Loading...
HomeMy WebLinkAbout301-24 RESOLUTIONf 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 301-24 File Number: 2024-747 SAFE STREETS AND ROADS FOR ALL PROGRAM (GRANT ACCEPTANCE): A RESOLUTION TO AUTHORIZE ACCEPTANCE OF A DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION GRANT IN THE AMOUNT OF $25,000,000.00, THROUGH THE SAFE STREETS AND ROADS FOR ALL PROGRAM, TO APPROVE A GRANT AGREEMENT WITH THE FEDERAL HIGHWAY ADMINISTRATION, TO APPROVE TWO NEW FULL TIME STAFF POSITIONS TO MANAGE THE FEDERAL -AID FUNDING REQUIREMENTS, AND TO APPROVE A BUDGET ADJUSTMENT ESTABLISHING A NEW FUND TO ACCOUNT FOR THE PROCEEDS OF THE GRANT WHEREAS, the Bipartisan Infrastructure Law (BIL) established the new Safe Streets and Roads for All (SS4A) discretionary program, with $5 billion in appropriated funds over 5 years, 2022-2026 to the U.S. Department of Transportation's National Roadway Safety Strategy and our goal of zero roadway deaths; and WHEREAS, Fayetteville was awarded Federal funding in the amount of $25 million through the SS4A program in December 2023 for Fayetteville's Vison Zero Strategy which focuses on five infrastructure projects as well as community education and awareness programming to be implemented over a five-year period; and WHEREAS, the University of Arkansas will be contributing half of the required matching funds for the Maple Street Project in the amount of $1,250,000.00; and WHEREAS, the five street sections identified on the high injury network for safety improvements funded through the SS4A grant are: West Maple Street Garland Avenue to Gregg Avenue, North College Avenue (Sycamore Street to Township Street), South School (M.LK. Blvd to 15t' Street), North Gregg Avenue (North Street to Drake Street) and East Joyce Boulevard (College Avenue to Crossover Road) using the Safe System Approach to reduce and eliminate fatal and serious injury crashes on our transportation system; and WHEREAS, in addition to infrastructure improvements, the SS4A funding includes $500,000.00 for education and awareness. This funding will be used for a variety of safety outreach programs including strategic marketing campaigns, bicycle safety equipment, crosswalk awareness, professional training and resources for a vision zero task force; and WHEREAS, due to the large scale of this program, two full-time staff positions are needed to support the federal grant administration and project coordination of the Safe Streets and Roads for All grant; and WHEREAS, the required 25% match of $7,250,000.00 has been budgeted through the Street Bond. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, Page 1 Resolution: 301-24 File Number.' 2024-747 ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to accept a grant from the Department of Transportation (USDOT) Federal Highway Administration (FHWA) in the amount of $25,000,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a Grant Agreement with the Federal Highway Administration to implement the Safe Streets and Roads for Fayetteville, Arkansas — Accelerating Change Toward Vision Zero Project and further authorizes the Mayor to sign additional documents as necessary to receive the grant funds. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes and approves the addition of two full-time staff positions to manage the federal -aid funding requirements. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, establishing a new fund (2235) to account for the proceeds of the grant. PASSED and APPROVED on December 4, 2024 :ne roved: Attest: ,��tttt[tttrrr,� R K �• ' YET d Jordan, M or Kara Paxton, City eferk Treas rer '-,'S,�'. � NSA '� ��• Page 2 CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 4, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director FROM: Matt Mihalevich, Active Transportation Manager SUBJECT: Safe Streets and Roads for All Grant Agreement RECOMMENDATION: CITY COUNCIL MEMO 2024-747 Staff recommends approval of Grant Agreement with the United States Department of Transportation's (USDOT) Federal Highway Administration (FHWA) for acceptance of a grant through the Safe Streets and Roads for All (SS4A) program, approval of a budget adjustment recognizing $25,000,000 in federal -aid funding and $1,250,000 in funding from the University of Arkansas, establishing a new fund (2235) to account for the proceeds of the grant, authorizing the Mayor to sign additional grant documents as necessary to implement the projects and approval of two full time staff positions to manage the federal -aid funding requirements. BACKGROUND: The Bipartisan Infrastructure Law (BIL) established the new Safe Streets and Roads for All (SS4A) discretionary program, with $5 billion in appropriated funds over 5 years, 2022-2026. The SS4A program funds regional, local, and Tribal initiatives through grants to prevent roadway deaths and serious injuries. The SS4A program supports the U.S. Department of Transportation's National Roadway Safety Strategy and our goal of zero roadway deaths. Fayetteville was awarded Federal funding in the amount of $25 million through the SS4A program in December 2023. Funding was approved for Fayetteville's Vison Zero Strategy which focuses on five infrastructure projects as well as community education and awareness programming to be implemented over a five-year period. The University of Arkansas will be contributing half of the required matching funds for the Maple Street Project in the amount of $1,250,000. DISCUSSION: The five street sections identified on the high injury network for safety improvements funded through the SS4A grant are: W. Maple Street Garland Ave to Gregg Ave), N. College Avenue (Sycamore St. to Township St.), South School (M.L.K. Blvd to 151h St.), N. Gregg Ave. (North St. to Drake St.) and E. Joyce Blvd. (College Ave to Crossover Rd.) The design of these projects will use the Safe System Approach to reduce and eliminate fatal and serious injury crashes on our transportation system. In addition to infrastructure improvements, the SS4A funding includes $500,000 for education and awareness. This funding will be used for a variety of safety outreach programs including strategic marketing campaigns, bicycle safety equipment, crosswalk awareness, professional training and resources a for a vision zero task force. Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Due to the large scale of this program, two full-time staff positions are needed to support the federal grant administration and project coordination of the Safe Streets and Roads for All grant. This includes managing all aspects of the SSFA grant including the consultant contracts, timeline, reimbursements, procurement and meeting all the requirements from the Federal Highway Administration. Costs associated with these two positions are included in the five-year budget and approved by FHWA. BUDGET/STAFF IMPACT: The required 25% match of $7,250,000 has been budgeted through the Street Bond. The staff positions are one Federal Aid Project Manager and one Federal Aid Project Coordinator to be funded for a 5-year period by the SS4 grant. $1,250,000 in matching funds for Maple Street will be contributed by the University of Arkansas for the Maple Street Project. Because the financial activity will not begin until next year, the Budget Adjustment will be posted on January 1, 2025. ATTACHMENTS: SRF (#3), BA (#4), Fayetteville Implementation Grant Award Fact Sheet with Map (#5), 11- 5-24 FHWA SS4A Agreement - Final (#6), Budget Information - Construction Programs (#7), Financial Summary (#8), Personnel Services - Estimated Cost (#9), Applicant Budget Detail Form - Signed (#10), Education and Awareness Budget (#11), FHWA SS4A Agreement Revised 12-2-24 (#12) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 == City of Fayetteville, Arkansas Y 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-747 Safe Streets and Roads for All Grant Agreement A RESOLUTION TO AUTHORIZE ACCEPTANCE OF A DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION GRANT IN THE AMOUNT OF $25,000,000.00, THROUGH THE SAFE STREETS AND ROADS FOR ALL PROGRAM, TO APPROVE A GRANT AGREEMENT WITH THE FEDERAL HIGHWAY ADMINISTRATION, TO APPROVE TWO NEW FULL TIME STAFF POSITIONS TO MANAGE THE FEDERAL -AID FUNDING REQUIREMENTS, AND TO APPROVE A BUDGET ADJUSTMENT ESTABLISHING A NEW FUND TO ACCOUNT FOR THE PROCEEDS OF THE GRANT WHEREAS, the Bipartisan Infrastructure Law (BIL) established the new Safe Streets and Roads for All (SS4A) discretionary program, with $5 billion in appropriated funds over 5 years, 2022-2026 to the U.S. Department of Transportation's National Roadway Safety Strategy and our goal of zero roadway deaths; and WHEREAS, Fayetteville was awarded Federal funding in the amount of $25 million through the SS4A program in December 2023 for Fayetteville's Vison Zero Strategy which focuses on five infrastructure projects as well as community education and awareness programming to be implemented over a five- year period; and WHEREAS, the University of Arkansas will be contributing half of the required matching funds for the Maple Street Project in the amount of $1,250,000.00; and WHEREAS, the five street sections identified on the high injury network for safety improvements funded through the SS4A grant are: West Maple Street Garland Avenue to Gregg Avenue, North College Avenue (Sycamore Street to Township Street), South School (M.LK. Blvd to 15th Street), North Gregg Avenue (North Street to Drake Street) and East Joyce Boulevard (College Avenue to Crossover Road) using the Safe System Approach to reduce and eliminate fatal and serious injury crashes on our transportation system; and WHEREAS, in addition to infrastructure improvements, the SS4A funding includes $500,000.00 for education and awareness. This funding will be used for a variety of safety outreach programs including strategic marketing campaigns, bicycle safety equipment, crosswalk awareness, professional training and resources for a vision zero task force; and WHEREAS, due to the large scale of this program, two full-time staff positions are needed to support the federal grant administration and project coordination of the Safe Streets and Roads for All grant; and Page 1 Resolution: 301-24 File Number: 2024-747 WHEREAS, the required 25% match of $7,250,000.00 has been budgeted through the Street Bond. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to accept a grant from the Department of Transportation (USDOT) Federal Highway Administration (FHWA) in the amount of $25,000,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign a Grant Agreement with the Federal Highway Administration to implement the Safe Streets and Roads for Fayetteville, Arkansas — Accelerating Change Toward Vision Zero Project and further authorizes the Mayor to sign additional documents as necessary to receive the grant funds. Section 3: That the City Council of the City of Fayetteville, Arkansas hereby authorizes and approves the addition of two full-time staff positions to manage the federal -aid funding requirements. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution, establishing a new fund (2235) to account for the proceeds of the grant. Page 2 Matt Mihalevich Submitted By City of Fayetteville Staff Review Form 2024-747 Item ID 12/4/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 11/13/2024 ENGINEERING (621) Submitted Date Division / Department Action Recommendation: Staff recommends approval of Grant Agreement with the United States Department of Transportation's (USDOT) Federal Highway Administration (FHWA) for acceptance of a grant through the Safe Streets and Roads for All (SS4A) program, approval of a budget adjustment recognizing $25,000,000 in federal -aid funding and $1,250,000 in funding from the University of Arkansas, authorizing the Mayor to sign additional grant documents as necessary to implement the projects and approval of two full time staff positions to manage the federal -aid funding requirements. 2235.xxx.xxxx-xxxx.xx Account Number 32401 Project Number Budgeted Item? No Does item have a direct cost? No Is a Budget Adjustment attached? Yes Budget Impact: 2235 - Safe Street and Roads Grant Fund Safe Street and Roads Grant Project Title Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget $ 26,250,000.00 26,250,000.00 V20221130 Purchase Order Number: Change Order Number: Original Contract Number: Previous Ordinance or Resolution # 115-23 Approval Date: Comments: Budget Adjustment will be posted with a Fiscal Date of January 1, 2025. City of Fayetteville, Arkansas - Budget Adjustment (Agenda) 3 Errors Budget Year Division Adjustment Number PUBLIC WORKS DIRECTOR (610) /Org2 2025 (BY) Requestor: Matt Mihalevich BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Staff recommends approval of Grant Agreement with the United States Department of Transportation's (USDOT) Federal Highway Administration (FHWA) for acceptance of a grant through the Safe Streets and Roads for All (SS4A) program, approval of a budget adjustment recognizing $25,000,000 in federal -aid funding and $1,250,000 in funding from the University of Arkansas, authorizing the Mayor to sign additional grant documents as necessary to implement the projects and approval of two full time staff positions to manage the federal -aid funding requirements. COUNCIL DATE: ITEM ID#: 12/5/2024 2024-747 Nolly Black 11/13/2024 7:53 ANI RESOLUTION/ORDINANCE Budget Division Date TYPE: D - (City Council) JOURNAL#: GLDATE: 1/1/2025 CHKD/POSTED: TOTAL Account Number 26,250,000 26,250,000 Increase / (Decrease) Expense Revenue Project.Sub# Project Sub.Detl AT v.20241029 Account Name 2235.900.9220-4309.00 - 25,000,000 32401 9220 RE "Federal Grants - Capital 2235.900.9220-4420.00 2235.900.9220-5899.00 - 26,250,000 1,250,000 - 32401 32401 9220 RE 9220 EX "Payments by Property Owners -base "Unallocated - Budget I of 1 S Safe Streets and Roads for All 4 I A (SS4A) Grants Safe Streets and Roads for Fayetteville, Arkansas - Accelerating Change Toward Vision Zero Applicant: City of Fayetteville City of Fayetteville, Arkansas SS4A Award: $25,000,000 Project Description The City of Fayetteville is fir" awarded funds to implement its Vision Zero strategy, which "W" addresses safety problems in the City's most critical transportation corridors. These roadways were constructed\ using outdated auto -oriented 999t 63 "asH �"•- �lsille Road designs that invite high-speed driving and lack basic infrastructure for non -vehicular Proposed SS4A �\ Projects on HIN A) High Injury Network \2mmii data for use. These roadways have been Note: rdedcraps sehesbetd on betweansas en all recorded crashes between 2017-2021. City Boundaries 0 1 identified on Fayetteville's , Parks BOpen Space high -injury network, which represents just 12 percent of Fayetteville's roadway miles but accounts for 60 percent of fatal and serious -injury crashes. This project will implement five major capital improvement projects on high -injury corridors, paired with a community -wide education and awareness campaign (funded as a supplemental planning and demonstration activity). The five major projects will implement Proven Safety Countermeasures including improved lighting and corridor access management; appropriate speed limits; roundabout installation; dedicated left- and right -turn lanes at intersections; and vulnerable road user countermeasures including raised medians, pedestrian refuge islands, road diets, sidewalks, bike lanes, rectangular rapid -flashing beacons, and crosswalk visibility enhancements. Additional Information: C.1 Safe Streets and Roads for All Program(Grant Acceptance) Received from:Matthew Mihalevich 2024-747 12/02/2024 at 9:20 AM 1. Federal Award No. 2. Effective Date 3. Assistance Listings No. 693E32540169 See No. 16 Below 20.939 4. Award To 5. Sponsoring Office City of Fayetteville U.S.Department of Transportation 113 W Mountain Federal Highway Administration Fayetteville,AR 72701-6083 Office of Safety 1200 New Jersey Avenue,SE Unique Entity Id.:FKCQRMDULFH9 HSSA-1,Mail Drop E71-117 TIN No.: 71-6018462 Washington,DC 20590 6. Period of Performance 7. Total Amount Effective Date of Award— Federal Share: $25,000,000 December 31, 2029 Recipient Share: $7,250,000 Other Federal Funds: $0 Other Funds:(University of $1,250,000 Arkansas) $33,500,000 Total: 8. Type of Agreement 9. Authority Grant Section 24112 of the Infrastructure Investment and Jobs Act (Pub. L. 117-58,November 15,2021;also referred to as the "Bipartisan Infrastructure Law"or"BIL") 10. Procurement Request No. 11. Federal Funds Obligated HSA240238PR Base Phase(Pre-NEPA)$2,015,000 12. Submit Payment Requests To 14. Accounting and Appropriations Data See Article 5. 