HomeMy WebLinkAboutContract 41994 (2)' //� evil .1 R �ea t� ��i
CONTRACT � �fjf
INTERLOCAL COOPERATIVE AGREEMENT
Between
THE NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS
and
THE CITY OF FORT WORTH
for
SUSTAINABLE DEVELOPMENT TRANSPORTATION INFRASTRUCTURE PROJECT
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 encourage and provide opportunities to develop sustainable
development projects throughout the region; and,
WHEREAS, on October 14, 2010, the RTC approved the de -federalization of $1,563,561 ($1,250,848
Surface Transportation Program- Metropolitan mobility funds and $312,713 local) and awarded
$1,250,848 in RTC Local funding to the US 287 Berry Vaughn Project;
WHEREAS, the City of Fort Worth agreed to utilize $1,250,848 in RTC Local dollars previously
committed for Sustainable Development Projects to complete the US 287 Berry Vaughn Project; and,
WHEREAS, the City of Fort Worth agreed to contribute $312,713 in local funds to the US 287 Berry
Vaughn Project; and,
WHEREAS, it is necessary for the City of Fort Worth and NCTCOG to define the respective roles and
responsibilities in implementing the project and expending the $1,250,848 in RTC Local funds
provided by the NCTCOG; 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; and,
WHEREAS, the City of Fort Worth agreed to implement the US 287 Berry Vaughn Project consistent
with the RTC Sustainable Development Program; and,
WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement
by resolution or ordinance; and,
NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained
herein, the parties agree as follows:
OFFICIAL RECORD
CITY SECRETARY
F7: WORTh, TX
1. Parties.
This Interlocal Cooperative 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 Lead Public Sector
Sponsor, the City of Fort Worth, hereinafter referred to as the "SPONSOR". NCTCOG
and the SPONSOR may each be referred to as a "Party", and may be collectively
referred to as `Parties' to this Agreement
2. Term of Agreement.
2.1 Scope of Service. The SPONSOR covenants and represents to NCTCOG that the
SPONSOR shall implement the US 287 Berry Vaughn, a Sustainable Development
Transportation Infrastructure Project to be funded under this Agreement with the
NCTCOG, which shall hereinafter be referred to as the "INFRASTRUCTURE
PROJECT" as provided for in Appendix A of this Agreement.
2.2 Time of Performance. The SPONSOR shall not commence performance of any
portion of the INFRASTRUCTURE PROJECT, nor incur any costs or obligations
associated with those services until the SPONSOR has received a written Notice to
Proceed from NCTCOG. All work and services required by this Agreement shall be
performed between the effective Notice to Proceed date and the identified completion
date, provided in the Project Milestones, unless otherwise mutually agreed to in writing
by NCTCOG and the SPONSOR.
2.3 Termination. Either party reserves the right to terminate this Agreement in whole or in
part. Notice of termination must be provided in writing, shall set forth the reasons for
termination, and shall provide for a minimum of 30 days to cure the defect.
Termination is effective only in the event the party fails to cure the defect within the
period stated in the termination notice including any written extensions. If the
Agreement is terminated, NCTCOG shall only be liable for payment for services
rendered before the effective date of termination, plus reasonable contract closeout
costs, as mutually agreed upon.
The Parties may terminate this Agreement at any time by mutual written concurrence.
Parties also agree that should a necessitated switch from local funds to federal funds
occur for the INFRASTRUCTURE PROJECT, this agreement will be terminated.
2.4 Closeouts. Closeouts shall occur upon completion of the INFRASTRUCTURE
PROJECT, submittal of final closeout reports and receipt of any unused funds as
outlined in Section 5 4 of this Agreement. Closeout of any or all projects under this
Agreement does not invalidate any continuing obligations imposed by this Agreement.
3. Amendments.
3.1 Agreement. This Agreement embodies all of the agreements of the parties relating to
its subject matter, and supersedes all prior understandings and agreements regarding
such subject matter.
