Loading...
Iowa Department of Transportation - Cooperative Funding Agreement 15 South Main Building Deconstruction (SELCO) Copyrighted May 6, 2019 City of Dubuque Consent Items # 29. IT E M T IT L E: I owa Department of Transportation - Cooperative Funding Agreementfor 15 South Main Building Deconstruction Project SUMMARY: City Manager recommending approval of a Cooperative Funding Agreementwith the lowa Department of Transportation (DOT)for the City to administer the deconstruction, salvage and removal of the former SELCO building located at 15 South Main Street. RESOLUTION Approving the Cooperative Funding Agreement(Agreement No. 2019-16-138) between the City of Dubuque and lowa Department of Transportation for the 15 South Main Building Deconstruction Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type IDOTCooperati� FundingAgreementfor City Manager Memo Deconstruction of 15 South Main-MVM Memo Staff Memo Staff Memo Resolution Resolutions FundingAgreement 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: lowa Department of Transportation — Cooperative Funding Agreement 15 South Main Building Deconstruction Project lowa DOT Agreement No. 2019-16-138 lowa DOT Project No. NHSN-020-9 (254)-2R-21 DATE: April 29, 2019 Assistant City Engineer Bob Schiesl recommends City Council approval of a Cooperative Funding Agreement with the lowa Department of Transportation (DOT) for the City to administer the deconstruction, salvage and removal of the former SELCO building located at 15 South Main Street. The lowa DOT approached the City and requested assistance in the deconstruction of the 15 South Main Street property and has agreed to reimburse the City for the actual cost to deconstruct the onsite steel building and the disconnection of the public utilities from the property. I concur with the recommendation and respectfully request Mayor and City Council approval. �1.� ��, i�,� 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 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 - Cooperative Funding Agreement 15 South Main Building Deconstruction Project lowa DOT Agreement No. 2019-16-138 lowa DOT Project No. NHSN-020-9 (254)--2R-31 DATE: April 29, 2019 INTRODUCTION The purpose of this memorandum is to seek City Council approval and authorize the Mayor to execute a Cooperative Funding Agreement (Agreement No. 2019-16-138) with the lowa Department of Transportation (lowa DOT) for the City to administer the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street. BACKGROUND In 2012, the lowa DOT purchased a portion of the former SELCO building located at 15 South Main Street for the purpose of preserving right-of-way property for the future construction of the US Highway 20 - Mississippi River bridge crossing. Per the terms of the purchase agreement, the seller could continue to use the portion of the state's purchased property. In 2017, the seller sold the remainder of the property Spahn & Rose for building material outdoor storage. The existing 11,000 sq. ft. steel building structure is now vacant and needs to be deconstructed, salvaged, and removed. DISCUSSION The lowa DOT approached the City and requested assistance in the deconstruction of the 15 South Main Street property. The lowa DOT has agreed to reimburse the City for actual cost to deconstruct the onsite steel building and the disconnection of the public utilities from the property. Both the City and lowa DOT feel that potentially more competitive bids will be received if the deconstruction project is administered by the City and bid locally. The deconstruction project will be completed in two phases, Phase 1 will cover deconstruction of the building structure and Phase 2 will cover utility disconnects. BUDGET IMPACT The estimated deconstruction project cost is summarized as follows: Amount Phase 1 - Building Deconstruction $ 47,437.50 Phase 2 - Utility Disconnection 33,579.43 Total Project Cost $ 81,016.93 The funding for the project summary is as follows: CIP No. Fund Description Amount 100 1548 SELCO Building Demolition $ g1 ,016.93 lowa DOT Actual Cost Reimbursement Total Project Funding $ 81,016.93 RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Cooperative Funding Agreement (Agreement No. 2019-16-138) for the City to administer the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street. 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 Funding Agreement (Agreement No. 2019-16-138) for the City to administer the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street. Attach. Prepared by Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Ken Yanna, lowa DOT District 6 Jenny Larson, Budget Director F:\PROJECTS\SELCO Bldg Demolition -2019\Funding Agreement 2 C3IUwADOT GETTING YOU THERE» May 15, 2019 Mayor Roy Buol 50 W 13th Street Dubuque, IA 52001-4864 REF: NHSN-020-9(254)--2R-31 Dubuque County City of Dubuque Agreement No. 2019-16-138 Staff Action No. S-2019-0681 SUBJECT: Agreement 2019-16-138 Fully Executed (Salvage and Removal 15 S Main St in Dubuque - Parcel No. 106) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2019-16-138 between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves: Salvage and Removal 15 5 Main St in Dubuque - Parcel No. 106. Thank you for