Loading...
Number 31AGENDA REQUEST FORM ITEM CAPTION: T H E • C I T Y O F COPPELL T p DEPT: Engineering DATE: December 13, 2005 ITEM #: 11 /I Consider approval of a resolution authorizing the City of Coppell to enter into a Master Agreement governing local transportation project advance funding agreements with the State of Texas, acting by and through the Texas Department of Transportation; and authorizing the Mayor to sign. GOAL(S): m EXECUTIVE SUMMARY: APPROVED BY CITY COUNCIL IN 01 VIM" 1 99101 kyj a otion to Approve es. # 2005 - 1213.1 M - York S - Suhy Libby Bell Vote - 6 -0 2006., 2 6 162620 Tunnell absent -0610P Approval of this agenda item will allow the City and the Texas Department of Transportation to proceed with the implementation of a Master Agreement which is necessary prior to obtaining partial federal funding for roadways. taff will be available for any questions at the Council meeting. T P r FINANCIAL C MMENTS: 0 `� Agenda Request Form - Revised 09/04 Document Name: #TxDOT Agrnt T H E • C I T Y • O F MEMORANDUM TO: Mayor and City Council FROM: Kenneth M. Griffin, P.E., Director of Engineering and Public Works DATE: December 8, 2005 REF: Consider approval of a resolution authorizing the City of Coppell to enter into a Master Agreement governing local transportation project advance funding agreements with the State of Texas, acting by and through the Texas Department of Transportation; and authorizing the Mayor to sign. The Transportation Equity Act for the 21St Century (TEA 21) increases the availability of federal funds for transportation projects, and builds upon the Intermodel Surface Transportation and Efficiency Act of 1991 (ISTEA) initiatives for the metropolitan transportation planning process. These regulations mandate the development of a Transportation Improvement Program (TIP) for a metropolitan planning area by the Metropolitan Planning Organization (MPO) in cooperation with the State Department of Transportation, local governments, and public transportation authorities. The TIP identifies roadway projects proposed for funding by federal, state, and local sources. Roadway projects funded through TEA 21 must be listed in the TIP. The North Central Texas Council of Governments ( NCTCOG) is the MPO for the Dallas -Fort Worth area and shares project selection authority with the Texas Department of Transportation (TxDOT). The 2006 -2008 TIP for the Dallas -Fort Worth Metropolitan Area was developed by NCTCOG, in cooperation with TxDOT, local governments, and local transportation agencies, with input from the public. It identifies two portions of Freeport which could obtain partial federal funding through one of the funding categories shown in Attachment 'A' of the Agreement. Also, a portion of West Sandy Lake is eligible to obtain some Federal funds. The next three paragraphs detail the particulars of the Freeport and Sandy Lake projects. Freeport Parkway (S.H. 121 to Sandy Lake Road) and Freeport Parkway (Sandy Lake Road to Ruby Road) are funded through the Surface Transportation Program - Metropolitan Mobility (STP -MM) program. NCTCOG has project selection responsibility for the STP -MM funding program and will administer the federal funds. NCTCOG agreed to fund the two projects in the Memorandum of Understanding, S.H. 121 Funding Strategy that was approved by all impacted parties and finalized in March 2005. The Memorandum of Understanding outlined the concessions made to the cities and counties impacted by NCTCOG's and TxDOT's decision to construct S.H. 121 as an electronic toll facility as opposed to a freeway. Construction of the Freeport Parkway projects will help to alleviate the heavy traffic on Denton Tap Road and MacArthur Boulevard during the morning and afternoon rush hours. C0_ME_" rRARS IN F9ss.soos The Sandy Lake Road (Denton Tap Rd. to N Coppell Rd.) project was submitted to the city's congressional representative in February 2005 for consideration of funding. The project was subsequently included in a list of Congressional Demonstration projects that was recently provided to TxDOT as part of the Safe, Accountable, Flexible, Efficient Transportation Safety Act: A Legacy for Users (SAFETEA -LU) enacted in August 2005. TxDOT accepted the SAFETEA -LU federal funds and submitted the Sandy Lake Road project to NCTCOG for inclusion in the 2006 -2008 TIP through a February 2006 Revision. The project is funded through the Category 10 - Miscellaneous Program. TxDOT has project selection responsibility for the miscellaneous funding program and will administer the federal funds. Construction of the Sandy Lake Road project will provide a continuous four -lane arterial from I.H. 35 in Carrollton to S.H. 121 in Coppell. The three projects: Freeport Parkway (S.H. 121 to Sandy Lake Rd.); Freeport Parkway (Sandy Lake Rd to Ruby Rd.); and the Sandy Lake Road (Denton Tap to N Coppell Rd.) have been approved for partial federal funding through TEA -21. The projects have or will be included in the 2006 -2008 TIP as required for the federal funding. TxDOT has requested that we enter into a Master Agreement that generally lays out the responsibilities of TxDOT and the city related to the three projects. Once the Master Agreement is approved, the city will enter into a Local Transportation Project Advance Funding Agreement ( LPAFA) for each of the projects. The LPAFA will specifically state each party's responsibilities and funding requirements. Approval of this agenda item is the first in a series of events by which Federal funding is allocated to projects. The Master Agreement is generic in nature. If Freeport or Sandy Lake is constructed with local funds, in lieu of Federal funds, then no further action is needed. However, if Federal funds are used on Freeport or Sandy Lake, then the City Council would need to approve a project specific agreement which would detail responsibilities of the Federal Government and the City of Coppell for design, right of way, construction and funding. With this agenda item, I have provided a copy of Master Agreement, a copy of the relevant pages from the 2006 -2008 Transportation Improvement Program, and a copy of the Congressional Demonstration list. Staff recommends approval of the resolution authorizing the City to enter into a Master Agreement with the State of Texas, acting by and through the Texas Department of Transportation and will be available to answer any questions at the Council meeting. cMR-44 YEARS IN �9aS -2006 RESOLUTION OF THE CITY OF COPPELL RESOLUTION NO.20O6- Z12- I A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS, AUTHORIZING THE CITY OF COPPELL TO ENTER INTO A MASTER AGREEMENT GOVERNING LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENTS WITH THE STATE OF TEXAS, ACTING BY AND THROUGH THE TEXAS DEPARTMENT OF TRANSPORTATION, FOR THE PARTIAL FEDERAL FUNDING OF ROADWAY PROJECTS; AND PROVIDING AN EFFECTIVE DATE. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. That the City Council authorizes the Mayor to enter into an Master Agreement Governing Local Transportation Project Advance Funding Agreements with the State of Texas acting by and through the Texas Department of Transportation, for the partial federal funding of roadway projects; and SECTION 2. That this resolution shall take effect immediately from and after its adoption and it is so resolved. DULY PASSED and approved by the City Council of the City of Coppell, Texas on W4.6 1 / I '11 ATTEST: l.. . �, CITY SECRETARY ,...