Loading...
SW Arterial Iowa DOT Funding Agreement Military Road Reconstruction Project Copyright 2014 City of Dubuque Consent Items # 19. ITEM TITLE: SW Arterial Iowa DOT Funding Agreement Military Road Reconstruction Project SUMMARY: City Manager recommending approval for the Mayor to execute the Iowa Department of Transportation Cooperative Preconstruction Funding Agreement for the Southwest Arterial-Military Road Reconstruction Project. RESOLUTION Approving the Cooperative Preconstruction Funding Agreement (Agreement No. 2017-16-056) between the City of Dubuque and Iowa Department of Transportation for the Southwest Arterial - Military Road Reconstruction Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type SW Arterial Iowa DOT Cooperative Preconstruction City Manager Memo Agreement-MVM Memo Staff Memo Staff Memo Resolution Resolutions Iowa DOT Cover Letter Supporting Documentation Iowa DOT Cooperative 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 – Military Road Reconstruction Project Iowa Department of Transportation – Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2017-16-056 Project No. HDP-2100 (664)-71-31 DATE: December 12, 2016 Assistant City Engineer Bob Schiesl recommends City Council approval for the Mayor to execute the Iowa Department of Transportation Cooperative Preconstruction Funding Agreement for the Southwest Arterial-Military Road Reconstruction Project. I concur with the recommendation and respectfully request Mayor and City Council approval. d1LA^1 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 - Military Road Reconstruction Project Iowa Department of Transportation - Cooperative Preconstruction Agreement Iowa DOT Agreement No. 2017-16-056 Project No. HDP-2100 (664)--71-31 DATE: December 12, 2016 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Cooperative Preconstruction Funding Agreement (Agreement No. 2017-16-056) for the Southwest Arterial - Military Road Reconstruction Project. 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. The first phase of construction, the North Cascade Road project was substantially completed November, 2013. The project provided for the reconstruction (grading, paving & bridge) and realignment of North Cascade Road which will allow the Southwest Arterial to travel under the new North Cascade Road Bridge. The second construction phase, the English Mill Road reconstruction project, is underway and will involve side road improvements that will allow the highway to travel under the new English Mill Road Bridge. DISCUSSION The City was responsible for the design and property acquisition for the Military Road project and will be the third and final side-road reconstruction project administered by the City as part of the Southwest Arterial project. The project will provide for the reconstruction (grading, bridge and paving) of Military Road. The reconstructed segment of Military Road will have a new bridge constructed which will allow the future Southwest Arterial to cross under Military Road. The new bridge will be a 3-span, 272 ft. x 44 ft. pre-tensioned, pre-stressed concrete beam bridge which will include; 24-foot roadway; 5-foot paved shoulders; and a 10-foot wide separated sidewalk that would accommodate bicycle and pedestrian use. The new bridge will also include architectural enhancement treatments that will include native Dubuque limestone textured piers, pier caps, abutment walls and barrier rails. The bridge will also have architectural piers that extend above the bridge deck, along with future decorative LED roadway lighting and decorative bridge railing. The project will be constructed while allowing through traffic at all times. A low speed on-site detour has been included in the project to accommodate local Military Road traffic during the bridge construction. Once the Military Road project is completed and construction of the Southwest Arterial east grading begins, citizens and vehicular traffic using those side roads will not be impacted while construction work occurs under Military Road. BID RESULTS Sealed bids were received on the project by the Iowa Department of Transportation on June 21 , 2016 in Ames. Hoffman Construction Company, of Black River Falls, WI submitted the low bid and was awarded the construction contract in the amount of $5,236,760.95. This amount is 26% below the estimate of probable cost. A summary of the bid proposals received is as follows: Contractor Name Total Bid Hoffman Construction Company $ 5,236,760.95 Minnowa Construction, Inc. $ 5,497,459.82 Iowa Bridge & Culvert $ 5,624,453.72 Zenith Tech, Inc. $ 5,806,066.65 General Constructors, Inc. $ 5,981 ,797.99 Taylor Construction, Inc. $ 6,170,660.54 Jim Schroeder Construction, Inc. $ 6,297,883.60 BUDGETIMPACT The estimate of probable cost for the Military Road Reconstruction Project is as follows: Estimate Award Construction Contract $ 7,078,100 $ 5,236,760.95 Contract Administration / Construction Engineering 323,925 323,925.00 Total Project Cost $ 7.402.025 $ 5.560.685.95 The project funding summary is as follows: CIP No. Fund Source Description Amount 3001287 Iowa DOT - Repurposing Funding (IA 097 - 80%) $ 2,600,000.00 3001287 Iowa DOT - Primary Road Funding (IA 097 - 20%) 650,000.00 3001287 Iowa DOT - Primary Road Funding (100%) 1 ,895,000.00 3001287 City - Federal SAFETEA-LU Funding (IA 192 - 80%) 332,548.75 3001287 City - Local Funding (IA 192 - 10%) 41 ,568.60 County - Local Funding (IA 192 - 10%) 41 ,568.60 Total Project Funding 5.560.685.95 RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Cooperative Preconstruction Funding Agreement (Agreement No. 2017-16-056) for the Southwest Arterial - Military Road Reconstruction Project. 