Loading...
SW Arterial / US 20 Interchange Overpass Bridge IDOT Funding AgreementSTATE OF IOWA CERTIFICATE of tie CITY CLERK ) SS: COUNTY OF DUBUQUE ) I, Kevin S. Firnstahl, do hereby certify that I am the duly appointed, qualified, City Clerk of the City of Dubuque, Iowa, in the County aforesaid, and as such City Clerk, I have in my possession or have access to the records of the proceedings of the City Council. I do further state that the hereto attached Resolution No. 356-17 is a true and correct copy of the original. In Testimony Whereof, I hereunto set my hand and official seal of the City of Dubuque, Iowa. Dated at Dubuque, Iowa, on this 7th day of November, 2017. KevinyS. Firnstahl, CMC, City Clerk (SEAL) Copyrighted November 6, 2017 City of Dubuque Consent Items # 27. ITEM TITLE: SW Arterial / US 20 Interchange Overpass Bridge Iowa Department of Transportation (I DOT) Funding Agreement SUMMARY: City Manager recommending authorization for the Mayor to execute the Iowa Department of Transportation Preconstruction Funding Agreement for the relocation of utilities associated with the Southwest Arterial Interchange — US 20 Mainline Dual Bridges Project. RESOLUTION Approving the preconstruction Funding Agreement (Agreement No. 2018-12-066) between the City of Dubuque and Iowa Department of Transportation for the Southwest Arterial Interchange - US20 Mainline Dual Bridges Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Southwest Arterial Interchange-US20 Mainline Dual City Manager Memo Bridges Project -MVM Memo Staff Memo Staff Memo Resolution Resolutions Funding Agreement Supporting Documentation THE CITY OF Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque �.nw,.rnxirxz� �111F 2007.2012 2013.2017 SUBJECT: Southwest Arterial Interchange – US20 Mainline Dual Bridges Project Iowa Department of Transportation – Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2018-12-066 Project No. NHSX-020-9 (211)-3H-31 DATE: November 1, 2017 Assistant City Engineer Bob Schiesl recommends City Council authorization for the Mayor to execute the Iowa Department of Transportation Preconstruction Funding Agreement for the relocation of utilities associated with the Southwest Arterial Interchange — US 20 Mainline Dual Bridges Project. I concur with the recommendation and respectfully request Mayor and City Council approval. Micliael C. Van Milligan' MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager Robert Schiesl, Assistant City Engineer Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer DATE: October 31, 2017 Dubuque trail uI•Aiedee city 'llll' 2007.2012 2013.2017 RE: Southwest Arterial Interchange - US20 Mainline Dual Bridges Project Iowa Department of Transportation - Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2018-12-066 Project No. NHSX-020-9 (211)--3H-31 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Preconstruction Funding Agreement (Agreement No. 2018- 12-066) for the relocation of utilities associated with the Southwest Arterial Interchange - US20 Mainline Dual Bridges project. BACKGROUND Through the continued collaborative partnership between the Iowa DOT staff and the City, the Memorandum of Understanding (MOU), was signed on August 9, 2013, and the Transfer of Roadway Jurisdiction (TOJ), was signed on November 7, 2016. As outlined in the MOU and TOJ, the Iowa DOT and City, in joint cooperation, will Transfer the Jurisdiction of the Southwest Arterial from the City to the State in exchange for the Transfer of Jurisdiction of the Northwest Arterial (or Iowa 32), and portions of existing U.S. 52 1 Iowa 3 through downtown Dubuque, from the State to the City. Additionally, the Iowa DOT proposed to re-routing of US 52 and utilization of the Southwest Arterial to carry a portion of re-routed US 52 traffic. The Transfer of Jurisdiction will occur after the Southwest Arterial is completed and open to traffic. Following the execution of the MOU and TOJ, the City is continuing as the lead agency for the multiple project development phases for completing the Southwest Arterial and is responsible for completing the following improvement projects: Project Description Status Final Engineering Design Right -of -Way Property Acquisition BHE Gas Pipeline Utility Relocation North Cascade Road Reconstruction English Mill Road Reconstruction BP Gas Pipeline Utility Relocation Military Road Reconstruction Underway Completed Completed Completed Completed Underway Underway As outlined in the MOU and TOJ, when the City completes all the project phases it is responsible for, the Iowa DOT will then take over as lead agency and will be responsible for all remaining costs associated with the construction and completion of the Southwest Arterial, including grading, bridges, interchanges and highway paving. DISCUSSION As part of the Southwest Arterial project, there will be a new interchange constructed near the existing US20 - Seippel Road intersection. The future interchange will connect directly to Seippel Road and provide an overpass bridge over the top of US Highway 20. The City was responsible for the property acquisition, final design, preparing construction documents and letting bids for the project through the Iowa DOT in December 2017. The Iowa DOT will be the contracting authority and will be responsible for the costs associated with the construction and completion of the replacement of the US20 mainline dual bridges. Prior to constructing the overpass interchange, the existing eastbound and westbound dual bridges on mainline US20 will need to be reconstructed. The City has an existing 18 -inch gravity interceptor sanitary sewer that is located along catfish creek that will be impacted by the Southwest Arterial overpass bridge and the new replacement US20 mainline dual bridges. The gravity interceptor sanitary sewer will need to be relocated as part of the Southwest Arterial