R-13-03-14-G4 - 3/14/2013RESOLUTION NO. R -13-03-14-G4
WHEREAS, Chapter 791 of the Texas Government Code, V.T.C.A., authorizes local
governments and agencies of the state to enter into agreements with one another to perform
governmental functions and services, and
WHEREAS, the City of Round Rock wishes to enter into a Non -Construction Advance
Funding Agreement for an on System And Off System Intelligent Transportation Systems (ITS)
Deployment Project ("Agreement") with the State of Texas, acting through the Texas Department of
Transportation to share transportation incident data, 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 said
Agreement, 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 14th day of March, 2013.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
&4w(,-• Ka�f
SARA L. WHITE, City Clerk
0lwdox\SCC1nts\0112\ 1304W[UNICIPAL\00269642. DOC/=
STATE OF TEXAS §
COUNTY OF TRAVIS §
EXHIBIT
"A„
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
NON -CONSTRUCTION
ADVANCE FUNDING AGREEMENT
FOR AN
ON SYSTEM AND OFF SYSTEM
INTELLIGENT TRANSPORTATION SYSTEMS (ITS) DEPLOYMENT PROJECT
THIS AGREEMENT is made by and between the State of Texas, acting by and through the
Texas Department of Transportation (TxDOT), called the "State", and City of Round Rock and
Williamson County, acting by and through its duly authorized officials, called collectively the
"Local Governments."
BACKGROUND
Federal law establishes federally funded programs for transportation improvements to
implement its public purposes, including the Intelligent Transportation System Deployment
Program. Federal and state laws require local governments to meet certain contract standards
relating to the management and administration of State and Federal funds. The Texas
Transportation Commission passed Minute Order Number 108577& 108995, which provides
for development of and funding for the Project identified in this agreement. The Governing
Body of the Local Governments has approved entering into this agreement by resolution or
ordinance dated , 2013, & dated 2013, which is attached to and
made part of this agreement as Attachment A.
NOW THEREFORE, the State and the Local Governments agree as follows:
AGREEMENT
Period of the Agreement
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed. This agreement shall remain in effect until the close of ordinary
business on August 31, 2014.
2. Scope of Work
The Scope of Work is the Project as detailed in Attachment B, which is attached to and
made part of this agreement.
3. Local Project Sources and Uses of Funds
A. The total estimated cost of the Project is shown in Attachment C — Project Budget
Estimate, which is attached and made part of this agreement. The State will pay for
AFA-AFA_Non-Construction Page 1 of 8 Revised 05/07/2012
B.
C.
-93
E.
F.
G.
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
only those Project costs that have been approved by the Texas Transportation
Commission. The State and the Federal Government will not reimburse the Local
Governments for any work performed before federal spending authority is formally
obligated to the Project by the Federal Highway Administration (FHWA). After federal
funds have been obligated, the State will send to the Local Governments a copy of the
formal documentation showing the obligation of funds including federal award
information. The Local Governments are responsible for one hundred percent (100%) of
the cost of any work performed under its direction or control before the federal spending
authority is formally obligated.
If the Local Governments will perform any work under this contract for which
reimbursement will be provided by or through the State, the Local Governments must
complete training before a federal spending authority is obligated. Training is complete
when at least one individual from each local government who is working actively and
directly on the Project successfully completes and receives a certificate for the course
entitled Local Government Project Procedures Qualification for the Texas Department
of Transportation. The Local Governments shall provide the certificate of qualification to
the State. The individual who receives the training certificate may be an employee of
the Local Governments or an employee of a firm that has been contracted by the Local
Governments to perform oversight of the Project. The State in its discretion may deny
reimbursement if the Local Governments have not designated a qualified individual to
oversee the Project.
The State will be responsible for securing the Federal and State share of the funding
required for the Project. If the Local Governments is due funds for expenses incurred,
these funds will be reimbursed to the Local Governments on a cost basis.
The Local Governments will be responsible for all non-federal and non -state
participation costs associated with the Project, including any overruns in excess of the
approved local Project budget. If the State determines that additional funding by the
Local Governments is required at any time during the Project, the State will notify the
Local Governments in writing. The Local Governments shall make payment to the
State within thirty (30) days from receipt of the State's written notification.
The State will not pay interest on any funds provided by the Local Governments.
The Local Governments are authorized to submit requests for reimbursement by
submitting the original of an itemized invoice in a form and containing all items required
by the State no more frequently than monthly, and no later than ninety (90) days after
costs are incurred. If the Local Governments submits invoices more than ninety (90)
days after the costs are incurred, and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Governments for those costs.
Whenever funds are paid by the Local Governments to the State under this agreement,
the Local Governments shall remit a check or warrant made payable to the "Texas
Department of Transportation Trust Fund." The check or warrant shall be deposited by
the State in an escrow account to be managed by the State. These funds may only be
applied to the Project. Upon completion of the Project, the State will perform an audit of
the Project costs. Any funds due by the Local Governments, the State, or the Federal
Government will be promptly paid by the owing party. After final Project accounting, if
excess funds remain in the escrow account, those funds may be applied by the State to
AFA-AFA_Non-Construction Page 2 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
the Local Government's contractual obligations to the State under another advance
funding agreement with approval by appropriate personnel of the Local Governments.
H. If the Project has been approved for a fixed price or incremental payments under 43
TAC §15.52, Attachment C will clearly state the amount of the fixed price or the
incremental payment schedule. If the Local governments are an Economically
Disadvantaged County and if the State has approved adjustments to the standard
financing arrangement, Attachment C will reflect those adjustments.
