US Highway 20 / Swiss Valley Road Interchange Project City Water Main Relocation and Storm Sewer Improvements Copyrighted
May 20, 2024
City of Dubuque Consent Items # 018.
City Council Meeting
ITEM TITLE: US Highway 20 / Swiss Valley Road Interchange Project City Water Main
Relocation and Storm Sewer I mprovements Recommend Approval of
lowa DOT Preconstruction Funding Agreement- lowa DOTAgreement
No. 2020-6-036 lowa DOT Project No. NHSX-020-9 (183)--3H-3
SUM MARY: City Manager recommending City Council approve and authorize the
Mayor to execute a Preconstruction Funding Agreement (Agreement No.
2020-6-036)with the lowa Department of Transportation for the City
water main relocation and storm sewer improvements associated with the
recently completed US Highway 20 / Swiss Valley Road I nterchange
Project, through adoption of the attached resolution.
RESOLUTION Approving the Preconstruction Funding Agreement
(Agreement No. 2020-6-036) between the City of Dubuque and lowa
Department of Transportation for City Water Main Relocation and Storm
Sewer I mprovements associated with the completed US Highway 20 /
Swiss Valley Road I nterchange Project
SUGGESTED Suggested Disposition: Receive and File;Adopt Resolution(s)
DISPOSITION:
ATTACHMENTS:
Description Type
MVM Memo City Manager Memo
Staff Memo Staff Memo
Resolution Resolutions
Funding Agreement Supporting Documentation
Dubuque
THE CITY QF �
All-Meriea Ciry
DLT B E ; . � . �
�� � �
MaSt� Z�C� aYd t�Q Mt55ZSSZ Z zoa�•zoiz•�ai3
YP pp za��*zai�
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: US Highway 20 / Swiss Valley Road Interchange Project
City Water Main Relocation and Storm Sewer Improvements Recommend
Approval of lowa DOT Preconstruction Funding Agreement
lowa DOT Agreement No. 2020-6-036
lowa DOT Project No. NHSX-020-9 (183)--3H-3
DATE: May 14, 2024
Assistant City Engineer Robert Schiesl is recommending City Council approve and
authorize the Mayor to execute a Preconstruction Funding Agreement (Agreement No.
2020-6-036) with the lowa Department of Transportation for the City water main
relocation and storm sewer improvements associated with the recently completed US
Highway 20 / Swiss Valley Road Interchange Project, through adoption of the attached
resolution.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
�
Mic ael C. Van Milligen
MCVM:sv
Attachment
cc: Crenna Brumwell, City Attorney
Cori Burbach, Assistant City Manager
Gus Psihoyos, City Engineer
Robert Schiesl, Assistant City Engineer
Jenny Larson, Chief Financial Officer
Chris Lester, Water Department Director
Dubuque
THE CITY OF �
Alk•America Cip�
D Y J� til'L�� I I1:tAf.
U ' I I�'
� �
Masterpiece on the Mississippi 2oi�*2oi�
TO: Michael C. Van Milligen, City Manager
Gus Psihoyos, City Engineer
FROM: Robert Schiesl, Assistant City Engineer
SUBJECT: US Highway 20 / Swiss Valley Road Interchange Project
City Water Main Relocation and Storm Sewer Improvements
Recommend Approval of lowa DOT Preconstruction Funding Agreement
lowa DOT Agreement No. 2020-6-036
lowa DOT Project No. NHSX-020-9 (183)--3H-31
DATE: May 14, 2024
INTRODUCTION
The enclosed resolution authorizes the Mayor to execute a Preconstruction Funding
Agreement with the lowa Department of Transportation (lowa DOT) for the related City
water main relocation and storm sewer improvements associated with the recently
completed US Highway 20 / Swiss Valley Road Interchange Project.
BACKGROUND
The new US Highway 20 Swiss Valley interchange project recently completed by the
lowa DOT impacted City water main and also resulted in the construction of Airborne
Road and the extension of ChesterField Drive. The lowa DOT was responsible for the
design, bid letting, contract administration, and construction inspection of the US
Highway 20 Swiss Valley interchange project and associated improvements. In
accordance with the lowa Administrative Code, the City will reimburse the lowa DOT for
its share of the actual cost incurred.
DISCUSSION
During construction of the interchange, the Engineering and Water Department
collaborated with the lowa DOT to reroute impacted water main and construct new
water main along Cottingham Road and North Cascade Road. The water main
relocation work constructed one (1) new water main with a casing bore crossing under
US20 at Cottingham Road intersection, then running on the north side of US20, along
the new Cottingham Road alignment to serve the Cedar Crest Subdivision. The new
water main is now fully operational and provides the City with a more resilient and
sustainable water distribution system.
Additionally, as part of the US Highway 20 interchange safety improvements, Priority 1
access control was implemented along the corridor between the Old Highway
intersection and the new Swiss Valley interchange, requiring all existing at-grade
access locations be eliminated. This resulted in the original landfill access on US20
being removed and a new frontage road access (Airborne Road) was created.
Additionally, the original Barrington Lakes Subdivision access on US20 was removed
and a new frontage road access (extension of Chesterfield Drive) was created.
When the lowa DOT was designing the extension of Chesterfield Drive to serve
Barrington Lakes, the City requested that the new access road match the original road
urban cross-section, 37-feet wide, with curb and gutter, and graded to support the future
installation of sidewalks. As a result, the urban street design required the installation of
storm sewers to convey storm water drainage. Per lowa Administrative Code, the cost
of the storm sewer is the responsibility of the City.
Now completed, both Airborne Road and the extension of Chesterfield Drive are under
the jurisdiction of the City as local public streets.
RECOMMENDATION
I recommend that the City Council approve and authorize the Mayor to execute the
Preconstruction Funding Agreement with the lowa DOT for the related City water main
relocation and storm sewer improvements associated with the recently completed US
Highway 20 / Swiss Valley Road Interchange Project.
BUDGET IMPACT
The final amount for the City's cost share for the related City water main relocation and
storm sewer improvements associated with the completed US Highway 20 / Swiss
Valley Road Interchange Project is summarized as follows:
Description Final Cost
City Cost Share - Division 2 - Storm Sewer $ 90,914.50 *
City Cost Share - Division 2 -Water Main 752,674.72 *
lowa DOT Cost - Division 4 - Water Main 267,689.34
lowa DOT Cost - Division 7 - Water Main 230,852.06
Total Project Cost $ 1,342,130.62
The funding for the water main and storm sewer improvements is summarized as
follows:
Project Code Fund Description Fund Amount
5521000022 Southwest Arterial $ 90,914.50 *
4281000033 Cottingham Road Water Main 752,674.72 *
lowa DOT Cost 498,541.40
Total Project Funding $ 1,342,130.62
* Upon full execution of the Preconstruction Funding Agreement, the lowa DOT will
issue a reimbursement invoice to the City in the amount of $843,589.22.
ACTION TO BE TAKEN
I respectfully request the City Council approve and authorize the Mayor to execute a
Preconstruction Funding Agreement (Agreement No. 2020-6-036) with the lowa
Department of Transportation for the City water main relocation and storm sewer
improvements associated with the recently completed US Highway 20 / Swiss Valley
Road Interchange Project, through adoption of the attached resolution.
cc: Jenny Larson, Chief Financial Officer
Chris Lester, Water Dept Manager
F:\PROJECTS\US 20-Swiss Valley Interchange (lowa DOT)\Funding Agreement
Prepared by Robert Schiesl City of Dubuque Engineering 50 W. 1 V St. Dubuque, IA 52001 (563)589-4270
Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 131h St. Dubuque, lA 52001 (563)589-4100
RESOLUTION NO. 139-24
RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT
(AGREEMENT NO. 2020-6-036) BETWEEN THE CITY OF DUBUQUE AND IOWA
DEPARTMENT OF TRANSPORTATION FOR CITY WATER MAIN RELOCATION AND
STORM SEWER IMPROVEMENTS ASSOCIATED WITH THE COMPLETED US
HIGHWAY 201 SWISS VALLEY ROAD INTERCHANGE PROJECT
WHEREAS, the US Highway 20 Swiss Valley Interchange Project (Project)
recently completed by the Iowa Department of Transportation (Iowa DOT) impacted City
water main and also resulted in the construction of Airborne Road and the extension of
Chesterfield Drive; and
WHEREAS, the Iowa DOT was responsible for the design, bid letting, contract
administration, and construction inspection of the Project and associated improvements;
and
WHEREAS, in accordance with the provisions of Iowa Administrative Code, the
City is responsible for all costs associated with the relocation, modification or adjustment
of the City's public utilities that are impacted by the Project; and
WHEREAS, in accordance with the provisions of Iowa Administrative Code, the
City will reimburse the Iowa DOT for its share of the actual Project cost incurred; and
WHEREAS, as a result of the Project, the City collaborated with the Iowa DOT to
reroute impacted water main and construct new water main along Cottingham Road and
North Cascade Road at a final cost of $752,674.72; and
WHEREAS, as a result of the Project and the extension of Chesterfield Drive to
serve the Barrington Lakes Subdivision, the urban street design required the installation
of storm sewers to convey storm water drainage at a final cost of $90,914.50.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby
agree to partner on the US Highway 20 Swiss Valley Interchange Project, Iowa DOT
Project No. NHSX-020-9 (183)--3H-31.
SECTION 2. In accordance with the provisions of Iowa Administrative Code, the
City is responsible for all costs associated with the relocation, modification or adjustment
of the City's public utilities that are impacted by the Project.
SECTION 3. City hereby agrees to reimburse the Iowa DOT for all costs
associated with the relocation, modification or adjustment of the City's public utilities that
are impacted by the Project.
SECTION 4. The Mayor is hereby authorized to execute the Preconstruction
Funding Agreement (Agreement No. 2020-6-036), between the City of Dubuque and the
Iowa Department of Transportation for the US Highway 20 Swiss Valley Interchange
Project.
Passed, adopted, and approved this 201h day of May 2024
Ric W. Jones/Wvor Pro Tern
Attest:
l�� ,X *J- r 61
Adrienne N. Breitfelder, City Clerk
July 2014
IOWA DEPARTMENT OF TRANSPORTATION
Preconstruction Agreement
For Primary Road Project
County Dubuque
City Dubuque
Project No. NHSX-020-9(183)--3H-31
lowa DOT
Agreement No. 2020-6-036
Staff Action No.
