Loading...
Denton Co. Levee Dist-CN130514 INTERLOCAL AGREEMENT BETWEEN CITY OF COPPELL AND DENTON COUNTY LEVEE IMPROVEMENT DISTRICT NO. 1 FOR PROJECT FUNDING THIS INTERLOCAL AGREEMENT ("Agreement") is made by and between the CITY OF COPPELL, a Home Rule City organized the laws of the State of Texas, (the "City"), and DENTON COUNTY LEVEE IMPROVEMENT DISTRICT NO. 1 (the "District"), a political subdivision of the State of Texas. This Agreement is made in accordance with Chapter 791, Government Code, Chapter 57, Water Code, and all other applicable laws. RECITALS WHEREAS, the District operates and maintains levees protecting land within its boundaries, including portions of the City, from damaging flooding; WHEREAS, the District and City has an interest in preventing the weakening and undermining of the levees protecting its citizens, property, and infrastructure; WHEREAS, the City had previously installed drainage structures including pipes penetrating the levee wall and flumes (the "structures") which outfall into the drainage channel; WHEREAS, the District's Engineer has observed serious erosion in the District's levee bank which is starting to undermine the slope end sections of pipes that outfall into the flood control channel; WHEREAS, failure for the District and the City to take action could result in more costly repairs in the future for both City and the District; WHEREAS, the District and the City desire to repair the structures and provide flood control, and provide for joint funding by the City and District for the structures' repairs to achieve efficiency and cost savings; NOW, THEREFORE AGREEMENT For and in consideration of the mutual promises, covenants, obligations, and benefits of this Agreement, the District and the City contract and agree as follows: Section 1. THE PROJECT The Project is defined as the implementation of erosion protection at several outfalls along Denton Creek between MacArthur Boulevard and Denton Tap Road. The specific work required it set forth in Exhibit "A", attached hereto. The District portion and the City portion of the Project are described and the costs allocated equally among the parties. Section 2. OBLIGATIONS OF THE CITY 2.1. Project Funding. After execution of this Agreement, the City shall, in accordance with the terms and conditions of this agreement, pay to the District fifty percent (50%) of the costs of the Project, which total project costs are estimated to be forty seven thousand ($47,000) dollars, as described in Exhibit "A", subject to obligations in Section 3. The City may elect to make reasonable progress payments, as the work proceeds based upon the percentage of the work completed and approved by the District Engineer, or designee (the "Project Manager"), or in a single lump sum payment, all as may be acceptable to the District. Section 3. OBLIGATIONS OF THE DISTRICT 3.1. Construction of Project. The District will cause the construction of the Project in a good and workmanlike manner pursuant to: (1) the Project's plans and specifications; (2) competitive bidding procedures, if applicable, for similar public infrastructure improvements; (3) the provision of statutory performance and payment bonds for the full cost of the Construction Contract and any change orders, if required; and, (4) the provision of a one-year maintenance bond, if required. The District shall provide the City with reasonable information and updating regarding the progress of the Project, including the following: (1) advertisement for bids, (2) award of construction contracts, (3) construction contract documentation, (4) notices to proceed, (5) pay estimates and change orders, (6) materials testing, (7) contractor defaults, and (8) completion and finalization of the Project. 3.2. Cost Overruns. Subject to the provisions of Section 3.3 below, the District shall be responsible for any costs of the Project exceeding $ 47,000 total project costs as described in Exhibit"A"whether caused by delay, change orders, or any other reason. 