HomeMy WebLinkAbout064442 - Construction-Related - Contract - Texas Department of TransportationDocusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
STATE OF TEXAS §
CSC No. 64442
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For
Green Ribbon Project
On -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 for transportation 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 contributions from
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 Number 116522 &
116752 authorizing the State to undertake and complete a highway improvement or other
transportation project generally described as landscape development. 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 August 12t'', 2025,
which is attached to and made a part of this Agreement as Attachment C, Resolution,
Ordinance, or Commissioners Court Order (Attachment C). A map showing the Project location
appears in Attachment A, Location Map Showing Project (Attachment A), which is attached to
and made a part of this Agreement.
C�7yyC�l/_1�:7X%I:a�
CITY SECRETARY
FT. WORTH
AFA LongGen Page 1 of 17 , TX
Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT:
CCSJ # 0172-06-108 I AFA ID I Z00011118
AFA CSJs 0172-06-108
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon
FY25
Federal Highway Administration:
CFDA No. 20.205
CFDA Title Highway Planning and Construction
AFA Not Used For Research & Development
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
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:
Local Government*
2.
Local Government
3.
Local Government
4.
Local Government
5.
Local Government*
Utilities
Environmental Assessment and Mitigation
Architectural and Engineering Services
Construction Responsibilities
Right of Way and Real Property
Article 8
Article 9
Article 11
Article 12
Article 14
An asterisk next to the party responsible for specific work in the above table indicates
that the associated specific work is not anticipated as part of the Project and is therefore
not included in the budget; however, the party indicated will be responsible for that
specific work if that work is not the subject of another agreement and the State
determines that the specific work has become necessary to successful completion of the
Project.
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 for the Project consists of landscape, hardscape, and irrigation
located along US 287 frontage road ROW and E Berry Street as shown in Attachment A.
Planting will consist of Texas native and adaptive shrubs, ornamental grasses,
groundcover and shade and ornamental trees. Hardscape improvements will include
hardwood mulch and river rock mulch, as well as 12" concrete mow strips to define the
planting beds and along the back of curb for maintenance and safety.
4. Project Sources and Uses of Funds
The total estimated cost of the Project is shown in Attachment B, Project Budget
(Attachment B) 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
AFA LongGen Page 2 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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.
B. The expected cash contributions from the federal government, the State, the
Local Government, or other parties are shown in Attachment B. 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 for any 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 B 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
engineering 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 for the development and construction of the local Project. If the
Local Government is due funds for expenses incurred, these funds will 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 for all Project costs that are greater
than the maximum State and federal participation specified in Attachment B and
for overruns in excess of the amount specified in Attachment B to be paid by the
Local Government.
F. The budget in Attachment B 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.
AFA LongGen Page 3 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
G. When the Local Government bears the responsibility for paying 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 for the
fixed price amount specified in Attachment B. 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 B. 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 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 reflects those adjustments.
O. Where the Local Government is authorized to perform services under this
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
frequently than 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 a final accounting of the
Project costs for all items of work with specified percentage funding. Any funds
AFA LongGen Page 4 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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.
5. Termination of This 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 for federal or
state cost participation, or a more thorough definition of the Local Government's
proposed work scope 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.
AFA LongGen Page 5 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT:
CCSJ # 0172-06-108 I AFA ID I Z00011118
AFA CSJs 0172-06-108
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon
FY25
Federal Highway Administration:
CFDA No. 20.205
CFDA Title Highway Planning and Construction
AFA Not Used For Research & Development
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 Government's 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
for the 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.
9. Environmental Assessment and 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 for the 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).
AFA LongGen Page 6 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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 Maintenance of Highways, Streets and 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.
12. Construction Responsibilities
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the 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 responsibility for construction
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 responsible for constructing the Project
will 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.
AFA LongGen Page 7 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
G. For federally funded contracts, the parties to this Agreement will 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 work will
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 Way and Real Property
The party named in Article 1, Responsible Parties, under AGREEMENT is responsible
for the provision and acquisition of any needed right of way or real property.
The Local Government shall be responsible for the following:
A. Right of way and real property acquisition shall be the responsibility of the Local
Government. Title to right of way and other related real property must be
acceptable to the State before funds may be expended for the improvement of
the right of way or real property.
