HomeMy WebLinkAbout1994-167E:\NPD0CS\0RD\FUELPR0.0R0
ORDINANCE NO. L
AN ORDINANCE OF THE CITY OF DENTON, TEXAS AUTHORIZING THE CITY
MANAGER TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF DENTON AND THE
TEXAS DEPARTMENT OF TRANSPORTATION FOR FUNDING OF ALTERNATIVE
FUELS; AND PROVIDING AN EFFECTIVE DATE.
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the City Manager is hereby authorized to
execute an Agreement between the City of Denton and the Texas
Department of Transportation for funding of alternative fuels, a
copy of which is attached hereto and incorporated by reference
herein.
SECTION II. That the City Council hereby authorizes the
expenditure of funds as provided in the Agreement.
SECTION III. That this ordinance shall become effective immed-
iately upon its passage and approval. ��
PASSED AND APPROVED this the /✓ day ofJeJ, 1994.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
1� ON\1*14A�Qa_�M
BY:
APPROVED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
Agreement No. J r - (11 D/3
STATE OF TEXAS
*
COUNTY OF TRAVIS
AGREEMENT FOR FUNDING OF
ALTERNATIVE FUELS PROGRAM
THIS AGREEMENT, is made by and between the State of Texas, acting by and
through the Texas Department of Transportation, hereinafter called the "State"
and the City of Denton, acting by and through its authorized officials,
hereinafter called the "Recipient".
W I T N E S S E T H
WHEREAS, the Intermodal Surface Transportation Efficiency Act of 1991,
("ISTEA") codified under Title 23 U.S.C. Section 101 et seq., establishes the
National Intermodal Transportation System that is economically efficient and
environmentally sound, provides the foundation for the nation to compete in the
global economy, and will move people and goods in an energy efficient manner; and
WHEREAS, Title 23 U.S.C. Section 149 establishes a congestion mitigation
and air quality improvement program ("CMAQ") to contribute to the attainment of
a national ambient air quality standard to be implemented by the States'
Transportation Agencies; and
WHEREAS, Title 23 U.S.C. Section 134 establishes that Metropolitan
Planning Organizations ("MPO's") and the States' Transportation Agencies develop
transportation plans and programs for urbanized areas of the State; and
WHEREAS, Title 23 U.S.C. Section 120 establishes that the Federal share
of funding for CMAQ programs will not exceed eighty percent (80%) of the cost of
the desired activity; and
WHEREAS, Dallas, Tarrant, Collin and Denton Counties have been designated
by the Clean Air Act Amendments of 1990 as an ozone nonattainment area, and thus
qualifies for CMAQ funds; and
WHEREAS, the North Central Texas Council of Governments, hereinafter
identified as "NCTCOG", as the Metropolitan Planning Organization for the Dallas -
Fort Worth Metropolitan area and Denton and Lewisville urbanized areas, has the
7/25/94 Page 1 of 7
responsibility for developing transportation control measures for the State
implemention plan to assist in the reduction of ozone -forming mobile emissions;
and
WHEREAS, a program of converting new and existing vehicles from
conventional fuels to alternative fuels is desired, to be hereinafter identified
as the "Alternative Fuels Program"; and
WHEREAS, CMAQ funds have been made available to the State through the U.S.
Department of Transportation for the advancement of the Alternative Fuels
Program; and
WHEREAS, NCTCOG has submitted the Alternative Fuels Program through the
Texas Natural Resource Conservation Commission to the U.S. Environmental
Protection Agency for incorporation in the State implementation plan to assist
in the reduction of ozone -forming mobile emissions; and
WHEREAS, the State and the Recipient desire to enter into this agreement
to establish the parties' obligations and responsibilities associated with the
Alternative Fuels Program; and 1
WHEREAS, on the 13'day of („JQJLt� , 19?y, the Recipient's
ruling board, passed -en No. q Y' �t!'� attached hereto and identified as
D <t�CR
EXHIBIT A, authorizing the Recipient's participation in the Alternative Fuels
Program; and
WHEREAS, on the 29th day of July, 1993, the State's Texas Transportation
Commission passed Minute Order No. 102542, attached hereto and identified as
EXHIBIT B, authorizing the Alternative Fuels Program through the State
Transportation Improvement Program;
A G R E E M E N T
NOW, -THEREFORE, in consideration of the premises and of the mutual
covenants and agreements of the parties hereto to be by them respectively kept
and performed as hereinafter Bet forth, it is agreed as follows:
1. CONTRACT PERIOD
This agreement shall become effective on the date of final execution by
the State and shall terminate upon completion of all vehicle conversions
7/25/94 Page 2 of 7
subject to this Agreement or unless terminated or modified as hereinafter
provided.
