Loading...
R-10-04-08-10F1 - 4/8/2010RESOLUTION NO. R -10-04-08-10F1 WHEREAS, Chapter 791 of the Texas Government Code, V.T.C.A., authorizes local governments and agencies of the state to enter into agreements with one another to perform governmental functions and services, and WHEREAS, the City of Round Rock wishes to enter into an Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match ("Agreement") with the State of Texas, acting through the Texas Department of Transportation regarding the FM 1460 Project - north of Old Settlers Boulevard to north of U.S. 79, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City said Agreement, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 8th day of April, 2010. bei ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: i/t.Qcte SARA L. WHITE, City Secretary 0:\wdox\SCC1nts\0112\1005\MUNICIPAL\00187752.DOC/rmc Texas .Department of Transportation P.O DRAWER 15426 • AUSTIN, TEXAS 78761-5426 • (512) 832-7000 March 5, 2010 Williamson County FM 1460 Old Settlers to north of US 79 CSJ 2211-02-015 Change Order David Bartels Public Works_ Planning' & Programs Administrator City of Round Rock • 2008 Enterprise Drive •Round Rock, Texas • 78664 Dear 'Mr. Bartels: Attached are two copies of an Advance Funding Agreement (AFA) for a city requested change order on the above project. The Project consists of widening FM 1460 to a 4 -lane facility with continuous left turn lane. Please return the two signed and dated documents to my attention for final execution. A fully executed agreement will be ;returned for your records. if you have any questions, please contact me at (512) 832-7050.. 'Your assistance . is appreciated. Sincerely, Attachments ...................................... .................... cc: :'JQhn Wagner, PE Bill Stablein, City of Round Rock atncia .. Cr e s We t, , Director of Design - AUS THE TEXAS PLAN REDUCE CONGESTION • ENHANCE SAFETY • iEXPAND ECONOMIC OPPORTUNITY • IMPROVE AIR QUALITY INCREASE THE, sN ASSETS EXHIBIT „A„ THE STATE OF TEXAS THE COUNTY OF TRAVIS § CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A ADVANCE FUNDING AGREEMENT FOR VOLUNTAR LOCAL GOVERNMENT CONTRIBUTIONS TO TRANSPORTATION IMPROVEMENT PROJECTS WITH NO REQUIRED MATCH THIS AGREEMENT IS MADE BY AND BETWEEN the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State", and the city of Round Rock, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, Transportation Code, Chapters 201, 221, 227, and 361, authorize the State to lay out, construct, maintain, and operate a system of streets, roads, and highways that comprise the State Highway System; and, WHEREAS, Government Code, Chapter 791, and Transportation Code, §201.209 and Chapter 221,' authorize the State to contract with municipalities and political subdivisions; and, WHEREAS, Commission Minute Order Number 108812 authorizes the State to undertake and complete a highway improvement generally described as upgrade to a 4 -lane with continuous left turn lane roadway facility; and, WHEREAS, the Local Government has requested that the State allow the Local Government to participate in said irnprovement by funding- that portion of the improvement described as the construction of upgraded or replaced traffic signals and ancillary equipment at various locations along FM 1460 from north of Old Settlers Boulevard to 0.4 miles north of US 79 in Round Rock, hereinafter called the "Project'; and, WHEREAS, the State has determined that such participation is in the best interest of the citizens' the State; NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, the State and the' Local Government do agree as follows: AGREEMENT Article 1. Time Period Covered This agreement becomes effective when signed by the last party whose signing makes the agreement fully executed, and'the State and the Local Government will consider it to be in full force and effect until the Project described herein -has been completed and accepted by all parties or unless terminated, as hereinafter -provided. Article 2. Project Funding and. Work :Responsibilities The State will authorize the performance of only those Project items of work which the Local Government has requested and has agreed to pay for as described in Attachment A, Payment Provision and Work Responsibilities which is attached to and made a part of this contract. AFAAAFA_VoITIP Page 1 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A In addition to identifying those items of work paid for by payments to the State, Attachment A,' Payment Provision and Work Responsibilities, also specifies those Project items of work that are the responsibility of the Local Government and will be carried out and completed by the Local Government, at no cost to the State. Prior to the construction of the Project the Local Government shall remit its financial share for the construction costs and construction oversight. In the event that the State determines that additional funding by the Local Government is required at any time during the Project, the State will notify the Local Government in writing. The Local Government shall make payment to the State within thirty (30) days from receipt of the State's written notification. 