I. The state auditor may conduct an audit or investigation of any entity receiving funds
from the State directly under this agreement or indirectly through a subcontract under
this agreement. Acceptance of funds directly under this agreement or indirectly through
a subcontract under this agreement acts as acceptance of the authority of the state
auditor, under the direction of the legislative audit committee, to conduct an audit or
investigation in connection with those funds. An entity that is the subject of an audit or
investigation must provide the state auditor with access to any information the state
auditor considers relevant to the investigation or audit.
J. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
4. Termination
This agreement may be terminated:
A. By mutual consent of the parties;
B. By one party because of a material breach by the other party, in which case the
breaching party shall pay any costs incurred because of the breach;
C. By the State if the Local Governments elect not to provide its share of funding, in which
case the Local Governments shall pay for the State's reasonable actual costs during the
Project; or
D. If the project is inactive for thirty-six (36) months or longer and no expenditures have
been charged against federal funds.
5. Amendments
Amendments to this agreement shall be in writing and shall be executed by both parties.
6. Remedies
This agreement shall not be considered as specifying the exclusive remedy for any default.
All legal remedies may be pursued by either party and shall be cumulative.
7. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
AFA-AFA_Non-Construction Page 3 of 8 Revised 05/07/2012
Local Government:
City of Round Rock
Mayor
221 East Main Street
Round Rock, TX 78664
Williamson County
c/o County Judge
710 Main St., Suite 101
Georgetown, TX 78626
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
State:
Director of Contract Services
Texas Department of Transportation
125 E. 11'h Street
Austin, Texas 78701
All notices shall be deemed given on the date delivered in person or deposited in the mail,
unless otherwise provided by this agreement. Either party may change the above address
by sending written notice of the change to the other party. Either party may request in
writing that notices shall be delivered personally or by certified U.S. mail, and that request
shall be carried out by the other party.
8. Legal Construction
If any provision in this agreement is for any reason held to be invalid, illegal, or
unenforceable in any respect, that invalidity, illegality, or unenforceability shall not affect
any other provision of this agreement. In that case, this agreement shall be construed as if
the invalid, illegal, or unenforceable provision had never been contained in it.
9. Responsibilities of the Parties
Each party acknowledges that it is not an agent, servant, or employee of the other party.
Each party is responsible for its own acts and deeds and for those of its agents, servants,
or employees.
10. Ownership of Documents
Upon completion or termination of this agreement, all documents prepared by the State
shall remain the property of the State. All data prepared under this agreement shall be
made available to the State without restriction or limitation on further use. All documents
produced or approved or otherwise created by the Local Governments shall be transmitted
to the State in the form of photocopy reproduction on a monthly basis as required by the
State. The originals shall remain the property of the Local Governments.
11. Compliance with Laws
The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules,
and regulations and with the orders and decrees of any courts or administrative bodies or
tribunals in any manner affecting the performance of this agreement. After receiving a
written request from the State, the Local Governments shall furnish the State with
satisfactory proof of its compliance with this Article.
12. Sole Agreement
This agreement supersedes any prior understandings or written or oral agreements
respecting the subject matter of this agreement.
AFA-AFA_Non-Construction Page 4 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
13. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the Cost
Principles established in OMB Circular A-87 that specify that all reimbursed costs are
allowable, reasonable, and allocable to the Project.
14. Procurement and Property Management Standards
The parties shall comply with the procurement standards established in 49 CFR §18.36 the
property management standard established in 49 CFR §18.32.
15. Inspection of Books and Records
The parties shall maintain all books, documents, papers, accounting records, and other
documentation relating to costs incurred under this agreement and shall make those
materials available to the State and the Local Governments. If the agreement involves
federal funds, the same materials shall be made available to the FHWA, the U.S. Office of
the Inspector General, and their authorized representatives for review and inspection.
Records shall be maintained for four (4) years from the termination of this agreement or
until any related litigation or claims are resolved, whichever is later. Additionally, the State,
the Local Governments, the FHWA, and their duly authorized representatives shall have
access to all the governmental records that are directly applicable to this agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
16. Civil Rights Compliance
The Local Governments shall comply with the regulations of the U.S. Department of
Transportation (DOT) as they relate to non-discrimination, 49 CFR Part 21 and
23 Part 200, and with Executive Order 11246, as amended by Executive Order 11375 and
supplemented in the Department of Labor Regulations (41 CFR Part 60).
17. Disadvantaged Business Enterprise (DBE) Program Requirements
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
B. The Local Governments shall adopt, in its totality, the State's federally approved DBE
program.
C. The Local Governments shall set an appropriate DBE goal consistent with the State's
DBE guidelines and in consideration of the local market, project size, and nature of the
goods or services to be acquired. The Local Governments shall have final decision-
making authority regarding the DBE goal and shall be responsible for documenting its
actions.
D. The Local Governments shall follow all other parts of the State's DBE program
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
Adoption of the Texas Department of Transportation's Federally -Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web address
http://txdot.gov/business/business outreach/mou.htm.
E. The Local Governments shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any U.S. Department of Transportation
(DOT) -assisted contract or in the administration of its DBE program or the requirements
of 49 CFR Part 26. The Local Governments shall take all necessary and reasonable
AFA-AFA Non -Construction Page 5 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of
DOT -assisted contracts. The State's DBE program, as required by 49 CFR Part 26 and
as approved by DOT, is incorporated by reference in this agreement. Implementation of
this program is a legal obligation and failure to carry out its terms shall be treated as a
violation of this agreement. Upon notification to the Local Governments of its failure to
carry out its approved program, the State may impose sanctions as provided for under
49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et
seq.).
