Loading...
SW Arterial - US20 Interchange Paving Preconstruction Agreement Copyrighted February 4, 2019 City of Dubuque Consent Items # 8. ITEM TITLE: SW Arterial - US20 Interchange Paving Preconstruction Funding Agreement SUMMARY: City Manager recommending approval for the Mayor to execute a Preconstruction Funding Agreement with the lowa Department of Transportation for the Southwest Arterial-US20 Interchange Paving Project. RESOLUTION Approving the Preconstruction Funding Agreement (Agreement No. 2019-4-068) between the City of Dubuque and lowa Department of Transportation for the SouthwestArterial- US20 Interchange Paving Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type SW Arterial-US20 Interchange Funding Agreement- City Manager Memo NNM Memo Staff Memo Staff Memo Resolution Resolutions US20 Interchange Paving - Preconstruction Funding Supporting Documentation Agreement 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: lowa Department of Transportation — SW Arterial / US20 Interchange Paving Preconstruction Funding Agreement lowa DOT Agreement No. 2019-4-068 lowa DOT Project No. NHSX-032-1 (44)--3H-31 DATE: January 30, 2019 Assistant City Engineer Bob Schiesl recommends City Council approval for the Mayor to execute a Preconstruction Funding Agreement with the lowa Department of Transportation for the Southwest Arterial-US20 Interchange Paving Project. Sealed bids were received on the project by the lowa Department of Transportation on December 18, 2018, in Ames. Horsfield Construction submitted the low bid and was awarded the construction contract in the amount of$4,963,609.34. As part of the Southwest Arterial — US20 Interchange Paving Project, new storm sewer will be constructed. In accordance with the provisions of the lowa Administrative Code, and per the terms and conditions of the Preconstruction Funding Agreement, the City is responsible for the costs associated with the construction of City owned public utilities. The storm sewer construction will be completed by the lowa DOT as part of the US Highway 20 Interchange Paving Project and the City shall reimburse the State for said incurred costs in FY20 or FY21 . The City currently does not have funding programmed for this expense and as part of the FY20 CIP budget development process, City staff is recommending funding in the amount of$325,000 for the Southwest Arterial — US20 Interchange Paving Project and the City cost share for storm sewer related improvements. By signing the Preconstruction Funding Agreement, the City is committing to funding the City's cost share portion and allocating the funding recommended as part of the FY20 adopted budget. I concur with the recommendation and respectfully request Mayor and City Council approval. �/a/3'i�t�+� [/w�.����""���, 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 Bob Schiesl, Assistant City Engineer 2 Dubuque THE CITY OF U� � All-America City 1 / Masterpiece on the Mississippi � zoo�•zoiz•zois•zoi� TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: lowa Department of Transportation — SW Arterial / US20 Interchange Paving Preconstruction Funding Agreement lowa DOT Agreement No. 2019-4-068 lowa DOT Project No. NHSX-032-1 (44)--3H-31 DATE: January 30, 2019 INTRODUCTION The purpose of this memorandum is to seek City Council approval and authorize the Mayor to execute a Preconstruction Funding Agreement (Agreement No. 2019-4-068) with the lowa Department of Transportation (lowa DOT) for the Southwest Arterial- US20 Interchange Paving project. BACKGROUND As part of the Southwest Arterial project, the lowa DOT is responsible for costs associated with the construction and completion of 4-lane paving from US Highway 20 to US Highway 61-151 . The first highway segment to be paved will be the US20 interchange area, which will include paving the Seippel Road connection, the intersection to the new Landfill Frontage Road, and the new access frontage road to Stone Valley Drive. Paving work will occur during the 2019 construction seasons, and once completed, Seippel Road, the Landfill Access Frontage Road, and the frontage connector road to Stone Valley Drive will fall under the jurisdiction of the City as a local public street. DISCUSSION As part of the Southwest Arterial - US20 Interchange Paving project, new storm sewer will be constructed as part of the project. In accordance with the provisions of lowa Administrative Code, and per