Loading...
HomeMy WebLinkAboutContract 47522 �M1234S e CSJ # 0902-90-018 CITY SECREMW District# 02-Fort Worth � m ���� 7i e Chart 64# 15000 o CrNIrB�C"` CoProject: Active Corridor o -A; Management System Federal Highway Administration g Y c. Y SEY al` CFDA#20.205 ,9 d Not Research and Development Z � Wr STATE OF TEXAS § COUNTY OF TRAVIS § LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT For A CONGESTION MITIGATION AND AIR QUALITY IMPROVEMENT PROGRAM (CMAQ) PROJECT OFF-SYSTEM THIS Local Project Advance Funding Agreement (LPAFA) is made by and between the State of Texas, acting by and through the Texas Department of Transportation, called the "State", and the City of Fort Worth, acting by and through its duly authorized officials, called the "Local Government." WITNESSETH WHEREAS, a Master Agreement between the Local Government and the State has been adopted and states the general terms and conditions for transportation projects developed through this LPAFA; and, WHEREAS, the Texas Transportation Commission passed Minute Order Number 114027 that provides for the development of, and funding for, the Project described herein; and, WHEREAS, the Governing Body of the Local Government has approved entering into this LPAFA by resolution or ordinance dated IS 9e-gw?2. , 20,A5, which is attached to and made a part of this agreement as Attachment A for the development of the Project. A map showing the Project location appears in Attachment B, which is attached to and made a part of this agreement. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: AGREEMENT 1. Period of the Agreement The period of this LPAFA is as stated in the Master Agreement, without exception. 2. Termination of this LPAFA Termination of this LPAFA shall be under the conditions as stated in the Master Agreement. This LPAFA may be terminated by the State if the Project is inactive for thirty-six (36) months or longer and no expenditures have been charged against federal funds. 3. Amendments Amendments to this LPAFA shall be made as described in the Master Agreement, without exception. AFA-LPAFA_ShortGen.doc Page 1 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District#02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development 4. Scope of Work The scope of work for this LPAFA is described as implementation and activation of a corridor management system, real time traveler information with high speed communications from IH 30 on Rosedale to Miller Road. The major tasks to accomplish this project are noted below: • Install 33 new ATC controllers at all intersections within the project • Install 7 new ATC cabinet for compliance with new system • Install travel time probes at up to 15 locations along Rosedale • Install "System Detectors" at up to 7 different locations • Design and install fiber optic cable within the limits of the project and connection to each individual traffic signal • Install PTZ (Pan, Tilt, Zoom) cameras at 7 locations • Install communication switches at 33 intersections within the project • Provide data and video sharing for a Center-to-Center link 5. Right of Way and Real Property Right of way and real property shall be the responsibility of the Local Government as stated in the Master Agreement, without exception. 6. Utilities Adjustment of utilities will be provided by the Local Government as required and as stated in the Master Agreement, without exception. 7. Environmental Assessment and Mitigation Environmental assessment and mitigation will be carried out as stated in the Master Agreement. Additionally, before the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 8. Compliance with Texas Accessibility Standards and ADA Compliance with Texas Accessibility Standards and the Americans with Disabilities Act (ADA) will be as stated in the Master Agreement, without exception. 9. Architectural and Engineering Services Architectural and engineering services will be provided by the Local Government as stated in the Master Agreement. The Local Government is responsible for performance of any required architectural or preliminary engineering work. For projects on the state highway system, the design shall, at a minimum conform to applicable State manuals. For projects not on the state highway system, the design shall, at a minimum, conform to applicable American Association of State Highway and Transportation Officials design standards. State may review and comment on the work as required to accomplish the public purposes of the State. The Local Government will cooperate fully with the State in accomplishing these local public purposes to the degree permitted by State and Federal law. AFA-LPAFA_ShortGen.doc Page 2 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District# 02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development 10. Construction Responsibilities Construction responsibilities will be carried out by the Local Government as stated in the Master Agreement. 