F. Each contract the Local Governments signs with a contractor (and each subcontract the
prime contractor signs with a sub -contractor) must include the following assurance: The
contractor, sub -recipient, or sub -contractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall
carry out applicable requirements of 49 CFR Part 26 in the award and administration of
DOT -assisted contracts. Failure by the contractor to carry out these requirements is a
material breach of this agreement, which may result in the termination of this agreement
or such other remedy as the recipient deems appropriate.
18. 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." By
executing this agreement, the Local Governments certifies that it is not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, and further certifies that it will not do business
with any party that is currently debarred, suspended, or otherwise excluded from or
ineligible for participation in Federal Assistance Programs under Executive Order 12549.
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.
19. Lobbying Certification
In executing this agreement, each signatory certifies to the best of that signatory's
knowledge and belief, that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of the
parties to any person for influencing or attempting to influence an officer or employee of
any federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any federal contract, grant, loan, or cooperative
agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with federal contracts, grants, loans, or cooperative
AFA-AFA_Non-Construction Page 6 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
agreements, the signatory for the Local Governments shall complete and submit the
Federal Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
C. The parties shall require that the language of this certification shall be included in the
award documents for all sub -awards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and all sub -recipients shall
certify and disclose accordingly. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person
who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
20. Federal Funding Accountability and Transparency Act Requirements
A. Any recipient of funds under this agreement agrees to comply with the Federal Funding
Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR
Part 170, including Appendix A. This agreement is subject to the following award terms-
http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and
http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf.
B. The Local Governments agree that it shall -
1 .
hall:1. Obtain and provide to the State a Central Contracting Registry (CCR) number
(Federal Acquisition Regulation, Part 4, Sub -part 4.1100) if this award provides for
more than $25,000 in Federal funding. The CCR number may be obtained by
visiting the CCR web -site whose address is: https://www.bpn.gov/ccr/default.aspx-,
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine -character number that allows the federal government to track
the distribution of federal money. The DUNS number may be requested free of
charge for all businesses and entities required to do so by visiting the Dun &
Bradstreet on-line registration website http://fedgov.dnb.com/webform-, and
3. Report the total compensation and names of its top five (5) executives to the State
if:
i. More than 80% of annual gross revenues are from the Federal government, and
those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting to the
U.S. Securities and Exchange Commission.
21. Single Audit Report
A. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-
502, ensuring that the single audit report includes the coverage stipulated in OMB
Circular A-133.
B. If threshold expenditures of $500,000 or more are met during the Local Governments'
fiscal year, the Local Governments must submit a Single Audit Report and Management
Letter (if applicable) to TxDOT's Audit Office, 125 East 11th Street, Austin, TX 78701 or
contact TxDOT's Audit Office at http://www.txdot.gov/contact us/audit.htm.
C. If expenditures are less than $500,000 during the Local Governments' fiscal year, the
Local Governments must submit a statement to TxDOT's Audit Office as follows: "We
AFA-AFA_Non-Construction Page 7 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
did not meet the $500,000 expenditure threshold and therefore, are not required to
have a single audit performed for FY "
D. For each year the project remains open for federal funding expenditures, the Local
Governments will be responsible for filing a report or statement as described above.
The required annual filing shall extend throughout the life of the agreement, unless
otherwise amended or the project has been formally closed out and no charges have
been incurred within the current fiscal year.
22. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
agreement on behalf of the entity represented.
THIS AGREEMENT IS EXECUTED by the State and the Local Governments in triplicate.
THE LOCAL GOVERNMENTS
Signature
Typed or Printed Name
Title
Date
THE STATE OF TEXAS
Janice Mullenix
Director of Contract Services
Texas Department of Transportation
Date
Signature
Typed or Printed Name
Title
Date
AFA-AFA_Non-Construction Page 8 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT A
RESOLUTION OR ORDINANCE
AFA-AFA_Non-Construction Page 1 of 1 Attachment A
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT B
SCOPE OF WORK
Williamson County shall furnish, install, implement, integrate, and maintain Computer Aided Dispatch
(CAD) software with TxDOT Center to Center (C2C) communication capability, based on National
Transportation Communications For ITS Protocol (NTCIP) to support the following:
Williamson County shall integrate the TxDOT freeway corridor traffic management system with Local
Governments CAD system in order to electronically share roadway incident information. Integration of
these systems will provide each jurisdiction's operators at the different dispatch centers with the
information needed to give a quicker and accurate response.
Williamson County shall provide all CAD software training for both Local Governments and TxDOT
engineering and maintenance staff during each aspect of implementation and system operations.
The City of Round Rock will furnish and integrate communications equipment (optical cable, network
terminating equipment) needed to support the exchange of information between CAD systems. The
communications and hardware equipment for the City of Round Rock will be installed at their
Computer Aided Dispatch Center, located (off system) at 2701 N. Mays Street, Round Rock, TX. The
communications and hardware equipment for Williamson County will be installed at their new facility
located (off system) at 911 Tracy Chambers Lane, Georgetown, TX. The communications and
hardware equipment to connect to TxDOT IH35 duct bank system will be (on system) at IH35, south
of SH45.
Williamson County and the City of Round Rock with the assistance of TxDOT will work together to
provide a summary report, within 90 days of software and equipment implementation, evaluating the
benefits of the project.
AFA-AFA_Non-Construction Page 1 of 1 Attachment B
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT C
PROJECT BUDGET ESTIMATE
Costs will be allocated based on 50% Federal funding and 50% State participation. The Local
Government will then be responsible for 100% of the costs.
