Loading...
Traffic Safety Grant - University Avenue / Grandview Avenue Roundabout Project Copyrighted July 17, 2017 City of Dubuque Consent Items # 22. ITEM TITLE: Traffic Safety Grant- University Avenue/ Grandview Avenue Roundabout Project SUMMARY: City Manager recommending approval for 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 University Avenue and Grandview Avenue. RESOLUTION Approving the Iowa Department of Transportation Agreement for Traffic Safety Improvement Program Funding for the City of Dubuque University Avenue and Grandview Avenue intersection improvements SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type IDOT Funding Agreement for Roundabout at University City Manager Memo and Grandview MVM Memo Staff Memo Staff Memo Resolution Resolutions TSF Grant Supporting Documentation THE COF Dubuque DtUB E All-America City Masterpiece on the Mississippi 1 1 1 1" 2009•2012•2013•2019 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 University Avenue and Grandview Avenue Project No. CS-TSF-2100(686)-85-31 Iowa DOT Agreement No. 2018-TS-013 DATE: July 11, 2017 City Engineer Gus Psihoyos recommends City Council approval for the Mayor to execute a Funding Agreement in the amount of $500,000 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 University Avenue and Grandview Avenue. I concur with the recommendation and respectfully request Mayor and City Council approval. zyzlslx-�, Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer nttbtique 'I I IE CITY4_lt� •'' DUBE All-America City Allstel-piipce fall the iVlls b1 ,4ipp 1 TO: Michael C. Van Milligen, City Manager_ FROM: Gus Psihoyos, City Engineer_. RE: Iowa Department of Transportation Funding Agreement to Construct a Roundabout at the intersection of University Avenue and Grandview Avenue Project No. CS-TSF-2100(686)-85-31 Iowa DOT Agreement No. 2018-TS-013 DATE: July 6, 2017 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 University Avenue and Grandview Avenue. BACKGROUND In August 2007, the City Council listed the completion of the East - West Corridor Connectivity Study as a "High-Priority" in its Goals and Priorities for Policy Agenda. The US Highway 20 corridor is the primary east-west route in the City of Dubuque and future traffic volume projections indicate US Highway 20 alone will not provide sufficient capacity for east-west travel in the City. Capacity along alternate east-west corridors will need to be improved to provide connectivity between the western growth areas and the downtown urban core. To achieve this goal, the City retained the professional consultant services of HDR (Omaha, Nebraska) to complete the East-West Corridor Connectivity Study. The purpose of the study was to: analyze the east-west traffic flow in the City; identify corridor improvements or modifications to support growing traffic demands; and to consider transit needs, pedestrian needs, and sustainability. In February 2012, the City Council adopted the East - West Corridor Connectivity Study - Final Report and directed City staff to begin implementation plans for the recommendations contained in the East-West Corridor Connectivity Report. The adopted East - West Corridor Connectivity Study report will act as the City's Master Plan for both short-term and long-term capacity improvements or corridor modifications to support growing east-west traffic flow in the City. The study included recommended 1 improvements supporting complete streets concepts, multi-modal transportation, vehicle, pedestrian, bicycle, and recreational improvements. In August 2016, the City of Dubuque completed its first roundabout at North Grandview Avenue-Delhi Street-Grace Street. This project was well received by the public and is functioning well. The City consulted with GHD of Madison, WI (now MSA Professional Services) on this project. It is MSA's and the Iowa DOT's recommendation to install a roundabout at University Avenue and Grandview Avenue to reduce possible future delay caused by the current four way stop