Loading...
Number 18} C 1 T Y O F AGENDA REQUEST FORM COPPELL CITY COUNCIL MEETING: June 26, 2001 ITEM # ITEM CAPTION: Consider approval of an Interlocal Agreement with Dallas County for improvements to Coppell Road from Bethel Road to Sandy Lake Road in an amount not to exceed $47,029.50. Using current from previous work performed on State and Ruby Roads of $33,496.00 requires that $13,533.50 be paid to Dallas County; and authorizing the City Manager to sign. SUBMITTED BY: Kenneth M. Griffm, P.E. TITLE: Director of Engineering/ Public Works STAFF COMMENTS: See attsched memo.A,,o GJ"" BUDGET AMT. $ FINANCIAL COMMENTS: DIR. INITIALS: 11-1 AMT. EST. $ FIN. REVIEW: +\ -BID $ remaining funds the difference of CITY MANAGER REVIEW: Agenda Request Form - Revised 5100 Document Name: #engI U� I °*1-� COURT ORDER ORDER NO. 20011402 COUNW A*! MR DATE: JUL 2 12001 JUL 2 A rm STATE OF TEXAS 19 FUNDS AmLABLE COUNTY OF DALLAS ¶ BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held on the 24th day of July , 2001, on motion made by Jim Jackson, Commissioner of District No. 1 , and seconded by 35 John Wiley Price, Commissioner of District No 3 the following order was adopted: WHEREAS, the City of Coppell has requested that the Commissioner of District No. 1 provide for improvements to Coppell Road, beginning at Bethel Road and ending at Sandy Lake Road, as further described by Exhibit "A"; and WHEREAS, the estimated cost for the total project is $94,059.00, of which the City of Coppell has agreed to pay 50 percent or $47,029.50, $33,496.00 of which is remaining in prepayment funds from previous work performed on State and Ruby Roads, leaving a balance of $13,533.50 which has been deposited with Dallas County for expenditure for project cost for the project designated as P: RB1:22; and WHEREAS, the City of Coppell has executed the attached City /County Agreement authorizing said work in accordance with Chapter 791 of the Texas Government Code; and WHEREAS, said road being Type "B" according to the Dallas County Road and Bridge Policy as adopted in Court Order No. 84 -659 and Order Nos. 90 -1964 and 94 -1148, establishing and updating the County Road List, is eligible for County cooperation. IT IS THEREFORE ORDERED, ADJUDGED AND DECREED by the Dallas County Commissioners Court that the County Judge is hereby authorized and directed to execute the attached City /County Agreement and the Commissioner of District No. 1 is authorized to cooperate with the City of Coppell in the aforementioned work requisitioning materials as needed. DONE IN OPEN COURT, this the —eo�� Lee F. \,_J ckson, County Judge 24th day of July 200 . a ffnfoackso4l qi trict 1 Mike Cantrell, District 2 i !Y'16-c—,LC, District 3 Conforms to Commissioners Court Policy: Donald R. Holzwarth, P.E. Director of Public Works 1 STATE OF TEXAS § COUNTY OF DALLAS § INTERLOCAL AGREEMENT BETWEEN DALLAS COUNTY AND CITY OF COPPELL FOR COPPELL ROAD FROM BETHEL ROAD TO 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 improvements to Coppell Road from Bethel Road to Sandy Lake Road, 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 provide for improvements to Coppell Road, beginning at Bethel Road and ending at Sandy Lake Road, 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 $94,059.00, hereinafter called the "Not to Exceed Amount. " All expenditures by the County for the performance of these governmental functions of making these improvements shall be made from current revenues available to the County of Dallas. III. City agrees to pay to County the sum of $47,029.50 as City's portion of the cost of the Project. The City currently has $33,496.00 remaining in prepayment funds from previous work performed on State and Ruby Roads under authorization