Loading...
HomeMy WebLinkAboutContract 50803 Ry 12 Abp f,b:�;s.F•E�+! a�J. V SHE STATE OF TEXAS J� � m o o� INTERLOCAL AGREEMENT Q� (sNT F TARRANT his Interlocal Agreement is between Tarrant County, Texas ("COUNTY"), and e City of Fort Worth ("CITY"). WHEREAS, the CITY is requesting the COUNTY'S assistance in the reconstruct and asphalt overlay of W. J. Boaz Road from Old Decatur Road to Elkins School Road, all being located within the CITY (referred to as the "Project") WHEREAS, the Interlocal Cooperation Act contained in Chapter 791 of the Texas Government Code provides legal authority for the parties to enter into this Agreement; and WHEREAS, during the performance of the governmental functions and the payment for the performance of those governmental functions under this Agreement, the parties will make the performance and payment from current revenues legally available to that party; and WHEREAS, the Commissioners Court of the COUNTY and the City Council of the CITY each make the following findings: a. This Agreement serves the common interests of both parties; b. This Agreement will benefit the public; C. The division of costs fairly compensates both parties to this Agreement; and d. The CITY and the COUNTY have authorized their representative to sign this Agreement; and e. Both parties acknowledge that they are each a "governmental entity" and not a "business entity" as those terms are defined in Tex. Gov't Code § 2252.908, and therefore,no disclosure of interested parties pursuant to Tex. Gov't Code Section 2252.908 is required. NOW, THEREFORE, the COUNTY and the CITY agree as follows: Q�N234 56)8 !Q oF�o��woPz� � s f c�N`�SEOR�AeY OFFICIAL RECORD CITY SECRETARY s ti E Z FT.WORTH,TX Page 1 of 5 TERMS AND CONDITIONS 1. COUNTY RESPONSIBILITY 1.1 The COUNTY will furnish the labor and equipment to assist the CITY in completing the Project. 1.2 The project consists of the reconstruct and asphalt overlay of W. J. Boaz Road; being approximately 124,545 square feet. Pulverize the existing asphalt pavement and reclaiming to a depth of 10", cement stabilize, re-shape road and establish crown and shoulders, apply 2" Type B hot mix asphaltic concrete pavement binder, and apply 2" Type D hot mix asphaltic concrete pavement surface. 2. CITY RESPONSIBILITY CITY will provide up to $341,833.00 for the Project as follows: 2.1 CITY will furnish all materials for the Project and pay trucking charges. (Estimated Material Cost not to exceed: $272,813.00) 2.2 CITY will furnish a site for dumping waste in close proximity to job site for materials generated during the Project. 2.3 CITY will furnish all rights of way, plan specifications and engineering drawings. 2.4 CITY will be responsible for providing or reimbursing the County for all traffic control required for the Project. Including message boards, flagmen as needed. (Estimated Cost up to $ 37,075.00) 2.5 CITY will furnish necessary traffic controls, including Type A barricades, to redirect traffic flow to alternate lanes during the construction phase of the Proj ect. 2.6 The CITY will be responsible for and provide any soil cores and testing necessary to construct the project. (Estimated Cost up to $4,870.00). 2.7 The CITY will be responsible for providing or reimbursing the COUNTY for permanent striping. (Estimated Cost up to $27,075.00). 2.8 CITY will provide temporary driving lane markings. 2.9 If a Storm Water Pollution Prevention Plan is required, the CITY will be responsible for the design and development of the Plan. CITY will pay for all cost(including subcontractor materials, labor and equipment) associated with the implementation and maintenance of the Plan. 3.0 CITY will provide water and metering device for project. 