Loading...
Bonson Road Reconstruct 3001813THE CITY OF DUB E ~-~~ MEMORANDUM January 30, 2007 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 is recommending acceptance of the Bonson Road Reconstruction Project, as completed by Horsfield Construction, Inc., in the final contract amount of $542,647.00, which is a 6.9% increase from the original contract in the amount of $507,813.55. The increase was due to additional storm sewer, fencing and retaining wall related work. It is further recommended that the City Council adopt the Final Schedule of Assessments in the amount of $80,934.03, which is 6.7% below the preliminary special assessment estimates. I concur with the recommendation and respectfully request Mayor and City Council approval. ,~l/Jf ~'~~~ Mibhael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF DuB E MEMORANDUM ~~~ January 30, 2007 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer ;Y~ SUBJECT: Bonson Road Reconstruction Project CIP 3001813: Fiscal Year 2007 Street Construction Program INTRODUCTION The enclosed resolutions provide for the acceptance of the construction contract and the establishment of the Final Schedule of Assessments for the Bonson Road Reconstruction Project. BACKGROUND The Bonson Road Reconstruction Project involved the complete reconstruction of the underground utilities, roadway sub-base, and construction of a 31-foot wide concrete roadway with new curbing and sidewalk on both sides of the street. The project included the construction of approximately 690 lineal feet of new storm sewer and catch basins to improve the storm water conveyance in the area, reconstruction of two (2) sanitary sewer manholes, and the installation of fiber optics telecommunications conduit infrastructure. The project upgraded the existing water system to include the complete reconstruction of approximately 1,325 lineal feet of new watermain, mainline valves, and fire hydrants. In order to protect existing trees and the steep grade on side yards, three segmental block retaining walls were installed along the east side of this project. DISCUSSION The Bonson Road Reconstruction Project has been completed by Horsfield Construction, Inc. of Epworth, Iowa in the final contract amount of $542,647.00, which is a 6.9% increase from the original contract in the amount of $507,813.55. The reason for the increase in contract cost is due to additional storm sewer, fencing and retaining wall related work. Additional storm sewer was required to protect downstream properties from the runoff flows from Bonson Road. Additional storm sewer drains were also required behind the retaining walls to reduce the potential for hydrostatic pressure behind the walls. The decorative fencing item on the project was increased to accommodate a retaining wall that was lengthened due to adverse slopes. RECOMMENDATION I recommend that the City Council accept the improvements, establish the final contract at $542,647.00, and adopt the Final Schedule of Assessments in the amount of $80,934.03. BUDGET IMPACT The project cost summary for the Bonson Road Reconstruction Project is as follows: Construction Contract Estimate $515,180.00 51,518.00 Riri ~warci Final $542,647.00 0 Contingency Construction Engineering & Inspection Total Project Cost The project category costs are as follows: $507,813.55 51, 518.00 84,004.70 84,004.70 71,485.88 $650,702.70 $643,336.25 $614,132.88 Cost Summary /Description Amount Street Construction Program $393,250.94 Special Assessment -Street Improvement, Residential Properties 72,000.56 Special Assessment -Street Improvement, Commercial Properties 8,933.47 Watermain Improvements 80,403.91 Sanitary Sewer Improvements 5,373.48 Fiber Optic Improvements 54,170.52 Total Project Cost $614,132.88 The project funding summary is as follows: CIP No. Fund Description Fund Amount 3001813 FY 2007 Street Construction Fund $393,250.94 Special Assessment -Street Improvement, Residential Properties 72,000.56 Special Assessment -Street Improvement, Commercial Properties 8,933.47 7401405 Watermain Replacement Fund 80,403.91 7101638 Street Program Related Sanitary Sewer Improvements 5,373.48 1021609 Fiber Optic Conduit -Private Subdivisions & Misc. Projects 54,170.52 Total Project Funding $614,132.88 The Bonson Road Reconstruction Project will be funded through the annual capital improvement project appropriation of City funds (watermain replacement, sanitary sewer improvements, and fiber optic conduit improvements) as noted above in the amount of $139,947.91. The project, as outlined, will require Special Assessments to private properties in the amount of $80,934.03 and expenditure from the Annual Street Construction Program (funded through the Local Option Sales Tax) in the amount of $393,250.94. SPECIAL ASSESSMENTS Based upon final construction costs, the total amount of Special Assessments for all associated street related improvements is