Loading...
HomeMy WebLinkAbout33-15 RESOLUTIONRESOLUTION NO. 33-15 A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID FUNDS FOR THE CONSTRUCTION OF THE SAIN STREET CONNECTION FROM NORTH FRONT STREET TO VANTAGE BOULEVARD WHEREAS, the City of Fayetteville understands that the Northwest Arkansas Regional Planning Commission has recently approved Federal -aid Surface Transportation Program Attributable funds for construction of the Sain Street Connection from North Front Street to Vantage Boulevard at the following Federal and City participating ratios, up to the maximum Federal -aid available: NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas expresses its willingness to participate in accordance with its designated responsibilities in this project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvements. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. PASSED and APPROVED this 3rd day of February, 2015. TTEST: AQ ` ®d11114tP!!gd SONDRA E. SMITH, City Clerk/T4r � Qin �e FAYETTEVILLE- >� 9 cD es_6`a;O4jeo`�` Work Phase Federal % City Construction of City Projects Preliminary Engineering 80% 20% Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Engineering 80% 20% City projects programmed but not let to contract All Phases 0% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas expresses its willingness to participate in accordance with its designated responsibilities in this project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvements. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. PASSED and APPROVED this 3rd day of February, 2015. TTEST: AQ ` ®d11114tP!!gd SONDRA E. SMITH, City Clerk/T4r � Qin �e FAYETTEVILLE- >� 9 cD es_6`a;O4jeo`�` . T City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 479-575-8323 Text File File Number: 2015-0013 Agenda Date: 2/3/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 11 EXPRESS THE WILLINGNESS FOR SAIN STREET CONNECTION: A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID FUNDS FOR THE CONSTRUCTION OF THE SAIN STREET CONNECTION FROM NORTH FRONT STREET TO VANTAGE BOULEVARD WHEREAS, the City of Fayetteville understands that the Northwest Arkansas Regional Planning Commission has recently approved Federal -aid Surface Transportation Program Attributable funds for construction of the Sain Street Connection from North Front Street to Vantage Boulevard at the following Federal and City participating ratios, up to the maximum Federal -aid available: Work Phase Federal % Ci % Construction of City Projects Preliminary Engineering 80% 20% Right -of -Way 80% 20% Utilities 80% 20% Construction 80% 20% Construction Engineering 80% 20% City projects programmed but not let to contract All Phases 0% 100% NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas expresses its willingness to participate in accordance with its designated responsibilities in this project. Section 2: That the City Council of the City of Fayetteville, Arkansas authorizes the Mayor and City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the above -stated improvements. Section 3: That the City Council of the City of Fayetteville, Arkansas pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. City of Fayetteville, Arkansas Page 1 Printed on 21412015 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 479-575-8323 W. Text File File Number: 2015-0015 Agenda Date: 2/3/2015 Version: 1 Status: Passed In Control: City Council File Type: Resolution Agenda Number: A. 12 SOUTHWESTERN ELECTRIC POWER COMPANY AGREEMENT: A RESOLUTION TO APPROVE AN AGREEMENT WITH SOUTHWESTERN ELECTRIC POWER COMPANY TO PARTICIPATE IN AN ENERGY EFFICIENCY REBATE PROGRAM IN THE AMOUNT OF $4,967.83, AND TO APPROVE 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 approves an agreement with Southwestern Electric Power Company to participate in an energy efficiency rebate program in the amount of $4,967.83. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution and made a part hereof. City of Fayetteville, Arkansas Page 1 Printed on 2/4/2015 Paul Libertini Submitted By City of Fayetteville Staff Review Form 2015-0013 Legistar File ID 2/3/2015 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/15/2015 Engineering / Development Services Department Submitted Date Division / Department Action Recommendation: A Resolution expressing the willingness of the City of Fayetteville to utilize Federal -aid funds for the construction of the Sain Street Connection from N. Front Street to Vantage Boulevard. Account Number 06035.3400 Project Number Budgeted Item? No Budget Impact: Fund Sain Street Connection Current Budget Funds Obligated Current Balance Project Title Does item have a cost? No Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget V20140710 Previous Ordinance or Resolution # Original Contract Number: Comments: Approval Date:A' 1 CITY OF i ARKANSAS MEETING OF FEBRUARY 3, 2015 TO: Mayor and City Council CITY COUNCIL AGENDA MEMO THRU: Don Marr, Chief of Staff Jeremy Pate, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Engineer DATE: January 15, 2015 SUBJECT: A Resolution expressing the willingness of the City of Fayetteville to utilize Federal -aid funds for the construction of the Sain Street Connection from N. Front Street to Vantage Boulevard. RECOMMENDATION: Staff recommends approval of the attached resolution to design and construct the new roadway connection of Sain Street from N. Front Street to Vantage Boulevard. The resolution provides for: • The City understands that Federal -aid Surface Transportation Program -Attributable funds are available for this project using the participating ratio of 80% Federal/20% City. • The City will participate in accordance with its designated responsibilities for this project. • The Mayor, or his designee, is authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this City project. • The City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department (AHTD) to initiate action to implement this project. BACKGROUND: Federal -aid Surface Transportation Program -Attributable (STP-A) funds are now available to Northwest Arkansas after the Census Bureau determined the urbanized population to be over 200,000 and the FHWA designated Northwest Arkansas as a Transportation Management Area (TMA). In becoming a TMA, the Northwest Arkansas Regional Planning Commission, of which Fayetteville is a member, will have STP-A discretionary funding available at approximately $7M per year. Under current legislation, these STP-A funds can be utilized for all permitted transportation projects at the discretion of the TMA Policy Committee. An application for federal funding of the Sain Street Extension between N. Front Street and Vantage Boulevard was submitted to and selected by the Northwest Arkansas Regional Planning Commission (NWARPC). On September 24, 2014, the NWARPC approved funding of the design phase for $320,000 (80%) from STP-A funds, but the City must provide a 20% local match of $80,000 for a total of $400,000. Other project phases such as right-of-way, utilities and road construction will be submitted for future year's available STP-A funding. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 I6 111*1[0]►p The next step in this process is approval of the agreement with AHTD. Therefore, a City Council resolution expressing the willingness of the City to utilize Federal -aid funds, and to provide matching funds for the Federal -aid dollars, and to authorize the Mayor to sign the project agreement is needed. This item will be presented to and reviewed by the Transportation Committee at the January 27th meeting. BUDGET/STAFF IMPACT: This project will be based on an Agreement Of Understanding with AHTD in which Federal -aid money will pay 80% of the project amount and the City will pay 20%. Based on the total estimate of $400,000 for engineering services, the federal aid portion will be $320,000 and the City's portion $80,000. (These numbers are subject to change as the project is developed and more detailed estimates are provided.) The Federal portion will be paid from the Surface Transportation Program - Attributable (STP-A) funds. City funds will be from the Transportation Bond Program or CIP Fund. Attachments: Letter from AHTD dated 12/29/14 Agreement Of Understanding for Sain Street Connection Sample Resolution Exhibit: Mud Creek Blvd. Option No. 1 (Sain Street Extension) ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Scott E. Bennett / P.O. Box 2261 Director Little Rock, Arkansas 72203-2261 Telephone (501) 569-2000 Telefax (501) 569-240O Voice/7TY 711 www.arkansashigliways.com December 29, 2014 RECEIVED The Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Dear Mayor Jordan: ,JAN 5 2015 CITY OF FAYETTE.VILI_[ MAYOR'S OFF10E Re: Sain St. Extension (Fayetteville) Reference is made to your letter requesting that the Department begin project development on the Sain Street connection from N. Front Street to Vantage Boulevard recently approved by the Northwest Arkansas Regional Planning Commission. In order to proceed with a Federal -aid project, your City Council must adopt a resolution (sample enclosed) authorizing you to enter into any necessary agreements with the Department for the project. Then you and the City Attorney must sign the enclosed Agreement of Understanding. Upon receipt of the resolution and Agreement, State and Federal -aid job numbers will be assigned and a copy of the executed Agreement of Understanding will be returned to you. When submitting the Agreement to the Department for execution, you will also need to sign Attachment L and complete Attachment M. If you have any questions, please contact Daniel Siskowski or Carlos Meredith at (501) 569-2261. Sincerely, 4 Kevin Thornton Assistant Chief Engineer -Planning Enclosures c: Deputy Director and Chief Engineer Program Management Consultant Contracts Administrator Roadway Design Transportation Planning and Policy District 4 Jeff Hawkins, Executive Director - NWA Regional Planning Commission ECEIVED ARKANSAS STATE HIGHWAY MAR 302015 AND CITY OF FAYETTEVILLE MAYOR'S OFFICE TRANSPORTATION DEPARTMENT Scott E. Bennett P.O. Box 2261 Director �HT Little Rock, Arkansas 72203-2261 Telephone (501) 569-2000 1 o Telefax (501) 569-2400 Voice/TTY 711 www.arkansashighways.com March 24, 2015 The Honorable Lioneld Jordan Mayor of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 Re: Job 040688 F.A.P. STPU-9142(39) Sain Street Extension (Fayetteville) (S) Washington County Dear Mayor Jordan: State and Federal -aid job numbers have been assigned for the referenced project. Enclosed is your copy of the executed Agreement of Understanding. Please contact the Department's Consultant Contracts Administrator, Jennifer Williams, at (501) 569-2029 if you have any questions concerning the procedures for selecting a consultant. Any other questions should be directed to Carlos Meredith or Daniel Siskowski in our Program Management Division at (501) 569-2261. Sincerely, Kevin Thornton Assistant Chief Engineer -Planning Enclosures c: Deputy Director and Chief Engineer Assistant Chief Engineer -Design Program Management Consultant Contracts Administrator (w/enclosure) Transportation Planning and Policy (w/enclosure) District 4 (w/enclosure) Job 040688 'C' File (w/enclosure) AGREEMENT OF UNDERSTANDING BETWEEN THE CITY OF FAYETTEVILLE AND THE ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT In Cooperation with the U.S. Department of Transportation, Federal Highway Administration RELATIVE TO Construction of the Sain Street connection from N. Front Street to Vantage Boulevard, (hereinafter be called the "Project") as a Federal -aid STP-Attributable project. WHEREAS, funding in the Moving Ahead for Progress in the 21St Century Act (MAP -21) includes 80% Federal -aid funds to be matched with 20% non-federal funds for certain city projects; and WHEREAS, the City of Fayetteville (hereinafter called "Sponsor") has expressed its desire to use Federal -aid funds for the eligible Project and to provide necessary matching cash share for such funds; and WHEREAS, the Sponsor will transmit to the Arkansas State Highway and Transportation Department (hereinafter called the "Department") a signed and sealed Resolution from the City Council authorizing the Mayor to execute agreements and contracts with the Department for the Project; and WHEREAS, funding participation will be as follows, subject to the amount of Federal -aid funds and obligation limitation approved and available for the Project: Maximum Minimum Federal % Sponsor % Preliminary Engineering by Consultant 80 20 Right-of-Way/Utilities 80 20 Construction 80 20 Construction Engineering by Consultant 80 20 Department Administrative Costs 80 20 ; and WHEREAS, the Sponsor knows of no legal impediments to the completion of the Project; and WHEREAS, it is understood that the Sponsor and the Department will adhere to the General Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business Enterprises (DBEs) (Attachment A) and that, as part of these requirements, the Department may set goals for DBE participation in the Project, ranging from 0% to 100%, that are practical and related to the potential availability of DBEs in desired areas of expertise. WHEREAS, it is specifically agreed between the parties executing this agreement that it is not intended by any of the provisions of any part of the agreement to make the public or any member thereof a third party beneficiary hereunder or to authorize anyone not a party to this agreement to maintain a suit or action for injuries or damage of any nature pursuant to the terms or provisions of this agreement. -1- IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal Highway Administration (FHWA), will participate in a cooperative program for implementation and will accept the responsibilities and assigned duties as described hereinafter. THE SPONSOR WILL: I. Initially submit to the Department $1,000 (20%) to be matched by $4,000 (80%) Federal -aid funds for Department administrative costs associated with state preliminary engineering, which include but are not limited to, on site meetings, environmental review, and plan and specification review. The Sponsor's final cost for this phase will be determined by actual Department charges to preliminary engineering. 