HomeMy WebLinkAboutContract 41877 (2)• � � � 1, �;
STATE OF TEXAS § W I l �i
§ Interlocal Agreement
COUNTY OF TARRANT §
This IntILA rlocal Agreement (AGREEMENT') is entered into between Tarrant
County, Texas, ("COUNTY'), and The City of Fort Worth, ("CITY"), and collectively
referred to as the PARTIES, for the purpose of funding a needed transportation project
within the boundaries of both parties which the Commissioners Court of the COUNTY
and the governing body of the CITY find serves a public purpose and serves the public
welfare of the citizens of Tarrant County and of the City of Fort Worth,
The COUNTY and the CITY make the following findings of fact:
1. This agreement is made pursuant to Chapter 791 of the Texas
Government Codes
2. To the extent necessary the parties will use current revenues to pay
obligations in this agreement;
3. The project benefits the public in that it is a needed transportation
project;
4. The COUNTY and the CITY each has the legal authority to perform its
obligations in this agreement; and
5. The division of costs provided in this agreement constitute adequate
consideration to each party.
I.
PROJECT DESCRIPTION
This road improvement project will realign Harley Street on a new location as a four
lane divided arterial from University Drive to Montgomery Street ('PROJECT'�0 In
addition, significant drainage improvements will be made roughly along the arterial
alignment to serve the basin commonly referred to as East Arlington Heights
Watershed, The PROJECT is consistent with the approved alignment on the CITY's
current Master Thoroughfare Plan and is identified as a major arterial.
®F�ICIAL DECOR®
CI'1"Y SECRETARY
FT WORTH, TX
Interlocal Agreement Transportation Bond 2006-2007
Page 1
II.
SCOPE OF SERVICES PROVIDED BY CITY
The services to be provided by the CITY shall include, but are not limited to, the
following:
A. All costs associated with said PROJECT including for design acquisition of
right of way, utility relocation and adjustment, planning, engineering,
surveying, construction and governmental approval costs;
B. Construction agreement administration, site review, and permitting;
C. Interagency cooperation;
D. A monthly progress report documenting the percent complete for each
major component of the PROJECT shall be provided to the COUNTY;
E. CITY will notify the COUNTY on completion of the PROJECT.
F. CITY will include the following language on all on -site public notice
signage:
This project is funded by the City of Fort Worth through the 2004 Capital
Improvement Program and the Tarrant County Commissioners Court
through the 2006 Tarrant County Bond Program'
III.
SCOPE OF SERVICES PROVIDED BY COUNTY
The services to be provided by the COUNTY shall include, but are not limited to,
the following:
A. All construction costs associated with the PROJECT as described in section
V of this AGREEMENT;
B. Construction inspection, material testing, and construction contingencies;
C. Interagency cooperation.
IV.
TERM
This AGREEMENT will conclude at the end of the current fiscal year unless
terminated sooner per Section XII of this AGREEMENT. This AGREEMENT may be
renewed annually until final completion of the PROJECT.
Interlocal Agreement Transportation Bond 2006-2007 Page 2
V.
COST
COUNTY agrees to fund the actual costs of the as -built final total roadway
PROJECT construction cost, up to the amount of the CITY's actual cost of the
associated drainage improvements or $4,500,000.00 whichever is less, by reimbursing
CITY. Payment to CITY shall be in accordance with Attachment A which is attached
hereto and hereby made a part of this AGREEMENT for all purposes. In the event that
the PROJECT is delayed, however the COUNTY is excused from paying until the
successful completion of each scheduled phase of the PROJECT as reasonably
determined by the CITY and COUNTY. Prior to the final payment, the CITY will provide
certification signed by the City Manager or other authorized official that the work has
been completed and that the funds being requested have been expended. The CITY
will also provide certification as to the actual cost of the CITY's participation in the
drainage improvements.
VI.
AGENCY -INDEPENDENT CONTRACTOR
Neither COUNTY nor any employee thereof is an agent of CITY and neither CITY
nor any employee thereof is an agent of COUNTY. This AGREEMENT does not and shall
not be construed to entitle either party or any of their respective employees, if
applicable, to any benefit, privilege or other amenities of employment by the other
party.
COUNTY understands and agrees that COUNTY will have no right to control the
manner or means of construction of the PROJECT.
VII.
ASSIGNMENT
Neither party may assign, in whole nor in part, any interest it may have in this
AGREEMENT without the prior written consent of the other party.
VIII.
THIRD PARTY BENEFICIARY EXCLUDED
No person other than a party to this AGREEMENT may bring a cause of action
pursuant to this AGREEMENT as a third party beneficiary. This AGREEMENT may not be
interpreted to waive the sovereign immunity of any party to this AGREEMENT to the
extent such party may have immunity under Texas law.
Interlocal Agreement Transportation Bond 2006-2007 Page 3
IX.
AUDIT OF RECORDS
CITY's records regarding the PROJECT shall be subject to audit by the COUNTY
during the term of this AGREEMENT and for two years after the completion of the
PROJECT.