This Agreement, is entered into by and between the lowa Department of Transportation, hereinafter
designated the "DOT", and the city of Dubuque, lowa, a Local Public Agency, hereafter designated the
LPA" in accordance with lowa Code Chapters 28E, 306, 306A and 313.4 as applicable;
The DOT proposes to establish or make improvements to U.S. 20 within Dubuque County, lowa; and
The DOT and the LPA are willing to jointly participate in said project, in the manner hereinafter provided;
and
The DOT and the LPA previously entered into the following agreements for the above referenced project:
Agreement No. 2004-P-118 for predesign was executed by the DOT and LPA on July 1, 2004 and June 21,
2004 respectively; and Agreement No. 2018-16-265 for wetland mitigation was executed by the DOT and
LPA on June 28, 2018 and June 18, 2018 respectively; and Agreement No. 2019-4-006 for preconstruction
was executed by the DOT and LPA on November 16, 2018 and November 5, 2018 respectively; 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 DOT will design, let, and inspect construction of the following described project in accordance
with the project plans and DOT standard specifications:
Grade and Pave Portland Cement Concrete (PCC) on U.S. 20 from 0.2 miles east of Cottingham
Road to 1.5 miles east of Swiss Valley Road at the Swiss Valley Road interchange.
b. As part of the project, the LPA has requested the installation of storm sewers, including intakes, and
watermain work, within the city all at no cost to the DOT. (See Exhibit A for location, Exhibit B for
costs, and Exhibit C for tabulation of city storm sewer items).
c. In accordance with 761 lowa Administrative Code Chapter 150.3(1)d, the LPA will reimburse the DOT
for its share of the actual cost for longitudinal and outlet storm sewer as shown on Exhibit B.
d. All storm sewers constructed by the DOT 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 located within DOT right of way without the prior written approval of
the DOT. The LPA will prevent use of such storm sewers as a sanitary sewer.
e. Upon completion of construction, the LPA agrees to accept ownership and jurisdiction of the following
referenced improvements. The LPA shall also assume responsibility for all future maintenance
operations associated therewith, all at no additional expense or obligation to the DOT:
2020-6-036_Dubuque 1
23-1396
July 2014
i. A new road will be constructed connecting Stone Valley Drive to Barrington Drive. The new road will be
constructed with a 24-foot wide PCC paved surface with 8-foot wide granular shoulders from Station
12000+66.74 to Station 12003+50.00, and 24-foot wide paved surface with 6.50-foot wide curb and gutter
units from Station 12003+50 to Station 12028+53.80.
ii. Two new watermains will be jacked through the U.S. 20 highway embankment at Stations 933+12 and
944+52, and an existing watermain will be abandoned at Station 957+g0.
2. Project Costs
a. The LPA shall reimburse the DOT for its share of the project costs estimated at$843,589.22, as
shown in Exhibit B. The amount paid by the LPA upon completion of construction and proper billing
by the DOT will be determined by the actual quantities in place and the accepted bid at the contract
letting.
b. The DOT will bear all costs except those allocated to the LPA under other terms of this Agreement.
3. Traffic Control
a. U.S. 20 through-traffic will be maintained during the construction.
b. If it becomes necessary to temporarily close LPA side roads during construction, the DOT will furnish
and install the required barricades and signing for the closure at project cost and shall remove same
upon completion of the project also at no expense or obligation to the LPA. The DOT will work in
close cooperation with the LPA and the contractor to accommodate emergency services and local
access across the project during construction. Any detours which may be necessary for project
related LPA road closures will be the responsibility of the LPA all at no expense or obligation to the
DOT.
c. If this project causes the temporary closure of a road during construction, the DOT shall meet with the
LPA to determine whether said closure(s)will cause increased traffic on other LPA roads. The DOT
and the LPA shall determine a plan, and the costs thereof, for the LPA to perform dust control on said
LPA roads with increased traffic, should dust control become necessary. In that event, the LPA shall
inform the DOT prior to performing said dust control. The DOT shall reimburse the LPA for the cost of
said dust control measures following the receipt of a bill for the agreed upon costs (see lowa Code
section 313.4 subsection 1.b.).
4. Right of Way and Permits
a. Subject to the provisions hereof, the LPA in accordance with 761 lowa Administrative Code Chapter
150.3(1)c and 150.4(2)will remove or cause to be removed (within the corporate limits)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.
b. The DOT will be responsible for the coordination of utility facility adjustments for the primary road
project.
c. The LPA agrees to relocate all city-owned utilities necessary for construction which are located within
the existing street or alley right of way, subject to the approval of and without expense to the DOT
and in accordance with 761 lowa Administrative Code Chapter 150.4(5) and the DOT Utility
Accommodation Policy.
d. 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 will be permitted
2020-6-036_Dubuque 2
July 2014
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.
e. Access rights may be acquired by the DOT along all public road intersections within the project limits.
Access rights, if acquired, will be in the name of the State of lowa. The acquisition of access rights
will be in accordance with 761 lowa Administrative Code Chapter 112 and the DOT Access
Management Policy. If access rights are required, the LPA shall not permit any third party to use the
controlled portion of the side road without the prior written consent from the DOT. If the LPA feels that
it is in the best interest of the parties involved to modify the access rights in any way, they may
petition the DOT District 6 Engineer to do so.
5. Construction � Maintenance
a. 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.
b. Future maintenance of the primary highway within the project area will be carried out in accordance
with the terms and conditions contained in 761 lowa Administrative Code Chapter 150.
6. General Provisions
a. 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.
b. The LPA will comply with all provisions of the equal employment opportunity requirements prohibiting
discrimination and requiring affirmative action to assure equal employment opportunity as required by
lowa Code Chapter 216. No person will, on the grounds of age, race, creed, color, sex, sexual
orientation, gender identity, national origin, religion, pregnancy, or disability, be excluded from
participation in, be denied the benefits of, or be otherwise subjected to discrimination under any
program or activity for which State funds are used.
c. It is the intent of both parties that no third party beneficiaries be created by this Agreement.
d. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional,
such finding shall not affect the validity of the Agreement as a whole or any section, provision, or part
thereof not found to be invalid or unconstitutional, except to the extent that the original intent of the
Agreement cannot be fulfilled.
e. 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.
2020-6-036_Dubuque 3
July 2014
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2020-6-036 as of the
date shown opposite its signature below.
CITY OF DUBIMUE:
By:
17
Date ' L
r
0 , 20
Title: Mavor Pro Te
certify that I am the Clerk of the City, and that
R, C W. J Q,1 eS , who signed said Agreement for and on behalf of
the City was duly authorized to execute the same on the QO day of rnny 20 ?' -
Signed:0::z6A6;114 City
Clerk of Dubuque, Iowa IOWA
DEPARTMENT OF TRANSPORTATION: By:
James
R. Schnoebelen, P.E- District
Engineer District
6 2020-
6-036_Dubuque 20
May 28 24
Exhibit A
R- lE �--�� ENp PRDJ�CT
STA. 12028+53.8A
'`' I�� .� ��. - - - W- - 411(U �
e . '. �
-- ---'
_ . � '
� -- -- -- - _� � Z �
f- - - .y� ] J \ : i -
�G'f'y L2 f3- -��r ` , � _ �"�
20 21 �° '�:- -- �----- ��� ,_ __! _-; `_ �V �- - t
G��F� �2� ` ' + ;_ � ; �___ , —
, �
� ; `, � �
��,y ; --= , ��� � � �
f-�}~-� - -- - -- -- -��'L- - - 1 ,r M{DDLE Rb �- ' '� _
p� ll`� ^--'� ' 'C~�g �
Z ` ° Gd' ' 2r� � Z
o�a %1�; _ � RA� y��`°28 21~I 26 � �---- � o
� _ ,--�--�_� �
w-- ��a' - POP. ' � � � �
��� 2� 79 � G NUnnK�R€� �"� . . - - _.
, , _
� _�____
z � — �
, -<<.� , ,
HUMKE RD ` - -- - ---- --- -- --- -- _
N - - '-- - --'- --` -- -� -' — � iv-- I _ o� . �', •�'�. r{ '� ��
' 35 36 ; 31 c.�'� ; � '' - -
��Mrddle 33 �V-p QL IGHVJAY RD �-y .__�- -----'- "'�2 ���p �3 � ; �
�2 `� ,._._ s � � � �'v �� �
NTR i � � �s �� � o ; �'� :
_ ; . __ 34 , � , ,� _ �_:
� ,�FR ' ; ----- .__ -i� � � ; — � ' F�y --i �—fT �.__. �
�, �--�—-- ��wN '
�flp. J� Fork � - . 29 � ----'
------� 934 � Sa r ;------- ,- ;, i < ' �
, I - ��5 �� �-a � � -,• ��''`
� , -- --- �A��'o� � 1� -�` -'- �o�a� 4 � 3--- 1
4 , ����` RD �J _ � r b GPS4 � ;
, , �
� � , , . J, �
, , � � _
' P�0'S A ' ' C --- - --- --- -- --- - - -
� � � -- --
�
�
, � � � s�: _ - - - �� 3 �
,
.
.
