Klingenberg Terrace Ret WallCITY OF DUBUQUE, IOWA
MEMORANDUM
TO:
FROM:
SUBJECT:
December 19, 2000
Michael C. Van Milligen, City Manager
Michael A. Koch, Public Works Director /~-~_,/
Klingenberg Terrace Retaining Wall Reconstruction Project
INTRODUCTION
The enclosed resolutions provide for the acceptance of the construction contract for
the Klingenberg Terrace Retaining Wall Reconstruction Project.
BACKGROUND
Through the years, the Klingenberg Terrace retaining wall had severely deteriorated
and thus caused the hillside embankment to erode, which then caused the street,
curbing and cable-stay guardrail to settle and collapse. It was apparent that the
deteriorated street between Rosaline and Kleine Street was extremely narrow for
residential parking on the south side with substandard street width for two-way
traffic and made access difficult for City service vehicles. As a result of the
collapsed curbing, the street's ability to effectively control and keep stormwater
runoff from entering the adjacent properties was inadequate.
The Klingenberg Terrace Retaining Wall Reconstruction Project provided for the
construction of approximately 525 lineal feet of segmental retaining wall between
Rosaline and Kleine Street. The new segmental block retaining wall provided
embankment stabilization and the widening of the street from 15 feet to 25 feet,
which improves access for emergency vehicles, refuse collection and maintenance
operations in the winter. The additional street width between Rosaline and Kleine
Street also improves the safety to local residents and improve the parking situation
on the south side of the street. The new retaining wall construction also provided
for the installation of approximately 500 lineal feet of new concrete curb and gutter
and guardrail, which will improve stormwater drainage and safety in this area.
The project also provided improvements to both the sanitary sewer and water
service on Klingenberg Terrace between Kleine Street and North Main. Water main
improvements included the installation of two (2) new fire hydrants, a bypass valve
was installed to separate the combination high and Iow pressure system, and five
(5) lead services were replaced with new copper service lines. The original clay tile
sanitary sewer, which was constructed very close to the existing water main and in
one location directly above the water main, was replaced with ductile iron pipe and
relocated to the other side of the street, adjacent to the new retaining wall. All brick
manholes were replaced.
The magnitude of the sanitary sewer and water service improvements required the
section of Klingenberg Terrace between Kleine Street and North Main to be totally
resurfaced with asphalt.
DISCUSSION
The Klingenberg Terrace Retaining Wall Reconstruction Project has been completed
by Portzen Construction of Dubuque, Iowa, in the final contract amount of
$318,626.99, which is a 14% increase from the original contract in the amount of
$279,989.80, however, the total project cost including final construction contract,
contingency and engineering is within the project cost funding allocated.
The reason for the increase in contract cost resulted from unsuitable subsurface
materials encountered during the wall construction, which caused the wall to
become higher in certain sections and increase in length. Staff directed the
contractor to excavate and remove all unstable footing subgrade materials and
replace with a compacted stone base prior to constructing the wall footing, which
increased wall construction quantities.
Additionally, during the utility reconstruction and street pavement replacement,
unsuitable subsurface materials were encountered. Staff again directed the
contractor to excavate and remove all unsuitable street subgrade materials and
replace with a compacted stone base prior to replacing the asphalt pavement.
RECOMMENDATION
I would recommend that the City Council accept the improvement and recommend
that the final contract amount be established at $318,626.99.
BUDGET IMPACT
The project cost summary for the Klingenberg Terrace Retaining Wall Reconstruction
Project is as follows:
Construction Contract
Contingency
Engineering
Total Project Cost
Estimate Bid Final
9265,757.00 9279,989.80 9318,626.99
26,576.00 26,576.00
43,850.00 43,850.00 27,178.00
9336,183.00 9350,415.80 9345,804.99
The project is nonassessable and will be funded with an allocation from the Fiscal
Year 2000 Street Program, the General Retaining Wall Repair Fund, the General
Sanitary Sewer Repair Fund, and the General Guardrail Replacement Fund.
The project funding summary is as follows:
Estimate Bid Fina!
FY2000 Street Program
General Retaining Wall Repair Fund
General Sanitary Sewer Repair Fund
General Guardrail Replacement Fund
9161,628.00
106,754.00
51,217.00
16,584.00
9169,939.21
106,754.00
57,643.98
16,078.61
9213,599.00
106,754.00
8,867.99
16,584.00
Total Project Funding
9336,183.00 9350,415.80 9345,804.99
ACTION TO BE TAKEN
The City Council is requested to adopt the final resolutions accepting the
improvement and establishing the final construction contract amount.
Prepared by Robert D. Schiesl, Civil Engineer
cc: Pauline Joyce, Administrative Services Manager
RESOLUTION NO. 3-01
ACCEPTING IMPROVEMENT
Whereas, the contract for the Klingenberg Terrace Retaining Wall
Reconstruction Project has been completed and the City manager has examined
the work and filed his certificate stating that the same has been completed
according to the terms of the contracts, plans and specifications and
recommends its acceptance.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF DUBUQUE, IOWA:
Section 1. That the recommendation of the City Manager be approved
and that said improvement be and the same is hereby accepted.
BE IT FURTHER RESOLVED that the City Treasurer be and he is hereby
directed to pay to the contractor from the Fiscal Year 2000 Street Program, the
General Retaining Wall Repair Fund, the General Sanitary Sewer Repair Fund,
and the General Guardrail Replacement Fund in amounts equal to the amount of
this contract, less any retained percentage provided for therein.
Passed, approved and adopted this 2nd
day of January 2001.
/s/ Terrance M. Duggan, Mayor
Attest:
/s/ Jeanne F. Schneider, City Clerk
RESOLUTION NO. 4-01
FINAL ESTIMATE
Whereas, the contract for the Klingenberg Terrace Retaining Wall
Reconstruction Project has been completed and the City Engineer has submitted
his final estimate showing the cost thereof including the cost of estimates, notices
and inspection and all miscellaneous costs;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF DUBUQUE, IOWA:
Section 1. That the cost of said improvement is hereby determined to
be $345,804.99 and the said amount shall be paid from the Fiscal Year 2000
Street Program, the General Retaining Wall Repair Fund, the General Sanitary
Sewer Repair Fund, and the General Guardrail Replacement Fund.
Passed, approved and adopted this 2nd
Attest:
day of January 2001.