15X0174E50.0000.055SR30500.5592000000.41010.61006600 ($375,000) 15X0174E50.0000.055 SR40500.5592000000.41010.61006600 ($24,625,000) 13. Description of the Project The City of Fayetteville will implement a Vision Zero Strategy which consists of five catalyst projects each involving major on construction High Injury Network corridors to implement proven safety countermeasures as well as a community-wide public awareness and education campaign over 5 years. RECIPIENT FEDERAL HIGHWAY ADMINISTRATION 15. Signature of P rson horized to Sign 16. Signature of Agreement Officer • DAVID JAMES Digitally signed by DAVID JAMES VILLALOBOS VILLALOBOS Date:2025.01.14 11:45:22-05'00' Signature Date Signature Date Name:Lioneld Jord Name:David Villalobos Title:Mayor Title:Agreement Officer 1 of 24 U.S. DEPARTMENT OF TRANSPORTATION GRANT AGREEMENT UNDER THE FISCAL YEAR 2023 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM This agreement is between the United States Department of Transportation's (the "USDOT") Federal Highway Administration (the "FHWA") and the City of Fayetteville, Arkansas (the "Recipient"). This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A") Grant for the Safe Streets and Roads for Fayetteville, Arkansas — Accelerating change towards Vision Zero. 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 2023 Safe Streets and Roads for All ("SS4A") Grant Program,", which is available at https://www.transportation.gov/grants/ss4a/ rg ant -agreements under "Fiscal Year 2023." Articles 7-30 are in the General Terms and Conditions. The General Terms and Conditions are part of this agreement. (b) The Recipient acknowledges that it has knowledge of the General Terms and Conditions. Recipient also states that it is required to comply with all applicable Federal laws and regulations including, but not limited to, the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR part 200); National Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et seq.); and Build America, Buy America Act (BIL, div. G §§ 70901-27). (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, termination of the SS4A Grant, disallowing costs incurred for the Project, requiring the Recipient to refund to the FHWA the SS4A Grant, and reporting the non-compliance in the Federal -government -wide integrity and performance system. 2 of 24 ARTICLE 2 APPLICATION, PROJECT, AND AWARD 2.1 Application. Application Title: Safe Streets and Roads for Fayetteville, Arkansas — Accelerating Change Towards Vision Zero Application Date: 07/07/2023 2.2 Award Amount. SS4A Grant Amount: $25,000,000 2.3 Federal Obligation Information. Federal Obligation Type: Multiple 3 of 24 Obligation Condition Table Phase the Project Allocation of Obligation Condition the SS4A Grant Phase 1: Right -of -Way, and $904,000 The Recipient shall not expend any funds Utility Relocation (Federal or non -Federal) for, seek a. Project 1: College reimbursement of eligible costs, or otherwise Avenue ($400,000) begin any part of the final design and construction of an Implementation Project b. Project 2: S. School unless and until: Avenue ($304,000) (1) The requirements of the National c. Project 3: W. Maple Environmental Policy Act (42 U.S.C. § Street ($0) 4321 et seq.) ("NEPA"), Section 106 of d. Project 4: E. Joyce the National Historic Preservation Act (16 Blvd ($120,000) U.S.C. § 470f) ("NHPA"), and any other applicable environmental laws and e. Project 5: N. Gregg regulations have been met; and Ave. ($80,000) (2) FHWA, or a State with applicable NEPA Assignment authority, has approved the NEPA document for the Project and provided the Recipient with a written notice that the environmental review process is complete; and (3) FHWA has obligated additional funds for this phase and notified the Recipient in writing that the Recipient may proceed to the next activity after NEPA approval, and the Recipient has acknowledged receipt in writing of FHWA's notification. Recipient shall not proceed with any such activities until (2) and (3) as described in this section are met. Costs that are incurred before (2) and (3) as described in this section are met are not allowable costs under this agreement. Extent of activities that are permissible before NEPA is complete are those activities constituting "preliminary design" as specified in FHWA Order 6640.IA. 4 of 24 Obligation Condition Table Phase the Project Allocation of Obligation Condition the SS4A Grant Phase 2: Construction $22,081,000 The Recipient shall not expend any funds a) Project 1: College (Federal or non -Federal) for, seek Avenue reimbursement of eligible costs, or otherwise ($8,120,000) begin any part of the construction or final design and construction of an Implementation b) Project 2: S. School Project unless and until: Avenue Avers 6,000) (1) The requirements of the National Environmental Policy Act (42 U.S.C. § 4321 c) Project 3: W. Maple et seq.) ("NEPA"), Section 106 of the Street ($7,460,000) National Historic Preservation Act (16 U.S.C. d) Project 4: E. Joyce § 470f) ("NHPA"), and any other applicable Blvd ($1,935,000) environmental laws and regulations have been met; and e) Project 5: N. Gregg Ave. ($1,640,000) (2) FHWA, or a State with applicable NEPA Assignment authority, has approved the NEPA document for the Project and provided the Recipient with a written notice that the environmental review process is complete; and (3) FHWA has obligated additional funds for this phase and notified the Recipient in writing that the Recipient may proceed to the next activity after NEPA approval, and the Recipient has acknowledged receipt in writing of FHWA's notification. Recipient shall not proceed with any such activities until (2) and (3) as described in this section are met. Costs that are incurred before (2) and (3) as described in this section are met are not allowable costs under this agreement. Extent of activities that are permissible before NEPA is complete are those activities constituting "preliminary design" as specified in FHWA Order 6640.IA. 5 of 24 2.4 Budget Period. Base Phase Budget Period: Effective Date (Block 6 of Page 1) through a. Project 1: College Avenue: January 31, 2027 b. Project 2: S. School Avenue: January 31, 2027 c. Project 3: W. Maple Street: July 31, 2025 d. Project 4: E. Joyce Blvd: June 30, 2027 e. Project 5: N. Gregg Ave: June 30, 2027 f. Non -Infrastructure: Education & Awareness: December 31, 2028 Option Phase 1 Budget Period: Reserved a. Project 1: College Avenue: Reserved b. Project 2: S. School Avenue: Reserved c. Project 3: W. Maple Street: N/A d. Project 4: E. Joyce Blvd: Reserved e. Project 5: N. Gregg Ave: Reserved Option Phase 2 Budget Period: Reserved a. Project 1: College Avenue: Reserved b. Project 2: S. School Avenue: Reserved c. Project 3: W. Maple Street: Reserved d. Project 4: E. Joyce Blvd: Reserved e. Project 5: N. Gregg Ave: Reserved 2.5 Grant Designation. Designation: Implementation ARTICLE 3 SUMMARY PROJECT INFORMATION 3.1 Summary of Project's Statement of Work. Fayetteville's Vision Zero Strategy includes five distinct infrastructure catalyst projects and a community - wide education and awareness campaign. The education and awareness campaign schedule will consist of 1 year of planning and development and 4 years of implementation. Education & awareness funding may be allocated immediately upon approval of the grant agreement to begin selection of consultants and campaign development. The City of Fayetteville may use hourly rates of City staff time tracked as being in support of SS4A projects as eligible expenses counting toward local matching funds. Additional staff position(s) may also be added for project planning, design, administration, and management of the SS4A grant associated projects. 6 of 24 The infrastructure projects are at various levels of readiness and each project schedule will be independent of other projects' status. Separate NEPA approval will be requested for each infrastructure project and construction is planned to proceed on each project regardless of other projects phasing or NEPA status. The project will be completed in three phases as follows: 1) Base Phase: Pre-NEPA: a. Project 1: College Avenue: Conceptual/preliminary design was completed prior to grant award. Environmental documentation, public review of the preliminary design, and other necessary activities will be completed as required for NEPA approval. b. Project 2: S. School Avenue: Corridor study and conceptual design was completed prior to grant award; traffic study and analysis, environmental documentation, and public involvement will be completed in this phase to confirm or modify the concept from the study. Documents for approval of NEPA requirements will be developed. c. Project 3: W. Maple Street: Design and NEPA documentation have been developed prior to grant award. Public Involvement and review of design and environmental documentation will be completed in this phase. d. Project 4: E. Joyce Blvd: Corridor study to determine most effective safety countermeasures, preliminary design, public engagement, and environmental documentation. e. Project 5: N. Gregg Ave: 32 months: Corridor study to determine most effective safety countermeasures, preliminary design, public engagement, and environmental documentation. f. Supplemental Action Plan Education and Awareness) Activities: Development and implementation of plan. 2) Option Phase 1: Final Design, Right -of -Way, and Utility Relocation: Development of construction plans and acquisition of necessary rights of way and easements. Procurement of a construction manager for some or all project segments. Each project segment noted in the previous section will proceed as an independent project with separate obligation schedule. 3) Option Phase 2: Construction: Construction of each segment as noted above will proceed; procurement by use of standard bidding procedures or by alternative methods of procurement will be determined as each project proceeds, obligation of funds will be requested by project. 3.2 Project's Estimated Schedule. Fayetteville's Vision Zero Strategy includes five distinct infrastructure catalyst projects and a community - wide education and awareness campaign. The education and awareness campaign schedule will consist of 1 year of planning and development and 4 years of implementation. Education & awareness funding may be allocated immediately upon approval of the grant agreement to begin selection of consultants and campaign development. The infrastructure projects are at various levels of readiness and each project schedule will be independent of other projects' status. Separate NEPA approval will be requested for each infrastructure project and construction is to proceed on each project regardless of other projects phasing or NEPA status. Construction on Maple Street is scheduled to begin 6 to 12 months after the agreement date as Maple Street improvements are fully designed and are expected to be eligible for a categorical exclusion for NEPA approval. Construction is expected to be completed in 12 months; therefore, final completion for Maple Street is expected within 24 months of the project agreement date. 7 of 24 College Avenue and S School Ave improvements have conceptual design. These two projects are expected be ready for NEPA approval in 27 months from agreement date and ready for construction in 35 months. Final completion date is expected in 48 months. Joyce Blvd and Gregg Ave are at the beginning stages of public input and conceptual design comprehensive design and are expected to have NEPA Approval in 32 months, construction in 33 months, and complete construction in 52 months. The community -wide education campaign will inform key decision makers and members of the public in understanding Vision Zero principles and the Safe System Approach. These efforts may include but not be limited to: purchase of radar speed feedback and other supplementary safety signage on high injury corridors, a Vision Zero public service announcement campaign, staffing of city or regional Vision Zero program manager position, a "Twenty is Plenty" messaging campaign, reporting and website services to support a Vision Zero Taskforce, professional development workshops training and seminars for City and University of Arkansas staff and other local transportation professionals. (Remainder of this Page Left Blank Intentionally) 8 of 24 Implementation Schedule (Construction) Milestone Schedule Date Planned NEPA Completion Date: Project 3: W Maple Street, May 31, 2025 Project 1: College Ave, June 30, 2026 Project 2: S School Ave June 30, 2026 Project 5: N Gregg Ave November 31, 2027 Project 4: E Joyce Blvd November 31, 2027 Planned Construction Start Date Project 3: W Maple Street, September 30, 2025 Project 1: College Ave, June 30, 2027 Project 2: S School Ave, June 30, 2027 Project 5: N Gregg Ave, November 30, 2027 Project 4: E Joyce Blvd, November 30, 2027 Planned Construction Substantial Project 3: W Maple Street, September 30, 2026 Completion and Open to Public Use Date: Project 1: College Ave, June 30, 2028 Project 2: S School Ave, June 30, 2028 Project 5: N Gregg Ave, November 31, 2028 Project 4: E Joyce Blvd, November 31, 2028 Planned SS4A Final Report Date: December 31, 2028 Implementation Schedule (Non -Construction) Milestone Schedule Date Planned NEPA Completion Date: N/A Planned Activity Completion Date: December 31, 2028 Planned SS4A Final Report Date: December 31, 2028 3.3 Project's Estimated Costs. (a) Eligible Project Costs 9 of 24 Eligible Project Costs SS4A Grant Amount: $25,000,000 Other Federal Funds: $0 State Funds: $0 Local Funds: $7,250,000 In -Kind Match: $0 Other Funds (University of Arkansas): $1,250,000 Total Eligible Project Cost: $33,500,000 (b) Cost Classification Table — Planning and Demonstration Grants with demonstration activities and Implementation Grants Only Cost Classification Total Costs Non-SS4A Previously Incurred Costs Eligible Costs Administrative and legal expenses $1,000,000 $1,000,000 Land, structures, rights -of- way, appraisals, etc. $1,130,000 $1,130,000 Architectural and engineering fees $1,700,000 $1,700,000 Project inspection fees $550,000 $550,000 Construction $26,133,000 $26,133,000 Equipment $100,000 $100,000 Miscellaneous $400,000 $400,000 Contingency $2,487,000 $2,487,000 Project Total $33,500,000 $33,500,000 (c) Indirect Costs Indirect costs are allowable under this Agreement in accordance with 2 CFR part 200 and the Recipient's approved Budget Application. In the event the Recipient's indirect cost rate changes, the Recipient will notify FHWA of the planned adjustment and provide supporting documentation for such adjustment. This Indirect Cost provision does not operate to waive the limitations on Federal funding provided in this document. The Recipient's indirect costs are allowable only insofar as they do not cause the Recipient to exceed the total obligated funding. 