US52 - Central Avenue (9th - 21st) HMA Pavement Resurfacing Project Cooperative Funding Agreement for Primary Road ProjectCity of Dubuque
City Council Meeting
Consent Items # 13.
Copyrighted
November 1, 2021
ITEM TITLE: US52 - Central Avenue (9th - 21 st) HMA Pavement Resurfacing Project:
Cooperative Funding Agreement for Primary Road Project
SUMMARY: City Manager recommending authorization for the Mayor to execute the
Iowa Department of Transportation (Iowa DOT) Cooperative Agreement
for Primary Road Project for the Phase 4 - HMA Pavement Milling and
Resurfacing Project on Central Avenue from 9th Street to 21 st Street.
RESOLUTION Approving the Iowa Department of Transportation
Cooperative Agreement for Primary Road Project (Agreement No. 2019-
16-189) for the Phase 4 - US52 Central Avenue (9th - 21 st) HMA
Pavement Resurfacing Project
SUGGESTED Suggested Disposition: Receive and File; Adopt Resolution(s)
DISPOSITION:
ATTACHMENTS:
Description Type
US Hwy 52 Central Avenue HMA Pavement
Resurfacing Project Cooperative Funding Agreement- City Manager Memo
MVM Memo
Staff Memo
Resolution
Cost Share Tabulation
Funding Agreement
Staff Memo
Resolutions
Supporting Documentation
Supporting Documentation
THE C
DUj!BQTE
Masterpiece on the Mississippi
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: US52 -Central Avenue (9th - 21 st) HMA Pavement Resurfacing
Cooperative Funding Agreement for Primary Road Project
Iowa DOT Agreement No. 2019-16-189
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
DATE: October 27, 2021
Dubuque
WAWca 914
ii
2007-2012.2013
2017*2019
Project
Assistant City Engineer Bob Schiesl recommends City Council authorization for the
Mayor to execute the Iowa Department of Transportation (Iowa DOT) Cooperative
Agreement for Primary Road Project for the Phase 4 - HMA Pavement Milling and
Resurfacing Project on Central Avenue from 9th Street to 21 st Street.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
v
Mic ael C. Van Milligen
MCVM:jh
Attachment
CC' Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Gus Psihoyos, City Engineer
Robert Schiesl, Assistant City Engineer
THE C
DUUB__'*__E
Masterpiece on the Mississippi
TO: Michael C. Van Milligen, City Manager
Gus Psihoyos, City Engineer
FROM: Robert Schiesl, Assistant City Engineer
Dubuque
All -America City
2007-2012.2013
2017*2019
SUBJECT: US52 -Central Avenue (9th - 21 st) HMA Pavement Resurfacing Project
Cooperative Funding Agreement for Primary Road Project
Iowa DOT Agreement No. 2019-16-189
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
DATE: October 26, 2021
INTRODUCTION
The enclosed resolution authorizes the Mayor to execute the Iowa Department of
Transportation (Iowa DOT) Cooperative Agreement for Primary Road Project for the Phase
4 - HMA Pavement Milling and Resurfacing Project on Central Avenue from 9t" Street to
21 st Street.
BACKGROUND
The HMA Milling and Resurfacing Project on Central Avenue from 91" to 21 st Street was
the 4t" and final phase of a joint partnership project between the City and the Iowa
Department of Transportation (Iowa DOT). The scope of the multi -year joint pavement
rehabilitation project includes the following:
• Phase 1 - Central Ave (21 st to 32nd) Pavement Rehab Project (completed in 2011)
• Phase 2 - White Street (11th to 21 st) Pavement Rehab Project (completed in 2014)
• Phase 3 - White (9th to 11th), 11th (White to Elm) Pavement Rehab (completed in 2019)
• Phase 4 -Central Ave (9th to 21 st) Pavement Rehab Project (completed 2021)
The Phase 4 - Central Avenue (9th - 21 st) HMA Pavement Resurfacing Project provided
for the following improvements:
• Pavement milling on Central Avenue, from 9th to 21 st Street.
• Transverse and longitudinal joint repair as needed.
• Pavement sub -base repair and patching as needed.
• HMA resurfacing of both thru driving lanes and parking areas on Central Ave, from 9th
to 21 st Street
• Spot curb, driveway, and sidewalk replacement.
• Storm sewer improvements.
• Water main replacement.
• Installation of ADA pedestrian access curb ramps (30 total).
DISCUSSION
The segment of Central Avenue from 9th to 21st Street were previously designated US
Highway 52 and was under the jurisdiction of the Iowa DOT when the Pavement
Resurfacing Project was completed in 2021.
Through the cooperative agreement, the Iowa DOT will be responsible for the eligible
construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in
each direction from roadway centerline) and 50% of the costs associated with the
pedestrian access curb ramps at all the intersection quadrants along the project corridor.
The City will be responsible for the costs associated with pavement rehabilitation of the
parking lanes and the costs for curb and sidewalk replacement, underground utility work,
50% of the costs associated with the pedestrian access curb ramps at all the intersection
quadrants along the project corridor and landscape restoration. All other associated costs,
such as engineering design, contract administration, construction engineering and
inspection will be funded solely with City funding.
RECOMMENDATION
I recommend that the Mayor be authorized to execute the Iowa Department of
Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2019-16-
189) for the HMA Pavement Milling and Resurfacing Project on Central Avenue from 9th
Street to 21 st Street.
BUDGETIMPACT
On June 6, 2019, the City received bids for the Phase 4 - US52 Central Avenue (9th -
21st) HMA Pavement Resurfacing Project and on June 17, 2019, the City Council awarded
the construction contract to River City Paving of Kieler, Wisconsin, in the low bid in the
amount of $1,335,856.96.
Based on the awarded contract amount, the estimate of probable cost for the US52 -
Central Avenue (9th - 21st) HMA Pavement Resurfacing Project is summarized in the
following table:
Description
Cost Estimate
Award
Construction Contract
$ 1,575,920.00
$ 1,335,856.96
Contingency
157,600.00
133,585.70
Engineering Design
173,400.00
146,944.27
Construction Administration & Inspection
121,300.00
102,860.99
Total Construction Cost Estimate
$ 2,028,220.00
$ 1,719,247.91
The project funding summary is as follows:
CIP
Funding Source
Amount
3602760
Iowa DOT Funding
$ 640,548.32
3602760
Central Ave (9th - 21st) HMA Pavement Resurfacing
935,188.64
7202756
Central Ave Storm Sewer Improvements
41,038.25
7401405
1 Water Main Replacement
102,472.70
Total Project Funding
$ 1,719,247.91
The projected Iowa DOT cost is based on a 44% State and 56% City proportional cost
share based on eligible roadway and storm sewer related items.
ACTION TO BE TAKEN
I respectfully request that the City Council adopt the attached resolution and authorize the
Mayor to sign the Iowa Department of Transportation Cooperative Agreement for Primary
Road Project (Agreement No. 2019-16-189) for the Phase 4 - HMA Pavement Milling and
Resurfacing Project on Central Avenue from 9th Street to 21 st Street.
Attach.
Prepared by: Robert Schiesl, Assistant City Engineer
cc: Jenny Larson, Budget Director
Nathan Steffen, P.E. Civil Engineer
Jesse Tibodeau, Roger Walton, Iowa DOT
Prepared by Robert Schiesl City of Dubuque Engineering 50 W. 13th St Dubuque IA 52001 (563)589-4270
Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 13th St. Dubuque, IA 52001 (563)589-4100
RESOLUTION NO. 375-21
RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION
COOPERATIVE AGREEMENT FOR PRIMARY ROAD PROJECT (AGREEMENT NO.