the amount of $80,934.03, which is 6.7% ($5,383.55) below the preliminary special assessments estimates that were presented to the property owners and approved at the project public hearing. This decrease is attributed to lower pavement costs as bid on the project compared to the engineer's estimate. FINANCIAL ASSISTANCE Property owners subject to street improvement assessments may be eligible for the City's low and moderate income special assessments assistance program, ranging from 20% to 100% of the assessments for the owner-occupied residential property depending on family size and income level. To allow sufficient administrative time to process financial assistance applications for low- to moderate-income families, eligible property owners will be given approximately 30 days from the date of mailing the Notice of Filing the Final Schedule of Assessments to apply for financial assistance that may reduce the amount of the assessment payable by the property owner. During this 30-day period, assessments may be paid in full or in part without interest at the City of Dubuque, Office of the City Treasurer. After approximately 30 days, any unpaid assessment will be levied against said benefited property with the Dubuque County Treasurer and will be payable in 10 annual installments at the County Treasurer's Office, and will draw annual interest at nine percent (9%). FINAL ASSESSMENT SCHEDULE The schedule for the Final Assessment process is as follows: Council Approve Final Schedule of Assessments February 5, 2007 Mail Final Special Assessment Notice to Property Owners February 9, 2007 Mail Financial Assistance Information to Property Owners February 9, 2007 Publish Notice of Final Assessment 1st Publication: February 9, 2007 2nd Publication: February 16, 2007 Deadline for Financial Assistance Applications March 12, 2007 Deadline for Paying Assessment to City, Without Interest March 12, 2007 ACTION TO BE TAKEN The City Council is requested to adopt the attached resolutions accepting the improvements, establishing the final contract amount, and approving the Final Schedule of Assessments for the Bonson Road Reconstruction Project. Prepared by Robert Schiesl, Assistant City Engineer Jon Dienst, Civil Engineer Greg Doeden, Civil Engineer cc: Jenny Larson, Budget Director Ken TeKippe, Finance Director Bob Green, Water Plant Manager Don Vogt, Public Works Director Deron Muehring, Civil Engineer Dave Ness, Civil Engineer RESOLUTION NO. 50-07 ACCEPTING THE BONBON ROAD RECONSTRUCTION PROJECT Whereas, the contract for the Bonson Road 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 Street Construction Fund, Watermain Replacement Fund, Street Program Related Sanitary Sewer Improvements, and the Fiber Optic Conduit -Private Subdivisions & Misc. Projects Fund appropriation for the contract amount of $542,647.00 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 5th day of February, 2007 C~;~ ~~ , Roy D. Buol, Mayor Attes ~'/~~l Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 51-07 FINAL ESTIMATE Whereas, the construction contract for the Bonson Road Reconstruction Project has been completed and the City Engineer has submitted his final estimate showing the cost thereof including the final cost 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 $614,132.88 and the said amount shall be paid from the Street Construction Fund, Watermain Replacement Fund, Street Program Related Sanitary Sewer Improvements, and the Fiber Optic Conduit -Private Subdivisions & Misc. Projects Fund of the City of Dubuque, Iowa. Section 2. That $80,934.03 of the cost thereof shall be assessable upon improved residential and commercial properties and that $393,250.94 shall be paid from the Street Construction Fund, $80,403.91 shall be paid from the Watermain Replacement Fund, $5,373.48 shall be paid from the Street Program Related Sanitary Sewer Improvements Fund, and $54,170.52 shall be paid from the Fiber Optic Conduit - Private Subdivisions & Misc. Projects Fund. Passed, approved and adopted this 5th day of Februar~ , 2007. D. Buol, Mayor Attest: ~ ~, /~'~i ~ anne F. Schneider, CMC, City Clerk M 1 City of Dubuque -Engineering Division Final Payment Form PAYMENT NO: COUNCIL FINAL PROJECT NAME: BONBON ROAD RECONSTRUCTION PROJECT CONTRACTOR: Horsfield Construction DATE: January 29, 2007 CONTRACT AMOUNT: 5507,813.55 BID ITEM DESCRIPTION UNIT UNIT COST tT0 DATE AMO O DATENED DEMOUTlON & REMOVAL 1 Clearing & Grubbing, Inch Diameter ID $ 2.00 725.0 $ 1,450.00 2 Clearing & Grubbing, Square Foot SF $ 0.50 3650.0 $ 1,825.00 3 Remove Pavement SY $ 3.35 230.0 $ 770.50 4 Remove Curb & Gutter LF $ 2.00 897.0 $ 1,794.00 5 Remove Sidewalk SY $ 2.00 160.0 $ 320.00 EXCAVATION & STONE 6 Excavation, Unclassified l:Y $ 5.00 3169.0 $ 15,845.00 7 Backfill, Limestone Ton $ 5.20 3814.8 $ 19,836.91 8 Backfill Topsoil SY $ 4.00 1946.0 $ 7,784.00 9 Granular Sub-base Ton $ 12.00 2814.9 $ 