Upper Bee Branch Creek Railroad Culvert Crossing Project_Initiate Copyrighted
December 17, 2018
City of Dubuque Items to be set for Public Hearing # 3.
ITEM TITLE: Upper Bee Branch Creek Railroad Culvert Crossing Project
SUMMARY: City Manager recommending initiation of the public bidding
procedure for the Upper Bee Branch Creek Railroad
Culverts Project, and further recommends that a public
hearing be set for January 7, 2019.
RESOLUTION Preliminary approval of plans,
specifications, form of contract, and estimated costs;
setting a date of public hearing on plans, specifications,
form of contract, and estimated cost; and ordering the
advertisement for bids
SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt
Resolution(s), Set Public Hearing for January 7, 2019
ATTACHMENTS:
Description Type
Upper Bee Branch Creek Railroad Culverts Project- City Manager Memo
NNM Memo
Staff Memo Staff Memo
Resolution Resolutions
Notice to Bidders (Added) Supporting Documentation
THE CITY OF Dubuque
�
AIFA�erlwGh
UB E '�� III►
Masterpiece on the Mississippi Z°°'�w'2
7A13 2017
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Upper Bee Branch Creek Railroad Culverts Project, Initiate Bidding and
Set Public Hearing [CIPs 2642769, 7202769, and 3402769]
DATE: December 12, 2018
City Engineer Gus Psihoyos recommends initiation of the public bidding procedure for
the Upper Bee Branch Creek Railroad Culverts Project, and further recommends that a
public hearing be set for January 7, 2019.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
�L;� 1��, ����.�
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
-rr rF:crrY oF� Dubuque
DuB E A��-�'�
r �
Mast.c�rpiece on tlie Mississippi
�
znm.zo�z•znia.zni�
TO: Michael C. Van Milligen, City Mana.g�er '`"�'�
FROM: Gus Psihoyos, City Engineer ,.��,�. .-
SUBJECT: Upper Bee Branch Creek Railroad Culverts Project, Initiate Bidding and
Set Public Hearing [CIPs 2642769, 7202769, and 3402769]
DATE: December 13, 2018
INTRODUCTION
The purpose of this memo is to seek authorization to initiate the bidding process and set
a public hearing for the Upper Bee Branch Creek Railroad Culverts Project (Project), the
final contract associated with the Upper Bee Branch Creek Restoration Project (Phase 7
of the Bee Branch Watershed Flood Mitigation Project).
BACKGROUND
Since 1999 there has been six Presidential Disaster Declarations which included the
Bee Branch Creek 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),
there are 1,373 properties in the flood prone area. 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
li�ting on th� Nationa! P.egiSter of Hi�toric Places, the official list af the I�Jation's histcric
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, 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.
Since 2001, the City has implemented many of the improvements outlined in the
Drainage Basin Master Plan. But since 2001 several intense, storm events 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 twelve
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.
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 Complete
5 Flood Mitigation Gate Replacement
6 Impervious Surface Reduction (Green Alleys) Under Construction
7 Upper Bee Branch Creek Restoration Partially Complete*
8 22"d Street Storm Sewer Improvements Under Construction
9 Flood Mitigation Maintenance Facility
10 North End Storm Sewer Improvements
11 Water Plant Flood Protection
12 17th Street Storm Sewer Improvements Under Construction
*Upper Bee Branch Creek Restoration Project includes improvements through the railroad property at
506 Garfield Avenue also known as the Upper Bee Branch Creek Railroad Culverts Project
The Bee Branch Watershed Flood Mitigation Project will prevent an estimated $582
million in damages over the 100-year design life of the project. Due to the contributions
of local, state, and federal funding partners, Dubuque citizens will see a return on their I
investment of more than $8 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 also improve water quality, stimulate investment, and enhance the quality of life of
watershed residents.
