Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout96-25 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 96-25
File Number: 2025-369
CRAFTON TULL & ASSOCIATES, INC. (SERVICE CONTRACT):
A RESOLUTION TO AWARD RFQ #25-01, SELECTION #4 AND AUTHORIZE A PROFESSIONAL
ENGINEERING SERVICES CONTRACT WITH CRAFTON, TULL & ASSOCIATES, INC. IN THE AMOUNT OF
$227,315.00 FOR THE DESIGN OF THE WHITE RIVER TRAIL AT RIVER COMMONS, TO APPROVE A
PROJECT CONTINGENCY IN THE AMOUNT OF $30,000.00, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on July 22, 2024, the EPA announced that the Tri-Region Arkansas Coalition was selected for a
$99,999,999.00 Climate Pollution Reduction Grant award for its `Energy and Environment Innovation for the Natural
State" proposal and Northwest Arkansas is expected to receive $36.25 million to implement each region's Energy and
Environment Innovation Priority Action Plan; and
WHEREAS, on November 19, 2024, the City Council passed Resolution 279-24 that authorized the Mayor to accept
and enter into a subaward grant agreement with the Arkansas Tri-Region Energy and Environment Innovation
Coalition to utilize $2,598,800.00 over five years to design and construct approximately 10,000 feet of the White River
Trail at River Commons.
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 awards RFQ #25-05 and authorizes
Mayor Rawn to sign a professional engineering services contract with Crafton, Tull & Associates, Inc. in the amount of
$227,315.00 for the design of the White River Trail at River Commons, and further approves a project contingency in
the amount of $30,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of
which is attached to this Resolution, to recognize $2,598,800.00 in revenue from the Climate Pollution Reduction
Grant.
Page 1
Resolution: 96-25
File Number. 2025-369
PASSED and APPROVED on April 15, 2025
Approved: Attest:
\I Y
rIlFv, . I
Molly Rawn, Mayor
Kara Paxton, City Clerk Treasurer
Page 2
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF APRIL 15, 2025
CITY COUNCIL MEMO
TO: Mayor Rawn and City Council
THRU: Keith Macedo, Interim Chief of Staff
Chris Brown, Public Works Director
FROM: Matt Mihalevich, Active Transportation Manager
SUBJECT: CRAFTON, TULL & ASSOCIATES, INC. (SERVICE CONTRACT):
RECOMMENDATION:
2025-369
Staff recommends approval of a contract in the amount of $227,315.00 with Crafton, Tull & Associates, Inc. per
RFQ 25-01, selection #4 to provide professional services for the design of the White River Trail at River
Commons, approval of $30,000.00 in project contingency, and approval of a budget adjustment to recognize
$2,598,800.00 in revenue from the Climate Pollution Reduction Grant through the Arkansas Tri-Region Energy
and Environment Innovation Coalition.
BACKGROUND:
On July 22nd, 2024, the Environmental Protection Agency (EPA) announced that the Tri-Region Arkansas
Coalition was selected for a $99,999,999 Climate Pollution Reduction Grant (CPRG) award for its "Energy and
Environment Innovation for the Natural State" proposal. Northwest Arkansas is expected to receive $36.25
million of the $99,999,999 million in CPRG funding awarded by the Environmental Protection Agency to the
Arkansas Tri-Region Coalition to implement each region's Energy and Environment Innovation Priority Action
Plan.
On November 19th, 2024, Resolution 279-24 authorized the City of Fayetteville to accept and enter into a
subaward grant agreement with the Arkansas Tri-Region Energy and Environment Innovation Coalition to
utilize sub awarded funds for EPA climate pollution reduction grant project implementation. The Coalition will
subaward $2,598,800 over five years to the City of Fayetteville to design and construct approximately 10,000
feet of the White River Trail at River Commons.
DISCUSSION:
The City of Fayetteville is responsible for the following tasks for the White River Trail:
• Procure contractors for the design and construction of the White River Trail at River Commons
• Procure professional services to conduct assessments to meet federal requirements for trail
construction
• Coordinate with WCRC on implementation of city restoration measures
• Provide reporting on projects to NWARPC and Metroplan
Mailing address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
Crafton Tull and associates was selected by RFQ 25-01, selection #4 as the design engineer for the White
River Trail at River Commons. City staff toured the trail corridor with Crafton Tull and WCRC and agreed on a
preliminary alignment. Crafton Tull developed the attached proposal and contract based on the trail alignment
and design scope of work discussed during the on -site meetings.
BUDGET/STAFF IMPACT:
Federal funding will go directly to the sub awardees and partners for the projects and there is no matching
requirement. The City of Fayetteville will be responsible for managing the $2,598,800 in Federal funding for
the White River Trail design and construction.
ATTACHMENTS: SRF (#3) , BA (#4), White River Greenway Concept Plan (#5), CTA Proposal - White River
Trail River Commons Connection - Signed (#6), 279-24 Resolution (#7), Fayetteville River Commons Sub
Recipient Agreement - Fully Executed (#8), NWA Green Network Budget Summary - Subrecipients (#9), EPA
Award Document (#10), RFQ 25-01, Selection 4 - Final Vote (#11)
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 #: 2025-369
CRAFTON, TULL & ASSOCIATES, INC. (SERVICE CONTRACT):
A RESOLUTION TO AWARD RFQ #25-01, SELECTION #4 AND AUTHORIZE A
PROFESSIONAL ENGINEERING SERVICES CONTRACT WITH CRAFTON, TULL &
ASSOCIATES, INC. IN THE AMOUNT OF $227,315.00 FOR THE DESIGN OF THE WHITE
RIVER TRAIL AT RIVER COMMONS, TO APPROVE A PROJECT CONTINGENCY IN THE
AMOUNT OF $30,000.00, AND TO APPROVE A BUDGET ADJUSTMENT
WHEREAS, on July 22, 2024, the EPA announced that the Tri-Region Arkansas Coalition was selected
for a $99,999,999.00 Climate Pollution Reduction Grant award for its "Energy and Environment
Innovation for the Natural State" proposal and Northwest Arkansas is expected to receive $36.25 million
to implement each region's Energy and Environment Innovation Priority Action Plan; and
WHEREAS, on November 19, 2024, the City Council passed Resolution 279-24 that authorized the
Mayor to accept and enter into a subaward grant agreement with the Arkansas Tri-Region Energy and
Environment Innovation Coalition to utilize $2,598,800.00 over five years to design and construct
approximately 10,000 feet of the White River Trail at River Commons.
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 awards RFQ #25-05 and
authorizes Mayor Rawn to sign a professional engineering services contract with Crafton, Tull &
Associates, Inc. in the amount of $227,315.00 for the design of the White River Trail at River
Commons, and further approves a project contingency in the amount of $30,000.00.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget
adjustment, a copy of which is attached to this Resolution, to recognize $2,598,800.00 in revenue from
the Climate Pollution Reduction Grant.
Page 1
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
2025-369
Item ID
4/15/2025
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
3/20/2025 ENGINEERING (621)
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of a contract in the amount of $227,315.00 with Crafton, Tull & Associates, Inc. per RFQ
25-01, selection #4 to provide professional services for the design of the White River Trail at River Commons,
approval of $30,000.00 in project contingency, and approval of a budget adjustment to recognize $2,598,800.00 in
revenue from the Climate Pollution Reduction Grant through the Arkansas Tri-Region Energy and Environment
Innovation Coalition.
Budget Impact:
2230.900.8009-5860.02
Special Grants
Account Number Fund
Climate Pollution Reduction Grant -
32501.2501
White River Trail
Project Number
Budgeted Item? No
Does item have a direct cost? Yes
Is a Budget Adjustment attached? Yes
Purchase Order Number:
Change Order Number:
Original Contract Number:
Comments: Item Cost includes contingency.
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Project Title
$ 257,315.00
$ 2,598,800.00
2,341,485.00
V20221130
Previous Ordinance or Resolution # 279-24
Approval Date:
City of Fayetteville, Arkansas - Budget Adjustment (Agenda)
Budget Year Division Adjustment Number
ENGINEERING (621)
/Org2
2025
Requestor: Matt Mihalevich
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
Staff recommends approval of a contract in the amount of $227,315.00 with Crafton, Tull & Associates, Inc. per RFQ 25-01,
selection #4 to provide professional services for the design of the White River Trail at River Commons, approval of
$30,000.00 in project contingency, and approval of a budget adjustment to recognize $2,598,800 in revenue from the
Climate Pollution Reduction Grant through the Arkansas Tri-Region Coalition.
COUNCIL DATE:
ITEM ID#:
4/15/2025
2025-369
Holly Black
312712025 7.50 RM
RESOLUTION/ORDINANCE
Budget Division Date
TYPE: D - (City Council)
JOURNAL#:
GLDATE:
CHKD/POSTED:
TOTAL
Account Number
2,598,800 2,598,800
Increase / (Decrease)
Expense Revenue
Project.Sub#
Project Sub.Detl AT
v.2025311
Account Name
2230.900.8009-4309.00
- 2,598,800
32501
2501 RE
Federal Grants - Capital
2230.900.8009-5860.02
2230.900.8009-5911.99
227,315 -
30,000 -
32501
32501
2501 EX
2501 EX
Capital Prof Svcs - Engineering/Architecture
Contingency - Capital Project
2230.900.8009-5899.00
2,341,485 -
32501
2501 EX
Unallocated - Budget
1 of 1
POSED 14
FOOT PAVED _
SHARED "
fiMii 41 DRIVE/TRAIL l I�
PROPOS D RRFB
RAISED
{ • r r; PJ I a. i �: ,.COLORED
—;1 y ryes r �- � CONCRETE PROPOSED 5
_p �� : t a +h CROSSWALK FOOT WIDE
9ru a ti is v r k GRAVEL TRAIL
} TRAIL ON BRIDGE _n
WITH SEPARATION
BARRIER ?
f PROPOSED RRFB
RAISED
* -0LORED
CONCRETE
CROSSWALK
N0
PROPOSED Z
12,397 LINEAR
FEET OF 12 FOOT
WIDE CONCRETE r
TRAIL
-4� ..
,m ✓M • "
PROPOSED
130 LF BRIDGE -
T.
HALL BYPASS • 9�}1¢t
TRUST
ALL BYPASS
UST"
COMBS
PARK
� 5% SLOPE
WITH CULVERT a 'All
Au
W.
a �, fir, a"� Y^• �1
4
March 5th 2025 NOTE:
—Y °F White River Greenwa TRAIL ALIGNMENT SHOWN
FAYETTEVILLE IS CONCEPTUAL AND
ARKANSAS Proposed CPRG Trail Improvements —2.38 Miles SUBJECT TO CHANGE
AGREEMENT
For
PROFESSIONAL ENGINEERING SERVICES
Between
CITY OF FAYETTEVILLE, ARKANSAS
And
CRAFTON, TULL & ASSOCIATES, INC.
THIS AGREEMENT is made as of April 15 , 2025, by and between City of Fayetteville, Arkansas,
acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE) and _Crafton, Tull &
Associates, Inc. with offices located in — Arkansas (hereinafter called ENGINEER).
CITY OF FAYETTEVILLE from time to time requires professional engineering services in connection
with the evaluation, design, and/or construction supervision of the White River Trail River
Commons Connection (The "Project"). Therefore, CITY OF FAYETTEVILLE and ENGINEER in
consideration of their mutual covenants agree as follows:
ENGINEER shall serve as CITY OF FAYETTEVILLE's professional engineering consultant in those
assignments to which this Agreement applies, and shall give consultation and advice to CITY OF
FAYETTEVILLE during the performance of ENGINEER's services. All services shall be performed
under the direction of a professional engineer registered in the State of Arkansas and qualified in the
particular field.
SECTION 1- AUTHORIZATION OF SERVICES
1.1 Services on any assignment shall be undertaken only upon written Authorization of CITY OF
FAYETTEVILLE and agreement of ENGINEER.
1.2 Assignments may include services described hereafter as Basic Services or as Additional
Services of ENGINEER.
1.3 Changes, modifications or amendments in scope, price or fees to this contract shall not be
allowed without a formal contract amendment approved by the Mayor and the City Council
in advance of the change in scope, costs, fees, or delivery schedule.
SECTION 2 - BASIC SERVICES OF ENGINEER
2.1 Perform professional design services in connection with the Project as hereinafter stated,
which shall include normal civil engineering and survey services.
2.1.1 The Scope of Services to be furnished by ENGINEER during the Project is included in
Appendices A1, A2, A3, & A4 attached hereto and made part of this Agreement.
2.1.2 ENGINEER shall coordinate their activities and services with the CITY OF
FAYETTEVILLE. ENGINEER and CITY OF FAYETTEVILLE agree that ENGINEER has
full responsibility for the engineering services.
White River Trail River Commons Connection A — 1 022403
SECTION 3 - RESPONSIBILITIES OF CITY OF FAYETTEVILLE
3.1 CITY OF FAYETTEVILE shall, within a reasonable time, so as not to delay the services of
the ENGINEER:
3.1.1 Provide full information as to CITY OF FAYETTEVILLE's requirements for the Project.
3.1.2 Assist ENGINEER by placing at ENGINEER's disposal all available information pertinent to
the assignment including previous reports and any other data relative thereto.
3.1.3 Guarantee access to and make all provisions for ENGINEER to enter upon public and private
property as required for ENGINEER to perform his services under this Agreement.
3.1.4 Examine all studies, reports, sketches, cost opinions, Bid Documents, Drawings, proposals,
and other documents presented by ENGINEER and render in writing decisions pertaining
thereto.
3.1.5 The City Engineer is the CITY OF FAYETTEVILLE's project representative with respect to
the services to be performed under this Agreement. The City Engineer shall have complete
authority to transmit instructions, receive information, interpret and define CITY OF
FAYETTEVILLE's policies and decisions with respect to materials, equipment, elements and
systems to be used in the Project, and other matters pertinent to the services covered by this
Agreement.
3.1.6 CITY OF FAYETTEVILLE and/or its representative will review all documents and provide
written comments to ENGINEER in a timely manner.
SECTION 4 - PERIOD OF SERVICE
4.1 This Agreement will become effective upon the first written notice by CITY OF
FAYETTEVILLE authorizing services hereunder.
4.2 The provisions of this Agreement have been agreed to in anticipation of the orderly progress
of the Project through completion of the services stated in the Agreement. ENGINEER will
proceed with providing the authorized services immediately upon receipt of written
authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of
the services authorized and the time in which the services are to be completed. The
anticipated schedule for this project is included as Exhibit D.
SECTION 5 - PAYMENTS TO ENGINEER
5.1 The CITY OF FAYETTEVILLE shall compensate the ENGINEER based on an hourly NTE
basis described in Exhibit B.
5.1.1 The maximum not -to -exceed amount authorized for all Architectural and Civil design for as
described in Exhibits Al, A2, A3, & A4 of this Agreement is $224,340, not including
reimbursable expenses. Compensation for reimbursable expenses is estimated to be $2,975.
Payment for a specific phase shall not exceed the scheduled amount prior to completion of
that phase. Underruns in one phase may be used to offset overruns in another phase as long as
the contract amount is not exceeded.
White River Trail River Commons Connection A — 2 022403
5.2 Statements
5.2.1 Monthly statements for each calendar month shall be submitted to CITY OF
FAYETTEVILLE or such parties as CITY OF FAYETTEVILLE may designate for
professional services consistent with ENGINEER's normal billing schedule. Once
established, the billing schedule shall be maintained throughout the duration of the Project.
Applications for payment shall be made in accordance with a format to be developed by
ENGINEER and approved by CITY OF FAYETTEVILLE. Applications for payment shall
be accompanied each month by the updated project schedule as the basis for determining the
value earned as the work is accomplished. Final payment for professional services shall be
made upon CITY OF FAYETTEVILLE's approval and acceptance with the satisfactory
completion of the Design phase for the Project.
5.3 Payments
5.3.1 All statements are payable upon receipt and due within thirty (30) days. If a portion of
ENGINEER's statement is disputed by CITY OF FAYETTEVILLE, the undisputed portion
shall be paid by CITY OF FAYETTEVILLE by the due date. CITY OF FAYETTEVILLE
shall advise ENGINEER in writing of the basis for any disputed portion of any statement.
CITY OF FAYETTEVILLE will make reasonable effort to pay invoices within 30 days of
date the invoice is approved, however, payment within 30 days is not guaranteed.
5.4 Final Payment
5.4.1 Upon satisfactory completion of the work performed under this Agreement, as a condition
before final payment under this Agreement, or as a termination settlement under this
Agreement, ENGINEER shall execute and deliver to CITY OF FAYETTEVILLE a release of
all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement,
except claims which are specifically exempted by ENGINEER to be set forth therein. Unless
otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the
parties to this Agreement, final payment under this Agreement or settlement upon termination
of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims
against ENGINEER or his sureties under this Agreement or applicable performance and
payment bonds, if any.
SECTION 6 - GENERAL CONSIDERATIONS
6.1 Insurance
6.1.1 During the course of performance of these services, ENGINEER will maintain (in United
States Dollars) the following minimum insurance coverages:
White River Trail River Commons Connection A — 3 022403
Tyne of Coverage
Workers' Compensation
Employers' Liability
Commercial General Liability
Bodily Injury and
Property Damage
Automobile Liability:
Bodily Injury and
Property Damage
Professional Liability Insurance
Limits of Liability
Statutory
$500,000 Each Accident
$1,000,000 Combined Single Limit
$1,000,000 Combined Single Limit
$1,000,000 Each Claim
ENGINEER will provide to CITY OF FAYETTEVILLE certificates as evidence of the
specified insurance within ten days of the date of this Agreement and upon each renewal of
coverage.
6.1.2 CITY OF FAYETTEVILLE and ENGINEER waive all rights against each other and their
officers, directors, agents, or employees for damage covered by property insurance during
and after the completion of ENGINEER's services.
6.2 Professional Responsibility
ENGINEER will exercise reasonable skill, care, and diligence in the performance of
ENGINEER's services and will carry out its responsibilities in accordance with customarily
accepted professional engineering practices. ENGINEER agrees not to seek or accept any
compensation or reimbursements from the City of Fayetteville for engineering work it performs
to correct any errors, omissions or other deficiencies caused by ENGINEER `s failure to meet
customarily accepted professional engineering practices. CITY OF FAYETTEVILLE retains all
other remedies to recover for its damages caused by any negligence of ENGINEER.
6.3 Cost Opinions and Projections
Cost opinions and projections prepared by ENGINEER relating to construction costs and
schedules, operation and maintenance costs, equipment characteristics and performance, and
operating results are based on ENGINEER's experience, qualifications, and judgment as a design
professional. Since ENGINEER has no control over weather, cost and availability of labor,
material and equipment, labor productivity, construction Contractors' procedures and methods,
unavoidable delays, construction Contractors' methods of determining prices, economic
White River Trail River Commons Connection A — 4 022403
conditions, competitive bidding or market conditions, and other factors affecting such cost
opinions or projections, ENGINEER does not guarantee that actual rates, costs, performance,
schedules, and related items will not vary from cost opinions and projections prepared by
ENGINEER.
6.4 Changes
CITY OF FAYETTEVILLE shall have the right to make changes within the general scope of
ENGINEER's services, with an appropriate change in compensation and schedule only after
Fayetteville City Council approval of such proposed changes and, upon execution of a mutually
acceptable amendment or change order signed by the Mayor of the CITY OF FAYETTEVILLE
and the duly authorized officer of ENGINEER.
6.5 Termination
6.5.1 This Agreement may be terminated in whole or in part in writing by either party in the event
of substantial failure by the other party to fulfill its obligations under this Agreement through
no fault of the terminating party, provided that no termination may be effected unless the
other party is given:
6.5.1.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.1.2 An opportunity for consultation with the terminating party prior to termination.
6.5.2 This Agreement may be terminated in whole or in part in writing by CITY OF
FAYETTEVILLE for its convenience, provided that ENGINEER is given:
6.5.2.1 Not less than ten (10) calendar days written notice (delivered by certified mail, return
receipt requested) of intent to terminate,
6.5.2.2 An opportunity for consultation with the terminating party prior to termination.
6.5.3 If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment
in the price provided for in this Agreement shall be made, but
6.5.3.1 No amount shall be allowed for anticipated profit on unperformed services or other work,
6.5.3.2 Any payment due to ENGINEER at the time of termination may be adjusted to cover any
additional costs to CITY OF FAYETTEVILLE because of ENGINEER's default.
6.5.4 If termination for default is effected by ENGINEER, or if termination for convenience is
effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable
profit for services or other work performed. The equitable adjustment for any termination
shall provide for payment to ENGINEER for services rendered and expenses incurred prior to
the termination, in addition to termination settlement costs reasonably incurred by
ENGINEER relating to commitments which had become firm prior to the termination.
White River Trail River Commons Connection A — 5 022403
6.5.5 Upon receipt of a termination action under Paragraphs 7.5.1 or 7.5.2 above, ENGINEER
shall:
6.5.5.1 Promptly discontinue all affected work (unless the notice directs otherwise),
6.5.5.2 Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings,
specifications, reports, estimates, summaries and such other information and materials as
may have been accumulated by ENGINEER in performing this Agreement, whether
completed or in process.
6.5.6 Upon termination under Paragraphs 7.5.1 or 7.5.2 above CITY OF FAYETTEVILLE may
take over the work and may award another party an agreement to complete the work under
this Agreement.
6.5.7 If, after termination for failure of ENGINEER to fulfill contractual obligations, it is
determined that ENGINEER had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such
event, adjustments of the agreement price shall be made as provided in Paragraph 7.5.4 of
this clause.
6.6 Delays
In the event the services of ENGINEER are suspended or delayed by CITY OF FAYETTEVILLE
or by other events beyond ENGINEER's reasonable control, ENGINEER shall be entitled to
additional compensation and time for reasonable costs incurred by ENGINEER in temporarily
closing down or delaying the Project.
6.7 Rights and Benefits
ENGINEER's services will be performed solely for the benefit of CITY OF FAYETTEVILLE
and not for the benefit of any other persons or entities.
6.8 Dispute Resolution
6.8.1 Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes
between CITY OF FAYETTEVILLE and ENGINEER which arise from, or in any way are
related to, this Agreement, including, but not limited to the interpretation of this Agreement,
the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or
ENGINEER in the performance of this Agreement, and disputes concerning payment.
6.8.2 Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate.
If timely Notice is given under Paragraph 7.8.3, but an action is initiated prior to exhaustion
of these procedures, such action shall be stayed, upon application by either parry to a court of
proper jurisdiction, until the procedures in Paragraphs 7.8.3 and 7.8.4 have been complied
with.
6.8.3 Notice of Dispute
6.8.3.1 For disputes arising prior to the making of final payment promptly after the occurrence of
any incident, action, or failure to act upon which a claim is based, the party seeking relief
shall serve the other party with a written Notice;
White River Trail River Commons Connection A — 6 022403
6.8.3.2 For disputes arising within one year after the making of final payment, CITY OF
FAYETTEVILLE shall give ENGINEER written Notice at the address listed in
Paragraph 7.14 within thirty (30) days after occurrence of any incident, accident, or first
observance of defect or damage. In both instances, the Notice shall specify the nature
and amount of relief sought, the reason relief should be granted, and the appropriate
portions of this Agreement that authorize the relief requested.
