Loading...
Iowa DOT Agreement - Iowa's Clean Air Attainment Program (ICAAP) and Surface Transportation Block Grant (STBG) for STREETS Copyrighted December 21, 2020 City of Dubuque Consent Items # 16. City Council Meeting ITEM TITLE: lowa Departmentof TransportationAgreementforan lowa's CleanAir Attainment Program and Surface Transportation Block Grant Federal-Aid Swap Project SUMMARY: City Manager recommending approval forthe Mayorto execute an lowa Department of Transportation Funding Agreement for lowa's Clean Air Attainment Program (ICAAP) and Surface Transportation Block Grant (STBG) Federal-aid Swap Project for Phase 1 of the Dubuque STREETS (Smart Traffic Routing with Efficient and Effective Traffic System) project. RESOLUTION Approving the Funding Agreement (Agreement No. 2020-I CAAP-03)with the I owa Department of Transportation for an lowa's CleanAirAttainment Program (ICAAP) and Surface Transportation Block Grant (STBG) Federal-aid Swap Project as part of Phase I of the Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) SUGGESTED Suggested Disposition: Receive and File;Adopt Resolution(s) DISPOSITION: ATTACHMENTS: Description Type I DOTAgreement for lowa Clean Air Attainment Program and Surface Transportation Block Grant-MVM City Manager Memo Memo Staff Memo ICAPP STBG Staff Memo Resolution ICAAP STBG Resolutions ICAAP STBG Agreement Supporting Documentation Dubuque THE CITY OF � ui-Aseria cih DuB E , . � . , � II � Maste iece on tj2e Mississi i zoo�•zoiz•zois YP pp zoi�*zoi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: lowa Department of Transportation Agreement for an lowa's Clean Air Attainment Program and SurFace Transportation Block Grant Federal-Aid Swap Project Project Number: ICAAP-SWAP-2100(701)--SH-31 lowa DOT Agreement Number: 2020-ICAAP-03 DATE: December 17, 2020 City Engineer Gus Psihoyos recommends City Council approval for the Mayor to execute an lowa Department of Transportation Funding Agreement for lowa's Clean Air Attainment Program (ICAAP) and SurFace Transportation Block Grant (STBG) Federal- aid Swap Project for Phase 1 of the Dubuque STREETS (Smart Traffic Routing with Efficient and Effective Traffic System) project. The total cost of Phase 1 of Dubuque's STREETS project is estimated at $3,666,250. These grants cover costs of authorized and approved eligible project activities. The portion of the project costs reimbursed with ICAAP Federal-aid Swap funds shall be limited to a maximum of either 80% of eligible costs (other than those reimbursed with other state or federal funds) or $818,250, whichever is less. The City shall receive reimbursement for costs of authorized and approved eligible project activities from STBG Federal-aid Swap funds. The portion of the project costs reimbursed with STBG Federal-aid Swap funds shall be limited to a maximum of either 80% of eligible costs (other than those reimbursed with other state or federal funds) or $800,000, whichever is less. I concur with the recommendation and respectfully request Mayor and City Council approval. � Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer 2 Dubuque THE CITY OF � All•Ameriea Ciq� Du B E ������� , � �����; I I Masre iece on the Mississi i z°°'�Z°lZtZ°13 � pp �o1�*Zoi� TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer DATE: December 14, 2020 RE: lowa Department of Transportation Agreement for an lowa's Clean Air Attainment Program and Surface Transportation Block Grant Federal-aid Swap Project Project Number: ICAAP-SWAP-2100(701)—SH-31 lowa DOT Agreement Number: 2020-ICAAP-03 INTRODUCTION The enclosed resolution authorizes the Mayor to execute an lowa Department of Transportation (lowa DOT) Funding Agreement for lowa's Clean Air Attainment Program (ICAAP) and SurFace Transportation Block Grant (STBG) Federal-aid Swap Project for Phase 1 of the Dubuque STREETS project. BACKGROUND Goals of the STREETS study are to accelerate the adoption of innovative technologies, improve highway efficiency, safety, mobility, and reliability, and to develop and deploy new tools, techniques, and practices. This system will use traffic control strategies to enable dynamic traffic routing on ten corridors to maximize the use of existing roadway capacities in the Dubuque metro area. In October 2019, an application was submitted to the lowa DOT for an ICAAP and STBG Grant. The grant application was approved by the Transportation Commission in January 2020 in the amounts of$818,250 and $800,000 respectively. RECOMMENDATION I recommend that the City Council authorize the Mayor to execute a Funding Agreement with the lowa DOT for the ICAAP and