HomeMy WebLinkAboutIDOT RAISE FY2022 Project-Specific Agreement - 5.6.2024U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2022 RAISE GRANT PROGRAM
This agreement is between the United States Department of Transportation (the "USDOT")
and the Iowa Department of Transportation (the "Recipient").
This agreement reflects the selection of the Recipient to receive a RAISE Grant for the
La Porte Road Revitalization.
If schedule A to this agreement identifies a Designated Subrecipient, that Designated
Subrecipient is also a party to this agreement, and the parties want the Designated Subrecipient
to carry out the project with the Recipient's assistance and oversight.
The parties therefore agree to the following:
ARTICLE 1
GENERAL TERMS AND CONDITIONS.
1.1 General Terms and Conditions.
(a) In this agreement, "General Terms and Conditions" means the content of the document
titled "General Terms and Conditions Under the Fiscal Year 2022 Rebuilding American
Infrastructure with Sustainability and Equity (RAISE) Grant Program: FHWA Projects,"
dated October 18, 2022, which is available at https://www.transportation.gov/policy-
initiatives/raise/raise-grant-agreements. The General Terms and Conditions reference the
information contained in the schedules to this agreement. The General Terms and
Conditions are part of this agreement.
(b) The Recipient states that it has knowledge of the General Terms and Conditions.
(c) The Recipient acknowledges that the General Terms and Conditions impose obligations
on the Recipient and that the Recipient's non-compliance with the General Terms and
Conditions may result in remedial action, terminating of the RAISE Grant, disallowing
costs incurred for the Project, requiring the Recipient to refund to the USDOT the RAISE
Grant, and reporting the non-compliance in the Federal -government -wide integrity and
performance system.
ARTICLE 2
SPECIAL TERMS AND CONDITIONS.
There are no special terms for this award.
1 of 21
SCHEDULE A
ADMINISTRATIVE INFORMATION
1. Application.
Application Title: LaPorte Road Revitalization Project
Application Date: April 14, 2022
2. Recipient's Unique Entity Identifier.
See section 23.3 of the General Terms and Conditions.
3. Recipient Contact(s).
Dillon J. Feldmann, P.E.
Eastern Region Field Engineer, Local Systems Bureau
Iowa Department of Transportation
800 Lincoln Way
Ames, IA 50010
515-290-5609
Dillon.feldmann@iowadot.us
4. Recipient Key Personnel.
None.
5. USDOT Project Contact(s).
Andrew Zimmerman, P.E.
Transportation Engineer
Federal Highway Administration — Iowa Division
105 6th Street
Ames, Iowa 50010
515-233-7334
Andrew.zimmerman@dot.gov
6. Payment System.
USDOT Payment System: FMIS
7. Office for Subaward and Contract Authorization.
USDOT Office for Subaward and Contract Authorization: FHWA Division
8. Federal Award Identification Number.
See section 23.2 of the General Terms and Conditions.
2 of 21
9. Designated Subrecipient.
Designated Subrecipient: City of Waterloo, Iowa
Designated Subrecipient Project Contacts:
Jamie Knutson, P.E.
City Engineer
City of Waterloo, Iowa
715 Mulberry Street
Waterloo, Iowa 50703
319-291-4312
JAMIE.KNUTSON@WATERLOO-IA.ORG
3 of 21
SCHEDULE B
PROJECT ACTIVITIES
1. General Project Description.
The project will make complete streets improvements on approximately 2.7 miles of La
Porte Road. The project will add sidewalks, bicycle trails, lighting, transit benches and
platforms, and a bus shelter to the corridor. The project will also reconfigure the corridor
to eliminate certain travel lanes, create a separated bicycle and pedestrian path, and add
turn lanes in select locations throughout the corridor.
2. Statement of Work.
Final Design Engineering
Environmental Studies and NEPA Document Preparation
Final Design of Phases 2 & 3 and Construction Documents
Right -of -Way Acquisition
Construction -Related Services for Components 1 - 3
Inspection & Material Testing
Shop Drawing and RFI Review
Construction Administration
Record Drawings
Construction
Component 1:
Reconstruction of La Porte Road from Shaulis Road to Bopp Street which
includes intersection improvements, recreational trail, sidewalk, MET transit bus
stops, street trees, plantings, and intersection lighting.
