Loading...
BUILD Grant Agreement - FHWA FY 2018 Grant No. 13UNITED STATES OF AMERICA U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION WASHINGTON, DC 20590 GRANT AGREEMENT UNDER THE CONSOLIDATED APPROPRIATIONS ACT, 2018 (PUB. L. 115-141, MARCH 23,2018) FOR THE NATIONAL INFRASTRUCTURE INVESTMENTS DISCRETIONARY GRANT PROGRAM (FY 2018 BUILD TRANSPORTATION DISCRETIONARY GRANTS) CITY OF KALISPELL, MONTANA KALISPELL BYPASS: FOYS LAKE SECTION FHWA FY 2018 BUILD Grant No. 13 This agreement is between the United States Department of Transportation (the "USDOT") and City of Kalispell, Montana (the "'Recipient"). It reflects the selection of the Recipient for an award under the provisions of the Consolidated Appropriations Act, 2018 (Pub. L. 115-14 1, March 23, 2018), regarding National Infrastructure Investments, as described in the Notice of Funding Opportunity for the Department of ransportation's National Infrastructure Investrnents Under the Consolidated Appropriations Act, 2018, 83 FR 18651 (April 27, 2018) (the "NO170"), In this agreement, -FY 2018 BUILD Transportation Discretionary Grant" means an award under those provisions. ARTICLE 1. AWARD TERMS AND CONDITIONS 1.1 Operating Administration. The Federal Highway Administration (the "FHWA") will administer this agreement on behalf of the USDOT. In this agreement, the "Administering Operating Administration" means the F11WA. 1.2 Application. (a) The application for funding was dated JLIIY 17, 2018 and titled "Kalispell Bypass: Foys Lake Section." It contained Standard Form 424 and all information and attachments submitted with that form through Grants.gov. (b) The Recipient states that: (1) all material statements of fact in the application were accurate when that application was submitted; and (2) Attacl-irnent E documents all material changes in the information contained in that application. 1.3 Purpose. The purpose of this award is to advance capital investments in surface transportation infrastructure that will have a significant local or regional impact, The parties will accomplish that purpose by achieving the following objectives: (1) timely completing the Project, and (2) ensuring that this award does not substitute for non -Federal investment in the Project, except as proposed in the application identified in section 1.2, as modified by section 2.3 and. Attachment C. In this agreement, the "Project" means the project proposed in the application identified in section 1.2, as modified by the negotiated provisions of this agreement, including sections 2.1, 2.2, and 2.3 and the attachnrcnts referenced in section 1.9. 1.4 Federal Award Amount. The USDOT hereby awards a FY 2018 BUILT) Transportation Discretionary Grant in the amount of $1.2,750,000 for the period of performance. The USDOT shall not provide funding greater than this amount under this agreement. The Recipient acknowledges that USDOT is not liable for payments that exceed this amount. L5 Period of Performance.. (a) The period of performance for this award begins on the date of this agreement and ends on the period of performance end date that is listed in section 2.2. (b) The Recipient shall not charge to this award costs that are incurred after the period of performance. (c) The Recipient shall not charge to this award costs that were incurred before the date of this agreement. This restriction includes any casts incurred render an advance construction authorization (23 U.S.C. 115), costs incurred prior to authorization (23 C.F.R. 1.9(b)), and pre -award costs under 2 C.F.R. 200.458 incurred prior to the date of this agreement. This agreement hereby terminates and supersedes any previous USDOT approval for the Recipient to incur costs under this award for this Project. 1.6 Urban or Rural Designation. Based on information that the Recipient provided to the USDOT, including the technical application, the USDOT hereby designates the project to be a project in a rural area, as defined in the F,DFO. The Recipient shall comply with the requirements that accompany that designation on minimum award size, geographic location, and cost sharing. 1.7 Fund Obligation. This agreement obligates the total amount of funds stated in section 1.4. 