Loading...
19-2950� • � � . . � r , �' R � ♦ ♦ ... , #� ■� � t i. �. : � ;. : . �, : � �.. � � ,. � . . � � . � � � � a � i : � �..... � . : �` .. ., � ��� �........ a s , �.. i . ' , �, . WI-IERF,AS, the Caty c�f Denton ("City") c�w��s and m�intains off-system roadways, incluc�ing East McKi�►ney �tre�t; and WHE�Z�'AS, the `T'exas I7epartment of Transpo�rtation ("TxDOI"") is wiiling to fund the const��uctio�� cc�sts af' Tz°af�ic Signal Upgr�ades at t1�e int�rsecti<>ns aF �, McKinney Street at "�"�a��a1r����' N���r��: �����:1 t;. 9���C�..i�ra��;,y �t���.c�t �.�t �c��ki���;t�ird i.,����� as part oi' ihe I-Cighvvay ���C��ty Irr���ar��a�rcat��.�r�t �'��t���,r������ (`�I1����''�,) 1�°�������irt�; ������a� +�:"�1.y ���.;r�,em��a��l t�� reimb�,�rse ten perc�nt (lt'�°�'�) of lla�� �i��r� c��ar�TM�4N°�r��i�7M� �a�l�;, �°��ic,�� i� ����°�°�;��1�� ��timat�d tcr be $329,149.00; and ' . . � � � r . : • * - � , , � � ��_ �� • ��s� s � .� • ' ;. • • _ ♦ W�IER�f1S, thc State is authorized tc3 exlter i��ta an agreement with the City far the Prc�ject �ursuant to i'rans�oi•tation Code � 221,(�02 and Izav� prepar�d the attachcd Advance F�uidit�g Agreement f'or � Highway Safety Itnpraveme.nt Off-System (the "�greement"); and WHF;REAS, ihe City Cauncil, havin� consid�red tlle Agreement tlaat xs a°�quired by `1"�C��CJT �nd c�x������,��,i�����ing the im�o���lrx���.� �ai� rr�����t�r��� t�i� letiir�� date csf �rt��y 2020, is c�f ihe �.���.�ar�ic�i� that it ��1���������� approve the ���t��°���^�c��-r+� ��.��e�,r°�c��� Agreemen�k by and l��t;���cr7 the �ity and Z"xL�OT; NOW, THERCFO��, �ECTIC)I�1 1, T�1e findings and recitations contain�d in the preamble c�f this c�rdinance are incorporatec� herein by t°�f�rence �s true and a� if tully set farth in the bady af this c�rciinance. "��. f��° I]� I�l; �,� Z`h� C;i�y tl����.�r����r� or his c�esign�e, is 11e���by authcrr������i �o exe����t�-� a�d deliver �a�� N��I���N���" ���` ihe C:ity an�l ��:"��ti✓�°��°�� of' Denton xhe Agr�e�nent, a�;opy ��f` r�hich is ��tt'��r�hed hei•etc� as �xh'rbit "A" and n�ade a paz�t hereof for all pu��poses, c�r a sl�bstantially s�mila�� agr�eme��t as rnay b� required l�y TxL7UT. SECTION 3. The City Manager, ar his designee, is further autharized to carry out all duties and obligatians to be performed by the City under the Agreement, including, but nat limitcd tc�, the expenditure of funds. SECTIC)N 4. This ordinance shall becarne effective immediately upon its passage and approval� �l,he motion to approve this ordinance was made by „���� ���� _�"���,���,�"��" ,��, __ __ and seconded bY _:�� ��""��"�_._� �"�:�"�:..�'"�.mm""�._ _._._...w.... _._.._ ........r the ardinancc was passed and approved by . . " the followin�; vot'e � ...��._ - �w�......�• A�e Nay Abstain Absent Chris Watts, Mayor; �� tierard Hudspeth, District 1; v� K.eely G. Briggs, District 2: �,�' Jesse Davis, District 3: � John I�yan, District 4: �'� �� Deb Arn�intar, At Large Place S: � Paul Meltzer, At Large Place 6: �^°'�� PASSEI) AND APPROVED this the ,���°� ��.°����,y of ._��_,...m�����:��� ���.. .__m_..._� Z019. ATTES"I': ROSA RIOS, CIT`� SECRETARY �.� �� �. BY' �.�,�.„��."��,� .....�"�'� ,�_�,..,...-,�,..,.��._°°' ���'�",�,..��� ...._...... APPROVED AS TO LEGAL Ii'ORM: AARON LEAL, CiTY ATTORNEY B ����'� �� .�, Y. .�� � �.. � � � _. ..,,�......—._...., ,..m_._��._�. , � ��._ . �......__......w � �"� �° � �e � � , ��^�*„�"", M �� � a �.����a� A i �;, MA.:.� ._.�.m.� ...�..._�._.._..._.. �` C,6 YOR F��� " '� � �"���� , r �'� � %} fl ti a "� �, �»" ��� ��,�J�"" ���� �� � � �� �� ��� ����� � t �� ,,�� � � �-� * � � oiNu ,, �a � t� � �� ��,�� wm�� � � � �� � � � �' � , � i � i �. > w„„r" k ���, "�� ��,� ,� ����m � � � �,rc r �n �� � ��� �;�omo� .�� � � ��.n� . bocuSign Envelope ID: BBAE48F5-2DC0-44BD-8285-7F8A3A0476F4 _, TxDOT: Feder�l Flighway R�drriini�tration: ��J � .. � ���� ..............w�w�w�_ww�� ...—..—..--- - ........� � 918-46-310 CFDA No. 20.2d5 i�....._ ....—� �.m m.m...w.,�. ....�... _ ....... . ............ .................. .. .............._ ....�.�... �.�. �. �.� ��.. � �....... .. �,�..�� �� tri�t DALl18 CFDA Title ighw�y Pl�nning and C�n�iru�tion _�,,.., �, �w �� ...._��u...r....� ................�� � � - --- -- __......�.�,,.......�� Code Chart 64 # 11400 .... .. .............. _. .. .m. ... �... ---- --------- --------- ----- -- -__........ ............�. CS from E. McKinney St. from Project Name Woodrow Ln. to Audra Ln. to AFA Not Used For Research & Development Mockingbird Ln. * . "� • • ' � v � � � F' ' , • •" � •' r • � THIS AGREEMENT (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". The State and Local Government shall be collectively referred ta as °'the parties" hereinafter. - � -•- . . - .. - -.- . ._.... . . . .. . . . . � _ � . - . . . •. . - . . - •. . • •.- - � 1' 1 - .• - , - . - . �- • • . • •r- . - . ., • • . �•w- . � a . �. - _ . • _ � ! . • - - ' - . . •• . • • • • . -• • a • • •• . •r • • •- - •• _ . • • • • • • �.• . • - : . _ � , _ - R• �� • � ` -�- r -• • •� - • r •. • - . � r - . .�- - . • .� .' r • '. - . • -�- � • . s ' ' - ' - . •� � � � � . �� _� , � � - � ,, •- •- -s- . ':. - . • • '. - •� r . • • •. •, • � . • • - . � � M • , •• . � • � - .; � ' � - = •• . r � • •. -s - • *- •- ' . • • - . - r r- . - . • � • - - . � , � � _ . � � . . •• . � • • - •- - , •- •-• . , • _ c r - - - r• r • _ • • - � • - -• • � � _. - •- -• _ , r -- - ' - •�. • • ' • - . � - , . � - � :�• • , � . r - _ . .�• • -• - - � � r� .. _, • . • a. • i . - • •,. r - • �'•- •. -• _ �. - . '- • • , . .� • . • .�- . •, r 'r -- - F , . _ � �_ • • • � .;; _ � • r . r • •- � '. _ � . .• • • . ' • - • .' • .��-. Page 1 of 17 AFA LongGen Rev 07/17/2019 M► a�.. s. ,�;�.i.. 4�.... .�� 1"�Ci L.. ,. .r. �..��r Attachment B, Location Map Showing Project {Attachment B), which is attached ta and made a part af this Agreement. NOW, THEREFORE, in cansideration of the premises and of the mutual covenants and agreements of the parties, ta be by them respectively kept and performed as set forth in this Agreement, it is agreed as follows: �, + :.T��f►'�T�►:�7 °! M Responsible Parties: For the Prajact covered by this Agreement, the parties shall be responsible for the following woric as stated in the article of the Agreement referenced in the table belaw: �...�.�........ . _._..�..__...,_...m..�����.. �......._ .........................w......._._.�........_..._........................................................�_.......�..�........_w...�ww_..........._ww�_w_w�.w. 1 N/A Utilities Article 8 2. N/A En��...........�....�_. _.w_.�w_w_w_w_w_.w....._.._.. _.....M_.....�__ �_m.__..m_m_...._. .. virc�nrrrental Assessment and Mitigation Article 9 _— �.. ....._,,,,,,,,,,,,,_. ...... .... . a ........ ..._.. ___... ._ . .... ... _........_... ... .. �...._.._ 3. �� I��er �� Architectural and Engineering Services Article 11 nn�... �.m_..� � _._.._..___ ..� �..._�..m.m......._w....�� ................_�........ ..� �.........�...��_..._���..._............. .._�w._....ww.w. 4. t t� Canstructian Responsibilities Article 12 � ..... .. .... . ... . .... ...... ..... .. ... . ..... �.. . .... . y ....... ... �... ...... . ..............._........_.. ...... ... ...w. N/A Ri ht of Wa and Real Property Article 14 2, Period of the Agreement This Agreement becames effective when signed by the last party whase signing makes the Agreement fully executed. This Agreement shall remain in effect until the F'raject is completed ar unless termina�ed as provided below. . 