Loading...
DICS Grading & Utilities 2012 Project Phase I AcceptanceMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Dubuque Industrial Center South Grading & Utilities - 2012, Phase 1 CIP 3602160 - South Siegert Farm DATE: November 25, 2013 Dubuque band AI- America City IIIii! 2007 • 2012 • 2013 City Engineer Gus Psihoyos and Economic Development Director Maurice Jones are recommending acceptance of the grading contract for the Dubuque Industrial Center Grading & Utilities — 2012 Project — Phase 1, as completed by Tom Kueter Construction Co., Inc., in the final contract amount of $2,148,349.81, which is a 7.6% decrease from the original contract amount of $2,325,159.85. I concur with the recommendation and respectfully request Mayor and City Council approval. 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 Maurice Jones, Economic Development Director Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer Maurice Jones, Economic Development Director SUBJECT: Dubuque Industrial Center South Grading & Utilities — 2012, Phase 1 CIP 3602160 —South Siegert Farm DATE: November 22, 2013 INTRODUCTION Dubuque All- America City 1 I 2007 • 2012 • 2013 The enclosed resolution provides for the acceptance of the grading contract for the Dubuque Industrial Center Grading & Utilities — 2012 Project, Phase 1. BACKGROUND In 1997 the City acquired approximately 175 acres of farmland known as the South Siegert Farm. Until March 1, 2012, the property between Highway 20 and Seippel Road was leased for agricultural purposes until there was an identified need for commercial/ industrial growth. With more than 10 recent business expansions in the Dubuque Industrial Center West (DICW), the City of Dubuque has seen unprecedented growth. In less than three years, the City has sold over 125 acres. The City Council identified the Dubuque Industrial Center Economic Development District (District) as a high priority for the City's future commercial /industrial growth. In March 7, 2011, the City Council approved (Resolution 87 -11) the inclusion of the South Siegert Farm (Subarea E) within that District. That area is now referred to as the Dubuque Industrial Center South. The City Council approved a Grading and Utilities contract with Tom Kueter Construction Co., Inc. for work at the Dubuque Industrial Center South on July 16, 2012. The project included the following: - Excavation of approximately 970,000 cubic yards of soil. - Approximately 1,000 linear feet of storm sewer pipe. - Approximately 3,300 linear feet of sanitary sewer. - Temporary and permanent erosion control measures including sediment basins, detention basins, vegetated swales, seeding (including for wild flowers and native grass), inlet and outlet projection, and energy dissipaters. - Deconstruction and demolition of existing structures, such as well abandonment, septic system removal, and fence removal. Additional work related to paving, utilities, street lighting and new landscaping is being completed by Horsfield Construction, Inc. through the Dubuque Industrial Center South PCC Paving & Utilities — 2013 contract. DISCUSSION The Dubuque Industrial Center South Grading & Utilities — Phase 1, 2012 Contract was completed by Tom Kueter Construction Co., Inc. of Peosta, Iowa in the final contract amount of $2,148,349.81 which is a 7.6% decrease from the original contract amount of $2,325,159.85 RECOMMENDATION I recommend that the City Council accept the improvements, establish the final contract at $2,148,349.81 for the Grading & Utilities — 2012, Phase 1 for work at the Dubuque Industrial Center South. The total cost of the completed work is $2,558,106.46, including the final contract, IIW Engineering and City Engineering. BUDGET IMPACT The costs for the development of the entire Dubuque Industrial Center South Project (CIP 3602160) is summarized below. This includes the final Grading & Utilities contract to Tom Kueter Construction Co. Inc. and the amount paid to date and encumbrances to Horsfield Construction, Inc. for the Paving & Utilities contract. Additional costs include