1.8 Federal Award Identification Number.. The federal Award Identification Number (the "FAIN") will be generated when the FHWA Division Office authorizes the project in the Fiscal Management Information 2 Systern ("FMIS"). The Recipient acknowledges that it has access to FMIS and can retrieve Z71 the FAIN frorn FMIS. 1.9 Attachments. This agreement includes, the following attachments as integral parts: Attachment A Statement of Work Attachment B Estimated Project Schedule Attachment C Estimated Project Budget Attaclu-nent D Performance Measurement Table Attachment E Material Changes from Application Attachment F Approved Pre -Award Costs ARTICLE 2. PROJECT AND RECIPIENT INFORMATION 2.1 2,2 Summary of Project's Statement of Work. (See Attachment A for additional details). The project will widen an approximately 2-mile section of the US Highway 93 Bypass from 2 lanes to 4 lanes, and replace an existing roundabout at Foys Lake Road with an interchange, including a shared -use connection to the interchange. Z:� Summary of Project's Estimated Schedule. (See Attachment B for additional details). Planned Con-ipletion of NEPA: June 1, 2020 Planned RFP Approval: December 12, 2019 Planned Design/Build Contract Award: April 21, 2020 Planned Design/Build Start DateJune 1, 2020 Planned Construction Start Date: September 1, 2020 Planned Construction Substantial Completion and Open to Traffic Date: August 1, 2022 Period of Performance End Date: February 1, 2023 Planned Project Closeout Date: May 1, 2024 3 2.3 Summary of Project's Estimated Budget. (See Attachment C for additional details), BUILD Funds and Additional Sources of Project Funds: BUILD Grant Amount: $12,750,000 Other Federal Funds' (if any): $ 5,369,800 State Funds' (if any): $ 832,324 Local Funds (if any): $ 0 Private Funds (if any): $ 0 Other Funds (if any): $ 0 Total Project Cost: $18,952,124 1 National Highway Perforl-riance Program (NHPP) Funds 2 State funds provided are from Montana's Highway State Special Revenue Account, a dedicated source for highway related improvement projects. 2.4 Recipient Cost Share Certification. As negotiated, the Recipient hereby certifies that not less than $832,234 in non -Federal funds are committed to fund the Project. 2.5 Project's State and Local Planning Requirements. The Kalispell Bypass: Foys Lake Section is in the approved 2019-2023 Montana STIR 2.6 Project's Environmental Approvals and Processes. Environmental Documentation Type, Titles and Date: Kalispell Bypass Final Environmental Impact Statement: Document September 12, 1994 Kalispell Bypass Supplement: Document anticipated approval June 1, 2020. Environmental Decision Type and Date: Kalispell Bypass Final Environmental Impact Statement: Approval November 30, 1994 Kalispell Bypass Supplement: anticipated approval June 1, 2020, Name of Agency and Office Approving each Environmental Decision Document: FHWA Montana Division 2,7 Recipient's and any Subrecipient's Unique Entity Identifiers. Dun and Bradstreet Data Universal Numbering Systern No, f the "DUNS No.") of the Recipient: 809791320 Name of any First -Tier Subrecipients (if applicable — to be reported if/when identified. If not applicable please note is N/A): City of Kalispell, Montana 4 DUNS No. of First -Tier Subreciplent (if applicable — to be reported if/when identified): 0219966650000 2.8 Recipient Contacts. Katharine King Assistant Director, Community and Economic Development City of Kalispell, Montana PO Box 1997 Kalispell, NIT 59904 (406) 758-7713 kkin(1('a)kalisj)clJ corn Jim Skinner, Chief Policy, Program & Performance Analysis Bureau Montana Department of Transportation 2960 Prospect Avenue Helena, MT 59620- 1001 (406) 444-9233 skirrner� , o),nit.goy ARTICLE 3. GENERAL REPORTING TERMS 11 Report Submission. The Recipient shall send all reports required by this agreement to all of the USDOT contacts who are listed in Section 9.1. 12 Alternative Reporting Methods. The Administering Operating Administration may establish processes for the Recipient to submit reports required by this agreement, including electronic submission processes. If the Recipient is notified of those processes in writing, the Recipient shall use the processes required by the Administering Operating Administration. 3.3 Reporting as 14istory of Performance. Under 2 CY.R 200.205, any Federal awarding agency may consider the Recipient's timely submission of the reports that this agreement requires, or the Recipient's failure to timely submit those reports, when evaluating the risks of making a future Federal Financial assistance award to the Recipient. 