Loading...
Historic Millwork District_Complete Streets ProjectMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Historic Millwork District Complete Streets Project CIP 3602137 - Millwork Street Reconstruction CIP 7102129 - Millwork District Sanitary Sewer CIP 7202131 - Millwork District Storm Sewer CIP 7402145 - Millwork District Waterman DATE: February 1, 2011 Sealed bids were received for the Historic Millwork District Complete Streets Project. City Engineer Gus Psihoyos recommends award of the contract to the low bidder, Portzen Construction, Inc., in the amount of $5,575,005.92, which is 20.06% under the estimate of probable cost for the base bid plus alternates 1, 2 and 3. The Historic Millwork District Complete Streets Project will provide for the reconstruction of underground utilities, roadway sub -base, concrete streets, concrete sidewalks, pervious pavers in some of the parking areas, and re -use of existing brick pavers in streetscape areas. In addition, energy- efficient historic street lighting will be installed. In September 2010, the final funding agreement with FHWA was signed between all parties. In this agreement the streets were identified that would be included in the base bid. These streets include the following: BASE BID Street 10 Street Washington Street Jackson Street Jackson Street Trail 10 Street 11 th Street Limits Jackson to Elm Street 9 to 10 Street 7 to 11 th Street 5 to 7 th Street Main to Jackson Street Jackson to Elm Street Dubuque bittri AN- AmedcaCity 2007 Construction Type Reconstruction Reconstruction Reconstruction Hike /Bike Trail Streetscaping Water Reconstruction The following are the three selected alternates: Alternate 1 2 3 Street Washington Street 9 Street 9 Street Limits 1 0 th to 11 Street Washington to White Street Main to White Street 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 Michael C. Van Milligen Construction Type Reconstruction Streetscaping Streetscaping TO: FROM: SUBJECT: Masterpiece on the Mississippi Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer Historic Millwork District Complete Streets Project CIP 3602137 — Millwork Street Reconstruction CIP 7102129 — Millwork District Sanitary Sewer CIP 7202131 — Millwork District Storm Sewer CIP 7402145 — Millwork District Watermain DATE: January 31, 2011 INTRODUCTION The enclosed authorizes the award of the construction contract for the Historic Millwork District Complete Streets Project. BACKGROUND The Historic Millwork District Complete Streets Project will provide for the reconstruction of underground utilities, roadway sub -base, concrete streets, concrete sidewalks, pervious pavers in some of the parking areas, and re -use of existing brick pavers in streetscape areas. In addition, energy- efficient historic street lighting will be installed. In September, 2010 the final funding agreement with FHWA was signed between all parties. In this agreement the streets were identified that would be included in the base bid. These streets include the following: BASE BID Street 10 Street Washington Street Jackson Street Jackson Street Trail 1 0th Street 1 1 th Street Limits Jackson to EIm Street 9 to 10 Street 7 to 11 Street 5 to 7 Street Main to Jackson Street Jackson to EIm Street Dubuque kthrg AI- AmedcaCity ' 2007 Construction Type Reconstruction Reconstruction Reconstruction Hike /Bike Trail Streetscaping Water Reconstruction Reconstruction — This includes reconstructing all of the underground utilities, reconstructing