3.3. Change Orders. The District shall notify the City if a construction change order is required in an amount greater than the $47,000 total project costs, described in Exhibit "A". If the City consents to the change order, the District may approve the change order and the costs of such change order shall be split equally between the parties. If approval of the change order would exceed the budgeted contingency in Section 3.2 hereinabove and the City consents to the change order, the Project Manager will present to the District's Board of Directors a request to appropriate the required additional funds above the budgeted contingency. Section 4. MISCELLANEOUS 4.1. Agreement Term. This Agreement shall become effective and commence as of the date reflected herein (the "Effective Date"). Unless earlier terminated by the parties hereto, this Agreement terminates when both of the following have occurred: (1) completion and acceptance of the Project, and (2) full and final payment by the City to the District of all amounts due and payable pursuant to this Agreement. 4.2. Addresses. The initial addresses of the parties, which one party may change by giving written notice of its changed address to the other party, are as follows: City of Coppell: Clay Phillips, City Manager 255 E. Parkway Blvd, Coppell, Texas 75019 Copy: Robert E. Hager, City Attorney 500. North Akard Street, Suite 1800, Dallas, Texas 75201 District: Sanford Kuhl Hagan Kugle Parker Kahn LLP Suite 1380 1980 Post Oak Boulevard Houston, Texas 77056 Attn: Julianne Kugle 4.3. Notices. All notices required or permitted hereunder shall be in writing and shall be deemed delivered on the earlier of the date of actual receipt or the third day following deposit in a United States Postal Service post office or receptacle with proper postage affixed (certified mail, return receipt requested) addressed to the respective other party at the address prescribed in Section 4.3 of this Agreement or at such other address as the receiving party may have theretofore prescribed by notice to the sending party. 4.4. Assignment. Except has provided herein, no party hereto shall make, in whole or in part, or in law or otherwise, any assignment of this Agreement or any obligation hereunder without the prior written consent of the other party hereto. 4.5. Governing Law. This Agreement is subject to all laws of the State of Texas, the Charter and Ordinances of the City, the laws of the federal government of the United States of America, and all rules and regulations of any regulatory body or officer having jurisdiction. Any action to enforce or interpret this Agreement shall be brought in the court of appropriate jurisdiction in the Denton, County, Texas. 4.6. Third Party Beneficiary. Except as provided herein, this Agreement shall not bestow any rights upon any third party, but rather shall bind and benefit the District and the City only. 4.7. Severability_ . In the event any term, covenant, or condition herein contained shall be held to be invalid by any court of competent jurisdiction, such invalidity shall not affect any other term, covenant, or condition herein contained, provided that such invalidity does not materially prejudice either the District or the City in their respective rights and obligations contained in the valid terms, covenants, or conditions hereof. 4.8. Written Amendment. Unless otherwise provided herein, this Agreement may be amended only by written instrument duly executed on behalf of each party. 4.9. Non-Waiver. Failure of any party hereto to insist on the strict performance of any of the agreements herein or to exercise any rights or remedies accruing hereunder upon default or failure of performance shall not be considered a waiver of the right to insist on, and to enforce by any appropriate remedy, strict compliance with any other obligation hereunder or to exercise any right or remedy occurring as a result of any future default or failure of performance. 4.10. Successors. This Agreement shall bind and benefit the parties and their legal successors. This Agreement does not create any personal liability on the part of any officer, director, employee, or agent of the District or the City. 4.11. No Waiver of Immunity. No party hereto waives or relinquishes any immunity or defense on behalf of itself, its trustees, officers, employees, and agents as a result of its execution of this Agreement and performance of the covenants contained herein. 