Loading...
Number 08GO�Iy [ Y Opd9 DALLAS COUNTY nT \E� PUBLIC WORKS February 1, 1996 Mr. Atul Patel, P.E. City of Coppell P.O. Box 478 Coppell, Texas 75019 Subject: Dallas County CMAQ Program Executed Interlocal Agreement Dear Mr. Patel: Enclosed for your file is one (1) executed original Interlocal Agreement between the City of Coppell and Dallas County for the CMAQ Program projects. The scheduling of the approved CMAQ projects for your City has not been completed. When the time frame has been determined, we will notify all concerned and advise you of any funds that must be escrowed during the various phases of the projects. Your participation in the CMAQ program is greatly appreciated and we look forward to your help and assistance towards successful completion of the projects in a timely manner. Sincerely, Allen Bud Beene, P.E. Director of Public Works ?VO Z%017 Enclosure Executed Dallas County CMAQ Interlocal Agreement xc: Richard L. Peterson, Assistant Director, Transportation Planning Division, Dallas County William B. Dryden, Jr., P.E., Traffic Engineer, Dallas County Ivan F. Nicodemus, P.E., PM/E, Parsons Brinckerhoff Construction Services, Inc. Files (CMAQ - Coppell) 411 Elm Street, 4th Floor Dallas, Texas 75202 214 - 653 -7151 r, September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT WHEREAS, on November 5, 1991, pursuant to Election Order No. 91 -1636, the voters of Dallas County approved Proposition Number 1 of the 1991 Dallas County Bond Program which includes the authorization to issue bonds under the authority of Article III, Sections 52 and 52e of the Texas Constitution for the purpose of transportation improvements within Dallas County; and WHEREAS, in accordance with said Proposition Number 1 of the 1 Dallas County Bond Program, it is the desire of the City of Texas, hereinafter referred to as "City ", and the Dallas Co Commissioners Court, hereinafter referred to as "County", to enter into an Interlocal Cooperative Agreement regarding certain transportation improvements within said City pursuant to Chapter 791 of the Texas Government Code; and WHEREAS, County and the Texas Department of Transportation, hereinafter referred to as "TxDOT ", pursuant to Commissioners Court Order No. 94 -1777, dated October 25, 1994, have entered into a Congestion Mitigation Air Quality (CMAQ) Agreement to provide Program Management/Engineering (PM/E) Services for certain transportation improvements in Dallas County; and WHEREAS, said CMAQ Agreement, incorporated herein as Attachment "A ", shall govern the intent of this Interlocal Agreement between County and City; and WHEREAS, said transportation improvements approved for CMAQ funding by the North Texas Council of Governments ,which is the designated Metropolitan Planning Organization (MPO), and are part of the CMAQ Agreement within City are listed in Attachment "B "; and WHEREAS, it is the desire of County and City to expedite the implementation of the improvements listed in Attachment "B ", hereinafter referred to as the "Program ". NOW, THEREFORE, in consideration of the mutual covenants, agreements and promises herein contained, County and City do hereby identify the following: I. County hereby agrees: A. To the extent of funding authorized by the 1991 Dallas County Bond Program for improvements, County agrees to provide the local government share of costs up to the amount identified in Attachment "B" as "Dallas County Program Costs" which include Program Management/Engineering (PM/E) services, acquisition of rights -of- way, mitigation of environmental issues, relocation assistance, preparation of Plans, Specifications and Estimates (PS &E), and plan review by TxDOT, utility relocation/adjustments and construction costs and/or costs of construction elements by City forces associated with the development of improvements within the scope of this Agreement. Page I of 6 D:\GENERAL\G06PRMGTNG6-51LA\ILA04.DOC September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT B. To include improvement locations identified within City as CMAQ Intersection Improvement Projects approved by the MPO and incorporated by the North Central Texas Council of Governments (NCTCOG) in the Transportation Improvement Program (TIP) as may now be in effect this date or as may be revised, modified or amended. Potential intersection improvement locations are identified in Attachment "B ", and include projected City, County, TxDOT, FHWA, and total improvement costs. C. To provide a single point of contact with TxDOT for the Program included within this Agreement and to execute, on behalf of City, the necessary agreements with TxDOT, as authorized by the Dallas County Commissioners Court and the 1991 Dallas County Bond Program. D. To provide for the acquisition of the necessary additional rights -of -way for projects in the Program in accordance with TxDOT standard requirements for property acquisition, utilizing existing public rights -of -way to the maximum extent possible. E. To coordinate with City any utility adjustments in public rights -of -way and traffic control during the construction; provided, however, that City shall be the responsible jurisdiction for requiring the relocation and adjustment of utilities. F. To the extent authorized by the 1991 Dallas County Bond Program, in cases where a franchised utility has a private right -of -way easement for its utility and it is necessary to make adjustments by reason of the widening or improvement of the designated improvement location, County shall, after submission of satisfactory rights -of -way documentation and cost estimates acceptable to County by the utility company, bear the actual costs for the relocation and/or adjustment of said utility. Where new storm drainage facilities are in conflict with City owned utilities, and the storm sewer design cannot be modified, County shall, after submission of an acceptable schedule of work and cost estimate by City, bear the actual costs of the necessary adjustment of City utilities to the extent authorized by the 1991 Dallas County Bond Program. G. To prepare documents, consisting of Plans, Specifications and Estimates (PS &E) for construction of the projects in the Program, acceptable to TxDOT, using the latest editions of TxDOT's Highway Design Division Operations and Design Manual, TxDOT's Standard Specifications for Construction of Highways, Streets and Bridges, TxDOT's Guide for Design of Pavement Structures, the Texas Manual on Uniform Traffic Control Devices (TMUTCD), and/or the American Association of State Highway and Transportation Official's (AASHTO's) A Policy on Geometric Design of Highways and Streets. H. To submit preliminary engineering plans at the 65% and final PS &E at the 100% completion levels for review and approval by City prior to submittal to TxDOT for advertising and construction. I. To transfer rights -of -way acquired in the name of County to City. J. To issue to City a "Notification of Completion" from TxDOT, acknowledging a project has been completed and to furnish, through TxDOT, "as- built" reproducible "record" drawings of construction plans for the City upon completion and acceptance of each project in the Program. Page 2 of 6 D:\ GENERAL \G06PRMGnG6- 5ILA\ILA04.DOC September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT II. City hereby agrees: A. To provide the local government share of costs for engineering design services, PM/E services, acquisition of rights -of -way, mitigation of environmental issues, relocation assistance, preparation of Plans, Specifications and Estimates (PS &E), plan review by TxDOT, utility relocation/adjustments and construction costs associated with the development of improvements identified in Attachment "B" within the scope of the Program, beyond the extent of funding authorized by the 1991 Dallas County Bond Program as identified in Attachment "B" as "Dallas County Program Costs" and for those improvements sponsored and/or identified as being funded in whole or partially by City within the current NCTCOG Transportation Improvement Program. City requested specialty items may include, but not necessarily limited to supplementary landscape, streetscape, and sidewalk construction. Estimated City costs identified in Attachment "B" shall be escrowed to County by City. B. To accept all terms, requirements and conditions of the CMAQ Agreement between County and TxDOT as an integral part of this Interlocal Agreement between City and County, and agrees, that all requirements incumbent upon County shall be incumbent upon City. Accordingly, City shall execute the following documents required by TxDOT as part of the TxDOT /County CMAQ Agreement: 1. Attachment "C" Lobbying Certifications 2. Attachment "D" Debarment Certifications C. To participate with County in the selection of design consultants utilized in the preparation of the PS &E for the Program. D. To accept County's Minori4Momen Business Enterprise Participation Policy for use in the Program. E. To assist County in developing the scope of services for each intersection in the Program and to assure that the initial Program funding for each location, shown in Attachment "B ", is correctly identified. F. To provide to County available alignment surveys, construction plans or other data pertinent to the projects including but not limited to, hydraulic studies, environmental studies, master planning studies, zoning maps, and utility maps and information, and to establish in writing, prior to commencement of project design, any supplemental improvements desired by City for specialty items on additional facilities (e.g., landscaping, streetscaping, new sidewalks) associated with the project. When these features are requested by City for inclusion as part of the design and/or construction contract, those costs not eligible for CMAQ funding as approved by the MPO shall be borne by City. Supplemental agreements outlining funding participation on designated projects may be executed by City, as necessary. Page 3 of 6 D:\GENERAL\G06PRMGTNG6-51LA\ILA04.DOC September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT G. To provide traffic signal warranting data for each signalized intersection, including the posted speed limit on the major streets and/or spot speed studies, 24 hour approach volumes collected in 1990 or later for all legs of the intersection, and/or peak hour turning movement counts and traffic volumes. Only those intersections that are shown to meet or exceed the abbreviated TxDOT signal warrant methodology for the Program or the TMUTCD signalization warrants shall be included within the Program. H. To provide inventories of existing signal equipment, signal phasing, and timing patterns for each intersection within the Program. To provide a listing of cable companies within City and provide an estimated cost of cable connections for each signalized location where their facilities are used for signal communications. City agrees to assure that the cable company installs cable connection from their nearest existing cable line to the controller cabinet. City agrees to require each participating cable company to submit a detailed invoice for each cable connection describing the actual units required to complete the construction. City agrees to inspect and approve the construction and to submit to County evidence that the construction is completed for reimbursement. The cost of the cable connection for each location shall conform to the construction labor and materials unit costs established hereinabove. J. To provide a listing of locations and/or descriptions of elements of construction for which City will furnish and/or install traffic signalization equipment by City's forces. City agrees to provide TxDOT a PS &E package detailing proposed construction work and shall provide opportunities, facilities and representative samples, as may be required, to enable TxDOT to carry out suitable, frequent and complete inspections of all materials, sufficient to afford determination and certification by TxDOT that all parts of the installation and the component materials comply with the requirements of the approved PS &E. City agrees to use its own directly employed labor and supervisory personnel, machinery, equipment and vehicles necessary for the construction of each City force account element of construction. City agrees to abide by Title 49 CFR Part 18.36 in renting or leasing machinery, equipment and/or vehicles, other than its own, which are necessary for the construction. K. To assist County in conducting public hearings as required for the Program. L. To acquire rights -of -way required for the projects in the Program through voluntary dedication, the subdivision platting process and/or other legal means to ensure through the building permitting process that, setback requirements are imposed to limit encroachment upon the required rights -of -way. City agrees to provide County with historical records and reports associated with the acquisition and dedication of rights -of -way required for the Program. City hereby grants County authority to enter into eminent domain proceedings within the corporate limits of said City for the specific rights -of -way required and as approved by City and County for the Program. Page 4 of 6 D:\ GENERAL \G06PRMGnG6- 5ILA\ILA04.DOC September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT M. To require all utilities located within or using the public rights -of -way in the Program to adjust and/or relocate said utilities as required by the proposed improvement of each project. City shall initiate action to require the adjustment and/or relocation of utilities to be accomplished and finalized, as expeditiously as possible upon receipt of the 65% design documents from the County, but in no event later than three (3) months after receiving notification in writing from County that acquisition of additional rights -of -way for the designated project has been completed. Except as provided herein, all costs for adjustment and/or relocation of utilities within the public rights -of -way shall be the responsibility of the utility owner and/or City. In the event that the utilities are not adjusted or relocated within three (3) months after County's written notification is received, City shall initiate legal action to compel the adjustment or relocation of the utilities by the utility owner if necessary to prevent delays in the commencement or prosecution of construction on the improvements. N. To provide for continuing surveillance and control of rights -of -way to prevent the construction, placement, storage or encroachment of any signs, personal property or other appurtenances in the rights -of -way and, when requested by County or TxDOT, to take such action as appropriate to cause any and all encroachments on the rights -of- way to be removed prior to starting construction of each project in the Program. City shall provide for the continuing maintenance of all rights -of -way, such as traffic control, pavement maintenance, mowing, drainage, trash removal, etc., during the period between right -of -way acquisition and construction for each project in the Program. 0. To prepare a "Traffic Implementation Plan" detailing City's continuing commitment to operate and maintain the funded traffic signal improvements through the use of training, resources, funding and personnel for the useful life of applicable traffic signal projects identified in the Program. The "Traffic Implementation Plan" shall be in a format approved by County, TxDOT and the Federal Highway Administration (FHWA). P. To make a detailed review of and return comments on the proposed rights -of -way plans and construction drawings and documents for each project in the Program within a time period not to exceed one (1) month from transmittal to City by County. Q. To assist County in establishing PS &E schedules for projects requiring City funding which address the committed funding and other resources. R. To authorize TxDOT through County to construct the transportation improvements approved by City within each project, in accordance with the scope agreed upon by City and County and approved by TxDOT. S. To resume responsibility for maintenance of each improvement in the Program upon completion and acceptance of construction of the projects by TxDOT. T. To allow the regulation of traffic, modification of traffic signals and other regulatory devices consistent with the PS &E documents for the improvements as necessary during construction, and prevent encroachment on the rights -of -way. Page 5 of 6 D:\ GENERAL \G06PRMGnG6- 51LA\ILA04.DOC September 14,1995 INTERLOCAL COOPERATIVE AGREEMENT U. To maintain all documents, papers, accounting records and other documentation relating to City costs incurred under this Agreement and shall make such materials available to TxDOT, FHWA or its duly authorized representatives for review and inspection at its office for three (3) years from the date of final payment from the County under this Agreement. City agrees to comply with the audit requirements of the Single Audit Act of 1984, P.L. 98 -502, ensuring that the single audit report includes the coverage stipulated in paragraphs 6, 8, and 9 of OMB Circular No. A- 128. Additionally, County, TxDOT, FHWA and its duly authorized representatives shall have access to all records of City which are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts and/or transcriptions. III. County and City further agree and acknowledge that neither County or City is an agent of the other, or of the State, and that each is responsible for its own acts, forbearance, negligence and deeds, and for those of its agents or employees in conjunction with the performance of work covered under this Interlocal Cooperative Agreement. IV. County and City acknowledge this Interlocal Cooperative Agreement may be modified by the mutual consent of the County and City. This includes modification of the specific improvement location identified in Attachment `B" and in accordance with the current Transportation Improvement Plan approved by the MPO which is NCTCOG. V. The CMAQ Agreement shall govern where conflicts exists or are discovered within this Agreement. THE C Y F DALLAS ( -/( 1) (0 Date ATTEST: ATTEST: Page 6 of 6 D:\ GENERAL \G06PRMGnG6- 5ILA\ILA04.DOC ILA -A-.. ACHMENT B 12- Oct -95 FUNDING COMMITMENT BY AGENCY CMAQ PROGRAM for Coppell Improvement Costs* (Thousands) NCTCOG Improvement TxDOT Initial Road Intersecting Road Coppell Dallas County TxDOT/ FHWA 1995 TIP Total Number Type System /PASS 3096.001 SIG OFF Belt Line Denton Tap ( -- 1.000 4.000 5.000 90.000 f 4065.000 INT OFF Belt Line MacArthur 18.000 -- 72.000 4066.000 INT OFF Belt Line Wrangler 7.000 -- 28.000 35.000 3096.003 SIG OFF Belt Line Wrangler (Cowboy) ( - 1.000 4.000 5.000 3096.005 SIG OFF Bethel Denton Tap - 1.000 4.000 5.000 4061.000 INT OFF Bethel Denton Tap 6.000 - -- 24.000 30.000 3096.007 SIG OFF Bethel School Denton Tap I --- 1.000 4.000 5.000 3096.009 SIG OFF Denton Tap Parkway - 1.000 4.000 5.000 3096.011 SIG OFF Denton Tap Sandy Lake - 1.000 4.000 5.000 3096.013 SIG OFF MacArthur Sandy Lake I -- 1.000 4.000 5.000 3096.015 SIG OFF Moore Sandy Lake - 27.640 110.560 138.200 3096.000 INT OFF Moore Sandy Lake 75.160 -- 300.640 375.800 3096.017 SIG OFF Samuel Sandy Lake - 1.000 4.000 5.000 Grand Totals* $106.160 $35.640 $567.200 $709.000 *Amounts shown in the "1995 TIP Total" column are the'95 TIP budgets. The funding distribution identified is for Engineering and Construction only. The budgets for Rights -of -Way, Utility Adjustments, and Environmental Investigations and Remediation are also included in the "1995 Tip Total ", but may require distinct funding commitments developed according to ILA Articles 11.1- and II.M, and TxDOT /Dallas County Agreement Articles 10 and 19.C. Increases in the'95 TIP budget for each line item improvement shall be made in direct proportion to the funding commitment by Dallas County, the City, and /or TxDOT /FHWA identified herein and approved as a TIP amendment by NCTCOG. A TIP amendment is required for NCTCOG Number #3096 as included in this document. Coppell Attachment B - Page 1 of 1 Dallas County Interlocal Cooperative Agreement ATTACHMENT C Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, 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. (2) 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 this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned 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 disclosure accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less n $10,000 and no more than $100,000 for each such failure. SDBPT 4.90 Signature t1,4 V C) /C Title 0- 1 T V of Copp Agency 4z LV / . C, Date C -1 D:\ GENERAL \G06PRMGMG6 -51L A\ATrCHC&D.DOC DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Complete this form to disclose lobbying activities pursuant to 31 U S.0 1352 03414 -0046 (See reverse for public burden disclosure) 1. Type of Federal Action. 