2019-16-189) FOR THE PHASE 4 - US52 CENTRAL AVENUE (9TH - 21ST) HMA
PAVEMENT RESURFACING PROJECT.
Whereas, the City of Dubuque has completed the US52 - Central Avenue (9th -
21 st) HMA Pavement Resurfacing Project, (the Project); and
Whereas, the segment of Central Avenue from 9th Street to 21st Street was
designated US Highway 52 and are under the jurisdiction of the Iowa Department of
Transportation (Iowa DOT) when the US52 - Central Avenue (9th - 21 st) HMA Pavement
Resurfacing Project, was completed in 2021; and
Whereas, the US52 - Central Avenue (9th - 21st) HMA Pavement Resurfacing
Project, provided for the: milling; transverse and longitudinal joint repair; pavement sub-
base repair and patching; HMA resurfacing of both thru lanes and parking areas; spot
curb, driveway, and sidewalk replacement; storm sewer improvements; installation of
ADA pedestrian ramps; and water main replacement; and
Whereas, the Iowa DOT has authorized the use of State funds for eligible
construction costs for the US52 - Central Avenue (9th - 21st) HMA Pavement Resurfacing
Project.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
Section 1. That said Cooperative Agreement for Primary Road Project
(Agreement 2019-16-189) between the City of Dubuque and the Iowa Department of
Transportation is hereby approved for the US52 - Central Avenue (9th - 21st) HMA
Pavement Resurfacing Project.
Section 2. That the Mayor be authorized and directed to execute two copies of
Iowa DOT Cooperative Agreement for Primary Road Project (Agreement 2019-16-189)
for the US52 - Central Avenue (9th - 21 st) HMA Pavement Resurfacing Project.
Passed, approved and adopted this 1 st day of November 2021.
Attest:
ael'i4�'N/!Q
Adrienne N. Breitfelder, City Clerk
�U
D. Buol, Mayor
THE CITY OF EXHIBIT B
City of Dubuque - Engineering Division
DUB E BID RESULTS
COST SHARE TABULATION
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
DATE: 6/6/2019
PROJECT NAME: US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
ESTIMATE ESTIMATE ESTIMATE ESTIMATE
BID ITEM REFERENCE BID ITEM DESCRIPTION BID UNIT BID BID QUANTITY I COST I QUANTITY COST
NUMBER NUMBER I QUANTITY UNIT PRICE TOTAL PRICE (STATE) I (STATE) (CITY) (CITY)
ROADWAY ITEMS
0010
2102 - 0425070
Special Backfill
1592.00
TON
$
23.00
$
36,616.00
358.00
1
8,234.00
1234.00
$
28,382.00
0020
2105 - 8425005
Topsoil, Furnish & Spread
7.00
CY
$
135.00
$
945.00
$
7.00
$
945.00
0030
2212 - 0475095
Cleaning and Preparation of Base
0.75
MILE
$
10,000.00
$
7,500.00
0.38
$
3,800.00
0.37
$
3,700.00
0040
2212 - 5070310
Patch, Full -Depth Repair
935.00
SY
$
93.10
$
87,048.50
292.00
$
27, 185.20 j
643.00
$
59,863.30
0050
2212 - 5075001
Hot Mix Asphalt Surface Patches
60.00
TON
$
350.00
$
21,000.00
30.00
$
10,500.00
0
$
10,500.On
0060
2214 - 5145150
Pavement Scarification
20503.00
SY
$
3.61
$
74,015.83
10498.00
1
37,897.78
10005.00
$
36,118.05
0070
2301 - 1033080
Standard or Slip Form PCC Pavement, Class C, Class 3 Durability, 8 IN.
208.00
SY
$
68.25
$
14,196.00
71.50
$
4,879.88
136.50
$
9,316.13
0080
2303 - 0000100
HMA Commercial Mix ( Includes Asphalt Binder), As Per Plan
63.00
TON
$
150.00
$
9,450.00
31.50
$
4,725.00
31.50
$
4,725.00
0090
2303 - 0002380
HMA Interlayer Base Course, 3/8 IN. Mix
1231.00
TON
$
56.39
$
69,416.09
610.00
$
34,397.90
621.00
$
35,018.19
0100
2303 - 1041500
HMA HT, Base Course, 1/2 - IN. Mix
100.00
TON
$
99.52
$
9,952.00
0.00
$
100.00
$
9,952.00
0110
2303-1042500
HMA HT, Intermediate Course, 1/2 IN. Mix
1847.00
TON
$
57.39
$
105,999.33
916.00
$
52,569.24
931.00
$
53,430.09
0120
2303 - 1 D43500
HMA HT, Surface Course, 1/2 - IN. Mix, NO SPECIAL FRIC REQ
1847.00
TON
$
57.39
$
105,999.33
916.00
$
52,569.24
931.00
�$ 53,430.09
0130
2303 - 1258284
Asphalt Binder, PG 58-28H, High Traffic
227.50
TON
$
578.00
$
131,495.00
110.00
$
63,580.00
117.50
$$
67,g15,pp ■
0140
2303 - 1258346
Asphalt Binder, PG 58-34E, Extremely High Traffic
95.00
TON
$
633.00
$
60,135.00
47.00
$
29,751.00
48.00
$
30,384.00
0150
2303 - 6911000
HMA Pavement Samples
1.00
LS
$
1,920.00
$
1,920.00
1.00
$
1,920.00
$
0160
2435 - 0600010
Manhole Adjustment, Minor
26.00
EACH
$
855.00
$
22,230.00
8.00
$
6,840.00
18.00
$
15,390.00
0170
2510 - 6745850
Removal of Pavement
907.50
SY
$
9.20
$
8,349.00
241.50
$
2,221.80
666.00
$
6,127.20
0180
2511 - 6745900
Removal of Sidewalk
1009.00
SY
$
9.75
$
9,837.75
504.50
$
4,918.88
504.50
$
4,918.88
0190
2511 - 7526004
Sidewalk, PCC, 4-IN.
628.00
SY
$
56.70
$
35,607.60
314.00
$
17,803.80
314.00
$
17,803.80
0200
2511 - 7526006
Sidewalk, PCC, 6-IN.
354.00
SY
$
68.25
$
24,160.50
177.00
$
12,080.25
177.00
$
1208025
0210
2511-7528101
Detectable Warnings
470.00
SF
$
48.00
$
22,560.00
235.00
$
11,280.00
235.00
$
11!280!00
0220
2512 - 1725256
Curb and Gutter, P.C. Concrete, 2.5 FT.
829.00
LF
$
28.35
$
23,502.15
414.50
$
11,751.08
414.50
$
11,751.08
0230
2515 - 2475006
Driveway, P.C. Concrete, 6 IN.
