Loading...
Bonson Rd Reconstruction Pro. Dli~~E ~c/k.~ MEMORANDUM April 12, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bonson Road Reconstruction Project Sealed bids were received for the Bonson Road Reconstruction Project. City Engineer Gus Psihoyos recommends award of the contract to the low bidder, Horsfield Construction, Inc., in the amount of $507,813.55, which is 1.4% under the estimate of probable cost. I concur with the recommendation and respectfully request Mayor and City Council approval. /t4 !{~ /}z~1L Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer D~~~E ~ck~ MEMORANDUM April 12, 2006 FROM: MiChael. C. Van Milligen: City Managr; Gus PSlhoyos, City Engineer . xJ",::> / TO: SUBJECT: Bonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program INTRODUCTION The enclosed resolutions authorize the award of the construction contract for the Bonson Road Reconstruction Project. BACKGROUND The Bonson Road Reconstruction Project will provide for the reconstruction of underground utilities, roadway sub-base and the construction of a new 31-wide concrete roadway. The project will include new curbing and sidewalk on both sides of the street. The road will be widened from its existing 24 feet to 31 feet. The project also provides for the reconstruction of two (2) sanitary sewer manholes. There are no individual sanitary sewer services on this street. The project will also include the construction of approximately 690 lineal feet of new storm sewer and catch basins to improve the storm water conveyance in the area and the installation of fiber optics telecommunications conduit infrastructure. The project will incorporate upgrades to the existing water system that include: the complete reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves and fire hydrants. There are no individual water services on this street. Based on the City Forester review of the City trees within the project corridor, approximately twenty (20) of the fifty (50) trees, which a majority of them are small diameter voluntary cedar trees, will be removed due to the proposed construction operations. Three (3) segmental block retaining walls will be installed along the east side of this project to protect the existing trees and to accommodate the steep grade on the side yards. The Engineering Department staff conducted two (2) public informational meetings- one in 2005 and another this year. The open forum meetings allowed staff to discuss the scope of the project, construction schedule, special assessment procedures, availability of financial assistance, as well as to answer any other questions relating to the project. The public informational meetings proved to offer mutual benefit to both staff and residents that attended. BID RESULTS Sealed bids were received on the project on April 11, 2006. Horsfield Construction, Inc. of Epworth, Iowa, submitted the low bid in the amount of $507,813.55. This amount is 1.4% under the estimate of probable cost. A summary of the bid proposals received are as follows: Contractor Name Horsfield Construction, Inc. Tschiggfrie Excavating, Inc. Portzen Construction, Inc. Total Bid $507,813.55 $582,132.63 $682,470.50 RECOMMENDATION I recommend that the contract be awarded to Horsfield Construction, Inc. in the amount of $507,813.55. PROJECT COST - BUDGET IMPACT The estimate of probable costs for the Bonson Road Reconstruction Project is summarized as follows: Estimate Construction Contract Contingency (10%) Construction Engineering & Inspection (15%) $ 515,180.00 51,518.00 84,004.70 Total Project Cost ~651. 702. 70 The project funding summary is as follows: CIP No. Fund Description 3001813 FY 2007 Street Construction Program Special Assessment - Street Improvement, Residential Properties Special Assessment - Street Improvement, Commercial Properties 7401405 FY 2007 Watermain Replacement Program 7101638 Street Program Related Sanitary Sewer Improvements 1021017 FY2007 Fiber Optic Conduit - Paving Projects Total Project Funding Bid Award $507,813.55 51,518.00 84,004.70 $643,336.25 Fund Amount $407,307.56 76,780.67 9,536.91 81,778.08 6,006.22 61,926.81 ~643.336.25 The Bonson Road Reconstruction Project will be funded through the annual capital improvement project appropriation of City funds as noted above in the amount of $557,018.67. The project, as outlined, will require Special Assessments in the amount of $86,317.58 and expenditure from the Annual Street Construction Program (Funded through Local Option Sales Tax) in the amount of $407,307.56. ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolutions awarding the Bonson Road Reconstruction Project to Horsfield Construction, Inc. in the amount of $507,813.55. Prepared by Jon Dienst, PE cc: Dawn Lang, Budget Director Bob Green, Water Plant Manager Don Vogt, Public Works Director Bob Schiesl, PE, Assistant City Engineer Deron Muehring, Civil Engineer Greg Doeden, Civil Engineer " . '" " . z o u z ~ o . '" - o o . o u " . - - ~ o o . u . " '" - o o . " . '" " . z o u o " - " . . o . '" - o o . ~ 2 " - - . . z o " ~ o . ~ o . z o . , a o z . - - z o z - - o o o . o o . o ~ U ~ < - ~ o a ;;; z o " u o . " . z o u - . o . o . z o . z o . " ~ z o " 5 o . < " o ;;; " . o u < " 2 <:> <:> 00 <:> ~~~~~ "'- "'. "': -- ~ ~~;;;:;:... " " o u " . o ggg~~ '<!3 Z;~~ " " o u . " 2 8;~~gg :!:g$~w 0."". ~"~!l: ............... " " o u " . o ~~~R~ .... <:> <0 ~ '" ............ " " o u ~ o " 00"'00 <:> '" ... <:> <:> N 0> <:> ~ w~E " " o u " . o gg~8g NO"''''", ............... . " <" ." _0 ~u - 00000 o 00 <:> N .... '" <:> ^ .0 . . ....- ....- -" " " < 0 > u " " " . _0 o 0 0 <:> NO'" '" <:> <"l N " ~~ ~~ ~:3 _0 o~"'....o M~~~W ~ CJ"->-l.L>- -<I)Ul...J(I) z o " . . u " - a ~ C o I" l ~ g ~ ~ 0, Ug ~ o . ~ . z o " , o . - o ~ 00 ' ..5..5 II> <.!) - -2 -2 ~ ~ t (.'l <.!) ~ ::I :!i'. ~..:Io..U(/) > >, <= 0 0 0 ~ .; ~ ~ ~ u () a: a:: 0:: g8gggg N_~j~~_~ ~a~~~~ gggggg -i"''''''' ...~...... '" 8 ~ ~ :2, g <O~~$~g ........", "'."<,,, ;;a~~~~ ~~~~:~p.: ;t~~a;;;; ggg8gg ~ ~ ".: ~ :: 0 ~':d~-~.~-~ ;;;~\;;;;:::~ g~gg5';g '" '" ... '" <:> ............... 080888 :~~;n~~: ~-;;; "':i:i N 00000'" 0<1>0<1>0"1 '" to <:> <:> '" ~.~*.~1tl.~ <"> ... - ~ ,.., t5~~~~~ - z o " . . z ~ ~ " . - -= ,,<I) ~ OJ <= '" '" : ill 0 g is'<> _ .. ~ '" '" .<> <I) .- E-j~~]~ -; - - ..!!! .. {i ~~~ ~G ~ WlCOJC) I- ",,...,,,rnS:::: ~ggggggogg ~.~~g~~-;:~~~ ~ ",'''': <0 ""' ~...- ~ "'j.:j ;;.................. ...... gg~~gg~g~g ~~_O~~~~~;;; ~~i:lg~~go"'g "'<oo::io..."''-:~~'" "''''..,'''......'''0'''...:;; ~;:}~-~.~-i~.~~~. ;;................. ... ~:g~~~~~~g:~ ~~~~~~~lH;~ S!~g~g~~ogg ~.g~~~;;.~g~~. ~~~~~a~~~~ 00 og8"'g~~ ~~g.:~:;~;!;~0~ gg~ggog88g ",,,,r-o,,,,,,oo ...... ~:::'lilo"'~"',::;>r-:g ~ '" w "" "" ~ '" "'~. ~ggggfil8gg", ",,,,,,,,,,r-..;,,,,,,,,,,,, "'''''''''''''' r- ~"~;:::~:&r;;_~g::!~ . , N ~~~~~l:i~~~~ " z - . ~ . ~ ~ i U U J: tl tl !!~ j ju ~ ~~~ ~ ~~~~ ~~g g!~g!8f3~ "}"} t! E ~ E "* a ~8~,,:a<> ".~. ~,,,, ~ '" "'. ;". "': ~ ~ 0:: ~~8 ~~~~o: ~g!1j<:~ll~~~ U"U"~~8~;'ij8~~ .S!.S! OIl !!l .S!.S! _.S! c' ~~g~~~<>~~~ t)(..)"'~88888.g uu~_Euuuuu~ D..D..J:....D..D..D..D..D..", "'''';!~~~:'1~~N 8ggg15o ~, ~ 15 ~J g ~ii~~~~ ~~~15158 ~@~aa~ ~~~~~R ~-:;;.~-~.~~ ;.;~;;~;t.. ~~~g~:ll ...-......"'8 ~~~:;:;;; 1515g15go ~"~~~~; ::;f.;;;:;f~ ~~~15~15 ~15~~~~ ...~;;......;;; 800000 00000 ~ ... 15 :g g ~ ~ ~. ",- 000000 000000 ~....~. '" ~ 00 ""__""0'" . <> u"fi........<> '" ",,,,-,-,,,, www w " N i'i " . ~ . ! . . 0 .s,> ~ ~-'-'Z U U U _ . . . ~~~o !!!"'~~ o . u ~ i i ~ .s,>.JjJls: ~ E E E '" .s .2 .2 :EUlUlIll . " . ~ ",,,,..."',,,r- '" '" '" '" '" '" o o ~ :;; 15~~gg~~15~~~gg 8r-ooo",000000", "" "'.~ '!! ~ r-."',~ o,_.g g ~ ...~.........~:;:;...~~......... o o o g ~ g15g88g~g~gg158 ~~~~~::i~Rg.~g~~ ...............;;;...;;;............ o o N o :l( ~~g:gg~~~~~~~~ ~t;~~ ~ ~.~.~m.;:1;.~ g.~ ...~.........:;:;:;;...:;~...;;;... 8 . o ~ ~~g~:g:z~g~fl~~~ ~~:i~~~g.~~~~~~ ..................;;; ............... o o " ~ :. o~ooog15oS'lg.,-,oo ;:S'l~~~~;i,~~;!~~ :t "'_g '!!:Er-,-.R "'.-.::sl ~ '" <l>~.........~:;:;...;:;~...... o . :;; "-'ooooS'looo", 0 '" oooo,,;oo~~"'''' "'''' ~0<C~~_0'" '" ;;; ...;;;"...~~~;;;;;; o o o g ,.; 15gg g08gggggg 0000 0 0 0"-'00 ~o::"':gg:o:;~ ~<!~ r-" r--' r--' .. N' ....................................... o o ~. 0000000000000 0000000000000 "'~~~~~~:z~"'~"'''' ...................................... ..."""'-"'~...::"'....-...- " o . - "fi"fi"fi"fi"fi...."fi"fi-ti"fi"fi"fi"fi ~~~~~...J~~.n~~.n~ i i ~ " ~ ! . " ~ " .. f ~ -, ::i .f ::i::l; ~ ::l;.. ...."" o -g~~ S~~i ~~.i~.::'" i~. 0 0 w " 0: 'C: '0: ~ iii i ~ =.l!:il :il ~ -5 CD ~~ "'~~~-Jii ..~~~~~ ~~~-~i5 ~~~~~~- "'''''''''''''''' GO'" g;g;;; ~:n:l ;U~:il! ~~ ~ ~:; J < ~ . ~ . i . . N u . " " . z o u z ~ " o . " W o o . " . o o " " o " o o 00 '" Q <> <> :1l ~ ~ 5;'......... g g g <> .n <> ~.~. ~ ;;;~~ " . o o " Z o <> 8 [is g ~::~~ g g g . ~ ~ N ,; u U x W W . . o o . u ~ " W o o . U . " " . z o u o " W 0: . " o . " W o o . " . o u < " o " 8"'00 0:>"""""" '" '" '" '" ~} N ~ ~ ~......... 00 o . 00 ~:g:g .0 N ~~ ~ " . o u " Z o :i:il:il ~ ~r:~~ ............ 000 ON. 000 <'l N '"'_ ......~ " . o o < " 2 o 0000 00'""0 "-0";<>> "'". NO>'" a;;;;i;;;;' 000 000 ~ ~ ~ ~~~ I 010 0 0 00 a~~~ I ~I ~I [w J ~ VlI f= 81 1~1 o 000 00. . N N N N "H" ~ '" <:> '" '" <:> '" '" '" '" '" '" '" . . , . . <;j ~ ::5 g N N N' , - . . . o o 10000 '" '" '" . 