Loading...
HomeMy WebLinkAbout75-11 RESOLUTIONRESOLUTION NO. 75-11 A RESOLUTION AUTHORIZING ACCEPTANCE OF A STATE AND TRIBAL ASSISTANCE GRANT IN THE AMOUNT OF $485,000.00 FROM THE U. S. ENVIRONMENTAL PROTECTION AGENCY FOR SANITARY SEWER SYSTEM IMPROVEMENTS IN THE AREA OF AND INCLUDING THE ELKINS OUTFALL SEWER LINE AND APPROVING A BUDGET ADJUSTMENT 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 acceptance of a State and Tribal Assistance Grant in the amount of $485,000.00 from the U. S. Environmental Protection Agency for sanitary sewer system improvements in the area of and including the Elkins outfall sewer line. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A", recognizing the revenue. PASSED and APPROVED this 3rd day of May, 2011. APPROVED: By: ATTEST: BY:1114 SONDRA E. SMI II, City Clerk/Treasurer 6$ IBJ itisAIT l� =6ir :FAYETTEVILLE: z . %glib* °�4,, GTON gG.t� Budget Year 2011 City of Fayetteville, Arkansas Budget Adjustment Form Division: Water & Sewer Maintenance Department: Utilities Director BUDGET ADJUSTMENT DESCRIPTION 1 JUSTIFICATION $485,000 is requested in the Sewer improvements account. This action is to recognize receipt of $485,000 State and Tribal Assistance Grant (STAG) for sanitary sewer improvements, specifically replacing and upgrading the Elkins outfall sewer line, and other lines in the area. Request Date 4/20/2011 V11.0222 Adjustment Number Division Head Date Date zo pt2 11 Date ARR,L Atr`2.olf Date 4 -2z -if Date ate Prepared By: Cheryl Partain Reference: Type: djurgens Budget & Research Use Only A B C General Ledger Date Posted to General Ledger Checked / Verified TOTAL BUDGET ADJUSTMENT E P Initial Date Initial Date 485,000 485,000 Increase / (Decrease) ProjectSub Account Name Account Number Expense Revenue Number Sewer improvements Federal Grants -Capital 5400.5700.5815.00 485,000 10010. '1 5400.0940.4309.00 485,000 10010 1 I1c ity1dfs\Divs\WSIP1Capital ProjectslEIkins Outfall Line and 2010 STAGIStag10 BA.xls OthckoL. David Jurgens Submitted By City of Fayetteville Staff Review Form City Council Agenda Items and Contracts, Leases or Agreements 5/3/2011 City Council Meeting Date Agenda Items Only Water/Wastewater Division Action Required: Utilities Department Resolution to accept a State and Tribal Assistance Grant (STAG) Program grant for $485,000 from the US Environmental Protection Agency for sanitary sewer system improvements, specifically replacing and upgrading the Elkins outfall sewer line, and other lines in the area, and approving a budget amendment acknowledging receipt of the grant funds. Cost of this request (485,000) 5400-0940-4309.00 Account Number 10010 Project Number 1,680,000 Category / Project Budget Funds Used to Date 1,680,000 Remaining Balance Budgeted Item XX Budget Adjustment Attached IEEE Swr Replace- Elkins Outfall Line Program Category / Project Name Sewer Impact Fee Improvements Program / Project Category Name Water/Sewer Fund Name Depa -AU Finance and Internal Services Director Date Date -1-01 Date Date `.12/7/ D e Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: 74-10 4/20/2010 N/A Received in City 04-20-11P03:16 RCVD Clerk's Office Comments: Revised January 15, 2009 ttv!lle CITY COUNCIL AGENDA MEMO MEETING DATE OF MAY 3, 2011 THE CITY OF FAYETTEVILLE, ARKANSAS ARKANSAS www.accessfayetteville.org To: Fayetteville City Council Thru: Mayor Lioneld Jordan Don Marr, Chief of Staff From: David Jurgens, Utilities Director Fayetteville Water and Sewer Co i t Date: 20 April 2011 Subject: Resolution Authorizing the Mayor to Accept an EPA STAG Grant for $485,000 for Sanitary Sewer System Improvements, Replacing And Upgrading The Elkins Outfall Sewer and Area Lines RECOMMENDATION Fayetteville City Administration recommends approval of a resolution to accept a State and Tribal Assistance Grant (STAG) Program grant for $485,000 from the US Environmental Protection Agency for sanitary sewer system improvements, specifically replacing and upgrading the Elkins outfall sewer line, and other lines in the area, and approving a budget amendment acknowledging receipt of the grant funds. BACKGROUND Fayetteville has been notified by Arkansas Natural Resources Commission that it is the recipient of $485,000 in USEPA Grant Assistance from the STAG Program for 2010. This EPA grant funding was requested in February 2009; the City was informally notified in April, 2010, that the grant had been approved. By Resolution 74-10 on 20 April 10, the City Council approved application for this grant and designated the Mayor as the City's Authorized Representative in all matters relating thereto. DISCUSSION The EPA grant provides a maximum of 55% of the costs, with the remaining 45% ($396,818) being the required minimum local match. The local match will include funds from both Fayetteville and Elkins. The project replaces and upsizes the Fayetteville owned sewer transmission line, shown on the attached map, which carries flow from the end of the Elkins line, as well as Fayetteville owned lines in this area. A preliminary design report (PDR) was completed in 2000 and updated in 2010. The PDR confirmed the necessity of a larger diameter pipe due to increased capacity needs. I t is anticipated that these grant funds will be used primarily for construction. BUDGET IMPACT Replacement and upsizing of this sewer main is a budgeted project; the Fayetteville portion will be paid from impact fee funds as the project is a capacity increase. The grant proceeds will be combined with the City's budgeted funds and a cost share of up to $150,000 from Elkins. The budget amendment recognizes the grant revenue. An additional budget amendment, recognizing the Elkins' cost share, will required when the construction contract is awarded. STAG Accept ElkinsOutfall CCMemo Aprl 1.doc RESOLUTION NO. A RESOLUTION AUTHORIZING ACCEPTANCE OF A STATE AND TRIBAL ASSISTANCE GRANT (STAG) IN THE AMOUNT OF $485,000.00 FROM THE U. S. ENVIRONMENTAL PROTECTION AGENCY FOR SANITARY SEWER SYSTEM IMPROVEMENTS IN THE AREA OF AND INCLUDING THE ELKINS OUTFALL SEWER LINE, AND APPROVING A BUDGET ADJUSTMENT 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 acceptance of a State and Tribal Assistance Grant (STAG) in the amount of $485,000.00 from the U. S. Environmental Protection Agency for sanitary sewer system improvements in the area of and including the Elkins outfall sewer line. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached as Exhibit "A", recognizing the revenue. PASSED and APPROVED this 3rd day of May, 2011. APPROVED: ATTEST: By: By: LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer t U.S. ENVIRONMENTAL PROTECTION AGENCY Cooperative Agreement ASSISTANCE ID NO. DATE OF AWARD 04/08/2011 PRG I DOC ID IAMEND# XP - 00F27401 - 0 TYPE OF ACTION New MAILING DATE 04/15/2011 PAYMENT METHOD: ACH ACH# 66890 . RECIPIENT TYPE: Municipal Send Payment Request to: Las Vegas Finance Center • - RECIPIENT: PAYEE: City. of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 EIN: 71-6018462 City of Fayetteville 113 West Mountain Street Fayetteville, AR 72701 PROJECT MANAGER EPA PROJECT OFFICER EPA GRANT SPECIALIST Mr. David Jurgens 113 West Mountain Street Fayetteville, AR 72701 E -Mail: djurgens@ci.fayetteville.ar.us Phone: 479-575-8318 Gene Wossum 1445 Ross Avenue, Suite 1200, (6WQ AP) Dallas, TX 75202-2733 E -Mail: Wossum.Gene@epamaii.epa.gov Phone: 214-665-7173 Sharon Beets Grant Programs Section, (6MD-CG) E -Mail: Beets.Sharon@eparnailepa.gov Phone: 214-665-2207 PROJECT TITLE AND DESCRIPTION City of Fayetville-Elkins Outfall tine Rep. Replacement of 4,500 feet of 10 inch sanitary sewer with 18 inch line plus the rehabilitation of approximately 90 manholes and 20,000 linear feet of sewer line. BUDGET PERIOD 04/01/2011 - 12/31/2013 PROJECT PERIOD 04/01/2011 - 12/31/2013 TOTAL BUDGET PERIOD COST $881,818.00 TOTAL PROJECT PERIOD COST $881,818.00 • NOTICE Based on your application dated 06/04/2010, including all modifications and amendments, Protection Agency (EPA), hereby awards $485,000. EPA agrees to cost -share total federal funding of $485,000. Such award may be terminated by EPA without by signing under the Affirmation of Award section and returning all pages of this receipt, or any extension of time, as may be granted by EPA. This agreement provisions are 40 CFR Chapter 1, Subchapter B, and all terms and conditions . OF AWARD the United 55.00% of all approved States acting, by and through the US Environmental budget period costs incurred, up to and not exceeding fails to provide timely affirmation of the award Management Office listed below within 21 days after EPA statutory provisions: The applicable regulatory attachments. further cause if the recipient agreement to the Grants is subject to applicable of this agreement and any ISSUING OFFICE (GRANTS MANAGEMENT OFFICE) AWARD APPROVAL OFFICE ORGANIZATION /ADDRESS ORGANIZATION 1 ADDRESS Grant Programs Section, 6MD-CG 1445 Ross Avenue, Suite 1200 Dallas, TX 75202-2733 - U.S. EPA, Region 6 Water Quality Protection Division (6WQ) 1445 Ross Avenue, Suite 1200 Dallas, TX 75202-2733. THE UNITED STATES OF AMERICA BY THE U.S. ENVIRONMENTAL PROTECTION AGENCY SIGNATURE OF AWARD OFFICIAL Digital signature applied by EPA Award Official TYPED NAME AND TITLE Donna Miller, Chief Grant Programs Section DATE - 04/08/2011 AFFIRMATION OF AWARD - • BY AND ON BEHALF OF THE DESIGNATED RECIPIENT ORGANIZATION - SIGNATURE ✓ w.�.— . TYPED NAME AND TITLE - Lioneld Jordan, Mayor . DATE It /l `p / EPA Funding information XP - 00F27401 - 0 Page 2 FUNDS FORMER AWARD THIS ACTION AMENDED TOTAL EPA Amount This Action $ • $ 485,000 $ 485,000 EPA In -Kind Amount $ $ $ 0 Unexpended Prior Year Balance $ $ $ 0 Other Federal Funds • $ $ $ 0 Recipient Contribution $ $ $ 0 State Contribution $ $ 396,818 $ 396,818 Local Contribution $ $ $ 0 Other Contribution $ $ $ 0 - Allowable Project Cost $ 0 $ 881,818. $ 881,818 Assistance Program (CFDA) Statutory Authority Regulatory Authority _66.202 - Congressionally Mandated Projects Public Law 111-88 Department of Interior Environment and Related Agencies Appropriations Act 2010 40 CFR PART 31 Fiscal Site Name Req No FY Approp. Code Budget Organization PRC Object Class ' Site/Project Cost Organization Obligation / Deobligation 1106WA0013 19 E4C 0600G6B • 202651E 4192 - - 485,000 485,000 XP - 00F27401 - 0 Page 3 Approved Budget Program Element Classification (Construction) Approved Allowable Budget Period Cost 1. Administration Expense $0 2. Preliminary Expense $0 3. Land Structure, Right Of Way$0 4. Architectural Engineering Basic Fees $0 5. Other Architectural Engineering Fees $0 6. Project Inspection Fees $0 7. Land Development $0 8. Relocation Expenses $0 9. Relocation Payments to Individuals & Bus. $0 10. Demolition and Removal $0 11. Construction and Project Improvement $881,818 12. Equipment $0 13. Miscellaneous $0 14. Total (Lines 1 thru 13) $881,818 15. Estimate Income $0 16. Net Project Amount (Line 14 minus 15) $881,818 17. Less: Ineligible Exclusions $0 18. Add: Contingencies $0 19. Total (Share: Recap 45.00% Fed 55.00%) $881,818 20. TOTAL APPROVED ASSISTANCE AMOUNT $485,000 Administrative Conditions GENERAL CONDITIONS PART 31 This Assistance Agreement is awarded in accordance with the Federal Grants and Cooperative Agreement Act of 1977. Areas of substantial EPA involvement, beyond the normal exercise of performance evaluation and program review, have been detailed in specific output objectives which resulted from negotiation between EPA and the recipient. These areas are included in the application for this award and have become a part of this Agreement. 1.. The recipient covenants and agrees that it will expeditiously initiate and timely complete the project work for which assistance has been awarded under this Agreement, in accordance with all applicable provisions of 40 CFR Chapter 1, Subchapter B. The recipient warrants, represents, and agrees that it and all its contractors, employees and representatives, will comply with all APPLICABLE provisions of 40 CFR Chapter 1, Subchapter B; INCLUDING BUT NOT LIMITED TO the provisions of 40 CFR Parts 31, 32, 33, 34 and 35. This award may be reduced or terminated at such time the recipient fails to comply with the program objectives, grant award conditions, or Federal reporting requirements. XP - 00F27401 - 0 Page 4 2. Recipient standards of administration, property management, procurement and financial management, as well as records and facilities of recipients, their contractors and subcontractors are subject to audit and inspection by the Comptroller General of the United States and the U.S. Environmental. Protection Agency in accordance with Office of Management and Budget (OMB) Circulars A-87, A-102, or A-110, as appropriate, A-133 and 40 CFR Part 31. The recipient's standards governing procurement will be in accordance with 40 CFR, Part 3L36, Part 33 and OMB Circular A-102. The recipient shall maintain a financial management system which meets the requirements of 40 CFR Part 31.20. 3. The Federal share of allowable expenditures chargeable to this assistance project will be financed by the EPA AUTOMATED CLEARING HOUSE (EPA-ACH) PAYMENT SYSTEM or U.S. TREASURY AUTOMATED STANDARD APPLICATION FOR PAYMENTS (ASAP) SYSTEM. The recipient will strictly adhere to the accounting and reporting procedures described in the EPA ACH Recipient's Manual for the duration of the project. Three conditions should receive special attention: a. Cash drawdowns will be made only as actually needed for disbursements. b. SPECIAL NOTE: When a drawdown under the EPA-ACH Payment System occurs, the recipient must show the Assistance Agreement Number(s) under "Financial Data" on the EPA-ACH Payment Request Form. Requests for payment should be faxed to: (702) 798-2423 Las Vegas Finance Center Attention: Region 6 Financial Specialist c. The recipient will impose the same standards of timing and reporting on secondary recipients, if any. 4. UTILIZATION OF SMALL, MINORITY AND WOMEN'S BUSINESS ENTERPRISES GENERAL COMPLIANCE, 40 CFR, Part 33 The recipient agrees to comply with the requirements of EPA's Program for Utilization of Small, Minority and Women's Business Enterprises in procurement under assistance agreements, contained in 40 CFR, Part 33. FAIR SHARE OBJECTIVES, 40 CFR, Part 33, Subpart D A recipient must negotiate with the appropriate EPA award official, or his/her designee, air share objectives for MBE and WBE (MBE/WBE) participation in procurement under the financial assistance agreements. Accepting the Fair Share Objectives/Goals of Another Recipient The dollar amount of this assistance agreement is'$250,000, or more; or the total dollar amount of all of the recipient's non -TAG assistance agreements from EPA in the current fiscal year is $250,000, or more. The recipient accepts the applicable MBE/WBE fair share objectives/goals negotiated with EPA by the Arkansas Department of Environmental Quality MBE: CONSTRUCTION - 2.97%; SUPPLIES _ 1.63%; SERVICES - 1.74%; EQUIPMENT - 3.15% WBE: CONSTRUCTION - 259%; SUPPLIES - 3.88%; SERVICES - 6.21%; EQUIPMENT - 5.57% By signing this financial assistance agreement, the recipient is accepting the fair share objectives/goals stated above and attests to the fact that it is purchasing the same or similar construction, supplies, services and. equipment, in the same or similar relevant geographic buying market as Arkansas Department of Environmental Quality Negotiating Fair Share Objectives/Goals, 40 CFR, Section 33.404 The recipient has the option to negotiate its own MBE/WBE fair share objectives/goals. If the recipient wishes to negotiate its own MBE/WBE fair share objectives/goals, the recipient agrees to submit proposed MBE/WBE objectives/goals based on an availability analysis; or disparity study, of qualified MBEs and WBEs in their relevant geographic buying market for construction, services, supplies and equipment. The submission of proposed fair share goals with the supporting analysis or disparity study means that the recipient is not accepting the fair share objectives/goals of another recipient. The recipient agrees to submit proposed fair share objectives/goals, together with the supporting .. availability analysis or disparity study, to. the Regional MBE/WBE Coordinator within 120 days of its acceptance of the financial assistance award, EPA will respond to the proposed fair share. objective/goals within 30 days of receiving the submission. If proposed fair share objective/goals are not received within the 120 day time frame, the recipient may not expend its EPA funds for procurements until the proposed fair share objective/goals are submitted. SIX GOOD FAITH EFFORTS, 40 CFR, Part 33, Subpart C Pursuant to 40 CFR, Section 33.301, the recipient agrees to make the following good faith efforts whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement, and to require that sub -recipients, loan recipients, and prime contractors also comply. Records documenting compliance withthe six good faith efforts shall be retained: (a) Require DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. (b) Make information on forthcoming opportunities available to DBEs and arrange timeframes for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. (d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. (e) Use the services and assistance of the SBA and the Minority Business Development Agency of Department of Commerce. (f) If the prime contractor awards subcontracts, requirethe prime contractor to take the steps in paragraphs (a) through (e) of this section. MBE/WBE REPORTING, 40 CFR, Part 33, Sections 33.502 and 33.503 The recipient agrees to complete and submit EPA Form 5700-52A, "MBE/WBE Utilization Under Federal Grants, Cooperative Agreements and Interagency Agreements" beginning with the Federal fiscal year reporting period the recipient receives the award; and continuing until the project is completed. Only procurements with certified MBE/WBEs are counted toward a recipient's MBE/WBE accomplishments. The reports must be submitted semiannually for the periods ending March 3rand September 30th for: Recipients of financial assistance agreements that capitalize revolving loan programs (CWSRF, DWSRF, Brownfields); and All other recipients not identified as annual reporters (40 CFR Part 30 and 40 CFR Part 35, Subpart A and Subpart B recipients are annual reporters). The reports are due within 30 daysof the end of the semiannual reporting periods (April 30 m and October 30). Reports should be sent to Region 6 DBE Coordnator Debora Bradford. Final MBE/WBE reports must be submitted within 90 days after the project period of the grant ends. Your grant cannot be officially closed without all MBE/WBE reports. - EPA Form 5700-52A may be obtained from the EPA Office of Small Business Program's Home Page on the Internet at www.ena.gov/osbp CONTRACT ADI IINISTRATION PROVISIONS, 40 CFR, Section 33.302 The recipient agrees to comply with the contract administration provisions of 40 CFR, Section 33.302. BIDDERS LIST, 40 CFR, Section 33.501(b) and (c) Recipients of a Continuing Environmental Program Grant or other annual reporting grant, agree to create and maintain a bidders list. Recipients of an EPA financial assistance agreement to capitalize a revolving loan fund also agree to require entities'receiving identified loans to create and maintain a bidders list if the recipient of the loan is subject to, or chooses to follow, competitive bidding requirements. Please see 40 CFR, Section 33.501 (b) and (c) for specific requirements and exemptions. 5. PAYMENT TO CONSULTANT EPA participation in the salary rate (excluding overhead) paid to individual consultants retained by recipients or by a recipient's contractors or subcontractors shall be limited to the maximum daily rate for a Level IV of the Executive Schedule (formerly GS -18), to be adjusted annually. This limit applies to consultation services of designated individuals with specialized skills who are paid at a daily or hourly rate. As of January 1, 2011 , the limit is $596.00 per day and $74.50 per hour. This rate does not include transportation and subsistence costs for travel performed (the recipient will pay these in accordancewith their normal travel reimbursement practices). Subagreements with firms for services which are awarded using the procurement requirements in 40 CFR 30 or 31, as applicable, are not affected by this limitation unless the terms of the contract provide the recipient with responsibility for the selection, direction, and control of the individuals who will be providing services under the contract at an hourly or daily rate of compensation. See 40 CFR 31.36(j) or 30.27(b). 6. HOTEL -MOTEL FIRE SAFETY Pursuant to 40 CFR 30.18, if applicable, and 15 USC 2225a, the recipient agrees to ensure that all space for conferences, meetings, conventions, or training seminars funded in whole or in part with federal funds complies with the protection and control guidelines of the Hotel and Motel Fire Safety Act (PL 101-391, as amended). Recipients may search the Hotel -Motel National Master List at http://www.usfa.iihs.gov/applications/hotell to see if a property is in compliance (FEMA ID is currently not required), or to find other information about the Act. 7. LOBBYING AND LITIGATION The chief executive officer of this recipient agency shall ensure that no grant funds awarded under this assistance agreement are used to engage in lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. The recipient shall abide by its respective OMB Circular (A-21, A-87, or A-122), which prohibits the use of federal grant funds for litigation against the United States or for lobbying or other political activities. 8. LOBBYING -. ALL RECIPIENTS The recipient agrees to comply with Title 40 CFR Part 34, New Restrictions on Lobbying . The recipient shall include the language of this provision in award documents for all subawards exceeding $100,000, and require that subrecipients submit certification and disclosure forms accordingly. In accordancewith the Byrd Anti -Lobbying Amendment, any recipient who makes a prohibited expenditure under Title 40 CFR Part 34 or fails to file the required certification or lobbying forms shall be subject to a civil penalty of not less than ,$10,000 and not more than $100,000 for each such expenditure. 9. DUNS AND CCR REQUIREMENTS I. Central Contractor Registration and Universal Identifier Requirements. A. Requirement for Central Contractor Registration (CCR). Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the CCR until you submit the final financial report required under this award or receive the final payment, whichever is later. This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. B. Requirement for Data Universal Numbering System (DUNS) numbers. If you are authorized to make subawards under this award, you: 1.Must notify potential subrecipients that no entity (see definition in paragraph C of this award term) may receive a subaward from you unless the entity has provided its DUNS number to you. 2. May not make a subaward to an entity unless the entity has provided its DUNS number to you. C. Definitions. For purposes of this award term: 1.Central Contractor Registration (CCR) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. - Additional information about registration procedures may be found at the CCR Internet site (currently at http://www.ccr.gov). 2.Data Universal Numbering System (DUNS) number means the nine -digit number established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone (currently 866-705-5711) or the Internet (currently at htto://fedgov.dnb.com/webform). 3.Entity, as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: a. A Governmental organization, which is a State, local government, or b.A foreign public entity; c. A domestic or foreign nonprofit organization; d.A domestic or foreign for-profit organization; and e. A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. Indian tribe; 4.Subaward: a. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. b.The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. --.210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non -Profit Organizations"). c. A subaward may be provided through any legal agreement, including an agreement that you consider a contract. subaward. 5. Subrecipient means an entity that: a. Receives a subaward from you under this award; and b.Is accountable to you for the use of the Federal funds provided by the 10. RESPONSIBILITIES OF PARTICIPANTS REGARDING DOING BUSINESS WITH OTHER PERSONS Recipients shall fully comply with Subpart C of 2 CFR Part 180 entitled, "Responsibilities of Participants Regarding Transactions Doing Business With Other Persons," as implemented and supplemented by 2 CFR Part 1532. Recipient is responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 2 CFR Part 180, entitled "Covered Transactions," includes a term or condition requiring compliance with Subpart C. Recipient is responsible for further requiring the inclusion of a similar term or condition in any subsequent lower tier covered transactions. Recipient acknowledges that failing to disclose the information required under 2 CFR 120.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. Recipients may access the Excluded Parties List System at http://www.epls.gov. This term and condition supersedes EPA Form 5700-49, "Certification Regarding Debarment,'Suspension, and Other Responsibility Matters." 11. DRUG-FREE WORKPLACE The recipient organization of this EPA assistance agreement must make an ongoing, good faith effort to maintain a drug-free workplace pursuant to the specific requirements set forth in Title 40 CFR 36.200 - 36.230. Additionally, in accordance with these regulations, the recipient organization must identify all known workplaces under its federal awards, and keep this information on file during the performance of the award. Those recipients who are individuals must comply with the drug-free provisions set forth in Title 40 CFR 36.300. The consequences for violating this condition aredetailed under Title 40 CFR 36.510. Recipients can access the Code of Federal Regulations (CFR) Title 40 Part 36 at http://www.access.gpo.gov/nara/cfr/waisidx 06/40cfr36 06.html 12. ACORN Congress has prohibited EPA from using its FY2011 appropriations to provide funds to the Association of Community Organizations for Reform Now (ACORN). or any of its subsidiaries. None of the funds provided under this agreement may be used for subawards/subgrants or contracts to ACORN or its subsidiaries. Recipients should direct any questions about this prohibition to their EPA Grants Management Office. 13. MANAGEMENT FEES Management fees or similar charges in excess of the direct costs and approved indirect rates are not allowable. The term "management fees or similar charges" refers to expenses added to the direct costs in order to accumulate and reserve. funds for ongoing business expenses, unforeseen liabilities, or for other similar costs which are not allowable under this assistance agreement. Management fees or similar charges may not be used to improve or expand the project funded under this agreement, except to the extent authorized as a direct cost of carrying out the scope of work. 14. OMB -133 Single Audit CIRCULAR A-133 In accordance with OMB Circular A-133, which implements the Single Audit Act, the recipient hereby agrees to obtain a single audit from an independent auditor, if it expends $500,000 or more in total Federal funds in any fiscal year. Within nine months after the end of a recipient's fiscal year or 30 days after receiving the report from the auditor, the recipient shall submit the SF -SAC and a Single Audit Report Package. The recipient MUST submit the SF -SAC and a Single Audit Report Package; using the Federal Audit Clearinghouse's Internet Data Entry System. For complete information on how to accomplish the single audit submissions, you will need to visit the Federal Audit Clearinghouse Web site: http:/lharvester.census.gov/fac/ 15. EPA'S FINANCIAL OBLIGATIONS EPA's financial obligations to the recipient are limited by the amount of federal funding awarded to date as shown on line 15 in its EPA approved budget. If the recipient incurs costs in anticipation of receiving additional funds from EPA, it does so at its own risk. 16. FEDERAL FINANCIAL REPORT Pursuant to 40 CFR 31.41(b) and 31.50(b), EPA recipients shall submit an annual Federal Financial Report (SF -425) to EPA no later than 90 calendar days following the end of the reporting quarter The following reporting period end dates shall be used for interim reports: 3/31, 6/30, 9/30, or 12/31. At the end of the project, the recipient must submit a final Federal Financial Report to EPA no later than 90 calendar days after the end of the project period. The form is available on the internet at http://www.epa.gov/ocfo/finservices/forms.htm . All FFRs must be submitted to the Las Vegas Finance Center: US EPA, LVFC, PO Box 98515, Las Vegas, NV 89193, or by Fax to: 702-798-2423. The LVFC will make adjustrnents, as necessary, to obligated funds after reviewing and accepting a final Federal Financial Report. Recipients will be notified and instructed by EPA if they must complete any additional forms for the closeout of the assistance agreement. EPA, may take enforcement actions in accordance with 40 CFR 31.43 if the recipient does not comply with this term and condition. 