Loading...
Upper Bee Branch Creek Channel, Streets and Utilities Project Award Copyright 2014 City of Dubuque Action Items # 1. ITEM TITLE: Award Upper Bee Branch Creek - Channel, Streets and Utilities SUMMARY: City Manager recommending City Council award the construction contract for the Upper Bee Branch Creek — Channel, Streets, & Utilities Project to the low bidder, Portzen Construction. RESOLUTION Awarding Public Improvement Contract for the Upper Bee Branch Creek — Channel, Streets, & Utilities Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type ❑ Upper Bee Branch Creek-Channels Streets and Utilities-MVM Memo City Manager Memo ❑ Staff Memo Staff Memo ❑ Resolution Resolutions ❑ Strand Letter Supporting Documentation ❑ IIW Letter Supporting Documentation THE CITY OF Dubuque U E I erica .i Masterpiece on the Mississippi 2007-2012-2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Upper Bee Branch Creek - Channels, Streets & Utilities Project (CIP#7201654 & 3401654) DATE: May 15, 2015 City Engineer Gus Psihoyos is recommending City Council award the construction contract for the Upper Bee Branch Creek — Channel, Streets, & Utilities Project to the low bidder, Portzen Construction, in the amount of $27,819,266.00, which is 50.2% greater than the $18,518,300.00 engineer's estimate. I also recommend modifying the Bee Branch Watershed Flood Mitigation Project construction schedule so that awarding the contract can be done without increasing planned debt and without increasing previously adopted Stormwater Utility rates. Since 1999 there have been six Presidential Disaster Declarations which included the Bee Branch Creek Watershed. More than 50% of Dubuque's population either lives or works in the watershed. The Drainage Basin Master Plan, completed and adopted by the City Council in 2001, established that there are more than 1,100 properties at risk of flood damage as a result of the flash flooding. Based on a subsequent study in 2009 by the Federal Emergency Management Agency (FEMA), 1,373 properties are at risk. In addition to homes, there are over 70 businesses in the at-risk area with over $500 million in annual sales. Eighty -five percent (85 %) of the impacted properties have buildings that are potentially eligible for listing on the National Register of Historic Places, the official list of the Nation's historic places worthy of preservation. In fact, fifty- seven percent (57%) of the buildings are more than 100 years old. The flood prone area in the Bee Branch Watershed encompasses historic neighborhoods offering some of the community's most affordable workforce housing. Most residents are working families, and many are elderly -- those least likely to recover from repetitive flood loss. Repetitive flood damage leads to disinvestment. From 2004 to 2009, while commercial property values grew by 39% citywide, they fell by 6% in the Bee Branch Watershed flood prone area. Residential property grew city wide by 21% during the same period, but only grew by 14 % in the flood prone area. Since 2001, the City has implemented many of the improvements outlined in the Drainage Basin Master Plan. But since 2001, several intense rain storms have occurred in the Dubuque metropolitan area so that revisiting the predicted hydrology and hydraulic behavior of the Bee Branch Watershed was appropriate. Over a 12-year period starting in 1999, there have been three 100-year storms, two 50-year storms, one 25-year storm, and one 10-year storm. Finally, it is important to consider how additional flood mitigation efforts undertaken by the City since 2001 fit with the overall effort to mitigate flooding. Therefore, work began to update/amend the Drainage Basin Master Plan. On November 18, 2013 the City Council adopted the 2013 Drainage Basin Master Plan Amendment. The 2013 Amendment did not replace the 2001 Drainage Basin Master Plan. Instead, it built upon its foundation. The amended Drainage Basin Master Plan outlined several improvements throughout the Bee Branch watershed to mitigate the effects of future flooding and disasters. Collectively, the improvements form the basis of the Bee Branch Watershed Flood Mitigation Project. The subject of this bid is the Upper Bee Branch Creek Restoration component of the Watershed Project. With a total estimated cost of$179 million, the Bee Branch Watershed Flood Mitigation Project will prevent an estimated $582 million in damages over the 100-year design life of the project. That represents a return on investment of roughly $3 for each $1 spent. The Bee Branch Watershed Flood Mitigation Project represents a multi-phased, fiscally responsible investment. It reflects a holistic approach to mitigate flooding as it will improve water quality, stimulate investment, and enhance the quality of life of watershed residents. On February 3, 2014 the City Council approved the execution of a funding agreement with the State of Iowa Flood Mitigation Board authorizing the City's use of$98.5 million of state sales tax increment funding for the Bee Branch Watershed Flood Mitigation Project. The funding agreement incorporates the 20 year Project Plan and established the schedule as to when the various elements of the plan will be completed. The Upper Bee Branch Creek Restoration Project (Phase 7 of the Bee Branch Watershed Flood Mitigation Project) will be constructed through multiple contracts with the Upper Bee Branch Creek — Channel, Streets, & Utilities Project as the first. As the name suggests, the improvements associated with this contract are generally associated with the channel grading, the reconstruction of streets, and the relocation of City utilities (storm sewer, sanitary sewer, and water main) from Garfield Avenue to 24h Street. The grading work involves the removal and hauling away of roughly 200,000 cubic yards of soil to create the 2,000-foot long creek and flood plain area. To create the design flood capacity, creek construction includes the installation of retaining walls at various points along the length of the project. The creation of the flood plain involves the planting of over 300,000 square feet of vegetative surface restoration and the planting of over 550 trees and shrubs. The plantings are not purely aesthetic. They enhance the flood mitigation capabilities of the project, the overall health of the restored creek, and help prevent erosion. 2 The streets to be reconstructed as part of the project include Garfield Avenue at Kniest Street, Kniest Street between Rhomberg Avenue and Lincoln Avenue, Lincoln Avenue near Kniest Street, and finally 24th Street between Washington Street and Prince Street. Limited portions of Rhomberg Avenue and 22nd Street will also be reconstructed where they intersect the creek corridor. Prince Street, between 22nd Street and 24h Street, will be resurfaced with new curb and gutter. The utility work will include the relocation/reconstruction of roughly 4,000 feet of 8-inch through 36–inch sanitary sewer and roughly 3,000 feet of 6-inch through 20-inch water main at various locations. Storm sewer relocation includes roughly 3,000 linear feet of 12-inch through 72-inch storm sewer sizes. Included in the storm sewer work is the installation of baffle boxes at locations where storm sewers will discharge into the proposed creek. The baffle box system will capture trash, yard waste, and sediment in the storm sewer and prevent it from entering into the creek. The location of each collection system can be easily accessed by city maintenance equipment for the collection and proper disposal of waste material. This will help minimize long-term maintenance costs. Additional site work associated with this contract includes the installation of over 10,000 feet of conduit and fiber optic cable, over 60 lights, over 50 security cameras, drinking fountains, bike racks, benches, and interpretive signs. On April 20, 2015 the City Council adopted Resolution 135-15 approving the proposed plans, specifications, form of contract and estimated cost for the Upper Bee Branch Creek — Channel, Streets & Utilities Project in the estimated amount of$22,360,847.00 which includes construction ($18,518,300), construction contingency ($925,915), and engineering ($2,916,632). The City received two sealed bids on May 7, 2015, for the Upper Bee Branch Creek – Channel, Streets, & Utilities Project. One from Portzen Construction, Inc. of Dubuque, Iowa in the amount of$27,819,266.00 and one from Tricon General Construction of Dubuque, Iowa in the amount of $29,996,861 .77. The plan holder's list included 18 prime contractors but only two submitted bids. Also, thirty-three (33) sub-contractors were on the plan holder's list. The design engineers, Strand Associates, provided their findings relating to their review of the bids. Six work items accounted for 77.7% of the $9,300,966 difference between the engineer's estimate and the low bidder. The design engineer is at a disadvantage when trying to arrive at an opinion of probable cost. They can look at past, similar work and adjust for inflation or increases in material costs. For example, the unit price to install 36-inch diameter sanitary sewer as part of the Lower Bee Branch Creek Restoration Project let in 2010 was $202 per linear foot. 3 The Engineering News Record Construction Cost Index increased a total of 14.8% from 2010 to the present. Therefore, for similar work, the 2015 estimate for the same work would be roughly $232 per linear foot. Strand Associates estimated that the work would cost $340 per linear foot. Based on the low bid, the cost of this work is $402 per linear foot which represents nearly a 100% cost increase since 2010. Moreover, the 2010 unit price of$202 included the placement and compaction of backfill whereas the 2015 unit price of$402 did not. The engineer's estimate also reflects information obtained from potential contractors, sub-contractors, and suppliers. But the estimates provided by these firms are not binding, nor is there a guarantee that these firms will actually place a bid reflecting the very estimates provided to the engineer. It