the terms and conditions of the Preconstruction Funding Agreement, the City is responsible for the costs associated with the construction of City owned public utilities. Once completed, the storm sewer drainage system will fall under the jurisdiction of the City as a local public utility. The storm sewer construction will be completed by the lowa DOT as part of the - US Highway 20 Interchange paving project and the City shall reimburse the State for said incurred costs in FY20 or FY21. BID RESULTS Sealed bids were received on the project by the lowa Department of Transportation on December 18, 2018 in Ames. Horsfield Construction, of Epworth, IA submitted the low bid and was awarded the construction contract in the amount of $4,963,609.34. The construction contract cost share between the lowa DOT and City is summarized as follows: Bid Award lowa Department of Transportation $ 4,669,374.84 City of Dubuque - Storm Sewer Cost 294,234.50 Construction Contract Cost S 4.963.609.34 BUDGETIMPACT The projected City funded cost share for the storm sewer drainage system construction is summarized as follows: Bid Award Storm Sewer Construction $ 294,234.50 Contingency (10°k) 30,000.00 Total Project Cost - City Share S 324.234.50 The funding for the project summary is as follows: CIP No. Fund Description Bid Award 720 2670 SW Arterial - US20 Interchange Storm Sewer $ g24,234.50 Improvements (FY20) Total Project Funding - City Share S 324.234.50 The City currently (FY19) does not have funding programmed for this expense and thus as part of the FY20 CIP budget development process, City staff is recommending funding in the amount of $325,000 for the Southwest Arterial - US20 interchange paving project and the City cost share for storm sewer related improvements. By signing the Preconstruction Funding Agreement (Agreement No. 2019-4-068), the City is committing to funding the City's cost share portion and allocating the funding recommended as part of the FY20 adopted budget. RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Preconstruction Funding Agreement (Agreement No. 2019-4-068) for the Southwest Arterial- US20 Interchange Paving project. I also recommend that the City Council agrees to allocating the funding recommended as part of the FY20 adopted budget. 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 Preconstruction Funding Agreement (Agreement No. 2019-4-068) for the Southwest Arterial- US20 Interchange Paving project to be constructed by the lowa DOT. Attach. Prepared by Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Ken Yanna, lowa DOT District 6 Jenny Larson, Budget Director F:\PROJECTS\SOUTHWEST ARTERIAL\Interchange- US20 Paving (44)\Funding Agreement 2 �� � �111�I�► DOT ��� www.i ov�,�a dot.gov SPAARTER I SIMPLEF I CUSTOMER DRIVEN�-�_� _- District 6�ce � Mighway Division 5455 Kirkwood Blvd.SW,Cedar Rapids,IA 52404 Phone:(319)3fi4-0235 � Fax(319� 364-9614 � Emaihjimschnoebelen@iowadoGus January 9, 2019 REF: NHSX-032-](44)-3H-3I CiTy of Dubuque Dubuque County Agreement No. 2019-4-068 Staff Action No. The Honorable Roy D. Buol Mayor- City of Dubuque City Hall - 50 West 13�' St. Dubuque, lA 52001 SUBIECT: Agreement 20]9-4-068 Final (Portland Cement Concrete(PCC) pavement on lowa 32 (SW Arterial)at the wes[junction of OS 2Q See Exhibit A for location) Dear Mayor Buol: Attached are two (2) copies of an agreement be[ween the City of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves�. Portland CemenY Concrete (PCC) pavement on Iowa 32 (SW Arterial) at the west junction of US 20. See Exhibit A for location. Please secure the necessary approvals and signatures ofthe appropriate City officials and retum both signed copies of the agreement to this office for further processing. M original of Ihe fully executed agreement will be fonvarded ro the city of Dubuque after final signamre by our department. If you have any questions concerning this agreement, please contaa me at the above listed phone number. Sincerely, C�.�., �.