Loading...
Number 14ITEM CAPTION: Consider approval of an interlocal agreement with Dallas County to repair and overlay Sandy Lake Road from Denton Tap Road to S.H. 121 in which Dallas County will pay fifty percent of the cost with the City's share not to exceed $200,000 as authorized in the 99/00 budget; and authorizing the City Manager to sign. SUBMITTED: Michael A. Martin, P.E. TITLE. Assistant City Engineer STAFF COMMENT See attached memo. BUDGET AMT. $ AMT. EST. $ FINANCIAL COMMENTS: A PPR 0 VED BY CITY COIL NCIL DATE A- �.. +\ -BID $ Funds have been budgeted in the Combined Services Department for this DIR. INITIALS: 1< FIN. REVIEW: Agenda Request Form - Revised 2/99 projec CITY MANAGER REVIEW: - Document Name: #03141 MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To: Mayor and City Council From: Michael A. Martin, P.E., Asst. City Engineer 'K'M Date: March 14, 2000 RE: Consider approval of an interlocal agreement with Dallas County to repair and overlay Sandy Lake Road from Denton Tap Road to S.H. 121 in which Dallas County will pay fifty percent of the cost with the City's share not to exceed $200,000 as authorized in the 99/00 budget; and authorizing the City Manager to sign. Over the past few years the asphalt paving on Sandy Lake Road from Denton Tap Road to S.H. 121 has experienced subgrade and asphalt failure. This has caused the City to continually repair sections of the roadway. The Engineering Department contacted Mike Sharp, Superintendent District 1 Road and Bridge Division of Dallas County, about repairing all of the subgrade failures and resurfacing Sandy Lake Road. Mr. Sharp prepared an estimate indicating that the project would cost $372,393. Since Sandy Lake Road is shown on the Council of Government Major Thoroughfare Plan, Dallas County labels this project as a Type B overlay project. This means Dallas County Road & Bridge Division will pay 50% of the cost for this project, which will be $186,195.50. The City of Coppell's share, if approved, will be 50% or $186,196.50. The additional money will be used to stripe and button the new paving. The interlocal agreement with Dallas County will permit the County to remove approximately 17,200 square yards of existing asphalt and flex base on Sandy Lake Road to a depth of 8" to 10 ". This includes milling and the hauling of the removed materials to TXI for recycling. Once this work has been completed, the County will have its contractor overlay the entire length of the project (approximately 11,000 linear feet) with 2" of asphalt. The attached exhibits show the approximate locations on Sandy Lake Road that will require repair to the subgrade. The work has been estimated to take approximately 23 workdays. With the County workdays being Monday through Thursday, the project will take approximately 6 weeks barring any bad weather days. All construction traffic control will be provided by Dallas County. During the day while the County is working on the road, traffic will be flagged around the work area. At the end of each workday the County will reopen the entire road. Therefore, barring any unforeseen circumstances there will be no reason to close Sandy Lake Road. The City will install information signs near the intersections of Denton Tap /Sandy Lake, Coppell Rd. /Sandy Lake, Royal /Sandy Lake and S.H. 121 /Sandy Lake to notify the traveling public that this section of Sandy Lake Road will be under repair. Once the County has completed the project, the remaining funds will be used to install pavement markings i.e., striping and buttons. Staff recommends approval of this interlocal agreement with Dallas County and will be available to answer questions at the Council meeting. "CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" ORDER NO. 2 0 00 754 DATE: APR' STATE OF TEXAS COUNTY OF DALLAS COUNTY AUDMR N APR 1 1 LUUO COURT ORDER ADS A AB 11 if Iff BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held on the 11th day of April , 2000, on motion made by Mike Cantrell, Connissioner of Dis ri No and seconded by Jim Jackson, Conmissioner of Di riot No 1 the following order was adopted: WHEREAS, the City of Coppell has requested that the Commissioner of District No. 1 participate in improvements to Sandy Lake Road from Denton Tap to Highway 121, as further described by Exhibit 'A'; and WHEREAS, the estimated cost for the total project is $372,393.00; and WHEREAS, the City of Coppell has previously placed $186,196.50 on deposit with Dallas County to fund 50% of the Type B roadwork which is designated as RB1:5; 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. DOA OPEN COURT, this the 11th day of A=i 1 lj Lee F Jac son, ty Judge Ji Jackso ff—strictll Mike Cantrell, District ?