is difficult to factor in the bidding environment when providing an estimate because it is impossible to know the number of bidders who will submit a bid and actually compete for the job. Based on recent conversations with contractors and suppliers, there are other economic forces that cause bids to exceed estimated costs, including: • A regional concrete pipe supplier stated April, 2015 was the best April for shipping and production that his company has ever had. In fact, it exceeded their record April by over 15%. Last year their company had the best year ever in Iowa for sales. • A local general contractor stated that last year their company had their best year ever which exceeded previous year's work by over 15%. This year they are anticipating a record breaking year with an increase of work by 20%. • A local church went out for bids for an expansion project. The engineer's estimate was $1 .2 million. The low bid received in the fall of 2014 of$1 .7 million was 41 .7% over the engineer's estimate. The church re-bid the project including alternates and re-engineered plans anticipating bids to be lower in the spring of 2015. The low bid received in March 2015 was 2.2 million, 83.3% over the original engineer's estimate. • A city in southeast Iowa is currently taking bids on water plant improvements. According to a local contractor, only one bidder is showing any interest in the project. That city is currently in the process of attempting to find other suitable bidders. • A local contractor said that they have lost employees to other contractors in Iowa that are starting to pay above prevailing wages to workers. This is exacerbated by a $1 .8 billion fertilizer plant in southern Iowa that is using thousands of construction workers. • According to the U. S. Department of Labor, the unemployment rate for experienced construction workers is at its lowest since 2007. In last month's national employment numbers approximately one fourth of all new jobs created were in the construction industry with approximately 45,000 new jobs. 4 It is likely that risk also played a role in limiting the number of bidders and in the prices associated with the two actual bids. Due to the physical location of the Upper Bee Branch Creek Project in the heart of the flood prone area and the flooding history, there are inherently higher risks of damage to contractor operations and adjacent structures than are typically found on other construction projects. Construction risk can generally be defined as the potential for unknown, negative events to occur while the contractor is working on a project. The primary sources of risk on this project generally fall into three categories — local rainfall, Mississippi River levels, and the proximity of adjacent buildings to the project work area. The primary sources of risk impact the contractor's work in the following ways: • Intense localized rainfall during construction will generally flow toward the project area. Both overland rainfall and stormwater in pipes entering the project work area can cause flash flooding damage to work that is in the middle of being completed. Contractors have to mitigate this risk by building additional temporary stormwater handling facilities and controls greater than what is normally required on a typical construction project. • Some stormwater will ultimately enter the new open channel as it is being excavated, causing ground soils to become overly saturated so that contractors will not be able to operate heavy equipment until the soils have dried out. Work stoppages could be in the range of 3-7 days before excavation work can resume after a large rain storm. It is difficult for contractors to mitigate this risk. They can only pump dry the excavation hole after the rain event is over. • A secondary impact of local rainfall is a rise in the groundwater levels. The groundwater in the project area is also influenced by the Mississippi River stage. Groundwater trending measurements indicate that as the river level goes up, groundwater levels in the project area also increase. Additionally long-term groundwater monitoring data indicates that groundwater levels within the project area can rise and fall as much as 8 feet. In order for any deep utility or channel excavation work to occur on the project, a dewatering pump system will need to be installed by the contractors to artificially reduce the groundwater levels below the bottom of the excavation by an additional 2-4 feet. This means natural groundwater levels in the area will have to be lowered by as much as 15 feet. High groundwater levels result in additional dewatering pumping costs for contractors. The only practical way to mitigate this risk is to have additional dewatering pumping capability available to respond in a timely manner when groundwater levels increase. • There are several locations within the project limits that will require deep excavations in near proximity to adjacent buildings. The primary areas of concern include Garfield Avenue, 22nd Street and 24th Street. Advanced technology sheet piling and shoring systems will be required to ensure adjacent 5 buildings remain stable during excavation work. High groundwater levels in these same areas add to the overall complexity of the shoring systems. Risk mitigation strategies primarily consist of the selection of more expensive shoring systems to support the excavation work and active monitoring for excessive ground vibration and ground settlement. As part of the design phase, the project team conducted a risk assessment to identify major sources of risk during construction. After the areas of risk were identified, their potential of probability to occur along with their impact to project scope, quality, schedule, and cost were evaluated. Areas with high risk ratings were further evaluated and considered while making final updates to the design. Bid item 2 (Project Coordination & Administration), which was intended to quantify the contractor's costs associated with contract administration, coordination with others, etc. was bid at $2.4 million more than estimated. This is where the bidding contractors included some of the costs related to the higher risks associated with this project. The bid prices for sanitary sewer, storm sewer, and water main were also higher than expected indicating that risk concerns were reflected in these bid items as well. When the low bid exceeds the engineer's estimate by a significant amount such as 50%, the immediate thought is that the bids should be rejected. Typically the belief is that if the work is re-bid, it will result in lower bids and cost savings to the City. Because the Upper Bee Branch Creek — Channel, Streets, & Utilities Project is not a typical project, it is prudent to consider whether rejecting the current bids would actually result in cost savings to the City. The Upper Bee Branch Creek — Channel, Streets, & Utilities Project is just one of several improvement projects associated with the Bee Branch Creek Restoration Project and the larger, more encompassing Bee Branch Watershed Flood Mitigation Project. Rejection of the bids would prevent the City from moving forward with other improvement projects. Rejection of the bids would necessitate the rejection of the bids for the Upper Bee Branch Creek — Structures Project because the structures (bridges) cannot be constructed without the relocation of utilities and other work to be done as part of this bid. Without first completing this component of the creek project, the 22nd Street Storm Sewer and North End Storm Sewer projects would provide no flood mitigation benefit. In addition to simply delaying the completion of the improvements, rejecting the bids could result in the loss of$5,327,138 in grant funding due to scheduling requirements. The loss of grant funding will further delay the construction of improvements. The delays are due both to the time it takes to re-bid or re-package a project and to the loss of grant revenue. A typical course of action following the rejection of bids is to employ a value engineering process to try and reduce costs associated with the project in an attempt to re-bid the work and obtain more favorable bids. The estimated cost to re-package and re-bid the 6 current design would be approximately $150,000. Due to the loss of$5.3 million in grant funding, even if value engineering and more competitive bids were realized, so that the bids came in $5 million less than the current bids, the City would be no better off than it if it awarded the current bid. Based on the current bidding market, it is likely that rejecting the bids and value engineering might not result in lower bids, even if project elements were removed. For example, the difference in costs between the lowest bidder and the second low bidder to build the two bridges associated with the Upper Bee Branch Creek — Structures Project was over $1 million. With a report of 20 to 30 bridge projects to be let in the next several months, the low bidder might not re-bid on the City job if it has secured alternative work. Therefore, any potential savings would be offset by a higher cost to construct the bridge. Inflation is also a factor. According to many economists, the national unemployment rate of 5.5% reported in February, 2015 represents "full employment." As reported in the Wall Street Journal, if the unemployment rate drops below the "full employment' rate, it could result in inflation. Two major projects in SE Iowa and Central Iowa are sapping up the available work force. A $1 .8 billion fertilizer plant is still under construction in Wever, Iowa. Construction of a $700 million Alliant Energy Plant is drawing workers to Marshalltown, Iowa. IIW, P.C. states in the attached letter that "construction industry associations are indicating a growing shortage of qualified workers consistent with reports from some local contractors. One example is the Associated General Contractors of America, 2015 Construction Hiring and Business Outlook provided a survey and reported 81% of construction firms expect