Loading...
IDOT/ HMA US 52/White Street Project Cooperative Agreement Copyrighted June 18, 2018 City of Dubuque Consent Items # 38. ITEM TITLE: Cooperative Funding Agreement for Primary Road Project Phase 3 — HMA Pavement Milling and Resurfacing Project US52 White Street (9th to11 th Sts.) and 11 th Street (White to Elm Sts.) SUMMARY: City Manager recommending authorization for the Mayor to execute the lowa Department of Transportation Cooperative Agreement for Primary Road Project for the Hot Mix Asphalt (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. RESOLUTION Approving the lowa Department of Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2018-16-251)for the Phase 3 - 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 Cooperative Agreement Supporting Documentation THE CITY OF Dubuque � AIFA�erlwGh UB E '�� III► Masterpiece on the Mississippi Z°°'�w'2 7A13 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) Cooperative Funding Agreement for Primary Road Project IOWA DOT Agreement No. 2018-16-251 IOWA DOT Project No. NHSN-052-2 (141)-2R-31 DATE: June 13, 2018 Assistant City Engineer Bob Schiesl recommends City Council authorization for the Mayor to execute the lowa Department of Transportation Cooperative Agreement for Primary Road Project 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. The segment of White Street from 9th to 11th and portions of 11th Street from White to Elm Street are designated US Highway 52 and are under the jurisdiction of the lowa DOT. Per the terms of the cooperative agreement, the lowa 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 White Street, and the west bound 12 feet center travel lane on 11 th Street 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 east bound 12 feet center travel lane on 11 th Street. The City will also be responsible for 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. I concur with the recommendation and respectfully request Mayor and City Council approval. �.I", -" , �k"�����J�� Michael 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) Cooperative Funding Agreement for Primary Road Project lowa DOT Agreement No. 2018-16-251 lowa DOT Project No. NHSN-052-2 (141)--2R-31 DATE: June 12, 2018 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the lowa Department of Transportation (lowa DOT) Cooperative Agreement for Primary Road Project 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 phasing of the multi-year 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) 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 9th to 11th Street and 11th 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). DISCUSSION The segment of White Street from 9th to 11th and portions of 11th Street from White to Elm Street are designated US Highway 52 and are under the jurisdiction of the lowa DOT. Per the terms of the cooperative agreement, the lowa 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 White Street, and the west bound 12 feet center travel lane on 11th Street 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 east bound 12 feet center travel lane on 11th Street. The City will also be responsible for 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. RECOMMENDATION I recommend that the City be authorized to execute the lowa Department of Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2018-16-251) for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11 th Street from White to Elm Street. BUDGETIMPACT On May 24, 2018, the City received bids for the Phase 3 - HMA Pavement Milling and Resurfacing Project and on June 4, 2018 the City