R-01-10-25-9F3 - 10/25/2001THE STATE OF TEXAS §
THE COUNTY OF TRAVIS §
WITNESSETH
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ADVANCE FUNDING AGREEMENT FOR STANDARD
HIGHWAY IMPROVEMENT PROJECTS (ON- SYSTEM)
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.
WHEREAS, the Intermodal Surface Transportation Efficiency Act of 1991, ( "ISTEA) codified
under title 23 U.S.C. Section 101 et seq., establishes the National Intermodal Transportation
System that is economically efficient and environmentally sound, provides the foundation for the
nation to compete in the global economy, and will move people and goods in an energy efficient
manner; and
WHEREAS, Transportation Code 201 et. seq. and Transportation Code 221 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, Commission Minute Order Number 108087 authorizes the State to undertake and
complete various improvements generally described as the widening of a 4 -lane undivided
roadway to a 4 -lane divided roadway on US 79 from FM 1460 to Harrel Parkway, hereinafter
called the Project; and,
WHEREAS, the Outside Entity has requested that the State allow the Outside Entity to
participate in said improvements by providing a portion of the costs 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 OCraa a5,o10a/•
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:
ARTICLE 1. TIME PERIOD COVERED
This Agreement becomes effective when signed by the last party whose signature makes the
agreement fully executed. 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.
ARTICLE 2. PROJECT FUNDING
The State will authorize performance of those Project items and participate in funding, as
described within Attachment A, Payment Provisions and Work Responsibilities and Exhibit 1 to
Attachment A.
ARTICLE 3. TERMINATION
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
AGREEMENT
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.
• 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 by the Outside Entity, the Outside Entity will be responsible for all
direct and indirect costs incurred by the State.
2
ARTICLE 4. RIGHT OF ACCESS
ARTICLE 5. RESPONSIBILITIES OF THE PARTIES
ARTICLE 6. SOLE AGREEMENT
ARTICLE 7. SUCCESSORS AND ASSIGNS
ARTICLE 8. AMENDMENTS
COUNTY :Williamson
CSJ :0204-01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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.
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.
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.
3
ARTICLE 9. INTEREST
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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. DEBARMENT CERTIFICATIONS
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, "Debarment and Suspension." The parties to this
contract shall require any party to a subcontract or purchase order awarded under this contract to
certify its eligibility to receive Federal funds and, when requested by the State, to furnish a copy
of the certification in accordance with Title 49 CFR Part 29 (Debarment and Suspension).
ARTICLE 11. OMB AUDIT REQUIREMENTS
A. 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 -133.
B. 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.
ARTICLE 12. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The Outside Entity shall adhere to the procurements standards established in Title 49 CFR Part
18.36 and the property management standards established in Title 49 in CFR Part 18.32.
ARTICLE 13. 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).
4
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ARTICLE 14. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The Outside Entity shall comply with the "Minority Business Enterprise Program Requirements"
established in 49 CFR Part 26.
ARTICLE 15. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A, Payment Provision and Work
Responsibilities, 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 16. APPLICABLE LAWS AND REGULATIONS
All applicable State and Federal laws and regulations will be adhered to in the development and
construction of the Project.
ARTICLE 17. MAINTENANCE
Upon completion of the Project, the State will assume responsibility for the maintenance of the
completed Project unless otherwise specified in Attachment A to this agreement.
5
ARTICLE 18. SIGNATORY WARRANTY
ARTICLE 19. PERFORMANCE
THE STATE OF TEXAS
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
The signatories to this Agreement warrant that each has the authority to enter into this agreement
on behalf of the party they represent.
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.
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
Jennifer D. Soldano, Director
Contract Services Office
THE OUTSIDE ENTITY
rty �.fR • n.'Roc
1/l1////1//i/ Date /®- a5'
Typed or Printed Name and Title 2oaGRi h. S7 - Luen e ., m R yo /z
Attest: Jliti Jif• l
Title: eiry t5GC2EIRR y
For the purpose of this Agreement, the address of record for each party shall be as shown on the
following page.
6
For the Outside Entity:
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
For the Texas Department of Transportation:
Texas Department of Transportation
Austin District
P. 0. Drawer 15426
Austin, Texas 78761 -5426
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
7
2. Right of Way
3. Utility Adjustments/Relocations
4. Environmental Mitigation
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ATTACHMENT A
Payment Provision
and
Work Responsibilities
1. Project Description
Upgrade US 79 from West of FM 1460 to Harrel Parkway, to a 4 -lane divided facility,
including bridges at the proposed location for Arterial A.
