HomeMy WebLinkAbout138-92 RESOLUTION•
•
•
RESOLUTION NO. 138-92
A RESOLUTION EXPRESSING THE WILLINGNESS OF THE
CITY OF FAYETTEVILLE, ARKANSAS TO MATCH
FEDERAL -AID BRIDGE REPLACEMENT AND
REHABILITATION MONIES FOR THE BRIDGE ON DOUBLE
SPRINGS ROAD OVER OWL CREEK.
WHEREAS, the City of Fayetteville understands Federal -Aid
Bridge Replacement and Rehabilitation funds are available for
replacement or rehabilitation of eligible structures; and
WHEREAS, the City has determined that the top priority bridge
is on Double Springs Road over Owl Creek; and
WHEREAS, the City understands that their matching portion of
this project will be 20% of the total cost, and should the escrowed
City matching funds be inadequate to cover the City's obligation,
the Department may cause this deficiency to be withheld from the
allotment of gasoline tax returnable to the City;
NON THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE
CITY OF FAYETTEVILLE, ARKANSAS:
Section 1. That the City of Fayetteville will participate
in accordance with its designated responsibility in this project.
Section 2. The Mayor and City Clerk are hereby authorized
and directed to execute all appropriate agreements and contracts
necessary to expedite the construction of this bridge improvements
on city streets. A copy of the agreement is attached hereto and
made a part hereof.
Section 3. The City of Fayetteville pledges its full
support and hereby authorizes the Arkansas State Highway and
Transportation Department to initiate action to construct this
project.
PASSED AND APPROVED this 15th day of September , 1992.
ATTEST:
By: ✓/,.
City CiArk
APPROVED: lf/
By: •�lf�!' 4'jr e
Mayor
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF a Ae-s.2 .(-t , ARKANSAS
AND
THE ARKANSAS STATE HIGHWAY AND
TRANSPORTATION DEPARTMENT
In Cooperation with the
U.S. Department of Transportation
Federal Highway Administration
RELATIVE TO
The improvement and maintenance of City Streets eligible for
Federal Aid funds.
WHEREAS, the Intermodal Surface Transportation Efficiency Act of
1991 provides 80% Federal -Aid funds to be matched with 20% local -
funds for improvements on certain City Streets, and
WHEREAS, the City has expressed its desire to use Federal -Aid funds
for an eligible project and to provide necessary matching for such
funds, and
WHEREAS, the City understands that the Department will adhere to
the General Requirements for recipients and subrecipients concern-
ing minority business enterprises as stated on the attachment,
IT IS HEREBY AGREED that the City of -Aw� J , 4 K- , and
the Arkansas State Highway and Transport tion Department, in coopera-
tion with the Federal Highway Administration, will participate in a
cooperative program for implementation, and
HEREBY, accept the responsibilities and assigned duties as described
hereafter.
THE CITY WILL:
1. Be responsible for satisfactory maintenance and operation
of all improvements on that portion of the project not on
the Arkansas Highway System and all traffic signals on the
Arkansas Highway System. Failure to adequately maintain and
operate the facility in accordance with Federal -Aid require-
ments will result in withholding future Federal -Aid highway
funds.
2. Be responsible for 20% of the total project cost, which
will include preliminary engineering services, construction
engineering services, appraisal and acquisition of right-of-
way, relocation services (when required), adjustment of all
man-made improvements, including utilities, for projects
not on the Arkansas Highway System.
•
3. Be responsible for 100% of all preliminary engineering, right
-of-way, and other costs incurred should the City not enter
into the construction phase of the project.
4. Be responsible for any and all preliminary engineering
costs by consultant.
5. Be responsible for any and all expenditures which may be
declared non -participating including any such awards by
the State Claims Commission or Board of Arbitration.
6. Submit a letter to the Right -of -Way Division of the Arkansas
State Highway and Transportation Department stipulating the
services relative to right-of-way acquisition, appraisal,
relocation, and utilities that the City will assume or re-
quest that the Arkansas State Highway and Transportation
Department handle some or all of these services.
7 Transmit to the Arkansas State Highway and Transportation
Department a copy of the Resolution from the City Council
or Board of Directors which requests a project and authorizes
the Mayor or City Manager to execute contracts with the
Arkansas State Highway and Transportation Department for
projects on city streets.
8 Submit to the Arkansas State Highway and Transportation
Department 5%, if applicable, of the estimated total project
cost before preliminary engineering begins.
9. Submit to the Department the local matching share, when
applicable, of the total estimated cost before the project
is advertised for receipt of bids.
10. Make no alterations to the improvements constructed with
Federal -Aid funds without first consulting with the Arkan-
sas State Highway and Transportation Department.