��.. James. R. Schnoebeleq P. E. District 6 Engineer � JRS/hmb , . a a, a r-�-, Enclosures(2) AgreemenC 2019-4-068 -� �` o 'T� ' _- l _ U _' � � o ,' m r C' r� RESOLUTION NO. 41-19 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2019-4-068) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL- US20 INTERCHANGE PAVING PROJECT. Whereas, the Iowa Department of Transportation (Iowa DOT) is the lead agency for the development and construction of the Southwest Arterial - US Highway 20 Interchange Paving project; and Whereas, part of the Southwest Arterial- US20 Interchange Paving project will include paving the Seippel Road connection, the intersection to the new Landfill Frontage Road, and the new access frontage road to Stone Valley Drive; and Whereas, once completed, Seippel Road, the Landfill Access Frontage Road, and the frontage connector road to Stone Valley Drive will fall under the jurisdiction of the City as a local public street; and Whereas, in accordance with the provisions of Iowa Administrative Code, and per the terms and conditions of the Preconstruction Funding Agreement, the City is responsible for the costs associated with the construction of City owned public utilities; and Whereas, part of the Southwest Arterial- US20 Interchange Paving will include the construction of new storm sewer, and once completed, the storm sewer drainage system will fall under the jurisdiction of the City as a local public utility; and Whereas, the projected City funded cost share for the storm sewer drainage system construction is estimated in the amount of $294,234.50; and Whereas, the storm sewer construction will be completed by the Iowa DOT as part of the - US Highway 20 Interchange paving project and the City shall reimburse the State for said incurred costs; and Whereas, by signing the Preconstruction Funding Agreement (Agreement No. 2019- 4-006), the City is committing to funding the City's cost share portion and to allocating the funding recommended as part of the FY20 adopted budget. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. That said Preconstruction Funding Agreement (Agreement No. 2019-4- 006) between the City of Dubuque and the Iowa Department of Transportation is hereby approved. Section 2. That the Mayor is hereby authorized and directed to execute the Preconstruction Funding Agreement (Agreement No. 2019-4-068) for the new Landfill Access Frontage Road to be constructed by the Iowa DOT as part of the US20 / Swiss Valley Interchange Southwest Arterial - US Highway 20 Interchange Paving Project. Passed, approved and adopted this 4th day of February 2019. Ii Kevin irnstahl, City Jerk F:\PROJECTS\SOUTHWEST ARTERIAL\Interchange - US20 Paving (44)\Funding Agreement y D. Buol, Mayor 23t4, Doer GE1"1"NG YOU THERE}Y.:.. February 26, 2019 The Honorable Roy D. Buol Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSX-032-1(44)--3H-31 City of Dubuque Dubuque County Agreement No. 2019-4-068 Staff Action No. S-2019-0497 ED t) 4. UI 1 114 7ity Clerks Office Dubuoue, SUBJECT: Agreement 2019-4-068 Fully Executed (Portland Cement Concrete (PCC) pavement on Iowa 32 (SW Arterial) at the west junction of US 20) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2019-4-068 between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves: Portland Cement Concrete (PCC) pavement on Iowa 32 (SW Arterial) at the west junction of US 20. Thank you for your cooperation in the processing of this agreement. Sincerely, JRS/hmb Enclosure: Agreement 2019-4-068 cc: Deanne Popp Patricia Jacobs Joseph Webb [319-364-0235} James R. Schnoebelen, P. E. District 6 Engineer E9 I Dim.schnoebelen@iowadot.usi I www.iowadot.gov 9 Address: [5455 Kirkwood Blvd. SW Cedar Rapids, IA 524041 July 2014 IOWA DEPARTMENT OF TRANSPORTATION Preconstruction Agreement For Primary Road Project County Dubuque tI _.1 /ED /C sil�3 Cifioe bUU , Ire City Dubuque Project No. NHSX-032-1(44)--3H-31 Iowa DOT Agreement No. 2019-4-068 Staff Action No. This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The DOT proposes to establish or make improvements to Iowa 32 within Dubuque County, Iowa; and The DOT and the LPA are willing to jointly participate in said project, in the manner hereinafter provided; and The DOT and the LPA previously entered into the following agreement(s) for the above referenced project: • Agreement No. 2017-16-056 for paving was executed by the DOT and LPA on December 28, 2016 and December 19, 2016 respectively; • Agreement No. 2017-16-146 for grading was executed by the DOT and LPA on June 8, 2017 and June 5, 2017 respectively; • Agreement No. 2018-16-068 for grading was executed by the DOT and LPA on November 13, 2017 and November 6, 2017 respectively; • Agreement No. 2018-16-119 for construction was executed by the DOT and LPA on March 23, 2018 and March 19, 2018 respectively; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The