B. If the Local Government is the owner of any part of the Project site under this
Agreement, the Local Government shall permit the State or its authorized
representative access to occupy the site to perform all activities required to
execute the work.
C. All parties to this Agreement will comply with and assume the costs for
compliance with all the requirements of Title II and Title III of the Uniform
Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title
42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental
expenses incurred by the property owners in conveying the real property to the
Local Government and benefits applicable to the relocation of any displaced
person as defined in 49 CFR Section 24.2(g). Documentation to support such
compliance must be maintained and made available to the State and its
representatives for review and inspection.
D. The Local Government shall assume all costs and perform necessary
requirements to provide any necessary evidence of title or right of use in the
name of the Local Government to the real property required for development of
the Project. The evidence of title or rights shall be acceptable to the State, and
be free and clear of all encroachments. The Local Government shall secure and
provide easements and any needed rights of entry over any other land needed to
develop the Project according to the approved Project plans. The Local
Government shall be responsible for securing any additional real property
required for completion of the Project.
AFA LongGen Page 8 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
E. In the event real property is donated to the Local Government after the date of
the State's authorization, the Local Government will provide all documentation to
the State regarding fair market value of the acquired property. The State will
review the Local Government's appraisal, determine the fair market value and
credit that amount towards the Local Government's financial share. If donated
property is to be used as a funding match, it may not be provided by the Local
Government. The State will not reimburse the Local Government for any real
property acquired before execution of this Agreement and the obligation of
federal spending authority.
F. The Local Government shall prepare real property maps, property descriptions,
and other data as needed to properly describe the real property and submit them
to the State for approval prior to the Local Government acquiring the real
property. Tracings of the maps shall be retained by the Local Government for a
permanent record.
G. The Local Government agrees to make a determination of property values for
each real property parcel by methods acceptable to the State and to submit to
the State a tabulation of the values so determined, signed by the appropriate
Local Government representative. The tabulations shall list the parcel numbers,
ownership, acreage and recommended compensation. Compensation shall be
shown in the component parts of land acquired, itemization of improvements
acquired, damages (if any) and the amounts by which the total compensation will
be reduced if the owner retains improvements. This tabulation shall be
accompanied by an explanation to support the determined values, together with
a copy of information or reports used in calculating all determined values.
Expenses incurred by the Local Government in performing this work may be
eligible for reimbursement after the Local Government has received written
authorization by the State to proceed with determination of real property values.
The State will review the data submitted and may base its reimbursement for
parcel acquisitions on these values.
H. Reimbursement for real property costs will be made to the Local Government for
real property purchased in an amount not to exceed eighty percent (80%) of the
cost of the real property purchased in accordance with the terms and provisions
of this Agreement. Reimbursement will be in an amount not to exceed eighty
percent (80%) of the State's predetermined value of each parcel, or the net cost
of the parcel, whichever is less. In addition, reimbursement will be made to the
Local Government for necessary payments to appraisers, expenses incurred in
order to assure good title, and costs associated with the relocation of displaced
persons and personal property as well as incidental expenses.
I. If the Project requires the use of real property to which the Local Government will
not hold title, a separate agreement between the owners of the real property and
the Local Government must be executed prior to execution of this Agreement.
The separate agreement must establish that the Project will be dedicated for
public use for a period of not less than 10 (ten) years after completion. The
separate agreement must define the responsibilities of the parties as to the use
of the real property and operation and maintenance of the Project after
AFA LongGen Page 9 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
completion. The separate agreement must be approved by the State prior to its
execution. A copy of the executed agreement shall be provided to the State.
15. Insurance
If this Agreement authorizes the Local Government or its contractor to perform any work
on State right of way, before beginning work, the entity performing the work shall provide
the State with a fully executed copy of the State's Form 1560 Certificate of Insurance
verifying the existence of coverage in the amounts and types specified on the Certificate
of Insurance for all persons and entities working on State right of way. This coverage
shall be maintained until all work on the State right of way is complete. If coverage is not
maintained, all work on State right of way shall cease immediately, and the State may
recover damages and all costs of completing the work.