2. Status of Federal Action: 3. Report Type' a a. contract © a. bid /offer /application F a initial filing b grant b. initial award b material change c. cooperative agreement c. post -award For Material Change Only d loan e loan guarantee year quarter If loan insurance date of last report 4 Name and Address of Reporting Entity, 5 If Reporting Entity in No. 4 Is Subawardee, Enter Name and ❑ Prime IK Subawardee Address of Prime: Tier 1 ifknown City of Coppell N/A P.O. Box 478 Coppell, Texas 79019 Congressional District, ifknown: Congressional District, ifknown: 6 Federal Department Agency: 7, Federal Program Name/Description: Department of Transportation Intermodal Surface Transportation Federal Highway Adminstratlon Efficiency Act (ISTEA) CFDA Number, ifapplicable 3 Federal Action Number, ifknown: 9. Award Amount, ifknown 10 a Name and Address cf Lobbying Entity b. Individuals Performing Services (including address if (if individuat, last name, first name, MI) different from No 10a) (last name, first name, Ml) N/A N/A (attach Continuation Sheet(s) SF- LLL -A, ifnecessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply): ❑ a retainer $ N/A ❑ actual ❑ planned ❑ b one -time fee ❑ c 12. Form of Payment (check all that apply): ❑ a cash commission ❑ d contingent fee ❑ b. in -kind; specify nature N/A ❑ e, deferred value ❑ f other, specify N/A 14 Brief Description of Services Performed or to be Performed and Ddte(s) of Service, including officer(s), employee(s), or Member(s) contacted, for Payment indicated in Item 11 The City of Coppell has performed no lobbying activities to secure this Contract. No Federal offldal or employee nor officer, employer or member of Congress has been contacted. (attach Continuation Sheet(s) SF -LLL -A, ifnecessary) 15. Continuation Sheet(s) SF- LLL -A. attached ❑Yes ® No 16. Information requested through this form is authorized by title 31 U.S.C. section 1352 This disclosure of lobbying activities is a material Signa e' U� representation of fact upon which reliance was placed by the tier above pant Name �d ! r %�% d rl9A% when this transaction was made or entered into This disclosure is required pursuant to 31 U S C 1352. This information will be reported to the Congress semi - annually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a Title: iLy.4,Xo le ' �, 79,57 c\nl penalty of not less than $10,000 and not more than $100,000 for failure each such Q Telephone Date R Federal Use Only Authorized for Local Reproduction Standard Form -LLL SDMIT C -2 4.90 Dallas County CMAQ Interlocal Cooperative Agreement ATTACHMENT D Debarment Certification (Negotiated Contracts) (1) The CONTRACTOR certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public* transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity with commission of any of the offenses enumerated in paragraph (1)(b) for this certification; and (d) Have not within a three -year period preceding this application/proposal had one or more public transactions* terminated for cause or default. (2) Where the CONTRACTOR is unable to certify to any of the statements in this certification, such CONTRACTOR shall attach an explanation to this certification. *federal, state or local Signature of Certifying Official /I /I Title r f Date SDIVT 4.90 D -1 D:\ GENERAL \GO6PRMGI%G6- 5II.AWTTCHC&D.DOC Debarment Certification Information This certification is to be used by contractors pursuant -to 49 CFR 29 when any of the following occur: any transaction between the contractor and a person (other than a procurement contract for goods and services), regardless of type, under a primary covered transaction any procurement contract for goods or services when the estimated cost is $25,000 or more • any procurement contract for goods or services between the contractor and a person, regardless of the amount, under -which the person will have a critical influence on or substantive control over that covered transaction. Such persons include principal investigators and providers of federally - required audit services. A procurement transaction is the process of acquiring goods and services. A nonprocurement transaction is the granting of financial assistance to entities to assist the grantor in meeting objectives that are mutually beneficial to the grantee and grantor. A COPY OF THIS CERTIFICATION IS TO BE FURNISHED TO AUTHORIZED REPRESENTATIVES OF THE STATE OR THE U.S. DEPARTMENT OF TRANSPORTATION UPON REQUEST. SDH r 4.90 D -2 L1Leia:iJ ;7:`riCNom.T[�i�C . i wile LK11 10 i ORDER NO. 96 090 'DATE: JAN - 9 1996 STATE OF TEXAS COUNTY OF DALLAS COURT ORDER 3a BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held on the 9th dayof January ,1996, on motion made by Mike Cantrell, District #2 and seconded by Kenneth A. Mayfield, District #4 , the following was adopted: WHEREAS, The 1991 Transportation Bond Program included funding for the listed transportation improvements which were considered and approved by area voters on November 5, 1991; and WHEREAS, many of these transportation improvements are located within the corporate limits of Dallas County cities; and WHEREAS, the County and the Texas Department of Transportation (TxDOT), pursuant to Commissioners Court Order No. 94 -1777, dated the 25th day of October, 1994, have entered into a Congestion Mitigation and Air Quality (CMAQ) Improvement Agreement to implement CMAQ transportation improvements; and WHEREAS, said transportation improvements were approved for CMAQ funding by the North Texas Council of Government, which is the designated Metropolitan Planning Organization (WO); and WHEREAS, pursuant to Chapter 791 of the Texas Government Code, Interlocal Cooperation Act, the County of Dallas desires to enter into Interlocal Agreements with the cities for implementation of the transportation improvements; and WHEREAS, the Interlocal Agreement sets forth roles and responsibilities of the City and the County and outlines the funding responsibilities and commitments of the various entities in implementing the improvements; and WHEREAS, the City of Coppell submitted the Interlocal Agreement for approval by Dallas County Commissioners Court; and WHEREAS, the Director of Public Works recommends execution of the Interlocal Cooperative Agreement by the Dallas County Commissioners Court. IT IS THEREFORE ORDERED, ADJUDGED AND DECREED by the Dallas County Commissioners Court that the County Judge is hereby authorized and directed to execute the Interlocal Cooperative Agreement for implementing the CMAQ transportation improvements in the City of Coppell. DONE IN OPEN COURT, this the 9th day of January 1996. i Jacr7 trict 1 Mike Cantrell, District 2 ,t 3 e A el , Di. c "C-( EUU-6- Allen Bud Beene, P.E. Director of Public Works t. STATE OF TEXAS COUNTY OF TRAVIS Dallas County CSJ: Multiple Intersections: Various A G R E E M E N T (CONGESTION MITIGATION AND AIR QUALITY IMPROVEMENT PROGRAM) THIS 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 County of Dallas of the State of Texas, hereinafter called the "County ", acting by and through its duly elected Commissioners Court. W I T N E S S E T H WHEREAS, the Intermodal Surface Transportation Efficiency Act of 1991, ( "ISTEA ") codified under Title 23 U.S.C. Section 101 et seq., establishes the National Intermodal Transportation System that is economically efficient and environmentally sound, provides the foundation for the nation to compete in the global economy, and will move people and goods in an energy efficient manner; and WHEREAS, Title 23 U.S.C. Section 149 establishes a congestion mitigation and air quality improvement program ( "CMAQ") to contribute to the attainment of a national ambient air quality standard to be implemented by the States' Transportation Agencies; and WHEREAS, Title 23 U.S.C. Section 134 establishes that Metropolitan Planning Organizations ( "MPO's ") and the States' Transportation Agencies develop transportation plans and programs for urbanized areas of the State; and WHEREAS, the State and the County desire improvements at the intersections listed in "Exhibit A" and "Exhibit B "; and WHEREAS, the State and the County have decided it is in their mutual interest to logically group intersections together to be let under one construction contract for the benefit of coordinating improvements along a thoroughfare; and WHEREAS each grouping of intersections hereinafter identified as a "Project" 10/5/94 Page 1 of 25 will be outlined as such in "Exhibit C ", which will be subsequently included in the Agreement upon the mutual written consent of both parties; and WHEREAS, Title 23 U.S.C. Section 120 establishes that the Federal share of funding for CMAQ programs will not exceed eighty percent (80%) of a Project's cost; and WHEREAS, the State is empowered under existing laws to operate and maintain a system of highways and roadways for public use and benefit; and WHEREAS, the Projects have been designated as federal -aid projects and thus this agreement shall be made in accordance with Federal Highway Administration (FHWA) procedures and regulations; and, WHEREAS, the State and the County wish to cooperate in the implementation of the Projects; and WHEREAS, Cities encompassing intersection sites, which make up the Projects, desire that equipment be provided that is compatible with standard signal operations and /or their respective City's equipment; and WHEREAS, it is in the best interest of some Cities and the State for those Cities to assist the State, through the County, by furnishing and /or installing traffic signal equipment for specific intersection Projects as identified in "Exhibit D ", which will be subsequently included in this Agreement upon the consent of both parties; and WHEREAS, the County will enter into subcontractual arrangements with the Cities, consultants, and other parties to accomplish these Projects; and WHEREAS, the County has requested reimbursement for the Cities, identified in "Exhibit D ", for the federal allowable percentage of the cost of furnishing and /or installing traffic signal equipment for the Projects; and WHEREAS, the County has offered to participate in the development and construction of the Projects by providing funding and traffic signal warrant justification for intersections identified in "Exhibit 8 "; and by providing "global" management, acquiring the necessary right -of -way, providing relocation assistance, preparing right -of -way descriptions and value determinations, accomplishing the adjustment of utilities, condemning property, providing 10/5/94 Page 2 of 25 certifications, providing environmental mitigation, preparing or causing to have prepared the preliminary engineering and design plans, and providing other items as required by the State for all intersections identified in both "Exhibits A and B "; and WHEREAS, on thel; day of "&,4' 19J, the Dallas County Commissioners Court adopted Court Order No. QQ- 077 , attached hereto and identified as "Exhibit E ", authorizing the County's participation in the development of the Projects; and WHEREAS, the State will provide funding and traffic signal warranting for intersections identified in "Exhibit A "; and secure the Federal cost Share, review the engineering, let the construction contracts, provide the construction inspections and provide other items as required for all intersections identified in both "Exhibits A and B "; and WHEREAS, on the 29th day of July, 1993, the Texas Transportation Commission passed Minute Order 102542, attached hereto and identified as "Exhibit F ", authorizing the Projects through the State Transportation Improvement Program; WHEREAS, the State and the County are authorized under Vernon's Ann. Civ. St. Article 6702 -1 Section 2.012 to enter into this agreement for the purpose defined herein; A C R E E N E N T 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: ARTICLE I. CONTRACT PERIOD This agreement becomes effective upon final execution by the State and shall remain in effect for each Project until the traffic operational and /or intersection capacity improvements at the location(s) established herein for the Project are complete, or unless terminated or modified as hereinafter provided. ARTICLE 2. WORK AUTHORIZATION A. The State will issue to the County a "global" authorization to initiate 10/14/94 Page 3 of 25 Ir the "global" management and traffic signal warranting of all intersections identified in "Exhibits A and B". This "global" authorization shall include the Project's intersection locations and an effective date in concurrence with the date of FHWA authorization. B. The State will issue to the County, Project specific authorization for " those intersection groupings listed in Exhibit Co. These authorizations shall include the project intersection locations estimated date for construction letting. Traffic oat estimate, and c signal warranting is the only Project specific task which may be conducted prior to issuance of Project specific authorization with eligibility for Federal reimbursement. ARTICLE 3.' SCOPE OF PROJECT A. The State and the County agree that the scope of the Project shall be limited to the scope authorized b the y Texas Transportation Commission. B. Each intersection not on the State Highway System will be designated as a METROPOLITAN HIGHWAY for the limited purpose of constructing operational improvements; however any existin g y street city or county road within the limits of a Project will not be designated or incorporated therein prior to the State's award of its construction contract. C. The County shall see to it that each responsible local entity continues to provide maintenance for its respective facilities within the limits of a Project until the State's award of the construction contract. ARTICLE 4. MANAGEMENT The County is responsible for the "global" global management of all intersections identified in "Exhibits A and S - Global" management tasks refer to the following which are not Project specific: l• the creation "Exhibit C ", into Projects) ) (logical groupings of intersections 2• the execution of InterlOCal Agreements 3• the consultant selection and contract negotiation for each Project 4. the refinement of "Exhibit B-, (list identifying Off -State System and Non -PASS intersections involved) 5. the creation of "Exhibit D", (list of intersections for which cities will agree to furnish and /or install traffic signal 1Pcreation 6• the of companies b "Exhibit G", (list of participating cable y City and the cost of cable connections for each 10/5/94 Page 4 of 25 affected intersection b 7• the refinement of Y line funding "Exhibit H to 9 partici ation R. reflect Federal B" for each of the Per section listed State and preliminary hree direct cost in "Exhibits Aoand way, and 3y engineering and P. categories, i. 8• the monitoring S.& E. development, 2. e. 1•) ARTICLE g, W g of the overall Program ) right-of- way, DATA The State will be responsible for collecting warranting and g and preparing justification data The the required "Exhibit A ". for each signalized e County will be responsible in p°naible for collecting warranting and and preparing the required intersection identified " justification data for each signalized in Exhibit B ". State in a The data will be fornat approved b furnished to the warranted and y the State. Only those intersections that are approved by the improvements under State will be eligible for this agreement. °Perational ARTICLE 6. INTERSECTION LOCATIONS A. All intersections which are Arterial on the State Highway Street System System or Principal (PASS) are hereto and made a acknowledged in Part of this agreement. A ", attached two legs green►ent. Those intersections with g on the State Highway t least and those with Y System will be considered on the at least two State System Order will be considered legs on the PASS System established by Minute on the PASS System. B• All intersections which are off acknowledged in " the State Highway System . Exhibit B" y em are mutual written (which is subject to consent of both Parti modification upon the agreement. . this es), attached hereto and made a ARTICI,Q Part of T• ACQuISITIOK OF RIGST -OP -FLAY The Count be responsible AND �"1()W ASSTS Ct Y shall ponsible for acquiring right-Of-way, easements, and providing Y. securing q relocation assistance r Of all intersections squired for the construction listed in "Exhibits ruction and Federal A and 8 in accordance w' laws, regulations with state and guidelines. responsible for Performing he County shall, g the necessary re � title to the desir qulrsments to Provide the ed right -of -wa State Y required for the construction of the 10/5/94 Page 5 of 25 Projects listed in "Exhibit State, A which title free and clear shall be Of all improvements acceptable to the will assume the responsibility encroac Ponsibilit hrt►ents. The County ZI and Y for compliance w' Title III of with all requirements of the Uniform Rel. Title Acquisition Policies Act n Assists Of 1970 Assistance and Real t see property including � Title 42 U.S.C.A. Sect ion g those provisions n 4601 relating to incidental expenses seq.' Property owners in conveying eying the right by the applicable to the ght- °f_waY to the relocation State, and benefits 24.2(4)• Documentation Person as defined to support such Compliance 49 CFR , must be made available pliance to the must be maintained and State and inspection. The County shall be res its representatives for review and other land in addition to P°nsible for securing right-of-g easements over any approved ri w 9 of -w ay ht- as may be indicated aY map for all the intersections and on the those easements for intersections provide to the State Provide the listed in "Exhibit An County standard conveyance The State will forms highway right-of-way rms used by the and such forms State in acquiring title will be used b to the State. Y the Count Title to the acquired in conveying locations listed in quired right_of_w Exhibit A" shall aY for intersection shall be � secured in the conveyed to the State b name of the State or name of the County. Any Y the County, if previously ac deletions, additions or � acquired in the must be approved modifications of the in writing b the forma for the ac Y State. The Count quisition of an Y shall be responsible y additional right -of -way required the completion of quired b a Project. Y the State for A""La 8. RIGRT- 0F -N11Y DESCRIPTIOK The County will Prepare or have Pre ar descriptions P ed the right-of-wa and other data as Y maps, property which the needed to County is responsible describe the right-Of-way for acquiring 9 of-way of -way maps and for each Project Property descri • The right- approval ptions shall be Prior to the County ac submitted to the State for of the quiring the necessary ary right -of -wa Y maps for the intersection y' Tracings A" shall be retained b locations listed in " Y the State Exhibit for its Permanent records. The County 10/5/94 Page 6 of 2S J shall see that tracings of listed in right-of- "Exhibit B" are way maps for retained intersection locations permanent fined by the responsible records, poneible local ARTICLE entity for its 9• DETER1yINATION OF RIG$T_OF -WAY y� For intersection ES n locations listed responsible for in 'Exhibit determining A the Count meth g prO�rtY values y agrees to be methods acceptable for each right- to to the State of- a tabulation of and way parcel by the values submit to the State•a District representative. 8O determined Office Such signed b tabulations Y the appropriate County acreage and rec ns shall list the °mmended com parcel numbers compensation. , ownership, component parts of the land taken shall be shown in the (if an � itemisation of Y) and the amounts b improvements Y which the total compensation taken, damages the owner retains pensation will improvements. This be reduced if explanation tabulation to supp°rt the 1On shall be I the determined accompanied by an info values, t or reports together used in arriving ith Will review the a copy of data submitted g at all determined values, acquisitions and may base its The State on the values which reimbursement intersections are determined for Parcel identified in "8xhibit r ed by this for review. For determining � the Count 9 property values y agrees to be respons ARTI acceptable to the local entity involvedach right-way parcel by, ble CI.B 10. UTILITY methods If the required 'D t�S /C ATIONS Proposed f way encroaches upon existing intersection construction g utilities and relocation requires the the of such utility djust Y facilities, the Count adjustment removal or establishing the necessary utility y will be res 21.3 Ponsible for 1- 21.53, if applicable Y work in accordance with 43 required ' and notify the affected TAC, sec work. Unless otherwise tility companies facilities rwls Provided b of the the County shall Y the owners of relocation of be responsible for the utility such utilit the ad Y facilities jus�nt' rival or law, regulations - in accordance with utilities policies and procedures. applicable State are � n required to adjusted, removed or the event additional 20/S/94 relocated during the Page 7 of 25 construction of a Project the associated additional the County shall be ditional responsible for owners of utility work, unless the utility ccomplishing ARTICLE Y 8 this 11. work is provided b COIYDEp�ATION Y the Condemnation Proceedings will be initiated at n will be the County's responsibility. a time concurrently selected by the County Y filing conde The Count my each case. Y will be ase• For those Proceedings esponsible for irate rags and a not ' will be section locations of in the name of at1Ons listed " 'is Pendens for the court the State in "Exhibit will decree and in each It A" filings tit case so ARTICLE 12, REIMtMSEMZMT M. R to the property condemned tiled the judgment of Reimbursement IG OF_WAY ° the State. will be made to the Federal Lett to the Count er of Authorit Y for costs (801) of the Y in an incurred s cost o amount ubse4uent Of the right -of- not to exceed and provisions way Purchased 19hty of this ased in Percent right agreement, related agreement, if funding accordance with the terms Improvement for g speCifically allocated provement Program intersect, (TIP or Percent State• Reimbursement ) in in the Transportation (80 %) Of will be Trans the n cost thereof, s Predetermined the aunt of eighty whichever value of each will be made to is the lesser parcel, or the net amount. incurred the County for In addition, in necessary reimbursement order to Y Payments to incidental assure appraisers good title expense incurred expenses to Property ac State. in conveying 4uired as Reimbursement Yin9 the needed well as documented shall not exceed right- of_way a the costs. eighty 8. Percent (801) of If condemnation is such under the necessary section entitled and title fa shall be based on the i led "condemnation ", the reimbursement as set forth herein notified by the in writing judgment, conditioned upon the q prior State being given to the filing of State having bee Special as to all action taken such suit and Upon n n therein. u Caanissionera• Prompt notice Court costa Proceedings conducted assessed against