5cope af Work The scape of wark far the Project consists af traffic signal improvements to existing signals an McKinney St. From Woadrow Ln. ta Audra Ln. to Mockingbird Ln. 4. Project Sources and Uses of Funds The total estimated cas# of the Project is shown in Attachment C, Project Budget (Attachment C) which is attached ta and made a part of this Agreement. A. If the Lacal Government will perform any wark under this Agreement for which reimburserr►ent will be pravided by c�r thrrrugh the State, the Loca! Gavernment must complete training. If federal funds �re being used, the training must be completed before federal spending autharity is abligated. Training is camplete when at least one individual who is working actively and directly on the Praject successfully completes and receiv�s a certificate for the caurse entitled "Local Government Praject Procedures and Qualification for the Texas Department of Transportation'° and retains qualification in accordance with applicable TxD(7T procedures. Upon request, the Lacal Government shall pravide the ce�#ificate af qualification to the State. The individual wha 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 Gavernment to perform Page 2 af 17 AFA LangGen Rev 07/17/2019 DocuSiyn Envelope ID: B8AE48F5-2DC0-448D-8285-7FBA3A0476F4 #�tl � 0918-46-510 ��'deral Highway Administration: CSJ......�....�_ _ ....... �.... _______.M. ___. ........_.. ......_...w......_.. .. CFDA No. II 20.205.... ��............� District # DALl18 CFDA Title � H�ghway Planning and Constructian ---_______.____...._. __.�.m.. � � _,,., _ ._ _____ .. .._...._ ..._nn m�„m._ ..._ ... Code Chart 64 # 11400 . ___ _ .....,......... �..._ � � .. .... ___w�_............. . ........... _ ...... ..... .....�._ .. .... �........._.._.... _... www_.... . G5 fram E. McKinney St. fram Project Name Waadraw Ln. to Audra Ln. ta �F� N�f C/.��c1 �'srr �����r�i� ��eve�a�rr7�rrt Mpckingbird Ln. aversight of the Praject. The State in its discretion may deny reimbursement if the Local Government has not cantinuausly designatsd in writing a qualified individual ta wark actively on ar ta direetly oversee the Projeet. B. The expected cash contributians fram the federal government, the State, the Local Government, or other parties are sharrvn in Attachment C. The State will pay for anly those Praject casts that have been approved by the Texas Transportatian Commission. Far prajects with federal funds, the State and the federaf gavernment will not reimburse the Local Government for any wark performed before the federal spending authority is formally obligated to the Project by the Federal Highway Administration {FHWA). After fsderal funds have been obligated, the State will send to the Local Government a copy of #he farmal documentation showing the obGgation of funds including federal award informatian, T�e Lacal Government is respansible for 100% of the cast of any wark perfarmed under its direction or control before the federal spending autharity is farmally obligated. Cd Attachment C shows, by major cast categories, the cost estimates and the party responsible for performing the wark for each category. These categc►ries may include but are nat limited to: (1) costs af real praperty; (2) costs of utility work; (3) costs of environmental assessment and remediatian; (4) cost of preliminary engineering and design, (5) cost af construction and construciion management; and (6) any other local project costs. D. The State will be responsible for securing the federal and State share af the funding required far the develapment and construction of the local Project, If the Local Goverr►ment is due funds for expenses incurred, these funds will be reimbursed to the Local Gavernment on a cost basis. E. The Lacal Government will be responsible far all nan-federal or non-State participatian casts assaciated with the Project, unless otherwise provided for in this Agreement or approved otherwise in an amendment ta this Agreement. Far items of work subject to specified percentage funding, the Lacal Government shall only in those instances be responsible far all Project costs that are greater than the maximum State and federal parkicipatian specified in Attachment C and far overruns in excess of the amount specified in Attachment C to be paid by the Local Govemmen#. F. The budget in Attachment C will clearly state all items subject to fixed price funding, specified percentage funding, and the periodic payment schedule, when periodic payments have been approved by the St�te. G, When the Local Government bears the responsibility for payir�g cost overruns, the Local Gavernment shall make payment to the State within thirty (30) days fram the receipt of the State's written natificatian of additional funds being due. H. When fixed price funding is used, the Local Government is responsible for the fixed price amaunt specified in Attachment C. Fixed prices are not subject ta adjustment unless (1) differing site conditions are encauntered; (2) further definition af the Local Government's reques#ed scope af work identifies greatly differing costs from those estimated; (3) work requested by the �ocal Government is determined to be ineligible for federal participation; or (4) th�e adjustment is mutually agreed ta by the State and the Local Government. Page 3 af 17 AFA LongGen Rev 07/17/2019 -.' 4 iir.�.� 4 ,yr.� i �i��. 't k �i � ��♦ ...._.. ......... ..._.._.... _...... ..... ......... ....._.... ...... _ ......... ......... ......... ..... ..._ ... ...... ..... _...... i�sC9C9i: Fed�r�l Highavay o4dnnini�tr��ic�r►: �.....�� ____m_..._ .......� ..._�. ____..__............__._ .nnnnnnnnnn�.�_�.�._ mm........._..M.__....w......�.�___�.n_�.... .. �.._..w....W ____..v... ��J � 0918-46•S10 GF��, No. 20,205 C7i�tric� # ____. � ... ...........l��eLl.�.�.._............ _ �. ..�. _............. .��Fi2��iiile.. .... wmNighwr�y..F"far�r�in �nd �crnst.e..... __ ,,......M........ ... g ruc�i�r� __,....__.�_�___.. a_ ....................._..___.. e� e___�_.....__.. � � ... ...... ........ ..� ......... ...... . .. . . ... _.......... . .........,.,.,..._._..� ._._._ ... _ ,�.......................�.... Co�1� �h�rt 64 # 11400 �.�.. .. ... CS from E. Mc w w_._....v _......._ --- ...............................�... __.... __ __..,.... ..._ .__---......... m.MM.