16. 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: Principal Regional Planner
200 Texas Street
Fort Worth, TX, 76102
State:
Texas Department of Transportation
ATTN: Director of Contract Services
125 E. 11 t" 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 under this
AFA LongGen Page 10 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT:
CCSJ # 0172-06-108 I AFA ID I Z00011118
AFA CSJs 0172-06-108
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon
FY25
Federal Highway Administration:
CFDA No. 20.205
CFDA Title Highway Planning and Construction
AFA Not Used For Research & Development
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. .
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 Government shall 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. Procurement and Property Management Standards
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 under this 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 during the Agreement period and
for seven (7) years from the date of final reimbursement by FHWA under this Agreement
or 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:
AFA LongGen Page 11 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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 origin in the selection and retention of subcontractors, including
procurement of 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. Includina Procurement of Materials and
Eauipment: In all solicitations either by competitive bidding or negotiation made
by the Local Government for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier will 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 Resorts: 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, other sources 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 procurement of
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
AFA LongGen Page 12 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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:
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
AFA LongGen Page 13 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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.
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 httD://ftD.dot.state.tx.us/Dub/txdot-
info/boD/dbe/mou/mou attachments.Ddf.
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 contractor, 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
AFA LongGen Page 14 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
by the contractor to carry out these 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 further certifies that it will not do business with any party, to include principals, that is
currently debarred, suspended, or otherwise excluded from or ineligible for participation
in Federal Assistance Programs under Executive Order 12549. The parties to this
Agreement shall require any party to a subcontract or purchase order awarded under
this Agreement to 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 officer or
employee of any federal agency, a Member of Congress, an officer or 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
AFA LongGen Page 15 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
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 Funding Accountability and Transparency Act Requirements
If federal funds are used, the following requirements apply:
A. Any recipient of funds under this Agreement agrees to 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: httio://www.ar)o.aov/fdsys/r)ka/FR-2010-09-
14/pdf/2010-22705.pdf and httiD://www.qr)o.qov/fdsys/iDkq/FR-2010-09-
14/0f/2010-22706.0f.
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 than $25,000 in federal funding. The SAM number may be
obtained by visiting the SAM website whose address is:
httr)s://www.sam.aov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine -character number that 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 httr)://fedaov.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 11th Street, Austin, TX
78701 or contact TxDOT's Compliance Division by email at
sinaleauditsna txdot.aov.
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 "
AFA LongGen Page 16 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT:
CCSJ # 0172-06-108 I AFA ID I Z00011118
AFA CSJs 0172-06-108
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon
FY25
Federal Highway Administration:
CFDA No. 20.205
CFDA Title Highway Planning and Construction
AFA Not Used For Research & Development
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 the
Agreement, unless otherwise amended or the Project has been formally closed
out and no charges have been incurred within the current fiscal year.
32. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
Agreement on behalf of the entity represented.
Each party is signing this Agreement on the date stated under that party's signature.
THE STATE OF TEXAS THE LOCAL GOVERNMENT
Do1cu'Siign{e,-dllby:
C� Signed by:
Signature Signature
Kenneth Stewart Jesica McEachern
Typed or Printed Name Typed or Printed Name
Director, Contract Services Assistant City Manager
Typed or Printed Title Typed or Printed Title
8/29/2025 8/29/2025
Date Date
AFA LongGen Page 17 of 17 Rev. 2/27/2024
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name US 287/ E Berry Street Green Ribbon AFA Not Used For Research & Development
FY25
ATTACHMENT A
LOCATION MAP SHOWING PROJECT
Vim..center
rr
Location Map
City of Fort Worth US 287
Project limits from: East Berry Street - Intersection at Martin Luther
King Jr Freer. -ay
Project limits to: Binkley Street - Intersection at Marting Luther King
Jr Freev:ay
CSJ 0172.06.108
a'& Ski
N N.T.S.
® August
� 2024
T
Page 1 of 1
AFA LongGen Attachment A
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT:
ccsJ # 0172-06-108 I AFA ID I Z00011118
AFA CSJs 0172-06-108
District # 02 Code Chart 64# 115000
Project Name HWY 287/ E Berry Street Green
Ribbon FY25
Federal Highway Administration:
CFDA No. 20.205
CFDA Title Highway Planning and Construction
AFA Not Used For Research & Development
ATTACHMENT B
PROJECT BUDGET
Construction costs will be allocated based on 80% Federal funding and 20% State funding until
the federal and state funding reaches the maximum obligated amount. The Local Government
will then be responsible for 100% of the cost overruns.