2. Be responsible for hiring a consultant engineering finn(s) in accordance with the Local Agency Consultant Selection Procedures (Attachment B) to provide engineering services which include environmental documentation, preliminary engineering, and construction engineering for the Project. NOTE: FHWA authorization and Department approval must be given prior to issuing a work order to the consultant for federal funds to be allowed in this phase. 3. Prepare plans, specifications, and a cost estimate for construction. A registered professional engineer must sign the plans and specifications for the Project. (See Attachment C for items to be included in the bid proposal.) 4. Additional preliminary design, approximately 30% plans, will be completed between N. Front Street and the new Highway 71B Flyover to guarantee alignment and profile match future improvement plans. 5. Make periodic payments to the consultant for preliminary engineering for the Project and request reimbursement from the Department. Reimbursement requests should be submitted, at minimum, every six (6) months and not more than once per month. 6. Understand that expenditures for preliminary or construction engineering performed by the Sponsor's forces are not eligible for reimbursement with federal funds. 7. Prepare the necessary environmental documentation as required by FHWA and conduct any required public involvement meetings and public hearings. 8. Ensure that the plans and specifications are developed using the Department's standard drawings and Standard Specifications for Highway Construction (latest edition). A registered professional engineer must sign the plans and specifications for the Project. 9. Ensure that the plans and specifications comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. 10. Before acquiring property or relocating utilities, contact the Department's Right of Way Division to obtain the procedures for acquiring right-of-way and adjusting utilities in compliance with federal regulations. NOTE: Failure to notify the Department prior to initiating these phases of work may result in all project expenditures being declared non -participating in federal funds. -2- 11. Acquire property in accordance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (commonly referred to as the "Uniform Act"). 12. Ensure the preparation of utility adjustment and right-of-way plans are in accordance with Arkansas State Highway Commission Policy. 13. Provide a copy of the registered deed or other approved documentation and an appropriate certification stating the Sponsor's clear and unencumbered title to any right-of-way to be used for the Project (See Attachment D). NOTE: Any property that is to become Department right-of-way must he acquired in the Department's name. 14. Submit plans at 50% and 90% completion stages for Department review. 15. Submit a certification letter (Attachment E), including all items noted, to the Department when requesting authority to advertise the Projects for construction bids. - 16. Advertise for bids in accordance with federal procedures as shown in Attachment F. NOTE: FHWA authorization and Department approval must be given prior to advertising for construction bids. 17. Forward a copy of all addenda issued for the Project during the advertisement to the Department. 18. After bids are opened and reviewed, submit a Certification Letter Requesting Concurrence in Award (Attachment G), including all items noted, to the Department. 19. Prior to awarding the construction contract, submit a check for $1,000 to be matched by $4,000 (80%) Federal -aid funds for Department administrative costs on the Project during construction. The Sponsor's final share of cost for this phase will be determined by actual Department charges to construction engineering. 20. Have a full-time employee of the Sponsor in responsible charge during construction of the Project. 21. Prior to issuing the notice to proceed to the Contractor, hold a pre -construction meeting with the Contractor and invite the Department's Resident Engineer assigned to the Project. 22. Ensure that all work, material testing and acceptance, and inspection is conducted in accordance with the Department's Standard Specifications for Highway Construction (latest edition), Manual of Field Sampling and Testing Procedures, and Resident Engineer's Manual and with the plans, specifications, and all other applicable FHWA and Department procedures for the Project. 23. Make periodic payments to the consultant for construction engineering for the Project and request reimbursement from the Department. Reimbursement requests should be submitted, at minimum, every six (6) months and not more than once per month. 24. Make payments to the contractor for work accomplished in accordance with the plans and specifications and then request reimbursement from the Department on the Construction Certification and Reimbursement Request (CCRR) form (Attachment H). Reimbursement requests should be submitted, at minimum, every six (6) months and not more than once per month. -3- 25. Attach LPA Report of Daily Worked Performed (Attachment I) for all days that correspond with each CCRR submittal. 26. Prior to executing the work, submit construction contract change orders to the Department's Resident Engineer in charge of reimbursements for review and approval. 27. Upon completion of the Project, hold a final acceptance meeting for the Project and submit the LPA Final Acceptance Report form certifying that the Project was accomplished in accordance with the plans and specifications (Attachment J). This form must be signed by the engineer/architect performing construction inspection on the Project, the Department's Resident Engineer assigned to the project, the Sponsor's full-time employee in responsible charge, and the Sponsor's Mayor. 28. Maintain accounting records to adequately support reimbursement with Federal -aid funds and be responsible for the inspection, measurement and documentation of pay items, and certification of all work in accordance with the plans and specifications for the Project and for monitoring the Contractor and subcontractor(s) for compliance with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements. 29. Pay all unpaid claims for all materials, labor, and supplies entered into contingent or incidental to the construction of said work or used in the course of said work including but not limited to materials, labor, and supplies described in and provided for in Act Nos. 65 and 368 of 1929, Act No. 82 of 1935, and Acts amendatory thereof. 30. Indemnify and hold harmless the Arkansas State Highway Commission, the Department, its officers and employees from any and all claims, lawsuits, judgments, damages, costs, expenses, and losses, including those arising from claims before the Arkansas Claims Commission or lawsuits brought in any other legal forum, sustained on account of the operations or actions of the Sponsor, including any act of omission, neglect or misconduct of said Sponsor. Further, the Sponsor shall take no action to compromise the immunity from civil suits afforded the State of Arkansas, the State Highway Commission, Arkansas Code 19-10-305, or the 11th Amendment of the United States Constitution. This obligation of indemnification shall survive the tennination or expiration of this Agreement. 31. Assure that its policies and practices with regard to its employees, any part of whose compensation is reimbursed from federal funds, will be without regard to race, color, religion, sex, national origin, age, or disability in compliance with the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, The Americans with Disabilities Act of 1990, as amended, and Title 49 of the Code of Federal Regulations Part 21 (49 CFR 21), Nondiscrimination in Federally -Assisted Programs of the Department of Transportation. 32. Retain all records relating to inspection and certification, the Contractor's billing statements, and any other files necessary to document the performance and completion of the work in accordance with requirements of 49 CFR 18.42 - Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments (Attachment K). 33. Grant the right of access to the Sponsor's records pertinent to the Project and the right to audit by the Department and Federal Highway Administration officials. le 34. Be responsible for 100% of all project costs incurred should the Project not be completed as specified. 35. Be responsible for 100% of any and all expenditures which may be declared non- participating in federal funds, including any such award by the State Claims Commission. 36: Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative Agreements (Attachment L), which is necessary for Project participation. 37. Repay to the Department the federal share of the cost of any portion of the Project if, for any reason, federal participation is removed due to actions or inactions of the Sponsor, its agents, its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such actions or inactions shall include, but are not limited to, federal non -participation arising from problems with design plans, specifications, construction, change orders, construction inspection, or contractor payment procedures. The Sponsor understands and agrees that the Department may cause necessary funds to be withheld from the Sponsor 's Motor Fuel Tax allotment should the Sponsor fail to pay to the Department any required funds, fail to complete the Project as specified, or fail to adequately maintain or operate the Project. 38. Be responsible for all costs not provided by the Federal Highway Administration. 39. Repay to the Department the federal share of the cost of this project if for any reason the Federal Highway Administration removes federal participation. 40. Retain total, direct control over the Project throughout the life of all project improvements outside of the Department's right-of-way and not, without prior approval from the Department: • sell, transfer, or otherwise abandon any portion of the Project; • change the intended use of the Project; • make significant alterations to any improvements constructed with Federal -aid funds; or • cease maintenance or operation of a project due to the Project's obsolescence. 41. Be responsible for satisfactory maintenance and operation of all improvements and for adopting regulations and ordinances as necessary to ensure this. Failure to adequately maintain and operate the Project in accordance with Federal -aid requirements may result in the Sponsor's repayment of federal funds and may result in withholding all future Federal - aid. 42. Submit to the Department a Single Audit in accordance with the Office of Management and Budget (OMB) Circular A-1 33 each fiscal year that the Sponsor expends more than $500,000 of Federal -aid from any federal source including, but not limited to, the U.S. Department of Transportation. The fiscal year used for the reporting is based on the Sponsor's fiscal year. The $500,000 threshold is subject to change after OMB periodic reviews. 