the pavement, replacing or installing new sidewalks and replacing the street lighting. Streetscaping — This includes reconstructing the sidewalks, installing new curbs and bumpouts to improve pedestrian crossings, and installing new street lighting. The Engineering Department and its design consultant, Veenstra & Kimm, Inc. (V &K) of West Des Moines, Iowa, bid the project using a base bid and several alternates so that the grant money could be fully utilized for the reconstruction of streets and utilities. The priority order for the street reconstruction and streetscape work was determined by a combination of City staff, Millwork District property owners, and Dubuque Main Street staff. Below are the different alternates listed in priority order: ALTERNATE BID Alternate 1 2 3 4 5 6 7 8 Street Washington Street 9 Street 9 Street 8 Street Elm Street 11 th Street Jackson Street Washington Street Limits 10 to 11 Street Washington to White Street Main to White Street White to Jackson Street 9th to 11 Street White to EIm Street 11 to 12 Street 1 1 th to 12 Street Construction Type Reconstruction Streetscaping Streetscaping Reconstruction Streetscaping Streetscaping Streetscaping Streetscaping The project will be constructed over two years. It is anticipated that the first year construction will include the reconstruction of 1 0th Street from Jackson to EIm Street, Washington Street from 9 to 11 Street, utility upgrades on 11 Street from Jackson Street to Elm Street and watermain work on Jackson Street from 5 to 11 Streets. The following year (2012) would include construction on Jackson Street from 5 to 1 1 th , streetscaping of 10 Street from Main to White Street and any work on alternates selected. The project will incorporate upgrades to the existing sanitary sewer system that include: the complete reconstruction of approximately 2,000 lineal feet of 8 -inch mainline sewer; the reconstruction of 18 deteriorated brick manholes; and the replacement of private sanitary sewer laterals. The cost for the individual sanitary sewer lateral replacements will be assessed to each respective private property owner. The project will also include the reconstruction of approximately 3,500 lineal feet of watermain, mainline valves, 14 fire hydrants, and the replacement of lead residential water services. The cost of the individual lead residential water service replacements will be assessed to each respective private property owner. The project also provides for the: construction of approximately 3,800 lineal feet of new storm sewer, 20 manholes and 30 catch basins to improve the storm water conveyance in the area; installation of fiber optics and telecommunications conduit infrastructure; and replacement of existing sidewalks. City staff met with the City Forester on this project to discuss the types of trees and locations that can be planted within the project corridor. Trees can be planted in the streetscape areas west of White Street; however, due to a stipulation by the State Historic Preservation Office during the environmental review, no trees can be planted in the main core of the Historic Millwork District. The City does have 10 free - standing planters that will be installed by City crews after the street reconstruction is complete. The streetlights will have accommodations for both banners and hanging baskets. DISCUSSION Sealed bids were received on the project on January 25, 2011. Portzen Construction, Inc. of Dubuque, IA submitted the low bid in