Loading...
HomeMy WebLinkAboutPR13039:THOMAS BLVD HIKE & BIKEPUBLIC WORKS DEPARTMENT COUNCIL ACTION MEMO TO FROM SUB'IECT DATE Steve Fitzgibbons, City Manager .lohn A. Comeaux, P.E., Director of Public Works P.R. #13039 - Rescind Res. No. 03-136, Authorize Amendment #1 to Advance Funding Agreement February 16, 2005 RECOI4MENDATION: ]~ recommend that the City Council approve Proposed Resolution No. 13039, rescinding Resolution No. 03-136 and authorizing the execution of Amendment #1 to the Advance Funding Agreement with the State of Texas. BACKGROUND: An Advance Funding Agreement with the State was entered into for building a Hike & Bike Trail in Thomas Boulevard using Statewide Transportation Enhancement Program funds. The project was designed and bid, with the lowest bid being more than twice the available funding. Because of this, Resolution No. 03-136 was passed, withdrawing support from this project. This year, due to the postponing of a major project in Beaumont, Congestion Mitigation/Air Quality (CMAQ) funding became available. TxDOT has written an amendment to the existing Advance Funding Agreement roiling the previous Enhancement project into the CMAQ program. BUDGETARY/FISCAL EFFECT: Executing Amendment #1 to the Advance Funding Agreement will allow the previously expended design costs to count toward the CMAQ project, otherwise, the City will owe TxDOT $13,113.01 for moneys that TxDOT will not be able to recover from Federal funds. EMPLOYEE/STAFF EFFECT: None SUMMARY I recommend that the City Council approve Proposed Resolution No. 13039, rescinding Resolution No. 03-136 and authorizing the execution of Amendment #1 to the Advance Funding Agreement with the State of Texas. .lohn A. Comeaux, P.E. Director of Public Works .1AC/reb Z:\engineer\docu ments\CAMS\TxDO'l-rhomH -B,doc P.R. 13039 02/15/05 reb RESOLUTTON NO. A RESOLUTI[ON SUPPORTTNG THE THOMAS BOULEVARD Hi'KE & BIKE TRAI~L~ AUTHORIZI'NG THE CITY MANAGER TO EXECUTE AN AMENDF4ENT TO THE EXISTING ADVANCE FUNDING AGREEMENT BETWEEN THE CI'TY OF PORT ARTHUR AND THE STATE OF TEXAS~ DATED FEBRUARY 15, 1996, AND RESCTNDI'NG RESOLUTION NO. 03-136. WHEREAS, pursuant to Resolution No. 95-179, the City entered into an Advance Funding Agreement with the State of Texas (CS]: 0920-38-096) for Statewide Transportation Enhancement Program funds for the Thomas Boulevard Hike & Bike Trail (attached as Exhibit "A'~; and, WHEREAS, the Hike & Bike Trail in Thomas Boulevard was designed and bid with the lowest bid being more than twice the available funding; and, WHEREAS, the City Council passed Resolution Number 03-136 withdrawing support for this project due to lack of funds (attached as Exhibit "B"); and, WHEREAS, Congestion Mitigation/Air Quality (CMAQ) funding has now become available for this project; and, WHEREAS, the Advance Funding Agreement needs to be amended to roll the Enhancement Program project into the CMAQ program as recommended by the Texas Department of Transportation; now, therefore, BE IT RESOLVED BY THE CITY COUNCl'L OF THE Cl-DY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, Resolution Number 03-136 is hereby rescinded; and, P.R. 13039 Page 2 THAT, the City Manager is hereby authorized to execute Amendment #1 to the Advance Funding Agreement with the State of Texas (CS]: 0920-38-096), a copy of said amendment being attached hereto and made a part hereof as Exhibit"C"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the at a day of , A.D. 2005 meeting of the City of Port Arthur, Texas by the following vote: Ayes: __ Mayor: . Councilmembers: , Noes:, Atte~: Mayor City Secretary APPROVED ASTO FORM: City Attorney P.R. 13039 Page 3 APPROVED FOR ADMINISTRATION: Steve Fitzgibbons City Manager ]olin A. Comeaux, P.E. Director of Public Works Z:\engJneer\Documents\Resolutions\?R13039.doc EXHIBIT "A" To the Resolution STATE OF TEXAS COUNTY OF TRAV1S Jefferson County City of Port Arthur CS J: 0920-38-096 Phase I - Port Arthur Pedestrian and Bicycle Routes AGREEIVlENT THIS AGREEMENT, is made by and between the State of Texas, acting by and through the Texas Department of Transportation, hereinager called the "State" and the City of Port Arthur, Jefferson County, Texas, hereinafter called the "City", acting by and through its City Manager by virtue of the authority shown in "Exhibit A" attached hereto and made a part hereof. WITNESSETH WHEREAS, Title 23 U.S.C. Section 133 establishes surface transportation programs to be implemented by the State's Transportation Agencies, including transportation enhancement activities; and WHEREAS, the Texas Transportation Commission (the Commission) by