3.4 Paperwork Reduction Act Notice. Under 5 C.F.R, 1320,6, the Recipient is not required to respond to a collection of information that does not display a currently valid control number issued by the Office of Management and Budget (the '*OMB"), Collections of information conducted under this agr eement are approved under OMB Control No. 2105- 0563. ARTICLE 4. PROGRESS REPORTING 4.1 Quarterly Project Progress Reports and Recertificatious. On or before the 20th day of the first month of each calendar year quarter and until Project Closeout, the Recipient shall submit to the USDOT a Quarterly Project Progress Report and Recertification with the form and content described in Exhibit H. If the date of this agreement is in the final month of a calendar year quarter, then the Recipient shall submit the first. Quarterly Project Progress Report and Recertification in the second calendar year quarter that begins after the date of this agreement. 4.2 Closeout Information. No later than 90 days after the period of performance end date that is listed in section 2.2, the Recipient shall: (1) submit a final Federal Financial Report (SF-425), a certification or summary of project expenses,. and any other information required under the Administering Operating Administration's closeout procedures; and (2) provide a report comparing the final work, schedule, and budget to the statement of work described in section 2. 1, the schedule described in section 2.2, and the budget described in section 2.3. 4.3 Project Closeout. In this agreement, "Project Closeout" means the date that the USDOT notifies the Recipient that the award is closed out. Under 2 C.F.R. 200.343,, Project Closeout should occur no later than one year after the Recipient liquidates all obligations under this award and submits the reports identified in section 4.2. ARTICLE S. PERFORMANCE REPORTING 5.1 Performance Measure Data Collection. The Recipient shall collect the data necessary to report on each performance measure that is identified in the Performance Measurement Table in Attachment D. 5.2 Pre -project Performance Measurement Report. The Recipient shall submit to the USDOT, on or before the Pre -project Report Date that is stated in Attachment D, a Pre - project Perforr-nance Measurerirent Report that contains: (1) baseline data for each performance measure that is identified in the Performance Measurement Table in Attaclunent D, accurate as of the Pre -project Measurement Date that is stated in Attachment D; and (2) a detailed description of the data sources, assumptions, variability, and estimated levels of precision for each pleasure. 53 Interim Performance Measurement Reports. After project completion, the Recipient shall submit to the USDOT on or before each of the periodic reporting dates specified in the Performance Measurement Table in Attachment D, an Interim Performance Measurement Report containing data for each performance measure that is identified in that table, accurate as of the final date of the measurement period specified in that table. If 6 an external. factor significantly affects the value of a performance measure during a measurement period, then in the Interim Perforrriance Measurement Report the Recipient shall identify that external factor and discuss its influence on the performance measure. 5.4 Project Outcomes Report. The Recipient shall submit to the USDOT, on or before the Project Outcomes Report Date that is stated in Attachment D, a Project Outcomes Report that contains: (1) a narrative discussion detailing project successes and the influence of external factors on project expectations; (2) all baseline and interim perfoiniance measurement data that the Recipient reported in the Pre -project Perfori-nance Measurement Report and the Interim Performance Measurement Reports; and (3) an ex post examination of project effectiveness relative to the baseline data that the Recipient reported in the P,re-project Performance Measurement Report. ARTICLE 6. AGREEMENT MODIFICATIONS 6.1 Bilateral Modifications. The parties may amend, modify, or supplement this agreement by mutual agreement in writing signed by the USDOT and the Recipient. Either pally may request to amend, modify, or supplement this agreement by written notice to the other party, 6,2 Limited Unilateral Modifications. (a) The Recipient may update the contacts who are listed in section 2.8 by written notice to all of the USDOT contacts who are listed in section 9. 