Loading...
1994-167E:\~PDOCS\ORD\FUELPRO.ORO 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 appro~a~/~/~_~ ~~~, PASSED AND APPROVED this the .~day of 1994. BOB CASTLEBE ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY 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 ITNES SETH 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 ~lobal 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 activit¥~ 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 7/25/9~ 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 ruling board, passed~~ No. ~--/~ ~, attached hereto and identified as 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; 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 as hereinafter set 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 F~WA authorization, to be attached hereto as EXHIBIT E, is granted~ and, this Agreement is fully executed. Costs incurred by the Recipient prior to the above conditions will not be eligible for r~imbursement. The Recipient shall comply with the cost principles established in OMB Circular A-87, "Cost Principles for State and Local Governments". 4. REIMBURSEMENT 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, ~ummarizing 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 serviees 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 AMD RECORDS The State will, for purpose of termination of the agreement prior to completion, examine the boo~s and records of the Recipient for the purpose of checking the amoun~ 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 a~d 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 othe~ required under this agreemen~ 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 o~ ~ecipient .~ /~ LlOyd 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 orders, lestablished policies or work programs heretofore approved by the Texas Transportation Commission. By: ,~ Deputy Executive Director for Transportation Planning and Development Date 7/25/94 Page 7 of 7 TEXILS IPJ\NSPORTATION COMMISSION V_~RIO~.~ C?unty MINUTE ORDER Page 1 of ~ Pages District No. VARIOUS WltEREAS, the Project Development P/an (PDP) of the fexas 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 [ntermodal Surface Transportatiori 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 TEXAS TRANSPOR~AIION COMMISSION v_A~[~OU~S ........ County MINUTE ORDER Page _2~_of _5~ Pages 0istFict NO. VARIOUS WHEREAS, for mobilit~ categories, Minute Order 101106 and subsequent Minute Orders 101586 and 10158? dated October 28, 1992 approved specific projects for various levels of authorization in the 1993 Transitional POP in Category 1 - Interstate Construction, Category 3A - National Highway System (NHS) Mobility, Category 3B - NHS Texas Trunk System, Category 30 - NHS Traffic Management, Category 3E - NHS Miscellaneous, Category 12 - Commission Strategic Priority and C~tegory 13 - State Mobility; and WHEREAS, for mobility categories, Minute Order 101588 and subsequent Minute Order 101765 dated December 22, 1992 approved specific projects for various levels of authorization in the 1993 Transitional POP in Category 4C - Surface Transportation Program (STP) Metropolitan Mobility/Rehabilitation, Category 4D -SlP 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 PDP in Category 4A - 1993 Highway Safety Improvement Program, 1993 Federal Railroad Signal Program, and 1993 Railroad Schoo} 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 PDP currently have unobligated balances for which projects have now been identified as additions to the previously approved programs; and WHEREAS, Minute Order 101765 authori.zed 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 IRANSPORIAT[ON COi'~qISSION VARIOUS _ County MINUTE ORDER Page 3 of 5._Pages Oistr~c:t No. VARIOUS WHEREAS, projects have now been identified for the allocation programs of the 1994 PDP; 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 lOll06 and 101590 is hereby cancelled; and IT IS FURTHER ORDERED for mobility categories that the authorization for the Category 3A - NHS Mobility, Category 3B - NtiS Texas Trunk Sytem, Category 3D - NHS Traffic Management, Category 3E NHS Miscellaneous, Category 12 - Co~ission Strategic Priority and Category 13 - State Mobility projects listed in Minute Orders i01106, 101586 and I01587 are hereby cancelled; and IT 1S FURTHER ORDERED for mobility categories that the authorization for Category 4C - STP Metropolitan Mobility/Rehabilitation, Category 4D - STP Urban Mobility/Rehabilitation, Category 4£ - 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 IEXAS TRANSPORIAIION COMMISSION VARIOUS ..... County MINUlt ORDIR Page ~ of ~) Pages District NQ. VARIOUS IT IS FURTttER ORDERED that the 199q PROJECI 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 Exhibit C - National liighway 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. IEXAS TRANSPOR1AIION COMMISSION VARIOUS County MINUTf ORDER Page 5 of 5 Pace,, 0 ~sl.r ~(;t No. VARIOUS Exhibit G - Farm to Market Road Program (Category 8): 1992-1994 Farm to Market Road Program (Additions) and 1995 Farm Market Road Program. Exhibit tl - Commission Strategic Priority (Category 12). Exhibit I - State Funqed Mobility (Category 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 B 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 FURTitER 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. Submitted by; f xamined and recommended by: Approved A~o(/i~te i {'el:,J ( ;, ve' i) i rec t o, Executive M inu te Num[]er 102542 Uate Passed J~U[ _?