33,779.04 10 3" Crushed Stone Base Ton $ 10.50 1920.5 $ 20,165.36 11 Trench Stabilization Stone Ton $ 11.00 44.69 $ 491.59 PAVEMENT 12 PC Concrete Pavement, (7") w/ Integral Curb, Class "C" SY $ 24.05 4330.2 $ 104,140.11 13 PC Concrete Pavement, (8") w/ Integral Curb, Class "C" SY $ 40.00 100.2 $ 4,008.40 14 HMA 300k Surface Course, 1/2" (PG 64-22) -Headers Ton $ 96.00 77.1 $ 7,397.76 15 Fixture Adjustment EA $ 190.00 18.0 $ 3,420.00 16 PC Concrete Driveway, 6", Remove & Construct SY $ 42.00 100.3 $ 4,212.60 17 PC Concrete Sidewalk, 4", Construct SF $ 3.00 8598.7 $ 25,796.07 18 PC Concrete Sidewalk, 6", Remove & Construct SF $ 4.65 932.6 $ 4,336.68 19 PC Concrete Curb 8~ Gutter, 2.5', Construct LF $ 20.00 72.3 $ 1,445.00 20 PC Concrete Access Ramp, Detectable Each $ 200.00 13.0 $ 2,600.00 21 6" Subdrain, Pertorated Plastic Drain Tile LF $ 6.35 2068.0 $ 13,131.80 STORM SEWER 22 Intake 101-B Each $ 1,650.00 9.0 $ 14,850.00 23 Intake 101-C Each $ 2,000.00 1.0 $ 2,000.00 24 Manhole 48" Diameter, Complete Each $ 1,099.00 1.0 $ 1,099.00 25 Storm Sewer, 15" RCP, CL III LF $ 25.00 549.0 $ 13,725.00 26 Storm Sewer, 18" RCP, CL III LF $ 28.25 95.5 $ 2,697.88 27 Storm Water Curb Opening Neenah R-3262-3 Each $ 122.00 2.0 $ 244.00 SANITARY SEWER 28 48" Sanitary Sewer Manhole, Remove and Reconstruct Each $ 2,374.00 2.0 $ 4,748.00 WATER MAlN { 29 6" -Solid Sleeve Each $ 161.25 5.0 $ 806.25 30 6" Valve MJ w/Box Each $ 661.15 10.0 $ 6,611.50 31 6" Mega Lug MJ Each $ 38.00 21.0 $ 798.00 32 6" 11-1 /4 deg Bend MJ Each $ 156.00 1.0 $ 156.00 33 6"x6" Anchoring Tee MJ Each $ 302.00 2.0 $ 604.00 34 6" DIP, Class 52 with Polywrap LF $ 28.00 184.3 $ 5,159.84 35 Hydrant MJ Each $ 1,798.50 5.0 $ 8,992.50 36 8" Mega Lug MJ Each $ 50.00 16.0 $ 800.00 37 8" Valve MJ w/Box Each $ 910.50 4.0 $ 3,642.00 38 8"x6" Anchoring Tee MJ Each $ 302.00 8.0 $ 2,416.00 39 8"x8" Anchoring Tee MJ Each $ 360.25 $ - t 40 8" 45 deg Bend MJ Each $ 195.65 3.0 $ 586.95 41 8" 11-1/4 deg Bend MJ Each $ 191.50 $ - 42 8" DIP, Class 52 LF $ 30.75 1107.5 $ 34,054.40 43 12" DIP, Class 52 LF $ 40.00 5.0 $ 200.00 44 12"x8" Anchoring Tee MJ Each $ 493.50 1.0 $ 493.50 45 12" -Solid Sleeve Each $ 299.00 1.0 $ 299.00 FIBER OPTICS 46 Conduit, 4" PVC Schedule 40 w/Trace Wire LF $ 16.00 1072.9 $ 17,166.40 47 Conduit, 4" PVC Schedule 80 w/Trace Wire LF $ 22.00 464.3 $ 10,214.60 48 Fiber Optics Junction Vault, Pre-cast Concrete Each $ 2,276.00 9.0 $ 20,484.00 MISCELLANEOUS 49 Light Pole, 20-Foot, w/ Pre-cast Concrete Foundation Each $ 2,271.00 1.0 $ 2,271.00 50 LightPole, 40-Foot w/ Pre-cast Concrete Foundation Each $ 4,818.00 1.0 $ 4,818.00 51 Electrical Cable, #10 XHHW LF $ 1.05 840.0 $ 882.00 52 Electrical Cable. #10 Ground Wire LF $ 0.41 420.0 $ 172.20 53 Conduit, 2" PVC Schedule 40 LF $ 6.25 420.0 $ 2,625.00 54 Temporary Construction Fencing LF $ 2.00 220.9 $ 441.80 55 Standard Ornamental Hoop Railing, Complete LF $ 91.00 110.0 $ 10,010.00 56 Chain Link Fence, 42" -Remove and Replace LF $ 5.50 255.0 $ 1,402.50 57 Chain Link Fence, 48" -Remove and Replace LF $ 7.00 75.0 $ 525.00 58 Retaining Wall, Segmental Standard, Complete SF $ 23.00 1353.0 $ 31,119.00 59 Sawcut, Concrete LF $ 3.50 240.0 $ 840.00 60 Sawcut, Asphalt LF $ 1.60 175.0 $ 280.00 61 Sod SY $ 5.50 2590.0 $ 14,245.00 61A Watering MGAL $ 24.00 40.0 $ 960.00 62 Tree Preservation Measures LS $ 250.00 1.0 $ 250.00 63 Dust Control Surface Treatment MGAL $ 25.00 50.0 $ 1,250.00 64 Erosion Control Plan -Operating Procedures LS $ 1,200.00 0.5 $ 600.00 65 Traffic Control & Safety Control LS $ 12,336.00 1.0 $ 12,336.00 66 Mobilization LS $ 7,555.00 1.0 $ 7,555.00 67 Sign Post, Removal & Installation Each $ 161.25 8.0 $ 1,290.00 TOTAL AMOUNT EARNED TO DATE -BASE BID: $ 521,271.12 CHANGE ORDERS C1 8" Pavement - M4 Cost Differential SY $ 5.60 100.2 $ 561.12 C2 8" 90 deg. Bend (watermain) Each $ 243.80 1.0 $ 243.80 C3 6" 45 deg. Bend (watermain) Each $ 177.10 2.0 $ 354.20 C4 12" Valve MJ w/ Box (watermain) Each $ 2,002.15 1.0 $ 2,002.15 C5 8" 22-1/2 deg Bend (watermain) Each $ 204.70 1.0 $ 204.70 C6 6" Hydrant Extensions Each $ 655.00 4.0 $ 2,620.00 C7 Terraseed SF $ 0.22 322.43 $ 70.93 C8 4" Non-perorated subdrain (church roof drains) LF $ 5.40 11.0 $ 59.40 C9 Work to double face retaining wall (6-1/2 Hours x 2 men) LS $ 715.00 1.0 $ 715.00 C10 Reinforcing Steel (1/2" #4 bar black used at 3497 Kaufmann) LF $ 1.35 120.0 $ 162.00 C11 Rip Rap for Judge Property -Lump Sum LS $ 2,931.20 1.0 $ 2,931.20 C12 8" x 4" PVC wye Each $ 37.95 1.0 $ 37.95 C13 8" PVC Cap Each $ 72.45 1.0 $ 72.45 C14 4" PVC Pipe LF $ 35.80 20.0 $ 716.00 C15 4" 45 degree bends Each $ 34.50 2.0 $ 69.00 C16 Re-establish Property Pins LS $ (200.00) 1.0 $ (200.00) C17 Color Upcharge (Wall) SF $ 2.01 1353.0 $ 2,719.53 C18 4" Pert. Pipe with Sock LF $ 1.15 100.0 $ 115.00 C19 8" PVC Pipe LF $ 9.87 98.0 $ 967.26 C20 8"x8"x4" Tee Each $ 69.00 3.0 $ 207.00 C21 4" ADS Pert. To Solid Femco Each $ 27.60 