Loading...
23-2111ORDINANCE NO. 23-2 111 AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER, OR DESIGNEE, AUTHORIZING EXPENDITURE OF FUNDS FOR A TOTAL NOT TO EXCEED $297,133.70 FOR THE OVERAGE COST FOR THE INTERSECTIONS OF 1) HICKORY STREET AND FRY STREET (CSJ-09 18-46-327) AND 2) WEST OAK STREET AND THOMAS STREET (CSJ-0918-46-328) IN THE CITY OF DENTON, DENTON COUNTY, TEXAS UNDER THE ADVANCED FUNDING AGREEMENT FOR HIGHWAY SAFETY IMPROVEMENT PROJECT OFF-SYSTEM BY AND BETWEEN THE CITY OF DENTON AND THE TEXAS DEPARTMENT OF TRANSPORTATION (“TXDOT”); AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, On June 6, 2023, City Council passed Ordinance No. 23-1161, attached hereto as Exhibit A , the City of Denton, Texas (“Local Government”) and the State of Texas, acting by and through the Texas Department of Transportation (“TXDOT”) entered into an Agreement for Traffic Signal overage expenditure for the State Control-Section Job (CSJ) Number (0918-46-327) for the improvement of traffic signals at Hickory Street and Fry Street and CSJ-(0918-46-328) for the installation of a traffic signal at Thomas Street at West Oak Street (“Agreement”); and WHEREAS, TxDOT will be funding the construction cost of traffic signal upgrades at the intersections of Hickory Street at Fry Street and West Oak Street at Thomas Street as a federal-aid project (the “Project”); and WHEREAS, Ordinance No. 23-1161 authorized an advanced funding agreement with TxDOT for the Project (the “AFA”), with the City’s estimated contribution amount of $34,235.30; and WHEREAS, the AFA stipulated that the City of Denton would be responsible for any and all cost overruns associated with the Project; and WHEREAS, TxDOT bid the Project in August of 2023 which included the resulting additional cost to the City of Denton due to inflation of $297, 133.70 not originally anticipated, more particularly described in Exhibit B attached hereto and made a part hereof; and WHEREAS, the TxDOT and City wish to cooperate in the construction of the Project; and WHEREAS, the work can be done through TxDOT’s bid for the Project, but the City will be responsible for the entire cost of the overage; and WHEREAS, the City Council, having considered the Agreement with TxDOT and the importance of the Project to the public interest and safety, desires to approve the additional expenditure for the cost; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The findings and recitations contained in the preamble of this ordinance are incorporated herein by reference as true and as if fully set forth in the body of this ordinance. SECTION 2. In compliance with the Agreement, the City Manager, or designee, is authorized to expend additional funds in the amount of Two Hundred Ninety-Seven Thousand, One Hundred Thirty- Three and 70/100 Dollars ($297, 133.70) for the cost overruns to the AFA for the intersections of Hickory Street at Fry Street and West Oak Street at Thomas Street in the city of Denton. SECTION 3. This ordinance shall become effective immediately upon its passage and approval The motion to approve this ordinance was made by RI Me I +nr and seconded by BI, T.\ $(LA . This ordinance was passed and approved by the following vote [ ]: Aye Nay Abstain Absent Mayor Gerard Hudspeth:,/ \/ ./’ ,/ IZ Vicki Byrd, District 1 : Brian Beck, District 2: Paul Meltzer, District 3 : Joe Holland, District 4: Brandon Chase McGee, At Large Place 5 :V Chris Watts, At Large Place 6:J PASSED AND APPROVED this the 1 Ll t ~ day of N)ouew,b'r _, 2023. ATTEST: APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY BY: --' b'-'- =?===’=- EXHIBIT A ORDINANCE NO. 23-1161 AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUtHORIZING THE CITY MANAGER, OR DESIGNEE, TO E}acurE AND DELIVER AN ADVANCE FUNDING AGREEMEVr (“AFA”) FOR HIGHWAY SAFETY H@ROVENBNr PROJECT (“HSIP”) OFF-SYSTEM BETWEEN THE CITY OF DElfroN AND THE TEXAS DEPARTMENT OF TRANSPORTATION (“TXDOT”) PROVIDRqG FOR THE FURNISHING OF TRAFFIC SIGNAL EQUIPMENt FOR Tm INTERSECTIONS OF TRAFFIC SIGNALS AND PEDESTRLAN FACILITIES AT THE nqTERSECTioNS OF HICKORY STREET AND FRY STREET AND WEST OAK STREET AND THOMAS STREET IN THE CITY OF DENFON; PROVIDING FOR THE EXPENDITURE OF FUNDS FOR A TOTAL NOT TO EXCEED $120,199.00 ($34,235.30 FOR THE DRECT STATE COSTS AND $85,964.oo FOR FURNISHING TRAFFIC SIGNAL EQUEPMENT); AND PROviDnqG FOR AN EFFECTIVE DATE. WHEREAS, the City of Denton, Texas (“Local Government”) and the State of Texas, acting by and through the Texas Department of Transportation (“TXDOT”) desire to enter into an Advance Funding Agreement (“AFA”) regarding the State Control-Section Job (CSJ) Number (0918-46-327) for the improvement of traffic signals and improvement of pedestrian signals at Hickory St. and Fry St. and CS J- (0918-46-328) for the installation of the pedestrian Hybrid Beacon, installation of pedestrian crosswalk and sidewalks at Thomas St. at West Oak St; and WHEREAS, TxDOT is fUnding the construction cost of traffic signal upgrades at the intersections of Hickory Street at Fry Street and Oak Street at Thomas Street as part of the Highway Safety Improvement Program (“HSIP”) funding (the “Project”); and WHEREAS, the City will pay TxDOT an amount of $34,235.30 for the direct state costs for the off-system locations; and WHEREAS, the City of Denton will be responsible for any cost overruns in excess of the amounts specified in the AFA; and WHEREAS, TxDOT has approved the use of sole sourced traffic signal equipment consisting of 1)Cabinet- Henke cabinet model PTSI P-44, 2) Controller- Econolite Cobalt, 3) Battery Backup- Model Alpha FXM HP 110 and 4) Vehicle Detection which are compatible with City standards for these intersections; and WHEREAS, the approved sole sourced traffic signal equipment to be furnished by the City of Denton total cost is estimated at $85,9@t.00 as shown in the attached