Of 9ainst the County � costs. of ed °n behalf coed the State and fees emnation 10/5/94 incident thereto will Page 8 Of 25 be paid by the County. Such coats Percent (80t and reimbursement fees will Provided under the estab be eligible such lished for eighty costa and fees reimbursement existing law. are eligible for Procedure Payment by the State under C. Utility adjustments virtue which would of 23 CFR 645, be eligible 107 will be for coat Participation not to exceed eligible for iPat1On by eighty Percent reimbursement to D. Reimbursement 80 %) Of actual the County at nt will coat. Reloc be made to ation Assist the County for 'stance pro coats assoc' the rules gram Provided rated with the and these, costa are regulations further formulated by the in COmPliance with agreed that documentation megtation supporting the g�A• the Count PPortin It is Y will include g each reimbursement was the displacee•8 name request from Payment received by the and evidence eighty percent displaces, the County•s (80 :) of such Reimbursement shall ARTICLE 13. h documented costs. CERTIFI not exceed CATION The County shall Provide to the construction State contract let forty-five (45) days right -of _wa date of each pro• Prior Y has )act to the been acquired, all certification remediated environmental all . and all con acquired, ironmental g utilities Problems have been proposed construction. have been ARTICLE 14, adjusted to clear the ENVIRO A. �NTAL MITIGATION The County will be responsible for the mitigation i environmental problems associated and each a°ciated with the remediation of Project. These a °�Y involve - development ny and const the following: but not be limited to ruction of 1* studies related to 2• 8n Public involvement 3• virOnMental Im 8nvironaental pact Studies 4' applicable Assessments and enviro enviro�ntal document 5• noise nmental im gents discussing so 7. air itYsanalysis Pasta of the proposed pr ect ial 4 economic lands wildlife such as public 8. historic aiaterfowl refuges Parks, recreational Historical and archeological areas, 9• wetlands preservation Office and s • Jurisdictional as regulated b Waters Texas Antiquities the State 10/5/94 and vegetation as commission Page 9 of 25 regulated by 10. Texas Parks and Wildlife Service unique farml (TPW) 11. threatened ands as Fish and regulated by Soil Wildlife angered species Conae 12. erosion Conservation Eliminat control and a as regulated b 13. System PPl'cable Y TPW and U.S. applicable (NPDES) National Pollutio g, permits from U,S, Corps In addition, the n Discharge County will be Ps of Engineers and /or disposal responsible for Of regulated the assessment construction materials , remediation which may encountered Y include but Prior to 1. asbestos contain, not be limited t° and during 2. Regulations (CFR g mat the following: Polychlorinated bi763 erials 3• Petroleum (i.e. Phenols as as related ode in 40 regulated b gasoline gulated b °f Federal re 4. Hazardous 31 Texas and diesel Y 40 CPR 761 S. Cl nser I WasII as defined A e°dn nt 0 ve Code contaminated 34 and soils ation C waste as 40 CFR 261 as 6• -infect' Comm* regulated b 7• rafecti us °r blood borne Y Texas National 8• all tive waste me Path Resource Comprehensive ogen waste Liabi Comprehensive Env' Y Acts lronmental Res The State will as identified Response in, 40 CFR 300 -399 and Comprehensive Problems ot let the construction contract ems have been until all n remediated by the County, known enviro ARTICLE 15, EIVGZNEERiHG RES nmental A. PONSI8ILITIES The County will engineering Prepare or cause to 9 necessary for the be Prepared each estimates development project, imates (p,S.& Pment °f Preliminary intersection improvement .). Development the Plans, specifications and Pment of Pro the preliminary en environmental roject shall engineering me assessment include g for each an FHWA he and assist approved schematic hearings eQuired. assistance to the State in conducting the 8. Public County will intersectio develop or cause to be ns listed in developed the revisions of "Exhibit An in accordance 8•s for the States g • race with the latest Xanua 1 hwa Desi edition --XI, the Texas Manual Division n and States on Uniform rations and Proc Standard raff'c Control edures S eCifications Devices (T!!UT Brig• gor all for �:s�t��ct �% and the on Association items not discussed ove f gi hwa s Streets and of State Geometric Highway and documents, the Des- n of Transportation American Hi hwa s and official's Poli Streets shall be refers on 10/5/94 raced for guidance. Page 20 of 2S The County will intersections evelop or cause °ns listed to be developed ions in "Exhibit Fed the P.S.6 E's for Arterial Street in the with the latest Of the State s standards, which e System (PASS for non -State edit and Of State Highway ) Projects Highway /non- and Transports in AASt3T0•s A Po will be minimum American Principal Lion Offic' s Associat' lic ial• (AAS ion Desi On Geometric Dea' ) standards n of Construct i naof ent Structurea�a then S f Hi•hwa s and Streets anestabliahed Hi hw tate d Guide P, The County shall ubmit treeta and Grid es,lq andard S ecification`f� or a construct E' tO the State for formal h Project 65; and 100; T�eoi �Fyie�s�i�i� M ion contract and COmPletion of �'v Tcpo ntract until the aPProval, the P•S'� E• has The State will not let ��� ARTICLE 16, CONSTRU been approved. CTION A• The State will RZSPONSjgILITIES LT receive advertise ive and tabulate construe n ids, issue late the do b• Project in accordance with exist award a contract for bid Proposals Ling Procedures changes, supplemental durea and Lion for each necessar agreement, for laws. Y subsequent or additional Any field responsibilit to the award of a work order Y of the County and construction s which may become B' The contract State will subJect to the shall be the construction and approval ion contractor inspect all of the State, testing nd will Mork Performed g service Provide Project is accomPl sh may be required to ensure t engineering, inspection each will ed in accordance and be responsible t the constructio Pon for with its n of each When r preparing As- built. with the approved P.S. R eQuested. 8. The State The State responsible for will afford assistance of traffic saint ining and the County and the County Signal equi /or Operating the completed local entity(,), Fment Provided the observation does opportunity to Observe the facility and /or State, contractor. t interfere with Construct' ent' Should ion Mork ity(s) observe the County the Mork being Performed b any subst Y and /or the y they may sublDit these ial errors, omissions or responsible local 10/14/94 ob.ervaticns in writing to the from the the State. . Page The 11 of 25 State will review said sub C, missions for The furnishing and approval intersection and/or installing disapproval. n sites identified of traffic ai within in 9na1 hin which the "Exhibit D. e�'iPment at Y reside, in D well b undertaken e reimburse the be rtaken b Cities through ion with the County, Y the Cities u he a as urescribed under Article 19�,ntY for its contributions and the State will through its Interlocal Funding Res to the projects, that the Cooperative pOnsibilit' " cities iea . The Provide Agreements with County as may be required, to opportunities, facilities h the cities shall assure complete the and representative to a foe to of all materistate to carry out Suit ive samPles, rd determination able' inat' ala, and aPPlicat' frequent, and instal lat' ion and certific ions meth ion and the com ation by the State all approved plans component materials a that all parts and comply with the of the Of any failure of specifications- re9uirements of the materials Stat will iala a will promptly not if take such measures or instal the County urea as allation and instal necessary methods, and the County allation Procedures without dela obtain acceptable systems components D' Variations; For those Y 13m, residing ntersect' g within the ion locations listed subsequently juris in "Exhibits A and quently included i dictions n this Agreement in both parties), t greement "Exhib' he Count upon the mutual it G" (to be successors or y will see written assigns of the that the n consent of their local specified nearest existing cable will cable Companies, install cable connection for le line to cable connections from - r eac the controller cab• material h locatio cabinet- line it n shall conform The cost of the item em unit costs ablished "� to the construct ion 1 Prices est will require approval in Exhibit r• labor and partici by the - Variations Dating cable com State. The in line connection pant to submit County will r describing a detailed squire each Count g the actual invoice for cab Y will afford units required each each local under le the construct io al entity the each line item. The n. OPon various gable completion the Co Fort unity to inspect and approve companies. The unty will e ate payments to as prescribed under The 19t • will reimburse the County pa the F'undin for this 10/5/94 g Responsibilities•, payment page 12 of 25 E. Upon completion Of a Project the "Notification of State will issue to the Completion ^, acknowledging a completed. Upon the Count ging that the Project has Y's receipt of the been intersections which were temporarily of Completion-, Poraril the Y Placed under the State Highwa will be removed from the System and will revert back to the Y System, the local entity within which it originally jurisdiction of ARTICLE 17. resided. itAIA1TENANCE RESPONSIBILITIES Upon completion of a Project, , the Count local entity(s) will see to it that the rea Y(s) within which the Project resides will assume re P°naible for maintenance of their respective responsibility ARTICLE COmPleted intersection facility( Y 18. PERSONNEL, EQUIPI�NT y(s). A. AND MATERIAL For any work related to the Projects which is to be Cities in coo Performed b cooperation with the Count Y the established in " Y' for intersection locations Exhibit D ", the Count to be own directly shall see to it that each City y employed labor and supervisory uses its machinery, Pervisory Personnel Y. e4uiPment and uses City -owned and vehicles necessary for the work. The require the Cities to abide by County shall equipment, Title 49 CFR Part 18 machinery, e , in renting nt, and /or vehicles .32 g or leasing rY for the other than their he work. own, which are ARTICLE 19. FUNDING RESPONSI8ILITIES A• The estimated costs associated with the Projects including Preliminary engineering, plan development, right-of-way' engineering and testing construction, construction g services is 549 640 Federal, State and The estimated Local participation under this agreement mount* of S 278 800, and $ 9.898 600 greement are --- -� respectively. These revision to match subs amounts are subsequent modifications to " object to the mutual written consent of both Exhibits A, 8, D, G, or g. upon 8. Funding arties. g of the direct costs for *global* management tasks will be divided between the State and County based respective subtotal* upon a Percentage of intersections g derived from the number of intersections in $ xhibits A and B „ versus the total involved. The State will reimburse the County', Y� Page 13 of 25 through Federal funds, for the coats for In "Exhibit A "• "global" The State will management of intersections for Pay for any non - Coats "global" management partici gement of intersections Pe state reimburse the County, direct nty, throw ns in "Exhibit A ", through Federal funds The State will Of the direct costs for up to eighty for the "global^ percent B "• The Federal mans (80t) funds management of intersect' utilized to in the funding ay for "global" Ions "Exhibit 9 available for management entries Preliminary will come from identified in Y engineer' "Exhibit H "• ing for all State TIP entity, will The Count Project Pay for an y, through the Y non- Federal responsible local management Participation Of intersections " direct costs " The State will In Exhibit g "• for global" not incur an specific Y charges due tasks for intersections to the Count identified in " Yes review of Pro' responsible for Exhibit " Project funding its A but w• management review 111 be solely 9ement costs beyond " °f these intersections. Y the "global- " phase, incurred b Project Management Y the Count Engineer (pME) to Y through its monitoring of the facilitate status of coordination a Project u and the the State and Count P to letting, County based g� will be divided respective subtotals of upon a percentage derived between intersections for each Pro' within the listed in Project from the Project in "Exhibits Of intersections question found on -Exhibit A & 8 "' which are involved in the same C versus for pro. the total number seeing to it Project- The Count that the pEg Y will be responsible specific tasks identifies charges • especially the for review of intersections in " formal b5; Project Exhibit g" and 1001 review of as separate a Project, for The State will re' from its Pro' unburse the Count Jett management ch County•s Y for arges• management, through its pME properly supported char in "Exhibit E" • for Pro charges due to the The State jest �agaoent for will reimburse the of intersections up to eighty Percent aunty, throu rev' (80 }) of the Count gh Federal funds, review of Project s Y's direct _ specific tasks for costs for management and will reimburse the intersections in . State for an Exhibit g" states review non - Federal The County ew of intersections in participation coats C• Funding xhibit g "• for the g for right_of_way related items, including, ng, but not limited to, the Page 14 Of 2S Process of acquisition and securing of easements, acquisition, relocation, right -of -way description and value determination, utility adjustments condemnation, certifications, and environmental mitigation items listed in Article 14 paragraph "B ^, hereabove for those intersection locations listed in "Exhibit A will be as follows; 1. State Highway System intersections (except Farm to Market System Development or Principal P Arterial Street intersections will be funded by ninety ystem (PASS) Y percent (90t) State and ten percent (10 %) local participation, P . unless Federal funds specifically allocated for right -of -wa Y for an intersection are identified in the TIP, in which case the matching fund participation ratios will be up to eighty percent (80 %) Federal, ten percent (10 %) State and at least ten percent (10 %) local. 2. PASS intersections will be funded by a fifty percent (50 %) State and fifty percent (50 %) local artici ation P P unless Federal funds specifically allocated for right -of -way for an intersection are identified in the TIP, in which case the matching fund participation ratios will be up to eighty percent 80% ( ) Federal, ten percent (10 %) State and at least ten percent (10 %) local. 3. Farm to Market Road intersections will be funded one hundred percent (100 %) by the State for engineering and construction. Right -of -way related costs will be funded one hundred percent (100 %) locally unless Federal funds specifically allocated for right -of -way for a, , intersection are identified in the TIP, in which case the matching fund participation ratios will be up to eighty percent (80 %) Federal, and at least twenty percent (20%) local. Funding for right -of -way related items, including, but not limited to, the process of acquisition and securing of easements acquisition, relocation, right -of -way description and value determination, utility condemnation, certifications, environmental mitigation items listed in Antics, 14 paragraph "B ", hereabove, for those intersection locations listed in d in 10/5/94 Page 15 of 25 "Exhibit B ", will be the sole responsibility of the County. The State will reimburse the County, through Federal funds Of these right -of -wa , for up to eighty percent (80 %) Y related coats for an specifically allocated intersection (s), if for right funding intersection(s). qht -of -way is identified in the TIP for the D. The State will be responsible for securing the Federal share required for the development and construction of the Projects d funding responsible for any non - Federal and will be intersection Projects participation costa, associated with the ] established in "Exhibit A ^. responsible for any non - Federal intersection Projects established participation costs The County will be associated with the E• Within 30 days following the issuance hof authorization 8 ^• , County will submit a check or warrant made Payable for a Project, the a Texa". the s Department Of Transportation This amount is based on twent estimated preliminary engineering Y percent (20t) of the ng and P.S.& E. dev State's estimated review costa for the intersections elO the t costs and the established in "Exhibit 8 These Project that are ese funds will be utilized by the State to review the engineering documentation, perform required administrative functions for letting of the construction contracts, and to cover incidental costs. other F• The State will reimburse the County for one for preliminary undred percent (100% y engineering and plan develo ) of the Percent (100 %) of the costs for development and up to one- hundred furnishing and /or installin signal equipment for intersections identified in g City traffic " The State will reimburse the County, throu Percent (80% gh Federal funds, up to eighty Of the costs for preliminary engineering and P.S.& E. development and up to eighty percent (80 %) of the costs for furnishin installing City traffic si gnal g and /or equipment for intersections identified in "Exhibit B ". A cost estimate of the work authorized for each intersection in ^Exhibit A and B" shall be provided in "Exhibit a ", attached hereto and made a part of 10/5/94 Page 16 of ys this agreement. The estimated amount to be reimbursed to the County under this agreement will be determined by the County, through its PME, after their refinement of "Exhibit H" as described in Article 4, collection of cost estimates per intersection will entail the ersection from each responsible local entity to further breakdown multiple intersection State TIP Project entrie listed in the unrefined "Exhibit H ". The e refinement of "Exhibit H" will be subject to the review and approval of the State revision to match subae , and will be subject to qu ent modifications to "Exhibits A, B, D, or G" upon the mutual written consent of both parties. G. The State will reimburse the County for properly supported costs incurred under the terms and conditions of this agreement. Costs incurred prior issuance of written 'global' p r to the g authorization for "global" management of intersections identified in "Exhibits A and B" will not be reimbursed. Cost incurred prior to the issuance of s written Project specific authorization by the State, except for costs incurred by the County for traffic warranting for intersect signal ions identified in "Exhibit B" and "global" management for intersections identified in "Exhibits A and B ", will not be reimbursed. The State will reimburse the County through Federal funds for up to 80% of the costs of labor, equipment use, materials, supplies, vehicle mileage, and warehouse or material handling charges directly attributable to inter "Exhibit B" provided the count items specific tasks for intersections identified in has paid their obligations covering items of costs previously billed. Y Federal funds utilized to The PaY for items, heretofore paragraph "G ", will c mentioned in this come from the funding available for preliminary engineering for intersections in *Exhibit B" Federal funds in the State TIP. not to exceed their share of The County • s costs for the pME • s labor, equipment use, materials, office lease space, office supplies, computational and communication equipment, vehicle mileage, g a necessary part of providing office and office utilities that are s divided between the State and the pace as shown in "Exhibit L", will be County based on the same percentage breakdown derived in Article 19 paragraph "B ", hereabove. The State will 10/5/94 Page 17 of 25 reimburse the County for one - hundred Percent (1001) of these attributable to intersections costs that are identified in 'Exhibit A reimburse the County through Federal fund ^ The State will s for up to eighty percent (80%) of these costs that are attributable to intersections identified in Exhibit B ^. All property and equipment under this Agreement accordance with 49 CFR 18.36 and the writ en con enthOfl a procured in termination of this agreement, all Pro the State. Upon the PME in fulfillin property and equipment purchased to assist g their contractual obligations shall be disposed of in accordance with one of the three options provided for in 49 CFR 18.3 Federal and State funds utilized to 2• The related to the pME pay for items, heretofore mentioned as will come from the funding engineering for intersections in "Exhibits available for preliminary Exhibits A & B ", not to exceed their share of Federal and State funds in the State TIP. Costs for engineering that reveal an intersection as not being warranted will be reimbu studies Percentages described in paragraph -F" reed at the hereabove. H. The County shall com 1 P Y with the cost principles established in OMB Circular A -87, "Cost e and Principles for State Local Governments ". I• Sixty (60 ) days prior to the date -set construction bids for a for the State to receive project, the State will notify the County to make available funding required for the construction of the Project. T shall remit a check or warrant made he County payable to the "Texas Department of Transportation" in the amount equal to twenty percent (20t) of the following costs for intersection locations identified in - 8xhibit B ": (1) estimated contract bid items (2) estimated construction engineering and contingencies inspection costs) of the contract bid items (State (3) estimated State inspection costs for City furnished and /or installed traffic signal equipment It is estimated the State ins pection cost will be