Loading...
IDOT Agreement 2009-16-008 Final US 52 ResurfacingT~~ cITY Q~ ~D,,u~b, u~q,~u,~e AII-AtnEi3.i.~~i I~T.~B E Masterpiece oi~ t1~e Mississi~rpi F, 2007 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Agreement 2009-16-008 Final (U.S. 52 from 32nd Street to NW Arterial in Dubuque) STPN-52-2(95)--2J-31 STPN-52-2(97)--2J-31 DATE: August 26, 2008 City Engineer Gus Psihoyos is recommending approval of the Iowa Department of Transportation Agreement for the Drainage Improvement and Hot Mix Asphalt Resurfacing Project on U.S. 52 from 32"d Street to the Northwest Arterial. I concur with the recommendation and respectfully request Mayor and City Council approval. l l~1~/1 Michae C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer THE CITY OF ,,,. Dubuque ~~ ~ ~ All A1n~ ,' I I'a,, Masterpiece on the IVlzssissippr zoos TO: Michael C. Van Milligen, City Ma ~~__ FROM: Gus Psiho os, Cit En meer ~` Y Y 9~ ~ ;,.- _~ . DATE: August 26, 2008 SUBJECT: Agreement 2009-16-008 Arterial in Dubuque) STPN-52-2(95)-2J-31 STPN-52-2(97)-2J-31 INTRODUCTION Final (US 52 from 32"d Street to NW The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation Agreement 2009-16-008 Final (US 52 from 32"d Street to NW Arterial in Dubuque) for the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 from 32" Street to the Northwest Arterial in Dubuque. BACKGROUND In the fall of 1993, Flexsteel Industries, Dubuque County, and the City of Dubuque officially formed a partnership to address the drainage in the vicinity of Flexsteel. This multi-phase project involved: excavation of the existing Flexsteel detention basin to increase the available storage volume (fall, 1999 completion); installation of a second pump to lower water surface to two feet below the previous level (spring, 2001); and the first phase of stormwater drainage improvements that consist of the replacement of 24- inch diameter storm sewer with 48-inch diameter storm sewer from the Flexsteel pumping station across US 52 (May, 2007 completion). In addition to the storm sewer improvements, the Iowa Department of Transportation (Iowa DOT) indicated it would resurface US 52 (Central Avenue) from West 32"d Street to the Northwest Arterial. DISCUSSION This agreement between the Iowa Department of Transportation (Iowa DOT) and the City of Dubuque (City) provides the funding of the following two-phased Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 between 32"d Street and the Northwest Arterial: - Pavement Rehabilitation: Pavement rehabilitation including patching, intermittent curb replacement, milling, 3-inch HMA resurfacing on US 52 from 32"d Street to the concrete pavement placed as part of the NW Arterial project; and paving the granular shoulder on the east side of US 52 from the end of the curb and gutter section near Gun Club Road northerly to the Northwest Arterial. - Construction of the second phase of storm sewer improvements between 32"d Street and the Northwest Arterial - A "Be Prepared to Stop When Flashing" installation for southbound US 52 in advance of the Northwest Arterial. These flashers will be similar to the existing flashers used on US 20 by Menards. Also, due to safety concerns, and in accordance with Envision 2010 goals, pedestrian crossing signals and a crosswalk will be installed for those who use the Northwest Arterial Hike/Bike Trail. RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Iowa Department of Transportation Agreement 2009-16-008 Final (US 52 from 32"d Street to NW Arterial in Dubuque) for the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 between 32"d Street and the Northwest Arterial. BUDGET IMPACT The summary of the project costs is as follows: CIP Funding Source Amount STPN Funds $ 801,020.67 7201810 US 52 Storm Sewer 209,405.27 3001011 Signalization Program 14,641.00 3501041 Curb/Catch Basin Replacement 53,116.72 Total Project Funding $1.078.183.66 ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and to authorize the Mayor to sign the Iowa Department of Transportation Agreement 2009-16- 008 Final (US 52 from 32"d Street to NW Arterial in Dubuque) for the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 from 32"d Street to Northwest Arterial in Dubuque. cc: Art Gourley, PE -Iowa Department of Transportation Bob Green, Water Department Manager Don Vogt, Public Works Director John Klostermann, Maintenance Supervisor Bob Schiesl, PE, Assistant City Engineer Deron Muehring, Civil Engineer II Jon Dienst, PE, Civil Engineer II RESOLUTION NO. 288-08 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR 2009-16-008 FINAL (US 52 FROM 32ND STREET TO NW ARTERIAL IN DUBUQUE) FOR THE DRAINAGE IMPROVEMENT AND HOT MIX ASPHALT (HMA) RESURFACING PROJECT ON US 52 BETWEEN 32ND STREET AND THE NORTHWEST ARTERIAL Whereas, the Iowa Department of Transportation (Iowa DOT) has made funds available for the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 from 32na Street to Northwest Arterial in Dubuque. Whereas, the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 from 32nd Street to Northwest Arterial in Dubuque has been developed to include: Pavement rehabilitation including patching, intermittent curb replacement, milling, 3-inch HMA resurfacing on US 52 from 32nd Street to the concrete pavement placed as part of the NW Arterial project; and paving the granular shoulder on the east side of US 52 from the end of the curb and gutter section near Gun Club Road northerly to the Northwest Arterial; and construction of storm sewer improvements between 32nd Street and the Northwest Arterial and a "Be Prepared to Stop When Flashing" installation for southbound US 52 in advance of the Northwest Arterial. Whereas, the Surface Transportation Program (STPN) Funds will be required to complete said improvements of Primary Road US 52 between 32na Street and the Northwest Arterial within Dubuque County, Iowa. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Iowa Department of Transportation Agreement 2009-16- 008 Final (US 52 from 32nd Street to NW Arterial in Dubuque) between the City of Dubuque and the Iowa Department of Transportation be approved for the Drainage Improvement and Hot Mix Asphalt (HMA) Resurfacing Project on US 52 from 32nd Street to Northwest Arterial in Dubuque. Section 2. That the Mayor be authorized and directed to execute two copies of Iowa Department of Transportation Agreement 2009-16-008 Final (US 52 from 32nd Street to NW Arterial in Dubuque). Passed, approved and adopted this 2nd day of September, 2008. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk Iowa Department of Transportation trict 6 Office PHONE: 319-364-0235 30 Sixteenth Avenue SW FAX: 319-364-9614 P.O. Box 3150, Cedar Rapids, IA 52406-3150 August 15, 2008 Roy Buol, Mayor City of Dubuque 50 West 13th Street Dubuque, Iowa 52001-4864 Ref: STPN-52-2(95~2J-31 STPN-52-2(97}-2J-31 Dubuque County City of Dubuque Agreement No. 2009-16-008 SUBJECT: Agreement 2009-16-008 Final (U.S. 52 from 32"a Street to NW Arterial in Dubuque) Dear Mayor Buol: Attached are two (2) copies of an agreement between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves Phase 2 of a two-phase drainage improvement/Hot Mix Asphalt (HMA) resurfacing project on U.S. 52 between 32°d Street (MP 49.42) and the NW Arterial (MP 50.38). Please secure the necessary approvals and signatures of the appropriate City of Dubuque officials and return both signed copies of the agreement to this office for further processing. An original of the fully executed agreement will be forwarded to the City of Dubuque after final signature by our department. If you have any questions concerning this agreement, please contact me at the above listed phone number. Sincerely, tmv ~C~hGn-c~~JC.Y~ James R. Schnoebelen, P. E. District 6 Engineer JRS/sjb Enclosures (2) ~' ~ ~ _ ,~ °~ i~~'strict 6 Office OFFICE: 319-364-0235 ~~ 430 Sixteenth Avenue SW FAX: 319-364-9614 P.O. Box 3150, Cedar Rapids, IA 52406-3150 September 12, 2008 Mr. Gus Psihoyos, P. E. City Engineer City of Dubuque 50 West 13th Street Dubuque, Iowa 52001-4864 Ref: STPN-52-2(95)-2J-31 STPN-52-2(97)-2J-31 Dubuque County City of Dubuque Agreement No. 2009-16-008 Staff Action No. 5-2009-0190 SUBJECT: Agreement 2009-16-008 Final (U.S. 52 from 32"d Street to NW Arterial in Dubuque) Dear Mr. Psihoyos: Attached is your original of the fully executed agreement between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves Phase 2 of a two-phase drainage improvement/Hot Mix Asphalt (HMA) resurfacing project on U.S. 52 between 32"d Street (MP 49.42) and the NW Arterial (MP 50.38). . Thank you for your cooperation in the processing of this agreement. JRS/sjb Enclosure (1) Sincerely, ,. ~ James R. Schnoebelen, P. E. District 6 Engineer cc: Ken Yanna, P.E. Assistant District Engineer, Iowa DOT, Cedar Rapids, IA Art Gourley, P. E., Area Engineer, Iowa DOT, Dyersville, IA Bruce Kuehl, P. E., Construction Engineer, Iowa DOT, Cedar Rapids, IA Kent Ellis, P. E., Local Systems Engineer, Iowa DOT, Cedar Rapids, IA Doug Heeren, Eng. Tech. Sr., Iowa DOT, Cedar Rapids, IA STAFF ACTION NO: S-2009-0190 COOPERATIVE AGREEMENT County Dubuque City Dubuque Project No. STPN-52-2(95)--2J-31 STPN-52-2(97)--2J-31 Iowa DOT Agreement No. 2009-16-008 his Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the City of Dubuque, Iowa, hereafter designated the "CITY" in accordance with 761 Iowa Administrative Code Chapter 150 and Iowa Code sections 28E.12 and 306A; WITNESSETH; that WHEREAS, the CITY in j oint cooperation with the DOT proposes to establish or improve an extension of Primary Road No. U.S. 52 within Dubuque County, Iowa; and WHEREAS, the CITY and DOT are willing to jointly participate in said project, in the manner hereinafter provided; and WHEREAS, this Agreement reflects the current concept of this project which is subject to modification by the DOT; and NOW, THEREFORE, IT IS AGREED as follows: 1. The CITY will design, let, inspect and administer constriction of the following described primary highway project in accordance with the project plans and DOT standard specifications: This project is Phase 2 of a two-phase drainage improvement/Hot Mix Asphalt (HMA) resurfacing project on U.S. 52 between 32nd Street (MP 49.42) and the NW Arterial (MP 50.38). The project provides for pavement rehabilitation including patching, intermittent curb replacement, milling, 3-inch HMA resurfacing on U.S. 52 from 32nd Street to the newer Portland Cement Concrete (PCC) just south of the NW Arterial, and paving the granular shoulder on the east side of U.S. 52 from the end of the curb and gutter section near Gun Club Road northerly to the NW Arterial. The project also includes construction of storm sewer improvements between 32nd Street and the Northwest Arterial and a "Be Prepared to Stop When Flashing" installation for southbound U.S. 52 in advance of the NW Arterial. 1 Special Provisions 2. The total construction cost is estimated at $846,678.02. The DOT will be responsible for HMA paving, pavement scarification, patching, and removal/replacement of driveways and sidewalks as shown in Exhibit "A". 3. The DOT will be responsible for the "Be Prepared to Stop When Flashing" installation for southbound U.S. 52 in advance of the NW Arterial as part of Project No. STPN-52-2(97)-- 2J-31.This project was set up to make signing improvements identified during and after the safety audit on U.S. 52 from the NW Arterial to Luxemburg, Iowa. 4. The DOT will also be responsible for a share of the storm sewer costs based on 761 Iowa Administrative Code Chapter 150.3(1)d and as detailed in Exhibit "B". 5. The DOT share of construction costs is estimated at $618,920.30. The CITY shall be responsible for the remaining costs estimated at $227,757.72. 