Minute Order 102922, dated November 30, 1993, established the "Texas Statewide Transportation Enhancement Program" to be developed, monitored, and approved by the Commission; arid WHEREAS, the City has offered to participate in the development of the project, by providing funding required by the State, as shown in attached "Exhibit B"; and WHEREAS, on the 16th day of August, 1994, the City Council of the City of Port Arthur, Texas passed a resolution, attached hereto and identified as "Exhibit B", authorizing the City's participation in the development of the Project; and WHEREAS, Title 23 U.S.C. Section [20 (b) establishes that the federal share of funding for transportation enhancement activities shall not exceed eighty percent {80%) of the total cost of the project; and WHEREAS, the City, as evidenced by the attached ~'Exhibit B", has assumed sponsorship of the proposed construction on behalf of the City of Port Arthur, made application to the Commission for ISTEA Enhancement funding for 3_ 0920-38-096 surveying, engineering design work, and construction for the proposed construction project (hereinafter referred to as the "Project"), and has agreed to provide $20,000 or' local match funding; and WHEREAS, on the 30th day of November, 1994, the Texas Transportation Commission passed Minute Order 104682, aUached hereto and identified as "Exhibit C", authorizing the project through the State Transportation Improvement Program and committed $80,000 of ISTEA Enhancement fun~ to the Project for surveying, en~neering design, and construction work. AGREEMENT 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 ms hereinafter set forth, it is agreed as follows, 1. C~ This agreement becomes effective upon final execution by the State and shall terminate upon completion of the Project unless terminated or modified as hereinafter provided. 2. SCOPE OF PROJECT The State and City agree that the scope of the project shall be limited to the scope authorized by the Texas Transportation Commission. The work to be performed by the City will include all that is necessary to let the Project to contract and complete construction of the Project. 3. ACOUISITION OF KIGHT-OF-WAY No fight-of-way acquisition will be necessary for this project. 4. UTILITY ADJUSTMENTS/RELOCATIONS Any utility adjustments or utility relocations will be the responsibility of the City, however no adjustments are anticipated. 5. ENVIRONMENTAL MITIGATION A. In the event a significant and unexpected environmental problem arises within the development of the Project, the City will have the opportunity to analyze the situation and determine how they choose to proceed with the project. In the event enviromnental problems arise and the City wishes to proceed with the Project, the City will be responsible for the mitigation and remediation of any environmental problems associated with the development and construction of the Project. 2 0920-38-096 The City shall providc to the State written certi~cation fi'om the appropriate regulatory agency(s) that the environmental problems have been remediated. The City will not let the construction until all environmental problems have been remediated. B. Alt costs associated with the remediation of the environmental problems shall be the responsibility of the City. These costs will not be reimbursed or credited towards the City's financial share of the Project. 6, SERVICES A. The City will utilize the services of a consultant for the development of the project. The City will prepare and distribute a Request for Proposal (RFP) and select a qualified engineering consultant according to a written procurement procedure approved by the State and fo[lowing Federal rules and guidelines as established in 23 CFR Pan 172, The selection procedures to be utilized by the City must have the State's approval prior to the distribution of the RFP. Development of the plans shall include enviromnental assessment and holding or' a public meeting and/or affording an opportunity for a public hearing. The City will enter into the contract with the selected consultant and make payments to the consultant from the project funding described below. B, The City shall stipulate as part of their contract with the consultant that the consultant must produce a revised schedule and budget and justification for anything that deviates from the contract before the consultant is paid. C, The City shall make it necessary for the consultant to produce physical progress before the consultant is paid, D. The P.S.