Res 031-2014 3/4/2014 RESOLUTION NO. 31-2014
Resolution to approve a Local Project Advance Funding Agreement
(LPAFA) with the Texas Department of Transportation to provide for
state funding of the part of the City's McNiel Avenue Drainage
Improvement Project (CWF13-552-01) in state right-of-way, in an
amount to be reimbursed of $2,316,350
WHEREAS, the City of Wichita Falls has met with the Texas Department of
Transportation to discuss the proposed work and specifications; and
WHEREAS, the Texas Department of Transportation has proposed to reimburse
the City of Wichita Falls for the proposed construction at the intersection of Southwest
Parkway (FM 369) and McNiel Avenue within the State right-of-way for an amount not to
exceed $2,316,350.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The City Manager is authorized to execute the attached Local Project Advance
Funding Agreement (LPAFA) with the Texas Department of Transportation to provide
for state funding of the City's placing the open channel along Southwest Parkway (FM
369) into a concrete box culvert, replacing the traffic signals, constructing right turn
lanes on westbound Southwest Parkway (FM 369) as well as southbound on McNiel
Avenue and other miscellaneous improvements as part of the McNiel Avenue Drainage
Improvements Project (CWF13-552-01), in an amount to be reimbursed of $2,316,350,
with changes as approved by the City Attorney.
PASSED AND APPROVED this the 4t" day of March, 2014.
MAYOR
ATTEST:
City Clerk
Location Map
I
ram'''.. .lw wEi°. yr :4 +� '-"e!•br� "�' ,,, ti� r'm
Fes.
City-Funded®
to -'Funded
a
y�
• 9� d
a p #. k N
13 1 LEW.bb
Texas Department of Transportation
1W1 90'UTFME5T PA"AV I WrW1FA PAJ.&Tx 7=2 I VD4MYN 7700 1 t4 WW—TX1X3IAC'V
February 12,2014
J; 080x-02-OS2
Hwy: FM 369
County; Wichita
ll mlts; Fh+l 369{SVV Pa-kwag at M cNiel Ave.
Type of► ork.- Injerwrtiar,:and Drainage I-mpra M6nt5;It MCNIel AVe. arrd FM 363}5'Y Pa ri Way
Damn Le ker
City Manager
City of Wichita Falls
130D 71h Street
Wichita Falls,Tx 76307-7531
Dea r Mr, Leiker,
Please rewiaw this Aduanee iFunddng Agreement for InAersection and Dwirtage Imprwwrientu of
McNiel Ave. and FM 3 ,31SIN Parkway. Articles 20 and 21 of ft agrOOrnOnt pertain to fadaral
funding. These arl►vles are required by TO T's FInanclt DivIslan to he kicluded, but wil I net be
appkled Isar this particular ro*marnt.
Please sign the agreement►yhere indicated by the red faiago end return the ograenwwA to our
aftx by (arch 1,_201 . if you have any gue!Acins, please odnrLaci San Coker at( 0) t5-7'I _
S ncerelyr,
C-� FAW--4�-
Baniel E.Brawn, P-E.
UnKtw-of TrRnspgrUtiQnr
Tanning and aey*lopsnant
Oun GIB
MAINTAIMA SAFE SYSTEM R PLOIDRESS CONOMLON * CONNECT TEM COMMUNITIES # BEST IN CtAti55 5TATE A(3ENCY
AirE4veJ Oppoftn iEmp"r
Caiistrlet# 03-itch ita Fal!Is_
Cade Chart 6A# 46050
Project: M cNiel Brainage Prvi t
Federal HighweV Administration
CFDA# 20_20-5
N4�t Research eirid Developnicini.
STATE 01= TEXAS
COUNTY OF TRAVIS �
LOCAL TP kr4SPORTATION PROJECT
ADVANCE FUNDING AGREEMENT
rOR AN ON•SYSTEMtI PREVENTATIVE MAlNTENANGE AND REHAB PROJECT
THIS Local Project Advance Funding Agreement(LPAFA) is made by and batween the State of
Texas, acting by and through the Tnxas Department of Transportation, called theh'State",and the
City of WichilU Falls, acting by @nd through its duly authorized-officials, called the "Local
Government.'
