Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout218-19 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 218-19
File Number: 2019-070
HIGHWAY 112 AND HIGHWAY 71B IMPROVEMENTS PROJECTS:
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO
PARTNER WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION FOR THE HIGHWAY
112 - TRUCKERS DRIVE TO VAN ASCHE DRIVE IMPROVEMENTS PROJECT AND THE
HIGHWAY 71B IMPROVEMENTS PROJECT
WHEREAS, the Arkansas Department of Transportation (Department) has established Job 040746 to
widen Highway 112 between Truckers Drive and Van Asche Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (City) has requested that the Highway 112 widening project be
extended to Howard Nickell Road; and
WHEREAS, the Department has agreed to extend Job 040746 to Howard Nickell Road and will
construct intersection improvements at Howard Nickell Road in this project with consideration given to the
inclusion of a roundabout; and
WHEREAS, the Department will handle all phases of Job 040746 and provide all necessary funding
less the $350,000.00 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the City's
master plan along Highway 112 in accordance with the latest versions of AASHTO and FHWA
guidance; and
WHEREAS, the Department has committed to work with the municipalities along the Highway 112
Corridor to develop an access management plan to enhance safety and improve mobility; and
Page 1 Printed on 9119119
File Number: 2019-0570
Resolution 218-19
WHEREAS, the Department previously agreed to undertake necessary pavement and bridge
preservation on Highway 71 B; and
WHEREAS, at the City's request, the Department has agreed to make the $1.5 million dedicated to
preservation improvements on Highway 71B available to the City for their use along the corridor in lieu
of a resurfacing project; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed improvements
to the Highway 71B interchange with North Fulbright Expressway; and
WHEREAS, the City hereby agrees to commit $350,000 towards the extension of the Highway 112
widening and to accept ownership and responsibility for Highway 71 B from its junction with South
Fulbright Expressway to its junction with North Fulbright Expressway.
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 hereby authorizes the City of
Fayetteville to participate in accordance with its designated responsibilities in the Highway 112 -
Truckers Drive to Van Asche Drive Improvements Project and the Highway 71B Improvements Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
or his designated representative to execute all appropriate agreements and contracts necessary to
expedite the development and construction of the projects.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby indicates its willingness to
proceed with the projects and hereby proposes that the Department initiate action to implement these
improvements.
PASSED and APPROVED on 9/17/2019
Approved _ Attest: `��� G�• C/�y ;I i
i^ c�
�tn� D %% . T •W=
• • �9 v//�F� n��
i S -ate
oneld Jordan, yor Lisa Branson, Deputy City Clerk -i,� ;' ,�„;
Page 2 Printed on 9119119
City of Fayetteville, Arkansas
Text File
File Number: 2019-0570
Agenda Date: 9/17/2019 Version: 1
In Control: City Council Meeting
Agenda Number: C. 2
HIGHWAY 112 AND HIGHWAY 71B IMPROVEMENTS PROJECTS:
113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Status: Passed
File Type: Resolution
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO
PARTNER WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION FOR THE HIGHWAY
112- TRUCKERS DRIVE TO VAN ASCHE DRIVE IMPROVEMENTS PROJECT AND THE
HIGHWAY 7 1 B IMPROVEMENTS PROJECT
WHEREAS, the Arkansas Department of Transportation (Department) has established Job 040746 to widen
Highway 112 between Truckers Drive and Van Asche Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (City) has requested that the Highway 112 widening project be extended
to Howard Nickell Road; and
WHEREAS, the Department has agreed to extend Job 040746 to Howard Nickell Road and will construct
intersection improvements at Howard Nickell Road in this project with consideration given to the inclusion of a
roundabout; and
WHEREAS, the Department will handle all phases of Job 040746 and provide all necessary funding less the
$350,000.00 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the City's master
plan along Highway 112 in accordance with the latest versions of AASHTO and FHWA guidance; and
WHEREAS, the Department has committed to work with the municipalities along the Highway 112 Corridor
to develop an access management plan to enhance safety and improve mobility; and
WHEREAS, the Department previously agreed to undertake necessary pavement and bridge preservation on
Highway 71 B; and
WHEREAS, at the City's request, the Department has agreed to make the $1.5 million dedicated to
preservation improvements on Highway 71B available to the City for their use along the corridor in lieu of a
resurfacing project; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed improvements to
City of Fayetteville, Arkansas Paye 1 Printed on 9/19/2019
File Number: 2019-0570
the Highway 7 1 B interchange with North Fulbright Expressway; and
WHEREAS, the City hereby agrees to commit $350,000 towards the extension of the Highway 112 widening
and to accept ownership and responsibility for Highway 71B from its junction with South Fulbright Expressway
to its junction with North Fulbright Expressway.
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 hereby authorizes the City of Fayetteville
to participate in accordance with its designated responsibilities in the Highway 112 - Truckers Drive to Van
Asche Drive Improvements Project and the Highway 71B Improvements Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan or his
designated representative to execute all appropriate agreements and contracts necessary to expedite the
development and construction of the projects.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby indicates its willingness to proceed
with the projects and hereby proposes that the Department initiate action to implement these improvements.
City of Fayetteville, Arkansas Paye 2 Printed on 9/19/2019
City of Fayetteville Staff Review Form
2019-0570
Legistar File ID
9/17/2019
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Chris Brown 8/30/2019 ENGINEERING (621)
Submitted By Submitted Date Division / Department
Action Recommendation:
Approval of an Agreement of Understanding between the City and the Arkansas Department of Transportation
relative to improvements to Highway 112 and the Transfer of Ownership of Highway 71B
Account Number
Project Number
Budgeted Item? No
Does item have a cost? No
Budget Adjustment Attached? No
Budget Impact:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
V20180321
Purchase Order Number: Previous Ordinance or Resolution #
Change Order Number: Approval Date:
Original Contract Number:
Comments:
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF SEPTEMBER 17, 2019
TO: Mayor and City Council
THRU: Don Marr, Chief of Staff
Garner Stoll, Development Services Director
FROM: Chris Brown, City Engineer
DATE: August 30, 2019
CITY COUNCIL MEMO
SUBJECT: Agreement to Accept Jurisdiction of Hwy 71B from ArDOT
RECOMMENDATION:
Staff recommends approval of a resolution accepting jurisdiction of Highway 71 B, between
South Fulbright Expressway and North Fulbright Expressway, from the Arkansas State
Department of Transportation (ArDOT).
BACKGROUND:
Highway 71 B is a US Highway under the jurisdiction of ArDOT. As such, ArDOT has full control
over everything in their right of way, and anything that the City or adjacent property owners wish
to do within the right of way must be approved by ArDOT. ArDOT has rigid rules and
procedures that they must follow, and must require the City to follow, with respect to their rights
of way. These rules and regulations have limited the City's ability do such things as add
sidewalks, increase the number of crossing locations for pedestrians by adding traffic signals or
other crossing enhancements, install medians and street trees, reduce lane widths, reduce the
number of lanes, reduce speed limits, etc.
DISCUSSION:
The Highway 71 B Corridor study that began last year has identified multiple opportunities to
make Hwy 71 B more livable, and to spur development and redevelopment partly through
structural changes to the street. As detailed above, many of these structural changes would be
difficult or impossible while 71 B is an ArDOT facility. Therefore, late last year, staff met with
ArDOT officials and began discussing a framework whereby the City could take over jurisdiction
of Highway 7113.
Initially, City staff requested that capital funding for improvements be part of the exchange.
However, since 71 B is a 4 -lane facility, and is not an ArDOT priority for further capacity
improvements, ArDOT staff indicated that capital funding would not be available, but that the
estimated cost of required maintenance ($1.5 million) could be made available for use by the
City. In addition, ArDOT proposed to expedite construction on the Highway 112 corridor,
between Truckers Drive and the City limits, and to design bicycle and pedestrian improvements
per the City's master plans and in accordance with the latest versions of federal guidance with
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
respect to these facilities. The Highway 112 project is an estimated $10+ million investment
that completes a long section of the arterial loop.
In summary, major components of the agreement to take over Highway 71 B include:
• ArDOT will make $1.5 million available to the City for improvements to 71 B. This
funding is unrestricted and may be used for any project that meets federal aid funding
criteria.
• ArDOT will complete widening and improvements to Hwy 112 between Truckers Drive
Oust north of Sam's Club) to the City limits
• The City will contribute the $350,000 ($280,000 in federal aid plus $70,000 in City
matching funds) already received for Highway 112 through the STBGP program
administered by the Northwest Arkansas Regional Planning Commission
• The City will take over jurisdiction of Highway 71 B from the South Fulbright Expressway
to the North Fulbright Expressway (a total of 6.5 miles)
In total, ArDOT will invest an estimated $12 million in capital funds as part of the agreement.