ten percent (10 =) of the estimated construction cost. Project is listed in " The County check or warrant required for each Exhibit H ". Payment must be made within thirty (30) 10/5/94 Page 18 of 25 days of receipt of the State's J. In the event it is te,a written notification. determined themted by the County for construed. by the State that the in actual local Lion of a Project amount share, the rO7ect is inauff' State s written County will lcient not to cover ation, make is (30) days Following completio additional Ys from n and the thirty m the make State• g available a final s acceptance to the State. audit of Of the all costs associated with of a Project' the final audit, an State will Y remaining the Project. returned by funds due Upon com Y the other. eithea Pletion JLRTICS,g 20. PAYMEftS Party shall be promptly A• To receive reimbursement for costs County shall incurred submit the incurred gO under this invoice acceptable 132, Billin agreement the Ptable to the g Statement "Exhibit C. State upon c ' or other type of (or on a quarterly Billing have accepted Y basis) for the work each Project listed in been by the State, k and or acquisitions S' An on ns which original and four submitted to (4) copies of the followin the Billing Statement 9 address; should be Texas Department of Box 3067 Transportation C. Dallas, Texas 75221 -3067 All billing statements shall be by description Properly of doe work Performed, summarizing Prices, of wed' quantity 1ting co the costs costs, and Y °f materials D. extensions. and devices, uni The State shall t make Payment receipt of the PrOPerly COunty•s request for the County within thirty (30 Prepared, executed, Payment, Provided ) days from accordance with and that the request h the requirements documented Payments is g• tinsu ements Of shall PPorted charges 18 be made in not arges Or charges � Paragraph "g" here be considered eligible after final abOve• Bible acceptance b Judgements for for reimbursement Y the State eminent with Will costs domain acquisit' the exception as enumerated i lOns through of final n Article l2. ugh condemnatio completion of The State will n and associated the work authorized Or at any Prepare a final audit u 10/5/94 time an audit is deed to ��� Page 19 of 25 the best interest of the State. ARTICLE 21. TERMINATION A. This agreement may be terminated by any of the following conditions: (1) By mutual written agreement and consent of both parties. (2) By either party, upon the failure of the other party to fulfill the obligation as set forth herein. (3) Upon completion of the terms of this agreement B• The termination of -this agreement shall extinguish all rights, duties, obligations and liabilities of the State and County under this agreement. If the potential termination of this agreement is due to the failure of the County to fulfill its contractual obligations as set forth herein, the State will notify the County that possible breach of contract has occurred. The County should make every effort to remedy the breach as outlined by the State within a period mutually agreed upon by both parties. ARTICLE 22. INDEIWIFICATION The County acknowledges that it is not an agent, servant, or employee of the State, and that it is responsible for its own acts, forbearance, negligence and deeds, and for those of its agents or employees in conjunction with the performance of work covered under this agreement. ARTICLE 23. REMEDIES The rights and remedies provided by this Agreement are cumulative and the use of any one right of remedy by either party shall not preclude or waive its right to use any or all other remedies. in addition to any other rights the Said rights and remedies are given parties may have by law, equity, statute, ordinance or otherwise. ARTICLE 24. DISPUTES In the event that a dispute arises as to any costs, claims or damages under this Agreement, said dispute shall be resolved in accordance with the Title 43, Texas Administrative Code, Section 1.68 et seq and Section ARTICLE 25. SUBLETTING 1.21 et.seq. The County shall not sublet, assign or otherwise transfer any portion of its 10/5/94 Page 20 of 25 _ responsibilities and ' obligations authorized in writing under this a g b the 4reement unless Y State, specifically into by the Count In the event subcontracts Y, the subcontractors are entered agreement, including " must adhere q the Lobbying Certification to the provisions of this Certification-, ^ "• "Exhibit ^ Exhibit R The Count J and "Debarment and acquiescence of Y shall submit to the all subcontracts w' State for review parties with the Cities, consultants to which responsibilities and other ARTICLE 26. AMENDMENTS under this agreement are transferred. No amendment, modification or unless the same be alteration of the terms hereof shall be in writing, dated binding executed b subsequent to the date y the parties hereto, hereof and duly ARTICLE 27. INSURANCE Prior to the County performing any work on these furnish to the State Projects a completed Certification of the County shall and shall maintain its self-insurance insurance (FOn° 20.102 3 -82) as these Projects Pr°gram in full force and effect last. as long insured The State understands entity for that the County is a Public liability Purposes. self ARTICLE 28. INDIRL CT COST RECOVERY PLAN Section 2106.001 et seq. Government Annotated, requires the Code, Vernon's Texas State to recover indirect costa based on alvil Codes Of the State's actual direct percentage costs will costs to complete be in accordance with the Project. ith the State• The indirect State will reimburse the s Indirect Cost Recove County for indirect coats rY Plan. The direct costs attributed to the for global' management Of the County s accordance with intersections Article 20 in Exhibit A' in Payments- and in "OKS A -128 Audit R com compliance with the Article 33, �'irs�ents• . Percent (100 The County is responsible Of the indirect costs for one - hundred specific attributed to the management of intersections in ^global and Project ARTICLE 29. �ERSNIP OF DOCUMENTS Exhibit g ■, Upon completion or termination of this a the County shall r greement, all documents amain the prepared by Pr °party of the County and all documents prepared 10/5/94 Page 21 of 25 by the State shall remain the property of the State. this agreement shall be made available All data prepared under limitation on the' tO the State without restriction o further use, r it fu ARTICLE 30. INSPECTION OF COUNTY'S S 800KS AND RECORDS The State shall, for purpose of termination of the agreement books Prior to completion, examine the and records checking of the County for the Q amount of the work Purpose of Performed and /or materials furnished b County at the time Th of contract termination. Y the books, documents e County shall maintain all Papers, accounting records and other doc to costs incurred under this contract and umentation relating shall to the State make such materials available FHF1A or its duly authorized representatives for inspection at its office during the contract review and from the date of final Period and for three (3) Payment under this contract years litigation is resolved. Additionally, r until Y. the State Pending representatives shall have FHWA and its dui access to Y authorized directly all records of the County which Y applicable to this are contract for the examinations, excerpts and transcriptions. Purpose of making audits, arrangements with the C � ities consultants The County shall make contractual reaP°nsibilit and other parties, which undertake y under this agreement records directl ' requiring them to make available all Y applicable to this contract, at the request of the State and /or the FHWA. ARTICLE 31. 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 invalidity, any respect, illegality or unenforceabilit such provisions hereof Y shall not affect and this agreement shall any other illegal or unenforceable Construed as if such invalid, Provision had never been contained herein. ARTICLE 32. SOLE AGREEMENT This agreement Constitutes the sole hereto and su persed and only agreement between the es any prior understandings Parties respecting Q or written or oral Q the within subject matter. agreements 10/5/94 Page 22 of 25 ARTICLE 33, OMB A -128 AUDIT REQUIREMENTS The County shall comply P Y with the P.L. Lequirements of the Single Audit Act of 98-502, ensuring that the sin 1984. stipulated in paragra single audit report includes Phs 6,8, of O and 9 the coverage ARTICLE 34. PROCUREMENT STANDARDS MB Circular No. A -128. The County shall adhere to the procurement standards set forth in Title Part 18.32, 49 CFR ARTICLE 35. PROPERTY )"AG EMENT STANDARDS The County shall adhere to the property management standards set forth i Title 49 CFR Part 18.36. n ARTICLE 36. COMPLIANCE WIT$ LAWS The County shall comply with all federal, state and local rules and regulations laws, statutes, and the orders and decrees of an administration bodies, or tribunals Y court, Of the a in any matter affecting greement, includin g the Performance g without limitation worker's nimum and maximum salary compensation y and wa com ge statutes and re laws, laws, permits and regulations. gulations, and licensing ons. When re State with satisfactory required, the County shall furnish the Y Proof of compliance. ARTICLE 37. CIVIL RIGHTS COMPLIANCE The County shall comply with the Transportation as they relate egulations of the Department ate to nondiscrimination of Executive Order 710.405 (B)); also (49 CPR 21 and 23 CFR OPPortunit 11246 titled Y as amended by Executive Order 11375 Equal Employment Labor Department of L and as su regulations (41 CPR 60). PPlement ed in the ARTICLE 38. MINORITY BUSINESS ENTERPRISE PROD The County agrees to c RAM EaQVIREIS omPlY with the requirements 'Minority Business/Woman-Owned set forth in Exhibit Business ARTICLE 39. DE Involvement policy.. T CEATITICATIONS Involvement to agreements exceeding The County is prohibited from m $100,000) making any award at an is debarred Y tier to an or suspended or otherwise Party which Participation se excluded from or ineligible for in federal assistance programs under 8xecutive Order 12549, 10/5/94 Page 23 of 25 Debarment and Suspension, The County shall require any party to a subcontract or purchase order awarded under this contract as specified in Code of Federal Regulation, Part 29 Title 49 of the eligibility and Sus gibility to receive Federal funds as set Pension) to certify its requested by the State forth in "Exhibit K^ to furnish a co ands when ARTICLE 40. PY of the certification. NOTICES All notices to either party by the other re be delivered required under this agreement shall personally or sent b addressed to such Y certified U.S. mail, party at the following respective prepaid, g pective addresses; State: Texas Department of Trans Attention: District En Portation 9700 East R.L. Thornton Dallas, TX 75228 County: The County of Dallas, Texas Attention: County Judge 411 Elm Street, Second Floor Dallas, Texas 75202 All notices shall be deemed given on the date so delivered or so de the mail, unless otherwise Posited in provided herein. Either the above address b Party hereto may change y sending written notice of such change to the other in the manner provided herein. IN TESTIMONY HEREOF, the parties hereto have caused these reae in duplicate counterparts. This agreement shall executed become a nts to be executed ffective when last CO OF DALLAS Byx THE STATE OF TEXAS Executed for the Executive Director Lee ackson and approved Co Judge Transportation by the Texas authorit Commission under the Z 7 and Y °f Minute Order No. 100002 Administrative for th Circular 26 -93, e purpose activating and and effect of orders, established tying out *the Programs heretofore �licie8 or work Texas T fMt ration P Proved by the a emission. By: B.F. Temt �hp. A ssistat xecutiveDirector for Field Oiler tions Date 10/14/94 Page 24 of 25 Exhibits lib ' "Exhibit A" - list of "Exhibit e+ _ State matching f�nd°e locations to be funded with Federal and Local intersection to * "Exh. matching funds cations to "Exhibit C. - list of int ectio be funded with Federal and "Exhibit D. ers n locations list of grouped as t - interse projects ction furnish and /or locations for "Exhibit E+ install traffic which Cities Court Order authorize signal equipment have agreed to "Exhibit g+ authorizing the County•8 partici Minute Order pat ion authorising the projects through t " "Exhibit C. - participating cable STIp connections for each affects item le companies by city "Exhibit x+ d intersectio the cost of engineering n location by TIP Project and construction � Y line Tip Ject entry and c ng for each a breakdown oest mates for Per intersect* Federal, further f Federal each State refined b State and "Exhibit I+ Y the mount Local - Minority 's p� Y Business /Woman_Owned Business Inv "Exhibit J" - Lobbying Policy g Certifications "Exhibit R. "Exhibit L. Debarment Certifications - Program Office Space Consultant pace and Equipment Budget�lces ' 8xhibits to be included mutual written consent t "� both t ithe execution es, exec ion of the Agreement upon the 10/14/94 page 25 of 25 >�ROJI:Cr _ CODI: 3024-- ?SP�NSOR-CITY OF Bgj,CH EXHIBIT W- '- tMPROVEMEN � Sea ovine @ IN SPRINGS 63.5 t0J[?CT CODI: Sea ovine NB Fronta c Rd 3095 SIGN �° IH 635 Sg Fronta a Rd AL Statc Hi hwa Lake ake June @ East Statc Hi hwa ate i l-ake June @ 1116.1.5 2 P.A.SS. b M.O. State Hi hm PROJECT -'ODE 775 SPONSOR -CITY OF D SIGINAL IMPROVEMENTS -I-AS AleAS @Preston SH 289 BentR1� - Genstar @ Preston Rd State Brookstovn @ Preston SH 289 SH 289 State Buckner 12 @ Lake State Buckner hlands 12 @ l�Iockin bird State Buchner 12 @ Northcliff ea ER State Calvert @ I'Vw SH 356 State 1 Cam Wisdon @ 1r-Mo� ton Star nter F SH 114 @ Re Caruth Haven @ Greenville Cedar LIeIIVe @ Dav$ i Central Central SBSR @° Coit Central @ Grand Central @° Hatcher Central @ Lin%!d @ in a Stuart Cockrell Hill @L edbetter Co�nwealth 12 Continental @ Ste F @ Stemmo� F Corinth SH 342 @ Industrial Corinth SH 342 @M Corinth SH 342 orrell @Stella Dalfort @ Le Denton ntn�on @ LBJ F WBSR Do hin @ RL7hornton Ei th @ RI-771ornton Executive @ North acstEBSR Forest Ln @ Ha H mes 354 Forest La @ Preston SH 289 Greenvt71e @ LBJ F Greenville @Lovers Lane Greenvt7le @ Wellons Ha on @ Kiwi Ha Ha ton @Marvin D. Low F Hines @ LBJ F WBSR Hatcher @ ne SH 352 IH 20 @ Polk St PAGE AI OF A6 eI State I: Row State Fi S 80 P ASS —� State H State Hi State Hi State Hi State Hi State Hi State Hi State Hi- State I-' State Hi State H' State PAS.S. State Hi a State Ni�hQ State w State H' State w; State Hi wa — State I- tie��yy S• PASS. PASS_ State State l ru$ Sta —t & State Mel �& Potential— p�SS e &Potential PASS & Potential PASS. & Potential PASS. & Potential PASS. , M.O. &PAS MS O. & PASS. M.O. &PASS. M.O. M.O. & Potential & Potential PASS. & Pot-- -- nt1 PASS. by AM by M.O. M.O. wa & PA.S.S. M.O. hteatia�l p�,qS EXHIBIT "A" PROJECT CODE; 775 con(. SIGNAL IMPROVEMENTS _ 1 Industrial Ca; RLThornton Fwy State Highway & Potential P.A.S.S. ' _ j Industrial C Woodall Rodgers Inwood C Lemmon State highway & PASS by M.0, PASS by M.O. Irvin SH 356 @ Norwood State Highway Julius Schepps Fwy @ Lamar State Highway I Julius Schepps Fwy @ Pennsylvanille ia State Highway i Kiest (Spur 303) @Duncanv State Highway i Kiest (Spur 303) @ Mountain Creek State Highway Lancaster SH 342 @ LBJ Fwy State Hi v<a LBJ Fwy @ TI East Bride State Hi hwa LBJ Fwy @ TI West Bridge State Hi wa Marvin D. Love Fwy @ Polk State Hi hwa Marvin D. Love F @ Redbird La State Highway Preston Rd SH 289 @ Royal Ln State Highway Preston Rd SH 289 @ Walnut Hill State Highway & Potential PASS. Preston SH 289 @ St. Marks State Highway & Potential PASS. R B CuUum—Scyene @ Second Ave State Highway Reunion @ Stematons Fvvy State Hi wa Routh @ Woodall Rodgers State Highway Singleton @ Walton Walker 12 State Highway PROJECT CODE 783 11NTERSEcnON IMPROVEMENTS Central Expy @ Ross Ave State Highway Commonwealth Dr @ Irving Blvd SH 356 State Highway Davis S 80 @ Westmoreland State Highway Davis S 80 @Westmoreland to Hampton State I-Ughway Exch . Service Dr @Walton Wlkr. 12 State Highway Forest Ln @ Preston Rd SH 289 State Highway & Potential PASS. Garland Rd SH 78 @ Gaston Ave State Highway Good Latimer .N Cent /'Canton St State Highway Greenville Ave @ Lovers La PASS. by M.O. I Hampton Rd @ Marvin D Love Fwy State Highway & PASS. by M.O. Harry Hines 354 @ IH 635 B State Highway & PASS. by M.O. Harry Hines 354 @ Menell/Southwell State Highway & PASS. by M.O. Harry Hines Blvd 354 @ Royal Ln State Highway & PASS. by M.O. Harry Hines Blvd 354 @ Walnut HM State Highway & PASS. by M.O. Hiillcrest Rd @ IH 635 State Highway Linfield @ S Central Expy State Highway Loop 12 @ Murdock Rd State Highway Loop 12 @ Pemberton Hill State Highway Northhaven Rd @ Preston Rd SH 289 State Highway Pearl St @ Woodall Rodgers State Highway Plymuth @ W Davit S 80 State Highway Preston Rd SH 289 @ Park Ln State Highway Routh St @ US 75 State fUghway PROJECT CODE 788 INTERSECTION IMPROVEMENTS Commonwealth @ Stemmons Fwy State I wa _ Fort Worth Ave @ Hampton Rd PASS. by M.O. _ i HarTy Hines Blvd 354 @ Lombardy Ln State Highway & Potential PASS. rAUh AZ OF A6 EXHIBIT "A" PROJECT CODE:788 coat. INTC:RSf;CnON IMPROVEMENTS j Harry Hines Blvd (Lp 354) @ Storey Ln State Highway &Potential P.A.S.S. Preston Rd (ST l 289) C SH 190 State Highway & Potential P.A.S.S. SPONSOR:CITY OF DESOTO _ ROJECT CODE 3098 1 Pleasant Run C IH 35E (2) State Highway SPONSOR:CITY OF DUNCANVILLE PROJECT CODE 1212 ! INTERSECTION IMPROVEMENTS SB Cockrell Hr7l @ SB US 67 State Highway i PROJECT CODE 3099 1 SIGNAL IM- MPROVEMENTS Camp Wisdom @ IH 20 (2) State Highway I SPONSOR:CITY OF FARMERS BRANCH PROJECT CODE 1248 INTERSECTION IMPROVEMENTS vaneyview @ IH 35E State Highway Valwood Parkwa @ IH 35E State Highway SPONSOR -rITY nF r`.ART ANn PROJECT CODE 3100 SIGNAL IMPROVEMENTS Belt Line @ Oakdale PASS. by Broadway @ Guthrie PASS. by M.O. PASS. by M.O. Broadway @ IH 30 2 State Highway State Highway & PASS. by M.O. Belt Line @ Shady Grove Center 4k @ IH 635 2 State Highway Kingsley @ IH 635 Ramp State fughway Kingsley @ S Garland SH 78 State Highway & PASS. by M.O. Northwest @ IH 635 2 State Highway S. Garland Rd SH 78 @ Leon Rd State Highway & PASS. by M.O. S. Garland SH 78 @ Shiloh State Highway & PASS. by M.O. SPONSOR:CITY OF IRVINr•. PROJECT CODE 3102 SIGNAL IMPROVEMENTS Belt Line @ Oakdale PASS. by M.O. Belt Line @ Rock Island PASS. by M.O. Bch Line @ SH 183 2 State Highway & Potential P.A.S.S. Belt Line @ Shady Grove PASS. by M.O. SPONSOR:CITY OF I.ANr_A4TlPR PROJECT CODE 3103 SIGNAL IMPROVEMENTS Belt Line @ Blue grove Rd PASS. by M.O. Belt Line @ Houston Sch PASS. by M.O. Belt Line @ Main St PASS. by M.O. Pkasaat Run @ SH 342 State Highway r^%Jr. tts ur wo SPONSOR:CITY OF MESQUITE EXHIBIT "A" rKUJl,i 1- CUDE 1894 ; SIGNAL IMPROVEM 1 Gross Rd C Scycne (SH352) State l -li hwa PROJECT CODE: 3104 i SIGNAL IMPROVEMENTS INTERSECTION IMPROVEMENTS Military Pkwy @ IH 635 State Highway Oates @ IH 635 2 State Highway Alpha Rd @ Preston Rd SH 289 Bonnie View @ Ledbetter 12 ScYcne SH 352 @ IH 635 State Highway & Potential PASS. Scycne SH 352 @ Military Pkwy State Highway Bruton Rd @ Buckner Blvd 12 Scyene SH 352 @ Peachtree State M-1 .. SPONSOR:DALLAS COUNTY PROJECT CODE 2208 INTERSECTION IMPROVEMENTS Dallas j Dallas Alpha Rd @ Preston Rd SH 289 Bonnie View @ Ledbetter 12 State Highway State Highway & Potential PASS. Dallas Bruton Rd @ Buckner Blvd 12 State Highway & Potential PASS. Dallas Buckner Blvd 12 @ Garland SH 78 State Highway & Potential PASS. DDallas 1 Regal Row @ IH 35E State Highway PROJECT CODE 2228 INTERSECTION IMPROVEMENTS Dallas Camp Wisdom @ US 67 State Highway Dallas Campbell Road @ Preston Road SH 289 State Highway & Potential P.A.S.S. Jefferson Blvd. @ US 80 & Idlew State Highway Carrollton Josey Lane @ Belt Line Road PASS. by M.O. Dallas Lemmon @ Inwood PASS. by M.O. Dallas Mockingbird Lane @ Airdrome PASS. by M.O. natlas Regal Row from CRIP RR to IH 35E State Highway tOJECT CODE 3097 SIGNAL IMPROVEMENTS Dallas Abrams @ LBJ Fwy State Highway Dallas Audelia @ Northwest 12 State Highway & PASS. by M.O. Dallas Audelia @ SkMman P.A.S.S. by M.O. Dallas Bagley @ Davis S 80 State Highvmy Dallas Barnes Bridge @ Garland Rd SH 78 State Highway & Potential PASS. Dallas Bonnie View @ Ledbetter 12 —Mockingbird State Highway Dallas Brookriver i PASS. by M.O. Dallas Buckner 12 @ Casa Linda State Highway ' Dallas Budkner 1 @ Garland Rd SH 78 State TEghway & Potential PASS. Dallas Buckner 12 @ Hermosa State Highway Da11as Buckner 12 @ John West State fUghway ;'Dallas Buckner 12 @ Mercer State Highway Dallas Buckner 12 @ Peavy State Highway Dallas Buckner 12 @ PoWy State HJighway Dallas Camp Wisdom @ US 67 State Highway Dallas Casa Linda @ Garland Rd SH 78 State Highway & Potential PASS. ' Dallas 1 Dallas Centerville @ Garland Rd SH 78 Chalk Ht71 @ Davis S 80 State Highway State Highway & Potential PASS. Dallas Clarendon @ Hampton PASS. by M.O. Dallas Cockrell HRI @ Davis S 80 State Highway ^ ,4I1as Cockrell Hill @ I -20 2 State Highway .ilas Colorado @ Hampton PASS. by M.O. PAGE A4 OF A6 EXHIBIT "A" PROJECT' COD[: 3097 cunt. SIGNAL, IMPROVEMENTS Jauas _ � onvcyor,n_upo �a Inwood Corinth (SII 142 ) (a Illinois _ _ P.A.S.S. by M.O. _ State Flighway & P.A.S.S. by M.O. _ rDallas Dallas Davis US 80 Co-, Gilpin State Highway Dallas Davis US 80 C Hampton State Highway Dallas Davis US 80Y@ Justin State Highway Dallas Davis US 80 @ Loo 12 (2) State Highway Dallas Davis US 80 @ Morocco State High va Dallas Davis US 80 @ Westmoreland State Hi way Dallas Duncanville @ Loop 12 State Hi hwa Dallas East Grand SH 78 @ Gaston Ave State Highway Dallas East Grand SH 78 @ Tenison State High k Dallas Easton @ Garland Rd SH 78 State Mi&hw a &potential PASS. i Dallas Exchange Service @ Loop 12 State M&M wa j Dallas Ferguson @ 1-30 (2) State Highway Dallas Floyd @ 1 -635 State Highway Dallas Forest @ LBJ Fwy State fUghway & Potential PASS. , Dallas Ft. Worth @ Hampton PASS. by M.O. Dallas Garland Rd SH 78 @ Jupiter