Iowa Department of Transportation (IDOT) Funding Agreement for Grandview and Delhi Streets Copyright 2014
City of Dubuque Consent Items # 11.
ITEM TITLE: Iowa Department of Transportation (IDOT) Funding Agreement
SUMMARY: City Manager recommending approval of a resolution authorizing the
Mayor to execute a Funding Agreement with the Iowa Department of
Transportation for a Traffic Safety Improvement Grant to assist with the
construction of a proposed Roundabout at the intersection of Grandview
Avenue and Delhi Street.
RESOLUTION Approving a Funding Agreement (2016-Ts-008) With the
Iowa Department of Transportation for a Traffic Safety Improvement Grant
to Assist With the Construction of a Proposed Roundabout at the
Intersection of Grandview Avenue and Delhi Street
SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s)
ATTACHMENTS:
Description Type
❑ IDOT Fuinding Agreement for Grandview Avenue and Delhi Street City Manager Memo
Roundabout-MVM Memo
❑ IDOT Funding Agreement-Traffic Safety Grant-Grandview Delhi Resolutions
Roundabout-Resolution
❑ IDOT-Traffic Safety Grant-Grandview Delhi Roundabout-Council Staff Memo
Memo
❑ IDOT Funding Agreement-Traffic Safety Grant-Grandview Delhi Supporting Documentation
Roundabout
THE CITY OF Dubuque
UBE I
erica .i
Masterpiece on the Mississippi 2007-2012-2013
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Iowa Department of Transportation Funding Agreement to Construct a
Roundabout at the Intersection of Grandview Avenue and Delhi Street
Project No. CS-TSF-2100 (682)-85-31
Iowa DOT Agreement No. 2016-TS-008
DATE: May 13, 2015
City Engineer Gus Psihoyos recommends City Council approval of a resolution
authorizing the Mayor to execute a Funding Agreement with the Iowa Department of
Transportation for a Traffic Safety Improvement Grant to assist with the construction of
a proposed Roundabout at the intersection of Grandview Avenue and Delhi Street.
The total cost of this improvement is estimated at $700,000, of which $500,000 would
be funded by the Iowa Department of Transportation/Traffic Safety Improvement Grant,
and $200,000 would be funded by City Sales Tax fund, which was adopted as part of
the FY2016 budget.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Mic ael C. Van Milligen
MCVM:jh
Attachment
cc: Barry Lindahl, City Attorney
Cindy Steinhauser, Assistant City Manager
Teri Goodmann, Assistant City Manager
Gus Psihoyos, City Engineer
THE COF Dubuque
TH''�DtUB E NI-AmerlcawUY
1P
Masterpiece on the Mississippi 2007.2012.12013
TO: Michael C. Van Milligen, City Manage
FROM: Gus Psihoyos, City Engineer
DATE: May 7, 2015
RE: Iowa Department of Transportation Funding Agreement to Construct a
Roundabout at the intersection of Grandview Avenue and Delhi Street
Project No. CS-TSF-2100 (682)--85-31
Iowa DOT Agreement No. 2016-TS-008
INTRODUCTION
The enclosed resolution authorizes the Mayor to execute a Funding Agreement with the
Iowa Department of Transportation (Iowa DOT) for a Traffic Safety Improvement Grant
to assist with the construction of a proposed Roundabout at the intersection of
Grandview Avenue and Delhi Street.
BACKGROUND
Every year the Engineering Department meets with staff from the Iowa Department of
Transportation Office of Traffic and Safety to discuss and identify intersections having
safety and/or operational concerns. The intersection of Grandview Avenue and Delhi
Street was identified due to the number of broadside crashes that occur. During the site
visit, the Office of Traffic Safety personnel suggested this intersection would be a good
candidate for a roundabout and suggested the City submit a traffic safety application for
project funding.
Currently this intersection is a five way stop and has operational delays during peak
travel times. A planning level conceptual roundabout design was designed by the City's
consulting engineer to minimize the impact to adjacent property owners. The
roundabout concept was developed to accommodate various commercial vehicle
movements, provide adequate sight distance, and provide natural vehicle paths. This
planning level concept was created using an aerial photo and is subject to design
modifications that may include a minor shift in the circle location or shape, alignment
adjustments, and development of optimal entry/exit paths.
As part of the planning level concept development, the Engineering Department held a
public information meeting for the nearby business owners on August 1, 2014.