it will either become harder or remain difficult to find qualified workers in the next 12 months." These bid results show that is difficult to predict what will happen in terms of bidding in a few months if the project is re-bid. It is certain that rejecting the bids would delay the construction of incremental flood mitigation improvements, will result in the loss of grant funding so the City would have less money for improvements, and might not result in cost savings as the result of future lower bids. Despite being significantly more costly than anticipated, awarding the contract deserves consideration. Most importantly, awarding the bid will provide another incremental increase in the flood protection, just as the completed Carter Road Detention Basin, the completed W. 32"d Street Detention Basin, and the completed green alley systems do. Based on the hydraulic model, the improvements associated with the Upper Bee Branch Creek — Channel, Streets, & Utilities Project and the Upper Bee Branch Creek — Structures Project will reduce the depth of floodwaters by two feet from Garfield Avenue to 24th Street. Since the bid opening on May 7, City staff looked into the potential options associated with awarding the contract without an increase to planned debt or previously adopted 7 Stormwater Utility rates. The determination was that this could be accomplished by shifting funding from other phases of the Bee Branch Watershed Flood Mitigation Project to this phase. This would result in delaying improvements such as the work related to the railroad property and the flood protection for the Eagle Point Water Plant. The most significant component changes related to flood mitigation are the Bee Branch Creek Railroad Culverts and the pervious pavement systems (green alleys). In the case of the 240 alleys, the project plan showed them being completed within 20 years, but that time line could be extended. The design team also reviewed the bids to determine why the bids are so high. If awarded, two project improvements relating to soil handling and disposal could reduce the project cost by up to $1 .6 million. Awarding the contract also allows the City to award the Upper Bee Branch Creek — Structures contract which came in at just 4.2% over the engineer's estimate. Awarding the contract will not require the issuance of additional debt outlined in the already adopted Project Plan and will not require an increase in the stormwater utility rate structure already established by Ordinance 16-14. The recommendation outlines a plan that will allow the contract to be awarded and the project to proceed without increasing planned debt for the project and without increasing previously adopted stormwater utility rates. The recommendation will, however, include rescheduling other phases of the overall Bee Branch Watershed Flood Mitigation Project because it includes shifting funding for other phases of the project to this phase. The project will be funded by the Fiscal Year 2016 appropriation in the amount of $43,359,000 for the Bee Branch Creek Restoration Project — Phase 4 and Phase 7 of the Bee Branch Watershed Flood Mitigation Project. The City will continue to seek additional outside funding assistance. To date, the City has successfully secured $127 million in funding for the improvements associated with the Bee Branch Watershed Flood Mitigation Project. The $98,494,178 in sales tax increment funding from the state as part of the State Flood Mitigation Program will not be disbursed in one lump sum or as the City incurs expenses. Instead, the City is to receive the funding over a twenty-year period starting in 2014. The legislation enacting the program recognized that the issuance of debt might be required in order to immediately realize the flood mitigation improvements. In fact, a new type of revenue bond was born: a sales tax increment revenue bond to be issued this month. In accordance with the adopted Fiscal Year 2016 budget, the Upper Bee Branch Creek Restoration Project will be funded through the issuance of sales tax increment and state revolving loan fund (SRF) debt to be retired utilizing the schedule of annual payments of sales tax increment from the state. 8 I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen' MCVM:sv Attachment cc: Barry Lindahl, City Attorney Maureen Quann, Assistant City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Jennifer Larson, Budget Director Deron Muehring, Civil Engineer Steve Brown, Project Manager Randy Gehl, Public Information Officer Alexis Steger, Confidential Account Clerk 9 buque THE CITY OF E DU DUB 111.CRY Masterpiece on the MIssissippi 2007.2012.2013 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: May 15, 2015 SUBJECT: Upper Bee Branch Creek— Channel, Streets, & Utilities Project (CIP#7201654 & 3401654) INTRODUCTION The purpose of this memorandum is to recommend awarding the construction contract for the Upper Bee Branch Creek— Channel, Streets, & Utilities Project to the low bidder, Portzen Construction, in the amount of$27,819,266.00, which is 50.2% greater than the $18,518,300.00 engineer's estimate. I also recommend modifying the Bee Branch Watershed Flood Mitigation Project construction schedule so that awarding the contract can be done without increasing planned debt and without increasing previously adopted Stormwater Utility rates. BACKGROUND Since 1999 there have been six Presidential Disaster Declarations which included the Bee Branch Creek Watershed. More than 50% of Dubuque's population either lives or works in the watershed. The Drainage Basin Master Plan, completed and adopted by the City Council in 2001, established that there are more than 1,100 properties at risk of flood damage as a result of the flash flooding. Based on a subsequent study in 2009 by the Federal Emergency Management Agency (FEMA), 1,373 properties are at risk. In addition to homes, there are over 70 businesses in the at-risk area with over $500 million in annual sales. Eighty -five percent (85 %) of the impacted properties have buildings that are potentially eligible for listing on the National Register of Historic Places, the official list of the Nation's historic places worthy of preservation. In fact, fifty- seven percent (57%) of the buildings are more than 100 years old. The flood prone area in the Bee Branch Watershed encompasses historic neighborhoods offering some of the community's most affordable workforce housing. Most residents are working families, and many are elderly -- those least likely to recover from repetitive flood loss. Repetitive flood damage leads to disinvestment. From 2004 to 2009, while commercial property values grew by 39% citywide, they fell by 6% in the Bee Branch Watershed flood prone area. Residential property grew city wide by 21% during the same period, but only grew by 14 % in the flood prone area. Since 2001, the City has implemented many of the improvements outlined in the Drainage Basin Master Plan. But since 2001, several intense rain storms have occurred in the Dubuque metropolitan area so that revisiting the predicted hydrology and hydraulic behavior of the Bee Branch Watershed was appropriate. Over a 12-year period starting in 1999, there have been three 100-year storms, two 50-year storms, one 25-year storm, and one 10-year storm. Finally, it is important to consider how additional flood mitigation efforts undertaken by the City since 2001 fit with the overall effort to mitigate flooding. Therefore, work began to update/amend the Drainage Basin Master Plan. On November 18, 2013 the City Council passed Resolution 335-13 adopting the 2013 Drainage Basin Master Plan Amendment. The 2013 Amendment did not replace the 2001 Drainage Basin Master Plan. Instead, it built upon its foundation. The amended Drainage Basin Master Plan outlined several improvements throughout the Bee Branch watershed to mitigate the effects of future flooding and disasters. Collectively, the improvements form the basis of the Bee Branch Watershed Flood Mitigation Project outlined in Table 1 below. The subject of this bid is part of Phase 7, Upper Bee Branch Creek Restoration. Table 1. Twelve phases of the Bee Branch Watershed Flood Mitigation Project Phase Description 1 Carter Road Detention Basin Complete 2 West 32nd Street Detention Basin Complete 3 Historic Millwork District Complete 4 Lower Bee Branch Creek Restoration Functional 5 Flood Mitigation Gate Replacement 6 Impervious Surface Reduction (Green Alleys) Under Construction 7 Upper Bee Branch Creek Restoration 8 22nd Street Storm Sewer Improvements 9 Flood Mitigation Maintenance Facility 10 North End Storm Sewer Improvements 11 Water Plant Flood Protection 12 17th Street Storm Sewer Improvements With a total estimated cost of$179 million, the Bee Branch Watershed Flood Mitigation Project will prevent an estimated $582 million in damages over the 100-year design life of the project. That represents a return on investment of roughly $3 for each $1 spent. The Bee Branch Watershed Flood Mitigation Project represents a multi-phased, fiscally responsible investment. It reflects a holistic approach to mitigate flooding as it will improve water quality, stimulate investment, and enhance the quality of life of watershed residents. On February 3, 2014 the City Council adopted Resolution 31-14 authorizing the execution of a funding agreement with the State of Iowa Flood Mitigation Board and authorizing the City's use of sales tax increment funding for the Bee Branch Watershed Flood Mitigation Project. The funding agreement incorporates the Project Plan and established the schedule as to when the various elements of the plan will be completed. 