State High way &Potential PASS. Dallas Garland Rd SH 78 @ Lakeland State Highway Dallas Garland Rd SH 78 @ Lochwood State Highway DaUas Garland Rd SH 78 @ Old Gate State HighVMY Dallas Garland Rd SH 78 @ Peavy State Highway Dallas Garland Rd SH 78 @ San Rafael State ffighway ; Dallas Garland Rd SH 78 @ Winsted State Highway Dallas Hampton @ Illinois PASS. by M.O. Dallas Hampton @ 1-20(2) State Highway & Potential PASS. Dallas Ham ton @ Jefferson PASS. by M.O. Dallas Hampton @ Ledbetter 12 State Highway & PASS. by M.O. DaUas Ham ton @ Plymouth PASS. by M.O. ! Dallas Hampton @ Twelfth PASS. by M.O. Dallas Hampton @ Wright PASS. by M.O. Dallis Harry Hines 354 @ Lombardy State Highway & Potential PASS. Dallas Harry Hines 354 @ Royal State Highway & Potential PASS. DaUas Harry Hines QLp 354 @ Southwell State Highway& Potential PASS. Dallas Harry Hines 354 @Walnut Hr1l State ffighway Highway & Potential PASS. Dallas Houston School @ Ledbetter 12 State ffighway, i Dallas Illinois @ I -35E 2 State Highway & Potential PASS. Dallas Illinois @ Lancaster 12 State Highway & PASS. & P. P. Dallas Irving Blvd SH 356 @ Mockingbird State Hithway Dallas 1 -20 @ Wheatland 2 State Highway Dallas I -30 @ Jim Mdler 2 State Highway DaUas 1 -30 @ Westmoreland 2 State Highway ' Dallas I -35E @ Kiest (Spur 303 2 State Highway Dallas 1 -35E @ Ledbetter 12 2 State Highway DaUas Jefferson @ Loop 12 2 State Highway DaUas Kiest (Spur 303 @ US 67 2 State Highway- DaUas Kiest (Spur 303 @ Walton Wlkr. 12 Highway DaUas aUas Lawther @ Northwest H 12 State lUghway & Potential PASS. 1 PAGE A5 OF A6 W PROJECT CODE 3097 coat. SIGNAL. IMPROVEMENTS EXHIBIT Dallas _ ; Ledbetter (Lp 12) @Mark Trail State llhway Dallas Ledbetter 12 @ Marsalis_ State highway Dallas - Ledbetter (Lp 12 @ Singing hills State Highway Dallas Ledbetter L 12 @ US 67 2 State Hi hwa Dallas -- Ledbetter Lp 12 @ Veterans State Highway 1 Dallas Ledbetter 12 @ Village Fair State Highway j Dallas Ledbetter 12 @ Westmoreland State Hi hwa Dallas Loop 12 @ Wadsworth State Highway Dallas Luna @ Roya 1 PASS. & Potential PASS. Dallas ! Mockingbird @ Roper PASS. by M.O. Dallas Northwest H 12 @ Buckner 12 State Highway & PASS. M.O. Dallas Northwest H 12 @ Ferndale State Highway & Potential PASS. Dallas Northwest H 12 @ Garland SH 78 State Highway & Potential PASS. Dallas Northwest (Spur 244 @ Jupiter State Highway & PASS. by M.O. Dallas Northwest @ Loop 12 2 State Hi way & PASS. by M.O. Dallas Northwest (Spur 244 @ Plano State Highway & PASS. bv M.O. Dallas Northwest @ Trammel State Highway & Potential PASS. Dallas Plano @ LBJ Fwy State Highway Dallas Royal @ Stemmoas State Highway& Potential PASS. Dallas Skillman @ Adleta PASS. by M.O. Dallas Skillman @ LBJ Fvwy State Highway & PASS. by M.O. Dallas Stemmons @ Walnut Hill Highway Dallas US 67 @ Wheatland (2) —State State NiA nv PAGE A6 OF A6 EXHIBIT "B" SPONSOR: CITY OF BALCH SPRINGS PROJECT CODE 3024 I SIGNAL IMPROVEMENTS Seagoville @ Ambassador Wa PROJECT CODE 3095 SIGNAL IMPROVEMENTS Lake June @ Hickory Tree Lake June @ Peachtree SPONSOR: CITY OF COPPELL PROJECT CODE 3096 SIGNAL IMPROVEMENTS Belt Line @ Cowboy Belt Line @ Denton Tag) Denton Tap @ Bethel Denton Tat) @ Bethel School Denton Tap @ Parkway Denton Tat) @ Sand Lake Sandy Lake Rd @ MacArthur Blvd - p Sandy Lake Rd �@)Moore Rd Sand Lake Rd uel SPONSOR: CITY OF DALLAS Abrams @ Gaston Abrams @ Mockingbird Abrams @ Parklane Abrams @ Skillman Akard @ Cedar Springs St Pau Akard @ Commerce Akard @ Elm Akard @ Jackson Akard @ McKinne Akard @ Mun ver Akard @ Patterson ruck Tunnel ' Akard @ Wood Akard @ Youn Alamo @ Cedar >cld Alamo @ M (Wichita) Ash Lane @ Carroll Thornton EBSR Audelia @ Chimney Hill Austin @ Commerce Austin @ Elm Austin @ Jackson t tin @ Main dad @ Jefferson Barnes Bridge @ Rio Verde Way Shiloh' Beckley @ Saner Bernal @ Ingersol (Singleton) PAGE 131 OF B14 ?otential PASS.) —� ?otential PA.S.S.I EXHIBIT "B" PROJI ?Cl' CODIs 775 coat. SIGNAL 1MPR0VFMFN'rc Bolton Boonc @ Wheatland Bonnic View @ Corrigan (Stag) - Bonnie View @ Simpson Stuart I Briar rove @ Dallas Parkway Browder @Commerce Browder @ Jackson Cadiz @ Industrial Potential P.A.S.S. Camdea @ leffersoa Camp Wisdom Sim son Stuart @ Lancaster Potential P.AS.S. Cam Wisdom @ Greeas an Camp Wisdom @ Ha ton Potential P.A.SS. Camp Wisdom @ Polk Cam bell @ Fraakford Campbell @ Meandering Way Cam bell @ Parkhill Canton @ Griffin RLnornton Canton @ Hall Casa View @ Gus Tbomasson Cedar Crest @ Eleventh (Pontiac) Cedar Crest @ Kiest- Mouser Cedar Crest @ Morrell Cedar Springs @ Fairmount Cedar Sprinp @ Harwood Cedar Springs @ Maple Cedar Springs @ McKinon Olve- Wchta Cedar Springs @ M earl Ceremonial @ Griffin Cherry Valley Blvd @ Lancaster Rd Cockreu Hill @ Kiest Cockrell HM @ Redbird Collett @ Columbia Colonial @ M L Kin Commerce @ Field Commerce @ Griffin Commerce @ Harwood Commerce @ Houston Commerce @ Industrial Commerce @ Justice Center Commerce @ Lamar Commerce @ Lane Commerce @ Market I Commerce @ Murphy X -WALK Commerce @ Prather Commerce @ Record Keane , Commerce @ St Paul Commonwealth @ Iron Ridge Continental @ Industrial Corinth @ Harwood PAGE B2 OF 1314 PROJECT CODE 775 coat. SIGNAL IMPROVEMENTS I Corinth @ Lamar County Court Housc Basemcnt Crawford @ Jefferson _ Cullum & Bachman @ Dcnton Dallas N ToUway @ Royal Ln Dallas Parkway @ Rosemeade Davis @ Edgefield Davis @ Kings Hwy Davis @ Montclair Davis @ Plymouth Davis @ Polk Davis @ Tyler Davis @ Zan Denton @ Lombar Denton @ Merrell Southwell Denton @ Shorecrest Dolphin @ Haskell (Military Pk East Grand @ Rowan Easton @ Lake Highlands Eighth @ Jefferson Eighth @ Lancaster Eighth @ Marsalis Elm @ Erva Elm @ Field Elm @ Griffin Elm @ Harwood Elm @ Houston Elm @ Lamar Elm @ Market Elm @ Record Elm @ St Paul Elm @ Stone Place -Ervay @ Federal Ervay @ Jackson Ervay @ Mar1h Fivay @ Pacific Ervay @ Patterson Ervay @ San Jacinto Ervay @ Wood Erva _@ Young Estacado @ Peavy Rd Ewing @ Morrell Exposition @ Main Fair Oaks @ Pineland Fairmount @ McKinney Field @ Jadcson Field @ Willa oua Field @ Wood PAGE B3 OF B14 bb EXHIBITS" PROJI?CI' CODE 775 con(. SIGNAL IMPROVEMENTS EXHIBIT "B" rorest Ave L) Lamar i Forest Ave (` M L King Forest Ln Ca) Greenville (Potential PA_S_S ' t-orest Ln L Hillcrest Potential PA.S.S. Frankford @ Marsh (Denton Co.) Gannon @ Westmoreland —� Greenville Ca) Park Ln win Hills Greenville @ Phoenix Greenville @ Royal Ln Greenville @ Walnut Hill Griffin @ Jackson Griffin @ Memorial Griffin @ Wood Griffin @ Young Gross Rd @ Peavy Rd Gus Tbomasson @ Ma lee and Hampton @ Leath ' Hampton @ Redbird Harry Hines @ M Harry Hines @ Wichita Harry Hines @ Wolf Harvester –Turtle Creek @ Irvin Harwood @ Jackson Harwood @ Live Oak Harwood @ McKinney Harwood @ Olive aci& Harwood @ Wood Haskell @ Main Hatcher @ Myrtle Hatcher @ Second Hatcher @ Spring Hensley Field @ Jefferson Hermosa @ Peavy Rd Hi Line @ Oak Lawn Highland HM @ Sinwson Stuart Hrlkrest @ Royal Ln Holmes @ M L Kin Hotel @ Reunion East Hotel @ Reunion West Houston @ Jackson Houston @ Main Houston @ Reunion E (Young) Houston @ Reunion W Howell @ Industrial Hunnicut @ Samuell Illinois @ Linfield PAGE B4 OF B 14 Potential P.A.S.S. Potential PASS.' tential PASS. tential PASS. tential PASS. tential PASS. tential PASS. (Potential PASS.) –1 i I i PROJECT COD('. 775 coat. SIGNAL, IMPROVEMENTS EXHIBIT "B" Industrial @ Irving (Market Cntr) ! Industrial @ Justice Center Dr I In @Reunion ! Investor @ Westmoreland —j Irving @ Lakawana Irvin @ Manufacturin —� Irvin @ Motor --: I Irving @ Oak Lawn ' ' Irving @ Sylvan W hf Jackson @ Lamar Jackson @ Market ' Jackson @Pearl ood Jackson @ St Paul Jefferson @ LTV John West @ La Prada Kelly @ Timbe rgle n Kessler Pkwy @ Sylvan Kiest @ Polk Kiest @ Rue,ed Kiest @Westmoreland Kings Hwy Cap Polk (Tvierl Lake Highlands @ Peavy Rd Lamar @ Main Lamar @ Sears X— Walk N Lamar @ Wood Lamar @ Young Level @ Walnut Hill Live Oak @ Olive Live Oak @ Pacific St Pau M L King @ Meadow Main @ Market Main @ Peak Main @ Record Maple %V McKinney (Maple Routh Conn Maple @ Wolf Market Cntr Blvd @ Market Hall Market Cntr Blvd @ Oak Lawn Market Cntr Blvd @ Turtle Creek Market @ Wood Market @ Young Marsalis @ Winters Marsh @ Timberglen Matilda @ Mockinabird La 1 McKinney @ Olive I MC neY @ Pearl E McKinney @ St Paul McKinnon tai Mood% PAGE B5 OF B14 PRtOJUCT CODE 775 coat. SIGNAL IMPROVEMENTS EXHIBIT "BN McKinnon Co) Wolf McMillan @ Mockingbird _ Millmar @ 'eavy Rd Mockingbird @ Skillman - Nomas @ S lean - Northaven @ Webb Cha i Oates @ Peavy Rd Old Seagoville @ St Au ustine Overton @ Sunn le Peak @ Ross rentagon Pkwy @ Polk Polk @ Redbird Polk @ Reynoldston Polk @ Saner Polk @ Wheatland Record @ Wood Record @ Young Redbird @ Westmoreland Royal Ln @ Webb Chapel Royal La @ Welch Samuell @ St Francis Saner 0 Zang a St Paul @ Wood St Paul @ Young Sylvan @ W Commerce Tenth @ T r Tenth @ Zan Trinity M& @ Voss Walnut Hi11 @ Webb Cl PROJECT CODE 783 iNTFR --,PC` nw iv, Abrams Rd @ agbird Abrams Rd @ Modcin bird Ambassador Row @ Mockin bird Avondale Awe @ Tunk Creek BedkY Ave @ Kiest Blvd Bonnie View Rd @ Ledbetter Rd Carlisle St:ABen St to Cedar Springs Cedar Springs Rd @ HudnaU St Cedar Sp rings Rd @ Oak Lawn Ave Cedar Spring Rd @ Olive St , Clarendon @ T Jer Coit Rd @ Churcha Wa (Potential PJLS.S. Dallas N Tollwa @ Harvest HIM Denton Dr @ Shoreaest Dr Denton Dr @ Webb Chapel Flemin Awe @ Jefferson Blvd PAGE. B6 OF B14 PRO11 ?CT CODE 783 cons. INTERSECTION IMPROVEMENTS EXHIBIT "B" o d Rd @ Restland Rd _ rest Ln @ Park Central -- rt Worth Ave @ Bil is Ave ::::J'-L = rt Worth Ave @ S Ivan Ave ankford Rd C Dallas North Tollwa eenville Ave @ Mockin bird eenville Ave @ Phoenix Dr, Potential PA.S.S. Harwood St @ Pacific Ave Potential PA.S.S. Harwood St @ Pearl Haskell Ave @ Ross Ave Haskell Ave @ Tholl Ave Henderson Ave @ Ross Ave Hillcrest Rd @ Lakehurst Ave . Illinois Ave @ Linfield Illinois Ave @ Overton Rd Illinois Ave.Kolloch Ave to Wilhurt Ave Illinois @ Westmoreland Irvin I Blvd @ Sylvan Ave Keller S rin Rd @ Knoll Tratl Keller S rin Rd @ West ove Dr Ke Blvd @ Old Mill Rd Live Oak St @ Carroll Ave Live Oak St @ Collete Ave Live Oak St @ Fitzhugh Ave Live Oak St @ Good Latimer – Live Oak St @ Hall St — Live Oak St @ Haskell Ave Live Oak St @ Munger Ave Live Oak St @ Peak St Live Oak St @ Skr7laoan St Live Oak St @ Washington Ave Matilda St @ Mockingbird Matilda St @ Ross Ave McCoy Blvd @ Skillman St Midway Rd @ Rosemeade Pk Mockin bird Ln @ Skillman St . Motor St @ Maple Ave Oak Lawn Ave @ Hall St do Rawlins St Reeder Rd @ Ro I Ln Ross Ave @ Bennett Ave Ross Ave @ CarroQ Ave Singleton Blvd @ Sylvan Ave Webb Chapel Rd @ Ttmberview Rd PROJECT' CODE 787 INTERSECTION IMPROVEMENTS Almazan Dr @ Marsh PROJECT CODE 788 1 INTERSECTION IMPROVEMENTS ha Rd @Colt Rd Potential — B ryan St @Routh St do Central PAGE B7 OF B14 PROJECT CODE 788 coat. PROJECT CODE 789 ' PROJECT CODE 792 PROJECT CODE 799 ' PROJECT CODE 800 PROJECT CODE 813 PROJECT CODE 814 PROJECT CODE 818 j PROJECT CODE 819 PROJECT CODE 832 ( PROJECT CODE 836 PROJECT CODE 844 PROJECT CODE 846 PROJECT CODE 860 PROJECT CODE 881 PROJECT CODE 882 ^'tOJECT CODE 885 L OJECT CODE 917 PROJECT CODE'951 PROJECT CODE 955 PROJECT CODE %8 PROJECT CODE 970 PROJECT CODE 973 PROJECT CODE 975 PROJECT CODE 2446 INTERSECTION IMPROVEMENTS Cam bcii Rd @ Coit Rd Ferguson Rd & Lawaview Ave @ Samucil Blvd Frankford Rd @ Midway Rd Good Latimer @ Grand Ave Good Latimer Expy @ Live Oak St Greenville Ave @ Milton St Hillcrest Rd @ Spring Valley Rd Live Oak St @ Texas St INTERSECTION IMPROVEMENTS Alpha Rd @ Hillcrest Ara aho Rd @ Meanderia U P Wa Beltline Rd @ Dallas N Tollwa Belt Line Rd @ Hillcrest Campbell Rd @ Hfllaest Rd Campbell Rd @ Meandering Way Cedar Springs Rd @ Dou Ave Cedar Springs Rd @ Wycliff Ave Cedar Springs Rd @ Inwood Rd Colt Rd (a Snrino V.2 Rev (:om ite Dr @Walnut Hill Dallas N Tollwdy @ Trinity Mills Denton Dr @ Walnut Hill Forest Ln @ Skillman Greenville Ave @ Park Ln Greenville Ave @ Royal Ln Greenville Ave & Walnut Hill Inwood Rd @ Maple Ave Live Oak St @ Ross Ave Maple Ave @ W%jcw Ave Mockinbird Ln @ N Rockaway Mockingbird Ln @ Yosemite Ln Motor St @ Harry Hines Blvd Noel Rd @ Spring Valley Frankford @ Marsh La Frankford @ Midway Rd Midway @ Rosemead SPONSOR: CTTY OF DESOTO PROJECT CODE 3098 1 SIGNAL IMPROVEMENTS Pleasant Run @ Meadows Pleasant Run @ Po& Pleasant Run @ Wbeatland PAGE B8 OF B14 EXHIBIT "B" tential P.A.S.S. Potential PA.S.S. tential PA.S.S. tential PASS. ntial PA.S.S. atial PASS. atial PASS. atial PASS. atial PASS. atial PASS. anal PASS. SPONSOR: CIY OF DUNCANVIL EHIBIT'B" T PROJECT CODE 1212 INTERSECTION IMPROVEMENTS NB/SB Cedar Hill @ Danieldale PROJECT CODE 1213 INTERSECTION IMPROVEMENTS Cedar Ridge SB C Bi Stone Cedar Ride @ Center Cedar Rid &e @ Wheatland Cockrell Hill (SB) @ Wheatland Main (SB) @ Danieldale INTERSECTION IMPROVEMENTS PROJECT CODE 1219 Cedar Rid e @ Ca Wisdom PROJECT CODE 1223 Sante Fe @ Wheatland PROJECT CODE 3099 SIGNAL IMPROVEMENTS Camp Wisdom @ Cedar Ridge- Camp Wisdom @ Duncanville Camp Wisdom @ Hdl City Camp Wisdom @ Oriole Cockrell Htll @ Redbird Cockrell Hill @ Wheatland SPONSOR: CITY OF GARLAND PROJECT CODE 3100 1 SIGNAL IMPROVFU 1PW' c t3roadvrl @ Rowlett Centerville @ Broadway Centerville @ Columbia Centerville @ First Centerville @ Glenbrook Centerville @ Kintsiey Centerville @ Mtlkr Cent le @ Obanion Centerville @ Plaza Kingsley @ National KinBsleY @ Shiloh Miller @ Merritt Northwest Hwy @ LaPrada Dr Northwest @ Center.,& Northwest @ Plaza Northwest @ Saturn Northwest @ Town to Oates @ Broadway Oates @ Duck Creek Oates @ Obanion Rowlett Rd @ Roan Rd PAGE B9 OF B 14 SPONSOR: CITY OF GARLAND PROJECT CODE 3100 1 SIGNAL IMPROVFU 1PW' c t3roadvrl @ Rowlett Centerville @ Broadway Centerville @ Columbia Centerville @ First Centerville @ Glenbrook Centerville @ Kintsiey Centerville @ Mtlkr Cent le @ Obanion Centerville @ Plaza Kingsley @ National KinBsleY @ Shiloh Miller @ Merritt Northwest Hwy @ LaPrada Dr Northwest @ Center.,& Northwest @ Plaza Northwest @ Saturn Northwest @ Town to Oates @ Broadway Oates @ Duck Creek Oates @ Obanion Rowlett Rd @ Roan Rd PAGE B9 OF B 14 SPONSOR: CITY OF•IRVING PROJI CT CODE 3102 SIGNAL IMPROVEMENTS i Belt Line @ Contlans Belt Line @ Country Club Bclt Lutc @ Finle -- Belt Line @Grande Bulevar Belt Line @ Irvin Mall Belt Line @ Nortb to Belt Line @ Pioneer Belt Line @ Rochelle Belt Line @ Sto Belt Line @Strait Belt Line @ Valle View Belt Line @ Walnut HdI Belt Line @ Wr7low Creek 'PROJECT CODE 3 PROJECT CODE 1890 PROJECT CODE 1891 PROJECT CODE 1893 PROJECT CODE 1895 PROJECT CODE 18% PROJECT CODE 1897 PROJECT CODE 11 PROJECT CODE 1899 PROJECT CODE 1901 PROJECT CODE 1902 PROJECT CODE 1904 PROJECT CODE 1909 PROJECT CODE 3104 SPONSOR: CITY OF LANCASTER SIGNAL IMPRnVFUT7m- e Pleasant Run @ Blue grove Pleasant Run @ Elm Pleasant Run @ Houston Sch Pleasant Run @ Rogers St Pleasant Run (a) Westridoe SPONSOR: CITY OF MESQUITE SIGNAL IMPROVEMENTS 1 Belt Line Rd @ Grubb Bruton Rd @ Pioneer Rd Gallowa @ To East Blvd Gus Thomason @Moon Gus Thomason @Live Oak Dr Motle Dr @ Eastfield Colk ape Oates @ Saracen Oates @ Shands Town East Blvd @ Forney Rd Town East Blvd @ Skyline Dr Tripp Rd @ Frankhn Dr T EXHIBIT 'B" Acmial PASS. uential PASS. )tential PASS. Aential PASS. aential PASS.' itential PASS.' tential PASS.' , tential PASS., tential PASS.) tential PASS.) tential PASS.) tential PASS.) tential PASS.) PASS. own East Blvd From Galbwy to Gus Thomason SIGNAL PROGRESSION SIGNAL IMPROVEMENTS Belt Line @ Barnes Bridge Bruton @ Hickory Tree Oates @ Galloway Oates @ Gus Thomasson Oates @ Motley Oates @ Northwest PAGE B 10 OF 8 14 PASS. SPONSOR: CITY OF RICHARDSON EXHIBIT "B' PROIE:CT CODE 2087 INTERSECTION IMPROVrMBNT - j Jupiter @ Buckingham SPONSOR: DALLAS COUNTY AOJECT CODE 2208 CT7o N IMPROVEMENT Addison/Carrollton/F.B. Belt Line Rd @Marsh Ln PROJECT CODE 2228 INTERSECTION IMPROVEMENTS Potential PA.S.S. Farmers Branch Al ha Road @ Midwa Road, Wekh Road Grropton/Farmers Branch Belt Line Road @ Webb Cha 1 Road Dallas/Duncanvtlk Cam Wisdom @ Cockrell Hill (Potential PASSS.' DaUas/Richardsoo Coit Road @Ara aho Road Dallas/Richardson Coit Road @ Belt Line Road otential PASS, DaUas/Richardson Coit Road @ Campbell Road (Potential PASS, Carrollton Cros Road @ Broadway Street otential PASS, Dallas Forest Park @ Inwood Road Dallas Inwood Road @Park Lane (Potential PASS• Dallas Inwood Inwood Road @ Walnut Hill Lane Carrollton Lane @ Keller S rin Road CarroUion Jose Lane @ TrinitY M& Road Addison/Dallas Keller Springs Road @ Dallas North Tollwa Carrollton Keay Blvd @ Trinity Mills Road Garland North Garland Avenue @ State Street Garland North Garland Avenue @ Walnut Street Dallas Samuell Blvd @ Lawnview& F D'� S ring alley Road @ west Road _ out Trimm Mills Road @ Old Denton Dallas I Zamp Blvd @ 12th Street PROJECT CODE 2248 1 INTERSECTION IMPROVEMENTS CarroUton Josey Lane @ Walnut Plaza PROJECT CODE 2262 INTERSEMON IMPROVEMENTS Dallas Royal Lane @ Dallas N. ToUwa PROJECT CODE 3097 SIGNAL IMPROVEMENTS Dallas Abks @ Walnut Hill Dallas Abrams @ Chimne Hill Dallas Abrams @ Flidcerin Shadow Dallas Abrams @ Forest Dallas Abra ffi @ k otential PASS, Dallas Abrams @ Walnut Dallas Ambassador @ Mockin bird Dallas Ann Arbor @ Marsalis Dallas Audelia @ Church DaUas Audelia @ Kineslev Dallas Audelia @ Mflkr Dallas Audelia @ Walnut Dallas Bahama @ Ft Worth Dallas RArn,-S.Bridge @ Ferguson Dap -• Beddey @ Illinois PAGE 1311 OF B14 otentw PASS. PROJECT 3097 coat.. SIGNAL IMpunvci.p.a -.., EXHIBIT "B" Dallas _ — ........... Bcckley @ Kiest Dallas Bickers @ Hampton Dallas Bickers @ Westmoreland nallas Bonnie View @ Illinois 'llas Bonnie View @ Kiest Dallas Boulder @ Ca mD Wisdom Dallas Bruton @ McKim Dallas Camp Wisdom @ Cockrell Hill Dallas Cam Wisdom @ Westmoreland Dallas Canada @ Westmoreland Dallas Clareedon @ Westmoreland Dallas Cockrell Hill @ Gannon Dallas 1 Cockrell Hill @ Illinois Dallas Cobrado @ Ft Worth Dallas O)mposite @ Walnut Hfll Dallas Conner @ Lake June Dallas Conway @ Kiest Dallas Crosstown @ Haskell Dallas Dallas N.Tollwa @ Ara ho Dallas Dennison @ Hampton Dallas Denton @ Ro 1 Dallas Denton @ Walnut Hi71 Dallas Do lain @ SamUell Dallas Duncanville @ Illinois Dallas Fast Grand @ Haskell _ ''as Ed Geld @ Illinois `AaS Ewing @ Illinois Dallas Falls @ Westmoreland Dallas Fer a @ Gus Tho s maon Dallas Fer n @ Hi bland Dallas Ferguson @ Joaquin Dallas n @ Lakeland Dallas a @ Miillmar Dallas a @ Oates Dallas Ferguson @ Pea Dallas Ferguson @ Samuell Dallas Ferguson @ Shiloh Dallas Fe r n @ St Francis Dallas Fe r n @ Woodmadow Dallas Floyd@ Floyd Cock Dallas Floyd @ Restland Dallas Floyd @ Sherman Dallas Floyd @ T I Entrance Dallas Forest Park @ Inwood Dallas Forest @ Skillman Dallas Ft Worth' Westmoreland Dallas Gaston @ Westshore Dr Greenville @ Walnut PAGE 1312 OF R Li Potential P.A.S.S. PASS. Potential PASS.' Potential PASS.' ial PASS. Potential PASS.' PROJECT CODE 3097 coat. SIGNAL IMPROVEMENTS EXHIBIT "B" uattas _ Halifax @ Mockingbird Dallas Hampton @ Singleton Potential P.A.S.S. Dallas tnallas Hampton @ Wheatland Potential PA.S.S. Hampton @ W Commerce Potential PA.S.S. llas Harold Budd School @ Marsalis Dallas Harvest Hill @ Inwood Dallas Illinois @ Kiest Dallas Illinois @ Knoxville Dallas Illinois @ Marsalis (Potential PASS. Dallas Illinois @ Nicholson Dallas Illinois @ Southein Oaks Dallas Illinois @ Vernon Dallas Illinois @ Westmoreland Dallas Illinois @ Zan Dallas Inwood @ Walnut Hill Dallas Jefferson @ Westmoreland Dallas Jim Miller @ Samuell Dallas Josey @ Villa Creek Dallas Jup iter @ McCree Dallas Kiest @ Marsalis Dallas Kiest @ Sunnyvale Dallas Kingsley @ Ferndale Dallas Kingsley @ Fieldcrest Dallas Kingsley @ White Rock Trail Dallas Kingsley @ Winedale � La Prada @ Oates - -Jas La Reunion @ Westmoreland Dallas Lawnview @ Samuell Dallas Louisiana @ Zan Dallas M L King @ R B Cullum (Potential PASS. Dallas Marsalis @ Overton Dallas Marsalis @ Saner Dallas Miller @ Sanden Newark @ Royal otential PASS. Dallas Northwest @ Shiloh Dallas Oates @ Shiloh Dallas Pennsylvania @ R B Cullum (Potential PASS. Dallas Plano @ Kinzsley Dallas Reeder @ Royal Roya I @ Arborside (Potential PASS. Dallas Samuell @ Tenison Dallas Shady Trail @ Walnut Hill Dallas Singleton @ Westmoreland Dallas Skillman @ Page Mal (Potential PASS. Dallas Dallas Skillman @ Whitehurst Walnut Hill @ Fair Oaks (Potential PASS. Dallas Walnut @ Richland College C s Westmoreland @ Wheatland PAGE B13OFRta PROD CODE: 3107 SIGNAL, IMPROVEMENTS tXHIBIT "B" Be Itline @ Town Fast Potential P A.S.S. CODE 3108 SIGNAL IMPROVEMENTS Jefferson @ Bagdad Jefferson @ Camden Jefferson @ Hensle Field Jefferson @ LTV Main Entrance PAGE B 14 OF B 14 COUP At MIT OR OCT 251994 COURT ORDER ORDER NO. FUNDS Avn1L68LE ATE: OCT S S STATE OF TEXAS I COUNTY OF DALLAS BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held on the 25th day of October 1994, on motion made by Chris V. Segos, Commissioner of District No. 4 and seconded by Nancy E. Judy, Commissioner of District No. Z , the following order was adopted: WHEREAS, the Dallas area has been designated as a non - attainment area for ozone and carbon monoxide; and _ WHEREAS, the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) 23 USC, Sec. 149, has established a Congestion Mitigation and Air Quality Improvement Program (CMAQ) and has made funds available to states that have non - attainment areas; and WHEREAS, in accordance with ISTEA, the North Central Texas Central Texas Council of Governments (NCTCOG) through the Regional Transportation Council (RTC) has programmed approximately 1500 intersections for signalization and /or geometric improvements which are intended to contribute towards attainment of national ambient air quality standards; and WHEREAS, Dallas County voters have authorized a Transportation Improvement Bond Program in November 1991 with specific mobility improvement funding in the amount of $24,035,000 to enhance air-quality; and WHEREAS, Dallas County and Texas Department of Transportation MDOT) desire to implement an intersection improvements program utilizing Federal funds from ISTEA related to the CMAQ Program and have negotiated the attached Agreement to facilitate said improvements; and WHEREAS, Dallas County, pursuant to Commissioners Court Order No. 94 -762 dated May 10, 1994, has selected the firm of Parsons Brinckerhoff Construction Services, Inc., as Program Management /Engineer (PM/2) to manage the implementation of 1500 intersection improvements in the Program; and WHEREAS, Dallas County has negotiated the attached Contract with Parsons Brinckerhoff Construction Services, Inc., for the FM/8 Services, in an amount not to exceed $3,379,500; and WHEREAS, Dallas County will initially fund the local share of said Contract in an amount not to exceed $679,500; and WHEREAS, funds are available from the 1991 Bond Program in the amount of $709,819 for this endeavor; and WHEREAS, Dallas County funding for this Program will be administered from Fund 492, Project 585, Category 700 (Design) , and monies from Projects 586 through 595 as follows: Fund Project Name , Number Amount Total 585 Traffic Signal System Improvements 182,819 586 Lemmon • Inwood 237,000 591 Belt Line 4 Webb Chapel 40,000'' 592 Forest Park a Inwood 140,000' 593 Trinity Mills 0 Old Denton 25,000 594 Inwood * Park Lane 35,000* 595 Coit * Belt Line 50,000 TOTAL. S 70— 9 -- 8 are to be transferred into Fund 585, Traffic Signal System Improvements;and WHEREAS, said transfer of funds, Dallas County /TxDOT Agreement and PM /E Contract were briefed on October 18, 1994. IT IS THEREFORE ORDERED, ADJUDGED AND DECREED by the Dallas County Commissioners Court that monies from Projects 586 through 595 be transferred into Bond Fund 492, Project 585, Category 700, that the County Judge is authorized to sign the attached Agreement with the Texas Department of Transportation and that the County Judge is authorized to execute the Contract with Parsons Brinckerhoff Construction Services, Services. Inc., for Program Management /Engineering DONE IN OPEN COURT, this the 25th date of Octob /— er 1994. on, County Judge Director of� Public Wor s.i.