Loading...
HomeMy WebLinkAboutContract 26379 CITY SECRETARY (� CONTRACT NO. I CSJ: 0902-48-409 Project: US 287 Business/N. Main St. Beautification Tarrant County 80%Fed 20%Local STATE OF TEXAS § COUNTY OF TRAVIS § LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT For a Transportation Enhancement Project 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, hereinafter called the "State", and the City of Fort Worth, acting by and through its duly authorized officials hereinafter 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 Local Government prepared and submitted to the State a nomination form for consideration under the Statewide Transportation Enhancement Program for the project which is briefly described as the enhancement and beautification of the US Business Highway 287/North Main Street corridor between the Tarrant County Courthouse and the Fort Worth Stockyards (28' Street/SH 183) a distance of 2.6 miles. WHEREAS, the Texas Transportation Commission passed Minute Order 108065 awarding funding for projects in the 1999 Program Call of the Statewide Transportation Enhancement Program, including the Project; and WHEREAS, the rules and procedures for the selection and administration of the Statewide Transportation Enhancement Program are established in 43 TAC Sections 11.200 et seq.; and WHEREAS, the governing body of the Local Government has approved entering into this LPAFA by resolution or ordinance dated p iq�o?OOe , which is attached hereto and made a part hereof as Attachment A; NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: Q�� KMAI1111C � D Revised 3.27.2000 AGREEMIWNT 1. The period of this LPAFA is as stated in the Master Agreement without exception. 2. Termination of this LPAFA shall be under the conditions as stated in the Master Agreement or for the conditions, and in the manner, described herein: A. The termination of this LPAFA shall extinguish all rights, duties, obligations and liabilities of the State under this agreement. If the potential termination of the agreement is due to the failure of the Local Government to fulfill its contractual obligations,the State will notify the Local Government that possible breach of contract has occurred. The Local Government should make every effort to remedy the breach within a period mutually agreed upon by both parties. B. If the Local Government withdraws from the Project after the agreement is executed, it shall be responsible for all direct and indirect Project costs as identified by the State's cost accounting system. C. A Project may be eliminated from the program as outlined below. If the Project is eliminated for any of these reasons, this LPAFA will be appropriately terminated. A Project may be eliminated from the program if: i. The Local Government fails to satisfy any requirements of the program rules cited as 43 TAC §11.200 et seq. ii. The implementation of the Project would involve significant deviation from the activities as proposed in the nomination form. iii. The Local Government withdraws from participation in the Project. iv. The Project is not implemented within a reasonable time, as determined by the State in consultation with the Local Government. In absence of information suggesting that a shorter or longer period is appropriate, three years or less from the date of inclusion in the Statewide Transportation Improvement Plan(STIP) will be presumed to be a reasonable time. v. The State determines that federal funding may be lost due to the Project not being implemented and completed. 3. Amendments of this LPAFA shall be made as described in the Master Agreement, without exception. 4. Scope of Work. The scope of work for the Project,which is at the location shown in Attachment B, Project Location Map, as described in the nomination form and as approved by the Texas Transportation Commission, consists of the enhancement and beatification of the TJS BuSiiiC,SS highway 2Z7;F.o;h Main Street corridor between the Tarrant County" Courthouse and the Fort Worth Stockyards a distance of 2.6 miles including he following: • Enhance key areas of the North Main Street corridor such as the entrances to the Stockyards and Mercado District and the intersection of North Main Street and Northside Drive. Revised 3.27.2000 2 • Create a visual linkage between the Stockyards National Register Historical District and Downtown. • Enhance pedestrian areas and encourage pedestrian movement. • Beautify areas along the corridor and provide daytime shade and evening illumination for pedestrians • Encourage private investment, redevelopment, renovation and restoration of historic resources adjacent to the corridor. • Improve the identity of the US highway 287 (North Main Street) corridor. The proposed improvements include: • Street tree plantings (6" caliper) in key areas, including proper tree well construction, steel tree grates, and drip irrigation system. • Consistent pedestrian streetlight fixtures. • Interpretive signage at historic and cultural landmarks. 