Loading...
2016-257AN ORDINANCEOF OF •APPROVING AN ADVANCE FUNDING AGREEMENT BETWEEN THE CITY OF DENTON AND TEXAS 11FIEPARTMENT OF TRANSPORTATION(TXDOT), CONCERNING CITY COST 1'ARTICIPATION IN TXDOT'S•.D... •N IMPROVEMENTS PROJECT 1 -H -35E, BETWEEN STATE SCHOOL•. • ROAD AND LOOPNO, 0196-01-106) AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT; . • DECLARING WHEREAS, the City staff has been working with TxDOT staff since the Fall of 2015 to have TxDot construct grade separation improvements along I-35 E at Mayhill (add a U-turn to the west side), Brinker Rd. (add an I-35 overpass to connect Brinker Rd. to the I -35E south frontage road) and Loop 288 (replace the existing I-35 E overpass with a longer overpass to allow 4 lanes of Loop 288 in each direction to alleviate congestion at this highly congested intersection); and WHEREAS, as part of the development agreement with Buc-ee's, the developer agreed to fund a portion of the Brinker Rd. overpass, with those costs being reimbursed by the City under terms of the agreement. TxDOT has identified that total participation requirement to be $2, 148,894, as a fixed cost to the City. The developer has agreed to provide this funding to the City for transfer to TxDOT. WHEREAS, the City Council having considered the Advanced Funding Agreements that is required by TXDOT, and considering the importance of road improvements to the citizens of Denton, Texas, is of the opinion that it should approve the above -referenced Advanced Funding Agreement by and between the City and TXDOT; NOW THEREFORE SECTION 1. That the City Council hereby approves the above described Advanced Funding Agreement as set forth in Attachment A hereto. SECTION 2. That the City Manager is hereby authorized to execute the said Advanced Funding Agreement and is further authorized by the City Council to expend all funds and to make such payments as are necessary under the Advanced Funding Agreement that is attached hereto and incorporated herein by reference. SECTION 3. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of , 2016. m CHRIS ° W '11 S, M ' YOR ATTEST: JENNIFER WALTERS, CITY SECRETARY 0 ID AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY By: CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT For A LOCAL GOVERNMENT CONTRIBUTION TO A TRANSPORTATION IMPROVEMENT PROJECT ON SYSTEM THIS AGREEMENT is made by and between the State of Texas, acting by and through the Texas Department of Transportation called the "State", and the City of Denton, acting by and through its duly authorized officials, called the "Local Government." WITNESSETH WHEREAS, federal law establishes federally funded programs for transportation improvements to implement its public purposes; and WHEREAS, the Texas Transportation Code, Sections 201.103 and 222.052 establish that the State shall design, construct and operate a system of highways in cooperation with local governments; and WHEREAS, federal and state laws require local governments to meet certain contract standards relating to the management and administration of State and federal funds; and WHEREAS, the Texas Transportation Commission passed Minute Order Number 114585, authorizing the State to undertake and complete a highway improvement generally described as the construction of grade separation along IH 35E at Brinker Road and intersection improvements at Mayhill Road and SL 288/Brinker Road in Denton County; and, WHEREAS, the Local Government has requested that the State allow the Local Government to participate in said improvement by contributing, as described in Attachment A, Payment Provision and Work Responsibilities, a fixed amount of funds towards the total project cost for the State to construct a transportation improvement facility described as the construction of grade separation along IH 35E at Brinker Road and intersection improvements at Mayhill Road and SL 288/Brinker Road in Denton County, called the "Project"; and, AFA-AFA_LongGen Page 1 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton WHEREAS, the Governing Body of the Local Government has approved entering into this agreement by resolution or ordinance dated 20 ,which is attached to and made a part of this agreement as Attachment "A" for the improvement covered by this agreement. A map showing the Project location appears in Attachment "B," which is attached to and made a part of this agreement. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, to be by them respectively kept and performed as set forth in this agreement, it is agreed 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 Project is completed or unless terminated as provided below. 2. Scope of Work The scope of work is described as the construction of grade separation along IH 35E at Brinker Road and intersection improvements at Mayhill Road and SL 288/Brinker Road in Denton County, as shown on Attachment "B". 