ORDER NO. 30207 RESOLUTION AND WAIVER LETTER CONCERNING TXDOT OFF- SYSTEM BRIDGE PROGRAM FOR BARTEL (CYPRESS CREEK LOOP) @ CYPRESS CREEK Came to be heard this the 26th day of March, 2007, with a motion made by Commissioner Letz, seconded by Commissioners Williams/Oehler. The Court unanimously approved by vote of 4-0-0 to: Approve adoption of the Resolution and Waiver Letter concerning TXDOT off- system bridge program for Bartel (Cypress Creek Loop) @ Cypress Creek, National Bridge Inventory (NBI) Structure Number 15-133-0-AA02-91-001, Local Designation Number 133-AA02-91-001 Bridge. 3o3a7 l ~ I ~ COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND TEN COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT. MADE BY: _Jonathan Letz OFFICE: -County Commissioner, Pct. 3 MEETING DATE: March 26, 2007 TIME PREFERRED: SUBJECT: (please be specific) Consider, discuss and take appropriate action on adoption of Resolution and waiver letter concerning TXDOT off-system bridge program for Bartel (Cypress Creek Loop) @ Cypress Creek, National Bridge Inventory (NBI) Structure Number 15-133-0-AA02-91-001, Local Designation Number 133-AA02-91- 001 Bridge. EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON): ~-- NAME OF PERSON ADDRESSING THE COURT: Comm. Letz, Pct. 3 ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER -NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: 5:00 P.M. on the Tuesday prior to the meeting. THIS REQUEST RECEIVED BY: REQUEST RECEIVED ON: All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has .- been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court, Court Order No. 25722. COUNTY JUDGE PAT TINLEY COMMISSIONERS COURT H.A. "BUSTER" BALDWIN, PCT. t WILLIAM H. WILLIAMS, PCT. 2 JONATHAN LETZ, PCT.3 BRUCE OEHLER, PCT. O Che State of Texas County of Kerr ~~Pj F ~F j;. .~~ i~ -, ~ ~ s F- ~ - I ~o, rv of ~e. THE COUNTY COURT OF KERB COUNTY, TEXAS 700 Main, Kemille, Texas 78028 TeC 1x30)792-2211 Faz: (83U) 792-2218 E-mail: commissioners~nn~co.kerctz.us RESOLUTION CLERK JANNETT PIEPER COURT COORDINATOR JODY GRINSTEAD WHEREAS, the federal off-system bridge program is administered by the -texas Department of Transportation (the State) to replace or rehabilitate structurally deficient and functionally obsolete (collectively referred to as deficient) bridges located on public roads and streets off the designated state highway system; and WHEREAS, Kerr County, hereinafter referred to as the Local Government owns a bridge located on Bartel (Cypress Creek Loop) (w Cypress Creek, National Bridge Inventory (NBU Structure Numher 15-133-0-AA02-91-001, Local Designation Number 133-AA02-91-001; and W'HERF,AS, a project to remedy the bridge is included in the currently approved program of projects as authorized by Texas Transportation Commission Minute Order Numher 1 10479 dated March 30, 2006, Control-Section-Job (CSJj Number 0915-15-089; and WHEREAS, the usual fund participation ratio for projects on such program is 80 percent federal, 10 percent state and 10 percent Local Government; and WHEREAS, Texas Administrative Code, Title 43, Section 15.55(d) (43 'CAC Section I5.55(d)) provides that under specified conditions the 10 percent Local Government match fund participation requirement may be waived with agreement by the Local Government to perform, or cause to be performed, an equivalent dollar amount of structural improvement work on other deficient bridges or deficient mainlane cross-drainage structures within its jurisdiction, such a project of structural improvement work being referred to as an "equivalent-match project"; and W}{EREAS, the estimated local match fund participation requirement on the approved federal off-system bridge project is $35,620.00, hereinafter referred to as the "participation-waived" project, such participation requirement the Local Government proposes be waived and in return perform or cause to be performed equivalent-match project structural improvement work. 'THEREFORE, BE IT RESOLVED that the Local Government perform, or cause to be performed- the following equivalent-match project(s) in return for waiver of the local match fund participation requirement on the approved federal off-system bridge program (participation- waived) project not yet awarded: Page 1 of 2 LOCATION (and NBI ON SCHOOL DESCRIPTION OF ESTIMA'fEll structure identification BUS ROUTE? STRUCTURAL COST number, if applicable) IMPROVEMENT WORK Cade Loop iul Guadalupe River Yes Construct new bridge $350,000.00 BE IT FURTHER RESOLVED that in receiving this waiver the Local Government acknowledges its obligation to conform with all conditions of 43 TAC Section I5.55(d); such conditions that include but are not restricted to the following: 1. The Local Government must be currently in compliance with load posting and closure regulations as defined in National Bridge Inspection Standards under US Code of Federal Regulations, Title 23, Section 650.303. 