On December 4, 2013, the lowa Flood Mitigation Board voted to approve the City's use
of$98,494,178 for the Bee Branch Watershed Flood Mitigation Project. This funding
will allow much of the protection to be provided over the next six years, instead of over
the next 20 years (only some of the 240 alleys will take up to 20 years). On February 3,
2014 the City Council adopted Resolution 31-14 authorizing the execution of an
agreement with the State of lowa Flood Mitigation Board and authorizing the City's use
of sales tax increment funding for the Bee Branch Watershed Flood Mitigation Project.
2
In December of 2004, the City Council adopted the alignment for the Bee Branch Creek
Restoration Project based on the work and recommendation of the Bee Branch Citizen
Advisory Committee. The adopted alignment crossed the railroad yard at 506 Garfield
Avenue now owned by Canadian Pacific.
In August of 2008, the City Council authorized the hiring of Strand & Associates
(Madison, WI), in association with IIW Engineers (Dubuque, IA) and Ken Saiki Design
(Madison, WI), to prepare the final design of the Bee Branch Creek Restoration Project
which included the section through the railroad property at 506 Garfield Ave.
CP's January of 2015 response was considered a conditional approval of the design,
citing four minor issues for the City to address. The improvements conditionally
approved by CP are shown in Figure 1.
While the City was in a position to move forward negotiating a Construction Agreement
with CP and possibly moving forward with the improvements through CP property, doing
so would have delayed the upstream improvements such that the City would risk the
loss of$4 million in grant funding (EDA, IDOT, & RECAT). Therefore, the City
proceeded with completing the Upper Bee Branch Creek project upstream of the
railroad property.
, �. �:
. �
, .:� ,s--�-- �
� �
Upper ;. , , .a ; ��i � i .
r � � �
Bee Branch , 1�--.. �'-�r��,
Creek ` ' � �
, '+��. �4 Y '°_ �
r. , - ,
• ~`!��+'� f .
I
° . � _ � .
r
.�¢, ' ��wr�wrr�r� lower
a �r�r� Bee Branch
� Creek
�
C9
� „
� Proposed improvements conditionally approved by CP in 2015
Figure 1. Extent of improvements conditionally approved by CP in early 2015.
Completed through multiple contracts, again due to funding, the City proceeded with the
construction of the Upper Bee Branch Creek Restoration Project. In May of 2015, the
City Council adopted Resolution 176-15 awarding the contract for the Upper Bee
Branch Creek — Channel, Streets, & Utilities Project. In May of 2015, the City Council
adopted Resolution 177-15 awarding the contract for the Upper Bee Branch Creek —
Structures Project. In October of 2015, the City Council adopted Resolution 351-15
3
awarding the contract for the Upper Bee Branch Creek Mississippi River Trail Project,
the third contract associated with the Upper Bee Branch Creek Restoration Project. In
December of 2015, the City Council adopted Resolution 422-15 awarding the contract
for the Bee Branch Creek Basin Overlook & 22"d Street Parking Lot Project, the fourth
and final contract associated with the Upper Bee Branch Creek Restoration Project. The
improvements were substantially complete by July of 2017.
One of the consequences of moving forward with the construction of improvements
upstream of CP property is that some of the improvements that were to be constructed
as part of the plans previously reviewed by CP were constructed as part of the Upper
Bee Branch Creek Restoration Project. Figure 2 shows a few of those elements.
Therefore, the plans and specifications (bidding and construction documents) for the
improvements through CP property needed to be reworked and re-designed to a certain
extent to reflect the improvements in place as a result of the Project.
Because of the improvements now in place, the size and nature of some of the
improvements previously required are no longer necessary. For example, the transition
structure and the level control structure could be reduced in size which would result in
cost savings.
, f
, '',
Uppef , . , , a ',
Bee Branch ,
�-�
Creek -� , ' .
�� ,
a `'�.,y.,,`'`�� �
_. , �„ ��
� . M���- ��'+.W � IF.
r'' ' 1 , ..
