Loading...
30-Inch Force Main Relocation Project InitiateTHE CITY OF Dui Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque kital All- America City II 111! 2012 SUBJECT: 30 Inch Force Main Relocation Project from 7th Street to 12th Street around the former Public Works Garage Site and the Alliant Energy Site DATE: May 24, 2013 City Engineer Gus Psihoyos recommends initiation of the public bidding process for the 30 Inch Force Main Relocation Project from 9th Street to 11th Street, and further recommends that a public hearing be set for June 17, 2013. I concur with the recommendation and respectfully request Mayor and City Council approval. btitt44 kr,„709,,, Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer Dubuque katd All-America City '1 t► 2012 SUBJECT: 30 Inch Force Main Relocation Project from 7th Street to 12th Street around the former Public Works Garage Site and the Alliant Energy Site DATE: May 21, 2013 INTRODUCTION The enclosed resolutions authorize the public bidding for Phase I of the 30 inch Force Main Relocation Project from 9th Street to 11th Street. There will be two additional phases of this project. Phase II will be between 7th and 9th Streets. Phase III will be between 11th and 12th Streets. BACKGROUND In 1969 the existing 30 inch force main was constructed from the Cedar Street lift station to the Terminal Street lift station. The route went through the former A.Y. McDonald site, the former City Public Works site, and the Alliant Energy site. During the early 1990's highway 151/61 was constructed through Dubuque. During the highway construction portions of the 30 inch force main were relocated and the portion running through the A.Y. McDonald site was abandoned. However the portion running through the old Public Works Site and the Alliant Energy site remained in place. In October of 2011, the City experienced a significant failure in the existing force main. Two breaks occurred simultaneously, one at the former Public Works garage site and the other at the Alliant Energy site. After repairs were completed, a third break was experienced at the former Public Works garage site. The cost to repair the breaks, which occurred on the former Public works site, was significant as the site is a super fund site. During the repair work some corrosion of the pipe was noted and it was also found that when constructed the pipe was set on blocking prior to bedding, and the blocking was not removed. The areas of corrosion and the failed sections of pipe were near the old blocking that was found to be still in place. Soil and ground water contamination has been identified on or near the existing 30 inch force main route that may be a contributing factor to its deterioration. The adopted budget for FY 2013- FY2017 includes $849,124.00 for the design of the entire force main relocation, from 7th Street to 12th Street, and constructing the first phase, from 9th Street to 11th Street. Prior to initiating the public bidding process, test results from soil samples did not indicate anything significant. Ground water samples were also taken, however the testing period was of longer duration and the results were not available until after the project was initiated at the March 4, 2013 Council meeting and notice to bidders had been published. After the Notice to Bidders publication it was brought to our attention that there are environmental issues with the groundwater in the construction area. At the March 18, 2013 Public Hearing for Phase I of the 30 inch Force Main Relocation Project, the Engineering Department concluded it was in our best interest to rescind the initiating of the project. This was accepted through Resolution No. 91 -13. The Engineering staff and the consultant IIW, P.C. needed time to evaluate the results and determine the best way to move forward on the project. The Engineering Department will require that all personnel involved with excavation, dewatering and hauling operations on the construction site, take a 40 hour Hazwoper Certification Training Course. Due to the proposed construction schedule, the completion of this training will need to be completed prior to or at the time of bid submission. The City of Dubuque Engineering Department has published an Information Notice on March 28, 2013 to allow contractors ample time to complete the certification requirements prior to submitting a bid for construction of the 30 inch Force Main Relocation Project. The project was planned to utilize the 1996 City of Dubuque Standard Specifications (current) along with the current standard form of contract and other ancillary standard forms and project specific documents. A thorough legal review of the current General Conditions and form of contract, as it related to the hazardous materials, could not be completed prior to Council initiating the project on May 6, 2013 and was planned to be completed by May 9, 2013, so that plans would be available for contractors on the following day. Engineering and Legal staff met and determined that many changes were needed to the 1996 City of Dubuque Standard Specification, General Conditions, to