2 The Upper Bee Branch Creek Restoration Project (Phase 7 of the Bee Branch Watershed Flood Mitigation Project) will be constructed through multiple contracts with the Upper Bee Branch Creek– Channel, Streets, & Utilities Project as the first. As the name suggests, the improvements associated with this contract are generally associated with the channel grading, the reconstruction of streets, and the relocation of City utilities (storm sewer, sanitary sewer, and water main) from Garfield Avenue to 24th Street. The grading work involves the removal and hauling away of roughly 200,000 cubic yards of soil to create the 2,000-foot long creek and flood plain area. To create the- design flood capacity, creek construction includes the installation of retaining walls at various points along the length of the project. The creation of the flood plain involves the planting of over 300,000 square feet of vegetative surface restoration and the planting of over 550 trees and shrubs. The plantings are not purely aesthetic. They enhance the flood mitigation capabilities of the project, the overall health of the restored creek, and help prevent erosion. The streets to be reconstructed as part of the project include Garfield Avenue at Kniest Street, Kniest Street between Rhomberg Avenue and Lincoln Avenue, Lincoln Avenue near Kniest Street, and finally 24th Street between Washington Street and Prince Street. Limited portions of Rhomberg Avenue and 22nd Street will also be reconstructed where they intersect the creek corridor. Prince Street, between 22nd Street and 24th Street, will be resurfaced with new curb and gutter. The utility work will include the relocation/reconstruction of roughly 4,000 feet of 8-inch through 36–inch sanitary sewer and roughly 3,000 feet of 6-inch through 20-inch water main at various locations. Storm sewer relocation includes roughly 3,000 linear feet of 12-inch through 72-inch storm sewer sizes. Included in the storm sewer work is the installation of baffle boxes at locations where storm sewers will discharge into the proposed creek. The baffle box system will capture trash, yard waste, and sediment in the storm sewer and prevent it from entering into the creek. The location of each collection system can be easily accessed by city maintenance equipment for the collection and proper disposal of waste material. This will help minimize long-term maintenance costs. Additional site work associated with this contract includes the installation of over 10,000 feet of conduit and fiber optic cable, over 60 lights, over 50 security cameras, drinking fountains, bike racks, benches, and interpretive signs. On April 20, 2015 the City Council adopted Resolution 135-15 approving the proposed plans, specifications, form of contract and estimated cost for the Upper Bee Branch Creek— Channel, Streets & Utilities Project in the estimated amount of$22,360,847.00 which includes construction ($18,518,300), construction contingency ($925,915), and engineering ($2,916,632). 3 DISCUSSION The City received two sealed bids on May 7, 2015, for the Upper Bee Branch Creek— Channel, Streets, & Utilities Project. A summary of the bid proposals received is as follows: Contractor Name Bid Portzen Construction, Inc. of Dubuque, Iowa $27,819,266.00 Tricon General Construction of Dubuque, Iowa $29,996,861.77 The plan holder's list included 18 prime contractors but only two submitted bids. Also, thirty-three (33) sub-contractors were on the plan holder's list. As part of the bidding process and prior to opening bids, prospective bidders sought clarifications and suggested multiple changes that would potentially result in cost savings to the City. One suggested change involved the limestone block to be utilized to construct the creek. The original specifications called for the creek to be constructed in part using the limestone blocks stockpiled along Prince Street and blocks salvaged from the sections of the limestone sewer to be removed as part of the project. It was suggested that it might be more cost effective to supply new cut limestone blocks rather than haul stockpiled blocks off-site, re-cut, and then returned to the construction site for use. Therefore, through addendum, the option of supplying new cut limestone was bid as an alternate to using the salvaged blocks. Based on the low bid, allowing for the use of new cut limestone block resulted in a savings of$327,360. Potential bidders also indicated that meeting the completion dates would require concrete to be poured through two winter seasons. While doing some cold weather work is feasible, the bidders expressed concern that heating the concrete to pour roadways and bridges in the winter would be cost prohibitive, if not impossible, and would likely add up to $2,000,000 in additional costs to the bid. Therefore, through addendum, the substantial completion date was changed to July 1, 2017, and the final completion date was changed to September 1, 2017. Even with this change, the flood mitigation improvements associated with the Upper Bee Branch Creek Restoration Project will be functional in time for the spring rains of 2017. In an attempt to ensure that bidders understood the site conditions and how they would affect their work, the City took the unusual step of holding a second pre-bid meeting. Despite these efforts, the low bid from Portzen Construction in the amount of$27,819,266 is 50.2% over the engineer's estimate of probable cost, which was $18,518,300. The design engineers, Strand Associates, provide their findings relating to their review of the bids in the attached letter. Six work items accounted for 77.7% of the $9,300,966 difference between the engineer's estimate and the low bidder as outlined in Table 2 below. 4 Table 2. Comparison of the six work items that accounted for 77.7% difference between the engineer's estimate and the low bidder. Work Item Estimate Low Bidder Difference % of Overage Project Coordination & o Administration $10,000 $2,373,460 $2,363,460 25.4/0 Compacted Backfill $1,000,000 $2,387,820 $1,387,820 14.9% Dewatering $200,000 $1,578,360 $1,378,360 14.8% Storm Sewer $2,623,121 $3,686,854 $1,063,733 11.4% Quarried Limestone Block $763,600 $1,322,017 $ 558,417 6.0% Excavation $3,000,000 $3,479,700 $479,700 5.2% Other $10,921,579 $12,991,055 $2,069,476 22.3% TOTAL $18,518,300 $27,819,266 $9,300,966 100.0% This does not fully explain why the low bid was significantly higher than the engineer's estimate. However, the design engineer is at a disadvantage when trying to arrive at an opinion of probable cost. They can look at past, similar work and adjust for inflation or increases in material costs. For example, the unit price to install 36-inch diameter sanitary sewer as part of the Lower Bee Branch Creek Restoration Project let in 2010 was $202 per linear foot. The Engineering News Record Construction Cost Index increased a total of 14.8% from 2010 to the present. Therefore, for similar work, the 2015 estimate for the same work would be roughly $232 per linear foot. Strand Associates estimated that the work would cost $340 per linear foot. Based on the low bid, the cost of this work is $402 per linear foot which represents nearly a 100% cost increase since 2010. Moreover, the 2010 unit price of$202 included the placement and compaction of backfill whereas the 2015 unit price of$402 did not. The engineer's estimate also reflects information obtained from potential contractors, sub-contractors, and suppliers. But the estimates provided by these firms are not binding, nor is there a guarantee that these firms will actually place a bid reflecting the very estimates provided to the engineer. It is difficult to factor in the bidding environment when providing an estimate because it is impossible to know the number of bidders who will submit a bid and actually compete for the job. Based on recent conversations with contractors and suppliers, there are other economic forces that cause bids to exceed estimated costs, including: • A regional concrete pipe supplier stated April, 2015 was the best April for shipping and production that his company has ever had. In fact, it exceeded their record April by over 15%. Last year their company had the best year ever in Iowa for sales. • A local general contractor stated that last year their company had their best year ever which exceeded previous year's work by over 15%. This year they are anticipating a record breaking year with an increase of work by 20%. 5 • A local church went out for bids for an expansion project. The engineer's estimate was $1.2 million. The low bid received in the fall of 2014 of$1.7 million was 41.7% over the engineer's estimate. The church re-bid the project including alternates and re-engineered plans anticipating bids to be lower in the spring of 2015. The low bid received in March 2015 was 2.2 million, 83.3% over the original engineer's estimate. • A city in southeast Iowa is currently taking bids on water plant improvements. According to a local contractor, only one bidder is showing any interest in the project. That city is currently in the process of attempting to find other suitable bidders. • A local contractor said that they have lost employees to other contractors in Iowa that are starting to pay above prevailing wages to workers. This is exacerbated by a $1.8 billion fertilizer plant in southern Iowa that is using up thousands of construction workers. • According to the U. S. Department of Labor, the unemployment rate for experienced construction workers is at its lowest since 2007. In last month's national employment numbers approximately one fourth of all new jobs created were in the construction industry with approximately 45,000 new jobs. It is likely that risk also played a role in limiting the number of bidders and in the prices associated with the two actual bids. Due to the physical location of the Upper Bee Branch Creek Project in the heart of the flood prone area and the flooding history, there are inherently higher risks of damage to contractor operations and adjacent structures than are typically found on other construction projects. Construction risk can generally be defined as the potential for unknown, negative events to occur while the contractor is working on a project. The primary sources of risk on this project generally fall into three categories — local rainfall, Mississippi River levels, and the proximity of adjacent buildings to the project work area. The primary sources of risk impact the