your cooperation in the processing of this agreement. Sincerely, JRS/hmb Enclosure: Agreement 2019-16-138 cc: Deanne Popp Patricia Jacobs Joseph Webb `I [319-364-0235] James R. Schnoebelen, P. E District 6 Engineer ®I [jim.schnoebelen@iowadot.us] 1 www.iowadot.gov 0 Address: [5455 Kirkwood Blvd. SW Cedar Rapids, IA 52404: RESOLUTION NO. 159-19 RESOLUTION APPROVING THE COOPERATIVE FUNDING AGREEMENT (AGREEMENT NO. 2019-16-138) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE 15 SOUTH MAIN BUILDING DECONSTRUCTION PROJECT Whereas, the Iowa Department of Transportation (Iowa DOT) has requested the City of Dubuque (City) to administer the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street; and Whereas, the City has agreed to be the lead agency for administering the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street; and Whereas, the Iowa DOT has agreed to reimburse the City for actual cost to deconstruct the building structure, and the disconnection of the public utilities from the property; and Whereas,, the deconstruction project will be completed in two phases, Phase 1 will cover deconstruction of the steel building structure, estimated cost to be $33,579.43, and Phase 2 will cover utility disconnects, estimated cost to be $33,579.43; and Whereas, upon the City completing the deconstruction project, the total reimbursement from the Iowa DOT is estimated at $81,016.93. NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: Section 1. That said Cooperative Funding Agreement (Agreement No. 2019-16-138) 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. 2019-16-138) for the for the City to administer the deconstruction, salvage, and removal of the former SELCO building located at 15 South Main Street. Passed, approved and adopted this 6th day of May 2019. Attest: )1,017 - Kevin 6. Firnstahl, CMC City Clerk F:\PROJECTS\SELCO Bldg Demolition - 20191Funding Agreement /oyD. Buol, Mayor February 2017 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Dubuque ir . ',- . - ' ` ..F`'.�/'� !� City Dubuque Project No. NHSN-020-9(254)--2R-31 Iowa DOT Agreement No. 2019-16-138 Staif Action No, Q-2019-0681 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.Q. 20 within Dubuque County, Iowa; and The LPA and the DOT are willinginm�in�mon�he�Qa����� �~ jointly participateproject,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 Thenefope, it is agreed as follows: Y. Project Information a. The LPA shall be the lead local governmental agency for carrying out the provisions of this agreement. U. AH notices required under this agreement shall be made in writing to the DOT's and the LPA's contact person. The DOT's contact person shall be the Assistarit District Engineer, Kenneth Yanna, P.E. The LPA's contact person shall be the Assistant City Engineer, Bob Schiesl, P.E. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Salvage and Removal 15 S Main St in Dubuque - Parcel No. 106 (see Exhibit A for location and Exhibit C for description of improvements). The project wilbe designed, bid, let, constructed and inspected in two phases. Phase 1 will cover demolition of the structure and Phase 2 will cover utility disconnects. 2. Project Costs a. The DOT will reimburse the LPA for construction, desin/engineering and inspection costs for both Phase 1 and Phase 2. The costs for Phase 1 are estimated to be $47,437.50. The costs for Phase 2 are estimated to be $33,579.43. The total reimbursement from DOT is estimated at $81.016.93. Reimbursement for Preliminary Engineering (PE) and Construction Engineering (CE) will be based on actual staff costs incurred by the LPA. Reimbursement for construction costs will be based on the actual costs incurred and the accepted bid at the contract letting. (See Exhibit B). 201946488_Uubuqua 1 February 2�1 i b. The LPA will bear all ccsls excep[those allocated to the DOT under other terms of this Agreemenl. 3. Environmental, Righ4of-Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Work Within thz RlghFof-Way PermiC Access ConnectioNEnhance Pennit U[iliry Accommodation PermiL Applicabon for Approval of a Traffic Control Devlce. or other construcbon permits r5quired for the project prior to the start of construcfion_ Nelther the approval of Funding nor the signing of this Agreement shall be construed as approval of any required permit from ihe DOT. b. The LPA shall obtain all project pennits and I or approvals, when newssary, from the lowa Departmen[of CWtural Affairs (State Historical Society of lowa; State Historic Preservalion ORiceq. lowa Departmenf of NaNral Resources, US. Coast Guartl, U.S. Army Corps of Engineers, or other State or Federal agencies as may be requlretl. c. If the LPA has completed a Fiood Insurance Stutly (FlS)for an area which is affected by the proposed Primary Highway projec[and Ihe FIS Is modified, amended or revised in an area affec[ed by Ihe projec�aRer Ihe da[e of this Agre2ment, the LPA shall promptly provide notice of the modification, amendment or revision to Ihe DOT. If ihe LPA does not have a de[ailed Flood Insurance Study(RS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an RS in an area affected by the proj2ct aRer the tlate of this Agreement Ihe LPA shall promptly provide no6ce of the FIS to the �OT. 4. Projec[Design a. The LPA or its consultant shall be responsible tor the design of all proposed improvements. b. The project plans, specifications antl engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the Stafe of lowa. c. All proposed highway or street improvemen[s shall be designed using gootl engineering jutlgment and the American Association of State Highway and Trensportation Offcials(AASHTO)"Policy on Geometric Design of Highways and SUeets", Qatest edition). d. The project design shall comply with the"Manual on Uniform Treffic Control Devices for Streets and Highways", by the Pederal Highway Administratioq as atlopted 6y �OT, as per 761 lowa Administrative Code, Chapter 130. 