� �A� �
� � _, ,,,,,, �, � �y Lower
' Q ��a Bee�ranch
' w �h� -_�-_�`{ Creek
Ji �� e ,� �y
' a ..... ..�, m,_ �+
,f
� Improvements constructed as part of the Upper Bee Branch Creek Project contracts
�.; _
Figure 2. Improvements previously reviewed as part of the improvements through CP property
that were constructed as part of the Upper Bee Branch Creek Restoration Project.
In April of 2015, the City Council authorized a partnership with lowa Economic
Development Authority (IEDA) regarding the State's submission of the first phase of the
competition to secure US Department of Housing and Urban Development (HUD)
National Disaster Resilience Competition (NDRC) funding. The hope was to secure
funding to help mitigate the flooding in the Bee Branch Watershed. Based on the first
phase application, IEDA (and the City) was invited to proceed to phase II of the
4
competition. In November of 2015, the City Council authorized the submission of an
application for HUD NDRC funding for the (Upper) Bee Branch Railroad Culvert
Infrastructure Improvements.
In January 2016, the State was awarded $95.7 million in HUD National Disaster
Resiliency Competition grant funds. Per the award, the City of Dubuque is to receive
$8.4 million for a comprehensive "Bee Branch Healthy Homes Resiliency Program" to
help residents address residual impacts from the flooding experienced within the Bee
Branch Watershed. The City is also to receive $23.1 million for storm water
infrastructure improvements associated with the Bee Branch Watershed Flood
Mitigation Project. The infrastructure improvements included the (Upper) Bee Branch
Railroad Culvert Infrastructure Improvements through Canadian Pacific property at 506
Garfield Ave.
In order to remain eligible for the HUD funding for the Bee Branch Railroad Culvert
improvements, the City had to delay moving forward towards developing the final design
of the improvements or move forward with acquiring property necessary for the project.
The City first had to wait until a grant agreement was in place. In addition, the City had
to follow the HUD rules and regulations as they relate to procuring engineering and
legal services.
In October of 2016, the City Council adopted Resolution 362-16 authorizing the
execution of a contract with the lowa Economic Development Authority (IEDA) in order
for the City to utilize $23,293,253.00 in HUD National Disaster Resiliency Competition
grant funds for the Bee Branch Watershed Flood Mitigation Project with $9,000,000
specifically for the proposed culverts from the Lower Bee Branch Creek, thro�agh
Canadian Pacific Railway property, to the Upper Bee Branch north of Garfield Avenue.
This phase of the Bee Branch Creek Restoration Project is also referred to as the Bee
Branch Railroad Culvert Infrastructure Improvements Project. The contract with IEDA
requires that the City complete all of the improvements by June of 2021.
In March of 2017, in accordance with HUD requirements, the City executed a new
contract with Strand to provide engineering design services as required for the Upper
Bee Branch Railroad Culvert Infrastructure Improvements Project.
In June of 2017, the City Council authorized the hiring of Ahlers & Cooney law firm to
provide legal services pertaining to the negotiations with CP and other property
acquisitions necessary for the Bee Branch Railroad Culvert Infrastructure Improvements
Project.
In July of 2017, the City and CP executed the Amended and Substituted Service
Agreement reflecting the current approach to install the tunneled culvert system and
establishing a new expiration date of December 31, 2018. Under the terms of the
original agreement, the City paid CP $100,499.56 for their reimbursable expenses. Per
the amendment, both agreed that reimbursable expenses for CP services incurred after
5
December 30, 2014 shall not exceed $50,000, unless agreed upon through a
subsequent amendment.
DISCUSSION
The Upper Bee Branch Creek Railroad Culverts Project (Project) represents the final
contract associated with the Bee Branch Creek Restoration Project (Phase 4 & 7 of the
Bee Branch Watershed Flood Mitigation Project). The improvements will allow for the
efficient flow of floodwaters from the recently completed upper Bee Branch Creek
improvements, through the railroad yard on Garfield Avenue, to the lower Bee Branch
Creek.
