Loading...
IDOT Funding Agreement SW Arterial Design Pave 4 Lanes Copyrighted March 19, 2018 City of Dubuque Consent Items # 15. ITEM TITLE: IDOT Funding Agreement SW Arterial Design Pave 4- Lanes SUMMARY: City Manager recommending approval for the Mayor to execute a Cooperative Funding Agreement with the lowa Department of Transportation to assist with partial funding to complete the final engineering design for the remaining 4-lane construction of the Southwest Arterial Project. RESOLUTION Approving the Cooperative Funding Agreement (Agreement No. 2018-16-119) between the City of Dubuque and lowa Department of Transportation for the Southwest Arterial - Final Design 4-Lane Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type SW Arterial Cooperative Funding Agreement-NNM City Manager Memo Memo Staff Memo Staff Memo Resolution Resolutions IDOTAgreement Supporting Documentation THE CTTY OF Dubuque �" ui���eNe�ary DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial Project Cooperative Funding Agreement — Final Design 4-Lane lowa DOT Project No. STP-U-2100 (634)-70-31 lowa DOT Agreement No. 2018-16-119 DATE: March 12, 2018 Assistant City Engineer Bob Schiesl recommends City Council approval for the Mayor to execute a Cooperative Funding Agreement with the lowa Department of Transportation to assist with partial funding to complete the final engineering design for the remaining 4-lane construction of the Southwest Arterial Project. In effort to keep the project development on schedule while preparing to incorporate the remaining 4-lane construction phases should the additional funding be approved in the upcoming lowa DOT's 5-Year Transportation Improvement Program; both the City and the lowa DOT have agreed that AECOM should immediately proceed with completing the final engineering design for the remaining 2 bridges and the remaining 2-lane paving. In continuing the strong collaborative partnership between the lowa Department of Transportation (lowa DOT), DMATS, Dubuque County and the City of Dubuque, in June 2017, Mayor Buol presented before the lowa DOT Commissioners to provide an update on the continued development and advancement that is occurring on the Southwest Arterial project. Specific emphasis was made to encourage commissioners to consider allocating the additional $16.1 million dollars to complete the remaining 4-lane construction, the potential cost savings that could be realized now, while seizing the opportunity and capitalizing on the investment that is currently underway. With both the City and lowa DOT agreeing to allocate funding now to complete final engineering design, this will allow the remaining 2 bridges and the remaining 2-lane paving to be designed over the next 12 months. The lowa DOT has committed Primary Road Funds ($400,000) to assist with partial funding for final engineering design costs to complete the 4-lane construction plans. The funding agreement outlines the scope of services to reflect the remaining anticipated level of effort required to complete the final engineering design for the 4-lane construction of the Southwest Arterial Project. I concur with the recommendation and respectfully request Mayor and City Council approval. ���.1.lL�'t't*'1 �t.v,����, Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Teri Goodmann, Assistant City Manager Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Robert Schiesl, Assistant City Engineer 2 THE CTTY OF Dubuque �" ui���rie�qry DUB E 'il��i;' Masterpiece on the Mississippi Z°°' Z°'Z 2013 2017 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer RE: Southwest Arterial Project Cooperative Funding Agreement - Final Design 4-Lane lowa DOT Project No. STP-U-2100 (634)--70-31 lowa DOT Agreement No. 2018-16-119 DATE: March 12, 2018 INTRODUCTION The enclosed resolution authorizes the Mayor to execute a Cooperative Funding Agreement with the lowa Department of Transportation (lowa DOT) to assist with partial funding to complete the final engineering design for the remaining 4-lane construction of the Southwest Arterial Project. BACKGROUND In effort to keep the project development on schedule while preparing to incorporate the remaining 4-lane construction phases should the additional funding be approved in the upcoming lowa DOT's 5-Year Transportation Improvement Program; both the City and the lowa DOT have agreed that AECOM should immediately proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2-lane paving. On December 18, 2017, the City Council approved (Res. 402-17) and authorized the Consultant Professional Services - Supplemental Agreement No. 19 with AECOM to perform final engineering design to complete the 4-lane construction of the Southwest Arterial Project. On December 22, 2017, AECOM was issued a notice to proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2-lane paving. DISCUSSION In continuing the strong collaborative partnership between the lowa Department of Transportation (lowa DOT), DMATS, Dubuque County and the City of Dubuque, in June 2017, Mayor Buol presented before the lowa DOT Commissioners to provide an update on the continued development and advancement that is occurring on the Southwest