The Outside Entity shall prepare right of way maps, property descriptions and other data
needed, utilizing all applicable Federal and State laws governing the acquisition policies
for acquiring real property. The right of way maps and property descriptions shall be
submitted to the State for approval. Tracings of the maps shall be retained by the State
for its permanent records.
If the proposed construction along US 79 requires the adjustment, removal or relocation
of 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 ten percent (10 %) of all
reimbursable utility adjustments. Removal or relocation of such utility facilities shall be
in accordance with applicable State law, regulations, policies and procedures.
A. The Outside Entity shall prepare the appropriate environmental documentation
and secure environmental clearance for the Project. The Outside Entity shall
contact Mike Walker, TxDOT Environmental Coordinator, 512/832 -7168, for
coordination of the documentation.
B. 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 of the Project.
8
C. 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.
5. Engineering Services
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
A. The Outside Entity shall prepare or cause to be prepared the engineering plans,
specifications, and estimates (P.S. &E.) necessary for the development of the
Project. The P.S. &E. shall be prepared in accordance with all applicable State
and Federal guidelines.
B. The Engineering plans shall be developed in accordance with the Highway Design
Division Operations and Procedures Manual, the 1993 Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges and the Texas
Accessibility Standards.
C. The Outside Entity shall submit the completed P.S. &E. to the State for review and
approval, four (4) months prior to the anticipated bid opening date. Should the
State determine that revisions are required to the documents, the Outside Entity
shall make the necessary revisions, prior to the State's bid opening date.
6. Construction Responsibilities
A. The State shall advertise for construction bids, issue bid proposals, receive and
tabulate bids and award/reject a contract for construction of the Project. All right
of way acquisitions, utility relocations and P.S. &E. must be completed and
approved by the State prior to the Project being advertised for bids.
B. The State shall 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.
9
7. Payment Provisions
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
The State shall include the latest version of Form FHWA 1273 in the contract
bidding documents, in accordance with the requirements established in 23 CFR
Part 633. 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.
The Outside Entity shall provide one hundred percent (100 %) of preliminary engineering,
environmental studies, right of way (including any right of way for environmental
mitigation) ten percent (10 %) of the reimbursable utility adjustments and twenty percent
(20 %) of the construction costs for the Project, however, the Outside Entity shall provide
100% of the construction costs for the bridges at Arterial A.
The State shall provide ninety percent (90 %) of the reimbursable utility adjustments,
eighty percent (80 %) of the construction costs (excluding cost of the bridges at Arterial
A) and one hundred percent (100 %) of the construction engineering costs required, to
complete the Project.
The Project costs are currently estimated at $2,856,000.00 (Roadway Items)
$ 800,000.00 (Bridge Items)
$3,656,000.00 (Total)
The Outside Entity costs are estimated at $1,371,200.00. The Outside Entity shall submit
payment to the State sixty (60) days prior to bid opening.
If the construction contract for the Project should overrun the estimated cost, the Outside
Entity will be responsible for twenty percent (20 %) of the additional costs, except the
Outside Entity shall be responsible for 100% of the construction costs for the bridges at
Arterial A. Payment will be due from the Outside Entity when the Project is completed
and a State audit has been performed. All costs remaining in the Project and due to the
Outside Entity will be promptly returned.
1 0
t ODMA \WORLDOX \O t \W00X \RESOLUTI \R11025P1.WP0 /sC
RESOLUTION NO. R- 01- 10- 25 -9F3
WHEREAS, Commission Minute Order 108087 authorizes the Texas
Department of Transportation ( "TxDOT ") to undertake and complete
highway improvements generally described as the upgrade of US 79, from
west of FM 1460 to Harrel Parkway, to a four -lane divided roadway, and
WHEREAS, TxDOT requires the Round Rock Transportation System
Development Corporation ( "Corporation ") to participate in said
improvements by funding a portion of the improvements, and
WHEREAS, the Corporation wishes to enter into an Advance Funding
Agreement for Standard Highway Improvement Projects (On- System) with
TxDOT for the upgrade of US 79, from west of FM 1460 to Harrel Parkway,
to a four -lane divided roadway, and
WHEREAS, the City Council wishes to approve of such action, Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS ,
That the City Council hereby approves the action of the Round Rock
Transportation System Development Corporation in entering into an
Advance Funding Agreement for Standard Highway Improvement Projects
(On- System) with TxDOT for the upgrade of US 79, from west of FM 1460
to Harrel Parkway, to a four -lane divided roadway, a copy of said
agreement 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
ATTEST:
this 25th day of October, 2001.