10 of 24 ARTICLE 4 RECIPIENT INFORMATION 4.1 Recipient Contact(s). Chris Brown Public Works Director City of Fayetteville, Arkansas 113 W Mountain Street Fayetteville, AR 72701 479-575-8207 cbrownAfUetteville-ar. gov 4.2 Recipient Key Personnel. Name Chris Brown Steven Dodson Lyssie Koscheski Matt Casey Matt Mihalevich Dane Eifling 4.3 USDOT Project Contact(s). Title or Position Public Works Director Deputy CFO Accounting Manager — Bond, Contract & Grant Reporting Engineering Design Services Manager Active Transportation Manager Mobility Coordinator Safe Streets and Roads for All Program Manager Federal Highway Administration Office of Safety HSSA-1, Mail Stop: E71-117 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-366-2822 SS4A.FHWA(a),dot.gov and Agreement Officer (AO) Federal Highway Administration Office of Acquisition and Grants Management HCFA-42, Mail Stop E62-310 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-493-2402 HCFAS S4Akdot. gov and 11 of 24 Division Administrator — Vivien N. Hoang, Arkansas Agreement Officer's Representative (AOR) 700 West Capitol Little Rock, AR 72201 501-324-5625 Vivien.Hoang&dot. gov and Valera McDaniel AR Division Office Lead Point of Contact Grants Program Manager 700 West Capitol Little Rock, AR 72201 501-324-5326 Valera.McDanielAdot.gov ARTICLE 5 USDOT ADMINISTRATIVE INFORMATION 5.1 Office for Subaward and Contract Authorization. USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition and Grants Management SUBAWARDS AND CONTRACTS APPROVAL Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of subrecipient (who is awarded a subaward) versus contractor (who is awarded a contract). Note: Recipients with a procurement system deemed approved and accepted by the Government or by the Agreement Officer (the "AO") are exempt from the requirements of this clause. See 2 CFR 200.317 through 200.327. In accordance with 2 CFR 200.308(f)(6), the recipient or subrecipient shall obtain prior written approval from the USDOT agreement officer for the subaward, if the subaward activities were not proposed in the application or approved in the Federal award. This provision is in accordance with 2 CFR 200.308(f)(6) and does not apply to procurement transactions for goods and services. Approval will be issued through written notification from the AO or a formal amendment to the Agreement. The following subawards and contracts are currently approved under the Agreement by the AO. This list does not include supplies, material, equipment, or general support services which are exempt from the pre -approval requirements of this clause. 5.2 Reimbursement Requests (a) The Recipient may request reimbursement of costs incurred within the budget period of this agreement if those costs do not exceed the amount of funds obligated and are allowable under the applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request reimbursement more frequently than monthly. (b) The Recipient shall use the DELPHI iSupplier System to submit requests for reimbursement to the payment office. When requesting reimbursement of costs incurred or credit for cost share incurred, the Recipient shall electronically submit supporting cost detail with the SF-270 (Request for Advance or Reimbursement) 12 of 24 or SF-271 (Outlay Report and Request for Reimbursement for Construction Programs) to clearly document all costs incurred. (c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred, including direct labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify the Federal share and the Recipient's share of costs. If the Recipient does not provide sufficient detail in a request for reimbursement, the Agreement Officer's Representative (the "AOR") may withhold processing that request until the Recipient provides sufficient detail. (d) The USDOT shall not reimburse costs unless the AOR reviews and approves the costs to ensure that progress on this agreement is sufficient to substantiate payment. (e) In the rare instance the Recipient is unable to receive electronic funds transfers (EFT), payment by EFT would impose a hardship on the Recipient because of their inability to manage an account at a financial institution, and/or the Recipient is unable to use the DELPHI iSupplier System to submit their requests for disbursement, the FHWA may waive the requirement that the Recipient use the DELPHI iSupplier System. The Recipient shall contact the Division Office Lead Point of Contact for instructions on and requirements related to pursuing a waiver. (f) The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for Recipients. ARTICLE 6 SPECIAL GRANT TERMS 6.1 SS4A funds must be expended within five years after the grant agreement is executed and DOT obligates the funds, which is the budget period end date in section 10.3 of the Terms and Conditions and section 2.4 in this agreement. 6.2. The Recipient demonstrates compliance with civil rights obligations and nondiscrimination laws, including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act (ADA), and Section 504 of the Rehabilitation Act, and accompanying regulations. Recipients of Federal transportation funding will also be required to comply fully with regulations and guidance for the ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, and all other civil rights requirements. 6.3 SS4A Funds will be allocated to the Recipient and made available to the Recipient in accordance with FHWA procedures. 6.4 The Recipient of a Planning and Demonstration Grant that involves a demonstration activity agrees to provide an assessment of each demonstration activity and update the existing Action Plan, which will incorporate the information gathered in the Action Plan's list of projects or strategies and/or inform another part of the existing Action Plan. The Recipient also agrees that demonstration activities are temporary in nature and must be removed and/or ended following the conclusion of the project if the assessment of the demonstration activities does not affirm that the activities provide safety benefits. 6.5 The Recipient of an Implementation Grant agrees to update its Action Plan within two years of the date of this agreement to: align with all Comprehensive Safety Action Plan components in Table 1 of the SS4A FY 2023 NOFO corresponding with any "no" responses in the Self -Certification Eligibility Worksheet; ensure that the Action Plan's safety focus includes all road users, including pedestrians, bicyclists, and motor vehicle safety; and ensure that the Action Plan was last updated not more than three years prior. 6.6 The Recipient acknowledges that it is required to conduct certain environmental analyses and to prepare and submit to FHWA, or State with applicable NEPA Assignment authority, documents required under NEPA, and other applicable environmental statutes and regulations before the Government will obligate 13 of 24 funds for Option Phase 1 under this agreement and provide the Recipient with a written notice to proceed with Option Phase 1. 6.7 The Government's execution of this agreement does not in any way constitute pre -approval or waiver of any of the regulations imposed upon Recipient under the applicable Federal rules, regulations and laws regarding SS4A projects undertaken in accordance with the terms and conditions of this agreement. The Recipient shall comply with all applicable Federal requirements before incurring any costs under this agreement. 14 of 24 ATTACHMENT A PERFORMANCE MEASUREMENT INFORMATION Study Area: City Boundaries of Fayetteville Arkansas Baseline Measurement Date: December 31, 2024 Baseline Report Date: December 31, 2028 Table 1: Performance Measure Table Measurement Measure Category and Description Frequency and Reporting Deadline Safety Performance Annually and for Implementation Grants [ p Fatalities: Total annual fatalities in the within 120 days and Planning and project location(s) after the end of the Demonstration Grants with period of demonstration activities] performance Safety Performance Serious Injuries: Total annual serious Annually and Y [for Implementation Grants injuries in the project location(s) [if within 120 days and Planning and available] after the end of the Demonstration Grants with period of demonstration activities] performance Safety Performance Crashes by Road User Category: Total Annually and annual crashes in the project location(s) within 120 days [for Implementation Grants broken out by types of roadway users and Planning and involved (e.g., pedestrians, bicyclists, after the end of the Demonstration Grants with motorcyclist, passenger vehicle occupant, period demonstration activities] commercial vehicle occupant) performance ce Percent of Funds to Underserved Within 120 days Equity Communities: Funding amount (of total after the end of the [for all Grants] project amount) benefitting underserved period of communities, as defined by USDOT performance Costs Project Costs: Quantification of the cost Within 120 days of each eligible project carried out using after the end of the [for all Grants] the rant g period of performance 15 of 24 Measurement Measure Category and Description Frequency and Reporting Deadline Outcomes and Benefits [for Implementation Grants Quantitative Project Benefits: Within 120 days and Planning and Quantification of evidence -based projects after the end of the Demonstration Grants with or strategies implemented (e.g., miles of period of demonstration activities] sidewalks installed, number of pedestrian performance crossings upgraded, etc.) Outcomes and Benefits Qualitative Project Benefits: Qualitative [for Implementation Grants description of evidence -based projects or Within 120 days after the end of the and Planning and strategies implemented (e.g., narrative period of Demonstration Grants with descriptions, testimonials, high -quality performance demonstration activities] before and after photos, etc.) Outcomes and Benefits [for Implementation Grants Project Location(s): GIS/geo coordinate Within 120 days after the end of the and Planning and information normaton identifying specific project period of Demonstration Grants with location(s) performance demonstration activities] Lessons Learned and Lessons Learned and Recommendations: Within 120 days Recommendations Description of lessons learned and any after the end of the recommendations relating to future period of [for all Grants] projects or strategies to prevent death and performance serious injury on roads and streets. 16 of 24 ATTACHMENT B CHANGES FROM APPLICATION Describe all material differences between the scope, schedule, and budget described in the application and the scope, schedule, and budget described in Article 3. The purpose of Attachment B is to clearly and accurately document any differences in scope, schedule, and budget to establish the parties' knowledge and acceptance of those differences. See Article 11 for the Statement of Work, Schedule, and Budget Changes. If there are no changes, please insert "N/A" in Section 3.3 of the table. Scope: No changes from application. Schedule: No changes from application. Budget: The SF-424C form was corrected for the cost estimate for Project 3: W Maple Street. The design of the irrigation was an error. The cost is for the installation of the irrigation and not the design. The overall budget amounts did not change. The table below provides a summary comparison of the project budget. Fund Source Application $ % Section 3.3 $ % Previously Incurred Costs (Non -Eligible Project Costs) Federal Funds 0 0 0 0 Non -Federal Funds 0 0 0 0 Total Previously Incurred Costs 0 0 0 0 Future Eligible Project Costs SS4AFunds Other Federal Funds 0 0 Non -Federal Funds Total Future Eligible Project Costs Total Project Costs 17 of 24 ATTACHMENT C 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 align with the application: A racial equity impact analysis has been completed for the Project. (Identify a X 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) The Project includes new or improved walking, biking, and rolling access for X 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, as described 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 intends to take relevant actions described 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. 2. Supporting Narrative. The City of Fayetteville has adopted the Northwest Arkansas Comprehensive Safety Action Plan which incorporates equity analysis to identify communities that have disproportionate safety impacts. Fayetteville's Safe Streets for All Vision Zero Strategy projects included multimodal mobility improvements that proactively create new connections and opportunities for underserved communities. The project includes improvements for walking, biking, and rolling for individuals with disabilities. All five projects' areas are in underserved areas and are planned to add sidewalks, protected bicycle infrastructure, crosswalks, reducing vehicular speeds and reallocation of space away from automobiles toward pedestrians and other vulnerable road users. 18 of 24 ATTACHMENT D 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 align with the application: The Project directly supports a Local/Regional/State Climate Action Plan that X 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 X 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.) 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) 19 of 24 The Recipient has taken other actions to consider climate change and environmental justice impacts of the Project, as described in the supporting narrative below. The Recipient has not yet taken actions to consider climate change and environmental justice impacts of the Project but will take relevant actions described 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. Fayetteville's Energy Action Plan outlines the City's goals for reducing greenhouse gas emissions and sustainable transportation alternatives. Fayetteville's SS4A Vizion Zero strategy includes addition of sidewalks, protected bicycle infrastructure and transit improvements which will allow people safely engage in zero -emission active mobility. Fayetteville's Vision Zero Strategy is focused on retrofitting existing streets in Fayetteville's High -Injury Network and will have negligible environmental impacts. All implementation areas avoid adverse environmental impacts and are within existing dilapidated or underutilized roadways. 