Loading...
HomeMy WebLinkAboutContract 47004 CSJ: 0353-02-063 District: 18/Dallas. Code Chart 64: 15000 � � CFDA: 20.2 DF4 STAf ,'XAS § CITY SEA w_ COU F TRAVIS § CONTRACT AGREEMENT FOR FURNISHING AND INSTALLING OF TRAFFIC SIGNAL EQUIPMENT BY A MUNICIPALITY THIS AGREEMENT is made by and between the State of Texas, acting through the Texas Department of Transportation, hereinafter called the "State," and the City of Fort Worth, Denton County, Texas, hereinafter called the "City," acting by and through its duly authorized officers as evidenced by Resolution/Ordinance No. qq Itt- 3° oe f1hereinafter acknowledged by reference. WITNESSETH WHEREAS, the State owns and maintains a system of highways and roadways, including SH 114 and FM 156 in the City of Fort Worth; and WHEREAS, the City has requested the State to reimburse the cost of furnishing and installing traffic signal equipment at the intersection(s) of SH 114 and FM 156 hereinafter, called the "Project," and WHEREAS, the State and City wish to cooperate in the construction of this Project; and WHEREAS The City desires that equipment be provided that is compatible with standard signal operation and/or existing City equipment; and WHEREAS, it is in the best interest of the City and the State for the City to assist the State by furnishing and installing traffic signal equipment on the Project; and i WHEREAS, the Texas Transportation Commission passed Minute Order No.112844, approving the Project; and WHEREAS, the State is authorized to enter into an agreement with the City for the Project pursuant to Transportation Code, §221.002; 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: ,!fir '11t f � � g� yy ry �5 r x p,y �� ;�ift rc nPW'h,li41 r Jf to / U R/H Traffic-Traffic Page 1 of 7 Revised FITSEKSTATE2 i CSJ: 0353-02-063 District: 18/Dallas Code Chart 64: 15000 CFDA: 20.205 AGREEMENT Article 1. CONTRACT PERIOD This agreement becomes effective on final execution by the State and shall remain in effect as long as said traffic signal equipment is in operation at the described location and the signal project is incomplete, or unless otherwise terminated or modified as hereinafter provided. Article 2. CONSTRUCTION RESPONSIBILITIES A. For all items of construction other than furnishing and installing specific traffic signal equipment, the State will prepare the construction plans, advertise for bids, and let the construction contract, or otherwise provide for the construction and will supervise the construction as required by said plans. The State will secure the City's approval of construction plans prior to award of contract. B. The furnishing and installing of specific traffic signal equipment will be part of the construction to be undertaken by the City, and the State will reimburse the City for its contribution to the Project, as prescribed under Article 3, "Compensation." Article 3. COMPENSATION A. The maximum amount under this agreement without modification is $10,205.20. A cost estimate of the work authorized under this agreement is marked "Exhibit A," attached hereto and made a part of this agreement. B. The State will reimburse the City the cost of furnishing and installing the traffic signal equipment according to the location and manner of construction as shown and described in the plans and specifications. C. The State will reimburse the City for properly supported costs incurred under the terms and conditions of this agreement. Costs incurred prior to the issuance of a written "Work Order" by the State will not be reimbursed. Reimbursement will be made by the State to the City for labor, equipment use, materials, supplies, travel expenses, and warehouse or material handling charges provided the City has paid from City funds their obligations covering items of costs previously billed. Article 4. PAYMENTS A. The City shall submit the State's Form 132, Billing Statement, or other type of invoice acceptable to the State upon completion of the Project and the State's acceptance thereof. B. An original and four (4) copies of the Billing Statement should be submitted to the following address: Texas Department of Transportation Attn: Director of Operations 4777 E. Highway 80 Mesquite, TX 75150 All billing statements shall be.properly documented, summarizing the costs by description of work performed, quantity of materials and devices, unit price, labor costs, and extensions. C. The State shall make payment to the City within thirty (30) days from receipt of the City's request for payment, provided that the request is properly prepared, executed, and documented. Traffic-Traffic_TEA11 Page 2 of 7 Revised 05/02/2008 FITSEKSTATE2 ` CSJ: 0353-02-063 District: 18/Dallas Code Chart 64: 15000 CFDA: 20.205 D. Unsupported charges or charges after final acceptance by the State will not be considered eligible for reimbursement. The State will prepare a final audit upon completion of the work authorized or at any time an audit is deemed to be in the best interest of the State. Article 5. PERSONNEL, EQUIPMENT, AND MATERIAL A. The City will use labor and supervisory personnel employed directly by the City, and use City-owned machinery, equipment, and vehicles necessary for the work. In the event that . the City does not have the necessary machinery, equipment, and vehicles necessary to perform the work, the