Loading...
HomeMy WebLinkAbout131-11 RESOLUTIONRESOLUTION NO. 131-11 A RESOLUTION AUTHORIZING ACCEPTANCE OF A FEDERAL -AID TRANSPORTATION ENHANCEMENT PROGRAM GRANT THROUGH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT 1N THE AMOUNT OF $270,000.00 FOR THE CONSTRUCTION OF TOWN BRANCH TRAIL, AND APPROVING A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville understands Federal -aid Surface Transportation Enhancement funds are available at eighty percent (80%) federal participation and twenty percent (20%) local cash match for the Town Branch Trail construction project; 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 authorizes acceptance of a Federal -aid Transportation Enhancement Program Grant through the Arkansas State Highway and Transportation Department in the amount of $270,000.00 for the construction of Town Branch Trail, and will participate in accordance with its designated responsibility, including maintenance of the project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvement. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 2nd day of August, 2011. APPROVED: ATTEST: By: SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville, Arkansas Budget Adjustment Form V11.0425 Budget Year 2011 Division: Transportation Services Department: Transportation Services Request Date 8/2/2011 Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION The Arkansas Highway Commission approved the City's application for Federal -aid Transportation Enhancement Program funding in the amount of $270,000 for the Town Branch Trail project. This is an 80/20 matching reimbursement grant for a total project cost of $337,500. Divisio Hea B dget irector Departure �tdr • Q Date 7 Date p�.t�.7ott Date 11/-2.411 Financ Director 4, Date Chief a r Staff • Account Name Date D -to Prepared By: John Nelson jnelson Reference: Budget & Research Use Only Type: A B C �D) E General Ledger Date Posted to General Ledger Checked / Verified Initial Date Initial Date TOTAL BUDGET ADJUSTMENT 270,000 270,000 Account Number Engineering Contra Servs 4470.9470.5314.04 Easements Trails Trails 4470.9470.5810.00 4470.9470.5814.05 4470.9470.5814.05 Federal Grants -Capital 4470.0947.4309.00 Increase / (Decrease) Project.Sub Expense Revenue Number 33,750 02016 . 1102 20,000 02016 . 1102 283,750 02016. 1102 (67, 500) 02016. 1 270,000 02016. 1102 K:1Trails\ProjectslTown Branch Trail\Enhancement Funding\City Council\BAForm_V2011_Town Branch Trail.xls EXHIBIT 1 q � H 1 of 1 Matt Mihalevicho Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 8/2/2011 City Council Meeting Date Agenda Items Only Engineering Division Action Required: Development Services Department A resolution authorizing acceptance of a Federal -aid Transportation Enhancement Program grant through the Arkansas State Highway Commission in the amount of $270,000 for construction of the Town Branch Trail; and approving a budget adjustment to recognize the grant revenue. 337,500.00 Cost of this request 1,010,727.00 4470.9470.5814.05 $ Account Number Category / Project Budget Trail Development Program Category / Project Name 357,094.00 Trail Improvements 02016.1102 $ Project Number Funds Used to Date Program / Project Category Name 653,633.00 Sales Tax Construction Remaining Balance Fund Name Budgeted Item Budget Adjustment Attached X G irk• 0*i•uu Departmel ector Date Attomey Date �- 1V -lots Finance and Internal Services Director Date Previous Ordinance or Resolution # 140-10 Original Contract Date: Original Contract Number: Received in City Clerk's Office 07-15-1 1 A08 20 RCVD Comments: Revised January 15, 2009 a'F v'e:.e`ville THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS www.accessfayetteville.org CITY COUNCIL AGENDA MEMO To: Mayor and City Council Thru: Don Marr, Chief of Staff �( Jeremy Pate, Development Services DirectolU' Chris Brown, City Engineer C"% From: Matt Mihalevich, Trails Coordinator" Date: July 15, 2010 Subject: Resolution to utilize federal -aid enhancement funds PROPOSAL: Staff requests a resolution authorizing acceptance of a Federal -aid Transportation Enhancement Program grant through the Arkansas State Highway Commission in the amount of $270,000 for construction of the Town Branch Trail; and approving a budget adjustment to recognize the grant revenue. RECOMMENDATION: Town Branch Trail is shown on the Fayetteville Alternative Transportation and Trails Master plan as the primary east -west trail for the southern parts of Fayetteville. The proposed 2.8 mile trail will connect to existing trail at Razorback Road and extend east through Greathouse Park and the University of Arkansas Research and Technology Park with a connection to Walker Park and St. Paul Trail at City Lake Road. This project will provide a safe active transportation route for the numerous residents living in the area as well as the University of Arkansas Research and Technology Park. (See attached map) Town Branch Trail will become part of the 36 mile Razorback Regional Greenway. In August of 2010, resolution number 140-10 was approved staff to apply for the 80/20 matching Transportation Enhancement funds in the amount up to $500,000. On June 20, 2011, the City was awarded $270,000 for the Town Branch Trail project through the Transportation Enhancement Program. The Arkansas State Highway Commission has requested approval of the attached resolution to express the willingness to utilize the funds. The estimated cost for the entire 2.8 mile Town Branch Trail is 1.8 million; therefore, the project will need to be phased for construction. BUDGET IMPACT: The awarded funds of $270,000 represent 80% of the total budget of $337,500. The City will be responsible for 20% or $67,500 to be funded from the Trail Development Capital Improvement Program. RESOLUTION NO. A RESOLUTION AUTHORIZING ACCEPTANCE OF A FEDERAL -AID TRANSPORTATION ENHANCEMENT PROGRAM GRANT THROUGH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT IN THE AMOUNT OF $270,000.00 FOR THE CONSTRUCTION OF TOWN BRANCH TRAIL, AND APPROVING A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville understands Federal -aid Surface Transportation Enhancement funds are available at eighty percent (80%) federal participation and twenty percent (20%) local cash match for the Town Branch Trail construction project; 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 authorizes acceptance of a Federal -aid Transportation Enhancement Program Grant through the Arkansas State Highway and Transportation Department in the amount of $270,000.00 for the construction of Town Branch Trail, and will participate in accordance with its designated responsibility, including maintenance of the project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvement. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 2nd day of August, 2011. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer Proposed Town Branch Trail - Segment 1 Proposed Town Branch Trail - Segment 2 Proposed Town Branch Trail - Segment 3 Existing Muw-Use Trail Future Extension of Frisco Trail TOWN BRANCH TRAIL Total Length - 2.8 Miles Arkansas Transportation Enhancement Program R. MADISON MURPHY CHAIRMAN EL DORADO JOHN ED REGENOLD VICE CHAIRMAN ARMOR EL JOHN BURKHALTER, P.E LITTLE ROCK ARKANSAS STATE HIGHWAY COMMISSION P.O. Flux 2261 LITTI r ROCK, ARKANSAS 72203-2261 PIIONL (501) 569-2000 • Voici IFFY 711 • FAX (501) WWW.ARKANSASI IIC]!IWAYS.CUM June 20, 2011 The Honorable Lioneld Jordan Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 DICK TRAMMEL RDGERS THOMAS P SCHUECK LITTLE ROCK DAN FLOWERS DIRECTOR OF HIGHWAYS AND TRANSPORTATION 569-2400 RECEIVED JUN 21 2.011 Ci OF MAYORS OFFICE LE Dear Mayor Jordan: am pleased to inform you that the Arkansas High-way_Commission_has_Selected your application for Federal -aid Transportation Enhancement Program funding for the Fayetteville Town Branch Trail project. This project is approved for federal funding in the amount of $270,000. Although your second priority, Fayetteville Lafayette and Maple Street Railroad Overpass Rehabilitation project, was eligible for funding, this project was not selected due to the limited amount of federal funding available. We regret that all eligible projects could not be funded; however, this project may be resubmitted during the next application cycle for consideration. While your Fayetteville Town Branch Trail project is approved in concept, please be aware that there is a possibility that some items are not eligible for federal funding. In the near future, you will be contacted by our staff with additional information regarding the implementation of this project. c: Director Deputy Director and Chief Engineer Assistant Chief Engineer -Planning Programs and Contracts District 4 Sill leiy, l'7"ft-6( mmel Commissioner ARKANSAS STATE HIGHWAY AND RECEIVED TRANSPORTATION DEPARTMENT rJUL 5 2011 Dan Flowers Director Phone (501) 569-2000 Fax (501) 569-2400 The Honorable Lioneld Jordan Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 July 1, 2011 CiTY OF FAYETTEVI LLE MAYORS OFFICE P.0, Box 2261 Little Rock, Arkansas 72203-2261 W W W.ARKANS ASHIGH WAYS.COM Dear Mayor Jordan: Reference is made to Commissioner Trammel's recent letter approving your transportation enhancement project. At this point, a resolution from your City Council is required. The resolution should indicate support for the project and give you the authority to enter into necessary agreements with the Department (sample enclosed). A signed and sealed copy of the approved resolution should be forwarded to: Ms. Lorie Tudor Programs and Contracts Division Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Once we have received your resolution, we will schedule a meeting with you or your representative to discuss the project and applicable requirements. Please do not begin work on theproiect at this time. You will receive a formal notice to proceed after our meeting. No reimbursement will be made for any work done prior to the date of the notice to proceed. Sincerely, Scott E. Bennett Assistant Chief Engineer -Planning Enclosure c: Commissioner Dick Trammel Director Deputy Director and Chief Engineer Programs and Contracts RESOLUTION NO. A RESOLUTION EXPRESSING THE WILLINGNESS OF (Sponsor) TO UTILIZE FEDERAL -AID ENHANCEMENT FUNDS WHEREAS, (Sponsur's Governing Authority) Transportation Enhancement funds arc available at 80% federal pa ; c, ipati •. z nd 20% local cash match for the following project: understands Federal -aid Surface NOW, TFIEREFORE, BE IT RESOLV BY HE , THAT: will participate in accordance with its designat ,: espnnsibt .; including maintenance of this project. (Title of Sponsor's CEO/GAO) hereby authorize rec . to execute al] appropriate agreements and contracts necessary to expedite the construe ' the above stated improvement. or their designee is SECTION 1II: pledges its full (Spo❑sor'S Governing Auktiorily) support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. THIS RESOLUTION adopted this day of , 2011. ATTEST: (S LA L) (Sponsor's CLO (;Au) Matt Mihalevich Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements Mayor's Signature Only City Council Meeting Date Agenda Items Only Engineering Division Action Required: A 11-1-D Development Services Department Staff requests the Mayor's approval of the attached Agreement of Understanding between the City of Fayetteville and The Arkansas State Highway and Transportation Department (AHTD) for the implementation of Job 040603 to utilize $270,000 in federal -aid transportation enhancement funds for the construction of the Town Branch Trail from Greathouse Park to South School (71 B). NIA Cost of this request N/A Account Number N/A Project Number N/A Category / Project Budget N/A N/A Program Category / Project Name N/A Funds Used to Date Program / Project Category Name N/A N/A Remaining Balance Fund Name Budgeted Item X Budget Adjustment Attached Departmes I �t�orney 0-1/Ai Date /2— (Y /r Date Finance and Internal Services Director Date Chief of Sta" ' Date /0::&/ Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 140-10 131-11 8/3/2010 8/2/2011 Received in City 1-13-1 1 P05: 11 R CV D Clerk's Office Revised January 15, 2009 a'F e lev�le THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE ARKANSAS www.accessfayetteville.org MEMO To: Mayor Jordan Thru: Don Marr, Chief of Staff �p Jeremy Pate, Development Services Director Chris Brown, City Engineer From: Matt Mihalevich, Trails Coordinator Date: December 13, 2011 Subject: Agreement of Understanding — Transportation Enhancement Grant RECOMMENDATION: Staff requests the Mayor's approval of the attached Agreement of Understanding between the City of Fayetteville and The Arkansas State Highway and Transportation Department (AHTD) for the implementation of Job 040603 to utilize $270,000 in federal -aid transportation enhancement funds for the construction of the Town Branch Trail from Greathouse Park to South School (71B). PROPOSAL: Town Branch Trail is shown on the Fayetteville Alternative Transportation and Trails Master plan as the primary east - west trail for the southern parts of Fayetteville. The total length of the complete trail will be 2.8 miles and will connect to existing trail at Razorback Road and extend east through Greathouse Park and the University of Arkansas Research and Technology Park with a connection to Walker Park and St. Paul Trail at City Lake Road. The estimated cost for the entire 2.8 mile Town Branch Trail is 1.8 million; therefore, the project will need to be phased for construction. The 0.6 mile section of trail