Iowa Department of Transportation Funding AgreementTHE CTTY QF Dubuque
ap
DuB E
~ r
Masterpiece on the Mississippi
2007
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Locust Street Asphalt Resurfacing Project (9th Street to 17th Street)
Iowa Department of Transportation -Federal Aid Funding Agreement
Iowa DOT Project No. STP-U-2100 (641)--70-31
STP Agreement No. 6-08-STPU-19
DATE: September 8, 2008
City Engineering Gus Psihoyos is recommending execution of an agreement with the
Iowa Department of Transportation for the Locust Street Asphalt Resurfacing Project,
from 9th Street to 17th Street.
The City has met with Iowa DOT staff members several times to emphasize the
importance of the Iowa Highway 32 (Southwest Arterial) project to the State and to the
Dubuque area. The Iowa DOT wants a local financial commitment to the Iowa Highway
32 (Southwest Arterial) project that does not include federal funds. The Iowa DOT
Commission has challenged both the City and County to seek local funding for this
project and pursue all viable options to fund the shortfall.
In an effort to identify additional local funding for the Iowa Highway 32 (Southwest
Arterial) project, staff is proposing to use Dubuque Metropolitan Area Transportation
Study (DMATS) funding on eligible local street construction projects, which will allow
local funds to be transferred to the Iowa Highway 32 (Southwest Arterial) project and
used as matching cost for the federal funds.
Staff has identified approximately $3.8 million in local street construction projects over
the next five years that could be shifted using DMATS funds, which would allow the
leveraging of approximately $15.2 million in federal dollars.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
Michael C. Van Mil igen
MCVM/jh
Attachment
cc: Barry Lindahl, City Attorney
Cindy Steinhauser, Assistant City Manager
Gus Psihoyos, City Engineer
Dubuque
THE CITY OP i r
TT TT ''~ A~-Anlerice CItY
~V~ ~ 1
I
Masterpiece on the Mississippi 200
TO: Michael C. Van Milligen, City Manager
FROM: Gus Psihoyos, City Engineer
DATE: September 5, 2008
SUBJECT: Locust Street Asphalt Resurfacing Project (9tH Street to 17tH Street)
Iowa Department of Transportation -Federal Aid Funding Agreement
Iowa DOT Project No. STP-U-2100 (641)--70-31
STP Agreement No. 6-08-STPU-19
INTRODUCTION
The enclosed resolution authorizes the Mayor to execute the Iowa Department of
Transportation (Iowa DOT) Federal Aid Funding Agreement (Agreement No. 6-08-
STPU-19) for the Locust Street Asphalt Resurfacing Project, from Stn Street to 17tH
Street.
BACKGROUND
The City has met with Iowa DOT staff members several times to emphasize the
importance of the Iowa Highway 32 (Southwest Arterial) project to the State and to the
Dubuque area. The Iowa DOT wants a local financial commitment to the Iowa Highway
32 (Southwest Arterial) project that does not include federal funds. The Iowa DOT
Commission has challenged both the City and County to seek local funding for this
project and pursue all viable options to fund the shortfall.
In an effort to identify additional local funding for the Iowa Highway 32 (Southwest
Arterial) project, staff is proposing to use Dubuque Metropolitan Area Transportation
Study (DMATS) funding on eligible local street construction projects which will allow
local funds to be transferred to the Iowa Highway 32 (Southwest Arterial) project and
used as matching cost for the federal funds.
Staff has identified approximately $3.8 million in local street construction projects over
the next 5-years that could be shifted using DMATS funds which would allow the
leveraging of approximately $15.2 million in federal dollars.
The shifting of local funds for the Locust Street Resurfacing Project (9tH Street to 17tH
Street) will allow the leveraging of approximately $2.4 million in federal dollars.
The Locust Street Resurfacing Project (9th Street to 17th Street) was originally
programmed in FY2009 of the current Five-Year Construction Program, however
because federal funding will be utilized, the project will not begin until the summer of
2009 due to the required Federal Aid project development process and the submittal
schedule of the Iowa DOT.
DISCUSSION
This agreement between the Iowa DOT and the City of Dubuque (City) provides funding
for the following improvements:
• Replacement of existing curb and gutter sections.
• Construction of ADA-compliant curb ramps.
• Hot Mix Asphalt (HMA) resurfacing of Locust Street between 9th to 17th Streets.
RECOMMENDATION
I recommend that the City Council adopt the enclosed resolution and authorize the
Mayor to sign the Federal Aid Funding Agreement (Agreement No, 6-08-STPU-19) for
the Locust Street Asphalt Resurfacing project, from 9th Street to 17th Street.