Exhibit B; and WHEREAS, TxDot has agreed to reimburse the City through the AFA process; and WHEREAS, the TxDOT and City wish to cooperate in the construction of the Project; and WHEREAS, the TxDOT is authorized to enter into an agreement with the City for the Project pursuant to Transportation Code § 221.002 and have prepared the attached Agreement for the Furnishing and Installing of Traffic Signal Equipment by a Municipality (the “Agreement; and WHEREAS, the City Council, having considered the AFA with TxDOT and the importance of the Project to the public interest and safety, desires to approve the additional expenditure for the cost overrun; NOW, THEREFORE. TIn COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The findings and recitations contained in the preamble of this ordinance are incorporated hwein by reference as true and as if fully set forth in the body of this ordinance. SECTION 2. In compliance with the AFA, the City Manager, or designw, is authorized to expend funds in the amount of One Hundred Twenty Thousand, One Hundred Ninety-Nine and 30/100 Dollars ($120,199.30) for the furnishing of traffic signal equipment for the intersections of traffic signals and pedestrian facilities at the intersections of Hickory Street and Fry Street and West Oak Street and Thomas Street in the city of Denton. SECTION 3. The City Manager of the City of Denton, or designee, is hereby authorized to execute on behalf of the City, the Advance Funding Agreement (" AFA”) with the Texas Department of Transportation, a copy of which is attached hereto as Exhibit " A" and made a part hereof for all purposes. SECTION 4. The City Manager, or designee, is further authorind to carry out all duties and agreements to tn performed by the City under the AFA. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by Br „... Brc,Land seconded by $,a-i+b CL\hnc 6+Fhis ordinance was passed and approved by the following vote [7 - o]: Aye Nay Abstain Absent Mayor Gerard Hudspeth:,/ ./ J ./ J J a Vicki Byrd, District 1 : Brian Beck, District 2: Paul Meltzer. District 3: Joe Holland, District 4: Brandon Chase McGee, At Large Place 5: Chris Watts, At Large Place 6: PASSED AND APPROVED this the 6th dayof J .„c J 2023. N ATrEST: JESUS SALAZAR, DWERIM CITY SECRETARY L\\\tIll it//1 APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATrORNEY aHUng(++. # &:Hgth© naIaaRalZlu4rBFBY DocuSign Envelope ID: 24D05E00-59FCJ1130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 091846-328 ZOOO041 84AFA IDDistrict #18 / DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. at West Oak St. Federal Highway Administration CFDA No 20.205 CFDA Title Highway Planning and Construction AFA Not Used For Research & Development STATE OF TEXAS S SCOUNTY OF TRAVIS ADVANCE FUNDING AGREEMENT For Highway Safety Improvement Project Off-System 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 to as “the parties” hereinafter. WITNESSETH WHEREAS, federal law establishes federally funded programs for transportation improvements to implement its public purposes, and WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall design, construct and operate a system of highways in cooperation with local governments, and Section 222.052 authorizes the Texas Transportation Commission to accept contributions from political subdivisions for development and construction of public roads and the state highway system within the political subdivision, 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 has codified 43 TAC, Rules 15.50-15.56 that describe federal, state, and local responsibilities for cost participation in highway improvement and other transportation projects, and WHEREAS, the Texas Transportation Commission passed Minute Order Number 116292 authorizing the State to undertake and complete a highway improvement or other transportation project generally described as traffic signal improvements . The portion of the project work covered by this Agreement is identified in the Agreement, Article 3, Scope of Work (Project), and WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement by resolution, ordinance, or commissioners court order dated 06/06/2023, which is attached to and made a part of this Agreement as Attachment C, Resolution, Ordinance, or Commissioners Court Order (Attachment C). A map showing the Project location appears in Attachment A, Location Map Showing Project (Attachment A), which is attached to and made a part of this Agreement. AFA LongGen Page 1 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 Federal Highway Administration 20.205 CFDA Title Highway Planning and Construction AFA Not Used For Research & Development 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.Responsible Parties: For the Project covered by this Agreement, the parties shall be responsible for the following work as stated in the article of the Agreement referenced in the table below: Local Government Local Government Local Government State Local Government Utilities Environmental Assessment and Mitigation Architectural and Engineering Services Construction Responsibilities Right of Way and Real Property Article 8 Article 9 Article 11 Article 12 Article 14 2.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. 