Locust Street_Central Avenue Traffic Control Camera_Fiber Optic ProjectTHE CITY OF DUBUQUE
Masterpiece on the Mississippi
Dubuque
All-American City
2007
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Locust Street Connector and Central Avenue Traffic Control Camera and
Fiber Optic Improvements Project
Iowa DOT Project No. STP-A-946-0(1)--86-31
DATE: May 28, 2008
City Engineer Gus Psihoyos is recommending initiation of the public bidding procedure
for the Locust Street Connector and Central Avenue Traffic Control Camera and Fiber
Optic Improvements and that a public hearing be set for June 16, 2008.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Mich el C. Van Milligen
MCVM/jh
Attachment
cc: Barry Lindahl, City Attorney
Cindy Steinhauser, Assistant City Manager
Gus Psihoyos, City Engineer
THE CITY OF DUBUQUE
Masterpiece on the Mississippi
Dubuque
All-American City
2007
TO: Michael C. Van Milligen, City Manager
FROM: Gus Psihoyos, City Engineer
DATE: May 22, 2008
SUBJECT: Locust Street Connector and Central Avenue Traffic Control Camera and
Fiber Optic Improvements Project
Iowa DOT Project No. STP-A-946-0(1)--86-31
INTRODUCTION
The enclosed resolutions authorize the public bidding procedure for the Locust Street
Connector and Central Avenue Traffic Control Camera and Fiber Optic Improvements
Project, Iowa DOT Project No. STP-A-946-0(1)--86-31.
BACKGROUND
On December 3, 2007, the City Council approved (Res. 570-07) an agreement with the
Iowa Department of Transportation (Iowa DOT) and the City of Dubuque (City) for the
funding of the Primary Highway Improvements Project No. 2008-16-019, Final Traffic
Control System Improvements (Iowa DOT Project No. STP-A-946-0(1)--86-31). Under
ICAAP funding, 80 percent (80%) or $330,090 of the total eligible project items are
reimbursable.
The traffic control system improvements will be made throughout the City including the
integration of a computer-based transportation management system to monitor, control,
change, and evaluate traffic conditions. Traffic signal improvements will also be made
on Locust Street at the US 20 and US 151/61 intersections.
DISCUSSION
The Primary Highway Improvements Project No. 2008-16-019, Final Traffic Control
System Improvements provides for the following:
- Locust Street at US 20 and US 151/61 Intersections: Traffic signal improvements at
the intersections near the Locust Connector, which includes the three intersections
on Locust Street at Charter, US 20, and the Locust Connector. It will also include
connecting the two intersections on US 151/61 at the Locust Connector and Jones
Street. This project includes installation of fiber and conduit along US 52 from City
Hall to Locust Connector at US 151/61. Communication equipment will be installed
at the primary intersections along US 52 and at the referenced 5 intersections. This
project will provide remote monitoring capabilities and will extend the traffic signal
interconnect back to City Hall.
- Traffic Signal Control System: The integration of a computer-based transportation
management system to monitor, control, change, and evaluate traffic conditions on
US 20 and all future coordinated corridors within the entire City. Currently the City of
Dubuque has a Public Interest Finding memo to the Iowa DOT requesting the
purchase of ACTRA, a traffic control software produced by Siemens. The City of
Dubuque will pursue the purchase of this software, if approved. Currently this
software purchase is not part of this project that is going to the State for bidding.
PROJECT SCHEDULE
The schedule for the project is as follows:
Local Initiate Public Bidding Process
Local Publication of Iowa DOT Advertisement of Bids
Iowa DOT Advertisement for Bids
Publish Notice of Public Hearing on Plans and Specs
City Public Hearing on Plans and Specs
Iowa DOT Bid-Letting
City Award of Contract (Subject to DOT Approval)
Iowa DOT Late Start Date
Completion Date (Approximate)
Iowa DOT Working Days
RECOMMENDATION
June 2, 2008
June 5, 2008
June 2, 2008
June 5, 2008
June 16, 2008
June 17, 2008
July 7, 2008
August 11, 2008
November, 2008
50 Working Days
I recommend that the City Council establish a date for the public hearing and authorize
the City Clerk to advertise for proposals.
BUDGET IMPACT
The summary of the project costs is as follows:
Estimate
Construction Contract (No Software) $ 459,104
Contingency 45,910
Engineering/Contract Administration 36,728
Engineering Design 14,100
Project Cost -Phase II $~
The summary of the project costs is as follows:
CIP Funding Source Amount
ICAAP Funds (80% Maximum of Total Eligible Items) $330,090
3001852 ICAAP -City Hall and Locust Street Improvements 82,521
3001266 Traffic Signal Interconnect 25,000
1011133 Traffic Signal Mastarm Retrofit 10,000
1021609 Fiber Optic Conduit -Private Subdivisions & Misc. 33,231
Projects
1021017 Fiber Optic Conduit -Paving Projects 75,000
Total Project Funding $~
This agreement will become null and void if the project drops out of the current
Transportation Improvement Program (TIP) of the Dubuque Metropolitan Area
Transportation System (DMATS) or the approved current Iowa DOT Statewide
Transportation Improvement Program (STIP) prior to authorization of federal funds.
