Loading...
Central Avenue HMA Resurfacing Project ApprovalMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Central Avenue HMA Resurfacing Project, from 21st to 32nd Street Iowa DOT Agreement No. 2011 -16 -079 Iowa DOT Project No. STPN -052 -2 (106)- -2J -31 DATE: January 28, 2011 City Engineer Gus Psihoyos recommends City Council approval for the Mayor to execute the Iowa Department of Transportation Cooperative Agreement for Primary Road Project for the Central Avenue HMA Resurfacing Project, from 21 to 32 Street. Through the cooperative agreement, the Iowa DOT will be responsible for the eligible construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) and the costs associated with the pedestrian access curb ramps for pedestrian crossings along U.S. 52 (Central Avenue). The City will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the costs of curb and sidewalk replacement, underground utility work, pedestrian access curb ramps for pedestrian crossing along the side streets 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. MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer Mic ael C. Van Milligen Dubuque bitril All An tacnr 11111 2007 Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer / J SUBJECT: Central Avenue HMA Resurfacing Project, from 21 to 32 Street Iowa DOT Agreement No. 2011 -16 -079 Iowa DOT Project No. STPN -052 -2 (106)- -2J -31 DATE: January 26, 2011 INTRODUCTION Dubuque 1111-aredca cny I '' 2007 The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Cooperative Agreement for Primary Road Project for the Central Avenue HMA Resurfacing Project, from 21 to 32 Street. BACKGROUND The Central Avenue Resurfacing Project, from 21 to 32 Street, was originally scheduled for the summer of 2010. Due to the documented history of private water service lateral failures within the corridor, the City elected to take a proactive approach in requiring the replacement of old lead water services prior to the resurfacing of Central Avenue. The Central Avenue Water Main (21 - 32 Street) Project was substantially completed in November, 2010. DISCUSSION The Central Avenue Resurfacing Project, from 21 to 32 Street, is a joint partnership project between the City and the Iowa Department of Transportation (Iowa DOT). The pavement rehabilitation project on Central Avenue will provide for the following improvements: • Pavement milling on U.S. 52 (Central Avenue) between 21 and 32 Street. • 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 intake reconstruction. • Installation of pedestrian access curb ramps. Through the cooperative agreement, the Iowa DOT will be responsible for the eligible construction costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) and the costs associated with the pedestrian access curb ramps for pedestrian crossings along U.S. 52 (Central Avenue). The City will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the costs for curb and sidewalk replacement, underground utility work, pedestrian access curb ramps for pedestrian crossing along the side streets and landscape restoration. All other associated costs, such as engineering design, contract administration, construction engineering and inspection will be funded solely with City funding. PRELIMINARY PROJECT SCHEDULE The preliminary project development schedule for the Central Avenue HMA Resurfacing Project is as follows: Initiate Local Public Bidding Process Publish Notice to Bidders, Advertise for Bids Public Hearing on Plans & Specifications Pre -Bid Construction Conference Receipt of Bid Proposals Award of Construction Contract Project Completion Date RECOMMENDATION March 7, 2011 March 10, 2011 March 21, 2011 March 22, 2011 March 22, 2011 April 4, 2011 November 18, 2011 I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Iowa Department of Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2011 -16 -079) for the Central Avenue HMA Resurfacing Project, from 21 to 32 Street. BUDGET IMPACT The preliminary estimate of probable cost for the Central Avenue HMA Resurfacing Project, from 21 to 32 Street, is as follows: Cost Estimate Construction Cost $1,379,872.83 Contingency 137,987.28 Administration, Design, Construction Engineering & Inspection 137,987.28 Project Cost Estimate $1,655,847.40 The anticipated project funding summary is as follows: CIP No. 3002248 3002248 Fund Description Iowa DOT Funding Central Avenue Pavement Rehabilitation Total Available Project Funding Fund Amount $ 913, 000.00 743,055.00 $1,656,055.00 The City currently has $363,330 budgeted in FY11 and an additional $379,725 budgeted in FY12 to cover the City's portion of the improvement costs. ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and authorize the Mayor to sign the Iowa Department of Transportation Cooperative Agreement for Primary Road Project (Agreement No. 2011 -16 -079) for the Central Avenue HMA Resurfacing Project, from 21 to 32 Street. Prepared by: Robert Schiesl, Assistant City Engineer cc: Ken Yanna, Iowa DOT Art Gourley, Iowa DOT Jenny Larson, Budget Director Greg Doeden, Civil Engineer RESOLUTION NO. 27-11 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION COOPERATIVE AGREEMENT FOR PRIMARY ROAD PROJECT (AGREEMENT NO. 2011 -16 -079) FOR THE CENTRAL AVENUE HMA RESURFACING WITH MILLING PROJECT, FROM 21 TO 32 STREET Whereas, the City of Dubuque is proceeding with the Central Avenue HMA Resurfacing with Milling Project, from 21 — 32 Street. Whereas, Central Avenue is located on US Highway 52 and is under the jurisdiction of the Iowa Department of Transportation. Whereas, the Central Avenue HMA Resurfacing with Milling Project, from 21 to 32 Street, will involve the: milling; patching and both thru lanes and parking areas; spot curb, driveway, and sidewalk replacement; intake reconstruction; and installation of pedestrian ramps. Whereas, the Iowa Department of Transportation (Iowa DOT) has authorized the use of State funds for eligible construction costs for the Central Avenue HMA Resurfacing with Milling Project, from 21 — 32 Street. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Iowa DOT Cooperative Agreement for Primary Road Project (Agreement 2011 -16 -079) between the City of Dubuque and the Iowa Department of Transportation be hereby approved for the Central Avenue HMA Resurfacing with Milling Project, from 21 — 32 Street. Section 2. That the Mayor be authorized and directed to execute two copies of Iowa DOT Cooperative Agreement for Primary Road Project (Agreement 2011 -16 -079) for the Central Avenue HMA Resurfacing with Milling Project, from 21 — 32 Street. Attest: Passed, approved and adopted this 7th day of Februar , 2011. anne F. Schneider, CMC, City Clerk D. Buol, Mayor (Iowa Department of Transportation NOP District 6 Office PHONE: 319 - 364 -0235 430 Sixteenth Avenue SW FAX: 319 -364 -9614 Cedar Rapids, IA 52406 -3150 December 6, 2010 Mike Van Milligan, City Administrator City of Dubuque 50 West 13 Street Dubuque, Iowa 52001 Dear Mr. Van Milligan: Ref: STPN- 052- 2(106)-2J -31 Dubuque County City of Dubuque Agreement No. 2011 -16 -079 SUBJECT: Agreement 2011 -16 -079 FINAL (HMA Resurfacing on US 52 in Dubuque) Attached are two (2) copies of an agreement between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves Hot Mix Asphalt (HMA) resurfacing with milling on U.S. 52 (Central Avenue) between 21 Street and 32 Street. The project provides for milling, patching and HMA resurfacing of both thru lanes and parking areas as well as spot curb, driveway and sidewalk replacement; intake reconstruction; and installation of pedestrian ramps. Please secure the necessary approvals and signatures of the appropriate City of Dubuque officials and return both signed copies of the agreement to this office for further processing. An original of the fully executed agreement will be forwarded to the City of Dubuque after final signature by our department. If you have any questions concerning this agreement, please contact me at the above listed phone number. JRS /sjb Enclosures (2) Very truly yours, James R. Schnoebelen, P. E. District Engineer March 2010 Therefore, it is agreed as follows: 1. Project Information 2. Project Costs 2011 16 079_Dubuque_120210.docx 1 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Dubuque City Dubuque Project No. STPN- 052 - 2(106)- -2J -31 Iowa DOT Agreement No. 2011 -16 -079 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 LPA proposes to establish or make improvements to U.S. 52 within Dubuque County, Iowa; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and a. The LPA shall be the lead local governmental agency for carrying out the provisions of this agreement. b. All notices required under this agreement shall be made in writing to the DOT's and /or the LPA's contact person. The DOT's contact person shall be the District 6 Assistant Engineer. The LPA's contact person shall be the City Engineer. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Hot Mix Asphalt (HMA) resurfacing with milling on U.S. 52 (Central Avenue) between 21 Street and 32 Street. The project provides for milling, patching and HMA resurfacing of both thru lanes and parking areas as well as spot curb, driveway and sidewalk replacement; intake reconstruction; and installation of pedestrian ramps. a. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement. b. The total cost of construction is estimated at $1,517,860.12. The DOT shall contribute an estimated $913,000 toward the project costs which represents the costs associated with pavement rehabilitation for the center 24 feet (12 feet in each direction from roadway centerline) and the costs associated with pedestrian ramps for pedestrian crossing of U.S. 52. See Exhibit A for project costs and Exhibit B for project location. The LPA will be responsible for the costs outside the center 24 feet including for pedestrian ramps for pedestrian crossing the side streets. March 2010 3. Environmental, Right -of -Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Right to Occupy and /or Perform Work Within the Right -of -Way, Permit of Access, Utility Accommodation, Right to Install and Maintain Traffic Control Devices, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall be construed as approval of any required permit from the DOT. b. The LPA shall obtain all project permits and / or approvals, when necessary, from the Iowa Department of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, or other State or Federal agencies as may be required. c. If there is a railroad crossing within or near the project work area, the LPA shall obtain the necessary approvals or agreements from the railroad to allow the proposed work to be completed on or around the railroad crossing and / or right -of -way. d. If the project requires utility relocations, subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities, including but not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone. All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. e. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date.of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. 4. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the State of Iowa. c. All proposed highway or street improvements shall be designed using good engineering judgment and the American Association of State Highway and Transportation Officials (AASHTO) "Policy on Geometric Design of Highways and Streets ", (latest edition). d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and Highways ", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa Administrative Code, Chapter 130. 5. Bid Letting 2011- 16- 079_Dubuque_120210.docx 2 March 2010 a. The LPA shall submit the plans, specifications, and all other contract documents for review and approval prior to letting by the LPA. The project may be submitted for letting in phases, in the order of preference as determined by the LPA. The DOT shall review said submittal(s) recognizing the LPA's development schedule and shall, after satisfactory review, authorize in writing the LPA to proceed with implementation of the project. b. For portions of the project let to bid, the LPA shall conduct the project bid letting in compliance with applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a good faith effort to get at least three (3) bidders, hold a public letting and award contracts for the project work. DOT concurrence in the award must be obtained prior to the award. The LPA shall provide the DOT file copies of project letting documents within five (5) days after letting. c. The LPA shall include in their Notice to Bidders that Sales Tax Exemption Certificates will be issued, as provided for by Iowa Code section 423.3, subsection 80. The LPA shall be responsible for obtaining the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The LPA shall issue these certificates to the successful bidder and any subcontractors to enable them to purchase qualifying materials for the project free of sales tax. 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. b. The LPA shall comply with the procedures and responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction Manual. If requested, the DOT may be able to perform some testing services. If performed, the DOT will bill the LPA for testing services according to its normal policy. a. The work on this project shall be in accordance with the approved plans and specifications. Any substantial modification of these plans and specifications must be approved by the DOT prior to the modification being put into effect. b. 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. c. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be removed all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and /or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. 