70.00
SY
$
68.25
$
4,777.50
35.00
$
2,388.75
35.00
$
2,388.75
0240
2515 - 6745600
Removal of Paved Driveway, PCC
62.00
SY
$
18.00
$
1,116.00
31.00
$
558.00 ,
31.00
$ 558.00
0250
2515 - 6745605
Removal of Paved Driveway, HMA
33.00
SY
$
22.00
$
726.00
16.50
$
363.00
16.50
$
2527 - 9263109
Painted Pavement Marking, Waterborne or Solvent - Based
117.40
STA
$
64.00
$
7,613.60
15.30
$
979.20
102.10
$
E36;3.000260
6,.40
0270
2528 - 8445110
Traffic Control
1.00
LS
$
74,860.00
$
74,860.00
0.44
$
32,938.40
0.56
$
41,921.60
0280
2528 - 8445113
Flaggers
55.00
EACH
$
480.00
$
26,400.00
55.00
$
26,400.00
$
-
0290
2533 - 4980005
Mobilization
1.00
LS
$
30,300.00
$
30,300.00
0.44
$
13,332.00
0.56
$$
16,968.00
0300
2555-0000010
Deliver and Stockpile Salvaged Materials
1.00
LS
$
1,000.00
$
1,000.00
$
1.00
$
1,000.00
0310
2601 - 2639010
Sodding
5.00
SO
$
375.00
$
1,875.00
$
5.00
$
1,875.00
0320
2601 - 2643110
Watering for Sod, Special Ditch Control or Slope Protection
5.00
MGAL
$
225.00
$
1,125.00
$
,
5.00
$ 1,125.00 j♦
0330
2602 - 0000312
Perimeter and Slope Sediment Control Device, 12 IN. DIA.
200.00
LF
$
13.50
$
2,700.00
100.00
$
1,350.00
100.00
$
1,350.00
0340
2602 - 0000350
Removal of Perimeter and Slope Sediment Control Device
200.00
LF
$
3.25
$
650.00
100.00
$
325.00
100.00
$
325.00
0350
2599 - 9999005
Water Valve Fixture, Adjustment
27.00
EACH
$
430.00
$
11,610.00
4.00
$
1,720.00
23.00
$
9,890.00
0360
2599 - 9999005
12" x 18" Precast Composite Handhole
4.00
EACH
$
534.77
$
2,139.08
$
4.00
$
2,139.08
2019-16-189_Dubuque
THE CITY OF EXHIBIT B
City of Dubuque - Engineering Division
DUB E BID RESULTS
COST SHARE TABULATION
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
DATE: 6/6/2019
PROJECT NAME:
US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
ESTIMATE
ESTIMATE
ESTIMATE
ESTIMATE
BID ITEM
REFERENCE
BID ITEM DESCRIPTION
BID
UNIT
BID
BID
QUANTITY
COST
QUANTITY
COST
NUMBER
NUMBER
QUANTITY
UNIT
PRICE
TOTAL
PRICE
(STATE)
(STATE)
(CITY)
(CITY)
0370
2599 - 9999005
Relocate 2 ft Round Handhole
1.00
EACH
$
1,794.18
$
1,794.18
0.50
$
897.09
0.50
$ 897.09
0380
2599 - 9999005
Handhole, PC, Rectangular, 2' X 3'
1.00
EACH
$
5,919.21
$
5,919.21
$
1.00
$$ 5919.21
0390
2599 - 9999005
Removal of Signal Foundation
3.00
EACH
$
1,125.57
$
3,376.71
$
3.00
$ 3,376.71
0400
2599 - 9999009
20 C MSA Traffic Wire
356.00
LF
$
3.83
$
1,363.48
178.00
$
681.74
178.00
$ 681.74
0410
2599 - 9999009
#4 AWG XHHW Ground
356.00
LF
$
1.60
$
569.60
178.00
$
284.80
178.00
$ 284.80
0420
2599 - 9999009
ESSEX CAT 6 OSP Cable
299.00
LF
$
3.28
$
980.72
149.50
$
490.36
149.50
$ 490.36
0430
2599 - 9999009
Pre-Empt Wire
194.00
LF
$
2.28
$
442.32
97.00
$
221.16
97.00
$ 221.16
0440
2599 - 9999009
#10 Solid Pro Trace HF-CCS-PE30
356.00
LF
$
1.49
$
530.44
178.00
$
265.22
178.00
$ 265.22
0450
2599 - 9999009
PCC Barrier Curb, 6" Wide
50.00
LF
$
31.50
$
1,575.00
$
50.00
$ 1,575.00
0460
2599 - 9999009
Sawcut, Full -Depth, HMA, Concrete & HMA/Concrete Composite Pavement
6500.00
LF
$
3.75
$
24,375.00
1770.00
$
6,637.50
4730.00
$ 17,737.50
0470
2599 - 9999009
Milling Transverse Joints
2015.00
LF
$
8.63
$
17,389.45
1511.00
$
13,039.93
504.00
$ 4,349.52
0480
2599 - 9999009
Milling Longitudinal Joints
2260.00
LF
$
5.32
$
12,023.20
1943.00
$
10,336.76
317.00
$ 1,686.44
0490
2599-9999009
Remove HMA from Curb & Gutter and Clean
580.00
LF
$
6.19
$
3,590.20
$
580.00
$ 3,590.20
0500
2599-9999009
Conduit, Trenched, PVC, 4"
47.00
LF
$
57.02
$
2,679.94
23.50
$
1,339.97
23.50
$ 1,339,97
0510
2599-9999009
Conduit, Trenched, PVC, 2"
85.00
LF
$
55.85
$
4,747.25
42.50
$
2,373.63
42.50
$ 2,373.63
0520
2599 - 9999010
Safety Wedge Cut
1.00
LS
$
6,888.00
$
6,888.006,888.00
1.00
$
6,888.00
$
0530
2599 - 9999010
Milling Mobilization
1.00
LS
$
5,291.00
$ 5,291.00
0.51
$
2,709.11
0.49
$ 2,58189
0540
2599 - 9999014
Removal of Brick Pavers
23.00
SF
$
11.00
$
253.00
$
23.00
$ 253.00
0550
2599 - 9999014
Purington Paver with Concrete Base
206.00
SF
$
11.50
$
2,369.00
103.00
$
1,184.50
103.00
$ 1,194.50
0560
2599 - 9999020
HMA Joint Repair, 3" Depth ( Max.)
140.00
TON
$
150.00
$
21,000.00
108.00
$
16,200.00
32.00
$ 4,800.00
0570
2599 - 9999020
3" Breaker Run Macadam
100.00
TON
$
22.00
$
2,200.00
100.00
$
2,200.00
$
Roadway Sub Total
$
1,168,084.96
$
545,009.15
$ 623,075.81
STORM SEWER ITEMS
NOTE: STORM SEWER 50%COST SHARE FOR CURB RAMP MODIFICATIONS
0580
2503 - 0114215
Storm SWR, G-Main, Trenched, HOPE, 12 IN.
100.00
LF
$
57.00
$
5,700.00
50.00
$ 2,850.00 50.00 $ 2,850.00
0590
2503 - 0114236
Storm SWR, G-Main, Trenched, HOPE, 15 IN.
100.00
LF
$
59.00
$
5,900.00
50.00
$
2,950.00
50.00
$ 2,950.00
0600
2503 - 0200036
Remove Storm Sewer Pipe Less Than or Equal to 36 IN.
