Loading...
IDOT Cooperative Agreement for Primary Roads_White St. HMA ProjectTHE CITY OF Dui Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager Dubuque band AI -America City r 2007 • 2012 • 2013 SUBJECT: White Street HMA Resurfacing with Milling Project, from 11th to 21st Street Iowa DOT Agreement No. 2014-16-271 Iowa DOT Project No. NHSN-52-2 (132)--2R-31 DATE: March 10, 2014 City Engineer Gus Psihoyos recommends City Council approval of the Iowa Department of Transportation Cooperative Agreement for Primary Road Project for the White Street HMA Resurfacing with Milling Project, from 11th to 21st Street. I concur with the recommendation and respectfully request Mayor and City Council approval. ",'I144 ,,,,,, Mic ael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer Dubuque A!I•AmericaCity 11II1 2007 • 2012 • 2013 SUBJECT: White Street HMA Resurfacing with Milling Project, from 11th to 21st Street Iowa DOT Agreement No. 2014-16-271 Iowa DOT Project No. NHSN-52-2 (132)-2R-31 DATE: March 7, 2014 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Cooperative Agreement for Primary Road Project for the White Street HMA Resurfacing with Milling Project, from 11th to 21St Street. BACKGROUND 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 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street). The City will be responsible for the costs associated with pavement rehabilitation of the parking lanes and the costs for curb and sidewalk replacement, underground utility work, 50% of the costs associated with the pedestrian access curb ramps at all the intersection quadrants on U.S. 52 (White Street) and landscape restoration. All other associated costs, such as engineering design, contract administration, construction engineering and inspection will be funded solely with City funding. DISCUSSION The White Street HMA Resurfacing Project, from 11th to 21st Street, is a joint partnership project between the City and the Iowa Department of Transportation (Iowa DOT). The pavement rehabilitation project on White Street will provide for the following improvements: • Pavement milling on U.S. 52 (White Street) between 11th and 21st Street. • Transverse and longitudinal joint repair as needed. • Pavement sub -base repair and patching as needed. • Hot mix asphalt (HMA) resurfacing of both thru lanes and parking areas. • Spot curb, driveway, and sidewalk replacement. • Storm sewer intake reconstruction. • Installation of ADA pedestrian access curb ramps (37 total). • Water main improvements. • Traffic signal improvements at 14th 17th and 21st . RECOMMENDATION 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. 