Feedback from the meeting attendees was supportive of a roundabout intersection.
In August 2014, the City submitted an application to the Iowa DOT for the Traffic Safety
Improvement Grant. The grant application was approved by the Transportation
Commission on January 13, 2015 in the amount of $500,000.
1
ANTICIPATED SCHEDULE
Both the State grant and City funding does not become available until July 2015, thus
work on the project will not be initiated until the fall of 2015.
The current plan is to select a consultant to complete the final design efforts in the fall of
2015 so that the project can be bid in early 2016. Construction of the Grandview - Delhi
Roundabout Intersection Improvements will occur in the summer of 2016, with a
majority of the work to be completed in June, July and August when school is not is
session.
RECOMMENDATION
I recommend that the City Council authorize the Mayor to execute a Funding Agreement
with the Iowa DOT for a Traffic Safety Improvement Grant to assist with the construction
of a proposed Roundabout at the intersection of Grandview Avenue and Delhi Street.
BUDGET IMPACT
The total cost of this improvement is estimated at $700,000 of which $500,000 would be
funded by the Iowa DOT / Traffic Safety Improvement Grant, and $200,000 would be
funding by City Sales Tax fund (CIP No. 3002611) which was adopted as part of the
FY2016 budget.
ACTION TO BE TAKEN
The City Council is requested to authorize the Mayor to execute a Funding Agreement
(Agreement No. 2016-TS-008) with the Iowa Department of Transportation for a Traffic
Safety Improvement Grant to assist with the construction of a proposed Roundabout at
the intersection of Grandview Avenue and Delhi Street.
Prepared by: Robert Schiesl, Assistant City Engineer
cc: Kent Ellis, Iowa DOT
Jenny Larson, Budget Director
Don Vogt, Public Works Director
John Klostermann, Street & Sewer Maintenance Supervisor
Attachment
F:\PROJECTS\Traffic Safety Grant-2014 Grandview and Delhi\Funding Agreement
2
SMARTER 15(l�10-1.11 1 CUSTr_ WR iar�IVNI
C1 ,41 IA-1A- T www.iowadot.gov
District 6 Office I Highway Division
5455 Kirkwood Blvd.SW,Cedar Rapids, IA 52404
Phone:(319)364-0235 Fax(319)364-9614 1 Email: kent.ellis@dot.iowa.gov
April 27, 2015 Ref: CS-TSF-2100(682)-85-31
Dubuque County
City of Dubuque
Agreement No: 2016-TS-008
City Hall
Attn: Bob Schiesl, P.E.
50 West 13th St.
Dubuque, IA 52001
SUBJECT: Agreement 2016-TS-008 Construct a roundabout at the intersection of Grandview Avenue,
Delhi Street and Grace Street in Dubuque
Dear Mr. Schiesl:
I have enclosed two (2) copies of an agreement between the City of Dubuque and the Iowa
Department of Transportation for the referenced project. The project involves constructing a
roundabout at the intersection of Grandview Avenue, Delhi Street and Grace Street in Dubuque.
Please secure the necessary approvals and signatures of the appropriate city officials and return both
signed copies of the agreement to this office for further processing. After I receive the signed copies
of the agreement, I will forward both copies to our Office of Traffic and Safety for signature and one
of the copies of the fully executed agreement will be returned to your office.
All those who are involved with the project should carefully review the provisions of the agreement
that pertain to State Traffic Safety funding for this project and the standard provisions for Traffic
Safety funded projects.
Please contact me if you have any questions concerning this agreement.
Sincerely,
Kent L. Ellis, P.E.