4.12. Time is of the Essence. Timely performance by both parties is essential to this Agreement. However, neither party is liable for delays or other failures to perform its obligations under this Agreement to the extent the delay or failure is caused by Force Majeure. Force Majeure means fires, floods, and other acts of God, explosions, war, terrorist acts, riots, strikes, court orders, and the acts of superior governmental or military authority. 4.13. Captions. Captions contained in this Agreement are for reference only, and, therefore, have no effect in construing this Agreement. The captions are not restrictive of the subject matter of any section in this Agreement. (EXECUTION PAGE FOLLOWS] IN WITNESS WHEREOF, the City and the District ha a caused this instrument to be duly executed and to take effect on the 1 ay of Tht , 2013. CITY OF C• • PE / By: '1 G.,/I it Kar•n Selbo Hunt,M. or ATTE : By PI/Ait6,41( a /4 Christel Pettnos, City S cretary DENTON COUNTY LEVEE IMPROVEMENT DISTRICT NO. 1 / / 1 By: • Chairman, Board of Direct. >, ATTEST: --__ By. Secretary, Board o irectors EXHIBIT • • ENE FIALFF7. Hatff Associates,inc. 1201 North Bowser Road Richardson,Texas 75061 (214)346-6200 Fax(214)739-0095 MEMORANDUM TO: Board of Directors DATE: April 12,2012 Denton County Levee Improvement District No. 1 FROM: Russell Erskine, PE AVE AVO: 28540 Mathew L. Busby, EIT EMAIL: rerskine @halff.com mbusby @halff.com SUBJECT: Denton Creek Outfall Erosion Protection Attached is a cost estimate for implementing erosion protection at several outfalls along Denton Creek, between MacArthur Boulevard and Denton Tap Road. Recommendations are based on field observations conducted on January 17, 2012 and April 10, 2012. Headwalls located below the normal water surface do not exhibit significant signs of erosion. Headwalls located above the normal water surface could be removed and replaced at a lower elevation to reduce erosion. In lieu of this extensive replacement, Haiti prepared an estimate for controlling erosion using riprap and Scour Stop, a vegetated riprap alternative. Scour Stop is used in relatively flat areas with established vegetation that, with reinforcement, will sustain erosive forces. Riprap is used in areas where velocities are higher and periods of inundation are longer.Size is based on flow velocities. Riprap size is described using the median diameter(D60) of stone to be installed. The riprap layer thickness is based on a depth twice the median diameter.The stone used for riprap will need to be well-graded for long-term integrity of the riprap blanket. Geotextile is used for soil separation beneath the riprap. Proper installation of the riprap is important to longevity. Before installing erosion protection, existing erosion damage will need to be repaired. in areas where a structure has been undermined and compaction would be difficult, self-compacting flowable fill is recommended to backfill the existing eroded area. Other areas should be backfilled with a cohesive soil and adequately compacted. Outfall 6 showed more significant structural damage than the other outfalls. See attached maps for location. A site visit revealed separation in the pipe joint connecting to the outfall (approximately 2" gap) as well as a sinkhole near the top of the outfall. This outfall should be reconstructed. It is recommended that the outfall be located at or below the normal water surface to reduce erosion. Construction below the water level involves special considerations,such as coffer dams,during construction. PROJECT: OCLID OUTFALL EROSION PROTECTION HALFF ASSOCIATES,INC. PREPARED BY:MLB AVO: 28540 CHECKED BY:RE OUTFALL'I PLAN ITEM NO. ITEM DESCRIPTION UNIT QTY. UNIT PRICE BID ESTIMATE 1 18"ROCK RIPRAP CY 18 $ 87.00 $ 1,566.00 2 GEOTEXTILE(8 oz.minimum) ® 37 • 1.00 10.11.1261 TOTAL $ 1,603.00 OUTFALL 2 PLAN ITEM NO. ITEM DESCRIPTION UNIT CITY. UNIT PRICE BID ESTIMATE 1 18"ROCK RIPRAP CY 53 $ 87.00 $ 4,611.00 NMI 24"ROCK RIPRAP CY 95 $ 75.00 $ 7.125.00 3 FLOWABLE FILL CY 5 $ 78.00 $ 390.00 0 GEOTEXTLE 8 oz.minimum SY 195 $ 1.00 $ 195.00 • TOTAL $ 12,321.00 OUTFALL 3 PLAN ITEM NO. ITEM DESCRIPTION UNIT CITY. MEM BID ESTIMATE 1 18"ROCK RIPRAP CY 67 $ 87.00 $ 5.829,00 2 FLOWABLE FILL CY 5 $ 78.00 $ 