X.
ENTIRE AGREEMENT
This AGREEMENT represents the entire understanding of and between the
parties and supersedes all prior representations as to the PROJECT This AGREEMENT
may not be varied orally, but must be amended by written document of subsequent
date duly executed by these parties. This AGREEMENT shall be governed by the laws
of the State of Texas and venue for any action under this AGREEMENT shall be in the
district courts of Tarrant County, Texas.
XI.
SCHEDULING
CITY agrees that the COUNTY retains control over the COUNTY funding
disbursement schedule identified in Attachment A. COUNTY agrees to notify CITY of
any changes to the funding disbursement schedule 30 days in advance in accordance
with Section XIII of this AGREEMENT.
XII.
TERMINATION
Until funded by the COUNTY as described in Section IV, this AGREEMENT may be
terminated by either party by providing written notice to the other party at least thirty
(30) days prior to the intended date of termination.
Interlocal Agreement Transportation Bond 2006-2007 Page 4
XIII.
NOTICE
Any notice or other writing required by this AGREEMENT, shall be deemed given
when personally delivered or mailed by certified or registered United States mail,
return -receipt, postage prepaid, addressed as follows.
COUNTY:
County Administrator
Re: Harley Street Interlocal Agreement
Tarrant County
100 E Weatherford St
Fort Worth, Texas 76196
CITY:
City Manager
Re: Harley Street Interlocal Agreement
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Texas 76102
APPROVED on this day the day of , 4u , by
Tarrant County.
Commissioners Court Order No. 110g7Z
TARRANT COUNTY
STATE OF TEXAS
County Judge
CERTIFICATION OF
$ � Q
caTY
Assistant City Manager
FUNDS IN THE AMOUNT OF
All future years' funding is contingent on future debt issuance
and renewal of this AGREEMENT
Fiscal year ending September 30, 2012
Fiscal year ending September 30, 2013
Fiscal year ending September 30, 2014
TOTAL
County Auditor's Office
Interlocal Aareement Transportation Bond 2006-2007
$ 1125000
$ 2,500,000
$ 1,125,000
$ 4,500,000
APPROVED AS TO FORM;
District
s OfFice*
APPROVED A 7 TO FORM AND
Assistant City Attorney
*By law, the District Attorneys Office may only advise or approve agreements or legal documents on
behalf of its clients. It may not advise or approve an agreement or legal document on behalf of other
parties. Our review of this document was conducted solely from the legal perspective of our client. Our
approval of this document was offered solely for the benefit of our client. Other parties should not rely
on this approval, and should seek review and approval by their own respective attorney(s).
Attested byo
C. � C)M4SLSCS 0 % f—b Aj
Contract Authorizatiola Marty Hend>ri
31a1►►
Date
secretary
p0000po0 I�Y�
00 0
O�O
o�
0
0
Interlocal Agreement Transportation Bond 2006-2007
Page 6
ATTACHMENT A
Project Information
City: City of Fort Worth
Project Name: Harley Avenue from University Drive to Montgomery Street
Proposed Project Schedule
Start Date Duration (mo) End Date *
Design: July 2010 12 July 2011
ROW Acquisition: May 2011 6 Nov 2011
Utility Relocation: n/a n/a
Construction: February 2012 18 August 2013
COUNTY's payments by completed phase are contingent upon the CITY's and
COUNTY's reasonable determination that the work regarding the PROJECT phase for
which payment is expected is successfully completed. COUNTY plans to issue debt
for all phases of this project therefore payment remains contingent on debt issuance in
accordance with applicable law.
The first payment will be dispersed upon the execution of the construction contract
(anticipated 2nd Quarter of FY 12), with three equal payments to follow, according to
the table, below.