3. Local Project Sources and Uses of Funds A. The total estimated cost of the Project is shown in the Project Budget — Attachment "C", which is attached to and made a part of this agreement. The expected cash contributions from the Federal or State government, the Local Government, or other parties are shown in Attachment "C". The State will pay for only those project costs that have been approved by the Texas Transportation Commission. The State and the Federal Government will not reimburse the Local Government for any work performed before the federal spending authority is formally obligated to the Project by the Federal Highway Administration. After federal funds have been obligated, the State will send to the Local Government a copy of the formal documentation showing the obligation of funds including federal award information. The Local Government is responsible for 100% of the cost of any work performed under its direction or control before the federal spending authority is formally obligated. Not Appllicable to this Agreement B. If the Local Government will perform any work under this contract for which reimbursement will be provided by or through the State, the Local Government must complete training before federal spending authority is obligated. Training is complete when at least one individual who is working actively and directly on the Project successfully completes and receives a certificate for the course entitled Local Government Project Procedures and Qualification for the Texas Department of Transportation. The Local Government shall provide the certificate of qualification to the State. The individual who receives the training certificate may be an employee of the Local Government or an employee of a firm that has been contracted by the Local Government to perform oversight of the Project. The State in AFA-AFA—LongGen Page 2 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/13rinker Road County: Denton its discretion may deny reimbursement if the Local Government has not designated a qualified individual to oversee the Project. C. The Project cost estimate shows how necessary resources for completing the Project will be provided by major cost categories. These categories may include but are not limited to: (1) costs of real property; (2) costs of utility work; (3) costs of environmental assessment and remediation; (4) cost of preliminary engineering and design; (5) cost of construction and construction management; and (6) any other local project costs. D. The State will be responsible for securing the Federal and State share of the funding required for the development and construction of the local Project. If the Local Government is due funds for expenses incurred, these funds will be reimbursed to the Local Government on a cost basis. E. The Local Government will be responsible for all non-federal or non -state participation costs associated with the Project, otherwise provided for in this agreement or approved otherwise in an amendment to this agreement. Where Special Approval has been granted by the State, the Local Government shall only in that instance be responsible for overruns in excess of the amount to be paid by the Local Government. F. Prior to the performance of any engineering review work by the State, the Local Government will pay to the State the amount specified in Attachment C. At a minimum, this amount shall equal the Local Government's funding share for the estimated cost of preliminary engineering for the Project. Not Acgl_ cable_to this Agreement At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Government shall remit its remaining financial share for the State's estimated construction oversight and construction cost, unless otherwise specified in Attachment C, Project Budget. G. Whenever funds are paid by the Local Government to the State under this agreement, the Local Government shall remit a check or warrant made payable to the "Texas Department of Transportation." The check or warrant shall be deposited by the State and managed by the State. The funds may only be applied by the State to the Project. H. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due by the Local Government, the State, or the Federal government will be promptly paid by the owing party. If after final Project accounting any excess funds remain, those funds may be applied by the State to the Local Government's contractual obligations to the State under another advance funding agreement with approval by appropriate personnel of the Local Government, unless otherwise specified in Attachment C, Project Budget. I. The State will not pay interest on any funds provided by the Local Government. J. If a waiver has been granted, the State will not charge the Local Government for the indirect costs the State incurs on the local Project, unless this agreement is terminated at the request of the Local Government prior to completion of the Project. K. If the Project has been approved for a specified percentage or a "periodic payment" non- standard funding or payment arrangement under 43 TAC §15.52, the budget in