R-97-06-26-10D - 6/26/1997RESOLUTION NO. R -97-06-26-10D
WHEREAS, Commission Minute Order 102542 authorizes the Texas
Department of Transportation ("TxDOT") to undertake and complete
highway improvements generally described as Sidewalk Construction
and Roadway Safety Improvements in the City of Round Rock; and
WHEREAS, TxDOT requires the City to participate in said
improvements by funding a portion of the improvements; and
WHEREAS, TxDOT has submitted an Advance Funding Agreement
for Surface Transportation Program for the McNeil Road and Mays
Street sidewalk projects; and
WHEREAS, the City wishes to enter into said agreement, and
to authorize the escrow of $2,306.74 for the project; 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 an Advance Funding Agreement for Surface
Transportation Program with TxDOT for the McNeil Road and Mays
Street sidewalk projects, and to authorize the escrow of $2,306.74
for the projects.
RESOLVED this 26th day of June, 1997.
ATTEST:
E LAND, City Secretary
K:\WPDOCS\RESOLUTI\RS70626D.WPD/scg
CHARLES CU ER, Mayor
City of Round Rock, Texa
EXECUTED
DOCUMENT
FOLLOWS
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
ADVANCE FUNDING AGREEMENT FOR
SURFACE TRANSPORTATION PROGRAM (STP)
THE STATE OF TEXAS
THE COUNTY OF TRAVIS
THIS AGREEMENT IS MADE BY AND BETWEEN the State of Texas, acting 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 "Outside Entity".
WITNESSETH
WHEREAS, Transportation Code §201 et.seq. and Transportation Code §221.001 authorizes the
State to lay out, construct, maintain, and operate a system of streets, roads, and highways that
comprise the State Highway System; and,
WHEREAS, Commission Minute Order Number 102542 authorizes the State to undertake and
complete highway improvements generally described as Sidewalk Construction and Roadway
Safety Improvements in the City of Round Rock; and
WHEREAS, the Outside Entity has requested that the State allow the Outside Entity to
participate in said improvements by funding that portion of the improvements described in
Attachment A hereinafter called the "Project"; and,
WHEREAS, the Outside Entity has agreed to participate in funding the project as described in
Attachment A; and,
WHEREAS, the State has determined that such participation is in the best interest of the citizens
of the State; and,
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 Outside Entity agree as follows:
Page 1 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
ARTICLE 1. TIME PERIOD COVERED
This Agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed, and said Agreement shall be in full force and effect until the Project
described herein has been completed and accepted by all parties or until terminated as hereinafter
provided. Federal funds will remain active for two (2) years from the date of final execution of
this Agreement.
ARTICLE 2. PROJECT FUNDING
The State will authorize construction of only those Project items of work which the Outside
Entity has requested and has agreed to pay for as described in Attachment A, said Attachment A
being attached and incorporated herein for all purposes. In addition to identifying those items of
work paid for by payments to TxDOT, Attachment A also specifies those Project items of work
that are the responsibility of the Outside Entity and will be carried out and completed by the
Outside Entity.
ARTICLE 3. TERMINATION
Without prejudice to any other legal or equitable right or remedy that either party would
otherwise possess hereunder or as a matter of law, each non -defaulting party, upon giving the
defaulting party five (5) days prior to written notice, shall be entitled to terminate this Agreement
in its entirety at any time for the following;
If a party shall fail to remedy any default within ten (10) days after written notice thereof from the
non -defaulting party; or
If either party commits a material default under any of the terms, provisions, conditions, or
covenants contained in this Agreement.
This Agreement may also be terminated by any of the following methods;
Upon mutual written agreement and consent of both parties;
By the State, upon thirty (30) days written notice to the Outside Entity, if the State determines
that completion of the Project is not in the best interest of the State; or
Page 2 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
By the Outside Entity, upon thirty (30) days written notice to the State, if the Outside Entity
determines that completion of the project is not in the best interest of the Outside Entity.
If this Agreement is terminated in accordance with the provisions, the Outside Entity will be
responsible for the payment of Project costs incurred by the State on behalf of the Outside Entity
up to the time of termination.