6. The DOT shall reimburse the CITY upon completion of the prof ect and proper billing by the CITY. The actual amount of DOT reimbursement will be determined by the quantities in place per unit bid prices plus or minus DOT approved contract change orders. The CITY will obtain DOT concurrence of bids before award of the contract. 7. The CITY shall fiirnish three sets of as-built plans to the DOT upon completion of construction. 8. The CITY shall be responsible for obtaining any permits, such as the Right to Occupyand/or Perform Work Within theRight-of--Way, Permit of Access ,Utility Accommodation, Right to Install and Maintain Traffic Control Devices, and/or other construction permits required for the project prior to the start of construction. Neither the approval of the project funding nor the signing of this agreement shall be construed as approval of any required permit from the DOT. 9. U.S. 52 through-traffic will be maintained during the construction period. 10. If the CITY has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway prof ect and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the CITY shall promptly provide notice of the modification, amendment or revision to the DOT. If the CITY does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the CITY does adopt an FIS in an area affected by the project after the date of this Agreement, the CITY shall promptly provide notice of the FIS to the DOT. 2 General Provisions 11. The CITY as well as their contractors, if any, agree to maintain all books, documents, papers, accounting records and other evidence pertaining to all costs incurred under this Agreement and to make such materials available at their respective offices at all reasonable times during the Agreement period and for three years from the date of the final payment under the Agreement, for inspection by the DOT, and copies thereof shall be furnished if requested. If more than a nominal number of copies are requested the additional copies shall be furnished at the expense of the requesting agency. The CITY will maintain these records. 12. The CITY will bear all costs except those allocated to the DOT under other terms of this Agreement. 13. The CITY shall submit the plans, specifications, estimate, and all other contract documents for review by the DOT prior to bid letting. 14. The CITY 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 CITY shall. be responsible for obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The CITY 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. 15. The CITY, in cooperation with the DOT, will take whatever steps may be required to legally establish the grade lines of the new highway facilities constructed under the project in accordance with Iowa Code sections 313.21 and 364.15. 16. 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. 17. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150. 18. Any costs incurred by the CITY in performing its obligations hereunder will be borne exclusively by the CITY without reimbursement by the DOT. 19. Subject to the provisions hereof, the CITY in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be removed (within the CITY project limits) all encroachments or obstructions in the existing primary highway right of way. The CITY 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. 20. Subject to the approval of and without expense to the DOT, the CITY agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities within the CITY, including but are not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone, as provided in Chapter 761 Iowa Administrative Code section 150.4(5) and in accordance with the Utility Accommodation Policy of the DOT referenced therein. 21. With the exception of service connections no new or future utility occupancy ofproject right of way, nor any fixture relocations of or alterations to existing utilities within said right of way (except service connections), will be permitted or undertaken by the CITY 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. 