Attachment C will clearly state the specified percentage or the periodic payment schedule. L. If the Local government is an Economically Disadvantaged County (EDC) and if the State has approved adjustments to the standard financing arrangement, this agreement reflects those adjustments. AFA-AFA_LongGen Page 3 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton M. When Special Approval has been granted by the State so that the Local Government bears the responsibility for paying cost overruns, the Local Government shall make payment to the State within thirty (30) days from the receipt of the State's written notification of those amounts. N. The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract 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. O. 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. P. The Local Government is 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 Government 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 Government for those costs. Not Applicable to this Arerrrerft Q. The State will not execute the contract for the construction of the Project until the required funding has been made available by the Local Government in accordance with this agreement. 4. Termination of this Agreement This agreement shall remain in effect until the project is completed and accepted by all parties, unless: A. The agreement is terminated in writing with the mutual consent of the parties; B. The agreement is terminated by one party because of a breach, in which case any cost incurred because of the breach shall be paid by the breaching party; C. The Local Government elects not to provide funding after the completion of preliminary engineering, specifications, and estimates (PS&E) and the Project does not proceed because of insufficient funds, in which case the Local Government agrees to reimburse the State for its reasonable actual costs incurred during the Project; or D. The Project is inactive for thirty-six (36) months or longer and no expenditures have been charged against federal funds, in which case the State may in its discretion terminate this agreement. 5. Amendments Amendments to this agreement due to changes in the character of the work, terms of the agreement, or responsibilities of the parties relating to the Project may be enacted through a mutually agreed upon, written amendment. AFA-AFA_LongGen Page 4 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/13rinker Road County: Denton 6. Remedies This agreement shall not be considered as specifying the exclusive remedy for any agreement default, but all remedies existing at law and in equity may be availed of by either party to this agreement and shall be cumulative. 7. Utilities The State shall be responsible for the adjustment, removal, or relocation of utility facilities in accordance with applicable State laws, regulations, rules, policies, and procedures. 8. 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 State 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 State is responsible for the cost of any environmental problem's mitigation and remediation. C. The State 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 State is responsible for the preparation of the NEPA documents required for the environmental clearance of this Project. E. Before the advertisement for bids, the State shall provide to the Local Government written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 9. Compliance with Texas Accessibility Standards and ADA All parties to this agreement shall ensure that the plans for and the construction of all projects subject to this agreement are in compliance with the Texas Accessibility Standards (TAS) issued by the Texas Department of Licensing and Regulation, under the Architectural Barriers Act, Article 9102, Texas Civil Statutes. The TAS establishes minimum accessibility requirements to be consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). 10. Architectural and Engineering Services The State 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 AFA-AFA_LongGen Page 5 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton conform to federal requirements, specifically including the provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental matters. 11. Construction Responsibilities A. The State shall advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders that may become necessary subsequent to the award of the construction contract. In order to ensure federal funding eligibility, projects must be authorized by the State prior to advertising for construction. B. The State will use its approved contract letting and award procedures to let and award the construction contract. C. Upon completion of the Project, the party constructing the Project will issue and sign a "Notification of Completion" acknowledging the Project's construction completion. D. For federally funded contracts, the parties to this agreement will comply with federal construction requirements cited in 23 CFR Part 635 and with requirements cited in 23 CFR Part 633, and shall include the latest version of Form "FHWA-1273" in the contract bidding documents. If force account work will be performed, a finding of cost effectiveness shall be made in compliance with 23 CFR 635, Subpart B. 12. Project Maintenance The Local Government shall be responsible for maintenance of locally owned roads after completion of the work and the State shall be responsible for maintenance of state highway system after completion of the work if the work was on the state highway system, unless otherwise provided for in existing maintenance agreements with the Local Government. 