from Greathouse Park to South School (71B) has been selected for this funding due to the significant amount of University of Arkansas property along the corridor. (See attached map) This project will provide a safe active transportation route for the numerous residents living in the area as well as the University of Arkansas Research and Technology Park and the University has agreed to dedicate the necessary easements for the trail. Town Branch Trail will also become part of the 36 mile Razorback Regional Greenway. In August of 2010, resolution number 140-10 approved staff to apply for the 80/20 matching Transportation Enhancement funds and on June 20`h, 2011, the City was awarded $270,000 for the Town Branch Trail project. On August 2nd, 2011 the City Council approved resolution 131-11 to accept the transportation enhancement funds and authorized the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the Town Branch Trail project. BUDGET IMPACT: The awarded funds of $270,000 represent 80% of the total budget of $337,500. The Agreement of Understanding obligates the City for 20% or $67,500 and the total project cost is estimated at $712,000 so the City's total cost for the project is estimated to be $442,000 to be funded from the Trail Development Capital Improvement Program and a budget adjustment was processed with 131-11. RESOLUTION NO. 131-11 A RESOLUTION AUTHORIZING ACCEPTANCE OF A FEDERAL -AID TRANSPORTATION ENHANCEMENT PROGRAM GRANT THROUGH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT IN THE AMOUNT OF $270,000.00 FOR THE CONSTRUCTION OF TOWN BRANCH TRAIL, AND APPROVING A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville understands Federal -aid Surface Transportation Enhancement funds are available at eighty percent (80%) federal participation and twenty percent (20%) local cash match for the Town Branch Trail construction project; 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 authorizes acceptance of a Federal -aid Transportation Enhancement Program Grant through the Arkansas State Highway and Transportation Department in the amount of $270,000.00 for the construction of Town Branch Trail, and will participate in accordance with its designated responsibility, including maintenance of the project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvement. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 2°" day of August, 2011. APPROVED: ATTEST: unrrrfr. PI6 tit FAYETTEI ILLS ; ti;1° ) ( Sato° °.° ;,'G OIC C';; ''1tfl31;100.1 By: �1'� cv `�J�(Yalt SONDRA E. SMITH, City Clerk/Treasurer • RESOLUTION NO. 140-10 A RESOLUTION AUTHORIZING APPLICATION FOR AN ARKANSAS TRANSPORTATION ENHANCEMENT PROGRAM 80/20 MATCHING REIMBURSEMENT GRANT FOR AN AWARD OF UP TO $500,000.00 TO BE USED FOR CONSTRUCTION OF THE TOWN BRANCH TRAIL BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby authorizes application for consideration of an Arkansas Transportation Enhancement Program 80/20 matching reimbursement grant for an award of up to $500,000.00 to be used for construction of the Town Branch Trail. PASSED and APPROVED this 3`d day of August, 2010. APPROVED: ATTEST: By: 00414.6J e. a, SO DRA E. SMITH, City Clerk/Treasurer tttttt+� rr►►►►r • • ••• cr • FAYETTEVILLE: • 'ki/ •• •• •• 0 `�• � ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Scott E. Bennett Director Telephone (501) 569-2000 Voice/TTY 711 The Honorable Lioneld Jordan Mayor of Fayetteville 113 West Mountain Fayetteville, AR 72701 November 29, 2011 P.Q. Box 2261 Little Rock, Arkansas 72203-2261 Telefax (501) 569-2400 www.arkansashighways.com Re: Job 040603 • F.A.P. STPE-ENHN(469) Fayetteville Town Branch Trail (ATEP-11) (S) Washington County Dear Mayor Jordan: State and Federal project numbers have been assigned for the referenced transportation enhancement project. In order to proceed with project implementation, you and your City Attorney must sign the enclosed Agreement of Understanding. Once the Agreement is returned to the Department for signature by our Director, a copy of the executed Agreement will be returned to you. Please complete and return Attachment M with the Agreement. Also, please provide written notification of your full-time City employee designated to be in responsible charge of the project upon returning the Agreement of Understanding for execution. If you have any questions, please contact Trey Foster or Carlos Meredith at (501) 569-2261.. Sincerely, Enclosure c: Assistant Chief Engineer -Planning District 4 Job 040603 'C' File Matt Mihalevich, City of Fayetteville Kevin Thornton Engineer of Programs and Contracts Division AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE AND THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT In Cooperation with the U.S. Department of Transportation, Federal Highway Administration RELATIVE TO Implementation of Job 040603, Fayetteville Town Branch Trail (ATEP-11) (S), F.A.P. STPE-ENHN(469), (hereinafter called the "Project") as a Federal -aid Transportation Enhancement project. WHEREAS, the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU) includes Federal -aid Transportation Enhancement funding; and WHEREAS, the Arkansas State Highway Commission has made available $0% Federal -aid funds to be matched with 20% non-federal funds (cash match) for certain eligible transportation enhancement projects; and WHEREAS, the City of Fayetteville (hereinafter called "Sponsor") has expressed its desire to use Federal -aid funds for the eligible project and to provide necessary matching share for such funds; and WHEREAS, the Sponsor has transmitted to the Arkansas State Highway and Transportation Department (hereinafter called the "Department") a signed and sealed Resolution from the City Council authorizing the Mayor to execute agreements and contracts with the Department for the Project; and WHEREAS, funding participation will be as follows, subject to a limit of $270,000.00 maximum Federal -aid approved for the Project: Federal % Sponsor % Project Design: 0 100 Right-of-Way/Utilities: 80 20 Construction: 80 20 Construction Inspection: 0 100 Department Administrative Cost (1 % of Const. Amt.) 0 100 ; and WHEREAS, the Sponsor knows of no legal impediments to the completion of the Project; and WHEREAS, the Sponsor and the Department will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may set goals for DBE participation in the project ranging from 0% to 100% that are practical and related to the potential availability of DBEs in desired area of expertise; and WHEREAS, it is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions of any part of the agreement to make the public or any member thereof a third party beneficiary hereunder or to authorize anyone not a party to this agreement to maintain a suit or action for injuries or damage