5. Bid Letting a. The LPA shall submit(he plans. specifications, and all other contract documents for review and approval prior to letting by the LPA. The project may be submitted for lefling in phases, in the order of preference as determinzd by the LPA. The DOT shall review said submi[tal(s) recognizing the LPA's development schedule and shall, after satisfactory revizw, authorize in writing [he LPA to proceed with implementation of the project. b. Por portions of the project let to bid, the LPA shall contluct the project 6id letting in coinpliance with applicable laws, ordinances, and administralive rules. The LPA shalt advertise (or bidders, make a good taith effort to get at least three (3) bidtlers, hold a publro Ietting antl award contracts for the pmject work. DOT concurrence in the award must be obtained prior to Ihe award. The LPA shall provide the DOT file copies of project letling documents wlthin five (5) days after letting. zo+e-iF-iae_o�e�o�e _ Febmary 201] c. The LPA shall include in their Notice to Bidders that Sales 7ax Exemptlon Certlflcates will be issued, as provided for by lowa Code section 423.3. su6section 80. The LPA shall be responsible for obtaining the sales tax exemption certificates through the lowa �epartment of Revenue and Finance. The LPA shall issue Ihese certificates to the successFul bidder and any subcontractors to enable them to purohase qualifying matenals forthe project free of sales tax. tl The LPA shall be the contracting authority. 6. Construction & Main[enance a. The LPA shall 6e responsible for the tlaily inspection of the project, inGuding the compilation of a tlaily log of materials, equipment, and labor used on the project. b. The LPA shall comply wifh the procetlures antl responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums (LM's)antl the Construction ManuaL If requested, the 00T may be able to perform some testing services. If performetl, the DOT will bill the LPA for testing services according to i[s normal policy. c. The work on this project shall be in accordance with Ihe approved plans and specifications. Any substantial modification of these plans and specifications must be approvetl by the DOT prior to the modification being put into eNect. d. Subject to the provisions hereof, the LPA in accordance with 761 towa Administrative Code sections 150_3(1)c and 150 4(2)will remove or cause to be removetl all encroachments or obstmctions in the existing primary highway right of way. The LPA will also prevent ihe erection and/or placement of any structure or obstruction on saitl right of way or any additional right of way which is acquired for Ihis project inclutling but not limited to private signs, buildings, pumps, and parking areas. e. With the exception of service connections no new or fuWre utility occupancy of project righhof-way, nor any fu[ure relocations of or alteiations[o existing utili[ies within said righhof-way (except servfce wnnectionsj, will 6e permit[ed or undertaken by the LPA withouf 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 f. Upon completion of the project, no changes in the physical features thereof will be undertaken or permittetl without the prior written approval of the DOT. y. ARer the projecl construction is complete antl prior to final acceptance of the project 6y the DOT, the LPA shall fumish three sets of"as-builP'plans to the DOT's contact person. h. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and condi[ions contained in 761 lowa Administrative Code Chapter 150. 7. Traffic Control a. U.S. 20 through-[raffc Will be maintained dUring lhe ConStrUCtion. b_ Traffic control devices, signing, or pavement markings lnstalled within the limits of this pmjec[shall confonn to the"Manual on Uniform Traf(ic Control Devices for Sireets 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 and tlevices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 201946-138_Dubuaue 3 Febmary Zat] 8. Payments and Reimbursements a. The LPA shall be responsible for maRing initial payinents to the consWtant(s) and contractor(s) Por all pro�ect r.osts incurred in the davelopment and construction of Ihe project. Aker payments have been matle. the �PA may submit to [he �OT periodic I[emized clalms for relmbursement for eligible project activi�ies. Reimbursement claims shall include certification by a Professional Engineer licensetl to practice in the S[ate of lowa that all eligible project activities for which reimbursement is requested have been pald in full and comple[ed In substantial