19-2511#' � � • �
♦ .., �� � � �� ..� � ' � � ', .. . �� � ; �. � '...... I ,,, .. * R I . ',.. l ��. R,.. , � R:...
1 .,, ��;., � � �' � � � ��� � � �����, � ! � � -
l � � ��. � '', � � � 1 �'' � ♦. �' � ���. ♦ '�.
� � ! R'. 4 � �.. � � � , . � � I. � �' ,
.,.� ♦ ,. � 1 �; � I . R I�.. � �j R I I * ...... � �. � � � �
� ��. R � �, � � � ',. � � _... � I. � � �.. �..... � �.
�. '�'. � . ,; ! �. I : � � . .. � ! R � ,:� � ,, . . . � � . . � � *� .
1 �� � ; R�...:� � �; ♦ '�. � � '� R �;
♦ � 1 �: # � � '. , R '. : # : �� , R � ��� ��:
� \ �� , ..` � .� ._ , �`... .
1� � ♦ ' � � ' � �'' •�'��! � ��.''► . . � �'�,� '� �
• �� �' � �� r ' � � • . • ���' � �' _ � � " ' +,,
� • � 's ' �'.• ' � /'''! ' � f
r � � � � , • � , � . � . � # �' # . � � �, . .� � � � .,
� • ' " `' # � • � � � � . . � �' ' � , � �' ' ' �' ' � � , �'
� � ' �, ' � �� . � �, . � �, . . � .� . � �� I �" i �'
�
�, s ' . � �' '• • , . �, � . . ' ! � . � i'; ., R ��• �'
� � ' � " � • � ���' + ' ' � ,� - � � ' •' 1
WHEREAS, the City desires that equipment be provided that is compatible with standard
signal operation and/or existing City equipment; and
WHEREAS, it is in the best interest of the City and the State for the City ta assist
TxDOT by furnishing and installing traffic signal equipment on the Project; and
WHEREAS, the State is authorized to enter inta an agreement with the City for the
Project pursuant to Transportation Cade § 221.002; and
WHEREAS, the City Council having considered the Agreement that is required by
TxDOT, and considering the importance of the Project to the citizens of Denton, is of the opinion
that it should approve the abave-referenced Agreement by and between the City and TxDOT;
NOW, THEREFCJRE,
•' ! ! � • ' : •' � �
• ����� ' � � � + . � � � . �� ���� . - � ��� - � - .� • ` t �� � � . � �
' ' � ���� � . . � ��� . . � ����� � _ . . -� . �� - . � . ' ' � ' r � � � ��� � • . ��� � -��
#��� ' � . - � w. * -' ' '� . � ��-• �� - - - �
� . a� � : ' � .,'.. � ; . � '� �. ; * ; . � * � '�. R [. � � R � �; � ��..... � • � .
ADVANCE FiJNDING AGREEMENT For a Surface Transportation Block Grant Program
(STBG) Project ON SYSTEM," a copy of which is attached hereto as Exhibit "A" and made a
part hereof for all purposes.
SECTION 3. The City Manager, or his designee, is further authorized to carry out all
duties and obligations to be performed by the City under the Agreement, including, but not
limited to, the expenditure of funds,
SECTION 4. This ordinance shall become effective immediately upon its passage and
�..... .. .�_
approval,
The motion to approve this ordinance was made by _�"��� ��_a�" S�� �',°�,r������� S__ and
seconded by G�/�,�,�� �{���v�-�_ , the r��m��:i����N�c;c: was passed and approved by
the following vote � - fL] :
Chris Watts, Mayor:
Gerard Hudspeth, District 1:
Keely G. Briggs, District 2;
Jesse Davis, District 3:
John Ryan, District 4:
Deb Armintor, At Large Place 5:
Paul Meltzer, At Large Place 6:
A��e 1�&��� Abstain d'�la��r��,
J�
✓
✓
�
✓
✓
✓
PASSED AND APPROVED this the �5� day of ����� __, 2019,
ATTEST:
ROSA RIOS, CITY SECRETARY
� � �" ��
By. � .�� :,� . �� ��
. � ,,��
�.�
w , . „e�;„, _� ��"'
APPROVED AS TO LEGAL FORM:
AL,
f��l
���'��� �"� �,�„ � � `
y� �.,. ���rv��"� J� � ,w
� ,�
„,�
By: � ......... .� . ........... . . . � �.:.: ... _ _ .� .� -----------
2
�, �
�� n
�� �,� ���_ �
. � .. . .. .. .... :. ... .....
CHRIS '�����"� i""I�"�, MAYO� "-,�
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
STATE OF TEXAS §
COUNTY OF TRAVIS §
LOCAL TRANSPORTATION PROJECT
ADVANCE FUNDING AGREEMENT
For A
���ui������ III ���iiiiu�Ill'����'�iii�.���li��°�iiiiu Illllllk�Ill'�����114�� �����iu� III�u�����iii���!���� �� III III'Illk��"�'���� 114�ui�w�„�����r����
ON SYSTEM
THIS Local Project Advance Funding Agreement (LPAFA) is made by and between the State of
Texas, acting by and through the Texas Department of Transportation, called the "State", and the
�"��lii�����������������������������iii��°�iu, acting by and through its duly authorized officials, called the "Local Government."
WITNESSETH
WHEREAS, a Master Agreement between the Local Government and the State has been adopted
and states the general terms and conditions for transportation projects developed through this
LPAFA; and,
WHEREAS, the Texas Transportation Commission passed Minute Order Numbers °� µ'�����:'��� and
°� °� �� �� that provides for the development of, and funding for, the Project described �,
.........:....��..:............:�. herein• and,
WHEREAS, the ��rr�rr��rr� �a��r ,�f tha� L.���I ��r���r���r�t h�� approved entering into this LPAFA by
resolution or ord������� �����d �����'�� � �,�'� �' �� o, �`��u �'��° e,, which is attached to and made a part
of this agreement as Attachment A for the development of the Project. A map showing the Project
location appears in Attachment B, which is attached to and made a part of this agreement.
NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements
of the parties, to be by them respectively kept and perFormed as hereinafter set forth, it is agreed as
follows:
AGREEMENT
1. Period of the Agreement
The period of this LPAFA is as stated in the Master Agreement, without exception.
2. Termination of this LPAFA
Termination of this LPAFA shall be under the conditions as stated in the Master Agreement. This
LPAFA may be terminated by the State if the Project is inactive for thirty-six (36) months or longer
and no expenditures have been charged against federal funds.