CHRISTINE R. MARTINEZ, City Sec4etary
City of Round Rock, Texas
2
THE STATE OF TEXAS §
THE COUNTY OF TRAVIS
ADVANCE FUNDING AGREEMENT FOR STANDARD
HIGHWAY IMPROVEMENT PROJECTS (ON- SYSTEM)
§
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
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
WHEREAS, the Intermodal Surface Transportation Efficiency Act of 1991, ( "ISTEA) codified
under title 23 U.S.C. Section 101 et seq., establishes the National Intermodal Transportation
System that is economically efficient and environmentally sound, provides the foundation for the
nation to compete in the global economy, and will move people and goods in an energy efficient
manner; and
WHEREAS, Transportation Code 201 et. seq. and Transportation Code 221 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, Commission Minute Order Number 108087 authorizes the State to undertake and
complete various improvements generally described as the widening of a 4 -lane undivided
roadway to a 4 -lane divided roadway on US 79 from FM 1460 to Harrel Parkway, hereinafter
called the Project; and,
WHEREAS, the Outside Entity has requested that the State allow the Outside Entity to
participate in said improvements by providing a portion of the costs 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
t
EXHIBIT
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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:
AGREEMENT
ARTICLE 1. TIME PERIOD COVERED
This Agreement becomes effective when signed by the last party whose signature makes the
agreement fully executed. 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.
ARTICLE 2. PROJECT FUNDING
The State will authorize performance of those Project items and participate in funding, as
described within Attachment A, Payment Provisions and Work Responsibilities and Exhibit 1 to
Attachment A.
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.
• 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 by the Outside Entity, the Outside Entity will be responsible for all
direct and indirect costs incurred by the State.
2
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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.
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
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.
3
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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. DEBARMENT CERTIFICATIONS
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, "Debarment and Suspension." The parties to this
contract shall require any party to a subcontract or purchase order awarded under this contract to
certify its eligibility to receive Federal funds and, when requested by the State, to furnish a copy
of the certification in accordance with Title 49 CFR Part 29 (Debarment and Suspension).
ARTICLE 11. OMB AUDIT REQUIREMENTS
A. 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 -133.
B. 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.
ARTICLE 12. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The Outside Entity shall adhere to the procurements standards established in Title 49 CFR Part
18.36 and the property management standards established in Title 49 in CFR Part 18.32.
ARTICLE 13. 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).
4
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ARTICLE 14. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The Outside Entity shall comply with the "Minority Business Enterprise Program Requirements"
established in 49 CFR Part 26.
ARTICLE 15. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A, Payment Provision and Work
Responsibilities, 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 16. APPLICABLE LAWS AND REGULATIONS
All applicable State and Federal laws and regulations will be adhered to in the development and
construction of the Project.
ARTICLE 17. MAINTENANCE
Upon completion of the Project, the State will assume responsibility for the maintenance of the
completed Project unless otherwise specified in Attachment A to this agreement.
5
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ARTICLE 18. SIGNATORY WARRANTY
The signatories to this Agreement warrant that each has the authority to enter into this agremenet
on behalf of the party they represent.
ARTICLE 19. 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
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
Jennifer D. Soldano, Director
Contract Services Office
THE OUTSIDE ENTITY
The City of Round Rock
B Date
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.
6
For the Outside Entity:
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
For the Texas Department of Transportation:
Texas Department of Transportation
Austin District
P. O. Drawer 15426
Austin, Texas 78761 -5426
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ATTACHMENT A
Payment Provision
and
Work Responsibilities
1. Project Description
Upgrade US 79 from West of FM 1460 to Harrel Parkway, to a 4 -lane divided facility,
including bridges at the proposed location for Arterial A.
2. Right of Way
The Outside Entity shall prepare right of way maps, property descriptions and other data
needed, utilizing all applicable Federal and State laws governing the acquisition policies
for acquiring real property. The right of way maps and property descriptions shall be
submitted to the State for approval. Tracings of the maps shall be retained by the State
for its permanent records.