�WW���Kinney St. fram F'rasject fV�r�ae Waadrow Ln. to Audra Ln. ta �lFA %f�st U���d �'a�r �?e���r�P� � D�v�l�p�er�t Mackingbird Ln. I. Priar ta the perfarmance 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 equai the Local (3overnrr►ent's funding share for the estimated cost of preliminary engineering perFormed ar reviewed by the State for the Praject. At least sixty (60) days prior to the date set far receipt of the constructian bids, the Local Gavernment shall remit its remaining financial share for the State°s estimated constructian oversight and constructian cost. J. The State will not execute the contract far the constructian of the F'raject until the required funding has been made available by the Local Governrrrent in accordance with this Agreement. K. Whenever funds are paid by the l.ocal Government to the State under this Agreement, the Lacal Gavernment shall remit a check ar warrant made payable to the °Texas Deparkment af Transportation" ar may use the State's Automated Clearing House (ACH} system far electronic transfer c�f funds in accardance with instructions pravided by TxDOT's Finance Divisian. The funds shall be depasited and managed by the State and may only be applied by the State to the Project. L. The State will not pay interest on any funds provided by the Lacal Gavernment. M. If a waiver far the collection af indirect casts for a service project has been granted under 43 TAC §15.56, the State will not charge the Local Government for the indirect costs the State incurs on the Project, unless this Agreement is terminated at the request of the �acal Government priar ta completion of the Praject. N. If the Lacal Government is an Economically Disadvantaged County {EDC) and if the State has appraved adjustments to the standard financing arrangement, this Agreement reflects those adjustrrtents. Q. Where the Lacal Government is authorized to perform services under this Agreement and be reimbursed by the State, the Local Government is authorized to submit requests far reimbursement by submitting the original of an itemized invoice, in a farm and cantaining all items required by the State, no more frequently than monthly and na later than ninety (90) days after costs are incurred. If the Local Gavernment submits invoices mare than ninety {90) days after the costs are incurred and if federal funding is reduced as a result, the State shall have nn responsibility to reimburse the Lacal Government far thase costs. P. Upan completian of the Project, the State will perform a final accounting of the Project costs for all items af wark with specified percentage funding. Any funds due by the Laeal Government, the State, ar the federal government for these work items will be promptly paid by the owing parky. Ci. The staie auditar may conduct an audit ar investigation of any entity receiving funds from the State directly under this Agreement or indirectly thraugh 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 af the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigatian in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access ta any infarmation the state auditar considers relevant to the investigation or audit. Page 4 af 17 AFA LongGen Rev 07/17/2019 DocuSi�n Envelope ID: BBAE48F5-2DC0-446D-8285-7F8A3A0476F4 i�c�C3i: Federal Highway Administration: � CSJ #�____....� ��...........w.w ....091$-46-310.....mm� .........................���..�.�........._...........�.,_.._.......� CFC1A No. 20.205...�...�.�.............�.�.................�._..._.n.�.�.�_..._..........m�.�.�.�.�.����,,,,...__. ___m..�,... ... �...� ��____.M.M.M.M_M.......��� .w.__.. ___ _...... _.m��_ � ....................�....._.w�.�_�. w�w�__..m......... .........._._.... District # DALf18 �F�}�, `C°stl� kiagh�ra�� F'I�ros�i�g �r�d ��rr��ru�ti�r► .. _.__ ...................�_�_.__ �.�,,._._.�.__._ ........�.._..�w._r .�... .-----_______..........._.�.__.�. m����_� ,...____�_.......,.....�. Code Chart 64 # 114qp �_.�.._��_ A_........ _.,.m�.__ ................�_..._... ---.,_.,,,,,,,��__. �..., m...�.. �.. .... ......__ .............. _ ___......_.......... _... _...._......_........ ..._. ... C5 from E. McKinney St. fram � Project Name Waodrow Ln. to Audra Ln. to AFA Nof Used Far Research & Deve/opment Mockingbird Ln. R. Payment under this Agreement beyond the end of the current fiscal biennium is subject to availability af appropriated funds, If funds are not appropriated, this Agreement sh�ll be terminated immediately with no liability to either party. 5. 'Termination of This Agreement This Agreement sh�ll remain in effect until the Praject is completed and accepted by all parties, unless: A. The Agreerrrent is terminated in writing with the mutual consent nf the parties; B. The Agreement is terminated by ane party because of a breach, in which case any costs incurred because of the breach shall be pa�d by the breaching party; C. The �acal Government elects nat ta pravide funding after the campletion of prelirrainary engineering, specifications, and estimates (PS&E) and #he Project does not proceed because af insufficient funds, in which case the Lacal Government agrees to reimburse the State fc�r its reasonable actual costs incurred during the Project; or D. The Agreement is terminated by the State because the parties are not able to execute a mutually agreeable amendment when the costs for Local Gavernment requested items increase significantly due to differing site conditians, determination that Local government requested work is ineligible for federal or state cost participation, or a more thorough definition of the Local Gavernment's proposed work scope identifies greatly differing costs from those estimated. 7he State will reimburse �ocal Government remaining funds to the Local Government wi#hin ninety (90) days of termination; or E. The Project is inactive for thirty-six (36) consecutive months or langer and no expenditures have been charged against federal funds, in which c�se the State may in its discretian terminate this Agreement, 6. Amendments Amendments to this Agreement due to changes in the character af the wark, terms of the Agreement, ar responsibilities of the parties relating to the Project may be enacted through a mutually agreed upon, written amendment. ?. Remedies This Agraement shall not be considered as specifying the exclusive rernedy 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. $. Utilities The party named in Article 1, Respansible Parties, under AGREEMENT shall be responsible for the adjustment, remaval, or relocation af utility facilities in accardance with applicable state laws, regulatians, rules, policies, and procedures, including any cost to the 5tate of a delay resulting from the Local Government's failure ta ensure that utility facilities are adjusted, removed, or reloca#ed before the scheduled beginning of construction. The Local Government will nflt be reimbursed with federal ar State funds for the cost af required utility work. The Lacal Gavernment must abtain advance appraval for any variance from established pracedures. Before a canstructian contract is let, the Lacal Government shall provide, at #he Page 5 af 17 AFA LongGen Rev 07/17/2019 � ^ M ��� � r �; � � * + 4 rt ' + �� � � � _ 'ix��T; Federal Highway Administration: _A� .. �.....�w� � .m_____ .� , m .� �_. .��� .,..�...� CSJ # 0918-46 310 CFDA No. 20.205 District # �m .................�.��...�. e_r...�. ..........�....................�......�............................g .Y.............. DAL/18 �����������_.........��� CFDA iitl� Fli hw� �lanni.rsg.and�����rs�iru�tic�rs �..� ��d� �h�rt 64 � � � 11400 ..... .... ...r�...w_ .. _�...... � w_______ ------- ----------------- --------- ---------------------_________. .......,..._ CS from E. McKinney St. from F�r�je�t fVarrs� Woodrow Ln. to Audra Ln. to AFA hloi �Jse� �or Re�earctr ���v�fopm��r� Mockingbird Ln. State's request, a certification stating that the Local Government has completed the adjustment of all utilities that must be adjusted before construction is commenced. . 