Loading...
1990-075 ORDINANCE NO. ~--" AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE A JOINT COST SHARING AGREEMENT WITH THE TEXAS STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION FOR LANDSCAPING ALONG U.S. HIGHWAY 77 AT ITS INTERSECTION WITH INTERSTATE HIGHWAY 35E IN DENTON; AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR; AND DECLARING AN EFFECTIVE DATE. THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the City Manager is hereby authorized to execute a joint cost sharing agreement with the Texas State Department of Highways and Public Transportation for landscaping along U.S. Highway 77 at its intersection with Interstate Highway 35E in Denton. SECTION II. That the City Council hereby authorizes the expenditure of funds in the manner and amount as specified in the agreement. SECTION III. That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the/~ay/"~ of ~, 1990. BOB TLEBERRY, MAYO~ ~ / ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY ~0scapord./~ THE STATE OF TEXAS COUNTY OF TRAVIS THIS AGREEMENT is made by and between the State of Texas, acting by and through the State Department of Highways and Public Transportation, hereinafter called the "State", and the City of Denton, acting through its duly authorized off.%Gials, as evidenced by~ Resol~Ltio3~. or Ordinance Number ~-- ~--- , dated ~ /~,/~ , hereinafter called the "City". W I TNE S SETH WHEREAS, the State owns and maintains a system of highways, including U.S. Highway 77, in Denton County, Texas, for public use and benefit; and WHEREAS, the City has requested State participation in a Landscape Cost Sharing Program project along U.S. Highway 77, at the intersection of Interstate 35E within the City of Denton, hereinafter called the "Project", and as shown on the attached EXHIBIT A; and WHEREAS, the City has committed to cooperating with the State by providing a total contribution of $37,204.50, which sum includes a cash contribution of $23,875.50, and a non-cash contribution of $13,329.00 toward the development of the Project; and WHEREAS, the Project will be executed by the State in two Phases: the Requisition Phase, and the Construction Phase; WHEREAS, State Highway and Public Transportation Commission Minute Order 89228, dated August 29, 1989, attached hereto and labeled EXHIBIT B authorizes the State to cooperate with the City in the development of the Project by providing State funds which will be combined with the cash contribution from the City and utilized to purchase required landscape material, and to provide for the installation of boring and casing, pavers, drainage improvements and curb and gutter all through a subsequent construction contract administered by the State;and NOW THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto be by them respectively kept and performed as hereinafter set forth, the State and the City do mutually agree as follows: AGREEMENT Page 1 of 8 ARTICLE 1. Term of Agreement. This Agreement becomes effective when finally executed (signed) by the State and shall terminate upon satisfactory completion of the work as called for in the Project Design Plan and as stipulated within this Agreement, unless otherwise terminated as provided hereinafter. ARTICLE 2. Project Design Plan. The City shall prepare and furnish the Project Design Plan. The Project Design Plan shall contain plans, details, drawings, specifications and estimates as may be required by the State to prepare detailed requisitions for required materials under the Requisition Phase of the Project, and to fully control the conduct of the construction contract during the Construction Phase of the Project. The Project Design Plan shall be furnished in the format and to the time schedule as required by the State to accomplish both phases of the Project. The Project Design Plan shall be incorporated into this Agreement by reference. ARTICLE 3. Project Funding. The total estimated cost of the Project is $74,409.00, and shall be funded jointly by the State and the City. State funds in an amount estimated not to exceed $37,204.50 will be combined with the cash contribution of $23,875.50 from the City, and utilized to provide for the purchase of material through the Requisition Phase and the installation of boring, drainage, paver, curb and gutter improvements in the Construction Phase. The City's total contribution is $37,204.50 and includes a cash contribution of $23,875.50. The City's non-cash contribution of $13,329.00 represents the agreed, non-cash, fair-market values of $5,000.00 for installing all material furnished by the State; of $2,500.00 for performing maintenance and establishment activities for a period of 24 consecutive months; and of $5,829.00 for furnishing the Project Design Plan. ARTICLE 4. Responsibility of the Parties. A. The City agrees to: 1. Indemnify and save harmless the State, its agents and employees, from all suits, actions or claims and from all liability and damages for any and all injuries or damages sustained by any person, or by any abutting, adjoining or other property in consequence of any neglect in the performance, or failure of performance of the City, its agents and employees under this Agreement, to the extent allowed by State Law. Page 2 of 8 2. Indemnify, defend and hold the State harmless from any and all claims and lawsuits by third parties arising from, or incident to the performance, or failure of performance of the City, its officers, employees or agents under this Agreement to the extent allowed by State Law. The City shall defend all suits brought upon all such claims and lawsuits and pay all costs and expenses incidental thereto, but the State shall have the right, at its option and expense, to participate in the defense of any suit, without relieving the City of any obligation hereunder. 3. Provide a check, payable to the State Department of Highways and Public Transportation, in the full amount of $23,875.50. The check is due the State at the time of execution of the Agreement by the City. 4. Provide all labor, equipment and incidentals necessary to provide for the installation of plant material, mulch and topsoil furnished by the State during the Requisition Phase, and in accordance with the Project Design Plan. 5. Provide all labor, equipment and incidentals necessary to install the irrigation system components furnished by the State and establish a fully operational irrigation system in accordance with the Project Design Plan. 6. Perform, to the satisfaction of the State, Project maintenance and establishment activities on the Project for a period of 24 consecutive months following the completion of the Requisition Phase and the Construction Phase. Maintenance and establishment shall include, but shall not be limited to the following activities: (a) Pruning, fertilizing and disease control as may be reasonably required to insure the continued viability and establishment of the plant material. (b) Maintenance of planting beds and basins necessary to maintain watering rings and to insure plant basins and beds are reasonably free of vegetative growth which would affect the growth of plants. Page 3 of 8 (c) Monitoring, adjustment and repair of the irrigation system, including all repair parts as may be required. (d) Replacement of plant material as necessary to insure the continued viability of the Project. 7. Provide, erect and maintain all Barricades, Signs and Traffic Handling Devices to the satisfaction of the State as may be requried to protect the safety of the travelling public while performing any work on the Project. B. The State Agrees to: 1. Obligate State funds in the amount of $37.204.50 which will be combined with the cash contribution from the City and utilized to provide for the Requisition Phase and the Construction Phase of the Project. 2. Prepare and submit requisitions for plant material, mulch, topsoil and irrigation system components in accordance with the Project Design Plan furnished by the City. 3. Furnish plant material, mulch, topsoil and irrigation system components to the City. 4. Schedule the Construction Phase of the Project for a statewide construction letting date mutually agreeable to the State and the City but at the final option of the State after receipt of an acceptable Project Design Plan from the City. 5. Administer the Construction Phase of the Project during construction. 6. Cooperate with the City in determining any Barricades, Signs and Traffic Handling Devices needed during the City's conduct of the Project. ARTICLE 5. Overruns/Underruns. The total amount of cash available to provide for the Requisition Phase of the Project is $13,000.00. The total amount of cash available to perform the Construction Phase of the Project is $48,080.00. The total cash available from the State is $37,204.50, and the total cash available from the City is $23,875.50. Page 4 of 8 Based upon the amount of cash available to perform both phases of the Project, the State's pro-rata (cash) share of the Project is 60.92% and the City's pro-rata (cash) share of the Project is 39.08%. 1. If, upon receiving bids for required material in the Requisition Phase, the cumulative total of the bid or bids exceeds $13,000.00, the State will promptly notify the City. If, in the opinion of the State and the City, but at the final option of the State, it is determined that it is in the best interest of the Project to provide additional funds required to satisfy the overrun, the State and the City will share the cost of the overrun on a pro-rata (cash) basis. The State will provide 60.92% of the overrun and the City will provide 30.08% of the overrun. 2. If, upon receiving bids for required material in the Requisition Phase, the cumulative total of the bid or bids does not exceed $13,000.00, the State will recommend award of the bid or bids. Unless, in the sole opinion of the State, it is determined that the purchase of additional material with any remaining funds is in the best interest of the Project, the State will not purchase material in excess of that requested in the City's proposal and as shown in the Project Design Plan. Any overruns which occur during the purchase of any additional material shall be shared by the State and the City on the above determined pro-rata (cash) basis. 3. If, upon receiving bids for the Construction Phase of the Project, the lowest bid exceeds $48,080.00, the State will promptly notify the City. If, in the opinion of the State and the City, but at the final option of the State, it is determined that it is in the best interest of the Project to provide additional funds required to satisfy the overrun, the State and the City will share the cost of the overrun on the above determined pro-rata (cash) basis. 4. If, upon receiving bids for the Construction Phase of the Project, the lowest bid does not exceed $48,080.00, the State will recommend award of the contract. If during execution of the contract it is determined that sufficient funds are not available to complete the work, the State and the City shall share in the cost of the additional funds necessary to complete the work on the above determined pro-rata (cash) basis. Page 5 of 8 5. If, upon completion of the Requisition Phase and the Construction Phase of the Project, and after final project closeout and accounting has been accomplished by the State, it is determined that all available cash funds were not fully utilized, the State will return the above determined pro- rata (cash) share of any unused funds to the City. ARTICLE 6. Disputes. Should disputes arise as to the party's obligations under this Agreement, the State's decision shall be final and binding. ARTICLE 7. Amendments. Changes in time frame, character, cost or obligations herein shall be enacted by written amendment. All amendments to this Agreement must be executed by both parties within the contract period specified in Article 1. ARTICLE 8. Successors and Assigns. The State and the City shall not assign or otherwise transfer its rights and obligations under this Agreement except with prior written consent of the other party, and any prohibited assignment or transfer shall be null and void. ARTICLE 9. Remedies. Violation or breach of contract terms by the City shall be grounds for termination of the Agreement, and any increased cost arising from the City's default, breach of contract or violation of terms shall be paid by the City. This Agreement shall not be considered as specifying the exclusive remedy for any default, but all remedies existing at law and in equity may be availed of by either party and shall be cumulative. ARTICLE 10. Insurance. At the time of execution (signature) of the Agreement by the City, the city shall attached required insurance documentation to each Agreement counterpart. If the City is a self-insured entity and performs any work on the Project with City Forces, the City shall extend the protection of its self-insurance to the State for any and all damages and injuries arising from the City's performance under this Agreement. Page 6 of 8 If the City is not a self-insured entity and performs any work on the Project with City Forces, the City shall furnish the State with a completed Certificate of Insurance (SDHPT Form 20.102), and label such documentation EXHIBIT C. If the city performs any work on the Project through a contractor or contractors selected through the City's low-bid procedure, the City shall require its contractor or contractors to furhish the State with a completed Certificate of Insurance, (SDHPT Form 20.102), and shall insure the contractor or contractors maintain such insurance during the term of the Agreement. ARTICLE 11. Gratuities. State Department of Highways and Public Transportation Commission policy mandates that employees of the Department shall not accept any benefits, gifts or favors from any person doing business or who reasonably speaking may do business with the State under this contract. The only exceptions allowed are ordinary business lunches and items that have received advanced written approval of the State Department of Highways and Public Transportation Engineer-Director. Any person doing business with or who may reasonably speaking do business with the State under this contract may not make any offer of benefits, gifts or favors to Departmental employees, except as mentioned hereabove. Failure on the part of the City to adhere to this policy may result in the termination of this contract. ARTICLE 12. Termination. This Agreement may be terminated by any of the following conditions: A. By mutual agreement and consent of both parties. B. By either party upon thirty days written notice to the other party. C. By either party, upon the failure of the other party to fulfill its obligations as set forth in this Agreement. D. By satisfactory completion of all services and obligations described herein. Should the City terminate this Agreement, as prescribed hereabove, the City shall, at the option of the State, reimburse any reasonable costs incurred by the State. Page 7 of 8 IN TESTIMONY WHEREOF, the State and the City have executed duplicate counterparts to effectuate this Agreement. THE CITY OF DENTON THE STATE OF TEXAS ~~~~// Certified as being executed for the purpose and effect of By: activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Lloyd Harrell, City Manager State Highway and Public (Typed Name and Title) Transportation Commission Date: 3une 4~ 1990 By: ~~ ~/"Henr~ A. Thomason, Jr., P.E. Deputy Director, Field Operations Page 8 of 8 STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DENTON County MINUTE ORDER Page 1 of 1 Pages District No. DALLAS (18) WHEREAS, in DENTON COUNTY, on US HIGHWAY 77 at the intersection of Interstate Highway 35E, the City of Denton desires to perform a Landscape Cost Sharing Program project, and has committed a total contribution of $37,204.50 toward the completion of the project, which sum includes a cash contribution of $23,875.50, and a non-cash contribution of $13,329.00 which represents the agreed, fair-market, non-cash value of providing labor and equipment to install material furnished by the Department~ fo~ providing the project design plan, and for providing project maintenance for a period of 24 months; and WHEREAS, the State Department of Highways and Public Transportation desires to cooperate in this endeavor by obligating State funds in the amount of $37,204.50 which will be combined with the cash contribution from the City and utilized to purchase required material which will be furnished to the City for installation and maintenance, and for the installation of necessary drainage improvements, boring, curb and gutter, and pavers by a construction contract administered by the Department; NOW, THEREFORE, IT IS ORDERED that the Engineer-Director will accept this offer with gratitude and enter into any necessary agreements with the City of Denton for the completion of the work, financing the State costs with funds authorized by the Landscape Cost Sharing Program, under Commission Minute Order 88295, at a State cost estimated not to exceed $37,204.50. EXHIBIT B (Ti'tle) Chie'-{ Engineer, ~ntenance Approved lJ~puty Director and Operations Divisioj~. Engi~r-Director Minute Number Date Passed COMMISSION STATE DEPARTMENT OF HIGHWAYS ENGINEER-DIRECTOR ROBERT H. DEDMAN, CHAIRMAN AND PUBLIC TRANSPORTATION ARNOLD W OLIVER, P.E. RAY STOKER, JR. P.O. BOX 306"/ WAYNE B. DUDDLESTEN DALLAS, TEXAS ?$221-3067 (214) 320~100 July 9, 1990 CONTACT' Mr. Robert Tickner Superintendent of Parks City of Denton 215 E. McKinney Denton, TX 76201 Dear Mr. Tickner: Enclosed is one copy of the fully executed agreement for your files. The project is scheduled for an September letting (with anticipated con- struction beginning in late October). This is a tentative date as the cancellation of the July and August letting dates has required the re- scheduling of many projects to September. If you have any other questions, please call Mr. Patrick Haigh at (214) 320-6205. Sincerely, lhomas L. Kelley, P. F.V District Maintenance [n§ineer Enclosure