The City will incur future maintenance costs for Highway 71 B, with the largest cost being for
pavement maintenance and overlays. The City is already responsible for maintaining signals,
and for maintenance of existing sidewalks and trees.
BUDGET/STAFF IMPACT:
In the short term, funding for the payment to ArDOT for 112 improvements ($70,000) will be
paid as previously approved. Long term, the Transportation Division will be responsible for
maintaining 71 B; funding will come from the yearly budget for street maintenance. The cost of
an overlay (estimated at $2.5 million in 2019 dollars) would be expected to be incurred
approximately every 15 to 20 years on average.
Attachments:
Agreement with ArDOT and attachments
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
RELATIVE TO:
Design and construction of Job 040746, Truckers Dr. — Howard Nickell Rd. (Fayetteville) (S)
and Highway 71B Improvements.
WHEREAS, the Arkansas Department of Transportation (hereinafter called the "Department")
has established Job 040746 to widen Highway 112 between Truckers Drive and Van Asche
Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (hereinafter called the "City") has requested that the
widening project be extended to Howard Nickell Road and that a roundabout be considered at
this intersection; and
WHEREAS, the City has also requested that the Department make available the $1.5 million
dedicated to pavement and bridge preservation on Highway 71B to the City in lieu of
construction of a preservation project; and
WHEREAS, the City requested that the Department conduct a study to determine the feasibility
of a signalized intersection, or roundabout, at the northern intersection of Highway 71B and the
Fulbright Expressway; and
WHEREAS, the Department has agreed to handle all phases of Job 040746 and provide all
necessary funding less the $350,000 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the
City's master plan along Highway 112 in accordance with the latest versions of AASHTO and
FHWA guidance; and
WHEREAS, the Department has committed to work with the cities along the Highway 112
Corridor to develop an access management plan to enhance safety and improve mobility; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed
improvements to the Highway 71B interchange with North Fulbright Expressway; and
WHEREAS, the City has agreed to commit $350,000 towards the extension of the Highway 112
widening project and to accept ownership and responsibility for Highway 7 1 B from its junction
with South Fulbright Expressway to North Fulbright Expressway; and
WHEREAS, the City has passed Resolution No. authorizing the Mayor to enter into
agreements with the Department for the projects; and
WHEREAS, Arkansas State Highway Commission Minute Order No. 2019-012 has authorized
the Director to enter into the necessary agreements with the City.
WHEREAS, it is understood that the City 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.
IT IS HEREBY AGREED that the City and the Department will accept the additional
responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. When requested, provide the Department with I'Linding for Job 040746 in an amount
not to exceed $350,000.
2. Work with the Department to develop an access management plan to enhance safety
and mobility.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in Federal -aid
funding administered by the Department (hereinafter called the "Project").
1. Accept ownership of Highway 71B from its junction with South Fulbright
Expressway to North Fulbright Expressway.
2. Be responsible for hiring a consultant engineering firm(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. Make periodic payments to the consultant for design of the Project and request
reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
5. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
6. Prepare the necessary environmental documentation as required by FHWA and
conduct any required public involvement meetings and public hearings.
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.
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-
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. Ensure the preparation of utility adjustment and right-of-way plans are in accordance
with Arkansas State Highway Commission Policy.
11. Provide a copy of the registered deed or other approved documentation and an
appropriate certification stating the City's clear and unencumbered title to any right-
of-way to be used for the Project (See Attachments DI and D2). NOTE: Any
property that is to become Department right-of-way must be acquired in the
Department's name.
12. Submit plans at 50%, and 90% completion stages for Department review.
13. Submit a certification letter (Attachment E), including all items noted, to the
Department when requesting authority to advertise the Project for construction bids.
14. 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.
15. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
16. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment G), including all items noted, to the Department.
17. Notify the Department in writing who the City designates as its full-time employee to
be in responsible charge of the day to day oversight of the Project (Attachment H).
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;
• Maintain familiarity of day to day project operations, including project safety
issues;
• Make or participate in decisions about changed conditions or scope changes
that require change orders and/or supplemental agreements;
• During construction, visit and review the project on a daily basis;
• Review financial processes, transaction and documentation to ensure that
safeguards are in place to minimize fraud, waste, and abuse;
• Direct project staff, City 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
City and consultant staff at all stages of the project.
18. 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.
19. 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.
-3-
20. 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 three (3) months and not more than once per month.
21. 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 I).
Reimbursement requests should be submitted, at minimum, every three (3) months
and not more than once per month.
22. Attach LPA Report of Daily Work Performed (Attachment J) for all days that
correspond with each CCRR submittal.
23. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
24. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment K). This
form must be signed by the engineer performing construction inspection on the
Project, the Department's Resident Engineer assigned to the project, the City's full-
time employee in responsible charge, and the City's Mayor.
25. 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.
26. 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.
27. 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
City's contractor on the Project shall be the sole responsibility of the City's contractor
and in this regard the City 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 City with
documentation of proof of liability insurance coverage with submission of the signed
contract.
28. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments
arising from misconduct or the negligent acts or omissions of the City, its employees,
agents or contractors in the performance of the Project and this Agreement must be
presented to the City. Further, the City 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 City
-4-
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 City, its
employees, agents and contractors.
29. 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.
30. 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 L).
31. Grant the right of access to the City's records pertinent to the Project and the right to
audit by the Department and Federal Highway Administration officials.
32. Be responsible for 100% of all project costs incurred should the Project not be
completed as specified.
33. 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.
34. Sign and transmit to the Department the Certification for Grants, Loans, and
Cooperative Agreements (Attachment M), which is necessary for Project
participation.
35. 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 City,
its agents, its employees, or its assigns or the City'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 City
understands and agrees that the Department may cause necessary funds to be withheld
from the City 's Motor Fuel Tax allotment should the City 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.
36. Be responsible for all expenses not covered through Federal -aid highway funds
administered through the Department.
37. Repay to the Department the federal share of the cost of this project if for any reason
the Federal Highway Administration removes federal participation.
-5-
38. 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.
39. 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 City's repayment of federal funds and may result in
withholding all future Federal -aid.
40. 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 City
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 City's fiscal year. The $500,000 threshold is subject to
change after OMB periodic reviews.
41. Make no alterations to the improvements constructed with Federal -aid funds without
first consulting with the Department.
42. 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.
43. Complete and transmit to the Department both pages of the Federal Funding
Accountability and Transparency Act (FFATA) Reporting Requirements
(Attachment N).
44. 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 City, including any act of omission,
neglect or misconduct of said City. Further, the City 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
termination or expiration of this Agreement.
THE DEPARTMENT WILL:
Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. Be responsible for all design, environmental documentation, right of way acquisition,
utility relocation.
2. Accommodate bicycles and pedestrians along Highway 112 in accordance with the
latest version of the AASHTO Guide for the Development of Bicycle Facilities, rind
the FHWA Bikeway Selection Guide.
moz
3. Work with the cities along the Highway 112 Corridor to develop an access
management plan to enhance safety and improve mobility.
4. Provide all funding necessary, other than those funds committed by the City, to
extend Job 040746 to Howard Nickell Road. Intersection improvements at this
intersection will include the consideration of a roundabout.
5. Advertise, award, and perform construction inspection for Job 040746.
6. Request funds from the City prior to awarding a construction contract for Job 040746.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in federal -aid
funding administered by the Department (the "Project"):
1. Remove the portion of Highway 71, Section 16B from its junction with South
Fulbright Expressway to North Fulbright Expressway from the State Highway
System.
2. Make $1.5 million in federal -aid funds available to the City for use along the
Highway 71B Corridor in lieu of pavement and bridge preservation improvements.
3. Analyze the performance of the City's proposed improvement option for the
Highway 71B interchange with North Fulbright Expressway.
4. Maintain an administrative file for the project and be responsible for administering
Federal -aid funds.
5. Coordinate with the City to procure required professional services such as design
consultants, construction engineering and inspection consultants, and right of way
consultants.
6. Review environmental documentation as prepared by the City.
7. Review plans and specifications submitted by the City.
8. Reimburse the City 80% for eligible professional services, procured using
Department -approved procedures, upon review and approval of reimbursement
requests.
9. Notify the City when right-of-way and/or utility plans are approved and the City may
proceed with right-of-way acquisition and/or utility adjustments.
10. 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.
11. Advise the City when to proceed with advertisement of the Project for construction
bids.
12. Review and concur in award of the construction contract for the Project.
13. Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, 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,
-7-
Attachment M
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.
11014
4 /
Wil. or.an
ayor : Fayetteville
when the construction work is approximately 10% and 50% completed. The
Department will also participate in the final inspection of the Project.