20 of 24 ATTACHMENT E LABOR AND WORKFORCE 1. Efforts to Support Good -Paying Jobs and Strong Labor Standards The Recipient states that rows marked with "X" in the following table align with the application: The Recipient demonstrates, to the full extent possible consistent with the law, an effort to create good -paying jobs with the free and fair choice to join a union and incorporation of high labor standards. (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. (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) 21 of 24 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 and meet the requirements as outlined in the Notice of Funding Opportunity to make good faith efforts to meet the goals of 6.9 percent of construction project hours being performed by women and goals that vary based on geography for construction work hours and for work being performed by people of color; 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- X 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 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. For construction of the Project, the City of Fayetteville will contract services through a competitive bidding/selection process in accordance with relevant laws and City Policy. Workforce and labor standards are incorporated with the City's purchasing review process, which requires compliance with all Federal and State regulations, including Equal Employment Opportunity (EEO), Disadvantaged Business Enterprise (DBE), and OSHA. The City's Economic Vitality Department is a key partner in managing economic growth driven by development and transportation, including the provision of programming that helps residents pursue high -wage, high -skill, high -demand (M) jobs. As part of its periodic economic development strategic planning efforts, the City has identified several target industries —including infrastructure —which will be used to guide alignment of the City's future investments in workforce training, K-12 career and technical education, and industry partnership building. The five catalyst projects associated with this Project will directly benefit Fayetteville's primary commercial districts to better connect hundreds of local businesses and to enable multi -modal access to critical community services. Improvements to N. College Avenue and S. School Avenue will support the implementation of the City's 71 B Corridor Plan, which reimagines the region's primary transportation 22 of 24 route and artery of commerce by applying the concept of corridor urbanism. Investment in a safer, multi - modal transportation network better connects workers, students, and residents to the place where they live and work. This Project likewise provides more equitable access to the region's primary engine for economic development, the University of Arkansas, by improving access to the Razorback Greenway. 23 of 24 ATTACHMENT F CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE 1. Efforts to strengthen the Security and Resilience of Critical Infrastructure against both Physical and Cyber Threats. The Recipient states that rows marked with "X" in the following table are accurate: X The Recipient demonstrates, prior to the signing of this agreement, effort to consider and address physical and cyber security risks relevant to the transportation mode and type and scale of the activities. The Recipient appropriately considered and addressed physical and cyber security and resilience in the planning, design and oversight of the project, as determined by the Department and the Department of Homeland Security. X For projects in floodplains: The Recipient appropriately considered whether the project was upgraded consistent with the Federal Flood Risk Management Standard, to the extent consistent with current law, in Executive Order 14030, Climate -Related Financial Risk (86 FR 27967), and Executive Order 13690, Establishing a Federal Flood Risk Management Standard and a Process for Further Solicit and Considering Stakeholder Input (80 FR 6425). 2. Supporting Narrative. The City of Fayetteville's Electronic Communication Policy and Procedures addresses privacy, downloading and installing software, file storage, backups, shared devices and all relevant risks associated with electronic transmission of information, documents and funds. College Avenue is the only project corridor identified in Fayetteville's Vision Zero Strategy that crosses a floodplain. The roadway uses an existing box culvert crossing of Sublet Creek, stormwater will continue to be directed through existing culverts and storm drains, no drainage upgrades are included in project scope. 24 of 24 OMB Number: 4040-0008 Expiration Date: 02/28/2025 BUDGET INFORMATION - Construction Programs NOTE: Certain Federal assistance programs require additional computations to arrive at the Federal share of project costs eligible for participation. If such is the case, you will be notified. COST CLASSIFICATION a. Total Cost b. Costs Not Allowable for Participation c. Total Allowable Costs (Columns a-b) 1. Administrative and legal expenses $ 1, 000, 000. 00 $ 1, 000, 000.00 $ 2. Land, structures, rights -of -way, appraisals, etc. $ 11130, 000.00 $ $ 1,130, 000. o0 3. Relocation expenses and payments $ $ $ 4. Architectural and engineering fees $ 1, 700, 000.00 $ $ 1,700,000.00 5. Other architectural and engineering fees $ $ $ 6. Project inspection fees $ sso, 000. oo $ $ sso, 000. o0 7. Site work $ $ $ 8. Demolition and removal $ $ $ 9. Construction $ 26, 133, 000.00 $ $ 26, 133, 000.00 10. Equipment $ F 100, 000.00 $ $ 100, 000. 00 11. Miscellaneous $ 400,000.00 $ $ 400,000.00 12. SUBTOTAL (sum of lines 1-11) $ F 31, 013, 000.00 $ $ 31, 013, 000. 00 13. Contingencies $ 2, 487, 000. oo $ $ 2, 4a7, 000. 00 14. SUBTOTAL $ 33, s00, 000.00 $ $ 33,500,000.00 15. Project (program) income $ F 0.00 $ $ o . 00 16. TOTAL PROJECT COSTS (subtract #15 from #14) $ 33, 500, 000. 00 $ $ 33, 500, 0 00. 00 FEDERAL FUNDING 17. Federal assistance requested, calculate as follows: (Consult Federal agency for Federal percentage share.) Enter the resulting Federal share. Enter eligible costs from line 16c Multiply X $ 25, 000, 000.00 2023 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM - FINANCIAL SUMMARY NEPA Completion: 6/30/2026 6/30/2026 5/31/2025 11/30/2027 11/30/2027 Construction Start Date: 6/30/2027 6/30/2027 9/30/2025 11/30/2027 11/30/2027 Construction End Date: 6/30/2028 6/30/2028 9/30/2026 11/31/2028 11/31/2028 Administrative and Legal Expense Land, structures, rights -of -way, appraisals, etc. Architecturalandengineeringfees 746,268.66 843,283.58 1,268,656.72 74.6% 74.6% 74.6% 253,731.34 286,716.42 431,343.28 253,731.34 - 286,716.42 - 431,343.28 - 1,000,000 1,130,000 1,700,000 346,000 500,000 450,000 156,000 380,000 540,000 314,000 - 95,000 114,000 150,000 335,000 70,000 - 100,000 - 280,000 - Project Inspection fees 410,447.76 74.6% 139,552.24 139,552.24 - 550,000 187,000 75,350 194,700 58,300 34,650 - Construction 19,502,238.81 74.6% 6,630,761.19 5,380,761.19 1,250,000 26,133,000 8,910,000 3,573,000 9,250,000 2,765,000 1,635,000 - Equipment 74,626.87 74.6% 25,373.13 25,373.13 - 100,000 - - - - - 100,000 Miscellaneous Contingencies 298,507.46 1,855,970.14 74.6% 74.6% 101,492.54 631,029.86 101,492.54 - 631,029.86 - 400,000 2,487,000 - 1,030,240 - 428,760 - 500,000 - 331,800 - 400,000 196,200 - Total Project Costs 25,000,000.00 74.6% 8,500,000.00 7,250,000.00 1,250,000 33,500,000 11,423,240 5,153,110 10,353,700 3,754,100 2,315,850 500,000 Architectural and engineering fees ■ ■ 1,275,000 337,500 405,000 71,250 251,250 210,000 - Equipment 75,000 - - - - - 75,000 Miscellaneous 300,000 - - - - - 300,000 Administrative and Legal Expense (Reconciling Adjustment) - 365,000 142,500 115,000 (31,250) 68,750 70,000 - Federal Funds Obligated (12/3/2024) 2,015,000 480,000 520,000 40,000 320,000 280,000 375,000 Pg 4 of 24 S4A Grant Allocation - Phase 1: Right-Of-Way/Utility Relocations: Land, structures, rights -of -way, appraisals, etc. 847,500 375,000 285,000 - 112,500 75,000 - Administrative and Legal Expense (Reconciling Adjustment) 56,500 `25,000 19,000 - 7,500 5,000 - Federal Funds Obligated (Based on each Project) 904,000 400,000 304,000 - 120,000 80,000 - S4A Grant Allocation - Phase 2: Construction: Pg 5 of 24 Project Inspection fees 412,800 140,300 56,600 146,100 43,800 26,000 - Construction 19,599,900 6,682,500 2,679,800 6,937,500 2,073,800 1,226,300 - Contingencies 1,865,400 772,700 321,600 375,000 248,900 147,200 - Administrative and Legal Expense (Reconciling Adjustment) 202,900 524,500 (132,000) 1,400 (431,500) 240,500 - Federal Funds Obligated (Based on each Project) 22,081,000 8,120,000 2,926,000 7,460,000 1,935,000 1,640,000 - SS4A Grant Allocation Total 25,000,000 9,000,000 3,750,000 7,500,000 2,375,000 2,000,000 375,000 University of Arkansas - Portion 1,250,000 - - 1,250,000 - - - City of Fayetteville - Portion 7,250,000 2,423,240 1,403,110 1,603,700 1,379,100 315,850 125,000 PERSONNEL SERVICES - ESTIMATED COST: ff .. . m - _IW •, SALARY REGULAR -5100.00 $ 32.31 $ 67,205 $ 69,893 $ 72,689 $ 75,597 $ 78,621 $ FICATAXES -5105.00 6.20% 4,167 4,334 4,507 4,687 4,874 $ MEDICARE TAXES .5105.01 1.45% 974 1,013 1,054 1,096 1,140 $ HEALTH BUDGET -5108.00 10,248 10,658 11,084 11,527 11,988 $ LTD BUDGET -5108.01 241 251 261 271 282 $ ADD BUDGET -5108.02 6 6 6 6 6$ LIFE BUDGET -5108.03 251 261 271 282 293 $ PENSION BUDGET .5109.06 12.00% 8,065 8,388 8,724 9,073 9,436 $ TOTAL 364,005 22,569 5,277 55,505 1,306 30 1,358 43,686 PERSONNELTOTAL $ 91,157 $ 94,804 $ 98,596 $ 102,539 $ 106,640 $ 493,736 SALARY REGULAR 5100.00 $ 28.58 $ 59,446 $ 61,824 $ 64,297 $ 66,869 $ 69,544 $ 321,980 FICATAXES -5105.00 6.20% 4,167 4,334 4,507 4,687 4,874 $ 22,569 MEDICARE TAXES .5105.01 1.45% 974 1,013 1,054 1,096 1,140 $ 5,277 HEALTH BUDGET -5108.00 10,248 10,658 11,084 11,527 11,988 $ 55,505 LTD BUDGET -5108.01 241 251 261 271 282 $ 1,306 ADD BUDGET -5108.02 6 6 6 6 6$ 30 LIFE BUDGET -5108.03 251 261 271 282 293 $ 1,358 PENSION BUDGET .5109.06 12.00% 8,065 8,388 8,724 9,073 9,436 $ 43,686 PERSONNELTOTAL $ 83,398 $ 86,735 $ 90,204 $ 93,811 $ 97,563 $ 451,711 SALARY REGULAR-5100.00 $ 23.00 $ 7,889 BENEFITS 35.50% 2,801 $ 8,205 2,913 $ 8,533 3,029 ., $ 8,874 3,150 $ 9,229 $ 3,276 $ . wm 42,730 15,169 PERSONNELTOTAL $ 10,690 $ 11,118 $ 11,562 $ 12,024 $ 12,505 $ 57,899 GRAND TOTAL $ 185,245 $ 192,657 $ 200,362 $ 208,374 $ 216,708 1,003,346 Budget Detail Form — Construction Programs Lead Recipient City o Fa etteville Name 2023 Sae Streets and Roads or All -Program Project Title Safe Streets and Roads for Fayeteville, Arkansas — Accelerating Change Towards Vision Zero PURPOSE This form is intended to solicit budgetary details from organizations receiving financial assistance (e.g., federal funding) from the Federal Highway Administration (FHWA). These details are necessary for the FHWA Office of Acquisition & Grants Management (HCFA) to document that elements contained in the proposed budget for the anticipated federal award are Allowable, Allocable, and Reasonable, as defined in Title 2 of the Code of Federal Regulations, Part 200 (2 CFR Part 200 Subpart E Cost Principles). This form is not intended to duplicate information contained in the recipient's application, as submitted. Should the application, as submitted, contain any of the applicable information requested below, recipients may insert that data into this form, or provide a citation for its location in the application, to include the document title, section, and page number. STANDARD FORMS If the forms submitted in the application contain outdated and/or revised information, please provide the Standard Forms (SFs) listed below. Forms are available at: https://www.2rants.2ov/forms/forms-repository/sf-424-familv Those SF's include the following: • SF-424: Application for Federal Assistance • SF-424C: Budget Information — Construction Programs Updated SF-424C Provided PROJECT BUDGET SUMMARY Table 1 -- Project Budget Summary — See Attachment A for detailed summary Cost Classification Federal Share Non -Federal Share Total Costs Administrative and Legal Expense $746,268.66 $253,731.34 $1,000,000.00 Land, structures, rights -of -way, appraisals, etc. $843,283.58 $286,716.42 $1,130,000.00 Relocation expenses and payments $0.00 $0.00 $0.00 Architectural and engineering fees $1,268,656.72 $431,343.28 $1,700,000.00 Other architectural and engineering fees $0.00 $0.00 $0.00 Project Inspection fees $410,447.76 $139,552.24 $550,000.00 Site Work $0.00 $0.00 $0.00 Demolition and Removal $0.00 $0.00 $0.00 Construction $19,502,238.81 $6,630,761.19 $26,133,000.00 Equipment $74,626.87 $25,373.13 $100,000.00 Miscellaneous $298,507.46 $101,492.54 $400,000.00 Contingencies $1,855,970.14 $631,029.86 $2,487,000.00 Total Project Costs* $ 25,000,000.00 $ 8,500,000.00 $ 33,500,000.00 *Total Project Costs Row above contain auto -sum formulas. After entering estimated costs, select the table and press F9 to update those totals. These totals must align with those contained in the SF-424 and SF424C. If they do not, those forms must be revised and resubmitted to Ff WA. COST SHARE Provide a table with the sources of cost share, the type of cost share and the amounts. Cost Share Sources Table Entity Type of Cost Share Amount University of Arkansas Direct construction funding contribution — Maple $ 1,250,000.00 Street City of Fayetteville Local Sales Tax Funding $7,250,000.00 i. Evidence of Commitment: Provide letters of commitment from entities providing cost share, to include the pledged amount from each entity. Attachment B — Funding commitment Letter from Chancellor Charles Robinson. (Note: Letter says 10% match from U of A, this was based on an early 20% overall match. We are actually matching 25% with local funds so the actual commitment will be 12.5% ($1,250,000) from the U of A. COST CLASSIFICATION 1) Administrative and legal expenses (Note: Sections la to if are for costs budgeted for the lead applicant/recipient only.) a) Personnel i. General: Does the recipient's project budget contain costs for the lead recipient's personnel within the administrative expenses? ® Yes (Complete Section below) ❑ No (Move on to 1.c. Travel Section) ii. Personnel Summary Table: Provide a budget table that includes the anticipated lead recipient's personnel costs and basis of personnel estimate. See Appendix A for an example of a Personnel summary table if needed. Hourly Estimated Estimated Personnel Labor Category Labor Rate Hours Costs ($) ($) Federal Aid Project Manager $35.00 10,400 $364,000 Federal Aid Project Coordinator 1 $31.00 10,400 $322,000 City of Fayetteville Other Staff $31.00 1,717 $53,277 Total Estimated Personnel Costs 22,517 $739,277 iii. Escalation Rate: Identify the annual direct labor escalation rate and its basis. Indicate when and how escalation will be calculated/implemented. 