1 . (b) The USDOT may update the contacts who are listed in section 9.1 by written notice to all of the Recipient contacts who are listed in section 2.8. 6.3 Other Modifications. The parties shall not amend, modify, or supplement this agreement except as pen-nitted under section 6.1 or section 6.2. If an amendment, modification, or supplement is not permitted under section 6.1 and not permitted under section 6.2, it is void. ARTICLE 7. STATEMENT OF WORK, SCHEDULE, AND BUDGET CHANGES 7.1 Statement of Work Changes. If the Project's activities differ from the statement of work that is described in section 2.1 and Attachment A, then the Recipient shall request a modification of this agreement to update section 2.1 and Attachment A. 7.2 Schedule Changes. If the Pro , ject's substantial completion date changes to a date that is more than six months after the substantial completion date listed in section 2.2 or a schedule change would require the period of performance to continue after the period of performance end date listed in section 2.2, then the Recipient shalt request a modification of this 7 agreement to update section 2.2 and Attachment B. For other schedule changes, the Recipient shall request a modification of this agreement to update section 2.2 and Attachment B unless the USDOT has consented, in writing consistent with the Administering Operating Administration's reqLiircrnents, to the change. 7.3 Budget Changes. (a) If, in comparing the Project's budget to the arnOUnts listed in section 2.3, the '-Other Federal Funds" amount increases or one or more of the "State Funds," "Local Funds, "Private Funds," "Other Funds," or ""I"otal Project Cost" amounts decrease, then the Recipient shall request a modification of this agreement to update section 2.3 and Attachment C. For other budget changes, the Recipient shall request a modification of this agreement to update Attaclullent C unless the USDOT has consented, in writing consistent with the Administering Operating Administration's requirements, to the change. C� (b) If the actual eligible project costs are less than the "Total Project Cost" that is listed in section 2.3, then the Recipient may propose to the USDOT, in writing consistent with the Administering Operating Administration's requirements, specific additional activities that are within the scope of this award, as defined in sections 1.3 and 2. 1, and that the Recipient could complete with the difference between the '""Dotal Project Cost" that is listed in section 2.3 and the actual eligible project costs. (c) If the actual eligible project costs are less than the "Total Project Cost'", that is listed in section 23 and either the Recipient does not make a proposal under section 7.3(b) or the USDOT does not accept the Recipient's proposal Linder section 7.3(b), then: (1) in a request tinder section 7,3(a), the Recipient shall reduce the Federal Share by the difference between the "Total Project Cost" that is listed in section 2.3 and the actual eligible project costs; and (2) if that modification reduces this award and the USDOT had reimbursed costs exceeding the revised award, the Recipient shall refund to the USDOT the difference between the reimbursed costs and the revised award. In this agreement, "Federal Share" means the sum of the "BUILD Grant Amount" and the **Other Federal Funds (if any)" amOL11ltS that are listed in section 2.3. (d) The Recipient acknowledges that amounts that are required to be refunded Linder 11 section 7.3(c)(2) constitute a debt to the Federal Government that the USDOT may collect under 2 C.F.R. 200.345 and the Federal Claims Collection Standards (3 1 C.F.R. parts 900-999). 7.4 USDOT Acceptance of Changes. The USDOT may accept or reject modifications requested under this article 7, and in doing so may elect to consider only the interests of the BUILD Transportation Discretionary Grant program and the USDOT. The Recipient Z�:, acknowledges that requesting a modification under this article 7 does not amend, modify, M or supplement this agreement unless the USDOT accepts that modification request and the parties modify this agreement under section 6. 