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 Trust Fund." The check or warrant shall be deposited by the State in an escrow account to be managed by the State. Funds in the escrow account may only be applied by the State to the Project. If, after final Project accounting, excess funds remain in the escrow account, those funds may be applied by the State to the Local Government's contractual obligations to the State under another advance funding agreement. Article 3. Right of Access If the Local Government is the owner of any part of the Project site, the Local Government shall permit the State or its authorized representative access to the site to perform any activities required to execute the work. Article 4.Adjustments Outside the Project Site The Local Government will provide for all necessaryright-of way and utility adjustments needed for performance of the work on sites not owned or to be acquired by the State. Article 5. 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. Article 6. Document and Information Exchange The Local Government agrees to electronically deliver to the State all general notes, specifications, contract provision requirements and related documentation in a Microsoft Word or similar document. If requested by the State, the Local Government will use the State's document template. The Local Government shall also provide a detailed construction time estimate includin es of tYP activities and month in the format required by the, State. This requirement applies whethertheg local government creates the documents with its own forces or by hiring a consultant or professional provider. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. AFA-AFA_VoITIP Revised 02/10/10 Article 7. Interest The State will not pay interest on funds provided by the Local Government. Funds provided by the Local Government will be deposited into, and retained in, the State Treasury. Article 8. Inspection and Conduct of Work Unless otherwise specifically stated in Attachment A, Payment Provision and Work Responsibilities, to this contract, the State will supervise and inspect all work performed hereunder and provide such engineering inspection and testing services as may be required to ensure that the Project is accomplished in accordance with the approved plans and specifications.' All correspondence and instructions to the contractor performing the work will be the sole responsibility of the State. Unless otherwise specifically stated in Attachment A to this contract, all work will be performed in accordance with the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted by the State and incorporated herein by reference, or special specifications approved by the State. CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A Article 9. Increased Costs In the event it is determined that the funding provided by the Local Government will be insufficient to cover the State's cost for performance of the Local Government's requested work, the Local Government will pay to the State the additional funds necessary to cover the anticipated additional cost. The State shall send the Local Government a written notification stating the amount of additional funding needed and stating the reasons for the needed additional funds. The Local Government shall pay the funds to the State within 30 days of the written notification, unless otherwise agreed to by all parties to this agreement. If the Local Government cannot pay the additional funds, this contract shall be mutually terminated in accord with Article 11 - Termination. If this is a fixed price agreement as specified in; Attachment A, Payment Provision and Work Responsibilities, this provision shall only apply in the event changed site conditions are discovered or as mutually agreed upon by the State and the Local Government. If any existing or future local ordinances, commissioners court orders, rules, policies, or other directives, including but not limited to outdoor advertising billboards and storm water drainage facility requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed changes, including but not limited to plats or replats, result in:increased costs, then any increased costs associated with the ordinances or changes will be paid by the