11. Maintain or adopt regulations and ordinances as necessary
for proper operation of the improvements.
12. Be responsible for the necessary enforcement of operations
as required by improvements on the Arkansas State Highway
System and the City Streets.
13. Hereby attest that the employment policies and practices
with regard to its employees, any part of whose compensa-
tion is reimbursed from Federal funds, will be without
regard to race, color, creed, or national origin.
THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT WILL'
1. Be responsible for administering Federal -Aid funds and for
project constructicn supervision.
2. Develop the necessary plans and specifications for all
projects.
3. When requested, provide the necessary services relative to
right-of-way acquisition, appraisal, relocation, and utility
adjustments and will be reimbursed for costs involved in
performing these services.
IT IS FURTHER AGREED that should the City fail to fulfill its
responsibilities and assigned duties as related in this Agreement,
such failure will disqualify the City from receiving future
Federal -Aid highway funds.
IN WITNESS WHEREOF, the parties thereto have executed this Agreement
this /ix( day of 4a.w , 19912-.
ARKANSAS STATE HIGHWAY
AND TRANSPORTATION DEPARTMENT
CITY OF.c ,,, e„„(.&, 41,e.
1may/J.
vT
Director of Highways ayor
and Transportation
•
•
GENERAL REQUIREMENTS
FOR
RECIPIENTS AND SUBRECIPIENTS
CONCERNING MINORITY BUSINESS ENTERPRISES
It is the policy of the Department of Transportation that minority
business enterprises as defined in 49 CFR Part 23 shall have the
maximum opportunity to participate in the performance of contracts
financed in whole or in part with Federal funds under this agree-
ment. Consequently the MBE requirements of 49 CFR Part 23 apply to
this agreement.
The receipient or its contractor agrees to ensure that minority
business enterprises as defined in 49 CFR Part 23 have the maximum
opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provid-
ed under this agreement. In this regard all recipients or contrac-
tors shall take all necessary and reasonable steps in accordance
with 49 CFR Part 23 to ensure that minority business enterprises
have the maximum opportunity to compete for and perform contracts.
Recipients and their contractors shall not discriminate on the basis
of race, color, national origin, or sex in the award and performance
of DOT -assisted contracts.
If as a condition of assistance the recipient has submitted and the
Department has approved a minority business enterprise affirmative
action program which the recipient agrees to carry out, this program
is incorporated into this financial assistance agreement by refer-
ence. This program shall be treated as a legal obligation and
failure to carry out its terms shall be treated as a violation of
this financial assistance agreement. Upon notification to the
recipient of its failure to carry out the approved program the
Department shall impose such sanctions as noted in 49 CFR Part 23,
Subpart E, which sanctions nay include termination of the Agrement
or other measures that may affect the ability of the recipient to
obtain future DOT financial assistance.
The recipient shall advise each subrecipient, contractor or subcon-
tractor that failure to carry out the requirements set forth in
Subsection 23.43(a) shall constitute a breach of contract and after
the notification of the Department, may result in termination of the
agreement or contract by the recipient or such remedy as the recipi-
ent deems appropriate.
(NOTE: Where appropriate, the term "recipient" may be modified to
mean "sub -recipient," and the term "contractor" modified to include
"subcontractor".)
CITY OF FAYETTEVILLE 5 YEAR CAPITAL IMPROVEMENTS PROGRAM
DEPT/DIVISION:
P/W Street
PROGRAM DETAIL
FUND:
Sales Tax
PROJECT CATEGORY:
Street Construction
FUND
PRIORITY
27
COSTS
TOTAL
1992-1996
PROJECT TITLE
Double Springs
Road Bridge
TOTAL PROJECT COST
$40,000 *
ANNUAL
OPERATING COST
RECOMMENDED AND SCHEDULED FOR FIVE-YEAR PERIOD
1992
1993
1994
1995
1996
1997 & BEYOND
$40,000 *
40,000
PROJECT DESCRIPTION &
JUSTIFICATION:
Construction of replacement
bridge over Owl Creek.
Eligible for the Federal
Bridge Program, 80/20 cost
ratio. City share estimated
at $40,000.
PROTECT STATUS & COMMENTS:
Contingency item.
Project viability and
schedule is contingent upon
inclusion in the aid program
Continuation of 1991 CIP
project - "Double Springs
Rd. bridge at Owl Creek".
warn ICONIC"
ea—TO LAU
WE—TON
111.1111.
i
*u
1
a
a
•
PROJECT TYPE
Replacement _x Expansion _ New
ST - Sales Tax Pay -As -You -Go Funding OF - Operating Fund
BI - Capital Improvement Bond Issue PP - Potential Project
3.04