� . , �_ ---- �, ___-.-- - -- � �
-- 1- �- ;- �- ---- rn � I ���' �a
� -- - -- F, � � 5� V
END PROJECT 8 1377 ; 1 , �- ll '� 0 7 .�N� D29 9 �� � " �� _
STA. 1066+58.43 -1 BJR9SRD�10 r NORTHEA (� �r� �pR P�E m
M.P 313.50 �"'�+E �� iOWA 1 GPSR; $ OAK4AND FARMS RD T
-� � co�r,►u�v� � A � E a •
' '
, , �
,o�J -- - ���� ,��.� B - - -- ---- - -� �
, ___ , , � -- - ---- --------'�---�- - - - --- -- - -- - -�-�- - - ----- t a Y38
z - ��`� z
�
o ���K���. � �s �� 16 l5 ���\�P �4 °�'
� �,�s ; ',IS �—' ���Y 14 13 �ss 18 l7 � �% M �
��6 �_. , � �� �o � ��' o
_. �—�17�---� ; � o Z r� � o� ` �<< � ', `° ' -�. '4
, �� � P�G � �`�- , 1' ----- -- - -�-
, s
Q ` _' _`�_`yQ�NG � --� - --- - -----f- --��- -F- ------ s lS5 ALL�Y RD� - ,--
, � � --- - --
T--- ---
-� - -- -- --�- � -- ---- Q � ek D35 �i
= PIL07 R}7VE RD � I GYe �-
ua a sh �
� 2q 2 24 I 14 '� {4i 20 21 '� • �''
21 22 3 � � � ; .9 �ug;uQFF ti
Rb � '�, z IV ', '�--f � 1l �� ��____ _ - - - - ---- -- -- --RfG10NA1_ ---- -- - c
,��{ ; ' .r�
E �R � �'� �I --. --1� __- -- ' A1R�08T__
. , � '— - - -
' A
--- �
---- -- � ---r— -
�---- � � F'—�
- ¢ - - -- - r--O�DY � - -- -�� � BAKEY 1-f3 I�, �
l —92� � /
— � Z �',{
RQ c� LN � , n� , I � �1 __ �,. 9 � 7 no n-r � ��
8EG[N PROJECT BEGIN PROJECT
STA. 918+00 STA. 12000+66.74
M.P 309.@6
R- 1� R-ZE
�ocar�oN r+AP sca��
a e.5 � i.�
Miles
F[LE N0. ENGLISH nESIGN TEAM HOR��OW� pOT �[���]Qu� C€1UNTY PRp,iECT NUMBER NH�X-0�0-9C183}--3H-3� SNEE7 NUMSER A�2
9:3Z:09 AM 5/2 V2019 �'IMCCULLOUG pw://NorthCentral Omaha/001210/000000000224515/31020i83A0 Lsht
2020-6-036_Dubuque
sta. �za�z+ao Tl�gL.E MOUI�lD �f�WPe sta. �2ole+5o
Instal I 54" x 80' ❑R-60 3 [nstal l 36" X l 14' ❑R-653 E x h i b i t A ��
Skew = 4 ° �c. nnd. T-88N ��2� F � _ Lt. 805.5$
F,L. - Lt. 820.2f ��C. � Rt. 743.$k
S � ` Rt. 819.46 / i � OtF�er $d5.21
f, �L��-� ;; ' f. � \ Other 793.92 ;�,
e� �' ' ?
� t7 � N / / -- --3 ,;:; a ;
-j* lP Q
s;�� � �o``v o O � � ` -� - --> ----- y +'L 'i
�� � � • � O ln F'� Y _ . _____-� _ � `�.
� C.J"''� � �f N n \ * ' �',i
L���'J��S>Y�. C.3 ����.?.-���o �-• a �rve Data •i _ - _ _ -------�- �
\ C ;*� _'/ d = 34 1-.58" (RT1 d ' - - -- __ _ - , �� �
\��` .� � � �1� _ �9.97 � '� �';� o
' Q.�, � tio. S _ � "` L - 484.5 V O \ #a._L2028+53.84 `� 4 Q a
% � L �.y� i0.' f R = 800.0� nl , Curve Data ' - -' tn�i l
�--a�y\� 1� � a E _ 3$.1a r _ � � e = �s° at' oe.00" t T1 -- - -,� y��i�D �'QNS; UCTIfl1� ,Y� y �
,� � e N.C. T 3A i.36 j `� = ly �
.' �� ��,'�' ; � '�� � � L - &60 OB �1 ... ' � _
c0 �\ '��� � � ` , yf� � ,� ` �o ' 14009'OD � �,i [�1 ' � � y;-��•r
•�3� � i� - � �� , r 1. . _ � � N e�en��:d9e Brlg bs��s"� N .. � _ -
� , i:�;� _lI' � 1 � ro ' � � � � - ''� % � ��� f _ ,_ _ _ , _
� ,5 � /�' Ck�s rfR� _ . � �`" ��4 - '�� � _
Pa��� � .���j� S -� ` � �' ' m V � ✓\�' - - - _ rcH�s r�.�fi�����y� •,\ ti 4 ' � �p -:�r,� -Ilf� � - _ ..-- � - - .�" , r_�
111 I � r �
m f � � ' 4�, _ � I .
e4�om�^a uA .�_., '`'\'y� O � � _ �, � y ` n 0 �� �1 � ' / ~ ' ,�'p-- - ;:
� .
..{�- � � a � .
r �s U �- V _� ----- .�. / o- , / / •� �'
� a �, �
_ �"�o � �y`��.�.�,1..,` �l a v � a Z- .�` � ` ?, _ =/� / i� �
�+ o o L _ - . . / ` �
��" ,�J--����C �c,i -a '1`� �1�`1-,--Y.�-`" � \ ` : � " �/ �,I' r� ' � i� �J
� - f/: � Y� \\ � J _ ' � / /
- � �� � C� �} �-'`-�'~LJ, �� -
�}� .F � � - -� �_ --- � . `, � - _ "y�y� �, � " � _ �f`�! �
4? -�. S a. � � +E .74 � ._�,L�At��- - - - \ ~ �- �r`� � - � � �� ��-,
,� G �C� UCTi� _ > � � � ' -- - - -_ - - -- � � /' ;
� ��� -�� � p �J�y � J f
�3 �� ti`� 4 �� -- . -/�� _ �, � � � � �,:y�,,��
rn��� Mou�o Twr�. CHESTERFIEl�D
° FEEr ioa I-�3£3N f��-2�:
� P] 5ta 12020+57.63 �k[;. �� DR1VE
, , � , i
� ; ELEUN CONSTRUCT[ON i I � ; : VPI +00.400 ! i ! : ; ; ; p � i
` 2C10D+66:74 ' ' : � +50 Pro . ' ' IN +25 ;Pra . : �
850 N 839.28 ' _ � I _ I # __ Len G70D.00 ft __ ° +o TyPe "C�Ent. __ � _ Iv TYAe: "Bp Ent.,
� � - � _ $e I__�: - - - � --- � � � � � - � - �
- --� - � i - - 5
. -�
v
` VPI �0.000' � i ,. .� � 4 �
E�v ,836.77 i � �
M +� ¢ ; � o o r 8 O
� ; � , � * � : % N �
j Len; lOQ.00 ift ! i � ; q-�Sr•- � �
. , r
54� 3.�p�' ; K "56. ..._ .�. p. ..� , �' '.... ' ..... .. .d ��*2'.�I _._ . � ��Op : I - . _. _ « I _.._ . - --... _ _ 4
� � i
•.�
V E 0 i QQD ; ``..� . � I �.. ..... _ I � I I.,
� i 3 6/--.
� i EIv 8241,77 . ' f � �� �
� � � . _i
;
. . ; ' j � ! r. 1 \ \� .:-. � .
i , Len 40 .00 ft ++ I ' ; i
, Q ! � i � �
i K - 5l I ; q7�y I � I i � � I � ; � j I � '
, •
A :, � �
,
!
• � 4 +2� � - - - - - - ' - • `��� . - -- --__ � - � ' i --�- -- - -- 830
� +
, ' - -
9-�
4 tt. , , ' ._ _ ..
. b. • - +00 L 0' 9� � ; VPI ;�OD.000 '; I - i - '!
.._ -
82 fl3 825,8� f r�h 9� ' E Iv 10.6 l � �
� O � - ` � � � '
+75 Lt' �2.15���t"e � 4.�0'. Lt. � I (�'+'ja. } E Len 400.00 t � i
I P��� � - � ' � ( � ;
� �+00 t. Dftc�i Grade , . , . _ _. ._.....
� a� ' . _ , . . . :.. _ .::: . .::_ .:::: _::.:: - - -._._i .. .. .. _... . -..._ . _... .. -- _ . --- -..:-.I. _ _. ! szo.
\ K 99 �. -I... 3 �
820 _ 8z0.20a r tcn ' �'a t
_S _ f _. .
' Rr5.0(3 ( I i E � I � � _ ; i
� , i � ' � i +50 Lt�. O I , I � * � � �NQ CE33VSTRUCT[ON : ,
I . } � - � - I -- - � .-- __ ...._ 8 B 60� � i .8� ! . 0 ! �TA 20
1 ' M - - _. � `.` ` o �`� \. '� -$08 j --6en-'2�0 OQ �t _ ,__ +53.84
� � yp C' Ent. Q yp � t. -9.34% Lt. r �) ' 994% Y _ � _I KP= 1090� 1 2a ,
$1� E. � e' + ` I 0. ' � I _ L.EV 797.94 6 _ $��
, in T e C' En ^
rOP r0
� � � I • ` f � �. ,'
1 % � ' � � I -- . Dltch rade � i 0.94 , � � � � .
i � L � E � _ _ � i � •. �f.� i
s
$00 '. � 0%- _. .... .._... j _ _ - 0 tch Gca e '
i . +0�5Y j ._ _..._.. _. f _B 5.58 , ¢ ...... ........ { ....... _� '7�q% _ .. . � � 800
. .. _ ` i +� �
i �, � , , ' _ I , . � . � �_�.77g� � + p0%
� � � u i
� O. ,
790.� . I -::� _...: J .:..:.:. a ..._.. _.... _. :_. --- -- _ _.... - - _. ..... �1
I � � ; � I � � � t�;
_ ._.._.... . ... 1 .... _�... � � i ...... I.. �.. � {...VP �36p 1
� � 7 0
i - -- � � , Len 1�0.00 Ff i �
� � � _ l # K 3l i
:
1 �
�
7.8 ; . __ ._. ...- E�t. �- - - �-_ _......._ ._ _ .._..._...-,. ..., ..I_.....,- - --�-.,. ... _ - .,...�._... . . - _ ._ ...... ._-_.. - ._...-- -- -- - .__.Ent. -.___-.... -- _,._.......Ent.... _ ._.., ....... _ .._,. ......._,.. ... - . 7.80
O D G. , ,
Tae [31tch �ttch D•G 2 Ft ktch Oftch Grade [ �1t h Grade� Na Qs£ch Nn� D1tch
Lt � Grade j � �t
Rt Ent. � ' Rt
!............ . .. ..., . .. .._.. -- ,. ,_. ...... ...r�..,... ,_ ...... ....__...----........._, .. ._.._ ,... !
