HomeMy WebLinkAbout01-18 RESOLUTIONQ� carirlr
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 01-18
File Number: 2017-0737
ARKANSAS DEPARTMENT OF TRANSPORTATION:
A RESOLUTION TO APPROVE AN AGREEMENT OF UNDERSTANDING WITH THE ARKANSAS
DEPARTMENT OF TRANSPORTATION FOR THE ACCEPTANCE OF AN 80/20 ARKANSAS
TRANSPORTATION ALTERNATIVES PROGRAM FEDERAL -AID GRANT IN THE AMOUNT OF
$280,000.00 FOR THE INSTALLATION OF LIGHTING ALONG THE CATO SPRINGS TRAIL, 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 of
understanding with the Arkansas Department of Transportation for the acceptance of an 80/20
Arkansas Transportation Alternatives Program Federal -Aid Grant in the amount of $280,000.00 for the
installation of lighting along the Cato Springs Trail.
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.
PASSED and APPROVED on 1/2/2018
Attest:
Sondra E. Smith, City Clerk Treasurer
t���s3�SiS1i!l1lf�/"
0 'pC"?' W
I AYF_TTEV1L1_[,
Page 1 Printed on 113118
City of Fayetteville, Arkansas 113 West Mountain Street
Fayetteville, AR 72701
Yu �'
(479) 575-8323
Text File
File Number: 2017-0737
Agenda Date: 1/2/2018 Version: 1 Status: Passed
In Control: City Council Meeting File Type: Resolution
Agenda Number: A. 2
ARKANSAS DEPARTMENT OF TRANSPORTATION:
A RESOLUTION TO APPROVE AN AGREEMENT OF UNDERSTANDING WITH THE ARKANSAS
DEPARTMENT OF TRANSPORTATION FOR THE ACCEPTANCE OF AN 80/20 ARKANSAS
TRANSPORTATION ALTERNATIVES PROGRAM FEDERAL -AID GRANT IN THE AMOUNT OF
$280,000.00 FOR THE INSTALLATION OF LIGHTING ALONG THE CATO SPRINGS TRAIL, 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 of
understanding with the Arkansas Department of Transportation for the acceptance of an 80/20 Arkansas
Transportation Alternatives Program Federal -Aid Grant in the amount of $280,000.00 for the installation of
lighting along the Cato Springs Trail.
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.
City of Fayetteville, Arkansas Page 1 Printed on 11312018
Matt Mihalevich
Submitted By
City of Fayetteville Staff Review Form
2017-0737
Legistar File ID
1/2/2018
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
12/13/2017
Engineering /
Development Services Department
Submitted Date Division / Department
Action Recommendation:
Staff recommends approval of an Agreement of Understanding with the Arkansas Department of
Transportation for the Cato Springs Trail Lighting project and authorizing the Mayor to sign additional
documents as necessary to utilize $280,000.00 in federal -aid funds through the Transportation Alternatives
Program (TAP) for the installation of lighting along Cato Springs Trail and approving a budget adjustment to
recognize the revenue and fund other project costs.
Budget Impact:
4470.800.8830-5814.05
Sales Tax Capital Trail Development
Account Number
Fund
02016.1801
Cato Springs Trail Lighting
Project Number
Project Title
Budgeted Item? Yes
Current Budget
$
1,500,000.00
Funds Obligated
$
Current Balance
$
1,500,000.00
Does item have a cost? Yes
Item Cost
$
361,000.00
Budget Adjustment Attached? Yes
Budget Adjustment
$
361,000.00
Remaining Budget
$
1,500,000.00
Previous Ordinance or Resolution # 125-17
V20140610
Original Contract Number: Approval Date:
Comments: The Budget Adjustment will allocate a portion of the 2018 trail development funds for the required
20% match, public notification and engineering contra charges associated with the Cato Springs Trail
Lighting Project.
CITY OF
Ta'y� - —i I c
ARKANSAS
MEETING OF JANUARY 2ND, 2018
TO: Mayor and City Council
CITY COUNCIL AGENDA MEMO
THRU: Don Marr, Chief of Staff
Terry Gulley, Transportation Services Director
Garner Stoll, Development Services Director
Chris Brown, City Engineer
FROM: Matt Mihalevich, Trails Coordinator
DATE: December 14th, 2017
SUBJECT: 2017-0737 Transportation Alternatives Program — Cato Springs Trail
Lighting
RECOMMENDATION:
Staff recommends approval of an Agreement of Understanding with the Arkansas Department
of Transportation for the Cato Springs Trail Lighting project and authorizing the Mayor to sign
additional documents as necessary to utilize $280,000.00 in federal -aid funds through the
Transportation Alternatives Program (TAP) for the installation of lighting along Cato Springs
Trail and approving a budget adjustment to recognize the revenue and fund other project costs.
