Res 008-2011 1/18/2011 RESOLUTION NO. 08-2011
Resolution Authorizing The City Manager To Execute An Advance
Funding Agreement With The Texas Department Of Transportation
For The Seymour Highway/Barnett Road Hike And Bike Trail Project.
WHEREAS, the City of Wichita Falls has accepted a grant through the Texas
Department of Transportation for the completion of the Seymour Highway/Barnett Road
Hike and Bike Trail Project; and
WHEREAS, the City must enter into an Advance Funding Agreement with the
Texas Department of Transportation to receive said grant.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
The attached Advance Funding Agreement for the Seymour Highway/Barnett
Road Hike and Bike Trail Project is approved, and the City Manager is hereby
authorized to execute said document, with modifications to form and the addition of
exhibits in a form to be approved by the City Attorney.
PASSED AND APPROVED this the 18 day of January, 2011.
City Manager
ATTEST:
.
ity Clerk
� # n9o�s-o� - -
Fed.# TP 1 E
District # Q3-Wichita Falls
. Code Chart 64 # OS
Project R
Hike 8� Bi e T il
Federal Highway A�dministration
CFDA # 20 205
STATE OF TEXA3 §
COUNTY OF TRAVl3 �
ADVANCE FUNDING A(iREEMENT
For A TRANSPORTATION ENHANCEMENT (TE� PROJECT
Thts Advance Fundin� Asreement for a transportation enhance�netrt Project {tha Ag�+eement)
is made by end betw�aen the Sta�e of Texaa, acting by and through the 7exas Departrnent of
Transporta�on� hereinaf6er called the `State', and the Cltv of Wichita Fal�. ac�ing by and through tLs
duy authoraed offiaals hereinafte� called the 'Local GavemmenY.
WITNESSETH
WHEREAS. the Local Govemme� prepared and submitbed to 1he State a nomination ferm for
consideretion under the Statewide Transportahon Enhanoement Program for tt�e project wh�ch �s
briefly descxibed as Sovmour Hiahwav mett R d Hike and Bils� Traii Proiect co ;sist
� the n n r
�sa�narh �reis ��a rwav Blvd 1215 mlfe� Add.�'."'°��" �f° �'�en ef �il oe BSirl�� B�
;� ;�� y�� � f� �.�.,-.`'an ot BamettlBrt ra JohnsQn Rd (1.83 miles► nnll be
c omol�tad goth sectlons 11 be a minimum of 10 fest wide and baiit accora�nc� z
seaErrO �nd A9A �ndard�. he+�einafter calied the Projec� and
WHEREAg, federallaw establishes federaNy funded programs for transportation improvements to
implement its public purposes; and
YYHEREA8, Ti�e 23 U.S.C. Section 134 requires that Metropolitan Planning Orgenizations and the
Staffis' Transportation AAencies bo develop transpor�ion pla�s and proprams for ufianized areas of
the State; and
YYHEREAS, the Texas Transportation Code, Sec�ions 201.103 and 222.052 establish that the State
shall design, construct and operafie a sysbem of highways in cooperation wifh local govemments; and
WHEREAS. federal and stabe laws r'equire local govemments to meet certain contract standards
relating fio the management and admfnistration of Sta�e and federal funds; and
yyHEREA3, the Texas Transportation Commission passed Minutie Order 112342 awarding funding
{or projects in the 2009 Program Call of the Statewide Transportation Enhancement Program,
induding the Project; and
WHEREqg� U�e rules and prooedures for ihe seleclion and administration of tfie Statewide
Transportation Enhanoement Program a►� established in 43 TAC Sections 11.200 et seq.; and
WHEREA8, the 9oveming body of the Local Govemment has approved errt�ing irrto this Agreement
by resolution or or+dinance dated --- . which is a�tadied hereto and
made a pa�t hereof as Attachment A;
AFA AFA EnhLF.doc Page 1 of 16 Revised 12-02-10
PAGE 3 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 09 3 3-099
Fed.#_ STP 20111235)TE
District # 03-Wichita� Falls
Code Chart 64 # 48
Project: Se our HwvlBarneLt Rd
Hike 8� Bike Trail
Federal Highway Administratio�
CFDA # 20.205
NOW, THEREFORE, in consideration of the premises and of the mutual oovenants and agreements
of the parties hereto, to be by them respectively kept and perfomned as hereinafter set forth, it is
agreed as foilaws:
AGREEMENT
1, period of the Agreement
This Agreement becomes eft�tive when signed by the last party whose signing makes the
�greement fully executsd. This qgreement shall remain in efFect urrisl terminated as provided in
ArtiGe 2. �
2. Tennination of this Agreement
This agreement may be terminated by any of the following condfions:
• by mutual written consent and agreement of all parties.
• by any party with 90 days �n �otice•
. by either party, upon the failure of the other party to fulfill the obligations as set forth in this
/�greement. Any cost incurned due to such breach of contract shall be paid by the breaching
party.
A. The termination of this Agreement shall extinguish aN rights, duties, obligafions and liabilities of
the Sta�e under this Agreement. If the pabendal temn9nation of the Ag�ement is due to the
failure of the Local Govemment ta fulfill it�s contractual obligations. the State will notify the
Local Govemment that possible breach of oontract has oc�curned. The Local Govemment
should make every efFort to remedy the breach within a period muhially agreed upon by both
parties.
B. {f the Locaf Govemment withdraws from the Project after this Agreement is executed, it shafl
be responsible for all direct and indirect Project costs as identified by the State's cost
acoounting system. �
C. A Project may be efiminateci from the program as outlined below. 1f the Project is eliminated
for any of these reasons, this Agreement wiA be approp�afiely terminated. A Project may be
eiiminated from the progcam, and this P�qreement terminated, if:
i. The Local Govemment fails to satisfy any requirements of the program rules cited as 43
TAC §11.200 et seq.
ii. The implementation of the Project would involve significarrt deviation from the activfies as
proposed in the nominatiort fiomt.
iii. The Local Govemment withdraws from participation in the Project
iv. The Project is not implemented within a reasonabte time, as determined by the State in
cons�tafion with the Local Govemment. In absence of information suggesting that a
shorter or longe� period is appropriate, four (4) years or less from the date the project was
approved f�or TE funding by Minute Order wi11 presumed to be a reasonable time. This
project must, therefore be awarded to contract before July, 29, 2014.
v. The State determines that federal funding may be lost due to the Project not being
implemented and comple�ed.
vi. Payrnent under this contract beyond the end of the current f�scal biennium is subject to
availabifity of appropriated funds. If funds are not appropriated, this contract shall be
AFA-AFA EnhLF.doc Page 2 of 16 Revised 12-02-10
• PAGE 4 OF 21 PAGES
AGENDA ITEM N0. 5C
� # 0803-03-099
Fed.# S P 17 2 T
District # 03-Wichtta Fa11s
Code Chart 64 # 46050
Projed: our Rd
Hike � Bike Trail
Federal Highway Administration
CFDA # 20.205
benninated immediately with no fiability to either party.
vil. As scheduled by the District, the Local Govemment f�ils to attend bi-annual progress
meetings_
3. Amendments
This Agreement may be amended due to changes in the work or amount of funding required to
complete the Project or other material, or for required changes in the �sponsibitities of the patdes.