address the complexities of this project and that it would not be completed in time to be available to contractors for bidding. Engineering, Finance and Legal staff have been working diligently, over the last six months, to review the Statewide Urban Design and Specification (SUDAS) and develop supplemental specifications so that the Council Priority of adopting SUDAS can be implemented. Legal staff has also been working on updating the standard form of contract and other contract documents to correlate with SUDAS. This process is nearly complete and will be completed and ready for implementation on several upcoming projects. Staff determined that it would be more productive to spend the time needed to finish up with SUDAS and implement it as the project specification rather than revising the current City of Dubuque specifications which we will no longer be using. Utilizing the new specifications and contract documents will better address the complexities of 2 this project. IIW, P.C. was asked to provide an amendment to their contract, to adapt the project to SUDAS specification. Engineering staff will work closely with IIW, P.C. to make the transition and in an effort to reduce costs. The City will be purchasing a portion of the materials for the project which includes 1150 LF of pipe and the gaskets. This is being done to expedite the project due to a 5 to 6 week delivery time for those particular items. DISCUSSION With the adoption of the FY2013- FY2017 Five Year Capital Improvement Program Budget, $849,124.00 has been established to begin the Relocation of the 30 inch Force Main around the former Public Works Garage Site. A description of the force main relocation is as follows: Construct Phase I: The first phase will encompass constructing the force main pipe from Northeast corner of the EIm Street and 11th Street intersection to the Southwest corner of the 9th Street and Washington Street intersection. Also, an 8 inch water main will be constructed along EIm Street to provide an additional connection between the 20" transmission water main, on 11th Street, and the existing water main on 9th Street. This phase completes the section of pipe adjacent to: the planned intermodal facility, on EIm Street; thru future intersection improvements for the two way conversion of 9th and 11th Streets; and along the future EIm Street reconstruction project. Construct Phase II & III (Future Proiects): Phase II is the section of force main on Washington Street, 7th Street to 9th Street. This section is planned to be completed in conjunction with the reconstruction of Washington Street from 7th to 9th Streets. Phase III is the section of force main from the Northeast corner of the 11th Street and EIm Street intersection, to the tie -in point near 12th Street. Phase III would also include the tie -in, at 12th Street and 7th street, and the abandonment of the existing force main through the old Public Works Garage and the Alliant Energy Site. Completing phase II and III will complete the re- routing project. PROJECT SCHEDULE The proposed development schedule for Phase I of the 30 Inch Force Main Relocation improvement projects is as follows: Initiate Public Bidding Process Publish Notice to Bidders, Advertise for Bids 3 June 3, 2013 June 7, 2013 Publish Public Hearing Notice on Plans & Specs Pre Bid Meeting Public Hearing on Plans & Specifications Receipt of Bid Proposals (Bid Letting) Award Construction Contract Project Completion Date RECOMMENDATION June 7, 2013 June 12, 2013 June 17, 2013 June 20, 2013 July 1,2013 October 11, 2013 I recommend that the City Council establish a date for the public hearing for Phase I of the 30 inch Force Main Relocation Project from 7th Street to 12th Street, the water main on Elm Street from 9th Street to 11th Street and authorize the City Clerk to advertise for proposals. BUDGET IMPACT The estimate of probable cost for Phase I of the 30 Inch Force Main Relocation Project from 7th Street to 12th Street Project is summarized as follows: Construction Cost Estimate Pipe Material — Purchased by City Contingency (10 %) Engineering & Inspection Sanitary Sewer $745,165.00 109,000.00 85,416.50 128,124.75 Total Estimate Project Cost $1,067,706.25 The project funding summary is as follows: Water Main $94,185.00 9,418.50 14,127.75 $117,731.25 CIP No. FY Fund Description Fund Amount 7102413 2013 Relocation of 30" Force Main Around $849,124.00 Old Public Works Garage 7101899 2013 Southfork Interceptor $399,163.00 7402261 2013 Watermain Extension with Elm St $430,209.59 Total Project Funding $1,678,496.59 Phase I of the 30 inch force main relocation project will be funded through the FY2013 capital improvement project appropriation in the amount of $849,124.00 and the 4 FY2013 appropriation in the amount of $399,163.00 which will be used as reserves pending actual project costs incurred. Future funding for this project was initially available through CIP 7102413 in the amount of $699,600.00 in FY 2014, but moved to FY 2015. The water main improvements along Elm Street, from 9th Street to 11th Street, will be funded through the FY2013 