Interchange - US20 Mainline Dual Bridges project. In accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Per the terms and conditions of the Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 5% of the cost for mobilization. • 5% of the cost for traffic control. • 5% of the cost for construction survey. BUDGET IMPACT The estimate of probable cost for the Southwest Arterial Interchange - US20 Mainline Dual Bridges is summarized as follows: Iowa Department of Transportation City of Dubuque Construction Contract Cost Estimate $ 4,120,079 203,930 $ 4.324.009 The estimated cost for the City's share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: Sanitary Sewer Relocation, Modification, Adjustment Total Project Cost - City Share Estimate $ 203,930 $ 203,930 The anticipated funding for the project summary is as follows: CIP No. Fund Description Esti mate 710 2670 DMATS STBG Funds 710 2670 SW Arterial - US20 Interchange Utility Relocation (Sanitary Const Fund) Total Project Funding - City Share $ 163,144 40,786 $ 203.930 In the proposed FY19 budget, staff will be requesting funds be programmed for the City's cost share associated with the relocation of the gravity interceptor sanitary sewer. The requested funding will include DMATS STBG Funds in the amount of $200,000, and $50,000 from the sanitary sewer construction funds as the local match. RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Preconstruction Funding Agreement (Agreement No. 2018-12-066) for the Southwest Arterial Interchange - US20 Mainline Dual Bridges project. ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and authorize the Mayor to sign the Iowa Department of Transportation Preconstruction Funding Agreement (Agreement No. 2018-12-066) for the Southwest Arterial Interchange - US20 Mainline Dual Bridges project. Prepared by: Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Alexis Steger, Budget Office Jim Schnoebelen, Iowa DOT Ken Yanna, Kent Ellis, Iowa DOT Chandra Ravada, ECIA RESOLUTION NO. 356-17 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2018-12-066) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL INTERCHANGE - US20 MAINLINE DUAL BRIDGES PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, as part of the Southwest Arterial project, there will be a new interchange constructed near the existing US20 - Seippel Road intersection. The future interchange will connect directly to Seippel Road and provide an overpass bridge over the top of US Highway 20; and WHEREAS, the City was responsible for the property acquisition, final design and preparation of construction documents for the replacement of the US20 mainline dual bridges which is scheduled for bid letting in December 2017. The Iowa DOT will be responsible for the costs associated with the construction and completion of the replacement of the US20 mainline dual bridges; and WHEREAS, prior to constructing the overpass interchange, the existing eastbound and westbound dual bridges on mainline US20 will need to be replaced; and WHEREAS, the City has an existing 18 -inch gravity interceptor sanitary sewer that is located along catfish creek that will be impacted by the Southwest Arterial overpass bridge and the new replacement US20 mainline dual bridges. The gravity interceptor sanitary sewer will need to be relocated as part of the project; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project; and WHEREAS, per the terms and conditions of the Cooperative Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 5% of the cost for mobilization. • 5% of the cost for traffic control. • 5% of the cost for construction survey. WHEREAS, the estimated cost for the City's share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: Sanitary Sewer Relocation, Modification, Adjustment Total Project Cost - City Share $ 203,930 $ 203.930 WHEREAS, the anticipated funding for the project summary is as follows: 710 2670 710 2670 Bund Descripti DMATS STBG Funds SW Arterial - US20 Interchange Utility Relocation (Sanitary Const Fund) Total Project Funding - City Share $ 163,144 40,786 $ 203.930 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. Section 2. The Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial Interchange - US20 Mainline Dual Bridges project, Iowa DOT Project No. NHSX-020-9 (211)--3H-31. Section 3. In accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Section 4. The City hereby agrees to reimburse the Iowa DOT for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Section 5. The Mayor is hereby authorized to execute the Preconstruction Funding Agreement (Agreement No. 2018-12-066), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial Interchange - US2O Mainline Dual Bridges project. Passed, approved and adopted this 6th day of November, 2017. Attest: Kevin S. Firnsta I, Ci y Clerk ,PV (—Roy D. Buol, Mayor F:\PROJECTS\SOUTHWESTARTERIAL\Interchange - US20 Dual Bridges (211)\Funding Agreement DOT SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN October 12, 2017 www.iowadot.gov District 6 Office I Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 I Fax (319) 364-9614 1 Email: jim.schnoebelen@iowadot.us REF: NHSX-020-9(211)--3H-31 City of Dubuque Dubuque County Agreement 2018-12-066 Staff Action No. The Honorable Roy D. Buol Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 SUBJECT: Agreement 2018-12-066 FINAL (Bridge replacement on U.S. 20 over Catfish Creek) 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: Bridge replacement on U.S. 20 over Catfish Creek. 