STBG Grant for Phase 1 of the Dubuque STREETS project. BUDGETIMPACT The total cost of Phase 1 of Dubuque's STREETS project is estimated at $3,666,250. These grants cover costs of authorized and approved eligible project activities. The portion of the project costs reimbursed with ICAAP Federal-aid Swap funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other state or federal funds) or $818,250, whichever is less. 1 The City shall receive reimbursement for costs of authorized and approved eligible project activities from STBG Federal-aid Swap funds. The portion of the project costs reimbursed with STBG Federal-aid Swap funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other state or federal funds) or $800,000, whichever is less. ACTION TO BE TAKEN The City Council is requested to authorize the Mayor to execute an lowa Department of Transportation (lowa DOT) Funding Agreement (2020-ICAAP-03) for lowa's Clean Air Attainment Program (ICAAP) and Surface Transportation Block Grant (STBG) Federal- aid Swap Project for Phase 1 of the Dubuque STREETS project. cc: David Ness, Civil Engineer Bob Schiesl, Asst City Engineer Chandra Ravada, ECIA Debra Arp, lowa DOT 2 Prepared by Gus Psihoyos, City Engineer, 50 W. 13th St Dubuque IA 52001 (563) 589-4276 Return to Adrienne N. Breitfelder, City Clerk, 50 W. 13th St., Dubuque, IA 52001, (563) 589-4100 RESOLUTION NO. 367-20 APPROVING THE FUNDING AGREEMENT (AGREEMENT NO. 2020-ICAAP-03) WITH THE IOWA DEPARTMENT OF TRANSPORTATION FOR AN IOWA'S CLEAN AIR ATTAINMENT PROGRAM (ICAAP) AND SURFACE TRANSPORTATION BLOCK GRANT (STBG) FEDERAL -AID SWAP PROJECT AS PART OF PHASE I OF THE SMART TRAFFIC ROUTING WITH EFFICIENT AND EFFECTIVE TRAFFIC SIGNALS (STREETS) Whereas, the STREETS project is designed to improve traffic conditions throughout the Dubuque metro area by distributing traffic more evenly on the region's major corridors. The STREETS project will modify the signal timings through a seamless interface between a signal timing model and signals used in the field; and Whereas, the City has determined that STREETS project will reduce congestion, shorten travel times, improve air quality, and improve safety in the metro area. By rerouting traffic on the roads with extra capacities dynamically, it is expected that the proposed system will reduce traffic bottlenecks as recommended by the adopted East- West Corridor Study; and Whereas, the City in partnership with DMATS requested Iowa's Clean Air Attainment Program (ICAAP) Project funding in the amount of $818,250 and Surface Transportation Block Grant STBG Federal -aid Swap funds in the amount of $800,000 to assist with a Phase I of the Dubuque STREETS program; and NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. That said Funding Agreement (Agreement No. 2020-ICAAP-03) between the City of Dubuque and the Iowa Department of Transportation is hereby approved. SECTION 2. That the Mayor is hereby authorized and directed to execute the Funding Agreement (Agreement No. 2020-ICAAP -03) for Phase I of the Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) program. Passed, approved and adopted this 21Stday of December 2020. Attest: Roy Buol, Mayor klnllne � �a4U& Adrienne Breitfelder, City Clerk April 2019 IOWA DEPARTMENT OF TRANSPORTATION Agreement for an lowa's Clean Air Attainment Program (ICAAP) and Surface Transportation Block Grant (STBG) Federal-aid Swap Project Recipient: City of Dubuque Project Number(s): ICAAP-SWAP-2100(701)--SH-31 lowa DOT Agreement Number: 2020-ICAAP-03 This agreement, made as of the date of the last party's signature below, is between the city of Dubuque, lowa (hereinafter referred to as the Recipient) and the lowa Department of Transportation (hereinafter referred to as the Department) for lowa's Clean Air Attainment Program (ICAAP) Federal- aid Swap funds and Surface Transportation Block Grant (STBG) Federal-aid Swap funds under 761 lowa Administrative Code (IAC) Chapter 162. lowa Code Section 306A.7 provides for the Recipient and the Department to enter into agreements with each other for the purpose of financing transportation improvement projects on streets and highways in lowa. Pursuant to the terms of this agreement, applicable statutes, and administrative rules, the Department agrees to provide ICAAP and STBG Federal-aid Swap funding to the Recipient for the authorized and approved costs for eligible items associated with the project. Under this agreement, the parties further agree as follows: 1. The Recipient shall be the lead local governmental agency for carrying out the provisions of this agreement. 