Such amendment must be made through a mutually agreed upon, written amendmerrt that is
executed by the parties.
4. 3cope of Work and Use of Proiect
The scope of work for the Project, which is as shown in Attachmerrt B of the Project Location Map,
described in the nomination form and as appfoved by the Texas Transportation Commission,
consists of Sevmour Hi�hwavlBamett Road Hike and Bike Trail Proiect consist
of constructlns� four miles trail comolete the sec#ion on Sevmour Hwv to the raifroad
ea�ement West of Fairwav Blvd (215 m les) Additionativ the section of lreil on Barn
Rd. from Lake Wlchita to Intersection of BarnettJBriar�rove/Johnson Rd.[�.85 miiesl will be
co Ieted goth sec�ons will be a minimum of 10 feet wide a nd buif� accordin�
AASHTO and ADA standards. The ou of th�s Transoortation Enhancement oroiect is
��rovide an oif street mu�ti�se bike oath with Ilahttn_a_. landscaaina. and streetscaoe
fi,mitur+e amenities that shaH nrovide safier tranaoortation for chtldren and aduits to
nel�hborhoods a aark and school aoart from vehicular trafB�,
Any project changes proposed must be submitted in writing by the Local Govemment to the
appropriate District, requesting prior approvai tfirough the Design Division. Changes may also
require an amendment to the contract and the approval of FHWA, the Administration, or the TTC.
Any changes undertaken withaut written approvai and contract amendment may jeopardize not
only the federal funding fior the changes, but the iederal funding of the entire project.
5. Right of Way and Real Property Acquisition
Right of vvay and real property ac�quisition shall be the responsibil'ity of the Loca1 Govemmen�
Title to right of way and other related real property must be accept�able to the State before funds
may be expended for the improvement of the right of way or rea{ property. If the Local
Govemment is the owner of any part of the projed stte under this �reement, the Local
Govemment shall permit the Sta�e or ii;s authorized nepresentative access to occupy the site to
perForm all activfies required to execute the work.
Atl parties to this agreement wilf comply with a�d assume the costs for compliance with alt the
requiremeMs of Ti�e II and Trtle NI of the Uniform Relocafion Assistanoe and Real Property
Acquisit�on 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 Govemment, and benefits applicable to t1�e relocation of any disptaced person as
defined in 49 CFR Section 24.2(g). Documentation to support such compliance must be
maintai�ied anci made available to the Stabe and its representative.s for review and inspeation.
AFA AFA EnhLF.doc Page 3 of 16 Revised 12-02-10
PAGE 5 OF 21 PAGES
AGENDA ITEM NO. 5C
�� # 090 -0 -099
Fed.# STP 2011(235)TE
District # 3- h Fa
Code Chart 64 # 46050
Project our Hvw/Barnett Rd
Hfke � Bike Traif
Federal Highway Atiministration
CFDA # 20.205
A. The Local Govemment sha11 assume a0 costs and perform neoessary requiremerrts to provide
any neoessary evidence of title or right of use in the name of the Locai Govemment to the real
property required fQr development of the Project. The evidence of titfe or rights shali be
ac�eptable to the State, and be iree and clear of all encroschments. The Local Govemment
sfiall secure and provide easements and any needed rights of entry over any other fand
needed to develop the Project according to the approved Project plans. The Local
Govemment shaii be �sponsible for securing any additional real property required for
completion of the Project.
B. In the event real property is donafied to the Local Govemment after fhe datie of the State's
authorization, the Local Govemment will provide all documentation to the Statie regarding fair
market value of the acquired property. The State wiN review the Locai GovemmenYs
appraisal, defieRnine the iair market value and credit that amount towards the Local
GovemmenYs financial share. lf donated property is to be used as a funding match, it may not
be provided by the Local Govemment. The State will not reimburse the Local Govemment fior
any real property acquired before execution of this agreement and the State's issuanoe of a
letter of funding authority.
C. The Local Govemment shall prepare real property maps, property descriptions, and other data
as needed to properly describe the real prope�ty and submit them to the State fur approval
prior to the Local Govemment acquiring the real property. Tracings of ti�e maps shall be
retained by the Local Govemment ior a permanent record.
D. The Local Gavemment agrees to make a detetmination of property vatues for each real
property parcel by methods aooeptable to the State and to submit to the Sta�e a tabulation of
the vafues so determined, signed by the appropriafie Local Govemmerrt r+epresentative. The
tabu{ations shall list the par�cel numbers, ownership, acr�eage and �ecommended
compensation. Compensation shalf be shown in the c:omponerrt parts of land acquireci,
itemization of improvements aoquired, damages (if any) and the amounts by which the total
campensation will be reduoed if the owner retains improvements. This tabulation shall be
accompanied by an explanation to support tfie determined values, together w�ti� a copy of
information or reports used in calculating all determined values. Expenses incurred by the
Local Govemment in performing this wortc may be e{igible for reimbursement after tfie Local
Govemment has received written authorization by the State to proceed with cfetermination of
r�eal property values. The Statie will review ttie data submitted and will base ifs reimbursement
fnr pat�cel acquisitions on these in determining the fair market values.
E. Condemnation shall not be used to acquire real property for this enhancement Projed.
F. Reimbu�^semet�t for real property costs wi11 be made to the Local Govemment tor real property
purchased in an amount not to exceed efahtv aercerrt (SO%1 of the cost of the real property
purchased in acxordanoe with the terms and provisions of this agreement. Reimbursement will
be in an amount nat to exceed eiahtv oercent (80%1 of the State's predetermined value of
each parcel, or the net c�ost thereof, whichever is less.: {n addition, reimbursement will be
made to the Local Govemment fo� necessary payments to appraisers, expenses incuRed in
order to assure good iitle. Any costs associatied with the relocation of displaced persons and
persona! property as well as incidental expenses incumed in acquiring properly to implement a
AFA AFA EnhLF.doc Page 4 of 1fi Revised 12-02-10 �
PAGE 6 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 0903-03-09� _
Fed.# STP 2011[23S)�
� Disbrict # - i hita F I
Code Chart 64 # 46050
Projed: Sevmour HvwlBamett Rd
Hike � Bike Trail
� Federal Highway Adminisiration
CFDA # • 5
TE project wi�� be the resPonsibility of the Local Govemment and cument property owner, at no
cost to the State.
G. If the Projed requires the use of real property to which the Local Govemrr�ent will not hoid title,
a separafie agr�eement between the owners of the real properly and the Local Govemment
must be executed prior to execution of this Agreement The separate agreement must
establish that the Project w�l be dedicated for public use fo� a peri� of �me commensurate
with the fiederal investment. The separatie agreement must define the responsibilities of the
parties as to the use of the real property and operatlon and mairrtenanve of the Projec:t afber
c�mplefion. This agreemerrt must be approved by the State prior to its executifln. A copy of
the execi�bed agreement shall be provided to the State.