22. All storm sewers constructed as a part of the project will become the property of the CITY, which will be responsible for their maintenance and operations. The CITY will not make any connections to said storm sewers without the prior written approval of the DOT. The CITY will prevent use of such storm sewers as a sanitary sewer. 23. In accordance with Iowa Code Chapter 216, the CITY 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. 24. The CITY shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small Business (TSB) enterprises as consultants or contractors and ensure that the consultants or contractors make positive efforts to utilize these enterprises as subconsultants, subcontractors, suppliers or participants in the work covered by this agreement. Efforts shall be made and documented in accordance with Exhibit "C" which is attached hereto and by this reference incorporated into this agreement. Miscellaneous Provisions 25. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. 26. 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. 4 27. This Agreement maybe executed in two counterparts, each of which so executed. will be deemed to be an original. 28. This document; as well as the unaffected. provisions of any previous agreement(s), addendum(s), and/or amendment(s); represents the entire Agreement between the CITY and DOT regarding this project. Any subsequent change or modification to the terms of this Agreement will be in the form of a duly executed amendment to this document. 5 IN WITNESS WHEREOF, each of the parties hereto has executed Cooperative Agreement No. 2009-16-008 as of the date shown opposite its signature below. CITY OF DUBUQUE: By: Jeanne F. Schneiuer Date September 2 200 8 certify that I am the Clerk of the CITY, and that P, o y D . B u o 1 ,who signed said Agreement for and on behalf of the CITY was duly authorized to execute the same on the 2nd day of s e p t e mb e r , 200 8 ity Clerk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: By; ^, ~r~r~~ .~ Date ~ ~C.~ Jarr~es R. Schnoebelen District Engineer District 6 200 6 City of Dubuque - Engineering Division Project Cost Estimate ENGINEERS EXHIBIT A (1 of 2) EXHIBIT A (1 of 2) EXHIBIT B 0552 NORTH STORM SEWER IMPROVEMENT P1-1AS6 II PIPE BACKPILL UNIT TOTAL UNIT PIPE Tans/ UNR BACKEILL Clty-Share DOT Sheie D OT Share N0, DESCRIP-TION gUAt4TfTY PR1CE PRICE gUANTITY PRICE. SUB=TOTAL LF Yons PRICE SU B-TOTAL {%) {%). j$) 1 Geanng6 GYUb¢mg 25000: SF $6.10 $ 2;500:00 P`t 37 LF 34" $,55.00 $ 2.035.00 2..2 81.4 $ 6.00 $ 486.40 100% 0% $ - 2 Lopspii.Slrip, Salvage; StoWpila antl Spraedng 3,OO~.CY $70.00 $~ 3;000.00 P+3 225 LF 42' $f5.00 $14,625.00 1.7 3823- $ 6.OD ~$ 2;295.00 106% 0% ~$ - 3 Lime 2eckfill 2450 Ton $6:00 $. 14,700.90. P-3 49 LP 15' $3Q.~0 ~$ 1;479.00 2:5 122.5 $ 6.00 "$ 735:00 0% 100% $ 2;205.00 4 Subbase {Patphes). fi05 SY $10.00 $ 6;OSOAO P-4 8.5 LF 15" $30.00 $. 256.00 2.5 21:5 $ 8.00 $ 127,50 0% 100% $ 382,50 5 Beddng Stqne, t" Clean 660 Ton $10.50 ~$ 6,300.00 P-5 148 LF 48" $70.0'0 $:10,360.00 2;3 '340.4 $ 6,00 ~$ 2;042.40 91% 9% $ 1,11622 6 Patches, FUlt D.epttrFnish, By Cbunt 2U Each $.500:00 $ 10,000 ~0 P-6 ~49 L-F 15" -.$30.00 $, 1,470.00 25 1225 $' 6.00 .$ 73$:00 0% 100.% :$ .2,205.00 7 Patches, FUll Depth_Finish,ByAree 560.SV $65:00 $ 36,400:00 P:7 10 LF 15" $30.00 $~ 300.00 2.5 25 $ 6.00 $ 150.00 0% 100% $ 450.00 8 RCP Storm Sewer l5" 231 LF '$30.00 $~ 8.930.00 P-8 ~20 LF 24" $45;00 $- 900.00 ?3 46 $' fi.OD S 276.00 10D°'u 0% -$ - 9 RCP Storm Sawer l6" 49 LF $40.00 S 1.980:00 F=9 2$5 LF 30`' $55.00 $12,925.00 22 @11 ~$ 6.06 $ 3J0~,00 8096 20% $ 3;205,40 10 RCP Storm Sawer24" 20 LF $45.00 $. 900.00 P-10 49 LF i 5" $30.00 $ 1,470-00 2.5 1225 $ 6,00 $ 735.00 0% tOD % $ 2,205.00 11 RCP Stann Sewer30" 212 LF $55.00 :$ 14,980.00 P-17 6'.5 LF 15" $30.00 $. 