Arterial project. Specific emphasis was made to encourage commissioners to consider allocating the additional $16.1 million dollars to complete the remaining 4-lane construction, the potential cost savings that could be realized now, while seizing the opportunity and capitalizing on the investment that is currently underway. Remaining Construction Estimated Cost Funding Anticipated Year Bid Lettin Bridge at Middle Interchange $ 2.1 Million FY 19 Sept / Oct 2018 EB Bridge over Catfish Creek $ 4.9 Million FY 19 Sept / Oct 2018 Pave Remaining EB 2-Lanes $ 9.1 Million FY 19 December 2018 Total Estimated Cost: $ 16.1 Million The lowa DOT already has $28.1 million programmed for 7 bridge projects that will be under construction in 2018. With allocating an additional $7 million dollars in FY19 to construct the remaining 2 bridges, contractor efficiencies will be realized with seven (7) other bridges under construction within the corridor, thus correlating to very competitive bids and potential cost savings. The lowa DOT already has $29.7 million dollars programmed in FY19 to begin highway paving. With allocating an additional $9.1 million dollars in FY19 to construct the remaining east bound 2-lane highway paving, contractor efficiencies will be realized with combining all 4-Lane paving projects together, thus correlating to very competitive bids and potential cost savings. FUNDING AGREEMENT With both the City and lowa DOT agreeing to allocate funding now to complete final engineering design, this will allow the remaining 2 bridges and the remaining 2-lane paving to be designed over the next 12 months. The lowa DOT has committed Primary Road Funds ($400,000) to assist with partial funding for final engineering design costs to complete the 4-lane construction plans. The funding agreement outlines the scope of services to reflect the remaining anticipated level of effort required to complete the final engineering design for the 4-lane construction of the Southwest Arterial Project, which is summarized as follows; • Design middle interchange between North Cascade Road and English Mill Road. • Design bridge over the Southwest Arterial for the North Cascade Road and English Mill Road interchange. • Prepare grading plans for the middle interchange North Cascade Road connector. • Prepare grading plans for the middle interchange English Mill Road connector. • Design Eastbound bridge over Catfish Creek • Four-lane median barrier and drainage system between Catfish Creek and U.S. 151/61 . • Modify Southwest Arterial paving project from U.S. 20 Interchange to Catfish Creek to include adding the eastbound lanes which will result in a complete four-lane project. • Modify Southwest Arterial paving project from Catfish Creek to Olde Davenport Road to include adding the eastbound lanes which will result in a complete four-lane project. RECOMMENDATION I recommend that the City Council authorize the Mayor to execute the Cooperative Funding Agreement with the lowa DOT to assist with partial funding to complete the final engineering design for the 4-lane construction of the Southwest Arterial Project. BUDGETIMPACT The estimated professional services fee for AECOM to complete the final engineering design for the remaining (2) bridges and the remaining 2-lane paving is as follows: Description Amount AECOM (SA No. 19) Remaining 4-Lane Engineering Design Costs $ 1 ,177,580 Additional Project Cost 1.177.580 The project funding summary is as follows: CIP Fundinq Source Amount 3001287 City - DMATS STBG Funds $ 777,580 3001287 lowa DOT - Primary Road Funds 400,000 Project Funding 1.177.580 The City has allocated DMATS Federal STBG Funds and the lowa DOT has committed Primary Road Funds towards the final engineering design costs to complete the 4-lane construction plans. The state Primary Road Funds will also provide the required federal match thus eliminating the need for a City or Dubuque County local match. ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute the Cooperative Funding Agreement (lowa DOT Agreement No. 2018-16-119) with the lowa Department of Transportation to assist with partial funding to complete the final engineering design for the remaining 4-lane construction of the Southwest Arterial Project through adoption of the enclosed resolution. cc: Jenny Larson, Alexis Steger, Budget Office Jim Schnoebelen, Ken Yanna, Kent Ellis, lowa DOT F:\PROJECTS\SOUTHWEST ARTERIAL\CONTRACT-AECOM FE\FUNDING AGREEMENT—FINAL DESIGN 4-Lane RESOLUTION NO. 63-18 RESOLUTION APPROVING THE COOPERATIVE FUNDING AGREEMENT (AGREEMENT NO. 2018-16-119) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - FINAL DESIGN 4 -LANE PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, in effort to keep the project development on schedule while preparing to incorporate the remaining 4 -lane construction phases should the additional funding be approved in the upcoming Iowa DOT's 5 -Year Transportation Improvement Program; both the City and the Iowa DOT have agreed that AECOM should immediately proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2 -lane paving; and WHEREAS, on'December 18, 2017, the City Council approved (Resolution 402- 17) and