6.8.4 Negotiation: Within seven days of receipt of the Notice, the Project Managers for CITY OF
FAYETTEVILLE and ENGINEER shall confer in an effort to resolve the dispute. If the
dispute cannot be resolved at that level, then, upon written request of either side, the matter
shall be referred to the President of ENGINEER and the Mayor of CITY OF
FAYETTEVILLE or his designee. These officers shall meet at the Project Site or such other
location as is agreed upon within 30 days of the written request to resolve the dispute.
6.9 CITY OF FAYETTEVILLE represents that it has sufficient funds or the means of obtaining
funds to remit payment to ENGINEER for services rendered by ENGINEER.
6.10 Publications
Recognizing the importance of professional development on the part of ENGINEER's employees
and the importance of ENGINEER's public relations, ENGINEER may prepare publications,
such as technical papers, articles for periodicals, and press releases, pertaining to ENGINEER's
services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in
draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall
review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to
ENGINEER. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential
information from such publications, but otherwise CITY OF FAYETTEVILLE will not
unreasonably withhold approval. The cost of ENGINEER's activities pertaining to any such
publication shall be for ENGINEER's account.
6.11 Indemnification
CITY OF FAYETTEVILLE agrees that it will require all construction Contractors to indemnify,
defend, and hold harmless CITY OF FAYETTEVILLE and ENGINEER from and against any
and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part
as a result of the negligence or other actionable fault of the Contractors, or their employees,
agents, Subcontractors, and Suppliers.
6.12 Ownership of Documents
6.12.1 All documents provided by CITY OF FAYETTEVILLE including original drawings, disks of
CADD drawings and cross sections, estimates, specification field notes, and data are and
remain the property of CITY OF FAYETTEVILLE. ENGINEER may retain reproduced
copies of drawings and copies of other documents.
6.12.2 Engineering documents, computer models, drawings, specifications and other hard copy or
electronic media prepared by ENGINEER as part of the Services shall become the property
of CITY OF FAYETTEVILLE when ENGINEER has been compensated for all Services
rendered, provided, however, that ENGINEER shall have the unrestricted right to their use.
ENGINEER shall, however, retain its rights in its standard drawings details, specifications,
databases, computer software, and other proprietary property. Rights to intellectual property
White River Trail River Commons Connection A — 7 022403
developed, utilized, or modified in the performance of the Services shall remain the property
of ENGINEER
6.12.3 Any files delivered in electronic medium may not work on systems and software different
than those with which they were originally produced. ENGINEER makes no warranty as to
the compatibility of these files with any other system or software. Because of the potential
degradation of electronic medium over time, in the event of a conflict between the sealed
original drawings/hard copies and the electronic files, the sealed drawings/hard copies will
govern.
6.13 Notices
Any Notice required under this Agreement will be in writing, addressed to the appropriate party
at the following addresses:
CITY OF FAYETTEVILLE's address:
113 West Mountain Street
Fayetteville, Arkansas 72701
ENGINEER's address:
300 North College, Suite 317
Fayetteville, Arkansas 72701
6.14 Successor and Assigns
CITY OF FAYETTEVILLE and ENGINEER each binds himself and his successors, executors,
administrators, and assigns to the other party of this Agreement and to the successors, executors,
administrators, and assigns of such other party, in respect to all covenants of this Agreement;
except as above, neither CITY OF FAYETTEVILLE nor ENGINEER shall assign, sublet, or
transfer his interest in the Agreement without the written consent of the other.
6.15 Controlling Law
This Agreement shall be subject to, interpreted and enforced according to the laws of the State of
Arkansas without regard to any conflicts of law provisions.
6.16 Entire Agreement
This Agreement represents the entire Agreement between ENGINEER and CITY OF
FAYETTEVILLE relative to the Scope of Services herein. Since terms contained in purchase
orders do not generally apply to professional services, in the event CITY OF FAYETTEVILLE
issues to ENGINEER a purchase order, no preprinted terms thereon shall become a part of this
Agreement. Said purchase order document, whether or not signed by ENGINEER, shall be
considered as a document for CITY OF FAYETTEVILLE's internal management of its
operations.
White River Trail River Commons Connection A — 8 022403
SECTION 7 - SPECIAL CONDITIONS
7.1 Additional Responsibilities of ENGINEER:
7.1.1 CITY OF FAYETTEVILLE's review, approval, or acceptance of design drawings,
specifications, reports and other services furnished hereunder shall not in any way relieve
ENGINEER of responsibility for the technical adequacy of the work. Neither CITY OF
FAYETTEVILLE's review, approval or acceptance of, nor payment for any of the services
shall be construed as a waiver of any rights under this Agreement or of any cause of action
arising out of the performance of this Agreement.
7.1.2 ENGINEER shall be and shall remain liable, in accordance with applicable law, for all
damages to CITY OF FAYETTEVILLE caused by ENGINEER's negligent performance of
any of the services furnished under this Agreement except for errors, omissions or other
deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF
FAYETTEVILLE-furnished data.
7.1.3 ENGINEER's obligations under this clause are in addition to ENGINEER's other express or
implied assurances under this Agreement or State law and in no way diminish any other
rights that CITY OF FAYETTEVILLE may have against ENGINEER for faulty materials,
equipment, or work.
7.2 Remedies
Except as may be otherwise provided in this Agreement, all claims, counter -claims, disputes and
other matters in question between CITY OF FAYETTEVILLE and ENGINEER arising out of or
relating to this Agreement or the breach thereof will be decided in a court of competent
jurisdiction within Arkansas.
7.3 Audit: Access to Records
7.3.1 ENGINEER shall maintain books, records, documents and other evidence directly pertinent
to performance on work under this Agreement in accordance with generally accepted
accounting principles and practices consistently applied in effect on the date of execution of
this Agreement. ENGINEER shall also maintain the financial information and data used by
ENGINEER in the preparation of support of the cost submission required for any negotiated
agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost
summary submitted. The United States Environmental Protection Agency, the Comptroller
General of the United States, the United States Department of Labor, CITY OF
FAYETTEVILLE, the State or any of their authorized representatives shall have access to all
such books, records, documents and other evidence for the purpose of inspection, audit and
copying during normal business hours. ENGINEER will provide proper facilities for such
access and inspection.
7.3.2 Records under Paragraph 8.3.1 above, shall be maintained and made available during
performance on assisted work under this Agreement and until three years from the date of
final payment for the project. In addition, those records which relate to any controversy
arising out of such performance, or to costs or items to which an audit exception has been
taken, shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
White River Trail River Commons Connection A — 9 022403
7.3.3 This right of access clause (with respect to financial records) applies to:
7.3.3.1 Negotiated prime agreements:
7.3.3.2 Negotiated change orders or agreement amendments in excess of $10,000 affecting the
price of any formally advertised, competitively awarded, fixed price agreement:
7.3.3.3 Agreements or purchase orders under any agreement other than a formally advertised,
competitively awarded, fixed price agreement. However, this right of access does not
apply to a prime agreement, lower tier subagreement or purchase order awarded after
effective price competition, except:
7.3.3.3.1 With respect to record pertaining directly to subagreement performance, excluding
any financial records of ENGINEER;
7.3.3.3.2 If there is any indication that fraud, gross abuse or corrupt practices may be involved;
7.3.3.3.3 If the subagreement is terminated for default or for convenience.
7.4 Covenant Against Contingent Fees
ENGINEER warrants that no person or selling agency has been employed or retained to solicit or
secure this Agreement upon an agreement of understanding for a commission, percentage,
brokerage or continent fee, excepting bona fide employees or bona fide established commercial or
selling agencies maintained by ENGINEER for the purpose of securing business. For breach or
violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this
Agreement without liability or at its discretion, to deduct from the contract price or consideration,
or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent
fee.
7.5 Gratuities
7.5.1 If CITY OF FAYETTEVILLE finds after a notice and hearing that ENGINEER or any of
ENGINEER's agents or representatives, offered or gave gratuities (in the form of
entertainment, gifts or otherwise) to any official, employee or agent of CITY OF
FAYETTEVILLE, the State or EPA in an attempt to secure an agreement or favorable
treatment in awarding, amending or making any determinations related to the performance of
this Agreement, CITY OF FAYETTEVILLE may, by written notice to ENGINEER terminate
this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that
the law or this Agreement provides. However, the existence of the facts on which CITY OF
FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings
under the Remedies clause of this Agreement.
7.5.2 In the event this Agreement is terminated as provided in Paragraph 8.5.1, CITY OF
FAYETTEVILLE may pursue the same remedies against ENGINEER as it could pursue in
the event of a breach of the Agreement by ENGINEER As a penalty, in addition to any other
damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue
exemplary damages in an amount (as determined by CITY OF FAYETTEVILLE) which
shall be not less than three nor more than ten times the costs ENGINEER incurs in providing
any such gratuities to any such officer or employee.
White River Trail River Commons Connection A — 10 022403
7.6 Arkansas Freedom of Information Act
City contracts and documents, including internal documents and documents of subcontractors and
sub -consultants, prepared while performing City contractual work are subject to the Arkansas
Freedom of Information Act (FOIA). If a Freedom of Information Act request is presented to the
CITY OF FAYETTEVILLE, ENGINEER will do everything possible to provide the documents
in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act
(A.C.A. §25-19-101 et seq.). Only legally authorized photocopying costs pursuant to the FOIA
may be assessed for this compliance.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and
ENGINEER, by its authorized officer have made and executed this Agreement as of the day and year first
above written.
CITY OF FAYETTEVILLE, ARKANSAS ENGINEER
By: By:
Molly Rawn, Mayor Lucas Jost, PE, Vice resident
ATTEST:
JERK/Tq
'��yh'GTON GJp"
By:
City Clerk Treasurer
END OF AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES
White River Trail River Commons Connection A — 11 022403
0 Grafton Tull
Exhibit "Al"
Scope of Basic Services For:
Project:
White River Trail River Commons Connection
Client:
City of Fayetteville
Location of Project:
Dead Horse Mtn. Road, Fayetteville, AR
Discipline:
Surveying
Discipline Manager:
James W. Montgomery, PLS
Project Manager:
Luke Jost, PE
Proposal Date:
March 21, 2025
Billing Type:
Hourly with a Maximum/Reimbursable Expenses
per Exhibit B, the Standard Fee Schedule
Fee/Estimate:
Estimated $15,500.00 + Expenses $650.00± title, locates and mi
Description of the Construction
Project:
Provided a Limited Design Survey that will include a profile with x-
sections, mapping planimetric features, easement description with
exhibit for the Hall Bypass Trust parcel, and other instructions as
noted on the attached hereto Exhibit C, compiling the fieldwork with
the existing City of Fayetteville 1-foot contours, to support the trail
improvements engineering design.
• A title company will provide a title search for plats, deeds & easements that may affect this property. This
service applies only to the Hall Bypass Trust parcel.
• We will mark the site and request a Utility 1-Call System underground utility line locate for the area along
Dead Horse Mtn. Rd. only.
• Our survey crew will set permanent survey control monuments (2) on the site that will be tied to the city
coordinate and elevation datum to which all survey data for this project will be referenced.
• We will establish the property boundary for the Hall Bypass Trust parcel to serve as the basis for the
proposed project easement description with exhibit. All other property boundary lines, the Watershed
Conservation Resource Center parcel(s), will be approximate for reference only, based on the City of
Fayetteville's GIS.
• We will provide a topographic survey, a profile at 100-foot intervals with x-sections 25-feet left and right of
centerline along the proposed route or as directed on the attached hereto Exhibit C, the project area,
including the mapping of planimetric features (e.g. roadway, bridge, etc.).
• We will locate all visible utility lines on the project area site and those as marked by the utility 1-Call System,
and will include the sizes & flow lines of drainage inlets and pipes, and sewer manhole tops & inverts.
• We will prepare a base survey drawing of the fieldwork data collection complied with the existing City of
Fayetteville 1-foot contours, which will be used for engineering design purposes, along with an easement
description with exhibit for the Hall Bypass Trust acquisition.
Scope of Basic Services does NOT include the following:
• Tree surveys.
• Easement dedication plat, easement documents, tract split plats, or similar type plats as may be required by
the governing agency for approval of this project, unless noted otherwise above.
• Surveys and plats of the property for financing, sales, or for purposes other than as previously described,
such as an ALTA or as -built survey.
www.craftontull.com
�,7 Grafton Tull
• Surveys of offsite utility, street or drainage improvements not within the project area.
• Surveys for environmental studies, including wetland delineation.
• Surveys for flood data or studies for Corps of Engineer, FEMA or other special government agency permitting.
• Surveys for location of geotechnical soil borings or pits.
• Surveying related to construction services or construction staking.
Note: Services listed can be provided for additional fee.
Items Provided by City:
• City GIS information to support the engineering design in DWG format (e.g. 1-ft contours).
• Any existing boundary and topographic survey plats of the property that are in their possession.
• Disclosure of known boundary disputes, possible encroachments, and gaps or overlaps with adjoining
properties.
• Disclosure of known buried tanks or environmental concerns within the proposed improvement site area that
will be required to be shown on the survey.
• Access for our survey crew personnel to enter the property to conduct the surveys.
This is the scope of services for the Project. Should there be additions to this scope of services, those
services shall be compensated for additional fee.
www.craftontull.com
a
C� Crafton Tull
® architecture I engineering I surveying
Exhibit "AT'
Scope of Environmental Services For:
Project:
White River Trail River Commons Connection
Client:
City of Fayetteville
Location of Project:
Dead Horse Mtn. Road, Fayetteville, AR
Discipline:
Environmental
Discipline Manager:
David Ru e
Project Manager:
Luke Jost, PE
Proposal Date:
March 20, 2025
Billing Type:
Hourly with a Maximum/Reimbursable Expenses
Fee:
$ 6,500 Estimated hourly total for WOTUS Delineation
$ 3,500 Estimated hourly total for Nationwide permit application
$ 500 Estimated hourly total for Threatened and Endangered species
$10,330 Phase I Cultural Study (subconsultant)
$20,830 Total
825 Estimated reimbursements STAA fees
Description of the
Wetland delineation, Section 404 nationwide permitting, Threatened and
Construction Project:
Endangered Species Assessment, and Cultural Resources Study on an
approximately 2.4-mile pedestrian trail site located west of Dead Horse Mtn.
Road.
The services to be provided by the Engineer:
• Waters of the U.S. Delineation and Report on a proposed trail extending approximately 2.4 miles.
• U.S. Army Corps of Engineers (USACE) Nationwide Permit Application (Section 404) and Coordination
• ADEQ Short -Term Activity Authorization (STAA) Permit Application and Coordination
• Threatened and Endangered Species Desktop Review
• Phase 1 Cultural Resources Survey (performed by subconsultant)
Scope of Basic Services does NOT Include the Following:
• USACE Jurisdictional Determination Request and Coordination
• Biological and/or Habitat Assessments/Surveys
• USACE Standard Permit Application and Coordination
• Geotechnical Investigation
• Construction oversight and due diligence
• Bat survey, if required (provided by subconsultant)
• Phase 1 Environmental Site Assessment
Note: Services listed can be provided for an additional fee.
Items to be provided by Owner:
• Site access
This is the scope of services for the Project. Should there be additions to this scope of services,
those services shall be compensated for an additional fee.
www.craftontull.com
Crafton Tu II
® architecture I engineering I surveying
Exhibit "AT'
Civil Scope of Basic Services for:
Project:
White River Trail River Commons Connection
Client:
City of Fayetteville
Location of Project:
Dead Horse Mtn. Road, Fayetteville, AR
Discipline:
Civil Engineering
Discipline Manager:
Luke Jost, P.E.
Project Manager:
Luke Jost, P.E.
Proposal Date:
March 21, 2025
Billing Type:
Hourly with a Maximum/Reimbursable Expenses
Fee/Estimate:
Civil Design
Construction Administration
Geotechnical Subconsultant (GTS)
Reimbursable Expenses (Estimated)
$97,910
$41,900
$5,200
$1,500
TOTAL:
$146,075
Description of the Construction
Project:
Design of approximately 2.38 miles of 12-foot-wide concrete trail along the
east and south sides of the White River from the St. Paul Trail to and
along Dead House Mountain Road see anticipated alignment Exhibit C .
Project scope:
Design of approximately 12,500 linear feet (2.38 miles) of 12-foot-wide concrete trail along the east and south
sides of the White River from the St. Paul Trail to and along the Dead Horse Mountain Road. Tabled/raised
pedestrian crossings are anticipated in two locations along Dead Horse Mountain Road. A 14-wide, 80' long
prefabricated pedestrian bridge is anticipated where the trail crosses from the Hall Trust Property to the WCRC
property. A 14-foot wide trail/access to the WCRC with 5-6' wide soft surface trail connections across the WCRC
property as shown on the attached Exhibit C.
The design firm will provide flood analyses to determine the trail does not create a rise in the base flood elevation.
Any crossing drainage structures are to be sized for the 10-year design storm.
The proposed project will include required topographic and boundary surveys, pipe sizing, hydraulic studies,
corps of engineers permitting (if work is necessary in their jurisdiction), federal funding environmental
documentation approval, trail design & engineering, RRFB crosswalk design, bid ready construction plans and
specifications, and bidding assistance.
Detailed services to be provided by the Engineer:
Preliminary Design Phase (30%):
• Prepare Preliminary Plans (Title, Typical Section, Plan & Profile Sheets, Cross Sections)
• Meet with City and stakeholders to finalize route
• Utility coordination
• Prepare a preliminary cost estimate
• Submit plans to owner for review
60% Design Phase:
• Finalize trail geometrics based on 30% review comments
• Design of drainage structures as required
• Hydraulic analysis of the White River
• Utility coordination
Drawing Set to include:
o Cover sheet
o Plan & profile sheets
o Signing & Striping plans
o Typical Section
o Cross sections
o Standard Details
Update construction cost estimate
Submit plans to owner for review
Meet with City and stakeholders to finalize route
90% Design Phase:
• Revise plans based on comments to the 60% design submittal
• Pre -final design of trail and drainage improvements
• Final Hydraulic analysis of Skull Creek & Tributary w/ Drainage Crossings
• Prepare the following construction drawings:
o Cover Sheet
o Plan & profile sheets
o Typical section sheets
o Cross sections
o Erosion control plans
o Bridge plans
o Signing & striping plans
o Notes and Standard & Special Details
• Updated construction cost estimate
• Submit plans to owner for review
Final Design Phase
• Finalize plans based on comments to the 90% design submittal
• Finalize design of trail and drainage improvements
• Hydraulic analysis and no -rise certificate
• Prepare storm water pollution prevention plan (SWPPP)
• Submit final plans to City for review and approval
• Submit permit applications to ADEQ and USACE (if required)
• Update construction cost estimate
• Prepare project specifications
Bidding and Contract Negotiation Phase
• Answer bidder's questions and issue addenda
• Recommend Contractor to Owner
• Bid documents prepared and issued to bidders
• Receive bids and tabulate results
Construction Administration Phase (assume 180 days):
• Answer City staff questions
• Construction Observation
• Final inspection & project close-out
Geotechnical (provided by subcontractor - GTS)
• Assumes 2 borings at bridge area to a depth of 10-15'
www.craftontull.com
Items Provided by City:
• Site access
• Construction materials testing
• Acquisition of Right of Way and Easements
• Coordination with Watershed Conservation Resource Center Staff
END SCOPE OF SERVICES THIS CONTRACT This is the scope of services for the Project. Should there
be additions to this scope of services, those services shall be compensated for additional fee.
Additional Items that can be provided by CTA under amendment or separate contract:
• ROW/Easement Acquisition Services
• Retaining wall design
• FEMA applications/Coordination including CLOMR/LOMR process
www.craftontull.com
a
C� Crafton Tull
® architecture I engineering I surveying
Exhibit A4
Scope of Basic Services For Bridge Design
Project:
White River Trail River Commons Connection
Client:
City of Fayetteville
Location of Project:
Dead Horse Mtn. Road, Fayetteville, AR
Discipline:
Bridge
Discipline Manager:
Chuck Wipf
Project Manager:
Luke Jost
Proposal Date:
03/18/2025
Billing Type:
Hourly with a Maximum/Reimbursable expenses
Fee/Estimate:
$43, 000
Description of the
Construction Project:
Modification of Existing Bridge No. 04905 for a proposed side path.
1. Preliminary Bridge Design
a. Manage bridge portion of project.
b. Meet with the Client to gather information.
c. Prepare and submit design criteria document.
d. Request and coordinate with survey.
e. Determine new bridge typical section based on the following:
1) Existing bridge plans.
2) Existing bridge inspection reports.
3) 12'-0" minimum clear trail width.
4) 11'-0" travel lanes.
5) 2'-0" minimum shy distance to barriers.
6) 3'-0" tall barrier between trail and travel lanes.
7) H5 service vehicle live loading on trail.
8) No utilities.
9) No lighting.
f. Prepare preliminary bridge plans including:
1) One (1) Bridge Layout.
2) One (1) Bridge Typical Section.
g. Prepare preliminary bridge construction cost estimate.
h. Perform in-house quality control.
i. Submit preliminary bridge plans to the Client for review.
j. Meet with the Client at the project site to discuss review comments.
k. Revise preliminary plans based on reviewer comments.
2. Final Bridge Design
a. Prepare bridge design calculations to analyze the existing bridge superstructure and substructure for the
following additional loads.
1) Additional barrier between trail and travel lanes. TL-2 for 45 mph or less.
2) Additional pedestrian load (PL) and vehicle load (H5).
b. Prepare detailed bridge modification plans.
c. Prepare bridge construction specifications. References shall be made to ARDOT Standard Specifications for
Highway Construction (2014 edition).
d. Prepare bridge bid quantities.
e. Prepare bridge construction cost estimate.
f. Perform in-house quality control.
g. Submit final bridge plans to the Client for review.
www.craftontull.com
a
C� Crafton Tull
° architecture I engineering I surveying
h. Meet with the Client at the project site to discuss review comments.
i. Revise plans based on reviewer comments.
3. Plans, Specifications, and Estimate
a. Prepare final plans, specifications, and construction cost estimate for letting purposes.
b. Perform in-house quality control.
c. Submit final bridge plans to the Client for letting.
d. All bridge plans shall be prepared in Microstation format.
e. All bridge submittals shall be hard copy only.
4. Letting
a. Respond to bidder RFI's.
b. Issue addenda, if needed.
5. The Scope of Services for Bridge Design does NOT include the following:
a. Utility relocation.
b. Right-of-way.
c. Permitting.
d. Geotechnical engineering.
e. Hydraulic analysis.
f. Aesthetic features.
g. Letting administration, other than listed above.
h. Construction administration.
i. Hiring materials testing company.
This is the scope of services for Bridge Design. Should there be additions to this scope of services, those
services shall be compensated for an additional fee.
www.craftontull.com 2 of 2
C�� Crafton Tull
Exhibit "B"
Standard Hourly Rate Schedule
Effective January 1, 2025
Hourly
Category
Rate
CIVIL ENGINEERING
ENGINEERING PRINCIPAL ............................