2. SCOPE OF PROJECT
The Recipient shall agree to the terms and conditions of the
Specifications for Public Sector, Non -Transit Alternative Fuel Vehicles,
attached hereto and identified as EXHIBIT C.
3. FUNDING RESPONSIBILITIES
The maximum amount payable under this cost reimbursement agreement is
$ 33,000.00 This amount is based on the Cost Estimate, attached
hereto and identified as EXHIBIT D. The Recipient will be responsible for
securing the non-federal funding share required for financing the
Alternative Fuels Program. The Recipient will not incur any cost for
reimbursement until authorized by the State. State authorization will not
be granted until both FHWA authorization, to be attached hereto as EXHIBIT
E, is grantedi and, this Agreement is fully executed.- Conte incurred by
the Recipient prior to the above conditions will not be eligible for
reimbursement. The Recipient shall comply with the cost principles
established in OMB Circular A-87, "Cost Principles for State and Local
Governments".
4.
The State will reimburse the Recipient for properly supported costs
incurred under the terms and conditions of this agreement. The
reimbursement of costs will only include those applicable federal
participating funds. The Recipient shall submit the State's Form 132,
Billing Statement, or other type of invoice acceptable to the State to the
following address:
Texas Department of Transportation
9700 East R.L. Thornton
Dallas, Texas 75228
All billing statements shall be properly documented, summarizing the costs
by description of work performed and other incidental costs. The State
will make payment to the Recipient within thirty (30) days from receipt of
7/25/94 Page 3 of 7
the Recipient's request for payment, provided that the request is properly
prepared, executed, and documented. Unsupported charges or charges after
final acceptance by the State will not be considered eligible for
reimbursement. If applicable or necessary the State will prepare a final
audit upon completion of the services authorized herein or at any time an
audit is deemed to be in the best interest of the State.
5. TERMINATION
This agreement may be terminated by one of the following conditions:
(1) By mutual agreement and consent of both parties.
(2) By the State, upon thirty (30) days written notice to the Recipient
as a consequence of failure by the Recipient to perform the services
and obligations set forth in a satisfactory manner and within the
limits provided, with proper allowances being made for circumstances
beyond the control of the Recipient as determined by the State.
(3) By either party, upon thirty (30) days written notice to the other.
Termination of this agreement shall extinguish all rights, duties,
obligations or responsibilities established under this agreement. The
Recipient will not incur any costs eligible for reimbursement during the
thirty (30) day notice periods established hereabove.
6. INDEMNIFICATION
The Recipient acknowledges that it is not an agent, servant, or employee
of the State, and that it is responsible for its own acts and deeds and
for those if its agents or employees.
7. REMEDIES
Violation or breach of contract terms by the. Recipient shall be grounds
for termination of the agreement, and any increased cost arising from the
Recipient's default, breach of contract, or violation of terms shall be
paid by the Recipient. 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 of by either party and shall be
cumulative.
7/25/94 Page 4 of 7
8.
AMENDMENTS
Changes in the time frame, character, responsibilities, or obligations
authorized herein shall be enacted by written amendment. Any amendment
to this agreement must be executed by both parties.
9.
SUBLETTING
The Recipient shall not assign or otherwise transfer its rights or
obligations under this agreement without the prior written consent of the
State.
10.
INSPECTION OF RECIPIENT'S BOOKS AND RECORDS
The State will, for purpose of termination of the agreement prior to
completion, examine the books and records of the Recipient for the purpose
of checking the amount of the costs incurred by the Recipient at the time
of contract termination. The Recipient 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, Federal Highway Administration (FHWA) or its duly
authorized representatives for review and inspection at its office during
the contract period and for three (3) years from the date of final payment
under this contract or until impending litigation is resolved.
Additionally, the State, FHWA and its duly authorized representatives
shall have access to all records of the Recipient which are directly
applicable to this agreement for the purpose of making audits,
examinations, excerpts and transcriptions.
11.
LEGAL CONSTRUCTION
In case any one or more of the provisions contained in this agreement
shall for any reason, be held to be invalid, illegal, or unenforceable in
any respect, such invalidity, illegality, or unenforceability shall not
affect any other provision thereof and this agreement shall be construed
as if such invalid, illegal, or unenforceable provision had never been
contained herein.
7/25/94 Page 5 of 7
12. OMB CIRCULAR NO. A-128 AUDIT REQUIREMENT
The Recipient 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 paragraphs 6, 8 and 9 of OMB Circular No. A-128.