5. Right of Way and Real Property Acquisition shall be the responsibility of the Local Government, as stated in the Master Agreement with the following additional requirements: A. The Local Government shall assume all costs and perform necessary requirements to provide any necessary evidence of title or right of use in the name of the Local Government to the real property required for development of the Project. The evidence of title or rights shall be acceptable to the State, and be free and clear of all encroachments. The Local Government shall secure and provide easements and any needed rights of entry over any other land needed to develop the Project according to the approved Project plans. The Local Government shall be responsible for securing any additional real property required for completion of the Project. B. In the event real property is donated to the Local Government after the date of the State's authorization, the Local Government will provide all documentation to the State regarding fair market value of the acquired property. The State will review the Local Government's appraisal, determine the fair market value and credit that amount towards the Local Government's financial share. If donated property is to be used as a funding match, it must be provided by a non-governmental entity and cannot be donated by a federal, state or local government. The State will not reimburse the Local Government for any real property acquired before execution of this agreement and the State's issuance of a letter of funding authority. C. The Local Government shall prepare real property maps, property descriptions, and other data as needed to properly describe the real property and submit them to the State for approval prior to the Local Government acquiring the real property. Tracings of the maps shall be retained by the Local Government for a permanent record. D. The Local Government agrees to make a determination of property values for each real property parcel by methods acceptable to the State and to submit to the State a tabulation of the values so determined, signed by the appropriate Local Government representative. The tabulations shall list the parcel numbers, ownership, acreage and recommended compensation. Compensation shall be shown in the component parts of land taken, Revised 3.27.2000 3 itemization of improvements taken, damages (if any) and the amounts by which the total compensation will be reduced if the owner retains improvements. This tabulation shall be accompanied by an explanation to support the determined values, together with a copy of information or reports used in calculating all determined values. Expenses incurred by the Local Government in performing this work may be eligible for reimbursement after the Local Government has received written authorization by the State to proceed with determination of real property values. The State will review the data submitted and may base its reimbursement for parcel acquisitions on these values. E. Condemnation shall not be used to acquire real property for this enhancement Project. F. Reimbursement for real property costs will be made to the Local Government for real property purchased in an amount not to exceed eighty percent (80%) of the cost of the real property purchased in accordance with the terms and provisions of this agreement. Reimbursement will be in an amount not to exceed eighty percent(80%) of the State's predetermined value of each parcel, or the net cost thereof,whichever is less. In addition, reimbursement will be made to the Local Government for necessary payments to appraisers, expenses incurred in order to assure good title, and costs associated with the relocation of displaced persons and personal property as well as incidental expenses. G. If the Project requires the use of real property to which the Local Government will not hold title, a separate agreement between the owners of the real property and the Local Government must be executed prior to execution of this LPAFA. The separate agreement must establish that the Project will be dedicated for public use for a period of not less than 10 (ten) years after completion. The separate agreement must define the responsibilities of the parties as to the use of the real property and operation and maintenance of the Project after completion. This agreement must be approved by the State prior to its execution. A copy of the executed agreement shall be provided to the State. 