HomeMy WebLinkAboutContract 34067 CSJ#0902-48-656 and 657_
District#02
CiT)` SECRETARY Code Chart 64 #15000
CONTRACT NO. -24-0-0. Project: Signal Integration and Monitoring
Phase H
Agreement# 02-180
STATE OF TEXAS §
COUNTY OF TRAVIS §
LOCAL TRANSPORTATION PROJECT
ADVANCE FUNDING AGREEMENT
For A STP-MM Project
(On and 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, 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 Governing Local Transportation Project Advance Funding
Agreements (MAFA) between the Local Government and the State has been adopted, effective
Auqust 28, 2000, and states the general terms and conditions for transportation projects developed
through this LPAFA; and,
WHEREAS, the Texas Transportation Commission passed Minute Order 107737 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 attached hereto and made a part hereof as Attachment A for development of
the specific project which is identified in the location map shown as Attachment B.
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:
AGREEMENT
1. The period of this LPAFA is as stated in the MAFA, without exception.
2. Termination of this LPAFA shall be under the conditions as stated in the MAFA, without
exception.
3. Amendments to this LPAFA shall be made as described in the MAFA, without exception.
4. Scope of Work
The scope of work is described as the replacement of the existing controllers and cabinets with
new 170 controllers in Model 332 cabinets. Installation of GPS and WMV clo
various colors, signal sections (housings only) and backplates. See Attachm ,�y� mr�mu�r Iii
locations V ,v'i .�'�r� �u
CI
5. Right of Way and Real Property shall be acquired under one of the followingrc�—W.'"' MOO
either a. or b.): .
a. Purchase by the State. Acquisition of right of way shall be the responsibility of the State,
as stated in the MAFA, without exception, unless otherwise provided in Special Provisions and/or
AFA—LPAFA_OnSys Page 1 of 8 Revised 2/2/06
CSJ# 0902-48-656 and 657
District# 02
Code Chart 64#15000
Project: Signal Integration and Monitoring
Phase H
Agreement# 02-180
Attachment C. A warrant or check in the amount of the Local Government's estimated
participation as reflected in Attachment C, shall be made payable to the Texas Department of
Transportation and transmitted to the State prior to release of the Project by Right of Way
Division, or within thirty (30) days from receipt of the State's written notification, whichever is
earlier.
OR
b. X_ Purchase by the Local Government for the State. Acquisition of right of way shall be
the responsibility of the Local Government, as stated in the MAFA, without exception, unless
otherwise provided in Special Provisions and/or Attachment C.
6. Donations of real property may be credited to the Local Government's funding obligation for cost
of right of way to be acquired for this project. This section shall apply only to projects for
which there is no federal financial assistance and for which the State is responsible for
acquisition of the right of way. Credit for all real property, other than property which is already
dedicated and/or in use as a public road, donated by the Local Government to the State shall be
based on the property's fair market value established as of the effective date of this LPAFA. The
fair market value shall not include increases or decreases in value caused by the project and
should include the value of the land and improvements being conveyed, excluding any damages
to the remainder. The Local Government will provide to the State all documentation to support
the determined fair market value of the donated property. Such documentation shall include an
appraisal of the property by a qualified appraiser, unless the Local Government determines that
an appraisal is unnecessary because the valuation problem is uncomplicated and the fair market
value is estimated at no more than $10,000.00. The cost of appraisal will be the responsibility of
the State. The State will review the submitted documentation and make a final determination of
value; provided however, the State may perform any additional investigation deemed necessary,
including supplemental appraisal work by State employees or employment of fee appraisers.
Credit shall be given only for property transferred at no cost to the State after the effective date
of this LPAFA and the State's issuance of a letter of funding authority, and only for property
which is necessary to complete this project. Credit shall be in lieu of monetary contributions
required to be paid to the State for the Local Government's funding share of the right of way to be
acquired for this project. The total credit cannot exceed the Local Government's matching share
of the right of way obligation under this LPAFA, and credits cannot be reimbursed in cash to the
Local Government, applied to project phases other than right of way, nor used for other projects.
In the event the Local Government's monetary contributions to the State for acquisition of right of
way, when added to its donation credits, exceed the Local Government's matching share of
the right of way obligation, there will be no refund to the Local Government of any portion
of its contributed money.
7. Adjustment of eligible utilities and payment of costs associated with such adjustment shall be
provided by the State (or) X Local Government (check the applicable party) and shall be
in accordance with provisions set forth in the MAFA.
8. Environmental Assessment and Mitigation will be carried out as stated in the Master Agreement,
without exception.