13. COMPLIANCE WITH LAWS
The Recipient shall comply with all federal, state and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of
any court, administration bodies, or tribunals in any matter affecting the
performance of the agreement.
14. NOTICES
All notices or documentation 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 respective
addresses:
State: Texas Department of Transportation
9700 East R.L. Thornton Freeway
Dallas, Texas 75228
Recipient:
City of Denton
215 E. McKinney
Denton, Texas 76201
All notices and documentation 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 sending written notice
of such change to the other in the manner provided herein.
15. SOLE AGREEMENT
This agreement constitutes the sole and only agreement of the parties
hereto and supersedes any prior understandings or written or oral
agreements between the parties respecting the within subject matter.
7/25/94 Page 6 of 7
IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed
in duplicate counterparts.
City of Denton
'Name okRecipient
By:DZ4
Q V•
Llbvd V. Harrell
Typed Name
City Manager
Title
September 13, 1994
Date
THE STATE OF TEXAS
Executed for the Executive Director and approved by the Texas Transportation
Commission under the authority of Minute Order No. 100002 and Administrative
Circular 26-93, for the purpose and effect of activating and carrying out the
ordere,''.established policies or work programs heretofore approved by the Texas
Transportation Commission.
By:
Cuellar, P.E.
Deputy Executive Director for Transportation
Planning and Development
Date
7/25/94 Page 7 of 7
VARIOUS County
District No. VARIOUS
TEXAS TRANSPORTATION COMMISSION
MINUTE ORDER
lV_XHI$IT `B"
Page 1 of , Pages
WHEREAS, the Project Development Plan (POP) of the Texas
Department of Transportation is a ten year plan which authorizes
project planning and development, and is submitted to the Texas
Transportation Commission for approval on an annual basis; and
WHEREAS, the 1993 Transitional PDP was structured and developed
with categories to utilize the Intermodal Surface Transportation
Efficiency Act of 1991 (ISTEA); and
WHEREAS, development and construction of many projects in the
PDP are subject to the approval/concurrence of the Metropolitan
Planning Organizations (MPOs); and
WHEREAS, the MPOs have recently made significant modifications
to the list of projects which they propose to include in their
Transportation Improvement Programs (TIPS); and
WHEREAS, the letting to contract of projects contained in the
PDP is further subject to the availability of projected funds; and
WHEREAS, the structure of the various categories of work,
including the description, the restrictions, the method of allocation
and policy of the 1993 Transitional PDP was outlined in Minute Order
101106 dated June 24, 1992 and amended in Minute Order 101590 dated
October 28, 1992; and
WHEREAS, Minute Order 101588 dated October 28, 1992 approved
the structure of the allocation program portion of the 1993
Transitional PDP, and authorized projects in various allocation
programs; and
WHEREAS, an update of these previously authorized projects and
policies is required to more accurately depict and properly guide
planning and development; and
WHEREAS, it is appropriate to address the status of the 1993
Transitional PDP and the approval of the 1994 PDP separately with
respect to mobility and allocation categories; and
;r ___- -r i� I L <rnL
ftir. I6 D-.v. I Prep Ans
Dir. o+ i.17"1. /WiV /AI'2o tc-rtJl
Dir. oC t�ain'� �,� =�= D-L• ( }
Dir. Trcv�s. iy�zs. ,
TEXAS TRANSPORTATION COMMISSION
VARIOUS -------,---County MINUTE ORDER Page 2 _of _5 pages
District No. VARIOUS
WHEREAS, for mobility categories, Minute Order 101106 and
subsequent Minute Orders 101586 and 101587 dated October 28, 1992
approved specific projects for various levels of authorization in the
1993 Transitional POP in Category 1 - Interstate Construction, Category
3A - National Highway System (NHS) Mobility, Category 3B - NHS Texas
Trunk System, Category 3D - NHS Traffic Management, Category 3E - NHS
Miscellaneous, Category 12 - Commission Strategic Priority and Category
13 - State Mobility; and
WHEREAS, for mobility categories, Minute Order 101588 and
subsequent Minute Order 101765 dated December 22, 1992 approved
specific projects for various levels of authorization in the 1993
Transitional POP in Category 4C - Surface Transportation Program (SIP)
Metropolitan Mobility/Rehabilitation, Category 4D - SIP Urban
Mobility/Rehabilitation, Category 4E - STP Rural
Mobility/Rehabilitation, Category 5 - Congestion Mitigation and Air
Quality Improvement; and
