Loading...
Kerper Blvd. Sanitary Sewer Reconstruction Project Award Copyrighted November 19, 2018 City of Dubuque Action Items # 1. ITEM TITLE: Kerper Blvd. SanitarySewer Reconstruction ProjectAward SUMMARY: City Manager recommending award of the construction contract for the Kerper Blvd. Sanitary Sewer Reconstruction Project to the low bidder Tschiggfrie Excavating Co., pending approval from the lowa Financing Authority. RESOLUTION Awarding public improvement contract for Kerper Blvd. Sanitary Sewer Reconstruction Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Kerper Blvd Sanitary Sewer Reconstruction-NNM City Manager Memo Memo Staff Memo Staff Memo Resolution Resolutions Bid Tab Supporting Documentation THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Kerper Blvd. Sanitary Sewer Reconstruction CIP 7102663 DATE: November 13, 2018 Sealed bids were received for the Kerper Blvd. Sanitary Sewer Reconstruction Project. City Engineer Gus Psihoyos recommends award of the construction contract to the low bidder, Tschiggfrie Excavating Co., in the amount of$2,279,444.90 pending approval from the lowa Financing Authority. This is 42.11% under the estimate of probable cost. The City experienced a significant sanitary sewer overflow in August 2015 in a heavy industrial area along Kerper Boulevard. The overflow prompted an extensive investigation as to how and why the overflow occurred. The investigation by City staff found the overflow had occurred due to premature weakening of the sanitary sewer. The failed section of sanitary sewer was located through a 66-inch diameter storm sewer which allowed wastewater to enter the storm sewer. Engineering staff have identified several different issues with the Kerper Boulevard sanitary sewer and investigated different options for the replacement of the sewer. Staff selected one of the options and issued the design for bidding in May of 2017. The estimated construction cost of the project was $3,762,675.00. Two Bids were received on June 8, 2017, for the Kerper Boulevard Sanitary Sewer Reconstruction Project. The bids were substantially over the estimated construction cost with a low bid of $5,494,539.26, both bids were rejected. Engineering staff re-evaluated the design for cost saving measures and developed three additional design alternatives for consideration. The selected alternative is for full replacement of the failed gravity sewer system on Kerper Boulevard, with a combination of a force main and gravity system. The new alignment will start at an existing manhole, connected to a 24-inch diameter sanitary sewer with sufficient capacity to accept flows from the Kerper Boulevard service area. Approximately 2/3 of the project will be able to be constructed within public right-of-way. The remaining 1/3 will be constructed on easements across private property. The selected alternative reduces estimated construction costs and impact to businesses and traffic along E. 16th Street, near Kerper Boulevard. This was achieved by modifying the previous alignment and utilizing a single lift station and force main. The modified alignment is located along the U.S. Highway 151/61 corridor, between E. 16th Street and Kerper Blvd. The single lift station allows for a much shallower pipe installation and avoids the need for dewatering and specialized trench shoring for that portion of the project. This alignment modification also eliminated the majority of pavement replacement costs on E. 16th Street and at the intersection with Kerper Boulevard. This change in alignment also avoids the need to close the U.S. Highway 151/61 ramps, at Kerper Boulevard and virtually eliminates the access impact to businesses along E. 16th Street. I concur with the recommendation and respectfully request Mayor and City Council approval. l�.ts��"�,t+'1 lrtu�, ;g,,s�__. Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer 2 THE CITY OF Dubuque �' uFInelleoClry DUB E 'iI���A, Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: November 8, 2018 SUBJECT: Kerper Blvd. Sanitary Sewer Reconstruction CIP 7102663 INTRODUCTION The enclosed resolution authorizes the award of the construction contract for the Kerper Blvd. Sanitary Sewer Reconstruction. BACKGROUND The City experienced a significant sanitary sewer overflow in August 2015 in a heavy industrial area along Kerper Boulevard. The overflow prompted an extensive investigation as to how and why the overflow occurred. The investigation by City staff found the overflow had occurred due to premature weakening of the sanitary sewer. The failed section of sanitary sewer was located through a 66-inch diameter storm sewer which allowed wastewater to enter the storm sewer. An emergency repair was conducted; along with heavy cleaning of the sanitary sewer. During heavy cleaning operation of the Kerper Boulevard and the East 16�h Street sanitary sewers, significant offset pipe joints and additional corroded pipe section were discovered. During the pipe cleaning operations, the cleaning equipment was lodged in the ductile iron pipe. A second emergency excavation was conducted to retrieve the equipment. Due to the condition of the existing ductile iron pipe only a temporary repair could be made. A permanent repair was not feasible as pipe corrosion presented difficulties in securing the repair couplings. Since there are so many locations where corrosion has affected the pipe, along this section of Kerper Blvd., it is being recommended that full replacement and relocation of the sanitary sewer be made. While sections of the collection system along Kerper Boulevard are in fair to good condition, approximately 2,400 feet of 18-inch diameter ductile iron sanitary sewer is at risk between Fengler Street and East 16�h Street. Additionally, approximately 1,800 feet of 18-inch diameter vitrified clay sanitary sewer along East 16�h Street is distressed and in need of replacement to eliminate I&I issues due to settlements. Additionally, the 18-inch vitrified clay pipe is under sized to serve the current level of development. The 18-inch ductile iron pipe, along Kerper Boulevard, was installed in 1994 and the 18-inch vitrified clay pipe, along East 16�h Street, was installed in 1957. The reason for the premature failure of the ductile iron pipe is unclear, however, following several attempts to clean, televise, and repair the sewer it was discovered that the pipe wall thickness is severely compromised. Further, the existing manholes show signs of sulfuric acid attack and the section of pipe removed during the repair made in August of 2015 showed signs of extensive corrosion. Many reasons are known as to how hydrogen sulfide can develop in a system such as low pH in the wastewater and reduced velocity or increased retention time of wastewater in the collection system. Engineering staff have identified several different issues with the Kerper Blvd. sanitary sewer and investigated different options for the replacement of the sewer. Staff selected one of the options and issued the design for bidding in May of 2017. The estimated construction cost of the project was $3,762,675.00. Two Bids were received on June 8, 2017, for the Kerper Blvd, Sanitary Sewer Reconstruction project. The bids were substantially over the estimated construction cost with a low bid of$5,494,539.26, both bids were rejected. DISCUSSION Engineering staff re-evaluated the design for cost saving measures and developed three additional design alternatives for consideration. The selected alternative is for full replacement of the failed gravity sewer system, on Kerper Boulevard, with a combination of a force main and gravity system. The new alignment will start at an existing manhole, connected to a 24-inch diameter sanitary sewer with sufficient capacity to accept flows from the Kerper Boulevard service area. Approximately 2/3 of the project will be able to be constructed within public right-of-way, the remaining 1/3 will be constructed on easements across private property. The selected alternative reduces estimated construction costs and impact to businesses and traffic along E. 16�h Street, near Kerper Blvd. This was achieved by modifying the previous alignment and utilizing a single lift station and force main. The modified alignment is located along the U.S. Highway 151/61 corridor, between E. 16�h Street and Kerper Blvd. The single lift station allows for a much shallower pipe installation and avoids the need for dewatering and specialized trench shoring for that portion of the project. This alignment modification also eliminated the majority of pavement replacement costs on E. 16�h Street and at the intersection with Kerper Blvd. This change in alignment also avoids the need to close the U.S. Highway 151/61 ramps, at Kerper Blvd., and virtually eliminates the access impact to businesses along E. 16�h Street. Additionally, the new project scope eliminates the costs associated with the replacement of the 1950's era sanitary sewer along East 16�h Street. Currently the existing sewer is undersized for the area that it serves. The modified alignment eliminates the Kerper Blvd. sanitary sewer flow from entering the existing undersized sanitary sewer on E. 16�h Street. The elimination of the Kerper sanitary sewer flow, from the E. 16�h Street sanitary sewer, also has the potential to reduce future sewer replacement costs. The existing sewer, on E. 16�h Street, could be replaced with a smaller diameter pipe and at a reduced depth. 