DOT will design, let, and inspect construction of the following described project in accordance with the project plans and DOT standard specifications: Portland Cement Concrete (PCC) pavement on Iowa 32 (SW Arterial) at the west junction of U.S. 20. See Exhibit A for location. b. In accordance with 761 Iowa Administrative Code Chapter 150.3(1)d, the LPA will reimburse the DOT for its share of the actual cost for longitudinal and outlet storm sewer as shown on Exhibit B. A tabulation of storm sewer items is shown on Exhibit C. c. All storm sewers constructed by the DOT as part of the project will become the property of the LPA, which will be responsible for their maintenance and operations. The LPA will not make any connections to said storm sewers without the prior written approval of the DOT. The LPA will prevent use of such storm sewers as a sanitary sewer. 2019-4-068 Dubuque 1 July 2014 d. Upon completion of construction, the LPA agrees to accept ownership and jurisdiction of the following referenced improvements. The LPA shall also assume responsibility for all future maintenance operations therewith, all at no additional expense or obligation to the DOT: Seippel Road will be reconstructed for approximately 2,120 lineal feet from Sta. 51+89 OA to Iowa 32 (SW Arterial) 73+12 OA (station equations not included). A variable width (37 -foot to 69 - foot) curb and gutter and/or 8 -foot paved shoulder cross section PCC paved roadway with grading for a future 10 -foot wide paved multi-purpose path. ii. Landfill Access Road intersection will be constructed at Sta. 158+29.25 approximately 105 feet. A 37 -foot wide PCC paved roadway will be constructed. 111 East Access Connector will be constructed for approximately 2,027 feet from Stone Valley Drive to the East Roundabout. A variable width (37 -foot to 51 -foot) curb and gutter PCC paved roadway will be constructed. 2. Project Costs a. The LPA shall reimburse the DOT for its share of the project costs estimated at $305,695, as shown in Exhibit B. The amount paid by the LPA upon completion of construction and proper billing by the DOT will be determined by the actual quantities in place and the accepted bid at the contract letting. b. The DOT will bear all costs except those allocated to the LPA under other terms of this Agreement. 3. Traffic Control a. U.S. 20 through -traffic will be maintained during the construction via an on-site detour. b. It will be necessary to temporarily close Seippel Road during construction. c. The DOT will furnish and install the required barricades and signing for the closure at project cost and shall remove same upon completion of the project also at no expense or obligation to the LPA. The DOT will work in close cooperation with the LPA and the contractor to accommodate emergency services and local access across the project during construction. Any detours which may be necessary for project related LPA road closures will be the responsibility of the LPA all at no expense or obligation to the DOT. 4. Right of Way and Permits a. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code Chapter 150,3(1)c and 150.4(2) will remove or cause to be removed (within the corporate limits) all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. b. The DOT will be responsible for the coordination of utility facility adjustments for the primary road project. c. The LPA agrees to relocate all city -owned utilities necessary for construction which are located within the existing street or alley right of way, subject to the approval of and without expense to the DOT and in accordance with 761 Iowa Administrative Code Chapter 150.4(5) and the DOT Utility Accommodation Policy. 2019-4-068 Dubuque 2 July 2014 d. With the exception of service connections no new or future utility occupancy of project right of way, nor any future relocations of or alterations to existing utilities within said right of way will be permitted or undertaken by the LPA without the prior written approval of the DOT. AH work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. e. The LPA shall be responsible for providing, without cost to the DOT, any right of way for the project which involves dedicated streets or alleys, and any other LPA -owned lands which are required for the project, subject to the condition that the DOT shall reimburse the LPA for the value of LPA -owned improvements situated