•i" auto: co TEXAS TRANSPORTATION COMMISSION EXN181T "F& ARIOUS _ County MINUTE ORDER Page 1 of 5 Pages �istrict No. VARIOUS WHEREAS, the Project Development Plan (POP) of the Texas Oepartment of Transportation is a ten year plan which authorizes project planning and development, and is submitted to the Texas Transportation Commission for approval on an annual basis; and S WHEREAS, the 1993 Transitional POP was structured and developed with categories to utilize the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA); and WHEREAS, development and construction of many projects in the POP are subject to the approval /concurrence of the Metropolitan Planning Organizations (MPOs); and WHEREAS, the MPOs have recently made significant modifications to the list of projects which they propose to include in their Transportation Improvement Programs (TIPS); and WHEREAS, the letting to contract of projects contained in the POP is further subject to the availability of projected funds; and WHEREAS, the structure of the various categories of work, including the description, the restrictions, the method of allocation and policy of the 1993 Transitional POP was outlined in Minute Order 101106 dated June 24, 1992 and amended in Minute Order 101590 dated October 28, 1992; and WHEREAS, Minute Order 101588 dated October 28, 1992 approved the structure of the allocation program portion of the 1993 Transitional POP, and authorized projects in various allocation programs; and WHEREAS, an update of these previously authorized projects and policies is required to more accurately depict and properly guide planning and development; and WHEREAS, it is appropriate to address the status of the 1993 Transitional POP and the approval of the 1994 POP separately with respect to mobility and allocation categories; and r" - -- rsction Dep. •J 1sL. Dir. of Car. ~t_ cn:*sent ( ) Dir.. Pi ar.. b G: Prep Arz. ( Sir. of ;:,ice_ ttatc -rtn. Dir. of Bain'- See D. E. ( l Dir. Trans. ops FL IARIOUS _ County District No. VARIOUS TEXAS TRANSPORTATION COMMISSION MINUTE ORDER Page 2 of S Pages WHEREAS, for mobility categories, Minute Order 101106 and subsequent Minute Orders 101586 and 101587 dated October 28, 1992 approved specific projects for various levels of authorization in the 1993 Transitional POP in Category 1 - Interstate Construction, Category 3A - National Highway System (NHS) Mobility, Category 3B - NHS Texas Trunk System, Category 30 - NHS Traffic Management, Category 3E - NHS Miscellaneous, Category 12 - Commission Strategic Priority and Category 13 - State Mobility; and WHEREAS, for mobility categories, Minute Order 101588 and subsequent Minute Order 101765 dated December 22, 1992 approved specific projects for various levels of authorization in the 1993 Transitional POP in Category 4C - Surface Transportation Program (STP) Metropolitan Mobility /Rehabilitation, Category 40 - STP Urban Mobility /Rehabilitation, Category 4E - STP Rural Mobility /Rehabilitation, Category 5 - Congestion Mitigation and Air Quality Improvement; and WHEREAS, for allocation categories, Minute Order 101588 and subsequent Minute Order 101765 approved specific projects in the 1993 Transitional POP in Category 4A - 1993 Highway Safety Improvement Program, 1993 Federal Railroad Signal Program, and 1993 Railroad School Bus Signal Program, Category 6 - 1993 -1995 On State System Bridge Program, and 1993 -1995 Off State System Bridge Program, Category 8 - 1992 -1994 Farm to Market Road Program, and Category 16 - 1993 Railroad Grade Cross Replanking Program; and WHEREAS, several of the allocation programs approved in the 1993 Transitional POP currently have unobligated balances for which projects have now been identified as additions to the previously approved programs; and WHEREAS, Minute Order 101765 authorized district allocations for the allocation program portion of the 1994 POP, and directed that when the projects have been selected for allocation programs (other than "bank balance" programs), the programs be returned to the attention of the Commission for approval of specific projects; and TEXAS TRANSPORTATION COMMISSION ;RIOUS County MINUTE ORDER Page 3 of 5 Pages (strict No. VARIOUS WHEREAS, projects have now been identified for the allocation programs of the 1994 POP; NOW, THEREFORE, IT 1S ORDERED that the structure of the various categories of work, including the description, the restrictions, the method of allocation and policy outlined in Minute Orders 101106 and 101590 is hereby cancelled; and IT IS FURTHER ORDERED for mobility categories that the authorization for the Category 3A - NHS Mobility, Category 38 - NHS Texas Trunk Sytem, Category 30 - NHS Traffic Management, Category 3E - NHS Miscellaneous, Category 12 - Commission Strategic Priority and Category 13 - State Mobility projects listed in Minute Orders 101106, 101586 and 101587 are hereby cancelled; and IT IS FURTHER ORDERED for mobility categories that the authorization for Category 4C - STP Metropolitan Mobility /Rehabilitation, Category 40 - STP Urban Mobility /Rehabilitation, Category 4E - STP Rural Mobility /Rehabilitation and Category 5 - Congestion Mitigation and Air Quality Improvement projects listed in Minute Orders 101588 and 101765 are hereby-cancelled; and IT IS FURTHER ORDERED for allocation categories that the projects approved as a part of past allocation programs that have not been selected for other categories of the 1994 POP shall retain their authority in those programs; and TEXAS TRANSPORTATION COMMISSION -RIOUS County MINUTE ORDER Page 4 of S _Pages +strict No. VARIOUS IT IS FURTHER ORDERED that the 1994 PROJECT DEVELOPMENT PLAN a; shown in the following exhibits is hereby approved: Exhibit A - Structure of the various categories of work, including descriptions, restrictions, methods of allocation and policy. Exhibit B - Interstate Construction (Category 1). Exhibit C - National Highway System (Category 3): NHS ity, NHS Texas Trunk System, NHS Traffic Management Systems, and NHS Miscellaneous. Exhibit 0 - Surface Transportation Program (Category 4): 199 H4 ig wh ay Safety Improvement Program, 1994 Federal Railroad Signal Program, 1994 Railroad School Bus Signal Program, 1993 -2002 Metropolitan Mobility /Rehabilitation Program, 1993- 2002 Urban Mobility /Rehabilitation Program, 1993 -2002 Rural Mobility /Rehabilitation, and 1994 Railroad Grade Separations Program. Exhibit E - Congestion Mitigation and Air Quality (Category 5). Exhibit F - Bridge Replacement /Rehabilitation (Category 6): 1993 -1995 On State System Bridge Program (Additions), 1996 On State System Bridge Program, 1993 -1995 Off State System Bridge Program (Additions), and 1996 Off State System Bridge Program. TEXAS TRANSPORTATION COMMISSION ARIOUS _County MINUTE ORO[.R Page 5 of 'ISLriCt No. VARIOUS —� _Page; Jubmitted by: Exhibit G - Farm to Market Road Program (Category g): 1992 -1994 Farm to Market Road Program (Additions) and 1995 farm to Market Road Program. Exhibit y - Commission Strategic Priority (Category 12). Exhi_'bit I - State Funded Mobility (Category 13). Exhibit J - Miscellaneous Programs (Category 16): 1994 Railroad Grade Crossing Replanking Program. IT IS FURTHER ORDERED that the Executive Director is hereby authorized to proceed in the most feasible and economical manner with project development for the projects included in Exhibits 6 through J to include any necessary agreements, right of way acquisition, utility adjustments, and relocation assistance, subject to the policies of the Texas - Department of Transportation and all applicable Federal and State laws governing the acquisition policies for acquiring real property. IT IS FURTHER ORDERED that the specific allocation programs authorized by Minute Order 101765 for the 1993 Transitional Project Development Plan shall remain active and in effect. IT IS FURTHER ORDERED that the sections of highway shown in Exhibit _ K are hereby designated as a part of the State Highway System subject to the conditions indicated. IT IS FURTHER ORDERED that this Minute Order be effective as of September 1, 1993. Examined and recommended by: ,ire:tor of Highway Design Approved Associate Executive Director Executive Director Minute Number Date Passed 102542 JUL 29 93 13 w 'lei 3tj DISTRICT 18 ' • pi DALLAS-FORT WORTH MP0 f T 1994 Cost In Thoaands istrict w aen< or Designation Proj. 10 Fed Prog Federal -O+%tY city Location (from) F. Class St. Gt. State F Location (to) Description of Work Lanes Phase tout Camrnts Length KPO Total DAL � AT FIVE MILE CREEK 7 BRIDGE 68 991845975 PRELIKINART EwCIKEERIwG 02 0.1 C 1106 18 DALLAS « AT TRI RT EAST FORC OF TRIM 3 BRIDGE J16 68 941845976 PRELIKINART EN ERING 02 0.1 C 1106 18 DALLAS « AT TRISUTART EAST FORK TRI T 7 BRIDGE 66 991845977 PRELIKINART ENGINEERING 2 C . S 1.2 S 6.0 tb DALLAS CR AT NG7 AMT BRANCH GE s 3.6 68 S 0.0 991845974 PRELIKINART ENGINEERIN 02 0.1 C 1106 0,9 s 4 1a DALLAS « AT COTT EK TRIBUTART 5 ait1DaE 68 S O.0 991845978 PUL T ENGINEERING 02 0.1 C 1106 i 1.2 S 6.0 is AS « AT CDTTONWOOO CREEK 5 68 S 0,0 5979 PRELIKINART ENGINEERING 02 0.1 C 1106 S 1.2 S 6.0 18 �Lt.AS CS VARIOUS LOCATIONS IN DALLAS -E- 0 MAD 5 S 4.200.0 S 80,0 91845990 103 INTERSECTION IRWEI UTS Ip X0.0 1106 s 1.050.0 18 DALLAS ON CAARIE PARKW R otAQ s 2ao.o WESTCN£STER SOULEV .0 091845959 UPGRADE 0.0 1106 S 412.0 18 DALLAS cs INTERSECTION OF TRIPP ROAD WIT 0 CMAQ 5 S 25.0 FRANKLIN DRIVE IN MESQUITE 00 C S 0.0 i 091845944 TRAFFIC SIGNALS 0.0 1106 50,0 S , 18 DALLAS Cs F EEC SIKEWAT, IN 35 0 CMAQ 5 S 182.4 COOMBS CRFEC 00 C s 45.6 091845979 CONSTRUCT BIKEWAT it f .0 0 228.0 DALLAS CS ON GREENVI NWESTERN CK,kQ 64.0 5 S 1 . 09184 WESTBOUND TNRU LANE. MEDIAN MO DO 0.0 C 1106 S 20.0 S 100.0 18 DALLAS cs ON CAMPSELL 0 CMAQ 5 S 60.0 AT MEANDERING WAT 00 C S 0.0 091845971 /CORTNSOUND AND SOUTNBOJNO LEFT 0.0 1106 i 16.0 S 76.0 t8 DALLAS CS INTERSECTION OF OATES DRIVE WI 0 CMAO 5 S 30.0 DRIVE 1N MESQUITE 00 C S 0.0 091845960 TRAFFIC SIGNALS 0.0 1106 S 8.0 S 38,0 Ate: E= Engineering. C= Construction, R =ROW H3. of Fn% By FEDERAL PROGRAM " v3 DISTRICT I$ OALtAS'FORI NORTH KPO F Y 1994 Cost to Thou41nds Oiatrict N- or Designation Proi. c4un y Location (from) 10 F. Cris Fcd Prop Federal City Location (to) St. Cat. State CSj Description of Work Lanes Length Phase Local Co.vwents KPO total Is CS DALLAS TER ROAD AT ARAPAHO 0 CKokO = 25.0 0918G791S ALIGN IYTE ON X0.2 5 = s 0.0 25.0 1106 50.0 18 CS DENTON EDMORDS LANE AT FOX AVENUE CMAQ 6•0 00 5 = 0.0 0918/.691 G CONSTRUCT RIGHT LANES 0.0 1106 60.0 1a CS DENTON VAR TIONS IN LEWISVILL 0 OtAO 5 = 113.0 091 INTERSECTION IMPROVEHENTS 00 0.0 C = s 0.0 32.0 1106 S 145.0 la CS I9oI to INTERSECTION OF TON EAST BOUL 0 OtAO 5 S = 25.0 SKYLINE DRIVE IN MESQUITE 00 C 0.0 091x45951 TRAFFIC SIGNALS 0.0 1106 S 30.0 s to CS ixya DALLAS VARIOUS LOCATIONS IM FARMERS B 0 CMAQ 5 = = 200.0 0.0 091865955 2 IKTERSECi1011 IKPROVE►sENTS 00 0.0 C = 40.0 1106 S 240.0 1a DALLAS OR GREENVILLE AVEM A UE C1V10 _ 9d•0 BOULEVARD 5 . C9186791a C LEFT ILlelt 0.0 1106 S 150.0 la CS DALUIS IMTERSECTION•OF MOTLEY DRIVE V 0 = 30.0 EASTFIELD COLLEGE IN MESQUITF_ 00 5 = 0.0 091845953 TRAFFIC SIGNALS 0.0 1106 i 30.0 60.0 1a CS DALLAS INTERSECTION OF 9RUTON ROAD WI 0 CHAO = 30.0 091845950 PIONEER ROAD IN MESQUITE 5 C = S 0.0 30.0 TRAFFIC SIGNALS 0.0 1106 S :60.0 18 CS OALIJ►S INTERSECTION Of GUS TNOKASSON 0 S 5 S 30.0 OAK DRIVE lM MESQUITE 00 = 0.0 091865949 TRAFFIC SIGNALS 0.0 C = 8.0 1106 S 38.0 18 CS OALIAS INTERS ECTION Of GROSS ROAD WIT 0 5 S 30.0 IN MESQUITE 5 = 0.0 091845948 TRAFFIC SIGNALS 0 C 30.0 .0 1106 S S 60.0 t8 CS CKAQ 5 S = 27.0 DALLAS INTERSECTION OF TO.+N EAST iOUL 0 FORNEY ROAD IN MESQUITE 00 C 0.0 091865952 TRAFFIC SIGNALS 0.0 = 30.0 1106 S 57.0 18 CS CMAQ = 160.0 DALLAS TOuw EAST BOEVARD FROM GALLO 0 UL $ 't� GUS TNOKASSON 5 = 0.0 09184S946 TRAFFIC SIGNAL INTERCONNECT 00 1 1 t06 = 150.0 -4 s 310.0 18 DALLAS ON LEMMON AVENUE, 0010 S 400.0 OAKIAWN 5 .0 091845978 LEFT t(XiN LANE 0.0 C 1106 S 650.0 Phase: E= Engineering, C= Construction, R=ROu Page H2 of W DISTRICT 18 OALLAS•foet WRTN KU�O fT 1994 Cost In 1Aotaerd�, District Manic or Otii9rvtion C X.inty Location (from) City Location (to) CS.; Description of Wort Proj, 10 f, Glass lanes Length fed Prog St. Cat. Phase KPO federal State local Total Co -ants I8 q5 18 CS DALLAS INTERSECTION OF GUS IMOKASSOM IN KESOUITE 091845945 TRAFFIC SIGNAL 0 0.0 CKAO 5 C 1106 1 30.0 = D.0 = 8.0 S 38.0 .�� to cs DALLAS ON GREENVILLE AVENUE AT PARC L 091645930 NORTHBOUND AND SOUTHBOUND TURN 0 OU0.0 CKAO 5 1106 S 51.2 i 12.8 $ 16.0 80.0 1a DALLAS WNEATLAMD AT KAIN CKAO 5 S 21.0 •0 091845987 ION TURNING RA 0.0 1106 = 26.0 t ILt3 1a DALLAS 091845992 CS SANTA FE TRAIL AT WHEATLUAND ADO TURN uwE 0 0.0 CKAO 5 t 1106 S 16.0 S 0.0 = 4.0 S 20.0 OtAO 5 C 1106 i 12.0 S 3.0 S 5.0 S 20,0 is DALLAS 091845931 Cs INTERSECTION Of BELT LINE Roo EAST BOULEVARD IN CITT Of SUNN TRAFFIC SIGNAL UPGRADE 0 00 0.0 to DALLAS 091x45958 u (Ill ROAD AT CAKP WiS ADO TURN LANES 0 00 0.0 CXAO $ C 1104 1 80.0 _ 0.0 1 100.0 I OENTON CS VARIOUS LOCAT ENTON 0 O(AO 5 100.0 = 091x469 INTERtKANGE 11WROVEKENTS 00 0.0 C 1106 1 25.0 S 125.0 1 C1 C7Vt0 5 C 1104 S 25.0 = 0.0 = 25.0 1 50.0 la DALLAS 091845947 CS INTERSECTION Of CALLOUAT WITH 80AEVARD IN KESOUITE TRAFFIC SIGNAL UPGRADE 0 0.0 1a DALLAS VARIOUS LOCATIONS 1 C>SA� = 600.0 0.0 091845980 CAPACITT IKPROVEK 0.0 C 1106 1 572.0 1$ 98 5 5 C 1106 S 30.0 = 0.0 S 8.0 $ 38.0 1a is DALLAS INTERSECTION OF PATES WITH SAR IN KESOUITE 091845961 TRAFFIC SIGNALS 0 00 0.0 $012 r3 16 CS DALLAS VARIOUS LOCATIONS IN KINCARVIL 0914545969 5 INTERSECTION IKPROVEKENTS 0 00 0.0 CKAO $ 1106 S 90.0 = 0.0 S 11$.0 0787 Is CS DALLAS ON ALK42AJJ DRIVE AT KARSH LANE 091645985 NORTHBOUND LEFT TURN POCKET 0 00 0.0 OiAo 5 C 1106 S 45.0 S 0.0 S 11.0 S 56.0 Q 1 Q G I 18 CS DALLAS ON CEDAR SPRINGS ROAD AT IMWOO 091at7DX NORTHBOUND AND SOUTHBOUND LEFT 0 � 0.0 04Ao 5 C 1106 = 52.0 = 13.0 S 16.0 81.0 Phase: E= Engineering, C= Construction, R =ROW Page f0 Of H17 • "�TATIOw IMI"VEHtMT PROGRAM BY FEDERAL PROGRAM DISTRICT 18 DALLAS -FART t+o4TN nf`o FY 1994 Cost In Thousands District Name or Designation Proj, 10 feQ Oroq federal County location (fromk) F. Class St. Cat. State City Location (to) Lanes Phase local CSJ Description of Work Length HPO Total 18 DALLAS C5 VAitIOUS LOCATIONS IN DALLAS 0 CHAD 5 S 40.0 S 10.0 00 C S 0.0 991845968 PRELIMINARY ENGINEERING 0.0 1106 S 50.0 18 DALLAS CS VARIOUS LOCATIONS IN DALLAS 0 CHAO 5 i 3,175.0 i 2z2� 0.0 991865945 INTERSECTION IKPROVEHEMTS 00 0.0 C 1106 : 794.0 S 3,969.0 FM 1171 CHAD S 80.0 DE Olt FM 1171 AT OLD ORCHARD 0 S S 131101 CONSTRUCT RIGHT TURN LAME 00 0.0 C 1106 20.0 S 0.0 S 100,0 18 FM 1171 CMAO S 70.1 DENTON ON FM 1171 AT VALLEY PARKWAY 0 5 S 131101902 STlt= TURN LANE 00 0.0 C 1106 17.6 S 0.0 S 88.0 18 FM 1 CHAD S 51.2 DALLAS IMM SE ION W17M CAMMADY IM C 3 5 S 104702900 TIAFfiC SI LS 00 0.0 C 1106 12.8 S 0.0 S 64.0 18 DALLAS fM 1382 INTERSECTIdt OF B T LINE ROAD 0 CHAO $ S 16.0 CLARK ROAD IM CEDAR ILL 00 C S 4 S 104703900 LEFT TURN CHANNEl1ZAT 0.0 1106 .0 S _0 Is COLLIN FM 2551 Flt 2551 AT FN 544 0 CHAO s 80.0 5 20.0 205601907 SIGNALS 00 0.0 C 1106 S 0.0 S 100.0 18 Flt 423 DENTON F14 423 AT NORTH 00LOwT BOILEVA 0 s 48.0 S 12.0 156702901 EASTBOUND RIGHT AND LEFT TURN 0. S 0.0 S 60.0 16 DALLAS IN 30 DOLPHIN ROAD 1 CHAO S 3,568.0 JIM MILLER ROAD 08 5. C S 892.0 000911160 EXTEND CONTRAFLOW LAME 2.0 1106 0.0 S 4,460.0 18 IN 358 CHAO S 9, 2I DALLAS IM 635 1 5 S 2,2 DENTON CO LIME 06 C .0 S 0. 019603170 CONCURRENT FLOW LANES 6.3 1106 S 11,280.0 18 DENTON IN SSE DALLAS CO wE 1 CHAD s 1,280.0 SN 121 wily HILLS 06 5 C S 320.0 019602083 cow FNT FLOW NOV LAMES 1.6 1106 S 0.0 S 1,600.0 18 DALLAS 1 635 N 35E CHAD 1 256.0 0 00 5 S 64,0 iNC10EMT MANAGEMENT 8.5 C 1106 S 0.0 $ 320.0 VDALL LP 12 ON BRUTON ROAD 0 CHAD S 76.8 AT BUCKNER BOULEVARD 00 5 C S 19.2 H t S BOUND DUAL LEFT TURN LwS 0.0 1106 S 0.0 S 96.0 Phase: E= Engineering, C= Construction, R =ROW Page H4 of H27 Comrr:nt S 09/15/93 Coctnmi s VV/ 1: /v) I - •^ 1 SUN I P"OYLK N T F:OGriI.N ST FEDERAL PttOUtlp DISTRICT 18 OALLAS -FORT NORTN %;V IT Ig9j. CO-St I n i ho,4 a�g .istrict Now- Or Designation (c4Knty location (from) . 10 Fed Frog Federal City location (to) F. Class St! Cat. State CSJ De-scription of Work Lanes Phase local la+4th KPO Total 14 OALULS ON KAl2RY NINES A 04AQ i 51.2 S 019606900 OVEMENtS 0.0 0.0 1106 i 64. 18 NN DALLAS ON FOREST LANE AT SCILLKAN Slit 0 CMAO S 64.0 3 6 5 S 16.0 897318900 14ORTH13Q)ND AxO EASTBOJNO ADO A 00 0.0 C S 20.0 1106 S 100.0 18 KH DALLAS ON tNt�[10 ROAD AT MAPLE AYENUE 0 CNAQ i 75.2 '� 5 i 18.8 807418900 LEFT TURN LAXES FOR MAPLE AVEN C S 23.5 0.0 1106 S 117.5 18 MN DALLAS 1 Of BELT LIRE ROAD F 3 CKAG $ 204.8 805018036 SOUTH CITY l N 30 K S 00 5 C i 51.21 TRAFFIC SIGNALS AIo INT 0 i 1 1106 00 4.0 1a KK �0 288.0 DALLAS IN DALLAS ON 1R =S 4 F 5 i 80931 TRAFFIC SIGNALS 06 C i 0.0 1.6 1106 ! 