Loading...
R-2417-6-05RESOLUTION NO. 2417-6-05(R) ' A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF THE LOCAL PROJECT ADVANCE FUNDING AGREEMENT (LPAFA) WITH THE STATE OF TEXAS ACTING BY AND THROUGH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE FUNDING AND INSTALLATION OF TRAFFIC SIGNALS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council has been presented a proposed Local Project Advance Funding Agreement by and between the City of Allen, Texas, and the State of Texas acting by and through the Texas Department of Transportation which provides for the funding and installation of traffic signals, attached as Exhibit "A'; and, WHEREAS, upon full review and consideration of the Agreement, and all matters related thereto, the City Council is of the opinion and finds that the terns and conditions thereof should be approved, and that the City Manager should be authorized to execute the Agreement on behalf of the City of Allen, Collin County, Texas. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ALLEN, TEXAS, THAT: SECTION 1. The Local Project Advance Funding Agreement for the installation of traffic signals, ' attached hereto and incorporated herein by reference for all purposes, having been reviewed by the City Council of the City of Allen, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved, and the City Manager is hereby authorized to execute the Agreement on behalf of the City of Allen, Collin County, Texas. SECTION 2. This Resolution shall become effective immediately from and after its passage. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, THE 25TM DAY OF .LUNE, 2005. APPROVED: Stcphen ferrell, MAYOR ATTEST: Shelley B.B. GeoC, CITY CSJ #: 918-24-132 & 133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH700/u STATE OF TEXAS § COUNTY OF TRAVIS § LOCAL PROJECT ADVANCE FUNDING AGREEMENT For An CONGESTION MITIGATION AND AIR QUALITY IMPROVEMENT PROJECT FOR FURNISHING AND INSTALLING OF TRAFFIC SIGNALS BY A MUNICIPALITY THIS Local Project Advance Funding Agreement (LPAFA) 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 Allen, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, a Master Advance Funding Agreement (MAFA) between the Local Government and the State has been adopted and states the general terms and conditions for transportation projects developed through this LPAFA; and, WHEREAS, the Governing Body of the Local Government has approved entering into this LPAFA by Resolution or Ordinance - Attachment A which is attached hereto and made a part hereof, for development of the specific project (the Project) the project funding of which is identified in the Project Budget Estimate and Source of Funds - Attachment B which is attached hereto and made a part hereof; and, WHEREAS, the Texas Transportation Commission passed Minute Order 108410 that provides for the development of, and funding for, the Project described herein. 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: AGREEMENT 1. The period of this LPAFA is as stated in the MAFA, without exception. 2. Termination of this LPAFA shall be under the conditions as stated in the MAFA, without exception. 3. Amendments to this LPAFA shall be made as described in the MAFA, without exception. 4. Scope of Work The scope of work for this LPAFA is described as furnishing and installing traffic signals. a. Warranting Data: The Local Government will be responsible for collecting and preparing the required warranting and justification data for each signalized AFA-LPAFA_TS Page 1 of 6 Revised 11/9/05 CSJ #: 918-24-132 8133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH7006 intersection. The data will be furnished to the State in a format approved by the State. Only those intersections that are warranted and approved by the State will be eligible for signalization under this LPAFA. b. Intersection Locations: (1) All State -approved on -system intersections in the Project are identified in Attachment "C' - On State Highway System Intersections which is attached hereto and made a part hereof; (2) All State -approved off -system intersections in the Project are identified in Attachment "D" - Off State Highway System Intersections which is attached hereto and made a part hereof. 5. Right of Way and Real Property shall be the responsibility of the Local Government, as stated in the MAFA, without exception. 6. Adjustment of utilities will be provided by the Local Government as required and as stated in the MAFA without exception. 7. Environmental Assessment and Mitigation will be carried out as stated in the MAFA, without exception. 8. Compliance with Texas Accessibility Standards and ADA will be as stated in the MAFA, without exception. 9. Engineering Services will be provided by the Local Government, as stated in the MAFA. The construction plans shall be prepared in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). The State shall approve the final plans prior to construction of the signals. 