2. All notices required under this agreement shall be made in writing to the appropriate contact person. The Department's contact person shall be Debra Arp, Systems Planning Bureau, 800 Lincoln Way, Ames, lowa 50010, 515-239-1681. The Subrecipient's contact person shall be Dave Ness, 50 W. 13th Street, Dubuque, lowa 52001, 563-589-4270. 3. The Recipient shall be responsible for the development and completion of the following described project: Development of a smart, next generation, traffic management and control system. The Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) project will use advanced traffic control strategies and dynamic traffic routing to maximize the use of roadway capacities in Dubuque. The project includes creating an Adaptive (Dynamic) Traffic Control System (ATCS), installation of equipment at intersections and connecting to ATCS (33 Intersections), connecting ATCS to microsimulation model, updating the public with information from ATCS and testing the system. 4. Eligible project activities will be limited to the following: construction, engineering, inspection, and right-of-way acquisition. Under certain circumstances, eligible activities may also include utility relocation or railroad work that is required for construction of the project. 5. The Recipient shall receive reimbursement for costs of authorized and approved eligible project activities from ICAAP Federal-aid Swap funds. The portion of the project costs reimbursed with ICAAP Federal-aid Swap funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other state or federal funds) or$818,250, whichever is less. 6. The Recipient shall receive reimbursement for costs of authorized and approved eligible project activities from STBG Federal-aid Swap funds. The portion of the project costs reimbursed with STBG Federal-aid Swap funds shall be limited to a maximum of either 80 percent of eligible costs (other than those reimbursed with other state or federal funds) or$800,000, whichever is less. 7. Eligible project costs in excess of the amount reimbursed by the Department above will be considered the local contribution. The local contribution must equal a minimum of 20 percent of eligible project costs. 8. 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 that project in the Statewide Transportation Improvement Program (STIP). If the project is not included in the appropriate fiscal year of the STIP, funds will not be reimbursed. 9. The Recipient must have let the contract or have otherwise completed the project within two years of October 1, 2019. If the Recipient does not do this, they will be in default for which the Department can revoke funding commitments. The Department may approve extensions of this agreement for periods up to six months upon receipt of a written request form the Recipient at least sixty (60) days prior to the deadline. 10. The Recipient shall provide a summary report measuring the success of its effect on vehicle emissions to the Department upon completion of the project and prior to requesting final reimbursement of ICAAP Federal-aid Swap funds. The report will include before and after project emissions calculations comparing new data compiled after project completion to the data submitted with the project application. Through a quantitative analysis, the summary must show how many kilograms of pollutants (including CO, VOC, NOx, and if applicable PM) have been reduced. The preparation of this summary may require additional data collection or modeling. These tasks or services are not considered project costs and are not eligible for reimbursement. 11. If the Recipient fails to perform any obligation under this agreement, the Department shall have the right, after first giving thirty (30) days written notice to the Recipient by certified mail return receipt requested, to declare any part or all of this agreement in default. The Recipient shall have thirty (30) days from date of mailing of the notice to cure the default. If the Recipient cures the default, the Recipient shall notify Department no later than five (5) days after cure or before the end of said thirty (30) day period given to cure the default. The Department may thereafter determine whether the default has, in fact, been cured, or whether the Recipient remains in default. 12. This agreement may be declared to be in default by the Department if the Department determines that the Recipient's application for funding contained inaccuracies, omissions, errors or misrepresentations; or if the Department determines that the project is not developed as described in the application and according to the requirements of this agreement. 