Loading...
HomeMy WebLinkAboutContract 47014 CITY SEC ' . f CONTRACT NO, „ THE STATE OF TEXAS COUNTY OF TARRANT INTERLOCAL AGREEMENT FOR THE REHIBILITATION OF CAYLOR ROAD WEST BACKGROUND This Agreement is between Tarrant County, Texas ("COUNTY") acting by and through its duly authorized County Commissioners Court, and the City of Fort Worth, Texas ("CITY") acting through its duly authorized Assistant City Manager. WHEREAS, the Interlocal Cooperation Act, (Texas Government Code Section 791.001 et seq.)provides legal authority for this Agreement; and WHEREAS, during the performance of the governmental functions, the parties will make the payment therefor 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 interest 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 COUNTY have authorized their representative to sign this Agreement. NOW, THEREFORE, the COUNTY and CITY agree as follows: TERMS AND CONDITIONS 1. PROJECT DESCRIPTION AND SCOPE OF WORK 1.1 The"Project" is identified as the reconstruction and resurfacing of: ® Caylor Road West: Reconstruction of Caylor Road West from Katy Road to Caylor Road North (approximately 4,400 linear feet). 1.2 The Project will be completed as time and resources allow. CFW-TARRANT COUNTY ILA—CAYLOR ROAD N - Page 1 of 5 L 2. COUNTY RESPONSIBILITY 2.1 The COUNTY will furnish the labor and equipment necessary for the Project. Caylor Road West: The County will reclaim the existing roadbed materials, remove approximately 3 inches of excess materials (widen the subgrade where possible), stabilize the recycled material 8 inches deep, re-grade the road bed, place a 2-inch HMAC binder level-up course, place a 2-inch HMAC surface course, backfill the pavement edges and clean the job site. 2.2 The COUNTY will coordinate the utility line locates before construction begins by utilizing Dig Tess or a similar service. 2.3 The COUNTY will monitor and coordinate the maintenance of the Storm Water Pollution Prevention Plan. 3. CITY RESPONSIBILITIES 3.1 CITY will provide up to $256,823 for the Project as follows: a) 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: $218,786). b) The CITY will pay one-half of the COUNTY'S fuel cost incurred for the Project. The COUNTY will invoice the CITY for the CITY's fuel cost portion 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 $5,875). c) The CITY will be responsible for arranging or reimbursing the County for all traffic control required for the Project. This responsibility includes all advance notices, signage, barricades, pilot vehicles, and flagmen necessary to control traffic in and around the construction site. (Estimated Cost up to $29,700). d)Temporary tabs and permanent striping. (Estimated Cost up to $770). 3.2 The CITY will adjust all utilities, manholes and valve boxes for any and all parts of the Project. CFW-TARRANT COUNTY ILA—CAYLOR ROAD Page 2 of 5 3.3 The CITY will provide the COUNTY with a hydrant meter and all the water necessary for construction of any and all parts of the Project at no cost to the COUNTY. 3.4 The CITY will provide or pay for any engineering, survey, and laboratory testing required for any and all parts of the Project. 3.5 The CITY will furnish sites in close proximity to the Project for the COUNTY to dump all spoils and waste materials generated during construction of any part of the Project. 3.6 If required for any part of the Project, the CITY will be responsible for the design and development of a Storm Water Pollution Plan (SWPPP). The CITY further agrees to pay for all costs (including sub-contractor materials, labor and equipment) associated with the implementation of the plan. The COUNTY will be responsible for maintenance of the plan during the duration of any part of the Project. Documentation and record keeping of the SWPPP will be the responsibility of the CITY. 4. POST-PROJECT PROCEDURES If the CITY has a complaint regarding the construction of the Project,the CITY must inform the COUNTY in writing within 30 days of Project completion. The COUNTY is responsible for the maintenance of the project within the first 30 days after completion of the Project. Upon expiration of 30 days after the Project completion,the CITY becomes responsible for the maintenance of the Project. 5. 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. 6. OPTIONAL SERVICES 6.1 If requested by the CITY, the COUNTY will supply all traffic control measures required for the Project. This responsibility includes all advance notices, signage, barricades, pilot vehicles and flagmen necessary to control traffic in and around the construction site. Traffic control measures will be billed at actual labor and equipment cost plus 10% for traffic control devices. (Estimated Traffic Control Cost not to exceed: $29,700). 