43. Make no alterations to the improvements constructed with Federal -aid funds without first consulting with the Department. -5- 44. Promptly notify the Department if the Project improvements outside of the Department's right-of-way are rendered unfit for continued use by natural disaster or other cause. 45. Complete and transmit to the Department both pages of the Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (Attachment M). THE DEPARTMENT WILL: 1. Maintain an administrative file for the project and be responsible for administering Federal - aid funds. 2. Review environmental documentation as prepared by the Sponsor. 3. Review plans and specifications submitted by the Sponsor. 4. Notify the Sponsor when right-of-way and/or utility plans are approved and the Sponsor may proceed with right-of-way acquisition and/or utility adjustments. 5. Ensure substantial compliance with federal contracting requirements through review of the bidding proposal for inclusion of required federal forms, review of the administration of the DBE program provisions, and general compliance with 23 CFR 635. 6. Advise the Sponsor when to proceed with advertisement of the Project for construction bids. 7. Review and concur in award of the construction contract for the Project. Ensure that the Sponsor and the Sponsor's consultant provide adequate supervision and inspection of the Project by performing periodic inspections with the Sponsor's representatives and their consultant to verify that the work being performed by the Sponsor's contractor, and documented and certified by the Sponsor, meets the requirements of the Project plans, specifications, and all applicable FHWA and Department procedures. The Department intends to perform these inspections, at a minimum, when the construction work is approximately 10% and 50% completed. The Department will also participate in the final inspection of the Project. 9. Review and approve any necessary change orders for project/program eligibility. 10. Reimburse the Sponsor 80% (Federal -aid share) for eligible construction costs approved in the CCRR form (Attachment H). This reimbursement will be limited to the maximum Federal -aid amount and to the federal amount available at the time payment is requested. If the payment requested exceeds the Federal -aid available at the time, the difference will be reimbursed as additional Federal -aid for the Project becomes available. 11. Subject to the availability of Federal -aid allocated for the Project, pay the Sponsor the remaining amount due upon completion of the Project and submittal of the certified LPA Final Acceptance Report form (Attachment J). 12. Be reimbursed for costs involved in performing all the services listed above. -6- IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned duties as related in this Agreement, such failure may disqualify the Sponsor from receiving future Federal -aid highway funds. IT IS FURTHER AGREED, that should the Sponsor fail to pay to the Department any required funds due for project implementation or fail to complete the Project as specified in this Agreement, the Department may cause such funds as may be required to be withheld from the Sponsor's Motor Fuel Tax allotment. IN TNESS W iEREOF, the parties thereto have executed this Agreement this __ day of 2015. ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT Scott E. Bennett, P.E. 2rector of Highways and Transportation KitWilliams City Attorney ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT NOTICE OF NONDISCRIMINATION The Arkansas State Highway and Transportation Department (Department) complies with all civil rights provisions of federal statutes and related authorities that prohibited discrimination in programs and activities receiving federal financial assistance Therefore, the Department does not discriminate on the basis of race, sex, color, age, national origin, religion or disability, in the admission, access to and treatment in Department's programs and activities, as well as the Department's hiring or employment practices, Complaints of alleged discrimination and inquiries regarding the Department's nondiscrimination policies may be directed to EEO.'DB£ Section Head (ADAl504/Titie VI Coordinator), P. O, Box 2261, Little Rock, AR 72203, (501) 569-2298, (VoiceM Y 711), or the following email address E£O'DBE Section h�pd'n_alntl ar Q� This notice is available from the ADAh04/Title VI Coordinator in large print, on audiotape and in Braille. -7- Attachment A GENERAL REQUIREMENTS FOR RECIPIENTS AND SUB -RECIPIENTS CONCERNING DISADVANTAGED BUSINESS ENTERPRISES It is the policy of the U. S. Department of Transportation that disadvantaged business enterprises (DBEs) as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. The recipient or its contractor agrees to ensure that DBEs as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. If as a condition of assistance the recipient has submitted and the Department has approved a disadvantaged business enterprise affirmative action program, which the recipient agrees to carry out, this program is incorporated into this financial assistance agreement by reference. This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the recipient of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 26, Subpart F, which sanctions may include termination of the Agreement or other measures that may affect the ability of the recipient to obtain future DOT financial assistance. The recipient shall advise each sub -recipient, contractor or subcontractor that failure to carry out the requirements set forth in 49 CFR Part 26, Subsections 26.101 and 26.107 shall substitute a breach of contract and after the notification of the Department, may result in termination of the agreement or contract by the recipient or such remedy as the recipient deems appropriate. (NOTE: Where appropriate, the term "recipient" may be modified to mean "sub -recipient", and the term "contractor" modified to include "subcontractor".) Attachment B LOCAL AGENCY CONSULTANT SELECTION PROCEDURES Section I — Application These procedures apply to federally funded contracts for engineering and design services for projects. The federal laws and regulations that govern the procurement of engineering and design related services with Federal -aid highway funds are: • 23 U.S.C. 112 "Letting of contracts". • 23 CFR 172 "Administration of Engineering and Design Related Service Contracts", • 49 CFR 18 "Uniform Administration Requirements for Grants and Cooperative Agreements to State and Local Governments" or more commonly known as the "Common Rule", • 40 U.S.C. Chapter 10 Subchapter VI, paragraphs 541-544 or commonly called the "Brooks Act". In accordance with the above federal laws and regulations, the Arkansas State Highway and Transportation Department (AHTD) has approved these procedures for use by the Local Agency for the "competitive negotiation" method of procurement as defined in 23 CFR 172.5, Methods of Procurement. The Local Agency will use these procedures for Federal -aid contracts and may elect to use them for non -Federal -aid contracts. These procedures do not apply to design -build Contracts. Section Il - Advertisement for Letters of Interest (LOls). The Local Agency may employ a consultant engineering firm when a need exists for engineering services and it is in the Local Agency's best interest to employ an engineer or engineering firm. As a minimum, the Local Agency will advertise in a statewide newspaper, the AHTD's website and the Local Agency's website (if available), advising that consultant engineering services are being sought. In addition, the Local Agency may advertise in appropriate national trade magazines or websites for specialized services. Interested firms must furnish a Letter of Interest with primary contact information and Architect - Engineer Qualifications Standard Form 330 Parts I and II. The advertisement will be for either a specific single project, a group of projects, or for an indefinite delivery of projects to be determined at a later date with specific task orders issued for each project. Attachment B When the Local Agency advertises a specific project, the advertisement will describe the work in general terms so that firms may evaluate their interest in performing the desired services. When the Local Agency advertises a group of projects, a general description of work will be furnished. Firms will be asked to specify the projects they are interested in performing. When the Local Agency decides to proceed with a certain project, those firms having expressed interest in that project will be considered for selection. When the Local Agency advertises for an indefinite delivery of projects with later specified task orders, the advertisement will include a general description of work for the project tasks. Section III - Selection Committee. The Local Agency will designate a Selection Committee (Committee) to evaluate and analyze the LOIs and Proposals. Section IV — Evaluation of LOIs. The Committee will evaluate each consultant firm based on the following: No. Evaluation Factors for LOIs Maximum Points Possible Professional staff including the education, experience, 1 number of personnel available, and any partnerships 10 with sub -consultants General and professional reputation, including 2 responsiveness to civil rights and equal employment 10 opportunity requirements and opportunities 3 Past work performance 10 4 Experience with projects of a similar nature as those 10 advertised Total Points for LOI I 40 Following their review, the selection committee will prepare a short list of engineering firms and recommend to the Local Agency that these firms submit detailed proposals for further evaluation. Section V — Request for Proposal (RFP). The Local Agency will prepare a scope of work statement and request proposals from the engineering firms on the short list. For projects with FHWA oversight, the Local Agency will forward the scope of work statement to AHTD to forward to FHWA for review and approval before soliciting RFPs. A Local Agency's scope of work will typically include the following: 2 Attachment B 1. A detailed description of the work 2. Services that will be furnished by the Local Agency 3. Services expected of the consultant 4. Project conditions of the work 5. Special conditions of the work 6. Assurance of participation of Disadvantaged Business Enterprises (DBE) in Federal -aid projects. The Local Agency may establish a DBE goal of a certain percentage of the work for DBE's to assure DBE's participation in Federal -aid projects. When a DBE goal is specified, the Local Agency will ensure that a certified DBE(s) performs the identified engineering work and that the payments to the DBE(s) verify that the goal was reached. The establishment of a DBE goal does not preclude a DBE from being the prime consultant for the project. The short-listed firms should submit proposals that contain the following: 1. A cover letter with primary contact information 2. A detailed work plan that identifies the major tasks of work 3. A list of major concerns associated with completing the work 4. A detailed work schedule for specific projects as requested 5. A manpower estimate for specific projects as requested 6. Updated Standard Form 330 Parts I and II if necessary The Committee will review the proposals with particular attention to the following evaluation factors and the consideration of Section IV. The evaluation factors and their relative importance will be listed in the RFP if any of the factors are different from the list below. No. Evaluation Factors for Proposals Maximum Points Possible 1 Obvious indication that the scope of work is clearly 10 understood 2 Comprehensive, coherent, and detailed work plan 10 3 Realistic work schedule when applicable 10 4 Proposed working office location, need for a local 5 office, and an local representative* 5 Identification of sub -consultants and responsiveness to 5 DBE goals and opportunities 6 Total Points for LOI 40 Total Points for Proposals 80 *Locality preference may be used on a project by project basis where it is not based on political boundaries. Based on these various items, the Committee will rank the firms in order of preference and submit the list to the Local Agency who will either: 1. Select one firm to enter negotiations with; 3 Attachment