Loading...
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