$
260
SR. ENGINEERING MANAGER .......................
$
230
ENGINEERING MANAGER .............................
$
195
SR. PROJECT ENGINEER .............................
$
170
PROJECT ENGINEER ...................................
$
155
ENGINEER INTERN III ...................................
$
140
ENGINEER INTERN II ...................................
$
130
ENGINEER INTERN I ....................................
$
120
SR. ENGINEERING DESIGNER ......................
$
165
ENGINEERING DESIGNER III .........................
$
130
ENGINEERING DESIGNER II ..........................
$
110
ENGINEERING DESIGNER I ..........................
$
100
ENGINEERING CAD TECHNICIAN III ...............
$
90
ENGINEERING CAD TECHNICIAN II ................
$
80
ENGINEERING CAD TECHNICIAN I .................
$
70
ENVIRONMENTAL
ENVIRONMENTAL MANAGER ........................
$
210
SR. ENVIRONMENTAL SCIENTIST .................
$
150
PROJECT ENVIRONMENTAL SCIENTIST ........
$
120
ENVIRONMENTAL SCIENTIST II .....................
$
100
ENVIRONMENTAL SCIENTIST I ......................
$
80
ENVIRONMENTAL FIELD TECHNICIAN ...........
$
65
INSPECTION
SR. INSPECTOR ..........................................
$
115
INSPECTOR II ..............................................
$
100
INSPECTOR I ..............................................
$
80
LANDSCAPE ARCHITECTURE
LANDSCAPE ARCHITECTURE MANAGER .......
$
190
SR. LANDSCAPE ARCHITECT ........................
$
170
PROJECT LANDSCAPE ARCHITECT ...............
$
130
LANDSCAPE DESIGNER II ............................
$
110
LANDSCAPE DESIGNER I ............................
$
95
LANDSCAPE DESIGN INTERN .......................
$
85
ADMINISTRATIVE
ADMINISTRATIVE PRINCIPAL ........................
$
225
ADMINISTRATIVE MANAGER .........................
$
170
ADMINISTRATIVE IV .....................................
$
115
ADMINISTRATIVE III .....................................
$
90
ADMINISTRATIVE II ......................................
$
70
ADMINISTRATIVE I .......................................
$
55
Hourly
Category
Rate
SR. PLANNING MANAGER ............................
$ 220
PLANNING MANAGER ..................................
$ 210
SR. PLANNER .............................................
$ 190
PROJECT PLANNER ....................................
$ 130
PLANNER III ................................................
$ 120
PLANNER II .................................................
$ 110
PLANNER I ..................................................
$ 100
SURVEYING
SURVEYING PRINCIPAL ...............................
$ 240
SR. SURVEYING MANAGER ..........................
$ 205
SURVEYING MANAGER ................................
$ 180
SR. PROJECT SURVEYOR ............................
$ 160
PROJECT SURVEYOR ..................................
$ 140
SURVEYOR INTERN II ..................................
$ 125
SURVEYOR INTERN I ...................................
$ 110
SURVEY COORDINATOR ..............................
$ 120
CREW CHIEF II ............................................
$ 110
CREW CHIEF I .............................................
$ 95
FIELD SURVEYOR III ....................................
$ 85
FIELD SURVEYOR II .....................................
$ 75
FIELD SURVEYOR I ......................................
$ 65
SURVEY CAD TECHNICIAN III ........................
$ 105
SURVEY CAD TECHNICIAN II ........................
$ 85
SURVEY CAD TECHNICIAN I .........................
UAV SERVICES
$ 75
UAV TEAM LEAD ..........................................
$ 125
UAV PILOT ..................................................
$ 85
GEOGRAPHIC•' •
SR. GIS MANAGER .......................................
$ 175
GIS MANAGER ............................................
$ 140
GIS ANALYST ..............................................
$ 105
GIS TECHNICIAN II .......................................
$ 80
GIS TECHNICIAN I .......................................
$ 55
REIMBURSABLE EXPENSES
GPS Equipment..........................................$35/Hour
Robotic Survey Equipment...........................$20/Hour
LiDAR Scanning Equipment ........................$35/Hour
UAV....................................................$1000/Unit
Job Related Mileage....................................$0.70/Mile
Per Diem for Out of Town Crews..... Per GSA
Allowable
Airfare and other travel related expenses ..........
At Cost
Black and white 8.5"x11" Copies ..............
$0.15/sheet
Color 8.5"x11" Copies ............................
$1.50/sheet
Photo Paper Color Plan Sheet Copies ......
$0.75/sq. ft.
Reproducible Plan Copies (Vellum) ...........
$1.50/sq. ft
Reproducible Plan Copies (Bond) .............
$0.35/sq. ft.
All rates are subject to change without notice.
Exhibit
C . it -W x.
NIMPFF9
` PROPOSED 14
FOOT PAVED _
4
:r
:fir -.- SHARED �:•-` ., . .
►t I' 6 -.DRIVE/TRAIL
PROPOSED RRFB
RAISEM'CO SERVATION RESOURCE CENTER, INC
D
���
• ...r- F f`:i - COLORED
CONCRETE 'PROPOSED5
CROSSWALK FOOT WIDE
vow
GRAVEL TRAIL
get both sides of
road/bridge. include 30'
behind the fence in the
highlighted areas
TRAIL ON BRIDGE
WITH SEPARATION ,
BARRIER
�k PROPOSED RRFB
,., RAISED
pr: COLORED
CONCRETE
- CROSSWALK
44
_ I
rn
PROPOSED Z
12,397 LINEAR /� y
FEET OF 12 FOOT
WIDE CONCRETE �g
TRAIL
lK `0
.-
41
-------------------
g
fa
• A ��� TN t''d �' 14iµ k 'r4 y��.. `
Levee... need to
understand top and " k `r -,
both toes
re
PROPOSED
130 LF BRIDGE
—"— , '`! os'�y •�a' ",e •a th a to Off
k� 1 pr r: ° .'�1 r .�, � ik t ., �. a .fir or.. `��! � ,� C ".. ♦J' H ,`"
x ,r
HALL BYPASS.'ip
TRUST'.
ALL BYPASS
UST ,.
I ;
COMBS
PARK
rr • ,�:,,;..-;:+�
All
b
5%SLOPE
f WITH CULVERT
,a . PAUL
Qr.--
g w
►i ¢ # g-,
? -w----------
rr
Eli
d ,
r H�^r-�-
ate- �. k
�.v�, "�
vt
March 6th 202 NOTE:
CITY OF White River Greenwa TRAIL ALIGNMENT SHOWN
FAYETTEVILLE IS CONCEPTUAL AND
Y
ARKANSAS Proposed CPRG Trail Improvements - 2.38 Miles SUBJECT TO CHANGE
Crafton Tu II
® architecture I engineering I surveying
Exhibit "D"
Anticipated Design Schedule
• Notice to Proceed: April 2025
• Environmental & Survey: May & June 2025(8 weeks)
• 30% Plans: July 2025 (4 weeks)
o City Review (2 weeks)
• 60% Plans: October 2025 (8 weeks)
o City Review: 2 weeks
• 90% Plans & Draft Contract docs: December 2025 (6 weeks)
o City Review: 2 weeks
• Bid Plans & Specifications: January 2026 (4 weeks)
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 279-24
File Number: 2024-724
CLIMATE POLLUTION REDUCTION GRANT (SUB AWARD GRANT AGREEMENT):
A RESOLUTION TO AUTHORIZE THE CITY OF FAYETTEVILLE TO ACCEPT AND ENTER INTO A SUB
AWARD GRANT AGREEMENT WITH THE ARKANSAS TRI-REGION ENERGY AND ENVIRONMENT
INNOVATION COALITION TO UTILIZE SUB AWARDED FUNDS FOR EPA CLIMATE POLLUTION
REDUCTION GRANT PROJECT IMPLEMENTATION; AND FOR OTHER PURPOSES
WHEREAS, the Arkansas Tri-Region Energy and Environment Innovation Coalition ("the Coalition") has received an
implementation grant from the environmental Protection Agency through the federal Climate Pollution Reduction
Grant ("CPRG") Program for projects related to the River Commons White River Trail; and
WHEREAS, the following projects were included in the Coalition's CPRG grant proposal with the support of the City
of Fayetteville: River Commons Floodplain, Prairie, and Riparian Restoration and Trail Construction; and Town
Branch Corridor Stream and Riparian Restoration; and
WHEREAS, the Coalition desires to subaward a total of $99,999,999.00 over five (5) years to the City of Fayetteville
to perform CPRG implementation activities that include the River Commons Floodplain, Prairie, and Riparian
Restoration and Trail Construction; Town Branch Corridor Stream and Riparian Restoration; University of Arkansas
Oak Knoll Wetland, Prairie, Forest, Stream, and Riparian Restoration; University of Arkansas Oak Ridge Hillside
Prairie and Forest Restoration and Trail Construction; and University of Arkansas AR Research & Tech Park
Floodplain, Prairie, and Forest Restoration; and
WHEREAS, the City of Fayetteville recognizes the importance of the multi -use trail for the health and well-being of
its residents and is committed to enhancing residents' quality of life through sustainable environmental practices; and
WHEREAS, the City Council supports the City of Fayetteville's partnership with the Coalition and the EPA's goal to
assist states, local governments, tribes, and territories to develop and implement plans for reducing greenhouse gas
emissions and other harmful air pollution.
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 agrees to receive and account for all sub -
awarded funding and project expenses. Mayor Jordan is hereby authorized to execute all appropriate agreements and
contracts necessary to implement the above stated projects.
Section 2: Mayor Jordan is hereby authorized to direct all funding and staff time necessary to meet project deliverables
as agreed upon with the Coalition.
Page 1
Resolution: 279-24
File Number: 2024-724
Section 3: Severability Provision: If any part of this Resolution is held invalid, the remainder of this Resolution shall
continue in effect as if such invalid portion never existed.
Section 4: Repeal of Conflicting Resolutions: All resolutions or orders of the City Council of the City of Fayetteville,
or parts of resolutions or orders of the City Council, in conflict with this Resolution are repealed to the extent of such
conflict. `� / TR11%,
PASSED and APPROVED on November 19, 2024 = v: ••'�r"
FAYETT
EVILLE ;
Attest: ' -9 ' q�'kgNSP`; • �b
�,'i�N�TON11 0%``��
Deputy City Clerk
Page 2
SUBRECIPIENT AGREEMENT
River Commons
Between
Metroplan
and
Northwest Arkansas Regional Planning Commission
and
Watershed Conservation Resource Center
and
Northwest Arkansas Land Trust
and
The City of Fayetteville, AR, Subrecipient # CPRG-NWA-008
ENVIRONMENTAL PROTECTION AGENCY
CLIMATE POLLUTION REDUCTION GRANT
This Subrecipient Agreement ("Agreement") is entered into on this 23 day of December 2024
between Metroplan (the "Pass -through Entity" or "Metroplan"), the Northwest Arkansas Regional
Planning Commission ("NWARPC"), and Watershed Conservation Resource Center
("WCRC") Northwest Arkansas Land Trust ("N WALT"), and the City of Fayetteville (the "City"
and, together in partnership with WCRC and NWALT, collectively the "Subrecipient").
Relative to
Implementation of public land restoration, stream restoration, land protection, and
trail construction as described in Attachment A: Scope of Work/Deliverables
attached hereto (hereafter referred to separately as a "Project" and, collectively, as
the "Projects").
Recitals
WHEREAS, Metroplan is the recipient of a United States Environmental
Protection Agency (EPA) award entitled the Climate Pollution Reduction Grant
(CPRG), which EPA provided for the planning and development of ambitious
climate action and air pollution reduction plans and to implement measures from
those plans, and for which the Subrecipient's match is 0%; and
WHEREAS, the projects to be implemented pursuant to the terms of this Agreement
were recommended by the Northwest Arkansas Regional Planning Commission
(NWARPC) and applied for by the Arkansas Energy and Environment Innovation
Tri-Region Coalition, which is comprised of Metroplan, NWARPC, and the City
of Fort Smith; and
WHEREAS, the Subrecipient has agreed to complete the Projects in accordance
with this Agreement; and
WHEREAS, the Subrecipient hereto accepts the specific responsibilities listed in
Subrecipient's Initials:
this Agreement to ensure the funding and completion of the Project; and
WHEREAS, the Subrecipient has obtained all necessary approvals and
authorizations to execute, deliver and perform this Agreement and to implement
and complete the Projects; and
WHEREAS, Metroplan will serve as the Pass -through Entity (grant administrator)
for the federal dollars provided by CPRG funds and will report the progress and
budget narrative to the CPRG Project Office; and
WHEREAS, the Subrecipient has no knowledge of any legal impediments to the
completion of the Projects.
NOW, THEREFORE, in consideration of the covenants and conditions hereinafter set forth,
Metroplan and the Subrecipient agree as follows:
AGREEMENT
Section 1. General Information
Section 2.
Federal Requirements
Section 3.
Pass -through Entity Requirements
Section 4.
Subrecipient Requirements
Section 5.
Lead Agency and Project Manager Requirements
Section 6.
Right -of -Way and Land Protection Requirements
Section 7.
Land Restoration or Stream Restoration Requirements
Section 8. Trail Construction Requirements
Section 9. Metroplan Responsibilities
Section 10. NWARPC Responsibilities
SIGNATURES
ADDENDA
Attachment A. Scope of Work / Deliverables
Attachment B. Approved Budget
Attachment C. Monitoring Plan
Attachment D. Flow Down Provisions
Attachment E. ACORN Memo
Attachment F. ACORN Declaration
Attachment G. Equal Employment Opportunity Certification Form
Attachment H. Certification Regarding Lobbying
Attachment I. Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Attachment J. Lead Agency Form (LPA-005)
Attachment K. EPA Grant Agreement (02F75801)
Subrecipient's Initials:
91
Section 1. General Information (see § 200.332)
1. INFORMATION REQUIRED BY THE UNIFORM GRANT GUIDANCE (UGG)
2 CFR §200.332:
a) Subrecipient Name (must match the name associated with its Unique Entity Identifier):
City of Fayetteville, Arkansas in partnership with WCRC and NWALT
b) Subrecipient's Unique Entity Identifier (formerly known as DUNS number): City
UEI: _FKCQRMDULFH9
WCRCUEI: XZILGWGULGJ6
NWALT UEI: C8FNPE76IJ78
c) Federal Award Identification Number (FAIN):
02F75801
d) EPAAward Date:
October 16, 2024
e) Subaward Period of Performance Start and End Date:
Subaward period of performance shall begin on ' t .:; '. `_,'. `_, 202". December 23,
2024 and end on August 31, 2029.
f) Total Amount of Federal Funds Obligated Under the Initial Subaward:
$4,254,743.00
g) Total Amount of Federal Funds Obligated to the Subrecipient:
$4,254,743.00
h) Name of Federal Awarding Agency and Contact Information:
U.S. EPA, Region 6, Grants Management Section
ATTN: Silvana Palacios-Guberti, EPA Project Officer
1201 Elm Street, Suite 500, ARDPM
Dallas, TX 75270-2102
Telephone: (800) 887-6063
Website: https://www.epa.gov/
Contact Information for Metroplan:
Metroplan/Casey Covington
ATTN: Leesa Freasier
501 W Markham, Ste B
Little Rock, AR 72201-1409
Telephone: (501) 372-3300
Website: hups://metroplan.org
Subrecipient's Initials:
4
Contact Information for the Subrecipient:
WCRC
ATTN: Sandi Formica
Address: 380 W Rock St, Fayetteville, 72701
Telephone: (479) 444-1916
Website: www.watershedconservation.org
i) Assistance Listings Number (formerly known as the CFDA#) and Title:
466.046 — Climate Pollution Reduction Grants
See https://sam<>ov/fal/6ccff3d73583450ba88ccef4bee2l2l2/view
j) This subaward is a program grant and not for Research and Development.
k) Indirect Cost Rate: The subrecipient's indirect cost rate based on a Federally
Negotiated Indirect Rate Agreement is 43.7%
Section 2. Federal Law and Compliance Requirements
COMPLIANCE WITH APPLICABLE LAWS: The Subrecipient shall perform all activities
funded by this Agreement in accordance with all applicable federal, state, and local laws,
including without limitation laws which regulate the use of funds allocated under EPA Region
6 Federal Award Identification Number (FAIN) 02F75801. The term "federal, state, and local
laws" as used in this Agreement shall mean all applicable statutes, rules, regulations, executive
orders, directives, or other laws, including all laws as presently in effect and as may be
amended or otherwise altered during the Agreement Term, as well as all such laws which may
be enacted or otherwise become effective during the Agreement Tern. The term "federal, state,
and local laws" shall include, without limitation:
a. Federal Requirements:
Authorizing Program Statute. This grant was created by Section 60114 of the
Inflation Reduction Act, Climate Pollution Reduction Grants, 42 U.S. Code §
7437 (or Public Law 117-169, title VI, Aug. 16, 2022, 136 Stat. 2076). which
amended the Clean AirAct (CAA) by creating Section 137 for Greenhouse Gas
Air Pollution Plans and Implementation Grants; and
ii. EPA General Terms and Conditions. The current Environmental Protection
Agency (EPA) General Terms and Conditions available at:
littps://www.epa.L,.ov/systein/files/dOCL[ineiits/2024-
10/fy 2025 epa general terms and conditions effective october 1 2024 o
r later.pdf; and
These terms and conditions are in addition to the assurances and certifications
made as part of the award and the terms, conditions, or restrictions cited
throughout the award; and
Subrecipient's Initials:
The EPA repository for the general terms and conditions by year can be found
at: https•//www epa gov/grants/grant-terms-and-conditions#general; and
Program guidance is available at: https:/hvww.epa.gov/inflation-reduction-
act/climate-pollution-reduction-grants.
iii. Federal regulations applicable to this award include, without limitation, the
following:
a. Uniform Administrative Requirements ("UGG"). Cost Principles,
and Audit Requirements for Federal Awards, 2 CFR Part 200, other
than such provisions as EPA may determine are inapplicable to this
Award including adherence to the accounting principles and procedures
required therein, use adequate internal controls, and maintain necessary
source documentation for all costs incurred.
b. Audits. In accordance with the provisions of 2 CFR 200, Subpart F -
Audit Requirements. Subrecipient shall comply with all audit
requirements for non-federal entities that expend federal awards unless
and to the extent of any applicable exemption. The Subrecipient is
responsible for resolving audit findings and implementing necessary
corrective action specifically related to the subaward, and for promptly
delivering to Metroplan all information and certifications necessary for
Metroplan's compliance with 2 CFR §200.332(e)(4). The Subrecipient
will report to Metroplan the corrective action taken to resolve any
findings of all audits. Metroplan will send corrective action to be taken
to EPA for approval (see https://www.ecfr.gov/current/title-2/subtitle-
A/chapter-I1/part-200/subpart-F).
c. Conflicts of Interest. The Subrecipient must maintain a conflict of
interest policy consistent with 2 CFR § 200.318(c) and such conflict of
interest policy shall apply to each activity funded under this award.
Subrecipients must disclose in writing to Metroplan, as appropriate,
any potential conflict of interest affecting the awarded funds in
accordance with 2 CFR § 200.112.
Section 3. Pass -through Requirements (see 2 CFR § 200.332)
All parties agree:
1. Term. Subject to the United States Environmental Protection Agency, Region 6, Air and
Radiation Division, approval and the provisions for terminations as hereinafter provided,
the term of this Agreement shall commence on December 1, 2024, and end on August 31,
2029, unless the period is extended by notification or by modification of this Agreement,
through mutual agreement of the parties and federal agency approval.
Subrecipient's Initials:
0
2. Benefit. Subrecipient and Metroplan agree, unless specifically stated otherwise, that the
provisions of this Agreement are not intended to create or confer a third -party benefit or
right on any person or entity, not a party to this Agreement.
3. Administrative Considerations. Where policies of the Subrecipient differ from those of
Metroplan, such as travel reimbursement, fringe benefits, indirect costs, etc., the policies
of the Subrecipient shall be applicable to cost incurrences under the Agreement provided
such policies comply with awarding agency regulations.
4. Compensation. This subaward agreement utilizes the cost reimbursement method of
payment unless provisions are specifically outlined in this Agreement for advanced
payment. The amount of the subaward is $4,254,743.00 The Subrecipient may invoice at
most monthly and shall invoice at least once every three months. Invoices will state the
period for which reimbursement is being requested and will itemize the cost by budget
category per the budget summary (see Attachment B) Any cost over $4,254,743.00 be the
sole responsibility of the Subrecipient at 100% Subrecipient's cost. All deliverables and
reports defined in Attachment A: Scope of Work/Deliverables and Attachment B: Budget
are to be submitted to Metroplan for the compensation defined herein. The Subrecipient
shall not be entitled to receive any additional or separate compensation from Metroplan in
connection with the project without prior approval of Metroplan, followed by an
amendment submitted to Metroplan approved by the Federal Awarding Agency. Any
unspent funds will be reallocated by NWARPC and Metroplan.
The Subrecipient agrees to complete a W-9 form and Direct Deposit Authorization form
and submit to Metroplan.
5. Relationship of Parties. The parties are independent, and neither party is the agent, joint
venturer, partner, or employer of the other.
6. Monitoring Plan and Reporting. The Subrecipient will ensure that the subaward is used
for authorized purposes, in compliance with federal statutes, regulations, and the terms and
conditions of the subaward; and that subaward performance goals are achieved, as required
by 2 CFR § 200.332(e). Metroplan will monitor program and financial performance in
accordance with 2 CFR § 200.332(e) through the adherence to a Monitoring Plan, included
in the Addenda as Attachment C. Monitoring Plan. The Monitoring Plan will identify any
failures in the administration and performance of the award and will also serve to identify
whether the Subrecipient needs technical assistance. Metroplan may conduct on -site visits,
follow-up, document and/or desk reviews, third -party evaluations, virtual monitoring,
technical assistance, and informal monitoring such as email and telephone interviews. The
Subrecipient shall promptly deliver to Metroplan all information and certifications
necessary for Metroplan's compliance with 2 CFR § 200.332(e). For reporting, the uniform
guidance requires that Metroplan and the Subrecipient collect environmental information
as approved in the project's Quality Assurance Project Plan (QAPP) and use OMB -
approved government -wide standard information collections when providing performance
information and data in reports. Performance measures for the Project's expected outputs
and outcomes are included in Attachment C: Monitoring Plan.
7. Audit Costs. All Parties that are subject to the single audit requirement (§ 200.332) shall
bear the cost of their single audit. The Subrecipient shall be responsible for payment of any
Subrecipient's Initials:
7
and all audit exceptions related to the work performed under this Agreement which are
identified by the audit agency. For subrecipients that are not eligible for a single audit,
Metroplan may conduct an agreed upon monitoring as an audit strategy. The cost of the
agreed upon monitoring will be charged to the Metroplan award. Notwithstanding any
other condition of the Agreement, the cooperative audit resolution process may be applied,
as appropriate.