WITH ESSETH
WHEREAS, a Master Agreement between the Local Government and the State has been adopted
and states the general terms and oorvd Mons for transperlation projects developed through this
LPAFA; and,
WHEREAS, the Texas Transportation Commission passed Minute Order Number �11� that
provides for the development of, and funding for,the Project described herein; and,
WHEREAS, the Goveming Body of the Local Government has appraued entering into this LPAFA by
resolutions or ordinance dated , 20_, which is attached to and made a part of this
agreement as Attachment A for ttre devel-opment of the Project. A4 map showing t1he Piroject location
appears in Attachment S. whiash is attached to and made a part of this agreement.
NOW, THEREFORE. in consideration of the premises and of the mutual covenant and agreements
of tho parties, to be by them respectively 1 ept and perfnfimed as hereinafter set forth, rt is agreed as
follows:
AGREEMENT
1, Period of the Agreement
The period of r-iis LPAFA is as stated ill `he Master Agreement. without exception.
2. Termination of this LPAFA
Termination of this LPAFA shall be under the r►di[ions as stated in the Master Agreement. This
LPAFA may be terminated by the State it the Project is inactive for thirty-six (36)months or longer
and no exponditures have been charged against federal funds.
3. Amendments
Amendments to this LPAFA shall he made as described Iin the fwlaster Agreement, without
excepton.
AFA-LPAFA_8hortGar,4oc Page 1 of 9 Reu sed 0302912013
Csi# t 2-02-052
District* 03-Wichita Falls
Code Chart 6A 0 46050
Project: McNial drainage Prole t
Federal Highway Administfabork
CFDA# 20.205
Not Rewh and Development
4, Scope of Work
The scope of work for this LPAFA is described as; Encl f ihe drainage ditch
installing new Cori ete box culvert and constructing a right-turn large along FAQ 3691 outhr5+erA
Parkway at McNiel Ave. as well as, instalIing new Iraffic sign Is and related equipment for
Intersection il]oyroyements.
5. Right of Warr and Rea Prop"
Right of way and real property shall be the respunFibiliity of the Local Guvernment as stated in the
Masier Agreement. without exception
6. Miklos
Adjustment of utilities will be providad by the Local l Govem rent as required and as slated in the
Master Agreement. without exception,
T. Eavironnwntal Assessment and Mitigation
Environmental assessment and rnitigatlon will be carried out as stated in the Master Agreement.
Add Itlonal lye 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.
9. Compliance wrfth Texas Accessi4ility Standards and ADA
Conn pliance with Texas AccessibilAy Standards and the Arnpricans with Disabilities Act (ADA)will
be as stated in the Master Agreement. without exCeptian.
9. Architectural and Engineering Services
Architectural and engineering seivices will be provided by the Local 4Govamment as stated in the
Master Ag ree rnent The Luca I Government is responsible for performanoe of a ny required
.architectural or preliminary engineefing wotk. For projects on the state highway system, the
design shall,at a minimum conforim to applicable Starts Manuals, For.projects not on the state
highway system, the design shall, at a minimum, conform to applicable AmBv can Assaceaiiia;) of
State HiyO)gray and Irmnsporfation Offlcials design standards. The State may review and
comment on the work as required to accomplish the public purposes of the State. The Local
Govern-rent will cooperate fully with the$tale in accomplishing these local public purposes to the
degree permitted by State and Fell law.
10. Construction Respcansibilkies
Constnactic n responsibilities will be carried nut by the Loca l Government as slated in The Master
Agracnient.
11, Project Maintenance
Project maintenance will be undertaken as prouidod for in tho hllastorAgreement, without
exception.
