Res 047-2001 5/1/2001RESOLUTION NO. L�"A " 3,C0 �
RESOLUTION APPROVING ADVANCED FUNDING AGREEMENT FOR
THE REPLACEMENT OF THE BRIDGE ON CYPRESS AVENUE AT THE
KINGSTON /JAMAICA DRAINAGE CHANNEL; FINDING AND
DETERMINING THAT THE MEETING AT WHICH THIS RESOLUTION
WAS PASSED WAS OPEN TO THE PUBLIC AS REQUIRED BY LAW.
WHEREAS, the City of Wichita Falls desires to replace the bridge at Cypress
Avenue at the Kingston /Jamaica drainage channel; and
WHEREAS, funds are available through the Texas Department of Transportation
under their Off the State System Bridge Replacement or Rehabilitation Program; and
WHEREAS, the City of Wichita Falls desire to enter into a contract with the
Texas Department of Transportation for the preliminary engineering for the replacement
of the bridge at Cypress Avenue at the Kingston /Jamaica drainage channel.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
SECTION 1. The attached Funding Agreement for the Bridge Replacement or
Rehabilitation of Off the System State Project for the replacement of the Cypress
Avenue bridge at the Kingston /Jamaica drainage channel is hereby approved and the
City Manager is authorized to enter into the agreement with the Texas Department of
Transportation.
SECTION 2. It is hereby officially found and determined that the meeting at
which this resolution was passed was open to the public as required by law.
PASSED AND APPROVED this the 1st day of May 2001.
-4j�v 44�
AYOR
ATTEST:
'0-- City Clerk
Texas eDeartment of Trans ortation
1601 Southw y Texas 76302 -4906 �* (40) 00
April 9, 2001
County: Wichita
CSJ: 0903 -03 -922
Highway: CS
Limits: At Cypress Ave. at Drainage Ditch
Structure No.: 03- 243- BO1600 -001
Mr. Scott Taylor, P.E.
City Engineer
City of Wichita Falls
PO Box 1431
Wichita Falls, TX 76307
Dear Scott:
County: Archer
CSJ: 0903 -29 -920
Highway: CR
Limits: CR 328 at Little Wichita River
Structure No.: 03- 005- AA0328 -001
Re: Advanced Funding Agreements
Please review the attached agreements for all of the above mentioned projects. If the
City concurs in the merit of these projects and elects to participate in the cost of
replacing the bridges and approaches on the city and county road, please sign where
indicated on each agreement and return all three copies, of each agreement, to our
office.
Attached is a worksheet for each project showing a breakdown of charges. The first
payment for each project is due when the agreements are returned. Total amount
due for both of the projects is $ 6,532.96. Please submit a check for these projects
payable to the Texas Department of Transportation.
If you have any questions, please contact me at (940)720 -7740 or Tammy Marlow at
(940)720 -7741.
/tm
Attachments
Sincerely,
John A. Barton, P.E.
Director of Transportation, Planning
and DevelopmA„+
An Equa/ Opportunity Employer
PAGE 3 OF 18 PAGES
AGENDA ITEM NO. 9.0
County: Wichita
CSJ: 0903 -03 -922
Project:
Road /Street: CS
NBI Structure No.: 03- 243- BO1600 -001
Local Designation No.: At Cypress Avenue at Drainage Ditch
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For Bridge Replacement or Rehabilitation
Off the State System
THIS Advance Funding Agreement (the Agreement) is made by and between the State of
Texas, acting by and through the Texas Department of Transportation, hereinafter called the
"State ", and the City of Wichita Falls, acting by and through its duly authorized officials,
hereinafter called the "Local Government."
WITNESSETH
WHEREAS, Title 23, United States Code (23 USC), authorizes federal funds to assist local
governments in the replacement or rehabilitation of deficient bridges located on a public road or
street within its jurisdiction; and
WHEREAS, the Texas Transportation Code, Sections 201.103 and 222.052 establish that the
State shall plan and make policies for the construction of a comprehensive system of state
highways and public roads in cooperation with local governments; and
WHEREAS, the Local Government owns a bridge or bridges located on a public road or street
located at Cypress Avenue at Drainage Ditch and said bridge(s) is included in the currently
approved program of work for Off -State System Federal -Aid Bridge Replacement and
Rehabilitation as authorized by Texas Transportation Commission Minute Order number 108310,
dated September 2000; and
WHEREAS, the Governing Body of the Local Government has approved entering into this
Agreement by resolution or ordinance which is attached hereto and made a part hereof as
Attachment A and which provides for development of the specific programmed replacement or
rehabilitation project (the Project) identified in the location map shown as Attachment B.
