Loading...
HomeMy WebLinkAboutContract 51004 CITY SEMARY CONTRACTNO c r . STATE OF TEXAS INTERLOCAL AGREEMENT COUNTY OF TARRANT This Interlocal Agreement is between Tarrant County, Texas ("COUNTY"), and the City of Fort Worth ("CITY"). WHEREAS, the CITY is requesting the COUNTY's assistance to: • Rehabilitate and Resurface Alta Vista Road located within the City of a°\-\t0 Fort Worth from Ray White Road to approximately 1664 feet South (Concrete Pavement) (approximately 1,664 linear feet). • Rehabilitate and Resurface Ray White Road located within the City of Fort Worth: (1) from Wail Price Keller Road to approximately 180 feet North of Pinella Avenue (Roundabout Construction) (approximately 2,400 linear feet); (2) from approximately 800 feet East of Eldon Hill Drive (Roundabout Construction) to approximately 300 feet West of Alta Vista Road (Concrete Pavement) (approximately 3,910 linear feet). • Rehabilitate and Resurface Keller Haslet Road located within the City of Fort Worth from Alta Vista Road to Park Vista Boulevard (approximately 5,175 linear feet). • Rehabilitate and Resurface Golden Triangle Boulevard located within the City of Fort Worth from IH 35W to Harmon Road (approximately 2,109 linear feet). Collectively, hereinafter referred to as the"Project"; and 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: t OFFICIAL RECORD CITY SECRILTARY FT,WORTH,TX 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 representatives to sign this Agreement. NOW, THEREFORE, the COUNTY and the CITY agree as follows: TERMS AND CONDITIONS COUNTY RESPONSIBILITY The COUNTY will furnish the labor and equipment to assist the CITY In completing the Project: • Alta Vista Road: Following milting and removal of the excess materials by the CITY, the COUNTY will stabilize the exposed subgrade, regrade,shape, and prime the roadbed, place two inches of asphalt base, place two inches of asphalt surface, backfill the pavement edges and clean the project jobsite. • Ray White Road (Sections 1 and 2): Following milling and removal of the excess materials by the CITY, the COUNTY will stabilize the exposed subgrade, regrade, shape, and prime the roadbed, place two inches of asphalt base, place two inches of asphalt surface, backfill the pavement edges and clean the project jobsite. • Keller Haslet Road: Following milling and removal of the excess materials by the CITY, the COUNTY will stabilize the exposed subgrade, regrade, shape, and prime the roadbed, place two inches of asphalt base, place two inches of asphalt surface, backfill the pavement edges and clean the project jobsite. • Golden Triangle Boulevard: The COUNTY will reclaim and stabilize the existing roadbed materials, regrade, shape, and prune the roadbed, place two inches of asphalt base, place two inches of asphalt surface, backfill the pavement edges and center median and clean the project jobsite. 2. CITY RESPONSIBILITY 2.1 The CITY will provide up to$1,307,902 for material cost and related expenses for the Project as follows: 2 a) The CITY will furnish and pay for the actual cost of the materials, including any delivery or freight cost, for the Project. The CITY will provide the COUNTY with a purchase order and will be billed directly by the material supplier. The COUNTY may accumulate and bill the CITY for incidental material cost not supplied by the CITY at the completion of this Project. (Estimated Material Cost not to exceed: $947,445). b)The CITY will pay one-half of the COUNTY'S fuel cost incurred for the Project. The COUNTY will invoice the CITY for one-half of the cost of the fuel consumed for construction purposes at the completion of the Project.'If the COUNTY has begun work on the Project but the work has not been completed at the termination of this Agreement, the CITY is still obligated to pay its share of the COUNTY's fuel cost incurred for the Project up to the date of termination of this Agreement. (Estimated Fuel Cost not to exceed $10,533). c) The CITY will be responsible for providing or reimbursing the County for all traffic control required for the Project. (Estimated Cost up to $79,156). d) The CITY will be responsible for providing or reimbursing the COUNTY for permanent striping. (Estimated Cost up to$95,420). e) The CITY will be responsible for and provide removal (milling) of the excess road base materials for the project. (Estimated Cost up to $127,223). f) The CITY will be responsible for and provide portable temporary message boards to supplement traffic control as needed. (Estimated Cost up to$21,450). g) The CITY will reimburse the COUNTY for actual cost of any overtime hours the CITY requires the COUNTY to provide watering the roadway for dust control after regular work hours. (Estimated Cost up to $9,625). h) The CITY will be responsible for and provide any soil cores and testing necessary to construct the project. (Estimated Cost up to $17,050). 