3. Utility Adjustments/Relocations
If the proposed construction along US 79 requires the adjustment, removal or relocation
of 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 ten percent (10 %) of all
reimbursable utility adjustments. Removal or relocation of such utility facilities shall be
in accordance with applicable State law, regulations, policies and procedures.
4. Environmental Mitigation
A. The Outside Entity shall prepare the appropriate environmental documentation
and secure environmental clearance for the Project. The Outside Entity shall
contact Mike Walker, TxDOT Environmental Coordinator, 512/832 -7168, for
coordination of the documentation.
B. 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 of the Project.
8
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
C. 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.
5. Engineering S ervices
A. The Outside Entity shall prepare or cause to be prepared the engineering plans,
specifications, and estimates (P.S.&E.) necessary for the development of the
Project. The P.S. &E. shall be prepared in accordance with all applicable State
and Federal guidelines.
B. The Engineering plans shall be developed in accordance with the Highway Design
Division Operations and Procedures Manual, the 1993 Standard Specifications for
Construction and Maintenance of Highways, Streets. and Bridges and the Texas
Accessibility Standards.
C. The Outside Entity shall submit the completed P.S. &E. to the State for review and
approval, four (4) months prior to the anticipated bid opening date. Should the
State determine that revisions are required to the documents, the Outside Entity
shall make the necessary revisions, prior to the State's bid opening date.
6. Construction Responsibilities
A. After approval of the P.S.&E., the State shall advertise for construction bids, issue
bid proposals, receive and tabulate bids and award/reject a contract for
construction of the Project
B. The State shall 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.
9
7. Payment Provisions
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
The State shall include the latest version of Form FHWA 1273 in the contract
bidding documents, in accordance with the requirements established in 23 CFR
Part 633. 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.
The Outside Entity shall provide one hundred percent (100 %) of preliminary engineering,
environmental studies, right of way (including any right of way for environmental
mitigation) ten percent (10 %) of the reimbursable utility adjustments and twenty percent
(20 %) of the construction costs for the Project, however, the Outside Entity shall provide
100% of the construction costs for the bridges at Arterial A.
The State shall provide ninety percent (90 %) of the reimbursable utility adjustments,
eighty percent (80 %) of the construction costs (excluding cost of the bridges at Arterial
A) and one hundred percent (100 %) of the construction engineering costs required, to
complete the Project.
The Project costs are currently estimated at $2,856,000.00 (Roadway Items)
$ 800,000.00 (Bridge Items)
$3,656,000.00 (Total)
The Outside Entity costs are estimated at $1,371,200.00. The Outside Entity shall submit
payment to the State sixty (60) days prior to bid opening.
If the construction contract for the Project should overrun the estimated cost, the Outside
Entity will be responsible for twenty percent (20 %) of the additional costs, except the
Outside Entity shall be responsible for 100% of the construction costs for the bridges at
Arterial A. Payment will be due from the Outside Entity when the Project is completed
• and a State audit has been performed. All costs remaining in the Project and due to the
Outside Entity will be promptly returned.
10
• ;Arm
a IS
Or 4
WI
.....
ot•
gp lli aaw aarnm E,
,I
1']
,
' (
. —
i
• I
<71
US 79 from FM 1460 to Harrel Parkway
0 .0d R
o
P 11 . COS
canal I' d/1.01
DATE: October 19, 2001
SUBJECT: City Council Meeting - October 25, 2001
ITEM: 9.F.3. Consider a resolution approving the action of the Transportation
System Development Corporation concerning Advance Funding
Agreement for Standard Highway Improvements Projects (On-
System) with the Texas Department of Transportation.
Resource: Jim Nuse, Public Works Director
Tom Word, Chief Traffic Engineer
History: ' This funding agreement provides the same terms as the one the City entered into
with TxDOT for widening of US 79 at the ballpark and CR 122. The City agrees
to prepare the construction plans, acquire all the right -of -way, pay 10% of the
eligible utility relocation costs and 20% of the construction costs. TxDOT will
pay 90% of the eligible utility relocation costs, 80% of the construction costs, and
all the contract management and administration costs. Additionally, the City will
pay for the two bridge structures required for future Arterial A, which TxDOT is
agreeing to construct with this project. This project is currently in the City's
approved TCIP. The City's 20% share of construction costs is estimated to be
$1,371,200.