60.00
LF
$
43.00
$
2,580.00
30.00
$
1,290.00
30.00
$ 1,290.00
0610
2510 - 6750600
Removal of Intakes and Utility Accesses
17.00
EACH
$
620.00
$
10,540.00
8.50
$
5,270.00
8.50
$ 5,270.00
0620
2435 - 0250110
Intake, SW-501 MODIFIED
10.00
EACH
$
2,510.00
$
25,100.00
5.00
$
12,550.00
5.00
$ 12,550.00
0630
2435 - 0600110
Intake Adjustment, Minor
4.00
EACH
$
520.00
$
2,080.00
2.00
$
1,040.00
2.00
$ 1040,00 ■
0640
2599 - 9999005
Intake 101-B, Special
7.00
EACH
$
3,245.00
$
22,715.00
3.50
1
11,357.50
3.50
$ 11,357.50
Storm Sewer Sub Total
$
74,615.00
$
37,307.50
37,307.50
WATER MAIN ITEMS
0650
2554-0132004
Water Main, Trenched, Ductile Iron Pipe (DIP), 4 IN.
10.00
LF
$
125.00
$
1,250.00
$
10.00
$ 1,250.00
0660
2554 - 0112006
Water Main, Trenched, Ductile Iron Pipe (DIP), 6 IN.
70.00
LF
$
97.00
$
6,790.00
$
70.00
$ 6,790.00
0670
2554 - 0112008
Water Main, Trenched, Ductile Iron Pipe (DIP), 8 IN.
47.50
LF
$
107.00
$
5,082.50
$
47.50
$ 5,082.50
2019-16-189_Dubuque
THE CITY OF EXHIBIT B
City of Dubuque - Engineering Division
DUB E BID RESULTS
COST SHARE TABULATION
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
DATE: 6/6/2019
PROJECT NAME:
US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
ESTIMATE
ESTIMATE
ESTIMATE
ESTIMATE
BID ITEM
REFERENCE
BID ITEM DESCRIPTION
BID
UNIT
BID
BID
QUANTITY
COST
QUANTITY
COST
NUMBER
NUMBER
QUANTITY
UNIT
PRICE
TOTAL
PRICE
(STATE)
(STATE)
(CITY)
(CITY)
0680
2554 - 0112012
Water Main, Trenched, Ductile Iron Pipe (DIP), 12 IN.
76.50
LF
$
118.00
$
9,027.00
$
76.50
$
9,027.00
0690
2554-0203000
Fittings By Weight, Ductile Iron
2550.00
LB
$
7.20
$
18,360.00
$
2550.00
$$
18360.00
0700
2554-0205110
Water Service Stub, Copper, 1 In.
20.00
LF
$
95.00
$
1,900.00
$
20.00
$
1,900.00
0710
2554-0205115
Water Service Stub, Copper, 1-1/2 In.
20.00
LF
$
105.00
$
2,100.00
$
20.00
$
2,100.00
0720
2554-0205410
Water Service Corporation, Copper 1 In.
1.00
EACH
$
395.00
$
395.00
$
1.00
$
395.00
0730
2554-0205415
Water Service Corporation, Copper 1-1/2 In.
1.00
EACH
$
580.00
$
580.00
$
1.00
$
580.00
0740
2554-0205710
Water Service Curb Stop and Box, Copper, 1 In.
1.00
EACH
$
375.00
$
375.00
$
1.00
$
375.00
0750
2554-0205715
Water Service Curb Stop and Box, Copper, 1-1/2 In.
1.00
EACH
$
520.00
$
520.00
$
1.00
$
520.00
0760
2554-0207004
Valve, Gate, DIP, 4 IN.
1.00
EACH
$
885.00
$
885.00
$
1.00
$
885.00
0770
2554 - 0207006
Valve, Gate, DIP, 6 IN.
5.00
EACH
$
1,015.00
$
5,075.00
$
5.00
$
5,075.00
0780
2554 - 0207008
Valve, Gate, DIP, 8 IN.
2.00
EACH
$
1,435.00
$
2,870.00
$
2.00
$
2,870.00
0790
2554 - 0207012
Valve, Gate, DIP, 12 IN.
4.00
EACH
$
2,415.00
$
9,660.00
$
4.00
$
9,660.00
0800
2554-0210201
Fire Hydrant Assembly, WM-201
5.00
EACH
$
5,545.00
$
27,725.00
$
5.00
$$
27,725.00
0810
2599 - 9999014
Rigid Insulation Board
250.00
SF
$
2.25
$
562.50
$
250.00
$
562.50
Water Main
Sub Total
$
93,157.00
$
-
$
93,157.00
NOTE: DOT reimbursement for Lump Sum items Traffic Control and
Mobilization will be based on the percentage that is determined by
the total estimated amount of division to the total project cost.
Total Bid (Items 1-81) $ 1,335,856.96
Total Construction Bid:
$ 1,335,856.96
Contingency
$ 133,585.70
Construction Eng. & Inspection - Non Participating
$ 249,805.25
Total Cost Estimate:
$ 1,719,247.91
FUNDING SUMMARY ESTIMATE
Iowa DOT (State) $ 640,548.32
City of Dubuque (City) $ 1,078,699.59
Total Funding Estimate: $ 1,719,247.91
$ 582,316.65 $ 753,540.31
44 % 56%
Contingency $ 58,231.67 Contingency I $ 75,354.03
Total (State) $ 640,548.32 Total (City) $ 828,894.34
$ 249,805.25
$ 1,719,247.91
2019-16-189_Dubuque
February 2017
IOWA DEPARTMENT OF TRANSPORTATION
Cooperative Agreement
For Primary Road Project
County
Dubuque
City
Dubuque
Project No.
NHSN-052-2(157)--2R-31
Iowa DOT
Agreement No.
2019-16-189
Staff Action No.
This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter
designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the
"LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable;
The LPA proposes to establish or make improvements to U.S. 52 within Dubuque County, Iowa; and
The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided;
and
This Agreement reflects the current concept of this project which is subject to modification by mutual
agreement between the LPA and the DOT; and
Therefore, it is agreed as follows:
1. Project Information
a. The LPA shall be the lead local governmental agency for carrying out the provisions of this
agreement.
b. All notices required under this agreement shall be made in writing to the DOT's and/or the LPA's
contact person. The DOT's contact person shall be the Staff Engineer, Roger Walton. The LPA's
contact person shall be the Assistant City Engineer, Bob Schiesl.
c. The LPA shall be responsible for the development and completion of the following described primary
highway project:
Hot Mix Asphalt (HMA) resurfacing on U.S. 52 (Central Avenue) in Dubuque from 9t" Street to 21s'
Street. See Exhibit A for project location.
d. All storm sewers constructed as part of the project will become the property of the LPA, which will be
responsible for their maintenance and operations. The LPA will not make any connections to said
storm sewers without the prior written approval of the DOT. The LPA will prevent use of such storm
sewers as a sanitary sewer.
2. Project Costs
a. The LPA will bear all costs related to the: design, construction engineering, and inspection, including
construction costs related to the water main, erosion control, curb and gutter, except those allocated
to the DOT under other terms of this Agreement.
2019-16-189_Dubuque.docx
February 2017
b. The total cost of construction is estimated at $1,719,248. The DOT shall contribute an estimated
$640,548 toward the project costs from 3R funds which represents the costs associated with
pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline). The
LPA will be responsible for the pavement rehabilitation costs outside the center 24 feet. The costs
associated with pedestrian ramps construction and related storm sewer work will be shared equally
(50/50) between the LPA and the DOT. See Exhibit B for project costs.
c. The LPA will be responsible for its share of the project construction cost. The LPA's share will be
determined by the estimated LPA project cost expressed as a percentage of the estimated total
project construction cost. See Exhibit B for project costs.
d. DOT reimbursement for Lump Sum items Traffic Control and Mobilization will be based on the
percentage that is determined by the total estimated amount of division to the total project cost.
e. The actual amount of DOT reimbursement will be determined by the quantities in place and the
accepted bid at the contract letting.