2 In late July, Engineering staff revised the previously submitted and approved facility plan to reflect the revised concept. The estimated cost of$3,774,954.70, for the revised concept, was also included as part of the amended facility plan. The lowa Department of Natural Resources (IDNR) have reviewed and approved the amended facility plan so that the City can apply for a SRF loan to cover construction and contingency cost. The Engineering and design costs will be paid by the sanitary construction fund. The final design was completed the week of October 1 S�, along with a construction cost estimate based on the completed design. The final construction cost estimate including, a contingency of$389,415.00 is $4,283,567.31 , which is $508,612.61 more than what was submitted with the facility plan, in July, and $1 ,083,567.00 more than the previously approved Intended Use Plan (IUP). The plans, specifications, estimate and IUP application were approved by the IDNR, and a sanitary sewer construction permit has been issued to the City of Dubuque for the project. While there have been costs related to the delay in completing the project by not awarding the $5,494,539 bid in June 2017 the savings have far outweighed those additional costs. In April 2017, the Public Works department began continuous pumping which included staff supervision of those pumps in order to get all the businesses along Kerper Blvd operating. The cost to the City during this period including equipment, fuel, piping and labor is estimated at $762,000. The savings on the redesign and rebid construction project is $3,215,000. This savings to the City of Dubuque by redesigning the project after having rejecting the original bid id $2,453,000 minus design work which was done by the City of Dubuque Engineering Department staff. BID RESULTS Sealed bids were received on the project on November 8, 2018. Tschiggfrie Excavating Co. of Dubuque, IA submitted the low bid in the amount of $2,279,444.90. This amount is 42.11 °k under the estimate of probable cost. A summary of the bid proposals is as follows: Contractor Name Total Bid Tschiggfrie Excavating Co. $2,279,444.90 Langman Construction $2,847,702.66 Legacy Corporation of IL $2,860,880.00 Boomerang Corp. $3,007,428.70 Topgrade Excavating, Inc. $3,203.113.10 Portzen Construction $3,281 ,321 .67 Miller Trucking & Excavating $3,690,964.66 WC Stewart Construction $3,883,299.72 3 RECOMMENDATION I recommend that the contract for Kerper Blvd. Sanitary Sewer Reconstruction Project.be awarded to Tschiggfrie Excavating Co. of Dubuque, lowa in the amount of$2,279,444.90. Pending Approval from the lowa Financing Authority (IAF). lowa Department of Natural Resources (IDNR) has stated all items are eligible. BUDGETIMPACT The summary of cost for the Kerper Blvd. Sanitary Sewer Reconstruction Project is summarized as follows: Description Estimate Award Construction $ 3,894,152.10 $ 2,279,444.90 Emergency Costs, Planning & Design 469,822.00 469,822.00 Contingency 389,415.21 389,415.21 Contract Admin / Construction Engineering 214,178.00 214,178.00 4.967.567.31 3.352.860.11 The project funding summary is as follows: CIP Fundin Source Amount 7102663 Kerper Blvd Sanitary Sewer Reconstruction $ 4,308,300.00 State of lowa, Revolvin Loan Fund 7102663 Kerper Blvd Sanitary Sewer $ 684,000.00 Construction, Desi n, Administration & Ins ection Total Project Funding 4.992.300.00 ACTION TO BE TAKEN The City Council is requested to award the contract for the Kerper Blvd. Sanitary Sewer Reconstruction Project to Tschiggfrie Excavating Co. through the adoption of the enclosed resolutions. Prepared by Todd Irwin, Engineering Technician cc: Jenny Larson, Budget Director John Klostermann, PW Director Deron Muehring, Civil Engineer 4 RESOLUTION NO. 352-18 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR KERPER BLVD. SANITARY SEWER RECONSTRUCTION PROJECT Whereas, sealed proposals have been submitted by contractors for