FY03 Communication Integration City
Total
Federal
State
City of
Williamson
Description
Estimated-
Participation
Participation
Round Rock
Count
0%
Cost
%
Cost
%
Cost
%
Cost
%I
cost
FY01 CAD Software Integration
$614,375
50%$2,500
$740,568
0%$0
$0
0%$0
$0
Subtotal: City of Round Rock
$831,942
Williamson County
$386,808
50%
$193,404
50%
$193,404
0%
$0
0%
$0
Work Performed by State
(Standard Plan)
$5,000
50%$2,500
50%$2,500
0%$0
0%$0
Work Performed by
Williamson County - Summary
$5,000
50%$2,500
50%$2,500
o°i°
$0
0%$0
Subtotal: Williamson County
$396,808
50%
$198,404 1
50%
$198,404.
0%
$t)
0%
$0
FY03 Communication Integration City
$826,942
50%$413,471
$0
50%$413,471
$36,863
0%$0
$0
0%$p
$0
of Round Rock
$89,330
0%
$0
100%
$89,330
0%
$0
0%
$0
Work performed by
Cit of Round Rock - Summary$5,000
$1,354,943
50%$2,500
$614,375
50%$2,500
$740,568
0%$0
$0
0%$0
$0
Subtotal: City of Round Rock
$831,942
50%
$415,971
50%
$415,971
0%
$0
0%
$0
Direct State Costs 3%
$36,863
0%
$0
100%
$36,863
0%
$0
0%
$0
Indirect State Costs 7.27%
$89,330
0%
$0
100%
$89,330
0%
$0
0%
$0
TOTAL
$1,354,943
45°i°
$614,375
55%
$740,568
0%
$0
0%
$0
Local Government's Participation=$0
This is an estimate. The final amount of Local Government participation will be based on actual
costs.
AFA-AFA_Non-Construction Page 1 of 1 Attachment C
City of Round Rock
ROUNDROQCTfXAS
nnro¢ r,�swn rromen�rr
Agenda Item Summary
Agenda Number: G4.
Title: Consider a resolution authorizing the Mayor to execute an Advanced
Funding Agreement with TxDOT for an Intelligent Transportation System
Deployment Project.
Type: Resolution
Governing Body: City Council
Agenda Date: 3/14/2013
Dept Director: Brooks Bennett, Chief Information Officer
Cost: $831,942.00
Indexes:
Attachments: Resolution, Exhibit "A"
Text of Legislative File 13-066
The goal of the Intelligent Transportation System Deployment Project is to share transportation
incident data between the City of Round Rock, Williamson County and the Texas Department of
Transportation (TxDOT). Funding for this project is being provided through a TxDOT administered
grant with matching State and Federal funds.
The City's up -front portion of the project is estimated at $831,942. Reimbursement to the City will be
in the form of $415,971 from the State of Texas and $415,971 from the Federal Government.
Ultimately, this brings the City of Round Rock's local participation cost to $0. The City will pay the
contracted vendor using general self -financed construction funds. As invoices are paid by the City to
the contractor, proof of payment will be delivered to the State, which will then reimburse the City
100% of qualifying costs within 30 days. Ultimately, this brings the City of Round Rock's local
participation cost to $0.
The City of Round Rock will furnish and integrate the communications cabling and equipment
needed to support the exchange of information. Communications and hardware equipment for the
City of Round Rock will be installed in the Police Department datacenter. Communications and
hardware equipment for Williamson County will be installed in their facility located at 911 Tracy
Chambers Lane, Georgetown, TX. Communications and hardware equipment to connect to TxDOT
will be installed in a duct bank located at IH -35, south of SH -45.
A portion of the fiber capacity put in place through this project will be available for non -transportation
related City of Round Rock business.
Staff recommends approval
City of Round Rock Page 1 Printed on 3/1412013
p Jn
� � z
LLJ O
w (D � J
LLJ 0 0
�-
STATE OF TEXAS §
COUNTY OF TRAVIS §
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
NON -CONSTRUCTION
ADVANCE FUNDING AGREEMENT
FOR AN
ON SYSTEM AND OFF SYSTEM
INTELLIGENT TRANSPORTATION SYSTEMS (ITS) DEPLOYMENT PROJECT
THIS AGREEMENT is made by and between the State of Texas, acting by and through the
Texas Department of Transportation (TxDOT), called the "State", and City of Round Rock and
Williamson County, acting by and through its duly authorized officials, called collectively the
"Local Governments."
BACKGROUND
Federal law establishes federally funded programs for transportation improvements to
implement its public purposes, including the Intelligent Transportation System Deployment
Program. Federal and state laws require local governments to meet certain contract standards
relating to the management and administration of State and Federal funds. The Texas
Transportation Commission passed Minute Order Number 108577& 108995, which provides
for development of and funding for the Project identified in this agreement. The Governing
Body of the Local Governments has approved entering into this agreement by resolution or
-ei:diman a dated MaLM4 tj , 2013, &dated 2613, which is attached to and
made part of this agreement as Attachment AlALA M60 -r
NOW THEREFORE, the State and the Local Governments agree as follows:
AGREEMENT
1. Period of the Agreement
This agreement becomes effective when signed by the last party whose signing makes the
agreement fully executed. This agreement shall remain in effect until the close of ordinary
business on August 31, 2014.
2. Scope of Work
The Scope of Work is the Project as detailed in Attachment B, which is attached to and
made part of this agreement.