4% annual escalation rate included and averaged across a five-year period. b) Fringe Benefits i. General: Does the lead applicant/recipient's project budget contain direct costs for the lead recipient's fringe benefits within the administrative expenses? ❑X Yes (Complete Section below) ❑ No (Move on to 1.c. Travel Section) ii. Fringe Benefit Summary Table: Provide the lead recipient's fringe benefit rate(s), basis of the fringe rate, and anticipated total costs. See Appendix A for an example of a Fringe Benefits summary table if needed. Basis of Rate Estimated Fringe (Labor Category or Individual Total Direct Period Benefit Rate Estimated Fringe Labor) Labor Costs (FI) (/) Benefits Costs ($) ($) Federal Aid Project Manager $364,000 FY25-30 35.5% $125,000 Federal Aid Project Coordinator $322,000 FY25-30 35.5% $116,600 City of Fayetteville Other Staff $53,277 FY25-30 35.5% $19,123 Total Estimated Fringe Benefits Costs $260,723 Total Estimated Personnel Costs $1,000,000 Total Benefits including iii. Supporting Documentation: Provide evidence verifying that the basis fringe rate has been approved within the organization. Examples could include a letter or other document from the cognizant authority (e.g., CFO or Controller) within the recipient's organization. Attachment C - June 2812024 E-mail from City of Fayetteville Deputy CFO Steven Dotson c) Travel i. General: Does the recipient's project budget contain costs for the lead applicant/recipient's travel within the administrative expenses? ❑ Yes (Complete Section below) ® No (Move onto Ld —Equipment Section) ii. Travel Summary Table: Provide a budget table that includes the anticipated travel costs. See Appendix A for an example of a Travel summary table if needed. d) Equipment i. General: Does the recipient's project budget contain acquisition costs for the lead recipient's equipment within the administrative expenses? ❑ Yes (Complete Section below) ® No (Move on to Le - Supplies Section) ii. Equipment Summary Table: Provide a budget table that includes the anticipated acquisition equipment costs. See Appendix A for an example of an Equipment summary table if needed. e) Supplies i. General: Does the recipient's project budget contain costs for the lead recipient's supplies within the administrative expenses? ❑ Yes (Complete Section below) ® No (Move on to If — Indirect Costs Section) ii. Supplies Summary Table: Provide a budget table that describes the estimates for all planned supply purchases. See Appendix A for an example of a Supplies summary table if needed. f) Indirect Costs i. General: Does the lead recipient's project budget contain lead recipient's indirect costs within the administrative expenses? ❑ Yes (Complete section below) © No (Move on to Lg — Legal Expenses Section) 4 ii. Rate Type: ❑ Approved indirect cost rate according to 2 CFR Part 200 (See 8.iii) ❑X No current negotiated (including provisional) rate and elects to use de minimis rate of 10% of modified total direct costs (MTDC) on all Federal awards in accordance with 2 CFR 200.414 (f). iii. Indirect Cost Rate Supporting Documentation: Provide the Negotiated Indirect Cost Rate Agreement, Proposal, or Cost Allocation Plan, as applicable. (Note: No documentation is required to justify the 10% de minimis indirect cost rate per CFR 200.414(f)) iv. Indirect Costs Summary Table: Provide the lead recipient's indirect rate(s) and anticipated total costs. See Appendix A for an example of an Indirect Costs summary table if needed. g) Legal Expenses i. General: Does the recipient's project budget contain costs for the lead recipient's legal expenses? ❑ Yes (Complete Section below) ® No (Move on to Section 2. - Land, structures, rights -of -way, appraisals, etc.) ii. Legal Expenses Summary Table: Provide a budget table that describes the estimates for all planned legal expenses. See Appendix A for an example of a Legal Expenses summary table if needed. 2) Land, Structures, Rights -of -Way, Appraisals, etc. i. General: Does the project budget contain any land, structures, rights -of -way, appraisals costs? ® Yes (Complete section below) ❑ No (Move on to Section 3 - Relocation expenses and payments) ii. Land, Structures, Rights -of -Way, Appraisals, etc. Summary Table: Provide a budget table that includes the anticipated land, structures, right-of-way, and appraisals costs. See Appendix A for an example of a Land, Structures, Rights -of -Way, Appraisals, etc. summary table if needed. Brief description of each Basis of the Estimated Land, Structures, Rights - Element element and location estimate for each of -Way, Appraisals, etc. Costs element ($) Right-of-way College Ave. Market Estimate $500,000.00 Right-of-way S. School Ave. Market Estimate $380,000.00 Ri ht-of-wa Joyce Blvd. Market Estimate $150,000.00 Right-of-way GreggAve. Market Estimate $100,000.00 Total Estimated Land, Structures, Rights -of -Way, $1,130,000.00 Appraisals, etc. Costs 3) Relocation Expenses and Payments i. General: Does the project budget contain any relocation expenses and payment costs? ❑ Yes (Complete section below) N No (Move on to Section 4 — Architectural and engineering fees) ii. Relocation Expenses and Payments Summary Table: Provide a budget that includes the anticipated Relocation expenses and payments costs. See Appendix A for an example of a Relocation Expenses and Payments summary table if needed. 4) Architectural and Engineering (A/E) Fees Summary: As applicable, this section should include A/E design fees that are not part of the construction contract that are intended to be contracted out separately or performed by the recipients/subrecipients. i. General: Does the recipient's project budget contain costs for A/E design fees? N Yes (Complete section below) ❑ No (Move on to Section 5 - Other architectural and engineering fees) ii. A/E Summary Table: Provide a summary table showing the cumulative amount for all the A/E costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of an A/E summary table if needed. Work to be Performed/ Proposed Type of Estimated A/E Costs Entity Name and Project Section/Task Competitive ($) (2 - 3 sentences) Procurement Method Pre NEPA and Design for To Be Determined College Ave., S. School Qualifications Based $1,700,000.00 Ave., Maple St., Joyce Blvd., & GreggAve. Total Estimated A/E Costs* $1,700,00.00 * Total Costs row above contains an auto -sum formula. After entering estimated costs, select the table and press F9 to update total. *Some of this work will be preformed in-house by the City of Fayetteville iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/consultant/recipient/subrecipient listed in the A/E summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. (See Section 1. Administration and Legal fees for additional information required for these cost elements) o Independent Estimate: Provide a current copy of the independent cost estimate or provide the name of the budget file if the cost estimate was provided in the application. o Percentage -Based Estimation Justification: If percentage is being used to estimate the contractor/consultant, provide the basis/justification of percentage being used on the estimated budget. Note, a detailed cost/analysis will be required prior to receiving offers on the proposal if the amount exceeds the Simplified Acquisition Threshold (SAT). The City of Fayetteville has seen a range of design fee percentages with recent Transportation Projects. Examples of these are College Ave Phase 1 at 15%, Millsap Drive at 8.5%, Center/Harmon Intersection at 5.2% and the Midtown Corridor Project at $7.2%. We evaluated the amount of design work needed and based the work on these previous proiect examples to establish the following percentages shown in the table below. Project Name Percentage of Estimated Construction Cost for Design Status N. College 5% Preliminary Complete - Final design needed S. School 15% Concept Design needs updated and final design Maple St. 1% Design Complete — Only NEPA needed Joyce Blvd. 12% Full design needed GreggAve. 17% Full design needed 5) Other Architectural and engineering (A/E) fees Summary: As applicable, this section should include archeologist fees, materials testing fees, surveying fees, and etc. that are not part of the A/E contract or the construction contract that either is contracted out separately or performed by the recipients/subrecipients. i. General: Does the recipient's project budget contain costs for Other A/E fees? ❑ Yes (Complete section below) N No (Move onto Section 6 -Project Inspection fees) ii. Other A/E Summary Table: Provide a summary table showing the cumulative amount for all the Other A/E costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of an Other A/E summary table if needed. iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/consultant/recipient/subrecipient listed in the Other A/E summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. (See Section 1. Administration and Legal fees for additional information required for these cost elements) o Independent Estimate: Provide a current copy of the independent cost estimate or provide the name of the budget file if the cost estimate was provided in the application. o Percentage -Based Estimation Justification: If percentage is being used to estimate the contractor/consultant, provide the basis/justification of percentage being used on the estimated budget. Note, a detailed cost/analysis will be required prior to receiving offers on the proposals if the amount exceeds the Simplified Acquisition Threshold (SAT). 6) Project Inspection fees Summary: As applicable, this section should include project inspection fees performed by an A/E or by the recipients/subrecipients. These fees would not be part of the costs listed in Section 4 - A/E fees. i. General: Does the recipient's project budget contain costs for Project Inspection fees? ® Yes (Complete section below) ❑ No (Move on to Section 7 — Site Work) ii. Project Inspection Summary Table: Provide a summary table showing the cumulative amount for all the Project Inspection costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of a Project Inspection summary table if needed. Work to be Performed and Proposed Type of Estimated Entity Name Project Section/Task Competitive Procurement Project Method Inspection Costs To Be Project Inspection for the entire Request for Proposal $550,000.00 Determined project RFP Total Estimated Project Inspection Costs* 1 $550,000.00 *Total Costs row above contains an auto -sum formula. After entering estimated costs, select the table and press F9 to update total. *Note: Some Inspection may be by City staff inspectors. iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/consultant/recipient/subrecipient listed in the Project Inspection summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. See Section 1. Administration and Legal fees for additional information required for these cost elements. o Independent Estimate: Provide a current copy of the independent cost estimate or provide the name of the budget file if the cost estimate was provided in the application. o Percentage -Based Estimation Justification: If percentage is being used to estimate the contractor/consultant, provide the basis/justification of percentage being used on the estimated budget. Note, a detailed cost/analysis will be required prior to receiving offers on the proposals if the amount exceeds the Simplified Acquisition Threshold (SAT). 25% of the design fee was used for estimating the inspection costs. This percentage is based on inspection of two recent projects in Fayetteville, Industrial Drive and Center/Harmon. Local consultant McClelland Consulting Engineers did full project management, and the cost was approximately 50% of the design costs. For these SS4A projects, we have deducted the construction management because City staff or design consultants will be covering this work, so we reduced the percentage to 25% for construction inspection only. 7) Site Work Summary: As applicable, this section should include site work costs that are not part of the larger construction contract and are contracted out separately or performed by the recipients/subrecipients. i. General: Does the recipient's project budget contain costs for Site Work? ❑ Yes (Complete section below) M No (Move on to Section 8 — Demolition and Removal) ii. Site Work Summary Table: Provide a summary table showing the cumulative amount for all the Site work costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of a Site Work summary table if needed. iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/recipient/subrecipient listed in the Site Work summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. See Section 1. Administration and Legal fees for additional information required for these cost elements. o Independent Estimate: Provide a current copy of the independent cost estimate (e.g., engineer's estimate) or provide the name of the budget file if the cost estimate was provided in the application. o Other Documentation: If an independent estimate is not available, explain how the budget estimate was formulated or provide documentation that supports the cumulative amount. 8) Demolition and Removal Summary: As applicable, this section should include demolition and removal costs that is not part of the larger construction contract and is contracted out separately or is performed by the recipients/subrecipients. i. General: Does the recipient's project budget contain costs for Demolition and Removal? ❑ Yes (Complete section below) ® No (Move on to Section 9 — Construction) ii. Demolition and Removal Summary Table: Provide a summary table showing the cumulative amount for all the Demolition and Removal costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of a Demolition and Removal summary table if needed. iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/recipient/subrecipient listed in the Demolition and Removal summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. See Section 1. Administration and Legal fees for additional information required for these cost elements. o Independent Estimate: Provide a current copy of the independent cost estimate (e.g., engineer's estimate) or provide the name of the budget file if provided in the application. o Other Documentation: If an independent estimate is not available, explain how the budget estimate was formulated or provide documentation that supports the cumulative amount. 9) Construction Summary: As applicable, this section should include construction costs that is contracted out separately or is performed by the recipients/subrecipients. i. General: Does the recipient's project budget contain costs for Construction? Ito] ® Yes (Complete section below) ❑ No (Move on to Section 10 — Equipment) ii. Construction Summary Table: Provide a summary table showing the cumulative amount for all the Construction costs and proposed type of competitive procurement method for each contract. See Appendix A for an example of a Construction summary table if needed. Proposed Type of Anticipated Estimated Entity Name Description of Work Competitive Project Construction Procurement Delivery Costs Method* Type** (�) To Be General contractor to Design -Bid - Determined perform construction Sealed Bid Build $8,910,000.00 for Colle a Ave. To Be General contractor to Design -Bid - Determined perform construction Sealed Bid Build $3,573,000.00 for S. School Ave. Selection RFP Construction To Be General contractor to Request for Manager/Gen Determined perform construction Proposal with eral $9,250,000.00 for Maple Street Qualification and Contractor Im rovements Price CM/GC To Be General contractor to Design -Bid - Determined perform construction Sealed Bid Build $2,765,000.00 for Joyce Blvd. To Be General contractor to Design -Bid - Determined perform construction Sealed Bid Build $1,635,000.00 for GreggAve. Total Estimated Construction Costs*** $26,133,000.00 *If a noncompetitive procurement is necessary, indicate the circumstance that applies in accordance with 2 CFR 200.320(c) and request approval, if applicable. **Design -Bid -Build or Design -Build or Construction Manager/General Contractor (CM/GC (as known as Construction Manager at Risk (CMAR))) ***Total costs row above contains an auto -sum formula. After entering estimated costs, select the table and press F9 to update total. iii. Supporting Documentation: Provide a detailed budget/supporting documentation for each contractor/recipient/subrecipient listed in the Construction summary table. The detailed budget/supporting documentation could be one of the following formats: o Cost/Price Analyses: Detailed cost/price analysis with direct labor, fringe, travel, equipment, supplies, others, and indirect costs. See Section 1. Administration and Legal fees for additional information required for these cost elements. 