Local Systems Engineer, District 6
KLE/hmb
Enclosures(2) 2016-TS-008
RESOLUTION NO. 158-15
RESOLUTION APPROVING A FUNDING AGREEMENT (2016 -TS -008) WITH THE
IOWA DEPARTMENT OF TRANSPORTATION FOR A TRAFFIC SAFETY
IMPROVEMENT GRANT TO ASSIST WITH THE CONSTRUCTION OF A
PROPOSED ROUNDABOUT AT THE INTERSECTION OF GRANDVIEW AVENUE
AND DELHI STREET
Whereas, currently the Grandview Avenue and Delhi Street intersection is a
five way stop condition and has operational delays and inefficiencies during peak traffic
periods; and
Whereas, the City of Dubuque has determined that improvements to this
intersection, as recommended by the Iowa Department of Transportation are in the
best interest of the public due to safety and/or operational concerns, construction of
a roundabout will improve the level of service of the Grandview Avenue and Delhi
Street intersection; and
Whereas, the total cost for these improvements is estimated at $700,000.00. The
Traffic Safety Improvement Grant will fund $500,000.00 of this project, and the remaining
cost, $200,000 would be funding by City.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF DUBUQUE, IOWA, THAT:
Section 1. That said Traffic Safety Improvement Grant funding will be used
within the City of Dubuque to assist with the construction of a proposed Roundabout
at the intersection of Grandview Avenue and Delhi Street is hereby approved.
Section 2. That the Mayor be authorized and directed to execute two copies of
said Funding Agreement for the Traffic Safety Improvement Grant funding will be
used within the City of Dubuque to assist with the construction of a proposed
Roundabout at the intersection of Grandview Avenue and Delhi Street.
Passed, approved and adopted this 18th day of May, 2015.
Attest:
Kevin S'. Firnstahl, C C, Git
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR TRAFFIC SAFETY IMPROVEMENT PROGRAM FUNDING
(Site-Specific Improvement)
County Dubuque
Recipient Dubuque
Project No. CS-TSF-2100(682)--85-31
Iowa DOT
Agreement No. 2016-TS-008
This agreement is entered into by and between the Iowa Department of Transportation, hereinafter
designated the"DOT", and the City of Dubuque, Iowa, hereinafter designated the"Recipient". The
Recipient submitted an application to the DOT for funding through the Traffic Safety Improvement
Program under Iowa Code Section 312.2(l 1), and the application was approved by Transportation
Commission Order No. H-2015-30 on, January 13, 2015.
Pursuant to the terms of this agreement, and applicable statutes and administrative rules,the DOT
agrees to provide funding to the Recipient to aid in the development of a certain traffic safety
improvement project.
In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree
as follows:
1. Project Information
a. The Recipient 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 Recipient's
contact person. The DOT's contact person shall be the District 6 Local Systems Engineer in Cedar
Rapids, Iowa. The Recipient's contact person shall be Assistant City Engineer, Bob Schiesl.
c. The Recipient shall be responsible for the development and completion of the following described
Traffic Safety improvement project located in Dubuque:
Construct a roundabout at the intersection of Grandview Avenue, Delhi Street and Grace Street in
Dubuque.
See Exhibit A-1 for the location of the project and Exhibit A-2 for the estimated project cost.
2. Project Costs
a. Eligible project costs for the project described in Section 1 of this agreement which are incurred after
the effective date of Commission Approval shall be paid from Traffic Safety Funds and other funds as
listed below, subject to the execution of a signed agreement:
Traffic Safety Funds: $500,000
b. The portion of the total project costs paid by Traffic Safety Funds shall not exceed the amount stated
above or the actual cost of the Traffic Safety Improvement Program eligible items, whichever is the
smaller amount.
c. If a letting is required,the project shall be let to contract within 2 years of the date this agreement is
approved by the Department. If a letting is not required, construction on the project shall begin within
2 years of the date of this agreement is approved by the Department. If neither condition is met, the
Recipient may be in default, for which the Department may revoke funding commitments. This
2016-TS-008—Dubuque 1
agreement may be extended for a period of 6 months upon receipt of a written request from the
Recipient at least 30 days prior to the 2 year deadline.
d. Project activities or costs eligible for TSIP funds include only the following: (a)road modernization,
upgrading or reconstruction; (b)bridge and culvert modernization, replacement or removal; (c) road
intersection and interchange improvement including channelization, traffic control devices or lighting;
(d)right-of-way required for a traffic safety project; (e)drainage and erosion measures which are an
integral part of the project; (f)traffic control devices required by the project; (g)guardrail; (h)tree
removal; and(I)other construction activities directly related to or required by the safety project.
e. Project activities or costs ineligible for TSIP funds include, but are not limited to, the following: (a)any
and all costs incurred prior to commission approval of funding; (b) routine maintenance of a road,
street, bridge, culvert or traffic control device; (c)safety-related activities associated with projects
initiated for purposes other than traffic safety; (d)contract administration costs; (e)design and
construction engineering and inspection; (f)utility construction, reconstruction, or adjustment except
as an integral part of a project; (g)sidewalks, bicycle paths or railroad-highway crossings, except as
an integral part of the project; and(h) expenditures for items not related to the roadway.
f. If Federal highway funds, Farm-to-Market funds, or other Federal funds are used in combination with
Traffic Safety Funds, the Recipient shall also follow all administrative and contracting procedures
which would normally be used when such funds are used on a non-Traffic Safety Improvement
Program project. The Recipient shall comply with all requirements for the use of said funds.