H, The Locai Govemment agrees to execufie individually or produce a� legal document as
necessary to provide fior the project's corrtinued use from the date of completion, and agrees to
cause me same to be recorded in the land records of the appropriate jurisdictlon.
l. Local govemme�rts receiving federal funds must retain an inventory of funded ibems and
monitor projects in acxordanve with 23 CFR 710 and 49 CFR 18, and with the procedu�s
provided in the Locat Govemment Project Procedures manual. �
The �ocal Govemment agrees to monitor the project to ensure: (1) continued use of the
property for approved actfvities, and (2) f�or the repayment of the Federal funds, as appropriate:
i. The Local Govemment agrees to the review of their projed acoounts and site visits by the
State during the development of the p�oject at any �me;
ii. Upon project completion, the State will continue to perform periodic visits
to confirm the projecYs continued use and upkeep. �
6. Utllities
The Local Govemment shall be responsible for the adjustrnent, removal, or relocation of utility
facilities in accordance with applicable State laws, regulations, rules, policies, and prooedures,
incl�inq any c�t to the Stafie of a delay resulting from the Local Govemment's failure M ensure
tt�at utility facilitles are adjusfied, removed, o� relocated befone the scheduied beginning af
c�nstruction. The Local Govemment will not be reimbursed with federal or state funds for the oost
of required utility woric, unless specfied in the Transportation Enhancement Nomination form and
approved by the State. The Local Govemment must obtain advanoe approvai for any varianoe
from established procedures. Befiore a constructfon cantract is let, the Locaf Govemment shal(
provide, at the State's request, a certificatlon stating fhat the Local Govemment has compietied the
adjustrnent of all utilities that must be adjusted before oonstrucfion begins.
7. Environmental Assessment and Mitlgation
Development of the Project must comply with the National Environmental Policy Act and the
Nationat Historic Preservation Act of 1966, which require environmental clearance of federal-aid
Prol�-
A. The Local Govemment is responsible for the identification and assessment of any
environmental problems associated with the development of the Project
B. The Local Govemment is responsible for the cost af any environmental problem's mitigation
and remediafion.
AFA AFA EnhLF.doc Page 5 of 16 Revised 12-02-10
PAGE 7 OF 21 PAGES
AGENDA ITEM NO. 5C
. cs� # _ oso3-oa-o�
Fed.# STP 2011(2351TE
District # hita Fa
Code Chart 64 # 46050
Project Se our HwvlBarnett Rd
Hike � Bike Tral1
Federal Highway Admi��stration
CFDA # 20.205
C. The .Loc�t Govemment is responsible for providing any public meetings o� public hearings
required for development of the environmental assessment
D. The Local Govemment shall provide ft� State with written certification from appropriate
�egulatory agency(ies} that identified environmental p�oblems fiave been remediated.
Thege costs will not be reimbursed or credited towards the Local GovemmenYs financial share of
the Projed uniess spec.yfled tn the nomination �orm and approved by the State.
Forty ftve (45) days prior to any construction contract let date, the Local Govemment st�all provide
a oertificafion tA the State that alf real property has been acquired, all ernrironmentai probtems
have been remediat�ad, and all conflicting utilities have been acijusted.
g_ Camp�la,nce with Texas Accessibility Standards and ADA
q�� parties to this agreement shall ensune that the plans for and the construation of the project
subject to this AAreement are in comp{iance with the Texas Accessibility Standards (TAS) issued
by the Texas Department of Lioensing and Regulation, under the Architecburat Barriers Act, Article
9102. Texas Civil Statutes. The TAS establishes minimum aocessibility requiremerrts to be
consisbent with minimum accessibility requirements of the Americans with Disabilities Act (P. L
109-336) (ADA).
9. Architecturat and Enginsering Servic�.
Archib�ral and enginee�ing services will be provided by Loca Government In procuring
professional servioes, the parties to this agreement must c:omply with isderal requirements cibed in
23 CFR Part 172 if the project is federally funded and with Texas Govemment Code 2254,
Subchapter A, in ali csses. Professional servives contracts for federaRy funded projects must
conform to federal requiremenfis. .
A. The arch�i�ectural contract dxuments shaH be developed in accordanoe with the standards of
the American Institute of Arohifiects, the U.S. Sec�etary of the Interior's Standards for Historic
Pr�servation Projects, Standarrls and Guidelfnes 1br Ar�heology and Historic Preservedon, the
NatiorraJ Register Bulletin Number 36: Gukielines fior Evaluatrng and Registerfng Historical
Archeolbgical Sites and in consultation with the State Historic Presenration Officer, as
applicable. The engineering plans shalf be cfeveloped in accordanoe with the Stafie's appiicable
Standard Specficafions f+�r Construction and Maintenance of Highways, Sir+sets and B�fdges
and the two AASHTO publicalions, `A Policy on Geametric Deslgn of Highways and Str+sets°
and `Guide for the Deve/opment of Blcycle Facititles, " as applicable. AII contract procurement
procedur�es and documents must adhene to the appficable requirements established in the
Standarrl Specffications for Const►ucfion and Maintenanoe of Highways, Str�ets and Bridges.
The use of other systems of specifications shall be approved by the State in writing in
advanoe.
B. VVhen archibectural and/or engineering servioes are provided by or through the �ocal
Govemmerrt, then the follawing ftems 1& 2 apply.
1. The Local Govemment shall submit any pfarts it has complefied to the Stabe for review and
approval. The Local Govemment may also submit the plans to the State for review anytime
prior to completion. The Local Govemment shall make the necessary revisions determined by
AFA AFA EnhLF.doc Page 6 of 16 Revised 12-02-10
PAGE 8 OF 21 PAGES
AGENDA ITEM NO. 5C
� # 0903-03-099
. Fed.# S 071 TE
D�strict # OS-Wichi Fal� _
coae cnart s4 #_ �soso
Project 8eYmour Hwv/Barnett Rd
Hike � Bike Trail
Federal Highway P►�ministratlon
CFDA # 20 205
the State. The Local Govemment will not let the construction oontract until al1 required p{ans
have received St�ate approvaf.
� 2. The Locai Govemment shall submit to the State all documentation relafing to au#horized
c�osts incumed fior providing archibectural and engineering services. Reasonable, allowable,
and allocable costs incurted by the Local Govemment, after the Local Govemment has
obtained written authorization from the State to incur cos�s, will be eligible for reimbursement
at an amount not to exceed e h rce� 8 of the eligible authorized costs-
C. When archi�ectural and/or engir�ering services are provided by or through the State, then the
fnllowing applies:
The State is responsibie for the delivery and performance of arry required archibectural or
preliminary engineering woric. The Locat Govemment may review and comment on the work
as �+equiied accamplishing the projeat purposes. The State will �operate fully with the Local
Govemment in aa:omplishing these project purposes to the degree perrri�tted by State and
Federal law.
