Loading...
HomeMy WebLinkAboutContract 47801 CSJ # 0014-02-049 CITY District# 02-Fort Worth RECEIVES ��-a, 5 �� FCode Chart 64 # 15000 CONTRACT M, 1 - MAY 1 92016 Project: IH 35W @McPherson Federal Highway Administration CITY OF FORT WORTH Jul CFDA# 20.205 ctTYSEORETRY DUNS #: 073170458 Not Research and Development STATE OF TEXAS § COUNTY OF TRAVIS § LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT For An SURFACE TRANSPORTATION PROGRAM-METRO MOBILITY (STP MM) ON-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 State and the Local Government executed an agreement on September 10, 2012 to review plans, schematics and engineering for widening bridge, safety lighting, bike lanes, signals, sidewalks, ramps, and markings; and, WHEREAS, the Texas Transportation Commission passed Minute Order Number 114417 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 ��r, IZ , 20_, 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. AFA-LPAFA_ShortGen.doc Page 1 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District# 02-Fort Worth Code Chart 64 # 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development 3. Amendments Amendments to this LPAFA shall be made as described in the Master Agreement, without exception. 4. Scope of Work The scope of work for this LPAFA is described as widening and constructing a three lane bridge for a total of six lanes at this location (existing three lane bridge) to include safety lighting, bike lanes, signals, sidewalks and ramps. 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, Not Applicable 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. The 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. 10. Construction Responsibilities Construction responsibilities will be carried out by the State as stated in the Master Agreement. 11. Project Maintenance Project maintenance will be undertaken as provided for in the Master Agreement, without exception. AFA-LPAFA_ShortGen.doc Page 2 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District# 02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS#: 073170458 Not Research and Development 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. 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." The check or warrant shall be deposited by the State and managed by the State. Funds may only be applied by the State to the Project. If after final Project accounting any excess funds remain, 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. AFA-LPAFA ShortGen.doc Page 3 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District#02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development 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. 1. 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 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. AFA-LPAFA ShortGen.doc Page 4 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District#02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development 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 2 CFR 200 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: Local Government: State: Assistant City Manager Director of Contract Services Office City of Fort Worth Texas Department of Transportation 1000 Throckmorton Street 125 E. 11th 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. AFA-LPAFA_ShortGen.doc Page 5 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District# 02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development 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.). 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.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22705.pdf and AFA-LPAFA_ShortGen.doc Page 6 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District#02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development http://www.qpo.gov/fdsys/pkq/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: https://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 2 CFR 200. 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 " 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 7 of 8 Revised 07/22/2015 CSJ # 0014-02-049 District# 02-Fort Worth Code Chart 64 # 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA# 20.205 DUNS #: 073170458 Not Research and Development THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate. THE LOCAL GOVERNMENT 0 0 A ATTEST: '�o°° � City of Fort Worth � a G ty tar o��� Jesus J. Chapa Assistant City Manager AS APPROVE AS TO FORM AND LEG APP AL RECOMMENDED By By VV� ". 