HomeMy WebLinkAboutAgenda_GTAB_03.11.2016Notice of Meeting for the
Georgetown Transportation Adv isory Board and the Gov erning Body
of the City of Georgetown
March 11, 2016 at 10:00 AM
at the GMC Building - 300-1 Industrial Av e., Georgetown, TX 78626
The City o f G eo rgeto wn is committed to comp lianc e with the Americans with Dis abilities Ac t (ADA). If yo u
req uire as s is tanc e in participating at a p ublic meeting d ue to a disability, as d efined und er the ADA, reas onab le
as s is tance, ad ap tatio ns , or acc o mmo d ations will b e provid ed up o n req uest. P leas e c o ntact the City at leas t
fo ur (4) d ays prior to the sc heduled meeting d ate, at (512) 930-3652 or City Hall at 113 East 8th Street for
ad d itional informatio n; TTY users ro ute thro ugh Relay Texas at 711.
Regular Session
(This Regular S es s io n may, at any time, b e rec es s ed to convene an Exec utive S es s io n fo r any p urpose
authorized b y the Op en Meetings Act, Texas Go vernment Co d e 551.)
A Call to Ord er
The Board may, at any time, rec es s the R egular S es s io n to convene in Exec utive S es s io n at the reques t of
the Chair, a Board Memb er, the City Manager, As s is tant City Manager, G eneral Manager of Utilities, City
Co uncil Member, o r legal c o uns el for any p urpos e authorized b y the Op en Meetings Act, Texas
Government C o d e Chapter 551, and are s ubjec t to actio n in the Regular Ses s ion that follows .
B Introduction of Vis itors
C Ind ustry/C AMP O/TXDOT Updates
D Dis cus s ion regard ing the Projec t Progres s Reports and Time Lines. – Bill Dryd en, P.E., Transportation
Engineer, Mark Miller, Trans p o rtatio n Servic es Manager, Nat Waggoner, PMP ®, Trans p o rtatio n Analys t
and Ed ward G. P o las ek, AICP, Transportatio n Services Direc tor.
E Dis cus s ion regard ing the Airp o rt Projec t P ro gres s Report and time lines . – Rus s Vo lk, C.M., Airp o rt
Manager and Ed ward G. Polasek, AICP, Trans portation S ervic es Director
Legislativ e Regular Agenda
F No minations and elec tion of Vice-Chair of the GTAB Board. - Jo hn Pettitt – C hair Person for GTAB
G No minations and elec tion of Sec retary of the GTAB Bo ard . – Jo hn Pettitt, GTAB Chair Person
H Review and p o s s ib le ac tion related to the Day and Time o f GTAB Board Meetings . – Jo hn P ettitt, GTAB
Chair Pers o n
I Review and p o s s ib le ac tion to approve the minutes from the Regular GTAB Bo ard meeting held on
Feb ruary 12, 2016. - Jana Kern – GTAB Bo ard Liais o n
J D iscussion an d possible recom m en dation to C oun cil for the approval of an A dvan ced F unding
A greem en t (A F A) with T xD O T for en viron m en tal review of Austin A ven ue B ridges proj ect as
required by N ation al E n viron m en tal P olicy A ct (N E P A)- N at Waggon er, P M P , T ran sportation
A n alyst an d E dward G . P olasek, A .I .C .P ., D irector, T ran sportation S ervices
Page 1 of 75
Adjournment
CERTIFICATE OF POSTING
I, Shelley No wling, C ity S ecretary fo r the C ity of Geo rgeto wn, Texas , d o hereby c ertify that this Notice of
Meeting was p o s ted at City Hall, 113 E. 8th Street, a p lace read ily acc es s ible to the general p ublic at all times ,
on the ______ d ay o f __________________, 2016, at __________, and remained so p o s ted fo r at leas t 72
c o ntinuo us ho urs p receding the sc heduled time o f s aid meeting.
____________________________________
S helley No wling, City Sec retary
Page 2 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Intro d uc tion o f Vis ito rs
ITEM SUMMARY:
FINANCIAL IMPACT:
N/A
SUBMITTED BY:
Jana Kern
Page 3 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Indus try/CAMPO/T XDOT Up d ates
ITEM SUMMARY:
FINANCIAL IMPACT:
N/A
SUBMITTED BY:
Jana Kern
Page 4 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Disc ussion regarding the P ro ject P ro gress R ep o rts and Time Lines . – Bill Dryden, P.E., Trans p o rtatio n
Engineer, Mark Miller, Transportation Servic es Manager, Nat Waggo ner, PMP®, Transportation Analyst
and Edward G . Polas ek, AICP, Trans p o rtation S ervic es Directo r.
ITEM SUMMARY:
GTAB Projec ts
2nd Street (Aus tin Avenue to College Street)
Aus tin Avenue Improvements Projec t
CDBG Sidewalk Imp ro vements
- MLK/3rd S t (Sc enic Dr. to Aus tin Ave.)
- Univers ity Ave. (I 35 to Hart S t.)
FM 971 R ealignment at Aus tin Avenue
FM 1460 Imp ro vements Projec t
Jim Ho gg Drive/Road at Williams Drive
Southwes t Bypass Projec t (Leander Road to I 35)
Trans portation S ervic es Operatio ns – CIP Maintenance
GTEC P ro jec ts
Projec t S tatus Report
2015 Ro ad Bond P ro gram
Southwes t Byp as s (Leander Dr./R M 2243 to Wo lf Ranc h Parkway Extens io n) and Wo lf
Ranc h P arkway Extens io n (SW Byp as s to DB Wood Rd.)
FINANCIAL IMPACT:
None
SUBMITTED BY:
Bill Dryden, P.E., Trans portation Engineer
ATTACHMENTS:
Description Type
GTAB Project Progres s Reports Backup Material
GTEC Projects Status Report Backup Material
2015 Road Bond Project Progres s Reports Backup Material
Page 5 of 75
2nd Street
Austin Avenue to College Street
Project No. 1BU TIP None
March 2016
Project Description Design and preparation of plans, specifications and estimates (PS&E) for the
widening and reconstruction of 2nd Street from Austin Avenue to College Street.
Purpose To provide a safer roadway between Austin Avenue and College Street serving the
citizens of the north portion of “Old Town” and VFW baseball fields. The proposed
project provides improved sidewalk for pedestrian activities along the roadway.
Project Manager Mark Miller and Joel Weaver
Engineer KPA, LP
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way Existing
Utility Relocations Work complete!
Construction As of March 2nd, the contractor was finishing punch list and working on completing
curb work on 4th Street. (add alternate)
Other Issues The VFW park reconstruction was bid on Feb. 2nd. The Parks department is looking
into funding options.
Page 6 of 75
Austin Avenue Bridges Project
(North and South San Gabriel Bridges)
Project No. TBD TIP Project No. N/A
March 2016
Project
Description
Develop 30% plans for improvements along Austin Ave. between 3rd Street and Morrow
Street. The project involves several phases and requires participation and support from
various stakeholders– interested citizens, community businesses, professional
consultants, State and regional transportation partners City Staff and Council.
Schedule Phase Activity Completion
1 Public involvement and alternative analyses, evaluating
alternatives for feasibility and costs, etc. Mid 2016
2 Develop geometric layouts and preliminary construction
estimates for two alternatives Mid 2016
3 Selection of alternative by Council End 2016
4 Develop schematic and 30% plans. Mid 2017
Proj. Mgrs Ed Polasek, AICP; Bill Dryden, P.E.; Nat Waggoner, PMP®
Engineer Aguirre & Fields, LP
Element Status/Issues
Public Involvement 1st Public meeting planned for March 31, 2016.
Meetings with Affected Property Owners (MAPO)
held the week of February 22‐26, 2016.
Design Forensic testing completed.
Surveying Underway
Environmental Underway‐ meeting with TxDOT Environmental
2/4/2016
Rights of Way Exist. ROW from N. of 2nd to Morrow; Additional
ROW may be required 3rd to N. of 2nd.
Utility Relocations TBD (future)
Construction TBD
Other Issues
Page 7 of 75
CDBG Sidewalk Improvements Project
MLK/3rd Street (Scenic Dr. to Austin Ave.)
Project No. None TIP No. None
March 2016
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for
sidewalk improvements along MLK/ and 3rd streets from Scenic Drive to Austin
Avenue.
Purpose To provide ADA/TDLR compliant sidewalks in the area.
Project Managers Bill Dryden, P.E.
Engineer Steger Bizzell
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way N/A
Utility Relocations N/A
Construction Contract was awarded in February;
NTP has been issued.
Other Issues None.
Page 8 of 75
CDBG Sidewalk Improvements Project
University Avenue (SH 29) (I 35 to Hart St.)
Project No. None TIP No. None
March 2016
Unchanged
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for
sidewalk improvements along University Avenue (SH 29) from I 35 to Hart Street.
Purpose To provide ADA/TDLR compliant sidewalks in the area.
Project Managers Bill Dryden, P.E.
Engineer Steger Bizzell
Element Status / Issues
Design Design is complete; awaiting TCEQ review and comments.
Environmental/
Archeological
N/A
Rights of Way Existing
Utility Relocations TBD
Construction TBD
Other Issues Engineer is addressing some TCEQ‐raised issues regarding water quality.
Page 9 of 75
FM 971 at Austin Avenue
Realignment Intersection Improvements
Project No. 1BZ TIP No. AG
March 2016
Unchanged
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the
widening and realignment of FM 971 at Austin Avenue, eastward to Gann Street.
Purpose To provide a new alignment consistent with the alignment of the proposed
Northwest Boulevard Bridge over IH 35; to allow a feasible, alternate route from
the west side of I 35 to Austin Avenue, to Georgetown High School, to San Gabriel
Park and a more direct route to SH 130.
Project Managers Bill Dryden, P.E.
Engineer Klotz Associates, Inc.
Element Status / Issues
Design Preliminary Engineering complete;
Engineer working on 60% design submittal
Environmental/
Archeological
10/2015
Rights of Way Complete
Utility Relocations TBD
Construction 10/2016
Other Issues Meeting scheduled with TxDOT on February 5th to discuss the Advance Funding
Agreement.
Page 10 of 75
FM 1460
Quail Valley Drive to University Drive
Project No. 5RB TIP No. BO & CD
March 2016
Project Description Design and preparation of plans, specifications and estimates (PS&E) for the
widening and reconstruction of FM 1460. Project will include review and update
to existing Schematic, Right‐of‐Way Map and Environmental Document and
completion of the PS&E for the remaining existing roadway.
Purpose To keep the currently approved environmental documents active; purchase ROW,
effect utility relocations/clearance and to provide on‐the‐shelf PS&E for TxDOT
letting not later than August 2013, pending available construction funding.
Project Managers Ed Polasek, AICP and Bill Dryden, P.E.