/s/ Terrance M. Diuggan, Mayor
Attest:
/s/ Jeanne F. Schneider, City Clerk
City of Dubuque - Engineering Division
Final Payment Form
PAYMF2qT NO: FINAL DATE: 19-Dec-2000
PROJECT NAME: KIJNGENBERG TERRACE RETAIhN~ING WALL CONTRACT AMOUNT: $279,989.80
CONTRACTOR:
RECONSTRUCTION PROJECT
PORTZEN CONSTRUCTION
BID ITEM UNIT UNIT COST QUANTITY AMOUNT EARNED
TO DATE TO DATE
1 Excavation Wall, Unclassified C.Y. $7.00 1908.00 $13,356.00
2 Excavation, Street, Unclassified C.Y. $4.00 1593.00 $6,372.00
3 Backfill, Wall, 3/8" Clean Stone TONS $13.00 1917.89 $24,932.57
4 Backfill, Wall, Base, Stone Base, Compacted TONS $15.00 1388.38 $20,825.70
5 Backfill, Wail, Top, 1.5" Clean Stone TONS $12.00
6 Backfill, Limestone TONS $5.00 1667.12 $10,002.72
7 Backfill, Topsoil S.Y. $4.00 144 $576.00
8 Backfill, Wail, Top, Impervious Fill TONS $9.75
9 Graded Stone Base TONS $8.50 2321.72 $19,734.62
10 Bedding Stone, 1" Clean TONS $9.00 238.06 $2,142.54
11 Removal of Asphalt Pavement S.Y. $1.50 2370.00 $3,555.00
12 ACC Binder Course - 2" Course TONS $35.85 229.25 $8,103.99
13 ACC Surface Course - 1.5" Course TONS $35.35 263.58 $9,317.55
14 Adjustment of Fixture in Asphalt Pavement EACH $275.00 14 $3,850.00
15 PCC Curb & Gutter, New Placement L.F. $12.00 508.30 $6,099.60
16 Remove and Replace PCC Curb & Gutter L.F. $18.00 160.30 $2,885.40
17 PCC Sidewalk, 4", Remove and Construct S.F. $5.00 700.73 $3,503.65
18 Flowable Mortar C.Y. $70.00 2.50 $175.00
19 Sanitary Sewer Pipe, 8" DIP w/Wrap L.F. $30.00 886.33 $26,589.90
20 Sanitary Sewer, PCC Manhole Sidewall 48", Complete
L.F. $90.00 46.62 $4,195.80
21 Sanitary Sewer, PCC Manhole Base 48", Complete
EACH $300.00 8 $2,400.00
22 Sanitary Sewer Manhole, Ring (Frame) and Cover, Complete EACH
$250.00 8 $2,000.00
23 Sanitary Sewer, DIP Tee 8" x 4" EACH $200.00 20 $4,000.00
24 Sanitary Sewer, 4" C.I.P. Lateral L.F. $25.00 107 $2,675.00
25 Watermain 6" DIP, Push on Joint w/Polywarp, Class 52
L.F. $25.00 20.83 $520.75
26 Fitting 6x6x6 MJ Tee EACH $300.00 1 $300.00
27 Yalve, Gate (6") M.J R.S "O" Ring EACH $500.00 5 $2,500.00
28 Water Service Line Valve Box, Complete EACH $300.00 1 $300.00
29 Water Service Line, Corp, 3/4" EACH $250.00 2 $500.00
30 Water Valve Box, Buffalo Street Box, Upper Section and Lid EACH
$200.00 t $200.00
31 Hydrauts, MJ, New, Comp!ete EACH $1,500.00 2 $3,000.00
32 Mega Lug Retainer Glands, 6" EACH $~00.00 9 $900.00
33 Sleeve, 6" M.J #441 EACH $150.00 3 $450.00
34 Water Service Line, 3/4" Copper pipe L.F. $20.00 96.50 $1,930.00
35 Water Service Lines Stop Box, 3/4" Tap, Complete
EACH $375.00 6 $2,250.00
36 Water Service Disconnect EACH $400.00 I $400.00
37 Seeding, Fertilizing&Mulching S.Y. $2.60 80&g3 $2,092.56
38 Sodding S.Y. $8.25 321.73 $2,654.27
39 Erosion Control, Silt fence L.F. $8.00 500.00 $4,000.00
40 Filter Fabric S.F. $0.15
41 Geosynthitic Rein for cing S.F. $0.52 33536.00 $17,438.72
42 Guardrail, Formed Steel W-Beam L.F. $9.90 512.50 $5,073.75
43 Removai of Cable G-uardrail, Complete L.S. $1,000.00 1 $1,000.00
44 Post, W6 x 8.5 I-Beam w/Blockout EACH $66.00 83 $5,478.00
45 Type RE-33A W-Beam End Anchorage EACH $880.00 2 $I,760.00
46 Drain Tile, Perforated Plastic Pipe, 4" L.F. $1.00 670 $670.00
47 PCC Footthg, Wall, 6"x24" L.F. $18.00 531.66 $9,569.88
48 Retaining Wall, Standard Segmental
S.F. $11.50 5639.10 $64,849.65
49 Asphalt Sa~vcut
L.F. $2.50 20 $50.00
50 Traffic/S~£ety Control
L.S. $18,300.00 1 $15,300.00
ALTERNATE NO.1
51 Alternate Project Completion Date of August 1, 2000
DEDUCT(-) $]0,000.00 1 ($10,000.00)
ALTERNATE NO.3
52 Guardrall, Painting, Complete
EXTRA WORK
53 Rock Excavation, Complete
L.F. $4.00 N.A. N.A.
C.Y. $50.00 31.63 $1,581.50
54 Sanitary Sewer, DIP 8"x6"Reducer
EACH $150.00 1 $150.00
55 Crashed Stone Base, 3"
TONS $8.50 221.54 $1,883.09
56 Remove and Replace PCC Driveway, 6"
S.Y. $7.50 20.92 $156.90
57 ACC Surface, Wall, Top, Impervious Surface, Hand Placement TONS
$65.00 59.92 $3,894.80
58 Backfill, Wall, Top, Graded Stone Base TONS $8.50 56A8 $480.08
TOTAL DUE CONTRACTOR:
ENGINEERING:
TOTAL CONSTRUCTION COST:
$318,626.99
$27,178~00
S345,804.99 I
CERTIFICATE OF TIlE CITY MANAGER:
I hereby certify that the above statement shows in detail the correct amount of all work [equ~e~ to complete/~above improvement.
Michael Van Milligen, City Manager
City of Dubuque, Iowa
APPROVED: ~~
Michael A. Koch, Public Works Director
City of Dubuque, Iowa
CERTIFICATE OF TIlE CONTRACTOR:
The undersigned, contractor for the above improvement, does hereby
accept the above "Total Due Contractor", as fall settlement for all claims for said improvement.
CONTRACTOR:
DATE:
48 Reta[ningWalI. St~ndar_dS_cg~¢~_l .................... S.F. $1'1 50 5639.10 $64849.65
............... L.F. $2 SO 20 SS0,00
.... s SiS $o0 oo I $~5 300.00
A L I I:.RNA'I 1~ N O, 1
$ I Atc ~ ate Pc,z~¢ct Completion Date of August I, 2000 .}FDUCT (-) $10,000.00 1 .{..~10,000.00)
A1LTI-I~NATt'~' NO3
52 Ca,~r&'a£1 Pa t ~ Corn)ieee ....
$4 00 N,A. N.A.
EX'lf RA WORK
53 RockE×cava.io Complete C.Y. . ..... _$_89:_09 ...........~1_=~.3 .......... .$_!.,581,~? ....
54 San laO' Sewer DIP [P' x 6" Reducer EACH $~50,00 1 $150.00
55 Cmsl~ec Stone Base. 3" TONS $8.50 221,54 $1,883,09
56 Remove and Replace ~CC Driveway, 6" S.Y. $7,50 20.92 $156.90
57 ACCSu'fl~ Wal Top lm
~g B~ckfi~ Wa ,Top, GradedSt ~cBase TONS $8.50 56.48 "'~,~'-'"~
TOTA! DUE CONTIk,~CTOR:
ENGINEERING;
TOTAL CONSTRUCTION COST:
$318 626.99
' ' 'OFTIIE( .... ' '
CERTII4CA I 1,. ,1 ['t MANA~I_~_: ......................................
I t:ereby colify that the above statement shows in detail tho correct amount of all work/cqu~e~ to completa~~ a~ve improvement.
APPROVED:
M~dmel Van Milllgen, City Manager
City o f Dubuque, Iowa
APPROVED: ...........................
M~hael A. Koch, Public Works Dkeelor
~i~y of Dub~que~ Iowa
CERTIFICATE Ol TIlE CON'tRACTOR:
contractor for ~e above improvement, does hereby
'fb.o ~mderaigt}ed, . .......................................
accept the above "Totai Dt~a Contractor", as flflI sel~lemo~[ for all claims for said improvement.
CONTRACTOR:
BY:
'ITrLE:
DATE:
CITY OF DUBUQUE, IOWA
MEMORANDUM
December 27, 2000
TO:
FROM:
SUBJECT:
The Honorable Mayor and City Council Members
Michael C. Van Milligen, City Manager
Klingenberg Terrace Retaining Wail Reconstruction Project
Public Works Director Mike Koch is recommending acceptance of the construction contract for
the Klingenberg Terrace Retaining Wail Reconstruction Project in the finai contract amount of
$318,626.99.