&E. shall be developed by the City or. its consultant in accordance with the State's latest Standard. Specifications for Construction of Highways, Streets, and Brid~es and AASHTO Guide for Develot~ment of Bicycle .Facilities. The City shall submit the completed plans to the State for review and approval. Should the State determine that revisions are required to the plans, the City or its consultants shall make the necessary revisions. The City shall not let the construction contract until the P.S.&E. has been granted approval by the State. E. The State will coordinate the preparation of the P.S.&E. and environmental and public involvement documentation with the appropriate division(s). The State will be responsible for verifying the eligibility of specific items. F. The City will submit to the State all documentation relating to actual costs incurred associated with the development of the project. Reasonable costs incurred by the City after the City has obtained written authorization from the State will be eligible for reimbursement. 7, CONSTRUCTION RESPONSIBILITIES 0920-38-096 A. The City will be responsible for the construction of the Project. Actual construction shall be performed by contract awarded by competitive bidding. The City shall comply with the applicable regulations and requirements established in 23 CFR Part 635, Subparts A, C, and D. The City shall develop written construction contract procedures for the State's review and approval. The City shall not initiate the bidding process until approval of the procedures has been obtained from the State and a ~'Letter of Authority" has been ismcd by the Federal Highway Administration. B. In accordance with the requirements established in 23 CFR Part 633, Subpart A, the City shall include the latest version of Form "FhqVA-1273" in the contract bidding documents. The required contract provisions contained in Form FHWA-1273 shall apply to ail work perfmaned on the contract by the contractor's own organization and to all work performed on the contract by piecework, station work or by subcontractor. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the requirements contained in the provisions of Form FHWA-1273. C. Any change orders, supplemental agreements, or additional work orders which may become necessary subsequent to the award o[the construction contract shall be the responsibility of the City and mbject to the approval of the State. The City shall provide or cause to be provided all inspection services and testing services as may be required to ensure that the construction of the Project is accomplished in accordance with the approved contract documents. The State will perform periodic reviews o~' Project construction to ensure compliance with applicable regulations. D. If at any point in the duration of the Project, the State finds any portion of the Project unacceptable or not in compliance with the federally approved terms of the Project, the City shall delete that item and/or will not be reimbursed for any expenditures made for that item. 8. PROJECT FUNDING A. The total costs for the project is estimated at $100,000.00. B. The State will be responsible to secure the federal share of the funding required for the development of the project, an amount not to exceed $80,000.00, or 80% of the actual Project cost, whichever is less. The City will be responsible for any non-federal participation costs associated with the project. C. The City will remit a check or warrant made payable to the "TEXAS DEPARTMENT OF TRANSPORTATION" in the amount o1' $250.00 upon execution of this a~eement. This amount is based on twenty percent (20%) of the estimated costs incurred by the State to review the engineering documentation and other 0920-38-096 incidental costs. Sixty (60) days prior to the date set for receipt of the construction bids, the State will notify the City that tho Non-Federal funding share to be incurred by the State in performing construction related administrative tasks is required. The City shall remit a check or warrant in the amount established by the State within thirty (30) days from receipt of the State's written nofi fication to the address provided herein.. D. In the event the State determines that additional funding is required by the City at any time during the development of the project, the State will notify the City in writing of the additional amount. The City will make payment to the State within thirty (30) days from receipt of the State's notification. Upon completion of the project, the State will perform an audit of the costs and any funds due the City will be promptly returned. E. The City shall comply with the cost principles e~ablished in OMB