contractor's work in the following ways: • Intense localized rainfall during construction will generally flow toward the project area. Both overland rainfall and stormwater in pipes entering the project work area can cause flash flooding damage to work that is in the middle of being completed. Contractors have to mitigate this risk by building additional temporary stormwater handling facilities and controls greater than what is normally required on a typical construction project. • Some stormwater will ultimately enter the new open channel as it is being excavated, causing ground soils to become overly saturated so that contractors will not be able to operate heavy equipment until the soils have dried out. Work stoppages could be in the range of 3-7 days before excavation work can resume 6 after a large rain storm. It is difficult for contractors to mitigate this risk. They can only pump dry the excavation hole after the rain event is over. • A secondary impact of local rainfall is a rise in the groundwater levels. The groundwater in the project area is also influenced by the Mississippi River stage. Groundwater trending measurements indicate that as the river level goes up, groundwater levels in the project area also increase. Additionally long-term groundwater monitoring data indicates that groundwater levels within the project area can rise and fall as much as 8 feet. In order for any deep utility or channel excavation work to occur on the project, a dewatering pump system will need to be installed by the contractors to artificially reduce the groundwater levels below the bottom of the excavation by an additional 2-4 feet. This means natural groundwater levels in the area will have to be lowered by as much as 15 feet. High groundwater levels result in additional dewatering pumping costs for contractors. The only practical way to mitigate this risk is to have additional dewatering pumping capability available to respond in a timely manner when groundwater levels increase. • There are several locations within the project limits that will require deep excavations in near proximity to adjacent buildings. The primary areas of concern include Garfield Avenue, 22nd Street and 24th Street. Advanced technology sheet piling and shoring systems will be required to ensure adjacent buildings remain stable during excavation work. High groundwater levels in these same areas add to the overall complexity of the shoring systems. Risk mitigation strategies primarily consist of the selection of more expensive shoring systems to support the excavation work and active monitoring for excessive ground vibration and ground settlement. As part of the design phase, the project team conducted a risk assessment to identify major sources of risk during construction. After the areas of risk were identified, their potential of probability to occur along with their impact to project scope, quality, schedule, and cost were evaluated. Areas with high risk ratings were further evaluated and considered while making final updates to the design. Bid item 2 (Project Coordination &Administration), which was intended to quantify the contractor's costs associated with contract administration, coordination with others, etc. was bid at $2.4 million more than estimated. This is where the bidding contractors included some of the costs related to the higher risks associated with this project. The bid prices for sanitary sewer, storm sewer, and water main were also higher than expected indicating that risk concerns were reflected in these bid items as well. When the low bid exceeds the engineer's estimate by a significant amount such as 50%, the immediate thought is that the bids should be rejected. Typically the belief is that if the work is re-bid, it will result in lower bids and cost savings to the City. Because the Upper Bee Branch Creek— Channel, Streets, & Utilities Project is not a typical project, it is prudent to consider whether rejecting the current bids would actually result in cost savings to the City. 7 The Upper Bee Branch Creek— Channel, Streets, & Utilities Project is just one of several improvement projects associated with the Bee Branch Creek Restoration Project and the larger, more encompassing Bee Branch Watershed Flood Mitigation Project. Rejection of the bids would prevent the City from moving forward with other improvement projects. Rejection of the bids would necessitate the rejection of the bids for the Upper Bee Branch Creek— Structures Project because the structures (bridges) cannot be constructed without the relocation of utilities and other work to be done as part of this bid. Without first completing this component of the creek project, the 22nd Street Storm Sewer and North End Storm Sewer projects would provide no flood mitigation benefit. In addition to simply delaying the completion of the improvements, rejecting the bids could result in the loss of $5,327,138 in grant funding due to scheduling requirements described in the Table 3 below. Table 3. Listing of grant funding that would be lost if the bids were rejected due to mandatory schedule requirements. GRANT FUNDING SOURCE AMOUNT Vision Iowa River Enhancement Community Attraction & Tourism Grant $2,060,000 RECAT US Economic Development Administration Disaster Resiliency Grant(EDA) $1,227,138 US Federal Highways National Scenic Byways Grant NSB $1,000,000 Iowa DOT/DMATS Transportation Enhancement Funds $940,000 Iowa DOT State Recreational Trails Grant $100,000 TOTAL $5,327,138 The loss of grant funding will further delay the construction of improvements. The table below illustrates how project improvements are delayed if the bids are rejected. The delays are due both to the time it takes to re-bid or re-package a project and to the loss of grant revenue. The schedule of when improvements can be constructed outlined in the table below is based on the availability of funding and the estimated cost to construct the improvements. The estimates for the improvements outlined in the table below have been increased by 10 to 25 percent over the original Bee Branch Watershed Flood Mitigation Project Plan (Project Plan) depending on the complexity of the improvements. 8 Table 4. Comparison of the adopted Bee Branch Watershed Flood Mitigation Project Plan schedule to the schedule if the bids are rejected. Schedule of when improvements could be constructed based on the availability of funding and the estimated cost to construct the improvements Construction Construction Schedule based Schedule based on Adopted on Rejection of Improvements Project Plan Bids Flood Mitigation Gate Replacement 2015 2015 Bee Branch Creek Railroad Sanitary Sewer Crossing 2015 2015 Lower Bee Branch Basin Overlook 2015 2024 Lower Bee Branch 15th Street Overlook 2015 2024 Upper Bee Branch - Channel, Streets, Utilities 2015-2016 2016-2017 Upper Bee Branch - Structures 2015-2016 2016-2017 Bee Branch Creek Railroad Culverts 2015-2016 2020 Upper Bee Branch Site Improvements (Heritage 2016 2017-2018 Trail, Amphitheater, Embankment Slides Upper Bee Branch Improvements north of 24` Street 2016 2017 at Comiskey Park Bee Branch Trail Connect between 16th and Garfield 2016 2017 22nd St Parking Lot 2016 2017 North End Storm Sewer 2017 2022 22nd Street Storm Sewer 2017 2022 Flood Mitigation Maintenance Facility 2015-2018 2022-2024 17th Street Storm Sewer 2019 2020-2022 Water Plant Flood Protection 2019 2025-2026 Pervious Pavement Systems Green Alleys) 2021-2033 2026-2040* *The number of alleys shifted beyond the original 20-year period ending in 2033 is between 50 and 70. A typical course of action following the rejection of bids is to employ a value engineering process to try and reduce costs associated with the project in an attempt to re-bid the work and obtain more favorable bids. The estimated cost to re-package and re-bid the current design would be approximately $150,000. Due to the loss of $5.3 million in grant funding, even if value engineering and more competitive bids were realized, so that the bids came in $5 million less than the current bids, the City would be no better off than it if it awarded the current bid. Based on the current bidding market, it is likely that rejecting the bids and value engineering might not result in lower bids, even if project elements were removed. For example, the difference in costs between the lowest bidder and the second low bidder to build the two bridges associated with the Upper Bee Branch Creek — Structures Project was over$1 million. With a report of 20 to 30 bridge projects to be let in the next several months, the low bidder might not re-bid on the City job if it has secured 9 alternative work. Therefore, any potential savings would be offset by a higher cost to construct the bridge. Inflation is also a factor. According to many economists, the national unemployment rate of 5.5% reported in February, 2015 represents "full employment." As reported in the Wall Street Journal, if the unemployment rate drops below the "full employment" rate, it could result in inflation. Two major projects in SE Iowa and Central Iowa are sapping up the available work force. The construction of a $1.8 billion fertilizer plant is still under construction in Wever, Iowa. Construction of a $700 million Alliant Energy Plant is drawing workers to Marshalltown, Iowa. IIW, P.C. states in the attached letter that "construction industry associations are indicating a growing shortage of qualified workers consistent with reports from some local contractors. One example is the Associated General Contractors of America, 2015 Construction Hiring and Business Outlook provided a survey and reported 81% of construction firms expect it will either become harder or remain difficult to find qualified workers in the next 12 months." These bid results show that is difficult to predict what will happen in terms of bidding in a few months if the project is re-bid. It is certain that rejecting the bids would delay the construction of incremental flood mitigation improvements, will result in the loss of grant funding so the City would have less