I concur with the recommendation and respectfully request Mayor and City Council approvai.
ichael C Van Milligen
MCVM/jh
Attachment
cc: Barry Lindahl, Corporation Counsel
Tim Moerman, Assistant City Manager
Michael A. Koch, Public Works Director
CITY OF DUBUQUE, IOWA
IMPROVEMENT CONTRACT
ARTICLES OF AGREEMENT, made in triplicate, this day of
., between the City of Dubuque, a Municipal Corporation
of Dubuque County, Iowa, by its Manager, through authority conferred upon him by its
Council, hereinafter called "City" and Portzen Construction of the City of Dubuque, Iowa,
hereinafter called "Contractor".
WITNESSETH: That for and in consideration of the mutual covenants herein
contained, the parties hereto do agree with each other as follows:
THE CONTRACTOR AGREES:
I. To furnish all material and equipment and to perform all labor necessary for the
Klingenberg Terrace Retaining Wall Reconstruction Project.
Said improvement is to be made to the established grade and to the grades as
shown on the profiles and cross sections on file in the City Engineer's office for this
improvement; in strict accordance with the requirements of the laws of the State of Iowa
and ordinances of the City of Dubuque relating to public works, and in accordance with the
"Contract Documents", all of which provisions and documents are each and all hereby
referred to and made a part of this Contract just as much as if the detail statements thereof
were repeated herein.
II. The term "Contract Documents" as used herein shall mean and include the
following: All ordinances and resolutions heretofore adopted by the City Council having
to do with the improvements; the Notice to Bidders; the Contractor's Proposal; and the
Plans, Specifications, and General Requirements as adopted by the City Council for this
improvement.
III. That all materials shall be the best of their several kinds and shall be put in place
to the satisfaction of the City Manager.
IV. That the Contractor will remove any materials rejected by the Engineer as
defective or improper, or any of said work condemned as unsuitable or defective, and the
same shall be replaced or done anew to the satisfaction of the Engineer at the cost and
expense of the Contractor.
V. Five pement (5%) of the Contract price shall be retained by the City for a period
of thirty (30) days after final completion and acceptance of the work by the City Council to
pay any claim that may be filed within said time for labor and materials done and furnished
in connection with the performance of this Contract and for a longer period if such claims
are not adjusted within that time. The City shall also retain additional sums to protect itself
against any claim that has been filed against it for damages to persons or property arising
through the prosecution of the work and such sums shall be held by the City until such
claims have been settled, adjudicated or otherwise disposed of.
VI. That the Contractor has read and understands the specifications including
"General Requirements" and has examined and understands the plans herein referred to
and agrees not to plead misunderstanding or deception because of estimates of quantity,
character, location or other conditions surrounding the same.
VII. That in addition to the guarantee provided for in the specifications, the
Contractor will also make good any other defect in any part of the work due to improper
construction notwithstanding the fact that said work may have been accepted and fully paid
for by the City, and his bond shall be security therefor.
VIII. That the Contractor will fully complete the work under this Contract on or
before August 1,2000.
IX. That the Contractor shall indemnify, defend and save harmless the City from
and against any and all claims, suits, loss, cost, charges, expense and counsel fees in any
way arising from or through the negligence, want of care or fault of the Contractor or his
agents, servants or employees in the conduct or construction of said work and any
judgement which may be obtained against said City upon claims arising out of the conduct
or prosecution of said work shall be conclusive evidence against said Contractor as the
amount thereof and liability of said Contractor therefor, and said Contractor further agrees
that so much of the monies due said Contractor under and by virtue of this Contract shall
be considered necessary by the City may be retained by the City until all suits or claims for
such damages shall have been settled and evidence to that effect furnished to the
satisfaction of the City. The bond of the Contractor shall be security for the payment of
such damages.
THE CITY AGREES:
Upon the completion of the Contract, and the acceptance of the improvement by the
City Council, the City agrees to pay Contractor as full compensation for the complete
performance of this Contract, the amount determined for the total number of units
completed at the unit prices stated in the Contractor's Proposal and less any liquidated
damages provided for in the Contract Documents. The number of units stated in the plans
and specifications is approximate only and the final payment shall be made by the work
covered by the Contract.
CQNTRACT AMOUNT $279,989.80
FURTHER CONDITIONS
The Contractor hereby represents and guarantees that he has not, nor has any
other person for or in his behalf, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer, whereby he has paid or is to
pay any other bidder or public officer any sum of money or anything of value whatever in
order to obtain this Contract; and he has not, nor has another person for or in his behalf
directly or indirectly, entered into any agreement or arrangement with any other person,
firm, corporation or association which tends to or does lessen or destroy free competition
in the letting of this Contract and agrees that in case it hereafter be established that such
representations or guarantees, or any of them are false, he will forfeit and pay not less than
ten percent (10%) of the Contract price but in no event be less than $300.00 (Three
Hundred Dollars) as liquidated damages to the City.
The surety on the bond furnished for this Contract, shall in addition to all other
provisions, be obligated to the extent provided for by Section 573.6 of the Code of Iowa,
relating to this Contract, which provisions apply to said bond.
The Contractor agrees, and his bond shall be surety therefore, that he will keep and
maintain said improvement in good repair for a period of two (2) year(s) after acceptance
of the same by the City Council of said City and his bond shall be security therefor.
IN WITNESS HEREOF, the respective parties hereto have caused this instrument
to be duly subscribed and sealed and executed in triplicate the day and year first above
written.
Gontr~ctor
CERTIFICATE OF CITY CLERK
This is t~'fy that a oerUfiff~op.y o~f/~he above..O.q~raot has been filed in my office on
the dayof ~-, //~'~.~ .
CITY OF DUBUQUE, IOWA
CONTRACTOR'S IMPROVEMENT BOND
KNOWN ALL MEN BY THESE PRESENTS: That Portzen Construction as Principal
and United Fire & Casua].ty Co. as Surety are held firmly bound
unto the City of Dubuque, Iowa, in the penal sum of $279,989.80 the same being 100%
of the total price of the contract for the public improvement herein referred to, lawful money
of the United States of America, well and truly to be paid to said City of Dubuque, and to
all other parties who, under the provisions of the laws of Iowa, are intended to be protected
and secured hereby for which payment we bind ourselves, our heirs, executors,
successors and assigns, jointly and severally by these presents.
Dated at Dubuque, Iowa, this
and duly attested and sealed.
4th day of August 1999
WHEREAS, the said Contractor by a written contract has agreed with said City of
Dubuque to perform all labor and furnish all materials required to be performed and
furnished for the Klingenberg Terrace Retaining Wall Reconstruction Project according to
the contract and plans and specifications prepared therefor; and
WHEREAS, the Contractor is required to promptly pay all claims for labor and
materials furnished in the performance of the contract and also to save harmless said City
from damage claims to person and property arising through the performance of the work;
and
WHEREAS, said Contractor is obligated and bound by his contract to keep and
maintain said improvement in good repair for a period of two (2) years after acceptance of
the same by the City Council of said City and this bond shall be security therefor.
NOW, THEREFORE, the condition of this obligation is such that if the said
Contractor shall perform all of the work contemplated by the Contract in a workmanlike
manner and in Strict compliance with the plans and specifications, and will pay all claims
for labor and materials used in connection with said improvement, the indemnify the said
City for all damages, costs and expense incurred by reason of damages to persons or
property arising through the performance of said Contract, and will reimburse the City for
any outlay of money which it may be required to make in order to complete said Contract
according to the plans and specifications and will maintain in good repair said improvement
for the period specified in the Contract where this bond is obligated for maintenance, and
will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this
obligation shall be null and void, otherwise it shall remain in full force and effect.
All the conditions of this bond must be fully complied with before the principal or his
surety will be released.
The Contract, Contractor's Proposal, and plans and specifications shall be
considered as a part of this Bond just as if their terms were repeated herein.
