Loading...
HomeMy WebLinkAboutContract 33501 CITY SECRETAFIY CONTRACT 5LL INTERLOCAL COOPERATION AGREEMENT Between THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS and THE CITY OF FORT WORTH for IMPLEMENTATION OF THE THOROUGHFARE ASSESSMENT PROGRAM WHEREAS, the North Central Texas Council of Governments (NCTCOG) has been designated as the Metropolitan Planning Organization for the Dallas-Fort Worth Metropolitan .Area by the Governor of Texas in accordance with federal law; and, WHEREAS,the Regional Transportation Council (RTC), comprised primarily of local elected officials, is the regional transportation policy body associated with NCTCOG and has been and continues to be a forum for cooperative decisions on transportation; and, WHEREAS, it is the goal of the RTC to offer a transportation system that is accessible, integrated, efficient, and provides for a diverse and flexible set of transportation options; and, WHEREAS, on October 9, 2003, the RTC approved funding for implementation of Phase 3 of the Thoroughfare Assessment Program in the Dallas-Fort Worth Metropolitan Area for the implementation of low-cost operational improvements at signalized intersections; and, WHEREAS, the Interlocal Cooperation Act, Chapter 791 of the Texas Government Code provides authority for the North Central Texas Council of Governments, and the City of Fort Worth to enter into this agreement for the provision of governmental functions and services of mutual interest. NOW,THEREFORE, for and in consideration of the mutual covenants and conditions contained herein,the parties agree as follows: 1. Parties 1.1 This Interlocal Agreement, hereinafter referred to as the"Agreement', is made and entered into by and between the North Central Texas Council of Governments, hereinafter referred to as "NCTCOG", and the City of Fort Worth, hereinafter referred to as the "City". NCTCOG and the City may each be referred to as a"Party", and may be collectively referred to as "Parties"to this agreement. 1.2 NCTCOG shall serve as the Contract Manager and Procurement Administrator for the Project. 2. Purpose 2.1 This Agreement defines the terms and conditions for the disbursement of Congestion Mitigation and Air Quality Improvement Program (CMAQ) and Surface Transportation Program-Metropolitan Mobility (STP-MM) funds and associated state and local a�J Interlocal Cooperation Agreement i-.,, NCTCOG and City of Fort Worth04-27-06 P02 51 I N matching funds collected by NCTCOG for the implementation of traffic flow improvements. 2.2 Improvements under this Agreement, implemented through the Thoroughfare Assessment Program as authorized by the Regional Transportation Council, shall be employed at signalized intersections in the City of Fort Worth. 2.3 Improvements shall be made to approximately 33 off-system locations and approximately 17 on-system locations under this Agreement. 3. Duties 3.1 NCTCOG shall be responsible for project monitoring; Geographical Information Systems (GIS) database integration; air quality benefit calculations and documentation. 3.2 NCTCOG's engineering consultant(s) will provide signal-timing improvements at the intersection locations identified in Attachment A. 3.3 The consultant(s) will be responsible for the following: field data collection; development, implementation, and fine-tuning of new coordinated signal timing plans; verification of work implemented at each location; and any and all required documentation of"Before"and."After" conditions. 3.4 The City will work with NCTCOG's engineering consultant(s) to identify relevant signal timing elements/requirements -at and related to the project intersections; review the developed new signal timing plans; approve all timing plans prior to implementation; and assist with fine tuning. 3.5 Under a separate agreement between the City and the Texas Department of Transportation (TxDOT), the City will implement in-house signal timing and low cost improvements as identified in Attachment A. 4. Funding 4.1 The total project cost estimate for this Agreement is$343,733. CMAQ and/or STP-MM programs will fund 80 percent of the project cost. 4.2 Attachment A includes a project cost estimate summary. 