2. The equivalent-match project work increases the load capacity of the existing bridge or other mainlane cross-drainage structure, or upgrades the structure to its original load capacity with a minimum upgrade to safely carry school bus loading if located on a school bus route. 3. In performing, or causing to be performed, the equivalent-match project(s), the Local Government assumes all responsibilities for engineering and construction, and complying with all applicable state and federal environmental regulations and permitting requirements for the structures being improved. 4. The work on the proposed equivalent-match project(s) has not begun and will not begin until the local match fund participation waiver approval process has been completed. 5. The Local Government will be allowed three years after the contract award of the participation-waived project to complete the structural improvement work on the equivalent- match project(s). 6. Should this waiver request be approved, an appropriate written agreement or amendment to a previously executed agreement will be executed between the State and Local Government. APPROVED BY KERR COUNTY COMMISSIONERS COURT ON 'CRIB 26'" DAY OF MARCH 2007 ~~~~ ~;_~' o mty Judge ~'\ _, ~~ ~~ JN~~I, lt?~«'' Commissioner Precinct 1 Commissioner Precinct 2 Commissioner Precinct 4 Page 2 of 2 COUNTY JUDGE PAT TINLEY COMMISSIONERS COURT H.A. `BUSTER" BALDWIN, PCT. t WILLIAM H. WILLIAM, PCT. Z JONATHAN LETZ, PC7.J BRUCE OENLER, Pcr.4 March 26, 2007 APT 8 ~~;,., w 2 r1 ~, ~~ ~, CO`~N OI ~0t~ THE COUNTY COURT OF KERB COUNTY, TEXAS 700 Main, Kemille, Tezas 78028 Tel: (830) 792-2211 Fax: (830)792-2218 E-mail: cammissionersGco.kerr.tx.us Mr. Clay Smith, P.E. Texas Department of Transportation -District Office P.O. Box 29928 San Antonio, Texas 78229-0928 County: Kerr Project: CSJ # 0915-15-089 Road/Street: Bartel (Cypress Creek Loop) ~, Cypress Creek NBI Str. No.: IS-133-0-AA02-91-001 Local Desig. No.: 133-AA02-91-001 CLERK JANNETT PIEPER COURT COORDINATOR JODV GRINSTEAD SUBJECT: Request for Waiver of Local Match Fund Participation Requirement on Federal Off-System Bridge Program Project Dear Mr. Smith: Under the provisions of'texas Administrative Code, Title 43, Section 15.55(d), this Local Government requests waiver of the local match fund participation requirement on the above referenced federal off-system bridge program project referred to as the "participation-waived" project. In return for waiver of this participation, it is proposed that our governing body perform, or cause to be performed, an equivalent dollar amount of structural improvement work on other deficient bridge(s) or deficient mainlane cross-drainage structure(s), referred to as "equivalent-match project(s)", within the jurisdiction of our governing body. A copy of the appropriate required resolution adopted by our governing body is attached. ounty Judge Attachment: Resolution +*~*********~********+*********+++*******+*~r+«*******s**+************+*****+* For TxDOT Use Only Waiver Approved Waiver Disapproved Texa, Department of Transportation P.O. BOX 29928 • SAN ANTONIO, TEXAS 78229-0928 • (210) 615-1110 July 12, 2007 Kerr County Honorable Pat Tinley County Judge, Kerr County 700 E. Main Street Kerrville, TX 78028 RE: Off-System Bridge Advance Funding Agreements CSJ 0915-15-084 (Hoot Owl Road), 0915-15-085 (Lazy Valley Road), 0915-15-086 (Camp YMCA-Arrowhead), 0915-15-087 (Crossing Street), 0915-15-088 (Ehlers Road) & 0915-15-089 (Cypress Creek Loop) Dear Judge Tinley: Attached are the fully executed, original counterparts of the referenced documents for your files. Should any questions arise, please contact me at (210) 615-6305. Thank you for your patience and cooperation in this matter. Sincerely, Jessica Castiglione, P.E. Mobility Engineer Attachments cc: Mike Coward, P.E. An Equa! Opportunity Employer CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (a~ Cypress Ck NBI Structure # 15-133-0-AA02-91-001 STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT For Bride Replacement or Rehabilitation Off the State System ~L THIS Advance Funding Agreement (the Agreement) is made by and between the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State", and Kerr County, acting by and through its duly authorized officials, hereinafter called the "Local Government." WITNESSETH WHEREAS, Title 23, United States Code Section 144 authorizes federal funds to assist the States in the replacement or rehabilitation of deficient bridges located on public highways, roads and streets, including those under the jurisdiction of local governments; and WHEREAS, the Texas Transportation