3.Scope of Work The scope of work for the Project consists of (091846-327) improve traffic signals and improve pedestrian signals at Hickory St. and Fry St. (0918-46-328) install pedestrian Hybrid Beacon, install pedestrian crosswalk and install sidewalks at Thomas St. at West Oak St. 4.Project Sources and Uses of Funds The total estimated cost of the Project is shown in Attachment B, Project Budget (Attachment B) which is attached to and made a part of this Agreement. A. If the Local Government will perform any work under this Agreement for which reimbursement will be provided by or through the State, the Local Government must complete training. If federal funds are being used, the training must be completed 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” and retains qualification in accordance with applicable TxDOT procedures. Upon request, 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 its discretion may deny reimbursement if the Local Government has not AFA LongGen Page 2 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091 846-327, 091 846-328 AFA ID ZOOO041 84District #18 / DAL 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. atProject Name West Oak St Federal Highway Administration 20.205 Highway Planning and Construction AFA Not Used For Research & Development continuously designated in writing a qualified individual to work actively on or to directly oversee the Project. The expected cash contributions from the federal government, the State, the Local Government, or other parties are shown in Attachment B. The State will pay for only those Project costs that have been approved by the Texas Transportation Commission. For projects with federal funds, 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 (FHWA). 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. Attachment B shows, by major cost categories, the cost estimates and the party responsible for performing the work for each category. 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. 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 The Local Government will be responsible for all non-federal or non-State participation costs associated with the Project, unless otherwise provided for in this Agreement or approved otherwise in an amendment to this Agreement. For items of work subject to specified percentage funding, the Local Government shall only in those instances be responsible for all Project costs that are greater than the maximum State and federal participation specified in Attachment B and for overruns in excess of the amount specified in Attachment B to be paid by the Local Government The budget in Attachment B 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 State. When 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 additional funds being due. When fixed price funding is used, the Local Government is responsible for the fixed price amount specified in Attachment B. Fixed prices are not subject to adjustment unless (1) differing site conditions are encountered; (2) further definition of the Local Government’s requested scope of work identifies greatly differing costs from those estimated; (3) work requested by the Local Government is determined to be ineligible for federal participation; or (4) the adjustment is mutually agreed to by the State and the Local Government. B. C. D. E. F. G. H AFA LongGen Page 3 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT c SJ# 1 091846-327,091846-328 ZOOO041 84AFA ID Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development I 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 B. At a minimum, this amount shall equal the Local Government’s funding share for the estimated cost of preliminary engineering performed or reviewed by the State for the Project. 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. 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. 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” or may use the State’s Automated Clearing House (ACH) system for electronic transfer of funds in accordance with instructions provided by TxDOT’s Finance Division. The funds shall be deposited and managed by the State and may only be applied by the State to the Project. The State will not pay interest on any funds provided by the Local Government. If a waiver for the collection of indirect costs for a service project has been granted under 43 TAC 515.56, 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 Local Government prior to completion of the 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 . Where the Local Government is authorized to perform services under this Agreement and be reimbursed by the State, 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. Upon completion of the Project, the State will perform a final accounting of the Project costs for all items of work with specified percentage funding. Any funds due by the Local Government, the State, or the federal government for these work items will be promptly paid by the owing party The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this Agreement or indirectly through a subcontract under this Agreement. Acceptance of funds directly under this Agreement or indirectly through a subcontract under this Agreement acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. Project J K L M. N. 0. P. Q. AFA LongGen Page 4 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 Federal Highway Administration 20.205 CFDA Title Highway Planning and Construction AFA Not Used For Research & Development R.Payment under this Agreement beyond the end of the current fiscal biennium is subject to availability of appropriated funds. If funds are not appropriated, this Agreement shall be terminated immediately with no liability to either party. 5.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 costs incurred because of the breach shall be paid by the breaching party; 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 The Agreement is terminated by the State because the parties are not able to execute a mutually agreeable amendment when the costs for Local Government requested items increase significantly due to differing site conditions, determination that Local government requested work is ineligible for federal or state cost participation, or a more thorough definition of the Local Government’s proposed work scope identifies greatly differing costs from those estimated. The State will reimburse Local Government remaining funds to the Local Government within ninety (90) days of termination; or The Project is inactive for thirty-six (36) consecutive months or longer and no expenditures have been charged against federal funds, in which case the State may in its discretion terminate this Agreement. C. D. E. 6.