Component 2:
Reconstruction of La Porte Road from Plymouth Avenue to Hwy 218 Slip Ramp
which includes intersection improvements, recreational trail including the
connection to 18th Street, sidewalk, MET transit bus stops, gateway features,
intersection markers, street trees, plantings, and intersection lighting.
Component 3:
Reconstruction of La Porte Road from Bopp Street to Plymouth Avenue includes
intersection improvements, recreational trail, sidewalk, MET transit bus stops,
gateway features, intersection markers, street trees, plantings, and intersection
lighting.
4 of 21
SCHEDULE C
AWARD DATES AND PROJECT SCHEDULE
1. Award Dates.
Budget Period End Date: June 30, 2031
Period of Performance End Date: See section 4.5 of the General Terms and
Conditions
2. Estimated Project Schedule.
Milestone Schedule Date
Planned Completion of Final Engineering Date
(Components 2 & 3):
November 30, 2025
Planned Construction Substantial Completion and Open
to Traffic Date (All Components):
December 30, 2029
3. Special Milestone Deadlines.
None.
5 of 21
SCHEDULE D
AWARD AND PROJECT FINANCIAL INFORMATION
1. Award Amount.
RAISE Grant Amount: $20,500,000.00
2. Federal Obligation Information.
Federal Obligation Type: Multiple
Obligation Condition Table
Portion of the Project
Portion of the
RAISE Grant
Obligation Condition
Base Phase:
Final Engineering
Components 2 & 3
$1,057,800
...............................................
Component 1
$8,730,000
If the FHWA IA Division reviews the PS&E for
the Component and the Recipient has met
all the applicable Federal, State, and Local
requirements.
Component 2
$7,287,875
If the FHWA IA Division reviews the PS&E for
the Component and the Recipient has met
all the applicable Federal, State, and Local
requirements. In addition, Division will
confirm that the Railroad Coordination
Agreement is finalized.
Component 3
$3,424,325
If the FHWA IA Division reviews the PS&E for
the Component and the Recipient has met
all the applicable Federal, State, and Local
requirements.
6of21
3. Approved Project Budget.
RAIS
E
Funds:
Other
Federa
1
Funds:
Non-
Federa
1
Funds:
Eligible Project Costs
Final Eng.
Comp. 2
& 3 ROW* Comp. 1 Comp. 2 Comp. 3 Total
$1,057,800 $0 $8,730,00 $7,287875 $3,424,32 $20,500,0
0 5 00
$0 $0
4,537,75 $2,830,50 $2,711,90 $10,080,1
5 0 0 55
$824,200 $250,00 $2,815,24 $707625 $4,109,77 $8,706,84
0 5 5 5
Total: $1,882,000 $250,00 $16,083,0 $10,826,0 $10,246,0 $39,287,0
0 00 00 00 00
* ROW is for all three phases.
4. Cost Classification Table
Reserved.
5. Approved Pre -award Costs
None. The USDOT has not approved under this award any costs incurred under an
advanced construction authorization (23 U.S.C. 115), any costs incurred prior to
authorization (23 C.F.R. 1.9(b)), or any pre -award costs under 2 C.F.R. 200.458.
7of21
SCHEDULE E
CHANGES FROM APPLICATION
Scope: No changes.
Schedule: The project had an anticipated letting date of late 2022 with construction beginning in
2023. These dates were delayed due to time necessary to execute a grant agreement. Initial
submission of the grant agreement to the FHWA was on July 25, 2023 with numerous drafts
being reviewed, updated and resubmitted culminating in the current timeline with a proposed
letting in July 2024. The delays with getting an approved grant agreement in place have forced
delays in final plan submittal to the IDOT for letting of Phase 1, rights -of -purchasing for
Phase 1, NPDES permits, and starting the final design of Phase 2 and Phase 3.
Budget: The overall project cost has increased by $10,982,318 since the application was
submitted. These estimated project cost increases were updated to reflect current unit bid prices
and estimated quantities for the project. These costs reflect higher material and labor costs seen
in projects across the country. To cover the cost increases, the recipient has increased Federal
funding by adding $9,928,827 in STBG grants that were initially programmed as IDOT SWAP
funds and by adding $559,941 in non -Federal funding. Previously incurred costs increased by
$690,050 due to continued development of the final design plans for Phase 1 during the selection
period.
The table below provides a summary comparison of the Proiect budget.