of any nature pursuant to the terms or provisions of this agreement. IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal Highway Administration (FHWA), will participate in a cooperative program for implementation of the Project and will accept the responsibilities and assigned duties as described hereinafter. THE SPONSOR WILL: 1. Notify the Department in writing who the Sponsor designates as its full-time employee to be in responsible charge of the day to day oversight of the Project. The duties and functions of this person are: • Oversee project activities, including those dealing with cost, time, adherence to contract requirements, construction quality and scope of Federal -aid projects; • Maintains familiarity of day to day project operations, including project safety issues; • Makes or participates in decisions about changed conditions or scope changes that require change orders and/or supplemental agreements; • During construction, visits and reviews the project on a daily basis; • Reviews financial processes, transactions and documentation to ensure that safeguards are in place to minimize fraud, waste, and abuse; • Directs project staff, Sponsor or consultant, to carry out project administration and contract oversight, including proper documentation; • Be aware of the qualifications, assignments and on-the-job performance of the Sponsor and consultant staff at all stages of the project. 2. Request review from the Arkansas Historic Preservation Program (AHPP) (Attachment B). Then, forward AHPP's approval to the Department. 3. Prepare plans, specifications, and a cost estimate for construction. A registered professional engineer or licensed architect must sign the plans and specifications for the Project_ 4. Before acquiring property, submit a letter to the Department's Right of Way Division which either (1) stipulates the services relative to right-of-way acquisition, appraisal, relocation, and utilities that the Sponsor will assume or (2) requests that the Department handle some or all of these services. Acquisition of property must be accomplished in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"). NOTE: Failure to notify the Department prior to initiating this phase of work may result in ail project expenditures being declared non -participating in federal funds. 5. Provide a copy of the registered deed or an appropriate certification stating the Sponsor's clear and unencumbered title to any right-of-way to be used for the Project (Attachment C). 6. Certify that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including Airport Clearance when necessary, for the type of work involved. (See Attachment D for items to be included in the bid proposal.) 7. Submit a certification letter (Attachment E), including all items noted, to the Department when requesting authority to advertise the Project for construction bids. 2 8. Advertise for bids in accordance with federal procedures as shown in Attachment F. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. 9. Forward a copy of all addenda to the Project during the advertisement to the Department. 10. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award of the Contract (Attachment G), including all items noted, to the Department and request concurrence in the award of the contract. 11. Prior to issuing the notice to proceed to the Contractor, hold a pre -construction meeting with the Contractor and invite the Department's Resident Engineer assigned to the Project 12. Perform construction inspection in accordance with Attachment H. 13. Make Payments to the contractor for work accomplished in accordance with the plans and specifications and then request reimbursement from the Department on the Construction Certification and Reimbursement Request form (CCRR) (Attachment I). 14. Attach LPA Report of Daily Worked Performed (Attachment J) with all CCRR submittals. 15. Maintain accounting records to adequately support reimbursement with Federal -aid funds and be responsible for the inspection, measurement and documentation of the pay items, and certification of all work in accordance with the plans and specifications for the Project and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 16. Prior to executing the work, submit change orders to the contract to the Department's Resident Engineer assigned to the Project for review and approval for program eligibility. 17. Upon completion of the Project, hold a final. acceptance meeting for the Project and submit the LPA Final Acceptance Report form certifying that the Project was accomplished in accordance with the plans and specifications (Attachment K). This form must be signed by the engineer/architect performing construction inspection on the Project, the Department's Resident Engineer assigned to the project, the Sponsor's full-time employee in responsible charge, and the Sponsor's CEO. 18. Indemnify and hold harmless the Arkansas State Highway Commission, the Department, its officers and employees from any and all claims, lawsuits, judgments, damages, costs, expenses, and losses, including those arising from claims before the Arkansas Claims Commission or lawsuits brought in any other legal forum, sustained on account of the operations or actions of the Sponsor, including any act of omission, neglect or misconduct of the Sponsor. Further, the Sponsor shall take no action to compromise the immunity from civil suits afforded the State of Arkansas, the State Highway Commission, Arkansas Code 19-10-305, or the 11th Amendment of the United State Constitution. This obligation of indemnification shall survive the termination or expiration of this Agreement. 19. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof. -3- 20. 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), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 21. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 -Retention and Access Requirements for Records (Attachment L). 22. Grant the right of access to the Sponsor's records pertinent to this Project and the right to audit by the Department and Federal Highway Administration officials. 23. Be responsible for its portion of the total project cost and 1% of the contract amount for Department administration. 24. Be responsible for 100% of all project costs incurred should the project not be completed as specified. 25. Be responsible for 100% of any and all expenditures which are declared non -participating in federal funds, including awards by the State Claims Commission. 26. Repay to the Department the federal share of the cost of any portion of this project if, for any reason, federal participation is removed due to actions or inactions of the Sponsor, its agents, its employees, or its assigns or the Sponsor's consultants or contractors or their agents. 