BUDGET IMPACT
The summary of the project costs is as follows:
CIP No. Funding Source Amount
DMATS STP Funds $ 488,800.00
3002068 Locust Resurfacing - 9th to 17th 122,200.00
Total Project Funding $ 611,000.00
ACTION TO BE TAKEN
I respectfully request that the City Council adopt the attached resolution and authorize
the Mayor to sign the Iowa Department of Transportation Federal Aid Funding
Agreement (A~reement No, 6-08-STPU-19) for the Locust Street Asphalt Resurfacing
project, from 9 Street to 17th Street.
Prepared by Bob Schiesl, Assistant City Engineer
cc: Don Vogt, Public Works Director
John Klostermann, Street & Sewer Maintenance Supervisor
Jon Dienst, Civil Engineer
RESOLUTION NO. 310-08
RESOLUTION APPROVING THE IOWA DEPARTMENT OF TRANSPORTATION
FEDERAL AID FUNDING AGREEMENT (AGREEMENT NO. 6-08-STPU-19) FOR
THE LOCUST STREET ASPHALT (HMA) RESURFACING PROJECT, FROM 9TH
STREET TO 17TH STREET
Whereas, the Iowa Department of Transportation (Iowa DOT) has authorized the
use of Dubuque Metropolitan Area Transportation Study (DMATS) STP funds for the
Locust Street Asphalt Resurfacing Project, from 9th Street to 17th Street in Dubuque.
Whereas, the Locust Street Asphalt Resurfacing Project, from 9th Street to 17th
Street in Dubuque has been developed to include: replacement of existing curb and
gutter; construction of ADA-complaint curb ramps; hot mix asphalt (HMA) resurfacing of
Locust Street between 9th to 17th Streets in Dubuque.
Whereas, the DMATS STP funds will be eligible to complete said improvements
to Locust Street from 9th Street to 17th Street within Dubuque County, Iowa.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
Section 1. That said Iowa DOT Federal Aid Funding Agreement (Agreement
No. 6-08-STPU-19) between the City of Dubuque and the Iowa Department of
Transportation be approved for the Locust Street Asphalt Resurfacing Project, from 9th
Street to 17th Street in Dubuque,
Section 2. That the Mayor be authorized and directed to execute two copies of
Iowa DOT Federal Aid Funding Agreement (Agreement No. 6-08-STPU-19) for the
Locust Street Asphalt Resurfacing Project, from 9th Street to 17th Street in Dubuque.
Passed, approved and adopted this 15th day of September, 2008.
Kevin J. Lynch, Mayor Pro-Tem
Attest:
Jeanne F. Schneider, CMC, City Clerk
Iowa Department ofT~ansportation
Bob Schiesl, P.E.
City of Dubuque Engineering Dept.
City Hall
50 W. 13"' Street
Dubuque, Iowa 52001
District 6 Office 319-364-0235
430 Sixteenth Avenue SW FAX: 319-364-9614
P.O. Box 3150, Cedar Rapids, IA 52406-3150 Kenneth.Yanna@dot.iowa.gov
July 2, 2008 Ref: STP-U-2100(641)--70-31
Dubuque County
City of Dubuque
Agreement No. 6-08-STPU-19
SUBJECT: Federal Aid -STP Agreement 6-08-STPU-19
Dear Bob:
I have enclosed two (2) copies of an agreement between the City of Dubuque and the Iowa
Department of Transportation for the referenced project. The project involves HMA resurfacing
on Locust Street from 9`h Street to 17`h Street.
Please secure the necessary approvals and signatures of your city officials and return both signed
copies of the agreement to this office for further processing. After I receive the signed copies of
the agreement, I will sign the agreement, and return the fully executed agreement to your office.
Those that are involved with the project should carefully review the standard provisions for
federal-aid project agreements which are included as an exhibit to this agreement.
Please contact me if you have any questions.
Sincerely,
Kenneth A. Yanna, P.E.
Assistant District Engineer
KAY/sjb
Enclosure (2)
May 2007
IOWA DEPARTMENT OF TRANSPORTATION
Federal-aid Agreement
for a Surface Transportation Program Project
Recipient: City of Dubuque
Project No.: STP-U-2100(641)--70--31
Iowa DOT Agreement No.: 6-08-STPU-19
This is an agreement between the City of Dubuque, Iowa (hereinafter referred to as the 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 on streets and highways in Iowa with Federal funds.
The Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU), Public Law
109-59, reestablished the Surface Transportation Program (STP), now codified at Section 133(b) of Title 23, United
States Code (U.S.C.). This program makes Federal funds available for construction, reconstruction, rehabilitation,
resurfacing, restoration and operational or safety improvement projects on Federal-aid highways, bridges on any
public road, and several other types of projects, as specified in 23 U.S.C. 133(b). Federal-aid highways include all
Federal Functional Classifications, except for rural minor collectors or local roads. Federal regulations require STP
funds to be administered by the Department.