3. PROCEDURES DURING PROJECT COUNTY retains the right to inspect and reject all materials provided for this Project. Page 2of5 If the CITY has a complaint regarding the construction of the Project, the CITY must complain in writing to the COUNTY no later than 30 days of the date of Project completion. Upon expiration of 30 days after Project completion, the CITY will be solely responsible for maintenance and repairs of the entire Project. 4. NO WAIVER OF IMMUNITY This Agreement does not waive COUNTY rights under a legal theory of sovereign immunity. This Agreement does not waive CITY rights under a legal theory of sovereign immunity. 5. OPTIONAL SERVICES 5.1 If requested by the CITY, the COUNTY will apply permanent striping coordinated through the Transportation Department to that part of the Project described in 1.2 above. Application of striping by the COUNTY is limited to those Projects. If the CITY desires permanent striping applied to any roadways or portions of roadways not covered by this Agreement, the CITY will need to enter into a separate agreement with the COUNTY for the provision of those services. 5.2 If required, the CITY will pay for engineering services, storm water run-off plans, and continuation of services and plan. 5.3 If a Storm Water Prevention Plan is provided by the CITY, the COUNTY will be responsible for the implementation and maintenance of the Plan during the duration of the Project. 6. TIME PERIOD FOR COMPLETION The CITY will give the COUNTY notice to proceed at the appropriate time. However, the COUNTY is under no duty to commence construction at any particular time. 7. THIRD PARTY This contract shall not be interpreted to inure to the benefit of a third party not a party to this contract. This contract may not be interpreted to waive any statutory or common law defense, immunity, including governmental and sovereign immunity, or any limitation of liability, responsibility, or damage of any party to this contract, party's agent, or party's employee, otherwise provided by law. 8. JOINT VENTURE & AGENCY The relationship between the parties to this Agreement does not create a partnership or joint venture between the parties. This Agreement does not appoint any party as agent for the other party. 9. EFFECTIVE DATE Page 3 of 5 This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. 10. TERMINATION OF AGREEMENT The initial term of this Agreement is until September 30, 2018, or until the Project is completed, whichever occurs first. If the Project is not completed by September 30, 2018, this Agreement will automatically renew for an annual term thereafter and will expire upon completion of the Project during the subsequent term. Either party may terminate this Agreement at any timeeither before the expiration of the initial term or after the renewal of any term thereafter—by providing the other party with 30-days written notice of termination. In the event of termination by either party, neither party shall have any obligations to the other party under this Agreement, except that the CITY is still liable for payment to the COUNTY for any outstanding invoice for the Project. TARRANT COUNTY, TEXAS CITY OF FORT WORTH COUNTY JUDGE Susari Alanis Asst. City Manager Date: p� 1 `dol Date: 444ri aV 18 Re mmended for Approval: C M IONER, PRECINCT FOUR Dougl W. Wiersig, P.E. J.D. JOHNSON Ma� 1 ��� Director, Transportation and Public Works Attest: Attest- FOpTG� App val as t fo Mary J. kajeVCi �4Aar 2 Criminal A strict Attorney's Office* Assistant City Attorney Ma i, �Ot� `".a c- 79 s8 IY * Dy law, the Criminal District 2,40/1$ Attorney's Office may only approve contracts for its clients. We reviewed this document as to form from our client's OFFICIAL RECORD legal perspective. Other parties may not rely on this approval. Instead those CITY SECRETARY FT.WORTH,TX Page 4 of 5 parties should seek contract review from independent counsel. Page 5 of 5 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name o mployee Title 0 This form is N/A as No City Funds are associated with this Contract Printed Name Signature City of Fort Worth, Texas Mayor and Council Communication 10001k.. COUNCIL ACTION: Approved on 212012018 T DATE: Tuesday, February 20, 2018 REFERENCE NO.: **C-28584 LOG NAME: 20INTERLOCAL AGREEMENT FOR W J BOAZ ROAD SUBJECT: Authorize Execution of an Interlocal Agreement with Tarrant County for Rehabilitation of W. J. Boaz Road from Old Decatur Road to Boat Club Road with City Participation in the Amount of$400,000.