Council awarded the construction contract to Eastern lowa Excavating & Concrete in the amount of$663,771 .22. Based on the awarded contract amount, the estimated 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 Cost Construction $ 663,771 .22 Contingency 50,200.00 Engineering Design and Administration 93,800.00 Total Construction Cost Estimate S 807.771.22 The anticipated project funding summary is as follows: CIP Fundinq Source Amount 2502274 lowa DOT Funding $ 227,063.39 2502274 Hwy 52 -White Street / 11 th Street Pavement Rehab 414,726.83 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 The projected lowa DOT cost is based on a 34°k State and 66°k City proportional cost share based on eligible roadway and storm sewer related items. ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and authorize the Mayor to sign the lowa Department of Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2018-16-251) for the Phase 3 - HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to Elm Street. Attach. Prepared by: Robert Schiesl, Assistant City Engineer cc: Greg Doeden, Civil Engineer Jenny Larson, Alexis Steger, Budget Department Ken Yanna, lowa DOT RESOLUTION NO. 187-18 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION COOPERATIVE AGREEMENT FOR PRIMARY ROAD PROJECT (AGREEMENT NO. 2018-16-251) FOR THE PHASE 3 - HMA PAVEMENT MILLING AND RESURFACING PROJECT ON US52 WHITE STREET FROM 9TH TO 11TH STREET AND ON 11TH STREET FROM WHITE TO ELM STREET. Whereas, the City of Dubuque is proceeding with 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; and Whereas, the segment of White Street from 9th to 11th and portions of 11th Street from White to Elm Street are designated US Highway 52 and are under the jurisdiction of the Iowa Department of Transportation; and Whereas, the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to EIm Street, will involve the: milling; transverse and longitudinal joint repair; pavement sub -base repair and patching; HMA resurfacing of both thru lanes and parking areas; spot curb, driveway, and sidewalk replacement; storm sewer improvements; installation of ADA pedestrian ramps; and water main replacement; and Whereas, the Iowa Department of Transportation (Iowa DOT) has authorized the use of State funds for eligible construction costs 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:. Section 1. That said Cooperative Agreement for Primary Road Project (Agreement 2018-16-251) between the City of Dubuque and the Iowa Department of Transportation is hereby approved 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. Section 2. That the Mayor be authorized and directed to execute two copies of Iowa DOT Cooperative Agreement for Primary Road Project (Agreement 2018-16-251) for the HMA Pavement Milling and Resurfacing Project on US52 White Street from 9th to 11th Street and on 11th Street from White to EIm Street. Passed, approved and adopted this 18th day of June, Attest: rnstahl, CIriIC, City Clerk residing Officer March 2010 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Dubuque City Dubuque Project No. NHSN-052-2 141)--2R-31 lowa DOT Agreement No. 2018-16-251 i Staff Action No. This Agreement, is entered into by and between the lowa Department of Transpo hereinafter designated the "DOT", and the city of Dubuque, lowa, a Local Public Agency, hereafter ated the "LPA" in accordance with lowa 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, lowa; and The LPA and the DOT are willing to jointly participate in sai in the manner hereinafter provided; and This Agreement reflects the current concept of