3. Right of Way and Permits
a. In the event that right-of-way is required for the project, said right-of-way shall be acquired in
accordance with 761 Iowa Administrative Code Chapter 111, Real Property Acquisition and
Relocation Assistance. If the project impacts the Primary Road System the Recipient shall submit
preliminary right-of-way plans to the DOT's Office of Right of Way for review and approval prior to the
commencement of any acquisition.Additionally, if said right-of-way is for an improvement to the
Primary Road System, it shall be acquired in the name of the State of Iowa.
b. The Recipient shall be responsible for obtaining any permits,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, and/or other construction permits required for the project prior to
the start of construction. Neither the approval of the Traffic Safety application for funding nor the
signing of this agreement shall be construed as approval of any required permit from the DOT.
c. The Recipient shall certify to the DOT's contact person that all known environmental permits have
been received and that all environmental regulations have been complied with before Traffic Safety
Funds are reimbursed or credited.
4. Project Design
a. The Recipient shall develop all project improvements using good engineering judgment. The
Recipient shall use the DOT"Design Manual"on projects involving the Primary Road System and/or
routes located on the National Highway System. Projects not on the Primary Road system shall use
"A Policy on Geometric Design of Highways and Streets", (latest edition), by the American
Association of State Highway and Transportation Officials. In all cases the"The Manual on Uniform
Traffic Control Devices for Streets and Highways"(MUTCD), as adopted pursuant to 761 Iowa
Administrative Code, Chapter 130 shall apply.
b. For projects which include the installation or modification of traffic signal systems,the following shall
apply:
2016-TS-008—Dubuque 2
I. There will be a minimum of one mast-arm mounted signal head with back plate for each incoming
through or left-turn lane. In addition there will be one signal head, side of pole mounted, on the far
right side pole. All vehicle signal lenses shall be 12-inch. The positioning of signal faces and the
signal indications for left-turn movements shall be in accordance with current adopted MUTCD.
ii. Combination signal/lighting pole shall be used to minimize the number of fixed objects.
iii. Interconnection and coordinated traffic signal timing plans shall be developed for the traffic
signals if there are two or more other signal installations within %mile of the subject access to
provide for progressive traffic flow. Said plans shall be reviewed and approved the DOT Office of
Traffic&Safety.
iv. Pedestrian activated signals shall be provided for all pedestrian movements and timed in
accordance with the MUTCD.
v. The concrete pad for the controller shall extend no more than 4 inches above the ground line.
vi. Where the distance from the stop bar to the signal indication is in excess of 180 feet, there shall
also be a near side signal head.
vii. Dilemma zone protection shall be provided if the 85`h percentile speed is at/over 35 mph.
5. Bid Letting
a. If the project must be let for bids, then project plans, specifications and engineer's cost estimate for
site specific improvements and/or traffic control devices shall be prepared and certified by a
professional engineer licensed to practice in the State of Iowa. The Recipient shall submit the plans,
specifications and other contract documents to the DOT for review. This submittal may be in divisions
and in the order of preference as determined by the Recipient. However, the plans, specifications and
other contract documents for each division must be submitted at least ten weeks(traffic control
devices)or fourteen weeks(site specific project)prior to the project letting of each division. If the
project will be let through the Iowa DOT, project development submittals shall follow Local Systems
1.M. 3.005. The DOT shall review said submittal(s)recognizing the Recipient's development schedule
and shall, after satisfactory review, authorize in writing the Recipient to proceed with implementation
of the project. The work on this project shall be in accordance with the survey, plans, and
specifications on file. Any substantial modification of these plans and specifications must be approved
by the DOT prior to the modification being put into effect.
b. If the Recipient lets the project, as described herein, the Recipient 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 Recipient shall be responsible for obtaining the sales tax exemption
certificates through the Iowa Department of Revenue and Finance. The Recipient 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.
c. If the Recipient lets the project, then the Recipient shall use positive efforts to solicit bids from and to
utilize Targeted Small Business(TSB)enterprises as contractors and ensure that the contractors
make positive efforts to utilize these enterprises as subcontractors, suppliers or participants in the
work covered by this agreement. Efforts shall be made and documented in accordance with Exhibit B
which is attached hereto and by this reference incorporated into this agreement.
d. For portions of the project let to bid, the Recipient 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 Recipient shall provide the DOT
file copies of project letting documents within five(5)days after letting.