• FORM: ITY . •; . •. • S006 $ �O Transportation Improvement Program North Central Texas Council of Governments I. INTRODUCTION /BACKGROUND PURPOSE OF THE TRANSPORTATION IMPROVEMENT PROGRAM (TIP) The Transportation Improvement Program (TIP) is a staged, multiyear program of projects proposed for funding by federal, State, and local sources within the Dallas -Fort Worth Metropolitan Area. The 2006 -2008 TIP was developed by the North Central Texas Council of Governments (NCTCOG) in cooperation with local governments, the Texas Department of Transportation (TxDOT), and local transportation agencies. The TIP is developed in accordance with the metropolitan planning requirements set forth in the Statewide and Metropolitan Planning Final Rule (23 CFR Part 450, 49 CFR Part 613) promulgated in the October 28, 1993 Federal Register as required by the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) which was reauthorized as the Transportation Equity Act for the 21St Century (TEA -21). The 2006 -2008 TIP was prepared under guidelines set forth in the Code of Federal Regulations (referenced above) as updated on April 1, 2004. The 2006 -2008 TIP identifies roadway and transit projects programmed for construction within the next three years in the Dallas -Fort Worth Metropolitan Area. However, for some program categories, the time frame for project identification is longer than three years due to the process used to select projects for these categories. Project selection responsibility is represented by funding category in Exhibit 1 -1. Complete program descriptions are included later in this chapter. EXHIBIT I -1 ROADWAY PROGRAM SELECTION RESPONSIBILITY TRANSIT PROGRAM SELECTION RESPONSIBILITY TRANSIT CATEGORY SELECTED BY: Section 5307 -- Urbanized Area Formula Program MPO Section 5309--Capital Program Congress Section 5310--Elderly & Persons with Disabilities Program TxDOT Districts Section 5311 -- Nonurbanized Area Formula Program TxDOT Districts TRANSPORTATION IMPROVEMENT PROGRAM PAGE: 34 DALLAS DISTRICT STIR REPORT DALLAS -FORT WORTH MPO FY 2008 COUNTY CONT -SECT JOB HWY LET DATE PHASE CITY MPO PROJ ID EST COST DISTRICT - -- -- DENTON 0081 -11 -012 FM 426 11/2007 C,R OTHER 11217 $8,500,000 DALLAS LIMITS T0: 1.1 MILES EAST LP 288 LIMITS FROM: 1.4 MILES WEST OF LP 288 TO FOUR LANE DIVIDED URBAN FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN TWO LANE RURAL ROADWAY REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: LAYMAN DESC: WIDEN 2 LANE ROADWAY TO 4 LANE DIVIDED URBAN LOCAL CONT:$0 REMARKS: INCR FUNDS STATEWIDE CSJ: NEPA STATUS: PENDING MTP REFERENCE: TH2 1818 _ _ - - - - - - -- ---- - - - - -- 11015 2,063, -- - - - - - -- DALLAS DALLAS 0581 -01 -122 LP 12 03/2008 C DALLA S C.F. HAWN FREEWAY LIMITS FROM: LAKE JUNE EXISTING 28 -30FT, CONCRETE ROADWAY BY 5FT.ON NORTH AND LIMITS TO: U.S. 175 FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN DATE: 09/2005 DESC:RIPTION2: SOUTH BOUND LANES TO ACCOMODATE 6 LANE DIVIDED FACILITY REV No TCM: No CONTINGENCY: DESCRIPTION3: WIDEN EXISTING 28 -30 FT CONCRETE ROADWAY BY 5 FT ON NB AND LOCAL CONT:$0 LAYMAN DESC: STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH1 22.3 ___.- - -- ___--- .__— .------ - - - - -- -------- -- --- - -- 11466 $1,200,000 - DALLAS - ---- - -- - ROCKWALL 0918 -25 -017 CS 10/2007 C OTHER LIMITS T0: IH 30 /BYPASS STREET LIMITS FROM: SH 276 IN ROCKWALL NORTH 4 LN DIV URBAN RDWY FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN FROM 2 LN UNDIV URBAN ROADWAY TO DESCRIPTION2: PHASE 2 OF NEW CITY STREET REV DATE: 09/2005 No TCM: No CONTINGENCY: DESCRIPTIONS: FROM 2 LN UNDIV URBAN ROADWAY TO 4 LN DIV URBAN RDWY LOCAL CONT:$0 LAYMAN DESC: WIDEN STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE. TH2 1814 - - - - --- 2,300,0 DALLAS DALLAS 0918 -95 -372 CS 12/2007 C, E,R DALLA S TO. HASKELL AVE./ MILITARY PARKWAY LIMITS FROM: ON HATCHER ST FROM SPRING AVE LIMITS FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN 4 LANE TO 5 LANE AND INTERSECTION IMPROVEMENT WITH DESCRIPTION2: CONTINUOUS LEFT TURN LANE REV DATE: 09/2005 No TCM: No CONTINGENCY: DESCRIPTIONS: LAYMAN DESC: ADD 1 LANE CONTINUOUS LEFT TURN LANE TO EXISTING 4 LANE LOCAL CONT:$0 STATEWIDE CSJ: REMARKS: NEPA STATUS PENDING MTP REFERENCE: TH2 189 __ - -- - - - -- - ----- _-- 684 $10,820,000 DALLAS DALLAS 0918 -45 -374 MH 07/2008 C,E,R DALLA S IH 635 /GREENVILLE TO FOREST RIDGE LIMITS FROM. IN DALLAS, VALLEY VIEW /WALNUT FROM LIMITS TO: 7 METRO MOBILITY DESCRIPTION2: WIDEN FROM 4 LANES TO 6 LANES FUND CATEGORY: DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No TCM: DESCRIPTION3: LOCAL CONT:$0 LAYMAN DESC: WIDEN FROM 4 LANES TO 6 LANES STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE:--T- H2 1822 -_ __ _ - - -- -- -- - - -- -- DALLA S 11012 $2,737, 35 DALLAS DALLAS 0918 -45 -707 VA 03/2008 C,E LIMITS FROM: ON BELT LINE RD FROM SH 289 /PRESTON LIMITS TO: DALLAS PARKWAY DESCRIPTION2: WIDEN EXISTING 6 LANE DIVIDED ROADWAY TO 8 LANE DIVIDED, EB FUND CATEGORY :09/2005ETR0 MOBILITY TO PRESTON RD., W13 FROM PRESTON +/- 200' EAST OF PRESTONWOOD REV DATE: DESCRIPTION2: TCM: Yes CONTINGENCY: No DESCRIPTION3: EXISTING 6 LANE DIVIDED ROADWAY TO 8 LANE DIVIDED, EB LOCAL CONT:$0 LAYMAN DESC: WIDEN STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH1 8.1 _ -- _ - - - - - -- - - - -- -� _ -- -- 2,494,1 IRVIN G 11 DALLAS DALLAS 0918 -45 -905 CS 06/2008 C,E WEST ROW OF SH1 161 IN IRVING LIMITS FROM: ON PIONEER DR, FROM ESTERS RD LIMITS TO: FUND CATEGORY: 7 METRO MOBILITY DF.SCRIPTION2: RECONSTRUCT 2 LANE UNDIVIDED ROADWAY 09/2005 DESCRIPTION2: REV DATE: TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL C 33,407 LAYMAN DESC: RECONSTRUCT 2 LANE UNDIVIDED ROADWAY CS STATEWIDDE E CSJ : REMARKS: NEPA STATUS. PENDING MTP REFERENCE: TH2 1811 _ _ _ _— ..._ _ _ - _ - - -- - -- -- - -- - - - -_- COPPEL L 11532 $4,550,000 DALLAS DALL _ AS 0918- 47 -983 CS 08/2008 C,E,R SANDY LAKE RD IN CITY OF COPPELL LIMITS FROM: FREEPORT PKWY FROM SH 121 LIMITS TO: FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: CONSTRUCT 6 -LANE FACILITY DESCRIPTION2: REV DATE: 09/2005 TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL CONT:$0 LAYMAN DESC: CONSTRUCT 6 -LANE FACILITY STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH2 1815 PHASE: C= CONSTRUCTION, E = ENGINEERING, R = ROW, T = TRANSFER Note 1: Emission reduction estimates for Intelligent Transportation Systems (ITS) are quantified as a system. In 2007, 67.65% amounts to daily of the freeway system in Collin, Dallas, Denton, and Tarrant Counties will be covered by the ITS Program, which benefits of 1,358.38 pounds /day of VOC and 3,862.17 pounds /day of NOx. emission reduction VII -37 TRANSPORTATION IMPROVEMENT PROGRAM PAGE: 35 DALLAS DISTRICT STIP REPORT DALLAS-FORT WORTH MPO PHASE: C= CONSTRUCTION, E = ENGINEERING, R = ROW, T = TRANSFER Note 1: Emission reduction estimates for Intelligent Transportation Systems (ITS) are quantified as a system. In 2007, 67.65% of the freeway system in Collin, Dallas, Denton, and Tarrant Counties will be covered by the ITS Program, which amounts to daily emission reduction benefits of 1,358.38 pounds /day of VOC and 3,862.17 pounds /day of NOx. VII -38 FY 2008 -- CONT-SECT-JOB HWY LET DATE PHASE CITY MPO PROJ ID EST COST DISTRICT COUNTY -- --. - - -- C,E,R COPPEL L 1153 4,21 , DALLAS DALLAS 0918 -47 -984 CS 08/2008 RUBY RD IN CITY OF COPPELL �j LIMITS FROM. FREEPORT PKWY FROM SANDY LAKE RD LIMITS TO: FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN 2 TO 4 LANES REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL CONT: $0 LAYMAN DESC: WIDEN 2 TO 4 LANES STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH2 1810 --- -_ _ ___. - -- - - - - -- - -._ -- - - - -- _ "- OTHER 1152 3,000,00 - - - -- - - - - -- DALLAS - - - - -- _ DALLAS 0918 -48 -900 CS 06/2008 C,E,R LIMITS TO: BAGDAD IN CITY OF GRAND PRAIRIE LIMITS FROM: GIFFORD ST FROM MACARTHUR FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: EXTEND FOUR LANE CITY STREET REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTIONS: LOCAL CONT: $0 LAYMAN DESC: EXTEND FOUR LANE CITY STREET STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE TH2 1816 -_ --� - - " — " "— - -- -- " - - - "- ROCKWAL L 2984,2987 9,71 ROCKWALL 1014 -03 -039 FM 740 03/2008 C,R DALLAS LIMITS T0: FM 1140 LIMITS FROM: FM 3097 FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN 2 LN RURAL TO 4 LN DIV URBAN REV DATE: 09 /2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL CONT: $0 LAYMAN DESC: WIDEN 2 LN RURAL TO 4 LN DIV URBAN STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH2 1820 -- — - OTHER 11219.2 15,011, DALLAS - _- - _-------------- DALLAS _ 1068 -04 -125 IH 30 08/2008 C,R LIMITS TO: TRA RAILROAD SPUR LIMITS FROM MACARTHUR BOULEVARD FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: CONSTRUCT WESTBOUND 2 LANE FRONTAGE ROAD REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL CONT: $0 LAYMAN DESC: CONSTRUCT WESTBOUND 2 LANE FRONTAGE ROAD STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: FR1 1035 - ----- - - - - -- ----- - - "__- ROCKWAL L 2998 $6,940,000 ___- - - -_ -_ ROCKWALL 1290 -02 -017 SH 276 03/2008 C,R DALLAS LIMITS T0. FM 549 LIMITS FROM: SH 205 FUND CATEGORY: 7 METRO MOBILITY DESCRIPTION2: WIDEN 2 LANE RURAL TO 4 LANE DIVIDED URBAN REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTIONS: 2 LANE RURAL TO 4 LANE DIVIDED URBAN LOCAL CONT: $B4O00 LAYMAN DESC: WIDEN STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH2 1824 _-- - _.--- ___ -.. -- --. .