control of the intersection. DISCUSSION This Traffic Safety Improvement Program funding agreement was awarded by the Iowa DOT on December 13, 2016 to assist with the construction costs for the proposed intersection improvements. The improvements would include construction of a single lane roundabout at the intersection. This is like the roundabout constructed at Grandview Avenue, Delhi and Grace Streets. The amount awarded was $500,000. This funding would be used in conjunction with a $200,000 grant from DMATS STP program. Additionally, the City has received an Iowa Clean Air Attainment Program (ICAAP) grant in the amount of $264,842. The total cost for the roundabout has been estimated at $964,842. ANTICIPATED SCHEDULE The current plan is having MSA and City staff complete the final design efforts in the fall of 2017. Construction of the University Avenue and Grandview Avenue Roundabout Intersection Improvements would occur in the late spring 2018, with a majority of the work to be completed in June, July and August when school is not in 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 University Avenue and Grandview Avenue Intersection as part of the East-West Corridor capacity improvements. ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute a Funding Agreement (Agreement No. 2018-TS-013) 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 University Avenue and Grandview Avenue. cc: Jenny Larson, Budget Director Alexis Steger, Assistant Budget Director Bob Schiesl, Assistant City Engineer Dave Ness, Civil Engineer II Chandra Ravada, ECIA Jon Dienst, Civil Engineer II Attachment 2 SMARTER I SIMPLER I CUSTOMER DRIVEN August 4, 2017 www.iowadot.gov I.x11 11 un'e Pb ILi1,114IY I YI uuA.11I IL I IJ l 1. e i,[ i X11 ! L. l District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 I Fax (319) 364-9614 1 Email: kent.ellis@iowadot.us Bob Schiesl, Assistant City Engineer City Hall 50 West 13th St. Dubuque, IA 52001 Ref: CS -TSF -2100(686)--85-31 Dubuque County City of Dubuque Agreement # 2018 -TS -013 SUBJECT: Agreement 2018 -TS -013 FULLY EXECUTED (Construct a roundabout and the intersection of Grandview Avenue and University Avenue) Dear Bob: Enclosed is a copy of the fully executed Iowa Department of Transportation Traffic Safety Improvement Funding (TSF) project agreement for the referenced project. This agreement is not the needed authorization to proceed, nor the authorization of the funding for this project. The standard provisions in this agreement must be followed in order to ensure reimbursement of State funds. If you are using or will be using a consultant for this project, please provide your consultant with a copy of this agreement. Please contact me if you have any questions regarding the development and design requirements for this project. Sincerely, )142 0/ 9A., Kent L. Ellis, P.E. Local Systems Engineer, District 6 KLE/hmb Enclosure: 2018 -TS -013 cc: Deanne Popp Daryl Hart Patricia Jacobs RESOLUTION NO. 260-17 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR TRAFFIC SAFETY IMPROVEMENT PROGRAM FUNDING FOR THE CITY OF DUBUQUE UNIVERSITY AVENUE AND GRANDVIEW AVENUE INTERSECTION IMPROVEMENTS Whereas, the increasing growth of traffic volumes, along with operational and safety concerns, at University Avenue and Grandview Intersection in the City of Dubuque could be improved by a roundabout; and Whereas, the City of Dubuque has determined that improvements to this intersection, as recommended in the East-West Corridor Connectivity Study of the University Avenue and Grandview Avenue HDR Engineering and Dubuque Metropolitan Area Transportation Study (DMATS) Long -Range Transportation Plans, will improve traffic flow; and Whereas, the total cost for these improvements is $964,842.00. The Traffic Safety Improvement Funding Program will fund $500,000 for this project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA, THAT: Section 1. That said Traffic Safety Improvement Program Funding in the City of Dubuque for the University Avenue