_.~ 93_ _ EXHIBIT C SPECIFICATION FOR PUBLIC SECTOR, NON-TRANSIT ALTERNATIVE FUEL VEBICLES 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: * the cost 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 exis[ing 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 fundin~ 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 ATTA04 MEH T ! · PUBLIC SECTOR ~ ' ALTERNATIVE FUELs PROGRAM EAsTERN'SUBREGION VEHiCi'E~ND FUNDING ALLOCATIONS ~[~ S~::: ~ ..... ~ ~:~:: 9 $14,416 2 $3,130 ............................ ~ ~< ~ · 11 $17,546 ~ ~ ~ ~=~ :~: 3 $5,~0 2 $3,360 ~::.:~?:~;,.::. ~::~[~::~::~ ~ ~ ~ 6 $13,200 32 $78,000 48 $118,600 86 $209,800 ~ ~ ~::~,~'~f~'" ~ 16 $23,283 16 $23,203 ~..~:~ ~ ~ ~ ~ 302 $6~,968 230 $507,136 92 $202,570 624 $1,374,674 ~*~: ::~: ~::::[~ ~ 28 $61,600 60 $132,000 .............................. ~:~::::~:: ~ ....... ~ ....... 88 $193,6~ .... =========================== :~ .... ~:~ .... 25 $55,0~ ~ 25 $51,000 50 $1~,~ ~:~ ~ ~ ~(~) ........ 30 $66,000 30 $66,~ ~g~ ~[~ '~ ~: ~::~ ~ ~ 10 $22,000 10 $~,~0 · :~ ....................................................................................... 31 $102,~0 ~ ~N~[~¢ ............. ~ . r~ .... 6 $14,400 8 $19,200 8 $19,200 22 ~2,800 ~ ~ ~:~ ~ ~;~.~ 40 $90,000 40 $89,200 40 $88,0~ 120 $267,200 ~ ~ JN~ ::: ~:~ ~:~:::: ::~: ~ 12 $26,400 12 $26,400 12 $26,400 36 $79,200 ~1~.~1 '.~G ~ ............................................ 2 $3,526 2 $3,526 ~ ~ [m~ ~;~ ~ ~ ~ 32 $70,400 8 $17,600 14 $30,800 54 $118,800 ~ ~ ~[~:~ ~ : ~: 7 $7,280 7 $7,280 7 $7,280 21 $21 ,~0 ~:~:~:;~:~:~ i ~:~ i ~ ~:~:i:~:::~:~:i::::~ 28 $53,920 32 $62,080 50 $97,600 110 $213,600 (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: 5/24/94 EXHIBIT "D" COST ESTIMATE vehicleo coot per Coot Vehicle Summary CNG Automobile CNG Light-duty Truck CNG Heavy-duty Truck LNG Automobile LN~ Light-duty Truck LNG Heavy-duty Truck .... LPG Auto~obi[e LPG Light-Duty Truck LP~ ~eavy-duty Truck Total Less Fed. Participation Local Participation Cost (Difference) Note: Federal Reimbursement is 80% of the Conversion Coot per vehicle Dot to exceed maximum Funding pot vehiol¢ ao uhown in following table. The maximum available funding for each eligible vehicle type is as follows: Vehicl9 TYP~ ~-aximum ~undinq Availab~, Bi-Fug~ Dedicated Automobil~ $2,200 $2,400 Light-duty Truck-under 8,500 lb GVWR $2,200 $2,400 Heavy~duty Truck-over 8,501 lb GVWR $2,400 $2,~00 (including School Buses) * Fuel Type: Natural Gas (CNG) lqulfied Natural Gas (LNG) Propane (LPG) ExH~BtT "E" U.S. DEPARTMENT OF TRANSPORT/'-'ON 1. FEDERAL-AID PROJECT NO. LETTER OF APPROVAL AND/OR AUTHORIZATION 3. FROM 4. PROGRAM NO, Frank M. Mayer B. Division Administrator ~TEM NO. Austin, Texas 78701 ..TOF / ~'" ~-~ ': ( ~----..,~'~'~ ;:~E]F~ E]G Mr, Robert L.W~ Director, De/si§n Division ~ FIII Texas De?~rtment of Transportation ,~ "' ; <. '. ~ ,-,,,~, [] -/ [] [] ~ L~..~xas 78701 ~" .. -. _Please H~ndle 7./~ATE AUTHORIZATION EFFECTIVE B, FEDERAL ROUTE NUMBER 9. STATE ROUTE NUMBER 5-5-94 10, GENERAL LOCATION: Vadous. 11, GENERAL DESCRIPTION OFWORK 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 L.J ONLY CONSTRUCTION PROCEED ON AN AGREED PRICE AND/OR ] PRELIMINARY ENGINEERING FOR CONTRACT PLAN [~ FORCE ACCOUNT BASIS PREPARATtON [] ACQUISITION OF RIGHT-OF'WAY [] OTHER (Specify] 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 alt provisions of the Oversight Agreement. The amount of Federal funds obligated for this project is ,~ 1,666,400.00. c~~O~'' ,,,',v 0 S i954 i,:-'~;~ ' . ~ ...... cc: TxDOT, Budget & Finance Division ?..~zl ~)~) ~,,~L~-S '~l ~, "- Alternative Fuels Program (CMAQ) INSTRUCTIONS FOR BILLING STATEMENT (FORM 132) NA~IE OF PAYE~: Agency name as shown in the agreement. {See Example). DATE 19~: Type in date this Billing Tabulated. ~DRBSS: Agency address as shown in the agreement. (Sos 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 DAT~: Leave Blank. INVOICE ~ER: Consecutive nuraber 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 (C}4AQ) & 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. · OTAL ALL PREVIOUS pAYMENTS: Sum of all previous paymentS. TOTAL EARNED TO DATE (INCnUDING 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 |9 SEG. I,D.: Always 76 DETAIL: Control, Section, Job (CSJ) Number for the project (furnished to you by the DA~A5 District) AMOUNt: Total amount this billing period. FUNC.: Always 163. OBJ. OF EXP.: Always 316. signature block on left bottom to be completed by agency. Submit one original and one copy. Page 2 of 2 DAYS TOTAL ,,C o~ Id,SC SDHPT ~C ORDER NO: I ~ I ~ .....