project engineering by IIW Engineers and project oversight by City Engineering. Source Amount Kueter Construction: Grading and Utilities — Final Contract $2,148,349.81 Horsfield Construction: Paving and Utilities — Paid to Date $517,578.18 Kueter Construction: Grading and Utilities — Estimated Encumbrances $148,033.32 IIW Engineering: Consultant Services for Design, Administration Inspection — Paid to Date and $387,298.89 IIW Engineering: Consultant Services for Design, Administration Inspection — Encumbrances and $40,821.11 City Engineering — Estimated Time to Date $22,457.76 2 Total Project Cost $3,264,539.07 The project funding summary is as follows: CIP No. Fund Description 3602160 General Obligation (GO) Bonds (TIF Abated) RISE Grant Total Project Funding Fund Amount $5,704,750 $229,247 $5,933,997.00 There is $2,440,210.93 available in City funds after all estimated expenditures on the entire project. Additionally, in May 2013, the City Council approved a RISE contract for a $229,247 grant, from the IDOT to help fund a portion of the Paving & Utilities project. The estimated $2,669,457.93 remaining may be used to fund additional utility connections at the Dubuque Industrial Center South, or additional industrial or recreational space south of the current development. ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution accepting the improvements, establishing the final contract amount for the Dubuque Industrial Center South Grading & Utilities — 2012 Project, Phase 1. Prepared by Phil Wagner, Assistant Economic Development Director cc: Todd Irwin, Engineering Technician Maurice Jones, Economic Development Director Jenny Larson, Budget Director Gus Psihoyos, City Engineer 3 RESOLUTION NO. 343 -13 ACCEPTING THE DUBUQUE INDUSTRIAL CENTER SOUTH GRADING & UTILITIES — 2012 PROJECT, PHASE 1 AND AUTHORIZING THE PAYMENT OF THE CONTRACT AMOUNT TO THE CONTRACTOR Whereas, the Improvement Contract for the Dubuque Industrial Center South Grading & Utilities — 2012 Project, Phase 1 has been completed and the City Engineer has examined the work and filed a certificate stating that the Project has been completed according to the terms of the Improvement Contract and that the City Engineer recommends that the Project be accepted; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. The recommendation of the City Engineer is approved and the Project is hereby accepted. Section 2. The Finance Director is hereby directed to pay to the Contractor from the General Obligation Bonds (TIF Abated) for the contract amount of $2,148,349.81 less any retained percentage provided for therein as provided in Iowa Code Chapter 573, and to pay such retainage only in accordance with the provision of Iowa Code Chapter 573. Passed, adopted and approved this 2nd day of December, 2913. Attest: i Kevin': irnstahl, 'ty `'-r ooy D. Buol, Mayor CITY ENGINEER'S CERTIFICATE OF FINAL COMPLETION OF THE DUBUQUE INDUSTRIAL CENTER SOUTH GRADING & UTILITIES — 2012 PROJECT, PHASE 1 The undersigned City Engineer of the City of Dubuque, Iowa, hereby certifies that he has inspected the Dubuque Industrial Center South Grading & Utilities — 2012 Project, Phase 1, and that said Project has been performed in compliance with the terms of the Public Improvement Contract, and that the total cost of the completed work is $2,558,106.46. Dated this .' f� day of any , 2013. 2013. Gus Psi oyos, City ' "ngineer Filed in the office of the City Clerk on the 26th day of November, 2013. ii "Za - Kev' S. Firnsta I, C "City Clerk November 19, 2013 Phil Wagner City of Dubuque Economic Development 50 W. 13th Street Dubuque, IA 52001 Re: Dubuque Industrial Center South Grading and Utilities 2012 Phase I Project Certification IIW Project No.: 11083 -01 Dear Phil: An inspection of the Dubuque Industrial Center South Grading and Utilities 2012 Phase I project has been completed. We hereby certify that Tom Kueter Construction Co., Inc., of Peosta, Iowa, has completed construction of the above referenced project in compliance with the drawings and specifications and the project is