Loading...
Iowa DOT Cooperative Agreement for Improvement to US 20 Menards Frontage Road Project Copyright 2014 City of Dubuque Consent Items # 16. ITEM TITLE: Iowa DOT Cooperative Agreement for Improvement to US Highway 20 /Menards Frontage Road SUMMARY: City Manager recommending approval of a resolution authorizing the Mayor to execute the Iowa Department of Transportation Cooperative Preconstruction Funding Agreement for the Southwest Arterial — Menards Frontage Road and Improvements to U.S. Highway 20. RESOLUTION Approving the Cooperative Preconstruction Funding Agreement (Agreement No. 2016-16-207) between the City of Dubuque and Iowa Department of Transportation for the Southwest Arterial - Menards Frontage Road and Improvement to US Highway 20 SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Iowa DOT Cooperati e Preconstruction Agreement- City Manager Memo MVM Memo Staff Memo Staff Memo Resolution Resolutions Iowa DOT Cooperati e Agreement Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial – Menards Frontage Road Project Iowa Department of Transportation – Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2016-16-207 Project No. NHSX-032-1 (37)-3H-31 DATE: November 16, 2016 Assistant City Engineer Bob Schiesl recommends City Council approval of a resolution authorizing the Mayor to execute the Iowa Department of Transportation Cooperative Preconstruction Funding Agreement for the Southwest Arterial – Menards Frontage Road and Improvements to U.S. Highway 20, in order to address compliance with priority access control adjacent to the future Southwest Arterial – U.S. 20 – Seippel Road interchange. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Robert Schiesl, Assistant City Engineer Gus Psihoyos, City Engineer THE CITY OF Dubuque AII4meric11 a City DUBgkE r Masterpiece on the Mississippi 2007-2012-2013 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Southwest Arterial - Menards Frontage Road Project Iowa Department of Transportation - Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2016-16-207 Project No. NHSX-032-1 (37)--3H-31 DATE: November 15, 2016 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Cooperative Preconstruction Funding Agreement (Agreement No. 2016-16-207) for the Southwest Arterial - Menards Frontage Road and Improvements to US Highway 20, in order to address compliance with priority access control adjacent to the future Southwest Arterial - US 20 - Seippel Road interchange. BACKGROUND Through the continued collaborative partnership between the Iowa DOT staff and the City, the Memorandum of Understanding (MOU), was signed on August 9, 2013, and the Transfer of Roadway Jurisdiction (TOJ), was signed on November 7, 2016. As outlined in the MOU and TOJ, the Iowa DOT and City, in joint cooperation, will Transfer the Jurisdiction of the Southwest Arterial from the City to the State in exchange for the Transfer of Jurisdiction of the Northwest Arterial (or Iowa 32), and portions of existing U.S. 52 / Iowa 3 through downtown Dubuque, from the State to the City. Additionally, the Iowa DOT proposed to re-routing of US 52 and utilization of the Southwest Arterial to carry a portion of re-routed US 52 traffic. The Transfer of Jurisdiction will occur after the Southwest Arterial is completed and open to traffic. Following the execution of the MOU and TOJ, the City is continuing as the lead agency for the multiple project development phases for completing the Southwest Arterial and is responsible for completing the following improvement projects: Project Description Status Final Engineering Design Underway Right-of-Way Property Acquisition Completed BHE Gas Pipeline Utility Relocation Completed BP Gas Pipeline Utility Relocation Summer 2017 North Cascade Road Reconstruction Completed English Mill Road Reconstruction Underway Military Road Reconstruction Summer 2017 As outlined in the MOU and TOJ, when the City completes all the project phases it is responsible for, the Iowa DOT will then take over as lead agency and will be responsible for all remaining costs associated with the construction and completion of the Southwest Arterial, including grading, bridges, interchanges and highway paving. DISCUSSION With the future construction of the Southwest Arterial - US20 interchange and the spacing requirements for priority access control standards, this will require the removal of the existing at-grade intersection into the Menards property. As a result, a new public access frontage road will be constructed to serve the Westside Court and Menards properties. The Menards Frontage Road project will also reconstruct the existing US20 - Old Highway Road intersection, widen a section of US20 to 6-lanes and adding dual left and dual right turn lanes. The City was responsible for the design and property acquisition for the Menards Frontage Road project. The Iowa DOT is responsible for the costs associated with the construction and completion of the Menards Frontage Road project. Following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the Menards Frontage Road will become a local public City street. In accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. Per the terms and conditions of the Cooperative Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 30% of the cost for storm sewer relocation, modification, adjustments. • 100% of the cost for water main relocation, modification, or adjustments. • 100% of the cost for salvaging traffic control equipment. • 10% of the cost for mobilization. • 10% of the cost for traffic control. • 10% of the cost for construction survey. BID RESULTS Sealed bids were received on the project by the Iowa Department of Transportation on June 21 , 2016 in Ames. Portzen Construction Company, of Dubuque, IA submitted the low bid and was awarded the construction contract in the amount of$8,795,429.43. The construction contract cost share for the Menards Frontage Road project is summarized as follows: Estimate Bid Award Iowa Department of Transportation $ 9,291,676 $ 7,780,604.13 City of Dubuque 1,079,563 1,014,825.30 Construction Contract Cost LILL71.2398.795.429.43 BUDGETIMPACT The estimate of probable cost for the City's cost share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: Estimate Bid Award Sanitary Sewer Relocation, Modification, Adjustment $ 58,248 $ 57,959 " Storm Sewer Relocation, Modification, Adjustment 448,614 538,694 " Watermain Relocation, Modification, Adjustment 566,817 509,539 " Traffic Signal Modifications 5,884 10,116 " Total Project Cost - City Share LLQL9.563 LLIL6.308 ** ** Amounts shown include 10% contingency The anticipated funding for the project summary is as follows: CIP No. Fund Description Estimate Bid Award DMATS STP Funds $ 858,943 $ 884,953 7102669 SW Arterial - Menards Frontage Rd Utility 11 ,650 11 ,592 Relocations (Sanitary Const Fund) 7202669 SW Arterial - Menards Frontage Rd Utility 89,723 107,739 Relocations (Stormwater Const Fund) 7402594 SW Arterial - Watermain Extension 113,363 101 ,908 Water Const Fund 3001011 Traffic Signalization Program 1 5,8841 10,116 Total Project Funding - City Share $ 1.079.553 1 L1.116 RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Cooperative Preconstruction Funding Agreement (Agreement No. 2016-16-207) for the Southwest Arterial - Menards Frontage Road and Improvements to US Highway 20, in order to address compliance with priority access control adjacent to the future Southwest Arterial - US 20 - Seippel Road interchange. 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 Preconstruction Funding Agreement (Agreement No. 2016-16-207) for the Southwest Arterial - Menards Frontage Road and Improvements to US Highway 20. Prepared by: Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Iowa DOT, District 6 Engineer Jenny Larson, Budget Director Bob Green, Water Department Manager Brant Schueller, Water Department Supervisor Chandra Ravada, ECIA RESOLUTION NO. 393-16 RESOLUTION APPROVING THE COOPERATIVE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2016-16-207) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL MENARDS FRONTAGE ROAD AND IMPROVEMENTS TO US HIGHWAY 20 WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, with the future construction of the Southwest Arterial - US20 interchange and the spacing requirements for priority access control standards, this will require the removal of the existing at -grade intersection into the Menards property; and WHEREAS, a new public access frontage road will be constructed to serve the Westside Court and Menards properties. The Menards Frontage Road project will also reconstruct the existing US20 - Old Highway Road intersection, widen a section of US20 to 6 -lanes and adding dual left and dual right turn lanes; and WHEREAS, the City was responsible for the design and property acquisition for the Menards Frontage Road project. The Iowa DOT is responsible for the costs associated with the construction and completion of the Menards Frontage Road project; and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the Menards Frontage Road will become a local public City street; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project; and WHEREAS, per the terms and conditions of the Cooperative Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 30% of the cost for storm sewer relocation, modification, adjustments. • 100% of the cost for water main relocation, modification, or adjustments. • 100% of the cost for salvaging traffic control equipment. • 10% of the cost for mobilization. • 10% of the cost for traffic control. • 10% of the cost for construction survey. WHEREAS, the estimate of probable cost for the City's cost share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: WHEREAS, the anticipated funding for the project summary is as follows: CIPNo. 