money for improvements, and might not result in cost savings as the result of future lower bids. Despite being significantly more costly than anticipated, awarding the contract deserves consideration. Most importantly, awarding the bid will provide another incremental increase in the flood protection, just as the completed Carter Road Detention Basin, the completed W. 32nd Street Detention Basin, and the completed green alley systems do. Based on the hydraulic model, the improvements associated with the Upper Bee Branch Creek— Channel, Streets, & Utilities Project and the Upper Bee Branch Creek— Structures Project will reduce the depth of floodwaters by two feet from Garfield Avenue to 24t" Street. Since the bid opening on May 7, City staff looked into the potential options associated with awarding the contract without an increase to planned debt or previously adopted Stormwater Utility rates. The determination was that this could be accomplished by shifting funding from other phases of the Bee Branch Watershed Flood Mitigation Project to this phase. This would result in delaying improvements such as the work related to the railroad property and the flood protection for the Eagle Point Water Plant. Table 5 compares the construction schedule if the bids are rejected to the schedule if the contract was awarded. The most significant component changes related to flood mitigation are the Bee Branch Creek Railroad Culverts and the pervious pavement systems (green alleys). In the case of the 240 alleys, the project plan showed them being completed within 20 years, but that time line could be extended. The design team also reviewed the bids to determine why the bids are so high. If awarded, two project 10 improvements relating to soil handling and disposal could reduce the project cost by up to $1.6 million. The schedule associated with this option is also reflected in Table 5. Table 5. Comparison of the adopted Bee Branch Watershed Flood Mitigation Project Plan schedule to alternative schedule options that would not require an increase to planned debt or previously adopted Stormwater Utilit F rates. Construction Construction Construction Construction Schedule Schedule Schedule Schedule Based on based on based on Based on Awarding Bid Original Rejection of Awarding with $1.6 M Project Plan Bids Bid reduced through Project Improvements Improvements Flood Mitigation Gate 2015 2015 2015 2015 Replacement Bee Branch Creek Railroad 2015 2015 2015 2015 Sanitary Sewer Crossing Lower Bee Branch Basin Overlook_ 2015 2024 2015 2015 Lower Bee Branch 15th Street 2015 2024 2015 2015 Overlook Upper Bee Branch - Channel, 2015-2016 2016-2017 2015-2016 2015-2016 Streets, Utilities Upper Bee Branch - Structures 2015-2016 2016-2017 2015-2016 2015-2016 Bee Branch Creek Railroad 2015-2016 2020 2019 2019 Culverts Upper Bee Branch Site Improvements (Heritage Trail, 2016 2017-2018 2016 2016 Amphitheater, Embankment Slides Upper Bee Branch Improvements north of 24'" Street at Comiskey 2016 2017 2016 2016 Park Bee Branch Trail Connect 2016 2017 2016 2016 between 16th and Garfield 22nd St Parking Lot 2016 2017 2016 2016 North End Storm Sewer 2017 2022 2017 2017 22nd Street Storm Sewer 2017 2022 2017 2017 Flood Mitigation Maintenance 2015-2018 2022-2024 2015-2017 2015-2017 Facility 17th Street Storm Sewer 2019 2020-2022 2020-2022 2019-2021 Water Plant Flood Protection 2019 2025-2026 2023-2024 2022-2023 Pervious Pavement Systems 2021-2033 2026-2040* 2024-2040* 2023-2040* Green Alleys *The number of alleys shifted beyond the original 20-year period ending in 2033 to between 50 and 70. NOTE: The schedule outlined above showing when improvements can be constructed is based on the availability of funding and the estimated cost to construct the 11 improvements. The estimates have been increased by 10 to 25 percent over the original Project Plan developed in 2013 depending on the complexity of the improvements. Awarding the contract also allows the City to award the Upper Bee Branch Creek— Structures contract which came in at just 4.2% over the engineer's estimate. RECOMMENDATION I recommend that the contract be awarded to Portzen Construction, Inc. in the amount of $27,819,266.00 for the Upper Bee Branch Creek— Channel, Streets, & Utilities Project. I further recommend adopting the Bee Branch Watershed Flood Mitigation Project Plan schedule outlined Table 6 below. Table 6. Proposed Bee Branch Watershed Flood Mitigation Project Plan schedule Project Plan Construction Improvements Schedule Flood Mitigation Gate Replacement 2015 Bee Branch Creek Railroad Sanitary Sewer Crossinq 2015 Lower Bee Branch Basin Overlook 2015 Lower Bee Branch 15th Street Overlook 2015 Upper Bee Branch - Channel, Streets, Utilities 2015-2016 Upper Bee Branch - Structures 2015-2016 Bee Branch Creek Railroad Culverts 2019 Upper Bee Branch Site Improvements (Heritage 2016 Trail, Amphitheater, Embankment Slides Upper Bee Branch Improvements north of 24t Street 2016 at Comiskey Park Bee Branch Trail Connect between 16th and Garfield 2016 22nd St Parking Lot 2016 North End Storm Sewer 2017 22nd Street Storm Sewer 2017 Flood Mitigation Maintenance Facility 2015-2017 17th Street Storm Sewer 2019-2021 Water Plant Flood Protection 2022-2023 Pervious Pavement Systems Green Alleys) 2023-2040* BUDGET IMPACT Awarding the contract will not require the issuance of additional debt outlined in the already adopted Project Plan or require adjusting the stormwater utility rate structure already established by Ordinance 16-14 outlined in the Table 7 below. 12 Table 7. Illustration that awarding the contract to the low bidder will not require any adjustments to the current Stormwater Utility rates established via Ordinance 16-14. FY16 FY17 FY18 FY19 FY20 FY21 FY22 Current Rates Established by Ordinance $6.38 $6.81 $7.27 $7.76 $8.29 $8.85 $9.00 16-14 Rates if Contract is $6.38 $6.81 $7.27 $7.76 $8.29 $8.85 $9.00 Awarded The recommendation outlines a plan that will allow the contract to be awarded and the project to proceed without increasing planned debt for the project and without increasing previously adopted stormwater utility rates. The recommendation will, however, include rescheduling other phases of the overall Bee Branch Watershed Flood Mitigation Project because it includes shifting funding for other phases of the project to this phase. If awarded, the cost of the Upper Bee Branch Creek— Channel, Streets, & Utilities Project will be as follows: Engineer's Estimate Bid Construction Contract $ 18,518,300.00 $27,819,266.00 Contingency 925,915.00 925,915.00 Engineering _ 2,916,632.00 2,916,632.00 $ 22,360,847.OQ 131,661,813.00 The project will be funded by the Fiscal Year 2016 appropriation in the amount of $43,359,000 for the Bee Branch Creek Restoration Project— Phase 4 and Phase 7 of the Bee Branch Watershed Flood Mitigation Project [CIP#7201654]. The City will continue to seek additional outside funding assistance. To date, the City has successfully secured $127 million in funding for the improvements associated with the Bee Branch Watershed Flood Mitigation Project. For the purpose of Resolution 389-05 which establishes the City Manager's authority to approve change orders, the budget associated with this contract would be $27,819,266.00 if the contract is awarded. The $98,494,178 in sales tax increment funding from the state as part of the State Flood Mitigation Program will not be disbursed in one lump sum or as the City incurs expenses. Instead, the City is to receive the funding over a twenty-year period starting in 2014. The legislation enacting the program recognized that the issuance of debt might be required in order to immediately realize the flood mitigation improvements. In 13 fact, a new type of revenue bond was born: a sales tax increment revenue bond to be issued this month. In accordance with the adopted Fiscal Year 2016 budget, the Upper Bee Branch Creek Restoration Project will be funded through the issuance of sales tax increment and state revolving loan fund (SRF) debt to be retired utilizing the schedule of annual payments of sales tax increment from the state. REQUESTED ACTION I respectfully request adoption of the attached resolution awarding the construction contract for the Upper Bee Branch Creek— Channel, Streets, & Utilities Project to Portzen Construction, Inc. of Dubuque, Iowa in the amount of$27,819,266.00 and modifying the construction schedule of improvements associated with the Bee Branch Watershed Flood Mitigation Plan so that awarding the contract for the Upper Bee Branch Creek— Channel, Streets, & Utilities Project can be done without increasing planned debt and without increasing previously adopted Stormwater Utility rates. Attach. Prepared by Steve Sampson-Brown and Deron Muehring cc: Barry Lindahl, City Attorney Maureen Quann, Assistant City Attorney Jenny Larson, Budget Director Teri Goodman, Assistant City Manager Ken TeKippe, Finance Director Deron Muehring, Civil Engineer II 14 RESOLUTION NO. 176-15 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE UPPER BEE BRANCH CREEK — CHANNEL, STREETS, & UTILITIES PROJECT Whereas, sealed proposals have been submitted by contractors for the Upper Bee Branch Creek — Channel, Streets, & Utilities Project (theProject) )pursuant to Resolution No. 108-15 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 10th day of April, 2015; and Whereas, said sealed proposals were opened and read on the 7th day of May, 2015 and it has been determined that Portzen Construction, Inc. of Dubuque, Iowa, with a bid in the amount of $27,819,266.00, is the lowest responsive, responsible bidder for the Project. Whereas, awarding of the contract will be contingent upon Economic Development Administration bid award concurrence and Iowa Department of Natural Resources State Revolving Fund bid award approval for the Upper Bee Branch Creek — Channel, Streets & Utilities Project. Whereas, the Bee Branch Watershed Flood Mitigation Project Plan schedule milestones shall be amended to reflect the dates below. 