authorized the Consultant Professional Services - Supplemental Agreement No. 19 with AECOM to perform final engineering design to complete the 4 -lane construction of the Southwest Arterial Project; and WHEREAS, on December 22, 2017, AECOM was issued a notice to proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2 -lane paving; and WHEREAS, with both the City and Iowa DOT agreeing to allocate funding now to complete final engineering design, this will allow the remaining 2 bridges and the remaining 2 -lane paving to be designed over the next 12 months; and WHEREAS, the Iowa DOT has committed Primary Road Funds ($400,000) to assist with partial funding for final engineering design costs to complete the 4 -lane construction plans; and WHEREAS, the anticipated funding for the project summary is as follows: ACIP No Fund Source Descnption mount�� 3001287 City - DMATS STBG Funds $ 777,580 3001287 Iowa DOT - Primary Roads Funds 400,000 Total Project Funding $ 1,177,580 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on completing the final engineering design for the remaining 4 -lane construction of the Southwest Arterial Project. SECTION 2. Whereas, the City of Dubuque hereby agrees to allocate DMATS STBG Funds for completing the 4 -lane final engineering design. SECTION 3. Whereas, the Iowa Department of Transportation hereby agrees to allocate State Primary Roads Funds for completing the 4 -lane final engineering design. SECTION 4. The Mayor is hereby authorized to execute the Cooperative Funding Agreement (Agreement No. 2018-16-119), between the City of Dubuque and the Iowa Department of Transportation to assist with partial funding to complete the 'final engineering design for the remaining 4 -lane construction of the Southwest Arterial Project. Passed, approved and adopted this 19th day of March, 2018. Attest: Kevi�S. Firnsta hl, CM; City Clerk Roy D. Buol, Mayor F:\PROJECTSISOUTHWEST ARTERIAL\CONTRACT - AECOM FE\FUNDING AGREEMENT - FINAL DESIGN 4 -LANE DOT SMARTER 1 SIMPLER I CUSTOMER DRIVEN March 23, 2018 www.iowadot.gov District 6 Office 1 Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 1 Fax (319) 364-9614 1 Email: jim.schnoebelen@iowadot.us Attn: Kevin Firnstahl, Clerk of Court Roy D. Buol, Mayor of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSX-032-1(10)--3H-31 (PE) STP -U-2100(634)--70-31 City of Dubuque Dubuque County Agreement 2018-16-119 Staff Action No. S-201-0599 SUBJECT: Agreement 2018-16-119 FULLY EXECUTED (Southwest Arterial from US 61/US 151 to US 20 in Dubuque, pave four lanes) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2018-16-119 between the city of Dubuque and the Iowa Department of Transportation for the above referenced project. The project involves: Southwest Arterial from US 61/US 151 to US 20 in Dubuque, pave four lanes. Thank you for your cooperation in the processing of this agreement. Sincerely, Rid2,4a, James. R. Schnoebelen, P. E. District 6 Engineer JRS/hmb Enclosure: Agreement 2018-16-119 February 2017 IOWA DEPARTMENT OF TRANSPORTATION Cooperative Agreement For Primary Road Project County City Project No. Iowa DOT Agreement No. Staff Action No. Dubuque Dubuque NHSX-032-1(10)--3H-31 (PE) STP -U-2100(634)--70-31 2018-16-119 S-201-0599 This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The LPA proposes to establish or make improvements to Iowa 32/Southwest Arterial within Dubuque County, Iowa; and The LPA and the DOT are willing to jointly participate in said project, in the manner hereinafter provided; and The LPA and the DOT previously entered into the following agreement(s) for the above referenced project: • Agreement No. 2013-16-262 for relocation of U.S. 52 and transfer of jurisdiction of a portion of existing U.S. 52 was executed by the DOT and LPA on August 9, 2013 and August 9, 2013 respectively; • Agreement No. 2009-E-275 for funding for the Southwest Arterial from U.S. 20 to U.S. 61/U.S. 151 was executed by the DOT and LPA on Apr1122, 2010 and April 19, 2010 respectively; • Agreement 6-03-STPU-43 for Surface Transportation Program funding was executed by the DOT and LPA on July 8, 2004 and July 6, 2004, respectively; and The LPA has received Federal funding through the Surface Transportation Block Grant Program (STBG). STBG funds are 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). This Agreement reflects the current concept of this project which is subject to modification 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. Ali notices required under this agreement shall be made in writing to the DOT's and/or the LPA's contact person. The DOTs contact person shall be the Kenneth A. Yanna, P.E., Assistant District Engineer. The LPA's contact person shall be Robert Schiesl, P.E., Assistant City Engineer. c. The LPA shall be responsible for the final design of the following described primary highway project: Southwest Arterial from U.S. 61/U.S. 151 to U.S, 20 in Dubuque, pave four lanes. 