Code, Sections 201.103 and 222.052 establish that the State shall plan and make policies for the construction of a comprehensive system of state highways and public roads in cooperation with local governments; and WHEREAS, the Local Government owns a bridge or bridges located on a public road or street located at Cypress Creek Loop (Bartel~(c~ Cypress Creek and said bridge(s) is included in the currently approved off-state system federal-aid Highway Bridge Replacement and Rehabilitation Program (HBRRP) as authorized by Texas Transportation Commission Minute Order number 110479, dated March 30, 2006; and WHEREAS, the Governing Body of the Local Government has approved entering into this Agreement by resolution or ordinance which is attached hereto and made a part hereof as Attachment A and which provides for development of the specific programmed replacement or rehabilitation project, hereinafter called the "Project", identified in the location map shown as Attachment B. NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto, to be by them respectively kept and performed as hereinafter set forth, it is agreed as follows: Bridge-Bridge_AFA Page 1 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # O15/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop na, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 AGREEMENT Period of this 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 terminated as provided in Article 2. 2. Conditions for Termination of this Agreement a. The Agreement is terminated in writing with the mutual consent of the parties; or b. Breach of this Agreement, in which case any cost incurred shall be paid by the breaching party; or c. If the Local Government elects not to develop the project and the project does not proceed, in which case the Local Government agrees to reimburse the State for 100 percent of its reasonable actual direct and indirect costs incurred for the project. 3. Amendments Amendments to this Agreement maybe made due to changes in the character of the work, the terms of the Agreement, or the responsibilities of the parties. Amendments shall be enacted through a mutually agreed upon, written amendment executed by all parties to this Agreement. 4. 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 maybe availed of by either party to this Agreement and shall be cumulative. 5. Scope of Work The scope of work for this Agreement is the replacement or rehabilitation of the bridge(s) identified in the recitals of this Agreement. This replacement or rehabilitation shall be accomplished in the manner described in the plans, specifications and estimates developed in accordance with this Agreement and which are incorporated herein by reference. 6. Right of Way and Real Property The Local Government is responsible for the provision and acquisition of all necessary right of way and will not be reimbursed with federal or state funds for the required right of way. Bridge-Bridge_AFA Page 2 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loon (cry Cypress Ck NBI Structure # 15-133-0-AA02-91-001 The Local Government authorizes the State, its consultant, contractor, or other designated representative to enter the site(s) of said bridge(s) and adjacent right of way or relocation right of way to perform surveys, inspections, construction and other activities necessary to replace or rehabilitate said bridge and approaches. 7. Adjustment of Utilities The Local Government shall be responsible for the adjustment, removal, or relocation of utility facilities in accordance with applicable State laws, regulations, rules, policies, and procedures, including any cost to the State of a delay resulting from the Local Government's failure to ensure that utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. The Local Government will not be reimbursed with federal or state funds for the cost of required utility work. The Local Government must obtain advance approval for any variance from established procedures. Before a construction contract is let, the Local Government shall provide, at the State's request, a certification stating that the Local Government has completed the adjustment of all utilities that must be adjusted before construction is completed. 8. Environmental Assessment and Mitigation Development of the Project must comply with the National Environmental Policy Act and the National Historic Preservation Act of 1966, which require environmental clearance of federal-aid proj ects. a. The State is responsible for the identification and assessment of any environmental problems associated with the development of the Project governed by this Agreement. b. Cost participation in environmental assessment and remediation work shall be paid by the parties in the same ratio as construction costs and will be included in the construction costs identified in Attachment D, "Estimate of Direct Costs". c. The State is responsible for providing any public meetings or public hearings required for development of the environmental assessment The State will not begin construction of the Project until identified environmental problems have been remediated, unless provided for otherwise. 