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. 2017-16-056) for the Southwest Arterial - Military Road Reconstruction Project. Prepared by: Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Ken Yanna, Kent Ellis, Iowa DOT Jenny Larson, Budget Director Chandra Ravada, ECIA F:\PROJECTS\SOUTHWEST ARTERIAL\MILITARY ROAD RECONSTRUCTION (664)\Funding Agreement RESOLUTION NO. 423-16 RESOLUTION APPROVING THE COOPERATIVE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO.. 2017-16-056) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - MILITARY ROAD RECONSTRUCTION PROJECT 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, The Military Road Reconstruction project will provide for the reconstruction (grading, bridge and paving) of Military Road which will allow the future Southwest Arterial to travel under the new Military Road Bridge; and WHEREAS, the City was responsible for the design and property acquisition for the Military Road Reconstruction project and will be the third and final side -road reconstruction project administered by the City as part of the Southwest Arterial project.; and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, Military Road will remain a local public City street; and WHEREAS, the estimate of probable cost for the both the City and Dubuque County cost share associated with the Military Road Reconstruction project is summarized as follows: CIP N"o Fund So.urce.-Descriptions 3001287 City - Federal SAFETEA-LU Funding (IA 192 - 80%) 3001287 City - Local Funding (IA 192 - 10%) County - Local Funding (IA 192 - 10%) Total Project Funding Amoun 332,548.75 41, 568.60 41,568.60 $ 415.685.95 l WHEREAS, the anticipated funding for the project summary is as follows: 3001287 3001287 3001287 3001287 3001287 ource Description Iowa DOT - Repurposing Funding (IA 097 - 80%) Iowa DOT - Primary Road Funding (IA 097 - 20%) Iowa DOT - Primary Road Funding (100%) City - Federal SAFETEA-LU Funding (IA 192 - 80%) City - Local Funding (IA 192 - 10%) County - Local Funding (IA 192 - 10%) Total Project Funding $ 2,600,000.00 650,000.00 1,895,000.00 332,548.75 41, 568.60 41,568.60 $ 5.560.685.95 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 - Military Road Reconstruction project, Iowa DOT Project No. HDP -2100 (664)--7I-31. SECTION 5. The Mayor is hereby authorized to execute the Cooperative Preconstruction Funding Agreement (Agreement No. 2017-16-056), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial - Military Road Reconstruction project, Iowa DOT Project. Passed, approved and adopted this 19th day of December, 20; Attest: Kevin . Firnstahl, City Clerk oy D. Buol, Mayor F:\PROJECTS\SOUTHWEST ARTERIAL\MILITARY ROAD RECONSTRUCTION (664)\Funding Agreement www.iowadot.gov SMARTER I SIMPLER I CUSTOMER DRIVEN }. ;_.. District 6 Office I Highway Division 5455 Kirkwood Blvd.SW,Cedar Rapids, 1A 52404 Phone:(319)364-0235 Fax(319) 364-9614 1 Email:jim.schnoebelen@dot.iowa.gov November 21, 2016 REF.- NHSN-032-1(48)--2R-31 HDP-2100(664)--71-31 Dubuque County City of Dubuque Agreement #-. 2017-16-056 Staff Action The Honorable Roy D. Buol Mayor- City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 SUBJECT: Agreement 2017-16-056 FINAL (PCC Pavement -grade and Pre-Tensioned Pre- Stressed Concrete Beam (PPCB)bridge new on Military Road adjacent to the Southwest Arterial (Iowa 32)). 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: PCC Pavement - grade and Pre-Tensioned Pre-Stressed Concrete Beam (PPCB) bridge new on Military Road adjacent to the Southwest Arterial (Iowa 32). The project provides for grading and paving of adjacent bridge approach sections for a shared use path. Please secure the necessary approvals and signatures of the appropriate City officials and return both signed copies of the agreement to this office for further processing. An original of the fully executed agreement will be forwarded to the city of Dubuque after final signature by our department. If you have any questions concerning this agreement, please contact me at the above listed phone number. Sincerely, 77 n C") James. R. Schnoebelen P. E. C) District 6 Engineer 5 JRS/hmb Q) Enclosures (2) 2017-16-056 DOT SMARTER 1 SIMPLER I CUSTOMER DRIVEN December 30, 2016 www.iowadot.gov 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.schnoebelen@iowadot.us The Honorable Roy D. Buol Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSN-032-1(48)--2R-31 HDP -2100(664)--71-31 Dubuque County City of Dubuque Agreement #: 2017-16-056 StaffAction #: S-2017-0428 SUBJECT: Agreement 2017-16-056 FULLY EXECUTED (PCC Pavement - grade and Pre - Tensioned Pre -Stressed Concrete Beam (PPCB) bridge new on Military Road adjacent to the Southwest Arterial (Iowa 32)). Dear Mayor Buol: Attached is your original of the fully executed Agreement 2017-16-056 between the city of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves: PCC Pavement - grade and Pre -Tensioned Pre - Stressed Concrete Beam (PPCB) bridge new on Military Road adjacent to the Southwest Arterial (Iowa 32). Thank you for your cooperation in the processing of this agreement. JRS/hmb Enclosure 2017-16-056 cc: Deanne Popp, Local Systems - Ames Daryl Hart, Finance - Ames Sincerely, Piadz,,, James. R. Schnoebelen, P. E. District 6 Engineer (7) 0 (0 CD 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 NHSN-032-1(48)--2R-31 HDP -2100(664)--71-31 2017-16-056 S-2017-0428 TNs Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The LPA proposes to establish or make improvements to Iowa 32 within Dubuque County, Iowa; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and The LPA and the DOT previously entered into the following agreement(s) for the above referenced project; Agreement No. 2009-E-275 for the Southwest Arterial (Iowa 32) from U.S. 20 at Seippel Road south 62 miles to U.S. 61/151 (Olde Davenport Road) was executed by the DOT and LPA on April 22, 2010 and Aprli 19, 2010 respectively; and The United States Congress has provided Federal funding for this project described below from the High Priority Projects (HPP) program, which was continued under Sections 1701 through 1703 of the Safe, Accountable, Flexible, and Efficient Transportation Equity Act A Legacy for Users (SAFETEA-LU), Public Law 109-59. These funds are hereinafter referred to as HPP funds. SAFTEA LU set a total upper limit of $2,600,000 in HPP funds for this project (Demo I.D. IA 097, HP 2574). Beginning with Federal Fiscal Year (FFY) 2005, and continuing through FFY 2009, 20% of this total will be allocated each year. However, after each year's allocation is distributed, the actual amount of HPP funds available for obligation (and consequently, reimbursement) will be limited by the amount of obligation authority made available each year by Congress, or the total amount of obligation authority accumulated to date. Therefore, the portion of the project costs reimbursed with HPP funds shall be limited to a maximum of either 80% of eligible costs (other than those costs reimbursed with other Federal funds) or the total amount of obligation authority, whichever is Tess. This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The LPA shall be the lead local governmental agency for carrying out the provisions of this agreement. b. Ail notices required under this agreement shall be made in writing to the DOT's and/or the LPA's contact person. The DDT's contact person shall be the Assistant District Engineer, Kenneth Yanna, P.E. The LPA's contact person shall be the Assistant City Engineer, Bob Schiesl, P.E.. 2017-16-056_aubuque 1 February 2015 c. The LPA shall be responsible for the development and completion of the following described primary highway project: Portland Cement Concrete (PCC) pavement - grade and Pre -Tensioned Pre -Stressed Concrete Beam (PPCB) bridge new on Military Road adjacent to the Southwest Arterial (Iowa 32). The project provides for grading and paving of adjacent bridge approach sections for a shared use path. d. The LPA shall comply with the Federal -aid provisions contained in Exhibit A which is attached hereto and by this reference is incorporated into this agreement. e. 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. The shared use path, including responsibility for paving, associated fencing and intake structures. f. The LPA agrees to maintain aesthetic enhancements and treatments as determined by the DOT and to keep them sound and repaired so that their appearance will not detract from the adjacent elements or surrounding area. If the structural inspection reveals any deficiency in the structural stability the LPA shall provide the DOT a written plan of action. Upon approval by the DOT, the LPA shall perform the necessary actions set forth in the written plan to eliminate deficiencies in structural stability at the cost and expense of the LPA. 2. Funding Sources a. The DOT has received approval to repurpose unspent Federal earmark funding for the Julien Dubuque bridge (DEMO ID IA097). The DOT will repurpose a portion of the unspent earmark funds toward the SW Arterial project and more specifically toward construction of the Military Road reconstruction project. b. The funding sources with participation percentages and limits are identified for the project as shown on Exhibit B. 3. Project Costs a. As specified in Section 2.a. above, the DOT will contribute a portion of the unspent earmark funds toward the project b. The DOT shalt also contribute up to $2,545,000 toward the project costs from the Primary Road Fund (PRF) as matching funds for repurposed earmark funds. c. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement (see Exhibit C for costs). 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. 2017-16-056 Dubuque 2 February 2015 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. g. If the project requires utility relocations, subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities, including but not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone. All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. 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. 