11. Project Maintenance Project maintenance will be undertaken as provided for in the Master Agreement, without exception. 12. Local Project Sources and Uses of Funds A. A Project Budget Estimate is provided in Attachment C. The State and the Federal Government will not reimburse the Local Government for any work performed before the federal spending authority is formally obligated to the Project by the Federal Highway Administration. After federal funds have been obligated, the State will send to the Local Government a copy of the formal documentation showing the obligation of funds including federal award information. The Local Government is responsible for one hundred percent (100%) of the cost of any work performed under its direction or control before the Federal spending authority is formally obligated. B. If the Local Government will perform any work under this contract for which reimbursement will be provided by or through the State, the Local Government must complete training before federal spending authority is obligated. Training is complete when at least one individual who is working actively and directly on the Project successfully completes and receives a certificate for the course entitled Local Government Project Procedures Qualification for the Texas Department of Transportation. The Local Government shall provide the certificate of qualification to the State. The individual who receives the training certificate may be an employee of the Local Government or an employee of a firm that has been contracted by the Local Government to perform oversight of the Project. The State in its discretion may deny reimbursement if the Local Government has not designated a qualified individual to oversee the Project. C. A Source of Funds estimate based on the Transportation Improvement Program (TIP) is also provided in Attachment C. Attachment C shows the percentage and estimated dollar amount to be contributed to the project by federal, state, and local sources. The parties agree that the LPAFA may be amended from time to time as required to meet the funding commitments based on revisions to the TIP, Federal Project Authorization and Agreement (FPAA), or other federal document. D. The Local Government is responsible for all non-federal and non-state funding, unless otherwise provided for in this agreement or through amendment of this agreement. Where a Special Approval has been signed by the State, the Local Government shall only in that instance be responsible for overruns in excess of the amount to be paid by the Local Government. E. Prior to the performance of any engineering review work by the State, the Local Government will pay to the State the amount specified in Attachment C. At a minimum, this amount shall equal the Local Government's funding share for the estimated cost of preliminary engineering for the project. At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Government shall remit its remaining financial share for the State's estimated construction oversight and construction costs. AFA-LPAFA_ShortGen.doc Page 3 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District#02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development F. Whenever funds are paid by the Local Government to the State under this Agreement, the Local Government shall remit a check or warrant made payable to the "Texas Department of Transportation Trust Fund." The check or warrant shall be deposited by the State in an escrow account to be managed by the State. Funds in the escrow account may only be applied by the State to the Project. If, after final Project accounting, excess funds remain in the escrow account, those funds may be applied by the State to the Local Government's contractual obligations to the State under another advance funding agreement with approval by appropriate personnel of the Local Government. G. If any existing or future local ordinances, commissioners court orders, rules, policies, or other directives, including but not limited to outdoor advertising billboards and storm water drainage facility requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed changes, including but not limited to plats or replats, result in increased costs, then any increased costs associated with the ordinances or changes will be paid by the Local Government. The cost of providing right of way acquired by the State shall mean the total expenses in acquiring the property interests either through negotiations or eminent domain proceedings, including but not limited to expenses related to relocation, removal, and adjustment of eligible utilities. H. When a Special Approval has been signed by the State so that the Local Government bears the responsibility for paying