Loading...
HomeMy WebLinkAboutContract 41354STATE OF TEXAS § COUNTY OF TRAVIS § CSJ # 090248-711 District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 20.205 LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENT For an STP=MM Project (Off State 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 between the Local Government and the State has been adopted and states the general terms and conditions for transportation projects developed through this LPAFA; and, WHEREAS, the Texas Transportation Commission passed Minute Order 115042 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 ,q/°IZ /� Of S, 2 Vo y , which Is attached hereto and made a part hereof as Attachment A for development oT 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 Master Agreement, without exception. 2. Termination of this LPAFA shall be under the conditions as stated in the Master Agreement, without exception. 3. Amendments to this LPAFA shall be made as described in the Master Agreement,without RECORD exception. CITY SECRETARY 4. Scope of Work. N . Mq TX The scope of work for this LPAFA is described as the installation of high water warning signs, gauges, and warning flashers at dangerous roadway locations that are overtopped during major storms. These locations are listed at length on Attachment B of this agreement. Each location will be evaluated using the following criteria: Depth and frequency of overtopping, History of fatalities rescues or citizen complaints, Hazard concealment and severity of downstream threat, traffic volume and detour length. AFA—LPAFA_OffSys Page 1 of ���, Revised 06/09/2010 CSJ # 090248-711 District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 20.205 5. Right of Way and Real Property shall be the responsibility of the Local Government, as stated in the Master Agreement, without exception. 6. 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 will be carried out as stated in the Master Agreement, without exception. 8. Compliance with Texas Accessibility Standards and ADA will be as stated in the Master Agreement, without exception. 9. Architectural and Engineering Services will be provided by the Local Government, as stated in the Master Agreement, without exception. The Local Government is responsible for performance of any required architectural or preliminary engineering work. 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 will be carried out by the Local Government, as stated in the Master Agreement, without exception. 11. Project Maintenance will be undertaken as provided for in the Master Agreement, without exception. 12. Local Project Sources and Uses of Funds. a. Project Cost Estimate: A Project Cost Estimate is provided in Attachment C. The State and the Federal Government will not reimburse the Local Government for any work performed before the issuance of a formal Letter of Authority by the Federal Highway Administration. The Local Government is responsible for 100% of the cost of any work performed under its direction or control before the federal Letter of Authority is formally issued. 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 a letter of authority is issued. 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. AFA—LPAFA_OffSys Page 2 of �;; Revised 06/09/2010 CSJ # 090248-711 District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 20.205 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. The Local Government is responsible for all non-federal and non -state funding, including all project cost overruns, unless provided for through amendment of this agreement. d. 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. e. In the event that the State determines that additional funding by the Local Government is required at any time during the Project, the State will notify the Local Government in writing. The Local Government shall 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. 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. i. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 9M02, ensuring that the single audit report includes the coverage stipulated in OMB Circular A-133. j. Whenever American Recovery and Reinvestment Act of 2009 (ARRA) funds .are used and the Local Government is performing any work, either directly or through a contractor, it must comply with the following provisions. If a Local Government is receiving ARRA funds, but is AFA—LPAFA OffSys Page 3 of �,�; Revised 06/09/2010 CSJ # 0902-48-71 I District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 20.205 - not performing any work, the following provisions apply, if appropriate, and to the extent necessary to comply with ARRA regulations. In accordance with Section 902 of the ARRA, should this agreement involve the expenditure of ARRA funds, then the U.S. Comptroller General and its representatives shall have the authority to: a. examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to the contractor, subcontract; and b. interview any officer or employee of the contractor or any of its subcontractors, or any State or local agency administering the contract regarding such contracts. Nothing in the