the Kerper Blvd. Sanitary Sewer Reconstruction Project, (the Project) pursuant to Resolution No. 310-18 and Notice to Bidders published on the City of Dubuque, Iowa website and plan room service with statewide circulation on the 17th day of October 2018; and Whereas, said sealed proposals were opened and read on the 8th day of November 2018 and it has been determined that Tschiggfrie Excavating, Co. of Dubuque, Iowa, submitted low bid in the amount of $2,279,444.90 and is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That a Public _Improvement Contract for the Project is hereby awarded to Tschiggfrie Excavating Co. and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, adopted and approved this 19th day of November 2018. L g .se jA Attest: Kevin S.i Dus JE MnskNiomanlliaMisA=slppl 6N✓ovupgiw.e Pm�aYXe�m µ�gBIW.SeMerySrvcR¢WrvNm3018 � En91reaYE9l�le i4M199lneExwdm9C¢ La�BmaiCon9�utllon L�aYCo�Po�dlonNlL Boo�ai9Co�P. ioP9�aleExwdl�B.lnc PoMxeiComY�utllon MIIIaRickn98Exwdm9 NC9exa�Con9ncllo�m X❑O. X�M1H�ER �� IINIiPWCE 10iFLPWCE �NIiIRIICE 10iFLPWCE �NIiIRIICE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiIRICE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE �Ksu�es,e�esime: 8 250600 8 250600 8 1]➢600 8 120600 8 10,00600 8 10,00600 8 500600 8 500000 8 10,00600 8 10.00000 8 20600 8 ]➢000 8 20fi00 8 ]➢fi00 8 200600 8 200000 8 10,00600 8 10.00000 8 5600 8 500600 8 10.10 8 1,41600 8 3500 8 350000 8 N00 8 200000 8 ]A00 8 280000 8 3500 8 350000 8 3fi00 8 3.fi0000 8 5600 8 500000 8 3600 8 3.00000 8 ifl00 8 3393600 8 ifi10 8 3034fl50 8 2100 8 395&500 8 1400 8 3581500 8 Yt00 8 41.4]000 8 1].fi0 8 33.1]fi00 8 ifl15 8 34212]5 8 ifl00 8 2i,93000 8 3600 8 56550.00 Subiotal 8 41i43600 SW iotal 8 3�95&50 SW iotal 8 53i0&500 Subiotal 8 4Z81500 Subiotal 8 54P0 00 Subiotal 8 3fiBlfi00 Subiotal 8 38,018]5 Subiotal 8 40930 00 Subiotal 8 fi9,550.00 8 Yt00 8 33,00600 8 ifi10 8 24,15600 8 1125 8 ifi8]500 8 1].00 8 25500 00 8 Zi00 8 34500 00 8 1200 8 18.000 00 8 1235 8 185L.00 8 1].00 8 25500 00 8 N00 8 30.000 00 8 N00 8 4fi00600 8 22fi0 8 5198600 8 13]5 8 31,G1500 8 ifl50 8 42550.00 8 20.00 8 55]➢000 8 3fl00 8 81.40000 8 4615 8 923L.00 8 Yt00 8 50.fi0000 8 3600 8 fi9.00000 8 ifl00 8 90,00600 8 1200 8 fi0,00600 8 1225 8 fii]5600 8 N00 8 100.000 00 8 Yt00 8 110.000 00 8 1600 8 50.000 00 8 1630 8 51500 00 8 ifl00 8 90.000 00 8 N00 8 100.000 00 8 25600 8 500600 8 15/.00 8 3,14600 8 ]➢600 8 4.000 00 8 20600 8 4.000 00 8 30600 8 fi000 00 8 19600 8 3.800 00 8 19fi00 8 39]➢.00 8 2A500 8 5900 00 8 20600 8 4.000 00 8 1500600 8 1500600 8 3,fi0600 8 3,fi0600 8 5,00600 8 500000 8 20,00600 8 ]➢.00000 8 1],00600 8 1].00000 8 1500600 8 1500000 8 1550600 8 1550000 8 1525600 8 15]50.00 8 i8,4P1.40 8 i8.4P1.40 Tpomlry 8 1600 8 80600 8 385 8 30fl00 8 1600 8 800 00 8 500 8 400 00 8 500 8 400 00 8 ifi00 8 1]BO 00 8 ifi00 8 1]BO 00 8 fi00 8 480 00 8 N00 8 1.fi00 00 Tomlry 8 1200 8 21fi600 8 0.45 8 801.00 8 ifi00 8 2880 00 8 1600 8 1.800 00 8 500 8 900 00 8 N00 8 3.fi00 00 8 N00 8 3.fi00 00 8 fl00 8 1.440 00 8 4600 8 ]]➢0 00 8 11],80600 8 11],80600 8 6L,00600 8 GL00600 8 40,00600 8 40,00600 8 12500600 8 12500000 8 1.00 8 100 8 10230600 8 10230000 8 1053]500 8 10.53/500 8 118,00600 8 118.00000 8 154,00600 8 154.00000 8 2500600 8 2500600 8 10,00600 8 10,00600 8 5,00600 8 500000 8 1500600 8 1500000 8 1.00 8 100 8 1$0600 8 150000 8 1$5600 8 1550.00 8 1350600 8 1350000 8 20,00600 8 ]➢.00000 8 ]B5fi0600 8 ]B5fi0600 8 101,00600 8 101,00600 8 40,00600 8 40,00600 8 12500600 8 12500000 8 1.00 8 100 8 190,4fi600 8 190.4G0.00 8 19fi1]500 8 19fi1]500 8 11500600 8 11500000 8 308,00600 8 308.00000 8 14�80600 8 14].80600 8 104i00600 8 104,00600 8 40i00600 8 40,00600 8 100i00600 8 100,00000 8 1.00 8 100 8 19�]A500 8 19{]L.00 8 198i25600 8 198]50.00 8 i40i00600 8 140,00000 8 154i00600 8 154,00000 Subiotal 8 ]b3i1fi600 SW iotal 8 420i9]400 SW iotal 8 24]i43600 Subiotal 8 559,]50.00 Subiotal 8 224,004 00 Subiotal 8 fififi085.00 Subiotal 8 fi88,0]➢.00 Subiotal 8 5]5610 00 Subiotal 8 BfifiN1.40 YCfSGR-]bl 8 10.500 8 221&46 8 4280 8 9,040.92 8 ]B100 8 59383]3 8 b500 8 13]3fiA5 8 ]600 8 14]93.10 8 &530 8 18.0]b.A5 8 Bl.&5 8 185W34 8 19fl00 8 41.84334 8 2fi600 8 549L.80 YCfSGR-]bl 8 1]500 8 ]931.00 8 ]240 8 3281.1] 8 ]Bfl00 8 13,0521fi 8 11600 8 4985.]➢ 8 9600 8 4.P1880 8 251.fi0 8 11.40251 8 2R15 8 11]44fi8 8 35600 8 1586L00 8 2fi600 8 11]bJ.]