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. 7.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. 8.Utilities The party named in Article 1, Responsible Parties, under AGREEMENT shall be responsible for the adjustment, removal, or relocation of utility facilities in accordance with applicable state laws, regulations, rules, policies, and procedures, including any cost to the State of a delay resulting from the Local Government’s failure to ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. The Local Government will not be reimbursed with federal or State funds for the cost of required utility work. The Local Government must obtain advance approval for any variance from established procedures. Before a construction contract is AFA LongGen Page 5 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT C HAIDistrict #18 / DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration : 20.205CFDA No CFDA Title Highway Planning and Construction AFA Not Used For Research & Development let, the Local Government shall provide, at the State’s request, a certification stating that the Local Government has completed the adjustment of all utilities that must be adjusted before construction is commenced. 9.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 not be held prior to the approval of the Project schematic. The preparation of the NEPA documents required for the environmental clearance of this Project. D. If the Local Government is responsible for the environmental assessment and mitigation, before the advertisement for bids, the Local Government shall provide to the State written documentation from the appropriate regulatory agency or agencies that all envIronmental clearances have been obtained. 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 (TDLFq) 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 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 (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 AFA LongGen Page 6 of 17 Rev. 12/10/2021 DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 091846-328 AFA ID ZOOO041 8418 / DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration: 20.205CFDA No CFDA Title Highway Planning and Construction AFA Not Used For Research & Development environmental matters. If the Local Government is the responsible party, the Local Government shall submit its procurement selection process for prior 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 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 forconstruction. If the State is the responsible party, the State will use its approved contract letting and award procedures to let and award the construction contract. 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. 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 If the Local Government is the responsible party, the State must review and B. C. D. E. F. approve change orders. Upon completion of the Project, the party responsible for constructing the Project will issue and sign a “Notification of Completion” acknowledging the Project’s construction completion and submit certification(s) sealed by a professional engineer(s) licensed in the State of Texas. 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. G 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. AFA LongGen Page 7 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 0918-46-328 BAIDistrict # Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205CFDA No CFDA Title Highway Planning and Construction AFA Not Used For Research & Development 14.Right of Way and Real Property The party named in Article 1, Responsible Parties, under AGREEMENT is responsible for the provision and acquisition of any needed right of way or real property. The Local Government shall be responsible for the following: A. Right of way and real property acquisition shall be the responsibility of the Local Government. Title to right of way and other related real property must be acceptable to the State before funds may be expended for the improvement of the right of way or real property. If the Local Government is the owner of any part of the Project site under this Agreement, the Local Government shall permit the State or its authorized representative access to occupy the site to perform all activities required to B. C. execute the work All parties to this Agreement will comply with and assume the costs for compliance with all the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Title 42 U.S.C.A. Section 4601 et seq., including those provisions relating to incidental expenses incurred by the property owners in conveying the real property to the Local Government and benefits applicable to the relocation of any displaced person as defined in 49 CFR Section 24.2(g). Documentation to support such compliance must be maintained and made available to the State and its representatives for review and inspection . The Local Government shall assume all costs and perform necessary requirements to provide any necessary evidence of title or right of use in the name of the Local Government to the real property required for development of the Project. The evidence of title or rights shall be acceptable to the State, and be free and clear of all encroachments. The Local Government shall secure and provide easements and any needed rights of entry over any other land needed to develop the Project according to the approved Project plans. The Local Government shall be responsible for securing any additional real property required for completion of the Project. In the event real property is donated to the Local Government