Engineer Brown and Gay Engineers, Inc.
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way 1 Remaining parcel of original 36 – pending closing documents.
Utility Relocations Ongoing
Construction Construction is underway.
Other Issues Engineer preparing Change Orders for construction contract.
Page 11 of 75
Jim Hogg Drive/Road at Williams Drive
Intersection and Signalization Improvements
Project No. 1DE TIP No. None
March 2106
Project Description Design and preparation of final plans, specifications and estimates (PS&E) for the
widening of Jim Hogg at the intersection of Williams Drive, inclusive of installation
of a traffic signal.
Purpose To provide a widened 3‐lane section with signal at the intersection of Jim Hogg and
Williams Drive. The proposed improvements will provide improved access for the
residents and the employees of the new City Service Center to Williams Drive.
Project Manager Bill Dryden, P.E.
Engineer Kimley‐Horn and Associates, Inc.
Element Status / Issues
Design Complete
Environmental/
Archeological
Complete
Rights of Way Existing
Utility Relocations Included with construction project
Construction NTP has been issued; Contractor has begun work.
Other Issues None
Page 12 of 75
Southwest Bypass Project
(RM 2243 to IH 35)
Project No. 1CA Project No. BK
March 2016
Project Description Develop a Design Schematic for the Southwest Bypass from Leander Road (RM
2243) to IH 35 in the ultimate configuration and Construction Plans, Specifications
and Estimate (PS&E) for construction of approximately 1.5 miles of interim 2‐lane
roadway from Leander Road (RM 2243) to its intersection with the existing Inner
Loop underpass at IH 35. The portion from Leander Road to the east property line
of Texas Crushed Stone is a GTAB Project; from the east line to the existing Inner
Loop underpass at IH 35 is being funded by GTEC.
Purpose To extend an interim portion of the SH 29 Bypass, filling in between Leander Road
(RM 2243) to IH 35 Southbound Frontage Road.
Project Manager Williamson County
City Contact: Ed Polasek, AICP and Bill Dryden, P.E.
Engineer HDR, Inc.
Element Status / Issues
Williamson County
Project Status
(from WilCo’s status
report)
Southwest Bypass Driveways – Advertisement for this project was approved at the
1/26/16 Commissioners Court Meeting. A Pre‐Bid Meeting was held on 2/10/16 with
an anticipated Bid Opening on 2/24/16.
Southwest Bypass (RM 2243 to IH 35) – A 60% PS&E submittal for turn lanes on
RM 2243 at Southwest Bypass were received 1/28/16 and are under review. A GEC
Constructability review meeting was held on 2/9/16. A project status meeting with
the Commissioner, County staff, HDR, and the GEC was held on 1/8/16.
Rights of Way Special Commissioners have awarded the value for one of the two remaining
parcels; funding has been posted with the Court.
PUA has been obtained for the final parcel of property; condemnation hearing was
scheduled for the end of September 2015, but has been postponed at the request of
property owner.
Other Issues City and WilCo completing the Interlocal Agreement for the Project.
Page 13 of 75
Transportation Services Operations
CIP Maintenance
March 2016
Project Description 2015‐2016 CIP Maintenance of roadways including, Chip seal, Cutler Overlays,
Fog seal applications and Engineering design of future rehabilitation projects.
Purpose To provide protection and maintain an overall pavement condition index of
85%.
Project Manager Mark Miller
Engineer/Engineers KPA, LP
Task Status / Issues
Chip Seal 2016 work in design phase. Bid phase May 2016. In‐house staff working on
pre‐construction patching and crack sealing. (Council workshop discussing
budget scenarios; single vs. two course chip seal…..) Engineering packages
and ordering of material waiting for Council direction.
Fog Seal 2015 – Rejuvenation is continuing as the weather allows. Original schedule
was October 19th to November 7th. The wet weather pattern limits the window
of application time. As of December 2, the work was 30% complete. Work
was postponed in mid‐December for the Christmas holidays. The product is
providing a good coverage and seal. Crews are proceeding as weather allows.
Heavy traffic in the Sun City neighborhoods makes applications extremely
challenging.
HIPR/overlay 2016 engineering underway. Bid phase May 2016
Engineering 2016 Work in progress!
Page 14 of 75
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
Lakeway Drive Overpass #10 5QL Project Complete.
Complete 2,500,000 2,500,000 0 0 0
Southeast Arterial 1 (Sam Houston Avenue)#12 5QG Project Complete.
Complete 12,995,625 10,478,499 2,517,126 0 0
Wolf Ranch Parkway Extension (SW Bypass to DB
Wood Road)
#14A 5QW Project Complete.
Complete 1,330,000 1,111,233 218,767 283,350 0 283,350
Southwest Bypass (SH29 to RR2243)#14B 5QC Project Complete.
Complete 7,756,432 3,225,132 4,531,300 4,539,107 5,787 4,533,320
Northwest Blvd Overpass #QQ 5QX Engineer is coordinating design with the design for
Rivery Boulevard in moving towards construction
PS&E for both projects to minimize overlap work
between these two projects.
Engineer is developing alternatives for storm water
outfall.
Construction tentatively scheduled to begin mid-FY
2019.
In-process
Unchanged
1,136,178 1,099,076 37,102 571,178 479,588 91,590
NB Frontage Road (SS 158 to Lakeway)#QQ 5QY Staff and Engineer has met with TxDOT personnel
at both the local Area Office and District
Environmental Division.
In-process
Unchanged
613,822 613,822 0 382,822 382,822 0
ROW - 1460 #EEa
#EEb
#EEc
5RB Contractor has begun working on the project;
contract time is beginning to accrue.
Utility relocations - ongoing.
As of October 16th, the City has obtained PUAs or
have closings completed or planned for all the
remaining FM 1460 parcels.
Remaining parcel – pending closing
documents.
Under
Construction
Unchanged
11,788,230 5,348,470 6,439,760 6,727,539 2,315,896 4,411,643
TCS/RR Easement 5RD Project Complete.
Complete 1,500,000 1,503,148 -3,148 0 0
FM 971 / Washam 5RE Project Complete.
Complete 100,000 0 100,000 0 0
Rivery Road 5RF Project Complete.
Complete 779,000 29,000 750,000 750,000 0 750,000
Rivery Boulevard 5RM Engineer has submitted 75% plans for City review.
Engineer is completing appraisals on remaining 7
parcels.
Offers have been made to the 15 parcel owners
from Park Lane southward to Williams Drive. We
have verbal acceptance on 6 parcels; paperwork is
pending.
Construction tentatively scheduled to begin mid FY
2018.
On Schedule
Snead Drive 5QZ Construction is working on street paving.Under
Construction
On Schedule
825,100 87,000 738,100 825,100 87,000 738,100
GTEC PROJECT UPDATE AND STATUS REPORT
March 2016
Project to Date Current Year Budget (13/14)
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-02.xlsx Page 1 of 3 3/3/2016Page 15 of 75
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
GTEC PROJECT UPDATE AND STATUS REPORT
March 2016
Project to Date Current Year Budget (13/14)
Mays Street Extension 5RI Design is Complete
Engineer has submitted all ROW documents;
acquisition has begun with the property owners
south of Westinghouse Road.
Project will be bid as ROW is acquired. Project will
take 12 months to complete (tentatively set for
Spring 2017).
Interlocal Agreement (ILA) with Round Rock
will be going to Council on
February 23rd for approval by the City of
Georgetown and February 25th for
approval by the City of Round Rock.
In Process 196,000 196,000 0 196,000 196,000 0
IH 35/ Hwy 29 Intersection 5RJ TBD 650,000 0 650,000 650,000 0 650,000
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-02.xlsx Page 2 of 3 3/3/2016Page 16 of 75
Current Capital Improvement Projects TIP
No.
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Projected
Current Year
Cost
Current Year
Available
GTEC PROJECT UPDATE AND STATUS REPORT
March 2016
Project to Date Current Year Budget (13/14)
Current Economic Development Projects Project
Type
Project
No.
Update On Schedule/
Or Behind
Project
Budget
Project
Cost
Available Current Year
Budget
Current Year
Cost
Current Year
Available
100 S. Austin Ave Eco Devo
Project
5RA In-process 507,000 507,000 0 0
Williams Drive Gateway 5RC Engineer working on schematic design alternatives
and preliminary cost estimates.
On Schedule 65,000 61720 3,280 0 0
Economic Development Projects 1,137,500 1,137,500 1,137,500 0 1,137,500
16,062,596 3,467,093 12,595,503
Project to Date Current Year Budget (13/14)
L:\Global\CIP Budgetary Worksheets\GTEC Status Report\2016\GTEC - Project Status - 2016-02.xlsx Page 3 of 3 3/3/2016Page 17 of 75
2015 Road Bond Program
Southwest Bypass (Leander Rd. to Wolf Ranch Parkway Extension)
Wolf Ranch Parkway Extension (SW Bypass to DB Wood Rd.)
Project No. 1DI OTP Project No. AD & AZ1
March 2016
Project
Description
Construction of Southwest Bypass from Leander Road (RM 2243) to Wolf Ranch
Parkway Extension and Wolf Ranch Parkway Extension from Southwest Bypass to
DB Wood Road.
Remaining Project Schedule
Council for award February 24th
Notice to Proceed week of March 7th – 11th
Completion of Construction Summer 2018
Purpose To complete a connection from Leander Road (RM 2243) to University Ave. (SH 29)
Project Manager Bill Dryden, P.E.
Engineer HDR, Inc.
Element Status / Issues
Design Complete
Surveying Complete
Environmental Complete
Rights of Way ROW acquired.
Utility
Relocations
TBD
Construction Awarded by Council February 2016
NTP scheduled for March 2016.