➢ VCfPS11S 8 2N00 8 334,41].fi0 8 10200 8 15504flifi 8 29500 8 448,4Zifi0 8 15600 8 2]B.01200 8 12500 8 190.010 00 8 34]30 8 5L1,9YJ.]8 8 35/.]5 8 543.808 6L 8 3T.00 8 fiO3.4]1]fi 8 220.00 8 340.A41.92 YC(C9000R-iH) 8 2A500 8 28,82415 8 8440 8 10,514]0 8 30]00 8 3fi,120.fi9 8 15600 8 1],b5050 8 14600 8 ifi4/3.80 8 28fi90 8 2i,]59.52 8 2A550 8 34]]1 A9 8 400.00 8 4]98 fi8 8 ]30.00 8 P94]8 VCfPS11S 8 P500 8 142fi9200 8 10600 8 51,BBfl00 8 31100 8 ifi13]1.fi8 8 20600 8 1IXi,]]fi00 8 15600 8 ]].83200 8 131.90 8 ]155355 8 1420.5 8 /3,]Ofi90 8 24fi00 8 iP.fi4448 8 24600 8 12491]➢ YCfC9000R-]51 8 10600 8 343,00600 8 2480 8 102210.00 8 4500 8 15435600 8 4600 8 131,]➢0 00 8 4600 8 131,]➢0 00 8 ]1.80 8 24fiPd 00 8 ]0.00 8 ]9.8]➢.00 8 10fl00 8 3]0.440 00 8 11fi00 8 3T.880 00 8 15600 8 3,00600 8 130600 8 2fi00600 8 ifi500 8 330000 8 43600 8 B.fi0000 8 ]3600 8 4.fi0000 8 33500 8 fi]0000 8 3A500 8 fi90000 8 5L500 8 1050000 8 50600 8 10.00000 8 8600 8 25fi600 8 40500 8 129fi600 8 8400 8 284800 8 30600 8 9.fi0000 8 15600 8 4.80000 8 1&500 8 59]➢.00 8 19650 8 fi0.9fi00 8 14600 8 4.48000 8 50600 8 ifi00000 8 4fl00 8 9,fi0600 8 3fl50 8 ]]0600 8 ]]00 8 1540600 8 fi600 8 1200000 8 5500 8 11.00000 8 fi4fi0 8 139]➢.00 8 ]i]0 8 1434000 8 5500 8 11.00000 8 20600 8 40.00000 8 50600 8 500600 8 ]SL00 8 2G1Il00 8 10600 8 1.00000 8 40600 8 4.00000 8 ]5600 8 250000 8 931.00 8 931000 8 9b515 8 q6150 8 20600 8 200000 8 10600 8 1.00000 8 ]5600 8 1125600 8 ]SL00 8 393600 8 10600 8 150000 8 30600 8 450000 8 3N00 8 4.80000 8 33600 8 4950.00 8 34fi50 8 5191.50 8 25600 8 3]T.00 8 50600 8 ]50000 8 15600 8 2]]5600 8 15300 8 2830.500 8 13500 8 249]500 8 20600 8 31.000 00 8 ]3600 8 42550.00 8 1600 8 1.850.00 8 1650 8 194250 8 12500 8 ]3.125.00 8 20600 8 31.000 00 8 4]500 8 332500 8 1,10600 8 ]]0600 8 ]0600 8 490000 8 1,]5600 8 8]T.00 8 80600 8 5fi0000 8 30600 8 210000 8 31600 8 21]000 8 80600 8 5fi0000 8 1,50600 8 1050000 9�biolal 8 941i540.40 SW iotal 8 421i216A5 SW iotal 8 92fiiGlABfi Subiotal 8 589,81015 Subiotal 8 51fi2P.]0 Subiotal 8 99]49.82 Subiotal 8 9b{]149 Subiotal 8 1i261,255.]b Subiotal 8 1i0]9,iR90 8 20600 8 4,00600 8 8320 8 1,fifi0.00 8 15600 8 3.00000 8 24600 8 4.80000 8 18600 8 3.fi0000 8 50600 8 10.00000 8 51500 8 1030000 8 28600 8 5fi0000 8 20600 8 4.00000 8 40600 8 80600 8 39200 8 ]80.00 8 1,00600 8 Z000 00 8 ]5600 8 1500 00 8 1,20600 8 Z400 00 8 30600 8 fi00 00 8 31600 8 GN.00 8 1,10600 8 Z]➢0 00 8 50600 8 1,000 00 9�biolal 8 4i80600 SW iotal 8 �44fl00 SW iotal 8 5000 00 Subiotal 8 fi300 00 Subiotal 8 fi000 00 Subiotal 8 10,fi00 00 Subiotal 8 109]➢.00 Subiotal 8 ],800 00 Subiotal 8 5000 00 8 ]600 8 5fi0600 8 50.40 8 435200 8 10600 8 8.000 00 8 ]500 8 fi000 00 8 fi600 8 4.800 00 8 b530 8 5304 00 8 fifl30 8 54fid 00 8 13600 8 10.400 00 8 10600 8 8.000 00 8 529600 8 529600 8 fi,80600 8 fi80600 8 5,00600 8 500000 8 500600 8 500000 8 fi00600 8 fi00000 8 514600 8 514000 8 52A500 8 52W.00 8 8,00600 8 8.00000 8 500600 8 500000 8 ]500 8 15600 8 14400 8 29fl00 8 2500 8 T.00 8 10600 8 ]➢0 00 8 2500 8 T.00 8 10600 8 ]➢0 00 8 10.500 8 210 00 8 10600 8 ]➢0 00 8 50600 8 1,000 00 9�biolal 8 11i04600 SW iotal 8 11i45600 SW iotal 8 13i05600 Subiotal 8 11]➢0 00 Subiotal 8 10,850.00 Subiotal 8 10,fi44 00 Subiotal 8 109fi9.00 Subiotal 8 i8,fi00 00 Subiotal 8 14,000 00 reXylnN;eNPoW�eRv ]A1oeLO Flrerv;Nem 8 4,50600 8 450600 8 3,90600 8 390600 8 3,]0600 8 3]0000 8 4,]5600 8 4]T.00 8 5,00600 8 500000 8 3,]4600 8 3]4000 8 3,85500 8 3.BS5.00 8 5,15600 8 51T.00 8 4,00600 8 4.00000 9�biolal 8 4i50600 SW iotal 8 3i90600 SW iotal 8 3]00 00 Subiotal 8 4]T.00 Subiotal 8 5000 00 Subiotal 8 3]40 00 Subiotal 8 3,BS5.00 Subiotal 8 51T.00 Subiotal 8 4,000 00 8 45600 8 fi6/350 8 42600 8 fi2]Afi0 8 ]1600 8 1052430 8 45600 8 fi61350 8 40600 8 593200 8 3&5fi0 8 5]18 A5 8 39fl00 8 590234 8 G1500 8 9]b8.]5 8 40600 8 593200 aolfCanel 8 fi5600 8 12239500 8 54500 8 102ELi50 8 91500 8 ifid]6L50 8 1]5600 8 ]3531500 8 fi0600 8 112980 00 8 534]0 8 101.6L.51 8 55500 8 104.fi94 80 8 85].00 8 ifil3/J.10 8 50600 8 94.iT.00 aolfFleiml 8 1,00600 8 14,89600 8 1,10600 8 ifi3]400 8 131500 8 20,4T3]5 8 1$0600 8 Y224.00 8 1,00600 8 14.890 00 8 94].10 8 14.10232 8 9]500 8 1451]]5 8 19]600 8 21,2q30 8 fi0600 8 8934 00 8 1,00600 8 1200600 8 91300 8 1095500 8 1,00600 8 1200600 8 50600 8 fi00000 8 1,00600 8 1200000 8 1,40600 8 ifi80000 8 1,4A500 8 1]34000 8 ]5600 8 9.00000 8 3,00600 8 3fi00000 9�biolal 8 155i95&50 SWiotal 8 13fii1B1.10 SWiotal 8 ]➢]i]b555 Subiotal 8 P03bJ.50 Subiotal 8 1A580200 Subiotal 8 13824fi]B Subiotal 8 14ZA5489 Subiotal 8 208T515 Subiotal 8 1A501fi00 e"rtrvlMn�l 8 5].00 8 P,4]0.00 8 4440 8 ]3,81680 8 8600 8 385fi600 8 8600 8 385b0.00 8 11600 8 9.0]➢.00 8 6L00 8 29.88400 8 6L00 8 29.88400 8 10.500 8 50.fi1000 8 iP1.35 8 51]42]0 .9"rtrvlMn 1 8 fiR00 8 3],ON00 8 50.fi0 8 33,fi8fl]➢ 8 9600 8 5553600 8 9600 8 5590 00 8 Bfl00 8 5429fi00 8 8300 8 51211 00 8 8300 8 51211 00 8 120.00 8 ]fi508 00 8 121.A5 8 ]4934 6 3o"ryNarvJ,e"(IrvIMn J 8 3600 8 8,10600 8 ]350 8 fi3A500 8 4600 8 10,80600 8 4600 8 10.80000 8 A400 8 13]3000 8 31.00 8 999000 8 31.00 8 999000 8 4600 8 10.80000 8 3fl50 8 103W.00 9�biolal 8 ]�590.00 SW iotal 8 b3i840.00 SW iotal 8 104i89600 Subiotal 8 104,890 00 Subiotal 8 1]11,54fi00 Subiotal 8 91,085.00 Subiotal 8 91,085.00 Subiotal 8 131,918 00 Subiotal 8 131,PR35 x PaNX Pema� ]A1oeHO ,e"(lrvldn J 365 5 8 31.00 8 135,]3500 8 3590 8 131,210.50 8 3500 8 iP,92500 8 4600 8 i4fi]➢0 00 8 3fl00 8 138,890 00 8 30.00 8 124P0 00 8 3fi00 8 1315H0 00 8 31.00 8 135Zt5.00 8 40.55 8 16{83025 _ 9�biolal 8 135i]3500 SW iotal 8 131i210.50 SW iotal 8 iPi92500 Subiotal 8 i4fi]➢0 00 Subiotal 8 138,890 00 Subiotal 8 124P0 00 Subiotal 8 1315H0 00 Subiotal 8 135Zt5.00 Subiotal 8 16{83025 6rvel Iq S�ere1 Y:Mlq enJ Y nomyx 8 fl00 8 9fi00 8 1190 8 14280 8 2600 8 240 00 8 1600 8 1]11.00 8 40.00 8 5]B.00 8 2500 8 300 00 8 25]5 8 309.00 8 3500 8 4]11.00 8 41.fifi 8 AA992 8 fl00 8 580.00 8 1190 8 Bfifl]0 8 2600 8 1.4G0.00 8 500 8 3G5.00 8 ifl00 8 1314 00 8 2500 8 1.bL.00 8 25]5 8 1.819]5 8 10.00 8 1.V1200 8 N54 8 1.AA9.42 .a'�rtrvldn 1 8 10600 8 ]30600 8 3fi20 8 2fi42fi0 8 3500 8 2555.00 8 4600 8 29]➢.00 8 3fl00 8 2/]4 00 8 30.00 8 248200 8 3fi00 8 2b�B.00 8 3400 8 284]00 8 41.fifi 8 3.041 18 �a"rtMrMesl 8 4R00 8 48600 8 4140 8 49fi80 8 10600 8 1]➢000 8 ]600 8 84000 8 1]600 8 204000 8 11600 8 13]➢.00 8 11600 8 13]➢.00 8 5600 8 fi0000 8 A450 8 9400 ,e"(lrvlrMesJ 8 fi600 8 1,35600 8 4440 8 1,11150 8 15600 8 331500 8 fi600 8 1350.00 8 14600 8 3,iT.00 8 &500 8 191250 8 &500 8 191250 8 T.00 8 Z18250 8 AR00 8 ZYS1.50 9�biolal 8 9i81600 SW iotal 8 5i26L40 SW iotal 8 8,830 00 Subiotal 8 5595.00 Subiotal 8 9,BOfi00 Subiotal 8 ],83950 Subiotal 8 8,049.25 Subiotal 8 ],P1150 Subiotal 8 ],86L02 8 1600 8 4495600 8 fi95 8 3124625 8 2600 8 8990600 8 400 8 40.L5.00 8 1300 8 5H.A1.00 8 300 8 13.485.00 8 310 8 1393450 8 1600 8 44950.00 8 1600 8 44950.00 8 fl00 8 1,40fl00 8 500 8 88600 8 fl00 8 1.408 00 8 1600 8 1]G0.00 8 10.00 8 24fid 00 8 fl00 8 1.408 00 8 fl25 8 1.AR00 8 fi00 8 1.Wb.00 8 2500 8 4.400 00 9�biolal 8 4fii35&00 SW iotal 8 3�iN25 SW iotal 8 91i30fl00 Subiotal 8 4Z21500 Subiotal 8 fi0,899.00 Subiotal 8 14,83i.00 Subiotal 8 1538fi50 Subiotal 8 4fi00fi00 Subiotal 8 49,350.00 8tiq�mg 8 3]5600 8 3]5600 8 190600 8 190600 8 250600 8 250000 8 4,40600 8 4.40000 8 210600 8 210000 8 19&500 8 1985.00 8 19&500 8 1985.00 8 2]5R00 8 2]50.00 8 200600 8 200000 8 45600 8 1,80600 8 51fi00 8 20fi0.00 8 18200 8 RB.00 8 32500 8 1300 00 8 5b500 8 2]bd 00 8 2b500 8 1.OG0.00 8 2b500 8 1.OG0.00 8 fi0600 8 2400 00 8 50600 8 2000 00 8 ].00 8 420600 8 355 8 213600 8 1200 8 ]]➢000 8 10.00 8 8.40000 8 0.00 8 240000 8 340 8 204000 8 340 8 204000 8 0.10 8 24G0.00 8 3A5 8 2P1000 8 1200 8 fi0600 8 2fl]0 8 1,43500 8 1400 8 950.00 8 Zi00 8 1.iT.00 8 31.00 8 1550.00 8 ]]0 8 385.00 8 ]]0 8 385.00 8 3600 8 150000 8 1530 8 ]G5.00 8 350600 8 350600 8 2,10600 8 210600 8 135600 8 1350.00 8 280600 8 280000 8 190600 8 190000 8 25&500 8 25&5.00 8 25&500 8 25&5.00 8 195600 8 1950.00 8 1]3600 8 1]3000 8 850600 8 850600 8 1850600 8 1850600 8 15,6600 8 15fi5600 8 20,00600 8 ]➢.000 00 8 20,00600 8 ]➢.000 00 8 ifi10600 8 ifi100 00 8 ifi10600 8 ifi100 00 8 18,10600 8 18.100 00 8 ifi0b5fi0 8 ifiOGfi.fiO erop¢1aaSnqeMore.Mlc�mFlba.6aMM 8 0.00 8 1530600 8 320 8 1224600 8 300 8 11,4]500 8 300 8 11.4]500 8 350 8 13381.50 8 280 8 10]1000 8 2]5 8 10518]5 8 3Y2 8 1231fi50 8 2]5 8 10518]5 eropl¢.12LCSn 8 50600 8 50600 8 fifi500 8 fib500 8 5H500 8 5&5.00 8 ]5600 8 ]T.00 8 ]3600 8 ]30 00 8 fi1500 8 fi1500 8 fi1500 8 fi1500 8 61500 8 61500 8 6L150 8 6L150 8 200 8 525600 8 395 8 103fifl]5 8 225 8 590fi25 8 300 8 ].81500 8 0.50 8 11.81250 8 690 8 236L50 8 6&5 8 2]3125 8 325 8 89125 8 682 8 215L50 rOpl¢p�cewue.i�;m.iwee 8 ]5600 8 ]5600 8 2,10600 8 210600 8 1,OL500 8 1.VL.00 8 120600 8 1]➢000 8 230600 8 230000 8 1,85600 8 1.850.00 8 1,85600 8 1.850.00 8 1,ib500 8 1.iG5.00 8 1,800.00 8 1.80400 eropl¢,Fu5onSpllce 5 8 2500 8 90600 8 1]400 8 fi,440.00 8 10500 8 3]8000 8 12500 8 450000 8 20600 8 ]]➢000 8 15500 8 55H000 8 15500 8 55H000 8 11500 8 4,14000 8 15200 8 54R00 8 350600 8 350600 8 3]0600 8 