3. Local Project Sources and Uses of Funds
A. The total estimated cost of the Project is shown in Attachment C — Project Budget
Estimate, which is attached and made part of this agreement. The State will pay for
AFA-AFA_Non-Construction Page 1 of 8 Revised 05/07/2012
12 -112;143A* -r d-
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
only those Project costs that have been approved by the Texas Transportation
Commission. The State and the Federal Government will not reimburse the Local
Governments for any work performed before federal spending authority is formally
obligated to the Project by the Federal Highway Administration (FHWA). After federal
funds have been obligated, the State will send to the Local Governments a copy of the
formal documentation showing the obligation of funds including federal award
information. The Local Governments are responsible for one hundred percent (100%) of
the cost of any work performed under its direction or control before the federal spending
authority is formally obligated.
B. If the Local Governments will perform any work under this contract for which
reimbursement will be provided by or through the State, the Local Governments must
complete training before a federal spending authority is obligated. Training is complete
when at least one individual from each local government who is working actively and
directly on the Project successfully completes and receives a certificate for the course
entitled Local Government Project Procedures Qualification for the Texas Department
of Transportation. The Local Governments shall provide the certificate of qualification to
the State. The individual who receives the training certificate may be an employee of
the Local Governments or an employee of a firm that has been contracted by the Local
Governments to perform oversight of the Project. The State in its discretion may deny
reimbursement if the Local Governments have not designated a qualified individual to
oversee the Project.
C. The State will be responsible for securing the Federal and State share of the funding
required for the Project. If the Local Governments is due funds for expenses incurred,
these funds will be reimbursed to the Local Governments on a cost basis.
D. The Local Governments will be responsible for all non-federal and non -state
participation costs associated with the Project, including any overruns in excess of the
approved local Project budget. If the State determines that additional funding by the
Local Governments is required at any time during the Project, the State will notify the
Local Governments in writing. The Local Governments shall make payment to the
State within thirty (30) days from receipt of the State's written notification.
E. The State will not pay interest on any funds provided by the Local Governments.
F. The Local Governments are authorized to submit requests for reimbursement by
submitting the original of an itemized invoice in a form and containing all items required
by the State no more frequently than monthly, and no later than ninety (90) days after
costs are incurred. If the Local Governments submits invoices more than ninety (90)
days after the costs are incurred, and if federal funding is reduced as a result, the State
shall have no responsibility to reimburse the Local Governments for those costs.
G. Whenever funds are paid by the Local Governments to the State under this agreement,
the Local Governments shall remit a check or warrant made payable to the "Texas
Department of Transportation Trust Fund." The check or warrant shall be deposited by
the State in an escrow account to be managed by the State. These funds may only be
applied to the Project. Upon completion of the Project, the State will perform an audit of
the Project costs. Any funds due by the Local Governments, the State, or the Federal
Government will be promptly paid by the owing party. After final Project accounting, if
excess funds remain in the escrow account, those funds may be applied by the State to
AFA-AFA_Non-Construction Page 2 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
the Local Government's contractual obligations to the State under another advance
funding agreement with approval by appropriate personnel of the Local Governments.
H. If the Project has been approved for a fixed price or incremental payments under 43
TAC §15.52, Attachment C will clearly state the amount of the fixed price or the
incremental payment schedule. If the Local governments are an Economically
Disadvantaged County and if the State has approved adjustments to the standard
financing arrangement, Attachment C will reflect those adjustments.
I. The state auditor may conduct an audit or investigation of any entity receiving funds
from the State directly under this agreement or indirectly through a subcontract under
this agreement. Acceptance of funds directly under this agreement or indirectly through
a subcontract under this agreement acts as acceptance of the authority of the state
auditor, under the direction of the legislative audit committee, to conduct an audit or
investigation in connection with those funds. An entity that is the subject of an audit or
investigation must provide the state auditor with access to any information the state
auditor considers relevant to the investigation or audit.
J. Payment under this contract beyond the end of the current fiscal biennium is subject to
availability of appropriated funds. If funds are not appropriated, this contract shall be
terminated immediately with no liability to either party.
4. Termination
This agreement may be terminated:
A. By mutual consent of the parties;
B. By one party because of a material breach by the other party, in which case the
breaching party shall pay any costs incurred because of the breach;
C. By the State if the Local Governments elect not to provide its share of funding, in which
case the Local Governments shall pay for the State's reasonable actual costs during the
Project; or
D. If the project is inactive for thirty-six (36) months or longer and no expenditures have
been charged against federal funds.
5. Amendments
Amendments to this agreement shall be in writing and shall be executed by both parties.
6. Remedies
This agreement shall not be considered as specifying the exclusive remedy for any default.
All legal remedies may be pursued by either party and shall be cumulative.
7. Notices
All notices to either party shall be delivered personally or sent by certified or U.S. mail,
postage prepaid, addressed to that party at the following address:
AFA-AFA_Non-Construction Page 3 of 8 Revised 05/07/2012
Local Government:
City of Round Rock
Mayor
221 East Main Street
Round Rock, TX 78664
Williamson County
c/o County Judge
710 Main St., Suite 101
Georgetown, TX 78626
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
State:
Director of Contract Services
Texas Department of Transportation
125 E. 11 h Street
Austin, Texas 78701
All notices shall be deemed given on the date delivered in person or deposited in the mail,
unless otherwise provided by this agreement. Either party may change the above address
by sending written notice of the change to the other party. Either party may request in
writing that notices shall be delivered personally or by certified U.S. mail, and that request
shall be carried out by the other party.
8. Legal Construction
If any provision in this agreement is for any reason held to be invalid, illegal, or
unenforceable in any respect, that invalidity, illegality, or unenforceability shall not affect
any other provision of this agreement. In that case, this agreement shall be construed as if
the invalid, illegal, or unenforceable provision had never been contained in it.
9. Responsibilities of the Parties
Each party acknowledges that it is not an agent, servant, or employee of the other party.
