Loading...
HMA Pavement Milling & Restoration Project US52 / White St. Award Copyrighted June 4, 2018 City of Dubuque Action Items # 4. ITEM TITLE: HMA Pavement Milling & Restoration Project US52 /White Street Award SUMMARY: City Manager recommending award of the construction contract for the HMA Pavement Milling & Restoration Project US52/White Street to the low bidder Eastern lowa Excavating & Concrete, subject to the concurrence of the lowa Department of Transportation. RESOLUTION Awarding public improvement contract for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11 th Street and on 11 th Street from White to Elm Street SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type HMA Pavement Milling and Resurfacing on US52 White City Manager Memo Street-NNM Memo Staff Memo Staff Memo Resolution Resolutions Bid Tabulation Supporting Documentation THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Phase 3 — HMA Pavement Milling and Resurfacing Project US52 White Street (9�h to 11�h) and 11�h Street (White to Elm) lowa DOT Project No. NHSN-052-2 (141)-2R-31 CIP 2502274, 7101335, 7202274, 7401405 DATE: May 31 , 2018 Sealed bids were received for the Hot Mix Asphalt (HMA) Pavement Milling and Resurfacing Project on US52 White Street from 9�h to 11�h Street and on 11�h Street from White to Elm Street. Assistant City Engineer Bob Schiesl recommends award of the construction contract to the low bidder, Eastern lowa Excavating & Concrete, in the amount of$663,771.22, subject to the concurrence of the lowa Department of Transportation. The bid of$663,771.22 is 32.3% ($162,000.00) over the estimate of probable cost. Based on the fact that the two lowest bidders were very cost competitive and considering the availability of local contractors that are capable of completing such a project; and taking into consideration the current market vulnerability of petroleum modified oils that are used in the manufacturing of Hot Mix Asphalt, Engineering staff is not confident that rejecting and rebidding the project would result in a lower project cost. Through the cooperative agreement, the lowa DOT will be responsible for the eligible construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) and 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street) in the amount of $233,444.00. The City will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the costs for curb and sidewalk replacement, underground utility work, 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street) and landscape restoration. All other associated costs, such as engineering design, contract administration, construction engineering and inspection will be funded solely with City funding. Funds have been identified to cover this project. I concur with the recommendation and respectfully request Mayor and City Council approval. L�c��t�t � t �4C��zc.v,.. Mic ael C. Van Milligen'�' MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer 2 THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 7A13 2017 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Phase 3 - HMA Pavement Milling and Resurfacing Project US52 White Street (9�h to 11�h) and 11�h Street (White to Elm) lowa DOT Project No. NHSN-052-2 (141)--2R-31 CIP 2502274, 7101335, 7202274, 7401405 DATE: May 30, 2018 INTRODUCTION The attached resolution authorizes the award of the construction contract for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street. BACKGROUND The HMA Milling and Resurfacing Project on US52 White Street and 11th Street is the 3rd phase of a 4-phase project that is a joint partnership between the City and the lowa Department of Transportation (lowa DOT). The scope of the multi-year joint pavement rehabilitation project includes the following: • Phase 1 - Central Ave (21 st to 32nd) Pavement Rehab Project (completed in 2011) • Phase 2 -White Street (11th to 21st) Pavement Rehab Project (completed in 2014) • Phase 3 -White (9th to 11th), 11th (White to Elm) Pavement Rehab (construction in 2018) • Phase 4 - Central Ave (9th to 21st) Pavement Rehab Project (construction in 2019) DISCUSSION The Phase 3 - HMA Milling and Resurfacing Project on US52 White Street and 11th Street will provide for the following improvements: • Pavement milling on White Street, from 9�h to 11th Street and 11�h Street from White Street to Elm Street. • Transverse and longitudinal joint repair as needed. • Pavement sub-base repair and patching as needed. • Hot mix asphalt (HMA) resurfacing of both thru lanes and parking areas. • Spot curb, driveway, and sidewalk replacement. • Storm sewer improvements. • Water main replacement. • Installation of ADA pedestrian access curb ramps (4 total). Through the cooperative agreement, the lowa DOT will be responsible for the eligible construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) and 50°k of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street). The City will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the costs for curb and sidewalk replacement, underground utility work, 50°k of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street) and landscape restoration. All other associated costs, such as engineering design, contract administration, construction engineering and inspection will be funded solely with City funding. BID RESULTS On May 24, 2018, the City received bids for Phase III of the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street. The bids received are summarized as follows: Contractor Name Total Bid Eastern lowa Excavating & Concrete $663,771 .22 McDermott Excavating $667,184.41 Tschiggfrie Excavating, Co. $792,922.17 Eastern lowa Excavating & Concrete of Cascade, IA, submitted the low bid in the amount of$663,771 .22. This amount is 32.3°k over the estimate of probable cost. Staff has reviewed the lowest responsive bid, which is approximately $162,000 over the estimated cost. Of the three (3) bids received, there is only a $3,413.19 difference between the two (2) lowest bids which indicates competitive and equitable bids. Additionally, the most significant cost differential was in the roadway rehabilitation related items. The cost of the hot mix asphalt (HMA) related items was approximately $81 ,000 over the estimated cost. Staff inquired with HMA industry professionals and have been advised that the market cost of petroleum modified oils that are used in the manufacturing of asphalt have steadily increased over the past 30-45 days. Industry professionals are not surprised by the rise in cost and expect to see asphalt construction costs continue to increase, which is also validated by the increased consumer cost for gasoline and diesel fuels. The traffic control item was approximately $30,000 over the estimated cost. Staff has been informed that the additional cost is primarily related to the quantity of specialty detour and directional signage that will be required for the specified highway detours which will occur during the multiple stages of construction. The traffic control contractor will need to purchase new signage material and fabricate a considerable number of custom specialty detour and directional signage specific for this project. The contractor's mobilization item was approximately $27,500 over the estimated cost. The mobilization item was probably under estimated based on the tight working constraints and the limited availability for contractors to stage their equipment during construction while maintaining traffic and local access at all times. Staff anticipates that there will be 5-7 contractors that will each have to mobilize their respective equipment and work force multiple times throughout the various stages of construction. It is anticipated that the general contractor and subcontractors each included a mobilization cost which is reflected in the higher mobilization line item cost. Although the 2018 construction season is just getting started, the regional construction market is thriving, and local contractors are filling up their schedules for this season. This is starting to impact the availability of contractors that are capable of completing larger projects and / or taking on the additional contracted work. As the availability of contractors tightens, this will start to impact the competitive bidding market and construction costs will increase. RECOMMENDATION Based on the fact that the two (2) lowest bidders were very cost competitive and considering the availability of local contractors that are capable of completing such a project; and taking into consideration the current market vulnerability of petroleum modified oils that are used in the manufacturing of HMA, staff is not confident that rejecting and rebidding the project would result in a lower project cost. I recommend awarding the contract for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street to Eastern lowa Excavating & Concrete, of Cascade, IA, in the amount of $663,771 .22, subject to the concurrence of the lowa DOT. BUDGETIMPACT The estimate of probable cost for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street is as follows: Description Revised qWard Estimate Construction $ 501 ,610.00 $ 663,771 .22 Contingency 50,200.00 50,200.00 Engineering Design and Administration 93,800.00 93,800.00 Total Construction Cost Estimate S 645.610.00 S 807.771.22 The construction estimate was revised during the bidding process as a result of a pre-bid addendum that was issued to adjust some quantities related to HMA items. The project funding summary is as follows: CIP Fundinq Source Amount 2502274 lowa DOT Funding $ 233,444.39 2502274 Hwy 52 -White Street / 11 th Street Pavement Rehab 408,345.83 7202274 Storm Sewer/ Intake Improvement 92,626.00 7101335 Sanitary Manhole Replacement 4,400.00 7401405 Water Main Replacement 68,955.00 Total Project Funding S 807.771.22 ACTION TO BE TAKEN The City Council is requested to award the construction contract for the HMA Pavement Milling and Resurtacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street through adoption of the attached resolution, to Eastern lowa Excavating & Concrete, in the amount of $663,771 .22, subject to the concurrence of the lowa DOT. Prepared by: Bob Schiesl, Assistant City Engineer cc: Greg Doeden, Civil Engineer Jenny Larson, Alexis Steger, Budget Department Deron Muehring, Civil Engineer Denise Ihrig, Brant Schueller, Water Department Ken Yanna, lowa DOT F:\PROJECTS\HWY 52-White 9th-11th and 11th White-Elm\Council &Staff DocumentsWward RESOLUTION NO. 178-18 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE HMA PAVEMENT MILLING AND RESURFACING PROJECT ON US52 WHITE STREET FROM 9TH TO 11TH STREET AND ON 11TH STREET FROM WHITE TO ELM STREET NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Whereas, sealed proposals have been submitted by contractors for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street, (the Project) pursuant to Resolution No. 133-18 and Notice to Bidders published on the City of Dubuque, Iowa website and plan room service with statewide circulation on the 11th day of May 2018. Whereas, said sealed proposals were opened and read on the 24th day of May 2018 and it has been determined that Eastern Iowa Excavating & Concrete, LLC out of Cascade, IA with a bid in the amount of $663,771.22 is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Eastern Iowa Excavating & Concrete, LLC and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, adopted and approved this 4th day of June 2018. Attest: Keen S. Ffrnstah CMG; City Clerk Roy D. Buol, Mayor THE CITY OF PROJECT NAME: HMA Pavement Milling and Resurfacing Project ��� � BID DATE: May 24,2018 BIDDER: BIDDER: BIDDER: US52 White Street(9th to 11th)and 11th Street(White to Elm) Eastern lowa Excavating McDermott Excavating Tschiggfrie Exc.Co. lowa DOT Project No.NHSN-52-2(141)--2R-31 Mc�sterpiece on the Mississippi BID ITEM BID ITEM DESCRIPTION UNIT ESTIMATE ESTIMATE ESTIMATE NUMBER REF CODE QUANTITY UNIT COST COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST ROADWAYITEMS 0010 2101-0850002 Clearing&Grubbing UNIT 13.50 $ 23.15 $ 312.53 $ 82.25 $ 1,110.38 $ 60.00 $ 810.00 $ 29.90 $ 403.65 0020 2102-0425070 Special Backfill TON 1,240.00 $ 18.50 $ 22,940.00 $ 18.25 $ 22,630.00 $ 18.00 $ 22,320.00 $ 23.80 $ 29,512.00 0030 2105-8425005 Topsoil,Furnish&Spread CY 10.00 $ 20.70 $ 207.00 $ 60.00 $ 600.00 $ 80.00 $ 800.00 $ 29.30 $ 293.00 0040 2212-0475095 