ARTICLE 4. RIGHT OF ACCESS
If the Outside Entity is the owner of any part of the Project site, the Outside Entity shall permit
the State or its authorized representative access to the site to perform any activities required to
execute the work contemplated in the Agreement. The Outside Entity will provide for all
necessary right-of-way and utility adjustments needed for performance of the work regardless of
ownership of the right-of-way or utility facility.
ARTICLE 5. RESPONSIBILITIES OF THE PARTIES
The Outside Entity acknowledges that while it is not an agent, servant, nor employee of the State,
it is responsible for its own acts and deeds and for those of its agents or employees during the
performance of the work on the Project. Additionally, the State acknowledges that while it is not
an agent, servant, nor employee of the Outside Entity, it is responsible for its own acts and deeds
and for those of its agents or employees during the performance of the work on the project.
ARTICLE 6. SOLE AGREEMENT
In the event the terms of this Agreement are in conflict with the provisions of any other existing
agreements between the Outside Entity and the State, the provisions of the most recently
executed agreement shall take precedence over the conflicting provisions contained in the other
agreements, between the Outside Entity and the State.
ARTICLE 7. SUCCESSORS AND ASSIGNS
This Agreement shall inure to the benefit of and be binding upon the parties and their respective
successors, executors, assigns, and administrators.
ARTICLE 8. AMENDMENTS
By mutual written consent of the parties, the scope of work and payment provisions of this
Page 3 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
Agreement may be amended prior to the expiration of this contract. No amendment to this
Agreement shall be effective and binding until it is reduced to writing and signed by duly
authorized representatives of both parties.
ARTICLE 9. INTEREST
The State will not pay interest on funds provided by the Outside Entity. Funds provided by the
Outside entity will be deposited into, and retained in, the State Treasury.
ARTICLE 10. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A, Payment Provision and Work
Responsibilities, to this agreement, 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 construction 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
Agreement, 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 11. INCREASED COSTS
In the event it is determined that the funding provided by the Outside Entity will be insufficient to
cover the State's cost for performance of the Outside Entity's requested work, the Outside Entity
will pay to the State the additional funding necessary to cover the anticipated additional cost. The
State shall send the Outside Entity a written notification stating the amount of additional funding
needed and stating the reasons for the needed additional funds. The Outside Entity shall pay the
funds to the State within thirty (30) days of the written notification, unless otherwise agreed to by
all parties of this agreement. If the Outside Entity cannot pay the additional funds, this contract
may be mutually terminated in accordance with Article 3 - Termination.
In the event that the funding provided by the Outside Entity exceeds the amount necessary to
cover the State's cost of performance of the Outside Entity's requested work, the State shall
refund the excess funds to the Outside Entity. The State shall refund said excess funds to the
Outside Entity within thirty (30) days after the Project has been completed and accepted by all
parties or after this Agreement has been terminated as provided herein.
Page 4 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
ARTICLE 12. SIGNATORY WARRANTY
The signatories to this Agreement warrant that each has the authority to enter into this on behalf
of the organization they represent.
ARTICLE 13. PERFORMANCE
Performance and all matters related thereto shall be in Williamson County, Texas, United States
of America.
IN WITNESS WHEREOF, THE STATE AND THE OUTSIDE ENTITY have executed
duplicate counterparts to effectuate this Agreement, each of which shall be deemed an original for
all purposes.
THE STATE OF TEXAS
Certified as being executed 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 under the authority of Minute Order 100002.
By �.�— Date .0--.2`�-%�
J. atopek
Director, General Services Division
THE OUTSIDE ENTITY
The ' y Round Rock
Date 1-q--'9/7
Typed or ' - nt - : am - and Title C��eC.E�S Cul-i�,�PP %�ill �l Q/�
i
Attest: /'� i. ,,/�
AfetAeOU
Title: ,,(;rnAs
Page 5 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
For the purpose of this Agreement, the address of record for each party shall be:
For the Outside Entity:
City of Round Rock
211 East Main Street
Round Rock, Texas 78664
For the Texas Department of Transportation:
Texas Department of Transportation
Austin District
P. O. Drawer 15426
Austin, Texas 78767-5426
Page 6 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
ATTACHMENT A
Payment Provision
and
Work Responsibilities
1 Right of Way
If right of way is required, the Outside Entity shall prepare the right of way maps, property
descriptions and other data as needed to properly describe the right of way which the
Outside Entity is to acquire and provide for the Project. The right of way maps and
property descriptions shall be submitted to the State for approval prior to the Outside
Entity acquiring the necessary right of way. Tracings of the maps shall be retained by the
Outside Entity for its permanent records.