Circular A-87, "Cost Principles for State and Local Governments". F. The City shall make payments to the consultant and the contractor and submit records of payment to the State using the State's reimbursement procedures to obtain reimbursement of the federal funding percentage. G. The City shall submit to the State all documentation relating to the actual costs incurred associated with the engineering, survel, ing, development, construction, and construction management of the Project. Reasonable costs incurred bythe City after the City has obtained written authorization from the State will be eligible for reimbursement at an amount not to exceed the applicable federal reimbursement percentage of the actual costs. The State shall review all records and approve items subject to reimbursement before the State will issue the reimbursement to the City. H. The State shall submit the approved reimbursements by check or warrant made payable to the "City of Port Arthur." The State will make payments to the City within thirty (30) days from receipt of the request, provided the request for reimbursement is properly prepared and documented. The State will withhold five percent (5%) retainage from each reimbursement payment made to the City. I. The Citywill provide written notification to the State upon completion of the project. The State will perform an audit of costs ~sociated with the Project, and funds due to the City, including funds withheld in retainage, will be promptly returned. J. No costs incurred by the City or tb.e State prior to the [mai execution of this agreement are reimbursable. 9. COMPLETION OF PROJECT Upon completion of the Project, the State will issue to the City a'~Notification of Final Completion," acknowledging 5 0920-38-096 that the Project has bcen complcted and all financial commitments have been pcrformed. 10. _MAINTENANCE Upon completion of the Project, the City will assume all responsibility for maintcnancc and operations costs of the completed project. 11. _O~%94ERS[IIP OF DOCUMENTS Upon completion or termination of this agreement, all documents prepared by or for the City shall r~n'iain the property of the City. All documents prepared by or for 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. !.2. ~TER2MINATION 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. B. The termination of this agreement shall extinguish all rights, duties, obligations and liabilities of the State and City under this agreement. If thc potential termination of this agreement is due to the failure of the City to fuLfill its contractual obligations as set forth herein, the State will notify the City that possible breach of contract has occurred. The City should make every effort to remedy the breach as outlined by the State within a period mutually agreed upon by both parties. 13. INDEMNIFICATION To the extent permitted by law, thc City shall indemnify and save harmless the State, its officers, employees, agents and contractors from all claims and liabilities due to the activities of the City, its officers, employees, agents or contractors. Additionally, to the extent permitted by law, the City shall save harmless the State, its officers, employees, agents and contractors from any and all expenses, including attorneys fees and court costs which may be incurred by the State in liti~tion or othep,vise resisting said claim o f liabilities which might be imposed on the State as the result of such activities by the City, its officers, employees, agents or contractors. 14. AMENDMENTS Any changes in the time frame, character, agreement provisions or obligations of the parties hereto shall be enacted by ~witten amendment executed by both the City and the State. 6 0920-38-096 15. _LEGAL CONSTRUCTION In case one or more of the provisions contained in this agreement shall for any reason b~ held invalid, illegal or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions hereof and this agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 16. REMEDIES Violation or breach of contract terms by the City shall be grounds for termination of the agreement, and any increased cost arising from the City's dehuh, breach of contract, or violation of terms shall be paid by the City. This agreement shall not be considered as specifying the exclusive remedy for any default, but all remedies existing at law and in equity may be availed by either party and shall be cumulative. 