Loading...
R-2014-1608 - 7/24/2014RESOLUTION NO. R-2014-1608 WHEREAS, the City of Round Rock ("City") has previously entered into an Advance Funding Agreement ("Agreement') with the Texas Department of Transportation ("TxDOT") for the IH 35 Frontage Roads ("Project'), and WHEREAS, by Resolution No. R -12-01-26-9D8, the City Council approved the Agreement, WHEREAS, the City Council desires to enter into Advance Funding Agreement Amendment No. 1 with TxDOT to delete in its entirety Attachment A "Payment Provision and Work Responsibilities" and replace with Attachment A-1 "Payment Provision and Work Responsibilities", 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 Advance Funding Agreement Amendment No. 1 with TxDOT, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 24th day of July, 2014. ATTEST: W/� n SARA L. WHITE, City Clerk 0112.1404; 00307034 City of Round Rock, Texas GCS" Mot-, STATE OF TEXAS § COUNTY OF TRAVIS § EXHIBIT «A„ CSJ # 0015-09-166 District # 14 - AUS Code Chart 64 #36750 Project: IH 35 Frontage Roads Federal Highway Administration CFDA # 20.205 Not Research and Development ADVANCE FUNDING AGREEMENT AMENDMENT #1 THIS AMENDMENT is made by and between the State of Texas, acting through the Texas Department of Transportation, called the State, and the City of Round Rock, acting by and through its duly authorized officials, called the Local Government. WITNESSETH WHEREAS, the State and the Local Government executed a contract on February 1 of 2012 to effectuate their agreement to upgrade frontage roads and reconfigure ramps on 11-135 from US 79 to FM 3406; and, WHEREAS, it has become necessary to amend that contract; NOW THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, the State and the Local Government do agree as follows: AGREEMENT 1. Description of Amended Items Attachment A is deleted in its entirety and replaced with Attachment A-1. All other provisions of the original contract are unchanged and remain in full force and effect. 2. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this agreement on behalf of the entity represented. AFA—AFA Amend Page 1 of 2 Revised 04/08/11 CSJ # 0015-09-166 District # 14 - AUS Code Chart 64 #36750 Project: IH 35 Frontage Roads Federal Highway Administration CFDA # 20.205 Not Research and Development THIS AGREEMENT IS EXECUTED by the State and the Local Government in duplicate. THE LOCAL GOVERNMENT Signature Alan McGraw Typed or Printed Name Mayor Title Date THE STATE OF TEXAS Kenneth Stewart Interim Director of Contract Services Texas Department of Transportation Date AFA—AFA Amend Page 2 of 2 Revised 04/08/11 CSJ # 0015-09-166 District # 14 - AUS Code Chart 64 #36750 Project: IH 35 Frontage Roads Federal Highway Administration CFDA # 20.205 Not Research and Development ATTACHMENT A-1 PAYMENT PROVISION AND WORK RESPONSIBILITIES The Local Government will be responsible for 100% of the PS&E costs. The State will be responsible for 100% of the direct costs associated with review of the PS&E. Description Total Estimated Federal Participation State Participation Local Participation Cost % Cost % Cost % Cost Environmental (by Local Government) $20,000 0% $0 0% $0 100% $20,000 Right of Way (by Local Government) $0 0% $0 0% $0 100% $0 Utilities (by Local Government) $480,000 0% $0 0% $0 100% $480,000 Engineering (by Local Government) $1,000,000. 0% $0 0% $0 100% $1,000,000 Subtotal $1,500,000 $0 $0 $1,500,000 Direct Environmental State Direct State $12,153 0% $0 100% $12,153 0% $0 Costs= Costs (20%) $60,764 Right of Way Direct State $12,153 0% $0 100% $12,153 0% $0 Costs (20%) Utility Direct State Costs $12,153 0% $0 100% $12,153 0% $0 (20%) Engineering Direct State $24,306 0% $0 100% $24,306 0% $0 Costs (40%) Subtotal $60,764 $0 $60,764 $0 TOTAL $1,560,764 $0 $609764 $115001000 Initial payment by the Local Government to the State: $0 Payment by the Local Government to the State before construction: $0 Estimated total payment by the Local Government to the State $0 This is an estimate. The final amount of participation will be based on actual costs. AFA—AFA Amend Page 1 of 3 Revised 04/08/11 CSJ # 0015-09-166 District # 14 - AUS Code Chart 64 #36750 Project: IH 35 Frontage Roads Federal Highway Administration CFDA # 20.205 Not Research and Development Work Responsibilities: 1. Utilities The Local Government shall be responsible for the adjustment, removal, or relocation of utility facilities in accordance with applicable State laws, regulations, rules, policies, and procedures, including any cost to the State of a delay resulting from the Local Government's failure to ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. The Local Government will not be reimbursed with federal or state funds for the cost of required utility work. The Local Government must obtain advance approval for any variance from established procedures. Before a construction contract is let, the Local Government shall provide, at the State's request, a certification stating that the Local Government has completed the adjustment of all utilities that must be adjusted before construction is completed. 