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and
agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set
forth, it is agreed as follows:
Page 1 - 1 I PAGE 4 OF 18 PAGES
AGENDA ITEM NO. 9.0
AGREEMENT
Period of this 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 terminated as
provided in Article 2.
2. Conditions for Termination of this Agreement
a. The Agreement is terminated in writing with the mutual consent of the parties; or
b. Breach of this Agreement, in which case any cost incurred shall be paid by the breaching
party; or
c. If the Local Government elects not to develop the project and the project does not
proceed, in which case the Local Government agrees to reimburse the State for 100
percent of its reasonable actual direct and indirect costs incurred for the project.
3. Amendments
Amendments to this Agreement may be made due to changes in the character of the work,
the terms of the Agreement, or the responsibilities of the parties. Amendments shall be
enacted through a mutually agreed upon, written amendment executed by all parties to this
Agreement.
4. 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.
5. Scope of Work
The scope of work for this Agreement is the replacement or rehabilitation of the bridge(s)
identified in the recitals of this Agreement. This replacement or rehabilitation shall be
accomplished in the manner described in the plans, specifications and estimates developed in
accordance with this Agreement and which are incorporated herein by reference.
6. Right of Way and Real Property
The Local Government is responsible for the provision and acquisition of all necessary right
of way and will not be reimbursed with federal or state funds for the required right of way.
The Local Government authorizes the State, its consultant, contractor, or other, designated
representative to enter the site(s) of said bridge(s) and adjacent right of way or relocation
right of way to perform surveys, inspections, construction and other activities necessary to
replace or rehabilitate said bridge and approaches.
Page 2 - I1
PAGE 5 OF 18 PAGES
AGENDA ITEM NO. 9.0
7. Adjustment of Utilities
The Local Government shall be responsible for the adjustment, removal or relocation of
utility facilities in accordance with applicable State laws, regulations, rules, policies and
procedures. The Local Government will not be reimbursed with federal or state funds for the
cost of required utility work.
8. Environmental Assessment and Mitigation
Development of the 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.
a. The State is responsible for the identification and assessment of any environmental
problems associated with the development of the Project governed by this Agreement.
b. Cost participation in environmental assessment and remediation work shall be paid by the
parties in the same ratio as construction costs and will be included in the construction
costs identified in Attachment C.
c. The State is responsible for providing any public meetings or public hearings required for
development of the environmental assessment
The State will not begin construction of the Project until identified environmental problems
have been remediated, unless provided for otherwise.
9. Compliance with Texas Accessibility Standards and ADA
All parties to this Agreement shall ensure that the plans for and the construction of the
Project subject to this Agreement are in compliance with the Texas Accessibility Standards
(TAS) issued by the Texas Department of Licensing and Regulation, under the Architectural
Barriers Act, Article 9102, Texas Civil Statutes. The TAS establishes minimum accessibility
requirements to be consistent with minimum accessibility requirements of the Americans
with Disabilities Act (P.L. 101 -336) (ADA).
10. Architectural and Engineering Services will be Provided by the State
The State is responsible for performance of any required architectural or preliminary
engineering work. The Local Government may review and comment on the work as required
to accomplish the public purposes of the Local Government. The State will cooperate fully
with the Local Government in accomplishing these local public purposes to the degree
permitted by state and federal law. The Local Government review shall not unduly delay the
development of the Project.
Page 3 - I1
PAGE 6 OF 18 PAGES
AGENDA ITEM NO. 9.0
11. Construction Responsibilities
z. The State shall 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, which 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. Upon completion of the Project, the State will issue a "Notification of Completion"
acknowledging the Project's construction completion.
12. Project Maintenance
After the Project has been completed, the Local Government shall accept full ownership, and
operate and maintain the facilities authorized by this Agreement for the benefit of and at no
charge of toll to the public. This covenant shall survive the completion of constriction under
this Agreement.