BACKGROUND:
The Cato Springs Trail is nearing completion extending 2.9 miles from the Town Branch Trail to
the Kessler Mountain Regional Park. Due to budget constraints, lighting was excluded from the
original construction project. The electrical design is complete and the electrical conduit has
been installed in preparation for future lighting. This grant will provide funding to award a bid
for the installation of the wire and trail lights along the entire trail length of the Cato Springs Trail
from the Town Branch Trail to the Regional Park. The Fayetteville Regional Park and Kessler
Mountain have become major recreational destinations and the inclusion of lighting along the
Cato Springs Trail will enhance the hours of use and increase safety along the corridor.
DISCUSSION:
The Northwest Arkansas Regional Planning Commission (NWARPC), serving as the NWA
Metropolitan Planning Organization (MPO) manages the portion of TAP funding for the region.
A willingness to apply for funding for the Cato Springs Trail lighting project was approved on
June 20th, 2017 by resolution 125-17. In November of 2017, the City was awarded the full
amount requested in the amount of $280,000 through the NWARPC Transportation
Alternatives Program administered through the Arkansas Department of Transportation.
The proposed trail lighting project would include 2.9 miles of new trail lighting at an estimated
cost including design costs of $361,000. This estimate includes approximately 156 new LED
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
light fixtures matching the city standard shown below. If approved, the lighting project will be
competitively bid to an electrical contractor.
BUDGET/STAFF IMPACT:
Through the Transportation Alternatives Program, the City will be responsible for 20% of the
total grant amount, or $70,000 plus design costs of $11,000 for a total of $81,000 in City
funding. Sufficient funding for the match has been budgeted through the 2018 Sales Tax
Capital Trail Development Program.
Attachments:
Mud Creek Trail Lighting Map
Agreement of Understanding — Cato Springs Trail Lighting
Attachment B
Attachment C
Attachment N
Attachment O
Budget Adjustment
Fayetteville Vicinity Map
ax
J t
Kessler Mountain
Regional
Park
J�
01,
�> 01.
Tovin
S
Mountain
Regional Pii-k
Legend
Existing Trails With Lighting
Cato Springs Trail Lighting Project 2.9 Miles
CITY 0F,
FAYETTEVILLE
ARKANSAS 0 Q. 02 0
1 ..4 08.
IWO Miles
PlIalker
Park
Town Branch Tr4il
Start of the Razorback
Regional Greenway
Cato Springs Trail Lighting Project - 2.9 Miles
Trail Completion early 2018 with electrical Conduit Installed
Proposed Fayetteville Standard LED Trail Light
Cato Springs Trail - Proposed Trail Lighting
Town Branch Trail to Kessler Mtn. Regional Park - 2.9 Miles
KANSAS DEPARTMENT
ARKANSAS
TRANSPORTATION
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain Street
Fayetteville, AR 72701
Dear Mayor Jordan:
ARKANSAS DEPARTMENT OF TRANSPORTATION
ARDOT.gov I IDriveArkansas.com I Scott E. Bennett, P.E., Director
10324 Interstate 30 1 P.0, Box 22611 Little Rock, AR 72203-2261
Phone: 501.569.2000 1 Voice/TTY711 I Fax: 501.569.2400
February 12, 2018
�L(;JEI AI ERS
FFD 14 20 18
CITY OF FAYF7'7�Vr�LF
MAYORS OFfiEVI
lZe: Job 040759
F.A.P. TAPU-9142(47)
Fayetteville Cato Springs Trail Lighting (S)
Washington County
State and Federal -aid job numbers have been assigned for the referenced project. Enclosed is
your copy of the executed Agreement of Understanding.
If you have any other questions, please contact Carlos Meredith or Daniel Siskowski in our
Program Management Division at (501) 569-2481.