Dated at Dubuque, Iowa, this 4th
day of August , t999
Portzen Construction, Inc.
Principal
President -
United Fire & Casualty Co.
Surety
Attorney in Fact
Attorney in Fact
UNITED FIRE & CASUALTY COMPANY
HOME OFFICE - CEDAR RAPIDS, IOWA
CERTIFIED COPY OF POVVER OF ATTORNEY
(Original on file at Home Office of Company - See Certification)
KNOW ALL MEN BY ~ESE PRESENTS, That the UNITED FIRE & CASUAL~ COMPANY, a corporation duly organized and existing
under the laws of the State of iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and
appoint PATRICK P. KANE, OR PATRICIA A. FRICK, OR DAVID FRITZ, OR
DIANA K. HEDRICK, ALL INDIVIDUALLY.
of PO BOX 1810 DUBUQUE IA 5200~,
its true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all
lawful bonds, undertakings and other obligatory instruments of similar nature as follows: $1 , 0 0 0 , 0 0 0
and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by
the duly authorized officers of UNITED FiRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority
hereby given are hereby ratified and confirmed.
The Authority hereby granted shall expire APRIL 27th 200]- unless sooner revoked.
This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the
Board of Directors of the Company on April 18. 1973.
"Article V - Surety Bonds and Undertakings."
S~ction S, Appointment of Attorney-in-Fact. "The President Or any Vice President. or any other officer of the Company, may, from time to time. appoint
by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other
obligatory instruments of llke nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any
powerof attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the
Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force
and effect as though manually affixed. Such attorneys-in-fact, subject to lhe I~mitations set forth in their respective certificates of authority shall have
full power to bind the Company by their signature and execution of any such instruments and to attach Ihe seal of the Company thereto. The President
or any Vice President. the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given fo
any attorney-in-fact.
IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents
signed by its vice president and its corporate seal to be hereto affixed this
day of APRIL .A~D. 1999
State of Iowa, County of Llnn, ss:
On this 27th day of APRIL 1999, before me personally came Jeffrey A. Chapin
to me known, who being by me duly sworn, did depose and say: that he resides in Cedar Rapids. State of iowa; that he is a
Vice President of the UNITED FiRE & CASUALTY COMPANY, the corporation described in and which executed the above
instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporated seal; that
it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto
L,o#~ ,M¥COMMISSIONEXP.RES My commission expires [~areh 4, 200C'
March 4. 2000 CERTIFICATION
I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY. do hereby certify that I have compared the foregoing
copy of the Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said
Power of Attorney, with the ORIGINALS ON FILE iN THE HOME OFFICE OF SAiD COMPANY, and that the same are correct
transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is
now in fuji force and effect.
..,, In testimony whereof I have hereunto subcribed my name and ~ the corporate seal of the said
· *~'"~- Company this 4~h dayof August. '999 / /
ACoRD. CERTIFICATE OF LIABILI INSURANCE . . : o /o4/ 9 ,,
t i THis CERTIFICATE iS ISSUED AS A MAt I~ OF INFORMATION
~RODUCE~ ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
TriCor, Inc. - Dubuque ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
3388 Kennedy Circle
Dubuque IA 52001 I COMPANIES AFFORDING COVERAGE
COMPANY
pATRICK KANE A WEST BEND MUTUAL INS CO
PhoneNo. 319--556--5441 F=No. 319--557--7702
B
C
PORTZEN CONSTRUCTION, INC.
PO BOX 1426 COMPLY
DUBUQUE IA 52004-1426 D
"f ~i~ IS +5 CER~'F~ ThAT THE POLICIES OF INSURANCE LISTED BELOW HAV~ BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIO'{ PER'OD
EqD~CATED, NOTW{THSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AN'{ CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TH~S
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SROWN MAY HAVE BEEN REDUCED BY PAJD CLAIMS.
GENF~AL AGGREGAT~ $ 2. 000 t 000
A BCI 0161660 06 12/31/98 12/31/99 PRODUCTS-COMPIOPAGG $2~000/000
I~MEMAoE ~ o~R p~Eo~^~,,~RY $1.ooo,ooo
EACH OCCUrREnCE $ 3., 000,000
OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one rite) $ 100 , 000
i_~ MED ~Xp (Any o~e pelson) $5,000
AUTOMOBILE L[ABILC[A' COMBINED SINGLE UMIT $ 1,000,000
A ~-ANY^tm3 BCI 0161660-06 12/31/98 12/31/99
[Per accident)
^~ro O.LY. ~ ^CC,~E~r $
~CH OCCURR~NCZ S 10,000,000
ESS U^~IU~Y $ 10,000,000
A UMBR~LA FORM C~I015933706 12/31/98 12/31/99
EMPLOYER~ L~EIL~ EL EACH ACCIDENT $ 500 ~ 000
A ~EPROPm~C~ ~ INC~ WCI015933906 12/31/98 12/31/99 EL DISEASE - POLICY LIM~ $ 500 , 000
~ARTNER~EXECU~¥E I EL DISEASE - EA EMPLOYEE $ 500~000
RESOLUTION NO.419 -99
AWARDING CONTRACT
Whereas, sealed proposals have been submitted by contractors for the Klingenberg
Terrace Retaining Wall Reconstruction Project pursuant to Resolution No. 388-99 and
notice to bidders published in a newspaper published in the City of Dubuque, Iowa on the
9th day of July, 1999.
Whereas, said sealed proposals were opened and read on the 22th day of July,
1999, and it has been determined that the bid of Portzen Construction Inc. of Dubuque,
Iowa, in the amount of $279,989.80 was the lowest bid for the furnishings of all labor and
materials and performing the work as provided for in the plans and specifications.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That the contract for the above improvement be awarded to Portzen Construction
Inc. and the Manager be and is hereby directed to execute a contract on behalf of the City
of Dubuque for the complete performance of the work.
BE IT FURTHER RESOLVED:
That upon the signing of said contract and the approval of the contractor's bond, the
City Treasurer is authorized and instructed to return the bid deposits of the unsuccessful
bidders.
Passed, approved and adopted this 2r~c~
day of August ., 1999.