360.0 to KH DALLAS IN DESOTO 7 CMAO S 66.4 �0 5 i 0.?079 99184590, SIGNAL IMPROVEMENTS 00 C i 16.6 0.0 1106 S 83.0 1a )ALIAS OR 8TK/9TH STREET OUIQ S 29'6.0 IN 20 IN GRAND P 0.0 99184S906 C CTIONS 0.0 1106 S 667.0 16 NH DALLAS INTERSECTION OF BELT LINE WITH S 24.0 3g� IN MESQUITE 0 5 5 S 6.0 805018900 TRAFFIC SIGNALS 00 C S 8.0 0.0 1106 S ,�.0 SN 121 LIN AT SK 289 t LEGACY OR 3 CMAQ i 128.0 404025 773 IC SIGNALS 04 5 C i i 32.0 0.0 0.1 1106 S 160.0 SK 1 DENTON 7ATBLAIRSOAK S THE COLONY 0 OVIO S 51.2 036+103068 IC IGNAL 00 5 C S S 12.8 0.0 1106 S 64.0 18 SN 121 OENTON AT HOLFOROS PRAIRIE, FN SSG, C 4 CKAQ i 320.0 FM 423 t PAIGE ROAD -PLANO PKWY i 80.0 036403075 TRAFFIC SIGNALS � i 0.0 .0 11 i 400.0 18 SH 5 COLLIN AT IKMERMOTT (FM CKAO i 80.0 0 5 s 004709901 INTERSECT (KPR OVENENTS 00 0.0 C i 0.0 1106 f 100.0 18 DALLAS 5 INTERSECTIONS IN THE CITY Of 0 CKAO 58 4 901 TRAFFIC SIGNAL UPGRADE 00 5 5 C S i 14.6 13.2 0.0 1106 i 91.2 Phase: E= Engincering, C2 Construction, R,aOv Pace H5 of H17 Coctnmi s VV/ 1: /v) I 03 ,100 ,10g l0cr -lot 17SI 3dif -304 TRANSN+ORTATION IW4*VE►tENT PROGRAM 09/15/93 ST FEDERAL PROCAm DISTRICT 18 OALLIS-FORI WRTH HPO F T 1994 Cost In lho,rarb a trict Name or Oesigvtion Proj. 10 Fed Proq federal nty Location (from) F. Class St. Cat. State ty J L location (to) Description of wort Lanes Phase local Com+rnts length Pilo Total ix CKAO S 420.6 DALLAS M HAVEN LN, AT CAMP8EL 2 5 f 105,1 004707149 INTERIM CONTROL CENTER 09 0.0 C 1106 i 525,7 is WALLAS VA VARIOUS INTER !N THE TM IC oa 5 s6o.o f 0918459 Aill CA TRAFFIC SIGNAL UPGRADE 00 0.0 C 1106 S 1[0.0 S 700,0 la VA S 140.0 DALLAS VARIOUS INTERSECTIONS IN THE C 0 5 S 0.0 LANCASTER JCKAQ 00 C i 35.0 091845938 TRAFFIC SIGNAL UPGRADE 0.0 1106 f 175.0 18 DALLAS VARIOUS LOCATI CKAO S 400.0 RICHARDSON 100.0 091845973 UPGRADE 0.0 1106 S 500, I& DALLAS VA VARIOUS INTERSECTIONS IN THE C 0 CKIIO 5 S. 91.0 S GARLAND 00 C 0.0 S 23.0 091x45939 TRAFFIC SIGNAL UPGRADE 0.0 1106 S 1%.0 is DALLAS VA 4 LOCATIONS IN DALLAS COUNTY = S 91.0 0 5 S 0.0 091845968 TRAFFIC SIGNAL UPGRADE 00 0.0 ICKAO C 1106 S 23.0 S 114.0 to DALLAS VA 7 INTERSECTIONS IN THE CITY OF 0 CKAO 5 s 118.0 DUNCANVILLE 00 C S 0.0 f 35.0 091a 45440 TRAFFIC SIGNAL UPGRADE 0.0 1106 S 153.0 l to DALLAS VARIOUS INTERSECT CKAO S 100.0 GRAND PRAIRIE .0 091845981 UPGRADE 0.0 1106 0.0 S 170.0 18 DALLAS VA VARIOUS INTERSECTIONS IN THE C 0 OxAO 5 s 75.0 HESOUITE 00 C S 0.0 i 25.0 _ 091845965 TRAFFIC SIGNAL UPGRADE 0.0 1106 S 100.0 lx i DALLAS VA LOVE FIELD. FAR NORTH, NORTH C 0 CKAO f 2,000.0 5 i 0.0 091845943 TRAFFIC SIGNAL UPGRADES 00 0.0 C 1106 f 500.0 S 2,500.0 la DENTOM VA V NTERSECTIONS IN T1iE C 0 OLAO S s 50.0 LEWISVILLE 00 C i 0.0 i 091846905 TRAFFIC SIGNAL UPGRADE 0.0 0 1106 60.0 la DALLAS VA VARIOUS INTE IN GRAND CKAO 100.0 S S 991845 TRAFFIC SIGNAL UPGRADE 00 0.0 C `106 s 43.0 S 143.0 " 18 DALLAS VA VARIOUS INTERSCCTIONS IN THE C 0 CKAO 5 i 100.0 COPPE a 00 C S 0.0 s 25.0 991845940 TRAFFIC SIGNAL UPGRADE 0.0 1106 i 125.0 Phase: E= Engineering, 0-Construction. R =ROu PacJe 46 of FU7 X09 IOlttrict County City a� 18 DALLAS 99184S980 18 1a Is 6ALLAS 091845156 18 0 to DALLAS 000911903 1a OALLAS 991845918 18 ELLIS OGL203026 18 ELLIS 18 019603165 18 DENTON 01960200522 18 / VARIOUS INTERSECTION S IN IALCH ' -­I "" t ^s'RQVM &f i PROCJLAw L7tA0 OT FEDCRAL PROCAM 2 5 DISTRICT 18 5 = 0 DALLAS -FOgI uMTM IMO TRAFFIC SIGNAL UPGRADE 00 0.0 f T 1994 .o S 9.0 Cost In lhovsand; 1 NamC or Desigr►ation location (from) Droj. 10 fed Pr og federal location VA VARIOUS LOCATIONS IV THE CITT F. Class St. Cat. C14U0 5 Description of Vork on lanes. Phase local 00 0.0 length NPO Total IM 0 04AO S 118.0 SN f �TO"�� 5 0.4 VA 0.0 1106 S 118 .0 VARIOUS INTERSECTION S IN IALCH L7tA0 S 5'0 2 5 0 5 = 0 TRAFFIC SIGNAL UPGRADE 00 0.0 C 1106 .o S 9.0 US 77 AT RED OAK. N 1 IN 2 f 63.0 04 VA VARIOUS LOCATIONS IV THE CITT 0 C14U0 5 S 800 IN 35E - CORRIDOR IMPROVEMENTS 00 0.0 C S 0..0 S 19.0 IN 2 o.c ItT s of us 77 00 1106 S 99.0 0.4 VA la 35E OENTON CO THE IN 30, 1H 35E 0 C14U0 5 S 0 C H 635 00 C S 220.0 GRIST ASSISTANCE PROGRAM 0.0 1106 $ 275.0 DALLAS CO LINE 06 C RESURFACING OF AN EXISTING FRE S 1,375.0 1106 VA DALLAS -ELLIS COUNTY LINE, NORT 1 VARIOUS OCATIONqLIC PARCERVILLE ROAD 0410 5 S 16.0 RECONSTRUCT EXISTING 4-LANE FR VOUCHER P C S 0.0 S 4.0 0.0 1106 S 20.0 VA VAR1O1$ C?U10 i 9,040.0 TRANSIT VEHICLES 0.0 C 1106 S 2.2 .8 S 11 3.8 IH 30 HARWOOD STREET FED -DEMO S 216.0 JT14 ItIIIEit ROAD Si.O DEMONSTRATION PR6.0 C A 1106 270 0 IVA F - DALLAS COUNTT 2 5 DEVELOPMENT OF A DALLAS AREA v 00 1 IN 35E US 77 AT RED OAK. N 1 IN 2 DALLAS CO LINE 04 C RECONSTRUCT EXISTING 4-LA FR 3,2 1106 IN 35E lF5 77 AT RED OAK 1 IN 2 o.c ItT s of us 77 00 c RECONSTRUCT EXI ING 4-LANE' FR 0.4 1106 la 35E OENTON CO THE 1 IM 2 0.6 NI OF WHITLOCK LAME 06 C RESUR CING OF AN EXISTING FRE 1.2 1106 I 35E AKE LEWISVILLE 1 IN 2 DALLAS CO LINE 06 C RESURFACING OF AN EXISTING FRE 10.0 1106 IN 35E DALLAS -ELLIS COUNTY LINE, NORT 1 tN 2 PARCERVILLE ROAD 04 C RECONSTRUCT EXISTING 4-LANE FR 1.9 1106 Phase: E= Engineering, C= Constructson, R -ROU Page H7 of W-7 S 600.0 S 150.0 S 0.0 S 750.0 S 2,993.5 S 332.6 0.0 ` S 3,326.1 S 94.7 S .9 .. s o. s 218.6 S 656.9 i 73.0 S 0.0 i 729.9 S 4,769.9 1 530.0 , S 0.0 S 5,299.9 s 1,07,4.5 S 120.5 s 0.0 % 1,205.0 Ccrr.,mt s U9/11/9S lc 1RAM"f'ORTATtot IWp0VEN[YI f`ROGRAx BT FEDCRAI PROGRMt DISTRICT 18 OAILAS•fORT vX1N "M F T 147, Co:t In lhousenis �ittritt Ware or Oesignatim *nty location (frorn) Prol- 10 fed Prog federal A ty location (to) f. Class St. Cat. State CSJ Description of Work lanes Phase Local L"th wv Total 1 LP 12 OVERPASS AT SP RAILRW 6RIOGE i 792.0 3 6A % 198,0 058101079 R 04 E S 0.0 liIATE BRIDGE AND APPROA 0.1 1106 S 990.0 16 ROCII:ALL 0009040{6 SH 66 AT BOIS 0 ARC C;IEE DRAWS REPLACE /REHASILITATE BRIDGES A S 02 2 BRIDGE 6A E 11 - i 478. S .6 0.0 S 597.8 to K•AUFKAX 019703017 LtS 175 AT EAST FORK TRINITY RIVER REPLACE BRIDGES APPROACHES 3 020.8 B 1106 i 5,350.5 1,337.6 i 6. O.0 to DALLAS 091 6 CS OESOTO ON CHATTETROAD AT ME REPLACE BRIDGE AND APPROACHES 7 020.1 BRIDGE 68 1106 i 212.0 S 0.0 i 48.0 260.0 Is DALLAS 091847922 CS ON DALLAS NORTH TOLLVAT AT TRI EASTBOun A o SOUTNBCUWD RIGHT 0- 000.0 CKAO 5 1106 ` i 80'0 S 0.0 S 100.0 18 DALLAS .8 n9la47920 CS. ON GREEItvIIIE AVENUE AT ROYAL RIGHT TuRm LANE ON THE APPROAC G 000.0 CKAO 5 E,R 1106 i 64.0 S 16.0 S 20.0 1 100.0 DALLAS 091847916 CS OW MOCKINGBIRD LANE AT YOSENIT WESTBQ)WD LEFT TURN LANE 0 00 0.0 CKAO 5 E 1106 i 24.0 S 0.0 i 6.0 S 30.0 18 OENTOW 091816912 VARIOUS LOCATIONS (CITY Of DALLAS) MPROVENENTS 0.0 CKAC 5 1106 S 360.0 .0 i 450.0 18 DALLAS 091847919 CS ON GREEWvILLE AVENUE AT WALNUT HILL R0. SOITN80LWO DUAL LEFT TURN LANE 4 00 0.0 CKAO 5 E.R 1106 i 96.0 i 24.0 S 30.0 S 150.0 to DALLAS ' 6 a 091845967 CS VARIOUS LOCATIONS IN DALLAS 15 INTERSECTION IKPROVENENTS 0 0.0 CIAO 5 E 1106 - S 694.0 i 0.0 i 173.5 i 867.5 1a 3 9 DALLAS 091845956 CS ON ALPHA ROAD At HILlCRfSi EASTBOIWp RIGHT TURN LANE 0 0.0 CMAQ 5 E1 1106 S 16.0 1 0.0 i 4.0 S 20.0 1a i 128.0 OAL US Ot KELLER SPRINGS A GcAO 091847923 WG RADII, S BOUND 0.0 E,R 1106 0 S 180.0 la 'sr DALLAS A 7931 CS ON LIVE OAK STREET AT ROSS AVE IMPROVE RADII ON 2 CORNERS 0 00 0.0 OrAO 5 E -R 1106 - S 86.0 i • 0.0 S 17.2 S 103.2 Phase: E= Erbgin"rtng. C= Construction. R =ROv Pale HB Cf H17 Cco*rrnts 09/15/93 alz alit, lid 1SS Z13 Zoe .tqg 1RAuST=iAT1At 11tt'RO4IQNi 1`ROCx.AM Q�/1S/95 By FCDERAL PROGRAX DISTRICT 16 DALLAS -FORT WoRIM XM F T 1995 Cost In Thmr anJ% [District w,WW or Designation Prof. 10 Fed Prog FeCcraI asrty Loc.aI%on (from) F. Clots St. Cat. State :icy CSJ Location (to) Description of Work Lanes Phase Local Coerw^ntt Length MPO Total 18 CS MA0 S 80.0 DALLAS ON COMPOSITE DRIVE AT WALNUT N 0 5 S 0.0 091847933 EAST8aJWD RIGHT TURN LADE 00 0.0 EA 1106 S 20.0 $ 100.0 18 CS CK0.0 S 97.0 DALLAS VARIOUS LOCATIMS IN DMCAMVIL 0 5 S 0.0 091845963 2 INTERSECTION IMPROVEMENTS 00 0.0 E 1106 S 6.0 S 103.0 t8 CS 04AO S 80.0 DALLAS Ou DENTON DRIVE AT WALNUT HILL 0 5 L 0.0 091847921 NORTH L SOMMOCKNtD LEFT TURN L 00 0.0 E 1106 S 20.0 S 100.0 1a CS MAC S 24.0 DALLAS ON MOCKINGBIRD LANE AT NORTH R 0 5 S 0.0 091"7917 DRIVE EASTBOLOM LEFT TURN POCKET 00 0.0 E 1106 S 6.0 $ 30.0 la Duo S 96.0 DALLAS IVWOM ROAD 5 AT IRVING BOJLEVARO o 091845976 WIDEN TO 8 LAN 0.I 1106 i 150.0 18 DALLAS is ON K PLE AYENUE AT WTCLIFF AVE 0 CMAO 5 S 80.0 S 0.0 091847932 LEFT TURN WtES FOR MAPLE AMEN 00 0.0 E,R 1106 S 20.0 S 100.0 18 DALLAS CS ON CEDAR SPRINGS ROAD, DOUGLAS 0 CMAO 5 S 120.0 S 0.0 VTCLIFF AVENUE 00 E S 30.0 09la45954 BACK TO BACK LEFT TURN LANES 0.0 1106 $ 150.0 to cs CMAO S 90.0 DALLAS VARIOUS LOCATIONS lit OWCAXYl L 0 5 S 0.0 991845959 5 INTERSECTION IMPROVEMENTS 00 0.0 E 1106 S 22.5 S 112,5 18 CS CKAO s 16.0 DALLAS JUPITER ROAD AT BUCKINGNM IN 0 5 S 4.0 991x45970 PRELIMINARY ENGINEERING oo_ 0.0 C 1106 % 0.0 S 20,0 la DALLAS ON MOCKINGBIRD AT CMAO 5 S 400.0 091845982 AND ARFfIC G I 0.0 1106 125.0 S 625. I to CS CMAo S 160.0 DALLAS VARIOUS LOCATIONS IN FARMERS B 0 5 S 0.0 991a4S966 2 INTERSECTION IMPROVEMENTS 00 0.0 E 1106 S 40.0 S 200.0 is DALLAS CS V UTIONS IN GRAND PRA 0 O{AC i 210.0 5 $ 0.0 991845951 INTERSECTION CAPACITY 1 00 0.0 0 E 1106 CMAO S 287.5 1;2.0 18 DENTON CS VARIOUS LOU NTOw 5 S 091846 INTERCHANGE IMPROVEMENTS 00 0.0 E 1106 S 58.0 S 190.0 Phase: E= Engineering, C= Construction, RcROu Page H9 of Ea 7 1 F"!I' 1 AI 1 ON IKfvOVEKErI f`ROGRIJt 0•)/15/93 IT FEDERAL PROGRAK DISTRICT is OALLAS•roeT tool" kM t 197, Cost In lhovsondt, 4 jittrict '.oar�ty Norse or OesagrNtion location trot, 10 led Proq fa�bcral (iron) I, Class St. Cat. State ity a 1 Location (to) Description of Work Lard Phase Loc.at Conn -nts Length KM Iota( DALLAS CLSTER ROAD 0 C>�IA T 165.0 11a • - 5 091847945 0.2 65.0 1106 i 330.0 to CS DALLAS VARIOUS LOCATIONS IN DALLAS 0 CKAO 5 S 6,175.0 228 f 0.0 991845946 INTERSECTION IKPROVEKEwTS 00 o.o E 1106 i 1.513.8 s 7,718.8 to DALLAS a VARIOUS LOCATIONS IN DALLAS 0 CKAO 5 s 2,200.0 7 E f 0.0 991845964 103 INTERSECTION IKPROVEKENTS 0.0 1106 f 552.0 f 2,752.0 N FM 1382 INTERSECTIN OF OLD CLARK ROAD 0 0KAO 5 s 51.2 1N CEDAR HILL 00 C 1 12.8 TRAFFIC SIGNALS 0.0 1106 f 0.0 f 64,0 to IN 30 DALLAS AT FERGUSON RD 1 CKAO i 2,400.0 5 S 600.0 000911162 OE SSED NOV RAKP 08 0.5 C 1106. T 0.0 s 3,000.0 18 DALLAS IN 35E ON TRINIT ILLS i CKAO S 128.0 AT IN 35E 00 5 C f 32.0 019603909 INTERSECTION ROVE►LNiS 0.0 1106 S 0.0 S 160.0 is IN 35E DALLAS IN 35E AT BELT LINE IN CA 0 CMAO 5 019603908 INTERSECTION IHPROV EKEwTS 00 0.0 C 1106 S ,0 S 0.0 i 480,0 1a DALLAS IN 635 ON JOSET LANE CKAO i 18.4 AT IN 635 00 S C i 4.6 237601911 NORTH L SOUTHBOUND THRU LANES, 0, 06 i 0.0 S 23,0 to IN 635 DALLAS ON GARLAND ROAD 0 32.0 AT IN 635 f a.0 237602903 WESTBOUND RIGHT TURN LANE 0.0 P�S s 0.0 S 40.0 1a DALLAS IN 63S NORTHWEST NIGNWAT 0 f 128.0 AT IN 635 00 C S 32.0 i 2371.01910 INTERSECTION lKPR KEVIS 0.0 1106 0.0 i 1 0 to DALLAS IN 635 IN 35E CKAO s 256.0 US 75 0 00 5 1 64.0 237601909 INCIDE 8.5 C 1106 S 0.0 i 320.0 la DALLAS IM S 75 CKAO S 6,400.0 IN SSE 2 08 5 S 1,600.0 2374010P.6 CONCURRENT FLOW NOV LANES 7.0 C 1106 1 0.0 S 8,000.0 18 LP 12 CHAD ! 451.2 OAII SN 114 0 5 S 112.8 1N 635 00 C i 0.0 30$904 INTERSECTION IKPROvEKENI 14,0 1106 S 564,0 Phase: E= Englneering,.C=Construction. c:ROJ age H10 Cf H17 TRAMSPOR1ATIOW IKPROYLKCNT PCOl --" BY FEDERAL PROGRAM DISTRICT 1s DALLAS-FORT UORTM KPO FT 1995 Cost In lhotsan, -U -ittrict Nome or Designation Proi. i0 Fed Prog Federal my Location (from) F. Class St. Cat. State y Location (to) lanes Phase Local CSJ Dezcription of Work Length KPO lot al is LP 288 CKAG S 80.0 OENTON T U$ 380 IN OENTOW 3 5 S 20.0 00 C S 0.0 225002005 1RAfF1C S 0.0 1106 S 100.0 is LP 354 04AO 400.0 DALLAS ON MARRY MINES AT KOCCINGBIRD S 100.0 00 S 148.0 001 01%69 INTERSECTION IMPROVEMENTS 0.0 1106 648.0 is MM qNp S 480, DALLAS ON 1 ROAD, FORT AARTM AV 0 5 S 120.0 67 00 E S 0.0 b0i3 ADO LEFT TURN LANES ON HAMPTON 0.0 1106 S 600,0 16 MM CK 60 S 172.8 DEITOM ON JOSET LANE AT WALNUT PLAZA 0 5 S 43.2 Z41 00 E i $4.0 527018900 EJASTSCIND AND NORTHBOUND LEFT 0.0 1106 S 270.0 is MM CKAO S 64.0 DALLAS ON BELT LINE AT MILLCREST 0 5 S 16.0 ?00 00 E,R S .0 20 805018901 TURN LANES 0.0 1106 S 100.0 is MM CKAD i 40.0 DALLAS ON CAKPBELL ROAD AT NILLCREST 0 5 S 0.0 41 A807318900 00 E.R S 10.0 NORTHBOUND RIGHT TURN LANE 0.0 1106 S 50.0 i MM O'AO S 12.0 OALLAS ON ARAPAHO ROAD AT MEANDERING 0 5 S 0.0 -112 00 E - S 3.0 807418901 WESTBOUND LEFT TURN POCKET 0.0 1106 S 15.0 16 MM CKAO i 32.0 DALLAS ON COIT ROAD AT SPRING VALLEY 0 5 S 8.0 Q 00 E.R S 10.0 804718901 SOUTHBOUND RIGHT TURN LANE 0.0 1106 i 50.0 CIMAC i 48.0 PI)AL LAS ON ABRAMS ROAD AT SK1LL)IAN STR 0 5 S 12.0 00 E.R S 15.0 a08918900 INBOUND AND SOJTK9OU1ID RIGN 0.0 1106 S 75.0 is MH CMAO i 64.0 DALLAS ON COTT ROAD RANCFORD ROAD 0 5 S 16.0 E.R S 804718900 IMPROVE All APPROACHES 0.0 3106 S 00.0 18 MM OtAO i 172.8 DALLAS ON SPRING VALLEY 0 S 43.2 AT PRESTON ROAD 00 S 54.0 807518901 INTERSECTION IMPROVEMENTS .0 1106 i 270.0 18 MM aAO s oo.o DALLAS NORIMWESI NlGHWAY 0 S i 1 AT JUPITER IN LAS• 00 E S 125.0 81111a900 DUAL LEFT N LANES ON All AP 0.0 1106 S 750.0 1a CKAO : 336.8 DALLAS IN ADOISION ON BELT LINE ROAD 3 5 S 84,2 DRIVE. ADOISON ROAD AND MIDWAY 00 E.R i 1.19.6 )5 34 WIDEN INTERSECTION 10 PROVIDE 0.0 1106 i x40.6 Phase: E- Erv�ineerirtig C =Construction, R =ROW p,,�, cr1 v1 • age M i Of nl% 07/11/Y5 IFAMSPOR TAT ION JPWROVLKLMI PROL -K" 8Y FEDERAL PROGD -4 t DISTRICT 18 OAILAS -fORI UORTH Kf`O (T 199', Cost In Thousand. - +istrict Naalc or Designation Proj. 10 fed Prog federal m y location (from) F. Class St. Cat. State .y Location (to) Lanes Phase local ts (y Description of Work Length w+0 Total 18 KH CKAQ ! 2,000.0 1 j DALLAS NEAR VW. JAR ME, NEAR SW, FAR L 5 s 0.0 SL)BAREAS 00 E T 500.0 1 991845904 TRAFFIC SIGNAL UPGRADES 0.0 1106 T 2,500.0 1a KH 04AO 1 i,o2o.o DALLAS 1N DALLAS VARIOUS LOCATIONS 4 5 S 0.0 Oi oo E i 118.0 999845916 6 INTERSECTIONS 0.0 1106 T 1,138,0 KN CKAQ T 192.0 ON AIRDROME AT LEMON AVENUE 4 5 T 48.0 NS 00 E i 80.0 " INTERSECTION IKPROVEKENT (TPAS 0.0 1106 S 320.0 18 KM I CYAO S 320.0 DALLAS ON LEMMON AVENUE AT BLUFFVIEW 4 5 T 80.0 00 E S 100.0 991845911 RIDOR IKPROVENENTS 0.0 1106 T 500.0 18 SN 2 CKAQ T 92.8 DALLAS ON ARAP O ROAD AT PRESTON ROA 0 5 T 23.2 00 E T 0.0 009106900 WORTMBOUNO SOUTHBOUND DUAL 0.0 1106 S 116.0 to SH 289 CMAO T 32.0 OAitAS ON KAAVEST HILL R AT PRESTO 0 5 S 8 00 E 1 .0 009106903 EAS780URD LEFT TURN T AND 0.0 1106 S 0.0 SM 289 04A0 T 512.0 OALLAS ON FRANKFORD ROAD AT MEST 0 5 128.0 00 E 1 80.0 009106901 PRESTON ROAD INTERSECTION 1KPR 0.0 1106 1 720.0 18 SN 5 G S 80.0 COLLIM AT KERKOTT (FK 2170) CD 0 T 20.0 00 S 0.0 004709904 INTEMC710M 1KPROVEKEMTS 0 1 S 100.0 1s SP 2" CKAO T 500.0 DALLAS NORTHWEST HIGHWAY AT PLANO R 3 S S 125.0 04 _ E 0.0 035305905 ADO TURN LANES AND TRAFfI IG 0.0 1106 1 625.0 to SP 303 04AO s t DALLAS i4TM STREET 1 5 1 3 6 WEST FREEWAY 1N G PRAIRIE 00 E S 199. 220802900 TRAFFIC SIGNAL GRADE 0.0 1106 T 362.0 18 US 75 CKAQ i 92.6 DALLAS SPUR 366 2 5 1 23.2 KIDPARK 08 E i 0.0 004707152 CCKPR SEO V10 ED IKPLEKENTA110 10.0 1106 S 115.8 18 04AO i 181.0 DALLAS PUI 366 2 5 2 c5.3 KIDPARC RO 08 E S 0.0 004707156 ACCIDENT INVESTIGATION SITES 10.0 1106 S 226.3 1s us 75 CKAQ 1 241.4 OAILA SPUR 366 2 5 s 60.4 IN 635 08 E T 0.0 707153 VEHICLE DETECTOR KONITORING ST 9.3 1106 s 301.8 Phase: E =Engineering, C= Construction, R =ROW Page Fat of Fa7 OS /15 /VS 3OX 'toy iV T"J'SMATATIW IFQ'ROVCFQNI PVOGP-" 0" 15/VS By fCDCRAL PROGA/vt DISTRICT 18 DAL(AS•FOR1 WORTH 1I F i 199'1 Cost In TAo'tan}s ,District Menu: or Des ignatton ' Proj, 10 Fed Prop Iederel ou u y Location (from) f. Class St. Cat, State F- A ty location (to) cs Phase local CS.1 Description of Work Cor.,rr,ts Length wV Total 1a US 80 CKAO S 28.0 DALLAS TI W Of BELT LINE INK 0 S i 7.0 00 E S GO 009502902 TRAFFIC SIGNALS 0.0 1106 ,0 1a VA CK 100.0 DAL LUIS VAR 1 OUS l OLA T 1 C I i T 0 5 S RIC 00 E S 100,0 9918L595 RAFFIC SIGNAL UPGRADE 0.0 1106 S 500.0 to DALLAS VA VARIOUS INTERSECTIONS IN THE C 0 CKAQ 5 S 213.0 COPPEII 00 E S 0.0 S 61.0 991845911 TRAFFIC SIGNAL UPGRADE 0.0 1106 S SD4,0 Is DALLAS VA VARIOUS INTERSECTIONS IN GRAND 0 CKAQ i 100.0 5 1 0.0 991845955 FF1C SIGNAL UPGRADE 00 0.0 E 1106 S 43.0 S 143.0 to DALLAS VA IN 30, IN 35E 0 CKAO 5 s 880.0 111 635 00 E 1 22).0 S 2 941815939 MOTORIST ASSISTANCE PR 0.0 1106 i p to DALLAS VA VARIOUS INTERSECTIONS IN THE C 0 OtAO S 180.0 CARROLLTON 00 i 120.0 991815962 TRAFFIC SIGNAL UPGRADE it i 0.0 S ,0 600,0 i8 OAIUIi VA VARIOUS IKTERS£CTI IN THE C 0 CMAo 5 L 45.0 GRAND PRAIRIE 00 E S S 170.0 991645912 TRAFFIC S UPGRADE 0.0 1106 S 115.0 la OENTOMI VARIOUS LOCATIONS IN THE CITY 0 CKAO 1 60.0 5 S 0.0 09 27 CORRIDOR IKPROVEKZIITS 0.0 E 1106 S 19.0 S 79.0 16 DALLAS VA VARIOUS INTERSECTIONS IN THE C 0 CKAO 5 i 156.0 MESQUITE 00 E 1 0.0 S 39.0 99184,5941 TRAFFIC SIGNAL UPGRADE 0.0 1106 S 195.0 78 DENTdt VA VARIOUS INTERSECTIONS IN THE C 0 OUZO S L 30.0 ISVILLE 00 E i 0.0 S 8.0 091866925 TRAnISIIII UPGRADE 0.0 1106 i 38.0 is DALLAS VA VARIOUS CKAO i 2,151 0 5 i 0.0 091815972 TRANSIT VEHICLES ANO PUBLIC FL E 11 6)2.8 S 3,066 0 1a OAIIwS IN 30 HARWOOD STREET 1 FED- 15 S 152.0 -✓ JIM MILLER ROAD � E �'0 000911904 DEMONSTRATION P T FOR MOV 6.0 1106 i 0.0 S 190. la OENigt IN 3 BOLIVAR STREET IN 1 IN 2 1 632.5 _ CITY Of SANGER 04 E,R S 70.3 i 0.0 1 PEDESTRIAN BRIDGE 0.0 1106 I 702.8 ►F+ase: E- Engineering, C =ConStruCtion R =ROW Page H13 of HV District (r"rt y DALLAS -'- 091865920 1a DALLAS 091845919 18 091845095 18 DALLAS to DALLAS -7 091845977 Is DALLAS ,991865947 AS 991845969 1a DALLAS ! 991845960 1a DALLAS 991845940 1a DALLAS 991845 %5 DENTON 091846929 to .Aw;r1MTATICai If'�0vtmZ1,I Paou.." IT FEDERAL Pell s 0 6 %.0 CS 18 DISTRICT is DALLAS VARIOUS LOCATIONS IN DALLAS DALLAS -Il l WORTx k ro s 2.200.0 103 INTERSECTION 1xpROVEktENTS fT 1996 5 5 S 0.0 s $52.0 Cost In ihousarYi; 1106 2.752.0 wane or Oesignst,on Location (from) proj. ID fed Pro9 federal Location (to) F. Class St. Cat. Stale <C DALLAS) Description of Work Lanes length Phase total 0.0 1106 KpO lotsl CR S 450.0 IN 30 Al C�OTT011 CRCEC 5 BRIDGE S 80.0 020.1 68 s o.0 REP BRIDGE AND APPROACMES 1106 S 20.0 170.0 IN 35E S 100.0 l)S 67 S 7,200.0 AT COTTOk -low CREEL TART 5 BRIDGE � i 80 02 1 1,640.0 z .o REPLACE BRIDGE AItD ADPROACMES 1 11 20.0 S 100.0 CS ON LAVSON RD (CR 285) AT T 5 B S 320.0 KESOUI TE CR, 1.0 fill S X0.0 0.0 REPL BRIDGE PROACxESV 1106 S �•0 = 4 CS �:M RD AT N 1LESOUITE C 5 BRIDGE S 156.0 N£ OF C�lRTWIGxT RD X0.0 S 0.0 REPLACE BRIDGE AND AppROACNES E 1106 S 39.0 S 195.0 CS JUPITER ROAD Al BUCCINGxAkt 1N O pu0 5 S 150.0 lNTERSECTION WIDENING 00 E,R S S 0.0 37.5 0.2 1106 S 187.5 CS VARIOUS LOCATIONS IN DALLAS p �0 5 S 6,17'5.0 INTERSECTION ImPeOVEkIERTS 00 0.0 E = S 0.0 1.5".0 1106 s 7,719.0 CS VARIOUS LOCUTIONS Ix DALLAS 0 CKAO S 1.088.0 00 5 5 E S 0.0 15 INTERSECTION IMPR OVEKENTS 0.0 1106 S 272.0 s 1,360.0 CS VARIOUS LOCATIONS IV DUNCANVIL 0 CXAO 5 5 S 110.0 5 INTERSECTION IxpROVEktEwTS 00 p E s S 0.0 30.0 1106 S 148.0 ON CARRIER PARCVAT fit C�u1° S ' �339 VESTCMESTER BOUIEYARO lu _ is 0.0 1106 s 0 6 %.0 CS 18 DALLAS VARIOUS LOCATIONS IN DALLAS 0 CKAO s 2.200.0 103 INTERSECTION 1xpROVEktENTS 00 5 5 S 0.0 s $52.0 1106 2.752.0 CS ARIOAlS LOCATIONS IN OENTON CO 0 �0 s 360'0 <C DALLAS) 5 E S 0.0 3 INTERCNAf PRDVEftENTS 0.0 1106 1 90.0 S 450.0 IN 30 FRTG RDS AT 1p 12 1 CkIA° 136.0 1 36.0 TRAFFIC SIGNALS 0 s 0.0 170.0 IN 35E l)S 67 S 7,200.0 NDlKTR1At BOULEVARD S 7.000.0 COyTRAfIOU NOV LANE 1 1,640.0 t 10.640.0 is DALLAS 000911169 18 DALLAS 01L' Pill E= En9'reer1n9, C= Construction. Rzil 0.0 t 00 0.0 Page F1 1106 Duo 5 E 1106 4 of H17 C a+nrn t s 09/15/93 to' istrict .nty Ny t %SJ 237601905 18 237401913 18 DALLAS 2374LO1904 18 DALLAS 0?3SW5903 16 DALLAS S/ 1a '77 D 1 ce�991845952 18 DALLAS �3. 991845913 18 991845912 18 DALLAS 18 DALLAS %S 991345914 18 1RANS1'ORTATION IKVO<M 0 PVOCZM BY FEDERAL PROCJ" DISTRICT 18 DALLAS -FART VOR1K /N`O F 1974 Cost In ihoLz ands move or Desigrotion Proj. 10 fed Prog federal 5 E.R 1106 tocation (from) f. Class St. Cat. state DAL Location (to) lanes Phase tool C mwnts Description of Work Length Koo Total 0.1 IM 635 Phase: CKAO 1 224.0 CPC IN 635 AT PRESTON ROAD 1 5 S $6.0 00 E S 0.0 ERSECIION IKPROVEKENt 0.0 1106 S 280.0 IN 635 CKAO S 256.0 IN 35E 0 5 S 64.0 us 75 00 E s INCIDENT K"ACEMEMT - 8.5 1106 i .0 IN 635 CKAO i 128.0 ON IN 635 AT KARSH LANE 1 1 32.0 00 i 0.0 INTERSECTION IKPROVEKENTS .0 it S 160.0 LP 12 CKAO s 128.0 NORTHWEST NIGHWAY 0 S s AT INWOCO ROAD 00 E,K 1 0.0 N t S RIG 11RM INS, INTERSEC 0.0 1106 S 160.0 2 MAD S 1,060.8 SK 114 0 S S 265.2 IN 635 00 E S 0.0 INTERSECTION IKPROVEKENT 14.0 1106 S 1,326.0 Kx CKAO .S 2,000.0 C80, NEAR ME, STEKKOMS /IMOItSTR 4 5 S 0.0 FAR OAK CLIFF SUBAREAS 00 E S 500.0 TRAFFIC SIGNAL UPGRADES 0.0 1106 S 2,500.0 KN CKAO S 1,020.0 IN DALLAS VARIOUS LOCATIONS 0 5 S 0.0 00 E $ 118.0 6 INTERSECTIONS 0.0 1106 S 1,138.0 KH CXAQ S 40.0 IN DALLAS ON.KOTOR STREET 4 5 S 8.0 AT NARRT NINES 80AEVARD 00 E S 10.0 INTERSECTION IKPROVEKEMTS 0.0 1106 S KH CKAO 96.0 I KCCREE ROAD 4 5 IS S 24.0 AT NORTHWEST 00 E i INTERSECTION IKPROVEKEMT 0.0 1106 CKAO IN IN DALLAS ON KIGHWAT 3 5 E1 RIVE 00 E . J 111TERSECTIOM IKPROVEKEMTS 0.0 1106 NOEL ROAD CKAO AT SPRING VALLEY ROAD 4 5 00 E INTERSECTION IKPROVEKENTS 0.0 1106 SK 289 CKAO 120.0 64.0 S . S 0.0 S 80.0 S 120.0 S 0.0 i 30.0 s 150.0 i 960.0 S 240.0 i 1,350.0 480.0 1 0.0 i 3.100.0 07/15/93 DALLAS 009106032 BEl 1 SH 289 COHST 6 LN 0:V UR8AN GRAD 3 06 1 5 E.R 1106 18 USN 289 CKAO DAL AT CAMPBELL R 3 5 I 06 E.2 )91060 AT GRADE IKPROVEKEMTS 0.1 1106 Phase: E= Engeneering. C- Construction, R_ROJ Page W5 of Fn7 120.0 64.0 S . S 0.0 S 80.0 S 120.0 S 0.0 i 30.0 s 150.0 i 960.0 S 240.0 i 1,350.0 480.0 1 0.0 i 3.100.0 07/15/93 ?Ac* H;7 of H'.7 VICLP46ER 1043 REVISItw F 199(. cost to thousand: Otatrict Warn- or Oetipnstion Prof. 10 rm Prog Federal County Location (from) 1. Class St. Cat. State City Location (to) Lar+es Phase Local Cann ..r•. Oescription of Wort ter* th MPO total 1 US 79 NNS S 463.0 M1LAM ROCKY CREEK 3 36 $ 115.0 EJlST Of ROCKY CREEL 4 C 1 0.0 SPLIT PF 020406030 GR. STRS, t SiJRIACE 0.3 1 576.0 , 17 US 79 VANS 6.245.0 MILAN EAST CITY LIKITS Of T?WW0AIf $ 2,061,0 EAST TO ROCKY CREEK t 0.0 SPLIT PPOJCCi 020405024 GR, SIRS, SASE i SURF ACC 4.6 10,306.0 17 US 79 NHS t 1,512. MILAN W L w CO. LINf, TI+Oar„A.E 3 36 1 375,0 i ST CITY LIMITS OF TMCRNUAIE C S 0.0 SPLIT ; "Out CI O 6R, STRS, BASE Z SURFACE 1, 1 -L S 1,690.0 17 SIP S 1,360:0 — Iwo$ MORTM CRAKAM 4F 0.2 MILE SOUTH OF CR 203 ' 0.0 SPLIT PPO.ECT 05404036 2.6 1126 t 1,700. 1a vAR,Ous Lnwv s1t{$.OpaJ�,♦ RRJCG,S �►JC4vOFo ; DALLAS VARIOUS ROADWAYS I: s $ 0.0 611; 917; 1212; 1213 000000000 PRELIMINARY ENGIRLL•RIN1. 0.0 1100 $1870 �� Z =y8J 3cit + 3160 ' 3 3+ 3101 3107 i FM 2551 CMAO i 1,072.0 COLL Al fM 544 5 S 266.0 '0 C s 0.0 Added 205601906 SIGNALS i 0.0 1106 S 1,340.0 tM 2261 i SID M $ 160.0 TORE F 44 KEAR LEWISVILLE 11 4C S 46.0 216001014 500, ROSEMEADE PkVy TRAFFIC G>,ALS 10 :.� C I1tOG $ S 0.0 X8.01 Adaoc i tb VARIOUS Sir• -M S DALLAS VAR ICAJS ROAOvttS IE S .OIAdC•ti 000000000 PRELIMIUARY ENC1%fER1► 0 r 1;1CK $ 4(.C.OI 20 US 190 6RIC•GE 17o.U� wEW70" BIG COW CREEL ,a i1 t4.c1 BIG COW CREEL REL!E. ;' kr. O.C�Addc.: 0244o4043 WIDEw O[,OGES li 20 FM 364 F. -4Ema S G,34a.Li JEFFCRSOw N Of 015 "MAN cGt: 11c S 1,090.!! 076601062 SM 105 RECONSTRUCT 10 (. -ANES '_ 2 O.I:,C -AVl ?' •L tA, PFr,;EC1 COS' 20 SC•RR IEXISTIN, FE7-01. 't;, r- OPANGE SPT /MP R: C.= O9)O3J026 { ACOU I S i 11 CQ 0 w r • I 1 } r )a ,,' F20 i1FM 364 rc — — •CLMp is 3.2:J.0 :EFFEwSCN fSN 1 �1C r r7860100'A US .lxl!SItIL,N GF c%•. .,t;, ($ ri ,:LOFfEkc -- �lI6EQT1 �IM 1 tti, Iw 6ER;1M._\ Lt.: J% a/U•�! 'I.• Elzr•A:s :7 :11 -' ` '4 Cam— ?Ac* H;7 of H'.7 DALLAS COUNTY MINORITY BUSINESS /WOMAN -OWNED BUSINESS INVOLVEMENT POLICY POLICY STATEMENT Exhibit I Rev. 09/88 Section D 2.00 Dallas County is wholly committed to developing, establishing, maintaining, and enhancing minority business involvement in the total procurement process. It is the policy of Dallas County to involve qualified minority /woman -owned businesses to the greatest extent feasible in the County's procurement of goods, equipment, services, and construction projects. The County, its contractors, their suppliers and subcontractors, and vendors of goods, equipment, services, and professional services shall not discriminate on the basis of race, color, religion, national origin, handicap, or sex in the award and /or performance of contracts. However, competition and quality of work remain the ultimate "yardstick" in contractor, sub- contractor, vendor, service, professional service, and supplier utilization. All vendors, suppliers, -professionals, and contractors doing business or anticipating doing business with Dallas County shall support, encourage, and implement affirmative steps toward our common goal of establishing equal opportunity for all citizens of Dallas County. DEFINITIONS 2.01 The following definitions are currently applied by the City of Dallas for certification as a Minority /Woman -Owned Business Enterprise. The City certification process will be utilized by Dallas County in conjunction with the - implementation of this Policy. A. A Minority Business: 1. Includes those individuals who are citizens of the United _ :.tes (cr lawfully admitted permanent res. _ wh c are . _: - ricins _ y- rica), or as, but not 1:-aited to, any of the buck racial Rev. 09 /Bg Section D b. Hispanic Americans, (such as, but not limited to, persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin, regardless of race), or c. Native Americans, (such as,. but not limited to, persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians), or d. Asian - Pacific Americans, (such as, but not limited to, persons whose origins are from Japan, China, Guam, the U.S. Trust Territries of the Pacific and the Northern Marianas), or e. Asian - Indian Americans, (such as, but not limited to, persons whose origins are from India, Pakistan, and Bangladesh), or f. Any other minorities or individuals as interpreted by the certifying agency (the City of Dallas), and 2. Which is at least 51% owned by one or more of the above referenced individuals, or in the case of a corporation 51% of the stock is owned by one or more of the individuals referenced in Section 1 above, and 3. Whose management and daily business operations are controlled by one or more of the individuals referenced in Section 1. B. A Woman -Owned Business means a business concern: 1. Which is at least 51% owned by one or more women, or in the case of a publicly owned business, of which 51% of the stock is owned by one or more women, and 2. Whose management and daily business operations are controlled by one or more of the women who owned it. Minority /Woman -Owned and controlled means a business which is: 1. A sole pr oprietorship legitimately owned by an individual(s) who is a. minority /woman, or A partnersh:p or joie_ venture controlled by a n:.