Cleaning and Preparation of Base MILE 029 $ 858.50 $ 248.97 $ 14,000.00 $ 4,060.00 $ 10,500.00 $ 3,045.00 $ 12,000.00 $ 3,480.00 0050 2212-5070310 Patch,Full-Depth Repair SY 150.00 $ 102.56 $ 15,384.00 $ 90.00 $ 13,500.00 $ 100.00 $ 15,000.00 $ 93.30 $ 13,995.00 0060 2212-5075001 Hot Mix Asphalt Surface Patches TON 10.00 $ 220.50 $ 2,205.00 $ 625.00 $ 6,250.00 $ 525.00 $ 5,250.00 $ 601.00 $ 6,010.00 0070 2214-5145150 Pavement Scarification SY 6,590.00 $ 2.00 $ 13,180.00 $ 1.90 $ 12,521.00 $ 5.81 $ 38,287.90 $ 6.65 $ 43,823.50 0080 2303-0000100 HMA Commercial Mix(Includes Asphalt Binder),As Per Plan TON 35.00 $ 121.25 $ 4,243.75 $ 170.00 $ 5,950.00 $ 157.50 $ 5,512.50 $ 180.00 $ 6,300.00 0090 2303-0002380 HMA Interlayer Base Course,3/8 IN.Mix TON 430.00 $ 37.00 $ 15,910.00 $ 55.00 $ 23,650.00 $ 52.00 $ 22,360.00 $ 59.40 $ 25,542.00 0100 2303-1041500 HMA HT,Base Course,1/2-IN.Mix TON 284.00 $ 30.00 $ 8,520.00 $ 80.00 $ 22,720.00 $ 75.25 $ 21,371.00 $ 86.10 $ 24,452.40 0110 2303-1042500 HMA HT,Internediate Course,1/2 IN.Mix TON 625.00 $ 40.20 $ 25,125.00 $ 62.00 $ 38,750.00 $ 59.00 $ 36,875.00 $ 67.50 $ 42,187.50 0120 2303-1043500 HMA HT,Surface Course,1/2-IN.Mix,NO SPECIAL FRIC REQ TON 625.00 $ 40.20 $ 25,125.00 $ 62.00 $ 38,750.00 $ 59.00 $ 36,875.00 $ 67.50 $ 42,187.50 0130 2303-1258284 Asphalt Binder,PG 58-28H,High Traffic TON 92.04 $ 430.75 $ 39,64623 $ 625.00 $ 57,525.00 $ 582.75 $ 53,636.31 $ 668.00 $ 61,482.72 0140 2303-1258346 Asphalt Binder,PG 58-34E,Extremely High Traffic TON 34.40 $ 453.00 $ 15,58320 $ 650.00 $ 22,360.00 $ 607.00 $ 20,880.80 $ 695.00 $ 23,908.00 0150 2303-6911000 HMA Pavement Samples LS 1.00 $ 3,040.50 $ 3,040.50 $ 3,500.00 $ 3,500.00 $ 3,300.00 $ 3,300.00 $ 3,600.00 $ 3,600.00 0160 2506-4984000 Flowable Mortar CY 2.05 $ 162.00 $ 332.10 $ 350.00 $ 717.50 $ 175.00 $ 358.75 $ 244.00 $ 500.20 0170 2510-6745850 Removal of Pavement SY 1,105.00 $ 7.00 $ 7,735.00 $ 15.00 $ 16,575.00 $ 12.00 $ 13,260.00 $ 13.50 $ 14,917.50 0180 2511-6745900 Removal of Sidewalk SY 150.00 $ 8.95 $ 1,342.50 $ 9.50 $ 1,425.00 $ 15.00 $ 2,250.00 $ 11.20 $ 1,680.00 0190 2511-7526004 Sidewalk,PCC,4-IN. SY 95.00 $ 45.50 $ 4,322.50 $ 49.50 $ 4,702.50 $ 63.00 $ 5,985.00 $ 45.30 $ 4,303.50 0200 2511-7526006 Sidewalk,PCC,6-IN. SY 20.00 $ 48.10 $ 962.00 $ 80.00 $ 1,600.00 $ 74.00 $ 1,480.00 $ 48.60 $ 972.00 0210 2511-7528101 Detectable Warnings SF 52.00 $ 38.00 $ 1,976.00 $ 36.50 $ 1,898.00 $ 50.00 $ 2,600.00 $ 39.10 $ 2,033.20 0220 2512-1725256 Curb and Gutter,P.C.Concrete,2.5 FT. LF 565.00 $ 26.30 $ 14,859.50 $ 22.50 $ 12,712.50 $ 40.00 $ 22,600.00 $ 33.80 $ 19,097.00 0230 2513-0001040 Concrete Barrier,BA-104 LF 250.00 $ 85.00 $ 21,250.00 $ 1.00 $ 250.00 $ 1.00 $ 250.00 $ 1.20 $ 300.00 0240 2515-2475006 Driveway,P.C.Concrete,6 IN. SY 100.00 $ 49.50 $ 4,950.00 $ 48.50 $ 4,850.00 $ 69.00 $ 6,900.00 $ 48.60 $ 4,860.00 0250 2515-6745600 Removal of Paved Driveway SY 100.00 $ 8.65 $ 865.00 $ 13.00 $ 1,300.00 $ 14.00 $ 1,400.00 $ 16.60 $ 1,660.00 0260 2527-9263109 Painted Pavement Marking,Waterborne or Solvent-Based STA 53.72 $ 20.00 $ 1,074.40 $ 72.00 $ 3,867.84 $ 70.00 $ 3,760.40 $ 78.20 $ 4,200.90 0270 2528-8445110 Traffic Control LS 1.00 $ 20,000.00 $ 20,000.00 $ 48,000.00 $ 48,000.00 $ 45,700.00 $ 45,700.00 $ 52,300.00 $ 52,300.00 0280 2528-8445113 Flaggers EACH 2O.00 $ 465.00 $ 9,300.00 $ 462.00 $ 9,240.00 $ 486.00 $ 9,720.00 $ 556.00 $ 11,120.00 0290 2533-4980005 Mobilization LS 1.00 $ 22,500.00 $ 22,500.00 $ 50,000.00 $ 50,000.00 $ 43,250.00 $ 43,250.00 $ 62,700.00 $ 62,700.00 0300 2601-2639010 Sodding SQ 4.90 $ 55.00 $ 269.50 $ 450.00 $ 2,205.00 $ 300.00 $ 1,470.00 $ 331.00 $ 1,621.90 0310 2601-2643110 Watering for Sod,Special Ditch Control or Slope Protection MGAL 5.00 $ 60.00 $ 300.00 $ 300.00 $ 1,500.00 $ 310.00 $ 1,550.00 $ 337.00 $ 1,685.00 0320 2602-0000312 Perimeter and Slope Sediment Control Device,12 IN.DIA. LF 200.00 $ 3.50 $ 700.00 $ 4.80 $ 960.00 $ 5.00 $ 1,000.00 $ 7.20 $ 1,440.00 0330 2602-0000350 Removal of Perimeter and Slope Sediment Control Device LF 200.00 $ 0.75 $ 150.00 $ 2.00 $ 400.00 $ 3.00 $ 600.00 $ 1.20 $ 240.00 0340 2599-9999005 Water Valve Fixture,Adjustment EACH 17.00 $ 490.00 $ 8,330.00 $ 375.00 $ 6,375.00 $ 400.00 $ 6,800.00 $ 386.00 $ 6,562.00 0350 2599-9999005 Epoxy Coated Deformed Tie Bar,5/8-Inch,24" EACH 220.00 $ 6.45 $ 1,419.00 $ 4.00 $ 880.00 $ 6.00 $ 1,320.00 $ 18.20 $ 4,004.00 0360 2599-9999009 PCC Barrier Curb,6"Wide LF 75.00 $ 33.35 $ 2,50125 $ 30.50 $ 2,287.50 $ 55.25 $ 4,143.75 $ 48.50 $ 3,637.50 0370 2599-9999009 Sawcut,Full-Depth,HMA,Concrete&HMA/Concrete Composite Pave LF 1,940.00 $ 1.85 $ 3,589.00 $ 4.00 $ 7,760.00 $ 4.75 $ 9,215.00 $ 3.60 $ 6,984.00 0380 2599-9999009 Milling Transverse Joints LF 385.00 $ 12.85 $ 4,94725 $ 18.00 $ 6,930.00 $ 16.50 $ 6,352.50 $ 18.80 $ 7,238.00 0390 2599-9999009 Milling Longitudinal Joints LF 280.00 $ 11.40 $ 3,192.00 $ 23.00 $ 6,440.00 $ 14.75 $ 4,130.00 $ 16.80 $ 4,704.00 0400 2599-9999010 SafetyWedgeCut LS 1.00 $ 935.00 $ 935.00 $ 1,350.00 $ 1,350.00 $ 1,155.00 $ 1,155.00 $ 1,300.00 $ 1,300.00 0410 2599-9999010 Milling Mobilization LS 1.00 $ 4,960.00 $ 4,960.00 $ 3,500.00 $ 3,500.00 $ 5,555.00 $ 5,555.00 $ 6,400.00 $ 6,400.00 0420 2599-9999014 Remove,Salvage&Replace Brick Pavers SF 50.00 $ 23.40 $ 1,170.00 $ 30.00 $ 1,500.00 $ 29.00 $ 1,450.00 $ 60.10 $ 3,005.00 0430 2599-9999018 Decorative Concrete Sidewalk,6 IN.,Reverse Mix SY 53.00 $ 70.00 $ 3,710.00 $ 96.00 $ 5,088.00 $ 121.00 $ 6,413.00 $ 55.40 $ 2,936.20 0440 2599-9999020 HMA Joint Repair,3"Depth(Ma�c.) TON 25.00 $ 111.15 $ 2,778.75 $ 175.00 $ 4,375.00 $ 157.50 $ 3,937.50 $ 180.00 $ 4,500.00 0450 2599-9999020 3"Breaker Run Macadam TON 150.00 $ 21.50 $ 3,225.00 $ 23.50 $ 3,525.00 $ 25.00 $ 3,750.00 $ 26.00 $ 3,900.00 ROADWAY SUBTOTAL: $ 345,316.92 $ 486,09022 $ 504,679.41 $ 567,979.17 5/31/2018 Page 1 of 2 THE CITY OF PROJECT NAME: HMA Pavement Milling and Resurfacing Project ��� � BID DATE: May 24,2018 BIDDER: BIDDER: BIDDER: US52 White Street(9th to 11th)and 11th Street(White to Elm) Eastern lowa Excavating McDermott Excavating Tschiggfrie Exc.Co. lowa DOT Project No.NHSN-52-2(141)--2R-31 Mc�sterpiece on the Mississippi BID ITEM BID ITEM DESCRIPTION UNIT ESTIMATE ESTIMATE