2016-TS-008-Dubuque 3
e. The LPA shall be the contracting authority for the project.
6. Construction and Maintenance
a. The Recipient shall conduct the project development and implementation in compliance with
applicable laws, ordinances and administrative rules.
b. The Recipient shall be responsible for the daily inspection of the project, and the compilation of a
daily log of materials, equipment and labor on the project.
c. The Recipient shall maintain records, documents, and other evidence in support of work performed
under the terms of this contract. 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 or its designee at
all reasonable times during the period of the contract and for three(3)years after the date of final
payment. Reimbursement shall be based on eligible actual and indirect costs associated with
performance of contract service work. The Recipient shall provide copies of said records and
documents to the DOT upon request.
d. The Recipient shall require its contractors to permit the DOT authorized representative to inspect all
work materials, records, and any other data with regard to agreement related costs, revenues and
operating sources.
e. Upon project completion and prior to final reimbursement for the project, the Recipient shall furnish
three sets of"as-built'plans for any portion of the project which is on or intersects any primary road
or primary road extension to the DOT's contact person for future maintenance and road design
purposes.
f. If this project requires the installation of or modification to a traffic control signal system, the Recipient
shall be responsible for all future ownership, maintenance, operation and energy costs of said
installation or modification.
g. The Recipient hereby certifies that, for a period of ten(10)years following completion of project and
receipt of final payment from the DOT, there shall be no modifications in the geometric features, the
construction features, or the access management features(including driveway design and location)of
the project, nor shall there be any fixed objects or obstructions placed in any clear zone established in
conjunction with this project without the prior written approval of the Office of Traffic and Safety.
Failure to comply shall be considered a default under the terms of this agreement.
7. Payments and Reimbursements
a. The Recipient 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 completed in substantial compliance with the terms of this agreement.
b. The Department will reimburse the Recipient for properly documented and certified claims for eligible
project costs. The Department may withhold up to 5%of the construction costs or 5%of the TSIP
funds available for the project, whichever is less. Reimbursement will be made either by State warrant
or by crediting other accounts from which payment was initially made. If, upon final audit or review,
the Department determines the Recipient has been overpaid, the Recipient shall reimburse the
overpaid amount to the Department. After the final audit or review is complete and after the Recipient
has provided all required paperwork, the Department will release the funds withheld, if any.
c. Upon completion of the project described in this agreement, a professional engineer licensed to
practice in the State of Iowa shall certify in writing to the DOT that the project activities were
2016-TS-008—Dubuque 4
completed in substantial compliance with the terms of this agreement. Final reimbursement of Traffic
Safety Funds shall be made only after the DOT accepts the project as complete.
d. If the Recipient fails to perform any obligation under this agreement,the DOT shall have the right,
after first giving thirty(30)days written notice to Recipient by certified mail return receipt requested,to
declare this agreement in default. The Recipient shall have thirty(30)days from date of mailing of
notice to cure the default. If the Recipient cures the default, the Recipient shall notify DOT no later
than five(5)days after cure or before the end of said thirty(30)day period to cure default. Within ten
(10)working days of receipt of Recipient's notice of cure,the DOT shall issue either a notice of
acceptance of cure or notice of continued default.
e. In the event a default is not cured the DOT may revoke funding commitments and/or seek repayment
of Traffic Safety Funds granted by this agreement through charges against the Recipient's road use
tax funds.
8. General Provisions
a. This agreement shall be considered to be in default if the DOT determines that the Recipient's
application for funding contained inaccuracies, omissions, errors or misrepresentations.
b. To the extent allowed by law, the Recipient 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, or inspection of this project. To the extent allowed by law, 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.
c. In accordance with Iowa Code Chapter 216, the Recipient 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.
d. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of
1990(ADA), Section 504 of the Rehabilitation Act of 1973(Section 504), and the associated Federal
regulations that implement these laws.