^.ori:y:'wc-ar., «�- .c.`. a' leas-- _!% of tare ter.ef icla. _ L, - : :.1 Rev. 09/88 Section D 3. A corporation or other entity controlled by a minority /woman, and in which at least 51% of the beneficial ownership interests are legitimately held by minorities /women. In addition, these persons must control the management and operations of the business on a day -to -day basis. D. A "Construction Project" means any construction, including incidentals thereto, performed for public use, protection or enjoyment, originally of a fixed nature and usually with public funds. IMPLEMENTATION /ADMINISTRATION 2.02 Dallas County will actively seek and encourage minority /woman businesses to participate in all facets of the Procurement Process by: 1. Establishing a database of vendors, suppliers, professionals, and contractors, which includes majority, minority /woman -owned businesses; areas of expertise, and capabilities to perform. 2. Establishing a communication link between minority /women vendors, suppliers, professionals, and contractors that will facilitate their involvement in the Procurement Process. Dallas County shall also utilize other governmental agencies and established organizations that have as one of their functions the involvement of minority /woman businesses in the free enterprise system. 3. Advertising for bid .submittals in a major daily newspaper with county -wide circulation. Advertisement shall be published once a week with the first day of publication being at least fourteen (14) days prior to the bid opening date. Longer advertising shall be utilized when feasible to encourage additional competition among bidders. •Minority weekly newspapers shall be utilized for permanent display ads referring vendors, suppliers, professionals, and contractors to the Dallas County Coordinator for Minority /Woman Business Enterprise. 4. Restructuring bid proposals, where possible and when beneficial to the County, to include opportunity for firms of varying sizes, to participate in the Procurement Process of Dallas County for goods, equipment and services over $5,000.00 Rev. 09/88 Section D 2.03 Establish an informal bidding and telephone solicitation system that rotates the bidders (majority and minority) asked to submit pricing on purchases that are estimated to cost under $5,000.00 However, Subchapter 262 - Local Government Code, County Purchasing Act, shall be strictly adhered to in all specifications and subsequent estimated cost determinations. 1. Goods, equipment, and-services estimated to cost less than $500.00 shall be purchased utilizing a minimum of one -third minority /woman vendor solicitations, provided said vendors are available and included in the County's database, to supply the goods, equipment, or service to be procured. 2. Those purchases estimated to cost between $500.00 and $5,000.00 shall be purchased utilizing a minimum of two- fifths minority /woman vendor solicitations, provided said vendors are. available and included in the County's database, to supply the goods, equipment, or service to the procured. 3. The Purchasing Department should document the rotation of bidder solicitations (under $5,000.00), to ensure that minority /woman vendors, suppliers, and contractors are given an ample opportunity to profit from the process, and provide periodic reports to the Commissioners Court. 2.04 Minority involvement shall be encouraged for Construction Projects by the following: 1. Prospective General Contractors shall submit, prior to award of contract, or with the Commissioners Court approval, prior to commencing work: a. A completed copy of the Dallas County Statistical Report (see 3.05) for the company and each proposed and actual subcontractor with a sub- contractor of twenty percent (20%) or more. b. The name, address, and telephone numbers of proposed and actual subcontractors, trade, minority /woman ownership status, and estimated dollar amount of each actual subcontract, and c. ^.e successful General Contractor, will s�cw 4�3,:__ rented evidence of a "Good Faith Effor a:-,c se._►_rq minor.•y /:wcman .J. . _ .-, Rev. 09/88 Section D shall be a guide in determining documentation solicitation and utilization of qualified • minority /woman -owned businesses, and d. Documented evidence of previous use of subcontractors on similar projects with dollar amounts and percentages of total contracts. 2. Dallas County shall be notified of subcontractor changes, proposed to actual, as they pertain to l.b. above and the reasons for said changes. 2.05 Professional Services 1. A Committee shall develop, with the Commissioners Court approval, criteria for uniformly evaluating professional service proposals, prior to their distribution for solicitation of RFP's. The committee shall consist of representatives of the Commissioners' Court, Purchasing, affected departments, as appropriate, and the Coordinator for Minority /Woman Business Enterprise. After RFP distribution for solicitation, procedural questions from interested professionals shall be directed to the Purchasing Agent or the Administrative Coordinator for Minority /Woman Business Enterprise. Technical questions shall be directed to the specified department. 2. Prospective professional service providers shall submit with their RFP's: a. Letter of Assurance (see 3.04) stating that the undersigned bidder /proposer hereby assures that the firm will document a "Good Faith Effort" (see 3.02) to comply with Dallas County's Policy regarding minority /woman businesses in subcontract and /or subconsultant awards, or b. A Letter of Assurance (see 3.04) certifying that the undersigned bidder /proposer performs the entire contract with present work forces, without the use of subcontractcr(s) subconsultant(s), and that sufficient information is provided to aid County personnel in determining that it is the company's rorra? business practice to do so, and t':c company will demonstrate hiring and promotional practice_ .hich Drevi -o ooper_uni- :es for work experience anc er� ... ,'r...._..... Cat. .. �C -r_ v: 7 - -:or Rev. 09/88 Section D MINORITY /WOMEN BUSINESS SPECIFICATION: FOR BIDS AND RFP'S The following Minority /Women Business specifications must be included in all bid solicitations. 3.00 POLICY STATEMENT Dallas County is wholly committed to developing, establishing, maintaining, and enhancing minority involvement in the total procurement process. It is the policy of Dallas County to involve qualified minority /women -owned businesses to the greatest extent feasible in the County's procurement of goods, equipment, services, and construction projects. The County, its contractors, their suppliers and subcontractors, and vendors of goods, equipment, services, and professional services shall not discriminate on the basis of race, color, religion, national origin, handicap, or sex in the award and /or performance of contracts. However, - competition and quality of work remain the ultimate "yardstick" in contractor, subcontractor, vendor, service, professional service, and supplier utilization. All vendors,. suppliers, professionals, and contractors doing business or anticipating doing business with Dallas County shall support, encourage, and implement affirmative steps toward our common goal of establishing equal opportunity for all citizens of Dallas County. 3.01 REQUIREMENT OF ALL BIDDERS Each firm responding to this solicitation shall be required to submit with their bid information regarding minority /women business participation in this project. This would include: Check upon completion: I. Compliance with Dallas County's Good Faith Effort Policy (attached) 2. MBE /WBE Participation Report Form (attache::) 3. A Letter of Assurance A or a Letter of Ass :;:ante B (attached) 4. MBE /W?AE Identification, GCMG[) t A i 'H ;;.PORT 3.02 GOOD FAITH REPORT Rev. 09/88 Section D Prior to an award, all bidders /proposers will be required to document a "Good Faith Effort" to secure minority /woman -owned businesses as subcontractors /subconsultants. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. However, if the successful bidder does not document a "Good Faith Effort" in securing minority /woman -owned businesses, a representative of the company must appear before the Dallas County Commissioners' Court and explain the situation and answer any questions raised by the Court. A "Good Faith Effort" will be defined as: 1. Attendance at the pre- bid /pre - proposal conferences, if any, scheduled by the County. 2. Efforts to follow up initial solicitation of interest by contacting minority /woman -owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by minority /woman -owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Document each minority /woman -owned firm contacted, the conclusion or decision regarding inclusion and reasons for the conclusions. S. Efforts to assist the minority /woman -owned firms contacted that needed assistance In obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that tie contractor effectively used the services of available community organizations, contractors' groups, local state and federal small businesses, minority /woman business assistance officeL and other organizations that provide assistance and placemer" "° __ _cra'-c! ed businesses. 3.03 Rev. 09/88 Sec_ Lion D DALLAS COUNTY MBE /WBF. PARTICIPATION REPORT PROJECT NUMBER INSTRUCTIONS: (SEE BACK) NAME OF THE MBE /WBE: ADDRESS OF MBE /WBE: PHONE NUMBER: DESCRIPTION OF WORK /SUPPLIES PROVIDED: MBE or WBE: CHECK ONE AND GIVE AMOUNT: SUBCONTRACTOR SUBCONSULTANT MATERIAL SUPPLIES AMOUNT $ PROJECT TITLE CERTIFICATION I CITY OF DALLAS AMOUNT OF YOUR CONTRACT S THIS M /BE AWARD EQUALS OF YOUR CONTRACT COPY OF SUBCONTRACT, LETTER OF INTENT, NOTICE TO PROCEED, ETC. ENCLOSED YES NO, PLEASE EXPLAIN: NO MBE /WBE's ADDED, PLEASE EXPLAIN Below section is to be compieted by the prL-ne or sub using the M /WBE shown above. NAME OF BUSINESS ADDRESS PHONE NUMBER TYPED NA;4Z & TiT:,r. OF PREPARER S IGNAT;;RF _ .. _ "- - 3.04 LETTER OF ASSURANCE A Rev. 09/88 Section D The undersigned bidder /proposer hereby assures that out firm will meet or exceed established County M /WBE goals or shall demonstrate and document a Good Faith Effort to comply with the Dallas County Minority and Women /Owned Business Enterprises Program in subcontract /subconsultant awards. NAME OF COMPANY SIGNATURE DATE TITLE (Officer of Company) OR (3) LETTER OF ASSURANCE B The undersigned bidder /proposer hereby certifies that our firm will perform the entire contract with our own work forces, without the use of any subcontractors/ subconsultants, and submit information sufficient for the County to determine it is within our demonstrated capabilities and that it is our normal business practice. NAME OF COMPANY DATE SIGNATURE TITLE (Officer of Company) NOTE: EACH PROPOSER /BIDDER WILL BE REQUIRED TO SIGN ONE OF THE ABOVE LETTERS OF ASSURANCE AND RETURN WITH THEIR PROPOSAL /BID. 4. MBE /WBE IDENTIFICATION Minority Business Enterprise (MBE) - The offeror repre =-eats that it :s is rc: a minority -owned business, City of Da "as Certification M W-7an 5� :s : ^e=_ = nterprise (WBE) - The offeror represents that is is, 3.06 FOR RFP'S MINORITY /WOKEN OWNERSHIP OF HY FIRM OF MY FIRM IS MINORITY -OWNED t OF MY FIRM IS WOMAN -OWNED OR, MY COMPANY IS A PUBLICLY -HELD CORPORATION AND OWNERSHIP IS NOT AVAILABLE. CHECK HERE Section D S. MINORITY /WOMEN INVOLVEMENT Approximately ♦ employees assigned to this project will be minorities and approximately will be female (Anglo females). 6. EQUAL EMPLOYMENT OPPORTUNITY (EEO) Submit in the space below a statement of Equal Employment Opportunity within your firm. Or, you may attach a copy of your firm's EEO Statement if one exists. 7. MBE WBE IDENTIFICATION Minority Business Enterprise MBE - The offeror represents that it is is not a minority -owned business, City of Dallas Certification M - Woman Business Enterprise (WBE) - The offeror represents that it is, is not a woman -owned business, City of Dallas Certification M Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, 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. (2) 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 this federal contract, grant, loan, or coopera- tive agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, sub - grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclosure accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than X10,000 and not more than $100,000 for each such failure. / . Jackson County Judge t-i tie Dallas County, Texas Agency to fz-1 I 9y Date sD11Vr 4.90 C C Z >3 7 � r _ 1 J i A � 3 � C • a <^ a � imm�W-s= ETT20.9"m <� a 12 z ai Qj a�i N � O f r � � a a Q Q V v 1 u a o 3 3 S ' fi _ V 1 ` � f � V - V Y 1 ` ; Y • Y 4 vc• � F g_ z 1. Type of Federal Action. a. contract b, grant C. cooperative agreement d. loan e. loan guarantee f. loan insurance ....r,,,y w%.L,•h C1, pursuant (See reverse for public burden disclosure.) 2. Status of Federal Action: Fa. bid /offer /apphcathon b. initial award C. post -award 4- Nan%* and Address of Reporting Entity: ❑ Prime ❑ Subawardee Dallas County Tier if known Department of Public Wors 411 Elm Street, 4th Floor Dallas. Texas ressfona District if known: Multiple 1. Report Type: aa, initial filing b. material change For Material Change only: year quarter date of last report S. tf Reporting Entity in No. 4 is Subawardee. Enter Name and Address of Prime: N/A Congressional District if known: t. federal Department Agency: Department of Transportation 7. Federal Program Name /Description: Federal Highway Administration Intermodal Surface Transportation Efficiency Act (ISTEA) CfOA Number, it applicable: i. federal Action Number, if known: 9. Award Amount, if known: ]d aL Name and Address of lobbying Entity Of individual, last name, first name. Ml): b. Individuals Performing Services ( induding address if different from No. l0a) N/A past name fire name. M/): NIX (attach Contrwac,on Sheel(s) Sf111-A, if necessary) 11. Anwunt of Payment (check all that apply): 13. Type of Payment (check all that a apply): N/A S ❑ actual ❑ planned _ ❑ a. retainer ❑ b. one -time fee ❑ G 12_ Form of Payment (check all that apply): ❑ a. "s1 commission ❑ d contin ent f ❑N/A 9 ee b. fn -kind: specify nature ❑ e. deferred value ❑ f. other; specify N/A 14- Itrief Description of Services Performed or to be Performed and Date($) or Membe emp Of Service, including offxer(sl, byee(s), rs) contseted. for Payment Indicated in Item 11: Dallas County has performed no lobbying activities to secure this Contract. No Federal official or employee nor officer, employer or member of Congress has been contactec (attach Conunuatmn SAeet(s) SF- LLL -A. d necessary) 1S. Continuation Sheets) SF­LLL-A attached: ❑ Yes 11L t+ We"Otiow reieraeer theerre\ this lem is artlhented by ttw 31 "C. eeeim 11SL tt+i dbdo*We of 1MbTuq eeswitl•e Y • ehataei•f wrreeee�eer, of fan uPom wUith re"'Ka' wes N•tad by the for •Mw rtaaw thk iIMAN09 can wr wa or ewraree Mhso. Thin 41od" n is regwree paw8" to h tier IUL Twi wworwt•wn -14 be r•r»nN to the eorheress tee& feetwa/q a" —0 be a.f MAIM lot Pet tit inMMOr► Any ptnaw woe tW r 1110 t>•a lei+.d 40b4own sk" M swailea e • wd poeofry N wot Wt tl4w ftaalr •w/+let fife. trt•w Sttp.000 for each such forme.. Federal Us* Only: [$ No Print Name: Lee F ✓Jackson rnie: County Judge Telephone: (214) 653 -7555 Date: 10 17,119V •hrtJWrrtoe gar Loraf ta•red.,c%k^ Staniar.1•nft4. L ES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action. Use the SF -LLL -A Continuation Sheet tot additional information if the space on the form is inadequate. Complete all items that ')ply for both the initial filing and material change report Refer to the implementing guidance published by the Office Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and /or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate Classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. S. If the organization filing the report in item 4 checks 'Subawardee,' then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example. Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFS) number; grant announcement number; the contract, grant. or loan award number; the application /proposal control number assigned by the Federal agency). Include prefixes, e.g., 'RFP -DE- 90.001.' 9. For a covered Federal action where there has been a award or loan commitment by the Federal agency, enter the Federal amountofthe award /loan commitment for the prime entity identified in Rem 4 or S. 40. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services, and include fun address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity fitem 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actuaq or will be made (planned). Check all � boxes apply. If this is a material change report, enter the cumulative amount of payment made or planned 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, spedfy the nature and value of the in -kind payment. 13. Check the appropriate- box(es). Check all boxes that apply, It other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed, or will be expected to perform, and the dates) of any services rendered. Include all preparatory and related activity, not lust time spent in actual contact with Federal officials. Identify the Federal official(s) or employee(s) contacted or the officer(s), employees), or Members) of Congress that were contacted. IS. Check whether or not a SF -LLL -A Continuation Sheet(s) is attached. 16. Thecertifying offical shall sign and date the form, print his/her name, title, and telephone number. Public reporting burden for this collection of information s euenated to awr49e 30 minutes per response, irtduding time for reviewing instructions. feardfing casting data sources, gathering and mantaarong the data needed, and completing and reviewing the collection of information. Send rO ICSOf regarding the burden t. Pap* estimate or any ocher aspect of this co"C"On of information, nckading w99estaon► for redu ang this burden, to the Office of btatnagement and Budget. ►aperwort Reduetwn proles (03Y4OK), Warn argton, O.0 20S03. I K Debarment Certification (Negotiated Contracts) (1) The CONTRACTOR certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any federal department or agency; (b) Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or perform- ing a public* transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity* with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions* terminated for cause or default. (2) Where the CONTRACTOR is unable to certify to any of the statements in this certification, such CONTRACTOR shall attach an explanation to this certification. *federal, state or local . jacitson County Judge, Dallas County Title PIZIII Faun 1734 A 4.89 Lower Tier Participant Debarment Certification (Negotiated Contracts) — Lee F. Jackson- IQ,nty jud¢e Dallas r ounty ,being duly sworn luuert name of certifying oflicial I or under penalty of perjury under the laws of the United States, certifies that neither Parsons Brinckerhoff Construction service, Inc., principals are presently: )insert name of lower tier participant) nor its • debarred, suspended, proposed for debarment, • declared ineligible, • or voluntarily excluded from participation in this transaction by any Federal department or agency Where the above identified lower tier participant is unable to certify to any of the above statements in this certification, such prospective participant shall indicate below to whom the exception applies, the initiating agency, and dates of action. Exceptions will not necessarily result in denial of award, but will be considered in determining contractor responsibility. Providing false information may result in criminal prosecution or administrative sanctions. EXCEPTIONS: 11-� orcertify,taofrival Lee F. Jackson County Judge, Dallas County Title ( v l2 7 Date orCeruficauun See Reverse for Information Furne1-,34 Rev.4 M9 L "EXHIBIT U PROGRAM MANAGEMENT CONSULTANT SERVICES OFFICE SPACE AND EQUIPMENT BUDGET 1. Office Space and Equipment Project Office (Lease Space) Finish Out Lease Space 132,200 Local Transportation 19,000 Offsite Travel 13,500 Office Furniture /Furnishings 13,000 Communications Service /Equipment 24,600 26,000 Computer System Copy Machine by County 225,000 Fax Machine and Copy Paper Reference Publications 0 4,800 Support Services 5,800 12,000 Subtotal Office Space and Equipment $475,900 2. Special Support Value Engineering Allowance 60,000 4D Imaging Support Allowance 12,500 Subtotal Special Support $ 72,500 TOTAL $548,400