17. EPA ORDER 1000.25 AND EXECUTIVE ORDER 13423 RECYCLED PAPER In accordance with the polices set forth in EPA Order 1000.25 and Executive Order 13423, Strengthening Federal Environmental, Energy and Transportation Management (January 24, 2007), the recipient agrees to use recycled paper and double sided printing for all reports which are prepared as a part of this agreement and delivered to EPA. This requirement does not apply to reportsprepared on forms supplied by EPA, or to Standard Forms, which are printed on recycled paper and are available through the General Services Administration. 18. TRAFFICKING VICTIMS PROTECTION ACT OF 2000 I. Trafficking in persons. a. Provisions applicable to a recipient that is a private entity . 1. You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not— i. oti. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. 2. We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity — i. Is determined to have violated a prohibition in paragraph a.1 of this award term; or ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either— A. Associated with performance under this award; or 13. Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our Agency at 2 CFR. 1532. b. Provision applicable to a recipient other than a private entity . We as the Federal.awarding agency may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity- 1. ntity1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either— i. Associated with performance under this award; or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by our agency at 2 CFR. 1532 c. Provisions applicable to any recipient 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. 2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: is Implements .section 106(g) of the Trafficking Victims Protection Act of 2000 (TWA), as amended (22 U.S.C. 71.04(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. 3. You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d. Definitions . For purposes of this award term: 1. "Employee" means either: i. An individual employed by you or a subrecipient who. is engaged in the performance of the project or program under • this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to, a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. 2. "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. "Private entity": i. Means any entity, other than a State,.local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A. A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B. A for-profit organization. 4. "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 19. SUBAWARDS AND EXECUTIVE COMPENSATION I. Reporting Subawards and Executive Compensation. a. Reporting of first-tier subawards. 1. Applicability. Unless you are exempt as provided in paragraph d. of this award term, you must report each action that obligates $25,000 or more in Federal funds that does not include Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5) for a subaward to an entity (see definitions in paragraph e of this award term). 2; Where and when to report. i. You must report each obligating action described in paragraph a.1. of this award term to www.fsrs.gov. ii. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31,. 2010.) 3. What to report. You must report the information about each obligating action that the submission instructions posted at www.fsrs.gov specify. b. Reporting Total Compensation of Recipient Executives. 1. Applicability and what to report. You must report total compensation for each of your five most highly compensated executives for the preceding completed fiscal year, if -- $25,000 or more; i. the total Federal funding authorized to date under this award is ii. in the preceding fiscal year, you received— (A) 80 percent or more of your annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170320 (and subawards); and - (B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and iii. The public does not have access to information about the compensation of the executives 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. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www_sec.gov/answers/execomp.htm.) 2. Where and when to report. You must report executive total compensation described in paragraph b. 1. of this award term: i. As part of your registration profile at www.ccr.gov. ii. By the end of the month following the month in which this award is made, and annually thereafter. c. Reporting of Total Compensation of Subrecipient Executives. 1. Applicability and what to report. Unless you are exempt as provided in paragraph d. of this award term, for each first-tier subrecipient under this award, you shall report the names and total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year, if i. in the subrecipient's preceding fiscal year, the subrecipient received— (A) 80 percent or more of its annual gross revenues from Federal procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320 (and subawards); and (B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act (and subawards); and ii. The public does not have access to information about the compensation of the executives 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. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http:l/www.sec.gov/answers/execomp.htm.) 2. Where and when to report. You must report subrecipient executive total compensation described in paragraph c. 1. of this award term: i. To the recipient. ii. By the end of the month following the month during which you make the subaward.. For example, if a subaward is obligated on any date during the month of October of a given year (i.e., between October 1 and 31), you must report any required compensation information of the subrecipient by November 30 of that year. d. Exemptions If, in the previous tax year, you had gross income, from all sources, under $300,000, you are exempt from the requirements to report: i. subawards, and ii. the total compensation of the five most highly compensated executives of any subrecipient. e. Definitions. For purposes of this award term: l.Entity means all of the following, as defined in 2 CFR part 25: Indian tribe; i. A Governmental organization, which is a State, local government, or ii. A foreign public entity; iii. A domestic or foreign nonprofit organization; iv. A domestic or foreign for-profit organization; v. A Federal agency, but only as a subrecipient under an award or subaward to a non -Federal entity. 2. Executive means officers, managing partners, or any other employees in management positions. 3. Subaward: i. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. ii. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. --.210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non -Profit Organizations"). iii. A subaward may be provided through any legal agreement, including an agreement that you or a subrecipient considers a contract. 4. Subrecipient means an entity that: i. Receives a subaward from you (the recipient) under this award; and ii. Is accountable to you for the use of the Federal funds provided by the subaward. 5. Total compensation means the cash and noncash dollar value earned by the executive during the recipient's or subrecipient's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): i. Salary and bonus . ii. Awards of stock stock options, and stock appreciation rights . Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. iii. Earnings for services under non -equity incentive plans . This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. iv. Change in pension value-. This is the change in present value of defined benefit and actuarial pension plans. v. Above -market earnings on deferred compensation which is not tax -qualified . vi. Other compensation, if the aggregate value of all such other compensation (e.g. severance, termination payments, value of life insurance paid on behalf of the employee,.perquisites or property) for the executive exceeds $10,000. 20, FULLY FUNDED EARMARKS EPA is fully funding this assistance agreement based on the terms of a congressional earmark. If future earmarks are not provided for this project and recipient, supplemental funding for this project is not guaranteed. Programmatic Conditions 1. This award is subject to all applicable Federal crosscutting laws and authorities as well as EPA, Office of Wastewater Management, policy guidance dated July 27, 2009, and attached hereto as Attachment A. Final FY 2010 SAAP Guidance.pd€ 2. The recipient will submit the reimbursement request, Standard Form 271 (SF 271), Outlay Report and Request for Reimbursement for Construction Programs and appropriate invoices if required, to the Arkansas Natural Resources Commission for approval. When the EPA Project Officer (P0) approve the payment, the EPA PO/ANRC will notify the recipient to withdraw the approved amount from the ASAP system. Please note that the recipient can only withdraw the amount of federal share of allowable project cost after the cost is incurred. The recipient will be assessedthe interest penalty if the recipient withdraws the Federal share of allowable project cost before it incurs the cost. The interest rate of the penalty will be set by the U. S. Department of Treasury and will be significantly above the market rate. In accordance with 40 CFR31.40 and 31.41, the recipient must submit Quarterly and Final Performance Reports and Quarterly and Final Financial Status Reports to the EPA PO/ANRC for monitoring the project progress and financial management. The SF 271 , Outlay Report and Request for Reimbursement for Construction Programs may be used for the Quarterly and Final Performance Reports and Quarterly Financial Status Reports. The SF 425, Federal Financial Report , shoed be used for the _Final Financial Status Report. 3. Federal laws and regulations shall apply except in those cases where State requirements are more stringent than Federal requirements. Where questions arise as to applicability, the ANRC should be contacted. 4. Project management and execution will be -very closely monitored by EPA representatives throughout the assistance agreement's project and budget periods. Effective implementation of the scope of work involves a jointly supported strong ongoing.collaboration between the recipient and EPA. Technical assistance and coordination will be routine. EPA, ANRC and the recipient will maintain a continuous dialogue for the rapid identification, solution, and escalation of problems to top-level managers. The EPA PO/ANRC will conduct post award monitoring to ensure that administrative and programmatic conditions are being met. This will involve periodic reviews of five core areas: (1) compliance with all programmatic terms and conditions; (2) correlation of the work plan and progress under the award; (3) availability of funds to complete the project; (4) proper management of and accounting for applicable equipment/land purchased under the award; and (5) compliance with all statutory and regulatory requirements of the program. To accomplish this, the EPA PO/ANRC will periodically review post -award activities, including but not limited to those listed below, to ensure that Federal laws, regulations, and grant conditions are being followed. - Procurement activities, including solicitation advertisement, service and contract documents, cost and price analysis, (appraisal report for acquiring land, rights of way, easements, site assessment reports), Disadvantage Business Enterprise (DBE), etc. - Monitoring of construction management activities to assure adherence with approved Plans & Specifications. - Approving payment requests, including the final payment. -Change orders and contractors' claims. -Analyze environmental review documents for NEPA - compliance, if appropriate. - Determine that the project is capable of meeting its objectives and is operable. Also, the EPA PO/ANRC will assure that the recipient understands and meets requirements related to the National Environmental Policy Act and applicable Federal crosscutting laws and authorities. 5. EPA Region 6 "Supplemental Conditions for Federally Assisted Water and Wastewater Treatment Facilities" (commonly known as "pink sheets") attached hereto as Attachment B, must be included in all construction contract bidding documents, and shall control where a conflict ariseswith other contract provisions. Certain provisions also pertain to professional services contracts, and these provisions must be applied as. appropriate. 6. Executed site certificate(s) shall be submitted to the EPA PO/ANRC, as evidence that sites, easements and rights-of-way have been. acquired. 7. The recipient will ensure that any design and construction performed under this assistance agreement shall be consistent with the EPA document, Guidance on Quality Assurance for Environmental Technology, Design, Construction and Operation (EPA QA/G-1 I), Attachment C. 8. All of the following must be submitted to and approved by EPA PO/ANRC before recipient. may advertise for bids for construction. a. Plans and specifications and addenda to the plans and specifications. b. An updated project schedule. All change orders executed after the award of the contract must be submitted and approved by EPA. 9. By accepting this grant, the Recipient agrees that it must expeditiously initiate and complete the project in accordance with the following schedule: Number of Months From Grant Award Date Tasks 4 Submittal of Plans and Specifications 6 Advertise for construction bids 8 Submittal of Bid Document 10 Start Construction 32 Completion of construction 33 Final Performance Report and Final Financial Status Report and Project Closeout In accordance with 40 C.F.R. §31.40(d), the recipient agrees to inform EPA PO/ANRC as soon as problems, delays or adverse conditions become known which will materially impair the ability to meet the above schedule and the outputs/outcomes specified in the work plan. Performance Reports must adequately address progress in achieving agreed-upon project/program outputs and environmental outcomes. 10. The recipient agrees to submit proposed and existing procurement actions, including purchase of project equipment and subcontracts, etc. to . EPA PO/ANRC, that will use EPA assistance for review as soon as available. All procurement actions must comply with the provisions of 40 CFR Part 31, specifically 40 CFR 31.32 and 31.36. 11. The recipient also agrees to provide at leastforty-five 45% percent of project costs with non-federal matching funds. 12. EPA may terminate the assistance agreement for failure of the recipient to make sufficient progress so as to reasonably ensure completion of the project within the project period, including any extensions. EPA will measure sufficient progress by examining the performance required under the work plan in conjunction with the milestone schedule, the time remaining for performance within the project period, and/or the availability of Funds necessary to complete the project. UNITED STATES ENVIRONMENTAL PROTECTION AGENCY WASHINGTON, D.C. 20460 PAR Z9 2010 OFFICE. OF WATER MEMORA.NDUM SUBJECT: Award of Special Appropriations Act Pr thorized by the Agency's FY 2010 Appropriations Act FROM: James A. Hanlon, Director Office of Wastewater Managern t. (42 M) TO: Water Management Division D - Regions 1- X PURPOSE This memorandum provides information and guidelines on how the Environmental Protection Agency (EPA) will award and administer Special Appropriations Act Project (SAAP) grants identified in the State and Tribal Assistance Grants (STAG) account of the fiscal year (FY) 2010 Appropriations Act. BACKGROUND The EPA section of P. L. 111-88, the "Department of the. interior„ Environment, and Related Agencies Appropriations Act, 2010," also referred to as the Agency's FY2010 Appropriations Act, includes $156777,000 in the STAG account for. 317 drinleing water, wastewater and stormwater infrastructure and water quality protection projects.. Also included in the STAG account, as aseparate line item, is $17,000,000 for the *United States -Mexico Border Program. The Joint Explanatory Statement accompanying the FY 2010 Appropriations Act identifies tWo projects to be funded directly from the line itern for theUnitedStates-Mexico Border Program: "From within the arnmmt provided [for the Mexico Border program], $2,500,000 is directed to the El Paso and Brownsville, TX projects as in prior years."' The FY 2010 Appropriations Act also contains a rescission of $40,000,000 from the STAG and. Superfund appropriations accounts. For the STAG component of the rescission, the conferees directed the Agency to use unohligated balances from prior year categorical and other grant programs. Unlike in previous I "Section 444 of the Omani Ptoviiions of the Agency's FY 2010 ApPiropriatifiNs Ant *corporates by referesc-e a list oeCongressionally requested projects. ThfindingfQrINsq and BrownviIk ts toctuded in that. Itstof projects Internet Address (URL) • hitpdfwwW.epalov REIcYclOcUR4Rteglab.fe.sPdnred with vegetable Olt SaSied4rrks ReiCycfeetPatioriallinirnum 50% Postconsumer content) 2 years, the Agency may not include unobligated balances from prior year special project infrastructure grants as part of the rescission.2 The requirements governing the award of the special projects and programs are contained in the FY 2010 Appropriations Act and the Joint Explanatory Statement of the FY 2010 Appropriations Act — Department of the Interior, Environment, and Related Agencies Appropriations Act, 2010, the House Report (H.R. 2996). The specific requirements contained in these documents have been incorporated into this memorandum. THREE PERCENT SET-ASIDE The Agency's FY 2001 Appropriations Act (Pl. 106-377) included a provision stating that the Administrator may use up to three percent of the amount appropriated for each earmark to fund State, Corps of Engineer or contractor support for the management and oversight of the special projects. This means that the set-aside monies cannot be used to pay for EPA staff or travel expenses. EPA issued a formal policy memorandum on September 27, 2001, that provides information and guidelines on how the Agency will implement the three percent set-aside provision.3 EPA issued an additional formal policy memorandum, SAAP 06-02, on January 20, 2006, that amends the aforementioned memorandum (Attachment 5). The three percent set-aside provision is a permanent statutory authority, which means it applies to all FY 2001 and later SAAPs including those listed in the STAG account of this year's Appropriations Act. However, the three percent set-aside provision does not apply to the United States -Mexico Border Program grants or any other funds in the STAG account. PROJECTS The Joint Explanatory Statement accompanying the FY 2010 Appropriations Act identifies two projects funded from monies appropriated for the United States -Mexico Border Program. These two projects will be awarded and administered within the guidelines and provisions contained in this memorandum, unless otherwise noted herein. Attachment 1 identifies the 317 earmarks listed in the STAG account and the two projects funded from monies appropriated for the United States -Mexico Border Program. Attachment 1 shows the original amount appropriated. for each project, as well as the actual 2The conference report accompanying P.L.111-88 reads "For the STAG component of the rescission, the conferees direct the Agency to use unobligated balances from prior year categorical and other grant programs. Unlike in previous years, the Agency is not to include as part of the rescission unobligated balances from prior year special project infrastructure grants. The conferees are concerned about the method by which the Agency has selected infrastructure grants as eligible for rescission and therefore will not allow the use of these types of funds for this specific rescission." ''Phis document is available on the Internet at www.epa.gov/owrrlmab/owm0318.pdf 3 amount available for grant award after the reduction due to the three percent set-aside provision.4 The SAAPs identified in Attachment 1 will be awarded and administered by the Regional Offices. The delegation of authority (1200 TN 516), issued on September 28, 2000 (Attachment 2), is listed in Chapter 1, Delegation Number 1-102, of EPA's Delegation Manual. This delegation of authority transferred the authority to award grants and cooperative agreements for funds included in the STAG account to the Assistant Administrator for Water and the Regional Administrators. Accordingly, the Regions and Headquarters have the necessary authority, effective the date of this memorandum, to award grants and cooperative agreements for the special projects and programs identified in the STAG account of the Agency's FY 2010 Appropriations Act. COST -SHARE REQUIREMENT The FY 2010 Appropriations Act contains the following language: $156,777,000 shall be for making special project grants and technical corrections to prior -year grants for the construction of drinking water, wastewater and storm water infrastructure and for water quality protection in accordance with the terms and conditions specified for such grants in the joint explanatory statement of the managers accompanying this Act, and, for purposes of these grants, each grantee shall contribute not less than 45 percent of the cost of the project unless the grantee is approved for a waiver by the Agency Though language from previous year appropriations requiring that waivers be based on financial capability issues was not included in the FY 2010 Appropriations Act or the Joint Explanatory Statement, the Agency will continue to implement the waiver provision in the same manner as previous years. Accordingly, our policy for the projects listed in Attachment 1 is that grant applicants will be expected to pay for 45 percent of the project costs unless there is specific language in the Explanatory Statement or Appropriations Act that specifies a different matching requirement or a waiver to the matching requirement is approved based on financial capability issues. Furthermore, in those situations where the description in the Joint Explanatory Statement explicitly defines the scope of work of the project, the Federal share of the grant will be limited to 55 percent of the estimated cost for completing the scope of work described, regardless of the amount appropriated for the project, unless a waiver to the matching requirement is approved based on financial capability issues. This means, in some instances, that the grantamount will ` States that choose to perform the necessary construction oversight activities for the planning, design and building phases of a project at their own expense may request to have the three percent set-aside funds assigned to the respective grant recipients within their States. Headquarters will transfer the necessary funds to the Regions for this purpose after the formal review and approval of the State's request. 4 be less than the amount appropriated for the project and that some funds will not be obligated. The disposition of any such unobligated grant funds will be determined by Congress. WAIVERS TO THE MATCHING REQUIREMENT In March 1997, EPA published Combined Sewer Overflows -- Guidance for Financial Capability Assessment and Schedule Development.5 This financial guidance document includes a process for measuring the financial impact of current and proposed wastewater treatment facilities and drinking water facilities on the users of those facilities, and establishes a procedure for assessing financial capability. The process for assessing financial capability contained in that document was initially developed in the 1970's and has been extensively revised based on EPA's experience in the construction grants, State Revolving. Fund (SRF), enforcement and water quality standards programs. The assessment process requires the calculation of a financial capability indicator. The Agency approves waivers in those cases where the financial capability indicator shows that the project would result in a high financial burden on the users of the facility. Waivers to the 45 percent match requirement must be approved by EPA Headquarters. All requests for an exception should be prepared by the EPA Regional Offices using information provided by the grant applicant. The request must include the information contained in Chapters III and IV of the Financial Capability Assessment guidance document.6 The requests, including the necessary supporting documentation and appropriate background material, should be submitted to the Chief, State Revolving Fund Branch, (Mail Code 4204M), USEPA, 1200 Pennsylvania Avenue NW, Washington, D.C. 20460. FEDERAL FUNDS AS A SOURCE OF MATCHING FUNDS Federal funds from other programs may be used as all or part of the match for the SAAPs only if the statute authorizing those programs specifically allows the funds to be used as a match for other Federal grants. Additionally, the other Federal programs must allow their appropriated funds to be used for the planning, design and/or construction of water, wastewater or •groundwater infrastructure projects. Listed below are the major Federal programs whose grant or loan funds can be used to provide all or part of the Match for the SAAPs: • Department of Agriculture, Rural Development program • Department of Housing and Urban Development, Community Development Block Grant program • s'rhis document is available on the Internet at www.eoa.gov/owrn/pdfs/csofc.pdf. 6 All of the financial data used to calculate the financial capability indicator must be indexed to the same year. The Bureau of Labor Statistics web site (www.bls.gov/cpi/) contains an "Inflation Calculator" that will automatically perform this function. 5 • Appalachian Regional Commission grants As previously stated, Federal funds may be used as all or part of the match for other Federal grant programs only if the authorizing legislation includes such authority. Since the FY 2010 Appropriations Act does not include such language, the SAAP grant funds cannot be used as a source of matching funds for other Federal programs. LOANS FROM A STATE REVOLVING FUND AS A SOURCE OF MATCHING FUNDS The Agency provides funding for two separate State Revolving Fund (SRF) loan programs, the Clean Water State Revolving Fund (CWSRF) program and the Drinking Water State Revolving Fund (DWSRF) program. The Agency has taken actions that allow particular sources of funds from the two SRF programs to be used as a source of the local match. Specifically, the Agency issued the following two documents: A class deviation from the regulatory provisions of 40 CFR 35.3125(b)(1). The class deviation,? issued August 16, 2001, pertains to the CWSRF program. • A policy memorandum designated as DWSRF 02-01. The policy memorandum,$ issued October 10, 2001, pertains to the DWSRF program. The class,deviation and policy document listedabove allow State SRF programs to use the non -Federal and non -State match share of SRF funds to provide loans that can be used as the match for the special projects. The non -Federal funds include repayments, interest earnings and bond proceeds. The non -State match share (i.e., the overmatch) is any State contribution to the SRF above the statutorily required 20 percent match. The use of a loan from an SRF to provide part of or the entire match for a SAAP is a State SRF program agency decision. However, the action must be consistent with established State policy, guidelines and procedures governing the use of SRF loans. Projects that receive SRF assistance must also adhere to Federal CWSRF or DWSRF program requirements relating to eligibility and prioritization. PRE -AWARD COSTS The Office of Grants and Debarment (OGD) issued a policy memorandum (GPI 00-02) on March 30, 2000, that applies to all grants, including SAAPs awarded on or after April 1, 'This document is available on the internet at www.eoa.gov/owm/mab/owntO324pdf. 