2014-16-271) for the White Street HMA Resurfacing Project, from 11th to 21st Street. BUDGET IMPACT The preliminary estimate of probable cost for the White Street HMA Resurfacing Project, from 11th to 21st Street, is as follows: Cost Estimate Construction Cost $1,038,776.27 Pre -Purchased Traffic Signal Equipment 60,101.00 Contingency 103,877.63 Administration, Design, Construction Engineering & Inspection 103,877.63 Project Cost Estimate $1,306,632.53 The anticipated project funding summary is as follows: CIP No. Fund Description 3602483 Iowa DOT Funding 3602483 Hwy 52 - White Street Pavement Rehabilitation 7201081 Catch Basin Replacement 7101335 Sanitary Manhole Replacement 3001615 Pre -purchased Traffic Signal Equipment - Mastarms 3602442 Pre -purchased Traffic Signal Equipment - Cabinets 3001615 Traffic Signal Intersection Reconstruction 7401405 Water Main Replacement Total Project Funding ACTION TO BE TAKEN Fund Amount $ 451,692.82 475,976.89 38,787.42 11,387.20 14,384.00 45,717.00 199,464.61 69,222.59 $ 1.306,632.53 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. 2014-16-271) for the White Street HMA Resurfacing Project, from 11th to 21st Street. Prepared by: Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Iowa DOT Jenny Larson, Budget Director Art Gourley, Iowa DOT Greg Doeden, Civil Engineer RESOLUTION NO. 75-14 RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION COOPERATIVE AGREEMENT FOR PRIMARY ROAD PROJECT (AGREEMENT NO. 2014-16-271) FOR THE. WHITE STREET HMA RESURFACING WITH MILLING PROJECT, FROM 11TH TO 21ST STREET Whereas, the City of Dubuque is proceeding with the White Street HMA Resurfacing with Milling Project, from 11th to 21st Street. Whereas, White Street is located on US Highway 52 and is under the jurisdiction of the Iowa Department of Transportation. Whereas, the White Street HMA Resurfacing with Milling Project, from 11th to 21st Street, will involve the: milling; transverse and longitudinal joint repair; pavement sub -base repair and patching; HMA resurfacing of both thru lanes and parking areas; spot curb, driveway, and sidewalk replacement; storm sewer intake reconstruction; installation of ADA pedestrian ramps; water main improvements; and traffic signal improvements. Whereas, the Iowa Department of Transportation (Iowa DOT) has authorized the use of State funds for eligible construction costs for the White Street HMA Resurfacing with Milling Project, from 11th to 21st 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 2014-16-271) between the City of Dubuque and the Iowa Department of Transportation be hereby approved for the White Street HMA Resurfacing with Milling Project, from 11th to 21st Street. Section 2. That the Mayor be authorized and directed to execute two copies of Iowa DOT Cooperative Agreement for Primary Road Project (Agreement 2014-16-271) for the White Street HMA Resurfacing with Milling Project, from 11th to 21st Street. Passed, approved and adopted this 17th day of March, 2014. Attest: Kevi S. Firnstahl, CM , City Clerk Roy D. Buol, Mayor SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN WWW'IOWaCIOt.gOV March 10, 2014 District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 1 Fax (319) 364-9614 1 Email: jim.schnoebelen@dot.iowa.gov REF: NHSN-052-2(132)-2R-31 Dubuque County City of Dubuque Agreement 2014-16-271 Mr. Robert D. Schiesl, P. E., Assistant City Engineer REVISED City of Dubuque City Hall – 50 West 13th Street Dubuque, Iowa 52001 SUBJECT: Agreement 2014-16-271 FINAL (HMA Resurfacing with Milling on US 52 in Dubuque.) Dear Mr. Schiesl: 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 US 52 (White Street/2e Street) between 11th Street (MP 47.54) and Central Avenue (MP 48.17). 