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. That the Bee Branch Watershed Flood Mitigation Project Plan schedule milestones are hereby amended as follows: Improvements Flood Mitigation Gate Replacement Bee Branch Creek Railroad Sanitary Sewer Crossing Lower Bee Branch Basin Overlook Project Plan Construction Schedule 2015 2015 Lower Bee Branch 15th Street Overlook Upper Bee Branch - Channel, Streets, Utilities Upper Bee Branch - Structures Bee Branch Creek Railroad Culverts Upper Bee Branch Site Improvements (Heritage Trail, Amphitheater, Embankment Slides) 2015 2015 2015-2016 2015-2016 2019 2016 Upper Bee Branch Improvements north of 24th Street at Comiskey Park 2016 Bee Branch Trail Connect between 16th and Garfield 2016 22nd St Parking Lot 2016 North End Storm Sewer 2017 22nd Street Storm Sewer 2017 Flood Mitigation Maintenance Facility 2015-2017 17th Street Storm Sewer 2019-2021 Water Plant Rood Protection 2022-2023 Pervious Pavement Systems (Green Alleys) 2023-2040* Passed, approved and adopted this 18th day of May, 2015. LynrV. Sutton, Mayor Pro Tem Attest: Kevin 5. 1irnstahl, (SMC,' ity Clerk �® Strand Associates, Inc® 910 West Wingra Drive Madison,WI 53715 (P)608-251-4843 STRAND (F)608-251-8655 ASSOCIATES` May 14, 2015 Mr. Deron Muehring, P.E. City of Dubuque 50 West 13th Street Dubuque, IA 52001 Re: Upper Bee Branch Creek Channel, Streets, and Utilities Contract No. 1-2015 City of Dubuque, Iowa Dear Mr. Muehring: Bids for the above-referenced project were opened on May 7, 2015. Two bids were received for the project. The low base bid(plus Alternative Bid No. 1)of$27,818,891 from Portzen Construction Inc. of Dubuque, Iowa was greater than ENGINEER'S opinion of probable construction cost (OPCC) of $18,518,000. Basis of ENGINEER's OPCC: The OPCC was developed in a unit price bid format similar to other municipal street and utility projects and very similar to the Lower Bee Branch Restoration project that was bid on May 25,2010.The majority of the unit prices in the OPCC were developed from the bid results of the Lower Bee Branch Restoration project adjusted for inflation over the 5 year timeframe between projects. Adjustments were also made to account for the differences in proposed quantities, differences in the general nature of the work, and material supplier feedback. During the bidding process it was discovered that the cost of the following items significantly exceeded our estimated costs: Dewatering(Removal and pumping of groundwater below the proposed construction elevation): OPCC= $200,000 Tricon Cost Bid=$981,085 Portzen Cost Bid=$1,578,360 Temporary Soil Retention(Shoring/Sheet Pile, etc.): OPCC= $800,000 Tricon Cost Bid= $2,560,000 Portzen Cost Bid=$1,117,500 Erosion Control (Silt Fence, Storm sewer catch basin protection, etc.): OPCC=$10,000 Tricon Cost Bid= $222,000 Portzen Cost Bid= $78,225 EDV:cam\R\MAD\DocumentsASpecifications\ArchiveA2015\Dubuque, IAA1154.007.1-2015.mhbA(16) Specification LettersA(a) Resulting Bid TabulationABid Evaluation Letter.docx Arizona I Illinois I Indiana I Kentucky I Ohio I Texas I Wisconsin www.strand.com Strand Associates, Inco Mr. Deron Muehring, P.E. City of Dubuque Page 2 May 14, 2015 Traffic Control (Road closures, detour signage, etc.): OPCC= $50,000 Tricon Cost Bid=$213,790 Portzen Cost Bid=$127,050 Quarried Limestone Block Low Flow Channel Base Laver: OPCC= $462,000 Tricon Cost Bid=$704,365 Portzen Cost Bid=$739,777 Quarried Limestone Block Low Flow Channel Upper Laver: OPCC=$115,600 Tricon Cost Bid=$206,346 Portzen Cost Bid=$ 216,750 Quarry Limestone Blocks-Low Flow Channel Mid Layers: OPCC=$186,000 Tricon Cost Bid=$332,010 Portzen Cost Bid=$365,490 The above items, other than the quarried limestone, are traditionally challenging to quantify. The disparity between the two bids received for these items support this. The underestimation of the quarried limestone items is the result of an inaccurate estimated quantity in the engineer's OPCC in combination with higher than anticipated material prices for the limestone. Evaluation of Bids: The City received bids from Portzen Construction Inc. and Tricon Construction Group. Tricon Construction is the apparent low bidder for Contract 2-2015 that was opened one week earlier on April 30, 2015. Based on the evaluation of bid items and feedback from Tricon Construction, it is apparent that Tricon did not decide to bid the project until approximately 5 days prior to the bid opening. Extremely high unit prices for channel excavation and removals(pavement removal, existing bee branch culvert removal, tree stump removal) suggested they had not identified all subcontractors or sources for the work. Tricon's roadway, landscaping, sanitary sewer, watermain, electrical (lighting), and fiber (security camera system) costs all were near or below the ENGINEER's OPCC. The evaluation of Portzen's low bid for Contract 1-2015 identified that the channel excavation,removals (pavement removal, existing bee branch culvert removal)and major utilities(sanitary sewer, water main, storm sewer) unit bid costs were significantly higher than the unit costs in the ENGINEER'S OPCC. In general, the bid items associated with removals and channel excavation increased approximately 70% from the low bids received on the Lower Bee Branch project from 5 years ago. Also, the bid items EDV:cam\R\MAD\DocumentsASpecifications\ArchiveA2015\Dubuque, IAA1154.007.1-2015.mhbA(16) Specification LettersAnu Resulting Bid TabulationABid Evaluation Letter.docx www.strand.com Strand Associates, Inc" Mr. Deron Muehring, P.E. City of Dubuque Page 3 May 14, 2015 associated with the sanitary sewer,water main,and storm sewer increased approximately 80%from the low bids received on the Lower Bee Branch project from 5 years ago. Portzen's roadway, landscaping, and electrical/security utility costs all were near or below the ENGINEER'S OPCC. The Engineering News Record Construction Cost Index increased 14.8%from 2010 to present. Below is a list of factors that may have influenced the bid costs received: Lack of Bidders/Competition: A lack of bidders historically results in higher construction bid prices. Discussions with several potential bidders that did not submit bids suggested they were concerned that they could not compete with the Prime Bidder/Excavation Subcontractor tandem of Portzen Construction/Tschiggfrie Excavating given their access to soil disposal sites. Timing of Bidding: Discussions with other potential bidders that did not submit bids suggested that the number of other projects currently bidding, current workloads, and bonding capacities for the 2015 construction season influenced their decision to not submit bids as a Prime Bidder or as an Excavation Subcontractor. Local Source Requirements: Requirements for quarried limestone from Dubuque County and requirements for soil disposal in the state of Iowa are examples of local source requirements that contributed to the lack of competition on several bid items. Cost savings could be realized through value engineering. Discrepancies in Take-Offs: The approximate quantities provided by the low bidder for the lump sum items of Excavation and Granular Backfill differ significantly from the ENGINEER'S approximate quantities. Cost savings could be realized through value engineering. Risk: Discussions with the bidders and potential bidders that did not submit bids suggested that the unique nature of the project combined with complexities with dewatering and soil retention adjacent to buildings during construction posed additional risk to the contractors. Line item No. 2 (Coordination, Administration, and Meetings) was added to the bid form, just prior to bidding, to help identify the administrative costs related to coordination and meetings required during construction. Coordination. Administration, Meetings: OPCC=$10,000 Tricon Cost Bid= $2,000,000 Portzen Cost Bid=$2,373,460 After discussions with the two bidding contractors, the following costs were included into this bid item: -Profit -Unknowns/Risk EDV:cam\R\MAD\DocumentsASpecifications\ArchiveA2015\Dubuque, IAA1154.007.1-2015.mhbA(16) Specification LettersAnu Resulting Bid TabulationABid Evaluation Letter.docx www.strand.com Strand Associates, Inc" Mr. Deron Muehring, P.E. City of Dubuque Page 4 May 14, 2015 -Overall Contract Scheduling and Meeting Requirements -Overall Contract Coordination(Contract 2-2015 and other Future contracts) Historically, unit prices for the various elements of a construction project contain the profit and the risk associated with a specific project element(rather than including portions of that cost in a single item as described above). Given the significant discrepancy in the ENGINEER'S OPCC to the apparent low bidder costs,we would recommend the City evaluate the following options: 1. Award Contract 2-2015 and Contract 1-2015 to the respective low bidders. 2. Reject bids and consider rebidding smaller construction packages. 3. Reject bids and consider rebidding a larger(one contract)overall package. 4. Reject bids and consider rebidding the same contracts. Please refer to the letter from IIW P.C. highlighting current and future construction cost trends when evaluating the options listed above. Feel free to contact me with any questions. Sincerely, STRAND ASSOCIATES, INC.