Environmental and engineering costs will be allocated based on 100% local funding with the
Local Government responsible for cost overruns.
Description
Total
Federal
State
Local
Estimated Cost
Participation
Partici-:)ation
Participation
%
Cost
%
Cost
%
Cost
Environmental (by Local
$8,000
0%
$0
0%
$0
100%
$8,000
Government)
Engineering (by Local
$292,000
0%
$0
0%
$0
100%
$292,000
Government)
Construction (by Local
$400,000
80%
$320,000
20%
$80,000
0%
$0
Government)
Subtotal
$700,000
$320,000
$80,000
$300,000
Environmental Direct
$8,749
0%
$0
100%
$8,749
0%
$0
State Costs
Right of Way Direct State
$1
0%
$0
100%
$1
0%
$0
Costs
Engineering Direct State
$8,749
0%
$0
100%
$8,749
0%
$0
Costs
Utility Direct State Costs
$1
0%
$0
100%
$1
0%
$0
Construction Direct State
$17,500
0%
$0
100%
$17,500
0%
$0
Costs
Indirect State Costs
$37,030
0%
$0
100%
$37,030
0%
$0
TOTAL
$772,030
$320,000
$152,030
$300,000
Initial payment by the Local Government to the State: $0.00
Payment by the Local Government to the State before construction: $0.00
Estimated total payment by the Local Government to the State $0.00
This is an estimate. The final amount of Local Government participation will be based on actual
costs.
Page 1 of 1
AFA LongGen Attachment B
Docusign Envelope ID: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
TxDOT: Federal Highway Administration:
CCSJ # 0172-06-108 I AFA ID I Z00011118 I I CFDA No. 20.205
AFA CSJs 0172-06-108 I I CFDA Title Highway Planning and Construction
District # 02 Code Chart 64# 115000
Project Name HWY 287/ E Berry Street Green AFA Not Used For Research & Development
Ribbon FY25
ATTACHMENT C
RESOLUTION, ORDINANCE, OR COMMISSIONERS COURT ORDER
A Resolution
NO. 6130-08-2025
A RESOLUTION AUTHORIZING EXECUTION OF AN ADVANCE FUNDING
AGREEMENT WITH THE TEXAS DEPARTMENT OF TRANSPORTATION IN
THE. AMOUNT OF $772,030.00 OF WHICH FEDERAL PARTICIPATION IS
S320,000.00, STATE PARTICIPATION IS $152,030.00, AND CITY OF FORT
WORTH PARTICIPATION IS S300,000.00, PLUS ANY COST OVERRUNS, FOR
THE US 287 AND E BERRY STREET GREEN RIBBON LANDSCAPING
PROJECT.
WHEREAS, the City of Fort Worth ("City'') desires to improve a portion of the State of Texas highway
system at US 287 and E Berry Street intersection, which is maintained and operated by the Texas Department of
Transportation ("TXD(YI" ); and
WHEREAS, the US 287 and E Berry Street Green Ribbon Project will enhance the aesthetics of the
highway system by installing landscaping elements.
WHEREAS, TXDOT supports the City's efforts to enhance aesthetics at this location; and
WHEREAS, the Texas Transportation Commission passed Minute Order Numbers 116522 & 116752
authorizing the State to undertake and complete a highway improvement or other transportation project generally
described as landscape development.; and
WHEREAS, TXDOT waives the indirect costs in the amount of $72.030.00, thereby reducing the City's
costs by that amount; and
WHEREAS, the City desires to enter into an Advance Funding Agreement with the Texas Department of
Transportation for US 287 and F: Berry Street Green Ribbon Project in the amount of $772,030.00 with City
participation in the amount of $300,000.00;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT
WORTH, TEXAS:
The City Council authorizes the City Manager or their designee to execute an Advance Funding
Agreement and all other necessary documents with the Texas Department of Transportation in the estimated
amount of $772,030.00, with City participation in the expected amount of $300,000.00 plus any cost overruns,
for the US 287 and E Berry Street Green Ribbon Project.