Fund Source
Application
$ %
Schedule
$
D
%
Previously Incurred Costs
Federal Funds
0
0
Non -Federal Funds
731,250
1,421,300
Total Previously Incurred Costs
731,250
1,421,300
Future Eligible Project Costs
_
RAISE Funds
20,500,000
71%
20,500,000
52%
Other Federal Funds
151,328
1%
10,080,155
26%
Non -Federal Funds
8,343,404
29%
8,706,845
22%
Total Future Eligible Project
Costs
28,994,732
100%
39,287,000
100%
Total Project Costs
29,725,982
40,708,300
Other: No changes.
8 of 21
SCHEDULE F
RAISE PROGRAM DESIGNATIONS
1. Urban or Rural Designation.
Urban -Rural Designation: Rural
2. Capital or Planning Designation.
Capital -Planning Designation: Capital
3. Historically Disadvantaged Community or Area of Persistent Poverty Designation.
HDC or APP Designation: No
4. Funding Act.
Funding Act: IIJA
9 of 21
SCHEDULE G
RAISE PERFORMANCE MEASUREMENT INFORMATION
Study Area: La Porte Road from Shaulis Road to H
Baseline Measurement Date: April 3, 2024
Baseline Report Date: June 3, 2024
Table 1: Performance Measure Table
218 Slip Ramp
Measure
Category and Description
Measurement
Frequency
Auto Crash Rates by
Type/Severity
Safety
Crash rates will be measured and reported
as crashes per 100 million VMT and
identified by the following severity
categories: fatal, injury, property damage
only (PDO) crashes.
Quarterly
Q y
Bike and Pedestrian
Counts/Trips
Quality of Life
Average daily bicycle and pedestrian
counts using National Bicycle &
Pedestrian Documentation Project
methodology by conducting hourly counts
at key locations in the study area. Counts
will be collected on a typical weekday,
Saturday and Sunday and should be
conducted monthly to produce quarterly
average.
Quarterly
10of21
SCHEDULE H
CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS
1. Consideration of Climate Change and Environmental Justice Impacts.
The Recipient states that rows marked with "X" in the following table are accurate:
The Project directly supports a Local/Regional/State Climate Action Plan that
results in lower greenhouse gas emissions. (Identify the plan in the supporting
narrative below.)
The Project directly supports a Local/Regional/State Equitable Development
Plan that results in lower greenhouse gas emissions. (Identify the plan in the
supporting narrative below.)
The Project directly supports a Local/Regional/State Energy Baseline Study
that results in lower greenhouse gas emissions. (Identify the plan in the
supporting narrative below.)
The Recipient or a project partner used environmental justice tools, such as the
EJSCREEN, to minimize adverse impacts of the Project on environmental
justice communities. (Identify the tool(s) in the supporting narrative below.)
The Project supports a modal shift in freight or passenger movement to reduce
emissions or reduce induced travel demand. (Describe that shift in the
supporting narrative below.)
The Project utilizes demand management strategies to reduce congestion,
induced travel demand, and greenhouse gas emissions. (Describe those
strategies in the supporting narrative below.)
The Project incorporates electrification infrastructure, zero -emission vehicle
infrastructure, or both. (Describe the incorporated infrastructure in the
supporting narrative below.)
The Project supports the installation of electric vehicle charging stations.
(Describe that support in the supporting narrative below.)
The Project promotes energy efficiency. (Describe how in the supporting
narrative below.)
The Project serves the renewable energy supply chain. (Describe how in the
supporting narrative below.)
The Project improves disaster preparedness and resiliency (Describe how in the
supporting narrative below.)
The Project avoids adverse environmental impacts to air or water quality,
wetlands, and endangered species, such as through reduction in Clean Air Act
criteria pollutants and greenhouse gases, improved stormwater management, or
improved habitat connectivity. (Describe how in the supporting narrative
below.)
The Project repairs existing dilapidated or idle infrastructure that is currently
causing environmental harm. (Describe that infrastructure in the supporting
narrative below.)
The Project supports or incorporates the construction of energy- and location -
efficient buildings. (Describe how in the supporting narrative below.)
11 of21
X
The Project includes recycling of materials, use of materials known to reduce
or reverse carbon emissions, or both. (Describe the materials in the supporting
narrative below.)
The Recipient has taken other actions to consider climate change and
environmental justice impacts of the Project. (Describe those actions in the
supporting narrative below.)
The Recipient has not yet taken actions to consider climate change and
environmental justice impacts of the Project but, before beginning construction
of the Project, will take relevant actions described in schedule B. (Identify the
relevant actions from schedule B in the supporting narrative below.)