0 OON .0 Iw w w w 000 000 " ~ W" " . < 0 ,0 i=1::: .z Wo " W W . . z o ~ . " o m ~ o . z o . " a o z . W W Z ij Z W W o o o m o o . o ~ " . < w " < o o . w, "" ;]~ E;:!j WO o " - - 00 N . . .0 ~ u..u..ti-5 --,--," .. ww .., "" . W z o ~ u o " " . Z o U W " o . o " z o . z o m > . " . ~~! , ,0 I:! f!! " } j ~ ~ ~ 0.-. :; ~ ~ ~ ~ > () V,_ . . 0 00 . ii: ~-'i ... ;".g ~ ~ 0 " " . {3 <3 ~ . , . . . . z o ~ . . o . W o , ~ o . " e z o ~ 5 o . < " o . N . . t3 ~ <{ ~D~ <o~~ ~ . o " W S . ~ ~ ::J ';,"! ggooggggg8oo8ggggggg gg~~gg~~~~~~~gg88ggg ""N"'N""",~",,,,,q~ "'",,"'ooqq... ~~;;;' ~~~~;~...~...~~~~~~~ gg 08000 o8ogggg oo~~go",ooqg~gooooggo ~~......~:~a~a;i;a~~~~~~~a ...... ... ...;;;;;; *gOggo~~~~o",~go~o~gg ~~~~~~~g~~~~~~~~~~~~ ;;;,~"'''';;;'''a;;;,;;;;;;,'''''';;;;;;''';;;'''';;;~;;; '" '" '" <> ~~:g~:il~~~~~g~~~~~~~~~ ~"'~O~M~~~~""N.n~O~""~""", ti~"''''''''''''''''''''''''''''''''''~'''~~~;;; ggoo8oggo8oo8gogg8gg ~~~~~g~~~~gg~~g~~~~~ ~~~~~~~~~~~~~~~~~~~~ o 0 g 0 i~~;~8~~8g~~~gogg~~~ ~~~~~~~~~S~ ~~~a~~~~ ~M ~ M~M gggggggggog~08 00 000000........"'0 00 "'g"''''l'::'''~....~og N"'; N"';"';"'- ~ :!-..,- 888888 000 0 000000 0'" '" 0 0 '" ~ ..... N '" '" gg~~gggggg~~Nggggggg ~gOOO"''''N'''g'''N''''~g~gggg N"'; N~~ __ggo~~"'~~~ *~_~___'" N NN N ,...:N_ - '" ~~~~~~~~~~~~~~~~~~~~ UJ w ::!!::!! w ~ o ~ ~ W ~ i o 0 ~~ ~ ,g .\!! ~ ~ ~ '" ~ .\!! .!! -'! E ~ .'!l.,. E "'''' C ~~ 8~~~ ~ 88 e <::<:.~ ~ g '" _ ~ <: <ii > > <: co c: :; ~ijs:.,,~~~~~~ ~'l! ~ ~.tie~",gCl:Cl:~ ~~~.5 _ _ >< ~ ." ,0 :I:.,. ., ... till ~~__~~~~~E :\i~.,~ ~ ~~::~!~l~~;- ~ji~: ~ ~6~~~8~~~~g~ ~~~e~~ ~:~~N o~ S:8~ ~~8~~; llJ~5~1~~J~~ E.t80~~l ~ ~ u u ~ E c: 'iii 'iii <ii ~ ~ ." .'!l .,. ~ ~ ~ ~ co 3~ffi~8~~BB~~~~~~6~~~~ *~~~~$~$~~$g~,~~g~~~~ ~ o N N I . j ~ $ .; . 1 ~ . ~ R: . i . 00"'''' ~O:~a: N~r:::.~~ .,i", ,.; Z '" '" '" 0 ::::I "'~ ...- " W ~> o l!i*ii~ ~~~Eg ~ g _2 ~ ~ :2 ~ i g ~ Ill,,",,,,::!'" .,. co!:: u :: 8 '" S III "'l::! . 0 $ U ~i ~" . o jj 2 ;; o U .. RESOLUTION NO. 151-06 AWARDING CONSTRUCTION CONTRACT FOR THE BON SON ROAD RECONSTRUCTION PROJECT Whereas, sealed proposals have been submitted by contractors for the Bonson Road Reconstruction Project pursuant to Resolution No. and notice to bidders published in a newspaper published in the City of Dubuque, Iowa on the 10th day of March, 2006. Whereas, said sealed proposals were opened and read on the 11th day of April, 2006, and it has been determined that the bid of Horsfield Construction, Inc. of Epworth, Iowa, in the amount of $507,813.55 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 Horsfield 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 17th day of April, 2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 152-06 APPROVING CONSTRUCTION CONTRACT WITH HORSFIELD CONSTRUCTION, INC FOR THE BONSON ROAD RECONSTRUCTION PROJECT Whereas, the City Council by Resolution No. 151-06 awarded the construction contract for the Bonson Road Reconstruction Project to Horsfield Construction, Inc.; and Whereas, Horsfield Construction, Inc. has submitted the attached executed contract and bond. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: 1. The contract and bond attached hereto are hereby approved. 2. The City Manager is hereby authorized and directed to execute the contract on behalf of the City of Dubuque. Passed, approved and adopted this 17th day of April, 2006. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Dii~~E ~<k~ MEMORANDUM March 27, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program City Engineer Gus Psihoyos recommends City Council approval of the plans and specifications and the Resolution of Necessity for the Bonson Road Reconstruction Project. I concur with the recommendation and respectfully request Mayor and City Council approval. ftJ V.Jllv^- MicHael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer D~~~E ~~~ MEMORANDUM March 24, 2006 FROM: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer .~G Bonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program TO: SUBJECT: INTRODUCTION The enclosed resolutions are in reference to the public hearing on the Bonson Road Reconstruction Project. BACKGROUND The Bonson Road Reconstruction Project will provide for the reconstruction of underground utilities, roadway sub-base and the construction of a new 31-wide concrete roadway. The project will include new curbing and sidewalk on both sides of the street. The road will be widened from its existing 24 feet to 31 feet. The project also provides for the reconstruction of two (2) sanitary sewer manholes. There are no individual sanitary sewer services on this street. The project will also include the construction of approximately 690 lineal feet of new storm sewer and catch basins to improve the storm water conveyance in the area and the installation of fiber optics telecommunications conduit infrastructure. The project will incorporate upgrades to the existing water system that include the complete reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves and fire hydrants. There are no individual water services on this street. Due to the desire to protect existing trees and the steep grade on the side yards, three (3) segmental block retaining walls will be installed along the east side of this project. In an effort to inform the impacted residents along Bonson Road, the Engineering Department conducted two (2) public informational meetings-one in 2005 and another this year. The open forum meetings allowed staff to discuss the scope of the project, construction schedule, special assessment procedures, availability of financial assistance, as well as to answer any other questions relating to the project. The public informational meetings proved to offer mutual benefit to both staff and residents that attended. RECOMMENDATION I recommend that the City Council approve the plans and specifications and the Resolution with Respect to the Adoption of the Resolution of Necessity for the Bonson Road Reconstruction Project. ACTION TO BE TAKEN The City is requested to approve the plans and specifications and the Resolution with Respect to the Adoption of the Resolution of Necessity through the adoption of the enclosed resolutions for the Bonson Road Reconstruction Project. Prepared by Jon Dienst, PE cc: Dawn Lang, Budget Director Bob Green, Water Plant Manager Don Vogt, Public Works Director Bob Schiesl, Assistant City Engineer Deron Muehring, Civil Engineer Greg Doeden, Civil Engineer Jon Dienst, PE RESOLUTION NO. RESOLUTION ADOPTING PLANS AND SPECIFICATIONS Whereas, on the 1st day of March, 2006, plans, specifications, form of contract and estimated cost were filed with the City Clerk of Dubuque, Iowa for the Bonson Road 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 ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. RESOLUTION WITH RESPECT TO THE ADOPTION OF THE RESOLUTION OF NECESSITY PROPOSED FOR THE BONSON ROAD RECONSTRUCTION PROJECT Whereas, the City Council has proposed a Resolution of Necessity for the Bonson Road Reconstruction Project has given notice of the public hearing thereon as required by law; and Whereas, the public hearing has been held, all persons offering objections have been heard and consideration given to all objections and is pending before this Council; and Whereas, this is the time and place set as provided for the taking of action on the proposed Resolution of Necessity. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed Resolution of Necessity described above is hereby: Adopted, without amendment, and all objections filed or made having been duly considered are overruled. Adopted as amended by the Schedule of Assessments attached hereto as Exhibit A, and made a part hereof by reference. All objections filed or made having been duly considered are overruled. Deferred for later consideration to a City Council meeting to be held on the day of , 2006, next at 6:30 p.m. in the Public Library Auditorium, with jurisdiction retained for further consideration and action at the adjourned meeting. Abandoned. Passed, adopted and approved this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. ORDERING BIDS NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the Bonson Road 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 prior to the receipt of said bids at 2:00 p.m. on the 11th day of April, 2006. 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 1ih day of April, 2006. Passed, adopted and approved this _ day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk .~ . i5~~~E ~~~ MEMORANDUM February 28, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Bonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program City Engineer Gus Psihoyos recommends initiation of the bidding process for the Bonson Road Reconstruction Project, and further recommends that a public hearing be set for April 3, 2006. I concur with the recommendation and respectfully request Mayor and City Council approval. AA ~~(JJL Michhel C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer 5~~@UE ~~~ MEMORANDUM February 28, 2006 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer SUBJECT: Sonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program INTRODUCTION The enclosed resolutions authorize the public bidding procedure for the Sonson Road Reconstruction Project. BACKGROUND The existing Sonson Road is asphaltic pavement with curb and gutter on the west side of the road. DISCUSSION The Bonson Road Reconstruction Project will provide for the reconstruction of underground utilities, roadway sub-base and the construction of a new 31-wide concrete roadway. The project will include new curbing and sidewalk on both sides of the street. The road will be widened from its existing 24 feet to 31 feet. The project also provides for the reconstruction of two (2) sanitary sewer manholes. There are no individual sanitary sewer services on this street. The project will also include the construction of approximately 690 lineal feet of new storm sewer and catch basins to improve the storm water conveyance in the area and the installation of fiber optics telecommunications conduit infrastructure. The project will incorporate upgrades to the existing water system that include: the complete reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves and fire hydrants. There are no individual water services on this street. City staff met with the City Forester on this project to discuss the condition and impact to the existing City trees within the project corridor. There are approximately fifty (50) trees in this corridor, which a majority of them are small diameter voluntary cedar trees. However, it is proposed that twenty (20) of the voluntary trees will be removed due to the proposed construction operations. Due to the desire to protect existing trees and the steep grade on the side yards, three (3) segmental block retaining walls will be installed along the east side of this project. PROJECT COORDINATION In an effort to inform the impacted residents along Bonson Road, the Engineering Department staff conducted two (2) public informational meetings-one in 2005 and another this year. The open forum meetings allowed staff to discuss the scope of the project, construction schedule, special assessment procedures, availability of financial assistance, as well as to answer any other questions relating to the project. The public informational meetings proved to offer mutual benefit to both staff and residents that attended. The plans have been reviewed by Building Services and Human Rights to ensure it complies with the building code and ADA (American Disabilities Act) requirements. PROJECT SCHEDULE The schedule for the project is as follows: Initiate Public Bidding Process Advertisement for Bid Proposals Mail Special Assessment Notice to Property Owners Publish Notice to Property Owners 1 st Publication: 2nd Publication: Notice of Public Hearing on Plans & Specs, Assessments Pre-Bid Construction Conference Public Hearing, Plans & Specs, Spec. Assessments Receipt of Bid Proposals Award of Construction Contract Project Completion Date RECOMMENDATION March 6, 2006 March 10, 2006 March 10,2006 March 10, 2006 March 17,2006 March 24, 2006 March 29, 2006 April 3, 2006 April 11, 2006 April 17, 2006 September 1,2006 I recommend that the City Council give preliminary approval to the construction plans and specifications, approve the Resolution of Necessity, approve the Preliminary Assessment Schedule, establish April 3, 2006 as the date of the public hearing, and hereby authorize the City Clerk to advertise for bid proposals for the Bonson Road Reconstruction Project. BUDGET IMPACT The estimate of probable cost for the Bonson Road Reconstruction Project is summarized as follows: Construction Contract Contingency (10%) Construction Engineering & Inspection (15%) Total Project Cost Estimate $515,180.00 51,518.00 85,004.70 $651 ,702.70 The project funding summary is as follows: CIP No. Fund Description 3001813 FY 2007 Street Construction Program Special Assessment - Street Improvement, Residential Properties Special Assessment - Street Improvement, Commercial Properties 7401405 FY 2007 Watermain Replacement Program 7101638 Street Program Related Sanitary Sewer Improvements 1021017 FY2007 Fiber Optic Conduit - Paving Projects Total Project Funding Fund Amount $406,966.00 76,780.67 9,536.91 98,031.18 3,795.00 56,592.94 J651.702.70 The Bonson Road Reconstruction Project will be funded through the annual capital improvement project appropriation of City funds as noted abolie in the amount of $565,385.12. The project, as outlined, will require Special Assessments in the amount of $86,317.58 and expenditure from the Annual Street Construction Program (Funded through Local Option Sales Tax) in the amount of $406,966.00. PROPERTY ASSESSMENTS Low- to moderate-income property owners subject to street assessment will be eligible for financial assistance ranging from 20 to 100 percent of the street assessment for the owner-occupied resident property depending on family size and income level. This financial assistance program is made available through the One Percent Local Option Sales Tax. ACTION TO BE TAKEN The City Council is requested to give preliminary approval to the Resolution of Necessity, to approve the preliminary assessment schedule, to establish the date of the public hearing, and. to authorize the City Clerk to advertise for proposals through the adoption of the enclosed resolutions for the Bonson Road Reconstruction Project. Prepared by Jon Dienst, PE cc: Dawn Lang, Budget Director Bob Green, Water Plant Manager Don Vogt, Public Works Director Bob Schiesl, Assistant City Engineer Deron Muehring, Civil Engineer Greg Doeden, Civil Engineer RESOLUTION NO. 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 Bonson Road Reconstruction Project in the estimated amount of $651,702.70 are hereby approved and ordered filed in the office of the City Clerk for public inspection. Passed, adopted and approved this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 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 Bonson Road Reconstruction Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a public hearing will be held on the 3rd day of April, 2006, 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 day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk NOTICE OF HEARING ON PLANS AND SPECIFICATIONS Notice of public hearing on the proposed plans and specifications, proposed form of contract and estimate of probable cost for the Bonson Road Reconstruction Project: Proiect Description: The Bonson Road Reconstruction Project will provide for the reconstruction of underground utilities, roadway sub-base, and the construction of approximately 4,300 S.Y. of new 31-foot wide concrete roadway between Asbury Road and Meggan Street, with pedestrian sidewalks along both sides of Bonson Road. The project will include reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves and fire hydrants. The project also provides for the construction of approximately 690 lineal feet of new storm sewer as well as catch basins, fiber optics, and a telecommunications conduit infrastructure. 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 Bonson Road Reconstruction Project in accordance with the provisions of Chapter 384, City Code of Iowa, at 6:30 p.m., on the 3rd day of April, 2006, 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) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the ,2006. day of Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. RESOLUTION OF NECESSITY Whereas, proposed plans have been duly prepared and approved by the City Council of the City of Dubuque and are now on file in the office of City Clerk showing among other things the plans, specifications, form of contract, estimated cost and preliminary plat and schedule showing the amount proposed to be assessed against each lot and the valuation of each lot as filed by the City Council, for the Bonson Road Reconstruction Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the City Council deems it advisable and necessary for the public welfare to make the herein mentioned improvements, and unless property owners at the time of the final consideration of this proposed resolution have on file with the City Clerk objections to the Resolution of Necessity, they shall be deemed to have waived all objections pertaining to the regularity of the proceeding and the legality of using the special assessment procedure. Said improvements shall be constructed and done in accordance with the plans and specifications which have been approved by the City Council and now on file with the City Clerk. That the cost and expense of making such improvement will be assessed partially or totally against privately owned property lying with the assessment limits, and in an amount not to exceed that provided by law, and in proportion to the special benefits conferred. The portion of the cost which shall be borne by the City will be paid from the Fiscal Year 2007 Street Construction Program, Watermain Replacement Program, Street Program Related Sanitary Sewer Improvements, Fiber Optic Conduit - Paving Projects, and special assessment bonds may be issued in anticipation of' deferred payments of special assessments when a contract has been performed and accepted, and the proceeds thereof used to pay the contractor. The above resolution was introduced, approved and ordered placed on file with the City Clerk this day of , 2006. Approved and placed on file for final action. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. FIXING DATE OF HEARING ON RESOLUTION OF NECESSITY 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 for the Bonson Road Reconstruction Project; and Whereas, the proposed Resolution of Necessity for said improvement has been introduced and is now on file in the City Clerk's office for public inspection. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That on the 3rd day of April, 2006, a public hearing will be held at 6:30 p.m. in the Public Library Auditorium in the City of Dubuque at which time the owners of property subject to assessment for the proposed improvement or any other person having an interest in the matter may appear and be heard for or against the making of the improvement, the boundaries of the district, the cost, the assessment against any lot, or the final adoption of a Resolution of Necessity and the City Clerk be and is hereby authorized and 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 published once each week for two consecutive weeks, the first publication of which shall be not less than ten days prior to the day fixed for its consideration. Unless property owners at the time of the final consideration of this proposed resolution have on file with the City Clerk objections to the Resolution of Necessity they shall be deemed to have waived all objections thereto. Passed, adopted and approved this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk NOTICE TO PROPERTY OWNERS Notice is given that there is now on file for public inspection in the office of the City Clerk of Dubuque, Iowa, a proposed Resolution of Necessity, an estimate of cost, and a plat and schedule showing the amounts proposed to be assessed against each lot and the valuation of each lot within a district approved by the City Council of Dubuque, Iowa, for an improvement of the type(s) and in the location(s) as follows: The Bonson Road Reconstruction Project will provide for the reconstruction of underground utilities, roadway sub-base, and the construction of approximately 4,300 S.Y. of new 31-foot wide concrete roadway between Asbury Road and Meggan Street, with pedestrian sidewalks along both sides of Bonson Road. The project will include reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves and fire hydrants. The project also provides for the construction of approximately 690 lineal feet of new storm sewer as well as catch basins, fiber optics, and a telecommunications conduit infrastructure. That the proposed district to be benefited and subject to assessment for the cost of such improvements is described as follows: Bonson Road All property included within 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 abuts upon the street to be improved or not. In no case shall property situation more than 300 feet from the street to be improved be assessed. The City Council will meet at 6:30 p.m. on the 3'd day of April, 2006, at the Public Library Auditorium, 360 West 11th Street, at which time the owners of property subject to assessment for the proposed improvement or any other person having an interest in the matter may appear and be heard for or against the making of the improvement, the boundaries of the district, the cost, the assessment against any lot, or the final adoption of a Resolution of Necessity. A property owner will be deemed to have waived all objections unless at the time of hearing he has filed objections with the City Clerk. 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 TOO (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the ,2006. day of Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. RESOLUTION APPROVING PRELIMINARY SCHEDULE OF 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, are hereby determined to be the schedule of proposed assessments for the Bonson Road Reconstruction Project and the valuations set out herein are hereby approved. Passed, approved and adopted this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk .i zi ~:: g! h i: ~i . ! 31 ~ II , . I e- . "II j ~ i 1 .~ . ti J z. ~. ~. i . .. U 2 , Z .' I .~ ~ . U j o. f ~ . .~ ~i ~ . I . Ii :: j . ~ . . " < . 0 z i!i: . . i ~~ i .J .. ii .0 <g::~ . ~ ~ CI . , . _ u ~ :: ! ~hS . g ~ I=:J . ~; .0 <C a: . .~ l1:u31D : 'j ~:!~~ ~ ~~~ . . uilll a f ~:: .' .~ z . H , I .. . > . . i ~ i i , I . . . f : J; I i I ;~ . .f g '0 &. h j!i:J .Z II U ., z. i~ I: i~ ~i '. . , ij ! ~ ~ I .> 0 !~ .. .< <. H , . 0 " " ~ " , . . " . . 0 . . . . . . . 8 . " . . ~ . 0 . . 0 " . . " . 0 . . . . 0 " . i '" ~ !! ~ I . " 0 0 " g " ~ .; . . ~ . ~ ~ ;: 0 " .; ~ ~ . a ~ ~ ~ ~ ! . 5 !i " " " " i ~ . . " I a :: . ::i ::i ::i ~ . ~ ;; " ~ a ::i ~ " :;i ~ :;i li li li <I ;; . . " i 0 " . , . . " " . " ~ . . ~ . . . . . . " . . .8 0 . ~ " . . , " " . . . . 0 " . 0 . . ~ ;; ~ .; . .; . Ii ~ ~ ~ ~ . ~ fi ~ ~ ~ " a :! .; ::! ~ E ~ ~ " a i ~ ~ ;; . !i I " o. " " i . I . . . ~ ~~ ~ ::i ::i ::i ~ ~ ~ " ~ ::i ::i " :;i :;i li li . a . . " 0 " . . " , . ~ " " . . " . . . ~ ;; . . 0 . . , . . . 8 . . . ~ 0 , . , " " " ~ 0 . , . ;; " .; ~ ~ 0 0 " & ~ ~ ~ "s " ;: . Ii . ~ ~ " ~ a ~ . . a ~ ~ ~ ~ ! ~ 0 ~ ~ !i , . I 0 ~ i ~ I ~ . ::i ::i ::i ~ " ;; " ::i :i ~ ~ ;; :;i ~ :;i li li li <I , " 0 0 . . , " . " " . , " . . . . ;; . . 8 ;; . . . 8 0 . . ~ 0 . . , , , g . . 0 ~ ;< ~ ~ " .; ~ .; . ~ s ~ ~ ~ . ~ ii ~ ~ ~ ~ . ;: ;; ii " . ~. . ~ Ii ~ . ~ ~ ~ ~ ~ ~ . ;; . " . . 0 ~ 0 '. 0 . . . . a . ~ ! ". ~ ~ ~ ~ ~ ! ! ~ ! ~ ! a g a i! i! Ii ! ! ~ ~ t i! ~ ~ ~ .. " ,; ,.; .; ,; . il a il . ;; ;; ~ ~ . ; ; " . . ~ il 8 ~ ~ 0 " " . ~ ~ ~ ~ ~ , . " 8 8 8 j . ~ , 8 ~ ~ ~ ~ 8 ;; ~ ~ ~ ~ ~ ~ ~ ~ ;; i ~ ~ ~ ~ ~ ~ ~ . .; .; . . ~ ~ . oj oj oj . ~ ~ 'i 'i'i 'i 'i ~ ~ ~ ~ ~ .; 'i ~ 'i 'i 'i 'i .; ~ ~ ~ 'i 'i ~ ~ ~ ~ ~ 'i 'i 'i 'i ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ . , . ~ . . . ~ . . . . . ~ . . . . . ~ . ~ . " , , ii , , , , , ii , , . .; j j ,; .; ,; . . . j , , , , .; . . . . j . . . j . . . . ~ . . ~ ~ ~ . . . . .. ~ . ~ ~ ~ ~ ~ ~ ~ ~ ~ z . . . . . . . . . . . ~ ii . . . ~ ~ ~ { { ~ ~ ~ ~ ~ ~ { ~ ~ ~ ~ { . "I . ~ { . ii ii , . . . . . . . . . . . . . " " ~ . . . . . . ~ , " , . , , , ~ . . , , 3 .; . .; . i i ! i . .. . i . . ~ ! " , , " i . ~ . i . . w . . . . 9 9 ~ .; .; ,; .; . . w . . . . . . . . . . . . . , , , z z ~ ~ . . . . z z z z z z ~ ~ , z z z ~ . . . . . . . .. Ji , , Ji z z z z .. , , , , , , , , , . . . . . i Z Z ! . . . . . . . . . . , , , , . . . . . . . . . . . . . it II.: . ~ ~ " " " " " " " . . . . . . . . . . . . . . . . . . 9 > ~ ~ > . . , , , , , , :I , :I ~ . . 3 , , ~ 3 3 3 , 3 3 . . , . . 3 H ~ . j i i i , ;; ;; 3 3 3 3 ;; ;; ;; ;; , . . . . . . . . . . . . . . . . . . . . . . . . . . u . ! . . " " . . " " 0 . , . . , , . , . . , " . " " . . , . ~ . . " . . . . . . , " 9 9 , 9 9 9 , , , 9 . 9 9 , " " . " , 9 . :; :; :; :; :; :; :; :; 9 9 9 :; 9 :; 9 9 9 :; 9 :; 9 9 9 9 :; 9 9 :; :; :; :; 0 . 0 z ~ . . . , . " ~ . ~ ! . . ffi . > < ~ < ~ . 0 0 ~ < . ~ . ~ . ~ 0 > z , ~ ! 5 < < . ~ I > , . < ~ ~ . . . . . . . .. .. . "' ~ z . 0 . z . . . > ~ ~ < ~ ~ Ii . 0 ~ . ! ~ ~ . . i , . . , ~ . . ~ . . . . . ., . ! . 0 . ~ 0 r ~ 0 . .; 8 . . , . . . ~ u i .. i . . . . u . . . r . w > . ~ . . ~ . . . . ~ . . ! . . ~ u . ~ 0 . . . " . ~ " " . 0 0 . . ! 0 . ~ g . , ~ ~ ~ 0 w . . . . z . . " , . .. . , w . > " . . . ~ . . > " . . . ~ z I ~ r 0 ; . . , ! I . ~ ~ , . . u , . . ~ . . . u . ~ z I' < . . u < . .. , . z if > , ~ c w ~ ~ . 0 fu . . .I If 0 8 j . i ~ ~ <i I ~ " < 0 . , . Ii . '" !l . j I 0 . . '! ~ . . . u . z. . > ! u . 0 ~ ~ , .; ~ . g . ~ . 0 ~ } ~~ ~ ~ i U . ~ . ~ . . ~ . ~ . ,; r ~ ~ . . i 0 0 z ~ ~ ~ z <i ~ , ! ~ w 0 " ~ 0 . 3 .. 0 ~ - 0 , ~ '! g.~ . ! ~ ~ ~ , 1 ~ 5 . ~ . ~ ~ 1 0 . ~ ~ -; . ~ 0 1 i z Ii ~ . . ~ ~ , . > . r . , . r 8 0 . ~ . 0 . . . . . r . . 0 0 0 u . " z . " z " u u 0 . , " " ~ . . . . 0 0 . Ii "' l . g Ii . ~ ! RESOLUTION NO. RESOLUTION WITH RESPECT TO THE ADOPTION OF THE RESOLUTION OF NECESSITY PROPOSED FOR THE BONSON ROAD RECONSTRUCTION PROJECT Whereas, the City Council has proposed a Resolution of Necessity for the Bonson Road Reconstruction Project has given notice of the public hearing thereon as required by law; and Whereas, the public hearing has been held, all persons offering objections have been heard and consideration given to all objections and is pending before this Council; and Whereas, this is the time and place set as provided for the taking of action on the proposed Resolution of Necessity. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed Resolution of Necessity described above is hereby: Adopted, without amendment, and all objections filed or made having been duly considered are overruled. Adopted as amended by the Schedule of Assessments attached hereto as Exhibit A, and made a part hereof by reference. All objections filed or made having been duly considered are overruled. Deferred for later consideration to a City Council meeting to be held on the day of , 2006, next at 6:30 p.m. in the Public Library Auditorium, with jurisdiction retained for further consideration and action at the adjourned meeting. Abandoned. Passed, adopted and approved this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. ORDERING BIDS NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the Bonson Road 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 prior to the receipt of said bids at 2:00 p.m. on the 11th day of April, 2006. 