2018-16-118 Dubuque 1 February 2017 The major elements of the "pave four lanes" project include: o New diamond interchange ramps west of N Cascade Road o Removal of temporary at -grade connection grading west of N Cascade Road o and replacement with new road to overpass the SW Arterial o New bridge over the SW Arterial for the N Cascade Road/English Mill Road Interchange o Eastbound bridge over Catfish Creek o Median barrier and drainage system between Catfish Creek and U.S. 61/151 o Removal of grading transitions designed at both ends of the project and replacement with four -lane connections o Paving of eastbound lanes between U.S. 20 and U.S. 61/151 d. The LPA shall provide delivery of the pave four lanes project to meet the programming objective for letting the two-lane paving project in the December 2018 construction bid letting. The structures components of the pave four lanes project are to be delivered to meet a construction bid letting by October 2018. e. The LPA shall comply with the Federal -aid provisions contained in Exhibit A which is attached hereto and by this reference is incorporated into this agreement. The LPA is referred to as the Recipient on Exhibit A. 2. Project Costs a. The LPA shall receive reimbursement for costs of authorized and approved eligible project activities from STBG funds. The portion of the project costs reimbursed with STBG funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other Federal funds) or the amount stipulated in the Dubuque Metropolitan Area Transportation Study (DMATS) current Transportation Improvement Program (TIP) and approved in the current Statewide Transportation Improvement Program (STIP), whichever is less. 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. b. The LPA shall spend down Federal Aid funds authorized for Preliminary Engineering through Supplemental Agreement No. 19 as a first priority toward eligible incurred costs for preliminary engineering. c. The DOT will provide the LPA up to $400,000 of Primary Road funds (Outside Services) to be used toward costs for the LPA administered consultant design of the four lane paving concept of the Southwest Arterial. The DOT funding contribution is a maximum amount and is reimbursable based as a last (gap) priority funding level for eligible incurred design costs in Supplemental Agreement No. 19. The Primary Road funds will be reimbursed at a 100% ratio of eligible costs. The LPA is responsible for all other project costs which are not reimbursable with or paid for by the Primary Road funds specified above. d. The LPA will bear all costs except those allocated to the DOT under other terms of this Agreement. 3. Environmental, Right -of -Way, Permits and Other Requirements a. The LPA shall be responsible for obtaining any necessary permits from the DOT, such as the Work Within the Right -of -Way Permit, Access Connection/Entrance Permit, Utility Accommodation Permit, Application for Approval of a Traffic Control Device, or other construction permits required for the project prior to the start of construction. Neither the approval of funding nor the signing of this 2018-16-119...Dubuque 2 February 2017 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, or other State or Federal agencies as may be required. c. If tight -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 Office of Right-of-way for review and approval prior to the commencement of any acquisition. d. Additionally, the portions right-of-way acquired for improvements to the Primary Road System shall be acquired in the name of the State of Iowa. The LPA will properly close the sale of each parcel and shall furnish the DOT copies of all completed contracts, deeds, conveyances and condemnation documents (for state right of way). e. if there is a railroad crossing within or near the project work area, the LPA shall obtain the necessary approvals or agreements from the railroad to allow the proposed work to be completed on or around the railroad crossing and / or right-of-way. f. If the project requires utility relocations, subject to the approval of and without expense to the DOT, the LPA agrees to perform or cause to be performed all relocations, alterations, adjustments or removals of existing utility facilities, including but not limited to power, telephone lines, fiber optics lines, natural gas pipelines, water mains and hydrants, curb boxes, utility accesses, storm water intakes, sanitary sewers, and related poles, installations and appurtenances, whether privately or publicly owned, and all parking meters, traffic signals and other facilities or obstructions which are located within the limits of an established street or alley and which will interfere with construction of the project and the clear zone. All utility relocations shall be accomplished in accordance with the DOT's Utility Accommodation Policy, as set forth in 761 Iowa Administrative Code, Chapter 115. g. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. 4. Project Design a. The LPA or its consultant shall be responsible for the design of all proposed improvements. b. The project plans, specifications and engineer's cost estimate shall be prepared and certified by a Professional Engineer licensed to practice in the State of Iowa. c. All proposed highway or street improvements shall be designed using good engineering judgment and the American Association of State Highway and Transportation Officials (AASHTO) "Policy on Geometric Design of Highways and Streets", (latest edition). d. The project design shall comply with the "Manual on Uniform Traffic Control Devices for Streets and Highways", by the Federal Highway Administration, as adopted by DOT, as per 761 Iowa Administrative Code, Chapter 130. 