LPAFA ShortGen Page 1 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
3. Amendments
Amendments to this LPAFA shall be made as described in the Master Agreement, without
exception.
4. Scope of Work
The scope of work for this LPAFA is described as °���� III�������������III ���������iii�°°iii��°�iiuiiii�����iiii���� liiiii����°°���� �III������� �°II�� ���iii°°�������
� lii �;,� iiii��� llll� °� �� iii°�u�� Illl lllh������llll ����II� ��u��������u��� ���� �� � � �� �� �������� � � �� �� ���`���������� �� � iii�����' � III �°��� iii���� ����������� ��iiu iiii�� llb����� iiii� �'°'������� ��iii��iiii���m� �������� ���
�� w� �
�� �� ������������ °��°�� � ���� �� ������ � iii������ ������°��� �"� lii�� �°���°II�' W'����"��� iii��������°������ ���� � �� Ilh�� iiu IIII� lii� ����� � Ilh��u u�� Illh°� iiii� �����I����� �� Ill�����uu��' ��� ��� ��� ����� IIII'�,� iiu�� ���
���Ilh����iiuiiu� ����m��i������������,�� � ��iiii����liillh���������� �Ilh��� ��iiu������������°�������� �����iii�������� ����� Ilh������� ���iiu�������uiiu���iiii������ Ilk��„ °�Illh���� ��� IIII
�"w� � � iii��� �� iii���� iii � �
5. Right of Way and Real Property
Right of way and real property shall be the responsibility of the ��°��Ik� as stated in the Master
Agreement, without exception.
6. Utilities
Adjustment of utilities will be provided by the ������� as required and as stated in the Master
Agreement, without exception.
7. Environmental Assessment and Mitigation
Environmental assessment and mitigation will be carried out by the ������� as stated in the Master
Agreement. Additionally, before the advertisement for bids, the ����°��� shall provide to the II....����II
�.��.����ii�ii�ii°���ir°ir� written documentation from the appropriate regulatory agency or agencies that all
environmental clearances have been obtained.
8. Compliance with Accessibility Standards
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 standards issued or approved by the Texas
Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum
accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA).
9. Architectural and Engineering Services
Architectural and engineering services will be provided by the ������� as stated in the Master
Agreement. The State is responsible for performance of any required architectural or preliminary
engineering work. For projects on the state highway system, the design shall, at a minimum
conform to applicable State manuals. For projects not on the state highway system, the design
shall, at a minimum, conform to applicable American Association of State Highway and
Transportation Officials design standards. The Local Government may review and comment on
the work as required to accomplish the public purposes of the Local Government. The State will
cooperate fully with the Local Government in accomplishing these local public purposes to the
degree permitted by State and Federal law.
LPAFA ShortGen Page 2 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
10. Construction Responsibilities
Construction responsibilities will be carried out by the I�����w�ll �'�`���.u����u�u�uu°°u°�„�iru� as stated in the Master
Agreement.
�
iiii����� ���� ��'��������iii��������
������ ������ i��� ������M ����� �����a u����� """'"u i������ ' �������M ^ i��� ���� �� ������� ������ i��� u �� ������� . ��� ���i�� ����� ��� i�� ' ���� ������� �� ��� ���� �� ���
II II�� II....�.��.M�.�II �,..��„.�1��,.�IIII�II���°"II��� �.. ...M ...�a�, �� �"� �...M ....� ,..�:" .. ��.�: � :M . .,. M ..„.. .� „..� . �: a� ' ,. .,
. . .. �� �IIII II�� w �� .. II � . ii ri� ull�� ... ��ii �II �a.. ii �n�ii�� Il.�.�ii n�mu u���m �� �� n� II���. ���� a. v�ii ��� u ��..��,� �..�u u�.�
�pq�ry p ����� �����'�fl ����ii� ���� i���� ������M �� �� ° ���i ��n ���� �� ��� �� �� i����� �������M "' . ���
Il�����m II II �,,,�k'�II"����II"� �W�� m"��.�� �,y�� ����I���� �����Ili'm�'a' u��,��� .�..�� ,m �., � � ��. �,���� ��„y ,� �.. �,� ,�. . 7;;����*"'*���� ""��""li +'�����" '�n u�� r ���,� � �����'�Ile�mm"�� ��. .� ��.�� .,��ro. ����� ������'�h ^
� � � � �.��iilliilii�.�,� ������ ii ��� � ��.�ii�Il�II�.mll.ii�. iiu �.�� ��n�. v����iiIIM. ���� ,����.��� ,��u�:�II� ��� ��.. ..�II.��.�iiu,.�iill�Il�.. ��ii
��� �,��'���' �� � � ��� �� ,� � � �� �� , � ,� �li� "°'���� � � �'n ' ��n ,�„u ..a � �� ������'�1i "' "' ,. "" ':����'M ���� ��y., � �� ��. , i���� ;,�,'fl ��. ��� ��. . ��� ���� �� . ,r���� m"a ., ��
ii���.�iiu����ii°���ii u���.m �.��� ����� ���m.u��� V uii�ll u��� .�����.�ii�� ����..0 ���u��p�������u�.�ii� ��� �Il.u�� ��ii II� ��' �Il..u��� v��u.��� ��.��� �ii� d:ll.n��,
� . , „� ,. w . .. � : � �� � . . .. : �� ° .. ,� . ,. . .,� . . .. � . .�.. .. ., � , . �� . . . . . .., ,. ... .
����.���� � n u�� II ���� ��� � �� � � �� II�.� ° �� ����� ������� „. � °��.� u�� u ii u�a��� ii n��� u n���������������
� ���...u�� ��m��II���,� �.��Ilu�u�u��� �u�.��ii���:.�.� ��.�ii iiiiu �����u��uuu��.�iiuq. �'m ��ir.° ���ii,.��.iiii��.
����ii.�M����.��u°�� �u�ll°� �II��� II....��:���II � �����ir����ii.u����ii.��
...... .
12. Local Project Sources and Uses of Funds
A. A Project Budget Estimate is provided in Attachment C. The State and the Federal
Government will not reimburse the Local Government for any work perFormed before the
federal spending authority is formally obligated to the Project by the Federal Highway
Administration. After federal funds have been obligated, the State will send to the Local
Government a copy of the formal documentation showing the obligation of funds including
federal award information. The Local Government is responsible for one hundred percent
(100%) of the cost of any work perFormed under its direction or control before the Federal
spending authority is formally obligated.