__ -. - - -- - - -_0 _ - - -- - -_ -- _ -- 00 OTHER 000, 00 ER 11531 $ DALLAS DENTON 1567 -01 -029 FM 720 08 /2008 C,E,R MI WEST OF FM 423 LIMITS FROM 0.2 MI W OF GARZA LANE (W OF LAKE L LIMITS TO 0.1 6 FUND CATEGORY: MOBILITY DESCRIPTION2: WIDEN TWO LANE RURAL ROADWAY TO FOUR LANE DIV URB (ULT -LN) REV DATE: 09/2005ETR0 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: RURAL ROADWAY TO FOUR LANE DIV URB (ULT 6 -LN) LOCAL CONT: 4,000,000 LAYMAN DESC: WIDEN TWO LANE CSJ STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: TH1 375.1, _TH1 _ _.. 375.2 - - -_ __ - - -- - -- - - -- - -- __ _ ___ ________ $10,000,000 DALLAS COLLIN 1392 -01 -029 FM 1378 09/2007 OTHER C,E,RLIMITS FM 2514 (PARKER RD) LIMITS FROM: FM 3412 (BROWN ST) TO: FUND CATEGORY: 10 MISCELLANEOUS DESCRIPTION2: WIDEN 2 LANE TO 4 LANE DIVIDED URBAN REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTION3: LOCAL CONT: $10,000,000 LAYMAN DESC: WIDEN 2 LANE TO 4 LANE DIVIDED URBAN STATEWIDE CSJ: REMARKS: 100% BY LOCAL GOVERNMENTS NEPA STATUS: PENDING MTP REFERENCE: TH1 225.1 MIDI $8,972,000 DALLAS ELLIS 0261-01-037 US 67 09/2006 C,E,R LIMITS T0: BUS US 67 (NINTH STREET) LIMITS FROM: OVERLOOK DRIVE FUND CATEGORY: 11 DIST DISCRETION DESCRIPTION2: CONSTRUCT NEW FRONTAGE ROADS OVER UP RR REV DATE: 09/2005 DESCRIPTION2: TCM: No CONTINGENCY: No DESCRIPTIONS: LOCAL CONT: $1,397,341 DESC: CONSTRUCT NEW FRONTAGE ROADS OVER UP RR LAYMAN STATEWIDE CSJ: REMARKS: NEPA STATUS: PENDING MTP REFERENCE: FT 1 1595, FR1 1595 PHASE: C= CONSTRUCTION, E = ENGINEERING, R = ROW, T = TRANSFER Note 1: Emission reduction estimates for Intelligent Transportation Systems (ITS) are quantified as a system. In 2007, 67.65% of the freeway system in Collin, Dallas, Denton, and Tarrant Counties will be covered by the ITS Program, which amounts to daily emission reduction benefits of 1,358.38 pounds /day of VOC and 3,862.17 pounds /day of NOx. VII -38 N O a) rn ca CL N Z 3 ai Z Z a3) Z a3) Z ) Z 43) Z Z N W W W N N N y W N W y W a W a W a W a y W a N v s a a a v v v v a 0 o- v CL Lo O O M M (C) O Lo N M M r- (C) r O r� O LO 00 O l0 ti 00 1 O C O 0) r M O O d1 O O O O) O O n cn M O �- O M O N O v O O U) O ' O O I - � i O I- 1 ' 00 IT ' N O In C) O i CC) N M _ I N I 00 00 I 00 I 00 — 00 — d � DD �- 00 r 00 00 00 M O O N O O O O O O O O O C) O O O ti O O O M N O O O O LO O O O O a) p O O O O O O r- O O O O O O O O O O O O O O O O O L O O O O O O O O O O O O Cl N CC) O 'I O ao p C Q CC) N N � O � � C) EA U ( 6 N � N U) m a) rn m (D 3 . LL E° o T (j) m = O aD O a) ) O X " — LL U -0 O ca c ? cu U a . c o > c 3 m m c 3 N c = m o O X E O c N m CU U ° X W O E cu -0 0 O a m N O" . O O Q U M m N O V N m O cn ++ J Cl. a ° cca CSC) W m p ~ a) � C F- ° N ° F- M � = I` X m � ' N Q c L U a) O m a d 00 ch c O a) v ° c° ° rn ma c 0 2)c F- 2 a) ti �° r- m M m Cn C O ca (n O~ c U p +- O O d -Oi = a) O E 3 +- m o Cl) m o�° o c° m CD ,a _ .0 O �- a) ," c° m co O rn N _0 c CC) c J N O w a O a) v O `� Q cn L O+ c m CD W O O m U O W ° M 0) C.0 fn m ) ai m O - ° O - r M m a N ° cn ° U 0 � v J X c U () v = O m C . c > O a O a) m cn O OM a LL >� N c cn n a) a) L M W >. O m o- c L M co + p o c: .2 Z O Q M M U L a) 0O p 7 = O O ( a c a) O J J N C: LO O (n O ) a) O y Z 0 M 0 ° +m L a) w X: M g ' t U ` u) c y m a) O a) — O + ' CL Z C O C c c C Q 'a ) � ! O Q cn (n N O a O a a O M L C O _ ° Cc n � a O Q _0 O Q ' � O J t- � OD O a) O O O O N — a) p N Umn0 U � m U n V V O L to w N m N ca N m N m N m to m to m cn m O m N m O m to ca N ca N m N ca fn m J O N m m m D m m m ca D m D m 0 m 0 m 0 m m m m m m m U) 04 LO M O q r O to CC) ti O O O CC) N N I- LL '0 d COC) O N LO N 00 M 00 d' O O � N .- d r Nt � CC) � CC) .- I` � ti r- O � O N N N Q� cn a N O a) rn ca CL Master Advance Funding Agreement STATE OF TEXAS § COUNTY OF TRAVIS § MASTER AGREEMENT GOVERNING LOCAL TRANSPORTATION PROJECT ADVANCE FUNDING AGREEMENTS THIS MASTER AGREEMENT (MAFA) is made by and between the State of Texas, acting by and through the Texas Department of Transportation hereinafter called the "State ", and the City of Coppell, Texas, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, the Intermodal Surface Transportation and Efficiency Act of 1991 (ISTEA) and the Transportation Equity Act for the 21St Century (TEA -21) codified under Title 23 U.S.C. Section 101 et seq., authorize transportation programs to meet the challenges of protecting and enhancing communities and the natural environment and advancing the nation's economic growth and competitiveness; and WHEREAS, ISTEA and TEA -21 establish federally funded programs for transportation improvements to implement its public purposes; and WHEREAS, Title 23 U.S.C. Section 134 requires that Metropolitan Planning Organizations and the States' Transportation Agencies to develop transportation plans and programs for urbanized areas of the State; and JHEREAS, the Texas Transportation Code, Sections 201.103 and 222.052 establish that the State shall design, construct and operate a system of highways in cooperation with local governments; and WHEREAS, federal and state laws require oc of State eats to m federal et certain nd contract standards relating to the management and administration WHEREAS, the governing terms of this Master Agreement will provide for efficient and effective contract administration of the types of Local Project Advance Funding Agreements (LPAFA) listed in Attachment A; and, WHEREAS, the Texas Government Code, Section 441.189 allows any state record to be created or stored electronically in accordance with standards and procedures adopted as administrative rules of the Texas State Library and Archives Commission; and WHEREAS, the Governing Body of the Local h s attached hereto apd made entering into part of this Master Agreement by resolution or ordinance, vc Agreement as Attachment B. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: AGREEMENT Period of the Agreements This Master Agreement and the Local Project Advance Funding Agreements (LPAFAs) subject to this Master Agreement become effective when signed by the last party whose signing makes the Page AFA- MAFA_Contract Pa e 1 of 12 Rev. 10/18/05 Master Advance Funding Agreement respective agreements fully executed. This Master Agreement shall remain in effect until terminated as provided in Article 2. 2. Termination of this Master Agreement This agreement may be terminated by any of the following conditions: a. by mutual written consent and agreement of all parties. b. by any party with 90 days written notice. If this Master Agreement is terminated under this clause, all existing, fully executed LPAFAs made under this Master Agreement shall automatically incorporate all the provisions of this Master Agreement. c. by either party, upon the failure of the other party to fulfill the obligations as set forth in this Master Agreement. 3. Termination of the Local Project Advance Funding Agreement (LPAFA) An LPAFA shall remain in effect until the project is completed and accepted by all parties, unless: a. the agreement is terminated in writing with the mutual consent of the parties, or; b. because of a breach of this Master Agreement or a breach of the Local Project Advance Funding Agreement. Any cost incurred due to a breach of contract shall be paid by the breaching party. c. After the PS &E the local government may elect not to provide the funding and the project does not proceed because of insufficient funds; the local government agrees to reimburse the State for its reasonable actual costs incurred during the project. d. Conditions for termination as specified in the LPAFA are fulfilled. 4. Amendments a. Amendment of this Master Agreement by Notice with Mutual Consent: The State may notify the Local Government of changes in this Master Agreement resulting from changes in federal or state laws or rules or regulations and these changes in the Master Agreement shall be incorporated into this agreement unless the State is notified by the Local Government within 60 days. From time to time, the State may issue numbered restatements of this MAFA to wholly reflect its amendments. b. This Master Agreement may be amended due to changes in the agreement or the responsibilities of the parties. Such amendment must be made through a mutually agreed upon, written amendment that is executed by the parties. C. The notice of amendment and the amendment to this Master Agreement may be in an electronic form to the extent permitted by law and after a prior written consent of the parties to this agreement is made. d. Amendments to the LPAFAs due to changes in the character of the work or terms of the agreement, or responsibilities of the parties relating to a specific project governed under this Master Agreement may be enacted through a mutually agreed upon, written amendment to the LPAFA. 