2. Utility Adjustments/Relocations
If the proposed construction requires the adjustment, removal or relocation of such utility
facilities, the Outside Entity and/or its consultant will establish the necessary utility work
and notify the appropriate utility company to design and schedule their adjustments. The
Outside Entity shall be responsible for all costs associated with the adjustment not
assumed by the utility company, removal or relocation of such utility facilities and such
adjustment, removal or relocation shall be in accordance with applicable State law,
regulations, policies and procedures. In the event additional utilities are required to be
adjusted, removed or relocated during the construction of the Project, the Outside Entity
will be responsible for all costs associated with the additional utility work within its
jurisdiction.
3 Environmental Mitigation
A. To the extent required to complete the Project, the Outside Entity will be
responsible for the mitigation and remediation of any environmental problems
associated with the development and construction of the Projects. The Outside
Entity shall provide to the State written certification from the appropriate
regulatory agency(s) that any environmental problems have been remedied. The
Outside Entity will not let a construction contract until all environmental problems
have been remediated by the Outside Entity, unless the remediation is required by
construction phasing to be a part of the contract, and the State concurs in the
proposed phasing.
Page 7 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
B. All costs associated with the remediation of the environmental problems caused by
the negligence or willful conduct of the Outside Entity and/or the property owners
shall be the responsibility of the Outside Entity and/or property owners and not the
State of Texas.
C. The Outside Entity may terminate this agreement if the Outside Entity determines
that the costs associated with mitigation are prohibitive. Any normal costs of
mitigation or remediation not caused by the negligence or willful misconduct of the
Outside Entity will be eligible for participation in Federal funding.
4. Certification
The Outside Entity shall provide to the State forty-five (45) days prior to any construction
contract let date, a certification that all right of way has been acquired, all environmental
problems have been remediated, and all conflicting utilities have been adjusted to clear the
proposed construction; if applicable.
5. Engineering Services
The Outside Entity will prepare or cause to be prepared the engineering plans,
specifications, and estimates necessary for the development of the Project.
6. Construction Responsibilities
A. If the projects are not let for construction by TxDOT, the Outside Entity shall
advertise for construction bids, issue bid proposals, receive and tabulate bids and
award a contract for construction of the Project in accordance with procedures and
applicable laws. Actual construction shall be performed by contract awarded by
competitive bidding unless prior approval has been received by the State for the use of
the Outside Entity's in-house forces. If the Outside Entity should elect to use in-house
forces, a public interest statement will be submitted to the State for approval prior to
the construction phase. The Outside Entity shall comply with the applicable
regulations and requirements established in 23 CFR Part 635, Subparts A, C and D for
the competitive bidding process. The Outside Entity shall develop written construction
contract procedures for the State's review and approval. The Outside Entity shall not
Page 8 of 12
COUNTY: :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
initiate the bidding process until approval of the procedures has been obtained
from the State and a Letter of Authority for construction has been issued by the
Federal Highway Administration. Any field changes, supplemental agreements or
additional work orders which may become necessary shall be subject to approval
by the State before any such work is performed.
B. The Outside Entity will supervise and inspect all work performed by the
construction contractor and will provide such engineering, inspection and testing
services as may be required to ensure that the construction of the Project is
accomplished in accordance with the approved P.S.&E. The State will maintain
oversight responsibilities and provide testing services as required y the
specifications.11
s /V
!'
C. In accordance with the requirements established in 23 CFR Part 63 ,
j" �i"he Outside Entity shall include the latest version of Form FHWA 1273 in the
contract bidding documents. The required contract provisions contained in Form
FHWA 1273 shall apply to all work performed on the contract by the contractor's
own organization and to all work performed on the contract by piecework, station
work or by subcontract. It is agreed between the parties that the Outside Entity
shall be responsible with the technical assistance and oversight of the State, for
compliance by any contractor or subcontractor or lower tier subcontractor with the
requirements contained in the provisions of Form FHWA 1273. All additional
federal special provisions and specifications will be provided by the State for
inclusion in the contracts let by the Outside Entity.