4.3 Under a separate agreement between TxDOT and NCTCOG, TOOT will provide the 20 percent local match required for the 17 intersections located on the state highway system. 4.4 The City shall provide the 20 percent local match required for the off-system locations. The City shall provide a warrant check payable to the North Central Texas Council of Governments in the amount of$39,979. 4.5 The City shall remit additional local match payments to NCTCOG in the event that the actual cost of implementation of the Thoroughfare Assessment Program is greater than the estimated cost identified in this Agreement.Interlocal Cooperation Agreement RE 'NCTCOG and City of Fort Worth 4.6 Upon completion of the project, any excess local match funds for off-system locations shall be reimbursed by NCTCOG to the City. 5.Term 5.1 This agreement shall take effect on the date executed by the Parties and shall remain in effect until it is terminated. 5.2 Either Party may terminate this Agreement by giving 30 days written notice to the other Party. The Parties may terminate this Agreement by mutual written concurrence. 5.3 This Agreement shall automatically terminate upon completion of the project. 6. Modification,Waiver and Severability 6.1 This Agreement and any exhibits, which may be attached, constitute the entire agreement among the Parties. No waiver or modification of this-Agreement shall be valid unless in writing and signed by both Parties. Failure of the Parties to enforce or insist upon compliance with any of the terms and conditions of this Agreement shall not constitute a waiver or relinquishment of any such terms and conditions. 6.2 In the event that any one or more or the provisions of this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect.any other provisions thereof, and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 6.3 This Agreement may be executed in any number of counterparts, each of which shall be deemed an original. Interlocal Cooperation Agreement NCTCOG and City of Fort Worth ` IN WITNESS HEREOF, the parties have executed this Agreement in duplicate originals on the day of 20W. CITY OF FORT WORTH O ENTRAL T AS COUNCIL OF G NTS e5�A, Signature /� R. Michael Eastland Marc A. Ott Executive Director p44�is:ant City Manager Printed Name APPROVED AS TO FORM: Title C Gene I oun ATTEST: APP7,,, TO FORM AND LEGALITY. L1;7, Ass ant C tt Attested By: Marty Hendrix City Secretary COAtraot Authorizatiox Date v 1 Interlocal Cooperation Agreement Page 4 NCTCOG and City of Fort Worth a sluawwoo z rn� a WGISAS-no 0 0 rab e c 0 0 U m 0 UwolsAg-uo V N m Z D walsAS-uo 0 0 0 U N a (7 walsAS-Up - ^ a e walsAS-1l0 H $ 0 a w 5� 5 walsAS-uo $ to 25 O�5 25 g (uolleluawnoop pull uallsnslulwpv 'Aillsno mv) N 3900 00313N f7 w Qy 2 a ouluill-emleuolS o� luellnsuoo ^ ^ r oulwll-akllauolS o ^ ^ a a O V asnoH-ul N ^ .- �3� o waisAS•u0 w0� o 0 0 < slu_po t ) k � § / $o WGISAS— \� � , _ � � - -\ - - - - - � - - - - - - - ) k - - - - - - - - - - d 0 % / a§ ��-uo - � 2 ®k o { . � \ �-b ° \ 2 9 k B welsAS-o / ( . weisft *o 7 L \ g§ § k § 7 ) ( ■ �■� k & 2 & _ k ` ( ko / welsAS— a r. / f 7 l cam__ooa p© A■A p¥ 'Allient) 2 Aon«m w \ 2 2 BUIALuAes� wm_v m - - - ® - - � ]O mql-apes� IL22 _gym - \ E�§ e \ . 222 ! 9AS*o o I � ,§ ®\/ b . - - - w - - - - - - - - \ a - - - - - - i a sluawwop N lk L dT a r E n wale tS-90 " r a ' 0 o U a+ar+" m 1O n EwalsR$-up N :>? v m ' n n ���N O N K g F E C E $O wags tS-110 — i.o ! r��i q ^ C C\ �CJ (n t0 Y �. C N N N (7 i! E g ~ m ulalsdg-up > C'. M t ti E E F E "' c wals tS-110 '.. i U,o 00 ��fj nn h�, T § G � q 7 U Y 0 d V a°� o Y E py E co 5 walsl;S•up o ocq m 3 � O o 3 CO pp( m O V Ul r (uolleluawnooO iq is V in`+ y U) k v2 pus uolleilslulwpF! r S` a I903`JOOlON a n V E ?