8. Access to Records. The books and records of all Parties must be made available, if needed
and upon request, at the Parties' regular place of business, for audit by personnel authorized
by the government. This includes inspections and audits by Metroplan, the Comptroller
General of the United States, the EPA Office of Inspector General, other EPA staff, or any
authorized representative of the Federal government. Reviews by the EPA Project Officer
and the Grants Specialist may occur each year. The Federal Awarding Agency and/or Pass -
through Entity has the right to return to audit the program after closeout at any time during
the record retention period and as long as the records are retained, to conduct recovery
audits including the recovery of funds, as appropriate (§ 200.337(c)).
9. Record Retention. All Parties shall retain all records pertinent to program activities and
financial expenditures incurred under this Agreement for a period of three years after the
date of submission of the final expenditure report under this award (§ 200.334).
Notwithstanding the above, if there are litigation, claims, audits, negotiations, written
notification from the federal program or cognizant agencies or the Pass -through Entity, or
other actions that involve any of the records cited and that have started before the expiration
of the three-year period, then such records must be retained until completion of the actions
and resolutions of all issues (§ 200.334(a)), or the expiration of the three-year period,
whichever occurs later.
10. Risk Assessments, Specific Conditions and Remedies. Metroplan has conducted a risk
assessment as required by 2 CFR § 200.332(c) and determined the Subrecipient's level of
risk as low. Risk assessments may be repeated throughout the project period after scheduled
reports, audits, unanticipated issues, or other adverse circumstances that may arise. In the
event of noncompliance or failure to perform, Metroplan has the authority to implement
specific conditions and apply appropriate remedies as authorized under 2 CFR § 200.339,
including but not limited to: temporarily withholding payments, disallowances, suspension
or termination of the federal award, suspension of other federal awards received by the
Subrecipient, debarment, withholding further funds or other available remedies.
11. Copyright/Intellectual Property. Metroplan will possess the entire and the Subrecipient
will possess shared copyright, title, and interest in all materials, inventions, or deliverables
produced as a result of this subaward, including use of logos, as appropriate. As a general
principle, subject to the rights of the federal government and with respect to any subject,
invention, material, or deliverable in which the Pass -through Entity and the Subrecipient
retain title resulting from this subaward, the federal government shall have a nonexclusive,
nontransferable, irrevocable paid -up license to practice or have practiced for or on behalf
of the United States the subject invention, material, or deliverable throughout the world.
Metroplan and the Subrecipient will credit the Federal Awarding Agency on any materials,
inventions or deliverables produced under the federal award and subaward.
Subrecipient's Initials:
9
12. Termination.
a. This Agreement may be terminated at any time by either party, upon giving 30 days
written notice to the non -terminating party. Metroplan reserves the right to cancel
any Project without liability against Metroplan for any reason including, but not
limited to, unreasonable delay or lack of progress, the Subrecipient's inability to
provide an audit -worthy reason for the substantial delay in the Project development
or completion process, or the Subrecipient's unresponsiveness to Metroplan's
requests.
b. PERFORMANCE DEFICIENCIES: Metroplan may terminate this Agreement for
the Subrecipient's failure to perform required actions or failure to submit acceptable
deliverables as required herein. In the event Metroplan provides notice of
deficiency under this Agreement, Subrecipient will have fourteen (14) days to cure
identified deficiencies prior to termination.
c. REPAYMENT OF GRANT FUNDS: Once notified of termination by Metroplan,
Subrecipient will immediately return all unexpended funds to Metroplan.
Metroplan may require additional information regarding previously expended
funds including a justification of use of funds for inadequate or insufficient
deliverables. Should Subrecipient fail to complete any Project in accordance with
Agreement or fail to adequately maintain or operate a Project until at least 2030,
Metroplan and EPA may request return of any allocated funds from the applicable
Project that has failed to comply with the terms of this Agreement.
d. NON -APPROPRIATION CLAUSE: This Agreement will be automatically
terminated in the event that funds under FAIN 021775801 are discontinued by the
Federal Awarding Agency for any reason. Such termination will take effect upon
receipt of written notice to the Subrecipient from Metroplan. If there is a need to
settle on an early termination, partial payment up to the termination date would be
determined by incurrence of allowable cost and available CPRG funds, upon review
of the Subrecipient's records. This provision shall not be construed to abridge any
other right of termination Metroplan may have.
13. Notice. Any notice required or deemed desirable to be given, shall be in writing and shall
be delivered personally or sent by certified or registered mail, postage prepaid to the
following addresses:
If to Metroplan: Casey Covington
501 W Markham Suite B, Little Rock, AR 72201
ecovim=ton a metro lan.or g
(501) 372-3300
Secondary Metroplan: Leesa Freasier
501 W Markham Suite B, Little Rock, AR 72201
Ifreasiera,metro lan.ore
(501) 372-3300
Subrecipient's Initials:
0
If to Subrecipient: Sandi Formica
380 W. Rock St., Fayetteville, AR 72701
www.watershedconservation.org
(479)444-1916
14. Liability to Others. The Subrecipient agrees that it will be responsible to defend, and if
valid, to satisfy claims against the Subrecipient, which result from the Subrecipient's
performance of or failure to perform its duties under this Agreement, and subaward.
15. Non -Exclusive Jurisdiction. All disputes and claims relating to any provision of the
Agreement or any covenant, representation, or warranty of either party, or the alleged
breach thereof (including without limitation any claim that this Agreement or any provision
thereof is illegal or is otherwise unenforceable or voidable under law) shall be settled by a
court of competent jurisdiction located in Pulaski County, Arkansas.
16. Entire Agreement. This Agreement, including all attachments, contains the sole and entire
agreement and understanding of the parties with respect to the subject matter hereof. Any
and all prior discussions, negotiation, commitments and understanding relating thereto are
hereby merged herein. This Agreement may be changed or modified only by writing and
signed by the parties hereto, subject to the policies and approvals of Metroplan and the
Federal Awarding Agency.
17. Governing Law. This Agreement, the relations, rights, and duties of the parties among
themselves, and matters pertaining to them in this Agreement, shall be governed by and
construed in accordance with the laws of the State of Arkansas.
18. Indirect Cost Rate) (see 2 CFR 200.414 and 200.1) The Subrecipient may apply indirect
costs to its Modified Total Direct Cost (MTDC), which means all direct salary and wages,
applicable fridge benefits, materials and supplies, services, travel, and up to the first
$50,000.00 of each subaward. The Subrecipient will supply Metroplan with
documentation of their established and approved indirect cost rate.
19. Closeout (see § 200.332(b)(6)). Metroplan will determine whether all applicable
administrative actions and all required work have been completed by the subrecipient at
the end ofthe period of performance. If the Subrecipient fails to complete the requirements,
the Federal Awarding Agency or Pass -Through Entity will proceed to closeout the award
with the information available (§ 200.344). Metroplan will note if closeout relates to the
end of a 12-month period and termination of subaward, or if the closeout relates to the end
of a 12-month period and preparation for an upcoming continuation period.
Metroplan must describe requirements for liquidation of financial obligations if the award
is ending, or identification of carry-over of funds, if needed, to the next award period (§
200.344(b)).
Metroplan must include completion of any other required closeout activities, such as
submission of deliverables, payments, if any, due to the Subrecipient from the Pass -
through Entity, attribution to the federal agency and/or copyright or patent rights, and any
accounting of real or personal property (§ 200.344(d) through (h)).
Subrecipient's Initials:
10
Section 4. Subrecipient Requirements
I. Flow Down Provisions. The Subrecipient agrees to comply with all statutory, regulatory,
and Executive Order requirements that apply to EPA funded projects per 2 CFR
200.332(b)(2). Requirements that flow down to Subrecipients are attached hereto as
Attachment D, all of which are incorporated into this Agreement by reference.
2. Use of Funds. The Subrecipient agrees that the CPRG funds distributed to Subrecipient
have been awarded specifically for completion of the Projects as required herein, not for
Subrecipient to utilize until expended.
3. Responsibilities. The Subrecipient agrees to furnish the necessary resources, staff time,
materials, services, and otherwise to do all things necessary for the performance of the
work described in Scope of Work/Deliverables, which is incorporated into the Agreement
as Attachment A, along with the Budget required for that performance, which is
incorporated into the Agreement as Attachment B.
5. Assurances. The Subrecipient agrees to follow applicable EPA Standard Assurances that
can be found at EPA's Guidance for Preparing Standard Operating Procedures and SF
424D: Assurances for Construction Programs and agrees to complete, execute, and
deliver such document to Metroplan.
6. Reimbursement Requests. Reimbursement requests shall be submitted, at minimum,
every three (3) months but not more than once per month.
7. Reporting. Subrecipient agrees to provide to the Lead Agency a monthly written status
report regarding each Project. Lead Agency will determine due dates for report submittal.
In accordance with the Federal Funding Accountability and Transparency Act (FFATA), if
the award is subject to FFATA Subaward and Executive Compensation Reporting
Requirements, then the terms and conditions of that award must link to the Operating
Divisions' (OPDI V) website that houses the full text or include the full text of the
reporting requirements.
8. Measurement and Verification. The Subrecipient accepts responsibility for the
inspection, measurement, and documentation of pay items, and certification of all work in
accordance with the plans and specifications for each Project and for monitoring the
Subrecipient's general contractors and subcontractor(s) for compliance with the provisions
of EPA-CPRG Required Contract Provisions, Federal Construction Contracts, and
Supplements.
9. Rebudgeting and Prior Approvals. The Subrecipient is permitted to rebudget direct costs,
if necessary, as described in the uniform guidance (§ 200.308) to better reflect spending
requirements, subject to Metroplan written approval, and subject to the Federal Awarding
Agency's policy and the uniform grant guidance that would define requirements for prior
written approval (§ 200.407) before implementation.
10. Responsibility for Project Costs. The Subrecipient accepts responsibility for 100% of its
suballocated Project costs incurred, a) should any Project not be completed as specified; b)
should any Project be declared non -participating in federal funds, including any such award
by the State Claims Commission; or c) should Subrecipient be determined ineligible by
EPA.
Subrecipient's Initials:
11. Project Activities. Subrecipient accepts responsibility for performing Project activities in
accordance with the provided services which include environmental documentation and
permitting, preliminary engineering, and inspection for the Projects. If the Subrecipient
uses a consultant for any of these services, Subrecipient must notify Metroplan before
any work is performed.
12. Budget and Planning. Subrecipient accepts responsibility for preparing and approving
plans, cost estimates, and invoices, and making payments for each Project.
13. Permits. Subrecipient agrees to prepare the necessary environmental documentation and
obtain all necessary permits as required by EPA and conduct any required public
involvement meetings and public hearings.
14. Planning Requirements. Subrecipient agrees to ensure that the plans and specifications
for each Project are developed consistent with federal, state, and local law and ensure that
the plans and specifications comply with the American with Disabilities Act (ADA) and
all other applicable federal, state, and local regulations, including airport clearance, when
necessary, for the type of work involved.
15. Maintenance and Operation. The Subrecipient accepts responsibility for satisfactory
maintenance and operation of all land and stream restoration and preservation project
improvements. The City of Fayetteville accepts responsibility for satisfactory
maintenance and operation of all trail construction and improvements and for adopting
regulations and ordinances as necessary to ensure this. Failure to adequately maintain
and operate any Project in accordance with EPA-CRPG requirements may result in the
Subrecipient and/or City of Fayetteville being required to repay federal funds. The
Subrecipient agrees to retain total, direct control over the land and stream restoration and
preservation projects and City of Fayetteville agrees to retain total, direct control over the
trail facility throughout the life of project improvements until at least 2050 and not,
without prior approval from the EPA: a) sell, transfer, or otherwise abandon any portion
of a Project; b) change the intended use of a Project; c) make significant alterations to any
Project improvements constructed with EPA-CPRG funds; or d) cease maintenance or
operation of a Project due to obsolescence.
16. Disclosure of Information. Any confidential or personally identifiable information (Pll)
acquired by the Subrecipient during the course of the subaward shall not be disclosed by
the Subrecipient to any person, firm, corporation, association, or other entity for any reason
or purpose whatsoever without the prior written consent of Metroplan, either during the
tern of the Agreement or in the event of termination of the Agreement for any reasons
whatsoever. The Subrecipient agrees to abide by applicable federal regulations regarding
confidential information and research standards, as appropriate, for federal supported
projects.
17. Management Fees. Subrecipient is prohibited from using funds allocated through CPRG
for paying management fees, as referenced in Attachment D.
18. UEI and SAM Registration. Subrecipient agrees to provide Metroplan and EPA with its
Unique Entity Identifier (UEI) and agrees to maintain current registrations in the System
for Award Management (SAM) (www.sam.gov) at all times during which it has active
federal awards funded.
Subrecipient's Initials:
12
19. ACORN. Memorandum M-10-02 (Attachment E) guides the use of federal funds
regarding the Association of Community Organizations for Reform Now (ACORN).
Attachment F is an ACORN Funding Declaration. Subrecipient shall complete the bottom
section of the declaration and return it to Metroplan with this signed Agreement.
20. Negligence, Misconduct, or Acts of Omission. The Subrecipient agrees that any and all
claims for damages to property or injury or death to persons caused by any act of omission,
negligence, or misconduct from the performance of work by Subrecipient's employees
and/or its contractors on the Projects shall be the sole responsibility of the Subrecipient or
the applicable contractor(s), as the case may be, and that Metroplan shall have no liability
whatsoever for any such claims. In this regard the Subrecipient shall require any contractor
and subcontractors on the Projects to procure and maintain a policy or policies of
commercial general liability insurance during the duration of the Projects, which shall be
endorsed to include broad form general liability and completed operations coverage in
forms and amounts reasonably acceptable to Metroplan and which name Metroplan and
Subrecipient as additional insureds. The contractors and subcontractors shall furnish
Subrecipient and Metroplan with documentation of proof of liability insurance coverage as
required hereunder with submission of a signed contract and thereafter at least annually
(within thirty (30) days prior to expiration of the applicable policy).
The Subrecipient agrees that any claims, liability, costs, expenses, demands, settlements,
or judgments arising from misconduct or the negligent acts or omissions of Subrecipient
or its employees, agents, or contractors in the performance of the Projects and this
Agreement are obligations of Subrecipient or its contractors, as applicable. Further,
Subrecipient agrees that Metroplan, as the Pass -through Entity, has no duty or
responsibility for the design, construction, maintenance, or operation of the Projects, and
therefore shall have no liability related to the design, construction, maintenance, or
operation of the Projects. Subrecipient also agrees to assume all risks associated with the
Project work to be performed by its agents, employees, and contractors under this
Agreement and that Metroplan, as the Pass -through Entity, shall not be responsible or liable
for any damages whatsoever from the actions or inactions of Subrecipient, its employees,
agents, and contractors. Nothing set forth herein shall be construed as waiving any
statutory immunity of Subrecipient.
The Subrecipient agrees that such actions or inactions shall include, but are not limited to,
federal non -participation arising from problems with design plans, specifications,
construction, change orders, construction inspection, or contractor payment procedures.
The Subrecipient understands and agrees that Metroplan may cause necessary funds to be
withheld from the EPA-CPRG subaward if Subrecipient fails to complete any Project as
specified or fails to adequately maintain or operate any Project.
21. Nondiscrimination. The Subrecipient agrees to assure that its policies and practices with
regard to its employees, any part of whose compensation is reimbursed from federal funds,
will be without regard to race, color, religion, sex, national origin, age, or disability in
compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act
of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the
Code of Federal Regulations Part 21 (49 CFR 21), and Nondiscrimination in Federally-
Subrecipient's Initials:
13
Assisted Programs of the Department of Transportation. The Subrecipient shall complete
and submit to Metroplan an Equal Employment Opportunity Certification Form
(Attachment G).
22. Standards of Work. The Subrecipient agrees to implement the subaward and perform
pursuant to the requirements of the Agreement in a manner consistent with that level of
care and skill ordinarily exercised by Subrecipients currently practicing under similar
conditions, particularly in reference to restricted or sponsored programs. The Subrecipient
understands that this Agreement is being issued under a federal award, FAIN 02F75801,
Program Code 5E, for the Project to be implemented by Metroplan. The Subrecipient
agrees to be bound and abide by all applicable regulations contained herein, with regard to
federal assurances and certifications including lobbying and debarment.
23. Lobbying. Subrecipients shall complete and submit to Metroplan a Certification
Regarding Lobbying Form (Attachment H).
24. Debarment. Subrecipients shall complete and submit to Metroplan a Certification
Regarding Debarment, Suspension, and Other Responsibility Matters (Attachment 1).
Section 5. Lead Agency and Project Manager Requirements
Lead Agency: WCRC
1. Project Manager. The Subrecipient acting as Lead Agency agrees to notify Metroplan in
writing who Subrecipient designates as its full-time employee to act as Project Manager to
be in responsible charge of the day-to-day oversight of the Projects (Attachment J: Form
LPA-005). If the designated full-time employee changes, the Subrecipient must promptly
notify Metroplan by resubmitting Form LPA-005 for the newly designated Project
Manager. The duties and functions of the employee in responsible charge are:
a. Oversee Project activities, including those dealing with cost, time, adherence to
contract requirements, construction quality and scope of the Projects;
b. Maintain familiarity of day-to-day Project operations, including Project safety
issues;
c. Make or participate in decisions about changed conditions or scope changes that
require change orders and/or supplemental agreements;
d. During construction, visit and review the Projects on a daily basis;
e. Review financial processes, transactions, and documentation to ensure that
safeguards are in place to minimize fraud, waste, and abuse;
f. Direct Project staff or consultant to carry out Project administration and contract
oversight, including proper documentation; and
g. Be aware of the qualifications, assignments, and on-the-job performance of Project
and consultant staff at all stages of the Projects.
2. Reporting. Lead Agency agrees to provide a monthly written status report to Metroplan
regarding each Project. These monthly status reports are due at the end date of each
month. If this date falls on a holiday or weekend, the reports are due the day before the
holiday or weekend. After each quarter of the calendar year, the Lead Agency agrees to
Subrecipient's Initials:
14
complete and submit to Metroplan a quarterly status report using the Metroplan template.
This report will be due on the 15th of the month immediately following the end of each
quarter.
Section 6. Right -of -Way and Land Protection Requirements
Responsible Subrecipient: NWALT
1. Subrecipient agrees to acquire any property required for a Project in accordance with the
Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as
amended (commonly referred to as the "Uniform Act").
2. Subrecipient agrees to ensure the preparation of right-of-way plans are completed in
accordance with applicable state, federal and local regulations.
3. Subrecipient shall be responsible for all non -reimbursable costs associated with the
relocation of any utility lines and/or utility facilities.
4. Subrecipient agrees to provide Metroplan and the EPA upon request with a copy of the
recorded deed or other documentation reasonably acceptable to Metroplan and the EPA,
along with a certification stating that the Subrecipient owns clear and unencumbered title
or legally sufficient rights to any right-of-way used for the Projects. If a preservation
ordinance or deed restriction is being used, the Subrecipient will provide Metroplan and
the EPA upon request with a copy of the duly authorized ordinance or recorded deed
restrictions. Upon completion of any right-of-way acquisition, deed restriction, or other
documentation, the Subrecipient agrees to provide a letter confirming completion to
Metroplan and EPA.
Section 7. Land Restoration or Stream Restoration Requirements
Responsible Subrecipient: WCRC
I. Subrecipient agrees to submit a certification letter (Form LPA-008), including all items
noted, to Metroplan prior to initiation of work for each Project.
2. Subrecipient agrees to provide Metroplan a Quality Control Plan with an independent
review of work performed.
3. Subrecipient agrees to ensure soil health, water quality, native vegetation, ecosystem
connectivity, sustainable practices, monitoring, and maintenance practices guided by the
specific laws and regulations of the Bureau of Land Management are followed.
4. If Subrecipient engages any contractors to perform a Project, the Subrecipient agrees to
advertise for bids in accordance with all applicable federal procedures, including any
applicable Flow Down provisions. After bids are opened and reviewed, Subrecipient
agrees to submit to Metroplan a certification letter notifying Metroplan that a contractor
has been selected to perform the applicable Project and identifying such contractor.
5. Subrecipient agrees to pay, prior to delinquency, all contractors for Project work
accomplished in accordance with the plans and specifications for the applicable Project,
and to promptly request reimbursement from Metroplan via invoice. Reimbursement
Subrecipient's Initials:
15
requests shall be submitted, at minimum, every three (3) months but not more than once
per month.
6. Subrecipient agrees to retain all records relating to inspection and certification of the
Projects, the contractor's billing statements, and any other files necessary to document
the performance and completion of the Project work in accordance with requirements of
2 CFR Part 200 — Uniform Administrative requirements, Cost Principles, and Audit
Requirements for Federal Awards.
7. Subrecipient agrees to promptly deliver to Metroplan from time to time upon request
copies of (or full access to) all Subrecipient records pertinent to the Projects, including all
contracts, subcontracts, billing, and payment records.
Section 8. Trail Construction Requirements
Responsible Subrecipient: CITY OF FAYETTEVILLE
1. Subrecipient agrees to submit a certification letter, including all items noted, to
Metroplan for each Project prior to advertising the applicable Project for construction
bids (Form LPA-008, available at https://ardot ¢ov/divisions/local-proerams/local-public-
aaency-project-manual/).
2. Subrecipient agrees to advertise for bids in accordance with all applicable federal
procedures, including any applicable Flow Down provisions. After bids are opened and
reviewed, Subrecipient agrees to submit to Metroplan a certification letter notifying
Metroplan that a contractor has been selected to perform the applicable Project and
identifying such contractor.
3. Subrecipient agrees to provide Metroplan a Quality Control Plan with an independent
review of work performed. Subrecipient agrees to follow the Manual of Field Sampling
and Testing Procedures and Resident Engineer's Manual used by ARDOT, along with the
Project plan's specifications and all applicable EPA requirements.
4. Subrecipient agrees to pay, prior to delinquency, all contractors for Project work
accomplished in accordance with the plans and specifications for the applicable Project,
and to promptly request reimbursement from Metroplan on the Construction Certification
and Reimbursement Request (CCR) form (Form LPA-014, available at
littps:Hardot ov/divisions/local-programs/local-public-a,>ency-project-manuals.
Reimbursement requests shall be submitted, at minimum, every three (3) months but not
more than once per month.
5. Subrecipient agrees to pay all unpaid claims for all materials, labor, and supplies entered
into contingent or incidental to the construction of Project work and used in the course of
said work including but not limited to materials, labor, and supplies described in and
provided for under Act Nos. 65 and 368 of 1929, Act No 82 of 1935, and Acts
amendatory thereof.
6. Subrecipient agrees to retain all records relating to inspection and certification of the
Projects, the contractor's billing statements, and any other files necessary to document
the performance and completion of the Project work in accordance with requirements of
Subrecipient's Initials:
a
2 CFP Part 200 — Uniform Administrative requirements, Cost Principles, and Audit
Requirements for Federal Awards.
Subrecipient agrees to promptly deliver to Metroplan from time to time upon request
copies of (or full access to) all Subrecipient records pertinent to the Projects, including all
contracts, subcontracts, billing, and payment records.