compllance wlth the tenns of this agreement. h. The DOT shall reimburse the LPA for properly documented and wrtifietl claims for eligible project activity costa The DOT may wfthhold up to 5% of the Federal and /or State share of constmction costs either by state warrant or by crediting other accoun[s from which payment may have been initlally made. If upon final audiC Ihe DOT delermines the LPA has been overpaid, �he LPA shall reimhurse ihe overpaid amount to the DOT. After the final audi[or review is comple[e and after�he LPA has providetl all required paperwork, the DOT will release the Fetleral or State funds withheld. c. Upon completion of the project, a Professional Engineer licensed ro practice in the State of lowa shall certdy in writing to Ihe DOT that the project acGvities were completed In subs[anbal compliance with the plans and specifications set out in this agreement Final reimbursement of State and/or Federal funds shall be made only af[er the DOT accepts the pmject as complete. 9. General Provisions a. The LPA shall maintain recortls, documents, and other evidence in support of Ihe work performetl 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 inspecfion antl audit by authorized representatives of the DOT and /or the Federal Highway Administration (FHWA), or their dzsignees at all reasonable times. The LPA shall Urovide copies of said records and documents lo the DOT upon request. The LPA shall also require Its contractors to permit authorized representatives of the DOT and/or the FHWA ro inspect all work materials, records, and any other data with regard to agreement related costs, revenues antl operating sources. Such documents shall be retainetl for at least 3 years from the date of PHWA approval of the fnal amendment/ modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval 6y FHWA, the DOT will no[ify the LPA of Ihe rewrd retention date. b. In accordance wifh Title VI of the Civil Rights Acts of 1964 antl lowa Code Chapter 216 and associated subsequent nondiscrimination laws, regula[ions antl executive orders, the LPA shall not discriminate a9ainsi any person on the basis of race. color, creed, age, sex; sexual orientation, gender itlentity, national origin, religion, pregnancy, or disability. c. The LPA shall use positive efforts to solicit proposals or bids from and ro utilize Targetetl Small Buslness (TSB) enterprises as consWtants or wntracrors and ensure ihat the consultants or contractors make positive efforts[o utilize these enterprises as subconsultants, subcontractors, suppliers or participants in the work coverzd by ihis agreement Efforts shall be made and documented in accordance with Exhibit D which is attached hereto and by this reference incorporated in[o Ihis agreemeN. d The LPA agrees to intlemnify, detend antl hold �he DOT harmless irom any action or liabiliry arising out of Ihe design, cons(ruction, maintenance, placement of traffic con�ml devices, inspection, or use of thls project. This agreement to indemnify, defentl and hold harmless applies to all aspects o�the DOT's application review and approval process, plan and construction reviews, and funding partfcipation. 20�9-16-138_Dubuque 4 feomary201] e. If any pah of[his agreement is found to be void and un2nforceable�hen �he remaining provisions of this agreement shall remain in effect. E This agreement is not assignable without the prior written wnsent of the DOT g. II is the intent of both (all) parties tha[no[hird party 6eneficiaries be created by this Agreemen�. h. In case of dispute concerning the terms of this agreement. the par�ies shall submit the matter to arbitration pursuant to lowa Code Chapter 679A. Either parry has the nght to submit the matter to arbitration after ten (10) days nobce to [he other party of their intent to seek arbitration. The written no[ice must include a precise statement of the disputed question. The 00T and the LPA agree to be bound by the decision of the appoin[ed arbitrator. Neither party may seek any remedy with the State or Federal courts absen� exhaustion of[hP provisions of Ihis paragraph for arbitration. i. This Agreement may be executed in (lwo) counte�parts, each of which so executed will be deemed to be an original. j. This Agreement, as well as the unaffected provisions of any previous agreement(s), addentlum(s), andlor amendment(s)�, represents the entire Agreement between the LPA and DOT regarding thls 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 amentlment to this tlocument. zaie-is-ias_o�e�a�e s February 2017 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2019-16-138 as of the date shown opposite its signature below. CITY OF DUBUQUE: By: Title: Mayor I, Kevin S. Date May 6 2019 Firnstahl, certify that I am the Clerk of the City, and that Roy D D. Buol who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the day of May 6th Signed: ( 20 19 City Ierk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: By: Cinfal James R. Schnoebelen District Engineer District 6 _Date 3114 , 20 k 2019-16-138_Dubuque 6 �-.- -� �, �__...__.�.._�.�_�y,.,� � .� � , Q� _ EXHIBITA N' Untitled Map �'� ` '�• � � � � Legend � � :� , Writeadescriptionforyourmap. � � .�J� n��'�*� 3 �, •o• �- '(�__� � `�� �Uj qPPeWlhitetDentalPartners �'� ' � -� - > � ����� 1�j,, '..'