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. Sincerely, pmeiRScleaa, James. R. Schnoebelen, P. E. District 6 Engineer JRS/sjb Enclosures (2)Agreement 2014-16-271 REVISED QIowADoT SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN March 31, 2014 www.iowadot.gov District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 I Fax (319) 364-9614 I Email: jim.schnoebelen@dot.iowa.gov The Honorable Mayor Roy D. Buol City of Dubuque 50 West 13th Street Dubuque, Iowa 52001 REF: NHSN-052-2(132)-2R-31 Dubuque County City of Dubuque Agreement 2014-16-271 SUBJECT: Agreement 2014-16-271 FULLY EXECUTED (HMA Resurfacing with Milling on US 52 in Dubuque.) Dear Mayor Buol: Attached is your original of the fully executed agreement between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves Hot Mix Asphalt (IHMA) resurfacing with milling on US 52 (White Street/21d Street) between 11a' Street (MP 47.54) and Central Avenue (MP 48.17). 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. Thank you for your cooperation in the processing of this agreement. Sincerely, Sincerely, 9.. ??..2124a, James. R. Schnoebelen, P. E. District 6 Engineer JRS/sjb n Enclosures (1)Agreement 2014-16-271 a`� cc: Deanne Popp, Local Systems -Ames Er n Kevin Galloway, Finance - Ames c co SD O .13 c m rn 0 March 2010 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Dubuque City Dubuque Project No. NHSN-052-2(132)--2R-31 Iowa DOT Agreement No. 2014-16-271 Staff Action No. S-2014-0641 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 Therefore, it is agreed as follows: 1. Project Information 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 Assistant District Engineer or their designee. 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 (White Street/21st Street) between 11th Street (MP 47.54) and Central Avenue (MP 48.17). 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. 2. Project Costs 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 $1,142,653.89. The DOT shall contribute an estimated $451,692.82 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. 2014-16-271 _Dubuque 1 March 2010 c. Reimbursement from the DOT to the LPA for costs allocated to the DOT is contingent on approval of the project by the Iowa Transportation Commission to be included in the 2015-2019 Five Year Program. For an approved project, funds would be available for reimbursement of costs allocated to the DOT on July 1, 2014 and thereafter. 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). 