11 o Independent Estimate: Provide a current copy of the independent cost estimate (e.g., engineer's estimate) or provide the name of the budget file if provided in the application. *Cost Estimation is based on bid tabulations from recently bid construction projects in the City of Fayetteville including Harmon & Center intersection, Archibald Yell improvements, Midtown Corridor and College Avenue (North St. to Sycamore). Detailed cost estimates based on the bid tabulations is provided in the attachments as shown below. (i) College Avenue — See Attachment D (ii) South School — See Attachment E (iii)Maple Street Improvements — See Attachment F (iv)Joyce Blvd. — See Attachment G (v) Gregg Ave. — See Attachment H o Other Documentation: If an independent estimate is not available, explain how the budget estimate was formulated or provide documentation that supports the cumulative amount. 10) Equipment Summary: As applicable, this section should include equipment costs that is not part of the larger construction contract or administrative expenses section and is contracted out separately. i. General: Does the recipient's project budget contain acquisition costs for the project equipment? ® Yes (Complete Section below) ❑ No (Move on to 11- Miscellaneous) ii. Equipment Summary Table: Provide the anticipated acquisition equipment costs and basis of the estimate. Expense Category Specifications/Details 5-Year Budget Speed Awareness MUTCD Compliant high visibility sign with programmable $100,000 (radar feedback digital display minimum 24"00" sign with minimum 12" sign equipment digital characters. Procured through City of Fayetteville on high -injury standard low -bid process according to 2CFR, installed by network City of Fayetteville crews in locations on High Injury roadways) roadways. For State highway locations, a permit will be obtained and will comply with ARDOT standards. All materials be purchased through the City of Fayetteville's standard procurement process and according to 2CFR. Final quantities of materials will be determined by unit cost to be determined through competitive process based on available budget. Cost estimate is based on public available vendor cost sheets. 12 11) Miscellaneous Summary: The "Miscellaneous" cost classfication may include, but is not limited to, any additional fees (e.g., TERO fees for Federally Recognized Tribe Recipients) that will be assessed against the total project cost. Miscellaneous items are not part of any costs in the sections above. i. General: Does the recipient's project budget contain Miscellaneous costs? ® Yes (Complete section below) ❑ No (Move on to 12 - Contingencies) ii. Miscellaneous Costs Summary: Describe the estimates for all items in the `Miscellaneous' cost classfication, including: Miscelaneous Costs Category is being used for the Vision Zero Education & Awareness with a total cost of $400,000.00. Expense categories are described with specifications and detailed in Attachment J. Procurement of all items will be in accordance with 2CFR. 12) Contingencies i. General: Does the project budget contain Contingencies costs for the construction project? ❑X Yes (Complete section below) ❑ No (Move on to Certifications) ii. Contingency Amount: Provide the anticipated contingencies amount/percent for the Site Work costs, Demolition and Removal costs, and construction costs for the project. Project Percentage of Estimated Construction Cost Total Cost North College 11.6% $1,030,240.00 South School 12% $428,760.00 *Maple Street 5.4% $500,000.00 Joyce Blvd. 12% $331,800.00 GreggAve. 12% $196,200.00 Total 2,487,000.00 *Maple Street has fixed contingency cost of $500,000.00 or 5.4% iii. Basis of Estimation: Provide a brief justification how the amount/percent was determined. The contingencies below are based on the level of previous design development that has already been completed specific to the project. Contingency percentage is based on the estimated construction cost per project that was generated from recent bid tabulations of construction projects in Fayetteville and provided on Attachments D through H. 13 CERTIFICATIONS To the best of its knowledge, the recipient certifies the following: 1. The costs and information detailed above are correct and complete for the purposes set forth in the associated application for Federal Assistance. 2. The budget detailed above does not include any previously incurred expenses, or costs to be incurred before the time of award and obligation, unless otherwise approved. 3. The recipient confirms that the proposed cost sharing amount complies with 2 CFR § 200.306 (Cost sharing or matching). 4. The recipient certifies that it does not have any potential or actual conflicts of interest, as defined in 2 CFR § 200.112 and by 2 CFR § 200.318, to disclose. 5. The recipient certifies that its financial management is in accordance with 2 CFR § 200.302 and has written procedures/policies in place. 6. The recipient has established and documented procedures that are consistent with 2 CFR 200 Subpart D - Property Standards 2 CFR § 200.310-316, for the equipment and real property required under a federal award or subaward. 7. The recipient has established and documented procurement procedures that are consistent with applicable State, local, and tribal laws and regulations and 2 CFR 200 Subpart D - Procurement Standards 2 CFR § 200.317-327, for the acquisition of property or services required under a federal award or subaward. 8. All proposed costs in the budget are allowable in accordance with 2 CFR § 200.403, reasonable in accordance with 2 CFR § 200.404, and allocable per 2 CFR § 200.405 for the purpose of the federal award. 9. The recipient certifies that its indirect costs is in accordance with 2 CFR 200 Subpart E - Direct and Indirect (F&A) Costs 2 CFR § 200.414-415. Signature of Authorized Entity Representative I hereby certify on behalf of City of Fayetteville, Arkansas that the information entered in this document is current, and accurate. Hof Recoverable Signature XChris Brown Siqned by. c6fdafd2-f06b-491b7-8e01-570283488fd2 Name: Chris Brown Date: 7/30/24 Title: Public Works Director 14 5-Year Expense Category Specifications/Details Budget City of Fayetteville will contract qualified marketing and mass communication Consultant Fees (campaign design and professional services to develop a strategic planning document for the education strategy development) and awareness campaign to include guidance on allocation of advertising funds $50,000 effective messaging and compliance with Federal 2CFR requirements. Cost is estimated based on similar programs in the Region. Strategic purchase of mass and targeted marketing space in a print, radio, online Advertisements (print, radio, digital, and signage. Placement of public service announcements and messages to be $105,000 signage) determined by strategic plan. Cost is estimated based on local market rates. A professional media company will be selected acording to 2CFR to produce marketing materials, educational video content, photography and graphic design Contract Services (media production, elements to be distributed on City communicaition platforms and marketing $65,000 video ra h ,photography, ra hic design) g pYg p g) cam sins. City of Fayetteville Media Services division may produce some or all of p Y Y Y the video content. Cost estimated based on similar marketing campaigns in the Region. Materials to be procured by city of Fayetteville through standard low -bid process (minimum of 3 quotes) and according to 2CFR. Materials to be distributed to the public by the City and no cost limited to one of each item per person. Bike Helmets must meet Consumer Product Safety Commission (CPSC) standards and incorporate Bicycle and Micromobility Safety (bicycle Multi -directional Impact Protection System (MIPS) technology. Bicycle lights must $60,000 helmets, lights) be LED, include rechargeable battery and emit a minimum of 500 lumens. All products will comply with Buy America requirements. Cost is estimated based on vendor product sheets. Quantities of materials will be determined by unit cost to be determined through competitive process based on available budget. The SafeAcross campaign created by the City of Springfield, Missouri offers Pedestrian Safety (SafeAcross campaign) resources and materials to educate the public on the importance of pedestrian $50,000 safety. Funding to purchase signage and materials specific to this program has been estimated based on costs from Springfield. City of Fayetteville will contract qualified professional services from an education consultant firm with substantial experience and expertise in Vision Zero and Safe Professional Training (Vision Zero and Safe System Approach to conduct in -person trainings/workshops that will comply with System framework workshops/seminars for American Public Works Association (APWA) Continuing Education Credit Standards public employees, designers, traffic or Certificate Workshops standards. The goal is to train approximately 300 people $30,000 engineers and public officials) with an emphasis on participation from those who are engaged in the operation, management and design of Fayetteville's transportation network. Cost is estimated based on similar trainings in the Region. Funds to be used provide resources for a Vision Zero Taskforce (VZT) comprised of approximately 5 City staff. VZT will be tasked with post -crash responses for fatal Vision Zero Taskforce (road safety auditing, and serious injury crashes and may initiate demonstration projects using low-cost annual reports, meetings, demonstration temporary materials to evaluate possible interventions using proven safety $30,000 projects) countermeasures to reduce risks on high -injury network streets. VZT will provide an annual report of KSI crashes in Fayetteville. Cost is estimated based on recent quick build projects in Fayetteville. City will procure materials and provide staff support to be used for in -person public Outreach Expenses (mailers, tabling engagement outreach activities to distribute bicycle lights/helmets and other materials, literature) educational materials at a minimum of 5 public events per year. Cost is estimated $10,000 based on vendor price sheets. Total $400,000 Additional Information: C.1 Safe Streets and Roads for All Program (Grant Acceptance) Received from: Matthew Mihalevich 2024-747 12/02/2024 at 9:20 AM 1. Federal Award No. 2. Effective Date 3. Assistance Listings No. 693JJ32540169 See No. 16 Below 20.939 4. Award To 5. Sponsoring Office City of Fayetteville U.S. Department of Transportation 113 W Mountain Federal Highway Administration Fayetteville, AR 72701-6083 Office of Safety 1200 New Jersey Avenue, SE Unique Entity Id.: FKCQRMDULFH9 HSSA-1, Mail Drop E71-117 TIN No.: 71-6018462 Washington, DC 20590 6. Period of Performance 7. Total Amount Effective Date of Award — Federal Share: $25,000,000 December 31, 2028 Recipient Share: $7,250,000 Other Federal Funds: $0 Other Funds: (University of $1,250,000 Arkansas) $33,500,000 Total: 8. Type of Agreement 9. Authority Grant Section 24112 of the Infrastructure Investment and Jobs Act (Pub. L. 117-58, November 15, 2021; also referred to as the "Bipartisan Infrastructure Law" or "BIL") 10. Procurement Request No. 11. Federal Funds Obligated HSA240238PR Base Phase (Pre-NEPA) $2,015,000 12. Submit Payment Requests To 14. Accounting and Appropriations Data See Article 5. 15X0174E50.0000.055SR30500.5592000000.41010.61006600 ($375,000) 15X0174E50.0000.055 SR40500.5592000000.41010.61006600 ($24,625,000) 13. Description of the Project The City of Fayetteville will implement a Vision Zero Strategy which consists of five catalyst projects each involving major on construction High Injury Network corridors to implement proven safety countermeasures as well as a community -wide public awareness and education campaign over 5 years. RECIPIENT 15. Signature of Person Signature v Name: Lioneld Jord Title: Mayor i FEDERAL HIGHWAY ADMINISTRATION to Sign 16. Signature of Agreement Officer Date Signature Name: David Villalobos Title: Agreement Officer Date 1 of 24 U.S. DEPARTMENT OF TRANSPORTATION GRANT AGREEMENT UNDER THE FISCAL YEAR 2023 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM This agreement is between the United States Department of Transportation's (the "USDOT") Federal Highway Administration (the "FHWA") and the City of Fayetteville, Arkansas (the "Recipient"). This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A") Grant for the Safe Streets and Roads for Fayetteville, Arkansas — Accelerating change towards Vision Zero. 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 2023 Safe Streets and Roads for All ("SS4A") Grant Program,", which is available at https://www.transportation.gov/grants/ss4a/ rg ant -agreements under "Fiscal Year 2023." Articles 7-30 are in the General Terms and Conditions. The General Terms and Conditions are part of this agreement. (b) The Recipient acknowledges that it has knowledge of the General Terms and Conditions. Recipient also states that it is required to comply with all applicable Federal laws and regulations including, but not limited to, the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR part 200); National Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et seq.); and Build America, Buy America Act (BIL, div. G §§ 70901-27). (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, termination of the SS4A Grant, disallowing costs incurred for the Project, requiring the Recipient to refund to the FHWA the SS4A Grant, and reporting the non-compliance in the Federal -government -wide integrity and performance system. 