B 2. Select multiple firms for an indefinite delivery contract; or 3. Select two or more firms to interview (a firm may present additional information concerning their proposal at the interview). After the interviews, the Committee will re-evaluate the firms based on the interview and the same evaluation factors as noted previously. The ranked list will be submitted to the Local Agency for review and final selection. The contract file will contain records of the rankings and supporting data; however, the rankings will not be public information. Copies of the LOI advertisement, the rankings, and supporting data shall be submitted to AHTD for the contract file. Section VI — Negotiation and Contract Preparation. Once a firm is selected for negotiation for a specific job or a group of projects, it will prepare a draft contract including a cost estimate for the project. The other firms on the short list will be advised of the firm selected, subject to successful negotiations. More than one firm may be selected for an indefinite delivery contract. The contract will establish a maximum cost for the contract as well as an expiration date. As individual task orders are issued, individual task order cost estimates will be negotiated. The selected firm will prepare a draft contract based on a sample contract furnished by the AHTD. In accordance with the principles of 23 CFR 172, the draft contract must include an overhead rate that is approved by the AHTD. The overhead rate shall be verified by an audit by a certified public accountant on behalf of the consultant if the contract exceeds $250,000. If the contract is less than $250,000, the overhead rate shall also be verified by an audit by a certified public accountant on behalf of the consultant if at least one of the following conditions applies: 1. when there is insufficient knowledge of the consultant's accounting system; 2. when there is previous unfavorable experience regarding the reliability of the consultant's accounting system; or 3. when the contract involves procurement of new equipment or supplies for which cost experience is lacking. Pursuant to this requirement, the AHTD will notify the Local Agency if an audit by a certified public accountant for the selected firm is necessary. The certified audit needs to be provided by the selected firm prior to the submission of the final draft contract. The Local Agency will review the draft contract proposal and either approve it as submitted or enter into negotiations with the selected firm to establish a contract and contract amount that the Local Agency deems is fair and reasonable. If a satisfactory contract cannot be negotiated with the selected firm, negotiations will be formally terminated. The Local Agency will then enter into negotiations with the second ranked firm. If negotiations with that firm fail, the Local Agency will formally terminate those 4 Attachment B negotiations and begin to negotiate with the third ranked firm, and so on. If the Local Agency cannot negotiate a satisfactory contract with any of the firms on the short list, the Local Agency shall either: 1. Request proposals from additional firms who have submitted LOIs and are considered competent and qualified; evaluate and rank the firms based on the criteria described in Section V; and continue the negotiation process, or 2. Terminate all negotiations and begin the selection process again. When the Local Agency and the consultant agree on a negotiated contract, the consultant will prepare a final draft and submit it to the Local Agency and AHTD for review. After review and a determination that it is acceptable, the consultant will sign the contract. The Local Agency will then execute the contract. The contract will subsequently be submitted to AHTD for final review and approval. When approved, copies of the signed contract will be distributed within the Local Agency and to the consultant. For projects with FHWA oversight and for indefinite delivery contracts utilizing federal funds, the AHTD will forward the initial and final drafts of the contract to FHWA for review and comment. The FHWA approves the final executed contract by stamp and signature and retains a copy. After the Local Agency executes an indefinite delivery contract, it will assign specific projects by task order for the duration of the contract period. The consultant will prepare each task order based on the scope of work furnished by the Local Agency. The task order will include a manpower estimate and cost. The Local Agency will review the task order and approve it as submitted or negotiate with the consultant to establish a task order and task order amount that the Local Agency deems is fair and reasonable. After review and a determination that the task order is acceptable, the consultant will sign the task order. The Local Agency will execute the task order. The task order will subsequently be submitted to AHTD for final review and approval. When approved, copies of the signed task order will be distributed within the Local Agency and to the consultant. For projects with FHWA oversight, the AHTD will forward the initial and final drafts of the task order to FHWA for review and comment. The FHWA approves the final executed task order by stamp and signature and retains a copy. Section VII— Monitoring the Contract. The Local Agency may identify staff members as key liaisons for specific projects or for technical matters during the administration of the contract period. The Local Agency will: 1. Maintain the contract files. 2. Arrange and attend periodic progress meetings. 3. Coordinate reviews and approval actions with other agencies when necessary. 5 Attachment B 4. Review progress payments. 5. Coordinate questions from the consultant. 6. Negotiate any change or amendment to the contract and submit to AHTD for review and approval. 7. Prepare an evaluation of the consultant's performance after completion of the contract. A copy of the evaluation shall be submitted to the AHTD. Section VIII.— Consultant Liability The Local Agency will include a contract requirement that the consultant will warrant that all services and work products provided as part of the contract are free from defects in workmanship at the time of acceptance and that the work conforms to the requirements of the contract. This warrant is effective regardless of the degree of inspection and acceptance by the Local Agency or others. If the consultant is required to correct or re -perform any work or services, the work will be performed at no cost to the Local Agency, and any work or services corrected or re -performed by the consultant shall also be warranted that it is free from defects in workmanship. If the consultant fails or refuses to correct or re -perform, the Local Agency may, by contract or otherwise, correct or replace the deficient items or services with similar work or services, and charge the cost to the consultant or make an equitable adjustment in the consultant's reimbursement. Acceptance is an act of an authorized representative of the Local Agency by which the Local Agency approves specific services, as partial or complete performance of the contract. Correction is the elimination of a defect. L Attachment C REQUIRED CONTENTS OF BIDDING PROPOSALS FEDERAL -AID SURFACE TRANSPORTATION PROGRAM PROJECTS 1) FHWA-1273 Each set of contract documents shall include FHWA-1273, "Required Contract Provisions, Federal -aid Construction Contracts," and such supplements that may modify the FHWA-1273. Copies of FHWA-1273 and supplements will be provided by the Department. 2) Anti -Collusion and Debarment Certification The certification shall either be in the form of an affidavit executed and sworn to by the bidder before a person who is authorized by the laws of the State to administer oaths or in the form of an unworn declaration executed under penalty of perjury of the law of the United States. The required form for the Anti -Collusion and Debarment Certification will be provided by the Department. The certification includes: • Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or in -directly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid. • Debarment - A statement regarding debarment, suspension, ineligibility and voluntary exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29). Failure to submit the executed Certification as part of the bidding documents will make the bid nonresponsive and not eligible for award consideration. 3) Lobbying Certification This certification is required by 49 CFR 20. The form for this certification will be provided by the Department. 4) Davis -Bacon Pre -determined Minimum Wage Rates Davis -Bacon requirements apply to all projects greater than $2,000 that are physically located within the existing right-of-way of a functionally classified city street. The Davis -Bacon wage rates will be provided by the Department. Attachment D SPONSOR LETTERHEAD JOB NUMBER JOB DESCRIPTION COUNTY Title to the right of way necessary for the construction of this project has been acquired, or will be acquired, in accordance with applicable Federal Highway Administration procedures. I indicate total number in each category here Tract(s) Option(s) Negotiation Pending* - include tract number(s), and statement: It is anticipated that these tracts will be acquired by (date). Condemnation(s) — (Order of Possession date) Condemnation(s) Pending* — include tract number(s) and anticipated filing date * If applicable There are no displacees on this project. -Or- Relocation Assistance has been provided in accordance with applicable Federal Highway Administration procedures and all displacees have moved from this project. There was/were # displaced (residence(s)/business(es)/personal property/etc)on the project. There are no structures located within the right of way area. -Or- All structures have been removed from this project, except for those to be included as demolition items in the highway contract. No right of way in excess of that needed for construction or future maintenance of this project was acquired. No conflicting utilities are known to exist in the right of way area. -Or- Necessary utility relocation has been, or will be, completed as shown in the attached Utility Status Report. Certified by: Date: (Type name) (Type title) Attachment E CERTIFICATION LETTER REQUESTING ADVERTISEMENT FOR BIDS DATE Mr. Emanuel Banks Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job# Job Name County Dear Mr. Banks: The following documents are submitted concerning the referenced project: 1. One reproducible set of plans and specifications. 2. A copy of the engineer's estimate of cost. 3. Copies of any technical specifications or special provisions. I certify that the plans, specifications and estimate were prepared by or under the direct supervision of a Professional Engineer licensed to practice in the State of Arkansas and that the plans and specifications were developed using the Arkansas State Highway and Transportation Department's Standard Specifications for Highway Construction (latest edition) and standard drawings, and comply with the Americans with Disabilities Act (ADA), the American Association of State Highway and Transportation Officials (AASHTO) design standards, and all other applicable state and federal regulations, including airport clearance when necessary, for the type of work involved. I understand that if any project items are declared non -participating in federal funds due to failure to comply with any State or federal requirements, the City will promptly repay such funds to the Arkansas State Highway and Transportation Department (AHTD). Further, I hereby authorize the Director of the Arkansas State Department of Finance and Administration to transfer such funds from the City's gasoline tax allotment to the AHTD's RRA Fund upon notification by the Director of Highways and Transportation that such funds are due AHTD and have not been paid by the City. Approval to proceed with advertisement of the project for bids is requested. Sincerely, NAME & OFFICE (Sponsor's CEO) Enclosures Attachment F GUIDELINES FOR ADVERTISING AND OPENING BIDS FEDERAL -AID PROJECTS Upon receipt of written authorization from the Arkansas State Highway and Transportation Department, the project may be advertised for bids. The following minimum guidelines for advertising must be met: • The minimum advertising period is three weeks. • In addition to meeting the State requirements for advertising for construction projects, the project must be advertised a minimum of two times in a statewide newspaper. • The notice must contain: (1) the time, date, and place that sealed bids are to be accepted, opened, and publicly read; (2) a brief description of the kind or type of work contemplated; and (3) the place at which prospective bidders may obtain plans and specifications. • The Sponsor will include the following language in the solicitation for bids: "The Sponsor hereby notifies all bidders that this contract is subject to applicable labor laws, non-discrimination provisions, wage rate laws and other federal laws including the Fair Labor Standards Acts of 1938. The Work Hours Act of 1962 and Title VI of the Civil Rights Act of 1964 also apply." • All bids received in accordance with the terms of the advertisement shall be publicly opened and at a minimum, the total amount bid must be read (the sponsor may choose to read the bids item by item). • If any bid received is not read aloud, the name of the bidder and the reason for not reading the bid aloud shall be publicly announced at the letting. • In accordance with 23 CFR 635.110, any procedures and requirements for qualifying and licensing contractors must be approved by the Federal Highway Administration. • Negotiation with contractors during the period following the opening of bids and before the award of the contract is not permitted. Attachment G CERTIFICATION LETTER REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT DATE Mr. Emanuel Banks Deputy Director and Chief Engineer Arkansas State Highway and Transportation Department P. O. Box 2261 Little Rock, AR 72203 Re: Job # Job Name County Dear Mr. Banks: The following documents are submitted concerning the referenced project: 1. One set of bid tabulations. 