Sincerely,
Ke on
A. istant Chief •n ' eer — Planning
Enclosure
c: Deputy Director and Chief Engineer
Assistant Chief Engineer - Design
Program Management
Environmental
Transportation Planning and Policy
District 4
Job 040759 'C' File
Mr. Jeff Hawkins, Executive Director — NWA Regional Planning Commission
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
In Cooperation with the
U. S. Department of Transportation
Federal Highway Administration
RELATIVE TO
Construction of Cato Springs Trail Lighting (hereinafter called the "Project") as a Federal -aid
project.
WHEREAS, funding in the Fixing America's Surface Transportation (FAST) Act includes 80%
Federal -aid funds to be matched with 20% non-federal funds for approved Transportation
Alternatives Program (TAP) 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 Northwest Arkansas Regional Planning Commission has awarded the Sponsor
TAP funding for the construction of the Project; and
WHEREAS, the Sponsor has transmitted to the Arkansas Department of Transportation
(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
approved for the Project:
Maximum Minimum
Federal °fo Sponsor %
Project Design: 0 100
Right-of-Way/Utilities: 0 100
Construction: 80 20
Construction Inspection: 0 100
Department Administrative Cost (1% of Const. Amt.): 0 100
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.
-1-
WHEREAS, the parties agree, unless specifically stated otherwise, that the provisions of this
agreement are not intended to created or confer a third party benefit or right in any person or
entity, not a party to this agreement.
IT IS HEREBY AGREED that the Sponsor and the Department, in cooperation with the Federal
Highway Administration, will participate in a cooperative program for implementation of the
Prujv.cl and will accept the responsibilities and assigned duties as described hereinafter.
THE SPONSOR WILL:
1. Notify the Department in writing who the Sponsor designates as its full-time employee to be
in responsible charge of the day to day oversight of the Project (Attachment B). The duties
and functions of this person are:
• Oversee project activities, including those dealing with cost, time, adherence to contract
requirements, construction quality and scope of Federal -aid projects;
• Maintains familiarity of day to day project operations, including project safety issues;
• Makes or participates in decisions about changed conditions or scope changes that require
change orders and/or supplemental agreements;
• During construction, visits and reviews the project on a daily basis;
• Reviews financial processes, transactions and documentation to ensure that safeguards
are in place to minimize fraud, waste, and abuse;
• Directs project staff, Sponsor or consultant, to carry out project administration and
contract oversight, including proper documentation;
• Be aware of the qualifications, assignments and on-the-job performance of the Sponsor
and consultant staff at all stages of the project.
2. Request review from the Arkansas Historic Preservation Program (AHPP) (Attachment C).
Then, forward AHPP's approval to the Department.
3. Prepare plans, specifications, and a cost estimate for construction. A registered professional
engineer must sign the plans and specifications for the Project.
4. Be responsible for any necessary coordination with effected railroads including preliminary
and final plan review and for executing any formal railroad maintenance and constriction
agreements that may be necessary for the project. This includes ensuring that potential
bidders are aware of railroad coordination required during construction including flagging
services and insurance.
Complete the process for all permits that might be required for the project. This could
include, but is not limited to, the US Army Corp of Engineers Section 404 permit; and the
Arkansas Department of Environmental Quality's Section 401 Water Quality Certification,
Short Term Activity Authorization, and National Pollutant Discharge Elimination System
permit. The Section 404 permitting application(s) and/or determination information should
be submitted with the plans to the Department in order to aid in the completion of the
environmental documentation.
6. Provide any necessary higher levels of investigation for the required environmental
document should the Project have uncertain or significant cultural, environmental or social
impacts; have a likelihood of generating controversy; and/or possible economic impacts. For
IWA
projects located on federal lands, the Sponsor must submit a co;n;n 1p eted environmental
document for the Project, approved by the agency with authority over the federal lands.
7. 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 (See Attachment D for items
to be included in the bid proposal).
8. 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
conformance 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.
9. 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").
10. 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 and the land is accessible to the general public for recreational purposes
(See Attachment El). If property has been acquired for the Project, use Attachment E2 for
certification of the right-of-way.
11. Submit a certification letter (Attachment F), including all items noted, to the Department
when requesting authority to advertise the Project for construction bids.
12. Advertise for bids in accordance with federal procedures as shown in Attachment G.
NOTE: FHWA authorization and Department approval must be given prior to
advertising for construction bids.
