HomeMy WebLinkAboutContract 55605DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
CSC No. 55605
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For
Highway Safety Improvement Program Project
Off-System
THIS AGREEMENT (Agreement) is made by and between the State of Texas, acting by and through
the Texas Department of Transportation called the "State", and the City of Fort Worth, acting by and
through its duly authorized officials, called the "Local Government". The State and Local Government
shall be collectively referred to as "the parties" hereinafter.
WITNESSETH
WHEREAS, federal law establishes federally funded programs fortransportation improvements to
implement its public purposes, and
WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall design,
construct and operate a system of highways in cooperation with local governments, and Section
222.052 authorizes the Texas Transportation Commission to accept contributionsfrom political
subdivisions for development and construction of public roads and the state highway system within
the political subdivision, and
WHEREAS, federal and state laws require local governments to meet certain contract standards
relating to the management and administration of State and federal funds, and
WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that
describe federal, state, and local responsibilities for cost participation in highway improvement and
other transportation projects, and
WHEREAS, the Texas Transportation Commission passed Minute Order Numbers,115291,and
115814 authorizing the State to undertake and complete a highway improvement or other
transportation project generally described as installation of new traffic signal. The portion of the
project work covered by this Agreement is identified in the Agreement, Article 3, Scope of Work
(Project), and
WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement
by resolution, ordinance, or commissioners court order dated March 23, 2021, which is attached to
and made a part of this Agreement as Attachment A, Resolution, Ordinance, or Commissioners Court
Order (Attachment A). A map showing the Project location appears in Attachment B, Location Map
Showing Project (Attachment B), which is attached to and made a part of this Agreement.
�FFICIAL RECORD
Page 1 of 15 I CITY SECRETARY
AFA Lo n g G en
FT. WORTH, TX
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements
of the parties, to be by them respectively kept and performed as set forth in this Agreement, it is
agreed as follows:
AGREEMENT
1. Responsible Parties:
For the Project covered by this Agreement, the parties shall be responsible for the following
work as stated in the article of the Agreement referenced in the table below:
1 N/A Utilities Article 8
2. Local Government Environmental Assessment and Mitigation Article 9
3. Local Government Architectural and Engineering Services Article 11
4. State Construction Responsibilities Article 12
5. N/A Right of Way and Real Property Article 14
2. Period of the Agreement
This Agreement becomes effective when signed by the last party whose signing makes the
Agreement fully executed. This Agreement shall remain in effect until the Project is completed
or unless terminated as provided below.
3. Scope of Work
The scope of work forthe Project consists of traffic signal improvement at the intersection of
Meacham Boulevard and North Sylvania Avenue.
4. Project Sources and Uses of Funds
The total estimated cost of the Project is shown in Attachment C, Project Budget (Attachment
C) which is attached to and made a part of this Agreement.
A. If the Local Government will perform any work under this Agreement for which
reimbursement will be provided by or through the State, the Local Government must
complete training. If federal funds are being used, the training must be completed
before federal spending authority is obligated. 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
and Qualification for the Texas Department of Transportation" and retains qualification
in accordance with applicable TxDOT procedures. Upon request, 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 continuously designated in writing a qualified individual to
work actively on or to directly oversee the Project.
Page 2 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
B. The expected cash contributions from the federal government, the State, the Local
Government, or other parties are shown in Attachment C. The State will pay for only
those Project costs that have been approved by the Texas Transportation Commission.
For projects with federal funds, the State and the federal government will not reimburse
the Local Government forany work performed before the federal spending authority is
formally obligated to the Project by the Federal Highway Administration (FHWA). After
federal funds have been obligated, the State will send to the Local Government a copy
of the formal documentation showing the obligation of funds including federal award
information. The Local Government is responsible for 100% of the cost of any work
performed under its direction or control before the federal spending authority is formally
obligated.
C. Attachment C shows, by major cost categories, the cost estimates and the party
responsible for performing the work for each category. These categories may include
but are not limited to: (1) costs of real property; (2) costs of utility work; (3) costs of
environmental assessment and remediation; (4) cost of preliminary engineenng and
design; (5) cost of construction and construction management; and (6) any other local
project costs.
D. The State will be responsible for securing the federal and State share of the funding
required forthe development and construction of the local Project. If the Local
Government is due funds for expenses incurred, these fundswill be reimbursed to the
Local Government on a cost basis.
E. The Local Government will be responsible for all non-federal or non-State participation
costs associated with the Project, unless otherwise provided for in this Agreement or
approved otherwise in an amendment to this Agreement. For items of work subject to
specified percentage funding, the Local Government shall only in those instances be
responsible forall Project costs that are greater than the maximum State and federal
participation specified in Attachment C and for overruns in excess of the amount
specified in Attachment C to be paid by the Local Government.
F. The budget in Attachment C will clearly state all items subject to fixed price funding,
specified percentage funding, and the periodic payment schedule, when periodic
payments have been approved by the State.
G. When the Local Government bears the responsibilityforpaying cost overruns, the
Local Government shall make payment to the State within thirty (30) days from the
receipt of the State's written notification of additional funds being due.
H. When fixed price funding is used, the Local Government is responsible forthe fixed
price amount specified in Attachment C. Fixed prices are not subject to adjustment
unless (1) differing site conditions are encountered; (2) further definition of the Local
Government's requested scope of work identifies greatly differing costs from those
estimated; (3) work requested by the Local Government is determined to be ineligible
for federal participation; or (4) the adjustment is mutually agreed to by the State and
the Local Government.
I. 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 performed or reviewed by the State for the Project. At least
Page 3 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
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 cost.
J. The State will not execute the contract for the construction of the Project until the
required funding has been made available by the Local Government in accordance
with this Agreement.
K. 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" or may use the State's Automated Clearing House
(ACH) system for electronic transfer of funds in accordance with instructions provided
by TxDOT's Finance Division. The funds shall be deposited and managed by the State
and may only be applied by the State to the Project.