6. Utility adjustments will be provided by the Local Government as required and as stated in the Master Agreement unless otherwise specified in the nomination form for the Project and approved by the State. 7. Environmental assessment and mitigation will be carried out as stated in the Master Agreement without exception unless otherwise specified in the nomination form for the Project and approved by the State. These costs will not be reimbursed or credited towards the Local Government's financial share of the Project unless specified in the nominating form and approved by the State. 8. Certification. Forty five (45) days prior to any construction contract let date, the Local Government shall provide a certification to the State that all real property has been acquired, all environmental problems have been remediated, and all conflicting utilities have been adjusted. Revised 3.27.2000 4 9. Architectural and engineering services will be provided by the Local Government. Compliance with Texas Accessibility Standards and the Americans with Disabilities Act (ADA) will be as stated in the Master Agreement,without exception. A. The architectural contract documents shall be developed in accordance with the standards of the American Institute of Architects, the U.S. Secretary of the Interior's Standards for Historic Preservation Projects, Standards and Guidelines for Archeology and Historic Preservation, the National Register Bulletin Number 36: Guidelines for Evaluating and Registering Historical Archeological Sites and in consultation with the State Historic Preservation Officer, as applicable. The engineering plans shall be developed in accordance with the State's applicable Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and the two AASHTO publications, "A Policy on Geometric Design of Highways and Streets" and "Guide for the Development of Bicycle Facilities, " as applicable. All contract procurement procedures and documents must adhere to the applicable requirements established in the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The use of other systems of specifications shall be approved by the State in writing in advance. B. The Local Government shall submit any plans it has completed to the State for review and approval. The Local Government may also submit the plans to the State for review anytime prior to completion. The Local Government shall make the necessary revisions determined by the State. The Local Government will not let the construction contract until all required plans have received State approval. C. The Local Government shall submit to the State all documentation relating to actual costs incurred for providing architectural and engineering services. Reasonable, allowable, and allocable costs incurred by the Local Government, after the Local Government has obtained written authorization from the State to incur costs, will be eligible for reimbursement at an amount not to exceed eighty percent (80%) of the eligible actual costs. 10. Construction. The State will be responsible for the letting and award of the construction contract, as stated in the Master Agreement, without exception. Any field changes, supplemental agreements or revisions to the design plans which may occur after the construction contract is awarded will be submitted to the Local Government for review and approval prior to the State authorizing the contractor to perform the work. Prior to completion of the Project, the State will notify the Local Government of the anticipated completion date. The Local Government will be afforded the opportunity to assist the State in the final review of the construction services performed by the contractor. 