Loading...
1990-074AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH THE STATE OF TEXAS, ACTING BY AND THROUGH THE STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION, FOR PARTICIPATION IN A LANDSCAPE COST SHARING PROGRAM PROJECT ALONG US 380, FROM 1-35 TO MALONE STREET; AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE. THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the City Manager is authorized to execute an agreement between the City of Denton and The State of Texas, acting by and through the State Department of Highways and Public Transportation, for construction of a Landscape Cost Sharing Program project along US 380, from 1-35 to Malone Street, under the terms and conditions contained in said agreement, which is attached hereto and made a part hereof. SECTION II. That the City Council hereby authorizes the expenditure of funds and provision of a non-cash contribution 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 /~day of ~__, 1990. BOB CASTLEB ~ ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: ~~L ~~ APPR~"AS~TO LEGAL- ~O~: DEBRA A. DRAYOVITCH, CITY ATTORNEY 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 of~ficialsj as evidenced by Resolution or Ordinance Number ~F~-O~~ , dated  /~//~ , hereinafter called the"~City"~ WITNES SET}{ WHEREAS, the State owns and maintains a system of highways, including US 380, 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 US 380, from IH 35 to Malone Street, 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 $173,181.50 which includes a cash contribution of $1,257.50, and a non-cash contribution of $171,924.00 toward the development of the project; and WHEREAS, State Highway and Public Transportation Commission Minute Order 90101, dated March 29, 1990, 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 utilized for the installation of a Highway Landscape Project through a construction contract administered by the State, and for the installation of concrete pavers through a subsequent construction contract administered by the State; 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 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. Page 1 of 8 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 fully control the installation of the Highway Landscape Project, through a State construction contract, and the installation of concrete pavers through a subsequent State construction contract. The Project Design Plan shall be furnished in the format and to the time schedules as required by the State for each construction contract. The Project Design Plan shall be incorporated into this Agreement by reference. ARTICLE 3. Project Funding. The total estimated cost of the Project is $346,363.00, and shall be funded jointly by the State and the City. State funds in an amount estimated not to exceed $173,181.50 will be combined with the cash contribution of $1,257.50 from the City and utilized to provide for the construction of a Highway Landscaping project through a construction contract administered by the State at a cost estimated not to exceed $134,527.00,and to provide for the installation of concrete pavers through a subsequent construction contract administered by the State at a cost estimated not to exceed $39,912.00. The City's total non- cash contribution is $171,924.00 and represents the agreed, fair-market, non-cash values of $24,164.00 for furnishing the project design plan, $45,300.00 for providing for site establishment and maintenance for a period of two consecutive years, $47,000.00 furnishing and placing topsoil, and $55,460.00 for the installation of an irrigation system, including required boring and casing activities. 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 it's option and expense, to participate in the defense of any suit, without relieving the City of any obligations hereunder. 3. Provide a check, payable to the State Department of Highways and Public Transportation in the amount of $1,257.50. The check shall be due the State at the time of execution (signature) of the Agreement by the city. 4. Provide the Project Design Plan. 5. Provide and place all required topsoil for the project. 6. Provide an irrigation system for the project. 7. Perform, to the satisfaction of the State, project and site maintenance for a period of two (2) consecutive years. Maintenance shall begin after the contract administered by the state is completed. Maintenance shall include but 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 the plant basins to maintain watering rings and to insure that plant basins are free of vegetative growth which would affect the growth of the plants. (c) Providing water in the amount and to the frequency required to insure the continued viability and establishment of the plant material. (d) Replacement of the plant material as may be reasonably required to insure the Project functions as intended during the term of the agreement. Page 3 of 8 8. Furnish, erect and maintain any barricades, sign and traffic handling devices, in accordance with the latest Manual of Uniform Traffic Control Devices~ and to the satisfaction of the State, as may be required to protect the safety of the travelling public whil performing any work on the Project during this Agreement B. The State agrees to: 1. Obligate State funds in the amount of $133,269.50 will be combined with the City cash contribution of $1,257.50 and utilized to provide for the installation of the highway landscape project through a construction contract administered by the state. 2. Obligate State funds in the amount of $39,912.00 which will be utilized to provide for the installation of concrete pavers through a subsequent construction contract administered by the State. 3. Deposit the cash received from the City into escrow. 4. Schedule the highway landscape project for the first available construction letting, consistent with the completion of the Project Design Plan by the City and in accordance with the processing schedule for highway improvement projects. 5. Include the installation of concrete pavers as a bid item in a subsequent construction contract selected by the State. 