'This document is available on the internet at www.epa.gov/owm/mab/owm0325.pdf. 6 2000. Additionally, a clarification to the policy memorandum (GPI 00-02(a)) was issued by OGD on May 3, 2000. The two memoranda revised the Agency's interpretation of a provision contained in the general grant regulations at 40 CFR 31.23(a) concerning the approval of pre- award costs. In essence, the OGD memoranda state that: • Recipients may incur pre -award costs [up to] 90 calendar days prior to the award date provided they include such costs in their application, the costs meet the definition of pre -award costs and are approved by the EPA Project Officer and EPA Award Official. The award official can approve pre -award costs incurred more than 90 calendar days prior to the grant award date, in appropriate circumstances, if the pre -award costs are in conformance with the requirements set forth in 2, CFR 225 (supersedes OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments) and with applicable Agency regulations, policies and guidelines. The OGD memoranda state that the award official can approve pre -award costs incurred prior to grant award in appropriate situations if the approval of the pre -award costs is consistent with the intent of the requirements for pre -award costs set forth in 2 CFR 225 and are in conformance with Agency regulations, policies and guidelines. If otherwise consistent with the coverage of pre -award costs set forth in 2 CFR 225, Appendix B, the following two situations may meet these requirements: • Any allowable costs incurred after the start of the fiscal year for which the funds were appropriated but before grant award (for FY 2010 projects, this date is October 1, 2009). • • Allowable facilities planning and design costs associated with the construction portions of the project included in the grant that were incurred before the start of the fiscal year for which the funds were appropriated (for FY 2010 projects, this date is October 1, 2009), but only to the extent the costs conform with the requirements in 2 CFR 225. Appendix B for 2 CFR 225 states that "Pre -award costs are those incurred prior to the. effective date of the award directly pursuant to the negotiation and in anticipation of the award where such costs are necessary to comply withthe proposed delivery schedule or period of performance. Such costs are allowable only to the extent that they would have been allowable if incurred after the date of the award and only with the written approval of the awarding agency." Accordingly, effective April 1, 2000, the Regions have the authority to approve pre -award costs for the two situations described above, but only to the extent that the costs conform with the 7 requirements in 2 CFR 225. Any approval, of course, is contingent on the Regional Office determination that the pre -award costs in question are in conformance with the applicable Federal laws, regulations and Executive Orders that govern EPA grant awards and are allowable, reasonable and allocable to the project. The Regions may not approve any pre -award costs for SAAPs, other than those that involve the two situations discussed above, without written approval from Headquarters. The request, with sufficient supporting documentation, should be submitted to the Chief, State Revolving Fund Branch, (Mail Code 4204M), USEPA, 1200 Pennsylvania Avenue NW, Washington, D.C. 20460. The State Revolving Fund Branch will consult, in appropriate circumstances, with the National Policy,. Training and Compliance Division (NPTCD) within OGD and the Office of General Counsel. LAWS, REGULATIONS AND REQUIREMENTS A listing of the Federal Laws and Executive Orders that apply to all EPA grants, including the projects authorized by the Agency's FY 2010 Appropriations Act, tis contained in Attachment 3. Some of the authorities only apply to grants that include construction, e.g., Executive Order 13202. A more detailed description of the Federal laws, Executive Orders, OMB Circulars and implementing regulations pertaining to EPA grants is available through the OGD Grants Intranet website at http://intranet.epa.gov/ogd/, or through the OGD Grants Internet website at http://www.epa.gov/ogd/. The regulations at 40 CFR Part 31 apply to grants and cooperative agreements awarded to State and local (including tribal) governments. The regulations at 40 CFR Part 30 apply to grants with non-profit organizations and with non-governmental for-profit entities. In appropriate circumstances, such as grants for demonstration projects, the research and demonstration grant regulations at 40 CFR Part 40 can be used to supplement either 40 CFR Part 30 orPart 31. The Agency issued a memorandums on January 3, 1995 concerning the application of 40 CFR Part 29 (Intergovernmental Review) to the special projects authorized by the Agency's FY 1995 Appropriations Act. That memorandum also applies to the special projects authorized by the Agency's FY 2010 Appropriations Act. The Davis -Bacon Act does not apply to SAAP grants awarded under the authority of the Agency's FY 2010 Appropriations Act because the Appropriations Act does not include language that positively asserts such authority. The Agency issued a memorandum on November 30, 2009 concerning the application of Davis -Bacon Act wage requirements to FY 'This document is available on the internet at www.epa.gov/owrn/mab/owTn0326.pd£ 8 2010 SRF assistance agreements. i° If Clean Water or Drinking Water SRF funds are. used to provide the 45 % match for a FY 2010 SAAP grant, and if the SRF loan agreement was executed on or after October 30, 2009 -and prior to October 1, 2010, the entire project is subject to Davis - Bacon Act requirements. SPECIFIC ENVIRONMENTAL REQUIREMENTS The National Environmental Policy Act (NEPA) and other relevant applicable statutes and Executive Orders, such as the Endangered Species Act (ESA), apply to the SAAPs and programs in the STAG account authorized by the Agency's FY 2010 Appropriations Act. The applicable NEPA regulations are the Council of Environmental Quality's implementing regulations at 40 CFR Parts 1500-1508 and EPA's NEPA regulations at 40 CFR Part 6. EPA revised the regulations that implement NEPA on October 19, 2007. These regulations replace all previous guidance and memoranda. In accordance with EPA's revised NEPA regulations, EPA must complete the NEPA process before a grant award for construction. It should be noted that NEPA and other cross -cutting Federal requirements that apply to the major Federal action (i.e., the approval and/or funding of work beyond the conceptual design point) cannot be delegated. Although EPA may fund the grantee or state/tribal development of an Environmental Information Document (EID) or other analysis for cross cutting authorities or executive orders in order to provide supporting information, EPA has the legal obligation to make the NEPA related decision to issue the NEPA documents, to sign NEPA determinations, and to fulfill other cross -cutting Federal requirements before approving or paying for design and/or construction. Therefore, EPA grant funds cannot be used to prepare a federal document, such as an Environmental Assessment (EA) or Environmental Impact Statement (EIS). In April 2008, EPA issued a handbook entitled Environmental Review Guide for Special Appropriation Grants to help grantees develop an EID. This handbook, as well as an online training course, can be found on EPA's webpage at http://www.epa. gov/compliance/nepa/epacompliance/saaptraining/index.html. When both EPA and another Federal agency are funding the same project, the agencies may negotiate an agreement for one to be the lead agency for performing grant oversight and management activities, including those related to NEPA and other cross -cutting Federal requirements. The lead agency can be the one which is providing the most funds for the project, or the agency that provided the initial funds for the project. If an EIS is required, EPA should be a co -lead or cooperating agency so that it can adopt the EIS without re -circulating the document. If the project requires an EA, EPA may adopt the other agency's EA and use it as a basis for its Finding of No Significant Impact (FONSI), provided EPA has independently reviewed the EA and agrees with the analysis and circulates the FONSI and attached EA for the requisite 30 day comment period. Note that EPA may not use a Categorical Exclusion (CE) of another Federal agency unless EPA's regulations at 40 CFR Part 6 also provide for the CE. °This document is available on the intemet at www.epa.govfow lcwfinancekwsrf7davis bacompdf L OPERATING GUIDELINES The authority for awarding grants for the SAAPs listed in Attachment I is P. L. 111-88, the "Department of the Interior, Environment and Related Agencies Appropriations Act, 2010." The Catalog of Federal Domestic Assistance (CFDA) number for the SAAPs is 66.202 "Congressionally Mandated Projects." The Object Class Code (budget and accounting information) for the SAAPs is 41.92. Applicants should use Standard Form 424 (OMB Number: 4040-0004) to apply for the grants. Grants Involving Geospatial Information In accordance with OMB Circular A- 16 and the One -Stop Geospatial E-gov Initiative, Program Offices must indicate in the funding recommendation for a proposed assistance agreement if the grant involves or relates to the creation, collection or analysis of geospatial information. Geospatial information includes information that identifies the geographic location and characteristics of natural or constructed features or boundaries on the Earth, or applications tools, and hardware associated with the generation, maintenance, or distribution of such information. The information may be derived from, among other things, Global Positioning Systems (GPS), remote sensing, mapping, charting, and surveying technologies, or statistical data. Grants to Non -Profit Organizations Funds appropriated under the STAG account can, if the situation warrants, be used for grants to non-profit organizations. However, grants cannot be awarded to anon -profit organization classified by the Internal Revenue Service as a 501(c)(4) organization unless that organization certifies that it will not engage in lobbying activities, even with their own funds (see Section 18 of the Lobbying Disclosure Act, 2 U.S.C.A § 1611). The rationale -for any award to a non-profit organization should be clearly explained, suitably documented, and included in the project file. Additionally, EPA Order 5700.8, "Assessing Capabilities of Non -Profit Applicants for Managing Assistance Awardsl l," requires programmatic and administrative capability determinations be made for each monetary action for a non-profit recipient. Further, if the award is for more than $200,000 in federal funds, the applicant may be required to complete an "EPA Administrative Capability Questionnaire" and submit supporting documentation demonstrating sufficient administrative capability to successfully manage the agreement.- The inability to successfully demonstrate either programmatic or administrative capability under the Order may result in the Agency not making an award. " The Order may be found on the EPA Intranet at: ht J/ntranet.epa.gov/oad/policy/orderJ57p08.edf. The order is also available at www.epa aov/o d/ rants/award/5700_8.pdf 10 Grants to Private For -Profit Entities Funds appropriated under the STAG account may be used for grants to private for-profit entities, such as a privately owned drinking water company, when the language contained in the Conference Report clearly indicates that intention. The specific requirements for awarding a grant to a private for-profit entity will be addressed in a policy memorandum in the future, if necessary. Grant Recipient The intended recipient of the grant funds listed in Attachment 1 can, in the appropriate circumstances, refer to any of the following: a governmental or non-profit entity, a nongovernmental for-profit entity, the geographical area where the project will be located, the geographical area that will benefit from the project, or the name of the project. For example, if the earmark designation is a county, the funds could, in certain circumstances and with the consent of the county, be awarded to a governmental entity or entities within the county. In any such situation, the intended recipients, and the amount each is to receive, should be confirmed by the sponsoring congressperson(s) or senator(s). In the event that technical corrections are necessary, earmark recipients must work with their congressional delegations/sponsors to make the necessary changes in subsequent appropriations. Ownership Requirements With the exception of small, on-site/decentralized wastewater treatment systems, which are discussed later in this section, only water infrastructure facilities that are or will be owned by the grant or subgrant recipient are eligible for grant funding. This means that house laterals (the sewer line from the collection system to the house) and drinking water service, lines (the line from the drinking water distribution system to the house) must be owned by the grantee or subgrantee in order for these facilities to be eligible for grant funding. The ownership requirement applies to new construction, as well as the rehabilitation of existing facilities, and to infiltration/inflow correction associated with existing sewer lines, including house laterals. The grantee or subgrantee can have ownership by either fee simple title, by the issuance of an enforceable easement with right of access, or other suitable authority such as an ordinance assuring right of access for such purposes as inspection, monitoring, building, operation, rehabilitation and replacement. Since the grantee or subgrantee has ownership of these facilities, the grantee or subgrantee would be responsible for the operations and maintenance of those facilities for the life of those facilities. Additionally, the grantee or subgrantee could not transfer ownership of the facilities to any entity. without written approval from EPA. In rare situations where a grant or subgrant is awarded to a governmental or non-profit entity that does not have the legal authority to own or operate water infrastructure facilities, and 11 the grant includes the construction or acquisition of infrastructure facilities, that entity can transfer ownership of the grant funded infrastructure facilities with the approval of EPA. hi all cases, the receiving entity must have the managerial and legal capability to assume all of the relevant responsibilities associated with the ownership of an EPA grant funded infrastructure facility, including any special conditions contained in the original grant agreement. Generally, EPA's approval to transfer ownership should be incorporated into the grant award document in the form of a special term and condition. On -Site Systems For small, privately -owned, on-site/decentralized wastewater treatment systems, such as a septic system or individual drinking water wells, an eligible applicant may apply for a grant to build or renovate these privately -owned systems. In such cases the applicant must: • demonstrate that the total cost and environmental impact of building the decentralized system will be less than the cost of.a conventional system • certify that ownership by a public entity or a suitable non-profit organization (such as a home owners' association or cooperative) is not feasible and list the reasons • certify that the treatment facilities will be properly operated and maintained for the life of the facilities + provide assurance of access to the systems at all reasonable times for such purposes as inspection, monitoring, building, operation, rehabilitation and replacement Intermunicipal Projects and Service Agreements Although a SAAP grant may be awarded to one entity, the successful operations of the grant, funded project may depend on the support and cooperation of other entities, municipalities, or utility districts. This is especially evident when one entity is providing wastewater treatment services or supplying drinking water to another entity. . Accordingly, for projects involving interactions between two or more entities, the applicant should provide assurances that the grant funded project will function as intended for its expected life. Adequate assurance may be met through the creation of special service districts, regionalization of systems, or intermunicipal service agreements. Special service districts and regionalization of systems are considered to be obligations in perpetuity to serve the. customers of the newly created authority and automatically meet the expected lifetime requirements. The intermunicipal service agreement or contract is a legal document for cooperative ventures between separate entities, both of which wish to continue functioning with a large degree of independent control in their respective service areas. Such 12 agreements will need to extend for a minimum number of years for an EPA funded project to be considered viable. For the purposes of SAAPs, EPA will accept the following contract lifetimes as meeting the minimum standard' 2 A shorter time frame may be accepted if suitably justified and approved by EPA. Additionally, should a SAAP project include more than one of these components at a facility, the minimum number of years will be the higher of the component lifetimes. Non -Construction Costs The scope of work of a grant may include planning, design and administrative activities, and the cost of land. Land need not be an "integral part of the treatment process" as in the Clean Water Act Title II construction grant program. However, all elements included within the scope of work of the grant must conform to the requirements of 40 CFR Parts 30 or 3 1. This means, if planning, design and administrative activities are included in the grant, the procurement of those services and the contracts must comply with the applicable sections of Parts 30 or 31. If land is 1zThe anticipated useful life of the facility components is based on the low end of the assumed service life for items in EPA's Construction Grants Program and past experience with the award and administration of SAAPs. 13 included, there will be a Federal interest in the land regardless of when it was purchased and the purchase must be (must have been) in accordance with the applicable sections of Parts 30 or 31 and the Uniform Relocation Assistance and Real Property Acquisition regulations for Federal and Federally assisted programs at 49 CFR Part 24. Refinancing Funds appropriated for the SAAPs may not be awarded solely to repay loans received from SRF Programs or other indebtedness unless there are explicit instructions to do so in the Appropriations Act or accompanying repots, or the facts of the case are such that this is the only way to award the funds that were appropriated for the project. Any request to use SAAP grant funds to repay a loan, in whole or in part, must be approved,' in writing, by EPA Headquarters. The request, with sufficient supporting documentation, should be submitted,to the Chief, State Revolving Fund Branch, (Mail Code 4204M), USEPA, 1200 Pennsylvania Avenue NW, Washington, D.C. 20460. Definitions In the context of determining that the scope of work of the grant is in conformance with the project, description contained in Attachment 1, the word `water' can be considered to mean:• drinking water, wastewater, storm water.or combined sewer overflow. Furthermore, the words 'and' & or' as used in the project description are interchangeable. Additionally, the phrases `sewer project,' `sewer'improvements,' `sewer upgrade,' `sewer development,' `sewer expansion,' `sewer system,' `plant project,' plant upgrade,' or `plant expansion' are considered broad`enough to include all aspects of the upgrade, expansion and development of a complete wastewater treatment system as defined at 40 CFR 35.2005(12). Comparable phrases concerning the project descriptions' for drinking water. facilities should be similarly interpreted. GRANTS MANAGEMENT: ENVIRONMENTAL RESULTS UNDER EPA ASSISTANCE AGREEMENTS EPA Order 5700.713, `Environmental Results Under Assistance Agreements,' applies to all funding packages/funding recommendations submitted to the Grants Management Offices after January 1, 2005. The Order requires EPA Program Offices to: 1) link proposed assistance agreements to the Agency's Strategic Plan/Government Performance and Results Act (GPRA) architecture; 2) ensure that outputs and outcomes are appropriately addressed in assistance agreement work plans14 and funding recommendations; and 3) ensure that progress in achieving "The Order is available on the EPA. intranet at http://intranet.epa.eovlogd/uolicy/order/5200.7.ndf. The Order is also available at www.eoa s¢v&dllpgrants/award/5700.7.pdf_ "For construction projects, output/outcome information can be typically found in a Facility Plan, Preliminary Engineering Report, or an Environmental Information Document but should be incorporated into the workplan as a narrative. Should these documents not exist at the time of grant application then the grantee should qualify and/or quantify outputs and outcomes in the workplan to the best extent possible_ 14 agreed -upon outputs and outcomes is adequately addressed in recipient progress reports and advanced monitoring activities. The Strategic Plan/GPRA Architecture EPA's 2006-2011 Strategic Plan 15 sets out five long-term goals for the five-year period. Each of these five goals is supported by a series of objectives and sub -objectives that identify, as precisely as possible, what environmental outcomes or results the EPA seeks to achieve within a defined time frame using resources expected to be available. The objectives and sub -objectives established in EPA's Strategic Plan are part of the `GPRA architecture' that is used to measure the EPA's progress in meeting its strategic goals. Program offices must include in the funding package for a proposed assistance agreement a description of how the project fits within the EPA's Strategic Plan/GPRA architecture. In developing the aforementioned descriptions, a project officer must list all applicable EPA strategic goals and objectives and, where available, sub -objectives in the Strategic Plan/Program Results Code (PRC) crosswalk in the funding recommendation_ The project officer must ensure that the PRC(s) listed on the commitment notice is consistent with the selected strategic goals, objectives and sub -objectives. Environmental Results: Outputs and Outcomes The, term `output' means an environmental activity, effort, and/or associated work products related to an environmental goal or objective 'that will be produced or provided over a period of time or by a specified date. See EPA Order 5700.7. Outputs may be quantitative or• qualitative but must be measurable during an assistance agreement funding period. Outputs reflect the products and services provided by the recipient, but do not, by themselves, measure the programmatic or environmental results of an assistance agreement. Examples of outputs for SAAPs are: • Number of additional homes (or equivalents) provided adequate wastewater treatment (can be centralized or decentralized). + Number of additional homes (or equivalents) provided safe drinking water. + Percent improvement in infrastructure reliability and maintenance (e.g., collection and distribution system improvements, pump replacement, improvements at wastewater treatment or drinking water facilities plant, upgrade, expansion, integrity, reduction of infiltration/inflow, etc.). ''The Strategic Plan is available on the internet at www.epa.gov/ocfo/planJ2OO61entirerep.pdf. 15 • Capacity (MGD) of newly constructed wastewater treatment plant • For expansion of an existing wastewater treatment plant, increase in capacity (MGD) of • plant • For upgrade of an existing wastewater treatment plant, new level of treatment provided • Storage (MG) provided by newly constructed drinking water tank, • Storage (MG) provided by new reservoirs • Feet of sewer lines replaced • Feet of sewer lines extended • Feet of water lines replaced • Feet of water lines extended • Wet weather improvements Environmental restoration. improvements • Enhanced security improvements to wastewater or drinking water facilities The term "outcome" means the result, effect or consequence that will occur from carrying out an environmental program or activity that is related to an environmental or programmatic goal or objective. See EPA Order 5700.7. Outcomes may be environmental, behavioral, health -related or programmatic in nature, must be quantitative, ,and may not necessarily be achievable within an assistance agreement funding.period. There are two major types of outcomes - end outcomes and intermediate outcomes. End outcomes are the desired end or ultimate results of a project or program. They represent results that lead to environmental/public health improvement. Intermediate outcomes are outcomes that are expected to lead to end outcomes but are not themselves `ends.' Given that the end outcomes of an assistance agreement may not occur until after the assistance agreement funding period, intermediate outcomes realized during the funding period are an important way to measure progress in achieving end outcomes. Program offices must include in the funding recommendation for a proposed assistance agreement an assurance that the program office has reviewed the assistance agreement work 16 plan16 and that the work plan includes, or will include, well-defined outputs and, to the maximum extent practicable, well-defined outcomes. The CWSRF program has finalized a `Benefits Assessment' format for individual projects, see Attachment 4. This format can be used to measure `outcomes' for the SAAPs. Accordingly, the Regions can include the information contained in Items 1, 2, 3 and 4 of Attachment 4 as a means for measuring and reporting outcomes. Environmental Results: Review of Recipient Performance Reports EPA Order 5700.7 also establishes requirements for program office review of constructionand non -construction interim and final recipient performance reports for progress in achieving outputs and outcomes contained in assistance agreement work plans. Under 40 CFR Parts 30 and 31, EPA may require recipients to submit performance/progress reports as frequently as quarterly but no less frequently than annually. These regulations also require recipients to provide the EPA with an acceptable final performance report within 90 days of the project end date. While performance reports are one way for the EPA to obtain information on a recipient's progress toward achievement of -agreed -upon outputs and outcomes, program offices may also conduct mid -year and end -of -year reviews to evaluate recipient performance. The review of recipient performance reports is largely the responsibility of the EPA project officer. The project officer must review interim'7 and final's performance reports to determine whether they adequately address the achievement of agreed -upon outputs/outcomes, including providing a satisfactory explanation for insufficient progress or a failure to meet planned accomplishments (when compared with the most recently approved project schedule and completion dates for project milestones). This review must be documented in the official project file. If a report does not adequately address the achievement of outputs/outcomes, the project officer should seek further explanation from the recipient and require appropriate corrective action. Award officials must use the following special conditions in all assistance agreements requiring performance reports to provide a comparison of actual accomplishments to agreed - upon outputs/outcomes: 16See Footnote 13, supra. "For construction projects, on -site technical inspections and certified percentage of construction data meet the interim reporting requirements, see 40 CFR 31.40(c). 18For construction projects, the final inspection report or other final performance report should include a comparison of the actual outcomes/outputs with those incorporated into the assistance agreement, see 40 CFR 31.40(b). 