after the date of the State’s authorization, the Local Government will provide all documentation to the State regarding fair market value of the acquired property. The State will review the Local Government’s appraisal, determine the fair market value and credit that amount towards the Local Government’s financial share. If donated property is to be used as a funding match, it may not be provided by the Local Government. The State will not reimburse the Local Government for any real property acquired before execution of this Agreement and the obligation of federal spending authority. The Local Government shall prepare real property maps, property descriptions and other data as needed to properly describe the real property and submit them to the State for approval prior to the Local Government acquiring the real property. Tracings of the maps shall be retained by the Local Government for a permanent record. D. E. F. AFA LongGen Page 8 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC'+130-A69E-D4580AC2BBF0 TxDOT CSJ #091 846-327, 091846-328 AFA ID ZOOO041 84District #18 / DAL 11 400Code Chart 64 # Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration CFDA No 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development G.The Local Government agrees to make a determination of property values for each real property parcel by methods acceptable to the State and to submit to the State a tabulation of the values so determined, signed by the appropriate Local Government representative. The tabulations shall list the parcel numbers, ownership, acreage and recommended compensation. Compensation shall be shown in the component parts of land acquired, itemization of improvements acquired, damages (if any) and the amounts by which the total compensation will be reduced if the owner retains improvements. This tabulation shall be accompanied by an explanation to support the determined values, together with a copy of information or reports used in calculating all determined values. Expenses incurred by the Local Government in performing this work may be eligible for reimbursement after the Local Government has received written authorization by the State to proceed with determination of real property values. The State will review the data submitted and may base its reimbursement for parcel acquisitions on these values. Reimbursement for real property costs will be made to the Local Government for real property purchased in an amount not to exceed eighty percent (80%) of the cost of the real property purchased in accordance with the terms and provisions of this Agreement. Reimbursement will be in an amount not to exceed eighty percent (80%) of the State’s predetermined value of each parcel, or the net cost of the parcel, whichever is less. In addition, reimbursement will be made to the Local Government for necessary payments to appraisers, expenses incurred in order to assure good title, and costs associated with the relocation of displaced persons and personal property as well as incidental expenses. If the Project requires the use of real property to which the Local Government will not hold title, a separate agreement between the owners of the real property and the Local Government must be executed prior to execution of this Agreement. The separate agreement must establish that the Project will be dedicated for public use for a period of not less than 10 (ten) years after completion. The separate agreement must define the responsibilities of the parties as to the use of the real property and operation and maintenance of the Project after completion. The separate agreement must be approved by the State prior to its execution. A copy of the executed agreement shall be provided to the State. H I 15.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 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. AFA LongGen Page 9 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT Federal Highway Administration 20.205 CFDA Title Highway Planning and Construction CSJ #091846-327, 091846-328 District #18 / DAL ZOOO041 84AFA ID 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. at West Oak St.AFA Not Used For Research & Development 16.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 of Denton ATTN: City Manager 215 E. McKinney St Denton, TX 76201 Texas Department of Transportation ATTN: Director of Contract Services 125 E. 11 th Street Austin, TX 78701 All notices shall be deemed given on the date delivered in person or deposited in the mail, unless otherwise provided by this Agreement. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. 17.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. 18.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. 19.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 and information 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 format directed by the State, on a monthly basis or as required by the State. The originals shall remain the property of the Local Government. . 20.Compliance with Laws The parties to this Agreement 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. AFA LongGen Page 10 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091 846-327, 091846-328 ZOOO041 8418 1 DAL AFA ID 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205CFDA No Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development 21.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. 22.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. 23.Procurement and Property Management Standards The parties to this Agreement shall adhere to the procurement and property management standards established in 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the Texas Uniform Grant Management Standards. The State must pre-approve the Local Government’s procurement procedures for purchases to be eligible for state or federalfunds 24.