ESTIMATE NUMBER REF CODE QUANTITY UNIT COST COST UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST TOTAL COST STORM SEWER ITEMS 0460 2435-0600010 Manhole Adjustment,Minor EACH 14.00 $ 1,040.00 $ 14,560.00 $ 1,300.00 $ 18,200.00 $ 675.00 $ 9,450.00 $ 662.00 $ 9,268.00 0470 2503-0114215 Storm SWR,G-Main,Trenched,RCP,15 IN. LF 50.00 $ 67.10 $ 3,355.00 $ 84.00 $ 4,200.00 $ 65.00 $ 3,250.00 $ 84.30 $ 4,215.00 0480 2503-0114236 Storm SWR,G-Main,Trenched,RCP,36 IN. LF 315.00 $ 131.60 $ 41,454.00 $ 136.00 $ 42,840.00 $ 116.00 $ 36,540.00 $ 203.00 $ 63,945.00 0490 2503-0200036 Remove Storm Sewer Pipe Less Than or Equal to 36 IN. LF 60.00 $ 21.35 $ 1,281.00 $ 42.85 $ 2,571.00 $ 32.00 $ 1,920.00 $ 53.40 $ 3,204.00 0500 2510-6750600 Removal of Intakes and Utility Accesses EACH 4.00 $ 695.00 $ 2,780.00 $ 885.00 $ 3,540.00 $ 550.00 $ 2,200.00 $ 539.00 $ 2,156.00 0510 2435-0140160 Manhole,Storm Sewer,SW-401,60 IN. EACH 2.00 $ 5,563.00 $ 11,126.00 $ 5,950.00 $ 11,900.00 $ 8,700.00 $ 17,400.00 $ 5,700.00 $ 11,400.00 0520 2435-0140172 Manhole,Storm Sewer,SW-401,72 IN. EACH 1.00 $ 8,945.00 $ 8,945.00 $ 6,800.00 $ 6,800.00 $ 8,900.00 $ 8,900.00 $ 8,000.00 $ 8,000.00 0530 2435-0140300 Manhole,Storm Sewer,SW-403 EACH 1.00 $ 9,140.00 $ 9,140.00 $ 7,200.00 $ 7,200.00 $ 14,500.00 $ 14,500.00 $ 31,900.00 $ 31,900.00 0540 2599-9999005 Intake101-B EACH 2.00 $ 2,088.00 $ 4,176.00 $ 2,850.00 $ 5,700.00 $ 3,750.00 $ 7,500.00 $ 3,600.00 $ 7,200.00 0550 2599-9999005 Intake 101-B,Construct New Concrete Top EACH 1.00 $ 1,433.00 $ 1,433.00 $ 1,375.00 $ 1,375.00 $ 1,500.00 $ 1,500.00 $ 1,000.00 $ 1,000.00 STORMSEWERSUBTOTAL: $ 98,250.00 $ 104,326.00 $ 103,160.00 $ 142,288.00 SANITARY SEWER ITEMS 0560 2435-0130148 Manhole,Sanitary Sewer,SW-301,48 IN. EACH 1.00 $ 5,015.00 $ 5,015.00 $ 4,400.00 $ 4,400.00 $ 5,900.00 $ 5,900.00 $ 6,100.00 $ 6,100.00 I SANITARYSEWERSUBTOTAL: $ 5,015.00 $ 4,400.00 $ 5,900.00 $ 6,100.00 WATER MAIN ITEMS 0570 2554-0112006 Water Main,Trenched,Ductile Iron Pipe(DIP),6 IN. LF 20.00 $ 66.15 $ 1,323.00 $ 110.00 $ 2,200.00 $ 43.00 $ 860.00 $ 102.00 $ 2,040.00 0580 2554-0112008 Water Main,Trenched,Ductile Iron Pipe(DIP),8 IN. LF 420.00 $ 55.11 $ 23,14620 $ 73.00 $ 30,660.00 $ 69.00 $ 28,980.00 $ 79.70 $ 33,474.00 0590 2554-0112010 Water Main,Trenched,Ductile Iron Pipe(DIP),10 IN. LF 8.00 $ 100.00 $ 800.00 $ 225.00 $ 1,800.00 $ 100.00 $ 800.00 $ 108.00 $ 864.00 0600 2554-0112012 Water Main,Trenched,Ductile Iron Pipe(DIP),12 IN. LF 30.00 $ 76.22 $ 2,286.60 $ 230.00 $ 6,900.00 $ 120.00 $ 3,600.00 $ 117.00 $ 3,510.00 0610 2554-0207006 Valve,Gate,DIP,6 IN. EACH 1.00 $ 1,228.50 $ 1,228.50 $ 1,150.00 $ 1,150.00 $ 925.00 $ 925.00 $ 1,500.00 $ 1,500.00 0620 2554-0207008 Valve,Gate,DIP,8 IN. EACH 4.00 $ 1,261.00 $ 5,044.00 $ 1,550.00 $ 6,200.00 $ 1,255.00 $ 5,020.00 $ 1,800.00 $ 7,200.00 0630 2554-0207010 Valve,Gate,DIP,10 IN. EACH 1.00 $ 2,204.00 $ 2,204.00 $ 2,250.00 $ 2,250.00 $ 1,825.00 $ 1,825.00 $ 2,200.00 $ 2,200.00 0640 2554-0207012 Valve,Gate,DIP,121N. EACH 1.00 $ 1,870.00 $ 1,870.00 $ 2,600.00 $ 2,600.00 $ 2,080.00 $ 2,080.00 $ 3,000.00 $ 3,000.00 0650 2599-9999005 12"x 12"Tee EACH 1.00 $ 650.00 $ 650.00 $ 950.00 $ 950.00 $ 645.00 $ 645.00 $ 1,000.00 $ 1,000.00 0660 2599-9999005 12"x 8"Anchoring Tee EACH 1.00 $ 550.00 $ 550.00 $ 950.00 $ 950.00 $ 600.00 $ 600.00 $ 912.00 $ 912.00 0670 2599-9999005 8"x 8"Anchoring Tee EACH 1.00 $ 450.00 $ 450.00 $ 650.00 $ 650.00 $ 425.00 $ 425.00 $ 754.00 $ 754.00 0680 2599-9999005 8"x 6"Anchoring Tee EACH 1.00 $ 450.00 $ 450.00 $ 650.00 $ 650.00 $ 325.00 $ 325.00 $ 550.00 $ 550.00 0690 2599-9999005 12"-90 DEG Bend EACH 1.00 $ 275.00 $ 275.00 $ 820.00 $ 820.00 $ 525.00 $ 525.00 $ 747.00 $ 747.00 0700 2599-9999005 12"-45 DEG Bend EACH 1.00 $ 275.00 $ 275.00 $ 750.00 $ 750.00 $ 435.00 $ 435.00 $ 651.00 $ 651.00 0710 2599-9999005 10"-45 DEG Bend EACH 1.00 $ 275.00 $ 275.00 $ 475.00 $ 475.00 $ 285.00 $ 285.00 $ 499.00 $ 499.00 0720 2599-9999005 8"-45 DEG Bend EACH 2.00 $ 225.00 $ 450.00 $ 375.00 $ 750.00 $ 200.00 $ 400.00 $ 443.00 $ 886.00 0730 2599-9999005 12"x 10"Reducer EACH 1.00 $ 275.00 $ 275.00 $ 575.00 $ 575.00 $ 300.00 $ 300.00 $ 516.00 $ 516.00 0740 2599-9999005 12"x 8"Reducer EACH 1.00 $ 225.00 $ 225.00 $ 575.00 $ 575.00 $ 310.00 $ 310.00 $ 527.00 $ 527.00 0750 2599-9999005 12"Coupling EACH 1.00 $ 250.00 $ 250.00 $ 725.00 $ 725.00 $ 360.00 $ 360.00 $ 503.00 $ 503.00 0760 2599-9999005 10"Coupling EACH 1.00 $ 250.00 $ 250.00 $ 650.00 $ 650.00 $ 300.00 $ 300.00 $ 505.00 $ 505.00 0770 2599-9999005 8"Coupling EACH 1.00 $ 225.00 $ 225.00 $ 450.00 $ 450.00 $ 225.00 $ 225.00 $ 437.00 $ 437.00 0780 2599-9999005 6"Coupling EACH 1.00 $ 200.00 $ 200.00 $ 375.00 $ 375.00 $ 175.00 $ 175.00 $ 409.00 $ 409.00 0790 2599-9999005 12"Mega Lugs EACH 13.00 $ 250.00 $ 3,250.00 $ 175.00 $ 2,275.00 $ 130.00 $ 1,690.00 $ 353.00 $ 4,589.00 0800 2599-9999005 10"Mega Lugs EACH 7.00 $ 250.00 $ 1,750.00 $ 170.00 $ 1,190.00 $ 120.00 $ 840.00 $ 345.00 $ 2,415.00 0810 2599-9999005 8"Mega Lugs EACH 21.00 $ 225.00 $ 4,725.00 $ 100.00 $ 2,100.00 $ 65.00 $ 1,365.00 $ 288.00 $ 6,048.00 0820 2599-9999005 6"Mega Lugs EACH 3.00 $ 200.00 $ 600.00 $ 95.00 $ 285.00 $ 50.00 $ 150.00 $ 273.00 $ 819.00 WATER MAIN SEWER SUBTOTAL: $ 53,027.30 $ 68,955.00 $ 53,445.00 $ 76,555.00 Total Construction Estimate: $ 501,609.22 Bid Total: $ 663,771.22 Bid Total: $ 667,184.41 Bid Total: $ 792,922.17 5/31/2018 Page 2 of 2 %Under/Over 32.3% %Under/Over 33.0% %Under/Over 58.1% C3I0wAD0T SMARTER I SIMPLER I CUSTOMER DRIVEN July 9, 2018 www.iowadot.gov District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 1 Fax (319) 364-9614 1 Email: jim.schnoebelen@iowadot.us The Honorable Roy D. Buol Attn: Robert Schiesl, P.E. Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSN-052-2(141)--2R-31 City of Dubuque Dubuque County Agreement 2018-16-251 Staff Action No. S-2018-0877 SUBJECT: Agreement 2018-16-251 FULLY EXECUTED (HMA resurfacing on US 52 (White Street) from 9th Street to 11th Street and on 1 1th Street from White Street to Elm Street. The project provides for pavement patching, pavement scarification, HMA resurfacing, pavement markings, and ADA pedestrian curb ramp construction) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2018-16-251 between the city of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves: HMA resurfacing on US 52 (White Street) from 9th Street to 1 lth Street and on 1 lth Street from White Street to Elm Street. The project provides for pavement patching, pavement scarification, HMA resurfacing, pavement markings, and ADA pedestrian curb ramp construction. Thank you for your cooperation in the processing of this agreement. JRS/hmb Enclosure: Agreement 2018-16-251 cc: Deanne Popp Patricia Jacobs Sincerely, 9. klicataa, James. R. Schnoebelen, P. E. District 6 Engineer co r CD 0 m C� March 2010 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Protect County Dubuque City Dubuque Project No. NHSN-052-2(141)--2R-31 Iowa DOT Agreement No. 2018-16-251 Staff Action No. S-2018-0877 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 LPA proposes to establish or make improvements to U.S. 52 within Dubuque County, Iowa; and The LPA and the DOT 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 LPA 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 wilting to the DOT's and/or the LPA's contact person. The DOT's contact person shall be Tom Storey, District Staff Engineer. The LPA's contact person shall be Bob Schiesl, Assistant City Engineer. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Hot Mix Asphalt (HMA) resurfacing on U.S. 52 (White Street) from 9th Street to 11th Street and on 11th Street from White Street to Elm Street. The project provides for pavement patching, pavement scarification, HMA resurfacing, pavement markings, and ADA pedestrian curb ramp construction (see Exhibit A for location). d. For the resurfacing and rehabilitation work on 11th Street the DOT will be responsible only for the northbound U.S. 52 (north 12 -foot) travel lane. 2. Project Costs a. The LPA will be responsible for 100% of sanitary sewer costs. b. The LPA will be responsible for 100% of water main costs. 2018-16-251_Dubuque 1 March 2010 c. The LPA will be responsible for all storm sewer costs except for adjustment of existing fixtures to the finished grade. d. The Iowa DOT will be responsible for the construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) on U.S. 52 (White Street) and the west bound 12 feet center travel lane on 11th Street (NB U.S. 52) and 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street). e. The LPA will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the east bound 12 feet center travel lane on 11th Street. The LPA will also be responsible for the costs for curb and sidewalk replacement, 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street) and landscape restoration. f. All costs for engineering design, contract administration, construction engineering and inspection will be funded solely with LPA funding. g. The LPA will be responsible for its share of the lump sum items. The LPA's share will be determined by the estimated LPA project cost expressed as a percentage of the estimated total project cost and for Flaggers the item quantity will be shared equally between the LPA and DOT (see Exhibit B). h. The total cost of construction is estimated at $663,771. The DOT shall contribute an estimated $227,063 toward the project as shown on Exhibit B. The amount paid by the DOT upon completion of construction and proper billing by the LPA will be determined by the actual quantities in place and the accepted bid at the contract letting. i. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement. 3. Environmental, Right -of -Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Right to Occupy and/or Perform Work Within the Right -of -Way, Permit of Access, Utility Accommodation, Right to Install and Maintain Traffic Control Devices, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall be construed as approval of any required permit from the DOT. b. The LPA shall obtain all project permits and / or 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, or other State or Federal agencies as may be required. c. If there is a railroad crossing within or near the project work area, the LPA shall obtain the necessary approvals or agreements from the railroad to allow the proposed work to be completed on or around the railroad crossing and / or right-of-way. d. If the project requires utility relocations, subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities, including but not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of 2018-16-251_Dubuque 2 March 2010 the project and the clear zone. All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. e. 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. 4. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the State of Iowa. c. All proposed highway or street improvements shall be designed using good engineering judgment and the American Association of State Highway and Transportation Officials (AASHTO) "Policy on Geometric Design of Highways and Streets", (latest edition). d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and Highways", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa Administrative Code, Chapter 130. 5. Bid Letting a. The LPA shall submit the plans, specifications, and all other contract documents for review and approval prior to letting by the LPA. The project may be submitted for letting in phases, in the order of preference as determined by the LPA. The DOT shall review said submittal(s) recognizing the LPA's development schedule and shall, after satisfactory review, authorize in writing the LPA to proceed with implementation of the project. b. For portions of the project let to bid, the LPA shall conduct the project bid letting in compliance with applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a good faith effort to get at least three (3) bidders, hold a public letting and award contracts for the project work. DOT concurrence in the award must be obtained prior to the award. The LPA shall provide the DOT file copies of project letting documents within five (5) days after letting. c. The LPA 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 LPA shall be responsible for obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The LPA shall issue these certificates to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. d. The LPA shall be the contracting authority. 