L. The State will not pay interest on any funds provided by the Local Government.
M. If a waiver for the collection of indirect costs for a service project has been granted
under 43 TAC §15.56, the State will not charge the Local Government for the indirect
costs the State incurs on the Project, unless this Agreement is terminated at the
request of the Local Government prior to completion of the Project.
N. If the Local Government is an Economically Disadvantaged County (EDC) and if the
State has approved adjustments to the standard financing arrangement, this
Agreement reflectsthose adjustments.
O. Where the Local Government is authorized to perform services underthis Agreement
and be reimbursed by the State, the Local Government is authorized to submit
requests for reimbursement by submitting the original of an itemized invoice, in a form
and containing all items required by the State, no more frequentlythan monthly and no
later than ninety (90) days after costs are incurred. If the Local Government submits
invoices more than ninety (90) days after the costs are incurred and if federal funding is
reduced as a result, the State shall have no responsibility to reimburse the Local
Government for those costs.
P. Upon completion of the Project, the State will perform afinal accounting of the Project
costs for all items of work with specified percentage funding. Any funds due by the
Local Government, the State, or the federal government for these work items will be
promptly paid by the owing party.
Q. The state auditor may conduct an audit or investigation of any entity receiving funds
from the State directly under this Agreement or indirectly through a subcontract under
this Agreement. Acceptance of funds directly under this Agreement or indirectly
through a subcontract under this Agreement 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.
R. Payment under this Agreement beyond the end of the current fiscal biennium is subject
to availability of appropriated funds. If funds are not appropriated, this Agreement shall
be terminated immediately with no liability to either party.
Page 4 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
5. Termination ofThis Agreement
This Agreement shall remain in effect until the Project is completed and accepted by all
parties, unless:
A. The Agreement is terminated in writing with the mutual consent of the parties;
B. The Agreement is terminated by one party because of a breach, in which case any
costs incurred because of the breach shall be paid by the breaching party;
C. The Local Government elects not to provide funding after the completion of preliminary
engineering, specifications, and estimates (PS&E) and the Project does not proceed
because of insufficient funds, in which case the Local Government agrees to reimburse
the State for its reasonable actual costs incurred during the Project; or
D. The Agreement is terminated by the State because the parties are not able to execute
a mutually agreeable amendment when the costs for Local Government requested
items increase significantly due to differing site conditions, determination that Local
government requested work is ineligible forfederal or state cost participation, or a more
thorough definition of the Local Government's proposed workscope identifies greatly
differing costs from those estimated. The State will reimburse Local Government
remaining funds to the Local Government within ninety (90) days of termination; or
E. The Project is inactive for thirty-six (36) consecutive months or longer and no
expenditures have been charged against federal funds, in which case the State may in
its discretion terminate this Agreement.
6. Amendments
Amendments to this Agreement due to changes in the character of the work, terms of the
Agreement, or responsibilities of the parties relating to the Project may be enacted through a
mutually agreed upon, written amendment.
7. Remedies
This Agreement shall not be considered as specifying the exclusive remedy for any agreement
default, but all remedies existing at law and in equity may be availed of by either party to this
Agreement and shall be cumulative.
8. Utilities
The party named in Article 1, Responsible Parties, under AGREEMENT shall be responsible
for the adjustment, removal, or relocation of utility facilities in accordance with applicable state
laws, regulations, rules, policies, and procedures, including any cost to the State of a delay
resulting from the Local GovernmenYs failure to ensure that utility facilities are adjusted,
removed, or relocated before the scheduled beginning of construction. The Local Government
will not be reimbursed with federal or State funds forthe cost of required utility work. The
Local Government must obtain advance approval for any variance from established
procedures. Before a construction contract is let, the Local Government shall provide, at the
State's request, a certification stating that the Local Government has completed the
adjustment of all utilities that must be adjusted before construction is commenced.
Page 5 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
9. Environmental Assessmentand Mitigation
Development of a transportation project must comply with the National Environmental Policy
Act and the National Historic Preservation Act of 1966, which require environmental clearance
of federal-aid projects. The party named in Article 1, Responsible Parties, under
AGREEMENT is responsible for the following:
A. The identification and assessment of any environmental problems associated with the
development of a local project governed by this Agreement.
B. The cost of any environmental problem's mitigation and remediation.
C. Providing any public meetings or public hearings required forthe environmental
assessment process. Public hearings will not be held prior to the approval of the
Project schematic.
D. The preparation of the NEPA documents required for the environmental clearance of
this Project.
If the Local Government is responsible for the environmental assessment and mitigation,
before the advertisement for bids, the Local Government shall provide to the State written
documentation from the appropriate regulatory agency or agencies that all environmental
clearances have been obtained.
10. Compliance with Accessibility Standards
All parties to this Agreement shall ensure that the plans for and the construction of all projects
subject to this Agreement are in compliance with standards issued or approved by the Texas
Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum
accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA).
11. Architectural and Engineering Services
The party named in Article 1, Responsible Parties, under AGREEMENT has responsibility for
the performance of architectural and engineering services. The engineering plans shall be
developed in accordance with the applicable State's Standard Specifications for Construction
and MaintenanceofHighways, Streetsand Bridges and the special specifications and special
provisions related to it. For projects on the State highway system, the design shall, at a
minimum conform to applicable State manuals. 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 (AASHTO) design standards.
In procuring professional services, the parties to this Agreement must comply with federal
requirements cited in 23 CFR Part 172 if the Project is federally funded and with Texas
Government Code 2254, Subchapter A, in all cases. Professional contracts for federally
funded projects must conform to federal requirements, specifically including the provision for
participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental
matters. If the Local Government is the responsible party, the Local Government shall submit
its procurement selection process for prior approval by the State. All professional services
contracts must be reviewed and approved by the State prior to execution by the Local
Government.