B. If the Local Government will perForm any work under this contract for which reimbursement will
be provided by or through the State, the Local Government must complete training before
federal spending authority is obligated. Training is complete when at least one individual who
is working actively and directly on the Project successfully completes and receives a certificate
for the course entitled Loca/ Government Project Procedures and Qualification for fhe Texas
Department of Transportation. The Local Government shall provide the certificate of
qualification to the State. The individual who receives the training certificate may be an
employee of the Local Government or an employee of a firm that has been contracted by the
Local Government to perform oversight of the Project. The State in its discretion may deny
reimbursement if the Local Government has not designated a qualified individual to oversee
the Project.
C. A Source of Funds estimate based on the Transportation Improvement Program (TIP) is also
provided in Attachment C. Attachment C shows the percentage and estimated dollar amount
to be contributed to the project by federal, state, and local sources. The parties agree that the
LPAFA may be amended from time to time as required to meet the funding commitments
based on revisions to the TIP, Federal Project Authorization and Agreement (FPAA), or other
federal document.
D. The Local Government is responsible for all non-federal and non-state funding, unless
otherwise provided for in this agreement or through amendment of this agreement. Where
Special Approval has been granted by the State, the Local Government shall only in that
instance be responsible for overruns in excess of the amount to be paid by the Local
Government.
LPAFA ShortGen Page 3 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federai Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
E. Prior to the perFormance of any engineering review work by the State, the Local Government
will pay to the State the amount specified in Attachment C. At a minimum, this amount shall
equal the Local Government's funding share for the estimated cost of preliminary engineering
for the project. At least sixty (60) days prior to the date set for receipt of the construction bids,
the Local Government shall remit its remaining financial share for the State's estimated
construction oversight and construction costs.
F. Whenever funds are paid by the Local Government to the State under this Agreement, the
Local Government shall remit a check or warrant made payable to the "Texas Department of
Transportation." The check or warrant shall be deposited by the State and managed by the
State. Funds may only be applied by the State to the Project. If after final Project accounting
any excess funds remain, those funds may be applied by the State to the Local Government's
contractual obligations to the State under another advance funding agreement with approval
by appropriate personnel of the Local Government.
G. If any existing or future local ordinances, commissioners court orders, rules, policies, or other
directives, including but not limited to outdoor advertising billboards and storm water drainage
facility requirements, are more restrictive than State or Federal Regulations, or if any other
locally proposed changes, including but not limited to plats or replats, result in increased costs,
then any increased costs associated with the ordinances or changes will be paid by the Local
Government. The cost of providing right of way acquired by the State shall mean the total
expenses in acquiring the property interests either through negotiations or eminent domain
proceedings, including but not limited to expenses related to relocation, removal, and
adjustment of eligible utilities.
H. When Special Approval has been granted by the State so that the Local Government bears the
responsibility for paying cost overruns, the Local Government shall make payment to the State
within thirty (30) days from receipt of the State's written notification of those amounts.
I. The state auditor may conduct an audit or investigation of any entity receiving funds from the
State directly under this contract or indirectly through a subcontract under this contract.
Acceptance of funds directly under this 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.
Any entity that is the subject of an audit or investigation must provide the state auditor with
access to any information the state auditor considers relevant to the investigation or audit.
J. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
K. The Local Government is authorized to submit requests for reimbursement by submitting the
original of an itemized invoice in a form and containing all items required by the State no more
frequently than monthly and no later than ninety (90) days after costs are incurred. If the Local
Government submits invoices more than ninety (90) days after the costs are incurred, and if
federal funding is reduced as a result, the State shall have no responsibility to reimburse the
Local Government for those costs.
LPAFA ShortGen Page 4 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
13. Document and Information Exchange
The Local Government agrees to electronically deliver to the State all general notes,
specifications, contract provision requirements, and related documentation in a Microsoft� Word
or similar document. If requested by the State, the Local Government will use the State's
document template. The Local Government shall also provide a detailed construction time
estimate including types of activities and month in the format required by the State. This
requirement applies whether the Local Government creates the documents with its own forces or
by hiring a consultant or professional provider. At the request of the State, the Local Government
shall submit any information required by the State in the format directed by the State.
14. Incorporation of Master Agreement Provisions
This LPAFA incorporates all of the governing provisions of the Master Agreement in effect on the
date of final execution of this LPAFA, unless an exception has been made in this agreement.
15. 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.
16. Debarment Certification
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." By executing this
Agreement, the Local Government certifies that it and its principals are not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549 and further certifies that it will not do business with any
party, to include principals, that is currently debarred, suspended, or otherwise excluded from or
ineligible for participation in Federal Assistance Programs under Executive Order 12549. 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.
17. Cost Principles and Office of Management and Budget (OMB) Audit Requirements
In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles
established in 2 CFR 200 that specify that all reimbursed costs are allowable, reasonable, and
allocable to the Project.
LPAFA ShortGen Page 5 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
18. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail, postage
prepaid, addressed to that party at the following address:
Local Government:
�..�^ �ry�,r
�m II II���� 4�����'�, � II ����:�W ��.��� �';"�M II'���
��'u.�� �°:��.IC II':::"������r���:��..�
��" �� II';::���;.�°N° II'''��mlll�'���:�ii.uii"��.����
II:°"�� �ii��:����.� ...II�...�����w;��� �"����:��:�"�
State:
Director of Contract Services
Texas Department of Transportation
125 E. 11 t" Street
Austin, Texas 78701
All notices shall be deemed given on the date delivered in person or deposited in the mail, unless
otherwise provided by this agreement. 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 notices
shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the
other party.
19. Civil Rights Compliance
A. ��� Ni�r���^ �r�th ��,��a���p���; The Local Government will comply with the Acts and the
Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S.
Department of Transportation (USDOT), the Federal Highway Administration (FHWA), as they
may be amended from time to time, which are herein incorporated by reference and made part
of this agreement.
B. ��ndi�c�ri��r��ti��; The Local Government, with regard to the work perFormed by it during the
contract, will not discriminate on the grounds of race, color, or national origin in the selection
and retention of subcontractors, including procurement of materials and leases of equipment.
The Local Government will not participate directly or indirectly in the discrimination prohibited
by the Acts and the Regulations, including employment practices when the contract covers any
activity, project, or program set forth in Appendix B of 49 CFR Part 21.
C, Qnlir�ifiatinne fnr �i ihrnntr�rte In�r„IUdlnrr �N",4���rarpAnt nf �Aatariale anrl Frr�sinmant• I11 aII
»�ww.� <�� ,.�,���.�,��t���:.� � �.� ,� M�,� wa,�. �..� e,A.,�es�.