Funding:
Cost: $1,371,200.00
Source of funds: Transportation Capital Improvement Program
Outside Resources: Texas Department of Transportation
ImpactBenefit: Improved safety and mobility for the citizens of Round Rock. This project
will complete the divided highway improvements within the City and also will
include left turn lanes for A.W. Grimes Boulevard.
Public Comment: Public hearing to be conducted this year.
Sponsor: N/A
Ar Texas Department of Transportation
CSJ: 0204 -01 -049
County: Williamson
Highway: US 79
Limits: FM 1460 to CR 195
Mr. Thomas E. Word, Jr., P.E.
City Traffic Engineer
2008 Enterprise Drive
Round Rock, Texas 78664
Dear Mr. Word:
Enclosures
xc: John Wagner, P.E.
P.O. DRAWER 15426 • AUSTIN, TEXAS 78761 • (512) 832 - 7000
April 25, 2001
Enclosed are two original counterparts of an agreement for the above referenced project. Please
notice that Recital six on Page 1 of the agreement requires a resolution date from the City of
Round Rock. The resolution must state that the City approves entering into the agreement with
TxDOT. Please enter the date in the space provided and attach a copy to each original
counterpart. A fully executed agreement will be returned for your files.
The funding will be required sixty days prior to bid opening.
If you have any questions, please feel free to contact me at 832 -7154.
An Equal Opportunity Employer
Sincerely,
Patsy K. Warren
Contracts Manager
RECEIVED APR 2 7 an
Ar Texas Department of Transportation
CSJ: 0204 -01 -049
County: Williamson
Highway: US 79
Limits: FM 1460 to CR 195
Mr. Thomas E. Word, Jr., P.E.
City Traffic Engineer
2008 Enterprise Drive
Round Rock, Texas 78664
Dear Mr. Word:
P.O. DRAWER 15426 • AUSTIN, TEXAS 78761 -5426 • (512) 832 -7000
February 22, 2002
Enclosed for your files, is a fully executed counterpart of an advance funding agreement for the
above referenced project. The Transportation's cost share for the project will be requested sixty
days prior to bid advertisement, currently scheduled for February 2003.
If you have any questions, please feel free to contact me at 832 -7154.
Sincerely, ,l
Patsy K. Warren
Contracts Manager
xc: Gerald Pohlmeyer, Georgetown Area Office
An Equal Opportunity Employer
ENTERED FEB 2 6 2n2
THE STATE OF TEXAS
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ADVANCE FUNDING AGREEMENT FOR STANDARD
HIGHWAY IMPROVEMENT PROJECTS (ON- SYSTEM)
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 Round Rock
Transportation System Development Corporation, acting by and through its duly authorized
officials, hereinafter called the Local Government.
WHEREAS, the Transportation Equity Act for the 21S Century (TEA -21), codified under Title
23 U.S.C. Section 101 et seq., establishes the National lntermodal Transportation System as
economically efficient and environmentally sound, provides the foundation for the nation to
compete in the global economy, and moves people and goods in an energy efficient manner; and
WHEREAS, Transportation Code, Chapter 201 and Transportation Code, Chapter 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 108087 authorizes the State to undertake and
complete various improvements generally described as the widening of a 4-lane undivided
roadway to a 4-lane divided roadway on US 79 from FM 1460 to Harrel Parkway, hereinafter
called the Project; and,
WHEREAS, the Local Government has requested that the State allow them to participate in said
improvements by providing a portion, of the costs 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 Local Government has approved entering into this agreement by Resolution or
Ordinance dated /2-01 -15 , attached hereto as Attachment B.
/'- O / - 1O - a5
WITNESSETH
1
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 agree as follows:
ARTICLE 1. TIME PERIOD COVERED
This Agreement becomes effective when signed by the last party whose signature makes the
agreement fully executed. 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.
ARTICLE 2. PROJECT FUNDING
The State will authorize performance of those Project items and participate in funding, as
described within Attachment A, Payment Provisions and Work Responsibilities.
ARTICLE 3. TERMINATION
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
AGREEMENT
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.
• Upon mutual written agreement and consent of both parties;
• By the State, upon thirty (30) days written notice to the, Local Government if the State
determines that completion of the Project is not in the best interest of the State; or
• By the Local Government, upon thirty (30) days written notice to the State, if the Local
Government determines that completion of the project is not in the best interest of the Local
Government.
If the contract is terminated by the Local Government, the Local Government will be responsible
for all direct and indirect costs incurred by the State.