Section 9. Metroplan Responsibilities
Metroplan agrees to:
1. Reimburse Subrecipient an amount not to exceed $4,254,743.00 for land restoration,
stream restoration, land preservation, and trail construction through the EPA-CPRG
Program to the extent completed in accordance with the requirements of this Agreement.
2. Coordinate with Subrecipient for the duration of each Project.
3. Provide technical assistance and guidance related to EPA-CPRG criteria to Subrecipient
for the duration of the Projects.
4. Provide, upon request, technical assistance on communication and promotional activities
related to the Projects.
5. Make periodic payments for reimbursable costs and expenses to Subrecipient for duly
completed reimbursement requests that are submitted to Metroplan as and when required
under this Agreement.
6. Maintain an administrative file for each Project and be responsible for administering
CPRG funds.
7. Review documents; however, Subrecipient is responsible for meeting federal
requirements and general compliance with 23 CFR 635.
8. Pay the remaining amount due upon completion of each Project and submittal of the
certified Final Acceptance Report form (Form LPA-016, available at
https //ardot s,ov/divisions/local-programs/local-public-aLencN,-protect-manual/), subject
to the availability of EPA-CPRG funds allocated for the Projects.
9. Review and concur on any changes to Project scope and coordinate with EPA-CPRG
recommendations and criteria.
10. Coordinate with N WARPC to conduct bi-annual site visits to the Projects to verify that
Project timelines, outcomes, outputs, and milestones are being met by Subrecipient.
11. Maintain accounting records to adequately support reimbursement with federal funds for
reimbursable costs directly associated with its administration of the Projects.
Metroplan contacts for the CPRG Program are as follows:
Staff Member
Title
Phone
Email
Casey Covington
Executive Director
501-372-3330,
ccovington@metroplan.org
ext. 108
LeesaFreasier
Grant Administrator
501-372-3300
Ifreasier metro lan.or
Bernadette Rhodes
Senior Regional
501-372-3300,
brhodes@metroplan.org
Planner
ext.114
Subrecipient's Initials:
17
Section 10. Northwest Arkansas Regional Planning Commission Responsibilities
Northwest Arkansas Regional Planning Commission (NWARPC) agrees to:
1. Coordinate with Metroplan and Subrecipient to ensure the awarded CPRG funds to be
implemented in Benton, Washington, and Madison Counties, as submitted to EPA in March
2024, are implemented and expended in Northwest Arkansas.
2. Assist and coordinate with Metroplan and Subrecipient in implementing the CPRG grant
funding awarded to Northwest Arkansas Green Network projects.
3. Assist Metroplan and Subrecipient in processing, documenting, and approving any
requested modifications to the 18 CPRG N WA Green Network Projects and two programs.
4. Provide NWARPC conference room space and general meeting support throughout the
CPRG grant period to convene, collaborate, and communicate with Metroplan and
Subrecipient on CPRG grant implementation.
5. Provide documents, photos, and site inspection as needed for N WA projects.
6. Coordinate with Metroplan to conduct periodic site visits to the Projects to verify projects
timelines, outcomes, outputs, and milestones are being met by Subrecipient.
N WARPC contacts for the CPRG Program are as follows:
Staff Member
Title
Phone
Email
Tim Conklin
Executive Director
479-751-7125,
tconklin@nwarpc.org
ext. 101
Nicole Gibbs
Transportation Programs
479-751-7125,
ngibbs@nwarpc.org
Manager/ Regional Planner
ext. 105
Subrecipient's Initials: ��N
SIGNATURES
IN WITNESS WHEREOF, the parties thereto have executed this Agreement by their duly
authorized officers to be effective this 23`" day of December , 20 24
CERTIFICATION: The undersigned verifies that all funds provided through this Subaward
Agreement will be used in accordance with the terns, provisions, and conditions hereof.
FOR METROPLAN
4�a �nra. o
By Authorized Representative:
Casey Covington, Executive Director
FOR NWARPC
Oigilolly signed by Tim Conklin
Tim Conklinoe1e: 2024.12.111220:19
-06'00'
i 12�1?JLT
Date
12/11/24
By Authorized Representative: Date
Tim Conklin, Executive Director
FOR
By Authory%fl Representative
Mayor oKFayetteville, Lioneld Jordan
FOR NWALT
By Authorized Repres n ve
Grady Spann, Executive Director
12/20/2024
Date
12/11 /24
Date
Subrecipient's Initials: �
W
FOR SUBRECIPIENT
Digitally signed by Sandi J Formica
014 cn=Santll J Formica, o, oo,
Sandi J Formica email=tnmrea@walsshadebnservalinn org
,US
Date: 2024.12.10 09:2758 L5'00'
12/10/24
By Authorized Representative: Date
Sandi Formica. Executive Director
Subrecipient's Initials:
M
zo
ATTACHMENT A:
Scope of Work/Deliverables
The Subrecipient shall be responsible for completing the following scope of work for
the Projects:
Land and Stream Restoration Project:
a. Procure engineering/design firm for creation of landscape restoration plans
b. Identify invasive and native plants across site, and level of rehabilitation needed to
achieve referenced project
c. Develop land and stream treatment measures for invasive plant removal and native
plant establishment
d. Conduct initial site assessment and gather reference reach data
e. Apply for all applicable local, state, and federal permits
f. Develop construction drawings
g. Create initial design that works with current conditions and possibility of revised
future roadway conditions
h. Establish and maintenance of native landscape rehabilitation
i. Remove existing invasive plants
j. Perform all earthworks necessary for proposed landscape
k. Establish native vegetation and appropriate seasonal timing
I. Conduct regular project progress checks
m. Inspect invasive plants and conduct follow-up
n. Procure all materials necessary to construct the Projects
o. Construct channel restoration
p. Establish native vegetation as part of channel stabilization
Subrecipient's Initials: l'
Total for Land and Stream Restoration Project: $1,389,950.00
Land Protection Project:
a. Pursue landowner discussions and begin land acquisition discussions along linear
project corridor
b. Obtain permission to access properties that have not yet been acquired
c. Complete land acquisition
d. Adopt special ordinance to preserve property
Total for Land Preservation Project: $57,500.00
Trail Construction Project:
a. Procure engineering/design firm for the design of the greenway expansion project
b. Determine trail layout that minimizes land taking and works in conjunction with
simultaneous landscape restoration projects
c. Apply for all applicable local, state and federal permits
d. Develop construction design
e. Complete land acquisition
f. Adopt special ordinance to preserve property per the grant agreement (2030)
g. Procure contractor for construction of the greenway expansion
h. Procure all materials necessary for construction project
i. Complete construction of greenway expansion
Total for Trail Construction Project: $2,598,800.00
Subrecipient's Initials:
21
22
Subrecipient contacts for this Scope of Work are as follows:
Staff Member
Title
Phone
Email
Sandi Formica
WCRC Executive
479-444-1916
wcrc@watershedconservation.org
Director
Grady Spann
NWALT Executive
479-966-4666
gspann@nwalandtrust.org
Director
Lioneld
Mayor of Fayetteville
479-575-8330
mayor@fayetteville-ar.gov
Jordan
Attachment B. Approved Budget
River Commons Project
PROJECT COSTS
Land Restoration
$717,200.00
Stream Restoration
$672,750.00
Land Protection
$50,000.00
Trail Construction
$2,598,800.00
Indirect
TOTAL
$4,038,750.00
PROJECT ADMINISTRATION
Personnel
Fringe
Travel
Supplies
Equipment
Other
TOTAL
$215,993.00
GRAND TOTAL: $4,254,743.00
Subrecipient's Initials:
23
Attachment C. Monitoring Plan
The subaward will be monitored using the following metrics and information collection.
Periods(Quarterly & Annually)
-Reporting
# of meetings/presentations
# of meeting attendees
# of acres of open sace preserved
# of permits obtained
of permits obtained
-Types
# of wetland acres restored
# of riparian acres restored
Linear feet of streambank restored
# of prairie acres restored
# of tree seedlings planted
# of community partners
Provide list of partners
# of linear feet of trail constructed
# of trail amenities installed
Type of trail amenities installed
# of wayfinding signs installed
Type of wa findin signs installed
# of LED/solar trail lighting installed
VMT of nearest road that new trail offsets trips from
% of investment benefiting LIDAC
Provide a summary of activities and project progress this period.
Describe any challenges or delays that could materially impact
your ability to accomplish the outputs included in your subaward
agreement.
Financial monitoring provided based on invoices and completion
of project phases.
Environmental information collected in accordance with QAPP
and OMB -approved government -wide standard information
collections.
Subrecipient's Initials:
24
Attachment D. Flow Down Provisions
See https://www.epa.sov/sites/default/tiles/2020-
I I/documents/epa subaward cross cutter requirements.pdf
or most recently revised version of EPA's "Information on Requirements that Pass -Through
Entities must `Flow Down' to Subrecipients"
Subrecipient's Initials:
Attachment E. ACORN Memo
2s
-'. fALSIOF �i
EXECUTIVE OFFICE OF THE PRESIDENT
OFFICE OF MANAGEMENT AND BUDGET
".'
WASHINGTON, D.C. 20503
P tia,
THE DIRECTOR
October 7, 2009
M-10-02
MEMORANDUM FOR THE HE S OF EXECUTIVE DEPARTMENTS AND AGENCIES
FROM: Petero Orszag�
Director
SUBJECT: Guidance on section 163 of the Continuing Resolution regarding the Association
of Community Organizations for Reform Now (ACORN)
This memorandum provides guidance to Executive Branch agencies regarding the
implementation of section 163 of the Continuing Appropriations Resolution, 2010, Division B of
Pub. L No. 111-68 (CR), which states:
SEC. 163. None of the funds made available by this joint resolution or any prior Act may
be provided to the Association of Community Organizations for Reform Now (ACORN),
or any of its affiliates, subsidiaries, or allied organizations.
Your agency must immediately commence all necessary and appropriate steps to comply with
section 163. This includes the following:
No future obligatiotu offends. No agency or department should obligate or award any
Federal funds to ACORN or any of its affiliates, subsidiaries or allied organizations
(collectively "affiliates") during the period of the CR. To the extent your agency already
has determined that fmids should be obligated or awarded to ACORN or its affiliates but
has not yet entered into any agreement to provide such funds to ACORN or any of its
affiliates, your agency should not provide such funds, or enter into any such agreements
to do so. As section 163 makes clear, its prohibition applies not only to the funding that
is made available by the CR, but also to the funding that was made available by
previously enacted statutes. In addition, the text of section 163 is sufficiently broad to
cover funding that was made available for fiscal year (FY) 2009 and prior fiscal years, as
well as funding that is or will be made available for FY 10.
• Suspension of gram and contractual payments. If your agency has an existing contract
or grant agreement with ACORN or its affiliates, the agency should: (i) where
permissible, immediately suspend performance of any obligations under the contract or
agreement, including payment of Federal funds; and (ii) consult promptly with the
agency's general counsel and, if necessary, the Office of Management and Budget
Subrecipient's Initials: `f'
26
Attachment F. ACORN Declaration
ACORN FUNDING DECLARATION
On the behalf of the organization identified below ("organization"), 1 hereby acknowledge that I have been
provided a copy of Office of Management and Budget Memorandum M-10-02 and that said organization shall fully
comply with section 163 of the Continuing Appropriations Resolution, 2010, Division B of Pub. L. No. 111-68 (CR)
which states:
None of the funds made available by this joint resolution or any prior Act may be provided to the Association
of Community Organizations for Reform Now (ACORN), or any of its affiliates, subsidiaries, or allied
organizations.
I acknowledge that Federal grant or contract funding cannot be made to ACORN or its affiliates as a matter
of law. I acknowledge that the organization as a Federal grant or contract recipient is prohibited from providing ANY
federal funds to ACORN or its affiliates as subgrantees, subcontractors or other subrecipients. I acknowledge that the
organization shall immediately notify DEQ of any existing subgrants, contracts or other subrecipient agreements, it
may have with ACORN or its affiliates, as well as the measures that shall be taken by the organization to comply with
this prohibition with regards to those subgrants, subcontracts or subrecipient agreements.
Signed on this 10" day of 2024
Name of Organization: Watershed Conservation Resource Center
Sandi J
Signed: Formica
q,.a...bee,..m.,,.
......o..,.,o��s,s � Title:
Executive Director
Subrecipient's Initials:
27
Attachment G. Equal Opportunity Certification Form
Please click on the link below and fill out the EEOP form.
https:/hvwH'.oip.aoN,Isites/Q/files/x)-ckuh24I/files/media/document/cert.pdf
Subrecipient's Initials:
Attachment H. Certification Regarding Lobbying
28
Please click on the link below and fill out the Certification form.
https:/hN°wii.epa.(=ov/sN,stemHiles/documents/2021-08/epa form 6600 06.pdf
Subrecipient's Initials: f
29
Attachment I. Certification Regarding Debarment, Suspension, and Other Responsibility Matters
Please click on the link below and fill out the Certification form.
https:/lepa.illinois.2oN,Icontent/damisoi/en/weblepaltopicsl,-rants-loans/state-res,oh-in°-
fund/documents/epa-5700-49-certification-of-debarment-suspension-ete.pdf
Subrecipient's Initials:
Attachment J. Lead Agency Form (LPA-005)
30
Please click on the link below and fill out the Lead Agency form.
htq>s://hrww.ardot.Qov/wp-content/uploads/Form LPA-005 Designating-Fmplovee-in-
Charge.ndf
Subrecipient's Initials: `!{
Attachment K. EPA Grant Agreement (02F75801)
See email attachment.
Subrecipient's Initials:
31
City of Fayetteville
$
2,598,800
City of Lowell
$
301,700 $
1,383,280
City of Rogers
$
2,272,506 $
3,658,800 $
1,032,400
$
113,586
City of Springdale
$
3,225,185
$
455,200
University of Arkansas (U of A)
$
539,896
$
80,984
Illinois River Watershed Partnership (IRWP)
$
2,487,000
$
373,050 $ 211,500
Northwest Arkansas Land Trust (NWALT)
$
166,500 $
400,000
$
84,975
Watershed Conservation Resource Center (WCRC)
$
11,080,225
$
1,662,034 $ 602,300
(incl. $244,100 pass through to BWAfor workforce development)
Arkansas Advanced Energy Foundation (AAEF)
$ 20,079
NWA Trailblazers
$ 2,598,800
$ 1,684,980
$ 7,077,292
$ 3,680,385
$ 620,880
$ 3,071,550
$ 651,475
$ 13,344,559
$ 20,079
$ 3,500,000 $ 3,500,000
NWA Green Network (10) subrecipients include: the Cities of Fayetteville, Lowell, Rogers, and Sprindale; the Unviersity of Arkansas (UofA); the NWA Trailblazers; the Watershed Conservation Resource Center (WCRC); the
Northwest Arkansas Land Trust (NWALT); the Illinois River Watershed Partnership (IRWP); Arkansas Advanced Energy Foundation (AAEF).
5E - 02F75801 - 0 Page 1
�jeD sTgr
GRANT NUMBER (FAIN): 02F75801
o� Fs
U.S. ENVIRONMENTAL
MODIFICATION NUMBER: 0
DATE OF AWARD
z� Qr�
PROGRAM CODE: 5E
10/16/2024
W
PROTECTION AGENCY
TYPE OF ACTION
MAILING DATE
2 Q
New
10/21/2024
r c��c
Grant Agreement
PAYMENT METHOD:
ACH#
qt PROT�
ASAP
RECIPIENT TYPE:
Send Payment Request to:
Municipal
Contact EPA RTPFC at: rtpfc-grants@epa.gov
RECIPIENT:
PAYEE:
METROPLAN
METROPLAN
501 W MARKHAM SUITE B
501 W MARKHAM SUITE B
LITTLE ROCK, AR 72201-1409
LITTLE ROCK, AR 72201-1409
EIN: 71-0415864
PROJECT MANAGER
EPA PROJECT OFFICER
EPA GRANT SPECIALIST
Casey Covington
Silvana Palacios-Guberti
Salena Reynolds
501 W MARKHAM STE B
1201 Elm Street, Suite 500, ARDPM
Mission Support Division, MSDGG
LITTLE ROCK, AR 72201-1409
Dallas, TX 75270-2102
1201 Elm Street, Suite 500
Email: ccovington@metroplan.org
Email: PalaciosGuberti.Silvana@epa.gov
Dallas, TX 75270-2102
Phone:501-372-3300
Phone:214-665-6681
Email: reynolds.salena@epa.gov
Phone: 214-665-7529
PROJECT TITLE AND DESCRIPTION
Energy and Environment Innovation for the Natural State
See Attachment 1 for project description.
BUDGET PERIOD
PROJECT PERIOD
TOTAL BUDGET PERIOD COST
TOTAL PROJECT PERIOD COST
10/16/2024 - 09/30/2029
10/16/2024 - 09/30/2029
$ 100,337,499.00
$ 100,337,499.00
NOTICE OF AWARD
Based on your Application dated 03/29/2024 including all modifications and amendments, the United States acting by and through the US Environmental
Protection Agency (EPA) hereby awards $ 99,999,999.00. EPA agrees to cost -share 100.00% of all approved budget period costs incurred, up to and not
exceeding total federal funding of $ 99,999,999.00. Recipient's signature is not required on this agreement. The recipient demonstrates its commitment to carry
out this award by either: 1) drawing down funds within 21 days after the EPA award or amendment mailing date; or 2) not filing a notice of disagreement with
the award terms and conditions within 21 days after the EPA award or amendment mailing date. If the recipient disagrees with the terms and conditions
specified in this award, the authorized representative of the recipient must furnish a notice of disagreement to the EPA Award Official within 21 days after the
EPA award or amendment mailing date. In case of disagreement, and until the disagreement is resolved, the recipient should not draw down on the funds
provided by this award/amendment, and any costs incurred by the recipient are at its own risk. This agreement is subject to applicable EPA regulatory and
statutory provisions, all terms and conditions of this agreement and any attachments.
ISSUING OFFICE (GRANTS MANAGEMENT OFFICE)
AWARD APPROVAL OFFICE
ORGANIZATION / ADDRESS
ORGANIZATION / ADDRESS
U.S. EPA, Region 6, Grants Management Section
U.S. EPA, Region 6, Air and Radiation Division
1201 Elm Street, Suite 500
R6 - Region 6
Dallas, TX 75270-2102
1201 Elm Street, Suite 500
Dallas, TX 75270-2102
THE UNITED STATES OF AMERICA BY THE U.S. ENVIRONMENTAL PROTECTION AGENCY
Digital signature applied by EPA Award Official Marya Stanton - Director, Mission Support Division
DATE
10/16/2024
5E - 02F75801 - 0 Page 2
EPA Funding Information
FUNDS
FORMER AWARD
THIS ACTION
AMENDED TOTAL
EPA Amount This Action
$ 0
$ 99,999,999
$ 99,999,999
EPA In -Kind Amount
$ 0
$ 0
$ 0
Unexpended Prior Year Balance
$ 0
$ 0
$ 0
Other Federal Funds
$ 0
$ 0
$ 0
Recipient Contribution
$ 0
$ 0
$ 0
State Contribution
$ 0
$ 0
$ 0
Local Contribution
$ 0
$ 0
$ 0
Other Contribution
$ 0
$ 337,500
$ 337,500
Allowable Project Cost
$ 0
$ 100,337,499
$ 100,337,499
Assistance Program (CFDA)
Statutory Authority
Regulatory Authority
66.046 - Climate Pollution Reduction Grants
Clean Air Act: Sec. 137
2 CFR 200, 2 CFR 1500 and 40 CFR 33
Fiscal
Site Name
Req No
FY
Code
Organization
PRC
OClass
Site/Project
Organization
Deoibl gat n
2506JSR002
2226
1 E4SF5
06J1
OOOACGXJ2
4132
$ 99,999,999
$ 99,999,999
5E - 02F75801 - 0 Page 3
Budget Summary Page
Table A - Object Class Category
(Non -Construction)
Total Approved Allowable
Budget Period Cost
1. Personnel
$ 714,515
2. Fringe Benefits
$ 178,629
3. Travel
$ 0
4. Equipment
$ 0
5. Supplies
$ 0
6. Contractual
$ 0
7. Construction
$ 0
8. Other
$ 98,549,973
9. Total Direct Charges
$ 99,443,117
10. Indirect Costs: 0.00 % Base
$ 556,882
11. Total (Share: Recipient 0.00 % Federal 100.00 %)
$ 99,999,999
12. Total Approved Assistance Amount
$ 99,999,999
13. Program Income
$ 337,500
14. Total EPA Amount Awarded This Action
$ 99,999,999
15. Total EPA Amount Awarded To Date
$ 99,999,999
5E - 02F75801 - 0 Page 4
Attachment 1 - Project Description
The purpose of this award is to provide funding under the Inflation Reduction Act (IRA) to Metroplan. The
recipient will implement greenhouse gas (GHG) reduction programs, policies, projects, and measures
identified in a Priority Climate Action Plan (PCAP) developed under a Climate Pollution Reduction Grants
(CPRG) planning grant. Activities conducted through this grant will benefit all residents and visitors to
Arkansas through four main objectives: implementation of ambitious measures that will achieve
significant cumulative GHG reductions by 2030 and beyond; pursuit of measures that will achieve
substantial community benefits, particularly in low-income and disadvantaged communities;
complementing other funding sources to maximize these GHG reductions and community benefits; and,
pursuit of innovative policies and programs that are replicable and can be "scaled up" across multiple
jurisdictions.The activities include three greenhouse gas (GHG) reduction measures, a workforce
development measure, and grant administration. Metroplan (Metropolitan Planning Organization (MPO)
for Central Arkansas), the Northwest Arkansas Regional Planning Commission (NWARPC, MPO for
Northwest Arkansas), and the City of Fort Smith (COFS) — referred to collectively as "the coalition" —
propose to undertake the greenhouse gas (GHG) reduction efforts of Green Networks, Transportation
Efficiency, and Building Efficiency. The coalition has partnered with over 50 communities, agencies, and
organizations across three regions to develop projects and programs that are both effective and aligned
with public and stakeholder priorities. The partnerships built through this process, along with the support
and enthusiasm for this work, will undoubtedly catalyze future Energy and Environment Innovations in
the Natural State. The Letters of Commitment included in this application detail the robust support each
partner has dedicated to helping the coalition achieve its CPRG objectives.
Green Networks:
The coalition will implement projects that sequester carbon and reduce transportation emissions by
protecting and restoring natural infrastructure cores and corridors and increasing access to active
transportation and transit. The measure focuses on connecting low-income and disadvantaged
communities (LIDACs) to jobs, education, and essential services through safe and convenient access to
bicycle -pedestrian facilities, a -bike rebates, and the natural environment. The coalition will provide
funding, in collaboration with numerous conservation partners, for land acquisition, protection, and
restoration, including wetlands, riparian zones, forested lands, and prairies, as well as strategic
segments of trail construction and an a -bike incentive program. These projects will reduce GHGs by
sequestering carbon in restored natural lands and reducing vehicle miles traveled to ensure that LIDAC
residents reap physical, mental, and financial benefits.
Projects and programs link three primary components to create a resilient "Green Network": nature -
based solutions, alternative transportation, and workforce training.