��.�.. �.�.�..._ � .���
solicitations either by competitive bidding or negotiation made by the Local Government for
work to be perFormed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier will be notified by the Local Government of
the Local Government's obligations under this contract and the Acts and Regulations relative
to Nondiscrimination on the grounds of race, color, or national origin.
D. lr���ar�r���i��r� �r�� �� �rt�. The Local Government will provide all information and reports
required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit
access to its books, records, accounts, other sources of information, and facilities as may be
determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts,
Regulations or directives. Where any information required of the Local Government is in the
exclusive possession of another who fails or refuses to furnish this information, the Local
Government will so certify to the State or the Federal Highway Administration, as appropriate,
and will set forth what efforts it has made to obtain the information.
LPAFA ShortGen Page 6 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
E• ����t��r�� ��r �f�r���r� �i�n��: In the event of the Local Government's noncompliance with the
Nondiscrimination provisions of this contract, the State will impose such contract sanctions as
it or the FHWA may determine to be appropriate, including, but not limited to:
a. withholding of payments to the Local Government under the contract until the Local
Government complies and/or
b. cancelling, terminating, or suspending of the contract, in whole or in part.
F• 1r���r ���ti�r� �� F���vr�i�r��, The Local Government will include the provisions of paragraphs
(A) through (F) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto.
The Local Government will take such action with respect to any subcontract or procurement as
the State or the FHWA may direct as a means of enforcing such provisions including sanctions
for noncompliance. Provided, that if the Local Government becomes involved in, or is
threatened with, litigation with a subcontractor or supplier because of such direction, the Local
Government may request the State to enter into such litigation to protect the interests of the
State. In addition, the Local Government may request the United States to enter into such
litigation to protect the interests of the United States.
20. Disadvantaged Business Enterprise (DBE) Program Requirements
A. The parties shall comply with the Disadvantaged Business Enterprise Program requirements
established in 49 CFR Part 26.
B. The Local Government shall adopt, in its totality, the State's federally approved DBE program.
C. The Local Government shall set an appropriate DBE goal consistent with the State's DBE
guidelines and in consideration of the local market, project size, and nature of the goods or
services to be acquired. The Local Government shall have final decision-making authority
regarding the DBE goal and shall be responsible for documenting its actions.
D. The Local Government shall follow all other parts of the State's DBE program referenced in
TxDOT Form 2395, Memorandum of Understanding Regarding the Adoption of the Texas
Department of Transportation's Federally-Approved Disadvantaged Business Enterprise by
Entity, and attachments found at web address
I���a� �f���.� ��� ���m�� �� uu���u�l�a/a�r�Y�a�;,..��1���'��a�����l�m�/u°r��uu�irm��a�uu ����I���°°u�ir�tr� mror��
.��� � ...mm._:�.�
:�..w__._
E. The Local Government shall not discriminate on the basis of race, color, national origin, or sex
in the award and perFormance of any U.S. Department of Transportation (DOT)-assisted
contract or in the administration of its DBE program or the requirements of 49 CFR Part 26.
The Local Government shall take all necessary and reasonable steps under 49 CFR Part 26 to
ensure non-discrimination in award and administration of DOT-assisted contracts. The State's
DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by
reference in this agreement. Implementation of this program is a legal obligation and failure to
carry out its terms shall be treated as a violation of this agreement. Upon notification to the
Local Government of its failure to carry out its approved program, the State may impose
sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the
matter for enforcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of
1986 (31 U.S.C. 3801 et seq.).
LPAFA ShortGen Page 7 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
F. Each contract the Local Government signs with a contractor (and each subcontract the prime
contractor signs with a sub-contractor) must include the following assurance: The contractor,
sub-recipient, or sub-contractor shall not discriminate on the basis of race, co/or, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts.
Failure by the contractor fo carry out these requirements is a materia/ breach of this
agreement, which may result in the termination of this agreemenf or such other remedy as the
recipient deems appropriate.
21. Federal Funding Accountability and Transparency Act Requirements
A. Any recipient of funds under this Agreement agrees to comply with the Federal Funding
Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part
170, including Appendix A. This agreement is subject to the following award terms:
������, ���� �i,���,�.,�.�^��������������1���w � �� � � ���w-� ����wf�� �� wd ��u �������_J��„�w� and
������ ��"��^��.�q"�;� ���r�������������,��:.�....���� �� �..�.���..��D���w�w�������
B. The Local Government agrees that it shall:
1. Obtain and provide to the State a System for Award Management (SAM) number (Federal
Acquisition Regulation, Part 4, Sub-part 4.11) if this award provides more than $25,000 in
Federal funding. The SAM number may be obtained by visiting the SAM website whose
address is: https://sam.gov/SAM/pages/public/index.jsf
2. Obtain and provide to the State a Data Universal Numbering System (DUNS) number, a
unique nine-character number that allows the Federal government to track the distribution
of federal money. The DUNS number may be requested free of charge for all businesses
and entities required to do so by visiting the Dun & Bradstreet (D&B) on-line registration
website &�1°�:�� �����'� �:��.��;����.��������N��"�������; and
3. Report the total compensation and names of its top five (5) executives to the State if:
i. More than 80% of annual gross revenues are from the Federal government, and those
revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting to the
U.S. Securities and Exchange Commission.
22. Single Audit Report
A. 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 2 CFR 200.
B. If threshold expenditures of $750,000 or more are met during the fiscal year, the Local
Government must submit a Single Audit Report and Management Letter (if applicable) to
TxDOT's Compliance Division, 125 East 11th Street, Austin, TX 78701 or contact TxDOT's
Compliance Division at �°r�m,����it� ��c��t.c���r.
C. If expenditures are less than the threshold during the Local Government's fiscal year, the Local
Government must submit a statement to TxDOT's Compliance Division as follows: "We did not
meet the $ expenditure threshold and therefore, are not required to have a single audit
perFormed for FY "
LPAFA ShortGen Page 8 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
D. For each year the project remains open for federal funding expenditures, the Local
Government will be responsible for filing a report or statement as described above. The
required annual filing shall extend throughout the life of the agreement, unless otherwise
amended or the project has been formally closed out and no charges have been incurred
within the current fiscal year.
23. Pertinent Non-Discrimination Authorities
During the perFormance of this contract, the Local Government, for itself, its assignees, and
successors in interest agree to comply with the following nondiscrimination statutes and authorities;
including but not limited to:
A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal-aid programs and projects).
C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits
discrimination on the basis of sex).