and Grandview Avenue Intersection Improvements is hereby approved. Section 2. That the Mayor be authorized and directed to execute two copies of said Agreement for Traffic Safety Improvement Program Funding in the City of Dubuque for the University Avenue and Grandview Avenue Intersection Improvements. Passed, approved and adopted this 17th day of July 2017 Attest: Kevin®S tirnstahl;' CMS; City Clerk /I' n Roy D.17 ol, Mayor January 2017 IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR TRAFFIC SAFETY IMPROVEMENT PROGRAM FUNDING (Site -Specific Improvement) County Dubuque Recipient City of Dubuque Project No. CS -TSF -2100(686)--85-31 Iowa DOT Agreement No. 2018 -TS -013 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 (TSIP) under Iowa Code Section 312.2(11), and the application was approved by Transportation Commission Order No. H-2017-36 on, December 13, 2016. 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, Kent Ellis, 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 project located in the city of Dubuque at Grandview Avenue and University Avenue: Construct a roundabout and the intersection of Grandview Avenue and University Avenue. 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 TSIP Funds and other funds as listed below, subject to the execution of a signed agreement: TSIP Funds: $500,000 b. The portion of the total project costs paid by TSIP shall not exceed the amount stated above or the actual cost of the TSIP 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 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 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. 2018 -TS -013 Dubuque Grandview University 1 January 2017 ... 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 (1) 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 TSIP Funds, the Recipient shall also follow all administrative and contracting procedures which would normally be used when such funds are used on a non-TSIP 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. lithe 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 TSIP 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 be responsible for obtaining any environmental permits and approvals, when necessary, to comply with all environmental regulations. 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. 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. 2018 -TS -013 Dubuque Grandview University 2 January 2017 i. If the Recipient lets the project, 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. ii. If the project will be let through the Iowa DOT, project development submittals shall follow Local Systems I.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 forthe 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. If the Recipient lets the project, then 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 forthe 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. e. The Recipient shall be the contracting authority forthe 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 notify the DOT's contact person of the date that construction begins and the date that the project is substantially complete (i.e., when the road is re -opened to traffic). e. 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. 2018 -TS -013 Dubuque Grandview University 3 January 2017 f. 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. g. 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. h. 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. Eligible and ineligible costs are outlined in Iowa Administrative Code (IAC) 761 Chapter. 164, Traffic Safety Improvement Program (see IAC 761-164.6(312) and IAC 761-164.7(312)). 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 completed in substantial compliance with the terms of this agreement. Final reimbursement of TSIP Funds shall be made only after the DOT accepts the project as complete. d. The Recipient shall request reimbursement and final payment from the DOT within one year of field completion of the work. If this condition is not met, the Recipient may be in default, for which the Department may revoke funding commitments. e. 