11. Project Maintenance. Upon completion of the Project the Local Government will be responsible for maintaining the completed facility for public use for a period of at least ten (10) years. Any manufacturer warranties extended to the Local Government as a result of the Project shall remain in the name of the Local Government. The State shall not be responsible for honoring any warranties under this agreement. Revised 3.27.2000 5 12. Local Project Sources and Uses of Funds A. Project Cost Estimate: A Project Cost Estimate and Payment Schedule is provided in Attachment C, showing the total estimated development cost of the Project. This estimate shows the itemized cost of real property, utilities, environmental assessments and remediation, architectural and engineering activities, construction, and any other substantial items of cost. To be eligible for reimbursement, costs must have been included in the itemized budget section of the nomination form approved by the Texas Transportation Commission. Costs may be shifted between work categories after receiving written approval from the State. B. A Source of Funds estimate is also provided in Attachment C. Attachment C shows the percentage and absolute dollar amounts to be contributed to the Project by federal, state, and local sources. C. The Local Government will be responsible for all non-federal participation costs associated with the Project, including any overruns in excess of the Project cost estimate and any operating or maintenance expenses. Donations made by a non-governmental organization of real property, cash, materials, and services required for the development of the Project may be eligible to count towards the local funding share of a project as in- kind contributions. In order to be considered as an eligible in-kind contribution, donations must be made by a non-governmental organization. The value of the donated contributions of real property, materials, or services will be based on fair market value. In-kind donations of services are limited to preparation of plans, specifications and estimates, and may account for no more than ten percent (10%) of the allowable Project's cost. The remaining balance of the local contribution shall be in cash, donated real property or materials. The Local Government may also provide services or materials to reduce the overall cost of a Project, but it will not be considered as an in-kind contribution. Donations of real property must be from private ownership to public ownership for Project purposes. D. The State will be responsible for securing the federal share of funding required for the development and construction of the Project, in an amount not to exceed eighty percent (80%) of the actual cost of the work up to the amount of funds approved for the Project by the Texas Transportation Commission. Federal funds will be reimbursed on a cost basis. Project cost incurred prior to Project selection by the Texas Transportation Commission and approval by the State to proceed are not eligible for reimbursement. E. Following execution of this LPAFA, but prior to the performance of any review work by the State, the Local Government will remit a check or warrant made payable to the "Texas Department of Transportation" to cover the estimated cost for the State's review of the preliminary plans, specification, and engineering (PS&E) work. The Local Government shall advance to the State a minimum of twenty percent (20%) of the State's PS&E review cost. The estimated amount of this advance for this Project is $10,000, including cash and allowable donations. F. 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. The Local Government must advance to the State at least twenty (20%) of the Project construction and construction engineering Revised 3.27.2000 6 costs. The amount to be advanced for this Project estimated to be $548,240.00, including cash and allowable donations. G. In the event the State determines that additional funding is required by the Local Government at any time during the development of the Project, the State will notify the Local Government in writing. The Local Government will make payment to the State within thirty(30) days from receipt of the State's written notification. H. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due to the Local Government, the State, or the Federal Government will be promptly paid by the owing party. I. In the event the Project is not completed, the State may seek reimbursement from the Local Government of the expended federal funds. The Local Government will remit the required funds to the State within sixty (60) days from receipt of the State's notification. 13. Lobbying Certification. The parties to this LPAFA reaffirm that no federal funds were used to lobby for Project funds, but that if any lobbying occurred, it has been reported to the State, pursuant to the requirements of the Master Agreement. 14. Incorporation. The Master Agreement is incorporated into this agreement as if fully set forth herein. 