Other Issues None
Page 18 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Disc ussion regarding the Airport P ro ject Progres s R ep o rt and time lines. – R us s Volk, C.M., Airport
Manager and Edward G. P o las ek, AICP, Trans p o rtatio n Services Direc tor
ITEM SUMMARY:
Airport Projects:
Grant 1314GRGTN Up d ate
Grant 1514GRGTN Up d ate
Grant 16MPGR GT N Update
FAA To wer Report
Fuel Sales Report
Hangar / Tie-Down Lease Update
2016 Ac c o mp lis hments and Projec ts
Busines s Management S o ftware Up date
Avgas Fuel P rice Comparison
Jet A Fuel P rice Comparison
Airport Mo nthly F inancial Report
FINANCIAL IMPACT:
NA
SUBMITTED BY:
Rus s Vo lk, C.M., Airport Manager
ATTACHMENTS:
Description Type
1314GRGTN Update Backup Material
1514GRGTN Update Backup Material
16MPGRGTN Update Backup Material
Tower Report Backup Material
Fuel Sales Backup Material
Hangar Report Backup Material
2016 Goals and Accomplis hments Backup Material
Bus ines s Management Software Update Backup Material
Avgas Price Comparis on Backup Material
Jet A Price Comparis on Backup Material
Jan Airport Financials Backup Material
Page 19 of 75
Airport Improvements
Project No. 1314GRGTN
Mar 2016
Project Description FY2013 project: Design New Fuel Farm, Parallel Taxiway A, Pavement
Maintenance
Purpose Improved safety and reliability of airport
Project Manager Russ Volk C.M., Airport Manager
Project Engineer Garver
Notes:
Jul 2005 – Airport Master Plan Update identified many of these projects as “Development
Goals”
May 2013 – Commission Approval of Grant
Jul 2013 – Mayor signs Grant Participation Agreement
Aug 2013 – Garver Engineering selected as Engineering / Design Firm
Page 20 of 75
Project Elements include:
Engineering / Design Services
Environmental Review
Bidding Process
Feb 2016 – Review Bid Packet
Mar/Apr 2016 – Bid Process
Late Apr 2016 – Bid Opening
Late May 2016 – Conditional Award
Construction phase of project is under Grant 1514GRGTN
Page 21 of 75
Airport Improvements
Project No. 1514GRGTN
Mar 2016
Project Description FY2015 project: Construction of Fuel Storage Tanks, Parallel Taxiway A,
Pavement Maintenance
Purpose Improved safety and reliability of airport
Project Manager Russ Volk C.M., Airport Manager
Project Engineer Garver
Notes:
Oct 2014 - Council Resolution 101414-F – Approval to Debt Fund $870K for project
Mar 2015 - Council Resolution 032415-G – Authorization for City to Sell Certificates of
Obligation to fund project
Jan 28, 2016 – Transportation Commission approval of $8.3M Grant
Page 22 of 75
Jan 29, 2016 – City cost share of $830K wire transferred to TxDOT Aviation per payment
instructions from TxDOT
Late Jun 2016 – Following completion of bidding process being conducted under grant
1314GRGTN, TxDOT will provide Construction Project Participation Agreement
for City consideration
Page 23 of 75
Airport Improvements
Project No. 16MPGRGTN
Mar 2016
Project Description FY2016 project: Airport Master Plan Update
Purpose Update to 2005 Airport Master Plan
Project Manager Russ Volk C.M., Airport Manager
Project Estimate $200,000
Project Engineer Unknown
Jan 28 – Transportation Commission approval of $200K Grant
Feb 19 – Solicitation for Consultant Qualifications
Mar 29 – Consultant Qualification Submissions due TxDOT Aviation
Apr – Committee to Review Consultant Qualifications
• John Pettitt
• Donna Courtney
• Mike Babin
• Jordon Maddox
• Russ Volk
Page 24 of 75
Georgetown Municipal Airport Contract Tower Program Update
For Month of Jan 2016
Project Description Georgetown Tower Monthly Update
Purpose Operations Report
Project Manager Russ Volk C.M., Airport Manager
Operating Statistics
Performance/volumetric
indicators
For the Month of:
Jan 2016
Jan
2015
FY-T-D
Jan
2016
FY-T-D
Variance
Take Offs and
Landings Day*
Night*
VFR 7,197 135 20,314 23,971
3,657 15.3%
IFR 624 21 2,293 2,115
<178> <7.8>%
Total Take
Offs/Landings 7,821 156 22,607 26,086
3,479 13.4%
Total for Month 7,977
* This does not include flyover operations (i.e. handoffs from ABIA approach/departure
control to KGTU tower then onto the next ATC.).
Page 25 of 75
Georgetown Municipal Airport Fuel Sales Update
For Month of Jan 2016
Project Description Georgetown Fuel Sales Update
Purpose Fuel Sales Monthly Report
Project Manager Russ Volk C.M., Airport Manager
Operating Statistics
Performance/volumetric
indicators
Gallons For the Month of:
Jan
Jan 2015
FY-T-D
Jan 2016
FY-T-D
Variance
Type of Fuel 2015 2016
AVGAS 23,008
27,429 83,206 94,459 11,235 12%
JET A 38,404
48,760 150,282 168,030 17,748 10%
Total Gallons Sold 61,412
76,189 233,488 262,489
29,001 9%
Page 26 of 75
Airport Hangar / Tie-Down Lease Update
Mar 2016
Project Description Hangar / Tie-Down Lease Agreements
Purpose Occupancy Rates
Project Manager Russ Volk C.M., Airport Manager
Unit Stats
Total Hangars – 114
• 100 Percent Occupied
Total Storage Units – 7
• 5 Occupied
• 2 Vacant
Total Tie-Downs – 39 Monthly, 14 for Overnight/Transient Parking
• 100 Percent Occupied
Page 27 of 75
GTU Airport
In-Work Projects
Underbrush trimming on north end of airport.
Replace door seals on Hangars E, F, and G.
Replace bottom door seals on Hangars H, I, and J.
Develop Airport Preventative Maintenance Program.
Updating Storm Water Pollution Prevention Plan.
Update to Airport Rules and Regulations and Minimum Standards.
Planned Projects
Demolition of old Civil Air Patrol building.
Obtaining Pesticide Application License to allow for airport staff to spray weed killer.
Develop Hangar Routine Maintenance Program.
Evaluate possible software solutions for a technology based Pavement Management Program.
Evaluate possible software solutions for a technology based Airport Self Inspection Program.
Upgrade electrical service to Hangars I and J.
Repairs to terminal ramp to reduce FOD issues.
Upgrade to bi-fold doors drive motors on Hangars BB and CC.
Developing lease agreement for storage locations.
Page 28 of 75
Accomplishments 2016
Resealed windows in first four floors of Control Tower
Resealed two windows in Terminal Conference Room
Accomplished annual maintenance on windsock
Painted main entry hallway in Terminal
Painted main lobby in Terminal
Painted conference room in Terminal
Replace gate rollers on south electronic gate.
Facility Inspection of Gantt Hangars
Facility Appraisal of Gantt Hangars
Upgraded electrical service to Hangar H
Installed aviation radio in Kubota
Crack seal Runway 18/36
Selected new Business Office software – Total Aviation
Accomplished Electrical upgrades in CTA hangar
Replaced Key Pad at South Gate Entrance
Painted reflective tags on Runway Lights
Hosted Charity Car / Plane show
Page 29 of 75
Page 30 of 75
Airport Project
Mar 2016
Project Description Business Operations Software
Purpose Software Solution for Airport Business Operations
Project Manager Russ Volk C.M., Airport Manager
Project Estimate $7,000
Sep 2015 – Request for Proposals from potential vendors
Oct 2015 - Demos and evaluation of software products
Nov 2015 - Final selection of vendor
Dec 2015 – Negotiation of cost and licensing agreement
Jan / Feb 2016 – Software modifications for CoG process
Feb 24/25 – Initial software training for CoG Business Operations Coordinator
Mar 2016 – Integration of Fuel Master with Total Aviation Software
Mar /Apr 2016 - Implementation of Phase 1 of project
Page 31 of 75
1. Integration of existing process utilizing new software
2016 – Future phases
Phase 2 – Switch over management and billing of airport leases into Total Aviation
Software
Phase 3 – Integration of new fuel farm features into Total Aviation Software
Page 32 of 75
Page 33 of 75
Page 34 of 75
Page 35 of 75
Page 36 of 75
Page 37 of 75
Georgetown Municipal Airport Income Statement
1/31/2016
FY2016
Budget
Beginning Fund Balance 748,167$ 792,318$ 44,151$ 82,210$ 710,108$
Operating Revenues
Fuel Sales 2,875,000 692,686 24.09% 759,749 ‐8.83%
Lease & Rentals 684,400 229,154 33.48% 187,907 21.95%
Interest & Other 41,550 821 1.98% 1,327 ‐38.13%
Total Operating Revenue 3,600,950 922,662 25.62% 948,984 ‐2.77%
Operating Expenses
Personnel 321,471 95,313 29.65% 104,219 ‐8.55%
Operations ‐ Fuel 2,448,882 498,609 20.36% 660,539 ‐24.51%
Operations ‐ Non Fuel 659,759 369,466 56.00% 400,456 ‐7.74%
Capital 20,000 ‐ 0.00%‐ 0.00%
Total Operating Expenses 3,450,112 963,388 27.92% 1,165,215 ‐17.32%
Policy Compliance (Rev. ‐ Exp.) 150,838 (40,726) (216,231)
Nonoperating
Nonoperating Revenues 25,000 10,855 43.42%‐ 100.00%
Nonoperating Expenses 938,157 837,705 89.29% 57 99.99%
Ending Fund Balance (14,152) (75,258) (134,078)
Reservations
Restricted Bond Proceeds ‐ (15,171) ‐
Available Fund Balance (14,152)$ (90,429)$ (134,078)$
Notes: A) The Electric Fund is covering the contingency requirements for Airport to meet City‐wide contingency reserves per policy.
Airport reserve was decreased to 45 days effective October 1, 2014.
FY2016
YTD Actual
Variance
to Budget
FY2015
YTD Actual
FY2015
Variance
Page 38 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Nominations and electio n o f Vic e-Chair of the GTAB Bo ard . - John Pettitt – Chair P ers o n fo r GTAB
ITEM SUMMARY:
Per the Bylaws of the Georgetown Trans portation Advis o ry Bo ard ;
“Section 3.1 – Officers. T he Bo ard Offic ers are C hairman, Vice-Chairman and Sec retary. The Chair is
ap p o inted by the C ity Co uncil d uring the annual ap p o intment proc es s . The other Bo ard Offic ers are
elected by a majority vote of the Members at its firs t meeting after the annual appointment p ro cess.”
The Chair of the Bo ard , Mr. Jo hn Pettitt, will take the no minatio ns fro m the floor, fo r positio n o f Vic e-
Chair.
FINANCIAL IMPACT:
n/a
SUBMITTED BY:
Jana Kern
Page 39 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Nominations and electio n o f S ecretary o f the GTAB Board. – John Pettitt, G TAB Chair P ers o n
ITEM SUMMARY:
Per the Bylaws of the Georgetown Trans p ortation Advis o ry Bo ard ;
“Section 3.1 – Officers. T he Bo ard Offic ers are C hairman, Vice-Chairman and Sec retary. The Chair is
ap p o inted by the C ity Co uncil d uring the annual ap p o intment proc es s . The other Bo ard Offic ers are
elected by a majority vote of the Members at its firs t meeting after the annual appointment p ro cess.”
The Chair of the Bo ard , Mr. Jo hn Pettitt, will take the no minatio ns fro m the floor, fo r positio n o f Secretary.