3.0 $ 82.80 C22 4" Fernco Each $ 11.50 3.0 $ 34.50 C23 8" Cap Each $ 27.60 1.0 $ 27.60 C24 4" Clean Outs w/Cap Each $ 16.10 3.0 $ 48.30 C25 4"x4"x4" Tee Each $ 8.05 3.0 $ 24.15 t; C26 Filter Fabric C27 8" 45 Degree Elbow C28 4" Solid Pipe C29 Labor C30 1" Clean Stone C31 Washed Chips C32 Fence Adapter C33 101-B Special SY $ 2.30 132.0 $ 303.60 Each $ 51.75 1.0 $ 51.75 LF $ 1.84 30.0 $ 55.20 LS $ 207.00 1.0 $ 207.00 Ton $ 14.87 56.9 $ 845.36 Ton $ 17.18 7.6 $ 130.57 LS $ 3,970.35 1.0 $ 3,970.35 Each $ 966.00 1.0 $ 966.00 TOTAL AMOUNT EARNED TO DATE -CHANGE ORDERS: $ 21,375.87 TOTAL AMOUNT EARNED TO DATE: S 542,847.00 TOTAL DUE CONTRACTOR: $542,647.00 ENGINEERING: $71,485.88 TOTAL CONSTRUCTION COST: $614,132.88 CERTIFICATE OF THE CITY MANAGER: I hereby certify that the above statement shows in detail the correct amount of all work required to complete the above improvement. APPROVED: Michael Van Milligen, City M er CERTIFICATE OF THE CONTRACTOR: The undersigned, Horsfield Construction, Inc. contractor for the above improvement, does hereby accept the above "Total Due Contractor", as full settlement for all/claim/s for said improvement. CONTRACTOR: G'i~i~~~ ~ ' BY: City of Dubu ue o /~/^~ APPROVED: Gus Psihoyos, City Engineer City of Dubuque, Iowa TITLE: //~LCr?~},'LQ.L1 DATE: f '" a I" Q 7 City of Dubuque -Engineering Division Final Payment Form PAYMENT NO: COUNCIL FINAL DATE: January 29, 2007 PROJECT NAME: BONBON ROAD RECONSTRUCTION PROJECT CONTRACTOR: Horsfield Construction CONTRACT AMOUNT: $507,813.55 BID ITEM DESCRIPTION UNIT UNIT COST Q O DATE AMO O DATE NED DEMOLITlON'& REMOVAL 1 Clearing & Grubbing, Inch Diameter 2 Clearing & Grubbing, Square Foot 3 Remove Pavement 4 Remove Curb & Gutter 5 Remove Sidewalk EXCAVATION & STONE 6 Excavation, Unclassified 7 Backfill, Limestone 8 Backfill, Topsoil 9 Granular Sub-base 10 3" Crushed Stone Base 11 Trench Stabilization Stone ID $ 2.00 725.0 $ 1,450.00 SF $ 0.50 3650.0 $ 1,825.00 SY $ 3.35 230.0 $ 770.50 LF $ 2.00 897.0 $ 1,794.00 SY $ 2.00 160.0 $ 320.00 CY $ 5.00 3169.0 $ 15,845.00 Ton $ 5.20 3814.8 $ 19,836.91 SY $ 4.00 1946.0 $ 7,784.00 Ton $ 12.00 2814.9 $ 33,779.04 Ton $ 10.50 1920.5 $ 20,165.36 Ton $ 11.00 44.69 $ 491.59 PAVEMENT 12 PC Concrete Pavement, (7") w/ Integral Curb, Class "C" SY $ 24.05 4330.2 $ 104,140.11 13 PC Concrete Pavement, (8") w! Integral Curb, Class "C" SY $ 40.00 100.2 $ 4,008.40 14 HMA 300k Surtace Course, 1!2" (PG 64-22) -Headers Ton $ 96.00 77.1 $ 7,397.76 15 Fixture Adjustment EA $ 190.00 18.0 $ 3,420.00 16 PC Concrete Driveway, 6", Remove & Construct SY $ 42.00 100.3 $ 4,212.60 17 PC Concrete Sidewalk, 4", Construct SF $ 3.00 8598.7 $ 25,796.07 18 PC Concrete Sidewalk, 6", Remove & Construct SF $ 4.65 932.6 $ 4,336.68 19 PC Concrete Curb & Gutter, 2.5', Construct LF $ 20.00 72.3 $ 1,445.00 20 PC Concrete Access Ramp, Detectable Each $ 200.00 13.0 $ 2,600.00 21 6" Subdrain, Perforated Plastic Drain Tile LF $ 6.35 2068.0 $ 13,131.80 STORM SEWER 22 Intake 101-B 23 Intake 101-C 24 Manhole 48" Diameter, Complete 25 Storm Sewer, 15" RCP, CL III 26 Storm Sewer, 18" RCP, CL III 27 Storm Water Curb Opening Neenah R-3262-3 Each $ 1,650.00 9.0 $ 14,850.00 Each $ 2,000.00 1.0 $ 2,000.00 Each $ 1,099.00 1.0 $ 1,099.00 LF $ 25.00 549.0 $ 13,725.00 LF $ 28.25 95.5 $ 2,697.88 Each $ 122.00 2.0 $ 244.00 SANITARY SEWER 28 48" Sanitary Sewer Manhole, Remove and Reconstruct Each $ 2,374.00 2.0 $ 4,748.00 WATER MAIN 29 6" -Solid Sleeve 30 6" Valve MJ w/Box _ 31 6" Mega Lug MJ 32 6" 11-1/4 deg Bend MJ 33 6"x6" Anchoring Tee MJ 34 6" DIP, Class 52 with Polywrap _ 35 Hydrant MJ 36 8" Mega Lug MJ _ 37 8" Valve MJ wlBox _ 38 8"x6" Anchoring Tee MJ 39 8"x8" Anchoring Tee MJ Each $ 161.25 5.0 $ 806.25 Each $ 661.15 10.0 $ 6,611.50 Each $ 38.00 21.0 $ 798.00 Each $ 156.00 1.0 $ 156.00 Each $ 302.00 2.0 $ 604.00 LF $ 28.00 184.3 $ 5,159.84 Each $ 1,798.50 5.0 $ 8,992.50 Each $ 50.00 16.0 $ 800.00 Each $ 910.50 4.0 $ 3,642.00 Each $ 302.00 8.0 $ 2,416.00 Each $ 360.25 $ - 40 8" 45 deg Bend MJ Each $ 195.65 3.0 $ 586.95 41 8" 11-1 /4 deg Bend MJ Each $ 191.50 $ - _ 42 8" DIP, Class 52 LF $ 30.75 1107.5 $ 34,054.40 43 12" DIP, Class 52 LF $ 40.00 5.0 $ 200.00 44 12"x8" Anchorin~c Tee MJ Each $ 493.50 1.0 $ 493.50 45 12" -Solid Sleeve Each $ 299.00 1.0 $ 299.00 FIBER OPTICS 46 Conduit, 4" PVC Schedule 40 w/Trace Wire LF $ 16.00 1072.9 $ 17,166.40 47 Conduit, 4" PVC Schedule 80 w/Trace Wire LF $ 22.00 464.3 $ 10,214.60 48 Fiber Optics Junction Vault, Pre-cast Concrete Each $ 2,276.00 9.0 $ 20,484.00 MISCELLANEOUS 49 Light Pole 20-Foot, w/ Pre-cast Concrete Foundation Each $ 2,271.00 1.0 $ 2,271.00 50 LightPole 40-Foot wl Pre-cast Concrete Foundation Each $ 4,818.00 1.0 $ 4,818.00 51 Electrical Cable, #10 XHHW LF $ 1.05 840.0 $ 882.00 52 Electrical Cable. #10 Ground Wire LF $ 0.41 420.0 $ 172.20 53 Conduit, 2" PVC Schedule 40 LF $ 6.25 420.0 $ 2,625.00 54 Temporary Construction Fencing LF $ 