Loading...
Fremont Ave Reconstruction Pro Th:i~~E ~<k~ MEMORANDUM July 5,2005 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Fremont Avenue Reconstruction Project Fiscal Year 2004 Street Construction Program City Engineer Gus Psihoyos is recommending acceptance of the Fremont Avenue Reconstruction Project, as completed by WC Stewart Construction Co., in the final contract amount of $670,143.59, which is a 9.4% decrease from the original contract in the amount of $739,421.63, and approving the preliminary schedule of final assessments, which is 35.5% below the preliminary special assessment estimates. I concur with the recommendation and respectfully request Mayor and City Council approval. 1/ 1\ i 1 I ll../ L(~ 1 /12 . MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer '. .,1 +,.~.. -..-' 5;:;~~E ~<k~ MEMORANDUM July 5,2005 TO: FROM: Michael C. Van Milligen, City Man;?rJ Gus Psihoyos, City Engineer fl ~ SUBJECT: Fremont Avenue Reconstruction Project Fiscal Year 2004 Street Construction Program INTRODUCTION The enclosed resolutions provide for the acceptance of the construction contract for the Fremont Avenue Reconstruction Project. BACKGROUND The Fremont Avenue Reconstruction Project provided for the reconstruction of underground utilities, roadway sub-base and the construction of a new 37-wide concrete roadway between the US Highway 20 intersection (Dodge Street) and the Simpson Street/Wartburg Place intersection. The project also incorporated upgrades to the existing sanitary sewer system which included: the complete reconstruction of approximately 1,200 lineal feet of new 8-inch mainline sewer; the reconstruction of eight (8) deteriorated brick manholes; and the replacement of all private sanitary sewer laterals Improvements to the existing watermain included the reconstruction of mainline valves and fire hydrants and the replacement of thirteen (13) lead residential water services. The cost for the individual lead residential water service replacements is assessed to each respective private property owner. The project also provided for: improvements to the storm sewer system; the installation of fiber optics and telecommunications conduit infrastructure; and the reconstruction of the existing pedestrian sidewalks along the both sides of Fremont Avenue. DISCUSSION The Fremont Avenue Reconstruction Project has been completed by WC Stewart Construction Co. of Dubuque, Iowa, in the final contract amount of $670,143.59, which is a 9.4% decrease from the original contract in the amount of $739,421.63. Included in the final contract amount is a $30,000 incentive payment to the contractor for maintaining access to intersections for local residents while providing two-directional traffic within the project limits throughout the duration of the project as directed and specified in the construction documents. The residents along Fremont worked with the local utility companies (Alliant, Mediacom and Qwest) to remove all overhead utility lines and poles and convert to all underground services. Because the