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 Sponsor understands and agrees that the Department may cause necessary funds to be withheld from the Sponsor's motor fuel tax allotment should the Sponsor fail to pay to the Department any required funds, fail to complete the project as specified, or fail to adequately maintain or operate the project. 27. Submit to the Department a Single Audit in accordance with the Office of Management and Budget (OMB) Circular A-133 each fiscal year that the Sponsor expends more than $500,000 of Federal -aid from any federal source including, but not limited to, the U.S. Department of Transportation. The fiscal year used for the reporting is based on the Sponsor's fiscal year. The $500,000 threshold is subject to change after OMB periodic reviews. 28. Complete and transmit to the Department both pages of the Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (Attachment M). 29. Retain total, direct control over the project throughout the life of the improvements and not, without prior approval from the Department: • sell, transfer, or otherwise abandon any portion of the project; • change the intended use of the Project as approved; • make significant alterations to any improvements constructed with Federal -aid funds; or • cease maintenance or operation of the Project due to its obsolescence. -4- 30. Be responsible for satisfactory maintenance and operation of all improvements and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the Project in accordance with Federal -aid requirements may result in the Sponsor's repayment of federal funds and may result in withholding all future Federal -aid. 31. Promptly notify the Department if the Project is rendered unfit for continued use by natural disaster or other cause. THE DEPARTMENT WILL: 1. Maintain an administrative file for the Project and be responsible for administering Federal -aid funds. 2. Provide routine environmental documentation for the Project. 3. When requested, provide the necessary services relative to right-of-way acquisition, appraisal, relocation, and utility adjustments in accordance with the Uniform Act and be reimbursed for costs involved in performing these services. 4. Upon receipt of the Sponsor's certification of right-of-way (property) ownership, provide the appropriate documentation to the file. 5. Review the plans and specifications for project/program eligibility. 6. Ensure substantial compliance with federal contracting requirements through review of the bidding proposal for inclusion of required federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. 7. Advise the Sponsor when to proceed with advertisement of the Project for construction bids. 8. Review bid tabulations and concur in the award of the construction contract for the Project. 9. Participate in the Sponsor's preconstruction meeting. 10. Visually verify (insofar as is reasonably possible) that the work meets contract requirements before reimbursement is made to the Sponsor. 11. Review and approve any necessary change orders for project/program eligibility. 12. Participate in the Sponsor's final acceptance meeting. 13. Reimburse the Sponsor 80% (Federal -aid share) for eligible costs up to the maximum Federal -aid amount approved in the CCRR form (Attachment I). This reimbursement will be limited to the maximum Federal -aid amount approved for the Project. If the payment requested exceeds the Federal -aid available at the time, the difference will be reimbursed as additional Federal -aid for the Project becomes available. 14. Subject to the availability of Federal -aid allocated for the Project, pay the Sponsor the remaining amount due upon completion of the Project and submittal of the certified LPA Final Acceptance Report form (Attachment J). 5 IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the Sponsor from receiving all future Federal -aid funds administered by the Department. IT IS FURTHER AGREED that should the Sponsor fail to pay the Department any required funds due for implementation of the Project or fail to complete the Project as specified in this Agreement or fail to adequately maintain or operate the Project, the Department may cause funds as may be required to be withheld from the Sponsor's Motor Fuel Tax allotment. IN WITNESS WHEREOF, the parties thereto have executed this Agreement on this Oday of € QJ UU , 2011. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT V-4cott E. Bennett Director of Highways and Transportation OV, Q CITY OF FAYETTEVILLE C meld Jordan r of Fayetteville City ttorney IC:t- . `V i. tt 1%0„tS Printed Name (Must Be Legible) ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT NOTICE OF NONDISCRIMINATION The Arkansas State Highway and Transportation (Department) complies with all civil rights provisions of federal statutes and related authorities that prohibited discrimination in programs and activities receiving federal financial assistance. Therefore, the Department does not discriminate on the basis of race, sex, color, age, national origin, religion or disability, in the admission, access to and treatment in Department's programs and activities, as well as the Department's hiring or employment practices. Complaints of alleged discrimination and inquiries regarding the Department's nondiscrimination policies may be directed to James B. Moore, Jr., Section Head - EEOIDBE (ADA/504/Title V! Coordinator), P.O. Box 2261, Little Rock, AR 72203, (501) 569-2298, (VoicerrTY 711), or the following email address: ames.moore?arkansashigl1wavS.corfl. This notice is available from the ADA/504/Title V] Coordinator in large print, on audiotape and in Braille. -6- Attachment A GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs 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 disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. 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 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute 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 recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean "sub -recipient", and the term "contractor" modified to include "subcontractor".) Attachment B DATE Ms. Cathie Matthews Arkansas Historic Preservation Program 1500 Tower Building 323 Center Street Little Rock, AR 72201 Re: Arkansas Transportation Enhancement Project Job # Job Name County Dear Ms. Matthews: The City of .... proposes the enhancement of project and location. Describe the project. A location map is enclosed. (enclose a map ..... a USGS 7.5 minute topographic quadrangle is preferred) We appreciate any comments you may have regarding the handling of this project. If name the contact person for the sponsor and phone number ... can be of assistance in this activity, please let us know. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosure(s) Attachment C RIGHT-OF-WAY AND UTILITY CERTIFICATION LETTER DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # F.A.P. # Job Name County Dear Mr. Vozel: Regarding right-of-way for the referenced Federal -aid project, I certify that (Choose one of the following) (1) title to right-of-way necessary for construction of the project is already in public ownership. No additional right-of-way is needed. (2) title to a portion of the right-of-way necessary for construction of the project is already in public ownership. The additional right-of-way necessary for this project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations (3) title to right-of-way necessary for construction of the project has been acquired in accordance with applicable Federal Highway Administration procedures as shown below. # Tracts # Paid # Donations # Condemnations Enclosed are preliminary plans showing the existing right-of-way limits. (for No. 2 and 3 above, add the following) and the boundary of additional right-of-way needed for construction of this project. Additionally, I certify that arrangement for adjustment of existing conflicting utilities has been accomplished. # Utilities # Complete % Remaining Exp. Comp. Date Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosure(s) Attachment D REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID ENHANCEMENT PROJECTS (All items will be provided by AHTD) 1) FHWA-1273. Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1 273. 2) Anti -Collusion and Debarment Certification. The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unsworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: Anti -collusion. A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. Debarment. A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying certification. This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon predetermined minimum wage rates. The applicability to a transportation enhancement project is dependent on the relationship or linkage of the project to a Federal -aid highway. When necessary, the Davis -Bacon wage rates will be provided by the Department. • Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a Federal -aid highway, regardless of the transportation enhancement characteristics. Davis -Bacon requirements also apply to projects "linked" to a Federal -aid highway based on proximity or impact (i.e., the project would not exist without the Federal -aid highway). Examples of such projects include removal of outdoor advertising, wetlands to filter highway drainage, etc. Davis -Bacon requirements do not apply to projects not "linked" to a particular Federal -aid highway and which are eligible for transportation enhancement funding based solely on function (i.e., a transportation facility, such as an independent bike path, the restoration of a railroad station, etc.). Attachment E CERTIFICATION LETTER REQUESTING AUTHORITY TO ADVERTISE DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of plans and specifications. 2. A copy of the preliminary estimate of cost. 3. An unexecuted copy of the bid proposal form. I certify that the plans, specifications and estimate were prepared by or under the direct supervision of a Professional Engineer/Architect licensed to practice in the State of Arkansas and that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including Airport Clearance when necessary, for the type of work involved. 1 understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas State Highway and Transportation Department (Department). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's Motor Fuel Tax allotment to the Department's RRA Fund upon notification by the Director of Highways and Transportation that such funds are due to the Department and have not been paid by the City. Approval to proceed with advertisement of the project for bids is requested. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosures Attachment F GUIDELINES FOR ADVERTISING AND OPENING BIDS FEDERAL -AID PROJECTS Upon receipt of written authorization from the Arkansas State Highway and Transportation Department, the project may be advertised for bids. All applicable State laws, including but not limited to, Arkansas Code 22-9-203 must be followed. In addition, the following minimum guidelines for advertising must be met: • The minimum advertising period is three weeks. • The project must be advertised a minimum of two times in a statewide newspaper. • The notice must contain: (1) the time, date, and place that sealed bids are to be accepted, opened, and publicly read; (2) a brief description of the kind or type of • work contemplated; and (3) the place at which prospective bidders may obtain plans and specifications. • The Sponsor will include the following language in the solicitation for bids: "The Sponsor hereby notifies all bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply." • All bids received in accordance with the terms of the advertisement shall be publicly opened and at a minimum, the total amount bid must be read (the sponsor may choose to read the bids item by item). • If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the letting. • In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and licensing contractors must be approved by the Federal Highway Administration. • Negotiation with contractors during the period following the opening of bids and before the award of the contract is not permitted. Attachment G CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT DATE Mr. Frank Vozel Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Vozel: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2. A check in the amount of 1% of the low bid as the AHTD administration fee. 3. Justification of award (if low bid amount is greater than 10% over the estimate). I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to CONTRACTOR is requested. Sincerely, Sponsors CEO Sponsor's Attorney Enclosures Attachment H GUIDELINE FOR INSPECTION OF LOCALLY ADMINISTERED CONSTRUCTION CONTRACTS - ENHANCEMENT TYPE Upon receipt of written concurrence from the Arkansas State Highway and Transportation Department in the award of the construction contract, the construction contract may be executed. The following minimum guidelines for inspection must be met: 1) Project must be inspected by a Professional Engineer, Architect, or Landscape Architect registered to practice in the State of Arkansas. 2) Project must be inspected using best practices for the type of work and the Sponsor is not required to use Department inspection procedures. 