13. Forward a copy of all addenda to the Project during the advertisement to the Department.
14. After bids are opened and reviewed, submit a certification (Attachment H), including all
items noted, to the Department and request concurrence in award of the contract.
15. 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.
16. Perform construction inspection in accordance with Attachment I.
17. 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 J).
18. Attach Report of Daily Work Performed (Attachment K) for all days- that correspond with
each CCRR submittal.
19. Prior to executing the work, submit change orders to the contract to the Department's
Resident Engineer assigned to the Project for review and approval for program eligibility.
-3-
20. 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 Q. This form must be signed by
the engineer performing construction inspection on the Project, the Department's Resident
Engineer assigned to the project, the Sponsor's full-time employee in responsible charge, and
the Sponsor's CEO.
21. 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.
22. 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.
23. Agree that any and all claims for damages to property or injury to persons caused by any act
or omission, negligence, or misconduct from the performance of work by the Sponsor's
contractor on the Project shall be the sole responsibility of the Sponsor's contractor and in
this regard the Sponsor shall require the contractor on the Project to procure and maintain a
General Public Liability Insurance Policy during the duration of the Project which shall be
endorsed to include broad form general liability and complete operations coverage on the
Project. The contractor shall furnish the Sponsor with documentation of proof of liability
insurance coverage with submission of the signed contract.
24. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments arising
from misconduct or the negligent acts or omissions of the Sponsor, its employees, agents or
contractors in the performance of the Project and this Agreement must be presented to the
Sponsor. Further, the Sponsor by acceptance of this grant, agrees that the Department and
the Arkansas State Highway Commission, as the pass-through entity, have no duty or
responsibility for the design, construction, maintenance or operation of the Project that is the
subject of this grant, and, therefore shall have no liability related to the design, construction,
maintenance or operation of the Project. The Sponsor also agrees to assume all risks
associated with the work to be performed by its agents, employees, and contractors under this
grant and Agreement and the Department and the Arkansas State Highway Commission, as
the pass-through entity, shall not be responsible or liable for any damages whatsoever from
the actions of the Sponsor, its employees, agents and contractors.
25. 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.
26. 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
SE
accordance with requirements of 49 CFR 18.42 - Retention and access requirements for
records (Attachment M).
27. Grant the right of access to Sponsor's records pertinent to this Project and the right to audit
by the Department and Federal Highway Administration officials.
28. Be responsible for its portion of the total project cost and 101/0 of the contract amount for
Department administration costs. The funds to be submitted for Department administrative
costs shall have a maximum value equaling 1% of the TAP award plus the required non-
federal match.
29. Be responsible for 100% of all project costs incurred should the Project not be completed as
specified.
30. Be responsible for 100% of any and all expenditures for which federal funds do not
participate or that are not approved for federal funds.
31. Sign and transmit to the Department the Certification for Grants, Loans, and Cooperative
Agreements (Attachment N), which is necessary for Project participation.
32. Repay to the Department the federal share of the cost of any portion of this Project if, for any
reason, federal participation is removed due to actions or inactions of the Sponsor, its agents,
its employees, or its assigns or the Sponsor's consultants or contractors or their agents. Such
actions or inactions shall include, but are not limited to, federal non -participation arising
from problems with design plans, specifications, construction, change orders, construction
inspection, or contractor payment procedures. The Sponsor understands and agrees that the
Department may cause necessary funds to be withheld from the Sponsor's Motor Fuel Tax
allotment should the Sponsor fail to pay to the Department any required funds, fail to
complete the Project as specified, or fail to adequately maintain or operate the Project.
33. Repay all federal funds if this is determined necessary for any reason.
34. Retain total, direct control over the Project throughout the life of the improvements and not,
without prior approval from the Department:
• sell, transfer, or otherwise abandon any portion of the Project;
• change the intended use of the Project as approved;
+ make significant alterations to any improvements constructed with Federal -aid funds; or
* cease maintenance or operation of a project due to the Project's obsolescence.
35. 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.
36. Submit to the Department a Single Audit in accordance with the Office of Management and
Budget (OMB) Circular A-133 each fiscal year that the Sponsor expends more than $500,000
of Federal -aid from any federal source including, but not limited to, the U.S. Department of
Transportation. The fiscal year used for the reporting is based on the Sponsor's fiscal year.
The $500,000 threshold is subject to change ager OMB periodic reviews.
-5-
37. Promptly notify the Department if the Project is rendered unfit for continued use by natural
disaster or other cause.
