Loading...
23-1427ORDINANCE NO. 23-1427 AN ORDINANCE APPROVING A WATER AND WASTEWATER UTILITY RELOCATION STANDARD UTILITY AGREEMENT (“AGREEMENT”) BY AND BETWEEN THE CITY OF DENTON (“CITY”) AND THE TEXAS DEPARTMENT OF TRANSPORTATION (“TXDOT”), FOR THE REIMBURSEMENT OF ELIGIBLE COSTS rNCURRED IN THE ADJUSTMENT. REMOVAL, AND RELOCATION OF CITY FACILITIES OF BOTH WATER AND WASTEWATER UTILITIES ALONG 1-35E FROM THE MERGE TO US 380/UNIVERSITY UTILITY RELOCATIONS PROJECT (TXDOT ROW CSJ# 0195-02-074; UOOO 18402), WITHIN THE COUNTY AND CITY OF DENTON, TEXAS; AUTHORIZING THE CITY MANAGER. OR DESIGNEE, TO EXECUTE AND DELIVER THE AGREEMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS IN AN AMOUNT NOT TO EXCEED $20,773,015.32 FOR WATER AND WASTEWATER UTILITY RELOCATION EFFORTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the TxDOT has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated for the 1-35 From Merge to US 380 Utility Relocation Project (“Utility Relocation Project”). WHEREAS, TxDOT has expanded their right-of-way through the 1-35E corridor within the Denton city limits in anticipation of the TxDOT’s 1-35E Widening project with a current project letting schedule of September 2023; and WHEREAS, the proposed Utility Relocation Project will necessitate the adjustment, removal, and/or relocation of certain facilities of the City as indicated in the following statement of work: 1)Potable Water line: relocate approximately 505 LF of 20" HDPE, 1,662 LF of 12" PVC, 4,168 LF of 8" PVC, 15 LF of 6" PVC longitudinal to IH-35 from IH-35 STA 2015+80 to IH-35 STA 2120+90. Install approximately 160 LF of 30" steel casing, 1,043 LF of 24" steel casing, and 953 LF of 18" steel casing longitudinal to IH-35 with one IH-35 crossing at STA 2051+90. Approximately 406 LF of 20", 2,288 LF of 16", 1,920 LF of 12", 213 LF of 1 0", 9,124 LF of 8", and 1,967 LF of 6" water line to be abandoned Wastewater Line: relocate approximately 110 LF of 21 " PVC gravity sewer, 446 LF of 15" PVC gravity sewer, 1,532 LF of 10" PVC gravity sewer, 1,623 LF of 8" PVC gravity sewer longitudinal to IH-35 from IH 35 STA 2015+80 tp IH-35 STA 2120+90. Install approximately 675 LF of 48" steel casing, 1,099 LF of 24" steel casing, and 177 LF of 18" steel casing longitudinal to IH-35 with two IH-35 crossings at STA 2017+63 and STA 2068+15. Approximately 2,940 LF of 15", 134 LF of 12", 4,953 LF of 10", 1,883 LF of 8", and 94 LF of 8" wastewater line to be abandoned; and more specifically as shown in the Utility’s plans, specifications, and estimated costs, which are attached hereto as Attachment “A”. 2) WHEREAS, the City of Denton is responsible for relocating the City’s utilities currently located within the recently acquired TxDOT right-of-way; and WHEREAS, in an effort to meet TxDOT’s anticipated roadway construction schedule, the City’s Utility Relocation Project will relocate both water and wastewater utilities out of TxDOT’s recently expanded right-of-way between the 1-35 Merge to US-380; and WHEREAS, the TxDOT will participate in the costs of the adjustment, removal, and relocation of certain facilities to the extent as may be eligible for State and/or Federal participation; and WHEREAS, TxDOT, upon receipt of evidence it deems sufficient, acknowledges the City’s interest in certain lands and facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work; and WHEREAS, TxDOT will, upon satisfactory completion of the adjustment, removal, and/or relocation and upon receipt of final billing prepared in an approved form and manner and accounting for any intermediate payments, make payment in the amount of 90 percent (90%) of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. WHEREAS, the