Adopted this 12' day of August 2025.
ATTEST:
By:
Jannette S. Goodall, City Secretary
Page 1 of 1
AFA LongGen Attachment C
ADVANCE FUNDING AGREEMENT
CSJ: 0172-06-108
PROJECT NAME: US 287 Green Ribbon Landscape Improvements
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
ensuring all performance and reporting requirements.
BoaR6t:B/4MJt4 �B�e=re=k=e=t=B�ir=h=an=e��;_._•�_, .. _M_aa,_(D�_,_,20,s_o_,m_,so_csr_) ______ Name ofEmployee/Signature
Title: Sr. Professional Engineer
Email: Bereket.birhane@fortworthtexas.gov
APPROVAL RECOMMENDED:
BY: Lauren Prieur (Dec 8, 202513:06:49 CST)
Lauren Prieur, Director
Transportation and Public Works Department
Email: lauren.prieur@fortworthtexas.gov
CONTRACT AUTHORIZATION
M&C: 25-0681
Date Approved: 8/12/2025
Form 1295: N/ A
APPROVED AS TO FORM AND LEGALITY:
BY: Douglas Black {Dec 9, 2025 18:41:44 CST)
Douglas W. Black
Senior Assistant City Attorney
Email: douglas.black@fortworthtexas.gov
ATTEST AS TO CITY MANAGER SIGNATURE:
�;,. � BY: _U"----------
Jannette S. Goodall
City Secretary
Email: Jannette.Goodall@fortworthtexas.gov
0 docusign.
Certificate Of Completion
Envelope Id: 1 ED9094F-FADO-4FFD-8399-D721 FB335E5E
Subject: EXPEDITE: FTW — AFA - Z00011118 / CSJ 0172-06-108 — City of Fort Worth
Source Envelope:
Document Pages: 34 Signatures: 2
Certificate Pages: 5 Initials: 0
AutoNav: Enabled
Envelopeld Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
Record Tracking
Status: Original
8/28/2025 9:12:20 AM
Security Appliance Status: Connected
Storage Appliance Status: Connected
Signer Events
Jesica McEachern
jesica.mceachern@fortworthtexas.gov
Assistant City Manager
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Accepted: 8/28/2025 11:48:59 AM
ID:ee58462e-bc87-4f98-a24b-cc77f4276acf
Kenneth Stewart
kenneth.stewart@txdot.gov
Director, Contract Services
Texas Department of Transportation
Security Level: Email, Account Authentication
(Optional)
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
Jesus Hernandez
Jesus. Hernandez5@txdot.gov
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Holder: Laura Gamboa
laura.gamboa@txdot.gov
Pool: StateLocal
Pool: Texas Department of Transportation
S(iggn\�a`ture
Signed by
F4EA53E1 E514427..
Signature Adoption: Drawn on Device
Using IP Address: 2600:387:f:b16::1
Signed using mobile
[D11"Si,n1d by:
FICDA80FDBBC4B6...
Signature Adoption: Pre -selected Style
Using IP Address: 204.64.21.234
Signed using mobile
Signature
Status
Status
Status
Status
Status
COPIED
Status: Completed
Envelope Originator:
Laura Gamboa
125 E. 11 th Street
Austin, TX 78701
laura.gamboa@txdot.gov
IP Address: 209.112.107.133
Location: DocuSign
Location: Docusign
Timestamp
Sent: 8/28/2025 9:18:50 AM
Resent: 8/29/2025 10:46:18 AM
Viewed: 8/29/2025 11:48:07 AM
Signed: 8/29/2025 11:48:29 AM
Sent: 8/29/2025 11:48:32 AM
Viewed: 8/29/2025 12:43:21 PM
Signed: 8/29/2025 12:44:01 PM
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Sent: 8/28/2025 9:18:49 AM
Carbon Copy Events
Bereket Birhane
bereket.birhane@fortworthtexas.gov
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Finance
FIN_Local-Participation@txdot.gov
Security Level: Email, Account Authentication
(Optional)
Electronic Record and Signature Disclosure:
Not Offered via Docusign
Status
COPIED
COPIED
Witness Events Signature
Notary Events Signature
Envelope Summary Events Status
Envelope Sent
Hashed/Encrypted
Certified Delivered
Security Checked
Signing Complete
Security Checked
Completed
Security Checked
Payment Events Status
Electronic Record and Signature Disclosure
Timestamp
Sent: 8/29/2025 12:44:04 PM
Sent: 8/29/2025 12:44:05 PM
Timestamp
Timestamp
Timestamps
8/28/2025 9:18:49 AM
8/29/2025 12:43:21 PM
8/29/2025 12:44:01 PM
8/29/2025 12:44:05 PM
Timestamps
Electronic Record and Signature Disclosure created on: 1/9/2015 7:21:34 AM
Parties agreed to: Jesica McEachern
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 DocuSign 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 DocuSign 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 DocuSign 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 DocuSign 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
Operating Systems:
Browsers (for
SENDERS):
Browsers (for
SIGNERS):
Email:
Screen Resolution:
Enabled Security
Settings:
Windows2000? or WindowsXP?