2014-18-271_Dubuque _ 2 March 2010 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 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 detemiined 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 2014-16-271 Dubuque 3 March 2010 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 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. 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. After the project construction is complete and prior to final acceptance of the project by the DOT, the LPA shall fumish three sets of "as -built" plans to the DOT's contact person. g. 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. U.S. 52 through -traffic will be maintained during the construction. 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 2014-16-271 Dubuque 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. The DOT may withhold up to 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. 201416-271_Dubuque 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. 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. 1• 2014-16-271_Dubuque 6 March 2010 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2014-16-271 as of the date shown opposite its signature below. CITY OF DUBUQUE: By: Q L/64 Date "AV'? / , 20/ Title: Mayo J I, , 7//7' 6 .4' 4 , certify that I am the Clerk of the City, and that , who signed said Agreement for and on behalf of the City was duly authorized to execute the same on IOWA DEPARTMENT OF TRANSPORTATION: By: ryrrrta.A 1�-ry ° '.% " Date 3 /2.0 , 20 H . mes R. Schnoebelen District Engineer District 6 201416-271_Dubuque March 2010 ENGINEERS ESTIMATE PROJECT NAME: VJryM° Street EWA Resurfacog V,dh LIMN From (115 Strcef to 21st Street Project No. NHS(952-2(132F-2R-31 City of Dubuque -Engineering Division Project Cost Estimate BID ITEM DESCRIPTION ROADWAY ITEMS 0010 2101-0850002 - Clearing and Onbbng 0020 21058425005- Topsail, Furnish & Spread 0030 2212-0475095 - Cleaning and Preparation of Base 0040 2212.5070310. Patch. Ful -Depth Repair 0050 2212-5075001 - Hot 6801 Asphan Surface Patches 0060 2214.5145160- Pavement Scarification 0070 2303-0000100 - HRIA Commercial bas 1 Includes Asphalt Binder). As Per Plan 0080 2303.0002380 - FAVI Is lerlayer Base, 3/8 IN. 0090 2303-0041500- PIMA (3.000.000 ESAL), Base Course, 1/2 - IN Mk 0100 2303-0043500 - HATA (3.000,000 ESAL), Surface Course, 1/2 - IN. Mx, NO ERIC REO 0110 2303-0246428 - Asphalt Binder. PG 64-28 0120 2303.0246434 - Asphdt Bader. PG 64-34 0130 2303-6911000-MR%A Pavement Samples 0140 2510.6745850- Removal of Pavement 0150 2511.6745900 - Removal of Skievsk 0160 2511-7626004-Skfewek,PCC,4-IN. 0170 2511.7526006- Sidexek, PCC.6•IN, 0180 2511.7628101 - Detectable Warnings 0190 2512-1725256- Curb and Golfer, P.C. Concrete. 2.5 FT. 0200 25152475006 • DrNeway, P.C. Concrete. 6 IN. 0210 2515-6745600 - Removal of Paved Driveway 0220 2527.9263109 - Parted Pavement Marking. Waterborne or Solder& - Based 0230 2527.9263137 - Parted Symbols and Legends, Waterborne or Solvers • Based 0240 2528.8445110 - Tra)Iac Cortrol 0250 25288445113 • naggers 0260 2533-4900005 - IAobizaflnn 0270 2601-2639010 - Soldng 0280 2601-2643110 - Watering for Sod. Special 04th Contrd or Slope Protection 0290 2602.0000312 - Perimeter and Slope Sedmeri Contra Device. 