. . _ . . ... �.-�-- � # _ . _ � ,__.�. ._ _ .... .. _.... � . , _. . ..... ,
' N f�40 '�Y •-.,f�(,7•-• •-•`n 00 llT 7 O' V N (']aD V I� -�lf1 qI�d'O O O N �lfl f�O IV f� O'lf1 V a0 IP m!'7 N I� a � (`7^'��CO^lD O� l!`1 l0 Ff1 fV Cl n7 O c�N f'l O' � O'lf1 N 41 Il1 �--'f� �O 1�('1 O��D fV 6' L!�Q' �O�1(1 E(1 O 4'�`'�j["1 Y 'C' If1(A�D cD tD ;
O LC O ICC _
' O� Plflifl�NNM.{a0(''! 6' v c Lfl O V O v NQ'fV v�Q' �l60 l0 CD0006'00 (`l6'IP v 00�ry7{ V'1l11f1 ('7�n7... i`7�00 cN�--���N V'(pF 6 Nf� -If� (`l O' v NOiy Ifl(''}000[OC]-r�l0 c --�6� [Of''lO'Ff'OSf100 ryll'100�-+ 00� NI��00 �
; 6 1�fD kfl �M N ^O Q' O' 00�N a0 00 Q' 6'O�"N N�"�'7 lfl l(1 C1�1�I�ap��W R'Ol O' 00 W oD I�I� [D 1!1 lf1 W f�fV�-'�6' oP�O S(1 V �'1 ^�O' W I�cD L(1 V f�7 N^^O d�' Q'a0 �00 i�N I� I�I� [(�c0�0 CD LC1 If1 IP vt Q C (�7(�'1 i'1 N��"�o o�o� r�n n r.r�r� �
M MS"1Cl('1 MMMI'](V N N NN(V�f13 N('�(*']f'1C`]C] MC'1f7S''�f'l Mf''] Clf'1 f"7 f'pf''}['']Cl f'l f'1 M f'"7(''IM("i4`]S"1 C� fV NNfVNN fV(\}--^^-^ --{^^-^ ^ -a000 00 OOOOO 000 q 060 000�000 Q06`U' O'O' 6' O�O'O' �
' � ��~ � ,
;..... 90 9�0 Q3 CO OD 00 00 C6 Ul�CO N ����J �0�W o7 Ln N W W W�(70 oJ.�W GO W,00 oJ�0 aD a6�D o0 W, CO�OD 0�6�0 00 a0 OQ�W�0�a0�� 47�W 00 N �D W 0.]@�D�O W a6 W��CO o0 00�Q�� CO W�Ql�9.44?a0 DO�D f�U?.a0 dQ�_�0_DO o0�] Q� CO OD OCj 00 f�1�f1 h R f� f1' !� f� 1 �..
Fi�e ►�o. E��si+ oEsi� rErw HDR�lowa DOT DUBU�UE �ry �ecr r�u�a NHSX-020-9�1$3�-�3H�31 �E� M�R E. 15
Ei:ll:l4 Ai�l 5/79/2a19 MMCCULLOUG pw://NorthCentraL�maha/OD1210/�OD000000224516/3I020iB3E01.sht
2020-6-036_Dubuque
� , �
' Exhibit A
" �` � `{� ' �— � �
� � ,
� ,
� � �i� � � IS7 � SHEET M. ',
�� 1'�� � �- - , -
� ,� . ✓, � , �` .
,\ � � � � y
i , � �,
'��N `� l ' SHEET M. o � �.
�\�/ C] S � j � I � I '` �
�� �� �� � � � �� � -
�� � � i
�rp � •� �— -� � � ; 1 ,:,
�� ' - _ _ 4 � r _i_ � _ _ _ _� -- -- � ��- - - -
- - ❑ 5TG �\ - . e � '- -- -- - - i j� i
_ _ �\ �° `° �� +I �/ '
- - - - - - `� _ - _ --- _��— --- -i- -.—.—..� � .� _ '_ ` --- —.
.\
- - RELOCATEO COTTiNGHAM RD
,
_- - - '�
�B - - / � � '.� - _ ---�- - '�' __-- -- - -----__ _---- — —�
� � - -� i � '� � _ �- - � --- —...__— II ---i' ; ,
� _. _ - - -- �` - -- - - - - - - � �
- � _ , ,� .
� - —�--- —
� � � � � � � � ` L—J______— �
� _�___ _1 _________.�_--___________ ______�.
- -T-P — — �~ -- - - _
❑ � i f - —~ -
❑ r� �
❑ IGN QSIGN - -----�— -- — ^-�_� �— ---�-
,_�_..__�..__—_�_,_�_ ---- -1-- �a
- - ---- —L7_5.3��1.._�---^--��-- ----_—_�_—_.—_�_!_ - - - -- - - - - - - - - -
--- - _ _ - - ��
- — - `u-- — - — - -- ' a�,��� e — — - - -
-- ��
- - _ — � - -'_— _ ' -- �- -- - — _ - - - - - — - - -_ .. _. — - nsire __.—.--_�_ _—_.._ _—
S1Gl�! ` /-( ' �.-�= 1--�— '
S]GN 0 SIGN (❑ S]GN --- —- -� - - —- - _ , �
I
` I u - ' pp°0�_� � _ 4
� � �
_ - - - —�-�- -� — - o rn �-
V ' _ _ _ `_�_ - t I_`_____ ____ - -__�_ __�___
O �
� I Y
� �f I �
ja ' �
? � SHEET M.7 SHEET M.4 � �
� a
r $ � � ,
' '
,
� , �
, ,
� � . � �
�
� � �
, , N , �
, �
,- � i °��
,
�
�
,
- ------ �
- ------- ------� -�
�
, � �
, ,
, , ,
, �
,
� 0 50 � �
, F� �
---------�-----
�_-'_-----�----
i I
I ��
PROJECT OVERVIEW � , WEST KEY DR
- ~ WATER MAIN I� ', - - - - - - - -- - —
� � �'f V -'----�--------------------------
F1LE Nf1. ENGLISH pESIGN TEAM qHM1s' & �',�. DUBU�]UE eauNry PROJECT NIJMBEA NHSX-020-9{183)-3H-3� SHEET NI1MBEft M�Z
8:i7:55 AM 4/23/2a19 JKRAYER K:\87�36.�m - Hwy 20-Srnss Vall�y 4JM\CFi{J\Clll]D Sheets\8786(2f 4-u-19,sht
2020-6-036_Dubuque
� �� \�� � - -J�__--------- ----------------- � � �\ po�� Exhibit A
.__ . �
� �� .pTR � DO�° '
\ �
�' �\`' �, . �R e .
��
'J�'' �`' , ,
r � -- ��' �� CITY OF �UBUQUE WILL SHUT
, L.S_1 �� ` DOWN WATER MAIN AT VALVE ��
� �` LOCATION AN� PLUG EXIS7ING B' ,' � "
� �� � WATER MA1N � �
/�� � �\`/ � �,\ _-� / � / � '
' �o � _ _ ..— -- --� � ` \ _ - i _ � \ .
_ _� - o" °p �QS�e� � ~ " '� -�� Y � � � ~ �
,-0ge� �° __°° °� �o�a aoo �� 1 1t � PROP05E� ROW �
��� �v � o o \\ . \ ` . ` .._�/ ..''� J _
� ° � � Qp�;o � 1 1 ����� . � WATER MRIN ABANDfJ�lM�N7.F'ILL
� AN� PLUG EXISTING 8"WATER
� �� / MAIN FRQM ROW TO RDW i600 LF1
� _
�, ��-. ��r'1 ' '"_�
i j`�
�� � - - � ,~`z..�� , ` �-� � �
_ �
�..__.--- - -- -- -----.�__�-� _ ,�`\ _ - - . _ �- = , y
R�ELOCATEp COTTINGHAM RD �� ` . `,L�c3 r � � _ - 2� _ �' f � � }
--� — -- �. - -_ `� - - - -- -----� � ]� i _r
� � -- .�- J /� � � '
� Co� - �� _ _�— � ^_-�
� � " � - -
,' , � �� =- � ____---
' --------------� _ _ 2P� � _����� - _
� --= _ � - -- - - - -� - -- -------�_- - - - - - - - -- - _ - - -
---------------` ---- _ - _ - '�` � --- - ��--~-=- __ .- �� - . = l-
fr - - -.- -
�- � - --- - __
� �- - -- - - __ -- -
- - -- -� - - - --- - --- - - - - - - - - - -- -- - ���
-- ----- . __ --- -- - - -_-� -� - - -�
- - - - - --- - -- _.— - -_--- _ � - - �_" - -- -- - - 2�
- -- - ��--- --- ---
_ _ ._ _ � - - _ _ --=- -- � -
- - _ - - - - - _ - - - - -- - - - - - - - - � -- - - - _ __�- --- _ -- _ --❑
� - - -
�� -- - - - - - -
_ � .-- — - -- - -- --
�
____.. ._ � �� .-- � � J � - - --- -
_ -. - �--- _ -- -_ -- ---
_� - - - - - -� � �Sa _oo �a -- -- — - -- - -- - -- -- -- -- -
_��_�-� - - - - - - — p5���, - - - - - - -- ogao�� _ _- -- --`- - - - - - - _ - � SIGN
�=� �
l Ba p 8vo ,
l oa�n °��o�� __ __ ' — _ - � '--
Oo e� _— —
• � _�� _ _ '
�.. _ _,- _
__________�___�_-_____
-____�-__�_
o Tn ------- i 'd PROPOSE� ROW
�____ ______._ `____________._�-_T
----�- ----�---�---�-
__- `
u I �
�- � l 1
I �
� EX35TING B'WATER MAIN
1
I
1 �I
1 �I
� I �
h
I
I
� aa s ` �
i
i
� �i
i
P�
; � �G O�QO
i
E
I I
a 59 � 1` CITY OF DUBU�UE WILL SHf1T !�GP
F£ET i I ppWN WA7�R MATN A7 VALUE
LOCATION AND PLUG EXISTING 8'
� � WATER MAtN
l r i
i � � �
---------------
-r-�-----�
----- ------------------------- — WATER MAIN
--------------------- ,
� '� � Y-- — �� ABANDONMENT ' , —�, �
— , �
FIL£ N0. ENGLISH �ES1GN TEAhS WHKS & 1.�, DUBUDLIE CQUNTY PRDdECT NUMSER NHSX-020-9(1 83)-3H-3� SHEET i�UhfBER M.3
8;17:55 RM 4/23/2019 JKRAvER K:\8786.@(� H,�y 20-S.,i�� VeLL�y WM\CALI\CA�� Sh�nts\B786t2Y 4-17-19.sht
2020-6-036_Dubuque
Exhibit B
COST SHARE SU M MARY
City Division 2 - Total: $843,589.22
City Total: $843,589.22
lowa DOT Division 1 - Total: $35,557,765.40
lowa DOT Division 4 - Total: $267,689.34
lowa DOT Division 7 - Total: $230,852.06
lowa DOT Total: $36,056,306.80
Total: $36,899,896.02
2020-6-036_Dubuque
Exhibit B
DIVISION 1- 100%DOT
Prop. Est.Authorized Est.Authorized Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