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 1 ih day of April, 2006. Passed, adopted and approved this _ day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Page 1 of2 38 8"x6" Anchoring Tee MJ Each 7 $ 300.00 $ 2,100.00 39 8"x8" Anchoring Tee MJ Each 1 $ 300.00 $ 300.00 40 8" 45 deg Bend MJ Each 4 $ 225.00 $ 900.00 41 8" 11-1/4 deg Bend MJ Each 1 $ 225.00 $ 225.00 42 8" DIP, Class 52 LF 1,120 $ 38.00 $ 42,560.00 43 12" DIP, Class 52 LF 3 $ 125.00 $ 375.00 44 12"xB" Anchoring Tee MJ Each 1 $ 490.00 $ 490.00 45 12" - Solid Sleeve Each 1 $ 400.00 $ 400.00 46 Conduit, 4" PVC Schedule 40 wfTrace Wire 47 Conduit, 4" PVC Schedule 80 wfTrace Wire 48 Fiber Optics Junction Vault, Pre-cast Concrete 49 Light Pole, 20-Foot. wI Pre-cast Concrete Foundation Each 1 $ 2,800.00 $ 2,800.00 50 Light Pole, 40-Foot, wI Pre-cast Concrete Foundation Each 1 $ 3,200.00 $ 3,200.00 51 Electrical Cable, #10 XHHW LF 200 $ 1.25 $ 250.00 52 Electrical Cable. #10 Ground Wire LF 100 $ 1.25 $ 125.00 53 Conduit, 2" PVC Schedule 40 LF 200 $ 9.00 $ 1,800.00 54 Temporary Construction Fencing LF 250 $ 10.00 $ 2,500.00 55 Standard Ornamental Hoop Railing, Complete LF 50 $ 175.00 $ 8,750.00 56 Chain Link Fence. 42" - Remove and Replace LF 255 $ 22.00 $ 5,610.00 57 Chain Link Fence, 48" - Remove and Replace LF 75 $ 25.00 $ 1,875.00 58 Retaining Wall, Segmental Standard, Complete SF 1,215 $ 33.00 $ 40,095.00 59 Sawcut. Concrete LF 240 $ 4.00 $ 960.00 60 Sawcut, Asphalt LF 175 $ 3.00 $ 525.00 61 Sod SY 1,946 $ 6.00 $ 11,676.00 61A Watering MGAL 66 $ 50.00 $ 3,300.00 62 Tree Preservation Measures LS 1 $ 1 ,500.00 $ 1,500.00 63 Dust Control Surface Treatment MGAL 150 $ 60.00 $ 9,000.00 64 Erosion Control Plan - Operating Procedures LS 1 $ 3,000.00 $ 3,000.00 65 Traffic Control & Safety Control LS 1 $ 12,000.00 $ 12,000.00 66 Mobilization LS 1 $ 20,000.00 $ 20,000.00 67 Sign Post, Removal & Installation Each 8 $ 300.00 $ 2,400.00 BASE BID TOTAL: 1$ 682,470,50 I (Bid Items No.1 to 67 Total) Page2of2 . 3/10/2006 BID PROPOSAL The bidder hereby certifies that: they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work: and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to fumish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is 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 bid submitted; or a bid bond in the penal sum of ten percent (10%) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Addendum 1/1 Addendum 1/2 Dated: 3/23/06 Dated: 4/0h/06 Dated: PRINCIPAL Pnrt7pn r.nnqt~l~tinn Tn~ Contractor - 205 Stone Valley Drive. Address Individual ( ) Partnership ( ) Corporation lex) Dubuque City B, st!t~ 11Q+ Iowa State 'i?OO, Zip Corporate Secretary Title 4/11/06 Date Note: To be completed by out-of-state bidders. The State of does ( ) 1 does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. -15- . , 3/10/2006 Blq BOND KNOWN ALL MEN BY THESE PRESENTS, that we Portzen Construction, Inc. as Principal (Contractor), and United Fire & Casualty Company , as Surety. are held and firmly bound unto the City of Dubuque, Iowa (City). in the penal sum of 10% of Attached Bid In lawful money of the United States, for the payment of which sum well and tnJly to be made, we bind ourselves, our heirs, executors. admlnlstrat!>f'S. anr;t successors. jointly and severally, firmly by these presents. The condition of this obligalion is such that whereas the Principal has submitted the accompanying, bid, dated 11 day of Anril . 2006. for the Bonson Road Reconstruction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during, the opening of same, or If no peripdspeclfled. within thirty (30) days after said openit1g, and shall within the period specified therefore. If no period be specified" within seven (7) -days after the prescribed 'forms are 'presented to him for signature. enter Into a written contract with the municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety <Jr sureties, as may be required for the faithful performance l!nd proper fulfillment of such contraCt. then the above obligation shall be void and of no 'effect. otherwise to remain ,In full force ,and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the muniCipality In liquidations of damagell sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law, IN WITNESS WHEREOF. the above bounden parties have executed this instnJment under their several seals this 11 day of April , 2006, the name and corporate seal of each corporate party being hereto affIXed and these presents duly signed by 'itS undersigned representative pursuant -to liuthoritY of Its goveming body. PRINCIPAL SURETY ~~ BY:7!% ~~ Sign re United Fire & Casualty Company SUrety Company By: ~~' . kW~ Cornor~te ~p~rp.tRry Title Attornev-in-Fact Tille 4/11/06 Date 4/11/06 Date -16- , UNITI!D FIRe &.CASUAl(TY COf,lPl\NY HQMEOFFICEr eEDARRAPID~, IqWA: CERTIFIED COPY OF POWER OF,ATTORNEY' (Original on fila at Home Offioe of Compeny - See Certification) <::: ....... . .... --',,: ',,', . KNOWAU MEN BY THESE PRESENTS, Thalthe UNITED FIRE & CASUALTY COMPANY, a corporation duly orgB\1lZ<ld and existing under the laws of th.e Stale. of Iowa, and havmg ~s prinaipal offioa In Cadar Rapids, Stata of Iowa, does make, oonstltute and appoint PATRICIA A. FRICK, Olt DAVrD l'Rnz., OR DIANA 1<. 'HHDRICK, OR KBIU II. $INDBl!:RG. ClIAJlLES J; A!IIlllACCHIO. OR OLIVIA PI!AII. ALL INDIVIDtIll.LLY of otiBUQUE'IA it$ll'l)l. and l...i.tulJio#y(S)-ln-Fai:!Wlth poW<;r aridal!thority horebycOrifetr"'!to sig~: seal end execute in.. behalf elllawulbonds, urtd~kln~endottJerobll!lat(lryinstrumants~fsirnil"!rnature.as fOUows: . Any-and A1.l,~(l""s . i. ... .', ... ...... and to Diild\JNlTED:F~E i.CASUALTY COMPANY..thereby as fuUy.arid to the same exIent. as if such instruments wer.'sig.1ed byllie duly authorlzad officers of UNITED FIRE & CASUALTY COMPANY Ind IU the acts of said Attorney, pursuent to the authority hareby givens,e hereby ~~~ anc;tconfil'med... ." .... <.' , ........ '. '.. ' CA$uAl,fl}ec~AA'8~e",by~~jsoontinoousan~ shall remain in lull forcerde~Un~I;l!V<lkSd byUNITE:DFIRE & T~is power of~islM~e "nd~utod P~~U.ntto and by au'.ho,ity o~ the f""llWin9 ~y'LaWduly a<loptadbY Board of [)ireQtorsllfthe Company.,nAprlI18;197~. . ". . ". '. .... ...... ..... . .' , " "AriIcIeV - SUrety Bonds and Undertakings.' . . . .. Section 2. Appointment of Attomey-in-Fact, "The President or any Vice President, Or any other officer of the Company may, froll' lime t~ ~me, appoint by wrttten certificates attorneys-in-fact to act in behalf of the Company in th.e exec\ltiono(policieso( inSfl'an~,bOh~,Yri~aklngs and other obligatory instrument. of like neture, The signeture ofllny 9ffi""r auth<ln~~dherebY, ... ~tldlhefotl'or~teseal,may be affixed by facsimile to any power of attorney or speciai pOW${ ofstlOmeyorcel'lificat!on 0.1 l\Uherauthoriz~ hllfel>Y; such signature and seal, when so used, being adopted by the CompanY.oa the originsi slgnalllrepf .~"h officer.nalheoriginelseel of the Company, to be valid and binding upon the Company wtth the same foroeil,nd'effectss th.ll~gh~aJi\!,aIlY alfl~ed. .Such ettomays-in fact, subject to the limitations set forth in their resp$(;t/v.certificat~ ot.Utnotily. "hanhave full powerlobind the Company by their signature snd execution of any such instruments and to attaCh1lle seal of the Company thereto, The President Or any Vice President, the Bllard of Directors or any other officer of the Compeny may at a~y time,<WC!keaIIP<>W8fand authority previously given to any attorney-in-facl, ......,. , iN WlTl'f~S$~H~REOF. the UNITED FIRE & CASUALTY COMPANY has ca~$ed thes.e presentalo be signed bY ns vi"e .pr~!4GJit Ind ils C<lrporate seal to be hereto affixad this 11th <lay Of.,.F"llr'f'ty, ...2005 '. UNITED FIRE & CASUALtY COMPANY By 42f cr. ~ Vice president ,.:-:", " Sll.te of klwa, Cdqnty of linn. ss: . . O,t.1:' l.i}t;1i'~y':"o~::'~tbruati;"--~_~~5, before me peraonal.ly came Raney A.. itaJI1.o", -,::- . _.:,.,:'c, to me ~. wpo belmibym~9~lysw"'n, did depose and say; that he resides in Cadar Rapids, Stateqf Iowa: that h.)s a ViC. President ofiha UNITED FIRE & CASUAL TY COMPANY, the corporation described in and which executed the ebove instrument; thet he kn~ws the s&al of said corporation; that the seal affixed t()the said instru,ment is such corporate seal; __th~t it was so affixed pursuant t~autno...r.'.i.ty... given by tIl.s BO...."rd.llf..D...i<. e....Cl.... or". o..}... .....'.d Qorpo.ratiOn'a~d that he Sign. ed h. is....n.....eme F.tl\..~ erre;oeto...~u u.r r""tuartt. ,..1 tpo H~~ ....aa~utOO..... ....rtrit..y' and.' acknowledges serpe tpbe the.~ctan~d~ pf said corpOratlQn; ...., ~~~. .. "f.i'~'." MrpHElLE~N. .... i,. ..', . .,., c~IIIOIl""""~ 70474~. '. ,.Netal)' P\lbltc... . "i. ....... .. rt MV CO!,lMI~"ONIX~IIEt Mypommissiory expires: 07/14(tOQS, ow. 't..;(L/-;.:rY.r,..., -. . . - .., I, the urid"r,jl9Ql'<\.of1!eer.oftlje YNIYI;iO FIRE& CASU~LTY cbMPANY,dP~erElbl'i~e1ifylhatl havecompareel ~;'loragOihgQPPYOf lI1"l'?jVer. of AttllrDeyaryd' aflld~vit,,,n~ tlt~ cvPy of U'S 3",,11011 Of th.liy".",:~ of~ai~ C.,mpany "0 oll!for!t1 in..ip P~r of !\tIorney, withlh" qRIGINAl--SONFILJ; IN THE!'iOME QFFiCE 01" SAIPCO.MPANY, an.~ t~t tpe .,an). are correct~ransQfipl. thareof,,,,,dJlf th.l\ whj)Je ofthe$ai.d~rigina!S,and thill the saidPo~rof Atforryey h"srydt b?e~reVQk~andis now intull ferce andolfect. . .......""'" In teilllmony whereof I have hereunto subscribad my name and affixed the corporate sear of the said Company ~. _."~...._.~-.,.~ this.. 11th day of April 20.llii..