AAA-LPA--A_ShortGen.doc Page 2 of 8 Revised 0312!DV2013
C J # 0,602-0 05Z
(District # 03-VVianda Falls
Code Chart 64 9 46MO
Projact Mctdiel Drainage_F
Federal Highway Aftlinigiraition
CFDA# 20,2105
Nall Reworoh and Dawelapsment
12. Local Project Sources and Uses of Fronde
A. A Project Budget Estimate is provided in Attachment C. The State and the Federal
Government will not reimburse the LocaI 0ovornment for any work performed before the
federal spending authody is formally obligated to the Project by the Federal Highway
Adminlshation- After federal funds have been obligated, the Mate will send to the Local
Government a copy of the formal documentation showing the obligation) of funds including
federal award infcrmaUon, The Loc2i Government is responsible for one hundred percent
(100%) of the cost of any work performed under its direction or control before:the Federal
spending authority is formally obligated_
113 If the LocaI Governmert will perform any work under this mritracA for wh ich reimbursement will
be provided by or through the State,the Local Government must complete training before
federal spending authority is obligated. TraINng is cotnplete when at least one individual who
is working actively and ddrer:tlyr on the Project successfulty completes and receives a certificate
for the caounse entitlad 'Lcacal Govemmenl ,t FIrwedures Qua;Xcafian Ayr fh�e Texas
DV&rfrwn1 of Trsansspoitatton. The Local Government shad provide five certificate of
qualification Jo the State. The indMdual who receives the training certificate may be an
employee of the Loca I Government or an employee of a firm that has been contracted by thie
Local Government to perform oversight of the P roject. The State in its d iscretion may deny
reimbursement if the Loon)Govefflment has not designated a qualified indirvidual to oversee
the Project.
C_ A Source of iFunds estimate based on the Transportation Improvement Program (TIP) is also
provided in Attachment�C. Attachment C shows the percentage and estimated -dollar amount
'to be cr nt0btftd to the project by federal, slate,and local sources. The parties agree that the
LPAFA may be amended from time to time as required to meet the funding corm' Rmems
based on revisions to the TIP, I-ederaI Project Authorization and Agreernent (FF k),or other
federal document_
D. The Local Government is respQnsiblla for all non-federal and no"We funding, im-,hiding any
project cost overruns. sunless otherMse provided for in this agreement or through amendment
DI this agreement.
E, Prior to the performance of any engineering review work by the SW@, the Local Government
will pay to the State the arnount specified in Attachment C. At a minimurn, th is a rnou n S ha II
equal the Local Government's fundisig -share for the estirnated cost of preliminary engineering
tar the project, At least,sixty (60) days prior to the date set for receipt of the consir GOO 01-1 bidS.
the Local Government shall remit its remaining finaln I share for the tat]e's estimated
construction oversight and construction -costs_
F. In the event that the Mate deter ines that additianai funding by the Local Government is
required at any time during the ProjjW,the Mast$vAll notify the Local Government in wrlliing,
The Loyal Covernment shalt make payment to the Mate within thirty { ) days from receipt,of
the Staste's written notif"bon,
G. Whenever funds are paid by the Local Gt}vemment to the State under this Agreement, the
Local Government shall remit a check or warTant made payable to the"Texas aepartrnerd of
Transportation Trust Fund.' The ch or warrant shall be deposited by the State in an
es,crowr account tar be managed by the Mate. FurAs in the escrow account may only be
applied by the State to the Project. If, .after final Project accounting, excess funds remain in
the escrow acoogsant, those funds may be applied by the State to the Local Government's
AFA-LPAFA_Short en.doc Page 3 of 8 Revised 03129; 13
CSd# 0802-02-052
District# 03='Nrchita Fall
Cade Chart 04#
_4050—
Project,!Ac Niel Drainage Proieck
Federal 1-14hwray AdminIstralion
GFOA A 20.205
hlpt Research and Development
contrarrual obligations to the State under another advance funding agreennanl with approval
byapprcprate pers,arrnel faf the Local Goim ron-iant.