14. Review and approve any necessary change orders for project/program eligibility.
15. Reimburse the City 80% for eligible construction costs approved in the CCRR form
(Attachment 1). This reimbursement will be limited to the funding available at the
time payment is requested. If the payment requested exceeds the funding available at
the time, the difference will be reimbursed as additional funds for the Project become
available.
16. Subject to the availability of funding allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment K),
IN WITNESS WHEREOF, the parties thereto have executed this Agreement this Iday of
2019.
ARKANSAS DEPARTMENT OF
TRANSPORTATION
Scott E. Bennett, P.E.
114 Director
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 (UP). or low-income status in the admission, access to and
treatment in the Department's programs and activities, as well as the Departments hiring or emplovment practices. Complaints of alleged
discrimination and inquiries regarding the Department's nondiscrimination policies may be directed to .loanna P. McFadden Section Head -
EEOlDBE (ADA/504/1'itle VI Coordinator). P. O. Box 2261, Little Rock, AR 72203. (501) 569-2298. (Voice/TTY 711). or the following
email address ioanna.mcladden rt`ardot eov
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 audiotapc and in Braille
- 8 -
RESOLUTION NO.
A RESOLUTION EXPRESSING THE WILLINGNESS OF
THE CITY OF FAYETTEVILLE
TO PARTNER WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION
FOR THE FOLLOWING PROJECT:
Job 040746, Truckers Dr. - Van Asche Dr. (Fayetteville) (S) and
Highway 71B Improvements
WHEREAS, the Arkansas Department of Transportation (De ment) has established
Job 040746 to widen Highway 112 between Truckers Drive and Van he Drive in Fayetteville;
and
WHEREAS, the City of Fayetteville (City) has requested th a wi ng project be
extended to Howard Nickell Road; and
WHEREAS, the Department has agreed t J 074 Howard Nickell Road
and will construct intersection improvement How Ni oad in this project with
consideration given to the inclusion of a roun t; a
WHEREAS, the Department v
necessary funding less the $350,000 com
WHEREAS, the
per the City's master plan
and FHWA guidance; and
Highway 112
mobility; and;
bridge
.ses of Job 040746 and provide all
and
to accommodate bicycles and pedestrians
Jance with the latest versions of AASHTO
nt haaT committed to work with the municipalities along the
an access management plan to enhance safety and improve
:ment previously agreed to undertake necessary pavement and
71 B; and
WHEREAS, at the City's request, the Department has agreed to make the $1.5 million
dedicated to preservation improvements on Highway 71B available to the City for their use along
the corridor in lieu of a resurfacing project; and
WHEREAS, the Department has agreed to analyze the performance of the City's
proposed improvements to the Highway 71 B interchange with North Fulbriblit Expressway; and
WHEREAS, the City hereby agrees to commit $350,000 towards the extension of the
Highway 112 widening and to accept ownership and responsibility for Highway 71B from its
junction with South Fulbright Expressway to its junction with North Fulbright Expressway.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL 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 construction of
these projects.
SECTION III: The City pledges its full support and herebjp-
ments. ests that the Arkansas
Department of Transportation initiate action to implement these imp
THIS RESOLUTION adopted this day of _/, 201
ATTEST:
(SEAL)
field Jordan
Mayor
711 ! p
V, Sprin
_
4`1J2
;• a X412
�.--�...---..._TontitownJohnson ... "
. � "
�y f
IT
• f p
Ej
���,.i .,ii;t.
.b 040732
tz�7 HwU. 16
i<,za � j �1 UTBWC
Recommendations
t -s�
Ic
FAYET'T'EVILLE
Greenland'
C
R
d
7
w
N. Garland Ave.
=.. N. Deane Soloman Rd.
;------�—
[J
•
O Ejm
3 i
N
V y t
f , o
1 >� T
7 �€
PNp
i N Gregg Ave. Missoul + RAILROAD
gR#c4N"4S'
N' Ca,9e Ave.
!
j
7-4
-C
tm
i
_a
o C ID / --
(
CD
ti
Ln
—.
E -
Yr _
t
ARKANSAS DEPARTMENT OF TRANSPORTATION
ARDOT gov ( IDriveArkansas.com I Scott E. Bennett, RE., Director
ARKANSAS DEPARTMENT 10324 Interstate 30 I P.O. Box 2261 Little.Rock, AR 72203-2261
OF TRANSPORTATION Phone: 501.569.2000 I Voice/TTY 711 1 Fax: 501.569.2400
RECEIVED
November 8, 2019 N 0 V 15 2019
CITY OF FAYETTEVILLE
MAYOR'S OFFICE
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
Re: Job 040746
Truckers Dr. — Howard Nickell Rd.
(Fayetteville) (S)
Washington County
Hwy. 112, Sec. 1
Dear Mayor Jordan:
Enclosed is your copy of the executed partnering Agreement of Understanding between
the Department and the City of Fayetteville for the referenced project to widen Highway 112
between Truckers Drive and Howard Nickell Road.
If you have any questions regarding the partnering arrangement, please contact
Jared Wiley, Division Engineer — Program Management, at (501) 569-2262.
Sincerely,
��
AKeoEngineer —Planning
Enclosure
c: Director
Deputy Director and Chief Operating Officer
Deputy Director and Chief Engineer
Assistant Chief Engineers
Program Management
Roadway Design
System Information and Research
Transportation Planning and Policy
District 4
Job 040746 'C' File
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
RELATIVE TO:
Design and construction of Job 040746, Truckers Dr. — Howard Nickell Rd. (Fayetteville) (S)
and Highway 71B Improvements.
WHEREAS, the Arkansas Department of Transportation (hereinafter called the 'Department")
has established Job 040746 to widen Highway 112 between Truckers Drive and Van Asche
Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (hereinafter called the "City") has requested that the
widening project be extended to Howard Nickell Road and that a roundabout be considered at
this intersection; and
WHEREAS, the City has also requested that the Department make available the $1.5 million
dedicated to pavement and bridge preservation on Highway 71B to the City in lieu of
construction of a preservation project; and
WHEREAS, the City requested that the Department conduct a study to determine the feasibility
of a signalized intersection, or roundabout, at the northern intersection of Highway 71B and the
Fulbright Expressway; and
WHEREAS, the Department has agreed to handle all phases of Job 040746 and provide all
necessary funding less the $350,000 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the
City's master plan along Highway 112 in accordance with the latest versions of AASHTO and
FHWA guidance; and
WHEREAS, the Department has committed to work with the cities along the Highway 112
Corridor to develop an access management plan to enhance safety and improve mobility; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed
improvements to the Highway 7 1 B interchange with North Fulbright Expressway; and
WHEREAS, the City has agreed to comr`7it $350,000 towards the extension of the Highway 112
widening project and to accept ownership and responsibility for Highway 71B from its junction
with South Fulbright Expressway to North Fulbright Expressway; and
WHEREAS, the City has passed Resolution No. 218-19 authorizing the Mayor to enter into
agreements with the Department for the projects; and
WHEREAS, Arkansas State Highway Commission Minute Order No. 2019-012 has authorized
the Director to enter into the necessary agreements with the City.
WHEREAS, it is understood that the City and the Department will adhere to the General
Requirements for Recipients and Sub -Recipients Concerning Disadvantaged Business
-1-
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.
IT IS HEREBY AGREED that the City and the Department will accept the additional
responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
I. Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. When requested, provide the Department with funding for Job 040746 in an amount
not to exceed $350,000.
2. Work with the Department to develop an access management plan to enhance safety
and mobility.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in Federal -aid
funding administered by the Department (hereinafter called the "Project").
1. Accept ownership of Highway 71B from its junction with South Fulbright
Expressway to North Fulbright Expressway.
2. Be responsible for hiring a consultant engineering firm(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. Make periodic payments to the consultant for design of the Project and request
reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
5. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
6. Prepare the necessary environmental documentation as required by FHWA and
conduct any required public involvement meetings and public hearings.
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.
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 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-
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. Ensure the preparation of utility adjustment and right-of-way plans are in accordance
with Arkansas State Highway Commission Policy.
11. Provide a copy of the registered deed or other approved documentation and an
appropriate certification stating the City's clear and unencumbered title to any right-
of-way to be used for the Project (See Attachments D1 and 132). NOTE: Any
property that is to become Department right-of-way must be acquired in the
Department's name.
12. Submit plans at 50%, and 90% completion stages for Department review.
13. Submit a certification letter (Attachment E), including all items noted, to the
Department when requesting authority to advertise the Project for construction bids.
14. 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.
15. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
16. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment G), including all items noted, to the Department.
17. Notify the Department in writing who the City designates as its full-time employee to
be in responsible charge of the day to day oversight of the Project (Attachment H).