this proj 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 loc er tal agency for carrying out the provisions of this agreement. b. All notices required under thi reement II be made in writing to the DOT's and/or the LPA's contact person. The DOT's co ers all be Tom Storey, District Staff Engineer. The LPA's contact person shall be Bob Schi stant City Engineec c. The LPA shall be responsible for the development and completion of the following described primary highway project: Mix Asphalt (HMA) resurfacing on U.S. 52 (White Street) from 9�" Street to 11'h Street and on 1h Street fr White Street to Elm Street. The project provides for pavement patching, pavement rification, A resurtacing, pavement markings, and ADA pedestrian curb ramp construction Exhibit r location). d. For the res cing and rehabilitation work on 11'h 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 lowa 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 11'"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 parking lanes and the east bound 12 feet center travel lane on 11'"Street. The LPA will a sible for the costs for curb and sidewalk replacement, 50% of the costs associated with the p access curb ramps at all the intersection quadrants on U.S. 52 (White Street)and landscape re tion. 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 su ' The LPA's share will be determined by the estimated LPA project cost expressed as a per ge e estimated total project cost and for Flaggers the item quantity will be shared equally een t PA and DOT(see Exhibit B). h. The total cost of construction is estimated at$663,771. OT shall contribute an estimated $227,063 toward the project as shown on Exhibif B. The a t paid by the DOT upon completion of construction and proper billing by the LPA will be determined he actual quantities in place and the accepted bid at the contract letting. i. The �PA will bear all costs except e allocated to the DOT under other terms of this Agreement. 3. Environmental, Right-of-W Permits Other Requirements a. The LPA shall be responsibl r obtaining y necessary permits from the DOT, such as the Right to Occupy and/or PerForm Work in the t-of-Way, Permit of Access, Utility Accommodation, Right to Install and Maintain Tra 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 LP obtain all project permits and/or approvals, when necessary, from the lowa Dep en f Cultural Affairs (State Nistorical Society of lowa; State Historic Preservation Officer), low epartmen Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, or other Sta r Federal ncies as may be required. c. If ther crossing within or near the project work area, the LPA shall obtain the necessary approvals eements 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 alI 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 2015-16-251_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 lowa 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 the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the A 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 improvement . 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 lowa. c. All proposed highway or street improvements shall be gne ing good engineering judgment and the American Association of State Highway and nsport n Officials (AASHTO) "Policy on Geometric Design of Highways and Streets", (latest e ). d. The project design shall comply with the"Manual on Unifor affic Control Devices for Streets and Highways", by the Federal Highway Administration, as adopte y DOT, as per 761 lowa Administrative Code, Chapter 130. 