Loading...
HomeMy WebLinkAboutIDOT_Cooperative_Agreement_-_Cont._No._1129_1.20.2026-signedDocusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County Black Hawk City Waterloo Project No. NHSN-020-6(088)--2R-07 RM-8155(789)--9D-07 Iowa DOT Agreement No. Staff Action No. 2026-16-051 45 - 2026 01 27 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.12, 306, 306A and 313.4, as applicable; The LPA proposes to establish or make improvements to U.S. 20 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 Agreements for the above referenced project: Funding Source Agreement No. Project No. Full Execution Date RISE 2025-R-005 RM-8155(789)--9D-07 April 30, 2025 RISE 2005-R-005-1 RM-8155(789)--9D-07 September 25, 2025 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 the RISE & FLAP Program Manager, Jennifer Kolacia. The LPA's contact person shall be the City Engineer, Jamie Knutson. c. The LPA shall be responsible for the development and completion of the following described primary highway project: Reconstruction of the eastbound ramps at the U.S. 20 and Ansborough Avenue interchange in the city of Waterloo. A new roundabout will be constructed at the terminal of the ramp. See Exhibit A for project location. d. All storm sewers, located within DOT right of way, that are constructed as part of the project shall become the property of the LPA, which shall be responsible for their maintenance and operations. The LPA shall not make any connections to said storm sewers without the prior written approval of the DOT. The LPA shall prevent use of such storm sewers as a sanitary sewer. e. Upon completion of construction, the LPA agrees to retain ownership and jurisdiction of the following referenced improvements as identified below. The LPA shall also assume responsibility for all future 2026-16-051_Waterloo 1 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 maintenance operations associated therewith, all at no additional expense or obligation to the DOT: i. All work performed outside of DOT right of way. 2. Project Costs a. The LPA was awarded a grant through the Revitalize Iowa's Sound Economy (RISE) fund by the Transportation Commission on December 10, 2024 (Agreement No. 2025-R-005). The RISE award was subsequently amended and approved by the Transportation Commission on May 13, 2025 (Agreement No. 2025-R-005-1). b. The RISE funding shall be utilized towards Division 1 and Division 2 project costs (see Exhibit B). c. The RISE funding shall be reimbursed to the LPA by the DOT at a ratio of 60% RISE funds / 40% matching funds. The 40% matching funds for Division 1 construction costs shall be divided equally (20% each) between the DOT and LPA, up to a maximum DOT contribution of $500,000. The LPA shall be responsible for any remaining matching funds for Division 1 that exceed the DOT contribution limit, all matching funds for Division 2, and 100% of the project costs for Division 3, as well as any project costs that exceed the RISE or DOT funding limits. 3. Environmental, Right of Way, Permits, Utilities, and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Work Within the Right of Way Permit, Access Connection/Entrance Permit, Utility Accommodation Permit, Application for Approval of a Traffic Control Device, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this Agreement shall be construed as approval of any required permit from the DOT. b. The LPA shall obtain all project permits and/or approvals, when necessary, from the Iowa Department of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer), Iowa Department of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers, and/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 Right of Way Bureau (Property Management LPA Coordinator) for review and approval prior to the commencement of any acquisition negotiations. Additionally, the portions of right of way acquired for improvements to the Primary Road System shall be acquired in the name of the State of Iowa, for the use and benefit of the DOT. The LPA shall be responsible for closing the real estate transaction for each parcel, disbursing funds to sellers, and obtaining all necessary documents required to clear title to the land acquired per Iowa Land Title Standards and the current Iowa DOT Right of Way Manual. The LPA shall also be responsible for filing all conveyance and title clearing documents with the County Recorder and shall provide the DOT Right of Way Bureau with copies of all completed purchase agreements/contracts, deeds, easements, condemnation documents, and acquisition plats (for State of Iowa right of way) upon completion of the right of way activities. The LPA, or the LPA's closing agent, shall be responsible for preparing and filing Form 1099-S (Proceeds from Real Estate Transactions) with the Internal Revenue Service for all reportable real estate transactions pursuant to current IRS requirements. d. 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 optic 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 2026-16-051_Waterloo 2 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 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 located within primary highway right of way shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. e. Subject to the provisions hereof, the LPA, in accordance with 761 Iowa Administrative Code Chapters 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. f. With the exception of service connections, no new or future utility occupancy of primary highway 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. 4. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. Portions of the project located within DOT right of way shall be designed in accordance with the DOT's Design Manual, Standard Road Plans, and Standard Specifications. c. 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. d. 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. e. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and Highways", published by the U.S. Department of Transportation, Federal Highway Administration, and as adopted by the DOT per 761 Iowa Administrative Code, Chapter 130. 5. Bid Letting a. The plans, specifications, and other contract documents for each division must be submitted to the DOT for review 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 obtain 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 the 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 for the project. 2026-16-051_Waterloo 3 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 6. Construction and 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. 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. New lighting construction for this project shall be as provided under guidelines established in 761 Iowa Administrative Code Chapter 150. If constructed, the LPA shall accept ownership of and responsibility for future energy and maintenance costs of those lighting units which lie within the corporate boundaries. e. 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. f. After the project construction is complete, and prior to final acceptance of the project by the DOT, the LPA shall furnish one set of as -built plans to the DOT's contact person. g. 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. 20 through -traffic shall be maintained during the construction. The U.S. 20 eastbound off and on ramps (Ramp B and Ramp D) at the Ansborough Avenue interchange shall be detoured off the project. The detour shall be installed and maintained by the LPA. Additionally, the LPA shall be responsible for any damages that may occur along the proposed detour route(s). b. The LPA shall temporarily close the U.S. 20 eastbound off and on ramps at the Ansborough Avenue interchange by formal action in accordance with Iowa Code section 306.41. The LPA shall erect and maintain signs within its jurisdiction, consistent with Part 6 of the "Manual on Uniform Traffic Control Devices," as necessary to direct traffic to and along said detour route during the construction period. The LPA shall also remove said signs when the detour is discontinued. Details shall be shown on the traffic control sheet(s) within the project plans. c. 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 property owner(s), 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. 2026-16-051_Waterloo 4 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project 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. For Federal -aid projects, such documents shall be retained for at least three (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. For State -aid projects, such documents shall be retained for at least three (3) years from the date of receiving the final reimbursement. b. 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 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. c. 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, national origin, religion, pregnancy, or disability. d. 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 C which is attached hereto and by this reference incorporated into this Agreement. e. 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. f. If any part of this Agreement is found to be void and unenforceable then the remaining provisions of this Agreement shall remain in effect. 2026-16-051_Waterloo 5 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 November 2025 g. This Agreement is not assignable without the prior written consent of the DOT. h. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. 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 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. IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2026-16-051 as of the date shown opposite its signature below. CITY OF WATERLOO: ,-Signed by: B �a.t, f jbt,St,la, Date January20 , 20 y �3 a3 ayS39fBrsus42i 26 Title: o I, Kelley Felchle , certify that I am the Clerk of the City, and that David Boesen , who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the 20 day of January , 20 26. Signed by: Signed: fcecc uitVtigil 6 'aterloo, Iowa IOWA DEPARTMENT OF TRANSPORTATION: By: Nick. asV umpal, P.E. Dis rict ngineer District 2 Date January 27 , 2026 . 