9. Compliance with Texas Accessibility Standards and ADA All parties to this Agreement shall ensure that the plans for and the construction of the Project subject to this Agreement are in compliance with the Texas Accessibility Standards (TAS) issued by the Texas Department of Licensing and Regulation, under the Architectural Barriers Act, Article 9102, Texas Civil Statutes. The TAS establishes minimum accessibility requirements to be consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). Bridge-Bridge_AFA Page 3 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # O15/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (c~ Gress Ck NBI Structure # 15-133-0-AA02-91-001 10. Architectural and Engineering Services will be Provided by the State The State is responsible for performance of any required architectural or preliminary engineering work. The Local Government may review and comment on the work, as required, to accomplish the public purposes of the Local Government. The State will cooperate fully with the Local Government in accomplishing these local public purposes to the degree permitted by state and federal law. The Local Government review shall not unduly delay the development of the Project. 11. Construction Responsibilities a. The State shall advertise for construction bids, issue bid proposals, receive and tabulate the bids and award and administer the contract for construction of the Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders, which may become necessary subsequent to the award of the construction contract. In order to ensure federal funding eligibility, projects must be authorized by the State prior to advertising for construction. b. Upon completion of the Project, the State will issue a "Notification of Completion" acknowledging the Project's construction completion. 12. Project Maintenance After the Project has been completed, the Local Government shall accept full ownership, and operate and maintain the facilities authorized by this Agreement for the benefit of and at no charge of toll to the public. This covenant shall survive the completion of construction under this Agreement. 13. Local Project Sources and Uses of Funds a. A Project Cost Estimate is provided in Attachment D, "Estimate of Direct Costs". b. Attachment D provides a source of funds estimate as well as the estimated direct preliminary engineering, construction engineering, and construction costs for the Project in total and by the Local Government. c. The required Local Government participation is based solely upon the State's estimate of the eligible work at the time this Agreement is executed and will not be adjusted during construction except as needed to include any Project cost item or portion of a cost item ineligible for state or federal participation. In addition to its share of estimated direct engineering and construction costs, the Local Government is responsible for the direct cost of any project cost item or portion of a cost item that is not eligible for federal participation under the federal HBRRP. Bridge-Bridge_AFA Page 4 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop na, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 The Local Government is also responsible for any cost resulting from changes made at the request of the Local Government. d. After execution of this Agreement, but thirty (30) days prior to the performance of any work by the State, the Local Government will remit a check or warrant made payable to the "Texas Department of Transportation" in the amount specified in Attachment D for the Local Government's contribution for preliminary engineering. The Local Government will pay at a minimum its funding share for this estimated cost of preliminary engineering. e. Forty-five (45) 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 costs and any other costs owing. f. If at the completion or termination of the Project the State determines that additional funding is required by the Local Government, the State shall notify the Local Government in writing. The Local Government shall make payment to the State within thirty (30) days from receipt of the State's written notification. g. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due to the Local Government, the State, or the Federal Government will be promptly paid by the owing party. h. The State will not pay interest on any funds provided by the Local Government. i. The Local Government funding participation responsibilities include Project direct costs only, except when the Project is terminated before completion at the request of the Local Government as addressed in the Termination provision of this Agreement. j. If the Project has been approved fora "fixed price" or an "incremental payment" non- standard funding or payment arrangement under 43 TAC § 15.52, this Agreement will clearly state the amount of the fixed price or the incremental payment schedule. k. Under the provisions of Texas Transportation Code Section 222.053 certain counties qualify as Economically Disadvantaged Counties (EDC) in comparison to other counties in the state as below average per capita property value, and below average per capita income, and above average unemployment, for certain years. If applicable, in consideration of such EDC status that maybe applicable for the Project, the required local match fund participation has been adjusted to N/A percent. 1. The State will not execute the contract for the construction of a Project until the required funding has been made available by the Local Government in accordance with this Agreement. m. The state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. Bridge-Bridge_AFA Page 5 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # O15/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (a, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 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. 14. Performance by Local Government of Equivalent-Match Projects (EMPs) in Return for Waiver of Local Match Participation Funding on Participation-Waived Projects (PWPs) a. Applicability. If a request for waiver has been received and approved by the State's District Engineer, then the required ten percent matching fund participation or percent as adjusted for EDC consideration, as shown in Attachment D, "Estimate of Direct Costs", but excluding ineligible costs under the bridge program, is waived. This waiver is based on the commitment of the Local Government to spend an equivalent amount of funds for structural or safety improvement on "other" bridge structures and other conditions as specified in 43 TAC Section 15.55(d). If a waiver has been granted, the Project shall be defined to be aParticipation-Waived Project (PWP) and the work on the "other" bridge structures that will be improved by the Local Government shall be defined to be the Equivalent-Match Project(s) (EMP). Attachment C to this Agreement shows a list of EMP(s) under this Agreement. b. Project Cost Estimate for PWP. Attachment D to this Agreement shows the estimated direct preliminary engineering, construction engineering and construction costs for the PWP in total and local match fund participation being waived, or partially waived. c. Credit Against EMP Work. Any local match fund participation that has already been paid, or which the Local Government is agreeable to paying to the State, will be credited against EMP work to be performed by the Local Government. If applicable, this credit(s) will be reflected in Attachment D to this Agreement. d. Responsibilities of the Local Government on EMP(s). (1) The Local Government shall be responsible for all engineering and construction, and related costs thereto, and complying with all applicable state and federal environmental regulations and permitting requirements. (2) The structural or safety improvement work on the EMP(s) shall be performed subsequent to the final execution of this Agreement but within three (3) calendar years after the earliest contract award of the related PWP(s). (3) Written documentation, suitable for audit, of the structural or safety improvement work completed on the EMP(s) shall be kept on file by the Local Government for four (4) years after completion of work or claims, lawsuits, or audits related thereto, whichever is longer. A notice of completion of work on the EMP(s) shall be delivered to the State's District Engineer no later than thirty (30) calendar days after work is completed on the EMP(s). (4) Failure by the Local Government to adequately complete the EMP(s) within the stated three-year period shall result in the Local Government being excluded from receiving such waivers for a minimum of five (5) years. Bridge-Bridge_AFA Page 6 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (a~ Cypress Ck NBI Structure # 15-133-0-AA02-91-001 e. Funding of Ineligible or Additional Work Not Waived. Regardless of any waiver of eligible program costs, the Local Government shall pay the State 100 percent of the cost of any PWP item or portion of a cost item that is not eligible for federal or state participation, and 100 percent of the costs resulting from additional work