2018-16-119_Dubuque 3 February 2017 5. Payments and Reimbursements a. The LPA shall be responsible for making initial payments to the consultants) and contractor(s) for all project costs incurred in the development of the project. After payments have been made, the LPA may submit to the DOT periodic itemized claims for reimbursement for eligible project activities. Reimbursement claims shall include certification by a Professional Engineer licensed to practice in the State of Iowa that all eligible project activities for which reimbursement is requested have been paid in full and completed in substantial compliance with the terms of this agreement. b. The DOT shall reimburse the LPA for properly documented and certified claims for eligible project activity costs. The DOT may withhold up to 5% of the Federal and / or State share of 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 will 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. 6. 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 will be in accordance with generally accepted accounting principles and procedures. Documentation shall be made available for inspection and audit by authorized representatives of the DOT and / or the Federal Highway Administration (FHWA), or their designees at all reasonable times. The LPA shall provide copies of said records and documents to the DOT upon request. The LPA shall also require its contractors to permit authorized representatives of the DOT and / or the FHWA to inspect all work materials, records, and any other data with regard to agreement related costs, revenues and operating sources. Such documents shall be retained for at least 3 years from the date of FHWA approval of the final amendment / modification to the project in the FHWA's Fiscal Management Information System (FMIS). Upon receipt of such approval by FHWA, the DOT will notify the LPA of the record retention date. b. In accordance with Title VI of the Civil Rights Acts of 1964 and Iowa Code Chapter 216 and associated subsequent nondiscrimination laws, regulations and executive orders, the LPA shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability. c. The LPA agrees to indemnify, defend and hold the DOT 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 DOT's application review and approval process, plan and construction reviews, and funding participation. d. If any part of this agreement is found to be void and unenforceable then the remaining provisions of this agreement shall remain in effect. e. This agreement is not assignable without the prior written consent of the DOT. 2018-16-119_Oubuque 4 February 2017 f. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. g. 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 ten (10) days notice to the other party of their intent to seek arbitration. The written notice must include a precise statement of the disputed question. The DOT and the LPA 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 for arbitration. h. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. 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 will remain in effect except as amended herein. Any subsequent change or modification to the terms of this Agreement will be in the form of a duly executed amendment to this document. 2018-16-119_Dubuque 5 February 2017 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2018-16-119 as of the date shown opposite its signature below. Date March 19 ,2018. I, Kvin S. Firnstahlcertifythat I am the Clerk of the City, and that Roy D. Buol who signed said Agreement for and on behalf of the City was duly authorized to execute the same on the day of March 2018 Signed: City Jerk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION: By: James R. Schnoebelen District Engineer District 6 Date 3/23 , 2018-16-119...Dubuque 6 February 2017 EXHIBIT A General Agreement Provisions for use of Federal Highway Funds on Primary Highways As a condition of receiving Federal Highway funds, the Recipient shall comply with the following additional provisions: 1. 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 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. 2. 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. 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 (LM.$) 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. 4. 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. The Recipient agrees to comply with the requirements outlined in LM. 1.070, Title VI and Nondiscrimination requirements which includes the requirement to provide a copy of the Recipient's Title VI Plan or Agreement and Standard DOT Title VI Assurances to the Department. 5. The Recipient shall comply with the requirements of Title 0 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, and the guidance provided in LM. 1.080, ADA Requirements. When pedestrian facilities are constructed, reconstructed, or altered, the Recipient shall make such facilities compliant with the ADA and Section 504. 