3.2 Severability In the event any one or more of the provisions contained in this
Agreement shall be for any reason held to be invalid, illegal, or unenforceable in any
respect, such invalidity, illegality, or unenforceability shall not affect any other
provision(s) hereof, and this Agreement shall be revised so as to cure such invalid,
illegal, or unenforceable provision(s) to carry out as near as possible the original intent
of the Parties.
3.3 Changed Circumstances. If future federal, State, or local statute, ordinance,
regulation, rule, or action render this Agreement, in whole or in part, illegal, invalid,
unenforceable, or impractical, the Parties agree to delete and/or to modify such
portions of the Agreement as are necessary to render it valid enforceable, and/or
practical. Each section, paragraph, or provision of this Agreement shall be considered
severable, and if, for any reason any section, paragraph, or provision herein is
determined to be invalid under current or future law, regulation, or rule such invalidity
shall not impair the operation of or otherwise affect the valid portions of this
Agreement.
3.4 Modifications. Modifications to this Agreement must be agreed to in writing.
4 Budget
4.1 Funding. NCTCOG shall provide necessary funds for completion of the
INFRASTRUCTURE PROJECT in an amount not to exceed the awarded funds of
$1,250,848 identified in Appendix A. NCTCOG agrees to provide SPONSOR with
funds not to exceed $1,250,848 for the total expenses of the INFRASTRUCTURE
PROJECT following execution of this Agreement.
4.2 Match. The SPONSOR shall provide the required 20% local match as outlined in the
Appendix A.
4.3 Pre Award Authority/Notice to Proceed. The SPONSOR may obtain a pre -award
authorization for approved cost not to exceed an amount as agreed upon between the
SPONSOR and NCTCOG. Documentation of such expenditures incurred under the
pre -award authorization must be provided to NCTCOG and all eligible expenses may
be reimbursed upon execution of the Agreement
Costs incurred prior to execution of an Agreement are at the risk of the SPONSOR and
is not the responsibility of NCTCOG to reimburse in the event an Agreement is not
executed and/or the INFRASTRUCTURE PROJECT is not completed as defined in
Appendix A.
4.4 Cost Overruns. Cost overruns are the sole responsibility of the SPONSOR. NCTCOG
is not responsible for any costs other than as outlined herein.
4.5 Unused Funds. In the event that the INFRASTRUCTURE PROJECT is completed for
Tess than the total awarded funding identified in Appendix A the SPONSOR shall
return unused RTC Local funds to NCTCOG and these funds shall be reprogrammed
by RTC.
5. Payments.
5.1 Required Documentation. At six month intervals following execution of this
Agreement and continuing until completion of the activities identified in Appendix A, the
SPONSOR shall submit documentation of all expenses covered by this Agreement.
Documentation shall include an itemized list of expenses, as well as supporting
documentation that supports the project elements have been completed, and
certification that all expenses are verified as eligible.
5.2 Ineligible Expenses. NCTCOG funds shall only be used for construction aspects of
the INFRASTRUCTURE PROJECT. Ineligible expenses include but are not limited to:
construction or rehabilitation of private buildings, artwork, fountains, installation and/or
rehabilitation of water and sewer lines, parking garages earthwork necessary to raise
proposed buildings out of the floodplain and other items not directly related to mobility.
Expenditures such as staffing travel, lobbying, permitting, land acquisition
u nassociated with transportation improvements vehicles, advertising, billboards,
consumables, and any other non -construction activities inconsistent with the intent of
the Sustainable Development program are not eligible.
NCTCOG shall notify the SPONSOR of any expenses determined to be ineligible
expenses under this Agreement. The SPONSOR shall be responsible for any
expenses determined to be ineligible.
5.3 Eligible Expenses. Costs must be determined to be the reasonable, necessary,
actual, and eligible costs of conducting an approved activity in accordance with the
Transportation Improvement Group Scope item, Attachment 6 of Appendix A to be
eligible for reimbursement. Eligible transportation infrastructure must be (a) physically
located within or along the limits of the proposed development/redevelopment zone or,
(b) located within walking distance of the proposed project (1/2 mile or less depending
o n site conditions), or (c) directly related to either the roadway or rail access necessary
to make the development viable.