Pursuant to the terms of this agreement, applicable statutes, and administrative rules, the Department agrees to
provide STP funding to the Recipient for the authorized and approved costs for eligible items associated with the
project.
Under this agreement, the parties further agree as follows:
1. The Recipient shall be the lead local governmental agency for carrying out the provisions of this agreement.
2. All notices required under this agreement shall be made in writing to the appropriate contact person. The
Department's contact person will be the District 6 Local Systems Engineer. The Recipient's contact person
shall be the City engineer, or their designated representative.
3. The Recipient shall be responsible for the development and completion of the following described STP
project:
HMA Resurfacing on Locust Street from 9'h Street to 17~h Street.
4. Eligible project activities will be limited to the following: construction, engineering, inspection, and right-of-way
acquisition. Under certain circumstances, eligible activities may also include utility relocation or railroad work
that is required for construction of the project.
5. The Recipient shall receive reimbursement for costs of authorized and approved eligible project activities from
STP funds. The portion of the project costs reimbursed by STP funds shall be limited to a maximum of either
80 percent of eligible costs or the amount stipulated in the Dubuque Metropolitan Area Transportation Study
current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation
Improvement Program (STIP), whichever is less.
6. If the project described in Section 3. drops out of the Dubuque Metropolitan Area Transportation Study current
TIP or the approved current STIP prior to obligation of Federal funds, and the Recipient fails to reprogram the
project in the appropriate TIP and STIP within 3 years, this agreement shall become null and void.
7. If any part of this agreement is found to be void and unenforceable, the remaining provisions of this
agreement shall remain in effect.
8. It is the intent of both parties that no third party beneficiaries be created by this agreement.
STP Project Agreement
Page 2
9. 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 agreement.
10. This agreement and the attached Exhibit 1 constitute 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 shall be made in the form of an addendum to this
agreement. The addendum shall become effective only upon written approval of the Department and the
Recipient.
IN WITNESS WHEREOF, each of the parties hereto has executed this agreement as of the date shown opposite its
signature below.
City Signature Block (City Projects Only)
By
Title of city official
Date
20
certify that I am the City Clerk of Dubuque, and
who signed said Agreement for and on behalf of the city was duly
authorized to execute the same by virtue of a formal resolution duly passed and adopted by the city on the
day of , 20
Signed Date
City Clerk of Dubuque, Iowa
20
IOWA DEPARTMENT OF TRANSPORTATION
Highway Division
BY.
Date
20
Kenneth A. Yanna, P.E.
Asst. District 6 Engineer
District 6
April 2008
' EXHIBIT 1
General Agreement Provisions for use of Federal Highway Funds on Non-primary Highways
1. General Requirements.
a. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and
regulations. To assist the Recipient, the Department has provided guidance in the Federal-aid Project
Development Guide (Guide) and the Instructional Memorandums to Local Public Agencies (I.M.s) that are
referenced by the Guide. Both are available on-line at: http://www.iowadot.gov/local systems/
publications/im/Ipa_ims.htm. The Recipient shall follow the app-icable procedures and guidelines
contained in the Guide and I.M.s in effect at the time project activities are conducted.
b. In accordance with Title VI of the Civil Rights Act of 1964 and associated subsequent nondiscrimination
laws, regulations, and executive orders, the Recipient shall not discriminate against any person on the
basis of race, color, national origin, sex, age, or disability. In accordance with Iowa Code Chapter 216,
the Recipient shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual
orientation, gender identity, national origin, religion, pregnancy, or disability.
c. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of 1990
(ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), and the associated Federal
regulations that implement these laws. When pedestrian facilities are constructed, reconstructed, or
altered, the Recipient shall make such facilities compliant with the ADA and Section 504. Pedestrian
facilities include facilities that are designed for pedestrian use, such as pedestrian signals and push
buttons, sidewalks, multi-use trails, curb ramps, and the street surface in the pedestrian crossing area.
Alterations are changes to the structure, grade, function, or use of the pedestrian facility, and include
such activities as: full depth pavement replacement, widening, resurfacing, signal installation, pedestrian
signal installation, and other projects of similar scale and effect. In addition, by signing this agreement, if
the Recipient has 50 or more employees, it certifies that it has a transition plan that meets the
requirements of 28 CFR 35.150(d), including provisions for installation of curb ramps at all intersections of
sidewalks with public streets. If the Recipient's transition plan does not include curb ramps, the Recipient
shall prepare or modify its transition plan to include curb ramps in accordance with I.M. 1.080, ADA
Requirements.
d. The Recipient agrees to indemnify, defend, and hold the Department harmless from any action or liability
arising out of the design, construction, maintenance, placement of traffic control devices, inspection, or
use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the
Department's application review and approval process, plan and construction reviews, and funding
participation.
e. 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 10 days notice to the other party of their intent to seek arbitration. The written notice shall
include a precise statement of the dispute. 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 paragraph
The Office of Management and Budget (OMB) Circular A-133 requires the Department to inform the
Recipient of the appropriate Catalog of Federal Domestic Assistance (CFDA) number and title to be used
on the Schedule of Expenditures of Federal Awards (SEFA) that is required by OMB Circular A-133.