15. Signatory Warranty. The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. Revised 3.27.2000 7 IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in duplicate counterparts. - - / D THE LOC AL vOVERl -"ENT contract Authorization By: Date H Malanga, P.E. Title: Director, Transportation & Public V%brks Department Date: ATTESTED BY THE STATE OF TEXAS 9-20.00 Executed for the Executive Director and approved for the Texas Tranportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: __ 0 � I JennVjrjp. Soldano, Director Co ract/Services Office Date: Revised 3.27.2000 8 A. Resolution - ATTACHMENT A Adopted Resolution No. 2672 A RESOLUTION APPROVING A LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT`WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR RECEIPT OF TRANSPORTATION ENHANCEMENT FUNDS AND TRANSPORTATION AND COMNIUNITY AND SYSTEM PRESERVATION FUNDS FOR NORTH MAIN STREET FROM THE TARRANT COUNTY COURTHOUSE TO 28TH STREET WHEREAS, the Transportation Equity Act for the 21St Century (TEA-21) established a Statewide Transportation Enhancement Program to address transportation programs that contribute to the livelihood of communities, the quality of our environment and the aesthetics of our roadways; and WHEREAS, on January 27, 2000, the Texas Transportation Commission passed Minute Order No. 108065 awarding the funding for projects in the 1999 Program Call of the Statewide Transportation Enhancement Program; and WHEREAS, the Texas Transportation Commission awarded federal funding in the amount of$2,232,960.00 for the construction of North Main Street from the Tarrant County Courthouse to 28th Street and the City of Fort Worth's share of the cost is estimated to be $558,240; and WHEREAS, the Federal Highway Administration awarded federal funding in the amount of$400,000 under a Transportation and Community and System Preservation (TCSP) grant for North Main Street; and WHEREAS, the scope of work for the North Main Street project consists of the enhancement and beautification of the US Business Highway 287 /North Main Street corridor between the Tarrant County Courthouse and 28th Street that includes the follo"ing: • Enhance key areas of the North Main Street corridor such as the entrances to the Stockyards and Mercado District and the intersection of North Main Street and Northside Drive, • Create a visual linkage between the Stockyards National Register Historical District and Downtown, • Enhance pedestrian areas and encourage pedestrian movement, • Beautify areas along the corridor and provide daytime shade and evening illumination for pedestrians, • Encourage private investment, redevelopment, renovation and restoration of historic resources adjacent to the corridor, and • Improve the identity of the US Business Highway 287 /North Main Street con' CITY OF FORT WORTH The proposed improvements include the following: • Street tree plantings (6-inch caliper) in key areas, including proper tree well construction, steel tree gates, and drip irrigation system, • Consistent pedestrian streetlight fixtures; and • Interpretive signage at historic and cultural landmarks. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, that the City Council authorizes the City Manager to execute a Local Transportation Project Advance Funding Agreement v6th the Texas Department of Transportation for receipt of Statewide Transportation Enhancement Funds and Transportation and Community and System Preservation Funds for North Main Street from the Tarrant County Courthouse to 28`h Street. ADOPTED this 9 day of 2000. Mayor *tyecret -p� APPROVED AS TO FORM AND LEGALITY: Assistant Ci Attorney CITY OF FORT WORTH STATE OF TEXAS § COUNTIES OF TARRANT AND DENTON § I, GLORIA PEARSON, City Secretary of the City of Fort Worth, Texas do hereby certify that the above and, foregoing is a true and correct copy of Resolution No. 2672, which resolution was duly presented and adopted by the City Council of the City of Fort Worth, Texas, at a regular session held on the 19th day of September, A. D. 2000, as same appears of record in the Office of the City Secretary. WITNESS MY HAND and the Official Seal of the City of Fort Worth, Texas, this the 20th day of September, A. D. 2000. Gloria Pearso ity Secretary City of Fort Worth, Texas �_'ter. .r -.i- . 7_ .._ ^r '3 }j ter`. '745q `Z,C:��,l ��+ .��j �1:. ;�. e C !Mrr• Y y ,sf YF.`:1 h :Gf .t 1 , 1 _k ..:nf" Wj, . ,- �'.�cY i S T.! _7�r-�r d t +� ��r�..ai:•tr?'^:t�'. .a ST/SH a ►r7 �! �a ;�� �y�,t�•`Zaa.7•'P7l���"f .== i �♦�' \ :L-V f J A�,� :�'�'i^���� G-:,I��,�:��; 1`-,�t�s>•�"-•iC'�"�ij, ,.,ARr. � ���►•�'`�,��, ;`V/.. �'�^ •,y• _-*''�"-� .sa�� \ ��rr -�Se�c.�'..r+�:.::,• FS'f ,y1'H ;',(•�' '�!��'.n 5^�V ( ck=. � ::.�h' -(' 1 ,7 r';,•-.