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 FHWA and the U.S. Office of the Inspector General or their duly authorized representatives for review and inspection at its office during the Agreement period and for seven (7) years from the date of final reimbursement by FHWA under this Agreement 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. 25.Civil Rights Compliance The parties to this Agreement are responsible for the following: A. Compliance with Regulations: Both parties 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. Nondiscrimination: The Local Government, with regard to the work performed by it during the Agreement, 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 Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21 B AFA LongGen Page 11 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 091846-328 ZOOO041 84District #18 / DAL AFA ID Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205 Highway Planning and Construction AFA Not Used For Research & Development C Solicitations for Subcontracts, Including Procurement of Materials and Equipment: 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 Agreement and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, or national origin. Information and Reports: 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 FHWA, as appropriate, and will set forth what efforts it has made to obtain the information Sanctions for Noncompliance: in the event of the Local Government’s noncompliance with the Nondiscrimination provisions of this Agreement, the State will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. withholding of payments to the Local Government under the Agreement until the Local Government complies and/or 2. cancelling, terminating, or suspending of the Agreement, in whole or in part. 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. D. E. F. 26.Pertinent Non-Discrimination Authorities During the performance of this Agreement, each party, 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. S 2000d et seq., 78 stat. 252), (pro-hibits discrimination on the basis of race, color, national origin); and 49 CFR B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. S 4601), (prohibits unfair treatment of persons displaced or Part 21 AFA LongGen Page 12 of 17 Rev. 12/10/2021 DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 Federal Highway Administration 20.205CFDA No CFDA Title Highway Planning and Construction AFA Not Used For Research & Development whose property has been acquired because of federal or federal-aid programs and projects). Federal-Aid Highway Act of 1973, (23 U.S.C. S 324 et seq.), as amended, (prohibits discrimination on the basis of sex). Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. S 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part The Age Discrimination Act of 1975, as amended, (42 U.S.C. S 6101 et seq.), (prohibits discrimination on the basis of age). Airport and Airway Improvement Act of 1 982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). 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 1 975 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). 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. SS 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38. The Federal Aviation Administration’s Nondiscrimination statute (49 U.S.C. S 47123) (prohibits discrimination on the basis of race, color, national origin, and 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. 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 Tide IX of the Education Amendments of 1 972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). 27 sex) 74100) C. D E F. G H. 1. J. K L 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 Part 26. AFA LongGen Page 13 of 17 Rev. 12/1 0/2021 DacuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091 846-327, 091846-328 ZOOO041 84AFA IDDistrict #18 / DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration CFDA No 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development B C. The Local Government shall adopt, in its totality, the State’s federally approved DBE program. The Local Government shall incorporate into its contracts with subproviders 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 submit its proposed scope of services and quantity estimates to the State to allow the State to establish a DBE goal for each Local Government contract with a subprovider. The Local Government shall be responsible for documenting its actions. 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 http://ftp.dot.state.tx.us/pub/txd ot- info/bop/dbe/mou/mou attachments.pdf. 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.). 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 carTy out these requirements is a material breach of this Agreement, which may result in the termination of this Agreement or such other remedy as the recipient deems appropriate. D. E. F 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 AFA LongGen Page 14 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 091 846-328 ZOOO041 84AFA ID18 / DALDistrict # Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. at West Oak St. Federal Highway Administration 20.205CFDA No Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development 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 Code, Title 34, Part 1, Chapter 20, Subchapter G, Rule 920.585 and the Texas Administrative Code, Title 43, Part 1, Chapter 9, Subchapter G. 29.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, 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. 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. 51352. 