Page 6 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
12. Construction Responsibilities
The party named in Article 1, Responsible Parties, underAGREEMENT is responsibleforthe
following:
A. Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and
award and administer the contract for construction of the Project. Administration of the
contract includes the responsibilityforconstruction engineering and for issuance of any
change orders, supplemental agreements, amendments, or additional work orders that
may become necessary subsequent to the award of the construction contract. In order
to ensure federal funding eligibility, projects must be authorized by the State prior to
advertising for construction.
B. If the State is the responsible party, the State will use its approved contract letting and
award procedures to let and award the construction contract.
C. If the Local Government is the responsible party, the Local Government shall submit its
contract letting and award procedures to the State for review and approval prior to
letting.
D. If the Local Government is the responsible party, the State must concur with the low
bidder selection before the Local Government can enter into a contract with the vendor.
E. If the Local Government is the responsible party, the State must review and approve
change orders.
F. Upon completion of the Project, the party responsibleforconstructing the Projectwill
issue and sign a"Notification of Completion" acknowledging the Project's construction
completion and submit certification(s) sealed by a professional engineer(s) licensed in
the State of Texas.
G. For federally funded contracts, the parties to this Agreementwill comply with federal
construction requirements cited in 23 CFR Part 635 and with requirements cited in 23
CFR Part 633, and shall include the latest version of Form "FHWA-1273" in the
contract bidding documents. If force account workwill be performed, a finding of cost
effectiveness shall be made in compliance with 23 CFR 635, Subpart B.
13. Project Maintenance
The Local Government shall be responsible for maintenance of locally owned roads and
locally owned facilities after completion of the work. The State shall be responsible for
maintenance of the State highway system after completion of the work if the work was on the
State highway system, unless otherwise provided for in existing maintenance agreements with
the Local Government.
14. Right of Wayand Real Property
The party named in Article 1, Responsible Parties, under AGREEMENT is responsibleforthe
provision and acquisition of any needed right of way or real property.
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
Page 7 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
existence of coverage in the amounts and types specified on the Certificate of Insurance forall
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. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
Local Government:
City of Fort Worth
ATTN: Assistant City Manager
200 Texas Street
Fort Worth, Texas 76102
Texas Department of Transportation
ATTN: Director of Contract Services
125 E. 11 th Street
Austin, TX 78701
All notices shall be deemed given on the date delivered in person or deposited in the mail,
unless otherwise provided by this Agreement. Either party may change the above address by
sending written notice of the change to the other party. Either party may request in writing that
notices shall be delivered personally or by certified U.S. mail, and that request shall be carried
out by the other party.
17. Legal Construction
If one or more of the provisions contained in this Agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability
shall not affect any other provisions and this Agreement shall be construed as if it did not
contain the invalid, illegal, or unenforceable provision.
18. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party, and each party agrees it is responsible for its individual acts and
deeds as well as the acts and deeds of its contractors, employees, representatives, and
agents.
19. Ownership of Documents
Upon completion or termination of this Agreement, all documents prepared by the State shall
remain the property of the State. All data and information prepared underthis Agreement shall
be made available to the State without restriction or limitation on their further use. All
documents produced or approved or otherwise created by the Local Government shall be
transmitted to the State, in the format directed by the State, on a monthly basis or as required
by the State. The originals shall remain the property of the Local Government. .
Page 8 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
20. Compliance with Laws
The parties to this Agreement shall comply with all federal, state, and local laws, statutes,
ordinances, rules and regulations, and the orders and decrees of any courts or administrative
bodies or tribunals in any manner affecting the performance of this Agreement. When
required, the Local Governmentshall furnish the State with satisfactory proof of this
compliance.
21. Sole Agreement
This Agreement constitutes the sole and only agreement between the parties and supersedes
any prior understandings or written or oral agreements respecting the Agreement's subject
matter.
22. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the cost principles
established in 2 CFR 200 that specify that all reimbursed costs are allowable, reasonable, and
allocable to the Project.
23. Procurementand PropertyManagementStandards
The parties to this Agreement shall adhere to the procurement and property management
standards established in 2 CFR 200, Uniform Administrative Requirements, Cost Principles,
and Audit Requirements for Federal Awards, and to the Texas Uniform Grant Management
Standards. The State must pre-approve the Local Government's procurement procedures for
purchases to be eligible for state or federal funds.
24. Inspection of Books and Records
The parties to this Agreement shall maintain all books, documents, papers, accounting
records, and other documentation relating to costs incurred underthis Agreement and shall
make such materials available to the State, the Local Government, and, if federally funded, the
FHWA and the U.S. Office of the Inspector General or their duly authorized representatives for
review and inspection at its office dunng the Agreement period and forseven (7) years from
the date of final reimbursement by FHWA underthis Agreementor until any impending
litigation or claims are resolved. Additionally, the State, the Local Government, and the FHWA
and their duly authorized representatives shall have access to all the governmental records
that are directly applicable to this Agreement for the purpose of making audits, examinations,
excerpts, and transcriptions.
25. Civil Rights Compliance
The parties to this Agreement are responsible for the following:
A. Compliance with Reaulations: Both parties will comply with the Acts and the
Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S.
Department of Transportation (USDOT), the Federal Highway Administration (FHWA),
as they may be amended from time to time, which are herein incorporated by reference
and made part of this Agreement.
B. Nondiscrimination: The Local Government, with regard to the work performed by it
during the Agreement, will not discriminate on the grounds of race, color, or national
Page 9 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
origin in the selection and retention of subcontractors, including procurementof
materials and leases of equipment. The Local Government will not participate directly
or indirectly in the discrimination prohibited by the Acts and the Regulations, including
employment practices when the Agreement covers any activity, project, or program set
forth in Appendix B of 49 CFR Part 21.