5. Bid Letting a. The LPA shall submit the pla , specifica s, and all other contract documents for review and approval prior to letting by th PA. The pr ct may be submitted for letting in phases, in the order of preference as determined by LPA. The T shall review said submittal(s) recognizing the LPA's development schedule and sh fter sa ' ctory review, authorize in writing the LPA to proceed with implementation of the proje . 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 f ' rt to get at least three(3) bidders, hold a public letting and award contracts for the proje or . DOT concurrence in the award must be obtained prior to the award. The LPA shall pro e the DOT ' copies of project letting documents within five (5)days after letting. c. The shall in e in their Notice to Bidders that Sales Tax Exemption Certificates will be issued, as pro owa Code section 423.3, subsection 80. The LPA shall be responsible for obtaining es tax exemption certificates through the lowa 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 pertormed,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 specific tions. Any substantial modification of these plans and specifications must be approved by the T prior to the modification being put into effect. d. The LPA, in cooperation with the DOT, will take whatever steps may be re pect to alteration of the grade lines of the new highway facilities constructed under the projec cordance with lowa Code section 364.15. The DOT and LPA will work together to minimize potenti pacts to properties that may occur as a result of the project. e. Subject to the provisions hereof, the LPA in accordance with 761 lowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be remove ncroachments or obstructions in the existing primary highway right of way. The LPA will also e erection and/or placement of any structure or obstruction on said right of way or any a nal ri of way which is acquired for this project including but not limited to private signs, buil , pu , and parking areas. f. With the exception of service connections no new or futur ity occupancy of project right-of-way, nor any future relocations of or alterations to existing utilities in said right-of-way(except service connections), will be permitted or undertaken by the LPA witho the prior written approval of the DOT.All work will be pertormed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. g. General Parkin Re uirement i. On primary highways at I nalized inte ctions, parking will be prohibited a distance of 20 feet in advance of the near side or traffic ntrol signal and a distance of 20 feet beyond the far sidewalk. At non-signalize s, parking will be prohibited 55 feet in advance of the near sidewalk and 22 feet beyond t sidewalk. ii. On minor side streets controlled with stop signs, with two through lanes and two parking lanes (paral I or diagonal), parking will be prohibited a distance of 35 feet in advance of the near si r stop sign and a distance of 35 feet beyond the far sidewalk. On minor side streets trolled with stop signs, with four through lanes and two parallel or diagonal parking lanes, rking will b rohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a tance of 2 et beyond the far sidewalk. iii. On 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-builY' 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 lowa Administrative Code Chapter 1 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 lo 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 jurisdictio�, 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 e detour is discontinued. Details will be shown