Loading...
Ice Harbor West Road & TrailMEMORANDUM July 30, 2002 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager Ice Harbor West Road and Trail Public Works Director Mike Koch recommends initiation of the bidding process for the construction of a two-way access road and pedestrian walkway around the west edge of the Ice Harbor connecting automobiles from the South Harbor Development area with the Third Street overpass to avoid train delays. The original project budgeted amount was $1,139,137, but more current estimates, design changes and the addition of a waterline brings the new estimated cost to $1,847,870. Sources of funding have been identified to address those additional costs. He fur[her recommends that a public hearing be set for September 16, 2002. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Michael A. Koch, Public Works Director TO: FROM: SUBJECT: July 30, 2002 Michael C. Van Milligen, City Manager Michael A. Koch, City Engineer Ice Harbor West Road and Trail INTRODUCTION The enclosed resolutions authorize the public bidding procedures for the construction of a two-way access road and pedestrian walkway around the west edge of the Ice Harbor, connecting the North Harbor Development with the South Harbor Development area. DISCUSSION The roadway will be partially located on City property and partially on property owned by the City and leased to the Chicago Central & Pacific Railroad Company. A plan review and a typical cross-section of the roadway are attached as Exhibits A and B. Because of the width of the proposed roadway, it is required that fill be placed adjacent to the railroad slope and extended partially into the waterline area of the Ice Harbor. The fill adjacent to the Ice Harbor will be retained in place by the installation of cimular sheet pile cells rather than a traditional vertical retaining wall. This type of sheet pile cell structure was required due to the poor soil conditions adjacent to the bank line of the Ice Harbor and insufficient clearances between the railroad and existing utilities for the construction of a conventional vertical wall tieback system. Although the present gravel roadway serves as the emergency access to the industrial area south of the Ice Harbor, it will be necessary that this access be closed during the construction project. It will, however, be accessible through the winter of 2002-2003. As part of the roadway construction, a 42-inch high decorative barrier railing will be installed adjacent the sidewalk on top of the sheet pile wall at the edge of the Ice Harbor, which will complement the decorative railing installed on the dverwalk. The barrier railing will also function as a vehicular protective guardrail since the harbor side walkway will be 15 feet higher than the water elevation at normal pool elevation. The barrier railing will be strengthened by the installation of decorative cast stone pedestals spaced at approximately 44 feet. Intermediate steel posts will be placed at appropriate 5 foot intervals between the cast stone pedestals as additional reinforcing for the vehicular guardrail. The cast stone pedestals will have decorative ornamental lights placed on top which will match the lighting theme of the Riverwalk. A copy of the decorative railing, the cast stone bollards, and the cast stone pedestals and ornamental lighting is included in Exhibit C. On the railroad side of the roadway, a 42-inch high safety railing will be installed at approximately 10 feet from the centedine of the railroad tracks which will match the decorative railing installed on the Riverwalk. This safety fence is intended to prevent pedestrians from gaining access to the rail lines. The railroad safety barder will compliment the harbor side railing, but will not have the level of amhitectural features such as cast stone bollards or lighting. A copy of the railroad safety barrier is included in Exhibit D. While the roadway will be 24 feet wide to accommodate two-way traffic, it is planned that this traffic be limited to vehicles of less than five (5) tons; and thus no semi or heavy truck traffic. The pavement surface will be traditional concrete paving, and the sidewalk is proposed to be identical to the Riverwalk sidewalk in texture and color. At the southerly end of the sidewalk, there will be a widened area where benches, planters, and trash receptacles will be located. The roadway will tie into the existing pavement on First Street and the existing cul-de-sac will be removed. The process of constructing the sheet pile cell clusters will be complicated; and it is anticipated that this work, together with the backfill and placement of a temporary gravel-driving surface for emergency vehicles, will be the only work completed this year. The specified completion date to have this roadway back open to emerging vehicles will be December 15, 2002. The completion of the paving of the street and sidewalk, together with all the amenities, has been specified for May 23, 2003. The schedule for the project will be as follows: Advertisement for Bids Notice of Public Hearing Receipt of Bids Public Heating Award of Contract Completion Date 1 Completion Date 2 August 16, 2002 September 6, 2002 September 5, 2002 September 16, 2002 September 16, 2002 December 15, 2002 May 23, 2003 RECOMMENDATION I recommend that the City Council establish the date for the public hearing and to authorize the City Clerk to advertise for proposals. BUDGET IMPACT The original budget estimate was $1,139,137, but more current estimates, ecstatic design changes and the addition of a water line brings the new estimated cost to $1,847,870. The estimate for the project is as follows: Construction Contract Contingency Engineering Design Engineering Estimate Railroad Flagger Total Project Cost 1,572,609.35 157,261.00 48,000.00 55,000.00 15,000.00 1,847,870.35 The project will be funded as follows: Project Capital Appropriation Water Construction