17 Required special conditions for assistance agreements to State and local governments In accordance with 40 CFR. §31.40, the recipient agrees to submit performance reports that include brief information on each of the following areas: 1) a comparison of actual accomplishments to the outputs/outcomes established in the assistance agreement work plan for the period; 2) the reasons for slippage if established outputs/outcomes were not met by the agreed upon or scheduled date; and 3) additional pertinent information, including, when appropriate, analysis and information of cost overruns or high unit costs. In accordance with 40 CFR. §31.40(d), the recipient agrees to inform EPA as soon as problems, delays or adverse conditions become known which will materially impair the ability to meet the outputs/outcomes specified in the assistance agreement work plan. Rg uired special conditions for assistance a reements to institutions of higher education and other non-profit organizations: In accordance with 40 CFR §30.51(d), the recipient agrees to include in performance reports submitted under this agreement brief information on each of the following areas: 1) a comparison of actual accomplishments to the outputs/outcomes specified in the assistance agreement work plan and scheduled or established for the period; 2) reasons why anticipated outputs/outcomes were not met; and 3) other pertinent information, including, when appropriate, analysis and information of cost overruns or high unit costs. In accordance with 40 CFR §30.51(f), the recipient agrees that it will note EPA of problems, delays or adverse conditions which materially impair the ability to meet the outputs/outcomes or objectives of the award specified in the assistance agreement work plan and what corrective actions are being contemplated to resolve the situation. Environmental Results: Advanced Monitoring (On -Site Reviews or Desk Reviews) EPA Order 5700.7 directs program offices, when conducting on -site reviews or desk 'reviews to include an assessment of the recipient's progress in achieving the outputs and outcomes set forth in the assistance agreement work plan.19 If the assessment reveals significant problems in meeting agreed -upon outputs/outcomes, the project officer must require the recipient to develop and implement an appropriate. corrective action plan and implementation schedule. The results of the assessment must be documented in the Grantee Compliance Database in a format determined by OGD's Director of the National Policy, Training and Compliance Division. 19See Footnote 13, supra. 18 GRANTS MANAGEMENT: OTHER REQUIREMENTS Grants awarded under the authority of an Appropriations Act are subject to assistance agreement regulations, OMB Cost Principles and Agency policies. The SAAP grants must be awarded and managed as any other assistance agreement_ OGD has developed Orders, Grants Policy Issuances (GPIs), and grant guidance documents to assist project officers and Program Offices to understand and meet the requirements (available on the Grants Intranet website at h ://intranet.epa.gov/ogd/po1icy/policy.h). Several grant requirements are discussed in further detail below. Cost Review Requirements A specific cost review checklist was developed for SAAPs, and is available on the OGD Grants Intranet website at http://intranet.epa.gov/Ogd/cost review/main/index.htm for project officer use. The checklist applies to all funding packages/funding recommendations submitted after October 1, 2007. Subaward Policy OGD added a section to the Assistance Administration Manual 5700 outlining Agency policy on the award and management of subawards, "Policy on Subawards Under Assistance Agreement". The policy applies to subaward work under awards and supplemental amendments issued after May 15, 2007. The policy clarifies subrecipient eligibility, addresses subaward competition requirements, and provides guidance regarding the distinctions between procurement contracts and subawards. It also includes special considerations regarding subawards to 501(c)(4) and for-profit organizations, and subawards to foreign/international organizations or any entity performing work in a foreign country. The policy is primarily implemented through an administrative National Term and Condition for. Subawards. The subaward policy can be found on the OGD Grants'Intranet website at httv://intranet.epa.gov/ohr/rmpolicy/ads/updateshtm (under Update 3). Post -Award Management: Baseline and Advanced Monitoring EPA Order 5700.6A2, issued September 24, 2007, which went into affect on January 1, 2008,20 streamlines post -award management of assistance agreements and helps ensure effective oversight of recipient performance and management. The Order encompasses both the administrative and programmatic aspects of the Agency's financial assistance programs. It requires each EPA program office providing assistance to develop and carry out a post -award monitoring plan, and conduct annual baseline monitoring or the equivalent, for every award. If during monitoring it is determined that there is reason to believe that the grantee has committed 20The Order is available on the EPA intranet at htt Jlintranet. IOGD lic /order/5700 6. f. 19 or commits fraud, waste and/or abuse; then the project officer must contact the Office of the Inspector General. All baseline monitoring activities must be documented in the Integrated Grants Management System (IGMS) Post -Award Database. OGD has agreed that the semi-annual or annual inspection for a SAAP project is equivalent to a baseline monitoring activity. Project officers must indicate in the Post -Award Database that a semi-annual or annual inspection has been completed for the SAAP project by checking the box for SRF/SAAPs under the Alternatives Completed in Lieu of Baseline Monitoring section and attaching the relevant documentation. Advanced monitoring activities must be documented in the official grant file and in the Grantee Compliance Database. The EPAOrderapplies to the projects identified in Attachment 1. In addition to the general requirements contained in the EPA Order, the following types of activities, which are directly related to construction projects, should be considered in the development of a post -award monitoring plan: • Review periodic payment requests • Identify erroneous payments • Compare completion percentages and milestones with the approved project schedule. Compare actual costs incurred with the approved project budget • Conduct interim inspections • Review change orders and claims • Review and approve final payment requests • Determine that the project is capable of meeting the objectives for which it was planned, designed and built and is operational • Many of these activities can be performed by a State, the Corps of Engineers or a • contractor, and as such, are eligible for funding under the three percent set -aside provision. ). Inspections should be performed insufficient frequency by the State, Corps of Engineers, or contractor to provide adequate oversight of the project_ The goal is to inspect projects once a year during the construction phase of the project. 20 PROJECT OFFICER RESPONSIBILITIES A directive in the Assistance Administration Manual 5700 outlines roles and responsibilities for all EPA staff with grants management responsibilities and is available on the OGD Grants Intranet website at http://intranet.epa.gov/0GD/policy/ 11 A-Roles-Topics.htm. The project officers must review the grant application to determine that: a The scope of work of the grant is clearly defined • The scope of work is in conformance with the project description • Project schedule and milestones are addressed • There is a clearly stated environmental or public health objective • There is a narrative description of anticipated outputs and outcomes • The applicant has the programmatic capability to successfully manage the project It is expected that the.project will achieve its objective(s), • The costs are necessary, reasonable, and allocable to the project Grant applications should be processed in a timely manner, but the applications should be carefully reviewed and the grant awarded only when it is prudent to do so. Additionally, the Regions may impose reasonable requirements through grant conditions in those situations considered necessary_ On September 15, 2009, OGD issued "Managers' Guidance for Assessing Grants Management and the Management of Interagency Agreements under the Performance Appraisal and Recognition System (PARS)" (http:I/intranet.eoa.gov/volicv/pars/index.btm)). 0GD issued the guidance for consideration in assessing grants project officer and supervisor/manager compliance with key grants management policies under the 2009 PARS process and in developing 2010 PARS performance agreements. In addition, 0GD provided a' two -page Manager's Guide to facilitate discussions with project officers while reviewing their grants management performance under PARS (Attachment C to the September 15, 2009 memorandum PROJECT MANAGEMENT RESOURCES State agencies should be invited to participate as much as possible in the pre -application, application review, and grant administration process. 21 Legislative language in the Agency's FY 1997. Appropriations Act authorized the use of Title II obligations for State administration of wastewater SAAPs and construction grant projects. The guidance document on the implementation of this provision was issued by the Director, Municipal Support Division, on December 3, 1996.21 This provision does not apply to the United States -Mexico Border Program grants or any other funds in the STAG account. States may also use funds awarded under Section 106 of the Clean Water Act (P. L_ 92- 500) for activities associated with these special projects provided Section 106 program officials agree and the activities are included in the Section 106 approved workplan. The Agency's FY 2001 Appropriations Act states that "the Administrator may use up to 3 percent of the amount of each project appropriated to administer the management and oversight of construction of such projects through contracts, allocation to the Army Corps of Engineers, or grants to States." Regardless of the means used to administer the management and oversight of project construction, EPA is ultimately responsible for the project grant and must provide oversight of the project management resource used (contractor, Corps of Engineers, or State). For contractors and the Corps of Engineers, EPA personnel will have direct involvement and oversight of these resources. In the case of States receiving three percent set -aside grants, the EPA Regional Office should conduct annual State visits to monitor overall management and oversight of project grants. A discussion of the three percent set -aside provision is contained on page two of this memorandum. VOLUNTARY ENVIRONMENTAL INITIATIVES The following sections describe various Agency initiatives targeting the water infrastructure sector, both drinking water and wastewater, and may be applicable to certain water quality management activities. Since SAAPs are typically water infrastructure and water quality protection projects, these initiatives are listed here to inform SAAP grant recipients of their purpose in addressing key water infrastructure and quality issues. Incorporating these initiatives into SAAPs is strictly voluntary but should be considered where possible in order to produce better outputs and more effective environmental results. The voluntary environmental initiatives discussed below are eligible for funding with SAAP funds only if the specific voluntary initiative activity selected by the recipient falls within the scope of the project as defined by Congress. Applicants that are interested in.including one or more of the voluntary initiative activities in their workplan should discuss the matter with their regional project officer to determine the eligibility of the activity. 'This document is available on the intemet at cvw.epa.2ovlowm/mablown10328.pdf. 22 Sustainable Water Infrastructure As the country's water infrastructure ages, we are facing a looming crisis in replacing and maintaining the systems that protect the quality of our drinking water and our streams. Deferred maintenance, crumbling systems and a gap between revenues and long term costs are presenting an increasing challenge to the utilities and communities that provide us safe and clean water. As a result, EPA has been pursuing a Sustainable Water Infrastructure Initiative in an attempt to raise the visibility of the challenges and to affect a change towards more sustainable practices. In May 2007, EPA and six national water and wastewater associations signed an agreement to jointly promote effective utility management based on a series of 10 Attributes of Effectively Managed Utilities and other Keys to Management Success. For the first time, this Agreement provides utilities with a common management framework to evaluate and pursue management improvements in all facets of utility operations. Since signing the Agreement, EPA and the Associations have developed a suite of tools to help utilities as they move towards ever more sustainable practices. These include 1) a Primer to help utilities better understand the Attributes and set their priorities — as well as an on-line, interactive tool based on the Primer, 2) a series of suggested utility -specific performance measures linked to the Attributes and Keys to Management Success, 3) an electronic resource "toolbox" that provide utilities with easy access to various guides and other resources linked to the Attributes, and 4) a set of case studies illustrating some of the successes that utilities have had through embracing Effective Utility Management. These implementation tools can be found at http://www.epa.gov/waterinfrastructure/watereum.html. In accordance with the framework provided -by Effective Utility Management, several specific areas and approaches that utilities have found useful in the move to greater sustainability are outlined below. EPA strongly encourages that the principles and approaches outlined here be considered by those receiving special'appropriations for water, wastewater, stormwater, or water quality protection projects. Doing so will not only help utilities in the long run, but in many cases actually reduce costs in the short term. Environmental Management Systems An Environmental Management System ("EMS") is a comprehensive approach for identifying, monitoring, and managing activities that have potential environmental impacts. An EMS provides structure and consistency for overseeing daily activities that shift the environmental focus from reactive to proactive and from focusing exclusively on regulatory compliance to focusing on continual environmental performance in all operations. The implementation of an EMS at water and wastewater utilities can result in increased efficiency, reduced costs and greater operational consistency; improved ability to meet 23 environmental compliance requirements; improved succession planning; and better relationships with regulators. Working with utilities that have successfully implemented an EMS, EPA has developed a number of state-of-the-art tools and guidance to help water and wastewater utilities as they launch an EMS or strive to improve an existing EMS. These tools'are available free of charge at www.peercenter.net. The tools include: • On-line EMS Tutorial for Wastewater Utilties • Energy Management Guidebook • Environmental Management Systems and Asset Management Pamphlet • On-line Toolkit for Wastewater Utilities A similar implementation guide for water utilities, Environmental Management Systems: A Tool to Help Water Utilities Manage More Effectively, is available at www.waterresearchfoundation.org. Asset Management Asset management ("AM") processes help utilities inventory the condition, age, service history and estimated useful life of each asset - and then prioritize assets based on criteria that include: remaining useful life; criticality of the asset; failure probability; cost; actual or potential risk to public health or environment; customer demands and improved operations. During initial AM implementation, the data and information collected helps build asset management plans,that document preventive maintenance schedules, data collection instructions, operational controls and work instructions, performance monitoring requirements, quality control processes, necessary funding reserves for rehabilitation/replacement; etc. The five major steps of developing an asset management system are based on answering the following questions: 1) What is the current state of my assets? 2) What is my required level of service? 3) Which assets are critical to sustained performance? 4) What are my best O&M and capital improvement strategies? 24 5) What is my best long term funding strategy?22 Through preventative maintenance and prioritization of rehabilitation and replacement, Asset Management can improve the efficiency of operations and reduce the long term costs of providing service. The following links will provide additional information on the subject of Asset Management: EPA's Asset Management web site http://www-.epa.gov/owm/assetmanage/index.htm Asset Management: A Handbook for Small Water Systems http://www.eya.gov/safewater/smallsystems/pdfs/wide smallsystems asset ms�mnt.ndf Water Efficient Water Efficiency can make infrastructure systems more sustainable by reducing the quantity of water treated and distributed through water and wastewater systems. Water withdrawn from the environment for human use must be used wisely and effectively, and successfully perform its intended function while using only a minimum amount of water. EPA is promoting the improvement of water use practices to increase efficiency, eliminate waste, and conserve water resources, resulting in a decreased burden on our infrastructure. The WaterSense program, http://www.epa.gov/watersense, works to enhance the market for water efficient products by labeling those products which perform as well as their less efficient counterparts. Promoting water efficiency in communities is important to long term sustainability. Also, a tremendous amount of drinking water is lost from aging and leaky distribution pipes. .By addressing water loss from a distribution system; utilities can reduce the burden on our treatment systems and recover the cost of more of the clean water that they provide. Watershed Approaches to Infrastructure There are a variety of watershed -based approaches to infrastructure management which 22 Pricing is an issue related to asset management. When measured as percentage of household income, the US. pays less for water/wastewater bills than other developed countries. Because of this, the public has been led to -believe -that water is readily available and cheap. Thinking in this area needs to shift to meet our essential infrastructure needs. Prices should be appropriately structured to operate, maintain, and replace infrastructure assets as needed; with appropriate considerations for disadvantaged communities. EPA has brought together information and tools on water and wastewater pricing which can be found at htto-Jfwww.ena.govfwaterinfrattructure/pricjn&findex.htm. The Environmental Finance Center at Boise State, Idaho also provides free "Rate Check Ug' software which may be useful. http_//efc_bdisestate.edu/efc/Tools/UtilftyRateDesienH ithP,ATECheekgp/tabid/85/Default.aspxx. 25 can achieve cost efficiency while producing the same or better water quality results, as well as ancillary benefits. To move towards a sustainable future, utilities will need to -look beyond their `fence lines' and traditional approaches to adopt practices that will help move their systems toward being managed in a sustainable manner while ensuring protection of water quality. For example, the use of Green Infrastructure to manage wet weather employs site - specific best management practices (BMPs) that are designed to maintain natural hydrologic functions by absorbing and infiltrating precipitation where it falls. Examples include rain gardens, swales, porous pavements, and green roofs. Greer' Infrastructure can reduce our reliance on traditional stomwater structures (i.e. pipes, channels, and treatment plants) that are increasingly expensive to build, operate and maintain. In addition, green infrastructure has numerous other benefits such as the protection of surface water quality and drinking water supplies, mitigation of urban heat islands effects, reductions in energy demand (and resulting mitigation of greenhouse gas emissions), and the protection of highly valued natural habitats, forests, and agricultural lands. More information can be found at http://cfpub.epa.gov/nydes/home.cfm?progj_d=298. Source Water Protection is another watershed approach that can reduce the need for or burden on water infrastructure. Protecting drinking water sources usually requires the combined efforts of many partners in a watershed, such as public water systems, communities, resource managers and the public. Information on source water protection can be found at h ://c ub.e a. ov/safewater/sourcewater. Additional details on the Sustainable Infrastructure Initiative can be found at www.epa.gov/waterinfrastructure. PROJECT SPECIFIC GUIDELINES The Appropriations Act and Conference Report contain a number of provisions related to individual projects. The following discussion describes the Agency's interpretation.and planned implementation of these provisions. - Insular Territories Projects Earmark Number 75 in the Agency's FY 2010 Appropriations Act provides $600,000 to the Guam Waterworks Authority for wastewater infrastructure improvements.. The Omnibus Territories Act of 1977 (P.L. 95-134) authorizes Departments and Agencies to award grants to Insular Territories, such as Guam, without a matching requirement. Historically, EPA has exercised this discretionary authority and awarded funds to the Insular Territories without any matching requirement. The Agency intends to continue this practice. . Accordingly, the FY 2010 funds earmarked for Guam can be awarded without a matching requirement. 26 REVISION OF LANGUAGE CONTAINED IN PREVIOUS APPROPRIATIONS The Agency's FY 2010 Appropriations Act amended the following STAG earmarks: The designated recipient for Earmark Number 9 (FY 2002) was changed from the "Southeast Alabama Regional Water Authority" to the "City of Thomasville," Alabama. The designated recipient for Earmark Number 20 (FY 2002) was changed from the "Alabama Regional Water Authority" to the "City of Thomasville," Alabama. The designated recipient for Earmark Number 20 (FY 2003) was changed from the "Southwest Alabama Regional Water Authority" to the "City of Thomasville," Alabama. The designated recipient for Earmark Number 31 (FY 2004) was changed from the "Southwest Alabama Regional Water Supply District" to the "City of Thomasville," Alabama. Earmark Number 30 (FY 2004) was changed from "$2,000,000 to the Tom Bevill Reservoir Management Area for construction of a drinking water reservoir" to "$2,000,000 to Fayette County", Alabama, for "water system upgrades,." The designated recipient for Earmark Number 44 (FY 2009) was changed from the "San Bernardino Municipal Water District" to the "San Bernardino Municipal Water Department." Earmark Number 95 (FY 2009) was changed from "$300,000 to the Village of Crestwood„ Illinois for water storage improvements" to "$300,000 to the City of Quincy", Illinois, for "drinking water system improvements." Earmark Number 96 (FY 2008), was changed from "$300,000 to the City of Prescott," Kansas, for a "wastewater treatment plant construction" to. "$170,800 to the City of Prescott," Kansas for a "wastewater treatment plant construction" and "$129,200 to the City of Wichita,". Kansas for a "stormwater technology pilot project. The project description for Earmark Number 108(FY 2009) to the City of Manhattan, Kansas was changed to "water mainline extension project." Earmark Number 1.11 (FY 2009) was changed from "$290,000 to the Riley County Board of Commissioners for the Konza Sewer Main Extension" to "$290,000 to the City of Manhattan," Kansas, for "the Konza Water Main Extension Project." 27 The designated recipient for Earmark Number 154 (FY 2009) was changed from the "City of Warrensburg," Missouri to "Johnson County," Missouri. The designated recipient for Earmark Number 151 (FY 2009) was changed from the "City of Gravois Mills," Missouri to the "Gravois Arm Sewer District," Missouri. The designated recipient for Earmark Number 155 (FY 2009) was changed from "McDonald County," Missouri to "PWSD #1 of McDonald County," Missouri. Earmark Number 131 (FY 2008) was changed from "$150,000 for the City of Hayti," Missouri, "Pemiscot Consolidated Public Water Supply District I for a water storage tank" to "$150,000 to the Pemiscot Consolidated Public Water Supply District 1. for a drinking water source protection infrastructure project." The project description for Earmark Number 245 (FY 2009) to the City of Lake Norden, South Dakota was changed to "drinking water infrastructure improvements." ACTIONS If you have not already done so, you and your staff should initiate discussions with the • appropriate grant applicants to develop a detailed scope of work and to explain the grant application and review process. Additionally, the grant applicant should be provided with a copy • of this memorandum prior to grant award to ensure that the applicant is on notice of the applicable requirements before the grant is awarded. If you have any questions concerning the contents of this memorandum, you may contact the National SAAP Coordinator, Emily Nicasio, at (202) .564-992O, or have your staff contact George Ames, Chief, State Revolving Fund Branch, at (202) 564-0661.,. Attachments cc: Municipal Construction Program Managers, Regions I — X Regional NEPA Contacts, Regions I — X Catherine Vaas, NPTCD Ed Walsh, OCFO ATTACHMENT 1 SPECIAL WATER AND WASTEWATER INFRASTRUCTURE PROJECTS (STAG ACCOUNT) INCLUDED IN EPA'S FY 2010 APPROPRIATIONS ACT [_ Conference Report Line Item # State Earmark Designation Earmark Amount Final Amount' Z ..I Silly VI IYVIWILAI IV[ WCaLeWGICI tICdl111CIIL 1dlilllty lrrrt7roVCr11W 1W ,'b j4Jr .Uuu '4b 151 01t1 53 CT The Mattabasset District for wastewater treatment facility upgrades $ 500,000 $ . 