C. Solicitations for Subcontracts. Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the Local
Government for workto be performed undera subcontract, including procurement of
materials or leases of equipment, each potential subcontractoror supplierwill be
notified by the Local Government of the Local Government's obligations under this
Agreement and the Acts and Regulations relative to Nondiscrimination on the grounds
of race, color, or national origin.
D. Information and Reports: The Local Government will provide all information and reports
required by the Acts, the Regulations, and directives issued pursuant thereto, and will
permit access to its books, records, accounts, othersources of information, and
facilities as may be determined by the State or the FHWA to be pertinent to ascertain
compliance with such Acts, Regulations or directives. Where any information required
of the Local Government is in the exclusive possession of another who fails or refuses
to furnish this information, the Local Government will so certify to the State or the
FHWA, as appropriate, and will set forth what efforts it has made to obtain the
information.
E. Sanctions for Noncompliance: In the event of the Local Government's noncompliance
with the Nondiscrimination provisions of this Agreement, the State will impose such
contract sanctions as it or the FHWA may determine to be appropriate, including, but
not limited to:
1. withholding of payments to the Local Government under the Agreement until the
Local Government complies and/or
2. cancelling, terminating, or suspending of the Agreement, in whole or in part.
F. Incorporation of Provisions: The Local Government will include the provisions of
paragraphs (A) through (F) in every subcontract, including procurementof materials
and leases of equipment, unless exempt by the Acts, the Regulations and directives
issued pursuant thereto. The Local Government will take such action with respect to
any subcontract or procurement as the State or the FHWA may direct as a means of
enforcing such provisions including sanctions for noncompliance. Provided, that if the
Local Government becomes involved in, or is threatened with, litigation with a
subcontractor or supplier because of such direction, the Local Government may
request the State to enter into such litigation to protect the interests of the State. In
addition, the Local Government may request the United States to enter into such
litigation to protect the interests of the United States.
26. Pertinent Non-Discrimination Authorities
During the performance of this Agreement, each party, for itself, its assignees, and successors
in interest agree to comply with the following nondiscrimination statutes and authorities;
including but not limited to:
Page 10 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (pro-
hibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,
(42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property
has been acquired because of federal or federal-aid programs and projects).
C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits
discrimination on the basis of sex).
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended,
(prohibits discrimination on the basis of disability); and 49 CFR Part 27.
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age).
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123),
as amended, (prohibits discrimination based on race, creed, color, national origin, or
sex).
G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope,
coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age
Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by
expanding the definition of the terms "programs or activities" to include all of the
programs or activities of the federal-aid recipients, subrecipients and contractors,
whether such programs or activities are federally funded or not).
H. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on
the basis of disability in the operation of public entities, public and private
transportation systems, places of public accommodation, and certain testing entities
(42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation
regulations at 49 C.F.R. parts 37 and 38.
I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123)
(prohibits discrimination on the basis of race, color, national origin, and sex).
J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures nondiscrimination against
minority populations by discouraging programs, policies, and activities with
disproportionately high and adverse human health or environmental effects on minority
and low-income populations.
K. Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with
Title VI, the parties must take reasonable steps to ensure that LEP persons have
meaningful access to the programs (70 Fed. Reg. at 74087 to 74100).
L. Title IX of the Education Amendments of 1972, as amended, which prohibits the parties
from discriminating because of sex in education programs or activities (20 U.S.C. 1681
et seq.).
27. Disadvantaged Business Enterprise (DBE) Program Requirements
If federal funds are used:
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
Page 11 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
B. The Local Government shall adopt, in its totality, the State's federally approved DBE
program.
C. The Local Government shall incorporate into its contracts with subproviders an
appropriate DBE goal consistent with the State's DBE guidelines and in consideration
of the local market, project size, and nature of the goods or services to be acquired.
The Local Government shall submit its proposed scope of services and quantity
estimates to the State to allow the State to establish a DBE goal for each Local
Government contract with a subprovider. The Local Government shall be responsible
for documenting its actions.
D. The Local Government shall follow all other parts of the State's DBE program
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
Adoption of the Texas Department of Transportation's Federally-Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web address
http://ftp.dot.state.tx.us/pub/txdot info/bop/dbe/mou/mou_attachments.pdf.
E. The Local Government shall not discriminate on the basis of race, color, national origin,
or sex in the award and performance of any U.S. Department of Transportation (DOT)-
assisted contract or in the administration of its DBE program or the requirements of 49
CFR Part 26. The Local Government shall take all necessary and reasonable steps
under 49 CFR Part 26 to ensure non-discrimination in award and administration of
DOT-assisted contracts. The State's DBE program, as required by 49 CFR Part 26
and as approved by DOT, is incorporated by reference in this Agreement.
Implementation of this program is a legal obligation and failure to carry out its terms
shall be treated as a violation of this Agreement. Upon notification to the Local
Government of its failure to carry out its approved program, the State may impose
sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer
the matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil
Remedies Act of 1986 (31 U.S.C. 3801 et seq.).
F. Each contract the Local Government signs with a contractor (and each subcontract the
prime contractor signs with a sub-contractor) must include the following assurance:
The contracfor, sub-recipient, or sub-contractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of DOT-assisted contracts. Failure by the contractor to carry out fhese
requirements is a material breach of this Agreement, which may result in the
termination of this Agreement or such other remedy as the recipient deems
appropriate.
28. Debarment Certifications
If federal funds are used, 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 and its principals are not
currently debarred, suspended, or otherwise excluded from or ineligible for participation in
Federal Assistance Programs under Executive Order 12549 and furthercertifies that it will not
do business with any party, to include principals, that is currently debarred, suspended, or
Page 12 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
otherwise excluded from or ineligible for participation in Federal Assistance Programs under
Executive Order 12549. The parties to this Agreementshall require any party to a subcontract
or purchase order awarded under this Agreementto certify its eligibility to receive federal
funds and, when requested by the State, to furnish a copy of the certification.