1. ARTICLE 8. TERMINATION AND EXPIRATION 8,1 USDOT Termination. (a) The USDOT may terminate this agreement and all of its obligations under this agreement if any of the following occurs: (1) The Recipient fails to obtain or provide any non -BUILD Transportation Discretionary Grant contribution or alternatives approved by the USDOT as provided in this agreement and consistent with sections 22, 2.3, and 2.4, (2) The Recipient fails to begin design/build before July 31, 2020; (3) The Recipient fails to begin expenditure of award funds by September 11, 2020; (4) The Recipient fails to achieve the Construction Substantial Completion and Open to Traffic Date by February 1, 2023; (5) The Recipient fails to meet the conditions and obligations specified under this agreement, including a material failure to comply with the schedule in section 2.2 even if it is beyond the reasonable control of the Recipient; or, (6) The USDOT determines that termination of this agreement is in the public interest. (b) In terminating this agreement under this section the USDOT may elect to consider only the interests of the USDOT. 8.2 Closeout Termination. This agreement terminates on Project Closeout. 8.3 Fund Liquidation, Adjustment, and Cancellation. (a) The Recipient shall liquidate all obligations under this award not later than 90 days after the period of performance end date that is listed in section 2.2, The Recipient acknowledges that this period of availability for liquidation ends before the statutory expenditure deadline identified in section 83(c), (b) Liquidation and adjustment of funds under this agreement follow the requirements of 2 C.F.R. 200.343-345. (c) Outstanding FY 2018 BUILD Transportation Discretionary Grant balances are canceled by statute after September 30, 2025, and are then unavailable for any purpose, including adjustments and expenditures. 8A Reporting Survival. The reporting requirements set forth in articles 4 and 5 of this C� agreement survive the termination of this agreement and the expiration of award funds. 9 ARTICLE 9. USDOT CONTACTS, 9.1 USDOT Contacts. Except as authorized by the USDOT under section 3.2, the Recipient shall send all notices, reports, and information required by this agreement to all of the following contacts: Gene Kaufman Operations Engineer FHWA Montana Division Office 585 ShepardWay, Suite 2 Helena, Montana 59601 (406) 441-3915 9� ILI, C - kau �fnlalvwdot - 11 ()V and FHWA BUILD Transportation Program Manager Federal Highway Administration Office of Freight Management and Operations 1200 New Jersey Avenue, SE Room E86-206 Washington, DC 20590 (202) 366-2639 FHWA -TIG E 1�.. Repo rts(qdot loy _j_ and OST BUILD Transportation Discretionary Grants Coordinator United States Department of Transportation Office of the Secretary 1200 New Jersey Avenue, SE Washington, DC 20590 (202) 366,-8914 BUI 1.DQran1s(a,)dot.gov ARTICLE 10. ADDITIONAL TERMS AND CONDITIONS 10.1 Catalog of Federal Domestic Assistance Information. This award is under the program titled "National Infrastructure Investments," with number 20.933 In the Catalog of Federal Domestic Assistance. 1 O2 Research and Development Designation. This award is not for research and development. 10.3 Exhibits. This agreement includes the following exhibits as integral pails located at: or exhbi/Index.1-itni 10 Exhibit A Legislative Authority Exhibit B General Terms and Conditions Exhibit C Applicable Federal Laws and Regulations Exhibit D Grant Assurances Exhibit E Responsibility and Authority of the Recipient Exhibit F Reimbursement of Project Costs Exhibit G Grant Requirements and Contract Clauses Exhibit H Quarterly Progress Reports: Format and Content 10.4 Construction. If a provision in the exhibits or the attachments conflicts with a provision in Articles I — 12, then the provision in Articles I — 12 prevails, If a provision in tile attachments conflicts with a provision in the exhibits, then the provision in the attachments prevails. ARTICLE 11. SPECIAL GRANT REQUIREMENTS There are no special grant requirements for this project. ARTICLE 12. EXECUTION 12.1 Counterparts. This agreement may be executed in counterparts, which constitute one document, The parties shall execute this