3. Environmental, Right -of -Way, Permits and Other Requirements
a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Work
Within the Right -of -Way Permit, Access Connection/Entrance Permit, Utility Accommodation Permit,
Application for Approval of a Traffic Control Device, or other construction permits required for the
project prior to the start of construction. Neither the approval of funding nor the signing of this
Agreement shall be construed as approval of any required permit from the DOT.
b. The LPA shall obtain all project permits and / or approvals, when necessary, from the Iowa
Department of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer),
Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, or other
State or Federal agencies as may be required.
c. If there is a railroad crossing within or near the project work area, the LPA shall obtain the necessary
approvals or agreements from the railroad to allow the proposed work to be completed on or around
the railroad crossing and / or right-of-way.
d. If the project requires utility relocations, subject to the approval of and without expense to the DOT,
the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or
removals of existing utility facilities, including but not limited to power, telephone lines, fiber optics
lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water
intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or
publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are
located within the limits of an established street or alley and which will interfere with construction of
the project and the clear zone. All utility relocations shall be accomplished in accordance with the
DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115.
e. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the
proposed Primary Highway project and the FIS is modified, amended or revised in an area affected
by the project after the date of this Agreement, the LPA shall promptly provide notice of the
modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance
Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does
adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall
promptly provide notice of the FIS to the DOT.
2019-16-189_Dubuque.docx
February 2017
4. Project Design
a. The LPA or its consultant shall be responsible for the design of all proposed improvements.
b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a
Professional Engineer licensed to practice in the State of Iowa.
c. All proposed highway or street improvements shall be designed using good engineering judgment
and the American Association of State Highway and Transportation Officials (AASHTO) "Policy on
Geometric Design of Highways and Streets", (latest edition).
d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and
Highways", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa
Administrative Code, Chapter 130.
5. Bid Letting
a. The LPA shall submit the plans, specifications, and all other contract documents for review and
approval prior to letting by the LPA. The project may be submitted for letting in phases, in the order of
preference as determined by the LPA. The DOT shall review said submittal(s) recognizing the LPA's
development schedule and shall, after satisfactory review, authorize in writing the LPA to proceed
with implementation of the project.
b. For portions of the project let to bid, the LPA shall conduct the project bid letting in compliance with
applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a
good faith effort to get at least three (3) bidders, hold a public letting and award contracts for the
project work. DOT concurrence in the award must be obtained prior to the award. The LPA shall
provide the DOT file copies of project letting documents within five (5) days after letting.
c. The LPA shall include in their Notice to Bidders that Sales Tax Exemption Certificates will be issued,
as provided for by Iowa Code section 423.3, subsection 80. The LPA shall be responsible for
obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance.
The LPA shall issue these certificates to the successful bidder and any subcontractors to enable them
to purchase qualifying materials for the project free of sales tax.
d. The LPA shall be the contracting authority.
6. Construction & Maintenance
a. The LPA shall be responsible for the daily inspection of the project, including the compilation of a
daily log of materials, equipment, and labor used on the project.
b. The LPA shall comply with the procedures and responsibilities for materials testing and construction
inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction
Manual. If requested, the DOT may be able to perform some testing services. If performed, the DOT
will bill the LPA for testing services according to its normal policy.
c. The work on this project shall be in accordance with the approved plans and specifications. Any
substantial modification of these plans and specifications must be approved by the DOT prior to the
modification being put into effect.
2019-16-189_Dubuque.docx 3
February 2017
d. The LPA, in cooperation with the DOT, will take whatever steps may be required with respect to
alteration of the grade lines of the new highway facilities constructed under the project in accordance
with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to
properties that may occur as a result of the project.
e. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections
150.3(1)c and 150.4(2) will remove or cause to be removed all encroachments or obstructions in the
existing primary highway right of way. The LPA will also prevent the erection and/or placement of any
structure or obstruction on said right of way or any additional right of way which is acquired for this
project including but not limited to private signs, buildings, pumps, and parking areas.
f. With the exception of service connections no new or future utility occupancy of project right-of-way,
nor any future relocations of or alterations to existing utilities within said right-of-way (except service
connections), will be permitted or undertaken by the LPA without the prior written approval of the
DOT. All work will be performed in accordance with the Utility Accommodation Policy and other
applicable requirements of the DOT.
g. General Parking Requirements:
i. On primary highways at signalized intersections, parking will be prohibited a distance of 20 feet in
advance of the near sidewalk or traffic -control signal and a distance of 20 feet beyond the far
sidewalk. At non -signalized intersections, parking will be prohibited 55 feet in advance of the near
sidewalk and 22 feet beyond the far sidewalk.
ii. On minor side streets controlled with stop signs, with two through lanes and two parking lanes
(parallel or diagonal), parking will be prohibited a distance of 35 feet in advance of the near
sidewalk or stop sign and a distance of 35 feet beyond the far sidewalk. On minor side streets
controlled with stop signs, with four through lanes and two parallel or diagonal parking lanes,
parking will be prohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a
distance of 20 feet beyond the far sidewalk.
iii. On minor side streets with traffic control signals, with two through lanes and two parallel parking
lanes, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic
signal and a distance of 35 feet beyond the far sidewalk. On minor side streets with four through
lanes and parallel or diagonal parking lanes, parking will be prohibited a distance of 20 feet in
advance of the near sidewalk or traffic signal and a distance of 20 feet beyond the far sidewalk.
iv. If not already covered by an existing ordinance, the parking restrictions listed above will be
outlined in a new ordinance which will be enacted by the LPA. The new ordinance would go into
effect no later than such time as the project is completed and opened to through traffic. Parking
shall be prohibited along U.S. 52, within the project limits.
h. Upon completion of the project, no changes in the physical features thereof will be undertaken or
permitted without the prior written approval of the DOT.
i. After the project construction is complete and prior to final acceptance of the project by the DOT, the
LPA shall furnish three sets of "as -built" plans to the DOT's contact person.
j. Future maintenance of the primary highway within the project area will be carried out in accordance
with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150.
2019-16-189_Dubuque.docx
February 2017
7. Traffic Control
a. U.S. 52 through -traffic will be maintained during the construction.
b. Southbound wide loads on U.S. 52 wider than 12-feet will be detoured off the project onto Iowa 32 to
U.S. 20 thence on U.S. 20 to U.S. 52. The LPA will temporarily restrict traffic within the highway
project area by formal action in accord with Iowa Code section 306.41. The LPA will erect and
maintain signs within its jurisdiction, consistent with Part 6 of the "Manual on Uniform Traffic Control
Devices", as necessary to direct traffic to and along said detour route during the construction period.
The LPA will also remove said signs when the detour is discontinued. Details will be shown on the
traffic control sheet(s) within the project plans.
c. Traffic control devices, signing, or pavement markings installed within the limits of this project shall
conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761
Iowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the
use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and
warning lights as necessary.