38. Complete and transmit to the Department both pages of the Federal Funding Accountability
and Transparency Act (FFATA) Reporting Requirements (Attachment O).
THE DEPARTMENT WTT,T,7
1. Maintain an administrative file for the Project and be responsible for administering
Federal -aid funds.
2. Provide routine environmental documentation for the Project.
3. 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.
4. Upon receipt of the Sponsor's certification of right-of-way (property) ownership, provide
the appropriate documentation to the file.
5. Review plans and specifications for project/program eligibility.
6. Ensure substantial compliance with federal contracting requirements through review of the
bidding proposal for inclusion of required federal forms, review of the administration of the
DBE program provisions, and general compliance with 23 CFR 635.
7. Advise the Sponsor when to proceed with advertisement of the Project for construction bids.
8. Review bid tabulations and concur in award of the construction contract for the Project.
9. Participate in the Sponsor's preconstruction and final acceptance meetings.
10. Visually verify (insofar as is reasonably possible) that the work meets contract requirements
before reimbursement is made to the Sponsor.
11. Review and approve any necessary change orders for project/program eligibility.
12. Reimburse the Sponsor 80% (Federal -aid share) for eligible costs up to the maximum
Federal -aid amount as approved in the CCRR form (Attachment J). 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.
13. 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 L).
IT IS FURTHER AGREED that should the Sponsor fail to fulfill its responsibilities and assigned
duties as related in this Agreement, such failure may disqualify the Sponsor from receiving all
future Federal -aid funds administered by the Department.
M
IT IS FURTHER AGREED that should the Sponsor fail to pay to the Department any required
funds due for implementation of the Project or fail to complete the Project as specified in this
Agreement or fail to adequately maintain or operate the Project, the Department may cause funds
as may be required to be withheld from the Sponsor's Motor Fuel Tax allotment.
IN WITN>✓S '' WHEREOF, the parties then to have executed this Agreement on this
day of ` l -
ARKANSAS DEPARTMENT OF C1 "Y OF FAYETTEVILLE
TRANSPORTATION
Scott E. Bennett, P.E. V L-io ld Jordan
,y Director ,; /' Mayor
J ' �`r —~
Kit'Williams y
City Attorney
ARKANSAS DEPARTMENT OF TRANSPORTATION
NOTICE OF NONDISCRIMINATION
The Arkansas Department of Transportation (Department) complies with all civil rights provisions of federal statutes and related authorities
that prohibit 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 (not applicable as a protected group under the Federal Motor Carrier Safety
Administration Title VI Program), disability, Limited English Proficiency (LEP), or low-income status in the admission, access to and
treatment in the 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 Joanna P. McFadden Section Head -
EEO/DBE (ADA/504/Title Vl Coordinator), P. O. Box 2261, little Rock, AR 72203, (501) 569-2298, (Voice/TTY 7 t l), or the following
email address: joinp otc_I'g��ii iiia€du1.�c�v
Free language assistance for Limited English Proficient individuals is available upon request.
This notice is available from the ADA/504/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".)
OFFICE OF THE MAYOR
January 2, 2018
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas State Highway and Transportation Department
P. 0. Box 2261
Little Rock, AR 72203
Re: Cato Springs Trail Lighting
Washington County
Dear Mr. Banks:
Attachment B
The full-time employee in responsible charge of the day to day oversight for the referenced project
will be Matt Mihalevich, Trails Coordinator. This letter certifies that the employee is aware of the
duties and functions they are in charge of as outlined in the Agreement of Understanding. This
employee can be reached by phone at (479) 444-3416 or by email at mmikalevich@Jayetteville-
ar.gov.
Since-11-ly,
Lioneld J rd
Mayor
City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
OFFICE OF THE MAYOR
January 2, 2018
Attachment C
Ms. Marian Boyd
Interim Director
Arkansas Historic Preservation Program
1100 North Street
Little Rock, AR 72201
Re: Cato Springs Trail Lighting
Washington County
Dear Ms. Boyd:
The City of Fayetteville proposes the enhancement of the Cato Springs Trail Lighting in
southwest Fayetteville.
The Cato Springs Trail is a 2.9 mile trail extending from Town Branch Trail to the new
Fayetteville Regional Park at Kessler Mountain. The project is complete and the electrical
conduit has been installed. This project will include the placement of wire through the
empty conduits and installation of direct bury light poles and fixtures. A location map is
enclosed.
