HomeMy WebLinkAboutIowa Department of Transportation-7/26/2010IOWA DEPARTMENT OF TRANSPORTATION (DOT)
AGREEMENT FOR A
TRANSPORTATION ENHANCEMENT PROGRAM PROJECT
PROJECT NAME: River Renaissance North Downtown Trail
RECIPIENT: City of Waterloo
PROJECT NUMBER: STP -E -8155(721)-8V-07
IOWA DOT AGREEMENT NO.: 10-STPE-129
This is an agreement between the City of Waterloo, hereinafter referred to as
RECIPIENT and the Iowa Department of Transportation, hereinafter referred to
as the DEPARTMENT. Iowa Code Sections 306A.7 and 307.44 provide for the
RECIPIENT and the DEPARTMENT to enter into agreements with each other for
the purpose of financing transportation improvement projects in Iowa with Federal
funds. The RECIPIENT proposes a Transportation Enhancement (TE) project for
funding under Sec. 133(b)(8) and Sec. 101(a)(35) of Title 23, United States
Code.
The Transportation Equity Act for the 21st Century (TEA -21), enacted in 1998,
reestablished the Surface Transportation Program (STP). Federal regulations
provide that STP funds for the TE program are to be administered by the
DEPARTMENT.
The Office of Management and Budget (OMB) Circular A-133 requires the
RECIPIENT to report the Catalog of Federal Domestic Assistance (CFDA)
number and title on all Federal -Aid projects. The RECIPIENT will use CFDA
#20.205 and title, "Highway Planning and Construction" for this project. This
information should be reported in "The Schedule of Expenditures of Federal
Awards".
Pursuant to the terms of this agreement, applicable statutes, administrative rules,
and programming by the DEPARTMENT and the Iowa Northland Regional
Council of Governments, the DEPARTMENT agrees to provide funding to the
RECIPIENT for the authorized and approved costs for eligible items associated
with the development of the River Renaissance North Downtown Trail project.
In consideration of the foregoing and the mutual promises contained in this
agreement, the parties agree as follows:
1. The RECIPIENT shall be the lead organization for carrying out the
provisions of this agreement.
1
2. All notices required under this agreement shall be made in writing to the
DEPARTMENT's and/or the RECIPIENT's contact person. The
DEPARTMENT's contact person shall be Nancy Anania, Transportation
Enhancements Program Manager, Office of Systems Planning, 800
Lincoln Way, Ames, Iowa 50010; telephone 515-239-1621; e-mail
nancy.anania@dot.iowa.gov . The RECIPIENT'S contact person shall be
Larry Wiele, PE, Transportation Engineer, 501 Sycamore Street, Waterloo,
Iowa 50701; telephone 319-232-6531; e-mail la rry.wiele@aecom.com.
3. The RECIPIENT shall be responsible for the development and completion
of the following described project:
The River Renaissance North Downtown Trail will extend along the
north bank of the Cedar River between E. Mullan Avenue and the
Cedar River Dam. The estimated total cost is $1,000,000.
4. Eligible project costs for the project described in Section 3 of this
agreement, which are incurred after the date of Federal Highway
Administration (FHWA) authorization shall be paid as follows:
TE Funds
Local Contribution
Project Total
$ 400,000.00
$ 600,000.00
$1,000,000.00
5. The local contribution stated above may include cash or non-cash
contributions to the project. The RECIPIENT shall certify to the
DEPARTMENT the value of any non-cash contribution to the project prior
to it being incurred. For right of way contributions, the RECIPIENT shall
submit an appraisal from a qualified independent appraiser. The
DEPARTMENT reserves the right to review the RECIPIENT'S certificate of
value and has sole authority to determine the value of the RECIPIENT'S
non-cash contribution for the purposes of this agreement. If, as a result of
the DEPARTMENT'S determination, the RECIPIENT'S total cash and non-
cash contribution is below that stated in the terms of this agreement, the
RECIPIENT shall increase its cash contribution in order to complete the
RECIPIENT'S local contribution, or the grant and/or loan amount
associated with this project shall be reduced accordingly.
6. The portion of total project costs paid by Transportation Enhancements
Program grant shall not exceed the amount stated above ($400,000) or 80
percent of the total cost of the eligible items, whichever is the smaller
amount. Cost overruns shall be paid solely by the applicant.
