HomeMy WebLinkAboutIDOT Cooperative Agreement - 5.1.2023January 2023
IOWA DEPARTMENT OF TRANSPORTATION
Cooperative Agreement
For Primary Road Project
County
City
Project No.
Iowa DOT
Agreement No.
Staff Action No.
Black Hawk
Waterloo
NHSX-063-6(96)--3H-07
2023-16-082
This Agreement is entered into by and between the Iowa Department of Transportation, hereinafter
designated the "DOT," and the city of Waterloo, Iowa, a Local Public Agency, hereinafter designated the
"LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4, as applicable;
The LPA proposes to establish or make improvements to U.S. 63 within Black Hawk 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. 2015-4-115 for preliminary engineering for U.S. 63 reconstruction was executed by the DOT
and LPA on June 15, 2007 and May 29, 2007, respectively; Agreement No. 2015-4-115 for preconstruction
was executed by the DOT and LPA on September 29, 2016, and September 29, 2015, respectively;
Agreement No. 2015-1-029 for right of way acquisition for reconstruction of U.S. 63 from Jefferson Street
to Franklin Street was executed by the DOT and LPA on August 25, 2014, and August 18, 2014,
respectively: Agreement No. 2010-16-204 for reconstruction of U.S. 63 from Frankling Street to Newell
Street was executed by the DOT and LPA on December 28, 2010, and December 6, 2010, respectively;
Agreement No. 2008-16-190 for reconstruction of U.S. 63 from Newell Street to Donald Street was executed
by the DOT and LPA on May 24, 2010, and April 26, 2010, respectively; Agreement No. 2006-16-163 for
preliminary engineering for U.S. 63 reconstruction was executed by the DOT and LPA on June 15, 2007
and May 29, 2007, respectively and
This Agreement reflects the current concept of this project which is subject to modification only by mutual
Agreement between the LPA and the DOT; and
Therefore, it is agreed as follows:
1. Project Information
a. The LPA shall be the lead local governmental agency for carrying out the provisions of this Agreement.
b. All notices required under this Agreement shall be made in writing to the DOT's and/or the LPA's contact
person. The DOT's contact person shall be Nick Humpal, Assistant District Engineer. The LPA's contact
person shall be Jamie Knutson, City Engineer.
c. As developed with the LPA project, the DOT shall be responsible for widening the sidewalk 3 feet south
from Logan Avenue to pedestrian tunnel and the expansion of gravel access to US 63 pump station
near the railroad from the newly widened sidewalk. Maintenance of said improvements will be
addressed in a future maintenance agreement.
2023-16-082 Waterloo.docx 1
January 2023
d. The LPA shall be responsible for the development and completion of the following described primary
highway project:
Portland Cement Concrete (PCC) sidewalk trail in city of Waterloo on US 63 from Parker Street
south to Washington Street.
2. Project Costs
a. The LPA shall bear all costs except those specifically allocated to the DOT under the terms of this
Agreement.
b. The DOT shall contribute an estimated $11,970, toward the project costs. See Exhibit A.
3. Environmental, Right of Way, Permits and Other Requirements
a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Work
Within the Right of Way Permit, Access Connection/Entrance Permit, Utility Accommodation Permit,
Application for Approval of a Traffic Control Device, or other construction permits required for the project
prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall
be construed as approval of any required permit from the DOT.
b. 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.
c. 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 shall 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.
d. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed
Primary Highway project and the FIS is modified, amended or revised in an area affected by the project
after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment
or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area
which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area
affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the
FIS to the DOT.
4. Project Design
a. The LPA or its consultant shall be responsible for the design of all proposed improvements.
b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a
Professional Engineer licensed to practice in the State of Iowa.
c. All proposed highway or street improvements shall be designed using the American Association of
State Highway and Transportation Officials (AASHTO) "Policy on Geometric Design of Highways and
Streets", (latest edition), or other equivalent generally recognized engineering or safety standard,
criteria, or design theory.
2023-16-082 Waterloo.docx 2
January 2023
d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and
Highways", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa Administrative
Code, Chapter 130.
5. Bid Letting
a. The plans, specifications and other contract documents for each division must be submitted at least
fourteen weeks prior to the project letting of each division.
b. For portions of the project let to bid, the LPA shall conduct the project bid letting in compliance with
applicable laws, ordinances, and administrative rules. The LPA shall advertise for bidders, make a good
faith effort to get at least three (3) bidders, hold a public letting and award contracts for the project work.
DOT concurrence in the award must be obtained prior to the award. The LPA shall provide the DOT
file copies of project letting documents within five (5) days after letting.
c. The LPA shall include in their Notice to Bidders that Sales Tax Exemption Certificates will be issued,
as provided for by Iowa Code section 423.3, subsection 80. The LPA shall be responsible for obtaining
the sales tax exemption certificates through the Iowa Department of Revenue and Finance. The LPA
shall issue these certificates to the successful bidder and any subcontractors to enable them to
purchase qualifying materials for the project free of sales tax.
d. The LPA shall be the contracting authority.