the amount of $5,575,005.92. This amount is 20.06% under the estimate of probable cost for the base bid + alternates 1, 2, and 3. A summary of the bid proposals received is as follows: Portzen Construction, Inc. Horsfield Construction, Inc. A bid was received from W.C. Stewart, Inc but was deemed non - responsive since the required Disadvantaged Business Enterprise (DBE) form and expected sub - contractor listing was not submitted with the bid. The list of bid results was submitted to the Federal Highways Administration (FHWA) for their concurrence. FHWA concurs with the award of the construction contract to Portzen Construction, Inc. as the lowest responsive bidder. ALTERNATE SELECTION CONTRACTOR BID (Base + Alternates 1, 2, 3) $5,575,005.92 $5,814,598.29 In advance of the bid opening, FHWA required the City to set a priority order on the alternate selection and a threshold where no further alternates would be selected. This requirement was put into place so there would be a defined method to how alternates would be selected. During discussions with city staff and FHWA, this threshold was set to $5,776,975. After evaluating the bids, the City can select the base bid + alt 1 + alt 2+ alt 3 without exceeding this threshold. RECOMMENDATION I recommend that the contract be awarded to Portzen Construction, Inc. in the amount of $5,575,005.92 for the Historic Millwork District Complete Streets Project. BUDGET IMPACT The estimate of probable cost for the Historic Millwork District Complete Streets Project is summarized as follows: Construction Contract (Base bid + Alt 1, AIt2, Alt 3) Contingency Engineering Design (V &K) Traffic Study (V &K) Construction Inspection Total Project Cost Below is the base bid and alternates included in the above. Base Bid Alternate 1 2 3 Street Jackson Street 7 to 11 - Reconstruct 10 Street Jackson to Elm - Reconstruct Washington Street 9 to 10 - Reconstruct 10 Street Streetscape — Main to Jackson Jackson Street 5 to 7 - Hike /bike trail Street Washington Street 1' to 11 Street 9 Street - Washington to White Street 9 Street - Main to White Street Total Project Award (Base + Alternates 1, 2, 3) Estimate $7,021,921.65 523, 970.45 448,220.00 45,000.00 371,826.25 $8,410,938.35 Estimate $270,736.40 $511,719.30 $665,882.80 The estimated project category costs are below for the base bid. It should be noted that it is proposed that a large portion of the assessments shown may be forgiven. Cost Summary /Description Street Construction Improvements Special Assessment - Street Improvement, Residential Properties Special Assessment - Street Improvement, Commercial Properties Special Assessment - Street Improvement Deficiency, Paid by the City Special Assessment - Water Services, Commercial Properties Special Assessment - Sanitary Sewer Lateral, Commercial Properties Special Assessment - Concrete Sidewalk, Commercial Properties Award $5,575,005.92 523,970.45 448,220.00 45,000.00 371,826.25 $6,964,022.62 construction contract amount Estimate Award $5,573,583.15 $4,492,297.23 Award $ 203,187.86 $ 382,642.15 $ 496,878.68 $5,375,005.92 Amount 3,509,538.24 0.00 1, 526, 830.30 20,280.68 31,500.00 13, 500.00 126,910.40 Watermain Improvements Sanitary Sewer Improvements Storm Sewer Improvements Fiber Optic Conduit Total Project Cost 952,800.00 355,965.00 346,110.00 80,588.00 $6,964,022.62 The project funding summary is as shown below. This illustrates the funds available for the base bid and alternates selected. Again, a large portion of the assessments may not be available to fund improvements. CIP No. Available Funding 3602137 Millwork Street Reconstruction (TIGER Grant) Special Assessments 7402145 Millwork District Watermain FY 11 Millwork District Watermain FY 12 Millwork District Watermain FY 13 7102129 Millwork District Sanitary FY 11 Millwork District Sanitary FY 12 Millwork District Sanitary FY 13 7202131 Millwork District Storm Sewer FY 11 Millwork District Storm Sewer FY 12 Millwork District Storm Sewer FY 13 Total Project Funding The Historic Millwork District Complete Streets Project will be funded through the annual capital improvement project appropriation of City funds and Federal funds as noted above in the amount of $6,964,022.62. The project, as outlined, will require Special Assessments in the amount of $1,678,460.03. PROPERTY ASSESSMENTS Fund Amount $5,600,00.00 1,678,460.03 637,750.00 215,000.00 0.00 197,044.76 98,319.00 118,458.00 369, 579.00 0.00 91,000.00 $9,005,610.79 Under current assessment guidelines, financial assistance is only eligible to owner - occupied residential properties. However, City Staff is recommending to the City Council that property owners being assessed for streets being reconstructed in the Historic Millwork District have two opportunities to reduce their assessment. One -half of the Public Street Assessment may be forgiven by making qualifying investments in the property as follows: (1) One dollar of assessment will be forgiven for every five dollars of expenses incurred for improvements made but only for improvements which require a building permit and which result in an increase of the assessed valuation of the property. The property owner must provide paid invoices to City for substantiation of the costs incurred. (2) One dollar of assessment will be forgiven for every two dollars of expenses incurred for improvements to the primary facade of the property but only if the improvement is approved by the Historic Preservation Commission of the City of Dubuque. The property owner must provide paid invoices to City for substantiation of the costs incurred. Improvements made after the Millwork District were included in the Greater Downtown Urban Renewal Plan (December 12, 2007) are eligible for the assessment reduction. Improvements must be made and approved before the City Council adopts the final assessment schedule for the project (estimated to be early 2013). The guidelines for appropriate facade improvements are outlined in the Downtown Design Guidelines. The Downtown Design Guidelines booklet is available online at www. cityofdubuque .org /index.aspx ?nid =1295 or in the Planning Department located in City Hall. ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolution awarding the Historic Millwork District Complete Streets Project to Portzen Construction, Inc. in the amount of $5,575,005.92. Prepared by Jon Dienst, PE, Civil Engineer II cc: Greg Roth, P.E., Veenstra & Kimm, Inc. Jenny Larson, Budget Director Don Vogt, Public Works Director John Klostermann, Street & Sewer Maintenance Supervisor David Heiar, Economic Development Director Aaron DeJong, Assistant Economic Development Director Bob Green, Water Department Manager Laura Carstens, Planning Services Manager Bob Schiesl, Assistant City Engineer Deron Muehring, Civil Engineer Dave Ness, Civil Engineer RESOLUTION NO. 45 -11 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE HISTORIC MILLWORK DISTRICT COMPLETE STREETS PROJECT Whereas, sealed proposals have