If state funds are used, the parties are prohibited from making any award to any party that is
debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20, Subchapter G,
Rule §20.585 and the Texas Administrative Code, Title 43, Part 1, Chapter 9, Subchapter G.
29. Lobbying Certification
If federal funds are used, in executing this Agreement, each signatory certifies to the best of
that signatory's knowledge and belief, that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of the
parties to any person for influencing or attempting to influence an officeror employee
of any federal agency, a Member of Congress, an officeror employee of Congress, or
an employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any federal contract, grant, loan, or cooperative
agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency,
a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with federal contracts, grants, loans, or cooperative
agreements, the signatory for the Local Government shall complete and submit the
Federal Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
C. The parties shall require that the language of this certification shall be included in the
award documents for all sub-awards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and all sub-recipients shall
certify and disclose accordingly. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person
who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
30. Federal FundingAccountabilityand TransparencyAct Requirements
If federal funds are used, the following requirementsapply:
A. Any recipient of funds underthis Agreement agreesto comply with the Federal
Funding Accountability and Transparency Act (FFATA) and implementing regulations
at 2 CFR Part 170, including Appendix A. This Agreement is subject to the following
award terms: http://www.qpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22705.pdf and
http://www. qpo. gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22706. pdf.
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a System for Award Management (SAM) number
(Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award provides more
Page 13 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
than $25,000 in federal funding. The SAM number may be obtained by visiting the
SAM website whose address is: https://www.sam.gov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine-character numberthat allows federal government to track
the distribution of federal money. The DUNS may be requested free of charge for
all businesses and entities required to do so by visiting the Dun & Bradstreet (D&B)
on-line registration website http://fedgov.dnb.com/webform; and
3. Report the total compensation and names of its top five executives to the State if:
i. More than 80% of annual gross revenues are from the federal government, and
those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting to the
U.S. Securities and Exchange Commission.
31. Single Audit Report
If federal funds are used:
A. The parties shall comply with the single audit report requirements stipulated in 2 CFR
200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards.
B. If threshold expenditures of $750,000 or more are met during the fiscal year, the Local
Government must submit a Single Audit Report and Management Letter (if applicable)
to TxDOT's Compliance Division, 125 East 11 th Street, Austin, TX 78701 or contact
TxDOT's Compliance Division by email at singleaudits(a�txdot.gov.
C. If expenditures are less than the threshold during the Local Government's fiscal year,
the Local Government must submit a statement to TxDOT's Compliance Division as
follows: "We did not meet the $ expenditure threshold and therefore, are not
required to have a single audit performed for FY "
D. For each year the Project remains open for federal funding expenditures, the Local
Government will be responsible for filing a report or statement as described above.
The required annual filing shall extend throughout the life of theAgreement, unless
otherwise amended or the Project has been formally closed out and no charges have
been incurred within the current fiscal year.
32. SignatoryWarranty
Each signatory warrants that the signatory has necessary authority to execute this Agreement
on behalf of the entity represented.
Page 14 of 15
AFA Lo n g G en Rev 07/17/2019
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
Each party is signing this Agreement on the date stated under that party's signature.
oo��S�9�edbTHE STATE OF TEXAS
�t,L�.tn,t,�%. �ft,Wa,V'f
Sig n ature
oo��S�g�edTHE LOCAL GOVERNMENT
�� � D��
Sig n ature
Kenneth Stewart
Typed orPrinted Name
Director of Contract Services
Typed or Printed Title
4/14/2021
Date
Dana Burandoff
Typed or Printed Name
Assistant City Manager
Typed or Printed Title
4/13/2021
Page 15 of 15
AFA Lo n g G en
Date
DS DS
�{9 ��
DS DS
i�1d1�t,� MK
�FFICIAL RECORD
CITY SECRETARY
FT. W�RTH, TX
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02- Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
ATTACHMENT A
RESOLUTION, ORDINACE, OR COMMISSIONERS COURT ORDER
A Resn�uti��
��. �3�3-43-2421
A RESi1LUTli1l� r1UTHC7RILI?V{: E]iECEJTI{}R OF An ADY�#•'+10ED
F[fHiDilV{� kGREEMENT V4'IT�I THE TEXAS DEPART�iE�1"T pF
TRANSP(lltTaTl[)hi T,1' THR AA'fU[?ftiT �F 57G7,i1fi.00, UF 1�4'HICH
L(}CAL PAR'P1C:lPA'i`lUN 1S 5�74,457.UU, FUR 'flfE 14�1k:AC41AM BT.Y1�. &
NORTIi �YLYA:tiIA AY�. 1^FTER5ECTlOti jMPRO�'EhiEN'�5 PIt4�ECT
WHFREAS, fcdcral law csta�lishes fedcrally fun��d pragrxms far tzan5p�rrEa[ion
�mryrovcmen�s to omplcmcni i4s pub]ic purpasc; and
WHEREAS, tha Texas Transportatian Code, 5ection 2�3.103 esta6lis�ies �.hat the
Sta�c shali dc�ign, cunstrucl snd operalc a sy3lcm �f k�ighw�ys aud ro�ds in coDpera[ion
wFth local go�ernmei�ts, and 5ectinn 222.(�52 authoriae� the Texas Departmcnt af
�LRflS�7nTt�tiO❑ Comrniasinn ta accept cnntributinns from pnfiticaV subdiv"ssinna fnr
Jcvclopmcnt and construclian of public roads wilhin pali[ical su6divisions; and
WHEREAS, a 144aster Agreement 6etween [he Ci#y oF Fort Worfh {"Lacal
C,overnment"j and the 5la�e o€Texas acling It�rough [ha Texas Daryanmcnt nf Transportatinn
("$tatc") has been approved u•iricri statcs ihe general terms and coeditions for Ad►�ance
�unding Agreerncnts [AFA} for transportatian pra,jec�s aitid other projec�s: and
WHF.REAS, khe Cily aF Fari Worth desires ta enter into an Advance Funding
.agreement with the Texas Departmen[ o£ Trapspnrtalinn in �is� �mduni af 5?0?,116.�0, oF
which $�U7,556,UU is Federal participalion, 525,093,�0 is state p�ftiGip�Li4n and
�274.46"l.94 is tic}ca1 parlicipation fur rhe purpose af constructing the �leaeham Blvd. &
l^forth 5ylvania Ave, Intarsactian Impro��crnents ProjGc#.