2 of 24 ARTICLE 2 APPLICATION, PROJECT, AND AWARD 2.1 Application. Application Title: Safe Streets and Roads for Fayetteville, Arkansas — Accelerating Change Towards Vision Zero Application Date: 07/07/2023 2.2 Award Amount. SS4A Grant Amount: $25,000,000 2.3 Federal Obligation Information. Federal Obligation Type: Multiple 3 of 24 Obligation Condition Table Phase the Project Allocation of Obligation Condition the SS4A Grant Phase 1: Right -of -Way, and $904,000 The Recipient shall not expend any funds Utility Relocation (Federal or non -Federal) for, seek a. Project 1: College reimbursement of eligible costs, or otherwise Avenue ($400,000) begin any part of the final design and construction of an Implementation Project b. Project 2: S. School unless and until: Avenue ($304,000) (1) The requirements of the National c. Project 3: W. Maple Environmental Policy Act (42 U.S.C. § Street ($0) 4321 et seq.) ("NEPA"), Section 106 of d. Project 4: E. Joyce the National Historic Preservation Act (16 Blvd ($120,000) U.S.C. § 470f) ("NHPA"), and any other applicable environmental laws and e. Project 5: N. Gregg regulations have been met; and Ave. ($80,000) (2) FHWA, or a State with applicable NEPA Assignment authority, has approved the NEPA document for the Project and provided the Recipient with a written notice that the environmental review process is complete; and (3) FHWA has obligated additional funds for this phase and notified the Recipient in writing that the Recipient may proceed to the next activity after NEPA approval, and the Recipient has acknowledged receipt in writing of FHWA's notification. Recipient shall not proceed with any such activities until (2) and (3) as described in this section are met. Costs that are incurred before (2) and (3) as described in this section are met are not allowable costs under this agreement. Extent of activities that are permissible before NEPA is complete are those activities constituting "preliminary design" as specified in FHWA Order 6640.IA. 4 of 24 Obligation Condition Table Phase the Project Allocation of Obligation Condition the SS4A Grant Phase 2: Construction $22,081,000 The Recipient shall not expend any funds a) Project 1: College (Federal or non -Federal) for, seek Avenue reimbursement of eligible costs, or otherwise ($8,120,000) begin any part of the construction or final design and construction of an Implementation b) Project 2: S. School Project unless and until: Avenue Avers 6,000) (1) The requirements of the National Environmental Policy Act (42 U.S.C. § 4321 c) Project 3: W. Maple et seq.) ("NEPA"), Section 106 of the Street ($7,460,000) National Historic Preservation Act (16 U.S.C. d) Project 4: E. Joyce § 470f) ("NHPA"), and any other applicable Blvd ($1,935,000) environmental laws and regulations have been met; and e) Project 5: N. Gregg Ave. ($1,640,000) (2) FHWA, or a State with applicable NEPA Assignment authority, has approved the NEPA document for the Project and provided the Recipient with a written notice that the environmental review process is complete; and (3) FHWA has obligated additional funds for this phase and notified the Recipient in writing that the Recipient may proceed to the next activity after NEPA approval, and the Recipient has acknowledged receipt in writing of FHWA's notification. Recipient shall not proceed with any such activities until (2) and (3) as described in this section are met. Costs that are incurred before (2) and (3) as described in this section are met are not allowable costs under this agreement. Extent of activities that are permissible before NEPA is complete are those activities constituting "preliminary design" as specified in FHWA Order 6640.IA. 5 of 24 2.4 Budget Period. Base Phase Budget Period: Effective Date (Block 6 of Page 1) through a. Project 1: College Avenue: January 31, 2027 b. Project 2: S. School Avenue: January 31, 2027 c. Project 3: W. Maple Street: July 31, 2025 d. Project 4: E. Joyce Blvd: June 30, 2027 e. Project 5: N. Gregg Ave: June 30, 2027 f. Non -Infrastructure: Education & Awareness: December 31, 2028 Option Phase 1 Budget Period: Reserved a. Project 1: College Avenue: Reserved b. Project 2: S. School Avenue: Reserved c. Project 3: W. Maple Street: N/A d. Project 4: E. Joyce Blvd: Reserved e. Project 5: N. Gregg Ave: Reserved Option Phase 2 Budget Period: Reserved a. Project 1: College Avenue: Reserved b. Project 2: S. School Avenue: Reserved c. Project 3: W. Maple Street: Reserved d. Project 4: E. Joyce Blvd: Reserved e. Project 5: N. Gregg Ave: Reserved 2.5 Grant Designation. Designation: Implementation ARTICLE 3 SUMMARY PROJECT INFORMATION 3.1 Summary of Project's Statement of Work. Fayetteville's Vision Zero Strategy includes five distinct infrastructure catalyst projects and a community - wide education and awareness campaign. The education and awareness campaign schedule will consist of 1 year of planning and development and 4 years of implementation. Education & awareness funding may be allocated immediately upon approval of the grant agreement to begin selection of consultants and campaign development. The City of Fayetteville may use hourly rates of City staff time tracked as being in support of SS4A projects as eligible expenses counting toward local matching funds. Additional staff position(s) may also be added for project planning, design, administration, and management of the SS4A grant associated projects. 6 of 24 The infrastructure projects are at various levels of readiness and each project schedule will be independent of other projects' status. Separate NEPA approval will be requested for each infrastructure project and construction is planned to proceed on each project regardless of other projects phasing or NEPA status. The project will be completed in three phases as follows: 1) Base Phase: Pre-NEPA: a. Project 1: College Avenue: Conceptual/preliminary design was completed prior to grant award. Environmental documentation, public review of the preliminary design, and other necessary activities will be completed as required for NEPA approval. b. Project 2: S. School Avenue: Corridor study and conceptual design was completed prior to grant award; traffic study and analysis, environmental documentation, and public involvement will be completed in this phase to confirm or modify the concept from the study. Documents for approval of NEPA requirements will be developed. c. Project 3: W. Maple Street: Design and NEPA documentation have been developed prior to grant award. Public Involvement and review of design and environmental documentation will be completed in this phase. d. Project 4: E. Joyce Blvd: Corridor study to determine most effective safety countermeasures, preliminary design, public engagement, and environmental documentation. e. Project 5: N. Gregg Ave: 32 months: Corridor study to determine most effective safety countermeasures, preliminary design, public engagement, and environmental documentation. f. Supplemental Action Plan Education and Awareness) Activities: Development and implementation of plan. 2) Option Phase 1: Final Design, Right -of -Way, and Utility Relocation: Development of construction plans and acquisition of necessary rights of way and easements. Procurement of a construction manager for some or all project segments. Each project segment noted in the previous section will proceed as an independent project with separate obligation schedule. 3) Option Phase 2: Construction: Construction of each segment as noted above will proceed; procurement by use of standard bidding procedures or by alternative methods of procurement will be determined as each project proceeds, obligation of funds will be requested by project. 3.2 Project's Estimated Schedule. Fayetteville's Vision Zero Strategy includes five distinct infrastructure catalyst projects and a community - wide education and awareness campaign. The education and awareness campaign schedule will consist of 1 year of planning and development and 4 years of implementation. Education & awareness funding may be allocated immediately upon approval of the grant agreement to begin selection of consultants and campaign development. The infrastructure projects are at various levels of readiness and each project schedule will be independent of other projects' status. Separate NEPA approval will be requested for each infrastructure project and construction is to proceed on each project regardless of other projects phasing or NEPA status. Construction on Maple Street is scheduled to begin 6 to 12 months after the agreement date as Maple Street improvements are fully designed and are expected to be eligible for a categorical exclusion for NEPA approval. Construction is expected to be completed in 12 months; therefore, final completion for Maple Street is expected within 24 months of the project agreement date. 7 of 24 College Avenue and S School Ave improvements have conceptual design. These two projects are expected be ready for NEPA approval in 27 months from agreement date and ready for construction in 35 months. Final completion date is expected in 48 months. Joyce Blvd and Gregg Ave are at the beginning stages of public input and conceptual design comprehensive design and are expected to have NEPA Approval in 32 months, construction in 33 months, and complete construction in 52 months. The community -wide education campaign will inform key decision makers and members of the public in understanding Vision Zero principles and the Safe System Approach. These efforts may include but not be limited to: purchase of radar speed feedback and other supplementary safety signage on high injury corridors, a Vision Zero public service announcement campaign, staffing of city or regional Vision Zero program manager position, a "Twenty is Plenty" messaging campaign, reporting and website services to support a Vision Zero Taskforce, professional development workshops training and seminars for City and University of Arkansas staff and other local transportation professionals. (Remainder of this Page Left Blank Intentionally) 8 of 24 Implementation Schedule (Construction) Milestone Schedule Date Planned NEPA Completion Date: Project 3: W Maple Street, May 31, 2025 Project 1: College Ave, June 30, 2026 Project 2: S School Ave June 30, 2026 Project 5: N Gregg Ave November 31, 2027 Project 4: E Joyce Blvd November 31, 2027 Planned Construction Start Date Project 3: W Maple Street, September 30, 2025 Project 1: College Ave, June 30, 2027 Project 2: S School Ave, June 30, 2027 Project 5: N Gregg Ave, November 30, 2027 Project 4: E Joyce Blvd, November 30, 2027 Planned Construction Substantial Project 3: W Maple Street, September 30, 2026 Completion and Open to Public Use Date: Project 1: College Ave, June 30, 2028 Project 2: S School Ave, June 30, 2028 Project 5: N Gregg Ave, November 31, 2029 Project 4: E Joyce Blvd, November 31, 2029 Planned SS4A Final Report Date: December 31, 2029 Implementation Schedule (Non -Construction) Milestone Schedule Date Planned NEPA Completion Date: N/A Planned Activity Completion Date: December 31, 2029 Planned SS4A Final Report Date: December 31, 2029 3.3 Project's Estimated Costs. (a) Eligible Project Costs 9 of 24 Eligible Project Costs SS4A Grant Amount: $25,000,000 Other Federal Funds: $0 State Funds: $0 Local Funds: $7,250,000 In -Kind Match: $0 Other Funds (University of Arkansas): $1,250,000 Total Eligible Project Cost: $33,500,000 (b) Cost Classification Table — Planning and Demonstration Grants with demonstration activities and Implementation Grants Only Cost Classification Total Costs Non-SS4A Previously Incurred Costs Eligible Costs Administrative and legal expenses $1,000,000 $1,000,000 Land, structures, rights -of- way, appraisals, etc. $1,130,000 $1,130,000 Architectural and engineering fees $1,700,000 $1,700,000 Project inspection fees $550,000 $550,000 Construction $26,133,000 $26,133,000 Equipment $100,000 $100,000 Miscellaneous $400,000 $400,000 Contingency $2,487,000 $2,487,000 Project Total $33,500,000 $33,500,000 (c) Indirect Costs Indirect costs are allowable under this Agreement in accordance with 2 CFR part 200 and the Recipient's approved Budget Application. In the event the Recipient's indirect cost rate changes, the Recipient will notify FHWA of the planned adjustment and provide supporting documentation for such adjustment. This Indirect Cost provision does not operate to waive the limitations on Federal funding provided in this document. The Recipient's indirect costs are allowable only insofar as they do not cause the Recipient to exceed the total obligated funding. 10 of 24 ARTICLE 4 RECIPIENT INFORMATION 4.1 Recipient Contact(s). Chris Brown Public Works Director City of Fayetteville, Arkansas 113 W Mountain Street Fayetteville, AR 72701 479-575-8207 cbrownAfUetteville-ar. gov 4.2 Recipient Key Personnel. Name Chris Brown Steven Dodson Lyssie Koscheski Matt Casey Matt Mihalevich Dane Eifling 4.3 USDOT Project Contact(s). Title or Position Public Works Director Deputy CFO Accounting Manager — Bond, Contract & Grant Reporting Engineering Design Services Manager Active Transportation Manager Mobility Coordinator Safe Streets and Roads for All Program Manager Federal Highway Administration Office of Safety HSSA-1, Mail Stop: E71-117 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-366-2822 SS4A.FHWA(a),dot.gov and Agreement Officer (AO) Federal Highway Administration Office of Acquisition and Grants Management HCFA-42, Mail Stop E62-310 1200 New Jersey Avenue, S.E. Washington, DC 20590 202-493-2402 HCFAS S4Akdot. gov and 11 of 24 Division Administrator — Vivien N. Hoang, Arkansas Agreement Officer's Representative (AOR) 700 West Capitol Little Rock, AR 72201 501-324-5625 Vivien.Hoang&dot. gov and Valera McDaniel AR Division Office Lead Point of Contact Grants Program Manager 700 West Capitol Little Rock, AR 72201 501-324-5326 Valera.McDanielAdot.gov ARTICLE 5 USDOT ADMINISTRATIVE INFORMATION 5.1 Office for Subaward and Contract Authorization. USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition and Grants Management SUBAWARDS AND CONTRACTS APPROVAL Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of subrecipient (who is awarded a subaward) versus contractor (who is awarded a contract). Note: Recipients with a procurement system deemed approved and accepted by the Government or by the Agreement Officer (the "AO") are exempt from the requirements of this clause. See 2 CFR 200.317 through 200.327. In accordance with 2 CFR 200.308(f)(6), the recipient or subrecipient shall obtain prior written approval from the USDOT agreement officer for the subaward, if the subaward activities were not proposed in the application or approved in the Federal award. This provision is in accordance with 2 CFR 200.308(f)(6) and does not apply to procurement transactions for goods and services. Approval will be issued through written notification from the AO or a formal amendment to the Agreement. The following subawards and contracts are currently approved under the Agreement by the AO. This list does not include supplies, material, equipment, or general support services which are exempt from the pre -approval requirements of this clause. 5.2 Reimbursement Requests (a) The Recipient may request reimbursement of costs incurred within the budget period of this agreement if those costs do not exceed the amount of funds obligated and are allowable under the applicable cost provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request reimbursement more frequently than monthly. (b) The Recipient shall use the DELPHI iSupplier System to submit requests for reimbursement to the payment office. When requesting reimbursement of costs incurred or credit for cost share incurred, the Recipient shall electronically submit supporting cost detail with the SF-270 (Request for Advance or Reimbursement) 12 of 24 or SF-271 (Outlay Report and Request for Reimbursement for Construction Programs) to clearly document all costs incurred. (c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred, including direct labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify the Federal share and the Recipient's share of costs. If the Recipient does not provide sufficient detail in a request for reimbursement, the Agreement Officer's Representative (the "AOR") may withhold processing that request until the Recipient provides sufficient detail. (d) The USDOT shall not reimburse costs unless the AOR reviews and approves the costs to ensure that progress on this agreement is sufficient to substantiate payment. (e) In the rare instance the Recipient is unable to receive electronic funds transfers (EFT), payment by EFT would impose a hardship on the Recipient because of their inability to manage an account at a financial institution, and/or the Recipient is unable to use the DELPHI iSupplier System to submit their requests for disbursement, the FHWA may waive the requirement that the Recipient use the DELPHI iSupplier System. The Recipient shall contact the Division Office Lead Point of Contact for instructions on and requirements related to pursuing a waiver. (f) The requirements set forth in these terms and conditions supersede previous financial invoicing requirements for Recipients. ARTICLE 6 SPECIAL GRANT TERMS 6.1 SS4A funds must be expended within five years after the grant agreement is executed and DOT obligates the funds, which is the budget period end date in section 10.3 of the Terms and Conditions and section 2.4 in this agreement. 