13. Right of Way and Real Property The State is responsible for the provision and acquisition of any needed right of way or real property. 14. 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: Local Government: State: City Manager Director of Contract Services Attention: Director of Engineering Services Texas Department of Transportation City of Denton 125 E. 11 " Street 215 East McKinney Austin, Texas 78701 Denton, Texas 76201 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 AFA-AFA_LongGen Page 6 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. 15. Legal Construction If one or more of the provisions contained in this agreement shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provisions and this agreement shall be construed as if it did not contain the invalid, illegal, or unenforceable provision. 16. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party and each party agrees it is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. 17. 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 their further use. All documents produced or approved or otherwise created by the Local Government 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 Government. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. 18. Compliance with Laws The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this agreement. When required, the Local Government shall furnish the State with satisfactory proof of this compliance. 19. Sole Agreement This agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting the agreement's subject matter. 20. Cost Principles In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles established in 2 CFR 200 that specify that all reimbursed costs are allowable, reasonable, and allocable to the Project. 21. Procurement and Property Management Standards The parties shall adhere to the procurement standards established in Title 49 CFR §18.36 and with the property management standard established in Title 49 CFR §18.32. AFA-AFA_LongGen Page 7 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton 22. Inspection of Books and Records The parties to this agreement shall maintain all books, documents, papers, accounting records, and other documentation relating to costs incurred under this agreement and shall make such materials available to the State, the Local Government, and, if federally funded, the Federal Highway Administration (FHWA), and the U.S. Office of the Inspector General, or their duly authorized representatives for review and inspection at its office during the contract period and for four (4) years from the date of completion of work defined under this contract or until any impending litigation, or claims are resolved. Additionally, the State, the Local Government, and 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. 23. Civil Rights Compliance A. A. Compliance with Regulations: The Local Government will comply with the Acts and the Regulations relative to Nondiscrimination in Federally -assisted programs of the U.S. Department of Transportation (USDOT), the Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made part of this agreement. B. Nondiscrimination: The Local Government, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Local Government will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 45 CFR Part 21. C. Solicitations for Subcontracts, Includinci Procurement of Materials and Foupmer�t: In all solicitations either by competitive bidding or negotiation made by the Local Government for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier will be notified by the Local Government of the Local Government's obligations under this contract and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, or national origin. D. Information and Reparts:, The Local Government will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations or directives. Where any information required of the Local Government is in the exclusive possession of another who fails or refuses to furnish this information, the Local Government will so certify to the State or the Federal Highway Administration, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of the Local Government's noncompliance with the Nondiscrimination provisions of this contract, the State will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: a. withholding of