ACTION TO BE TAKEN
The City Council is requested to establish the date of the public hearing and to
authorize the City Clerk to advertise for proposals through adoption of the enclosed
resolutions for the Primary Highway Improvements Project No. 2008-16-019, Final
Traffic Control System Improvements (Iowa DOT Project No. STP-A-946-0(1)--86-31).
Prepared by David Ness, Civil Engineer
cc: Jenny Larson, Budget Director
Bob Schiesl, Assistant City Engineer
Chris Kohlmann, Information Services Manager
RESOLUTION NO. 184-08
PRIMARY HIGHWAY IMPROVEMENTS PROJECT NO. 2008-16-019
FINAL TRAFFIC CONTROL SYSTEM IMPROVEMENTS
(IOWA DOT PROJECT NO. STP-A-946-0(1)--86-31)
PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF
CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING
ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED
COST; AND ORDERING THE ADVERTISEMENT FOR BIDS
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF DUBUQUE, IOWA:
the proposed plans, specifications, form of contract and estimated cost for
the Primary Highway Improvements Project No. 2008-16-019, Final Traffic
Control System Improvements (Iowa DOT Project No. STP-A-946-0(1)--86-31),
in the estimated amount $555,842.00, are hereby preliminarily approved and
ordered filed in the office of the City Clerk for public inspection.
a public hearing will be held on the 16th day of June, 2008, at 6:30 p.m. in
the Historic Federal Building Council Chambers at which time interested persons
may appear and be heard for or against the proposed plans and specifications,
form of contract and estimated cost of said Project, and the City Clerk be and is
hereby directed to cause the attached notice of the time and place of such
hearing to be published in a newspaper having general circulation in the City of
Dubuque, Iowa, which notice shall be published not less than four days nor more
than twenty days prior to the date of such hearing. At the hearing, any interested
person may appear and file objections to the proposed plans, specifications, form
of contract, or estimated cost of the Project.
The Primary Highway Improvements Project No. 2008-16-019, Final
Traffic Control System Improvements (Iowa DOT Project No. STP-A-946-0(1)-
86-31) is hereby ordered to be advertised for bids for construction.
The amount of the security to accompany each bid shall be in an amount
which shall conform to the provisions of the Notice to Bidders hereby approved.
The City Clerk is hereby directed to advertise for bids for the construction
of the improvements herein provided, by publishing the attached Notice to
Bidders to be published in a newspaper having general circulation in the City of
Dubuque, Iowa, which notice shall be published not less than four but not more
than forty-five days before the date for filing bids before 10 a.m. Central Time,
with opening and reading of bids by the Iowa Department of Transportation on
the 17th day of June, 2008. Bids shall be opened and read by the Iowa
Department of Transportation at said time and will be submitted to the City
Council for final action on the 7th day of July, 2008, subject to the approval of the
Iowa Department of Transportation, in the Historic Federal Building Council
Chambers (second floor), 350 West 6th Street, Dubuque, Iowa.
Passed, adopted and approved this 2nd
Attest:
Jeanne F. Schneider, CMC, City Clerk
Roy D. Buol, Mayor
NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF
CONTRACT, AND ESTIMATED COST FOR THE PRIMARY HIGHWAY
IMPROVEMENTS PROJECT NO. 2008-16-019, FINAL TRAFFIC CONTROL
SYSTEM IMPROVEMENTS (IOWA DOT PROJECT NO. STP-A-946-0(1)--86-
31)
NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque,
Iowa will hold a public hearing on the proposed plans, specifications, form of
contract and estimated cost for the Primary Highway Improvements Project No.
2008-16-019, Final Traffic Control System Improvements (Iowa DOT Project No.
STP-A-946-0(1)--86-31), in accordance with the provisions of Chapter 26, Code
of Iowa, at 6:30 p.m., on the 16th day of June, 2008, in the Historic Federal
Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa.
Said proposed plans, specifications, form of contract and estimated cost are now
on file in the office of the City Clerk. At said hearing any interested person may
appear and file objections thereto.
The scope of the Project is as follows:
Locust Street at US 20 and US 151/61 Intersections: Traffic signal
improvements at the intersections near the Locust Connector, which includes the
three intersections on Locust Street at Charter, US 20, and the Locust
Connector. It will also include connecting the two intersections on US 151/61 at
the Locust Connector and Jones Street. This project includes installation of fiber
and conduit along US 52 from City Hall to Locust Connector at US 151/61.
Communication equipment will be installed at the primary intersections along US
52 and at the referenced 5 intersections. This project will provide remote
monitoring capabilities and will extend the traffic signal interconnect back to City
Hall.
Any visual or hearing-impaired persons needing special assistance or
persons with special accessibility needs should contact the City Clerk's office at
(563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting.