on such other LPA -owned lands. The LPA has apprised itself of the value of these lands, and as a portion of their participation in the project, voluntarily agrees to make such lands available without further compensation. The DOT shall be responsible for acquisition of all other right of way. f. In connection with this project any real estate and rights to real estate necessary for right of way at the connection of any public road and a primary highway project, any access road or frontage road, or any permanent utility easements which are or which will be under the jurisdiction of the LPA may be acquired by the DOT, for and in the name of the LPA. Where acquired by contract the LPA will receive title from the contract seller and the LPA will accept title thereto. Where acquired by condemnation, a single joint condemnation proceeding will be instituted by the DOT to acquire real estate or rights in real estate needed by the LPA for the LPA and to acquire real estate or rights in real estate needed by the DOT for the DOT. 5. Construction & Maintenance a. The LPA, in cooperation with the DOT, will take whatever steps may be required with respect to alteration of the grade lines of the new highway facilities constructed under the project in accordance with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to properties that may occur as a result of the project. b. Upon completion of the project, no changes in the physical features thereof will be undertaken or permitted without the prior written approval of the DOT. c. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150. d. New lighting and/or traffic signal construction for this project shall be provided under guidelines established in 761 Iowa Administrative Code Chapter 150, The DOT shall construct traffic signal installations and roadway interchange lighting all at no cost to the LPA. Other lighting installations will not be constructed as part of the project unless specifically requested by the LPA. Lighting which is requested by the LPA will also be paid for entirely by the LPA at no cost to the DOT or project. The LPA shall accept ownership of and responsibility for future energy and maintenance costs of all lighting and/or traffic signal units. e. Structures built as part of the project over or under a primary road will be maintained structurally sound by the DOT, including repairs to floors and railing and painting. For structures serving roadways which are not on the primary road system, the cleaning and removal of snow, debris and foreign objects from local road traffic lanes, sidewalks or walkways within the project limits (if any) including pedestrian overpasses or underpasses will be the responsibility of the LPA. f. 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. The DOT will have responsibility for future maintenance and repair of the primary highway approach and departure 2019-4-068 Dubuque 3 July 2014 pavement to the roundabout including the circulatory roadway of the roundabout. The LPA will have responsibility for future maintenance and repair of the city street approaches and departures to the roundabout up to the outside pavement edge of the circulatory roadway portion of the roundabout. g. Future maintenance and snow removal responsibilities of the LPA shall include: i. All landscaping, plantings and aesthetic or architectural elements along the primary road or city streets including the splitter islands and inner circle. ii. Mowing and weed control along the city streets including the outer perimeter and center island of the roundabout and all earth filled splitter islands. iii. Painting yield lines, cross walks, and islands along the city streets and signing along the city streets not related to operation of the roundabout. iv. Primary responsibility for snow removal of the roundabout circle and removal of windrows caused by snow removal operations. v. Drainage maintenance along the city streets up to but excluding the roundabout. Storm sewers and intakes shall be owned and maintained in accordance with Section 1.c of this Agreement h. Future maintenance and snow removal responsibilities of the DOT shall include: Surface maintenance of the primary highway through and including the roundabout. ii. Snow removal of the primary highway approaches and departures up to the roundabout including at least one complete pass around the roundabout circle. iii. Placement and maintenance of roundabout and yield signs at the city street and primary road approaches to the roundabout. Roundabout signing, yield lines, crosswalks, and island painting along the primary highway approaches. iv. Pavement markings along the primary highway. 