FINANCIAL IMPACT:
n/a
SUBMITTED BY:
Jana Kern
Page 40 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Review and pos s ible actio n related to the Day and Time of GTAB Bo ard Meetings . – John Pettitt, GTAB
Chair Pers o n
ITEM SUMMARY:
Per the GTAB Bylaws Section 4.1 Time & Date of Regular Meeting. T he Bo ard shall meet once a
mo nth o n the s ame week o f the mo nth, the s ame d ay o f the week, at the same time, and at the same p lace.
The regular date, time, and p lace o f the Bo ard meeting will b e dec id ed by the Members at the first meeting,
o f the Bo ard after the annual appointment proc es s .
Currently, the GTAB Bo ard meets on the s ec o nd Friday of each month at 10:00 a.m.
FINANCIAL IMPACT:
n/a
SUBMITTED BY:
Jana Kern
ATTACHMENTS:
Description Type
Draft Meeting Dates Cover Memo
Page 41 of 75
GEORGETOWN TRANSPORTATION ADVISORY BOARD
(GTAB)
Meeting Schedule
March 2016 – February 2017
All Regular Meetings will be held on the second FRIDAY of every month at 10:00 a.m.
except for the December meeting at the Georgetown Municipal Complex, located at 300-
1 Industrial Avenue
Please contact Jana Kern @ 512-930-8473 if you have questions regarding meeting dates
or times.
MARCH 11, 2016
APRIL 08, 2016
MAY 13, 2016
JUNE 10, 2016
JULY 08, 2016
AUGUST 12, 2016
SEPTEMBER 09, 2016
OCTOBER 14, 2016
NOVEMBER 11, 2016
DECEMBER 08, 2016 (Thursday)
JANUARY 13, 2017
FEBRUARY 10, 2017
Page 42 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
Review and pos s ible actio n to ap p ro ve the minutes fro m the Regular GTAB Board meeting held o n
February 12, 2016. - Jana Kern – GTAB Board Liais on
ITEM SUMMARY:
Bo ard to review and revis e and /or ap p ro ve the minutes fro m the regular meeting held o n February 12,
2016.
FINANCIAL IMPACT:
n/a
SUBMITTED BY:
Jana Kern
ATTACHMENTS:
Description Type
Draft Minutes Backup Material
Page 43 of 75
Minutes for the Meeting of the
Georgetown Transportation Advisory Board and the
Governing Body of the City of Georgetown, Texas
February 12, 2016
The City of Georgetown is committed to compliance with the Americans with Disabilities Act
(ADA). If you require assistance in participation at a public meeting due to a disability, as
defined under the ADA, reasonable assistance, adaptations, or accommodations will be
provided upon request. Please contact the City at least four (4) days prior to the scheduled
meeting date, at (512)930-3652 or City Hall at 113 East 8th Street for additional information: TTY
users route through Relay Texas at 711.
Board Members: Truman Hunt – Chair, John Pettitt – Vice Chair, Ray Armour - Secretary, John
Hesser, Chris H’Luz, Scott Rankin, Steve Johnston, Donna Courtney
Board Members Absent: Rachel Jonrowe
Staff Members: Jim Briggs, Mike Babin, Laurie Brewer, Ed Polasek, Jana Kern, Russ Volk, Bill
Dryden, Mark Miller, Nat Waggoner, Wes Wright, Trina Binkford
Others Present: Carl Norris, John Milford, Terry Reed, Avis O’Connell – ACC Members, Ron
Bindas – Airport User, Jim Wimberly & Ken Mabe – TX Aviation Partners, Paul Hanley - Citizen
Steven Widacki – M & S Engineering, Colin McGahey – Poznecks Camarillo, Inc.,
Gary Boyd – WCCF, M. Borenstin - HDR
Regular Session
A. Call to Order – Mr. Truman Hunt called the regular GTAB Board meeting at order on
Friday, February 12, 2016 at 10:00 AM.
Georgetown Transportation Advisory Board may, at any time, recess the Regular
Session to convene an Executive Session at the request of the Chair, a Board Member,
The City Manager, Assistant City Manager, General Manager of Utilities, City Council
Member, or legal counsel for any purpose authorized by the Open Meetings Act, Texas
Government Code Chapter 551, and are subject to action in the Regular Session that
follows.
B. Introduction of Visitors
C. Industry/CAMPO/TxDOT Updates – TxDOT has new District Engineer – Terry McCoy,
Area Office Engineer Bobby Ramthum. CAMPO – Staff has initiated study with CAMPO
and a call for proposals for Williams Drive, both the corridor and the centers concept for
the Williams Drive Gateway. Proposals are due on February 19, 2016. We are
anticipating that the study will begin in April 2016.
D. Discussion regarding the Project Progress Reports and Time Lines – Bill Dryden, P. E.,
Transportation Engineer, Mark Miller, Transportation Services Manager and Jim Briggs,
General Manager of Utilities
E. Discussion regarding the Airport Project Progress Report and Time Lines. – Russ Volk,
Airport Manager and Jim Briggs, General Manager of Utilities
Mr. Hugh Norris spoke on this item. His presentation is at the end of these minutes.
Page 44 of 75
Legislative Regular Agenda
The Board will individually consider and possibly take action on any or all of the following
items:
F. Review and possible action to approve the minutes from the Regular GTAB Board
meeting held on January 8, 2016 – Jana Kern
Pettitt stated that Steve Johnston was listed as being present and being absent. Kern
stated that Johnston was absent and corrected the minutes. Motion by Armour second
by Hesser to approve the amended minutes. Approved unanimously 8-0-1 (Jonrowe
absent)
G. Consideration and possible recommendation to award a Construction Contract to
Westar Construction, Inc., of Georgetown, Texas, for the construction of the CDBG – 3rd
Street Sidewalk Improvements Project in the amount of $ $106,154.00. – Bill Dryden,
P.E., Transportation Engineer and Jim Briggs, General Manager of Utilities.
Dryden explained that the City is a recipient of a Community Development Black Grant
to install sidewalk improvements in economically eligible areas within the city. Dryden
also stated that the Grant dollars will be spent first. Motion by Johnston second by
Courtney to award the construction contract to Westar Construction, Inc., in the amount
of $106,154.00. Approved unanimously 8-0-1 (Jonrowe absent)
H. Consideration and possible recommendation to award a Construction Contract to
Jordan Foster Construction, LLC, of Pflugerville, Texas, for the construction of the
Southwest Bypass-Wolf Ranch Parkway Extension Project in the amount of
$18,322,089.58. – Bill Dryden, P.E., Transportation Engineer and Jim Briggs, General
Manager of Utilities.
Dryden stated that the 2015 Road Bond Program included two projects that will be
combined into one construction project. This project will connect D. B. Wood Road,
between the two churches, with Wolf Ranch Parkway the go west to connect with
Southwest Bypass. Motion by Hesser second by Rankin to award a Construction
Contract to Jordan Foster Construction, LLC, in the amount of $18,322,089.58. Approved
unanimously 8-0-1 (Jonrowe absent)
I. Consideration and possible recommendation to award a Participation Agreement with
the Williamson County Conservation Foundation in conjunction with the Southwest
Bypass-Wolf Ranch Parkway Extension Project in the amount of $317,950.00. – Bill
Dryden, P.E., Transportation Engineer and Jim Briggs, General Manager of Utilities.
Dryden stated that the project is located in some environmental sensitive areas. We have
worked with the Williamson County Conservation Foundation (WCCF), and the
Regional Habitat Conservation Plan; there are fees for removing current habitats or
future habitats. What this agreement is, is like an insurance policy in case habitats are
found during construction. Motion by Courtney second by Armour to award a
Participation Agreement with the Williamson County Conservation Foundation in the
amount of $317,950.00. Approved unanimously 8-0-1 (Jonrowe absent)
J. Consideration and possible recommendation to award a Construction Materials Testing
Contract to Terracon Consultants, Inc., of Austin, Texas, for the materials testing and
bridge construction inspection services for the Southwest Bypass-Wolf Ranch Parkway
Extension Project in the amount of $353,820.00. – Wesley Wright, P.E., Systems Page 45 of 75
Engineering Director.
Dryden state that this task order is for materials testing and bridge inspection services
for the Southwest Bypass – Wolf Ranch Pkwy Extension. Terracon will provide
specialized inspection services for earthwork, concrete, reinforcement steel, and asphalt
materials. In addition Terracon will provide a full time bridge inspector. Motion by
Johnston second by Rankin award a Construction Materials Testing Contract to Terracon
Consultants, Inc. in the amount of $353,820.00. Approved unanimously 8-0-1 (Jonrowe
absent)
K. Consideration and possible recommendation to award an annual Asphalt patching
contract to Guerra Underground of Austin, Tx. to make asphalt patches on City streets
and parking areas on an as needed basis in an amount not to exceed $275,000.00. – Mark
Miller, Transportation Services Manager and Jim Briggs, General Manager of Utilities
Miller explained the item to the Board and informed Board that a lot of the patching is
done in house. Motion by Hesser second by Courtney to award the annual Asphalt
patching contract to Guerra Underground in the amount not to exceed $275,000.00.
Approved unanimously 8-0-1 (Jonrowe absent)
H’Luz left meeting due to Conflict of interest at 11:23 AM.
L. Consideration and possible recommendation for acceptance of the Airport Project
Participation Agreement for TxDOT CSJ no. 16MPGRGTN, Airport Master Plan Update
with a project cost estimate of $200,000 of which the City cost share is estimated at
$20,000. – Russ Volk, C.M., Airport Manager and Jim Briggs, General Manager of
Utilities
Mr. Milford spoke on this item. His presentation is at the end of these minutes.
Volk presented the item. Explained that the City’s cost share is 10%. Motion by Hesser
second by Johnston to approve the Airport Project Participation Agreement for TxDOT
CSJ no. 16MPGRGTN, Airport Master Plan Update with the City’s cost share estimated
at $20,000.00. Approved unanimously 8-0-1 (Jonrowe absent)
H’Luz returned at 11:35 AM
Adjournment
Motion by Hesser second by Johnston to adjourn meeting. Approved unanimously
8-0-1. Meeting adjourned at 11:38 AM.
Approved: Attested:
_______________________ ______________________
John Pettitt - Chair – Secretary
_________________________________
Jana R. Kern – GTAB Board Liaison
Page 46 of 75
GTAB STATEMENT
FEBRUARY 12, 2016
AGENDA ITEM “E”
AIRPORT PROJECT PROGRESS REPORT AND TIME LINES
Good morning Mr. Chairman, members of the GTAB board, city staff and ladies and gentlemen.
My name is Hugh C. Norris, Jr. I am a member of the Airport Concerned Citizens (ACC).
This is the 50th presentation by ACC members to the city council and/or th e GTAB since January
14, 2014. These actions are in pursuit of the public participation rights of our citizens regarding
use of our federal tax funds for the Georgetown Municipal Airport (GTU) as provided by the
National Environmental Policy Act (NEPA).