cost overruns, the Local Government shall make payment to the State within thirty (30) days from receipt of the State's written notification of those amounts. I. The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. Any entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. J. Payment under this contract beyond the end of the current fiscal biennium is subject to availability of appropriated funds. If funds are not appropriated, this contract shall be terminated immediately with no liability to either party. K. The Local Government is authorized to submit requests for reimbursement by submitting the original of an itemized invoice in a form and containing all items required by the State no more frequently than monthly and no later than ninety (90) days after costs are incurred. If the Local Government submits invoices more than ninety (90) days after the costs are incurred, and if federal funding is reduced as a result, the State shall have no responsibility to reimburse the Local Government for those costs. 13. Document and Information Exchange The Local Government agrees to electronically deliver to the State all general notes, specifications, contract provision requirements, and related documentation in a Microsoft®Word or similar document. If requested by the State, the Local Government will use the State's document template. The Local Government shall also provide a detailed construction time estimate including types of activities and month in the format required by the State. This requirement applies whether the Local Government creates the documents with its own forces or AFA-LPAFA_ShortGen.doc Page 4 of 9 Revised 11/24/2014 CSJ #0902-90-018 District# 02-Fort Worth Code Chart 64 # 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development by hiring a consultant or professional provider. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. 14. Incorporation of Master Agreement Provisions This LPAFA incorporates all of the governing provisions of the Master Agreement in effect on the date of final execution of this LPAFA, unless an exception has been made in this agreement. 15. Insurance If this Agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. 16. Debarment Certification The parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, "Debarment and Suspension." By executing this Agreement, the Local Government certifies that it and its principals is not currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549 and further certifies that it will not do business with any party, to include principals, that is currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549. The parties to this contract shall require any party to a subcontract or purchase order awarded under this contract to certify its eligibility to receive federal funds and, when requested by the State, to furnish a copy of the certification. 17. Cost Principles and Office of Management and Budget (OMB) Audit Requirements In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles established in OMB Circular A-87 that specify that all reimbursed costs are allowable, reasonable, and allocable to the Project. 18. Notices All notices to either party shall be delivered personally or sent by certified or U.S. mail, postage prepaid, addressed to that party at the following address: AFA-LPAFA_ShortGen.doc Page 5 of 9 Revised 11/24/2014 CSJ #0902-90-018 District# 02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA# 20.205 Not Research and Development Local Government: State: Assistant City Manager Director of Contract Services Office City of Fort Worth Texas Department of Transportation 1000 Throckmorton Street 125 E. 11 h Street Fort Worth, TX 76102 Austin, Texas 78701 All notices shall be deemed given on the date delivered in person or deposited in the mail, unless otherwise provided by this agreement. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. 19. Civil Rights Compliance The Local Government shall comply with the regulations of the U.S. Department of Transportation as they relate to non-discrimination (49 CFR Part 21 and 23 CFR Part 200), and Executive Order 11246 titled "Equal Employment Opportunity," as amended by Executive Order 11375 and supplemented in the Department of Labor Regulations (41 CFR Part 60). 