on the traffic control sheet(s)within the proj ans. e provisions of lowa Code sections 313.28 and 313.29 do not apply, therefore the DOT not co nsate the LPA for any damages caused to the detour route. Any and all repairs made s because of the detour shall be completed at the cost of the LPA. c. Trafflc control devices, signing, or pavement markings installe lthin the limits of this project shall conform to the"Manual on Uniform Traffic Control Devices for Streets and Highways"as per 761 lowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the use of proper protective measures devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 8. Payments and Reimburse nts a. The LPA shall be responsible aking ' al payments for all project costs incurred in the development and construction o ct.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 lowa that all eligibie project activities for which reimbursement is requested have been paid in full and comple ubstantial compliance with the terms of this agreement. b. The OT shall re' burse the LPA for properly documented and certified claims for eligible project acti costs. Th OT may withhold up to 5% of the Federal and/or State share of construction cost ther by s warrant or by crediting other accounts from which payment may have bee� initial on final audit,the DOT determines the LPA has been overpaid, the LPA shall reimburs erpaid 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 lowa 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 accountircg 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 als quire its contractors to permit authorized representatives of the DOT and/or the FHWA to in ect all work materials, records, and any other data with regard to agreement related costs, reven s and operating sources. Such documents shall be retained for at least 3 years fr f FHWA approval of the final amendment/modification to the project in the FHWA's Fisc ement Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will noti LPA of the record retention date. b. In accordance with lowa 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 proposal bids fr and to utilize Targeted Small Business (TSB) enterprises as consultants or contrac sure that the consultants or contractors make positive efforts to utilize these enterpri s subconsultants, subcontractors, suppliers or participants in the work covered by this agree Efforts shall be made and documented in accordance with Exhibit C which is attached h o and by this reference incorporated into this agreement. d. The LPA agrees to indemnify, def nd hold the DOT harmless from any action or liability arising out of the design, construction e, placement of traffic control devices, inspection, or use of this project. This agreeme o indemn defend and hold harmless applies to all aspects of the DOT's application review an pproval pro s, plan and construction reviews, and funding participation. e. If any part of this agreement is fo 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 t ten of both (all) parties that no third party beneficiaries be created by this Agreement. h. In c of dispute ncerning the terms of this agreement, the parties shall submit the matter to arbit n pursu to lowa Code Chapter 679A. Either party has the right to submit the matter to arbitra (10) days notice to the other party of their intent to seek arbitration. The written notice mu de 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 j. 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. 