485,000 54 CT The Town of Prospect for drinking water infrastructure $ 495,000 $ 480.000 55 CT Town of East Lyme for drinking water system improvements $ 300,000 $ 291,000 130 MA City of Gloucester for Essex Avenue Wastewater Treatment Facility $ Upgrade 500,000 $ 485,04(1 131 MA City of Marlborough for infrastructure upgrades at the Westerly Wastewater $ treatment facility 300,000 $ 291,000 132 MA Pioneer Valley Planning Commission for the Connecticut River CSO $ 871,500 $ 845,000 The Cities of Fall River and New Bedford and the towns of Acushnet, 133 MA Mansfield, Norton and Foxboro for Bristol County CSO upgrades $ 750,000 $ 727,000 134 MA The City of Malden for citywide lead water service replacement $ 500,000 $ 485,000 140 ME City of Portland for a combined sewer overflow and storm water runoff $ 1,250 040 improvements project $ 1,212,000 141 ME Limestone Water and Sewer District for design and construction of new $ 550,000 wastewater pipes and pumping stations $ 533,000 142 ME The Town of Machias for sewer system upgrades $ 500,000 $ 485,000 183 NH City of Berlin for replacement and upgrades of water tines and mains $ 450,900 $ 436,000 184 NH City of Keene for a wastewater treatment facility upgrades project $ 300,000 $ 291,000 185 NH City of Manchester for the Phase 11 combined sewer overflow abatement program $ 45O,000 $ 436,000 186 NH City of Nashua for combined sewer overflow improvements $ 300,000 $ 291,000 187 NH Conway Village Fire District for water and wastewater treatment extension project $ 300,000 $ 291,000 Town of Winchester fora wastewater treatm t c..,,..;;*.,Id ct 188 NH 212 NY The City of White Plains for a drinking water transmission line $ 500.000 $ 485,000 213 NY The Town of Pendleton for the replacement of grinder pumps - $ 500.000 $ 485,000 214 NY The Town of Urbana for water and wastewater infrastructure $ 500,000 $ 485,000 215 NY The Village of Saugerties for water and wastewater infrastructure $ 800 000 $ 776.000 improvements 216 NY Westchester Joint Water Works for water main rehabilitation $ 517,000 $ 501,000 217 NY Nassau County for Bay Park STP outfall project $ 300,000 $ 291,000 218 NY Saratoga Hospital in Saratoga, NY for water supply improvements $ 300,000 $ 291,000 $ 10,217,000 $ 9,909,000 56 DE New Castle County for Turkey Run interceptor improvements. $ 300.000 $ 291,000 57 DE Sussex County Council for the Johnson's Corner wastewater improvement $ 300.000 $ 291.000 project 135 MD City of Frostburg for combined sewer overflow improvements $ 300,000 $ 291,000 136 MD Maryland Department of the Environment for Salisbury cast iron distribution $ 500,000 $ 485,000 137 MD, The City of Rockville for sanitary sewer rehabilitation $ 750,000 $ 727,000 138 MD The Town of Chesapeake Beach for WWTP Enhanced Nutrient Removal $ 700000 $ 679.000 Upgrade and Expansion Washington Suburban Sanitary Commission (MD), Washington Area Sewer Authority (DC), and Fairfax County Public Works Department (VA) 139 MD, DC, VA for water and wastewater infrastructure improvements at the Blue Plains $ 1.200,000 $ 1.164.000 Wastewater Treatment Plant 237 PA Allegheny County Sanitary Authority for the Three Rivers Wet Weather $ 225,000 $ 218.000 Demonstration Program 238 PA Chester County Economic Development Council for the Upper Worthington $ 225,000 $ 218,000 Infrastructure Improvement Project 239 PA Findlay Township Municipal Authority for water and sewer upgrades $ 5 400 $ 485,000 240 PA Haines Aaronsburg Municipal Authority for water line interconnection $ 250000 $ 242,000 241 PA Hegins-Hubley Authority forfacility improvements $ - 68,000 $ 65,000 242 PA Lehigh County Authority for the Vera Cruz wastewater collection system $ 500,000 $ 485,000 243 PA Municipal Authority of the City of Lower Burrell for Wildlife Lodge Road $ 800.000 $ 776,000 sanitary sewer extension 244 PA Northampton, Bucks County Municipal Authority for wastewater $ 500,000 $ 485,000 a infrastructure improvements 245 PA The City of Reading for wastewater infrastructure improvements at Fritz's $ 500,000 $ 485,000 Island 246 PA Thombury Township for Cheyney University! Thombury Township $ 250,000 $ 242,000 wastewater treatment facility improvements 247 PA Id -County Joint Municipal Authority for water treatment infrastructure $ 393 000 $ 381,000 248 PA Westmoreland County Industrial Development Corporation for wastewater $ 300,000 $ 291,000 infrastructure replacement 249 PA - York City Sewer Authority for wastewater facility infrastructure $ 225,000 $ 218.000 287 VA. Caroline County for the Dawn Community $ 300,000 $ 291.000 288 VA Halifax County Service Authority for Maple Avenue wastewater plant $ 500,000 $ 485,000 upgrades 289 VA The City of Alexandria for a water reuse project $ 500,000 $ 485,000 290 VA The City of Alexandria. Ariington County for Four Mile Run infrastructure $ 600.000 $ 485.000 improvements " 291 VA The City of Falls Church for storm water infrastructure $ 500,000 $ 486.000 292 VA Town of Onanoock for wastewater treatment system improvements $ 300 000 $ 291,000 314 WV Marshall County Sewerage District for wastewater infrastructure $ 800,000 $ 776,000 improvements 316 WV The Town of Rowtesburg for drinking water infrastructure improvements $ 500,000 $ 485,000 317 WV Town of Moorefield for wastewater treatment facility upgrades $ 2,500,000 $ 2,425,000 $ 15,186,000 $ 14,727,000 6 AL City of Brewton for a wastewater improvements project $ 300,000 $ 291,000 7 AL East Alabama Water Sewer -and Fire Protection District for wastewater $ 275,000 $ 266,000 system planning 8 AL Fayette County for the construction of a drinking water reservoir $ 6,000,000 $ 5,820,000 9 The City of Enterprise for the Enterprise Southeast lagoon upgrade project $ 500,000 $ 485,000 10 AL The City of Sulligent fora water well and storage tank project $ 500,000 $ - 485,000 11 AL Washington County Commission for the Washington County sanitary sewer $ 500000 , $ 485,000 extension 0 of 58 FL City of West Palm Beach for water infrastructure improvements $ 500,000 $ 485,000 59 FL Jacksonville Water and Sewer Expansion Authority for septic tank $ 500000 $ replacement 485,000 60 FL Santa Rosa County for Navarre Beach water clarifier $ 220,000 $ 213,000 South Seminole and North Orange County Wastewater Transmission 61 FL Authority for wastewater infrastructure improvements $ 500,000 $ 485,000 62 FL St. Johns River Water Management District for East-Central Florida Integrated Water Resources Project $ 300 ,000 $ 291,000 FL The City of Clearwater for wastewater treatment facility improvements .63 $ 500,000 $ 485,000 64 FL The City of Homestead for water utility upgrades $ 500,000 $ 485,000 65 FL The City of Opa-Locka Public Works Division for wastewater infrastructure improvements $ 500,000 $ 485,000 66 FL The City of Quincy for inflow and infiltration improvements $ 440,000 $ 426,000 67 FL The City of Sunrise for a water reclamation system $ 1,000,000 $ 970,000 68 FL City of Tampa for reclaimed water expansion project $ 300,000 $ 291,000 69 GA City of Rome for construction of a new $ 300,000 $ 291,000 70 GA Fort Valley Utility Commission for wastewater reclamation facility $ 500,000 $ 485,000 71 GA Metropolitan North Georgia Water Planning District for multiple water and wastewater system improvements $ 500000 $ 485,000 72 GA The City of Atlanta for sewer system infrastructure improvements $ 500,000 $ 485,000 73 GA The City of Crawfordville for the sewer rehabilitation $ 500,000 $ 485,000 74 GA The City of Kingaland for water and sewer infrastructure $ 500,000 $ 485,000 113 KY City of Burgin for upgrades to the drinking water distribution system $ 340.000 $ 329,000 114 KY City of Eubank for a water line replacement project $ 200.000 $ 194,000 115 KY City of Franklin fora sewer line replacement project $ 100,000 $ 97,000 116 KY City of Vine Grove for construction of additional sewer lines $ 840,000 $ 814,000 117 KY Fleming County for a sewer collection expansion project $ 620,000 $ 601.000 118 KY Franklin County Fiscal Court for the Farmdale area wastewater treatment plant $ 900,000 $ 873,000 119 KY Owensboro-Daviess County Regional Water Resource Agency forthe Locust Hills Subdivision sewer installation project $ 220,000 $ 213,000 120 Perry County Sanitation District No. 1 for wastewater treatment $ 50000(! infrastructure $ 485,000 121 KY The City of Paris for combined utilities water plan improvements $ 500,000 $ 485,000 122 KY The City of Tompkinsville for a water treatment plant backwash lagoon $ 189,750 project . $ 184,000 123 KY The City of Wurfland for the Wuriland/GreenuplLloyd regional sewer project $ 500,000 $ 485,000 159 MS Black Bayou Water Association for drinking water improvements $ 250,000 $ 242,000 160 MS City of Batesville for design and construction of wastewater improvements 275 projects $ 000 $ 266.000 161 MS City of Carthage for a wastewater improvements and rehabilitation project $ 215,000 $ 266.000 162 MS City of Pearl for rehabilitation of wastewater gravity mains $ 277,000 $ 268,000 163 MS City of Ridgeland for construction of a new potable water well $ 200,000 $ 194,000 164 MS Hinds County Board of Supervisors for planning and design of a centralized $ wastewater system 300050 $ 291,000 165 MS Leflore County Board of Supervisors fora stormwater project $ 143,000 $ 138,000 166 MS Mississippi Band of Choctaw Indians for rehabilitation of wastewater pump stations $ 380,000 $ 368,000 167 MS. Tunica County Utility District for construction of a wastewater treatment $ facility 400,000 $ 388,000 173 NC City of Raleigh Public Utilities Department for the Dempsey E. Benton $ . 50040 Water Treatment Plant Backwash Waste Facility 0 $ 485,000 174 NC Greenville Utilities Commission for construction of a wastewater pumping station $ 300,000 $ 291,000 175 NC McDowell County for water system improvements $ 500,000 $ 485,000 176 NC Town of Ahoskie for wastewater system improvements $ 300,000 $ 291,000 177 NC Town of Cary Public Works and Utilities Department for Western Wake $ 1,000 000 regional wastewater management facility $ 970,000 254 SC Laurens Commission of Public Works for construction of a pump station, waterlines, and water tank $ 300,000 $ 291 000 255 SC The City of Rock Hill for the Phase 11 Hagins-Fewell Neighborhood Infrastructure Improvement Project $ 600,000 $ 582,000 The Town of Coward for drinking water and wastewater improvements $ - 500,000 $ 485,000 261 TN Campbell County Government for Campbell County waterline improvements $ 500,000 $ 485,000 262 TN City of Tusculum for planning, design, and construction of a wastewater treatment facility and collection system $ 500,000 $ 485,000 263 TN Dickson County Water Authority for construction of a drinking water system $ 250,000 $ 242,000 264 265 TN TN Hancock County for a drinking water extension project Springville Utility District of Henry County for drinking water system improvements $ 500,000 $ 500,000 $ 485,000 $ 485,000 266 TN The City of Harrogate for wastewater system improvements $ 500,000 $ 485,000 $ 30,294,750 $ 29,377,000 89 IL City of Decatur for water infrastructure improvements ' $ 250,000 $ 242,000 90 IL City of Lexington for water infrastructure improvements $ 100,000 $ 97,000 91 IL City of Peoria for sewer and stormwater improvements $ 300,000 $ 291.000 92 IL Naperville Heritage Society, Naperville, for stormwater management at Naper settlement $ 500,000 $ 485.000 93 IL Sharpsburg and Neighboring Area Water System for infrastructure $ 500.000 $ 485.000 94 IL The Village of Buckner for a water storage tank $ 352.000 $ 341.000 95 IL The Village of Carol Stream for Tubeway Drive stormwater lift station rehabilitation $ 192,500 $ 186,000 96 IL The Village of Hopedale for wastewater treatment facility upgrades $ 180,000 $ 174,000 97 IL The Village of Johnsburg forwastewater treatment infrastructure $ 500,000 $ 485,000 98 IL The Village of Park Forest for sanitary sewer infrastructure $ 500,000 $ 485,000 99 !L Will County for Ridgewood water and waste- water infrastructure improvements $ 550,000 $ 533,000 100 IL Macoupin Countyforwater infrastructure $ 250,000 $ 242,000 101 IN City of Tipton for drinking water and wastewater infrastructure upgrades project $ 300,000 $ 291,000 102 IN Clinton County Government forthe Eastside Regional stormwater improvements $ 500,000 $ 485,000 103 IN The City of Portage for water infrastructure improvements $ 800,000 $ 776,000 104 IN Wadesville-Blairsville Regional Sewer District forthe sanitary sewer system project $ 500,000 $ 485,000 143 MI City of Port Huron for combined sewer overflow improvements $ 300,000 $ 291.000 144 MI Lansing Board of Water & Light for Lansing energy efficient drinking water system $ 500000 $ 485,000 145 MI Oakland/Macomb County Drain Drainage District for interceptor improvements $ 500,000 $ 485,000 146 Ml The City of Detroit DEGC for East. Riverfront wastewater infrastructure ' $ 500 000 $ 485,000 147 . MI The City of Grand Rapids for Eastside CSO separation $ 500000 $ 485,000 148 MI Wayne County for the Rouge River Wet Weather Demonstration Project $ 500,000 $ 485,000 149 MN Cityof Faribault for wastewater infrastructure improvements $ 150,000 $ 145,000 150 MN City of St. Cloud for water infrastructure improvements $ 300,000 $ 291,000 151 MN Grand Rapids Public Utilities Commission for wastewater facilities.$ ° improvements 1,000.000 $ 970,000 rn 152 MN South Bend Township for water and sewer infrastructure $ 500,000 $ 485,000 153 MN The City of Maple Plain for water treatment facilityinfrastructure ". $ 500,000 $ 485,000 219 OH Belmont County Commissioners for construction of sanitary sewer system $ 400,000 $ 388,000 220 OH Butler County Commissioners.for the Ross Township sewer project $ 500,000 $ 485,000 221 OH City of Fostoria for the planning, design and construction of a new sanitary pump station and force main $ 500,000 $ 485,000 222 OH City of Fremont for combined sewer overflow improvements $ 500,000 $ 485.000 223 OH Knox County for construction of wastewater collection and treatment system $ 4{]0,000 $ 388.000 224 OH Muskingum County Commissioners for Maysville sewer improvements $ 500,000 $ 485,000 225 OH Ottawa County for the Ottawa County sanitary sewer project . $ 500,000 $ 485,000 226, OH The City of Ashland fora waterline replacement. project $ 500,000 $ 485000 227 OH The City of Stow for sanitary sewer system infrastructure $ 500,000 $ 485,000 228 OH The Cityof Vandalia for airport access road water and sewer extensions $ 500.000 $ 485,000 229 OH The City of Worthington for sanitary sewer improvements $ 500,000 $ 485,000 230 OH The Village of Dillonvale for water meter replacement $ 100,000. $ 97,000 231 OH The Village of Tiro fora water distribution system $ 500,000 $ 485.000 232 OH Trumbull County Commissioners for wastewater infrastructure improvements $ 300,000 $ 291,000 307 WI City of Janesville for wastewater treatment plant improvements $ 400,000 $. 388 Q00 308 WI City of Waukesha Water Utility for drinking water system improvements $ 400 000 $ 388,000 309 WI Milwaukee Metropolitan Sewerage District for the replacement of a central sewer system $ 400,000 $ 388,000 310 WI The City of Abbotsford for water treatment infrastructure $ 1,000,000 $ 970,000 311 Wi The City of Park Falls for sewer infrastructure $ 550,000 $ 533,000 312 WI The Village of Athens for wastewater treatment facility upgrades $ 1,000,000 $ 970,000 313 WI The Village of Stetsonville for a public drinking water system $ 1,000,000 $ 970,000 315 WV Ohio River Valley Sanitation Commission of organic detection system improvements $ 1,200,000 $ 1,164,000 $ .23,674,500 $ 22,960 000 12 AR Cabot Waterworks for wastewater improvements $ 500,000 $ 485,000 13 AR City of Dardanelle for water treatment plant expansion $ 300,000 $ 291,000 14 AR Cityof Forrest Cityfor water infrastructure improvements $ 300,000 $ 291,000 15 AR City of Warren for water infrastructure improvements $ 300,000 $ 291,000 16 AR Fort Chaffee Redevelopment Authority for water system improvements $ 300,000 $ 291,000 17 AR The City of Fayetteville for Elkins Outfall Sewer Line sewer replacement $ 500,000 $ 485,000 124 LA City of Baton Rouge for East Baton Rouge Parish wastewater system improvements $ 300,000 $ 291,000 :125 LA City of Lake Charles for wastewater system improvements $ 300,000 $ 291,000 126 LA Lafayette Utilities System for drinking water and wastewater line relocations and upgrades project $ 300,000 $ 290,000 127 LA St. Tammany Parish for Bayou Chinchuba Regional water retention $ 500,000 $ 485,000 128 LA The City of Monroe for a wastewater treatment system $ 500,000 $ 485,000 129 LA Cityof Grambling for drinking water system improvements $ 300,000 $ 291,000 198 NM The Pueblo of San Felipe for wastewater infrastructure $ , 400,000 $ 388,000 199 NM City of Carlsbad for a water reuse project $ 300,000 $ 291,000 200 NM City of Portales for wastewater treatment plant improvements $ 300,000 $ 291,000 233 OK City of Enid for planning, design and construction of a wastewater $ treatment plant 300,00 0 $ 291,000 234 OK Lawton Ft. Sill Chamber of Commerce for Lawton Industrial Park $ 750,000 Expansion for Water and Sewer Line Extensions $ 726,000 267 TX City of Beaumont for a sewer line rehabilitation project $ 400,000 $ 388,000 268 TX Cityof Lubbock fora treated drinking water pipeline project $ 200,000 $ 194,000 269 TX City of Lufkin for design and construction of drinking water infrastructure, storage and treatment capacity $ 400 000 $ 388,000 270 TX City of Nacogdoches for constriction of two detention ponds $ 500,000 $ 485,000 • 271 TX City of Round Rock for planning, design and construction of a regional water supply system $ 300,000 $ 291,000 272 TX The City of Andrews for Andrews arsenic filtration pilot project $ 400,000 $ 388,000 273 TX The City of Austin forAustin SanitarySewer Overflow Prevention $ 500,000 $ 485,000 274 TX The City of Baytown for water and wastewater infrastructure improvements $ 500,000 $ 484,000 275 TX The City of Crystal City for water infrastructure improvements $ 500,000 $ 485,000 276 TX The City of Gainesville for the water treatment plant expansion project $ 500,000 485,000 277 TX The City of Joshua for the Joshua drainage project in"Johnson County $ .1,000,000 $ 970,000 • 278 TX The City of La Vemia for drinking water infrastructure $ 500,000 $ 485,000 279 TX The City of Petersburg for elevated water lank replacement - $ 439.000 $ 425,000 • 280 TX The City of Temple for industrial park wastewater line and interceptor $ 500 000 $ 485,000 TX El Paso Set -Aside from US -Mexico Border Program $ 1,250,000 $ 1,250,000 TX Brownsville Set -Aside from US -Mexico Border Program $ 1,250,000 $ 1,250,000 $ 15,589,000 $ 15192,000 $1 IA Cityof Boone forwastewater and stonmwater infrastructure improvements $ 300 000 $ 291.000 82 IA City of Clinton for construction of a new wastewater treatment facility $ 300.00O $ 291,000 83 IA City of Keokuk for a stormwater and sewer separation project $ 300,000 $ 291,000 84 IA City of Ottumwa for wastewater and stormwater infrastructure improvements $ 300,000 . $ 291,000 The City of Gamer for wastewater treatment infrastructure improvements $ 500,000 $ 485,000 105 KS treatment facility City of Buhler for construction of an adsorption media drinking water $ 600,000 $ 582,000 106 KS City of Iola for drinking water and wastewater pipe improvements project $ 300,000 $ . 291,000 107 - KS Cityof Junction Cityfor construction of a drinking water project $ 250,000 $ 242,000 108 KS City of Marion for construction of a wastewater project $ 150,000 $ 145,000 N 109 KS City of Russell for replacement of cast iron drinking water lines $ 400,000 $ 388,000 m 110 KS Pottawatomie County for construction of a main pump wastewater station $ 400,000 $ 388.000 i KS e City of DeSoto for water treatment infrastructure improvements at the The $ 500000 $ 485,000 Sunflower Army Ammunition Plant 112 KS The City of Rose Hill for the Berlin Drainage Project $ 500,000 $ 485,000 154 MO City of Lee's Summit for a wastewater infrastructure improvements project $ 1,500.000 $ 1,455,000 155 MO City of New Haven for consolidation and replacement of wastewater pump $ 300000 $ 291,000 stations 156 MO PWSD #1 of McDonald County for wastewater infrastructure $ 465,000 $ 451.000 157 MO The City of East Prairie for stormwater and sewer infrastructure $ 200,000 $ 194,000 158 MO The City of Saint Joseph for stormwater and wastewater infrastructure $ 500,000 $ 485.000 181 NE City of Plattsmouth for combined sewer overflow improvements $ 1,200,000 $ 1,164.000 182 NE The City of Omaha -for CSO controls $ 500,000 $ 485,000 $ 9,465,000 $ 9,180,000 50 CO City of Monte Vista for wastewater facility consolidation $ 300,000 $ 291,000 51 CO City of Rifle for drinking water infrastructure improvements $ 300.000 $ 291.000 168 MT Butte -Silver Bow Consolidated Government for drinking water $ 500,000 $ 485,000 improvements for the City of Butte 169 MT City of Bozeman for water treatment facility improvements $ 500,000 $ 485.000 170 MT City of Missoula for wastewater facility improvements $ 200,000 $ 194,000 171 MT Crow Tribe in Crow Agency for wastewater infrastructure improvements $ 300,000 $ 291,000 • 172 MT Em-Kayan County Water and Sewer District for infrastructure $ 290,600 $ 280,000 improvements 178 ND City of Valley City for drinking water system improvements $ 400,000 $ 388,000 179 ND City of Washburn for drinking water treatment facility upgrades $ 400,000 $ 388,000 180 NO Stutsman Rural Water District, Stutsman County for drinking water system $ 400,000 $ 388,000 • improvements 257 SD City of Elk Point for water and wastewater infrastructure improvements $ 400,000 $ 388,000 O ai 258 SO City of Lead for water and wastewater infrastructure improvements $ 400.000 $ 388,000 259 SD City of Rapid City for wastewater infrastructure improvements $ 300,000 $ 291.000 260 SD Brant Lake Sanitary District for wastewater infrastructure improvements $ 400,000. $ 388,004 281 'UT City of Lindon for channel improvements in a stormwater detention and $ 500,000 $ 485,000 management area 282 UT City of Taylorsville for stormwater infrastructure improvements and $ 500,000 $ 485,000 upgrades 283 UT Clearfield City for a drinking water and wastewater improvements project $ 300,000 $ 290,000 284 UT Draper City for construction of a culinary reservoir $ • 500,000 $ 485,000 285 UT South Salt Lake City fora waterline replacement project $ 300,000 $ 291,000 286 UT Weber Countyfor the Weber Countystormwater master plan $ 500,000 $ 485,000 $ 7,690,600 $ 7,457,000 18 AZ City of Safford for water infrastructure improvements $ 300,000 $ 291,000 19 AZ The Pascua Yacqui Tribe for the master drainage plan . $ 1,000,000 $ 970,000 20 AZ The Town of Chino Valley for water and wastewater infrastructure $ 500,000 $ 485,000 21 AZ The Town of Miami for sewer collection system upgrades $ 220,000 $ 213,000 22 CA Big Bear Department of Water and, Power for Big Bear Lake water system $ 750,000 $ 727,000 infrastructure improvements . 23 CA Carlsbad for Vista -Carlsbad joint wastewater project $ 500,000 $ - 485,000 24 CA City of East Palo Alto for the East Palo Alto water supply and stomiwater $ 875,000 $ 848,000 management improvements 25 CA City of Eureka for the Martin Slough interceptor project $ 875,000 $ 848,000 26 CA City of Galt for Wastewater Treatment Plant Upgrades $ 500,000 $ 485,000 27 CA City of Rialto for inland empire groundwater remediation and drinking water $ 300 000 $ 291,000 system improvements 28 CA City of Santa Monica for the Santa Monica water system reliability project $ 875,000 $ 848,000 29 CA City of Westminster for Stormwater System improvements $ 875,000 $ 848,000 30 CA Helix Water District for the El Monte Valley groundwater recharge project $ 500000 $ 485 000 31 CAMonterey County Water Resources Agency for the Lower Carmel River and $ 500,000 $ 485,000 Lagoon Floodplain restoration and enhancement project 32 CA " Municipal Water District of Orange County for water supply improvements $ 875.000 $ 848.000 33 CA Palmdale Water District for water main replacement $ 500.000 $ 485,000 34 CA Shasta County for Elk Trail Water System Improvements $ 875,000 $ 848.000 35 CA South Montebello Irrigation District for water system infrastructure improvements $ 550,000 $ 533,000 36 CA South Pasadena for Wilson Reservoir replacement $ 300,000 $ 291.900 37 CA The City of Arcadia for the Arcadia and Sierra Madre joint water infrastructure project $ 500.000 $ 485.000 38 CA The City of Bell for Sewer Infrastructure Modernization $ 675.000 $ 654.000 39 CA The City of Calimesa for storm drain improvements $ 500.000 $ 485,000 40 CA The City of Cathedral City for South City Improvement District groundwater protection $ 500 000 $ 485,000 rn 41 CA The City of Ceres for East Service Road sanitary sewer extension $ 500,000 $ 485,000 42 CA The City of Culver City for storm water improvements $ 500,000 $ 485.000 43 CA The City of Los Angeles for the Elysian Park water recycling project $ 500,000 $ 485,000 44 CA The City of Ridgecrest for wastewater treatment facility infrastructure $ 400,000 $ 388,000 45 CA The City of San Jose for the San Jose Redevelopment Area sewer main rehabilitation $ 300,000 $ 291.000 46 CA The City of San Juan Capistrano for ground water recovery plant expansion $ 625,000 and regional distribution facility $ 606,000 47 CA The City of Temple City for storm drain installation $ 200,000 $ 194,000 48 CA The City of Vallejo for Mare Island sanitary sewer and storm drain improvements $ 750,000 $ 727,000 49 CA Western Municipal Water District for Arlington Desalter Biodenitrification $ 625,000 $ 606,000 75 GU Guam Waterworks Authority for Wastewater Infrastructure Improvements $ 600,000 $ 582,000 76 HI County of Kauai for the Waimea Wastewater Treatment Plant expansion project $ 1000 040 $ 970,000 77 HI Hawaii County for the Hawaii Ocean View Estates drinking water source development project $ - 220,000 $ 213,000 78 HI Hawaii County for the Kapulena drinking water source development project $ 739,750 $ 717,000 79 HI Maui County for infrastructure improvements at the Kamole water treatment plant $ 1.000.000 $ 970,000 80 HI Maui County for Kaa Force main replacement $ 1,000,000 $ 970,000 201 NV City of Boulder City for water infrastructure improvements $ 290,000 $ 21,000 202 NV City of Carson City for the Marlette -Hobart water system improvements $ 3 000 $ 339,000 203 NV City of Fernley for a wastewater infrastructure project $ 300,000 $ 291,!x10 204 NV Las Vegas Paiute Tribe for water infrastructure improvements $ . 550,000 $ 633,000 205 NV Lyon County Utilities for wastewater infrastructure improvements at Mound House $ 500.000 $ 485,000 $ 24,794,750 $ 24,041,000 I AK City of Buckland for construction of a piped water and sewer system $ 500000 $ 484,000 2 AK City of Homer for planning and design of a new drinking water system $ 500 000 $ 485000 3 AK City of Kodiak for water and sewer improvements $ 300,000 $ 290.000 4 AK City of Soldotna for a water and wastewater improvements project $ 500,000 $ 484,000 5 AK Municipality of Skagway fora wastewater treatment facility expansion " project $ 300,000 $ 299,000 86 ID City of American Falls for construction of a wastewater treatment facility $ 300,000 $ 291;000 87 ID Granite Reeder Water and Sewer District for construction of a sewage collection system $ 300000 $ 291,000 88 ID The Cityof Buhl forwastewater treatment infrastructure $ 750,000 $ 727,000 • 235 OR .City of Vemonia wastewater system improvements $ 300,000 $ 291,000 235 OR Umatilla County for Milton-Freewater stormwater system improvements 0 $ 300,000 $ 291000 c 296 WA City of Puyallup for wastewater pump and main force upgrades $ 500,000 $ 485,000 m 297 WA Cowlitz Public Utility District in Cowlitz County for replacement of. wastewater infrastructure $ 400,000 $ 388,000 298 WA Jefferson County Department of Community Development for the Port • Hadlock wastewater system $ 1000000 $ 970,000 299 WA The Cityof Buckley for emergency intertie booster station $ 333,850 $ 323,000 300 WA The City of Lacey for regional reclaimed water project $ 500,000 $ 485,000 301 WA The City of Rock Island for wastewater system infrastructure $ 500.000 $ 485,000 302 WA The City of Seattle for the Magnuson Park Wetlands Project $ 500.000 $ 485,000 WA The City of South Bend for the Willapa Regional wastewater facilities .303 project $ 500,000 $ 485,900 304 WA The City of Tacoma for the Tacoma downtown sustainable storm drainage system $ 1,500,000 $ 1,455,000 305 WA West Sound Utility District for the Port Orchard reclaimed water distribution system $ 165,000 $ 160,000 306 WA Whatcom County for stormwater system improvements $ 300.000 $ 291000 $ 10,248,850 $ 9,937,000 $ 159,276,950.00 $ 154,529,000.00 3% available: $ 4,747,950.00 `Final Amount calculated as: Conference Report Earmark Amount less 3% administrative set -aside. 3% set -aside not applied to US -Mexico Border Program. ATTACHMENT 2 DELEGATIONS MANUAL 1200 TN 516 09/28/2000 GENERAL, ADMINISTRATIVE, AND MISCELLANEOUS -102. Grants and Cooperative Agreements for Water Infrastnacture Projects or Other • Water Resource -Projects from Funds Appropriated for the State and Tribal Assistance Grant Account or the Environmental Programs and Management • Account AUTHORITY. To approve and administer grants and cooperative agreements for water infrastructure projects or other water resource projects from funds appropriated for the State and Tribal Assistance Grant Account or the Environmental Programs and Management Account or any successor accounts, including a project authorized by Section 510 of the Water Quality Act of 1987, P.L. 100-4,101 Stat. 7,80, EPA's FY 1991 Appropriations Act (P.I._ 101.507), and any subsequent public law; and to perform other activities necessary for the effective administration of those grants and cooperative agreements. 2. TO WHOM DELEGATED. The Assistant Administrator for Water and Regional Administrators. 3. REDELEGATION AUTHORITY. a. The authority granted to the Regional Administrator may be redelegated to the Division Director level, or equivalent, and no further. b. The authority granted to the Assistant Administrator for Water may redelegated to the Office Director level, or equivalent, and no further. 4. LIMITATIONS. a. Except as provided inc. below, this delegation applies only to those grants and cooperative agreements for which authority is provided exclusively in a statute other than the Clean Water Act or the Safe Drinking Water Act (e.g., a statute making appropriations to the State and Tribal Assistance Grant Account or the Environmental Programs and Management Account or any successor accounts). b. Awards are subject to guidance issued by the Office of the Comptroller or by the Office of Water or its Component Offices. This delegation also applies to grants and cooperative agreements for projects described in, and pursuant to the 1987 Water Quality Act Section 510, as amended by EPA's 1991 Appropriations Act (PL l01-507), as amended. 