10. Construction Responslbilitles . °
A. The Locat Govemment shall advefise for construction bids, issue bid proposals,
receive and tabulate the bids, and award and administier the contract for construdion of tfie
Project. Administration of the contract includes the responsibility fer construcfion engineering and
for issuance of any change orders, supplemental agreemenls, amendmenfis, or additional worlc
o�ders, which may became necessary subsequent to the award of the construdion contract. ln
order to ensure federal funding eiigibility, projects must be authorized by the State prior to
advertising for construction.
g, q�t corrtract letfi�g and awarcl procedures must be approved by the State prior � letting and
award of the construction oontract, whether the construction contract is awarded by the State or
by the Local Govemment.
C. All contract change order review and approval prooedures must be approved by the State prior
to start of construction.
D. Upon completion of the Project. the parly constructing the project will issue and sign a
`Notification of Completion° acknowledging the Project's construction complefion.
For iederally funded contracts, the parties to this agreement will comply with fiederat construction
requiremerrts cited in 23 CFR Part 635 and witli requirements cited in 23 CFR Part 633, and shall
indude the lafiest version of Form "FHWA 1273' in the contract bidding documerrts. If force
axount work wi11 be perfom�ed, a finding of oost effectiveness sha11 be made in compfiance with
23 CFR Part 635, Subpart B.
Any field changes, supplemental agreements or revisions to the design plans that may occur afber
the construction oontract is awarded wilf be mutually agreed to by the Stafie and the Local
Government prior to autharizing the oontractor to perform the work. Prio� to completion of the
Project, the party responsibfe f�or construction will notify the other parly to this �reement of the
anticipated compietion datie. All pardes will be afforded the opportunity to assist in the final review
of the consbvctlon servioes periormed by the contractor.
AFA AF�EnhLF.doc Page 7 of 16 Revised 12-02-10
PAGE 9 OF 21 PAGES
AGENDA ITEM NO. 5C
CS.! # 0803-03-089
F�,# STP 2011(2351TE
District # 03-VYichtta Falls
Code Chart 64 #
Projer,t: our Hwv/Barnett Rd
Hi e� Bik T il
Federal Highway Administration
CFDA # 20.2Q5
11. ProJect Maintenance.
Upon complefion of the Project, the Local Govemment will be responsible for maintaining the
�mpleted facility fior public use. The property shall be maintained and operated fo� the purPose
for which it was approved and tunded for a period of time commensurate with the tederal
investment. Should the Loca! Govemment at any time after project completion decide it can no
longer maintain and operate the prvject for iis intended purpose, the Local Govemment shall
retum the fiederal funds in aocordance with CFR federal necapture requiremenfis. Should the Local
Govemment consider conveying the property, - the State and FHWA must be notified prior to the
sale, trans�er, or disposal of any property that received f�ederal funds. Written conwmenoe of
approval tar the transaction detailing any required recapture, must be obtained from FHWA prio�
to the transadion. Advance notice from the Local Govemment of their intended ac.tion must be
subm'iited to the District and the Design Division for an FHWA review a minimum of sixty (60) days
prior to any ac�ion being taken by the Local Govemment. The Local Govemment shall be held
r+esponsible for r�eimbursemerrt of all federal funds used or a portion thereof based on a pro-rata
amount, considering the original percentage of f�ederal funds provided and t!'�e time elapsed from
the project completion date. This same percentage of reimbursement also applies to any amount
of profit�that may be derived from the conveyance of the property, as applicable.
Any manufacb�arer warranties extended to the Local Govemment as a resuft of the Project shall
remaln in the name of the Local Govemment The Stat� shal! not be responsible for ho�oring any
warranties under this agreement
Shoufd the Local Govemment derive any income from the develapment and operation of theshall
project, a portion of the' prooeeds sufficierrt for the mainfienance and upkeep of the property,
be set aside for fu#ure maintenance. A project income report shall be submitbed to the State on a
quarterly basis. Monies set aside accacding to this provision shall be expended using accounting
procedures established under OMB-133 anc! with the property management standards
established in Ttie 49 CFR §18.32.
Should any historic properties be incfuded in or affected by this federally funded project, the
histo�ic infiegrity of the property and any contributing features must con�nue to be preserved
regardless of any approved cfianges that may occur throughout the life of the projecf.
12, Local Project Soun:ea and Uses of Funds
A. Project Cost Estimate: A Project Cost Estimabe and Payment Schedule is provided in
Attachment C, showing the total estimafied developmerrt cost of the Projecf. This estimate
shows the ibemized cost of real property, utilfies, environmental assessmenfis and remediation,
archi#ectural and engineering activities. construction, and any other substarrtial items of cost.
To be eiigible for reimbursement. costs must have been included in the itemized budget
section of the nomination form approved by tt+e Texas Transportation Commission. The State
and the Fedec�al Govemment will not reimburse the tocal Govemment iw any work per'formed
befins+e the appropriate tormal Federal Project Authorization and Agreement (FPAA) is lssued
by the Federal Highway Administration. The Locai Govemment is responsible for 100% of the
AFA AFA EnhLF.doc Page 8 of 16 Revised 12-02-10
PAGE 1 O OF 21 PAGES
AGENDA ITEM N0. 5C
CSJ # 0903-03-099
Fed.# 2 11 5
District # 3-VYichita Falis
Code Chart 64 # 46050
p�� � Rd
Hike � Bik Trail
Federal Highway Administra�on
� CFDA # 20 205 -
c�st of any wonc periormed under it�s direction or control befor+e the FPAA and State Letfier of
quthority are foRnally issued.
If the Locat Govemment will perform any wotic under this contract for which reimbursement
will be provided by or through the State, the Local Govemment must complete training before
a letber of authority is issued. Training is complete when at least one individual who is working
ac�ively and direc�ly on the. Project successfully completes ar� receives a certiflcate for the
course errti�ed Local Govemment Pr+oject Prncedur+�s QualificaSon for the Texas Department
of Tiansportafion. The Local Govemment shall provide the certificate of qualification fio the
State. The individual who receives the training certificate may be an emp{oyee of the Local
Govemmerrt or an employee of a firm that has been contract�ed by the Local Govemment to
perform oversight of the Project. Th� State in its discretion may derly reimbursement if the
Local Govemment has not designafied a qualfied individual to oversee t1'�e ProJect-
B. A Souroe of Funds esfimate is also provided in Attachment C. Attachment C shows the
percentage and absolute doltar amounts to be contributed to the Project by fiederal, state, and
local sources.
C. The Local Govemment will be �esponsible for a11 non-federal participation costs assoc9ated
with the Project, including any overruns in excess of the Project cost estimate and any
operating or mairrtenance expenses. Donations of reat property, cash, materials, and services
required for the development of the Project may be eligible to count towards the tocal funding
share of a project as in-kind contributions if provided for in the original TE nomination's budget
that was approved before the TTC. In orde� to be considered eligible, in-kind coMributions
must be made by other public, non-profit, govemmental or non-govemmental organizaUons. in-
wnd contributions must be from a source other than the Loc:al Govemment that nominated the
project. The value of the dana�ed oonbibutions of real property, materials, or servioes will be
based on fair market value. In-kind vontributions of senric�es are limited to pr+eparat�on of
plans, specifications and estimates. In-kind contributions may be credited taward no more than
N�,e of the allowable Project's c�ost: however, they may not be used to match any direct o�
indirect TxDOT incuRed cost If a remaining balance of ti�e Local GovemmeriYs r�equired
match is due af�er the in-kind contribut�on's value is applied� the remainder must be provided in
cash. The Local Govemment may provide adciitional property, services, and/or materials
above the required focal match, to reduce the overal! oost of a Project, but it v+rill not be
considered an in-kind cantribution.