been submitted by contractors for the Historic Millwork District Complete Streets Project (the Project) pursuant to Resolution No. 460- 10 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 9 day of December, 2010. Whereas, said sealed proposals were opened and read on the 25 day of January, 2011 and it has been determined that Portzen Construction, Inc. of Dubuque, Iowa, with a bid in the amount of $5,575,005.92, is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL. OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Portzen Construction, Inc. and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Attest: Passed, approved and adopted this 7th day of Februar , 2011. eanne F. Schneider, CMC, City Clerk 9.LJ Roy D. Buol, Mayor BID ITEM DESCRIPTION 1 CLEAR +GRUBB 2 EXCAVATION, CL 10 RDWY +BORROW 3 TOPSOIL, FURN +SPREAD 4 COMPACT BACKFILL ADJ TO BRDG /CULV /STRUCT 5 COMPACTION W /MOISTURE +DENSITY CONTROL 6 GRANULAR SUBBASE 7 SHLD FINISH, EARTH 8 RMVL OF CURB 9 PAVEMENT SCARIFICATION (2" THICK) 10 STD/S -F PCC PAVT, CL C CL 3, 9" (DOWELED) 11 PCC PAVT SAMPLE 12 QUALITY MANAGEMENT - CONCRETE (QM -C) 13 HMA COMMERCIAL MIX (INCL ASPH BINDER) 14 TEMPORARY PAVT 15 RMVL OF CONC FOOTING 16 RMVL OF CONC FOOTING OF LIGHT POLE 17 RMVL OF EXIST HANDRAIL 18 RMVL OF EXIST STRUCT 19 RMVL OF LIGHT POLE 20 RMVL OF SIGN 21 GRANULAR BACKFILL 22 EXCAVATE +DEWATER 23 STEEL PIPE PEDESTRIAN HAND RAIL 24 MANHOLE, SAN SWR SW -301, 48" 25 MANHOLE, SAN SWR, SW -303, 48" 26 MANHOLE, STORM SWR, SW-402 27 MANHOLE, STORM SWR, SW-403 28 MANHOLE ADJUSTMENT, MINOR 29 INTAKE ADJUSTMENT, MINOR 30 CONNECTION TO EXIST MANHOLE 31 TEMP SHEET PILE, RETAIN WALL 32 TEMP SUPRT 33 SUBDRAIN, STD, PERFORATED, 6" 34 SUBDRAIN OUTLET (RF -19C) 35 STORM SWR G- MAIN,TRENCHED, RCP 20000,15" 36 STORM SVVR G- MAIN,TRENCHED, RCP 20000,18" 37 STORM SWR G- MAIN,TRENCHED, RCP 20000,24" 38 RMV STORM SWR PIPE LE 36" 39 SAN SWR G -MAIN, TRENCHED, DIP, 12" 40 SAN SWR G -MAIN, TRENCHED, DIP, 24" 41 RMV SAN SWR PIPE LE 36" 42 SAN SVVR CLEANOUT, SW -203 43 RMVL OF PAVT 44 RMVL OF INTAKE +UTILITY ACCESS 45 RECREATIONAL TRAIL, PCC, 5" 46 SPECIAL COMPACTION OF SUBGRADE/REC TRAIL 47 RMVL OF SIDEWALK 48 SIDEWALK, PCC, 5" 49 SIDEWALK, PCC, 7" 50 DETECTABLE WARNING - CURB RAMP 51 CURB +GUTTER, PCC 52 DRIVEWAY, PCC, 8" 53 RMVL OF CONC STEPS 54 RMVL OF CONC STEPS + RETAINING WALL 55 RMVL OF RETAINING WALL*FOOTING 56 SAFETY CLOSURE 57 ELECTRICAL CIRCUIT 58 HANDHOLE +JUNCTION BOX 59 CONTROL CABINET 60 TYPE A SIGN, SHEET ALUM 61 PAINTED PAV'T MARK, WATERBORNE 62 PAINTED SYMBOL +LEGEND, WATERBORNE 63 PAV'T MARK RMVD UNIT BID QUANTITY ENGINEER ESTIMATE BID UNIT COST TOTAL COST BID QUANTITY Horsfield Companies BID UNIT COST TOTAL COST BID QUANTITY Por0en ConsWc0on BID UNIT COST TOTAL COST LS 1.00 $ 45,000.00 $ 45 000.00 1.00 $ 1 500 00 $ 1 500 00 1.00 $ 1550000 $ 15,500 00 CY 2950 00 $ 12 00 $ 35,400 00 2950 00 $ 10 00 $ 29,500 00 2950 00 $ 12.00 $ 35,400 00 CY 620 00 $ 10 00 $ 6 200 00 620 00 $ 30 00 $ 18 600 00 620 00 $ 35.00 $ 21 700 00 CY 375.00 $ 3 25 $ 1,218.75 375 00 $ 4 25 $ 1,593 75 375.00 $ 45 00 $ 16,875.00 CY 1115.00 $ 5 50 $ 6,132 50 1115 00 $ 1 15 $ 1,28225 1115 00 $ 0 20 $ 223.00 TON 5260 00 $ 18 00 $ 94,680.00 5260 00 $ 15 85 $ 83,371.00 5260.00 $ 15 00 $ 78,90000 STA 1300 $ 110.00 $ 1,430.00 13.00 $ 16500 $ 2,145.00 13.00 $ 75000 $ 9,750.00 STA 8 00 $ 150.00 $ 1,200.00 8 00 $ 240.00 $ 1,92000 8.00 $ 250 00 $ 2,00000 TON 475 00 $ 8.50 $ 4,037.50 475.00 $ 19.00 $ 602500 475,00 $ 30 00 $ 14,25000 