The Recipient has not taken actions to consider climate change and
environmental justice impacts of the Project and will not take those actions
under this award.
2. Supporting Narrative.
The Project includes recycling of materials, use of materials known to reduce or
reverse carbon emissions, or both. (Describe the materials in the supporting narrative
below.)
o Recycling of existing pavement to use as modified subbase assists in reducing
carbon emissions and construction waste. Corridor will install energy efficient
LED lighting. Adaptive traffic signals will be installed to reduce traffic
congestion and lower greenhouse gas emissions.
12 of 21
SCHEDULE I
RACIAL EQUITY AND BARRIERS TO OPPORTUNITY
1. Efforts to Improve Racial Equity and Reduce Barriers to Opportunity.
The Recipient states that rows marked with "X" in the following table are accurate:
A racial equity impact analysis has been completed for the Project. (Identify a
report on that analysis or, if no report was produced, describe the analysis and
its results in the supporting narrative below.)
The Recipient or a project partner has adopted an equity and inclusion
program/plan or has otherwise instituted equity -focused policies related to
project procurement, material sourcing, construction, inspection, hiring, or
other activities designed to ensure racial equity in the overall delivery and
implementation of the Project. (Identify the relevant programs, plans, or
policies in the supporting narrative below.)
The Project includes physical -barrier -mitigating land bridges, caps, lids, linear
parks, and multimodal mobility investments that either redress past barriers to
opportunity or that proactively create new connections and opportunities for
underserved communities that are underserved by transportation. (Identify the
relevant investments in the supporting narrative below.)
X
The Project includes new or improved walking, biking, and rolling access for
individuals with disabilities, especially access that reverses the disproportional
impacts of crashes on people of color and mitigates neighborhood bifurcation.
(Identify the new or improved access in the supporting narrative below.)
The Project includes new or improved freight access to underserved
communities to increase access to goods and job opportunities for those
underserved communities. (Identify the new or improved access in the
supporting narrative below.)
The Recipient has taken other actions related to the Project to improve racial
equity and reduce barriers to opportunity. (Describe those actions in the
supporting narrative below.)
The Recipient has not yet taken actions related to the Project to improve racial
equity and reduce barriers to opportunity but, before beginning construction of
the Project, will take relevant actions described in schedule B. (Identify the
relevant actions from schedule B in the supporting narrative below.)
The Recipient has not taken actions related to the Project to improve racial
equity and reduce barriers to opportunity and will not take those actions under
this award.
13 of 21
2. Supporting Narrative.
The Project includes new or improved walking, biking, and rolling access for
individuals with disabilities, especially access that reverses the disproportional
impacts of crashes on people of color and mitigates neighborhood bifurcation.
(Identify the new or improved access in the supporting narrative below.)
o The Project will fill a gap in the local bicycle and pedestrian network to connect
this "area of persistent poverty" and Opportunity Zone to the city's extensive
network of trails. This redresses inequity in the provision of trails between
disadvantaged neighborhoods and areas of greater prosperity. The existing
corridor is in an area that lacks sidewalks —a sidewalk desert. The project will add
Americans with Disabilities Act (ADA) accessible routes along the corridor. The
ADA sidewalk route will be along the east side for portions developed and the
ADA bike path will be along the west side from Shaulis Rd to the north limits of
La Porte and connects to the existing trail system at W. 18th Street. This project
fills in the gap in the local trail systems, and connects the local trails to the
regional and national American Discovery Trail, a coast -to -coast route across the
U.S. The Project will also improve the ADA accessible transit accommodations in
the corridor.
14of21
SCHEDULE J
LABOR AND WORK
1. Efforts to Support Good -Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with "X" in the following table are accurate:
The Recipient or a project partner has adopted the use of project labor
agreements in the overall delivery and implementation of the Project. (Identify
the relevant agreements and describe the scope of activities they cover in the
supporting narrative below.)
The Recipient or a project partner has adopted the use of local and economic
hiring preferences in the overall delivery and implementation of the Project,
subject to all applicable State and local laws, policies, and procedures.
(Describe the relevant provisions in the supporting narrative below.)
The Recipient or a project partner has adopted the use of registered
apprenticeships in the overall delivery and implementation of the Project.
(Describe the use of registered apprenticeship in the supporting narrative
below.)
The Recipient or a project partner will provide training and placement
programs for underrepresented workers in the overall delivery and
implementation of the Project. (Describe the training programs in the
supporting narrative below.)