D. The State will be responsible fo� securing the fiederal share of funding required for #he
devefopment and construction of the Project, in an amount not to exceed e ahtv oer+cer�t
(80%1 of the actual c�st of the work up to the amount of funds approved for the Project by the
Texas Transportabon Commission. Federal funds wilt be reimbursed on a cost basis. Project
costs incurced p�ior to Project selecfiion by the Texas Transportat�on Commission and app�oval
by the State to proceed are not eligible for r�eimbursement.
E. Foflowing execution of this AAreement, but prior to the perFormance of any review work by the
State, the Local Govemment will pay an amount sufficient to cover the estimated cost for the
Stafie's review. The Local Govemment shall advance to the State twent�► oercent (209� of
TxDOTs Administrafire and associated cost far review of the plans, specifications, and
estima�e. The Locat Govemment must also advance to the State zero oerce t(0%) of the
AFA AFA EnhLF.doc Page 9 of 16 Revised 12-02-10
PAGE 1 1 OF 21 PAGES
AGENDA ITEM NO. 5C
cs� # �
Fed.# STP 2011(23S)TE
Distric� # 03-Wichita FaR�
Code Chart 64 # 46030
P r / Rd
Hike � Bike Trai!
Feder'al Highway Administration
CFDA # 20.205
project's estimated preliminary enginee�ing cost, i� the State is adminisfiering tl�e architiectura�
or engineering oontract The estima�ed amount of this advance fior this Project's preliminary
engineering is S5•3�& including cash and allowable in-kind corrtribu6ons. At least s'ixty {60)
days prior to the datie set for receipt of the construction bids, the Local Govemment must
advance to the State of TxDOT Administrative and associafied costs for
letting and construcdon. The Local Govemment shali also rem+t its remaining finanual share
ivr the project's estimat�d construction and construcfion engineering costs, if the State is
letting the project. The amouM to be advanc�d f�or this ProjecYs Construcfiion is est�mated to
be S76•15� induding cash and allowable in-Idnd confibutions.
F. !n the everrt the State detennines that additional funding is required by the Loca1 Govemment
at any time during the Project, the Stabe wiN notify the Local Govemmerrt in writing. The Local
Govemment is responsible for n rce 2 of the authorized project cost and one
hund Qeroent M00�61 of any overruns above the federally authorized amount. The Loca!
Govemment will make payment to the Statie within thirty (30} days from receipt of the State's
written notification.
G. VVhenever funds are paid by the L.ocal Govemment to the Stabe under this agreement, the
�oca� Govemment will remit a warrant made payable to the "Te�s Department of
Transportation Trust Fund.' The warrant will be deposited by the State in an escrow account to
be managed by the State. Urrtit the final project accounting, funds in the escrow accourrt may
only be applied by the State to the Project.
H. Upon c:omplefion of the Project. the State wil{ perform an audit of the Project costs- �aid b S
due by the Local Govemment, the Statie, or tl�e Federal Govemment will be promp�y p� Y
the owing party. tf, after final Project acooun6ng, exoess funds remain in the esctvw account,
those funds may be applied by the State to the Local Govemment's contractual obliga�ons to
the State under a�other advance funding agreement
1. 1n the event the Project is not completed, the State may seek reimbursement from the Local
Govemment of the expended federal funds. The Local Govemment will remit tfie required
funds to the State within sixty (60) days from receipt of the State's notification.
J. The State will not pay inberest on any funds provided by the Local Govemment
K. The State will not execute the contract for the construction of the Projed until the required
funding has been made availabie by the Local Govemment in accordance with this Agreement
L. If any existing or futur+e local ordinanoes, commissioners court orders, rules, policies, or other
directives, including but not limified to outdoor advertis9ng billboards and storm water drainage
facifity requirements, are more restrictive than State or Federel Regulations, or if any other
tocaily proposed cfianges, including but not limited to pia�s or re-plats, result ln incneased
costs, then any increased costs associated with the orclinanoes or changes will be paid by the
local govemment. The cost of providing right of way acguired by the Stat�e shall mean the fiotal
expenses in acquiring the property i�erests through negotiations, induding but not limited to
expenses related to. relocadon, removal, and adjustment of eligible utilities.
M. The state auditor may conduct an audit or investigation of any entity reoeiving funds from the
statie directly under the contract or inciirectly through a subcontract unde� the cantract.
Ac�eptanoe of funcis directly under the contract or indirectly tt�rough a subcoMract unde� this
contract acts as acceptance of the authority of the state aud'�tor, under the direcfion of the
AFA AFA_EnhLF.doc Page 10 of 16 Revised 12-02-10
PAGE 12 OF 21 PAGES
AGENDA ITEM NO. 5C
� � # 0903-03-099
Fed.# STP 2071(235)TE
District # ' 03-Wichita Falls
Code Chart fi4 # 46050
Project o /Barn
Hike � ik Traif
. Federal Higfitway Administrafion
CFDA #� 20•205
legislafive audit committee, to conduct an audit or invesfigation 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 iniormation the state auditor considers relevarrt to the investigation or audit
N. Payment under this oontract beyond the end of the current fiscal b+ennium is subject to
availability of appropriated funds. If funds a�e not appropriafied, this contract shall be
temninated immediately with no I"�ability to eitlier pa�ty.
O. When the Local Govemmerrt administers any portion of the project and seeks reimbursement
from the State, such request must be submitted within sixty {60) days irom the date the cost is
incurred or reimbursement may be jeopardized.
13. Notlic�
AI! notices to either party by the other r�equired under this agreement shall be delive�d
personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic
notice being permitbed to the extent permitted by taw but only aiter a separafie written consent of
the parties), addressed t,� sucti party at the foHowing addresses:
Locai Government: S��=
Direc�or of Public Works Diredor of Contrad Servioes
City of VYchita Fal{s Texas Departrnerrt of Transportation
PO Box 1431 125 E. 11th
Wichite Falls, TX 76307 Austin, Texas 78701
All notices shatl 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 pa�ty.
Either party may request in writlng that such notices shail delivered personaily or by cerbified
U.S. maif and such request shall be honored and carried out by the other party.
14. Legal Constructlon
In case one or more of fhe provisions contained in this agreement shall for any reason be held
invalid, illegal or unenforceable in any respect, such invalidity, ilkegality or unenforceabikity shall
not affect any other provisions and this agreement shall be construed as if it did not contain the
invalid, illegal or unenforceable provision.
15. Responsibiliti� of the Parties
The State and the Local Govemment agr�ee that neither party is an agent, servant, or employee of
the other party and each party agrees it is responsible for its individua{ a�ts and deeds as well as
the acts and deeds of its contractors, employees. representatives, and ager�ts.