CFDA #20.205 and title, "Highway Planning and Construction" shall be used for the Federal funds
awarded for this project. If the Recipient will pay initial project costs and request reimbursement from the
Department, the Recipient shall report this project on its SEFA. If the Department will pay initial project
costs and then credit those accounts from which initial costs were paid, the Department will report this
project on its SEFA. In this case, the Recipient shall not report this project on its SEFA.
2. Federal Authorization.
a. The Recipient shall be responsible for including the project in the appropriate Regional Planning Affiliation
(RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program (TIP). The
Recipient shall also ensure that the appropriate RPA or MPO, through their TIP submittal to the
EXHIBIT 1
• Page 2
Department, includes the project in the Statewide Transportation Improvement Program (STIP). If the
project is not included in the appropriate fiscal year of the STIP, Federal funds cannot be authorized.
Before beginning any work for which Federal funding reimbursement will be requested, the Recipient
shall contact the Department to obtain the procedures necessary to secure FHWA authorization. The
Recipient shall submit a written request for FHWA authorization to the Department. After reviewing the
Recipient's request, the Department will forward the request to the FHWA for authorization and obligation
of Federal funds. The Department will notify the Recipient when FHWA authorization is obtained. The
cost of work performed prior to FHWA authorization will not be reimbursed with Federal funds.
3. In-House Engineering Services.
a. If Federal funding is requested for in-house engineering services, the Recipient shall follow the procedure
outlined in I.M. 3.310, Federal-aid Participation in In-House Engineering Costs. If the Recipient desires to
claim indirect costs under Federal awards, the Recipient shall prepare an indirect cost rate proposal and
related documentation in accordance with the requirements of Office of Management and Budget (OMB)
Circular A-87 -Cost Principles for State, Local, and Indian Tribal Governments. Before incurring costs
for in-house engineering services, such an indirect cost rate proposal shall be certified by the FHWA or
the Federal agency providing the largest amount of Federal funds to the Recipient.
4. Consultant Services
a. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall
prepare a contract for consultant services in accordance with Title 23, Code of Federal Regulations, Part
172 -Administration of Negotiated Contracts (23 CFR 172). These regulations require aqualifications-
based selection process. The Recipient shall follow the procedures for selecting and using consultants
outlined in I.M. 3.305, Federal-aid Participation in Consultant Costs.
b. If preliminary engineering is Federally funded, and if the "do nothing" alternate is not selected, and if right-
of-way acquisition for or actual construction of the road is not started by the close of the tenth fiscal year
following the fiscal year in which the Federal funds were authorized, the Recipient shall repay to the
Department an amount equal to the amount of Federal funds made available for such engineering.
5. Environmental Requirements and other Agreements or Permits.
a. The Recipient shall take the appropriate actions and prepare the necessary documents to fulfill the FHWA
requirements for project environmental studies including historical/cultural reviews and location approval.
The Recipient shall complete any mitigation agreed upon in the FHWA approval document.
b. 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).
c. 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, the Department, etc.
d. The Recipient shall comply with the Policy for Accommodating Utilities on City and County Federal-aid
Highway Right of Way, and the Policy for Accommodating Utilities on Primary Road System when on
State's right of way. Certain utility relocation, alteration, adjustment, or removal costs to the Recipient for
the project may be eligible for Federal funding reimbursement. If the Recipient desires Federal
reimbursement of these costs, it shall submit a request for FHWA Authorization prior to beginning any
utility relocation work, in accordance with the procedures outlined in I.M. 3.650, Federal-aid Participation
in Utility Relocations
e. In all contracts entered into by the Recipient, and all subcontracts, in connection with this project that
exceed $100,000, the Recipient shall comply with the requirements of Section 114 of the Clean Air Act
and Section 308 of the Federal Water Pollution Control Act, and all their regulations and guidelines. In
such contracts, the Recipient shall stipulate that any facility to be utilized in performance of or to benefit
EXHIBIT 1
Page 3
from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities
or is under consideration to be listed.
6. Right-of-Way.
a. The Recipient shall acquire the project right-of-way, whether by lease, easement, or fee title, and shall
provide relocation assistance benefits and payments in accordance with the procedures set forth in I.M.