AFA—LPAFA—OnSys Page 2 of 8 Revised 2/2/06
CSJ# 0902-48-656 and 657
District# 02
Code Chart 64 #15000
Project: Signal Integration and Monitoring
Phase II
Agreement# 02-180
9. Compliance with Texas Accessibility Standards and ADA will be as stated in the MAFA, without
exception.
10. Architectural and Engineering Services will be provided by the Local Government, as stated in the
MAFA , without exception. The Local Government is responsible for performance of any required
architectural or preliminary engineering work. 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.
11. Construction Responsibilities will be carried out by the Local Government, as stated in the MAFA,
without exception.
Improvements will be designed to meet, at the minimum, AASHTO standards.
Professional services contracts for federally funded projects must conform to federal
requirements, specifically including the provision for participation by Disadvantaged Business
Enterprises (DBE's), ADA, and environmental matters.
12. Project Maintenance will be undertaken as provided for in the MAFA, without exception.
13. Local Project Sources and Uses of Funds
a. Project Cost Estimate: A Project Cost Estimate is provided in Attachment C. Any work done
prior to federal authorization will not be eligible for reimbursement. It is the Local
Government's responsibility to verify with the State that the Federal Letter of Authority has
been issued for the work covered by this Agreement.
b. A Source of Funds estimate is also provided in Attachment C. Attachment C shows the
percentage and absolute dollar amount to be contributed to the project by federal, state, and
local sources.
c. All right of way Project cost overruns shall be shared in the same cost participation ratios as
apply under this agreement to the applicable cost category. Other overruns are as stated in
the MAFA.
d. The State, without cost to the Local Government, will do the necessary preliminary
engineering. For purposes of this agreement, preliminary engineering includes design
schematics, property descriptions, parcel plats and right of way maps.
e. Unless otherwise provided for in this agreement, payment is as stated in the MAFA. 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.
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.
AFA—LPAFA_OnSys Page 3 of 8 Revised 2/2/06
CSJ # 0902-48-656 and 657
District # 02
Code Chart 64 #15000
Project: Signal Integration and Monitoring
Phase II
Agreement # 02-180
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. The state auditor may conduct an audit or investigation of any entity receiving funds from the
state directly under the contract or indirectly through a subcontract under the contract.
Acceptance of funds directly under the 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.
An 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.
14. 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.
15. Incorporation of Master Agreement Provisions. This LPAFA incorporates all relevant provisions
of the Master Advance Funding Agreement (MAFA) in effect on the date of final execution of this
LPAFA, unless such MAFA provision is specifically excepted herein. Any conflict between the
terms of the MAFA and this LPAFA shall be governed and controlled by this LPAFA.
16. 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.
17. Signatory Warranty. The signatories to this agreement warrant that each has the authority to enter
into this agreement on behalf of the party represented.
18. Special Provisions. _N/A
AFA—LPAFA—OnSys Page 4 of 8 Revised 2/2/06
CSJ#0902-48-656 and 657_
District#02
Code Chart 64 #15000
Project: Signal Integration and Monitoring
Phase H
Agreement# 02-180
IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in
duplicate counterparts.
THE LOCAL GOVERNMENT
ATTEST: R D:
Marty Hendrix NYarc O
9-1 ty ecret ry Assistant City Manager
Contract tl�or zati
Date: O
Date: `�r 17` �a
\l
APPROVED AS TO FORM AND LEGALITY:
APPROVAL RECOMMENDED:
Am Ram Robert Goode, P.E.
Assists ity ttorney Director, Transportation/
Public Works Department
Date:
THE STATE OF TEXAS
Executed for the Executive Director and approved for the Texas Transportation 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: 2v�
*Director
Mulle i
of Contract Services Section
Office of General Counsel
Texas Department of Transportation
Date: / ` OD
CITY
AFA—LPAFA OnSys Page 5 of 8 Revised 2/2/06
CSJ#0902-48-656 and 657_
District#02
Code Chart 64#15000
Project: Signal Integration and Monitoring
Phase H
Agreement#02-1 80
ATTACHMENT A
RESOLUTION OF LOCAL GOVERNMENT
APPROVING THIS LPAFA
OFFICIJAII REND
, fua
AFA—LPAFA—OnSys Page 6 Of 8 Revised 2/2/06
A Resolution
NO. 3378-07-2006
A RESOLUTION AUTHORIZING THE EXECUTION OF A LOCAL TRANSPORTATION
PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF
TRANSPORTATION FOR THE DIVISION OF COSTS AND RESPONSIBILITIES
ASSOCIATED WITH THE IMPLEMENTATION OF THOROUGHFARE ASSESSMENT
PROGRAM,PHASE 2.0
WHERE AS, the Transportation Equity Act for the 21" Century established a Surface
Transportation Program/Metropolitan Mobility ("STP-MM") program to address transportation needs
within metropolitan area boundaries with urbanized area populations of 200,000 or greater;and
WHEREAS, the improvement of traffic signal timing along regional arterials is the goal the
Thoroughfare Assessment Program and has been selected as a STP-MM project by the Regional
Transportation Council of the North Central Texas Council of Governments; and
WHEREAS, the City of Fort Worth desires to enter into a Local Transportation Project Advance
Funding Agreement with the Texas Department of Transportation for the division of costs and
responsibilities associated with the implementation of the Thoroughfare Assessment Program Phase 2.0.