Since 2007, the City has been corresponding with the owner of the Dubuque Works rail
yard at 506 Garfield Avenue. During that time, ownership of the railroad changed hands
two times. The current owner, Canadian Pacific Railway (CP), took control in 2010. For
the past eight years, the City has attempted to design improvements through CP
property such that the construction of the improvements would not "unreasonably
interfere" with CP's operation of their railroad. To that end, the Project involves the
installation of six, 8-foot diameter culverts under the railroad tracks using tunneling
methods. This will allow the railroad operation to continue unimpeded by the
construction of the Project.
In addition to the culverts under the railroad tracks, the Project includes the extension of
the box culverts installed under Garfield Avenue as part of the upper Bee Branch Creek
improvements to a new buried junction chamber, or transition structure where the flow
from the upper Bee Branch Creek will join with flow from the Bee Branch storm sewer
from Pine Street. The combined flow will then flow under the railroad tracks through the
tunneled pipes mentioned previously into the lower Bee Branch Creek. An outfall
structure will be constructed where the water will flow into the lower Bee Branch Creek.
This will include a headwall for the culverts, a flood gate with pump station to control the
depth of water in the upper Bee Branch Creek, topped by a concrete pad that will allow
access to the culverts and gate from above while also providing a plaza area for citizens
to overlook the lower Bee Branch Creek. The Project also incorporates the existing box
culverts underneath the railroad tracks into the flood control system. The design will
allow the existing box culverts to serve dual functions: flood control and as a hike/bike
path under the railroad tracks. A path will be graded down from GarField Avenue to
function as a spillway should floodwaters overflow within the upper Bee Branch Creek.
But it will also serve as surface access to the existing box culverts for maintenance and
for a public hike/bike path. In addition to retaining walls, the Project also includes
lighting and security cameras.
The Project is being bid with four alternative bid items that could be awarded in the
order listed. They are as follows:
Bid Alternate 1 - Additional Landscaping and Amenities
Cost Estimate: $159,639.00
6
While the base bid includes the establishment of a minimum amount of landscaping
and vegetation, this bid alternative includes additional planters, a mulch path along
the west side of the Bee Branch to 16th Street, additional bike racks, benches, where
the new culverts will discharge into the Bee Branch Creek.
Bid Alternate 2 — Site Furnishings
Cost Estimate: $140,572.00
The additional site furnishings include shade structures and enhanced, architectural
seating areas that would help create a sense of place at the new plaza area that will
overlook the lower Bee Branch Creek.
Bid Alternate 3 — Trail and Additional Tunnel Modifications
Cost Estimate: $468,880.00
The base bid includes the work to grade and construct the necessary retaining walls
that would allow for the use of the existing box culverts for both flood control and a
hike/bike trail under the railroad tracks, connecting the lower and upper Bee Branch
Creek trail systems. The Bid Alternative 3 improvements involve the actual construct
the hike/bike trail, things such as paving the trail, improvements to the box culverts
to make them suitable for a trail, and adding tunnel lighting and cameras.
Bid Alternative 4 — Sanitary Sewer Interceptor
Cost Estimate: $2,559,400.00
This involves the installation of a 36-inch diameter sanitary sewer from the lower
Bee Branch Creek to the sewer on Garfield Avenue installed as part of the upper
Bee Branch Creek construction project. Currently, the flow from the existing sanitary
sewer flows under the box culverts on Garfield Avenue through a siphon.
Construction of the new sewer will allow the City to eliminate the need for a siphon.
This work can be bid as an alternate because it can be done at a later date based on
funding availability.