201 6-251 as of the date shown opposite its signature below. CITY OF DUBUQUE: By: Date , 20_ Title: Mayor I, , i at I am the Clerk of the City, and that ,who sign id Agreement for and on behalf of the City was duly authorized to execute the same on the_day of , 20_ Signed: � Ciry Clerk of Dubuque, lo I� . IOWA DEP ENT OF TRANSPORTATION: By: Date , 20_ James elen District En er 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.) _ . . . �T�a7+ �7�.n 3Lrr�.y-'`�n ����� 15 _CT 1 �,�� r �£ f �� �T +71.00 y�{ae:�� � Oi.�EC'y' .,'+��' sr�- /'r� � � � ~�� � � �r'' {�d f } v f � ;a � 'ry r�` �" �- � � Jy,�� s a+5 ao �' r�,,.'µ-:-~' s� P �. �t t r �f �{ � � � g,i � �� :��yE. �� � � � �P � � �:- +74„ f �'� 61 Rd -� ;,+y� �,�.�,t� y � t�� � � f .�� �� �� . �� ��l �� a� CITY t�F �U�UQUE ���J�CT VICINI`f``tr MA� - - - �. :' :.��`D1fBUC}UE COUNTI`] ' ����,- P�cJJ�CT LC��ATIC3IV hUTAP 2018-16-251_Dubuque 8 � EXHIBIT B Ciry of Dubuque-Engineering Division Project Estimate-Cost Share ��oF USING BID TABULATION CO5T5 DUB E PROJECTNAptE: HMAPavemeNMillingaMResurfacirgPmject .1�a5fPrPit[COn!'nf�i�i<5j��i US52 White Street 19t�to it[h)anE tttli Sheet(NTi[e ro Eim) LETTING OATE: May 2C,2016 loxa DOT Ptojec[No.NHSN52-2(t6t)-2R31 N MIBER EIPCO E DESCRIPTION ONIT ❑NITCOST �UAINTITY QS NTITY I ST'E Q CiTM'Y E(�TM'E TOTAL'COST ROADWAY ITEMS 001� 2t01-0850002 ClearingBGru�bing UNIT $ 8225 13.50 $ 13.SD $ 1,�'1038 $ '1,110.38 0020 2102-0425o10 SpecialBacMtll TON $ 1825 1240.00 135.00 S 2463. 1,105.00 $ 20,166P5 8 22.630.00 0�3� 2105-8425005 Topsoil,Fvrnish&Spread CY $ 60.00 10.00 $ - iQ�O $ 60�.�� $ 600.00 ooao 2212-04]5095 CleaningantlPreparationof8ase MILE $ 14,000.00 029 029 $ 4,060.00 $ - $ 4,060.00 0�50 2212-5010310 Patch,Full-Depihftepai� SV $ 90.00 150.00 100.00 5 9p�0.00 50.00 $ 4,504�0 $ 13,50�.00 0�6� 2212-50]5001 HotMixAsphall5urtacePatches TON $ 625.00 10.00 5.00 3 3,12500 5.00 $ 3,125.�� $ 6,250,00 007� 2214-5105150 PavementScarifcation SY $ 90.00 2,8�0.00 5 5,320.00 3]90.00 $ ],201.00 $ 12,521.00 008� 2303-0000100 HMACommercialMiz(InclutlesAsphallBintler),ASPerPlan TON $ 0 35.00 500 5 850.00 30.00 $ 5,10000 5 5,950.00 0090 2303-0002380 HMAlntetlaye�BaseGourse,3/BIN.Miz TON $ 0 430.00 184.52 5 10,14860 245.40 5 �3.50140 8 23,65�.00 0100 2303-iG41500 HMAHT,BaseCourse.112-IN.Mix TON $ 8 . 26a.00 0.00 5 - 264.00 5 22.]20.00 5 2272�.00 �it0 23031042500 HMA YT,Intemetliale Course,V21N.Mu TON $ 5200 625.00 53t.63 5 32 96t06 93.3] 5 5,]88.94 5 38.150.00 Ot20 2303-+.Ga3500 HMA Hi.Surtace Coorse,t2-IN.MiK NO SPECIAI FRIC REO TON 3 62.W 625.00 531.63 S 32,561 OS 93.3] S 5,]88.94 5 38.P50.00 0130 23�3-125828E Aspl�apBiiWer,PG58-28H.HighTrafic TON $ 625.00 92.OG 63.80 $ 39,0'/5.00 2824 S iT,650.00 S 51.525.00 0�40 2303-1258306 AsphallBintle�,PGS&34EENemelyHighTaRic TON 5 650.00 3d.40 14)6 $ 9.594.�0 19.66 S 12,I66.00 5 22.360.OD 0'I50 2303-69flODD MMAPavementSamples l5 S 3,50000 t.DO 0.34 5 1.190.�� �.66 S 23t0.00 S 3,SOO.�D 0160 2506-4984000 FlowaCleMortar CV 5 350.00 2.05 S - 2A5 S ]i].50 S 911.50 0�]0 25��-6945850 RemovalolPavement Y 5 15.00 11D5.00 3 - 1,'105.00 S �6,5]5.00 8 16,5]5.00 o�80 2511-6T45900 RemovalofSltlewalk 5 9.50 150.00 30A� $ 285A� 120.00 5 1,140.00 S 1,425.00 0'190 251t-]526004 Sitlewalk,PCC,4-IN. 5 5 49.50 95.00 $ - 95.00 $ 4,]02.50 $ 4,702.50 0200 25'11-]526006 Sitlewalk,PCC,6-IN. S 5 B0.00 20.00 10.00 $ 800.00 10.00 $ 800.00 $ 1600.00 02'10 25�'I-]528101 Oetectable Warnings $ 36.50 52.00 zs.00 $ 949.00 26.00 S 949.00 $ 1,898.00 0220 2512-1Y25256 CutbantlGutter,P.GConcrete,2.5FT. $ 2250 565.00 $ - 565.00 S 12,]12.50 $ 12,712.50 0230 25�3-0001040 Concrete8anier,BA-1�4 LF $ 1.00 250.00 125.00 $ 125.00 125.00 $ 125.00 $ 250.00 0200 2515-2415006 