overhead to underground utilities conversion is classified as a courtesy move on the part of the local utility companies, the cost to complete the work was paid directly by the participating Fremont residents. Due to the overhead to underground utilities conversion and the removal of the existing wood line poles, the City was required to install new street lighting as part of the project. However, the residents along Fremont requested that the City incorporate ornamental lighting versus the conventional City standard street lights. The residents along Fremont agreed and have paid the differential cost ($10,500) to upgrade to the ornamental lighting. The overhead to underground utilities conversion work is ongoing and once all overhead utility work is finished, the City will complete the installation of the historic street lights. The original specified completion date was October 1, 2004, however the contractor was delayed in starting the project due to other concurrent major roadway work on the Highway 20 (Dodge Street) corridor and the University Avenue Reconstruction Project. As a result of the late start date; the overall coordination with the local utility companies and the additional work required caused project delays beyond the control of the contractor. SPECIAL ASSESSMENTS Based upon final construction costs, the total amount of special assessments for all associated improvement (including street pavement and water services laterals) have been reduced by $40,358.59, which is 35.5% below the preliminary special assessments estimates that were presented to the property owners and approved at the project public hearing. The reason for the reduction in the total amount of special assessment was a result of a lower unit price to replace the lead water services and the additional savings to residents which resulted from an arterial street classification credit versus the collector street classification which was incorrectly incorporated into the preliminary special assessments estimates. RECOMMENDATION I recommend that the City Council accept the improvements, establish the final contract at $670,143.59, and adopt the preliminary schedule of final assessments. BUDGET IMPACT The project cost summary for the Fremont Avenue Reconstruction Project is as follows: Total Project Cost Estimate $747,462.75 74,746.28 123,331.35 $945.540.38 Award $739,421.63 74,746.28 123,331.35 Final $670,143.59 o 72.344.28 Construction Contract Contingency Construction Engineering & Inspection $937.499.26 $742.487.87 The project funding summary is as follows: CIP No. Fund Description 300271 FY 2004 Street Construction Program Special Assessment - Street Improvement, Residential Properties Special Assessment - Water Service Laterals, Residential Properties 340539 Watermain Replacement Program 310376 Fremont Sanitary Sewer Construction Fund Amount $ 551 ,203.66 62,675.91 10,631.07 32,757.62 85,219.61 Total Project Funding $742.487.87 The Fremont Avenue Reconstruction Project will be funded through the annual capital improvement project