Transportation Efficiency:
The coalition proposes to incentivize conversion of conventional streetlights to more efficient light
emission diode (LED) technologies, transition of public fleet vehicles to all -electric equivalents, and
deployment of public and fleet electric vehicle charging. This measure focuses on reducing fossil -fuel
energy use from the transportation system and ensuring equitable access to incentivized infrastructure.
At least 50% of the investment will benefit LIDAC communities.
• Fleet Vehicle Replacement with electric vehicles (EVs): In Central Arkansas, rebates to cities, counties,
special districts, and nonprofits will cover the incremental cost, after tax credits, of replacing light -duty
5E - 02F75801 - 0 Page 5
internal combustion engine fleet vehicles with all -electric equivalents.
• EV Charging Infrastructure:
o In Central Arkansas, rebates will cover 70% of the costs for purchasing and installing widely available
Level 2 electric vehicle chargers to overcome range anxiety. The remaining 30% of the cost is
reimbursable with a federal tax credit for low-income and rural census tracts.
o The City of Fort Smith will establish electric vehicle charging stations at seven strategic locations within
the city, prioritizing placement in LIDACs.
• Streetlight Replacement with LED: In Central Arkansas, pass -through grants will enable cities and
counties to work with their utility provider to replace conventional streetlights with LED bulbs.
Building Efficiency:
The coalition proposes to implement building efficiency measures to reduce GHG emissions from public
and commercial buildings in the Little Rock -North Little Rock -Conway and Fort Smith MSAs. Building
efficiency will be achieved in four ways:
• Pass -through grants to Energy Savings Performance Contracting (ESPC) participants in Central AR
Local public entities (municipalities, counties, and school districts) in Central Arkansas that enter into an
ESPC may apply for an up to $500,000 grant to expedite and/or enhance energy savings and efficiency
upgrades.
• Revolving Loan Fund for Commercial Property Assessed Clean Energy projects in Central AR
$3,500,000 in CPRG funding will be used to establish, capitalize, market, and administer a regional
Commercial Property Assessed Clean Energy Revolving Loan Fund (CPACE RLF) to finance loans in
the $75,000 to $400,000 range where market -based funding is difficult to find. Loans will be used to
finance highly efficient energy systems in commercial building construction and rehabilitation with a focus
on LIDAC areas. The existing Pulaski County CPACE program, established by the Pulaski County
Energy Improvement District under Act 1074 of 2013, will be extended to the entire 6-county region and
administered by the Arkansas Advanced Energy Foundation and the selected vendor, which will also
lead the Workforce Development Programming for the coalition. The strength of the program is that it
allows commercial property owners to finance approved building efficiency improvements by attaching
the loan repayment to the property tax bill. Each project is amortized over up to 20 years, providing the
owner with a cash -flow positive financing solution, as well as energy efficiencies and GHG reductions.
The Revolving Loan Fund aspect will extend financing beyond the Climate Pollution Reduction Grant
(CPRG) grant period of performance.
• Subawards for public renewable energy projects in Central Arkansas and Fort Smith regions
o Construction of an 850 kW DC solar array for the Fort Smith Housing Authority's Nelson Hall Homes, a
288-unit development that provides suitable and safe rental housing for eligible low-income elderly
and/or disabled persons.
o Construction of 760 geothermal wells (710 east, 50 west, each 400' or 500' deep) for a planned $25M
5E - 02F75801 - 0 Page 6
geothermal Central Utility Plant (CUP) facility at the Bill and Hillary Clinton National Airport (LIT). A
closed loop of piping will carry chilled water and heated return water throughout the well field to dissipate
heat into the ground. The completed geothermal facility will eliminate the use of natural gas for heating
ventilation and air conditioning (HVAC) and reduce the electricity needed by eliminating chillers and
cooling towers, cutting the terminal's GHG emissions by 90%.
• Promotion of existing and CPRG-funded efficiency measures in Central Arkansas and Fort Smith
through regional Energy Ambassadors. Energy Ambassadors housed at Metroplan and the COFS will
connect the dots between needs and available resources, and reduce barriers to utilization of rebates,
pass -through grants, and loans.
The anticipated deliverables include semi-annual report, one-year report, and final report including the
metrics selected in the workplan.
For Green Networks:
• # of meetings/ presentations held
• Meeting attendance #s
• # of acres of open space preserved
• # of permits obtained
• # of counties participating
• % of investment benefiting LIDACs
• # of meetings/ presentations held
• Meeting attendance #s
• # of acres of open space preserved
• # of permits obtained
• % of investment benefiting LIDACs
• # of wetland acres restored
• # of riparian acres/linear feet of streambank restored
• # of forest acres restored
• # of prairie acres restored
• # of seedlings planted
• # of community partners
5E - 02F75801 - 0 Page 7
• % of investment benefiting LIDACs
• # of wetland acres restored
• # of riparian acres/linear feet of streambank restored
• # of forest acres restored
• # of prairie acres restored
• # of seedlings planted
• # of community partners
• % of investment benefiting LIDACs
• # of linear feet of trail constructed
• Permits obtained
• Amenities installed
• Wayfinding installed
• LED/Solar lighting installed
• VMT of nearest road that new facility offsets trips from
• % of investment benefiting LIDACs
• # of linear feet of trail constructed
• Permits obtained
• Amenities installed
• Wayfinding installed
• LED/Solar lighting installed
• VMT of nearest road that new facility offsets trips from
• % of investment benefiting LIDACs
• Permits obtained
• # of linear feet of greenway constructed
• Amenities installed
5E - 02F75801 - 0 Page 8
• LED/Solar lighting installed
• % of investment benefiting LIDACs
• # of people that entered lottery
• # of individuals selected for rebate
• Average income of individuals selected for rebate
• % of investment benefiting LIDACs
• # and location of participating bike shops
• # and $ value of vouchers redeemed
For Transportation Efficiency:
• # of vehicles purchased
• Type of vehicles purchased
• Average annual gas usage of vehicle being replaced (from past 1-2 years)
• Electricity usage to charge new EV
• % of investment benefiting LIDACs
• # of charging stations installed
• Location of charging stations
• kWh usage of each charging station
• % of investment benefiting LIDACs
• # of charging stations installed
• Location of charging stations
• kWh usage of each charging station
• % of investment benefiting LIDACs
• kWh usage of existing fixture
• # of LED fixtures installed
• Type of LED fixtures installed
5E - 02F75801 - 0 Page 9
• Location of LED fixtures installed
• kWh usage of LED fixture
• % of investment benefiting LIDACs
For Building Efficiency:
• # of counties participating
• Board meeting minutes
• # of financial institutions participating
• # of loans
• Amount of loans
• Existing energy usage
• # and type of upgrades installed
• Energy savings
• % of investment benefiting LIDACs
• # of grants awarded
• $ value of each grant
• Existing energy usage
• # and type of upgrades installed
• Energy savings
• % of investment benefiting LIDACs
• Completion of design
• Permits obtained
• Completion of engineering
• # of wells installed
• Funding leveraged to complete geothermal facility
• % of investment benefiting LIDACs
5E - 02F75801 - 0 Page 10
• Existing kWh usage of each unit
• # of solar panels installed
• # of households affected
• kWh usage of each unit after solar installation
• % of investment benefiting LIDACs
The expected outcomes include the ones listed per greenhouse gas reduction measure below.
For Green Networks:
• 3 Public engagement, 3 LIDAC, and 10 marketing meetings held in each county per year (covering all
Green Networks measures)
• 455 acres purchased and/or placed in conservation easements
• 916 acres of restored green network lands protected from disturbance through conservation or other
easements and/or formal restrictions.
• 2,073 acres of restored forest, wetland, prairie, or riparian areas
• 178,547 tree seedlings planted in urban environments
• 2,158 acres of high -quality land restoration conducted
• 35,728 feet of degraded stream channel restored
• 4 miles of bike-ped infrastructure constructed
• 2.5 miles of bike-ped infrastructure constructed
• 11,510 linear feet of alleyway converted to multi -use greenway
• 5,844 e-bike rebates issued
For Transportation Efficiency:
• 40 internal combustion engine vehicles replaced with all -electric equivalents
• 136 Level II EV chargers deployed
• 6x Level 2 chargers deployed
• 6x 150 kW DCFC chargers deployed
• 2x 400 kW DCFC chargers deployed
5E - 02F75801 - 0 Page 11
• 4,033 conventional streetlights replaced with LED bulbs
For Building Efficiency:
• 38 CPACE RLF projects completed, 2025-2030 (assumed average project cost: $75,000)
• 105 CPACE RLF projects completed, 2031-2050 (loan repayments are reinvested into new projects)
• 7 public building efficiency projects incentivized through EPSC grants
• 1 geothermal well field installed at LIT, with 760 wells replacing four 2000-MBH natural gas fired boilers,
three 500-ton refrigerant chillers and two 1000-ton cooling towers in current use
• 1x 850 kW DC solar array installed at public housing for low-income elderly and disabled residents
Outcomes from this proposal include:
• 2025-2030 (in metric tons): 261,782 mt CO2e reduced or sequestered.
• 2025-2050 (in metric tons): 1,071,188 mt CO2e reduced or sequestered.
• Annual criteria pollutant (CAP) and hazardous air pollutant (HAP) emissions reduced. CAP emissions
reductions were quantified for some, but not all the proposed projects. At least 50% of the CAP and HAP
reductions are anticipated to occur in LIDACs. The table below lists total CAP reductions in tons for
quantified projects. CAP reductions are expressed as an annual reduction beginning in 2030 once all
measures are completed.
The intended beneficiaries include considerations for low-income and disadvantaged communities as
described:
The Green Networks projects provide important co -benefits that enhance urban resilience and contribute
to broader environmental and social objectives. The projects will reduce emissions of criteria pollutants
from motor vehicles, remove stormwater pollutants, create wildlife habitats and continuous wildlife
corridors, reduce heat islands, protect watersheds, improve soil health, enhance water quality. Socio-
economic benefits include connecting LIDACs to streams, natural places, and active transportation
networks. The projects included under this measure have been designed to ensure that LIDACs are the
primary beneficiaries of the proposed investments.
The proposed Transportation Efficiency and Building Efficiency projects will reduce reliance on fossil
energy for electricity, heating, and transportation. Fossil -fuel combustion by power plants, in buildings,
and by vehicles emits CAPs and HAPs. Because these projects specifically target LIDACs, residents in
these locations will experience the greatest share of the co -benefits associated with these projects.
METROPLAN:
• Issuing subawards to coalition partners and eligible local government and nonprofit agencies in
accordance with EPA's Subaward Policy
• Overseeing subrecipients, and/or contractors and vendors
5E - 02F75801 - 0 Page 12
• Tracking and reporting on project progress on expenditures and purchases
• Tracking, measuring, and reporting accomplishments on proposed timelines and milestones
• Submitting semi-annual progress reports on grant implementation and planned activities to EPA
• Submitting detailed final report to EPA within 120 calendar days of the completion of the period of
performance
• Community and stakeholder outreach and education within the Central AR
• Hiring and managing regional Energy Ambassador and Grant Administrator
NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
• Assisting Northwest Arkansas subrecipients to:
o comply with subrecipient requirements under EPA's Subaward Policy
o develop subaward agreements with Metroplan
o track and report to Metroplan on project progress and expenditures
• Tracking, measuring, and reporting to Metroplan on accomplishments and proposed timelines and
milestones for projects and programs in Northwest Arkansas
• Continuing community and stakeholder outreach and education in Northwest Arkansas
CITY OF FORT SMITH
• Complying with subrecipient requirements under EPA's Subaward Policy
• Determining/managing subawards in the Fort Smith AR -OK MSA
• Overseeing local subrecipients and/or contractors and vendors for:
• Alleyway rehabilitation
• EV charging infrastructure
• Public housing solar
• Hiring and managing regional Energy Ambassador
• Tracking and reporting to Metroplan on project progress on expenditures and purchases within the Fort
Smith AR -OK MSA
• Tracking, measuring, and reporting to Metroplan on accomplishments and proposed timelines and
milestones within the Fort Smith AR -OK MSA
5E - 02F75801 - 0 Page 13
• Community and stakeholder outreach and education within the Fort Smith AR -OK MSA
TRI-REGION SUBRECIPIENTS:
1) Trailblazers
Develop, execute, manage, and promote the e-bike incentive program including:
• Designing the parameters of the program such as eligible participants, eligible purchases, and
prioritized applicants and/or areas;
• Maintaining records and compiling reports to satisfy federal grant requirements;
• Procuring a contractor, in accordance with federal standards, to provide digital administration of the e-
bike voucher application and award system;
• Coordinating with local bicycle shops in Northwest Arkansas, Central Arkansas, and Ft. Smith to
encourage participation and connection with the contractor;
• Organizing e-bike demonstrations and group rides to increase interest and teach safe e-bike operation;
• Strategically promoting the program and elevating its visibility through targeted marketing, paid media,
and compelling materials across many different channels; and
• Leveraging existing partnerships with community organizations to advertise and market the program.
• Tracking, measuring, and quarterly reporting to Metroplan on accomplishments and proposed timelines
and milestones.
2) Arkansas Advanced Energy Foundation
For Green Networks measure
• Workforce capacity building and coordination
• Develop curricula for workforce training and/or apprenticeships for jobs such as Central Arkansas and
Fort Smith Energy Ambassadors, Energy Auditor, Weatherization Technician, Solar Installer, Electrician,
EV Charging Technicians, EV Maintenance, Bicycle Mechanics.
• Develop and implement workshops and trainings for existing agencies participating in CPRG
implementation projects.
• Develop recruiting strategy for employers and students.
• Facilitate committee to guide workforce needs for CPRG implementation.
�_��iiTa���[yd�lir�l:�►JI�1ii'in1:1�:i • - � �1���/G�
• For a full description of AAEF's workforce development activities, see Section 5 of this workplan.
5E - 02F75801 - 0 Page 14
For Building Efficiency measure
• Administration of CPRG-funded C-PACE Revolving Loan Fund in Central AR
• Sign subaward agreement with Metroplan
• Host workshop on program for county officials and commercial building owners from all 6 counties.
• Meet with local banks and Community Development Finance Institutions.
• Develop policies and procedures for Revolving Loan program.
• Partner with Energy Ambassador to develop guidance for applicants.
• Expand Pulaski County C-PACE district to at least 2 other counties.
• Provide technical assistance to county officials to pass resolutions opting into C-PACE district.
• Provide technical assistance to counties to join C-PACE board.
• Competitively procure vendor to manage Revolving Loan Fund financing. Vendor will:
• House and track loan capital
• Identify a low interest rate for loans in partnership with AAEF
• Work with AAEF to draft and finalize application requirements
• Vet the credit worthiness of applicants
• Work with county property assessors to establish repayment program
• Report program performance quarterly to AAEF for inclusion in AAEF's report to Metroplan
• Train board to review loan applications and govern program.
• Establish application process
• Provide technical assistance to board and applicants
• Provide training and technical assistance to selected applicants
• Monitor progress on building efficiency projects
• Submit quarterly reports and measurement data
3) Watershed Conservation Resource Center (WCRC)
• Coordinate, administer, design, and implement land and stream restoration for nine (9) projects within
5E - 02F75801 - 0 Page 15
the Cities of Fayetteville, Bella Vista, Bentonville, West Fork, and Johnson, and for the University of
Arkansas;
• complete and submit land restoration plan and stream restoration designs;
• obtain landowner access, implementation, and maintenance permissions contract;
• implement land and streamside riparian restoration;
• obtain floodplain development, USACE 404, ADEQ stormwater, STAA regulatory and any other permits
required for stream channel work;
• competitively bid heavy equipment construction contractors for channel work;
• procure restoration materials;
• provide routine inspection and maintenance at restored sites and conduct repairs;
• assist with stream and land restoration guidelines and plan review;
• provide reporting to NWARPC and Metroplan.
Workforce development in NWA
• coordinate with partners and learning/training institutes to develop and implement a program that
includes internships and apprenticeships to develop a skilled conservation -based workforce;
• work with partners, conservation corps, and learning/training institutes to develop and conduct
workforce training on the implementation of restoration practices;
• assist with community engagement events that focus on historically underserved population;
• assist with the development of certification requirements;
• assist with advertisement of training/certification and job opportunities in the conservation field that
reaches the historically underserved populations including apprenticeships;
• provide quarterly workforce reporting to NWARPC and Metroplan.
4) Northwest Arkansas Land Trust
• Coordinate with Cities and partners to develop and execute conservation easements on eight or more
projects;
• complete and submit land restoration plan;
• implement and maintain land restoration for one project (Springtown Reforestation Project);
• provide quarterly reporting to NWARPC and Metroplan.
5E - 02F75801 - 0 Page 16
5) City of Fayetteville
• Procure contractors for the design and construction of trail for one project (River Commons Floodplain,
Prairie, and Riparian Restoration, Preservation, and Trail Construction);
• procure professional services to conduct assessment(s) to meet federal requirements for trail
construction;
• coordinate with WCRC on implementation of city restoration measures;
• provide reporting on projects to NWARPC and Metroplan
6) University of Arkansas
• Procure contractors for design and construction of trail for one project (University of Arkansas Oak
Ridge Hillside Prairie and Forest Restoration and Trail Construction);
• procure professional services to conduct assessment(s) to meet federal requirements for trail
construction;
• complete and submit land restoration plan;
• coordinate with WCRC on implementation of University restoration measures;
• provide reporting on projects to NWARPC and Metroplan.
7) City of Lowell
• Procure contractors for design, permitting, (floodplain development, USACE 404, ADEQ stormwater,
STAA regulatory and any other permits required for stream channel work) construction, and maintenance
of stream and land restoration for one project (Puppy Creek Stream and Wetland Restoration and
Preservation);
• obtain landowner access, implementation, and maintenance permissions contracts;
• prepare and submit land restoration plan and stream restoration designs;
• identify sources and procure restoration materials;
• provide reporting on projects to NWARPC and Metroplan.
8) City of Rogers
Procure contractors for design and construction of trail for one project (Osage/Blossom Way Creeks
Stream and Wetland Restoration, Preservation, and Trail Construction);
procure professional services to conduct assessment(s) to meet federal requirements for trail
construction;
5E - 02F75801 - 0 Page 17
procure contractors for design, permitting (floodplain development, USACE 404, ADEQ stormwater,
STAA regulatory and any other permits required for stream channel work), construction, and
maintenance of stream and land restoration for one project (Osage Creek)
develop and implement streamside/stormwater easement program;
prepare and submit land restoration planning and stream restoration designs;
identify sources and procure restoration materials;
provide reporting on projects to NWARPC and Metroplan.
9) City of Springdale
• Procure contractors for design and construction of trail for one project (Willie George Park Wetland
Restoration and Trail Construction);
• procure professional services to conduct assessment(s) to meet federal requirements for trail
construction;
• procure contractors for design, permitting (floodplain development, USACE 404, ADEQ stormwater,
STAA regulatory and any other permits required for stream channel work), construction, and
maintenance of stream and land restoration for four projects (Lower Clear Creek Stream Restoration and
Preservation/ Spring Creek at the Greenway Forest, Stream and Riparian Restoration and Preservation/
Spring Creek at Thunder Chicken Wetland, Stream and Riparian Restoration and Preservation/ Willie
George Park Wetland Restoration and Trail Construction);
• obtain landowner access, implementation, and maintenance permissions contracts;
• prepare and submit land restoration planning and stream restoration designs;
• identify sources and procure restoration materials;
• provide reporting to NWARPC and Metroplan.
10) Illinois River Watershed Partnership
• Develop plan, implement and maintain prairie and riparian restoration for one project (Prairie Grove
Battlefield State Park Wetland, Prairie, and Riparian Restoration);
• Procure contractors for design, permitting (floodplain development, USACE 404, ADEQ stormwater,
STAA regulatory and any other permits required for stream channel work), construction, and
maintenance of the stream restoration component.
• submit land restoration plan and stream restoration design;
• obtain landowner access, implementation, and maintenance permissions contract;
• implement land and streamside riparian restoration;
5E - 02F75801 - 0 Page 18
• procure restoration materials;
• provide reporting on projects to NWARPC and Metroplan.
Workforce development in NWA
• coordinate and advertise Workforce Development Workshops;
• develop and implement community engagement events; and
• assist with the development of certification program; and
• Provide workforce reporting to NWARPC and Metroplan.
11) Central Arkansas Green Networks Pass -through Grant Recipients
• Submit project proposal to Metroplan
• Sign subaward agreement with Metroplan
• Engage community in planning process
• Procure land or establish conservation easements
• Design project
• Facilitate public comment
• Final engineering and design
• Obtain necessary permits
• Competitively procure vendor(s) with workforce training as needed
• Perform land restoration and/or trail construction work
• Document work completed
• Submit quarterly reports and measurement data
12) Central Arkansas EV Fleet Transition Pass -through Grant Recipients
• Perform needs assessment regarding fleet replacement
• Engage community in planning process
• Submit project proposal to Metroplan
• Sign subaward agreement with Metroplan
5E - 02F75801 - 0 Page 19
• Apply for available federal rebates
• Competitively procure vehicles and EV charging stations for fleet vehicles
• Participate in workforce training as needed for vehicle maintenance
• Document work completed
• Submit quarterly reports and measurement data
13) Central Arkansas EV Charging Pass -through Grant Recipients
• Perform needs assessment regarding EV charger locations
• Engage community in planning process
• Map service area for EV charging stations (with Metroplan assistance)
• Submit project proposal to Metroplan
• Sign subaward agreement with Metroplan
• Apply for available federal rebates
• Obtain necessary permits
• Competitively procure vendor(s), with workforce training as needed
• Implement EV charging stations in mapped service area
• Document work completed
• Submit quarterly reports and measurement data
14) Clinton National Airport
• Sign subaward agreement with Metroplan
• Obtain all necessary approvals and permits for well field construction
• Complete design and engineering
• Competitively procure construction vendor
• Well field construction
• Secure additional funding for completion of geothermal Central Utility Plant. LIT's funding plan for the
CUP is included in Section 1.a.v. - Risks and Mitigation Strategies of this workplan.
5E - 02F75801 - 0 Page 20
• Submit quarterly reports and measurement data
15) Central Arkansas Energy Savings Performance
• Partner with Metroplan's Energy Ambassador to learn about ESPC process
• Perform needs assessment regarding building efficiency upgrades
• Engage community in planning process
16) Contracting Grant through Grant recipients
• Apply for ESPC pass -through grant from Metroplan
• Sign subaward agreement with Metroplan
• Send RFP to vendors on AEO's Qualified Vendor List
• Competitively procure Energy Services Company (ESCO)
• Facilitate vendor walkthroughs and interviews
• Prioritize energy efficient upgrades
• Secure financing
• Complete building upgrades and test equipment
• Complete staff training on new equipment
• Submit quarterly reports and measurement data to Metroplan upon installation of all upgrades
Administrative Conditions
General Terms and Conditions
5E - 02F75801 - 0 Page 21
The recipient agrees to comply with the current Environmental Protection Agency (EPA) general terms
and conditions available at: https://www.epa.gov/system/files/documents/2024-
10/fy_2025_epa_general_terms_and_conditions_effective_october 1_2024_or later.pdf
These terms and conditions are in addition to the assurances and certifications made as a part of the
award and the terms, conditions, or restrictions cited throughout the award.
The EPA repository for the general terms and conditions by year can be found at: https://www.epa.
gov/grants/grant-terms-and-conditions#general.
A. Correspondence Condition
The terms and conditions of this agreement require the submittal of reports, specific requests for
approval, or notifications to EPA. Unless otherwise noted, all such correspondence should be sent to the
following email addresses:
• Federal Financial Reports (SF-425): rtpfc-grantsaepa.gov and Salena Reynolds, Grant
Specialist, reynolds.salena&epa.gov
• MBE/WBE reports (EPA Form 5700-52A): Debora Bradford, DBE Coordinator, bradford.
debora6d)epa.gov and Salena Reynolds, Grant Specialist, reynolds.salena&epa.gov
• All other forms/certifications/assurances, Indirect Cost Rate Agreements, Requests for
Extensions of the Budget and Project Period, Amendment Requests, Requests for other Prior
Approvals, updates to recipient information (including email addresses, changes in contact
information or changes in authorized representatives) and other notifications: Salena Reynolds,
Grant Specialist, reynolds.salena&epa.gov; Silvana Palacios-Guberti, Silvana PalaciosGuberti.
Silvana aaepa.aov; rtpfc-grantsCd)epa.gov
• Payment requests (if applicable): rtpfc-grants&e_pa.gov
• Quality Assurance documents, workplan revisions, equipment lists, programmatic reports and
Silvana Palacios-Guberti, Silvana PalaciosGuberti.Silvana&epa.gov; rtpfc-e rq ants@eaa.gov
5E - 02F75801 - 0 Page 22
Programmatic Conditions
Climate Pollution Reduction Implementation Grants Programmatic Terms and Conditions
A. Deliverables
The first phase of the Climate Pollution Reduction Grants (CPRG) program provided funding for
designing Priority Climate Action Plans (PCAPs) that incorporate a variety of measures (i.e., programs,
policies, measures, and projects) that reduce greenhouse gas (GHG) emissions. The purpose of this
CPRG Implementation assistance agreement is to implement proposed measures within a specified
PCAP identified in the CPRG Implementation Grant General Competition application. All programs,
policies, measures, and projects contained in the final, approved CPRG implementation assistance
agreement workplan are required deliverables.
The recipient agrees to implement GHG reduction programs, policies, projects, and measures
(collectively referred to as "GHG reduction measures," or "measures") identified in a PCAP developed
under a CPRG planning grant and included in the CPRG implementation grant workplan. The recipient
agrees to ensure that each is successfully implemented before the end of the grant project period. The
recipient agrees to successful project implementation, which includes the process of putting a decision or
plan into effect; executing the program, policies, projects and/or measures, not just planning or designing
the programs, policies, projects and/or measures. The recipient agrees to adequately describe the actual
environmental outputs and outcomes achieved, including actual GHG emissions reduced, not just the
expected outputs and outcomes of the proposed measures. Clean Air Act (CAA) section 137 also
requires that CPRG Implementation grant recipients address the degree to which a grant reduces GHG
emissions in total and with respect to low-income and disadvantaged communities, where "greenhouse
gas" refers to the air pollutants carbon dioxide (CO2), hydrofluorocarbons (HFCs), methane (CH4), nitrous
oxide (N2O), perfluorocarbons (PFCs), and sulfur hexafluoride (SF6).
To the best of their ability, the recipient agrees to:
implement GHG emission reduction programs, policies, measures, and projects that are expected
to reduce GHG emissions (or enhance GHG removals) by the estimated cumulative total GHG
emission reductions from the final approved workplan;
• only report emission reductions occurring as a result of CPRG funding; and
• only report emission reduction data in units of million metric tons of carbon dioxide equivalent
(MMTCO2e) where appropriate, calculated using the global warming potentials (GWP) in the
International Panel on Climate Change's (IPCC) Fifth Assessment Report.
Refer to the Notice of Funding Opportunity, EPA-R-OAR-CPRGI-23-07 (https://www.epa.
gov/system/files/documents/2023-09/CPRG General Competition NOFO.pdf), Appendix B, Global
Warming Potentials for GHGs, for details about how to apply GWP values for different gases.
For the measures included in the final, approved assistance agreement work plan, the recipient agrees to
provide transparent GHG emission reduction estimates based on high -quality, thorough, reasonable, and
comprehensive methodologies, assumptions, and calculations. Examples of tools that could be used to
assist in these GHG quantifications can be found at: https://www.epa.gov/inflation-reduction-act/climate-
pollution-reduction-grants.
5E - 02F75801 - 0 Page 23
B. Final Approved Work Plan and Modifications
The recipient agrees to implement the measures in the EPA -approved work plan that will achieve
significant cumulative GHG reductions by 2030 and beyond.
Recipient agrees to carry out the project in accordance with the final approved workplan. Recipients are
required to report deviations from budget or project scope or objective, and must request prior written
approval from the EPA:
• For any change in the scope or objective of the project or program (even if there is no
associated budget revision requiring prior written approval);
• For change in key personnel (including employees and contractors) that are identified by name
or position in the Federal award;
• For the disengagement from a project for more than three months, or a 25% reduction in time
and effort devoted to the Federal award over the course of the period of performance, by the
approved project director or principal investigator;
• For the inclusion of costs that require prior approval in accordance with 2 CFR Part 200 Subpart
E—Cost Principles or 48 CFR part 31, "Contract Cost Principles and Procedures," as applicable;
• For the transfer of funds budgeted for participant support costs as defined in 2 CFR Section
200.1 Definitions to other budget categories;
• For the subawarding, transferring or contracting out of any work under the award;
— Changes in the total approved cost -sharing amount
— When the need arises for additional Federal funds to complete the project.
Proposed modifications to the approved work plan or budget, including additions, deletions, or changes
in the schedule, shall be submitted in a timely manner to the EPA Project Officer for approval. Depending
on the type or scope of changes, a formal amendment to the award may be necessary. Major project
modifications may include but are not limited to: changes to the approved environmental results, outputs
or outcomes, types and number of affected devices or equipment, the approved types of emission
reduction technologies to be implemented, specific programs or policies to be adopted, or changes to the
approved project location(s). Any change that would significantly alter the cumulative GHG reductions
achieved by 2030 and beyond and affect the achievement of community benefits, especially in low-
income and disadvantaged communities, may not be allowed. The recipient shall not make changes to
the proposed activities in the EPA -approved work plan without prior written approval from the EPA. The
recipient shall contact the EPA Project Officer with the proposed changes; however, depending on the
type of change, the Agency Award Official or Grant Management Officer may need to make the final
determination. If issues regarding proposed measures arise that cannot be resolved, the EPA may elect
to terminate the assistance agreement, and/or if applicable, recover ineligible expenditures from the
recipient. Any significant changes to the approved work plan that would result in undermining the integrity
of the award competition will not be approved.
For grants that are awarded to a recipient that is serving as the lead for a coalition under the CPRG
5E - 02F75801 - 0 Page 24
program, the recipient agrees to abide by the terms set out in the Memorandum of Agreement (MOA),
including the roles, responsibilities, and commitments that each partner will provide to ensure project
success, the operating model for the coalition, and the resources that each partner will contribute to the
project. As established in the CPRG coalition's MCA, the lead applicant is accountable to the EPA and
accepts full responsibility for effectively carrying out the full scope of work and proper financial
management of the grant. Coalition members who are grant subrecipients are accountable to the lead
applicant for proposed use of EPA funding and successful project implementation. The recipient shall not
make changes to the signed MOA without prior written approval from the EPA.
C. Performance Reporting and Final Performance Report
1. Performance Reports - Content
The recipient agrees to inform the EPA as soon as it is aware of problems, delays, or adverse conditions
that will materially impair the recipient's ability to meet the outputs/outcomes specified in the final,
approved assistance agreement work plan. The recipient agrees to inform the EPA immediately rather
than waiting until the next performance report is due.
The recipient agrees to adequately describe the actual environmental outputs and outcomes achieved,
not just the expected outputs and outcomes of the proposed measures. The recipient agrees to report
out on each performance measures that will be the mechanism to track, measure, and report progress
toward achieving the expected outputs and outcomes for each GHG reduction measure. The recipient
agrees to track and report separately on the work conducted and GHG emissions reductions for each
measure (program, policy, measure, or project) specified in the final, approved assistance agreement
work plan. Recipients also agree to track and report separately on the budgets for each measure.
In accordance with 2 CFR 200.329, the recipient agrees to submit semi-annual, one-year, and final
performance progress reports that include brief information on each of the areas specified below. To
ensure the EPA can effectively monitor progress towards the achievement of measures, the recipient
also agrees to report progress for each measure identified in the final, approved assistance agreement
work plan as soon as work is completed and information is available.
a. Semi -Annual: The recipient agrees to submit semi-annual performance reports that include brief
information on each of the following areas-
(1) a comparison of actual technical progress and milestones achieved during the reporting period to the
outputs/outcomes and performance measures established in the final, approved assistance agreement
work plan, which may include technical changes made to the project, public events conducted, websites
published, release of public -facing documents or tools, or other reportable activities described in the work
plan;
(2) a consolidated budget update with separate tracking for each measure (that is, how much was spent
on equipment, supplies, contractors, subgrants, etc., during the reporting period and cumulatively) and,
when appropriate, additional pertinent information such as analysis and explanation of cost overruns,
high -unit costs, cost -share expenditures, program income, infrastructure costs subject to Buy America,
Build America (BABA) compliance, or requested budget modifications (for example, when the recipient is
requesting to move funding from one budget category to another);
(3) if necessary, a description of the reasons why any implementation timeline milestones or
5E - 02F75801 - 0 Page 25
outputs/outcomes were missed for each measure established in the final, approved assistance
agreement work plan, including the recipient's strategy to address challenges faced and/or the recipient's
approach to ensure that the approved outputs/outcomes for each measure will be achieved within the
period of performance;
(4) documentation of community engagement activities conducted in low-income and disadvantaged
communities for each measure, which describes how the activities were publicized, categorizes
respondents/attendees (e.g., the number of people from Tribal governments, federal government, state
government, local government, nonprofits, for profits, universities, and the public), explains how input
from participants was considered in decisions for implementing the measure, and details how meaningful
engagement with low-income and disadvantaged communities will be continuously included in the
development and implementation of the measure;
(5) as applicable, strategies for mitigating environmental risks;
(6) a description of any climate resiliency planning, siting, design, and operation of the project.
(7) as applicable, updates to individuals, including those from coalition members, who serve as key
contacts and/or any changes to the roles and responsibilities of key contacts involved in each measure
and the reason(s) for the change(s);
(8) as applicable, updates regarding which organizations have the authority to implement each measure
and the reason(s) for the change(s);
(9) as applicable, updates regarding changes to contracts, subgrants, and participant support costs;
(10) as applicable, progress on generating high -quality jobs with a diverse, highly skilled workforce and
support of strong labor standards; and
(11) summary of anticipated activities for the next 6-month reporting period.
b. One-year report: As part of the second semi-annual progress report (i.e. the more detailed one-year
report), the recipient agrees to report the additional data to the EPA using the reporting template from the
EPA's Information Collection Request 2806.01, Office of Management and Budget (OMB) Control
Number 2060-0763. The reporting template will be made available to grant recipients through an
electronic data interface to be specified by EPA upon approval of the Information Collection Request.
This includes co -pollutant emissions reductions of each pollutant impacted by each measure, the sector
impacted, and the county in which the emissions change. In addition, the recipient agrees to report the
Climate and Economic Justice Screening Tool (CEJST) Census tract IDs or the EPA's EJScreen Census
block group IDs for areas affected by GHG reduction measures, consistent with the EPA's definition of
low-income and disadvantaged communities for the CPRG program.
c. Final Report: The recipient also agrees to submit a detailed final report and to report certain data
associated with the final report to the EPA using the reporting template from the EPA's Information
Collection Request 2806.01, OMB Control Number 2060-0763.
d. Subaward Performance Reporting
Subawards establish a financial assistance relationship under which the subrecipient's employees and
5E - 02F75801 - 0 Page 26
contractors implement programs and projects to accomplish the goals and objectives of the grant.
Subrecipients (which includes Coalition members) are subject to the same federal requirements as the
pass -through entity. (For more details, see General Terms and Conditions 8. Establishing and Managing
Subawards, applicable provisions of 2 CFR Part 200, the EPA's Subaward Policy). The recipient must
report on its subaward monitoring activities under 2 CFR 200.332(d). Examples of items that must be
reported if the pass -through entity has the information available are:
(1) Summaries of results of reviews of financial and programmatic reports.
(2) Summaries of findings from site visits and/or desk reviews to ensure effective subrecipient
performance.
(3) Environmental results the subrecipient achieved.
(4) Summaries of audit findings and related pass -through entity management decisions.
(5) Actions the pass -through entity has taken to correct deficiencies such as those specified at 2 CFR
200.332(e), 2 CFR 200.208 and the 2 CFR Part 200.339 Remedies for Noncompliance.
As with any EPA grant with a grant recipient subawarding to subrecipients, the grant recipient is
accountable to the EPA and accepts responsibility for carrying out the full scope of work and proper
financial management of the grant. In the event that a coalition member withdraws, the grant recipient
continues to be subject to the EPA's terms and conditions for the grant, the subaward policy, and EPA
grants policy. In circumstances where the EPA deems that the withdrawal of a coalition member
fundamentally alters the project or jeopardizes the project's success, the EPA will consider appropriate
remedies and reserves the right to terminate an awarded grant (see 2 CFR 200.339 through 343)
2. Performance Reports - Frequency
The recipient agrees to submit semi-annual performance reports electronically to the EPA Project Officer
within 30 days after the six-month reporting period ends. Semi-annual reports are due according to the
following schedule. If a due date falls on a weekend or holiday, the report will be due on the next
business day. If a project start date falls within a defined reporting period, the recipient must report for
that period by the given due date unless otherwise noted. This semi-annual reporting schedule shall be
repeated for the duration of the award agreement.
October 1 — March 31 Reporting Period: report due April 30
April 1 — September 30 Reporting Period: report due October 30
As part of the second semi-annual performance report that is submitted one year after the grant award,
the recipient agrees to submit the one-year performance report that includes the additional details
specified above in section C.1.b.
The recipient must submit the final performance report no later than 120 calendar days after the end date
of the period of performance.
D. Allowable and Unallowable Activities
5E - 02F75801 - 0 Page 27
The recipient agrees to only use this CPRG Implementation grant award funding to implement measures
in the EPA approved workplan for this CPRG Implementation grant and follow the grant Terms and
Conditions.
All costs charged to the award to support these activities must meet the requirements for allowability
under 2 CFR Part 200, Subpart E as well as applicable provisions of 2 CFR Part 1500. In addition, the
recipient agrees to obtain prior approval from the EPA Award Official prior to the expenditure of the
award for financial assistance as well as other activities that involve acquiring real property, including
related equipment purchases, if not already in the EPA approved work plan.
The recipient agrees to not use the award for the following unallowable activities: (a) activities that are
not in the EPA approved work plan; (b) activities that support measures, activities or projects outside the
boundaries of the ten EPA regions. The recipient also agrees not to use this CPRG award to replace
existing program federal funding, but the recipient may use CPRG funds to supplement or expand
existing programs. The recipient also agrees not to use the award for activities associated with defending
against, settling, or satisfying a claim by a private litigant, except when either (a) the claim stems from
the recipient's compliance with the terms and conditions of the award agreement or (b) the recipient has
obtained prior written approval from the EPA Project Officer.
The recipient agrees to not use the award to aid regulated entities to comply with EPA regulatory
requirements.
E. Davis -Bacon Related Act Term and Condition
1. Program Applicability
a. Climate Pollution Reduction Implementation Grants.
b. Section 314 of the Clean Air Act.
c. Construction activities conducted under a Climate Pollution Reduction Implementation Grant.
b. The recipient must work with the appropriate authorities to determine wage classifications for the
specific project(s) or activities subject to Davis Bacon under this grant.
2. Davis -Bacon and Related Acts
Davis -Bacon and Related Acts (DBRA) (https://www.dol.gov/agencies/whd/government-
contracts/construction) is a collection of labor standards provisions administered by the Department of
Labor, that are applicable to grants involving construction. These labor standards include the:
a. Davis -Bacon Act, which requires payment of prevailing wage rates for laborers and mechanics on
construction contracts of $2,000 or more;
b. Copeland "Anti -Kickback" Act, which prohibits a contractor or subcontractor from inducing an
employee into giving up any part of the compensation to which he or she is entitled; and
c. Contract Work Hours and Safety Standards Act, which requires overtime wages to be paid for over 40
hours of work per week, under contracts in excess of $100,000.
5E - 02F75801 - 0 Page 28
3. Recipient Responsibilities When Entering Into and Managing Contracts
a. Solicitation and Contract Requirements:
(1) Include the Correct Wage Determinations in Bid Solicitations and Contracts: Recipients are
responsible for complying with the procedures provided in 29 CFR 1.6 when soliciting bids and
awarding contracts.
(2) Include DBRA Requirements in All Contracts: Include the following text on all contracts under
this grant: "By accepting this contract, the contractor acknowledges and agrees to the terms
provided in the DBRA Requirements for Contractors and Subcontractors Under EPA Grants
(https://www.epa.gov/grants/contract-provisions-davis-bacon-and-related-acts)."
b. After Award of Contract:
(1) Approve and Submit Requests for Additional Wages Rates: Work with contractors to request
additional wage rates if required for contracts under this grant, as provided in 29 CFR 5.5(aj(1)
iii .
(2) Provide Oversight of Contractors to Ensure Compliance with DBRA Provisions: Ensure
contractor compliance with the terms of the contract, as required by 29 CFR 5.6.
4. Recipient Responsibilities When Establishing and Managing Additional Subawards
a. Include DBRA Requirements in All Subawards (including Loans): Include the following text on all
subawards under this grant: "By accepting this award, the EPA subrecipient acknowledges and agrees to
the terms and conditions provided in the DBRA Requirements for EPA Subrecipients (https://www.epa.
gov/grants/contract-provisions-davis-bacon-and-related-acts)."
b. Provide Oversight to Ensure Compliance with DBRA Provisions: Recipients are responsible for
oversight of subrecipients and must ensure subrecipients comply with the requirements in 29 CFR 5.6.
5. Consideration as Part of Every Prime Contract Covered by DBRA
The contract clauses set forth in this Term & Condition, along with the correct wage determinations, will
be considered to be a part of every prime contract covered by Davis -Bacon and Related Acts (see 29
CFR 5.1), and will be effective by operation of law, whether or not they are included or incorporated by
reference into such contract, unless the Department of Labor grants a variance, tolerance, or exemption.
Where the clauses and applicable wage determinations are effective by operation of law under this
paragraph, the prime contractor must be compensated for any resulting increase in wages in accordance
with applicable law.
F. Cybersecurity Condition
1. Cybersecurity Grant Condition for Other Recipients, Including Intertribal Consortia
a. The recipient agrees that when collecting and managing environmental data under this assistance
agreement, it will protect the data by following all applicable State or Tribal law cybersecurity
requirements.
5E - 02F75801 - 0 Page 29
b. (1) The EPA must ensure that any connections between the recipient's network or information system
and EPA networks used by the recipient to transfer data under this agreement, are secure. For purposes
of this Section, a connection is defined as a dedicated persistent interface between an Agency IT system
and an external IT system for the purpose of transferring information. Transitory, user -controlled
connections such as website browsing are excluded from this definition.
If the recipient's connections as defined above do not go through the Environmental Information
Exchange Network or the EPA's Central Data Exchange, the recipient agrees to contact the EPA PO no
later than 90 days after the date of this award and work with the designated Regional/Headquarters
Information Security Officer to ensure that the connections meet EPA security requirements, including
entering into Interconnection Service Agreements as appropriate. This condition does not apply to
manual entry of data by the recipient into systems operated and used by the EPA's regulatory programs
for the submission of reporting and/or compliance data.
(2) The recipient agrees that any subawards it makes under this agreement will require the subrecipient
to comply with the requirements in (b)(1) if the subrecipient's network or information system is connected
to EPA networks to transfer data to the Agency using systems other than the Environmental Information
Exchange Network or the EPA's Central Data Exchange. The recipient will be in compliance with this
condition: by including this requirement in subaward agreements; and during subrecipient monitoring
deemed necessary by the recipient under 2 CFR 200.332(d), by inquiring whether the subrecipient has
contacted the EPA Project Officer. Nothing in this condition requires the recipient to contact the EPA
Project Officer on behalf of a subrecipient or to be involved in the negotiation of an Interconnection
Service Agreement between the subrecipient and the EPA.
G. Climate Resilience:
To the extent practicable, the recipient agrees to incorporate current and future climate change risk in
planning, siting, design, and operation of the project. Approaches for incorporating climate change risk
may make use of climate change data and information (e.g., projections and emission scenarios) that are
reflective of the project's anticipated lifespan. This includes consideration of the climate change risks
posed to the individuals, communities, local governments, organizations, or other entities served by the
project over its anticipated lifespan.
H. Subawards
Refer to the General Terms and Condition, 8. "Establishing and Managing Subawards" and EPA
Subaward Policy webpage (https://www.epa.gov/grants/grants-policy-issuance-gpi-16-01-epa-subaward-
policy-epa-assistance-agreement-recipients) for access to additional information, including a subaward
agreement template found in Appendix D.
The recipient must include the Build America, Buy America terms in any subawards, request for
proposals, or solicitations for bids, and in all contracts.
I. Subawards for For -profit Entities
In addition to the EPA General Term and Condition "Establishing and Managing Subawards", the
recipient (i.e. "pass -through entity") agrees to require that for -profit subrecipients comply with Subparts A
through F of the Uniform Grant Guidance (2 CFR Part 200) and the Federal cost principles applicable to
for -profit entities located at 48 CFR Part 31, with the exception of the method of payment to for -profit
5E - 02F75801 - 0 Page 30
subrecipients must be "reimbursement" rather than "advance". Pass -through entities must obtain
documentation that the for -profit subrecipient has incurred eligible and allowable costs prior to releasing
EPA funds to the subrecipient.
I Equipment and Devices
1. Procurement of Systems, Equipment and Devices
When purchasing replacement systems, equipment and/or devices, the recipient agrees the replacement
systems, equipment or device:
a. will continue to perform a similar function and operation as the system, equipment or device
that is being permanently rendered inoperable;
b. will achieve the estimated emission reductions included in the EPA -approved work plan; and
c. is consistent in its intended use, operation and location as described in the EPA -approved work
plan.
The procurement of systems, equipment or devices should follow the EPA's Best Practice Guide for
Procuring Services, Supplies, and Equipment Under EPA Assistance Agreements (https://www.epa.
gov/grants/best-practice-guide-procuring-services-supplies-and-equipment-under-epa-assistance).