16. Ownor'ship of Documerrts
Upon completion or termination of this agreement, all documents prepaned by the State shall
remain the property of the State. Afl data prepared under this agreement shall be made available
to the Stafie without restriction or limitation on their further use. Atl documeMs produced o�
approved or ofherwise creabed by the Local Govemment shall be trensmitted to the State in the
AFA-AFA EnhLF.doc Page 11 of 16 Revis�ed 12-02-10
PAGE 13 OF 21 PAGES
AGENDA ITEM N0. 5C
CSJ # 0903-03-099
Fed.# STP 11(235)TE _
District # 03-Wichita Falis
Code Chart 64 # 46030
Project: Sevrnour Hwv/�rnett Rd
Htke � Bi e Trail
Federat Highway Administratio�
CFDA # ?A.2Q5
form of photocopy reprodud'+on on a monthly basis as required by the State. The originals shall
remain the property of the Locai Govemment
17. Document and Intormat�on Exchange
The Local Govemment agrees to electronically detiver to the State a1l general notes,
specificafions, contract.provision requinements and relsted documentation in a M+crosoft� Word or
similar document. If requesfied by the State, the Local Govemmerrt wilf use the State's document
bemplate. The Local Govemment shall aiso provide a detailed construc�tion time estimate
induding types of acfivities and month in the f�rmat required by the State. This requirement
applies whether the Local Govemment creates the documents with ifis own forces or by hiring a
consultant or professional provider. At the request of the State, the Local Govemment shall
submit any informafion required by the State in the format directed by the State.
18. Compliance with Lawa
The parties shall comply with a!1 Federal, State, and Local laws, statutes, ordinanoes, tules and
regulations, and the orders and decrees of any courfs or administrative bodies or tribunals in any
manner afFecting the performance of this agreement. When required, the Locai Govemment sha11
fumish tfie State with satisfactory proaf of this oompliance.
19. Sole Agreement
This Aareement constitutes the sole and only agreement between the parties and supersedes
any prior understandings or writben o� oral agreements respecting the agreemenYs subject
matter. .
20. Cost Principles and Federal Funding Accountabiiity and Transparency Act 1n order to be
re[mbursed with federal funds, the parties shal{ comply with the Cost Principles established in
OMB Circular A-87 that specify fhat all reimbursed costs are altowable, reasonable and allocable .
to the Project. Any redpient or sub-recipient of funds under this agreement agrees to comply with
the Federal Funding Accountability and Transparency Act and implemerrting regulations at 2 CFR
Part 170, including Appendix A available at htta�//edocket access aUO aov/2010/pdf/2010-
22705 f.
21. Procurement and Property 111anagement Sfandards
The paities shall adhere to the procurement standarris establisfied in Tide 49 CFR §18.36 and
with the property managernent standard estabfished in Title 49 CFR §18.32.
22. Inspection of Books and Recorda
a. The parties to this Agreement shall maintain a11 boaks, documents, papers, accounting necords
and other documentation relating to costs incuRed under this AAreement and shaN make such
materials availabte to the State, the Loca1 Govemment, and, if federafly funded, the Federai
Highway Administration (FHWA), and the U.S. Office of the Inspector Generat, ar 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 unfil any
impending litigation, or daims are resolved. Additionalfy, the State, the Local Govemment,
AFA-AFA EnhLF.doc Page 12 of 16 Revised 12-02-10
PAGE 14 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 08 3-099
Fed.# 11 T
District # 03-Wi�hita Falls
Code Chart 64 # 4605�
Projed: evmour Hwv/Barnett Rd
Hlke � Bike Trail
� Federal Highway A�drninistration
CFDA # 20.205
and the FHWA and their duly authorized re � this A h reement fo the purpose of making
govemmental records that are directly app ' 9
aud'�ts, examinations, excerpts, and transcriptions.
b, Whenever American Recovery and Reinvestrnent Act of 2009 (ARRA} funds are used and the
Loca1 Govemmerrt is Perfortn��9 any work, either directly or through a contrador, it must
cAmply with the follawing prov+sions. lf a Local Govemment is receiving ARRA funds, but is
not performing any wo�lc, the following provisions apply, if appropriate, and to the extent
necessary to comply with ARRA regulations.
c. In accordanoe With Section 902 ARRA, should this agreemerrt invotve the expenditure of
ARRA funds, then the U.S. Comptroller General and ifis representatives shall have the
au�ority to: .
i, examine any records of the contractor ar any of its subcontra�tors,
or any State or local agency admi�istering such o�ntract, that
directly pertain to, and invotve transactlons relating to the contract or
suboontracx; and
ii. infierview any officer or employee of the contractor or any of its �
subcontractors, or any State or local agency administering the
contract r+egarding such contracts.
Nothing in the sec�tion previously meritioned shali be interpreted to limit or
restrict in any way the existing authority of the Comptroiler General.
d. In accordance with Section 1515(a} of the ARRA, with resped to each conb a�t or grant
awarded using covered funds, any representative of an appropriate inspector general
appointed under Section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), is
authorized: �
i, to examine any records of tfie contractor or grantee, any of i�s
suboontractors or sub-grantees, or any St�ate ar local agency
administering such contraot that pertain to and involve transactions
relafi�g to the c�ntract, subcontract, grant, or sub�rant; and .
ii. to interview any officer or emptoyee of the oontractor, grantiee of
sub-granbee, or agency regar+ding such transac4ons.
SeCtion 1515(b) further provides that nothing in the section previously
mentioned shaA be interpreted to limit or restrict in any way the existing
authority of an inspector general.
AFA,AFA EnhLF.doc Page 13 of 16 Revised 12-02-10
PAGE 15 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 0903-03-089 _
Fed.# 11 23
District # hi
Code Cha�t 64 # 46050
Projec�:, Sevn�our Hwv_IBamert Rd
Hlke � i T if
Federa! Highway A�dministration
' CFDA # 20 205
e. The ARRA requires that the Co�tracfi°r reP°rt monthly employment iniormation for its firm as
well as that of all of its subcontractors. The Contractor, similarly, shaN indude this reporting
, requirement in afl of its subcontracts. Failing to inducie the requirement in agreements with
subc�ontractors can serve as grounds for contract terminafion.
f. Form FHWA-1589, l m I t R rt� promulgated by the Federal Highway
Adminisbation (FHWA). captures the necessary moMh�Y employment infiormation and shall be
submitbed by the Contractar on a regular basis to t�he LG (Local Govemment). It is the
responsibility of the LG to obtain this f�ornn fra'n the prime Contractor and any subcontractors
and, the LG shall verify the accuracy, comp�ebeness, and reasonableness of the data
contained in the f�rm. The LG shall ensure that this form is submitfied by the LG to the Stste
ac�cording to the policies and at the direction of the State.
g. {n or+der to meet any other FHWA and ARRA rePo��9 �4���ments, the LG shall provide to
the State all i�omnation reques�:d by the State, including data or infortnation in possession of
contracfiors and subcontractiors tor complefing other necessary repordng forms, and the
in�ormation shall be subm"�ed in the manner required and acoord+ng to all due dates as set by
the S�ate.
h. Furthermore, the ARRA mandates that tt�e U.S. Comptroller General's OfficB shall have
authority bo examine the rec�ds of the contractor, subcorrtractor. or local agency relating to
the projed at any time.