Each party is responsible for its own acts and deeds and for those of its agents, servants,
or employees.
10. Ownership of Documents
Upon completion or termination of this agreement, all documents prepared by the State
shall remain the property of the State. All data prepared under this agreement shall be
made available to the State without restriction or limitation on further use. All documents
produced or approved or otherwise created by the Local Governments shall be transmitted
to the State in the form of photocopy reproduction on a monthly basis as required by the
State. The originals shall remain the property of the Local Governments.
11. Compliance with Laws
The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules,
and regulations and with the orders and decrees of any courts or administrative bodies or
tribunals in any manner affecting the performance of this agreement. After receiving a
written request from the State, the Local Governments shall furnish the State with
satisfactory proof of its compliance with this Article.
12. Sole Agreement
This agreement supersedes any prior understandings or written or oral agreements
respecting the subject matter of this agreement.
AFA-AFA_Non-Construction Page 4 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
13. Cost Principles
In order to be reimbursed with federal funds, the parties shall comply with the Cost
Principles established in OMB Circular A-87 that specify that all reimbursed costs are
allowable, reasonable, and allocable to the Project.
14. Procurement and Property Management Standards
The parties shall comply with the procurement standards established in 49 CFR §18.36 the
property management standard established in 49 CFR §18.32.
15. Inspection of Books and Records
The parties shall maintain all books, documents, papers, accounting records, and other
documentation relating to costs incurred under this agreement and shall make those
materials available to the State and the Local Governments. If the agreement involves
federal funds, the same materials shall be made available to the FHWA, the U.S. Office of
the Inspector General, and their authorized representatives for review and inspection.
Records shall be maintained for four (4) years from the termination of this agreement or
until any related litigation or claims are resolved, whichever is later. Additionally, the State,
the Local Governments, the FHWA, and their duly authorized representatives shall have
access to all the governmental records that are directly applicable to this agreement for the
purpose of making audits, examinations, excerpts, and transcriptions.
16. Civil Rights Compliance
The Local Governments shall comply with the regulations of the U.S. Department of
Transportation (DOT) as they relate to non-discrimination, 49 CFR Part 21 and
23 Part 200, and with Executive Order 11246, as amended by Executive Order 11375 and
supplemented in the Department of Labor Regulations (41 CFR Part 60).
17. Disadvantaged Business Enterprise (DBE) Program Requirements
A. The parties shall comply with the Disadvantaged Business Enterprise Program
requirements established in 49 CFR Part 26.
B. The Local Governments shall adopt, in its totality, the State's federally approved DBE
program.
C. The Local Governments shall set an appropriate DBE goal consistent with the State's
DBE guidelines and in consideration of the local market, project size, and nature of the
goods or services to be acquired. The Local Governments shall have final decision-
making authority regarding the DBE goal and shall be responsible for documenting its
actions.
D. The Local Governments shall follow all other parts of the State's DBE program
referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the
Adoption of the Texas Department of Transportation's Federally -Approved
Disadvantaged Business Enterprise by Entity, and attachments found at web address
http://txdot.gov/business/business outreach/mou.htm.
E. The Local Governments shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any U.S. Department of Transportation
(DOT) -assisted contract or in the administration of its DBE program or the requirements
of 49 CFR Part 26. The Local Governments shall take all necessary and reasonable
AFA-AFA_Non-Construction Page 5 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
steps under 49 CFR Part 26 to ensure non-discrimination in award and administration of
DOT -assisted contracts. The State's DBE program, as required by 49 CFR Part 26 and
as approved by DOT, is incorporated by reference in this agreement. Implementation of
this program is a legal obligation and failure to carry out its terms shall be treated as a
violation of this agreement. Upon notification to the Local Governments of its failure to
carry out its approved program, the State may impose sanctions as provided for under
49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. 1001 and the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et
seq.).
F. Each contract the Local Governments signs with a contractor (and each subcontract the
prime contractor signs with a sub -contractor) must include the following assurance: The
contractor, sub -recipient, or sub -contractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor shall
carry out applicable requirements of 49 CFR Part 26 in the award and administration of
DOT -assisted contracts. Failure by the contractor to carry out these requirements is a
material breach of this agreement, which may result in the termination of this agreement
or such other remedy as the recipient deems appropriate.
18. 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." By
executing this agreement, the Local Governments certifies that it is not currently debarred,
suspended, or otherwise excluded from or ineligible for participation in Federal Assistance
Programs under Executive Order 12549, and further certifies that it will not do business
with any party that is currently debarred, suspended, or otherwise excluded from or
ineligible for participation in Federal Assistance Programs under Executive Order 12549.
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.
19. Lobbying Certification
In executing this agreement, each signatory certifies to the best of that signatory's
knowledge and belief, that:
A. No federal appropriated funds have been paid or will be paid by or on behalf of the
parties to any person for influencing or attempting to influence an officer or employee of
any federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any federal contract, grant, loan, or cooperative
agreement.
B. If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with federal contracts, grants, loans, or cooperative
AFA-AFA_Non-Construction Page 6 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
agreements, the signatory for the Local Governments shall complete and submit the
Federal Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
C. The parties shall require that the language of this certification shall be included in the
award documents for all sub -awards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and all sub -recipients shall
certify and disclose accordingly. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person
who fails to file the required certification shall be subject to a civil penalty of not less
than $10,000 and not more than $100,000 for each such failure.
20. Federal Funding Accountability and Transparency Act Requirements
A. Any recipient of funds under this agreement agrees to comply with the Federal Funding
Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR
Part 170, including Appendix A. This agreement is subject to the following award terms:
http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and
http: //edocket. access. gpo.gov/201 0/pdf/201 0-22706. pdf.