agreement in quadruplicate and intend each countersigned original to have identical legal effect. Z:7 12.2 Effective Date. This agreement is effective when fully executed by authorized representatives of the Recipient and the USDOT. The Recipient shall execute this agreement and then submit four original signed copies of the agreement to the USDOT for execution. This instrument constitutes a FY 2018 BUILD Transportation, Discretionary Grant when it is signed and dated by the authorized official of the USDOT, EXECUTION BY THE USDOT ExeCUted this day of J4Atl Signature of USDOT's Authorized Representative Brian Hasselbach Name of USDOT's Authorized Representative Actinp, Division AdmiDistrator Title 12 EXECUTION BY CITY OF KALISPELL By signature below, the Recipient acknowledges that it accepts and agrees to be bound by this agreement, Executed this day of 201 . ient's �cthor zeta Representative 5ignat�tr l ecip Doug Russell. Name of Recipient's Authorized Representative�� City Manage Title 13 EXECUTION BY STATE DEPARTMENT OF TRANSPORTATION By signature below, the State Department of Transportation (the "SDOT") acknowledges that it agrees to act as a limited agent for the Recipient to assist in the receipt and disbursement of the Fri' 2018 BUILD Transportation Discretionary Grant obligated by this agreement and to perform such other administrative and oversight duties with respect to the award and the Project as the: Recipient and the SDOT shall agree upon between themselves. The SDOT acknowledges the fiduciary duty owed to the pal -ties to this agreement and will promptly disburse the award to the Recipient at Recipient's direction and instructions. Further, the SDOT will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines, and requirements as they relate to the duties it aSSLIMeS under this agreernent in compliance with the agreement's terms and conditions. Executed this day of 2 ONL. Signature of State Dep'artmeirt,off Transportation Designated Official Representative Michael Tooley Narne of State Department of Transportation Designated Official Representative Director of Transportation Title 14 ATTACHMENT A STATEMENT OF' 'ORK The project will widen an approximately 2-mile section of the US Highway 93 Bypass from 2 lanes to 4 lanes, and replace an existing roundabout at Foys Lake Road with an interchange, including a shared -use connection to the interchange. Major Project Activities Roadway Work — consists of the, following� • Relocations/adjustment of current features to provide for a 4-lane road where there Currently exists a 2-lane road. • Embankment, excavation, borrow, and geotechnical materials for the new wider road. • Bank stabilization work along Ashley Creek • Guardrail, fencing, signing and fighting installation for the new bypass • Utility Coordination Interchange Construction — consists of the following: • The roundabout constructed at the intersection of the US Highway 93 Bypass and Foys Lake Road will be replaced with an Interchange which includes the overpass and ramps. C� • Shared use path connection for the new interchange configuration Construction Engineering 15 ATTACHMENT B ESTIMATED PROJECT SCHEDULE Planned End of Preliminary Engineering: July 31, 2020 Planned Completion of NEPA: June 1, 2020 Actual Start of Right of Way Acquisition: Completed in 2009 Actual End of Right of Way Acquisition: Completed in 2009 Planned REP Approval: December 12, 2019 Planned Design/Build Conti -act Award Date: April 21, 2020 Planned Design,/Build Start Date: June l,2020 Planned Construction Start Date: September 1, 2020 Major Project AdN�_ Planned Start Date Planned End Date Roadway Work 9/1/2020 8/l/2022 Interchange Construction 9/1/2020 8/l/2022 Construction Engineering 9/1/2020 8/l/2022 Planned Construction Substantial Completion and Open to Traffic Date: Period of Performance End Date: Planned Project Closeout Date: 16 August 1, 2022 February 1, 2023 May 1, 2024 ATTACHMENT C ESTIMATED PROJECT BUDGET FY 2018 Match to Activity BUILD Transportation Other Federal Other Local State Other Project Discretionary Funds' Federal Funds Funds Funds Cost Funds2 Grant Funds Roadway Work $10,025,874 $2,191,716 $339,718 $12,557,308 Interchange Construction $1,730,545 $378,308 $58,638 $2,167,49t Construction Engineering $993,581 $721,108 $111,772 $1,826,461 