local; government. The cost of providing right of way acquired by the State shall mean the total expenses in acquiring the property interests either through negotiations or eminent domain proceedings, including but not limited to expenses related to relocation, removal, and adjustment of eligible utilities. Article 10. Maintenance Upon completion of the Project, the State will assume responsibility for the maintenance of the completed Project unless otherwise provided for in existing maintenance agreements with the Local Governrnent. Article 11. Termination This agreement may be terminated in the following manner • by mutual written agreement and consent of both parties; • by either party upon the failure of the other party to fulfill the obligations by the State if it determines that the performance of the Project is not in State. AFA-AFA. VoITI P set forth herein; the best interest of the Page 3 of 7 Revised 02110/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A If the agreement is terminated in accordance with the above provisions, the Local Government will be responsible for the payment of` Project costs incurred by the State on behalf of the Local Government up to the time of termination. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due to the Local Government, the State, or the Federal Government will be promptly paid by the owing party. Article 12. Notices All notices to either party by the other required under this agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being permitted to the extent permitted by law but only after a separate written consent of the parties), addressed to such party at the following addresses: Local Government: State: Mayor Director of Contract Services City of Round Rock Texas Department of Transportation 221 E. Main Street 125 E. 11th Round Rock, Texas 78664 _ Austin, Texas 78701 All notices shall be deemed given on the date so delivered or so deposited the mail, unless otherwise provided herein. Either party may change the above address by sending written notice of the change to the other partyEither. party may request in writing that such notices shall be delivered personally or by certi.fied U.S. mail and; such request shall be honored and carried out by the other party. Article 13. Sole Agreement In the event the terms of the agreement are in conflict with the provisions of any other existing agreements between the Local Government and the State, the latest agreement shall take precedence over the other agreements in matters related to the Project. Article 14. Successors and Assigns The State and the Local Goverment each binds itself, its successors, executors, assigns, and administrators to the other party to this agreement and to the successors, executors, assigns, and administrators of such other party in respect to all covenants of this agreement. Article 15. Amendments By mutual written consent of the parties, this contract may be amendedprior to its expiration. Article 16, State Auditor The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly. through a subcontract under this contract acts ae 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 auditor investigation must provide the state auditor with access to any information thustate auditor considers relevant to the investigation or audit. AFA -AFA VOITI P Page 4 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A Article 17. 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 entitles working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all :costs of completing the work. Article 18. Signatory Warranty The signatories to this agreement warrant that behalf of the party they represent. each has the authority to enter into this agreement on IN WITNESS WHEREOF, THE STATE AND` THE LOCAL GOVERNMENT have executed dupl ca#e; ..COLIritOrPOrtpijOrEOff0CtOlelhitHOgt06MOITit. THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. BY ..... _ Date District Engineer THE LOCAL. GOVERNMENT Name of the Local Government City, of Round Rock By Dates Typed or Printed Name and Title AFA-AFA_Uo1TIP Page 5 of 7 Revised 02/10110 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A ATTACHMENT A Payment Provision and Work Responsibilities The Local Government will pay for the cost of the upgrade or replacement of various traffic signals on FM 1460 north of Old Settlers Boulevard to 0.4 miles north of US 79, which is an on -system location. The Local Government's participation is 100% of the cost of this particular improvement. The Local Govemment's estimated cost of this additional work is $177,329.65, for construction bid items. The State has estimated the project to be as follows: Description Total Estimate Cost State Participation Cost Local Participation Cost