WHEREAS, for allocation categories, Minute Order 101588 and
subsequent Minute Order 101765 approved specific projects in the 1993
Transitional POP in Category 4A - 1993 Highway Safety Improvement
Program, 1993 Federal Railroad Signal Program, and 1993 Railroad School
Bus Signal Program, Category 6 - 1993-1995 On State System Bridge
Program, and 1993-1995 Off State System Bridge Program, Category 8 -
1992-1994 Farm to Market Road Program, and Category 16 - 1993 Railroad
Grade Cross Replanking Program; and
WHEREAS, several of the allocation programs approved in the
1993 Transitional POP currently have unobligated balances for which
projects have now been identified as additions to the previously
approved programs; and
WHEREAS, Minute Order 101765 authorized district allocations
for the allocation program portion of the 1994 POP, and directed that
when the projects have been selected for allocation programs (other
than "bank balance" programs), the programs be returned to the
attention of the Commission for approval of specific projects; and
TEXAS TRANSPORTATION COMMISSION
VARIOUS County MINUTE OROER Page 3 of S Pages
District No. VARIOUS
WHEREAS, projects have now been identified for the allocation
programs of the 1994 PUP;
NOW, THEREFORE, IT IS ORDERED that the structure of the various
categories of work, including the description, the restrictions, the
method of allocation and policy outlined in Minute Orders 101106 and
101590 is hereby cancelled; and
IT IS FURTHER ORDERED for mobility categories that the
authorization for the Category 3A - NHS Mobility, Category 3B - NITS
Texas Trunk Sytem, Category 3D - NHS Traffic Management, Category 3E -
NHS Miscellaneous, Category 12 - Commission Strategic Priority and
Category 13 - State Mobility projects listed in Minute Orders 101106,
101586 and 101587 are hereby cancelled; and
IT IS FURTHER ORDERED for mobility categories that the
authorization for Category 4C - STP Metropolitan
Mobility/Rehabilitation, Category 4D - STP Urban
Mobility/Rehabilitation, Category 4E - STP Rural
Mobility/Rehabilitation and Category 5 - Congestion Mitigation and Air
Quality Improvement projects listed in Minute Orders 101588 and 101765
are hereby cancelled; and
IT IS FURTHER ORDERED for allocation categories that the
projects approved as a part of past allocation programs that have not
been selected for other categories of the 1994 POP shall retain their
authority in those programs; and
VARIOUS
District No. VARIOUS
TEXAS TRANSPORTATION COMMISSION
County MINUTE ORDIR
Page 4 of 5 Pages
IT IS FURTHER ORDERED that the 1991 PROJECT DEVELOPMENT PLAN as
shown in the following exhibits is hereby approved:
Exhibit A - Structure of the various categories of work,
including descriptions, restrictions, methods of allocation and
policy.
Exhibit B - Interstate Construction (Category 1).
Exhibit C - National Highway System (Category 3):
NHS Mobility, NHS Texas Trunk System, NHS Traffic Management
Systems, and NHS Miscellaneous.
Exhibit D - Surface Transportation Program (Category 4):
1994 Highway Safety Improvement Program, 1994 Federal Railroad
Signal Program, 1994 Railroad School Bus Signal Program,
1993-2002 Metropolitan Mobility/Rehabilitation Program, 1993-
2002 Urban Mobility/Rehabilitation Program, 1993-2002 Rural
Mobility/Rehabilitation, and 1994 Railroad Grade Separations
Program.
Exhibit E - Congestion Mitigation and Air Quality (Category 5).
Exhibit F - Bridge Replacement/Rehabilitation (Category 6):
1993-1995 On State System Bridge Program (Additions), 1996 On
State System Bridge Program, 1993-1995 Off State System Bridge
Program (Additions), and 1996 Off State System Bridge Program.
VARIOUS County
Oistrict No, VARIOUS
Submitted by:
TEXAS TRANSPORTATION COMMISSION
MINUTE OROI R Page 5_of ; Page"
Exhibit G - Farm to Market Road Program (Category 8):
1992-1994 Farm to Market Road Program (Additions) and 1995 Farm to
Market Road Program.
Exhibit H - Commission Strategic Priority (Category 12).
Exhibit I - State Funded Mobility (Category 13).
Exhibit J - Miscellaneous Programs (Category 16):
1994 Railroad Grade Crossing Replanking Program.
IT IS FURTHER ORDERED that the Executive Director is hereby
authorized to proceed in the most feasible and economical manner with
project development for the projects included in Exhibits 8 through J
to include any necessary agreements, right of way acquisition, utility
adjustments, and relocation assistance, subject to the policies of the
Texas Department of Transportation and all applicable Federal and State
laws governing the acquisition policies for acquiring real property.