-' n� - -r j••_i 7 3'�5: ! :S.tockyard's �_��.!.' ,.i_su..i. -�•-•�ie�^s.:�r 4� :j'-hi' :4�j l �. �, �j��''!... ��- �yy:`�f.� }• ;-�. j � .!r<-xC..y��4:f,�'.. � � rJ i�♦ . �!� r• -� r.� �` �1 i.�" � � ■� .�� " -`1� 1`^�.� Histo:r.:ic,Distr_ict � -����. _ '��• f.5'1�"�s4' 1 ,m yle■ . 5r .�*!4• '�e `�. ? " '1 `_ t y - t ri 1fsZ7 � yc�•r. JF..tn,i S HA _ R. ` \'� 4':it f 4 ZjS'. • ti �_'�- , i•': ,�. .,- �•.' �: ,EXCHAN'GEAVE -^sr r.�.,�� ,N� �l �_;!.:7i1 ' �• �f'tl � `� ,� t �.''� ._'; � �v�i"'f'n �i!`"��, •. � -� .:` •� ,i" f'" �.iw�'`I, � •• r'� �:f � S y� y' -�`• ti..i :.,� .tom, -r �{ M �o•t•� Jt k � r+�\ � +��' 7F ��„�*�'"'�v•^}'•''fit ' tuZ�t3�V.�•+ �4,,.�-�i•�.c_F,.+ �, •..-.~11.Y tl� �r�•l-F-,f,�.i; ice• �•_'�: '��'�,�~ Y� r�'.a-:. .ay,.n• !^ J cfi L'_�17� t5,♦ A•��J �L h� L. 1 C� �. �°'� .,,��� .t--117I ,t It ' *j: y T3k'x L .�Z� �il�F ����•-f-��{1—=T....7) J. yrE4'� �j �.�yG.�`�^�:�3f]7e" -a O 7 i��a•'�T/� r+1 '�� r1♦ �j4 s l r i -� "r - .� _ "=2iy F'^.J^� jrr� t .t �I' •�Iw �- �_J; dI `�- r; '• •� fir,.-,�:; ��_�1• i,�i� ��7�"i.�, 'S •� �Y�,��"R 05W T� 7 �'► _ -' --.� ' -��..�•v_ 'L�'T: -� 11-3 �z�°�� _X.^.���.�.;,��:���: ��: �Me••�.'�~ado M� F ��� - .r _ �� -�,•�- r' ;,,}�s Ce � �'ti1'♦� :� �•� fi: r� 42.•2 w� ��� • ��-?'\J !.y' 1~ - --� J_`�� ,r.• L.-}� 'y20thkS_T`.'4't Ly" ��• > >\�r r4:ti _1. � " ` s'-. •car f / >.�, i if• ,� .,.� '. ' �.= 1District'�{y; ['�y��7f!�",�►.rt,.L!�}y.�, NJ t/' � '�!`"��1�� 3�° j'�-+'� ' !r.''� •5. rFr \ -{��� l� F,s a�'�ry��"`'�yv^^ ♦ ms's 'ti � +•sy37�.z'�� 1FF '1��`,.(Jo '`! S i�tr No L: _�, "fit , •y �S ', �. v itsQ-Yr!rrk's� �� •gin a5 t# II`, r I ', i�Y',�,.� �lprl��,�•n� �.•�'.,jV'�.�.y':3'�-...� '� .��' a '1�Ls•-. .�� x+� � +!, [[4 j ♦ rM1 a�' � 1 �'•\�,f� t♦ o• - � �2�y i �`�����'r � •!'�'�✓,t���r�.•���� �� .,?rtkcrf'j � � �� �.{,�!i f �! `�,�,��t ` --1 { `?t 1 �„ ��q .. J!� l�• 14 tH� a, �. s r� ��' 'M�. � �•f i -\�>� 1.• �`\ + +fF, rt TN_'y S�t(,t !�is 4. /,. � syy��:3 r�'y�' �p¢ , ,�..r •` E `�` �c�y,�+,v .,,FT,��i`,�'•�O�t'>*is� ��,. �G- ;1 •\ -a• mss.• _�'` �.��t'!~+�! ' •� .ti.�•1i r ase ` F�?;.♦7rr�X��t RSA'%y'~.4�iJ.{'1 �O �a-a'' t` �_.s�i :•o..0 -Y ` 'S.� -`' r=" ���•�� �?t.1-^ \ 't 4,t . a �•• a'tr,:��c''�ci%.to��rf\�11��..a-f•.: •�a`� .�: r s=4' � rf �^��.,._'��.t .�'� � /f l� ✓L ' 'U ; P', �,v t 'Y�'o� +ilO� `J{{rk- -1 j -5-' << �`_.nn�♦x� `��Ai, Sir�t i.l • ,� ', �( �,r. ♦_�. Ss `� '°G7y,ai � •-•��''3i� {`• ,l +t _ , VV'i� - ��. '�• vv r •� V r, � a ��� \cam'_� ♦ _ 77 �r'� .r ,-�� '\� � �� � p � ti -�+ ♦ y � _ �,"� r �!.s �``CF,. ',r♦7 ' •^"! .�*-...�.X"'' �- 2� t \, t •��L •1\ � v . J 1 "� �L rw r C��+4r.. � L'�s. '=f.`�!-3'- �\i , f � • � 5 � ti~ �/'�,�� �(` Y�'f^•`�ir .,, 0�� -) �, �- !-s �'r .�.�� ♦= J � . ����?,��. fP2i=,�`.�1��-`'. Z• � f e'�- � ��"T' A ���`�y`tt:._ �_,...-=,- --. 1 � \.,..may � -�a'�•��._ •:1t>x' '9/4" 'K_ �! _ t. ��I".. I:h _ ic h '- '`'-yi,��_li,:��j' w'��� •tet' -- �'Y�'� i ,:.. \'.\ sA--. `�'•♦ �� e �`• .v• � iY���, f� -d.� ��w 'yj \. tt �., �t c� 1 .f�/► 'Jw \� a i_ �"tN�4t�w%tir+ %• J j�r1! �" x, �S1�G': -� - � a�;+;4�' -��`� 1 J' lf^'1 -`�f�� \ . �:��4 % r?Z�~���♦s a / 5,3 gv 'f. .-. �r •. - i � - 17d.. to f ,�� �� t��•,M;,�r�c ��✓.'� �/ .��r�=• � I�S /r y1�y 1 4 «0 } 5 .♦ss 0 3,�t. , ,� do s-iYTa'rrant County `►r :.. •�• !+ ' {�'✓s\yi^, �l •a•w� i '�r•�i.••y ��2►" ijµ •;1�i ,ten',} ��.��/fin A �/ y��., Y p ,+''.c -��•_'`3iy..}�- r,�'�L�. 1Y1�'S'`F1'Y F"� ~�`l../ i:•V OuOl.��7r��L .V'••�d41ir`p'\�ye��"}•E �'`r� .��./ j .� .��' i.�. : �z,,,, �-��. �DowntownY .• '{F � r,rf.is a r ,. +- �' � �y- Zt r"%�f��p��W"t` a' �•!fY ''L'r 1 + �!. ���f. � � ��-,�� � .f!�". •?;�r �. �• •'��.`Yrj�t'-''fid "}ra�-♦:r �{',�. •.r,?b''Fii'—�''�4}'O'r, .-,�,,�I.�`.'�Vv�r'.►F-R+(3/..;o.. ��' ^"?� '�h'�' .''e{lY�y�,"7�'y, � .�"ya.w`�i�S'tT`...'s�.Eilyc:`��`.�'A.A�F�<"r-��-•.�`�SJy4^-•�� „-.�1.< ATTACHMENT C PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS ITEMIZED BUDGET Quantity Unit Price Cost Preliminary Engineering: Work Activities: Design and preparation of final construction plans, 1 LS $225,000 $225,000 specifications and estimates Total Preliminary Engineering Costs $225,000 Environmental Costs: Work Activities: DI Total Environmental Costs Real Property Costs: Work Activities: Total Real Property Costs Construction Costs: Work Activities: Quantity Unit Price Cost Planting of 6" caliper trees275 Ea 11 $1,500 11 $412,500 Irrigation system 10,000 LF $40 1 $400,000 Steel tree grates 275 Ea 11 $1,500 1. $412,500 Pedestrian lighting 174 Ea 11 $5000 1 $870,000 Pedestrian interpretive signage 114 Ea 11 $1,500 1 $6,000 Total Construction Costs $2,101,000.00 TOTAL ITEMIZED