H. If any existing or future local ordinances,commissioners court orders, rules, policies, or other
directives, including but not Ilmited is outdoor advertising billboards and storm water drainage
facility requirements, are more re,�;triictive than State or Federal Regulations, or if any other
locally proposed changes. including but not Iirnited to plats or replats, result in increased costs,
then any inoreased casts associated with the ordinances or chan g.es vrill he paid by the Local
Government_ The coast of providing right of way acquired by the State shall ream the total
expenses in acquiring the property inwests Oher thraug`h negq+tialio�ns or-eminent domain
proceedings, including but not limited to expenses related to relocabon. removal. and
adjustment of eligible utilities.
1. The state auditor may oonoduct an audit or inves"ation of any entity receiving funds from Ile
Mate directly under this contract or indirectly through a subcontract under this contract.
Acteptance of funds directly tinder this contract or indirectly through a subcontract sander this
contract acts as acceptance of the authority of the stake auditor, under the direction of the
legislative audit committee, to conduct an audit or investigation in connection with thaw funds.
Any entity that is the subject of an audit or investigation must provide the state auditor with
access to any Information this state auditor considers relevant to the investigatlon or audit,
J. Payment iu nder this contract beyond the end of the current fiscal bienniaarn Is subject to
availability of appropriated funds, If funds are not appropriated,this contract shall be
terminated immediaWy with no liability to either party-
K. The Local Government is au%orimd to submit requests for re mbursement by submitting lhr,
original of an itemized invoice in aform and containing all item; required by the State no rim
frequently than monthly and no later than ninety (90) days after ONIS are incurred It the Local
Government submits invokes more than ninety (90) days afar the masts are incurred,and If
federal funding is reduced as a result, tare State shalt have no responsibility to reirrnburse the
Local Government for those Ccasts,
13, Document and Information Exchange
The Local Government agrees tD electronlii-mally deliver to the Make all general notes,
specifications, contract provision requirements, and related documentation in a MicrceoftV Nord
or similar document. It requested by the Scat, the Local�oivvm rrent will use the States
do-cument template. The Local novernment shall also provide a detailed construction time
estimate including types ref activities and month in the format required by the Mate. This
requirement applies whether the Local Government creates the documents with its oven forioe!g or
by hiring a consultant or professional provider. At the request of the State,the Lraeal GDVernment
shall submit any information required by the Mate ir5 the format directed l yy the State.
14. Incorporation of Master Agreement Provisions
This, I.-PAFA incorporates all of the governing pr€visions of the Master Agreement in effect on the
date of final execution of this LPAFA, unless an exreplian has been made in this agreement.
16r Insurance
If this Agreement,authork es the Local Govemment or Rs contraotor to perform any work on State
right of way, before beginning work the entity performing the work shall provide the State with a
AFA-LPAFA_ShortGen.doc Page 4 of a Revised O=W2013
CS,I# M-02-062
Cistrict#t 03-WeNta Fab
Code Chart 64
Project: M,cNiel Crainarr�Prcrie�rt
Federal Highveoy Administration
CFDA# .20,205
Not Ro he and DevebWerir
fulty executed copy of the States Form 1560 Certificate of Insurance verifying the exi5tenC8 of
overage in the amounts and types mad on the Certificate of I nsurance for all persons and
entities working on State right of way. This coverage shall be maintained until all mrk an the
State right of way is complete- 0 coverage is not maintained, ali work on State right of way shal I
cease immediately, and the State may recover damages and all costs of completing the work.
