Item Coversheet

Council Communication

Department: Public Works Admin
Case/Project No.: PW 17-20
Submitted by: Matthew Cox, City EngineerĀ 
Resolution 18-262Council Action: 9/10/2018
Description

Resolution accepting the work of Hawkins Construction Company as complete and authorizing release of retainage after 30 days if no claims are filed in connection with the West Broadway Reconstruction, Segment 1.

Project # PW17-20. 

Background/Discussion

West Broadway is major arterial street and critical to the City’s roadway network.  It serves as a significant commercial corridor and commuter route and its reconstruction is an essential part of the economic redevelopment plan for the west end of Council Bluffs.

 

Segment 1 of the reconstruction project completely rebuilt West Broadway from 36th Street to 33rd Street including the replacement of pavement, traffic signals, street lights, sidewalks, and storm sewers.  The project also included streetscape amenities such as decorative pedestrian lights, brick paver bands behind the curbs and at intersections, ornamental fencing, ornamental arms for street lights, concrete pavers in crosswalks, decorative paving in the center turn lane and at key intersections, neighborhood masonry columns, and trees.

 

Council Bluffs Water Works has significant facilities within West Broadway and replacement of the water main and service lines were included in the project.  The total for Division V costs was $972,589.59 and will be fully reimbursed by CBWW.

 

As a condition of the Transfer of Jurisdiction, Iowa DOT has provided $20 million in funding for assuming ownership of the roadway previously identified as US-6.  This project was included in the FY17 CIP with a budget of $4,500,000 in IDOT funding and $1,500,000 in sales tax funds.  The Iowa West Foundation has agreed to provide funding for the streetscape amenities and decorative features of the project for the purpose of corridor beatification. The reimbursement amount from IWF totals $927,028.62. 

 

The Contractor completed the project on time and did not receive any non-compliance notices.  A total incentive of $150,000 was earned by the contractor for completing three critical closure stages early.  A disincentive amount of $15,000 was assessed for one stage which was not completed on time.

 

Division I General

Division II Pavement

Division III Storm Sewer

Division V Water

Division VI Traffic Signals

Division VIII Lighting

Division IX Streetscape

Total

Original Contract Amount

$672,589.13

$2,215,425.96

$768,693.89

$1,030,932.69

$425,693.13

$234,149.65

$784,212.73

$6,131,697.18

Change Orders (-1.02%)

($6,729.84)

($102,591.71)

($3,503.04)

($58,343.10)

$2,851.35

($6,123.49)

$112,188.55

($62,251.28)

Final Contract Amount

$665,859.29

$2,112,834.25

$765,190.85

$972,589.59

$428,544.48

$228,026.16

$896,401.28

$6,069,445.90

Less Previous Payments

$659,025.00

$2,091,168.73

$757,337.03

$930,343.37

$424,145.95

$225,638.15

$887,541.45

$5,975,199.68

Retainage Due Contractor

$6,834.29

$21,665.52

$7,853.82

$42,246.22

$4,398.53

$2,388.01

$8,859.83

$94,246.22

 

 

Recommendation

Approval of this resolution.

 

ATTACHMENTS:
DescriptionTypeUpload Date
Resolution 18-262Resolution9/4/2018