6.2 If requested by the CITY, the COUNTY will sub-contract milling services to expedite construction, improve safety, and lessen delays and inconvenience to the traveling public. The CITY will provide the CFW-TARRANT COUNTY ILA—CAYLOR ROAD Page 3 of 5 COUNTY with a purchase order for this service and will be billed directly by the service provider. This service will be billed at the actual County contract cost. An estimated $7,875 in savings may be realized for unused equipment, labor, fuel and traffic control expenses if the milling option is selected. 7. TIME PERIOD FOR COMPLETION CITY will give the COUNTY notice to proceed at the appropriate time. However, COUNTY is under no duty to commence construction at any particular time. 8. NO THIRD PARTY The parties do not enter into this Agreement to protect any specific third party. The intent of this Agreement excludes the idea of a suit by anyone claiming third party beneficiary rights. The parties to this Agreement do not consent to the waiver of sovereign immunity under Texas law to the extent any party may have immunity under Texas law. 9. JOINT VENTURE &AGENCY The relationship between the parties to the 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. 10. TERMINATION OF AGREEMENT This Agreement shall automatically terminate upon completion of the project or one (1) year from the date of this agreement, whichever is first. This Agreement may be renewed prior to its expiration upon the mutual consent of the parties. CFW-TARRANT COUNTY ILA—CAYLOR ROAD Page 4 of 5 This Agreement is effective upon the date written by the last party to sign. COUNTY OF TARRANT CITY OF FORT WORTH 4 01 County Judge Jesus J. Chapa Assistant Manager Date a� )ec, Date: Recommended for Approval: t,J- J} ommis oner Precinct 3, Douglas W. Wiersig,P.E. Gary Fickes Director, T/PW Department JPCSfuyTr y Attest: Attest: JX OAR vu, vY) f o �u dJ� ary City Secre "ary � Y APPROVED AS TO FORM* APPROVED AS TO FORM AND LEGALITY 0' ui L— LIMINA I RIC-'I"" ORNEYN OFFICE Douglas W lack '," Senior Assistant City Attorney *By law, the Criminal District Attorney's fv k2 C C ` , Office may only approve contracts for its clients. We reviewed this document as to -L 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. CFW-TARRANT COUNTY ILA—CAYLOR ROAD Page 5 of 5 COUNCIL MAYOR AND KELLER HASLET °LL NBORO LACEBARK _RSBURG LD GROV O f' MARTINSBURG O J w RMINGT N J O O ' " 9W Ill PANGO IN z Q 2 O O 03 Q- PRAIRIE BEDIN TON h a C7 pP CROSSING' w X z BICKMORE a Q O O ILL a •` " R STIC TIMB RS OJ LID DISTRICT 7 can Iu10CINT CrI LEAD ' i- TIMBERLAND TIMBERLAND �' I w Caylor Rd W x OAK HAVEN 8 22C sommummosm 22D W NTERBERR YELLOW BIRCH RE GUM t I I J ONDER SMOKETH RN ® O SOAPBERRY SUNSET C RNE WOOD ALMOND O 's J U� T O 0. COMSTOCK h gsBRAEWOODW Ile t�q w }' HOLLY HOCK �+O w ENGLISH OAK IL COFF ETREE 1 z ©d RAISINTREE w B VIEW q� tS,y F O® SUG R MAPLE POSTWOOD gOj�T EGG STORE JENNIFER q p ROOSTE W Lu SILACa /,4 OO/1- q�k El xG FARM s O FEED ILL 0 A. Ov�a t ,� 40 I- h Legend k CFWGIS.SDE.POL_CITV LIMIT CFWGIS.SDE.POL_TARRANT_PRECINCTS F DO PETUNI IL AF cxM COMMISH NE v! Q 0 p Cr U 22 ❑ w 2M 03 Op KELL R HICKS 4 g City of Fort Worth,, Texas Mayor and Council CI ti COUNCIL ACTION: Approved on 7/21/2015 DATE: Tuesday, July 21, 2015 REFERENCE NO.: **C-27367 LOG NAME: 201LA CAYLOR ROAD WEST SUBJECT: Authorize Execution of an Interlocal Agreement with Tarrant County for Reconstruction of Caylor Road W from Katy Road to Caylor Road N with City Participation in the Amount Up to $256,823.00 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize execution of an Interlocal Agreement with Tarrant County for reconstruction of Caylor Road W from Katy Road to Caylor Road N with City participation in the amount up to $256,823.00 which includes furnishing necessary materials, traffic control and other incidentals. DISCUSSION: In the Fiscal Year 2015 Contract Street Maintenance 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 with the City for the reconstruction of Caylor Road W from Katy Road to Caylor Road N (City Project No. 02651). (Description Amount ;Design $0.00; Construction Materials, traffic control and $2563823.0011 incidentals _ __ Project Mgmt/Inspection/Contingencies, ! $0.00 1,Etc. ______ Total Project Budget ___ ? ___ $256,823.00; Funding is available in the Contract Street Maintenance Fund. Caylor Road W is a through City street with the abutting properties on both sides being 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 of 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. FISCAL INFORMATION/CERTIFICATION: Logname: 20ILA CAYLOR ROAD WEST Page I of 2 The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. Fund Appropriation Request transfer is attached as follows: Available Unspecified Amount of Transfer (Remaining Balance $2851641.60 ;$256,823.00 !$28,818.60 FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers 0293 523010 207600265180 $214,823.00 C293 539120 207600265180 $42,000.00 CERTIFICATIONS: Submitted for Ciijy Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Richard Martinez (7914) Additional Information Contact: Tariqui Islam (2486) ATTACHMENTS 1. kw.: K.. .....wp...y f —u.. —.u. o . .... : (CFW Intern al) 2 nds ealo n x (CFW Internal)c 3. j (Public) Logname: 20ILA CAYLOR ROAD WEST Page 2 of 2 1