6.2. The Recipient demonstrates compliance with civil rights obligations and nondiscrimination laws, including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act (ADA), and Section 504 of the Rehabilitation Act, and accompanying regulations. Recipients of Federal transportation funding will also be required to comply fully with regulations and guidance for the ADA, Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, and all other civil rights requirements. 6.3 SS4A Funds will be allocated to the Recipient and made available to the Recipient in accordance with FHWA procedures. 6.4 The Recipient of a Planning and Demonstration Grant that involves a demonstration activity agrees to provide an assessment of each demonstration activity and update the existing Action Plan, which will incorporate the information gathered in the Action Plan's list of projects or strategies and/or inform another part of the existing Action Plan. The Recipient also agrees that demonstration activities are temporary in nature and must be removed and/or ended following the conclusion of the project if the assessment of the demonstration activities does not affirm that the activities provide safety benefits. 6.5 The Recipient of an Implementation Grant agrees to update its Action Plan within two years of the date of this agreement to: align with all Comprehensive Safety Action Plan components in Table 1 of the SS4A FY 2023 NOFO corresponding with any "no" responses in the Self -Certification Eligibility Worksheet; ensure that the Action Plan's safety focus includes all road users, including pedestrians, bicyclists, and motor vehicle safety; and ensure that the Action Plan was last updated not more than three years prior. 6.6 The Recipient acknowledges that it is required to conduct certain environmental analyses and to prepare and submit to FHWA, or State with applicable NEPA Assignment authority, documents required under NEPA, and other applicable environmental statutes and regulations before the Government will obligate 13 of 24 funds for Option Phase 1 under this agreement and provide the Recipient with a written notice to proceed with Option Phase 1. 6.7 The Government's execution of this agreement does not in any way constitute pre -approval or waiver of any of the regulations imposed upon Recipient under the applicable Federal rules, regulations and laws regarding SS4A projects undertaken in accordance with the terms and conditions of this agreement. The Recipient shall comply with all applicable Federal requirements before incurring any costs under this agreement. 14 of 24 ATTACHMENT A PERFORMANCE MEASUREMENT INFORMATION Study Area: City Boundaries of Fayetteville Arkansas Baseline Measurement Date: December 31, 2024 Baseline Report Date: December 31, 2028 Table 1: Performance Measure Table Measurement Measure Category and Description Frequency and Reporting Deadline Safety Performance Annually and for Implementation Grants [ p Fatalities: Total annual fatalities in the within 120 days and Planning and project location(s) after the end of the Demonstration Grants with period of demonstration activities] performance Safety Performance Serious Injuries: Total annual serious Annually and Y [for Implementation Grants injuries in the project location(s) [if within 120 days and Planning and available] after the end of the Demonstration Grants with period of demonstration activities] performance Safety Performance Crashes by Road User Category: Total Annually and annual crashes in the project location(s) within 120 days [for Implementation Grants broken out by types of roadway users and Planning and involved (e.g., pedestrians, bicyclists, after the end of the Demonstration Grants with motorcyclist, passenger vehicle occupant, period demonstration activities] commercial vehicle occupant) performance ce Percent of Funds to Underserved Within 120 days Equity Communities: Funding amount (of total after the end of the [for all Grants] project amount) benefitting underserved period of communities, as defined by USDOT performance Costs Project Costs: Quantification of the cost Within 120 days of each eligible project carried out using after the end of the [for all Grants] the rant g period of performance 15 of 24 Measurement Measure Category and Description Frequency and Reporting Deadline Outcomes and Benefits [for Implementation Grants Quantitative Project Benefits: Within 120 days and Planning and Quantification of evidence -based projects after the end of the Demonstration Grants with or strategies implemented (e.g., miles of period of demonstration activities] sidewalks installed, number of pedestrian performance crossings upgraded, etc.) Outcomes and Benefits Qualitative Project Benefits: Qualitative [for Implementation Grants description of evidence -based projects or Within 120 days after the end of the and Planning and strategies implemented (e.g., narrative period of Demonstration Grants with descriptions, testimonials, high -quality performance demonstration activities] before and after photos, etc.) Outcomes and Benefits [for Implementation Grants Project Location(s): GIS/geo coordinate Within 120 days after the end of the and Planning and information normaton identifying specific project period of Demonstration Grants with location(s) performance demonstration activities] Lessons Learned and Lessons Learned and Recommendations: Within 120 days Recommendations Description of lessons learned and any after the end of the recommendations relating to future period of [for all Grants] projects or strategies to prevent death and performance serious injury on roads and streets. 16 of 24 ATTACHMENT B CHANGES FROM APPLICATION Describe all material differences between the scope, schedule, and budget described in the application and the scope, schedule, and budget described in Article 3. The purpose of Attachment B is to clearly and accurately document any differences in scope, schedule, and budget to establish the parties' knowledge and acceptance of those differences. See Article 11 for the Statement of Work, Schedule, and Budget Changes. If there are no changes, please insert "N/A" in Section 3.3 of the table. Scope: No changes from application. Schedule: No changes from application. Budget: The SF-424C form was corrected for the cost estimate for Project 3: W Maple Street. The design of the irrigation was an error. The cost is for the installation of the irrigation and not the design. The overall budget amounts did not change. The table below provides a summary comparison of the project budget. Fund Source Application $ % Section 3.3 $ % Previously Incurred Costs (Non -Eligible Project Costs) Federal Funds 0 0 0 0 Non -Federal Funds 0 0 0 0 Total Previously Incurred Costs 0 0 0 0 Future Eligible Project Costs SS4AFunds Other Federal Funds 0 0 Non -Federal Funds Total Future Eligible Project Costs Total Project Costs 17 of 24 ATTACHMENT C 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 align with the application: A racial equity impact analysis has been completed for the Project. (Identify a X 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) The Project includes new or improved walking, biking, and rolling access for X 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, as described 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 intends to take relevant actions described 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. 2. Supporting Narrative. The City of Fayetteville has adopted the Northwest Arkansas Comprehensive Safety Action Plan which incorporates equity analysis to identify communities that have disproportionate safety impacts. Fayetteville's Safe Streets for All Vision Zero Strategy projects included multimodal mobility improvements that proactively create new connections and opportunities for underserved communities. The project includes improvements for walking, biking, and rolling for individuals with disabilities. All five projects' areas are in underserved areas and are planned to add sidewalks, protected bicycle infrastructure, crosswalks, reducing vehicular speeds and reallocation of space away from automobiles toward pedestrians and other vulnerable road users. 18 of 24 ATTACHMENT D 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 align with the application: The Project directly supports a Local/Regional/State Climate Action Plan that X 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 X 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.) 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) 19 of 24 The Recipient has taken other actions to consider climate change and environmental justice impacts of the Project, as described in the supporting narrative below. The Recipient has not yet taken actions to consider climate change and environmental justice impacts of the Project but will take relevant actions described 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. Fayetteville's Energy Action Plan outlines the City's goals for reducing greenhouse gas emissions and sustainable transportation alternatives. Fayetteville's SS4A Vizion Zero strategy includes addition of sidewalks, protected bicycle infrastructure and transit improvements which will allow people safely engage in zero -emission active mobility. Fayetteville's Vision Zero Strategy is focused on retrofitting existing streets in Fayetteville's High -Injury Network and will have negligible environmental impacts. All implementation areas avoid adverse environmental impacts and are within existing dilapidated or underutilized roadways. 20 of 24 ATTACHMENT E LABOR AND WORKFORCE 1. Efforts to Support Good -Paying Jobs and Strong Labor Standards The Recipient states that rows marked with "X" in the following table align with the application: The Recipient demonstrates, to the full extent possible consistent with the law, an effort to create good -paying jobs with the free and fair choice to join a union and incorporation of high labor standards. (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. (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) 21 of 24 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 and meet the requirements as outlined in the Notice of Funding Opportunity to make good faith efforts to meet the goals of 6.9 percent of construction project hours being performed by women and goals that vary based on geography for construction work hours and for work being performed by people of color; 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- X 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 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. For construction of the Project, the City of Fayetteville will contract services through a competitive bidding/selection process in accordance with relevant laws and City Policy. Workforce and labor standards are incorporated with the City's purchasing review process, which requires compliance with all Federal and State regulations, including Equal Employment Opportunity (EEO), Disadvantaged Business Enterprise (DBE), and OSHA. The City's Economic Vitality Department is a key partner in managing economic growth driven by development and transportation, including the provision of programming that helps residents pursue high -wage, high -skill, high -demand (M) jobs. As part of its periodic economic development strategic planning efforts, the City has identified several target industries —including infrastructure —which will be used to guide alignment of the City's future investments in workforce training, K-12 career and technical education, and industry partnership building. The five catalyst projects associated with this Project will directly benefit Fayetteville's primary commercial districts to better connect hundreds of local businesses and to enable multi -modal access to critical community services. Improvements to N. College Avenue and S. School Avenue will support the implementation of the City's 71 B Corridor Plan, which reimagines the region's primary transportation 22 of 24 route and artery of commerce by applying the concept of corridor urbanism. Investment in a safer, multi - modal transportation network better connects workers, students, and residents to the place where they live and work. This Project likewise provides more equitable access to the region's primary engine for economic development, the University of Arkansas, by improving access to the Razorback Greenway. 23 of 24 ATTACHMENT F CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE CRITICAL INFRASTRUCTURE SECURITY AND RESILIENCE 1. Efforts to strengthen the Security and Resilience of Critical Infrastructure against both Physical and Cyber Threats. The Recipient states that rows marked with "X" in the following table are accurate: X The Recipient demonstrates, prior to the signing of this agreement, effort to consider and address physical and cyber security risks relevant to the transportation mode and type and scale of the activities. The Recipient appropriately considered and addressed physical and cyber security and resilience in the planning, design and oversight of the project, as determined by the Department and the Department of Homeland Security. X For projects in floodplains: The Recipient appropriately considered whether the project was upgraded consistent with the Federal Flood Risk Management Standard, to the extent consistent with current law, in Executive Order 14030, Climate -Related Financial Risk (86 FR 27967), and Executive Order 13690, Establishing a Federal Flood Risk Management Standard and a Process for Further Solicit and Considering Stakeholder Input (80 FR 6425). 2. Supporting Narrative. The City of Fayetteville's Electronic Communication Policy and Procedures addresses privacy, downloading and installing software, file storage, backups, shared devices and all relevant risks associated with electronic transmission of information, documents and funds. College Avenue is the only project corridor identified in Fayetteville's Vision Zero Strategy that crosses a floodplain. The roadway uses an existing box culvert crossing of Sublet Creek, stormwater will continue to be directed through existing culverts and storm drains, no drainage upgrades are included in project scope. 24 of 24