 1120.00000 8.00000 49.50000 62.55000 110.00000 I( 2 ) TS020 ITSCHIGGFRIE EXCAV. CO. AMOUNT! UNIT PRICE 17625.001 1120.00! 1 12732.801 1 3549.151 1 1 1 9513.861 1 1 620.401 1 620.401 1 10480.001 1 9715.501 1 12150.001 1 8320.001 1 37850.801 1 7752.601 1 3014.901 1 24000.001 9440.001 1 48000.001 1 4866.401 1 375.00000 1120.00000 7.50000 66.55000 70.75000 154.00000 27.90000 7.05000 45.00000 53.00000 31.50000 27.40000 55.00000 8.50000 19800.00000 295.00000 102600.00000 73.00000 Primary County: DUBUQUE 1( 1 1 AMOUNT' UNIT PRICE 17625.001 1120.001 1 11937.001 1 4771.641 1 1 10761.081 1 868.561 1153.941 3694.201 11430.00! 1 14310.001 1 6552.001 1 71524.961 1 9475.401 1 1464.38! 1 19800.001 9440.001 1 102600.001 1 6424.001 1 Run Date: 06/21/10 Page: 156 3 AMOUNT Bid Order: 156 Letting Date: 06/15/10 10:00 A.M. IOWA DEPARTMENT OF TRANSPORTATION TABULATION OF CONSTRUCTION AND MATERIAL BIDS Contract ID: 31 -2100 -651 Primary County: DUBUQUE Run Date: 06/21/10 Page: 156 4 1( 1 ) T0105 1( 2 ) TS020 1( ) ITOP GRADE EXCAVATING, INC ITSCHIGGFRIE EXCAV. CO. I LINE NO / ITEM CODE / ALT ! 1 1 ITEM DESCRIPTION QUANTITY 1 UNIT PRICE AMOUNT! UNIT PRICE AMOUNT! UNIT PRICE AMOUNT + + + 0360 2554 - 0112008 66.000 LF 1 81.40000 5372.401 79.00000 5214.001 WATER MAIN, TRENCHED, DUCTILE IRON PIPE I I I (DIP), 8 IN. I 1 I 0370 2554- 0112012 85.000 LF 1 113.50000 9647.501 91.00000 7735.001 WATER MAIN, TRENCHED, DUCTILE IRON PIPE I 1 (DIP), 12 IN. I I I 0380 2554 - 0202200 3.000 EACH i 1020.00000 3060.001 765.00000 2295.001 FITTINGS BY COUNT, DUCTILE IRON, 1 1 1 ANCHORING TEE, 12 IN. X 12 IN. X 8 IN. 1 I I 0390 2554- 0202200 9.000 EACH 700.00000 6300.001 545.00000 4905.001 FITTINGS BY COUNT, DUCTILE IRON, 1 I I ANCHORING TEE, 8 IN. X 8 IN. X 6 IN. 1 I I 0400 2554- 0202200 1.000 EACH 1 704.00000 704.00) 550.00000 550.001 FITTINGS BY COUNT, DUCTILE IRON, CROSS 1 I 1 MJ, 8 IN. X 6 IN. 1 1 I 0410 2554- 0202200 8.000 EACH 1 560.00000 4480.00) 535.00000 4280.001 FITTINGS BY COUNT, DUCTILE IRON, SOLID 1 1 1 SLEEVE MJ, 12 IN. 1 1 I 0420 2554 - 0202200 7.000 EACH 1 290.00000 2030.001 320.00000 2240.001 FITTINGS BY COUNT, DUCTILE IRON, SOLID 1 I I SLEEVE MJ, 6 IN. 1 1 1 0430 2554- 0202200 25.000 EACH 1 315.00000 7875.001 390.00000 9750.001 FITTINGS BY COUNT, DUCTILE IRON, SOLID 1 1 1 SLEEVE MJ, 8 IN. 1 I I 0440 2554- 0207006 11.000 EACH 1 945.00000 10395.00) 890.00000 9790.001 VALVE, GATE, DIP, 6 IN. 1 I 1 0450 2554 - 0207008 13.000 EACH 1 1185.00000 15405.001 1130.00000 14690.00! VALVE, GATE, DIP, 8 IN. 1 1 I 0460 2554- 0207012 4.000 EACH 1 1955.00000 7820.001 1900.00000 7600.001 VALVE, GATE, DIP, 12 IN. I 1 1 0470 2554- 0210201 3.000 EACH 1 2450.00000 7350.001 3210.00000 9630.001 FIRE HYDRANT ASSEMBLY, WM -201 1 1 0480 2554- 0214000 1.000 EACH 1 1800.00000 1800.001 440.00000 440.001 FIRE HYDRANT ADJUSTMENT 1 I 1 0490 2599 - 9999005 3.000 EACH i 1266.67000 3800.011 375.00000 1125.001 ('EACH' ITEM) CONCRETE COLLAR 1 I 1 0500 2599 - 9999005 9.000 EACH 1 1950.00000 17550.001 1725.00000 15525.00) ('EACH' ITEM) INTAKE 101 -B 1 I I 0510 2599- 9999005 2.000 EACH 1 900.00000 1800.001 995.00000 1990.001 ('EACH' ITEM) INTAKE 101 -B, CONSTRUCT 1 1 I NEW CONCRETE TOP 1 1 I Bid Order: 156 Letting Date: 06/15/10 10:00 A.M. IOWA DEPARTMENT OF TRANSPORTATION Run Date: 06/21/10 TABULATION OF CONSTRUCTION AND MATERIAL BIDS Page: 156 6 Contract ID: 31- 2100 -651 Primary County: DUBUQUE I( 1 ) T0105 I( 2 ) TS020 1( ) ITOP GRADE EXCAVATING, INC ITSCHIGGFRIE EXCAV. CO. I LINE NO / ITEM CODE / ALT I 1 1 ITEM DESCRIPTION QUANTITY 1 UNIT PRICE AMOUNT! UNIT PRICE AMOUNT! UNIT PRICE + + + 0670 2599- 9999020 1075.000 TON 1 19.00000 20425.001 17.70000 19027.501 ('TONS' ITEM) GRANULAR SUBBASE I 1 1 0680 2601 - 2639010 66.000 SQ 1 35.00000 2310.001 35.00000 2310.001 SODDING 1 1 1 0690 2601-2643110 39.600 MGAL 1 60.00000 2376.001 60.00000 2376.001 WATERING FOR SOD, SPECIAL DITCH CONTROL ( 1 1 OR SLOPE PROTECTION 1 1 1 SECTION TOTALS I $ 887,971.051 $ 951,852.641 S + + + CONTRACT TOTALS $ 887,971.051 $ 951,852.641 $ AMOUNT