2017-16-056 Dubuque 3 February 2015 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 project will be let by the DOT in accordance with its normal letting procedures. As a condition for the DOT to let the project, the LPA agrees that the LPA has the financial resources to proceed with the project if bids submitted are 110% of the project cost estimate or less. If the LPA is a city, the LPA shall comply with the public hearing requirements of the lowa Code section 26.12. c. When let by the DOT, the DOT will identify the lowest responsive bidder. When bids submitted are more than 110% of the project cost estimate, the DOT will mail a tabulation of responsive bids and three originals of the unexecuted contract to the LPA for concurrence. The LPA shall either take action to accept the award to the lowest responsive bidder or reject all bids. Following concurrence of the award of contract, the LPA shall forward to the DOT two copies each of the signed contract, performance bond, and certificate of insurance. d. The LPA shall be the contracting authority for the project. 7. Construction & Maintenance a. The LPA shall be responsible for the daily inspection of the project, including the compilation of a daily log of materials, equipment, and labor used on the project. b. The LPA shall comply with the procedures and responsibilities for materials testing and construction inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction Manual. If requested, the DOT may be able to perform some testing services. If performed, the DOT will bill the LPA for testing services according to its normal policy. 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. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections 150.3(1)c and 150.4(2) will remove or cause to be removed all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. f. With the exception of service connections no new or future utility occupancy of project right-of-way, nor any future relocations of or alterations to existing utilities within said right-of-way (except service connections), will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. 2017-16-056 Dubuque 4 8 February 2015 g. Structures built as part of the project over or under a primary road will be maintained structurally sound by the DOT, including repairs to floors and railing and painting. For structures serving roadways which are not on the primary road system, the cleaning and removal of snow, debris and foreign objects from local road traffic lanes, sidewalks or walkways within the project limits (if any) including pedestrian overpasses or underpasses will be the responsibility of the LPA. h. 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. i. After the project construction is complete and prior to final acceptance of the project by the DOT, the LPA shall furnish three sets of "as -built" plans to the DOT's contact person. j. 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. Local traffic on roads under jurisdiction of the LPA will be maintained via an on-site detour. b. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761 Iowa Administrative Code, Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 9. Payments and Reimbursements a. The LPA shall be responsible for making initial payments to the consultant(s) and contractor(s) for all project costs incurred in the development and construction of the project. After payments have been made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs. The DOT may withhold up to 5% of the Federal and / or State share of construction costs, either by state warrant or by crediting other accounts from which payment may have been initially made. If upon final audit, the DOT determines the LPA has been overpaid, the LPA shall reimburse the overpaid amount to the DOT. After the final audit or review is complete and after the LPA has provided all required paperwork, the DOT will release the Federal or State funds withheld. c. Upon completion of the project, a Professional Engineer licensed to practice in the State of lowa shall certify in writing to the DOT that the project activities were completed in substantial compliance with the plans and specifications set out in this agreement. Final reimbursement of State and / or Federal funds shall be made only after the DOT accepts the project as complete. 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 (FHVIVA), or their designees at all reasonable times. The LPA shall provide 2017-16-056 Dubuque 5 February 2015 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 FHWAS 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 DOTS 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. 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. 2017-16-056 Dubuque 6 February 2015 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2017-16-056 as of the date shown opposite its signature below. CITY OF DUBUQUE: By: Q 41 Date December 19 2016 Title: Mayor — Kevin F i r n s t a h l , certify that l am the Clerk of the City, and that R o v D. B u o l who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 19 t rday ofd c e m -10,r— 2016 Signed:�' City,Clerk of D buque Iowa. IOWA DEPARTMENT OF TRANSPORTATION: By: MKP.o ames R. gchnoebelen District Engineer District 6 Date t2f2-8 20t4. 