D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27.
E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age).
F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as
amended, (prohibits discrimination based on race, creed, color, national origin, or sex).
G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms
"programs or activities" to include all of the programs or activities of the Federal-aid recipients,
subrecipients and contractors, whether such programs or activities are Federally funded or
not).
H. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the
basis of disability in the operation of public entities, public and private transportation systems,
places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as
implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38.
I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex).
J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority
Populations and Low-Income Populations, which ensures nondiscrimination against minority
populations by discouraging programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-income populations.
K. Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes
discrimination because of limited English proficiency (LEP). To ensure compliance with Title
LPAFA ShortGen Page 9 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
VI, the parties must take reasonable steps to ensure that LEP persons have meaningful
access to the programs (70 Fed. Reg. at 74087 to 74100).
L. Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from
discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.).
24. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this agreement on
behalf of the entity represented.
Each party is signing this agreement on the date stated under that party's signature.
THE STATE OF TEXAS
Kenneth Stewart
Director of Contract Services
Texas Department of Transportation
Date
�H
�
THELOCAN OVERN ENT
��
��w...�,
���.�....���� �����
� .T,�' ��
� �, _.. ..._
odd Hileman
City Manager
City of Denton
/D/l5/�0/9
Date_____ _____......__......_. _.......�.0
Approved as to Form;
City Attorn�^�r �,� ��� ��
By ��� , �� "�,, �� °�. �.������ �,��,�`,�
� . W..w �
������"�� Aaron Leal � �
City Attorney
ATTEST:
�� City Secreta�
�u
� � �,, � ��
�.,�
� � � � ���� e. � .
�ys . � � � � � � ���. .:����. �
�� Rosa Rios
, City Secretary
LPAFA ShortGen Page 10 of 10 Revised 02/20/2019
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
ATTACHMENT A
RESOLUTION OR ORDINANCE
LPAFA ShortGen Page 1 of 1 Attachment A
• 1 � # �
. •' � � • �' � • � #' ' ' ' •''
� • � � � '' ' ' ' � ' ! !
. •�� •� . � � � � � � � ��� . � � . � . � � �
� � ;° � '� ; • , ! � �
. � �. • � � . ��* . � � . � � � �
••' . i ., # • •, . . , .
* . � . . . � • �. .. �, � . � . +'
�� .; •�.� . •• � �
. � . �� � � �' � �' ' •' � �
�. � � . �.
WHEREAS, the State of Texas owns and maintains, through the Texas Department of
Transportation (6cTxDOT"), a system af highways and roadways, including Interstate Highway
35E and its frontage raad, in the City of Dentan ("City")s and
WHE AS, during construction of the IH 35E/Brinker Road interchange (the "Project"),
it was determined that additional intersection signalizatian was needed; and
WHEREAS, the City has requested the State reimburse the cost of furnishing and
installing traffic signal equipment at the intersection of I-35E and Brinker Road; and
WHEREAS, the State and City wish to cooperate in the canstruction of the Project; and
WHEREAS, the City desires that equipment be provided that is compatible with standard
signal operation and/or existing City equipment; and
WHEREAS, it is in the best interest af the City and the State for the City to assist
TxDOT by furnishing and installing traffic signal equipment on the Pro�ect; and
WHEREA5, the State is authorized to enter into an agreement with the City for the
Project pursuant ta Transportation Code § 221.002; and
WHEREAS, the City Council having considered the Agreement that is required by
TxDOT, and cansidering the impartance of the Praject to the citizens of Denton, is of the opinion
that it shauld approve the abave-referenced Agreement by and between the City and TxDOT;
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The findings and recitatians contained in the preamble of this ardinance
are incorporated herein by reference as true and as if fully set forth in the body of this ordinance.
�l C" L'���I"� �',, The City Manager, or his designee, is hereby authorized to execute on
behalf of the City and Citizens of Denton the "LOCAL TRANSPORTATION PROJECT
� /' � � • � ' ♦ , . ' .' !� + ! i * . ' � #•'. '
� �.# ' � . #! M' � .� .� ' ''+, . � � .' • .,�' .
�. _ .*'; # . • •♦ .
� . �'�*. � �- • .' ' . • `• � • � .
� " . • � � �. * � �' �' � '� , ' �' � � = .. . � � � �
� '� � ' - �- • . � �:
����N 4w This ordinance shall become effective immediately upon its passage and
SECTIO
approval.
The motion to approve this ordinance was made by _�'��_� �° t;. ���r� ��;��^"� w�" and
seconded by �"�� ,��,�°��„�� �`���������" �"� the ��rTc�m����a��� was passed and approved by
_ �. W. ..........s
the following vote -
Gerard Hudspeth, District 1:
Keely G. Briggs, District 2:
Jesse Davis, District 3:
John Ryan, District 4:
�'� ' ��# • . ,' ' �
A��e N�a � �.I����.����ix� Absent
_�
✓
✓
�
�
✓
✓
.. � . � . ... � �, . �. �
ATTEST:
ROSA RIOS, CITY SEC TARY
By° ��..��.�.- ��= � ��„ � �' ,,
. �
��
APPROVED AS TO LEGAL FORM
AARON LEAL, CITY ATTOI��S]�:��Y
�,..� �._.._��
,�°� _
�� ���.� .� >
�, �.,..�- ,.
�;�
By: �...�� ��
�= �.�_A
0
�� �.M
CHRIS ' TTS, MA
��� '�.�.w
�
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
ATTACHMENT B
PROJECT LOCATION MAP
LPAFA ShortGen Page 1 of 1 Attachment B
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
ATTACH �ENT C
PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS
�..�
. �..� .„ �,. . .�� ,.. . . � .„ � �,u . � . „. ., ° . . .. �� �N �^
�.��w��II.�� �iill� ��� �IIII����������� �I�����.� �.�m� ���� �'� IC: ���.��m�II II�.�ii���iu��. �ir�u�:� ��� �u �°Ik���� °��uiu.ri�uu,.��� �.�m.���II �Ih..��� IP:�,����Mii��Il �iu.���
................�� �� ......................... �
.� . . , ,. . ,„ mm �. „ . „� .. ,. . .. , ,. . � �
. . w . . ..... .
� �, � ..., � �.. .. . . .. „. .. . . . ,� „ . � ,. � � . �� � ° „. ... m . ,. . d �
� �� M. .� � � �.��������.� ��ii�����ii��Il.. II II��� ,.���.���M ��II� �II���iiri II,��w ii�.m,�II��.�u����ii��Il� ��u ��.��.� �"�u ���
..���� I�.�iiu� iiiiu�. ii�� II� IIII�a, ii���.��uii��.�u�� ��.�Ilii.