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;
• Maintain familiarity of day to day project operations, including project safety
issues;
• Make or participate in decisions about changed conditions or scope changes
that require change orders and/or supplemental agreements;
• During construction, visit and review the project on a daily basis;
• Review financial processes, transaction and documentation to ensure that
safeguards are in place to minimize fraud, waste, and abuse;
• Direct project staff, City 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
City and consultant staff at all stages of the project.
18. 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.
19. 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.
-3-
20. 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 three (3) months and not more than once per month.
21. 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 I).
Reimbursement requests should be submitted, at minimum, every three (3) months
and not more than once per month.
22. Attach LPA Report of Daily Work Performed (Attachment J) for all days that
correspond with each CCRR submittal.
23. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
24. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment K). This
form must be signed by the engineer performing construction inspection on the
Project, the Department's Resident Engineer assigned to the project, the City's full-
time employee in responsible charge, and the City's Mayor.
25. 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.
26. 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.
27. 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
City's contractor on the Project shall be the sole responsibility of the City's contractor
and in this regard the City 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 City with
documentation of proof of liability insurance coverage with submission of the signed
contract.
28. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments
arising from misconduct or the negligent acts or omissions of the City, its employees,
agents or contractors in the performance of the Project and this Agreement must be
presented to the City. Further, the City 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 City
-4-
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 City, its
employees, agents and contractors.
29. 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.
30. 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 L).
31. Grant the right of access to the City's records pertinent to the Project and the right to
audit by the Department and Federal Highway Administration officials.
32. Be responsible for 100% of all project costs incurred should the Project not be
completed as specified.
33. 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.
34. Sign and transmit to the Department the Certification for Grants, Loans, and
Cooperative Agreements (Attachment M), which is necessary for Project
participation.
35. 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 City,
its agents, its employees, or its assigns or the City'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 City
understands and agrees that the Department may cause necessary funds to be withheld
from the City 's Motor Fuel Tax allotment should the City 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.
36. Be responsible for all expenses not covered through Federal -aid highway funds
administered through the Department.
37. Repay to the Department the federal share of the cost of this project if for any reason
the Federal Highway Administration removes federal participation.
-5-
38. 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.
39. 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 City's repayment of federal funds and may result in
withholding all future Federal -aid.
40. 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 City
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 City's fiscal year. The $500,000 threshold is subject to
change after OMB periodic reviews.
41. Make no alterations to the improvements constructed with Federal -aid funds without
first consulting with the Department.
42. 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.
43. Complete and transmit to the Department both pages of the Federal Funding
Accountability and Transparency Act (FFATA) Reporting Requirements
(Attachment N).
44. 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 City, including any act of omission,
neglect or misconduct of said City. Further, the City 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
termination or expiration of this Agreement.
THE DEPARTMENT WILL:
Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. Be responsible for all design, environmental documentation, right of way acquisition,
utility relocation.
2. Accommodate bicycles and pedestrians along Highway 112 in accordance with the
latest version of the AASHTO Guide for the Development of Bicycle Facilities, and
the FHWA Bikeway Selection Guide.
3. Work with the cities along the Highway 112 Corridor to develop an access
management plan to enhance safety and improve mobility.
4. Provide all funding necessary, other than those funds committed by the City, to
extend Job 040746 to Howard Nickell Road. Intersection improvements at this
intersection will include the consideration of a roundabout.
5. Advertise, award, and perform construction inspection for Job 040746.
6. Request funds from the City prior to awarding a construction contract for Job 040746.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in federal -aid
funding administered by the Department (the "Project"):
1. Remove the portion of Highway 71, Section 16B from its junction with South
Fulbright Expressway to North Fulbright Expressway from the State Highway
System.
2. Make $1.5 million in federal -aid funds available to the City for use along the
Highway 71 B Corridor in lieu of pavement and bridge preservation improvements.
3. Analyze the performance of the City's proposed improvement option for the
Highway 71B interchange with North Fulbright Expressway.
4. Maintain an administrative file for the project and be responsible for administering
Federal -aid funds.
5. Coordinate with the City to procure required professional services such as design
consultants, construction engineering and inspection consultants, and right of way
consultants.
6. Review environmental documentation as prepared by the City.
7. Review plans and specifications submitted by the City.
8. Reimburse the City 80% for eligible professional services, procured using
Department -approved procedures, upon review and approval of reimbursement
requests.
9. Notify the City when right-of-way and/or utility plans are approved and the City may
proceed with right-of-way acquisition and/or utility adjustments.
10. 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.
11. Advise the City when to proceed with advertisement of the Project for construction
bids.
12. Review and concur in award of the construction contract for the Project.
13. Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, 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,
-7-
ri
when the construction work is approximately 10% and 50% completed. The
Department will also participate in the final inspection of the Project.
14. Review and approve any necessary change orders for project/program eligibility.
15. Reimburse the City 80% for eligible construction costs approved in the CCRR form
(Attachment I). This reimbursement will be limited to the funding available at the
time payment is requested. If the payment requested exceeds the funding available at
the time, the difference will be reimbursed as additional funds for the Project become
available.
16. Subject to the availability of funding allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment K).
IN WIT ESS WHEREOF, the parties thereto have executed this Agreement this day of
'2019.
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
Department of Transportation (ARDOT) 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 II — 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
ARDOT'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 111— 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
advertised
10
Total Points for LOI
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 ARDOT 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
understood
10
2
Comprehensive, coherent, and detailed work plan
10
3
Realistic work schedule when applicable
10
4
Proposed working office location, need for a local
office, and any local representative*
5
5
Identification of sub -consultants and responsiveness to
DBE goals and opportunities
5
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 ARDOT 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 ARDOT. In accordance with the principles of 23 CFR 172, the draft
contract must include an overhead rate that is approved by the ARDOT. 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 ARDOT 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 LOls 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 ARDOT 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 ARDOT 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 ARDOT 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 ARDOT 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 ARDOT 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
ARDOT 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
ARDOT.
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.
0
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 unsworn declaration executed under penalty of perjury of the law of the United States. The
required form for the Anti -Collusion and Debarment Certification will be provided by the
Department. The certification includes:
• Anti -collusion - A statement executed by, or on behalf of the person, firm, association, or
corporation submitting the bid certifying that such person, firm, association, or corporation
has not, either directly or in -directly, entered into any agreement, participated in any
collusion, or otherwise taken any action, in restraint of free competitive bidding in
connection with the submitted bid.
• Debarment - A statement regarding debarment, suspension, ineligibility and voluntary
exclusion as required by Title 49 of the Code of Federal Regulations, Part 29 (49 CFR 29).
Failure to submit the executed Certification as part of the bidding documents will make
the bid nonresponsive and not eligible for award consideration.
3) Lobbying Certification
This certification is required by 49 CFR 20. The form for this certification will be provided
by the Department.
4) Davis -Bacon 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 I
CITY / COUNTY 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. 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
Idelete 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(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 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: Date:
(Type name)
(Type title)
Attachment D2
CITY / COUNTY LETTERHEAD
.TOB NUMBER
.TOB 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:
(Type name)
(Type title)
Date:
Attachment E
CERTIFICATION LETTER
REQUESTING AUTHORITY TO ADVERTISE FOR BIDS
DATE
Mr. Emanuel Banks
Deputy Director and Chief Engineer
Arkansas Department of Transportation
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 Department of Transportation'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 Department of Transportation (ARDOT). 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 ARDOT's RRA Fund upon notification by the
Director that such funds are due ARDOT 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 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.
• 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 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. 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,
Mayor
City Attorney
Enclosures
OFFICE OF THE MAYOR
October 8, 2019
Mr. Jared D. Wiley
Division Engineer — Program Management
Arkansas Department of Transportation
P. O. Box 2261
Little Rock, AR 72203
Re: Job #040746 and Hwy 71B
Job Name: Highway 112 and Hwy 71B
Washington County
Dear Mr. Wiley:
The full-time employee in responsible charge of the day to day oversight for the referenced
project will be City Engineer, Chris Brown. 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 may be reached by phone at (479) 575-8207 or by email at cbrown@fayetteville-
angov.
Sinc bly,
i'
Lioneld Jor n
Mayor
City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov
N
0
}
\
\
S
0
\
k
E
kk
§
;e
©ma57
<
g
,2
\
�
\
»
a
&
/
/
/
)j)f]
�
<
�
/f
�t
/
\
?]
m
�
m
ƒ �
§)
�
'
/&3£a
/
/
§
2f§rL0
mt
a_—a�on�
<
§�
��4)a�
§0
�3222k=
k
#
10
R
/2L
+
a
\}}\\\L
\
0
U)
0
0\y0\fk
$
22
■_�
o
)
E
c�
ccoo
§
)k/
\/}k
)
)i
km -a)
&
Q@,—mac
R/
E®0=cL&°
»&_�)¥S%
E
a)®w=/�
—
/
}§
Ef4
¥@
30
]
j
/
¥
m
)
§
(
\
J
&
<
)
0
LuU)
§
LU
0
)
)
£2
\
)$
w
ƒ2
}
—
0
k�
�«
—
§
(D
fE
)
/§
_
E
2
—$
7
$
$E
f)7
�7
®
:3
��
)7
®
&
— 0
8—.