8. Payments and Reimbursements
a. The LPA shall be responsible for making initial payments to the consultant(s) and contractor(s) for all
project costs incurred in the development and construction of the project. After payments have been
made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project
activities. Reimbursement claims shall include certification by a Professional Engineer licensed to
practice in the State of Iowa that all eligible project activities for which reimbursement is requested
have been paid in full and completed in substantial compliance with the terms of this agreement.
b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project
activity costs. The DOT may withhold up to 5% of the Federal and / or State share of construction
costs, either by state warrant or by crediting other accounts from which payment may have been
initially made. If upon final audit, the DOT determines the LPA has been overpaid, the LPA shall
reimburse the overpaid amount to the DOT. After the final audit or review is complete and after the
LPA has provided all required paperwork, the DOT will release the Federal or State funds withheld.
c. Upon completion of the project, a Professional Engineer licensed to practice in the State of Iowa shall
certify in writing to the DOT that the project activities were completed in substantial compliance with
the plans and specifications set out in this agreement. Final reimbursement of State and / or Federal
funds shall be made only after the DOT accepts the project as complete.
9. General Provisions
a. The LPA shall maintain records, documents, and other evidence in support of the work performed
under the terms of this agreement. All accounting practices applied and all records maintained will be
in accordance with generally accepted accounting principles and procedures. Documentation shall be
made available for inspection and audit by authorized representatives of the DOT and / or the Federal
Highway Administration (FHWA), or their designees at all reasonable times. The LPA shall provide
copies of said records and documents to the DOT upon request. The LPA shall also require its
contractors to permit authorized representatives of the DOT and / or the FHWA to inspect all work
materials, records, and any other data with regard to agreement related costs, revenues and
operating sources. Such documents shall be retained for at least 3 years from the date of FHWA
approval of the final amendment / modification to the project in the FHWA's Fiscal Management
Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will notify the LPA of
the record retention date.
2019-16-189_Dubuque.docx 5
February 2017
b. In accordance with Title VI of the Civil Rights Acts of 1964 and Iowa Code Chapter 216 and
associated subsequent nondiscrimination laws, regulations and executive orders, the LPA shall not
discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation,
gender identity, national origin, religion, pregnancy, or disability.
c. The LPA shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small
Business (TSB) enterprises as consultants or contractors and ensure that the consultants or
contractors make positive efforts to utilize these enterprises as subconsultants, subcontractors,
suppliers or participants in the work covered by this agreement. Efforts shall be made and
documented in accordance with Exhibit C which is attached hereto and by this reference incorporated
into this agreement.
d. The LPA agrees to indemnify, defend and hold the DOT harmless from any action or liability arising
out of the design, construction, maintenance, placement of traffic control devices, inspection, or use
of this project. This agreement to indemnify, defend and hold harmless applies to all aspects of the
DOT's application review and approval process, plan and construction reviews, and funding
participation.
e. If any part of this agreement is found to be void and unenforceable then the remaining provisions of
this agreement shall remain in effect.
f. This agreement is not assignable without the prior written consent of the DOT.
g. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement.
h. In case of dispute concerning the terms of this agreement, the parties shall submit the matter to
arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to
arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written
notice must include a precise statement of the disputed question. The DOT and the LPA agree to be
bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State
or Federal courts absent exhaustion of the provisions of this paragraph for arbitration.
i. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to
be an original.
j. This Agreement, as well as the unaffected provisions of any previous agreement(s), addendum(s),
and/or amendment(s); represents the entire Agreement between the LPA and DOT regarding this
project. All previously executed agreements will remain in effect except as amended herein. Any
subsequent change or modification to the terms of this Agreement will be in the form of a duly
executed amendment to this document.
2019-16-189_Dubuque.docx 6
February 2017
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2019-16-189 as of the
date shown opposite its signature below.
CITY OF DUBUQUE:
By: L "C Date NOyeAer �20Q
L.
Title:: Mayor r� nn� r(�
I, Adrie nnc N. [Nr;ifQ WC certify that I am the Clerk of the City, and that Rev C- k
who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the I5�
day of Noyemlxr , 20111 .
Signed: L'tI',%'�G6'9iy' (y
C
City Clerk of Dubuque, Iowa.
IOWA DEPARTMENT OF TRANSPORTATION:
By:
James R. Schnoebelen
District Engineer
District 6
2019-16-189_Dubuq ue.docx
20_
W /:11.131/_1
010WA URBAN ROAD SYSTEM
CITY OF QUBUOUE, IOWA
CENTRAL AVE. (U.S. 52) HMA RESURFACING WITH MILLING
PROJECT No. NHSN-052-2 (151)--2R-31
srA. 40+e2.23
END PROJECT
m
�y
ETA. 9+2B
s BEGIN PROJECT
? e� \\
r%
CITY OF DUBUQUE PROJECT VICINITY MAP
PROJECT L
wkq PL 570 IN
2019-16-189_Dubuque
EXHIBIT B
Mj-BQE
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
City of Dubuque - Engineering Division
BID RESULTS
COST SHARE TABULATION
PROJECT NAME: US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
DATE: 6/6/2019
BID ITEM
REFERENCE
BID ITEM DESCRIPTION
BID
UNIT
BID
BID
ESTIMATE
QUANTITY
ESTIMATE
COST
ESTIMATE
QUANTITY
ESTIMATE
COST
NUMBER
NUMBER
QUANTITY
UNIT
PRICE
TOTAL
PRICE
(STATE)
(STATE)
(CITY)
(CITY)
ROADWAY ITEMS
0010
2102 - 0425070
Special Backfill
1592.00
TON
$
23.00
$
36,616.00
358.00
$
8,234.00
1234.00
$
28,382.00
0020
2105 - 8425005
Topsoil, Furnish & Spread
7.00
CY
$
135.00
$
945.00
$
7.00
$
945.00
0030
2212 - 0475095
Cleaning and Preparation of Base
0.75
MILE
$
10,000.00
$
7,500.00
0.38
$
3,800.00
0.37
$
3,700.00
0040
2212 - 5070310
Patch, Full -Depth Repair
935.00
SY
$
93.10
$
87,048.50
292.00
$
27,185.20
643.00
$
59,863.30
0050
2212 - 5075001
Hot Mix Asphalt Surface Patches
60.00
TON
$
350.00
$
21,000.00
30.00
$
10,500.00
30.00
$
10,500.00
0060
2214 - 5145150
Pavement Scarification
20503.00
SY
$
3.61
$
74,015.83
10498.00
$
37,897.78
10005.00
$
36,118.05
0070
2301 - 1033080
Standard or Slip Form PCC Pavement, Class C, Class 3 Durability, 8 IN.
208.00
SY
$
68.25
$
14,196.00
71.50
$
4,879.88
136.50
$
9,316.13
0080
2303 - 0000100
HMA Commercial Mix ( Includes Asphalt Binder), As Per Plan
63.00
TON
$
150.00
$
9,450.00
31.50
$
4,725.00
31.50
$
4,725.00
0090
2303 - 0002380
HMA Intedayer Base Course, 3/8 IN. Mix
1231.00
TON
$
56.39
$
69,416.09
610.00
$
34,397.90
621.00
$
35,018.19
0100
2303 - 1041500
HMA HT, Base Course, 1/2 - IN. Mix
100.00
TON
$
99.52
$
9,952.00
0.00
$
100.00
$
9,952.00
0110
2303-1042500
HMA HT, Intermediate Course, 1/2 IN. Mix
1847.00
TON
$
57.39
$
105,999.33
916.00
$
52,569.24
931.00
$
53,430.09
0120
2303 - 1043500
HMA HT, Surface Course, 1/2 - IN. Mix, NO SPECIAL FRIC REQ
1847.00
TON
$
57.39
$
105,999.33
916.00
$
52,569.24
931.00
$
53,430.09
0130
2303 - 1258284
Asphalt Binder, PG 58-28H, High Traffic
227.50
TON
$
578.00
$
131,495.00
110.00
$
63,580.00
117.50
$
67,915.00
0140
2303 - 1258346
Asphalt Binder, PG 58-34E, Extremely High Traffic
95.00
TON
$
633.00
$
60,135.00
47.00
$
29,751.00
48.00
$
30,384.00
0150
2303 - 6911000
HMA Pavement Samples
1.00
LS
$
1,920.00
$
1,920.00
1.00
$
1,920.00
$
0160
2435 - 0600010
Manhole Adjustment, Minor
26.00
EACH
$
855.00
$
22,230.00
8.00
$
6,840.00
18.00
$
15,390.00
0170
2510 - 6745850
Removal of Pavement
907.50
SY
$
9.20
$
8,349.00
241.50
$
2,221.80
666.00
$
6,127.20
0180
2511 - 6745900
Removal of Sidewalk
1009.00
SY
$
9.75
$
9,837.75
504.50
$
4,918.88
504.50
$
4,918.88
0190
2511 - 7526004
Sidewalk, PCC, 4-IN.