SY 6340.00 $ 50.00 $ 317,000.00 6340.00 $ 6500 $ 431,120.00 6340.00 $ 51.50 $ 326,510.00 LS 100 $ 6000.00 $ 6,00000 100 $ 1,00000 $ 1000.00 1.00 $ 1,50000 $ 1,50000 LS 100 $ 15,000.00 $ 15,00000 100 $ 100 $ 1.00 1.00 $ 3,500.00 $ 3,50000 TON 1075.00 $ 125 00 $ 134,375 00 1075 00 $ 110.50 $ 118,787 50 107500 $ 95.23 $ 102,372.25 SY 500 00 $ 35.00 $ 17,500.00 500 00 $ 37 25 $ 18,625.00 500 00 $ 25.00 $ 12,500.00 CY 10 00 $ 200 00 $ 2000.00 10 00 $ 750 00 $ 7,500.00 10.00 $ 150.00 $ 1,500 00 EACH 1.00 $ 1,000 00 $ 1,000.00 1 00 $ 750.00 $ 750 00 1.00 $ 400.00 $ 400 00 LF 40.00 $ 15 00 $ 600.00 40 00 $ 6.00 $ 240 00 40 00 $ 5.00 $ 200 00 LS 1 00 $ 7 500.00 $ 7,500.00 1 00 $ 1,000 00 $ 1,000 00 1 00 $ 2,000.00 $ 2 000.00 EACH 100 $ 700.00 $ 700.00 1.00 $ 71000 5 710.00 100 $ 378.78 $ 378.78 EACH 35 00 $ 100.00 $ 3,500.00 35.00 $ 90.00 $ 3,150 00 35.00 $ 125 00 $ 4,37500 TON 14798 00 $ 18 50 $ 273,763 00 14798.00 $ 11.50 $ 170,177.00 14798 00 $ 5.00 $ 73,990.00 LS 1.00 $ 15,000.00 $ 15,00000 1.00 $ 2,50000 $ 2,50000 100 $ 26,75000 $ 26,750.00 LF 40.00 $ 150 00 $ 6,000 00 40.00 $ 65 00 $ 2,60000 40.00 $ 75.00 $ 3,000 00 EACH 7.00 $ 3,500.00 $ 24,500 00 7.00 $ 32 50 $ 227 50 7.00 $ 6,412.36 $ 44 886.52 EACH 2.00 $ 3,500.00 $ 7,000.00 2 00 $ 3,800 00 $ 7 600.00 2.00 $ 5,831.50 $ 11,663.00 EACH 6.00 $ 2 800 00 $ 16,800.00 600 $ 2,150 00 $ 12,900 00 6.00 $ 3,938.67 $ 23,632.02 EACH 7 00 $ 2,800.00 $ 19,60000 7.00 $ 2,100 00 $ 14,700 00 7.00 $ 3,938.67 $ 27,570.69 EACH 400 $ 500.00 $ 2,000.00 400 $ 32500 $ 1,300.00 4.00 $ 275.00 $ 1,10000 EACH 3.00 $ 600.00 $ 1,80000 3.00 $ 325.00 $ 97500 300 $ 400.00 $ 1,200.00 EACH 1 00 $ 500.00 $ 500 00 1.00 $ 65000 $ 650 00 1 00 $ 2,67500 $ 2,675.00 LF 10.00 $ 150 00 $ 1,500 00 1000 $ 80.00 $ 800.00 10 00 $ 100.00 $ 1,000 00 LS 1.00 $ 2,500.00 $ 2,50000 1.00 $ 3,000.00 $ 3000.00 100 $ 1,50000 $ 1,50000 LF 3800 00 $ 13.50 $ 51,300.00 3800 00 $ 8 75 $ 33,250.00 380000 $ 7 00 $ 26,600 00 EACH 60.00 $ 350 00 $ 21,000 00 60 00 $ 195 00 $ 11,700 00 6000 $ 150 00 $ 9,000.00 LF 114100 $ 27.50 $ 31,377.50 114100 $ 87.00 $ 99,267.00 114100 $ 34.46 $ 39,318.86 LF 304.00 $ 35.00 $ 10,640.00 304.00 $ 60 00 $ 18,240 00 304.00 $ 42.80 $ 13,011.20 LF 313.00 $ 55 00 $ 17,215 00 313.00 $ 78.00 9 24,414 00 313 00 $ 50.17 $ 15,703.21 LF 1177.00 $ 1000 $ 11,770.00 1177.00 $ 1200 $ 14.124.00 1177.00 $ 12.84 $ 15,112.68 LF 1793 10 $ 80 00 $ 143,448 00 1793 10 $ 76.00 $ 136,27560 1793 10 9 102.56 $ 183,900.34 LF 332 00 $ 150 00 $ 49,800.00 332 00 $ 131.00 $ 43,492.00 332 00 $ 169.24 $ 56,187.68 LF 417 00 $ 12.50 $ 5,212.50 417 00 $ 12.00 $ 5,004.00 417 00 $ 5.39 $ 2,247 63 EACH 100 $ 1,200.00 $ 1,200.00 100 $ 1,500.00 $ 1,50000 100 $ 2,140.00 $ 2,140.00 SY 10569 00 $ 6 50 $ 68,698.50 10569.00 $ 7 05 $ 74,511.45 10569.00 $ 700 $ 73,98500 EACH 38 00 $ 700 00 $ 26,600 00 38.00 $ 175 00 $ 6,650.00 38.00 $ 347.75 $ 13,214 50 SY 805.00 $ 25 00 $ 20125 00 805.00 $ 39 00 $ 31,395 00 805.00 $ 32.10 $ 25,840.50 STA 6.50 $ 250 00 $ 1,625 00 650 $ 195 00 $ 1,267 50 6.50 $ 2.00 $ 13 00 SY 2669 00 $ 6 00 $ 16,014 00 266500 $ 5.30 $ 14,145 70 2669.00 $ 7.00 $ 18,683.00 SY 2546 00 $ 4500 $ 114,570 00 2546.00 $ 37.00 $ 94,202 00 2546.00 $ 47.96 $ 122,106.16 SY 120 00 $ 6000 $ 7,20000 120 00 $ 50.00 $ 6 000.00 120 00 $ 53.93 $ 6,471.60 SF 1018.00 $ 80.00 $ 61,080.00 1018.00 $ 2800 $ 28,504.00 101800 $ 27.29 $ 27,781.22 LF 3983.00 $ 32 00 $ 127,456 00 3983 00 $ 22.00 $ 87,626.00 3983 00 $ 25 00 $ 99,575.00 SY 783.00 $ 60 00 $ 46,980 00 783 00 $ 75.00 $ 