12114. DIA. 0300 2602-0000350- Removal of Perimeter and Slope Sedm art control [MACS 0310 2010-108-1-0 - Subbase, Granular Subbase - Gradation 12a 0320 2010-1084-0 - Subbase, Coarse Aggregate Subbase - 3' Breaker 0330 2599-9999005 - Water Valve Endure. Adpafinert 0340 2599.9399005- Epoxy Coaled Defamed Tie Bar. 5/8 -Inch 24' 0350 2599.9999009 - Galvanized, 1 12'-2. Outside Dia. Steel R1Irg f Black Powder Coating ) 0360 25949999009- PCC Bader Curb, 6' Wide 0370 25949999009- Satre. FdI-Deplh. Concrete & HMA/Concrete Composte Pavement 0380 25949999009 - IA14g Transverse Jdrts 0390 25949999009- IAarq Lonadudrml Joints 0400 25949999009 - Steel Riding. Remove 0410 2599-9999010- Safety Wedge Cut 0420 25949999010 - Meng Mobllzetion 0430 25949999014 - Concrete Steps, Remove 0440 9080108-A-0 - Concrete Steps. Type A 0460 2599-9999014 - Remove & Replace Pavers 0460 2599-9999014 - Remove & Replace Segmented Block Retairing Wall 0470 25949999014- Wooden Step wlh Wooden Rea 0480 2599-9999014- Canada Retaking Well 0490 25949999014- Water Prooing 0600 25949999020 - MIA Joint Repair. 3' Depth ( Max. ) ESTIMATE QUANTnY (STATE) ESTIMATE COST (STATE) ESTIMATE QUANTITY (CITY) ESTIMATE COST (CITY) ESTIMATE COMITY (TOTAL) ESTIMATE INT COST EXHIBIT A ESTIMATE COST UNIT $ - 160.8 $ 5.660.16 160.8 $ 35.20 $ 5,660.16 CY 7.13 $ 392.15 10.76 $ 591.80 17.89 5 55.00 5 983.95 MILE 0.62 5 579.70 $ - 0.62 $ 936.00 $ 579.70 SY 220 $ 12.540.00 850 $ 48.450.00 1.070 5 57.00 $ 60.990.00 TON 20.5 $ 7,892.50 14.5 $ 5,582.50 35 $ 385.50 $ 13,475.00 SY 8,800 $ 35.200.00 6,890 $ 27,560.00 16.690 $ 4.00 $ 62,760.00 TON 50 9 4,90000 50 $ 4.900.00 100 $ 98.00 $ 9.600.00 TON 530 $ 24.380.00 330 $ 15,160.00 860 $ 46,60 $ 39,560,00 TON 765 $ 34.04250 685 $ 30,482.50 1,450 $ 44.50 $ 64.525.00 TON 765 5 34,425.00 600 5 27,000.00 1,365 5 45.00 $ 61,425.00 TON 91.8 $ 56,457.00 77.1 $ 471416.50 166.90 5 615.00 $ 103,873.50 TON 47.7 $ 31,887.45 29.7 _58_5___4415 77.40 $ 668.50 $ 51.741.90 LS 1 5 2,750.00 5 - $ 2,750.00 $ 2,750.00 SY 352.0 $ 2.640.00 352.0 $ 2.640.00 704 $ 7.50 $ 5.280.00 SY 475 $ 3.30125 605 $ 4,204.75 1,080 9 6.95 5 7.506.00 SY 340 5 10.098.00 470 $ 13,969.00 816 $ - 29.70 5 24,067.00 SY 140 $ 4.900.00 140 $ 4,900.00 280 $ 35.00 5 9,800.00 SF 340 5 7,480.00 340 $ 7,480.00 680 $ 22.00 $ 14,960.00 LF 530 5 7,950.00 660 $ 9,900.00 1.190 $ 15.00 $ 17,850.00 SY 5 25 $ 1,08250 25.00 $ 43.30 5 1,082.50 SY 5 - 26 $ 440.00 25.00 $ 17.60 $ 440.00 STA 38.10 9 2.095,50 16.65 $ 915.75 54.75 $ 55.00 S 3,011.25 EACH 2 5 187.00 5 - 2 5 93,50 $ 187.00 LS 0.40 9 7,514.00 0.60 $ 11271.00 1 $ 18,78500 $ 18,705.00 EACH 20 $ 6,600.00 $ • 20 $ 330.00 $ 6,600.00 1.6 0.40 $ 8,832.00 0.60 $ 13,248.00 1 $ 22,000.00 $ 22,000.00 SO 5.55 S 450.45 6.80 $ 67760 14.65 $ 77.00 $ 1.128.05 64341. 