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. The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the following: A. The identification and assessment of any environmental problems associated with the development of a local project governed by this Agreement. B. The cost of any environmental problem's mitigation and remediation. C. Providing any public meetings or public hearings required for the environmental assessment process. Public hearings will nat be held prior to the appraval of the Project schematic. D. The preparation of the NEPA documents required for the environmental clearance of this Project. If the Local Government is responsible for the environmental assessment and mitigation, befare the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 10. Compliance with Accessibility Standards 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 standards issued or approved by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). 11. Architectural and Engineering Services The party named in Article 1, Responsible Parties, under AGREEMENT 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 Consfruction and Maintenance of Highways, Streefs and Bridges and the special specifications and special pravisions 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 5tate highway system, the design shall, at a minimum, conform to applicable American Association of State Highway and Transportation Officials (AASHTO) design standards. In procuring professional services, the parties to this Agreement must comply with federal requirements cited in 23 CFR Part 172 if the Project is federally funded and with Texas Government Code 2254, Subchapter A, in all cases. Professional contracts for federally funded projects must conform to federal requirements, specifically including the provision for participation by Disadvantaged Business Enterprises (DBEs), ADA, and environmental matters. If the Local Government is the responsible party, the Local Government shall submit Page 6 of 17 AFA LongGen Rev 07/17/2019 DocuSiyn Envelope ID: BBAE48F5-2DC0-44BD-8285-7F8A3A0476F4 its procurement selection process for priar approval by the State. All professional services contracts must be reviewed and approved by the State prior to execution by the Local Government. 12. Construction Responsibilities The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the following: A. Advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction af 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 priar to advertising for construction. B. If the State is the responsible party, the State will use its approved contract letting and award procedures to let and award the canstruction contract. C. If the Local Government is the responsible party, the Local Government shall submit its contract letting and award procedures to the State for review and approval prior to letting. D. If the Local Government is the responsible party, the State must concur with the low bidder selection before the Local Government can enter into a contract with the vendor. E. If the Local Government is the responsible party, the State must review and approve change orders. F. Upon campletion af the Project, the party responsible for constructing the Project will issue and sign a"Notification of Completion" acknowledging the Praject's construction completion and submit certification(s) sealed by a professional engineer(s) licensed in the State af Texas. G. For federally funded contracts, the parties to this Agreement will comply with federal constructian requirements cited in 23 CFR Part 635 and with requirements cited in 23 CFR Part 633, and shall include the latest version of Farm "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. 13. Project Maintenance The Local Government shall be responsible for maintenance of locally owned roads and locally owned facilities after completion of the work. The State shall be responsible for maintenance of the 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. 14. Right of Way and Real Property The party named in Article 1, Respansible Parties, under AGREEMENT is responsible for the provision and acquisitian of any needed right of way or real property. Page 7 of 17 AFA LongGen Rev 07/17/2019 F ;�� E+ �.t.,M ; � 15. Insurance If this Agreement autharizes the Local Government ar its cantractor ta perform any work an State right af way, before beginning work, the entity perfarmir�g the work shall pravide the State with a fully executed copy of the State's Forrn 1560 Certificate af Insurance verifying the existence of coverage in the amounts and types specified on the Gertificate of Insurance far all persons and entities warking on State right af way. This coverage shall be maintained until all 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 recaver damages and all costs af completing the work. 16. Noiices A!I notices ta either party shall be delivered personally or sent by certified ar U.S. mail, pastage prepaid, addressed to that party at the f�llowing address: City of Dentan ATTN: Pamela Alumrnoottil 215 E. McKinney Street Denton, TX 76201 State: Texas Department of Transportation ATTN: Director af Gantract Services 125 E. 11 t" Street Austin, TX 78701 All natiees shall be deemed given an the date delivered in persan or depasited in the mail, unless otherwise provided by this Agreement. Either party may change the above address by sending written natice of the change to the ather 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 aut by the other party. 1i. Legal Construction If one or more of the pravisions contained in this Agreement shall far any reason be held invalid, illegal, ar unenfarceable in any respect, such invalidity, illegality, or unenforceabiiity shall not affect any other provisions and this Agreement shall be construed as if it did not contain the invalid, illegal, or unenforceable pravision. 18. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the ather 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. 19. Ownership af Documents Upon completion or terminatian of this Agreement, all documents prepared by the State shall remain the peoperty of the State. All data and infarmation prepared under this Agreement shall Page 8 of 17 AFA LongGen Rev 07/17/2019 � � a' 1 �kt�► ��� . i`�C��'P: Federal Highway Administratian: .. � ...... .... .... _._____..___ .__ ___. _____�._.__.,,, H_........,. �.. � m. ... ....... ..,w.�.., .......,......... .... ... ..._._m.__.......... ��J # 0918-46-310 �Pb� PJo. 20.205 � �i�krd�i �_ __ �mw.��. CiAI�.�„�_ ..................___�.�.� _ _ ..._. �F�� iii... ....wa.. �._� __......�� __�www�w �m.M.�.�....,_._._ ... . le �ligh��y Pl�nnirrg �nd �on�tru�4ion ...�..�...� �. ___._. _.._,,,,_..m.M.w.�.M_......�...�... ..—.........___ _...__.____..... __ __.. __ .a,,,,,�..v �,,._____�.....w....,_m..nnnnn�........�.�__nn� .......... .....wmm_...M_ Cade Chart 64 # 1140t! ...._-----__�_ .. ......... .._ ....._ ,,,,_.. .._._,,,,,,_.. rc.._...... . ...�. ____ _. �_.,,.. .....��.m ___._ ..... .. ..... ............__............_. . _.�..� CS from E. McKinney St. from Project Name ' Waadrow Ln. to Audra Ln. to �� �# (J��� �c�� Ft�s��rch ����l�p �a�t ' Maakingbird Ln. be made available to the State without restrictian ar limi#atian on their further use. All documents produced or approved ar otherwise created by the Local Gavernment shall be transmitted to the State, in the farmat directed by the State, on a manthly basis or as required by the State. The r�riginals shall remain the praperty of the Local Government. . 