Contract - Williamson County - 8/25/2022 8/26/22
SUBRECIPIENT AGREEMENT BETWEEN
WILLIAMSON COUNTY AND CITY OF ROUND ROCK
FOR THE WILLIAMSON COUNTY REGIONAL WATER SUPPLY, SEGMENT A
PROJECT
WITH FUNDING FROM:
THE AMERICAN RESCUE PLAN ACT(ARPA)(ALN#21.027)
This Subrecipient Agreement("Agreement")is between Williamson County(the "COUNTY"),
political subdivisions of the State of Texas and the City of Round Rock ("SUBRECIPIENT")
(collectively,the"Parties"),and shall be effective on ,2022("Effective
Date"). The Parties have reviewed this Agreement and agree to the following:
WHEREAS, on March 11, 2020, the World Health Organization declared COVID-19 a
worldwide pandemic; and
WHEREAS, on March 11,2021,President Joseph Biden signed the American Rescue Plan Act
("ARPA")to provide support to the State and local governments to respond to the financial impacts of
COVID-19 pandemic; and
WHEREAS, the State and Local Fiscal Recovery Funds ("SLRF FUNDS") authorized the
ARPA (ALN #21.027) are to be used to mitigate the ongoing effects of COVID-19 and support the
nation's pandemic recovery; and
WHEREAS,the COUNTY has received SLRF FUNDS to respond to the continuous impact of
COVID-19 as outlined in the Final Rule promulgated by the Department of Treasury("Treasury");and
WHEREAS, Treasury has issued guidance for the use of SLRF FUNDS (31 CFR Part 35 and
may be found at: https://www.govinfo.gov/content/pkg/FR-2022-01-27/pdf/2022-00292.pdf) and will
continue to issue guidance and clarification on the appropriate use of these funds; and
WHEREAS, the COUNTY and SUBRECIPIENT find that SLRF FUNDS distributed in
accordance with this Agreement shall meet the eligible uses outlined in the Treasury's Final Rule,and
additional guidance; and
WHEREAS, the COUNTY and SUBRECIPIENT find that the program(s) or project(s) and
related expenditures outlined in this Agreement is/are eligible under current SLRF FUNDS guidance and
rules promulgated by the U.S. Treasury and find that the program(s) or project(s) outlined herein will
mitigate the ongoing effects of COVID-19 and support pandemic recovery in Williamson County,
THEREFORE,the Parties agree as follows:
R-2022-287 1
I.
GENERAL OVERVIEW
AND
WATER PROJECT DEFINITIONS
The COUNTY has in good faith determined that this Agreement serves a public purpose. This public
purpose includes, but is not limited to, the Subrecipient's efforts to meet the additional needs and
services of the community, specifically providing critical support or public interest benefits to local
residents as follows:
Infrastructure Project—5.11 Drinking water: Transmission &Distribution
This water supply project is one of the many future water line segments that will be constructed to
meet future needs in Williamson County. Segment A will bring Carrizo-Wilcox Aquifer groundwater
and transport it to existing and future customers in the County. This segment extends a waterline along
Chandler Road from FM 1660 to State Highway 130.
Additional Scope of Services is set forth in Appendix A, which is attached hereto and incorporated as
if copied in full.
Definitions for water and sewer Expenditure Categories must follow the EPA's handbooks.For"clean
water" expenditure category definitions,please see:
https://www.epa.gov/sites/production/files/2018-03/documents/cwdefinitions.pdf.
For"drinking water" expenditure category definitions,please see:
https://www.epa.gov/dwsrf/drinking-water-state-revolving-fund-national-information-management-
system-reports.
The Program or Project Budget is set forth in Appendix B, which is attached hereto and incorporated
as if copied in full.
II.
PAYMENT
The COUNTY shall make available an amount of up to $14,000,000 (FOURTEEN MILLION AND
NO/100 DOLLARS)to SUBRECIPIENT from the COUNTY's SLRF FUNDS to reimburse SUBRECIPIENT
for expenses related to eligible uses of SLRF FUNDS as outlined in the Treasury's Final Rule, reflected in
Appendix B,and in accordance with the terms and conditions outlined below:
Williamson County approves and pays reimbursement requests within thirty (30) days of receipt of a
complete request. Errors in the reimbursement request, including insufficient documentation, may
result in payment delays. SUBRECIPIENT is responsible for submitting a complete and accurate
reimbursement request. Payment is considered made on the date postmarked.