CLEAR+GRUBB ACRE 2101-0850001 0010 169.00 $420.00 $70,980.00 ORIGINAL
SPECIAL BACKFILL TON 2102-0425070 0020 0.00 $26.40 $0.00 ORIGINAL
CONTRACTOR FURNISH SELECTTREATMENT CY 2102-2624980 0030 68,825.00 $19.30 $1,328,322.50 ORIGINAL
EMBANKMENT-IN-PLACE,CONTRACTOR FURNISH CY 2102-2625001 0040 366,898.00 $4.70 $1,724,420.60 ORIGINAL
EXCAVATION,CL 10,RDWY+BORROW CY 2102-2710070 0050 697,468.00 $4.30 $2,999,112.40 ORIGINAL
EXCAVATION,CL 10,WASTE CY 2102-2710090 0060 103,540.00 $9.80 $1,014,692.00 ORIGINAL
EXCAVATION,CL 12,BOULDER/ROCK FRAGMENT CY 2102-2712015 0070 4,550.00 $50.00 $227,500.00 ORIGINAL
EXCAVATION,CL 12,RDWY+BORROW CY 2102-2712070 0080 131,511.00 $9.20 $1,209,901.20 ORIGINAL
EXCAVATION,CL 13,WASTE CY 2102-2713090 0090 38,054.00 $11.70 $445,231.80 ORIGINAL
LOCATING TILE LINE STA 2102-4560000 0100 98.00 $150.00 $14,700.00 ORIGINAL
OBLITERATE OLD ROADBED STA 2102-5020010 0110 10.00 $400.00 $4,000.00 ORIGINAL
PRESPLITTING OF ROCK CUT SY 2103-0000100 0120 800.00 $35.00 $28,000.00 ORIGINAL
TOPSOIL,SPREAD CY 2105-8425011 0130 38,487.00 $3.20 $123,158.40 ORIGINAL
TOPSOIL,STRIP,SALVAGE+SPREAD CY 2105-8425015 0140 146,294.00 $5.20 $760,728.80 ORIGINAL
TOPSOIL,STRIP+STKP CY 2105-8425020 0150 38,487.00 $2.90 $111,612.30 ORIGINAL
COMPACTION W/MOISTURE CONTROL CY 2107-0875100 0160 917,168.00 $0.30 $275,150.40 ORIGINAL
GRANULAR SUBBASE SY 2111-8174100 0170 78,130.80 $7.70 $601,607.16 ORIGINAL
MODIFIED SUBBASE CY 2115-0100000 0180 4,497.00 $45.50 $204,613.50 ORIGINAL
GRANULAR SHLD,TYPE A TON 2121-7425010 0190 18,713.70 $18.50 $346,203.45 ORIGINAL
GRANULAR SHLD,TYPE B TON 2121-7425020 0200 3,011.70 $20.50 $61,739.85 ORIGINAL
PAVED SHLD,PCC,10.5" SY 2122-5190105 0210 31,340.84 $52.61 $1,648,841.59 ORIGINAL
SHLD CONSTRUCTION,EARTH STA 2123-7450000 0220 986.00 $490.00 $483,140.00 ORIGINAL
MACADAM STONE BASE TON 2210-0475290 0230 0.00 $15.00 $0.00 ORIGINAL
STD/S-F PCC PAV'T,QM-C CL 3,8" SY 2301-1003080 0240 75,54235 $43.37 $3,276,271.55 ORIGINAL
STD/5-F PCC PAV'T,QM-C CL 3,9" SY 2301-1003090 0250 5,791.82 $45.66 $264,454.68 ORIGINAL
STD/5-F PCC PAV'T,QM-C CL 3,10.5" SY 2301-1003105 0260 75,006.76 $52.61 $3,946,105.43 ORIGINAL
DETOUR PAV'T SY 2304-0100000 0270 29,620.82 $42.63 $1,262,735.56 ORIGINAL
GRANULAR SURF ON RD,CL A CR STONE TON 2312-8260051 0280 941.00 $20.50 $19,290.50 ORIGINAL
SURF,DRIVEWAY,CL A CR STONE TON 2315-8275025 0290 4,389.02 $20.50 $89,974.91 ORIGINAL
RMVL OF EXIST STRUCT LS 2401-6745650 0300 1.00 $18,000.00 $18,000.00 ORIGINAL
FLOODED BACKFILL CY 2402-0425040 0310 7,686.00 $24.70 $189,844.20 ORIGINAL
EXCAVATION,CL 20,RDWY PIPE CULV CY 2402-2720100 0320 12,171.00 $6.00 $73,026.00 ORIGINAL
EXCAVATION,CL 22,RDWY PIPE CULV CY 2402-2722100 0330 6,050.00 $42.00 $254,100.00 ORIGINAL
APRON,CONC,15" EACH 2416-0100015 0340 13.00 $1,120.00 $14,560.00 ORIGINAL
APRON,CONC,18" EACH 2416-0100018 0350 2.00 $1,165.00 $2,330.00 ORIGINAL
APRON,CONC,24" EACH 2416-0100024 0360 39.00 $1,427.00 $55,653.00 ORIGINAL
APRON,CONC,30" EACH 2416-0100030 0370 6.00 $1,640.00 $9,840.00 ORIGINAL
APRON,CONC,36" EACH 2416-0100036 0380 6.00 $2,003.00 $12,018.00 ORIGINAL
APRON,CONC,42" EACH 2416-0100042 0390 4.00 $1,926.50 $7,706.00 ORIGINAL
APRON,CONC,48" EACH 2416-0100048 0400 4.00 $2,120.00 $8,480.00 ORIGINAL
APRON,CONC,54" EACH 2416-0100054 0410 5.00 $2,002.20 $10,011.00 ORIGINAL
RMV+REINSTALL CONC PIPE APRON GT 36" EACH 2416-0101136 0420 1.00 $750.00 $750.00 ORIGINAL
CULV,CONC RDWY PIPE,24" LF 2416-1180024 0430 1,752.00 $46.60 $81,643.20 ORIGINAL
CULV,CONC RDWY PIPE,30" LF 2416-1180030 0440 20.00 $90.90 $1,818.00 ORIGINAL
CULV,CONC RDWY PIPE,36" LF 2416-1180036 0450 732.00 $76.00 $55,632.00 ORIGINAL
CULV,CONC RDWY PIPE,42" LF 2416-1180042 0460 112.00 $122.70 $13,742.40 ORIGINAL
CULV,CONC RDWY PIPE,48" LF 2416-1180048 0470 143.00 $126.70 $18,118.10 ORIGINAL
CULV,CONC RDWY PIPE,54" LF 2416-1180054 0480 192.00 $138.30 $26,553.60 ORIGINAL
CULV,3000D CONC RDWY PIPE,18" LF 2416-1240018 0490 144.00 $39.20 $5,644.80 ORIGINAL
CULV,3000D CONC RDWY PIPE,24" LF 2416-1240024 0500 350.00 $50.50 $17,675.00 ORIGINAL
CULV,3000D CONC RDWY PIPE,30" LF 2416-1240030 0510 248.00 $70.50 $17,484.00 ORIGINAL
CULV,3000D CONC RDWY PIPE,42" LF 2416-1240042 0520 188.00 $113.40 $21,319.20 ORIGINAL
CULV,3750D CONC RDWY PIPE,18" LF 2416-1245018 0530 164.00 $47.40 $7,773.60 ORIGINAL
CULV,3750D CONC RDWY PIPE,24" LF 2416-1245024 0540 490.00 $64.20 $31,458.00 ORIGINAL
CULV,3750D CONC RDWY PIPE,30" LF 2416-1245030 0550 534.00 $89.00 $47,526.00 ORIGINAL
CULV,3750D CONC RDWY PIPE,36" LF 2416-1245036 0560 368.00 $108.60 $39,964.80 ORIGINAL
CULV,3750D CONC RDWY PIPE,42" LF 2416-1245042 0570 12.00 $163.40 $1,960.80 ORIGINAL
CULV,3750D CONC RDWY PIPE,48" LF 2416-1245048 0580 156.00 $176.70 $27,565.20 ORIGINAL
2020-6-036_Dubuque
Exhibit B
Prop. Est.Authorized Est.Authorized Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
APRON,METAL,15" EACH 2417-0225015 0590 2.00 $191.00 $382.00 ORIGINAL
APRON,UNCL,18" EACH 2422-0360018 0600 24.00 $213.00 $5,112.00 ORIGINAL
APRON,UNCL,24" EACH 2422-0360024 0610 8.00 $296.00 $2,368.00 ORIGINAL
APRON,UNCL,30" EACH 2422-0360030 0620 2.00 $501.00 $1,002.00 ORIGINAL
APRON,UNCL,36" EACH 2422-0360036 0630 10.00 $686.00 $6,860.00 ORIGINAL
CULV,UNCL ENT PIPE,18" LF 2422-1722018 0640 517.00 $27.10 $14,010.70 ORIGINAL
CULV,UNCL ENT PIPE,24" LF 2422-1722024 0650 64.00 $34.30 $2,195.20 ORIGINAL
CULV,UNCL ENT PIPE,36" LF 2422-1722036 0660 194.00 $61.20 $11,872.80 ORIGINAL
CULV,UNCL RDWY PIPE,18" LF 2422-1723018 0670 586.00 $36.70 $21,506.20 ORIGINAL
CULV,UNCL RDWY PIPE,24" LF 2422-1723024 0680 432.00 $48.40 $20,908.80 ORIGINAL
CULV,UNCL RDWY PIPE,30" LF 2422-1723030 0690 152.00 $65.70 $9,986.40 ORIGINAL
CULV,UNCL RDWY PIPE,36" LF 2422-1723036 0700 294.00 $76.00 $22,344.00 ORIGINAL
MANHOLE,STORM SWR,SW-401,60" EACH 2435-0140160 0710 1.00 $5,053.00 $5,053.00 ORIGINAL
INTAKE,SW-507 EACH 2435-0250700 0720 32.00 $3,250.00 $104,000.00 ORIGINAL
INTAKE,SW-509 EACH 2435-0250900 0730 35.00 $3,900.00 $136,500.00 ORIGINAL
INTAKE,SW-512,24" EACH 2435-0251224 0740 1.00 $1,900.00 $1,900.00 ORIGINAL
INTAKE,SW-512,30" EACH 2435-0251230 0750 1.00 $2,900.00 $2,900.00 ORIGINAL
INTAKE,SW-513 EACH 2435-0251300 0760 3.00 $3,700.00 $11,100.00 ORIGINAL
INTAKE,SW-562 MOD EACH 2435-0256210 0770 3.00 $3,800.00 $11,400.00 ORIGINAL
TEMP SHORING LS 2501-8400172 0780 1.00 $1,000.00 $1,000.00 ORIGINAL
SUBDRAIN,LONGITUDINAL,(SHLD)4" LF 2502-8212034 0790 81,474.00 $4.25 $346,264.50 ORIGINAL