6. To the extent allowable by law, 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. 2018-16-119...Dubuque 7 February 2017 7. As required by 2 CFR 200.501 "Audit Requirements", a non -Federal entity expending $750,000 or more in Federal awards in a year shall have a single or program -specific audit conducted for that year in accordance with the provision of that part. Auditee responsibilities are addressed in Subpart F of 2 CFR 200. The Federal funds provided by this agreement shall be reported on the appropriate Schedule of Expenditures of Federal Awards (SEFA) using the Catalog of Federal Domestic Assistance (CFDA) number and title as shown on the first page of this agreement. 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 8. The Recipient shall supply the Department with all information by the Federal Funding Accountability and Transparency act of 2006 and 2 CFR Part 170. 9. The Recipient shall comply with the following Disadvantaged Business Enterprise (DBE) requirements: 1) The Recipient shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any Department -assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of Department -assisted contracts. 2) The Recipient shall comply with the requirements of I.M. 3.710, DBE Guidelines. 3) The Department's DBE program, as required by 49 CFR Part 26 and as approved by the Federal Highway Administration (FHWA), is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Recipient of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). 10. Termination of funds. Notwithstanding anything in this agreement to the contrary, and subject to the limitations set forth below, the Department shall have the right to terminate this agreement without penalty and without any advance notice as a result of any of the following: 1) The Federal government, legislature or governor fail in the sole opinion of the Department to appropriate funds sufficient to allow the Department to either meet its obligations under this agreement or to operate as required and to fulfill its obligations under this agreement; or 2) If funds are de -appropriated, reduced, not allocated, or receipt of funds is delayed, or if any funds or revenues needed by the Department to make any payment hereunder are insufficient or unavailable for any other reason as determined by the Department in its sole discretion; or 3) If the Department's authorization to conduct its business or engage in activities or operations related to the subject matter of this agreement is withdrawn or materially altered or modified. The Department shall provide the Recipient with written notice of termination pursuant to this section. 11. The Recipient shall comply with the Policy for Accommodating Utilities on City and County Federal - aid Highway Right of Way for projects on non -primary Federal -aid highways. For projects connecting to or involving some work inside the right-of-way for a primary highway, the Recipient shall follow the Department's Policy for Accommodating Utilities on Primary Road System. Certain utility relocation, alteration, adjustment, or removal costs to the Recipient for the project may be eligible for Federal funding reimbursement. The Recipient should also use the procedures outlined in I.M. 3.640, Utility Accommodation and Coordination, as a guide to coordinating with utilities. 2018-16-119_Dubuque 8 February 2017 12. If the Recipient desires Federal reimbursement for utility 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. 13. If Federal reimbursement will be requested for engineering, construction inspection, right-of-way acquisition or other services provided by employees of the Recipient, the Recipient shall follow the procedures in I.M. 3.310, Federal -aid Participation in In -House Services. 14. 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 2 CFR 200. Before incurring costs for in-house 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. If approved, the approved indirect cost rate shall be incorporated by means of an amendment to this agreement. 15. If the Recipient requests Federal funds for consultant services, the Recipient and the Consultant shall prepare a contract for consultant services in accordance with 23 CFR Part 172. These regulations require a qualifications -based selection process. The Recipient shall follow the procedures for selecting and using consultants outlined in LM. 3.305, Federal -aid Participation in Consultant Costs. 16. if Preliminary Engineering (PE) work is Federally funded, 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. PE includes work that is part of the development of the PS&E for a construction project. This includes environmental studies and documents, preliminary design, and final design up through and including the preparation of bidding documents. PE does not include planning or other activities that are not intended to lead to a construction project. Examples include planning, conceptual, or feasibility studies. 17. 