2017-16-056 Dubuque 7 February 2015 EXHIBIT A General Agreement Provisions for use of Federal Highway Funds on Non -primary Projects Unless otherwise specified in this agreement, the Recipient shall be responsible for the following: 1. General Requirements. a. 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://wvvw.iowadot.gov/local_systems/ publicationstim/Ipa_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. b. 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 i.M. 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. c. 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), the associated Code of Federal Regulations (CFR) 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. d. 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. e. 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 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. f. The Recipient shall supply the Department with all information required by the Federal Funding Accountability and Transparency Act of 2006 and 2 CFR Part 170. 2017-16-056 Dubuque 8 February 2015 g. The Recipient shall comply with the following Disadvantaged Business Enterprise (DBE) requirements: 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. ii. The Recipient shall comply with the requirements of LM. 3.710, DBE Guidelines. iii. The Departments 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.). h. 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. 2. Programming and Federal Authorization. a. 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. b. 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. 2017-16-056 Dubuque 9 February 2015 3. Federal Participation in Work Performed by Recipient Employees. a. If Federal reimbursement will be requested for engineering, construction inspection, right-of-way acquisition or other services provided by employees of the Recipient, the Recipient shall follow the procedures in 1.M. 3.310, Federal -aid Participation in In -House Services. b. If Federal reimbursement will be requested for construction performed by employees of the Recipient, the Recipient shall follow the procedures in I.M. 3.810, Federal -aid Construction by Local Agency Forces. c. If the Recipient desires to claim indirect costs associated with work performed by its employees, the Recipient shall prepare and submit to the Department an indirect cost rate proposal and related documentation in accordance with the requirements of 2 CFR 200. Before incurring any indirect costs, such 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. 4. Design and Consultant Services a. The Recipient shall be responsible for the design of the project, including all necessary plans, specifications, and estimates (PS&E). The project shall be designed in accordance with the design guidelines provided or referenced by the Department in the Guide and applicable I. M.s. b. 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. c. If Preliminary Engineering (PE) work is Federally funded, and if right-of-way acquisition or actual construction of the project is not started by the dose of the tenth fiscal year following the fiscal year in which the Federal funds were authorized, the Recipient shall repay to the Department the amount of Federal funds reimbursed to the Recipient for such PE work. 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. 5. Environmental Requirements and other Agreements or Permits. a. 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; 3112, FHWA Environmental Concurrence Process; and 3.114, Cultural Resource Regulations. b. 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. 2017-16-056 Dubuque 10 February 2015 c. 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; 3150, Highway Improvements in the Vicinity of Airports or Heliports; and 3.160, Asbestos Inspection, Removal and Notification Requirements. d. 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. 6. Right -of -Way, Railroads and Utilities. a. The Recipient shall acquire the project right-of-way, whether by lease, easement, or fee title, and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in I.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. b. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the dose of the twentieth fiscal year fallowing 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. c. If a railroad crossing or railroad tracks are within or adjacent to the project limits, the Recipient shall obtain agreements, easements, or permits as needed from the railroad. The Recipient shall follow the procedures in I.M. 3.670, Work on Railroad Right -of -Way, and I.M. 3.680, Federal -aid Projects Involving Railroads. d. The Recipient shall comply with the Policy for Accommodating Utilities on City and County Federal -aid Highway Right of Way for projects on non -primary Federal -aid highways. For projects connecting to or involving some work inside the right-of-way for a primary highway, the Recipient shall follow the Department's Policy for Accommodating Utilities on Primary Road System. Certain utility relocation, alteration, adjustment, or removal costs to the Recipient for the project may be eligible for Federal funding reimbursement. The Recipient should also use the procedures outlined in I.M. 3.640, Utility Accommodation and Coordination, as a guide to coordinating with utilities. e. If the Recipient desires Federal reimbursement for utility 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. 