2
7. Project activities or costs eligible for funding include only those items set
out in Exhibit A, which are attached hereto and by this reference
incorporated into this agreement, and which are necessary to complete the
project as described in Section 3.
8. Activities or costs ineligible for funding include, but are not limited to, those
items set out in Exhibit B, which is attached hereto and by this reference
incorporated into this agreement.
9. Notwithstanding any other provisions of this contract, if funds anticipated
for the continued fulfillment of this contract are at any time not forthcoming
or insufficient, either through the failure of the State of Iowa to appropriate
funds or discontinuance or material alteration of the program for which
funds were provided, the DEPARTMENT shall have the right to terminate
this contract without penalty by giving not less than ninety (90) days
written notice.
10. The DEPARTMENT reserves the right to delay reimbursement of funds to
the RECIPIENT if necessary to maintain a positive cash flow. If such a
delay is necessary and lasts more than five (5) working days, the
DEPARTMENT shall so notify the RECIPIENT in writing and shall give the
RECIPIENT an estimate of when reimbursement might be expected. The
DEPARTMENT shall establish a system to equitably make
reimbursements to all RECIPIENTS so affected.
11.The RECIPIENT shall submit to the DEPARTMENT, no later than thirty
(30) days subsequent to the RECIPIENT'S signature date on this
agreement, a timetable outlining the project schedule. Failure to do so by
the RECIPIENT may be considered a default under this agreement.
12. The RECIPIENT must have let the contract or have construction started
within two (2) years of the date this project is approved by the
DEPARTMENT. Approval was granted by the DEPARTMENT on
2/15/2010. If the RECIPIENT does not do this, they will be in default for
which the DEPARTMENT can revoke funding commitments. This
agreement may be extended for periods of up to six (6) months upon
receipt of a written request from the RECIPIENT at least sixty (60) days
prior to the deadline.
13.This agreement will become null and void if the project described in
Section 3 drops out of the Iowa Northland Regional Council of
Governments' current Transportation Improvement Program (TIP) or the
DEPARTMENT'S approved current Statewide Transportation
Improvement Program (STIP) prior to authorization of Federal funds.
14.If any part of this agreement is found to be void and unenforceable, the
remaining provisions of this agreement shall remain in effect.
3
15. It is the intent of both parties that no third party beneficiaries be created by
this agreement.
16. This agreement shall be executed and delivered in two (2) 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.
17.This agreement is not assignable without the prior written consent of the
DEPARTMENT.
18. If the project described in Section 3 of this agreement crosses a DOT
primary road, then:
A. The RECIPIENT shall convey title to the State of Iowa, by quit claim
deed, to any right of way necessary for the primary road crossing, all at
no cost to the DEPARTMENT. However, the DEPARTMENT shall
prepare detailed legal descriptions and plats. The general
configuration of the right of way to be conveyed shall be agreed to by
the RECIPIENT and the DEPARTMENT prior to the survey.
B. The RECIPIENT shall submit six (6) copies of plans for all primary road
system crossings to the DEPARTMENT'S contact person for review
and approval by the District Offices for necessary permits and the
Offices of Design and Maintenance with regard to crossing design and
location, signing, fencing, safety, maintenance, compliance with access
control policy, etc. Said approval shall be obtained before the
RECIPIENT proceeds with the construction of any primary road system
crossing.
C. The use of primary highway right of way for this project's purpose shall
be subject to any rights enjoyed by any existing utility lines presently
within the right of way. If excavation of a utility line over which this
project has been placed is necessary for any reason, the utility shall be
responsible for proper backfilling of said excavation to ground level.
The RECIPIENT shall be responsible for any necessary resurfacing or
restoration.
D. The use of primary highway right of way for this project's purpose shall
be subject to any future plans for reconstruction, improvement,
maintenance, and/or relocation of the highway by the DEPARTMENT.
Any relocation of this project necessary because of said plans shall be
at the expense of the RECIPIENT, all at no cost to the DEPARTMENT.
19.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 the
4
DEPARTMENT'S Right of Way Manual. The RECIPIENT shall contact the
DEPARTMENT for assistance, as necessary, to ensure compliance with
the required procedures, even if no federal funds in the right of way
purchase are involved. The RECIPIENT will need to get environmental
concurrence before acquiring any needed right of way. With prior
approval, hardship and protective buying is possible. If the RECIPIENT
requests Federal -aid participation for right of way acquisition, the
RECIPIENT will need to get environmental concurrence and FHWA
authorization before purchasing any needed right of way.