'Fund Description Estimate Bid Award' DMATS STP Funds $ 858,943 $ 884,953 710 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Sanitary Const Fund) 11,650 11,592 720 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Stormwater Const Fund) 89,723 107,739 740 2594 SW Arterial - Water Main Extension (Water Const Fund) 113,363 101,908 300 1011 Traffic Signalization Program 5,884 10,116 Total Project Funding - City Share $ 1,079.563 $ 1,116,308 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. Estimate = Bid `Award Sanitary Sewer Relocation, Modification, Adjustment $ 58,248 $ 57,959 Storm Sewer Relocation, Modification, Adjustment 448,614 538,694 Watermain Relocation, Modification, Adjustment 566,817 509,539 Traffic Signal Modifications 5,884 10,116 Total Project Cost - City Share $ 1.079,563 $ 1.116.308 WHEREAS, the anticipated funding for the project summary is as follows: CIPNo. 'Fund Description Estimate Bid Award' DMATS STP Funds $ 858,943 $ 884,953 710 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Sanitary Const Fund) 11,650 11,592 720 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Stormwater Const Fund) 89,723 107,739 740 2594 SW Arterial - Water Main Extension (Water Const Fund) 113,363 101,908 300 1011 Traffic Signalization Program 5,884 10,116 Total Project Funding - City Share $ 1,079.563 $ 1,116,308 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. SECTION 2. Whereas, the Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial - Menards Frontage Road project, Iowa DOT Project No. NHSX-032-1 (37)--3H-31. SECTION 3. Whereas, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. SECTION 4. Whereas, the City hereby agrees to reimburse the Iowa DOT for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. SECTION 5. The Mayor is hereby authorized to execute the Cooperative Preconstruction Funding Agreement (Agreement No. 2016-16-207), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial - Menards Frontage Road and Improvements to US Highway 20. Attest: Passed, approved and adopted this 21st day of November, 2 Kevir(S. Firnstahl, CI erk U./ Roy D. Buol, Mayor Y:\PROJECTS\SOUTHWEST ARTERIAL\Menards Frontage Road (37)\Funding Agreement C,410WADOT www.iowadot.gov SMARTER I SIMPLER I CUSTOMER DRIVEN g District 6 Office I Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319)364-0235 I Fax(319)364-9614 1 Email:jim.schnoebelen@dot.iowa.gov July 12, 2016 REF: NHSX-032-1(37)--3H-31 Dubuque County City of Dubuque Agreement #: 2016-16-207 Staff Action#: The Honorable Roy D. Buol Mayor- City of Dubuque City Hall - 50 West 13'' St. Dubuque, IA 52001 SUBJECT: Agreement 2016-16-207 FINAL(Improvements to US 20 within Dubuque County, Iowa in order to address compliance with priority access control adjacent to the US 20 and Iowa 32 interchange improvements) Dear Mayor Buol: Attached are two (2) copies of an agreement between the city of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves: Improvements to US 20 within Dubuque County, Iowa in order to address compliance with priority access control adjacent to the US 20 and Iowa 32 interchange improvements. Please secure the necessary approvals and signatures of the appropriate Dubuque County 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 Dubuque County after final signature by our department. If you have any questions concerning this agreement, please contact me at the above listed phone number. Sincerely, James. R. Schnoebelen, P. E. District 6 Engineer JRS/hmb Enclosures (2) 2016-16-207 DOT SMARTER I SIMPER I CUSTOMER DRIVEN December 6, 2016 wwwiowadotgov District 6 Office I Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 I Fax (319) 364-9614 I Email: jim.schnoebeleri@lowadot.us The Honorable Roy D. Buol Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSX-032-1(37)--3H-31 Dubuque County City of Dubuque Agreement #: 2016-16-207 Staff Action #: S-2017-0343 SUBJECT: Agreement 2016-16-207 FULLY EXECUTED (Improvements to US 20 within Dubuque County, Iowa in order to address compliance with priority access control adjacent to the US 20 and Iowa 32 interchange improvements) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2016-16-207 between the city of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves: Improvements to US 20 within Dubuque County, Iowa in order to address compliance with priority access control adjacent to the US 20 and Iowa 32 interchange improvements. Thank you for your cooperation in the processing of this agreement. Sincerely, 9.49dcaii,ea, James, R. Schnoebelen, P. E. District 6 Engineer JRS/hmb Enclosure: 2016-16-207 cc: Deanne Popp, Local Systems - Ames Daryl Hart, Finance - Ames 0 (71 February 2015 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County City Project No. Iowa DOT Agreement No. Staff Action No. Dubuque Dubuque NHSX-032-1(37)-3H-31 2016-16-207 S-2017-0343 This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The DOT proposes to establish or make improvements to U.S. 20 within Dubuque County, Iowa in order to address compliance with priority access control adjacent to the U.S. 20 and Iowa 32 interchange improvements; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and The DOT and the LPA previously entered into the following agreement(s) for the above referenced project. • Agreement No. 2009-1-020 for right of way acquisition for the Southwest Arterial project was executed by the DOT and LPA on February 4, 2009 and February 2, 2009 respectively; • Agreement No. 2009-E-275 for federal funding for the Southwest Arterial from U.S. 20 to U.S. 61/151 was executed by the DOT and LPA on April 22, 2010 and April 19, 2010 respectively; + Agreement No. 2013-16-262 for funding and development of the Southwest Arterial project, rerouting of U.S. 52, and associated transfers of jurisdiction was executed by the DOT and LPA on August 9, 2013 and August 9, 2013 respectively; • Agreement No. 2014 -TJ -008 for transfers of jurisdiction associated with the Southwest Arterial project is currently under negotiation; and The LPA has received additional Federal funding through the Surface Transportation Block Grant Program (STP). STP funds are available for construction, reconstruction, rehabilitation, resurfacing, restoration and operational or safety improvement projects on Federal -aid highways, bridges on any public road, and several other types of projects, as specified in 23 U.S.C. 133(b). Federal -aid highways include all Federal Functional Classifications, except for rural minor collectors or local roads. Pursuant to the terms of this Agreement, applicable statutes, and administrative rules, the DOT agrees to provide STP funding to the LPA for the authorized and approved costs for eligible items associated with the project. Eligible project activities will be limited to the following: construction, engineering, inspection, and right-of-way acquisition. Under certain circumstances, eligible activities may also include utility relocation or railroad work that is required for construction of the project. The LPA shall receive credit for costs of authorized and approved eligible project activities from STP funds. The portion of the project costs covered by STP funds shall be limited to a maximum of either 80 percent of eligible costs or the amount stipulated in the East Central Intergovernmental Association current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. 2016-16-207 Dubuque 1 February 2015 This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The DOT shall be the lead 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, Kenneth Yanna, P.E. The LPA's contact person shall be the City Engineer, Bob Schiesl, P.E. c. The LPA shall be responsible for the design and development and the DOT shall be responsible for the letting, construction, and inspection of the following described primary highway project: Portland Cement Concrete (PCC) pavement - grade and new on new U.S. 20 and Menards Frontage Road (see Exhibit A for location). d. The LPA shall comply with the Federal -aid provisions contained in Exhibit E which is attached hereto and by this reference is incorporated into this agreement. e. As part of the project, the LPA has requested storm sewer and water main work within the city all at no cost to the DOT (see Exhibit B for costs). f. Bundled micro duct conduit and fiber optic cable will be installed as part of the project improvements. The DOT shall allow the LPA to access and occupy the conduit installed with the project. Prior to the installation of cable the LPA shall provide notice to and receive approval from the DOT. Installation of cable shall meet the requirements jointly agreed to by the DOT and LPA. The DOT shall allow the LPA to access and occupy the conduit at no cost or obligation to the LPA. g. Upon completion of construction, the LPA agrees to accept ownership and jurisdiction of the following referenced improvements. The LPA shall also assume responsibility for all future maintenance operations associated therewith, all at no additional expense or obligation to the DOT: i. Cross street and side street construction on Old Highway Road from Station 1194+69 ± to U.S. 20 including the North Frontage Road. ii. Cross and side street construction on Menards Frontage Road from Station 134+00 to U.S. 20 including the South Frontage Road and Quarry Road. Side road construction on Westside Court. Following completion of construction transfer of land ownership from the DOT will follow DOT processes for sale and disposal of land. The LPA is responsible for preparing plats and legal descriptions for street right of way and excess land. 2. Funding Sources a, The funding sources with participation percentages and limits are identified for the project as shown on Exhibit C. 3. Project Costs a. In accordance with 761 Iowa Administrative Code Chapter 150.3(1)d, the LPA will be responsible for its share (30%) of the actual cost for longitudinal and outlet storm sewer (see Exhibit D for tabulation). 