PROJECT SCHEDULE
The proposed schedule for the Project is as follows:
Initiate Public Bidding Process December 17, 2018
Publish Notice to Bidders, Advertise for Bids December 21, 2018
Publish Public Hearing Notice on Plans & Specs December 21, 2018
Public Hearing on Plans & Specifications January 7, 2019
Receipt of Bid Proposals (Bid Letting) January 22, 2019
Award Construction Contract February 4, 2019
Improvements Functional Summer of 2020
Final Project Completion Date June 30, 2021
7
RECOMMENDATION
I recommend that the City Council establish the date for the public hearing and
authorize the City Clerk to advertise for proposals for the Upper Bee Branch Creek
Railroad Culverts Project.
BUDGETIMPACT
The estimate of probable cost for Upper Bee Branch Creek Railroad Culverts Project is
as follows:
Construction $25,582,982.00
Contingency (5%) 1,279,149.00
Property Acquisitions 410,000.00
Engineering 2,936,300.00
Total Project Cost $30,208,431.00
The project funding is summarized as follows:
Funding Source Amount
HUD CDBG NDR Grant $10,563,823'
U.S. EPA Clean Water SRF 16,300,0002
State Sales Tax Increment Funding 2,629,949
State Sales Tax Increment Bond 714,659
Total $30,208,431
�Allocating $10,563,823 of HUD funding to the railroad culvert improvements will leave $12,536,177 for
the 22�d & Kaufmann Storm Sewer Improvements Project and the 17t" &W. Locust Street Storm Sewer
Improvements Project which is $1,563,823 less than planned such that it may impact the construction
limits of these improvements.
2$16.3 million is the maximum amount of SRF debt the City will utilize. Through the FY20 budget process,
the City is looking at using stormwater utility fee revenue to minimize the amount of the SRF debt.
ACTION TO BE TAKEN
I respectfully request adoption of the attached resolution establishing the date of the
public hearing on the plans, specifications, and estimated cost and authorizing the City
Clerk to advertise for bids for the Upper Bee Branch Creek Railroad Culverts Project.
Attachments
Prepared by Deron Muehring
cc: Crenna Brumwell, City Attorney
Barry Lindahl, Senior Corporation Counsel
Jenny Larson, Budget Director
John Klostermann, Public Works Director
Steve Brown, Project Manager
Deron Muehring, Civil Engineer
8
RESOLUTION NO. 379-18
UPPER BEE BRANCH CREEK RAILROAD CULVERTS PROJECT
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 Upper
Bee Branch Creek Railroad Culverts Project (Project), in the estimated amount of
$25,582,982.00 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 ]!h day of January, 2019, at 5:00 p.m. in the Historic
Federal Building Council Chambers (second floor) 350 W. 5th 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.
Upper Bee Branch Creek Railroad Culverts Project, 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 Notice to Bidders to be published on the
City of Dubuque website and a contractor plan room service with statewide circulation,
which notice shall be published not less than thirteen but not more than forty-five days
before the date for filing bids before 2:00 p.m. on the 22nd day of January, 2019. 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 5:00 p.m. on the 4th day of February 2019, in the Historic Federal
Building Council Chambers (second floor), 350 West 5th Street, Dubuque, Iowa.
Passed, adopted and approved this 171' day of December 2018;/ tJ. J , /
/f!v.1~
/ Roy D. Buol, Mayor Atter:d#~
Kevin ~Firnstahl, CMC, City Clerk
NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF
CONTRACT, AND ESTIMATED COST FOR THE
UPPER BEE BRANCH CREEK RAILROAD CULVERTS PROJECT
NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque,
lowa will hold a public hearing on the proposed plans, specifications, form of
contract, and estimated cost for the Upper Bee Branch Creek Railroad Culverts
Project, in accordance with the provisions of Chapter 26, Code of lowa at 6:00
p.m. on the 7�h day of January, 2019, in the Historic Federal Building Council
Chambers (second floor), 350 West 6�h Street, Dubuque, lowa. 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:
Upper Bee Branch Creek Railroad Culverts Project (CIP# 2642769,
#7202769, and #3402769)
Project consists of the construction of two 12-foot by 10-foot CIP
reinforced concrete box culverts, trenchless installation of six 8-foot steel
culverts and one 48-inch steel casing across the CPR RR yard, one CIP
reinforced concrete transition structure, one CIP concrete outlet structure
with level control gate and pumping station, water main, 36—inch sanitary
sewer, storm sewer of various sizes, retaining walls, railings, concrete
curb and gutter, asphalt pavement, PCC sidewalk, lighting, security
cameras, fiber optic lines, vegetative surface restoration, trees, shrubs,
and other miscellaneous elements.
Any visual of 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 , 2018.
Kevin S. Firnstahl, CMC, City Clerk
NOTICE TO BIDDERS
CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT
UPPER BEE BRANCH CREEK RESTORATION
RAILROAD CULVERT CROSSING PROJECT
CONTRACT 1-2018
CIP #2642769
CIP #7202769
CIP #3402769
Time and Place for Filinq Sealed Proposals. Sealed bids for the work
comprising each improvement as stated below must be filed before 2 P.nn. on
January 22, 2019, in the Office of the City Clerk, City Hall—First Floor,
50 West 13�h Street, Dubuque, lowa 52001 .
Time and Place Sealed Proposals Will be Opened and Considered. Sealed
proposals will be opened and bids tabulated at 2 P.nn. on January 22, 2019, at City
Hall—Conference Room A, 50 West 13�h Street, Dubuque, IA, 52001 , for
consideration by the City Council (Council) on February 4, 2019, or at such later
date as may be set at said meeting. The City of Dubuque, lowa, reserves the right
to reject any and all bids.
Time for Commencement and Completion of Work. Work shall be commenced
after Notice to Proceed has been issued and shall be fully completed in
accordance with the requirements listed in the Agreement.
Bid Securitv. 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 pertormance 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 10 percent (10°k) 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. Bids are to be addressed to the City of Dubuque, lowa,
50 West 13th Street, Dubuque, IA 52001 , and shall be marked "Sealed Bid—Upper
Bee Branch Creek Restoration Railroad Culvert Crossing Project—Contract 1—
2018."
Completed digital project bidding documents are available at www.strand.com or
at www.questcdn.com. Download the digital plan documents by inputting the Quest
project number 6052113 on the website's Project Search page. Please contact
QuestCDN.com at (952) 233-1632 or info(c�questcdn.com for assistance in free
membership registration, downloading, and working with this digital project
information.
1 of 3
Bidding Documents may be reviewed and paper copies may be obtained from the
Issuing Office which is Strand Associates, Inc., 910 West Wingra Drive, Madison,
WI 53715, and Tri-State Blueprint, 696 Central Avenue, Dubuque, IA 52001 .
Overnight mailing of Bidding Documents will not be provided. A refundable deposit
of$50 is required. Deposit will be refunded to all plan holders returning documents
within 14 days of the award of the Project.
All Bidders submitting a sealed Bid shall obtain the Bidding Documents from Quest
CDN.com, Strand Associates, Inc., or Tri-State Blueprint.
Bidders who submit a Bid must be Plan Holder of record at the Issuing Office. Bids
from Bidders who are not on the Plan Holders List may be returned as not being
responsive.
Plan Holders are requested to provide an e—mail address if they wish to receive
addenda and other information electronically. Plan Holders are requested to
designate whether they are a prime contractor, subcontractor, or supplier if they
want this information posted on the project Plan Holders List.
Each Bidder shall accompany its bid with bid security as defined in lowa Code
Section 26.8, 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, in a form acceptable to the City of Dubuque, for the faithful performance of
the Contract, in an amount equal to one hundred percent (100°k) of the amount of
the Contract. The Bidder's security shall be in the amount fixed in the Instructions
to Bidders and shall be in the form of a cashier's check or a certified check drawn
on an FDIC insured bank in lowa or on a FDIC insured bank chartered under the
laws of the United States; or a certified share draft drawn on a credit union in lowa
or chartered under the laws of the United States; or a Bid Bond on the form
provided in the Contract Documents with corporate surety satisfactory to the City
of Dubuque. The bid shall contain no condition except as provided in the
Specifications. Should Bidder hire a subcontractor to perform trenchless
culvert/casing construction, Bidder shall require the subcontractor to furnish a
corporate surety bond, in a form acceptable to Bidder, for the faithful performance
of the subcontract, in an amount equal to 100°k of the subcontract.