ready for acceptance. The final project construction cost including Change Order No. 9 Final is $2,148,349.81. We have enclosed three copies of Contract Payment No. 11 in the amount of $8,645.00 and Change Order No. 9 Final for city approval. The change order documents the differences between the original contract quantities and the final installed quantities, and also includes the cost for remobilization of the sanitary sewer. We recommend that the City of Dubuque approve Contract Payment No. 11 and Change Order No. 9 Final. After the city has approved and signed the forms, one signed copy of each form should be sent to Tom Kueter Construction, one copy of each form is for city records, and one copy of each is for IIW. We also recommend that the City of Dubuque approve and accept the Dubuque Industrial Center South Grading and Utilities 2012 Phase I work. Retainage in the amount of $107,417.49 will be held for 30 days after acceptance and paid at that time provided no claims from others are filed. We will prepare Contract Payment No. 12 Final for the retainage due the contractor at the appropriate time. Approval and acceptance starts the two year warranty period. Sincerely, IIW, P.C. John F. Wandsnider, P.E. Cody T. Austin, P.E. Project Manager & Municipal Engineer Project Engineer Enc. Copy: Chris Kueter, Tom Kueter Construction Co., Inc. Todd Irwin, City of Dubuque Engineering IIW, P.C. www.iiwengr.com ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING Dennis F. Waugh, PE /SE* Charles A. Cate, PE ** Gary D. Sejkora, PE Michael A. Jansen, PE /SE Ronald A. Balmer, PE /SE /AIA Timothy J. Tranel, PE* John F. Wandsnider, PE Julie P. Neebel, PE James P. Kaune, PE Thomas J. Oster, PLS ** Wray A. Childers, PLS Geoffry T. Blandin, PE Mark C. Jobgen, PE Lauren N. Ray, PE /SE* Bradley J. Mootz, PE /SE Cody T. Austin, PE* Marc D. Ruden, PE Mark R. Fassbinder, AIA* Michael A. Ruden, NCARB /AIA* Craig J. Elskamp, AIA Robert W. Blok, PE Eric J. Helminiak, PE /SE* Steven J. Hunn, PE Jeffrey J. Brandt, PLS / RLS Craig L. Geiser, PLS / RLS Adam J. Moris, PE David A. Leapaldt, AIA, CID* Nathan W. Miller, PE G. Alan Peterson, PE Joseph D. Wejman, PE Damian D. Baumhover, AIA Gene Farach, P.E. * LEED AP ** Retired 4155 Pennsylvania Avenue, Dubuque, IA 52002 -2628 • [P] 563.556.2464/800.556.4491 ♦ [F] 563.556.7811 ENGINEERS. ARCHITECTS. SURVEYORS. 11w CHANGE ORDER Change Order No: 9 Final Date: November 19, 2013 Agreement Date: July 16, 2012 Owner: City of Dubuque, Iowa Project: Dubuque Industrial Center South Grading and Utilities 2012 Phase I Rebid Contractor: Tom Kueter Construction Co., Inc. No. 11083 -01 Description of Change: A. Contract adjustment based on total quantities of work performed (see attached) B. Remobilization for sanitary sewer (see attached) Justification: A. Contract reduction based on measurements of installed quantities. B. Sanitary sewer construction was shut down due to grading staging. Remobilization was necessary to resume when grading was completed. Change in Contract Price: The amount of the contract will be DECREASED by this change order by the sum of Two Hundred Seventy Thousand Two Hundred Eighty Dollars and Sixty -Three Cents ($ 270,280.63) Adjustment in Amount of Contract: 1. Amount of Original Contract 2. Net due to all previous change orders 3. Amount of contract not including this change order 4. Reduction to contract due to this change order 5. Amount of contract including this change order Change Order Conditions: $ 2,325,159.85 $ 93,470.59 $ 2,418,630.44 $ (270,280.63) $ 2,148,349.81 The contract completion period established by the original contract shall remain unchanged as follows: Final completion date of November 1, 2013, with a milestone for completion of subgrade for proposed roadway by July 1, 2013. Work performed under this change order will be subject to all the requirements as stated herein and in the contract documents and all change orders. The Contractor expressly agrees that he will place under coverage of his Contractor's Improvement Bond and insurance all work covered by this