5.4 Repayment of Funds. Upon completion of the scope activities identified in Appendix
Al any funds for which sufficient documentation of an eligible expense has not been
provided by the SPONSOR shall be determined to be unused funds. NCTCOG shall
submit an invoice to SPONSOR for these unused funds which will be returned and
programmed in accordance with Section 4.4 of this Agreement.
5.5 Availability of Funds. This Agreement and all claims, suits or obligations arising
u nder or related to this Agreement are subject to and limited to the receipt and
availability of RTC local funds If RTC Local Funds are not available due to a default of
local funds being paid to NCTCOG this contract shall terminate.
6. Rights.
6.1 Authority. The SPONSOR shall have no authority to act for or on behalf of the
NCTCOG No other authority power, use, or joint enterprise is granted or implied. The
SPONSOR may not incur any debts, obligations, expenses, or liabilities of any kind on
behalf of NCTCOG
6.2 Assignment. Without the prior written consent of the NCTCOG, the SPONSOR may
not transfer or assign any rights or duties under or any interest in this Agreement.
6.3 Maintenance. The SPONSOR agrees to construct, own (or secure appropriate
perpetual easement to protect the project from future activities of landowners), operate
(as applicable), and maintain all facilities and/or restoration sites developed or
improved pursuant to this Agreement
7. Miscellaneous Provisions.
7.1 Indemnification. NCTCOG and the SPONSOR agree that neither party is an agent,
servant, or employee of the other party and agrees it is solely responsible for its
individual acts and deeds as well as the deeds of its contractors, employees,
representatives and agents.
7.2 Force Majeure. It is expressly understood and agreed by the parties to this Agreement
that, if the performance of any provision of this Agreement is delayed by force majeure
defined as reason of war, civil commotion act of God, governmental restriction
regulation or interference, fire, explosion, hurricane, flood, failure of transportation,
court injunction, or any circumstances which are reasonably beyond the control of the
party obligated or permitted under the terms of this Agreement to do or perform the
same, regardless of whether any such circumstance is similar to any of those
enumerated herein, the party so obligated or permitted shall be excused from doing or
performing the same during such period of delay, so that the period of time applicable
to such requirement shall be extended for a period of time equal to the period of time
such party was delayed. Each party must inform the other in writing within reasonable
time of the existence of such force majeure.
7.3 Contractual Relationship. It is understood and agreed that the relationship described
in this Agreement between the parties is contractual in nature and is not to be
construed to create a partnership of joint venture or agency relationship between the
parties. Nor shall any party be liable for any debts incurred by the other party in the
conduct of such other party's business or functions.
7.4 Blueprints/Designs. The SPONSOR shall provide the NCTCOG with copies and
recent updates of any final blueprints or designs pertaining to the INFRASTRUCTURE
PROJECT and LAND USE DEVELOPMENT upon request.
7.5 Insurance. The SPONSOR shall comply with the insurance requirements imposed by
State and local laws, regulations and ordinances.
7.6 Captions. The captions, headings, and arrangements used in this Agreement are for
convenience only and shall not in any way affect, limit, amplify, or modify its terms and
provisions.
7.7 Disputes and Remedies. The SPONSOR and NCTCOG shall negotiate in good faith
toward resolving any disputes that arise under this Agreement.
7.8 Public Comment Process. Public meeting and public hearing notices regarding the
INFRASTRUCTURE PROJECT of the LAND USE DEVELOPMENT shall be provided
to the Project Manager within five (5) days of publication. Meeting minutes summaries
of communication, and copies of written responses to public comments and questions
shall be transmitted to the Project Manager within thirty (30) days following the meeting
7.9 Notice. All notices to either party by the other party required under this Agreement
shall be in writing and delivered to the addresses shown below A copy shall
concurrently be provided to the Project Manager, provided on the Agreement Cover
S heet, of the party receiving notice. Either party's point of contact may be modified
without requiring an amendment to the contract.