SUBDRAIN OUTLET,DR-303 EACH 2502-8221303 0800 137.00 $200.00 $27,400.00 ORIGINAL
SUBDRAIN OUTLET,DR-306 EACH 2502-8221306 0810 266.00 $450.00 $119,700.00 ORIGINAL
STORM SWR GRAVITY MAIN,TRENCHED,HDPE,15" LF 2503-0111015 0820 107.00 $70.00 $7,490.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 2503-0114215 0830 721.00 $60.50 $43,620.50 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,18" LF 2503-0114218 0840 697.00 $68.00 $47,396.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,24" LF 2503-0114224 0850 667.00 $79.00 $52,693.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,36" LF 2503-0114236 0860 84.00 $135.00 $11,340.00 SUPPL AGR
STEEL BEAM G'RAIL BAR TRANS SECT,BA-201 EACH 2505-4008410 0870 2.00 $2,600.00 $5,200.00 ORIGINAL
STEEL BEAM G'RAIL END ANCHOR,BOLTED EACH 2505-4021010 0880 2.00 $250.00 $500.00 ORIGINAL
STEEL BEAM G'RAIL TGNT END TERM,BA-205 EACH 2505-4021720 0890 2.00 $2,800.00 $5,600.00 ORIGINAL
HIGH TENSION CABLE G'RAIL LF 2505-6000111 0900 680.00 $20.00 $13,600.00 ORIGINAL
HIGH TENSION CABLE G'RAIL,END ANCHOR EACH 2505-6000121 0910 4.00 $4,500.00 $18,000.00 ORIGINAL
HIGH TENSION CABLE G'RAIL,SPARE PART KIT EACH 2505-6000131 0920 1.00 $1,600.00 $1,600.00 ORIGINAL
FLOWABLE MORTAR CY 2506-4984000 0930 553.00 $105.00 $58,065.00 ORIGINAL
ENGINEER FABRIC SY 2507-3250005 0940 16,520.00 $3.20 $52,864.00 ORIGINAL
REVETMENT,CL B TON 2507-6800021 0950 576.00 $39.60 $22,809.60 ORIGINAL
REVETMENT,CLASS E TON 2507-6800061 0960 14,847.00 $32.90 $488,466.30 ORIGINAL
EROSION STONE TON 2507-8029000 0970 228.00 $41.80 $9,530.40 ORIGINAL
RMVL OF PAV'T SY 2510-6745850 0980 134,974.36 $11.00 $1,484,717.96 ORIGINAL
RMVL OF INTAKE+UTILITY ACCESS EACH 2510-6750600 0990 10.00 $750.00 $7,500.00 ORIGINAL
DRIVEWAY,PCC,8" SY 2515-2475008 1000 6,858.44 $70.25 $481,805.06 ORIGINAL
PERMANENT RD CLOSURE,RURAL,SI-181 LF 2518-6891810 1010 46.00 $110.00 $5,060.00 ORIGINAL
PERMANENT RD CLOSURE,URBAN,SI-182 EACH 2518-6891820 1020 2.00 $900.00 $1,800.00 ORIGINAL
SAFETY CLOSURE EACH 2518-6910000 1030 48.00 $150.00 $7,200.00 ORIGINAL
FENCE,CHAIN LINK,72"HEIGHT LF 2519-1002072 1040 28,437.00 $16.51 $469,494.87 ORIGINAL
FENCE,CHANNEL CROSS,TYPE A LF 2519-2000010 1050 120.00 $22.00 $2,640.00 ORIGINAL
FENCE,SAFETY LF 2519-3300600 1060 6,021.40 $5.00 $30,107.00 ORIGINAL
FIELD OFFICE EACH 2520-3350015 1070 1.00 $25,000.00 $25,000.00 ORIGINAL
CONSTRUCTION SURVEY LS 2526-8285000 1080 1.00 $160,000.00 $160,000.00 ORIGINAL
PAINTED PAV'T MARK,WATERBORNE/SOLVENT STA 2527-9263109 1090 2,626.87 $35.00 $91,940.45 ORIGINAL
PAINTED PAV'T MARK,HIGH-BUILD WATERBORNE STA 2527-9263112 1100 1,513.05 $82.00 $124,070.10 ORIGINAL
WET RETROREFLECTIVE REMOVABLE TAPE MARK STA 2527-9263131 1110 23834 $110.00 $26,217.40 ORIGINAL
PAV'T MARK RMVD STA 2527-9263180 1120 489.28 $35.00 $17,124.80 ORIGINAL
TEMP BARRIER RAIL,CONC LF 2528-8400048 1130 24,236.00 $9.00 $218,124.00 ORIGINAL
TEMP FLOODLIGHTING LUMINAIRE EACH 2528-8400157 1140 14.00 $4,500.00 $63,000.00 ORIGINAL
TRAFFIC CONTROL LS 2528-8445110 1150 1.00 $220,000.00 $220,000.00 ORIGINAL
TEMP LANE SEPARATOR SYSTEM LF 2528-9109020 1160 125.00 $14.00 $1,750.00 ORIGINAL
PORTABLE DYNAMIC MESSAGE SIGN(PDMS) CDAY 2528-9290050 1170 14.00 $100.00 $1,400.00 ORIGINAL
2020-6-036_Dubuque
Exhibit B
Prop. Est.Authorized Est.Authorized Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
MOBILIZATION LS 2533-4980005 1180 1.00 $2,200,000.00 $2,200,000.00 ORIGINAL
MILLED SHLD RUMBLE STRIP,PCC SURF STA 2548-0000200 1190 345.80 $50.00 $17,290.00 ORIGINAL
TEMP CRASH CUSHION EACH 2551-0000110 1200 8.00 $1,400.00 $11,200.00 ORIGINAL
TEMP CRASH CUSHION,SEVERE USE(SU) EACH 2551-0000130 1210 7.00 $4,500.00 $31,500.00 ORIGINAL
('LINEAR FEET'ITEM)Removal of wooden guardrail LF 2599-9999009 1220 1,331.00 $4.00 $5,324.00 ORIGINAL
MULCH ACRE 2601-2634100 1230 295.60 $6.00 $1,773.60 ORIGINAL
SALTTOLERANTSEEDING ACRE 2601-2636060 1240 15.00 $1,500.00 $22,500.00 ORIGINAL
SLOPE PROTECTION,WOOD EXCELSIOR SQ 2601-2638352 1250 1,302.00 $14.00 $18,228.00 ORIGINAL
SPECIAL DITCH CONTROL,WOOD EXCELSIOR MAT SQ 2601-2640350 1260 11,369.08 $25.00 $284,227.00 ORIGINAL
STABILIZE CROP-SEED+FERTILIZE ACRE 2601-2642100 1270 228.48 $725.00 $165,646.55 ORIGINAL
WATER-SOD/SPEC DITCH CNTL/SLOPE PROTECT MGAL 2601-2643110 1280 2,182.00 $60.00 $130,920.00 ORIGINAL
MOBILIZATION FOR WATERING EACH 2601-2643300 1290 3.00 $350.00 $1,050.00 ORIGINAL
TURF REINFORCEMENT MAT,TYPE 1 SQ 2601-2643411 1300 745.00 $25.00 $18,625.00 ORIGINAL
SILT FENCE LF 2602-0000020 1310 49,400.00 $1.50 $74,100.00 ORIGINAL
SILT FENCE-DITCH CHECKS LF 2602-0000030 1320 40,230.00 $1.50 $60,345.00 ORIGINAL
SILT BASIN EACH 2602-0000050 1330 598.00 $200.00 $119,600.00 ORIGINAL
RMVL OF SILT FENCE/SILT FENC-DITCH CHECK LF 2602-0000071 1340 89,825.00 $1.00 $89,825.00 ORIGINAL
RMVL OF SILT BASIN EACH 2602-0000080 1350 598.00 $150.00 $89,700.00 ORIGINAL
MAINT OF SILT FENC/SILT FENC-DITCH CHECK LF 2602-0000101 1360 8,983.00 $0.50 $4,491.50 ORIGINAL
STAB CONSTR ENTRANCE,EC-303 LF 2602-0000150 1370 1,300.00 $18.50 $24,050.00 ORIGINAL
ROCK CHECK DAM LF 2602-0000160 1380 14,192.00 $13.20 $187,334.40 ORIGINAL
MAINT OF ROCK CHECK DAM EACH 2602-0000170 1390 2,661.00 $75.00 $199,575.00 ORIGINAL
RMVL OF ROCK CHECK DAM EACH 2602-0000180 1400 946.00 $50.00 $47,300.00 ORIGINAL
PERIMETER+SLOPE SEDIMENT CNTL DEVICE,12" LF 2602-0000312 1410 55,719.00 $0.20 $11,143.80 ORIGINAL
PERIMETER+SLOPE SEDIMENT CNTL DEVICE,20" LF 2602-0000320 1420 3,230.00 $3.75 $12,112.50 ORIGINAL
RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEV LF 2602-0000350 1430 58,949.00 $1.00 $58,949.00 ORIGINAL
TEMP INTAKE OR MANHOLE COVER ASSEMBLY EACH 2602-0000400 1440 82.00 $500.00 $41,000.00 ORIGINAL
MAINT OF TEMP INTKE OR MANHLE CVR ASMBLY EACH 2602-0000410 1450 82.00 $100.00 $8,200.00 ORIGINAL
RMVL OF TEMP INTKE OR MANHLE CVR ASMBLY EACH 2602-0000420 1460 82.00 $150.00 $12,300.00 ORIGINAL
OPEN-THROAT CURB INTK SED FILT,EC-602 LF 2602-0000500 1470 492.00 $15.00 $7,380.00 ORIGINAL
MAINT OF OPEN-THRT CURB INTKE SDMNT FLTR EACH 2602-0000510 1480 78.00 $50.00 $3,900.00 ORIGINAL
RMVL OF OPEN-THRT CURB INTKE SDMNT FLTR EACH 2602-0000520 1490 78.00 $50.00 $3,900.00 ORIGINAL
GRATE INTAKE SEDIMENT FILTER BAG EACH 2602-0000530 1500 8.00 $200.00 $1,600.00 ORIGINAL
MAINT OF GRATE INTAKE SEDIMENT FLTR BAG EACH 2602-0000540 1510 8.00 $200.00 $1,600.00 ORIGINAL
RMVL OF GRATE INTAKE SEDIMENT FILTER BAG EACH 2602-0000550 1520 8.00 $150.00 $1,200.00 ORIGINAL