•
Proposed County Payment by Phase
Design: $0
ROW Acquisition: $0
Utility Relocation* $0
Construction: $4,500,000
County Funding
Total: $4,500,000
Proposed County Payment by Fiscal Year Quarter (SUBJECT TO CHANGE)
1st Quarter 2nd Quarter 3rd Quarter 4th Quarter
Oct -Dec Jan -Mar Apr -Jun Jul -Sep
FY12
FY13
FY14
$
$
$
$
$
$1,125,000
$
$
$1,125,000
$
$1,125,000
$
$1,125,000
$
$
$
Interlocal Agreement Transportation Bond 2006-2007 Page 7
Attachment B
Maps
Projected Costs
Interlocal Agreement Transportation Bond 2006-2007 Page 8
y_ A
ERY:.ST
I _ "
y
O _ <
m
ILI
r
Is
Jqp M AI- -- � .,71
kill
;D
ppp
rZ
It -ISO
Cn
�O Z.. -
rF
C)
D
Harley Avenue Realignment Project
<655International Ste z0 Exhibit A
Fort WoOK Texas 76109 Fort Worth, Texas
p: (M) 735-7300 F. (BU) 735-7491
Drainaae Improvements By City of Fort Worth
Absolute
Verbal Scale: 1" = 400'
Scale: 1 = 4,800
Date: February 2011
FN Job p: FTVJ09199
H:ISTORM WATERIWORKINGIJN
EXHIBIT B
Harley Avenue Realignment Project
30% Drainaee Desien
Neighborhood Drainage
$3,096,200
1
2-11x6 RCB
11945
LF
$1,300,00
$2,528,500.00
2
1- 9x6 RCB
162
LF
$500*00
$81,000000
3
60" RCP CLASS III
152
LF
$175,00
$26,600900
4
54" RCP CLASS III
107
LF
$150100
$16,050,00
5
36" RCP CLASS III
170
LF
$65,00
$11,050.00
6
24" RCP CLASS III
200
LF
$45,00
$9,000,00
7
EXCAVATION AND BACKFILL
50,000
CY
$5,00
$250,000.00
8
MANHOLES
6
EA
$5,000,00
$30,000,00
9
JUNCTION BOXES
1
EA
$100,000.00
$100,000.00
10
10 FT STORM INLET
2
EA
$3,000.00
$6,000.00
11
20 FT STORM INLET
5
EA
$5,000.00
$25,000,00
12
TRENCH SAFETY
21600
LF
$5000
$131000,00
Roadway Drainage
$298,861
13
RIGHT OF WAY FROM CREDIT UNION
50000
SF
$10600
$501000,00
14
33" RCP CLASS III
630
LF
$150.00
$94,500,00
15
36" RCP CLASS III
170
LF
$65,00
$11,050.00
16
24" RCP CLASS III
11060
LF
$45,00
$47,700.00
17
EXCAVATION AND BACKFILL
11722
CY
$5000
$8,611,11
18
MANHOLES
5
EA
$5,000,00
$25,000,00
19
JUNCTION BOXES
1
EA
$15,000.00
$15,000400
20
10 FT STORM INLET
11
EA
$3,000.00
$331000,00
21
20 FT STORM INLET
1
EA
$51000,00
$5,000.00
22
TRENCH SAFETY
1,800
LF
S5,OD
S9.000.00
EXHIBIT D
Harley Avenue Realignment Project
30% Roadwa Desi n
ESUNATOR
ROADWAY '1
1 DEMO PAVEMENT
CHECKED
51000
BY
SY
Cfi=Zfilp�
$4.00
$20,000.00
2
EXCAVATION (DIRT)
200
CY
$24.00
$4,800.00
3
EMBANKMENT
39,000
CY
$16.00
$624,000900
4
LIME TREATED SUBRADE (8")
25,000
Sy
$4.00
$100,000.00
5
LIME FOR SUBGRADE (43LB/SY)
600
ON
$160.00
$96,000.00
6
CONCRETE PAVEMENT 10"
22,000
Sy
$52.00
$1,144,000*00
7
CONCRETE CURB & GUTTER
14,000
LF
$22.00
$308,000.00
8
CONCRETE SIDEWALK 10'
35,000
SF
$4900
$140 000.00
9
TRAFFIC SIGNAL
2
LS
$150,000900
$300,000.00
10
PEDESTRIAN ELEMENTS 2.5%
1
LS
$
60420.00
$60,420*00
11
LIGHTING 8%
1
LS
$
193,344.00
$193,344.00
12
SIGNS & PAVEMENT MARKINGS 1%
1
LS
$
24,168.00
$24,168.00
13
EROSION CONTROL
1
LS
$
10,000.00
$10,000.00
141
MISCELLANEOUS (5%)
11
LS 1
$
120,840.00
$1201840.00
151RRIGATION/LANDSCAPING
11
LS 1
$250,000.00
$250,000.00
SUBTOTAL:
CONTINGENCY1'
SUBTOTAL:
1: 1
PROJECT DELIVERY
5%
$3,396,000
It
$4,076,000
1 t l l
$203,800
ROADWAY
IMPROVEMENTS"' / PROJECT"1
111
1) Does not include construction cost for retaining wall adjacent to Botanic
2) Does nat include construction cost for demolition of existing buildings
3) Earthwork estimated quantity is within Right -of -Way only
P1I"1-`��I��I�1T ���T1��7T�
�®I�I�V1IlI���®T�1lEIidS �®�JIlgrl�
G K. MAENIU5
COUNTY ADMINISTRATOR
May 27, 2011
Mr. Tom Higgins
City Manager
City of Fort Worth
1000 Throckmorton
Fort Worth, Texas 76102
��
Dear
The Commissioners Court approved the enclosed Harley Street Interlocal Agreement pertaining
to realignment and improvements on May 24, 2011, Court Order 110472.
If you have any questions or concerns, please do not hesitate to contact me.
Sincerely,
G. K. Maenius
County Administrator
Enclosure
TARRANT COUNTY ADMINISTRATION BUILDING
100 E. WEATHERFORD, FORT WORTH, TEXAS S17/584-1733 FAX 817/584-1702