20. Disadvantaged Business Enterprise (DBE) Program Requirements A. The parties shall comply with the Disadvantaged Business Enterprise Program requirements established in 49 CFR Part 26. B. The Local Government shall adopt, in its totality, the State's federally approved DBE program. C. The Local Government shall set an appropriate DBE goal consistent with the State's DBE guidelines and in consideration of the local market, project size, and nature of the goods or services to be acquired. The Local Government shall have final decision-making authority regarding the DBE goal and shall be responsible for documenting its actions. D. The Local Government shall follow all other parts of the State's DBE program referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the Adoption of the Texas Department of Transportation's Federally-Approved Disadvantaged Business Enterprise by Entity, and attachments found at web address http://ftp.dot.state.tx.us/pub/txdot-info/bop/dbe/mou/mou attachments.pdf. E. The Local Government shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any U.S. Department of Transportation (DOT)-assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. The Local Government shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of DOT-assisted contracts. The State's DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Local Government of its failure to carry out its approved program, the State may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). AFA-LPAFA_ShortGen.doc Page 6 of 9 Revised 11/24/2014 CSJ #0902-90-018 District# 02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development F. Each contract the Local Government signs with a contractor (and each subcontract the prime contractor signs with a sub-contractor) must include the following assurance: The contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate. 21. Federal Funding Accountability and Transparency Act Requirements A. Any recipient of funds under this Agreement agrees to comply with the Federal Funding Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part 170, including Appendix A. This agreement is subject to the following award terms: http://www.gpo. og v/fdsys/pkq/FR-2010-09-14/pdf/2010-22705.pdf and http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22706.pdf B. The Local Government agrees that it shall: 1. Obtain and provide to the State a System for Award Management (SAM) number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award provides more than $25,000 in Federal funding. The SAM number may be obtained by visiting the SAM website whose address is: haps://www.sam.gov/portal/public/SAM/ 2. Obtain and provide to the State a Data Universal Numbering System (DUNS) number, a unique nine-character number that allows the Federal government to track the distribution of federal money. The DUNS number may be requested free of charge for all businesses and entities required to do so by visiting the Dun & Bradstreet (D&B) on-line registration website http://fedgov.dnb.com/webform; and 3. Report the total compensation and names of its top five (5) executives to the State if: i. More than 80% of annual gross revenues are from the Federal government, and those revenues are greater than $25,000,000; and ii. The compensation information is not already available through reporting to the U.S. Securities and Exchange Commission. 22. Single Audit Report A. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in OMB Circular A-133. B. If threshold expenditures are met during the Local Government's fiscal year, the Local Government must submit a Single Audit Report and Management Letter (if applicable) to TxDOT's Audit Office, 125 E. 11th Street, Austin, TX 78701 or contact TxDOT's Audit Office at http://www.txdot.gov/inside-txdot/office/audit/contact.html. The expenditure threshold for fiscal years beginning prior to December 31, 2014 is $500,000; the expenditure threshold for fiscal years beginning on or after December 31, 2014 is $750,000. C. If expenditures are less than the threshold during the Local Government's fiscal year, the Local Government must submit a statement to TxDOT's Audit Office as follows: "We did not meet the $ expenditure threshold and therefore, are not required to have a single audit performed for FY " AFA-LPAFA_ShortGen.doc Page 7 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District#02-Fort Worth Code Chart 64 # 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development D. For each year the project remains open for federal funding expenditures, the Local Government will be responsible for filing a report or statement as described above. The required annual filing shall extend throughout the life of the agreement, unless otherwise amended or the project has been formally closed out and no charges have been incurred within the current fiscal year. 23. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this agreement on behalf of the entity represented. AFA-LPAFA_ShortGen.doc Page 8 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District# 02-Fort Worth Code Chart 64 # 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate. THE LOCAL GOVERNM f R f ATTEST: C ©0 City of Fort Worth s ®$ Byr C ty S ar.7 ;ate©�00aJ� esus J. Chapa J, Assistant City Manager APPROVED AS TO FORM AND LEGALITY APP VAL RECOMMENDED By o By C 1,✓ Assistant City Attorney Dougl W. Wiersig, P.E. #14+r, Director Transportation and Public Works Date: THE STATE OF TEXA Kenneth Stewa Director of Contract Services Texas Department of Transportation Date AFA-LPAFA ShortGen.doc Page 9 of 9 Revised 11/24/2014 CSJ # 0902-90-018 District#02-Fort Worth Code Chart 64 # 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development ATTACHMENT A RESOLUTION OR ORDINANCE AFA-LPAFA_ShortGen.doc Page 1 of 1 Attachment A A Resolution NO. 4559-12-2015 A RESOLUTION AUTHORIZING THE EXECUTION OF A LOCAL PROJECT ADVANCE FUNDING AGREEMENT IN THE AMOUNT OF $1,068,259.00 WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR ROSEDALE CORRIDOR MANAGEMENT SYSTEM FROM FOREST PARK BOULEVARD TO OAKLAND BOULEVARD/MILLER AVENUE WHEREAS, A Master Funding Agreement between the City of Fort Worth ("Local Government") and the Texas Department of Transportation ("State") has been adopted and states the general terms and conditions for transportation projects developed through a Local Project Advanced Funding Agreement; and WHEREAS, the Texas Transportation Commission passed Minute Order 114027, dated August 28, 2014 that provides for the development of, and funding for, the implementation and activation of the Rosedale Corridor Management System ("Project") described herein; and WHEREAS, the City of Fort Worth desires to enter into a Local Project Advance Funding Agreement with the Texas Department of Transportation for engineering, environmental, right-of- way, utilities and construction for the implementation and activation of traffic signal and communication system equipment on Rosedale Street from Forest Park Boulevard to Oakland Boulevard/Miller Avenue; NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH THAT: The City Manager or his designee is authorized to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation in the amount of $1,068,259.00 for engineering, environmental, right-of-way, utilities and construction for the implementation and activation of traffic signal and communication system equipment that will improve vehicle detection and communication to better manage traffic along the Rosedale Street corridor from Forest Park Boulevard to Oakland Boulevard/Miller Avenue. The intelligent transportation system includes modern traffic signal equipment, vehicle detection system, fiber optic cable and supporting communication devices that allow real-time traffic monitoring by city staff. Major tasks to accomplish include: • Install up to 33 new ATC controllers at all intersections within the project • Install up to 7 new ATC cabinets for compliance with the new system • Install travel time probes at up to 15 locations along Rosedale Street • Install "System Detectors" at up to 7 different locations • Design and install fiber optic cable within the limits of the project and connection to each individual traffic signal • Install Pan, Tilt and Zoom (PTZ) cameras at up to 7 locations ORT W4 T • Install communication switches at up to 33 intersections within the project • Provide data and video sharing for a Center-to-Center link Adopted this 15"' day of December, 2015. ATTEST: ao�oDoo0li00T0�Qi �0 o �a0o a � By: ��00 g=d 0 0 !� Mary J. a� er, City Secretary ���*$o o0 a 000 a a 000000000ro d ORTWO T . 1.1 •1 1 ••- .+ 111 I •1 di NAM +\.rr. rl ■--- M y 9. MOM ,,SUN mig - -- ter- .•■ili !'i:77C11,1�•0-lira-R"a�'i ,Ie ^ Cij 1/ ���� ; rill y /� _ i�7. �s�■.1 li �� ._._�. 30 11,.1.1 9 . 11�• '■ .■ �A ��r ■ �� ! .■ , in � IN-401 —��.- ri■-jSI EMii! +;rl, J �_ ■ �1�=�5 ■111 \■ - lt� .rte- - f■ dly111.1 i1l1 �� - J�-ir_; } I IL .�M-■■■[�_ i IN ■ �1<■ - ��id1i"'� .,�" rte=.'= 1 111, 111 ■■�'��— --- ti Iwi�n�i�ann rein . _ ,■ s - C: `���� n -mE7111� t+:: 111�■■�Silrr L�S71 = ► =�� L ■ . 9uu§i-■ �u ■ �YL■*■M■ 1111 X17 I�, ■1���;; .�' k r_ /AgV13•QT. /W, �'pA,7ClTS A'!C Ir~,4�U 1'UPJ OYM AY2 YI YC pVf�N .4'r lRC.A UR'AY AVE "' T<. 3 91l Mr 4 F < CEB SE 9S+, C i '1 NVIt QT TLeCk tft 9T hYILLA 3T A N%"A sT I> NASALkE po is<a• # !S(t It LtuCA s',p[ _..A sl F 8 Z Art A' i ��" I° I ruweoLf iT. wve n- , AVEE -• - AYl6 - ..\ }' ChEAM OFA Qt p G y I- �U V4QNO INIU 41 A AVEDn 110AFV1Y ST AVE H �! A1'tN ALLEN A'!C ' rP lk CLYWOOU AY! R f' *4 RX,y. AY! ~ :< c _ 3r RIC}1YQIID AYE $ Ct, A ' YILLl1 AV! y i 11../>JOft, - l:,'+�_4�i ACA AYEOn ow W.ME PROJECT S LOCATION1JILLS"A-VA-70 N • • • • • • – ILL. '_•– • ` – C CSJ #0902-90-018 District#02-Fort Worth Code Chart 64# 15000 Project: Active Corridor Management System Federal Highway Administration CFDA#20.205 Not Research and Development ATTACHMENT C PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS Costs will be allocated based on 80% Federal funding and 20% Local Government funding until the federal funding reaches the maximum obligated amount. The Local Government will then be responsible for 100% of the costs. Description otal Estimated Federal State Local Cost Participation