ItiUW THEREFORE, 6E i'1' RESOLVEI] BY THF: CfTY CCaU�CZL DF THE
CITY OF FOItT WURTN, THAT:
Thc City �ianagcr is xuthoriied lo cxccule an Ad�ance Fundiog Agreament with the
Texas deparnnent of Tranx�o-rtation in th� total cst3matet� amount nf �70T, I] 6.04 wi[h City
psr¢icipstian in i�e esumsted amauni of �274,4G7.D� for ihe purpnse aC cons[r�cting t�r
bieaeham BZvd_ & Tlor�h 5y�vania Ave. Intersecsiun �mprovemants Psoject.
Adapted thiS 23'd day oiMarch 2621_
ATTEST
���
I�iaty ]. I�ayser pF- ����
City Scctetary ���;:- .,�y�
�' h -�
*`:_ :�
��
Page1of1
AFA Lo n g G en Attac h men t A
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
ATTACHMENT B
LOCATION MAP SHOWING PROJECT
Meacham Boulevard @ North Sylvania Avenue
.-.....-'..�
iw.. '.
i :ti� . '
����,�� ���� � ���T *�:�A���«o,�� �..
J ��„ di=—== _, � [�i'
� `iYl�- 4 �R�6} � �4 y � � , ' ' ,: . I
A � *
]-
4 l 4Y+
��.��� ��A� ���1 i1r '^'�l. � I � 'y��'
� . ' . � �--•"��i . ..J i� � �i.r�i: � '
. �'��,r :�- � ...� ��-- _'_..
� ,,�r�- �.��':-�' . _ :'�/ � �--�—_,., . � :.� - _.. _ . "��._,_ "_ " .
��%:x� . � •. �� f" �4r',,�-' r'���+,,,"+�;+i��';;�d"�,_,'
-�._ �' ::� � � . � � €:;�-' - , i—�r. : i�i
�' m` � '� ;i�,' , ��.'� ' 1����� _�q�' • ,-. ' ;� ! + '�� � ' '`�� �
� ��.; �.;�,,.. �. 1<
����l� . -.��r : _ �',-�.r �: k� '� r,.� ��
? a � ��:�,�.,�;�, -�,�;� . , �� , ,�� .:,� /, , ��� + �. �; . . r�<tr y�� � _,
l�' � � � ! s i' .t' � ^ � ' ,1 '_a,
�'fp �� k.,�i. J F� ,; � � .+ . . ; _ J :
'I y�i' . M �" .. � � 7+i:.f�,'� _ '�y} ti � _ . • ��, � a
' � — � �d 1=. �� 4y�., ! , �' �
t �;.., f � s � � � �; r � �: �_ � - -
'�* ��r .1 - ';� '. , . � � _ �oR.r.`�.�� r
� `_ � � t�-- �_� • F•Yy� L �•r v4: - - � .�. s�.-�� � ,/f�` � ~��. -.. _
. .`Ir e5'' ' �.R �Si � L � } � ' '. S • �� �
t, � _ � ,
---tl� — . ���. � I ,� , _ C5J:6aoz-so-Oefi � �� ,_ , �• �
... � ,,�,w i ; . ' lrleaeharr� B�ud 4� :�'r. '• i +- � �
h; !� . . ' eSJ.. a I — � . },'..'��' . � ,- : f
� 1,�,�� �� ••a�• _ _ � ; , N Sylvanla k�a �'`i-� . -,.y+� , ��aa= ■
" , ti � ,� ti.i Mlle Radius �� `� ' �
� ��+.Y ���� �� i4 �`-_�S I ,�F�r�fi � �r �,M1j} . �
w � —. — +j � I _` _ , '� k • � � j - . .� 7ir � � I �
�rt � � ��. •_X. 4 � f � 4��
- ":� {� �'%y� � • _,� � � ��� � � �., -, .
� : � ,y� F.. '�� �;1�. •i �' I - - •.�+, �■ �
- ti ^ry . �1��YI�'� �.� I �' r� �� :� }_'�''_ . . • � �
_ _�_ �� ' ' ' , i � �� �y ' `._�L u� ' -� � ' . _ ~
-i�' �' q� •'y��-' t�r r� �.•. -}•y'r►�: ��' .r�.,
- � � �b' . . , � : -_�.. �a..'�'`�4+' ���..��-' � � �
h I�,r '__ t ��v7.! �� � ' 1�.- ' i �i 4 /" r �`��., `t ,i�� � . ,_�.�:� -
�#! {{,, �+
.._ ��I . �f � '..y�s��� f � � � ' S '�;<� � # � �.
r � -x.ti�.
f 4 - .. I � 4� , w.i � . •i � : . r4; ' F'. " � � � j. -? .s
_1� k} ����` �s.� � h� 5�i •�� � f
r- } }} � � �
�'� � _ _ �'-0'F'-:._I.^...5.. +� � y,iL — � -
��� �:_..n�`+:#.!�. . , _� y..���:.,�....;� �;_ . ` .f } � �
E. . t� L
�� ` `
� r:Yr" - + �.� wt:�'' . ���1 S � '�'� l�� # i
�•�� � � y � — —_ �a"�f �{"J'F�. ' r .` � ' x �, r.` �. _� � � �•�
- ��� � J . _ . _
•
S � _ a
�, , �. �_.� � .�.._�,.