-, ......),! , -~ f1 . L//h Seorellliy BONpoolS oB(ti 01 .. . City of Dubuque - Engineering DIvision BID PROPOSAL FORM - REVISED PER ADDENDUM NO. 2 BIDDER NAME: Tschiggfrie Excavating CO. DATE" 04/11/06 BID PROPOSAL FOR: 8ONSON ROAD RECONSTRUCTION BID ITEM DESCRIPTION II UNIT II BID II BID II TOTAL COST I QUANITlY UNIT COST DEMOLITION & REMOVAl 1 Clearing & Grubbing, Inch Diameter ID 130 $ 7.80 $ 1,014.00 2 ClearIng & GrubbIng, Squa/e Foot SF 1,825 $ 0]5 $ 1,388]5 3 Remove PaYemenl SY 195 $ 8.05 $ 1,569.75 4 Remove curt> & Gutter LF 8!l7 $ 1.70 $ 1,524.90 5 Remove_ SY 160 $ 5.60 $ 896.00 EXCAVATION & STONE 6 Excavation, Unclassified CY 3,189 $ 4.55 $ 14,418.95 7 BackliQ, Limestone Ton 4,t20 $ 7.20 $ 35,424.00 8 8ackfiII, T opsoIl SY 1,946 $ 3.40 $ 6,616.40 9 Granular Sub-base Ton 1,294 $ 13.05 $ 16,886.70 10 3" Crushed Stone Base Ton 3,563 $ 11.95 $ 42,577.85 11 Trench _ stone Ton 200 $ 14.25 $ 2,850.00 PAVEMENT 12 PC Concrete Pavement, (7") wi Integral Curb, Class "C" SY 4,262 $ 28.85 $ 122,958]0 13 PC Concrete Pavement, (8") wi Integral Curt>, Class "C" Sy 65 $ 59.05 $ 3,838.25 14 HMA 300k Surface Course, llZ' (PG 64-22) - Headers Ton 71 $ 93.45 $ 8,588.23 15 FIXIure Adjustment EA 20 $ 153.00 $ 3,080.00 16 PC Concrete Driveway, 6", Remove & Construct SY 86 $ 44.35 $ 3,814.10 17 PC Concrete Sidewalk, ;f', Construct SF 7,671 $ 3.15 $ 24,163.65 18 PC Concrete Sidewalk, 6", Remove & Construct SF 748 $ 5.35 $ 4,001,80 19 PC Concrete Curb & Gutter, 2.5', Construct LF 30 $ 22.40 $ 672.00 20 PC Concrete Access Ramp, lletedabIe Each 13 $ 74.95 $ 974.35 21 6" Subdrain, Po. r~ated Plastic Drain Tlle LF 2,068 $ 8.50 $ 17,578.00 STORM SEWER 22 Intake 101-B Each 9 $ 1,743.45 $ 15,891.05 23 Intake 101-C Each 1 $ 2,510.70 $ 2,510.70 24 __ 48" Diameter, CompIe4e Each 1 $ 1,676.60 $ 1 ,676.60 25 storm Sewer, 16" RCP, CL III LF 590 $ 4480 $ 26,432.00 26 Storm Sewer, 18" RCP, CL III LF 100 $ 46]5 $ 4,675.00 27 Storm Water Curt> Opening Neenah R~-3 Each 2 $ 106.35 $ 212.70 SANITARY SEWER 28 48" Sanitary Sewer ManOOE, Remove and ReoonstrucI Each 2 $ 3,014.00 $ 6,028.00 WATER MAIN 29 6" - Solid Sleeve Each 4 $ 181.65 $ 726.60 30 6" Valve MJ wI80x Each 9 $ 586.65 $ 5,279.85 31 6" Mega Lug MJ Each 8 $ 53.00 $ 424.00 32 6" 11-114 deg Bend MJ Each 1 $ In.65 $ In.66 33 6"ll6" Anchoring Tee MJ Each 2 $ 282.65 $ 565.30 34 6" DIP, Class 52 with PoIywrap LF 205 $ 36.60 $ 7,503.00 35 Hydrant MJ ElICh 4 $ 1,601.95 $ 7,207.60 36 8" Mega Lug MJ Each 14 $ 63.00 $ 882.00 37 8" Valve MJ wI80x Each 5 $ 918.25 $ 4,591.25 36 8"x6" AnchorIng Tee MJ Each 7 $ 334.50 $ 2,341.50 39 8"x8" Anchoring Tee MJ Each 1 $ 381.50 $ 381.50 40 8" 45 deg Bend MJ Each 4 $ 261.50 $ 1,046.00 41 8" 11-114 deg Bend MJ Each 1 $ 258.50 $ 258.50 8idProposalForm~ 1 of2 . . , 42 8" DIP , Class 52 LF 1,120 $ 38.40 $ 43,008.00 43 IT DIP, Class 52 LF 3 $ 71.85 $ 215.55 44 1 Z'xtr Anchoring Tee MJ Each 1 $ 478.50 $ 476.50 45 1 T - Solid SIeeYe Each 1 $ 239.50 $ 239.50 FIBER OPTICS 46 Conduit. 4" PVC Schedule 40 wlTrace Wire LF 975 $ 20.00 $ 19,500.00 47 Condun, 4" PVC Schedule 80 wfTrace Wire LF 585 $ 25.75 $ 15,063.75 46 Fiber Optics Junction VaUI, Pre-casl Conaele Each 9 $ 2,339.55 $ 21 ,055.95 MISCELlANEOUS 49 Light Pole, 2O-Foot, wI Pre-cast concrete Foundation Each 1 $ 2,341.95 $ 2,341.95 50 Li9ht Pole, 4O-Fool, wI Pre-casl concrete Foundation Each 1 $ 5,679.90 $ 5,679.90 51 EIe<:tricaI~,#10XHHW LF 200 $ 1.05 $ 210.00 52 Electrical ~. #10 Ground Wire LF 100 $ 0.40 $ 40.00 53 Condun, Z' PVC Schedule 40 LF 200 $ 5.85 $ 1,170.00 54 Tempomy Construction Fencing LF 250 $ 3.65 $ 912.50 55 Standard 0mamenIaI Hoop Railing, Complete LF 50 $ 78.75 $ 3,937.50 56 Chain Unk Fence, 42" - Remove and Replace LF 255 $ 10.50 $ 2,677.50 57 Chain Link Fence, 48" - Remove and Replace LF 75 $ 14.70 $ 1,102.50 58 Retaining WaD, Segmental Standard, Complete SF 1,215 $ 22.55 $ 27,398.25 59 Sawcut, Concrete LF 240 $ 3.00 $ 720.00 60 SaWClll, Asphalt LF 175 $ 2.55 $ 446.25 61 Sod SY 1,_ $ 5.25 $ 10,216.50 61A Watering MGAL 66 $ 23.10 $ 1 ,524.60 62 Tree Preservation Measures LS 1 $ 500.00 $ 500.00 63 Dust C...- SUrface y......._1l MGAL 110 $ 16.75 $ 2,512.50 64 Erosion ConIro/ Plan - Operating Procedures LS 1 $ 566.00 $ 566.00 65 Traffic Control & Safety ConIro/ LS 1 $ 12,048.75 $ 12,048.75 66 - LS 1 $ 5,879.30 $ 5,879.30 87 Sign Post, Removal & _1Il-.. Each 8 $ 157.50 $ 1,260.00 BASE IIID TOTAL: I $ 582.132.63 I (Bid ltems No_1 to 67 Total) BidPropo$llFumJ>.ge2of2 .. . .3/10/2006 BID PROPOSAL The bidder hereby certifies that: they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is 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 bid submitted; or a bid bond in the penal sum of ten percent (10%) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Addendum #1 aodono1l111 #2 Dated: Dated: Dated: March 23, 2006 April 6. ::>006 PRINCIPAL Tschiggfrie Excavating Co Contractor 425 Julien Dubuque Dr Address In . . ) Partnership ( ) Corporation (xl Dubu<,pl" City By: ignature Iowa State 52003 Zip r..QT"lcra 1 511~ri ntenoen+- Title 4/11/06 Date Note: To be completed by out-of-state bidders. The State of does ( )! does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. -15- < 3/10/2006 BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Tschiggfrie Excavating Co. as Principal (Contractor), andFideli ty and Deposi t Company of MarY~.asiSurety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of 10% of Amount Bid---- in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 11th day of April ,2006, for the Bonson Road Reconstruction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, iI no period .be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the municipality in liquidations of damages sustained fn the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 11th day of April , 2006, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL SURETY By: Tschiggfri~ Excavating Co. Contra or r-- j( I A~'"'V C, SI nature y~ Fidelity and Deposit Company of Surety Company Maryland " ~) By: s;gn'~~j~:c~ ~\]~~~aiz Attorney-in-Fact Title Title April 11, 2006 Date April 11, 2006 Date Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, hy THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRA Y, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of thC~Y-LaW' . id Company, which arc set forth on the reverse side hereof and arc herehy certified to be in full force aod eff' t '/)t.ru 'reof. does hereby nominate, constitute and appoint F. Melvyn HRUBETZ, Joyce O. HE . E S, Nancy D. SCHWARZ and Patrick K. DUFF, all of Des Moines, low . 11 t torney-in-Fact, to make, execute, seal and deliver, for, and on its b~~lf : Rits ,~~ . \ and all bonds and undertakings, and the cxecution Of~UCh OC"'~o In 'sJl r &\dl~se presents. shall be as binding upon said Company. as fully and ampl t . 1('1 ur"." t.\'i'Y' cen duly executed and acknowledged by the regularly elected Of~:~~~~n i:;:~{~ . ore. Md., in their own proper persons. This power of attorney revokes that issued~' . ~Joyce O. HERBERT, Mark E. KEAIRNES, Nancy D. SCHWARZ, Melissa L. EVANS. ~rFI')W ' ted April II, 2003. The said Assistant Sefr'ciry docs hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, tbe said Vice-President and Assistant Secretary have hereunto subscribed their names and afljxed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND /1 jC::C /"1 (=f<?ir' ,/1~k25 By: "" .7~ )'V Ii~;,/ i . .'/ Gregory E. Murra:r Assistant Secretary Theodore G. Martinez State or Maryland } ss: CIty 01 BaltImore On this 24th day of February. A.D. 2005, before the subscriber, a Notary Public or the State or Maryland, duly commissioned and qualified. came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary or the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and aflixed my Official Seal the day and year first above written. ,\\I\\II~'I'I'J 6;~~~::;:;??t:. : .,. '" ,j. . .:~'~i/;: :','~J~\_' ~~)~ ~~J "'I;;:~J;::\';,\ ,~ /~ U'''~ c.-o~r,-d:.:ev_~..(L' '- Constance A. Dunn Notary Public My Commission Expires: July 14,2007 POA-F 088-6895 EXTRACT FROM BY.LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice~Presidenl, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is stilI in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vicc-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company an-d facsimile or mechanically reproduced signature of any Vice-President, Sccretary, or Assistant Secretary of the Company, whcther made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company. shall he valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 11th day of April 2006 ." -;I Assistallf Secretary 3/10/2006 BID PROPOSAL The bidder hereby certifies that: they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work: and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understand that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to fumish all necessary machinery, equipment, tools, labor and other means of construction, and to fumish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is 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 bid submitted; or a bid bond in the penal sum of ten percent (10%) of the bid submitted executed by the bidder and an acceptable Corporate Surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that they will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: noI.)EA'~M #0 / ~E~~Jt.,f"-I -d- z- Dated: Dated: Dated: 3/23/06 Lllb/N, o . PRINCIPAL I-Io,z..$r/G' J'\ Contractor Co"-IJT/2L.cTl",,,1 . INC- . Po !Sox. 305- Address Individual ( ) Partnership ( ) Corporation (Xl F?\NC)'L TH City By: lrJtrtxiAA-l1. An Signature""~ VI€. E... PILES, ot::F" r Title la,..t,4 State II //1 /06 Date 5Z0YS- Zip Note: To be completed by out-of-state bidders. The State of does ( ) I does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. -15- , . 38 8"x6" Anchoring Tee MJ Each 7 $ 302.00 $ 2,114.00 39 8"x8" Anchoring Tee MJ Each 1 $ 360.25 $ 360.25 40 8" 45 deg Bend MJ Each 4 $ 195.65 $ 782.60 41 8" 11-1/4 deg Bend MJ Each 1 $ 191.50 $ 191.50 42 8" DIP, Class 52 LF 1,120 $ 30.75 $ 34,440.00 43 12" DIP, Class 52 LF 3 $ 40.00 $ 120.00 44 12"x8" Anchoring Tee MJ Each 1 $ 493.50 $ 493.50 45 12" - Solid Sleeve Each 1 $ 299.00 $ 299.00 FIBER OPTICS 46 Conduit, 4" PVC Schedule 40 w/Trace Wire LF 975 $ 16.00 $ 15,600.00 47 Conduit, 4" PVC Schedule 80 wlTrace Wire LF 585 $ 22.00 $ 12,870.00 48 Fiber Optics Junction Vault, Pre-cast Concrete Each 9 $ 2,276.00 $ 20,484.00 MISCELLANEOUS 49 Light Pole, 20-Foot, wi Pre.cast Concrete Foundation Each 1 $ 2,271.00 $ 2,271.00 50 light Pole, 40.Foot, wi Pre-cast Concrete Foundation Each 1 $ 4,818.00 $ 4,818.00 51 Electrical Cable, #10 XHHW LF 200 $ 1.05 $ 210.00 52 Electrical Cable. #10 Ground Wire LF 100 $ 0.41 $ 41.00 53 Conduit, 2" PVC Schedule 40 LF 200 $ 6.25 $ 1,250.00 54 Temporary Construction Fencing LF 250 $ 2.00 $ 500.00 55 Standard Ornamental Hoop Railing, Complete LF 50 $ 91.00 $ 4,550.00 56 Chain link Fence, 42" - Remove and Replace LF 255 $ 5.50 $ 1,402.50 57 Chain Link Fence, 48" - Remove and Replace LF 75 $ 7.00 $ 525.00 58 Retaining Wall, Segmental Standard, Complete SF 1,215 $ 23.00 $ 27,945.00 59 Sawcut, Concrete LF 240 $ 3.50 $ 840.00 60 Sawcut, Asphalt LF 175 $ 1.60 $ 280.00 61 Sod SY 1,946 $ 5.50 $ 10,703.00 61A Waterin~ MGAL 66 $ 24.00 $ 1,584.00 62 Tree Preservation Measures LS 1 $ 250.00 $ 250.00 63 Dust Control Surface Treatment MGAL 150 $ 25.00 $ 3,750.00 64 Erosion Control Plan - Operating Procedures LS 1 $ 1,200.00 $ 1,200.00 65 Traffic Control & Safety Control LS 1 $ 12,336.00 $ 12,336.00 66 Mobilization LS 1 $ 7,555.00 $ 7,555.00 67 Sign Post, Removal & Installation Each 8 $ 161.25 $ 1,290.00 BASE BID TOTAL: 1$ 507,813.551 (Bid Items NO.1 to 67 Total) Bid Proposal Form Page 2 of 2 3/10/2006 BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Horsfield Construction, Inc. . as Principal (Contractor), and United Fire & Casualty Company , as Surety, are held and firmly bound unto. the City of Dubuque, Iowa (City), In the penal sum of Ten Percent (10%) of Bid AnlRtWlwful money of the United Slates, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, am;1 lluccellllors, jointly and 15everally, firmly by these presenw. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 11th day of April , 2006, for the Bonson Road Reconstruction Project. NOW, THEREFORE,'lfthe Principal shall nat withdraw said bid within the period specified therein during the opening of same, or if no period s~oectfled, within thirty. (30)' days after said opening; and shall withIn. the period specitled therefore, If no period be specified, within seven (7) 'days after the prescribed forms are presented to l3im for. .signature, enter Into a written .contract. with the municipality, in accordance with the bid as accepted, and give bond' with good and sufficient surety or sureties, as may be required for the falfhful. performance and proper fulfillment of such contract, then the above obligation shell be void and of no effect, otherwise to remain .In full force and virtue. By virtue of statutory authority, the full amount of thi5 bid bond shall be forfeited to the municipality In liquidations of damages sustained in the event that the afore described bidder, Principal, faill> to execute the contract and provide the bond as provlded.ln the specifications or by law. . IN WITNESS WHEREOF, the above bounden parti(IS have executed this . Instrument under their several seals this 11th day of April , 2006, the name 'and corPOrate seal of each corporate party being hereto affixed and these presents duly signed by Its undersigned reprellenlative pursuant .to authority of Its governing body. PRINCIPAL SURETY Horsfield Construction, Inc. Contractor By: , .. By: \IlC E P12ESil::>E>-i, Title . e -in-Fact & Iowa Resident Agent Aprilll,2.o.o6 Date Aprilll,2.o06 Date -16- UNITED FIRE & CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COpy OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under lhe laws ofthe State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint TERR~ A.. SCHULTZ, OR DIONE R. YOUNG, OR BARRY A. MCGEE, OR JOHN W. AHROLD, OR JOHN R. FAY, OR ~~RtENE KENTNER, OR JENNIFER STARK, OR MATT FAY, ALL INDIVIDUALLY of DES MOINES IA itstr~eand laWlul Altoiney(sHn-Pact with power and authority hereby conferred to sign, seal and execute in its behalf alllaWlul bonds, undertakings aQd other obligatory instruments of similar nature as follows: Any and All Bonds and 10 bind UNITED FIRES. CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authotized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Altorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALrY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the Company on April 18, 1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Altorney-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 iMurance, bonds, uQdertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, ?lnp th~ Corporate seal, m?lY be affixed by facsimile to any power of attorney or special power of altorney 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 t~ough manually affixed. Such attorneys-in fact, subject to the limitations 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 the 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 to any attorney-in-fact. By~q~ Vice President 9n 17th day Of January, 2005, before me personally came Randy A. RamIo to me known. who being by ma.dulysworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President 9f the UNITED FIRE &.CASUAL TY 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 corporate 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 pursuant to like authority, and acknowledges same t9 be the act and deed of said corporation. '-"11~~ ~ Notary Public My commission expiras: 07/14/2006 i"" . MICHELLEVVILl!OH i ~~ COMMI..'QN NU"'''R704 745 , '. MY COM~ISSION EXPIRES .... . '1 - I l-btll.o t, theunde\signedoffiCer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy of the Pow~rofAltorney aQd affidavit, and the copy of the Section of t~eby-Iaws of said Company as set forth in said Power of Altorney, wIth the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same ara correct transcripts thereof, and of the whole of the said originals, and mat the said Power of Attorney has not been: revoked and is now in full force and effect. ~ In testllfflii' whereof I havA hElleunto subscribed my Bgme and affixed the corporate seal of the said Company @-~~' thiS day of pn 20_ , ,,!!:~lll .. IUL .. j2 ~~~ /dd.1~A ~ /7" 1//'/'- Secretary aONDOO19 0802 01 UND#3221-B ":>'01) ,; .9..0 l:: :;: +-> (l)..... to 0 ro ~ [) ~ :;: - ~ ~..t:: ~ 0 :a .::: C:I" t8 - ,,~:;: " ;;; ~ ~~ ~ W ro ro O....c: 3 wWO ... 1-<....... ....... ~wo . OJ 4-0 ~ 0 ;1;N. g ~ 0 0 u ~-~ 0: ~ . - OJ) (1) I-< " ~ w ..8 ffi 00"' 4-0 C5 (!) ~~ f--E~ t: 0....... 0- W::l . o r/l '" lU Z ~ '.;j [)-o ~~ .g ~ r.:: uJ '" 0. " :;: N .... 0 z .~ (l ro (l) 0\ 00 <8 ~.~ g 0 !:: CIl ~ ~ ....... ....N "'=' >-"Eo ..... ":;: "'=''''' <8 8 a: EO ~ S " g.- en <o~ ~O::> .. s" "'.- "'=' .S 00. u .0 en " <:: o "'. " " 01) '" .~ ~; 00. ..... U "'=' 0 .- .... .S ...l ~]~]-5 - 1__ ~, --- i:C .g .~ .U... ~ ro ;:.:.-.. U'l (l) - ~ ~ :;:::C:~;.::::..<= .g :>. ... "'O,...c:s..o+-> a g g.8 6.] ~ 0 :>. ~ 0 > z ~5b.~..<= a z .... ~ g :;: :;: ~ 0 0 E-- ..... c.8 (l) c:r $-; Z -< Z ~ ..:<t-"8<8 '" [)~.g'.g-g ,;- ~ ~ U 04::0<::", S,- ..... 0 ... OJ) 04-1'"0 " " 0 0 ..... 1:=1-;00)\0 .... :>. U !:;; ;..::::(l).c-u8 <8 '" ..... :::: ~.- t'd N ,,"'=' ~ ~ i;.J 0:1;":::: U:t:: "' N U ..0 Q.) ro o::::t 0 ~ reE] ~ 01 (l) '" ~ +-> u ~ ...- l::._ ....... I-< o'"Cl t'd ro ~ ".- "..<= ::8 E-- u:.l~ ~ ~ e ~ >... -< > 0._ (,j....o 00 .0 en (I) 8"-'- Q) " .- E-- ~ o:l .g"5~ r/l';:; 00. ~ _" 8 p.. u '"0 .g'ilii2 ~ l g.9~ >'8~fl.B-g '.c; ~ ~i'~ !'~~'tco :ai'~ ~ '0 cu P ~~ 6.s€ 16m ~,glE:!Ii Eo~:Ci~~ CIi g,.2".~Nmi;j~~.s ..: "- '" -g ~' . ;= - ~ - -'. to-" "0. · o"".g"'.g .2. '" -'0 0.. 0."" .. li!!l is!.l ~f~f,1i~; ,~li~ ~~1; :12 iJ; J ~ffi~!,1i~~i: ~l~JJ~ E~ ~~J;~l;~ h i ~ ~~~: JH ~~h ~~iij N~.]~o.~. ~~ a:"...a:hi1~,;~ ~ .lS~t;a:o'O~ a~gOOr~.: '500~;;'I!t.9Ka5U]!".o"'.I!h.cJlo ;~.'ifl!Hlil.h!;;; ..rnmfzlJ!iilmN::jd!i:il;Nmm~i!lmo~~Uinfil~ i SO""liE.-t;e.d:~o.Bt;S/ o~. !1~~j.s...~=,...,.,~ ,.211 '0. ~l;'_ .0 B ~~ ~l~. ~~.Q"~,, ____Zg ~2 ~~~c.~~~ u~~ f11~h~~~~1l8j u~ ~~iii8'h.U 1l1,1i~"~1;~~ n~h~ ~d ." itllf,1i1818.g.r8'~~ " c: 0>,00 ......D ~ cd .... OJ'- ~ ~ 1-< ~ ::: ::: ;:l <lJ 0 of u.c:~ ::: 0 ~.=: cd'o ... 0 c:~ :::'" ... C':lctlo] ;;; :' [)-...... - u c: <...., c: S = 1IJ 0 0 -",002;"'0 0 a:~~ U '"~O oo~ ro Q)I.O ~"'O = 0 .... 0.. . <lJ ~N. o 1-; (/) ro ('f') ~~I :::J;~~ .- QJ ""0 0-."7 a: ~ . Z "E 0.. =: IZI €A ,"~<D I--nw 0 U ro ctI ~ 00 3" WELL ..... 0.. QJ'- ~ . ... S ~ 15 c: ~ 00 l-< III Z S E-< <8 ~ <:: uJ .. <( ~ 0""0 l-< l-<N ,0 rJ1 Q) ::s'- ctI <8 . "0 ~ -fii E U C:..o ~..= c: .!1 E rJ1 o ro ::l ::: U >- E 0 ... "0 '" a:EU '-'"' ..l U ",,0.- <lJ g .S ~ 0 >- ~ "dca~"do:S ::to:l ~ a [) ~] {S .S r:: I i:l... ~::t .....~.- u . , ~ "O.c:c:;:c.c: .- "-,'(~','; ~ (''',"'",,''1'' 0 g ~ g ;:l ::: 3 ;~_._-.l > Z ~5hUo..8 I'-; . en '" >, Eo-; 0 l-<lUQJctI""O l-< .. <80l g.::: g '" -< Z E-< - ~ f- ;:l <lJ 0 <( l-; QJ..o.~ 1.0'" Z ~ ~ U .B0:5::100 \ '" 0 ... U<....,Oc:o " 0 ~ O1)O~""ON ... 