Loading...
Jackson & Locust Con IDOT AgreeMEMORANDUM June 11, 2002 TO: FROM: SUBJECT: The Honorable Mayor and City Council Members Michael C. Van Milligen, City Manager Iowa Department of Transportation Agreement for Federal Aid on Jackson Street and West Locust Street Resurfacing Public Works Director Mike Koch is proposing an agreement between the City of Dubuque and the Iowa Department of Transportation for the financial assistance relating to the resurfacing of Jackson Street from 22nd to 30th Streets and West Locust Street from 17th Street to Clarke Drive. In addition to the resurfacing of these areas, this project will also provide for the repair of the deteriorated catch basins, milling of the roadway, and replacement of the curb and gutter. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Mike Koch, Public Works Director Pauline Joyce, Administrative Services Manager © © TO: FROM: SUBJECT: CITY OF DUBUQUE, IOWA MEMORANDUM June 10, 2002 Michael C. Van Milligen, City Manager Michael A. Koch, Public Works Director Iowa Department of Transportation Agreement for Federal Aid on Jackson Street and West Locust Street Resurfacing INTRODUCTION Enclosed is a proposed agreement between the City of Dubuque and the Iowa Department of Transportation (IDOT) for financial assistance relating to the resurfacing of Jackson Street from 22nd to 30th Street and West Locust Street from 17th to Clarke Drive. DISCUSSION This project provides for the resurfacing of Jackson and West Locust Streets as well as the: repair of the deteriorated catch basins; milling of the roadway; and replacement of the curb and gutter. Jackson and West Locust Streets are part of the Calendar Year 2002 Street Program. The project will be funded by 80% Federal STP funds, with the City paying the remaining 20%. RECOMMENDATION I would recommend that the City Counbil approve the proposed agreement between the City of Dubuque and IDOT for the resurfacing of Jackson Street from 22nd to 30th Street and West Locust Street from 17th to Clarke Drive. ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution authorizing the Mayor to execute two copies of the agreement. MAK/vjd Prepared by Michael Felderman, Civil Engineer cc: Pauline Joyce, Administrative Services Manager Michael Felderman, Civil Engineer RESOLUTION NO. 306-02 RESOLUTION APPROVING THE AGREEMENT BETWEEN THE CITY OF DUBUQUE AND THE IOWA DEPARTMENT OF TRANSPORTATION FOR THE JACKSON STREET AND WEST LOCUST STREET RESURFACING Whereas, the City and the Iowa Department of Transportation propose to finance the resurfacing of Jackson Street from 22nd to 30th Street and West Locust Street from 17th to Clarke Drive; and Whereas, the Iowa Department of Transportation has prepared a cooperative agreement between the City of Dubuque and the Iowa Department of Transportation for Federal STP funding on the improvements of Jackson Street and West Locust Street. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That the agreement between the City of Dubuque and the Iowa Department of Transportation for the Jackson Street and West Locust Street be approved. Section 2. That the Mayor be authorized and directed to execute two copies of the agreement between the City of Dubuque and the Iowa Department of Transportation. 2002. Passed, adopted and approved this 17th day of June, 2002. Attest: , '~ Jeanne F. Schneider, CMC, City Clerk Terrance M. Duggan, Mayor Iowa Department of Transportation District 6 Office 430 Sixteenth Avenue SW P,O. Box 3150 Cedar Rapids, IA 52406-3150 May 29, 2002 319-364-0235 FAX: 319-364-9614 Roger. Walton~dot.state.ia us Ref: STP-U-2100(626)--70-31 Dubuque County City of Dubuque Agreement 6-02-STPU-29 Michael Felderman, P.E. Engineering Division 50 West 13th Street Dubuque, IA 52001-4864 SUBJECT: Agreement for Jackson/Locust Street Resurfacing Dear Mike: I have attached 'two (2) coptes of an agreement between the City of Dubuque and the Iowa Department of Transportation for the above referenced project. The project invblves resurfacing portions of Locust Street and Jackson Street in Dubuque. Please secure the necessary approvals and signatures of your City Council and return both signed cop~es of the agreement to this office for further processing. After I receive the signed cop~es of the agreement, I will sign the agreement, and I will have the fully executed agreement returned to your office. You and/or any engineer involved with the project should carefully review both the exhibit sections that pertain to project right of way acquisition and the agreement paragraph pertaining to the amount of federal funds. If you have any questions concerning this agreement, please contact me at the above listed phone number. Very truly yours, Roger R. Walton, P.E. District Local Systems Engineer RRW/jh Attachment January200t IOWA DEPARTMENT OF TRANSPORTATION AGREEMENT