20. Compliance with Laws The parties ta this Agreement shafl camply with all federal, state, and lacal laws, statutes, ordinances, rules and regulations, and the arders and decrees of any caurts or administrative bodies or tribunals in any manner affecting the performance of this Agreerrrent. When required, the l.aca! Government shall furnish the Sta#e with satisfac#ary proof of this compliance. 21. Sale Agreement This Agreement constitutes the sole and only agreernent between the parties and supersedes any priar understandings or written or oral agreements respecting the Agreement's subject matter. 22. Cast 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 allcrcable io the Praject. 23. Procurement and Property Management Standards The parties to this Agreement shall adhere to the procurement and properky management standards established in 2 CFR 200, Unifarm Administrative Requirements, Cast Principles, and Audit Requirements for Federal Awards, and to the Texas Uniforrrr Grant Management Standards. The State must pre-approve the Lacal Government's pracurement procedures for purchases ta be eligible for state or federal funds. 24. Inspectian of Books and Recards The parkies ta this Agreement shall maintain all books, documents, papers, accounting records, and other documentatifln relating ta casts incurred under this Agreement and shall make such materials �vailable to the State, the Lacal Gavernment, and, if federally funded, the FHWA and fihe U.S. affice of the Inspector General or their duly autharized representatives for review and inspection at its afifice during the Agreement periad and for seven (7} years from the date af final reimbursement by FHWA under this Agreement or until any impending litigation or claims are resolved. Additionally, the State, the Lacal Gavernment, and the FHWA and their duly authorized representatives shall have access to all the gavernmental records that are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 25, Civi! Rights Campliance The parties to this Agreement are respansible far the following: Page 9 af 17 AFA LangGen Rev 07/17/2019 r� M�• ��� •� �,r �t ���s�' � _ _. _, TxDOT: Federal Highway Administration: .w.��J � .�.M,��. 081$-�46-31.a .m.m....���.._....�.�.� ..............._ m.�_.____- _----.......---__. �,,,,� �..._. m.M.m.............................�����....�.�.�m.._..�..........................� _........................... � � ._._.ww�.______.,_ CFC1A No. 20.205 ..m.M._......��. m.aad.m. _ ...... � ..� ....�a. ..��� ..................____._. .��_���e��..��....... .�_....... .. �....w�.�_e� ...�_���� .. . ....,.,....... District# DALl1$ CFCiA iiil� Highr��y E�I�rrrrirrg �nd �csnstr��ti�rt �.__.�... ___._ _..... ��.�.......�,. ___....____�m.,,, .�...___..... � .�v��.. _....... ..........m__.___..__„� ....................a.............._.__.._. ode Chart 64 # 11400 ......._.._..____� ..... ..aCS fram E. MeKinney St. fra�m.��� � _. ------ — - --......_ . ....,... m��.__.. � .... a. _. ..... ._..,._... : Project Name Waodrow Ln. to Audra Ln. to AFA Not Used For Research & Development Mockingbird Ln. A. C'��rr� l��r��;� rruit6� f�� ��I�ti�r�r�; Bath parkies will comply with the Acts and the Regulations relative to Nondiscriminatian in Federally-assisted programs of the U.S. Department af Transpartation (USD(7T), the Federal Highway Administratian {FHWA}, as they may be amended from time to time, which are herein incr�rporated by reference and made part of this Agreement. B. �1c�w�c��;�c�r�iN�r�i�r��t��R°�: The Lacal Gavernment, with regard to the work performed by it during the Agreement, will not discriminate on the grounds af race, colar, ar national origin in the selection and retention af subcontractors, including procurement of materials and leases of equipment. The Local Government will nat participate directly or indirectly in the discrimination prahibi#ed by the Acts and the Regulations, including smployment practices when the Agreement covers any activity, praject, ar program set farth in Appendix B of 49 CFR Part 21. C. ��aNi�ik��ir��r�� fc��� a��r���kN°��t� Ir��l�r�in �� f�r�c������a���t ��� �9at��t���a�� �r�� ��ui�r��� In all solicitatians either by campetitive bidding ar negotiatian made by the Local Gavernment far work to be perfarmed under a subcontract, including procurement of materials ar leases of equipment, each patential subcontractar ar supplier will be notified by the Local Government of the Lacal GovernmenYs abligatians under this Agreement and the Acts and Regulations relative to Nondiscrimination on the grounds of race, colar, or national origin. D. Inf�ar�rr��ir��� �r�� N��,���rt�: The Local Government uvill provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access ta its books, records, accaunts, other sources af infarmation, and facilities as may be determined by the State ar the FHWA ta be pertinent to ascertain compliance with such Acts, Regulatians c�r directives. Where any infarmation required af the Lacal Government is in the exclusive possession af another wha fails ar refuses to furnish this information, the Lacal Government will so certify to the State or the FHWA, as appropriate, and will set farth what efforts it has made ta obtain the informatian. E. ;����cti�r�� f�ar t�aar°�c��rr�r li���;�: In the event af the Lacal Government's noncompliance with the �Jandiscrimination provisians of this Agreement, the State will impose such contract sanctians as it or the FHWA rnay determine to be appropriate, including, but not limited ta: 1. withholding of payments to the Lacal Gavernment under the Agreement until the Local Gavernment camplies and/or 2. cancelling, terminating, or suspending af the Agreement, in whale ar in part. F. en�,�r��ar�tir�r� c�f I��r�w�q���r��. The L.acal Government will include the provisions of paragraphs (A) through (F) in every subcontract, including procurement of materials and leases af equipment, unless exemp# by the Acts, the Regulatians and directives issued pursuant thereto. The Local Government will take such action with respect to any subcantract or procurement as the State ar the FHWA may direct as a means of enforcing such pravisions including sanctions for noncompliar�ce. Pravided, that if the �ocal Governr-nent becomes invalved in, ar is threatened with, litigation with a subcontractor ar supplier because of such direction, the Lacal �overnment may request the State ta enter into such litigation ta protect the interests of the State. In Page 10 af 17 AFA LongGen Rev 07/17/2019 ��K^ ir'w �� i. ..k N *�. . ♦ . �.. � . ......... ......... . . ..... ...... ........ ....... , ,... ...... . ..... ......... ......_.._. ..... ......... ......... ....... ..... ..... TxDi3i; F�eier�l Fiighr�ray,4dmini�tratior�; �_.._.....________...__,�,...�........_.. _....._._� ......................�.. �. �..�.. �__�...._....� � _M.M.M..............._...._�,�..._ea._.__....�......_�. ��,..._..........��.._._,.,.a ....�.. i C5J # 091�-46-3%0 CF�A �lu�. 20.205 _pi�_..rict..�.. ...............,.w......�._.w�__.._. M.M.M......__............................................,.w._..........................................___- -----___. _.............p.._.