/ Terrance M.~'an, M aYOr
Attest:
MariA. Davisl-City Clerk
CITY OF DUBUQUE - ENGINEERING Dfl/ISION - BID TABULATION SHEET
DATE; Jubj 22,1999
SILGO $11,550,00
$I2:40 $33,480.00
$11.00 $14,025.00
$10.00 $1,950.00
$2.fl0 $5,100.00
$35.35 $4,$37.50
150 L.F. $15.00 $'4250.00
70 L.F. $25.00 $1,750.00
$250.C0 $1,75o.00
$460.00 $1,~40.00
$125.00 $125.00
$275.00 $550.00
$115.00 $230.~)
$20.00 $I,900,00
5 EACH $4130.00 $2,000.00
$150.00 $60000
$190.00 $950.00
$I2.00 $1,140.00
$0.52 $15,163.20
1075 LF. ~.o0 $2,150.00
$4,00
$3.~0 $4,800.00
$60.00 $4,860.00
$$00.00 $1,600.00
$2.50 $2,6g7.50
$6.20 $3,041.72
$12.90 $56,306.00
NOBID
NO BID
CITY OF DUBUQUE - ENGINEERING DIVISION - BID TABULATION SHEET
DATE: July 22,1999
100 L.F. $18.00 $1.800.fl0
4209 L.F. $84.72 $3,565.86
70 L.F. $35.00 $1.750.00
I EACH $300.00 $3fl0.C0
$9.00 $10.350,00
$1430 $38.610.00
$13.20 $1.45Z00
40 Fikcr Fable
$1.98 $5,049.00
$38.00 $12.730.00
$19.00 $18,050.00
$I2.00 $1,320.00
$5.00 $4,250.00
$'9.75 S1,121.25
$8.25 $10,518.75
$9.25 $1,803.75
$13.15 $1,315.00 $10.00 $1,000.00
$30.00 $2,10~.00
$235.00 $235,00
$495.00 $1,940.00
$2ff3.50 $203.50
$91.00 $182.00
$161.00 $322.00
$231.00 $1.617.00
$132.00 $1.980.00
$374.00 $1,496.00
$82.50 $82.50
$138.50 $277.00
$145.00 $580.00
$145.00 $725.00
$20.00 $1,9~0.00
$450.00 $2.250.00
$324.50
$21.32 $3,025.40
$87.12 $435.60
6000 S.F. $0.30 $1,gO0.~O
29160 S.F. ,~0.50 $14,580.00
$0,20 $1,200.00
$0.55 $I6,038.0D i $0-52 $15,16~.20
1075 L.F. $2.00 $2.150.00
490.6 L.F. $30.00 $14.718.00
5140 $.F. $7.00 $35.980.00 $15.00 $77,100.~0 $2090 $107.426.00
45 L.F. $3.1~) $135.00
$3,50 $157.50
$15o $67.50
5140 S,F, $12.~ $31,680.00
500 L.F. $3.C0 $1,5~0.00
27.42%
$17.50
CiTY OF DUBUQUE - ENGINEERING DIVISION - BID TABULATION SHEET
DATE: Ju~ 22,1999
BID TABUI~,TION FOR: KLEqGEN~ERGTERRAC~RETATNTNGWALL
$12.00 $L320.00
$30.00 $3.950.fl0
832.19 LF. $26.00 $21.636.94
$100.00 $350.00
I EACH $150.00 $150.00
$3.752.00 153.504.00
$15.0~ $1.425.00
$791.00 $3.955.00
$3.50 $787.50
$13.00 $66,g20.00
45 L.F. $3.00 $I35.00 $2.00 $90.00
I ~vrcc~T Il T~CO~ I
BASE BID (%) OVER / UNDER (-)
CITY OF DUBUQUE, IOWA
MEMORANDUM
July 29, 1999
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Klingenberg Terrace Retaining Wall Reconstruction Project
Sealed bids were received on the Klingenberg Terrace Retaining Wall Reconstruction
Project. Public Works Director Mike Koch is recommending award to the Iow
bidder, Portzen Construction, in the amount of 9279,989.80.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Mi~el C. Van Milligen ~' ~/'
MCVM/j
Attachment
CC:
Barry Lindahl, Corporation Counsel
Tim Moerman, Assistant City Manager
Mike Koch, Public Works Director
TO:
FROM:
SUBJECT:
CITY OF DUBUQUE, IOWA
MEMORANDUM
July 23, 1999
Michael C. Van Milligen, City Manager
Michael A. Koch, Public Works Director ~¢a ~o~
Klingenberg Terrace Retaining Wall Reconstruction Project
INTRODUCTION
The enclosed resolution provides for the award of contract for the Klingenberg Terrace Retaining
Wall Reconstruction Project.
BACKGROUND
The proposed scope of work for the Klingenberg Terrace project in 1997 was to replace
approximately 370 lineal foot of retaining wall, guardrail and curbing betwecm Rosaline and
Kleine Street. The existing retaining wall functions as a grade separator between the travel
portion of the roadway and the lower elevation at the right-of-way line. Through the years, the
retaining wall has severely deteriorated and thus caused the embankment to erode, which then
caused the street curbing and guardrail to settle and collapse.
As a result of the collapsed curbing, the street's ability to effectively control and keep stormwater
ranoff from entering the adjacent properties is inadequate. The existing cable-stay guardrail is in
very poor condition, rested and collapsed at several sections.
Upon further review of the project, it was apparent that the existing street width between Rosaline
and Kleine Street is extremely narrow for residential parking on the south side and two-way
traffic. Additionally, the substandard street width makes access difficult for City service vehicles.
The project, therefore, includes the widening of the street from 15 feet to 25 feet, which would
improve access for emergency vehicles, refuse collection and maintenance operations in the
winter. The additional street width between Rosaline and Kleine Street would also improve the
safety to local residents, improve the congested parking problem on the south side and upgrade
the level of service for thru traffic in the neighborhood. The retaining wall reconstruction will
provide for embankment stabilization and the installation of new street curbing and guardrail,
which will in turn improve stormwater drainage and safety in this area.
The Klingenberg Terrace Retaining Wall Reconstruction Project includes the reconstruction of
the northerly retaining wall between Rosaline and Kleine Street, which will allow the existing
street to be widened to 25 feet. The proposed retaining wall will be approximately 500 lineal feet
long, average 10 feet in height and constructed of reinforced ~segmental retaining wall blocks.
The project includes the installation of approximately 550 lineal feet new concrete curb and gutter
for improvement of the drainage problems, and a guardrail on top of the retaining wall.
The section of Klingenberg Terrace between Kleine Street and North Main shall also require
improvements to both the sanitary sewer and water service. City staff is recommending that two
(2) new fire hydrants be installed, the combination high- and low-pressure system should be
separated with the installation of a bypass valve and five (5) lead services that will need to be
replaced with new copper service lines. The existing sanitary sewer is constructed of 6" clay tile
pipe, with brick manholes. It was determined that the existing sanitary sewer line and manholes
be replaced. Records also indicate that the sanitary sewer is constructed very close to the existing
water main and in one location directly above the water main. It was determined that it would be
in the City's best interest to relocate and reconstruct the sanitary sewer away fi.om the water main.
The magnitude of the sanitary sewer and water service repairs will also require this section of
Ktingcmberg Terrace to be totally resurfaced with asphalt.
DISCUSSION
Prior to the Klingenberg Terrace Retaining Wall Reconstruction Project going out for bid
proposals, it was brought to the attention of staff by local contractors that the project completion
date of December 1st, 1999 was aggressive and may discourage contractors from submitting bids
on the project. Given the complexity of the project and the current work commitments of local
contractors, staff determined that an alternate project completion date of August 1st, 2000 should
be included. The alternate completion dates will encourage contractors to bid on the project and
will improve the competitive bidding process.
Sealed bids were received on the Klingenberg Terrace Retaining Wall Reconsmtcfion Project on
July 22ha, 1999. Five (5) contractors submitted bid proposals with the low bid for both the base
bid and the alternate bid submitted by Portzen Construction of Dubuque, Iowa. The mount for
the base bid with a project completion date of December 1st, 1999 was $289,989.80 and for the
alternate bid with a project completion date of August 1st, 2000, the bid amount was $279,989.80,
which is a reduction of $10,000.
The following is a summary of the bids received:
Portzen Construction
Horsfield Construction
Tschiggfrie Excavating
W.C. Stewart Construction
Renaissance Construction
Base Bid
Completion December 1.1999
$289,989.80
No Bid
$338,631.54
$319,991.78
$342,188.75
Alternate Bid
c m letionAu sti 2000
$279,989.80
$281,355.74
$315,731.54
$319,991.78
$336,188.75
Upon reviewing the bid proposal, staff had discussions with Portzen Construction regarding their
current contract commitments for both City and other construction projects. The contractor would
not be available to start the underground work until September and given the complexity of the
retaining wall construction and the extensive underground utility work required, staff feels it
would be difficult for the contractor to complete the pavement replacement and guardrail
installation this construction season.
Giving consideration to possibility not having the project completed by December 1st and given
the potential limited access to the area during the winter months and the safety of local residents
should the pavement and guardrail not be completed before winter, staff feels it would be in the
best interest of the City to select the alternate project completion date of August 1st, 2000.
RECOMMENDATION
I would recommend that the contract be awarded to Portzen Construction in the amount of
$279,989.80, which is 5.4% over the engineer's estimate with a project completion date of
August 1st, 2000.