Funds Additional Road Use Tax Funds received over State Estimate Elimination of Sound System for Port of Dubuque Road Use Tax savings FY02 Snow Removal Budget Contingency needed Total Funding 1,139,137.00 89,880.00 66,000.00 195,185.00 308,670.00 48,998.00 1,847,870.00 ACTION TO BETAKEN The City Council is requested to establish the date for the public hearing, and to authorize the City Clerk to advertise for proposals through the adoption of the enclosed resolutions. MAK/vjd cc: Cindy Steinhauser, Assistant City Mgr. Pauline Joyce, Adm. Services Mgr. Robert Schiesl, Civil Engineer Julie Neebel, IIW Engineers Michael Jansen, IIW Engineers Jim Kolf, Durrant RESOLUTION NO. 413-02 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 Ice Harbor West Road and Trail Project in the estimated amount $1,847,870.35 are hereby approved and ordered filed in the office of the City Clerk for public inspection. Passed, adopted and approved this 5th day of August. 2002. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 414-02 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 Ice Harbor West Road and Trail Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a public hearing will be held on 16th day of September, 2002, at 6:30 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 hearing 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. Passed, adopted and approved this 5th day of August ,2002. Terrance M. Duggan, Mayor · Attest': -. Jeanne, F. Schneider, CMC, City Clerk RESOLUTION NO. 415-02 ORDERING BIDS NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the Ice Harbor West Road and Trail 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 prior to the receipt of said bids at 2:00 p.m. on the 5~h day of September 2002. Bids shall be opened and read by the City Clerk at said time and will be submitted to the Council for final action at 6:30 p.m. on the 16~h day of September 2002. Passed, adopted and approved this 5th day of Auqust, 2002. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk 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 Ice Harbor West Road and Trail 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 Ice Harbor West Road and Trail Project, in accordance with the provisions of Chapter 384, City Code of Iowa, at 6:30 p.m., on the 16th day of September, 2002, in the Public Library Auditorium, 360 West 11th Street, 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 (563) 589-4120 or TDD at (563) 589-4193 in the Human Rights Department at least 48 hours pdor to the meeting. Published by order of the City Council given on the ,2002. day of Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. RESOLUTION ADOPTING PLANS AND SPECIFICATIONS Whereas, on the 1st day of August 2002, plans, specifications, form of contract and estimated cost were filed with the City Clerk of Dubuque, Iowa for the ice Harbor West Road and Trail 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 ,2002. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk NOTICE TO BIDDERS OF THE RECEIPT OF BIDS FOR THE ICE HARBOR WEST ROAD AND TRAIL PROJECT 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 5th day of September 2002, for the construction of Ice Harbor West Road and Trail Project. Copies of the plans and specifications may be obtained in the City Engineer's office at City Hall. No plan deposit is required. Payment to the contractor will be made from funds as may be legally used for such purposes. Ail work herein provided for shall be commenced within ten (10) days after the Notice To Proceed has been issued, and Phase 1 shall be fully completed by the 15th day of December 2002, and Phase 2 shall be fully completed by the 23rd day of March 2003. 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 percent (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. 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 furnished 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 provisions 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 technical ties and irregularities. All bids will be publicly opened and read by the City Clerk at 2:00 o'clock p.m. on the 5th day of September, 2002, and will be submitted to the City Council for final action at a meeting to be held in the Public Library Auditorium, 360 West 11th Street, at said City at 6:30 p.m. on the 16th day of September, 2002. A contract will be awarded at that time or such subsequent time as the City may determine. Published by order of the City Council of the City of Dubuque, Iowa and dated this of ,2002. Jeanne F. Schneider, CMC, City Clerk CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES Work herein provided for shall be commenced within the (10) days after notice to proceed has been issued and Phase 1 shall be fully completed by the 15th day of December 2002, and Phase 2 shall be fully completed by the 23rd day of March 2003. For each calendar day that any work shall remain uncompleted beyond the completion schedule, $1,200.00 per calendar day will be assessed, not as a penalty but as predetermined and agreed liquidated damages. The contractor will 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 period 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. (tN FEET) ORA'~NG MAY HAVE BEEN RESUCEO EXHIBIT B 2¢'-0" S-B RAILROA0 FENCING STA, 105+48 ST-I STA, 110+54 ~" PCC ADEO STONE SASE- STONE BASE (Tm.) EXHIBIT A ,/ MAX EOROUS GRADE S" REINFORCED. PCC SIDEWALK 2% RAILING AND USHTING PCC CUR8 AND GUTTER. ooo ~EXISTING ELECTRICAL CONDUIT, LOCATION APPROXIMATE AS SHOWN ON PLAN VIEW FIELD VERIFY LOCATION '~/--EXISTING 42" SANITARY SEWER TYPICAL. SECTION *WIDTH VARIES FROM 8 TO 12 FEET OF 20'¢ BULKSEAD RETAINING WALL / / RAIL AND POST SEE TO ~x~ TVp. Harbor RailinR DeLail PLAN SCALE, no scare EXHIBIT C /-- BAR PANEL RIVE"WALK //J ~ ~ ~ / /-PATTERN - J~ I ~ Cas[ Concre[e Rail Pos[, T~pe A Harbor Railing Fence Detail SCALE~ no scate 4( TOP RAIL O.D) SCH. EXHIBIT D Railroad Fence DeLail