Loading...
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