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. f. In the event a default is not cured the DOT may revoke funding commitments and/or seek repayment of TSIP Funds granted by this agreement through charges against the Recipient's road use tax funds. 2018 -TS -013 Dubuque Grandview University 4 January 2017 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 11 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 addendum to this agreement. Said addendum shall become effective only upon written approval of the DOT and Recipient. 2018 -TS -013 Dubuque Grandview University 5 January 2017 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2018-T8-013 as of the date shown opposite its signature below. City of Dub , owa: By: Title: Mavo Date July 17 1, Kevin S. Firnstahl . certify that I am the Clerk of the City, and that , 201 7 who signed said Agreement for and on behalf of the City was duly authorized to execute the same by virtue of a formal Resolution duly passed and adopted by the City, on the 17 th day of July , 20 17 Signed Atilrii" City Clerk' • uhuque, o Date July 17 , 20 7 eveJ. Ge Director, Office of Traffic and Safety 201846-013 Dubuque Grandview University 6 20 / EXHIBIT A-1 E. Location Map o Cm •° �7b S d vyN� BUFF' O ,may � RA /T M LA q� my N F M N . � 1 --ua ddlas--- Z � J p z° a O � W V o W O gU00� I _ d 17-1 rl 2018-TS-013_Oubuque_Grandview University 7 EXHIBIT A-2 (1 of 2) C. Itemized Breakdown of All Costs btA E City of Dubuque,Iowa Construction Cost Estimate Masterpiece on the Mississippi Date: 12-Aug-16 Project Name: Intersection of University Avenue and North Grandview Avenue CIP Funding Amount: Project Completion Date: LINE I REFERENCE F DESCRIPTION PLAN UNIT UNRPRICE TOTAL PRICE NO. NUMBER QUANTITY Division 21-Earthwork,Subgrade,and Subbases 1 2102-0425070 Special Backfill(T) 700.00 TON $ 21.16 $ 14,812.00 2 2102-2710070 Excavation Cl 10,Rdwy&Borrow 1715.00 CY $ 18.35 $ 31,470.25 3 2105-8425005 Topsoil Furnish&Spread 135.00 CY $ 40.00 $ 5,400.00 4 2111-8174100 Granular Subbase 550.00 TON $ 19.00 $ 10,450.00 5 2115-0100000 Modified Subbase 330.00 TON $ 22.75 $ 7,507.50 Sub Total $ 69,639.75 Division 22-Base Courses 6 2210-0475290 Base Macadam Stone 2705.00 TON $ 17.00 $ 45,985.00 7 2213-6745500 Rmvl Of Curb 0.40 STA $ 1,500.00 $ 600.00 Sub Total $ 46.585.00 Division 23-Surface Courses 8 2301-1033090 Std./Shp PCC Cl. C Cl. 3-9 In.(Doweled) 3060.00 SY $ 60.00 $ 183,600.00 9 2303-0000100 HMA,Comm Mix(Includes Asphalt Binder),As Per Plan 70.00 TON $ 120.00 $ 8,400.00 Sub Total $ 192,000.00 Division 24-Structures 10 2401-6745765 Rmvl Of Light Poles 2000 EACH $ 800.00 $ 1,600.00 11 2401-6745910 Rmvl Of Sign 8.00 EACH $ 100.00 $ 800.00 12 2435-0600010 Manhole Adjustment,Minor 2.00 EACH $ 870.00 S 1,740.00 Sub Total $ 4,140.00 Division 25-Miscellaneous Construction 13 2502-8212306 Subdrain Std Perforated 6In,As Per Plan 450.00 LF $ 13.00 $ 5,850.00 14 2502-8212406 Subdrain Std Non-Perforated 6 In As Per Plan 170.00 LF $7 40.00 $ 6,800.00 15 2510-6745850 Removal Of Pavement 3625.00 SY $ 10.00 $ 36,250.00 16 2511-6745900 Rmvl Of Sidewalk 340.00 SY $ 10.00 $ 3,400.00 17 2511-7526004 Sidewalk PCC 41n 240.00 SY $ 4200. $ 10,080.00 18 2511-7526006 Sidewalk PCC 6 I 80.00 SY $ 55.00 $ 4,400.00 19 2511-7528101 Detectable Warnings 152.00 SF $ 45.00 $ 6,840.0Warnings 20 2512-1725256 Curb-Gutter PCC 2.5' 40.00 LF $ 32.00 $ 1,280.00 21 2515-2475006 Drives PCC 6 I 125.00 SY $ 56.25 S 7,031.25 22 2515-6745600 Removal Of Paved Driveway 170.00 SY $ 13.00 $ 2,210.00 23 2524-9265010 Posts,Steel,As Per Plan 40.00 EACH $ 308.00 $ 12,320.00 24 2524-9325001 Type A Signs Alum 265.00 SF $ 27.00 $ 7,155.00 25 2527-9263109 Painted Pavement Marking Waterbome Or Solvent 16.00 STA $ 60.00 $ 960.00 26 2527-9263117 Painted Pavement Markings,Durable 30.56 STA $ 275.00 $ 8,404.00 27 2527-9263131 Wet Retroreflective Removable Tape Markings 34.00 STA $ 160.00 $ 5.440.00 