This morning my attention is focused on two attachments of the Airport Manager's
presentation packet, No.1, Fuel Farm Project Update and No. 7, Dec Airport Financials.
Regarding the Fuel Farm, Mr. Volk should make clear the legitimate council action for the wire
transfer of $830,000 to TxDOT AVN and explain why this action was not reviewed and
recommended by this board.
The Fuel Farm Project Update is totally misleading and a disservice to this board and general
public. It, like the Fuel Farm Environmental Assessment (FEA) and Finding of No Significant
Impact (FONSI), focuses only on the Fuel Farm rather than the entire 25 -project 1514GRGTN
grant Program of which the Fuel Farm is only one of the proposed projects. The entire
Program was provided as an attachment to last month's ACC statement. It's current cost of
$8.3 Million will, in ACC opinion, be updated in the future for project management and other
authorized costs to reach a $10 Million level. The TxDOT staff totally ignored the adverse
impacts of these 25 projects by the expanded aviation fleets and take offs and landings served
by these improvements on populations within the city's designated 12.6 square miles sensitive
noise and safety area around the airport. On the basis of the improper categorical exclusion for
this grant made by bureaucrats forty miles safely away from their decision for evasion of its
legitimate NEPA reviews, the ACC will carry our protests to higher federal levels.
The December Airport Financials statement is misleading and requires an amended format.
Like all past airport financial statements it omits the steadily accumulating debt of the city's
share of airport federal grants currently being taxpayer subsidized elsewhere in the city's
budget and revenue bonds. These costs must be shown as a debt of the airport whether they
are paid as cash from the general fund or included in Electric Fund revenue bonds with their
added interest and costs. Currently these costs are being paid for by the many for fun and
profit of a few. Note the $830,000 wire transfer for the 25-project, 1514GRGTN grant. We
request a new financial statement format starting at the March GTAB with appropriate
presentations for future GTAB meetings.
Mr Chairman, I welcome any comments.
Page 47 of 75
Mr. Milford’s’ comments on Item “L”.
Good morning Mr. Chairman, Members of GTAB, city staff, ladies and gentlemen. My name is John
Milford. I am a member of the Airport Concerned Citizens (ACC).
This is our 51st presentation by ACC members to the city council and /or GTAB since January 14, 2014.
Our actions are in pursuit of the public participation rights of our citizens regarding the use of federal tax
funds for development projects at the Georgetown Municipal Airport (GTU) as defined by the National
Environmental Policy Act (NEPA).
This item was addressed by an ACC member at the October 10, 2014 GTAB meeting 1 and at a city
council meeting on October 28, 2014 2 . Those comments are now part of the meeting minutes of both
of meetings and can be found on the city web site.
Our concerns centered around how the development process for this new 20 year airport master plan
would unfold with citizen and community input and involvement. We are also concerned about the
potential of a huge cumulative, adverse impact to the city and especially for the populations within the
city's designated 12.6 square mile noise sensitive and safety area, that surrounds the airport and that it
will remain intact.
With the approval of item “K” on October 28th 2014 the city council made it clear that the city had every
intention of increasing the original cost for a new Airport Master Plan from $200,000 to $500,000 if
need be. That being an amount six times the cost of the current 2005 Master Plan.
On December 8th 2015 Mr. Volk asked the city council,3 without going to GTAB, to approve a Master
Plan update agreement with TxDOT to limit the city's share of that update to $25,000. This begs the
question is the city still willing to spend up to $50,000 if TxDOT comes back at some point and needs
more funds to complete the Master Plan update?
The current plan has generated about $19 million in new design, planning and construction grants.
One can only speculate that this trend will continue with new anticipated accommodation demands for
expanded aviation operations in the new master plan. One can only speculate what new cumulative
adverse impacts will be heaped upon the city. Especially, those residents who live and work within the
city's designated 12.6 square mile noise sensitive and safety area that surrounds the airport.
One thing seems certain. The city and TxDot will continue to describe any new generated federal grant
projects as safety and maintenance projects in order to secure 90% federal funds. In the past 37 years
the city and TxDOT have used that process to allocated over $31 million of taxpayer funds for the
planning, design, and construction of development projects at the airport. City officials should admit
that all these airport improvements are for the expansion of aviation operations and expansion of the
air fleet that can take off and land at the Georgetown Airport.
We request that this new master plan development be conducted in the open with public participation
in accordance with FAA Advisory Circular 150/5070-6B-Airport Master Plans. This time please do not
slip the public hearing for approval of the plan, it's purpose and proposed projects quietly into a city
council agenda and allotting two minutes time for public understanding.
1(http://records.georgetown.org/WebLink8/DocView.aspx?id=431611&dbid=0)
2(http://records.georgetown.org/WebLink8/0/doc/432400/Page1.aspx)
3(http://records.georgetown.org/weblink8/0/doc/451166/Page1.aspx)
Page 48 of 75
City of Georgetown, Texas
Transportation Advisory Board
March 11, 2016
SUBJECT:
D iscussion an d possible recom m endation to C oun cil for th e approval of an A dvan ced F un din g
A greem en t (A F A) with T xD O T for en viron m en tal review of Austin A ven ue B ridges proj ect as
required by N ation al E n viron m ental P olicy A ct (N E P A)- N at Waggon er, P M P , T ran sportation
A nalyst and E dward G . P olasek, A .I .C .P ., D irector, T ran sportation S ervices
ITEM SUMMARY:
In a joint works ho p with City Co uncil and GTAB on July 8, 2014, Staff delivered the find ings and
recommend atio ns o f a Cond ition Assessment R ep o rt completed by Aguirre and F ield s . T he Cond ition
Assessment R ep o rt d o cumented the cond itio n o f bridge elements and p rovid ed s ho rt, immediate, and
lo ng-term repair/maintenance/rep lacement alternatives fo r c o nsideratio n. Bas ed on the works hop
d is cus s io n, staff p urs ed o uts id e funding and began b udget p lanning for alternative d evelopment thro ugh the
Capital Area Metro p o litan P lanning Organization (C AMP O).
In August 2014, CAMPO awarded the c ity o f Georgetown $1.3M in Surfac e Trans p o rtatio n Metropolitan
Mo b ility (STP -MM) monies for the Aus tin Ave Bridges . T he fed erally STPMM eligible activities includ e
“Rep lacement, rehabilitation, p res ervatio n, p ro tec tion,..includ ing c o nstruc tio n or recons tructio n nec es s ary
to acc o mmodate other mo d es ”.
The City d es ires to us e the award ed STP-MM to s up p o rt the dec is io n that res ults fro m the range of
alternatives c urrently b eing develo p ed through a pub lic invo lvement p ro cess whic h is also a requirement o f
the National Environmental P o licy Ac t (NEPA). The City antic ip ates completing the alternatives
d evelopment proc es s by December 2016. Alternatives inc lude (1) Do Nothing (2) Alternative Alignment (3)
Maintenance (4) R ehabilitation/preservation (5) Replac ement.
TxDOT wo rks with the Federal Highway Adminis tratio n (FHWA) and o ther fed eral agenc ies to c o mp ly
with the Natio nal Environmental P o licy Ac t (NEPA) and uses the TxDOT environmental c o mp lianc e
p ro cess fo r state and loc al projec ts, where TxDOT is the s tate approval authority.
In o rd er for TxDOT to s p end fund s or o ther res o urc es on a trans p o rtatio n projec t with a loc al
government, b o th parties mus t firs t exec ute a written contrac t. An Advanc e Funding Agreement (AFA) in
which TxDOT and the lo cal government alloc ate p artic ip ation is the most freq uently us ed c o ntract for
p ro ject development.
In January, the projec t team met with TXDOT Aus tin District as well as Capital Area Metropolitan Planning
(CAMPO) s taff to outline the terms o f the AFA.
The City is seeking ap p ro val o f the AFA in o rd er to fac ilitate TxDOTs enviro nmental review a nd up o n
exec utio n will provid e the initial payment to the S tate of $142,000.
STAFF RECOMMENDATION:
GTAB recommendatio n o f approval to City Counc il during the March 22, 2016 regular meeting.
FINANCIAL IMPACT:
$142K fund ed b y arterial res erves upon full exec utio n b y T xDOT, likely in late May.
Page 49 of 75
SUBMITTED BY:
Nat Waggoner, PMP ®
ATTACHMENTS:
Description Type
DRAFT AFA with TxDOT for Aus tin Ave Bridges Project Exhibit
CAMPO STP-MM FY15-19 CALl for Projects and Eligibility
Standards
Backup Material
Page 50 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
STATE OF TEXAS §
COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
For A
Surface Transportation Program
Metropolitan Mobility Project
Off-System
THIS AGREEMENT is made by and between the State of Texas, acting by and through the Texas
Department of Transportation called the “State”, and the City of Georgetown, acting by and
through its duly authorized officials, called the “Local Government.”
WITNESSETH
WHEREAS, federal law establishes federally funded programs for transportation improvements to
implement its public purposes; and
WHEREAS, the Texas Transportation Code, Sections 201.103 and 222.052 establish that the
State shall design, construct and operate a system of highways in cooperation with local
governments; and
WHEREAS, federal and state laws require local governments to meet certain contract standards
relating to the management and administration of State and federal funds; and
WHEREAS, the Texas Transportation Commission passed Minute Order Number 114335,
authorizing the State to undertake and complete a highway improvement generally described as
reconstruct the North and South Austin Avenue bridges from 2nd Street to Morrow Street,
Georgetown, Texas called the “Project”; and,
WHEREAS, the Governing Body of the Local Government has approved entering into this
agreement by resolution or ordinance dated ______________, 20__, which is attached to and
made a part of this agreement as Attachment “A” for the improvement covered by this agreement.
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 set forth in this
agreement, it is agreed as follows:
AFA-AFA_LongGen Page 1 of 78 Revised 07/22/2015 Page 51 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
AGREEMENT
1. Period of the Agreement
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed. This agreement shall remain in effect until the Project is completed
or unless terminated as provided below.
2. Scope of Work
Reconstruct the North and South Austin Avenue bridges from 2nd Street to Morrow Street as
shown on Attachment B.
3. Local Project Sources and Uses of Funds
A. The total estimated cost of the Project is shown in the Project Budget – Attachment “C”,
which is attached to and made a part of this agreement. The expected cash contributions
from the Federal or State government, the Local Government, or other parties are shown in
Attachment “C”. The State will pay for only those project costs that have been approved by
the Texas Transportation Commission. 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 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 Local Government Project Procedures and
Qualification for the 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. The Project cost estimate shows how necessary resources for completing the Project will
be provided by major cost categories. These categories may include but are not limited to:
(1) costs of real property; (2) costs of utility work; (3) costs of environmental assessment
and remediation; (4) cost of preliminary engineering and design; (5) cost of construction
and construction management; and (6) any other local project costs.