2
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ARTICLE 4. 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 contemplated in the Agreement. The Local Government 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 Local Government 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 Local Govemment, 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 Local Government and the State, the provisions of the most recently
executed agreement shall take precedence over the conflicting provisions contained in the other
agreements.
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
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.
3
ARTICLE 9. INTEREST
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
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 10. DEBARMENT CERTIFICATIONS
The parties are prohibited from making any award at any tier to any party that is debarred or
suspended or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, `Debarment and Suspension." The parties to this
contract shall require any party to a subcontract or purchase order awarded under this contract to
certify its eligibility to receive Federal funds and, when requested by the State, to furnish a copy
of the certification in accordance with Title 49 CFR Part 29 (Debarment and Suspension).
ARTICLE 11. OMB AUDIT REQUIREMENTS
A. The Local Government 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 -133.
B. The Local Government 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.
ARTICLE 12. PROCUREMENT AND PROPERTY MANAGEMENT STANDARDS
The Local Government shall adhere to the procurements standards established in Title 49 CFR
Part 18.36 and the property management standards established in Title 49 in CFR Part 18.32.
ARTICLE 13. CIVIL RIGHTS COMPLIANCE
The Local Government 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).
4
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIM TS :FM 1460 to CR 195
ARTICLE 14. MINORITY BUSINESS ENTERPRISE PROGRAM REQUIREMENTS
The Local Government shall comply with the "Minority Business Enterprise Program
Requirements" established in 49 CFR Part 26.
ARTICLE 15. INSPECTION AND CONDUCT OF WORK
Unless otherwise specifically stated in Attachment A, Payment Provision and Work
Responsibilities, 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 16. APPLICABLE LAWS AND REGULATIONS
All applicable State and Federal laws and regulations will be adhered to in the development and
construction of the Project.
ARTICLE 17. MAINTENANCE
Upon completion of the Project, the State will assume responsibility for the maintenance of the
completed Project unless otherwise specified in Attachment A to this agreement.
5
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.
ARTICLE 19. PERFORMANCE
Performance and all matters related thereto shall be in Williamson County, Texas, United States
of America.
IN WITNESS WHEREOF, THE STATE AND THE LOCAL GOVERNMENT have
executed duplicate counterparts to effectuate this Agreement, each of which shall be deemed an
original for all purposes.
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 hereto reappro ` annd authorized by the Texas Transportation Commission.
B r d-' Date 9- hS'lda-
7e f D oldano, Director
Con ct Services Office
THE LOCAL GOVERNMENT
oun • oc . r . sportati I • System Development Corporation
• _1 �/, Date 10'Q.)'0/
Typed or Printed Name and Title Rot Ri P • 51 j JT., PPE51DE iiT
Attest:
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
Title: 5 es - rFERY
For the purpose of this Agreement, the address of record for each party shall be as shown on the
following page.
6
For the Local Government:
For the Texas Department of Transportation:
Texas Department of Transportation
Austin District
P. 0. Drawer 15426
Austin, Texas 78761 -5426
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
Round Rock Transportation System Development Corporation
221 East Main Street
Round Rock, Texas 78664
4. Environmental Mitigation
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
ATTACHMENT A
Payment Provision
and
Work Responsibilities
1. Project Description
Upgrade US 79 from West of FM 1460 to Harrel Parkway, to a 4 -lane divided facility,
including bridges at the proposed location for Arterial A.
2. Right of Way
The Local Government shall prepare right of way maps, property descriptions and other
data needed, utilizing all applicable Federal and State laws governing the acquisition
policies for acquiring real property. The right of way maps and property descriptions
shall be submitted to the State for approval. Tracings of the maps shall be retained by the
State for its permanent records.
3. Utility Adjustments/Relocations
If the proposed construction along US 79 requires the adjustment, removal or relocation
of utility facilities, the Local Government and/or its consultant will establish the
necessary utility work and notify the appropriate utility company to design and schedule
their adjustments. The Local Government shall be responsible for ten percent (10 %) of
all reimbursable utility adjustments. Removal or relocation of such utility facilities shall
be in accordance with applicable State law, regulations, policies and procedures.
A. The Local Government shall prepare the appropriate environmental
documentation and secure environmental clearance for the Project. The Outside
Entity shall contact Mike Walker, TxDOT Environmental Coordinator, 512/832-
7168, for coordination of the data.
B. To the extent required to complete the Project, the Local Government will be
responsible for the mitigation and remediation of any environmental problems
associated with the development of the Project.