20. The RECIPIENT shall comply with the Policy for Accommodating Utilities
on City and County Federal -aid Highways Right of Way and the Policy for
Accommodating Utilities on the Primary Road System when on the
DEPARTMENT'S Right of Way. Certain utility relocation, alteration,
adjustment, or removal costs to the RECIPIENT for the project may be
eligible for Federal -aid reimbursement in accordance with the FHWA rules
applicable to the type of utility involved and Iowa Code Chapter 306A.
21.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.
In addition, the Recipient shall certify to the DEPARTMENT'S contact
person that all known required environmental permits have been received
and that all environmental regulations have been complied with before
funds are reimbursed or credited.
Neither the approval of the project application for funding nor the signing of
this agreement shall be construed as approval of any required permit from
the DEPARTMENT.
22. 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 76 Iowa Administrative
Code (IAC) 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.
23. In the event that right of way is required for the project, said right of way
will be acquired in accordance with 761 IAC Chapter 111, Real Property
Acquisition and Relocation Assistance, and the Federal Uniform
Relocation Assistance and Real Property Acquisition Policies Act of 1970,
as amended.
5
24. The project plans, specifications and cost estimate shall be prepared and
certified by a professional engineer, architect and/or landscape architect,
whichever applies, licensed to practice in the State of Iowa. The
RECIPIENT shall submit the plans, specifications and other agreement
documents to the DEPARTMENT 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 agreement documents for
each division must be submitted at least thirty (30) days prior to the project
letting of each division. The DEPARTMENT 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
modification of these plans and specifications must be approved by the
DEPARTMENT prior to the modification being put into effect.
25.The RECIPIENT shall be responsible for the daily inspection of the project.
For projects let to contract, the RECIPIENT shall compile a daily log of
materials and quantities. For projects constructed with local forces, the
RECIPIENT shall compile a daily log of materials, equipment and labor on
the project. The DEPARTMENT reserves the right to inspect project
activities and to audit claims for funding reimbursement. The purpose of
the inspection or audit is to determine substantial compliance with the
terms of this agreement.
26. The RECIPIENT shall maintain all books, documents, papers, accounting
records, reports and other evidence pertaining to costs incurred for the
project. The RECIPIENT shall make such materials available at all
reasonable times during the construction period and for three (3) years
from the date of final reimbursement, for inspection by the DEPARTMENT,
FHWA or any authorized representatives of the Federal government.
Copies of said materials shall be furnished by the RECIPIENT if
requested.
27.The RECIPIENT may submit to the DEPARTMENT periodic itemized
claims for reimbursement for eligible project costs. Reimbursement claims
shall include certification that all eligible project costs for which
reimbursement is requested have been completed in substantial
compliance with the terms of this agreement.
28.The DEPARTMENT will reimburse the RECIPIENT for properly
documented and certified claims for eligible project costs, less a
withholding of 5% of the Federal and / or State share of construction costs.
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 that the RECIPIENT has been
overpaid, the RECIPIENT shall reimburse the overpaid amount to the
6
DEPARTMENT. After the final audit or review is complete and after the
RECIPIENT has provided all required paperwork, the DEPARTMENT will
release the Federal or State funds withheld.
29. Upon completion of the project described in this agreement, a professional
engineer, architect and/or landscape architect, whichever applies, licensed
to practice in the State of Iowa shall certify in writing to the DEPARTMENT
that the project activities were completed in substantial compliance with
the plans and specifications set out in this agreement.
In addition, prior to final reimbursement for the project, the RECIPIENT
shall furnish three (3) sets of "as -built" plans of the project to the
DEPARTMENT.
Final reimbursement of funds, including retainage, shall be made only
after the DEPARTMENT accepts the project as complete.
30.If, in the opinion of the RECIPIENT, the specific provisions of this
agreement requiring the services of a professional engineer, architect
and/or landscape architect, whichever applies, licensed to practice in the
State of Iowa prove to be burdensome to the RECIPIENT or otherwise not
in the public interest, and if the RECIPIENT decides that the provisions of
this agreement can be otherwise complied with without endangering public
safety, the RECIPIENT may request that said provisions be waived on all
or specific parts of the project identified by the RECIPIENT. Such request
shall be made in writing to the DEPARTMENT'S contact person who shall,
after consultation with other DEPARTMENT staff as necessary, make the
final determination concerning said waiver. If said waiver is granted, all
provisions of this agreement requiring the services of a professional
engineer, architect and/or landscape architect, whichever applies, licensed
to practice in the State of Iowa shall be performed by the RECIPIENT'S
contact person or designee.