BUDGET: $2,326,000.00 Revised 3.27.2000 11 ATTACHMENT C PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS SOURCE OF FUNDS REQUESTED Total Itemized Budget (from page 1 ) 1. $ 2,326,000.00 In-Kind Contributions (If applicable): Real Property $ Cash $ Materials $ Services $ Total In-Kind Contributions 2. $ 0 Subtotal Value of Project (Line 1 +Line 2 ) 3. $ 2,326,000.00 *Administrative Expenses (20% of line 3) 4. $ 465,200 Total Value of Project (Line 3 +Line 4) 5. $ 2,791,200 Local Match: 20% of Total Value of Projects (Line 5) 6. $ 558,240 Less In-Kind Contributions (Line 2) 7. $ 0 Local Match (Line 6 less Line 7) 8. $ 558,240 Federal Funds Requested(80% of Line 5) 9. $ 2,232,960.00 # Other Funds Funds - TCSP Funds 10. $ 400,000.00 Total Federal Funds $ 2,632,960.00 *Note: This is a high estimate, the number shown in Article 12E is a better estimate of Administrative Expense. The amount above was not modified from the original budget, so that all numbers will be the same as those approved by the Texas Transportation Commission. The balance of the funding available will be reallocated to other line items in the project budget. #Note: Transportation & Community & System Preservation Program = 100% reimbursable program overseen by Federal Highway Administration These Funds will be used for the construction of the project. Revised 3.27.2000 12 City of Fort Worth, Texas "avow and -council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/19/00 G-13013 20ENHANCE1 1 of 3 SUBJECT ADOPTION OF RESOLUTION AND LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR A TRANSPORTATION ENHANCEMENT PROJECT FOR NORTH MAIN STREET FROM THE TARRANT COUNTY COURTHOUSE TO 28TH STREET RECOMMENDATION: It is recommended that the City Council: 1. Approve the attached resolution authorizing execution of the Local Transportation Project Advance Funding Agreement (LPAFA) for receipt of Statewide Transportation Enhancement Funds and Transportation and Community and System Preservation Funds; and 2. Authorize the execution of a Local Transportation Project Advance Funding Agreement with the Texas Department of Transportation (TxDOT); and 3. Authorize the remittance of a check in the amount of $10,000 made payable to TxDOT to cover the cost for the state's review of the preliminary plans, specifications, and engineering work as required by the agreement. DISCUSSION: The Transportation Equity Act for the 21st Century (TEA-21) established a Statewide Transportation Enhancement Program (STEP) to address transportation programs that contribute to the livelihood of communities, the quality of our environment and the aesthetics of our roadways. Transportation enhancements are funded through the Surface Transportation Program (STP), administered by TxDOT for the Federal Highway Administration (FHWA) of the U.S. Department of Transportation. Ten percent of STP funds are set aside for enhancement activities. Texas has approximately $128 million in its apportionment of federal funds to be awarded in the 1999 Program Call of the STEP. On January 27, 2000, the Texas Transportation Commission passed Minute Order No. 108065 awarding funding for projects in the 1999 Program Call of the STEP. The Texas Transportation Commission awarded federal funding in the amount of $2,232,960 for the construction of North Main Street from the Tarrant County Courthouse to 28th Street. The federal share will not exceed eighty percent of the actual cost of the project. Costs in excess of the federal share will be borne by the City. The City's share of the cost is estimated to be $558,240. The 1998 Capital Improvement Program authorized funds for the North Main Street project. Upon execution of the agreement, the City must remit payment in the amount of $10,000 to TxDOT for review of the preliminary plans, specifications, and engineering work as required by the agreement. Approximately sixty days prior to TxDOT's awarding of the construction contract, the City will be required to fund the balance of its share of the project cost. The agreement details the responsibilities of both the City and TxDOT in the development of the project. The City is responsible for the design of the project, securing any needed rights-of-way, adjusting or relocating utilities, and identification and assessment of any environmental mitigation associated with the project. TxDOT will advertise, award and inspect construction of the project. City of Fort Worth, Texas "affor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/19/00 G-13013 20ENHANCEI 2 of 3 SUBJECT ADOPTION OF RESOLUTION AND LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR A TRANSPORTATION ENHANCEMENT PROJECT FOR NORTH MAIN STREET FROM THE TARRANT COUNTY COURTHOUSE TO 28TH STREET The City will have the opportunity to assist TxDOT in the final inspection of the project. The agreement also includes $400,000 from the FHWA received under a Transportation and Community and System Preservation (TCSP) grant for North Main Street. On May 2, 2000 (M&C G-12904), the City Council authorized the City Manager to accept a TCSP grant from the FHWA in the amount of $1,306,500 for improvements to portions of North Main Street and Berry Street and for a study of central city commercial corridors. Under the TCSP grant, the North Main Street project would receive $400,000 to supplement bond funds for public improvements. SCOPE OF WORK: In the agreement, the scope of work for the North Main Street project consists of the enhancement and beautification of the US Business Highway 287/North Main Street corridor between the Tarrant County Courthouse and 28th Street that includes the following: • Enhance key areas of the North Main Street corridor such as the entrances to the Stockyards and Mercado District and the intersection of North Main Street and Northside Drive; and • Create a visual linkage between the Stockyards National Register Historical District and downtown; and • Enhance pedestrian areas and encourage pedestrian movement; and • Beautify areas along the corridor and provide daytime shade and evening illumination for pedestrians; and % • Encourage private investment, redevelopment, renovation and restoration of historic resources adjacent to the corridor; and • Improve the identity of the US Business Highway 287/North Main Street corridor. City of Fort Worth, Texas ,Mellor and .Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 9/19/00 G-13013 20ENHANCE1 2 of 3 SUBJECT ADOPTION OF RESOLUTION AND LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR A TRANSPORTATION ENHANCEMENT PROJECT FOR NORTH MAIN STREET FROM THE TARRANT COUNTY COURTHOUSE TO 28TH STREET The City will have the opportunity to assist TxDOT in the final inspection of the project. The agreement also includes $400,000 from the FHWA received under a Transportation and Community and System Preservation (TCSP) grant for North Main Street. On May 2, 2000 (M&C G-12904), the City Council authorized the City Manager to accept a TCSP grant from the FHWA in the amount of $1,306,500 for improvements to portions of North Main Street and Berry Street and for a study of central city commercial corridors. Under the TCSP grant, the North Main Street project would receive $400,000 to supplement bond funds for public improvements. SCOPE OF WORK: In the agreement, the scope of work for the North Main Street project consists of the enhancement and beautification of the US Business Highway 287/North Main Street corridor between the Tarrant County Courthouse and 28th Street that includes the following: • Enhance key areas of the North Main Street corridor such as the entrances to the Stockyards and Mercado District and the intersection of North Main Street and Northside Drive; and • Create a visual linkage between the Stockyards National Register Historical District and downtown; and • Enhance pedestrian areas and encourage pedestrian movement; and • Beautify areas along the corridor and provide daytime shade and evening illumination for pedestrians; and x • Encourage private investment, redevelopment, renovation and restoration of historic resources adjacent to the corridor; and • Improve the identity of the US Business Highway 287/North Main Street corridor. City of Fort Worth, Texas 4Vayor and .Council Consamunication DATE REFERENCE NUMBER LOG NAME PAGE 9/19/00 G-13013 20ENHANCE1 3 of 3 SUBJECT ADOPTION OF RESOLUTION AND LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR A TRANSPORTATION ENHANCEMENT PROJECT FOR NORTH MAIN STREET FROM THE TARRANT COUNTY COURTHOUSE TO 28TH STREET The proposed improvements include the following: • Street tree plantings (6-inch caliper) in key areas, including proper tree well construction, steel tree gates, and a drip irrigation system; and • Consistent pedestrian streetlight fixtures; and • Interpretive signage at historic and cultural landmarks. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. MG:I Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) CITY Mike Groomer 6140 CIT 1 COUNCIL Originating Department Head: SEP 19 2040 Hugo Malanga 7801 (from) C115 541200 020115023236 $558,240.00 ,u Additional Information Contact: Ci:g 5ra:���;}Cf tt:. Hugo Malanga 7801