5. ADDITIONAL REFERENCES. a. Authority to execute (sign) these financial assistance agreements is delegated to the Regional Administrators under Delegation 1-14, Assistance Agreements; b. 40 CFR Part 31; c. 40 CFR Part 40 for Demonstration grants; d. 40 CFR Part 35, Subpart K; and e. EPA Assistance Administration Manual. ATTACHMENT.. 3 LISTING OF CROSS -CUTTING FEDERAL AUTHORITIES FOR SPECIAL APPROPRIATIONS ACT PROJECTS Environmental Authorities Archeological and Historic Preservation Act, Pub. L. 93=291, as amended Clean Air Act, Pub. L. 95-95, as amended Clean Water Act, Tittles III, IV and V. Pub. L. 92-500, as amended Coastal Barrier Resources Act, Pub. L_ 97-348 Coastal Zone Management Act, Pub. L. 92-583, as amended Endangered Species Act, Pub. L- 93-205 as amended Environmental Justice, Executive Order 12898 Flood Plain Management, Executive Order 11988 as amended by Executive Order 12148 Protection of Wetlands, Executive Order 11990 as amended by Executive Order 12608 Farmland Protection Policy Act, Pub. L. 97-98 Fish and Wildlife.Coordination Act, Pub. L. 85-624, as amended Magnunson-Stevens Fishery Conservation and Management Act, Pub. L_ 94-265 National Environmental Policy Act, Pub. L. 91-190 National Historic Preservation Act, Pub. L. 89-655, as amended. Safe Drinking Water Act, Pub L. 93-523, as amended Wild and Scenic Rivers Act, Pub. L. 90-54, as amended. Economic and Miscellaneous Authorities Debarment and Suspension, Executive Order 12549 2 Demonstration Cities and Metropolitan Development Act, Pub. L. 89-754, as amended, and Executive Order 12372 Drug -Free Workplace Act, Pub. L 100-690 Government Neutrality Toward Contractor's Labor Relations, Executive Order 13202 as amended by Executive Order 13208 New Restrictions on Lobbying, Section 319 of Pub. L. 101-121 Prohibitions relating to violations of the Clean Water Act or Clean Air Act with respect to Federal contracts, grants, or loans under Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, and Executive Order 11738. Uniform Relocation and Real Property Acquisition Policies Act, Pub. L. 91-646, as amended Civil Rights, Nondiscrimination, Equal Employment Opportunity Authorities Age Discrimination Act, Pub. L. 94-135 Equal Employment Opportunity, Executive Order 11246 Section I3 of the Clean Water Act, Pub. L 92-500 Section 504 of the Rehabilitation Act, Pub. L 93-112 supplemented by Executive Orders 11914 and 11250 Title VI of the Civil Rights Act, Pub. L 88-352 Disadvantaged Business Enterprise Authorities EPA's FY 1993 Appropriations Act, Pub. L> 102-389 Section 129 of the Small Business Administration Reauthorization and Amendment Act, Pub. L 100-590 Small, Minority and Women Owned Business Enterprises, Executive Orders 11625, 12138 and 12432 ATTACHMENT 4 7.BBTd — 2ODEC2004 CWSRF 13ENEf IFS ASSeSSJ+eI Ny` —'CO,e MFMwtES FfR PRo]ECT; This page lays out the Measures, An electronic version of this worksheet will he used for reporting. It will include inks to the oer-mrrnohs and 6ArA sources listings found on the following pages, These describe the data requested and EPA's plans to aggregate the Information for all projects. ■ COMPJete maasuies 0, 1,-2, 3, and 4 foreach-Indlvldualprafcrf at the time of loan execution; a single loan may finance multiple projects. 1, 2, and 3b are optional for nonpoint source projects. Please Include clarifying and other comments where applicable. CYI+SRF Core BenefitaMeasures Basic project information (varmptete for all projects) a. Project name -- Project troctdag # tr Additional tracking # (pha ed pn4ect? ❑ phase #..:.r� n& -project # ) b. Permit- Type.______________ Number ►Naterbedy i/12-dlglt i UC :.._ 0.ther:lacatlon'infrmatlon: C. CWSRP loan amount to the prdj erg d. Total CWSRF loan artilfunt $ — EceFuition date"_ Irfteit rat$ (final) °la Repayment period : yrs R. NIMS ca egarles for the prat. Circle .ail NIF4S categories that apply to the project. For a nonpoint source project, enter the sub-catogory. X IZ ' IIIA 11Th IVA IVY V Vr X. NPS-VIr 1. User population served by then project l treatineat facuity(les) 2..5 Volume of wastoweter treated/processed. . project my;d i treatment facilitp(Ies) mgd 3. Improvement or maintenance of -water quality. a. Does this project contribute to (ditac one). water quality lmprovemerit?❑ neither ❑ water quality maintenance? p eb. Does this project allow the system to (check one) achieve compliance? ❑ neither O maintain compliance? ❑ c. Is the affected surface water❑ or groundwater ❑ meetinfl standards❑• lid ❑, threatened ❑ OF not assessed a Repottin0thtoJtlon= pen tilling outihrI Name Ploy d. Does this project's specific loadings reductions allow the system to address: an existing TMDL allocation? ❑ a projected TMDL allocation? ❑ a watershed management plan? ❑ NIA ❑ 4. Contribution to protection or restoration of designated uses and Outcomes in the affected waterbody. Mark all applicable boxes with a V"• For the designated uses, specify one primary use that drives the water quality goals of the project, If applicable. P -primary O -other, If the project does not provide any water quality or public health benefits, but only Improves infrastructure simply check this box. ❑ 0 Vii# rs Protection ration 0erL4hlishe. -0 ]. c.tlr ^ Iease s e U :�; 10,46 g eci. L LI DEFINTTIONs and DATA SOURCES for the Core Benefits Measures 0. a. Project name and tracking #s Enter the project name and the number used to track the project in your state CWSRF program. If additional tracking information is required, enter 'a," "b," "c," etc. For example, if the .project number refers to the loan and this only one of three projects under that loan, differentiate the projects as "a," "b," and "c." If the project received a previous CWSRF loan, note the tracking number of the original loan/project. b. Permit type & number, waterbody ID/12-digit HUC, other location information Permit type will usually be "NPDES," but may be groundwater or land discharge.. Please also enter a waterbody ID #, a HUC (hydrologic unit code) number, or some other geographic information for the affected waterbody(ies). This is especially important if the facility that the project affects does not have a permit or it the project affects a waterbody or waterbodies other than the receiving waterbody for this facility. A permit number itself should allow states and EPA to access this information. This information will allow EPA to access additional information about the waterbody from other data sources. Waterbody ID #'s are part of the National Hydrography Dataset (NHD) and are available through map interfaces on the EPA and USGS websites, as are HUCs. State environmental or mapping agencies can also often provide this information. c. CWSRF loan amount to the project Enter the amount loaned to finance the specific project. This may differ from the total loan amount if the loan finances multiple projects. •d. Total CWSRF loan amount and execution date Enter the total loan amount and the date of loan execution. Interest rate and repayment period EPA will use this information and market data to compute estimated borrower savings due to the CWSRF interest rate subsidy. Report the final interest rate that includes any fees to best capture the borrower's realized savings. e. NIMS project categories for the loan This Is the simplest way to describe a project. Its use here allows reporting For the individual projects that often receive financing from a single CWSRF loan, thus accurately cataloguing benefits Information. Select all categories that apply to the project (not all categories that apply to the loan). (The electronic version makes this much easier.) Note: If the project includes multiple NIMScategories (next page), please consider reporting project cost allocated to each NIMS category. This optional step will help EPA use environmental benefits information to the greatest effect. Category I Secondary treatment and best practicable wastewater treatment technology. II Advanced treatment. IIIA Infiltration/inflow correction. IIIB Replacement and/or major rehabilitation of existing sewer systems. IVA New collector sewer systems and appurtenances. IVB New interceptor sewer systems and appurtenances. V Correction of combined sewer overflows. VI Municipal storm water management programs pursuant to NPDES permits. VII Nonpoint source projects related to •A agriculture activities H idle, and underusedd Industrial sites B animal agricultural activities I petroleum or chemical tanks C forestry activities J sanitary landfills D development: roads, buildings, etc K stream bank/shoreline modification, E ground water pollution dams, wettand/riparian improvements F boating and marinas L rehabil€tation/replacement of individual G mining and quarrying activities or community sewage disposal systems X Recycled water distribution 1. User population served Enter the number of people that the project serves directly and the number of people currently connected to the permitted facility or system that the CWSRF project improves. I this information has not been updated on the permit recently, the applicant should be able to provide it easily. Example: A project that simply extends sewer lines to a neighborhood that was formerly on septic would only register the population of that neighborhood as served directly. I&I improvements throughout the system that allow the treatment plant to maintain capacity for the newly connected neighborhood, however, would register the entire population connected to that facility as served directly. In both example cases, we would enter the entire population connected to the facility In the facility blank. Thus for the latter case, we enter the entire population connected to the facility €n both blanks. 2. Volume of wastewater treated/processed For the project, enter the flow that it directly affects. This figure could be equivalent to the entryfor the facility(ies), the design flow obtained from the engineering plans or updated permit for the facility. When flow cannot be accurately calculated for each phase of a phased project, divide the final resulting affected flow and design flow by the number of anticipated loan commitments and report the quotient for each commitment year. Example 1: A CWSRF loan funds rehabilitation of two pump stations, each of which processes 8% of total flow to the treatment facility. Enter 16% of the total flow for the project and enter the total design flow for the.facility. Example 2: A CWSRF loan funds I&I repair designed to only affect 5% of flow but is designed to reduce wet weather flow by 12%. Because this project is not predominantly a wet weather project, we would count the 5%. (If is was a wet weather project, we would count the 12%.) Enter the total design flow for the facility. 3. a. Improvement or maintenance of water quality. To contribute to water quality improvement, a project must reduce pollutant loading to the receiving waterbody. A project that simply sustains the treatment capacity of a facility counts for water quality maintenance. Find this information in the engineering and/or environmental review documents for a project. It may be wise to confirm pre -project pollutant loadings with information from the most recent Discharge Monitoring Reports (DMRs). (See also 3d.) b. Compliance Use the engineering, and environmental. review documents, the DMRs, and the permit (most likely a NPDES permit, but also possibly a reuse, recharge, or land discharge permit), along with any administrative, consent, or court orders. Any project that eliminates risk of noncompliance can be counted as having maintained compliance. c. Is the affected surface water' or 'groundwater' meeting standards, impaired, or threatened? Check the surface water. or the groundwater box. Access the name of the receiving waterbody from, the permit or another state data system (or a different affected waterbody for a nonpoint source project or other project). Then look It up on the 303(d) impaired waters list, or on a state groundwaters list, to learn If It Is meeting standards, impaired or threatened, or not assessed. d. Does this project allow the system, to address a TMDL allocation or watershed management plan? Because TMDL Implementation is incomplete and NPDES permits are only renewed every five years, it will be necessary to contact the state environmental agency's TMDL office to learn if the receiving waterbody has an approved TMDL. If it does, refer back to the engineering and environmental documents to see If the CWSRF-funded project reduced the specified pollutants in the TMDL In some cases, this TMDL information will already be attached to the permit. Projects on impaired waters do NOT automatically address a TMDL. In the Chesapeake Bay watershed and others, states are implementing watershed management plans that will prevent the need for a TMDL. Check with the appropriate state offices to determine Whether the project helps implement such a plan. For projects on waterbodies without TMDLs or management plans or for projects that do not • help meet the goals - often pollutant -specific - of such efforts, check the N/A box. A project may address both TMDLs and a watershed management plan - check both boxes, Example: On a nutrient impaired stream, a new wastewater treatment plant replaces a smaller early- O980s POTW and the aging septic tanks of a few subdivisions. In the next few years, its up- to-date treatment processes will improve pollutant removal efficiency. Because state or local planning has targeted the area for development, however, the plant Is designed and permitted for a higher level of loadings to the stream than the existing POTW. Average effluent loadings over the lifetime of the plant will be significantly greater than those from the old POTW. a. Check the NL box. The project will degrade, not maintain or improve, water quality. b. Check the box for achieves comoiianee, since the project will comply with stricter permit limits. c. The receiving waterbody is impaired. d. Although a TMDL has been submitted to EPA for the stream, the permit does not contain any allocations. The TMDL program office, however, quotes a projected allocation figure for nutrients that the new facility does meet. Check the prolected TMDL allocation box. .4. Contribution to protection' or restoration of designated uses" in the receiving vaterbody. If the project maintains or improves water quality or, as In the case of the example for .measure 3, increases effluent loadings but meets its permit, It is contributing to protection o - a uses you find when matching pollutants; if the project reduces loadings of a pollutant that Is impairing a designated use (303(d) list), the project tootrillutes to restoration of thatitse. While some project. benefits are better- described as Infrastructure . improvement, ovement, we should make an effort —to the extent that the documentation allows' —to. linkproject benefits to the affected waterbody of the facility/system. While It may be obvious in some cases, we can systematically link a project: to Uses of the affected waterbody. First, Identify pollutants that the project removes from the influent sewage (design and environmental review documents) and that show up In the : water quality criteria for the receiving waterbody's cases (water- quality standards. database)- and outcomes. The design objectives fOr the project will make it dear which pollutants are targeted and will often mention uses/outcomes that are driving the P.project. 6nly remark uses/outcomes that are explicitly addressed or strongly inferred by the planning and design documentation. If these documentsdonot specify uses/outcomes, mark those that the project significantly affects. For the :designated uses, specify one and only one primary use that drives the water quality goals of the project, if applicable.n Specify "other" far additional uses. "Note, that EPA will report this Mebsu:ro using a summary use/outcome list. It way make sense for states to record the measure using their own established stoat designated uses; EPA would then work with stags to equate State uses with EPA. reported summary uses. for the pilot effort, the form Will provide a summary .use/outcome list withspace for states to enter additional uses and outcomes. 1 if two separate uses more or less:<equally contribute to the project's goals, make a note. The electronic form will have a separate option for this. For projects that address, for example, a sewage spill that does not flow into the receiving waterbody, we assume that the "other public health" outcome category is most appropriate Example: A project renovates a POTW and installs post -secondary chemical phosphorus removal equipment to comply with new TMDL allocations. The receiving waterbody is temperature Impaired for its designated use as a cold water fishery and is also bacteria -impaired for Its use of primary contact recreation. The project reduces effluent loadings of BOD, TSS, ammonia, and phosphorus. Because these pollutants are listed in the criteria for the receiving waterbody's two designated uses, the project protects both uses. Because the TSS reduction will affect the listed bacteria impairment, the project contributes to restoration of the primary contact recreation use. But because the project did not change effluent temperature, it will not be credited with restoring the cold water fishery use. Nonetheless, the cold water fishery is the primary use for this waterbody because its more stringent water quality criteria drive efforts to reduce loadings. Do not mark additional uses that are not explicitly addressed or strongly inferred In the planning/design documentation, even if project improvements incidentally protect these uses (e.g. agriculture). Additional important comments It is important to take every reasonable step to accurately link loan dollars spent for a project to the uses/outcomes that the project benefits. We can rarely measure protection or restoration of fishing or recreational uses on the scale of a single CWSRF project andthe associated affected waterbody. State assigned designated uses and accompanying water quality criteria allow us to link the loading reductions from a CWSRF project to fishing, swimming, and other uses of and outcomes for affected waterbodies. ATTACHMENT. 5 �.�o srtrs r" t1 UNITED STATES ENVIRONMENTAL PROTECTION �f�Q ' AGENCY WASHINGTON, D.C. 20460 Clean Water State Revolving Fund SAAP-06-02 January 20, 2006 MEMORANDUM SUBJECT: ' Update to Guidelines for Implementing the Three Percent Set -aside Provision FROM: George Ames, Chief Ise State Revolving Fund Branch TO: Special Appropriations Act Projects Coordinators The purpose of this memorandum is to provide Regional Coordinators with an update to the .guidelines for implementation of the three percent set -aside provision ("guidelines"), issued on September 27, 2001. Specifically, this memorandum will change the process for distribution of the set -aside to those States that choose to accept the set -aside for project inspection purposes. Background Page six of the guidelines discusses the process for transference of the set -aside funds to those states that have opted to accept the funds. Specifically, the guidelines state:• "The Regional Offices should submit requests to Headquarters for distributions from the set -aside account: All requests for use of the set -aside funds should include the information contained in Attachment 1. In cases where the funds are to be awarded to a State, the request should be on a State -by -State basis. An example.of a request that was prepared by the State of South Dakota, which is less than two pages, is shown in Attachment 2. The 253 special projects, including project descriptions and grant amounts, are listed on Attachment 3." This process has been in place since FY 2001. The Regional Coordinators must individually make requests on a state -by -state basis after each state has submitted its request to the Region. EPA Headquarters transfers funds to the Regions on a state -by -state basis, followed by the state applying for the set -aside grant. K Modification Following discussion with the Regional Coordinators at the annual SAAP meeting held in November, 2005, we have decided to modify the process for requesting set -aside funds for states. As of the beginning of FY 2006, the following streamlined process will be in place: I . At the beginning of each fiscal year, after the final dollar amount per project is published, each Regional Coordinator will request the set -aside funds to be awarded to states in their respective regions for that fiscal year, based upon the projects listed in the appropriations conference report. The request should be for one lump sum per region. This request should be sent to Jordan Dorfman (dorfman.jordan(epa.gov). 2. EPA Headquarters will transfer the specified amount to each Region. 3. Each state may submit its request for set -aside funds and grant. application at the same time, for review by the Regional Coordinator. 4. The Region will award the set -aside grants. 5. Any remaining funds will be carried over to the next fiscal year. Conclusion We believe that this process will reduce the time and effort needed to award three percent set -aside grants to the states, and reduce the burden on the Regional Coordinators. Thank you for your patience. If you have any questions, please call Jordan Dorfman at (202) 564-0614. cc: Jim Hanlon, OWM Sheila Frace, MSD Ben Hamm, MAB Page Of OMB APPROVAL NO.0346 9002 ' es OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS I. TYPE OF REQU£5T 2. BASIS OF REQUEST (See ms oas on beck) OFINAL ❑PARTIAL ❑' CASO ©ACCRUAL 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMrITFD: 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY: S. PARTIAL PAYMENT REQUEST NO. United States Environmental Protection Agency XP -00F27401-0 11 6 EMPWYER IDENTIFICATION NUMBER 7. RECIPIENT'S ACCOUNT NUMBER OR EDENTTFYING NUMBER: PERIOD COVERED BY THIS REQUEST FROM (Month, da , aanssaK TO (Month• day. year} onvmrt 71-6018462 71-6018462 9. RECIPIENT ORGANIZATION 10. PAYEE (Where dbeck is to be sent ifdifferrnt than item 9) Name: City of Fayetteville Name City of Fayetteville No. tadSsus: 113 W. Mountain Street No.endStrcL 113 W. Mountain Street Fayetteville, AR 72701 Fayetteville, AR 72701 II. STATUS OF FUNDS { .-,u TIiO FD R LUi..�J, REPRODUCTION STANbAfl1, ,0P.M 271 (Rev. 4-2012) PREVIOUS EDITION USABLE Prescribed by 0MB Circular A-102 and A-110271-103 4: CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES TOTAL {a} (b) {c) a. Administrativo cspdtsc S s $ $ b. Preliminary expense C. Lana structures. right-of-way d. Architectural enginceing basic fees C. Other as ititeUtaal engineering fee (Project inspection feu S. Land dcvelapmerg h. Re Deaden ecpense i. Relocation payments to individuals and businesses Demofitionn and removal k. Construction and project improvanem cost 73,896.00 73,896.00 I. Equipment m. Mlisce1Isneous cost a. Total cumulative to date (sum of lines a thru m) 73,896.00 73.696.00 o. Deductions for program income p. Net ermrulativo to date (line n minus line e) 73,896.00 73, 896.00 q. Federal share to dare 40,643.00 40,643.00 r_ Rehabilitation grants (100% reimbursement) s. Total Federal share (sum of lines q and r) 40, 643.00 40,643.00 t. Federal payments previously requested 0.00 0.00 u. Amwnt regaesled far reimbursemenenl 540,643.00 s % $ % s40,643.00 100 % v. Pcrccmageofplrysiealcowplenonofproject vO y. 12. CERTIFICATION I certify that to the bet of my knowledge cad belief the billed costa or disbursements to in acoordasec with the terms of the projeet and that the reiusbursemeat represents the Federal share due which has not bees previously requested and that an inspiration has been performed and II work is in accordance with the terms of the award a. RECIPIENT SIG Of A 0 CIAL DATE ATSUao ED L �O TYPED OR Pa1NED NAt AND mm. Cheryl P,4ain, Bil Ing $ Collection Manager TELEPHONE IAreacode. aambwi 479-575-8224 REPRESENTATIVE CERTIFYING TIFYINOUNE L�RTEFYINGTOLIN[Iv - ��0r'�A �T-EFYM�O-F� DATE REPORT SUBMITTED L // TYPED OR Nr1T1TIE: Lioneld Jo an, Mayor (Am eode•e�6e): 479-575-8330 d d O Q ri c p. U LZ V M U I,� O N C a C � Ux N r O Q � N L � 0 a Cl O N � °O vi r or � I oD � d � ^Q n N a a ¢d Suncoast Infrastructure, Inc. Stag 2010 --- Form 271 2010 STAG AWARD EPA Previous Balance Balance Pay Req Stag Balance Before after 11 Total Award Amount Request Request Construction Cost 73,896 73,896 Less: Retainage 0 0 Total Construction Cost Paid to Contractor 73,896 73,896 881,818 807,922 73,896 0 Federal Share to date (55%) 40,643 40,643 485,000 444,357 40,643 0 Federal Payments previously requested 0 0 Amount Requested 40,643 40,643 Percentage of Completion 100.00% 100.00% CITY of FAYrEVVLLE, ARKANSAS CHECK NO. 420661 DATE INVOICE NO. DESCRIPTION AMOUNT 9/09/2014 14051 Cant #2325 Elkins Outfall-CTPP.Sanitary 76,995.00 CHECKAMOUNT $76,995.00 DETACH HERE FOR YOUR RECORDS II'L, 2066 111' 1:08 290❑8? 21: 48t, 1984406+,' a 'F�ttville PU CHAS oRoIER ARKANSAS r -W VENDOR NO. 23430 Suncoast Infrastructure IncPO Box 397Florence MS 39073 Each Package Must Be Markod EScactly As Shown Hare City of Fayetteville, Arkansas 6/12/14 FOBY PURCHASE ORDER # 14-0000283-001 TERMS NET30 DAY • Unit Q ntDescri tion and Issue Qty. a! Received Account Number Unit Price TOTALS 1.00 EA / a) Elkins Outfall - CIPP-Sanitary 76995.00 76995.00 Sewer Rehabilitation Per Bid #14-21 Res #107-14 • Contract #2325 5400.5700.5815.00 10010 1 -nom l p�� men f SHIP TO: Water & Wastewater Director CITY OF FAYEITEVILLE 113w MOUNTAIN FAYETTEV)LLE AR 72701 Sales Tax Total: $.00 Parraut, C Purchase Order Total: 76995.00 DEPARTMENT VERIFICATION BY DATE ADDIT1oNALAPPROVAL RECEIVED CHECK # DEPT HEAD APPROVAL ✓ DOES NOT MEET PURCHASJNG POUCY AMOUNT TO PAY s CONTRACT PAYMENT THER NP VERIFICATION APPROVED BY 7AW A3/ PURCHASING VERIFICATION PRICE CHANGE VEPJFICA71ON PROJECT # /00/0 cl THIS PAYMENTS ��, q1 Jrr QO PREVIOUS PAYMENT(S) $p RETURN CHECK TO TOTAL PYMT(S) $ ;L?5 00 SENDCOPYTO BALANCES DEPT. WHEN COMPLETE DELIVER TO ACCTS. PAYABLE SUNCOAST INFRASTRUCTURE, INC. P. O. Box 397 Florence, MS 39073 Phone: 601-420-9682 TO Fa ettevilie Water & Sewer Operations 113 W. Mountain Fayetteville, AR 72701 GENTLEMEN: WE ARE SENDING YOU 0 Shop drawings Copy of letter ® Attached ❑ Prints ❑ Change order LETTER OF TRANSMITTAL DATE JOB NO. 9/9/2014 14051 TTENTM �4 }1 i2 Alf Tim Nyander RE ^ 0 J. Elkins Phase 2 ` \cco' h'6 a Under separate cover via the folbwing items: ❑ Plans [] Samples ❑ Specifications COPIES DATE NO. DESCRIPTION 2 2 -Se 14 I Paypent Application 2 9 -Sep -14 1 Post Rehabilitation Video Data THESE ARE TRANSMITTED as checked below- For approval Approved as submitted For your use ❑ Approved as noted ❑ As requested . ❑ Returned for corrections For review and comment ❑ ❑ FOR BIDS DUE REMARKS: COPY TO ❑ Resubmit ❑ Submit _ ❑ Return _ - copies for approval copies for distribution corrected prints 20 ❑ PRINTS RETURNED AFTER LOAN TO US SIGNED: + te, If enclosures are not as noted, kindly notify us at once. PERIODIC ESTIMATE FOR PARTIAL PAYMENT Pmvd No, ab Bid N°• 14051 14-21 N.tmatProject Periodic Estim.k Number Elkins Outfall (3tavity Sewer Improvements l FINAL. Phase 2 [oration otrmjecl P.gim.te Period Cityof Fayetteville, AR From: 08115/14 To: 08131/14 N.,.AAdmss.10w... 1w...nd A4& .ofCoatranm City of Fayetteville, AR Suncoast Inf)astructiwc, Inc. 113 West Mountain P.O. Box 397 Fayetievil le, AR 72702 Florence, Ms 39073 SCHEDULE OF CONTRACT CHANGE ORDERS (IJ.t every .heng. .rder isuu.d to date of ttri7 roq°ea uza if m week bas been dare ceder Doe m mare web orders Caa txx c...8. Order Dcamiplien I Addreom To Coetred ?rice M 06w.... o. Chang. Order (4) Dedaenerr. From Co°trsd Prim As Saow.O. Ctr..g. Order (9 NO. Date (I) () Tote 50.00 50.00 ANALYSIS OP ADJUSTED CONTRACT AMOUNT TO DATE 1.) ORIGINAL CONTRACT AMOuNT........................................................... 576.99550 (b) PLUS: ADomoNS SCHEDULED IN COLUMNS ABOVE ...............................50.00 50.00 (e) LESS: DEDUCTIONS SCHEDULED IN COLUMN 9 ABOVE—......................... 