31.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.
32. This agreement may be declared to be in default by the DEPARTMENT if
the DEPARTMENT determines that the RECIPIENT'S application for
funding contained inaccuracies, omissions, errors or misrepresentations,
or if the DEPARTMENT determines that the project is not developed as
described in the application.
7
33. If the RECIPIENT fails to perform any obligation under this agreement, the
DEPARTMENT shall have the right, after first giving thirty (30) days written
notice to the RECIPIENT by certified mail return receipt requested, to
declare any part or all of this agreement in default. The RECIPIENT shall
have thirty (30) days from the date of the mailing of the notice to cure the
default. If the RECIPIENT cures the default, the RECIPIENT shall notify
the DEPARTMENT no later than five (5) days after the cure or before the
end of said thirty (30) day period given to cure the default. Within ten (10)
working days of receipt of the RECIPIENT'S notice of cure, the
DEPARTMENT shall issue either a notice of acceptance of cure or a
notice of continued default.
34. In the event a default is not cured, the DEPARTMENT may revoke funding
commitments and/or seek repayment of funds granted by this agreement.
By signing this agreement the RECIPIENT agrees to repay said funding if
they are found to be in default. Repayment methods must be approved by
the Transportation Commission and may include cash repayment,
installment repayments with negotiable interest rates, charges against the
RECIPIENT'S share of road use tax funds, or other methods as approved
by the Commission.
35.In case of a dispute concerning the terms of this agreement, the parties
shall submit the matter to arbitration pursuant to IAC 679A (2003). 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
DEPARTMENT 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 section
for arbitration.
36.The RECIPIENT shall maintain, or cause to be maintained for the intended
public use, the improvement for twenty (20) years from the completion
date in a manner acceptable to the DEPARTMENT. Failure to comply with
this provision may be considered a default of this agreement.
37. The RECIPIENT shall comply with all provisions of the equal employment
opportunity requirements prohibiting discrimination and requiring
affirmative action to assure equal employment opportunity as required by
the IAC 216 (2003). No person shall, on the grounds of age, race, creed,
sex, color, national origin, religion, or disability, be excluded from
participation in, be denied the benefits of, or be otherwise subjected to
discrimination under any program or activity for which the RECIPIENT
receives state funds from the DEPARTMENT.
38. The RECIPIENT shall conduct the project development and
implementation in compliance with applicable laws, ordinances and
8
administrative rules. For portions of the project let to bid, the RECIPIENT
shall advertise for bidders, make a good faith effort to get at least three (3)
bidders and hold a public letting for the project work. Prior to awarding the
contract, the RECIPIENT shall provide the DEPARTMENT file copies of
project letting documents within five (5) working days after the letting. The
RECIPIENT must wait for DEPARTMENT concurrence before making the
final award.
Additionally, for projects where federal highway funds or federal non -
highway funds are used to match the project, the RECIPIENT shall also
follow all administrative and contracting procedures, which would normally
be used when such funds are used. The RECIPIENT shall comply with all
requirements for use of said funds as outlined in Exhibit D.
39.The RECIPIENT shall include in their Notice to Bidders that Sales Tax
Exemption Certificates will be issued, as provided for by Iowa Code
section 423.3, subsection 80. The 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.
40.This agreement, as set forth in items 1 through 40 herein, including
referenced exhibits, constitutes the entire agreement between the
DEPARTMENT 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
DEPARTMENT and the RECIPIENT.
9
IN WITNESS WHEREOF, each of the parties hereto has executed this
Agreement Number 10-STPE-129 as of the date shown opposite its signature
below.