of Court Order No. 2001 -980. The City agrees to deposit the difference, $13,533.50, upon submission of this interlocal agreement to the County for approval. Due to the urgent nature of the work to be performed, the work is authorized to commence prior to the receipt of the remainder of the City's payment. The County is authorized to expend such amount for periodic payments of Project cost. All expenditures by the City for the performance of these governmental functions of making these improvements shall be made from current revenues available to the City. The City agrees that these payments are a fair compensation for the services and functions performed under this agreement. 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. 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. 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 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 $47,029.50. Of this amount $33,496.00 is currently on deposit with the County. It is agreed that construction on the Project may commence prior to the receipt by County of the remainder due to the urgent nature of the work. City shall be obligated to pay County the balance of $13,533.50 upon submission of this agreement to the County for approval. 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 , 2001. The County of Dallas, State of Texas, has executed this agreement pursuant to Commissioners Court Order Number 2001 -1402 and passed on the 24thday of July 2001. CITY OF COPPELL ATTEST: COUNTY OF DALLAS BY x LEE JAC SO , C UNTY JUDGE APPROVED AS TO FORM: / - ,� 1 CITY SECR ARY \ ATTORNEY John Dahill, Advisory Cifef, Civil Section Dallas County District Attorney Exhibit "A" The City of Coppell has requested the County's participation in the improvement of Coppell Road. from Bethel Road to Sandy Lake Road, consisting of the following operations. Scope: Coppell Road, (Bethel Rd. to Sandy Lake Rd..) Materials: H.M.A.C. (Type "D ") Ton Mile Haul CTB RAP Traffic Control Labor/Equipment: Milling/ Removal CTB Application Sub Grade Preparation Sub Total: Contingency Total Total Cost to City Total Cost to County H.M.A.C. 14,080 SY Milling & Patching /CTB 1,400 SY 1,936 Tons @ $29.80 $57,693.00 1,936 X 11.3 @ $30 $ 6,563.00 616 Tons @ $12.75 $ 7,854.00 300 CY @ $ 4.34 $ 1,302.00 5 Days @ $350.00 $ 1,750.00 1,400 SY @ $2.00 $ 2,800.00 616 Tons @ $6.00 $ 3,696.00 1,400 SY @ $2.75 $ 3,850.00 $85,508.00 10% $ 8,551.00 $94,059.00 $47,029.50 $47,029.50 The County agrees to rotomill approximately 1,400 square yards of existing asphalt and /or concrete on the street mentioned above to a depth ranging from 6" to 8 ". This includes milling, hauling, detailing, and sweeping, at an estimated cost of $2.00 per square yard for a total of $2,800.00. The County will provide for subgrade preparation prior to the application of cement treated base, at an estimated cost of $2.75 per square yard for a total of $3,850.00. The County will place 8" of cement treated base, approximately 616 tons at a cost of $12.75 per ton, or $7,854.00. The cost of labor and equipment for this process is estimated at $3,696.00. In the event there is insufficient material milled from the project to make all the required CTB, the County will provide milled material from its inventory at an estimated cost of $1,302.00. The County will provide for the overlay of the project with 2.5" of Type "D" hot mix asphaltic concrete (HMAC), to be laid in place by the County's annual contractor, at an estimated cost of $64,256.00. The County will provide for traffic control, including temporary lane tabs, through its contractor at an estimated cost of $1,750.00. In addition, a 10% contingency, or $8,551.00 has been included in the project estimate to provide for unanticipated conditions. The City will pay 50% of the total estimated project costs, $47,029.50. Of this amount $33,496.00 is currently on deposit with the County. City shall be obligated to pay County the balance of $13,533.50 upon submission of this agreement to the County for approval by Commissioners Court. N w .n 0 a 0 0 N a ] w h 0 , 0 a a u to ro ro a a u u 0 a • a y u 0 a • a a 0 y ro u 0 W +1 w R 0 v y O • r 0 tit a 0 u I m A a a A a H o o rt • a u a ] M M h a u , , 0 0 0 H A z r1 ,+1 bl .