on the PWP performed solely at the request of the Local Government. If the ineligible or additional work is preliminary engineering, the payment shall be made at least thirty (30) days prior to the beginning of preliminary engineering work on the PWP. If the ineligible or additional work is for construction or construction engineering, the payment shall be made at least forty-five (45) days prior to the date set for receipt of bids for construction of the PWP. 15. Notices All notices to either party by the other required under this Agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid, addressed to such party at the following addresses: State: Texas Department of Transportation Attn: Jessica Castiglione, P.E. -Mobility P.O. Box 29928 San Antonio, Texas 78229-0928 Local Government: Kerr County The Honorable Pat Tinley 700 Main Street Kerrville, Texas 78028 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided herein. 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 such notices shall be delivered personally or by certified U.S. mail and such request shall . be honored and carried out by the other party. 16. Legal Construction In case 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. 17. Responsibilities of the Parties Bridge-Bridge_AFA Page 7 of 16 Bridge Division Rev 04/17/06 10-2002-L. l CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop~a, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 The parties to this Agreement agree that no 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. 18. Ownership of Documents Upon completion or termination of this Agreement, all documents prepared by the State shall remain the property of the State. All data prepared under this Agreement shall be made available to the State without restriction or limitation on their further use. All documents produced or approved or otherwise created by the Local Government shall be transmitted to the State in the form of photocopy reproduction on a monthly basis as required by the State. The originals shall remain the property of the Local Government. 19. Compliance with Laws The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this Agreement. When required, the Local Government shall furnish the State with satisfactory proof of this compliance. 20. Sole Agreement This Agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting this Agreement's subject matter. 21. Office of Management and Budget (OMB) Cost Principles In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles established in OMB Circular A-87 that specify that all reimbursed costs are allowable, reasonable and allocable to the Project. 22. Procurement and Property Management Standards The parties shall adhere to the procurement standards established in Title 49 CFR § 18.36 and with the property management standard established in Title 49 CFR § 18.32. 23. Inspection of Books and Records The parties to the 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, Bridge-Bridge_AFA Page 8 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cynress Creek Loop C7 Cypress Ck NBI Structure # 15-133-0-AA02-91-001 the Federal Highway Administration (FHWA), and the U.S. Office of the Inspector General, or their duly authorized representatives for review and inspection at its office during the contract period and for four (4} years from the date of completion of work defined under this contract or until any impending litigation, or claims are resolved. Additionally, the State, the Local Government, and the FHWA and their duly authorized representatives shall have access to all the governmental records that are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 24. Office of Management and Budget (OMB) Audit Requirements The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in OMB Circular No. A-128 through August 31, 2000 and stipulated in OMB Circular A-133 after August 31, 2000. 25. Civil Rights Compliance The parties to this Agreement shall comply with the regulations of the U.S. Department of Transportation as they relate to nondiscrimination (49 CFR Chapter 21 and 23 CFR §710.405(B)), and Executive Order 11246 titled "Equal Employment Opportunity," as amended by Executive Order 11375 and supplemented in the Department of Labor Regulations (41 CFR Part 60). 26. Disadvantaged Business Enterprise Program Requirements The parties shall comply with the Disadvantaged/Minority Business Enterprise Program requirements established in 49 CFR Part 26. 