section previously mentioned shall be interpreted to limit or restrict in any way the existing authority of the Comptroller General. In accordance with Section 1515(a) of the ARRA, with respect to each contract or grant awarded using covered funds, any representative of an appropriate inspector general appointed under Section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), is authorized: a. to examine any records of the contractor or grantee, any of its subcontractors or subgrantees, or any State or local agency administering such contract that pertain to and involve transactions relating to the contract, subcontract, grant, or subgrant; and b. to interview any officer or employee of the contractor, grantee or subgrantee, or agency regarding such transactions. Section 1515(b) further provides that nothing in the section previously mentioned shall be interpreted to limit or restrict in any way the existing authority of an inspector general. The ARRA requires that the Contractor report monthly employment information for its firm as well as that of all of its subcontractors. The Contractor, similarly, shall. include this reporting requirement in all of its subcontracts. Failing to include the requirement in agreements with subcontractors can serve as grounds for contract termination. Form FHWA-1589, Monthly Employment Report, promulgated by the Federal Highway Administration (FHWA), captures the necessary monthly employment information and shall be submitted by the Contractor on a regular basis to the LG (Local Government). It is the responsibility of the LG to obtain this form from the prime Contractor and any subcontractors and, the LG shall verify the accuracy, completeness, and reasonableness of the data contained in the form. The LG shall ensure that this form is submitted by the LG to the State according to the policies and at the direction of the State. In order to meet any other FHWA and ARRA reporting requirements, the LG shall provide to the State all. information requested by the State, including data or information in possession of AFA—LPAFA_OffSys Page 4 of �j Revised 06/09/2010 CSJ # 090248-711 District # 02-17ort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City %J Fort Worth CFDA # 20.205 contractors and subcontractors for completing other necessary reporting forms, and the information shall be submitted in the manner required and according to all due dates as set by the State. Furthermore, the ARRA mandates that the U.S. Comptroller General's Office shall have authority to examine the records of the contractor, subcontractor, or local agency relating to the project at any time. k. Whenever funds from the American Recovery and Reinvestment Act of 2009 (ARRA) are distributed to a Local Government, the Local Government must complete its Schedule of Expenditures of Federal Awards (SEFA) and the Data Collection_ Form (SF -SAC), as required by OMB Circular A-l33, and separately identify any ARRA expenditures for Federal Awards. 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. 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 Advance Funding Agreement (MAFA) in effect on the date of final execution of this LPAFA, unless such MAFA provision is specifically excepted herein. 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 is not currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under AFA—LPAFA_OffSys Page 5 of t, Revised 06/09/2010 CSJ # 090248-711 District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City %J Fort Worth CFDA # 20.205 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. Signatory Warranty. The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in d counterparts.dd t; THE LOCAL GOVERNMENT (Signature Title: Date: Attested bye 1VIa�y 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: nice Mullenix lmnE irector of Contract Services Texas Department of Transportation Date: .P /� O f d AFA—LPAFA_OffSys Page 6 of (� OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Revised 06/09/2010 C CSJ # 090248-711 District # 02-17ort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 20.205 RESOLUTION OF LOCAL GOVERNMENT APPROVING THIS LPAFA AFA—LPAFA OffSys Page 1 of 1 Revised 06/09/2010 A Resolution NO. 3735-04-2009 A RESOLUTION AUTHOR[ZING THE EXECUTION OF A LOCAL PROJECT ADVANCE FUNDING AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE DIVISION OF COSTS AND RESPONSIBILITIES ASSOCIATED WITH DRAINAGE IMPROVEMENTS AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH WHEREAS, the Texas Transportation Commission approved the Fiscal Year (FY) 2006 Federal Discretionary Program by passing Minute Order 110542 on May 25, 2006; and WHEREAS, the City of Fort Worth desires to enter into a Local Project Advance Funding Agreement with the Texas Department of Transportation for the division of costs and responsibilities associated with drainage improvements at various locations in the City of Fort Worth. NOW, THEREFORE, BE [T RESOLVED THAT THE CITY COUNCIL OF THE CITY F FORT WORTH, TEXAS. O Authorizes the City Manager, or his designee, to execute a Local Project Advance Funding Agreement with the Texas