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 (except service connections), will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. e. General Parking Requirements: i. On primary highways at signalized intersections, parking will be prohibited a distance of 20 feet in 2011- 16- 079_Dubuque_120210.docx 3 March 2010 advance of the near sidewalk or traffic - control signal and a distance of 20 feet beyond the far sidewalk. At non - signalized intersections, parking will be prohibited 55 feet in advance of the near sidewalk and 22 feet beyond the far sidewalk. ii. On minor side streets controlled with stop signs, with two through lanes and two parking lanes (parallel or diagonal), parking will be prohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a distance of 35 feet beyond the far sidewalk. On minor side streets controlled with stop signs, with four through lanes and two parallel or diagonal parking lanes, parking will be prohibited a distance of 35 feet in advance of the near sidewalk or stop sign and a distance of 20 feet beyond the far sidewalk. iii. On minor side streets with traffic control signals, with two through lanes and two parallel parking lanes, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic signal and a distance of 35 feet beyond the far sidewalk. On minor side streets with four through lanes and parallel or diagonal parking lanes, parking will be prohibited a distance of 20 feet in advance of the near sidewalk or traffic signal and a distance of 20 feet beyond the far sidewalk. iv. If not already covered by an existing ordinance, the parking restrictions listed above will be outlined in a new ordinance which will be enacted by the LPA. The new ordinance would go into effect no later than such time as the project is completed and opened to through traffic. Parking shall be prohibited along U.S. 52, within the project limits. f. 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. g. After the project construction is complete and prior to final acceptance of the project by the DOT, the LPA shall furnish three sets of "as- built" plans to the DOT's contact person. h. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150. 7. Traffic Control a. The LPA will temporarily close the highway project area by formal action in accord with Iowa Code section 306.41. U.S. 52 through- traffic will be detoured off of the project. The LPA will erect and maintain signs within its jurisdiction, consistent with Part 6 of the "Manual on Uniform Traffic Control Devices ", as necessary to direct traffic to and along said detour route during the construction period. The LPA will also remove said signs when the detour is discontinued. Details will be shown on the traffic control sheet(s) within the project plans. A separate detour agreement will be negotiated and the LPA will be eligible for compensation for the detour in accordance with the DOT Detour Policy b. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761 Iowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 8. Payments and Reimbursements a. The LPA shall be responsible for making initial payments for all project costs incurred in the development and construction of the project. After payments have been made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa 2011- 16- 079_Dubuque_120210.docx 4 March 2010 that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs, less a withholding of 5% of the Federal and / or State share of construction costs, either by state warrant or by crediting other accounts from which payment may have been initially made. If upon final audit, the DOT determines the LPA has been overpaid, the LPA shall reimburse the overpaid amount to the DOT. After the final audit or review is complete and after the LPA has provided all required paperwork, the DOT will release the Federal or State funds withheld. c. Upon completion of the project, a Professional Engineer licensed to practice in the State of Iowa shall certify in writing to the DOT that the project activities were completed in substantial compliance with the plans and specifications set out in this agreement. Final reimbursement of State and / or Federal funds shall be made only after the DOT accepts the project as complete. 9. General Provisions a. The LPA shall maintain records, documents, and other evidence in support of the work performed under the terms of this agreement. All accounting practices applied and all records maintained will be in accordance with generally accepted accounting principles and procedures. Documentation shall be made available for inspection and audit by authorized representatives of the DOT and / or the Federal Highway Administration (FHWA), or their designees at all reasonable times.. The LPA shall provide copies of said records and documents to the DOT upon request. The LPA shall also require its contractors to permit authorized representatives of the DOT and / or the FHWA to inspect all work materials, records, and any other data with regard to agreement related costs, revenues and operating sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final amendment / modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will notify