N CTCOG
Mailing Address:
Michael Morris, Transportation Director
North Central Texas Council of Governments
Transportation Department
P.O. Box 5888
Arlington, Texas 76005
Telephone No.: (817) 695-9240
Facsimile No.: (817) 640-3028
PUBLIC SPONSOR
Mailing Address:
David Jodray, Transportation Manager
Public Works Department
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
Telephone: (817) 392-8702
P hysical Address:
Michael Morris, Transportation Director
North Central Texas Council of Governments
Transportation Department
616 Six Flags Drive
Arlington, Texas 76005
P hysical Address:
David Jodray, TransportationManager
Public Works Department
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
Fax: (817) 392-8016
8. Design Standards/Certification.
8.1 Design Guidelines. SPONSOR agrees to design build, and maintain the
INFRASTRUCTURE PROJECT in compliance with standards and procedures
established by SPONSOR'S governing body.
8.2 Inspections. SPONSOR agrees to perform field inspections at appropriate intervals to
be determined by SPONSOR to ensure project compliance with the standards and
procedures established by SPONSOR'S governing body. Copies of such reports shall
be provided to NCTCOG upon request.
8.3 Certification. As part of any reimbursement request, SPONSOR shall certify to
NCTCOG/RTC that the project meets the standards and procedures established by
SPONSOR'S governing body.
8.4 The SPONSOR shall ensure that all required documents of the INFRASTRUCTURE
PROJECT including but not limited to insurance certificates, performance or payment
bonds, and required licenses and permits of a SPONSOR or the SPONSOR'S
subcontractors be kept on file, current, and available to the NCTCOG upon request.
Additionally, any relevant performance documents pertaining to the
INFRASTRUCTURE PROJECT, such as correspondence, evaluations, reports
submitted by the subcontractor and/or the SPONSOR'S contract administration team,
payment requests, and copies of invoices shall be provided to the NCTCOG upon
request.
9. Accessibility and Maintenance of Records.
9.1 The SPONSOR shall maintain a record keeping system for all of its activities, including
program records and financial management records, which support and document all
expenditures of funds made under this Agreement, in accordance with federal
regulations, state rules, and the Interlocal Cooperative Agreement This section shall
not be interpreted to require maintenance of multiple exact duplicate copies of any
record or document
9.2 All records must be maintained for a minimum of three (3) years after PROJECT
closeout. In the event that any litigation or claim is still pending before the expiration of
the three-year period these records shall be retained until resolution of the litigation or
claim. NCTCOG and their duly authorized agents shall have access to all records that
are directly applicable to this agreement for the purpose of making audit(s) examinations.
10. Audits or Evaluations
10.1 The SPONSOR shall provide NCTCOG, for its review, a copy of any audit received as
a result of SPONSOR policy or audits of federal and state governments relating to the
expenditure of grant funds. Such audits shall include or be accompanied by any
applicable audit management letter issued and applicable responses to the auditor's
findings and recommendations. All audits shall be submitted to NCTCOG within thirty
(30) days of receipt of each issued report.
10.2 NCTCOG reserves the right to conduct financial and program monitoring of all awards
to the SPONSOR and to perform an audit of all records, related to this Agreement. An
audit by NCTCOG may encompass an examination of all financial transactions, all
accounts and reports, as well as an evaluation of compliance with the terms and
conditions of this Agreement.
11. Reports
11.1 The SPONSOR shall provide a list of Supporting Documentation for the
INFRASTRUCTURE PROJECT and the LAND USE DEVELOPMENT to the NCTCOG
Project Manager, prior to issuance of a Notice to Proceed which shall include:
P roject Milestones
S upporting Schedules
S ite plan
- Description of intent as to which building permit will be available for the
LAND USE DEVELOPMENT at the end of the INFRASTRUCTURE
PROJECT as part of the Reimbursement requirement
Before condition photos and narrative report in a format provided by the
NCTCOG
Supporting Documents may be adjusted without amendments to this Agreement. The
S PONSOR shall submit to the NCTCOG Project Manager for approval updates to
S upporting Documentation of the INFRASTRUCTURE PROJECT.