2017-16-056 Dubuque 11 February 2015 7. Contract Procurement. The following provisions apply only to projects involving physical construction or improvements to transportation facilities: a. The project plans, specifications, and cost estimate (PS&E) shall be prepared and certified by a professional engineer or architect, as applicable, licensed in the State of Iowa. b. For projects let through the Department, the Recipient shall be responsible for the following: i. Prepare and submit the PS&E and other contract documents to the Department for review and approval in accordance with I.M. 3.505, Check and Final Plans and I.M. 3.510, Check and Final Bridge or Culvert Plans, as applicable. ii. The contract documents shall use the Departments Standard Specifications for Highway and Bridge Construction. Prior to their use in the PS&E, specifications developed by the Recipient for individual construction items shall be approved by the Department. iii. Follow the procedures in I.M. 3.730, Iowa DOT Letting Process, to analyze the bids received, make a decision to either award a contract to the lowest responsive bidder or reject all bids, and if a contract is awarded, execute the contract documents and return to the Department. c. For projects that are let locally by the Recipient, the Recipient shall follow the procedures in LM. 3.720, Local Letting Process, Federal -aid. d. The Recipient shall forward a completed Project Development Certification (Form 730002) to the Department in accordance with 1. M. 3.750, Project Development Certification Instructions. The project shall not receive FHWA Authorization for construction or be advertised for bids until after the Department has reviewed and approved the Project Development Certification. e. If the Recipient is a city, the Recipient shall comply with the public hearing requirements of the Iowa Code Section 26.12. f. The Recipient shall not provide the contractor with notice to proceed until after receiving written notice the Department has concurred in the contract award. 8. Construction. a. A full-time employee of the Recipient shall serve as the person in responsible charge of the construction project. For cities that do not have any full time employees, the mayor or city clerk will serve as the person in responsible charge, with assistance from the Department. b. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways per 761 Iowa Administrative Code Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. c. For projects let through the Department, the project shall be constructed under the Department's Standard Specifications for Highway and Bridge Construction and the Recipient shall comply with the procedures and responsibilities for materials testing according to the Department's Materials I.M.s. Available on-line at: http://www.iowadot. gov/erl/current/1M/navigation/nay.htm. 2017-16-056 Dubuque 12 February 2015 d. For projects let locally, the Recipient shall provide materials testing and certifications as required by the approved specifications. e. If the Department provides any materials testing services to the Recipient, the Department will bill the Recipient for such testing services according to its normal policy as per Materials I.M. 103, Inspection Services Provided to Counties, Cities, and Other State Agencies. f. The Recipient shall follow the procedures in I.M. 3.805, Construction Inspection, and the Department's Construction Manual, as applicable, for conducting construction inspection activities. 9. Reimbursements. a. After costs have been incurred, the Recipient shall submit to the Department periodic itemized claims for reimbursement for eligible project costs. Requests for reimbursement shall be made at least annually but not more than bi-weekly. b. To ensure proper accounting of costs, reimbursement requests for costs incurred prior to June 30 shall be submitted to the Department by August 1 if possible, but no later than August 15. c. Reimbursement claims shall include a certification that all eligible project costs, for which reimbursement is requested, have been reviewed by an official or governing board of the Recipient, are reasonable and proper, have been paid in full, and were completed in substantial compliance with the terms of this agreement. d. The Department will reimburse the Recipient for properly documented and certified claims for eligible project costs. The Department may withhold up to 5% of the Federal share of construction costs or 5% of the total Federal funds available for the project, whichever is less. Reimbursement will be made either by State warrant or by crediting other accounts from which payment was initially made. If, upon final audit or review, the Department determines the Recipient has been overpaid, the Recipient shall reimburse the overpaid amount to the Department. After the final audit or review is complete and after the Recipient has provided all required paperwork, the Department will release the Federal funds withheld. e. 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, 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), proceeds from the sale of excess right-of-way, and any other revenues generated by the project. 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. 2017-16-056 Dubuque 13 tl February 2015 10. Project Close-out. a. Within 30 days of completion of construction or other activities authorized by this agreement, the Recipient shall provide written notification to the Department and request a final audit, in accordance with the procedures in I.M. 3.910, Final Review, Audit, and Close-out Procedures for Federal -aid Projects. b. For construction projects, the Recipient shall provide a certification by a professional engineer, architect, or landscape architect as applicable, licensed in the State of Iowa, indicating the construction was completed in substantial compliance with the project plans and specifications. c. Final reimbursement of Federal funds shall be made only after the Department accepts the project as complete. d. 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. e. The Recipient shall maintain, or cause to be maintained, the completed improvement in a manner acceptable to the Department and the FHWA. 2017-16-056 Dubuque 14 February 2015 Contract Funding Worksheet Rev: 05-21-07 1 Category Priority Funding Source i 1 (fc!i#1-,lAid dtrutb 1A097 EXHIBIT B Date: August 23, 2016 Letting Project Number: HDP -2100(664)--71-31 Letting Date: 18 -Oct -16 Project No. for Funding Participation 'Source (if different from letting Percentage Lin* STIP hem No. number) 80% (2,600.000.00 60683 1 1 PhlithrY tkeiect I-uncting (M') 20% $ 650.000,00 (1) 1 2 - Road )41i -tiling PRP') 100% $ 1,695,000.00 (1) 1 3 FderaI x-a(ikt92) 80% $ 2,949,006.00 60083 1 3 IC6yotDuLooaIFurbfln9) 20% none 1 I 4 City of Dubuque (Local Funding) 100% none team Descriotions: tegory 1 = one Division with all Reins eligkile for all funding types. OT (PRF) Funds capped at 52,545,000 across all project categories and priorities, 2017-16-056 Dubuque 15 February 2015 Ro4LITAvy Items 'Item, 'Item No. Gone Rem ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COSTS DUBUQUE SOUTHWEST ARTERIAL MIIItary Road DUBUQUE, IOWA August 24.2016 2016 Unit UnIt Price Quantity Totaf EXHIBIT C 1 2101.0850004 :CLEARING AND GRUDDING ACRE 51,700.00 6.7 511,390.00 2 '2 102-0425071 :SPECIAL DACKFILL CY 53000 621 518,63000 3 2103-2200170C INTERCEPTING 0100963 6610 FLUMES LF 525.00 1210 530,259.00 4 2102'262498C :CONTRACTOR FURNI LECT TREATMENT 57.00 5 5102-2710070 !EXCAVATION, 00695 10, ROADWAY AND BORROW 5 131868727 577,216.00IX $527,472- ! 6 _ 21022712015 :EXCAVATION, CLASS 12, EICTULDERS OR ROO( FRAGMENTS cy 52070 0 15 530000 7 2102:271"703707-- iliViiiiiiiTriiii 12, ROADWAY AND BORROW CY 41117 8 7101.3240000 WATER FOR EMBANKMENT CONSTRUCTION 520_00 650 54'11,370.0C 511000 $13,coacc g 2302-45600X LOCATING TILE LINES ..i STA 47.1 ...........--.—...... ' 10 :2105-8425015 TOPSOIL, STRIP, SALVAGE AND spREAD cy 580110 9175.0 $3,768.001 L2 2 107-0875TX :COMPACTION WITH MOISTURE CONTROL CY 5100 550,465.8C 51,500.0C 11 2305-8475020 TOPSOIL, STRIP AND STOCKPILE 5510050 13 7 107-3825025 GRA_NULAR MATERIAL FOR 13LANKET AND SUIMMAIN CY 1000157255096,... 55,26660 $324, MAX 14 2115-0100060 :MODIFIED SUBBASE CY $351500000, 424500.25 16 21726190005 PAVED SHOULDER, P.C. CORICRETE, 9 IN. SY 511.697.51. 15 4/21.7415 020 'GRANULAR 511051113ERS, TYPE 9 1 TON 520-00 4013 5301225C: 5%00441 :PAVED SHOULDER, PORTLAND CEMENT CONCRETE WAVED SHOULDER PANEL 575.00 ' 17 2E22-5190501 ,:FOR BRIDGE ENO DPIAINT 159 5110.00 26.51 52,9 1833.06 :7450000 SHOULDER CONSTRUCTION, EARTH , STA 5165.00 321 ....„.9155.5c00i 7301-0610203 ;MIDGE APPROACH, 8R-203 ' SY 453.4 STANDARD OR SDP 606M PORTLAND CEMENT CONCRETE PAVEMENT, 01.435 0. 590.780.014 440"69147??....,.... ?Q1‘11-M12(q"T1!111- SOPT.IEPAvemeNT 5AmFI-35 jt.s Sz,sonmo 5::: 16I 5Z9.9909.1 20 2 301-1033090 'CLASS 3 DURABILITY, 9 !N. S7 81113 5411,135.06 , yr2364,610o00c DETOUR PAVEMENT I SY 545.00 3460, 23 ' 1-67506111 :036003611. 06 PER PLAN S155,727.00 24 -047504C o00103 RACKFILL 25 2402.2120100 [EXCAVATION, 05753 20. F011 ROADWAY 6076 00703608 28 '2412-000010C (LONGITUDINAL 08003061061 CONCRETE 27 24160100018 [APRONS, CONCRETE, 06061. DIA_ --18 1--;211.6-01-66-621 7PRO91S, CONCRETE. 24 IN. OW 29 12416-01.00030 APRONS, CONCRETE, 39061. out 36 44360166636 : PflQNS comairfi, 36030.. bm. 31 2416-1186018 CULVERT, CONCRETE ROADWAY PIPE, 18 Di. DM. 32 2425-1180024 CULVERT, CONCRETE ROADWAY PIPE, 24 IN. 004. 1419-1180039 CULVERT. CONCRETE ROADWAY PIPE, 30 IN. DTA. 2419-1240034 CULVERT, 30000 COPTCRETE ROADWAY PIPE, 36 0.1. DIA_ 571,060.00 1 LF 418 242/036003C APRONS, UNCLASSIFIED, 30 IN. DIA. EACH 5170.0 2 51,000.0C 24220360024 APRONS, UNCLASSIFIED, 241N. DIA. [EACH 2 5640.00 4422-1773074 CULVERT, UNCLASSIFIED ROADWAyTNFE. IN, oiA. I F 5102000001 545,00 94 841 $1,,2711300..: 08 '2422-172303C 'C RT, LONCLASSIFIED ROADWAY PIPE, 30 IN. DIA. 550.00 500.610 58,50004 4D 2435-0254902 RANIER INTAKE, SW -549, WELL ONLY EACH 56.700.00 1 $6,700.0C 41. 2502.8212024 S013000IN, LONGITUDINAL. 10ACKSLOPE14 61. 1918. p2000: 5300800042 '25020212034 SUBDRAIN, LONGITUDNUAL, IsHocuoilo 4 IN. 016. LO 760 , 43 _ - ,SUBDRAIN, PERFORATED PLASTIC PIPE, 4 IN. DIA. 37 -5551807 54,S60.00 000 . 930 57,440.00 ,....„.......-------..................—___________ 44 2502.9221304 SUBDRAIN 0000.02. 178-304 [EACH 52.600,04. —45 . '25132-8221305 SUI3DRAIN OUTLET, 0 9.305 EACH 2 -46 - - 25.13-63004.01 . I END DRAIN, 08-4 46 03 5255.6003th.201)).:0i 13 1 56130.00 47 2306-4904030 WA MORTAR CY' 51513.001 94;1600.00 --";Ti 25.071I150ii05- RING FABRIC ' SY 53.001 2715.2 514,10001 51 2510-67458SC R VAL OP PAVEMENT 55480,5.00001 565.8%4 'e50/38Ci 0 15.07-802900C 10TEXIE TON „23;111 . 4S 2507.68E06E4 M . CIJLSS E : TON 5 52 7513-00010M COP/CRETE WARIER, TAPERED END, BA -108 553,492. 53 :2513-6471001 .CONCRETE ITARRIER, APPROACH, MONTI ED 54 2515-2475000 r0R1VEWAY, P.C. CONCRETE, 6 IN. 55 2518-6910000 [SAFETY CLOSURE 56 '2519-3002048 'FENCE, CHAIN LIN 0, 49 IN. HEIGHT 57 2519-20000/0 FENCE, CINVINEL CROSSING, TYPE A ILELE 55265.,0000 28 57000C 136 5816.00 59 t 7519-330040C FIFID FENCE BRACE PANELS EACH 2933.11_ 80 58 :2519.328000C :FENCE, FIELD 53.00 60 [2520.335001C FIELD LARORATORY EACH I 51508:200799.0c30 .515,20aoc. 61 [7526-R28500C CONSTRUCTION SURVEY .5 511,204/1 5135.001 1 t--- 510,5976:0.0 slcomoo 62 2527.8480065 TEMPORARY DEUNEATORS EACH 49 64 1527-926318C PAVEMENT MARKINGS REMOVED STA21115 31 578.1.oe 63 2527-9263108 .68100760 663(60383 MARKING, WAY ERBoRNE OA SiltvENT-98504) 576 65 .2528-84OD/57 TEMPORARY FLODOUGHTING LUMINAIRE EACH $4,750100 518150 a 51.9119953.13030 39.400.0E LS 52,5030.01 52,508-04) jcY CY 5555380:00.00. 739 31 519,35360 55,914.4e 52,500.00 -ISy 13251 51,875.013 EACH 59001501, 8 57,200 EACH $1.200.00 1 EACH 2 52,400.08, EACH 5511.222525..00 5531:422505:m0c , 551101,77:31:0600' 11.F 11, 555:0_0551 166, 20 55,900.00, ,.9 234 39 1435.025.470 AR IER ferrAKE, 5w-547, WEH.0535 y 56.60 0219.1 517,324.00 EACH 32,400.00 2 14,80000 EACH 52,40000 2 54,800.00 SY 56800 69.4 54,164.06 EACH 5120.00 7 5840.00 2017-16-056 Dubuque 16 February 2015 Item Hewn r 2016 140. C004 _itlen INIR Lira Price Quantity Total 66 25284445110 TRAFFIC CONTROL1.5 5460.00 560,00000 11 5 r: a 06 0 0: a 00e 67 2528-3445113 FLAGGERS EACH 10 409e.5457 MOBILIZATION LS 5200000.90 1 69 2599-9999003 SUBGRADE STABILIZATION ACRE 51500.00 3.2 525 04;0010 39220 70 2549-399900S SOIL NAILS FOR SLOPE REINFORCEMENT IF 51,372,700.00 $4:45:5713192::50000 71 2590.99990/4 REINFORCED VEGETATION sysum SF 5003 535.00 72 2601-263310C MOWING ACRE 545"57)3D0 3.1 73 2601-2634100 MULC.IIING AO3E rr 564000 13.3 74 2601-2640350 SPEOAL Euro, coweict, WOOD EXCELSIOR MAT SO515.00 660 59,900.00 , 75 2601-2642106 STABIUZING CROP . SEEDING AND FERTILIZING ACRE ' 5360.00 13.3 54,788.00 76 260/-264311C WATERING FOR SOL% SPECIAL DITCH CONTROL, OR S TE MGAL 16300 0.2 512.00 77 36111-36831611 MOBILIZATION FOR WATERING EACH 535000 3 78 7E01-2643412 RF REINFORCEMENT NIAT, TYPE 2 SCk , 545.00 5$1775°9.46.°° TU03 79 2605-270501( OUTLET OR CHANNEL SCOUR PROTECTiON SF ' , 3 34 70E0 i 00: 80 2602-000002C SILT FENCE LF 5200 54 81 2602-0000030 SILT FENCE roR DITCH CHECKS LF , 515.00 52.00 0725' 5 II 54ii7-000009C"-- SILT BASINS 9604 , 525030 38 59,50000 83 2602-0000071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS U' %us 3725 it 2602-6000.9C REMOVAL OF SILT BASINS 38 5431,25 8;."-- iioiiiiiiiiia iiiiiiiiiAieci9111- ITENEEOFIiiiliFENCE FOR DITCH CHECK , 333 S75.1.2!9":20 . 52.40010 86 2602,0000156 STABILIZED CONSTRUCTION ENTRANCE LE6 41F: 55191700. 00) 50.40 ..-, 87 2602-0000166 ROCK CHECK DAM IF 88 2602-000,117( MAINTENANCE OF ROCK CHECK DAM EACH 55270501 89 2CO2.000018C REMOVAL OE ROCK f HECK DAM EACH 513000 77: ..,......111.-.50*28 4i...7:057::573880_WIZ2.6076601001 90 2602-00003:,2 PERIMETER AND SLOPE SEOIMENT CONTROL DEVICE, 12 IN. DIA. LE , 5400 91 2601-000032(PERIMETER AND SCOPE SEDTMENT CONTP,OL DEVICE, 20 IN. DIA. Er 5401) '.. 534,920.00, 92 _ 2602-001001C MORIUZATIONS, EROSION CONTROL EACH 1 $50000 Brif; ,st)51.310 --ii- '..-iiii-5iiiiiiii iicTairliWri6iii,liiiiciii6f EROSION coNTRot ..... EACH j 51,00016 i ..-1,60e;.-00 SUBTOTAL ESTIMATE ROADWAY CONSTRUCTION 'COST $4,437,574.25 Bridge Berns 3. 2402-2720006 EXCAVATION, ttASS 20 F 2 241/3-3100131C STRUCTURAL CONCRETE (BRIDGE) 3 2403-700321C HIGH PERFORMANCE STRUCTURAL CONCRETE _ 4 2404-7775006 REINFORCING STEEL 5 2404-7775001 REINFORCING STEEL EPOKY COATED 6 2407-0551446 BEAMS, PRETENSIONED PRESTRESSED CONCRETE, 040 7 2407-055150C 80.6515, PRETENSIONED PRESTRESSED CONCRETE,17100 8 2407055111011 BEAMS, PRETENSIONED PRESTRESSED CONCRETE, D105 9 3407-655155C BEAMS, PRETE14510NED PRESTRESSED CONCRETE, D110 10 2414-6424115 CONCRETE BARRIER RAILING, AES I H ED C U 2414.642S41C CONCRETE BARRIER RAILING, REINFORCED, SEPARATION 12 1414-682542C CONCRETE BARRIER RAILING, PARAPET 23 2499-2300201 0E(1( DRAINS 14 2501.0241057 NIES, STEEL HP 10 557 16 FACTORED HOT F5 C CONCRETE SLOPE PROTECTION BRIDGE WING ARMORING - MACADAM STONE 2599-9999026 62.58 58091* CY $35.03 ' 1 /5721 555,020001 CY 1097.0 58* ' 5$80075°7001 635.71 550823,2°a56CLORM 081 CY LB 51-001 1 201567' 5211143,79°44-5.O(1 SL351 LS 113404 7 0001$7epoo.epi EACH 510000 EACH EACH 520,000061 7, s- i.3.44o7:0ora.07 $.22,906.001 71 521,000,001 ts 5185.00 364.11 1.5357;1742:53501 tpEACII 390.51 LF LS 511000 386.11 11 $574°11428.0S1501 ss,000ar $55,,s40003855...zooncto 11301- 55600 14281)131 $93,ESOLK1 o 515,000.00 18 5100001 56 593.00 2461 1 555145112521:3010.4,0000,01 SUBTOTAL ESTIMATE STRUCTURAL CONSTRUCTION COST $2,5413,515.35 TOTAL ESTIMATE COMBINED CONSTRUCTION COST $7,078,089.0 2017-16-056 Dubuque 17