5. Remedies This agreement shall not be considered as specifying the exclusive remedy for any agreement default, but all remedies existing at law and in equity may be availed of by either party to this agreement and shall be cumulative. 6. Utilities If the required right of way encroaches upon existing utilities and the proposed project requires their adjustment, removal or relocation, the Local Government will be responsible for determining the scope of utility work and notify the appropriate utility company to schedule adjustments, unless specified otherwise in a specific LPAFA under other provisions of this MAFA. The Local Government shall be responsible for the adjustment, removal or relocation of utility facilities in accordance with applicable State laws, regulations, rules, policies and procedures. AFA -MAFA Contract Page 2 of 12 Rev. 10/18/05 Master Advance Funding Agreement This includes, but is not limited to: 43 TAC §15.55 relating to Construction Cost Participation; 43 TAC §21.21 relating to State Participation in Relocation, Adjustment, and /or Removal of Utilities; and, 43 TAC§ 21.31 et seq. relating to Utility Accommodation. The Local Government will be responsible for all costs associated with additional adjustment, removal, or relocation during the construction of the project, unless this work is provided by the owners of the utility facilities: a. per agreement; b. per all applicable statutes or rules, or; c. as specified otherwise in a LPAFA. Prior to letting a construction contract for a local project, a utility certification must be made available to the State upon request stating that all utilities needing to be adjusted for completion of the construction activity have been adjusted. 7. Environmental Assessment and Mitigation Development of a local transportation project must comply with the National Environmental Policy Act and the National Historic Preservation Act of 1966, which require environmental clearance of federal -aid projects. a. The Local Government is responsible for the identification and assessment of any environmental problems associated with the development of a local project governed by this agreement, unless provided for otherwise in the specific project agreement. b. The Local Government is responsible for the cost of any environmental problem's mitigation and remediation, unless provided for otherwise in the specific project agreement. c. The Local Government is responsible for providing any public meetings or public hearings required for development of the environmental assessment, unless provided for otherwise in the specific project agreement. d. The Local Government shall provide the State with written certification from appropriate regulatory agency(ies) that identified environmental problems have been remediated, unless provided for otherwise in the specific project agreement. 8. Compliance with Texas Accessibility Standards and ADA All parties to this agreement shall ensure that the plans for and the construction of all projects subject to this Master Agreement are in compliance with the Texas Accessibility Standards (TAS) issued by the Texas Department of Licensing and Regulation, under the Architectural Barriers Act, Article 9102, Texas Civil Statutes. The TAS establishes minimum accessibility requirements to be consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101 -336) (ADA). 9. Architectural and Engineering Services Any party to this contract may have responsibility for effecting the performance of architectural and engineering services. Or, the parties may agree to be individually responsible for portions of this work. The LPAFA shall define the party responsible for performance of this work. The engineering plans shall be developed in accordance with the applicable State's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, and the special specifications and special provisions related thereto, unless specifically stated otherwise in the LPAFA and approved by the State. In procuring professional services, the parties to this agreement must comply with federal requirements cited in 23 CFR Part 172 if the project is federally funded and with Texas Government Code 2254, Subchapter A, in all cases. Professional services contracts for federally funded projects must conform to federal requirements, specifically including the provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental matters. AFA -MAFA Contract Page 3 of 12 Rev. 10/18/05 Master Advance Funding Agreement 10. Construction Responsibilities a. Unless specifically provided for otherwise in the LPAFA, the State shall advertise for construction bids, issue bid proposals, receives and tabulate the bids and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders, which may become necessary subsequent to the award of the construction contract. In order to ensure federal funding eligibility, projects must be authorized by the State prior to advertising for construction. the ing and b. All contract letting and award procewc cons approved by ont acttis ate prior to awarded bytthe State award of the construction contract, hether the or by the Local Government. d approval procedures must be approved by the State prior c. All contract change order review an to start of construction. d. Upon completion of the Project, the party constructing the project will issue and sign a "Notification of Completion" acknowledging the Project's construction completion. e. For federally funded contracts, the parties to this agreement will comply with federal construction requirements cited in 23 CFR Part 635 and with requirements cited in 23 CFR Part 633, and shall include the latest version of Form "FHWA- 1273" in the contract bidding documents. If force account work will be performed, a finding of cost effectiveness shall be made in compliance with 23 CFR 635, Part B. 11. Project Maintenance The Local Government shall be responsible for maintenance of locally owned roads after completion of the work and the State shall be responsible for maintenance of state highway system after completion of the work if the work was on the state highway system, unless otherwise provided for in the LPAFA or other prior existing maintenance agreement with the Local Government. 12. Local Project Sources and Uses of Funds a. The total estimated cost of the Project the clearly staed in Governments parties The expected cash contributions from will be clearly stated. The State will pay for only those project costs that have been approved by the Texas Transportation Commission. b. A project cost estimate showing the estimated contributions in kind or in cash for each major area of the local project will be provided in the LPAFA. This project cost estimate will show how necessary resources for completing the project will be provided by major cost categories. These categories include but are not limited to: (1) costs of real property; (2) costs of utility work; (3) costs of environmental assessment and remediation; (4) cost of preliminary engineering and design; (5) cost of construction and construction management; and (6) any other local project costs. c. The State will be responsible for securing the Federal and State share of the funding required for the development and construction of the local project. Federal share of the project will be reimbursed to the local government on a cost basis. d. The Local Government will be responsible for all non - federal or non -State participation costs associated with the Project, including any overruns in excess of the approved local project budget, unless otherwise provided for in the LPAFA. e. Following execution of the LPAFA, but prior to the performance of any review work by the State, the Local Government will remit a check or warrant made payable to the "Texas Department of Transportation" in the amount specified in the LPAFA. The Local Government will pay at a minimum its funding share for the estimated cost of preliminary engineering for the project, unless otherwise provided for in the LPAFA. Page AFA- MAFA_Contract Pa e 4 of 12 Rev. 10/18/05 Master Advance Funding Agreement f. Sixty (60) days prior to the date set for receipt of the construction bids, the Local Government shall remit its remaining financial share for the State's estimated construction oversight and construction costs, unless otherwise provided for in the LPAFA. g. In the event the State determines that additional funding is required by the Local Government at any time during the Project, the State will notify the Local Government in writing. The Local Government will make payment to the State within thirty (30) days from receipt of the State's written notification, unless