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. JRS/hmb Enclosures (2) Agreement 2018-12-066 Sincerely, 9., R.Z2.4a., James. R. Schnoebelen, P. E. District 6 Engineer SMARTER 1 SIMPLER I CUSTOMER DRIVEN November 14, 2017 www.iowadot.gov 1111.1..11,11, as 14111 .Jill 1 dl l i d. ,144.14,111.1, Iga YuJuly.,11,1.11.:;tl1YePAtlIF1,111, n611110 ., Wa0 111 District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 I Fax (319) 364-9614 I Email: jim.schnoebelen@iowadot.us Attn: Kevin Firnstahl, Clerk of Court Roy D. Buol, Mayor of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSX-020-9(211)--3H-31 City of Dubuque Dubuque County Agreement 2018-12-066 Staff Action No. S-2018-0334 SUBJECT: Agreement 2018-12-066 FULLY EXECUTED (Bridge replacement on U.S. 20 over Catfish Creek) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2018-12-066 between the city of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves: Bridge replacement on U.S. 20 over Catfish Creek. Thank you for your cooperation in the processing of this agreement. Sincerely, 9..idsceaa, James. R. Schnoebelen, P. E. District 6 Engineer JRS/hmb Enclosure: Agreement 2018-12-066 cc: Deanne Popp Patricia Jacobs July 2014 IOWA DEPARTMENT OF TRANSPORTATION Preconstruction Agreement For Primary Road Project County City Project No. Iowa DOT Agreement No. Staff Action No. 11: 01# Dubuque Office ice' Dubuque t...a ;-iL, NHSX-020-9(211)-3H-31 2018-12-066 S-2018-0334 This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The DOT proposes to establish or make improvements to U.S. 20 within Dubuque County, Iowa; and The LPA has received Federal funding through the Surface Transportation Block Grant Program (STP). STP funds are available for construction, reconstruction, rehabilitation, resurfacing, restoration and operational or safety improvement projects on Federal -aid highways, bridges on any public road, and several other types of projects, as specified in 23 U.S.C. 133(b). Federal -aid highways include all Federal Functional Classifications, except for rural minor collectors or local roads The DOT and the LPA are willing to jointly participate in said project, in the manner hereinafter provided; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The DOT will design, let, and inspect construction of the following described project in accordance with the project plans and DOT standard specifications: Bridge replacement on U.S. 20 over Catfish Creek. b. As part of the project, the LPA has requested relocation of sanitary sewer facilities within the city all at no cost to the DOT. c. The LPA, as the Recipient of Federal funds, shall comply with the Federal -aid provisions contained in Exhibit A which is attached hereto and by this reference is incorporated into this agreement. 2. Project Costs a. The LPA shall receive reimbursement for Costs of authorized and approved eligible project activities from STP funds. The portion of the project costs reimbursed with STP funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other Federal funds) or the amount stipulated in the East Central Intergovernmental Association (MPO) current Transportation improvement Program (TIP) and approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. Eligible project activities will be limited to the following: construction, engineering, inspection, and right-of-way acquisition. Under certain 2018-12-066 Dubuque 1 July 2014 circumstances, eligible activities may also include utility relocation or railroad work that is required for construction of the project b. The LPA has received $250,000 in STP funds. The DOT will draw down the MPO's Federal funds for the 80% share. The LPA will reimburse the DOT with their own local funds for remaining the 20% cost share which will initially be covered by the DOT. c. The amount the LPA will reimburse the DOT with local funds for the federal aid match is estimated at $40,786 (see Exhibit 6 for project costs). The amount paid by the LPA upon completion of construction and proper billing by the DOT will be determined by the actual quantities in place and the accepted bid at the contract letting. d. The DOT will bear all costs except those allocated to the LPA under other terms of this Agreement. 3. Traffic Control a. U.S. 20 through -traffic will be maintained during the construction. 4. Right of Way and Permits a. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code Chapter 150.3(1)c and 150.4(2) will remove or cause to be removed (within the corporate limits) all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. b. The DOT will be responsible for the coordination of utility facility adjustments for the primary road project. c. The LPA agrees to relocate all utilities necessary for construction which are located within the existing street or alley right of way, subject to the approval of and without expense to the DOT and in accordance with 761 Iowa Administrative Code Chapter 150.4(5) and the DOT Utility Accommodation Policy. d. With the exception of service connections, no new or future utility occupancy of project right of way, nor any future relocations of or alterations to existing utilities within said right of way will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. 5. Construction & Maintenance a. The LPA, in cooperation with the DOT, will take whatever steps may be required with respect to alteration of the grade lines of the new highway facilities constructed under the project in accordance with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to properties that may occur as a result of the project. b. 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. c. 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. 