10. Construction Responsibilities will be carried out by the Local Government, as stated in the MAFA, without exception. The Local Government will construct the Project with Local Government forces or through contract forces, in accordance with the plans and the TMUTCD. If the Local Government will construct the Project with its own forces, check here: (_] a. The State will make suitable, frequent, and complete inspection of materials and equipment, and the work of installation sufficient to determine and permit certification that the Project and its components meet all applicable requirements of the plans and specifications in suitable condition for operation and maintenance by the Local Government after its completion. b. The Local Government shall provide opportunities, facilities, and representative samples, as may be required, to enable the State to carry on suitable, frequent, and complete inspection of materials and application methods, sufficient to afford determination and certification by the State that all parts of the installation and the component materials comply with the requirements of the approved plans and specifications. The State will promptly notify the Local Government of any failure of materials, equipment, or installation methods, and the Local Government shall take such measures as necessary to obtain acceptable systems components and installation procedures without delay. AFA-LPAFA_TS Page 2 of 6 Revised 11/9i05 CSJ #: 918-24-132 & 133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH7006 c. The State shall make random inspections of 25% of the work and equipment on this Project. If it is later determined that any materials not initially inspected by the State did not comply with the requirements of the approved plans and specifications or any application methods were not sufficient at any time during this contract or after this contract has terminated, the State will promptly notify the Local Government of these items and the Local Government shall take such measures as necessary to obtain acceptable systems components and installation procedures without delay at their own expense. 11. Project Maintenance will be undertaken as provided for in the MAFA, without exception. 12. Local Project Sources and Uses of Funds a.The maximum total Project cost without modification is $ 1.127,845. A cost estimate of the work authorized for each intersection listed in Attachments "C" and "D" shall be provided in Cost Estimate - Attachment "E" which is attached hereto and made a part of this LPAFA. Any work done prior to federal authorization will not be eligible for reimbursement. It is the Local Government's responsibility to verify with the State that the Federal Letter of Authority has been issued for the work covered by this Agreement. b.The State will reimburse the Local Government the cost of furnishing and installing the traffic signal equipment according to the location and manner of construction as shown and described in the plans and specifications. The State will reimburse the Local Government for up to 100% of the allowable costs for the locations described in Attachment "C." The State will reimburse the Local Government for up to 80% of the allowable costs for the locations described in Attachment "D." c. The State's direct costs for the State's review and processing for the work completed at the locations described in Attachment "D" on this LPAFA shall be $ 8.620. This amount is I % of the total estimate in Attachment "E" for the locations listed in Attachment "D". After execution of this LPAFA, but prior to the State authorizing work to begin, the Local Government will remit a check or warrant made payable to the "Texas Department of Transportation" in the amount specified in Attachment B as the local contribution for State's costs for review and processing. Any indirect costs will be in accordance with the State's Indirect Cost Recovery Plan. d.The State will reimburse the Local Government for properly supported costs incurred under the terms and conditions of this LPAFA. Costs incurred prior to the issuance of a written notice to proceed by the State will not be reimbursed except for materials already on hand. Reimbursement will be made by the State to the Local Government for labor, equipment use, materials, supplies, travel expenses, and warehouse or material handling charges provided the Local Government has paid from Local Government funds their obligations covering items of costs previously billed. e.The Local Government is responsible for all non-federal and non -state funding, including all Project cost overruns, unless provided for through amendment of this LPAFA. f. If any existing or future local ordinances, including, but not limited to, outdoor advertising billboards or storm water drainage facility requirements, are more AFA-LPAFA_TS Page 3 of 6 Revised 11/9/05 CSJ #: 918-24-132 & 133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- I XXH7006 restrictive than State or Federal Regulations, or any other locally proposed changes, including, but not limited to plats or replats, result in increased costs, then, any increased costs associated with the ordinances or changes will be paid by the Local Government. The cost of providing such right of way acquired by