Oriveway,P.QConcrete,61N. SY S 48.50 100.00 8 - �oo.00 $ 4,850.00 S 4,850.00 0250 2515-6]45600 RemovalofPavetlOriveway SY $ 13.00 �00.00 $ - '100.00 $ 1,300.00 S 1300.00 0260 252]-9263109 PaintetlPavemenlMarking.Waterbomeor5olvent-Basetl STA $ ]2.00 53]2 26.86 $ 1933.92 26.86 $ 1933.92 $ 3,B6L04 0210 2528-8445110 TrzthCConlml L$ $ 48,0000p 1A� 0.34 $ 1fi32�.00 0.66 $ 31680.00 $ 48,000.00 0280 2528-84e5113 Flaggers EACH $ 4E2.00 20.0� 10.00 E a620.00 t0.00 S a620.00 $ 9,240.00 0290 2533-4980005 Mo�ilizaHon LS 8 50000.00 1.00 0.34 E 1].000.00 0.66 S 33,000.00 $ 50,00000 �300 2601-2639C10 Satltling S� 3 450.00 4.90 5 - 49C 5 2205.00 E 2,205.00 C3t0 2601-264311C Wale:inglor5od5pe i:cFGonVOIcrS GroteNon MGAL 3 30D.G0 5.00 S - 5.00 5 t.500.00 8 t500.00 0320 2602-DODD312 Perimeterantl51ope5etli ntml ,121N.DIA. LF 3 6.00 20D00 t00.00 5 4ZOA� 1DD.00 $ 480.00 5 960.00 0330 26�2-0000350 Removal of Perime[erantl Slop ConVol Device LF 5 2.D0 zoo.00 100.00 $ 200.�� 10�.00 $ 200.00 5 400.00 0340 2599-99990D5 WaterValveFixture,Atljusvnent EACH 5 3]S.DO 1].00 6.00 S 2,250.00 11.DD $ 4,125.00 5 6,3]5.00 0350 2599-9999005 EpoxyCoatetlDe(ortnetlTieBar,S/B-Inch.24" EACH 5 4.00 220.00 isD.00 $ 600.0� ]0.00 $ 28000 5 880.�0 0360 2599-9999009 PCCBar�ierCur�,6"Witle LF $ 3�.50 ]5.00 S - ]5.00 S 2,28'/.50 $ 2,28].50 0390 2599-9999�09 Sawcut,Full-Depth,HMA,Concrete 8 HMAIConcrete Composite Pavement LF $ 4.00 1940.00 335.D0 $ 1 340.00 1 605.00 5 6,420.00 $ ],164�0 0380 2599-9999009 MillingTransverseJoints LF 5 18.00 385.00 200.�0 $ 3,600.00 �85.00 $ 3,330.00 $ 6,930.00 0390 2599-9999009 MillingLongiWtlinalJoin�s LF $ 23.00 ' 280.00 145.00 5 3,335.00 135.00 $ 3,105.00 $ 6,440.00 2018-16-251_Dubuque EXHIBIT B City of Dubuque-Engineering Division Prqect Estimate-Cost Share ��"r`ToF USING BID TABUTATION COSTS �,J�JB E PROJEGT NAME: HMA Gaveme�rt Miliing antl Resurfacing iroject .'�lnsten�nec^en'i;z,4{G555i�i U552NTiteSfreet�9t�totith)andttth5[re¢t(WhiletoFJm) LETTINGDATE: Ma 24.201F lowa DOT Prqec[No.NHSN-52-2(141)-2R3'1 N MBER REFCOOE OESCRIPTION UNR pNTICOST Of1ANTITY QSTNTR� 'SE'E I ����n EiOTM,E TOTALCOST 0400 2599-9999010 SafetyWetlgeCut LS 5 �350.00 1.00 0.34 .00 066 $ 69tOD 3 1.350.00 M10 2599-9999010 MillingMoblllzation L$ 5 3,500.00 tOD 0.34 $ 1, 0,66 S 2,31�00 $ 3,500.00 0420 2599-9999014 Remove,Salvage&Replace Brick Pavers SF 5 30.00 50.00 25.00 $ ]50. 25.00 $ �50.00 $ �,500.00 0430 2599-99990�8 Decoretive Concrete Sltlewalk,61N.,Reve�se Mix SY $ 96.00 53.00 18.00 $ 1,128.00 35.00 S 3,360.00 $ 5,088.00 0440 2599-9999020 HMA Joint Repair,3"Depth(Max.) TON $ �]5.00 25 00 20A� $ 3,500.00 5.00 S 8]5.00 S 4,31500 0450 2599-9999020 3"BreakerRunMacadam TON $ 23.50 150.00 �OOA� $ 2,350.00 50.00 $ 1,1]5.00 $ 3,525.00 ROA�WA Sub-Total(5tah) 5 215,363.39 Sub-Tota1(City) 5 2TC,726:83 STORM SEWER REMS 0460 2635-06000t0 ManholeAtljustmenCMinor F_4CH 3 130 . t4.00 900 5 11.iC0.00 5A0 S 6,500.00 S 18,20�.00 04T0 2503-01142'5 SlormSWR,GMain,Tre�NeqRCP,'SIN. LF 5 84.00 W.00 S - 5�.00 S �2G0.00 $ a,20C.00 0480 25W-0114236 Storm SWR,G-Main,TreecFec,RCP,%IN. LF 3 1%.GG 315.00 5 - 315 PO S 42.890.00 S C2,840.00 0990 2503-02D0�36 Remove5torm5ewerPipeLessThano�Equa1to361N. lF 8 42.85 60.00 S - EC.00 S 2,ST1.00 5 2.5]1.00 0500 251D-6]50600 Removalofln[akesanEUtilityAcresses EACH $ BBS00 4.00 S - 40� $ 3,540.00 5 3,540.00 0510 2435-014016� Manhole,Sto�mSewer,5Wli�i,601N. EACN b 5,95�.OJ 2.00 $ - 2.0� $ ��900.00 5 11.900.00 0520 2935-0140�I2 MaMole,StormSewer,SWaO�,]21N. EACH $ 6,80�00 1.00 8 - 1.00 $ 6,800.00 S 6.800.00 0530 2435-0'I40300 Man�ole,StormSeweq5W403 CH $ 'l,20�.W 100 $ - 1.00 $ ],2�0.00 $ ],200.00 0540 2599-9999005 Intake101-B $ 2,850.00 2.00 $ - 2.00 $ 5,�0�.00 $ 5,]00.00 055� 2599-9999005 IntakE101-B,ConstmdNewConcre�eTop EA $ 137500 t00 $ - 1.D0 $ 1,315.00 8 1,375.00 STORMSEWER Sub-Total�Shte) S ��,�oo.00 Su��Total�City) § ��$7y625176i SANITARY SEWER REMS 0560 2435-�130148 Manhole,SanitarySewer,SW-301,481N. EACH 5 4q�0.00 1.00 5 - 1.00 $ � 4,400.00 S 4.400.00 S.4NITP.RY SEWER Sub-Total(State) $�- Sub-Total�Ci[y) �5 0.000:00 WATER MAIN REMS 0510 2554-0112CGE WaterMaln,Trenche �ca�leimnP�pe;D IN. LF 5 �9.00 2C.00 4 - 200J 5 2.2�J.00 S 2,200.00 0560 255C-CN2008 WalerMain.Trenche �IelronPqe��i IN, ff 5 ?3.�D 420.00 5 - ¢20.CC 5 30,E6ii.0� $ 3�66�00 0>W 2554-CN2010 Water Maiq Trerc�eo, '�.le iron P!pe(DI 0 iN. LF 5 225.00 8.00 5 - B.CO 5 1 B'u0.00 5 1 B'JO.DO D600 2554-0112012 Waler Main,Trenchetl.D n Pipe ,121N. lF $ 23v 0� 30.00 S - 3�.00 S 6,900.OD 5 6,900.00 06�0 2554-W07006 Valve,Ga�e,DIP.61N. EACN S 1,t50.OD 1.00 5 - t00 S 1,150A� $ 1,150.00 0620 2554-020]008 Valve,Ga�e,DIP,B IN. EHCH $ 1 550.00 4.00 S - 4.00 5 6,200.D0 5 6,200.00 �630 2554-02010t0 Valve,Gate,DIP,101N. EACH $ 2,250A� 1.00 S - t00 $ 2,250.00 5 2,250.00 p640 2554-0201012 Valve,Gate,DlP,'121N, EACH $ 2,600.00 1.00 5 - 100 $ 2,600.00 S 2,600.00 0650 2599-9999005 12"xt2"Tee EACH $ 95040 1.00 $ - 1.00 $ 950.00 $ 950A0 0660 2599-9999005 12"x8" AnchoringTee EACH $ 950.�0 1.00 S - '100 $ 950.00 $ 950.00 06]0 2599-9999005 B"x8"AncltoringTee EACH 5 650.00 1.00 $ - 1.00 $ 650.00 $ 65�.00 2018-16-251_Dubuque EXHIBIT B CityofDubuque-EngineeringDivision ��oF / Project Estimate-Cost Share �T T� USING BID TABULATION COSTS V V�V PROJECTNAME: HMAPavemeMMillirgamlResurtacingPmject b12'teryifttOnllrz.4�i55isfi�i U552lMiiteStreet(9[�tott[�)antlttt�5heet�YYhitetoEim) LETTINGDATE: Ma 2G,2�i8 lowa D0T Project No.NHSN52-2(161)-2R31 BID ITEM 81�ITEM ESTIMATE ESTIMATE EStIMATE IMATE I � ESTIMATE ESTIMATE �� i ESTIMATE NUMBER REFCODE DESCRIPTION UNIT UNITCOST pUANTITY �UANTITY ST I QUANTITY COST 70TALCOST �ST TE) (CIT1� �CITY� 0680 2599-9999005 B"x6" Anc�oringTee EACH $ 650.00 1.00 '�.�G 5 65t)00 $ 650.00 0690 2599-9999005 12"-90 pEG Bentl EAGH $ 820.00 1.00 $ 1.00 5 820 0� $ 82�.00 0700 2599-9999005 12"-45DEG6¢ntl EACH $ �50A� 1.00 $ - 1.00 5 �50.00 $ 750.00 0110 2599-99990�5 10"-45�EGBentl EACH $ 415.�0 1.00 $ - t00 $ 4]5.0� $ 4I5.00 0�20 2599-9999005 8"-45DEGBentl EACH $ 315.00 2.00 $ - 2.00 $ 750.00 $ ]50.00 0]30 2599-9999005 t2"x'10"Reducer EACH $ 515.00 1.00 5 - 1.00 $ 5]5.00 8 575.00 0940 2599-9999005 12"x0"Retlucer EACH $ 515.00 1.00 5 - 1.00 $ 5]5.00 $ 5]5.00 0]50 2599-9999005 12"Coupling EACH $ �2 t00 8 - 100 $ ]25.00 S ]25.00 0160 2599-99990�5 10"Coupling EACH $ 0 1.00 8 - �00 $ fi50.00 $ 650.00 OT�O 2599-9999005 8"Coupling EACH $ 0 1.00 S - 1.00 $ 450.00 S 450.00 0]80 2599-9999005 6"Coupling EACH 5 3] . tA� E - 1A0 $ 3]5.00 S 3]5.00 0?90 2599-9999005 12'MegaLugs EACH 5 1]i.OD 13.00 S - 13.00 $ 2p5.00 E 2,2]5.00 0800 2599-9999005 1tl'MegaWgs EACH 5 110.00 1.00 E - T.00 S tA90.00 E 1.19000 OBtO 2599-9999005 B"MegaLugs EACH S tO�OC 2t00 5 - 2t�0 S 2,100.00 5 2.t00.00 �820 2599-9999005 6"MeqaWgs EACH 5 95.00 3.00 5 - 3.00 S 285.00 S 285.00 WATER MNN SUE-Total l5tete) 5�- Sub-TOGi ICitY) 5 6f;9Ffu9Q To[al�5tate) 5 22],063.39 Total�City) ; 436,�07.03 contingmcy�ioY.� 5 22,'lD6A4 coneingency��o�) .S 0.4,610.]8 Est.Total�5tate) S 249,969.13 Est.Total�Ci[y) '§ 480,3'/8,fi7 COST ESTIMATE SIIMMARV TotalConstruction Fstimate: S 663,➢91.22 Continqenry(10°/aj $66,3�].12 ConsWctionEng.Binspection(55%)-YonPatlicipaling $109,52225 Total Cos[Es[imate: 5 839,610.59 2018-76-251_Duhuque