3.605, Right-of-Way Acquisition, and the Department's Office of Right of Way Local Public Agency
Manual. The Recipient shall contact the Department for assistance, as necessary, to ensure compliance
with the required procedures, even if no Federal funds are used for right-of-way activities. The Recipient
shall obtain environmental concurrence before acquiring any needed right-of-way. With prior approval,
hardship and protective buying is possible. If the Recipient requests Federal funding for right-of-way
acquisition, the Recipient shall also obtain FHWA authorization before purchasing any needed right-of-
way.
b. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the close
of the twentieth fiscal year following the fiscal year in which the Federal funds were authorized, the
Recipient shall repay the sum or sums of Federal funds in the right-of-way to the Department.
7. Letting the Project.
a. The project plans, specifications, and project cost estimate (PS&E) shall be prepared and certified by a
Professional Engineer licensed in the State of Iowa. The Recipient shall submit the plans, specifications,
and other contract documents to the Department for review and approval to let the project.
b. The project shall be constructed under the Department's Standard Specifications for Highway and Bridge
Construction. Prior to their use in the PS&E, specifications developed by the Recipient for individual
construction items shall be approved by the Department.
c. The Recipient shall forward a completed Project Development Certification (Form 730002) and final
PS&E to the Department. As a condition for the Department to let the project, 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 26.12.
d. If the project is to be accomplished via a contract awarded by competitive bidding, the project will be let
by the Department in accordance with its normal letting procedures. After bids are received and
reviewed, the Department will furnish the Recipient with a tabulation of responsive bids.
e. When let by the Department, the Department will prepare an Iowa DOT Staff Action identifying the lowest
responsive bidder. The Department will mail three originals of the unexecuted contract to the Recipient.
f. The Recipient shall take action to award a contract to the lowest responsive bidder or reject all bids.
Following award of a contract, the Recipient shall forward to the Department two copies of the fully
executed contract, two copies of the performance bond, and two copies of the certificate of insurance.
8. Construction.
a. Traffic control devices, signing, or pavement markings installed within the limits of this project shall
conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 761 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.
b. If Federal funding is requested for force account construction, the Recipient will follow the procedure
outlined by the Department.
c. The Recipient shall comply with the procedures and responsibilities for materials testing according to
Department's Material I.M.s. The Department will bill the Recipient for testing services according to its
normal policy. The Recipient should use the Department's Construction Manual as a guide for
conducting other construction inspection activities.
EXHIBIT 1
'Page 4
9. Payments.
a. After costs have been incurred, 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 paid in full and completed in substantial
compliance with the terms of this agreement.
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 the Recipient has been
overpaid, the Recipient shall reimburse the overpaid amount to the Department. After the final audit or
review is complete and after the Recipient has provided all required paperwork, the Department will
release the Federal or State funds withheld.
c. The total funds collected by the Recipient for this project shall not exceed the total project costs. The
total funds collected shall include any Federal or State funds received, and any special assessments
made by the Recipient (exclusive of any associated interest or penalties), pursuant to Iowa Code Chapter
384 (cities) or Chapter 311 (counties). The total project costs shall include all costs that can be directly
attributed to the project. In the event that the total funds collected by the Recipient does exceed the total
project costs, the Recipient shall either:
1) refund to the assessed property owners the excess special assessments collected (including interest
and penalties associated with the amount of the excess), or
2) refund to the Department all funds collected in excess of the total project costs (including interest and
penalties associated with the amount of the excess) within 60 days of the receipt of any excess funds.
In return, the Department will either credit reimbursement billings to the FHWA or credit the
appropriate State fund account in the amount of refunds received from the Recipient.
10. Project Close-out.
a. Upon completion of the project, a Professional Engineer licensed in the State of Iowa shall certify in
writing to the Department that the project was completed in substantial compliance with the plans and
specifications set out in this agreement. Final reimbursement of Federal funds shall be made only after
the Department accepts the project as complete.
b. The Recipient shall maintain all books, documents, papers, accounting records, reports, and other
evidence pertaining to costs incurred for the project. The Recipient shall also make these materials
available at all reasonable times for inspection by the Department, FHWA, or any authorized
representatives of the Federal Government. Copies of these materials shall be furnished by the Recipient
if requested. Such documents shall be retained for at least 3 years from the date of FHWA approval of
the final amendment /modification to the project in the FHWA's Fiscal Management Information System
(FMIS). Upon receipt of such approval by FHWA, the Department will notify the Recipient of the record
retention date.
c. The Recipient shall maintain, or cause to be maintained, the completed improvement in a manner
acceptable to the Department and the FHWA.
May 2007
IOWA DEPARTMENT OF TRANSPORTATION
Federal-aid Agreement
for a Surface Transportation Program Project
Recipient: City of Dubuque
Project No.: STP-U-2100(641)--70--31
Iowa DOT Agreement No.: 6-08-STPU-19
This is an agreement between the City of Dubuque, Iowa (hereinafter referred to as the 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 on streets and highways in Iowa with Federal funds.
The Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU), Public Law
109-59, reestablished the Surface Transportation Program (STP), now codified at Section 133(b) of Title 23, United
States Code (U.S.C.). This program makes Federal funds available for construction, reconstruction, rehabilitation,
resurfacing, restoration and operational or safety improvement projects on Federal-aid highways, bridges on any
public road, and several other types of projects, as specified in 23 U.S.C. 133(b). Federal-aid highways include all
Federal Functional Classifications, except for rural minor collectors or local roads. Federal regulations require STP
funds to be administered by the Department.
Pursuant to the terms of this agreement, applicable statutes, and administrative rules, the Department agrees to
provide STP funding to the Recipient for the authorized and approved costs for eligible items associated with the
project.
Under this agreement, the parties further agree as follows:
The Recipient shall be the lead local governmental agency for carrying out the provisions of this agreement.
2. All notices required under this agreement shall be made in writing to the appropriate contact person. The
Department's contact person will be the District 6 Local Systems Engineer. The Recipient's contact person
shall be the City engineer, or their designated representative.
The Recipient shall be responsible for the development and completion of the following described STP
project:
HMA Resurfacing on Locust Street from 9th Street to 17th Street.
4. Eligible project activities will be limited to the following: construction, engineering, inspection, and right-of-way
acquisition. Under certain circumstances, eligible activities may also include utility relocation or railroad work
that is required for construction of the project.
5. The Recipient shall receive reimbursement for costs of authorized and approved eligible project activities from
STP funds. The portion of the project costs reimbursed by STP funds shall be limited to a maximum of either
80 percent of eligible costs or the amount stipulated in the Dubuque Metropolitan Area Transportation Study
current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation
Improvement Program (STIP), whichever is less.
6. If the project described in Section 3. drops out of the Dubuque Metropolitan Area Transportation Study current
TIP or the approved current STIP prior to obligation of Federal funds, and the Recipient fails to reprogram the
project in the appropriate TIP and STIP within 3 years, this agreement shall become null and void.
If any part of this agreement is found to be void and unenforceable, the remaining provisions of this
agreement shall remain in effect.
8. It is the intent of both parties that no third party beneficiaries be created by this agreement.
STP Project Agreement
Page 2
9. 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 agreement.
10. This agreement and the attached Exhibit 1 constitute 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 shall be made in the form of an addendum to this
agreement. The addendum shall become effective only upon written approval of the Department and the
Recipient.
IN WITNESS WHEREOF, each of the parties hereto has executed this agreement as of the date shown opposite its
signature below.
City Signature Block (City Projects Only)
By Date , 20
Title of city official
certify that I am the City Clerk of Dubuque, and
who signed said Agreement for and on behalf of the city was duly
authorized to execute the same by virtue of a formal resolution duly passed and adopted by the city on the
day of
Signed,
City Clerk of Dubuque, Iowa
Date
20
IOWA DEPARTMENT OF TRANSPORTATION
Highway Division
BY.
20
Date
20
Kenneth A. Yanna, P.E.
Asst. District 6 Engineer
District 6
April 2008
' EXHIBIT 1
General Agreement Provisions for use of Federal Highway Funds on Non-primary Highways
1. General Requirements.
a. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and
regulations. To assist the Recipient, the Department has provided guidance in the Federal-aid Project
Development Guide (Guide) and the Instructional Memorandums to Local Public Agencies (I.M.s) that are
referenced by the Guide. Both are available on-line at: http://www.iowadot.gov/local_systems/
publications/im/Ipa_ims.htm. The Recipient shall follow the applicable procedures and guidelines
contained in the Guide and I.M.s in effect at the time project activities are conducted.
b. In accordance with Title VI of the Civil Rights Act of 1964 and associated subsequent nondiscrimination
laws, regulations, and executive orders, the Recipient shall not discriminate against any person on the
basis of race, color, national origin, sex, age, or disability. In accordance with Iowa Code Chapter 216,
the Recipient shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual
orientation, gender identity, national origin, religion, pregnancy, or disability.
c. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of 1990
(ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), and the associated Federal
regulations that implement these laws. When pedestrian facilities are constructed, reconstructed, or
altered, the Recipient shall make such facilities compliant with the ADA and Section 504. Pedestrian
facilities include facilities that are designed for pedestrian use, such as pedestrian signals and push
buttons, sidewalks, multi-use trails, curb ramps, and the street surface in the pedestrian crossing area.