6.148 $ 283.14 7.744 $ 425.92 12,892 $ 55.00 $ 709.06 LF 205 5 440.75 205 $ 44075 410 $ 2.15 $ 881.50 LF 205 5 73.80 205 $ 73.80 410 S 0.36 9 147.60 TON 525 $ 8,005.00 1,770 $ 27,258.00 2.295 $ 15.40 $ 35.343,00 TON 100 $ 1.700.00 $ 100 $ 1700 5 1.700.00 EACH _ 4 $ 400.00 10 X00.00 14 $ 100.00 $ 1,400.00 EACH 655 $ 2.161,50 1.740 $ 5,742.00 2.395 $ 3.30 5 7,903.50 10 10.5 9 1,155.00 10.5 $ 1,155.00 21.00 $ 110.00 $ 2,310.00 LE 30 5 655.00 290 $ 5,365.00 320 $ 18.50 $ 5,920.00 LF 1.630 $ 5,786.50 4.350 $ 15,442.50 5.980 $ 3.55 $ 21,229.00 LF 980 5 16,170.00 305 5,032.50 1,285 16.50 21302.60 LF 1.240 $ 6,758.00 200 $ 1,090.00 1.440 $ 5.45 $ 7,848.00 LF 13 9 65.00 13 $ 65.00 26 $ 5.00 5 130.00 LS 1 5 1,500.00 $ - 1 $ 1500.00 $ 1,500.00 LS 0.60 5 990.00 0.40 5 66000 1 $ 1.65000 $ 1,650.00 SF 4 5 20.00 $ - 4 5 6.00 $ 20.00 SF 7.36 $ 1.177.60 4 $ 64000 _ 11.36 $ 160.00 $ 1.817.60 SF 37 $ 740.00 38 $ 760,00 76 $ 20.00 $ 1,600.00 SF 10.72 5 636.00 $ - 10.72 $ 50.00 $ 536.00 SF $ 4 $ 500.00 4 $ 125.00 5 500.00 SF 67 $ 3,350.00 67 $ 3,350.00 134 $ 50.00 $ 6,700.00 SF 25 $ 150.00 25 $ 15000 50 $ 6.00 $ 300.00 TON 85 $ 12,274.00 25 3,610.00 110 $ 44.40 $ 16.884.00 2014-16-271_Dubuque 8 Sub -Total (State] $ 371,895.79 f Sub•Total (City) I 5 376,156.90 1 March 2010 BID ITEM DESCRIPTION STOOM SEWER REMS 0510 2435.0603010- mamas Adjustment. Moor 0520 2503.0114212 - Storm SWR, G•Mail. Trenched. RCP, 12 IN. 0530 2503.0114215 - Storm SWR. G -Mali. Trenched. RCP, 15IN. 0540 25030200036 - Remove Storm Sexes Pipe Less Than or Equal l0 36 IN. 0550 2510.6750600- Rem0val 0T intakes and UllfyAccesses 0560 4020.108-A-0- Concrete Collar Cannedgn - Type PC -1 0570 4020.109A-0 • Conttoto Collar Connechon • Typo PC -2 0580 2599.9999005 -Intake 101-8 0590 2599-9999005 - intake 101-8. Special 0600 2599-9599005 - Intake 101-19, Construct New Concrete Top 0610 2599-9999006- Siam Wder Cub Opentng SANITARY SEMEN 101916 0520 24350600020 - Manhole Adestmerd. Malor 0630 60I0 -108A-0- Manhole Type, PC48'SW-303, (O046h=10'- 15') TRAFFIC SIGNAL ITEMS 0640 2599-9999005- 3- SECTION SIGNAL HEADS LED Fi1O4 6 - 16 $ 15.000.00 16 $ 1,000.00 15.000.00 0650 2599 -9999005 -4 -SECTION SIGNAL WITH FLASHING YELLOW LED 6804 $ 1 $ 1,200.00 1 $ 1,200.00 $ 1,200.00 0660 2599.9999005 - 16' COUNT DOWN PEDS 6104 _ $ 16 $ 8.000.00 16 $ 500.00 $ 8,000.00 0670 2599-9999005 - 135 WATT LUMINAIRE 5404 5 5 $ 5.000.00 6 _ $ 1,000.00 $ 5,000.00 0680 2599-9999005- REMOVAL EXISTING IHANDOLE EA04 5 8 $ 2.600.008 $ 350.00 S 2,800.00 0690 2599-9999005 - PROVIDE AND INSTALL MASTARM FOUNDATION 12 0' EACH $ 4 $ 14.000.00 4 $ 3500.00 $ 74.000.00 0700 2599.9999006 - INSTALL CITY PROVIDE MASTAR),IS 6804 $ 4 $ 10,000.00 4 $ 2,500.00 3 10.000.00 0710 25999999005- PROVIDE AND INSTALL FOUNDATION FOR 30 LIGHT POLE EACH 5 - 1 $ 2.250.00 1 $ 2,250.00 5 2,250.00 0720 25999999005- PROVIDE AND INSTALL 30 UGHT POLE 1(404 $ 1 $ 2,400.00 1 $ 2.400.00 $ 2.400.00 0730 2599.9999005 - PROVIDE AND INSTALL FOUNDATION FOR 16' PED POLES 6401 5 - 3 $ 6,000.00 3 $ 2.000.00 $ 6.000.00 0740 2599-9999005 - PROVIDE AND 94STALL 16' PED POLES EACH 5 3 $ 3.600.00 3 1,200.00 $ 3,600.00 0750 2599.9999005 - SKY BRACKET 