R-00-03-23-13A1 - 3/23/2000RESOLUTION NO. R- 00- 03- 23 -13A1
WHEREAS, Commission Minute Order 107615 authorizes the Texas
Department of Transportation ( "TxDOT ") to undertake and complete
highway improvements generally described as the modification of
the traffic signal at the intersection of US 79 and Sunrise Road,
and
WHEREAS, TxDOT requires the City to participate in said
improvements by funding a portion of the improvements, and
WHEREAS, TxDOT has submitted a Funding Agreement for the
modification of the traffic signal at the intersection of US 79 and
Sunrise Road, and
WHEREAS, the City wishes to enter into said Funding
Agreement, 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 a Funding Agreement with TxDOT for the
modification of the traffic signal at the intersection of US 79 and
Sunrise Road, a copy of said agreement attached hereto 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
K:\ wPDOCS \RESOLUTI \R00323A1.WPD /sc
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, and the Act.
RESOLVED this 23rd day of March, 2000.
ATTEST:
Re: T A. STLUKA, V Mayor
City of Round Rock, Texas
2
THE STATE OF TEXAS §
THE COUNTY OF TRAVIS §
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIIVHTS: At Sunrise Drive
ADVANCE FUNDING AGREEMENT
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 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 107615, authorizes the State to undertake and
complete a project generally described as modifying an existing traffic signal in the City of
Round Rock, hereinafter called the Project; and,
WHEREAS, the Outside Entity has requested that they be allowed to participate by providing
the funds required to complete the Project; and,
WHEREAS, the State has determined that such part icipation is in the best interest of the citizens
of the State; and,
WHEREAS, the Outside Entity has approved entering into this agreement by Resolution or
Ordinance dated
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:
1
ARTICLE 1. TIME PERIOD COVERED
ARTICLE 2. PROJECT FUNDING
ARTICLE 3. TERMINATION
AGREEMENT
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
This Agreement becomes effective when signed by the last party whose signature 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.
The State will authorize performance of those Project items of work which the Outside Entity has
requested and has agreed to participate in as described in Attachment A, Payment Provision and
Work Responsibilities, which is attached to and made a part of this contract
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
• 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 the contract is terminated in accordance with the above provisions, the Outside Entity will be
responsible for the payment of direct and indirect Project costs incurred by the State on behalf of
the Outside Entity up to the time of termination.
2
ARTICLE 4. RIGHT OF ACCESS
ARTICLE 5. RESPONSIBILITIES OF THE PARTIES
ARTICLE 6. SOLE AGREEMENT
ARTICLE 7. SUCCESSORS AND ASSIGNS
3
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
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 as
contemplated in the Agreement.
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.
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.
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
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
By mutual written consent of the parties, the scope of work and payment provisions of this
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. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A to this agreement, the State shall 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, 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 10. APPLICABLE LAWS AND REGULATIONS
All parties shall adhere to applicable state and federal requirements in the development and
construction of the Project.
ARTICLE 11. PERFORMANCE
Performance and all matters related thereto shall be in Williamson County, Texas, United States
of America.
4
ARTICLE 12. SIGNATORY WARRANTY
The signatories to this agreement warrant that each has the authority to enter into this agreement,
on behalf of the entity they represent.
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
William C. Garbade, P.E.
Austin District Engineer
THE OUTSIDE ENTITY
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
Typed or Printed Name and Title
Attest:
Title:
For the purpose of this Agreement, the address of record for each party shall be as shown on the
following page.
5
For the Outside Entity:
Mr. Thomas E. Word, Jr., P.E.
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
For the Texas Department of Transportation:
Mr. William C. Garbade, P.E.
Texas Department of Transportation
Austin District
P. O. Drawer 15426
Austin, Texas 78761 -5426
6
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
ATTACHMENT A
Payment Provision
and
Work Responsibilities
7
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LI vIITS: At Sunrise Drive
1. Project Description
Modification of a traffic signal on US 79 at Sunrise Drive.
2. Right of Way
Not applicable.
3. Utility Adjustments/Relocations
Not applicable
4. Environmental Mitigation
Not applicable
5. Engineering Services and Construction Responsibilities
The State shall be responsible for the Project, utilizing an on -site contractor.