Participation Partici ation % Cost % Cost % Cost Engineering (by Local $80,000 80% $64,000 0% $0 0% $16,000 Government Construction, Federal funds (by $757,000 80% $605,600 0% $0 0% $151,400 Local Government Construction, Local funds (by $81,324 0% Iso 0% $0 100% $81,324 Local Government Subtotal $918,324 $669,600 $0 $248,724 Environmental Direct State $1,000 80% $800 0% $0 0% $200 Costs Right of Way Direct State Costs $1 0% $0 100% $1 0% $0 Engineering Direct State Costs $3,000 80% $2,400 0% $0 0% $600 Utility Direct State Costs $1 0% $0 100% $1 0% $0 Construction Direct State Costs, $84,178 80% $67,342 0% $0 0% $16,836 Federal funds Construction Direct State Costs, $9,043 0% $0 0% $0 100% $9,043 Local funds Indirect State Costs $52,712 0% $0 100% $52,712 0% $0 TOTAL $1,068,259 $740,142 $52,714 $275,403 Initial payment by the Local Government to the State: $800.00 Payment by the Local Government to the State before construction: $25,879.00 Total payment by the Local Government to the State: $26,679.00 The total amount of Local Government participation shall not exceed the amount appearing above. AFA-LPAFA_ShortGen.doc Page 1 of 1 Attachment C Page: 1 of 3 Federal Project Authorization and Agreement District: FTW State Code:48 FAFOS Proj Nbr: 15697 FM IS Proj Nbr:1602033 Federal Project Number: CM 1602(033) County:Tarrant Control Section-Job(SPN):0902-90.018 Add]CSJs: Project Description: OSEDALE STREET FROM IH 30 TO MILLER ROAD REAL TIME TRAVELER INFORMATION WITH HIGH SPEED OMM U N ICAT ION Action Type: Amendment Oversight: B-Assumed/State Administered On NHS System: No Financing: Regular TxDOT is authorized to proceed with the following work: PE ®ROW Construction Other State Remarks FHWA Remarks LG City of Fort Worth,DUNS:073170458,ZIP:76102-6372 1 Project is for PE and TxDOT Direct State Costs for PE and Environmental PED for PE Phase is 09/30/2019 CFDA Number 20.205.IDC=O This agreement is subject to the following award terms: httpl/edooket.access.gpo.gov/2010/pdf/2010-22705.pdf and htt l/edocket.axess. o. ov/20101 df/2010-22706. df. Program Details Summary Federal Match Contributions PrOQ Federal Part Code Ren Fed Funds A/C Funds % Fixed/ Local % State % Local Private Non-Monetary/Inkind 'QCT M400 $67,200.00 $0.00 80% Fixed $16,800.00 20% WOO 0% $0.00 $0.00 $0.00 Total $67,200.00 $16,800.00 $0.00 Soft Match Amt:$0.00 Costs Federal Local State Contributions $84,000.00 Complete Project Funds Available per FHWA Division Office By: Robert Granberg Date: 01/282016(Pe) (FHWA Use Only) Federal Aid Project Agreement meSlate,lixosyi is Hq1,-y epol oterms andomdRom�fMhn(1)Tlfe 23,us.coda.Mirjreays,(2)tha Regledons tsscd pvarerttMelo,eitl(37the toidas andpo-dores Pmoyetedtry Ne Federal Mghvdy FdniNdratimeebtiro toNe Neve-desglNe4 Aged,andthe FedxN M'r�vay AtlnlN.dration MiAg aWhad�certtln vork to poceetl as evitlercnd Wthe dale Mend cpposte the spetifcflem ofxmk,FedaNLM5ere oNyete d br I Pg—notto e>ceed the anwrtstrrm teitln,the Manoe of ttn e4mNedItlN m9beerg an obigelbnoftYe St9e.Sod,oloig—of Fedeeat Inds e#mdsoNy to poled mes mored by the Sdte after t Fodmr Highway 9dmimvdiass> dAion to poisedW the pged in tott sdi m9s.Tho s1Nef.rtlxrdog,s tM ase mndbm to psymert of the Fedartl tmds-9dod,Re Pt,abv omnpyv tYaWIA,btePoi$brseM mifosdms stimt,n 23 CFR 630.112,wh isimmx did Mein brrekrenm. Texas Department of Transportation U.S.Department of Transportation Federal Highway Administration Alison Mcmillan Robert Granberg Title: Manager Letting Management For: Division Administrator Bate: 01/26/2016 Date' 01/28/2016 ()See Attached for Conditions 111111111 11111111111111 11111111 11 111111111111 * C M * * 1 6 0 2 * * 0 3 3 * * F P A A * FHWA-37/PS&E ASSEMBLY WORKSHEET Page: 2 of 3 State: Texas State Code: 48 Federal Project Number: CM 1602(033) Project Description: ROSEDALE STREET FROM IH 30 TO MILLER ROAD REAL TIME TRAVELER INFORMATION WITH HIGH SPEED COMMUNICATION Standard Place Code: 27000C Env Clearance Type: Env Clearance Date: Letting Management Use NBI Numbers CSJ's TxDO7s DUNS No.: 80-678-2553 0902-90.018 Demo Projects Only:Demo No.: Estimated Construction Date: 00/00/0000 PE Obligated Amount: 67.200.00 PE Appn Code: M400 Congressional Districts Cong Dist.No. % 012 100% Estimated Completion Date: Major Project Identifier: STIP Reference: 12/02/2014 State Defined Field: Disaster(ER)FY No.: Disaster Seq.No.: Inventory Route Number: DFO: Beginning 0.000 Ending 0.000 Project Flans Toll Road: FTA: Temp Match: SFTY 100%: Indian Reserv: Design Build: Construction: CMGC: Other SEP 14: Hwy For Life: Appalachia: Detail ID Geographical Information Other Statistics Prog Code Detail No Proj Type Imp Type County Urban Area RN Func Sys Code Demo ID TotalCost Federal Funds Code Class M400 10 C 15 439 0 U I C 1 O $84,000.00 $67,200.00 Total Cost Total Obligation $84,000.00 $67,200.00 Related Projects