6. General Provisions a. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. b. The LPA will comply with all provisions of the equal employment opportunity requirements prohibiting discrimination and requiring affirmative action to assure equal employment opportunity as required by Iowa Code Chapter 216. No person will, on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which State funds are used. 2019-4.066 Dubuque 4 July 2014 c. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. d. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such finding shall not affect the validity of the Agreement as a whole or any section, provision, or part thereof not found to be invalid or unconstitutional, except to the extent that the original intent of the Agreement cannot be fulfilled. e. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. f. This Agreement, as well as the unaffected provisions of any previous agreement(s), addendum(s), andlor 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. 2019-4-068 as of the date shown opposite its signature below. CITY OF DUBU,QUE: By: Title: Mayo /Yi< d Date February 4 ,2019• 1, Kevin S. F i r n s t a h 1 , certify that I am the Clerk of the City, and that Roy D. B u o 1 , who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 4th day of February , 20-1%9 Signed: Ci lerk of Dubuque, Iowa IOWA DEPARTMENT OF TRANSPORTATION: By: James R. Schnoebelen District Engineer District 6 Date 2019-4-068 Dubuque 5 , 2019 July 2014 EXHIBIT A STA. 51+89.20 BEGIN PROJECT Project Location INTERCHANGE LOCATION STA. 101+10 EN', PROJECT Forir 2019.4-068 Dubuque 6 EXHIBIT B Estimate Items Report Version D07 -New Version Project NHSX-032-1(44)--3H-31 Item Number I Item Description I Units I Quantity I Cost I Line Total I Estimator Notes Roadway Items SubTotal: $5,560,895.87 2102-0425070 SPECIAL. BACKFILL TON 5,691.000 $19.0' $108,129.00 2102-2710070 EXCAVATION, CL 10, RDWY+BORROW CY 8,783.000 $4.0' $35,132.00 2102-2710090 EXCAVATION, CL 10, WASTE CY 4,339.000 $5.0' $21,695.00 2105-8425005 TOPSOIL, FURN+SPREAD CY 1,803.000 $24.0' $43,272.00 2105-8425015 TOPSOIL, STRIP, SALVAGE+SPREAD CY 5,655.000 $5.0' $28,275.00 2115-0100000 MODIFIED SUBBASE CY 13,087300 $30.0' $392,619.00 2121-7425010 GRANULAR SHLD, TYPE A TON 179.100 $20.0' $3,582.00 2122-5190007 PAVED SHLD, PCC, 7" SY 5,754.300 826.0' $149,611.80 2122-5190010 PAVED SHLD, PCC, 10" SY 4,249.500 $57.0' $242,221.50 2123-7450000 SHLD CONSTRUCTION, EARTH STA 139,900 $200.00 $27,980.00 2123-7450020 SHLD FINISH, EARTH STA 102.400 $200.0. $20,480.00 2210-0475290 MACADAM STONE BASE TON 1,720.600 $24.0' $41,294.40 2301-1032090 STD/S-F PCC PAV'T, CL C CL 2, 9" SY 18,420.000 $45.0 $828,900.00 2301-1034100 STD/S-F PCC PAV'T, CL C CL31, 10" SY 27,605.900 $57.0' $1,573,536.30 2301-4875006 MEDIAN, PCC, 6" SY 1,080.100 8110.0' $118,811.00' 2304-0100000 DETOUR PAV'T SY 1,827.000 847.0' $85,869.00 2402-2720000 EXCAVATION, CL 20 CY 17.000 $20.0' $340.00 2403-0100000 STRUCT CONC (MISCELLANEOUS) CY 17.400 $1,000.0' $17,400.00 2404-7775005 REINFORC STEEL, EPDXY COATED LB 4,531.000 $2.0' $9,062.00 2412-0000100 LONGITUDINAL GROOVING IN CONC SY 5,842.200 $3.0' $17,526.60 2416-0100015 APRON, CONC, 15" EA 1.000 $1,100.0' $1,100.00 2416-0100018 APRON, CONC, 18" EA 1.000% $1,200.0' $1,200.00 2423-1051300 STEEL CNTLVR SIGN TRUSS, 30' ARM EA 1.000 $60,000.0' $60,000.00 2435-0250100 INTAKE, SW -501 EA 17.000 82,800.0' $47,600.00 2435-0250500 INTAKE, SW -505 EA 5.000 84,200.0' $21,000.00 2502-8212026 SUBDRAIN, LONGITUDINAL, (BACKSLOPE) 6" LF 800.000 820.0' $16,000.00 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" LF 16,738.000 $10.0. $167,380.00 2502-8221303 SUBDRAIN OUTLET, DR -303 EA 83.000 $200.0' $16,600.00 2502-8221305 SUBDRAIN OUTLET, DR -305 EA 48.000 $400.0' $19,200.00 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 20000,15" LF 348.000 $65.0' $22,620.00 2503-0114218 STORM SWR G-MAIN,TRENCHED, RCP 20000,18" LF 113.000 $75.0' $8,475.00 2505-4008300 STEEL BEAM G'RAIL LF 62,500 $25." $1,562.50 2505-4021020 STEEL BEAM G'RAIL END ANCHOR, W- BEAM EA 1.000 $1,300.0' $1,300.00 2505-4021720 STEEL BEAM G'RAIL TGNT END TERM, BA- 205 EA 1.000 $2,500.0' $2,500.00 