Internet Explorer 6.0? or above
Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above)
Access to a valid email account
800 x 600 minimum
• Allow per session cookies
• Users accessing the internet behind a Proxy Server must enable HTTP
1.1 settings via proxy 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.
M&C Review
Page 1 of 3
CITY COUNCIL AGENDA
Create New From This M&C
Official site of the City of Fort Worth, Texas
FORTI ORTH
'1118v
REFERENCE **M&C 25- 202025 GREEN RIBBON
DATE: 8/12/2025 NO.: 0681 LOG NAME: LANDSCAPE PROGRAM
AFA
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: (CD 8) Authorize Acceptance of the 2025 Green Ribbon Landscape Program Grant in an
Amount of $400,000.00, Awarded by the Texas Department of Transportation, Adopt a
Resolution Authorizing Execution of an Advance Funding Agreement with the Texas
Department of Transportation for the US 287 and East Berry Street Green Ribbon Project,
Authorize Execution of a Landscape Maintenance Agreement with Texas Department of
Transportation, Adopt Appropriation Ordinances, and Amend the Fiscal Years 2025-2029
Capital Improvement Program (2022 Bond Program)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize acceptance of the 2025 Green Ribbon Landscape Program Grant in the amount of
$400,000.00, awarded by the Texas Department of Transportation;
2. Adopt the attached resolution authorizing execution of an Advance Funding Agreement with
the Texas Department of Transportation (CSJ 0172-06-108) for the US 287 and East Berry
Street Green Ribbon project (City Project No. 105831) in the amount of $772,030.00 with
Federal participation in the amount of $320,000.00, State participation in the amount of
$152,030.00, and Local participation in the amount of $300,000.00;
3. Authorize execution of a Landscape Maintenance Agreement with Texas Department of
Transportation, assigning maintenance responsibility to the City;
4. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the Grants Capital Projects Federal Fund in the amount of $320,000.00, subject to receipt
of the grant, for the purpose of funding the construction of the US 287 and East Berry Street
Green Ribbon project (City Project No. 105831);
5. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the Grants Capital Project State Fund in the amount of $80,000.00, subject to receipt of
the grant, for the purpose of funding the construction of the US 287 and East Berry Street
Green Ribbon project (City Project No. 105831); and
6. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The purpose of this Mayor and Council Communication (M&C) is to accept the 2025 Green Ribbon
Landscape Program Grant in the amount of $400,000.00, awarded by the Texas Department of
Transportation (TXDOT), adopt a resolution authorizing execution of an Advance Funding Agreement
(AFA) with TXDOT in the amount of $772,030.00 with City participation in the amount of $300,000.00
for the US 287 and East Berry Street Green Ribbon Landscape project, and authorize execution of a
Landscape Maintenance Agreement with TXDOT.
On May 9, 2024, as part of the 2025 Green Ribbon Landscape Program, the Texas Department of
Transportation (TxDOT) awarded the City funding in an amount of $400,000.00 for the construction of
landscape improvements on US 287 Right -of -Way (Martin Luther King Freeway) at the intersection
with BerryNaughn Street. The Green Ribbon Landscaping Planting Program allocates funds for
landscaping activities, including the planting and establishment of native and adaptive trees and plants
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33541&councildate=8/12/2O25 9/9/2025
M&C Review
Page 2 of 3
on state highways. The award is preliminary, pending a signed Advanced Funding Agreement as well
as a Landscape Maintenance Agreement assigning maintenance responsibility to the City.
The project consists of the design and installation of landscaping and irrigation and will be let by the
City in August 2025. The grant funding is to be used for construction purposes only. The City of Fort
Worth is solely responsible for any costs associated with project management, design, construction
inspection, materials testing, and bears the responsibility to fund cost overruns. The State is waiving
$152,030.00 of direct and indirect state costs for its plan review and oversight.
The project is currently funded for design using the 2022 Bond Program.
The table below summarizes the total funding for the project:
Fund Existing Additional Revised FY2025
Appropriations II Appropriations II Budget
I34027 - 2022 Bond II $300,000.00 $0.0 $300,000.00
Program
V
1001 - Grants Capital $0.00 $320,000.00 $320,000.00
rojects Federal Fund
V
1002 - Grants Capital II $0.00 $80,000.00II $80,000.00roject State Fund I
Project Totalli $300,000.0011 $400,000.0011 $700,000.001
The project is included in the 2022 Bond Program. The City's Extendable Commercial Paper (ECP)
(M&C 22-0607; Ordinance 25675-08-2022) provides liquidity to support the appropriation. Available
resources will be used to make any interim progress payments until the debt is issued. Once debt
associated with a project is sold, debt proceeds will reimburse the interim financing source in
accordance with the statement expressing official Intent to reimburse that was adopted as part of the
ordinance canvassing the bond election (Ordinance 25515-05-2022).
Since no City salaries will be charged, indirect cost recovery does not apply.
The project is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously
appropriated in the 2022 Bond Program Fund and upon approval of the above recommendations and
adoption of the attached appropriation ordinances, funds will be available in the current capital budget,
as appropriated, in the Grants Cap Projects Federal and Grants Cap Projects State for the FY25
Green Ribbon Program project. The Transportation & Public Works Department (and Financial
Management Services) will be responsible for the collection and deposit of funds due to the City. Prior
to an expenditure being incurred, the Transportation & Public Works Department has the responsibility
to validate the availability of funds. This is a State Advance Funding agreement.
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID I Year (Chartfield 2)
FROM
Fund Department Account Project
ID ID
Submitted for Citv Manaaer's Office bv:
Oriainatina Department Head:
Program Activity Budget Reference # I Amount
Year (Chartfield 2)
Jesica McEachern (5804)
Lauren Prieur (6035)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33541&councildate=8/12/2O25 9/9/2025
M&C Review
Page 3 of 3
Additional Information Contact: Monty Hall (8662)
ATTACHMENTS
105831 FID TABLE.xlsx (CFW Internal)
CSJ 0172-06-108 Draft AFA REV.vdf (Public)
GL0019-07 -Proiect Budget Summary 5.29.25.pdf (CFW Internal)
M&C Map CPN105831 Green Ribbon Proiect.odf (Public)
ORD.APP 202025 GREEN RIBBON LANDSCAPE PROGRAM AFA
(R4).docx (Public)
ORD.APP 202025 GREEN RIBBON LANDSCAPE PROGRAM AFA
(R5).docx (Public)
RESOLUTION 105831 20250722(final).docx (Public)
GRANT 31001 AO25
GRANT 31002 AO25
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=33541&councildate=8/12/2O25 9/9/2025
FORT WORTH.
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: Texas Department of Transportation
Subject of the Agreement: Advance Funding Agreement for the Landscape Development at
US 287/ E Berry Street Green Ribbon FY25
M&C Approved by the Council? * Yes 8 No ❑
If so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No 8
If so, provide the original contract number and the amendment number.
Is the Contract "Permanent"? *Yes 8 No ❑
If unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: date signed by last signatory Expiration Date:
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No 8
*If so, please ensure it is attached to the approving M&C or attached to the contract.
Project Number: If applicable. 105831
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes 8 No ❑
Contracts need to be routed for CSO nrocessinv- in the followinv- order:
1. Katherine Cenicola (Approver)
2. Jannette S. Goodall (Signer)
3. Allison Tidwell (Form Filler)
*Indicates the information is required and if the information is not provided, the contract will be
returned to the department.