8
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
C. All costs associated with the remediation of the environmental problems caused
by the negligence or willful conduct of the Local Government and/or the property
owners shall be the responsibility of the Local Government and/or property
owners and not the State of Texas.
5. Engineering Services
A. The Local Government shall prepare or cause to be prepared the engineering
plans, specifications, and estimates (P.S. &E.) necessary for the development of
the Project. The P.S. &E. shall be prepared in accordance with all applicable State
and Federal guidelines.
B. The Engineering plans shall be developed in accordance with the Roadway
Design Manual, the 1993 Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges and the Texas Accessibility
Standards.
C. The Local Government shall submit the completed P.S. &E. to the State for review
and approval, twelve weeks prior to the State's anticipated bid advertisement date.
Should the State determine that revisions are required to the documents, the Local
Government shall make the necessary revisions, prior to the Project being
advertised for bids.
6. Construction Responsibilities
A. The State shall advertise for construction bids, issue bid proposals, receive and
tabulate bids and award/reject a contract for construction of the Project. All right
of way acquisitions, utility relocations and P.S.&E. must be completed and
approved by the State prior to the Project being advertised for bids.
B. The State shall supervise and inspect all work performed by the construction
contractor and shall 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.
9
7. Payment Provisions
The State shall include the latest version of Form FHWA 1273 in the contract
bidding documents, in accordance with the requirements established in 23 CFR
Part 633. 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.
The Local Government shall provide:
One hundred percent (100 %) of all preliminary engineering, environmental studies, right
of way (including any right of way for environmental mitigation)
Ten percent (10 %) of all reimbursable utility adjustments
Twenty percent (20 %) of the construction costs; and,
One hundred percent (100 %) of the construction costs for the bridges at Arterial A.
The State shall provide:
COUNTY :Williamson
CSJ :0204 -01 -049
HIGHWAY :US 79
LIMITS :FM 1460 to CR 195
Ninety percent (90 %) of the reimbursable utility adjustments
Eighty percent (80 %) of the construction costs (excluding cost of the bridges at Arterial
A); and,
One hundred percent (100 %) of the construction engineering costs.
The Project costs are currently estimated at $2,856,000.00 (Roadway Items)
$ 800.000.00 (Bridge Items)
$3,656,000.00 (Total)
The Local Government's estimated costs are $1,371,200.00. The Local Government shall
submit payment to the State sixty (60) days prior to bid opening, or thirty (30) days from
receipt of notification from the State.
If the construction contract overruns' the estimated cost, the Local Government will be
responsible for twenty percent (20 %) of the additional costs for all items except the
bridge items for Arterial A, whereby the Local Government will be responsible for 100%
of the costs. Payment will be due from the Local Government when the Project is
completed and a State audit has been performed. All remaining costs determined to be
due to the Local Government will be promptly returned.
10
ATTACHMENT Br
RESOLUTION NO. R -01 -15
WHEREAS, Commission Minute Order 108087 authorizes the Texas
Department of Transportation ( "TxDOT ") to undertake and complete
highway improvements generally described as the upgrade of US 79, from
west of FM 1460 to Harrel Parkway, to a four -lane divided roadway, and
WHEREAS, TxDOT requires the Round Rock Transportation System
Development Corporation ( "Corporation ") to participate in said
improvements by funding a portion of the improvements, and
WHEREAS, the Corporation wishes to enter into an Advance Funding
Agreement for Standard Highway Improvement Projects (On System) with
TxDOT for the upgrade of US 79, from west of FM 1460 to Harrel Parkway,
to a four -lane divided roadway, and
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE ROUND ROCK
TRANSPORTATION SYSTEM DEVELOPMENT CORPORATION,
That the President is hereby authorized and directed to execute on
behalf of the Corporation an Advance Funding Agreement for Standard
Highway Improvement Projects (On- System) with TxDOT for the upgrade of
US 79, from west of FM 1460 to Harrel Parkway, to a four -lane divided
roadway, a copy of said agreement attached hereto as Exhibit "A" and
incorporated herein for all purposes.
The Board of Directors 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
o. \wor \RESMIn \rrtadc \Rais.RRD /ac
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 25th day of October, 2001.
ATTEST:
L
6J Ilia_
, Secretary '
ROUND ROCK TRANSPORTATION SYSTEM
DEVELOP CORPORATION
2