�� Cathedral of St Raphael ., � ,� -� �'e�y� "1a�, � �4�'� - .- � ; - / ! � � ,.f\ � „ `� �a,,,, . d CrescentElectricSupplyCompany "�� � . . - p� � � Creslanes Bowiing � �� �' + � k �c` ' ._:;11 ��'� �`, .� � �_ � ��}� '� Feature 1 (� � J Feature 2 .o � l� �i.,,is,. � � � ''. ° 1 i � "�.a, i 10 - Y t� 1 '�. l� Feature 3 1 oSuU • A� ' { � r � ' .� „�:��_ ��n � � i� � Hy-Uee Gas & Convenience Store � � _ � ,��� z � ..�.� � ,a� � IWireless \ �p` �/ � � � � �� : � . . �� e' lowa 4 �� — . .� �t. ' v ,, .-' '� a ++ x ._� GQ Mutual Wheel Co �' E' �y _ D o o a �SZQ� J � ! s� � Pa�k / ` � --' � i � � � �" ` r - � Philli S 66 ` v � ��V"° � � P - _ � r �� /�� � " ��r��� � � Starbucks ' . tY`�"t�. � }� � � � �1E' .� _:i� � ,� . . � � \, � � � i- � .�'-� \�����t `�' 1 f�5� � �g'rtr,. A?. ! �,,,+:,� �'-°!��, � \�\� Ii � � i3� ` �e 3 � + l �f \� �f � � � � /�� V / � � � . � �� � . 1 � �^ �'�g� S � R b �� �n�. �"� ��/J b��� -(( � Y � \ � h � � - � > �� �� ; ��'� .� � � ,� �r,�=��; f , ����, �� - . � ��,� ���, � 0 946i �% � ` � � � � ^;�i � ''�ll � � �� �,' - i a P�_ � ��,, �� �� � � .,� �� �� �r � .,,, �'�' � , ,� ` �`°,w'�'�/ � - ., - > : :-.(� � � i ,pF , �,I. � �Y ,,.��^ f Y 61 j �� � ^`�,�2p i � o F � � �� � �. , � �i . � � ��"' c 1 `'� �'G '�..' ,5 � - ��.-�, � �.� � � '� , A'��� @ • s • . f��F:i���, �� '..-'� �� ;, N� � . 1� � ��'� �� � � ! ` • N 4�`. ��•�;. sf� r\t' — . �._ l 1P r''_V.: � �lar ,�'��'. A 11 ' � zois�a a�d w nert in GIS SELCO (Parce1106) 15 South Main Buildin Demolition `}� g �U6UC��JF (Not for Construction) E+7�j1k11t L�1 ! M ��'�. 10 / � REMOVE CONCRETE SLAB& FOUNDATION "R WITHIN STATE PROPERN REMOVE BUILDING .� - � � �- _" ' ._ _. >-_ ,�>_:.<.._^-.... .. MAIN ST � / / �� S MAIN ST , � " " ' " " " " " ' _ _ _ _ _ _ _'• :. _ .. , : D ' � �' —_ � � �� I� f p�y . ? ■ �,..� maY .� � . . ;�r� ao, �e- CONCRETE SURFACE TO REMAIN• .' �� ��, oa i 15 (AT PROPERTY OWNERS REQUES� - ��y�C '�-9 ,�2�.�� � .... I . � � �e QO�� � . ¢� i i � , /' _ _ _ _ _ _ _ _ _ _ _ _ / ' / • _ r '� � oDy e`�� � � . �a''a'�y Q¢°- . . � ^,,° � _ . o �Q -` m=F Qe . /.. M pP p tlby: NMS � cN of o�e�4�e 1 inch = 60 feet 2 E 9 9 0°�°^ so w n i am sree� o e q ,iowaszom . . . . _ . , . .y 60 30 0 60 Fee[ ��J Phone:(583)588A2]0 Fax(583J588-0205 � Special Achievement in G6 �F� 2078 Award Winner SELCO (Parce1106) 15 South Main Utility Disconnect DuEuc�tJr - -- -- (Not for Construction) EXItlkllt A2 � �� ( 1 r - ; � � Excava[e[o cap (1) wa[er service lines a[ main. Excava[e[o cap (2)wa[er service lines a[main. �•�� Removal of the top of stop box (1). Removal of the top of stop boxes (2). �� �—� Bac�ll and restore pavemenG Backfill and restore pavement. r .�:.. _'_ - . _ __.. . . _ . . . _" _ `�c:..c. . _ . _. .� �� � � , ' ( v" - � -�, ;� ,- - Existing Samtary Maln � ;�_ , _ ' 15 �• '_.: qi` ��. _. . 0��� � 0/ �� -a�, _ e„_ ' � �, �� �," �; ,a _ / " V .� : -- : — ��� � Excavatetoremove6" sanitarysewerlateral be[ween deanou[ and building g , / � Exis[ing Cleanou[ Manhole � . � Ins[all twis[ plug in ups[ream & downs[ream pipe � M p a p ea oy�. mMs ciym ououque 1 inch = 60 feet Z� E 9 ' 9 0°�°" SO W t13�5lreet � 3J 0 �Feet CQ p� � q , lowa 52001 .,,v...�e. ,.sa�a..s..ne.ro.,mavi � '.(56�589-02I0 � Fax�.(56�589-0205 �xE�i�.YOF COST ESTIMATE - EXHIBIT Bl DU� City of Dubuque M�=re�N���eo��n��M��.��.�p�� ConstructionCostEstimate oare: Feomary�a,2me P�ojec[Name: SELCOBItlg(Parcel'106) '15 Soutlt Maln Bulltling Oemoll[lon NIN�E RNUMBERE OESCRIPrION Q�pN7�n, ONIT ONITPRICE TOTNLPRICE Olvlzlon'10-Oemoll[lon M Bulltling 5[mc[urez 1 10010.10&h0 �emolAionWork 100 LB $ 3]$0000 $ W$0000 TOTNL $ 3]$0000 CONTINGENCT 'IO.00b $ 3]5000 ENGINEEWNGPESERVICES(CITT) ].50b $ 3093]5 ENGINEEWNGCESERVICES(CITT) ].50b $ 3093]5 TOTNL CONSTRUCTION ESTIMNTE $ 4]43]50 EIIgIbleRelmbwseableCos[QowaOOn $ 4]43]50 rxecrrvor COST ESTIMATE - EXHIBIT B2 DU� City of Dubuque M�=re�N���eo��n��M��.��.�p�� ConstructionCostEstimate oare: Feomary�a,2me P�ojec[Name: SELCOBItlg(Parcel'106) '15 Sou[M1 Maln U[III[y Olsconnec[ NIN�E RNUMBERE OESCRIPrION Q�pN7�n, ONIT ONITPRICE TOTNLPRICE Olvlslon 20'10-EartM1wo�k,Subg�atle,antl Subbase 1 ]f110.10&E-0 Ezava�ioryClassl3 5000 CV $ 1800 $ 90000 2 ]f110.108-I-0 Subbase,Motlilietl5ubbase-Gratla�ionlA 2000 i0N $ ]f1.00 $ A0000 3 ]f110.108-I-0 Subbase,5pecialBacklill-Gatla�ion30 4000 i0N $ 1600 $ 1�9"1➢.00 SubioM $ 3i22000 Olvlslon]0'10-Portlantl Cemen[Conc�Me Pavemen[ A ]010.10&E-0 CurbantlGW�er,30"(Witl�M1),8"(TM1iWnes) 25.00 6 $ 0.5.00 $ 1�125.00 SubioM $ 1,12500 Olvlslon]020-Ho[Mlx NspM1al[Pavemen[ 5 ]020.10&Bfl Pavemen�orOvetlay,HMA,B"QM1iWnes) 25.00 i0N $ A5.00 $ 2�3]500 SubioM $ 2i3�500 Olvlslon]000-Pavemen[ReM1ablll[a[lon 6 ]OA0.10&H-0 Removal-Pavemen� 5000 SY $ 1050 $ 45.00 SubioM $ 52500 Olvlzlon'10-Oemoll[lon M Bulltling 5[mc[urez ] 10010.108-0-0 Ci�yWili�yServlce���sconnetlion,Wa�er 100 6 $ 8�00000 $ 8�00000 8 10010.108-02 Ci�yWifi�yServlce���sconnetlion,5ani�ary5ewer 100 6 $ 5➢000 $ 5➢000 SubioM $ 8�50000 Olvlslon'I'I-Mlscellaneous 9 1ID]fF10&h0 Mobiliza�ion 100 6 $ A�00000 $ A�00000 SubioM $ 4�00000 IOOT Olvlslon 252]-Pavemen[Ma�king 10 I�OT24]01A1 BCVA�.BmkenCen�etline(Vellow) 030 SiA $ 1�00000 $ 30000 Sub ioM $ 300 00 IOOT OlWslon 2528-haffc