2510-6745850 RMVL OF PAVT SY 4,390.600 $7.0' $30,734.20 2511-7528101 DETECTABLE WARNING SF 60.000 $50." $3,000.00 2518-6891820 PERMANENT RD CLOSURE, URBAN, SI -182 EA 1.000 $800.0' $800.00 2518-6910000 SAFETY CLOSURE EA 8.000 $150.0' $1,20000 2519-3280000 FENCE, FIELD LF 13,037.400 $3.0' $39,112.20 2519-3300400 HELD FENCE BRACE PANEL EA 175.000 $175.0' $30,625.00 2523-0000100 LIGHTING POLE EA 21.000 85,000.0' $105,000.00 2523-0000200 ELECTRICAL CIRCUIT LF 2,240.000 $20.0' $44,800.00 2523-0000310 HANDHOLE+JUNCTION BOX EA 3.000 $900.0' $2,700.00 2523-0000400 CONTROL CABINET EA 1.000 $12,000.0' $12,000.00 2524-6765210 RMVL OF TYPE A SIGN ASSEMBLY EA 33.000 $100.0' $3,300.00 2524-9081275 CONC FOOTING-BRKWY SIGN POST, 2'-8X7'- 6 EA 10.000 $1,200.0' $12,000.00 2524-9081290 CONC FOOTING-BRKWYSIGN POST, 2'-8X9'- 0 EA 20.000 $1,200.0' $24,000.00 EXHIBIT B 2524-9089100 DELINEATOR, RIGID - TYPE I EA 120,000 $55.00 $6,600.00 2524-9089200 DELINEATOR, RIGID - TYPEII EA 28.000 $100.00 $2800.00 2524-9100020 OBJECT MARKER TYPE 2 EA 2.000 $500.00 $1,000.00 2524-9100030 OBJECT MARKER TYPE 3 EA 1.000 $500.00 $500.00 2524-9276010 PERFORATED SQUARE STEEL TUBE POST LF 969.000 $12.00 $11,628.00 2524-9278027 PSSTP ANCHOR, TRIANGULAR SLIP BASE ASSEM EA 68.000 $350.00 $23,800.00 2524-9281210 STEEL BRKWY POST -TYPE NB SIGN, W 8X21 LF 227.800 $60.00 $13,668.00 2524-9281426 STEEL BRKWY POST -TYPE NB SIGN, W 12X26 LF 510.500 $60.00 $30,630.00 2524-9325001 TYPE A SIGN, SHEET ALUM SF 669.000 $22.00 $14,718.00 2524-9380001 TYPE B SIGN, EXTRUDED ALUM STRUCT PANEL SF 1,899.000 $25.00 $47,475.00 2525-0000100 TRAFFIC SIGNALIZATION LS 1.000 $275,000.00 $275,000.00 2526-8285000 CONSTRUCTION SURVEY LS 0.940 $90,000.00 684,600.00 2527-9263109 PAINTED PAV'T MARK, WATERBORNE/SOLVENT STA 943.070 $11.00 $10,373.77 2527-9263131 WET RETROREFLECTIVE REMOVABLE TAPE MARK STA 60.000 $150.00 $9,000.00 2527-9263137 PAINTEDSYMBOL+LEGEND, WATERBORNE/SOLVNT EA 54.000 $110.00 $5,940.00 2527-9263180 PAV'T MARK RMVD STA 320.190 $30.00 $9,605.70 2528-8445110 TRAFFIC CONTROL LS 1.000 660,000.00 $60,000.00 2533-4980005 MOBILIZATION LS 0.940 $300,000.00 $282,000.00 2599-9999005 CORE DRILL VAULT OR HANDHOLE EA 2.000 $1,000.00 $2,000.00 2599-9999005 CONNECT TO EXISTING VAULT OR MANHOLE EA 7.000 $100.00 $700.00 2599-9999005 FIBER VAULT, SQUARE EA 5.000 $4,000.00 " $20,000.00 2599-9999009 FIBER OPTIC CABLE LF 5,432.000 64.50 $24,444.00 2599-9999009 BUNDLED MICRODUCT CONDUIT LF 4,932.000 $20.00 $98,640.00 2601-2633100 MOW ACRE 4.600 $100.00 $460.00 2601-2634100 MULCH ACRE 4.600 $800.00 $3,680.00 2601-2634105 MULCH, BONDED FIBER MATRIX ACRE 1.000 $3,000.00 $3,000.00 2601-2636043 SEED+FERTILIZE (RURAL) ACRE 3.600 $1,000.00 $3,600.00 2601-2636044 SEED+FERTILIZE (URBAN) ACRE 1.000 $2,500.00 $2,500.00 2602-0000020 SILT FENCE LF 20,892.000 $1.80 $37,605.60 2602-0000030 SILT FENCE -DITCH CHECKS LF 870.000 $2.00 $1,740.00 2602-0000071 RMVL OF SILT FENCE/SILT FENC-DITCH CHECK LF 10,881.000 60.30 $3,264.30 2602-0000101 MAINT OF SILT FENC/SILT FENC-DITCH CHECK LF 2176.000 $0.50 $1,088.00 t 2602-0000309 PERIMETER+SLOPE SEDIMENT CNTL DEVICE, 9" LF 1,140.000 $3.00 $3,420.00 { 1 2602-0000312 PERIMETER+SLOPE SEDIMENT CNTL DEVICE,12" LF 200.000 $3.50 $700.00 2602-0000320 PERIMETER+SLOPE SEDIMENT CNTL DEVICE,20" LF 200.000 $4.50 $900.00 2602-0000350 RMVL OF PERIMETER+SLOPE SEDIMNT CNTL DEV LF 1,540.000 $0.50 $770.00 J 2602-0010010 MOBILIZATION, EROSION CONTROL EA 1.000 $500.00 $500.00 2602-0010020 MOBILIZATION, EMERGENCY EROSION CONTROL EA 1.000 81,000.00 81,000.00 City of Dubuque Cost SubTotal: $305,695.00 2416-0100015 APRON, CONC, 15" EA 7.000 $1,100.00 $7,700.00 2416-0100030 APRON, CONC, 30" EA 1.000 $1,300.00 $1,300.00 2435-0250100 INTAKE, SW -501 EA 26.000 $2,800.00 $72,800.00 2435-0250248 INTAKE, SW -502, 48 IN. EA 8.000 $3,700.00 $29,600.00 2435-0250280 INTAKE, SW -502, 60 IN. EA 2.000 $4,300.00 $8,600.00 2435-0250500 INTAKE, SW -505 EA 3,000 $4,200.00 $12,600.00 2435-0250600 INTAKE, SW -506 EA 1.000 $6,400.00 $6,400.00 2503-0114215 STORM SWR G-MAIN,TRENCHED, RCP 2000D,15" LF 1,125.000 $65.00 $73,125.00 2503-0114218 STORM SWR G-MAIN,TRENCHED, RCP 2000D,18" LF 101.000 $75.00 $7,575.00 2503-0114221 STORM SWR G-MAIN,TRENCHED, RCP 2000D 21" LF 313.000 $80.00 $25,040.00 EXHIBIT B 2503-0114224 STORM SWR G-MAIN,TRENCHED, RCP 2000D.24" LF 355.000 $85.00 $30,175,00 f 2503-0114230 STORM SWR G-MAIN,TRENCHED, RCP 2000D,30" LF 82.000 $90.00 $7,380.00 