B. The Local Governments agree that it shall:
1. Obtain and provide to the State a Central Contracting Registry (CCR) number
(Federal Acquisition Regulation, Part 4, Sub -part 4.1100) if this award provides for
more than $25,000 in Federal funding. The CCR number may be obtained by
visiting the CCR web -site whose address is: https://www.bpn.gov/ccr/default.aspx;
2. Obtain and provide to the State a Data Universal Numbering System (DUNS)
number, a unique nine -character number that allows the federal government to track
the distribution of federal money. The DUNS number may be requested free of
charge for all businesses and entities required to do so by visiting the Dun &
Bradstreet on-line registration website http://fedgov.dnb.com/webform; and
3. Report the total compensation and names of its top five (5) executives to the State
if:
i. More than 80% of annual gross revenues are from the Federal government, and
those revenues are greater than $25,000,000; and
ii. The compensation information is not already available through reporting to the
U.S. Securities and Exchange Commission.
21. Single Audit Report
A. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-
502, ensuring that the single audit report includes the coverage stipulated in OMB
Circular A-133.
B. If threshold expenditures of $500,000 or more are met during the Local Governments'
fiscal year, the Local Governments must submit a Single Audit Report and Management
Letter (if applicable) to TxDOT's Audit Office, 125 East 11 th Street, Austin, TX 78701 or
contact TxDOT's Audit Office at http://www.txdot.gov/contact us/audit.htm.
C. If expenditures are less than $500,000 during the Local Governments' fiscal year, the
Local Governments must submit a statement to TxDOT's Audit Office as follows: "We
AFA-AFA_Non-Construction Page 7 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
did not meet the $500,000 expenditure threshold and therefore, are not required to
have a single audit performed for FY "
D. For each year the project remains open for federal funding expenditures, the Local
Governments will be responsible for filing a report or statement as described above.
The required annual filing shall extend throughout the life of the agreement, unless
otherwise amended or the project has been formally closed out and no charges have
been incurred within the current fiscal year.
22. Signatory Warranty
Each signatory warrants that the signatory has necessary authority to execute this
agreement on behalf of the entity represented.
THIS AGREEMENT IS EXECUTED by the State and the Local Governments in triplicate.
THE LOCAL GOVERNMENTS
Signature
Typed or Printed Name
612
Title
v2 - y 9 -1,J/,F
Date
THE STA OF TEXA
Kenneth Stewart
Deputy Director of Contract Services
Texas Department of Transportation
Date
Signature
Typed or Printed Name
N4wQ-
Title
3 .
Date
AFA-AFA_Non-Construction Page 8 of 8 Revised 05/07/2012
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT A
RESOLUTION OR ORDINANCE
AFA-AFA_Non-Construction Page 1 of 1 Attachment A
RESOLUTION NO. R -13-03-14-G4
WHEREAS, Chapter 791 of the Texas Government Code, V.T.C.A., authorizes local
governments and agencies of the state to enter into agreements with one another to perform
governmental functions and services, and
WHEREAS, the City of Round Rock wishes to enter into a Non -Construction Advance
Funding Agreement for an on System And Off System Intelligent Transportation Systems (ITS)
Deployment Project ("Agreement") with the State of Texas, acting through the Texas Department of
Transportation to share transportation incident data, 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 said
Agreement, 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 14th day of March, 2013.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:Katt
SARA L. WHITE, City Clerk
Oiwdox\SCC1nts\0112\ 1304\MUNICIPAL\00269642. DOC/rim
Minutes
G C
r �
WILLIAMSON
COUNTY
1818
Page 1 of 13
MINUTES OF THE WILLIAMSON COUNTY COMMISSIONERS' COURT MEETING
FEBRUARY 26, 2013
STATE OF TEXAS)(
COUNTY OF WILLIAMSON )(
BE IT REMEMBERED that at 9:35 A.M. on TUESDAY, FEBRUARY 26, 2013, a
REGULAR SESSION of the Commissioners' Court of Williamson County, Texas, was
held with the following being present, to -wit:
Present: County Judge Dan A. Gattis
Commissioner Precinct 1 Lisa Birkman
Commissioner Precinct 2 Cynthia Long
Commissioner Precinct 3 Valerie Covey
Commissioner Precinct 4 Ron Morrison
County Clerk Nancy E. Rister
Staff Present: Hal Hawes, Legal Advisor to Commissioners' Court
Carolyn Deibler, Deputy County Clerk
1. Review and approval of minutes.
Motion by: Commissioner Precinct 2 Cynthia Long
Second by: Commissioner Precinct 3 Valerie Covey
Motion: To approve the Minutes of the Special Session of Commissioners'
Court on Friday, February 15, 2013, the Regular Session of
Commissioners' Court on Tuesday, February 19, 2013, and the Special
Session of Commissioners' Court on Friday, February 22, 2013.
Aye: County Judge Dan A. Gattis
Commissioner Precinct 1 Lisa Birkman
Commissioner Precinct 2 Cynthia Long
Commissioner Precinct 3 Valerie Covey
Commissioner Precinct 4 Ron Morrison
2. Consider noting in minutes any off right-of-way work on any County road
done by Road & Bridge Division.
No action was taken on this item.
https:llagenda. wilco.org/frs/publish/print_mi nutes. cfm?seq=940&mode=External&reloade... 3/26/2013
Minutes
Aye: County Judge Dan A. Gattis
Commissioner Precinct 1 Lisa Birkman
Commissioner Precinct 2 Cynthia Long
Commissioner Precinct 3 Valerie Covey
Commissioner Precinct 4 Ron Morrison
Page 6 of 13
18. Discuss and take appropriate action regarding ESO Payments for year 2013.
Legal Advisor to Commissioners' Court Hal Hawes and Peggy Vasquez, Executive
Assistant to the County Judge, addressed the Court. No action was taken on this
item.