the LPA of the record retention date. b. In accordance with Iowa Code Chapter 216, the LPA shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability. c. The LPA shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small Business (TSB) enterprises as consultants or contractors and ensure that the consultants or contractors make positive efforts to utilize these enterprises as subconsultants, subcontractors, suppliers or participants in the work covered by this agreement. Efforts shall be made and documented in accordance with Exhibit C which is attached hereto and by this reference incorporated into this agreement. d. The LPA agrees to indemnify, defend and hold the DOT harmless from any action or liability arising out of the design, construction, maintenance, placement of traffic control devices, inspection, or use of this project. This agreement to indemnify, defend and hold harmless applies to all aspects of the DOT's application review and approval process, plan and construction reviews, and funding participation. e. If any part of this agreement is found to be void and unenforceable then the remaining provisions of this agreement shall remain in effect. f. This agreement is not assignable without the prior written consent of the DOT. g. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. 2011- 16- 079_Dubuque_120210.docx 5 March 2010 h. In case of dispute concerning the terms of this agreement, the parties shall submit the matter to arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written notice must include a precise statement of the disputed question. The DOT and the LPA agree to be bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the State or Federal courts absent exhaustion of the provisions of this paragraph for arbitration. i. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. 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. 2011- 16- 079_Du buque_120210.docx 6 March 2010 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2011 -16 -079 as of the date shown opposite its signature below. CITY OF DU: QUE: By: s i Date February 7 20 11 Title: a C r Jeanne F. Schneider , certify that I am the Clerk of the City, and that Roy D. Buol , who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 7th d. . of February Signed ty Clerk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: By: Date , 20_ James R. Schnoebelen District Engineer District 6 2011- 16- 079_Dubuque_120210.docx 7 March 2010 ENGINEERS ESTIMATE PROJECT NAME: City of Dubuque - Engineering Division Project Cost Estimate Central Avenue HMA Resurfacing Wan Mthno f rom 2181 Street to 32nd Street BOOT & CITY) (POWN1Pmloot) 1 BID ITEM DESCRIPTION (Roadway • 24' Mainline) Total Construction Estimate = $912,794.50 (DOT) + $605,065.62 (Ci(y) = $1,517,860.12 2011-16-079_Dubuque_120210.docx 8 EXHIBIT A DATE! March 11. 2910 Revised .2'l 28, 2010 Stay 7, 2010 _ .iv 23. 2010 UNIT ESTIMATE ESTIMATE ESTIMATE I MAMMY COST [ cosy 0040 22100475290 - Rase Macadam Stone TON 100 5 10.50 5 1,050,00 0050 2212-0475099 - Caeanin& trad Preparation of Base MILE 122 5 17,415.00 $ 21 246.30 0060 7212-5070310 -Patch, Full-Depth Repair SY 4,333 $ 52.53 $ 227,612.49 0070 2212-5070330 - Patch Sy Cou0t (RePair) Each 165 5 13155 $ 17.772,75 2212-5075001 - Hot Mx Asphalt Surface Patches TON 80 5 21050 5 12,000.00 0100 2214-5145150 - Pavement Scprikation SY 18,195 $ 3.81 3 69,322.95 0120 23035000100 - HMACornmeecialMis t tncludos As0ha1( 64ndor), As Pie Poo TON 50.0 $ 206.00 5 10200.00 0130 2303-0041500- HMA (3,000,000 ESAL), Base Course, 112- IN Mb TON 3,1613 5 35.00 5 110,680,00 0140 2303-0043500 - HMA (3,000,000 ESA(.) Staab° Course, 1/2 - IN. M. NO FR(C REG TON 1,582 5 45,00 S 71-190.00 0150 2303-0246428 -Asphalt Binder, PG 84-26 TON 285.0 5 580.00 5 185,200.00 0160 23034400000 - Adjustment of Fedoras EACH 117 5 226.60 5 26,512 20 0170 2303-6911000 - HMA Pavement Seres 1.5 1 $ 3.636.00 5 3,636,00 0240 2527-9263109 • Painted Pavement Mancha, Waterborne or Solvent STA 51.70 5 154 60 $ 7,987.85 0250 2527-9263137 - Painted Symbols end Legends Waterborne o. Selverl EACH 8 $ 8307 $ 664.55 02130 2528 - 5445110 - 1 rat Conteal LS 1 5 19 , 337.04 5 19,337.04 25284445113 . Flogger EACH 84 $ 250.00 5 10,000.00 0270 2633 -4960005 - Mobikzegen LS 1 5 24155.24 $ 24,156.24 0310 2599-9990005 - intake Proteclion EACH 32 $ 128 75 5 4,120.00 0320 Handicap Access Remo (C5s1s) LS 1 $ 20,125.00 S 20 12590 Bfid Sob-Total 829,013-08 Coalingency ( ID%) 1.32 Total Construction Estimate (IDO Ty: I BID Fiat DESCRIPTION (Roadway - Parktng Laneg) 1 1 1 011ANTITY LURIT COST ESTIMATE I ESTIMATE 11 ESTIMATE 1 COST 0010 2101-0850002 - Clearing and Grubbing UNIT e 5 397 22 5 ' 2.383.32 0020 210-43 - Topes; Furosh 4 SpreEfrd CY 10 0 5 46.70 5 . 