HomeMy WebLinkAboutResolution - 2004-R0552 - Advance Funding Agreement For Intelligent Transportation Systems Project - 11_04_2004Resolution No. 2004-RO552
November 4, 2004
Item No. 29
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock an Advance Funding Agreement for an
Intelligent Transportation Systems Deployment Project, and any associated documents,
by and between the City of Lubbock and Texas Department of Transportation, a copy of
which Advance Funding Agreement is attached hereto, which shall constitute and be a
part hereof as if fully copied herein in detail.
Passed by the City Council this 4th day of November , 2004.
APPROVED AS TO CONTENT:
Je l D. H , Jr., P.E., City Traffic ngineer
APPROVED AS TO FORM:
G. Vandiver, Attorney of
DDresMThMundagreeRes
October 21, 2004
County: Lubbock
Resolution No. 2004—RO55:
Highway: Loop 2891 US 82
STATE OF TEXAS §
COUNTY OF TRAVIS §
LOCAL TRANSPORTATION PROJECT
ADVANCE FUNDING AGREEMENT
For An
INTELLIGENT TRANSPORTATION SYSTEMS DEPLOYMENT PROJECT
THIS AGREEMENT (the Agreement) is made by and between the State of Texas, acting by
and through the Texas Department of Transportation (TxDOT) hereinafter called the "State",
and the City of Lubbock (COL), 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 21 st Century (TEA-21) codified under Title 23 U.S.C.
Section 101 et seq., authorizes 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, 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 local governments to meet certain contract
standards relating to the management and administration of State and federal funds; and
WHEREAS, the Texas Transportation Commission passed Minute Order 108974, authorizing
the State to undertake and complete a highway improvement generally described as
preparation of plans, specification and estimate for integration of the traffic management
centers of the Lubbock District office of the State and City of Lubbock traffic operation center,
and construction of integrated network hereinafter referred to as "proiect"; and
WHEREAS, the Governing Body of the Local Government has approved entering into this
Agreement by resolution dated November 4, 2004 which is attached hereto and made a part
hereof as Attachment "A" for construction of Intelligent Transportation System at the location
shown on the Map in Attachment "B" hereinafter referred to as the Project.
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:
AFA — ITS Page 1 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
AGREEMENT
1. Period of the Agreement
This Agreement becomes effective when signed by the last party whose signing makes
the Agreement fully executed. This Agreement shall remain in effect until the Project is
completed or unless terminated as provided below.
2. Scope of Work
The scope of work for this project is described as the City of Lubbock ITS Deployment
Program and consists of two different projects.
Project 1 - The Preparation of the Plans, Specification and Estimate (P.S. & E.) for
an Intelligent Transportation Systems (ITS) Project that will integrate the traffic
management centers of the Lubbock District of the State and the city of Lubbock
traffic operation center
P.S. & E. will include the development of construction plans and any necessary software
required to integrate communication between the Texas Department of Transportation —
Lubbock District of the State, to the city of Lubbock's Traffic Management Center (TMC)
where the ITS functions will be housed. This project will facilitate the establishment of the
Amber Alert system for the Lubbock regional area. A consultant will be hired to write a
software routine to integrate the video surveillance information into the Local
Government's computerized traffic responsive traffic signal system and to integrate
Amber Alert System (AAS) into the computerized signal system for traffic management.
The project will include the design of software for the AMBER Alert/ Dynamic Message
Sign (DMS) program, which will be integrated into the City of Lubbock's TMC and TxDOT.
The surveillance information will be used to help select traffic signal timing plans in the
effected corridor for incident management. In addition the consultant will design the
hardware necessary to develop the communication infrastructure for the project. The
funds will also be used to pay a consultant to develop a report evaluating the benefits of
the project as required.
Project 2 - Construction of the Integrated Network
This will integrate TOOT traffic signalized intersections along S. Loop 289 corridor with
the Local Government's TMC. The funds will also connect TxDOT to the Local
Government's Traffic Management Center. The information will then be available to
TxDOT so that they can monitor the operation of TOOT owned traffic signals and the
AMBER Alert Program. The project will consist of integrating TxDOT freeway
management system that will be in the U.S. 82 (Marsha Sharp Freeway) project currently
under construction with the COL traffic signal system. There is to be several Amber Alert
Signs along the freeway. The funds will also be used to pay a consultant to develop a
report evaluating the benefits of the project as required.
3. Local Project Sources and Uses of Funds
a. The total estimated cost of the Project is shown in the Project Budget - Attachment "C"
which is attached hereto and made a part hereof. The expected cash contributions
from the federal or State government, the Local Governments, or other parties is
shown in Attachment "C". The State will pay for only those project costs that have
been approved by the Texas Transportation Commission.
AFA - ITS Page 2 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
b. This project cost estimate shows how necessary resources for completing the project
will be provided by major cost categories. These categories may 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. If the Local
Government is due funds for expenses incurred, these funds 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 this Agreement or approved
otherwise in an amendment to this Agreement.
e. Prior to the performance of any engineering 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 Attachment C. The Local Government will
pay at a minimum its funding share for the estimated cost of preliminary engineering
for the project.
f. At least one -hundred and twenty (120) 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.