265.00 2.5 2,1,25 $- 6.00 $ 12750 0% t0U%' '$~ 382.56 12 RCPStorm Sawer36° .133~LF $60.90 $ 7:38090 P-12 '126 LF 3E" $60:00 $ 7.380.00 1.9 233.7 $ 6.00 80% 20% 13 RCP Slorm Seiner 42" 325 LF $65.00 $ 14{625.00 P-t6 49 LF t5" ,$30.00 $ 1,470,00 25 122:5 $ 6:00 $ 735.00 0% 100% -$ 2,205:00, 14. RCP Storm Sewer 48° 148-.LF $70.00 $~ 70.360100 A~79 49 LF 16" $40':00 .$~ 7;96000 2.4 1126 $ 6:00 $ 705.60 D% 100% $ 2;685.60 15 Storm Sauter, Manhbla7ype "M-A" 60" i_ Each $3,000.00 ~$ 3;ODO.Op STRUCTURE BACKPILL 16 Storm Seiner, ManFioleType"M-A"7?" 1 Eadi $3,700.00 $ 3,100.00 1 f2A-62. §3,900.h0 $: 3,900.00 i0 $~ 6.00 $ 60.00 106% 0% 'S -- 17 S[onn Sewer, ManholaType ."M-A"84° 1. Each $4,400.00 $ 4.400:00 2 89-62 b1 1$3,90000 $~3960A0 70 $ 8:00 ~$ 6000 100% 0% 5 -~ 18 Storm Sawer, Intake RA~O 4Each $3,300.00 .$ 14;OOO.b0 3 RA-43 $3.00,00 $ 3400,00 10 $ 600 $ 60.00 0% tOD% $ 3;46000 19 S[onn Sewer, intake RA-13 6 Each $3,400.00 $ -20.400.00 4 RA-43 $3,400:00 $- 3.400,00 10 $ 6.00 $ 60.00 0°h 100% $ 3_460.00 20 Slone Sewer, IntaKa~RA-62 9 Eech .9;3,900,00 $ 3,900:00 5 -64"TYPE"M-A"MH $4;400A0 $ 4,400.00 ~15 $ 6.00 ~$ 90A0 9150 9% $ 404:10 2l Starm Sewer, Intake RA-82 MorLfied 1:Each $3;900.00 $ 3;900,00 6 RA-43 $3,4g0;i)0 $~ 3,4CN.00 10 $ 6.00 "$ 60.00 0% 100% $ 31460:00 22 Vanetl Entrace~TrenCh Diain 25 LF $150.00 $ 3,750.00 7 RA-43 $3,400:00 $:3,400.00 10 $ 6.00 $ 60.00 Oe,6 100% $ 3,460900 23 Removal df intakes 4'Each $250:00 $ 1,OOO.A0 3 Trench Drain ~$3J50.00 $ 3,750.00 75 $ 6.00 $ ~ 90:00 tOD% 0% $ - 24 Seeding, FerfilizingB Muldting 2800"SY $0.25 $ 700.00 9 80°TYRE"M=A''f.1H $3,000.00 53,000.00 TO $ 6.00 $ 60.00 60;5 20% $ ~642.Ob 25 Soil Erosion, Silf fences for dihh Greck; 5b0 LF $2-50 $ 1,2$0.00 t0 R,9-4'3 $3,400100 $3;400A0 10 $ 6.60 $ 60.00 0% 100% $ 3;460:00 26 Soil Erosion, SilLfence t000.CF $2.50 3 2:500.00 ib RA-43~ .$3,400.00 $3,490.00 10 $ 6.00 ~$ 60.00 0% 100% $ 3,460.00 12 72"TYPE "M•A"tAH $3,70,0:00 $3,700;00 13 $ 6.0~ S 78.00 80% 20%~ S~ 755.60 TOTAL 5.198,So"S.Df} 16 RA-4,0~ $3506:00 $3,500:00 10. ,-$ 6.06 $ 64.00 645 100% $ 2,56400 17 RA-40 $3:500.00 $31500.00 10 ~$ 6.00 $ 60.00 0% 100% $ 3,560:00. ' 19 RA-40. $3,500,00 .$3;500.110 1D $ 6.00 $ 60.00 D% 100% $ 3,560.00 20 'RA-40 $3;500.00 $35bU.00 10 $ 6.00 $ 60.00 0% 100°.5 $ 3,560.00 UNIT PATCH Patches Over E-3; -P-6, P-1 D, p-76,.&~P-T9 PRICE TOTAL ~Petdhes, Fall Deplh E lNSh, By Count 20 Eech $500;00 $ 10,000.00 0% 100% $ 10,000;00 Patches, Full Depth Fi nish, By Area 56051' '$65.00 $36,400.00 D% 100% $ 36,400.00 TOTAL ESTI MATED'OO T SHARE $100,193.92 9 EXHIBIT C UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD-PARTY STATE-ASSISTED PROJECTS) In accordance with Iowa Code Section 19B.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 (515-281-7357) or from its website at: http://www.iowai.net/iowa/dia/tsb 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. 10 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 documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. 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. 11 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non-Federal-aid Projects (Third-Party State-Assisted Projects) Recipient: County: 1 2 3 4. 5. Project Number: Agreement Number: Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ^ YES ^ NO If no, explain Were qualified TSB firms notified of project? ^ YES ^ NO If yes, by ^ letter, ^ telephone, ^ personal contact, or ^ other (specify) If no, explain Were bids or proposals solicited from qualified TSB firms? ^ YES ^ NO If no, expla Was a goal or percentage established for TSB participation? ^ YES ^ NO If yes, what was the goal or percentage? If no, explain why not: Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? ^ YES ^ NO If no, what action was taken by Recipient? Is documentation in files? ^ YES ^ 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? ^ YES ^ 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 12