23. Office of Management and Budget (OMB) Audit Requirements
The parties shali compfy with the requi�ments of the Singte Audit Act of 1984, P.L. 9&502,
ensuring that the single audit report includes the coverage stipulafied in OMB Circular A 133.
Whenever funds from the ARRA Act ot 2009 are dtstributed to a Local Oovemment, the Locai
Govemment must complete its Sc��edule of Expenditures of Federal Awards (SEFA) and the
Data Collection Form (SF-SAC}, as required by OMB Circufar A-133, and separatiely identify any
ARRA expenditures for Federal Awards.
24. Civil Rights Compliance
The Local Govemment shall oomply with the regulations of the Department of Transportatian as
they relate to nondiscrimination (49 CFR Chapber 21 and 23 CFR §710.405{B)), and Executive
prder 11246 titled 'Equal Employment Opportunity,° as amended by Executive Order 11375 and
supplemented in the Department of Labor Regulations (41 CFR Part 60).
25. Disadvantaged Business Enterprise Pr+ogram Requirements
The parbies shall camply with the Disadvantaged/Minority Business Errterprise Program
requirements established in 49 CFR Part 26.
26. Debannent Ce�tificatlons
AFA AFA EnhLF.doc Page 14 of 16 Revised 12-02-10
PAGE 16 OF 21 PAGES
AGENDA ITEM NO. 5C
cs� #
Fed.# TP 1 TE
District # 03-Wichita Falls
Code Chart 64 # 460�0
� Projec� our
' Hike � Bike Trail
Federal Highway Administration
CFDA # 20.205
The parties are prohibited from making any award at any tier to any party that is debarned or
suspended or otherwise exduded firom or inel'igible for participation in Federal Assistance
programs under Executive Order 12549, `Debarment and Suspension.' By executing this
agreement� the Local Govemment certifies that it is not wmen�y debamed, suspended, or
otherwise exduded from or ineligible for participation in Federal Assistance Programs under
Executive Order 12549. The parties to this contract shall require any party to a sub�ntract or
purchase order awar�ded under th+s conlract to �ertiFY its eligibifity fio reoeive Federal funds and,
when requested by the Stafie, fio fumish a copy of the cerbification.
27. Lobbying Certificatlon
In executing this l�greement, the signatories certi(y to the best of his or her knowledge and belief,
that
A. No federal apprapriated funds have been paid or will be paid by or on behalf of the parties to
any person for influencing o� atbempting to influence an offioer or emp{oyee of arry i�ederal
agency, a Member of Congress, an officer or employee of Congress, or an empfoyee of a
Member of Congress in oonnection with the awar+ding of any federal contract, the making of any
iederal grant. the making of any fiederal 1oan, the errtering into of any cooperative agreement, arui
the ex�ension, corrtinuation, renewal, amendment, o� modifica�on of any federat contract, grant,
loan, or cooperative agreement.
B. If any furtds other than federal appropriated tunds have been paid or wilf 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 Cor�gress, or an employee of a Member of Congress in
connecaon with federal contracts, grants, loans, o� coopera#ive•agreemeMs, the signatory for the
Local Govemmerrt shall complete and submit the federal Standard Form-LLL, 'Disclosure Form
to Report Lobbying," in acooMance with +ts instructions.
C. The parties shali requi�e that the language of this certificafion be induded in the award
documents Tor alf sub-awards at afl tiers (including suboontracts. sub-grants, and contracts under
grants, foans, and cooperative agreements) and that all subr�ecipients shalf oertify and disclose
accordingly. Submission of tt�is certification is a prerequisite imposed by Title 31 U.S.C. §1352
for making or entering into this tr'ansac�on. Any person who fails t,� file the requined certfication
shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 fnr each
such failure.
28. Insurance
Should this agreemerrt authorize the Loca1 Govemment or its contractor to perform any woric on
State right of way, before beginning work, the er�tity perForming the worlc shali provide the Statie
with a fully execut,ed oopy of the Stats's Form 1560 Certif�cate of Insurance verifying the existience
of coverage in the amounis and types specifled on the Certificate of Insuranoe for all persons and
entities working on State right of way. This cov�erage shall be mair�tained urrtil all work on the
State �ight of way is complete. If coveraige is not maintained, al! wo�lc an State right of way shall
cease immediately, and the State may recover damages and aN c�asts of completing the work.
AFA AFA EnhLF.doc Page 15 of 1fi Revised 12-02-10
PAGE 17 OF 21 PAGES
AGENDA ITEM NO. 5C
� # 09Q3-03-099
Fed.# STP 2011(235)TE
District # h
Code Chart 64 # 4�050
Project: Sevmour HvwBarnett Rd
Hike i Tra i
• Federal Highway Administratfon
CFDA # -2a3
For projects induciing buildings. the Local Govemment agrees to insure the building acoording to
pepartment specfications and iurther agrees to name the Federal Govemment as a"Loss Payee'
should the building be destroyed-
29. Signatory Warranty.
TMe signafiories io this Aer�eement warrant that each has the authority to enter into this �reement
on behalf of the party represented-
IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in duplicate
counterparts-
THE LOCAL GOVERNMENT
BY:
(Signatune)
Printed Name: Darror� J. ik
Ti�: _ Citv Manaaer
Dabe:
THE STATE�OF TEXAS
Executed for the Executive Direcfior and approved for the Texas Transportation Commission for the
purpose and efFect of activating and/or caRying out the orders, established policies or work programs
heretofore �pproved and authorized by the Texas Transportation Commission.
BY�
Janioe Mul{enix
Director of Contract Services
Texas Depariment of Transportation
Date:
AFA-AFA EnhLF.doc Page 16 of 16 Revised 12-02-10
PAGE 1 H OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 09 3-03-099 - -
F�.# STP 201112351TE _
Distrid # 3-M�ic �
Code Chart 64 # 46Q50
Project, Sevrnour Hwv/Barnett Rsi
Hike � Bike Traif
Federa! Highway A�dministration
CFDA # 2 2
ATTACHMENT A
RESOLUTION �F LOCAL GOVERNMENT
R�,;�ed o�.�g-�o Page 1 of 1 Attachment A
PAGE 19 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 0903-03-099
Fed.# ST 11 2 5 TE
District # 03-Mfichlta Fall�
Code Chart 64 # 50
project: Sevmour HwvBareett Rd
Hike � Bike Trail
� Federat Highway Administration
CFDA # .205
ATTACHMENT B
PROJECT LOCATION MAP
rt Dereri t3on and I.acation - Attsahment A
— - a ��
a
Leyend � � � � -�
- � r-..� � �8sation
�� ........ : -� � � t , � .. ,; .
�� w...r,.�.rr. "�e+�+r } • ^ {L__�Y- f �i' / t - "-�1
�� ww�,wn 'YP i .~
={�� � /. . tr,
��r ww�w..v, °�"' ( X 3� ''.\ T ��...� .
w�M a.wrwr � .. f
�—.�� r..n ...�ty ! _ p _ ! _ ...
v """
_........ ± w» • _.
