MA 0101-CS00022982/29/2888 88:51 97248G~'7~5 COMM JIM JACK~'N
(DALLAS COUNTY
C~MOMMISSIONER PRECINCT NO. 1
JI JACKSON
P~GE
01
FAX.T~ANSMITTAL
DATE:
TO: ~/,f-,~ ..,~. ~.,~ 7/
DEPARTMENT: ..,~;/c)"z~//b//,oc.,sr-~ / ~
FAX #:
NUMBER OF PAGES: ~'
0NCLUDING COVER PAGE)
FRo ~: ~/,/r,+'; G,e/4/r2
TEL,
COMMENTS:
,,~//r-~c'
SERVICE CENTER - 2311 JOE FIELD - DALLAS, TEXAS 75229 - (972) 247-1735 - FAY,.. (972) 406-0615
COUNTY ADlvirlqlSTRATION BUR,DB,,IO - 411 EL1VI STRF.,ET - DAII.AS, TEXAS 75202 - (214) 653-7361
! 'T
e2/29/2eee 88:51
97248686i5 COMM JIM JACKSON
PAGE 02
STATE OF TEXAS
COUNTY OF DALLAS
INTERLOCAL AGREEMENT
BETWEEN DALLAS COUNTY AND CITY OF COPPELL
FOR SANDY LAKE ROAD
FROM DENTON TAP TO HWY. 121
WHERE AS, the City of Coppell, Texas, hereinafter called "City", and the County of
Dallas, Texas, hereinafter called 'County", desire to enter into an interlocal agreement for the
purpose of improving Sandy Lake Rd., as further described by Exhibit "A"; and,
WHERE AS, Chapter 791 of the Texas Government Code, as amended, provides
authorization for local governments to enter into interlocal contracts;
NOW THEREFORE, THIS AGREEMENT is hereby made and entered into by City and
County for the mutual consideration stated hercin:
WITNESSETH,
City has requested and County agrees to participate in improvements to Sandy Lake Road,
beginning at Denton Tap and ending at Hwy. 121, hereinafter called the "Project", as further
described in Exhibit "A" attached hereto and incorporated herein for all purposes. The Project
is classified as a Coumy Type "B" road project.
County agrees to furnish materials, labor and equipment necessary and to perform the
Project construction at a cost not to exceed $372,393.00, hereinafter called the "Not to Exceed
Amount". All expenditures by the County for the performance of these governmental functions
of improving this street shall be made from current revenues available to the County of Dallas.
III.
City agrees to pay to County the sum of $186,196.50 as City's portion of the cost of the
Projcct. Such amoum will be deposited with County prior to the commencement of construction
and County is authorized to expencl such amount for pcriodic paymcnts of Project cost. All
cxpcnditures by the City for the performance of thcsc govcrnmental functions of improving this
82/29/2888 88:51 9724868615 COMM JIM JACKSON PAGE 83
street shall be made from current revenues available to the City of Coppell. The City agrees that
these payments arc a fair compensation for thc services and functions performed under this
agreement.
City agrees to accomplish the following items, if required by the project, in a timely
manner to insure that such items will not delay the County construction schedule; (1) inform the
public of the proposed reconstruction of the Project; (2) locate all manholes, water valves. and
other utilities within the Project; and (3) make or cause to be made all utility relocations or
adjustments necessary for the Project at no cost to County.
In the event that the cost of the Project shall exceed the Not to Exceed Amount, City and
County agree to either reduce the scope of construction or seek additional funding to complete the
project. At the termination of the Project, County will do a final cost accounting of the Project.
In the event that the amount paid by City exceeds the actual cost, the difference wfil be remitted
to City. In the event that additional funds are due, County will bill City who agrees to pay such
funds within thirty (30) days of receipt of such billing.
VI,
The term of this agreement shall be from the date of the last signature approving the
agreement until the completion of the Project and final payment as provided herein.
VII.
The City agrees that County shall have the right to enter upon the Project area for the time
period necessary for the completion of the Project. The County will provide traffic control
through its contractor as described by Exhibit "A" .
VIII.
The County agrees to be responsible for any liability or damages the County may suffer
as a result of claims. demands, costs or judgments, including all reasonable attorneys fees, against
the County, including workers compensation claims, arising out of the performance of the
construction and services under this agreement, or arising from any accident, injury or damage,
whatsoever, to any person or persons, or to the property of any person(s) or corporation(s)
occurring during the perform of this agreement and caused by the sole negligence of the
County, its agents, officers and/or employees.