6. Maintenance Responsibilities
The State shall assume responsibility for the maintenance of the completed facility.
7. Payment Provisions
The Outside Entity shall be responsible for the actual costs required to complete the
Project. The Project costs are estimated at $4,869.90 (breakdown of costs listed below).
This amount includes labor, materials and indirect costs at the rate in effect for the year
that the work will be performed.
Funding Breakdown:
Labor and Materials
Indirect Costs (8.22 %)
Total
The Outside Entity shall submit two executed original counterparts of the agreement to
the address listed within. A warrant in the amount of $4,869.90 shall accompany the
executed agreements.
Upon completion of the Project, any additional costs required to complete the Project,
will be the responsibility of the Outside Entity. These costs will be requested by the State
and will become due within thirty (30) days from receipt of notification. All remaining
costs due the Outside Entity will be promptly returned.
8
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
$4,500.00
369.90
$4,869.90
OM \l ■
�1
MOM
UN 11
/ �e
Modtfcatlors to the traffic al. al
1111111
US Hwy 79 and Sunrise Road
DATE: March 18, 2000
SUBJECT: City Council Meeting — March 23, 2000
ITEM:
13.A.1. Consider a resolution authorizing the Mayor to execute a funding
agreement with the Texas Department of Transportation for
modifications to the traffic signal at the intersection of US 79 and
Sunrise Road. This agreement is for $4,500. Staff Resource Person:
Jim Nuse, Public Works Director.
Texas Department of Transportation
CSJ: 0204 -01 -053
County: Williamson
Highway: US 79
Limits: At Sunrise Drive
Mr. Thomas E. Word, Jr., P.E.
City Traffic Engineer
2008 Enterprise Drive
Round Rock, Texas 78664
Dear Mr. Word:
Enclosures
xc: Clayton Bridwell, Traffic Section
Chris Hatla
Danny Stabeno
P.O. DRAWER 15426 • AUSTIN, TEXAS 78761 -5426 • (512) 832 -7000
May 15, 2000
Enclosed for your files is a fully executed original counterpart of an agreement for the above
referenced project.
If we can be of further assistance, please contact me at 832 -7154.
An Equal Opportunity Employer
Sincerely,
Patsy K. Warren
Engineering Specialist
05/11/2000 THU 12:04 PAX 512 218 3242 rraTIlc 5ecL1on
RESOLUTION NO. R- 00- 03- 23 -13A1
WHEREAS, Commission Minute Order 107615 authorizes the Texas
Department of Transportation ( "TxDOT ") to undertake and complete
highway improvements generally described as the modification of
the traffic signal at the intersection of US 79 and Sunrise Road,
and
WHEREAS, TxDOT requires the City to participate in said
improvements by funding a portion of the improvements, and
WHEREAS, TxDOT has submitted a Funding Agreement for the
modification of the traffic signal at the intersection of US 79 and
Sunrise Road, and
WHEREAS, the City wishes to enter into said Funding
Agreement, 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 a Funding Agreement with TxDOT for the
modification of the traffic signal at the intersection of US 79 and
Sunrise Road, a copy of said agreement attached hereto 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
R: \NP DOGS \RBSOLDTI \R003]3A3. %PD /Pc
.v uuc
MAY 11 '00 13:15 512 218 3242 PAGE. 002
05/1142Q00 THU 12:04 FAX 512 218 3242
r '
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, and the Act.
RESOLVED this 23rd day of March, 2000.
ATTEST:
AlA AL-
JO LAND, City Secretary
MAY 11 '00 13:15
1Tarrlc section
fir 1 %'-
R� RT A. STLUKA, e., Mayor
City of Round Rock, Texas
2
1*.J VUJ
512 218 3242 PAGE.003
d .
THE STATE OF TEXAS §
THE COUNTY OF TRAVIS §
ADVANCE FUNDING AGREEMENT
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
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
WHEREAS, Transportation Code §201 et.seq. and Transportation Code §221 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 107615, authorizes the State to undertake and
complete a project generally described as modifying an existing traffic signal in the City of
Round Rock, hereinafter called the Project; and,
WHEREAS, the Outside Entity has requested that they be allowed to participate by providing
the funds required to complete the Project; and,
WHEREAS, the State has determined that such participation is in the best interest of the citizens
of the State; and,
WHEREAS, the Outside Entity has approved entering into this agreement by Resolution or
Ordinance dated " - 02, - .