Construction of Traffic $177,329.65 0% Signals $0.00 100% $177,329.65 Subtotal 7 Direct State Costs - Construction Engineering and Inspection (12%) $21,279.56 100% $21,279.56 0% $0 Indirect State Costs (no local participation required except for service projects) $0 0% $0.00 0% $o TOTAL $198,609.21 $21,279.56 $177,329.65 Local Government's Participation (100%) = $177,329,65 It is further understood that the State will include only those items for the improvements as requested and required by the Local Government. This is an estimate only; final participation amounts will be based on actual charges to the project. AFA-AFA_VoITIP Page 6 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A Work Responsibilities The State shall include this particular improvement as a change order to current construction project under State identifier 2211-02-015. The State shall be responsible for Administration of the contract which includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders, which may become necessary subsequent to the award of the construction contract. AFA-AFA.: VoITIP Page 7of7 Revised 02/10/10 ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY Agenda Item No. 10F1 Council Agenda Summary Sheet Agenda Caption: Consider a resolution authorizing the Mayor to execute an Advance Funding Agreement with the Texas Department of Transportation for the FM 1460 (A.W. Grimes North) — Old Settlers Blvd. to north of U.S. Hwy 79 Project. Meeting Date: April 8, 2010 Department: Transportation Services Staff Person making presentation: Tom Word Chief of Public Works Operations Item Summary: This Advance Funding Agreement will cover City of Round Rock participation to cover cost of the upgrade or replacement of various traffic signals on FM 1460 North of Old Settlers boulevard to 0.4 miles north of us 79, which is an on -system location. The City of Round Rock cost participation will cover construction bid items. Strategic Plan Relevance: 26.0 Construct major elements of the transportation and mobility system as approved by Council in the Master Transportation Plan Cost: $177,329.65 Source of Funds: 4B — Round Rock Transportation Development Corporation Date of Public Hearing (if required): N/A Recommended Action: Staff recommends approval of the agreement. EXECUTED DOCUMENT FOLLOWS THE STATE OF TEXAS § THE COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT FOR VOLUNTAR LOCAL GOVERNMENT CONTRIBUTIONS TO TRANSPORTATION IMPROVEMENT PROJECTS WITH NO REQUIRED MATCH CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A THIS AGREEMENT IS MADE, BY AND BETWEEN the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State", and the city of Round Rock, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, Transportation Code, Chapters 201, 221, 227, and 361, authorize the State to lay out, construct, maintain, and operate a system of streets, roads, and highways that comprise the State Highway System; and, WHEREAS, Government Code, Chapter 791, and Transportation Code, §201.209 and ''Chapter 221, authorize the State to contract with municipalities and political subdivisions; and, WHEREAS, Commission Minute Order Number 108812 authorizes the State to undertake and complete a highway improvement generally described as upgrade to a 4 -lane with continuous left turn lane roadway facility; and, WHEREAS, the Local Government has requested that the State allow the Local Government to participate in said improvement by funding that portion of the improvement described as the construction of upgraded or replaced traffic signals and ancillary equipment at various locations along FM 1460 from north of Old Settlers Boulevard to 0.4 miles north of US 79 in Round Rock, hereinafter called the "Project"; and, WHEREAS, the State has determined that such participation is in the best interest of the citizens of the State; NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, the State and the Local Government do agree as follows: AGREEMENT Article 1. Time Period Covered This agreement becomes effective when signed by the last party whose signing makes the agreement fully executed, and the State and the Local Government will consider it to be in full force and effect until the Project described herein has been completed and accepted by all parties or unless terminated, as hereinafter provided. Article 2. Project Funding and Work Responsibilities The State will authorize the performance of only those Project items of work which the Local Government has requested and has agreed to pay for as described in Attachment A, Payment Provision and Work Responsibilities which is attached to and made a part of this contract. AFA-AFA_VoITIP Page 1 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A In