2018-12-066 Dubuque 2 July 2014 d. Structures built by the DOT over or under a primary road will be maintained structurally sound by the DOT, including repairs to floors and railing and painting. For structures serving roadways which are not on the primary road system, the cleaning and removal of snow, debris and foreign objects from local road traffic lanes, sidewalks or walkways within the project limits (if any) including pedestrian overpasses or underpasses will be the responsibility of the LPA. 6. Payments and Reimbursements a. The DOT will make payments to the contractor(s) for construction costs from the Primary Road Fund and the LPA's STP funds for 80 percent of the incurred construction costs for eligible items. Upon completion of the project and proper billing from the DOT, the LPA shall reimburse the DOT for its share of the required 20 percent federal -aid match and all other project costs that exceed the maximum stipulated STP amount as is specified and incorporated in this agreement. Reimbursement will be provided to the DOT either by a warrant or voucher from the LPA, or by crediting the Primary Road Fund from the funding sources provided to the LPA by this agreement. 7. General Provisions a. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. b. The LPA will comply with all provisions of the equal employment opportunity requirements prohibiting discrimination and requiring affirmative action to assure equal employment opportunity as required by Iowa Code Chapter 216. No person will, on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which State funds are used. c. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. d. if any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such finding shall not affect the validity of the Agreement as a whole or any section, provision, or part thereof not found to be invalid or unconstitutional, except to the extent that the original intent of the Agreement cannot be fulfilled. e. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. f. This Agreement, as well as the unaffected provisions of any previous agreement(s), addendum(s), and/or amendment(s); represents the entire Agreement between the LPA and DOT regarding this project. All previously executed agreements will remain in effect except as amended herein. Any subsequent change or modification to the terms of this Agreement will be in the form of a duly executed amendment to this document. 2018-12-066 Dubuque 3 July 2014 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2018-12-066 as of the date shown opposite its signature below. CITY OF DUBU UE: By: Title: Mayor Kevin irnstahl Roy D. Buol Date November 6 , 2017. certify that I am the Clerk of the City, and that . who signed said Agreement for and on behalf of • -rk orDubuque, locnra , the City was duly aut e ,Ized to ec te he same on the h 6 t day of November 20 17. Signed: CO 4, IOWA DEPARTMENT OF TRANSPORTATION: By: ames R. Schnoebelen District Engineer District 6 Date 103 , 20I. 2018-12-066 Dubuque 4 July 2014 EXHIBIT A General Agreement Provisions for use of Federal Highway Funds on Primary Highways As a condition of receiving Federal Highway funds, the Recipient shall comply with the following additional provisions: 1. The Recipient shall be responsible for including the project in the appropriate Regional Planning Affiliation (RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program (TIP). The Recipient shall also ensure that the appropriate RPA or MPO, through their TIP submittal to the Department, includes the project in the Statewide Transportation Improvement Program (STIP). If the project is not included in the appropriate fiscal year of the STIP, Federal funds cannot be authorized. 2. Before beginning any work for which Federal funding reimbursement will be requested, the Recipient shall contact the Department to obtain the procedures necessary to secure FHWA authorization. The Recipient shall submit a written request for FHWA authorization to the Department. After reviewing the Recipient's request, the Department will forward the request to the FHWA for authorization and obligation of Federal funds. The Department will notify the Recipient when FHWA authorization is obtained. The cost of work performed prior to FHWA authorization will not be reimbursed with Federal funds. 3. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and regulations. To assist the Recipient, the Department has provided guidance in the Federal -aid Project Development Guide (Guide) and the Instructional Memorandums to Local Public Agencies (I.M.$) that are referenced by the Guide, Both are available on-line at http://www. iowadot. gov/local_systems/ publications/imilpa_ims.htm. The Recipient shall followthe applicable procedures and guidelines contained in the Guide and I.M.s in effect at the time project activities are conducted. 4. In accordance with Title VI of the Civil Rights Act of 1964 and associated subsequent nondiscrimination laws, regulations, and executive orders, the Recipient shall not discriminate against any person on the basis of race, color, national origin, sex, age, or disability. 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. The Recipient agrees to comply with the requirements outlined in I.M. 1.070, Title VI and Nondiscrimination Requirements which includes the requirement to provide a copy of the Recipient's Title VI Plan or Agreement and Standard DOT Title VI Assurances to the Department. 5. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of 1990 (ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), and the associated Federal regulations that implement these laws, and the guidance provided in I.M. 1.080, ADA Requirements. When pedestrian facilities are constructed, reconstructed, or altered, the Recipient shall make such facilities compliant with the ADA and Section 504. 6. To the extent allowable by law, the Recipient agrees to indemnify, defend, and hold the Department harmless from any action or liability arising out of the design, construction, maintenance, placement of traffic control devices, inspection, or use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the Department's application review and approval process, plan and construction reviews, and funding participation. 