RECIPIENT: Ci of Waterloo
By
Title:
1, 7�
(print name)
Date
, 2010
, certify that I am the City Clerk
and that
-Gr tsk 6. , who signed said Agreement
(print name)
for and on behalf of the City of Waterloo
was duly authorized to execute the same by virtue of a formal resolution duly
passed and adopted by the City on theday of (3060\ 2010
Signed -.`, .a ��_ : _ _ _c_ -------- Date I -irk 2010
City Cleric ikf Waterloo J
IOWA DEPARTMENT OF TRANSPORTATION
Planning, Programming and Modal Division
800 Lincoln Way, Ames, Iowa 50010
By Date , 2010
Stuart Anderson, Director
Office of Systems Planning
10
EXHIBIT A
Eligible Project Costs for Usage of
Transportation Enhancement Funds
Project activities or costs eligible for Transportation Enhancements funding
assistance include:
o Land acquisition, including appraisal and negotiation. Land
may be acquired by lease, easement or fee title.
o Construction of the project.
o Design engineering and construction inspection directly
associated with the project.
1
EXHIBIT B
Ineligible Project Costs for Usage of
Transportation Enhancement Funds
Project activities or costs not eligible for TE funding assistance include:
o Any and all costs incurred prior to the execution of an agreement
and written receipt of federal concurrence in environmental
clearance for a project.
o Routine maintenance of the project.
o Overhead and operating costs - such as auditing, legal and
administrative costs - associated with the project.
o Expenses associated with the preparation and submission of a
project application.
o Utility costs not necessitated by the project.
o Purchase of office furnishings or equipment, construction
equipment or personal property.
1
EXHIBIT C
Standard Provisions for Use of Federal -Aid
1. Since this project is to be financed in part with local and Federal funds, the
Recipient shall take the necessary actions to comply with applicable State
and Federal laws and regulations.
In all programs and activities of Federal -aid recipients, sub -
recipients and contractors, no person in the United States shall be
excluded from participation in, be denied the benefits of, or be
otherwise subjected to discrimination on the grounds of race, color,
national origin, sex, age, or handicap/disability. While no specific
commitment or numeric goal has been established for this project,
the Recipient is encouraged, in accordance with Title 49, Code of
Federal Regulations - Part 26 (49 CFR 26), to make a good faith
effort to ensure that disadvantaged business enterprises have the
maximum opportunity to compete for and perform contracts.
2. The Recipient must receive notice of FHWA authorization from the DOT
before beginning any work for which federal -aid reimbursement will be
requested. The cost of work occurring prior to securing FHWA
authorization will not be reimbursed with federal -aid funds. The Recipient
must contact the DOT to obtain the procedures necessary to secure
FHWA authorization.
3. 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/design approval. The Recipient shall complete any mitigation
agreed upon in the FHWA approval document. If farmland is to be
acquired, whether for use as project right of way or permanent easement,
the Recipient shall submit the U.S. Department of Agriculture Farmland
Conversion Impact Rating form when required, to the U.S. Natural
Resources Conservation Service (NRCS).
4. The Recipient shall certify to the DOT's contact person that all known
required environmental permits have been received and that all
environmental regulations have been complied with before funds are
reimbursed or credited.
1
5. The Recipient shall obtain agreements, as needed, from railroad and utility
companies and 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 and
the DOT, etc.
6. General requirements and covenants (Division 11) of the DOT's standard
specifications shall apply to all projects let at the DOT.
7. The project plans, specifications and project cost estimate (PS&E) 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 and authorization to let
the project.
8. The project shall be constructed under the DOT's Standard Specifications
and applicable special provisions. Prior to their use in the PS&E,
specifications developed by the Recipient for individual construction items
shall be approved by the DOT.
9. The Recipient shall comply with the procedures and responsibilities for
materials testing and construction inspection according to the DOT's
Instructional Memorandum (I.M.'s). The DOT will bill the Recipient for
testing services according to its normal policy.
10. If Federal -aid is requested for in-house engineering services, the Recipient
will follow the procedure outlined by the DOT. The Recipient, desiring to
claim indirect costs under Federal awards, must prepare an indirect cost
rate proposal and related documentation in accordance with the
requirements of the Office of Management and Budget (OMB) Circular A-
87 - Cost Principles for State, Local, and Indian Tribal Governments.
Reimbursement eligibility requires an indirect cost rate proposal to be
certified by the governmental unit designated cognizant agency or the
Federal agency providing the largest amount of Federal funds to the
governmental unit.
11. If Federal -aid is requested for preliminary and/or construction engineering
costs, the Recipient will select a consultant(s) in accordance with the
DOT's consultant selection process.