IT IS FURTHER ORDERED that the specific allocation programs
authorized by Minute Order 101765 for the 1993 Transitional Project
Development Plan shall remain active and in effect.
IT IS FURTHER ORDERED that the sections of highway shown in
Exhibit K are hereby designated as a part of the State Highway System
subject to the conditions indicated.
IT IS FURTHER ORDERED that this Minute Order be effective as of
September 1, 1993.
Oirt,ctor of highway Design
txamined and recommended by:
Approved Associate Irerut)vr Director
Executive
Minute Number 102542
Date Passed JUl_ 29 93
EXHIBIT C
SPECIFICATION FOR PUBLIC SECTOR,
NON -TRANSIT ALTERNATIVE FUEL VEHICLES
FUNDING
The funds provided by the State under the "Agreement for Funding Alternative
Fuels Program", hereinafter referenced as the "Agreement", will be used to
reimburse the Recipient for costs incurred for the incremental cost of the
purchase price of a new alterative fuel vehicle or conversion of an existing
vehicle to operate on an alternative fuel. The "Incremental Cost" is defined as:
* thecost of a certified conversion of an existing vehicle to use
at least one alternative fuel; or
* the additional cost of installing an alternative fuel system on new
vehicles which may be purchased by the Recipient over the normal cost of
the new vehicle to operate on a conventional fuel.
The maximum available funding eligible for reimbursement for each approved
vehicle type is derived from the programmed funding tables approved by the
Regional Transportation Council, attached hereto and identified as Attachment 1.
The amounts established in Attachment 1 shall include the cost of the actual
installation of the alternative fuel system, the cost associated with the
emissions tests and applicable costs incurred by the Recipient in implementing
the Alternative Fuels Program. Under no circumstances will the federal
reimbursable share exceed 80% of the total incremental cost.
Vehicles. operating on the following fuel types are eligible for funding under the
Alternative Fuels Program:
* Natural gas - Compressed natural gas (CNG) or liquified natural gas (LNG)
* Propane (LPG)
* Electricity
* Ethanol
* Methanol
Page 1 of 3
VEHICLE CONVERSION REQUIREMENTS
The vehicle must be registered and based in the Dallas -Fort Worth nonattainment
area to qualify for funding under the Alternative Fuels Program. The Recipient
will provide to the State written verification of existing or planned alternative
fuels stations from which the Recipient plans to obtain the required fuels. The
verification must be submitted to the State prior to the State's issuance of
authorization to begin work. The conversion kit for the alternative fuel must
be in compliance with the certification process accepted by the Texas Natural
Resource Conservation Commission ("TNRCC") in order to qualify for funding under
this program. An emissions test demonstrating air quality benefits will be
required by the State for each vehicle at the time of purchase or conversion.
The emissions test must measure volatile organic compounds and nitrogen oxides
in a loaded mode (e.g., IM 240 or similar). When appropriate, tests before and
after the conversion is performed should be conducted. Until the IM 240 or
similar test is available, emissions tests using existing technology (e.g., four -
gas analyzer, Bar-90) will be acceptable. As a minimum, the emissions with the
alternative fuel in use must meet the traditional fuel emissions standards for
the model year and classification of the vehicle. Bi-fuel vehicles must be
tested in operation on both the traditional and alternative fuel. The State has
made arrangements with the North Central Texas Council of Governments ("NCTCOG")
to act as its representative to review and approve various tests and reports
required under the agreement. The Recipient will forward the emissions test
documentation directly to NCTCOG at the following address:
North Central Texas Council of Governments
616 Six Flags Drive, Centerpoint Two
P.O. Box 5888
Arlington, TX 76005-5888
The State's reimbursement of funds to the Recipient will be determined by the
approval of the emissions test.
Page 2 of 3
FUEL/VEHICLE USE REQUIREMENTS
Regardless of the age of the vehicle at the time of conversion, the Recipient
will be required to operate the vehicle using the alternative fuel for a minimum
of ninety percent (90%) of the vehicle miles traveled and maintain the vehicle
in its fleet for a period not less than three (3) years. Additionally, each
vehicle funded through this agreement must travel a minimum of 9,000 miles per
year in the Dallas -Fort Worth nonattainment area. Documentation verifying the
usage requirements established hereabove must be provided to the NCTCOG on an
annual basis or at any time required by the State and/or NCTCOG. If records are
not provided to the NCTCOG by the Recipient or the records which have been
provided by the Recipient reveals that the vehicles have not met the usage
requirements established in this agreement, funding for future vehicles under the
Alternative Fuels Program may not be allocated. Some vehicles may not meet the
9,000 mile per year requirement because of unique circumstances. In those cases,
special consideration for funding may be made if reasonable documentation is
provided to the State.