0, Assistant City Attorney DouglOs W. Wiersig, P. PA4G G—Z::�P�* Director N Transportation and Public Works Date: Y -o�� — �P THE STATE OF TEXAS Kenneth Stewart Director of Contract Services Texas Department of Transportation Date %�� AFA-LPAFA_ShortGen.doc Page 8 of 8 Revised 07/22/2015 4/13/2016 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTWORTII COUNCIL ACTION: Approved on 4/12/2016 - Ordinance No. 22165-04-2016 & Resolution No. 4616-04-2016 DATE: 4/12/2016 REFERENCE NO.: C-27677 LOG NAME: 20GARDEN ACRES CODE: C TYPE: NON-CONSENT PUBLIC HEARING: NO SUBJECT. Adopt a Resolution Authorizing Execution of a Funding Agreement with the Texas Department of Transportation in the Total Amount of$7,494,489.00, with City Participation in the Amount of$1,438,227.00, for the Widening of Garden Acres Bridge Over IH-35W, Authorize Execution of Amendment No. 4 to City Secretary Contract No. 43361, an Engineering Services Agreement with URS Corporation, in the Amount of$104,077.95 for Engineering Design Thereby Increasing the Total Contract Amount to $818,670.53 and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 6 and 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached resolution authorizing execution of a Funding Agreement with the Texas Department of Transportation in the total amount of$7,494,493.00, with City participation in the amount of$1,438,227.00, for the widening of the bridge connecting McPherson Boulevard and Garden Acres Drive, Garden Acres Bridge over IH-35W from three lanes to six lanes to include lighting, bike lanes, signals, sidewalks and Americans with Disabilities Act ramps; 2. Authorize payment to the Texas Department of Transportation in the amount of$1,438,227.00 for construction of the Garden Acres Bridge according to the Agreement; 3. Authorize the execution of Amendment No. 4 to City Secretary Contract No. 43361, an Engineering Agreement with URS Corporation (n/k/a AECOM), in the amount of$104,077.95 for design of the Garden Acres Bridge over IH-35W Phase 2, thereby increasing the total contract amount to $818,670.53; and 4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Garden Acres Bridge project in the amount of$3,045,011.00 and reduce funds from funds reserves by the same amount in the Street Improvements 2008 Fund (City Project No. 01802). DISCUSSION: The 2008 Bond Program includes proposed capacity improvements to the existing bridge connecting McPherson Boulevard and Garden Acres Drive (Garden Acres Bridge) over IH-35W through the addition of a new separate three-lane bridge, creating a total of six lanes crossing the Interstate. This Mayor and Council Communication (M&C) provides for additional design and construction partnership funding with the Texas Department of Transportation (TXDOT) for this new three-lane bridge at Garden Acres Drive. Capacity improvements are being provided through a two phased work effort. Phase 1, which occurred in 2013, provided additional turn lanes on the existing three-lane bridge along with a new traffic signal. The current Phase 2 improvements involve the design and construction of a new, parallel, three-lane bridge— producing a complete six-lane bridge crossing with traffic signals. The 2008 Bond Program identified $6,000,000.00 for this capacity improvement project. To date, a total amount of$2,144,529.00 has been appropriated to this project. Phase 1 capacity improvements were performed by the City without TxDOT participation for a total cost of $578,218.00. Phase 2 improvements are estimated to cost$10,758,827.00, resulting in a total project cost for both Phase 1 and 2 of in the amount of$11,337,045.00. http://apps.cfwnet.org/counci I_packet/m c_revi ew.asp?I D=22222&counci ldate=4/12/2016 1/4 4/13/2016 M&C Review The TxDOT Funding Agreement will provide additional federal and state funding for the project in the amount of$6,056,266.00 for a total amount, when combined with the balance from the Phase 1 Funding Agreement (City Secretary Contract (CSC) No. 43606, M&C C-25787), of$6,147,505.00. The City will fund the difference of the total project costs for Phase 1 and Phase 2 in the combined amount of$5,189,540.00. Under Amendment No. 4, URS Corporation (URS)will perform additional engineering design, surveying and design plan modifications as necessary. Funds for this amendment will be provided from the 2008 Capital Improvements Program Fund. Previous Council Actions: On March 11, 2011 (CSC No. 41583), an Agreement was administratively authorized with Kimley-Horn & Associates, Inc., in the amount of$14,500.00 to identify traffic operational improvements to the Garden Acres Bridge and intersection approaches to reduce congestion under Phase 1 preliminary design. On December 6, 2011 (M&C C-25307), the City Council authorized execution of a Professional Services Agreement with Kimley-Horn &Associates, Inc., in the amount