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.
h. Upon completion of the Project, the State will perform an audit of the 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 project has been approved for a "fixed price" or an "incremental payment" non-
standard funding or payment arrangement under 43 TAC §15.52, the budget in
Attachment "C" will clearly state the amount of the fixed price or the incremental
payment schedule.
I. The state auditor may conduct an audit or investigation of any entity receiving funds
from the state directly under the contract or indirectly through a subcontract under the
contract. Acceptance of funds directly under the contract or indirectly through a
subcontract under this contract acts as acceptance of the authority of the state
auditor, under the direction of the legislative audit committee, to conduct an audit or
investigation in connection with those funds.
The State will not execute the contract for the construction of the project until the required
funding has been made available by the Local Government in accordance with this
Agreement.
AFA - ITS Page 3 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
4. Termination of this Agreement
This Agreement 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 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.
5. Amendments
Amendments to this Agreement due to changes in the character of the work or terms of
the Agreement, or responsibilities of the parties relating to the Project may be enacted
through a mutually agreed upon, written amendment.
6. 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.
7. 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.
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. 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 applicable statutes or rules, or;
c. as specified otherwise in this Agreement.
Prior to letting a construction contract for the 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.
8. Environmental Assessment and Mitigation
Development of a 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.
AFA - ITS Page 4 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 2891 US 82
b. The Local Government is responsible for the cost of any environmental problem's
mitigation and remediation.
c. The Local Government is responsible for providing any public meetings or public
hearings required for development of the environmental assessment. Public hearings
will not be held prior to the approval of project schematic.
d. The Local Government is responsible for the preparation of the NEPA documents
required for the environmental clearance of this project.
e. The Local Government shall provide the State with written certification from
appropriate regulatory agency(ies) that identified environmental problems have been
remediated.
9. 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 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).
10. Architectural and Engineering Services
The State has responsibility for the performance of architectural and engineering
services.
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.
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.
11. Implementation Responsibilities
a. The State shall advertise for project bids, issue bid proposals, receives and tabulate
the bids and award and administer the contract for implementation of the Project.
Administration of the contract includes the responsibility for project 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 contract.
In order to ensure federal funding eligibility, projects must be authorized by the State
prior to advertising for the project.
b. The State will use its approved contract letting and award procedures to let and award
the construction contract.
c. Prior to their execution, the Local Government will be given the opportunity to review
contract change orders that will result in an increase in cost to the Local Government.
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.
AFA- ITS Page 5 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
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.
12. Project Maintenance
The Local Government shall be responsible for maintenance of equipment and software
on its property after completion of the work and the State shall be responsible for
maintenance of equipment and software on its property after completion of the work,
unless otherwise provided for in existing maintenance agreements with the Local
Government.
13. Right of Way and Real Property
The State is responsible for the provision and acquisition of any needed right of way or
real property.
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, addressed to such party at
the following addresses:
Local Government:
City of Lubbock
P.O. Box 2000
Lubbock, Texas 79457
Attn: Jeryl D, Hart, Jr., P.E.
State:
Texas Department of Transportation
135 Slaton Road
Lubbock, Texas 79404-5201
Attn: William Frank Phillips, P.E.
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.
AFA — ITS Page 6 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 I US 82
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.
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 this 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 A-133.
AFA - ITS Page 7 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
24. 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 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 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 this Agreement, the parties affirm this lobbying certification with respect to
the individual projects and affirm 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.
AFA - ITS Page 8 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
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. Insurance
If this agreement authorizes the Local Government or its contractor to perform any work
on State right of way, before beginning work the entity performing the work shall provide
the State with a fully executed copy of the State's Form 1560 Certificate of Insurance
verifying the existence of coverage in the amounts and types specified on the Certificate
of Insurance for all persons and entities working on State right of way. This coverage
shall be maintained until all work on the State right of way is complete. If coverage is not
maintained, all work on State right of way shall cease immediately, and the State may
recover damages and all costs of completing the work.
29. 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 parties hereto have caused these presents to be executed in
duplicate counterparts.
THE LOCAL GOVERNMENT
Executed on behalf of the
�,City by:
GAL, MAYOR
ATTEST:
ebecca Garza, City Secre ry
APPROVED AS TO CONTENT:
JK13'Haff Jr., P.E., Ci Traffic ngineer
November 4, 2004
(Date)
November 4, 2004
(Date)
_ /cv 7
�-
(D'ate)
APPROVED AS TO FORM:
Z-7,lt2
V , Attorn�y of Co nsel (Date)
AFA - ITS Page 9 of 10 Rev. Nov. 2004
County: Lubbock
Highway: Loop 289 / US 82
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.
la� /vy
Carlos Lopez, P.E., Date
Director of Traffic Operations Division
Texas Department of Transportation
AFA - ITS Page 10 of 10 Rev. Nov. 2004
vUUIILy . t_uuuUL;rc
CSJ:
Highway: Loop 289 / US 82
ATTACHMENT A
RESOLUTION
Resolution No. 2004-RO552
November 4, 2004
Item No. 29
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock an Advance Funding Agreement for an
Intelligent Transportation Systems Deployment Project, and any associated documents,
by and between the City of Lubbock and Texas Department of Transportation, a copy of
which Advance Funding Agreement is attached hereto, which shall constitute and be a
part hereof as if fully copied herein in detail.