the State shall mean the total expenses in acquiring the property interests either through negotiations or eminent domain proceedings, including expenses related to relocation, removal, or adjustment of eligible utilities. g. The Local Government shall submit the State's Form 132, Billing Statement, or other type of invoice acceptable to the State upon completion and final inspection of the Project (or on a quarterly basis wherever the work and materials provided for and contemplated under this contract have been found by the State, based upon an inspection made by the State to be satisfactorily completed and installed on any individual signalized intersection and/or section of roadway as approved by the State for partial acceptance by letter) for the work and/or equipment which has been accepted by the State. h. An original and one (1) copy of the Billing Statement should be submitted to the following address: Texas Department of Transportation Attn. Director of Transportation Operations PO Box 133067 Dallas, TX 75313-3067 I. All billing statements shall be property documented, summarizing the costs by description of work performed, quantity of materials and devices, unit price, labor costs, and extensions. The State will make payment to the Local Government within thirty (30) days from receipt of the Local Government request for payment, provided that the request is properly prepared, executed, and documented. Unsupported charges or charges after final acceptance by the State will not be considered eligible for reimbursement. If applicable or necessary, the State will prepare a final audit upon completion of the work authorized or at any time an audit is deemed to be in the best interest of the State. j. The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 13. Special Conditions. N/A 14. Document and Information Exchange. The Local Government agrees to electronically deliver to the State all general notes, specifications, contract provision requirements and related documentation in a Microsoft® Word or similar document. If requested by the State, the Local Government will use the State's document template. The Local Government shall also provide a detailed construction time estimate including types of AFA-LPAFA TS Page 4 of 6 Revised 11/9/05 CSJ #: 918-24-132 & 133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH700(n activities and month in the format required by the State. This requirement applies whether the Local Government creates the documents with its own forces or by hiring a consultant or professional provider. 15. Incorporation of MAFA Provisions. This LPAFA incorporates all of the governing provisions of the MAFA in effect on the date of final execution of this LPAFA, unless such MAFA provision is specifically excepted herein. 16. Insurance. If this agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. Insurance. If this agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. 17. Signatory Warranty. The signatories to this LPAFA warrant that each has the authority to enter into this LPAFA on behalf of the party represented. AFA-LPAFA TS Page 5 of 6 Revised 11/9/05 CSJ M 918-24-132 & 133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH7006, IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in duplicate counterparts. THE LOCAL GOVERN ME JT — Y OF ALLEN (Signa e) Name: (Print/Type) Title: C �✓ .(rt/Type) Date: /a - 15—S� 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 Co i ion. sy: nic Mullenil irector of Contr ct Services Section Office of General Counsel Texas Department of Transportation AFA-LPAFA_TS Page 6 of 6 Revised 11/9/05 ATTACHMENT A CITY OF ALLEN CERTIFICATION CITY OF ALLEN, TEXAS COLLIN COUNTY, TEXAS I, Shelley B. George, City Secretary of the City of Allen, Collin County, Texas, do hereby certify that the attached is a true and correct copy of the City of Allen Resolution No. 2417-6-05(R) duly passed and approved by the City Council of the City of Allen, Texas, on the 28th day of June, 2005. WITNESS MY HAND AND SEAL OF SAID CITY, this the 29`h day of June, 2005. Shelley B. George City Secretary City of Allen, Texas ALLENCIVICPL • 305CENTURYPARKWAY • ALLEN,TEKAS75013-8042 214.509.4100 EMAIL: c @cityofolion.org RESOLUTION NO. 2417445M A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF THE LOCAL PROJECT ADVANCE FUNDING AGREEMENT (LPAFA) WITH THE STATE OF TEXAS ACTING BY AND THROUGH THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE FUNDING AND INSTALLATION OF TRAFFIC SIGNALS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council has been presented a proposed Local Project Advance Funding Agreement by and between the City of Allen, Texas, and the State of Texas acting by and through the Texas Department of Transportation which provides for the funding and installation of traffic signals, attached as Exhibit "A"; and, WHEREAS, upon full review and consideration of the Agreement, and all matters related thereto, the City Council is of the opinion and finds that the terms and conditions thereof should be approved, and that the City Manager should be authorized to execute the Agreement on behalf of the City of Allen, Collin County, Texas. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF. ALLEN, TEXAS, THAT: SECTION 1. The Local Project Advance Funding Agreement for the installation of traffic signals, attached hereto and incorporated herein by reference for all purposes, having been reviewed by the City Council of the City of Allen, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved, and the City Manager is hereby authorized to execute the Agreement on behalf of the City of Allen, Collin County, Texas. SECTION 2. This Resolution shall become effective immediately from and after its passage. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF ALLEN, COLLIN COUNTY, TEXAS, THE 25a DAY OF JUNE, 2005. APPROVED: S ephen Terrell, MAYOR ATTEST: Shelley B. GeoC, CITY S CSJ # : 918-24-132&133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH70%. ATTACHMENT B PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS ON SYSTEM PROJECT COSTS Description 0918-24-132 Total Estimate Cost Federal Participation State Participation Local Participation - - 100% W/o _ 20% 20 Preliminary Engineering 15,417 12,334 3,083 10,438 Construction 221,531 177,225 44,306 148,248 Signal Timing 6,608 5,286 1,322 4,473 Project ManagemenUCity Labor 13,655 10,924 2,731 9,244 TOTAL 257,211 1 205,769 51,442 172,403 `rfA1.v kitial SXF �• Date2 Z3_ob OFF SYSTEM PROJECT COSTS 01 Description 0918-24-133 Total Estimate Cost Federal Participation State Participation Local Participation State reimbursements to Local Government for the project 100% 8o% 0 % 20 Preliminary Engineering 52,186 41,748 - 10,438 Construction 741,241 592,993 148,248 Signal Timing 22,365 17,892 4,473 Project Management/City Labor 46,222 36,978 9,244 SUBTOTAL 862,014 689,611 172,403 State's direct costs for review and processing (Estimated 1% of Subtotal) 8,620 6,896 1,724 TOTAL 870,634 696,507 174,127 Payment due prior to notice to proceed 1,724 State reimbursements to Local Government for the project 895,380 51,442 PROJECT TOTAL 1,127,845 902,276 51,442 174,127 AFA-LPAFA_TS Page 1 of 1 Attachment B CSJ #: 918-24-132&133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- E XXH7006 ATTACHMENT C "On State Highway System Intersections" 1) US 75 at Bethany 2) FM 2551 at Bethany 3) SH 5 at Exchange 4) FM 2170 at FM 2551 5) US 75 at McDermott 6) US 75 at FM 2786 7) SH 5 at FM 2786 8) FM 2786 at Angel Pkwy. AFA-LPAFA_rs Page 1 of 1 Attachment B CSJ #: 918.24-132&133 District: 18 -Dallas Code Chart 64# 00650 Allen Contract #: 18- 6XXH7006 ATTACHMENT D "Off State Highway System Intersections" 1) Be[ Air at Alma 2) Bethany at Alma 3) Bethany at Century 4) Bethany at Greenville 5) Bethany at Jupiter 6) Bethany at Allen Heights 7) Bethany at Cheyenne 8) Bethany at Malone 9) Chaparral at Greenville 10) Chaparral at Jupiter 11) Comanche at Alma 12) Exchange at Alma 13) Hedgcoxe at Duchess 14) Main at Greenville 15) Main at Jupiter 16) Main at Allen Heights 17) Main at Malone 18) McDermott at Twin Creek/Suncreek 19) McDermott at Alma 20) McDermott at Watters 21) McDermott at Old Angel 22) McDermott at Century 23) McDermott at Allen Drive 24) Rivercrest at Greenville AFA-LPAFA_TS Page 1 of 1 Attachment D Detailed Cost For Advanced Transportation Management System On System -918.24-132 Item Unit Cost Unit Quantity Item Cost Communication Hardware at Intersection $4,090.00 ea. 8 $32,720.00 Misc. Fiber Optic,Coaz cable, conduit, etc. $900.00 ea. 8 $7,200.00 Signing, Striping, etc. $1,950.00 ea. 8 $15,600.00 Signal Controller I Cabinet Upgrades $8,000.00 ea. 8 $64,000.00 Vehicle Detection Improvements $7,000.00 ea. 8 $56,000.00 Total Equipment Cost $175,520.00 Construction $46,011.00 Total Construction Cost 100% $221,531.00 Design Management (Engineering plan & specification preparation) 7% $15,417.00 Design Management (Engineering Signal Timing) 3% $6,608.00 Construction Management 3% $6,607.00 Testing 0.50% $1,101.00 Staff Charges 2% $4,405.00 Contingencies 10% $1542.00 Budget Total 100% $257,211.00 Programmed Budget $257,211.00 EXHIBIT E Detailed Cost For Advanced Transportation Management System Off System -918-24-133 Item Unit Cost Unit Quantity Item Cost Communication Hardware at Intersection $4,090.00 ea. 24 $98,160.00 Master Communication Hardware $6,925.00 ea. 1 $6,925.00 Misc. Fiber Optic,Coax cable, conduit, etc. $970.00 ea. 24 $23,280.00 Work Station $10,000.00 ea. 1 $10,000.00 Signing, Striping, etc. $2,290.00 ea. 24 $54,960.00 Software $9,950.00 LS 1 $9,950.00 LED Replacement $3,010.00 ea. 24 $72,240.00 Signal Controller / Cabinet Upgrades $8,000.00 ea. 24 $192,000.00 Vehicle Detection Improvements $7,000.00 ea. 24 $168,000.00 Total Equipment Cost $635,515.00 Construction $105,726.00 Total Construction Cost 100% $741,241.00 Design Management (Engineering plan & specification preparation) 7% $52,186.00 Design Management (Engineering Signal Timing) 3% $22,365.00 Construction Management 3% $22,366.00 Testing 0.50% $3,728.00 Staff Charges 2% $14,910.00 Contingencies 10% $5,218.00 Budget Subtotal 100% $862,014.00 TxDOT Administration 1.0% $8,620.00 Budget Total $870,634.00 Programmed Budget $870,634.00