Control 11 I�OT24H➢1A TaRicCon�ml 100 6 $ 6$0000 $ 6$0000 SubioM $ 6�50000 TOTNL $ 26�W500 WNTINOENCT 90.00b $ 2�65450 ENOINEEWNOPESERVICES(CITT) ].50b $ 2,18996 ENOINEEWNOCESERVICES(CITT) ].50b $ 2,18996 TOTNLCONSTRUCTIONESTIM4TE $ 33$]943 EIIgIbleRelmbwseableCos[QowaOOn $ 33$]943 EXHIBIT C IOWADOT TOOFRCE Con�fact5 DATE� 5/b/17 AnENTION Scott Hanson GOUNTV'. Dubuque ftOW PROJECT NO' BRF20-9�158)-38-31 FROM: Patli J.Simons PARCEL NO: 106 PIN: POSSESSION DATE Sl2/17 OFFIGE'. ProOehY Management FORMER OWNER: Clark W.WolFf ADORESS: 15 S Main St SUBJECT'. PARCEL INSPECTION Dubuque, IA 52003 REMOVALOFIMPROVEMENTS The above referenced pmpedy was inspected to determine the Feasibility to tlemolish, sell,or rent such property.The inspection also adtlressetl pest or rotlent control,property maintenance requirements.and hazartlous waste concerns.A pest antl mtleN inspection was completetl on Ihis tlale. • � . • • � � 96'x114�Co-joine�sleel builaing Concre�e Siab Commerr,ial Bldy. Demolish 2756 sqA.a�tached steel cano0y �emolish Appmximate lowtion of parcel See atldress above Comments Building is partially on private lantl(Spahn 8 Rose,John Caok 563ISB3-6481).Coortlinate salvage antl removal with landowner.Per Patenl d 5814,State reserved a temporary easement over entire parcel(or removinq builtlinq.Water line from street�o builtlinq is still live. Localion of well(if knOwn) �NIA Loca�ion of septic syslem(if kwwn)�NIA Ulilities have been nolified Ves ❑ No� NIA❑ There may be miscellaneous�unk,debris,concrete antl/or(encing localed on this parcel. Ex�ermina�ion of pest or roden�required? Ves ❑ No� 6uiltlings to be boaNed rn sewretl? Yes ❑ No� Tanks were secure upon possession� Yes ❑ No❑ NIA� By copy of iM1is memo we are also requesting an ashestos inspectlon. pjs cc: Bratl Azeltine.Ornce ofLocalion and Enviwnmen� �ave Witllck.Right of Wsy Deslgn, Brennan Dolan,Office o�Location and Environment Jim Schnoebelen, �istdcl6 Engineer Hen Vanna,Assislant�istrict 6 Engineer Dou9 McDonaltl,Dlslrict 6 ConsVuction Engineer Patti J.Slmons,Property ldanager Parcel File 2019-�6-138_Du�uque � � " exnieirc IOWFl APP2AISA1.nNDRLSJaVItCli CORP02A170N NAI2RATIVE DF.SCRIPTION OF IMPROVEMENTS GENERAI. The building impmvemenl is a ssssemblage of two steel buildin�s that share a common block walt. TogeBier they forni a one-s[ory concretc block structw�c, parlially high-ceilinged, with some finisUed of£ice ama. 'I'hc original suucnire was construc[ed in 1947 and was completely renovated in 1995, with the additio�� of a mczzanine area on twu sidcs of the largest working building. "I'hc gross building area is estimated at IQ944 square feet. Thc building also has a 2,756 square Coot steel canopy added in 1995. The oflce finish area is 1,050 square fce[. � There is about 15,170 square fcct of asphalt paving, 5,760 square fee[of concrcle paving and 592 linear feet of chai�link fence,eight Pect Iiigh surromiding[he storagc yard. The building areas are summarized in the following table. TABLL 5:BUfLD1NG AREA Squarc Fcet llETAILF,D DESCRII'T[ON OF IMPROVEMENTS E[ighCeilingBldg. 5,700 Foundation l,ow Cciling Bldg. 5 244 rootings and foundation are believed co�crete. We did no[observe Gross Bidg.Aren �ogA4 ihe foundation footings and we do not comment on them Finish ORce Area I,O50 r1o0i5 Percem G6A Finish 26/ The building Uas conere[e floors [hroughout there is carpet in [he finishcd areas. � ' �xteriur Walis The cxterior walis are concre[e block and steel, generally in good condition. Oulside exterior wall i heights range from 14 to 17 fcet high. Roof � 'fhc building's roof is flal and cuvered wilh a rubber memhrane. The canopy is mofed with corrugated � steel. I Windows and Poors . Windows are Lypically casement-style in avcrxge condition. The office windows have combina[ion stonns and screens. Therc are two overhead lnmk dom�s on the sou[h wall in the receiving sec[ion. ��, There are eight, floor level overhead doors, two are 12 x 20 feet and the remainuig six are 10 x 12 feef. i Therc are numerous pedestria�doors. In[erim�I�inish ' The production and utility arcas arc generally unfinished and(hc offices are generally of minimal finish. The office aree is cmpcted wifh wood paneled walls and acoustioal [ile ccilings in good condi[ion with slained and vamished oak doors and lrim. Flaor Coverings , The floors are concre[e and covered in office and batlu�ooms with carpeting and vinyl. I 27 201946-138_�ubuque exnieiT c 1QWA APPRiV5.41_ iuJU[2F.SCA2CH CpNPORA'11UN Mechanical The building hus rigid conduit and breaker panel system lo disUibute power lluaughoul. The winng is considered suitablz f'or this facility. Lighting is oC adequate intensity in ull areas nnd consists of Fluorescent lubcs. The office area has gas-fired torced-air heat and cenh�al air-conditioning. The productio� area is not air- cmiditioned,but it is hea[ed with cziling-hung radiant heaters A large capac[ry gas-tired hot-watec heater f'umishes domestic hot-water. QUALiTY,ACF„ CONDI'fION AA'D REMAINING ECONOM[C LII�'F, We ubserve tl�e Uuilding as an average indusfiial quality consWction. We cnnsider its condition as "good.° Its chronobgiwl age is aboul 56 years and i[s effective age is 12 years. Buildings of this typc, when ncw, typicalfy have �r, cconomic life of aboul 40 years. Thus, the remaining economic life is 2fi years. 