13. Local Project Sources and Uses of Funds
a. A Project Cost Estimate is provided in Attachment C.
b. A source of funds estimate is also provided in Attachment C. Attachment C shows the
estimated direct preliminary engineering, construction engineering, and construction
costs for the Project in total and by the Local Government.
c. The Local Government participation is based upon the State's estimate of the eligible
work at the time this Agreement is executed and will not be adjusted during construction
except as needed to include any Project cost item or portion of a cost item ineligible for
state or federal participation. In addition to its share of estimated direct engineering and
construction costs, the Local Government is responsible for the direct cost of any project
cost item or portion of a cost item that is not eligible for federal participation under the
Federal Highway Bridge Replacement and Rehabilitation Program. The Local
Government is also responsible for any cost resulting from changes made at the request
of the Local Government.
d. After execution of this Agreement, but thirty (30) days prior to the performance of any
work by the State, the Local Government will remit a check or warrant made payable to
the "Texas Department of Transportation" in the amount specified in Attachment C as the
local contribution for preliminary engineering. The Local Government will pay at a
minimum its funding share for this estimated cost of preliminary engineering.
e. Forty -five (45) days prior to the date set for receipt of the construction bids, the Local
Government shall remit its remaining financial share for the State's estimated
construction oversight and construction costs and any other costs owing.
f. If at the completion or termination of the Project the State determines that additional
funding is required by the Local Government, the State shall notify the Local
Government in writing. The Local Government shall make payment to the State within
thirty (30) days from receipt of the State's written notification.
Page 4 - 11
PAGE 7 OF 18 PAGES
AGENDA ITEM NO. 9.0
g. Upon completion of the Project, the State will perform an audit of the Project costs. Any
funds due to the Local Government, the State, or the Federal Government will be
promptly paid by the owing party.
h. The State will not pay interest on any funds provided by the Local Government.
I. The Local Government funding participation responsibilities include Project direct costs
only, except when the Project is terminated before completion at the request of the Local
Government as addressed in the Termination provision of this Agreement.
j. If the Project has been approved for a "fixed price" or an "incremental payment" non-
standard funding or payment arrangement under 43 TAC § 15.52, this Agreement will
clearly state the amount of the fixed price or the incremental payment schedule.
k. Under the provisions of Texas Transportation Code Section 222.053 certain counties
qualify as Economically Disadvantaged Counties (EDC) in comparison to other counties
in the state as below average per capita property value, and below average per capita
income, and above average unemployment, for certain years. If applicable, in
consideration of such EDC status that may be applicable for the Project, the required
local match fund participation has been adjusted to N/A percent as authorized by Texas
Transportation Commission Minute Order Number N /A, dated N /A.
1. The State will not execute the contract for the construction of a Project until the required
funding has been made available by the Local Government in accordance with this
Agreement.
14. Performance by Local Government of Equivalent -Match Projects (EMP) in Return for
Waiver of Local Match Participation Funding on Participation - Waived Projects (PWP)
a. Applicability. If a request for waiver has been received and approved by the State's
District Engineer, then the required ten percent matching fund participation or percent as
adjusted for EDC consideration, as shown in Attachment C, but excluding ineligible costs
under the bridge program, is waived. This waiver is based on the commitment of the
Local Government to spend an equivalent amount of funds for structural improvement on
"other" bridge structures within the Local Government's jurisdiction and other conditions
as specified in 43 TAC Section 15.55(d). If a waiver has been granted, the Project shall
be defined to be a Participation- Waived Project (PWP) and the work on the "other"
bridge structures that will be improved by the Local Government shall be defined to be
the Equivalent Match Project(s) (EMP). Attachment D to this Agreement shows a list of
EMP(s) under this Agreement.
b. Project Cost Estimate for PWP. Attachment E to this Agreement shows the estimated
direct preliminary engineering, construction engineering and construction costs for the
PWP in total and local match fund participation being waived, or partially waived.
c. Credit Against EMP Work. Any local match fund participation that has already been
paid, or which the Local Government is agreeable to paying to the State, will be credited
against EMP work to be performed by the Local Government. If applicable, this credit(s)
will be reflected in Attachment E to this Agreement.
d. Responsibilities of the Local Government on EMP(s).
(1) The Local Government shall be responsible for all engineering and construction,
and related costs thereto, and complying with all applicable state and federal
environmental regulations and permitting requirements.
Page 5 - I
PAGE 8 OF 18 PAGES
AGENDA ITEM NO. 9.0
(2) The structural improvement work on the EMP(s) shall be performed subsequent to
the final execution of this Agreement but within three (3) calendar years after the
earliest contract award of the related PWP.
(3) Written documentation, suitable for audit, of the structural improvement work
completed on the EMP(s) shall be kept on file by the Local Government for four (4)
years after completion of work or claims, lawsuits, or audits related thereto,
whichever is longer. A notice of completion of work on the EMP(s) shall be
delivered to the State's District Engineer no later than thirty (30) calendar days after
work is completed on the EMP(s).