2016-16-207 Dubuque 2 February 2015 b. The LPA will be responsible for items and construction costs shown on Exhibit B as follows: Item LPA Share Division 2 (80% Federal STP funds, 20% LPA funds) $887,802 Division 3 (70% DOT, 30% LPA) +$88,618 Division 5 (100% LPA) + $5,000 Subtotal $981,420 Contingency (10%) + $98,142 Total LPA $1,079,562 c. The LPA shall be responsible for costs of mobilization, traffic control, and construction survey in the proportion of the amount of the total LPA cost shares of the items in Division 2 and Division 3 is to the total estimated cost of Division's 1, 3 and 4 as shown in Exhibit B (excluding contingency). The pro - rata cost share equates to 10 percent (rounded). Actual LPA cost shares for mobilization and construction survey to be paid will be based on 10 percent of the accepted bid for each item at the contract letting. d. The LPA is responsible for 100 percent of the costs to deliver and stockpile items salvaged from the project. e. The LPA shall be responsible for its share of the project costs estimated at $1,079,562 The amount paid by the LPA with STP and local funds upon completion of construction and proper billing by the DOT will be determined by the actual quantities in place and the accepted bid at the contract letting. f. The DOT will bear all costs except those allocated to the LPA under other terms of this Agreement 4. 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 Work Within the Right -of -Way Permit, Access Connection/Entrance Permit, Utility Accommodation Permit, Application for Approval of a Traffic Control Device, 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 right-of-way is required for the project, the LPA shall acquire the necessary right-of-way in accordance with 761 Iowa Administrative Code Chapter 111, Real Property Acquisition and Relocation Assistance. The LPA shall submit preliminary right-of-way plans to the DOT's Office of Right-of-way for review and approval prior to the commencement of any acquisition. d. Additionally, the portions right-of-way acquired for improvements to the Primary Road System shall be acquired in the name of the State of Iowa. The LPA will properly close the sale of each parcel and shall furnish the DOT copies of all completed contracts, deeds, conveyances and condemnation documents (for state right of way). e. 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. 2016-16-207 Dubuque 3 February 2015 f. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code Chapter 150.3(1)c and 150.4(2) will remove or cause to be removed (within the corporate limits) all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. g. The LPA, in collaboration with the DOT, will be responsible for the coordination of utility facility adjustments for the primary road project. h. The LPA agrees to relocate all utilities necessary for construction which are located within the existing street or alley right of way, subject to the approval of and without expense to the DOT and in accordance with 761 Iowa Administrative Code Chapter 150.4(5) and the DOT Utility Accommodation Policy. j. With the exception of service connections no new or future utility occupancy of project right of way, nor any future relocations of or alterations to existing utilities within said right of way will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. 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. 5. 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. 6. Bid Letting a. The LPA shall submit the plans, specifications, estimate, and all other contract documents for review by the DOT. The project may be submitted for letting in phases, in the order of preference as determined by the LPA. All plan submittals shall be in accordance with the Major Project schedule, as shown on the Instructional Memorandum to Local Public Agencies 3.005, Project Development Submittal Dates and Information, published by the DOT's Office of Local Systems. b. The DOT shall be the contracting authority for the project. 2016-16-207 Dubuque 4 February 2015 7. Construction & Maintenance a. The DOT shall be responsible for the daily inspection of the project (with LPA/LPA consultant assistance as requested), including the compilation of a daily log of materials, equipment, and labor used on the project. b. Should the LPA provide assistance to the DOT with inspection, the LPA shall then comply with project specifications and the procedures and responsibilities for materials testing and construction inspection according to DOT's Material Instructional Memorandums (I.M.'s) and the Construction Manual. c. 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. d. 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. e. New lighting and/or traffic signal construction for this project shall be provided under guidelines established in 761 Iowa Administrative Code Chapter 150. The DOT shall construct traffic signal installations all at no cost to the LPA. Lighting installations will not be constructed as part of the project unless specifically requested by the LPA. Lighting which is requested by the IPA will also be paid for entirely by the LPA at no cost to the DOT or project. If constructed, the LPA shall accept ownership of and responsibility for future energy and maintenance costs of those lighting and/or traffic signal units which lie within the corporate boundaries. 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. 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. 8. Traffic Control a, U.S, 20 through -traffic will be maintained during the construction. b. If it becomes necessary to temporarily close LPA side roads during construction, the DOT will furnish and install the required barricades and signing for the closure at project cost and shall remove same upon completion of the project also at no expense or obligation to the LPA. The DOT will work in close cooperation with the LPA and the contractor to accommodate emergency services and local access across the project during construction. Any detours which may be necessary for project related LPA road closures will be the responsibility of the LPA all at no expense or obligation to the DOT. c. If this project causes the temporary closure of a road during construction, the DOT shall meet with the LPA to determine whether said closure(s) will cause increased traffic on other LPA roads. The DOT and the LPA shall determine a plan, and the costs thereof, for the LPA to perform dust control on said LPA roads with increased traffic, should dust control become necessary. In that event, the LPA shall inform the DOT prior to performing said dust control. The DOT shall reimburse the LPA for the cost of said dust control measures following the receipt of a bill for the agreed upon costs (see Iowa Code section 313.4 subsection 1.b.). 2016-16-207 Dubuque 5 February 2015 9. Payments and Reimbursements a, The DOT will make payments to the contractor(s) for construction costs from the Primary Road Fund and the LPA's STP funds for 80 percent of the incurred construction costs for eligible items. Upon completion of the project and proper billing from the DOT, the LPA shall reimburse the DOT for its share of the required 20 percent federal -aid match and all other project costs that exceed the maximum stipulated STP amount as is specified and incorporated in this agreement. Reimbursement will be provided to the DOT either by a warrant or voucher from the LPA, or by crediting the Primary Road Fund from the funding sources provided to the LPA by this agreement. 10. 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 Title VI of the Civil Rights Acts of 1964 and Iowa Code Chapter 216 and associated subsequent nondiscrimination laws, regulations and executive orders, 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 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. d. If any part of this agreement is found to be void and unenforceable then the remaining provisions of this agreement shall remain in effect. e. This agreement is not assignable without the prior written consent of the DOT. f. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. g. 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. h. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. 2016-16-207 Dubuque 6 February 2015 i. 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. IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2016-16-207 as of the date shown opposite its signature below. CITY OF DUB °o UE: By: Title: Mayo Date November 21 , 2016 I, Kevin S. F i r n s t a h] certify that I am the Clerk of the City, and that Roy D. R u o 1 who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 21stdayof,No ember ,2016, Signed: Cit „ lerk of Dubuque, rte. IOWA DEPARTMENT OF TRANSPORTATION: By: 9 J mes R. Schnoebelen istrict Engineer District 6 ,too Date 1,1 f Z 3 , 20 2016-16-207 Dubuque 7 Dubuque,1A-Google Maps Page I of I EXHIBIT A(1 of 2) "Wicicardsville Dn in.Mpque, IA7 -r-bulAf4we,.Ak'-w r mb(ango 0101 'IC3 k -Sageille rD-1-21 t4l raVe Rd 13 Rd Aur, k;bury.,9C, cc fil Milo L Aii ipm�yIv ma UO i, rO§t Dubuq Graf' eject 20, J Centralia N f --j'Rd tp V PeastA -Key W st 33 4l. 200 N, 1A 61 adbuque.