@�/
_Wc
k§
«�
}
kA�
<
0E
$—
>
)/§
�2
b1E
%$
E
}
}
/�@
\)
0)
-
CL
/�ƒ
j�
o CL
)\\
k)
�d
E
�}\
LL
<
)G�
�0
)o}
��
)%�k
k
/kƒ
}
I
0/
/
ƒ
i
%
,
CM n#
U) (D
r- m
a)
\
\
S
0
\
E
§
<
\
�
\
»
�
&
/
/
/
�
�
/f
/
\
?]
m
�
m
ƒ �
�
'
}
/
/
§
j U)
e w
} ƒ
N
Ll-
O
C*4
w
?
IL
z 0 0
U) LL
<
D .�
0 z
ƒ 0
0
m/\ /
z z
z 0 E
q q
n
§
E
k
f
h3�
z2/
0�
R
c
LU
F-
TaQ-
R0
O
®+
cEw
LU
\-i Lu
R20
SU)0
:
\/$0
E3fc
\
Wo/
�a99
c
.
0
w/
w
CL
I
m
I
2
O
%®�
XRm
c//\
O
ƒLLJ
c
Q
D\
\�
U)
�
�
\
-j
0
§
m
z
0
Q
E
�
z
/
0
2$
<
§
E
k
f
Attachment J
Sponsor
LPA Report of Daily Work Performed
Job Name: Job No.:
FAP No.: Contractor:
Date: Hours Worked: — Report No.:
Location and Description of Work Performed
Special Instructions and/or Conversations I
Signed:
Designated Full-time Employee
Project Conditions
Site Conditions
Weather
Number of Contractor's
Personnel
Useable
Sunny
Laborers
Partly Useable
Partly Cloudy
Carpenters
Not Useable
Rain
Rainfall Amt. (in.)
Concrete Laborers
Equip. Operators
Min Temp. (F)
Max Tem F)
Electricians
Comments
Plumbers
Foreman
Other
Other
Location and Description of Work Performed
Special Instructions and/or Conversations I
Signed:
Designated Full-time Employee
Attachment K
SPONSOR
LPA Final Acceptance Report
Job Name:
Date:
Job No:
FAP No:
County:
Route:
Contractor:
Date Work Began:
Date Work Completed:
Attendees:
Remarks:
Project Completed in Substantial
Compliance with Plans and Specifications
and Recommended for Final Acceptance by
Sponsor
Recommended for Acceptance in
Accordance with Project Agreement
Engineer
ARDOT Resident Engineer
Project Recommended for Acceptance
Designated Full-time Employee:
I certify that the Contractor and/or subcontractor(s) have complied with the provisions of
FHWA-1273, Required Contract Provisions, Federal -aid Construction Contracts, and
Supplements; that the project has been completed by the Contractor in accordance with
the plans and specifications; that the Contractor has been paid for this work, and the
project is hereby accepted.
SPONSOR's CEO
Attachment L
49 CFR 18.42
UNIFORM ADMINISTRATIVE REQUIREMENTS FOR GRANTS AND COOPERATIVE
AGREEMENTS TO STATE AND LOCAL GOVERNMENTS
Post -Award Requirements
Retention and access requirements for records.
(a) Applicability. (1) This section applies to all
financial and programmatic records, supporting
documents, statistical records, and other records of
grantees or subgrantees which are:
(i) Required to be maintained by the terms of this
part, program regulations or the grant agreement, or
(ii) Otherwise reasonably considered as pertinent to
program regulations or the grant agreement.
(2) This section does not apply to records maintained
by contractors or subcontractors. For a requirement to
place a provision concerning records in certain kinds of
contracts, see Sec. 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 M
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, "Disclosyre 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.
Attachment N
Federal Funding Accountability and Transparency Act (FFATA)
Reporting Requirements
(For more information go to https.-#www. fsrs. go v4
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 (Arkansas Department of Transportation (hereinafter called
ARDOT)) 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. ARDOT 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, City of Fayetteville shall provide the
following information to ARDOT 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;
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 N
Required Sub-Awardee Information
(A) Sub-Awardee — DUNS Number: 07-565-7742
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 / 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.govledgar shtmi for reference.
If "No" is selected, answer (D).
(D) If "No" was selected in Question "C", complete the following information for the five (5)
most highly compensated executives in your business or organization (the legal entity to
which the DUNS number entered above belongs). Amount should reflect the Total
Compensation Amount in the preceding completed Federal fiscal year in U.S. whole dollars.
Sub-Awardee Names and Compensation of Most Highly Compensated Officers
1. Name:
2. Name:
3. Name:
4. Name:
5. Name:
Amount: $
Amount: $
Amount: $
Amount: $
Amount: $
Page 2 of 2
AR Dar ARKANSAS DEPARTMENT OF TRANSPORTATION
ARDOT.gov I IDriveArkansas.com I Lorie H.Tudor, P.E., Director
ARKANSAS DEPARTMENT 10324 Interstate 30 I P.O.Box 2261 I Little Rock,AR 72203-2261
OF TRANSPORTATION Phone:501.569.2000 I Voice/TTY 711 I Fax:501.569.24L E C E!V E D
JUL 1 5 2020
CITY OF FAYE I I EVILLE
MAYOR'S OFFICE
July 6, 2020
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 West Mountain
Fayetteville, Arkansas 72701
Dear Mayor Jordan:
Reference is made to Resolution No. 218-19 in which the City of Fayetteville agrees to accept
ownership and responsibility for Highway 71 Business into the City Street System upon its removal from the
State Highway System. Please be advised that Arkansas Highway Commission Minute Order 2019-012
approved the removal of this portion of Highway 71 B from the State Highway System.
Highway 71, Section 16B is hereby removed from the State Highway System. Enclosed for your
records are copies of Minute Order 2019-012 and the highway route change sketch. If additional
information is needed, please advise.
Sincerely,
4 /J1
Emanuel Banks
Deputy Director and
Chief Engineer
Enclosures
c: Director
Deputy Director and Chief Operating Officer
Assistant Chief-Administration
Assistant Chief Engineer- Planning
System Information and Research
Program Management
District 4 Engineer
CHANGES TO THE STATE HIGHWAY SYSTEM
CITY OF FAYETTEVILLE
WASHINGTON COUNTY
TO MISSOURI k JOHNSON
TO SPRINGDALE
�j r
m ® "U. i
112 `,, 71 1 r ._ 1265)
/ ix
_ FAYETTEVILLE
1 i-L- _
cc/3 0 LM 6.760
A00,00• refl.°°.°°-'5
1 .r- 45 0
�`
H - ri tom` 1 4. �
45
16 ® / m 112 _L
U.S. HIGHWAY 71, SECTION 16B
i `112, IS HEREBY REMOVED FROM
J THE STATE HIGHWAY SYSTEM
2
2
0 O
_- \.01180 O 265 �,.� W
a
0 1 „)
62 IV © o
112j
FARMINGTON
GID Removed
ls7l•( f!r Iffillparipmpr
Irfirem -vow
0610351114011
/0
I1IO
156265s r
TO 1-40
AUTHORIZED BY ACTION OF
ROUTE&SECTION MILES ARKANSAS STATE HIGHWAY COMMISSION
OLD NEW 1W Dar
U.S.71 BUS,SECTION 16B 6.760 0.000 MINUTE ORDER NO. 2019-012
ARKANSAS DEPARTMENT DATE January 9,2019
OF TRANSPORTATION EFFECTIVE DATE '2- f7/
OtOQ2-D
0 0.75 1.5 Mile /
TOTAL CHANGE 760 (r/
APPROVED , �
SYSTEM INFORMATION&RESEARCH DIVISION 6-30-2020
ARKANSAS STATE HIGHWAY COMMISSION
MINUTE ORDER
District: Four Page 1 of 1 Page
County: Washington
Category: Improvement Project-Arkansas Primary Highway Network (APHN)
WHEREAS, IN WASHINGTON COUNTY IN THE CITY OF
FAYETTEVILLE, Minute Order No. 2018-052 referenced the City's intent to provide funding
towards Job 040746 to extend the project to Howard Nickell Road; and
WHEREAS, the City has now confirmed their commitment to this project to be
$350,000; and
WHEREAS, the City has now requested that the Department undertake necessary
pavement and bridge preservation on Highway 71B; and
WHEREAS, the City has agreed to accept ownership of Highway 71B between the
Fulbright Expressway on the north and south ends of Fayetteville upon completion of the
preservation work.