addition to identifying those items of work paid for by payments to the State, Attachment A, Payment Provision and Work Responsibilities, also specifies those Project items of work that are the responsibility of the Local Government and will be carried out and completed by the Local Government, at no cost to the State. Prior to the construction of the Project the Local Government shall remit its financial share for the construction costs and construction oversight. In the event that the State determines that additional funding by the Local Government is required at any time during the Project, the State will notify the Local Government in writing. The Local Government shall make payment to the State within thirty (30) days from receipt of the State's written notification. 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 Trust Fund." The check or warrant shall be deposited by the State in an escrow account to be managed by the State. Funds in the escrow account may only be applied by the State to the Project. If, after final Project accounting, excess funds remain in the escrow account, those funds may be applied by the State to the Local Government's contractual obligations to the State under another advance funding agreement. Article 3. Right of Access if the Local Government is the owner of any part of the Project site, the Local Government shall permit the State or its authorized representative access to the site to perform any activities required to execute the work. Article 4. Adjustments Outside the Project Site The Local Government will provide for all necessary right-of-way and utility adjustments needed for performance of the work on sites not owned or to be acquired by the State. Article 5. Responsibilities ofthe 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. Article 6. Document and Information Exchange The Local Government agrees to electronically deliver to the State all general notes, specifications, contract provision requirements and related documentation in a Microsoft® Word or similar document. If requested by the State, the Local Government will use the State's document template. The Local Government shall also provide a detailed construction time estimate including types of activities and month in the format required by the State. This requirement applies whether the local government creates the documents with its own forces or by hiring a consultant or professional provider. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. AFA-AFA VoITtP Page 2 of 7 Revised 02/10/10 CSJ #2211.02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A Article 7. Interest The State will not pay interest on funds provided by the Local Government. Funds provided by the Local Government will be deposited into, and retained in, the State Treasury, Article 8. Inspection and Conduct of Work Unless otherwise specifically stated in Attachment A, Payment Provision and Work Responsibilities, to this contract, the State will supervise and inspect all work performed hereunder and provide such engineering inspection and testing services as may be required to ensure that the Project is accomplished in accordance with the approved pians and specifications. All correspondence and instructions to the contractor performing the work will be the sole responsibility of the State. Unless otherwise specifically stated in Attachment A to this contract, all work will be performed in accordance with the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted by the State and incorporated herein by reference, or special specifications approved by the State. Article 9. Increased Costs In the event it is determined that the funding provided by the Local Government will be insufficient to cover the State's cost for performance of the Local Government's requested work, the Local Government will pay to the State the additional funds necessary to cover the anticipated additional cost. The State shall send the Local Government a written notification stating the amount of additional funding needed and stating the reasons for the needed additional funds. The Local Government shall pay the funds to the State within 30 days of the written notification, unless otherwise agreed to by all parties to this agreement. If the Local Government cannot pay the additional funds, this contract shall be mutually terminated in accord with Article 11 - Termination. If this is a fixed price agreement as specified in Attachment A, Payment Provision and Work Responsibilities, this provision shall only apply in the event changed site conditions are discovered or as mutually agreed upon by the State and the Local Government. If any existing or future local ordinances, commissioners court orders, rules, policies, or