, ,
. �..�� �
�....�..�...�.. .. . . '
__..., .�.. _.. Seation 4 �
.
t ,,,,, � e - p :• rity � 11 : �
iw, B ..e ...,,. .�-• '�
----- 'e�.�a+.. � �._ .. $eCt � � �• 'r '}.jr„a�
� � s ;, ° �.
� �� ,a ��� ��.'� • -- � � r-
I �r f y j
L � '• ' f� .-:_ ( .. .
����' " ���e�'• _ _ '�1 f:
� � �� _ x {.i 7��� ' M - :� - - r -
�
� r
Sectioa+ , , '� -
� �� ,j � �•.� ......,:.. .=T
_ . . ^^� , , =; r . ' � �d'" � ' �uwrd s�u., _
� . � - �►� ', • _ - . � � . ..,,,.. , :
_ ,�� : _�k~ ;��. � _ ��. ,_: �� � . #. r J V �.�� x Y f�_
� -_;'"�� �_�� �- ...� � �:� _
:- _ -::: : ..�.a_ -�. - _
, .
,�;
.:
... _ _ _
: �_� _ _ _
.. . . _
.� :
�. � .� _:::: _ c�� -
,.
:.
_ __ .�
R.. . ,: �
,. � ,.�: �.::
�� �....
.Y�.
_� y :�r - � : , __ .:
.
:� .- � _.:
f , ,::��. .,�, _ _ _
� ,���
. .. _ :�-�. �.
_ . .... .. . _ _
� rtty�Tralf r.,�: `;1 �:��� :
>:. . :... _. _
., .. : :- : ;.,. - a - -
�•:� ,�i .s�,
.. ., ; :.. ...�:': _
..
;. t
`� u.
. . ..:.... . -
.,
,....:,. ...- - . _ ,,,, ,:... _
;_.
_ . ...... .. , _;.i.�°a' ="
ons-T '��J
:
... : . ... .. . .. ._ . , . � _ ... _ - - ---
. _... ..,... ... , .. .
..,..... . ..._._ -
,..
�:
. . . ,:..: . _ . . . � ..:. . ... _. ._ _ . _,.
.:,._ � ..:: . f ::::r .-...... b...: . . .. ... ,,. . . . ��:;.�_>�� - �;` — .. _
e �'
. . .. . i . ....::'.:._.�.. .
1. � ' `' }
.�.. ...:.�:�.�:�:.'. . .. . :�:�. .+[-:. .. �... :.
..
.:: .. ..... . .. .._..;: u . . "- ' - ���
��.: .._...- ...-.:...,.:� . ..._ .... .. . . . . ... �.. . . . � -: -. . .: - ' '...�.�� �. . - ..
s �
�
.:.<.; ��s'��:�
:.
�:. ,. - �
_.: :'�
. .. . .. . . _ ..
;:
_ ..= :
�,�:;:,-
..
�
..
`. _.
., . -,,:..:.,.:,--. . ,:.. _.
:���.
.:..: .....:....... _ .� _ .� -
�. ..
,:: : -..r,, :,: -:, . .. ; :-.� � . k � �..
_. _.. _....._,_.. ..... _
-:-,:._ ._. ._..... . � . -
_. _ ... .. ....: ::::.: :: :
. . ... ,
.:..... �_::::::-::�,-:::.,r :.:: :..._...,._ .,' i
.::: `. " .
�:r::: . . . : a r �� ~
:,:::...._.,„ ... _.. .:- -::r: -r ::: T - - -
` °'- sacs�aM Mo �
.., ..,:,
='s` '�,� �.s..�
_ - _ :�r., �-��:'� :;:��`
.. . . ...,, .>.. . .
:� •.,� v:.: ,.:...: .G -
. _ . . .: - - - '
�.` '_ ..,-..:. • -' - •'T' - i1�
y
� ... . . - •,;'
. .,
i�p
...� . - .. ...... ......... r..� _'
:.c
. . ... .. ti��:
� .. .:::.:..:_ L"tTOfl 8
....
_ v� �. 4 � _ . «.�wr� ,.w
. «.. .._ _ �� _ .
�.+.::--
- v:>:r;:*: ,,�. � � .
. ,�-��::.._ .. �
. ..> .-. ���'= _ .
•; _.;_. ,
.:. _�
...
..... .,; �z:� . �;,> �
.. .; _ • ;!> .. . " , _ ... -. .... _. . . _... . ..
�....,�, .......:.:,:.::_-i:.. . -
. .._ ..
- h .�. �..�. .. . .
.. _. ..."..SeCt10
_......._. ..:: ;:
:;i •
ri �._, �I .. --�
.,.. x , _... -- _
:::. .r�. ._:- -
_..
.. . _. ._ . . . --
; . .. ..�
..
� ..:........:� �.�: ---
�
.�.....
Re�a �z-os-lo Page 1 of 1 Attachment B
PAGE 20 OF 21 PAGES
AGENDA ITEM NO. 5C
CSJ # 0903-03-099
Fed.#_ STP 2011t2351TE—
District # 03-Wtchi� ���
Code Chart 64 # 48050
Project: Sev our HwvlBsn►ett�
. � " il� 8� � e i
Federai Highway Administration
CFDA # 20 20
ATTACHMENT C
PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS �
� Off-System 8tandard AFA — for TE Projecl�
LG Pertonns Work andlor Hires ConaultantlContractors
PE — indudes design, planning, PS&E, cleerenoes 8 �0 096 SO 096 i� 0°�b s0
admin�tretion
Environmenta! Cost $0 0� �0 096 SO Oq6 �
ROW — uisiti�on andlor associated costs $0 096 �0 0°k 0 0% �a
Construction - indudes worlc bid items and E8C $2,693,075 8096 52,��4�� �°� 30 2096 5538,615
Othar Constructlon Associetad Cos1s 8� Conti ncy s298,238 8096 �236,990 09G SO 20°�6 559,248
PE-Engineering Phaee -Direct 3tete Costa-reviews� $26,931 80% s21,545 0�6 SO 2096 s5�386
dearetxes admin. efi�. 196
Const�uction Phase — Di�ct State Costs-oversight, 580,792 80°i6 564,634 096 i0 2096 $16,158
Ins ection site visits etc. 3�
� The Estimated Total Participa�on by the Local Govemment is�¢1�.407, plua 10096 of ovemans. Payrnent of the LocaYs ehare of TxDOTs ADM PE
s
v N ed c�st to be incumed is 5 8 due within 30 deys irom execution of the AFA contract. Payment of tfie Local's share of TxDOTs ADM
D and assodat
m N Construdbn Phase and aasaaated cost to be incumed is �,1_� due 6 0 dsys prior t o t h e C o n s t n x t i o n c o n t r a c t b e i n g a d v e r t i s e d f o r b i d s, 7 h i s i s
�, an estimate. The el'�ible percent of required local match is ststed in the nominati�on and muat be 20°i6 or greater. The final amour� of Locat
o� Govemment par�cipation will be besed on actual costs and values.
� N 7he Maximum federal TE iunds available for the project are 47 �•
P e g e 1 o i 1 Attachment C