—,, 61 Regional Airport` Monastery Rd Egleasant Grove Rd Skyfind Rd Feeney Rd cc e 151 61 2016-16-207—Dubuque htips://www.google.com/maps/Placc/Dubuquc,+IA/@42.5025104,-90.6535146,12z/data7—!4iii2!3ml!IsOx... 2/22/2016 EXHIBIT A(2 of 2) Iowa Dip;<Tev r 'and'- _ -d-_ 1 • k , -.Ki91z,91119•^.C,:{-'te �:. .vi ` — - '�.. {r y ;4, . - 72 1 22 Hc s X r/ 98 Y' tsc;f= ? Bettcher,Leroy J. r & Jeanette, 36 . ,� = - Project exhibit for intersection US 20/01d Highway Road NHSX-032-1(37)-3H-31 T-j' .� •�.— _ .. .-.''ti �. _ -� .. •�,B 1 in + ;SZ AA IdW �} - prod ng 2016-16-207_Dubuque Frontage Road & US 20 Intersection Improvements 2016 N H SX -032-1(3 7)--3 H -31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) EXHIBIT B engineers + planners + land surveyors 2016-16-207_Dubuque Item Code Item Unit Div. 1 Div. 2 Div. 3 Div. 4 Div. 5 Unit Price IDOT Cost City Cost 1 2101-0850001 CLEARING AND GRUBBING ACRE 8.4 $ 1,700.0 $ 14,280 $ 2 2102-0425070 SPECIAL BACKFILL TON 6168.2 $ 21.0 $ 129,532 $ - 3 2102-2625001 EMBANKMENT -IN-PLACE, CONTRACTOR FURNISHED CY 62328 $ 5.0 $ 311,640 $ - 4 2102-2710070 'EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 58123 $ 5.0 $ 290,615 $ - 5 2102-2712015 EXCAVATION, CLASS 12, BOULDERS OR ROCK FRAGMENTS CY 123 $ 25.0 $ 3,075 $ - 6 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 17095 $ 5.0 $ 85,475 $ - 7 2107-0875000 COMPACTION WITH MOISTURE AND DENSITY CONTROL CY 4845 $ 1.5 $ 7,268 $ - 8 2107-0875100 COMPACTION WITH MOISTURE CONTROL CY 102205 $ 0.4 $ 40,882 $ - 9 2111-8174100 GRANULAR SUBBASE SY 28684.7 $ 10.0 $ 286,847 $ - 10 2115-0100000 MODIFIED SUBBASE CY 14979.3 $ 40.0 $ 599,172 $ - 11 2121-7425010 GRANULAR SHOULDERS, TYPE A TON 1779 $ 25.0 $ 44,475 $ - 12 2122-5190010 PAVED SHOULDER, P.C. CONCRETE, 10 IN. SY 2446.4 - $ 43.0 $ 105,195 $ - 13 2122-5500100 PAVED SHOULDER, HOT MIX ASPHALT, 10 IN. SY 57.2 $ 80.0 $ 4,576 $ - 14 2123-7450000 EARTH SHOULDER CONSTRUCTION STA 89.1 $ 225.0 $ 20,048 $ - 15 2123-7450020 EARTH SHOULDER FINISHING STA 111.1 $ 180.0 $ 19,998 $ - 16 2210-0475290 MACADAM STONE BASE TON 16517.4 $ 30.0 $ 495,522 $ - 17 2213-7100400 RELOCATION OF MAILBOXES EACH 10 $ 220.0 $ 2,200 $ - 18 2301-1032090 STANDARD OR SLIP -FORM PORTLAND CEMENT CONCRETE PAVEMENT, SY 22877.2 $ 55.0 $ 1,258,246 $ - CLASS C, CLASS 2 DURABILITY, 9 IN. $ - $ - 19 2301-1034100 STANDARD OR SLIP -FORM PORTLAND CEMENT CONCRETE PAVEMENT, SY 20815.6 $ 55.0 $ 1,144,858 $ - CLASS C, CLASS 3I DURABILITY, 10 IN. $ - $ - 20 2301-4875006 MEDIAN, P.C. CONCRETE, 6 IN. SY 1628.2 $ 50.0 $ 81,410 $ - 21 2304-0100000 DETOUR PAVEMENT SY 11679.2 $ 50.0 $ 583,960 $ - 22 2315-8275025 SURFACING, DRIVEWAY, CLASS A CRUSHED STONE TON 34.1 $ 23.0 $ 784 $ - 23 2401-6745354 REMOVAL OF CONCRETE FOOTINGS, AS PER PLAN EACH 14 $ 400.0 $ 5,600 $ - 24 2401-6745910 REMOVAL OF SIGN EACH 12 $ 170.0 $ 2,040- $ - 25 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ 20,000.0 $ 20,000 $ - 26 2402-0425030 GRANULAR BACKFILL - - CY 637.3 $ 40.0. $ 25,492 $ - 27 2402-2720000 EXCAVATION, CLASS 20 CY 5400 954 $ 20.0 $ 127,080 $ - 28 2402-2720100 EXCAVATION, CLASS 20, FOR ROADWAY PIPE CULVERT CY 208.7 $ 8.0 $ 1,670 $ - 29 2403-0100000 STRUCTURAL CONCRETE (MISC) CY 30.9 319.7 $ 925.0 $ 324,305 $ - 30 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 25 $ 500.0 $ 12,500 $ - 31 2404-7775000 REINFORCING STEEL LB 14631 $ 1.0 $ 14,631 $ - 32 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 5494 16217 $ 1.5 $ 32,567 $ - 33 2416-0100015 APRONS, CONCRETE, 15 IN. DIA. EACH 1 2 $ 1,200.0 $ 1,200 $ 2,400 34 2416-0100024 APRONS, CONCRETE, 24 IN. DIA. - EACH 5 3 $ 1,300.0 $ 9,230 $ 1,170 35 2416-0100030 APRONS, CONCRETE, 30 IN. DIA. EACH 1 $ 1,600.0 $ 1,600 $ - 36 2416-0100042 APRONS, CONCRETE, 42 IN. DIA. EACH 1 $ 1,900.0 $ 1,900 $ - 37 2416-1180024 CULVERT, CONCRETE ROADWAY PIPE, 24 IN. DIA. LF 30 $ 60.0 $ 1,800 $ - 38 2416-1180030 CULVERT, CONCRETE ROADWAY PIPE, 30 IN. DIA. LF 14 $ 65.0 $ 910 $ - 39 2417-1060030 APRONS, METAL, 30 IN. DIA. EACH 1 $ 600.0 $ 600 $ - 40 2417-1060030 CULVERT, CORRUGATED METAL ROADWAY PIPE, 30 IN. DIA. LF 72 $ 65.0 $ 4,680 $ - 41 2435-0140148 MANHOLE, STORM SEWER, SW -401, 48 IN. EACH 1 $ 3,700.0 $ 2,590 $ 1,110 42 2435-0140160 MANHOLE, STORM SEWER, SW -401, 60 IN. EACH 1 $ 5,600.0 $ 3,920 $ 1,680 43 2435-0250100 INTAKE, SW -501 EACH 32 5 $ 3,000.0 $ 10,500 $ 100,500 44 2435-0250248 INTAKE, SW -502, 48 IN. EACH 6 1 $ 3,100.0 $ 2,170 $ 19,530 45 2435-0250260 INTAKE, SW -502, 60 IN. - EACH 1 2 $ 4,800.0 $ 6,720 $ 7,680 46 2435-0250272 INTAKE, SW -502, 72 IN. EACH 2 $ 5,700.0 $ 7,980 $ 3,420 47 2435-0250500 INTAKE, SW -505 EACH 1 5 $ 4,200.0 $ 4,200 $ 21,000 48 2435-0250700 INTAKE, SW -507 EACH 12 $ 4,200.0 $ 50,400 $ - 49 2435-0250900 INTAKE, SW -509 EACH 2 1 $ 4,800.0 $ 9,600 $ 4,800 50 2435-0254100 INTAKE, SW -541 EACH 9 $ 5,000.0 $ 45,000 $ - 2016-16-207_Dubuque Frontage Road & US 20 Intersection Improvements 2016 N HSX-032-1(37)--3 H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) EXHIBIT B engineers + planners + land surveyors 2016-16-207_Dubuque Item Code Item Unit Div. 1 Div. 2 Div. 3 Div. 4 Div. 5 Unit Price IDOT Cost City Cost 51 2435-0256200 INTAKE, SW -562 EACH 1 u w $ 20,200.0 4 $ 4,200 •. *-<ce.. a>, $ - 52 2435-0600010 MANHOLE ADJUSTMENT, MINOR EACH 1 $ 1,500.0 $ - $ 1,500 53 2435-0600020 MANHOLE ADJUSTMENT, MAJOR EACH. 16 $ 3,000.0 $ - $ 48,000 54 2499-4000036 SLIPLINING EXISTING CULVERTS, LESS THAN OR EQUAL TO 36 IN. DIA. OR HEIGHT LF 172.7 $ 300.0 $ 51,810 $ 55 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" LF 5951 8667 $ 6.0 $ 35,706 $ 52,002 56 2502-8221303 SUBDRAIN OUTLET, DR -303 EACH 50 107 $ 200.0 $ 10,000 $ 21,400 57 2502-8221304 SUBDRAIN OUTLET, DR -304 EACH 7 1 $ 200.0 $ 1,400 $ 200 58 2503-0114215 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 1982 1587 1095 $ 45.0 $ 123,683 $ 86,198 PIPE (RCP), 2000D (CLASS III), 15 IN. $ - $ - 59 2503-0114218 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 53 222 $ 55.0 $ 11,462 $ 3,663 PIPE (RCP), 2000D (CLASS III), 18 IN. $ _ $ - 60 2503-0114224 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 503 1219 $ 65.0 $ 88,160 $ 23,771 PIPE (RCP), 2000D (CLASS III), 24 IN. $ - $ - 61 2503-0114230 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 805 $ 75.0 $ 42,263 $ 18,113 PIPE (RCP), 2000D (CLASS III), 30 IN. $ - $ - 62 2503-0114642 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 144 $ 150.0 $ 21,600 $ - PIPE (RCP), 3750D (CLASS V), 42 IN. $ - $ - 63 2503-0124215 STORM SEWER GRAVITY MAIN, TRENCHLESS, REINFORCED CONCRETE LF 70 $ 600.0 $ 29,400 $ 12,600 PIPE (RCP), 2000D (CLASS III), 15 IN. $ - $ - 64 2503-0200036 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 57 $ 13.0 $ 741 $ - 65 2505-6000111 HIGH TENSION CABLE GUARDRAIL LF 3515 $ 11.0 $ 38,665 $ - 66 2505-6000121 HIGH TENSION CABLE GUARDRAIL, END ANCHOR EACH 4 $ 2,400.0 $ 9,600 $ - 67 2505-6000131 HIGH TENSION CABLE GUARDRAIL, SPARE PARTS KIT • EACH 1 $ 3,400.0 $ 3,400 $ - 68 2506-4984000 FLOWABLE MORTAR CY 21.9 $ 900.0 $ 19,710 $ - 69 2507-3250005 ENGINEERING FABRIC SY 617.5 $ 3.0 $ 1,853 $ - 70 2507-6800061 REVETMENT, CLASS E TON 49 $ 43.0 $ 2,107 $ - 71 2507-8029000 EROSION STONE TON 240 $ 35.0 $ 8,400 $ - 72 2510-6745850 REMOVAL OF PAVEMENT SY 30129.3 $ 5.5 $ 165,711 $ - 73 2510-6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 2 $ 600.0 $ 1,200 $ - 74 2515-2475006 DRIVEWAY, P.C. CONCRETE, 6 IN. SY 1293 $ 54.0 $ 69,822 $ - 75 2518-6745880 REMOVAL OF ROAD CLOSURE BARRICADE EACH 1 $ 400.0 $ 400 $ - 76 2518-6891820 PERMANENT ROAD CLOSURE, URBAN, 5I-182 EACH 2 $ 900.0 $ 1,800 $ - 77 2518-6910000 SAFETY CLOSURE EACH 23 $ 120.0 $ 2,760 $ - 78 2519-1002048 FENCE, CHAIN LINK, 48 IN. HEIGHT LF 338.7 $ 25.0 $ 8,468 $ - 79 2524-6765010 REMOVE AND REINSTALL SIGN A5 PER PLAN EACH 37 $ 250.0 $ 9,250 $ - 80 2524-6765014 REMOVE AND REINSTALL MILEPOST MARKER EACH 2 - $ 50.0 $ 100 $ - 81 2524-6765015 REMOVE AND REINSTALL DELINEATOR POSTS EACH 16 $ 50.0 $ 800 $ - 82 2524-9089100 DELINEATOR, RIGID - TYPE I EACH 5 $ 90.0 $ 450 $ - 83 2524-9275222 WOOD POSTS FOR TYPE A OR B SIGNS, 4" X 6" LF 42 $ 20.0 $ 840 $ - 84 2524-9325001 TYPE A SIGNS, SHEET ALUMINUM SF 22 $ 15.0 $ 330 $ - 85 2525-0000100 TRAFFIC SIGNALIZATION LS 1 $ 275,000.0 $ 275,000 $ - 86 2525-0000120 REMOVAL OF TRAFFIC SIGNALIZATION LS 1 $ 10,000.0 $ 10,000 $ - 87 2526-8285000 CONSTRUCTION SURVEY LS 0.9 0.1 $ 90,000.0 $ 81,000 $ 9,000 88 2527-9263109 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT -BASED STA 1122.36 $ 10.0 $ 11,224 $ - 89 2527-9263112 PAINTED PAVEMENT MARKINGS, HIGH -BUILD WATERBORNE STA 592.03 $ 15.0 $ 8,880 $ - 90 2527-9263131 WET RETROREFLECTIVE REMOVABLE TAPE MARKINGS STA 378.59 $ 115.0 $ 43,538 $ - 91 2527-9263137 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT -BASED EACH 63 $ 100.0 $ 6,300 $ - 92 2527-9263138 PAINTED SYMBOLS AND LEGENDS, HIGH -BUILD WATERBORNE EACH 66 $ 85.0 $ 5,610 $ - 93 2527-9263180 PAVEMENT MARKINGS REMOVED STA 1311.78 $ 17.0 $ 22,300 $ - 94 2527-9263190 SYMBOLS AND LEGENDS REMOVED EACH 84 $ 100.0 $ 8,400 $ - 95 2528-8400048 TEMPORARY BARRIER RAIL, CONCRETE LF 8696 $ 10.0 $ 86,960 $ - 96 2528-8445110 TRAFFIC CONTROL LS 0.9 0.1 $ 250,000.0 $ 225,000 $ 25,000 2016-16-207_Dubuque Frontage Road & US 20 Intersection Improvements 2016 N H SX -032-1(37)--3 H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) EXHIBIT B engineers + planners + land surveyors State Total $ 