2. Environmental Assessment and Mitigation Development of a transportation project must comply with the National Environmental Policy Act and the National Historic Preservation Act of 1966, which require environmental clearance of federal -aid projects. A. The Local Government is responsible for the identification and assessment of any environmental problems associated with the development of a local project governed by this agreement. B. The Local Government is responsible for the cost of any environmental problem's mitigation and remediation. C. The Local Government is responsible for providing any public meetings or public hearings required for development of the environmental assessment. Public hearings will not be held prior to the approval of project schematic. D. The Local Government is responsible for the preparation of the NEPA documents required for the environmental clearance of this Project. E. Before the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 3. Architectural and Engineering Services The Local Government has responsibility for the performance of architectural and engineering services. The engineering plans shall be developed in accordance with the applicable State's Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and the special specifications and special provisions related to it. For projects on the state highway system, the design shall, at a minimum conform to applicable State manuals. For projects not on the state highway system, the design shall, at a minimum, conform to applicable American Association of State Highway and Transportation Officials design standards. In procuring professional services, the parties to this agreement must comply with federal requirements cited in 23 CFR Part 172 if the project is federally funded and with Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for federally funded projects must conform to federal requirements, specifically including the provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental matters. AFA-AFA Amend Page 2 of 3 Revised 04/08/11 CSJ # 0015-09-166 District # 14 - AUS Code Chart 64 #36750 Project: IH 35 Frontage Roads Federal Highway Administration CFDA # 20.205 Not Research and Development 4. Right of Way and Real Property The Local Government is responsible for the provision and acquisition of any needed right of way or real property, unless the State agrees to participate in the provision of right of way under the procedures described herein as parts A and B of this provision. Title to right of way and other related real property must be acceptable to the State before funds may be expended for the improvement of the right of way or real property. All parties to this agreement will comply with and assume the costs for compliance with all the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title 42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental expenses incurred by the property owners in conveying the real property to the Local Government, and benefits applicable to the relocation of any displaced person as defined in 49 CFR Section 24.2(g). Documentation to support such compliance must be maintained and made available to the State and its representatives for review and inspection. AFA—AFA Amend Page 3 of 3 Revised 04/08/11 JrDepartment Of Transportation P.O. DRAWER 15426 AUSTIN, TEXAS 78761-5426 (512) 832-7000 June 25, 2014 City of Round Rock CSJ: 0015-09-166 IH 35 Frontage Road Upgrades and Ramp Reconfiguration The Honorable Alan McGraw Mayor of Round Rock 221 E Main Street Round Rock, Texas 78664 Dear Mayor McGraw With the addition of $7,000,000 of CAMPO funds for construction, it is necessary to amend the original Voluntary Advanced Funding Agreement, executed February 1, 2012 by removing the Local Governments participation for construction. Also, a new Advanced Funding Agreement was created with all preliminary engineering remaining the Local Government responsibilities, but all construction funding being the States responsibilities. Please print two copies of each document, sign, date and return by mail to my attention at the address listed above for further execution. An executed original of both agreements will be returned for your records. If you have any questions, please contact me at (512) 832-7116. Your assistance is appreciated. Sincerely, John Jones Project Delivery Section Austin District Attachments Cc: Mark Jones, P.E., Georgetown Area Engineer, Austin District An Equal Opportunity Employer