28 2527-9263143 Painted Symbols And Legends,Durable 5.00 EACH $ 450.00 $ 2,250.00 29 2528-8445110 Traffic Control 1.00 LS $ 25,000.00 $ 25,000.00 30 2528-8445113 Flaggers 46.00 EACH $ 500.00 $ 23,000.00 31 2533-0980005 Mobilization 1.00 LS $ 40,000.00 $ 40,000.00 32 2599-9999018 Std/S-F PCC Pavy.CL C CL 3,9"(Color Brick Red) 255.00 SY $ 110.00 $ 28,050.00 33 2599-9999018 Median,PCC,9"(Color Brick Red) 45.00 SY $ 110.00 $ 4,950.00 34 2599-9999018 Sidewalk,PCC,6"(Color Brick Red) 25.00 SY $ 90.00 $ 2,250.00 35 2599-9999014 Puringhon Paver With Concrete Base 865.00 SF $ 15.00 $ 12,975.00 36 2599-9999014 Purington Paver With Plastic Edge Restraints 305.00 SF $ 10.00 $ 3,050.00 37 2599-999902 Incentive Payment 1.00 CDAY $ 1,000.00 $ 1,000.00 Sub Total $ 260.945.25 2018-TS-013-Dubuque-Grandview University 8 EXHIBIT A-2 (2 of 2) C. Itemized Breakdown of All Costs Division 26-Roadside Development 38 2601-2639010 Sodding 76.90 SQ $ 65.00 $ 4,998.50 39 2601-2643110 Watering For Sod,Special Ditch Control Or Slope Protection 46.14 MGAL $ 60.00 $ 2.768.40 40 2602-0000312 PenmeterAnd Slope Sediment Control Device.121n.Dia. 620.00 LF $ 5.00 $ 3,100.00 41 2602-0000350 Removal Of Perimeter And Slope Sediment Control Device 620.00 LF $ 2.50 $ 1,550.00 Sub Total $ 12,416.90 Division 5010-Pipe and Fittings 42 5010-108-A-1 Water Main,Trenched,DIP.6" 440.00 LF $ 70.00 $ 30.800.00 43 5010-108-C-2 Fittings by Weight.DI 728.90 LBS $ 10.00 $ 7,289.00 44 5010-108-D-0 Water Service Stub.Copper,3/4" 36.00 LF $ 70.00 $ 2.520.00 45 5010-108-G-0 Water Service Reconnection,Copper,314".Inc New Tap 2.00 EA $ 800.00 $ 1,600.00 Sub Total $ 42,209.00 Division 5020-Valves,Fire Hydrants,and Appurtenances 46 5020-108-A-0 Valve,Gate,6" 4.00 EA $ 1,400.00 $ 5.600.00 47 5020-108-C-0 Fire Hydrant 1.00 EA $ 3,800.00 $ 3.800.00 48 5020-108-1-0 Drinking Fountain 1.00 EA $ 12,000.00 $ 12.000.00 49 5020-108-J-0 Remove and Salvage Fire Hydrant 1.00 EA $ 800.00 $ 800.00 Sub Total $ 22.200.00 Division 8010-Traffic Signals&Lighting 50 8010-108-B-1 Conduit,Seven Way Trenched 503.00 LF $ 12.00 $ 6,036.00 51 8010-108-B-1 Conduit,Seven Way Trenchless 628.00 LF $ 18.00 $ 11,304.00 52 8010-108-B-1 Conduit,Trenched,PVC,2" 75.00 LF $ 8.00 $ 600.00 53 8010-108-B-1 Conduit.Trenched or Trenchless,HDPE,2-2" 600.00 LF $ 18.00 $ 10.800.00 54 8010-108-A.1 Handhole,PC,Round 1.00 EA $ 1,050.00 $ 1,050.00 55 8010-108-F.1 Fiber Optic Vault Precast Concrete 1.00 EA $ 3,000.00 $ 3,000.00 56 8010-108-A.1 Handhole,PC,Rectangular 1.00 EA $ 1,500.00 $ 1,500.00 57 8010-108-A.2 12"x 18"Quazite Hand Hole 8.00 EA $ 500.00 $ 4.000.00 58 8010-108-D.1 Street Light Precast Concrete Base,2'Dia.x 7' 8.00 EA $ 5,000.00 $ 40.000.00 59 8010-108-C-0 3C#8 AWG Luminaire Wire 600.00 LF $ 2.95 $ 1,770.00 60 8010-108-C-0 #8 AWG XHHW Ground Green 600.00 LF $ 1.50 $ 900.00 61 8010-108-C-0 Wiring and Cable-Tracer 600.00 LF $ 2.20 $ 1,320.00 62 8010-108-M-0 Street Light,Galvanized,30' 8.00 EA $ 2,000.00 $ 16,000.00 63 8010-108-M-0 Traffic LED Luminaire 8.00 EA $ 800.00 $ 6,400.00 Sub Total $ 104,680.00 TOTAL $ 754.815.90 CONTINGENCY 10.00% $ 75,481.59 ENGINEERING 15.001% $ 124,544.62 ROW Easements $ 10,000.00 TOTAL CONSTRUCTION ESTIMATE $ 964,842.11 2018-TS-013_Dubuque_Grandview University 9 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 196.7, 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 Economic Development Authority(515- 725-3132) or from its website at: https://www.iowa.gov/tsb/index.php/home. 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. 2018-TS-013 Dubuaue Grandview Universitv 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, Civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA 50010. 