NOW THEREFORE, upon receipt of a resolution from the City of Fayetteville,
the Director is authorized to enter into any necessary agreements and to proceed with surveys,
plans, and construction of these improvements as funds become available.
FURTHERMORE, upon completion of the preservation improvements to
Highway 7lB and official notification by the Deputy Director and Chief Engineer, Highway 71,
Section 16B will be removed from the State Highway System, as shown on the attached sketch.
Approved: Submitted By:
Chairman
Assists Chid Engineer-Planning
Vice-Chairman Approved:
Member Ct' ?//k 'Net(--
Di
Member Minute Order No `d
7.x
Member Date Passed JAN 9 2019
PM
Form 19-456
Rev. 1/13/2016
J:\ LFPA\Programs\Partnering\Minute Orders\Fayetteville_Hwy112&Hwy7I BPartnering.docx
SUPPLEMENTAL AGREEMENT
City of Fayetteville Staff Review Form
2021-1012
Legistar File ID
N/A
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Paul Libertini�� 12/8/2021
Submitted By Submitted Date
Action Recommendation:
ENGINEERING (621)
Division / Department
Staff recommends that the Mayor sign Supplemental Agreement 1 to the Agreement of Understanding for the
design and construction of Job 040746, Hwy 112 (Truckers Drive to Howard Nickell Road) and Hwy 71B
improvements with the Arkansas Department of Transportation (ARDOT).
Account Number
Project Number
Budgeted Item? No
Does item have a cost? No
Budget Adjustment Attached? No
Budget Impact:
Current Budget
Funds Obligated
Current Balance
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
V20210527
Purchase Order Number: Previous Ordinance or Resolution # 218-19
Change Order Number:
Original Contract Number:
Comments:
Approval Date:
12/13/21
_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 Enginee�O
DATE: December 8, 2021
STAFF MEMO
SUBJECT: Mayor's Signature — Supplemental Agreement 1 — Hwy 112/College Avenue
RECOMMENDATION:
Staff recommends that the Mayor sign Supplemental Agreement 1 to the Agreement of
Understanding for the design and construction of Job 040746, Hwy 112 (Truckers Drive to
Howard Nickell Road) and Hwy 71 B improvements with the Arkansas Department of
Transportation (ARDOT).
BACKGROUND:
City Council passed Resolution 218-19 on September 17, 2019, expressing the willingness of the
City to partner with ARDOT for the Hwy 112 — Truckers Drive to Van Asche Drive Improvements
Project and the Hwy 71 B Improvements Projects. This resolution also authorized Mayor Jordan
to execute all appropriate agreements and contracts necessary to expedite the development and
construction of the projects. Therefore, on September 17, 2019, the Mayor signed the Agreement
of Understanding with ARDOT which included the commitment of ARDOT to make $1.5 million in
federal -aid funds available to the City for use along the Hwy 718 Corridor.
DISCUSSION:
On August 31, 2021, the Northwest Arkansas Regional Planning Commission awarded $1.5
million of FFY 2022 Surface Transportation Block Grant Program — Attributable (STBGP-A)
federal -aid funds to the Hwy 71 B/College Avenue project (construction phase). The City has
requested that the ARDOT combine this funding with the previous funding referenced above to
provide a total of $3.0 million in federal -aid funds for construction improvements to College
Avenue. To accomplish this merger of funding, it is necessary to modify the Agreement of
Understanding by signing the attached Letter/Supplemental Agreement.
BUDGET/STAFF IMPACT:
The grant funding of $1.5 million is based on an 80/20 match. Therefore, the City is committed to
providing a 20% local match of $ 375,000 in order to receive the $1.5 million grant.
Attachments:
Letter/Supplemental Agreement dated 11/15/21 from the Arkansas State Highway Commission
Letter dated 8/31/2021 from Jeff Hawkins, NWARPC — Award of FFY 2022 Funds
Resolution 218-19 including the Agreement of Understanding
Mailing Address:
113 W. Mountain Street www.fayetteville-ar.gov
Fayetteville, AR 72701
ARKANSAS STATE HIGHWAY COMMISSION
sere
ROBERT S. MOORE, JR.Oy
s:
CHAIRMAN
ARKANSAS CITY
DALTON A. FARIMiER. JR. '� ±
VICE CHAIRMAN
JONESBORO
P.O. Box 2261 • Little Rock, Arkansas 72203-2261
PHILIPTAI-DO Phone (501) 569-2000 • Voice/TTY 711 • Fax (501) 569-2400
SPRINGDALE www.ARDOT.gov • www.lDriveArkansas.com
November 15, 2021
The Honorable Lioneld Jordan
Mayor of Fayetteville
113 W. Mountain
Fayetteville, Arkansas 72701
Dear Mayor Jordan:
KEITH GIBSO%
FORT SMITH
MARIE HOLDER
LITTLE ROCK
LOW H.TUDOR. P.F.
DIRECTOR
Reference is made to the City of Fayetteville's recent award of $1.5 million in
Surface Transportation Block Grant Program — Attributable funding from the Northwest
Arkansas Regional Planning Commission (NWARPC) to use on construction of the former
Highway 7 1 B Corridor (College Avenue).
The City has requested to combine the funding with the $1.5 million allocated to
improvements along College Avenue in the Agreement of Understanding signed
September 17, 2019 for Job 040746, Truckers Dr. — Howard Nickell Rd. (Fayetteville) (S)
and Highway 71 B Improvements. In order to utilize these additional funds, it is necessary
to modify the Agreement of Understanding.
This letter, when signed by you and returned to the Department, will constitute a
supplement to the Agreement between the City of Fayetteville and the Department. All
other conditions of the Agreement of Understanding will remain in effect. Once approved,
the total Federal -aid available for construction of College Avenue will be $3,000,000.
The Honorable Lioneld Jordan
November 15, 2021
Page Two
Please retain a copy of the signed letter for the City's files. If you have any questions
concerning this matter, please contact Carlos Meredith in our Program Management
Division at (501) 569-2481.
Sincerely,
. /nn
*Lorie .udor, P.E.
Director
APPRO.
�26neld Jordan
yor of Fayetteville
c: Deputy Director and Chief Operating Officer
Deputy Director and Chief Engineer
Assistant Chief Engineers
Environmental
Program Management
System Information and Research
Transportation Planning and Policy
District 4
Job 040746 `C' File
Mr. Jeff Hawkins, Executive Director, NWA Regional Planning Commission
NWA NORTHWEST ARKANSAS REGIONAL PLANNING COMMISSION
RegkwW 1311 Clayton St., Springdale, Arkansas, 72762
Cannl:sion • (479) 751 7125 • Fax: (479) 751 7150 • http://nwarpc.org
August 31, 2021
Mayor Lioneld Jordan
City of Fayetteville
113 West Mountain Street
Fayetteville, AR 72701
Re: College Ave. Construction Phase — North Street to Township Street
FFY 2022 Surface Transportation Block Grant Program — Attributable (STBGP-A)
Total NWARPC Federal Funds Awarded to College Ave. $1,500,000
Dear Mayor Jordan:
I am pleased to inform you the College Ave. Project was selected by the Northwest Arkansas Regional
Planning Commission on August 25, 2021 for FFY 2022 STBGP-A funding. The STBGP-A funds awarded
and the required local match are shown below:
NWARPC STBGP-A $1,500,000 (80% Federal)
City Match 375,000 (20% Local Match)
Total $1,875,000
The STBGP-A funding is subject to an obligation limitation and the total available funds may change after
final FFY 2022 funding is published.
Please note that STBGP-A projects "...must comply with applicable provisions in Title 23, such as project
agreements, authorization to proceed prior to incurring costs, prevailing wage rates (Davis -Bacon),
competitive bidding, and other contracting requirements, regardless of whether the projects are located
within the right-of-way of a Federal -aid highway."
Please let us know if you have any questions or need additional information regarding this program.
Sincerely,
Je f Hawkins
Director
Cc: Mr. Chris Dillaha, ARDOT
Mr. Sunny Farmahan, ARDOT
6/6/2023
Submitted Date
No
302,070.00$
-$
V20221130
Budgeted Item?
Does item have a direct cost?
Is a Budget Adjustment attached?
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
2,559,184.00$
2,257,114.00$
Yes
No -$
302,070.00$
46020.7221.1020
Project Number
Budget Impact:
Hwy 71B Corridor, North to Township
Fund
Streets Project (2019 Bonds)4602.860.7221-5809.00
Account Number
Project Title
City of Fayetteville Staff Review Form
2023-0697
Item ID
N/A
City Council Meeting Date - Agenda Item Only
For the Mayor's Signature - Supplemental Agreement #2 to the Agreement of Understanding for the College
Avenue Project.