2R 201946-138_OWuque � -,illilllC�!IiIIIIIiIII�IIIIIIiIiIGl11'Ilili�III�IIdII�IIIIII�V�X"'B'T° - Ooc I0: 00]324500003 ryp[: GEN Klntl: iAiFNi qeco�ded: 03/OB/2012 at ID:002� AIl Fee Pmt: 622.00 P4Ae 1 of 3 oubuque CountV Ieve Ka[M1V Flynn TIW�lax Peca�de� F�=�2012-00003814 Prcpartdby�RCWmw: CMdyHowcii,SAOcparcme�[oITr.u:spo��ation,IligM1�o[WuyO(Ucq80015Ma1nWay.Amo.lA 50010,515¢39-153M1 AtlMsxS¢�SWcmcnb:GW,Wo1ffL.LC.,I55ou�M1Main5vee4Oubuqu41A51003 State of Iotiva OFFICE OF PatenWo. S�HE SECRETARY OF STATE STATE LAND OFFICE The STATE OF IOWA,sub7ect�o contlitions lis[ed In this patent,herebycomeysto GW.Wolff LL,C., real esWie In DWuque County,lowa,and more particuladydescribed as follows: One pa¢ol ot lantl localotl N Lo�s 2,3 entl M1 in Block 13 in Oubuquc Hmbor Co's Atldllioq in��a Ciryo(Oubuquo, �uhuque County,lowa es shown on Ekcsss Righl ol Way Plat ol Survey uOacM1eC herelo and byroierence made a patl hereol tlescnbetl as blloris. Lo(9A ol�lock 13—Commencing at IFe No�M1easi comer oi saitl Block 13;ihenco SouN 23 degrees 4]minules Odseconds Eas1,Y0]BM1feelalonglM1e Easterlyline Wsaid BIocS131ot1'.epeinloibeginnin9;iM1enee Norlh B3 tlagrcos O)minules 5B semr.ds Wesl,H6.33�eel lo @e Wes�erly line o�saitl Lo11;�hence South 22 tlegrces 41 Mnules 04secontls Eaai,a2o.nfcel along saiE Westedy line and IM1e Westerty lines of saitl Lols2,3 andM1 to � Ihe SoutM1wes[wrner of svitl I.ot 4;iM1onco Notlh 66 degrees 13 minutes 26 seconds East, ID0.0]feel ta IM1e Southeosl cornerol said Lol d;Ihence Nopb 23 deg�ees 6>minules OM1 seconds Weal,26tA81ee!b iha po�nl nl beginning;conleining2�,i32squareleet. NOIe: The Westerly line ol Mein Stroel k assumeE lo besrSoNF 23 degrees 4]minuics W secontls Easl(or�ha puryose ofibis dascnplion. (Conl.paga 2) CONOITIONS:Aulhoriry antl consitleralion iot issuance of ihis patent are stated in ihe ceHiticate of the Fight ot Way Director of the lowa Oeparlment of Transportatlon filetl wiin fhe State Lantl Olfce as provided in lowa Code Section 9G.6. This conveyanco is subjectlo iha wnditions imposed by lovre Code Seclions 30fi22, 30623, 30624,antl 30625, inclutling the righl of a utility associa�ion, company or wryoration�o continue in possesslon of a ri9ht o5 way in use at the time of Ihe sale. 1,TerryE.Branstatl,Govemor oRhe State � � � -„ oi iowe, have causetl ihis Insirument to be issuetl antl ihe Great Seal of iM1e State ot lowa�o be aHixed [o i[at Oes Moines, on �his�dayot�p�ig2'�,2012. ' �� £ ��� �� Terry E.Brensiad,Govemorof lowa �'„� ,/���� Matt Schul2,lowa Secrotary of State 1 hereby cer[ify Ihat the fm'egoing Palent Is recordetl In Vol. 26 Payey_�In the Sta�e Land OHice. //��//�"� ,�/•v( �� Met[Schultz,lowa Secretaryof Slate w.,F� b�5 do� zois-is-iaa_o�b�q�e exHieir c Dubuque County � C,W,Wolf L.LG Patent Conl.Irom page 1 Thc SWte al lowalorlheusaenabenefitoiuielowaOnpaNnenlolTtan¢po�leuon reservesakmporeryaceemanl werNe¢nli�apercello�IhepuryasaotramoNn9lwaae{olnetlslaelbuiltlingeentlealnalranopy.Thelemperery eaaementshp�l le�minale on comple4on ol l�e SaHage end Femoval prolecl. TTese proWsions mn xtllh IM1e lantl antl are binEing opon buyers.Pelr heirs,su<cessors.and aulgns. Oeclamtion ol Value Fling is na!reqNred,az Ihe Slala a�lowa is IM1e Grenlor entl exempt(mm such fling by Section 428h2(fiJ ot Ihe Cotle ol IOWa. a w.�ro 20t9-�6-�38_Oubu4ue , ' , EXHIBITC , ♦. . � I, i1tlI41IIJ�IlOi�WlI�INIh1��191V � . . we°:us�viui aryw:co� � - ° �a�/mrtmi�e m:oe:¢�rn °x".iv`n���"iY.Ya n.b.� •L•2012-00000864.. oune ^ PL4T OF sORV"cY � . IOWA OEPARTM[NT OF TRANSPORiAION . E%CESS'RIGHT-OF-WAY PARCEL 1�6 � � oeN+rc_ou��n ' - .�ar-t�l--• - m.um a,n"o, mnrvr n - "A'h`_,E IX neu_ass—m rt uamrs mo�,nwx rr �w�� / � �$p��f� MFA FnFJNPaI 4D�A OF e� �LOCN t3 19133pS4 R _.>P15�.gvJyV �fp}h'`AM1'q ' ����f�l9j�y+11 593•IS'�. ���GFSiflEEI (64•NIOD - -� - JI62tl ^POIM�FEEC.NWNGLOiA NnmN � !1E[OPHFR6lMMtd tnm �Oyr�����h v�''r' ��u44� ry}�i` Gf,i a '�M1A1J'✓� o,b �� IAIPOOBYYf ao��i� 1 ��'� ' � � - � 'n io 11 /L 'm . o�Nooa HI ' ��bj j11 � OFOEGINMXO � �m'�m�� I F:iG��Ce:l= 'F� \C�*. inrnn `�? �'� II `? ".'"r� `,4fz`"oc� i;�i)?. ����FF o� �umiii:.. PApp� _ c �;`� i �.•("��t" � _ LQ]' 4a��'n`5� . e��gi} � a��4.�^ - j'.TIOt. [:ty` ;�B<!G 13 : . �';; `���`'=„�o ' o� o.:�nem�or n�m � i� e co �m �e L z:a oiw a,t�a�=�k u�n oubue�o xomor camoaW � � i�° �o'� naera�,m m=ury a o�we wwqu.co��y.ro.:a. .6\3aec ' � sr mxna@� �com' `'9 SVT'cl'REOV6fm BY: Lm� i\ �OiIA O�NlRlLVI OF iN�NSPORlPR�N �Ls� ' ' WI3I{S ��o. s�fir,Eo��a��,�, ��E......... acmeo nie�suxonrHr............... ( ) - rrvo Vz rev.x.....,,_......____.._� ' � Fi.ncm ,R'xee�ue vr/u.wa cw...Q w�s��...�.�wo:.,xu_ �m..�...:...� u.»..�, �...�c.�„� aucen iy,c r.m�..............................� . ��µp�' nutle`�arN�na"o-d�w�:m��eyi0;mii+e�Y.°mY•�, ']�1'IRENCEA.pc �e^. �2 w/ BOTER - �tx o 9]61 �s �ee" • � '�� i � um.< v m . 6y�}�•...�....:�p„�p�� - ulea.c..m.an[rnxe.:mfe . q�IONA n .o,., .». e e� . ' W1E OM1YN",YOV. ]�. R011 ' . �'E 1'� BpM JO A0.]62I SHEET 1 OF 2 20�&16-138_Dubuque EXHIBIT C ' - ' '. OEPARTM.NT OF TRANSPORTA" ' uaminrvm�n:niu . PROJECT DEVELOPMENT PLOT PLAN PARCEL NO.: 105 OWNER: ��pRK V7.