27. Debarment Certifications The parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, "Debarment and Suspension." The parties to this contract shall require any party to a subcontract or purchase order awarded under this contract to certify its eligibility to receive federal funds and, when requested by the State, to furnish a copy of the certification in accordance with Title 49 CFR Part 29 (Debarment and Suspension). Bridge-Bridge_AFA Page 9 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop na, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 28. Lobbying Certification In executing this Agreement, the signatories certify to the best of his or her knowledge and belief, that: a. No federal appropriated funds have been paid or will be paid by or on behalf of the parties to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. b. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with federal contracts, grants, loans, or cooperative agreements, the signatory for the Local Government shall complete and submit the Federal Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. The parties shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements} and that all subrecipients shall certify and disclose accordingly. By executing this Agreement, the parties affirm this lobbying certification with respect to the Project and affirm this certification of the material representation of facts upon which reliance will be made. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Title 31 U.S.C. §1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 29. Successors and Assigns The State and the Local Government each binds itself, its successors, executors, assigns, and administrators to the other party to this Agreement and to the successors, executors, assigns, and administrators of such other party in respect to all covenants of this Agreement. Bridge-Bridge_AFA Page 10 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (a~ Cypress Ck NBI Structure # 15-133-0-AA02-91-001 30. Local Government Restrictions In the case that the local government has an existing, future or proposed local ordinance commissioners court order, rule policy, or other directive that is more restrictive than the state or federal regulations that results in an increase cost to the State for the project, the local government is responsible for all increased costs associated with the ordinance, order, policy, directive, or change. 31. Signatory Warranty The signatories to this Agreement warrant that each has the authority to enter into this Agreement on behalf of the party represented. IN TESTIMONY HEREOF, the parties hereto have caused these presents to be executed in duplicate counterparts. THE LOCAL GOVERNMENT By: re ~c../ Printed Name of Signatory Title: Date: THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. By: William R. Cox, PE Director, Bridge Division Date: ~'- 9-0 7 Bridge-Bridge_AFA Page 11 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 #30207 ~~~TE OFD w x , ~, i ~4nty Ot ~e / COUNTY JUDGE PAT TINLEY COMMISSIONERS COURT H.A. KBUSTER" BALDWIN, PCT. t WILLIAM H. WILLIAMS, PCT. 2 JONATHAN LETZ, PCT. 3 BRUCE OEHLER, PCT. 4 The State of Texas County of Kerr THE COUNTY COURT OF KERB COUNTY, TEXAS 700 Main, Kerrville, Texas 78028 Tel: (830) 792-2211 Fax: (830) 792-2218 E-mail: commissioners@co.kerr.tx.us RESOLUTION ATTACHMENT A Resolution CLERK JANNETT PIEPER COURT COORDINATOR .TODY GRINSTEAD WHEREAS, the federal off-system bridge program is administered by the Texas Department of Transportation (the State) to replace or rehabilitate structurally deficient and functionally obsolete (collectively referred to as deficient) bridges located on public roads and streets off the designated state highway system; and WHEREAS, Kerr County, hereinafter referred to as the Local Government owns a bridge located on Bartel (Cypress Creek Loop) @ Cypress Creek, National Bridge Inventory (NBI) Structure Number 15-133-0-AA02-91-001, Local Designation Number 133-AA02-91-001; and WHEREAS, a project to remedy the bridge is included in the currently approved program of projects as authorized by Texas Transportation Commission Minute Order Number 110479 dated March 30, 2006, Control-Section-Job (CSJ) Number 0915-15-089; and WHEREAS, the usual fund participation ratio for projects on such program is 80 percent federal, 10 percent state and 10 percent Local Government; and WHEREAS, Texas Administrative Code, Title 43, Section 15.55(d) (43 TAC Section 15.55(d)) provides that under specified conditions the 10 percent Local Government match fund participation requirement may be waived with agreement by the Local Government to perform, or cause to be performed, an equivalent dollar amount of structural improvement work on other deficient bridges or deficient mainlane cross-drainage structures within its jurisdiction, such a project of structural improvement work being referred to as an "equivalent-match project"; and WHEREAS, the estimated local match fund participation requirement on the approved federal off-system bridge project is $35,620.00, hereinafter