9,291,676 City Total $ 1,079,563 2016-16-207_Dubuque Item Code Item Unit Div. 1 Div. 2 Div. 3 Div. 4 Div. 5 Unit Price IDOT Cost City Cost 97 2528-9109020 TEMPORARY LANE SEPARATOR SYSTEM LF 2301 $ 7.0 $ 16,107 $ �- 98 2533-4980005 MOBILIZATION LS 0.9 0.1 $ 300,000.0 $ 270,000 $ 30,000 99 2551-0000110 TEMP CRASH CUSHION EACH 5 $ 1,000.0 $ 5,000 $ - 100 2554-0112008 WATER MAIN, TRENCHED, DIP, 8" LF 45 $ 64.0 $ - $ 2,880 101 2554-0112010 WATER MAIN, TRENCHED, DIP, 10" LF 75 $ 65.0 $ - $ 4,875 102 2554-0112012 WATER MAIN, TRENCHED, DIP, 12" LF 283 $ 70.0 $ - $ 19,810 103 2554-0112016 WATER MAIN, TRENCHED, DIP, 16" LF 1492 $ 200.0 $ - $ 298,400 104 2554-0122012 WATER MAIN, TRENCHLESS, DIP, 12" LF - 100 $ 147.0 $ - $ 14,700 105 2554-0132012 WATER MAIN WITH CASING PIPE, TRENCHED, DIP, 12" LF - 44 $ 700.0 $ - $ 30,800 106 2554-0203000 FITTINGS BY WEIGHT, DI LBS 4372 $ 10.0 $ - $ 43,720 107 2554-0204110 WATER SERVICE STUB, COPPER, 1" EACH 2 $ 1,500.0 $ - $ 3,000 108 2554-0206000 VALVE, BUTTERFLY, DIP, 16" EACH 6 $ 3,000.0 $ - $ 18,000 109 2554-0207008 VALVE, GATE, DIP, 8" EACH 1 $ 1,900.0 $ - $ 1,900 110 2554-0207010 VALVE, GATE, DIP, 10" EACH 1 $ 2,200.0 $ - $ 2,200 111 2554-0207012 VALVE, GATE, DIP, 12" EACH 2 $ 2,500.0 $ - $ 5,000 112 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 - EACH 5 $ 5,700.0 $ - $ 28,500 113 2555-0000010 DELIVER AND STOCKPILE SALVAGED MATERIALS LS 1 $ 5,000.0 $ - $ 5,000 114 2599-9999005 CONNECT TO EXISTING VAULT OR HANDHOLE EACH 1 $ 1,000.0 $ 1,000 $ - 115 2599-9999005 CORE DRILL VAULT OR HANDHOLE EACH 5 $ 100.0 $ 500 $ - 116 2599-9999005 FIBER VAULT, SQUARE EACH 3 $ 4,000.0 $ 12,000 $ - 117 2599-9999009 BUNDLED MICRODUCT CONDUIT LF 4627 $ 20.0 $ 92,540 $ - 118 2599-9999009 FIBER OPTIC CABLE LF 2510 $ 4.5 $ 11,295 $ - 119 2599-9999009 WATER MAIN, REMOVAL LF 1580 $ 5.0 $ - $ 7,900 120 2601-2633100 MOWING ACRE 16.6 $ 50.0 $ 830 $ - 121 2601-2634100 MULCHING ACRE 16.6 $ 650.0 $ 10,790 $ - 122 2601-2634105 MULCHING, BONDED FIBER MATRIX ACRE 14.7 $ 3,000.0 $ 44,100 $ - 123 2601-2636043 SEEDING AND FERTILIZING (RURAL) ACRE 1.9 $ 800.0 $ 1,520 $ 124 2601-2636044 SEEDING AND FERTILIZING (URBAN) ACRE 14.7 $ 2,000.0 $ 29,400 $ - 125 2602-0000020 SILT FENCE LF 18100 $ 1.8 $ 32,580 $ - 126 2602-0000030 SILT FENCE FOR DITCH CHECKS LF 3530 $ 2.0 $ 7,060 $ - 127 2602-0000071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF 2860 $ 0.3 $ 858 $ - 128 2602-0000101 MAINT OF SILT FENC/SILT FENC-DITCH CHECK LF 7522 $ 0.5 $ 3,611 $ - 129 2602-0000160 ROCK CHECK DAM LF 797 $ 100.0 $ 79,700 $ - 130 2602-0000170 MAINT OF ROCK CHECK DAM EACH 126 $ 50.0 $ 6,300 $ - 131 2602-0000309 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. DIA. LF 2070 $ 3.0 $ 6,210 $ - 132 2602-0000312 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 12 IN. DIA. LF 200 $ 3.5 $ 700 $ - 133 2602-0000320 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 20 IN. DIA. LF 200 $ 4.5 $ 900 $ - 134 2602-0000350 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2470 $ 0.5 $ 1,235 $ - 135 2602-0010010 MOBILIZATIONS, EROSION CONTROL EACH 1 $ 500.0 $ 500 $ - 136 2602-0010020 MOBILIZATIONS, EMERGENCY EROSION CONTROL EACH 1 $ 1,000.0 $ 1,000 $ - Division Subtotal $ 7,852,483 $ 387,719 $ 5,000 $ 887,802 $ 295,395 10%Contingency Subtotal $ 844,698 $ 9,291,676 $ 98,142 $ 1,079,563 State Total $ 9,291,676 City Total $ 1,079,563 2016-16-207_Dubuque Frontage Road & US 20 Intersection Improvements 2026 NHSX-032-1(37)--3H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST {RETAINING WALL) il1,,6I ITC. FFnFRAI NnN-PARTICIPATINC,(CITY CASTI engineers + planners + land surveyors EXHIBIT B 2016-16-207 Dubuque Rem Code Rem Unit DW.1 DN.2 «w w, Div 3 Dlv 4 Div. S �•-_"�.� Unit Price •"",�".• MOTCost ,$..F.M•.•..14.280 City Cost ,.,..1..,,2101 0850001 CLEARING AND GRUBBING �,�,+» s N.. �, wM. -. n,a. �.... m r.. .� a •,•••,- "`°e"' ACRE 8.4 .N . n,... ... w- ,,.H .r. r 15000 $_4a,,,,. 2 2102-0425070 SPECIAL BACKFILL TON 6168.2 $ 21.0 $ 129,532 $ - 3 2102-2625001 EMBANKMENT -IN-PLACE, CONTRACTOR FURNISHED CY 62328 $ 5.0 $ 311,640 $ - 4 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 58123 $ SA $ 290,615 $ - 5 2102-2712015 EXCAVATION, CLASS 12, BOULDERS OR ROCK FRAGMENTS CY 123 $ 25.0 $ 3,075 $ 6 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 17095 $ 5.0 $ 85,475 $ - 7 2107-0875000 COMPACTION WITH MOISTURE AND DENSITY CONTROL CY 4845 $ 1.5 $ 7,268 $ 8 2107-0875100 COMPACTION WITH MOISTURE CONTROL CY 102205 S 0.4 $ 49,882 $ - 9 2111-8174100 GRANULAR SUBBASE SY 28684.7 $ 104 $ 286,847 $ - 10 2115-0100000 MODIFIED SUBBASE of 14979.3 $ 40.0 $ 599,172 $ 11 2121-7425010 GRANULAR SHOULDERS, TYPE A TON 1779 $ 25.0 $ 44,475 $ - 12 2122-5190010 PAVED SHOULDER, P.C. CONCRETE, 10 IN. SY 2446.4 S 434 $ 105,195 $ - 13 2122-5500100 PAVED SHOULDER, HOT MIX ASPHALT, 10 IN. SY 57.2 $ 80.0 $ 4,576 $ 14 2123-7450000 EARTH SHOULDER CONSTRUCTION STA 89.1 $ 225.0 $ 20,048 $ 15 2123-7450020 EARTH SHOULDER FINISHING STA 111.1 S 180.0 $ 14998 $ 16 2210-0475290 MACADAM STONE BASE TON 16517.4 $ 30.0 $ 495,522 $ - 17 2213-7100400 RELOCATION OF MAILBOXES EACH 10 $ 220.0 $ 2,200 $ 18 2301-1032090 STANDARD OR SLIP -FORM PORTLAND CEMENT CONCRETE PAVEMENT, SY 22877.2 $ 55.0 $ 1,258,246 $ CLASS C, CLASS 2 DURABILITY, 9 IN. $ $ - 19 2301-1034100 STANDARD OR SLIP -FORM PORTLAND CEMENT CONCRETE PAVEMENT, SY 20815.6 $ 55.0 $ 1,144,858 $ - CLASS C, CLASS 3I DURABILITY, 10 IN.20 2301-4875006 MEDIAN, P.C. CONCRETE, 6 IN. SY 1628.2 $ 50.0 $ 85410 $ - 21 2304-0100000 DETOUR PAVEMENT SY 11679.2 $ 50.0 $ 583,960 $ 22 2315-8275025 SURFACING, DRIVEWAY, CLASS A CRUSHED STONE TON 34.1 $ 23.0 $ 784 $ 23 2401-6745354 REMOVAL OF CONCRETE FOOTINGS, AS PER PLAN EACH 14 $ 400.0 $ 5,600 $ - 24 2401-6745910 REMOVAL OF SIGN EACH 12 S 170.0 '$ 2,040 $ 25 2401-6750801 REMOVALS, AS PER PLAN LS 1 $ 20,0004 $ 20,000 $ - 26 2402-0425030 GRANULAR BACKFILL CY 637.3 $ 404 $ 25,492 $ 27 2402-2720000 EXCAVATION, CLASS 20 CY 5400 954 $ 20.0 $ 127,080 $ 28 2402-2720100 EXCAVATION, CLASS 20, FOR ROADWAY PIPE CULVERT CY 208.7 $ 8.0 $ 1,670 $ - 29 2403-0100000 STRUCTURAL CONCRETE (MISC) CY 30.9 319.7 $ 925.0 $ 324,305 $ - 30 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 25 $ 500.0 $ 12500 $ - 31 2404-7775000 REINFORCING STEEL LB 14631 $ 1.0 $ 14,631 $ 32 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 5494 16217 $ 1.5 $ 32,567 $ - 33 2416-0100015 APRONS, CONCRETE, 15 IN. DIA. EACH 1 2 $ 1,2004 $ 5200 $ 2,400 34 2416-0100024 APRONS, CONCRETE, 24 IN. DIA. EACH 5 3 $ 1,300.0 $ 9,230 $ 1,170 35 2416-0100030 APRONS, CONCRETE, 30 IN. DIA. EACH 1 $ 1,6004 $ 1,600 $ - 36 2416-0100042 APRONS, CONCRETE, 42 IN. DIA. EACH 1 $ 1,900.0 $ 1,900 $ 37 2416-1180024 CULVERT, CONCRETE ROADWAY PIPE, 24 IN. DIA. LF 30 $ 60.0 $ 1,800 $ 38 2416-1180830 CULVERT, CONCRETE ROADWAY PIPE, 30 IN. DIA. LF 14 $ 65.0 $ 910 $ - 39 2417-1060030 APRONS, METAL, 30 IN. DIA. EACH 1 5 600.0 $ 600 $ - 40 2417-1060030 CULVERT, CORRUGATED METAL ROADWAY PIPE, 30 IN. DIA. LF 72 $ 65.0 $ 4,680 $ 41 2435-0140148 MANHOLE, STORM SEWER, 5W-401, 48 IN. EACH 1 $ 3,700.0 $ 2,590 $ 1,110 2016-16-207 Dubuque Frontage Road & US 20 Intersection Improvements 2036 N H SX -032-1(37)--3 H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) oogetabow engineers + planners + land surveyors EXHIBIT B 2016-16-207_Dubuque Rem Code Rem Unit Div.1 Div.2 Div.3 Div. 4 Div. S Unit Price MOTCost 0 Cost 42 2435-0148160 MANHOLE, STORM SEWER, 5W-401, 60 IN. m -- EACH 1 $ 5,600.0$ 3,920 $ 1,680 43 2435-0250100 INTAKE, 58-501 EACH 325 $ 3000.0 $ 10500 $ 100,500 44 2435-0250248 INTAKE, SW -502, 48 IN. EACH6 1 $ 3,100. $ 2,170 $ 19,530 45 2435-0250260 INTAKE, SW -502, 60 IN. EACH 12 $ 4,800.0 $ 6,720 $ 7,680 46 2435-0250272 INTAKE, SW -502, 72 IN. EACH2 $ 5700.0 $ 7,980 $ 3,420 47 2435-0250500 INTAKE, SW -505 EACH 1 5 $ 4,200.0 $ 4200 $ 21,000 48 2435-0250700 INTAKE, SW -507 EACH 12 $ 4,200. $ 50,400 $ - 49 2435-0250900 INTAKE., SW -509 EACH 2 1 $ 4,800.0 $ 9,600 $ 4,800 50 2435-0254100 INTAKE, SW -541 EACH 9 $ 5,000.0 $ 45,000 $ - 51 2435-0256200 INTAKE, 5W-562 EACH 1 $ 4,200.0 $ 4200 $ - 52 2435-0600010 MANHOLE ADJUSTMENT, MINOR EACH 1 $ 1,500. $ - $ 1,500 53 2435-0600020 MANHOLE ADJUSTMENT, MAJOR EACH 16 $ 3,000.0 $ - $ 48,000 54 2499-4000036 SLIPLINING EXISTING CULVERTS, LESS THAN OR EQUAL TO 36 IN. DIA. OR HEIGHT LF 172.7 $ 300.0 $ 51,810 $ - 55 2502-8212036 SUBDRAIN, LONGITUDINAL, (SHLD) 6" LF 5951 8667 $ 6A $ 35,706 $ 52,002 56 2582-8221303 SUBDRAIN OUTLET, DR -303 EACH 50 107 $ 200.0 $ 10,000 $ 21,400 57 2502-8221304 SUBDRAIN OUTLET, DR -304 EACH 7 1 $ 200A $ 1,400 $ 200 58 2503-0114215 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 1982 1587 1095 $ 45.0 $ 123,683 $ 86,198 PIPE (RCP), 20000 (CLASS III), 15 IN. 59 2503-0114218 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 53 222 $ 55.0 $ 11,462 $ 3,663 PIPE (RCP), 20000 (CLASS III), 18 IN.60 2503-0114224 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 503 1219 $ 65.0 $ 88,160 $ 23,771 PIPE (RCP), 20000 (CLASS III), 24 IN. $ - $ - 61 2503-0114230 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 805 $ 75A $ 42,263 $ 18,113 PIPE (RCP), 20000 (CLASS III), 30 IN. $ $ 62 2503-0114642 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE LF 144 $ 150.0 $ 21,600 $ - PIPE (RCP), 37500 (CLASS V), 42 IN. 63 2503-0124215 STORM SEWER GRAVITY MAIN, TRENCHLESS, REINFORCED CONCRETE LF 70 $ 600.0 $ 29,400 $ 12,600 PIPE (RCP), 20000 (CLASS III), 15 IN. $ . $ 64 2503-0200036 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 57 $ 13.0. $ 741 $ 65 2505-6000111 HIGH TENSION CABLE GUARDRAIL LF 3515 $ 11.0 $ 38,665 $ 66 2505-6000121 HIGH