In the event an alternative fuel vehicle funded under this agreement is destroyed
or lost through fire, theft, accident, or force majeure, the State will not seek
reimbursement of funds. However, should the Recipient decide to sell the vehicle
or otherwise voluntarily take it out of service, a prorated amount of funds
provided under this program will be refunded by the Recipient to the State. The
amortized amount of the refund will be based on the number of months the vehicle
was driven on the alternative fuel (up to 36 months) for at least ninety percent
(90%) of the vehicle miles traveled during the month.
OWNERSHIP AND DISPOSITION
At the end of the three (3) year operation period, the ownership and disposition
of the alternative fuel conversion equipment purchased under the agreement will
be assumed by the Recipient. Continued use of the alternative fuel vehicles by
the Recipient is highly encouraged.
Page 3 of 3
ATTACHMENT i
PUBLIC SECTOR
ALTERNATIVE FUELS PROGRAM
EASTERN
SUBREGION VEHICLE AND FUNDING ALLOCATIONS
�
<'
F,ISGAI.Y>:iSRt994
: FISCAI.it~AAt995t�
F!$CAt:l/EARt99G�2}
1C1711t
3 rs
+pf7VCY
Vf1t1 ~$
fUNDtNC1'
Y> HtitS' fClNQ1NR
YHtOLi S fi7NCltIVp
> C1 Np
S
9
$14,416
2
$3,130
11
$17,546
3
$5,040
2
$3,360
5
$8,400
''+lTY{iGAil4pi.3.'t'C1t'. !g' s`;.
6
$13,200
32
$78,000
48
$118,600
86
$209,800
11RRG iN/ f INflSHR t ! (4}
20
$48.000
20
$48,000
O[ [IFt gF{EA RIJRAt7ii
16
$23,283
16
$23,283
4
$9.600
20
$28,640
24
$38,240
Mlk1I thftllS
302
$664,968
230
$507,136
92
$202,570
624
$1,374,674
)lIlLAS4t'pUNTY .`
28
$61,600
60
$132,000
88
$193,600
:ffYQFDIIQN(4y.
15
$33,000
iNTCN� �OUN7Y
19
$33,440
15
19
$33,000
25
$55,000
25
$51,000
50
$33,440
$106,000
:l Yi3 AUN ANVIi E4)
30
$66.000
30
$66.000
iUNCaiQi/JLI15I1(aj'
10
$22,000
10
$22,000
ITygFtA v1ERS$pAt1G({(3}:<
31
$102.000
31
$102,000
171/1hjN»ItuttilllVp
6
$13,200
%RYORfR15CC! ' ':,,
27
$51,840
2
$3.840
2
$3,840
6
31
$13,200
$59,520
%ITYi�FGAA[ANQ
22
$49,800
20
$45.200
20
$45,200
62
$140,200
:ITYLI Ql�ANp
6
$14,400
8
$19,200
8
$19,200
22
$52,800
PF�+ttFU
40
$90.000
40
$89,200
40
$88,000
120
$267,200 '
)ITYtiFlRY1N!'i ::.'
12
$26,400
12
$26,400
12
$26,400
36
$79,200
)Ill'OFLANCASi'J;R.
2
$3,526
2
$3.526
%17YQFLEWIS1fli1
32
$70,400
8
$17,600
14
$30,800
54
$118,800
%I11f.1MSQUIt
7
$7,280
7
$7,280
7
$7,280
21
$21,840
MITYt�FPLJtNQ
28
$53,920
32
$62,080
50
$97,600
710
$213,600
LAT1f3 t S Q (4�
39
$93,600
4
$6.400
7
$11,200
50
$111.200
I(1F�IjfkjjARp$ON, i
27
$58,643
12
$26,400
39
$85,043
IlYC1SAGt?vllt{4.
12
$13,600
12
$13,600
X fffRNPlt`Altffi0RI7Y
6
$13,200
6
$13,200
x00TpISTAiCT 18
57
$125.400
60
$132,000
50
$110,000
167
$367,400
(1) Funding approval based upon written verification of refueling availability and
reapportionment of funds by year consistent with TxDOT funding caps.
(2) Commitment to number of vehicles and funding but not configuration or fuel type.
(3) Allocation assumes $32,000 for electric vehicle as requested.
(4) Application received after deadline.