referred to as the "participation-waived" project, such participation requirement the Local Government proposes be waived and in return perform or cause to be performed equivalent-match project structural improvement work. THEREFORE, BE IT RESOLVED that the Local Government perform, or cause to be performed, the following equivalent-match project(s) in return for waiver of the local match fund participation requirement on the approved federal off-system bridge program (participation- waived) project not yet awarded: Page 12 of 16 LOCATION (and NBI ON SCHOOL structure identification BUS ROUTE? number, if applicable) Cade Loop @ Guadalupe River Yes DESCRIPTION OF ESTIMATED STRUCTURAL COST IMPROVEMENT WORK Construct new bridge $350,000.00 BE IT FURTHER RESOLVED that in receiving this waiver the Local Government acknowledges its obligation to conform with all conditions of 43 TAC Section 15.55(d); such conditions that include but are not restricted to the following: 1. The Local Government must be currently in compliance with load posting and closure regulations as defined in National Bridge Inspection Standards under US Code of Federal Regulations, Title 23, Section 650.303. 2. The equivalent-match project work increases the load capacity of the existing bridge or other mainlane cross-drainage structure, or upgrades the structure to its original load capacity with a minimum upgrade to safely carry school bus loading if located on a school bus route. 3. In performing, or causing to be performed, the equivalent-match project(s), the Local Government assumes all responsibilities for engineering and construction, and complying with all applicable state and federal environmental regulations and permitting requirements for the structures being improved.. 4. The work on the proposed equivalent-match project(s) has not begun and will not begin until the local match fund participation waiver approval process has been completed. 5. The Local Government will be allowed three years after the contract award of the participation-waived project to complete the structural improvement work on the equivalent- match project(s). 6. Should this waiver request be approved, an appropriate written agreement or amendment to a previously executed agreement will be executed between the State and Local Government. APPROVED BY KERB COUNTY COMMISSIONERS COURT ON THIS 26TH DAY OF MARCH 2007 _.~ ~' .,.-- J o my Judge Commissioner Precinct 1 Commissioner Precinct 2 Commissioner Precinct 4 Page 13 of 16 I ~\~ ~ i Q~G 1-r va i.. CSJ # 0915-15-089 District # O15/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop (c~ Cypress Ck NBI Structure # 15-133-0-AA02-91-001 ATTACHMENT C (See Note **) LIST OF DISTRICT ENGINEER APPROVED EQUIVALENT-MATCH PROJECT(S) (EMP) Location (and structure identification number, if applicable) On School Bus Route? {Yes/No) Historic Bridge? (Yes/No) Description of Structural or Safety Improvement Work Estimated Cost Cade Loop @ Guadalupe River Yes No Construct new bridge $350,000.00 Total $350,000.00 EMP work credited to this PWP (See Note *) $ 35,620.00 Balance of EMP work available to associated PWP(s} $314,380.00 Associated PW~(s} Control-Section-Job (CSJ) Amount to be Credited to Associated PWP (s) 0915-15-084 $40,686.00 0915-15-085 $38,872.00 0915-15-086 $34,752.00 0915-15-087 $78,594.00 0915-15-088 $43,407.00 Note *: This total should typically equal the "Balance of Local Government Participation" that is waived as shown in Attachment D. Note**: This attachment not applicable for non-Participation-Waived Projects (PWP} Bridge-Bridge_AFA Page 15 of 16 Bridge Division Rev 04/17/06 10-2002-L.1 CSJ # 0915-15-089 District # 015/San Antonio Code Chart 64 # 50133 Project: Cypress Creek Loop~a, Cypress Ck NBI Structure # 15-133-0-AA02-91-001 Preliminary Engineering (PE) ATTACHMENT D ESTIMATE OF DIIZECT COSTS Ten (10) Percent or EDC Adjusted Percent of PE for Local Government Participation Construction Engineering and Contingency (E&C) The Sum of Construction and E&C Ten (10) Percent or EDC Adjusted Percent of the Sum of Construction and E&C for Local Government Participation Amount of Advance Funds Paid by Local Government Amount of Advance Funds to be Paid by Local Government Balance of Local government Participation which is to be Waived where the Project is a PWP Total Project Direct Cost (2) $313,668.00 (4) $31,366.80 {5) $0.00 (6} $0.00 (3+4-5-6) $35,619.90 (1+2) $356,199.00 * Credited Against Local Government Participation Amount If this Project is to be a PWP, Amount of EMP Work Being Credited to this PWP as Shown on Attachment C. Local Government Estimated Cost Participation (1) $42,531.00 $265,820.00 (3) $4,253.10 $ 47,848.00 $35,620.00 Bridge-Bridge_AFA Page 16 of 16 Bridge Division Rev 04/17/06 10-2002-L.1