2
Each reimbursement request must contain the following supporting documentation:
i. Signed Request for Reimbursement(RFR) form
ii. General Ledger (monthly, generated from SUBRECIPIENT's accounting system)
coinciding with RFR
iii. Timesheets and Payroll Reports (monthly, generated from SUBRECIPIENT's payroll
system)if budget included personnel
iv. Invoices of all other expenditures
v. Proof of payment of all expenditures
III.
TERM/TERMINATION
This Agreement shall become effective upon signature by both Parties and shall continue in full force
and effect until December 31, 2026 unless terminated earlier in accordance with this Agreement. If at
any time SUBRECIPIENT state contract is suspended or revoked, or if SUBRECIPIENT becomes
excluded, debarred, or suspended from any federal program, this Agreement automatically terminates
effective on the date of the suspension, revocation, or exclusion, and SUBRECIPIENT must submit a
final,formal statement in the manner set out above and below requesting payment.
The County may immediately terminate this Agreement,without prior notice,if SUBRECIPIENT fails
to perform any obligation found herein and the failure:
i. Creates a potential threat to health or safety: or
ii. Violated a law, ordinance, or regulation designed to protect health or safety.
Either party may terminate this Agreement without cause giving ninety (90) days written notice to the
other party. Upon receipt of notice to terminate, SUBRECIPIENT shall discontinue all services in
connection with the performance of this Agreement and shall proceed to promptly cancel all existing
orders and contracts insofar as such orders to contracts are chargeable to this Agreement. Any and all
assets purchased under this Agreement shall transfer to the County for purposes outlined herein.
Within ninety (90) days after receipt of a notice of termination, SUBRECIPIENT agrees to submit an
invoice showing, in detail,the services performed under this Agreement up to and including the date
of termination.
Force Majeure: In the event that either Party is unable to perform its any of its obligation under the
Agreement or to enjoy any of the benefits because of natural disaster, global pandemic, actions or
decrees of governmental bodies or communication line failure not the fault of the affected party
(referred to as a"Force Majeure Event"),the party who has been so affected immediately agrees to give
notice to the other part and agrees to do everything possible to resume performance. Upon receipt of
such notice,the Agreement is immediately suspended.If the period of nonperformance exceeds ten(10)
calendar days from the receipt of notice of the Force Majeure Event,the Party whose ability to perform
has not been affected may terminate the Agreement immediately by giving written notice to the other
Party.
3
IV.
AMENDMENTS
This Contract may not be amended without a written agreement;however,SUBRECIPIENT may move
up to 10% of allocated funds within any budget category without written approval of the COUNTY,
except for Equipment or Indirect Cost budget line items, if the movement is consistent with the budget
in Appendix B. To move any amount over and above a cumulative total of 10% of allocated funds
within any budget category, SUBRECIPIENT must submit a written request to COUNTY and receive
written approval of same.
V.
STANDARDS FOR FINANCIAL MANAGEMENT
In accordance with 2 CFR 200 — Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards, SUBRECIPIENT will develop, implement and maintain financial
management and control systems, which include at a minimum accurate payroll, accounting and
financial reporting records, cost source documentation, effective internal and budgetary controls, and
determination of reasonableness,allowability and allocability of costs, and timely and appropriate audits
and resolution findings.
SUBRECIPIENT shall maintain an effective accounting system,which will:
i. Identify and record valid transactions
ii. Record transactions to the proper accounting period in which transactions occurred
iii. Describe transactions in sufficient detail to permit proper classification
iv. Maintain records that permit the tracing of funds to a level of detail that establishes that
the funds have been used in compliance with contract requirements
v. Adequately identify the source and application of funds of each grant contract
vi. Generate current and accurate financial reports in accordance with contract
requirements
VI.