� �.r{
. }`� L y
. �' 1� L �.� •.t. ff 15 k�f
'�4 � ' r 'I� ;''! 1
� kif���' _,.' �� � ' I � �
AFA Lo n g G en
Page1of1
Attachment B
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
TxDOT: Federal Highway Administration:
CSJ # 0902-90-096 CFDA No. 20.205
District # 02 Fort Worth CFDA Title Highway Planning and Construction
Code Chart 64 # 15000
Project Name N. Sylvania on Meacham Blvd- qFA Not Used ForResearch & Development
Improve Traffic Signal
ATTACHMENT C
PROJECT BUDGET
Construction costs will be allocated based on 90% Federal funding and 10% Local
Government funding until the federal funding reaches the maximum obligated amount.
The Local Government will then be responsible for 100% of the costs overruns.
Description otal ederal tate ocal
Estimated artici ation artici ation artici ation
ost /a Cost /a ost /o Cost
Environmental (by 20,000 % $0 % 0 00% $20,000
Local Government
Engineering by (Local 82,311 %$0 % 0 00% $82,311
Government
Construction, Federal 452,840 0% $407,556 % 0 0°/o $45,284
funds b State
Construction, Local 81,225 %$0 % 0 00% $81,225
funds (by State)
Subtotal 636,376 $407,556 0 $228,820
Environmental Direct 1,000 %$0 % 0 00% $1,000
State Costs
Right of Way Direct 1 %$0 % 0 00% $1
State Costs
Engineering Direct 4,116 %$0 % 0 00% $4,116
State Costs
Utility Direct State 1 %$0 % 0 00% $1
Costs
Construction Direct 40,529 %$0 % 0 00% $40,529
State Costs
Indirect State Costs 25,093 %$0 100°/o 25,093 % $0
TOTAL 707,116 $407,556 $25,093 $274,467
Initial payment by the Local Government to the State: $5,118.00
Payment by the Local Government to the State before construction: $167,038.00
Estimated total payment by the Local Government to the State $172,156.00
This is an estimate. The final amount of Local Government participation will be based
on actual costs.
Page 1 of 1
AFA Lo n g G en Attac h men t C
DocuSign Envelope ID: 8CFC9FE1-A239-4361-B282-1FFBF80773F5
/_1�]%V[�1�11L1�]I►[el_[el:���► 1����
CSJ: 0902-90-096
PROJECT NAME: Meacham Blvd. and
ADDITIONAL ROUTING SIGNATURES
CITY OF FORT WORTH
Contract Compliance Manager:
By signing I acknowledge that I am the person responsible
for the monitoring and administration of this contract, including
ensurin all�ee�grmance and reporting requirements.
BY: "l � Jl�t,
Yang Jin
Engineering Manager, Transportation & Public Works Department
Email: van�.iin@fortworthtexas.�ov
APPROVAL RECOMMENDED:
DocuSigned by:
BY: �l�,lA.tM �1.. �DU,�t,Sbl�t,
William M. Johnson, Director
Transportation and Public Work
Email: William.Johnson@fortworthtexas.�ov
CONTRACT AUTHORIZATION
M&C:
Date Approved:
Form 1295: N/A
APPROVED AS TO FORM AND LEGALITY:
DocuSigned by:
BY: �b� 1/�c�
Douglas W. Black
Senior Assistant City Attorney
Email: Dou�las.Black@fortworthtexas.�ov
ATTEST AS TO CITY MANAGER SIGNATURE:
DocuSigned by:
BY: `� U U ���
Mary J. Kayser
City Secretary
Email: Mary.Kayser@fortworthtexas.gov
DS
��
Ave.
�FFICIAL RECORD
CITY SECRETARY
FT. W�RTH, TX
Dacu�.
� S E C U R E 6
Certificate Of Completion
Envelopeld:8CFC9FE1A2394361B2821FFBF80773F5
Subject: DocuSign: AFA - Prime - City of Fort Worth - 0902-90-096 - Log# 43980
Source Envelope:
Document Pages: 26 Signatures: 6
Certificate Pages: 6 Initials: 7
AutoNav: Enabled
Envelopeld Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
Record Tracking
Status: Original
4/8/2021 12:42:00 PM
Holder: Lauren Dillon
lauren.dillon@txdot.gov
Signer Events
Cynthia Don
Cynthia. Don@txdot.gov
Contract Specialist
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Yang Jin
Yang.jin@fortworthtexas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 4/8/2021 1:54:09 PM
ID:cde452b6-c49e-4b70-a647-c902fbd1131e
William M. Johnson
William.Johnson@fortworthtexas.gov
TPW Director
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 11/12/2020 4:31:34 PM
ID:5e794b5e-3b2f-4c9e-ad37-8c80acdfa681
Doug Black
Doug.Black@fortworthtexas.gov
Security Level: Email, Account Authentication
(None)
Status: Completed
Envelope Originator:
Lauren Dillon
125 E. 11 th Street
Austin, TX 78701
lauren.dillon@txdot.gov
IP Address: 204.64.21.251
Location: DocuSign
Signature Timestamp
os Sent: 4/8/2021 1:14:53 PM
C� Viewed: 4/8/2021 1:43:56 PM
Signed: 4/8/2021 1:46:00 PM
Signature Adoption: Pre-selected Style
Using IP Address: 204.64.21.251
C0°°"5'9"e°°Y: Sent: 4/8/2021 1:46:02 PM
�� ,�Ua Viewed: 4/8/2021 1:54:09 PM
aneco�oFasoaaes... Signed: 4/11/2021 10:07:39 AM
Signature Adoption: Pre-selected Style
Using IP Address: 209.194.29.100
CDocuSignetl by:
�l�,tawt n'l-. �Du.ln,Sbin,
DD66A6456E6D401...
Signature Adoption: Pre-selected Style
Using IP Address: 209.194.29.100
DocuSigned by:
C�B858A28C� F .