Contingeric1��12,750,000 $0 - $20786 8 — $322,196 $2,400,864 i $5,369,800 $832,324 052,124 I National Highway Performance Program (NHPP) Funds 2 State funds provided are from Montana's Highway State Special Revenue Account, a dedicated source for highway related improvement projects, 17 ATTACHMENT D PERFORMANCE MEASUREMENT TABLE Study Area: 1.9-mile section of US Highway 93 Bypass between mileposts 1.7 on the South to milepost 3,6 on the north. Pre -project Measurement Date: August 1, 2020 Pre -project Report Date: Noverriber 1, 2020 Project Outcomes Report Date: August 1, 2026 Table 1: Performance Measurement Table Average Daily Traffic (ADT) Auto Crash Rates by Type/Severity Economic Competitiveness The total volume of vehicle traffic on a highway or road segment per day as defined by the project study area. Safety Crash rates will be measured and reported as crashes per 100 million VMT and identified by the following severity categories: fatal, injury, and property -damage - only (PDO) crashes, Baseline Measurement: Annual average, accurate as of the Pre -project Measurement Date Interim Performance Measures: Accurate as of August 1, 2023 August 1, 2024 August 1, 2025 Baseline Measurement: Annual average, accurate as of the Pre - project Measurement Date Interim Performance Measures: 18 Accurate as of August 1, 2023 1,2024 Baseline Measurement: Pre -project Report Date Interim Performance Measures: For a period of 3 years, beginning October 1, 2023 October 1, 2024 October 1, 2025 Baseline Measurement: Pre -project Report Date Interim Performance Measures: For a period of 3 years, beginning 47, October 1, 2023 August 1, 2025 1 October 1, 2024 October 1, 2025 19 ATTACHMENT E MATERIAL CHANCES FROM APPLICATION Scope: No changes Schedule: The schedule in the grant application assumed BUILD funds would be available in December 2018. The current schedule has been adjusted based on the assumption that BUILD funds would be available by December 1, 2019. Budget: The recipient requested $15,000,000 in BUILD funds to construct the project, but received $12,750,000. Other Federal funds and State fund match were used to complete the construction project funding package. The recipient also included the previously incurred cast to acquire right-of-way in the overall project cost and included this in their overall fund contribution amount (47%) in the application. The grant application budget for the construction project included $1,387,000 for preliminary engineering and the recipient planned to use BUILD funds for this task. However, the recipient decided to use the BUILD funds for° construction and removed the preliminary engineering costs from the construction budget of $20,039,124. Stream mitigation was required for the project and the recipient added $300,000 in other Federal funds to the construction budget to increase the construction budget to the current estimate of $18,952,124. Therefore, the budget in Section 2.3 and Attachi-rent C of the grant agreement has been adjusted to reflect the cost of the construction project. The table below provides a summary comparison of the project budget. Budget Item 2018 BUIL__ApTLication Current Budget Dollars Percentage Dollars Percentage Total Project $28,247,636 100°% $27,160,63G N/A Cost Previously $8,208,512 N/A 8,208,512 N/A Incurred Costs Total Construction $20,039,124 100% 18,9521124 100% Cost BUILD funds $15,000000 74.8% $12,750,000 67.3% Non -Federal $0 0° © $ 0 ° /° 0 funds Other Federal $4 362874 218 .%° $5,369 800 ° 28.3 r° funds Match to Other $676,250 3.4% $832,324 4.4% Federal funds 20 ATTACHMENT F APPROVED PRE -AWARD COSTS None. The USDOT has not approved under this award any costs incurred under an advanced construction authorization (23 U.S.C, 115), any costs incurred prior to authorization (23 CYK I .9(b)), or any pre -award costs under 2 C.F.R. 200.458. Because unapproved costs incurred before the date of this agreement are not allowable costs under this award, the USDOT will neither reimburse those costs under this award nor consider them as a non -Federal cost sharing contribution to this award. Costs incurred before the date of this a&n-eement are allowable costs Under this award only if approved in writing by USDOf T before being included the project costs and documented in this Attachment F. See section 1.5(c), 21