2.2 The CITY will adjust all utilities, manholes and valve boxes necessary to construct any and all parts of this Project. 3 2.3 The CITY will furnish all rights of way, plan specifications, engineering drawings, survey, and laboratory testing required for construction of any and all parts of this Project. 2.4 The CITY will furnish a dump site within close proximity to the Project for the COUNTY to dump all spoils and waste materials generated during construction of this Project. 2.5 The CITY will provide the COUNTY with a hydrant meter and all water necessary for construction of any and all parts of the Project at no cost to the COUNTY. 2.6 If a Storm Water Pollution Prevention Plan ("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. PROCEDURES DURING PROJECT The COUNTY retains the right to inspect and reject all materials provided for this Project. 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 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 or governmental immunity. S. OPTIONAL SERVICES 5.1 If requested by the CITY, the COUNTY will provide traffic control required for the Project. This responsibility includes all signage, barricades, pilot vehicles, and flagmen necessary to control traffic in and around the construction site with the exception of any portable changeable message boards which will be supplied by the CITY. Traffic control measures provided by the COUNTY will be billed at the actual labor cost plus 10% for use of the COUNTY traffic control devices. 5.2 if requested by the CITY, the COUNTY will apply permanent striping coordinated through the Transportation Department. Application of 4 striping by the COUNTY is limited to Project roadways. 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. 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. There is no deadline for completion of the Project. 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 This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. 10. TERMINATION OF AGREEMENT This Agreement will automatically terminate on either September 30, 2018.. Nothwithstanding the foregoing,or any other language to the contrary,either party may terminate this Agreement without cause upon thirty(30) days'written notice to the other party prior to the intended date of termination. In the event of termination by either party, neither party shall have any further obligations to the other party under this Agreement, except that the CITY remains liable to the COUNTY for any outstanding invoice for materials that the COUNTY provides for the project, if any. This Agreement may be renewed prior to Its expiration upon the mutual written consent of the parties. 11. DISCLOSURE 5 The CITY acknowledges that it is 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. TARRANT COUNTY, TEXAS CITY OF FORT WORTH B. Glen Whitley Jesu J. Chapa COUNTY JUDGE ASSISTANT CITY MANAGER Date: l Date: , [ ......_ r l . Gary Fickes �6jpyvXDougla .Wiersig, P.E. COMMISSIONER, PRECIN 3�t � DIRECTOR,TIPW DEPARTME �( •.O Attest: Wry Ja $ City S ry APPROVED AS TO FORM* APPROVED AS TO FORM AND LEGALITY C L ��,/ 9—AGZ Criminal District Att n 's Office` Douglas W. Black raKj 2.1 f,,IV Sr.Assistant City Attorney * By law, the Criminal District Attorney's f+1'1`l•C G— W 5 Office may only approve contracts for its clients. We reviewed this document as to Z/G(i g form from our client's legal perspective. Other parties may not rely on this approval. Instead those parties should seek contract review from independent counsel. 6 OFFICIAL.RECORD CITY SECRETARY FT.WORTH,TX Approval of a Project for an Interlocal Agreement Between Tarrant County,Texas and City of Fort North Tarrant County, Texas, acting by and through the Tarrant County Commissioners Court, has been advised of the following described Project involving the construction,improvement,or repair of a builduig,road or other facility. In accordance with Texas Government Code§791.014, Tarrant County hereby gives its specific written approval for the Project prior to the Project beginning. The Project information is as follows: PROJECT and LOCATION: • Rehabilitate and Resurface Alta Vista Road located within the City of Fort Worth and Tarrant County Commissioner Precinct#3 from Ray White Road to approximately 1664 feet South (Concrete Pavement) (approximately 1,664 linear feet). • Rehabilitate and Resurface Ray White Road located within the City of