11.2 At Milestones, provided as consistent with the reporting procedures of the Local
Government SPONSOR, the SPONSOR shall provide to NCTCOG a written progress
report as agreed upon. Each Progress Report shall briefly describe the work
accomplished, problems arising, proposed remedies for those problems, products
completed, the status of the schedule and budget for the project, and include
photographs and a site map highlighting the area the work completed during the
reporting period. The Progress Report shall be submitted within 30 days of a
designated Milestone.
11.3 The SPONSOR shall provide a copy of building permit and the application for the
permit to the NCTCOG within (2) two weeks of its availability. The permit will be
reviewed for consistency to the Sustainable Development program rules.
11.4 Using a form prescribed by NCTCOG, the SPONSOR shall prepare a closeout report
to document actual project costs and final program activities of the
INFRASTRUCTURE PROJECT to NCTCOG. This report shall be provided to
N CTCOG in the requested format no later than (60) sixty days of the SPONSORS
project completion of the INFRASTRUCTURE PROJECT.
11.5 Using a form prescribed by NCTCOG, the SPONSOR shall prepare a status report to
u pdate activities of the LAND USE DEVELOPMENT to NCTCOG. This report shall be
provided to NCTCOG in the requested format no later than (60) sixty days of the
S PONSORS project completion of the INFRASTRUCTURE PROJECT.
11.6 Using a form prescribed by the NCTCOG, the SPONSOR shall submit a status report
of the INFRASTRUCTURE PROJECT five years after completion.
11.7 All reports prepared by the SPONSOR shall be submitted to the NCTCOG Project
Manager or their designee.
12. Assurances.
12.1 Equal Employment Opportunity. The SPONSOR shall not discriminate against any
employee or applicant for employment because of race, religion, color, sex, or national
o rigin. The SPONSOR shall take affirmative action's to ensure that applicants are
e mployed and that employees are treated, during their employment, without regard to
their race religion, color, sex, or national origin. Such actions shall include, but not be
limited to, the following: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
12.2 Nondiscrimination on the Basis of Disability. The SPONSOR agrees that no
otherwise qualified disabled person shall, solely by reason of his disability, be excluded
from participation in, be denied the benefits of, or otherwise be subject to discrimination
u nder the project. The SPONSOR shall insure that all fixed facility construction or
alteration and all new equipment included in the project comply with applicable
regulations regarding Nondiscrimination on the Basis of Disability in Programs and
Activities Receiving or Benefiting from Federal Financial Assistance, set forth in 49
CFR, Part 27 and any amendments thereto.
12.3 Interest of Public Officials. No member, officer, or employee of the public body or of
a local public body during his tenure or for one year thereafter shall have any interest,
direct or indirect, in this Agreement or the proceeds thereof.
12.4 Noncollusion. The SPONSOR warrants that it has not employed or retained any
company or person other than a bona fide employee working for it, to solicit or secure
this Agreement, and that it has not paid or agreed to pay any company or person, other
than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or
any other consideration contingent upon or resulting from the award or making of this
Agreement. If the SPONSOR breaches or violates this warranty, NCTCOG shall have
the right to annul this Agreement without liability or, in its discretion to deduct from the
Agreement price or consideration, or otherwise recover the full amount of such fee,
commission brokerage fee, gift, or contingent fee.
12.5 Gratuities. Any person doing business with or who, reasonably speaking, may do
business with NCTCOG under this Agreement may not make any offer of benefits, gifts
o r favors to employees of NCTCOG. Failure on the part of the SPONSOR to adhere to
this policy may result in termination of this Agreement.
12.6 Debarment/Suspension. The SPONSOR is prohibited from making any award or
permitting any award at any tier to any party which is debarred or suspended or
otherwise excluded from or ineligible for participation in federal assistance programs
u nder Executive Order 12549, Debarment and Suspension The SPONSOR and its
subcontractors shall include a statement of compliance with Federal and State
Debarment and suspension regulations in all Third -party contracts.
12.7 Restrictions on Lobbying. Recipients of these funds are prohibited from using those
monies for lobbying purposes. The SPONSOR shall include a statement of compliance
with this provision in applicable procurement solicitations and Third -party contracts.