Department of Transportation to share the costs and responsibilities associated with drainage improvements at various location sin the City of Fort Worth. PASSED AND APPROVED by the City Council of the City of Fort Worth, Texas on this the 28`h day of April, 2008. ATTEST: City Secretary c=ter o>P 1�a1�eT woli�T>K A PPriG`Y E', �iNR 2 s 2009 rt`..Yoitit.Taxa; CSJ # 09024&711 District # 02-Fort Worth Code Chart 64 # 15000 Project: Drainage Improvements at Various Locations in the City of Fort Worth CFDA # 206205 High -Water Warning (Flashers System Locations Proposed Mapsco Site Location[Description Comments 3 3A 3B 67 8 c� 10 10A 106 1I 12 '13 14 14A 15 1= 17 18 18A 19 1500A 20 2-1 22 23 24 25 20 27 28 28A 29 30 481� ' 78K 49W 49S 49S 20N 77G 49K 911 120E 19Z 49S 48V 48V 10i2L 107E 58G 79\41 7 9W 900 58B 74U 105R 105R 107F 66L 66L 22K 7'1 U 48R r5Vry 5' 59K 105U 105Y 105NI I05tt1 8x 21N 35th Street i�Lf n� east oAngled Cement Creek 700 Collard Street under UPRR 2000 N-E_ 36th Street (tj Lebow Channel, 1800 Jasper at WF-4 1900 Beaumont at WF-4 200 Bonds Ranch Road West Pine Street Underpass at ! 7PRR 2300 Great SW Parkway at Little Fossil Creek 500 West Seminary Drive under RR 115:00 Oak grove Road South <_+600 Wagley Robertson Rd at Big Fossil Creek 1800 Terminal at WF-4 4200 Hardy at WF4 4-100 Weber at WF-4 b000 Chid Granbuny Road 7900 Anglin Drive at EKB 2100 Silver Creek Road 4600 Eastland Avenue at VC-1 4800 Eastland avenue at VC-`1 5-100 Jaynes Avenue 3200 Silver Creek Road 4000 Edgehill at CF-4A 8900 N ichael Street at Everman Parkway 1950 Christopher Street at Everman Parkway 5400 Everman-Kennedale-Burleson Rd at Village Creek 7150 Randal Mill at WF-1 7400 Randol Mill at WF-1 10900 Alta Vista at Biel Bear Creek 4000 Lost Creek Blvd. at Golf Course Pond b100 DeRidder at %N'F-4 11800 Mosier Malley Road 1100 Las ,feaas Trail at Shoreview 0#800 Oak Grove Road 10600 Leak Grove Road 1,00 Everman Parkway 0t800 Marlene Street at Everman Parkway 3700 Keller Haslet at McPherson Channel 1900 Golden Heights Pair t�,rith Sites 3A �x 3B Pair with Site 3 Pair with Site 3 ILA with County Pair �+�fith Sites 10A S� 10B Pair s°it I Site 10 Pair with Site 010 Pair Lafith Site `l4A Pair t�tith Site `14 Pair t},tith Site `l3A Parr �nlith Site 18 Pair with existing Site 1500 ILA with White Settlement Pair v��ith Site 29A Pair vrith Site 29 AFA—LPAFA_OffSys Page I of � Revised 06/09/2010 T C C 0 o o O 0 0 0 o co CD co O M C O �t OCT 0000 � OffimmaLn U ai �r co o �a t6 O M M � W V Q. � M LD 6 - U) } C ,� 6� 69} 69- 69, J •— CL o 0 0 0 � O M M 0 0 0 0 0 pc o 0 0 0 o obi as u U 6a ti a .o MW L) ammot C0rm O m o 0 0 Uao o O o QO 0 0 0 O U o 0 0 0 0 z Z 6c Lci o CU AMA U fl Lf) co N W Lf) L() U) M Im SOMER 4) M 63 63 69 Q 12 *wJ LL w m � a o 0 0 p o � o w w O O o 0 0 O O o O o O O O O m <A m N O O O cow UE— N U 0) � 0) LLf qe W W O N 6). M r O �V)o 6g � C O _ 0 DOWNS cn 01 O 0 0 �' 0 +� � � Q � a) -te' a N � ca .'i U G C +-' a) N LCO 0 o > Ec� 0�0oQEa) MOO!c au1U Oam tm 014am d M&C Review Page 1 of 3 Official siie of the City of Fart Worth, Texas CITY COUNCIL AGENDA F0RT WORTH COUNCIL ACTION: Approved on 5/18/2010 - Ord. No. 19153-05=2010 DATE: 5/18/2010 REFERENCE NO.: **C-24231 LOG NAME: 20SWM-HWWS- AFA-3 PUBLIC CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Correction to M&C C-23483 Authorizing the Execution of a Local Project Advanced Funding Agreement and Initial Payment to the Texas Department of Transportation for Drainage Improvements at Various Locations in Fort Worth and Increasing City Participation by $6,089.00 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council correct Recommendation Nos. 1, 4, 5 and 6 of M&C C-23483 described below. These corrections are necessitated by an increase in the City's participation in the amount of $6,089.00 to accommodate an increase in TxDOT's administrative fees. This increase does not necessitate any changes to Recommendation Nos. 2 and 3 of M&C C-23483. 1. Recommendation No. 1 of M&C C-23483 revising the transfer of appropriations amount from the Storm Water Capital Projects 2007 Revenue Bond Fund to the Grant Capital Projects Fund from $349,757.00 to $355,846.00; 2. Recommendation No. 4 of M&C C-23483 revising the appropriation ordinance estimated receipts and appropriations in the Grant Capital Projects Fund amount from $1,336,757.00 to $1,342,889.00, revising the reimbursable amount from $759,566.00 to $755,550.00 and revising the in -kind amount from the Texas Department of Transportation from $32,434.00 to $36,493.00; 3. Recommendation No. 5 of M&C C-23483 revising the Local Transportation Project Advance Funding Agreement amount from $1,336,757.00 to $1,342,889.00 and revising the City participation not -to -exceed amount from $544,757.00 to $550,846.00; and 4. Recommendation No. 6 of M&C C-23483 revising the initial payment amount to the Texas Department of Transportation from $14,323.00 to $16,396.00. DISCUSSION: This M&C is necessary to correct M&C C-23483 to increase the City's participation due to an increase in TxDOT's administrative fees which occurred during the period when a contract revision was being