Fort Worth and Tarrant County Commissioner Precinct #3: (1) from Wall Price Keller Road to approximately 180 feet North of Pinella Avenue(Roundabout Construction) (approximately 2,400 linear feet); (2)from approximately 800 feet East of Eldon Hill Drive (Roundabout Construction) to approximately 300 feet West of Alta Vista Road (Concrete Pavement) (approximately 3,910 linear feet). • Rehabilitate and Resurface Keller Haslet Road located within the City of Fort Worth and Tarrant County Commissioner Precinct #3 from Alta Vista Road to Park Vista Boulevard (approximately 5,175 linear feet). • Rehabilitate and Resurface Golden Triangle Boulevard located within the City of Fort Worth and Tarrant County Commissioner Precinct #3 from IH 35W to Harmon Road (approximately 2,109 linear feet). The local governments that have requested the Project and with whom the Interlocal Agreement is by and between are Tarrant County,Texas,and the City of Fort Worth,Texas.. By vote on the date below, the Tarrant County Commissioners Court has approved the Project identified above and authorized execution of this document by the presiding officer of the Tarrant County Commissioners Court. Date: reb hA QJ24a7 By: Presiding Officer of the Tarrant County Commissioners Court NOTICE TO PROCEED The City of Fort Worth hereby notifies the County that the County may proceed with this project,as specified in the attached Agreement, on or after p Z—za-4, (Month/Date flear) .0e Authorized City Official Ctty of Fort Worth • Rehabilitate and Resurface Alta Vista Road located within the City of Fort Worth from Ray White Road to approximately 1664 feet South (Concrete Pavement) (approximately 1,664 linear feet). • Rehabilitate and Resurface Ray White Road located within the City of Fort Worth: (1)from Wall Price Keller Road to approximately 180 feet North of Pinelia Avenue (Roundabout Construction) (approximately 2,400 linear feet); (2) from approximately 800 feet East of Eldon Hill Drive (Roundabout.Construction) to approximately 300 feet West of Alta Vista Road (Concrete Pavement) (approximately 3,910 linear feet). • Rehabilitate and Resurface Keller Haslet Road located within the City of Fort Worth from Alta Vista Road to Park Vista Boulevard(approximately 5,175 linear feet). • Rehabilitate and Resurface Golden Triangle Boulevard located within the City of Fort Worth from IH 35W to Harmon Road (approximately 2,109 linear feet). e M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDAORTWORTII COUNCIL ACTION: Approved on 2/6/2018 REFERENCE ** 201LA RAY WHITE, ALTA DATE: 2/6/2018 NO.: C-28570 LOG NAME: VISTA, GOLDEN TRIANGLE & KELLER HASLET CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of an Interlocal Agreement with Tarrant County for Rehabilitation of Ray White Road from Change of Pavement 310 feet West of Alta Vista to Wall Price Keller, Alta Vista Road from Ray White Road to Eddleman Drive, Golden Triangle Road from 1-35 West to Harmon Road and Keller Haslet Road from Park Vista to Alta Vista with City Participation in the Amount of$1,400,000.00 (COUNCIL DISTRICTS 4 and 7) RECOMMENDATION: It is recommended that the City Council authorize execution of an Interlocal Agreement with Tarrant County for rehabilitation of Ray White Road from change of pavement 310 feet West of Alta Vista to Wall Price Keller Road; Alta Vista Road from Ray White Road to Eddleman Drive; Golden Triangle Road from 1-35 west to Harmon Road and Keller Haslet Road from Park Vista Road to Alta Vista Road with City participation in the amount of$1,400,000.00 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 Ray White Road from change of pavement 310 feet West of Alta Vista (W) to Wall Price Keller; Alta Vista Road from Ray White to Eddleman Drive; Golden Triangle Road from 1-35 west to Harmon Road and Keller Haslet Road from Park Vista to Alta Vista with City participation in the amount of$1,400,000.00 (101329). Funding is available in the General Capital Projects Fund. Ray White Road, Alta Vista Road, Golden Triangle Road and Keller Haslet Road are through City streets 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 DISTRICTS 4 and 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. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25560&councildate=2/6/2018 7/10/2018 M&C Review Page 2 of 2 TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chardield 2) Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wersig (7801) Additional Information Contact: Riad Nusrallah (2729) Richard Martinez (7914) ATTACHMENTS Map 2014 ILA CD 4 and 7.0f http://apps.cfwnet.org/council_packet/mc_review.asp?ID=25560&councildate=2/6/2018 7/10/2018