Passed by the City Council this 4th day of
ATTEST:
- -�) -0 0 A 0 C- . --
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
Je I D. ,-Jr., P.E., City Traffic ngineer
APPROVED AS TO FORM:
G. Vandiver, Attorney of
DDres1TDTadvfundagreeRes
October 21, 2004
November , 2004.
Page 1 of 1 Attachment A
...................
County: Lubbock
Highway: Loop 289 / US 82
ATTACHMENT B (Location Map)
Zj Q;
Revised 04.09.01 Page 1 of 1 Attachment B
County: Lubbock
Highway: Loop 289 / US 82
ATTACHMENT C
Project Budget and Description
The Local Government will participate in the cost of the procurement and installation of equipment. The
State has estimated the project to be as follows.
Project 1: Software and Hardware Design and Integration
Description
Total
Estimate Cost
Federal
Participation
State
Participation
Local
Participation
% Cost
% Cost
% Cost
PS&E and Software
Development
$ 400,000.00
0%
$ 0.00
100%
$400,000.00
0%
$ 0.00
Fiber Optic Integration
between TxDOT and
the City of Lubbock
$ 150,000.00
0%
$ 0.00
0%
$ 0.00
100%
$ 150,000.00
[TOTAL
$ 550,000.00
$ 0
$ 400,000.00
$ 150,000.00
Project 2A: South Loop 289
Description
Total
Federal
State
Local
Estimate Cost
Participation
Participation
Participation
% Cost
% Cost
% Cost
2 Amber Alert Signs
$ 360,000.00
100
$ 344,633.00
0%
$ 15,367.00
0%
$ 0.00
1) Westbound, east
of University Ave.
2) Eastbound, west of
University Ave.
1 Incident Managmt.
Systems
TOTAL
$ 360,000.00
$ 344,633.00
$ 15,367.00
$ 0
Page 1 of 3 Attachment C
County: Lubbock
Highway: Loop 2891 US 82
ATTACHMENT C (CONT.)
Project Budget and Description
Project 2B: US 82 (Marsha Sharp Freeway)
Description
Total
Federal
State
Local
Estimate Cost
Participation
Participation
Participation
% Cost
% Cost
% Cost
Ref. CSJ 0380-01-049
$ 180,000.00
0%
$ 0.00
100%
$ 180,000.00
0%
$ 0.00
(3A)
1 Amber Alert Sign
Westbound Loop 289
between Spur 327 &
50th St
Ref. CSJ 0380-01-064
$ 180,000.00
0%
$ 0.00
100%
$ 180,000.00
0%
$ 0.00
(Tech Project)
1 Amber Alert Sign @
Ave W
Ref. CSJ 0380-01-064
$ 300,000.00
0%
$ 0.00
100%
$ 300,000.00
0%
$ 0.00
(Tech Project)
Fiber Optic Integration
of Signalization, and
Incident Management
Systems
Ref. CSJ 0380-01-062
$ 360,000.00
0%
$ 0.00
0%
$ 360,000.00
0%
$ 0.00
(Slide. 341h Street)
2 Amber Alert Signs:
1) Westbound, east of
Slide Rd
2) Eastbound, west of
Slide Rd
TOTAL
$1,020,000.00
$ 0.00
$1,020,000.00
$ 0.00
TOTAL OF ALL
PROJECTS
$ 1,930,000.00
o
17.8 /o
$344, 633.00
74.4%
$ 1,435,367.00
7.8%
$ 150,000.00
Page 2 of 3 Attachment C
7
County: Lubbock
SOURCE OF FUNDS REQUESTED
Highway: Loop 289 / US 82
ATTACHMENT C (CONT.)
The Local Government will participate in the cost of the procurement, installation of equipment, and
inspection of construction. The State has estimated the project costs to be as follows.
Total Itemized Budget
1. $ 1,930,000.00
In -Kind Contributions (City of Lubbock):
Cash $ 0.00
Materials and supplies $ 100,000.00
Services (Labor) $ 50,000.00
Total In -Kind Contributions 2. $ 150,000.00
Subtotal Value of Project (Line 1 - Line 2) 3. $ 1,780,000.00
State Participation:
TxDOT 4. $ 1,435,367.00
Federal Funds Requested 5. $ 344,633.00
Engineering and contingencies charges will be based on actual charges.
Local Government's Participation = $1.50,000.00
It is understood that the proposed improvements will be done by the State and the Local Government
will transmit to the State with the return of this Agreement, executed by the Local Government, a
warrant or check in the amount of $0.00 made payable to the "Texas Department of Transportation" to
be used solely for the cost of improvements as requested by the Local Government. It is further
understood that the State will include only those items for the improvements as requested and required
by the Local Government. This is a construction estimate only; final participation amounts will be based
on actual charges to the project.
Page 3 of 3 Attachment C