6. Construction & Maintenance a. The LPA shall be responsible for the daily inspection of the project, including the compilation of a daily log of materials, equipment, and labor used on the project. 2018-16-251_Dubuque 3 March 2010 b. The LPA shall comply with the procedures and responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction Manual. If requested, the DOT may be able to perform some testing services. If performed, the DOT will bill the LPA for testing services according to its normal policy. c. The work on this project shall be in accordance with the approved plans and specifications. Any substantial modification of these plans and specifications must be approved by the DOT prior to the modification being put into effect. d. 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. e. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be removed 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. f. 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 (except service connections), 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. g. General Parking Requirements: i. On primary highways at signalized intersections, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic -control signal and a distance of 20 feet beyond the far sidewalk. At non -signalized intersections, parking will be prohibited 55 feet in advance of the near sidewalk and 22 feet beyond the far sidewalk. ii. On minor side streets controlled with stop signs, with two through lanes and two parking lanes (parallel or diagonal), parking will be prohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a distance of 35 feet beyond the far sidewalk. On minor side streets controlled with stop signs, with four through lanes and two parallel or diagonal parking lanes, parking will be prohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a distance of 20 feet beyond the far sidewalk. iii. On minor side streets with traffic control signals, with two through lanes and two parallel parking lanes, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic signal and a distance of 35 feet beyond the far sidewalk. On minor side streets with four through lanes and parallel or diagonal parking lanes, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic signal and a distance of 20 feet beyond the far sidewalk. iv. If not already covered by an existing ordinance, the parking restrictions listed above will be outlined in a new ordinance which will be enacted by the LPA. The new ordinance would go into effect no later than such time as the project is completed and opened to through traffic. Parking shall be prohibited along U.S. 52, within the project limits 2018-16-251_Dubuque 4 March 2010 h. 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. i. After the project construction is complete and prior to final acceptance of the project by the DOT, the LPA shall furnish three sets of "as -built" plans to the DOT's contact person. j. 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. 7. Traffic Control a. U.S. 52 through -traffic will be detoured at various times during the construction. b. The LPA will temporarily close the highway project area by formal action in accord with Iowa Code section 306.41. U.S. 52 through traffic will be detoured off of the project at the LPA expense. The LPA will erect and maintain signs within its jurisdiction, consistent with Part 6 of the "Manual on Uniform Traffic Control Devices", as necessary to direct traffic to and along said detour route during the construction period. The LPA will also remove said signs when the detour is discontinued. Details will be shown on the traffic control sheet(s) within the project plans. The provisions of Iowa Code sections 313.28 and 313.29 do not apply, therefore the DOT will not compensate the LPA for any damages caused to the detour route. Any and all repairs made necessary because of the detour shall be completed at the cost of the LPA. c. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761 Iowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 8. Payments and Reimbursements a. The LPA shall be responsible for making initial payments for all project costs incurred in the development and construction of the project. After payments have been made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs. The DOT may withhold up to 5% of the Federal and / or State share of construction costs, either by state warrant or by crediting other accounts from which payment may have been initially made. If upon final audit, the DOT determines the LPA has been overpaid, the LPA shall reimburse the overpaid amount to the DOT. After the final audit or review is complete and after the LPA has provided all required paperwork, the DOT will release the Federal or State funds withheld. c. Upon completion of the project, 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 plans and specifications set out in this agreement. Final reimbursement of State and / or Federal funds shall be made only after the DOT accepts the project as complete. 2018-16-251_Dubuque 5 March 2010 9. General Provisions a. The LPA shall maintain records, documents, and other evidence in support of the work performed under the terms of this agreement. 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 and / or the Federal Highway Administration (FHWA), or their designees at all reasonable times.. The LPA shall provide copies of said records and documents to the DOT upon request. The LPA shall also require its contractors to permit authorized representatives of the DOT and / or the FHWA to inspect all work materials, records, and any other data with regard to agreement related costs, revenues and operating sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final amendment / modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will notify the LPA of the record retention date. b. In accordance with Iowa Code Chapter 216, the LPA 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. c. The LPA shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small Business (TSB) enterprises as consultants or contractors and ensure that the consultants or contractors make positive efforts to utilize these enterprises as subconsultants, subcontractors, suppliers or participants in the work covered by this agreement. Efforts shall be made and documented in accordance with Exhibit C which is attached hereto and by this reference incorporated into this agreement. d. The LPA 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, inspection, or use of this project. 