Alterations are changes to the structure, grade, function, or use of the pedestrian facility, and include
such activities as: full depth pavement replacement, widening, resurfacing, signal installation, pedestrian
signal installation, and other projects of similar scale and effect. In addition, by signing this agreement, if
the Recipient has 50 or more employees, it certifies that it has a transition plan that meets the
requirements of 28 CFR 35.150(d), including provisions for installation of curb ramps at all intersections of
sidewalks with public streets. If the Recipient's transition plan does not include curb ramps, the Recipient
shall prepare or modify its transition plan to include curb ramps in accordance with I.M. 1.080, ADA
Requirements.
d. The Recipient agrees to indemnify, defend, and hold the Department harmless from any action or liability
arising out of the design, construction, maintenance, placement of traffic control devices, inspection, or
use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the
Department's application review and approval process, plan and construction reviews, and funding
participation.
e. 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 10 days notice to the other party of their intent to seek arbitration. The written notice shall
include a precise statement of the dispute. 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 paragraph
The Office of Management and Budget (OMB) Circular A-133 requires the Department to inform the
Recipient of the appropriate Catalog of Federal Domestic Assistance (CFDA) number and title to be used
on the Schedule of Expenditures of Federal Awards (SEFA) that is required by OMB Circular A-133.
CFDA #20.205 and title, "Highway Planning and Construction" shall be used for the Federal funds
awarded for this project. If the Recipient will pay initial project costs and request reimbursement from the
Department, the Recipient shall report this project on its SEFA. If the Department will pay initial project
costs and then credit those accounts from which initial costs were paid, the Department will report this
project on its SEFA. In this case, the Recipient shall not report this project on its SEFA.
2. Federal Authorization.
a. The Recipient shall be responsible for including the project in the appropriate Regional Planning Affiliation
(RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program (TIP). The
Recipient shall also ensure that the appropriate RPA or MPO, through their TIP submittal to the
EXHIBIT 1
Page 2
Department, includes the project in the Statewide Transportation Improvement Program (STIP). If the
project is not included in the appropriate fiscal year of the STIP, Federal funds cannot be authorized.
b. Before beginning any work for which Federal funding reimbursement will be requested, the Recipient
shall contact the Department to obtain the procedures necessary to secure FHWA authorization. The
Recipient shall submit a written request for FHWA authorization to the Department. After reviewing the
Recipient's request, the Department will forward the request to the FHWA for authorization and obligation
of Federal funds. The Department will notify the Recipient when FHWA authorization is obtained. The
cost of work performed prior to FHWA authorization will not be reimbursed with Federal funds.
3. In-House Engineering Services.
a. If Federal funding is requested for in-house engineering services, the Recipient shall follow the procedure
outlined in I.M. 3.310, Federal-aid Participation in In-House Engineering Costs. If the Recipient desires to
claim indirect costs under Federal awards, the Recipient shall prepare an indirect cost rate proposal and
related documentation in accordance with the requirements of Office of Management and Budget (OMB)
Circular A-87 -Cost Principles for State, Local, and Indian Tribal Governments. Before incurring costs
for in-house engineering services, such an indirect cost rate proposal shall be certified by the FHWA or
the Federal agency providing the largest amount of Federal funds to the Recipient.
4. Consultant Services
a. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall
prepare a contract for consultant services in accordance with Title 23, Code of Federal Regulations, Part
172 -Administration of Negotiated Contracts (23 CFR 172). These regulations require aqualifications-
based selection process. The Recipient shall follow the procedures for selecting and using consultants
outlined in I.M. 3.305, Federal-aid Participation in Consultant Costs.
b. If preliminary engineering is Federally funded, and if the "do nothing" alternate is not selected, and if right-
of-way acquisition for or actual construction of the road is not started by the close of the tenth fiscal year
following the fiscal year in which the Federal funds were authorized, the Recipient shall repay to the
Department an amount equal to the amount of Federal funds made available for such engineering.
5. Environmental Requirements and other Agreements or Permits.
a. The Recipient shall take the appropriate actions and prepare the necessary documents to fulfill the FHWA
requirements for project environmental studies including historical/cultural reviews and location approval.
The Recipient shall complete any mitigation agreed upon in the FHWA approval document.
b. 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).
c. 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, the Department, etc.
d. The Recipient shall comply with the Policy for Accommodating Utilities on City and County Federal-aid
Highway Right of Way, and the Policy for Accommodating Utilities on Primary Road System when on
State's right of way. Certain utility relocation, alteration, adjustment, or removal costs to the Recipient for
the project maybe eligible for Federal funding reimbursement. If the Recipient desires Federal
reimbursement of these costs, it shall submit a request for FHWA Authorization prior to beginning any
utility relocation work, in accordance with the procedures outlined in I.M. 3.650, Federal-aid Participation
in Utility Relocations
e. In all contracts entered into by the Recipient, and all subcontracts, in connection with this project that
exceed $100,000, the Recipient shall comply with the requirements of Section 114 of the Clean Air Act
and Section 308 of the Federal Water Pollution Control Act, and all their regulations and guidelines. In
such contracts, the Recipient shall stipulate that any facility to be utilized in performance of or to benefit
EXHIBIT 1
Page 3
from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities
or is under consideration to be listed.