• A • y u ro u 0 a u 0 • q m • at O W • •.1 u a u 0 0 • • -H rrt u a o A a H u 0 v a a m u M ee A a 7• a o A m a D o h F a M w as H M H M a x oa r 0 0 a a H A • H a a V 011 a a A a N a a N a E z a a z A a r.mo M 09 a V a a as ••Aa O m O O a v a a u 8 a u z A • • a •• b g a O q y is >..4 O Z z H at . ro +t at 0 tt N a O tl 0 .+ .� • • • a Ll O O O � • u u u u • a a a p a Im IH IK la to IX I Im IH I t+l IF N q b A o • m• •0 q •.1 • u •O u u • tia m o « « m R q O A ro u ro a 0 z « « « IF � at •• • o • q • u u , � u a IM y • M O H � V � u at I , b 0 A A , A r-4 r a dP dP , • •,C R O 00 IA � U in m A >• IH , a a z H t O O O la ro 0 0 a M z a , , , , rt � •z � a s ro � H o, y A at , p U z, w u +4 8 q F u, h h u a 1 , • � A a log aq o a o a M A tl m m r1 a o a� to a q, 0 0 y, 0 0 U ri U r 'i V • O • y , I , •O A tll • o A t, ro • , F >• q , , q, a a u al u, I M z ao • • o R , I E 11 , z z • , A • a 0 0 q, m m D a, H ?• .-1 U U O n n I a ,� •tl b a u a , %• ,o I a , a • • , • I � � ?, A •• .q » q a � p H O• O• O pq V u. m u m s z q o • ro ro 0 ro, y 7 0 0 u y a b 13 -0 Id .+ R q • • • • • • a, ao A axx ao ++ 00. , O • +i a +i R • m a A ►+ A H PC O U � 0 � o a a M � m � y � � a q , , A • M , O A o a u a a O O IM O O 00 s q , m m A O +1 IA W s 0 , R a a » • +� , • , 0 u m 0 • o y A ro • • ro v u u a • • 0 0 O O , 'h A» A •• A A 43 , mumat a q a 0 ,• ro ro o O A to rl • a • a • +'1 0 o y , A u.i u � ro + ay.•tl � a • . a +1 r1 0 1 • • • o • o • q, .. • rl A- .a a x a x a u -A M O • +1 a +, a • to a H r, ..a m q b q • q O u • y y 14 • • a y ti H •0 a u a+ • • o • A a �+ 0 0 • R U m a H q b A o • m• •0 q •.1 • u •O u u • tia m o « « m R q O A ro u ro a 0 z « « « A � 7 z� u � � p O • 1 o w 1 • 1 g I ro � z• o t ro , y a � o , U E M z o M h K mz z H H A M A �aH .Ma � a O • u at •• • o • q • u u , � u a • y • M ai � H � V � u at • u o b 0 al A , A r-4 r a dP dP , • •,C R O 00 : rl M i U in m A >• � M F .A A t � • U 31 , rl rl A ro 0 0 • F a , , , , rt � •z � a s ro � H o, y A at , p U z, w u +4 8 q F u, h h u a H , 7 m • � A a • � A a o H aq o a o a M A tl m m r1 o a� to a q, 0 0 y, 0 0 U ri U r 'i V y , a , u • , • o A A U • , F >• q , , q, a a y, u, o A A z s o •.1 , A a , • A a • 11 , z z • , +1 ro , • • a 0 0 q, m m D a, H ?• .-1 U U O n n • M M A , •0 b F4 , m m a , %• ,o • i to o � u A � 7 z� u � � p O • 1 o w 1 • 1 g I ro � z• o t ro , y a � o , U E M z o M h K mz z H H A M A �aH .Ma � a O a , M �zo • � N A z z o a A , O U U • � M M O O O u , A � e q z o � 0 � M m ,•, a • u at •• • o • q • u Y a. • 0 8 � H � V � u at • u o b 0 • A , A r-4 r q , H rl o o u U PI FI i a u a .z .A A a o a o • a >4 • a ro � H • � H z, w u z, w u u a u a • � A a • � A a B o a aq o a o a M o a M • � n a a� to a q, 0 0 y, 0 0 U ri U r 'i V a , M �zo • � N A z z o a A , O U U • � M M O O O u , A � e q z o � 0 � M m ,•, a • u at •• • o • q • u Y R A • 0 8 q U • V � u at • u o b 0 • O • r +t r o • o u y u a u a , , , , , , , , , , , � M , r"1 � m a , � a a • o M z u u H • .z o a a .4 CITY OF COPPELL PAYMENT AUTHORIZATION MEMO �ndor #: Pay to: Address: Charge To: (Fun -De t- iv sion- Expense Code) Amount: Description/Explanation: Approval Date: 7—, -? `OZ ACCOUNTING USE ONLY Approved for payment by: Date Paid Check Number Invoice No.