628.00
SY
$
56.70
$
35,607.60
314.00
$
17,803.80
314.00
$
17,803.80
0200
2511 - 7526006
Sidewalk, PCC, 6-IN.
354.00
SY
$
68.25
$
24,160.50
177.00
$
12,080.25
177.00
$
12,080.25
0210
2511 - 7528101
Detectable Warnings
470.00
SF
$
48.00
$
22,560.00
235.00
$
11,280.00
235.00
$
11,280.00
0220
2512 - 1725256
Curb and Gutter, P.C. Concrete,2.5 FT.
829.00
LF
$
28.35
$
23,502.15
414.50
$
11,751.08
414.50
$
11,751.08
0230
2515 - 2475006
Driveway, P.C. Concrete, 6IN.
70.00
SY
$
68.25
$
4,777.50
35.00
$
2,388.75
35.00
$
2,388.75
0240
2515 - 6745600
Removal of Paved Driveway, PCC
62.00
SY
$
18.00
$
1,116.00
31.00
$
558.00
31.00
$
558.00
0250
2515 - 6745605
Removal of Paved Driveway, HMA
33.00
SY
$
22.00
$
726.00
16.50
$
363.00
16.50
$
363.00
0260
2527 - 9263109
Painted Pavement Marking, Waterborne or Solvent - Based
117.40
STA
$
64.00
$
7,513.60
15.30
$
979.20
102.10
$
6,534.40
0270
2528 - 8445110
Traffic Control
1.00
LS
$
74,860.00
$
74,860.00
0.44
$
32,938.40
0.56
$
41,921.60
0280
2528 - 8445113
Flaggers
55.00
EACH
$
480.00
$
26,400.00
55.00
$
26,400.00
$
0290
2533 - 4980005
Mobilization
1.00
LS
$
30,300.00
$
30,300.00
0.44
$
13,332.00
0.56
$
16,968.00
0300
2555-0000010
Deliver and Stockpile Salvaged Materials
1.00
LS
$
1,000.00
$
1,000.00
0.00
$
1.00
$
1,000.00
0310
2601 - 2639010
Sodding
5.00
SO
$
375.00
$
1,875.00
$
5.00
$
1,875.00
0320
2601 - 2643110
Watering for Sod, Special Ditch Control or Slope Protection
5.00
MGAL
$
225.00
$
1,125.00
$
5.00
$
1,125.00
0330
2602 - 0000312
Perimeter and Slope Sediment Control Device, 12 IN. DIA.
200.00
LF
$
13.50
$
2,700.00
100.00
$
1,350.00
100.00
$
1,350.00
0340
2602 - 0000350
Removal of Perimeter and Slope Sediment Control Device
200.00
LF
$
3.25
$
650.00
100.00
$
325.00
100.00
$
325.00
0350
2599 - 9999005
Water Valve Fixture, Adjustment
27.00
EACH
$
430.00
$
11,610.00
4.00
$
1,720.00
23.00
$
9,890.00
0360
2599 - 9999005
12" x 18" Precast Composite Handhole
4.00
EACH
$
534.77
$
2,139.08
$
4.00
$
2,139.08
2019-16-189_Dubuque
EXHIBIT B
Mj-BQE
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
City of Dubuque - Engineering Division
BID RESULTS
COST SHARE TABULATION
DATE: 6/6/2019
PROJECT NAME:
US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
BID ITEM
REFERENCE
BID ITEM DESCRIPTION
BID
lu�
BID
BID
ESTIMATE
QUANTITY
ESTIMATE
COST
ESTIMATE
QUANTITY
ESTIMATE
COST
NUMBER
NUMBER
QUANTITY
UNIT
PRICE
TOTAL
PRICE
(STATE)
(STATE)
(CITY)
(CITY)
0370
2599 - 9999005
Relocate 2 ft Round Handhole
1.00
EACH
$
1,794.18
$
1,794.18
0.50
$
897.09
0.50
$
897.09
0380
2599 - 9999005
Handhole, PC, Rectangular, 2' X 3'
1.00
EACH
$
5,919.21
$
5,919.21
$
1.00
$
5,919.21
0390
2599 - 9999005
Removal of Signal Foundation
3.00
EACH
$
1,125.57
$
3,376.71
$
3.00
$
3,376.71
0400
2599 - 9999009
20 C MSA Traffic Wire
356.00
LF
$
3.83
$
1,363.48
178.00
$
681.74
178.00
$
681.74
0410
2599 - 9999009
94 AWG XHHW Ground
356.00
LF
$
1.60
$
569.60
178.00
$
284.80
178.00
$
284.80
0420
2599 - 9999009
ESSEX CAT 6 OSP Cable
299.00
LF
$
3.28
$
980.72
149.50
$
490.36
149.50
$
490.36
0430
2599 - 9999009
Pre-Empt Wire
194.00
LF
$
2.28
$
442.32
97.00
$
221.16
97.00
$
221.16
0440
2599 - 9999009
#10 Solid Pro Trace HF-CCS-PE30
356.00
LF
$
1.49
$
530.44
178.00
$
265.22
178.00
$
265.22
0450
2599 - 9999009
PCC Barrier Curb, 6" Wide
50.00
LF
$
31.50
$
1,575.00
$
50.00
$
1,575.00
0460
2599 - 9999009
Sawcut, Full -Depth, HMA, Concrete & HMA/Concrete Composite Pavement
6500.00
LF
$
3.75
$
24,375.00
1770.00
$
6,637.50
4730.00
$
17,737.50
0470
2599 - 9999009
Milling Transverse Joints
2015.00
LF
$
8.63
$
17,389.45
1511.00
$
13,039.93
504.00
$
4,349.52
0480
2599 - 9999009
Milling Longitudinal Joints
2260.00
LF
$
5.32
$
12,023.20
1943.00
$
10,336.76
317.00
$
1,686.44
0490
2599-9999009
Remove HMA from Curb & Gutter and Clean
580.00
LF
$
6.19
$
3,590.20
$
580.00
$
3,590.20
0500
2599-9999009
Conduit, Trenched, PVC,4"
47.00
LF
$
57.02
$
2,679.94
23.50
$
1,339.97
23.50
$
1,339.97
0510
2599-9999009
Conduit, Trenched, PVC,2"
85.00
LF
$
55.85
$
4,747.25
42.50
$
2,373.63
42.50
$
2,373.63
0520
2599 - 9999010
Safety Wedge Cut
1.00
LS
$
6,888.00
$
6,888.00
1.00
$
6,888.00
$
0530
2599 - 9999010
Milling Mobilization
1.00
LS
$
5,291.00
$
5,291.00
0.51
$
2,709.11
0.49
$
2,581.89
0540
2599 - 9999014
Removal of Brick Pavers
23.00
SF
$
11.00
$
253.00
$
23.00
$
253.00
0550
2599 - 9999014
Purington Paver with Concrete Base
206.00
SF
$
11.50
$
2,369.00
103.00
$
1,184.50
103.00
$
1,184.50
0560
2599 - 9999020
HMA Joint Repair, 3" Depth ( Max.)