other directives, including but not limited to outdoor advertising billboards and storm water drainage facility requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed changes, including but not limited to plats or replats, result in increased costs, then any increased costs associated with the ordinances or changes will be paid by the local government. The cost of providing right of way acquired by the State shall mean the total expenses in acquiring the property interests either through negotiations or eminent domain proceedings, including but not limited to expenses related to relocation, removal, and adjustment of eligible utilities. Article 10. Maintenance Upon completion of the Project, the State will assume responsibility for the maintenance of the completed Project unless otherwise provided for in existing maintenance agreements with the Local Government. Article 11. Termination This agreement may be terminated in the following manner: • by mutual written agreement and consent of both parties; • by either party upon the failure of the other party to fulfill the obligations set forth herein; by the State if it determines that the performance of the Project is not in the best interest of the State. AFA-AFA Vo1TIP Page 3 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A If the agreement is terminated in accordance with the above provisions, the Local Government will be responsible for the payment of Project costs incurred by the State on behalf of the Local Government up to the time of termination. • Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due to the Local Government, the State, or the Federal Government will be promptly paid by the owing party. Article 12. Notices All notices to either party by the other required under this agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being permitted to the extent permitted by law but only after a separate written consent of the parties), addressed to such party at the foliowing addresses: Local Government: Mayor City of Round Rock 221 E. Main Street Round Rock, Texas 78664 State: Director of Contract Services Texas Department of Transportation 125 E. 11th Austin, Texas 78701 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided herein. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that such notices shall be delivered personally or by certified U.S. mail and such request shall be honored and carried out by the other party. Article 13. Sole Agreement In the event the terms of the agreement are in conflict with the provisions of any other existing agreements between the Local Government and the State, the latest, agreement shall take precedence over the other agreements in matters related to the Project. Article 14. Successors and Assigns The State and the Local Government each binds itself, its successors, executors, assigns, and administrators to the other party to this agreement and to the successors, executors, assigns, and administrators of such other party in respect to all covenants of this agreement. Article 15. Amendments By mutual written consent of the parties, this contract may be amended prior to its expiration. Article 16. State Auditor The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. 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. AFA-AFA_VoITIP Page 4 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A Article 17. Insurance If this agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. Article 18. Signatory Warranty The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party they represent. IN WITNESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have executed duplicate counterparts to effectuate this agreement. THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the. purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved nd authorized by the Texas Transportation ommission By � co t Date - Z ,G, y District Engineer THE LOCAL GOVERNMENT Name f the Local Government City of Round Rock By Date it•`(`j� Typed or Printed Name and Title sh MVti MAylcpc AFA-AFA_VoITIP Page 5 of 7 Revised 02/10/10 CSJ #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A ATTACHMENT A Payment Provision and Work Responsibilities The Local Govemment will pay for the cost of the upgrade or replacement of various traffic signals on FM 1460 north of Old Settlers Boulevard to 0.4 miles north of US 79, which is an on -system location. The Local Govemment's participation is 100% of the cost of this particular improvement. The Local Govemment's estimated cost of this additional work is $177,329.65, for construction bid items. The State has estimated the project to be as follows: Description Total Estimate Cost State Participation Local Participation Cost OA