NOW, THEREFORE, BE IT RESOLVED THAT THE CITY COUNCIL OF THE CITY
OF FORT WORTH,TEXAS:
authorizes the City Manager, or his designee,to execute a Local Transportation Project Advance
Funding Agreement with the Texas Department of Transportation to share the costs and responsibilities
associated with the implementation of the Thoroughfare Assessment Program, Phase 2.0, in the City of
Fort Worth.
. PASSED AND APPROVED by the City Council of the City of Fort Worth, Texas on this the
l ltt` day of .Tule , 2006.
ATTEST, :
f��f
City Secretary
� 1 'l 'rE- 0c; w
i
CITU or ranT umavu
CSJ#0902-48-656 and 657
District#02
Code Chart 64#15000
Project: Signal Integration and Monitoring
Phase II
Agreement# 02-180
ATTACHMENT B
PROJECT LOCATION MAP
Aw
� , r
+ i
r t�
k�
1U
-x
:01
El
41
11
AFA—LPAFA OnSys Page 7 Of 8 Revised 2!2!06
0
v
V
ao
W....:
N M LO O N
r
r
S13013 MMM PPV � ,- M N Ln
;no °f
-oBue43 pulgeD r r M
Jo/pue Jolloj;uoo
Bu!w!1leu6lS r N r M M -
A
0
F-
n
we;sAS-jjo r
Y �
O (n
W8)1SAs`-UQ O ^r .- Cl) :r r LO .- ao
o L—"00-=U X3.
O
�0
M!
(a l9 (0 Cj <O f0
C O L L L L L L L L L L L L = L L L O L L L L L L L L L L L L L
- � rrrrrr •crr � rr � � � rra = rrr -cr =-cerrrr •cra
0 0 0 0 0 0 0 0 0 0 0 0 D c 0 0 0 > 0 0 0 0 0 M -= o 0 0 0 0 0 0 0 D
o,cam ° r r r r r r r r r r r r r r r r r r r r r r � r_ r r r r r r r
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 x 0 0 0 0 0 0 0 0
NO Q LL LLLLLL LLLLLL LLLLLL LLLL LLLLLLLLLL 0LL LLLLLLLL LLLLLL
O O O O O O O O O O O O O r 0 0 0 0 0 0 0 0 ` 0 0 0 0 0 0 0 0
U LL 0 c
c _LLL —
U U ..
U U U U UUU UUUU
0 U UJ U UJ
U U U
3:
Zcc) CO 3: Q1oo
d o 00
cc N
N N U r 0OOD00 r
d (n U) = = mLL fn co (0
c a— "
m m Y c E
L1 i N M m
N m O V F
N r
c d
O
E LL c d -0 u c ca ul
0 m m r d > D m 0 E E
y EN -0 -O mY a) m m C 'O O W CC U 'm
c N m m � _> E 2 y d m 3 lai d F-
�` Nin N m LL m C H m C Q d O O l0 m m '� N O
r � 34) � � w3cocoy oca � � 0ZBZ6W o (nZc °o � d � y
.i .m 0, N N d N E Y Y m > d U In Y d E E U '� N N E N m �
�j a) 0 0 0 = _ ._ > m m m o >_ a o d v 72 m `o o 0 co OP o r �°
dCOU) - - UOU00m U (nwm 0 � 0ofWU) 0 ZC� LL -1U ¢
A Lo d d
ZcaU MMM M co •p W 000 COO COO ccoo 000 000 000
ao0oaoaoao � � � '0TL212f
ai c 3 CMMM _d
nt 0 m (n (n (n mS = S22 m n �
Q Q c Q
Z N y N N H N y N
Y Y U se d C) d d d >d >>d d
E # C C c c c C c c C c C C # # Co 0 Q m CO d d d _d d d _N d
i 0 M (n fn fn Y Y 3 3 3 3 3 3 3 3
U Z O .� .� .� 'Z .2 .� .� 'E 'E .� .2 'Z O n O m d m C7 0 0 0 0 0 0 0 0
O - - - - - - - - - - - - O m m m O p d `d d p O CO Co Co m CO Co Co CO
U c c c c c c c c c c c c V c c c U g U o
i U mi I
m m m m m m m m m m UU > _m _m m U m m m m@
Z m m m m m m m m m m [O m Z m m m Z a Q Q (E Z U U U U U U U U
4 r N M to (D f� O O O r N .- N M .- N M c} N r N M V O cc I� 00
�yt Lt
CSJ#0902-48-656 and 657
District#02
Code Chart 64#15000
Project: Signal Integration and Monitoring
Phase II
Agreement#02-180
ATTACHMENT C
BUDGET ESTIMATE AND SOURCE OF FUNDS
Description Total Federal State Local
Estimate Participation Participation Participation
� Cost
�% Cost %�j Cost o/o Cost
CONSTRUCTION COSTS _
New Totals
0902-48-656 (On System) $ 182,430 80% $ 145,944 20% $ 36,486
0902-48-657 (Off System) $ 39,570 8007o $ 31,656 20% $ 7,914
ubtatal , 222,0()0 1 r7,f0�J a :36, 864
Direct State Costs at 4% $ 1,583 $ 1,266 $ 317
(including plan review,
inspection and oversight)
u TOTAL $ 223,583 $ 178,8661 $ 36,486F $ 8,231
T L
First Payment Due upon �� $ 1,791
Execution of A reament
Total participation required from the Local Government = 8 23