2.00 220.9 $ 441.80 55 Standard Ornamental Hoop Railing, Complete LF $ 91.00 110.0 $ 10,010.00 56 Chain Link Fence, 42" ^Remove and Replace LF $ 5.50 255.0 $ 1,402.50 57 Chain Link Fence 48" -Remove and Replace LF $ 7.00 75.0 $ 525.00 58 Retaining Wall Segmental Standard, Complete SF $ 23.00 1353.0 $ 31,119.00 59 Sawcut, Concrete LF $ 3.50 240.0 $ 840.00 60 Sawcut Asphalt LF $ 1.60 175.0 $ 280.00 61 Sod SY $ 5.50 2590.0 $ 14,245.00 61A Watering MGAL $ 24.00 40.0 $ 960.00 62 Tree Preservation Measures LS $ 250.00 1.0 $ 250.00 63 Dust Control Surface Treatment MGAL $ 25.00 50.0 $ 1,250.00 64 Erosion Control Plan - Operating Procedures LS $ 1,200.00 0.5 $ 600.00 65 Traffic Control & Safety Control LS $ 12,336.00 1.0 $ 12,336.00 66 Mobilization LS $ 7,555.00 1.0 $ 7,555.00 67 Sign Post Removal & Installation Each $ 161.25 8.0 $ 1,290.00 TOTAL AMOUNT EARNED TO DATE -BASE BID: $ 521,271.12 CHANGE ORDERS C1 8" Pavement - M4 Cost Differential SY $ 5.60 100.2 $ 561.12 C2 8" 90 deg. Bend (watermain) Each $ 243.80 1.0 $ 243.80 C3 6" 45 deg. Bend (watermain) Each $ 177.10 2.0 $ 354.20 C4 12" Valve MJ w/ Box (watermain) Each $ 2,002.15 1.0 $ 2,002.15 C5 8" 22-112 deg Bend (watermain) Each $ 204.70 1.0 $ 204.70 C6 6" Hydrant Extensions Each $ 655.00 4.0 $ 2,620.00 C7 Terraseed SF $ 0.22 322.43 $ 70.93 C8 4" Non-perorated subdrain (church roof drains) LF $ 5.40 11.0 $ 59.40 C9 Work to double face retaining wall (6-1/2 Hours x 2 men) LS $ 715.00 1.0 $ 715.00 C10 Reinforcing Steel (1!2" #4 bar black used at 3497 Kaufmann) LF $ 1.35 120.0 $ 162.00 C11 Rip Rap for Judge Property -Lump Sum LS $ 2,931.20 1.0 $ 2,931.20 C12 8" x 4" PVC wye Each $ 37.95 1.0 $ 37.95 C13 8" PVC Cap Each $ 72.45 1.0 $ 72.45 C14 4" PVC Pipe LF $ 35.80 20.0 $ 716.00 C15 4" 45 degree bends Each $ 34.50 2.0 $ 69.00 C16 Re-establish Property Pins LS $ (200.00) 1.0 $ (200.00) C17 Color Upcharge (Wall) SF $ 2.01 1353.0 $ 2,719.53 C18 4" Perf. Pipe with Sock LF $ 1.15 100.0 $ 115.00 C19 8" PVC Pipe LF $ 9.87 98.0 $ 967.26 C20 8"x8"x4" Tee Each $ 69.00 3.0 $ 207.00 C21 4" ADS Perf. To Solid Fernco Each $ 27.60 3.0 $ 82.80 C22 4" Fernco Each $ 11.50 3.0 $ 34.50 C23 8" Cap Each $ 27.60 1.0 $ 27.60 C24 4" Clean Outs w/Cap Each $ 16.10 3.0 $ 48.30 C25 4"x4"x4" Tee Each $ 8.05 3.0 $ 24.15 C26 Filter Fabric C27 8" 45 Degree Elbow C28 4" Solid Pipe C29 Labor C30 1" Clean Stone C31 Washed Chips C32 Fence Adapter C33 101-B Special SY $ 2.30 132.0 $ 303.60 Each $ 51.75 1.0 $ 51.75 LF $ 1.84 30.0 $ 55.20 LS $ 207.00 1.0 $ 207.00 Ton $ 14.87 56.9 $ 845.36 Ton $ 17.18 7.6 $ 130.57 LS $ 3,970.35 1.0 $ 3,970.35 Each $ 966.00 1.0 $ 966.00 TOTAL AMOUNT EARNED TO DATE -CHANGE ORDERS: $ 21,375.87 TOTAL AMOUNT EARNED TO DATE: $ 542,847.00 TOTAL DUE CONTRACTOR: $542,647.00 ENGINEERING: $71,485.88 TOTAL CONSTRUCTION COST: $614,132.88 CERTIFICATE OF THE CITY MANAGER: I hereby certify that the above statement shows in detail the correct amount of all work required to complete the above improvement. APPROVED: Michael Van Milligen r City of Dubu wa APPROVED: Gus Psihoyos, City Engineer City of Dubuque, Iowa CERTIFICATE OF THE CONTRACTOR: The undersigned, Horsfield 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: ~' ~ .-C'e/ TITLE: ~C(J '~-s~-~ DATE: ~-~~- C~ / City of Dubuque -Engineering Division Final Payment Form PAYMENT NO: COUNCIL FINAL DATE: January 29, 2007 PROJECT NAME: BONBON ROAD RECONSTRUCTION PROJECT CONTRACTOR: Horsfield Construction CONTRACT AMOUNT: $507,813.55 UNIT UNIT COST Y Q NED AMO BID ITEM DESCRIPTION O DATE O DATE DEMOLITION 8 REMOVAL 1 Clearing & Grubbing Inch Diameter ID $ 2.00 725.0 $ 1,450.00 2 Clearing & Grubbing Square Foot SF $ 0.50 3650.0 $ 1,825.00 3 Remove Pavement SY $ 3.35 230.0 $ 770.50 4 Remove Curb 8 Gutter LF $ 2.00 897.0 $ 1,794.00 5 Remove Sidewalk SY $ 2.00 160.0 $ 320.00 EXCAVATION 8 STONE 6 Excavation, Unclassified CY $ 5.00 3169.0 $ 15,845.00 7 Backfill, Limestone Ton $ 5.20 3814.8 $ 19,836.91 8 Backfill, Topsoil SY $ 4.00 1946.0 $ 7,784.00 9 Granular Sub-base Ton $ 12.00 2814.9 $ 33,779.04 10 3" Crushed Stone Base Ton $ 10.50 1920.5 $ 20,165.36 11 Trench Stabilization Stone Ton $ 11.00 44.69 $ 491.59 PAVEMENT , 12 PC Concrete Pavement, (7") w/ Integral Curb, Class "C" SY $ 24.05 4330.2 $ 104,140.11 13 PC Concrete Pavement, (8") w/ Integral Curb, Class "C" SY $ 40.00 100.2 $ 4,008.40 14 HMA 300k Surface Course, 112" (PG 64-22) -Headers Ton $ 96.00 77.1 $ 7,397.76 15 Fixture Adjustment EA $ 190.00 18.0 $ 3,420.00 16 PC Concrete Driveway, 6", Remove & Construct SY $ 42.00 100.3 $ 4,212.60 17 PC Concrete Sidewalk, 4", Construct SF $ 3.00 8598.7 $ 25,796.07 18 PC Concrete Sidewalk, 6", Remove & Construct SF $ 4.65 932.6 $ 4,336.68 19 PC Concrete Curb & Gutter, 2.5', Construct LF $ 20.00 72.3 $ 1,445.00 20 PC Concrete Access Ramp, Detectable Each $ 200.00 13.0 $ 2,600.00 21 6" Subdrain, Perforated Plastic Drain Tile LF $ 6.35 2068.0 $ 13,131.80 STORM SEWER 22 Intake 101-B