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. B. C. 30.Federal Funding Accountability and Transparency Act Requirements If federal funds are used, the following requirements apply: A. Any recipient of funds under this Agreement agrees to comply with the Federal Funding Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part 170, including Appendix A. This Agreement is subject to the following award terms: http://www.gpo.gov/fdsvs/pkq/FFR-2010-09- AFA LongGen Page 15 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05EOO-59FC-4130-A69E-D4580AC2BBFO TxDOT c SJ# 1 091846-327, 091846-328 District #ZOOO041 84AFA ID18 / DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration CFDA No 20.205 CFDA Title Highway Planning and Construction AFA Not Used For Research & Development 14/pdf/2010-22705. pdf and http://www.q po.qov/fdsys/pkq/FR-201 0-09- 14/pdf/201 0-22706. pdf. 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.sam .gov/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 http://fedqov.dnb.com/webform; 3. Report the total compensation and names of its top five executives to the 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. and State if B 31 .Single Audit Report If federal funds are used A. The parties shall comply with the single audit report requirements stipulated in 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. 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 Compliance Division, 125 East 1 lth Street, Austin, TX 78701 or contact TxDOT’s Compliance Division by email at sinqleaudits©}txdot.gov. If expenditures are less than the threshold during the Local Government'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 to have a single audit performed for FY ." 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. B. C. D. AFA LongGen Page 16 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC'+130-A69E-D4580AC2BBF0 Federal Highway Administration 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development 32.Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this Agreement on behalf of the entity represented . Each party is signing this Agreement on the date stated under that party’s signature. TI IF aT - TE OF TEXAS EwArt GOVERNMENT SIgnature Signature Kenneth Stewart Typed or Printed Name Rebecca Diviney Typed or Printed Name Director of Contract Services Typed or Printed Title City Engineer Typed or Printed Title 6/23/2023 6/23/2023 Date Date AFA LongGen Page 17 of 17 Rev. 12/1 0/2021 DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 091846-328 ZOOO041 84 Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. at West Oak St. Federal Highway Administration: 20.205 CFDA Title Highway Planning and Construction AFA Not Used For Research & Development ATTACHMENT A LOCATION MAP SHOWING PROJECT CSJ - 0918-46-327 V '' - ---=-----–----'-'V j K Dla’nie ApaTN}HIS a 31 fEI) PIe '/i fi qH Ch Artdetsor S' it.eFt! g ; ;Bin J11rP >i :9 It 4117 St AS+RS Sql Sh:p Per I ad :e : L. Ala if i AFA LongGen Page 1 of 2 Attachment A DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 TxDOT CSJ #091846-327, 0918-46-328 AFA ID ZOOO041 8418 / DALDistrict # 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. at West Oak St. Federal Highway Administration 20.205CFDA No Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development ATTACHMENT A LOCATION MAP SHOWING PROJECT CJS - 0918-46-328 McKenna Pa’k n„ u Be aRched DenToqQ P $a a B G.@nHJu glC a Sa ' LJ : ..... . _ -'- g„:'„,', ' ! "":“’I.,'9 J,gg ::!:f:='’'"'="=''’'':“=;'::'?' - ', 9 Z Saptue S W Culgre8g Sl a_ n=ij & ; '=;- : q) Denton & -\, P.999 } E3*ier£ Br EM a a 6IB tH i3 eal }= DI O01 3g aDZal t Srca Strh,d St a i W %Hnd SI I VI PraIrie St 99 - M,Ok 9' >1 JIt jhi g®a b iZ > ; f+Vle OrC/1 B 11 :TJ F I I = e 1 1 e t e f ) Q a g Ttii Ln .Q> a : F+RunS Ua98 Slg i AFA LongGen Page 2 of 2 Attachment A DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxDOT CSJ #091 846-327, 091846-328 ZOOO041 84District #AFA ID18 1 DAL 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205CFDA No Highway Planning and Construction AFA Not Used For Research & Development ATTACHMENT B PROJECT BUDGET Costs will be allocated based on 100% Federal funding until the Federal funding reaches the maximum obligated amount. The Local Government will then be responsible for 100% of the costs. DESCRIPTION TOTAL ESTIMATED COST FEDERAL PARTICIPATION STATE PARTICIPATION LOCAL PARTICIPATION 0/0 0% 0% 0% 0% FoG/ Cost 0/0 0% 0% 0% 0% 0% 0% Cost 0/0 100% Cost Engineering (by Local) tilities (by Local: jqht of Way (by Local' nvironmental (by Loca Construction (by State) 091846-327 Construction (by State) 091846-328 Subtotal $82,000.00 §1.00fM $1.00 $259,904.00 $82,000.00 $1.00M $1.00 $0 FT-$0 $0 $259,904.00 0% 0%0 $106,641.00 $0 $0 $82,003.00 $4,279.41nvironmental Direct ;tate Costs ight of Way Direct State ,osts ngineering Direct State osts tijity Direct State Costs onstruction DIrect State osts (9.34%: ubtotal Indirect State Cost - .73% $448,548.00 $4,279.41 0% 0% 0% 0% 0% $366,545.00 $0 0% 0% 0% 0% 0% 100% $4,279.41 $4,279.41 $0 vm $4,279.41 $0 no 100% 100% $4,279.41 4 M $0 $0 $0 4 $17,117.65 $17,117.65 $34,235.30 To 3 $21 ,216.32 to $21.216.32 $21 ,216.32 0%100%0% TOTAL $503,999.62 $366,545.00 $116,238.30 Initial Payment by the Local Government to the State: $17,117.65 Payment by the Local Government to the State before Construction: 17,117.65 Total payment by the Local Government to the State: $34,235.30 This is an estimate. The final amount of Local Government participation will be based on actual costs AFA LongGen Page 1 of 1 Attachment B DocuSign Envelope ID: 24D05E00-59FC-4130-A69E-D4580AC2BBF0 TxtX)T GSJ #091846-327, 091846-328 AFA ID18/DAL ZOOO041 84 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. at West Oak St. Federal Highway Administration: CFDA No 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research& Development Al-rACHMENT C RESOLUTION, ORDINACE, OR COMMISSIONERS COURT ORDER ORDINANCENO. 