AFA—LPAFA OnSys Page 8 of 8 Revised 2/2106
r
Af Texas Department of Transportation
P.O. BOX 6868• FORT WORTH,TEXAS 76115-0868• (817) 370-6500
October 2, 2006
CONTACT:DD:CM
Signal Integration & Monitoring
CSJ: 0902-48-656 and 0902-48-657
Mark Mathis, PE
City of Fort Worth
Traffic Services Manager
Transportation and Public Works Department
5001 James Ave.
Fort Worth, Texas 76115
Dear Mr. Mathis:
Attached, for your files, is one fully executed original of the Local Transportation Project
Advance Funding Agreement between the City and the State for the above project.
Please be advised that Ms. Theresa Lopez, PE; Interim Director of Operations, will be
your day-to-day contact for this project. She can be reached at (817) 370-6788. All
contractual matters concerning the agreement will continue to be handled by my office.
If additional information is required, please contact the Contract Management Office at
817-370-6804.
Sincerely,
CEJ
Karen Schluter
Contract Specialist III
enclosure
cc: file
Theresa Lopez, PE; Asst. Director of Operations
An Equal Opportunity Employer
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/11/2006 - Resolution No. 3378-07-2006
DATE: Tuesday, July 11, 2006
LOG NAME: 2002TXDOTTAP2 REFERENCE NO.: **C-21544
SUBJECT:
Adopt a Resolution Authorizing Execution of a Local Project Advance Funding Agreement with
Texas Department of Transportation for Implementation of Phase 2.0 of Thoroughfare Assessment
Program
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt a Resolution authorizing the execution of a Local Project Advance Funding Agreement (LPAFA)
with the Texas Department of Transportation (TxDOT) for the implementation of Phase 2.0 of the
Thoroughfare Assessment Program (TAP);
2. Authorize the City Manager to execute the LPAFA with TxDOT for TAP Phase 2.0; and
3. Authorize payment to TxDOT in the amount of$8,231.00 for TAP Phase 2.0.
DISCUSSION:
On August 30, 2005, Council authorized the payment for professional services and data collection local
match under TAP Phase 2.0. TAP is a multi-phased program that the North Central Council of
Governments (NCTCOG) staff is implementing to improve air quality through traffic signal retiming and
minor traffic signal operational improvements. Phase 2.0 includes developing new traffic signal timing plans
for East Belknap Street, Camp Bowie West Boulevard, Alta Mere Boulevard and Bryant Irvin Boulevard.
The new timing plans were completed by the consultant team this past October. However, in order to
complete the operational improvements recommended by the consultant team, a LPAFA with TxDOT must
be executed. This LPAFA will establish the agreement for City staff to acquire equipment such as GPS
clocks, new controller cabinets, etc.
Although the City's local match share for equipment is only $8,231.00, TxDOT requires a resolution for
inclusion in the agreement. Once TxDOT has accepted and executed the agreement, staff will begin final
implementation of the operational improvements as recommended in the consultant's final report.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the
Light& Signal Improvements Funds.
Logname: 60SOUTHWEST Page 1 of 2
TO Fund/Account/Centers FROM Fund/Account/Centers
C201 539120 203720000780 $8,231.00
Submitted for City Manager's Office by: Marc Ott(6122)
Originating Department Head: Robert Goode (7804)
Additional Information Contact: Mark Mathis (7861)
Logname: 60SOUTHWEST Page 2 of 2