__.........w.....,.,..........._,,...mm.m_..........................,_�......,................_.e._._.w..........____. t ��,L/1� �FD� iitl� F9'gh��y �l�nnir�g �n� Car�stru��'�n ..�......�� __.�.�W �.....��....... _ _____......___ . ........ ..... �u........... aaa �ode �f�a�t 64 # 114t10 ����� �.�—._,w_.,_..._... _._.....�___ �..a.a..�______________� ���__��._...... m . ......, �� frczrt� �. �JI�YCir�n�y St. fr ......�......�....... ._.� .. _ ,_.._ .... ..................... .................... �....___ _._..._......................_ .. . ww. __. . �m �rp��ct � � ��dr�� Lr�m t� Audra Ln. tm F �t C9�eaI ��r ����r��t �a+�l�� �rr� ��kir� bird L�, additian, the I�ocal Government may request the United States ta enter into such litigation to pratect the interests of the United States. , Pertinent Non-Discrimination Authorities During the performance of this Agreement, each party, far itself, its assignees, and successars in interest agree to comply with the follawing nandiserimination statutes and authorities; including but nat limited to: A. Title VI of the Civil Rights Act af 1964 (42 U.S.C. § 200pd et seq., 7$ stat. 252), (pro- hibits discrimination on the basis of race, calar, national origin); and 49 CFR Part 21, B. The Unifarm Relacation Assistance and Real Proper#y Acquisition Palicies Act of 1970, {42 U.S.C. § 4601), {prohibits unfair treatment of persons displaced or whose propsrty has been acquired because of federal ar 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 af sex}. D. Section 504 of the F2ehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis af disability); and 49 CFR Part 27. E. The Age Discrimination Act of 1975, as amended, (42 U.S.G. § 6101 et seq.), (prohibits discrimination an the basis of age). F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrirnination based on race, creed, color, natianal origin, ar sex). G. The Civil Rights Restoration Act of 19$i, (PL 100-209), {Broadened the scope, coverage and applicability of Ti#le VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Sectian 504 af the Rehabilitation Act of 1973, by expanding the definition of the terrrrs "pragrams or activities" fo include all of the programs ar activities of the federal-aid recipients, subrecipients and contractars, whether such programs or activities are federally funded or not). H. Titles II and III of the Americans with Disabilities Act, which prahibits discriminatian on the basis of disability in the operatian of public entities, public and private transpartatic�n systems, places af public accommodatian, and certain testing enti#ies {42 U.S.C. §§ 12131-12189) as implemented by Department of Transpor#ation regulations at 49 C.F.R. parts 37 and 38. I. The Federal Aviation Administration's �Jandiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis af race, colar, national origin, and sex}. J. Executive C7rder 12898, Federal Actians to Address Environmental Justice in Minarity Populations and Low-Incame Populatians, which ensures nondiscrimination against minority papulations by discouraging programs, policies, and activities with dispropartianately high and adverse human health or enviranmental effects on minority and low-income papulatians. K. Executive C7rder 13166, Improving Access to Services for Parsans with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limi#ed English praficiency (�EP). Ta ensure compliance with Title VI, the parties must take reasan�ble steps ta ensure that LEP persons have meaningful access to the pragrams (70 Fed. Reg. at 74087 to 741U0}. Page 11 af 1 i AFA LongGen Rev 07/17/2019 DocuSign Envelope ID: BBAE48F5-2DC0-44BD-8285-7FSA3A0476F4 ..., ..... .... . ... .. .. .......... . _ __._ TxDOT: Federal Highway Adminlstration: _...�._a........_._..._ .��....� .........................w..a._._._.��...aa............_.................._._ _�___-__._....................... . C5J # 0918-46-31Q CFDA No. 20.205 ,_ _��� ..�.�...�._.....� .�.....__W...... � _.. _.....��......��._�... .... District # DAL/18 CFDA Title Highway Planning and Gonstructian Code Chart 64 # _.� _ �..����...........��������. .._......�..�.��. .._�......... ._._.� 11400 I .. _ _ ......._ ,_____.�w.._. ._.._._�_.. _... .....�� �.�._ w____w ..................._..� C8 fram E. McKinney St. from � � Project Name Woodrow Ln. to Audra Ln. to AFA Not Used For Research & Developmenf Mockingbird Ln. L. Title IX of the Education Amendments af 1972, as amended, which prohibi#s the parties fram discriminating becauss of sex in education programs ar activities (20 U.S.C. 1681 et seq.). 27. Disadvantaged Business Enterprise (DBE) Program Requirements If federal funds are used: A. The parties shall comply with the Disadvantaged Business Enterprise Program requirements established in 49 CFR Par# 26. B. The Lacai Gavernment shall adapt, in its totality, the State's federally approved DB� program. C. The Local Government shall incorpara#e into its contracts with subproviders an apprapriate DBE goal cansistent with the State's DBE guidelines and in consideratian af the lacal market, project size, and nature of the goods or services to be acquired. The Local Gavernment shall subrnit its prapased scope of services and quantity estimates to the State to allow the �tate to establish a DBE goal far each Local Government cantract with a subprovider. The Local Government shall be responsible for documenting its actions. D. The Lacal Government shall follow all other parts of the State's DBE program referenced in TxDOT Form 2395, Memarandum of Understanding Regarding the Adoptian af the Texas Department of Transportation's Federally-Approved Disadvantaged Business Enterprise by Entity, and attachments found at web address ��tt �;//�� .����.�k�t�a.��.��8 �ab/��c���t-pc�„���/k�� /����a�i�WM��m�r���� ��t��k�rr�a��e��. t��. E. The Local Government shall not discriminafe on the basis af race, color, natianal origin, or sex in the award and performanee of any U.S. Department of Transportatian (DOT)- assisted cantract or in the administration af its DBE program ar the requirements of 49 CFR Part 26. The Local Government shall take all necessary and reasonable steps under 49 GFR Part 26 to ensure non-discrimination in award and administration of DOT-assisted cantracts. The State's DBE program, as required by 49 CFR Part 26 and as appraved by DOT, is incorparated by reference in this Agreement. Implementatian of this program is a legal abligation and failure to carry out its terms shall be treated as a violation of this Agreemen#. Upon notification ta the Local Government af its failure to carry out its approved program, the State may impose sanctians as provided for under 49 GFR Part 26 and may, in appropriate cases, refer the matter for enfarcement under 18 U.S.C. 1001 and the Program Fraud Civil Remedies Act af 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-cantractor) must include the fallawing assurance: The cantractar, sub-recipient, or sub-contractor shall not discriminate on the basis of race, calor, nafiianal origin, or sex in the performance of fhis canfract. The contractar shall carry out applicable requirements af 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor ta carry out fhese requirements is a maferial breach of this Agreement, which may result in the termination of this Agreetnent or such ather rer»edy as the recipienf deems apprapriate. Page 12 af 17 AFA LongGen Rev 07/17/2019 R ^ ► �� �� M " : �� �� : �� � 1 f C � i 3 g � a � � _ TxD�Te Federal Highway Administration: CSJ # 0918_... ��_ .. ... ._ .. __ ........._ .. � .,_.e.....