We appreciate any comments you may have regarding the handling of this project. If you
need anything, please contact Matt Mihalevich at (479) 444-3416 or
mniibalevicli as etteville-ar. ov can be of assistance in this activity, please let us know.
Sincerely,
Lloneld Jvr an
Mayor
Enclosure(s)
City of Fayetteville 113 W, Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
Attachment D
REQUIRED CONTENTS OF BIDDING PROPOSALS
FEDERAL -AID 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 unsworn declaration executed under penalty of perjury of the law of the United States. The
required form for the Anti -Collusion and Debarment Certification will be provided by the
Department. The certification includes:
• Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or
corporation has not, either directly or in -directly, entered into any agreement, participated
in any collusion, or otherwise taken any action, in restraint of free competitive bidding in
connection with the submitted bid.
• Debarment - A statement regarding debarment, suspension, ineligibility and voluntary
exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29).
Failure to submit the executed Certification as_nart 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 Fre-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 and all Transportation
Alternatives Projects regardless of location. The Davis -Bacon wage rates will be provided by
the Department.
Attachment E 1
CITY / COUNTY LETTERHEAD
JOB NUMBER
JOB NAME
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. Delete any categories not used in this job.
Tract(s)
Options(s)
Paid
Donation(s)
Negotiation Pending* - include tract number(s) and statement: "It is anticipated that
this/these tract(s) will be acquired by (date). "
Condemnation(s) — (include Order of Possession date or date the Court Order was filed)
Condemnation(s) Pending* - include tract number(s) and anticipated filing date
* If applicable
,delete the statement in each pair that does not apply
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(v)Ibusiness(e,s2/tLersonal ,Propert I� eld 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 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.
There are no railroads involved on this project
-OR-
Tract(s) # shown above include(s) # (Permanent/Temporary Construction Easements) for
Railroad.
No right of way in excess of that needed for construction or future maintenance of this project was
acquired.
Certified by:
(Type name)
(Type title)
Date:
Attachment E2
CITY / COUNTY LETTERHEAD
JOB NUMBER
JOB NAME
COUNTY
Title to the right of way necessary for the construction of this project was in public ownership prior
to project development. No additional right of way was acquired.
There are no displacees on this project.
There are no structures located within the right of way area.
There are no railroads involved on this project.
No known conflicting utilities exist within the right of way area.
Certified by:_ _ Date:
(Type name)
(Type title)
Attachment F
CERTIFICATION LETTER
REQUESTING AUTHORITY TO ADVERTISE
DATE
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Dear Mr. Banks:
Re: Joh #
Job Nana
County
The following documents are submitted concerning the referenced project:
1. One set of plans and specifications.
2. A copy of the preliminary estimate of cost.
3. An unexecuted copy of the bid proposal form.
I certify that the plans, specifications and estimate were prepared by or under the direct
supervision of a Professional Engineer/Architect licensed to practice in the State of Arkansas and
that the plans and specifications comply with the Americans with Disabilities Act (ADA), the
American Association of State Highway and Transportation Officials (AASHTO) design
standards, and all other applicable state and federal regulations, including airport clearance when
necessary, for the type of work involved.
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 Motor Fuel 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 G
GUIDELINES FOR ADVERTISING AND OPENING BIDS
FEDERAL -AID PROJECTS
Upon receipt of written authorization from the Arkansas Department of Transportation,
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.
• Negotiation with contractors during the period following the opening of bids and before
the award of the contract shall not be permitted.
Attachment H
CERTIFICATION LETTER
REQUESTING CONCURRENCE IN AWARD OF THE CONTRACT
DATE
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Dear Mr. Banks:
Re: Job #
Job Name
County
The following documents are submitted concerning the referenced project:
1. One set of bid tabulations.
2. A check in the amount of 1% of the low bid as the ARDOT administration fee.
3. Justification of award (if low bid amount is greater than 10% over the estimate).
I certify that the referenced project was advertised and bids were received in accordance with the
regulations governing Federal -aid projects and all other applicable state and federal regulations,
and that this process has been reviewed and approved by the City Attorney. Additionally, I
certify that the bid is being awarded to the lowest responsive and qualified bidder and that there
has not been, nor will there be, any negotiations with the contractor or other bidders regarding
the amount bid.