2
12. The Recipient and the Consultant shall prepare a consultant contract for
engineering services in according with Title 23, Code of Federal
Regulations, Part 172 - Administration of Negotiated Contracts (23 CFR
172). This is required only if the Recipient uses federal funds for
engineering services.
13. After the contents of the consultant contract have been mutually approved,
the Recipient shall execute the contract and forward the same to the DOT
for authorization only if federal funds are used for engineering services.
14. If preliminary engineering is federally funded, if the "do nothing" alternate
is not selected, and if right of way acquisition for or actual construction of
the project is not started by the close of the tenth fiscal year following the
fiscal year in which the Federal -aid Project Agreement is executed, the
Recipient will repay to the DOT an amount equal to the amount of federal
funds made available for such engineering.
15. The Recipient shall forward a Federal -aid Project Development
Certification and final PS&E to the DOT. Following FHWA's authorization,
the DOT will advertise the project for letting and furnish the Recipient with
a sample letting package. As a condition for the DOT to let the package,
the Recipient agrees that the Recipient has the financial resources to
proceed with the project if bids submitted are 110% of the project cost
estimate or less. If the Recipient is a city, the Recipient shall comply with
the public hearing requirements of the Iowa Code Section 384.102.
16. Procurement procedures shall be as follows unless some other method is
considered to be cost effective (such as the use of Recipient local forces),
is proposed by the Recipient, and is approved by the DOT.
A. Procurement by small purchase procedures. Small
purchase procedures are those relatively simple and informal
procurement methods for securing services, supplies, or
other property that do not cost more (in aggregate) than
$25,000 for cities and $50,000 for counties. If small
purchase procedures are used, price or rate quotations will
be obtained from an adequate number of qualified sources.
3
B. Procurement by sealed bids (formal advertising). Bids are
publicly solicited and a firm fixed-price (lump sum or unit
price) is awarded to the responsible bidder whose bid,
conforming with all the material terms and conditions of the
invitation for bids, is the lowest in price.
C. Procurement by competitive proposals. The technique of
competitive proposals is normally conducted with more than
one source submitting an offer, and with a fixed-price or cost -
reimbursement type contract is awarded. It is generally used
when conditions are not appropriate for the used of sealed
bids.
D. Procurement by non-competitive proposals is procurement
through solicitation of a proposal from only one source, or
after solicitation of a number of sources, competition is
determined inadequate. Procurement by non-competitive
proposals may be used only when the award of a contract is
infeasible under small purchase procedures, sealed bids, or
competitive proposals and one of the circumstances noted in
Title 49 Code of Federal Regulations - Part 18.36
Procurement.
The Recipient shall notify the DOT of the procurement method it intends to
use. If procurement method "C" or "D" above is selected, the Recipient
shall include justification for its selection and obtain approval from the
DOT.
17. For contracts let to sealed bid, the letting shall be conducted by the DOT's
Office of Contracts unless specifically requested and approved otherwise
by the parties hereto.
18. If portions of the project are let to sealed bid by the Recipient, the
Recipient shall advertise for bidders five (5) days before the letting, make
a good faith effort to get at least three (3) bidders, hold a public letting and
award contracts for the project work. DOT concurrence in the award must
be obtained prior to the award. The Recipient shall provide the DOT file
copies of project letting documents within five (5) days after the letting. If
the Recipient is not a political subdivision of the State of Iowa, the
Recipient shall comply with the applicable laws, administrative rules and
procedures for public purchasing and contracting as applicable to political
subdivisions of the State of Iowa.
19. When let by the DOT, the DOT will prepare an Iowa DOT Staff Action for
concurrence to award the contract. The DOT will mail three (3) originals of
the unexecuted contract(s) to the Recipient.
4
20. The Recipient shall take action to award the contract or reject all bids.
Following award of the contract and signature by the lowest responsive
bidder, the Recipient shall forward to the DOT two (2) copies of the fully
executed contract, two (2) copies of the performance bond and two (2)
copies of the certificate of insurance.
21. If Federal -aid is requested for force account construction, the Recipient
will follow the procedure outlined by the DOT.
22. The Recipient shall assure compliance with Section 165 of the Surface
Transportation Assistance Act of 1982, 49 U.S.C. 1601, Section 337 of the
Surface Transportation and Uniform Relocation Assistance Act of 1987,
and Title 49 Code of Federal Regulations - Parts 660 and 661 regarding
"Buy America" provisions on the procurement of foreign products and
materials.