of$66,000.00 for Phase 1 final design, public involvement and implementation. On May 15, 2012 (M&C C-25611), the City Council authorized execution of a Professional Engineering Services Agreement with URS in the amount of$485,933.00 for Phase 2 engineering, environmental, right- of-way and utilities. In addition, $134,000.00 was authorized for contingencies project management and TxDOT design review under Phase 2. On August 14, 2012 (M&C C-25787), the City Council adopted Resolution No. 4117-08-2012 authorizing a Funding Agreement in the amount of$1,408,989.00 with the state for engineering, environmental, right-of- way and utility review for Phase 2. On October 9, 2012 (M&C C-25905), the City Council authorized execution of a contract with McClendon Construction Company in the amount of$306,266.00 for Phase 1 construction improvements. Upon completion of construction, change orders and invoices for Phase 1 total in the amount $75,419.00 resulting in a Phase 1 total in the amount of$381,685.00. The following table summarizes URS design contract actions and amendments: - Amount _ Proiect Description M&C No. i Approved Initial i Design of Garden Acres Bridge over 1-35W I $485,933.00 C-25611 05/15/2012 Contract Expansion = I � Amendment . Add sidewalks to the plans,specification and cost Approved $28,660.00 01/02/2013 1 i estimates Administratively j Amendment f 1 Level of service Analysis,preparation of design $74,500.00 C-26487 10/07/2013 2 schematic and surveying required by TxDOT Amendment $125,500.00 i Additional bridge design as required byTxDOTfor C-27095 12/02/2014 3 the new and existing bridges } Amendment f Noise Analysis as required by TxDOT and 4 k $104,078.00 additional Traffic Analysis Landscaping, Pending Pending E Environmental and Construction Services To _ $818,671.00 _ - � I i URS proposes to complete Amendment No. 4 for a fee not to exceed the amount of$104,078.00. Staff considers this fee to be fair and reasonable for the additional scope of services. Project Budget/Costs are as follows: hftp://apps.cfwnet.org/council_packet/mc_review.asp?1D=22222&councildate=4/12/2016 214 4/13/2016 M&C Review l - FEDERAL STATE CITY TOTAL PHASE 1-CITY COSTS ONLY-NOT PART OF LPAFA 1 Engineering (Consultant) I $ 0.00 $ 0.00 $ 76,450.00 ( $ 76,450.00 Admin/Legal/Project Management $ 0.00 $ 0.00 $ 119,993.00 ! $ 119,993.00 Construction $ 0.00 1 $ 0.00 $ 381,685.00 $ 381,685.00 PHASE 1 SUB-TOTAL $ 0.00 $ 0.00 $ 578,218.00 j $ 578,218.00 PHASE 2-TxDOT-CITY OF FORT WORTH PARTNERSHIP Engineering I $ 0.00 $ 0.00 $ 818,671.00 $ 818,671.00 s ; � Admin/Le al/Pro ect Mana ement g j g $ 0.00 $91,239.00 $ 550,000.00 I $ 641,239.00 _ i Environmental $ 0.00 $ 0.00 i $ 189,000.00 j $ 189,000.00 , ! ! I r j Right-of-Way i $ 0.00 $ 0.00 $ 255,000.00 1 $ 255,000.00 Utilities $ 0.00 $ 0.00 $ 236,250.00 $ 236,250.00 Construction $5,752,894.00 I $303,372.00 ! $1,438,227.00 $7,494,493.00 Contingency ; $ 0.00 $ 0.00 $1,124,174.00 $ 1,124,174.00 PHASE 2 SUB-TOTAL $5,752,894.00 $303,372.00 ; $4,611,322.00 $10,758,827.00 1 TOTAL FOR PHASE 1 &2 $5,752,894.00 $394,611.00 $5,189,540.00 $11,337,045.00 I The contingency amount identified above includes an additional 10 percent over the current construction estimate based on recent bids and an additional five percent for contract change orders which the City will be responsible for based on the terms of the Agreement with TxDOT. Construction will be managed by TxDOT and is programmed to begin in November 2016 with a completion date of March 2018. This project will have a $62,599.00 annual impact on the Transportation and Public Work's operating budget per year. The Park and Recreation Department annual maintenance budget will be $340.00 a year. I Annual Cost Net Operating Impact Increase Department/Division I Street 10 Add Lights g ( ) $2,000.00 TPW/Traffic Management ! r I Traffic Signs(Add 29) $7,250.00 E TPW/Traffic Management Pavement Markings(Add 10278-If) $56,529.00 3 TPW/TraffioManagement Inlets(8) $ 480.00 TPW/Storm Water _ : i Median, ROW Mowing (38609-sf) $ 340.00 ; PARD Total $62,599.00 ! i M/WBE OFFICE: URS is in compliance with the City's M/WBE Ordinance by committing to an additional 36 percent M/WBE goal on this Amendment No. 4. The City's M/WBE goal on this Amendment or extra work is 36 percent. This project is located in COUNCIL DISTRICT 6, Mapsco 119A and 11913. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached Appropriation Ordinance, funds are available in the current capital budget, as appropriated, of the http://apps.cfwnet.org/council_packet/mc review.asp?ID=22222&councildate=4/12/2016 314 4/13/2016 M&C Review Street Improvements 2008 Fund. Description I Appropriations to Pending Expenses/ Remaining date Encumbrances Balance Garden Acres Bridge over 1-35 Project No. C01802 $5,189,540.00 $3,388,346.00 $1,801,194.00 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID YearCharlfield 2 394071 0200431 4905100 C01802 CO2380 $3,045,011.0 39407 0200431 5740010 C01802 CO2380 $3,045,011.0 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 2) 39407 0200431 5740010 C01802 002380 $1,438,233.0 3 39407 0200431 5740010 C01802 CO2380 $104,077.9 39407 0200431 4905100 UNSPEC U N 2300 _ $2,831,069.46 39407 0200431 5740010 UNSPEC UN2300 $2,831,069.46 394071 020431 4905100 UNSPEC UN7100 $213,941.54 94071 0200431 4905100 UNSPEC U N 7100 $213,941.54 Submitted for City Manager's Office b_)L. Jay Chapa (5804) Originating Department Head: Douglas Wiersig (6157) Additional Information Contact: Todd Estes (5448) ATTACHMENTS 01802 Garden Acres Bridge Phase II Costruct Resolution (Rev 4.07.16).doc 01802 20 GARDEN ACRES BRIDGE PHASE 2 MAP2.odf 20GARDEN ACRES 39407 A016(Rev4.07.16).docx AECOM Technical Services Inc Form 1295(Rev)pdf http://apps.cfwnet.org/council_packeUmc review.asp?ID=22222&counciIdate=4/12/2016 4/4 CSJ # 0014-02-049 District# 02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development ATTACHMENT A RESOLUTION OR ORDINANCE (SEE ATTACHMENT) AFA-LPAFA ShortGen.doc Page 1 of 1 Attachment A A Resolution NO. 4616-04-2016 A RESOLUTION AUTHORIZING THE EXECUTION OF A LOCAL PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION IN THE AMOUNT OF $7,494,493.00 FOR CONSTRUCTION OF GARDEN ACRES BRIDGE (A/K/A IH35@MCPHERSON) FROM A THREE-LANE BRIDGE TO A SIX LANE BRIDGE TO INCLUDE SAFETY LIGHTING, BIKE LANES, SIGNALS, SIDEWALKS AND RAMPS OVER IH 35W WHEREAS, A Master Funding Agreement between the City of Fort Worth 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 (LPAFA); and WHEREAS, the Texas Transportation Commission passed Minute Order 114417, dated November 19, 2015 provides funding for Garden Acres (McPherson) Bridge capacity improvements to widen and construct a new three-lane bridge for a total of six-lanes to include safety lighting, bike lanes, signals, sidewalks and ramps over IH-35W, the Project described herein; and WHEREAS, the City of Fort Worth desires to enter into a Local Project Advance Funding Agreement in the amount of $7,494,493.00 with the Texas Department of Transportation, of which the City's Participation shall be $1,438,227, for Garden Acres Bridge capacity improvements to widen and construct a new three-lane bridge for a total of six-lanes to include lighting, bike lanes, signals, sidewalks and ADA ramps. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: The City Manager or his designee is authorized to execute a Local Transportation Project Advance Funding Agreement (LPAFA) in the Amount of $7,494,493.00, of which the City's Participation shall be $1,438,227, with the Texas Department of Transportation for Garden Acres (McPherson) Bridge capacity improvements to widen and construct a new three-lane bridge for a total of six-lanes to include lighting, bike lanes, signals, sidewalks and ADA ramps. Adopted this 12t" day of April, 2016. -0- f0fir Q4 '60 a.--.4i YA �1•`4V� 'a��V�� ATTEST) By: °°o°Oonooao°°� �•a Mary J. Kayser, City Secretary ORT WORT CSJ #0014-02-049 District# 02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 Not Research and Development ATTACHMENT B PROJECT LOCATION MAP (SEE ATTACHMENT) AFA-LPAFA_ShortGen.doc Page 1 of 1 Attachment B Ift AF 20 OAKMONT Now X11 ��� �� �� It �•� � �. - 1�l�.� . 35 LEI' Iv WE ..l�� �, Win, ��I���� ��.•� y� I! } _ PE CH MC A LISTE, f J � .� GARDEN ACRES i - .r, CSJ # 0014-02-049 District#02-Fort Worth Code Chart 64# 15000 Project: IH 35W @ McPherson Federal Highway Administration CFDA#20.205 DUNS #: 073170458 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 Participation % Cost % Cost %o Cost Construction (by State) $6,281,000 80% $5,024,800 0% $0 20% $1,256,200 Subtotal $6,281,000 80% $5,024,800 0% $0 0% '$1,256,200 Environmental Direct State $1 0% $0 0% $0 100%$1 Costs Right of Way Direct State $1 0% $0 0% $0 100%$1 Costs Engineering Direct State $1 0% $0 0% $0 100%$1 Costs Utility Direct State Costs $1 0% $0 0% $0 100%$1 Construction Direct State $910,117 80% $728,094 0% $0 20% $182,023 Costs 14.49% Indirect State Costs (4.83%) $303,372 0% $0 100% $303,372 0% Iso TOTAL 11$7,494,493 $5,752,894 1 $303,372 1$1,435,227 Payment by the Local Government to the State before construction: $1,438,227.00 Estimated total payment by the Local Government to the State $1,438,227.00 This is an estimate. The final amount of Local Government participation will be based on actual costs. AFA-LPAFA ShortGen.doc Page 1 of 1 Attachment C