^ p 0 0 wyr O aD Z �'01 LO O N (n V 'F3+? fn (O m c is O 49 CL rn CL Bulwll-aid IeuBIS lueilnsuop O Bulwll-ay IeuBIS n CL 0 U asnoH-ul o r E EUE fla" . walsRS-110 `� wmvUU C � t�iOO T � E p w v 'd North Central Texas Council Of Governments May 10, 2006 Via Certified Mail Return Receipt Number: 7005 1820 0000 7035 0293 Ms. Marty Hendrix City Secretary City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Dear Ms. Hendrix: Enclosed is an executed original of the Interlocal Cooperation Agreement between the North Central Texas Council of Governments (NCTCOG) and the City of Fort Worth for Implementation of the Thoroughfare Assessment Program Phase 3.2. We received your check number 988845 for the local match in the amount of$39,979.00 on May 2, 2006. NCTCOG appreciates your participation in this important air quality initiative. If you have any project related questions please contact Natalie Bettger, Senior Program Manager, at (817) 695-9280. If you have any agreement or funding questions please contact Dawn Dalrymple, Senior Transportation Planner, at (817) 608-23;1: Ken Kirkpatrick Senior Program Manager DS:tmb Enclosure cc: Marc A. Ott, Assistant City Manager, City of Fort Worth Marisa Conlin, E.I.T., Traffic Signal Project Manager, City of Fort Worth Mark Mathis, P.E., Traffic Services Manager, City of Fort Worth Ronnie Varnell, P.E., Traffic Systems Manager, City of Fort Worth Natalie Bettger, NCTCOG TAP Phase 3.2 Project File 616 Six Flags Drive,Centerpoint Two P.O.Box 5888,Arlington,Texas 76005-5888 (817)640-3300 FAX:817-640-7806 ®recycled paper www.nctcog.org Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/21/2006 DATE: Tuesday, March 21, 2006 LOG NAME: 20TAP32 REFERENCE NO.: **C-21345 SUBJECT: Authorize the Execution of an Interlocal Agreement between the North Central Texas Council of Governments and the City of Fort Worth and Authorize Payment to North Central Texas Council of Governments for Phase 3.2 of the Thoroughfare Assessment Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to execute an interlocal agreement with the North Central Texas Council of Government (NCTCOG) for Phase 3.2 of the Thoroughfare Assessment Program (TAP); and 2. Authorize payment to the North Central Texas Council of Government (NCTCOG) in the amount of$39,979.00 for Phase 3.2 of the Thoroughfare Assessment Program (TAP). DISCUSSION: TAP is a regional project that is implemented by the NCTCOG in partnership with local agencies. The program's goal is to maximize the capacity of the existing roadway system by improving traffic operations through traffic signal retiming and low cost operational improvements. NCTCOG staff will serve as the project managers for the consultant timing and data collection portion of the project. They have retained local consultant teams to develop signal timing plans and recommend operational improvements. The total cost for the consultant timing and data collection portion of Phase 3.2 is $343,733.00. The City's local match is $39,979.00. City staff will implement the capital improvements under a separate Local Project Agreement through TxDOT. This agreement will come at a later date once the recommendations have been completed. On August 23, 2005 Council adopted Resolution No. 3246-08-2005, which supported staffs proposed project submission. The following arterials, which include 97 signalized locations, have been selected for Phase 3.2: Arterial From To East Lancaster Avenue(US 180) Pine Street Sandy Lane 28th Street NE & NW(SH 183) Azle Avenue Riverside Drive East Rosedale Street Riverside Drive (Business 287) Handley Drive South Hulen Street IH-30 Granbury Road Hemphill Street Vickery Boulevard Felix/ Fuller Avenue McCart Avenue IH-20 Cleburne Road (West) Altamesa Bloulevard Welch Avenue Westcreek Drive http://www.cfwnet.org/council_packet/Reports/mc_print.asp 5/16/2006 Page 2 of 2 FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Light and Signal Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C201 531200 20 1 72 $39,979.00 0035930 Submitted for City Manager's Office b Marc Ott (8476) Originating Department Head: Robert Goode (7804) Additional Information Contact: Marisa Conlin (8779) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 5/16/2006