appropriation in the amount of $430,209.59. ACTION TO BE TAKEN The City Council is requested to establish the date of the public hearing and to authorize the City Clerk to advertise for proposals through adoption of the enclosed resolutions for Phase I of the 30 Inch Force Main Relocation Project from 7th Street to 12th Street, and the water main on Elm Street from 9th to 11111 Prepared by Todd Irwin cc: Jenny Larson, Budget Director Bob Green, Water Department Manager Jonathan Brown, Water Pollution Control Manager Tim Horsfield, Parking Division Manager Ken TeKippe, Finance Director John Klostermann, Street and Sewer Maintenance Supervisor Nate Steffen, Engineering Technician Todd Irwin, Engineering Technician 5 RESOLUTION NO. 166 -13 30 INCH FORCE MAIN RELOCATION PROJECT - PHASE I FROM 9TH STREET TO 11TH STREET PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the 30 inch Force Main Relocation Project - Phase I from 9th Street to 11th Street, in the estimated amount $1,185,437.50, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 17th day of June, 2013, at 6:30 p.m. in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. 30 inch Force Main Relocation Project - Phase I from 9th Street to 11th Street is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four but not more than forty -five days before the date for filing bids before 2:00 p.m. on the 20th day of June, 2013. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:30 p.m. on the 1St day of July, 2013, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this 3rd day of Attest: June , 2013. Roy D. Buol, Mayor NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE 30 INCH FORCE MAIN RELOCATION PROJECT — PHASE 1 FROM 9TH STREET TO 11TH STREET NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the 30 inch Force Main Relocation Project - Phase 1 from 9th Street to 11th Street, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 17th day of June 2013, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: The 30 inch Sanitary Sewer Force Main Relocation — Phase 19`h Street to 11`h Street project includes 1,150 LF of 30 -inch DIP force main (provided by the City), 163 LF of 42 -inch bored and jacked steel casing, 775 LF of 8 -inch water main along with fittings and miscellaneous water main components. Pavement replacement on the project includes 490 tons of 6 -inch thick hot mix asphalt, 990 SY of 9 -inch thick Portland cement concrete Class C, 145 SY of 11 -inch thick Portland cement concrete Class M, miscellaneous sidewalk, curb and gutter. The project will also include a multi -stage traffic control plan. A 40 hour Hazwoper Certification Training Course is required to be completed for all personnel involved with excavating, dewatering, and hauling operations, prior to bidding. A list of certified personnel and their position will need to be provided as a condition of award. Any visual or hearing- impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690- 6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the day of , 2013. Kevin S. Firnstahl, CMC, City Clerk NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT 30 INCH SANITARY SEWER FORCE MAIN RELOCATION - PHASE I 9TH STREET TO 11TH STREET Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on the 20`h day of June, 2013, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 2:00 p.m. on June 20, 2013, at City Hall - Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on July 1, 2013. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by October 11, 2013. Mandatory Pre -Bid Conference. A mandatory pre -bid conference will be held at 10:00 a.m. on June 12, 2013 in Conference Room A, City Hall, 50 W. 13th Street, Dubuque, Iowa. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. The specification for this project will be SUDAS (Statewide Urban Design and Specifications) 2013, as modified by the City of Dubuque standard supplemental specifications and special provisions. Copies of the plans and specifications prepared by IIW, P.C., may be obtained from Tri -State Blueprint, 696 Central Avenue, Dubuque, Iowa 52001, phone 563 - 556 -3030. No plan deposit is required. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. The 30 Inch Sanitary Sewer Force Main Relocation - Phase 19`h Street to 11th Street project consists of three stages along with a corresponding multi stage traffic control plan. The project includes 1,150 LF of 30 -inch DIP force main (provided by the City), 163 LF of 42 -inch bored and jacked steel casing, 775 LF of 8 -inch water main along with fittings and miscellaneous water main components. Pavement replacement on the project includes 490 tons of 6 -inch thick hot mix asphalt, 990 SY of 9 -inch thick Portland cement concrete Class C, 145 SY of 11 -inch thick Portland cement concrete Class M, miscellaneous sidewalk, and curb and gutter. A 40 hour Hazwoper Certification Training Course is required to be completed for all personnel involved with excavating, dewatering, and hauling operations, prior to bidding. A list of certified personnel and their position will need to be provided as a condition of award. A -1