MONITORING
SUBRECIPIENT agrees that COUNTY will, until the expiration of the federal retention period as
referenced in 2 CFR 200.334, have access to and the right to examine at reasonable times any directly
pertinent books,papers,and records(hard copy,as well as computer generated data)of the sub-recipient
involving transactions related to this Agreement. This right to audit also extends to any obligations
assigned to any subcontracts or agreements formed between SUBRECIPIENT and any subcontractors
to the extent that those subcontracts or agreements relate to fulfillment of SUBRECIPIENT's
obligations to COUNTY under this Agreement. The SUBRECIPIENT agrees that COUNTY will have
access during normal working hours to all necessary facilities, staff, and workspace to conduct audits.
The COUNTY will provide the SUBRECIPIENT with reasonable advance notice of intended audits.
The SUBRECIPIENT must provide records within ten (10) business days or a mutually agreed upon
timeline. SUBRECIPIENT may withhold any information that it is mandated to withhold to comply
with state or federal law.
4
VII.
ALLOWABLE COSTS
COUNTY payment to SUBRECIPIENT does not preclude COUNTY from determining that certain
costs were ineligible for reimbursement.If the COUNTY determines that a cost the COUNTY has paid
for is ineligible for reimbursement, the SUBRECIPIENT will refund the ineligible amount to the
COUNTY. COUNTY will determine whether costs submitted by SUBRECIPIENT are allowable and
eligible for reimbursement. If COUNTY has paid funds to SUBRECIPIENT for unallowable or
ineligible costs, COUNTY will notify SUBRECIPIENT in writing, and SUBRECIPIENT shall return
the funds to COUNTY within thirty(30)calendar days of the date of this written notice. COUNTY may
withhold all or part of any payments to SUBRECIPIENT to offset reimbursement for any unallowable
or ineligible expenditure that SUBRECIPIENT has not refunded to COUNTY, or if required financial
report(s) are not submitted by the due date(s).
VIII.
INDEPENDENT SINGLE OR PROGRAM SPECIFIC AUDIT
If SUBRECIPIENT, within SUBRECIPIENT'S fiscal year, expends a total amount of at least SEVEN
HUNDRED FIFTY THOUSAND DOLLARS ($750,000) in federal funds awarded, SUBRECIPIENT
shall have a single audit or program-specific audit in accordance with the 2 CFR 200. The $750,000
federal threshold amount includes federal funds passed through by way of State and local agency awards.
IX.
EQUIPMENT
Any purchase of equipment must be consistent with the Uniform Guidance at 2 CFR Part 200 Subpart
D. Equipment acquired under this Agreement must be used for the originally authorized purpose.
Consistent with 2 CFR 200.313,any equipment acquired using federal funds shall vest in the non-Federal
entity.
Procedures for managing equipment must meet the following requirements:
i. Property records must be maintained that include a description of the property, a serial number
or other identification number, the source of funding for the property, name of title holder,
acquisition date,cost of the property,percentage of Federal participation in the project costs for
the Federal award under which the property was acquired,the location,use and condition of the
property, and any ultimate disposition data including the date of disposal and sale price of the
property.
ii. A physical inventory of the property must be taken,and the results reconciled with the property
records at least once every two years.
iii. A control system must be developed to ensure adequate safeguards to prevent loss,
damage, or theft of the property. Any loss, damage, or theft must be investigated.
iv. Adequate maintenance procedures must be developed to keep the property in good
condition.
v. If the non-Federal entity is authorized or required to sell the property, proper sales
procedures must be established to ensure the highest possible return.
5
Disposition. When original or replacement equipment acquired under this Agreement is no longer
needed or in use for the project or program outlined herein, SUBRECIPIENT must request disposition
instructions from the COUNTY.
X.
LEGAL COMPLIANCE, PERFORMANCE MEASUREMENT,
AND REQUIRED REPORTING
SUBRECIPIENT shall comply with all applicable federal, state and local laws and regulations
governing the expenditure of funds under this Agreement, including but not limited to additional
requirements for U.S. Department of The Treasury Coronavirus Local Fiscal Recovery Fund award
terms and conditions compliance related to the American Rescue Plan Act (ARPA) (ALN #21.027).