incorporated. Per M&C C-23483, approved by the City Council on April 28, 2009, the total funding for the project was $1,336,757.00, which consisted of the following: Description Design Construction Direct State Costs TOTAL. Total Estimate Cost $195,000.00 $1,095,000.00 $46,757.00 $1,336,757.00 Federal Participation $0.00 $759,566.00 $32,434.00 $792,000.00 State Participation $0.00 $0.00 Local Participation $195,000.00 $335,434.00 $14,323.00 $544,757.00 The project was established to expand the City's existing High Water Warning System (HWWS). http://apps.cfwnet.org/council�acket/mc review.asp?ID=13127&councildate=5/18/2010 1/14/2011 M&C Review Page 2 of 3 Eighteen locations throughout the City have had a HWWS installed using a sole source purchasing agreement with High Sierra Electronics, Inc. These systems warn drivers when flooding may be present on a roadway using warning beacons, then transmit a radio signal so that additional safety measures may be taken. For compatibility, the City requested approval from the Texas Department of Transportation (TXDOT) to allow the sole source provision for the expansion. The TxDOT fees were raised during the period when the revision was being incorporated, thus increasing the City's participation. The $195,000.00 of design work expenditures were authorized to be transferred to the grant and appropriated in the grant on M&C C-23483. Therefore, this transfer is not listed in the Financing Section at this time. The current project funding consists of the following: Description Design Construction Direct State Costs TOTAL Total Estimate Cost $195,000.00 $1,095,000.00 �, ::• �� $1,342,889.00 Federal Participation $0.00 $755,550.00 $36,493.00 $792, 043.00 State Participation $0.00 $0.00 Local Participation $195,000.00 $339,450.00 $16,396.00 $550, 846.00 When the Local Project Advanced Funding Agreement (LPAFA) is executed, the first payment of $16,396.00 will be due to TXDOT. BACKGROUND: As part of the 2004 Capital Improvement Program, the Citywide Roadway Flooding Hazard Assessment was initiated to evaluate roadway flooding hazards within the City and to prioritize them for removal, improvement or installation of warning systems. On July 27, 2004, the City Council approved M&C C-20164 authorizing the City Manager to execute a contract with DeOtte, Inc., for a Citywide Roadway Flooding Hazard Assessment. This contract was funded using the Street Improvements Fund. On January 9, 2007, the City Council approved M&C C-21921 authorizing Amendment No. 1 to this contract to evaluate and prioritize 250 additional locations where flooding is known or suspected to be hazardous and to recommend warning systems or other treatments as appropriate at approximately 25 specific locations. Amendment No. 1 was funded using the Storm Water Capital Projects Fund. The Storm Water Management Program was established to reduce flooding in Fort Worth, preserve streams, minimize water pollution and to operate the storm water system in a more effective manner to fully comply with state and federal regulatory requirements. This will be accomplished by infrastructure reconstruction and system maintenance, master planning, enhanced development review and increased public education and outreach. On October 16, 2007, the City Council approved the issuance and sale of bonds to fund capital improvements in the storm water utility system scheduled over the next two years. The proceeds from these bonds comprise the Storm Water Capital Projects 2007 Revenue Bond Fund. Thirty-eight additional locations where the installation of a HWWS is recommended have been identified. The Texas Transportation Commission Minute Order No. 110542 has provided for funding, to be administered through TXDOT, to assist in this installation work. The funding will be provided in the form of a grant. The LPAFA 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, identification and assessment of any environmental mitigation associated with the project and advertising, awarding, and inspecting construction of the project. TXDOT is responsible for plan review, inspection and oversight. The proposed locations for the new HWWS are in ALL COUNCIL DISTRICTS. http://apps.cfwnet.org/council�acket/mc review.asp?ID=13127&councildate=5/18/2010 1/14/2011 M&C Review Page 3 of 3 FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations, execution of the LPAFA and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Grants Capital Projects fund. TO Fund/Account/Centers 1 2 $355,846.00 GR74 472229 020302341000 GR74 541200 020302341800 $1,147,889.00 GR74 451942 020302341000 $755,550.00 GR74 451962 020302341000 $36,493.00 Submitted for City Manager's Office b� Originating_De�artment Head: Additional Information Contact: ATTACHMENTS 20SWM-HWWS-AFA-3 Ord.doc FAR - 00124-00005.pdf HWWS Locations-LPAFA.doc HWWSProposed_,jpg FROM Fund/Account/Centers $16,396.00 GR74 541200 020302341800 P229 538070 201280012483 6 089.00 GR74 541200 020302341800 $1.147.889.00 Fernando Costa (8476) William Verkest (7801) Linda S. Young (2485) http://apps.cfwnet.org/council�acket/mc review.asp?ID=13127&councildate=5/18/2010 1/14/2011