50.00 (d) ADJUSTED CONTRALT AMOUNT TO DATE..............................................070,955.00 576,995.00 ANALYSIS OF WORK PERFORMED TO DATE (a) COST OF ORIGINAL CONTRACT WORK PERFORMED TO DATE ..........................576,905.00 576,995.00 (b) EXTRA WORK PERFORMED TO DATE BY CHANGE ORDER..............................: 50.00 (e) TOTAL COST OF WORKPERFORMFD T0DATE,.,,,,........,..., ................._»...... 576.995.00 (d) ADD: MATERIALS STOREDAT CLOSE OF PERIOD_.__._.______._..__...._ 50.00 (i) SUDTOTALOF(c)..d(d)....__............... 574995.00 (0 LESS: RETAINAGE(,QYg]_......... _...._._.___......_._._.._.._.._..__.....__._.__ SOAO (g) SUHTOTAL OF (•) end(1)-•.................... 576.995.00 (h) LESS: AMOUNT OF PREVIOUS E4T(MATES_.--_..—_..�._-..-_.-.__-_.... 50.00 (1) AMOUNT DUET}RS ESTIh(A7R ._ .._.» __._. 576.995.00 According to she best afmybaewle6geandbeEe(I mro!y 161.0 Thif Period Erulro.te far P.1i.1 P.ymatt wvaa.l1 pay Ikm rink 1013 1.0 —t. 1901103 01613 Perfadlc Estimate 1br P.aW P.ymmt pstmmed by LS. cent 1.o da—gls the esOmv:e period noted br+mn. ern 0301361 1631 11! work Est been perkrmed and for Only aulhoriz.d The oodcra;eed rmominced, paymrar .1 01.10101101.. line (I) .6ov. deviations aob.titutfmy .!torn .. sONor.d&tioas;1ku the ..63m b ebe provisi0+t+0f t6e [aao.e Donmlent. mveri.g 16. !001;0!35 131001. and eama mreroent 0( 01. Caarran aemlmr 1910 wpb m °:Id.ammt af.I1 defariv. wb, Far, 16.511156. .std ia1W&ng ebe Gat day .1 16. period mrered by 011 Periodic discovered prim G ford 90151r03010n expiration of die gmit.l pam°ry E,Wmte; and thatno put ofthn"Amount Due TbisEstimate" ha3 period. brio 3eieivod. SUneoast Infrastrrctute, Inc. Till.: Project Manager -rw-:rNTEKIIvt UnUVES UJR Dam: 09/02/14 DSN f6 Serri f Project 0 14051 Name and Location of Project qty Bid No. 14.21 Elkins Outfag Gr Area aNry Sewer Improvcrnents Ph 2 Page: 1 at, 2 City of Fayetteville, AR Name and Address of ConvmdOr: Suncoast infraslnfdtrr0. Inc. P.O. Box 397 Florence, MS 39073 Estimate No.1 FINAL for 8115114 to 831104 tiwnnt Cta, et OturKdy Aaamt O""My Arawnt cwtat_ OAatnal orywr OwrrUly tnemad Pmlees 118,arMraq toot to to ttrrcamPMaad wm Casa Dar C COrlRaat 0,00000100Caninel ByCO. Own Amount 0taa6 Palled Pxlod Coos eau nark Nn Lk30nr 13on ef!lein t7nits Una 9uan0Y Amours Gr 4X r0o Treads ss 080000 000 M CIPP or a 7_241 $02, 23002 0 2,241 $67p0.00 2,241 242,23000 $0.00 1 irti ^ewer piPa Mahone, cw%lde In AIWA IF MOO 2,241 057,730.00 - >r s envn Tradha Retah04soon 6Y C1PP a 0 H7 01.010-00 0 141 04.230.00 141 54.234.00 00.00 0000 2 021:710 Sews r1Pe ri0PI47e.OA IF $70.0 141 40 51,7700.00 0 40 51,60000 40 51,000.03 d taleWAa 00 8 to, 1nmald0040 EA 54.$.00 40 01.T33W 11.700.9 0 1 KS73S.W 0 I 57,735.00 1 03.135..1 10.00 FA $3.735.0 1 $3,735.00 ° 070,02540 576,975,00 $000 0erd 4 Sardwd alrfrToa5an 4 i7&993.00 570.995.02 - Talal Old GRANGE DA00R SUMMARY CIUf1GE 000CR 00.1 70.tb 30.00 50.00 50.00 50.00 cFan°a order N4.. t Tep 50.0 10.00 90.00 $000 TDW Chang. Orders $Om .6,095-00 074795,00 170402.10 $0.00 Grand Total. ease 044 pus O -W Ord4r+ I7R�7$.v0 PERIODIC ESTIMATE FOR PARTUL PAYMENT Poajed No City BidNt,. 14051 14-21 Name of Psojea Periodic Em mate Namba Elkins Outfall Gravity Sewer Improvements I FINAL Phase 2 Landon ofPaoject Eamat. Period City of Fayetteville, AR From: 08/15/14 To: 08/31/14 Name I Addras of Ormer Nam and Address ofCootracmr City of Fayetteville, A.R Suneoast Infrasftucnae. 1nC 113 West Mountain P.O. Box 397 Fayetteville, AR 72702 Florence, Ms 39073 SCHEDULE OF CONTRACT CHANCE ORDERS (ISst erery change order inacd m due of dais t.g0pt acts If m wtab has ban drop mdd o.o or mote such order Conte Charge Order ..• Txsaipiion Additioet To Coatrsct Price As Shown or, Change Oaks { Dedocdom From Canaxt Prkr Aa ShprmO. Clmaga Order S) NO. this (r) (2) T.mB SOHO 50.00 ANALYSIS OFADIUETTD CONTRACT AMOSINT'5'ODATIL (.) ORIGINAL CONTRACT AMOUNT........................................................... 576.99500 (h) PWS: ADDITIONS SCIff.DULED IN COLUidN 4 ABOVE. ------------------------------50.00 (c) LESS: DEDUCTIONS SC(IDULPD IN COLUMN 5 ABOVE............................10.00 50.00 (d) ADJUSTED CONTRACT AMOUNT TO DATE-........................................- 576.995.00 ANALYSIS OF WORK PERFORMED TO DATE (.) COST OF ORIGINAL CONTRACT WORK PERFORMED TO DATE .......................... 576.99500 (b) EXTRA WONT PERFORMED TO DATE BY CHANGE ORDER,.............................. 50.00 (c) TOTAL COST OF WORK PERFORMED TO DATE....._._......... -.._...__........ S76 995.00 (d) ADD: MATERIALS STORED AT CLOSE OF PERLOD_.___.____............_._..._. $0.00 (r) SUBTOTAL OF(c)tad(dj.__.—_.,.......»»..-.-_.._._._.__._..__.__...»...-__—_._. 576,995.00 (I) LESS: RETAINAGE M4151........._......-..........._....._.._.._.........,..._.....--......._..__. s0.00 () SVBTOTALOF(0).nd(I�--.._..(_----------------------.......__-_...._ 376)9S,00 S?&)9S,00 (h) LESS: AMOUNT OF PREVIOUS ESTIMATES..__..____-..—.-.-...._�__._.._........ 50.00 (i) AMOUNT IXIETHIS ESTIMATE_.__......................_._.._.._._._._._.._.......................... S7a995.05 Aeaardo.g to the best of my lwowkdte and heart I Tooth} lbd all Terms and sfd.nta aborts In this PeAudie Estimata for Pcrti.l Peymcn are aorsecf; that oil took has beta peribrmed Tad ter duly aathodsod d.vietIeas, suhditotioas. .lorttlens aodret additlosE that the fam5ning.0 a true and coned statanrat of the Context wo oat cp m end including the last dry of tha period covered by the Periodic Esdrmw; sod that no past of d:e "Amount Due Ibis Bnitdte' b.o born received. Stfncoast InfrastfuCmte, Inc. (Ceasomr) DY: Tithe: Project Manager Dolt: 09/02114 This Periodic Prothro foe P.. i l Peymerd arvam all 9•y ieaa wort Performed by Tie enay.sor through tie atiame pufod sided hereon. The undenipned reoommen4s p yment ofthe .mount oa hiss (Q above wbloce to the provicmu of the Coatrad Docomcats eoeerie9 the eep.ir oc replaaucct of .5 deknh'c wont if my. film way be dismvertd prior to final paymaat or esptrstion of the fantail gu.mnty period By: Ti,k: Name and Location at Project: Project# 14051 Elkins Outfall Area Gravity Sewer Improvements Ph 2 City Bid No. 14-21 City of Fayettevl4e. AR Page: I of: 2 Name and Address of Contractor. Suncoast h7 r0sbacture. ina. P.O. Box 397 Florence. MS 39073 Betimafe No.1 FINAL for 811511410 8131!14 Orfg:vl Ort9MN 0070x17 000101 eennm dung' 5,001011 00008117 An1WM 011*048 term Cmt Per Cabot 00011o40 A4aetm.nl Caatred Coded Prerbae 1Na Thb to ra Urresapbla3 Na Omeriptinn d Ram 110801 17011 000 01717 A10*M BY CO. Qeuns Am -m 0040 Ported Parted Bate bale was it a 4.Smn TA -14m Adwh0UEm b0r3PP a t cds*T1S10 Poe Mae&{ m0 W*In01400 OF $3030 2,241 557,030.00 0 2241 {07,23000 0 2,241 567,230.00 224] 30.73000 snap 0-a 6Bm 7rendaess RNah0rodn] by QPP a 2 otellr2 Seas Pip. ktkirA ow pOde in ptae 1F $30.00 141 $4.230.00 0 141 54,230.00 0 141 $4.23000 141 04,230.00 00.00 3 rnt Il Rmnulemw4or lalento EA $45.00 40 58,80020 0 40 *8,800.00 0 40 $1,45000 40 51,80000 0000 4 *904410 Mcuxmhml EA 43,735.00 1 43,735.88 e 1 03.735.00 0 1 $3.735,00 1 $7,735,00 0000 Tads Old 576.995.00 576,9030 576.90500 576,90300 5000 08450095 0007601 SUMMARY CHANCE OROEANO. 8 - [hinge Or447 No.' Total 00.00 50.00 30.00 30.00 0030 Tabl changevrdera $000 00.00 $300 50.00 *8.00 Oran TOW. Base Rip pka Ch.ege Orden $70.990.00 076.5%.00 576,09$30 071.5911.00 50.00 i a' LI- 0 19 N 00 m QW L p a I cm4) L z L C m QN C C] Ui 01sv., W P Cli Cu Umom` zoo z 5N . bony 7� i a eEEc m0 aro w I e �' m uuJ Jz a Cl)a e NCu ow !!+ i 8u Z Ui �Qma y al m t°i 0W u1 o ggjI- 3ci z O U zO - ado s o d� a x off u' IM C U z 0 1 F- v1 p o 0 w U) a w W ro m w �Q v axe �� ?C 77U(� uJ T ) 0 wmW ILLI J ¢ a'm 5 w to u o m m T- w o6 �ywti O '° Cc mlJ6 CA c .c m0� .- � �—Lim nm5o O c c m di o Can omm a�Wc N QQN a'9 -Cut: m O Oi3 a' Cu l5 E ,tt ?�1C om3Q (D ><E vo 4' NC o N 7+ j y `1 a O m Y C ra m 60.1 n N •C a - L Y] C 3 O Cum a1 z m C p F � r a a) W w •� C p ,T6 ICu N � ro 0 •u m L o m T C to 0 N C t:t Z A f m m E 0ut�l1c�i r-u m g $$L ₹ m A �} E_o C j C N U C_ alu C L ° a 4=.... }9 w al+L+ d ro C �'° m N mY > 0.0 T mmu c- 0 o m a c O m '3 Lys' m 16c F- a acrn2 N oT ro g� u .. T -L towyy u mJoC] o o�nC6 m� vm�v gm _C 1 ro.. a Qoau Z a Vy V ran m a- mai NU E `0 Qp a O m N d,1' - ro al N C 0 t L.+p j 0Q 0 0 o Dora 00 4yro.� ] E... C C i m a� o ro 3 m° QS v of r.- .-coo. a N.,J..H uocmi $"a�- Q rnE ° aui o Li m .E U) m .C c_7 Hns a �� �() Cmdc7 �o,,0 w m 0. m 0NCmR O ('4 m D C O O ro• iG C �QE Q. Q a C a C` .L. O C 6 t!) U m— Cy 176 C N O C Cn pS `m •O Iy •00100) m ro n Q ra p UJ O T'tl O ~ L, t9 C 0 7 N c a 0 s 2 C U° C m a) T-- 9 C C QI O m •0 d, GI i9 Gf�ymmN mmm m Cu Ey. U VI v 16 m T pC t� O •a7 U �' N Cu O C •3 U 0.uJ Itf E` m O Z A O A d C- 41 O V C al m ID WOk'CJ N m c N L m maw ncm Ql m` L CL z CO m m m f a 0. ��0 0� •� m m 10 +i °0 0. aycm °a n o a N LII ym n >1 cm0 tToE�/mn a°m,n m c W �roOa . [C arroE 0 to c m.' ° w n E m rn� a r m e c E l`v Cu 2 c O Ch m n } a _ E O mA Cu CuC) V 16CU� m 0.0 ns b m Cu Cu a' U N Y m - LL N- 0 t0 pCLI O L 0 Cu .r.- ~ t ra L C m L CG ~V J N 6J -v mNy �C m O 0 0.0. N Cu N N i { m z L m e N O. 0EC wow a. C moral C)5 000 'A U .ti- 1 CD N 0 m 0 M N Y W f7 ' ©e o o d o ccI o ' a o �z da O N V aMp a n Q o Oo M .- .- r r c g 8 N G O mo , 3 .pS Zo M O N O O 7 �,° Y� rA O O M 10 O c0 tD l0 � m m m a) o o o a) o b .3 u o E N to c� us v E v deb o i N O< Q 99 Ozsm 8$ Z Oaf N 0< r O 0< sgFN aoV 000 - O ce p E8 v0 �_ o o o' 0 0 0 d am 3cc W %�~ d P, d CO d a n n egos oY E o= O O Q L J V V L V C N COO C)O (DO :w E.2 I SSA ( 0 co co Ul PI i u� F- n#i v cNv r0i v CD f B o r'f T m'gs 10 N co R 0) N Q W b CD N W # 0I to [a) rn co N mJ �� a O O 0 0 tt7 4) M M M M CO CO S a pc x y� = LI 47 O O N N cD W R c0 M M EQ `� tit J d N m tO M O O N c0 _°ii a1 j 1- Q o E cn o 0) m CD M v 0) Cl) N - 'l G 4 - E tL to r O N C) v_ to CD 0) 0i o g x 4 7. O O O tl) 0(C) CD('I ID(J CON• �.) m W O r N N h Nl N r N ? 0 iq 0 O M ' Z N O CO 55}} y C C v� z�z o 0 0 0 0 0 0 0 0 0 0 0p�u� > O 41 N2 O 4) 0 0 o to O to O 47 O 4) n C p P m Hi. O cd.) '-O .J 4l —O JO N rd N N 7 N V N aO y ra�5 s -- F M to n r M M M to c`1 en M M 6 L o •)_s . Q.- w Q NU ao o 0 00 00 0 C N O N O r pp o D o 0 0 0 0 0 o a 0 �� Z N i11 O 41 tll 010 O 41) O (1] O t!1 &$o q g Q O ]C r: O V 0i r i- O rN O c' - .4 CALE �� aE ¢ p 0 O 0 0 o a o N O W Q 3: O 00 O O O OCD S 6 6 q 3 O w N CO 0 c0 rV r ON t0 O o o 0 0 0 0� t r+ w z dD 00 O O 00 00 O h~i.o0 1 C a y O r 00 O O 00 00 O 0) 0 o It) o M C C') c= 1 $! a ue ar- Or aF w0 z0 O _ s0 z0 _ C � °�1111 Sac /� o _ n I - V t9 QiO r U CC' ~ !il J co • z Z O O O d df A N U m} ip ¢ N a # n m3 Q C O U 7 C .3 to O (� M W CD Z 1Y1 E N c m `n O E - N Ot CO COW co d g E EE 8 Erna w n COCD } 10j do a Sd ma =E iIi to a Z Cl Z tE G O O O N � �y z a P wtt I • I K 0 d d 4 Z m aR 1OU., I z 0@ C) O n� m z F QyG g Wp gab 3 a- - 8 j ccmo yz z mw o� w j z O�ac Q wvi — �cYo z ° o N w CE O w i c.c: m w' I IL C -O w Rwm }moo z o • w E C) N ap o� w c@ z ga (Y =0r I Z V `mc�.� 0 W N ate° i z w �ro u U H F- - tea' i XX d W O LLOY w C yL W W CD Q o J 4 0 ?f LL w uRi lNGn C v 2 r{ W J r oI ow i a =0) C) O J TCD CD0)1 N M IF U m w .?� w m o ro nQ� o C7 iu v o n o n E w daTu 0.. m�rct paNc O mm o A a d 'O O m m 4 N C E U G E m m f/J g c O , 0 U U s fl m -O, N d a R m L C m C n m m V yeti U a waQm Qv�m cmmm E -- k m�cn R aim , m R R U 0. C 13 Na O1N = m y m W d M 7 C U cof n N CD 0cp '-Q C) : r'a (D U .o m m c >.0 o' W m d vd mac m amc� d�,`— O ammo tU rm. w c o m ov U Qo y u v �0 Q a< 4ow n cQ'7M No E m u c Lc c a R o Q� J �C 2- E d an a d mC) �- O L p OOC) m C C) m N C) O 2 V Q 2 v ..m'-. cc NO a m .; J a m o V f o W a0 A aL vi 3 m w O u Q OmE a) a R `oa O 0 G y y T fn CL dot N G A R C m c W m in N m -v ° o Homy r t.Nm.=� �rmn&n �mo�o�cno c' �:°a cmQG toaaca p 7 S m L C U` R D C o1 C m R m O o a C U m 7 C C £_ 3 .R. O N E V o Z o - CD! �"cmQ' mLod •nRm3 w ac�n I X ii m Et n n= aTuaiia m iam0 m.3yco ��3u i r w w Q o p` m O)n a j pd �ym`w`° `m Qnroy �N�3 v�90 W U N w m hm mmj� Q O3y ��U)'o w > c >, c m w Cyr m E W of m�cc m c2 Z t I m C_ R ter— Cf 4 C' O y a a ('L N — u. O ol— V to [ n V t C L f9 = E . v cc �m�'v9D Nm0 ~ao.CC ry J N .�--. @ m Q V m m m 'Z r v C nm mE=in U mRm mmm p — O as iaa 3 °ain OTHER DEDUCTIONS AUTHORIZATION FOR VOLUNTARY OR COURT ORDERED DEDUCTIONS ONLY I, tifY►rlit , hereby authorize my employer, Suncoast lnfrastruchcre, Inc. to make deductions, not otherwise listed, as permissible deductions on wages earned while employed on the following project: PROJECT NUMBER: - O ' a PROJECT NAME P1AftC1It I(_, k -t --a ha PROJECT LOCATION: %V' T1_1 4I These deductions are voluntary and/or court ordered. Please circle the appropriate item. (Do not enter the amount since all deductions are subject to frequent changes or based on percentages of gross earnings). Health Insurance 401K Dental Insurance Medflex Vision Insurance Child Support I) b. 3 2 2. Life Insurance Garnishment Disability Insurance Employee Loan Cafeteria Plan an . Other E LOYEES NATURE DATE tij Pcc TN SS SIGNATURE 4k - DATE OTHER DEDUCTIONS AUTHORIZATION FOR VOLUNTARY OR COURT ORDERED DEDUCTIONS ONLY I �Ca"' L C , hereby authorize my employer, Suncoast Infrastructure Inc, to make deductions, not otherwise listed, as permissible deductions on wages earned while employed on the following project: PROJECT NUMBER: XP-- a 4O HO PROJECT NAME: ku& PROJECT LOCATION: f These deductions are voluntary and/or court ordered. Please circle the appropriate item. (Do not enter the amount since all deductions are subject to frequent changes or based on percentages of gross earnings). Health Insurance 1 401K D tYL Dental Insurance Medflex Vision Insurance Child Support Life Insurance 1 Garnishment Disability Insurance Employee Loan Cafeteria Plan I Other EMPLOYEE SIGNAT E DATE Lz c c0 IT ESS SIGNATURE DATE OTHER DEDUCTIONS AUTHORIZATION . FOR VOLUNTARY OR COURT ORDERED DEDUCTIONS ONLY I, + ky t{ s , hereby authorize my employer, Suncoast frastructure, Inc. to make deductions, not otherwise listed, as permissible deductions on wages earned while employed on the following project: PROJECT NUMBER: )(P- bbF. a74 4'-a PROJECT NAME: U �V i 1 e. C k'CLS J3 PROJECT LOCATION: These deductions are voluntary and/or court ordered. Please circle the appropriate item, (Do not enter the amount since all deductions are subject to frequent changes or based on percentages of gross earnings). Health Insurance 401K Dental Insurance Medflex Vision Insurance Child Support Life Insurance Garnishment Disability Insurance Employee Loan Cafeteria Plan 5 . Other // ,fir►_. DATE jIGNATURE g 10 DATE LL U O o9 tia U X a n V ac O a 2 a�uo m � fA p J a M om cO2oN [L U)z� zz (L LL o}W� a SX _V O Q $ r b t0 o L z . 4 z z y W t`0 a o ❑ U`O 2 L i C ° ® 2 a D � QZ ~Pt 2) 4 .. afvN ao U. C h g oe p t Z a �m �e fi dSri -E ..J.0 �o� O Q "vim v p? �g c2m cm90~ 7 o r c n Oa— LL a Q s 8gg 8„_ .. m W 5 0 aC 8r Obi N [] 5 mca (O y 8 •� s's s m Z ~ m I 9 €� mm 0 m n gd U LL to �IrS �mms mw fill $� $OlD m q �t �C gU1� NCB O !ptip c r` 2 0 E `gyp im Q 011 3 i3 E 8 a a ES # u O W o N c a i 01 a� yE`pti ' i1irI Z IlII W z g83a� a.., LL -. r --�- ❑ v 0 : • 1 f I K/2 ;' �aW m ii e n>ai'O \�// c m a U 3 Wo z o m 33�3m 6a o Ly l m� u o t9v n N V gREp o0 qq EoS IJ °n E�r�L `pn N Oj N x� 71L °a m� mm °- En .� 0 a O J vi v 5 � D cnc+3 N Q' sa boo uc S gn vL ;�N W � ~00 = C m r N G '_ u•ioc• Inc m� hmm� ap � m 3s 3 53 0 (d) z a w I — ti w z w m w C9 z LL w w z Ca E Q b Q? U R O N C u m G m a m a 0 0� a C 4 m mC. O mYmn abed roC�•- 01•. c E m mC N N+L V Q C N C O.U) to m a uCL10 a m u E�rnm z w es U 0 O .- H C xl T � al O N ao O S m O L O T O 0. E U, C O N m D. w C 4) T O N m n U, N O +T6 R Co m C O O C m N U U) C N Co U D O Q z a a L C O rn U E U O O 4, O. O Co ro0. m 0r C m r a m .O U) O C W a 0 4) U S CO a N U. 0 0 tlTi U)'5 c QC m 0 N b b c o 7m�m mw_xm 4 w�` pp a c a7 "mar U Q a0. �L .N ro C A O 'C UL wmo D�m4)O m uj L@�7 ) z o z E —O LL G1L P w V L •5>.2� j m �• g `° m :U) -a pi! C vruC 4C.C D w u ❑ t m o o520 OawE > 4A'^ v v2oc OO aE € mC' I- q o C 0-C q O 0-u Q. lVw OL a) 0 so'a C < n g n v muE R.00n 0 U014., N -Iij- I- 2.°°'° `� m•r N m m C O To Q rn v Duo E c:. II. m rosy wwM a�mm w D -roc ¢EO. 'a 0 aU CMmQ c mrn i'2 -il a es m3C� ON5'A wu mOmR €,f;O E �� m ma�Q .9� a._ym t 3 sL w3bm w m N CDom`0 UI CIO .C 7 N N Qo°uai camE�y w Mm> a >,0.0 C a D C r N m C u m ..F'•� ..?} is ` Q•C is '-u2 1-2 to 1-0.U)2 V0$� a'rmrmmm m N m vU U+m+ N 0 U m m K Z i U m a� O€) UN cw c z oW s m U 0 oa F wj w0 p W� ICo UI O Z .00O LLwt Z Q Amoy U) w C O ≤ O(w(qq �p r 4g m to yrom� =a 2Q. aO LL z d pp�ni fY V i U fp W N m U Z O ow m E: W W In Z - H z0tC 0 z Co L LL .O m O C W Mp- U W Ux O z O K7 OC UcNy l3J 0. fA N p ¢ LL2S W ia. v X rY1J¢¢gg04 0h xI a J 0. m �aL C C a O m rn L W U C O o o Y7 m C N Cl) m m a ' r— W {L m m Omy OCt�•O o.°o }mpd aQ m�A1m U a US- J•� i U d u C L R c m Cam V R O U Ur d U N m o m J aa mmga 00 R0°QUS Z mho ma p VI` m 41�S mvay I -01 cmmm .r.. i�10 ] E•o U- mC 7. O N m tli N V e) rm V9 L cod N }'CVJ 2.O32 w C N aas ur i 1) Co2QV 0 J 171 C > m FjOU C J C m m m N u'E N V C OO)O �N C m C L❑ m=s=. R .� ❑ Q T .C J 7. N <12(0 2 -8 .. L m O O O � O Ol 3 N C U C� ? 0 QQ a m V r. 41 .�P. Co .] C N C U N S. c G O O m p O C 1O .L-. ?. L U �^ N .4 P U S J O L •p m O -P m o •10 C a 3 E 2 N O fn 6a1 En N m r ry p p ,,�., Q N p a V E ❑ m U c c O N I .cO E oQ-a� 7 CO O� -dE V O m maaq a- W— O m my h •- R G �`m N 0 U .., b (0-0 NJI N d U ri C 2n OHO 0 NJ A ❑_ a U Q1 _ Cl) m a0 s C.> CO Cl) C 61 N Ci] O V C �• tD C C C fl m Tam N aw a H O N 1a m i7 t_ r U w {0 1p L. a m` �'` d w 0 Y VJ -O m -m V N `O " ANN m �� U C m mQ Cl) Ol.m d m L C U ` N � OO1 C d 2 m O !^ r W 19 C a I G Co p U O 7 C C ._ G1 RO ❑ O Vi U W E E USC's R m m z 46 y 4 m UCUI C U, a p N m N�-Om W N J'+ y W N�b� O7 N 7'� �tp •O L�..L O W L U U m''C-'02!o m W f0 .�. ?,CQt.- Nam 0U CmC� 2 OmOm a m O ro Co 1€02c, p O w Qy �y J •3 'Q1 �' •L ,�, m J O N [ j C N r 7 }.0. ? m a E m 1n Rrs w m C m W m> a CO P F- Q of y�NIo Una py �a i° > Em ¢i US 0 c @ -1=0o T J o .n o m� ma=Um 8 cc CL_ .-.0) � qe T = T N -0 co3 M 4J- QI m�a L -0 CU �QaW F J m C ywMa) vV U �`m m z d .. L In am m E m:4 C m W m m U)C) O .. V c4 3 �av1 N. OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS (Seeiostructiortsonback) OMB APPROVAL NO. 03W11102 Page Of L. Pages I. TYPE OF REQUEST ❑FINAL 10PARTIAL 2. BASIS OF REQUEST 1)CASH ❑ACCRUAL 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEMENT TO WHICH THIS REPORT IS SUBMITTED: United States Environmental Protection Agency 4. FEDERALGRAh7 OR OTt RIDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY: XP -00F26701-0 5. PARTIAL PAYMENT REQUEST NO. 6. EMPLOYER IDENTIFICATION NUMBER: 7T-6018462 . RECIPIEN 'S ACCOUNT NUMBER OR DENTIFYING NUMBER F7;1-6018462 PERIOD COVERED BY THIS REQUEST FROM (Munlh. day, year) mom'. TO (Mouth. da . ) �+• 9. RECIPIENT ORGANIZATION Name: City of Fayetteville No-andSirael: 113W. Mountain Street Fayetteville, AR 72701 10. PAYEE (Where check is to be sou if dit%reut than item 9) City of Fayetteville No. andS°`":113 W. Mountain Street z9 'c« and Fayetteville, AR 72701 ii. STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES TOTAL (a) (b) (o) a. Administrative expense S S S $ b. Preliminaryexpence C. Land, structures, right-of-way d. Architectural engineering basic fees e. Other architectural engineering fee f. Project inspection fees g. Land development 't. Relocation expense i Relocation payments to individuals and businesses j. Demolition and removal It. Construction and project improvement cost 250,456.00 250,456.00 L . Equipment m. Miscellaneous cost n. Total cumulative to date (sum of tines a thrum) 250.456.00 250,456.00 o. Deductions for program income p. Net cumulative to date (line n minus line o) 250,456.00 250,456.00 q. Federal share to date 137,751.00 137,751.00 t. Rehabilitation grants (100%reimbuncmrnt) s. Total Federal share (sum of lines q and r) 137,751.00 137,751.00 L Federal payments previously requested 0.00 0.00 a. Amount requested for rcimbursemeat $137,751.00 $ s s137,751.00 V. Perrcentage of physical completion of project % % 47.34 % 12. CERTIFICATION 1 certify that to the bet of my knowledge and belief the billed costs Or disbursemcats m m accordance with the terms of the pmjmt and that the reimbursement represents the Federal share due which has sobcetsoiautiyruedandthaIanthsectionhsnbeec performed and B work is in accordance with tea terms of the award. a. RECIPIENT S TUREOFAtftNOtU2 GOFFICIAL DATEIRTSt1BMrrrED; TYFED ORP NAME ANDTtTLE: Cheryl main, Bil li g Collections Manager TELEPHONE( rumlxr)� 479-575-8224 h. REPRESENTATIVE CERTIFYING' TD L3NE I I v� St REOF AUTHO G O: FICIAL DATE REPORTS MITTED �� , TYPED OR rItJNTpSZZtEA TRLE Lionel Jor n, Mayor TE PHO (Arcaoodr,unnbw)� 479-575-8330 AU I KUKILCU r UK LV[./tt- KVrKUuut_ t IV" —• .. PREVIOUS EDITION USABLE Prescribed by OMB Circular A-102 and A-110271-103 ap � w h U 6 b9 I I- U � - 00 p,, r � r cc as x ' U � W w n � � r � k � � d _ N U °O p U U 0 y i. Forsgen, Inc_, Inc. Stag 2009 -» Form 271 2009 STAG AWARD EPA EPA EPA Previous Balance Balance Pay Req Pay Req Pay Req Stag Balance Before after q1 M2 #3 Total Award Amount Request Request. Construction Cost 259,008 0 0 259,008 Less: Retainage (8,552) 0 0 (8,552) Total Construction Cost Paid to Contractor 250,456 0 0 250,456 529,091 0 529,091 270,083 Federal Share to date (55%) 137,751 0 0 137,751 291,000 0 291,000 153,249 Federal Payments previously requested 0 0 0 0 Amount Requested 137,751 0 0 137,751 Percentage of Completion 47.34% 47.34% 47.34% 47.34% CITY of FAYETTEVILLE, ARKANSAS DUPLICATE CHECK NO. 420532 DATE INVOICE NO. DESCRIPTION AMOUNF 7/28/2014 1 Cant #2328 Greenland Sewer Rehabilitatio _250,456.08 CHECK AMOUNT $250,456.08 31 Sy�e" 81437/829 PAY TO 1NE ORDER OF Forsgren Inc PO Box 368 Fort Smith L iI IIiiiiiIiinII `i` iii ICI 1111111 lI ItIii1III1llI iil �TACHHEAEFOFiYOUARECORU CHECK NO. 420532 CITY of FAYETTEVILLE FAYETTEVILLE,ARKANSAS ss GENERAL FUND ;arsa>.f31t3'ti'r= Volt) IF MOT 9/15/2014 ssoo DAAYYS IN * * *250,456 DOLLARS AND 8 CENTS ry' $250,456.0.0 8 6W46-04TIABLE AR 72902 IG I BLE �EG E NON-NEGOTIABLE n'i,2❑532►' 1:013290013721: ti84i9B�.�,0C�+t' VENDOR NO. 13830 Forsgren Inc PO Box 368 Fort Smith AR 72902 Each Package Must Bo Marked Exactly As Shown Here City of Fayetteville, Arkansas ry Jj t TERI 8/08/14 FOB Fyv NET 30 DAY PURCHASE ORDER # 14-0000345-001 Unit Qry Description and Ol 6 8 Oty. ct Unit Price TOTALS Issue Roeelvod Account Number 1.00- EA a) Greenland Sevaer Rehabilitation 12+2-96-.30 x0 Per Bid #14-29 Res #117-14 £77f O5 - Contract #2328 q�✓ THIS IS A GRANT 5400.5700.5815.00 020171201 ooh' o S� -GRAN fl S5R& 5yaa iio /. oo -f: Q)q5.O Xer rrp- SHIP TO: & Wastewater Director CITY OF FAYETFEVILLE 113 W MOUNTAIN FAYEITEVLLLE AR 72701 Paria , C DEPARTMENT VEFtIRCATION BY t ! i DEPTIVED DIET HEADlWPROVAL _q �DATE � q- to - l y AMOUNTTO PAY $ a_____ YL gUFICATION PURCHASING VERIFICATION PRICEtHANGE VERIFICATION RETURN CHECK TO SEND COPY TO Sales Tax Total: 4%00 Purchase Order Total: -X96&30 ADDITIONAL APPROVAL CHECKS DOES NOT MEET PURCHASING POUCY CONTRACT PAYMENT OTHER APPROVED BY FROJECT#QI7 IOl THIS PAYMENT $ ca% on n4 PREVIOUS PAYMENTS} $ TOTAL P'YMT(S) $ ooLo BALANCES 983. 9/Do. -S DEPT COPY Faye .,,..le ESTIMATE FOR CONSTRUCTION PAYMENT Esilntate Number 1 Cravity S.w.r lmpmv.ments - Creentaad FayettevlUe. AR City of Fayettevi0e Project Number 02017.1201 Name and Address of Owner Name and Address of Conaactor City of Fayetteville Forsgrm, Inc. 113 West Mountain PO Box 368 Fayettcvile, AR 72701 Foci Smith, AR 73902 PERIOD BEGINNING: July28, 2014 PERIOD ENDING: August 31, 2014 Itann Description Clad Contract Month to Date Completed to Date Cost of Uncoatpleled �st W Pvwtl Completed Quantity Unit Cost Total Cost Qty. Total Cost Qty. Total Co I Mobilization LS I 56_'.000.00 562,000.00 030 $31,000.00 0.50 531,000.00 $31,000.00 50% 2 Trench & Safety Syskms LS I $10,000.00 510,000.00 0.14 51,400.00 0.14 51,400.00 $8,60.00 14% 3 Esovan CoruroI LS I ,525,000.00 525,000.00 0.14 53,51)0.00 0.14 53,500.00 521,590.00 14% 4 Site Restoration IS I 575,000.00 $75,000.00 0.14 $10,500. 0.14 510,500.00 564,500.00 14% 6a I5•znch PVC, SDR"26, Gravity Sewer Pipe (75%) Imtalled!Tcaed LF 3,399 555.00 514,208.75 132.00 55,445.00 132.00 $5,445.00 $134,763.75 4% 66 15 -inch PVC, SDR-26, Graviy Sews Pipe{100%) Accepted LF 3,399 $55.00 546,736.25 0.00 50.00 50.00 546,736 25 0% 7 30 -Inch Ste! Casing, Jack & Bore LF 200 5650.00 5130,000.00 80.00 552,000.00 80.00 552,000.00 578,000.00 40% 8 24 -Inc)$ Stec! Casing, Open Cut LF 20 5125.00 52500.00 0.00 $0.00 50.00 52,500.00 0% 9 l6•Inch Steel Casing.Open Cut LF 20 $95.00 51,900.00 0.00 0.00 $0.00 51,900.00 0% 10 Sewer Servite.Reinstatcm ni EA 10 $800.00 58000.00 1.00 5800.00 1.00 5600.00 $7,200.00 ID% 11 Sewer Servi n Laterals LF 120 525.00 53,000.00 5.00 $125.00 5.00 $125.00 5:,875,00 4% 12 Standard Manhole. 4' Dia. 0'-6 EA 21. 53,50.00 573300.00 2.00 57,000.00 2.00 57,000.00 566,500.00 10% 13 Standard Manhole, 4' Dla. Extra Depth VF 50 5220.00 $11,000.00 . 630 ' 51586.00 630 $13386.00 59,614.00 13% 14 Standard Manhole. S' Dia. 0-6' PA 2 $4,800.00 59,600.00 2.00 59,600.00 200 59.600.00 0.00 I OD% 15 Standud Manhole, 5'Dia. Extra Depth VF IS $300.00 54,500.00 5.00 51.500,00 5.00 51.500.00 53,000.00 33% 16 Standard Manhole, 6' Dia. 0'-�' EA 1 $5,600.00 55,600.00 0.00 50.00 50.00 $5,600.00 0% 17 Standard Manhole, 6' Dia Extra Depth VP 3 5400.00 51..00.00 0.00 50.00 50.00 51,200.00 0% Matrltole ConSbield T'omteat VF 200 5100.00 520,000.00 20.30 52.030.00 20.30 52,030.00 517.970.00 10% 4aethole. Existing. Abmdon orRemove EA 21 5425.00 58,925.00 2.00 $850.00 2.00 5850.00 $8,075.00 10% Can Drill and Connect to Existing Lft station EA I 54,000.00 54,000.00 1.00 54,000.00 1.00 $4,000.00 $0.00 100% 21 Connect to Enirting Sewerat MH-16 FA I 5'-500.00 52.500.00 0.00 $0.00 50.00 52,500.00 0% 23a 8-iocb HDPE, DR -17, Pipe Hunting (75%) Installed/1'eaed LF 4,391 574.55 5245511.79 0.00 • 50.00 $0.00 $245,511.79 0% 23b S-Ineh HDPE, DR -17, Pipe Bursting (100%) Accepted LF 4,391 $74.55 $81,837.26 . 0.00 0.00 $0.00 581,837.26 0% 24 16 -Inch Steel Casing, Open Cut LF 20 595.00 51,900.00 0.00 $0.00 $0.00 51.900.00 0% 25 Sewer Servica.Reinstatoment EA 50 $1,250.00 562,500.00 0.00 0.00 0.00 562500.00 0% 26 rwa Service Laterals IS 480 52630 512,720.00 0.00 $0.00 50.00 $12,720.00 0% 27 Sandard Manhole, 4' DIa.0'-6' - EA 6 $2,500.00 $15000.00 0.00 50.00 50.00 315,000.00 0% 28 Standard Manhole, 4' Dla. Exta Depth VF $0 5135.00 $6,750.00 0.00 0.00 0.00 $6,750.00 0% 29 Remove and Replan Manhole frame & Cover EA 22 5800.00 317,600.00 0.00 50.00 0,00 $17400.00 0% 30 Manhole, Existing, Abandon or Remove EA 2 5425.00 $850.00 0.00 50.00 £.00 5850-00 0% 31 Asphalt Pavement Repair SY 100 $40,00 54,000.00 0.00 $0.00 0.00 54,000.00 0% 32 Crm0elePavetnentRepair SY 100 $35.00 $3,500.00 0.00 50.00 £.00 53500.00 0% 32 God Pavement Repair SY 300 $630 51,950.00 0.00 50.00 50.00 $1,950.00 0% 33 Mitigation Dam as Direcred By Engioea_ EA 5 5325.00 51,625.00 0.00 50.00 0.00 $1,62590 0% 34 i,44jg CV 500 525.00 512,500.00 0.00 S0A0 50.00 512,500.00 0% 35 AcceptanceImmpecdonbyCCTV IF 9,160 $4.00 $36,640.00 0.00 0.00 0.00 336,640.00 0% 37 Conatroclion?boloiptos LS 1 $1500.00 51,500.00 0.00 0.00 $0.00 $1,500.00 0% Contras Totals 51,242,96030 $161,589.38 $161.589.38153,081,378.93 13% Additlooal & Modifeatlaa hems f 31 5330.00 50.00 50,00 5% 39 Sl bank Re onn((Rrip Rap. Filter Fabric) .5n Marthoic BA 17 . 1 $7,051.50 0.0{ S57,0051.50� 27.00 59,450.00 50.00 50.00 TAoI S9A 0.00 $7,051.50 0% 11,500.00 30% C7 v 11 fl v' . C y7 C ;4 .3 L1 3 !1 ' D n h n w w h w - w n 1 w — rS r 1 4Jo-1 -40rn jileki z/,q- //JI/, 5e i (7'1aj<, 8i551. -9'j .i Notice to Proceed Date 7/28/2014 Resolution Number 117-14 Total Days for Contract 180 Contract Number 2328 Contract Completion Date 1/2412015 Contract Date 7/28/2014 Contract Days Used 34 Contract Days Remaining 146 SCHEDULE OF CONTRACT CHANGE ORDERS Contract Additions By Change Order Contract Deductions By Change Order Change Order Description of Change Total Cost added by Cost of Items No. Date Change Order Completed $0.00 $0.00 $0.00 ADJUSTED CONTRACT AMOUNT Contract Amount ............................................. ............... $1,242,968.30 Plus Contract Additions By Change Order...........................................$0.00 Less Contract Deductions By Change Order ...........................................$0.00 ................. $0.00 Adjusted Contract Amount ........................... . .......................... $1,242,968:30 WORK PERFORMED Cost of contract work performed...................................................$171,039.38 Cost of Change Order work performed ................ . ..................... . ....... $0.00 Total Cost of Work Performed ...................... . ............................. $171,039.38 Less Amount Retained......................................................... $8,551.97 Net Amount Earned........................................................... $162,487.41 Add Material Stored............................................................ $87,968.67 Total Amount Due............................................................ $250,456.08 Less Amount of Previous Payments................................................$0.00 Balance Due................................................................. $250,456.08 Recommended By. 4ni/V d l � - CONSTRU ION & CONTRACT MANAGER ATE ��M` i"►i�s.3 I hereby certify that all labor standards and c trac emcnts ha been complied with by Inc. as prime contractor and by each subcontractor employin an , a ore at the site of the work. Certified By: CONE AE Approved By: 200 { DIRECTOR OF UTILITIES ATE' • MATERIAL STORED: :� ayeev!1l�,., STORED MATERIALS WORKSHEET Gravity Sewer Improvements - Greenland Fayetteville, AR City of Fayetteville Project Number 2017.1201 NameandAddreu of Owner Name and Address of Contractor City ofFayetteville Fochtman Ente c. FOI Pi 113 West Mountain P9..(I 1 16$ '� Fayetteville, AR 72701 Fa cvilk, AR 72702 =' r b PERIOD BEGINNING: July 28, 2014 ` - PER€OD ENDING: August 31, 2014 Contract Invoice Completed to Date Stored Material Item Description Unit ' L. nc Items Quantity Unit Cost Total.Cost Qty. Total Cost I Mobilization - LS t $ - 0.50 50.00 $0.00 2 Trench & Safety Systems is 1 S - 0.14 $0.00 $0.00 3 Erosion Control LS 1 $ 0,14 $0.00 SO -00 4 Site Restoration- LS 1 $ - 0.14 $0.00 $0.00 1246 $21.10 $ 26,790.60 578.00 $13,384.89 $12,905-71 15-lncb PVC, SDR-26, Gravity Sewer Pipe (75%) InstalledITcsted LF 3,399 3402 $13.88 S - S 47,219,76 0-00 132.00 $0.00 $2010.80 50.00 $45,208.96 6a 6b 15 -inch P VC, SDR 26, Gravily Sewer Pip; -(100°/,) Restored IF 3,399 $ 0.00 $0.00 $0.00 7 30 -Inch Steel Casing, Jack & Bore LF 200 $ - 80.00 50.00 $0.00 8 24 -Inch Steel Casing, Open Cut, LF 20 S - 0.00 50.00 50.00 9 16 -Inch Steel Casing. Open Cut LF 20 $ - 0.00 $0.00 50.00 10 Sewer Sei vice.Reinstatement EA 10 S - 1.00 $0.00 S0.00 II Sewer Service Laterals LF 120 5 - . 5.00 $0.00 $0.00 Standard Manhole. 4' Diu. 0'-6' EA 21 $ - 2.00 50.00 50.00 Standard Manhole, 4' Dia. Extra Depth VF 50 S - 6.30 $0.00 $0.00 14 Standard Manhole, 5' Din. 0'-6' EA 2 S - 2.00 $0.00 $0.00 1$ Standard Manhole, 5' Dia Extra Depth VF 15 . S - 5.00 $0.00 $0.00 16 Standard Manhole, 6' Dia. 0'-6' EA I $ 0.00 $0.00 50.00 17 Standard Manhole, 6' Dia. Extra Depth VF 3 S - 0.00 $0.00 $0.00 18 Manhole ConShield Treatment VF 200 $ - 20.30 $0.00 $0.00 19 Manhole, Existing, Abandon or Remove EA 21 $ - 2.00 50.00 50.00 20 Core Drill and Connect to Existing Lft station EA 1 $ - 1.00 50.00 $0.00 21 Connect to Existing Sewer at MH-16 EA I S - 0.00 $0.00 $0.00 5 ' 0.00 SO -00 $0.00 8 -tech HDPE, DR -17. Pipe Bursting (75%) InstalledITested LF 4,391 4600 $6.49 S $ 29,854.00 0.00 . 0,00 50.00 50.00 $0.00 $29,854.00 23a 23b 8 -Inch HDPE, DR -17. Pipe Bursting (100%) Tested LF 4,391 S 0.00 50.00 $0.00 24 16 -inch Steel Casing Open Cut LF 20 S 0.00 50.00 $0.00 25 Sewer Service.Reinstatement EA 550 S - 0.00 $0.00 $0.00 26 Sewer Service Laterals LF 480 . S - 0.00 50.00 50.00 27 Standard Manhole, 4' Dia. 0'-6' EA 6 S - 0.00 50.00 $0.00 28 Standard Manhole, 4' Dia. Extra Depth VF 50 S - 0.00 50.00 50.00 29 Remove and Replace Manhole frame & Cover EA 22 S 0.00 50.00 50.00 30 Manhole, Ex}sting, Abandon or Remove EA 2 S - 0.00 50.00 $0.00 31 Asphalt Pavement Repair SY 100 S - 0.00 50.00 50.00 32 Concrete Pavement Repair SY 100 $ - 0.00 50.00 50.00 32 Gravel Pavement Repair SY 300 S - 0.00 50.00 50.00 33 Mitigation Dam as Directed By Engineer EA 5 S - 0.00 $0.00 $0.00 34 Additional Trench bedding CY 500 $ - 0.00 50.00 50.00 35 Acceptance Inspection by CCTV LF 9,160 $ - 0.00 $0.00 SO -00 37 Construction Photographs LS I S - 0.00 50.00 50.00 38 30 -Inch Steel Casing Open Cut LF 77 S - 27.00 50.00 50.00 39 Streambank Restoration (Rip Rap. Filter Fabric) LS I $ - 0.00 50.00 $0.00 40 Drop In Manhole ,- , , , ,-, ; , - A 1 $ - 0.00 50.00 30.00 4'l r 2 1 9- 'f 6 !n orl 415 2 9 0 5 4- u u •IU3�S� �F� U -t35 FERGUS.ON ENTERPRISES, INC 1820 N. WILLOW AVE BROKEN ARROW, OK 74012-9169 Please contact with Questions: 918-459-9536 FORSGREN INC PO BOX 368 GREENLAND GRAY SWR IMPRVMNT FORT SMITH, AR 729O2 SHIP SELL TAX CODE CUSTOMER ORDER VRSE. WHSE. 1318 1318 AR7206 PVC PIPE TJ ;�- cus .:, •� PAc 0436226 23629 1 ofi PLEASE REFER TO. INVOICE NUMBER WHEN MAKING PAYMENT AND REMIT TO: FEI-WW BROKEN ARROW #1895 P-O.BOX 847411 DALLAS. TX 75284-7411 FORSGREN INC HIGHWAY 71 AND WILSON STREET GREENLAND, AR 72737 JOB GRAY SWR IMPRV6Ii O7/31114 I 27109 PLEASE ASK YOUR SALESMEN ABOUT FERGUSON ONLINE! 1246 1246 SOR26HWSP1814 18X14 F679 PS115 HW PVC GJ SWR 21.100 FT 3402 3402 SOR26HWSPt514 15X14 SOR26 NW PVC GI SWR PIPE 13.880 FT INVOICE SUB -TOTAL TAX Greenland LEAD LAW W ING: IT IS ILLS TO INSTALL PROD • S THAT ARE NOT LEAD FREEIN ACCORDANCE WiTN IUS FEDERAL OTHER APPLt BLE LAW IN POTABLE WATER SYSTEMS ANTICIPATED FOR HUMAN CONSUMPTION PRODUCTS W H'NP IN THE D SCRIPTION ARE NOT I D FREE AND CAN ONLY BE INSTALLED IN NON-POTABL APPLICATIONS. UYER IS SOLELY RES ONSIBLE FOR PRODUCT SELECTION. LScore Points Online Buy online and earn points that you can redeem for merchandise, tickets, and even tapsl Find out more at Ferguson.comfPROPIus 4 26290.60 47219.76 73510.36 7167.26 MS: NET 10TH PROX ORIGINAL INVOICE rx $80,677.62 1 Q E All past due amounts are subject to a service charge of 1.5% per month, or the maximum allowed by law, if lower. If Buyer fails to { pay within terms, then in addition to other remedies, Buyer agrees to pay Selle1'all costs of collection, including reasonable attorney fees. Complete terms and conditions are available upon request or at http:/twolseleyna.com/terms—conditionsSale.htmi and are incorporated by reference. Seller may convert checks to ACH, 124 IL hlerAver •IBox 4545 ADDRESS -ouisviHe, Kentuck' 43204 ' ISCO Industries Eel: 800-345.4726 • Fax 800-831-4726 1974 Solutions Center UMSCo-pipc.com Chicago, IL 60677-1009 INDUSTRIES Polyethylene Pipe & Fittings • HOPE Fabrieaticn • C..Iverl Liners • "DPE Fusion Equipment BILL TO 104124 GASTONY DIRECTIONAL BORING, INC. 3000 NORTH 23RD STREET FORT SMITH, AR 72904 Invoice INVOICE # 11051832 INVOICE DATE 08/06/14 PAYMENT TERMS NET 30 - PAGE 1 OF 1 SHIP TO FGASTONY DIRECTIONAL BORING T - CONTACT JEROMY DUTRA @ 479-459-3255 FOR DIRECTIONS TO JOB SITE. GREENLAND, AR 72737 ORDER NUMBER ORDER DATE SHIP VIA CUSTOMER PIO NUMBER 11045681 07/08/14 Best Way - - 51376 WRITTEN BY SHIP DATE TRACKING # JOB NUMBER BRIAN WADE, Ext. 5331 08/04/14 SALES REP FREIGHT TERMS ORDERED BY SHANE ROBBINS PREPAID AND ALLOW {V) _ '�vdl :?S...�Y... '.�,-i`i�n� y?... �..'J:y%:: ' >c f. rYy,: .:lKt . 4_�'-t+S:J. C(�tl�j+a i4�` wLtlV;..'.c:iw: 'i�":S::"'^yy > C f ��{f y _lyAV•:iy Q- /� c. �y.fN.i�F F� 't'j y/��°`< .�;tn yrw�q��C*!l��Y�> 3'"t -,a £tt.,c ':J':!nY �\ i{'' {�{�•I J'v'j/•w�u(� F1i 1]42+1 '�A. v�� .`!h .:.Y'Y y1f".:J�v .i� �I?i)1�1Y :.S�`7 y.: Y`:O1.lvr't 'j+JC:i.:SC:4'i�.i'+`G:2 :`: \:i'�: irLvi S. �y r �P+ /' r 4.I `r:tY:ai4. $� SY�. .: �•. o, �p y?�:r /``i,A,.YS•.C<-S n}:.+J{..y'?^.t Y.` > arc, �yT '^ '� �]l.-.?> y�kr.��r �,jd�.�+�'�:,:[,y�>.�y.,c; WyIC^j���.yN�./��idS'�+,�, ^D. .4'. -.(... '� ? �9! .... k� niAmr ?%--Y••Y 4i+ F`y�. �. �. fyna�ah � a+N4 �f1�'k7.7-G-- '°'•> !-�,t��.` - JAg3 - 5+/^S�s- -�_i.Vi? - 7Gy.d., �A�1�-4p:,V, •A•yxy�ry, +'V3�HR• :a r S-S'.Y�.W..G3.. ,� ₹s�`w-:� ,wP 9 .< uac.u.�JY •Y. hh:q.F :+ ..... ...M+: >n4, ,. ''l, <S .X:%. :]P.C, .i t., n. ........ ..:.,� « .?.k..1 :. :..?, ...•. ' m� .. `:l�fiM h.::�An /..?Y 4,}- C:. e:L. 10081798 8" DR 17 DIPS PIPE W/ BLACK EXT & GREY INT (CAM CORE) Special Instructions: 59191 4600 4600 0 6.49 FT 29,854.00 LES TOTAL MISC. CHARGE SHIPPING/HANDLING SALES TAX DEPOSIT APPLIED CUR INVOICE TOTAL 29,854.00 000 0.00 2,9110.77 0.00 USD <$%3 7477 PAYMEAT TERMS ARE BASED UPON INVOICE DATE A LATE CHARGE OF 1.5'/. PER MONTH 118% PER YEAR) ?JILL BE ADDED TO AU PAST DUE BALANCES. a-,; '! ' I ap i v 1 o O G T C) 'f N T N to N 3 O O U. ~ c 0 Lii X - $ m N 0 0 A4 , a)Co E CO Q-. W m ~a WO) c ` m (9 o. 0o C C O d 1 A E m 3 O ) o I- LI� I` L. 3 N C J_ r N (d z N O C LLE I. - Z W LL 0 Z E Cu $ Q ) Q {I i -, W W .. X G) m U � � � Q. E• Cu ': 4 ' ' ' o. ' o ci m L (1) O CO V d in W W 3 8 H W N to O Ia Q-Of .c i- H O co m m" V O ., OOQ.0L = OO C)O CI) Q u C) Q .a i() C) rn Cu . c V of o O N O:1Q CD.. t!) e- C E m Cl) �@ x d N t o ` C U C L• O 0 D. E OO d Q) o U (1 Q a ~ aEi OUTLAY REPORT AND REQUEST FOR REIMBURSEMENT FOR CONSTRUCTION PROGRAMS (See instructions on back) OMB APPROVAL NO.034&0002 Page Of Pages 1. TYPE OF REQUEST ❑FINAL []PARTIAL 2. BASIS OF REQUEST ECASH OACCRUAL 3. FEDERAL SPONSORING AGENCY AND ORGANIZATIONAL ELEM ENT TO WHICH THIS REPORT IS SUBMITTED: United States Environmental Protection Agency 4. FEDERAL GRANT OR OTHER IDENTIFYING NUMBER ASSIGNED BY FEDERAL AGENCY; XP -00F26701-0 5, PARTIAL PAYMENT REQUEST NO. 2 6. EMPLOYER IDENTIFICATION NUMBER; 71-6018462 7. RECIPIENT'S ACCOUNT NUMBER OR IDENTIFYING NUMBER. 71-6018462 PERIOD COVERED BY THIS REQUEST FROM (Month, day, ar) riem, TO (Month, day, year) 'wan. 9. RECIPIENT ORGANIZATION Name: City of Fayetteville No. and Strut: 113 W. Mountain Street City, State and Fayetteville, AR 72701 10, PAYEE (Where chock is to be sent ifdffcmt than item 9) Name: City of Fayetteville No. and Surocv 113 W. Mountain Street City'Codee:'nd Fayetteville, AR 72701 11. STATUS OF FUNDS CLASSIFICATION PROGRAMS FUNCTIONS ACTIVITIES TOTAL (a) (b) (c) a. Administrative expense S S S S b. Preliminary expense c. Land, sbuctraes, right-of-way d. Architectural engineering basic fees e. Other architectural engineering fee f. Project inspection fees g. Land development h. Relocation expense i. Relocation payments to individuals and businesses j. Demolition and removal k. Construction and project improvement cost 506, 892.00 506,892.00 1. Equipment M. Miscellaneous cost n. Total cumulative to date (sum of lines a thru m) 506,892.00 506,892.00 o. Deductions for program income p. Net cumulative to date (line n minus lint o) 506,892.00 506,892.00 q. Federal share to date 278,791.00 278,791.00 r. Rehabilitation grants (100% reimburacmem) s. Total Federal share (sum o1lines q and r) 278,791.00 278,791.00 I, Federal payments previously requested 137, 751.00 137,751.00 u. Amount requested for reimbursement s141 040.00 S b S 141,040.00 Y. Percentage of physical completion of project 5 � SjO% % °.e 95.80 % 12. CERTIFICATION I certify that to the bet of my knowledge and belief the billed costs or disbursements re in accordance with the terms of the project and that the reimbursement represents the Federal share due which has not been previously requested and that an inspection has been performed and 11 work ism accordance with the terms of the award. a, RECIPIENT RE OF AVTHOPJZE NG➢tFIC1AL DATERkPOU1 tEMITTED: [I/ {j TVPED OR PRINT NAME AND Cheryl Paj in, Bill' g & Col le tions M ager TELEPHONE (Arta Cade, number). 479-575-8224 b. REPRESENTATIVE CERTIFYING TO LINE II v lG r1P AUTHO T[FYMG FFICIA DATE REPORT SUBMITTED TYPED ORP ED NAME AN 1'LE: - Lion Id Jar n, Mayor TELEPHONE (A,tatode, number): 479-575-8330 AU t nUtULtu rrJ. LIJi,JeL irtrKV V VL r 1Vsv PREVIOUS EDITION USABLE Prescribed by OMB Circular A- I and A -I 1 0271-1 03 o � W O G A G U F GGE: o Z o a d, - O o cff �7 a H 0 A CJ a) o a) o i+ N2 O O ca v 00 O A O. 0. Z5o� -ems Cl) Ex a a) L tinl� y R O �7 EE L 0 1> o O bli o Z 0 0. lo. bO GO0DD T t� W cd N o y Y a a a U r - N o GA �/+ t m py Q. EL ¢ �I r a + I Forsgren, Inc.. Inc. Stag 2009-- Form 271 2009 STAG AWARD EPA EPA EPA Previous Balance Balance Pay Req Pay Req Pay Req Stag Balance Before after 01 q2 43 Total Award Amount Request Request Construction Cost 259,008 271,416 0 530,424 Less: Retainage (8,552) (14,980) 0 (23,532) Total Construction Cost Paid to Contractor 250,456 256,436 0 506.892 529,091 0 278,635 22,199 Federal Share to date (55%) 137,751 141,040 0 278,791 291.000 0 153,249 12,209 Federal Payments previously requested 0 0 0 0 Amount Requested 137,751 141,040 0 278,791 Percentage of Completion 47.34% 95.80% 95.80% 95.80% yetttlle ARKANSAS PMG,3C�ala�G 0QD� 3 Each Package Must He Marked PURCHASE ORDER # Exactly As Shown Here City of Fayetteville, Arkansas 14-0000345-001 VENDOR NO. 13830 Forsgren Inc PO Box 368 Fort Smith AR 72902 \ ACC0UNTENG 8/08/14 FOB Fyyv NET 30 DAY Unit -�� Qty o1 oty. - Doscription and Unit Price TOTALS Issue Received Account Number 1.00 EA a) Greenland Sewer Rehabilitation "x.2"8.30 122°E0 Per Bid #14-29 Res #117-14 Contract #2328 �G % 7/) q/A THIS IS A GRANT 5400.5700.5815.00 020171201 LPss Auh4s-2 G� 5yo0 /1O/.. 0. /7 , 77 �O.rho l J�aymm SHIP TO: Water & Wastewater Director CITY OF FAYEJTEVII.LE 113 W MOUNTAIN FAYEII EVILLE AR 72701 Partain, C DEPARTMENT VERIFICATION BY DATE RECENED DEFT HEADAPPROVAI 7 AMOUNT TO PAY $ A/P VERIFCATON . ' HASING VERIFICATION PRICE CHANGE VERIFICATION RETURN CHECK TO SEND COPY TO Sales Tax Total: r Purchase Order Total: 124 ADDITIONAL APPROVAL CHECK 0 DOES NOT MEET PURCHASING POLICY CONTRACT PAYMENT APPRc NED BY __ � PROJECT# Da di as THIS PAYMENT $ 7 PREVIOUS PAYMENT(S) $ S p• CJ TOTAL PYMT(S) $ �`+33 BALANCE$ �l/��• 7 DEPT COPY CITY of FAYETFEVILLE, ARKANSAS DUPLICATE CHECK NO. 421048 DATE INVOICE NO. DESCRIPTION AMOUNT 9/30/2014 2 Cont #2328; GRANT Greenland Sewer Rehab 256,435.84 CHECK AMOUNT $256,435.84 [I IIIlIII[II!!IIIII [I I!I[IIIIIllI111!lIIII[[Ifllll �ACNliEREFOAY«1ppEOOHp5 CHECK NO. 421048 CITY of FAYETTEVILLE e ev e ARKAMSRS Y FAYETTEVILLE, ARKANSAS GENERAL FIEND PATE. :.,.,>.,......,,.N. .:::. VOID IF NOT 10/13/2014 60 DAYS IN FtyNMA�� 81-87/829 ***256,435 DOLLARS AND 84 CENTS _____`ham" _____ PAY TO THE ORDER OF $256,435.84 E Forsgren Inc Po Box 368 NWNEGOTIABLE Fort Smith AR 72902 i BLE L EG E NON-NEGOTIABLE n■t, 2 L❑481!0 ':O8 29❑❑B 7 2s: 484 19844❑6110 TaTel�-Ile ESTIMATE FOR CONSTRUCTION PAYMENT Eatimatt Number 2 Grity Sewer l aproremrats-Gretoland Fayetlevilk, AR City of FaroNtellk Project Number02017.1201 >ti'atpe •a2A�i4F of D,t ner Natnt and Addrcv ofConiri,cior City of Fa3ettet iIk r..V.m Inc. 113 West Mountain r0a 368 Fayeue ilk, AR 73701 FolSmidr,AR 7290? PERIOD BEGINNING_ Scptanbcr 1, 22014 PERIOD ENDL\'G_ September30,1014 Conlracl Month to Date Completed to Dalc Cost of percent liem Description Compksed t59 Quanory Unit Celt Toul Cost Qty. Total Cora Qiy. Taal Cost Work i Mobiliaasinn IS 56_2.000.00 562.000.00 930 $31.000.08 100 562.000.00 50.00 100% Trench & Safety SystciM IS I $10000.00 510,000.30 0_13 52 300.00 037 53.70000 5630000 )7% 3 FlosiooCmtrol LS I 125.000.00 S_S,(0000 023 55.750.00 037 59.25000 $15,750.00 37% 4 Site RWocxion is I 575.000.00 $75.000.110 023 517.250.00 037 527,750.00 547,750.00 37% 6. PVC.SDR•26,Gra.iiySewer Pip. i7$%)lmtalkdlfesied IF 3,399 55520 5140.208.75 454.00 115.727.50 58600 524,17150 5116.036.:5 172 6b IS-inchPVC.SDR-26,GnrilyScrxr?ipc-(I00"43Acccpicd LF 3,399 25500 546,73625 000 50.00 50,00 546,73625 044 7 ,,I•In:1. Steel Casing. Jadt & Note IF 200 5650.00 $130,00020 60.00 S39,000.00 140.00 591,000.00 339.000,00 7014 8 13•Ituh Steel Casirtg,Oprn Cnt LF 30 5125.00 52,50020 000 50.00 50.00 53,500.00 014 9 I6-InchSimiCasinp.OpenCut IF 20 595.00 $1,90000 000 50.00 SOAO 51,90000 0% 10 Service.Reinsutanent EA 10 580020 58,000.00 0.00 $0.00 100 5800.00 57,200.03 10% 11 ,..,.'. Sen in L.terah LF 120 535.00 53.000,00 0.00 50.00 500 $125.00 51_.975.00 4',% I! iManhole,4'Dia.O'•6' EA 21 53,500.00 573,500.00 5.00 $17500.00 7,00 534,50000 549,000.00 30% 13 `ran:!.nSManhole,4'Dia.Ezt. Depth VF 50 522000 $11.00000 20.74 5456?80 2704 55.94800 $5,051,20 5401 14 5t m,! a.I M.Onle, 5' Dia. 0'.6' EA I $4.800.00 $9,600.00 0.00 5020 202 59,600.00 50.00 100!1 15 i,t.1 Manhole, 5' Din. Extra Depth VF IS 5700.00 54,500.00 6.15 $1,845.00 11.15 S),345.00 $1,155.00 7414 16 N:utdm"J Manhole, 6' Dia.0'.4' EA 1 55,600.00 55,60020 0.00 50.00 50.00 $5.600.00 055 17 rtme;:u,I Manhole• 6' pia. Enna Depth VF 3 5400.00 51.20011(1 0.00 50.00 5000 51.30020 0•: I8 NW.I.ic ConShield Treatment VF 100 $100.00 51-0,000.00 69.19 56.619,00 18.49 58.849.00 $11,151.00 44% 19 5 r,rth.vr, Ed0ing, Abandon or Remo.e FA 21 5425.00 56,925-00 4.00 51,70003 6.00 32,550.00 56,375.00 2945 10 t',•l Orill and Comtcn to Esirling 4h tabor FA I 54,000,00 54,000.00 0.00 50.00 1.00 54,000.00 50.00 1000. I C,ww:ttoI iv,n9S0+erAMH-16 EA I 52,500.00 5_30000 0.00 50.00 $0.00 51_50020 0% 23. 6 -loch HOPE, DR -17. Pipe Burslin8 (75%) InstalledFTeded LF 4,391 57435 $245,511.79 1412_.00 510564.60 1412.00 578,94&45 5166.56334 3214 23b 8 -loch HOPE- DR -17, Pipe Bwstin1(100141 Anepred LF 4.391 57455 £81,837 26 0,00 50.00 50.00 581,837.26 0': 24 16 -loch Sled Casing, Gpen Cos LF 20 595.00 £1,900.00 0.00 50 00 $0.00 51,900.00 014 25 Seu'erSenice.Reinslalcrosnl EA 50 5150.00 $62,500.00 1100 51500000 12.00 515.000.00 547.500.00 ?4% 26 Setrzr Smite Lmmk IF 480 526.50 512.720.00 2.00 553.00 2.00 553.00 $12,667.00 0% 27 Siv,d rd Manhole, 4' Dia.0''0 EA 6 33,500.00 515,00)20 2.00 55.000.00 2.00 55.000.00 510,000.00 33% 28 Standard Manhole, 4' Die. Este Depot VF 50 5135.00 56,750.00 1.75 22-36_25 1.75 5336.25 56.513.75 4% 29 Retnore and Replace Manholc (arnc & Cora EA 22 580020 $17.600.00 5.00 54,000.00 3.00 54,000 00 513,60020 231: 30 MwWr. E%isiinp. Abandon or Remo a FA 2 542520 $55000 1.00 5425.00 100 542500 5425 00 507: 31 Asphalt P %cment Repa'v SY 100 540.00 54.00000 0.00 $0.00 $0.00 57,00020 0% 32 Concrete Patuxent Repair S1' 100 535.00 $3,500.00 3.00 20.00 30.00 $3,500.00 04: 33 Gntel Paranent Repair 5Y 300 5630 51,950130 20.00 £130.00 20.00 $130.00 11,820,00 744 34 Mitigation Datn as Directed By Engineer LA 3 $325.00 $1625.00 0.00 50.00 $0.00 51.625 00 044 35 Additional Trench bedding CY 500 525.0 512.500.00 104.82 52,62050 104.82 52,620.50 59,879.50 21% 36 AcceptancelnspcctionbyCClV LF 9,160 $4.00 536,640.00 765000 510,600.00 2650.00 510,600.00 526,04000 291: 37 Consirvction Photoeraphs IS I 51,500 00 51300.00 0.00 $00.00 £020 51500.00 0% t'mtracl blab 51 .242.968,30 5325.007.49 5460.198.13 578? 770.16 37% A ddilinnpi& 11r,Rficailsn Irems 38 Steel Casing, Open Cut !F 77 5350.00 526.953.00 0.00 50.00 1_7.00 $5,45000 S 17,500 00 304:39 Strearnbanli Restoration (Rip Rap, Ricer Fabric) 15 I 51152(1 $125.00 0.00 50.00 50.00 512500 0440 130-Inch Drop In Manhok 1 LA I 51,000.001 51,000.001 I211 51,000.00 100 51,000,00 5000 100% Notice to Proceed Date 7/28/2014 Resolution Number 117-14 Total Days for Contract 180 Contract Number 2328 Contract Completion Date 1/24/2015 Contract Date 7/2812014 Contract Days Used 64 Contract Days Remaining 116 Contract Additions SCHEDULE OF CONTRACT CHANGE ORDERS By Change Order Contract Deductions Change Order Description of Change Total Cost added by Cost of Items Completed By Change Order No. Date Change Order $0.00 $0.00 $0.00 ADJUSTED CONTRACT AMOUNT Contract Amount ....................... . $1,242,968.30 Plus Contract Additions By Change Order ................... ........................ $0.00 Less Contract Deductions By Change Order ....................................... . .. $0.00 Adjusted Contract Amount .. . . . . . .................. ... ......................... $1,242,968.30 WORK PERFORMED Cost of contract work performed ............. . . .... . ......... . . . ................ . .. $470,648.13 Cost of Change Order work performed..............................................$0.00 Total Cost of Work Performed .................................................... $470,648.13 Less Amount Retained ....... . . ..... . ............ . ........................... . .. $23,532.41 Net Amount Earned ............................................................. $447,115.72 Add Material Stored............................................................ $59.776.20 Total Amount Due.............................................................. $506,891.92 Less Amount of Previous Payments ....... ......................................... 5250,456.08 Balance Due .......................................... $256,435.84 Recommended By:40M_'14JL _ - CONST ICTtc) & CONTRACT MANAGER DATE 1 hereby certify that all labor standards an equirements have been complied with by Forsgren, Inc. as prime contractor and by each subcontractor employing mechant1sit the work. Certified By: Approved By: DIRECTOR OF UTILITIES MATERIAL STORED: 1D(S4 ATE Wd14- DATE TaTel�—Vlie, Name and Address of Owner City of Fayetlevitle 113 West Mountain Fayetteville. AR 72701 STORED MATERIALS WORKSHEET Gravity Sewer Improvements - Greenland Fayetteville, AR City of Fayetteville Project !'umber 2017.1201 PERIOD BEGINNING: September 1, 2014 PERIOD ENDING: September 30,2014 Name and Address of Contractor Forsgrcn, Inc. PO Box 368 Fort Smith, AR 72902 Contract Invoice Completed to Date Stored Material Item Description QT Line Items Unit Quantity Unit Cost Total Cost Qty. Total Cost I Mobilization LS I S 1.00 50.00 51,1,1111 2 Trench & Safety Systems IS I S - 037 $0.00 5000 3 Erosion Control LS I S - 0.37 50.00 S41INI 4 Site Restoration LS I 1246 $ZLID 5 - 26,29060 0,37 1230-00 $0.00 $26,121.80 Still 51 ; 50.00 6a 15 -inch PVC, SDR-26, Gravity Sewer Pipe (75%) Instalied/Tested LF 3.399 3402 513.88 $ 47,219.76 586.00 $8,133.68 539,('56.09 6b I S -inch PVC, SDR-26, GravitySewer Pipe{ 100%) Restored LF 3,399 S 0.00 $000 St).00 7 30dnch Steel Casing, jack & gore LF 200 S - 140.00 $0.00 Su.4tt 8 24 -Inch Steel Casing, Open Cut LF 20 5 - 0.00 50.00 SU 1111 9 16 -Inch Steel Casing. Open Cut LF 20 S - 0,00 $0.00 5(1.01) 10 Sewer Scrvicc.Reinsta1cr cnt EA 10 S 1.00 $0.00 II SewerService Laterals LF 120 S 5.00 $0.00 $0.00 12 Standard Manhole, 4' Dia 0'-6' EA 21 5 7,00 50.00 50.00 13 Standard Manhole, 4' Dia. Extra Depth VF 50 S - 27.04 $0.00 50.00 14 Standard Manhole, 5' Dia. 0'-6' LA 2 S 2.00 5000 5000 15 Standard Manhole. 5' Din. Extra Depth VF IS 5 11.15 $0.00 50.00 16 Standard Manhole, 6' Dia. 0'-6' EA I S - 0.00 50.00 10.00 17 Standard Manhole, 6' Dia. Erma Depth VF 3 $ - 000 50.00 50.00 18 ManholeConShicid Treatment VF 200 $ - 89,49 10.00 10.00 19 Manhole. Existing, Abandon or Remove FA 21 5 6.00 10.00 $0.00 20 Core Drill and Connect to Existing LA station EA I S 1.00 $0.00 50.00 21 Connect to Existing Sewer et MH-I6 G EA I S - s 000 1a.00 10.00 so.oa 50.00 so.00 t 5 �" t e S 0.00 S0.D0 50.00 23a 8•lrieh HDPE. DR -17, Pipe Bursting (75%) lnstalled/Tested 1F 4.391 4600 56.49 S 29,854.00 1412.00 $9,163.88 520,690.12 23b S-InchHDPE,DR-17.PipeBursting(I00%)Tested LF 4.391 S - 0.00 50.00 $000 24 16 -Inch Steel Casing, Open Cut LF 20 5 - 0.00 $0.00 $0.00 25 Sewer Serviee.Reinstatement EA 50 ,S 12.00 50.00 $0,00 26 Sewer Service Laterals LF 480 S - 2O0 $0,00 $0.00 27 Standard Manhole, 4' Dia. 0'-6' EA 6 S 2.00 $0.00 10.00 28 Standard Manhole. 4' Dia, Extra Depth VF 50 S - 1,75 $0.00 50O0 29 Remove and Replace Manhole frame & Cove, EA 22 S - 5.00 $0.00 $0.00 30 Manhole, Existing, Abandon or Remove EA 2 S - 1O0 $0.00 50.00 31 Asphalt Pavement Repair SY 100 S 000 $0.00 50.00 32 Cnncrcic Pavement Repair SY 100 S - 0.00 $0.00 1000 32 Gravel Pavement Repair SY 300 S - 20.00 $0.00 50.00 33 $1itiga1ion Dam as Directed By Engineer EA 5 S - 0.00 50.00 80.00 34 Additional Trench bedding CY 500 5 - 104.82 . 50.00 $0,00 35 AeccptabcctnspectionbyCCTV LF 9,160 S 265ap4 $0.00 $0.00 37 Canarucliom Photographs LS I S Out) $0.00 $0.00 38 70 -Inch Steel Casing. Open Cut LF 77 5 27.00 $0.00 50.00 39 Srreambanlc Restoration (Rip Rap. Filter Fabric) lS I S - O.twf $0.00 10.00 40 Drop In Manhole EA I S - 1.1)1) $0.00 5000 co 2 7 k . 0 — 2 9 3 3 coc CO (0 U / § C) w t X g o a 0 w 0 2 2 a N� 7 k m k k E 2 © U o E W b E a : 2 \ ■ c j c E '-0 2 : � 9 � 0 k 2 § k k > # 2 2 0. .5 §cJ TI \ T , U O n 0 7 w d 2 0 k 2 & U. • E $ 0 2 Z E E / k w I ) . m'-2 00 ' 2 k 0 C 0 0 § ) k > @ �m vm C k 0 0 0 0 2 2 8 2© \ 0 0 0 0 EE @ 0 § cc W/ a k a g ® \ $ t 5 2 7 Lo 0 0 0 0 ■ Q. d d d p o \ 2 § t / « ) §_ / a� / k R Q k C ai 2 � .§ o \0. c § k E 2 ■ C 2 E O Z Ct_ ° C � ■ � OW a) k N E00 / U0 E Account Transactions: First National Bank FORSGRE92758H, INC. �^�^'"'"tea ' auaea COFle.Clpu 0.�1 i•wf.R CA /OY 711 f---�—.•� • Pc. I MTlI I It10¢' OII U I12TH 1 IIIfN..I "'One hundred IIAy one Ihnullnd Ihys hundred eaty.flva and IA/100 AOUM... I. FERG1J ON EH7EAlRISE9,NS P.O. BOX4I II D tUI Tx luwTltl IfI≤Y`�pM i f H b O O0Vh` ng 1K[Gg y a78�m N.I.'1in�. ii x QQ, a $ I j .y.f RN Sti l]ttf]s:/Icn7.iietieller.com/login2008/Views/Re ail/Accoun(Transactioiis.aspx Page 1 of 1 9/29/2014 FORSORIN, INC. 092758 d0�2 RG S E P �S 89 1758 714 155 30B 1403 2,067.41 0311 0,00 0.00 0.00 2,067.42 0435259 ! 07/01/1 714 156 0435265 107/01/14 308 1412 402.11 0. 0.00 O.D 0.00 402.48 714 157 0435269 ; 07/01/11 305 1414 904.11 0.00 0.00 0.0D 0.00 904.76 714 158 0435326 07/01/14 9916, 108 1403 150.5 0.00 0,00 0.001 0.00 150.55 714 159 CM041227 07/01/14 JOB 1412 -295.1 0.00 0.00 0.00, 0.00 -295.11 714150 0435427 07/02/141061414 124.zr 0.00 0.00 0.001 0.00 124.26 714 161 0435919 07/08/14 UNIT 2159 456.8 0.00 0.00 0.00 0.00 456.84 714 229 0435842 07/08/14 10B 1414 24.2 0.00 0.00 0.001 0.00 24.27 714 230 0435872 07/08/14 308 1414 44.56 0.00 0.00 0.00; 0.00 44.56 714 231 0435877 07/08/14 JOB 1401 216,18 0.00 0.00 0.00j 0.00 216.18 71.4232 0435922 07/08/14 JOB 1414 80.72 0.00 0.00 0.0D' 0.00 80.72 714 233 0436042 07/09/14 JOB 1414 1,025.36 0.00 0.00 0.00 0.00 1,025.36 714 300 0435749 07/07/14 JOB 1414 1,106.63 0.00 0.00 0.00 0.00 I,106.63 714 301 0436040 07/09/14 JOB 1414 1,720.52 0.00 0.00 0.00 0.00 1,720.52 714 312 CMD41285 07/09/14 JOB 1414 _ -987.29 0.00 0.00 0.00 0.00 -987.29 714 313 CM041294 07/10/14 JOB 1414 -1,334.56 0.00 0.00 0,00 0.00 -1,334.56 714 314 0436449 07/14/14 UNIT 2159 196.48 0.00 0.00 0.00 0.00 196.48 714 315 0436570 07/15/14 UNIT 2159 5.36 0.00 0.00 0.00 0.00 5.36 714 348 0436976 07/18/14 1013 1401 9,414.96 0.00 0.00 0.00 0.00 9,414.96 714 383 0435621 07/03/14 JOB 1401 719.54 0.00 0.00 - 0.00 0.00 719.54 714 384 436675 07/15/14 JOB 1324 28.25 0.00 0.00 0.00 0.00 28.25 714 385 436902 07/17/14 JOB 1404 15.37. 0.00 0.00 0.00 0.00 15.37 714 518 437160 07/21/14 JOB 1401 2,729.22 0.00 0.00 0.00 0.00 2,729.22 714 549 437329 07/23/14 JOB 1403 52.98 0.00 0.00 0.00 0.00 52.98 7I4 550 437625 07/24/14 JOB 1324 20.65 0.00 0.00 0.00; 0.00 20.85 " emaining P.aymen i Detail on Overflow Sub" 100026 161,365.48 I { 0.00 0.00 0.00 0.00 161,365.48 THE FIRST NATIONAL BANK 0 2 5 FORSGREN, INC. FORT SMITH, AR 72902 81-`3/629 9 7 8 GENERAL CONTRACTORS DATE CHECK NO. P.O. BOX 368 FORT SMITH. AR 72902 08/15/14 92758 $161,365.48 ***One hundred sixty-one thousand three hundred sixty-five and 48/ 100 Dollars*** FERGUSON ENTERPRISES 1895 P.O. BOX 847411 PAY DALLAS TX 75284.7411 TO THE ORDER r-1 OF ._.. AUTHCRIZED SIGNATURE iI'09 2?SBIi" '1:08 2.9003 1q1: 1303 046" AP Check Overflow Stub FERGUSON ENTERPRISES 1895 Check No: 92758 Page 1 piscount Prey/cue Net 07114 551 0437804 07125114 JOB 1416 126.16 0.00 0.00 0.00 0,00 126.18 07114 656 0438055 01!29!14 JOB 1401 1,125.90 0.00 0.00 0.00 0.00 1,125.90 07114 657 . 0438068 07!29!14 JOB 1416 2,336.60 0.00 0.00 0.00 0.00 2,336.60 07114 683 0425322.7 07!28!14 OB 1401 23,389.04 0.00 0.00 0.00 0.00 23,389.04 07114 684 0425322-8 07130!14 JOB 1401 29,632.50 0.00 0.00 0.00 0.00 29,832.50 07114 685 0436958 07130!14 JOB 1401 4,609.50 0.00 0.00 0.00 0.00 4,609.50 07114 686 0436226 07131114 JOB 1422 80,677.62 0.00 0.00 0.00 0.00 80,677,62 07!14 753 0438339 07!31114 JOB 1416 577.54 0.00 0.00 0.00 0.00 577.54 Vendor No 100026 Totals 161,365.46 0.00 0.00 0.00 0.00 161,365.46 Account Transactions: First National Bank Page 1 of 1 cASTO DIREcfloNAtBOFANa.Iplc. •""" 007831 -. __ lOgt 4ulx, -w U►tr : SIIIll11 7'57 ►77.7' -7131. I Ihi/(Y IYI'6IMui'llf!'MI+ IIVRd/00 •/ -} . d77/IdO'DY11'Yf^�. I CO W TAIF' I 77.801717L076C P 1i C70t1(1OR M-1009, L- '. sift9 j:1. '- -- � S I I.: y R lII [ ee GG . 1 F ` S httpsa/cm.netteller.com/login2008/Views/Retail/AccountTransactions.aspx 9/29/2014 uu1 _L Gppy,6>FOIRECT)ONAL BORING, INC. 814 7 ' " • THE AR729Q2 FIRST NATIONAL BANK 8131/829 GASTONY 0!0 7 8 FORT S>��N, -3'7 GASTONY DIRECTIONAL BORING, INC. _- ._ P . BOX 368 DATE CHECICNOAMOUNT FORT SMITH,:AR72902 ! 09112114 7831 1 $32;764.77 ***Thirty-two. thousand seven hundred sixty-four and 77 / 100 Dollars*** F ;PAY_ TO THE. :° 'ORDER OF 1SCC INDUSTRIES 1974 SOLUTIONS CENTER CHICAGO IL 60671-1009 n „f ® . AUTHORIZED S1Gr1ATURE IIOO78 3 11f` 1:O9 29OO3 191: 2 5 1 2 ?1. ?ii'