BUDGET IMPAC~T
The project funding summary for the Klingenberg Terrace Retaining Wall Reconstruction Project
is as follows:
Estimate Bid
Construction Contract
Contingency
Engineering
$265,757.00 $279,989.80
26,576.00 26,576.00
43.850.00 43.850.00
Total Project Cost
$336,183.00
$350,415.80
The project is nonassessable and will be funded with an allocation from the Fiscal Year 2000
Street Program, the General Retairting Wall Repair Fund, the General Sanitary Sewer Repair
Fund, and the General Guardrail Replacement Fund.
The project funding for the Klingenberg Terrace Retaining Wall Reconstruction Project is as
follows:
Estimate Bid
FY2000 Street Program
General Retaining Wall Repair Fund
General Sanitary Sewer Repair Fund
General Guardrall Replacement Fund
$161,628.00 $169,939.21
106,754.00 106,754.00
51,217.00 57,643.98
16.584.00 16.078.61
Total Project Funding $ 336,183.00 $ 350,415.80
ACTION TO BE TAKEN
The City Council is requested to adopt the attached resolution awarding the construction contract
to Portzen Construction.
Prepared by Robert D. Schiesl, Civil Engineer
CC:
Robert D. Schiesl, Civil Engineer
Gus Psihoyos, Assistant City Engineer
Pauline Joyce, Administrative Services Manager
RESOLUTION NO. 4~-8-99
RESOLUTION ADOPTING PLANS AND SPECIFICATIONS
Whereas, on the 30th day of June, 1999, plans, specifications, form of contract and
estimated cost were filed with the City Clerk of Dubuque, Iowa for the Klingenberg Terrace
Retaining Wall Reconstruction Project.
Whereas, notice of hearing on plans, specifications, form of contract, and estimated
cost was published as required by law.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That the said plans, specifications, form of contract and estimated cost are hereby
approved as the plans, specifications, form of contract and estimated cost for said
improvements for said project.
Passed, adopted and approved this
day of August ., 1999.
Attest:
ary A//~'avis~ Ci[y Clerk
RESOLUTION NO. 38%99
FIXING DATE OF HEARING ON PLANS AND SPECIFICATIONS
Whereas, the City Council of the City of Dubuque, Iowa has given its preliminary
approval on the proposed plans, specifications, and form of contract and placed same on
file in the office of the City Clerk for public inspection of the Klingenberg Terrace Retaining
Wall Reconstruction Project.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That on the 2nd day of August, 1999, a public hearing will be held at 7:00 p.m. in
the Public Library Auditorium at which time interested persons may appear and be heard
for or against the proposed plans and specifications, form of contract and cost of said
improvement, and the City Clerk be and is hereby directed to cause a notice of time and
place of such headng to be published in a newspaper having general circulation in the City
of Dubuque, Iowa, which notice shall be not less than four days nor more than twenty days
prior to the day fixed for its consideration. At the hearing, any interested person may
appear and file objections to the proposed plans, specifications, contract, or estimated cost
of the improvement.
Attest:
Passed, adopted and approved this 6th
day of Ju:[¥ ,1999.
.,/ Terrance~l~ggan, Mayor
NOTICE OF HEARING ON PLANS AND SPECIFICATIONS
Notice of public hearing on proposed plans and specifications, proposed form of
contract and estimate of cost for the Klingenberg Terrace Retaining Wall Reconstruction
Project.
NOTICE IS HEREBY GIVEN: The City Council of Dubuque, Iowa will hold a public
hearing on the proposed plans, specifications, form of contract and estimate of cost for the
Klingenberg Terrace Retaining Wall Reconstruction Project, in accordance with the
provisions of Chapter 384, City Code of Iowa, at 7:00 p.m. on the 2nd day of August, 1999,
in the Public Library Auditorium in Dubuque, Iowa. Said proposed plans, specifications,
form of contract and estimate of cost are now on file in the office of the City Clerk. At said
headng any interested person may appear and file objections thereto or to the cost of the
improvements.
Any visual or hearing-impaired persons needing special assistance or persons with
special accessibility needs should contact the City Clerk's office at (319) 589-4120 or TDD
at (319) 589-4193 in the Human Rights Department at least 48 hours pdor to the meeting.
by order of the City Council given on the ~.z~ f,~._~.
Published
day of ,
1999.
Mary A. Davis, City Clerk
JUL-02-99 FRI 10:48 AIN TELEGRAPH HERALD FA× NO, 3195885782 P, 01
NOTICE OF H EARIN~i
ON PLANS AND
SPECIFICATIONS
Notice of public he=rin~ on
t~'oposed pi~ns and
~ and estimate of co~ for
· e Kiingenbe~ Ter~oe Rc-
~inino W~II Reeon~lr;~ot[on
P~j~t,
NOTIOB 18 HEREBY GleN:
The Oi~ Oou~il of Dubuque,
Io~a w~l hold a public hearin~
on the propos=~plans, s~c]-
~cafio~s, [~ of con[~ and
~fi~te of co~ for ~s Klin-
~nberg T~ce
all Reco~s~fio~ PmJe~,
accordance wi~ ~e provi-
~ons of C~r 384,
ce~ of iowa at 7;00 P.M. on
the 2nd ~y of A~, 1999
· e Public L bm~ Au~to~um
~13 Dubu~e, Iowa. Said pro-
posed p~ans~
f~ o ~n~act and es i~ate
o[ ~st are now on file {n the
Office o[ ~e Ci~ Clerk. At sa d
hearing any interested pe~n
may appear ~d fi~e obje~=ns
· e~to or to ~ ~st of
improvement.
~Y v~uaL.~ h~r~g-
impaired [~ n~ng
~e~f~ ~s~nce or pe~ons
wiih~ special ~cessibil~
ne~. should ~n act ~e
O~er~'s ~ce at (319) 589-
41~0 or ~D (819) 5~9~193 in
· e Human Righ~ Depar~ent
at le~s~ 48 hours prior to
meei~n~
Publ~hed by order o the Ci~
Cocci[ given o~ tile 0th day
of Ju~, 1999.
M~ A, Da~s, Ci~ Cle~
It 7/16
NOTICE OF HEARING ON PLANS AND SPECIFICATIONS
Notice of public hearing on proposed plans and specifications, proposed form of
contract and estimate of cost for the Klingenberg Terrace Retaining Wall Reconstruction
Project.
NOTICE IS HEREBY GIVEN: The City Council of Dubuque, Iowa will hold a public
hearing on the proposed plans, specifications, form of contract and estimate of cost for the
Klingenberg Terrace Retaining Wall Reconstruction Project, in accordance with the
proviz'., ;~s of Chapter 384, City Code of Iowa, at 7:00 p.m. on the 2nd day of August, 1999,
in the Public Library Auditorium in Dubuque, Iowa. Said proposed plans, specifications,
form of contract and estimate of cost are now on file in the office of the City Clerk. At said
hearing any interested person may appear and file objections thereto or to the cost of the
improvements.
Any visual or hearing-impaired persons needing special assistance or persons with
special accessibility needs should contact the City Clerk's office at (319) 589-4120 or TDD
at (319) 589-4t 93 in the Human Rights Department at least 48 hours prior to the meeting.
Published by order of the City Council oiven on the day of
1999. '
Mary A. Davis, City Clerk
RESOLUTION NO.388 -99
ORDERING BIDS
NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That the Klingenberg Terrace Retaining Wall Reconstruction Project is hereby
ordered to be advertised for bids for construction.
BE IT FURTHER RESOLVED, that 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 as a part of the plans and specifications heretofore adopted.
That the City Clerk is hereby directed to advertise for bids for the construction of the
improvements herein provided, to be published in a newspaper having general circulation
in the City of Dubuque, Iowa, which notice shall not be less than four days nor more than
forty-five days pdor to the receipt of said bids at 2:00 p.m. on the 22nd day of July, 1999.
Bids shall be opened and read by the City Clerk at said time and will be submitted to the
Council for final action at 7:00 p.m. on the 2nd day of August, 1999.