(4) Failure by the Local Government to adequately complete the EMP(s) within the
stated three -year period shall result in the Local Government being excluded from
receiving such waivers for a minimum of five (5) years.
e. Funding of Ineligible or Additional Work Not Waived. Regardless of any waiver of
eligible program costs, the Local Govemment shall pay the State 100 percent of the cost
of any PWP item or portion of a cost item that is not eligible for federal or state
participation, and 100 percent of the costs resulting from additional work on the PWP
performed solely at the request of the Local Government. If the ineligible or additional
work is preliminary engineering, the payment shall be made at least thirty (30) days prior
to the beginning of preliminary engineering work on the PWP. If the ineligible or
additional work is for construction or construction engineering, the payment shall be
made at least forty -five (45) days prior to the date set for receipt of bids for construction
of the PWP.
15. Notices
All notices to either party by the other required under this Agreement shall be delivered
personally or sent by certified or U.S. mail, postage prepaid, addressed to such party at the
following addresses:
-- .State:
-Local Government—
Mr. Jim Berzina
City Manager
City of Wichita Falls
PO Box 1431
Wichita Falls, TX 76307
Joe H. Nelson III, P.E.
District Engineer
Texas Department of Transportation
1601 Southwest Parkway
Wichita Falls, TX 76302 -4906
All notices shall be deemed given on the date so delivered or so deposited in the mail, unless
otherwise provided herein. 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 such notices
shall be delivered personally or by certified U.S. mail and such request shall be honored and
carried out by the other party.
Page 6 - 1l
PAGE 9 OF 18 PAGES
AGENDA ITEM NO. 9.0
16. Legal Construction
In case 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.
17. Responsibilities of the Parties
The parties to this Agreement agree that no 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.
18. 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 prepared under this 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 form of photocopy reproduction on a monthly basis as required by the State.
The originals shall remain the property of the Local Government.
19. Compliance with Laws
The parties 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.
20. Sole Agreement
This Agreement constitutes the sole and only agreement between the parties and supersedes
any prior understandings or written or oral agreements respecting this Agreement's subject
matter.
21. Office of Management and Budget (OMB) Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the Cost
Principles established in OMB Circular A -87 that specify that all reimbursed costs are
allowable, reasonable and allocable to the Project.
Pagc 7 - II
PAGE 10 OF 18 PAGES
AGENDA ITEM NO. 9.0
22. Procurement and Property Management Standards
The parties shall adhere to the procurement standards established in Title 49 CFR § 18.36 and
with the property management standard established in Title 49 CFR § 18.32.
23. Inspection of Books and Records
The parties to the 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 Federal
Highway Administration (FHWA), and the U.S. Office of the Inspector General, or their duly
authorized representatives for review and inspection at its office during the contract period
and for four (4) years from the date of completion of work defined under this contract 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.
24. Office of Management and Budget (OMB) Audit Requirements
The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98 -502,
ensuring that the single audit report includes the coverage stipulated in OMB Circular No. A-
128 through August 31, 2000 and stipulated in OMB Circular A -133 after August 31, 2000.
25. Civil Rights Compliance
The parties to this Agreement shall comply with the regulations of the U.S. Department of
Transportation as they relate to nondiscrimination (49 CFR Chapter 21 and 23 CFR
§710.405(B)), and Executive Order 11246 titled "Equal Employment Opportunity," as
amended by Executive Order 11375 and supplemented in the Department of Labor
Regulations (41 CFR Part 60).
26. Disadvantaged Business Enterprise Program Requirements
The parties shall comply with the Disadvantaged/Minority Business Enterprise Program
requirements established in 49 CFR Part 26.
27. Debarment Certifications
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." The parties to this
contract shall require any party to a subcontract or purchase order awarded under this
contract to certify its eligibility to receive federal funds and, when requested by the State, to
furnish a copy of the certification in accordance with Title 49 CFR Part 29 (Debarment and
Suspension).
Page 8 - 11
PAGE 11 OF 18 PAGES
AGENDA ITEM NO. 9.0
28. Lobbying Certification
In executing this Agreement, the signatories certify to the best of his or her 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 be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify
and disclose accordingly.
By executing this Agreement, the parties affirm this lobbying certification with respect to the
Project and affirm this certification of the material representation of facts upon which
reliance will be made. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Title 31 U.S.C. § 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure.
29. Successors and Assigns
The State and the Local Government each binds itself, its successors, executors, assigns, and
administrators to the other party to this Agreement and to the successors, executors, assigns,
and administrators of such other party in respect to all covenants of this Agreement.
30. Signatory Warranty
The signatories to this Agreement warrant that each has the authority to enter into this
Agreement on behalf of the party represented.