REVISED: 5/24M
EXHIBIT "D"
COST ESTIMATE
• Fuel Type
Vehicle Type
No. of
vehicles
Conversion
coat per
Vehicle
Conversion
Coat
Summar
CNG
Automobile
CNG
Light -duty
Truck
CNG
Heavy-duty
Truck
LNG
Automobile
LNG
Light -duty
Truck
LNG
Heavy-duty
Truck
LPG
Automobile
LPG
Light -Duty
Truck
LPG
Heavy-duty
Truck
Total
L666 Fed. Participation = ( )
Local Participation Coet
(Difference)
Note: Federal Reimbursement is 80% of the Conversion Cost per vehicle not to exceed maximum Funding per vehicle as shown in
following table.
The maximum available funding for each eligible vehicle type is as
follows:
Vehicle Tung
Maltimum Funding Available
Bi-Fuel Dedicated
Automobile $2,200
Light -duty Truck -under 8,500 lb G$200
VWR $2,400
Heavy-duty Truck -over 8,501 1b GVWR ,42,400
H
(including School 8ueee) 520D $2,600
* Fuel Type: . Natural Gas (CNG)
. Liquified Natural Gas (LNG)
. Propane (LPG)
EXHISIT "E"
- U. S. DEPARTMENT OF TRANSPORTS -'ON
1. FEDERAL AID PROJECT NO.
FEDERAL HIGHWAY ADMINIS JN
]FYRINIIYI,
LETTER OF APPROVAL AND/OR AUTHORIZATION
D{1�h�%418
3. FROM
4. PROGRAM NO.
2A. COUNff NME 41994
off
Frank M. Mayer
Division Administrator
6. ITEM NO.
Dall aS
Austin, Texas 78701
9. TO
❑ F ❑ G LiLand
�z
Mr. Robert L. on V ❑' dgQ
Director, De i Division [IF1II 7i LB2 Pvtgt
Texas De rtment of Transportation s .
�— �—
Austin, exas 78701
Phase Handle
_
7. ATE AUTHORIZATION EFFECTIVE
e. FEDERAL ROUTE NUMBER _
9. STATE ROUTE NUMBER
5-5-94
10. GENERAL LOCATION:
Various.
11. GENERAL DESCRIPTION OF WORK
Conversion of public fleet to alternative fuel vehicles.
12. YOU ARE AUTHORIZED TO PROCEED WITH THE WORK CHECKED BELOW
PRELIMINARY ENGINEERING TO DETERMINE LOCATION ® CONSTRUCTION -ADVERTISE FOR RECEIPT OF BIDS
ONLY
❑PRELIMINARY ENGINEERING FOR CONTRACT PLAN CONSTRUCTION PROCEED ON AN AGREED PRICE AND/OR
ACCOUNT BASIS
PREPARATION FORCE
El ACQUISITION OF RIGHT-OF-WAY OTHER (Sp.cIfy)
13. REMARKS
The Department is authorized to proceed with this project under the provisions of the oversight agreement for Federal -Aid
Projects dated September 30, 1992. This project is exempt from FHWA review and oversight and this authorization is
made with the understanding that the Department will ensure compliance with all provisions of the Oversight Agreement.
The amount of Federal funds obligated for this project is $1,666,400.00.
✓r 'S �I
cc: TxDOT, Budget & Finance Division 'O� `�
14. DATE
16, i f URE O PP CIAL
16. TITLE
0505rJ4
E. Inabinet
District Engineer
FORM PR-1240 PREVIOUS EUN IUNS MAY Ht UxU
(F., 12.791 IPF V2.1, 3111 )
Alternative Fuels Program (CMAQ)
INSTRUCTIONS FOR BILLING STATEMENT (FORM 132)
NAME OF PAYEE: Agency name as shown in the agreement. (See Example).
DATE 19 : Type in date this Billing Tabulated.
ADDRESS: Agency addroaa as shown in the agreement. (9pe Example).
CITY & STATE: Complete
DELIVERY DATE: Leave Blank
VENDOR ID NUMBER: ID number assigned by State Comptroller to each vendor.
LINK: Leave Blank,
S/W: Leave Blank.
INVOICE DATE: Leave Blank.
INVOICE NUMBER: Consecutive number for each billing beginning with 001.
FY: Fiscal Year. (For example: Sept. 1 1993 thru Aug. 31, 1994 is
considered FY-94)
S: "P" for partial payment of contract amount.
"F" for Final.
SOURCE UNIT: Always 740.
DESCRIPTION: Type - Alternative Fuels Program (CMAQ) & Service Period (Time
for which this billing reflects) Fr: To:
QUANTITY: Show the number of vehicles being converted for the appropriate
unit price.
UNIT PRICE: The cost per type of conversion.'
AMOUNT: Represents the Quantity times the unit price.
TOTAL: Sum of items shown in Amount Column.