%OLfF SE.CTION: t N-R__W. LECENO SCALC:I"= I�0' x.o.oa useucrcr �mu n<c�s wunmi roix*: � � mveary u�. --.}�— CITY OF DUBUQUE - cN N EX.R/% c^� s F� ,p G� � � � f 0�'„-+. US ._2.� .. -p� --_ � _ —`�-.�e.__� � " e.r 9 --`=d-- ' — - - _"_"...�----_�_. — EX.R/W . —���_�� ^'- �.�v_s..�,__.�.-. . "�--•-..e � � -' •\ •-�_, � i ap Ey,e �oi z F� 'P ��I12+722R g IIItSq± �� �� f90' 94' ,: j . .-p. COL'3� y- �{ y 'A � Z 2 F-y'RI . L0T.4 - . �y F �. F� R 2019-���Yb DUBUQUE PROJECT NO.:BRF-20-9(I58I--38-31 Marcli 201� EXHIBiT D UTILIZATION OF TARGETED SMALL BUSINESS (TS6) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIR�-PARTV STATE-ASSIS7ED PROJECTS) In accortlance with lowa Code Section 19BJ, it is the policy of[he lowa Department of Transportation (lowa DOT) that Targeted Small Buslness (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of conlracts financed in whole or part with State funds. Under this policy ihe Recipient shall be responsible lo make a positive effort to soiicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultan[s. The Recipient shall also ensure thal the wntractors or consultants make positive efforts to utilize TSB firms as subconhactors, subconsul[ants, suppliers, or participants in the work covered by this agreement. The RecipienYs"positive efforts" shall lnclude, bu� not be limited to�. 1. Obtaining[he names of qualified TSB firms fmm the lowa Economic Development Authority (515- 348-6'159)or from its we6site at: https:/IiowaeconomicdevelopmenLcom/tsb. 2. Notifying qualified TSB firms of proposed projec�s invoWing S[ate funding. Noti(ication should be matle in sutticient time to allow�he TSB firms to participate effectively in the 6idding or request for proposal (RFP) process- 3. Soliciting bids or proposals from qualified TSB firms on each project and identifying for TSB firms Ihe availability of subcoNract work. 4. Consitlering establishment of a percen�age goal for TSB participation in each contract�hat is a part of this project and for whlch State funtls will be used. Contract goals may vary depending on ihe rype of project, the subcontracting opportunities availabie, the type of service or supplies needed for the project, and the availability ot qualified TSB firms in Ihe area. 5 For constmction contracts�. a) Inclutling in (he bid proposals a contract provision titled 'TSB Affirmative Action Responsibillties on Non-Federal Aid Pmjects(Third-Party State-Asslstad Projects)" or a similar document developed by the Recipient. This contract provision is available from [he Administering Office. b) Ensuring tha[the awarded con[ractor has and sha0 follow Ihe conhact provisions. 6. Forconsultantcontracts�. a) Identifying the T56 goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the sel<ctetl consWtant made a positive effort to meet the establishetl TSB goal, if any. This should include obtaining documentation from the consWtant that includes a list of TSB frms contacted�, a list of T5B firms Ihat responded with a subcontract proposal; and, if the consWtant does not propose to use a T58 firm that submitted a subcontract pmposal, an explanation why such a TSB firm will not be used. Mamh2019 The Recipient shall provitle the lowa DOT Ihe following documentation� t. Copies of correspondence and replies, and written notes of personal antl/or telephone contac4 with any TS8 firms. Such documentation can be u�ed to demonstrate the Recipient's posi[ive efforts and i[should be placed in Ihe general project file. 2. Bidding proposals or RFPs noting esta6lished TSB goals.. if any. 3 The attached "Checklist and Certification ' This fonn shall be filled out upon completion of each prqect and forwarded to: lowa �epartment of Transporta[ion, Civil Righ[s Coordinator. Office of Employee Services. 800 Lincoln Way. Ames, IA 50�10. Mam�2019 CHECKLIST AND CERTIRCATION Forthe Utilization of Targeted Small Businesses(TSB) On Non-Federal-aid Projects (Third-Party State-Assistetl Projects) Recipient Project Number. County. Agreemen[Number_ I. Were the names of qualified TSB firms obtained from the lowa Economic Developmen�AuMority7 . � VES NO If no, ezplain 2. Were qualified TS8 firms notified of project? .� YES ��� NO If yes, by � � letter, i,�telephone, . � personal contac[, or _ other(specify) If no, explain 3. Were bitls or proposals soficited fmm yualifietl TSB firms7 YES � NO If no, explain 4. Was a goal or percentage established for TSB participa[ion? i�YES ri NO If yes, whal was the goal or percentage? If no, explain why not 5. Oid the prime contractor or consWtant use positive efforts to u[ilize TSB firms on subcontracts9 � YES i i NO If no, what action was taken by Recipient� Is doc�mentation in files? YES � � NO 6. What was the dollar amount reimbursed to the Recipient from [he lowa Department of Transpodation7 $ What was the final project cost7 $ What was the dollar amount performed by TSB firms? S Name(s) and address(es) of the TSB firm(s) (Use atlditional Sheets if neCe558ry) Was the goal or percentage achieved9 '� YES �. � NO If no, explain As the duly authorized represen[ative of the RecipienC I hereby certify that the Recipiznt usetl positive efforts to utilize TSB firms as participants in Ihe State-assisted contracts associated with Ihis project. Title Signature Date