Page 9 - 11
PAGE 12 OF 18 PAGES
AGENDA ITEM NO. 9.0
IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in
duplicate counterparts.
THE LOCAL GOVERNMENT
Signature
Printed Name of Signatory
Title:
Date:
THE STATE OF TEXAS
Executed for the Executive Director and approved for the Texas Transportation Commission for
the purpose and effect of activating and/or carrying out the orders, established policies or work
programs heretofore approved and authorized by the Texas Transportation Commission.
Mary Lou Ralls, P.E.
Director, Bridge Division
Date:
Page 10 - 11
PAGE 13 OF 18 PAGES
AGENDA ITEM NO. 9.0
ATTACHMENT A
RESOLUTION OR ORDINANCE OF LOCAL GOVERNMENT
PAGE 14 OF 18 PAGES
AGENDA ITEM NO. 9.0
i
�w
1• �
. f4mx
1
1 _
277
SI
I
277
--
1 r w
1 277 cl .
�jo
82
j �.�•`'�" 26501 `� I
s2 /
i
u¢* wKWra
2601 �� f
Bridge Division
n ' nnn r
PAGE 15 OF 18 PAGES
AGENDA ITEM NO. 9.0
County: Wichita
CSJ: 0903 -03 -922
Project:
Road /Street: CS
NBI Structure No.: 03- 243- BO1600 -001
Local Designation No.: at Cypress Avenue at
Drainage Ditch
ATTACHMENT C
ESTIMATE OF DIRECT COSTS
Local
Government
Participation
(3) 2,705.50
(4) 20,020.74
(3 +4) 22,726.24
PAGE 16 OF 18 PAGES
AGENDA ITEM NO. 9.0
Estimated Cost
Preliminary Engineering (PE)
(1) 27,055.05
Ten (10) Percent or EDC Adjusted Percent,
Local Government Participation in PE
Construction
180,367.00
Engineering and Contingency (E &C)
19,840.37
The Sum of Construction and E &C
(2) 200,207.37
Ten (10) Percent or EDC Adjusted Percent,
Local Government Participation in the Sum
of Construction and E &C
Total Local Government Participation
Total Project Direct Cost
(1 +2) 227,262.42
Local
Government
Participation
(3) 2,705.50
(4) 20,020.74
(3 +4) 22,726.24
PAGE 16 OF 18 PAGES
AGENDA ITEM NO. 9.0
County:
CSJ:
Project:
Road /Street:
NBI Structure No.:
Local Designation No.:
Wichita
0903 -03 -922
CS
03- 243 - 1301600 -001
at Cypress Avenue at
Drainage Ditch
ATTACHMENT D
LIST OF DISTRICT ENGINEER APPROVED
EQUIVALENT MATCH PROJECT(S) (EMP)
Location (and structure On School Historic Description of Structural Estimated Cost
identification number, Bus Route? Bridge? Improvement Work
if applicable) (Yes/No) (Yes/No)
Total (see Note *)
Note *: This total must be equal to or greater than the Balance of Local Government
Participation that is waived as shown in Attachment E.
PAGE 17 OF 18 PAGES
AGENDA ITEM NO. 9.0
County: Wichita
CSJ: 0903 -03 -922
Project:
Road/Street: CS
NBI Structure No.: 03- 243- BO1600 -001
Local Designation No.: at Cypress Avenue at
Drainage Ditch
ATTACHMENT E
ESTIMATE OF DIRECT COSTS
FOR PARTICIPATION - WAIVED PROJECT (PWP)
Preliminary Engineering (PE)
Ten (10) Percent or EDC Adjusted Percent,
Local Government Participation in PE that
is Waived
Construction
Engineering and Contingency (E &C)
The Sum of Construction and E &C
Ten (10) Percent or EDC Adjusted Percent,
Local Government Participation in the Sum
of Construction and E &C that is Waived
Amount of Advance Funds Already Paid by
Local Government or Which the Local
Government is Agreeable to Paying, to be
Credited Against Local Participation Amount
Balance of Local Government Participation
that is Waived with Performance of
Equivalent -Match Project(s) by the Local
Government (Must be equal to or less than
total in Attachment D)
Estimated Cost
(1) 27,055.05
(3)
180,367.00
19,840.37
(2) 200,207.37
(4)
(5)
Total Participation - Waived Project Direct Cost (1 +2) 227,262.42
Total EMP Work Total as shown on Attachment D
(3+4-5)
Local
Government
Participation
2,705.50
20,020.74
PAGE 18 OF 18 PAGES
AGENDA ITEM NO. 9.0