FOR FEDERAL-AID SURFACE TRANSPORTATION PROGRAM (STP) PROJECT RECIPIENT: City of Dubuque PROJECT NO.: STP-U-2100(626)--70-31 IOWA DOT AGREEMENT NO.: 6-02-STPU-29 This is an agreement between the City of Dubuque, Iowa (hereinalker referred to as the RECIPIENT) and the Iowa Department of Transportation (hereinafter referred to as the DEPARTMENT). Iowa Code Sections 306A 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 RECIPIENT proposes a Surface Transportation Program (STP) project for funding under Sec. 133 (b) of Title 23, United States Code. The Transportation Equity Act for the 21st Century (TEA-21), enacted in 1998, reestablished the Surface Transportation Program (STP). Federal regulations provide that the STP funds are to be administered by the DEPARTMENT. The OMB (Office of Management and Budget) Circular A-133 requires the RECIPIENT to report the CFDA (Catalog of Federal Domestic Assistance) number and title on ail Federal- Aid Projects. The RECIPIENT will use CFDA #20.205 and title, "Highway Planning and Construction" for this project. This information should be reported in "The Schedule of Expenditures of Federal Awards". Pursuant to the terms of this agreement, applicable statutes, administrative roles, and Programming by the Department and the East Central Intergovernmental Association, the DEPARTMENT agrees to provide STP funding to the RECIPIENT for the authorized and approved costs for eligible items associated with said improvements. In consideration of the foregoing and the mutual promises contained in this agreement, the parties agree as follows: The RECIPIENT shall be the lead local governmental agency for carrying out the previsions of this agreement. All notices required under this agreement shall be made ~n writing to the DEPARTMENT and the RECIPIENT's contact person. The DEPARTMENT's contact person shall he the District 6 Local Systems Engineer. The RECIPIENTs contact person shall be the Public Works Director. Agreement No.: 6-02-STPU-29 Page 2 The RECIPIENT shall be responsible for the development and completion of the following described STP project: HMA Resurfacin~ on Jackson Street from E. 22nd Street to 30th Street and LocusI Street from W. 17 Street to Clarke Drive in Dubuque. The RECIPIENT shall receive reimbursement of Federal STP funds for authorized and approved project costs o£ eligible items. The portion of the eligible project costs paid by Federal STP funds shall be limited to a max~mmn of either 80 percent of eligible costs or the amount stipulated in the East Central Intergovernmental Association current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. This agreement will become null and void if ti3e project described i_n Section 3. drops out of the East Central Intergovernmental Association current TIP or the approved cun'ent STIP prior to obligation of Federal funds. 6. The .attached EXHIBIT 1 will apply and is hereby made a parr of this agreement. Agreement No.: 6-02-STPU-29 Page 3 IN WITNESS %~-IEREOF, each of the parties hereto has executed this Agreement Number 6~02-STPU-29 as of the date shown opposite its signature below. RECIPIENT: City of Dubuque By Title Date I, , certify that I am the Clerk of the CITY, and that ., 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 Date City Clerk of Dubuque, Iowa IOWA DEPARTMENT OF TRANSPORTATION Highway Division By_ Date Roger R. Walton, P.E. Local Systems Engineer District 6 July 1999 EXHIBIT 1 Standard Provisions for Federal-Aid Project Agreement Since this project is to be financed with local and Federal funds, the RECIPIENT shall take the necessary actions to comply with applicable State and Federal laws and regulations. In all programs and activities of Federal-aid recipients, subrecipienrs, and contractors, no person in the United States shall be excluded from participation in, be denied the benefits of. or be otherwise subjected to discrimination on the grounds of race. color, national origin, sex, age or handicap/disability. The DEPARTMENT will determine a Disadvantage Business Enterprise (DBE) Commitment on all Federal~aid projects. The RECIPIENT shall take the appropriate actions and prepare the necessary documents to fulfill the requirements of the DEPARTMENT's Action Plan for project enwronmentaI studies including historical/cultural reviews and location/design approval. 