Bidder will execute and file the Agreement and 100°k Pertormance and Payment
Bonds within 15 days after the Notice of Award.
The City of Dubuque reserves the right to reject any or all Bids, to waive any
technicality, and to accept any Bid which it deems advantageous. All Bids shall
remain subject to acceptance for 60 days after the time set for receiving Bids.
Contract award shall be made based on the lowest responsive and responsible
Bidder.
Any Contract or Contracts to be awarded are expected to be funded entirely or in
part by a grant from Housing and Urban Development (HUD) and a loan from lowa
Clean Water State Revolving Fund. This procurement will be subject to regulations
contained in appropriate State Statutes and 40 CFR Parts 31 , 33, and 35 of the
Federal Statutes. Award of Contract 1-2018 may be dependent on loan
securement.
2 of 3
A Federal Davis-Bacon Wage rate determination will prevail for this project.
General Decision Number IA-180029 6/08/2018 IA29 shall apply.
Women and Minority—owned businesses are encouraged to submit Bids for this
Project.
Bidders must demonstrate positive efforts to utilize women's and minority owned
businesses. This procurement will be subject to regulations contained in
40 CFR 35.3145(d), and P.L. 102-389 and 100-590. In addition, Bidder shall
comply with Executive Orders 11625, 12138, and 12432, and HUD requirements
(Section 3 clause).
General Nature of Public Improvement
Upper Bee Branch Creek Restoration Railroad Culvert Crossing Project,
Contract 1-2018, CIP #2642769, CIP #7202769, CIP #3402769.
Project consists of the construction of two 12-foot by 10-foot CIP reinforced
concrete box culverts, trenchless installation of six 8-foot diameter steel culverts
and one 48-inch diameter steel casing across the CPR RR yard, one CIP
reinforced concrete transition structure, one CIP concrete outlet structure with level
control gate and pumping station, water main, 36—inch sanitary sewer, storm sewer
of various sizes, retaining walls, railings, concrete curb and gutter, asphalt
pavement, PCC sidewalk, lighting, security cameras, fiber optic lines, vegetative
surface restoration, trees, shrubs, and other miscellaneous elements.
Preference for lowa Products and Labor. By virtue of statutory authority,
preference will be given to products and provisions grown and coal produced within
the State of lowa. In accordance with lowa statutes, a resident bidder shall be
allowed a preference as against a nonresident bidder from a state or foreign
country if that state or foreign country gives or requires any preference to bidders
from that state or foreign country, including but not limited to, any preference to
bidders, the imposition of any type of labor force preference, or any other form of
preferential treatment to bidders or laborers from that state or foreign country. The
preference allowed shall be equal to the preference given or required by the state
or foreign country in which the nonresident bidder is a resident. In the instance of
a resident labor force preference, a nonresident bidder shall apply the same
resident labor force preference to a public improvement in this state as would be
required in the construction of a public improvement by the state or foreign country
in which the nonresident bidder is a resident.
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.
Pre-Bid Construction Conference. A Pre-Bid Conference is planned.
Contact Information. The Bidders shall contact either Eric Vieth
(eric.vieth(c�strand.com or 608-251-4843) at Strand Associates, Inc.° or
Mike Jansen (m.iansen(c�iiwenqr.com or 563-556-2464) at IIW P.C., or both
parties with their questions associated with this project.
3 of 3
Published in the Telegraph Herald and lowa Master Builders web site,
December21 , 2018.
1 t 12/21
4of3