TENSION CABLE GUARDRAIL, END ANCHOR EACH 4 $ 2,400. $ 9,600 $ - 67 2505-6000131 HIGH TENSION CABLE GUARDRAIL, SPARE PARTS KIT EACH 1 $ 3,400.0 $ 3,400 $ - 68 2506-4984000 FLOWABLE MORTAR CY 21.9 $ 900.0 $ 19,710 $ 69 2507-3250005 ENGINEERING FABRIC SY 617.5 $ 3.0 $ 1,853 $ 70 2507-6800061 REVETMENT, CLASS E TON 49 $ 43.0 $ 2,107 $ 71 2597-8029000 EROSION STONE TON 240 $ 35.0 $ 8,400 $ - 72 2510-6745850 REMOVAL OF PAVEMENT 5Y 30129.3 $ 5.5 $ 165,711 $ 73 2510-6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 2 $ 600.0 $ 1,200 $ - 74 2515-2475006 DRIVEWAY, P.C. CONCRETE, 6 IN. SY 1293 $ 54.0 $ 69,822 $ - 75 2518-6745880 REMOVAL OF ROAD CLOSURE BARRICADE EACH 1 $ 400.0 $ 400 $ - 76 2518-6891820 PERMANENT ROAD CLOSURE, URBAN, SI -182 EACH 2 $ 900.0 $ 1,800 $ - 77 2510-6910000 SAFETY CLOSURE EACH 23 $ 120.0 $ 2,760 $ 78 2519-1002048 FENCE, CHAIN LINK, 48 IN. HEIGHT LF 338.7 $ 25.0 $ 8,468 $ 2016-16-207_Dubuque Frontage Road & US 20 Intersection Improvements 2016 NHSX-032-1(37)--3H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE CAST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) eng)neers + planners + land surveyors EXHIBIT B 2016-16-207 Dubuque Item Code Rem UnR Div.1 DA,2 Div.3 DW.4 Div.5 Umt PnCe IDQT Cost GN Cost 79 2524-6765010 REMOVE AND REINSTALL SIGN AS PER PLAN EACH 37 2500$.,w4250 $w� 80 2524-6765014 REMOVE AND REINSTALL MILEPOST MARKER EACH 2 $ 50D $ 100 $ - 81 2524-6765015 REMOVE AND REINSTALL DELINEATOR POSTS EACH 16 $ 50.0 $ 800 $ - 82 2524-9089100 DELINEATOR, RIGID - TYPE I EACH 5 5 90.0 $ 450 $ - 83 2524-9275222 WOOD POSTS FOR TYPE A OR B SIGNS, 4" X 6" LF 42 $ 20.0 S 840 $ - 84 2524-9325001 TYPE A SIGNS, SHEET ALUMINUM SF 22 $ 150 $ 330 $ - 85 2525-0000100 TRAFFIC SIGNALIZATION LS 1 $ 275,000.0 $ 275,000 $ - 86 2525-0000120 REMOVAL OF TRAFFIC SIGNALIZATION LS 1 $ 10000.0 $ 10,000 87 2526-8285000 CONSTRUCTION SURVEY LS 0.9 0.1 $ 90000.0 $ 81,000 $ 9,000 88 2527-9263109 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT -BASED STA 1122.36 $ 10.0 $ 11,224 $ - 89 2527-9263112 PAINTED PAVEMENT MARKINGS, HIGH -BUILD WATERBORNE STA 592.03 $ 15.0 $ 8080 $ - 90 2527-9263131 WET RETROREFLECTIVE REMOVABLE TAPE MARKINGS STA 378.59 $ 115.0 $ 43,538 $ - 91 2527-9263137 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT -BASED EACH 63 $ 100.0 $ 6,300 $ 92 2527-9263138 PAINTED SYMBOLS AND LEGENDS, HIGH -BUILD WATERBORNE EACH 66 $ 85.0 $ 5,610 $ - 93 2527-9263180 PAVEMENT MARKINGS REMOVED STA 1311.78 $ 17,0 $ 22,300 $ - 94 2527-9263190 SYMBOLS AND LEGENDS REMOVED EACH 84 $ 100A $ 8,400 $ - 95 2528-8400048 TEMPORARY BARRIER RAIL, CONCRETE LF 8696 $ 10.0 $ 86,960 $ - 96 2528-8445110 TRAFFIC CONTROL LS 0.9 0.1 $ 250,000.0 $ 225,000 $ 25,000 97 2528-9109020 TEMPORARY LANE SEPARATOR SYSTEM LF 2301 $ 7.0 5 16,107 $ - 98 2533-4980005 MOBILIZATION LS 0.9 0.1 $ 300000.0 $ 270,000 $ 30,000 99 2551-0000110 TEMP CRASH CUSHION EACH 5 5 1,000.0 $ 5,000 $ - 100 2554-0112808 WATER MAIN, TRENCHED, DIP, 8" LF 45 $ 64.0 5 - 5 2,880 101 2554-0112010 WATER MAIN, TRENCHED, DIP, 10" LF 75 $ 650 $ - $ 4,875 102 2554-0112012 WATER MAIN, TRENCHED, DIP, 12" LF 283 $ 700 $ - $ 19,810 103 2554-0112016 WATER MAIN, TRENCHED, DIP, 16" LF 1492 $ 2000 $ - $ 298,400 104 2554-0122012 WATER MAIN, TRENCHLESS, DIP, 12" LF 100 $ 147.0 $ - $ 14,700 105 2554-0132012 WATER PAIN WITH CASING PIPE, TRENCHED, DIP, 12" LF 44 $ 700.0 $ - $ 3%800 106 2554-0203000 FITTINGS BY WEIGHT, DI LBS 4372 $ 10.0 $ - $ 43,720 107 2554-0204110 WATER SERVICE STUB, COPPER, 1" EACH2 $ 1,500,0 $ - $ 3,000 108 2554-0206000 VALVE, BUTTERFLY, DIP, 16" EACH6 $ 8,0000 $ - $ 1$000 109 2554-0207008 VALVE, GATE, DIP, 8" EACH1 $ 1,900.0 $ - 5 1,900 110 2554-0207010 VALVE, GATE, DIP, 10" EACH 1 $ 2,200.0 $ - 5 4200 111 2554-0207012 VALVE, GATE, DIP, 12" EACH 2 $ 25000 $ - $ 5,000 112 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 EACH S S 5,700.0 $ - $ 28500 113 2555-0000010 DELIVER AND STOCKPILE SALVAGED MATERIALS LS 1 $ 5,000.0 $ $ 5,000 114 2599-9999005 CONNECT TO EXISTING VAULT OR HANDHOLE EACH 1 S 1,000.0 5 1,000 $ - 115 2599-9999005 CORE DRILL VAULT OR HANDHOLE EACH S $ 1000 $ 500 $ - 116 2599-9999005 FIBER VAULT, SQUARE EACH 3 $ 4000.0 $ 12,000 $ - 117 2599-9999009 BUNDLED MICRODUCT CONDUIT LF 4627 $ 20.9 $ 92540 $ - 118 2599-9999009 FIBER OPTIC CABLE LF 2510 $ 4.5 $ 11,295 $ - 119 2599-9999009 WATER MAIN, REMOVAL LF 1580 $ 5.0 5 - $ 7,900 120 2601-2633100 MOWING ACRE 16.6 $ 50.0 $ 830 $ - 121 2601-2634100 MULCHING ACRE 16.6 $ 650.0 $ 10,790 $ 2016-16-207 Dubuque Frontage Road & US 20 Intersection Improvements 2016 NHSX-032-1(37)--3H-31 Cost Estimate 06/08/2016 Division 1: IOWA DOT COST (ROADWAY) Division 2: CITY OF DUBUQUE COST (80% FEDERAL STP FUNDS AND 20% CITY FUNDS) Division 3: 70% DOT AND 30% CITY OF DUBUQUE COST Division 4: IOWA DOT COST (RETAINING WALL) Division 5: FEDERAL NON -PARTICIPATING (CITY COST) 0 11400',02 engineers + planners+ land surveyors EXHIBIT B State Total $ 9,291,676 City Total $ 1,079,563 Project Total $10,371,239 2016-16-207 Dubuque Rem Code Rem Unit Div.1 Div.2 Div. 3 Div.4 Div. 5 Unit Price IDOT Cost City Cost 122 w.-1.a.rm 2601-2634105 ,�....o...... m,.�.�e...,..,.,.�,.. ., <-.e.. .-,--. ---. MULCHING, BONDED FIBER MATRIX ACRE -,..4..,,,,w.�.,---.,,,-s-„---E X14.7 whew .e.,.,. «.s*.», ,W .---- $ 3,000.0 ... ,..„.�. $ 44,100 .,.rwM ,...,,....� $ - 123 2601-2636043 SEEDING AND FERTILIZING (RURAL) ACRE 1.9 $ 800.0 $ 1,520 5 - 124 2601-2636044 SEEDING AND FERTILIZING (URBAN) ACRE 14.7 $ 2,000.0 $ 24,400 $ - 125 2602-0000020 SILT FENCE LF 18100 $ 1.8 $ 32,580 $ - 126 2602-0000030 SILT FENCE FOR DITCH CHECKS LF 5530 $ 2.0 $ 7,060 $ - 127 2602-0000071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF 2860 $ 0.3 $ 858 $ - 128 2602-0000101 MAINT OF SILT FENC/SILT FENC-DITCH CHECK LF 7522 $ 0.5 $ 3,611 $ - 129 2602-0000160 ROCK CHECK DAM LF 797 $ 100.0 $ 79,700 $ - 130 2602-0000170 MAINT OF ROCK CHECK DAM EACH 126 $ 50.0 $ 6,300 $ - 131 2602-0000309 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. DIA. LF 2070 $ 3.0 $ 6,210 $ - 132 2602-0000312 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 12 IN. DIA. LF 200 $ 3.5 $ 700 $ - 133 2602-0000320 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 20 IN. DIA. LF 200 $ 45 $ 900 $ - 134 2602-0000350 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2470 $ 0.5 $ 1,235 $ - 135 2602-0010010 MOBILIZATIONS, EROSION CONTROL EACH 1 $ 500.0 $ 500 $ - 136 MOBILIZATIONS, EMERGENCY EROSION CONTROL EACH 1 $ 1,000.0 $ $ - 225602-0010020 x Vii) � g E” ivf si..� p '` le' '1i hM1 ? L• d5 '� rl i Y;' ll' Q � ,' .'t'x .'-ii •Nge' i ..F'>} +" ,.11,,0�00 f , �A,,,,-,,E,,, ph. 'k. r -, Division Subtotal $ 7,852,483 $ 887,802 $ 295,395 $ 387,719 5 5,000 10% Contingency Subtotal $ 844,690 $ 9,291,676 $ 98,142 $ 1,079,563 State Total $ 9,291,676 City Total $ 1,079,563 Project Total $10,371,239 2016-16-207 Dubuque Contract Funding Worksheet Rev: 05-21-07 EXHIBIT C Date: April 19, 2016 Letting Project Number: NHSX-032-1(37)--3H-31 Letting Date: 21 -dun -16 Category Priority Funding Source Participation Percentage Limit STIP Item No. Project No. for Funding Source (if different from letting number) 1 1 DOT 1-ederal Aid 80% none 60524 1 1 Primary Road Funding (PRF) 20% none 2 1 Surface Transportation Program (STP) 80% $ 1,000,000.00 60641 2 1 Dubuque Local Funding 20% none 2 2 Dubuque Local Funding 100% none 3 1 DOT Federal Aid 56% none 60524 3 1 Primary Road Funding (PRF) 14% none 3 1 Surface Transportation Program (STP) 24% $ 1,000,000.00 60641 3 1 Dubuque Local Funding 6% none 3 2 Dubuque Local Funding 100% none 4 1 DOT Federal Aid 80% none 60524 4 1 Primary Road Funding (PRF) 20% none 5 1 Dubuque Local Funding 100% none Category Descriptions: Category 1 = Division 1, DOT Federal -aid and PRF participating items (Roadway) Category 2 = Division 2, STP Federal -aid (Cr MAT) participating items Category 3 = Division 3, 70% DOT Federal -aid, 30% STP City of Dubuque Category 4 = Division 4, DOT Federal -aid and PRF (Retaining wall) (Structures) Category 5 = Division 5, City Cost (Federal Non -Participating) Notes: For the combined portion of project costs in Category 2 & 3 covered by STP funds shall be limited to a maximum of either 80 percent of eligible costs or the amount stipulated in the ECIA current TIP and approved in the STIP ar $1,000,000. 