Road &Bridge District ILA (AM. 11-1999) 2
82/29/2868 68:51 9724eGe~5 COMM 3IM J~CKS,~. P~GE e4
The City agrees to be responsible for any liability or damages the City may suffer as a
result of claims, demands, costs or judgments, including reasonable attorneys fees, against the
City, including workers compensation claims, arising out of the performance of the construction
and services under this agreement, or arising from any accident, injury or damage, whatsoever,
to any person or persons, or to the property of any person(s) or corporations(s) occurring during
the performance of the agreement and caused by the sole negligence of the City, its agents,
officers and/or employees.
City and County agree that any liability or damages as stated above occurring during the
performance of this agreement caused by the joint or comparative negligence of their employees,
agents and officers shall be determined in accordance with the comparative responsibility laws of
the State of Tens.
XI.
City and County agree that County's obligation to perform the Project construction is
contingent upon the receipt of City' s payment of $186, 196. $0 and no construction on the Project
will commence prior to the receipt by County of such payment.
XII.
This Agreement shall be expressly subject to the sovereign immunity of County and the
governmental immunity of City, Title 5 of the Texas Civil Practice and Remedies Code, as
amended, and all applicable federal and state law. This Agreement shall be governed by and
construed in accordance with the laws and case decisions of the State of Texas. Exclusive venue
for any legal action regarding this Agreement filed by either City or County shall be in Dallas
County, Te. xas.
The City of Coppe!l, State of Texas,
authorized City Council Resolution
day of ,2000.
has executed the Agreement pursuant to duly
· Minutes Dated the
The County of Dallas, State of Texas,
Commissioners Court Order Number
2000.
has executed this agreement pursuant to
and passed on the day of ,
Road & Bridge District ILA (AM. 11-1999)
II 'T
82/29/2888 88:51
972~868G15
COMM JIM ~ACKSON
~,~
PAGE 85
CITY OF COPPELL
COUNTY OF DALLAS
BY
BY
LEE JACKSON, COUNTY JUDGE
ATTEST
CITY SECRETARY \ ATTORNEY
APPROVED AS TO FORM
John Dabill, Advisory Chief, Civil Section
Dallas County District Attorney
Road &Bridge District ILA (AM. 11-1999) 4
82/29/2088 08:51 9724060815 COMM JIM JACKS~=N.,, PAGE 8G
Exhibit "A"
The City of Coppell has requested the County' s participation in the improvement of Sandy Lake Rd.
from Denton Tap to Hwy. 121, consisting of the following operations:
Scope: Sandy Lake Road
(Denton Tap to Hwy. 121.)
29,067 SY
Materials:
H.M.A.C, (Typ~ "D") 3,197 Tons ~ $28.00 $ 89,516.00
Ton Mile Haul 3,197 XI 1.3 ~ $ 20 $ 7,225.00
CTB 7,568 Tons ~ $12.25 $ 92,708,00
I7,200 SY ~ $ 2.00 $ 34,400.00
7,568 Tons ~ $ 6.00 $ 45,408.00
17,200 SY ~ $ 2.75 $ 47,300.00
Labor/F. quipment:
l~filing/Removal
CTB Application
Sub Grade Preparation
Traffic Control: 23 days ~ $300.00 $ 6,900.00
Lane Tabs 363 (~ $ 1.00 $ 363.00
Sub Total: $323,820.00
Contingency: 15% $ 48,573.00
Total: $372,393.00
Total Cost To City:
Total Cost To County:
$186,196.50
$186,196.50
The County agrees to rotomflYrcmov~approximately 17,200 square yards ofexistin8 asphalt and flex
base on Sandy Lake Rd. to a depth of 8" to 10", This includes milling and the hauling of the removed
materials to TXI for recycling at-an~ti,~atsd cbst of T~ O0 per square vadt,-or $34,40d.
The County will provide for subgrade preparation prior to the application of cement treated base on
approximately 17,200 square yards at an estimated cost of $2.75 per square yard, or $47,300.
The County will place 8" of cement treated base, approximately 7,568 Wns, on 17,200 square yards
at an estimated cost of $12.25 per ton, or $92,708. The cost of labor and equipment for this process
is estimated at $45,408.
Road & Bridge District ILA (AM. 11-1999)
5
82/29/288~ ~8:51 972a~6~615 COMM JIM JACKSON PAGE
87
The County will provide for overlay of the proj. eet with 2" or approximately 3, 197 tons, of Type "D'
HMAC, laid in place by the County's contractor, for an estimated cost of $96,741.
The County will provide for traffic control, including temporary lane tabs, through its contractor, at
an estimated cost of $7,263.
In addition, a 15% contingency, $48,573, has been included in the project estimate to provide for
unantidpated conditions.
The City will pay 50% of the total estimated proj.ecl .costs, $186,196.50, to the County prior to
approval of the Interlocal Agreement by the Commissioners Court.
Road & Bridge District ILA (AM. 11-1999)
6