Passed, adopted and approved this 6th
Attest:
r01~ryyDavis, City Clerk
day of Jut¥ ., 1999.
/ -~rerrance M. D~/Mayor
NOTICE TO BIDDERS OF THE RECEIPT OF BIDS
FOR THE RECONSTRUCTION OF THE
KLINGENBERG TERRACE RETAINING WALL
Sealed proposals will be received by the City Clerk of the City of Dubuque, Iowa,
at the Office of City Clerk in City Hall no later than 2:00 o'clock p.m. on the 22nd day of
July, 1999, for the reconstruction of Klingenberg Terrace Retaining Wall.
Copies of the plans and specifications may be obtained in the City Engineer's Office
at City Hall.
Payment to the contractor will be made from funds as may be legally used for such
purposes.
All work herein provided for shall be commenced within ten (10) days after the
notice to proceed has been issued, and shall be fully completed by December 1, 1999.
All bids must be submitted on the Bid Form bound in the specifications. Each bid
shall be accompanied by a satisfactory Bid Bond executed by the Bidder and an
acceptable surety; or a cashier's or certified check payable to the City Treasurer, City of
Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United
States, in the amount of ten percent (10%) of the bids submitted as security that the bidder
will enter into a contract for doing the work and will give bond with proper securities for the
faithful performance of the contract in the form attached to the specifications.
The successful bidder will be required to fumish a performance bond in an amount
equal to one hundred pement (100%) of the contract price. Said bond is to be issued by
a responsible surety company approved and acceptable to the City Council, and shall
guarantee the faithful performance of the contract and terms and conditions therein
contained, and shall guarantee the prompt payment of all materials and labor and protect
and save harmless the City of Dubuque, Iowa, from claims and damages of any kind
caused by the operations of the Contractor. Said bond shall also guarantee the matedal
and the maintenance of the improvement(s) constructed for a minimum pedod of two (2)
years from and after its completion and acceptance by the City Council.
No bid submitted by any Contractor which contains a condition or qualification shall
be recognized or accepted by the City Council and any letter or communication
accompanying the bid which contains a condition or qualification upon the bid which has
the effect of qualifying or modifying any provision of the specifications in any manner will
be construed as a non-qualifying bid and will be rejected by the City Council as not
responsive.
All proposals must be made on blanks fumished by the City Engineer and each
bidder will be required to state his prices for doing all the items in each section on which
he makes a bid and for all things necessary to make a complete job.
The Bidder's attention is directed to the City of Dubuque's Affirmative Action
Program which is included in the Contract Specifications and the provisions thereof and
hereby made a part of the Contract Documents by reference and incorporated therein.
The Contractor, when requested by the City of Dubuque, will furnish a statement of
his financial and practical qualifications as provided for in the General Requirements of the
Specifications.
By virtue of statutory authority, a preference will be given to products and previsions
grown and coal produced within the State of Iowa and to Iowa domestic labor.
The City Council reserves the right to reject any and all bids or to waive any
technicalities and irregularities.
All bids will be publicly opened and read by the City Clerk at 2:00 o'clock p.m. on
the 22nd day of July, 1999, and will be submitted to the Council for final action at a meeting
to be held in the Public Library Auditorium at said City at 7:00 p.m on the 2nd day of
August, 1999. A contract will be awarded at that time or such subsequent time as the City
Council may determine.
Published by,erde of the City Council of the City of Dubuque, Iowa and dated this
))~rae~;,
day of ~ ,1999.
Mary A. Davis, City Clerk
CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES
Work herein provided for shall be commenced within ten (10) days after notice to proceed
has been issued and shall be fully completed by December 1, 1999.
For each calendar day that any work shall remain uncompleted beyond the completion
schedule, $100.00 per calendar day will be assessed, not as a penalty but as
predetermined and agreed liquidated damages. The Contractorwill be separately invoiced
for this amount, and final payment will be withheld until payment has been made of this
invoice.
The assessment of liquidated damages shall not constitute a waiver of the City's right to
collect any additional damages which the City may sustain by failure of the Contractor to
carry out the terms of his contract.
An extension of the contract pedod may be granted by the City for any of the following
reasons:
1. Additional work resulting from a modification of the plans.
2. Delays caused by the City.
Other reasons beyond the control of the Contractor, which in the City's opinion,
would justify such extension.
RESOLUTION NO. 386-99
PRELIMINARY APPROVAL OF PLANS AND SPECIFICATIONS
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
DUBUQUE, IOWA:
That the proposed plans, specifications, form of contract and estimated cost for the
Klingenberg Terrace Retaining Wall Reconstruction Project, in the estimated amount of
$336,183.00, are hereby approved and ordered filed in the office of the City Clerk for
public inspection.
Passed, adopted and approved this 6th
day of July .. 1999.
/ T~rrance M,~gan, Mayor
Attest:
Mary ,~. Davis, City Clerk
CITY OF DUBUQUE, IOWA
MEMORANDUM
July 1, 1999
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Klingenberg Terrace Retaining Wall
Public Works Director Mike Koch is recommending that a public hearing be set for
August 2, 1999, to consider the Klingenberg Terrace Retaining Wall ReConstruction
Project.
I concur with the recommendation and respectfully request Mayor and City Council
approva,. ~ M~i~ll?g en~~
~cha
MCVM/j
Attachment
CC:
Barry Lindahl, Corporation Counsel
Tim Moerman, Assistant City Manager
Mike Koch, Public Works Director
TO:
FROM:
SUBJECT:
CITY OF DUBUQUE, IOWA
MEMORANDUM
June 30, 1999
Michael C. Van Milligen, City Manager
Michael A. Koch, Public Works Director ~~
Klingenberg Terrace Retaining Wall Reconstruction Project
INTRODUCTION
The enclosed resolutions authorize the public bidding procedure for the Klingenberg
Terrace Retaining Wall Reconstruction Project.
The proposed scope of work for the Klingenberg Terrace project in 1997 was to
replace approximately 370 lineal foot of retaining wall, guardrail and curbing between
Rosaline and Kleine Street. The existing retaining wall functions as a grade separator
between the travel portion of the roadway and the lower elevation at the right-of-way
line. Through the years, the retaining wall has severely deteriorated and thus caused
the embankment to erode, which then caused the street curbing and guardrail to settle
and collapse.
As a result of the collapsed curbing, the street's ability to effectively control and keep
stormwater runoff from entering the adjacent properties are inadequate. The existing
cable-stay guardrail is in very poor condition, rusted and collapsed at several sections.
In researching property ownership on Klingenberg Terrace between Rosaline and Kleine
Street, it was determined that the City northerly right-of-way line varied at several
locations, which resulted in sections of the existing street, retaining wall and guardrail
in being located on private property. It was determined should the City perform any
construction improvements in the area, a comprehensive property boundary survey and
acquisition of additional right-of-way was required.
Upon further review of the project, it was apparent that the existing street width
between Rosaline and Kleine Street is extremely narrow for residential parking on the
south side and two-way traffic. Additionally, the substandard street width makes
access difficult for City service vehicles. The project, therefore, includes the widening
of the street from 15 feet to 25 feet, which would improve access for emergency
vehicles, refuse collection and maintenance operations in the winter. The additional
street width between Rosaline and Kleine Street would also improve the safety to local
residents, improve the congested parking problem on the south side and upgrade the
level of service for thru traffic in the neighborhood. The retaining wall reconstruction
will provide for embankment stabilization and the installation of new street curbing and
guardrail, which will in turn improve stormwater drainage and safety in this area.
To acquire the additional right-of-way necessary to reconstruct the retaining wall and
widen the street, the City purchased property from adjacent landowners. In total, the
City negotiated the acquisition of additional right-of-way from nine (9) property
owners, which totaled approximately 3,820 square feet.