2016-16-207 Dubuque NHSX-832-1(37)--3H-31 Division 2 & 3 Storm Sewer Intakes, Manholes and Pipes 6/8/2016 Division 2 - Intakes / Manholes Division 2 - Pipes Division 3 - Intakes / Manholes Division 3 - Pipes EXHIBIT D No. Type No. Size Length No. Type No. Size Length 1-20 SW -S01 P-20 15.0 40.0 3.16 SW -502 (60") P-21 30.0 42.0 I-51 SW -502 (48") P-50 15.0 42.0 1-54 SW -481 (48") P-16 30.0 153.0 I-50 SW -S01 P-14 15.0 41.0 I-27 SW -501 P-51 30.0 179.8 I-14 SW -505 P-15 15.0 41.0 I-26 SW -501 P-39 24.0 79.8 I-15 5W-505 P-41 15.0 40.0 I-25 SW -501 P-9 24.0 65.0 I-41 SW -501 P-99 15.0 38.0 I-24 SW -501 P-8 15.0 183.0 I-99 SW -501 P-55 15.0 44.0 1-57 SW -501 P-7 24.0 128.0 I-55 SW -501 P-56 15.0 99.0 1-123 SW -401 (60") P-103 24.0 24.0 I-56 561-501 P-13 15.0 260.0 1-23 561-502 (72") P-6 24.0 133.0 I.13 SW -S01 P.12 15.0 115.0 1-22 SW -582 (60") P -S 24.0 120.0 I-12 SW -501 P-11 15.0 65.0 I-21 SW -502 (48") P-3 24.0 69.0 I-11 161-501 P-10 15.0 44.0 1-42 561-502 (72") P-54 24.0 131.0 I-10 SW -S01 P-19 15.0 37.8 24' Apron P-1 24.0 130.0 I-39 SW -501 P-18 15.0 128.0 24" Apron P-27 15.0 198.0 1.9 SW -501 P-100 15.0 34.0 24" Apron P-29 15.0 41.0 1-8 5W-501 P.102 15.0 27.0 P-30 15.0 211.0 1-19 561-501 P-4 15.0 35.0 P-26 15.0 62.0 I-18 SW -501 P-101 15.0 30.0 P-25 15.0 63.0 I-100 SW -501 P-31 15.8 41.0 P-24 15.8 62.0 I-102 561-501 P-17 15.0 41.8 P-57 15.0 61.0 1.4 SW -505 P-28 15.0 41.0 P-123 30.0 34.0 I-7 SW -509 P -S8 15.0 40.0 P-23 30.0 86.0 I-101 SW -501 P-37 15.0 41.0 P-22 30.8 90.0 I-103 SW -502 (48") P-38 15.0 101.0 P-21 30.0 221.0 1-6 5W-502 (48") P-33 15.0 41.0 P-32 15.0 214.0 I-5 561-502 (48") P-75 15.0 43.0 P-35 24.0 41.0 I-3 SW -502 (48") P-76 15.0 23.0 P-36 24.0 77.0 I-29 SW -501 P-75 15.0 23.0 P-34 18.0 222.0 I-30 SW -501 P-1 24.0 98.0 1-32 SW -501 P-79 24.0 20.0 I-31 SW -501 P-73 24.0 82.0 I-17 SW -501 P-74 24.0 22.0 1-28 SW -501 I-58 SW -501 1-37 SW -505 I-38 SW -505 I-35 5W-501 1-36 SW -502 (60") I-34 SW -501 I-33 SW -S01 I-1 5W-502 (48") I-76 SW -501 1-73 SW -501 1-74 SW -501 1-75 SW -501 15" Apron 15" Apron 2018-16-207_Dubuque April 2016 EXHIBIT E General Agreement Provisions for use of Federal Highway Funds on Primary Highways As a condition of receiving Federal Highway funds, the Recipient shall comply with the following additional provisions: 1. The Recipient shall be responsible for including the project in the appropriate Regional Planning Affiliation (RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program (TIP). The Recipient shall also ensure that the appropriate RPA or MPO, through their TIP submittal to the Department, includes the project in the Statewide Transportation Improvement Program (STIP). If the project is not included in the appropriate fiscal year of the STIP, Federal funds cannot be authorized. 2. Before beginning any work for which Federal funding reimbursement will be requested, the Recipient shall contact the Department to obtain the procedures necessary to secure FHWA authorization. The Recipient shall submit a written request for FHWA authorization to the Department. After reviewing the Recipient's request, the Department will forward the request to the FHWA for authorization and obligation of Federal funds. The Department will notify the Recipient when FHWA authorization is obtained. The cost of work performed prior to FHWA authorization will not be reimbursed with Federal funds. 3. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and regulations. To assist the Recipient, the Department has provided guidance in the Federal -aid Project Development Guide (Guide) and the Instructional Memorandums to Local Public Agencies (I.M.$) that are referenced by the Guide. Both are available on-line at: http://www.iowadot.gov/local_systems/ publications/im/lpa_ims.htm. The Recipient shall follow the applicable procedures and guidelines contained in the Guide and I,M.s in effect at the time project activities are conducted. 4. In accordance with Title VI of the Civil Rights Act of 1964 and associated subsequent nondiscrimination laws, regulations, and executive orders, the Recipient shall not discriminate against any person on the basis of race, color, national origin, sex, age, or disability. In accordance with Iowa Code Chapter 216, the Recipient 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. The Recipient agrees to comply with the requirements outlined in LM. 1.070, Title VI and Nondiscrimination Requirements which includes the requirement to provide a copy of the Recipient's Title VI Plan or Agreement and Standard DOT Title VI Assurances to the Department. 5. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of 1990 (ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), and the associated Federal regulations that implement these laws, and the guidance provided in I.M. 1.080, ADA Requirements. When pedestrian facilities are constructed, reconstructed, or altered, the Recipient shall make such facilities compliant with the ADA and Section 504. 6. To the extent allowable by law, the Recipient agrees to indemnify, defend, and hold the Department 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 Department's application review and approval process, plan and construction reviews, and funding participation, 7. As required by 2 CFR 200.501 "Audit Requirements", a non -Federal entity expending $750,000 or more in Federal awards in a year shall have a single or program -specific audit conducted for that year in accordance with the provision of that part. Auditee responsibilities are addressed in Subpart F of 2 CFR 200. The Federal funds provided by this agreement shall be reported on the appropriate Schedule of Expenditures of Federal Awards (SEFA) using the Catalog of Federal Domestic Assistance (CFDA) number and title as shown on the first page of this agreement. If the Recipient will 2016-16-207 Dubuque April 2016 pay initial project costs and request reimbursement from the Department, the Recipient shall report this project on its SEFA. If the Department will pay initial project costs and then credit those accounts from which initial costs were paid, the Department will report this project on its SEFA. In this case, the Recipient shall not report this project on its SEFA 8. The Recipient shall supply the Department with ail information by the Federal Funding Accountability and Transparency act of 2006 and 2 CFR Part 170. 9. The Recipient shall comply with the following Disadvantaged Business Enterprise (DBE) requirements: 1) The Recipient shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any Department -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of Department -assisted contracts. 2) The Recipient shall comply with the requirements of I.M. 3.710, DBE Guidelines. 3) The Department's DBE program, as required by 49 CFR Part 26 and as approved by the Federal Highway Administration (FHWA), is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). 10. Termination of funds. Notwithstanding anything in this agreement to the contrary, and subject to the limitations set forth below, the Department shall have the right to terminate this agreement without penalty and without any advance notice as a result of any of the following: 1) The Federal government, legislature or governor fail in the sole opinion of the Department to appropriate funds sufficient to allow the Department to either meet its obligations under this agreement or to operate as required and to fulfill its obligations under this agreement; or 2) If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the Department to make any payment hereunder are insufficient or unavailable for any other reason as determined by the Department in its sole discretion; or 3) If the Department's authorization to conduct its business or engage in activities or operations related to the subject matter of this agreement is withdrawn or materially altered or modified. The Department shall provide the Recipient with written notice of termination pursuant to this section. 11. Certain utility relocation, alteration, adjustment, or removal costs may be eligible for Federal funding reimbursement in accordance with the FHWA rules applicable to the type of utility involved and Iowa Code Chapter 306A. If the Recipient desires Federal reimbursement of these costs, it shall submit a request for FHWA Authorization prior to beginning any utility relocation work, in accordance with the procedures outlined in I.M. 3.650, Federal -aid Participation in Utility Relocations. 12. If Federal funding is requested for in-house services, the Recipient shall follow the procedure outlined in I.M. 3.310, Federal -aid Participation in In -House Services. 13. If the Recipient desires to claim indirect costs under Federal awards, the Recipient shall prepare an indirect cost rate proposal and related documentation in accordance with the requirements of 2 CFR 200. Before incurring costs for in-house services, such an indirect cost rate proposal shall be certified by the FHWA or the Federal agency providing the largest amount of Federal funds to the Recipient. If approved, the approved indirect cost rate shall be incorporated by means of an amendment to this agreement. 2016-16-207_Dubuque April 2016 14. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall prepare a contract for consultant services in accordance with 23 CFR Part 172. These regulations require a qualifications -based selection process. The Recipient shall follow the procedures for selecting and using consultants outlined in I.M. 3.305, Federal -aid Participation in Consultant Costs. 15. If Preliminary Engineering (PE) work is Federally funded, and if right-of-way acquisition for or actual construction of the road is not started by the close of the tenth fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall repay to the Department an amount equal to the amount of Federal funds made available for such engineering. PE includes work that is part of the development of the PS&E for a construction project. This includes environmental studies and documents, preliminary design, and final design up through and including the preparation of bidding documents. PE does not include planning or other activities that are not intended to lead to a construction project. Examples include planning, conceptual, or feasibility studies. 16. The Recipient shall take the appropriate actions and prepare the necessary documents to fulfill the FHWA requirements for project environmental studies including historical/cultural reviews and location approval. The Recipient shall complete any mitigation agreed upon in the FHWA approval document. These procedures are set forth in I.M. 3.105, Concept Statement Instructions; 3.110, Environmental Data Sheet Instructions; 3.112, FHWA Environmental Concurrence Process; and 3.114, Cultural Resource Regulations. 