3]0600 8 2]0600 8 2]0000 8 3,00600 8 3.00000 8 4,00600 8 4.00000 8 320600 8 3]➢000 8 320600 8 3]➢000 8 3,00600 8 3.00000 8 3,15].00 8 3.15/.00 Isroplc�Veun-cvnpoMe 8 250600 8 250600 8 2]➢600 8 220600 8 2,00600 8 2000 00 8 210600 8 2100 00 8 200600 8 2000 00 8 330600 8 3300 00 8 330600 8 3300 00 8 220600 8 2]➢0 00 8 33A580 8 33L.80 8 3,00600 8 3,00600 8 1,10600 8 1,10600 8 fi0600 8 fi0000 8 1]5600 8 1]50.00 8 80600 8 80000 8 2fi0600 8 2fi0000 8 2fi0600 8 2fi0000 8 2]5600 8 2]T.00 8 194fi50 8 194fi50 8 1,00600 8 1,00600 8 1,10600 8 1,10600 8 1,00600 8 1.00000 8 125600 8 1]50.00 8 80600 8 80000 8 130600 8 130000 8 130600 8 130000 8 1]0600 8 1]0000 8 1,00600 8 1.00000 8 4,50600 8 450600 8 ]]0.00 8 ]]0.00 8 3,00600 8 3.00000 8 3,]5600 8 3]T.00 8 80600 8 80000 8 3,30600 8 330000 8 3,30600 8 330000 8 3,30600 8 330000 8 3,3T3]0 8 33/J.]0 9�biolal 8 59i05600 SW iotal 8 fi8i8N]5 SW iotal 8 fi0i4A425 Subiotal 8 ]5]➢0 00 Subiotal 8 ]4,044 00 Subiotal 8 5H,4R50 Subiotal 8 5H,b50.00 Subiotal 8 fi8,431.]5 Subiotal 8 5H,0]335 8 20,00600 8 20,00600 8 fi]➢600 8 fi20600 8 ]b,00600 8 2fi00600 8 10,00600 8 10.00000 8 fi00600 8 fi00000 8 fi00600 8 fi00000 8 fifi0600 8 fifi0000 8 ]50600 8 ]50000 8 10,00600 8 10.00000 8 91,00600 8 91,00600 8 ]B,40600 8 28,40600 8 4]50600 8 4]50600 8 3500600 8 3500000 8 28,00600 8 ]B.00000 8 2]50600 8 P50000 8 31,00600 8 31.00000 8 3200600 8 3200000 8 3fi8R50 8 3fiBR50 8 35,98600 8 3598600 8 25,]➢600 8 2520600 8 44,A5600 8 44,45600 8 35,00600 8 35000 00 8 25,00600 8 25000 00 8 24,45600 8 24.L0.00 8 P,00600 8 P.000 00 8 30,00600 8 30.000 00 8 3fi,8R50 8 3fiBR50 9�biolal 8 i4fii98600 SW iotal 8 59i80600 SW iotal 8 11]i95600 Subiotal 8 80,000 00 Subiotal 8 9,000 00 Subiotal 8 5/,950.00 Subiotal 8 fi4,fi00 00 Subiotal 8 fi9,500 00 Subiotal 8 bJ,]L.00 10-loeAo 5 8 350600 8 1]50600 8 3,40600 8 1],00600 8 2,40600 8 1200600 8 350600 8 1]500 00 8 240600 8 12000 00 8 240600 8 12000 00 8 330600 8 ifi500 00 8 3,00600 8 15000 00 8 2fi4600 8 13]➢0 00 Subiotal 8 1]i50600 SW iotal 8 1]i00600 SW iotal 8 1�00600 Subiotal 8 1]500 00 Subiotal 8 1Z000 00 Subiotal 8 1Z000 00 Subiotal 8 ifi500 00 Subiotal 8 15000 00 Subiotal 8 13]➢0 00 8 500600 8 500600 8 4,fi0600 8 4,fi0600 8 5,00600 8 500000 8 ]50600 8 ]50000 8 450600 8 450000 8 4,00600 8 4.00000 8 1]0600 8 1]0000 8 525600 8 5]50.00 8 495600 8 4950.00 meEWmq.s'.s�l 8 5600 8 1125600 8 fl]5 8 19fifl]5 8 400 8 2VL`.00 8 1200 8 2]0000 8 fl00 8 1.80000 8 fl00 8 1.80000 8 550 8 12P.50 8 1600 8 2]50.00 8 435 8 21IXi.]5 8 10600 8 ].fi0600 8 G1.10 8 1,]40.fi0 8 fifi00 8 1]ifi00 8 8600 8 ZO8000 8 b500 8 1,fi9000 8 fi600 8 i5b0.00 8 fi600 8 i5b0.00 8 8600 8 ZO8000 8 ]150 8 1,BS9.00 Subiotal 8 i8i85600 SW iotal 8 Bi31335 SW iotal 8 8]41 00 Subiotal 8 iZ]BO 00 Subiotal 8 ]990 00 Subiotal 8 ]3G0.00 Subiotal 8 4,A41.50 Subiotal 8 95H0 00 Subiotal 8 8912]5 "'""'"xB1e xweeiw.s.m.ys�aHarryrno�m�e � EneireasEsi�rete i4M1eMrieE.m.ameco. �memaiconsruaion ��avcomoraionma eoo�aiecom. ioaeraieE.m.ane.mc wn:eicomr�uaion minanickneaE.m.ame vicsexenconsru.rio�m nX�M1H�ER �� IINIiPWCE �OiFLPWCE �NIiIRIICE �OiFLPWCE �NIiIRIICE �OiFLPWCE �NIiPWCE 10iFLPWCE �NIiIRICE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE �NIiPWCE 10iFLPWCE 8 350600 8 350600 8 1]0600 8 1]0600 8 1,00600 8 1.00000 8 330600 8 330000 8 1$0600 8 150000 8 1,80600 8 1.80000 8 350600 8 350000 8 fi00600 8 fi00000 8 50,00600 8 50.00000 8 200600 8 200600 8 1]0600 8 1]0600 8 1,00600 8 1.00000 8 8,00600 8 8.00000 8 1$0600 8 150000 8 ]50600 8 ]50000 8 250600 8 250000 8 1500600 8 1500000 8 50,00600 8 50.00000 8 0.25 8 212500 8 515 8 25]500 8 500 8 250000 8 fi00 8 3.00000 8 500 8 250000 8 fl00 8 4.00000 8 550 8 2]T.00 8 ].00 8 350000 8 550 8 2]T.00 8 1.00 8 50600 8 601 8 500 8 100 8 50000 8 1.00 8 50000 8 200 8 1.00000 8 610 8 T.00 8 1.00 8 50000 8 650 8 ]50.00 8 1.00 8 50000 9�biolal 8 Bi12500 SWiotal 8 5i98600 SWiotal 8 500000 Subiotal 8 14,80000 Subiotal 8 fi50000 Subiotal 8 13350.00 Subiotal 8 9]50.00 Subiotal 8 24]T.00 Subiotal 8 1IXi,]50.00 8 10600 8 21]0600 8 5L30 8 113A410 8 5600 8 10,85600 8 5].00 8 123fi9.00 8 ]600 8 1519000 8 4fl00 8 10.41fi00 8 5125 8 11.12125 8 5&00 8 125Hfi00 8 4fi10 8 10.OIXi.]0 8 1,50600 8 1$0600 8 ]B0.00 8 280.00 8 1,00600 8 1.00000 8 3,50600 8 350000 8 ]0600 8 ]0000 8 1,50600 8 150000 8 1,35600 8 1350.00 8 50600 8 50000 8 3,Bfi600 8 3.BG0.00 9�biolal 8 ]3i20600 SWiotal 8 11ib3310 SWiotal 8 11i85600 Subiotal 8 158fi9.00 Subiotal 8 1589000 Subiotal 8 1191fi00 Subiotal 8 1Z4]125 Subiotal 8 13,OBfi00 Subiotal 