N/A for Non-Agenda Item
Action Recommendation:
Submitted By
Paul Libertini ENGINEERING (621)
Division / Department
Comments:
Purchase Order Number:
Change Order Number:
Previous Ordinance or Resolution #218-19
Approval Date:
Original Contract Number:
College Avenue Project /
Supplemental Agreement #2
06/28/2023
TO: Mayor Lioneld Jordan
THRU: Susan Norton, Chief of Staff
Chris Brown, Public Works Director/City Engineer
FROM: Paul Libertini, Staff Engineer
DATE: June 6, 2023
SUBJECT: Mayor’s Signature – Supplemental Agreement #2
Hwy 71B (College Avenue) Corridor
RECOMMENDATION:
Staff recommends that the Mayor sign Supplemental Agreement #2 to the Agreement of
Understanding (AOU) with the Arkansas Department of Transportation (ARDOT) for the
construction of Highway 71B improvements.
BACKGROUND:
City Council passed Resolution 218-19 on September 17, 2019, expressing the willingness of the
City to partner with ARDOT for the Hwy 112 – Truckers Drive to Van Asche Drive Improvements
Project and the Hwy 71B Improvements Projects. This resolution also authorized Mayor Jordan
to execute all appropriate agreements and contracts necessary to expedite the development and
construction of the projects. On September 17, 2019, the Mayor signed the AOU with ARDOT
which included the commitment of ARDOT to make $1.5 million in federal-aid funds available to
the City for use along the Hwy 71B Corridor. In December 2021, the Mayor signed Supplemental
Agreement #1 to the AOU adding $1.5M in STBGP-A funding.
DISCUSSION:
The Mayor’s signature is required on Supplemental Agreement #2 which will add an additional
$1.8M in STBGP-A funds for a total of $4.8M in federal-aid funding for construction improvements
to the Hwy 71B/College Avenue Corridor.
BUDGET/STAFF IMPACT:
The grant funding of $4.8M is based on an 80/20 match. Therefore, the City is committed to
providing a 20% local match of $1.2M in order to receive the $4.8M grant.
Attachments:
Resolution 218-19 including the Agreement of Understanding
113 West Mountain Street
Fayetteville, AR 72701
479) 575-8323
Resolution: 218-19
File Number: 2019-070
HIGHWAY 112 AND HIGHWAY 71B IMPROVEMENTS PROJECTS:
A RESOLUTION TO EXPRESS THE WILLINGNESS OF THE CITY OF FAYETTEVILLE TO
PARTNER WITH THE ARKANSAS DEPARTMENT OF TRANSPORTATION FOR THE HIGHWAY
112 - TRUCKERS DRIVE TO VAN ASCHE DRIVE IMPROVEMENTS PROJECT AND THE
HIGHWAY 71B IMPROVEMENTS PROJECT
WHEREAS, the Arkansas Department of Transportation (Department) has established Job 040746 to
widen Highway 112 between Truckers Drive and Van Asche Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (City) has requested that the Highway 112 widening project be
extended to Howard Nickell Road; and
WHEREAS, the Department has agreed to extend Job 040746 to Howard Nickell Road and will
construct intersection improvements at Howard Nickell Road in this project with consideration given to the
inclusion of a roundabout; and
WHEREAS, the Department will handle all phases of Job 040746 and provide all necessary funding
less the $350,000.00 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the City's
master plan along Highway 112 in accordance with the latest versions of AASHTO and FHWA
guidance; and
WHEREAS, the Department has committed to work with the municipalities along the Highway 112
Corridor to develop an access management plan to enhance safety and improve mobility; and
Page 1 Printed on 9119119
File Number: 2019-0570
Resolution 218-19
WHEREAS, the Department previously agreed to undertake necessary pavement and bridge
preservation on Highway 71 B; and
WHEREAS, at the City's request, the Department has agreed to make the $1.5 million dedicated to
preservation improvements on Highway 71B available to the City for their use along the corridor in lieu
of a resurfacing project; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed improvements
to the Highway 71B interchange with North Fulbright Expressway; and
WHEREAS, the City hereby agrees to commit $350,000 towards the extension of the Highway 112
widening and to accept ownership and responsibility for Highway 71 B from its junction with South
Fulbright Expressway to its junction with North Fulbright Expressway.
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 hereby authorizes the City of
Fayetteville to participate in accordance with its designated responsibilities in the Highway 112 -
Truckers Drive to Van Asche Drive Improvements Project and the Highway 71B Improvements Project.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan
or his designated representative to execute all appropriate agreements and contracts necessary to
expedite the development and construction of the projects.
Section 3: That the City Council of the City of Fayetteville, Arkansas hereby indicates its willingness to
proceed with the projects and hereby proposes that the Department initiate action to implement these
improvements.
PASSED and APPROVED on 9/17/2019
Approved _ Attest: ` G• C/y ;I ii^
c
tn D %% . T •W=
9
v//
F n
i S -ate
oneld Jordan, yor Lisa Branson, Deputy City Clerk -i, ;' ,„;
Page 2 Printed on 9119119
AGREEMENT OF UNDERSTANDING
BETWEEN
THE CITY OF FAYETTEVILLE
AND
THE ARKANSAS DEPARTMENT OF TRANSPORTATION
RELATIVE TO:
Design and construction of Job 040746, Truckers Dr. — Howard Nickell Rd. (Fayetteville) (S)
and Highway 71B Improvements.
WHEREAS, the Arkansas Department of Transportation (hereinafter called the "Department")
has established Job 040746 to widen Highway 112 between Truckers Drive and Van Asche
Drive in Fayetteville; and
WHEREAS, the City of Fayetteville (hereinafter called the "City") has requested that the
widening project be extended to Howard Nickell Road and that a roundabout be considered at
this intersection; and
WHEREAS, the City has also requested that the Department make available the $1.5 million
dedicated to pavement and bridge preservation on Highway 71B to the City in lieu of
construction of a preservation project; and
WHEREAS, the City requested that the Department conduct a study to determine the feasibility
of a signalized intersection, or roundabout, at the northern intersection of Highway 71B and the
Fulbright Expressway; and
WHEREAS, the Department has agreed to handle all phases of Job 040746 and provide all
necessary funding less the $350,000 committed by the City; and
WHEREAS, the Department has also agreed to accommodate bicycles and pedestrians per the
City's master plan along Highway 112 in accordance with the latest versions of AASHTO and
FHWA guidance; and
WHEREAS, the Department has committed to work with the cities along the Highway 112
Corridor to develop an access management plan to enhance safety and improve mobility; and
WHEREAS, the Department has agreed to analyze the performance of the City's proposed
improvements to the Highway 71B interchange with North Fulbright Expressway; and
WHEREAS, the City has agreed to commit $350,000 towards the extension of the Highway 112
widening project and to accept ownership and responsibility for Highway 7 1 B from its junction
with South Fulbright Expressway to North Fulbright Expressway; and
WHEREAS, the City has passed Resolution No. authorizing the Mayor to enter into
agreements with the Department for the projects; and
WHEREAS, Arkansas State Highway Commission Minute Order No. 2019-012 has authorized
the Director to enter into the necessary agreements with the City.
WHEREAS, it is understood that the City 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.
IT IS HEREBY AGREED that the City and the Department will accept the additional
responsibilities and assigned duties as described hereinafter.
THE CITY WILL:
Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. When requested, provide the Department with I'Linding for Job 040746 in an amount
not to exceed $350,000.
2. Work with the Department to develop an access management plan to enhance safety
and mobility.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in Federal -aid
funding administered by the Department (hereinafter called the "Project").
1. Accept ownership of Highway 71B from its junction with South Fulbright
Expressway to North Fulbright Expressway.
2. Be responsible for hiring a consultant engineering firm(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. Make periodic payments to the consultant for design of the Project and request
reimbursement from the Department. Reimbursement requests should be submitted,
at minimum, every three (3) months and not more than once per month.
5. Understand that expenditures for preliminary or construction engineering
performed by the City's forces are not eligible for reimbursement with federal
funds.
6. Prepare the necessary environmental documentation as required by FHWA and
conduct any required public involvement meetings and public hearings.
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.
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-
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. Ensure the preparation of utility adjustment and right-of-way plans are in accordance
with Arkansas State Highway Commission Policy.
11. Provide a copy of the registered deed or other approved documentation and an
appropriate certification stating the City's clear and unencumbered title to any right-
of-way to be used for the Project (See Attachments DI and D2). NOTE: Any
property that is to become Department right-of-way must be acquired in the
Department's name.
12. Submit plans at 50%, and 90% completion stages for Department review.
13. Submit a certification letter (Attachment E), including all items noted, to the
Department when requesting authority to advertise the Project for construction bids.
14. 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.