13. In the event a default is not cured the Department may do any of the following: a) revoke funding commitments of funds loaned or granted by this agreement; b) seek repayment of funds loaned or granted by this agreement; or c) revoke funding commitments of funds loaned or granted by this agreement and also seek repayment of funds loaned or granted by this agreement. By signing this agreement the Recipient agrees to repay said funding if they are found to be in default. Repayment methods may include cash repayment, installment repayments with negotiable interest rates, or other methods as approved by the Department. 14. The Recipient shall maintain, or cause to be maintained for the intended public use, the completed improvement in a manner acceptable to the Department. 15. This agreement is not assignable without the prior written consent of the Department. 16. If any part of this agreement is found to be void and unenforceable, the remaining provisions of this agreement shall remain in effect. 17. It is the intent of both parties that no third-party beneficiaries be created by this agreement. 18. This agreement and the attached Exhibit 1 constitute the entire agreement between the Department and the Recipient concerning this project. Representations made before the signing of this agreement are not binding, and neither party has relied upon conflicting representations in entering into this agreement. Any change or alteration to the terms of this agreement shall be made in the form of an addendum to this agreement.The addendum shall become effective only upon written acceptance of the Department and the Recipient. IN WITNESS WHEREOF, each of the parties hereto has executed this agreement as of the date shown opposite its signature below. RECIPIENT: City of Dubuque By: Date becem6er O 1 , dodo Title: Mayor CERTIFICATION: I, Adrl e flne- N, 6 re JFe-1Je.0 , certify that I am the Clerk of the city, and that (Name of City Clerk) Roy b. NJ , who signed said Agreement for and on behalf of (Name of Mayor/Signer Above) the city was duly authorized to execute the same by virtue of a formal resolution duly passed and adopted by the city, on the � day of necember ;ROaO . I Signed: P. City Clerk of Dubuque, Iowa. IOWA DEPARTMENT OF TRANSPORTATION Planning, Programming and Modal Division 800 Lincoln Way, Ames, Iowa 50010 Tel. 515-239-1664 By: Date , Craig Markley Director Systems Planning Bureau EXHIBIT 1 General Agreement Provisions for use of ICAAP Federal-aid Swap Funds on Non-primary Projects Unless otherwise specified in this agreement, the Recipient shall be responsible for the following: 1. General Requirements. a. The Recipient shall take the necessary actions to comply with applicable State and Federal laws and regulations. To assist the Recipient, the Department has provided guidance in the Instructional Memorandums to Local Public Agencies (I.M.$), available on-line at: https://iowadot.�ov/local systems/publications/im/Ipa ims. The Recipient shall follow the applicable procedures and guidelines contained in the I.M.s in effect at the time project activities are conducted. b. In accordance with lowa Code Chapter 216 and associated subsequent nondiscrimination laws and regulations, the Recipient shall not discriminate against any person on the basis of race, color, creed, age, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability. c. The Recipient shall comply with the requirements of Title II of the Americans with Disabilities Act of 1990 (ADA), Section 504 of the Rehabilitation Act of 1973 (Section 504), the associated Code of Federal Regulations (CFR)that implement these laws, and the guidance provided in I.M. 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. d. The Recipient agrees to indemnify, defend, and hold the Department harmless from any action or liability arising out of the design, construction, maintenance, placement of traffic control devices, inspection, or use of this project. This agreement to indemnify, defend, and hold harmless applies to all aspects of the Department's application review and acceptance process, plan and construction reviews, and funding participation. e. 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. 