8 13,BGi.]0 8 1500600 8 1500600 8 1290600 8 1290600 8 5,00600 8 500000 8 3500600 8 3500000 8 1500600 8 1500000 8 14,00600 8 14.00000 8 1500600 8 1500000 8 1500600 8 1500000 8 1859600 8 189000 8 ]➢0,00600 8 ]➢0,00600 8 161,50600 8 iG1,50600 8 ]B4,fi0600 8 ]B4,fi0600 8 154,OR35 8 154.PR35 8 300,00600 8 300.00000 8 31830600 8 31830000 8 31fi]0600 8 31fi]0000 8 380,00600 8 380.00000 8 ]➢0,00600 8 200.00000 8 1,50600 8 1$0600 8 4]300 8 4Zi00 8 1,00600 8 1.00000 8 4,]5600 8 4]50.00 8 ]0600 8 ]0000 8 50600 8 50000 8 5,00600 8 500000 8 ].50600 8 250000 8 5,00600 8 500000 9�biolal 8 21fii50600 SWiotal 8 i80i8Zi00 SWiotal 8 290ifi0600 Subiotal 8 193,3]235 Subiotal 8 315]0000 Subiotal 8 33j80000 Subiotal 8 33fi]0000 Subiotal 8 391,50000 Subiotal 8 2Zi,9000 81]➢0,00600 8 1]➢0,00600 8 fi15,00600 8 fi1500600 8 400,00600 8 400,00600 8 fi1500600 8 fi1500000 8 iZi200600 8 12TL00000 8 fi0],13fi00 8 fiP1.13fi00 8 fi1200600 8 fi1200000 8 90,00600 8 590.00000 8 ]953fi400 8 ]A53fi9.00 8 55,00600 8 55,00600 8 4]90600 8 4]90600 8 1A5,00600 8 145,00600 8 50,00600 8 50.00000 8 fi0,00600 8 fi0.00000 8 4],00600 8 4].00000 8 4],00600 8 4].00000 8 49,00600 8 A9.00000 8 4191600 8 4191000 8 fi,00600 8 fi00600 8 2,fi0600 8 2fi0600 8 fi,50600 8 fi50000 8 3,50600 8 350000 8 ].00600 8 200000 8 1,fi0600 8 1.fi0000 8 1,fi0600 8 1.fi0000 8 3,50600 8 350000 8 1,3]500 8 131500 9�biolal 8 ii]b1i00600 SWiotal 8 fifi5i50600 SWiotal 8 551i50600 Subiotal 8 fiG8,50000 Subiotal 8 1i294,00000 Subiotal 8 fiT,]3fi00 Subiotal 8 fi55fi0000 Subiotal 8 fi4Z50000 Subiotal 8 838,6400 iolalE9. 8 393],b30.90 iolalBltl 8 2P9,440.90 iolalBltl 8 2,84],]02fifi iotalBltl 8 28fi0,88000 iolalBltl 8 3,0]],4]B.]0 iotalBltl 8 3203,11310 iotalBltl 8 32813216! iotalBltl 8 3,fi909fidfifi iotalBltl 8 3,BbJ,]99.R %Ooa/Yn��-) -0211% -P.fiB% -2]35% -21.85% -ifl6% -ifi6!% -fi]b% -138% December 6, 2018 Michael C Van Milligen, City Manager City of Dubuque 50 W 13th Street Dubuque IA 52001 4864 SUBJECT: Dubuque, Iowa CWSRF Project No. CS1920792 01 Dear Mr. Van Milligen: 23(-9--75/ STATE REVOLVING FUND The bidding documents for the city's Kerper Blvd Sanitary Sewer Reconstruction Project have been reviewed. We concur in the award of contract to Tschiggfrie Excavating Co. The bid amount of $2,279,444.90 is eligible for CWSRF participation. We will also need the following documents; please submit if you have not already done so: a A copy of the notice to proceed. Please note: no construction cost reimbursements will be made until we have received the notice to proceed indicating construction start, The bidder did not propose to use minority or women -owned (MBE/WBE) or other disadvantaged business enterprise (DBE) subcontractors and suppliers. If any subagreements are awarded to MBE/WBE or DBE, you must submit the EPA Form 5700-52A at the end of the project showing the amount awarded. A copy of the form is enclosed for your information. We will also send you a reminder. Should the need arise to change either the contract price or time, this may be accomplished only by change order. A copy of all change orders should be submitted to the DNR project manager, Jim Oppelt, for review. The enclosed Equal Opportunity nondiscrimination notice (or one similar) is to be posted by the contractor at the job site. If Davis -Bacon wages are required for your project, the general contractor and all subcontractors must submit weekly payroll records during construction. The payrolls may be submitted using the attached DOL Form WH -347 ("Payroll") or any alternate form which provides the same information. INVEST opwA's WATE-61 www, iowasrf.com SRF borrowers will be responsible for Davis -Bacon compliance. SRF borrowers can contract with an entity to assist them with compliance (Council of Government, engineering firm, other consultant) or use city staff. If you have any questions regarding Davis -Bacon, please contact Lori Beary at 515-725-4965 or email to lori.bearvAiowa.CIOV. Thank you for using the State Revolving Fund program. We hope it has provided benefits for your community. If you have any questions regarding your project, please feel free to contact me at 515-725-0327 or Jim Oppelt at 515-725-8428. Sincerely, Jeanne Johnson, SRF Administrative Assistant Iowa Department of Natural Resources 502 E. 9th Street Des Moines, IA 50319-0034 Phone 515-725-0327 Fax 515-725-0348 Email Jeanne.Johnson@dnriovva.gov Enclosures CC via email: Gus Psihoyos, P.E., City of Dubuque Jim Oppelt, DNR Alyson Fleming, IFA