Cost Construction of Traffic Signals $177,329.65 0% $0.00 100% $177,329.65 Subtotal ;, 177;329166. $0:00 177329i65 Direct State Costs - Construction Engineering and Inspection (12%) $21,279.56 100% $21,279.56 0% $0 Indirect State Costs (no local participation required except for service projects) $0 $0.00 0% $o TOTAL $198,609.21 $21,279.56 $177,329.65 Local Government's Participation (100%) = $177,34055 It is further understood that the State will include only those items for the improvements as requested and required by the Local Government. This is an estimate only; final participation amounts will be based on actual charges to the project. AFA AFA VoITIP Page 6 of 7 Revised 02/10/10 Work Responsibilities The State shall include this particular improvement as a change order to current construction project under State identifier 2211-02-015. The State shall be responsible for Administration of the contract which includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders, which may become necessary subsequent to the award of the construction contract. CS3 #2211-02-015 District # 14 Code Chart 64 #36750 FM 1460: N of Old Settlers Blvd to north of US 79 CFDA# N/A AFA-AFA Vo1TJP Page 7 of 7 Revised 02/10/10 TEXAS DEPARTMENT OF TRANSPORTATION CONSTRUCTION CONTRACT CHANGE ORDER NUMBER: 05 Third Party Funding Notification Sheet This form is used when the subject change order involves funding by a source other than TxDOT/U.S. DOT, and involves third parties who are providing funding under an Advance Funding Agreement or Donation Agreement. 1. Outside funding provided by: City of Round Rock (Outside Entity's Legal Name) 2. Type of outside funding agreement for this change: (X Existing r Amended ( Check one) I- New 3. Indicate the type and amount of funding: I' Fixed Price (Lump Sum) fX Actual Cost (a) Contract Items (Bid Items): (b) E&C*: (a) x (c) Indirect Cost**: (a + b) x TOTAL (Estimated Amount enter % enter % $177,329.65 CCSJ: 2211-02-015 Project: STP 2005(921) Highway: FM 1460 County: Williamson District: Austin Contract Number: 05093202 $177,329.65 Use as needed: I hereby acknowledge notification of the modifications 0 covered by this Change Order. 0 /?7, 3(29.6,S Date 4.2-2..lo By s h Typed/Printed Name f✓t1/1 5-61ra, IA) Iv 0�6(jar Typed/Printed Title "The percentage (46) for E&C (Engineering and Contingencies) charges varies from project to project depending on the contract amount of the project. Projects with a higher contract amount will have a lower rate of E&C charge. For a specific protect, E&C rate (96) can be derived from the cost of "Engineering and Contingencies" in the "Estimated Cost" of the project. " Use the statewide district rate as established by Finance Division each year. This line 3(c) is for Service Project only, unless otherwise specified in the Advance Funding Agreement. See Stand Alone Manual Notice 98-2 for instructions. Funding for this Change Order has been arranged: TxDOT Representative Typed/Printed Name: Date TXDOT Form 2146-AFA (Rev. 7/2007) Page 1 of 1 'R-- ID - D4--061)- (WE REPORT DATE: N CHANGE ORDER NBR. N E J c y 0 0 • o U 8 07 d v N a O) N 0/C0 N OC .0 N u- u- U 0 ❑ ❑ ❑ ❑ c C 0) cc 0 1• 4 D > > O < c E. c 0 - 0) O O N W N O E ❑®❑ o co Tr WILLIAMSON AREA ENGINEER: AREA NUMBER: DDITIONAL WORK Z U' W 0 Z IX OLL Z O W (J W a wcc a ceoar S M Z o a f6 m c NI' o DESCRIPTION: z < 0 2 z O U = Z I- O 0 r= Q U LL O O CC N O O CO- W •C Lr)N Lo a'( Tr • O • u) w CO C) O O O CO T V OS J N W O N V)M N • W N15 N F ina. kLo Lo co ) O O< N I- t- N_ N U) 0 69 69 0 b U) 69 0 SECONDARY REASON(S): CONTRACT ID: F U W 0 a. a CONTRACT: AWARD AMOUNT: PROJECTED AMOUNT: CONTRACTOR: CO AMOUNT: W a. 0 U 3RD PARTY AMOUNT: APPRV LEVEL: ADDITIONAL TIME NOT NEEDED C E m w c O) • a co 7 .c .c U N 03 N C C O 'v0 ns x • . O U N 03 0) 0OC x O 0) 0 r o To f0 • v c E rcs 0) c c m o m 0) v `O v U c • 0)U c co C0) 0) CLv E E o 0, U t0 C o � c E ▪ � ✓ `o) m m w L N " E t 0 'p To m v 0) c • c c O U N 3 0 0 co 0N) • ° O) N m m O c O U 'CO 7 C O 0) U 0. E O E U N O v N O N C1 [0 w U O > N 0. a -0C N O) f0 C c v o m N c .N L 0) m > n 0 0 THE CONTRACTOR DISTRICT ENGINEER: H O W F Q 0 DIRECTOR, CONSTRUCTION DIVISION: TYPED/PRINTED NAME: F AED For Eng. Operations: TYPED/PRINTED TITLE: H O F Q C LL AREA ENGINEER: F Q 0 AREA ENGINEER'S SEAL: O Z ()) 0O y N X _ Q I- 0 0 en to a CHANGE ORDER NBR. CONTRACT ID CONTRACT ITEMS PROJECT NBR w z 0 O aco r W I- U D a F Z DESCRIPTION W O H O W2 Z W J O � m Q m 0 2 0 coci 69 0 0 0 0 0 0 0 CO N 0 0 N 0 0 N 0 0 0 t0 N 69 0 O 0 0 0 0 0 m N to 0 0 t0 0 0 ici t0 0 0 0 0 0 M 69 0 00 0 0 0 t`7 0 O H 0 0 0) 0 0 W 0 0 0 0 21,190.000 0 0 01 fV O N V N 0 00 W to N 0 0 N N 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 111 0 CO 171. 