2. Justification of award (if low bid amount is greater than 10% over the estimate). 3. A check for $1,000 for AHTD construction involvement. I certify that the referenced project was advertised and bids were received in accordance with the regulations governing Federal -aid projects and all other applicable state and federal regulations, and that this process has been reviewed and approved by the City Attorney. Additionally, I certify that the bid is being awarded to the lowest responsive and qualified bidder and that there has not been, nor will there be, any negotiations with the contractor or other bidders regarding the amount bid. Your concurrence in the award of this contract to CONTRACTOR is requested. Sincerely, Mayor City Attorney Enclosures CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Job No.: FAP: County. Job Name.: Payee/Sponsor: address Federal Tax ID No.: I Maximum Approved Federal -aid Amount 2 Original Contract Amount 3 Net Changes by Change Orders 4 Present Contract Total 5 Present Federal -aid Amount (80% of Line 4 or Amount on Line 1, whichever is less) 6 Work Completed to Date 7 Federal Match (80% of Line 6 or amount on Line 5, whichever is less) 8 Previous Reimbursements (Federal) 9 Amount Due this Estimate (subtract Line 8 from Line 7) Total changes previously approved Total approved this Request Period TOTALS NET CHANGES by Change Order (Line 3 above) Recommended for Payment in Accordance with Project Agreement Resident By: Title: By: Title: Revised: 12/19/13 PAGE 1 OF 2 PAGES DATE: PAY REQUEST ## FROM: TO: The information provided in this document is true and correct and I recommend that payment be made to the Contractor for this work. Date: Payment is requested from the Arkansas State Highway and Transportation Department for the Amount Due. I certify that the Contractor and/or subcontractor(s) are complying with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the work has been completed by the Contractor In accordance with the plans and specifications; and that the Contractor has been paid for this work. Approved for Payment State Construction Engineer Date: PAID Voucher No. Date: Attachment H CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST FAP: JOB NAME: SPONSOR: Revised: 12/19/13 PAGE 2 OF 2 PAGES REQUEST NO: DATE: FROM: CONTRACTOR: TO: A B DESCRIPTION OF WORK C SCHEDULED VALUE D I E WORK COMPLETED F MATERIALS PRESENTLY STOCKPILED (NOT IN D or E) G TOTAL COMPLETED & STOCKPILED TO DATE (D+E+F) H % COMPLETED (G + C) I BALANCE TO FINISH (C - G) ITEM NO. PREVIOUS REQUESTS THIS PERIOD GRAND TOTALS Attachment H ATTACHED THIS FORM COPY OF TO SPONSORS PAYMENT �S� x �+ E CHECK FOR wv� THIS ESTIMATE MUST BE Attachment I Sponsor LPA Report of Daily Work Performed Job Name: Job No.: FAP No.: Contractor: Date: Hours Worked: — Report No.: Project Conditions Site Conditions Weather Contractors Personnel Useable Sunny Laborers Partly Useable Partly Cloudy Carpenters Not Useable Rain Rainfall Amt. (in.) Concrete Laborers Equip. Operators Min Temp. (F) Max Temp. (F) Electricians Comments Plumbers Foreman Other Other I Location and Description of Work Performed I I Special Instructions and/or Conversations Signed: Designated Full-time Employee Attachment J SPONSOR LPA Final Acceptance Report Job Name: Date: Job No: FAP No: County: Route: Contractor: Date Work Began: Date Work Completed: Attendees: Remarks: Project Completed in Substantial Compliance with Plans and Specifications and Recommended for Final Acceptance by Sponsor Engineer/Architect Recommended for Acceptance in Accordance with Project Agreement AHTD Resident Engineer Project Recommended for Acceptance Designated Full-time Employee: I certify that the Contractor and/or subcontractor(s) have complied with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the project has been completed by the Contractor in accordance with the plans and specifications; that the Contractor has been paid for this work, and the project is hereby accepted. SPONSOR's CEO Attachment K 49 CFR 18.42 UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE AGREEMENTS TO STATE AND LOCAL GOVERNMENTS Post -Award Requirements Retention and access requirements for records. (a) Applicability. (1) This section applies to all financial and programmatic records, supporting documents, statistical records, and other records of grantees or subgrantees which are: (i) Required to be maintained by the terms of this part, program regulations or the grant agreement, or (ii) Otherwise reasonably considered as pertinent to program regulations or the grant agreement. (2) This section does not apply to records maintained by contractors or subcontractors. For a requirement to place a provision concerning records in certain kinds of contracts, see Sec. 18.36(i)(10). (b) Length of retention period. (1) Except as otherwise provided, records must be retained for three years from the starting date specified in paragraph (c) of this section. (2) If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 3 -year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 3 -year period, whichever is later. (3) To avoid duplicate recordkeeping, awarding agencies may make special arrangements with grantees and subgrantees to retain any records which are continuously needed for joint use. The awarding agency will request transfer of records to its custody when it determines that the records possess long-term retention value. When the records are transferred to or maintained by the Federal agency, the 3 -year retention requirement is not applicable to the grantee or subgrantee. (c) Starting date of retention period --(1) General. When grant support is continued or renewed at annual or other intervals, the retention period for the records of each funding period starts on the day the grantee or subgrantee submits to the awarding agency its single or last expenditure report for that period. However, if grant support is continued or renewed quarterly, the retention period for each year's records starts on the day the grantee submits its expenditure report for the last quarter of the Federal fiscal year. In all other cases, the retention period starts on the day the grantee submits its final expenditure report. If an expenditure report has been waived, the retention period starts on the day the report would have been due. (2) Real property and equipment records. The retention period for real property and equipment records starts from the date of the disposition or replacement or transfer at the direction of the awarding agency. (3) Records for income transactions after grant or subgrant support. In some cases grantees must report income after the period of grant support. Where there is such a requirement, the retention period for the records pertaining to the earning of the income starts from the end of the grantee's fiscal year in which the income is earned. (4) Indirect cost rate proposals, cost allocations plans, etc. This paragraph applies to the following types of documents, and their supporting records: indirectcost rate computations or proposals, cost allocation plans, and any similar accounting computations of the rate at which a particular group of costs is chargeable (such as computer usage chargeback rates or composite fringe benefit rates). (i) If submitted for negotiation. If the proposal, plan, or other computation is required to be submitted to the Federal Government (or to the grantee) to form the basis for negotiation of the rate, then the 3 -year retention period for its supporting records starts from the date of such submission. (ii) If not submitted for negotiation. If the proposal, plan, or other computation is not required to be submitted to the Federal Government (or to the grantee) for negotiation purposes, then the 3 -year retention period for the proposal plan, or computation and its supporting records starts from the end of the fiscal year (or other accounting period) covered by the proposal, plan, or other computation. (d) Substitution of microfilm. Copies made by microfilming, photocopying, or similar methods may be substituted for the original records. (e) Access to records --(1) Records of grantees and subgrantees. The awarding agency and the Comptroller General of the United States, or any of their authorized representatives, shall have the right of access to any pertinent books, documents, papers, or other records of grantees and subgrantees which are pertinent to the grant, in order to make audits, examinations, excerpts, and transcripts. (2) Expiration of right of access. The right of access in this section must not be limited to the required retention period but shall last as long as the records are retained. (f) Restrictions on public access. The Federal Freedom of Information Act (5 U.S.C. 552) does not apply to records unless required by Federal, State, or local law, grantees and subgrantees are not required to permit public access to their records. [Revised as of October 1, 1997] Attachment L CERTIFICATION FOR GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best of his knowledge and belief that: ` 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant. loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL. "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including sub grants, and contracts and subcontracts under grants, sub grants, loans and cooperative agreements) which exceed $100,000, and that all such sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. CITY OF Attachment M Federal Funding Accountability and Transparency Act (FFATA) Reporting Requirements (For more information go to https.