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 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. DOT and the Recipient 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 shall be executed and delivered in two or more copies, each of which so executed
and delivered shall be deemed to be an original and shall constitute but one and the same
instrument.
j. This agreement, including referenced exhibits, constitutes the entire agreement between the DOT
and the Recipient concerning this project. Representations made before the signing of this agreement
are not binding, and neither party has relied upon conflicting representations in entering into this
agreement. Any change or alteration to the terms of this agreement must be made in the form of an
2016-TS-008—Dubuque 5
addendum to this agreement. Said addendum shall become effective only upon written approval of
the DOT and Recipient.
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2016 -TS -008 as of the
date shown opposite its signature below.
City of Dubuque, Iowa:
By: A,ra /'
Title: Nyor Pro TPm
Date May 1 8 ,
, 201
h Kevin F i r n s t a h 1 , certify that l am the Clerk of the City, and that
who signed said Agreement for and on behalf of the City was duly
ut onzed to exec" e the same by virtue of a formal Resolution duly passed and adopted by the
City, on the day of 20.
Signed
City Clerk of Dubuque, Iowa
Iowa Department of Transportation:
DSte May 1 R , 20 15
By: Date , 20
Steve J_ Gent
Director,
Office of Traffic and Safety
2016 -TS -008 Dubuque 6
EXHIBIT A-1
PROJECT LOCATION m
N
LEGEND Z
v
m O
PROJECT LOCATION 52 m L
D
®CITY LIMITS A r� ��p m
o 0.5 1 Miles N J�� Rpp ( ,
`gym
O
s DAMS Yo 1 n
32 v D
W'32ND ST
DUBUQUE, E S em��
yW
z �p,N��� ��p Z
AS&URY RD m KAI
SST LOGUS7'$Tmq, "T
HlLLGREST RD n
g131
CLARE F�`S��Jp �
�.7 o -< Lam' a
K PEWASYLVANKAVE o AVf "1` E 5T,&
L RD a5\� IPA
Lb32
ST
c
F
cFOq�
e
W
oL� 20
010
ss -
JN
J 4°
`Id
61 52
RD 151
2016-TS-008-Dubuque
EXHIBIT A-2
C. ITEMIZED BREAKDOWN OF ALL COSTS
City of Dubuque-Engineering Division
Project Cost Estimate
ENGINEERS ESTIMATE
DATE: July 17,2014
PROJECT NAME: North Grandview Avenue/Delhi Street/Grace Street-Roundabout REVISED:
Conceptual Cost Estimate-Full Reconstruct
LETTING DATE:
BID ITEM DESCRIPTION UNIT ESTIMATE ITY UN T COST E COgTTE
1 NEW PAVEMENT
Remove Concrete Pavement SY 2,600 $ 5.50 $ 14,300.00
Remove Curb&Gutter LF 1,800 $ 3.50 $ 6,300.00
Remove Sidewalk SY 460 $ 3.50 $ 1,610.00
2 EARTHWORK
Excavation,Unclassified CY 1,600 $ 8.00 $ 12,800.00
Graded Stone Base TON 1,600 $ 15.00 $ 24,000.00
3 ROADWAY ITEMS
PC Concrete Pavement,(9")w/Integral Curb,Class"C",w/CD Baskets SY 3,610 $ 50.00 $ 180,500.00
PC Concrete Sidewalk and Driveway,5",Construct SF 4,700 $ 4.50 $ 21,150.00
PC Concrete Curb&Gutter,2.5',Construct LF 600 $ 18.00 $ 10,800.00
PC Concrete Access Ramp,Detectable EACH 24 $ 200.00 $ 4,800.00
Sawcut,Concrete,Full-Depth _ LF 220 $ 4.00 $ 880.00
Colored Concrete Sidewalk 4-Inch,Splitter Islands SF 960 $ 7.00
Concrete Roundabout Truck Apron 8-Inch SY 275 $ 70.00 $ 19,250.00
4 SUBTOTAL ROADWAY COSTS $ 314,870.00
5 DRAINAGE LS 1 $ 30,000.00 $ 30,000.00
6 EROSION CONTROL LS 1 $ 10,000.00 $ 10,000.00
7 LIGHTING EACH 4 $ 9,000.00 $ 36,000.00
8 SIGNING 1 MARKINGS LS 1 $ 15,000.00 $ 15,000.00
9 CONSTRUCTION STAGING/TRAFFIC CONTROL LS 1 $ 20,000.00 $ 20,000.00
10 TOTAL ROADWAY COSTS $ 425,870.00
11 20%CONTINGENCY LS 20%of Item 10 NA $ 85,174.00
12 ESTIMATED CONTRACT LET AMOUNT $ 511,044.00
13 DESIGN ENGINEERING LS 1 $ 50,000.00 $ 000.00
14 CONSTRUCTION ENGINEERING 1 INSPECTION LS 10%of Item 12 NA $ 51,104.40
15 REAL ESTATE $ 20,000.00
16 TOTAL DESIGN ENGINEERING/CONSTRUCTION COSTS $$ 632,148-40
2016-TS-008—Dubuque 5
EXHIBIT B
UTILIZATION OF TARGETED SMALL BUSINESS(TSB) ENTERPRISES
ON NON-FEDERAL AID PROJECTS
(THIRD-PARTY STATE-ASSISTED PROJECTS)
In accordance with Iowa Code Section 1913.7 and 541 Iowa Administrative Code(IAC)Chapter 4, it is the
policy of the Iowa Department of Transportation(Iowa DOT)that Targeted Small Business(TSB)