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:
1
ARTICLE 1. TIME PERIOD COVERED
ARTICLE 2. PROJECT FUNDING
ARTICLE 3. TERMINATION
AGREEMENT
2
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
This Agreement becomes effective when signed by the last party whose signature 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.
The State will authorize performance of those Project items of work which the Outside Entity has
requested and has agreed to participate in as described in Attachment A, Payment Provision and
Work Responsibilities, which is attached to and made a part of this contract
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
• 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 the contract is terminated in accordance with the above provisions, the Outside Entity will be
responsible for the payment of direct and indirect Project costs incurred by the State on behalf of
the Outside Entity up to the time of termination.
ARTICLE 4. RIGHT OF ACCESS
ARTICLE 5. RESPONSIBILITIES OF THE PARTIES
ARTICLE 6. SOLE AGREEMENT
ARTICLE 7. SUCCESSORS AND ASSIGNS
3
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
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 as
contemplated in the Agreement.
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.
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.
This Agreement shall inure to the benefit of and be binding upon the parties and their respective
successors, executors, assigns, and administrators.
ARTICLE S. AMENDMENTS
By mutual written consent of the parties, the scope of work and payment provisions of this
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. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A to this agreement, the State shall 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, 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 10. APPLICABLE LAWS AND REGULATIONS
All parties shall adhere to applicable state and federal requirements in the development and
construction of the Project.
ARTICLE 11. PERFORMANCE
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
Performance and all matters related thereto shall be in Williamson County, Texas, United States
of America.
4
ARTICLE 12. SIGNATORY WARRANTY
The signatories to this agreement warrant that each has the authority to enter into this agreement,
on behalf of the entity they represent.
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
William C. Garbade, P.E.
Austin District Engineer
THE OUTSIDE ENTITY
der Round Ro k
tt _111
% Q ,,�/ t
Typed or Printed Name and Title /r D 6flt T 4. 672.6 ' �1 �� /� 7 / 40'\ p
Attest:
( `e- Date )76— g""'
Title: V / J77-qR y
Date ` 343 - fJV
5
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
For the purpose of this Agreement, the address of record for each party shall be as shown on the
following page.
r .
For the Outside Entity:
Mr. Thomas E. Word, Jr., P.E.
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
For the Texas Department of Transportation:
Mr. William C. Garbade, P.E.
Texas Department of Transportation
Austin District
P. O. Drawer 15426
Austin, Texas 78761 -5426
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
r •
ATTACHMENT A
Payment Provision
and
Work Responsibilities
7
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
1. Project Description
Modification of a traffic signal on US 79 at Sunrise Drive.
2. Right of Way
Not applicable.
3. Utility Adjustments/Relocations
Not applicable
4. Environmental Mitigation
Not applicable
5. Engineering Services and Construction Responsibilities
The State shall be responsible for the Project, utilizing an on -site contractor.
6. Maintenance Responsibilities
The State shall assume responsibility for the maintenance of the completed facility.
7. Payment Provisions
CSJ: 0204 -01 -053
COUNTY: Williamson
HIGHWAY: US 79
LIMITS: At Sunrise Drive
The Outside Entity shall be responsible for the actual costs required to complete the
Project. The Project costs are estimated at $4,869.90 (breakdown of costs listed below).
This amount includes labor, materials and indirect costs at the rate in effect for the year
that the work will be performed.
Funding Breakdown:
Labor and Materials
Indirect Costs (8.22%)
Total
$4,500.00
369.90
$4,869.90
The Outside Entity shall submit two executed original counterparts of the agreement to
the address listed within. A warrant in the amount of $4,869.90 shall accompany the
executed agreements.
Upon completion of the Project, any additional costs required to complete the Project,
will be the responsibility of the Outside Entity. These costs will be requested by the State
and will become due within thirty (30) days from receipt of notification. All remaining
costs due the Outside Entity will be promptly returned.
8