MOBILIZATION,EROSION CONTROL EACH 2602-0010010 1530 1.00 $500.00 $500.00 ORIGINAL
MOBILIZATION,EMERGENCY EROSION CONTROL EACH 2602-0010020 1540 1.00 $1,000.00 $1,000.00 ORIGINAL
MULCH,WOOD CHIP(Slash Mulch) CY 2610-0000214 2355 2,137.75 $12.40 $26,508.10 SUPPL AGR 1
('CUBIC YARDS'ITEM)Concrete for Sink Hole CY 2599-9999003 2365 30.00 $168.00 $5,040.00 SUPPL AGR 2
TEMPORARYSEDIMENTCONTROLBASIN EACH 2602-0000130 2370 5.00 $3,200.00 $16,000.00 SUPPLAGR 3
MAINT OF TEMP SEDIMENT CONTROL BASIN EACH 2602-0000140 2375 5.00 $750.00 $3,750.00 SUPPL AGR 3
RMVL OF TEMP SEDIMENT CONTROL BASIN EACH 2602-0000135 2380 5.00 $1,000.00 $5,000.00 SUPPL AGR 3
('LUMP SUM'ITEM)Debris Removal LS 2599-9999010 2390 1.00 $1,793.00 $1,793.00 SUPPL AGR 2
EWO\MOBILIZATION,ADDITIONAL Portzen Temporary EACH 6100-2533010 2395 1.00 $2,500.00 $2,500.00 SUPPL AGR 5
Driveway
PRICEADJ\NETFUELADJUSTMENT EACH 6200-5000171 2400 -148,696.17 $1.00 ($148,696.17) SUPPLAGR 5
MODIFIED SUBBASE Frontage Roads CY 2115-0100000 2450 16,473.70 $45.50 $749,553.35 SUPPL AGR 8
EWO\VALUE ENGINEERING INCENTIVE PROPOSAL EACH 6100-1105031 2455 1.00 $38,140.71 $38,140.71 SUPPL AGR 8
Modified Subbase
PRICE ADJ\EQUIPMENT CROSSING Equipment Savings EACH 6200-1105010 2460 -1.00 $64,750.00 ($64,750.00) SUPPL AGR 8
for VE
EWO\WATER-DUSTCONTROL MGAL 6100-1107010 2465 1,452.00 $60.00 $87,120.00 SUPPLAGR 9
SUBDRAIN,LONGITUDINAL,(BACKSLOPE)4" LF 2502-8212024 2470 1,000.00 $15.95 $15,950.00 SUPPL AGR 9
INTERCEPTDITCH+FLUME LF 2102-2200000 2475 1,000.00 $6.90 $6,900.00 SUPPLAGR 9
('CUBIC YARDS'ITEM)Sediment Removal CY 2599-9999003 2480 100.00 $18.90 $1,890.00 SUPPL AGR 9
SEED+FERTILIZE(RURAL)Category 0001 ACRE 2601-2636043 2620 60.00 $1,650.00 $99,000.00 SUPPL AGR 12
('LUMP SUM'ITEM)Sanitary Manhole Adjustment LS 2599-9999010 2625 1.00 $4,125.00 $4,125.00 SUPPL AGR 12
2020-6-036_Dubuque
Exhibit B
Prop. Est.Authorized Est.Authorized Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
EXCAVATION,CL 13,WIDEN CY 2213-2713300 2695 10,716.71 $18.50 $198,259.14 SUPPL AGR 15
('CUBIC YARDS'ITEM)Macadam Stone Base CY 2599-9999003 2700 32,553.45 $26.33 $856,969.57 SUPPL AGR 16
SPECIALBACKFILL CY 2102-0425071 2705 13,496.78 $49.90 $673,435.33 SUPPLAGR 16
('LUMP SUM'ITEM)Relocate Electrical Service LS 2599-9999010 2710 1.00 $5,940.00 $5,940.00 SUPPL AGR 14
Pedastal
('CUBIC YARDS'ITEM)Remove&Replace Revetment CY 2599-9999003 2740 70.00 $62.00 $4,340.00 SUPPL AGR 19
('LINEAR FEET'ITEM)Sawing Curb Cuts LF 2599-9999009 2745 140.00 $22.00 $3,080.00 SUPPL AGR 19
CURB+GUTTER,PCC,3.0' LF 2512-1725306 2750 110.00 $40.15 $4,416.50 SUPPL AGR 19
HYDRAULICSEEDING(UrbanMix) ACRE 2601-2636070 2770 0.54 $7,150.00 $3,861.00 SUPPLAGR 20
MULCH,BONDED FIBER MATRIX ACRE 2601-2634105 2775 0.54 $13,750.00 $7,425.00 SUPPL AGR 20
HMA COMMERCIAL MIX(INCL ASPH BINDER) TON 2303-0000100 2795 100.00 $88.11 $8,811.00 SUPPL AGR 18
('LUMP SUM'ITEM)Pvm't Scarification Butt Joint LS 2599-9999010 2800 1.00 $4,235.00 $4,235.00 SUPPL AGR 18
PAINTEDSYMBOL+LEGEND,WATERBORNE/SOLVNT EACH 2527-9263137 2805 4.00 $175.00 $700.00 SUPPLAGR 21
SYMBOL+LEGENDRMVD EACH 2527-9263190 2810 4.00 $175.00 $700.00 SUPPLAGR 21
('EACH'ITEM)(SpecialtySigns) EACH 2599-9999005 2815 8.00 $330.00 $2,640.00 SUPPLAGR 21
('EACH'ITEM)(Additional Construction Survey) EACH 2599-9999005 2820 2.00 $880.00 $1,760.00 SUPPL AGR 21
RMVL OF EXIST STRUCT RCB Sta 975+- LS 2401-6745650 2830 1.00 $6,500.00 $6,500.00 SUPPL AGR 22
('LINEAR FEET'ITEM)Field Fence Removal LF 2599-9999009 2835 2,300.00 $5.00 $11,500.00 SUPPL AGR 23
EXCAVATION,CL 10,UNSUIT/UNSTABLE MAT'L CY 2102-2710080 2860 2,936.00 $8.60 $25,249.60 SUPPL AGR 25
EXCAVATION,CL 13,WIDEN CY 2213-2713300 2955 300.00 $72.71 $21,813.00 SUPPL AGR 29
EWO\MOBILIZATION,ADDITIONAL Shoulder widening EACH 6100-2533010 2960 1.00 $5,500.00 $5,500.00 SUPPL AGR 29
and crossover
PAVED SHLD,HMA,8" SY 2122-5500080 2965 1,544.00 $56.10 $86,618.40 SUPPL AGR 29
EWO\TRAFFIC CONTROL lane closure up to 1 1/2 mile EACH 6100-2528035 2970 2.00 $1,210.00 $2,420.00 SUPPL AGR 29
REMVL Cel Tower Footings LS 2401-6750001 2975 1.00 $9,000.00 $9,000.00 SUPPL AGR 32
REMVL Septic Tanks LS 2401-6750001 2980 1.00 $4,200.00 $4,200.00 SUPPL AGR 32
EWO\MOBILIZATION,ADDITIONAL removal of trees EACH 6100-2533010 2985 11.00 $1,000.00 $11,000.00 SUPPL AGR 32
Division 1 Total(100%DOT): $35,557,765.40
2020-6-036_Dubuque
Exhibit B
DIVISION 2-STORM SEWER-WATER MAIN- 100%CITY
Prop. Est.Authorized Est.Authorized Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
APRON,CONC,15" EACH 2416-0100015 0340 3.00 $1,120.00 $3,360.00 ORIGINAL
APRON,CONC,18" EACH 2416-0100018 0350 1.00 $1,165.00 $1,165.00 ORIGINAL
INTAKE,SW-507 EACH 2435-0250700 0720 0.00 $3,250.00 $0.00 ORIGINAL
INTAKE,SW-509 EACH 2435-0250900 0730 10.00 $3,900.00 $39,000.00 ORIGINAL
INTAKE,SW-513 EACH 2435-0251300 0760 0.00 $3,700.00 $0.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,15" LF 2503-0114215 0830 699.00 $60.50 $42,289.50 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,18" LF 2503-0114218 0840 75.00 $68.00 $5,100.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,24" LF 2503-0114224 0850 0.00 $79.00 $0.00 ORIGINAL
STORM SWR G-MAIN,TRENCHED,RCP 2000D,36" LF 2503-0114236 0860 0.00 $135.00 $0.00 ORIGINAL
City storm sewer: $90,914.50
TRAFFIC CONTROL Category 2-City LS 2528-8445110 2485 1.00 $1,800.00 $1,800.00 SUPPL AGR 11
TOPSOIL,STRIP,SALVAGE+SPREAD Cat.2-City CY 2105-8425015 2490 54533 $16.00 $8,725.28 SUPPL AGR 11
GRANULAR SURF ON RD,CL A CR STONE Cat.2-City TON 2312-8260051 2495 $41.50 $751.98 SUPPL AGR 11
18.12
SAFETY CLOSURE Category 2-City EACH 2518-6910000 2500 2.00 $150.00 $300.00 SUPPL AGR 11
ROCK EXCAVATION Category 2-City CY 2552-0000140 2505 356.15 $90.00 $32,053.50 SUPPLAGR 11
TRENCH FOUNDATION Category 2-City TON 2552-0000210 2510 0.00 $30.00 $0.00 SUPPLAGR 11
WATER MAIN,TRENCHED,DIP,12"Cat.2-City LF 2554-0112012 2515 1,976.40 $124.00 $245,073.60 SUPPLAGR 11
FITTINGS BY WEIGHT,DI Category 2-City LB 2554-0203000 2520 5,625.00 $7.00 $39,375.00 SUPPLAGR 11
VALVE,GATE,DIP,8"Category 2-City EACH 2554-0207008 2525 5.00 $1,900.00 $9,500.00 SUPPLAGR 11
VALVE,GATE,DIP,12"Category 2-City EACH 2554-0207012 2530 19.00 $3,000.00 $57,000.00 SUPPLAGR 11
FIRE HYDRANTASSEMBLY,WM-201 Cat.2-City EACH 2554-0210201 2535 7.00 $5,900.00 $41,300.00 SUPPLAGR 11
DELIVER+STOCKPILESALVAGEDMATERIALCategoryz LS 2555-0000010 2540 $2,000.00 $2,000.00 SUPPLAGR 11