487.00 . 0030 2210-0475115 - Graded Slone Baso TON 300 $ 11.85 _5_ 355500 0060 22 S 2-5070310 - Patch, Full Repair SY 2.755 $ 52.53 5 144,12015 0070 2212-5070530 - Patch By Count (Repair) Each 130 $ 131.65 $ 17,114,60 2212-5075001 - Hat Mix Asphalt Surface Patches TON 40 5 210.00 S 8,400.00 00130 2213-2713300 - Exceve5on, Cia35 13Jor Wfdenoci CY 125.0 5 14,40 5 1.800 00 0090 2213-6745500 - Rernovel of Curb STA 12.70 $ 309.00 5 3,924.30 0100 22145145150 - Parement Sc,asticelon SY 12,350 A 3.81 5 45.31438 0130 2303-0041500 - H&LA 00_ ta),000 SAL Base Course, 1/2 -111. Ma TON 2.112 $ 35.00 $ 73,920.00 0140 2303-0043500 • HMA (3,000,000 ESAL). Surface Course, 1/2 - IN, Mix, 140 FRI() REO TON 1,058 $ 45.00 S 47,610.00 0150 2303-0246428 - Asphalt Binder, PO 64-28 TON 190.2 $ 580.00 $ 110,31090 0190 2611-6745900 - Removal of Sidewalk SY 3000 3 7.12 5 2.13E90 0200 2511 - SideivalkPCC,4-1N. SY 300.0 5 30.20 5_ ___ 9 060 00 0210 2512-1725256 • Curb Pkis Gutter, PCC 2 5' LF 1,270.0 $ 15.20 5 23,114.00 0220 2615-2475006 - Onires, PCC, 84N. SY 100.0 $ 38.80 $ 3,88000 0230 2515-8745E00 - Remmei of Paved Driveway SY 100.0 5 7.50 5 750,09 0260 2628 - 8446110 - Tralk ConVol LS 1 $ 12,762.96 $ 12 762 06 0270 2533 -498C005 - Mobkallon LS 1 5 15,943.76 5 15.943.76 0280 28012639010. Sodding SO 4.00 5 60.25 5 241 00 0290 2601 - Viiatst for Sod. Special Each Control or Slope Protecbon MGAL 3-00 $ 54.10 5 162.30 0300 2599.9999005- Reconstruct Intake EACH 1 $ 1,340.00 5 1,340 00 0320 Handicap Access Remo (COMO LS 1 5 20.125.00 20 125.00 Bid Sub. Conlingency (l0%) Total Construction Eetineate (CITY). 650 059.85 55 005.97 80506542 March 2010 Project Location Map STPN-52-2(106)--2J-31 Let A SI F V r c... .. .. ,. k 54 A ., 4: G''''M N 4 ,, On-.114. 61 :- W3 4 , 1d SI ' ' l af4 . 4 \ , 1 4 4. ," 4 "4 ,,,/, c i 1 ,,, e 4. , g ,-- .;': ., e 4 0 , a,,,, ,,, le % v. 4. 4 4..e.„ , 0 .g. %. 0, 1 -1 6 e 14 ,,,, ,,,,, t:3 ,, d El& Illly PI 4 - , I A ‘, 4 .1 . . .. i I a II D. i S. • „: I 4 k _ . , 5 '. 4 G ,'> N ,,' 1 1. $ 4, 4' tr... a". . 4 .11 . .. q % 51 n 01 V. 3 14 4.4 et 4 7 . 1.. y - / . i.c.„ „ „ .,..,44.„. . 1. v. e ' - ‘. '\ g o c,.... t:3 * 's 4 2, 13.. e --% f„ s. , J . Wr ' telosiSt I i 0 $ hi d i ? -1 ri •1 A . .;.; s mr i -... - w — a 1; 0.11,. DI Von. or EOP MP 49.42 Dubuque Cruta Colt pe • WI • „<"?.."' 2011-16-079_Dubuque_120210.docx 9 = Project Location F - - 08115' ; 51 UnWo01 Ceri*lery 5. 3 r ,.= . 7":'' t ° ,e7 I...veUS: li sip ,,,,,,,.., ,, c k , q '` a f. ;I, . , I , o ' ' 51 151 514 ' ' . t BOP MP 48.15 1 dat492010 GqgIe ' 1 EXHIBIT B March 2010 UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON - FEDERAL AID PROJECTS (THIRD -PARTY STATE - ASSISTED PROJECTS) In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement. The Recipient's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515- 281 -7102) or from its website at: http: / /dia.iowa.gov /page7.html. 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process. 3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: 2011- 16- 079_Dubuque_120210.docx 10 EXHIBIT C a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non - Federal Aid Projects (Third -Party State - Assisted Projects)" or a similar document developed by the Recipient. This contract provision is available on -line at: http: / /www.dot.state. ia.us /local_ systems /publications /tsb_contract_provision.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. March 2010 The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and /or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of Contracts, 800 Lincoln Way, Ames, IA 50010. 2011- 16- 079_Dubuque_120210.docx 11 March 2010 CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non - Federal -aid Projects (Third -Party State - Assisted Projects) Recipient: Project Number: County: Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES ❑ NO If no, explain 2. Were qualified TSB firms notified of project? ❑ YES ❑ NO If yes, by ❑ letter, ❑ telephone, ❑ personal contact, or ❑ other (specify) If no, explain 3. Were bids or proposals solicited from qualified TSB firms? ❑ YES ❑ NO If no, explain 4. Was a goal or percentage established for TSB participation? ❑ YES ❑ NO If yes, what was the goal or percentage? If no, explain why not: 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? ❑ YES ❑ NO If no, what action was taken by Recipient? Is documentation in files? ❑ YES ❑ NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ Title Name(s) and address(es) of the TSB firm(s) (Use additional sheets if necessary) Was the goal or percentage achieved? ❑ YES ❑ NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State - assisted contracts associated with this project. Signature Date 2011- 16- 079_Dubuque_120210.docx 12