6. Administer the construction contracts as necessary to complete the highway landscape project and the concrete paver installation in accordance with the Project. Design Plan. 7. Coordinate with the City to determine the requirements relating to barricades, signs and traffic handling devices as may be required during the establishment and maintenance period performed by the City. Page 4 of 8 ARTICLE 5. Overruns/Underruns. The total amount of cash available to provide for the installation of the Project through construction contracts administered by the State is $174,439.00, and includes a cash contribution of $1,257.50 from the city. Based upon the amount of cash available to perform the Highway Landscape Project and the subsequent construction contract necessary to provide for the installation of the concrete pavers, the State's pro-rata (cash) share of the Project is 99.28% and the City's pro-rata (cash) share of the Project is 0.72%. 1. If, upon receiving bids for the installation of the Highway Landscape Project the lowest bid or bids exceeds $134,527.00, 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 99.28% of the overrun and the City will provide 0.72% of the overrun. 2. If, upon receiving bids for the installation of the Highway Landscape Project, the lowest bid does not exceed $134,527.00, 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 will share in the cost of the additional funds necessary to complete the"work on the above determined pro-rata (cash) basis. 3. If, upon receiving bids for the installation of the subsequent construction contract which will include the installation of concrete pavers, the lowest bid for the bid item for the concrete pavers exceeds $39,912.00, 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 99.28% of the overrun and the City will provide 0.72% of the overrun. Page 5 of 8 4. If, upon receiving bids for the installation of the subsequent construction contract which will include the installation of concrete pavers, the lowest bid for the bid item for the concrete pavers does not exceed $39,912.00, and remaining bids within the construction contract are acceptable to the State, 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 concrete paver activity, the State and the City will share in the cost of the additional funds necessary to complete the work on the above determined pro-rata (cash) basis. 5. The State will not consider the return of excess City cash contribution until the closeout of the state construction contract containing the installation of the concrete pavers. If, upon completion of the subsequent construction contract, and after final Project closeout has been completed by the State, it is determined that the total amount of available cash funds were not fully utilized, the State will return the pro-rata (cash) share of the 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. Page 6 of 8 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. 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 furnish 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. REMAINDER OF PAGE LEFT BLANK Page 7 of 8 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. IN TESTIMONY WHEREOF, the State and the City have executed duplicate counterparts to effectuate this Agreement. THE CITY OF DENTON THE STATE OF TEXAS ~l~gna~ur/e)~~ Certified as b el ng 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 L]0yd ¥. Harre]]~ City Mane§er State Highway and Public (Typed Name and Title) Tra~Ttation~sion Date: .~/~,,/~ By:~ Hen~ A. Thomason, Jr., P.E. Deputy Director, Field Operations APPROVED AS TO LEGAL FO~: Date: DEB~ A. D~YOVITCH Page 8 of 8 EMERY . ~ WES TCHES TE_R ¥' CORDELL __ST CORDELL~ CRESCENT C~E$CENT L '1~ ~ INDEN ~ :. Park f... HOUSTON I~:~ ttlCKORY CHARLOTT~ LOUISE J:'~ ~ .~'X -North Texas -.::.. ':.:. :--:--- .::' j: : ' State Unlvers~t :;.: ::: COLLINS " ..'.. : :':::' i:. l~o~th Texas. ' :':i'i':~} ~'q' ~?l) FAU : ~!::.i: ~!e tJn,vers;ty' :i.':: . ':-" :::'~ ~ ' ' ::<:' '::~t¢ ".':'~ "": :. :"' STATE DEPARTMENT OF HIGHWAYS AND PUBLIC TRANSPORTATION DENTON County MINUTE ORDER Page I of 1 Pages District No. DALLAS (18) WHEREAS, in DENTON COUNTY, on U.S. HIGHWAY 380 from Interstate Highway 35 to Malone Street within the City of Denton, the City of Denton desires to perform a Landscape Cost Sharing Program project, and has committed a total contribution of $173,181.50 toward the development of the Project, which sum includes a cash contribution of $1,257.50, and a non-cash contribution of $171,924.00, which sum represents the agreed, fair-market, non-cash value of furnishing the project design plan, of furnishing and placing topsoil, of installing an irrigation system including required bores and casing, and of site maintenance and establishment activities for a period of two (2) consecutive years; and WHEREAS, the State Department of Highways and Public Transportation (the Department) desires to cooperate in this endeavor by obligating State funds in the amount of $173,181.50 which will be combined with the cash contribution provided by the City and utilized to provide for the installation of a highway landscape project through a construction contract administered by the Department, and to provide for the installation of concrete pavers through a subsequent 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 $173,181.50 EXHIBIT B Submitted by: Examined and recommended by: (Title) Chief Engineer, Maintenance Approved Deputy Director and Operations Division Engineer-Director Minute Number 90101 Date Passed MAR 29 90 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 3067 WAYNE B. DUDDLESTEN DALLAS, TEXAS 75221*3067 (214) 320-6100 June 29, 1990 CONTACT: Mr. Owen Yost, Urban Planner City of Denton 215 E.McKinney Denton, TX 76201 Dear Mr. Yost: Enclosed is one copy of the fully executed agreement for your files. The state's portion of the project has not been scheduled for a letting date yet. This date will be determined based on the completion of the construction documents by your staff. Please be aware that there is a minimum four month lead time required between project scheduling and the actual letting date. If you have any other questions, please call Mr. Patrick Haigh at (214) 320-6205. Sincerely, District Maintenance Engineer Enclosure