2018-TS-013 Dubuque Grandview Universitv 11 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? ❑YES ❑NO If no, explain 2. Were qualified TSB firms notified of project? ❑YES ❑ NO If yes, by ❑ letter, ❑telephone, ❑ personal contact, or ❑ other(specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? ❑YES ❑ NO If no, explain 4. Was a goal or percentage established for TSB participation? ❑YES ❑ 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? ❑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 2018-TS-013 Dubuque Grandview Universitv 12 May 2017 CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(10), which is 51% or more owned, operated and actively managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business meets all of the following requirements: is located in this state, is operated for profit and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 196.7. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Economic Development Authority Targeted Small Business Certification Program 200 East Grand Avenue Des Moines, IA 50309 Phone: 515-725-3132 Website: httos://www.iowa.aov/tsb/index.oho/home 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore, the contractors TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Economic Development Authority (515-725-3132) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. Page 1 TSB Affirmative Action Responsibilities E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially usefulfunction. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACTAWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date ofthe contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes From TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre-bid Contact Information form. Page 2 TSB Affirmative Action Responsibilities C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre-bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors' groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files fora period of three (3) years after the completion of the project and be available for examination by the Iowa Economic Development Authority. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior to the contract award. Page 3 THE CITY OF Masterpiece on the Ma 'ssissippi July 31, 2017 Jorge Zamora Iowa Department of Transportation Office of Location and Environment Dubuque ***** Ali -America City 2007 =2012 2013 Engineering Department City Hall 50 W. 13th Street Dubuque, Iowa 52001 563.589.4270 563.589.4205 (fax) www.cityofdubuque.org RE: Official with Jurisdiction of Section 4(f) Property's Agreement with Clarification Concerning Grandview Avenue and University Avenue Intersection Improvements STP -A-2100(689)--86-31 Dear Jorge Zamora: The City of Dubuque has been contacted by the Iowa DOT Office of Location and Environment regarding the Grandview Avenue and University Avenue Intersection Improvements in Dubuque, Iowa. The City of Dubuque understands that there is a need for this improvement and that the proposed intersection improvement project will have a permanent effect on the Section 4(f) Properties. The City of Dubuque has been notified that as part of the project, a portion of the park land adjacent to Allison - Henderson Park at the project location will require permanent ROW acquisition. The impact to the park is expected to be minor. Total area of permanent impact is expected to be 1800 SF. Temporary construction easement for grading outside of this area is expected to be 8300 SF. The existing park is 5.6 acres in size. It is also understood that the Iowa DOT wants some questions regarding the affected property answered: 1. Does the City of Dubuque have jurisdiction over the property? Yes. City park. 2. What is the official designation or classification for the property? Allison -Henderson Park. 3. What is the primary function or use of the property? City park. 4. Are there any secondary functions of the property? No. 5. Is the property open to the public? Yes. 6. Is the property considered significant or important for it's use? Yes. This letter documents the agreement of the appropriate local officials having jurisdiction over the resources regarding the above conditions. If you wish to contact me concerning this letter, please email me at rdbuol &..citvofdubuaue.orq or 563-564-5455. Sincerely, 0 Ldr-g, Mayor Roy D. Buoi City of Dubuque