Loading...
Tanzanite Dr PavingMEMORANDUM April 9, 2002 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager Paving of Tanzanite Drive Sealed bids were received for the Tanzanite Drive Paving Project. Public Works Director Mike Koch recommends award of the contract to the Iow bidder, Flynn Company, Inc., in the amount of $212,678.10, which is 12.82% under the engineer's estimate. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Michael A. Koch, Public Works Director CITY OF DUBUQUE, IOWA MEMORANDUM April 9, 2002 TO: Michael C. Van Milligen, City Manager FROM: Michael A. Koch, Public Works Director SUBJECT: Paving of Tanzanite Drive INTRODUCTION The enclosed resolution provides for the award of the Tanzanite Drive Paving Project. DISCUSSION The Tanzanite Drive Paving Project involves the connection of Tanzanite Drive from the Alpine Heights Trailer Courts to the Northwest Arterial Extension east of US 52, which is currently scheduled for paving in 2002. The extension is approximately 1,700 feet long and will consist of a 37-foot wide roadway. This project is a joint venture between the developer of Emerald Acres 1 & 2 and Alpine Trailer Courts and the City. The developer, Ed Tschiggfrie, agreed to grade the roadway, which has been completed. The City's portion of the project was to be the purchase of the right-of-way, storm sewer installation and the paving of the roadway. While not an integral part of the project, the Water Department has decided to extend a watermain along Tanzanite Drive while it is under construction. This will provide a future loop to the water distribution system between Peru Road and John F. Kennedy Road. Sealed bids were received on the project on April 4, 2002. The Iow bid was submitted by Flynn Company, Inc. of Dubuque, Iowa, in the amount of $212,678.10. This amount is 12.82% under the engineer's estimate. A summary of the bids received is as follows: Flynn Company, Inc. Tschiggfrie Excavating $212,678.10 $233,622.98 RECOMMENDATION I recommend that the contract be awarded to Flynn Company, Inc. in the amount of $212,678.10. BUDGET IMPACT The summary of the project costs is as follows: Estimate Bid Construction Contract Contingency Engineering Right-of-Way Acquisition Storm Sewer $243,964.90 24,396.49 13,418.07 134,510.00 103,348.00 $212,678.10 24,396.49 13,418.07 134,510.00 103,348.00 Total Project Cost $519,637.46 $480,350.66 The project will be funded through the Fiscal Years 2002 and 2003 appropriation of $645,411 from the Annual Street Program appropriation and will be totally funded through the Road Use Tax Fund. ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution awarding the construction contract to Flynn Co. MAK/vjd Prepared by Michael Felderman, Civil Engineer cc: Gus Psihoyos, Assistant City Engineer Bob Green, Water Plant Manager SiTE LOCATION Not To Scale '%, City Limit Line , TANZANITE DRIV[ End of Project PURPOSE: Tanzanite Drive DuBt~qu~ VICINITY MAP Showing the Spirit RESOLUTION NO. 218-02 AWARDING CONTRACT Whereas, sealed proposals have been submitted by contractors for the Tanzanite Drive Paving Project pursuant to Resolution No.,.~P-~c~'and notice to bidders published in a newspaper published in the City of Dubuque, Iowa on the 22nd day of March, 2002. Whereas, said sealed proposals were opened and read on the 4th day of April, 2002, and it has been determined that the bid of Flynn Company, Inc. of Dubuque, Iowa, in the amount of $212,678.10 was the lowest bid for the furnishings of all labor and materials and performing the work as provided for in the plans and specifications. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the contract for the above improvement be awarded to the Flynn Company, Inc. and the Manager be and is hereby directed to execute a contract on behalf of the City of Dubuque for the complete performance of the work. BE IT FURTHER RESOLVED: That upon the signing of said contract and the approval of the contractor's bond, the City Treasurer is authorized and instructed to return the bid deposits of the unsuccessful bidders. Passed, approved and adopted this 15th day of April ,2002. Yerrance M. Duggan, Mayor Attest: Jeanne F. Schneider, City Clerk