17. NOTICES All notices to either party' by the other required under this agreement shall be deliv.ered personally or sent by certified or US mail, postage prepaid, addressed to such party at the following respective addresses: State: Texas Department of Tmnspor~auon 8350 US 69 P.O. BOX 3468 Beaumont. TX 77704 City: Ci~ of Po~Arthur Plaaning Department P.O. Box 1089 Pon Arthur, TX 77641 All notices shall be deemed given on the date so delivered or so deposited in the mail. unless otherwise provided herein. Either party hereto may change the above address by senaing vaitten notice of such change to the other in the manner provided herein. This agreement constitutes the sole and only agreement between the parties hereto and supersedes any prior 7 0920-38-096 understandings or written or oral agreements respecting the within subject matter. 19. MiNORiTY BUSINESS ENTERPRISE PROGRAM REOUIREMENTS The City shall comply with the "Minority Business Enterprise Program Requirements" established in 49 CFR Part 23, Subpart D. 20. INSPECTION OF BOOKS AND RECORDS The State will, for purpose of termination of the agreement prior to completion, examine the books and records of the City for the purpose of checking the amount of the work performed by the City at the time of contract termination. The City shall maintain al1 hooks, documents, papers, accounting records and other documentation relating to costs incurred under this agreement and shall make such materials available to the State, Federal Highway Administration (FIB.VA) and their duly authorized representatives for review and inspection at its office during the contract period and for a minimum of four (4) y~ars ~-om the date of completion of work defined under this contract or until any audit, issue or impending litigation is resolved. Additionally, the State, FHWA and their duly authorized representatives shall have access to all records of the City which are directly applicable to this agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 21. OMB AUDIT REOUIREMENTS The City shall complywith the 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 A-128. 22. pROCURENLENT AND PROPERTY MANAGEMENT STANDARDS. The City shall adhere to the procurement standards established in Title 49 CFR Part 18.36 and the property management standards established in Title 49 CFR Pan 18.32. 23. COMPLIANCE WITH LAWS The City shall comply with all Federal, State, and local laws, statutes, ordinances, roles, and regulations, and the orders and decrees of any court, adininistrative bodies, or tribunals in any matter affecting the performance of the agreement. 24. CIVIL RIGHTS COMPLIANCE The City shall comply with the regulations of the Department of Transportation as they relate to nondiscrimination (49 CFR 21 and 23 CFR 710.405 "B"); also Executive Order 11246 titled "Equal Employment Opportunity", as amended by Executive Order 11375 and as supplemented in the Department of Labor regulation (41 CFR 60). 8 0920-38-096 25. _D_EBARMENT CERTIFICATIONS The City ts prohibited fi'om making any award at any time to any pm'ty which is debarred or ~uspended or otherwise excluded fi'om or incli~ble roi' participation m Federal assistance programs under Executive Ordm' 12549. Debarment and Suspension. The City shall rcqmre any party to subcontract or purchase order awarded under this contract as specified in Title 49 oFthe Code o[Fcderal Regolations. Part 29 (Debarment and Suspenston} to cea'ti fy its eligibility to receive Federal funds and. when requested b} the State. to furnish a copy of the certification. By: IN TESTIMONY I IEREOF. the putties hereto have caused thcse presents to be executed in duplicate counterparts. THE CIIY OF PORT ARTIIUR. TEXAS LESLIE E. MCMAHEN, Ty cd Name A~ING CITY MANAGER Title 1 ~/2,. ~._./~ ATTEST~ city / TIlE STATE OF TEXAS Executed for the Executtve Director and approved by the Texas Transportation Comm~ion under the authority of M~nute Order No. 100002 and Aaministrative Circular 26-93. for the purpose and effect of activating and canting out the orders. established policies or wm'k prog~'ams heretofore approved by thc Texas TranspolXation Commission. · By: ~ ~k..3 %,~, x ~ ,..~,..r~ r, ............:.._ r~: ......... 'r. nx::c;~at!:n Plxnn'ng :nd .% L'['C~'~;Y,?£. Walter O. ~rook-, -~,,-,~ ..................... '" ' Davdcp:.nsnt Beaumont District Engineer Date 9 0920-38-096 EXHIBIT "A" To the 1995 Agreement STATEW'IDE TRANSPORTATION ENI-IANCEb[ENT PROGRAM Second Call ENV Control CSJ PROJECT NAbrE Federal Funds Number Authorized BEAUMONT DISTRICT 3M.IF.IM19 0920-38-906 Port Afl&ur Peal & Bike Rtes $80,000 BM.IF.0422 0920-38-903 Jefferson Co. Courthouse $592,504 BM.IF.0424 0920-38-905 YMCA Redevelopmeat Project $583,506 BM.TL.0423 0920-13-901 Do,rood H/'B Trail $348,000 district subtotal $1,604,010 BRYAN DISTRICT BR.RT.0439 0917-18-971 C'uzzeri Building $253,785 BR.RT.0442 0917-18-970 Heame Station Depot $200,732 district subtotal $454,517 BROWNW¥OOD DISTRICT EIW. CI.0656 0923-17-910 Old Corn Historical Park $48,000 CI::E[LDI/~SS DISTRICT CLCT.0556 0032433-915 Heritage Museum Project $14,457 CI.CT.0584 0032-03-914 Cottle County Courthous.