�.... .._...m� .... � mm�n � -46-310 CFDA No. 20.205 Di$trs�t#�mmm��_ ..................DAL61�� m.�.��ww.�..�..�.�... ..�F�ATitle.� ...High��.y����......�...g..�...�...............................� ........ � ..... . �rs�� �r�d Gar�structic�n �.......__.� �_- __,,,,�,. � .... .... ..... ��... �. �.r�...�� ��_�..m. _ ��d� Chari 64 # 11400 wwwwwwwwww � CS fr.�.�. .. � . _ rr�_�_�.� _ ---- ------------ ----- __� .... ..... om E. McKinney St. from Project Name Woodrow Ln. to Audra Ln. to AFA Not Used For Research & Development Mockingbird Ln. 28. Debarment Certifications If federal funds are used, 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 Agreement shall require any party to a subcontract or purchase order awarded under this Agreement to certify its eligibility to receive federal funds and, when requested by the State, to furnish a copy of the certification. If state funds are used, the parties are prohibited from making any award to any party that is debarred under the Texas Administrative Cade, Title 34, Part 1, Chapter 20, Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1, Chapter 9, Subchapter G. . Lobbying Certification If federal funds are used, 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 persan 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, laans, 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 mare than $100,000 for each such failure. Page 13 of 17 AFA LongGen Rev 07/17/2019 DocuSign Envelope ID: BBAE48F5-2DCQ-448D-8285-7F8A3A0476F4 _ .. __.. ._. �.�...,,.� �. _ ......... �,,,,,,,,,,,,,,,,,, _..,. ._. TxDOT: Federal Highway Admini�tratian: GSJ #.T_.��.��._..__ 0918-46-310.._.�.__���._.._... CFDA No.� 20.2Q5 .�'_._�._....._._.�___...._..._..��,.._.....ro.w,,.._ [7istrict # DALl18 � CFDA Title Highway Planning and Constructian � .................,...� ,.__._� .�._......__...........�.mmmmm..,��.... .�.�.�� Code Ghart 64 # 11400 �I .��.�._.. ___._ _.�..._..... �....... �..M.M._..._._-___....� ..............._... �_..M.M._ �. C8 from E. McKinney St. from Project Name Waodraw Ln. to Audra Ln. to AFA Not Used Far Research & Developmenf Mockingbird Ln. 30. Federal Funding Accountability and Transparency Act Requirements If federal funds are used, the follawing requirements apply: A. Any recipient of funds under this Agreemer►t agrees ta camply with the Federal Funding Accauntability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject to the following award terms: N�1k�a.�l�o��.� �.�������� �� N�� ������� ����..d�'���.�c���"��� �.�.�.�� ���. �� and k�t�, .���r��. ���,�. ��:���"�����,���� ��`�-�i�� �����,1�ac�����)11 d��;�'�,���7�C�. m��:�. 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,Oq0 in federal funding. The SAM number may be obtained by visiting the SAM website whase address is: ht,t,���,6��r�rr,�,��r�r������,�N��������NA����l�! 2. C?btain and provide to the Sfate a Data Universal Numbering System (DUNS} number, a unique nine-character number that allows federal gavernment to track the distribution of federal money. The DUNS may be requested free of charge for all businesses and entities required ta do so by visiting the Dun & Bradstreet (D&B) on-line registration website V����a������a���,�r�������r���/w��&��'��°m�n; and 3. Repart the tatal compensation and names of its top five executives to the State if: i. Mare than 80% of annual gross revenues are fram the federal government, and those revenues are greater than $25,000,000; and ii. The compensation information is not already available thraugh reporting to the U.S. Securities and Exchange Cammission. 31. Single Audit Report If federal funds are used: A. The parkies shall comply with the single audit report requirements stipulated in 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. B. If threshald expenditures of $750,000 or more are met during the fiscal year, the Local Government must submit a Singie Audit Report and Management Letter (if applicable) to TxDOT's Compliance Divisian, 125 East 1�th Street, Austin, TX 78701 or contact 7xDOT's Compliance Division by email at ���a ������.�i�� c��k�c��t, ��arr�. C. If expenditures are less than the threshald during the Loca! Gavernment's fiscal year, the Local Government must submit a statement to TxDOT's Compliance Division as follows: "We did not meet the $ expenditure threshold and therefore, are not required ta have a single audit perfarmed for FY " D. For each year the Project remains apen far federal funding expenditures, the Local Government will be responsible far filing a report or statement as described above. The required annual filing shall extend thraughout the life of the Agreement, unless otherwise amended or the Project has been formally closed out and no charges have been incurred within the curren# fiscal year. Page 14 af 17 AFA LangGen Rev 07/17/2019 DocuSign Envelope ID; BBAE48F5-2C7Cp-44BD-8285-7F6A3A0476F4 _ _. ._........e . ..... ... .......... ..___....._.__...._ _� . . � . . ...�_ ....... _ ___� � .y... .._.__ � ...._.._ _ ... _..�� . ....... TxDOT: Federa! Hi hwa Administration: CSJ # �... �..0918-48-310 „ ..CFDA No. m �.. .W.20.205...�..�..��. .Y....�...�.... District # DALt18 CFDA Title Highway Planning andITConstructian CadeChart 64 # 114Q0 ��._._..__ .._...�.. ..__�..�_ ...._...._..._... . .. .._...��.____��._ _.�.....�,......... _.��. ���_......ww_._.._..�� .............. .....w�.......�.��� W.�.�...�.�. CS from E. McKinney St. from � Praject Name Woadraw Ln. to Audra Ln. to AFA Not Used Far Research & Development Mockingbird Ln. 32. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this Agreemen# an behalf af the entity represented. Each party is signing this Agreement on the date stated under that party's signature. THE LOCAL Ca� � P�N��i`�i � �'�,."_ �_..__ . � �IT����m��M� Signature Tadd Hileman Typed or Printed tVame City Manager Typed ar Printed Title .�_.� ��� �� � .� �...__�_�___.��.�.. ��t THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and aperatianal obligations and business terms. ����r��� nr: � � � �r��r�����,., Signature Cit En ineer Title Ca ital Pro'ects Department Approved as ta Form; ���r City Attorney �° Aaran Leal �r� ���� � �� 1"r y�L�rt�fc�rd � ` ��p+��ty City Attorney ATTES7 City ��r�t�ry,�� ��� �. p . °��o "'�""� ; "biW � . w.�� �� N ,/,,,,�. . r° aa„, P�. Rasa Rios City Secretary Date Si�����019 r`�wy1�� � r�� QM`�w" ,�«� � �� b Mtiv �v d $' �Jtl ^ �'H� ^ 1 A u m M1 � '� 'h �"� 9lw W �� �� �� �+ ����� � ���� �Wk � ��W �� � � � uJ 1r q �� °%c � �� i.L+� ^,M IG I�� � `��� � k �° " � �F �"z � � An �� a� �; V��� � � � ,��,`��a° � mo,��w �� q ,�'4+�,�°' ��,t� �° �� �r��� ����� Page 15 of 17 AFA LongGen Rev 07/17/2019 ■r r' '�.- � ..� .• � 1�':�: i *� ��. � 1 ' 1' , I�I �fl r. r, : ...., . . r . . • ., . ,. . Signature .-.. - -• - � • • • ��� r-• � ► .� . -^r ';,r", � ��, ��;� �+ f 1 ! � 1� e i � �,. w�, y ■�, I'�� 7i��i�%�;��r' ',' ;�'� r("i`'�l17:�%� r.- rl ;- r � Page 16 of 17 AFA LongGen Rev Q7/17/2019 rt .VX w.t .• f�,w • • + ; , .. I "P'���1": F�d�ra�l Mlgh�ar�y R�drv�ini�tr�ti�n: ._--___ ___�..� � � ................_ ____.�.._.............. ...��.����.����.A.............