//www.fsrs.gov/) FFATA was signed on September 26, 2006. The intent is to empower every American with the ability to hold the government accountable for each spending decision. The end result is to reduce wasteful spending in the government. The FFATA legislation requires information on federal awards (federal financial assistance and expenditures) be made available to the public via a single, searchable website, which is www.USASpending.gov. A Prime Grant Recipient (hereinafter called AHTD (the Arkansas State Highway and Transportation Department)) awarded a new Federal grant greater than or equal to $25,000 as of October 1, 2010 is subject to FFATA sub -award reporting requirements as outlined in the Office of Management and Budget guidance issued August 27, 2010. AHTD is required to file a FFATA sub -award report for any sub -grant awarded to a sub-awardee greater than or equal to 25 000. As a sub-awardee, c'/7 0c /yE77i 'G LE shall provide the following information to AHTD in order to fulfill FFATA reporting requirements: A unique identifier (Dun & Bradstreet DUNS Number) of the sub-awardee receiving the award and the parent entity of the recipient, should the sub-awardee be owned by another entity; The names and total compensation of the five most highly compensated officers of the sub-awardee if the sub-awardee in the preceding Federal fiscal year received 80 percent or more of its annual gross revenues in Federal awards; and $25,000,000 or more in annual gross revenues from Federal awards; and the public does not have access to information about the compensation of the senior executives of the sub-awardee through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. See FFATA § 2(b)(1). Page 1 of 2 Attachment M Required Sub-Awardee Information (A) Sub-Awardee — DUNS Number: O7c r, 577 ¢Z Parent (if applicable) — DUNS Number: ______ (B) In the preceding completed Federal fiscal year, did your business or organization (the legal entity to which the DUNS number entered above belongs) receive (1) 80 percent or more of its annual gross revenues in U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from U.S. federal contracts, subcontracts, loans, grants, subgrants, and/or cooperative agreements? Yes I No (Circle one) If "Yes" is selected, answer (C). (C) Does the public have access to information about the compensation of the executives in your business or organization (the legal entity to which the DUNS number entered above belongs) through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986? Yes I No (Circle one) If "Yes" is selected, visit http://www.sec.gov/edgar.shtml for reference. If "No" is selected, answer (D). (D) If "No" was selected in Question "C", complete the following information for the five (5) most highly compensated executives in your business or organization (the legal entity to which the DUNS number entered above belongs). Amount should reflect the Total Compensation Amount in the preceding completed Federal fiscal year in U.S. whole dollars. Sub-Awardee Names and Compensation of Most Highly Compensated Officers 1. Name: 2. Name: 3. Name: 4. Name: Amount: Amount: $ Amount: $ Amount: $ 5. Name: Amount: Page 2 of 2 PM"- Cr- HcUILc/LJI L November 6, 2014 OFFICE OF THE MAYOR LIONELD JORDAN Ms. Lorie H. Tudor Assistant Chief Engineer — Planning Arkansas State Highway and Transportation Department P.O. Box 2261 Little Rock, AR 72203 Re- Sain Street Extension Washington County Fayetteville Dear Ms. Tudor, The City of Fayetteville has recently been awarded $320,000 of FFY2015 STP-A funds by the Northwest Arkansas Regional Planning Commission. These Federal -aid funds are for the SAIN STREET EXTENSION project that was programmed in the FY 2013 - 2016 Northwest Arkansas Regional Transportation Study (NARTS) Transportation Improvement Program (TIP) on October 27, 2014. The City now requests that the Arkansas State Highway and Transportation Department begin project development and prepare an Agreement of Understanding for this Federal -aid project. Please call or e-mail Chris Brown, City Engineer, if you have any questions regarding this project at ebrown(iI fayetteville-ar.<gov or 479-575-8207. Sin rely, . Lionel J -dan Mayor RECEIVED NOV 20201 Asst, Chief Engr.-Planning CITY OF FAYETTEVILLE I 113 W. MOUNTAIN STREET ( FAYETTEVILLE, AR 72701 1 479.575.8330 I WWW.FAYETTEVILLE-AR.GOV FEDERAL -AID PROJECT RESOLUTION RESOLUTION NO. A RESOLUTION EXPRESSING THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO UTILIZE FEDERAL -AID FUNDS FOR THE FOLLOWING CITY PROJECT: Sain Street Connection front N. Front Street to Vantage Boulevard WHEREAS, the Northwest Arkansas Regional Planning Commission has recently approved Federal -aid Surface Transportation Program Attributable funds for the project at the following Federal and City participating ratios, up to the maximum Federal -aid available: Type Work Work Phase Federal % City % Construction of City Projects Preliminary Engineering 80 20 Right -of -Way 80 20 Utilities 80 20 Construction 80 20 Construction Engineering 80 20 City projects programmed but not All Phases -0- 100 let to contract NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS, THAT: SECTION I: The City will participate in accordance with its designated responsibilities in this project. SECTION II: The Mayor or his designated representative is hereby authorized and directed to execute all appropriate agreements and contracts necessary to expedite the construction of this City project. SECTION III: The City pledges its full support and hereby authorizes the Arkansas State Highway and Transportation Department to initiate action to implement this project. THIS RESOLUTION adopted this day of , 2015. `o�e�o��r►t�, I io d Jordan Ma of Fayetteville G.' ,\1Y OF .G'% FAYEITQIES: � o ® za 9 (SEAJ5) kA sip/ �! a i �ais►j °°°a MUD CREEK BLVD. OPTION No.1 EXTEND E. SIAN ST. TO VANTAGE BLVD, DIRECT ACCESS FROM JOYCE BLVD AND US 71 BUSINESS TO THE CMN BUSINESS DIRECT PARK, AND ACCESS FROM THEE FULBRIGHT EXPRESSWAY TO JOYCE BLVD 4 I LSL a3 se 7yVa RIGHT OF ENTRY FOR CONSTRUCTION Sain Streen Extension City of Fayetteville Staff Review Form 202i?-0708 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Paul Libertine% 8/18/2020 ENGINEERING (621) Submitted By �1 Submitted Date Division / Department Action Recommendation: Signature of the Mayor on the RIGHT OF ENTRY FOR CONSTRUCTION for the Sain Street Extension project. Account Number 06035.3400 Project Number Budgeted Item? Yes Does item have a cost? Budget Adjustment Attached? Budget Impact: Fund Sain Street Construction Current Budget Funds Obligated Current Balance No Item Cost NA Budget Adjustment Remaining Budget Project Title $ 1,111, 385.00 $ 621,529.00 489,856.00 1 489,856.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 33-15 Change Order Number: Original Contract Number: Comments: Approval Date: 08/24/2020 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Garner Stoll, Development Services Director Chris Brown, City Engineer FROM: Paul Libertini, Staff Enginee DATE: August 18, 2020 SUBJECT: Sain St. Construction Project - Signature of Mayor Right of Entry for Construction Agreement STAFF MEMO RECOMMENDATION: Staff recommends that the Mayor sign the attached "Right of Entry for Construction" agreement. BACKGROUND: On February 3, 2015, the City Council approved Resolution No. 33-15 to express the willingness of the City of Fayetteville to utilize Federal -aid funds for the construction of the Sain Street Connection from North Front Street to Vantage Boulevard. This resolution also authorized the Mayor and the City Clerk to execute all appropriate agreements with the Arkansas State Highway and Transportation Department to expedite the construction of the Sain Street construction project. DISCUSSION: The design of this project is complete and ready for construction. It is currently is the land acquisition phase. Eight (8) out of nine (9) tracts of land have been acquired. The last tract of land is held by the University of Arkansas who has agreed to execute the Right of Entry for Construction agreement with the City so that the ARDOT (Arkansas Department of Transportation) may certify the acquisition of right-of-way and the FHWA may encumber the Federal -aid construction funding. BUDGET/STAFF IMPACT: Certification of the required right-of-way for this project will encumber the first allocation of $2,000,000 for construction. The City will receive a second allocation of $2,000,000 in 2021. Attachments: Right of Entry for Construction Agreement Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF Lioneld Jo Date: 08/24/2020 ARKANSAS Attest: `,�����trrr►rri�r �•`` C,`,ER K ,; T ��i V�~y•'• CITYOR'�q�'� By: . G Kara "Paxton,Cityl Clerk-TreaauritFAYE .ran= Date: ©� �a 1���•- •A S .• ;�ti�ti .,NSA • .�_ ,���yll `�. RIGHT OF ENTRY FOR CONSTRUCTION THIS RIGHT OF ENTRY FOR CONSTRUCTION AGREEMENT ("Right of Entry Permit!') is made and entered into as of this day of , 20 (`Effective Datr"), by and between the Board of Trustees of the University of Arkansas, acting for and on behalfnf the University of Arkansas (the "University") and the City of Fayetteville (the "City"). In- consideration of the mutual covenants contained in this Agreement, the parties agree as follows: 1. The University is the legal owner of certain land identified as "Tract 10" by the City. 2. As part of the City's Sain Street Extension project, the City has advised the University of the need for the City to allow its consultant/contractors/utility contractors and/or its agents, employees, and others to enter upon the proposed right of way limits of Tract 10 to perform any and all duties necessary for the project. 3. In exchange, the City has agreed to perform certain improvements for the benefit of the University, including the reconstruction of a University parking lot that would result in at least ten additional parking spaces. 4. The University hereby grants to the City a right of entry upon, over, and across the land described in Exhibits "A, B, C & D" in exchange for the improvements described in Exhibit «E .99 5. This Right of Entry Permit is effective upon signature by both parties, and each party represents that no restraint has been used to compel the party to sign this document. 6. This Right of Entry Permit expires the earlier of (i) the completion of all improvements described herein or (ii) two years from the last written date below. 7. Subject to approval and resolution of the Board of Trustees of the University of Arkansas, upon satisfactory acceptance by the University of the improvements described in Exhibit "E," the University shall convey or dedicate the property described in Exhibit "A" and the easements described in Exhibits "B and C" to the City. IN WITNESS WHEREOF, the parties hereto have duly executed and have caused this Right of Entry Permit duly to be executed and delivered as of the date last written below. Agreed: Board of Trustees of the University of Arkansas, acting for and on behalf of the University of Arkansas f3\ : E3% : Donald R. Bobbitt, President Joseph E. Steinmetz, Chancellor Date: Date: RIGHT OF ENTRY FOR CONSTRUCTION THIS RIGHT OF ENTRY FOR CONSTRUCTION AGREEMENT ("Right of Entry Permit") is made and entered into as of this day of , 20 ("Effective Date"), by and between the Board of Trustees of the University of Arkansas, acting for and on behalf of the University of Arkansas (the "University") and the City of Fayetteville (the "City"). In consideration of the mutual covenants contained in this Agreement, the parties agree as follows: 1. The University is the legal owner of certain land identified as "Tract 10" by the City. 2. As part of the City's Sain Street Extension project, the City has advised the University of the need for the City to allow its consultant/contractors/utility contractors and/or its agents, employees, and others to enter upon the proposed right of way limits of Tract 10 to perform any and all duties necessary for the project. 3. In exchange, the City has agreed to perform certain improvements for the benefit of the University, including the reconstruction of a University parking lot that would result in at least ten additional parking spaces. 4. The University hereby grants to the City a right of entry upon, over, and across the land described in Exhibits "A, B, C & D" in exchange for the improvements described in Exhibit "E 5. This Right of Entry Permit is effective upon signature by both parties, and each party represents that no restraint has been used to compel the party to sign this document. 6. This Right of Entry Permit expires the earlier of (i) the completion of all improvements described herein or (ii) two years from the last written date below. 