Each $ 1,650.00 23 Intake 101-C Each $ 2,000.00 24 Manhole 48" Diameter, Complete Each $ 1,099.00 25 Starm Sewer, 15" RCP, CL III LF $ 25.00 26 Storm Sewer, 18" RCP, CL III LF $ 28.25 27 Storm Water Curb Opening Neenah R-3262-3 Each $ 122.00 SANITARY SEWER 28 48" Sanitary Sewer Manhole, Remove and Reconstruct Each $ 2,374.00 WATER MAIN 29 6" -Solid Sleeve 30 6" Valve MJ w/Box 31 6" Mega Lug MJ 32 6" 11-1/4 deg Bend MJ 33 6"x6" Anchoring Tee MJ 34 6" DIP, Class 52 with Polywrap 35 Hydrant MJ 36 8" Mega Lug MJ 9.0 $ 14,850.00 1.0 $ 2,000.00 1.0 $ 1,099.00 549.0 $ 13,725.00 95.5 $ 2,697.88 2.0 $ 244.00 2.0 $ 4,748.00 5.0 $ 806.25 10.0 $ 6,611.50 21.0 $ 798.00 1.0 $ 156.00 2.0 $ 604.00 184.3 $ 5,159.84 5.0 $ 8,992.50 16.0 $ 800.00 4.0 $ 3,642.00 8.0 $ 2,416.00 $ - Each $ 161.25 Each $ 661.15 Each $ 38.00 Each Each $ $ 156.00 302.00 LF $ 28.00 Each Each $ $ 1,798.50 50.00 37 8" Valve MJ w/Box Each 38 8"x6" Anchoring Tee MJ Each 39 8"x8" Anchoring Tee MJ Each $ 910.50 $ 302.00 $ 360.25 40 8" 45 deg Bend MJ Each $ 195.65 3.0 $ 586.95 41 8" 11-1/4 deg Bend MJ Each $ 191.50 $ - 42 8" DIP, Class 52 LF $ 30.75 1107.5 $ 34,054.40 43 12" DIP, Class 52 LF $ 40.00 5.0 $ 200.00 44 12"x8" Anchoring Tee MJ Each $ 493.50 1.0 $ 493.50 45 12" -Solid Sleeve Each $ 299.00 1.0 $ 299.00 FIBER OPTICS 46 Conduit, 4" PVC Schedule 40 w/Trace Wire LF $ 16.00 1072.9 $ 17,166.40 47 Conduit, 4" PVC Schedule 80 w/Trace Wire LF $ 22.00 464.3 $ 10,214.60 48 Fiber Optics Junction Vault, Pre-cast Concrete Each $ 2,276.00 9.0 $ 20,484.00 M/SCEILANE0U5 49 Light Pole, 20-Foot w! Pre-cast Concrete Foundation Each $ 2,271.00 1.0 $ 2,271.00 50 LightPole 40-Foot w/ Pre-cast Concrete Foundation Each $ 4,818.00 1.0 $ 4,818.00 51 Electrical Cable, #10 XHHW LF $ 1.05 840.0 $ 882.00 52 Electrical Cable. #10 Ground Wire LF $ 0.41 420.0 $ 172.20 53 Conduit, 2" PVC Schedule 40 LF $ 6.25 420.0 $ 2,625.00 54 Temporary Construction Fencing LF $ 2.00 220.9 $ 441.80 55 Standard Ornamental Hoop Railing, Complete LF $ 91.00 110.0 $ 10,010.00 56 Chain Link Fence, 42"-Remove and Replace LF $ 5.50 255.0 $ 1,402.50 57 Chain Link Fence, 48" -Remove and Replace LF $ 7.00 75.0 $ 525.00 58 Retaining Wall, Segmental Standard, Complete SF $ 23.00 1353.0 $ 31,119.00 59 Sawcut, Concrete LF $ 3.50 240.0 $ 840.00 60 Sawcut, Asphalt LF $ 1.60 175.0 $ 280.00 61 Sod SY $ 5.50 2590.0 $ 14,245.00 61A Watering MGAL $ 24.00 40.0 $ 960.00 62 Tree Preservation Measures LS $ 250.00 1.0 $ 250.00 63 Dust Control Surface Treatment MGAL $ 25.00 50.0 $ 1,250.00 64 Erosion Control Plan -Operating Procedures LS $ 1,200.00 0.5 $ 600.00 65 Traffic Control & Safety Control LS $ 12,336.00 1.0 $ 12,336.00 66 Mobilization LS $ 7,555.00 1.0 $ 7,555.00 67 Sign Post, Removal & Installation Each $ 161.25 8.0 $ 1,290.00 TOTAL AMOUNT EARNED TO DATE -BASE BID: $ 521,271.12 CHANGE ORDERS C1 8" Pavement - M4 Cast Differential SY $ 5.60 100.2 $ 561.12 C2 8" 90 deg. Bend (watermain) Each $ 243.80 1.0 $ 243.80 C3 6" 45 deg. Bend (watermain) Each $ 177.10 2.0 $ 354.20 C4 12" Valve MJ w/ Box (watermain) Each $ 2,002.15 1.0 $ 2,002.15 C5 8" 22-1 /2 deg Bend (watermain) Each $ 204.70 1.0 $ 204.70 C6 6" Hydrant Extensions Each $ 655.00 4.0 $ 2,620.00 C7 Terraseed SF $ 0.22 322.43 $ 70.93 C8 4" Non-perorated subdrain (church roof drains) LF $ 5.40 11.0 $ 59.40 C9 Work to double face retaining wall (6-1/2 Hours x 2 men) LS $ 715.00 1.0 $ 715.00 C10 Reinforcing Steel (1/2" #4 bar black used at 3497 Kaufmann) LF $ 1.35 120.0 $ 162.00 C11 Rip Rap for Judge Property -Lump Sum LS $$ 2931.20 1.0 $ 2,931.20 C12 8" x 4" PVC wye Each $ 37.95 1.0 $ 37.95 C13 8" PVC Cap Each $ 72.45 1.0 $ 72.45 C14 4" PVC Pipe LF $ 35.80 20.0 $ 716.00 C15 4" 45 degree bends Each $ 34.50 2.0 $ 69.00 C16 Re-establish Property Pins LS $ (200.00) 1.0 $ (200.00) C17 Color Upcharge (Wall) SF $ 2.01 1353.0 $ 2,719.53 C18 4" Perf. Pipe with Sock LF $ 1.15 100.0 $ 115.00 C19 8" PVC Pipe LF $ 9.87 98.0 $ 967.26 C20 8"x8"x4" Tee Each $ 69.00 3.0 $ 207.00 C21 4" ADS Perf. To Solid Femco Each $ 27.60 3.0 $ 82.80 C22 4" Fernco Each $ 11.50 3.0 $ 34.50 C23 8" Cap Each $ 27.60 1.0 $ 27.60 C24 4" Clean Outs w/Cap Each $ 16.10 3.0 $ 48.30 C25 4"x4"x4" Tee Each $ 8.05 3.0 $ 24.15 J r C26 Filter Fabric C27 8" 45 Degree Elbow C28 4" Solid Pipe C29 Labor C30 1" Clean Stone C31 _Washed Chips C32 Fence Adapter C33 101-B Special SY $ 2.30 Each $ 51.75 LF $ 1.84 LS $ 207.00 Ton $ 14.87 T__ ~ ,~,o LS $ 3,970.35 Each $ 966.00 132.0 1.0 30.0 1.0 56.9 7.6 1.0 A !