D. The State will be responsible for securing the Federal and State share of the funding
required for the development and construction of the local Project. If the Local
Government is due funds for expenses incurred, these funds will be reimbursed to the
Local Government on a cost basis.
E. The Local Government will be responsible for all non-federal or non-state participation
costs associated with the Project, otherwise provided for in this agreement or approved
AFA-AFA_LongGen Page 2 of 78 Revised 07/22/2015 Page 52 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
otherwise in an amendment to this agreement. Where a Special Approval has been
signed 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.
F. 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 cost.
G. 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. The funds may only be applied by the State to the Project.
H. Upon completion of the Project, the State will perform an audit of the Project costs. Any
funds due by the Local Government, the State, or the Federal government will be promptly
paid by the owing party. 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.
I. The State will not pay interest on any funds provided by the Local Government.
J. If a waiver has been granted, the State will not charge the Local Government for the
indirect costs the State incurs on the local Project, unless this agreement is terminated at
the request of the Local Government prior to completion of the Project.
K. If the Project has been approved for a specified percentage or a “periodic payment” non-
standard funding or payment arrangement under 43 TAC §15.52, the budget in Attachment
C will clearly state the specified percentage or the periodic payment schedule.
L. If the Local government is an Economically Disadvantaged County (EDC) and if the State
has approved adjustments to the standard financing arrangement, this agreement reflects
those adjustments.
M. When a Special Approval has been signed 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 the receipt of the State’s written
notification of those amounts.
N. 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. An 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.
O. 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.
AFA-AFA_LongGen Page 3 of 78 Revised 07/22/2015 Page 53 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
P. 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.
Q. The State will not execute the contract for the construction of the Project until the required
funding has been made available by the Local Government in accordance with this
agreement.
4. Termination of this Agreement
This agreement shall remain in effect until the project is completed and accepted by all parties,
unless:
A. The agreement is terminated in writing with the mutual consent of the parties;
B. The agreement is terminated by one party because of a breach, in which case any cost
incurred because of the breach shall be paid by the breaching party;
C. The Local Government elects not to provide funding after the completion of preliminary
engineering, specifications, and estimates (PS&E) and the Project does not proceed
because of insufficient funds, in which case the Local Government agrees to reimburse the
State for its reasonable actual costs incurred during the Project; or
D. The Project is inactive for thirty-six (36) months or longer and no expenditures have been
charged against federal funds, in which case the State may in its discretion terminate this
agreement.
5. Ame ndments
Amendments to this agreement due to changes in the character of the work, terms of the
agreement, or responsibilities of the parties relating to the Project may be enacted through a
mutually agreed upon, written amendment.
6. Remedies
This agreement shall not be considered as specifying the exclusive remedy for any agreement
default, but all remedies existing at law and in equity may be availed of by either party to this
agreement and shall be cumulative.
7. Utilities
The Local Government shall be responsible for the adjustment, removal, or relocation of utility
facilities in accordance with applicable State laws, regulations, rules, policies, and procedures,
including any cost to the State of a delay resulting from the Local Government’s failure to
ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning
of construction. The Local Government will not be reimbursed with federal or state funds for
the cost of required utility work. The Local Government must obtain advance approval for any
variance from established procedures. Before a construction contract is let, the Local
Government shall provide, at the State’s request, a certification stating that the Local
Government has completed the adjustment of all utilities that must be adjusted before
construction is completed.
AFA-AFA_LongGen Page 4 of 78 Revised 07/22/2015 Page 54 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
8. Environmental Assessment and Mitigation
Development of a transportation project must comply with the National Environmental Policy
Act and the National Historic Preservation Act of 1966, which require environmental clearance
of federal-aid projects.
A. The Local Government is responsible for the identification and assessment of any
environmental problems associated with the development of a local project governed by
this agreement.
B. The Local Government is responsible for the cost of any environmental problem’s
mitigation and remediation.
C. The Local Government is responsible for providing any public meetings or public hearings
required for development of the environmental assessment. Public hearings will not be
held prior to the approval of project schematic.
D. The Local Government is responsible for the preparation of the NEPA documents required
for the environmental clearance of this Project.
E. Before the advertisement for bids, the Local Government shall provide to the State written
documentation from the appropriate regulatory agency or agencies that all environmental
clearances have been obtained.
9. Compliance with Texas Accessibility Standards and ADA
All parties to this agreement shall ensure that the plans for and the construction of all projects
subject to this agreement are in compliance with the Texas Accessibility Standards (TAS)
issued by the Texas Department of Licensing and Regulation, under the Architectural Barriers
Act, Article 9102, Texas Civil Statutes. The TAS establishes minimum accessibility
requirements to be consistent with minimum accessibility requirements of the Americans with
Disabilities Act (P.L. 101-336) (ADA).
10. Architectural and Engineering Services
The Local Government has responsibility for the performance of architectural and engineering
services. The engineering plans shall be developed in accordance with the applicable State’s
Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges
and the special specifications and special provisions related to it. 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. In procuring professional services, the parties to this agreement must comply with
federal requirements cited in 23 CFR Part 172 if the project is federally funded and with Texas
Government Code 2254, Subchapter A, in all cases. Professional contracts for federally
funded projects must conform to federal requirements, specifically including the provision for
participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental
matters.
11. Construction Responsibilities
A. The Local Government shall advertise for construction bids, issue bid proposals, receive
and tabulate the bids, and award and administer the contract for construction of the
Project. Administration of the contract includes the responsibility for construction
engineering and for issuance of any change orders, supplemental agreements,
AFA-AFA_LongGen Page 5 of 78 Revised 07/22/2015 Page 55 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
amendments, or additional work orders that may become necessary subsequent to the
award of the construction contract. In order to ensure federal funding eligibility, projects
must be authorized by the State prior to advertising for construction.
B. The Local Government will use its approved contract letting and award procedures to let
and award the construction contract.
C. Upon completion of the Project, the party constructing the Project will issue and sign a
“Notification of Completion” acknowledging the Project’s construction completion.
D. For federally funded contracts, the parties to this agreement will comply with federal
construction requirements cited in 23 CFR Part 635 and with requirements cited in 23 CFR
Part 633, and shall include the latest version of Form “FHWA-1273” in the contract bidding
documents. If force account work will be performed, a finding of cost effectiveness shall be
made in compliance with 23 CFR 635, Subpart B.
12. Project Maintenance
The Local Government shall be responsible for maintenance of locally owned roads after
completion of the work and the State shall be responsible for maintenance of state highway
system after completion of the work if the work was on the state highway system, unless
otherwise provided for in existing maintenance agreements with the Local Government.
13. Right of Way and Real Property
The Local Government is responsible for the provision and acquisition of any needed right of
way or real property.
14. 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:
Mayor
City of Georgetown
PO Box 409
Georgetown, Texas 78627
State:
Director of Contract Services Office
Texas Department of Transportation
125 E. 11th 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.
15. Legal Construction
If one or more of the provisions contained in this agreement shall for any reason be held
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability
AFA-AFA_LongGen Page 6 of 78 Revised 07/22/2015 Page 56 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
shall not affect any other provisions and this agreement shall be construed as if it did not
contain the invalid, illegal, or unenforceable provision.
16. Responsibilities of the Parties
The State and the Local Government agree that neither party is an agent, servant, or
employee of the other party and each party agrees it is responsible for its individual acts and
deeds as well as the acts and deeds of its contractors, employees, representatives, and
agents.
17. Ownership of Documents
Upon completion or termination of this agreement, all documents prepared by the State shall
remain the property of the State. All data prepared under this agreement shall be made
available to the State without restriction or limitation on their further use. All documents
produced or approved or otherwise created by the Local Government shall be transmitted to
the State in the form of photocopy reproduction on a monthly basis as required by the State.
The originals shall remain the property of the Local Government. At the request of the State,
the Local Government shall submit any information required by the State in the format directed
by the State.
18. Compliance with Laws
The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules and
regulations, and the orders and decrees of any courts or administrative bodies or tribunals in
any manner affecting the performance of this agreement. When required, the Local
Government shall furnish the State with satisfactory proof of this compliance.
19. Sole Agreement
This agreement constitutes the sole and only agreement between the parties and supersedes
any prior understandings or written or oral agreements respecting the agreement’s subject
matter.
20. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles
established in 2 CFR 200 that specify that all reimbursed costs are allowable, reasonable, and
allocable to the Project.
21. Procurement and Property Management Standards
The parties shall adhere to the procurement standards established in Title 49 CFR §18.36 and
with the property management standard established in Title 49 CFR §18.32.
22. Inspection of Books and Records
The parties to this agreement shall maintain all books, documents, papers, accounting
records, and other documentation relating to costs incurred under this agreement and shall
make such materials available to the State, the Local Government, and, if federally funded,
the Federal Highway Administration (FHWA), and the U.S. Office of the Inspector General, or
their duly authorized representatives for review and inspection at its office during the contract
period and for four (4) years from the date of completion of work defined under this contract or
until any impending litigation, or claims are resolved. Additionally, the State, the Local
AFA-AFA_LongGen Page 7 of 78 Revised 07/22/2015 Page 57 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
Government, and the FHWA and their duly authorized representatives shall have access to all
the governmental records that are directly applicable to this agreement for the purpose of
making audits, examinations, excerpts, and transcriptions.
23. Civil Rights Compliance
The Local Government shall comply with the regulations of the United States Department of
Transportation as they relate to non-discrimination (49 CFR Part 21 and 23 CFR Part 200),
and Executive Order 11246 titled “Equal Employment Opportunity,” as amended by Executive
Order 11375 and supplemented in the Department of Labor Regulations (41 CFR Part 60).
24. 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
http://ftp.dot.state.tx.us/pub/txdot-info/bop/dbe/mou/mou_attachments.pdf.
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.).
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,
color, 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 to carry out these requirements is a material
breach of this agreement, which may result in the termination of this agreement or such
other remedy as the recipient deems appropriate.
AFA-AFA_LongGen Page 8 of 78 Revised 07/22/2015 Page 58 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
25. Debarment Certifications
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, “Debarment and Suspension.” 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.
26. Lobbying Certification
In executing this agreement, each signatory certifies to the best of that signatory’s knowledge
and belief, that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of the parties
to any person for influencing or attempting to influence an officer or employee of any
federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with federal contracts, grants, loans, or cooperative agreements,
the signatory for the Local Government shall complete and submit the Federal Standard
Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
C. The parties shall require that the language of this certification shall be included in the
award documents for all sub-awards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and all sub-recipients shall
certify and disclose accordingly. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person
who fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
27. 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
AFA-AFA_LongGen Page 9 of 78 Revised 07/22/2015 Page 59 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
right of way shall cease immediately, and the State may recover damages and all costs of
completing the work.
28. 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:
http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22705.pdf and
http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22706.pdf.