payments to the Local Government under the contract until the Local Government complies and/or b. cancelling, terminating, or suspending of the contract, in whole or in part. AFA-AFA_LongGen Page 8 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton Incorporation of Provisions: The Local Government will include the provisions of paragraphs (A) through (F) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Local Government will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Local Government becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, the Local Government may request the State to enter into such litigation to protect the interests of the State. In addition, the Local Government may request the United States to enter into such litigation to protect the interests of the United States. 24. 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 Government shall adopt, in its totality, the State's federally approved DBE program. C. The Local Government 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 Government shall have final decision-making authority regarding the DBE goal and shall be responsible for documenting its actions. D. The Local Government 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 htti)://ftr).dot.state.tx.us/pub/txdotinfo/bop/dbe/mou/mou attachments. df. E. The Local Government 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 Government shall take all necessary and reasonable 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 Government 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 Government 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 AFA-AFA_LongGen Page 9 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate. 25. 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 Government certifies that it and its principals are 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, to include principals, 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. 26. 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 agreements, the signatory for the Local Government 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. 27. Insurance If this agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all AFA-AFA_LongGen Page 10 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/13rinker Road County: Denton work on the State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. 28. 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: httD://www.aDo.aov/fdsys/i)kci/FR-2010-09-14/Ddf/2010-22705.Ddf and htt //www,caro.Dov/fds s / "R-2010-09-14f�df/ Q1O-2 706. df. B. The Local Government agrees that it shall: 1. Obtain and provide to the State a System for Award Management (SAM) number (Federal Acquisition Regulation, Part 4, Sub -part 4.11) if this award provides more than $25,000 in Federal funding. The SAM number may be obtained by visiting the SAM website whose address is: https://www.raiii. ov/portal/public/SAM/ 2. Obtain and provide to the State a Data Universal Numbering System (DUNS) number, a unique nine -character number that allows Federal government to track the distribution of federal money. The DUNS may be requested free of charge for all businesses and entities required to do so by visiting the Dun & Bradstreet (D&B) on-line registration website littp.//fedgov.dnb.com/webtorm; 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. 29. 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 2 CFR 200. B. If threshold expenditures of $750,000 or more are met during the fiscal year, the Local Government 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/inside-txdot/office/audit/contact.html. C. If expenditures are less than the threshold during the Local Government's fiscal year, the Local Government must submit a statement to TxDOT's Audit Office as follows: "We did not meet the $ 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 Government 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. AFA-AFA_LongGen Page 11 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton 30. Pertinent Non -Discrimination Authorities During the performance of this contract, the Local Government, for itself, its assignees, and successors in interest agree to comply with the following nondiscrimination statutes and authorities; including but not limited to: A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects). C. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits discrimination on the basis of sex). D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27. E. The Age Discrimination Act of 1975, as amended, (49 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age). F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not). H. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex). J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. K. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, the parties must take reasonable steps to ensure that LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to 74100). Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). AFA-AFA_LongGen Page 12 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton 31. 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 Government in duplicate. I THE LOCAL GOVERNMENT — CITY OF DENTON By: e A' t Howard MarNi i City Manager Date: Approved as to Form: Anita Burgess City Attorney By: WitalluryesW City Attorney ATTEST: Jennifer Walters Citi cretary By: I aIA ennifer Iters ity Sec Walters; THE STATE OF TEXAS B Kenneth Ste rt Director of Contract Services Texas Department of Transportation Date. ' AFA-AFA_LongGen Page 13 of 13 Revised 08/22/2016 CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton AFA-AFA_LongGen Page 1 of 1 Attachment A ArrACHMENTA AN ORDINANCE OF THE CITY OF DENTON, TEXAS, APPROVING AN ADVANCE FUNDING AGREEMENT BETWEEN THE CITY OF DENTON AND TEXAS DEPARTMENT OF TRANSPORTATION(TXDOT), CONCERNING CITY COST PARTICIPATION IN TXDOT' S GRADE SEPARATION IMPROVEMENTS PROJECT FOR IH -35E, BETWEEN STATE SCHOOL ROAD/MAYHILL ROAD AND LOOP 288 (CCSJ NO. 0196-01-106) AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT; AND DECLARING AN EFFECTIVE DATE. WHEREAS, the City staff has been working with TxDOT staff since the Fall of 2015 to have TxDot construct grade separation improvements along 1-35 E at Mayhill (add a U-turn to the west side), Brinker Rd. (add an I-35 overpass to connect Brinker Rd. to the I -35E south frontage road) and Loop 288 (replace the existing I-35 E overpass with a longer overpass to allow 4 lanes of Loop 288 in each direction to alleviate congestion at this highly congested intersection); and WHEREAS, as part of the development agreement with Buc-ee's, the developer agreed to fund a portion of the Brinker Rd. overpass, with those costs being reimbursed by the City under terms of the agreement. TxDOT has identified that total participation requirement to be $2, 148,894, as a fixed cost to the City. The developer has agreed to provide this funding to the City for transfer to TxDOT. WHEREAS, the City Council having considered the Advanced Funding Agreements that is required by TXDOT, and considering the importance of road improvements to the citizens of Denton, Texas, is of the opinion that it should approve the above -referenced Advanced Funding Agreement by and between the City and TXDOT; NOW THEREFORE THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. That the City Council hereby approves the above described Advanced Funding Agreement as set forth in Attachment A hereto. SECTION 2. That the City Manager is hereby authorized to execute the said Advanced Funding Agreement and is further authorized by the City Council to expend all funds and to make such payments as are necessary under the Advanced Funding Agreement that is attached hereto and incorporated herein by reference. SECTION 3. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the day of, 2016. CHRI41-A''I-TS, MAYOR 1 AtTACHW,NTA ATTEST: JENNIFER • CITY SECRETARY LION APPROVED AS TO LEGAL FORM: ANITA BURGESS, CITY ATTORNEY By: CSJ #: 0196-01-106 District #: 18 -Dallas Code Chart 64#: 11400 Project: IH 35E Limits: From State School Road/Mayhill Road (FM 2499) to SL 288/Brinker Road County: Denton ATTACHMENT B I.1ZkWaMOTIASEN AFA-AFA_LongGen Page 1 of 1 Attachment B va co 0 Ob cz O v Y •c c U) c 00 00 N yJ`^ VJ O O N LL cz O L cz 5 ro O rr 0 O O C) c (a *- a) W c 9 Lo 65 O cD � _ ® N C:, L — c i a)aai?c (� aL .E a (J()CL7U O �, O c 0 O U) U (n o c a) C C O o 0 > ®d 0 00 o 06 U m cT a 0 m N ,® Pik ppyoy LL as 4- 6L cz N O J i O (D O N -o E C ca - L c n x C a) O O en rr c - (D=_ O a) L (� 7'' C a) Co L L L +� 0 3: (nU)(D(D c o co 0E -i L 0 co CL vi 4 'C i o r O OU E N '� cn t E O ` a) C C O a .0 O— ®.0 i o E c cz cz i V a � C a) etl C +. x O O (n = rr U C fli L (h U a) O Q) U) C � V U) m a) a) C *' on - 0 n_O L (jJ a) CO O C = C +- a) C C U C v 76 a) C -- a) o cn O C C O EaEch E w cz a) a) O U 0 �(Da _0)— O cu U cz a) O i O U J + JCO a) C a) U L O L X x cs) C4 O�. N I I C a) E a) a) CD Cli O .0 O c O U O x � C xO O- IL a) co Cl) JN O II C CD c E O C C) > U O cz a CL U C J a) E a' C .L- m � L O C � a) U E J CL CB cz U C a) E L co Q r O N. Z CGI QD� m �' Im OU) a a J F' O r r Qa vv UN CSF OT a e e� 00 X x ii I IL e o o o LLL LL L 000' o o fli� O 69 o J J Z O h Pn T r p� r {z ®� O r I d J Q U of ai of Q W d �3 (fl 69 ZZU (�> CC o 0 0 0 'oW W Q cc (L ® o 0 0 0 0 0 0 (O O O (D O m I!) U') 17 LO LO ISD Z C7 C ® (n O m m T OO ti N W Q U691 Cl) Cl) u0 6 a U) a o o a o Q o00 0 0 IL o N o 0 o o . Q) o Z r) r) C O F a 'a 0 m Cl M IL U Cl) Cl) V) W U ®_ � LL ... jr Q o0 00 0o -80 (D Qr o X 0 0 '. O 4 i W O Ind- .... N O U) r ® 00LLJ rar m U) ui J F- Nr" 0 (h m-:, w QQ �(n �r O ti N O co- ® U to MF U) N3 ,, 69 64 W C ca \° VO r d J Cl U~) ® U o IL O W J OC aH 6 H W',,, p S. a Q O C) a) 0 o ro L /) O � C) to U X x cs) C4 O�. N I I C a) E a) a) CD Cli O .0 O c O U O x � C xO O- IL a) co Cl) JN O II C CD c E O C C) > U O cz a CL U C J a) E a' C .L- m � L O C � a) U E J CL CB cz U C a) E L co Q r O N.