otherwise provided for in the LPAFA. h. Upon completion of the Project, the State will perform an audit of the local project costs. Any funds due to the Local Government, the State, or the Federal government will be promptly paid by the owing party. i. The State will not pay interest on any funds provided by the Local Government. j. If a waiver has been granted, the State will not charge the Local Government for the indirect costs the State incurs on the local project, unless this agreement is terminated at the request of the Local Government prior to completion of the project. k. If the local project has been approved for a "fixed price" or an "incremental payment" non- standard funding or payment arrangement under 43 TAC §15.52, the LPAFA will clearly state the amount of the fixed price or the incremental payment schedule. I. The Texas Comptroller of Public Accounts has determined that certain counties qualify as Economically Disadvantaged Counties in comparison to other counties in the state as below average per capita property value, and below average per capita income, and above average unemployment, for certain years. The LPAFA will reflect adjustments to the standard financing arrangement based on this designation. m. The State will not execute the contract for the construction of a local project until the required funding has been made available by the Local Government in accordance with the LPAFA. 13. Right of Way and Real Property The Local Government is responsible for the provision and acquisition of any needed right of way or real property, unless the State agrees to participate in the provision of right of way under the procedures described herein as parts A and B of this provision. Title to right of way and other related real property must be acceptable to the State before funds may be expended for the improvement of the right of way or real property. If the Local Government is the owner of any part of a project site under an LPAFA, the Local Government shall permit the State or its authorized representative access to occupy the site to perform all activities required to execute the work under the LPAFA. All parties to this agreement will comply with and assume the costs for compliance with all the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title 42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental expenses incurred by the property owners in conveying the real property to the Local Government, and benefits applicable to the relocation of any displaced person as defined in 49 CFR Section 24.2(g). Documentation to support such compliance must be maintained and made available to the State and its representatives for review and inspection. If the local government purchases right of way for a local government street, title will be acquired in the name of the local government in accordance with applicable laws unless specifically stated otherwise in the LPAFA and approved by the State. If the State participates in the purchase of right of way for the state, it will be under the processes established in the following paragraphs A or B, and the selected option shall be specified in the LPAFA. AFA -MAFA Contract Page 5 of 12 Rev. 10/18/05 Master Advance Funding Agreement A. Purchase By the State for the State The State will assume responsibility for acquisition of all necessary right of way for the highway project. The Local Government will voluntarily contribute to the State funds equal to ten (10) percent of the cost of the right of way for the proper development and construction of the state highway system and shall transmit to the State a warrant or check payable to the Texas Department of Transportation when notified by the State of the estimated cost of the right of way. If the amount is found insufficient to pay the Local Government's obligation, then the Local Government, upon request of the State, will supplement this amount in such amount as requested by the State. Upon completion of the highway project and in the event the total amount paid by the Local Government is more than ten (10) percent of the actual cost of the right of way, any excess amount will be returned to the Local Government. Cost of the right of way by the State shall mean the total value of compensation paid to owners, including but not limited to utility owners, for their property interests either through negotiations or eminent domain proceedings. B. Purchase by the Local Government for the State Purchase: Right of way purchases shall be a joint effort of the State and the Local Government. Acquisition of right of way shall be in accordance with the terms of this agreement and in accordance with applicable Federal and State laws governing the acquisition policies for acquiring real property. The State agrees to reimburse the Local Government for its share of the cost of such right of way providing acquisition when it has been authorized to proceed by the State. Location Surveys and Preparation of Right of Way Data: The State, without cost to the Local Government, will do the necessary preliminary engineering and title investigation in order to supply to the Local Government the data and instruments necessary to obtain acceptable title to the desired right of way. Determination of Right of Way Values: The Local Government agrees to make a determination of property values for each right of way parcel by methods acceptable to the Local Government and to submit to the State's District Office a tabulation of the values so determined, signed by the appropriate Local Government representative. Such tabulations shall list the parcel numbers, ownership, acreage and recommended compensation. Compensation shall be shown in the component parts of land acquired, itemization of improvements acquired, damages (if any), and the amounts by which the total compensation will be reduced if the owner retains improvements. This tabulation shall be accompanied by an explanation to support the determined values, together with a copy of information or reports used in arriving at all determined values. Such work will be performed by the Local Government at its expense without cost participation by the State. The State will review the data submitted and may base its reimbursement on the values which are determined by this review. The State, however, reserves the right to perform at its own expense any additional investigation deemed necessary, including supplemental appraisal work by State employees or by employment of fee appraisers, all as may be necessary for determination of values to constitute the basis for State reimbursement. If at any stage of the project development it is determined by mutual- agreement between the State and Local Government that the requirement for the Local Government to submit to the State property value determinations for any part of the required right of way should be waived, the Local Government will make appropriate written notice to the State of such waiver, such notice to be acknowledged in writing by the State. In instances of such waiver, the State by its due processes and at its own expense will make a determination of values to constitute the basis for State reimbursement. AFA -MAFA Contract Page 6 of 12 Rev. 10/18/05 Master Advance Funding Agreement Negotiations: The State will notify the Local Government as soon as possible as to the State's determination of value. Negotiation and settlement with the property owner will be the responsibility of the Local Government without participation by the State; however, the Local Government will notify the State immediately prior to closing the transaction so that a current title investigation may be made to determine if there has been any change in the title. The Local Government will deliver properly executed instruments of conveyance which together with any curative instruments found to be necessary as a result of the State's title investigation will be properly vest title in the State for each right of way parcel involved. The costs incidental to negotiation and the costs of recording the right of way instruments will be the responsibility of the Local Government. The cost of title investigation will be the responsibility of the State. Condemnation: Condemnation proceedings will be initiated at a time selected by the Local Government and will be the Local Government's responsibility at its own expense except as hereinafter indicated. The Local Government will obtain from the State without cost current title information and engineering data at the time condemnation are to be indicated. Except as hereinafter set forth the Local Government