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://www.sam.gov/portal/public/SAM/
2. Obtain and provide to the State a Data Universal Numbering System (DUNS) number, a
unique nine-character number that allows Federal government to track the distribution
of federal money. The DUNS 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 http://fedgov.dnb.com/webform; 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.
29. 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 are met during the Local Government's fiscal year, the Local
Government must submit a Single Audit Report and Management Letter (if applicable) to
TxDOT's Audit Office, 125 E. 11th Street, Austin, TX 78701 or contact TxDOT’s Audit
Office at http://www.txdot.gov/inside-txdot/office/audit/contact.html. The expenditure
threshold for fiscal years beginning prior to December 31, 2014 is $500,000; the
expenditure threshold for fiscal years beginning on or after December 31, 2014 is
$750,000.
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 Audit Office as follows: "We did
not meet the $______ expenditure threshold and therefore, are not required to have a
single audit performed for FY ______."
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.
AFA-AFA_LongGen Page 10 of 78 Revised 07/22/2015 Page 60 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
30. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this agreement
on behalf of the entity represented.
THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate.
THE LOCAL GOVERNMENT
_________________________________
Signature
_________________________________
Typed or Printed Name
_________________________________
Title
_________________________________
Date
THE STATE OF TEXAS
_________________________________
Kenneth Stewart
Director of Contract Services
Texas Department of Transportation
_________________________________
Date
AFA-AFA_LongGen Page 11 of 78 Revised 07/22/2015 Page 61 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
ATTACHMENT A
RESOLUTION OR ORDINANCE
AFA-AFA_LongGen Page 1 of 1 Attachment A Page 62 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
ATTACHMENT B
LOCATION MAP SHOWING PROJECT
AFA-AFA_LongGen Page 1 of 1 Attachment B Page 63 of 75
SAN GABRIEL PARK & POO L
VFW PARK
RIVERY PARK AND TRAIL
BLUE HO LE PARK
MCMASTER ATHLETIC COMPLEX
PARKS AND RECREATION ADMIN
RIVERY PARK AND TRAIL
CHAUTAUQUA PARK
I.O.O .F. CEMETERY
I.O.O .F. CEMETERY
PICKETT TRAIL
BLUE HOLE CEMETERY
WINDRIDGE VILLAGE PARK
I.O.O .F. CEMETERY
EDWARDS PARK
FOUNDERS PARK
S IH 35 SB
S IH 35 NB
E
L
M
S
T
S IH 35 FWY SB
AS
H
S
T
E 7 T H S T
E 1 5 T H S T
R
O
C
K
S
T
S
M
A
I
N
S
T
SCENIC DR
PI
N
E
S
T
N COLLEGE ST
E 1 3 T H S T
S
A
U
S
TI
N
AV
E
H
O
L
L
Y
S
T
S
M
Y
R
T
L
E
S
T
MA
P
L
E
S
T
S
C
H
U
R
C
H
S
T
S
C
O
L
L
E
G
E
S
T
E 5 T H S T
E 4 T H S T
E UN I VE R S I T Y AV E
W
E
S
T
S
T
E MORROW ST
E 2 N D S T
E 6 T H S T
N AUSTIN AVE
W 8 TH ST
W 1 0 T H S T
W U N I VE R S I T Y A V E
RIVERY BLVD
W 6 T H S T
W 4 TH ST
WOLF RANCH PKWY
W 1 1 T H S T
LO W ER PARK R D
F
O
R
E
S
T
S
T
T H O M A S C T
W 7 TH ST
W 3 R D S T
E 1 0 T H S T
E 1 1 T H S T
H
U
T
T
O
R
D
N IH 35 SB
OL
I
V
E
S
T
SOUTHWESTERN BLVD
R I V E R H I L L S D R
V
I
N
E
S
T
E 1 4 TH S T
H
A
R
T
S
T
PARK LN
E V A L L E Y S T
E 8 T H S T
BR
I
D
GE
S
T
W 5 T H S T
HINTZ RD
N O A K H O L L O W R D
S OU L E D R
E S P R I N G S T
S P R I N G H O L L O W
E 3 R D S T
W 9 TH S T
J
A
M
E
S
S
T
PRIVATE RD
E 9 T H S T
M C K E N Z I E D R
T
I
N
B
A
R
N
A
L
Y
E 3 R D S T
E 1 4 T H S TW
E
S
T
S
T
/1 inch = 1,076.74 feet
Legend
trails
Streets
Type
Prop osed Street
Existing Stre et
Downtown Overla y
Pa rksThoroughfare Plan - Color Coded
CLASS
EXIST_CO LLECTO R
EXIST_FREEWAY
EXIST_MAJ_ARTERIAL
EXIST_MIN_ARTERIAL
PRO P_COL LECTOR
PRO P_FR EEWAY
PRO P_MAJ_ARTERIAL
PRO P_MIN_ARTERIAL
Page 64 of 75
CSJ #0914-05-187
District #14-Austin
Code Chart 64 #16000
Project: North & South Austin Avenue Bridges
Federal Highway Administration
CFDA #20.205
Not Research and Development
ATTACHMENT C
PROJECT BUDGET
Costs will be allocated based on applicable Federal, State, and Local funding until the federal funding
reaches the maximum obligated amount. . The Local Government will then be responsible for 100%
of the costs.
Description Total
Estimated
Cost
Federal
Participation
State
Participation
Local
Participation
Cost Cost Cost
Engineering
(by Local
Government)
$347,900 $0 $0 $347,900
Construction
(by Local
Government)
$7,100,000 $1,299,174 $0 $5,800,826
Subtotal $7,447,900 $1,299,174 $0 $6,148,726
Environmental
Direct State Costs
$71,000 $0 $0 $71,000
Right of Way Direct
State Costs
$35,500 $0 $0 $35,500
Engineering Direct
State Costs
$142,000 $0 $0 $142,000
Utility Direct State
Costs
$35,500 $0 $0 $35,500
Construction Direct
State Costs
$497,000 $0 $0 $497,000
Indirect State Costs
(6.38%)
$475,176 $0 $475,176 $0
TOTAL $8,704,076 $1,299,174 $475,176 $6,929,726
Initial payment by the Local Government to the State: $142,000
Payment by the Local Government to the State before construction: $639,000
Estimated total payment by the Local Government to the State: $781,000
The final amount of Local Government participation will be based on actual costs
AFA-AFA_LongGen Page 1 of 1 Attachment C Page 65 of 75
1
FYs 2015 – 2019 STP – MM Project Call for Projects
Information and Requirements
1. About the STP – MM Call for Projects
CAMPO is charged with selecting projects to receive funding in the region under the Federal
Highway Administration’s Surface Transportation Program – Metropolitan Mobility (STP – MM).
CAMPO is conducting a call for projects to award to allocate this funding to projects throughout
the region.
This call for projects opens on May 28, 2014 and closes at 5:00 p.m. on June 20, 2014.
2. Available STP – MM Funding: Total Available, Set Asides and Targets
STP-MM Funding Available by Year and Distribution
2015 2016 2017 2018 2019 Total
Total Available $1,128,750 $13,284,236 $19,410,928 $20,750,928 $21,050,928 $75,625,770
Regional
Distribution
$37,812,885
Local
Distribution $37,687,885
Set Asides and Targets
Bicycle/Pedestrian Set Aside FYs 2015 - 2019 (15 % of total available) $12,131,365
Bicycle/Pedestrian Set Aside FY 2014 (15 % of $52.12M Obligated by TxDOT for FY 2014)* $7,818,000*
Centers Target (50% of total available) $37,687,885
* This total is not confirmed, CAMPO is working with TxDOT to get the official total
3. STP – MM Eligibility and Requirements
Who Can Apply
State of local governmental authorities including jurisdictions, departments of transportation and
transit districts/authorities.
Page 66 of 75
2
General Eligibility Requirements
Project must be located in Bastrop, Burnet, Caldwell, Hays, Travis, or Williamson Counties,
and must be located in the CAMPO planning area at the time of project funding.
Capital projects, programs, or planning studies must be identified, either individually or as
part of a categorical grouping in the CAMPO 2035 Regional Transportation Plan or a Plan
and TIP Amendment Form accompanies the Combined Call for Projects Application Form.
o The CAMPO Transportation Policy Board (TPB) will consider Plan amendments
concurrent with the Combined Project Call. Approval of Plan amendments is at the
sole discretion of the TPB.
Project must meet all Federal Project eligibility requirements.
Federal Project Eligible Activities
STP-MM eligible activities are continued from SAFETEA-LU, with some modifications to the eligible
activities made from MAP-21. The eligible activities are described below, with the changes
implemented from MAP-21 emphasized in bold:
Construction, reconstruction, rehabilitation, resurfacing, restoration, preservation, or
operational improvements for highways, including designated routes of the Appalachian
Development Highway System (ADHS) and local access roads under 40 USC
14501(Note: 40 USC 14501 does not apply to the CAMPO region as it does not have
roadways that are classified as part of the Appalachian Development Highway
System).
Replacement, rehabilitation, preservation, protection, and anti-icing/deicing for
bridges and tunnels on any public road, including construction or reconstruction necessary
to accommodate other modes.
Construction of new bridges and tunnels on a Federal-aid highway.
Inspection and evaluation of bridges, tunnels and other highway assets as well as
training for bridge and tunnel inspectors.
Capital costs for transit projects eligible for assistance under chapter 53 of title 49
(http://www.fta.dot.gov/documents/chap53MAP21.pdf), including vehicles and facilities
used to provide intercity passenger bus service.
Carpool projects, fringe and corridor parking facilities and programs, including electric
and natural gas vehicle charging infrastructure, bicycle transportation and pedestrian
walkways, and ADA sidewalk modification.
Highway and transit safety infrastructure improvements and programs, installation of
safety barriers and nets on bridges, hazard eliminations, mitigation of hazards caused
by wildlife, railway-highway grade crossings.
Highway and transit research, development, technology transfer.
Capital and operating costs for traffic monitoring, management and control facilities and
programs, including advanced truck stop electrification.
Surface transportation planning.
