Loading...
Number 22T H E e r r c F DEPT: Engineering AGENDA REQUEST FORM COPPELL DATE: July 6, 2004 ITEM #: 7/D ITEM CAPTION: Consider approval of an interlocal agreement with Dallas County to perform ditch work along Sandy Lake Road (from Denton Tap Rd. to Coppell Rd.) with Dallas the worknat a cost tnot to exceed $11a570sas budgeted intthe materials, equipment and labor necessary perform IMF; and authorizing the Mayor to sign. COUNCIL APPROVED BY CITY *,NABOVE DATE GOAL(S): EXECUTIVE SUMMARY: FTunnell to Approve ters rk 6 -0 absent Approval of this agreement will allow the city to have the necessary work performed at 50% of the actual cost by partnering with Dallas County. Staff recommends approval of the interlocal agreement with Dallas County and will be available to answer any questions at the council meeting. FINANCIAL COMMENTS: Funds for this contract have been provided in the Infrastructure Maintenance Fund. Agenda Request Form - Revised 02/04 Document Name: #DallasColnter -IAG MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To: Mayor and City Council From: Kenneth M. Griffin, P.E., Director of Engineering/Public Works Date: July 6, 2003 RE: Consider approval of an interlocal agreement with Dallas County to perform ditch work along Sandy Lake Road (from Denton Tap Rd. to Coppell Rd.) with Dallas County and the City of Coppell equally sharing the cost of materials, equipment and labor necessary to perform the work, at a cost not to exceed $11,570 as budgeted in the IMF; and authorizing the Mayor to sign. One maintenance project identified in the infrastructure maintenance fund program for this year is ditch work at various locations in the city. The city has previously leased a maintainer and performed some ditch work at various locations. This interlocal will continue the ditch work program along both sides of Sandy Lake Road (from Denton Tap Rd. to Coppell Rd.) We have been in contact with Dallas County and because Sandy Lake Road is classified as a county Type `B" road, Dallas County shares in the cost of the work at a 50% rate. The goal of this program is to provide the necessary ditch work to help alleviate the standing water immediately west of Denton Tap Road, generally adjacent to the Exxon Mobil station. Approval of the interlocal agreement will allow the city to have the necessary work performed at 50% of the actual cost by partnering with Dallas County. It is estimated that the work will take approximately nine workdays to complete. Dallas County typically works four -day workweeks; therefore, the project would take approximately 2 %2 weeks, barring any bad weather days. Staff recommends approval of the interlocal agreement between Dallas County and the City of Coppell to provide for ditch work along Sandy Lake Road between Denton Tap Rd. and Coppell Rd. Staff will be available to answer any questions at the council meeting. "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" U- LO Ir O Vold ti low it 6.94 E. a ova O 2k O Wool ti uf� Imod O 04 O O STATE OF TEXAS COUNTY OF DALLAS INTERLOCAL AGREEMENT BETWEEN DALLAS COUNTY AND CITY OF COPPELL FOR DITCH WORK ALONG SANDY LAKE ROAD WHEREAS, 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 ditch work, as further described by Exhibit "A "; and, WHEREAS, 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 herein: WITNESSETH I. City has requested and County agrees to perform ditch work on Sandy Lake Road, beginning at its intersection with Coppell Road to its intersection with Denton Tap Road, located in Coppell, Dallas County, Texas hereinafter called the "Project ", as further described in Exhibit "A" attached hereto and incorporated herein for all purposes. The Project is classified as a County Type "B" road project. II. County agrees to furnish materials, labor and equipment necessary and to perform the Project construction at a cost not to exceed $23,140.00, hereinafter called the "Not to Exceed Amount." County agrees pursuant to Exhibit "A" , to furnish all traffic control materials. III. City agrees to pay to County the sum of $11,570.00 as City's portion of the cost of the Project. Such amount will be paid to County prior to the commencement of construction. Such amount will be deposited with County prior to the commencement of construction and County is authorized to expend such amount for periodic payments of Project cost. IV. 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. Road & Bridge District ILA (AM 11 -1997) V. 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 will 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. City agrees to furnish such police personnel as requested by County for traffic control or other public safety matters at no cost to County. 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 performance of this agreement and caused by the sole negligence of the County, its agents, officers and/or employees. IX. 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. X. 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 Texas. XI. City and County agree that County's obligation to perform the Project construction is contingent upon the receipt of City's payment of $11,570.00. and no construction on the Project will commence prior to the receipt by County of such payment. Road & Bridge District ILA (AM 11 -1997) 2 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, Texas. The City of Coppell, State of Texas, has executed the Agreement pursuant to duly authorized City Council Resolution , Minutes dated the day of , 2004. The County of Dallas, State of Texas, has executed this agreement pursuant to Commissioners Court Order Number and passed on the day of , 2004. CITY OF COPPELL MAYOR ATTEST: CITY SECRETARY \ ATTORNEY Road & Bridge District ILA (AM 11 -1997) COUNTY OF DALLAS BY MARGARET KELIHER, COUNTY JUDGE APPROVED AS TO FORM: Robert Schell, Chief, Civil Section Dallas County District Attorney 3 CONSTRUCTION ESTIMATE DALLAS COUNTY DISTRICT 4 KENNETH A. MAYFIELD COMMISSIONER FOR Sandy Lake Rd. CITY OF Coppell ESCROW AMOUNT DATE 613/2004 TYPE B LIMITS Copped Rd. Denton Tap Rd. EST.MAT'LS $1,468.00 EST. E.L.A. $21.672.00 EST. W.W.D. PROJECT EST. $23,140.00 DESIGN EQU. LENGTH /LF. WIDTH /LF. S.Y. 7340 12 9766.866607 MATERMS EST. LBS./SY. QUANTITY Traffic Control 1 9786.666W7 EQUIPMENT EST. HOURS HR. DAY 540 gp LABOR EST. HOURS HR. DAY 738 82 ADMINISTRATION LABOR COST % OF LABOR 10332 TOTALESTMATE PREPARED ay DON KENNEDY ROAD AND BRIDGE SUPERINTENDENT DISTRICT 4 STREET NAME FROM TO Sandy Lake Rd. Ditch Work North Side Sandy Lake Rd. Ditch Work SDUth Side LD. �xllll�r ° A 9 0 NUMBER MILES COST PER MILE 4009 1.39015152 $18,643.87 NITS UNIT COST SUB. TOTAL SY $0.15 $1,468.00 COST PER HR. NO.WWD $ 1 AO g COST PER HR. NO.WWD $ 4.00 g H WIDTH 3670 t2 3670 12 $1.468.00 $11,340.00 $10,332.00 $0.00 $23,140.00 SY 4893. 333333 4883.333333 9786.666667 COST PER HR. NO.WWD $ 1 AO g COST PER HR. NO.WWD $ 4.00 g H WIDTH 3670 t2 3670 12 $1.468.00 $11,340.00 $10,332.00 $0.00 $23,140.00 SY 4893. 333333 4883.333333 9786.666667