Your concurrence in the award of this contract to CONTRACTOR is requested.
Sincerely,
Sponsor's CEO
Sponsor's Attorney
Enclosures
Attachment I
GUIDELINE FOR INSPECTION OF LOCALLY ADMINISTERED
CONSTRUCTION CONTRACTS FOR
TRANSPORTATION ALTERNATES PROGRAM (TAP) PROJECTS AND
RECREATIONAL TRAILS PROGRAM (RTP) PROJECTS
Upon receipt of written concurrence from the Arkansas Department of Transportation in the
award of the construction contract, the construction contract may be executed. The following
minimum guidelines for inspection must be met:
1) Project must be inspected by a Professional Engineer registered to practice in the State of
Arkansas.
2) Project must be inspected using best practices for the type of work and the Sponsor is not
required to use Department inspection procedures.
3) Prior to beginning construction activities, the Sponsor must hold a pre -construction meeting
and must invite the Department's Resident Engineer (RE) assigned to the project. At the
meeting:
a) The Sponsor will provide the RE two sets of plans and two copies of the construction
contract. (One for RE's records and one to be sent to Program Management Division)
b) The RE will provide a packet of posters and notices required by the FHWA-1273
supplemental specifications.
4) Submit the Construction Certification and Reimbursement Request (CCRR) form to the RE
for review and handling. RE to check:
a) Maximum federal funding available.
b) Signed by Sponsor's Chief Elected Official (CEO).
c) RE to review for math errors and compare to previously submitted CCRRs.
d) Page 2 must be submitted.
e) Copy of check(s) from the Sponsor to the Sponsor's Contractor and LPA Report(s) of
Daily Worked Performed.
5) Prior to implementing change orders, the Sponsor must submit fully executed change orders
to the Department's RE for Department review and approval. The change order form must
include:
a) The Sponsor's CEO (or designated representative), Engineer/Architect's, and
Contractor's signature.
b) Description of the change and why the change was necessary.
c) For unit price contracts, any changes in quantities.
d) For new pay items, the pay item name, quantities, units, and unit price.
e) Time extensions.
f) All change orders must be reviewed and approved before beginning work except for
reconciliation change orders at the end of the project.
g) Reconciliation changes are required for project underruns greater than 20% and for all
projects greater than 10% over.
6) Upon completion of the Project:
a) Submit a CCRR form showing the work completed as the final contract amount.
i) This form must be submitted even if the Sponsor has been reimbursed 100% of the
Federal -aid available for the Project.
b) Hold a final acceptance meeting in which the Sponsor's engineer/architect, the designated
full-time employee and the Department's RE must attend.
c) Submit the LPA Final Acceptance Report form to the RE at the final acceptance meeting.
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST
Job No.:
FAP:
County:
Job Name.:
1 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
lsuhtrnrt I ine R frnm I ine 71
Payee/Sponsor:
add ress
Federal Tax ID No,:
• - -
Total changes previously approved
ADDITIONS
DEDUCTIONS
Total approved this Request Period
TOTALS
NET CHANGES by Change Order
dine 3 ALovey
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
Department of Transportation 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.
Date:
DEPARTMENT USE ONLY
Recommended for Payment in PAID
Accordance with Project Agreement Approved for Payment
Resident Engineer
Voucher No.
Date:
CONSTRUCTION CERTIFICATION AND REIMBURSEMENT REQUEST Revised: 12/19/13
PAGE 2 OF 2 PAGES
JOB NUMBER: -
FAP:
JOB NAME:
SPONSOR:
REQUEST NO: DATE:
FROM: TO:
CONTRACTOR:
A
B
C
D I E
F
G
H
I
ITEM
NO.
DESCRIPTION OF WORK
SCHEDULED
VALUE
WORK COMPLETED
MATERIALS
PRESENTLY
STOCKPILED
(NOT IN D or E)
TOTAL
COMPLETED &
STOCKPILED
TO DATE (D+E+F)
%
COMPLETED
(G _ C)
BALANCE
TO FINISH
(C - G)
PREVIOUS
REQUESTS
THIS PERIOD
GRAND TOTALS
Attachment J
Attachment K
Sponsor
LPA Report of Daily Work Performed
Job Name: Job No.:
FAP No.: Contractor:
Date: Hours Worked: — Report No.:
Site Conditions
Project Conditions
Weather
Number of Contractor's
Personnel
Useable
Sunny
Laborers
Partly Useable
Partly Cloudy
Carpenters
Not Useable
Rain
Concrete Laborers
Min Temp. (F)
Rainfall Amt. (in.)