2. Design and Consultant Services a. The Recipient shall be responsible for the design of the project, including all necessary plans, specifications, and estimates (PS&E).The project shall be designed in accordance with the design guidelines provided or referenced by the Department in the Guide and applicable I.M.s. 3. Environmental Requirements and other Agreements or Permits. a. The Recipient shall obtain project permits and approvals, when necessary, from the lowa Department of Cultural Affairs (State Historical Society of lowa; State Historic Preservation Officer), lowa 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 applicable procedures in the Instructional Memorandums to Local Public Agencies Table of Contents, Chapter 4— Environmental Regulations. 4. Right-of-Way, Railroads, and Utilities. a. The Recipient shall acquire the project right-of-way, whether by lease, easement, or fee title, and shall provide relocation assistance benefits and payments in accordance with the procedures set forth in I.M. 3.600, 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. b. If a railroad crossing or railroad tracks are within or adjacent to the project limits, the Recipient shall obtain agreements, easements, or permits as needed from the railroad. The Recipient shall follow the procedures in I.M. 3.670, Work on Railroad Right-of-Way. c The Recipient shall obtain agreements from utility companies as needed. The Recipient shall comply with the "Policy for Accommodating Utilities on the County and City a Non-Primary Federal-aid Road System" 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 and Adjustment of Utilities on the Primary Road System"The Recipient should also use the procedures outlined in I.M. 3.640, Utility Accommodation and Coordination, as a guide to coordinating with utilities. 5. Contract Procurement. The following provisions apply only to projects involving physical construction or improvements to transportation facilities. Such projects will let at the Department. a. The project plans, specifications, and cost estimate (PS&E) shall be prepared and certified by a professional engineer or architect, as applicable, licensed in the State of lowa. b. The Recipient shall be responsible for the following: i. Prepare and submit the PS&E and other contract documents to the Department for review and acceptance in accordance with I.M. 3.700, Check and Final Plans and I.M. 3.500, Bridge or Culvert Plans, as applicable. ii. The contract documents shall use the Department's Standard Specifications for Highway and Bridge Construction. Prior to their use in the PS&E, specifications developed by the Recipient (special provisions) for individual construction items shall be approved by the Department. iii. Follow the procedures in I.M. 5.030, lowa DOT Letting Process, to analyze the bids received; make a decision to either award a contract to the lowest responsive bidder or reject all bids; and if a contract is awarded, execute the contract documents and return to Department. Note: The Department may not be able to allow a project to be let in the scheduled letting due to possible issues with cash flow availability. c. The Recipient shall forward a completed Project Development Certification (Form 730002)to the Department in accordance with I.M. 5.050, Project Development Certification Instructions. The project will not be turned in for bid letting until the Department has reviewed and accepted the Project Development Certification. d. If the Recipient is a city, the Recipient shall comply with the public hearing requirements of the lowa Code section 26.12. e. The Recipient shall not provide the contractor with notice to proceed until after receiving written notice that the Department has concurred in the contract award. 6. Construction. a. The Recipient shall follow the procedures in I.M. 6.000, Construction Inspection, and the Department's Construction Manual, as applicable, for conducting construction inspection activities. The Recipient's engineer shall at all times be responsible for inspection of the project. b. A full-time employee of the Recipient shall serve as the person in responsible charge of the project. For cities that do not have any full time employees, the mayor or city clerk will serve as the person in responsible charge, with assistance from the Department. c. Traffic control devices, signing, or pavement markings installed within the limits of this project shall conform to the "Manual on Uniform Traffic Control Devices for Streets and Highways" per 761 IAC Chapter 130. Proper protective measures and devices such as fences, barricades, signs, flood lighting, and warning lights as needed. d. The project shall be constructed under the Department's Standard Specifications for Highway and Bridge Construction and the Recipient shall comply with the procedures and responsibilities for materials testing according to the Department's Materials I.M.s. Available on-line at: https://www.iowadot.