390.00 3 GEOTEXTILE 8 oz.minimum SY 98 $ 1.00 $ 98.00 TOTAL $ 6,317.00 OUTFALL 4 PLAN ITEM NO. ITEM DESCRIPTION UNIT QTY. UNIT PRICE BID ESTIMATE 1 FILL(95%COMPACTION) CY 5 $ 14.00 $ 70.00 2 SCOURSTOP MAT EA 30 $ 64.00 $ 1,920.00 3 SCOURSTOP ANCHORS EA 150 $ 2.00 5 300.00 4 GEOTFXTLE 8 oz.minimum MIMI 55 $ 1.00 $ 55.00 TOTAL $ 2,345.0 • OUTFALL 5 PLAN ITEM NO. ITEM DESCRIPTION UNIT QTY. UNIT PRICE BID ESTIMATE 1 FILL(•5`.COMPACTION) IMAM 5 $ 14.00 $ 70.rr 2 SCOURSTOP MAT EA 30 $ 64.00 $ 1,920.00 3 SCOURSTOP ANCHORS EA 150 $ 2.00 $ 300.00 4 GEOTEXTILE 8 oz.minimum SY 55 $ 1.00 $ 55.00 TOTAL • 2,345,00 OUTFALL 6(REMOVE AND REPLACE) PLAN ITEM NO. ITEM DESCRIPTION UNIT QTY. UNIT PRICE BID ESTIMATE 1 REMOVE ING HEADWALL EA 1 $ 400.00 $ 400.00 2 42"CLASS III RCP LF 90 $ 90.00 $ 8,100.00 3 SLOPED END SECTION 4:1 MIMI 1 $ 2,750.00 $ 2,750.00 TOTAL $ 11,250.00 OUTFALL 7 IBM PLAN ITEM NO. ITEM DESCRIPTION QTY. UNIT PRICE BID ESTIMATE 1 LL(95%CO PACTION) CY 10 $ 14.00 140.00 2 24"ROCK RIPRAP CY 36 $ 75.00 $ 2,700.00 3 GEOTEXTILE 8 oz.minimum SY 55 $ 1.00 $ 55.00 TOTAL $ 2,895.00 SUBTOTAL $ 39,076.00 CONTINGINCY(20%) $ 7,924.00 OVERALL TOTAL $ 47,000.00 This statement was prepared utilizing standard cost and/or estimating practices. It is understood and agreed that this is a statement of probable construction cost only,and the Engineer shall not be liable to the Owner or any Third Party for any failure to accurately estimate the cost and/or quantities for the project,or any part thereof. Notes: 1.Excludes professional engineering fees. 2.Excludes survey fees for easements by separate instrument or R.O.w.dedication 3.Excludes relocation of any franchise utilities(to be determined) CHANGES FOR THIS SHEET None Nog mmill HALFF ted NO III ciMaide by bymu(3 Dale liAfic 11 "7940 IMO 1 "Task 2A-613 Date I IL 1 OVafall EriOSIOVA Vfokedle: 1);PaettAAS;D VAS I DO-Eall *-1 . ig EA ig )KTAP I fry 4 1 Hr 3*7 SY ,,,r-e-olex-0,2 zo' 71:1'' l'ix-Af) 15-6Y r7"- -namisail 5 _ {1104)419k. CV/ _ Po t .. Till 9 PI 'f ' • -7° 13-,444-:1 - 190( AL.-it 4-3 _Dixt‘tit IL-'4.4 ' ' I 5" T -gtmove—ex i51-3,'s rip7ar./ i . I t-zal Lirt -1 inifrott /- 5 ci.qA..____(-)k3s3) rot,_il-R3 5F — m ananon ! fyi cci- t i I,/ i . I 1 51'gi'ioral, LOi L'1 Ul 5- 7 owao it 71 (--Y * 4 • • ,,, I - 1Rfl • 0 UNIP-CitIN`- 1 i 1 t X "1 -55 5Y1 ' r ' i ir 16 (xa'rExt;It 18 s Y i * di l're-ti-lo.4.1I6 iv,...1 )-22 Adi• . CCOLkft q )51 5 f i--) 1 _1 F-- g /t -2!--T Zorap .31- ‘y. ii — yvai-s — sLiAvv,146v.,tima-1: i 1 L 1 I -1` 1 ,; ' ,5t617 -61-6 IP SY i 111111° • yo. 5---,,/-7-' I 1 1 1,_ . (=I'll 1.);.r _t 1 Sie I i'), Y •1 4.,/ ?, • • - ., I • Colx-,-th al•,- 4 : I 44,,:s I. .0® Mdeby t(5 Dale( g f- 4d !P et Task �5 N EE HALFF C ,ey Da ..0,. S�No. / 1Z MOM t • 130:kA141. Rif(q) 5 id Ciq 4 .off r:Ie 5( ✓7 R;P } P • • • Outfalt#1 x c - Outfall#2 Outfail#2 • • • ' 9 i I. Outfall#3 , -..;-'1.-‘-'1,=-,'.y Outfall#4 - =- -- • - __ •--• - - :7 . _ -- • -. - • , . _. • - Outfalt#5 • • -r' • x_t � rs. • k f .. S ,,r • Outfall#6• ��, Outfall#6:Sinkhole forming at top of structure. a- - J £ j i�Sy atr P41`i�: • Outfall#6:Structure displacement has occurred at joint. • Outfall#7 r� Y" r Y r r * a ? t° . 1 a f O e ir a ; s L O s=O+ ?;r ti x„ Y r t O cr, I t� 4. s �> ', z i .4 i F 3-, - �` t` `j .I.. ch . . s0.. r C tiY 'rf"@ ' Y c ■■■ µ r. %t � g r , t C " _ w � • { r • . . . ° Ii•t ,: -'`° Y c2s" _ ('l :2 m 'r'-- W y q S 17 s.Y d, ,R . '• J� t 0,' J s, 1 b 3 � • ^k�. t up r ''-,,..'7-1'' 4 �.a . .a1 -‘t,,,,,,s, . Y J Fl 1. ,. ''fib 7i .. 4 . /Y ty 1-':, -h - ` V SY ' 4Cm f • t.. � � -t.. ��`.':_�Y..�^ _ E �� Y"s: r d'. 3 .. -�.tt.S; a .. ,'ti�. .. ., o .. n : , A 'G. C , , -Zw Y; ��.'�^�" Z !4 2 9 11:- 1.. ' a> . � ^"'. . t 0 s ,yw `f y 0 ( ---,:',;,:,,,e-.5, � ry mss ' t ' p M a Y }stn — y.— vvY' t `�4 i. RINE `� 1±1 0 z '�} ;. Q ;:f.. ==,.-,-•,,--t-:..k ,,,,•---f.--3-5 :,:rk;.e."4-,-7":',1'-'7,,.'"„- , 1,0,. :-.--,-.1..,:=7:, r � 4r i,.,x ^'.e. O r a+_- - �. CO •G fi ° c — -,,,,,',Li.-,-.-„ 'miry r > ��tx « x j OO r it ; a�$ .... K 0 W ' ' ,;5„. ,..:,- a r FP Z �� ''� '" 'a e. l- .N i.''4 'Vi` E- s r.,. S '': W , r '.1---'=„%, „::,...-,...,..1,-, ,,,--..,--:„;,,,,„- .-zi,,,'-,r,,,,&-,,,. 0 w }yt r w.db r¢- 4. f , ,- tea,•` - . . _., •. , ..._ .� .=a