58,725.00 783 00 9 53.93 $ 42,227 19 CY 10.00 $ 20 00 $ 200 00 10 00 $ 125 00 $ 1,25000 1000 $ 8.00 $ 80 00 CY 10 00 $ 20 00 $ 200 00 10.00 $ 175 00 $ 1,750.00 10 00 $ 50 00 $ 500.00 CY 10 00 $ 2500 $ 250 00 1000 $ 225 00 $ 2,250 00 10.00 $ 256.80 $ 2,568 00 EACH 30 00 3 450.00 $ 13 500.00 3000 $ 24d 00 $ 7,200 00 30 00 $ 256.80 $ 7,704 00 LF 7800 00 $ 12.00 $ 93,600 00 7800 00 $ 15 85 $ 123 630 00 780000 $ 8 35 $ 65,130 00 EACH 74.00 $ 30000 $ 22,200.00 7400 $ 1,152.00 $ 85,24800 74.00 $ 218.65 3 16,180.10 EACH 2.00 $ 8,00000 $ 16,00000 200 $ 12,585.00 $ 25170.00 2.00 $ 14,670.00 $ 29,340.00 SF 125.00 $ 55 00 $ 6,875.00 125.00 $ 70.00 $ 8,75000 125.00 $ 74.90 $ 9,362.50 STA 71.65 $ 80.00 $ 5,732.00 71 65 $ 68.00 $ 4,872.20 71 65 $ 72.76 $ 5,213 25 EACH 56.00 $ 125.00 $ 7 000.00 56 00 $ 85 00 $ 4 760.00 56 00 $ 90.95 $ 5,093 20 STA 8.00 $ 50 00 $ 400 00 8 00 $ 60.00 $ 480.00 8.00 $ 64.20 $ 513.60 8 O 8 2 0 W O 8 Q O W 8 8 8 to 8 J O 0. O U 8 . Q O w `L O O Y O O O N 8 N O 8 O LL a O 8 8 . 8 . Y U 2 O a 8 O 8 . 8. LL a ❑ 2 0 . Z 33 0. 8 8 8 8 0 0 0 U Z K 8 Y N Y 8 . 0 LL 8 O O 0 LL as ❑ ❑ W W 22 W W Z Z K 8 W 8 8 a 0 0 O 2 F 2 W 8 8 O ry N oo, ❑ U 2 F 2 33 W 8 O 8 . b O N O z 0. Q z W O s. 8 . S O W W O O N z LL 8 8. 8 2 O W W O m z LL 0 2 O W U 0 O 0 2 Z LL 8 9< ui ❑ 0 0 0 to N Z LL w 8 . N w ❑ O O N Z k LL + N O 8 Q O 2< 3- ❑ O 0 0 z LL 8 8. 8 O S 0 W N H O m z LL 8 8 8 2 Q O ✓ ❑ O m z LL 8 ❑ O 0 m z LL 8 8. ry ❑ Z O to (A Z LL M ■O 8 8. 8 8 oo 8 8 0 z O to 0' LL 0 O 8 . O CI S 6 ui ❑ O 0 0 0 Z LL %o O O 8. 8 Q U W X ui W to N Z LL 8 . w r ❑ ❑ z z O O 00 N Z LL 8. 0 0 8 c w 0 On 8 8. 8 0 8. 8 0 z6 c 0 8 0 0 0 0 To ot 0 0 0 0 8 . 0 8 . 8 . 0 0 0 8. 8 . 0 0 0 0 8. 8 . 8 0 0 8. 8 . 8 . 8 . tot 8. 8 0 0 EEEMEE 0 oz u tu o 5 z oti 8 . 8 0 zz to o 8 0 se to to 8. 8 8 0 8 EgEEpIE 8888 8888888 8. oi s. 0 8 . O co 8, 0 6 p O 8 U 6 O 1 m O S U 6 W 8 2 U 6 O 8 S U 6 O 8 . 2 U 6 z S U 6 ai n O S U 6 O z f a Y 3- O U b 8 N N °O N • Z w K 8 8 z w 0, W 8 N O w W N K H O O 8 8 . O N 8. N °O 8 8 8 . 8 . 8. H O O 8 . 8 O O 8 8 O 0 N 8 8 3 O 3 N N O O N b N N ry N 8 H N N 8 O �O N N O 8 8 N 8 8 `, 2 y 8 8 8 U) cV 8 8 8 O M N 8 fp O s. O 8 8 O 8 F 8. Z O W Z O r N ❑ W Z 1 z > a °P-- +� Z 8 O N g a °w = w X X a °z ZZ?%;(.3, md�n �oU K a Z Z ❑ N W W W W K W W O ro o p w a a a 0 O W W 111 0. »> ~d' W m ZwU V O> '- w r z r W O w>>>>1 O a a tgcl JOZaOF Zd'a Y°tl K �� O� O W R d R a f IW- IW- IW -W U Z j 0 2 UUUUU W W YYYY 333 7r v ammm v v O Z O O 8 . 8 Z O 3 . 8 tot 8 0. 3. r 3 0 0 0 e 0 0 O 0 0 U do g. U O 03 Z O 03 W 0 w F O z O U • 8 . z 0 0 O 8 8 . 8 . 8 . y N C0 S a 0 0 8 . N U O w w Z O U W 3 O 0 0 z 0 8 . O 8 00 O U Z O 03 K LL Q 0 K N U 3 N 03 K z 0 J U s. 8 8 . 8 . N 8 w 0 w K 1 Q N 2 Q U N 0 0 w w 8 . 0 0 z_ Z 8 8 . C 00 8 . 2 Q U O F Y O O y a 8 0 8 w H w H LL 0 N O 0 0 0 0 O 2 a U 8 8 M LL 0 W _ w 003 N y 8 O 0 0 io 0 N 03 K O 03 K O 0 0 VI S Q U y a O 03 O O ry N 8 O 03 K E. V 8 N 8 w W 8 `:) 8. 0 9 s. 8 . 8 . s. 8. 0 8 8 . C s. s. 8 . g. 8 . 8. 8 . 8. 8 . 0 8 . 8 8 0 U O Ol= m O N J a U IV e Z O O h N f/1 fel N O 0 Z O 2 O oo , Y O a W f 0 > K g. z 8 0 O O 2 U W 0 8 . 2 Q U LL 0 K O Z Y J w E, M 2 a U W 0 8 . 2 Q U K O W 0 8 2 a U O 2 4- r z O U Of O O 0 w Q 2 09 O O 41 8 O 8 K K O g. 0 LL ' O °o , O W U z O K 8. O H 0 J W 0 cc 2' A O 11 N 3 O 8 8 U U 8 . N O N 8 0 0 8 0 a 2 O O 2 zw 8 . g. 8. 9 2 . 8. 0 8 . 8 . 0 g. VI 8 . 8 . g. R. tri 8. 8. ITTM 8 . 9. 8 s. 8. 