140.00
TON
$
150.00
$
21,000.00
108.00
$
16,200.00
32.00
$
4,800.00
0570
2599 - 9999020
3" Breaker Run Macadam
100.00
TON
$
22.00
$
2,200.00
100.00
$
2,200.00
$
Roadway Sub Total
$
1,168,084.96
$ 545,009.15
623,075.81
STORM SEWER ITEMS
NOTE: STORM SEWER 50 % COST SHARE FOR CURB RAMP MODIFICATIONS
0580
2503 - 0114215
Storm SWR, G-Main, Trenched, HDPE, 12 IN.
100.00
LF
$
57.00
$
5,700.00
50.00
$
2,850.00
50.00
$
2,850.00
0590
2503 - 0114236
Storm SWR, G-Main, Trenched, HDPE, 15 IN.
100.00
LF
$
59.00
$
5,900.00
50.00
$
2,950.00
50.00
$
2,950.00
0600
2503 - 0200036
Remove Storm Sewer Pipe Less Than or Equal to 36IN.
60.00
LF
$
43.00
$
2,580.00
30.00
$
1,290.00
30.00
$
1,290.00
0610
2510 - 6750600
Removal of Intakes and Utility Accesses
17.00
EACH
$
620.00
$
10,540.00
8.50
$
5,270.00
8.50
$
5,270.00
0620
2435 - 0250110
Intake, SW-501MODIFIED
10.00
EACH
$
2,510.00
$
25,100.00
5.00
$
12,550.00
5.00
$
12,550.00
0630
2435 - 0600110
Intake Adjustment, Minor
4.00
EACH
$
520.00
$
2,080.00
2.00
$
1,040.00
2.00
$
1,040.00
0640
2599 - 9999005
Intake 101-13, Special
7.00
EACH
$
3,245.00
$
22,715.00
3.50
$
11,357.50
3.50
$
11,357.50
Storm
Sewer Sub Total
$
74,615.00
$
37,307.50
$
37,307.50
WATER MAIN ITEMS
0650
2554-0132004
Water Main, Trenched, Ductile Iron Pipe (DIP), 4 IN.
10.00
LF
$
125.00
$
1,250.00
$
10.00
$
1,250.00
0660
2554 - 0112006
Water Main, Trenched, Ductile Iron Pipe (DIP), 6 IN.
70.00
LF
$
97.00
$
6,790.00
$
70.00
$
6,790.00
0670
2554 - 0112008
Water Main, Trenched, Ductile Iron Pipe (DIP), 8 IN.
47.50
LF
$
107.00
$
5,082.50
$
47.50
$
5,082.50
2019-16-189_Dubuque
EXHIBIT B
Mj-BQE
Masterpiece on the Mississippi
ENGINEER'S ESTIMATE:
City of Dubuque - Engineering Division
BID RESULTS
COST SHARE TABULATION
DATE: 6/6/2019
PROJECT NAME:
US52 - Central Avenue (9th - 21st) HMA Pavement Milling and Resurfacing Project
Iowa DOT Project No. NHSN-052-2 (157)--2R-31
BID ITEM
REFERENCE
BID ITEM DESCRIPTION
BID
UNIT
BID
BID
ESTIMATE
QUANTITY
ESTIMATE
COST
ESTIMATE
QUANTITY
ESTIMATE
COST
NUMBER
NUMBER
QUANTITY
UNIT PRICE
TOTAL PRICE
(STATE)
(STATE)
(CITY)
(CITY)
0680
2554 - 0112012
Water Main, Trenched, Ductile Iron Pipe (DIP), 12 IN.
76.50
LF $ 118.00
$ 9,027.00
$
76.50
$
9,027.00
0690
2554-0203000
Fittings By Weight, Ductile Iron
2550.00
LB $ 7.20
$ 18,360.00
$
2550.00
$
18,360.00
0700
2554-0205110
Water Service Stub, Copper, 1 In.
20.00
LF $ 95.00
$ 1,900.00
$
20.00
$
1,900.00
0710
2554-0205115
Water Service Stub, Copper, 1-1/2 In.
20.00
LF $ 105.00
$ 2,100.00
$
20.00
$
2,100.00
0720
2554-0205410
Water Service Corporation, Copper 1 In.
1.00
EACH $ 395.00
$ 395.00
$
1.00
$
395.00
0730
2554-0205415
Water Service Corporation, Copper 1-1/2 In.
1.00
EACH $ 580.00
$ 580.00
$
1.00
$
580.00
0740
2554-0205710
Water Service Curb Stop and Box, Copper, 1 In.
1.00
EACH $ 375.00
$ 375.00
$
1.00
$
375.00
0750
2554-0205715
Water Service Curb Stop and Box, Copper, 1-1/2 In.
1.00
EACH $ 520.00
$ 520.00
$
1.00
$
520.00
0760
2554-0207004
Valve, Gate, DIP, 4IN.
1.00
EACH $ 885.00
$ 885.00
$
1.00
$
885.00
0770
2554 - 0207006
Valve, Gate, DIP, 6 IN.
5.00
EACH $ 1,015.00
$ 5,075.00
$
5.00
$
5,075.00
0780
2554 - 0207008
Valve, Gate, DIP, 8IN.
2.00
EACH $ 1,435.00
$ 2,870.00
$
2.00
$
2,870.00
0790
2554 - 0207012
Valve, Gate, DIP, 12 IN.
4.00
EACH $ 2,415.00
$ 9,660.00
$
4.00
$
9,660.00
0800
2554-0210201
Fire Hydrant Assembly, WM-201
5.00
EACH $ 5,545.00
$ 27,725.00
$
5.00
$
27,725.00
0810
2599 - 9999014
Rigid Insulation Board
250.00
SF $ 2.25
$ 562.50
$
250.00
$
562.50
Water Main Sub Total
$ 93,157.00
$ -
$
93,157.00
Total Bid (Items 1-81)
$ 1,335,856.96
$ 582,316.65
$
753,540.31
44 %
56
COST ESTIMATE SUMMARY
Contingency
$ 58,231.67
Contingency
$
75,354.03
Total Construction Bid:
$ 1,335,856.96
Total (State)
$ 640,548.32
Total (City)
$
828,894.34
Contingency
$ 133,585.70
Construction Eng. & Inspection
- Non Participating
$ 249,805.25
$
249,805.25
Total Cost Estimate:
$ 1,719,247.91
$1,719,247.91
FUNDING SUMMARY ESTIMATE
Iowa DOT (State)
$ 640,548.32
City of Dubuque (City)
$ 1,978,699.59
Total Funding Estimate:
$ 1,719,247.91
2019-16-189_Dubuque