6<"'" U ~ = l-< 0 (l) '" .... .- QJ >-...s::: ~ <lJ 0 =...d......u l-< >, ~ ~ "'" ..... 00''''' ro Qd <8 '" ~;..::::U~ 0 ~ U ro .g (I) ro r:- <lJ"O r~J1~ ..0 ~ 01 0 ~ - ~ c..... ...... l-; "0 Eo-; :::.g1S~~ <lJ ~ ~ro..s:::""" ..0 -< .;:: ~ > 5.~ <.Q r.,; u Eo-; OJ e--''''' QJ en ~ 1l103"E1il ..0 en rJ1 ;:l .- _'" u 0.. u ""0 <:/J-B ~ ~l:t'lil~l~ nU 1~~~n~l~~nl:~l~-io U ~~ -iE~!H~lj ~,1:!l!~ He ~~=~ ".l! ='20. '~[1.!!~ E-'~ r o!1!~. ~~~8~!Ol~ .~8i5n ~h g ~ s~,Ii ~i~f;;e l:.l!~~~ ~ -ile~ ~:!!:!l0~' ~ ~~(3 8~n!~h 1~1~1 g, 8~UI it~~[e~~0tlh~i~lid5!ad1i!~U:s ~b~l:li.li~ n~ .~~~;{~~; ~~ll~:li;rl'.l! 1!~ist~;!tsl~~I~li~g s:r~~nnnb!slF~~bn~~iifhB~~i ~lj~~~'~hh~ho.s~:i! N_ - -- --- ~ ~-51lfOOl{!i~.5,1i~U c:!!SH8:!J~~~er~C~~~'\1~E.,;,b ~IU ~liYiU~ !I~!~ni ~UOi~.lliiH~~~ i~I~U~ li~1 i;i-i~" IE .P ~,l1 !U2~ ~e5:ii~ in.;; ;;-~t~i= ~b iilh.~d; a lB~ ~ ~ '~~iEil;iilsi~:j;iUJ ~ ~l~ hdJ~~~-!I~il!Hi1 ;Iil_ ~ E lii~- 0 ~.f;; ~1ii:!i .~.2~i,li~.!Iee~~"lIj'~ l~;i e~.g .li. ~>l ~ ~~ ~ ~ a2~~ ~ ~c~ ~- - -~ -~-e ~ ~~ ..g 0Z ~'5 o.il'~ 0oje~ _.Ill ,goo ~'" ~ 'e'\1~"le:n8-ij"F SSe ii rJ1 rJ1 '-v-' ~ E-- <z ~~ 00 .....u ~~ O~ ~o E--~ <~ E--~ rJ1~ " <:: <::~'- 0 -- e 0 .... J vr " " <:: " fr ~ <:: " '" o bJl~ 0, . 0 '.c ~ r./J 010 ~ ~ 0 "'d ~"! ;;:. "t- ~ ....... ~ ~ ~ lr) <:: <:: " '" ;::::s p... a.> '"0 \.A " E ~;::::S'~.;!? 0 u E rJj cr'VJ CJ " o ~ $ <:: bJl " . u ~ ;::::s:; t:a I~ z "0 ",0 "fj H ,,~..c:: 0 ro ""0 0 Vl ([) .... ~ca >,;"::::...= 00 "'" "'01-.........0....... ....N ~ o a; ~ ;::::s ...c: c8 o ::c " 0. u U ~..c:8~~ "0 .... 8 ...l .... fr . ~ ~ e.8 l-< a.> OJ 0 S ;:, ~ ~g,.~tH .~ ~ H""- ;::::s +-' "0 ... OJ (l)..o 0 c: .D 0 Of-<" <:: '" (" " bJlljO]-o I'L; Z J:::........4-<..cO >-. 0 ....... 4-< 0 U 0 ::> .... aO>-.,SN '" .... ~ "'" en. t) .~ 'E 0" ~. 0 ~ "'..c:U,,~ :z. u ,,(fJ a;...c..c:: '" H ;"::::...c ....... u ,,' .... a.>..o ............... l-< ... ;::::s ~ cd cd S .... <:: o,.-..c: ::;2 0 ~ .- ~ " J:j d13 >-. .. .... >-. g o,..c: ~ a3 c8 '" ~ .- r:n t:: ....... ,,"0 U (j t;j;..:::: (l) cd t~ ,..!;o..ou"O ~ ~">-. bJl o,.D <:: ~ 0 <:: ".- u 0 .... ~ cd'- a.> 0 ..c: ~...c....- ~ ~ - "0 '" o ::i ro lH .D 01 ~ -- () lS aJ " .- " c: .~ o...c C/J-B _ ro u................ ,; ~ o ~ ;;:. ~ <:: " o U )3 ~ "0 <:: '" .S l-gf.l;~ ~1l2po~ :g-g~i \~.s8o.egE.:Jiriiiid'Yi~:!~o~..c:~. :6'15 as a. =a.c..4)E ~asalE ]5 ->-al~i23:Z:'"Ci!-';:::;-_~ll;l "26 ~i~~ f~i~~8 !!ii- 5.~"~~~8E:g~~~~~ii~~~ .~~ ~B~= ~iB~~; a2~i ~~~~j~:~ .m.<~~~~saso ~~ ~!E c 0 'ii c g CC1= 0 g ~o _ ~Clh-'OO S E_= ''i 41 >->.'0 aI >- u.:O ~1~~ O~~~~B 8::1 ~~.1~~~~~=58~~~~~~~ ~~ ..c: _lD .Gla.a.e;t: '.2:'_0 .aca~-8 i~-=OII .t\I~crJ~d)C~;c &i o~~~-8i~~f?:;:3:l~6~~~uj:Si~g~~1i~~ia:~:'5<;~8~~ ~ 0 -1>.---=:1- ccj ~CD1:::oe:CD-i -Cc.z '11(.0;:'.0::1 fOOJ .... j~tl~~sli~~B~~~jj~~g~J~~si~~o~;i~B8~~- ~ ~i~i.!U~~~~~~hi~f~~~B ~~p!H~!oil"~.:~~.9lt .iiUi~~uua~B~1lii~l:~jij~ ~~~5ij~g~~i:~~i~~~~ij~ :iililij~~~~!ij!Ii~I~gti8il~:ig~~!gl~~!~;~i~~ J~~l ~iinl~UUI~~~~~~ I!i~ hj!i!l f~jlil~lfthf~i Ii: ~~ ~.;lln~i; ~~ri ~m~U~hJ ~~~B.B~:noitil{!~~fl~~8iill~~!~"~~ -~,,~~ A'... :!i~l;H-;~Gtl~.9~im i d~iKfiiB e~~lg. H *h!"Il'lii-~~!l1J1 ~di5 ~.~ii.i..~ .Ul UI~jl;lii~.l ~.t!.U!'~1.l!i11d~a.uB ]!88!11~i~.d'; ~il-!~iU!8U]8 Q1U U~I~~J.U 8.'Ij~lUl;hi,g$<3 E~:6-e-tf!l!.. :!i:~ ~~~~?1~11g ~ 15gj~jj:U:g~ ~ ~~~ i~~I: i-iloUJ~}[~lU~ .u"l\~..~ :~~Hj~~. J ~n~~ Iii m~~!j i11~=~t~l lliiz ~.I!.2~~:~ ~~.c=":= ~... ~31!"" ~ [2 !aO":a8-1G-.i!L~'. t!" ~l& -B LL2.1I:l."Ea"5~-6.-.5~il&.2~1 .. nlbtu~:~~.l. j;liiiilnl!!il. il!i!llil~!;ilb~IUu:!!nJliii:dI'iijflUij!1I11i. , ge~f K~~ ~U~,,~ iti~j! hg~ 0:1"5 l~ ~~= Ea:~~ !~~~~~~hllIB~l:I~~1! B~ ilZ ~ill~~ ~ 1!" ~so""nu m ~~ I~ij~- .Jll!~~ilP~Jid~ii'J~!If~~UiiJ;!iiliU-!il!~~i!!iH!~~JIP~d!fihi~Uil~f:ij Nj1. TICE TO BIDDERS OF Pb1'~:~~ : RECONSllIUCTION PAo.JECT Sealed proposals wl1l be received by the City Cie!I< of the CitY of OUbLlQ. ue, Iowa. ot, the 0IIlC0 of CIty Cie!I< in City Hall no later t~8n 2:00 o'clock p.m. on the '11th . dO~.~l~!d~e 80 - . ~P':='Co~erenceWIII ' be. held from 1 . 3 PM on faithful performance of th. . Wednesday, March 29. contract and terti'll and 2006, at the Portslde Harbor coodltloni therein COli. ="~S~H: ~:-:~e:.~~~:1l bor, Dubuque,lowa. Attend- materll.ls and labor and ance by III ~ospectlv8 bid- protect and savI harmless del'll. not mandatory but the City of Dubuque, Jowa, highly !"9<1!"monded' . from cI8Ims end ~ of 1>fOIOOl 0ucriptI0n: Tho any kind _ by tho op- Bonaon Road Reconltruc.. i eratlonl aUhe Contractor. tlon Project wlUprovlde fo~ I The IUCCeasfl;l1 . bidder the reconstruction of under- '(Contractor) will also bere- groundutllIt18l.~ay quired to fUmIah 8 Mainie" sub-baee. and the coristtuc- Nance Bol'ldthat will guar- tlon of approximately 4,30Q Jl"t8e thE!" material, work- S.Y. of now 31'i0oi WIde .,..".hlp end tho mainto- concrete roadway between f1anoe.of the lmpl'tNement(s) Asbury Road and Meggan 001;lstn.ictedfor I minImum Street, w~h podootrlen ~do- ....od of two (2) yoaro from walks alQOg both sldes of irtd.after Its completion and Bonoon RoOd. Tho proloQt lICCiepIonoo by Iho City wtll Include reconstruction OOuncll. of opproidmatoly 1,325l1nool Tho _I bidder f1let of now watennoln, ~~ wW 0100 bo ro- mainline valvw and.' fire hy. (u.streO'to fumietl a Payment drents. Tho prejoc\ oIao pre- ~d _ will gu&'Of!t.. video for tho _on of t,(l6'PIO"'pt. payment of' oil r:x1metely,690llneal:feet~f 8uDPIlers, newstormseweras,well I' ,rlalS, tabor arid pro. catch ba8lns, ftber~, ' lanet aave'h8t1Tries8 the ....d a t8.lecommuntcatlo no .Of Dubuque, lowa,.ftom conduit fn1nlstructure. '. and damages of Coploo of t!'O construoffon :RInd ceused by the op- dOcu~ may be obtained' os Or non-payment on In tho City Engineer's of- ;. .of tho ControclOr. fl.. at the City Holt, ,No . ... . Contractor end e~- pion dopoolt II rIqUIroQ. . . . subcOntfactqro will Ja~~to~:m~ra;t~r, ",.Qnw.' tl~.~. H:.Ta:;'. 1't3l10 may be legally, used for , ,. I, Of~~' from luch purpoooo. , , _lie fumIah- All worl<horoln provided for under for th" prolect.. sholl be commonced with- . No bid ...mnll\od by J#J ~~~~t~o~r:~::~ ~'rfl'= lsoued, Ind sholl be fully Ii10n be rOoi:iQl\ or .... . complatod on or before c4f>Iod IIylhli '. ~ ~ember 1,2006. tnd ony,1atler or CClm!\1U111- All bids must be sub{nltted <illot\Oft sccomponyinqth.' on the Sid Proposal Form*whlchoohtalnS'IlQon" bound in the conltrUctlon,dittonor quaJjfiQatlonUF" documents. Eaeh bid ohell 1./110 bid which hos tho streCt be accompanied by a sat. .of 'e'or moclIMna: lsfactory Sid Bond execut- :'~iIon of the speer- ed by, the BId. der and an I flcat on. .In any, manner will accor,teble surety; or I btl' rolacted by thl City cash er's or cectlfled check ,t' Counclr.. not i'eapol'lSlve~ ~leJo the C[tyTreasur- 'AIl,propOatI, mUlt be .r~ Ctty of Oubuque, drawn made On, ~ furnished ort I bank in Iowa or a bank by the ettv, Endlneer and chartered under the Iawl 'each bidder villi be re- of the United States, In the quired to state his prices emount of... """'""' jl0'l6) tot doing 011 the Itome In ' of" the bide submitted as elIleh'sectlon on Which he IOCU. rlty that the b[dderwil[ ""ket a, bi,d and for all . enter Into a contract for do-, ttMl'Igs neonsary to make. . Ing the work and will give ~"COmpteteJob. . bOnd with proper securl- ,':The "Bidder's attention is : ties for the faithful per- :dhoect8d to the City of Ou~ ( formance of the contract [n biUque's Affirmative Action '.. the form attached to the Program which Is Included 4 construction documents. ;., the Contract 'S'pec1flca- I The successful bidder J~908"and ",~proVlalons _: (Contracto~ W=~:di"'eof.nq ber.~ made a . to furnish, a , , ,nee- peWOf the ~ Gocu~ ~ Bond in an amount.eql!!lJJO '"""". ';-bv~,JFId.. In- . qne hundred pII<OlIt !l~)~atOd tho'oln. II.' of the contract price. Said : 'flie Contractor, when re- bond Is to be Issued byl AU- by the City of Du- : .responstble surety compa-1>Uque, wttIfUn1Ish 'a state- ~ ; ny'approved andec:cepta~ ." '_ I .bte to the City Council, .~..- ~'8nd shaH guwantee ',the ment:of hisflnal'lClal and proQtlc8l qua~flcotions II .l1'0l( OlI"lded for tnthe General ',,",,"I'omento of tho' Spec- IfIHt1_ . . By \4rtl:llof 81atutory :au~ thorityi _:pf8ferenoe wllLbe lli'vIri tQ ~ucts and pro- V:lIIons,grown ind coal pro- dUCfd. within. the a.te' ot Iowa and to ,Iowa Oornes- tIoLsIlo<. . Tho CIty Coun.,l,......,.. the rtQhl to roje(lt Iny end 1litbJC&e' or,to 'Walve.ny lochnlcel tIoo end Irrogu- _0$." . , . All bide wll.. be publiCly opsned end, road ~ the City ,CIori<at2:00 0 clock p;m, on the 11th day. of AprJI, ~, end will be sub- , mIltod 10 tho CIty Council for fin81 oct1On at 0 meeting lObo hold,lo the Publi<>LI- bI8ry ;/.ud!tonumi ,360 _ 11th Street,ot sold CIty II 6,30 p.m. on tho 17th day of.Aprl1, 2006. A conllact wi! be ..,.mod. et ..ot time OI':,suoh' eubseguent tUne 88 the City ma)tlietermine. l'ubllohodlly 0"- of tho CIIY Coun.,1 of tha City of Dubuq!Je, Iowa. and dated thislCth.dOy of. March, 2006. . Is! Jeanne F. Schneider, CMC, C~y Clerk STATE OF IOWA DUBUQUE COUNTY {SS CERTIFICATION OF PUBLIC I, Kathv Hefel-Goetzinger, a Billing Clerk for W( an Iowa corporation, publisher of the Telegraph I circulation published in the City of Dubuque, COl Iowa; hereby certify that the attached notice was the following dates: March 10, 2006, and for Whl , , / / ..! ;" .) (Zd!itfiU(tA ,( . ij Subscribed to before me, a Notary Public in and this /l)f;( day O~~H I? - - 1