8 . g. ri LAI • ALTERNATE No. 2 TOTAL: $ 511,719.30 No. 2 TOTAL: $ 418,957.82 No. 2 TOTAL: $ 382,642.15 O U z O m mQ 0 8 O 8 8 J m m 0 U U O z O 0, W 0 w K 1- z 0 a Lt" f O U 8 O cO 8 z 0 N 0 3, K 00 8 . 8 . m 8 F. z 0 N 0 U H 8 8 . Q x W 0 0 O O z F O z O 0 f K 8 8 . 6 8 8 a S W 0 K M M z 0 Y z 8 8 8 . 8 J 1- 8 X 0, 8 8 8 O z f 0 8 . 8 O 8 Q x W O x Q 3- z 0 8 8 . Y O N 0. F, 8 8 8 w O w N O N 8 8 . a x W w 3, 7 0 z O N ni 8 N H 0 U W U z w z 8 . 8 e 8 8 . N Q 0 K cal 8 8 Q S W 8 8 . (9 0 f p 8 8 m 8 Y ry 8 0 N 8 U F O 8 8 O 8 U m U 8 8 8 O 8 8 8 8 8 8 8 8 8 Q = W O m O F 8 8 6 z V ti H H H H H H 64 69 64 176 19 69 8888 N 1 8 d ry N K O 03 F 8 Q x W 8 8 a N 8 8 8 . 8 8 O a x W Q z 5 F 8 J 8 8 8 8 . 8 8 vs 8 . ni 8 8 8 . 8 . 8 8 . 8 . 8 . 8 . ff 8. 88 82 8 0 0 8 m 0 z O 0 g. O O Z 0 5 a 3 0 0 0 O O N N 0 N O 8 a 0 8 H 8 8 8 N 3 O O O 1 2 N Z 0 8 . 0 1- 0 0 O 0 0 8 . g. 0 0 g§ 0 2 O W O 0 2 O 1- 0 3 0 0 w 8 . 2 a O 2 O 0 0 8 Z 0 0 2 O O O 8 m s, 2 a O W A ui H O 8 . w 3 Q O 2 4 8 0 LL 0 0 s. LL 0 0 8 O 0 S O > 0 8 8 8 8 0 8 0 0 N oo, O O 4J 8 O O s, 8 , O Y m 0 2 a O 8 O w 8 8 . 2 Q O W m Z s. N Q w 3 Y 4 N 0 a 8 2 Q O Ire Q 2 LL O O 8 88 FA 0 m 0 F E N N 0 8 8 . • 2 ce • ce 8 . 0 0 0 g. 1 0 0 0 0 8 c 1 0 j 0 0 LL C 0 0 0 s. zKg LE 8. 88 EE H. 8 . 8 . WI g. LE 88888888888, rfj ,9 2 0 8 . 8 . 8 . 8 . 8 7 4 el O O z w U N w °o O O U 0, LL O O J z 5 a z O F z w w z 0 0 O w N LL N m LL N z 1- O Vf N z 0 z O F 5 N a z w fV N 8 . 8 . 1 8 . 222 n n r r n n n n 1- Z m 0 f z 8 �O GO z 3 8 U O 0 88 FR O r � °O 8 N 8 U O 8 8 8 8 8 N °O 8 8 8 O 8 8 fn a w 8 . 8 . U 0 0 w 0 z O z 0 8 w 8 O O z a GO z x 1 °O 6 LL a 8 O N 8 W 8 h O 8 N O GO y U w 0 8 J w m M °O 1 W iD 8 1 W O U N W N a m w z 0 m GO a 1 W a GO 0 z O 1- tot O 8 8 w 1 W K W O 5 LL 8 8 w w O 0 O 8 °O 1 W 8 8 8 3 8 8 8 8 8 88888888888 8 0 8 O h 0 0 8 2 1 W 8 8 8 O GO z 5 z O GO w z O 0 a 8 O GO 8 N GO y N z a ct 888888 8 m H H H g w w w m 2 8 m N CO tet w x W K • w N Y w N GO cu 0 H U W 0 a a O H 1 O U N 0 O H 8 Z N O m U O 0 1- Z OO U mz 0 0 °o U 0 0 0 0 W °o c co 0 a LL N O N 0 8 O 0 • O 0 0, N rE a O O 2 0 H 8. N U Q > c 8 8 O 8 . y ry y H O 8 0, e 8 8 . 8 8 N S x W °o 8 . Q x H y N a x W a 0 8 . 8 . to Q O O 0 88 EE 0 0 8 x W 0 0 x W J O x LL E. • x W LL 0 a LL J 2 C 0 °o O a N x W U a S 8 . O 0 0 0 0 0 ry m p y1 b r ro m .- N m p v1 10 r� m N N N N N N N N N N m m 0 H O z O z 8 0 U O F z 7 U 8 O o 0 U 0 U co W o O 8 8 U w N z 3 O O w §: z 0 N A O A o O 8 O z O N a N 8 8 . N 0 3 O °O 0 8. 8 . N O > Fir 8 8 . U 0 O m z 0 O o S U W J O a A o 2 U W 8 Y z LL 4 a O K } N 8 x a W 05 U z 0 01 O o O N O 01 o: 8 O 8 N 8 w 8 0 O 8 N J U w 8 o O w 0 A 8. 0 N 3 w w M O m 8 8 . S a W 0 0 O Vt N 4 w a 8 8 N O 01 w 8 w 0 8 N 8 w 8 b 8 8 8 0 0 O 0 O Q 2 0 z 2 W 0 0 2 0 0 0 U N O o 8 8 6 N z a z O z 01 0 3 O 8 O 8 O 8 O 8 w O N k z w w O N N 8 8 o 8 . • N x 01 8 8 o o 8 0 0 Q 7 z 7 0 0 0 8 0 ce 0 co K O U a O O 0 O 8 N 8 N N O O H S 8 . 0 O H 8. 0 a U N Y Z 0 00 N O 1 0 Q U W 0 0 w z O 7 0 8 ry 8 N 0 7 0 8 . 0 0 N U H 0 8 8 . N 8. a K U 8. 0 0 9 ❑ N 9 0 0 8 A U U W 8 8 Q U 0 O U Z 7 1 8 N 0 J w y 0 3 8 ry N 0 O W 8 0 8 00 0 O O U 8 N z 8. a U W z Q 0 0 w O 0 O O z O W. 8. N Q U U W z 8. 8 N 8 0 0 N z w ❑ N 8 0 0 0 9 N N O O a O 0 0 0 0 8 N 0 rv1§ 24 8 8 . N 0 34 U U a Y 8. 0 0 0 0 0 O N O N 8 0 0 8 LL w U z LL N 8 . -Nm -”. 0,--00 -""'" NNN NNN N NNNth A82A 2 n w 0 TIGER Grant Alternates Map February 2, 2011 Legend Base_Reconstruct ■11 •11 •11 Base_Streetscape Base Trail t l t Base Utilities Alt_1 Alt_2 Alt _3 Alt _4 Alt _5 11 Alt _6 Alt _7 - Alt_8 RISE_Grant Water Bodies 1 inch = 400 feet