� & I Donald R. Holzwarth, P.E. Director of Public Works 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 herein: WITNESSETH I. 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 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 $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 Project. 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. All expenditures by the City for the performance of these governmental functions of improving this street shall be made from current revenues available to the City of Coppell. 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. Road & Bridge District ILA (AM. 11-1999) 2 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 $186,196.50 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, Texas. The City of Coppell, State of Texas, authorized City Council Resolution .[day of MdAd,2000. has executed the Agreement pursuant to duly Minutes Dated the The County of Dallas, State of Texas, has executed this agreement pursuant to Commissioners Court Order Number and passed on the day of , 2000. Road & Bridge District ILA (AM.11 -1999) 3 CITY OF COPPELL Im ATTE CITY SECRETARY ATTORNEY COUNTY QF- -QALLAS BYX LEE JACKS N, CdUNTY JUDGE APPROVED AS TO FORM John Dahill, Advisory Chief, diviiSection Dallas County District Attorney Road & Bridge District ILA (AM.11 -1999) 4 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.) Materials: H.M.A.C. (Type "D ") Ton Mile Haul CTB Labor/Equipment: Milling/ Removal CTB Application Sub Grade Preparation Traffic Control: Lane Tabs Sub Total: Contingency: Total: Total Cost To City: Total Cost To County: 29,067 SY 3,197 Tons @ $28.00 $ 89,516.00 3,197 X11.3 @ $ .20 $ 7,225.00 7,568 Tons @ $12.25 $ 92,708.00 17,200 SY @ $ 2.00 $ 34,400.00 7,568 Tons @ $ 6.00 $ 45,408.00 17,200 SY @ $ 2.75 $ 47,300.00 23 days @ $300.00 $ 6,900.00 363 @ $ 1.00 $ 363.00 $323,820.00 15% $ 48,573.00 $372,393.00 $186,196.50 $186,196.50 The County agrees to rotomill/remove approximately 17,200 square yards of existing 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 TM for recycling at an estimated cost of $2.00 per square yard, or $34,400. 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 tons, 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 The County will provide for overlay of the project with 2" or approximately 3,197 tons, of Type "D" IIMAC, 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 unanticipated conditions. The City will pay 50% of the total estimated project 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 0110- L,,4* MO2M N3GVo w LU CD Z 0 3-01113 NVO )JOVIs ov- 3NINO INOO NOSGID �! w IMMO NM,dY4VH 0 a iNnoo m3v1Niv3 Z 2 .) OOOMNoanu 8 7-L8V3H CIVOkl 7LHV3H 00 MY-ld NO 0 ff- anoo cooNL1s3m 3AIN0 DOXMI LU re m 03 0 WHO GOOM30(13 m w z 3AII10 OOMNTE)iNnoo cioom3)IVI ic. --PVOU dYi NOINXI UVLfjtl -dVi NOAH z z W w CL Ix w3NV-1 31V0A0VHs- Z m )I WHO NVIDW36 w Ir z f u 0 WILL NO < 3: Ld R 3AIN0 S'nlH ON183dS]W 3NY-1 3Nnsm Ix re Ir NOiDNIUNVO o § V) 3NV-1 3Nnsm U: 3: V) < z 8 3N!�!Cl l.HOd#A3N L) z 0 0 Z3 MUD RVH(INL#A < A.- cn -4-l.,NtO NOiSDND4 W 0."0 UbO-IL?JVH CIVON 113ddOO uj Ne Z ,_.9!i_ WON 713ddOO z 9 % z -1�a GOOMHONV66� Ix 13AIN0 ON38 NVOY D U) m IL WON 31 0 cn CIO ------- --- 100 3NV-1 IYAOM ri No, - 0 tG I LLI —3 o LL w 0 Z CL 0 LLI =tea 0) LU I I I avow MV1s 1 3NV l 1VA08 w I O ca Ir 0 w s }a�c*4 � D�ULu Cf)=0na. a. LLI 3NV l 1VA08 w I O 33V1d H31Nvqns IT OVON 113ddOO I 0 fr 3 03 ONVIGOOM �-T—T 3AOO g ujs >- I?JCI CIN38 iSMOA I z < I Li V) > Ln Ln ui tr U- 0 — OV06 113ddOO ET'= Z- i-<5 1 fill In OQ 4fo, Li Li uv w - z 0 IL:j CV) 0 LLI 2L IL ri) � ui ag aDiS3HONVH Of o. OV06 113ddOO ET'= Z- i-<5 1 fill In v OQ uv w - z 0 IL:j CV) 0 LLI 2L IL ri) � ui ag v J 3 O J J 3 il Y LEI Z Q Z Q N D V) AVON dVl NOIN30 W Z Q J WHO NVID8030 w Y ��111H 9NIa3dSIFW1 3nlaa �tiv� avnciT s r L �3 4 0U < ' I-. IL 0 16 o��9 =Na IL LU n