12.8 Disadvantaged Business Enterprise. The SPONSOR shall comply with
S PONSOR'S policies and procedures regarding Minority and Women Business
Enterprise (MWBE) participation in carrying out this Agreement. Upon request,
S PONSOR shall report DBE participation.
12.9 Compliance with Regulations During the performance of this Agreement, the
S PONSOR, for itself, its assignees, and successors agrees to comply with all
applicable local, state and federal regulations.
12.10 Use of Materials. The NCTCOG shall reserve a royalty -free nonexclusive and
irrevocable right to produce publish, or otherwise use, and to authorize others to use
the work for government purposes.
12.11 Constitutional Prohibition. The SPONSOR shall not use Grant Funds for the
acquisition, construction, reconstruction, rehabilitation, or operation of structures used
for religious purposes.
Appendices
The following appendices are attached and made part of this Agreement.
Appendix A Project Scope
Appendix B Project Map
IN WITNESS HEREOF, the parties have executed this Agreement in duplicate original at Arlington,
Tarrant County, Texas, the5Th day of c A Q Q _I� , 20 t
-_.
NORTH _ ENTRAL TEXAS ¶UNCIL OF GOVERNMENTS
R. Michael : astland
Executive Director
APPROVED AS TO FORM:
General Counsel
PUBLIC SECTOR SPONSOR
ATTEST:
Ir ��
Marty Hendrix
Assistant City Manager
APPROVED AS TO FORM
AND LEGALITY:
fell(6L
Assistant City Attorney
eni,c -
r
Ati
contract Author i z
1
�X-3.. ...�,.._�,
ttitt ,20 0 0 0 „2,7
y •�;7
414-ci At!
.�::
1
CITY OF FORT WORTH:
Fernando Costa
Assistant City Manager
APPROVAL RECOMMENDED:
La-��
Doug144 W. Wiersig, P.E. 7
Director, Transportation & Public Works
OFFICIAL WeCOititili
CITY SECRETARY
adoos ;oafoid
V xipuaddy
Appendix A
SCOPE OF WORK AND PROJECT BUDGET
The REGIONAL TRANSPORTATION COUNCIL (RTC) will pay $1,250,849 in RTC local to
extend the U.S. 287 southbound frontage road to the BerryNaughn intersection to include a free
right -turn lane onto westbound Berry Street, BerryNaughn intersection improvements, extend
pedestrian improvements from the BerryNaughn intersection to the intersections of both
Berry/U.S 287 northbound frontage road and Vaughn/U.S. 287 northbound frontage road and
construct landscaping, safety lighting and traffic signals to support the project. The Project is
located on Vaughn Blvd, Berry Street, and the frontage roads of U.S Highway 287. The project
deliverables include design, right-of-way, utilities and the construction of landscaping, safety
lighting, traffic signals, pedestrian improvements and street improvements to extend two lanes
of the southbound frontage road of U.S. 287 to the intersection of Vaughn Blvd and Berry Street
and include a free right -turn lane.
' In accordance with the allocation of funds approved by the RTC, and concurred with by the
Texas Transportation Commission, the State will make the payments for the following work 30
days after recommendation from NCTCOG but not prior to the Fiscal Years shown:"
Right
-of
-Way
and
Construction
Costs
Total
Description
Fiscal
Year
Estimate
Cost
RTC
Local
Local
Participation
Government
Right
of
Way
2011
$50,000
80%
$40,000
20%
$10,000
Utilities
2011
$50,000
80%
$40,000
20%
$10,000
$80,000
20%
$20,000
PS&E
2011
$100,000
80%
Construction
2011
$1,363,561
80%
$1,090,849
20%
$272,712
TOTAL
$1,563,561
$1,250,849
$312,712
The LOCAL GOVERNMENT shall be responsible for a required local match of $312,712.
Upon completion of the PROJECT, the NCTCOG will issue a signed ' Notification of Completion"
document to the STATE The notice shall certify that the PROJECT has been completed, all
necessary inspections have been conducted, and the PROJECT is open to traffic.