will concurrently file condemnation proceedings and a notice of lis pendens for each case in the name of the State, and in each case so filed the judgment of the court will decree title to the property condemned to the State. The Local Government may, as set forth herein under "Excess Takings" and where it is determined to be necessary, enter condemnation proceedings in its own name. Property acquired in the Local Government's name for the State must comply with requirements set forth in the engineering data and title investigation previously furnished to the Local Government by the State at such time as the Local Government conveys said property to the State. Court Costs, Costs of Special Commissioners' Hearings and Appraisal Expense: Court costs and costs of Special Commissioners' hearings assessed against the State or Local Government in condemnation proceedings conducted on behalf of the State and fees incident thereto will be paid by the Local Government. Such costs and fees, with the exception of recording fees, will be eligible for ninety (90) percent State reimbursement under the established reimbursement procedure provided such costs and fees are eligible for payment by the State under existing law. Where the Local Government uses the State's appraisers employed on a fee basis in Special Commissioners' hearings or subsequent appeals, the cost of the appraiser for updating the report, for preparing new reports, preparing for court testimony and appearing in court to testify in support of the appraisal will be paid direct by the Local Government, but will be eligible for ninety (90) percent State reimbursement under established procedure provided prior approval for such appraiser has been obtained from the State. The fee paid the appraiser by the Local Government shall be in accordance with the fee schedule set forth in the appraiser's contract for appraisal services with the State. Excess Takings: In the event the Local Government desires to acquire land in excess of that requested by the State for right of way purposes, the State's cost participation will be limited to the property needed for its purposes. If the Local Government elects to acquire the entire property, including the excess taking, by a single instrument of conveyance or in one eminent domain proceeding, the property involved will be acquired in the name of the Local Government and that portion requested by the State for right of way will be separately conveyed to the State by the Local Government. When acquired by negotiation, the State's participation will be based on the State's approved value of that part of the property requested for right of way purposes, provided that such approved value does not exceed actual payment made by the Local Government. When acquired by condemnation, the State's participation will be in the proportionate part of the final judgment amount AFA -MAFA Contract Page 7 of 12 Rev. 10/18/05 Master Advance Funding Agreement computed on the basis of the relationship of the State's approved value to the State's predetermined value for the whole property. Improvements: Property owners will be afforded an opportunity in the negotiations to retain any or all of their improvements in the right of way taking. In anticipation of the owner desiring to retain improvements, the State's approved value will include the amounts by which the upper limit of State participation will be reduced for the retention. It is further agreed that the upper limit for the State's participation in the Local Government's cost for an improved parcel will be reduced as shown in the State's approved value where the owner retains an improvement which is to be moved by either the Local Government or the owner. In the event improvements, which are, in whole or part, a part of the right of way taking are not retained by the owner; title is to be secured in the name of the State. The State will participate in the acquisition of a structure severed by the right of way line if the part of the house, building or similar structure which lies outside the right of way cannot be reconstructed adequately or there is nothing but salvage left, provided that the State's value is established on this basis and provided that title to the entire structure is taken in the name of the State. The State shall dispose of all improvements acquired. The net revenue derived by the State from the disposition of any improvements sold through the General Services Commission will be credited to the cost of the right of way procured and shared with the Local Government. Relocation of Utilities on Acquired State Right of Way: If the required right of way encroaches upon an existing utility located on its own right of way and the proposed highway construction requires the adjustment, removal or relocation of the utility facility, the State will establish the necessity for the utility work. State participation in the cost of making the necessary change, less any resulting increase in the value to the utility and less any salvage value obtainable, may be obtained by either the "actual cost" or "lump sum" procedures. Reimbursement under "actual cost" will be made subsequent to the Local Government's certification that the work has been completed and will be made in an amount equal to ninety (90) percent of the eligible items of cost as paid to the utility owner. The "lump sum" procedure requires that the State establishes the eligibility of the utility work and enters into a three -party agreement, with the owners of the utility facilities and the Local Government, which sets forth the exact lump sum amount of reimbursement, based on a prior appraisal. The utility will be reimbursed by the Local Government after proper certification by the utility that the work has been done, said reimbursement to be the basis of the prior lump sum agreement. The State will reimburse the Local Government in an amount equal to ninety (90) percent of the firm commitment as paid to the utility owner. The foregoing is subject to the provision that the individual lump sum approved value shall not exceed $20,000, except as specifically approved by the State. In those cases where a single operation is estimated to exceed $20,000 the transaction will be brought to the attention of the State for determination of proper handling based upon the circumstances involved. Such utility firm commitment will be an appropriate item of right of way. The adjustment, removal or relocation of any utility line on publicly owned right of way by sufferance or permit will not be eligible for State reimbursement. The term "utility" under this agreement shall include publicly, privately and cooperatively owned utilities. Fencing Requirements: The Local Government may either pay the property owner for existing right of way fences based on the value such fences contribute to the part taken and damages for an unfenced condition resulting from the right of way taking, in which case the estimated value of such right of way fences and such damages will be included in the recommended value and the approved value, or the Local Government may do the fencing on the property owner's remaining property. AFA -MAFA Contract Page 8 of 12 Rev. 10/18/05 Master Advance Funding Agreement Where the Local Government performs right of way fencing as a part of the total right of way consideration, neither the value of existing right of way fences nor damages for an unfenced condition will be included in the recommended value or the approved value. State participation in the Local Government's cost of constructing right of way fencing on the property owner's remainder may be based on either the actual cost of the fencing or on a predetermined lump sum amount. The State will be given credit for any salvaged fencing material and will not participate in any overhead costs of the Local Government. If State participation is to be requested on the lump sum basis, the State and the Local Government will reach an agreement prior to the actual accomplishment of the work as to the necessity, eligibility and a firm commitment as to the cost of the entire fencing work to be performed. The foregoing is subject to the provision that the lump sum approved cost shall not exceed $20,000, except as specifically approved by the State. In the event the cost of the fencing is estimated to exceed $20,000, the transaction will be brought to the attention of the State for determination of proper handling based upon the circumstances involved. Reimbursement: The State will reimburse the Local Government for right of way acquired after the date of this