16. Debarment Certification
The parties are prohibited from making any aveard at.any tier to any party that is debarred or
suspended or otherwise excluded from or ins°i,i�l_ for participation in Federal Assistance
Programs under Executive Order 12549, "Debarrnent and Suspension.' By axecuting this
Agreement, dve (Local Goverriment+aerlif►es that it and its principals is not currently debarred,
suspended, or otherwise excluded from Dr ineligible for pKartloilpatico in Federal Assistance
Prograims under Executive Order 12549 and further certifies that it will not do bualness with any
part', to include principals,that is currently debarred, suspended, or otherv,Wo excluded from or
inellglble for participation in Federal Assistance Programs under Executive Oyder 12549. The
parties to this contract shall require any party to a subcordfW_ or purchase order avrw'ded under
this contract to cerlify its eligibility to receive federal funds and, when requested by the State, to
furnish a copy of the cerhfiication.
17 Cost Prl inc 1ples and Office of Management and Butt 10M8�audit Requirements
In order to be reimbursed vMLh federal funds, the parties shall comply with the+Cost Friinciples
established io OMB Circular A-87 that epepfy that all reimbursed costs are allowable. reasonable,
and allocabhe to the Project.
"lll, Notices
All notices: to either party shall be delivered personally or sent by certdied or U.S. mail, postage
prepaid,addressed to that party at the following address-
Local Governrnent: State:
pity Manager Director of Contract Services Office
City of Wichita Falls Texas Department of Transportation
13DO 7L'Street 125 E. 11 Street
Wichi a Falls, TX 16301 Austin, Texas 78701
All notices shall be deemed given on the date dediverad in person or deposited in the mail, unless
offorwise provided by this agreement- Either party may change the above address by sending
written notice of the change to the over party. Either party may request in writing than, notes
shall be delivered personally or by certified U-S. mail, and that request shall be carriadcut by the
c&w party.
AFA-LPAFA_ShortGem dcic� Page 5 of 8 Revised l)3r29tZD13
+CSJ# 2-02-052
District# 03-Wichita F..9ils
Code Chart 64 # 46O50
PrrxjeGt: McNiel Drainage Pru erj
Federal Highway Adminisiraticn
DFDA# 20._20
Not Research and Development
W Civil Rigbits Compliance
The Local Government shall oumply with thy+regulations of the U.B. Department of Transportation
as they relate to non-d riminatii n (49 CFR Pad 21 and 23 GFR Part 200), and Executive Order
11246 titled "Equal Employment Opportunity."as amended by Executive Order 11376 and
svpp tinted in the Departmard of Labor Regulations (41 C FR Part 60),
2C Disadvantaged Business Enterprise (DBE) Program Requirements
A. The parties shall comply with ttte Disadvantaged Business Enterprise Program requirements
established in 49 CPR Part 26.
18. The Local Govemment shall adopt, in its totality,the State's tederally approved DBE program.
C. The LocaI Government shall set am appropriate DBE goal consistent with the StaWs DDE
guidelines and in consideration of the local market, project size, and nature of the goods or
services to be aoquired, The Local Government shall have final decision-makIng authority
regarding the DBE goal and shall. be responsible for dr, umenting its actions.
D. 1 he Local Government shall fallow all other parts of the Slate's DBE program referenced in
Tx DOT Form 2395, Memorandum of Understandlinq RegardIng the Adoption of the Texas
Department of Transp<rurtatio n's Federally-Approved Disadvantaged Business Enterprise by
Entity, and attachments found at web address
http:Lno.rot,state,tx.U,s�puhfkatdot-infnibori dbeJmour'rriou atkdr.fiirt�eRCS.Ctlf.