�.�..�.�.�.�....m�.�.�� �....__..�._._....mw...m.m..............�._ � � ... � w__.____....._ �. .A......w_w......_._w_..------ �SJ # q91�-46-310 ���A Plo. 20.2�5 _m.m �_. ��__�w_ . ...................... .___m._M.M ..�.�.�. �.�.................................._......_.. ____�___ � ..M.M....,�_____—__._..........��.._�.�.�.......m........... �i�tric� # ��L,f1� CF �4 iitl� Fi� h�r� �6��r��r� ��d ���......_.___.__........,.M.M......._. �tr���i�� _...._,�__....e._��� ......... _____.._._._ ................____...__„AA.,.,,.,.�m..�........ .. .... �_�_�� _� �...aaaa. a.. _.._,,,._,ww...._.w_...... ..w.......� _. _..........� ................ ��d� Gh�r# 6� # 11�OQ _.... �.. _ w�.�_w�� __,.,.,.,, �...M. ._�.._w_.. � --____ .. — ----- _ ...............�... __..._�__._--- ...... .... mm ..----.. ..... �� fr�� �, c i�n�y Sta fr� �r����� �rn� o�dr�� Ln. t� Paudr� Ln. t� �t Ld��� ��r ����r�fa �vel� ��i �c irp ird L�. �, � r�11_ ' � � �.,� �' �.. , �,, * �, «� �,��. . F'�ge 2 �i 1 i o4F/� Lcangi��n R�v (i7/17/2Q19 , • • � � • � � . � . . . ,� i � � . , . . � . N � ! � . �, • ;• �• . � � , � •' ' : � , • � . � � � . � #., . . � � . . . � . � �; . � � � �, � �' � �. �,; �; � �, � i �, ' �, . WI�ERFAS, the City of Denton ("City"} owns and maintains aff=system roadw�ys, ir�cluding East McKinney Street; and WHL[� i�.l�.'�, the "I"a���a�a��s 1���a�u����ment af Transpartktti���x ("TxI)OT") is willing to ���������c� the construction ������:� af T������"���c� ������� Upgrades at the i��i�����ctions of E. Mc7Kitzney �;t���t at ��ac�c�rcxr�r �,t�a�� �a���� E�,. l'��i�im�t��v `�����a�t ��C 14�t�i�b�i��k��r��1 L�����c�, ��� �a;:���t c�f t���� Highway `���f'c�ty 1��������������°��,�t�i ���µ���ra���:� ����I�;II�.�� �:��¢�c.�k�r��� ��g�c��� ��`�i}� ���r�����r���t t�a r°�i��ai��:��°�e ��r� percent (1(1"'r��) of t&�c� 1����a1 ���p��t�•�.a�iic��� �o�(.�� ��r����l� i., ��Ma����.��t1� r��ti��������c! tc� l�� "�:����,1����.(���; ����c� . . . � � •• . ^ . * � - ' � - � r , _ �� . - . �. �, r-• • . �. + . •- , s . • . , . � �, . «, � WHEREAS, the State is �utharized to enter inta an agreement with the �ity far the P���j�ct ��a��������������t ta "I"z•������s}�c���t�[i��a°� Cade § 221.C:3C�°� and ����w�e: ����°����r�c� the attached Advan�e F����t����in� ��r��:�a•���ei7t f���� ��z I�����°��nr��y� S�.fety Impro��F�����r�nt 46i�����t�.���� �t��� �`Agreement°'); and WI-�EREAS, the City C'auncil, havin� considered the Agree�nent that is required by "��'�r�Z�)OT �nd ������r��i������ing the impor��xr��,��� ���' �������i��,�� the lettin� date of ��»�����r 2020, is of th� ���:��ir�ion tl�at it .,h��z.r��� approve the ��%�r����°+����•e;w:r������ Ag�•eement by and l��ta+���en the City �nd TxI7CJT; NOW, THEREFORE, THE COU1�I�:IL OF THE CITY oF I7ENTON HERE�Y ORDAII�IS: "�� �`:""�l��)�"���_�,. T"he fir��t�:�i������ and rec�����icrns cot�tai��c��l �i�u the preainble of this ��r°�o�i��������� are inc��t•��«r���Cc;�� 'I�������in l�y rel���•�:������ as true s����r:i as if"fully �,�,� ����:�r�°�th in the body crf t�1is a�•ciir���r�c,��. '�1_C" I It )P�..�.: `�°p'°wc C:`ity V"��,������„��•, ar l�i� �l�:�i��:l��c�� i� l�c��°��,� ��c.a:tha�mi;��c1 t�� ���c:u�lc; ��r��� deliver c��� �,�����1[' ���" il��° t"ii�� an�1 �"�t�rc.��� af' �7�:���c:��� t1.�� �w�,t°��r�� ��t, :z �,,c�py c�i' ��l�w�c,�a i:; r�tt��c�I��a;l h�l•eto ��:� N:�x��ik,,it "d^�"" <�r�cl tn�����° :� ������t hc��•�.<,a�" la�t° �a11 �:�t��°��c�;�,�.�Po cac° a ���i��;t:�,�n1,:��1M� �ir��al�;�r ag1-eeanent as may l�e required by TxDOT. �I f�'11(��J.mm�� 'The City Manager, or his desi�n�e, is further authot�azed to carry out all duties anci obligation� to be perfc�rmed by th� City under the Agreer�7ent, includ�ng, bt�t not limited ta, tl�e expenditure of funds. �:�::?;�;';��"�ON„4. This ordinarace shall l�ecome effective ilnm�diately upon iis passagc� a�zd approval. The tnotian ta approWe this arclinance was made bY . w�'�� ��� �"��'�r"��`�`��".��µ.,.. _ and secondcd by �,,„f �µ �'„��': ���._��° °��...... _...... _. the ardrnance was passed and a�proved by _.. .....m� the following vote � �"� - �� _�� Chris V�latts, Mayor; � • i Keely G. Briggs, District 2: Jesse Davis, District 3: ,Tohn Ryan, I7istrict 4: s� . P'ASS�D AI`�1I7 AT'PROVED this th� �"��'��.c���� of ..����_��°�`� w�,� ,..__� 2019, ,�� ��,,�.. �� " � �,'`��" � ��l�i��� 1�:� �A 1 l �,� MA _.. . — ..m ..... ....W._._..__.�W "�" YCiR AT1°�ST: RC?S� RIOS, CTTY SECR�TARY ��� �� ���� � wwrr .� �" . �, $Y� -�,.�..�. � , .._. ..._..��„���.��. � ���w�..�........._. API'ROVEU AS TO LCC'rAL FC7RM: AARON LEAL, CiTY ATTC7RNEY _ ��. �� . . _. � � � . �_ .�� _ BY� �.."� ���., ,.. ._ . ..____..... F� � �„r��� �,. "fi � � DocuStgn Envelope ID: BBAE46F5-2DC0-44BD-8285-7F8A3A0476F4 _,... . - - ___ _. _ ........... TxDOT: Federal Highway Administra#ion: ,��........._.....��� ___���...........�._�..� _��..��........�... _ .................._. . _. CSJ # 0918-46-31p CFQA No. 20.205 District # DALl18 _ ._�..._.�._.��...�....��..._._�_....__ �. CFDA Title Highway Planning and Con............ ��......�.�...�� mITmm struction m__._..__.���� ....._��_�....�. �_m_m_......�... _�....._� ... _ ...............w..............�.....��_ ..�_.........._. Code Chart 64 # 114p0 �..__.._. ��.�......�...�.....�. __._....._ _____�_�.�.�..�....._.www.�.__..w.�._... CS from E. McKinney St. from Praject Name Waodrow Ln. to Audra Ln. to AFA Not Used Far Research & Development Mackingbird Ln. ', ATTACHMENT B �OCATION MAP SHt7WING PROJECT E. McKinney St. from Woodraw Ln./Audra Ln. to Mockingbird Ln. � �,�r�; , ���, � � �. �, � ,���� Page 1 af 1 AFA LongGen Attachment B � ��� -�r�^ i :� �S N 1 ��:��i i � ��� � �t , x �i��i���''� [M�ijf:�i.��l�i� � �: �� � h'1. � ;� , r `s � : CS from E. IVlcKinn�y �to fr�rr9 �raject M1l� e �adrow Ln. to Audra Ln. ta F �t U��al or ��earcb� e�el�p e�t �ckiragbir Lr�. ATTACHMENT C PROJECT BUDGET ESTIMATE AND SOURCE OF FUNDS Costs will be allocated based on 90% Federal funding and 10% Local Government funding until the federal funding reaches the maximum obligated amount. The Local Government will then be responsible for 100% of the costs. Total Federal Participation State Participation Local Participation Description Estimate Cost % Cost % Cost % Cost Engineering $106,375.00 0% $0.00 0% $0 100% $106,375.00 (by Local) Construction $329,149.00 90% $296,234.00 0% $0 10% $32,915.OQ (by State} 3ubtotal $435,524.00 � $296,234.00 �0 $139,290.00 Direct State Costs — $gg,00 90% ° ° Environmental $��•00 d!o $0.00 �0% ' $9.00 ...�.... �,�____...�_ Direct State Costs — Engineering $3,291.00 0% $0.00 0°/a $0.00 100% $3,291.00 Direct State Costs — � � � Right of Way $89•00 90% $80.00 0% $0.00 10% $9.00 DlreCt State Costs — $89.00 90% ^ ° ° Utilit $80.00 0 /o $0.00 10 /o $9.00 Direct State Costs — I Construction $9,875.00 0% $0.00 0% $0.00 100% $9,875.00 Indirect Casts @ 4.52% $19,686.00 0% $0.00 100% $19,686.00 0% $0.00 Subtofaf $ 33,119.00 $240.00 $19,686.00 $13,193.00 ioi�l $468,643.00 $296,474.00 $19,686.00 ' $152,483.00 Initial payment by the Local Government to the State: $3,318.00 Payment by the Local Government to the State before construction: $42,790.00 Total payment by the Local Government to the State: $46,108.00 This is an estimate. The final amount of Local Government participation will be based on actual costs. Page 1 of 1 AFA LongGen Attachment C