�ov/erl/index.html. e. If the Department provides any materials testing services to the Recipient, the Department will bill the Recipient for such testing services according to its normal policy as per Materials I.M. 103. 7. Reimbursements. a. Costs incurred prior to the date of the executed project funding agreement are not eligible for reimbursement. Reimbursement of eligible costs may be requested only after the project is programmed in the Regional Planning Affiliation (RPA) or Metropolitan Planning Organization (MPO) Transportation Improvement Program (TIP) and Statewide Transportation Improvement Program (STIP). b. The Recipient will be initially responsible for all project costs. After costs have been incurred,the Recipient shall submit to the Department periodic itemized claims for reimbursement for eligible project costs. Requests for reimbursement shall be made at least semi-annually but not more than bi-weekly. c. To ensure proper accounting of costs, reimbursement requests for costs incurred prior to June 30 shall be submitted to the Department by August 1, if possible, but no later than August 15. d. Reimbursement claims shall include a certification that all eligible project costs, for which reimbursement is requested, have been reviewed by an official or governing board of the Recipient, are reasonable and proper, have been paid in full, and were completed in substantial compliance with the terms of this agreement. e. The Department will reimburse the Recipient for properly documented and certified claims for eligible project costs.The Department may withhold up to 5% of the total funds available for the project. Reimbursement will be made either by State warrant or by crediting other accounts from which payment was initially made. If, upon final review or audit selected by the Administering Office, the Department determines the Recipient has been overpaid, the Recipient shall reimburse the overpaid amount to the Department. After the final review is complete and after the Recipient has provided all required paperwork, the Department will release the funds withheld. f. The total funds collected by the Recipient for this project shall not exceed the total project costs. The total funds collected shall include any funds received including but not limited to: Federal funds, state funds, any special assessments made by the Recipient (exclusive of any associated interest or penalties) pursuant to lowa Code Chapter 384 (cities) or Chapter 311 (counties), proceeds from the sale of excess right-of-way, and any other revenues generated by the project. 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: i. 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 ii. 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. 8. Project Close-out. a. Acceptance of the completed construction shall be with the concurrence of the Department. Within 30 days of completion of construction or other activities authorized by this agreement, the Recipient shall provide written notification to the Department.The Recipient shall follow and request a final review, in accordance with the procedures in I.M. 6.110, Final Review, Audit, and Close-out Procedures for Federal-aid, Federal-aid Swap, and Farm-to-Market Projects. Failure to comply with the procedures may result in loss of funds and the ability to let future projects through the Department; reimbursed funds shall be returned and a possible suspension may be placed on the Recipient from receiving funds from the Department on future projects until the Recipient has demonstrated responsible management of funds on roadway projects. b. For construction projects, the Recipient shall provide a certification by a professional engineer, architect, or landscape architect as applicable, licensed in the State of lowa, indicating the construction was completed in substantial compliance with the project plans and specifications. c. Final reimbursement of funds shall be made only after the Department accepts the project as complete and the Department has approved the emissions summary report submitted by the Recipient after completion of the project. d. 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 this documentation available at all reasonable times for review by the Department. Copies of this documentation shall be furnished by the Recipient if requested. Such documentation shall be retained for at least 3 years from the date of the Department's signature of the Department's Final Payment Form (Form 830436) or the bottom part of the Certificate of Completion and Final Acceptance of Agreement Work (Form 640003).