19. Discuss and take appropriate action regarding RFP process for public
involvement firm.
This item was moved to Executive Session where no action was taken.
20. Discuss and take appropriate action on an Advance Funding Agreement
between Williamson County, the City of Round Rock and TXDOT for a CAD
incident data sharing project.
Director of GIS/Addressing Richard Semple, Legal Advisor to Commissioners'
Court Hal Hawes, and First Assistant County Auditor Julie Kiley addressed the
Court.
Motion by: Commissioner Precinct 2 Cynthia Long
Second by: County Judge Dan A. Gattis
Motion: To approve an Advance Funding Agreement between Williamson
County, the City of Round Rock, and Texas Department of Transportation
(TxDOT) for a Computer Aided Dispatch (CAD) incident data sharing
project; with all subsequent contracts to come before the Court.
Aye: County Judge Dan A. Gattis
Commissioner Precinct 1 Lisa Birkman
Commissioner Precinct 2 Cynthia Long
Commissioner Precinct 3 Valerie Covey
Commissioner Precinct 4 Ron Morrison
21. Discuss and consider approving a master agreement with Kronos for the
purchase of software, hardware and professional educational services.
Senior Director of Technology Services Jay Schade and Legal Advisor to
Commissioners' Court Hal Hawes addressed the Court.
Motion by: Commissioner Precinct 3 Valerie Covey
Second by: Commissioner Precinct 2 Cynthia Long
Motion: To approve a master agreement with Kronos for the purchase of
software, hardware, and professional educational services.
Aye: County Judge Dan A. Gattis
Commissioner Precinct 1 Lisa Birkman
https:Hagenda. wi lco.org/frs/publ ishlprint_minutes.cfm?seq=940&mode=External&reloade... 3/26/2013
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT B
SCOPE OF WORK
Williamson County shall furnish, install, implement, integrate, and maintain Computer Aided Dispatch
(CAD) software with TxDOT Center to Center (C2C) communication capability, based on National
Transportation Communications For ITS Protocol (NTCIP) to support the following:
Williamson County shall integrate the TxDOT freeway corridor traffic management system with Local
Governments CAD system in order to electronically share roadway incident information. Integration of
these systems will provide each jurisdiction's operators at the different dispatch centers with the
information needed to give a quicker and accurate response.
Williamson County shall provide all CAD software training for both Local Governments and TxDOT
engineering and maintenance staff during each aspect of implementation and system operations.
The City of Round Rock will furnish and integrate communications equipment (optical cable, network
terminating equipment) needed to support the exchange of information between CAD systems. The
communications and hardware equipment for the City of Round Rock will be installed at their
Computer Aided Dispatch Center, located (off system) at 2701 N. Mays Street, Round Rock, TX. The
communications and hardware equipment for Williamson County will be installed at their new facility
located (off system) at 911 Tracy Chambers Lane, Georgetown, TX. The communications and
hardware equipment to connect to TxDOT IH35 duct bank system will be (on system) at IH35, south
of SH45.
Williamson County and the
provide a summary report,
benefits of the project.
City of Round Rock with the assistance of TxDOT will work together to
within 90 days of software and equipment implementation, evaluating the
AFA-AFA Non -Construction Page 1 of 1 Attachment 6
CSJ # 0914-00-167 & 0914-00-192
District # 14
Code Chart 64 #02100
Project: ITS Deployment Project
Federal Highway Administration
CFDA # 20.205
Not Research and Development
ATTACHMENT C
PROJECT BUDGET ESTIMATE
Costs will be allocated based on 50% Federal funding and 50% State participation. The Local
Government will then be responsible for 100% of the costs.
FY03 Communication Integration City
Total
Federal
State
City of
Williamson
Description
Estimated
Participation
Participation
Round Rock
County
%
Cost
%
Cost
%
Cost
%I
Cost
Work performed by
.dost
FY01 CAD Software Integration
$386,808
50%
$193,404
50%$193,404
$0
0%$0
$0
0%$0
Williamson County
Subtotal: City of Round Rock
$831,94250%
Work Performed by State
$5,000
50%
$2,500
50%
$2,500
0%
$0
0%
$0
(Standard Plan)
Work Performed by
$5,000
50%
$2,500
50%
$2,500
0%
$0
°
0%
$0
Williamson Count -Summa
Subfotal: Williamson County
$396,808
50%
$198,404
50%
$198,404
1 0%
$0
0%
$0
FY03 Communication Integration City
$826,942
50%
$413,471
50%
$413,471
0%
$0
0/o °
$0
of Round Rock
100%
$89,330
0%
$0 0%
$0
TOTAL $1,354,943
45%
$614,375
55%
Work performed by
$5,000
50%
$2,500
50%
$2,500
0%
$0
0%
$0
Cit of Round Rock - Summa
Subtotal: City of Round Rock
$831,94250%
$415,971
50%
$415,971
0%
$0
0%°
7$0
Direct State Costs 3% $36,863
0%
$0
100%
$36,863
0%
$0 0%
$0
Indirect State Costs 7.27% $89,330
0%
$0
100%
$89,330
0%
$0 0%
$0
TOTAL $1,354,943
45%
$614,375
55%
$740,568
0%
$0 o°Io
$0
Local Government's Participation=$0
This is an estimate. The final amount of Local Government participation will be based on actual
costs.
AFA-AFA_Non-Construction Page 1 of 1 Attachment C