7. Subject to approval and resolution of the Board of Trustees of the University of Arkansas, upon satisfactory acceptance by the University of the improvements described in Exhibit "E," the University shall convey or dedicate the property described in Exhibit "A" and the easements described in Exhibits "B and C" to the City. IN WITNESS WHEREOF, the parties hereto have duly executed and have caused this Right of Entry Permit duly to be executed and delivered as of the date last written below. Agreed: Board of Trustees of the University of Arkansas, acting for and on behalf of the University of Arkansas By: �...Q�/'% / ) Donald R. Bobbitt, President Date://fib LC., By: 1�1 '� - �;L— � J s h E. Steinmetz, Chancello Date: 81 \16' �. TRACT 10 EXHIBIT "A" SAIN STREET RIGHT OF WAY A part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) and the northeast quarter of the southeast quarter, all in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the Point of Beginning at the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, NO2°41'10"E 98.41 feet to the existing south line of Sain Street; thence leaving the existing east line of Front Street, along the existing south line of Sain Street for the following courses: along a tangent curve to the right with a radius of 30.00 feet and arc length of 46.87 feet for a chord of N47°26'46"E 42.25 feet to the point of tangency (PT); thence S87°47'38"E 91.24 feet at the point of curvature (PC) of a curve to the left with a radius of 1,175.51 feet; thence 406.26 feet along the curve for a chord of N82°18'19"E 404.24 feet; thence leaving the curve and the existing south line of Sain Street S22°34'00"E 64.94 feet to the new south line of Sain Street; thence along the new south line of Sain Street for the following courses: S81 °45'20"W 60.33 feet to the PC of a curve to the right with a radius of 1,697.50 feet; thence 61.89 feet along the curve for a chord of S82°48'00"W 61.89 feet; thence continuing 15.08 feet along the 1,697.50 feet radius curve to the right for a chord of S84°05'57"W 15.08 feet; thence continuing 147.97 feet along the 1,697.50 feet radius curve to the right for a chord of S86°51'03"W 147.93 feet; thence continuing 45.94 feet along the 1,697.50 feet radius curve to the right for a chord of N89052'36"W 45.94 feet to the PT; thence N89°06'05"W 178.62 feet to the PC of a curve to the left with a radius of 38.00 feet; thence 58.30 feet along the curve for a chord of S46°56'5 I "W 52.75 feet to the PT at the new east line of Front Street; thence leaving the new south line of Sain Street, along the new east line of Front Street for the following courses: S02°59'48"W 61.75 feet; thence S 10018'39"W 18.61 feet to the existing east line of Front Street; thence leaving the new east line of Front Street, along the existing east line of Front Street N02041'10"E 21.67 feet to the Point of Beginning enclosing 21,778 square feet, or 0.500 acres. EXHIBIT `B" TRACT 10 SAIN STREET PERMANENT GRADING EASEMENTS West PGE #1 A Permanent Grading Easement (PGE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) and the northeast quarter of the southeast quarter (NE/4 SE/4), all in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41'10"W 21.67 feet to the PGE Point of Beginning at the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N10'18'39"E 18.61 feet; thence N02059'48"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89°06'05"E 178.62 feet; thence leaving the new south line of Sain Street S 17°27'20"E 10.53 feet; thence N82°42'47"W 29.70 feet; thence S88°57' 15"W 54.45 feet; thence S81051'35"W 30.02 feet; thence N8905958"W 68.83 feet; thence S5400510911W 40.70 feet; thence S02059'48"W 49.92 feet; thence continuing S02059'48"W 10.23 feet; thence S 10° 18'39"W 23.35 feet; thence N87°18'50"W 4.37 feet to the existing east line of Front Street; thence along the existing east line of Front Street NO2°4l'10"E 5.04 feet to the PGE Point of Be ig nning, enclosing 3,078 square feet, or 0.071 acres. Central PGE #2 A Permanent Grading Easement (PGE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41'10"W 21.67 feet to the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N 10° 18'39"E 18.61 feet; thence NO2°59'48"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89006'05"E 178.62 feet to the point of curvature of a tangent curve to the left with a radius of 1,697.50 feet; thence 45.94 feet along the curve for a chord of S89°52'36"E 45.94 feet to the PGE Point of Beginning; thence continuing 147.97 feet along the 1,697.50 feet radius curve to the left for a chord of N86°51'03"E 147.93 feet; thence leaving the curve and the new south line of Sain Street S00°06'lWE 7.03 feet; thence along a non -tangent curve to the west, concave to the north, with a radius of 1,700.39 feet and arc length of 132.01 feet, for a chord of S86°35'32"W 131.98 feet; thence leaving the curve S82° 19' 12"W 24.94 feet; thence N40°56'20"E 13.34 feet to the PGE Point of Beginning, enclosing 1,090 square feet, or 0.025 acres. East PGE #3 A Permanent Grading Easement (PGE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41'10"W 21.67 feet to the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N 10° 18'39"E 18.61 feet; thence NO2°5948"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89°06'05"E 178.62 feet to the point of curvature of a tangent curve to the left with a radius of 1,697.50 feet; thence 45.94 feet along the curve for a chord of S89°52'36"E 45.94 feet; thence continuing 147.97 feet along the 1,697.50 feet radius curve to the left for a chord of N86°51'03"E 147.93 feet; thence continuing 15.08 feet along the 1,697.50 feet radius curve to the left for a chord of N84°0515711E 15.08 feet to the PGE Point of Beginning; thence continuing 61.89 feet along the 1,697.50 feet radius curve to the left for a chord of N82048'00"E 61.89 feet to the point of tangency; thence N81 °45'20"E 60.33 feet; thence leaving the new south line of Sain Street S22°34'00"E 13.99 feet; thence S80°35'38"W 12.89 feet; thence S86037'08"W 45.05 feet; thence N83027'46"W 11.81 feet; thence S83009'29"W 57.45 feet; thence N00006'10"W 6.78 feet to the PGE Point of Beginning, enclosing 1,167 square feet, or 0.027 acres. EXHIBIT "C" TRACT 10 SAIN STREET PERMANENT DRAINAGE EASEMENTS West PDE #1 A Permanent Drainage Easement (PDE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41'10"W 21.67 feet to the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N 10018'39"E 18.61 feet; thence N0205948"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89106'05"E 178.62 to the PDE Point of Beginning; thence along a tangent curve to the left with a radius of 1,697.50 feet and arc length of 45.94 feet for a chord of S8905213611E 45.94 feet; thence leaving the curve and the new south line of Sain Street S40°56'20"W 13.34 feet; thence N89°47'02"W 34.03 feet; thence N I7°27'20"W 10.53 feet to the PDE Point of Beginning, enclosing 398 square feet, or 0.009 acres. Central PDE #2 A Permanent Drainage Easement (PDE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41'10"W 21.67 feet to the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N 10° 18'39"E 18.61 feet; thence NO2°59'48"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89°06'05"E 178.62 feet to the point of curvature of a tangent curve to the left with a radius of 1,697.50 feet; thence 45.94 feet along the curve for a chord of S89°52'36"E 45.94 feet; thence continuing 147.97 feet along the 1,697.50 feet radius curve to the left for a chord of N86°51'03"E 147.93 feet to the PDE Point of Beginning-, thence continuing 15.08 feet along the 1,697.50 feet radius curve to the left for a chord of N84005957"E 15.08' feet; thence leaving the curve and the new south line of Sain Street S00006' 10"E 12.12 feet; thence S89°53'50"W 15.00 feet; thence N00006' 10"W 10.60 feet to the PDE Point of Beginning, enclosing 170 square feet, or 0.004 acres. East PDE #3 A Permanent Drainage Easement (PDE) across part of Block 1 of the Replat of the AW Realty Subdivision in the City of Fayetteville, in Washington County, Arkansas, as depicted on a plat filed in Washington County plat book 10, page 10, being also a part of the southeast quarter of the northeast quarter (SE/4 NE/4) in Section 26, in Township 17 North, Range 30 West of the 5th Principal Meridian, being also a part of a tract described in Washington County document 2012-00009739, and being more particularly described as follows: Commencing at the southwest corner of the said SE/4 NE/4 of Section 26; thence, along the south line of the SE/4 NE/4, S87°09'40"E 181.98 feet to the existing east line of Front Street; thence leaving the south line, along the existing east line of Front Street, S02°41' 10"W 21.67 feet to the new east line of Front Street; thence leaving the existing east line of Front Street, along the new east line of Front Street for the following courses: N 10° 18'39"E 18.61 feet; thence NO2°59'48"E 61.75 feet to the new south line of Sain Street; thence leaving the new east line of Front Street, along the new south line of Sain Street for the following courses: 58.30 feet along a tangent curve to the right with a radius of 38.00 feet for a chord of N46°56'51 "E 52.75 feet to the point of tangency; thence S89006'05"E 178.62 feet to the point of curvature of a tangent curve to the left with a radius of 1,697.50 feet; thence 45.94 feet along the curve for a chord of S89°52'36"E 45.94 feet; thence continuing 147.97 feet along the 1,697.50 feet radius curve to the left for a chord of N86051'03"E 147.93 feet; thence continuing 15.08 feet along the 1,697.50 feet radius curve to the left for a chord of N84°0515711E 15.08 feet; thence continuing 61.89 feet along the 1,697.50 feet radius curve to the left for a chord of N82°48'00"E 61.89 feet to the point of tangency; thence N81 °45'20"E 60.33 feet; thence leaving the new south line of Sain Street S22°34'00"E 13.99 feet; thence S80035'3811W 12.89 feet to the PDE Point of Be inning; thence S20044' 1511E 3.32 feet; thence S67047'16"W 46.51 feet; thence N3604115811W 5.45 feet; thence S53°18'0211W 20.16 feet; thence N36041'58"W 30.34 feet; thence N83009'29"E 22.89 feet; thence S83027'46"E 11.81 feet; thence N86037'08"E 45.05 feet to the PDE Point of Beginning, enclosing 1,082 square feet, or 0.025 acres. TRACT 10 EXHIBIT "D" SAIN STREET TEMPORARY CONSTRUCTION EASEMENT Also, a Temporary Construction Easement (TCE), adjacent to the above -described PGE's and PDE's, being more particularly described as follows: Commencing at the southwest corner, along the existing east line of Front Street, of the above -described PGE#1; thence along the south lines of the above -described PGE's 41, 42, and #3, and of the above - described PDE's #l, #2, and 43 for the following described courses: S87°18'50"E 4.37 feet; thence N10018'39"E 23.35 feet; thence NO2°59'48"E 10.23 feet to the TCE Point of Beginning; thence continuing NO2°59'48"E 49.92 feet; thence N54°05'09"E 40.70 feet; thence S89°59'58"E 68.83 feet; thence N81 °51'35"E 30.02 feet; thence N88°57' 15"E 54.45 feet; thence S82°42'47"E 29.70 feet to the southwest corner of PDE # 1; thence S89°47'02"E 34.03 feet; thence N82° 19' 12"E 24.94 feet; thence along a non -tangent curve to the east, concave to the north, with a radius of 1,700.39 feet and arc length of 132.01 feet, for a chord of N86°35'32"E 131.98 feet; thence leaving the curve S00°06' I WE 3.57 feet to the southwest corner of PDE #2; thence N89053'50"E 15.00 feet; thence N00°06'10"W 5.34 feet; thence N83°09'29"E 34.56 feet to the westmost corner of PDE #3; thence S36°41'58"E 30.34 feet; thence N53°18'02"E 20.16 feet; thence S36041'58"E 5.45 feet; thence N67°47'16"E 46.51 feet; thence leaving the south lines of the said permanent easements S18049'44"W 23.33 feet; thence S67047'16"W 26.09 feet; thence S03035'39"W 25.37 feet; thence N86°21'38"W 113.11 feet; thence S04010'49"W 26.05 feet; thence N86021' 15"W 47.61 feet; thence N03019'42"E 26.04 feet; thence N86020'55"W 103.83 feet; thence S03°47'05"W 67.04 feet; thence N8603312311W 236.75 feet to the TCE Point of Beginning, enclosing 30,867 square feet, or 0.709 acres. W 1900 - LEGEND 30.00 4N4,69 21.00 TA: 587° 50' )).1i9•F J3T00 SAIN STREE 16 o)W CURB 6 GUTTER PC. 21.34.f.9 151A'. 13♦ • ... - R/R PROPOSED RIGHT Of WAY EXISTING RIGHT OF WAY TALL --- VARJ'TBLL SRC CENTERLINE INS INS AMP VARIABIF WIDTH O frN WITH 64,6' GREENSPACE PROPOSED GREEPSPACE - - - - CANNEL FLOWLINE 67.2DRAINAGE 1AIR EASEMENT 5' I = _ _ _ _ - - •' 'SIDEWAL UTCMLINE R, GA♦--#I+R /'M �'>• L WILL PROPOSED GRADING EASEMENT w TCNLINErc� ' _ �, �.r SIOrw ALX _ _ _ _ _ PROPOSED DRAINAGE EASEMENT R40.fy' ^--- i- gtI1POGFD (JiADING x' 83.8' EASEMENT �, STORM SEWER PIPE O'��Ji 1..4- 155° CONCRETE FLUME !` „ I] STORM SEWER STRUCTURE LL :A 19' 23.}' Ta- - _ ��iUR,c CONCRETE SIDEWALK OR TRAIL YN •.' `�� TYP 12.Y - -ml 16.2' _..._. _..._ 9' I HYDRAULIC GRADE LINE (PROFILE) ]0.0' TMP 19. )' 9'D e • .. EXISTING UTILITY EASEMENTLL IRyJt �" C(NWDINAl REIDCATICN fM 19.2' Ly 61.3' `IRRIGATION VALVES AND IRRIGATION 53 0' R4.0' R4.0' I' I B 0 _ _ T� _ _ PROPOSED TEMPOMRV WITH FACILITIES MANAGEMENT CONSTRUCTION EASEMENT °+- 3).e' XX%.XX SPOT ELEVATIONS �cr,Z°• R2.0' I _ R9.5' Ra.'1 _ILR F;:ll SKE0SlIRFICE O R4,0' R ,0' R9.5' f. - flU1 UM TC=TOTER CLR6 L•LMIO 83.2' 11'O' IO.T 309' 2 Lu IIF7 LI 2.2' -„� W INSTALL 6• THICK LLMM RFTF PAVFMENT FROM I BACK OF CURB TO BACK Of ZZy Q y W J J n6a e a w r i w 191 DD 22'00 MATCH EXISTING W < TCMATCHEXISTING EIEVAT1ON5 20a00 � STA; ♦ SR7° SIT 09-F 731 D0 F 14 O1W - 484.69 of T,9 IS7A 73• ~_ OW< Li >>Y ''204. r '• uLL< a•l I 3 1210.46 1208.41 I21D.5 R/w 1210.5 1310.51 12= 46 _ -- ` TC lil1.)1 TC1214t83 1214.11 ( 1214.01 '�- - - X. v 12.3.9 TC 1213. 