Although the existing water main appears to be in good condition and will not require
reconstruction, City staff is recommending that certain water service improvements
be performed during the time of construction. The existing water main is supplied by
a combination high- and Iow-pressure system and should be separated with the
installation of a bypass valve. It was also determined there are five (5) lead services
that will need to be replaced with new copper service lines. In addition, two (2) new
fire hydrants will need to be installed.
The existing sanitary sewer is constructed of 6" clay tile pipe, with brick manholes.
Upon televising and inspecting the sanitary sewer, it was observed that the sewer was
in very poor condition. It was determined that the existing sewer line and manholes
should be replaced. Records also indicate that the sanitary sewer is constructed very
close to the existing water main and in one location directly above the water main.
It was determined that it would be in the City's best interest to relocate and
reconstruct the sanitary sewer away from the water main. The street would then be
totally resurfaced with asphalt.
The section of Klingenberg Terrace between Kleine Street and North Main shall also
require improvements to both the sanitary sewer and water service. The magnitude
of these repairs will also require this section of Klingenberg Terrace to be totally
resurfaced with asphalt.
The Klingenberg Terrace Retaining Wall Reconstruction Project includes the
reconstruction of the northerly retaining wall between Rosaline and Kleine Street,
which will allow the existing street to be widened to 25 feet. The proposed retaining
wall will be approximately 500 lineal feet long, average 10 feet in height and
constructed of reinforced segmental retaining wall blocks. The project includes the
installation of approximately 550 lineal feet new concrete curb and gutter for
improvement of the drainage problems, and a guardrail on top of the retaining wall.
The schedule for the project will be as follows:
Advertisement for Bids
Notice of Public Hearing on Plans
and Specifications
Receipt of Bids
Public Hearing
Award of Contract
Completion Date
July 9, 1999
July 16, 1999
July 22, 1999
August 2, 1999
August 2, 1999
December 1, 1999
RE
I would recommend that the City Council establish the date for the public hearing, and
authorize the City Clerk to advertise for proposals.
BUDGET IMPACT
The project estimate for the Klingenberg Terrace Retaining Wail Reconstruction Project
is $336,183.00. The project is nonassessable and will be funded with an allocation
from the Fiscal Year 2000 Street Program, the General Retaining Wall Repair Fund, the
General Sanitary Sewer Repair Fund, and the General Guardrail Replacement Fund.
The estimate for the Klingenberg Terrace Retaining Wall Reconstruction Project is
as follows:
Segmental Retaining Wall Construction
Sanitary Sewer Reconstruction
Water Service Improvements
Guardrail Replacement
ACC Pavement Replacement
28,784.00
40,488.00
6,025.00
13,110.00
67.350.00
Total Construction Contract
$265,757.00
Contingency
Engineering
26,576.00
43.850.O0
Total Project Cost $336,183.00
The project funding for the Klingenberg Terrace Retaining Wall Reconstruction
Project is as follows:
FY2000 Street Program
General Retaining Wall Repair Fund
General Sanitary Sewer Repair Fund
General Guardrail Replacement Fund
62,382.00
O6,OO0.0O
51,217.00
16,584.00
Total $ 336,183.00
ACTION TO BE TAKEN
The City Council is requested to establish the date for the public hearing and to
authorize the City Clerk to advertise for proposals through adoption of the enclosed
resolutions.
MAK/vjd
Prepared by Robert D. Schiesl, Civil Engineer
cc: Robert D. Schiesl, Civil Engineer
Pauline Joyce, Administrative Services Manager
0
_0
C
C~
Z
O0'OC
dOS
5+50
6+50
5+70.80
5+50
?
s7
.%,
DRIVEWAY
DRIVEWAY
D R I VEWAY
8_=
7+00
~+25
8+00
8=_
DRIVEWAY
'IS NIVIN HI,ON
3_P 11+62.78
11+50
11 +25
11 +00
10+75
10+50
10+25
Z~
/
dO8
'.L$ ~NI3
DRIVEWAY
DRIVEWAY
7+50
DRIVEWAY
)P 11+62.75
¼
t11+50
11 +25
11+00
10+75
I0+50
SNOIJ. O~$
..LO3PO~d 99VM ONINIVJ_3~t O~38N'~ON[9),I
9g'C[+['oIS uo!13oS ssoJo
Og+L'o~S uo!~3oS ssoJo
g7~+L'O~,S uo?,oaS ssoJo
O0+U'o~$ uo!~ooS ssoJo
g/_+L'O~S uo!~o@S ssoso
T--
O0+l.'o~S uo!~ooS ssos0
,0 t
.gL
SN01193S SSO~JD
1O~P0~d 99¥M ONINI¥/-~ 9~38N'~ONIgN
gg gg+~"o~S uo!To@S ssoJo
Og+~"o~S uo!IooS ssoJo
T ~
gU+~'-o~S uo!IoaS ssoJo
I
O0+~'o~S uo;is@S ssos3
., S
g~+T'o~S uonoa ssos0
og+T'o~S uoj13@S ssoJ3
SNOIIOqS SS0~3
/3]PO~d q]¥M ~NINIVi]B
g6'L6+~z'o)-s uo!~o~S ss°~O
g/_+~7'o~s uo!~o@S ssoJo
Og+~'D~g uo!~oaS ssoJ3
97+?'o~S uo!losS ssosO
g~+~7'O~S uo!~oaS ssoJ0
~'£'~L+?'o$S uo!~oeS ssoso
1
O0+?'otS uo!~oos ssoJO
T F
06'06+E'o~S uo!~o@S sso~0
SNOIZO3S $SO~O
.03PO~Icl 99VM ONINI¥13~ 9~38N3ONIg>t
O0+9'o~S uo!iooS sso~o
, .g uo]~o8S ssoJo
g/_+g'o~S uo!]oaS sso~9
Og'OZ+g'o~S uo!io@S ssoJo
L I
g6'6~+g'o~,S uo!~oaS sso~o
gs:+g'o:~S uoRoaS ssoso
T
I I I
6~z'Ug+g'D~S uoL),osS ssoJO
O0+S'o~S uo!~saS ssos0
SNOLLO3S SSO~O
.,LO3PO~d 99'v'M ONINIV13;H O~qSN3ONrlN
g~+/_'o~S uoL),oo$ sso~0
Og+L'O~,S uo!~soS ssoJ3
6~+/~-o~S uo!~ooS ssoJO
g/+g'oIs uo!]s~S ssoJ3
O0+Z'o~s uo!~o@S ssoJo
.0~ .gL .0~
Og+9'o~,S uo!~o@S ssoso
/_~'~HT+g'o~S uo!loaS ssoJo
.OL
.gl
g~+9'ois uo!ioaS sso~3
SNOI1O3S S$O~JD
103PO~Jd '19V/'A ONINI¥13~I O~38N39NIgN
uo!;38S ssos3
96'EL+6'o~,S uoRsaS ssoso
J
.Or
O0+6'D~S uo!?@S ssoJ3
g&+9'o~S uo!~saS sso~$
og+g'o~S uo!~oaS ssoJo
gE+g'o~S uo!~3@S ssosO
00+9'o;S uo!~o@S ssosO
.gL
Zg'P6+/'o~,S uo!~oaS ssoJ3
SNOIIO3$ SSO~O
1031~0~d '11¥/~ ONIN[¥/3~ O~38N3ONI93
og+LL'o~S uo!~JeS ssoJ3
g~+L~'o~S uol~3eS ss°Jo
O0+LL'o}~s uo!Io@S ssoso
g/_+O['O)~S uol~oaS sso~o
T I
Og+OL'O~S uo!;oaS sso~3
ga+ob'siS uo!)oaS ssoso
I I J_
O0+OL'olS uog, oaS ssoso
g/_+6'o~s uo!~oaS sso;9
09+6'oIs uo?,oaS sso~o
o ~ ~ ~,~ ~ .- =.__e ~u::-~_>'~ ~'= ._~"B ~
--oo.~oo~-=
vE -==o.-E ==e:E
z
8"8
"*3.
(5)
J
o~
< :~'