CONTRACT NO. Contract Number assigned by Fort Worth District as shown on the
upper right corner of agreement.
DATE: The executed date as Shown on Agreement.
FUNCTION CODE: Use number 163,
Page 1 of 2
RECAPITULATION
TOTAL PAYMENT DUE THIS PERIOD: Same as TOTAL.
TOTAL ALL PREVIOUS PAYMENTS: Sum of all previous payments.
TOTAL EARNED TO DATE (INCLUDING THIS CLAIM): Sum of Total Amount due this
Period + Total All Previous Payments.
TOTAL AGREEMENT AMOUNT: Maximum Amount Payable as shown on Page 3 of the
agreement.
BOTTOM PORTION OF BILLING STATEMENT
LINK: Leave Blank.
SEQ: Leave Blank.
DIST. OR DIV.: Always IS
SEG. I.D.: Always 76
DETAIL: Control, Section, Job (CSJ) Number for the project (furnished to you
by the PALLAS District)
AMOUNT: Total amount this billing period.
FUNC.: Always 163.
OBJ. OF EXP.: Always 316.
COLUM5 61 thru 78 LEAVE BLANK
Signature block on left bottom to be Completed by agency.
Submit one original and one copy.
Page 2 of 2
6;A;" "ILLING STATEMENT
94-06-29 15:04 Tr" GIN 837-6459 F.00L
pqy-,g_�.wrl�Tfnras: T la.ilab I�arAry PbnW wnrnN Yew. xa MknmOon n lM rPeaea Prv�a.d .. 6u0mi F.v .W"'r: agn rM erY'^al 4 L1..,.r . uw.wa
r-�m�rraYN raWdlen. CMrps b In�pw a.aPrsa. x.ly, meal tw wopart"1 by tlw PagV Irodr. a � IaW. TMs aYramant w.wl �a P•vcwcaad b' wv^•e,+r �.:I Name of Pay" �M Ind va.ta lo.w..ter''
Date gz00 19-V
/Ml�d'TeNE ITx
Address L' S' ID f �APALAL' �Ai4�b City L SEate — ,S i•� �.Ii�i! �/— -._-
OEEJVERYDATE: VENDOR IONUM8ER: /— ► �L��Y " �0 'L ____
LIMA I W DATE I NUMBER
SEMEN=
NINE IIIIIIIIIIIIIIIIIIIS
-CNN i
VIRLos IEr, .
ter. _i�-•rr��P;� a;��tr��; -
Aui�L Ip �Y V. r. r. sa c r S
IAC w MI$C SDHPT
CONTRACT N0: 0240XXllPl$W j REQ. NO: HW
$m
1.0 DCTAu I AMOUNT
26
09 -
DIST. DETAIL AMOUNI
LINK SEQ. OR. 10 ---
DIY
70
THRU DETAIL AMOUNI
19
H
_OUNT _ _ R DAYS
TOTAL _. d
UC
ORDER NO: DATE: "�194
s ONT ITEM N0,
I EQUIPMENT TPAOE�IN TRAOED ja
S NUMBER AEIDNAxct EQUIP. Np ,O
>; 1 DITEM sin
NOD ALtt. (Q EQUIP. NO. '
2 LOST CIMT(1 T$EI
I
OBI, EQUIP. ND. I ulti
RdiC. NHIGHWAY
[XP. _..—_.._�_..
IASA OA �---5-
WDRA ORDER ffll_INIV $Y$ NUMBER U CUSS.
(I
H 1f % SI 1a f9 f0 fl it U i. ,$ 11�I11 la 10 Ul !1 11 p �. 11y11'll Ir
I _
i
,do AereDr« lid, AGENCYCERTIFICATION
-
Iha(I am I CERTIFY THAT THE ABOVE SFRVICF$ WERE RENDERED. OR COOOS RFCCIVED. ANO
(Title of Perron Certifyina) �"-' .and that THAT THEY CORRESPOND IN EVERY PARTICULAR WITH THE CONTRACT UNDER WHICH
THFY WERF PROCIIRFO AND THAT THE INVOICE IS TRUE, AND UNPAID
I Am duly aNthoriddl to. a this¢rtilicatNln for am on behall of theabove namedv.Yea.
IUAhi,r x0ify that this clelm is mrrecl and that N rdresdonds In every Particular with
[heS.Wimsandb, services coma,a<IM1m.IlurtMr certlty that the CMlm is true,[aredl, NAME — TITLE -- --
and unwa.
CALCULATIONS AND FOOTINGS VERIFIED --
(arcl SUPpORTINGDOCUMENTSCOMPLETE BY .. -
(Sitnaturq