3) Prior to beginning construction activities, the Sponsor must hold a pre -construction meeting and must invite the Department's Resident Engineer (RE) assigned to the project. At the meeting: a) The Sponsor will provide the RE one set of plans and one copy of the construction contract. b) The RE will provide a packet of posters and notices required by the FHWA-1273 supplemental specifications. 4) Submit the Construction Certification and Reimbursement Request (CCRR) form to the RE for review and handling. RE to check: a) Maximum federal funding available. b) Signed by Sponsor's Chief Elected Official (CEO). c) RE to review for math errors and compare to previously submitted CCRRs. d) Page 2 must be submitted. e) Copy of check(s) from the Sponsor to the Sponsor's Contractor and LPA Report(s) of Daily Worked Performed. 5) Prior to implementing change orders, the Sponsor must submit fully executed change orders to the Department's RE for Department review and approval. The change order form must include: a) The Sponsor's CEO (or designated representative), Engineer/Architect's, and Contractor's signature. b) Description of the change and why the change was necessary. c) For unit price contracts, any changes in quantities. d) For new pay items, the pay item name, quantities, units, and unit price. e) Time extensions. f) All change orders must be reviewed and approved before beginning work except for reconciliation change orders at the end of the project. g) Reconciliation changes are required for project underruns greater than 20% and for all projects greater than 10% over. 6) Provide documentation to the RE of the daily work performed by the Contractor. 7) Upon completion of the Project: a) Submit a CCRR form showing the work completed as the final contract amount. i) This form must be submitted even if the Sponsor has been reimbursed 100% of the Federal -aid available for the Project. b) Hold a final acceptance meeting in which the Sponsor's engineer/architect, the designated full-time employee and the Department's RE must attend. c) Submit the LPA Final Acceptance Report form to the RE at the final acceptance meeting. U)w — � o m ID U) Co CU CU CU 0)1 0 Y U)O C m r CU O O . V a C C O al al fa O += �gL 2� '" o m 3a,a,u 4 c m n a z NU N❑'s� N i L ca N N ❑ C fl' r .� 7 E CO CU o r U ❑ p. j C Y@ U O U 0 N O W ]0 w u m ¢ 9 1° d Y a C7 i Erin+ a] 0. o o „ E.2 w c O V C S t w m O wy+ S O c j, N! c O a) U U _ } a a u�i ip4 or m❑ N� Q� U CU > w U • Co C U Q V O_ d S Q U F - c c a Q y ULL O U a T m d] T m a) F- F- z O w c C F I 67 E y c N W ❑ w D O c a ° y z _ C w c h _ o a] E u c� w m U)� @ �� U) Ni LU MU) 0 o: 0 CU m 0 � N Z a c 7 W ,N C 7 a1 z O O N o d 0 l9 W ¢ O O cA 'O ~ • a3 Vl ti O W {1 C O 7 Ol_ O r d m N J a] c w al t 0)da IL OC QV� V v_ w V m CU of °? 3 E� Ep c z ` @ L c t ]ri E a O ¢ o °' wU o o m e O ly v VE O w . w Q o H CJ Q E c V N ac] `o �° o .o m O c~!J zLL'q m Oz(L a LL a Z n U z • r Cl c7 v cn cD ti c0 0] O O z O F - CJ ❑ w O J E O 00 z O F- 0 O $ a L O y �' O] T 7CU CU _ o fY CJ U •a)w a Q LL I O N tjOO 0 F - W a ❑ w C- 2 a H W N W 0 Vi W a W 0 U Cl) w c~n z W F- d a w I- 0 LL z w Y U w U)= w D U F- z w w w a zz 0 O U) UO a W ¢ O z z w m� z z z z o 0. U) O U o LL p 0 F- a N 0 O U WI U � zZC7 — <0•- 0 LUO 2 o d • i C7 0 U �b W O LLI J W J + ¢Er0 o a U F-OUQ O QDO r uJr�W J J O UZ Q acnz 0 W ❑ W r W cn a 0 � O � � W as W O U � z� 0 U7 0 0 m z 0 � d 0 a U C7 W wz ¢ Attachment J Sponsor LPA Report of Daily Work Performed Job Name: Job No.: FAP No.: Contractor: Date: Hours Worked: — Report No.: Project Conditions Site Conditions Weather Contractors Personnel Useable Sunny Laborers Partly Useable Partly Cloudy Carpenters Not Useable Rain Rainfall Amt. (in.) Concrete Laborers Equip. Operators Min Temp. (F) Max Temp. (F) Electricians Comments Plumbers Foreman Other Other Location and Description of Work Performed Special Instructions and/or Conversations Signed: Designated Full-time Employee Attachment K SPONSOR LPA Final Acceptance Report Job Name: Date: Job No: FAP No: County: Route: Contractor: Date Work Began: Date Work Completed: Attendees: Remarks: Project Completed in Substantial Compliance with Plans and Specifications and Recommended for Final Acceptance by Sponsor Recommended for Acceptance in Accordance with Project Agreement Engineer/Architect AHTD Resident Engineer Project Recommended for Acceptance Designated Full-time Employee: I certify that the Contractor and/or subcontractor(s) have complied with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the project has been completed by the Contractor in accordance with the plans and specifications; that the Contractor has been paid for this work, and the project is hereby accepted. Sponsor's CEO Attachment L 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 1 8.36(i)( 10). (b) Length of retention period. (I) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3 -year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period --(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the earning of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirect cost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3 -year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3 -year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records --(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (I) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.C. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 1997] Attachment M Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (For more information go to hops,//www.fsrs.gov/) FFATA was signed on September 26, 2006. The intent is to empower every American with the ability to hold the government accountable for each spending decision. The end result is to reduce wasteful spending in the government. The FFATA legislation requires information on federal awards (federal financial assistance and expenditures) be made available to the public via a single, searchable website, which is www.USASpending.gov, A Prime Grant Recipient (hereinafter called AHTD (the Arkansas State Highway and Transportation Department)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is subject to FFATA sub -award reporting requirements as outlined in the Office of Management and Budget guidance issued August 27, 2010. AHTD is required to file a FFATA sub -award report for any sub-arant awarded to a sub-awardee areater than or equal to $25000. As a sub-awardee, Lof 47hffr shall provide the following information to AHTD in order to fulfill FFATA reporting requirements: W A unique identifier (Dun & Bradstreet DUNS Number) of the sub-awardee receiving the award and the parent entity of the recipient, should the sub-awardee be owned by another entity; The names and total compensation of the five most highly compensated officers of the sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual gross revenues from Federal awards; and the