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize execution of an Interlocal Agreement with Tarrant County for rehabilitation of W. J. Boaz Road from Old Decatur Road to Boat Club Road with City participation in the amount of$400,000.00 which includes furnishing necessary materials, traffic control and other incidentals. DISCUSSION: In the Fiscal Year 2018 Pay-Go General Capital Projects Program, various types of street maintenance techniques are grouped into specific contract packages, including Interlocal Agreements with other governmental entities. Tarrant County has agreed to enter into an Interlocal Agreement for the rehabilitation of W. J. Boaz Road from Old Decatur west to Boat Club Road with City participation in the amount of$400,000.00 (101330). Funding is available in the General Capital Projects Fund. W. J. Boaz Road is a through City street within unincorporated Tarrant County. Under the Agreement, Tarrant County will provide all necessary labor and equipment to perform this work and the City agrees to pay for the cost of materials, traffic controls and other incidentals. Additionally, the City agrees to closing the road to through traffic for the duration of the project or as deemed necessary by Tarrant County. This project is located in COUNCIL DISTRICT 7. This contract will be with a governmental entity, state agency or public institution of higher education: (Tarrant County). FISCAL INFORMATION /CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the General Capital Projects Fund. Prior to an expense /expenditure being incurred, the participating department has the responsibility to validate the availability of funds. Logname: 20INTERLOCAL AGREEMENT FOR W J BOAZ ROAD Page 1 of 2 FUND IDENTIFIERS (FIDS): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Department ccoun Project Program ctivity Budget Reference # �mounl ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Richard Martinez (7914) Additional Information Contact: Riad Nusrallah (2729) Logname: 20INTERLOCAL AGREEMENT FOR W J BOAZ ROAD Page 2 of 2 K 6 � Y W 0 w� d m O K F � Y F o N RAILHEAD ROAD Y'Ay`� � p z V11 O do p = N o� u RYON 00 0 3� F G 3Alya SDNINdS 3NONbW00 WINDYY y r o OtlOa NO91a390a A310tlM u r SZE b WYE 0 .I1E �OP�,'fRP 3 0 Q � x U C ¢ J y0 W h F 0 C W BEN^iRARPPO� 6m DPS Z Y % DLOOE G i A oiy o OtlON ND1tlO3a Ol0 0pS' k Y w w MARINE CREEK PARKWAY P� eg 3AItla SNVH 33TJH1 ,g 3AIN0 31Itll Atl8 yp,G\� = W��•O�� 3Ntll NOSAa �Vwzd\-056 EW DRIVEL 3N j.11IHa31tlM s�YN HAWKV W2 YSHALE�•Dw� HE.�AL aOY� d GRP ¢ ¢ C TT 3 dSTIRTHIHTLEDRNE �� z 3'1/ c �L iERl�'1L YbOJ/�N ; RIVERWP ti G�� Q Oo o p LL imi a33S ADS 3Ntll ON108 I31N3O o �QU Illtlal Hal\lOtl �' w yOP 133H1S a30NtlH 908 w -J' Q, 2� 'Oh SAN/yy 3nlaaMOOly , 133H15 NOSNHOf SITIO Qj a Q, ? 0 133N15 NMONe NIAatlW miit LLO u z i b7131YSy ¢ 133N1S 3SINVitle HL3S p '�me' 3AM0 3Ntll OONHNNI MHSlddiaa A1803,ONr dry 3 'Na, bd 5Uiy FT 3AINO'1I00NNVH O C OVON 9111380N.11tlWM08 0 ti Y 3Ntll Nltlldtl0 j G O yLU ¢ AtlM V1SIA 3N'dl p w w W p O 80AT WINO ROADL 10 w-W rc 50 0 O H AVM 1S3liO3AVM p o 0 0 3N rc 0 m K m w OF 6 O U Y w n 3Ntll 30LL 0 w 0 6 U p m j lltlNl 1131tlM1000 ¢ - avoa 9mo ltloe D - 133N1S 9NINdg •`✓0 ..� S''7% 3AINa NVLS Nil W •� � � 3AINa ALON3iN30 �b O d00 BUNK NpySE U.RIVE III�r.,.G �b000 �Jy 3AIN03llltlO 1O t✓ ySY ��Obj�� y0d gRE1(ENRIDGE DRIVE rc O \\li y da••�.,. w z 3 =' o,e � INTREPID DRIVE o � U J 00 w 0 pJPS m o Od O .pp f rc dJ 0 "Ij(y . .1 MOJHTDaN�KB ObOb��ONbb 33AINa ONIMSSOLO 3Ao�b�/S o