� II,.„II � �� �� ""+"II':� .
..U..�,.u� ��u°�,�p�;,��°.�k ��°�,�°� li � �a� ���� ���� °����IIII���;
Description
�� ��ir.u��ii u��w°����ir.� � Il��r �����������
II: �uu..��� :��:���� �'":��w��'��� � Il ��,.d„���"��,�
VI��I�,����Hlill��"����m�*� n��'��"������"����II:� ��MQ�:°�r°���w�P�,�n �« k^,'"�,'�'�I�4�.'&..�m
....� �m� _���.
���� III
Total Federal State Local
Estimate Participation Participation Participation
Cost
_� � . �� �������n � �..m � � ......
����,��,.� �w. �tl � ����:�� � II �;�,������ �� �� ��� ���„�"N��� .� .� � � ���`�
����, II '� �..�'� � �'���':�
� �m ��� � ����m
� ��,���.��. ���u
..� .............�.,
����������� ��
Total Estimated Project Cost °°� ��"'� �"�„'� ����
���':`�.Q�� � "'tl�"����u�
� � ������,
��� ��� _ Q .... .........
�'� ii,�,.�����„�
Total Reimbursement to the Local Government =���� ��,i��. ��
���� II Q� .�"�� �������
��..�, �,
.,���^II ��„������',�A��,�,'�,',,,m�:��Fw..���� KK�'���,N �"�'a"4;�N
u��k ��'�,i��'��k�m��.�����
� u�iii��„���� Ill���liiiii����iii��iii�����
,. . „. :� ° .„ � . ° � ..4 ,. . ,. . . .� . ,. ,. ,
�� ��� �.m.�, i . ,.�. ..
��� �.� � �.�� �w�� ii �� p�� II ��� ii �w�� ii � ��� II � � u � � ii ��.R �'�������,� ���������� �� � � � � � ������������m N � II °u ����������� III.... ����w�����u � �������m ������������ u ii ri ii °�� �� u��� � Ih���� �� II' � ������� m��� ����� ���� u��.�.� �� �,����,� � p���� � ii��.��u �� li Ih;���� u II u��
� � � � �� �.� i�:����� ���. °.������ .���� �, ������ '� � ������ ���� �.. „.�� �.„M .����� �. �� ���� ����w .� �.. m� �.. ,. „. �. �.� �.„ �, � �. ����� .. �.� � � .�.�� �. ��.�� �...� � �. ��.� ..„ ��.� �.. mm� �., • ��.� ��., �. ���.
��u° �Vm� II ii���.��� ii���.�uu���. ii���iiri���� ���� iiu��.��u.���� iia��lp�r�uii, ii�II.�II���.�Mii���mii�ll�, ���ii��������, ��iim�� �ii�� ��II��^u ii�Mu.�u.uuu��w� ���ii
i.��� ����M ������IM ���" ' I���� ��, �.� ���"��"i ', imma�i������ �* ", �� w r���� e�� �� �������W r���� � �� il����''" �.� s����� ���� ,�w���� �.��i � ��a " r���� ���. rv���� �����Ili �������iN ���� ���i �� Y����W�, i���y�'�� " �.� ,a����� ��w., i��. �i����� p��� ��w. ���i �� r.�� w�� rv�� e. " �����w���i r�� ���
uu�.m����.m� �r�ii���. �II�� II....��.m��II �.������iiu�ii��� u��,w�����IIII ii���.�iiiiu�.�iiu� �IIm� III m�.rR�.��.m� u�� �,��a��ii����ii��wm��. �ii��� ��II.���Ilii����II.�II��
n ,���� i�. ,i ",.� � �� �������M ������ w����� ����, ��mmlli e,�w��� i.� ,a.��� ,� �w���i i����� ��„� �, �i������ i ��� „w��i, i��. ��� ,�.w„ i���� i����� ,:��",�M ". ;', I
m������ ����iiii���iiu���wm�., ii����ii��u.��ull� ��ii��.� ,�����u��.��ii�.�� ��Il��iiri �u.���.��ii� ir��°:��:ii.ICu�°4��ii�ii.� �ii,.��°� ��p��p��ii.�.:����II �:�� �Il.u�,�
�����°���.
LPAFA ShortGen Page 1 of 1 Attachment C
'�"��
��
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
IIII°���
����������� ��II���
�"��'��,,,� ������IIII�����IIII�����������III'�� III"'� ����������������� IIII���������� IIII���������� III"�
� � � . �� �..� �.„ �.0 ..... , . �� • �
ti�""" M'��,"'" rv�� ������'�fl a����i i ���� ������� ' r �i�mm ����m �:����'M ��� !���� „ �������. �������M i��. � i��� � i u'�iWY� ��.II .� � ��,�.��i � � ���"��M I ������� �������'�fl "" �������'�fl i�..
��m�� ��,� �u ��. �� ���,������ ������.�.� �ii u �.�
�� II ���ii�� ��.�ii��.��u�� �u��� ��/z ����.�.. �u�u��liii��„;�� u.�ii��:li� °Ih�ll�.��..� IC°a.�.�a�,ii��� �u���
, ... . ,,. �, ��. , , � w . � . .... .
���.��.� �u.�u��.�iiuu�� u�����Vu �II��.. ii����iiu�����ii��r ��Il�llii,�..����w� ��ii���awr�uu��. 'lll' Il�ii� �����.Ik�« �iillll �Il����ii°� ���� ii.���lf��w�ii°�,��ii������ �'���. ���"�d,�� ��°�
��,����, ���°��,�"��. ,. �
�ll u�� Il���u� �'a�ir ��II��.�Il��liu�� �Il.u�,wra �':����.��',��� �:����� li�,� �� °�`�,�II�°:��r�r��w
Net CO Total Total
Item Orig Bid CO Item Qty (All
Code Item Descrlptlon Item Prlce �tY Q� CO Item Amt App�,d Revfsed Revised
COsI �tem Qty Item Amt
�..�. �.�.. �...�... �_..�...�.... .m � . � n� n......,�..,�..n,., n,. a_ ...... _..
_..�...m. � _.... �. �,...�...� ����..m...