This is an estimate only; final participation amounts will be based on actual charges to the
project.
dew poefoad
9 xipueddy
U.S. 287 BerryVaughn Nrte
rsecton Improvements
.
•
BERRY
s
0
D
Q
BURTON
Legend
Renaissance Square Development
Street Construction
Pedestrian Amenities
Traffic -Signals
Map Produced on:
12/14/10
s
0 0.01 0.02 0.04
Miles
North Central Texas
Council of Governments
Transportation Department
SUSTAINABLE DEVELOPMENT TRANSPORTATION INFRASTRUCTURE PROJECT
US 287 Berry Vaughn Project
AGREEMENT COVER SHEET
TYPE OF AGREEMENT. Implementation of the City of Fort Worth
US 287 Berry Vaughn Sustainable Development Infrastructure Project.
AGREEMENT PERIOD: signature date through closure
AGREEMENT AMOUNT: $1,563,561 ($1,250,849 RTC Local Funds & $312,712 Local Match)
North Central Texas Council of Governments
616 Six Flags Drive, Suite 200, Center Point Two
P . O. Box 5888
Arlington, Texas 76011
P ublic Sector Sponsor
P ublic Works Department
1000 Throckmorton
Fort Worth, Texas 76102
Project Manager:
Karla Weaver AICP
Phone: 817-608-2376
Transportation Manager
David Jodray
(817) 392-8702
M&C - Council Agenda
City • f rod Worth, Texas
Page 1 of 3
Mayor and Council Communication
COUNCIL ACTION: Approved on 10/26/2010 a Ord. No. 19417-10-2010
DATE: Tuesday, October 26, 2010
LOG NAME: 17US287 BERRY/VAUGHN
SUBJECT
Authorize the Execution to the Local Project Advance Funding Agreement with the Texas Department of
Transportation in the Amount of $1,762,681.00 for Construction of the Berry/Vaughn Intersection on US
Highway 287 Southbound Frontage Road, Accept $1,250,848.00 Grant from North Central Texas Council
of Governments, Authorize Execution of Amendment to Advance Funding Agreement with Renaissance
Square, LLC for Use of $312,713.00 Payment from Renaissance Square, LLC to Fund the Local Matching
Obligations, Authorize Transfer of $199,120.00 from the City's General Fund to the Grants Fund, Authorize
Execution of Related Sustainable Development Infrastructure Agreement with North Central Texas Council
of Governments, Adopt Related Appropriation Ordinance, and Authorize Transfer of $187,627.00 to Texas
Department of Transportation to Initiate Construction (COUNCIL DISTRICT 8)
RECOMMENDATION:
It is recommended that the City Council:
REFERENCE NO.: C-24562
1. Authorize the execution of a Local Project Advance Funding Agreement (LPAFA) with the Texas
Department of Transportation in the amount of $1,762,681.00 for design, right-of-way, utilities and
construction of the Berry/Vaughn Intersection project on US Highway 287 (Southbound Frontage Road);
2 Authorize the acceptance of $1,250,848.00 grant from the North Central Texas Council of
Governments (NCTCOG) in accordance with a Sustainable Development Infrastructure Agreement with
the NCTCOG in the amount of $1,563,561.00 ($1,250,848.00 NCTCOG grant plus 20 percent local match
of $312, 713.00);
3. Authorize execution of the Sustainable Development Infrastructure Agreement with NCTCOG;
4. Authorize execution of an amendment to Advanced Funding Agreement with Renaissance Square,
LLC (City Secretary Contract No. 40550) for receipt of $312,713.00 payment from Renaissance Square,
LLC in order to restructure the funding commitments for this project;
5. Authorize the transfer of $312,713.00 received from Renaissance Square, LLC under the Advance
Funding Agreement from the General Fund to the Grant Fund for the payment of the required 20 percent
local match under the Sustainable Development Infrastructure Agreement with NCTCOG;
6. Authorize the transfer of $199,120.00 from the General Fund to the Grant Fund for partial payment of
this project by the City;
7. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Grant Fund in amount of $1,762,681.00 from available funds; and
8. Authorize an initial payment to the Texas Department of Transportation in the amount of $187,627.00
in accordance with the LPAFA.