2. Operation and Maintenance
The recipient will assure the continued proper operation and maintenance of systems, equipment and
devices funded under this agreement. Such practices shall be operated and maintained for the expected
lifespan of the specific measure and in accordance with commonly accepted design standards and
specifications. The recipient shall include a provision in every applicable sub -agreement (subaward or
contract) awarded under this grant requiring that the management practices for the project be properly
operated and maintained. Likewise, the sub -agreement will assure that similar provisions are included in
any sub -agreements that are awarded by the sub -recipient.
3. Equipment Use and Management
Equipment is defined as tangible personal property having a useful life of more than one year and a per -
unit acquisition cost which equals or exceeds the lesser of the capitalization level established by the non -
Federal entity for financial statement purposes (see Capital assets at 2 CFR 200.1 Definitions), or the
amount specified in Equipment at 2 CFR 200.1. Under 2 CFR 200.313, if the CPRG grant recipient
purchases equipment with CPRG federally -awarded funds, title to the equipment vests in the grant
recipient and there will be no ongoing requirements for the grant recipient for the purchased equipment
after the end of the grant period.
These conditions must be met by the grant recipient for equipment use and management during the
grant period:
a. Use the equipment for the authorized purposes of the project during the period of performance
or until the property is no longer needed for the purposes of the project.
5E - 02F75801 - 0 Page 31
b. Not encumber the property without approval of the Federal awarding agency or pass -through
entity.
c. Use and dispose of the property as described below. Equipment use and management
instructions are applicable to assistance agreement recipients and subrecipients acquiring
equipment under this award. Per 2 CFR 200.313(b), state agencies may use and manage
equipment acquired through a Federal award by the state in accordance with state laws and
procedures. Per 2 CFR 200.313(b), Indian Tribes must use, manage, and dispose of equipment
acquired under a Federal award in accordance with tribal laws and procedures.
Recipient agrees that at the end of the project period the recipient will continue to use the equipment
purchased under this assistance agreement in the project or program for which it was acquired as long
as needed, whether or not the project or program continues to be supported by the Federal award. After
the end of the grant period, equipment purchased under this award that is no longer needed, may be
retained, sold, or otherwise disposed of with no further obligation to the Federal awarding agency.
Consistent with 2 CFR 200.313, unless instructed otherwise, a grant recipient may keep the equipment
and continue to use it on the project originally funded through this assistance agreement or on other
federally funded projects whether or not the project or program continues to be supported by Federal
funds. When acquiring replacement equipment, the non -Federal entity may use the equipment to be
replaced as a trade-in or sell the property and use the proceeds to offset the cost of the replacement
property.
Subrecipients are subject to the same federal requirements as the grant recipient (also known as the
"pass -through entity") and they must comply with applicable subaward provisions of 2 CFR Part 200, the
EPA Subaward Policy, and the EPA's General Term and Condition for Subawards.
Under 2 CFR 200.313, if the CPRG grant recipient purchases equipment with CPRG federally -awarded
funds, title to the equipment vests with the grant recipient and there will be no ongoing requirements for
the grant recipient for the purchased equipment after the end of the grant period.
In this case, equipment includes systems, equipment and devices.
K. Quality Assurance
Authority: Quality Assurance applies to all assistance agreements involving environmental information as
defined in 2 C.F.R. § 1500.12 Quality Assurance.
The recipient shall ensure that subawards involving environmental information issued under this
agreement include appropriate quality requirements for the
work. The recipient shall ensure sub -award recipients develop and implement a Quality Assurance (QA)
planning document in accordance with this term and condition; and/or ensure sub -award recipients
implement all applicable approved QA planning documents.
1. Quality Management Plan (QMP)
a. Prior to beginning environmental information operations, the recipient must:
i. Submit a previously EPA -approved and current QMP,
5E - 02F75801 - 0 Page 32
ii. The EPA Quality Assurance Manager or designee (hereafter referred to as QAM) will notify the
recipient and EPA Project Officer (PO) in writing if the QMP is acceptable for this agreement.
b. The recipient must submit the QMP within 90 days after grant award, and/or no more than 180 days
after grant award.
c. The recipient must review their approved QMP at least annually. These documented reviews shall be
made available to the sponsoring EPA organization if requested. When necessary, the recipient shall
revise its QMP to incorporate minor changes and notify the EPA PO and QAM of the changes. If
significant changes have been made to the Quality Program that affect the performance of environmental
information operations, it may be necessary to re -submit the entire QMP for re -approval. In general, a
copy of any QMP revision(s) made during the year should be submitted to the EPA PO and QAM in
writing when such changes occur. Conditions requiring the revision and resubmittal of an approved QMP
can be found in section 6 of EPA's Quality Management Plan (QMP) Standard.
2. Quality Assurance Project Plan (QAPP)
a. Prior to beginning environmental information operations, the recipient must:
i. Develop a QAPP,
ii. Prepare QAPP in accordance with the current version of EPA's Quality Assurance Project Plan
(QAPP) Standard,
iii. Submit the document for EPA review, and
iv. Obtain EPA Quality Assurance Manager or designee (hereafter referred to as QAM) approval.
For Reference:
• Quality Management Plan (QMP) Standard and EPA's Quality Assurance Project Plan (QAPP)
Standard; contain quality specifications for EPA and non -EPA organizations and definitions applicable to
these terms and conditions.
• EPA QA/G-5: Guidance for Quality Assurance Project Plans.
• EPA's Quality Program website has a list of QA managers, and Specifications for EPA and Non -EPA
Organizations.
• The Office of Grants and Debarment Implementation of Quality Assurance Requirements for
Organizations Receiving EPA Financial Assistance.
L. Retention / Required Documentation
In accordance with 2 CFR 200.334, the recipient must retain all Federal award records, including but not
limited to, financial records, supporting documents, and statistical records for at least three years from
the date of submission of the final financial report. The records must be retained until all litigation, claims,
or audit findings have been resolved and final action has been taken if any litigation, claim, or audit is
started before the expiration of the three-year period. Examples of the required records include: (1) time
5E - 02F75801 - 0 Page 33
and attendance records and supporting documentation; and (2) documentation of compliance with
statutes and regulations that apply to the project.
In accordance with 2 CFR 200.337, the EPA, the Inspector General, the Comptroller General, and the
pass -through entity, or any of their authorized representatives, have the right of access to any
documents, papers or records of the recipient which are pertinent to the grant award. The rights of
access are not limited to the required retention period, but last as long as the records are retained.
If the demonstration projects or activities, device and/or the device components are to be sold, the
recipient must comply with the program income requirements (see the Program Income section below).
M. Program Audit
The EPA will conduct random reviews of recipients to protect against waste, fraud, and abuse. As part of
this process, the EPA, or its authorized representatives may request documentation from current
recipients to verify statements made on the application and reporting documents. Recipients may be
selected for advanced monitoring, including a potential site visit to confirm project details. The EPA, or its
authorized representatives, may also conduct site visits to confirm documentation is on hand and that the
project is completed as agreed upon, as well as confirm applicable infrastructure adheres to Build
America, Buy America (BABA) requirements. Recipients are expected to comply with site visit requests
and recordkeeping requirements and must supply the EPA with any requested documents for three years
from the date of submission of the final expenditure report, or risk cancellation of an active grant
application or other enforcement action.
N. Use of Submitted Information
Applications and reporting materials submitted under this competition may be released in part or in whole
in response to a Freedom of Information Act (FOIA) request. The EPA recommends that applications and
reporting materials not include trade secrets or commercial or financial information that is confidential or
privileged, or sensitive information that, if disclosed, would invade another individual's personal privacy
(e.g., an individual's salary, personal email addresses, etc.). However, if such information is included, it
will be treated in accordance with 40 CFR 2.203. (Review EPA clause IV.a, Confidential Business
Information, under EPA Solicitation Clauses (https://www.epa.gov/grants/epa-solicitation-clauses)).
The EPA may make publicly available on the EPA's website or another public website copies or portions
of CPRG grant project information.
The EPA reserves a royalty -free, nonexclusive and irrevocable right to reproduce, publish, or otherwise
use, and to authorize others to use, for federal purposes, submitted project photos, including use in
program materials.
O. Program Income
In accordance with 2 CFR Part 200.307(b) and 2 CFR 1500.8(b), the recipient is hereby authorized to
retain program income earned during the project period.
The program income shall be used in one of the following ways:
1. Added to funds committed to the project by the EPA and used for the purposes and under the
5E - 02F75801 - 0 Page 34
conditions of the assistance agreement.
The recipient must provide a description of how program income is being used in each of its performance
reports. Further, a report on the amount of program income earned during the award period must be
submitted with the Federal Financial Report, Standard Form 425.
In accordance with 2 CFR 200.307(b) costs incidental to the generation of program income may be
deducted from gross income to determine program income, provided these costs have not been charged
to the EPA award. The recipient must retain adequate accounting records to document that any costs
deducted from program income comply with regulatory requirements.
P. Participant Support Costs
Participant support costs include rebates, subsidies, stipends, or other payments to program
beneficiaries. Participant support costs are not subawards as defined by 2 CFR §200.1 and should not
be treated as such. Program beneficiaries may be individual owner/operators or private or public fleet
owners, however program beneficiaries cannot be employees, contractors or subrecipients of the grant
recipient. The recipient may provide financial assistance and project -deployment technical assistance to
enable low-income and disadvantaged communities to deploy and benefit from eligible zero emissions
technologies in the form of participant support costs.
The recipient agrees to the following eligibility, restrictions, timelines, and other programmatic
requirements on participant support costs:
1. Participant support costs must be reasonable, incurred within the project period and otherwise
allocable to the EPA assistance agreement. Participant support costs for rebates must be supported by
guidelines issued by the recipient and approved by the EPA's Award Official or Grants Management
Officer, defining the rules, restrictions, timelines, programmatic requirements, reporting and transaction
documentation requirements, eligibility, and funding levels that rebate beneficiaries must follow.
2. Recipient must abide by EPA Participant Support Cost regulation(s) and guidelines including but not
limited to "Interim EPA Guidance on Participant Support Costs" (https://www.epa.gov/grants/rain-2018-
"The EPA Guidance on Participant Support Costs" specifies requirements for rebate program
approval by Authorized EPA Officials.
3. Recipient must enter into a written agreement with the program beneficiary that receives participant
support costs. Such agreement should not be structured as a subaward agreement, and the
administrative grant regulations under 2 CFR Part 200 and 2 CFR Part 1500, as well as the EPA's
general terms and conditions do not flow down to program beneficiaries receiving participant support
costs. Such written agreement is also required if a subrecipient or contractor intends to issue participant
support costs to a program beneficiary. The written agreement must:
a. describe the activities that will be supported by rebates, stipends, subsidies or other payments;
b. specify the amount of the rebate, subsidy, stipend, or other payment;
c. identify which party will have title to equipment (if any) purchased with a rebate or subsidy or
other payment;
5E - 02F75801 - 0 Page 35
d. specify any reporting required by the program beneficiary and the length of time for such
reporting;
e. establish source documentation requirements (e.g., invoices) for accounting records; and
f. describe purchasing controls to ensure that the amount of the participant support cost is
determined in a commercially reasonable manner as required by 2 CFR 200.404.
4. Recipient must obtain prior written approval from the EPA's Award Official if recipient wants to transfer
funds budgeted for participant support costs to other budget categories. If the recipient's request would
result in undermining the integrity of the competition this grant or cooperative agreement was awarded
under, the EPA will not approve the request.
Rebates, subsidies, and similar one-time, lump -sum payments to program beneficiaries for the purchase
of eligible emissions control technologies and vehicle replacements are eligible participant support costs
under this award when the program participant rather than the recipient owns the equipment, per 2 CFR
1500.1(a)(1). Engine replacements, marine and locomotive shorepower projects, and most electrified
parking space technology projects are not eligible as participant support costs. Rebates can only fund a
participating fleet owner's equipment purchase and installation costs (i.e. parts and labor, including costs
incurred to scrap the existing vehicle); if a participating fleet owner requires funding for project
administration, travel, extensive design/engineering, construction, etc., in order to carry out the project a
subaward is the more appropriate option. Questions regarding the use of rebates under this award
should be directed to the EPA Project Officer. Rebates are not considered su bawards/su bg rants as
defined in 2 CFR Part 200 and should not be treated as such under this award.
Q. Real Property
In accordance with 2 CFR 200.311, title to real property acquired or improved under this agreement will
vest upon acquisition in the recipient. This property must be used for the originally authorized purpose as
long as needed for that purpose, during which time the recipient must not dispose of or encumber its title
or other interests.
1. Disposition
When real property is no longer needed for the originally authorized purpose, the recipient must obtain
disposition instructions from the EPA. The instructions will provide for one of the following alternatives:
a. Retain title after compensating the EPA. The amount paid to the EPA will be calculated by multiplying
the percentage of EPA's contribution towards the original purchase (and costs of any improvements) by
the current fair market value of the property. However, in those situations where recipient is disposing of
real property acquired or improved with a Federal award and acquiring replacement real property under
the same Federal award, the net proceeds from the disposition may be used as an offset to the cost of
the replacement property.
b. Sell the property and compensate the EPA. The amount paid to the EPA will be calculated by
multiplying the percentage of EPA's contribution towards the original purchase (and cost of any
improvements) by the proceeds of the sale after deducting any actual and reasonable expenses paid to
sell or fix up the property for sale. When the Federal award has not been closed out, the net proceeds
from the sale may be offset against the original cost of the property. When directed to sell the property,
5E - 02F75801 - 0 Page 36
the recipient must sell the property utilizing procedures that provide for competition to the extent
practicable and that result in the highest possible return.
c. Transfer title to the EPA or a third party designated/approved by the EPA. The recipient is entitled to
be paid an amount calculated by multiplying the percentage of the recipient's contribution towards the
original purchase of the real property (and cost of any improvements) by the current fair market value of
the property.
2. Recordation
As authorized by 2 CFR 200.316, the EPA requires that recipients who use EPA funding to purchase real
property or to improve real property through an EPA funded construction project record a lien or similar
notice in the real property records for the jurisdiction in which the real property is located which indicates
that the real property has been acquired or improved with federal funding and that use and disposition
conditions apply to the real property.
R. Signage Requirements
1. Investing in America Emblem
The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this
award displaying the official Investing in America emblem and must identify the project as a "project
funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at
construction sites in an easily visible location that can be directly linked to the work taking place and
must be maintained in good condition throughout the construction period.
The recipient will ensure compliance with the guidelines and design specifications provided by the EPA
for using the official Investing in America emblem available at: https://www.epa.gov/invest/investing-
america-signage
2. Procuring Signs
Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged
to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable
cost under this assistance agreement provided that the costs associated with signage are reasonable.
Additionally, to increase public awareness of projects serving communities where English is not the
predominant language, recipients are encouraged to translate the language on signs (excluding the
official Investing in America emblem or the EPA logo or seal) into the appropriate non-English language
(s). The costs of such translation are allowable, provided the costs are reasonable.
S. Use of Logos
If the EPA logo is appearing along with logos from other participating entities on websites, outreach
materials, or reports, it must not be prominently displayed to imply that any of the recipient or
subrecipient's activities are being conducted by the EPA. Instead, the EPA logo should be accompanied
with a statement indicating that the Metroplan received financial support from the EPA under an
Assistance Agreement. More information is available at: https://www.epa.gov/stylebook/using-epa-seal-
and-logo#policy
5E - 02F75801 - 0 Page 37
T. Public or Media Events
The EPA encourages the recipient to notify the EPA Project Officer listed in this award document of
public or media events publicizing the accomplishment of significant events related to construction
projects as a result of this agreement and provide the opportunity for attendance and participation by
federal representatives with at least ten (10) working days' notice.
U. National Programmatic Term and Condition for Fellowship, Internship Programs and Similar Programs
Supported by EPA Financial Assistance
1. EPA funds for this program may only be used for participant support cost payments, scholarships,
tuition remission and other forms of student aid for citizens of the United States, its territories, or
possessions, or for individuals lawfully admitted to the United States for permanent residence.
2. The recipient and program participants are responsible for taxes, if any, on payments made to or on
behalf of individuals participating in this program that are allowable as participant support costs under 2
CFR 200.1 or 2 CFR 200.456 and scholarships and other forms of student aid such as tuition remission
under 2 CFR 200.466. The EPA encourages recipients and program participants to consult their tax
advisers, the U.S. Internal Revenue Service, or state and local tax authorities regarding the taxability of
stipends, tuition remission and other payments. However, the EPA does not provide advice on tax issues
relating to these payments.
3. Participant support cost payments, scholarships, and other forms of student aid such as tuition
remission are lower tiered covered Nonprocurement transactions for the purposes of 2 CFR 180.300 and
the EPA's Suspension and Debarment Term and Condition. Recipients, therefore, may not make
participant support cost payments to individuals who are excluded from participation in
Federal Nonprocurement programs under 2 CFR Part 180. Recipients are responsible for checking the
eligibility of program participants in the System for Award Management (SAM) or obtaining eligibility
certifications from the program participants.
See EPA Guidance on Participant Support Costs: https://www.epa.gov/sites/default/files/2020-
11 /documents/epa-guidance-on-participant-support-costs.pdf.
V. Competency of Organizations Generating Environmental Measurement Data
In accordance with Agency Policy Directive Number FEM-2012-02, Policy to Assure the Competency of
Organizations Generating Environmental Measurement Data under Agency -Funded Assistance
Agreements.
Recipient agrees, by entering into this agreement, that it has demonstrated competency prior to award,
or alternatively, where a pre -award demonstration of competency is not practicable, Recipient agrees to
demonstrate competency prior to carrying out any activities under the award involving the generation or
use of environmental data. Recipient shall maintain competency for the duration of the project period of
this agreement and this will be documented during the annual reporting process. A copy of the Policy is
available online at https://www.epa.gov/sites/production/files/2015-03/documents/competency-policy-
aaia-new.pdf or a copy may also be requested by contacting the EPA Project Officer for this award.
W. Health and Safety Plan
5E - 02F75801 - 0 Page 38
Before beginning field work, the recipient must have a health and safety plan in place providing for the
protection of on -site personnel and area residents, unless specifically waived by the award official. This
plan need not be submitted to the EPA but must be made available to the EPA upon request. The
recipient's health and safety plan must comply with Occupational Safety and Health Administration
(OSHA) 29 CFR 1910.120, entitled "Hazardous Waste Operations and Emergency Response."
X. Foreign Entity of Concern
The recipient agrees to not directly transfer EPA funds through a subaward, contract, or participant
support costs to a foreign entity of concern (FEOC). The EPA considers FEOCs to include foreign
entities that are owned by, controlled by, or subject to the jurisdiction or direction of a government of a
foreign country that is a covered nation as defined by Congress in Section 40207 of the Infrastructure
Investment and Jobs Act. The EPA uses the proposed interpretive rule from the U.S. Department of
Energy (DOE) to provide additional guidance in determining FEOCs. See 88 Fed. Reg. 84,082 (Dec. 4,
2023). If DOE finalizes an interpretive rule that differs in material respects from the proposal, the EPA
may amend the award agreement accordingly.
Additionally, the recipient agrees to develop and implement internal controls that ensure EPA funds are
not directly transferred to FEOCs, including through subawards, contractors, and participant support
costs.
Y. Historic Preservation
National Historic Preservation Act (NHPA)
Section 106 of the NHPA requires all federal agencies to consider the effects of their undertakings,
including the act of awarding a grant or cooperative agreement, on historic properties, and to provide the
Advisory Council on Historic Preservation (ACHP) a reasonable opportunity to comment on such
undertakings. The recipient must assist the EPA Project Officer in complying with NHPA if any activities
funded under this grant impact a historic property. Historic properties include: (a) land or buildings listed
in or eligible for listing on the National Register of Historic Places; (b) archaeologically sensitive areas or
in an area where traditional cultural properties are located; and (c) properties that are associated with
significant historic events, are associated with significant people, embody distinctive characteristics, and
contain important precontact information.
The recipient should work with their Project Officer to ensure that subrecipients are available to work with
EPA on any required consultation process with the State or Tribal Historic Preservation Office prior to
commencing the project to ensure compliance with Section 106 of the NHPA.
If NHPA compliance is required, necessary Section 106 consultation activities, such as historic or
architectural surveys, structural engineering analysis of buildings, public meetings, and archival
photographs, can be considered allowable and allocable grant costs.
Archeological and Historic Preservation Act (AHPA)
This law applies if archeologically significant artifacts or similar items are discovered after an EPA -funded
construction project has begun, and compliance may be coordinated with the NHPA, discussed above.
The AHPA requires federal agencies to identify relics, specimens, and other forms of scientific,
prehistorical, historical, or archaeologic data that may be lost during the construction of federally-
5E - 02F75801 - 0 Page 39
sponsored projects to ensure that these resources are not inadvertently transferred, sold, demolished or
substantially altered, or allowed to deteriorate significantly. The recipient must ensure that subrecipients
performing construction projects are aware of this requirement, and the recipient must notify EPA if the
AHPA is triggered.
Z. Other Federal Requirements
In addition to the statutes outlined in the Labor and Equitable Workforce Programmatic Term and
Condition, Build America, Buy America Programmatic Act Term and Condition, Historic Preservation
Programmatic Term and Condition, the recipient must comply with all federal cross -cutting requirements.
These requirements include, but are not limited to:
• Endangered Species Act, as specified in 50 CFR Part 402: Non -Federal entities must identify
any impact or activities that may involve a threatened or endangered species. Federal agencies
have the responsibility to ensure that no adverse effects to a protected species or habitat occur
from actions under Federal assistance awards and conduct the reviews required under the
Endangered Species Act, as applicable.
• Federal Funding Accountability and Transparency Act: Recipients of financial assistance
awards must comply with the requirements outlined in 2 CFR Part 170, Reporting Subaward and
Executive Compensation and in the General Term and Condition "Reporting Subawards and
Executive Compensation."
• Farmland Protection Policy Act: This statute requires EPA to use criteria developed by the
Natural Resources Conservation Service (NRCS) to identify the potential adverse effects of
Federal programs on farmland and its conversion to nonagricultural uses, to mitigate these
effects, and to ensure that programs are carried out in a manner that is compatible with the
farmland preservation policies of state and local governments, and private organizations.
Recipients may need to work with EPA or NRCS, as appropriate, to ensure compliance.
• Coastal Zone Management Act: Projects funded under federal financial assistance agreements
must be consistent with a coastal State's approved management program for the coastal zone.
For additional information on cross -cutting requirements visit https://www.epa.gov/grants/epa-subaward-
cross-cutter-requirements.
CITY OF SELECTION C
FAYETTEVILLE -VOTING
19 ING RESULTS
aKSAS
Selection Description: RFQ 25-01, Selection 4 - White
River Trail River Commons Design
Selection Committee Date/Time: 1/15/2025 at 2:00 PM via Zoom
Firms are listed in alphabetical order
Overall RANK
1
Crafton Tull & Associates,
2
3
Inc.
Halff Associates
OLSSON
1st
2nd
3rd
1st ranked firm:
OVERALL RANK SUMMARY SCORING
2nd ranked firm:
Cfak-bnTit [ gssocia-�
1nr.
3rd ranked firm:
rs )
Tallied by:
Amanda Beilfuss,
rocure Director
c
Date: �
,j ,i/t ,
Keny F tch, Sr.
Procurement Agent
— °`�
Date: