HomeMy WebLinkAboutItem 16 - Dove Loop Road and Boyd DriveMEMOTO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: BRUNO RUMBELOW, CITY MANAGER
MEETING DATE: AUGUST 21, 2018
SUBJECT: INTERLOCAL AGREEMENT WITH TARRANT COUNTY FOR ASPHALT
OVERLAY WORK ON DOVE LOOP ROAD AND BOYD DRIVE
RECOMMENDATION: City Council to consider approving an Interlocal Agreement with Tarrant
County for the asphalt overlay work on Dove Loop Road and Boyd Drive
and take any necessary action.
FUNDING SOURCE: Funding for this purchase is in the Street Division Permanent Street
Maintenance Fund
Acct No. 174-43301-415-090 in an amount not to exceed $200,000.
BACKGROUND: The proposed interlocal agreement is a partnership that Tarrant County
and the City have entered into previously for work on various city streets.
Tarrant County has also entered into similar agreements with neighboring
cities.
Under the terms of the agreement, Tarrant County will provide labor and
equipment for the placement of a 2" hot mix asphalt concrete (HMAC)
overlay and the City will provide the materials and fuel. The City will also
provide milling and striping services along with appropriate traffic control.
This program allows Tarrant County road crews a mechanism to support
local cities with their road maintainance programs.
Staff recommends approval.
THE STATE OF TEXAS
INTERLOCAL AGREEMENT
COUNTY OF TARRANT
This Interlocal Agreement is between Tarrant County, Texas ("COUNTY"),
and the City of Grapevine "CITY").
WHEREAS, the CITY is requesting the COUNTY's assistance to:
• Rehabilitate and Resurface Boyd Drive located within the City of
Grapevine from State Highway 114 (Northwest Highway) to Turner
Road (Approximately 950 linear feet).
• Resurface Boyd Drive located within the City of Grapevine from
Turner Road to Wildwood Lane (Approximately 1,228 linear feet).
• Resurface Dove Loop Road located within the City of Grapevine from
Dooley Street to Boyd Drive (Approximately 1,102 linear feet).
Collectively, hereinafter referred to as the "Project".
WHEREAS, the Interlocal Cooperation Act contained in Chapter 791 of the
Texas Government Code provides legal authority for the parties to enter into this
Agreement; and
WHEREAS, during the performance of the governmental functions and the
payment for the performance of those governmental functions under this
Agreement, the parties will make the performance and payment from current
revenues legally available to that party; and
WHEREAS, the Commissioners Court of the COUNTY and the City Council
of the CITY each make the following findings:
a. This Agreement serves the common interests of both parties;
b. This Agreement will benefit the public;
C. The division of costs fairly compensates both parties to this
Agreement; and
d. The CITY and the COUNTY have authorized their representative to
sign this Agreement.
e. Both parties acknowledge that they are each a "governmental entity"
and not a "business entity" as those terms are defined in Tex. Gov't
Code § 2252.908, and therefore, no disclosure of interested parties
pursuant to Tex. Gov't Code Section 2252.908 is required.
NOW, THEREFORE, the COUNTY and the CITY agree as follows:
TERMS AND CONDITIONS
1. COUNTY RESPONSIBILITY
The COUNTY will furnish the labor and equipment to assist the CITY in
completing the Project:
• Boyd Drive: Following repairs to curb and gutter, milling and removal
of the excess materials by the CITY; the COUNTY will stabilize the
exposed subgrade, regrade, shape, and prime the roadbed, place
four inches of asphalt base, place two inches of asphalt surface, and
clean the project jobsite.
• Dove Loop Road: Following pavement repairs, milling and removal
of the existing hot mix asphaltic surface by the CITY; the COUNTY
will place two inches of asphalt surface and clean the project jobsite.
2. CITY RESPONSIBILITY
2.1 The CITY will furnish and pay for the actual cost of the materials,
including any delivery or freight cost. The CITY will provide a
purchase order and will be billed directly by the material supplier.
The COUNTY may accumulate and bill the CITY for incidental
material cost.
2.2 The CITY will pay for one-half of the COUNTY's fuel used to
construct this Project. The COUNTY will invoice the CITY for the fuel
consumed at the conclusion of the Project.
2.3 The CITY will be responsible for all traffic control necessary to safely
construct this project. This responsibility includes all advance
notices, signage, barricades, pilot vehicles, and flagmen necessary
to control traffic in and around the construction site. The CITY will be
responsible for and provide portable message boards to supplement
traffic control as needed.
2.4 The CITY will remove the existing surface and make any necessary
roadway repairs prior to the COUNTY starting work.
2.5 The CITY will adjust all utilities, manholes and valve boxes for this
Project.
2.6 The CITY will provide the COUNTY with a hydrant meter and all the
water necessary for construction of the Project at no cost to the
COUNTY.
2.7 The CITY will provide or pay for any engineering, survey, and
laboratory testing required for this Project.
2.8 The CITY will furnish a site for dumping all spoils and waste materials
generated during construction of this Project.
2
2.9 If required, the CITY will be responsible for the design and
development of a Storm Water Pollution Prevention Plan (SWPPP).
The CITY further agrees to pay for all cost (including sub -contractor
materials, labor and equipment) associated with the implementation
of the plan. The COUNTY will be responsible for maintenance of the
plan during the duration of the Project. Documentation and record
keeping of the SWPPP will be the responsibility of the CITY.
3. PROCEDURES DURING PROJECT
COUNTY retains the right to inspect and reject all materials provided for this
Project.
If the CITY has a complaint regarding the construction of the project, the CITY
must complain in writing to the COUNTY no later than 30 days of the date of project
completion.
4. NO WAIVER OF IMMUNITY
This Agreement does not waive COUNTY rights under a legal theory of sovereign
immunity. This Agreement does not waive CITY rights under a legal theory of
sovereign immunity.
5. OPTIONAL SERVICES
5.1 If requested by the CITY, the COUNTY will apply permanent striping
coordinated through the Transportation Department. Application of
striping by the COUNTY is limited to Project roadways. If the CITY
desires permanent striping applied to any roadways or portions of
roadways not covered by this Agreement, the CITY will need to enter
into a separate agreement with the COUNTY for the provision of
those services.
6. TIME PERIOD FOR COMPLETION
The CITY will give the COUNTY notice to proceed at the appropriate time.
However, the COUNTY is under no duty to commence construction at any
particular time.
3
7. THIRD PARTY
This contract shall not be interpreted to inure to the benefit of a third party not a
party to this contract. This contract may not be interpreted to waive any statutory
or common law defense, immunity, including governmental and sovereign
immunity, or any limitation of liability, responsibility, or damage of any party to
this contract, party's agent, or party's employee, otherwise provided by law.
8. JOINT VENTURE & AGENCY
The relationship between the parties to this Agreement does not create a
partnership orjoint venture between the parties. This Agreement does not appoint
any party as agent for the other party.
9. EFFECTIVE DATE
This Agreement becomes effective when signed by the last party whose signing
makes the Agreement fully executed.
10. TERMINATION
This Agreement will automatically terminate on either September 30, 2018 or on
the date the project is completed, whichever occurs first. Nothwithstanding the
foregoing, or any other language to the contrary, either party may terminate this
Agreement without cause upon thirty (30) days' written notice to the other party
prior to the intended date of termination. In the event of termination by either
party, neither party shall have any further obligations to the other party under this
Agreement, except that the CITY remains liable to the COUNTY for any
outstanding invoice for materials that the COUNTY provides for the project, if any.
11
TARRANT COUNTY, TEXAS
B. Glen Whitley
County Judge
Date:
Gary Fickes
Commissioner, Precinct 3
Date:
APPROVED AS TO FORM*
Criminal District Attorney's Office*
* By law, the Criminal District Attorney's
Office may only approve contracts for its
clients. We reviewed this document as to
form from our client's legal
perspective. Other parties may not rely on
this approval. Instead those parties should
seek contract review from independent
counsel.
CITY OF GRAPEVINE
Bruno Rumbelow
City Manager
Date:
Bryan Beck, P.E.
Director of Public Works
Date:
Attest:
APPROVED AS TO FORM AND LEGALITY
City Attorney
NOTICE TO PROCEED
The City of Grapevine hereby notifies the County that the County may proceed
with this project, as specified in the attached Agreement, on or after
(Month/Date/Year)
Authorized City Official
City of Grapevine
• Rehabilitate and Resurface Boyd Drive located within the City of Grapevine from
BS 114 to Turner Road (Approximately 950 linear feet).
• Resurface Boyd Drive located within the City of Grapevine from Turner Road to
Wildwood Lane (Approximately 1,228 linear feet).
• Resurface Dove Loop Road located within the City of Grapevine from Dooley
Street to Boyd Drive (Approximately 1,102 linear feet).
W
W
7 _ oG
_•ti V
o
H
7.
ce
a - CL
� f
F.
rti ti
'
SYCAMORE
L ' -
P.F t
rV__
ROAD REHABILITATION & RESURFACING
W �v �F•
W 5 J
V Uj
40
W LL
m W
Q �
• -� _ DWOOD LN
I ■
Sit vF00VE LW
R oqk 3 - F.
aR �
W
J
IVY GLEN DR 0
4W
Wdd
LU
SUR
Z
LU
V
MAE
V
0
0
a
fit+ E 4,r r
IF p Ip
F f r f f r ff
' 71
■IL oil J 0.114-9 .11
# 1r 1 - ■ { i 1 + - it
E NORTHWEST HWY
_ - T '
Aj_ I- �.
Road Rehabilitation I IL-1 jrIi
sub- rade work ��-(includes )
Z E WALL ST - _ C�PPELL RD N
Road Resurfacing
STILL ST Q = W q
0 x f �$
0 j LA
_
T E TEXAS ST
A,
1
-0 1
8/6/2018