E. The Local Government shall not discriminate on the basis of race, color, national orig In, or sex
in the,award and performance of any U.S_ Department of Transportation(00T)-assisted
contract or in the adminips ration of its IDBF program or the requirements of 49 CFR Part 26_
The Local Government shall take all necessary and reasonable steps under 49 CFR Park 26 to
ensure non�discr m ination in award and administration of DOT-assisted contracts_ The Staale's
DBE prcgram, as required by 49 CFR Part 26 and as approved by DOT, is Ocogxrated by
reference In this agreement, Impternentativn of this program is a legal obligation and [allure to
carry out its terms shall be treated as a violation of this agreenwn—L 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 GFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U,5,Q, 1001 and the Program Fraud Civil Remedies Act of
1 DaO (31 Q_ _lC_ 31 et seq.)-
F. Each -contract lire Local Government signs with a contractor(anti each subcontract the prime
contractor signs with a sub-contractor) must include the foilowuing assurance: The confrocter,
sub-roc pQ a ntr dscAm1nate an the basis a�race, color., nahb at
ofigin, car sex in the partofmance-of tins vanhwd The c+ fract shah ci3rry otrf aPPlocarb�o
requara,rrments of 49 CrR Perf 26 in the awl and administraWn of DOT-&sststaed contracts.
Faflum by the contraclor rto carry out tfre6e rr r+rerrr nts is a waterisl breach of this
a.greermrrt, which may resuilt m tho immineffon of this agreemvnt or such ruiner remedy as the
recoent duarm appropfiate.
21, 'Federal Funding Accountabilityr and Tra.m"treacyAct Requirements
A, Any recipient of funds under this Agreement agrees to comply with the Federal Funding
Accountability aria Transparency Act (FFATA) and implemaniing regulations at 2 GFR. Part
170, inol kid Ing Appendix A. This agreement 6 subject t+o the following award terms;
h1tr)iAN%m.uPoi,!gcy1fdsy§iRWFR-21D10-09-'t4JVdfMI0-22TO5.rdt and
AFA-LPAFA_ShortGen.doc Page a of a Revised ON2912013
CSJ # 0$02-02-052
District# 03-WNhita Fal1s
Cry Chart 64# 46050
Pro i n
Feral Highway Administraliao
CFDA# 20.207
Not Research and Development
#.Mww, . ffds k F - - - . { 'f#2010,22r70S. df
B. The Local Government agrees that it shall:
1, Obtain and provide to the State a Cantral Contracting Registry (CCR) numt r (Federal
Acquisihon Regulation, Part 4, Sub-part 4 1100) if this Ord provides for more Ihan
25,000 in Federal Funding_ The CCR number may be obtained by visiting the C R
website whose address is: hltps: www.sam,goyIo-o all UbI SA.M
2. Obtain and provide to the State a Da to Universal Numbering System (DUNS) number, a
unique nine-charaeter number that allows the .Federal government to track the distribul3on
of federal money- The DUNS number may be requested free of charge for all businesses
and amities required to do so by visiting the Dun & Bradstreet(D&B) on-line registrAc n
waebaitehitteJlfedu4v.+dnb, rnMabforrru; and
3. Repod the total compensation and narnes of its top five (5) executives to the Mate i.
i. More than 90% of annual gross revenues are from the Federal government, and those
revenues are greater than,$25,OOD,000: and
ii. The compensation information is not already available through reporting to the
LLS. Securities and Exchange Commission.
22. Sln-gle Audit Report
A. The parties shall comply frith the requirements of the Single Audit Act of 19K P.L. 98-542,
ensuring that the single audit report includes the coverage stipulated in OMB Circular A-13 ,
B. If threshold expendltum of 750,000 or more are met during the Local Government's fiscal
year, the Local Government must submit a Single Audit Report and Management Letter(if
applicable) to TxDOT's Audit Office, 125 F. I1th Street,Austin, TX 78701 or conlact TxD T's
Audit Offir.P at h1t0:H,,vWW.txdo(.-q Ins1de-txJ0Vofflceleuditieantact.htrnI
C. If expenditures are less than $750,000 during the Local pvamrrmrrt's fiscal year, the Local
GOVeMi r wnt m rJst .s r:b r11 it a statement to TxDOT"s Audit Offrce as follows: "We did not meet
the $750.000 expenditure threshold and therefore, are trot required to have a single audit
Wonrned for FY
0. For each year the project remains open for federal funding expendituures, they Local
Gavemirnant will be responsible for filing a report or statement as described above. The
req ui red ann ual filing shall e)dternd throug hout the life of the agreement, u ri less otherwise
amended or the project ha been formally closed out and no charges have been incurred
within the current fiscal year.