0104-
� 239e000 29629.000 296290.000
6001 REMOVING CONC (PAV) 10.000 29390.000 8.000 80.00 �
0104- REMOVING CONC (SIDEWALK OR
6036 RAMP� �m mm mm����� $10 000 ���� 373.000 12.000 $� 120.00 12.000 385.000 �� 3850.000
0161-
6017 COMPO$T MANUF TOPSOIL (4"1 $1.000 53153.000 240.000 $ 240.00 240.000 53393.000 53393.000
0164- . - W.�.� � ...�.....��� .. ... m ....
..............041.�. �� DRILL SEEDING (TEMP�._.��ARMI.._� ...�.me,..�.e�,.�e $0,120_ .,,,,,,,,,,,,,,,,,,,,,,,,.,,,,,,,,,,,,.................._ _....._.____..... .�_. .�� �
6. ....... � .. � �..� .. . .. . .
) 26578.000 120.000 14.40 00 3203.760
0164-
6043 DRILL SEEDING (TEMP) (COOLI $0.120 26578.000 120.000 $ 14.40 120.000 26698.000 3203.760
� 1.68._ ........... ...................................................................��.�.�.....M......................�,.......... .............................................. ....................................... .............................�......� ......� . __.....m.. � � ...
6001 VEGETATIVE WATERING $17.000 16095.900 72.000 $ 1,224.00 72.000 16167.900 274854.300
0416.,._. .� . . ........................... . . __.. ...............................................�.,n...,,�..,,..,.,.�,,,.,.,.�,..�.m,,,...............�,.. �,................................................................. ...............______________.._ _ -... __.......... � ��
��� �� � ���D�RILL SHAFT��(TRF SIG POLE) (36
6032 INl $200.000 103.000 120.000 $ 24.000.00 120.000 223.000 44600.000
- _ � �_._�.�.�.�.
0529- �w.��� _...�... .,�.� .�.�. .. .... . .... �..meee..�..� .� ...�.�...�_....... �
6005 CONC CURB (MONO) (TY IIl $4.710 1018.000 20.000 $ 94.20 110.000 1128.000 5312.880 '
�.._0531. . .�...�....m �......., � � m..�..,�,..�...,_m,._�.�...�...�_,__ ____,..�� .__ _..�. ___ ,..�______________ _ _�. � ..�..���
6001 CONC SIDEWALKS(4") $40.020 2557.000 44.000 $ 1,760.88 44.000 2601.000 104092.020
�......����3.�.�_ .............................................................................................M.....�. ��................. � �........................................ ,.........................eeeee _. _ _,............................................_.
6004 CURB RAMPS (TY 1) $1,553.750 9.000 3.000 $ 4,661.25 3.000 12.000 18645.000
� m.... �.. .. ........ �...��
0531- � _ .. ..� ... � .... ....��� ....
6010 CURB RAMPS (TY 71 $1,459.580 ��� 8.000 3.000 $ 4,378.74 3.000 11 000 16055.380
0618- �. . � . ..... .... . p.. �._p„e_...
6029 CONDT (PVC) (SCH 40) (3") $11.000 7510.000 154.000 $ 1,694.00 3544.000 11054.000 121594.000
_ �..... a._ ..m n .... � ��,.n �..
0618- � � .....�.�. ... ...... .... .... A.,.,.,.,,,. _ _ ...., � .�.. � .�....
6033 CONDT (PVC) (SCH 40) (4") $8.000 395.000 409a00p �$ 3 272_00 409 000 , 804 000 6432.000
_ _
......
0618- CONDT (PVC) (SCH 40) (4")
6034 BOREI $18.000 1075.000 135.000 $ 2.430.00 135.000 1210.000 21780.000
....�.� �e.m�� ���..�.�.�� ............. �.� . ..... �.� �___w____a_.. ....._.� ................. .
0618- ....... �..�..�� .... ....... _ �., ��..�...._ _....___...........�.. ... ....
' 6046 CONDT (PVC) (SCH 80) (2"1 $12.500 0.000 32.000 $ 400.00 32.000 32.000 400.000
_.-_._ � �. �.. . .. � . � __.�..,� _»w�._ _----�.�
0620- �-- _ __�.�.���� ..... �.... � .. _..... ....
µ _ _ ---- __ _ ______ _ x ______ � � $ 187.20 41.000 3061.000 �3673.200 ��
6011 ELEC CONDR (N0.4) BARE µµ $1.200 3020.000 156.000 __ __ __________ ________� ----^
0620-
6012 ELEC CONDR (NO. � m � � � � � �_w � m .000�� 11785.800
4) INSULATED $1 300 ������ 8680 000 616.000 $ 800.80 386.000 9066
0621- TRAY CABLE (3 CONDR) (12
6002 AWG� __......� .......................m_....................$2�330 ,._,,,,......�0.000....,....2800.000 $ 6,524.00 2800.000 2800.000 ,�6524.00Ow
0620-
6016 ELEC CONDR (N0.2) INSULATED $2.330 0.000 24.000 $ 55.92 24.000 24.000 55.920
wrW...�0624�_ .......................................................................�...................���................................................................m....,.........m.............._....................................m........................................................... �..�_��............�........e.....,.� .......................
6009 GROUND BOX TY D(162922,� $754.590 0.000 6.000 $ 4.527.54 _ 6 000 „6.000 4527.540
0624- � GROUND BOX TY D � � �
6010 (162922)W/APRON � $922.440 0.000 4.000 $ _ 3.689.76 4 000 ��4.000 3689.760
0625- ZINGCOAT STL WIRE STRAND
6002 (3/16") $3.770 0.000 1448.000 $ 5,458.96 1448.000 1448.000 5458.960
0625- ZINGCOAT STL WIRE STRAND $3.770 0.000 1876.000 '$ 7,072.52 1876.000 1876.000 7072.520
LPAFA VolProj Page 1 of 2 Exhibit 1
CSJ #: 0196-01-106
District #: 18-Dallas
Code Chart 64 #: 11400
Project: IH 35E
Limits: From State School Road/Mayhill Road
(FM 2499) to SL 288
Federal Highway Administration
CFDA Title: Highway Planning and Construction
CFDA No.: 20.205
Not Research and Development
6004 (5/16")
.�,, m. ��. �..-....
0628- ELC SR ��_.._ ,......., m.........,,.�.�. ... W.�
V TY D 120/240 �
6239 100(NS)SS(E)PS(U) $4,000.000 1.000 1.000 $ 4,000.00 1.000 2.000 8000.000
..� . . . , aa �--- . � � .w �.... . �.....
�� 0644- IN SM RD SN SUP&AM������������ �
P 400.000 45.000 5.000� $ 2,000.00 5.000 50 000 20000.000
0666- �������� REFL PAV �� �
..�
MRKTY I .� ... .• -..__..�.