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). The RECIPIENT shall obtain agreemems, as needed, from railroad and utility companies and shall obtain project permits and approvals, when necessary, from the Iowa Departmem of Cultural Affairs (State Historical Society of Iowa; State Historic Preservation Officer), Iowa Deparrmem of Natural Resources, U.S. Coast Guard, U.S. Army Corps of Engineers and the DEPARTMENT, etc. The project plans, specifications and project cost estimate (PS&E) shall be prepared and certified by a professional engineer licensed to practice in the State of towa. The RECIPIENT shall submit the plans, specifications and other contract documents to the DEPARTMENT for review and authorization to let the project. If Federal-aid is requested for in-house engineering services, the RECIPIENT will follow the procedure outlined by the DEPARTMENT. The RECIPIENT, desiring to claim indirect costs under Federal awards, must prepare an indirect cost rate proposal and related documentation in accordance with the requirements of Office of Management and Budget (OMB) Circular A-87 - Cost Principles for State. Local, and Indian Tribal Governments. Reimbursement eligibility requires an indirect cost rate proposal to be certified by the governmental unit designated cognizant agency or the Federal agency providing the largest amount of Federal funds to the governmental unit. If Federal-aid is requested for preliminary and/or construction engineering costs, the RECIPIENT wilI select a consultant(s) ~n accordance with the DEPARTMENT's consultant selection process. EXHIBIT 1 -2- The RECIPIENT and the Consultant shall prepare a consultant contract for engineering services in accordance with Title 23, Code of Federal Regulations, Part 172 - Administration of Negotiated Contracts (23 CFR 172). This is required only if the RECIPIENT uses federal funds for engineering services. After the contents of the consultant contract have been mutually approved, the RECIPIENT shall execute the contract and forward the same to the DEPARTMENT for authorization only if federal funds are used for engineering services. If preliminary engineering is federally funded, if the "do nothing" altemare 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 tn which the Federal-Aid Project agreement is executed, the RECIPIENT will repay to the DEPARTMENT an amount equal to the amount of Federal funds made available for such engineering. 10. The RECIPIENT shall acquire the project right-of-way, whether by lease, easement or fee title and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in the DEPARTMENT's Right of Way Manual. The RECIPIENT shall contact the DEPARTMENT for assistance, as necessary, to ensure compliance with the required procedures, even if no federal funds in Right of Way purchase are involved. The RECIPIENT will need to get environmental concurrence before acquiring any needed right-of-way. With prior approval, hardship and protective buying is possible. If the RECIPIENT requests Federal-aid participation for right-of-way acquisition, the RECIPIENT will need to get environmental concurrence and Federal Highway Administration's (FHWA) authorization before purchasing any needed right-of-way. 11. The RECIPIENT shall comply with the Policy for Accommodating Utilities on City and County Federal-aid Highways Right of Way and the Policy for Accommodating Utilities on 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-aid reimbursement in accordance with the FHWA rules applicable to the type o£utility involved and Iowa Code Chapter 306A. 12. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 76] Iowa Administrative Code (IAC) Chapter 130. The safety of the general public shall be assured through the use of proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as necessary. 13. The RECIPIENT shall forward a Federal-aid Project Development Certification and final PS&E to the DEPARTMENT. Following FHWA's authorization, the DEPARTMENT will advertise the projects for letting and furnish the RECIPIENT with a sample letting package. The RECIPIENT shall comply with the public hearing requirements of the Iowa Code Section 384.102. EXHIBIT ] -3- 14. 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 received. 15. When [et by the DEPARTMENT, the DEPARTMENT will prepare an Iowa DOT Staff Action for concurrence to award the contract. The DEPARTMENT will mail three (3) originals of the unexecuted contract(s) to the RECIPIENT. 16. The RECIPIENT shall take action to award the contract or reject all bids. Following award of contract and signature by the lowest responsive bidder, the RECIPIENT shali forward to the DEPARTMENT two (2) copies of the fully executed contract, two (2) cop~es of the performance bond, and two (2) cop~es of the certificate of insurance. 17. If Federal-aid is requested for force account construction, the RECIPIENT will follow the procedure outlined by the DEPARTMENT. 18. The DEPARTMENT will prepare the Federal-aid Project Agreement and submit it for Federal Highway Administration (FHWA) approval and obligation of Federal-aid funds. t9. The RECIPIENT shall comply with the procedures and responsibilities for materials testing and construction inspection according to Department's Instructional Memorandums (I.M.'s). The DEPARTMENT will bill the RECIPIENT for testing services according to its normal policy. 