I 2526-8285000 CONSTRUCTION SURVEY LS 0.060 $90,000.00 $5,400.00 2533-4980005 MOBILIZATION LS 0.060 $300,000.00 $18,000.00 Total: $5,866,590.87 Tabulation of Storm Sewer Items EXHBIT C Division 2 — 100% City Cost Division 2 — Intakes / Manholes Division 2 - Pipes No. Type No. Size Length 1-8 SW -501 P-8 15 65 1-1 SW -501 P-1 15 81 1-68 SW -501 P-68 15 79 1-2 SW -502 48" P-2 18 101 1-3 SW -502 48" P-3 21 138 1-4 SW -502 48" P-4 21 96 1-69 SW -502 48" P-69 21 79 1-5 SW -502 48" P-5 24 106 1-6 SW -502 48" P-6 24 125 1-70 SW -502 48" P-70 24 61 1-71 SW -502 48" P-71 24 63 1-7 SW -506 P-7 30 82 1-9 SW -501 P-9 15 53 1-73 SW -501 P-73 15 85 1-72 SW -501 P-72 15 53 1-10 SW -505 P-10 15 57 1-60 SW -501 P-60 15 65 1-42 SW -501 P-42 15 37 1-43 SW -501 P-43 15 50 1-65 SW -501 P-65 15 37 1-66 SW -501 P-66 15 33 1-47 SW -S05 P-47 15 37 1-46 SW -505 P-46 15 28 1-50 SW -502 60" P-74 15 12 1-51 SW -502 60" P-75 15 12 1-57 SW -501 P-76 15 12 1-32 SW -501 P-77 15 12 1-56 SW -501 P-93 15 37 1-74 SW -501 P-94 15 48 1-75 SW -501 P-85 15 37 1-76 SW -501 P-88 15 40 1-77 SW -501 P-83 15 49 1-93 SW -501 P-82 15 42 1-94 SW -501 P-90 15 37 1-85 SW -501 P-91 15 27 1-88 SW -501 1-83 SW -501 1-82 SW -501 1-90 SW -501 1-91 SW -501 2019-4-068_Dubuque RESOLUTION NO. 41-19 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2019-4-068) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL- US20 INTERCHANGE PAVING PROJECT. Whereas, the Iowa Department of Transportation (Iowa DOT) is the lead agency for the development and construction of the Southwest Arterial - US Highway 20 Interchange Paving project; and Whereas, part of the Southwest Arterial- US20 Interchange Paving project will include paving the Seippel Road connection, the -intersection to the new Landfill Frontage Road, and the new access frontage road to Stone Valley Drive; and Whereas, once completed, Seippel Road, the Landfill Access Frontage Road, and the frontage connector road to Stone Valley Drive will fall under the jurisdiction of the City as a local public street; and Whereas, in accordance with the provisions of Iowa Administrative Code, and per the terms and conditions of the Preconstruction Funding Agreement, the City is responsible for the costs associated with the construction of City owned public utilities; and Whereas, part of the Southwest Arterial- US20 Interchange Paving will include the construction of new storm sewer, and once completed, the storm sewer drainage system will fall under the jurisdiction of the City as a local public utility; and Whereas, the projected City funded cost share for the storm sewer drainage system construction is estimated in the amount of $294,234.50; and Whereas, the storm sewer construction will be completed by the Iowa DOT as part of the - US Highway 20 Interchange paving project and the City shall reimburse the State for said incurred costs; and Whereas, by signing the Preconstruction Funding Agreement (Agreement No. 2019- 4-006), the City is committing to funding the City's cost share portion and to allocating the funding recommended as part of the FY20 adopted budget. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. That said Preconstruction Funding Agreement (Agreement No. 2019-4- 006) between the City of Dubuque and the Iowa Department of Transportation is hereby approved. Section 2. That the Mayor is hereby authorized and directed to execute the Preconstruction Funding Agreement (Agreement No. 2019-4-068) for the new Landfill Access Frontage Road to be constructed by the Iowa DOT as part of the US20 / Swiss Valley Interchange Southwest Arterial - US Highway 20 Interchange Paving Project. Passed, approved and adopted this 4th day of February 2019. Kevin . lirnstahl, City blerk F:\PROJECTS\SOUTHWEST ARTERIAL\Interchange - US20 Paving (44)1Funding Agreement D. Buol, Mayor STATE OF IOWA CERTIFICATE of the CITY CLERK ) SS: COUNTY OF DUBUQUE ) I, Kevin S. Firnstahl, do hereby certify that I am the duly appointed, qualified, City Clerk of the City of Dubuque, Iowa, in the County aforesaid, and as such City Clerk, I have in my possession or have access to the records41 19 is a true alty Council. nd correct I do further state that the hereto attached Resolution No copy of the original In Testimony Whereof, I hereunto set my hand and official seal of the City of Dubuque, Iowa. Dated at Dubuque, Iowa, on this 5th day of February, 2019. -411 '411 Kevin . Firnstahl, CMC, City Clerk