6. Right-of-Way.
The Recipient shall acquire the project right-of-way, whether by lease, easement, or fee title, and shall
provide relocation assistance benefits and payments in accordance with the procedures set forth in I.M.
3.605, Right-of-Way Acquisition, and the Department's Office of Right of Way Local Public Agency
Manual. The Recipient shall contact the Department for assistance, as necessary, to ensure compliance
with the required procedures, even if no Federal funds are used for right-of-way activities. The Recipient
shall obtain environmental concurrence before acquiring any needed right-of-way. With prior approval,
hardship and protective buying is possible. If the Recipient requests Federal funding for right-of-way
acquisition, the Recipient shall also obtain FHWA authorization before purchasing any needed right-of-
way.
b. If the project right-of-way is Federally funded and if the actual construction is not undertaken by the close
of the twentieth fiscal year following the fiscal year in which the Federal funds were authorized, the
Recipient shall repay the sum or sums of Federal funds in the right-of-way to the Department.
7. Letting the Project.
a. The project plans, specifications, and project cost estimate (PS&E) shall be prepared and certified by a
Professional Engineer licensed in the State of Iowa. The Recipient shall submit the plans, specifications,
and other contract documents to the Department for review and approval to let the project.
b. The project shall be constructed under the Department's Standard Specifications for Highway and Bridge
Construction. Prior to their use in the PS&E, specifications developed by the Recipient for individual
construction items shall be approved by the Department.
c. The Recipient shall forward a completed Project Development Certification (Form 730002) and final
PS&E to the Department. As a condition for the Department to let the project, 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 26.12.
d. If the project is to be accomplished via a contract awarded by competitive bidding, the project will be let
by the Department in accordance with its normal letting procedures. After bids are received and
reviewed, the Department will furnish the Recipient with a tabulation of responsive bids.
e. When let by the Department, the Department will prepare an Iowa DOT Staff Action identifying the lowest
responsive bidder. The Department will mail three originals of the unexecuted contract to the Recipient.
f. The Recipient shall take action to award a contract to the lowest responsive bidder or reject all bids.
Following award of a contract, the Recipient shall forward to the Department two copies of the fully
executed contract, two copies of the performance bond, and two copies of the certificate of insurance.
8. Construction.
a. Traffic control devices, signing, or pavement markings installed within the limits of this project shall
conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 761 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.
b. If Federal funding is requested for force account construction, the Recipient will follow the procedure
outlined by the Department.
c. The Recipient shall comply with the procedures and responsibilities for materials testing according to
Department's Material I.M.s. The Department will bill the Recipient for testing services according to its
normal policy. The Recipient should use the Department's Construction Manual as a guide for
conducting other construction inspection activities.
EXHIBIT 1
Page 4 -
9. Payments.
a. After costs have been incurred, 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 paid in full and completed in substantial
compliance with the terms of this agreement.
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 the Recipient has been
overpaid, the Recipient shall reimburse the overpaid amount to the Department. After the final audit or
review is complete and after the Recipient has provided all required paperwork, the Department will
release the Federal or State funds withheld.
c. The total funds collected by the Recipient for this project shall not exceed the total project costs. The
total funds collected shall include any Federal or State funds received, and any special assessments
made by the Recipient (exclusive of any associated interest or penalties), pursuant to Iowa Code Chapter
384 (cities) or Chapter 311 (counties). The total project costs shall include all costs that can be directly
attributed to the project. In the event that the total funds collected by the Recipient does exceed the total
project costs, the Recipient shall either:
1) refund to the assessed property owners the excess special assessments collected (including interest
and penalties associated with the amount of the excess), or
2) refund to the Department all funds collected in excess of the total project costs (including interest and
penalties associated with the amount of the excess) within 60 days of the receipt of any excess funds.
In return, the Department will either credit reimbursement billings to the FHWA or credit the
appropriate State fund account in the amount of refunds received from the Recipient.
10. Project Close-out.
a. Upon completion of the project, a Professional Engineer licensed in the State of Iowa shall certify in
writing to the Department that the project was completed in substantial compliance with the plans and
specifications set out in this agreement. Final reimbursement of Federal funds shall be made only after
the Department accepts the project as complete.
b. The Recipient shall maintain all books, documents, papers, accounting records, reports, and other
evidence pertaining to costs incurred for the project. The Recipient shall also make these materials
available at all reasonable times for inspection by the Department, FHWA, or any authorized
representatives of the Federal Government. Copies of these materials shall be furnished by the Recipient
if requested. Such documents shall be retained for at least 3 years from the date of FHWA approval of
the final amendment /modification to the project in the FHWA's Fiscal Management Information System
(FMIS). Upon receipt of such approval by FHWA, the Department will notify the Recipient of the record
retention date.
The Recipient shall maintain, or cause to be maintained, the completed improvement in a manner
acceptable to the Department and the FHWA.