~ $55,268 CI.HX.0587 0097432-908 Qunnah, Acme & Pacific KR $177,603 district subtotal $247,328 CORPUS CBtLISTI DISTRICT CC.BE.0600 0916-25-901 Hail-Rialto Preservatloa $65,721 CC.GD.0593 0916-26-900 Goliad Co. HFB Nature Trail $287,858 CC.KL.0599 0916-39-901 North Padre Island Scenic $3,520,000 CC.$P.0597 0916-28-902 City of Portland H/B TraLl $1,489,600 CC.SP.0601 0916-28-900 San Patriclo Co. Courthouse $200,000 district subtotal $5,565,I 79 DALLAS DISTRICT DL.DL.0855 0918-47-993 Lancaster MKT Depot $17,902 DL.DL.0876 0918-47-962 McKiuney Ave. Trolley $4,590,000 EXIZB31T A. Page 2 November 30, 1994 EXHIBIT To the 1995 Agreement FOR * ADMINISTRATIVE * USE ONLY' REQUESTED BY: pURPOSE: LOCATION: DALE WATSON, DIR. OF pLANNING TRANSPORTATION~ENHANCEMENT pROGRAM APPLICATION SOUTH OF krwY 731 t ' WHERE application for funding under the Statewide Transportatl°n Enhance.me~ Program; and, WHEREAS, the city of Port Arthur wishes to submit an applicatic for a bike.path/pedestrian walkway networ!c; and, WHEREAS, the total cost of this project~is $100,000 and the loca share of this project is 20%; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHU5 THAT the city Manager is hereby authorized to submit for funding undE a copy of saJ application to the Texas Department of Transportation the Statewide Transportation Enhancement Program, application being attached hereto as Exhibit "A"; THAT the city of Port Arthur commits to providing the Twen~ Thousand ($20,000) Dollars local share of this project. READ, ADOPTED AND APPROVED this ~. day of August, A.D., 199~ at a Regular Meeting of the city C0u~1 of the City of Port Arthur P.R. NO. 9096 AUGUST 16~ 1994 page 2 ATTEST: APPROVED AS TO FORM: __CX~-y~ATTQRN$~ APPROVED FOR ADMINISTRATION: .DIRECTOR OF PLANNING 'DIRECTOr{ OF FINANCE dale19\pr9096 EXHIBIT I! C VV To the 1995 Agreement TEXAS TRANSPORTATION COM3.USSION VARIOUS County ORDER Page I of 3 Pages Distdct VARIOUS WHEREAS, Title 23, United State~ Code, Section 133(d)(2), and Section 160(e)(2), and Section i015(d)(2) of the lmermodal Surface Transportation Efficiency Act of 1991 (ISTEA) require that tea percent of certain funds appor~:ioned to a state pursuant to Title 23, United States Code, Section 104('o)(3) be used for transportation enhancement activities; and WHER]EAS, the Texas Transportation Commission (the cormnission) by Minute Order 104227, dated Augnst 25, 1994, established Category 4B, Texas Storewide Transportation Enhancement Program, of the Project Devel% meat Plan to be developed, monitored, and approved by the commission; and WHEREAS, pursuant to Title 43, Texas Administrative Code CPAC), Section 11.203, a 90 day call for nominations of candidate projects was published in the Texas Register May 17, 1994; and WHEREAS, nominatlorm were received by the Texas Department of Transportation (the department) and were evaluated for eligibility and technical standards pursuant to Title 43, Texas Administrative Code, Section I 1.200 - 11.205; and WI-IEKEAS, pursuant to Title 43, Texas Administrative Code, Section 11.204, depm-tment staff recommends to the commission a program of candidate projects shown in Exhibit A, each project being recommended for selection based on: (A) the list of all eligible candidate projects and scores provided by the Transportation Enhancement Project Evaluation Committee CfEPEC), together with any comments or recommendations included in TEPEC's resolution; other issues relevant to consideration of any candidate project for funding, including: (i) policy matters; (ii) consistency of the candidate project with the statewide long-range transportation plata; (iii) the candidate project's benefit-cost ratio, calculated by dividing the project score by the project's estimated cost; (iv) the priority ranking assigned the candidate project by the nominating entity; (v) evidence of public support for the candidate project; (vi) evidence of the comn-dtment of project sponsors to provide more than the minimum required non-federal share of allowable project costs and their ability to do so; TEXAS TRANSPORTATION CO~[ISSION V_~AP. IOUS ORDER Page 2 of. 3 Pag~ Distdct VARIOUS (vii) an evaluation of proposed projects indicating the extent to which each project will meet accepted