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. These procedures are set forth in LM. 3.105, Concept Statement Instructions; 3.110, Environmental Data Sheet Instructions; 3.112, FHWA Environmental Concurrence Process; and 3.114, Cultural Resource Regulations. 18. If farmland is to be acquired, whether for use as project right-of-way or permanent easement, the Recipient shall follow the procedures in LM. 3.120, Farmland Protection Policy Act Guidelines. 19. The Recipient 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, or other agencies as required. The Recipient shall follow the procedures in I.M. 3.130, 404 Permit Process; 3.140, Storm Water Permits; 3.150, Highway Improvements in the Vicinity of Airports or Heliports; and 3.160, Asbestos Inspection, Removal and Notification Requirements. 20. 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 from this agreement is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities or is under consideration to be listed. 2018-16-119_Dubuque 9 February 2017 21 If the Recipient is responsible for acquisition of the project right-of-way, it shall acquire the project right-of-way, whether 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. 22. 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 amount of Federal funds reimbursed for right-of-way costs to the Department. 23. If Federal funding is requested for construction performed by employees of the Recipient, the Recipient will follow the procedures outlined in LM. 3.810, Federal -aid Construction by Local Agency Forces. 24. The non -Federal share of the project costs may include cash or third party non-cash contributions to the project. If the Recipient desires to use a third party non-cash contribution as credit toward the non -Federal share, the Recipient shall submit a request to the Department for review in accordance with I.M. 3.050, In -Kind Contributions. The Department will have sole authority to determine the value of the Recipient's non-cash contribution for the purposes of this agreement. 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 these materials available at alt 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 closure document. Upon receipt of FHWA approval of the final closure document, the Department will notify the Recipient of the record retention date. 26. 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 do exceed the total project costs, the Recipient shall either: 1) in the case of special assessments, 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. 2018-16-119_Dubuque 10 RESOLUTION NO. 63-18 RESOLUTION APPROVING THE COOPERATIVE FUNDING AGREEMENT (AGREEMENT NO. 2018-16-119) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - FINAL DESIGN 4 -LANE PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, in effort to keep the project development on schedule while preparing to incorporate the remaining 4 -lane construction phases should the additional funding be approved in the upcoming Iowa DOT's 5 -Year Transportation Improvement Program; both the City and the Iowa DOT have agreed that AECOM should immediately proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2 -lane paving; and WHEREAS, on December 18, 2017, the City Council approved (Resolution 402- 17) and authorized the Consultant Professional Services - Supplemental Agreement No. 19 with AECOM to perform final engineering design to complete the 4 -lane construction of the Southwest Arterial Project; and WHEREAS, on December 22, 2017, AECOM was issued a notice to proceed with completing the final engineering design for the remaining (2) bridges and the remaining 2 -lane paving; and WHEREAS, with both the City and Iowa DOT agreeing to allocate funding now to complete final engineering design, this will allow the remaining 2 bridges and the remaining 2 -lane paving to be designed over the next 12 months; and WHEREAS, the Iowa DOT has committed Primary Road Funds ($400,000) to assist with partial funding for final engineering design costs to complete the 4 -lane construction plans; and WHEREAS, the anticipated funding for the project summary is as follows: un ource' escr moun 3001287 City - DMATS STBG Funds $ . 777,580 3001287 Iowa DOT - Primary Roads Funds 400,000 Total Project Funding $ 1,177,580 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on completing the final engineering design for the remaining 4 -lane construction of the Southwest Arterial Project. SECTION 2. Whereas, the City of Dubuque hereby agrees to allocate DMATS STBG Funds for completing the 4 -lane final engineering design. SECTION 3. Whereas, the Iowa Department of Transportation hereby agrees to allocate State Primary Roads Funds for completing the 4 -lane final engineering design. SECTION 4. The Mayor is hereby authorized to execute the Cooperative Funding Agreement (Agreement No. 2018-16-119), between the City of Dubuque and the Iowa Department of Transportation to assist with partial funding to complete the final engineering design for the remaining 4 -lane construction of the Southwest Arterial Project. Passed, approved and adopted this 19th day of March, 2018. Attest: Kevi LS. Firnstahl, CMCity Clerk Roy D. Buol, Mayor F:\PROJECTS\SOUTHWEST ARTERIAL\CONTRACT - AECOM FE\FUNDING AGREEMENT - FINAL DESIGN 4 -LANE