_ ,.. .......... .000 � 13888.000
042 2 ( LD
1(100MILl $3.200 2648.Op0 1115.000 $ 3,568.00 1692.000 4340mm y
0680- INSTALL HWY TRF SIG
OLATEDI ���� $20,527.080 .�,m „ 0,000 mm� 1.000 m$mmm mm 20,527.08m _� m1.000 1.000 � 20527, 080mm„
6002 _(I.S.....
0682-
6001 VEH SIG SEC (12")LED(GRN) $210.000 15.000 15.000 $ 3,150.00 15.000 30.000 6300.000
_ 0682- VEH SIG SEC (12")LED(GR�N�. ....�. .....�-.�____.�.. _...... � _ �._.. � .
6002 ARW� $210.000 10.000 7.000 $ 1,470.00 ������� 7.000 17.000 3570.000 ����
...� _____ __ ... ...._��,_...___ m.� �,...�.e.�..m.m ..........����. �.W� ���,
0682-
_ ..... �.�._ _ . e_.�,.._.�� , a 1 .�Y.�. � mm._ .....,�em,� .... 000 ....19.000.... �.� ........ 3 990 00 . .. ...19 000...� ....... 40.000 ,_....�.._8400.000
6003 VEH SIG SEC (12"1LED(YELI $210.000 21.
0682-
.��..�.�.�__ �.,.� ._ .......� ............... _ .� .�.. 7.000 1470.000
6004 VEH SIG SEC (12")LED(YEL ARWI $210.000 4.000 3.000 $ 630;00 �3.000 .,,,,,, � �, ..�
�_�,__� �
0682-
6005 VEH SIG SEC (12")LED(RED) $210.000 21.000 19.000 $ 3,990.00 19.000 40.000 8400.000
�... � .... ...... ... ... �.._� _... _._.. _... � .��
0682- PED SIG SEC m�� �v �
6018 (LED)(COUNTDOWN) $450.000 10.000 12.000 $ 5,400.00 12.000 22.000 9900.000
.� .............m......� ,.�.................................................................................................................................................. ..............................................................................w .........
0682- BACK PLATE (12")(3
x � 0 000 21.000 16.000 $ 1 440 00 16 OOOti 37.000 � 3330.000 ,
5 ( EDIALUM 9
0682- BACK PLATE (12")(5
6037 SEC)(VENTED)ALUM $261.120 0.000 3.000 $ 783.36 3.000 3.000 783.360
....., ...�m.a,,,,,,,,,,,,,_.....���......� ��������m �..e � . «w.
���� 0684- ������ TRF SIG C�BL (TY A)(14 AWG)(5
6031 CONDR) $1.300 975.000 80.000 $ 104.00 80.000 ' 1055.000 1371.500
. _..____._......._ � ...,..,..,�.
�.�..�w ................. ..�._..m.m.�.. .��� ..�.�.� �_�.�m,.. ��
0684- TRF SIG CBL (TY A)(14 AWG)(7
6033 CONDRI $1.600 '' 2320.000 2751.000 $ 4,401.60 2751.000 '' 5071.000 8113.600
�_�,�..�e....�. - _.-- ����-�---�--------- _ ..��.��. ...
��0684- � TRF 51G CBL (TY A)(14 AWG)(9 �
----�y _ m_m 1.000 2698.410
6035 ND
R) _ $2.210 0.000 1221.000 $ � 2,698.41_ 1221.000 122 ��
0684- TRF SIG CBL (TY A)(14 AWG)(12
6038 CONDR) $2.300� 930.000 1780m000 ,$ 4 094 00 1780mm000 _ 2710.000 _ 6233.000
0684- TRF SIG CBL (TY C)(12 AWG)(2
__ .............��_._...��....��.. .. ...�_ � .r�.�� ........... . � �r ... 4523400
6079 R) 0 900 1915.pOp 3111.QQp 2 7�9.8p 3111.QpQ 5026.000
0686- INS TRF SIG PL AM �
. �_. �._.�a. � � , � �._�_�� _. ''�.� m..... ���_� _.�..... 8.000 3200.000
3 ..............................N.��INSTLL ONLY) $400.000 _0.000 _ 8.000 $ 3,200.00 8.000 .....� �
...........6.2.9.
0687-
6001 PED POLE ASSEMBLY $1,300.000 6.000 8.000 $ 10,400.00 8.000 14.000 18200.000
0688- PED DETECT PUSH BUTTON,,,,,,,,,,,, m, �..�m� .............................................................................................................................m.... ...........................:m...m.....m...m.m.m....��...............m...............�.�... .. A .....�
6001 (APS) $550.000 8.000 12.000 $ 6,600.00 12.000 20.000 11000.000
_,� m.�..m.., m,�,�,,,,,.�...�m.m.m.,,,, ...,_m .....
� 0688- ���� PED�DETECTOR CONTROLLER
6003 UNIT $3;000.000 1.000 1.000 $ 3,000.00 1.000 2.000 6000.000
�............� .... ....� .. ...._6a�,�� .....�._wd.....
� 6025- �.��... �.�.... _. � .....� ..w...�
6001 RADAR PRESENCE DETECTOR $6,400.000 6.000 6.000 $ 38.400.00 6.000 12.000 76800.000
602.... RADAR PR.. ���� � ,
5- � �������� ESENCE DETECTOR ���� ..�� ��� ........ �
6002 COMM CABLE $2.700 1820.000 1251.000 $ 3,377.70 1251.000 3071.000 8291.700
._ .............. � ...�ww
���� 6155- ... � ... .... .... .... �. .... .... �.�.
6001 RADAR DETECTOR $400.000 4.000 2.000 $ 800.00 2.000 6.000 2400.000
........�.�_. ..�....�. _...
6155- ' ---- -
6002 RADAR COMMUNICATION CABLE $1.600 ' 1370.000 419.000 $ 670.40 419.000 1789,000 2862.400
�.�..8.�_ �..� �.�........ A,...._ �._ $2 053 250 _ 0.�000,,.. 1.000...... $ ��,053.2�5 ..��,.�.1.000 .. ...�,.
6001 I��� GN � BOX(PCAST) TY 1 1:000 2053.250 ''
6186- � ITS GND BOX(PCAST) TY 1
6002 (243636)W/APRN $3;032.480 0.000 1.000 $ 3,032.48 1.000 1.000 3032.480
$ 204,937.15
LPAFA VolProj Page 2 of 2 Exhibit 1