SUBRECIPIENT shall submit to the Williamson County Auditor's office all necessary invoicing and
appropriate documentation evidencing expenditures and that said expenditures are Allowable
Expenditures. Allowable Expenditures are limited to those expenditures shown in Appendix B. Additional
reports and documentation may be required as requested by COUNTY in the approved format.
XI.
DEBARMENT AND SYSTEM FOR AWARD MANAGEMENT
SUBRECIPIENT is not entitled to receive payment under this Agreement for services performed by
any personnel who have been excluded, debarred, or suspended under a federal program, unless given
explicit permission by the COUNTY. SUBRECIPIENT agrees to maintain an active registration in the
System for Award Management(SAM.gov).
XII.
INDEPENDENT CONTRACTORS
It is understood that any relationship created by this Agreement between the Parties shall be that of
independent contractors.Under no circumstances shall either Party be deemed an employee of the other
nor shall either Party act as an agent of the other Party. Any and all joint venture,joint enterprise, or
partnership status is hereby expressly denied, and the Parties expressly state that they have not formed
expressly or impliedly a joint venture,joint enterprise, or partnership.
XIII.
SUBCONTRACTING AUTHORITY
SUBRECIPIENT may enter into contracts as necessary for the performance of the scope of services
outlined in this Agreement. SUBRECIPIENT agrees to act in good faith and shall comply with all
applicable purchasing laws in choosing subcontractors and executing any contracts pursuant to this
Agreement.
XIV.
DOCUMENTATION
SUBRECIPIENT shall keep and maintain, for a period not less than five (5)years after December 31,
2026, any and all records relating to use of the SLRF FUNDS described herein.
6
XV.
FORM 1295 COMPLIANCE
SUBRECIPIENT acknowledges and agrees that it has fully, accurately, and completely disclosed all
interested parties and has acknowledged the completeness of this disclosure by filing Form 1295
"Certificate of Interested Parties" with the Texas Ethics Commission if required by Texas Government
Code Section 2252.908, as amended.
XVI.
NOTICE
Any notice required or permitted to be delivered hereunder shall be deemed to have been given when
personally delivered, or if mailed, seventy-two hours after deposit of the same in the United States Mail,
postage prepaid, certified, or registered, return receipt requested, properly addressed to the Parties hereto
at the respective addresses set forth below, or at such other addresses as they shall specify by written
notice delivered to the following addresses:
County;
County Judge
710 Main Street, Suite 101
Georgetown, Texas 78628
and
County Auditor
710 Main Street, Suite 301
Georgetown, Texas 78628
Subrecipient:
City of Round Rock
City Manager
221 E. Main Street
Round Rock,Texas 78664
XVII.
SEVERABILITY
In case any one or more of the provisions contained in this Agreement shall for any reason be held to be
invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not
affect any other provision in this Agreement and this Agreement shall be construed as if such invalid,
illegal, or unenforceable provision had never been contained in it.
7
XVIII.
VENUE AND APPLICABLE LAW
Venue of this Agreement shall be Williamson County, Texas, and the laws of the State of Texas shall
govern all terms and conditions.
XIX.
ENTIRE AGREEMENT
This Agreement represents the entire understanding between the Parties and supersedes all prior
representations.
WITNESS that this Agreement shall be effective as of the date of the last party's execution
below.
WILLIAMSON COUNTY: SUBRECIPIENT:
Af ll
Authorized Signature Authoz:d ignrre
Its et /1A! . 4. lilt _ b
Printed Name Printed Na t-
Date: , 2022 Date: P,(4.15iC J 2022
8
APPENDIX A—Scope of Services
This Segment A water supply project includes the construction of a waterline along Chandler
Creek Road and FM 1660 to State Highway 130 to meet future needs in Williamson County.
Segment A will bring Carrizo-Wilcox Aquifer groundwater and transport it to existing and future
customers in the County.
9
APPENDIX B—Program or Project Budget/Allowable Expenses
Construction cost for Segment A water supply project is budgeted at$14 million.
(incorporated herein as if copied in full)
1(