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. 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 (all) 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. The DOT and the LPA 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 may be executed in (two) counterparts, each of which so executed will be deemed to be an original. 2018-16-251_Dubuque 6 March 2010 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. IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2018-16-251 as of the date shown opposite its signature below. CITY OF DUBU UE: By: Date June 28 2018. Title: Mayo 1 Kevin S. Firnstahl Roy D. B u o 1 who signed said Agreement for and on behalf of the , certify that I am the Clerk of the City, and that City was duly authori ed to execute the same on the 2 8 t 1"day of June 2018 Signed: City.' Jerk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: ,L �e'.k BY : G _ � 9 Q-. Date 71° j , 201st. � mes R. Schnoebelen District Engineer District 6 2018-16-251_Dubuque 7 March 2010 EXHIBIT A NHSN-052-2(141)--2R-31, Dubuque County, City of Dubuque HMA Resurfacing On US 52 in Dubuque (on White St. from 9th St. to 11th St. and on 11th St. from White St. to Elm St.) (1 1 Y 01- DUBUQUE PROJECT VICINITY MAP DUBUQUE COUNTY PROJECT LOCATION MAP 2018-16-251_Dubuque 8 City of Dubuque - Engineering Division Project Estimate - Cost Share USING SID TABULATION COSTS PR000CT NAME: HMA Pavement Frilling and Resurfacing Project US52 Wtete Street (9th to 11th) and 11th Street (White to Elm) Iowa DOT Protect No. NHSN-52-2 (141)-2R-31 BID ITEM NUMBER BID ITEM REF CODE DESCRIPTION ROADWAY ITEMS 0010 2101 - 0850002 Clearing & Grubbing UNIT ESTIMATE UNIT COST ESTIMATE QUANTITY LETTING DATE: May 24. 2018 ESTIMATE QUANTITY (STATE) ESTIMATE COST (STATE) ESTIMATE QUANTITY (CITY) EXHIBIT B THECIIYOF Masterpiece on the Mississippi ESTIMATE COST (CITY) ESTIMATE TOTAL COST UNIT $ 82.25 13.50 $ - 13.50 $ 1,110.38 $ 1,110.38 0020 2102- 0425070 Special Backfill TON $ 1825 1240.00 135.00 $ 2,463.75 1,105.00 $ 20.166.25 $ 22,630.00 0030 2105- 8425005 Topsoil, Furnish & Spread CY $ 60.00 10.00 $ - 10.00 $ 600.00 $ 600.00 0040 2212- 0475095 Cleaning and Preparation of Base MILE $ 14,000.00 0.29 0.29 $ 4,060.00 $ - $ 4,080.00 0050 2212-5070310 Patch, Full -Depth Repair SY $ 90.00 150.00 100.00 $ 9,00000 50.00 $ 4,500.00 $ 13500.00 0060 2212- 5075001 Het Ma Asphalt Surface Patches TON $ 825.00 10.00 6.0D $ 3,125.00 5.00 $ 3,125.00 $ 6,250.00 0070 2214-5145150 Pavement Scarification SY $ 1.90 6590.00 2,800.00 $ 5,320.00 3,790.00 $ 7,201.00 $ 12,521.00 0080 2303-0000100 HMA Commercial Mu (Indudes Asphalt Binder), As Per Plan TON $ 170.00 35.00 5.00 $ 850.00 30.00 $ 5,100.00 5 5,950.00 0090 2303- 0002380 HMA htalayer Base Course, 3/81N. Mor TON $ 55.00 430.00 184.52 $ 10,148.60 24548 $ 13501.40 $ 23,650.00 0100 2303-104150) HMA HT, Base Course, 12 -IN. Mu TON $ 80.00 284.00 0.00 $ - 284.00 $ 22720.00 $ 22720.00 0110 23031042500 HMA HT, Intemedate Course, 121N. We TON $ 62.00 625.00 531.63 $ 32,961.06 93.37 $ 5,788.94 $ 38,750.00 0120 2303-1043500 HMA HT,Surface Course, 1/2- W. Ma, NO SPECIAL FRIG REO TON $ 62.00 625.00 531.63 5 32961.06 93.37 $ 5788.94 5 38,750.00 0130 2303- 1258284 Asphalt Binder, PG 58-28H, High Traffic TON $ 625.00 92.04 63.80 $ 39,875.0 2824 $ 17,650.00 $ 57,525.00 0140 2303-1258346 Asphalt Binder, PG 58.34E, Extremely High Traffic TON $ 650.00 3440 14.76 5 9,594.00 19.64 $ 12,788.00 5 22380.00 0150 2303-6911000 HMA Pavement Samples LS $ 3,500.00 100 0.34 $ 1,190.00 0.66 $ 2,310.00 $ 3,500.00 0160 2506-4884000 Flowede Mortar CY $ 350.00 2.05 $ - 2.05 $ 717.50 5 717.50 0170 2510- 6745850 Removal of Pavement SY $ 15.00 1105.00 $ 1,105.00 $ 16575.00 $ 16,575.00 0180 2511- 6745900 Removal of Sidewalk SY $ 9.50 150.00 30.00 $ 785.00 12000 $ 1,140.00 $ 1,425.00 0190 2511-7526004 Sidewalk PCC, 4 -IN. SY $ 4950 95.00 $ 9500 $ 4,702.50 $ 4,702.50 0200 2511-7528006 Sidewalk PCC, 6.1N. SY $ 80.00 20.00 10.00 $ 800.00 10.00 $ 800.00 $ 1,800.00 0210 2511- 7528101 Detectable Wemings SF $ 36.50 52.00 26.00 $ 949.00 26.00 $ 949.00 $ 1,898.00 0220 2512-1725256 Curb and Gutter, P.C. Concrete, 2.5 FT. LF $ 22.50 565.00 $ - 565.00 $ 12712.50 $ 12,712.50 0230 2513- 0001040 Concrete Barrier, BA -104 LF $ 1.00 250.00 125.00 $ 125.00 125.00 $ 125.00 $ 20.00 0240 2515-2475006 Driveway, P.C. Concrete, 61N. SY $ 4850 100.00 100.00 $ 4,850.00 $ 4,850.00 0250 2515- 6745600 Removal of Paved Driveway SY $ 13.00 100.00 $ - 100.00 $ 1,300.00 $ 1,300.00 0260 2527-9263109 Painted Pavement Marking, Waterborne or SoNent - Based STA $ 7200 53.72 26.86 5 1,933.92 26.86 $ 1,933.92 $ 3,887.84 0270 2528-8445110 Traffic Control LS $ 48,000.00 1.00 0.34 $ 16,320.00 0.68 $ 31,680.00 $ 48,000.55 0280 2528-8445113 Rangers EACH $ 48200 20.00 10.00 $ 4,620.00 10.00 $ 4,620.00 $ 9,240.00 0290 2533-4980005 Mobi0m8on LS $ 50.000.00 1.00 0.34 $ 17,000.00 0.66 $ 33000.00 $ 50,000.00 0300 2601 - 2639010 Sodding SO $ 450.00 4.90 $ - 4.90 $ 2,205.00 $ 2,205.00 0310 2501- 2843110 Watering for Sod, Special Ditch Control or Slope Protection MEAL $ 300.00 5.00 $ - 5.00 $ 1,500.00 $ 1,500.00 0320 2802 - 0000312 Perimeter and Slope Sedment Control Device, 121N. DIA LF $ 4.80 200.00 100.00 $ 480.00 100.00 $ 480.00 $ 960.00 0330 2602- 0000350 Removal of Perimeter end Slope Sedment Control Device LF $ 2.00 200.00 100.00 $ 200.00 100.00 $ 200.00 $ 400.00 0340 2599- 9999006 Water Valve Fedora Adjustment EACH $ 375.00 17.00 8.00 $ 2,250.00 11.00 $ 4,125.00 $ 6375.00 0350 2599- 9999005 Epoxy Coated Deformed lie Bar, 5/8 -Inch, 24- EACH $ 4.00 220.00 150.00 $ 600.00 10.00 $ 280.0) $ 85.03 0360 2599- 9999009 PCC Bonier Curb, 6' Wide LF $ 30.50 75.00 $ - 7500 $ 2287.50 $ 2,287.50 0370 2599-9999009 Sawan, Full -Depth, HMA Concrete&HMAIConcrete