Signature Adoption: Pre-selected Style
Using IP Address: 209.194.29.100
Sent:4/11/2021 10:07:41 AM
Viewed: 4/12/2021 10:15:27 AM
Signed: 4/12/2021 10:16:15 AM
Sent: 4/12/2021 10:16:19 AM
Viewed: 4/13/2021 6:07:42 PM
Signed:4/13/2021 6:10:21 PM
Electronic Record and Signature Disclosure:
Accepted: 4/13/2021 6:07:42 PM
ID:7d3273ee-45d1-4efe-b3ab-2983374e66a8
Signer Events
Dana Burghdoff
Dana.Burghdoff@fortworthtexas.gov
Assistant City Manager
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 4/13/2021 8:07:13 PM
ID:ac5ce263-2b79-4fb6-9c14-Of91169bee0c
Mary Kayser
Mary. Kayser@fortworthtexas.gov
City Secretary
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 4/14/2021 7:22:40 AM
ID:b7afec29-d8da-46c2-ae7d-9faf4f45685a
Lauren Dillon
lauren.dillon@txdot.gov
Contract Specialist
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Kenneth Stewart
ken neth.stewart@txdot.gov
Director, Contract Services
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
In Person Signer Events
Editor Delivery Events
Agent Delivery Events
Intermediary Delivery Events
Certified Delivery Events
Carbon Copy Events
Yang Jin
Yang.ji n@fortworthtexas.gov
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 4/14/2021 12:33:48 PM
ID:078b5bcf-1858-4848-8424-7b3644bd7167
Signature
�DocuSignetl by:
� ����
AC27A95F116A4A1...
Signature Adoption: Pre-selected Style
Using IP Address: 107.77.199.182
Signed using mobile
DocuSigned by:
[r U ��
B745A799DiBD480...
Signature Adoption: Uploaded Signature Image
Using IP Address: 209.194.29.100
DS
��
Signature Adoption: Pre-selected Style
Using IP Address: 204.64.21.50
CDocuSigned by:
�.�. ��/�-
FICDASOFDBSC486...
Signature Adoption: Pre-selected Style
Using IP Address: 204.64.21.251
Signature
Status
Status
Status
Status
Status
��PIED
Timestamp
Sent: 4/13/2021 6:10:24 PM
Viewed: 4/13/2021 8:07:13 PM
Signed:4/13/2021 8:08:41 PM
Sent: 4/13/2021 8:08:45 PM
Viewed: 4/14/2021 7:22:40 AM
Signed: 4/14/2021 7:23:38 AM
Sent: 4/14/2021 7:23:41 AM
Viewed: 4/14/2021 9:57:55 AM
Signed: 4/14/2021 9:58:58 AM
Sent: 4/14/2021 9:59:01 AM
Viewed: 4/14/2021 3:58:43 PM
Signed: 4/14/2021 3:58:53 PM
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Sent: 4/14/2021 3:58:56 PM
Carbon Copy Events
Ngozi Lopez
Ngozi. Lopez@txdot.gov
Transportation Engineer
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Accepted: 11/17/2017 7:51:19 AM
ID:37355305-10f5-46c9-a587-784fad48bc9b
Rose Rodriguez
Rose. Rodriguez@txdot.gov
Contract Administration Manager
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Mohammad AI Hweil
Mohammad.AlHweil@txdot.gov
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Cynthia Don
Cynthia. Don@txdot.gov
Contract Specialist
Texas Department of Transportation
Security Level: Email, Account Authentication
(None)
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Witness Events
Notary Events
Envelope Summary Events
Envelope Sent
Certified Delivered
Signing Complete
Completed
Status
��PIED
��PIED
��PIED
��PIED
Signature
Signature
Status
Hashed/Encrypted
Security Checked
Security Checked
Security Checked
Timestamp
Sent: 4/14/2021 3:58:57 PM
Sent: 4/14/2021 3:58:58 PM
Sent: 4/14/2021 3:58:59 PM
Sent: 4/14/2021 3:59:00 PM
Timestamp
Timestamp
Timestamps
4/8/2021 1:14:53 PM
4/14/2021 3:58:43 PM
4/14/2021 3:58:53 PM
4/14/2021 3:59:00 PM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
Electronic Record and Signature Disclosure created on: 1/9/2015 7:21:34 AM
Parties agreed to: Yang Jin, William M. Johnson, Doug Black, Dana Burghdoff, Mary Kayser, Yang Jin, Ngozi Lopez
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, Texas Department of Transportation (we, us or Company) may be required by
law to provide to you certain written notices or disclosures. Described below are the terms and
conditions for providing to you such notices and disclosures electronically through your
DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully
and thoroughly, and if you can access this information electronically to your satisfaction and
agree to these terms and conditions, please confirm your agreement by clicking the 'I agree'
button at the bottom of this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your pocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a$0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your pocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact Texas Department of Transportation:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: kevin.setoda@txdot.gov
To advise Texas Department of Transportation of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at kevin.setoda@txdot.gov and in
the body of such request you must state: your previous e-mail address, your new e-mail address.
We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your pocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from Texas Department of Transportation
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to kevin.setoda@txdot.gov and in the
body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with Texas Department of Transportation
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your pocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to kevin.setoda@txdot.gov and in the body of such request you must
state your e-mail, full name, IS Postal Address, telephone number, and account number.
We do not need any other information from you to withdraw consent.. The consequences
of your withdrawing consent for online documents will be that transactions may take a
longer time to process..
Required hardware and software
O eratin S stems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Ex lorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetSca e 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
rox connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
Until or unless I notify Texas Department of Transportation as described above, I
consent to receive from exclusively through electronic means all notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be
provided or made available to me by Texas Department of Transportation during the
course of my relationship with you.
Signature:
Email: tpwcontracts@fortworthtexas.gov