15. Forward a copy of all addenda issued for the Project during the advertisement to the
Department.
16. After bids are opened and reviewed, submit a Certification Letter Requesting
Concurrence in Award (Attachment G), including all items noted, to the Department.
17. Notify the Department in writing who the City designates as its full-time employee to
be in responsible charge of the day to day oversight of the Project (Attachment H).
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;
Maintain familiarity of day to day project operations, including project safety
issues;
Make or participate in decisions about changed conditions or scope changes
that require change orders and/or supplemental agreements;
During construction, visit and review the project on a daily basis;
Review financial processes, transaction and documentation to ensure that
safeguards are in place to minimize fraud, waste, and abuse;
Direct project staff, City 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
City and consultant staff at all stages of the project.
18. 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.
19. 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.
3-
20. 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 three (3) months and not more than once per month.
21. 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 I).
Reimbursement requests should be submitted, at minimum, every three (3) months
and not more than once per month.
22. Attach LPA Report of Daily Work Performed (Attachment J) for all days that
correspond with each CCRR submittal.
23. Prior to executing the work, submit construction contract change orders to the
Department's Resident Engineer in charge of reimbursements for review and
approval.
24. Upon completion of the Project, hold a final acceptance meeting for the Project and
submit the LPA Final Acceptance Report form certifying that the Project was
accomplished in accordance with the plans and specifications (Attachment K). This
form must be signed by the engineer performing construction inspection on the
Project, the Department's Resident Engineer assigned to the project, the City's full-
time employee in responsible charge, and the City's Mayor.
25. 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.
26. 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.
27. 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
City's contractor on the Project shall be the sole responsibility of the City's contractor
and in this regard the City 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 City with
documentation of proof of liability insurance coverage with submission of the signed
contract.
28. Agree that any claims, liability, costs, expenses, demands, settlements, or judgments
arising from misconduct or the negligent acts or omissions of the City, its employees,
agents or contractors in the performance of the Project and this Agreement must be
presented to the City. Further, the City 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 City
4-
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 City, its
employees, agents and contractors.
29. 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.
30. 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 L).
31. Grant the right of access to the City's records pertinent to the Project and the right to
audit by the Department and Federal Highway Administration officials.
32. Be responsible for 100% of all project costs incurred should the Project not be
completed as specified.
33. 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.
34. Sign and transmit to the Department the Certification for Grants, Loans, and
Cooperative Agreements (Attachment M), which is necessary for Project
participation.
35. 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 City,
its agents, its employees, or its assigns or the City'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 City
understands and agrees that the Department may cause necessary funds to be withheld
from the City 's Motor Fuel Tax allotment should the City 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.
36. Be responsible for all expenses not covered through Federal -aid highway funds
administered through the Department.
37. Repay to the Department the federal share of the cost of this project if for any reason
the Federal Highway Administration removes federal participation.
5-
38. 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.
39. 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 City's repayment of federal funds and may result in
withholding all future Federal -aid.
40. 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 City
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 City's fiscal year. The $500,000 threshold is subject to
change after OMB periodic reviews.
41. Make no alterations to the improvements constructed with Federal -aid funds without
first consulting with the Department.
42. 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.
43. Complete and transmit to the Department both pages of the Federal Funding
Accountability and Transparency Act (FFATA) Reporting Requirements
Attachment N).
44. 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 City, including any act of omission,
neglect or misconduct of said City. Further, the City 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
termination or expiration of this Agreement.
THE DEPARTMENT WILL:
Be responsible for the following in relation to the widening of Highway 112 between
Trucker's Drive and Howard Nickell Road (Job 040746):
1. Be responsible for all design, environmental documentation, right of way acquisition,
utility relocation.
2. Accommodate bicycles and pedestrians along Highway 112 in accordance with the
latest version of the AASHTO Guide for the Development of Bicycle Facilities, rind
the FHWA Bikeway Selection Guide.
moz
3. Work with the cities along the Highway 112 Corridor to develop an access
management plan to enhance safety and improve mobility.
4. Provide all funding necessary, other than those funds committed by the City, to
extend Job 040746 to Howard Nickell Road. Intersection improvements at this
intersection will include the consideration of a roundabout.
5. Advertise, award, and perform construction inspection for Job 040746.
6. Request funds from the City prior to awarding a construction contract for Job 040746.
II. Be responsible for the following in relation to an improvement project along Highway 71B
between South and North Fulbright Expressways that will utilize $1.5 million in federal -aid
funding administered by the Department (the "Project"):
1. Remove the portion of Highway 71, Section 16B from its junction with South
Fulbright Expressway to North Fulbright Expressway from the State Highway
System.
2. Make $1.5 million in federal -aid funds available to the City for use along the
Highway 71B Corridor in lieu of pavement and bridge preservation improvements.
3. Analyze the performance of the City's proposed improvement option for the
Highway 71B interchange with North Fulbright Expressway.
4. Maintain an administrative file for the project and be responsible for administering
Federal -aid funds.
5. Coordinate with the City to procure required professional services such as design
consultants, construction engineering and inspection consultants, and right of way
consultants.
6. Review environmental documentation as prepared by the City.
7. Review plans and specifications submitted by the City.
8. Reimburse the City 80% for eligible professional services, procured using
Department -approved procedures, upon review and approval of reimbursement
requests.
9. Notify the City when right-of-way and/or utility plans are approved and the City may
proceed with right-of-way acquisition and/or utility adjustments.
10. 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.
11. Advise the City when to proceed with advertisement of the Project for construction
bids.
12. Review and concur in award of the construction contract for the Project.
13. Ensure that the City and the City's consultant provide adequate supervision and
inspection of the Project by performing periodic inspections with the City's
representatives and their consultant to verify that the work being performed by the
City's contractor, and documented and certified by the City, 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,
7-
when the construction work is approximately 10% and 50% completed. The
Department will also participate in the final inspection of the Project.
14. Review and approve any necessary change orders for project/program eligibility.
15. Reimburse the City 80% for eligible construction costs approved in the CCRR form
Attachment 1). This reimbursement will be limited to the funding available at the
time payment is requested. If the payment requested exceeds the funding available at
the time, the difference will be reimbursed as additional funds for the Project become
available.
16. Subject to the availability of funding allocated for the Project, pay the City the
remaining amount due upon completion of the Project and submittal of the certified
LPA Final Acceptance Report form (Attachment K),
IN WITNESS WHEREOF, the parties thereto have executed this Agreement this Iday of
2019.
ARKANSAS DEPARTMENT OF
TRANSPORTATION
Scott E. Bennett, P.E.
114 Director
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 discriminateonthebasisofrace, sex, color, age, national origin, religion (not applicable as a protected group under the Federal Motor Carrier SafetyAdministrationTitleVIProgram), disability, Limited English Proficiency (UP). or low-income status in the admission, access to andtreatmentintheDepartment's programs and activities, as well as the Departments hiring or emplovment practices. Complaints of allegeddiscriminationandinquiriesregardingtheDepartment's nondiscrimination policies may be directed to .loanna P. McFadden Section Head - EEOlDBE (ADA/504/1'itle VI Coordinator). P. O. Box 2261, Little Rock, AR 72203. (501) 569-2298. (Voice/TTY 711). or the followingemailaddressioanna.mcladden rt`ardot eov
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 audiotapc and in Braille
8 -
CHANGES TO THE STATE HIGHWAY SYSTEM
CITY OF FAYETTEVILLE
WASHINGTON COUNTY
TO MISSOURI k JOHNSON TO SPRINGDALE
j r
m
U.
i
112 71 1r ._ 1265)ix
FAYETTEVILLE
1 i-L-
cc/3 0 LM 6.760
A00,00• refl.°°.°°-'
5
1 .r- 45 0
H ri tom`1 4.
45
16 ® m 112 L
U.S. HIGHWAY 71, SECTION 16B
i 112, IS HEREBY REMOVED FROM
J THE STATE HIGHWAY SYSTEM
2 2
0 O
01180 O 265
W
a 0
1
62 IV o
112jFARMINGTON
GID Removed
ls7l•( f!r
Iffillparipmpr
Irfirem -vow
0610351114011 0
I1IO 156265srTO1-40
AUTHORIZED BY ACTION OF
ROUTE&SECTION MILES ARKANSAS STATE HIGHWAY COMMISSION
OLD NEW
1W DarU.S.71 BUS,SECTION 16B 6.760 0.000 MINUTE ORDER NO. 2019-012
ARKANSAS DEPARTMENT DATE January 9,2019
OF TRANSPORTATION
EFFECTIVE DATE '2- f7/OtOQ2-D
0 0.75 1.5 Mile
TOTAL CHANGE 760 r/
APPROVEDSYSTEMINFORMATION&RESEARCH DIVISION 6-30-2020