~ $ 303.60 $ 51.75 $ 55.20 $ 207.00 $ 845.36 $ 130.57 $ 3,970.35 $ 966.00 TOTAL AMOUNT EARNED TO DATE -CHANGE ORDERS: $ 21,375.87 TOTAL AMOUNT EARNED TO DATE: ~ 542,647.00 TOTAL DUE CONTRACTOR: $542,647.00 ENGINEERING: $71,485.88 TOTAL CONSTRUCTION COST: $614,132.88 CERTIFICATE OF THE CITY MANAGER: I hereby certify that the above statement shows in detail the correct amount of all work required to complete the above improvement. APPROVED: Michael Van Millig ity Man er City of Dub u ,Iowa APPROVED: t/' Gus Psihoyos, City Engineer City of Dubuque, Iowa CERTIFICATE OF THE CONTRACTOR: The undersigned, Horsfield 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: l TITLE: /-~Q( ''~~7~ DATE: ! ~/~ ~ / NOTICE OF FILING OF THE FINAL SCHEDULE OF ASSESSMENTS AGAINST BENEFITED PROPERTIES FOR THE BONBON ROAD RECONSTRUCTION PROJECT WITHIN THE CITY OF DUBUQUE, IOWA TO THE PERSONS OWNING LAND LOCATED WITHIN THE DISTRICT DESCRIBED AS THE BONBON ROAD RECONSTRUCTION PROJECT WITHIN THE CITY OF DUBUQUE, IOWA: The improvement type(s) and the location(s) is (are) as follows: Bonson Road, between Asbury Road and Meggan Street 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 Bonson Road Reconstruction Project has been adopted and assessments confirmed by the City Council of Dubuque, Iowa, and that said schedule of assessments has been certified to the Dubuque 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, CITY HALL, 50 W. 13T" STREET, DUBUQUE, IOWA, 52001 AT ANY TIME WITHIN 30 DAYS AFTER THE DATE OF THIS LETTER. After 30 days, unpaid special assessments of $100.00 or more shall be levied against said benefited property with the Dubuque County Treasurer of Dubuque County, Iowa and will be payable in 10 annual installments at the County Treasurer's Office, and will draw annual interest at nine percent (9%) computed to the December 1st 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 Bonson Road 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 RESOLUTION NO. 52-07 A RESOLUTION ADOPTING THE FINAL ASSESSMENT SCHEDULE FOR THE BONBON ROAD RECONSTRUCTION PROJECT INCLUDING CERTAIN INFORMATION REQUIRED BY THE CODE OF IOWA, SPECIFICALLY, THE NUMBER OF ANNUAL INSTALLMENTS INTO WHICH ASSESSMENTS ARE DIVIDED, THE INTEREST ON ALL UNPAID INSTALLMENTS, THE TIME WHEN THE ASSESSMENTS ARE PAYABLE AND DIRECTING THE CLERK TO CERTIFY THE FINAL SCHEDULE AND TO PUBLISH NOTICE THEREOF NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That after full consideration of the Final Schedule of Assessments as shown on the attached sheet(s), Page 1 to Page 1 inclusive, is hereby determined to be the Final Schedule of Assessments to be made for the construction of the Bonson Road Reconstruction Project under contract with Horsfield Construction, Inc. of Epworth, Iowa, and which the Final Schedule of Assessments were filed in the office of the City Clerk on the 5th day of February, 2007, the said Final Schedule of Assessments be and the same is hereby approved and adopted. That there be, and is hereby assessed and levied as a special tax against and upon each of the benefited properties, the respective sums indicated. Provided, further, that the amounts shown in said Final Schedule of Assessments as deficiencies are found to be proper and levied conditionally against the respective properties benefited by -the improvements as shown in the schedule, subject to the provisions of Section 384.63 of the Code of Iowa. Said assessments against said lots are hereby declared to be in proportion to the special benefits conferred and not in excess of twenty-five percent of the value of same. That the City Clerk be and is hereby directed to certify said schedule to the County Treasurer of Dubuque County, Iowa, and to publish notice of said certification once each week for two consecutive weeks in the manner provided in Section 362.3, the first publication of which shall be not more than fifteen days from the date of filing of the final schedule. On or before the date of the second publication of the notice, the City Clerk shall also mail a copy of said notice to property owners whose property is subject to assessment, as provided and directed in Section 384.60 of the Code of Iowa. Those assessments may be paid in full or in part without interest at the office of the City Treasurer, City Hall, 50 W. 13th Street, Dubuque, Iowa, at any time within 30 days after the date of the first publication of this notice of the filing of the Final Schedule of Assessments with the County Treasurer. After 30 days, unpaid assessments of $100.00 or more are payable in 10 annual installments at the County Treasurer's Office, Dubuque County Courthouse, 720 Central Avenue, Dubuque, Iowa, and will draw annual interest at nine (9) percent (commencing on the date of acceptance of the work) computed to 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 1 of each year. Property owners may elect to pay any annual installments semiannually in advance. Passed, approved and adopted this 5th day of February, 2007. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk CITY OF DUBUQUE, IOWA BONBON ROAD RECONSTRUCTION PROJECT F4 JA._ SCHEDULE OF VALUATION AND ASSESSMENTS DATE: JANUARY 29, 2007 The fogovdng schedule is hereby determined to show each lot proposed to be assessed for the improvement shown in the title together w8h the amount proposed to be assessed against each Ict and the valuations shown opposhe each lol are hereby fixed as the We valuaticns of such lots by the City Council of the Cily of Dubuque. PARCEL VALUATION NET PAVWG DEFICIENCY PUBLIC SANRARY SEWER WATER SERVICE TOTAL NET PROPERTYOWNER WIME LOT DESCRIPTION NUMBER WRN IMPROVEMENT ASSESSMENT ASSESSMENT IMPROVEMENTS LATERAL LATERAL ASSESSMENT ASSESSMENT ASSESSMENT ASSESSMENT Raber, Ahraham A 8 Hickson, Nicole M Lot 17 Block 1 Sunset Park Sub. 10-21-227-003 $105,350.99 53,550.99 53,550.99 53,550.99 Lindgreen, David J. 8 Christine M. Lot 78 &ock 1 Sunset Park Sub. 10-21-227-001 $98,139.82 $3,539.82 53,539.82 53,539.82 BreBbach, Larry 8 Shannon Lot i7 Block 3 Sunset Park Suh. 10-16482-011 5113,025.69 53.625.69 $3,625.69 53,fi25.69 Comekus, Michael P. 8 Jani K Lot 16 Block 3 Sunset Park Sub. 10-16482-012 594,981.24 51,08124 $1,087.24 51,081.24 Kupierschmidt, Edward K 8 Lynn Lol 15 Block 3 Sunset Park Sub. 10.16482-013 590,887.73 5439.73 $439.73 5439.73 Ptab, Joseph A. 8 Lisa G. Lo[ 14 Block 3 Sunset Park Suh. 10.16482-014 $101,215.25 5215.25 5215.25 521525 McDermott, Geri J. Lat 13 Block 3 Sunset Park Sub. 10-16482-015 5100,767.59 5113.59 8113.59 3713.59 Bunows, Donald E. 8 Joyce A Lo[ 18 Bbck 3 Sunset Park Sub. 10.16<82-0Oi 5104,808.46 57.760.46 53,760.46 33,760.46 Beyer, James E. 8 Patrida K. Lot 19 Block 3 Sunset Park Sub. 10.16482-002 5123,451.20 51,05120 51,05120 51,051.20 Kane, Michael J. 8 Barbara A. Lot 20 Block 3 Sunset Park Sub. 10.16482-003 5100,0%.22 53%.22 53%.22 539622 HutzeB, Keay J. 8 Laura A. Lot 21 Block 3 Sunsel Park Sub. 10-16482-004 399,307.55 3207.55 5207.55 5207.55 Bruggeman, Maria D. Lot 22 Bkck 3 Sunset Park Sub. 70.16482-005 3105,359.30 559.30 559.30 559.30 Joos, Dadene M. Trust Lot 10 Bbck 5 Sunset Park Sub. 70.16481-010 5111,513.60 53,813.60 $3,813.60 $3,813.60 Imhof, Tvrila B. Lot 9 &ock 5 Sunset Park Sub. 10.16487-011 599,568.01 $1,020.01 51,020.01 57,020.01 Reding, Jay A 8 Laura A Lot 8 Block 5 Sunset Park Sub. 10-76487-012 599.985.44 5385.44 5385.44 5385.44 Dougherty, Clement F. 8 Rita M. Lot 7 &ock 5 Sunset Park Suh. 10.76481-013 5704,654.01 5206.01 $206.01 5206.01 Griesinger, Jackie D. 8 Patdda Lot 6 &ock 5 Sunset Park Sub. 10-16481-014 595,300.37 552.37 552.37 352.37 Walker, Wiliam J. 8 Christine Lot 11 Bbck 5 Sunset Park Sub. 10.16481-0Ot 5113,028.50 33,728.50 53.72850 53,728.50 Christensen, Kurt E. Lot 12 Block 5 Sunset Park Sub. 10.16481-002 588,872.77 51,072.77 51,072.77 51,072.77 Boat Trust, Hazel B., Go American Trust lot 13 Block 5 Sunset Park Sub. 10-16481-003 594,602.77 3402.77 5402.77 5402.77 Wigiams, James Dexter 8 Gloria Lot 14 Block 5 Sunset Park Suh. 1 0.1648 7-004 $84,557.86 $209.86 Y209.86 5209.86 Meier, Sheryl A Lot 15 Black 5 Sunset Park Sub. 10-16481-0OS $96,471.15 563.15 563.15 563.15 Kubik, Robert D. Lot 14 Block 6 Sunset Park Sub. 10-16480-011 5109,305.67 $3,605.fi7 53,605.67 $3,605.67 Trovbddge, Ralph W. 8 Peggy M. Ld 13 Block 6 Sunset Park Sub. 10-16480-072 5104,483.15 51,135.75 57.135.75 21,135.15 Hau(e, Je(key D. 8 Sherry G. Lot 12 Black 6 Sunset Park Sub. 10-76480-013 5107,938.19 2438.19 5438.19 5438.19 Wissing, Chades E., Sr. B Lori A. Lot 11 Block 6 Sunset Park Suh. 10-16480-014 5100,614.48 2274.48 3214.48 5274.48 Cadson, Kimberty M. Lot 10 Block 6 Sunset Park Sub. 10.164801115 599,180.09 580.09 580.09 580.09 Custer, Hardd 8 Rita Revocable Tmst Lot 15 Block 6 Sunset Park Sub. 10.16480-001 $92,249.39 53,901.39 53,901.39 53,901.39 Dupont, Edc M. 8 Tammy S. Lot i6 Block 6 Sunset Park Sub. 10.16480-002 594,549.28 51,04928 57.049.28 57,049.28 Esser, Michael P. Lot 17 Block 6 Sunset Park Sub. 10-16480-003 3106,108.93 5408.93 5408.93 5408.93 Thompson, Gene P. 8 Karen A Lot 18 Block 6 Sunset Park Sub. 10.16480-004 3117,910.24 5210.24 $210.24 5210.24 O'Conneg, Jahn, Jr. 8 Mary T. Lot 19 8 Lot 2-20 Block 6 Sunset Park Sub. 10.76480-005 3112,885.10 585.10 285.10 585.10 Terv4lkger, Vahan J. 8 Kris A. Lot 1 Copper Field Sub. 10-76453-010 249,603.18 56,803.18 46.803.18 56.803.18 Terwtlkger, Nathan J.BKds A. Lott Copper Field Sub. 10-1645}011 $38,167.34 $7,367.34 $1,367.34 57,367.34 Grierson, Robert A 8 Dawn M. Lot 3 Copper Field Sub. 10.16453-012 5102,527.30 5327.30 $327.30 5327.30 Schwartr, Thomas C. 81lda Jean Lo[ 17 Buena 1/sta Sub. #1 10-16453-0OB 5289,549.59 5649.59 5649.59 5649.59 Burbach, Mary Ann, Ded. of Trust Lo[ 18 Buena Vista Sub. #1 10-16453-009 $283,269.01 56,921.01 56,921 01 56,921.01 Woods, Richard J. 8 Lynette E. Lat 1 Buena Vlsta Sub. #1 10.16456-001 5377,638.% $5,138.96 55,138.96 55,138.96 WoM, Larry C. 8 Roberta J. Lot 2 Buena Ysta Sub. #1 70.16456-002 2261,734.57 $5,734.57 55,334.57 55,334.57 Deicer, James P. Lot 3 Buena vista Sub. #1 70.16456-003 5292,434.57 $5,334.57 S5 ]3457 $5,334.57 Dubuque Iowa Congregation of Jehavahs Lot 4 Buena Visfn Sub. #1 10-21-202-003 3282,653.47 58,933 47 $8,933.47 58,933.47 580,934.03 380,934.03 380,934.03 Page 1 or 1