public does not have access to information about the compensation of the senior executives of the sub-awardee through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1). Page lot 2 Attachment M Required Sub-Awardee Information (A) Sub-Awardee -- DUNS Number: 075657742 Parent (if applicable) — DUNS Number: NIA (8) In the preceding completed Federal fiscal year, did your business or organization (the legal entity to which the DUNS number entered above belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements? Yes 1 No (Circle one) If "Yes" is selected, answer (C). (C) Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the DUNS number entered above belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? �uA s / No (Circle one) If "Yes" is selected, vis�http://Www.sec.govledgar.shtmi for reference. If "No" is selected, answer (D). (D) If "No" was selected in Question "C", complete the following information for the five (5) most highly compensated executives in your business or organization (the legal entity to which the DUNS number entered above belongs). Amount should reflect the Total Compensation Amount in the preceding completed Federal fiscal year in U.S. whole dollars. Sub-Awardee Names and Compensation of Most Highly Compensated Officers Name: Amount: $ 2. Name: Amount: Name: Name: Name: Amount: $ Amount: $. Amount: $ Page 2 of 2 Matt Mihalevich Submitted By City of Fayetteville Item Review Form 2014-0036 Legistar File Number N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Action Required: o ExcuvaioV1 kin Ca*t( the iatinEvprCv�ly�il Development Services Department Staff requests Mayor and City Attorney approval of the attached Certification Letter Requesting Concurrence of Contract for the Town Branch Trail bid award to ARCO Excavation & Paving, Inc. Bid approval is on the agenda for the February 4th City Council meeting. The contract award is contingent on concurrence from the Arkansas State Highway and Transportation Department and this certification is required to request concurrence from AHTD. Does this item have a cost? NO Cost of this request Account Number Project Number Budgeted Item? Yes Category or Project Budget Funds Used to Date $0.00 Remaining Balance Budget Adjustment Attached? NO Previous Ordinance or Resolution # 131-11 Original Contract Number: Comments: Program or Project Name Program or Project Category Fund Name V20130812 L• aylel evl e ARKANSAS NON AGENDA MEMO To: Mayor Thru: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer From: Matt Mihalevich, Trails Coordinator Date: January 21St, 2014 THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENT CORRESPONDENCE Subject: Town Branch Trail — Certification Letter Requesting Concurrence in Award of Contract RECOMMENDATION: Staff requests Mayor and City Attorney approval of the attached Certification Letter Requesting Concurrence of Contract for the Town Branch Trail bid award to ARCO Excavation & Paving, Inc. Bid approval is on the agenda for the February 4`h City Council meeting. The contract award is contingent on concurrence from the Arkansas State Highway and Transportation Department and this certification is required to request concurrence from AHTD. PROPOSAL: The City has been awarded $622,647 in federal -aid funding through Transportation Enhancement and Transportation Alternatives Programs for the construction of a section of Town Branch Trail from Greathouse Park to South School Ave. Due to the federal funding, all steps of this project have followed the regulations established by the Arkansas State Highway & transportation Department (AHTD). This certification letter is one of the requirements established in the Agreement of Understanding between the City of Fayetteville and AHTD. Resolution 131-11 authorizes the Mayor to execute all appropriate agreements with the Arkansas State Highway and Transportation Department. BUDGET IMPACT: None • a e ev! e ARKANSAS TO: Kit Williams, City Attorney FROM: Chris Brown, City Engineer CC: Matt Mihalevich, Trails Coordinator Peggy Vice, Purchasing Mgr. DATE: January 21, 2014 SUBJECT: Town Branch Trail -Certification Letter THE CITY OF FAYETTEVILLE, ARKANSAS ENGINEERING DIVISION 125 West Mountain Fayetteville, AR 77701 Phone (479) 444-3443 This is to confirm that the Town Branch Trail (Greathouse to South School) was advertised and bids for the project were received in accordance with regulations governing Federal -aid projects, and that the bid is being awarded to the lowest responsive and qualified bidder. No negotiations have been held with the contractor or other bidders, nor will there be prior to execution of the contract. ARCO Excavation & Paving is the low bidder on the project. Their bid submittal has been reviewed to verify that all certifications required of Federal -aid projects (e.g., DBE Participation, Anti -Collusion and Debarment, etc.) were properly signed and submitted with the bid. Telecommunications Device for the Deaf TOD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF CONTRACT January 21, 2014 Mr. Ralph Hall Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P.O. Box 2261 Little Rock AR 72203 Re: Job 040603 F.A.P. STPE-TAPU-ENHN (469) Fayetteville Town Branch Trail (ATEP- i 1)(S) Washington County Dear Mr. Hall: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2, A check in the amount of 1% of the low bid as the AHTD Administration fee. I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to ARCO Excavation & Paving, Inc. is requested. Sincerely, Kit Williams, City Attorney Enclosures RESOLUTION NO. 131-11 A RESOLUTION AUTHORIZING ACCEPTANCE OF A FEDERAL -AID TRANSPORTATION ENHANCEMENT PROGRAM GRANT THROUGH THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT IN THE AMOUNT OF $270,000.00 FOR THE CONSTRUCTION OF TOWN BRANCH TRAIL, AND APPROVING A BUDGET ADJUSTMENT WHEREAS, the City of Fayetteville understands Federal -aid Surface Transportation Enhancement funds are available at eighty percent (80%) federal participation and twenty percent (20%) local cash match for the Town Branch Trail construction project; 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 authorizes acceptance of a Federal -aid Transportation Enhancement Program Grant through the Arkansas State Highway and Transportation Department in the amount of $270,000.00 for the construction of Town Branch Trail, and will participate in accordance with its designated responsibility, including maintenance of the project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvement. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. Section 4: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A". PASSED and APPROVED this 2"`i day of August, 2011. APPROVED: ELD AN, Mayor A'CfES'1': By: AonA'er." it . SONDRA E. SMITH, City Clerk/Treasurer