appropriation of City funds as noted above in the amount of $117,977.23, which will include allocations from the Watermain Replacement Program and the Sanitary Sewer Construction Fund. The project, as outlined, will require Special Assessments in the amount of $73,306.98 and expenditure from the Annual Street Construction Program (Funded through Local Option Sales Tax) in the amount of $551,203.66. FINANCIAL ASSISTANCE A portion of the residential assessments related to the street improvement costs may qualify for the City's low and moderate income special assessments assistance program. Local Option Sales Tax funds will provide 20% to 100% of the street assessments for eligible owner-occupied property. The cost of the water service laterals will be assessed directly to the benefit individual properties. Financial assistance to low- to moderate-income families is available also to fund the water service laterals. To allow sufficient administrative time to process financial assistance payments for low- to moderate-income families, the adoption of the schedule of final assessments will be delayed approximately 45 days. In its place is a resolution adopting a preliminary schedule of final assessments. Property owners may use this period to apply for financial assistance that may reduce the amount of the assessment payable by the property owner. ACTION TO BE TAKEN The City Council is requested to adopt the attached resolutions accepting the improvement, establishing the final contract amount, and approving the preliminary schedule of final assessments. Prepared by Robert Schiesl, PE cc: Dawn Lang, Budget Director Ken TeKippe, Finance Director Bob Green, Water Plant Manager Don Vogt, Public Works Director Jon Dienst, Civil Engineer Greg Doeden, Civil Engineer Deron Muehring, Civil Engineer Todd Irwin, Engineering Assistant Kelly Ambrosy, Engineering Assistant l- RESOLUTION NO. 319-05 ACCEPTING THE FREMONT AVENUE RECONSTRUCTION PROJECT Whereas, the contract for the Fremont Avenue Reconstruction Project (the Project) has been completed and the City Manager has examined the work and filed a certificate stating that the Project has been completed according to the terms of the contract, plans and specifications and that the City Manager recommends that the Project be accepted. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. The recommendation of the City Manager is approved and the Project is hereby accepted. Section 2. The City Treasurer is hereby directed to pay to the contractor from the Watermain Replacement Program ($32,757.62); the Sanitary Sewer Construction Fund ($85,219.61); and expenditure from the Annual Street Construction Program (Funded through Local Option Sales Tax) in the amount of $551,203.66 the contract amount less any retained percentage provided for therein as provided in Iowa Code chapter 573, and to pay such retainage only in accordance with the provisions of Iowa Code chapter 573. Passed, approved and adopted this 18th day of July, 2005. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, City Clerkf -- J anne F. Schneider, CMC, City Clerk RESOLUTION NO. 320-05 FINAL ESTIMATE Whereas, the construction contract for the Fremont Avenue 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 $742,487.87 and the said amount shall be paid from the allocations from the Watermain Replacement Program ($32,757.62); the Sanitary Sewer Construction Fund ($85,219.61); Special Assessments in the amount of $73,306.98 and expenditure from the Annual Street Construction Program (Funded through Local Option Sales Tax) in the amount of $551,203.66. Passed, approved and adopted this 18th day of July, 2005. Terrance M. Duggan, Mayor RESOLUTION NO. 321-05 RESOLUTION APPROVING THE PRELIMINARY SCHEDULE OF FINAL ASSESSMENTS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the attached sheet(s), Page 1 to Page 1 inclusive, is hereby determined to be the Preliminary Schedule of Final Assessments for the Fremont Avenue Reconstruction Project and the valuations set out herein are hereby approved. Passed, approved and adopted this 18th day of , eanne F. Schneider, CMC, City Clerk City of Dubuque - Engineering Division Final Payment Form PAYMENT NO: COUNCIL FINAL DATE: 05-Jul-05 PROJECT NAME: FREMONT AVENUE RECONSTRUCTION PROJECT CONTRACTOR: WC Stewart Construction, Inc. CONTRACT AMOUNT: $739,421.63 II UNIT II UNIT COST I AMOUNT EARNED BID ITEM TO DATE 1 Excavation, Unclassified CY $ 2.35 8,515.11 $ 20,010.51 2 Trench Stabilization Stone Tons $ 9.70 80.00 $ 776.00 3 Backfill Limestone Tons $ 4.95 8,621.63 $ 42,677.07 4 Backfill Topsoil SY $ 2.35 1,857.00 $ 4,363.95 5 Graded Stone Base Tons $ 9.00 1,221.80 $ 10,996.20 6 Granular Subbase Tons $ 9.00 1,187.22 $ 10,684.98 7 3" Crushed Stone Base Tons $ 9.00 5,442.32 $ 48,980.88 8 Removal of Pavement w/Curb SY $ 2.25 7,238.99 $ 16,287.73 9 Asphalt, Surfacing of Driveways Tons $ 86.90 118.08 $ 10,261.15 10 PCC Pavement, 8" w/Curb, Class C SY $ 26.88 7,230.89 $ 194,366.32 11 Adjustment of Fixtures in PC Pavement Ea $ 315.00 30.00 $ 9,450.00 12 R & R PC Curb & Gutter LF $ 15.00 36.50 $ 547.50 13 PCC Handicap Ramp Ea $ 875.00 10.00 $ 8,750.00 14 PC Driveway, 6", Remove & Construct SY $ 32.33 299.66 $ 9,688.01 15 PC Sidewalk, 4", Remove & Construct SF $ 4.00 5,532.08 $ 22,128.32 16 Locate Existing Lateral I Exploration Ea $ 500.00 18.00 $ 9,000.00 17 8" DIP Sanitary Sewer wfWrap LF $ 31.14 125.00 $ 3,892.50 18 Sanitary Sewer Manhole on Coates Ea $ 2,250.00 1.00 $ 2,250.00 19 Sanitary Sewer Manhole 48" Ea $ 2,250.00 6.00 $ 13,500.00 20 Sanitary Sewer Drop Manhole 48" Ea $ 2,750.00 1.00 $ 2,750.00 21 8" x 4" DIP Tee w/Bedding Ea $ 121.00 2.00 $ 242.00 22 4" CIP Lateral w/Bedding LF $ 29.25 15.00 $ 438.75 23 8" PVC SDR 26 wI Initial Backfill LF $ 24.87 1,140.00 $ 28,351.80 24 8" x 4" Wye PVC SDR 26 wI Initial Backfill Ea $ 45.00 12.00 $ 540.00 25 4" PVC SDR 26 Lateral wI Initial Backfill LF $ 22.50 455.50 $ 10,248.75 26 15" RCP LF $ 28.69 64.00 $ 1,836.16 27 15" RCP Pourous Backfill LF $ 31.69 54.00 $ 1,711.26 28 18" RCP LF $ 32.23 DELETE 29 18" RCP Pourous Backfill LF $ 35.23 DELETE 30 Intake 101-B Ea $ 1,250.00 3.00 $ 3,750.00 31 Intake 104-B Ea $ 2,400.00 1.00 $ 2,400.00 32 Storm Water Curb Opening R-3262-3 Ea $ 85.00 1.00 $ 85.00 33 6" DIP Watermain wlWrap, Class 52 LF $ 27.79 141.98 $ 3,945.62 34 10" DIP Watermain wfWrap, Class 52 LF $ 35.55 91.50 $ 3,252.83 35 10" x 10" x 10" DIP Tee Ea $ 187.00 1.00 $ 187.00 36 10" x 10. x 6" DIP Tee Ea $ 161.70 2.00 $ 323.40 37 10" x 6" MJ Cross Ea $ 207.90 2.00 $ 415.80 38 6" x 6" x 6" Anchoring Tee Ea $ 116.60 3.00 $ 349.80 39 6" DIP 90 degree Bend Ea $ 64.90 DELETE 40 6" DIP 45 degree Bend Ea $ 60.50 4.00 $ 242.00 41 10" PE 90 degree Bend Ea $ 143.00 1.00 $ 143.00 42 6" Mega Lug Ea $ 32.00 25.00 $ 800.00 43 6" Gate Valve Ea $ 438.90 11.00 $ 4,827.90 44 10" Gate Valve Ea $ 908.60 5.00 $ 4,543.00 45 Water Box, Adjust & Clean Ea $ 100.00 12.00 $ 1,200.00 46 Hydrants Ea $ 1,199.00 1.00 $ 1,199.00 47 6" Sleeve Ea $ 108.90 11.00 $ 1,197.90 48 10" Sleeve Ea $ 176.00 7.00 $ 1,232.00 49 3/4" Copper Water Service LF $ 17.30 308.00 $ 5,328.40 50 Water Service, Stop Box, 3/4" Tap Installation Ea $ 527.50 13.00 $ 6,857.50 51 Water Service Disconnect Ea $ 175.00 6.00 $ 1,050.00 52 Abandon Manhole - Sanitary CY $ 125.00 44.00 $ 5,500.00 53 Removal of Intakes Ea $ 250.00 3.00 $ 750.00 54 Remove Pipe or Manholes LF $ 25.00 20.00 $ 500.00 55 Sodding SY $ 6.00 1,857.00 $ 11,142.00 56 6" Perforated Subdrain LF $ 7.72 2,520.00 $ 19'r~~~~ I , \ 57 PCC Steps, Remove & Construct Ea $ 65.00 DELETE 58 PC Sawcut LF $ 2.50 92.40 $ 231.00 59 AC Sawcut LF $ 1.50 178.00 $ 267.00 60 Pavement Marking LF $ 0.63 2,376.14 $ 1,496.97 61 5' Fiber Optic w/4-1' Inner Ducts LF $ 13.76 1 ,453.00 $ 19,993.28 62 Pull Box Ea $ 425.00 5.00 $ 2,125.00 63 Traffic Control Lump $ 8,672.00 1.00 $ 8,672.00 TOTAL AMOUNT EARNED TO DATE - BASE BID: 1$ 598,191.64 I 64 Project Incentive Lump $ 30,000.00 1.00 $ 30,000.00 TOTAL INCENTIVE AMOUNT EARNED TO DATE: 1$ 30,000.00 I 65 20' DIP Storm Pipe w/Collar LF $ 100.00 20.00 $ 2,000.00 66 10' Mega Lug EA $ 78.75 22.00 $ 1,732.50 67 6" 22-1/2 deg bend EA $ 100.00 2.00 $ 200.00 68 6" 11-1/4 deg bend EA $ 100.00 2.00 $ 200.00 69 Dust Control - since July 21- 2/day EA $ 75.00 1 08. 00 $ 8,100.00 70 Potassium Chloride Lbs. $ 0.60 2000.00 $ 1,200.00 71 Pull Box, Increase in Size EA $ 245.00 5.00 $ 1,225.00 72 Driveway Approach, Widening, 300 Fremont Lump $ 300.00 1.00 $ 300.00 73 Foundation, Precast Light Base, Test Holes for Utilities Clearance EA $ 500.00 2.00 $ 1,000.00 74 Foundation, Precast Light Base, Hand Dig Lump $ 4,200.00 1.00 $ 4,200.00 75 8" CD Baskets, PC Concrete Pavement Joints EA $ 11.27 160.00 $ 1,803.20 76 Labor Overtime, Saturday Work Lump $ 2,056.25 1.00 $ 2,056.25 77 Traffic Control, Flaggers Lump $ 6,000.00 1.00 $ 6,000.00 78 Cold Weather Concrete - Protective Measures Days $ 385.00 31.00 $ 11,935.00 TOTAL CHANGE ORDER AMOUNT EARNED TO DATE: 1$ 41,951.95 I TOTAL AMOUNT EARNED TO DATE: 1$ 670,143.59 I TOTAL DUE CONTRACTOR: 1$ 670,143.59 I ENGINEERING: 1$ 72,344.28 I TOTAL CONSTRUCTION COST: 1$ 742,487.871 CERTIFICATE OF THE CITY MA AGER: hereby certify that the above statement shows in detail the correct10unt f t;Ork/f/uir APPROVED: l l.~ 1 / C./ to complete the above improvement. Michael Van Millig~~ager C;~Of~q"~~, ~ APPROVED: ' (~ - - , Gus Psihoyos, City Engineer City of Dubuque, Iowa CERTIFICATE OF THE CONTRACTOR: The undersigned, WC Stewart Construction, Inc. contractor for the above improvement, does hereby accept the above 'Total Due Contractor', as full settlement for all claims for said improvement. CONTRACTOR: BY: WC Stewart Construction,Jnc. .~~~ hYl,q~tL- -7- ~05-- TITLE: DATE: RESOLUTION NO, RESOLUTION APPROVING THE PRELIMINARY SCHEDULE OF FINAL ASSESSMENTS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the attached sheet(s), Page 1 to Page 1 inclusive, is hereby determined to be the Preliminary Schedule of Final Assessments for the Fremont Avenue Reconstruction Project and the valuations set out herein are hereby approved. Passed, approved and adopted this day of ,2005. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk .... ....Z WW Z" ..Jill 1!:3 o III ....:1 !! ~!Z I!!W ... S~ a 0- III It llilll ! !:1 III W g ".... ~ffi ~ w" ~ III III fti mm > " ~:1 = " c: I!!.... .. 11 ZZ "WW 1l :J"" ill ~~~ ~~~ '" lLlIl c: ;[!!c .0; '" .. ti!z ~ ~~ ~ "Ill u:~ f!? .. ~~ Z 1l w 13 i!d~ ::E al cw U) 8- "" U) m~ w U) 2 U) 0- Clll <( E ~:1 c ~ .... a W E Z Z U) .. ffi~ 0 " 0 0- = !:l U) ~ = III III 0- 0- .ji III ::E C ~ in c " .... ~ Z = "Z Q <( " ..JW Z '" U Ili~ 13 0 ~ ::;) C i= OW 00 <( ., _Ill " III III ::;) C ::;) = C lD_ ..J ::;) W :; .5 ~ffi C ::;) c: ... Z ... ~ ~~ OW 0 -5i ~ :t w lLl:! ..J i t:i= 0 I- ::;) Zc Z C E 0 w ~ .... ::E :r 2 Z w 0 0- ZW 0" n: U) \; I=W ... ..J " c~ <( Z = 30: u: <2 ClL >" ~ ~ l <( Z ~ .. ~ .. ..J ::::J " W W .c " 0: n: 13 ~ 0- ~ a 0- K 11 1l ill ~ -5i 13 '" ~j c: .. H !! > !~ W " C ~~ Z ~ XI lli Z i~ ~ ~'" !f '" " ",.c: n 2.2 ~~ f- .. N co co '" 0 N 0 ~ I'- ~ ~ N co N co co 0 N I'- co en ;b N co I'- ~ en '" N N en N '" N .. ;1i en N co en ~ '" '" I'- en I'- 0 I'- .. '" '" .. '" co co CX! '" '" 0 .. N '" N '" '" en N co I'- I'- oj cD M ci .0 r-: cD oj ci ci ~ l'ii M .0 oj M .0 &i .0 M l'ii ~. .0 cD r-: ill r-: r-: ci ~ .q cD oj cD 10 cD M :oj 0 '" co '" ~ N N N r;; '" I'- '" Ill. ;:;: g ~ ::: '" I'- N '" CD N I'- '" '" '" I'- ;;; .,. .,. 0 0 N 0 N '" .. &t I'- ;;; '" 0 ;;; '" '" .. ;;; .. '" N N '" "'. N '" N '" '" N'" .,. .,. N '" N N '" '" N .,. .,. N N ;;; '" i ;;; .0- ~ ;;; ;;; .,. ;;; .,. .,. .,. .,. .,. .,. ;;; .,. .,. .,. .,. ;;; .,. .,. .,. .,. '" .,. '" I'- '" N Oi N ~ N 1<j ~ 8 co '" co '" '" '" r-: ~ r-: oj .q oj ~ oj oj ci oj N N co N co co co I'- '" '" '" co co N co co co I'- '" ;;; .,. .,. ;;; .,. ;;; .,. .,. '" '" '" co co '" 0 '" ~ ~ ~ ~ ~ N co N co co 0 N I'- co co ;b g '" '" ~ '" '" 0 N en N '" N .. ~ '" N co 0 ~ '" '" '" 0 i I'- .. '" '" ": '" co co '" '" .. .. N I'- N '" '" '" N co I'- I'- N Oi ro M ci r-: g cD ~ 8 ci :g M .0 oj '" .0 g .0 ~ ro .q ~ :B r-: .0 r-: r-: ci ~ .q cD oj ~ r-: ~ III :?5 co '" ~ 18. f::I I'- '" III ;:;: g ~ ::: 0 I'- N co '" N r;; I'- en ~ M ;;; .,. .,. &t ~ .. &t '" ;;; 0 ;;; ~ ~ I'- ;;; .. '" N '" "'. '" N N &t ;;; '" &t N N ;;; ~ ;;; ;;; &t ;;; '" i ;;; ~ '" ;;; ;;; ;;; ;;; ;;; ;;; .,. .,. .,. .,. .,. '" '" .,. '" co III '" ~ '" 0 ~ ~ ~ ~ tj co N co co 0 1<j I'- co co ;b 0 '" '" ~ en '" 0 N en N '" N .. ~ en N co 0 '" '" 0 '" I'- .. '" '" .. co co '" '" ~ .. .. N I'- N '" '" '" N co I'- I'- bi Oi ro M ~ r-: ci ~ ci 0 ci ~ l'ii M .0 oj M .0 g .0 cD l'ii .q N :B r-: .0 r-: r-: ci ~ .q ro oj ro r-: M :oj co '" 18 0 ~ '" I'- '" Ill. ;:;: 0 ~ ::: in I'- N co '" N N I'- '" ~ '" M in 0 ;;; .,. .,. N 0 &t '" .. '" &t o. ;;; '" '" 1'-. .. ;;; .. '" N '" "'. ;;; ;;; '" N N .,. .,. N ;;; '" N &t &t .,. ;;; ~ ;;; .,. .,. ;;; N ;;; '" i ;;; i '" ;;; ;;; ;;; ;;; .,. .,. .,. .,. '" '" .,. .,. .,. '" co co '" 0 '" 0 ~ ~ ~ ~ tj co N co co 0 1<j I'- co co ;b ~ '" '" ~ '" '" 0 f::I '" N '" N .. ~ '" '" co 0 ~ '" '" '" I'- .. '" '" .. co co '" ~ .. .. N I'- '" '" '" N co N I'- N ~ ro M ci r-: ci :ll ci ci 0 ~ ro M .0 oj M .0 ci .0 cD ~ ~ ;::: ~ r-: .0 r-: r-: ci ~ .q ro oj ro ;::: r-: M cD N '" '" l& N M co '" ~ I'- 0 N l& ~ '" '" '" ;:;: 0 :8 '" ~ I'- M ;b 0 M I'- ~ I'- I'- co '" .. '" .. en co 0 .. 0 .. 0 en '" N '" N '" .. 0 N '" r-: '" '" ~ .. oj N N 1'-. :;; '" ;::: ",. III co ~ '" ;b ;::: ;:;: M 0 0 i, '" 0 '" I'- r-: I'- N ",. co N ;1i 0 oj '" III I'- m N '" en ;;; M '" '" '" I'- co ~ ;;; N I'- en 0 N ~ N 0 ;;; 0 ;;; .,. ;;; ;;; ;;; ;;; N ;;; ;;; N ;;; ;;; ;;; ;;; ;;; ;;; .,. '" ;;; ;;; ;;; ;;; ;;; ;;; .,. '" ;;; ;;; .,. .,. '" '" .,. '" '" I'- '" '" '" 0 .. ~ '" N ~ 0 '" I'- '" ~ ~ I'- III '" ~ N I'- '" co N I'- co 0 ~ '" tj '" '" I'- ~ co 0 co 2 2 2 2 2 ~ 2 ~ 8 0 N lil ~ '" '" 0 8 8 g 0 0 0 0 0 0 g g '" 0 g l5 l5 l5 l5 g 0 0 g 0 g l5 0 lil in in in in in I'- I'- I'- N I'- N I'- co 0 0 0 0 0 ~ '" '" I'- I'- '" I'- '" I'- I'- I'- '" I'- '" I'- I'- I'- '" '" I'- '" I'- '" '" '" I'- N I'- ;b ;b ;b ;b ;b ;b ;b ;b ;b ;b '" '" ;b '" ;b '" '" '" ;b '" ;b ;b ;b ;b '" '" '" ;b ;b '" ;b '" ;b ;b ;b '" in '" '" '" '" '" '" '" '" '" '" '" '" '" '" '" N N tj ~ N N N tj tj tj ~ N N N N N tj ~ N N N tj ~ N N N N ~ ~ N N N tj tj ~ N N '" N ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 1;; 2 f- ; E ~ E " Z :J = ::; .8 .. .. lD .t; E ~ co 0- g ::; 0 1Jl CD " 1: ~ ~ ~ CD CIi w $ ~ " c: " B JI! c: c: .. cj J!! 2 w oS a co co W '" co '" CD .c i;; . .. CIi ::J e U .. c: " Ii 1:: ~ ~ ~ ~ CI) CI) :c ~ I- ~ OJ O/l E E c: c: 0 co 1;; C co ~ ~ ~ c: c: OJ a ;~ co 1;; ~ co ::; ::; CI) I- .c: 0 c:i ::; CI) Z '" O/l ~ .~ U = 2 O/l co U ~ ~ " c: _ O/l en ~ ~ 2 en O/l E Z co O/l ~ I- :i u. co 0 m ~ CIi ~ O/l O/l I- - O/l e: O/l Ci.i O/l ~ ..; >~ CD W e: en W :;: ~ CIi O/l U cj -; Ii E a O/l O/l CD O/l ~ " . ~ O/l -; ~ ~ co :c O/l LL I " (3 .J .!!l !!!. CD e: ~ ~ " ~ c:i j ::; .f: -J -~ .g " .c: .J 1;; ~ _ ..J O/l 1:: -g " OJ CI) ~ ~ 2 ~ i 0 co ::; e: CD ~ .8 LL O/l LL O/l ~ 0; W e! ~ ::; a _ co E e: co a O/l i'i ..., CD e: ::; CD e: e: > e: o e ..., O/l ..., 8 .c: n: .c: "!1 ~ ~ .c i;; CI) a e: e: .c oS .. CI) .c: l- e: :; :!2 E e 0 a n: .E " ~ :!2 ~ e: ~ 0 CD e: CI) ::; c: a co Ci.i ~ ~ !5 co CD n: ..., e: ffi 'i; ." > u E > 0; (9 " <( 0 " ~ ..., e: Z U co ili .8 ..., en .;; co <Ii ~ co co u .5 S2 co 0- lD a '" Ill. ~ ..., Ie 0- ~ g i;; E e: .2: ..., 0 0 g ~.~ 0 i;; :!2 ~ E ~ lD lD m 1 ~ ~. :J .C: CI) ~ " -5 o E ~ .8 -S ~ ~ ~ liI. ~ li\ ui ]j co il '" co CI) '" ~ ~ ~ (; 1:: a :c e: 15 1: co E E 1:: E '" '" co ~ E ~ CD ~ '" ~ 0 e! 2 10 8 CD ~ .. ~ ~ ~ co .c: co co ~ ~ ~ co ~ co CD a; a; B 0 U ..J <( en 0: ZI-n: (3 l- n: W ,2 ::; '" U (9 Z ..J U '" I en ::; c:: ~ ~ ",- .... ... '0 .. 0) .. (l .... C> .,.: '" ... ~ ... ;;; on I'- ... N ... ... ~ '" on .... CD N ... ... NOTICE OF FILING OF THE PRELIMINARY SCHEDULE OF FINAL ASSESSMENTS AGAINST BENEFITED PROPERTIES FOR THE CONSTRUCTION OF THE FREMONT AVENUE RECONSTRUCTION PROJECT WITHIN THE CITY OF DUBUQUE, IOWA TO THE PERSONS OWNING LAND LOCATED WITHIN THE DISTRICT DESCRIBED AS THE FREMONT AVENUE RECONSTRUCTION PROJECT WITHIN THE CITY OF DUBUQUE, IOWA: The improvement type(s) and the location(s) is (are) as follows: Fremont Avenue Reconstruction Project Consisting of the properties which are described as follows: All property included with the areas described so as to include one-half of the privately owned property between each such street to be improved and the next street, whether such privately owned property situated more than 300 feet from the street to be improved be assessed. You are hereby notified that the final schedule of assessments against benefited properties within the District described as the Fremont Avenue Reconstruction Project has been adopted and assessments confirmed and levied by the City Council of Dubuque, Iowa, and that said schedule of assessments has been certified to the County Treasurer of Dubuque County, Iowa. YOU ARE FURTHER NOTIFIED THAT ASSESSMENTS MAY BE PAID IN FULL OR IN PART WITHOUT INTEREST AT THE OFFICE OF THE CITY TREASURER, 50 W. 13TH STREET, DUBUQUE, IOWA, 52001 AT ANY TIME WITHIN 30 DAYS AFTER THE DATE OF THIS LETTER. After 30 days, unpaid special assessments of $50.00 or more are payable in 10 annual installments and will draw annual interest at nine (9) percent computed to the December 1 next following the due dates of the respective installments as provided in Section 384.65 of the Code of Iowa. Each installment will be delinquent from October 1 following its due date on July 1st of each year. Property owners may elect to pay any annual installment semiannually in advance. All properties located within the boundaries of the Fremont Avenue Reconstruction Project above described have been assessed for the cost of the making of said improvements, the amount of each assessment and the amount of any conditional deficiency assessment having been set out in the schedule of assessments accompanying the same, which are now on file in the office of the County Treasurer of Dubuque County, Iowa. For further information you are referred to said schedule of assessments. This Notice given by direction of the City Council of the City of Dubuque, Iowa, as provided in Section 384.60 of the Code of Iowa. Jeanne F. Schneider, CMC, City Clerk