20. The project shall be constructed under the DEPARTMENT's Standard Specifications and applicable special provisions. Prior to their use ~n the PS&E, specifications developed by the RECIPIENT for individual construction items shall be approved by the DEPARTMENT. 2l. If the project right-of-way is federally funded and if the actual construction is not undertaken by the close of the twentieth fiscal year following the fiscal year in which the Federal-Aid Project agreement is executed, the RECIPIENT will repay the sum or sums of Federal funds in the right of way to the DEPARTMENT. 22. The RECIPIENT may submit to the DEPARTMENT periodic itemized claims for reimbursement for eligible project costs. Reimbursement claims shall include certification that all eligible project costs, for which reimbursement is requested, have been completed in substantial compliance with the terms of this agreement. 23. The DEPARTMENT shall reimburse the RECIPIENT for properly documented and certified claims for eligible project costs, either by state warrant, or by crediting other accounts from which payment may have been initially made. If, upon audits of contracts, the DEPARTMENT determines the RECIPIENT is overpaid, the RECIPIENT shall reimbume the overpaid amount to the DEPARTMENT. EXHIBIT I -4- 24. Upon completion of the project described in this agreement, a professional engifieer licensed to practice in the State of Io~va shall certify tn 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. 25. 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 such materials available at all reasonable times during the construction period and for three years from the date of final Federal reimbursement, for inspection by the DEPARTMENT, FHWA, or any authorized representatives of the Federal Government. Copies of said materials shall be furnished by the RECIPIENT if requested. 26. The RECIPIENT agrees ro 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. 27. The RECIPIENT shall maintain, or cause to be maintained., the completed improvement in a manner acceptable to the DEPARTMENT and the FHWA. 28. Implementation of Clean Air Act and Federal Water Pollution Control Act (Applicable to Contracts and Subcontracts which exceed $100,000): ao The RECIPIENT stipulates that any facility to be utilized in performance under or to benefit from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities or is under consideration to be listed. This is issued pursuant to the requirements of the Clean Air Act, as amended, and the Federal Water Pollution Control Act, as amended. The RECIPIENT agrees to comply with all of the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act, and all regulations and guidelines issued thereunder. 29. If any part of this agreement is found to be void and unenforceable, the remaining provisions of this agreement shall remain in effect. 30. It is the intent of both parties that no third party beneficiaries be created by this agreement. EXHIBIT 1 -5- 31. If the RECIPIENT elects to levy special assessments as a means of raising the local share of the total project costs, the RECIPIENT shall reimburse the DEPARTMENT in the amount that payments of Federal-aid and collections of special assessments, excluding interest and penalties, exceed the total cost of the public improvement as established by the provisions of Iowa Code Chapter 384. The RECIPIENT agrees that at such time as its collections (exclusive of interest and penalties which shall be retained by the RECIPIENT3 from special assessments levied for this project exceed the local share of total projects costs, the RECIPIENT shalI 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 sixty (60) days of the receipt of any special assessment payments. The RECIPIENT shall notify the DEPARTMENT when any lands specially assessed no longer qualify for an agricultural deferment of the special assessment have been satisfied. The DEPARTMENT shall credit reimbursement billings to the FHWA in the amount of refunds received from the RECIPIENT. 32. This agreement shall be executed and delivered in two or more copies, each of which so executed and delivered shall be deemed to be an original and shall constitute but one and the same instrument. 33. This agreement, as set forth in items 1 through 6 and EXHIBIT 1 paragraphs 1 through 33 herein, constitutes the entire agreement between the DEPARTMENT and the RECIPIENT concerning this project. Representations made before the signing of this agreement are not binding, and neither party has relied upon conflicting representations in entering into this agreement. Any change or alteration to the terms of this agreement must be made in the form of an addendum to this agreement. Said addendum shall become effective only upon written approval of the DEPARTMENT and the RECIPIENT.