The Recipient or a project partner will support free and fair choice to join a
union in the overall delivery and implementation of the Project by investing in
workforce development services offered by labor-management training
partnerships or setting expectations for contractors to develop labor-management
training programs. (Describe the workforce development services offered by
labor-management training partnerships in the supporting narrative below.)
The Recipient or a project partner will provide supportive services and cash
assistance to address systemic barriers to employment to be able to participate
and thrive in training and employment, including childcare, emergency cash
assistance for items such as tools, work clothing, application fees and other
costs of apprenticeship or required pre -employment training, transportation and
travel to training and work sites, and services aimed at helping to retain
underrepresented groups like mentoring, support groups, and peer networking.
(Describe the supportive services and/or cash assistance provided to trainees
and employees in the supporting narrative below.)
The Recipient or a project partner has documented agreements or ordinances in
place to hire from certain workforce programs that serve underrepresented
groups. (Identify the relevant agreements and describe the scope of activities
they cover in the supporting narrative below.)
15 of 21
X
The Recipient or a project partner participates in a State/Regional/Local
comprehensive plan to promote equal opportunity, including removing barriers
to hire and preventing harassment on work sites, and that plan demonstrates
action to create an inclusive environment with a commitment to equal
opportunity, including:
a. affirmative efforts to remove barriers to equal employment
opportunity above and beyond complying with Federal law;
b. proactive partnerships with the U.S. Department of Labor's Office
of Federal Contract Compliance Programs to promote compliance
with EO 11246 Equal Employment Opportunity requirements;
c. no discriminatory use of criminal background screens and
affirmative steps to recruit and include those with former justice
involvement, in accordance with the Fair Chance Act and equal
opportunity requirements;
d. efforts to prevent harassment based on race, color, religion, sex,
sexual orientation, gender identity, and national origin;
e. training on anti -harassment and third -party reporting procedures
covering employees and contractors; and
f. maintaining robust anti -retaliation measures covering employees
and contractors.
(Describe the equal opportunity plan in the supporting narrative below.)
The Recipient has taken other actions related to the Project to create good -
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards. (Describe those actions in the supporting narrative below.)
The Recipient has not yet taken actions related to the Project to create good -
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards but, before beginning construction of the Project, will take
relevant actions described in schedule B. (Identify the relevant actions from
schedule B in the supporting narrative below.)
The Recipient has not taken actions related to the Project to improving good -
paying jobs and strong labor standards and will not take those actions under
this award.
2. Supporting Narrative.
The Recipient or a project partner participates in a State/Regional/Local comprehensive
plan to promote equal opportunity, including removing barriers to hire and preventing
harassment on work sites, and that plan demonstrates action to create an inclusive
environment with a commitment to equal opportunity, including:
a. affirmative efforts to remove barriers to equal employment opportunity above
and beyond complying with Federal law;
b. proactive partnerships with the U.S. Department of Labor's Office of Federal
Contract Compliance Programs to promote compliance with EO 11246 Equal
Employment Opportunity requirements;
16 of 21
c. no discriminatory use of criminal background screens and affirmative steps to
recruit and include those with former justice involvement, in accordance with
the Fair Chance Act and equal opportunity requirements;
d. efforts to prevent harassment based on race, color, religion, sex, sexual
orientation, gender identity, and national origin;
e. training on anti -harassment and third -party reporting procedures covering
employees and contractors; and
f. maintaining robust anti -retaliation measures covering employees and
contractors.
(Describe the equal opportunity plan in the supporting narrative below.)
a. This project will be let through the Iowa DOT. As part of the letting process, the Iowa
DOT also has taken specific steps to ensure there is no discrimination in the awarding
and administering of contracts. The Iowa DOT Standard Specifications Section 1102.19
includes the contract Equal Employment Opportunity (EEO) and Affirmative Action
(AA) Requirements. The EEO and AA requirements will apply to all contracts let by the
Department that equal or exceed $10,000.00. The requirements will also apply to any
subcontracts that equal or exceed $10,000 if the subcontract involves a contract let by the
Department. On Federal -aid projects laws, executive orders, rules, regulations (28 CFR
35, 29 CFR 1630, and 41 CFR 60), and orders of the Secretary of Labor, as modified by
this specification and imposed pursuant to 23 USC 140, shall constitute the EEO/AA
standards for the Contractor's company -wide activities for contracts let by the Iowa DOT
and for subcontracts involved in such contracts. The Equal Opportunity Construction
Contract Specifications, set forth under 41 CFR 60-4.3, and the provisions of the
American Disabilities Act of 1990 (42 USC 12101 et seq.) set forth under 28 CFR 35 and
29 CFR 1630, are both incorporated by reference in contracts and subcontracts utilized by
the Iowa DOT.