Equip. Operators
Max Tem F
Electricians
Comments
Plumbers
Foreman
Other
Other
Location and Description of Work Performed
Special Instructions and/or Conversations
Signed:
Designated Full-time Employee
Attachment L
SPONSOR
LPA Final Acceptance Report
Job Name:
Date:
Job No:
FAP No:
County:
Route:
Contractor:
Date Work Began:
Date Work Completed:
Attendees:
Remarks:
Project Completed in Substantial
Compliance with Plans and Specifications
and Recommended for Final Acceptance by
Sponsor
Recommended for Acceptance in
Accordance with Project Agreement
Engineer
ARDOT Resident Engineer
Proiect 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 M
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: indirect cost
rate computations or proposals, cost allocation plans,
and any similar accounting computations of the rate at
which a particular group of costs is chargeable (such as
computer usage chargeback rates or composite fringe
benefit rates).
(i) If submitted for negotiation. If the proposal, plan,
or other computation is required to be submitted to the
Federal Government (or to the grantee) to form the basis
for negotiation of the rate, then the 3 -year retention
period for its supporting records starts from the date of
such submission.
(ii) If not submitted for negotiation. If the proposal,
plan, or other computation is not required to be
submitted to the Federal Government (or to the grantee)
for negotiation purposes, then the 3 -year retention
period for the proposal plan, or computation and its
supporting records starts from the end of the fiscal year
(or other accounting period) covered by the proposal,
plan, or other computation.
(d) Substitution of microfilm. Copies made by
microfilming, photocopying, or similar methods may be
substituted for the original records.
(e) Access to records --(1) Records of grantees and
subgrantees. The awarding agency and the Comptroller
General of the United States, or any of their authorized
representatives, shall have the right of access to any
pertinent books, documents, papers, or other records of
grantees and subgrantees which are pertinent to the
grant, in order to make audits, examinations, excerpts,
and transcripts.
(2) Expiration of right of access. The right of access
in this section must not be limited to the required
retention period but shall last as long as the records are
retained.
(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 N
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
F YETTEA�ILLE
Attachment O
Federal Funding Accountability and Transparency Act (FFATA)
reporting Reguirements
(For more information go to hUps.//www. fsrs,go v/
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 rant awarded to a sub-awardee greater than ore ual to
25 Otto. As a sub-awardee, The City of Fayetteville shall provide the following information to
AHTD'in order to fulfill FFATA reporting requirements:
V 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;
V 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 O
Required Sub-Awardee Information
(A) Sub-Awardee — DUNS Number: 075657742
Parent (if applicable) — DUNS Number: N/A
(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 / 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 / No (Circle one)
If "Yes" is selected, visit http://Www. sec go vledgar 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
City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar)
Budget Year Division Adjustment Number
/Org2 TRANSPORTATION SERVICES (410)
2018 (BY)
Requestor: John Nelson
BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION:
This budget adjustment recognizes federal -aid Transportation Alternatives Program (TAP) funds for the installation of
trail lighting along Cato Springs Trail.
A willingness to apply for grant funds was approved on June 20, 2017 (Res. No. 125-17).
RESOLUTION/ORDINANCE
TOTAL 280,000 280,000
Account Number
4470.800.8830-4309.00
4470.800.8830-5814.05
4470.800.8830-5301.00
4470.800.8830-5 314.04
4470.800.8830-5814.05
COUNCIL DATE: 1/2/2018
LEGISTAR FILE ID#: 2017-0737
12/15/2017 10:57 AM
Budget Director
TYPE:
DESCRIPTION:
GLDATE:
POSTED:
Increase / (Decrease)
Project.Sub#
Expense Revenue
Project
Sub
280,000
02016
1801
350,000
02016
1801
1,000
02016
1801
10,000
02016
1801
(81.000)
02016
1
Date
x.20170707
AT Account Name
RE Federal Grants - Capital
EX Sidewalk/Trails - Trails
EX Public Notification - :
EX Professional Services - Engineering Contra
EX Sidewalk/Trails - Trails
C:\Users\losmith\AppDafa\Roaming\L5\Temp\2ead0531-044c-446c-bf15-c760541f70ca 1 of 1