DISCUSSION:
On March 24, 2009, the City Council approved an Economic Development Program Agreement with
Renaissance Square, LLC (Developer) for redevelopment of a 200-acre site at the southwest corner of US
Highway 287 and East Berry (City Secretary Contract No. 39287, M&C C-23400). This site includes the
http://apps.efwnet.org/ecouncil/printmc.asp?id---14385&print true&DocType Print 06/14/201 1
M&C - Council Agenda Page 2 of 3
former Masonic Home and School. Developer proposes to invest a minimum of $46 million to develop up
to 500,000 square feet of retail/restaurant space on 63 acres located at the northern portion of the 200
acre site.
In order to improve access to this site, it is necessary to construct an extension of the southbound
frontage road of US Highway 287 from the BerryNaughn exit ramp and to reconstruct the intersection,
signals, and street lights adjacent to the site (the Project). The Project was approved by the Texas
Transportation Commission Minute Order No. 111335 on April 24, 2008.
On June 22, 2010, the City Council approved the execution of a Local Project Advance Funding
Agreement (LPAFA) with the Texas Department of Transportation (TxDOT) in the amount of
$1,526,089.00 for the construction of the Project (M&C C-24292) In the same action, the City Council
authorized execution of an Enhanced Community Facilities Agreement (ECFA) with Renaissance Square,
LLC (Developer) for the design work in the amount of $199,120.00 (City Secretary Contract No. 40268, as
amended) and execution of an Advance Funding Agreement with Developer to receive $312,713.00 to be
used for the City's matching obligations under the LPAFA (City Secretary Contract No. 40550).
The total cost of the Project has since increased to $1,762,681.00. In addition, the proposed funding
structure for the Project has changed. In order to expedite completion of the Project, it is now
recommended that the City fund the Project with federal funds paid through a grant of $1,250,848.00 from
the North Central Texas Council of Governments (NCTCOG). The local match required for this Project will
be paid by Developer in accordance with the existing Advance Funding Agreement between the City and
Developer. The City will also contribute $199,120.00, as originally planned. The Developer's contribution
and the City's share of this Project were rolled over to the Fiscal Year 2011 General Fund budget and then
transferred to the Grant Fund per the above recommendations. As a result, the cost increase of the
Project will be entirely covered by the NCTCOG grant.
In order to initiate construction of the Project, it is necessary for the City to execute a LPAFA with TxDOT.
City staff will manage the engineering design, right-of-way acquisition and utility relocation for this project.
TxDOT will manage the construction of the Berry/Vaughn exit ramp project. Currently, the Project is in the
pre -development and design phase, with full construction activities to begin in September 2011. In
addition, the Developer has constructed the spine road in the Renaissance Square development. The
intersection is scheduled for completion in March 2012
Prior to construction, TxDOT will schedule a public meeting and outreach for the project as necessary.
Staff is recommending the execution of the Agreements described above and the authorization of
payment to TxDOT in the amount of $187,627.00.
This project is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION / CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendations
and adoption of the attached appropriation ordinance, funds will be available in the current operating
budget, as appropriated, of the Grants Fund.
FUND CENTERS:
TO Fund/Account/Centers
2) GR76 451409 020203507000
4&5) GR76 472001 02023XXX000
7) GR76 539120 020203507010
FROM Fund/Account/Centers
$1,250,848.00 4) GG01 538070 0202002
$511,833.00 5) 0001 538070 0203002
$1, 762, 681.00 8) GR76 539120 020203507010
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
Susan Alanis (8180)
Jay Chapa (5804)
Ryan Haden (7329)
$312,713.00
$199,120.00
$1871627.00
http://apps.cfwnet.org/ecouncil/printmc.asp?id=14385&print=true&DocType=Print 06/14/2011
Page 3 of 3
M&C - Council Agenda
ATTACHMENTS
1. 17US287 BERRY VAUGH AO.doc (Public)
http://apps.cfwnet.org/ecouncil/printmc asp?id=14385&print=true&DocType=Print 06/14/2011