Published by order of the City Council given on the day of ,
2008.
Jeanne F. Schneider, CMC, City Clerk
NOTICE TO BIDDERS
STATE OF IOWA -Sealed bids will be received on June 16, 2008 by the Iowa Department of Transportation at the Office of Contracts in Ames, Iowa until 10 o'clock
A. M., C.T., for various items of construction and/or maintenance work.
Plans, specifications and proposal forms for the work may be seen and secured at the Office of Contracts, Iowa Department of Transportation, 800 Lincoln Way, Ames,
Iowa until noon on the day previous to the letting.
Mailed bids are to be sent to the Iowa Department of Transportation, Oifice of Contracts, 800 Lincoln Way, Ames, Iowa 50010. Staff will be available at the Office of
Contracts the day previous to the letting and the day of the letting for the dropping off of bids during regular business hours 7:30 a.m. to 4:30 p.m.
The Iowa Department of Transportation (DOT) uses the Bid Express website (www.bidx.com) as an official depository for electronic bid submittal. The Iowa DOT will
ensure that this electronic bid depository is available for atwo-hour period prior to the deadline for submission of bids. In the case of disruption of national
communications or loss of services by www.bidx.com during this two-hour period, the Iowa DOT will delay the deadline for bid submissions to ensure the ability of
potential bidders to submit bids. Instructions will be communicated to potential bidders.
Opening and reading of the bids will be performed at the Iowa Department of Transportation, Ames, Iowa after 10:30 A.M. on the same date such bids are scheduled to
be received, unless othervvise specified by the Iowa Department of Transportation
All proposals must be filed on the forms furnished by the Iowa Department of Transportation, Contracts Office, sealed and plainly marked. Proposals containing any
reservations not provided for in the forms furnished will be rejected. The Iowa Department of Transportation reserves the right to waive technicalities and to reject any or
all bids.
A Proposal Guarantee not less than the amount as set forth in the proposal form shall be filed with each proposal. The Proposal Guarantee shall be in the form of a
certified check or credit union certified share draft, cashier's check, money order or bank draft drawn on a solvent bank or credit union. Certified checks or credit union
certified share drafts shall bear an endorsement signed by a responsible official of such bank or credit union as to the amount certified. Cashier's checks, money orders or
bank drafts shall be made payable either to the Contracting Authority or to the bidder and, where made payable to the bidder, shall contain an unqualified endorsement to
the Contracting Authority signed by the bidder or the bidder's authorized agent. A properly completed Contractor's Bid Bond (Form No. 650001), or a properly completed
Contractor's Annual Bid Bond (Form No. 650043), both available from the Iowa Department of Transportation, Office of Contracts, may be used in lieu of that specified
above.
The contracting authority will issue an exemption certificate for the purchase or use of building materials, supplies, and equipment that will be used in the performance of
the construction contract, as provided by Iowa Code Sections 422.42(16), 422.42(17) and 422.47(5).
Failure to execute a contract and file an acceptable Performance Bond and Certificate of Insurance within 30 days of the date of the approval for awarding the contract,
as herein provided, will be just and sufficient cause for the denial of the award and the forfeiture of the proposal guarantee.
The Iowa Department of Transportation (or other approved contracting authority) hereby notifies all bidders that it will affirmatively ensure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, or national origin in consideration for an award.
On Federal Aid projects, where disadvantaged business enterprise goals have been established, the bidder is required to complete and submit form 102115 with the bid
documents. On all projects without goals, the contractor must show that affirmative actions have been made to seek out and consider disadvantaged business
enterprises as potential sub-contractors.
Some of the projects may be listed in multiple proposals (as an individual project or as part of a combined package of projects). The Contracting Authority will determine
which combination of proposals produce the lowest bid for these projects.
The listing of projects, and details of the project, for which bids are to be taken will be available to potential bidders and suppliers three (3) weeks prior to the letting dates
at the following locations:
• Posted on the Internet at www.bidx.com/Iowa
• Available in the Iowa Department of Transportation's "Weekly Letting Report"
• Available by calling the Office of Contracts of the Iowa Department of Transportation at 515-239-1414.
Minimum wage rates for all Federal Aid projects have been predetermined by the Secretary of Labor and are set forth in the specifications. However, this does not apply
to projects off the Federal-Aid System.
All Federal Aid projects are subject to the Work Hours Act of 1962, P. L. 87-581 and Implementing regulations.
By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa, and also, a resident bidder shall
be allowed a preference as against anon-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country
both on projects in which there are no Federal Funds involved.
IOWA DEPARTMENT OF TRANSPORTATION
OFFICE OF CONTRACTS
TELEPHONE: 515-239-1414
Bid Order: 358 No DBE Goal
Work Type: TRAFFIC SIGNALS
Guarantee: $25,000.00
Project(s): STP-A-946-0(1)--86-31
Route: Iowa 946/Central Ave/Locust SUU.S. 20/U.S. 61