3 SECTON HEAD MO6J4T EACH _ 3 - 6 $ 1.20090 6 5 200.00 $ 1.200.00 0760 2599.9999005 - SKY BRACKET 4 SECTION HEAD M0NT 6404 $ - 1 $ 225.00 1 $ 225.00 5 225.00 0770 2599.9999005- ARM SETS WITH DUAL PED 6404 $ 7 $ 1,428.00 7 $ 204.00 $ 1.428.00 0780 25999999005- PROVIDE AND INSTALL TRAFFIC CABINET FOUNDATION 6104 $ - 3 5 9,000.00 3 5 3,000.00 , $ 9,000.00 0790 2599.9999005 • INSTALL CITY PROVIDE TRAFFIC CABINET EACH $ - 3 $ 4,500.00 3 $ 1,500.00 $ 4,500.00 0800 25999999005- PROVIDE AND INSTALL FIBER VAULT,SQUARE FALH A_ • _ _ 2 $ 6.400.00 2 $ 3,200.00 5 6.400.00 0810 2599.9999009- 12C MSA TRAFRC IMRE LF 5 585 $ 1.462.50 585 9 2.501,462.50 0820 2599-9999009 - 7 C MSA TRAFFIC WIRE IF 5 • 100 $ 200.00 100 $ 2.03 6 200.00 0830 2699-9999009- 6 AWG GROUND GREEN PRO TRACE IW-CCS-PE30 IF 5 - 585 $ 1,765.00 586 $ 3.00 $ 1,765.00 0840 25999999009. 3C LUMNAIRE WIRE LF 5 510 $ 1,326.00 510 5 2.60 $ 1,326.00 0850 2599-9999005 - CORE DRILL FIBER VAULT OR H NOHOLE EACH 5 - 43 $ 4 515,00 43 5 105.00 $ 4.615.00 0660 25999999005- PRECAST HANDHOLE WITH LID MARKED 'TRAFFIC SIGNALS' EACH 5 7 $ 11,900.00 7 __U,00.0__0 $ 11,900.00 0870 25999999010 - RMVL OF TRAFFIC SIGNAUZATON (WHITE d 14TH AND WHTE & 20TH) LS 5 1 $ 9900.00 1 $ 9,000.00 $ 9.000,00 0900 25999999009 - CONDUT, HDPE. PUSHED 2' LF $ 350 $ 6.950.00 350 $ 17.00 5 5,950.00 0690 2599-9999009 - CONDUIT. HDPE. PLISFED 4' LF 5 500 $ 12500.00 500 $ 25.00 $ 12,500.00 0900 2599-9999009- CONDUT, HDPE, 4-1-110' DUCT CONDUITS, PUSHED t F $ 130 $ 3,640.00 130 $ 29.00 $ 3,640.00 0910 25999999009-CONOIJT, RIGID PVC, TRENCHEDY LF $ - 160 $ 1,600.00 160 $ 10.00 $ 1.600.00 0920 25999999009- CONDUIT.RIGID PVC, TRENCHED 4' LI $ 35 $ 560.00 36 5 16.00 $ 560.00 0930 25999998005- MOSTARM STREET SIGNS 42 - WHTE ST, 1- 14TH ST, 1- 20TH 5T) EACH _ $ 4 $ 1,200.00 4 5 300.00 $ 1,200.00 0910 2599.9999005 - SKY BRACKET MASTARM SIGN MOUNT EAU4 -3- 4 1,600.00 4 $ 400.00 $ 1,600.60 0950 2599.9999005 - R10 -3E PEDESTRIAN CROSSINGS EACH 5 - 162.560.00 16 $ 160.00 $ 2,560.00 0960 2599999900$- LEFT TURN YIELD ON FLSHING YELLOW SIGN EACH 5 1 $ 160.00 1 $ 160.00 $ 160.00 0970 25949999005- SKY BRACKET SIGN MOUNT LEFT TURN YIELD EACH $ - 1 $ 200.00 1 $ 200.00 $ 200.00 0980 2599.9999005 - PROVIDE AND INSTALL BBS FOUNDATION EACH 5 1 $ 3900.00 1 S 3.000.00 $ 3.000.00 0990 25949999005- INSTALL CITY PROVIDED BBS EACH $ - 1 $ 1,500.00 1 5 1,500.00 $ 1,500.00 INT ESTMATE QUANTITY (STATE) ESTIMATE COST ISTATE) ESTIMATE QUANTITY (a1'o) EACH 13 $ 8,424.00 LF 27.5 $ 1.333.75 ESTIMATE COST (CI1 Y) ESIMATE QUANTITY (TOTAL) ESTIMATE WT COST ESTIMATE COST 7 $ 4,536.00 20 $ 648.00 $ 12,96090 27.5 $ 1.333.75 55 5 48.50 5 2.667.50 LF 20.0 $ 874.00 20.0 $ 874.00 40 $ 43.70 $ 1.748.00 LF 47.6 $ 712.50 47.5 $ 712.50 95 $ 15.00 $ 1.425.00 EACH 8 $ 2,680.80 7 $ 2,520.70 15 $ 360.10 $ 5.401,50 EACH 1 5 306.00 S 1 $ 306.00 5 306.00 EACH 8 5 2.448.006 $ 1,636.00 14 $ 306.00 $ 4,284.00 EACH 5 10.800 00 4 $ 8.640.00 9 $ 2,160.00 $ 19,440.00 EACH 3 $ 8,400.00 3 $ 8.400.00 6 5 2,900.00 $ 16,800.00 $ - 1 5 850.00 $ 850.00 18 $ 1,800.00 18 $ 100.00 $ 1,800.00 EACH 1 $ 850.00 EACH $ - EACH EACH Sub•To0 (Kate) S 37,029.05 ISub•Total (City) 5 1.735.00 1 S 30,652.951 Bub-ToW (Nate) t $ 1,736.00 t $ 9,000.00 Sub -Total (Cay) 000.00 S 1.735.00 S 1.735.00 $ 9,000.00 $ 9,000.00 2014-16-271_Dubuque 9 Sub -Taal (state I $ 1Sub-Tod (City) x$157,631.511 March 2010 BID ITEM DESCRIPTION WATER MAIN REM! UNIT ESTIMATE QUANTITY (STATE) ESTIMATE COST (STATE ESTIMATE QUANTITY (CITY) ESTIMATE COST (CITY) ESTIMATE QUANTITY (TOTAL) ESTIMATE INT COST ESTMATE COST 0100 25999999009 - 17 CL 52 DIP LF $ 90 S 7,020.00 90 $ 78.00 $ 7.020.00 0101 25999999009- 27' 58u9 PolyWrap LF $ 100 5 220.00 100 2.20 5 220.00 0102 2599-9999009 - 6' CL 52 DIP LF $ 270 $ 10.260.00 270 $ 38.00 $ 10260.00 0103 25999999009 - 20' Blue Poly Wrep LF $ 300 360.00 300 $ 1.20 $ 360.00 0101 25999999005-2'X 10'poy tape BIW S - 3 $ 78.00 3 $ 26.00 5 78.00 0105 25999999005-17Ml Ode Wive 650.4 _; 1 5 1,925.00 1 $ 1,925.00 $ 1,925.00 0106 2599-9999005 - 6' MJ Gato Valla 6104 $ 12 5 9.000.00 12 $ 750.00 $ 9.000.00 0107 25999999005- 666A SM Valm Bar BIW $ - 13 $ 3,380.00 13 $ 260.00 $ 3,380.00 0108 25999999005- Valve Box Adel II E,M---- $ - 1d $ 650.00 13 $ 50.00 $ 650.00 0109 25999999005 - VM Box Mid Plug EACH $ 13 5 182.00 13 $ 14.00 $ 182.00 0110 25999999005 - 6' X B Cr Fire lydred EACH $ - 5 $ 15,500.00 5 $ 3,100.00 $ 15.500.00 0111 25999999005 - 6' X 6' Mt Anchor Tee EACH $ - 5 5 1,550.00 6 $ 310.00 5 1,560.00 0112 25999990006 - 6' X 17 MJLP Sleeve EWA S 13 $ 2,275.00 13 $ 17500 $ 2275.00 0113 25999999005 - 6' X 4' MJ X M1 Reducer 6544 -6--- 120.00 1 $ 120.00120.00 0114 25999999005- 17 X 6•61.1 Anchor Tee 6401 S 1 $ 580.00 1 $ 580.93 5 58000 0115 25999999005 - 17 X 12' AAILP Sleeve BPI $ - 1 $ 375.00 _ 1 $ 375.00 $ 375.00 0116 25999999005 - 17 MJ Tur-Grp Rested Cor -Bus FAW $ - 2 $ 360.002 $ 180.00 5 36000 0117 25999999005 - 6.8.01 Tuf-Grp Restraed Cor -Blue EACH $ - 10 $ 800.00 10 $ 80000 0116 25999999005 - NTH 516, Container 6501 $ • 1 5 1 $ 70.00 -.59.1710 Sub -Total (Stahy I $ ISO -Total (City) Total 15444 Contingency 10'x, Total = 2014-16-271_Dubuque 10 $ 410.879.84 $ 41,062.98 S 451.692.82 I $ 54,705.0• J Total (City) Cont. 10''J. Total 5 02514543 5 62814.64 S 690,961.07 Bid •Total Coming ency(1091 $ 1,038,776.27 J 1 5103.877.63 J Total Construction Estimate: LS 114265 March 2010 EOP MP 48.17 EOP 33+65.76 = Project Location EXHIBIT B DUBUQUE, IOWA PROJECT LOCATION MAP NHSN-52-2(132)--2R-31 BOP 1+00.00 BOP MP 47.54 201416-271_Dubuque 11 March 2010 EXHIBIT C UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) In accordance with Iowa Code Section 196.7 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: 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. 2014-16-271_Dubuque 12 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. 2014-16-271 Dubuque 13 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? $ 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. Title Signature Date 2014-16-271_Dubuque 14