2026-16-051_Waterloo 6 Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 Not to Scale amino= K. a■■■•■■■a iiiiil•p i■umnis■■I•NIF um........ti UNIMMIIMINNINIf LOCATION MAP EXHIBIT A RAMP A BEGIN PROJECT STA 1034+42.46 RAMP A END PROJECT STA 1036+62.46 ANSBOROUGH AVE END PROJECT STA 137+49.64 ANSBOROUGH AVE DIVISION POINT 130+05.57 ANSBOROUGH AVE BEGIN PROJECT STA 120+06.57 FILE NO. - ENGLISH DESIGN TEAM AECOM CITY OF WATERLOO COUNTY PROJECT NUMBER RM-8155(789)--9D-07 SHEET NUMBER A.2 4:28:00 PM 11/4/2025 AdhikariR 2026-16-051 Waterloo pw:\\aecom-na-pw.bentley.com:AECOM USA Iowa\Documents\60701559-WAT South Business Park\900-CAD GIS\CADD Files\Sheet Files\A01 SBP.dgn Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 .441 STA. 130+05.57 DIVISION 1 DIVISION 2 if• P. ,•1. DIL/ISION.3; 4 ti . •4 9 Tl Rg 1P / w Q Wt. . r' C7 O 0 WB US HIGHWAY 20 co ix) EB US HIGHWAY 20 % A;'ts ti 7� u b i NOT TO SCALE tAlliItS1 I "A OVERALL PLAN IFILE NO. - I ENGLISH 3:01:13 PM 11/4/2025 AdhikariR 2026-16-051 Waterloo DESIGN TEAM AECOM CITY OF WATERLOOcouNrY PROJECT NUMBER RM-8155(789)--9D-07 SHEET NUMBER D.2 pw:\\aecom-na-pw.bentley.com:AECOM_USA _Iowa \Documents\60701559-WAT South Business Park\900-CAD GIS\CADD_Files\Sheet_Files\D02_Overall PlanSBP.dgn Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 EXHIBIT B ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COSTS RM-8155(789)--9D-07 HWY 20 AND ANSBOROUGH AVE RECONSTRURCTION WATERLOO, IOWA November 5, 2025 Division 1 IDOT and RISE - Roundabout Division 2 RISE - Ansborough Ave South of Roundabout Division 3 Non -Participating - US 20 Ramp A/Gateway Signage/Detention Basin Item No. Item Code Item Unit Unit Price Quantity Cost Division 1 Division 2 Division 3 Total Division 1 Division 2 Division 3 Total I 1 2101-0850001 CLEARING AND GRUBBING ACRE $5,000.00 0.6 0.6 $ 3,000.00 $3,000.00 2 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW T CY $5.00 58108.0 4654.0 62762.0 $ 290,540.00 $ 23,270.00 $313,810.00 3 2102-2710090 EXCAVATION, CLASS 10, WASTE CY $8.00 41942.7 41942.7 $ 335,541.60 $335,541.60 4 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY $7.00 9475.7 2490.2 436.1 12402.0 $ 66,329.90 $ 17,431.40 $ 3,052.70 $86,814.00 5 2115-0100000 MODIFIED SUBBASE CY $45.00 3754.1 1531.5 137.1 5422.7 $ 168,934.50 $ 68,917.50 $ 6,169.50 $244,021.50 6 2122-5190010 PAVED SHOULDER, P.C. CONCRETE, 10 IN. SY $55.00 760.5 97.9 858.4 $ 41,827.50 $ 5,384.50 $47,212.00 7 2301-0690203 BRIDGE APPROACH, BR-203 SY $250.00 262.0 262.0 $ 65,500.00 $65,500.00 8 2301-1033080 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN. SY $55.00 755.4 4063.9 4819.3 $ 41,547.00 $ 506,350.00 $ 223,514.50 $265,061.50 9 2301-1033100 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 10 IN. SY $65.00 7790.0 240.0 8030.0 $ 15,600.00 $521,950.00 10 2401-7207010 REMOVAL OF CONCRETE SY $25.00 8362.0 1686.4 245.0 10293.4 $ 209,050.00 $ 42,160.00 $ 6,125.00 $257,335.00 11 2416-0100015 APRONS, CONCRETE, 15 IN. DIA. EACH $1,700.00 6 6 $ 10,200.00 $10,200.00 12 2416-0100024 APRONS, CONCRETE, 24 IN. DIA. EACH $2,000.00 8 2 10 $ 16,000.00 $ 4,000.00 $20,000.00 13 2416-0100030 APRONS, CONCRETE, 30 IN. DIA. EACH $2,100.00 4 4 $ 8,400.00 $8,400.00 14 2416-1160015 CULVERT, CONCRETE ENTRANCE PIPE, 15 IN. DIA. LF $60.00 102.0 102.0 $ 6,120.00 $6,120.00 15 2416-1240030 CULVERT, 3000D CONCRETE ROADWAY PIPE, 30 IN. DIA. LF $160.00 462.0 462.0 $ 73,920.00 $73,920.00 16 2435-0250900 INTAKE, SW-509 EACH $9,500.00 15 4 19 $ 142,500.00 $ 38,000.00 $180,500.00 17 2435-0251100 INTAKE, SW-511 EACH $7,000.00 1 1 $ 7,000.00 $7,000.00 18 2503-0114224 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 24 IN. LF $150.00 1500.0 1050.0 2550.0 $ 225,000.00 $ 157,500.00 $382,500.00 19 2599-9999010 GATEWAY SIGNAGE ('LUMP SUM' ITEM) LS $130,000.00 1.00 1.00 $ 130,000.00 $130,000.00 20 21 LIGHTING % 8% 8% 0% $ 148,711.91 $ 46,543.47 $ - $195,255.38 22 EROSION CONTROL % 3% 3% 20% $ 60,138.32 $ 18,850.11 $ 103,638.66 $182,627.09 23 MOBILIZATION % 5% $ 88,710.46 $ 31,195.85 $ 31,091.60 $150,997.90 26 CONTINGENCY % 15% $ 279,437.94 $ 98,266.92 $ 47,607.29 $425,312.16 27 28 DIVISION 1 ESTIMATE CONSTRUCTION COST DIVISION 2 ESTIMATE CONSTRUCTION COST DIVISION 3 ESTIMATE CONSTRUCTION COST $2,435,897.53 $776,649.75 $700,530.85 TOTAL ESTIMATE CONSTRUCTION COST $3,913,078.13 2026-16-051_Waterloo Docusign Envelope ID: 99A5E815-449B-406B-AC21-F586262564A7 December 2024 EXHIBIT C 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 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. Refer to Local Systems I.M. 5.020 for additional information. Under this policy the LPA 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 LPA 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 LPA's "positive efforts" shall include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Economic Development Authority (515-348-6200) or from its website at: https://www.iowaeda.com/small-business/targeted-small-business/ 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 "Targeted Small Business (TSB) Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a similar document developed by the LPA. This contract provision is available in Local Systems I.M. 5.020. 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 LPA shall provide the 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 LPA's positive efforts and it should be placed in the project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. Form 260017 "Checklist and Certification for the Utilization of Targeted Small Businesses (TSB)" shall be filled out upon completion of each project. https://iowadot.seamlessdocs.com/f/ChecklistandCertforUtilizationofTSBonNonFederalProjects. 2026-16-051 Waterloo