17. if farmland is to be acquired, whether for use as project right-of-way or permanent easement, the Recipient shall follow the procedures in I.M. 3.120, Farmland Protection Policy Act Guidelines. 18. The Recipient shall obtain project permits and 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, the Department, or other agencies as required. The Recipient shall follow the procedures in I.M. 3.130, 404 Permit Process; 3.140, Storm Water Permits; 3.150, Highway Improvements in the Vicinity of Airports or Heliports; and 3.160, Asbestos Inspection, Removal and Notification Requirements. 19. In all contracts entered into by the Recipient, and all subcontracts, in connection with this project that exceed $100,000, the Recipient shall comply with the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act, and all their regulations and guidelines, In such contracts, the Recipient shall stipulate that any facility to be utilized in performance of or to benefit from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities or is under consideration to be listed. 20. If the Recipient is responsible for acquisition of the project right-of-way, it shall acquire the project right-of-way, whether lease, easement, or fee title, and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in 1.M. 3.605, Right -of -Way Acquisition, and the Department's Office of Right of Way Local Public Agency Manual. The Recipient shall contact the Department for assistance, as necessary, to ensure compliance with the required procedures, even if no Federal funds are used for right-of-way activities. The Recipient shall obtain environmental concurrence before acquiring any needed right-of-way. With prior approval, hardship and protective buying is possible. If the Recipient requests Federal funding for right-of-way acquisition, the Recipient shall also obtain FHWA authorization before purchasing any needed right-of-way. 21. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall repay the amount of Federal funds reimbursed for right-of-way costs to the Department. 22. If Federal funding is requested for construction performed by employees of the Recipient, the Recipient will follow the procedures outlined in I.M. 3.810, Federal -aid Construction by Local Agency Forces. 2016-16-207 Dubuque April 2016 23. The non -Federal share of the project costs may include cash or third party non-cash contributions to the project. If the Recipient desires to use a third party non-cash contribution as credit toward the non - Federal share, the Recipient shall submit a request to the Department for review in accordance with I.M. 3.050, In -Kind Contributions. The Department will have sole authority to determine the value of the Recipient's non-cash contribution for the purposes of this agreement. 24. The Recipient shall maintain all books, documents, papers, accounting records, reports, and other evidence pertaining to costs incurred for the project. The Recipient shall also make these materials available at all reasonable times for inspection by the Department, FHWA, or any authorized representatives of the Federal Government. Copies of these materials shall be furnished by the Recipient if requested. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final closure document. Upon receipt of FHWA approval of the final closure document, the Department will notify the Recipient of the record retention date. 25. The total funds collected by the Recipient for this project shall not exceed the total project costs. The total funds collected shall include any Federal or State funds received, and any special assessments made by the Recipient (exclusive of any associated interest or penalties), pursuant to Iowa Code Chapter 384 (cities) or Chapter 311 (counties). The total project costs shall include all costs that can be directly attributed to the project. In the event that the total funds collected by the Recipient do exceed the total project costs, the Recipient shall either: 1) in the case of special assessments, refund to the assessed property owners the excess special assessments collected (including interest and penalties associated with the amount of the excess), or 2) refund to the Department all funds collected in excess of the total project costs (including interest and penalties associated with the amount of the excess) within 60 days of the receipt of any excess funds. In return, the Department will either credit reimbursement billings to the FHWA or credit the appropriate State fund account in the amount of refunds received from the Recipient. 2016-16-207_bubuque RESOLUTION NO. 393-16 RESOLUTION APPROVING THE COOPERATIVE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2016-16-207) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - MENARDS FRONTAGE ROAD AND IMPROVEMENTS TO US HIGHWAY 20 WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, with the future construction of the Southwest Arterial - US20 interchange and the spacing requirements for priority access control standards, this will require the removal of the existing at -grade intersection into the Menards property; and WHEREAS, a new public access frontage road will be constructed to serve the Westside Court and Menards properties. The Menards Frontage Road project will also reconstruct the existing US20 - Old Highway Road intersection, widen a section of US20 to 6 -lanes and adding dual left and dual right turn lanes; and WHEREAS, the City was responsible for the design and property acquisition for the Menards Frontage Road project. The Iowa DOT is responsible for the costs associated with the construction and completion of the Menards Frontage Road project; and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the Menards Frontage Road will become a local public City street; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project; and WHEREAS, per the terms and conditions of the Cooperative Preconstruction Agreement, the City will be responsible for the following utility related costs: • 100% of the cost for sanitary sewer relocation, modification, or adjustments. • 30% of the cost for storm sewer relocation, modification, adjustments. • 100% of the cost for water main relocation, modification, or adjustments. • 100% of the cost for salvaging traffic control equipment. • 10% of the cost for mobilization. • 10% of the cost for traffic control. • 10% of the cost for construction survey. WHEREAS, the estimate of probable cost for the City's cost share associated with the relocation, modification or adjustment of public utilities that are impacted by the project is summarized as follows: WHEREAS, the anticipated funding for the project summary is as follows: CIP No. Fund Description Estimate Bid Award DMATS STP Funds $ 858,943 $ 884,953 710 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Sanitary Const Fund) 11,650 11,592 720 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Stormwater Const Fund) 89,723 107,739 740 2594 SW Arterial - Water Main Extension (Water Const Fund) 113,363 101,908 3001011 Traffic Signalization Program 5,884 10,116 Total Project Funding - City Share $ 1,079,563 $ 1.116,308 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. Estimate BidAward`` Sanitary Sewer Relocation, Modification, Adjustment $ 58,248 $ 57,959 Storm Sewer Relocation, Modification, Adjustment 448,614 538,694 Watermain Relocation, Modification, Adjustment 566,817 509,539 Traffic Signal Modifications 5,884 10,116 Total Project Cost -City Share $ 1,079.563 $ 1,116.308 WHEREAS, the anticipated funding for the project summary is as follows: CIP No. Fund Description Estimate Bid Award DMATS STP Funds $ 858,943 $ 884,953 710 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Sanitary Const Fund) 11,650 11,592 720 2669 SW Arterial - Menards Frontage Rd Utility Relocations (Stormwater Const Fund) 89,723 107,739 740 2594 SW Arterial - Water Main Extension (Water Const Fund) 113,363 101,908 3001011 Traffic Signalization Program 5,884 10,116 Total Project Funding - City Share $ 1,079,563 $ 1.116,308 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. SECTION 2. Whereas, the Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial - Menards Frontage Road project, Iowa DOT Project No. NHSX-032-1 (37)--3H-31. SECTION 3. Whereas, in accordance with the provisions of Iowa Administrative Code, the City is responsible for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. SECTION 4. Whereas, the City hereby agrees to reimburse the Iowa DOT for all costs associated with the relocation, modification or adjustment of the City's public utilities that are impacted by the project. SECTION 5. The Mayor is hereby authorized to execute the Cooperative Preconstruction Funding Agreement (Agreement No. 2016-16-207), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial - Menards Frontage Road and Improvements to US Highway 20. Passed, approved and adopted this 21st day of November, 2 Y:\PROJECTS\SOUTHWEST ARTERIAL\Menards Frontage Road (37)\Funding Agreement Roy D. Buol, Mayor CERTIFICATE of the CITY CLERK STATE OF IOWA ) ) SS: COUNTY OF DUBUQUE ) I, Kevin S. Firnstahl, do hereby certify that I am the duly appointed, qualified, City Clerk of the City of Dubuque, Iowa, in the County aforesaid, and as such City Clerk, I have in my possession or have access to the records of the proceedings of the City Council. I do further state that the hereto attached Resolution No. 393-16 is a true and correct copy of the original. In Testimony Whereof, I hereunto set my hand and official seal of the City of Dubuque, Iowa. Dated at Dubuque, Iowa, on this 22nd day of November, 2016. Kevin S. Firnstahl, '1VI', City Clerk (SEAL)