® Eric D. Vieth, P.E. EDV:cam\R\MAD\DocumentsASpecifications\ArchiveA2015\Dubuque, IAA1154.007.1-2015.mhbA(16) Specification LettersAnu Resulting Bid TabulationABid Evaluation Letter.docx www.strand.com IIW, P. C. May 14, 2015 www.iiwengr.com ARCHITECTURE Mr. Deron Muehring, P.E. CIVIL ENGINEERING City of Dubuque CONSTRUCTION SERVICES 50 W. 13th St ENVIRONMENTAL ENGINEERING Dubuque, IA 52001 LAND SURVEYING MUNICIPAL ENGINEERING Re: Upper Bee Branch Creek STRUCTURAL ENGINEERING City of Dubuque, Iowa TRANSPORTATION ENGINEERING Dear Mr Muehring: Dennis F.Waugh,PE/SE* As requested, IIW, P.C. has prepared the following regarding the current and future construction Charles A.Cate,PE** cost trends to assist in the City's evaluation of the alternatives for the Upper Bee Branch Creek. We Gary D.Sejkora,PE would not consider this to be a comprehensive study, rather a recent compilation of data and Michael A.Jansen,PE/SE reported information in conjunction with the evaluation of the Contract 1-2015 and Contract 2-2015 Ronald A.Balmer,PE/SE/AIA P 1 Timothy J.Tranel,PE* bids for the Upper Bee Branch. John F.Wandsnider,PE Julie P.Neebel,PE The Iowa Department of Transportation publishes a price trend index for Iowa highway construction. James P.Kaune,PE The 4th Quarter 2014 Report is the latest our office was able to access as the 1 It Quarter 2015 Thomas J.Oster,PLS** Report is pending completion in approximately 3 weeks. The 4th Quarter 2014 Annual Price Trend Wray A.Childers,PLS** Composite Index increased from 268.4 in 2013 to 292.0 in 2014 suggesting an 8.8% increase in Geoffry T.Blandin,PE construction cost from 2013 to 2014 for the three major categories of construction including Mark C.Jobgen, PE Lauren N.Ray,PE/SE Roadway Excavation, Pavement and Structures. The most notable increases occurred in concrete Cody T.Austin,PE* pavement and concrete structures. We requested a forecasted price trend; however the IDOT Marc D.Ruden,PE reported they do not have that information. Mark R.Fassbinder,AIA* Michael A.Ruden,NCARBIAIA* A sampling of recent and local projects illustrates what appears to be volatility in bids for public Craig J.Elskamp,AIA infrastructure projects. In our opinion,this is evidenced by not only comparing the low bids to the Eric J.Helminiak,PE/SE* estimates, but comparing the range of bids received. Examples include the Upper Bee Branch Steven J.Hunn,PE Contract 2-2015 Structures $5.7 mil to$7.7 mil), Dubuque Airport Utilities $9.4 mil to$11.1 mil), Jeffrey J.Brandt,PLS ( ) q P ( ) Craig L.Geiser,PLS and Lake Delhi Dam Phase 2($7.9 to$10.7 mil). We received several reports from local Adam J.Moris,PE contractors of public infrastructure projects where the low bids were double digit percentages higher David A.Leapaldt,AIA,CID* than estimated (e.g. Durant, Iowa WWTF), instances where bid dates were being extended to attract Nathan W.Miller,PE more bidders(e.g. North Liberty WWTF), and one instance of a single bidder from Kentucky(e.g. Damian D.Baumhover,AIA Ottumwa Water Treatment Plant). Nicholas A.Schneider,PE Christian J.Hendrie,AIA Reportedly,construction industry associations are indicating a growing shortage of qualified workers Eldon M.Schneider,PE Whitney A.Lougheed,AIA* consistent with reports from some local contractors. One example is the Associated General Contractors of America, 2015 Construction Hiring and Business Outlook provided a survey and reported 81%of construction firms expect it will either become harder or remain as difficult to find *LEED AP qualified workers in the next 12 months. NICC was able to provide the attached Construction **Retired Occupation and Industry Outlook(Ten Years), Dubuque County as well regarding labor shortage. Regional demand may also be attributable to labor shortages and increases in material costs. For example,the Iowa DOT reportedly plans a record $700 mil in 2015 for road construction in addition to$200 mil for street&bridge repairs, and new paving. Cedar Rapids flood protection projects, coupled with reportedly an unprecedented amount of construction in the Iowa City and Coralville area are noted. 4155 Pennsylvania Avenue, Dubuque, IA 52002-2628 ♦ [P]563.556.2464/800.556.4491 ♦ [F]563.556.7811 A . O . Upper Bee Branch Creek May 14, 2015 Page 2 of 2 Once again we acknowledge this is not a comprehensive study. The intent is to provide a relatively quick compilation of information to assist the City in evaluating the options presented in the May 14, 2015 correspondence from Strand Associates, Inc. Sincerely, Ilw, C. Michael A.Jansen, P.E., S.E. Chief Executive Officer I Principal Civil &Structural Engineer Enc. Cc: Strand Associates, Inc. Bee Branch Watershed Flood Mitigation Project Update FLOOD MITIGATION PROJECT YIVIPPF111FF r1 i_119111g1 "`+ 140 Masterpiece on the Mississippi May 15, 2015 Project Update City Council Considers Upper Bee Branch Contract Staff recommendation allows project to proceed without increasing planned debt and without increasing previously adopted stormwater rates The May 18 Dubuque City Council meeting agenda includes consideration of two contracts for the Upper Bee Branch Creek Restoration phase of the Bee Branch Watershed Flood Mitigation Project. Contract one is for the construction of the channel, streets, and utilities and contract two is for structures (bridges, culverts, etc.) related to the creek restoration between Garfield Avenue and East 24th Street. This work is scheduled to begin in June. The engineering estimate of probable cost for contract one was $18,518,300. Only two bids were received for the project, with the low bid being $27,819,266 ($9,300,966 above estimate) from Portzen Construction, Inc. of Dubuque and the high bid $29,996,692. City staff and the project consultants believe only two bids were received for the project and bids were significantly higher than the estimate because of the complexity of the project, the risk involved with working in a flood zone, and the current abundance of work locally and regionally for contractors. Since the bid opening on May 7, City staff and project consultants have scrutinized the bids, reviewed estimated project costs, reviewed impacts of rejecting the bids, and developed a recommendation to award the low bid to Portzen Construction, Inc. The staff recommendation outlines a plan that will allow the contract to be awarded and the project to proceed without increasing planned debt for the project and without increasing previously adopted stormwater rates. The recommendation will, however, include delaying other phases of the overall Bee Branch Watershed Flood Mitigation Project because it includes shifting funding for other phases of the project to this phase. The City Council has the option to award the contract or reject the bids. The staff recommendation includes project improvements resulting in $1.6 million in cost reductions through alternative soil management and placement. To further address the $9.3 million gap between the project estimate and the low bid, staff are recommending that the work that is not part of this bid involving the railroad property be delayed from 2016 until 2019, the flood protection for the Eagle Point Water Plant on Hawthorne Street be delayed from 2020 until 2023, and 50-70 of the project's 240 green alley reconstructions be delayed beyond 2034 but completed by 2041. These project schedule adjustments will free up for immediate use sales tax increment funds awarded through the Iowa Flood Mitigation Board to fund the additional costs for the Upper Bee Branch Creek Restoration phase of the project. The railroad and water plant projects will still be funded by sales tax increment funds, as planned just later than currently scheduled. The alley reconstructions would be funded by stormwater utility funds and additional grants, beyond the 20 - year watershed project period. Awarding the contract and completing the project work from Garfield Avenue to East 24th Street will create incremental but significant improvements in storage and conveyance of stormwater. The restored creek will create additional capacity to safely move stormwater through the flood -prone area. If the City rejects the bids for contract one, it would also be necessary to reject the bids for contract two (for the structures). Other outcomes of rejecting contract one bids include: delayed flood protection due to a minimum one-year delay of project completion, loss of up to $5.3 million in grant funding due to mandatory schedule requirements, What is the Bee Branch Watershed? and up to $150,000 to rebid the project. Other considerations related to rejecting the bids include the possibility of modifying the project but not receiving more favorable bids due to an even more competitive bidding environment and increased labor and material costs, resulting in a significant project delay with no measurable cost -savings benefits or additional flood protection. To read the full staff recommendation, visit www.cityofdubuque.org/beebranch. The City Council meeting will be held on Monday, May 18, at 6:30 p.m. in the City Council Chambers on the second floor of the Historic Federal Building at 350 W. Sixth Street. All meetings are broadcast on CityChannel Dubuque (channels 85.2 and 8 on the Mediacom cable system) and streamed live and archived at www.cityofdubuque.org/media. The complete City Council agenda and related documents are available at www.cityofdubuque.org/agendas. The Bee Branch Watershed is a 6.5 square mile area of Dubuque that drains to the Bee Branch Creek, and where over 50 percent of the city's residents either live or work. Based on a 2009 Federal Emergency Management Agency (FEMA) study, 1,373 homes and businesses in the watershed are prone to flooding, including 70 businesses that employ over 1,400 people. Progress and Future Improvements Several Bee Branch Project infrastructure improvements are already completed, including two detention basins, a complete streets project in the Millwork District, and the Lower Bee Branch Creek Restoration. In addition to the Upper Bee Branch Creek Restoration, future infrastructure improvements include increasing the capacity of multiple storm sewers and converting alleys in the Bee Branch Watershed from traditional impervious surfaces to permeable pavers that allow water to pass through its surface and filter into the soil below. For additional details on the Bee Branch Watershed Flood Mitigation Project, visit www.cityofdubuque.org/beebranch. Bee Branch Project Updates To receive Bee Branch Project -related updates and alerts via email and/or text, subscribe to the Bee Branch Notify Me at www.cityofdubuque.org/notifyme. We also invite you to like the Bee Branch Watershed Flood Mitigation Project on Facebook at www.facebook.com/ beebranchdbq and/or follow it on Twitter at www.twitter.com/beebranchdbq. For general questions or comments, email beebranch@cityofdubuque.org or call (563) 690-6068.