machinery, equipment, and vehicles may be rented or (eased as necessary at the low bid price submitted by at least two approved bidders. B. Reimbursement for the use of materials purchased by other than competitive bid procedures will be made only if such procedures are shown to be in the public interest and provided the State shall have given prior approval for the use of said materials. All materials used for the work shall be new and undepreciated. Article 6. INSPECTION OF WORK A. The State shall make suitable, frequent, and complete inspection of all materials and equipment, and the work of installation to determine and permit certification that the Project and its components meet all applicable requirements of the plans and specifications in suitable condition for operation and maintenance by the City after its completion. B. The City will provide opportunities, facilities, and representative samples, as may be required, to enable the State to carry on suitable, frequent, and complete inspection of all materials and application methods, sufficient to afford determination and certification by the State that all parts of the installation and the component materials comply with the requirements of the approved plans and specifications. The State will promptly notify the City of any failure of materials, equipment, or installation methods, and the City will take such measures as necessary to obtain acceptable systems components and installation procedures without delay. Article 7. TERMINATION A. This agreement may be terminated by one of the following conditions: (1) By mutual agreement and consent of both parties. (2) By the State giving written notice to the City as a consequence of failure by the City to perform the services and obligations set forth in a satisfactory manner and within the limits provided, with proper allowances being made for circumstances beyond the I control of the City. (3) By either party, upon thirty (30) days written notice to the other. B. If, at any time, the City fails to assume the construction responsibilities as prescribed herein or the maintenance and operation responsibilities for the City's portion of the traffic signal equipment in a satisfactory manner as determined by the State, the State reserves the right to assume the construction responsibilities and/or to arrange for the maintenance and operation responsibilities at the expense of the City. i Article 8. INDEMNIFICATION The City acknowledges that it is not an agent, servant, or employee of the State and thus is responsible for its own acts and deeds and for those of its agents or employees during the performance of the work.defined in this agreement. Traffic-Traffic_TEA11 Page 3 of 7 Revised 05/02/2008 FITSEKSTATE2 CSJ: 0353-02-063 District: 18/Dallas Code Chart 64: 15000 CFDA: 20.205 Article 9. REMEDIES Violation or breach of contract terms by the City shall be grounds for termination of the agreement, and any increased cost arising from the City's default, breach of contract, or violation of terms shall be paid by the City. This agreement shall not be considered as specifying the exclusive remedy for any default, but all remedies existing at law and in equity may be availed of by either party and shall be cumulative. Article 10. DISPUTES Should disputes arise as to responsibilities and obligations as set forth in this agreement, the State's decision shall be final and binding. Article 11. SUBLETTING The City shall not sublet or transfer any portion of its responsibilities and obligations under this agreement unless specifically authorized in writing by the State. In the event subcontracts are entered into by the City, the subcontractors must adhere to the provisions of this agreement. Article 12. AMENDMENTS Changes in the time frame, character, responsibilities, or obligations authorized herein shall be enacted by written amendment. Any amendment to this agreement must be executed by both parties. Article 13. INSURANCE (Mark out the following paragraph that is not applicable) A. Outside Insurance Prior to the City performing any work on this Project, the City shall furnish to the State a completed Certificate of Insurance (Form 20.102, latest version) and shall maintain the insurance in full force and effect as long as this Project lasts and the City is responsible for the furnishing, installing, maintenance, and operation of the herein mentioned traffic signal equipment. B. Self Insured Prior to the City performing any work on this Project, the City shall furnish to the State a completed Certificate of Insurance (Form 20.102, latest version) and shall maintain its self-insurance program in full force and effect as long as this Project lasts and the City is responsible for the furnishing, installing, maintenance, and operation of the traffic signal equipment. The State understands that the City is a self-insured entity for public liability purposes. Article 14. SUCCESSORS AND ASSIGNS The City shall not assign or otherwise transfer its rights or obligations under this agreement except with the prior written consent of the State. Article 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 respective addresses: Traffic-Traffic TEA11 Page 4 of 7 Revised 05/02/2008 FITSEKSTATE2 I CSJ: 0353-02-063 District: 18/Dallas Code Chart 64: 15000 CFDA: 20.205 City: State: City of Fort Worth Texas Department of Transportation Attn: Transportation and Public Works Attn: Director of Operations 5001 James Ave 4777 E. Highway 80 Fort Worth, TX 76180 Mesquite, TX 75150 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided herein. Either party hereto may change the above address by sending written notice of such change to the other in the manner provided herein. Article 16. INSPECTION OF CITY'S BOOKS AND RECORDS A. The State shall; for purpose of termination of the agreement prior to completion, examine the books and records of the City for the purpose of checking the amount of the work performed and/or materials furnished by the City at the time of contract termination. The City shall maintain all books, documents, papers, accounting records, and other documentation pertaining to costs incurred under this contract and shall make such materials available to the State or its duly authorized representatives for review and inspection at its office during the contract period and for four (4) years from the date of final payment under this contract or until impending litigation is resolved. Additionally, the State and its duly authorized representatives shall have access to all records of the City which are directly applicable to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State B. 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. 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. Article 17. LEGAL CONSTRUCTION In case any one or more of the provisions contained in this agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Traffic-Traffic_TEA11 Page 5 of 7 Revised 05/02/2008 FITSEM:STATE2 CSJ: 0353-02063 District: I S/Dallas Code Chart 64: 15000 Article 18. GOVERNING LAWS AND VENUE CFDA: 20.205 This agreement shall be construed under and in accordance with the laws of the State of Texas. Any legal actions regarding the parties' obligations under this agreement must be filed in Travis County, Texas. Article 19. PRIOR AGREEMENTS SUPERSEDED This agreement constitutes the sole and only agreement of the parties hereto and supersedes any prior understanding or written or oral agreements between the parties respecting the within subject matter. IN WITNESS WHEREOF, the State and the City have signed duplicate counterparts of the agreement. THE CITY OF FORT WORTH Executed on behalf of the City by: Date 7 41ZI Typed or Printed Name and Title Fernando Costa 'Asst. City Manager THE STATE OF TEXAS Executed for the Executive Director and approved for the Texas Transportation Commission for the purpose and effect ofactivating and/or carrying out the orders, established policies or work programs heretofore-approved and authorized by the Texas Transportation Comm"ission. By J_1: �- ��. Date James K. Selman, P.E. Dallas District Engineer *OR?' 0 - ed 0"% APPROVEI) AS TO FORM AND LEGALITY' e r ity Secmtj`0' 1,v',1,r-- ATTORNEY nW ................ CITYF U, an p" Traffic-Traffic TEA1 I "PagG"O,of,7-- Revised 05102/2008 FITSEKSTATE2 CSJ: 0353-02-063 District: 18/Dallas 1 Code Chart 64: 15000 CFDA: 20.205 EXHIBIT A ATC Controller(Intelight 2070-LC-USB Controller) $ 1840.00 Cabinet: Fort Worth McCain 3521 $ 7471.00 Communication equipment 894.20 Total $10,205.20 a Trafflo-Traffic TEA11 Page 7 of 7 Revised 05/02/2008 FITSEM:STATE2 A Resolution NO. 4424-03-2015 AUTHORIZING AN AGREEMENT WITH AND REIMBURSEMENT BY THE TEXAS DEPARTMENT OF TRANSPORTATION FOR THE CITY OF FORT WORTH FURNISHING TRAFFIC SIGNAL EQUIPMENT FOR THREE INTERSECTIONS LOCATED ON STATE RIGHTS OF WAY WITHIN THE FORT WORTH CITY LIMITS WHEREAS, the State owns and maintains a system of highways and roadways, including SH 170 (Alliance Gateway) at Old Denton Road, SH 114 at FM 156, and III 20 at Bryant Irvin Road, located within the boundaries of the City; and WHEREAS, the City has requested the State to reimburse the cost of furnishing traffic signal equipment at the intersections of SH 170 (Alliance Gateway) at Old Denton Road, SH 114 at FM 156, and IH 20 at Bryant Irvin Road, called the "Projects"; and WHEREAS, the City desires that traffic signal equipment be provided that is compatible with standard signal operations or existing City equipment; and WHEREAS, it is in the best interest of the City and the State for the City to assist the State by furnishing traffic signal equipment on the Projects; and WHEREAS, the Texas Transportation Commission passed Minute Order Nos. 112844, 113073, and 113675 approving the Projects; and WHEREAS, the estimated cost of the signals and associated materials furnished by the City for the Projects is $37,483.20; and WHEREAS, the State is authorized to enter into agreements with the City for the Projects pursuant to Texas Transportation Code §221.002; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: The City Manager is authorized to eater into agreements with the Texas Department of Transportation to have the City of Fort Worth furnish traffic signal equipment for three intersections on State rights of way located within the City limits at the intersections of SH 170 (Alliance Gateway) at Old Denton Road, SH 114 at FM 156, TWO - and IH 20 at Bryant Irvin Road and accept reimbursement from the Texas Department of Transportation therefor. Adopted this 17th day of March, 2015 ATTEST-. 0 B Mary K cretary dn r40 ox aRTWo