HomeMy WebLinkAboutContract 52752 ACITY SECRETARY
20 2019 CONTRACT NO.
s�cR �RJHE 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 with the parking
lots and roads at Trail Driver Park, located at 1700 NE 28th Street, Fort Worth, TX., 76106.
The CITY is requesting the reconstruct and asphalt overlay of the north and south parking
lots and roads. In addition, the CITY is requesting the asphalt overlay of the south
approach, 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:
TERMS AND CONDITIONS
1. COUNTY RESPONSIBILITY
1.1 The COUNTY will furnish the labor and equipment to assist the CITY in
completing the Project.
s
0)
OFFICIAL RECORD
\1 CITY SECRETARY
5 �o .4 FT. WORTH,TX
1.2 The project consists of the reconstruct and asphalt overlay of Trail Driver
Park's north and south parking lots and roads; being approximately 33,180
square feet. Pulverize the existing asphalt pavement and reclaiming to a
depth of 6", cement stabilize and apply 3" Type D hot mix asphaltic
concrete pavement surface.
1.3 In addition the COUNTY agrees to overlay the north drive approach at Trail
Driver Park; being approximately 20,800 square feet. Apply 2" Type D hot
mix asphaltic concrete pavement surface
2. CITY RESPONSIBILITY
2.1 CITY will provide up to $71,295.00 for the Project as follows:
2.2 CITY will furnish all materials for the Project and pay trucking charges.
2.3 CITY will furnish a site for dumping waste in close proximity to job site for
materials generated during the Project.
2.4 CITY will furnish all rights of way, plan specifications and engineering
drawings.
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
Project.
2.6 CITY will provide temporary driving lane markings.
2.7 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.
2.8 The CITY will pay the COUNTY a flat rate of$100.00 per day to cover the
COUNTY's cost of equipment and man-hours used in performing the work
on the Project.
3. PROCEDURES DURING PROJECT
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 thirty (30) days of the date of Project
completion. Upon expiration of thirty (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.
Page 2 of 4
5. OPTIONAL SERVICES
5.1 If required,the CITY will pay for engineering services, storm water run-off
plans, and continuation of services and plan.
5.2 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
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, 2020, or until the Project is
completed, whichever occurs first. If the Project is not completed by September 30, 2020,
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 thirty (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.
Page 3 of 4
TARRANT COUNTY, TEXAS CITY OF FORT WORTH
COUNTY JUDGE Fernando Costa,Assistant City Manager
Date: " V yl Date: /9
Reco de r pproval:
C M SI NER, PRECINCT F R Da d Creek, Acting Director
J.D. JOHNSON Park& Recreation Department. `O�OR 7` E
ra
A st: r Atte
Appr val as to form* Mafy J. er, it ecretary A ...
ZE s
Approved as to Form _
Criminal District Attorne s Office* 11—i�
Douglas W Black
Sr. Assistant City Attorney
* By law, the Criminal District
Attorney's Office may only approve
contracts for its clients. We reviewed this
document as to 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH,TX
Page 4 of 4
Trail Drivers Park
Mapsco 62 H
JF
# r7 f
i
L1� F s
VIM.
r
4FF r
1ry�YlYr'LL�1+
FAlIR� rr
*"* !
300 150 0 300 Feet N
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.
Carlos Gonzalez
Name of Employee
Park Planner
Title
❑ This form is N/A as No City Funds are associated with this Contract
CAkxo-5 �n�J2ilZ,ar2
Printed Name Signature
OFFICIAL RECORD
CITY SECRETARY
FT WORTH, TX