Page 67 of 75
3
Transportation alternatives --newly defined, includes most transportation
enhancement eligibilities. Eligible activities under the Transportation Alternatives
program include:
o Construction, planning and design of on-road and off-road trail facilities for
pedestrians, bicyclists and other nonmotorized forms of transportation.
o Construction, planning and design of infrastructure-related projects and
systems that will provide sage routes for non-drivers, including children, older
adults and individuals with disabilities to access daily needs.
o Conversion and use of abandoned railroad corridors for trails for pedestrians,
bicyclists, or other nonmotorized transportation users.
o Construction of turnouts, overlooks and viewing areas.
o Community improvement activities, including –
Inventory, control or removal of outdoor advertising
Historic preservation and rehabilitation of historic transportation
facilities
Vegetation management practices in transportation rights-of-way to
improve roadway safety, prevent against invasive species and provide
erosion control; and
Archaeological activities relating to impacts from implementation of a
transportation project eligible under 23 USC
(http://www.fhwa.dot.gov/legsregs/title23.pdf).
o Any environmental mitigation activity, including pollution prevention and
pollution abatement activities and mitigation to –
Address stormwater management, control and water pollution
prevention or abatement related to highway construction or due to
highway runoff; or
Reduce vehicle-caused wildlife mortality or to restore and maintain
connectivity among terrestrial or aquatic habitats.
o In addition to defined Transportation Alternative, as described above, the
following are also eligible under the Transportation Alternative Program
The recreational trails program under 23 USC 206
(http://www.gpo.gov/fdsys/granule/USCODE-2011-title23/USCODE-
2011-title23-chap2-sec206/content-detail.html).
The safe routes to school project under §1404 of SAFETEA–LU
(http://www.fhwa.dot.gov/environment/safe_routes_to_school/overvie
w/legislation.cfm).
Planning, designing, or constructing boulevards and other roadways
largely in the right-of-way of former Interstate System routes or other
divided highways
Workforce development, training and educational activities
Transportation control measures.
Development and establishment of management systems.
Environmental mitigation efforts (as under National Highway Performance Program).
Intersections with high accident rates or levels of congestion.
Infrastructure-based ITS capital improvements.
Page 68 of 75
4
Environmental restoration and pollution abatement.
Control of noxious weeds and establishment of native species.
Congestion pricing projects and strategies, including electric toll collection and travel
demand management strategies and programs.
Recreational trails projects.
Construction of ferry boats and terminals.
Border infrastructure projects.
Truck parking facilities.
Development and implementation of State asset management plan for the NHS, and
similar activities related to the development and implementation of a performance
based management program for other public roads.
Surface transportation infrastructure modifications within port terminal boundaries,
only if necessary to facilitate direct intermodal interchange, transfer, and access into
and out of the port.
Construction and operational improvements for a minor collector in the same corridor
and in proximity to an NHS route if the improvement is more cost-effective (as
determined by a benefit-cost analysis) than an NHS improvement and will enhance
NHS level of service and regional traffic flow.
Workforce development, training and education activities
Sources: http://www.fhwa.dot.gov/map21/factsheets/stp.cfm and
http://www.fhwa.dot.gov/map21/factsheets/tap.cfm
Page 69 of 75
5
Regional/Local Project Determination
Use the table below to determine if you project qualifies as a regional or a local project. Each
project must chose regional or local, it cannot be considered as both.
Regional Projects Definition
Roadway Projects*
Freeways and toll facilities
Grade-separated interchange projects on regionally significant roadways where no access existed
previously
Regionally Significant Arterials, as defined by the following criteria:
Criteria Explanation
FFCS Principal Roadways identified as principal arterials in the Federal Functional
Classification System (FFCS)
NHS/Intermodal Roadways and intermodal connectors included in the federally-
adopted National Highway System (NHS)
Public Transportation Projects**
Rail transit lines and facilities
Fixed guideway bus rapid transit and bus rapid transit utilizing managed lanes
Express Bus
Transit centers and park and ride facilities, located in CAMPO Centers
Others Types of Projects
Multi-county projects (projects that are taking place in more than one county)
Local Projects Definition
Roadways Projects*
Regionally Significant Arterials, as defined by the following criteria:
Criteria Explanation
Community
Connection
On-System (TxDOT) roadways that provide direct, continuously-
signed connections between nearby or adjacent census-defined
urbanized areas, urban clusters, and population centers with more
than 5,000 people.
Activity Center Roadways that serve as primary regional connector to an otherwise
unserved regional activity center.
Staged Facilities Roadways built to serve as the frontage roads for proposed limited
access facilities
Gap Completion Extension of Regionally Significant Arterials with non-connecting
termini to a nearby junction with a Regionally Significant Roadway,
where feasible.
Public Transportation Projects **
Fixed-Route Bus (Local and Regional)
Transit centers and park and ride facilities, not located in CAMPO Centers
Others Types of Projects**
All other projects that are eligible to receive STP – MM funding but are not defined as “Regional” or
included in the “Local” definition
Page 70 of 75
6
Additional STP – MM Centers 50% Target Eligibility Requirements
CAMPO 2035 Regional Transportation Plan Policy 3 (http://www.campotexas.org/wp-
content/uploads/2013/10/CAMPO_2035_Plan_Adopted_May_242010wMods.pdf , Page
109) specifies that a target of 50% of available STP – MM funding should be go to projects that
support the development of mixed-use activity centers indicated on the approved 2040 Centers
Map. To be eligible for funding under the CAMPO Center 50% Target the project must meet one
of the following additional eligibility requirements:
Project is located within a Center
Project connects two or more Centers
For Plans, Programs or Studies:
o Design, engineering or study for facilities planned for a Center or connecting more
than one Center
Additional STP – MM Bicycle and Pedestrian 15% Set Aside Requirements
CAMPO 2035 Plan Policy 4 (http://www.campotexas.org/wp-
content/uploads/2013/10/CAMPO_2035_Plan_Adopted_May_242010wMods.pdf , Page
109) requires that at least 15% of available STP – MM funding must support bicycle and
pedestrian projects. Please note that a project may address both the Centers Target and the
Bicycle/Pedestrian Set Aside. To be eligible for funding under CAMPO’s Bicycle and Pedestrian
15% Set Aside the project must meet one of the following eligibility requirements:
For Capital Projects:
o The project facility type must be listed in either the AASHTO, ITE
(http://www.ite.org/bookstore/RP036.pdf), or NACTO (http://nacto.org/cities-
for-cycling/design-guide/) guides
For Plans, Programs or Studies:
o Design, engineering or study for a facility planned to meet the Bicycle and
Pedestrian Capital Project requirements
o Start-up funding (up to two years) for a bicycle or pedestrian program or a
bicycle commuting service providing bicycle sharing, secure parking, showers,
maintenance or information
STP – MM Funding and Administration Requirements
The Texas Department of Transportation serves as the fiscal agent for the STP MM funding that
comes to the region. Successful applicants will enter into a funding agreement with TxDOT. The
funding agreement will provide for additional requirements related to project administration and
reporting, and may specify additional deadlines for expenditure of the funds in order to ensure
that timely progress is made.
Page 71 of 75
7
Reimbursement and Local Share
o The project sponsor must have sufficient funds to carry out the project. Payments
are issued as a reimbursement for eligible expenses and project deliverables. The
program requires a local, non-federal match in funding. The applicant is required
to identify the non-federal source of a minimum of 20% of the total funding
awarded. In-kind match is typically not allowed under this program.
Administrative Fees
o TxDOT charges a sliding scale administrative fee for Estimated Direct State Costs
for each funding agreement that should be factored into the overall costs of off-
system projects, plans, programs and studies.
Award Total
o The award total reflects the maximum CAMPO awarded contribution to the
project, plan, program or study. The sponsor is responsible for any and all
additional costs above and beyond the award total.
Additional Requirements
o Besides project eligibility, there are numerous state and federal requirements that
projects must to comply with in order to receive their STP – MM funding. The
requirements vary depending on the type of project, plan, program or study that
the sponsor proposes. Because federal requirements may impact the scope and
cost of a project, sponsors are encouraged to familiarize themselves with the
requirements that apply to their projects. Links to the FHWA and TxDOT
requirements can be found
Page 72 of 75
8
4. STP – MM Scoring System
The tables below illustrate the scoring systems for Regional and Local Capital Projects and Plans,
Programs and Studies.
Project Evaluation Total Points per Criteria, Regional Projects
Criteria
Capital Projects Plans, Programs and Studies
Base Points Weight
Total
Available
Points Base Points Weight
Total
Available
Points
1 Congestion, Current 10 3 30 9 3 27
2 TDM/TSM 10 2 20 9 2 18
3 Crash Frequency 10 3 30 9 3 27
4 Strategic Highway Safety 10 2 20 9 2 18
5 Connectivity 10 3 30 9 3 27
6 System Preservation 10 1 10 9 1 9
7 Freight Mobility 10 1 10 9 1 9
8 Centers Mobility 10 2 20 9 2 18
9 Environmental Sensitivity 10 1 10 9 1 9
10 Environmental Justice 10 2 20 9 2 18
TOTALS 100 200 90 180
Project Evaluation Total Points per Criteria, Local Projects
Criteria
Local: Capital Projects Local: Plans, Programs and Studies
Base Points Weight
Total
Available
Points Base Points Weight
Total
Available
Points
1 Congestion, Current 10 3 30 9 3 27
2 TDM/TSM 10 1 10 9 1 9
3 Crash Frequency 10 3 30 9 3 27
4 Strategic Highway Safety 10 1 10 9 1 9
5 Connectivity 10 3 30 9 3 27
6 System Preservation 10 1 10 9 1 9
7 Local Project Priority 10 3 30 9 3 27
TOTALS 70 150 63 135
Page 73 of 75
9
5. STP – MM Call for Projects Timeline
FYs 2015 - 2019 STP - MM Call for Projects Timeline
May 28, 2014 Call for Projects issued
June 20, 2014 Applications due at 5:00 p.m.
June 23 - July 18, 2014 Application Review and Evaluation
July 30, 2014 Technical Advisory Committee meeting
August 11, 2014 Finance Committee/Transportation Policy Board Work Session
August 11, 2014 Transportation Policy Board Allocation of Funding
6. Application Checklist
Signed Cover Letter from Agency Serving as Primary Sponsor
Project Information Section, Including Project Locator Map
Correct Project Application (Select Regional or Local and Capital Projects or
Plans, Programs and Studies)
7. Submission Instructions
What Needs to Be Submitted?
All applicants are required to submit either one (1) digital, online based application (preferred
submittal format) or one (1) hard copy to CAMPO by 5:00 p.m. on June 20, 2014. Applications
received after this time will not be considered for funding under this Call for Projects.
Digital Application and Cover Letter (Preferred Submittal Format)
To submit the digital, online based application click ‘Submit’ on last page of the application titled
“Self-Certification and Cover Letter”.
Hard Copies of the Application, Cover Letter and Map
Hard copies of the application, cover letter and map may either be hand delivered or mailed to
CAMPO.
Hand delivered hard copies of the application, cover letter and map must be dropped off at the
CAMPO offices, located at:
CAMPO
505 Barton Springs Road, Suite 700
Austin, Texas 78704
Page 74 of 75
10
Mailed hard copies of the application, cover letter and map mailed to CAMPO must be
addressed to:
Dan Dargevics
CAMPO
PO Box 1088
Austin, TX 78767
All application materials must be submitted to CAMPO by
5:00 p.m. on June 20, 2014.
Page 75 of 75