change order. I -1 Change Order Page 2 All work performed under this change order shall be performed in accordance with the requirements of this change order, the plans, the specifications, and the contract documents. Recommended for Acceptance: IIW, P.C. 0,001111011/1/0 \\\` \'‘ E S S /0A,///,, ,, ;` ;. Qom; ``� ' I '',,�� .i. o = <" Z co _ CODY T. ' G% w = AUS11N = z O ° 19027 = n3 s -, ' � ,� `�' %, '" ```'‘\ ' ,��� "I,,,,,1110 i WN I\ \ \`\\\ - � I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FOR IIW, P.C. _ � C� ii Zo /Zo/3 Cody Austin, P.E. Date License Number 19027 My license renewal date is December 31, 2013 Pages or sheets covered by this seal: Change Order No. 9 Final Accepted and /or Requested: Accepted and /or Requested: Attest: (optional) BY Signature NAME CONTRACTOR Tom Kueter Const. Co., Inc. BY NAME Chris Kueter Signature Type or Print TITLE President DATE 1/ -2 l.3 OWNER City of Dubuque, Iowa BY V� NAME: Phil Wagner Signature Type or Print TITLE: Acting Economic Development Director Type or Print TITLE DATE 11 "��' Q 13 CHANGE ORDER NUMBER 9 FINAL CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL PARK SOUTH GRADING & UTILITIES PHASE I CONTRACT CHANGES A. Contract adjustment based on measured quantities ITEM ORIGINAL FINAL QUANTITY UNIT NO. ITEM UNIT QUANT QUANT DIFF. PRICE INCREASE DECREASE 8 PCC - 9" Remove and Replace SY 312 322.2 10.2 $45.00 $459.00 $0.00 9 Temporary Pavement Patch LS 1 0 1 $3,000.00 $0.00 $3,000.00 14 Mulch AC 212 210 2 $155.00 $0.00 $310.00 16 Temporary Sedimentation Basin EA 4 2 2 $300.00 $0.00 $600.00 17 Silt Fence LF 1510 2654 1144 $1.00 $1,144.00 $0.00 18 Silt Fence - Removal LF 1510 2654 1144 $0.10 $114.40 $0.00 19 Erosion Stone TON 207 278 71 $17.00 $1,207.00 $0.00 20 Riprap - Energy Dissipators TON 510 651.34 141.34 $17.50 $2,473.45 $0.00 21 Engineering Fabric - Energy Dissipators SY 107 439 332 $2.00 $664.00 $0.00 22 Turf Reinforcement Mat SY 1038 2241 1203 $3.50 $4,210.50 $0.00 23 Rolled Erosion Control Product SY 1871 976 895 $2.25 $0.00 $2,013.75 24 Stone Check EA 35 33 2 $500.00 $0.00 $1,000.00 29 Bench Outlet Erosion Stone TON 80 73.63 6.37 $25.00 $0.00 $159.25 30 Diversion Berm - Minor LF 11610 9143 2467 $0.25 $0.00 $616.75 31 Diversion Berm - Major LF 9040 3444 5596 $0.25 $0.00 $1,399.00 32 Construction Exit EA 2 0 2 $2,500.00 $0.00 $5,000.00 33 Excavation, Class 10 CY 834900 819112 15788 $1.62 $0.00 $25,576.56 34 Excavtion, Topsoil & Unsuitable Materia CY 137000 64064 72936 $1.00 $0.00 $72,936.00 37 Subdrain Tile w /Rock LF 13073 6759 6314 $7.70 $0.00 $48,617.80 38 3" Modified Macadam TON 7464 0 7464 $12.00 $0.00 $89,568.00 39 Low Flow Channel LF 538 435 103 $5.00 $0.00 $515.00 40 Geogrid SY 6380 0 6380 $2.00 $0.00 $12,760.00 48 36" RCP Storm Sewer CL 2000D LF 396 401.5 5.5 $53.00 $291.50 $0.00 56 48" Cone Grate Trash Rack EA 1 2 1 $775.00 $775.00 $0.00 67 8" DIP Class 51 LF 1680 1326.9 353.1 $31.75 $0.00 $11,210.92 68 12" DIP Class 51 LF 1607 1387.5 219.5 $46.50 $0.00 $10,206.75 69 48" ID Manhole Base EA 14 13 1 $1,250.00 $0.00 $1,250.00 70 48" ID Manhole Sidewall VF 144 137 7 $87.50 $0.00 $612.50 71 Manhole Frame & Cover EA 14 13 1 $730.00 $0.00 $730.00 72 Connection to Existing Sewer MH Stub EA 1 2 1 $2,000.00 $2,000.00 $0.00 73 Select Backfill LF 60 53 7 $50.00 $0.00 $350.00 74 Trench Stabilization Stone TON 100 42.82 57.18 $40.00 $0.00 $2,287.20 TOTALS Contract reduction due to measurement of installed quantities Remobilization for sanitary sewer TOTAL CHANGE ORDER NO. 9 FINAL CONTRACT SUMMARY Original Contract Amount Modifications due to Change Order 1 Modifications due to Change Order 2 Modifications due to Change Order 3 Modifications due to Change Order 4 Modifications due to Change Order 5 Modifications due to Change Order 6 Modifications due to Change Order 7 Modifications due to Change Order 8 Modifications due to Change Order 9 Final FINAL CONTRACT AMOUNT $13,338.85 I $290,719.48 ($277,380.63) $7,100.00 ($270,280.63) $2,325,159.85 $2,620.44 $7,655.00 $5,095.92 $4,824.17 $34,260.73 $4,406.40 $777.93 $33,830.00 ($270,280.63) $2,148,349.81