7 Maintenance Responsibilities
Upon completion of the Project, the Outside Entity will assume responsibility for the
maintenance of the completed facilities within its jurisdiction.
8. Inspection of Books and Records
The State will, for the purpose of termination of the Agreement prior to completion,
examine the books and records of the Outside Entity for the purpose of checking the
amount of the work performed by the Outside Entity at the time of contract termination.
The Outside Entity 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, U. S. Department of Transportation (USDOT) or their
Page 9 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
duly authorized representative 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 impending litigation is resolved. Additionally, the State USDOT and
their duly authorized representatives shall have access to all records of the Outside Entity
which are directly applicable to this agreement for the purpose of making audits,
examinations, excerpts and transcriptions.
9. OMB Audit Requirements
The Outside Entity shall comply with the requirements of their Single Audit Act of 1984,
P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in
paragraphs 6, 8 and 9 of OMB Circular No. A-128.
10. Procurement and Property Management Standards
The Outside Entity shall adhere to the procurements standards established in Title 49 CFR
Part 18.32 and the property management standards established in Title 49 in CFR Part
18.36.
11. Civil Rights Compliance
The Outside Entity shall comply with the regulations of the Department of Transportation
as they relate to nondiscrimination (49 CFR 21 and 23 CFR 710.405(B); also Executive
Order 11246 titled "Equal Employment Opportunity", as amended by Executive Order
11375 and as supplemented in the Department of Labor regulations (41 CFR 60).
12. Minority Business Enterprise Program Requirements
The Outside Entity shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 CFR Part 23, Subpart D.
13. Debarment Certification
The Outside Entity is prohibited from making any award at any tier to any party which is
debarred or suspended or otherwise excluded from or ineligible for participation in federal
assistance programs under Executive Order 12549, Debarment and Suspensions. The
Page 10 of 12
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
Outside Entity shall require any party to a subcontract or purchase order awarded under
this contract as specified in Title 49 of the Code of Federal Regulation, Part 29
(Debarment and Suspension) to certify its eligibility to receive federal funds and, when
requested by the State, to furnish a copy of the certification.
14. Applicable Laws and Regulations
The Outside Entity or its consultant shall be responsible for complying with all applicable
State and Federal laws and regulations in the development and construction of the Project.
15. The Outside Entity shall comply with the federal Cost Principles published
in Office of Management and Budget (OMB) Circular A-87. All costs that
will be reimbursed with federal funds will be allowable, reasonable, and
allocable to the project.
4,..7
)0).
Page 11 of 12
CSJ: 0015-16-902 - BI 35-L
Williamson County
In Round Rock from S. Of Texas
Avenue to Old Settlers Blvd.
Construct & Inspect Sidewalks
COUNTY :Williamson
CSJ :0015-16-902 & 0914-05-904
HIGHWAY :BI 35-L & CR
Payment Provisions
FEDERAL OUTSIDE ENTITY TOTAL PROJECT
FUNDS MATCH COST
$ 80,000.00 $20,000.00 $100,000.00
CSJ: 0914-05-904 - CR
Williamson County
On McNeil Rd at CR 172 & UPRR
Construct & InspectRdwy Safety
Improvements
$300,000.00 $75,000.00 $375,000.00
TOTAL $95,000.00
Funds due to the State, upon execution of the Agreement, are estimated State Administrative and
Testing Costs (4% of Outside Entity Match total) + State's Indirect Costs (7.16%). Cost
breakdown = [$95,000.00 X .04 = $3,800.00] + [$3,800.00 X .0716 = $272.08] Total Amount
Due = $3,800.00 + $272.08 = $4,072.08.
The Outside Entity will remit to the Texas Department of Transportation, upon execution of this
Agreement, a check in the amount of $4,072.08. The State will be responsible for securing the
federal funding for the construction phase of this Project.
If funding provided by the Outside Entity is insufficient to cover their share of the Project costs,
including the State's indirect costs, the State will notify the Outside Entity of the additional costs
needed, and upon approval by the Outside Entity, the Outside Entity will pay to the State the
additional funding necessary to cover the additional costs. The State's Administrative and Testing
Costs, not including the State's indirect costs, will be considered eligible for reimbursement with
Federal funds for this Project.
Page 12 of 12