23. The Recipient shall assure that all contracts entered in furtherance of this
project shall contain the following provisions:
a. Contain notice of awarding agency requirements and regulations
pertaining to reporting.
b. Contain a provision allowing access by the DOT, the Federal
Highway Administration, the Comptroller General of the United
States, or any of their duly authorized representatives to any records
of the contractor which are directly pertinent to that specific contract
for the purpose making audit, examination, excerpts and
transcriptions.
c. Contain a provision requiring retention of all required records for
three years after the contracting agency makes final payments and all
other pending matters are closed.
d. Contain mandatory standards and policies relating to energy
efficiency, which are contained in the state energy conservation plan
issued in compliance with the Energy Policy and Conservation Act
(Pub.L.94-163, 89 Stat. 871).
e. All contracts for construction or repair shall require compliance with
the Copeland "Anti -Kickback" Act (18 U.S.C.874) as supplemented in
Department of Labor regulations (29 CFR part 3).
5
f. If the project is within a Federal -aid highway right of way and is in
excess of $2,000, the contract shall require compliance with the
Davis -Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by
Department of Labor regulations (29 CFR part 5).
g. Construction contracts in excess of $2,000 and other contracts in
excess of $2,500 which involve the employment of mechanics or
laborers, shall require compliance with Sections 103 and 107 of the
Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330)
as supplemented by Department of Labor Regulations (29 CFR part
5).
h. If the contract is for more than $10,000 it shall provide for termination
for cause and for convenience by the contracting agency, including
the manner by which it will be affected and the basis for settlement.
i. Construction contracts in excess of $10,000 shall require compliance
with Executive Order 11246 as of September 24, 1965, entitled
"Equal Employment Opportunity" as amended by Executive Order
11375 of October 13, 1967, and as supplemented in Department of
Labor regulations (41 CFR chapter 60).
j. If the contract is for more than $100,000 it shall contain administrative
contractual or legal remedies in instances where contractors violate
or breach contract terms, and provide for such sanctions and
penalties as may be appropriate.
It also requires compliance with all applicable standards, orders, or
requirements issued under Section 306 of the Clean Air Act (42
U.S.C. 1857(h), Section 508 of the Clean Water Act (33 U.S.C.
1368), Executive Order 11738, and Environmental Protection Agency
Regulations (40 CFR part 15).
24. The DOT will prepare the Federal -aid Project Agreement and submit it for
FHWA approval and obligation of Federal -aid funds.
25. If the project right of way is federally funded and if the actual construction
is not undertaken by the close of the twentieth fiscal year following the
fiscal year in which the Federal -aid project agreement is executed, the
Recipient will repay the sum or sums of federal funds in the right of way to
the DOT.
26. If this agreement is to fund the Historical Preservation of a structure, the
Recipient shall preserve the architectural, historical and cultural integrity of
the structure by maintaining and repairing the property in compliance with
"The Secretary of the Interior's Standards for Rehabilitating Historical
Buildings". No alterations shall be made to the existing structure without
6
first obtaining the written consent of the State Historical Society of Iowa
(State Historic Preservation Officer).
27. If the Recipient, within the next twenty (20) years after project completion,
decides to sell the structure to a private party or it is now under private
ownership, the Recipient shall:
A. Execute a recordable document for preserving the historical and
architectural integrity for twenty (20) years from the date of receipt
of public funds; or
B. Repay the State of Iowa all the funds received by the Recipient.
28. If the Recipient elects to levy special assessments as a means of raising
the local share of the total project costs, the Recipient shall reimburse the
DOT in the amount that payments of Federal -aid and collections of special
assessments, excluding interest and penalties, exceed the total cost of the
public improvement as established by the provisions of Iowa Code
Chapter 384. The Recipient agrees that at such time as its collections
(exclusive of interest and penalties which shall be retained by the
Recipient) from special assessments levied for this project exceed the
local share in excess of the total project costs (including interest and
penalties associated with the amount of excess) within sixty (60) days of
the receipt of any special assessment payments. The Recipient shall
notify the DOT when any lands specially assessed no longer qualify for an
agricultural deferment of the special assessment, and notify the DOT when
all special assessments have been satisfied. The DOT shall credit
reimbursement billings to the FHWA in the amount of refunds received
from the Recipient.
7
0