6. Construction & Maintenance
a. The LPA shall be responsible for the daily inspection of the project, including the compilation of a daily
log of materials, equipment, and labor used on the project.
b. The LPA shall comply with the procedures and responsibilities for materials testing and construction
inspection according to DOT's Materials Instructional Memorandums (I.M.'s) and the Construction
Manual. If requested, the DOT may, at its discretion, be able to perform some testing services. If
performed, the DOT shall 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. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code sections
150.3(1)c and 150.4(2) shall remove or cause to be removed all encroachments or obstructions in the
existing primary highway right of way. The LPA shall 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.
e. 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), shall be permitted or undertaken by the LPA without the prior written approval of the DOT.
All work shall be performed in accordance with the Utility Accommodation Policy and other applicable
requirements of the DOT.
f. Upon completion of the project, no changes in the physical features thereof shall be undertaken or
permitted without the prior written approval of the DOT.
2023-16-082 Waterloo.docx 3
January 2023
g.
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.
h. Future maintenance of the primary highway within the project area shall be carried out in accordance
with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150.
7. Traffic Control
a. U.S. 63 through -traffic shall be maintained during the construction.
b. Traffic control devices, signing, or pavement markings installed within the limits of this project shall
conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" as per 761 Iowa
Administrative Code, Chapter 130. The safety of the general public shall be assured through the use
of proper protective measures and devices including but not limited to fences, barricades, signs, flood
lighting, and warning lights as necessary.
8. 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 shall release the Federal or state funds withheld.
c. Upon completion of the project, a Professional Engineer licensed to practice in the State of Iowa shall
certify in writing to the DOT that the project activities were completed in substantial compliance with the
plans and specifications set out in this Agreement. Final reimbursement of state and/or Federal funds
shall be made only after the DOT accepts the project as complete.
9. General Provisions
a. The LPA shall maintain records, documents, and other evidence in support of the work performed under
the terms of this Agreement. All accounting practices applied and all records maintained shall be in
accordance with generally accepted accounting principles and procedures. Documentation shall be
made available for inspection and audit by authorized representatives of the DOT and/or the Federal
Highway Administration (FHWA), or their designees, at all reasonable times. The LPA shall provide
copies of said records and documents to the DOT upon request. The LPA shall also require its
contractors to permit authorized representatives of the DOT and/or the FHWA to inspect all work
materials, records, and any other data with regard to Agreement related costs, revenues and operating
sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the
final amendment/modification to the project in the FHWA's Fiscal Management Information System
(FMIS). Upon receipt of such approval by FHWA, the DOT shall 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
2023-16-082 Waterloo.docx 4
January 2023
against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity,
national origin, religion, pregnancy, or disability.
c. The LPA shall use positive efforts to solicit proposals or bids from and to utilize Targeted Small
Business (TSB) enterprises as consultants or contractors and ensure that the consultants or contractors
make positive efforts to utilize these enterprises as subconsultants, subcontractors, suppliers or
participants in the work covered by this Agreement. Efforts shall be made and documented in
accordance with Exhibit B which is attached hereto and by this reference incorporated into this
Agreement.
d. The LPA agrees to indemnify, defend and hold harmless the DOT from any action or liability arising out
of all design, construction, maintenance, placement of traffic control devices, inspection, operation, and
use of the improvements resulting from this project. This agreement to indemnify, defend and hold
harmless applies to all aspects of the DOT's application review and approval process, plan and
construction reviews, and funding participation.
e. If any part of this Agreement is found to be void and unenforceable then the remaining provisions of
this Agreement shall remain in effect.
f. This Agreement is not assignable without the prior written consent of the DOT.
g. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement.
h. 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 shall remain in effect except as amended herein. Any
subsequent change or modification to the terms of this Agreement shall be in the form of a duly
executed amendment to this document.
2023-16-082 Waterloo.docx 5
January 2023
IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2023-16-082 as of the
date shown opposite its signature below.
CITY OF WATERLOO:
By: Own -Eta 9%crE Date May 1 20 23
Title: Mayor
Kelley Felchle , certify that I am the Clerk of the City, and that Quentin Hart
who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the
day of May 1 20 23
Xerrey Fetch(,e
Signed:
City Clerk of Waterloo, Iowa.
IOWA DEPARTMENT OF TRANSPORTATION:
By: Date , 20 .
E. Jon Ranney
District Engineer
District 2
2023-16-082 Waterloo.docx 6
EXHIBIT A
Cost Estimate for DOT participation
57 SY
6" Sidewalk
$5,700
62 CY
Granular Surfacing
$4,650
62 CY
Class 10 Waste
$620
Miscellaneous
$1,000
TOTAL:
$11,970
2023-16-082 Waterloo
EXHIBIT B
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, 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 Economic Development Authority (515-348-6159) or
from its website at: https://iowaeconomicdevelopment.com/tsb.
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 from the Administering Bureau.
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.
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. Form 260017 "Checklist and Certification for the Utilization of TSBs" shall be filled out upon completion of each
project, and sent to Iowa Department of Transportation, Civil Rights Bureau, 800 Lincoln Way, Ames, IA 50010:
https://forms. iowadot.gov/FormsMgt/External/260017. pdf.
2023-16-082 Waterloo