City 1.00
SEED+FERTILIZE(RURAL)Category 2-City ACRE 2601-2636043 2545 2.00 $2,000.00 $4,000.00 SUPPLAGR 11
PERIMETER+SLOPESEDIMENTCNTLDEVICE,12" LF 2602-0000312 2550 $0.20 $0.00 SUPPLAGR 11
Category 2-City 0.00
RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEV LF 2602-0000350 2555 $0.50 $0.00 SUPPLAGR 11
Category 2-City 0.00
RMVL OF TYPE A SIGN ASSEMBLY(Salvage&Reinstall) EACH 2524-6765210 2560 $100.00 $700.00 SUPPL AGR 11
Category 2-City 7.00
WATER MAIN,TRENCHED,PVC,12"Cat.2-City LF 2554-0114012 2565 3,920.00 $58.17 $228,026.40 SUPPLAGR 11
FLUSHINGDEVICE(BLOWOFF),_Cat.2-City EACH 2554-0211000 2590 2.00 $1,210.00 $2,420.00 SUPPLAGR 11
('LUMP SUM'ITEM)Removal of Cattle Crossing Cat.Z- LS 2599-9999010 2605 $1,650.00 $1,650.00 SUPPL AGR 11
City 1.00
FLAGGER Category 2-City EACH 2528-8445113 2610 16.00 $480.00 $7,680.00 SUPPL AGR 11
RMVL OF PAV'T Category 2-City SY 2510-6745850 2870 6.00 $11.00 $66.00 SUPPL AGR 27
REPLACEMENT OF UNSUITABLE BACKFILL MAT'L CY 2552-0000220 2875 $30.00 $570.00 SUPPLAGR 27
Category 2-City 19.00
WATER MAIN,TRENCHED,DIP,6"Cat.2-City LF 2554-0112006 2880 14.70 $110.00 $1,617.00 SUPPL AGR 27
WATER MAIN,TRENCHED,DIP,8"Cat.2-City LF 2554-0112008 2885 5.00 $125.49 $627.45 SUPPL AGR 27
WATER MAIN,TRENCHED,DIP,10"Cat.2-City LF 2554-0112010 2890 33.00 $135.94 $4,486.02 SUPPL AGR 27
('LINEAR FEET'ITEM)2021 Material Cost Increase, LF 2599-9999009 2895 $13.29 $6,086.82 SUPPLAGR 27
Water Main,12" 458.00
('POUNDS'ITEM)2021 Materials Cost Increase,Fittings LB 2599-9999008 2900 $2.32 $8,173.36 SUPPLAGR 27
By Weight,Ductile Iron 3,523.00
VALVE,GATE,DIP,6"Category 2-City EACH 2554-0207006 2905 1.00 $1,760.00 $1,760.00 SUPPL AGR 27
('EACH'ITEM)2021 Material Cost Increase,Valve,Gate EACH 2599-9999005 2910 $240.35 $240.35 SUPPLAGR 27
DIP,8",Category 2-City 1.00
VALVE,GATE,DIP,10"Category 2-City EACH 2554-0207010 2915 2.00 $3,505.70 $7,011.40 SUPPL AGR 27
('EACH'ITEM)2021 Materials Cost Increase, EACH 2599-9999005 2920 $543.26 $5,432.60 SUPPL AGR 27
Valve,Gate DIP,12",Category 2-City 10.00
('EACH'ITEM)2021 Materials Cost Increase,Fire EACH 2599-9999005 2925 $732.19 $2,928.76 SUPPL AGR 27
Hydrant Assembly,WM-201,Cat.2-C 4.00
WATER SERVICE CORP,COPPER,1"Cat.2-City EACH 2554-0205410 2930 5.00 $4,466.00 $22,330.00 SUPPL AGR 27
WATER SERVICE CORP,COPPER,2"Cat.2-City EACH 2554-0205420 2935 1.00 $8,989.20 $8,989.20 SUPPL AGR 27
City water main: $752,674.72
City storm sewer: $90,914.50
City water main: $752,674.72
Division 2 Total(100%City): $843,589.22
2020-6-036_Dubuque
Exhibit B
DIV 4-WATER MAIN 100%DOT(federal participating)
Prop. Est.Auth. Est.Auth. Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
TOPSOIL,STRIP,SALVAGE+SPREAD CY 2105-8425015 1550 150.00 $16.00 $2,400.00 ORIGINAL
GRANULAR SURF ON RD,CL A CR STONE TON 2312-8260051 1560 0.00 $41.50 $0.00 ORIGINAL
SAFETY CLOSURE EACH 2518-6910000 1570 0.00 $150.00 $0.00 ORIGINAL
ROCK EXCAVATION CY 2552-0000140 1580 0.00 $90.00 $0.00 ORIGINAL
TRENCH FOUNDATION TON 2552-0000210 1590 0.00 $30.00 $0.00 ORIGINAL
REPLACEMENT OF UNSUITABLE BACKFILL MAT'L CY 2552-0000220 1600 104.85 $30.00 $3,145.50 ORIGINAL
WATER MAIN,TRENCHED,DIP,8" LF 2554-0112008 1610 0.00 $96.00 $0.00 ORIGINAL
WATER MAIN,TRENCHED,DIP,12" LF 2554-0112012 1620 0.00 $124.00 $0.00 ORIGINAL
WATER MAIN/CAS,TRENCHED,DIP,8" LF 2554-0132008 1630 0.00 $245.00 $0.00 ORIGINAL
WATER MAIN/CAS,TRENCHLESS,DIP,8" LF 2554-0142008 1640 0.00 $1,058.00 $0.00 ORIGINAL
FITTINGS BY WEIGHT,DI LB 2554-0203000 1650 0.00 $7.00 $0.00 ORIGINAL
VALVE,GATE,DIP,8" EACH 2554-0207008 1660 2.00 $1,900.00 $3,800.00 ORIGINAL
VALVE,GATE,DIP,12" EACH 2554-0207012 1670 0.00 $3,000.00 $0.00 ORIGINAL
FIRE HYDRANTASSEMBLY,WM-201 EACH 2554-0210201 1680 0.00 $5,900.00 $0.00 ORIGINAL
DELIVER+STOCKPILE SALVAGED MATERIAL LS 2555-0000010 1690 0.00 $2,000.00 $0.00 ORIGINAL
('LINEAR FEET'ITEM)CASING PIPE TRENCHLESS 24 LF 2599-9999009 1700 0.00 $500.00 $0.00 ORIGINAL
INCH
('LINEAR FEET'ITEM)WATER MAIN ABANDONMENT LF 2599-9999009 1710 600.00 $8.00 $4,800.00 ORIGINAL
FILL&PLUG
SEED+FERTILIZE(RURAL) ACRE 2601-2636043 1720 0.00 $2,000.00 $0.00 ORIGINAL
PERIMETER+SLOPE SEDIMENT CNTL DEVICE,12" LF 2602-0000312 1730 60.00 $0.20 $12.00 ORIGINAL
RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEV LF 2602-0000350 1740 0.00 $0.50 $0.00 ORIGINAL
WATER MAIN/CAS,TRENCHLESS,DIP,12"Category 4- LF 2554-0142012 2615 337.00 $752.32 $253,531.84 SUPPL AGR 11
Participating
Division 4 Total(100%DOT): $267,689.34
2020-6-036_Dubuque
Exhibit B
DIV 7-WATER MAIN 100%DOT(federal non-participating)
Prop. Est.Auth. Est Auth. Cont.
Item Description Units Item Code Line Quantity Unit Price Amount Item Type Mod.#
FLUSHING DEVICE(BLOWOFF),_Category 7 EACH 2554-0211000 2630 1.00 $1,210.00 $1,210.00 SUPPL AGR 11
VALVE,BUTTERFLY,DIP,6"Category 7,Non-
EACH 2554-0206006 2635 2.00 $1,760.00 $3,520.00 SUPPLAGR 11
Participating
WATER MAIN,TRENCHED,PVC,12"Category 7,Non- LF 2554-0114012 2640 1,488.00 $58.17 $86,556.96 SUPPL AGR 11
Participating
WATER MAIN,TRENCHED,PVC,6"Category 7,Non-
LF 2554-0114006 2645 14.00 $81.40 $1,139.60 SUPPLAGR 11
Participating
WATER MAIN,TRENCHED,PVC,8"Category 7,Non- LF 2554-0114008 2650 142.00 $66.00 $9,372.00 SUPPL AGR 11
Participating
WATER MAIN/CAS,TRENCHED,PVC,12"(Under LF 2554-0134012 2655 50.00 $352.00 $17,600.00 SUPPL AGR 11
Cottingham)Category 7,Non-Participating
FIRE HYDRANT ASSEMBLY,WM-201 Category 7,Non- EACH 2554-0210201 2660 2.00 $5,900.00 $11,800.00 SUPPL AGR 11
Participating
FITTINGS BY WEIGHT,DI Category 7,Non-Participating LB 2554-0203000 2665 1,295.00 $7.00 $9,065.00 SUPPL AGR 11
ROCK EXCAVATION Category 7,Non-Participating CY 2552-0000140 2670 842.45 $90.00 $75,820.50 SUPPL AGR 11
TOPSOIL,STRIP,SALVAGE+SPREAD Category 7,Non-
CY 2105-8425015 2675 173.00 $16.00 $2,768.00 SUPPLAGR 11
Participating
VALVE,GATE,DIP,12"Category 7,Non-Participating EACH 2554-0207012 2680 4.00 $3,000.00 $12,000.00 SUPPL AGR 11
Division 7 Total(100%DOT): $230,852.06
2020-6-036_Dubuque
Exhibit C
N HSX-020-9(183)--3 H-31
Chesterfield Drive Stom Sewer tabulation
Division 2 - 100%City
Intakes&Aprons Pipes
No. Type No. Size Len�th
300 SW-509 P-300 15 40
301 SW-509 P-301 15 28
302 DR-20115" P-303 15 40.5
303 SW-509 P-304 15 25
304 SW-509 P-306 15 80
305 DR-20115" P-307 15 40.5
306 SW-509 P-309 15 40
307 SW-509 P-310 15 405
308 DR-20115" P-311 18 40
309 SW-509 P-312 18 35
310 SW-509
311 SW-509
312 SW-509
313 DR-20118"
2020-6-036_Dubuque