agreement in amount not to exceed ninety (90) percent of the cost of the right of way acquired in accordance with the terms and provisions of this agreement. The State's reimbursement will be in the amount of ninety (90) percent of the State's predetermined value of each parcel, or the net cost thereof, whichever is the lesser amount. If condemnation is necessary and title is taken as set forth herein under the section entitled Condemnation, the participation by the State shall be based on the final judgment, conditioned upon the State having been notified in writing prior to the filing of such suit and upon prompt notice being given as to all action taken therein. The State shall have the right to become a party to the suit at any time for all purposes, including the right of appeal at any stage of the proceedings. All other items of cost shall be borne by the State and the Local Government as provided in other sections of this agreement. If a lump sum fencing or utility adjustment agreement has been executed, the State will reimburse the Local Government in the amount of ninety (90) percent of the predetermined lump sum cost of the right of way fencing or utility adjustment. If the Local Government prefers not to execute a lump sum agreement for either fencing or utility adjustments, the State will reimburse on the actual cost of such fencing or adjustments. The Local Government's request for reimbursement will be supported by a breakdown of the labor, materials and equipment used. General: It is understood that the terms of this agreement shall apply to new right of way authorized and requested by the State which is needed and not yet dedicated, in use or previously acquired in the name of the State or Local Government for highway, street or road purposes. This agreement shall also apply, with regard to any existing right of way, to outstanding property interests not previously acquired and to eligible utility adjustments not previously made, as authorized and requested by the State. It is further understood that if unusual circumstances develop in the right of way acquisition which are not clearly covered by the terms of this agreement, such unusual circumstances or problems will be resolved by mutual agreement between the State and the Local Government. AFA -MAFA Contract Page 9 of 12 Rev. 10/18/05 Master Advance Funding Agreement 14. Notices All notices to either party by the other required under this agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being permitted to the extent permitted by law but only after a separate written consent of the parties), addressed to such party at the following addresses: Local Government: The City of Coppell, Texas Attn: Mr. Kenneth M. Griffin, P.E. P.O. Box 9478 Coppell, Texas 75019 State: Texas Department of Transportation Attn: District Engineer 4777 E. Highway 80 Mesquite, TX 75150 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided herein. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that such notices shall be delivered personally or by certified U.S. mail and such request shall be honored and carried out by the other party. 15. Legal Construction In case one or more of the provisions contained in this agreement shall for any reason be held invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions and this agreement shall be construed as if it did not contain the invalid, illegal or unenforceable provision. 16. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party and each party agrees it is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. 17. Ownership of Documents Upon completion or termination of this agreement, all documents prepared by the State shall remain the property of the State. All data prepared under this agreement shall be made available to the State without restriction or limitation on their further use. All documents produced or approved or otherwise created by the Local Government shall be transmitted to the State in the form of photocopy reproduction on a monthly basis as required by the State. The originals shall remain the property of the Local Government. 18. Compliance with Laws The parties shall comply with all Federal, State, and Local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this agreement. When required, the Local Government shall furnish the State with satisfactory proof of this compliance. 19. Sole Agreement This agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting the agreement's subject matter. AFA- MAFA_Contract Page 10 of 12 Rev. 10/18/05 Master Advance Funding Agreement 20. Cost Principles In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles established in OMB Circular A -87 that specify that all reimbursed costs are allowable, reasonable and allocable to the Project. 21. Procurement and Property Management Standards The parties shall adhere to the procurement standards established in Title 49 CFR §18.36 and with the property management standard established in Title 49 CFR §18.32. 22. Inspection of Books and Records The parties to the agreement shall maintain all books, documents, papers, accounting records and other documentation relating to costs incurred under this agreement and shall make such materials available to the State, the Local Government, and, if federally funded, the Federal Highway Administration (FHWA), and the U.S. Office of the Inspector General, or their duly authorized representatives for review and inspection at its office during the contract period and for four (4) years from the date of completion of work defined under this contract or until any impending litigation, or claims are resolved. Additionally, the State, the Local Government, and the FHWA and their duly authorized representatives shall have access to all the governmental records that are directly applicable to this agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 23. Office of Management and Budget (OMB) Audit Requirements The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98 -502, ensuring that the single audit report includes the coverage stipulated in OMB Circular No. A -128 through August 31, 2000 and stipulated in OMB Circular A -133 after August 31, 2000. 14. Civil Rights Compliance The Local Government shall comply with the regulations of the Department of Transportation as they relate to nondiscrimination (49 CFR Chapter 21 and 23 CFR §710.405(B)), and Executive Order 11246 titled "Equal Employment Opportunity," as amended by Executive Order 11375 and supplemented in the Department of Labor Regulations (41 CFR Part 60). 25. Disadvantaged Business Enterprise Program Requirements The parties shall comply with the Disadvantaged /Minority Business Enterprise Program requirements established in 49 CFR Part 26. 26. Debarment Certifications The parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, "Debarment and Suspension." The parties to this contract shall require any party to a subcontract or purchase order awarded under this contract to certify its eligibility to receive Federal funds and, when requested by the State, to furnish a copy of the certification in accordance with Title 49 CFR Part 29 (Debarment and Suspension). 27. Lobbying Certification In executing this Master Agreement, the signatories certify to the best of his or her knowledge and belief, that: a. No federal appropriated funds have been paid or will be paid by or on behalf of the parties to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative AFA- MAFA_Contract Page 11 of 12 Rev. 10/18/05 Master Advance Funding Agreement agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. b. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with federal contracts, grants, loans, or cooperative agreements, the signatory for the Local Government shall complete and submit the federal Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. The parties shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. By executing an LPAFA under this Master Agreement, the parties reaffirm this lobbying certification with respect to the individual projects and reaffirm this certification of the material representation of facts upon which reliance will be made. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 28. Signatory Warranty The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. IN TESTIMONY HEREOF, the pq�ties hereto have caused these presents to be executed in duplicate counterjJarts. I "HE LOCAL G BY Dougla drN. Stover Title: - Mayor Q Date: ?z &10!� . THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating and /or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: kJiccte4MguC011e_rnix or of Contract Services Section Office of General Counsel Texas Department of Transportation Date: / Ca -° AFA -MAFA Contract Page 12 of 12 Rev. 10/18/05 Master Advance Funding Agreement ATTACHMENT A TYPES OF LPAFA FUNDING CATEGORIES UNDER THE MAFA Federal Categories Prefix Federal Categories Prefix Interstate Demonstration Projects Interstate I Hi Priority Corridor on NHS DPR Interstate Maintenance IM Rural Access Projects DPR Interstate 4R Discretionary IDR Innovative Projects DPI Interstate Constr. Discretionary ID Priority Intermodal Projects DPM Congestion Corridor IVH /ITS Bridges High Priority Projects HP Bridge Repair/Rehab On-System BR /BH Other National Highway System NH Surface Transportation Program Forest Highways FH Urban Mobility/Rehab STP -UM Areas < 200,000 STATE CATEGORIES Enhancement STP -TE Metro Mobility/Rehab STP -MM Preventive Maintenance CPM Urban Mobility/Rehab Farm- to- Market/Farm -to- Market Rehab A/AR Urban & Rural Rehabilitation STP -R District Discretionary CD Rural Mobility Rehab STP -RM State Funded Rehab C Rail-Hwy Crossing Protective Devices STP -RXP Park Road C ail-Hwy Crossing Hazard Elimination STP -RXH State Funded Mobility C Railroad grade Separations STP -RGS PASS /PASS Metro Match C Safety- Hazard Elimination STP -HES Traffic Signals, Signing & Pavement Markings C Miscellaneous C Congestion Mitigation & Air Quality CM Railroad Replanking CRX State Funded Landscape C /CL Donor State Bonus* CLM Any Area DB State Urban Street CUS Areas >200,000 DBM Areas <200,000 DBU Others per LPAFA exception Minimum Guarantee MG Off - System Bridges Program BROX "ISTEA Funding Categories — Not Re- established in TEA 21 Page 1 of 1 Attachment A T x E. c' T T - C F DEPT: Engineering AGENDA REQUEST FORM COPPELL DATE: October 11, 2005 r o x ^ b s 9 ITEM #: 11 /B ITEM CAPTION: Consider approval of entering into an Interlocal Agreement with Northwest Dallas County Flood Control District for sediment removal from box culverts beneath Riverchase Drive, in an amount of $45,529.30 as provided for in the Drainage Utility District fund; and authorizing the Mayor to sign. CITY COUNCIL ON ABOVE DATE IL A" EXECUTIVE SUMMARY: to Approve M - Tunnell S - Peters ♦ Ubby Bell 200 414115 Vote - 7 -0 05� Approval of this agreement will allow the City to participate in another project with Northwest Dallas County Flood Control District using funds collected from the Drainage Utility District to remove silt from nine box ulverts beneath Riverchase Drive. The City previously participated with Northwest Dallas County Flood Control District in sediment removal from box culverts beneath MacArthur Blvd. Staff recommends approval of the interlocal agreement with Northwest Dallas County Flood Control District and will be available to answer any questions at the Council meeting. FINANCIAL COMMENTS: Funds are available in the Municipal Drainage Utility District fund for this agreement. Agenda Request Form - Revised 09/04 Document Name: #NWDCFCD Interlocal INTERLOCAL AGREEMENT WHEREAS, the City of Coppell, Texas, hereinafter referred to as "the City," and the Northwest Dallas County Flood Control District, hereinafter referred to as "the District" desire to enter into this Interlocal Agreement, hereinafter referred to as "the Agreement," relative to removal of sediment from existing culverts beneath Riverchase Drive.; and WHEREAS, the Texas Interlocal Cooperation Act, contained in Chapter 791 of the Texas Government Code, authorizes Texas Local governments to contract with one or more other local governments to perform governmental functions and services under the terms of said Act; and WHEREAS, the City and the District concur that this Agreement is in the best interest of the citizens of Coppell and the District; NOW, THEREFORE, THIS AGREEMENT, is hereby made and entered into by the City and the District for the mutual consideration stated herein, subject to the following terms and conditions, as follows: I. The City and the District acknowledge that the removal of sediment will be performed in accordance with specifications included in the bid that was opened on April 19, 2005 for "Sediment Removal at Sump # 2, 9, 10 and 14. The location of the sediment removal is from the existing five 8'x 4'and four 8' x 5' box culverts located on Riverchase Drive, as shown on Exhibit 1 from Nathan D. Maier Consulting Engineers, Inc. The City and the District agree that the City will pay the amount of $45,529.30 for the removal of the sediment as shown in Item INTERLOCAL AGREEMENT PAGE 9 #B1 and C1. in the bid tabulation, attached as Exhibit 2. The City and the District agree that the ,S45,529.30 will be escrowed with the District and that the District will administer the project and cause the removal of the sediment from the existing five 8'x 4' and four 8' x 5' box culverts beneath Riverchase Drive. II. This Agreement may not be assigned. It embodies the entire agreement between the parties and may not be amended except in writing. III In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to mediation. IV. No modifications or amendments to this Agreement shall be valid unless in writing and signed by the signatories hereto or their heirs, successors and assigns. V. This Agreement shall be governed by and construed in accordance with the laws of the State of Texas. Venue for any action arising under this Agreement shall lie in Dallas County, Texas. VI. This Agreement shall become a binding obligation on the signatories upon execution by all signatories hereto. The District warrants and represents that the individual executing this Agreement on behalf of the District has full authority to execute this Agreement and bind the District to the same. The City warrants and represents that the individual executing this INTERLOCAL AGREEMENT PAGE 2 Agreement on behalf of the City has full authority to execute this Agreement and bind the City to the same. VII. This Agreement shall be filed in the deed records of Dallas County, Texas. EXECUTED this --/� day of 2005, by the Northwest Dallas County Flood Control District, and by the City of Coppell 1-es� adopted on the day Of L�,_ ` L) 2005. NORTHWEST DALLAS COUNTY FLOOD CONTROL DISTRICT By: Wa President ATTEST: APPROVED AS TO FORM: CITY OF COPPELL, TEXAS By. f.l Douglas N. ver Mayor ATTEST: Libby Ball ,' - City Secretary APPRO ,VLT AS TO FORM: Attorney OW SAgAw AP IPM kdke T Robert E. Hag NlNDe'rGb Adel City Attorney INTERLOCAL AGREEMENT PAGE 3 ELM FORK TRINITY C/- ZZ 12 \A lb 0 iX W '•� r. N u 0 C 7 . O O > > -0 •p O O u ^ N N "a TD a 4 y a a O O O O N N O. N b �� O O 'ul v1 u u G h �O O O O O. V 7 M O O u u h o v'i O O �, vi O o M D. V GCr u U 00 N (�•. -. W N �O �/'1' wr Vl V1 p aQ 69 64 69 N 69. 6A 69 rq. N N O O O\ W+ 69 4f .r yG C IT GM u u u °j u u •c - `a �a ❑ -c a; c 0 0 COI y O C : O O h bU ooM fO oov� � o 0 m c o O p o0 6s 69 V1 In y N ry b9 69 N N 64 E ti � cc Ll 1 1 a W E E A r� ...a �l U U .-a i••a U U U C C a a 7 rA D o po E c CD O �n rd 'L7 TJ N oc O� O u C N V1 O O C U U y 0 0 —m U U E [ a o cli It o rL N. N u •� C u G c C b O C C O oo N c 5 E14:1 v E -'r 'T _ u o a •u � � a A ati A y A � C ° ° °�� 0 0 p 0 Uc v ti o`b Q > > W aaa P U N C >> W O O O. p E U U v aci aCi U U U aai . a m Q W a o o N a c o o o -Nm o aa3 0 o aaa "C 'C "C u u u ° O O �;cnv Fin nr� F x F F O zvQFozZQQQ h c d M e to 'C 00 O� M o � Q¢QQ al U y z Oz F H H C O O' O O O O O O Q Q\ T T • •� , ,d,. c cq C V �. O O O G O O. N N i � V O O� � T o o0 0 00 n n . .-�. fV 6 6q h h 7 7 � U i �p N N O O M M M ' '•'� r r 69 6 69 6 6" 6 6q 6 69 M M N N M 60T O O 6 69 : : 6 c H u H 0 0 0 0 0 0 0 0 O O O O C C O O n n O o o h O O O N N N N O O C-- O a O O p v v1 6 6q 6 69 C C O O N N N N R RI. � � O 69 6 6q i 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 7 . O O > > -0 •p O O u ^ N N "a TD a 4 y a a O O O O N N O. N b �� O O 'ul v1 u u G h �O O O O O. V 7 M O O u u h o v'i O O �, vi O o M D. V GCr u U 00 N (�•. -. W N �O �/'1' wr Vl V1 p aQ 69 64 69 N 69. 6A 69 rq. N N O O O\ W+ 69 4f .r yG C IT GM u u u °j u u •c - `a �a ❑ -c a; c 0 0 COI y O C : O O h bU ooM fO oov� � o 0 m c o O p o0 6s 69 V1 In y N ry b9 69 N N 64 E ti � cc Ll 1 1 a W E E A r� ...a �l U U .-a i••a U U U C C a a 7 rA D o po E c CD O �n rd 'L7 TJ N oc O� O u C N V1 O O C U U y 0 0 —m U U E [ a o cli It o rL N. N u •� C u G c C b O C C O oo N c 5 E14:1 v E -'r 'T _ u o a •u � � a A ati A y A � C ° ° °�� 0 0 p 0 Uc v ti o`b Q > > W aaa P U N C >> W O O O. p E U U v aci aCi U U U aai . a m Q W a o o N a c o o o -Nm o aa3 0 o aaa "C 'C "C u u u ° O O �;cnv Fin nr� F x F F O zvQFozZQQQ h c d M e to 'C 00 O� M o � Q¢QQ al U y z Oz F H H