Composite Pavement LF $ 4.00 1940.00 33500 $ 1,340.00 1,605.5 $ 6,420.00 $ 7,75.00 0380 2599-899805 Wing Transverse Joints LF $ 18.00 385.00 200.00 $ 3,600.00 185.0) $ 3390.00 $ 8,930.00 0390 2599 - 999959 Milling Langitudnal Joints LF $ 23.00 280.00 145.00 $ 9,335.00 135.00 $ 3105.00 $ 6,440.00 2018-16-251_Dubuque City of Dubuque - Engineering Division Project Estimate - Cost Share USING BID TABULATION COSTS PROJECT NAME: HMA Pavement Ailing and Resurfacing Project US52 White Street (9th to 119) and 11th Street (White to Elm) Iowa DOT Project No. NHSN-52-2 (141)-2R-31 LETTING DATE: May 24, 2018 BID ITEM NUMBER BID ITEM REF CODE DESCRIPTION UNIT ESTIMATE UNIT COST ESTIMATE QUANTITY 0400 2599-9999010 0410 2599 - 9999010 Safety Wedge Cut Miffing Mohil®Son LS $ 1,350.00 ESTIMATE QUANTITY (STATE) ESTIMATE COST (STATE) 1.00 0.34 $ 459.00 ESTIMATE QUANTITY (CITY) EXHIBIT 8 THEC11YOF DUB Masterpiece an the Mississippi ESTIMATE COST (CITY) ESTIMATE TOTAL COST 0.66 $ 891.00 $ 1,350.00 LS $ 3,50000 1.00 0.34 $ 1,190.00 0.66 $ 2,310.00 $ 3,500.00 0420 2599- 9998014 Remove. Salvage & Replace Stick Pavers SF $ 30.00 50.00 25.00 $ 750.00 0430 2599- 9999018 Decorative Concrete SSdewelk, 6 N., Reverse Ma SY $ 96.00 53.00 0440 2599- 9998020 HMA Jdnt Repair, 3' Depth ( Max. ) TON $ 175.00 25.00 0450 2599- 9999010 3' &raker Run Macadam TON $ 23.50 150.10 25.00 $ 750.10 $ 1,500.110 18.00 $ 1,728.00 20.00 $ 3,500.00 100.00 $ 2,350.00 ROADWAY SO -Total (State) I $ 215,383.39 I 35.00 $ 3,360.00 $ 6088.00 5.00 $ 875.00 $ 4675.00 50.00 $ 1,175.00 $ 3,525.00 S10 -Total (City) $ 270,726.93 STORM SEWER ITEMS 0460 2435-0600010 EACH $ 1,300.00 14.00 9.00 $ 11,700.0 5.00 $ 6,500.00 $ 18,200.00 0470 2503- 0114215 Storm SWR, G -Main, Trenched RCP, 15 IN. LE $ 84.00 50.00 $ 50.00 $ 4,200.00 $ 4,200.00 0480 2503- 0114236 Stone SWR, GMain, Trenched RCP, 36 N. LF $ 136.00 315.00 $ 315.00 $ 42840.00 $ 42,840.00 0490 2503- 0200036 Remove Stam Sewn Pipe Less Than or Equal to 36 N. LF $ 4285 50.00 $ - 60.00 $ 2,571.00 $ 2571.00 0500 2510- 6750800 Removal of Intakes and Utility Accesses EACH $ 885.00 4.00 $ 0510 2435- 0140160 Manhole, Storm Sewer, SW -401, 6014. EACH $ 5,950.00 2.00 $ 0520 2435- 0140172 Manhole, Stam Sewer, 500401, 721N. EACH $ 9800.00 1.00 0530 2435- 0140300 Manhole, Stam Sewer, SW403 EACH $ 7,200.00 1.00 0540 2599 - 8999005 Intake 101-13 0550 2599 - 9999005 Intake 101-9 Construct New Concrete Top EACH $ 2,850.00 EACH $ 1,375.00 200 4.00 $ 3,540.00 $ 3,540.00 2.00 $ 11,000.00 $ 11,800.00 1.00 $ 9800.00 $ 6,800.00 1 S $ 7,200.00 $ 7,200.00 200 $ 6700.00 $ 9700.00 1.00 STORM SEWER Sb -Total (State) SANITARY SEWER ITEMS 0560 2435-0130148 Manhole, Sanitary Sewer, SW -301, 481N. EACH $ 4,400.00 IS 11,70000I 100 $ 1,375.00 $ 1,375.00 Sub -Total (City) S 92,826.00 1.00 - 1.00 $ 4,400.00 $ 4,400.00 WATER MAIN ITEMS 0570 2554- 0112006 Water Main, Trenched Ductile Iron Pipe (DIP), 6 IN. SANITARY SEWER Sub -Total (Sate) I$ LF $ 110.00 20.00 $ Sub -Total (City) IS 4,400.00 I 20.00 $ 2,200.00 $ 2,200.00 0580 2554- 0112008 Water Main, Trenched Ductile Iron Pipe (DIP), 81N. IF $ 73.00 420.00 $ 0590 2554- 0112010 Water Main, Trenched Ductile Iron Pipe (DIP), 10 N. LF $ 225.00 8.00 $ 0600 2554- 0112012 Water Main, Trenched Ductile Iron Pipe (DIP), 12 N. LF $ 230.00 30.00 $ 420.00 $ 39660.00 $ 30,660.00 8.00 $ 1,800.00 $ 1,800.00 30.00 $ 8,800.00 S 9900.00 0610 2554- 0207006 Valve, Gate, DIP, 6 N. EACH $ 1,150.00 1.00 $ 1.00 $ 1,150.00 $ 1,160.00 0620 2564 - 0207008 Valve, Cate, DIP, a N. EACH $ 1,550.00 4.00 4.00 $ 9200.00 $ 9200.00 0630 2554-0207010 Valve, Gate, DIP, 10 N. EACH $ 9250.00 1.00 $ 1.00 $ 2,250.00 $ 2,250.00 0640 2554 - 0207012 Valve, Gate, DIP, 12 N. EACH $ 2000.00 1.00 $ 0650 2599- 9998005 17x 17 Tee EACH $ 950.00 1.00 $ 0860 2599- 9889005 17x8' Anchoring Tee EACH $ 950.00 1.00 $ 1.00 $ 2,600.00 $ 2,600.00 1.00 $ 950.00 $ 950.00 1.00 $ 950.0D $ 950.00 0670 2599- 9999005 8' x 8' Anchoring Tee EACH $ 650.00 1.00 1.00 $ 650.00 $ 650.00 2018-16-251_Dubuque City of Dubuque - Engineering Division Protect Estimate -Cost Share USING BID TABULATION COSTS PROJECT NAVE: HMA Pavement Mlling and Resurfacing Project US52 White Street (9th to 11th) and 11th Street (White to Elm) Iowa DOT Project No. WISH -52-2 (141)-2R-31 LETTING DATE: May 24, 2018 EXHIBIT B THE CITY OF DUB Masterpiece on the Mississippi BID ITEM NUMBER BID ITEM REF CODE DESCRIPTION UNIT ESTIMATE UNIT COST ESTIMATE QUANTITY ESTIMATE QUANTITY (STATE) ESTIMATE COST (STATE) ESTIMATE QUANTITY (CITY) ESTIMATE COST (CITY) ESTIMATE TOTAL COST 0880 2599- 9999005 8' x 6' Anchoring Tee EACH $ 650.00 1.00 0690 2599 - 9999005 17 - 90 DEG Bend EACH $ 820.00 1.00 0700 2599 - 9999005 17 - 45 DEG Bend EACH $ 750.00 1.00 0710 2599 - 9999005 10'-45 DEG Bend EACH $ 475.00 1.00 0720 2599 - 9999005 8' - 45 DEG Bend EACH $ 375.00 2.00 0730 2599 - 9999005 17 x 10- Reducer EACH $ 575.00 1.00 0740 2599- 9999005 17x8' Reducer EACH $ 575.00 1.00 0750 2599 9999005 17 Coupling EACH $ 725.00 1.00 0760 2599 - 9999005 10' Coupling EACH $ 650.00 1.00 0770 2599 - 9999005 8' Coupling EACH $ 450.00 1.00 0780 2599-9999005 6' Cooping EACH $ 375.00 1.00 0790 2599 - 8899005 17 Mega Lugs EACH $ 175.00 13.00 0800 2599 - 9999005 10' Mega Lugs EACH $ 170.00 7.00 0910 2599 - 9999005 8- Mega Lugs EACH $ 100.00 21.00 0820 2599-9999005 6'Mega Lugs EACH $ 95.00 3.00 WATER NAN 2018-16-251_Dubuque $ - 1.00 $ 650.00 $ 650.00 1.00 $ 820.00 $ 820.00 $ - 1.00 $ 750.00 $ 750.00 $ - 1.00 $ 475.00 $ 475.00 $ - 2.00 $ 750.00 $ 750.00 $ - 1.00 $ 575.00 $ 575.00 $ - 1.00 $ 575.00 $ 575.00 $ - 1.00 $ 725.00 $ 725.00 9 - 1.00 $ 650.00 $ 650.00 $ - 1.00 $ 450.00 $ 450.00 1.00 $ 375.00 $ 375.00 13.00 $ 2,275.00 $ 2,275.00 7.00 $ 1,190.00 $ 1,190.00 21.00 $ 2,100.00 $ 2,100.00 $ 3.00 $ 285.00 $ 285.00 Sub -Total (State) I $ I SIA -Total (City) Total (Stare)1 $ mum* Total (City) Contingency (10%)I $ 22,706.34 1 Contingency (10%) Est Total (State) I $ 249,789.731 Est Total (City) 1 $ 99,95599 1 Is 43&707.931 1$ 43'87079I 1 S 480,378.61 I COST ESTIMATE SUMTMRY Total ColWImctlon Estimate: Contingency (1010) Construction Eng. & Inspection (15%)- Non Participating Total Cost Estimate: I s 663,771.22 I 1 $66,377.121 1 $109,522.251 1 $ 839,070.591