standards as established by applicable law and by accepted professional practice; and (viii) the views, comments, and certifications, if any, of a Metropolitan Planning Organi?ation or a governing body of a city or count5:; (C) the potential benefit to the state of the candidate project; and the impact of the candidate project on the economies of each county and/or municipalities in which the project is to be located. NOW, THEREFORE, IT IS ORDERED that, based upon the rationale for selection of each project as shown La Exhibit B, the Executive Director is hereby authorized to proceed in the most feasible and economical mariner with any necessary agreements required for the development mad comstruction of the projects shown in Exhibit A, with prog~rnmlng in Category 4B of the 1994 Project Development Plan at the estimated amounts shown on Exhibit A; and IT IS, HOWEVER, UNDERSTOOD THAT Ordy the items and their associated cost determined eligible for the Tranaportatton Enhancement Pfio~am funds as identified by the Intermodal Surface Transportation Efficiency Act of 1991 and Title 43, Texas Administrative Code, Sections 11.200 ~ 12.205, and verified by project development will be eligible for the Transportation Enhancement Program. Prior to authorizing any funds or the performance of any work for projects selected that alt appropriate local agreements identifying · responsibilities and escrow amounts must be executed between the department and the appropriate local entity. The deparm~ent will administer the development, contracting, construction, and management of projects approved by this action irt accordance with applicable contracting statutes and Title 43, Texas Administrative Code, Section I 1.205. Approved projects will be developed to encourage public input and involvement consistent with the department's established public involvement procedure. All administration, development, engineering and contingencieS, design, and construction costs incurred by the department will be charged to each respective project. VARIOUS County District VARIOUS TEXAS TRANSPORTATION COMA~kSSION M]2NU'rE ORDER Page 3 of. 3 Pages For each project shown in Extiibit A and verified as eligible by project development that the federal funds in Exhibit A must be matched, by a minimum of 20% by local dollars. Any expense incurred over and above the federal funds shown in Exhibit A for administration, development, engineering and contingencies, design, and construction must be paid by the project sponsor. Prior to authorizing any funds or the performance of any work for the projects selected by the commission the project must be added, to the Transportation Improvement Plan by the respective Metropolita~ Planning Office and added to the State Trarmportation' Improvement Plan by the department. If the project sponsor or nominator withdraws support for an approved project the federal funds committed by the commission for that project will revert back to subsequent enhancement pro.am calls. Acquisition by the department of any land or interest in land, or of property or property rights of any kind or character required for development of a project shall be subject to the authority and limitations of Articles 6674w-3 and 4477-9a, V.T.C.S. consistent with the department's prescribed acquisition policies and procedures. Sub 'm'm~. by: . -.-,./. 'R~q~ Director, Environmental. Affairs Division ISeputy Executive Director for / ~ //~'-~ Transportation Planning and Development __ _. ----<._ ~ Executive Director ~ Minute Number LF.U :30 .9'1 Date passed ~, c ~ EXHIBIT II B II To' the Resolution P.R. NO. 12158 ~/16/03 vid RESO'U ON 0 A RESOLUTZON WI*THDRAWZNG CZTY OF PORT ARTHUR SUPPORT FOR THE TXDOT-FUNDED HZKE AND BZKE TRAZL PRO3ECT ON THOMAS BOULEVARD FROM HOUSTON AVENUE TO WOODWORTH BOULEVARDt ACCOUNT NO. 303-1603-591.8g-00t CIP WHEREAS, the Ob/ of Port Arthur first applied to the Texas Department of Transportation for funding of t~e Hike and Bike Trail project on Thomas Boulevard from Houston Avenue to Woodworth Boulevard in 199q; and, WHEREAS~ approval to advertise for bids for tt~e project was received from TxDOT in late 2002; and, WHEREAS, the project was bid in early 2003, with only one bid being received and which was double the amount of funds budgeted for the project; an~, WHEREAS~ the City Council of the Oty of Port Arthur did not desire to reduce the scope of the trail project since that would defeat the purpose of the project; and, WHEREAS, other options are available to the Ob/which would benefit from the use of current Oty funds committed to the trail project, name¥ improvements to Barbara .