0 0 0 to 0) 0 0 oo co oo co N N co 0 to 0 0 0) 0 00)) 0 0 0 CO 0) 0 0 0 0 LL LL LL LL LL LL LL J J J J J J J J J z .N... W a u 0 O U U LL c O LL 0to J D o) 0 0) 0 0 o W co ❑ N O CD 0 O N CO 0 z O w O # a 0 to U LL u) LL' C ~ F LL 0 ¢ 0 CO X J _J 2 IA 0 co U W co ❑ 0 O n co 0 O z t0 cow a4t 0 V) U 11 - Ce a' H ._WW LL0 CO 2 J J L' o) 0) 0 0 0 0) 0 z w J 0 La a 0 O U) U LL N 1Y c 1— .2 8 I O to J N J EZ 0) 0 0) U •t W co O ❑ 0.1 0 co 0O M 0) 0 0 0 M N v O ❑ U U c v 2 > 0 0 0 H � Z C 0 o0 0 d) 0 0 CC 0 U CO N W NO3 0 O ❑ 0 O N O 0 w lY 0 CO t0 v O 0 U c co 2 U 3 > a o ❑ Z c Oo) U co CC 0 U CO W N ❑ N 0 CO 0 0 ce mci zre g z 0 00 2 U c W to W 0) 0 CC 0 U 0) W 0 ❑ 0 0 O 0 CO1.11O 0 0 W N LL . a m m U O Z .00 cc E Z O 0 2 0 Toc W O W t!) U W 0 ❑ 0 CO M 0 0 0 CC 0 U N 0 ❑ N UO O V 0 0 0 0 0 67 0 0 N 0 0 0 M 0 0 00 O 0 0) 0 CC 0 U c0 W O ❑ NN CD 0 CO O 0 0 0 0 O to 0 0 O 0 0 t0 0 0 (0 z 0 0_' a m 0� N # ro U } C 1- O X id 0 . 6.= m z 2 cc 0, to 0 0 CC 0 U _N W O ❑ O 00 CD0 O tQ csi Eri co co V 0 0 t0 0 tD 0 0 0 O o 0 coEi w z 0 cc 0. a N N to N tip> - O U N O O '�- m v z N cc _0) O u 0 coW O ❑ N O 0 0 h 0 0 0 0 M 0 0 0 0 0 O w t/) 0 J w z 0 itit O O N c ❑ U r- 0 z to 0 c J O W CD N 0 0 0 O O 0 O 0 M 0 M 4,000.00000 W O a to J to z 0 16 O O N • U O c . N- O 0 CC 2 to Jc co W t/) 0 0 U 0) W n ❑ m 00 CDO t0 0 0 0 0 0 a 0 0 0 O 0) 0 0 0 0 O 0 O 68 0 0 0 N 0 0 0 M 0 n '9 0 0 0 0 O 0 0 N 0 0 N 69 0 0 0- 0) 0 0 0 O 0 0 0 0 00 0 0 0 0 0 N O O (D 0 0- n J O 0) 0 0 J 0) co 4* gO }_ U 2 1G � U > a � J tp W 01cc in 0 0 CC 0 U N W M ❑ CD 00 0 (0 0 O 0 0 M W u) ❑ m O 0 n 00 0 0 J 0 W 0 0 4: S O U U E > a 2 ToLL W Oo u) 0 0 0 )n W m ❑ m 00CD t0 O n 0 0 0 REF PAV MRK TY II (W) 0 0 N N t0 0 0 n 0 0 CHANGE ORDER NBR. Signal Modifications C.O. #5 0 0 0 0 0 0 U CONTRACT ID 03 69 0 0 0 N 0 O 0 O O a 69 0 0 0 cri 0 O 0 0 0 0 O N 63 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 o v a OV N W W W O ❑ a' d' Q U) 5 §'o §'o o o Y 8 � 0 > 0 a a a m a W 0 W CO M U X U 0 0 0 (0 O O O 0 0 O U - U (- W D- m0CO0 0 O 0 O O REFL PAV MRKR TY I -C V 0 0 Signal Modifications C.O. #5 re 0 U U N 0 p 01 01 00 0 0 0 O 0 0 0 N O 0 0 N 0 0 O O 0 22,000.00000 W TEMP TRAF SIGNALS 0 0 0 Signal Modifications C.O. #5 U N W 0 O p N 0 0 O 0 0 O 0 0 v 03 LO N of O O 0 00) 0 0 0 030 0) 0 0 0 O 0 0 N M LL J 2 0 Z O U Q p Q w C �(Opp U m v U m LL C F- CO EX 0 U 0 0 0 0 ❑ 0 a U O V 0 O O 0 0 oiM 67 O 0 0 O 0 0 N 0 0 0 n 0 0 0 0 LL J 0 0 0 CC 0 U v) 0 W o p O Nr 0co 0 0 0 O 0 O O 03 (0 0 0 0 N 0 0 0 03 M 0 0 O 0 0 M 0 0 0 O J 0 Z O 0 a 4* N Q ci a C {Opp J U m 't o N X CO F- 0 0 0 U U 0 w 0 O V U 00O 0 O O 0 0 0) 0 0 0 0 0 0 CO0 0 0 0 0 0 0 N U- 0 0 2 O U 4' a N ci a J U ((QQ m s U 7 0 LL CO 0 0 U U N W❑ 71-3 Tr O 0 (() COCD 0 0 0 0 CO CO 0 O O O (0 (0 0 O O 0 0 0 0 O O 0 N N LL J U U N O 0 Nr 0CO0 CO coCO0 0 0 0 n 0 O O V CO 0 0 0 0 0 Co. 0 0 0 0 0 N 0 0 0 O J 0 2 O U M. Q OO 0 a C O J m V U o N To- w 0 tr F U 0 0 0 CO 0 0 0 CO0 0 0 O O 0 O DJ vt 0 0 0 O O O O O O N 0 00 O 0 0) 2 2 CO �o W Q N C J a 8 s U � LL ce° ~ 0 0) 2 0 0 CC 0 U CO 0 0 CD 0 0030 10 0 O O 0 0 O 0 a 0 0 O O 0 0 0 0 0 0 4,000.00000 J 0 F COm U1 •46 O NM 60 Q J a G U LL cc° 0 0 Z 6 0 0 0 0 N 0 COO 0 CO000 O 0 U N 0 0 U 0 N CD 0 O 0 0 0 0 0 O O 6,622.03000 COCD H 0 0 0 0 0 O 0 0 0 7,166.31000 W N CSi0 69 0 0 O 0 0 0 "11- 0 0 0 O 8,012.25000 W O 0 0 (0 0 0 0 M 0 0 O O 0 U 0 (+0 0 (0 ND UU 0 CO0 0 O CC 0 U CO WU CO 0 oc 0 COup 0co CODJ 030 O O CC 0 U U a 0 (N0D 0 00 0 CO 0 O O 0 U CC 0 W V0 ❑ 0 coO 0 0 0 0 O 0 NI 49 0 0 0 O O O O O O N 2,400.00000 0 0 CC 0 U 0 0 o ❑ m 00 CO CO0 0 0 O n 0 0 0 N 0 0 0 N 0 0 0 O 9,355.01000 0 OW v) ❑ (0 0 co CD 0 0 0 0 0 0 0 N 0 0 0 N 0 0 0 O 20,639.25000 2 -J O Q 4' O (-13' Q C J ° a co iS LL CC° ♦- C Z CC 0 U N W (0 ❑ 0 og ((0 00 O CO 0 O O 0 0 O 0 0 0 0 0 O 20,993.66000 INS TRF SIG PL AM(S) 1 ARM(65')LUM&ILSN 03 CO 0 0 O 0 CO a CHANGE ORDER NBR. Signal Modifications C.O. #5 N N N N O 0 CONTRACT ID 0 N O 0) o ui o C") N 0 to -$16,500.00 O O O O O O O O O O Cl O 0 0 0 0 O O 0 0 0 0 0 N L -J COAXIAL CABLE 0 O O Signal Modifications C.O. #5 N 0) CO 0 O O O N 0 O O o 2,632.96000 w REMOVING TRAFFIC SIGNALS Signal Modifications C.O. #5 V 0 0 0 o p n0 O 0 0) CO 0 0 0 O 0 0 1,500.00000 0 O O 0 O O 0 O 0 O 3,575.77000 W O (o 0 0i 0 0 0 O 0 0 0 0 0 O O 3,902.76000 W 6 41 # m O O O F U 0 0 Zc c c _o w o o _ _o Ce g 0 :t - o p D 6 p p Z C Z C Z C CO 0) CO 0) CO CO U) _ to V) 0 0 O 0 0 0 0 0 0 0 N 0 CD 0) 0 0 0 0 0 U1 0 0 0 0 0 0 0 N 0 0 0 O O O O 0 O 00) N O O O 0 0 O (170) 0- 0 0 O 0 O O O 0 O 0 W J VIVDS CAMERA ASSEMBLY 0 0 0 Signal Modifications C.O. #5 N 0 0 0 0 O 0) 0 0 0 0 0 0 U • 0 0 o O coo 00 N 0 O N 0 CHANGE ORDER AMOUNT LO Li - 0 l0 H IM RI a 10 CHANGE ORDER NBR. CONTRACT ID FUNDING SOURCES w C 7 O E Q Work Category: 1. Work Program: