HomeMy WebLinkAboutIowa Department of Transportation-3/3/2014 (2)CITY OF WATERLOO
Council Communication
City Council Meeting: March 3, 2014
Prepared: February 26, 2 14 r
Dept. Head Signature: ": w111 e��
# of Attachments:
SUBJECT: Traffic Safety Grant Agreement for Pedestrian Safety Improvements
at Ridgeway & W.11th
Submitted by: Sandie Greco, Traffic Operations Superintendent
Recommended City Council Action: Approve grant agreement number 2015 -TS -026 for
$36,000 with the Iowa Department of Transportation for installing HAWK signals on Ridgeway
Avenue east of W.11th Street.
Summary Statement
The proposed improvements will consist of improving traffic signal installations and removing
the existing signals at E, Ridgeway and W. 11th. The grant will pay for 100% of materials only.
Installation will be in-house.
Expenditure Required
$38,000
Source of Funds
100% Traffic Safety Grant.
Policy Issue
Alternative
Background Information:
Ridgeway is an arterial and there are residential units on both sides of Ridgeway Avenue. This
provides for a pedestrian crossing with improved safety. The new location is better due to
increased sight distance and visibility. The existing signals are non-conformant and will be
removed.
I
January 2012
IOWA DEPARTMENT OF TRANSPORTATION
AGREEMENT FOR TRAFFIC SAFETY IMPROVEMENT PROGRAM FUNDING
(Traffic Control Device)
County Black Hawk County
Recipient City of Waterloo
Project No. CS -TSF -8155(739)--85-07
Iowa DOT
Agreement No. 2015 -TS -026
This agreement is entered into by and between the Iowa Department of Transportation, hereinafter
designated the "DOT", and the City of Waterloo, Iowa, hereinafter designated the "Recipient". The
Recipient submitted an application to the DOT for funding through the Traffic Safety Improvement
Program under Iowa Code Section 312.2(11), and the application was approved by Transportation
Commission Order No. H-2014-36 on, December 10, 2013.
Pursuant to the terms of this agreement, and applicable statutes and administrative rules, the DOT
agrees to provide funding to the Recipient to aid in the development of a certain traffic safety
improvement project.
In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree
as follows:
1. Project Information
a. The Recipient shall be the lead local governmental agency for carrying out the provisions of this
agreement.
b. All notices required under this agreement shall be made in writing to the DOT's and/or the Recipient's
contact person. The DOT's contact person shall be the District 2 Local Systems Engineer in Mason
City, Iowa. The Recipient's contact person shall be City Traffic Engineer.
c. The Recipient shall be responsible for the development and completion of the following described
Traffic Safety improvement project located in City of Waterloo:
Replace pedestal mounted signals and stop signs with mast arm mounted signal and High -
Intensity Activated Crosswalk (Hawk) signal at the intersection of Ridgeway Avenue and W 11th
Street.
See Exhibit A-1 for the location of the project and Exhibit A-2 for the estimated project cost.
2. Project Costs
a. Eligible project costs for the project described in Section 1 of this agreement which are incurred after
the effective date of Commission Approval shall be paid from Traffic Safety Funds and other funds as
listed below, subject to the execution of a signed agreement:
Traffic Safety Funds: $38,000
b. The portion of the total project costs paid by Traffic Safety Funds shall not exceed the amount stated
above or the actual cost of the Traffic Safety Improvement Program eligible items, whichever is the
smaller amount.
c. The project shall be let to contract within 2 years of the date this agreement is approved by the
Department. If not, the Recipient may be in default, for which the Department may revoke funding
2015 -TS -026 Waterloo 1
January 2012
commitments. This agreement may be extended for a period of 6 months upon receipt of a written
request from the Recipient at least 30 days prior to the 2 year deadline.
d. Project activities or costs eligible for TSIP funds include only the cost of materials purchased for initial
installation of traffic control devices or replacement of obsolete traffic control devices to comply with
the applicable warrants in the Manual on Uniform Traffic Control Devices (MUTCD) adopted in 761
Iowa Administrative Code 130.1(321).
e. Project activities and costs ineligible for TSIP funds include, but are not limited to, the following: (a)
any and all costs incurred prior to Transportation Commission approval of funding; (b) maintenance or
energy costs for traffic control devices or lighting; or (c) installation costs.
f. For traffic control device projects where the devices will be furnished and installed by a contractor, the
contract will need to have a bid item for materials only.
g.
If Federal highway funds, Farm -to -Market funds, or other Federal funds are used in combination with
Traffic Safety Funds, the Recipient shall also follow all administrative and contracting procedures
which would normally be used when such funds are used on a non -Traffic Safety Improvement
Program project. The Recipient shall comply with all requirements for the use of said funds.
3. Right of Way and Permits
a. In the event that right-of-way is required for the project, said right-of-way shall be acquired in
accordance with 761 Iowa Administrative Code Chapter 111, Real Property Acquisition and
Relocation Assistance. The Recipient 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. Additionally, if
said right-of-way is for an improvement to the Primary Road System, it shall be acquired in the name
of the State of Iowa.
b. The Recipient shall be responsible for obtaining any permits, such as the Right to Occupy and/or
Perform Work Within the Right -of -Way, Permit of Access , Utility Accommodation, Right to Install and
Maintain Traffic Control Devices, and/or other construction permits required for the project prior to the
start of construction. Neither the approval of the Traffic Safety application for funding nor the signing
of this agreement shall be construed as approval of any required permit from the DOT.
c. The Recipient shall certify to the DOT's contact person that all known environmental permits have
been received and that all environmental regulations have been complied with before Traffic Safety
Funds are reimbursed or credited.
4. Project Design
The Recipient shall develop all project improvements using good engineering judgment. The
Recipient shall use "A Policy on Geometric Design of Highways and Streets", (latest edition), by the
American Association of State Highway and Transportation Officials and/or the 'The Manual on
Uniform Traffic Control Devices for Streets and Highways" (MUTCD), as adopted pursuant to 761
Iowa Administrative Code, Chapter 130.
a. For projects which include the installation or modification of traffic signal systems, the following shall
apply:
i. There will be a minimum of one mast -arm mounted signal head with back plate for each incoming
through or left -turn lane. In addition there will be one signal head, side of pole mounted, on the far
right side pole. All vehicle signal lenses shall be 12 -inch. The positioning of signal faces and the
signal indications for left -turn movements shall be in accordance with current adopted MUTCD.
ii. Combination signal/lighting pole shall be used to minimize the number of fixed objects.
2015 -TS -026 Waterloo 2
January 2012
iii. Interconnection and coordinated traffic signal timing plans shall be developed for the traffic
signals if there are two or more other signal installations within '/ mile of the subject access to
provide for progressive traffic flow. Said plans shall be reviewed and approved the DOT Office of
Traffic & Safety.
iv. Pedestrian activated signals shall be provided for all pedestrian movements and timed in
accordance with the MUTCD.
v. The concrete pad for the controller shall extend no more than 4 inches above the ground line.
vi. Where the distance from the stop bar to the signal indication is in excess of 180 feet, there shall
also be a near side signal head.
vii. Dilemma zone protection shall be provided if the 85th percentile speed is at/over 35 mph.
5. Procurement
a. If the estimated project cost is greater than the competitive bid threshold established pursuant to Iowa
Code section 314.1, the Recipient shall follow the competitive bidding procedures in Iowa Code
section 26.3 through 26.13. Project plans, specifications and engineer's cost estimate for site specific
improvements and/or traffic control devices shall be prepared and certified by a professional engineer
licensed to practice in the State of Iowa. The Recipient shall submit the plans, specifications and
other contract documents to the DOT for review. This submittal may be in divisions and in the order of
preference as determined by the Recipient. However, the plans, specifications and other contract
documents for each division must be submitted at least ten weeks (traffic control devices) or fourteen
weeks (site specific project) prior to the project letting of each division. The DOT shall review said
submittal(s) recognizing the Recipient's development schedule and shall, after satisfactory review,
authorize in writing the Recipient to proceed with implementation of the project. The work on this
project shall be in accordance with the survey, plans, and specifications on file. Any substantial
modification of these plans and specifications must be approved by the DOT prior to the modification
being put into effect.
b. If the estimated project cost is less than the competitive bid threshold established pursuant to Iowa
Code section 314.1, the Recipient shall solicit competitive quotations in accordance with Iowa code
section 26.14. Before placing an order to purchase the materials, the Recipient shall provide the DOT
with a summary of the quotes received and the vendor selected and request approval to proceed.
After receiving DOT approval, the Recipient may proceed with the purchase of materials.
c. The Recipient shall notify prospective bidders or quoters that Sales Tax Exemption Certificates will be
issued, as provided for by Iowa Code section 423.3, subsection 80. The Recipient shall be
responsible for obtaining the sales tax exemption certificates through the Iowa Department of
Revenue and Finance. The Recipient shall issue these certificates to the successful bidder and any
subcontractors to enable them to purchase qualifying materials for the project free of sales tax.
d. The Recipient shall use positive efforts to solicit bids or quotes from and to utilize Targeted Small
Business (TSB) enterprises as contractors and ensure that the contractors make positive efforts to
utilize these enterprises as subcontractors, suppliers or participants in the work covered by this
agreement. Efforts shall be made and documented in accordance with Exhibit B which is attached
hereto and by this reference incorporated into this agreement.
6. Construction and Maintenance
a. The Recipient shall conduct the project development and implementation in compliance with
applicable laws, ordinances and administrative rules.
2015 -TS -026 Waterloo 3
January 2012
b. The Recipient shall maintain records, documents, and other evidence in support of work performed
under the terms of this contract. 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 or its designee at
all reasonable times during the period of the contract and for three (3) years after the date of final
payment. Reimbursement shall be based on eligible actual and indirect costs associated with
performance of contract service work. The Recipient shall provide copies of said records and
documents to the DOT upon request.
c. The Recipient shall require its contractors to permit the DOT authorized representative to inspect all
work materials, records, and any other data with regard to agreement related costs, revenues and
operating sources.
d. The Recipient shall install, or cause to be installed, the traffic control devices provided by this
agreement.
e. Upon project completion and prior to final reimbursement for the project, the Recipient shall fumish
three sets of "as -built" plans for any portion of the project which is on or intersects any primary road
or primary road extension to the DOT's contact person for future maintenance and road design
purposes.
f. If this project requires the installation of or modification to a traffic control signal system, the Recipient
shall be responsible for all future ownership, maintenance, operation and energy costs of said
installation or modification.
g.
The Recipient hereby certifies that, for a period of ten (10) years following completion of project and
receipt of final payment from the DOT, there shall be no modifications in the geometric features, the
construction features, or the access management features (including driveway design and location) of
the project, nor shall there be any fixed objects or obstructions placed in any clear zone established in
conjunction with this project without the prior written approval of the Office of Traffic and Safety.
Failure to comply shall be considered a default under the terms of this agreement.
7. Payments and Reimbursements
a. The Recipient 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 completed in substantial compliance with the terms of this agreement.
b. 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 construction costs or 5% of the total
TSIP 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 funds withheld.
c. Upon completion of the project described in this agreement, a professional engineer licensed to
practice in the State of Iowa shall certify in writing to the DOT that the project activities were
completed in substantial compliance with the terms of this agreement. Final reimbursement of Traffic
Safety Funds shall be made only after the DOT accepts the project as complete.
d. If the Recipient fails to perform any obligation under this agreement, the DOT shall have the right,
after first giving thirty (30) days written notice to Recipient by certified mail retum receipt requested, to
declare this agreement in default. The Recipient shall have thirty (30) days from date of mailing of
notice to cure the default. If the Recipient cures the default, the Recipient shall notify DOT no later
2015 -TS -026 Waterloo 4
January 2012
than five (5) days after cure or before the end of said thirty (30) day period to cure default. Within ten
(10) working days of receipt of Recipient's notice of cure, the DOT shall issue either a notice of
acceptance of cure or notice of continued default.
e. In the event a default is not cured the DOT may revoke funding commitments and/or seek repayment
of Traffic Safety Funds granted by this agreement through charges against the Recipient's road use
tax funds.
8. General Provisions
a. This agreement shall be considered to be in default if the DOT determines that the Recipient's
application for funding contained inaccuracies, omissions, errors or misrepresentations.
b. The Recipient 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, or
inspection 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.
c. 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.
d. 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.
e. If any part of this agreement is found to be void and unenforceable then the remaining provisions of
this agreement shall remain in effect.
f. This agreement is not assignable without the prior written consent of the DOT.
g.
It is the intent of both parties that no third party beneficiaries be created by this agreement.
h. In case of dispute concerning the terms of this agreement, the parties shall submit the matter to
arbitration pursuant to Iowa Code Chapter 679A. Either party has the right to submit the matter to
arbitration after ten (10) days notice to the other party of their intent to seek arbitration. The written
notice must include a precise statement of the disputed question. DOT and the Recipient agree to be
bound by the decision of the appointed arbitrator. Neither party may seek any remedy with the state
or federal courts absent exhaustion of the provisions of this paragraph for arbitration.
i. This agreement shall be executed and delivered in two or more copies, each of which so executed
and delivered shall be deemed to be an original and shall constitute but one and the same
instrument.
J.
This agreement, including referenced exhibits, constitutes the entire agreement between the DOT
and the Recipient concerning this project. Representations made before the signing of this agreement
are not binding, and neither party has relied upon conflicting representations in entering into this
agreement. Any change or alteration to the terms of this agreement must be made in the form of an
addendum to this agreement. Said addendum shall become effective only upon written approval of
the DOT and Recipient.
2015 -TS -026 Waterloo 5
January 2012
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2015 -TS -026 as of the
date shown opposite its signature below.
City of erloo, Iowa:
By:�Z Date /)14 -az - , 20 d
Title: f>Vin
t 71 :' -e 4 , certify that I am the Clerk of the City, and that
i r - Yet t= ' , who signed said Agreement for and on behalf of the City was duly
authorized to executp the same by virtue of a formal Resolution duly passed and adopted by the
City, on the 3 z -e - day of 1/ , 20 / q.
Signed Date /1 (6:1,/./64. , 20
City Cler of Wate ,loo, Iowa
Iowa Department o Transpprtation:
By:,���� //7 / Date
Steve J. Ge
Director,
Office of Traffic and Safety
2015 -TS -026 Waterloo 6
, 20 74/
IOWA DEPARTMENT OF TRANSPORTATION
DISTRICT 2
1AR 12 2014
MASON CITY, IA
EXHIBIT A-1
[Project Location]
LOCATION MAP
M11111I
1111111111 1111 1
1111k. 11111111i1i.t'
IMIN
mmnia
MAm
mi IG
ni4+1
1I
IBM
mar
J■�
AWN
�11i•t'•
.■..- -
;2744..........,414‘11111111
Mr•
. .
MEM-
- •11
■1
M■ Nom.
yi��r�� MINA
il.Pa ma
r MC
L
Ridgew:: enu
1091111
- ' n tr arnan - .�
1
2015 -TS -026 Waterloo
ONl
7
■
mai mik.
US 20--
1-3 1-3
-.-
Int am
ommi
MI
REIM
iN
L.
EXHIBIT A-2
[Estimated Project Cost]
C. ITEMIZED BREAKDOWN OF COST
1
MAST -ARM POLES COMPLETE WITH LUMINAIRE
EXTENSION, TRANSFORMER BASE AND ANCHOR BOLTS
17,000
2
SIGNAL EQUIPMENT
10,600
2-1) PEDESTAL POLE WITH BREAKAWAY BASE AND ANCHOR
BOLTS
1,200
2-2) 3 -SECTION LED HYBRID SIGNAL HEADS, RYG 1r SOLD BAIL
COMPLETE WITH CABLE -TYPE MOUNTING BRAC
4,200
2-3) COUNTDOWN PEDESTRIAN SIGNAL HEADS AND MOUNTING
HARDWARE
800
2-4) SIGNAL CONTROLLER AND CABINET
4,000
2-5) P ;) ESTRIAN PUSH BUTTONS AND SIGNS
4110
3
WIRES AND CABLES
500
4
CONDUIT
500
5
CONDUIT, BORE UNDER PAVEMENT
1,000
6
INCIDENTALS (ELECTRICAL CONNECTORS &SUPPLIES,
FORMS, ETC.)
1000
7
SIGNS
400
8
CONCRETE
3,200
8-1) CONCRETE FOR SIGNAL POLE BASES
2,000
8-2) CONCRETE FOR SIDEWALK AND PEDESTRIAN RAMPS
1,200
9
STEEL REBARS AND TIES FOR BASES
1,200
10
LUMINAIRE, LED
500
11
DETECTABLE PEDESTRIAN PANELS
12
PAVEMENT MARKINGS
0
BY CITY
13
TRAFFIC CONTROL
0
BY CITY
14
CONTINGENCY
1,500
TOTAL
$38,000
2015 -TS -026 Waterloo 8
EXHIBIT B
UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON NON-FEDERAL AID PROJECTS
(THIRD -PARTY STATE -ASSISTED PROJECTS)
In accordance with Iowa Code Section 19B.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the
policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB)
enterprises shall have the maximum practicable opportunity to participate in the performance of contracts
financed in whole or part with State funds.
Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals
from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure
that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors,
subconsultants, suppliers, or participants in the work covered by this agreement.
The Recipient's "positive efforts" shall include, but not be limited to:
1. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals
(515-281-7102) or from its website at: http://dia.iowa.gov/page7.html.
2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be
made in sufficient time to allow the TSB firms to participate effectively in the bidding or request for
proposal (RFP) process.
3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms
the availability of subcontract work.
4. Considering establishment of a percentage goal for TSB participation in each contract that is a
part of this project and for which State funds will be used. Contract goals may vary depending on
the type of project, the subcontracting opportunities available, the type of service or supplies
needed for the project, and the availability of qualified TSB firms in the area.
5. For construction contracts:
a) Including in the bid proposals a contract provision titled "TSB Affirmative Action
Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a
similar document developed by the Recipient. This contract provision is available on-line at:
http://www. dot. state. ia. us/local_system s/publications/tsb_contract_provision. pdf
b) Ensuring that the awarded contractor has and shall follow the contract provisions.
6. For consultant contracts:
a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set.
b) Ensuring that the selected consultant made a positive effort to meet the established TSB
goal, if any. This should include obtaining documentation from the consultant that includes a
list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal;
and, if the consultant does not propose to use a TSB firm that submitted a subcontract
proposal, an explanation why such a TSB firm will not be used.
2015 -TS -026 Waterloo 9
The Recipient shall provide the Iowa DOT the following documentation:
1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts
with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive
efforts and it should be placed in the general project file.
2. Bidding proposals or RFPs noting established TSB goals, if any.
3. The attached "Checklist and Certification." This form shall be filled out upon completion of each
project and forwarded to: Iowa Department of Transportation, EEO Administrator, Office of
Contracts, 800 Lincoln Way, Ames, IA 50010.
2015 -TS -026 Waterloo 10
CHECKLIST AND CERTIFICATION
For the Utilization of Targeted Small Businesses (TSB)
On Non -Federal -aid Projects (Third -Party State -Assisted Projects)
Recipient: Project Number:
County: Agreement Number:
1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals?
❑ YES ❑ NO
If no, explain
2. Were qualified TSB firms notified of project? ❑ YES ❑ NO
If yes, by ❑ letter, ❑ telephone, ❑ personal contact, or ❑ other (specify)
If no, explain
3. Were bids or proposals solicited from qualified TSB firms? ❑ YES ❑ NO
If no, explain
4. Was a goal or percentage established for TSB participation? ❑ YES ❑ NO
If yes, what was the goal or percentage?
If no, explain why not:
5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? ❑ YES ❑ NO
If no, what action was taken by Recipient?
Is documentation in files? ❑ YES ❑ NO
6. What was the dollar amount reimbursed to the Recipient
from the Iowa Department of Transportation? $
What was the final project cost? $
What was the dollar amount performed by TSB firms? $
Name(s) and address(es) of the TSB firm(s)
(Use additional sheets if necessary)
Was the goal or percentage achieved? ❑ YES ❑ NO
If no, explain
As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize
TSB firms as participants in the State -assisted contracts associated with this project.
Title
Signature Date
2015 -TS -026 Waterloo 11
VI `ALIO NOSVW
ME 8 v adt'
0 10181 SIO
NOI1d1W0dSNb81 JO IN3W111dd30 VMOI