82 - � .. TC 1215.06 _ T-- LW TC 1214. / MATC TC 1217.88 18.0% I EXISTINH - TC 1217.22 i ELEVATIONS -J s' TC 1218.42 TC ix17.94 TC 1217.5 MATCH EXISTING ELEVATION TC 1218.69 TC 1x 19.0fi TC 1219.26 TC I}16�9} TC 121 ).12 /.• ' _ c _ TC 1218.E MAT EXISTING NG ... C - N(,� MATCH EXISTIN - ELEVATIONS FIF 711- \ r I EIEVATIONS IE I I UNIVERSITYOF ARKANSAS UPTOWN CAMPI IS PARKING LOT I AVOI IT M GRAUINIi 20 0 30 40 60 SCALE: 1" - 20' rur+ PUN LPA Final Acceptance Report / Sain Street Extension City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Paul Libertini 6/7/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: For the Mayor's Signature - LPA Final Acceptance Report required by the Agreement of Understanding for the Sain Street Extension Project. Budget Impact: 4602.860.7221-5809.00 4470.800.8835-5809.00 Account Number 46020.7213 06035.7213 Project Number Budgeted Item? Yes Does item have a direct cost? No Is a Budget Adjustment attached? No Streets Project (2019 Bonds) Sales Tax Capital Improvements Fund Sain St. Extension Sain Street Ext Const. (2019 Bond Project) Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 279,532.00 $ 99,208.00 180,324.00 180,324.00 V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: 06/28/2023 Original Contract Number: Comments: TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director/City Engineer FROM: Paul Libertini, Staff Engineer DATE: June 07, 2023 SUBJECT: Mayor's Signature – LPA Final Acceptance Report Sain Street Extension RECOMMENDATION: Staff recommends that the Mayor sign the LPA Final Acceptance Report as required by the Agreement of Understanding for the Sain Street Extension Project. BACKGROUND: On February 3, 2015, City Council approved Resolution No. 33-15 expressing the willingness of the City to utilize Federal-aid funds for the construction of the Sain Street Connection from N. Front Street to Vantage Boulevard. On December 1, 2020, City Council approved Resolution No. 304-20 awarding a contract with Crossland Heavy Contractors, Inc. in the amount of $4,380,859.87 for the construction of the Sain Street Extension project. After approving Change Order #1 thru Change Order #4, the current construction contract is $5,073,220.17. Substantial Completion was approved on November 16, 2022. The Ribbon Cutting Ceremony was held on November 17, 2020 after which the roadway was opened to traffic. This project has been completed and accepted by the City. DISCUSSION: The Agreement of Understanding with the Arkansas Department of Transportation for this project requires that the Mayor sign the Final Acceptance Report for this project. BUDGET/STAFF IMPACT: No impact. Attachments: LPA Final Acceptance Report SPONSOR LPA Final Acceptance Report Job Name: SAIN STREET EXTENSION Date: 06/07/23 Job No: 040688 FAP No: STPU-HPP2-9142(39) County: Washington Route: City Road Contractor: Crossland Heavy Contractors, Inc. Date Work Began: FEB. 1, 2021 Date Work Completed: APRIL 28, 2023 Attendees: Jason Necessary — Crossland Heavy Contractors, Paul Libertini — City of Fayetteville, J. Strain — McClelland Consulting Engineers Remarks: Final Walkthrough Inspection & Punch List — November 9, 2022 Substantial Completion - November 16, 2022 Updated Punch List — December 6, 2022 Final Green Bicycle Pavement Marking Installed — June 6, 2023 Project Completed in Substantial Compliance with Plans and Specifications and Recommended for Final Acceptance by Sponsor P Italy signed by Jonathan (J.) Strain, PE Jonathan /J. E ON: GUS, E=}siraln©mce.us.com. l ) Strain,0-MCE, OU="7ransportaIion CN=Vbnalhan (J ) Strain. PE _" DeIe` 2023.08.07 11:4941-0500' McClelland Consulting En Recommended for Acceptance in Accordance with Project Agreement ARDOT Resident Engineer Project Recommended for Acceptance Paul Libertini, Staff Engineer, City of Fayetteville: I certify that the Contractor and/or subcontractor(s) have complied with the provisions of FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and Supplements; that the project has een completed by the Contractor in accordance with the plans and specifications; tha 1 he Cont or has been paid for this work, and the project is hereby accepted. r J i Jordan, "or, City of Fayetteville ADEQ ePortal Submission Certification - Sain Street Extension Project City of Fayetteville Staff Review Form 2023-0886 Item ID N/A ARCHIVED City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Paul Libertini 8/15/2023 ENGINEERING (621) Submitted By Submitted Date Division / Department Action Recommendation: For the Mayor's Signature - Certification of ePortal Submission required by the Arkansas Department of Environmental Quality for the Sain Street Extension Project. Budget Impact: 4602.860.7221-5809.00 4470.800.8835-5809.00 Account Number 46020.7213 06035.7213 Project Number Budgeted Item? Yes Does item have a direct cost? No Is a Budget Adjustment attached? No Streets Project (2019 Bonds) Sales Tax Capital Improvements Fund Sain St. Extension Sain Street Ext Const. (2019 Bond Project) Total Amended Budget Expenses (Actual+Encum) Available Budget Item Cost Budget Adjustment Remaining Budget Project Title $ 288,447.00 $ 157,929.00 $ 130,518.00 $ $ $ 130,518.00 V20221130 Purchase Order Number: Previous Ordinance or Resolution # 304-20 Change Order Number: Approval Date: Original Contract Number: Comments: 08/17/2023 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director/City Engineer FROM: Paul Libertini, Staff Engineer'' DATE: August 15, 2023 STAFF MEMO SUBJECT: Mayor's Signature — ADEQ Certification of ePortal Submission Sain Street Extension RECOMMENDATION: Staff recommends that the Mayor sign the ADEQ (Arkansas Department of Environmental Quality) Certification of ePortal Submission form for the Sain Street Extension Project. BACKGROUND: On December 1, 2020, City Council approved Resolution No. 304-20 awarding a contract with Crossland Heavy Contractors, Inc. in the amount of $4,380,859.87 for the construction of the Sain Street Extension project. After approving Change Order #1 thru Change Order #5, the final construction contract was $5,096,547.81. Substantial Completion was approved on November 16, 2022. The Ribbon Cutting Ceremony was held on November 17, 2020 after which the roadway was opened to traffic. This project has been completed and accepted by the City. DISCUSSION: This project was required to obtain a Construction Stormwater General Permit from ADEQ before beginning any construction work. Now that the project is complete, the City is required to file a Notice of Termination to close out this permit. The Mayor was required to sign the original permit application. The Notice of Termination form -was completed online by staff. However, the Mayor is required to sign the Certification of ePortal Submission to complete this process. BUDGET/STAFF IMPACT: No impact. Attachments: ADEQ Certification of ePortal Submission ARR1.50000 Notice of Termination for Construction Stormwater. General Permit (This is a printout of what was submitted electronically to ADEQ) Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 �'SPS DEPARJM iP PZ?, r a�2 P �f ,ND. EN''40 Certification of ePortal Submission This form is to be used to certify electronic ePortal submissions. Please check with the appropriate section for who has the authority to sign this form. A hardcopy of this form with original signature must be sent to DEQ, 5301 Northshore Drive, North Little Rock, AR 72118. Please do not send a hardcopy of the ePortal submission with this form. All fields are required. 1. Section to which the ePortal Submission was Submitted: General NPDES Permits 2. Form Name: ARR150000 Notice of Termination for Construction Stormwater General Permit 3. Arkansas DEQ Facility Identification Number (AFIN), if available: 72-02496 4. Facility Name: City of Fayetteville 5. Facility Physical Address: 113 W Mountain St Fayetteville, AR 72701 I certify under penalty of law that the ePortal submission with Submission ID# HPW-ER0V-GA8PD and revision # I which was submitted electronically on 8/15/2023 10:45:37 AM and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on'my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Lioneld Jordan authority Mayor title 08/17/2023 of siglry authority date ARR150000 Notice' of Termination for Construction Stormwater General Permit version 1.39 (Submission #: HPW-ER0V-GA8PD, version 1) Details Originally Started By Paul Libertini AFIN 72-02496 Submission ID Status Active Steps Form Input HPW-ER0V-GA8PD Submitting Submit Form Permittee Information Permittee Information The permittee information must match the information provided on the facility's Notice of Coverage AFIN 72-02496 Permit Number ARR156908 Permittee (Legal Name) City of Fayetteville Permittee Mailing Information Phone Type Number Business 479-444-3419 Email plibertini@fayetteville-ar.gov Address 113W Mountain St Fayetteville, AR 72701 Extension Construction Site Information Project Name Sain Street. Extension Facility/Project Construction Site Information Site Contact Prefix NONE PROVIDED First Name Last Name Paul Libertini Phone Type Number Extension Business 479-444-3419 Email plibertini@fayetteville-ar.gov Project Physical Address 113W Mountain St Fayetteville, AR 72701 Select the County or Counties where the work was performed. Washington Have you established vegetation cover with 100% coverage and 80% density? Yes Have all discharges associated with construction activities been eliminated? Yes If the project is a large common plan of development, have all certifications been collected consistent with Part I.B.17.C? No Pictures of Vegetation Coverage and Stablization Please upload as many pictures as necessary to show that the site has reached final stabilization (100% coverage and 80% density or greater) Pictures of vegetation coverage and stabilization area 20230728_093607.jpg - 08/15/2023 10:26 AM 20230728_093632.jpg - 08/15/2023 10:26 AM 20230728_093336.jpg - 08/15/2023 10:27 AM 20230728_093344.jpg - 08/15/2023 10:27 AM 20230728_093130.jpg - 08/15/2023 10:28 AM 20230728_093045.jpg - 08/15/2023 10:28 AM 20230728_093003.jpg - 08/15/2023 10:29 AM 20230728 092854.jpg - 08/15/2023 10:29 AM 20230728_092747.jpg - 08/15/2023 10:29 AM 20230728_092558.jpg - 08/15/2023 10:30 AM 20230728_092555.jpg - 08/15/2023 10:30 AM 20230728_092546.jpg - 08/15/2023 10:30 AM 20230728_092446.jpg - 08/15/2023 10:30 AM 20230728_092339.jpg - 08/15/2023 10:31 AM Comment NONE PROVIDED Responsible Official and Cognizant Official Information Responsible Official Information First Name Last Name Lioneld Jordan Title Mayor Phone Type Number Extension Business 479-575-8331 Email Mayor@fayetteville-ar.gov Cognizant Official First Name Last Name Paul Libertini Title Project Manager Phone Type Number Extension Business 479-444-3419 Email plibertini@fayetteville-ar.gov Attachments Date Attachment Name Context User 8/15/2023 10:31 AM 20230728_092339.jpg Attachment Paul Libertini 8/15/2023 10:30 AM 20230728_092446.jpg Attachment Paul Libertini 8/15/2023 10:30 AM 20230728_092546.jpg Attachment Paul Libertini 8/15/2023 10:30 AM 20230728_092555.jpg Attachment Paul Libertini 8/15/2023 10:30 AM 20230728092558.jpg Attachment Paul Libertini 8/15/2023 10:29 AM 20230728_092747.jpg Attachment Paul Libertini 8/15/2023 10:29 AM 20230728_092854.jpg Attachment Paul Libertini 8/15/2023 10:29 AM 20230728_093003.jpg Attachment Paul Libertini 8/15/2023 10:28 AM 20230728_093045.jpg Attachment Paul Libertini 8/15/2023 10:28 AM 20230728_093130.jpg Attachment Paul Libertini 8/15/2023 10:27 AM 20230728_093344.jpg Attachment Paul Libertini 8/15/2023 10:27 AM 20230728_093336.jpg Attachment Paul Libertini 8/15/2023 10:26 AM 20230728_093632.jpg Attachment Paul Libertini 8/15/2023 10:26 AM 20230728_093607.jpg Attachment Paul Libertini Status History User Processing Status 7/27/2023 11:40:41 AM Paul Libertini Draft 8/15/2023 10:38:12 AM Paul Libertini Submitting Processing Steps Step Name Assigned Date To/Completed By Completed Submit Form Admin-Lock Form/Log NOT/Assign Engineer Trinity Cochran Cochran ENG-Completeness and Technical Review (Verify Outstanding Fees) (Enter Internal Info) EA -NOT Compliance Review (Add Note for approval) ENG - Review NOT Letter ES Review of NOT Terry Liu SOM Review of NOT Bryan Leamons Admin-Enter Termination Date in PDS/Access Trinity Cochran Cochran Admin-Email NOT to Applicant/Save Package Trinity Cochran to Web (COR of G -Drive) Cochran ICIS-Enter Code Information into ICIS (ICIS Freya Skinner General Permit Coordinator)