enterprises shall have the maximum practicable opportunity to participate in the performance of contracts
financed in whole or part with State funds.
Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals
from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure
that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors,
subconsultants,suppliers, or participants in the work covered by this agreement.
The Recipient's"positive efforts"shall include, but not be limited to:
1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals
(515-281-7102)or from its website at: htlp:/1dia.4aw-d jovlpage i.hUnl.
2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be
made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for
proposal(RFP)process.
3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms
the availability of subcontract work.
4. Considering establishment of a percentage goal for TSB participation in each contract that is a
part of this project and for which State funds will be used. Contract goals may vary depending on
the type of project,the subcontracting opportunities available,the type of service or supplies
needed for the project, and the availability of qualified TSB firms in the area.
5. For construction contracts:
a) Including in the bid proposals a contract provision titled"TSB Affirmative Action
Responsibilities on Non-Federal Aid Projects(Third-Party State-Assisted Projects)"or a
similar document developed by the Recipient. This contract provision is available on-line at:
http://www.dot.state.ia.us/local_systems/publications/tsb_contract_provision.pdf
b) Ensuring that the awarded contractor has and shall follow the contract provisions.
6. For consultant contracts:
a) Identifying the TSB goal in the Request for Proposal(RFP), if one has been set.
b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal,
if any. This should include obtaining documentation from the consultant that includes a list of
TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if
the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an
explanation why such a TSB firm will not be used.
The Recipient shall provide the Iowa DOT the following documentation
1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts
with any TSB firms. Such doCUMentatlon can be used to demonstrate the Recipient's positive
efforts and it should be placed in the general project file.
1. Bidding proposals or RFPs noting established TSB goals, if any.
3. The attached"Checklist and Certification." This form shall be filled out upon completion of each
project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of
Contracts, 800 Lincoln Way, Ames, IA 50010
CHECKLIST AND CERTIFICATION
For the Utilization of Targeted Small Businesses(TSB)
On Non-Federal-aid Projects(Third-Party State-Assisted Projects)
Recipient: Project Number:
County: Agreement Number:
1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals?
U YES U NO
If no, explain
2. Were qualified TSB firms notified of project? U YES U NO
If yes, by U letter, U telephone, U personal contact, or U other(specify)
If no, explain
3. Were bids or proposals solicited from qualified TSB firms? U YES U NO
If no, explain
4. Was a goal or percentage established for TSB participation? U YES U NO
If yes,what was the goal or percentage?
If no, explain why not:
5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? U YES U NO
If no, what action was taken by Recipient?
Is documentation in files? U YES U NO
6. What was the dollar amount reimbursed to the Recipient
from the Iowa Department of Transportation? $
What was the final project cost? $
What was the dollar amount performed by TSB firms? $
Name(s)and address(es)of the TSB firm(s)
(Use additional sheets if necessary)
Was the goal or percentage achieved? U YES U NO
If no, explain
As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB
firms as participants in the State-assisted contracts associated with this project.
Title
Signature Date