23. 31grtartory Warranty
Each signatory warrants that the signatory has riecessary auth€>!rity to execute this :agreement on
behalf of the entity represented,
AFA-1-PlAF, Short en.dQc Page 7 of 9 Revised 03 79=1 S
CSJ# 0802-02-052
District# 03-Wichita Falls
Code Chart 64# 46050
Project: McNiel Drainage Project
Federal Highway Administration
CFDA# 20.205
Not Research and Development
THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate.
THE LOCAL GOVERNMENT
Signature
Typed or Printed Name
Title
Date
THE STATE OF TEXAS
Janice Mullenix
Director of Contract Services
Texas Department of Transportation
Date
AFA-LPAFA_ShortGen_doc Page 8 of 8 Revised 03/29/2013
CSJ # 0602 -05?--
Di5trict# Q3- i-c1i1a FaMr.
0r Chart 64# 4 =
Projed: MWliel W PFQ t
Federal Hkoway Administraffm
CFDA# 20-205
Not Research and Devellopment
ATTACH MIENT
RESOLUTION OR OR01MANCE
AFA-LPAFf Thor-t(3en dac, Page 1 4F 1 Auach A
CSJ # 0802-02-052
p^igtTiGt# 03-ti!g'I4 hllla Falls
Code Chart 64# 42g5j
Praject: 14 gNiV I Drodnage Pro'ect
Federal Highway Admirbietrakion
CFDA 0 20 205
Not Research and DevelopmiMt
ATTACHMENT ENT 8
PROJECT WCATION MAP
Work
4
W
y�ssy ,Y M
i
Area
LU -
Al rA-LPAI:A_;S:na°tGen.dcc Page 1 of 1 Attachment 8
CSJ
Dist6d# 03-Wichita Fatly
Code Chart 64 k 4f
Project; McNiel Drampgge Prole
Federal Highway AdmInirillration
CFDA# 20105
Not Research and Development
ATTACHMENT C
PRCJEC7 BUDGET ESTIMATE AND SOURCE OF FUNDS
The State wl 11 be reaponsilAe for 10%of the co s L - The Local Go-.,ern me nt -vwi 11 pe rfu rrn eng Ineerl ng
and cunstructlun for the projeol. The Locn I G overn rneit is responsible fear IUYP of-cost overruns for
the project,
Description Mai aderal State Participation -ocall Participation
Esti"ted a JeWation
cost cost 36 'Cost
Engineering $116:350 %$0 100% $116.360 )%
by Local
overnment)
onstruclion $2.200,000 % 100% 2,200,000 SO
by Local
overnr,nent,
Environmental $0 ors .30
by Local
Goverwent)
Rig ht-of-Way $0 %$0 0% ^1 so
by Local
ovemment)
t1lifles $0 %$0 0% D T $0
by Local
ovemment)
Subtotal $2,316,360 0[[/6'$0 100% $2,316,3 60 D% $0
Envirarimerdial 1131reomt $10 1i 0%so 100% $1.0 n� to
State Costs
Right of Way Direct $10 0%$0 100% $10 % Ta
state Costs r
Engineering direct $10 4%so 100% $10 %
Slate Costs r
Utility Direct Slate $1 D %so 100% $10 3% So
[o onstruction Direct $28,304 % $0 100% $28.304 3% :50
tate Costs
Incdirecl State Gostg $107.1344 10% so 100% $107.64-4 130
C
OTAL 1$2.452,338 10%1$0 11 Do% P2,452,338 [so
EsUrnated total payment by the State to the Local Govern rnent: $2,316,350
This is an estimate_ The f i na I a mount of State parti ripiotion will be Based -on actual co s(EL
AFA.LPAFA-Slho rtGendoc Page 1 of I Attarhrnoflt C