b. The Iowa DOT Standard Specifications Section 1102.19 requires compliance with
Executive Order 11246. The Office of Federal Contract Compliance Programs, within the
US DOL, is the only party having authority to determine enforcement of and compliance
with Executive Order 11246 requirements incorporated in contracts and subcontracts
utilized by the Iowa DOT.
The Office of Federal Contract Compliance Programs, within the US DOL, is the only
party having authority to determine enforcement of and compliance with Executive Order
11246 requirements incorporated in contracts and subcontracts utilized by the
Department. Included among these requirements are the equal opportunity clause,
contained in 41 CFR 60-1.4; the Notice of Requirement for Affirmative Action to Ensure
Equal Employment Opportunity, contained in 41 CFR 60-4.2; and (3) the Standard
Federal Equal Employment Opportunity Construction Contract Specifications, contained
in 41 CFR 60-4.3.
c. The City of Waterloo passed the Fair Chance Initiative Ordinance and Amendment in
2020. This ordinance was to remove barriers to employment, judge applicants on their
qualifications, reduce recidivism and enhance good business practice and workforce
needs. If a person feels aggrieved, a complaint can be filed with the City of Waterloo
17 of 21
Human Rights Commission or with the Iowa Civil Rights Commission. If a complaint is
filed with the City of Waterloo Human Rights Commission, the City Attorney will then
investigate the alleged complaint and issue a finding, including possible fines and refer
the complaint to the Iowa Civil Rights Commission.
Effective with the Jan. 21, 2015 letting, potential prime contractors will need to have a
Bidder Status Form on file in order to be authorized to bid on any contract let at the Iowa
Department of Transportation's Office of Contracts. This is to comply with reciprocal
resident bidder preference provisions of Iowa Code 73A.21 and 875 Iowa Administrative
Code Chapter 156. At no point is the previous criminal history of a prospective bidder
considered in the pre -qualification process.
d. The Iowa DOT Standard Specifications Section 1102.19 requires the
Contractor's/Subcontractor's EEO/AA Policy to include EEO/AA Operating Statement.
"It is the policy of this Company to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, religion, sex,
sexual orientation, gender identity, color, national origin, age, or disability. Such action
shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job
training." The Equal Opportunity Construction Contract Specifications, set forth under 41
CFR 60-4.3 is incorporated by reference in contracts and subcontracts utilized by the
Iowa DOT.
e. The Iowa DOT Office of Civil Rights hosts several "Title VI Overview with
Workshops" across the state. This training will explain the purpose of Title VI and the
process of completing the documentation necessary for your organization to be
considered "in compliance."
f. Per Iowa DOT Specifications and Federal law, retaliation is prohibited against a person
who files a complaint of discrimination, participates in an OFCCP proceeding, or
otherwise opposes discrimination by Federal contractors under these Federal laws.
The Know Your Rights: Workplace Discrimination is Illegal notices are posted to the job
board during the duration of a project.
18 of21
RECIPIENT SIGNATURE PAGE
The Recipient, intending to be legally bound, is signing this agreement on the date stated
opposite that party's signature.
Iowa Depar liiient of Transportation
By:
Date Signature of Recipient's Authorized Representative
Dillon J. Feldmann, P.E.
Name
Eastern Region Field Engineer, Local Systems
Bureau
Title
19 of 21
DESIGNATED SUBRECIPIENT SIGNATURE PAGE
The Designated Subrecipient, intending to be legally bound, is signing this agreement on the date
stated opposite that party's signature.
City of Waterloo
5/6/2024 6Que/ Sri
By:
Date Signature of Designated Subrecipient's Authorized
Representative
Quentin Hart
Name
Mayor
Title
20 of 21
USDOT SIGNATURE PAGE
The USDOT, intending to be legally bound, is signing this agreement on the date stated opposite
that party's signature.
UNITED STATES DEPARTMENT OF
TRANSPORTATION
By:
Date Signature of USDOT's Authorized Representative
Mark A. Johnson
Name
FHWA Iowa Acting Division Administrator
Title
21 of 21