~acket ParldGilham Orc~e; now, therefore, BE tT RESOLVED BY THE CTTY COUNCZL OF THE CZTY' OF PORT ARTHUR: THAT the City Council of the Ob/of Port Arthur hereby w~thdraws its support for the Hike and Bike Trail project and instructs the Director of Public Works to notify the P.E. NO. 12158 Page #2 Texas Department of Transportation of this decision; and, THAT the City of Port Arthur will owe TxDOT approximately $13,113.01 for their work on the Hike and Bike Trail project that they will not be able to recover from Federal funds had the project moved forward; and, THAT the Director of Public Works is instructed to verify the exact amount owed to TxDOT and to settle the account; and, THAT the remaining City funds in Account No. 303-1603-591.89-00, CTP 507 be earmarked for the proposed improvements to Barbara 3acket ParldGilham Orcle; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOi:q'ED AND APPROVED this the ~-~ day of A.D. 2003 ~~ meeUng of the City of Port Arthur, Texas by the following vo~e: at a Ayes:~~ Hayor= Hayor APPROVED AS TO FORM: City Attorney P.R. No. ~.2258 Page #3 APPROVED FOR ADPIINISTRATZON: Cib/Manager Leslie E. McMahen, P.E. ~~<2~Direct°r of I;~bic Wor~ . ~F.~._~higpen'h'~-' ~/' Acting Parks Director VED AS TO AVAILABILITY OF FUNDS: Rebecca Underhill Rnance Director EXHIBIT "C" To nhe Resolution City of Port Arthur CS J: 0920-38-096 Port Arthur Hike and Bike Trail Facilities for pedestrians and bicycles ADVANCE FUNDING AGREEMENT AMENDMENT #1 THIS AMENDMENT IS MADE BY AND BETWEEN the State of Texas, acting through the Texas Department of Transportation, hereinafter called the State, and the City of Port Arthur, Texas, acting by and through its duly authorized officials, hereinafter called the City. WITNESSETH WHEREAS, the State and the City executed a contract on February 15, 1996 to effectuate their agreement for a transportation enhancement project which is briefly described as The Port Arthur Hike and Bike Trail; and, WHEREAS, it has become necessary to amend that contract; NOW THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, the State and the City do agree as follows: AGREEMENT Article '1. Description of Amended Items Initially, the City was awarded $$0,000 in Federal funding through the Statewide Transportation Enhancement Program to be combined with $20,000 in matching funds to be provided by the City for the completion of this project. The City was recently awarded $224,000 worth of Federal funds to be combined with $56,000 worth of local matching funds through the Congest[on Mitigation/Air Quality (CMAQ) Program to construct a similar project at the same location. As a result, Article 8 (A) should be amended to read "The total costs for the project are estimated at $380,000.00" and Article 6 (B) should be amended to read "The State will be responsible to secure the federal share of the funding required for the development of the project, an amount not to exceed $304,000.00, or 80% of the actual project costs, whichever is less." Additionally, the City was initially responsible for the construction of the Project. However, the addition of the CMAQ funds to the project require that the State administer construction responsibilities. As a result, Article 7 should be amended to read "The State will be responsible for the letting and award of the construction contract, without exception. Any field changes, supplemental agreements or revisions to the design plans which may occur after the construction contract is awarded will be submitted to the City for review and approval prior to the State authorizing the contractor to perform the work. Prior to completion of the Project, the State will notify the City of the anticipated completion date. The City will be afforded the opportunity to assist the State in the final review of the construction services performed by the contractor" and Article 8 (C) should be amended to read "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 and any other costs owing." Article 8(I) should be deleted from the agreement as well. All other provisions of the original contract are unchanged and remain in full force and effect. Page 1 of 2 Article 2. Signatory Warranty The signatories to this amendment warrant that each has the authority to enter into this agreement on behalf of the organization they represent. IN WITNESS WHEREOF, THE STATE AND THE CITY have executed duplicate counterparts to effectuate this agreement. THE CITY Name of City By: Signature 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. Printed Name Title Date By:. Name Title Date Page 2 of 2