23-1161 AN ORDrNANCE OF TIDE CITY OF DENTON, A TEXAS HOME-RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER, OR DESIGhTE, TO E)aECWE AND DELIVER AN ADVANCE FUNDING AGREEMENT (“AFA’) FOR HIGHWAY SAFETY iMPROVEMEVr PROJECT (“I ISIP”) OFF-SYSTEM BETWEEN THE CITY OF DENTON AND THE TEXAS DEPARTMEFfF OF TRANSPORTATION (“TXDOT’) PROVIDING FOR THE FURNiSHrNG OF TRAFFiC SIGNAL EQUIPMENT FOR TIm [NTERSECTIONS OF TRAFFIC SIGNAI.S AND PEDESTRLAN FACILITIES AT THE INTERSECTIONS OF TI[CKORY STREET AND FRY STREET AND WEST OAK STREET AND THOMAS STREET IN THE CITY OF DENTON; PROVIDING FOR THE EXPENDITURE OF FWDS FOR A TOTAL NOT TO EXCEED $120,199,00 (834,235,30 FOR THE DIRECT STATE COSTS AND $85,964.oo FOR FURNISllING TRAFFIC SIGNAL EQUIPMEW); AND PROVIDING FOR AN EFfECTIVE DATE. WHEREAS, the City of Denton, Texas (“Local Government') and the State of Texas, acting by and through the Texas DelwtInent of Transportation (''TXT)OIH) desire to enter into an Advance Funding Agreement ("AFA"} ngwding thc State Control-Section Job (CSJ) Number (0918-46-327) for the improvement of traffic signals and improvement of pedestrian signals at Hickory St. and Fry St. and CSI- (0918-46-328) for the installation of the pedntdan llybrid Beacon, installntion ofpedenrian crossw£rIk and sidcwaJks al Thomas St at B/cst Oak St; and WHEREAS, TxlX)T is funding the construction cost of traffic signal upgrades at the intersections of Hickory Street at Fry Street and Oak Street at Tholnas Street as part of the 1 Iighway Safety Improvement Prograrn (“HSlpn) funding (the ''Project“); and WHEREAS, the City will pay TxDOT an amount of 534,235.30 for the direct state costs for the ofF-system locations; and WHEREAS, the City of Denton will tn responsible for any cost overruns in excess of ale amounts specified in the AFA; and WHEREAS, TxDOI' has approved the use of sole sourced traffic signal equipment consisting of 1)Cabinet- llenke cabinet model P’ FSI P-44, 2) Controller- Econolitc Coba]t, 3) Battery Backup- Model Alpha FXM HP 110 and 4) Vehicle Detection which are compatible with City standards for these intersections; and WHEREAS, the approved sale sourced Rafnc signal equipment to be furnished by the City of Denton total cost is cstimatM at $85,9@1.00 as shown in the attached Exhibit B; and WHEREAS, TxDot has agRed to reimburse the City through thc AFA process; and WHEREAS, the TxDOT and City wish to cooperate in the construction of the Project; and WHEREAS, the -rxDO'f is authorized to enter into an agreement with the City for the Project pwsuant to Transportation Code e 22 1.002 and have pnpwcd the attached Agreement for the Furnishing and Installing of Traffic Signal Equipment by a Municipality (the “Agreement; and WHEREAS, the City Council, having considered the AFA with TxDOT and the importance of the Project to the public interest and safety, desires to approve the additional expenditure for the cost overrun; NOW. THEREFORE, AFA LongGen Page 1 of 3 Attachment C DocuSign Envelope ID: 24D05E00-59FCJ+130-A69E-D4580AC2BBFO TxDOT 091846-327, 091846-328CSJ # IAIDistrict #18/DAL Code Chart 64 #11400 Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration 20.205 Highway Planning and Construction AFA Not Used For Research & Development THE COUNCIL OF THE CITY OF DEbrroN KEREBV ORDAINS: SECTION 1. The findings and rwitations contained in the pnarnble of this ordinance are inoorporated herein by reference as true and as if fully set forth in the body of this ordinance. $EeT'lCON 2. In canphanw with the AFA, the City Marngw, or design% is authorized to expend funds in the amount of Ow Hundred Twenty Ttrousand, the Hwldnd Ninety.Nine and 3(VIOO Dollars ($ 120,19930) for the furnishing of traffic signal equipment for the intersections of traffic sigm]s aId pedestrian facilities at an intersections of Hickory Street and Fry Sued and West Oak Street and Thom© Street in tIe city of Denton. SECTION 3. The City Manager of the City of tX:nton, or daignee, is hereby authodmd to execute on tnhalf of the City, the Advance Funding Agreement ("AFA-) with the Texas TX:partment of Transportation, a copy of which is attached hereto as Exhibit - A- and made a part hereof for all purposes. $ECTIQN 4. The City Manager, or de$igrtee, is further 8uthorized to carry out all duties and agnements to txI performed by the City under the AFA. SECFION S. This ordinance shall tx:come efFective immediately upon its passage and approval. The motion to approve this ordinance was made by Br',\ TIrt [ and seconded by BIB-1+q Chdcnc hinds ordinance was passed and approved by IIte following vote 1 7 . o]: Aye Nay Abstain Atholt Mayor Gerald lludslnth;,/ J J ./ J ,/ 1/ Vicki Byrd, District 1 : Brian Beck. District 2: Paul Mcttzcr. District 3: Joe Holland, District 4: Brandon Chase McGee, At Inrge Flaw 5: Chris Watts, At Large Place 6: PASSED AND APPROVED this the 6th dayof J out 2023 Ci fr)sT MAYOR AFA LongGen Page 2 of 3 Attachment C DocuSign Envelope ID: 24D05E00-59FC4130-A69E-D4580AC2BBF0 Tx[DT: 091 846-327, 0918-46-328CSJ # AFA ID ZOOO041 8418/DAL 11400Code Chart 64 # Hickory St. at Fry St., Thomas St. atProject Name West Oak St. Federal Highway Administration CFDA No 20.205 Highway Planning and ConstructionCFDA Title AFA Not Used For Research & Development ATrEs’r, JESUS SALAZAR, INTERIM crrY SECRETARY , St 111111 APPROVED AS TO LEGAL FORM: MACK RE[NWAND. CITY AfrORNEY EI Y + IIL+ 1pab# #!!r &r& AFA LongGen Page 3 of 3 Attachment C g ;IR R 0N cr)fr)X-+ Na) C\IV} (J+LU 1(N onI10qrI 00pIa)a ==1on C) +(J Q) 'FIna •••Hl•l (Dehe th CJ iF (UInba =n•Hl• V)= +1el.J (nNaN +1in3 aD =< I Ca+1C a)a SHa >A C) b=a a : in t/)>nr (Ue < (/)laC3LL la== on +inaa C : ;,cleo ooa loo oiI&l ;l>0 RIg g G 1 g g g g 'I! g(At/} 0b qFFINNNLnt/F m b+1 on+1EA La CI>E iii DUO <171 00 ,1 00 Lr) C; 00 OgVV +C30 C)C)< a)C)L=0LL +1 ;ii 00 \I10 an Lrt00\rb a) i/) +1C E a) g 1g 1cE ! 51 B J It V)U BIB 8 ng 1 : i' CIa\ CD01 Ln 0sla a3< 00 Ln qF Lf)\d 10fr)\rb bOOagRIcarr) arIa) e 1 : :pIT-I 00 11 C/) CD I0+1