7. As required by 2 CFR 200.501 "Audit Requirements", a non -Federal entity expending $750,000 or more in Federal awards in a year shall have a single or program -specific audit conducted for that year 2018-12-066 Dubuque 5 July 2014 in accordance with the provision of that part. Auditee responsibilities are addressed in Subpart F of 2 CFR 200. The Federal funds provided by this agreement shall be reported on the appropriate Schedule of Expenditures of Federal Awards (SEFA) using the Catalog of Federal Domestic Assistance (CFDA) number and title as shown on the first page of this agreement. If the Recipient will pay initial project costs and request reimbursement from the Department, the Recipient shall report this project on its SEFA. If the Department will pay initial project costs and then credit those accounts from which initial costs were paid, the Department will report this project on its SEFA. In this case, the Recipient shall not report this project on its SEFA 8. The Recipient shall supply the Department with all information by the Federal Funding Accountability and Transparency act of 2006 and 2 CFR Part 170. 9. The Recipient shall comply with the following Disadvantaged Business Enterprise (DBE) requirements: 1) The Recipient shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any Department -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of Department -assisted contracts. 2) The Recipient shall comply with the requirements of I.M. 3.710, DBE Guidelines. 3) The Department's DBE program, as required by 49 CFR Part 26 and as approved by the Federal Highway Administration (FHWA), is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). 10. Termination of funds. Notwithstanding anything in this agreement to the contrary, and subject to the limitations set forth below, the Department shall have the right to terminate this agreement without penalty and without any advance notice as a result of any of the following: 1) The Federal government, legislature or governor fail in the sole opinion of the Department to appropriate funds sufficient to allow the Department to either meet its obligations under this agreement or to operate as required and to fulfill its obligations under this agreement; or 2) If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the Department to make any payment hereunder are insufficient or unavailable for any other reason as determined by the Department in its sole discretion; or 3) If the Department's authorization to conduct its business or engage in activities or operations related to the subject matter of this agreement is withdrawn or materially altered or modified. The Department shall provide the Recipient with written notice of termination pursuant to this section. 11. The Recipient shall comply with the Policy for Accommodating Utilities on City and County Federal - aid Highway Right of Way for projects on non -primary Federal -aid highways. For projects connecting to or involving some work inside the right-of-way for a primary highway, the Recipient shall follow the Department's Policy for Accommodating Utilities on Primary Road System. Certain utility relocation, alteration, adjustment, or removal costs to the Recipient for the project may be eligible for Federal funding reimbursement. The Recipient should also use the procedures outlined in I.M. 3.640, Utility Accommodation and Coordination, as a guide to coordinating with utilities. 12. If the Recipient desires Federal reimbursement for utility costs, it shall submit a request for FHWA Authorization prior to beginning any utility relocation work, in accordance with the procedures outlined in LM. 3.650, Federal -aid Participation in Utility Relocations. 2018-12-066 Dubuque 6 July 2014 13, If Federal reimbursement will be requested for engineering, construction inspection, right-of-way acquisition or other services provided by employees of the Recipient, the Recipient shall follow the procedures in I.M. 3.310, Federal -aid Participation in In -House Services. 14. If the Recipient desires to claim indirect costs under Federal awards, the Recipient shall prepare an indirect cost rate proposal and related documentation in accordance with the requirements of 2 CFR 200. Before incurring costs for in-house services, such an indirect cost rate proposal shall be certified by the FHWA or the Federal agency providing the largest amount of Federal funds to the Recipient. If approved, the approved indirect cost rate shall be incorporated by means of an amendment to this agreement. 15. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall prepare a contract for consultant services in accordance with 23 CFR Part 172. These regulations require a qualifications -based selection process. The Recipient shall follow the procedures for selecting and using consultants outlined in I, M. 3.305, Federal -aid Participation in Consultant Costs. 16. If Preliminary Engineering (PE) work is Federally funded, and if right-of-way acquisition for or actual construction of the road is not started by the close of the tenth fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall repay to the Department an amount equal to the amount of Federal funds made available for such engineering. PE includes work that is part of the development of the PS&E for a construction project. This includes environmental studies and documents, preliminary design, and final design up through and including the preparation of bidding documents. PE does not include planning or other activities that are not intended to lead to a construction project. Examples include planning, conceptual, or feasibility studies. 17. The Recipient shall take the appropriate actions and prepare the necessary documents to fulfill the FHWA requirements for project environmental studies including historical/cultural reviews and location approval. The Recipient shall complete any mitigation agreed upon in the FHWA approval document. These procedures are set forth in l.M. 3.105, Concept Statement Instructions; 3,110, Environmental Data Sheet Instructions; 3.112, FHWA Environmental Concurrence Process; and 3.114, Cultural Resource Regulations. 18. If farmland is to be acquired, whether for use as project right-of-way or permanent easement, the Recipient shall follow the procedures in I.M. 3.120, Farmland Protection Policy Act Guidelines, 19. The Recipient shall obtain project permits and approvals, when necessary, from the Iowa Department of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, the Department, or other agencies as required. The Recipient shall follow the procedures in I.M. 3.130, 404 Permit Process; 3.140, Storm Water Permits; 3.150, Highway Improvements in the Vicinity of Airports or Heliports; and 3.160, Asbestos Inspection, Removal and Notification Requirements. 20. In all contracts entered into by the Recipient, and all subcontracts, in connection with this project that exceed $100,000, the Recipient shall comply with the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act, and all their regulations and guidelines. In such contracts, the Recipient shall stipulate that any facility to be utilized in performance of or to benefit from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities or is under consideration to be listed. 21. If the Recipient is responsible for acquisition of the project right-of-way, it shall acquire the project right-of-way, whether lease, easement, or fee title, and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in I.M. 3.605, Right -of -Way Acquisition, 2018-12-066 Dubuque 7 July 2014 and the Departments Office of Right of Way Local Public Agency Manual. The Recipient shall contact the Department for assistance, as necessary, to ensure compliance with the required procedures, even if no Federal funds are used for right-of-way activities. The Recipient shall obtain environmental concurrence before acquiring any needed right-of-way. With prior approval, hardship and protective buying is possible. If the Recipient requests Federal funding for right-of-way acquisition, the Recipient shall also obtain FHWA authorization before purchasing any needed right-of-way. 22. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall repay the amount of Federal funds reimbursed for right-of-way costs to the Department. 23. If Federal funding is requested for construction performed by employees of the Recipient, the Recipient will follow the procedures outlined in I.M. 3.810, Federal -aid Construction by Local Agency Forces. 24. The non -Federal share of the project costs may include cash or third party non-cash contributions to the project. If the Recipient desires to use a third party non-cash contribution as credit toward the non -Federal share, the Recipient shall submit a request to the Department for review in accordance with I. M. 3.050, In -Kind Contributions. The Department will have sole authority to determine the value of the Recipient's non-cash contribution for the purposes of this agreement. 25. The Recipient shall maintain all books, documents, papers, accounting records, reports, and other evidence pertaining to costs incurred for the project. The Recipient shall also make these materials available at all reasonable times for inspection by the Department, FHWA, or any authorized representatives of the Federal Government. Copies of these materials shall be furnished by the Recipient if requested. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final closure document. Upon receipt of FHWA approval of the final closure document, the Department will notify the Recipient of the record retention date. 26. The total funds collected by the Recipient for this project shall not exceed the total project costs. The total funds collected shall include any Federal or State funds received, and any special assessments made by the Recipient (exclusive of any associated interest or penalties), pursuant to Iowa Code Chapter 384 (cities) or Chapter 311 (counties). The total project costs shall include all costs that can be directly attributed to the project. In the event that the total funds collected by the Recipient do exceed the total project costs, the Recipient shall either: 1) in the case of special assessments, refund to the assessed property owners the excess special assessments collected (including interest and penalties associated with the amount of the excess), or 2) refund to the Department all funds collected in excess of the total project costs (including interest and penalties associated with the amount of the excess) within 60 days of the receipt of any excess funds. In return, the Department will either credit reimbursement billings to the FHWA or credit the appropriate State fund account in the amount of refunds received from the Recipient. 2018-12-066 Dubuque US 20 Improvements 2017 NHSX-020-9(211)-3H-31 Cast Estimate 09/20/2017 DNislon 1.: DESIGN 717; 243'-0 n40'-0 PPCB BRIDGE - W BL Division 2: DESIGN 817; 243,0140'-0 PPCB BRIDGE - EBL Division 3: ROADWAY ITEMS Division 4: SANITARY SEWER RELOCATION (CITY OF DUBUQUE COST; 8096 FEDERAL 5T IP FUNDS AND 2036 CITY FUNDS) 01,181on 5: Division 6: Division 7: I 1 Item Code 1 Item rt- 2401-6745625 REMOVAL OF EXISTING BRIDGE I 2 2402-2720000 EXCAVATION„ CLASS 20 I 3 2402-2721000 EXCAVATION, CLASS 21 I4 2402-2722000 EXCAVATION, CLASS 22 5 2403-0100010 STRUCTURAL CONCRETE (BRIDGE) fi 2403-7000210 HIGH PERFORMANCE STRUCTURAL CONCRETE 7 2404-7775000 REINFORCING STEEL 2404-7775005 REINFORCING STEEL, EPDXY COATED 9 2404-7775009 REINFORCING STEEL, STAINLESS STEEL 10 2407-0551380 BEAMS, PRETENSIONED PRESTRESSED CONCRETE, C80 1 11 2408.7800000 STRUCTURAL STEEL 12 2414-6424119 CONCRETE BARRIER RAILING, AESTHETIC 13 2501-0201057 PILE5, STEEL, HP 10 X 57 14 2501-6335016 P8100810 601E5 15 2507-2638650 BRIDGE WING ARMORING - EROSION STONE 16 2526-8285000 CONSTRUCTION SURVEY 17 2533-4980005 MOBILIZATION 18 2599-9999009 ('LINEAR FEET' ITEM) CORING ROCK SOCKET I Unit 1 DN. 1 I Div, 2 L5 1.00 CY 295 CY 181 CY 57 CY 232.7 CY 370.3 LB 26988 LB 101845 LB 2754 EACH 18 LB 7343 LF 540.0 LF 495 LF 253 5Y 24.5 L5 0.95 L5 0.95 LF 33 1 2401-6745625 REMOVAL OF EXISTING BRIDGE L5 1.00 2 2402-2720000 EXCAVATION, CLASS 20 CY 278 3 2402-2721000 EXCAVATION„ CLASS 21 CY 43 2402-2722000 EXCAVATION...CLASS 22 CY 126 2403.0108010 STRUCTURAL CONCRETE (BRIDGE) CY 223.6 6 2403-7000210 HIGH PERFORMANCE STRUCTURAL CONCRETE CY 370.3 7 2404-7775000 REINFORCING STEEL LB 25652 8 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 101845 9 2404-7775009 REINFORCING STEEL, STAINLESS STEEL LB 2754 10 2407-0551380 BEAMS, PRETEN5I0NED PRESTRESSED CONCRETE, C80 EACH 10 11 2408-7800000 STRUCTURAL STEEL 10 7343 12 2414-6424119 CONCRETE BARRIER RAILING, AESTHETIC LF 540.0 13 2501-0201057 PILES, STEEL, HP 10 X 57 IF 440 14 2501-6335010 P4100860 601E5 LF 222 15 2507-2638650 BRIDGE WING ARMORING - EROSION STONE 5Y 24.5 16 2507-3250005 ENGINEERING FABRIC SY 973.8 17 2587-6799008 BANK SHAPING L5 1.00 1 18 2507-8029000 EROSION STONE TON 389.5 2599-9999009 C'LINEAR FEET' ITEM) CORING ROCK SOCKET LF 77 1 2102-0425070 SPECIAL BACKFILL TON 2 2102-2625001 EMBANKMENT -IN-PLACE, CONTRACTOR FURNISHED CY 3 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 4 2102-2712015 EXCAVATION, CLASS 12, BOULDERS OR ROCK FRAGMENTS CY 5 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 6 2107-0875100 COIMACTION WITH MOISTURE CONTROL CY 7 2111-8174100 GRANULAR SUBBASE 5Y 4 5 EXH1E47 B engineers + planners + land surveyors 1 DI,3 1 Div.4 1 Di,5 I Unit Price 1 8:1155 2018-C-06_Dubuque I DOT Cort 1 CBY Cost 50,000.001 $ 50.000 5 35.0015 10.325 5 - 200.00 IS 36,200 8 - 200.00 5 117100 5 - 650.80 $ 151.255 $ - 750.00 5 277,725, 5 - 10510 28,337 0 - 110 0 112.030 5 - 4.00 5 11,005 5 - 15,003.00 0 270,003 5 - 3.00 $ 22,029 5 - 20000 5 108,000 5 45.00 0 22,275 0 - 60.00 0 15.180 5 - 115.03 18 2.818 18 - 153r1100 18 147_50 18 750 400,000.00 $ 380,000 $ 20,050 250.03 $ 8,250 5 0_00.00 $ 50.000 $ - 35.00 $ 9,730 8 - 200.00 5 8 600 5 - 20000 5 25.200 18 - 65000 $ 145,340 $ 75000 S 277,725 $ - 1.05 $ 26,935 $ - 1105 112030 5 - 400 9 5 11,016 $ - 15,000.00 5 270,002 $ 3OD $ 72025 5 - 200.00 $ 108,000 $ - 45.00 $ 19,800 $ 60.00 S 13,320 0 - 115.00 5 2,818 5 - 3.00 5 2,921 $ - 40,000.00 $ 40,000 5 - 40.05 $ 15.580 250.00 5 09_250 $ 4886 $ 21.05 $ 102,606 $ - I 3261 $ 5.00 5 16,305 5 - 1 15984 5 5.00 5 79,920 $ - 1 10 $ 50.03 $ 500 $ - 1 5399 5 5.00 $ 26,995 0 - 19246 5 0.40 5 7,698 $ 6552 5 10.00 5 65,520 5 - 1 US 20 Improvements 2017 NHSX-020-9(211)-3H-31 Cost Estimate 09/20/2017 Division 1: DESIGN 717; 243' 0040'-0 PPC6 BRIDGE - W BL Division 2: DESIGN 817; 243'.0040'0 PPC6 BRIDGE - EBL Division 3: ROADWAY ITEMS Division 4: SANITARY SEWER RELOCATION (CRY OF DUBUQUE COST; 60%FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 5: Division 6: Division 7: 8 2121-7425910 GRANULAR SHOULDERS, TYPE A 9 2122-5190010 PAVED SHOULDER, P.C. CONCRETE, 10 IN. 10 2122-5190591 PAVED SHOULDER, PORTLAND CEMENT CONCRETE (PAVED SHOULDER PANEL FOR BRIDGE ENO DRAIN) 11 2123-7450000 SHOULDER CONSTRUCTION, EARTH 12 2301-0690203 BRIDGE APPROACH, BR -203 13 2301-1033100 5069069/ OR SLIP -FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS Co CLASS 3 DURABILITY. 10 IN. 2304-0100000 DETOUR PAVEMENT 2401-6745910 REMOVAL OF SIGN 2402-0425040 FLOODED BACKFILL 2402-2720000 EXCAVATION, CLASS 29 2412-0000100 LONGITUDINAL GR00VING IN CONCRETE 19 2416-0100024 APRONS, CONCRETE, 24 IN. DIA. 20 2416-1180024 CULVERT, CONCRETE ROADWAY PIPE, 24 IN. DIA. 21 2435-0130148 MANHOLE, SANITARY SEWER, SW -301, 48 IN. 22 2502.8212036 SUBDRAIN, LONGITUDINAL, MILD) 6" 23 2502-8221306 SUBDRAIN OUTLET, DR -306 24 2503-0500402 BRIDGE END DRAIN, DR -402 2504-0114018 SANITARY SEWER GRAVITY MAIN, TRENCHED, POLYVINYL CHLORIDE PIPE (PVC), 18 IN. 2504-0134018 SANITARY SEWER GRAVITY MAIN WITH CASING PIPE, TRENCHED, PVC, 18 IN. 2504-0240236 SANITARY SEWER ABANDONMENT, FILL AND PLUG, LESS THAN OR EQUAL TO 36 IN. DIA. 2505-4008120 REMOVAL OF STEEL BEAM GUARDRAIL 2505-4008130 REMOVAL OF CABLE GUARDRAIL 2505-4098300 STEEL BEAM GUARDRAIL 31 2505-4008410 STEEL BEAM GUARDRAIL BARRIER TRANSITION SECTION, BA -201 32 2505-4021010 STEEL BEAM GUARDRAIL END ANCHOR, BOLTED 2505-4021720 STEEL BEAM GUARDRAIL TANGENT END TERMINAL, BA -205 2595.6000111 HIGH TENSION CABLE GUARDRAIL 2595.6990121 HIGH TENSION CABLE GUARDRAIL, END ANCHOR 2595-6000131 HIGH TENSION CABLE GUARDRAIL, SPARE PARTS KIT 2506.4984000 PLOWABLE MORTAR 14 15 16 17 18 25 26 27 28 29 30 33 34 35 36 37 38 39 2507-3250005 2507-6800061 40 2510.6745850 41 2510-6750600 42 2518-6910000 43 2524-6765010 44 2527-8400065 45 2527-9263109 46 2527-9263131 47 2527-9263180 48 2528-8400048 49 2528-8400157 50 2528-8445110 51 2551-0000110 52 2552-0000140 ENGINEERING FABRIC REVETMENT, CLASS E REMOVAL OF PAVEMENT REMOVAL OF INTAKES AND UTILITY ACCESSES SAFETY CLOSURE REMOVE AND REINSTALL SIGN AS PER PLAN TEMPORARY DELINEATORS PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT -BASED WET RETROREFLECTIVE REMOVABLE TAPE MARKING$ PAVEMENT MARKINGS REMOVED TEMPORARY BARRIER RAIL, CONCRETE TEMPORARY FLOODLIGHTING LUMINAIRE TRAFFIC CONTROL TEPP CRASH CUSHION ROCK EXCAVATION 2016.C-008_Dubuque TON SY SY STA SY 5Y SY EACH CY CY SY EACH LF EACH I IF EAC) EACH LF LF LF LF LF LF EAC110), EAC EACH I LF EACH) EACH CY SV TON SY EACH) EACH) EACH) EACH STA STA STA LF EACH 15 EACH 1 CV 1 2637.7 217,8 109.8 81 934 3544.9 3370 10 173.3 394 2774.2 154 1508 8 4 578 225 675 6 6 6 5050 4 1 7.8 76.6 51.6 11970 3 7 17 244 426,45 66.7 407.57 325 8 0.95 3 4 175 371 340 0.05 200 EXHIBIT engineers + planners + land surveyors 25.00 $ 65,943 5 43.00 $ 9,365 $ 63.03 $ 6,588 5 225,00 $ 13,725 9 200.00 $ 186,800 $ 55.00 $ 194,970 5 $ - S 50.00 $ 1668.050660 5 170.00 5 (.700 $ 30.00 $ S 20.00 0 7.880 $ 5.00 $ 13871 $ 130000 $ 571 4 60.00 9,2IO $ 5,400.00 5 - $ 6.00 $ 9,043 0 20020 1 1.600 9 3,000.00 9 12.000 5 18000 5 - 5 230.00 9 - $ 60.00 1 - $ 8.00 $ 4,624 3.00 5 675 5 70.00 $ 13,500 5 200,00 $ 12,000 5 4000..0 $ 2,400 5 2400.00 1$5 14,400 5 12.00 5 60,600 5 2,5002. $ • 10000 1 1,800,00 11 1,800 5 150.00 5 1,170 $ 3.00 1 230 5 43.00 $ 2,219 1 5.50 6 • 65,835 5 600.00 5 1.800 5 12020 0 640 5 25020 $ 4,25 9 40.00 1 9,7600 $ 10.00 $ 17.0D 0 629 9 ,9 4,265 1 11$.00 0 • 7,6 $ 10.00 5 3,25071 $ 5,33500 $ 40,000 $ 75,000.00 1 73250 $ 1,000.00 $ 3,000 $ 100.00 $ - 1 21,600 1 1 31,500) 85,330 20,403 600 3,750 20,0001 US 20 Improvements 2017 NHSX-020-9(211)-3H-31 Cost Estimate 09/20/2017 DNision 1: DESIGN 717; 243'O 840'-0 8PCB BRIDGE - W BL „v ,..07^"' Division 2: DESIGN 817; 243'-0 840'-0 8800 BR1DGE - 001 DMslon3, ROADWAY ITEMS Dlvislon 4: SANITARY SE WER RELOCATION (CITY OF DUBUQUE COST)80%FEDERAL STP FUNDS AND 20%CITY FUNDS) DNision 5: DNision 6: OMsion 7, 1 53 2605.2633100 MOWING ACRE 12 1 54 2601-2634100 MULCHING ACRE 6 1 55 2601-2634105 MULCHING, BONDED FIBER MATRIX ACRE 1 1 56 2601-2636043 SEEDING AND FERTILIZING (RURAL) ACRE 6 1 57 2601-2640350 SPECIAL DITCH CONTROL, WOOD EXCELSIOR MAT SQ 277 58 2601-2642100 STABILIZING CROP - SEEDING AND FERTILIZING ACRE 6 5 400.001$ 2400 8 59 2601-2643110 WATERING FOR 50D,- SPECIAL DITCH CONTROL, OR SLOPE PROTECTION 0031 55.4 9 60.0015 3,324 S 60 2601-2643380 MOBILIZATION FOR WATERING EACH 3 8 400.0015 1,200 $ - 1 61 2602-0800020 SILT FENCE I:1 630 5 L80+$ 1.146 $ - 1 62 2602-0008030 'SILT FENCE FOR DITCH CHECKS Lf 2505 0 2.0015 5 170 5 63 2602-0000071 REMOVAL OF SILT FENCE 0R SILT FENCE FOR DITCH CHECKS LF 3223 9 2.0210 6446 $ 64 1 2602.0000101 MAIN- OF SILT FENCE/SILT FENC-DITCH CHECK LF 224 5 0.301$ 67 $ i 65 12602-0000150 !STABILIZED CONSTRUCTION ENTRANCE LF 200 5 25.00 5 5.000 5 1 66 1 2602-0000312 (PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 12 IN. DIA. LF 1280 5 4.00 5 5120 $ - 67 1 2602-0000320 !PERIMETER AND SLOPE SEDIMENT CONTROL DEVICES 20 IN. DIA. LF 700 5 4.00 5 2.600 5 68 1 2602-0000350 14190651 OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 1980 5 L00 5 1.980 5 69 12602-0010010 1MDBILIZATION5, EROSION CONTROL EACH 1 5 500.00 $ 500 $ - 1 78 1 2682-0810020 195811IZATION0, _EMERGENCY EROSION CONTROL EACH 1 0 L0W.00 5 1.000 5 1 71 1 2612-0000520 1ROADSIDE SPR4Y FOR WEED CONTROL ACRE 2 $ 230.00 5 460 5 EXHIBIT 8 hks engmcers + planners + land surveyors 615006 770 $ 700.00 0 4,200 $ 2500.00 15 2 500 $ $ 1,00500 0 6,000 5 0 15.00 4,155 5 OIVISICMISUBTCRAL $4531,089 $1,180,293 $1,408,696 5203,930 Subtotal `,...,.-.$ 4,120,079 $ 203,936 95% 5% State Total $ 4,120,079 City Total $ 203,930 201$ -018,Du6uque RESOLUTION NO. 356-17 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2018-12-066) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL INTERCHANGE - US20 MAINLINE DUAL BRIDGES PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and .a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, as part of the Southwest Arterial project, there will be a new interchange constructed near the existing US20 - Seippel Road intersection. The future interchange will connect directly to Seippel Road and provide an overpass bridge over the top of US Highway 20; and WHEREAS, the City was responsible for the property acquisition, final design and preparation of construction documents for the replacement of the US20 mainline dual bridges which is scheduled for bid letting in December 2017. The Iowa DOT will be responsible for the costs associated with the construction and completion of the replacement of the US20 mainline dual bridges; and WHEREAS, prior to constructing the overpass interchange, the existing eastbound and westbound dual bridges on mainline US20 will need to be replaced; and WHEREAS, the City has an existing 18 -inch gravity interceptor sanitary sewer that is located along catfish creek that will be impacted by the Southwest Arterial overpass bridge and the new replacement US20 mainline dual bridges. The gravity interceptor sanitary sewer will need to be relocated as part of the project; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project; and WHEREAS, per the terms and conditions of the Cooperative Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 5% of the cost for mobilization. • 5% of the cost for traffic control. • 5% of the cost for construction survey. WHEREAS, the estimated cost for the City's share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: Sanitary Sewer Relocation, Modification, Adjustment Total Project Cost - City Share $ 203,930 $ 203.930 WHEREAS, the anticipated funding for the project summary is as follows: r...r.. ,-�,:s�vol'o--: ., ...,. ..✓�,,:.,_ ... ...-..,t. vim, .,..,z. .c...N ... . x.::.t ai:=''`=sk�...Y-^::3.s.;'.='a �r?s � �.. .F:und;:D.e a�jh^ scr�' 'ti®n°:. - -Estimate 710 2670 DMATS STBG Funds $ 163,144 710 2670 SW Arterial - US,20 Interchange 40,786 Utility Relocation (Sanitary Const Fund) Total Project Funding - City Share $ 203.930 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. Section 2. The Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial Interchange - US20 Mainline Dual Bridges project, Iowa DOT Project No. NHSX-020-9 (211)--3H-31. Section 3. In accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Section 4. The City hereby agrees to reimburse the Iowa DOT for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Section 5. The Mayor is hereby authorized to execute the Preconstruction Funding Agreement (Agreement No. 2018-12-066), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial Interchange - US20 Mainline Dual Bridges project. Passed, approved and adopted this 6th day of November, 2017. Attest: Kevin S. Firnstail, City Clerk Roy D. Buol, Mayor F:\PROJECTS\SOUTHWEST ARTERIAL\Interchange - US20 Dual Bridges (211)\Funding Agreement