City Council having considered the importance of the project to the citizens of Denton and finding that it is in the public's health and safety interest, is of the opinion that it should approve the Agreements; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The recitals contained in the preamble of this ordinance are hereby incorporated into the body of this ordinance are true and correct. SECTION 2. The City Manager, or designee, is authorized to expend fung in the amount of expenditure of funds in the amount of Twenty Million, Seventy Hundred and Seventy-Three Thousand, Fifteen and 32/100 Dollars ($20,773,015.32) for the 1-35 From Merge to US 380 Utility Relocation Project in the City and County of Denton. SECTION 3. The City Manager, or designee, is hereby authorized to execute on behalf of the City the Water and Wastewater Standard Utility Agreement No. U00018402, a copy of which is attached hereto as Exhibits " A" and made a part hereof for all purposes. SECTION 4. The City Manager, or designee, is further authorized to carry out all obligations and duties of the City as set forth in the Agreement, including but not limited to the expenditure of funds. SECTION 5. That this ordinance shall become effective immediately upon its passage and approval. [Signatures to appear on the following page] 2 Th, m,ti,„ t, ,pp„y, thi, „di„,„„ w„ m,d, by grt&" seconded by R„ I Mel +ta . The orc the following vote LZ - a : %cl ,IId passed and approved by Nay Abstain Absent Gerard Hudspeth, Mayor: Vicki Byrd, District 1 : Brian Beck. District 2: Paul Meltzer. District 3 : Joe Holland. District 4: Brandon Chase McGee, At Large Place 5 : Chris Watts, At Large Place 6: -r ,/ / PASSED AND APPROVED thi, th, Jrf-d,y ,f A US„sI _, 2023. ,d T ATTEST: JESUS SALAZA By :ITY SECRETARY b\\\tt 1111111 APPROVED AS TO LEGAL FORM: MACK REINWAND, CITY ATTORNEY =&d.Rdn#3€nyJu.gg ===n__ _ By: =k 8 f..Ibn r EXHIBIT A Fam ROVVU-35 (Rev. 10/20) Page 1 STANDARD UTILITY AGREEMENT U Number: N/A Utility ID: U00018402 District: Dallas Federal Project No.: N/A ROW CSJ: 0195-03-074 Highway Project Letting Date: Sept 2023 County: Denton Highway: IH35 From: IH-35W SPLIT To: US-380 This Agreement by and between the State of Texas, acting by and through the Texas Transportation Commission, (“State”), and City of Denton, (“Utility”), acting by and through its duly authorized representative, shall be effective on the date of approval and execution by and on behalf of the State. WHEREAS, the State has deemed it necessary to make certain highway improvements as designated by the State and approved by the Federal Highway Administration within the limits of the highway as indicated above (the “Highway Project”); WHEREAS, the proposed Highway Project will necessitate the adjustment, removal, and/or relocation of certain facilities of the Utility as indicated in the following statement of work: Potable Water Line:Relocate approximately 505 LF of 20" HDPE, 1,662 LF of 12" PVC, 4,168 LF of 8" PVC, 15 LF of 6" PVC longitudinal to IH-35 from IH-35 STA 2015+80 to IH-35 STA 2120+90. Install approximately 160 LF of 30" steel casing, 1,043 LF of 24" steel casing, and 953 LF of 18" steel casing longitudinal to IH-35 with one IH-35 crossing at STA 2051 +90. Approximately 406 LF of 20", 2,288 LF of 16", 1,920 LF of 12", 213 LF of 10", 9,124 LF of 8", and 1,967 LF of 6" water line to be abandoned Wastewater Lines: Relocate approximately 1 10 LF of 21" PVC gravity sewer, 446 LF of 15" PVC gravity sewer, 1,532 LF of 10" PVC gravity sewer, 1,623 LF of 8" PVC gravity sewer longitudinal to IH-35 from IH-35 STA 2015+80 tp tH-35 STA 2120+90. Install approximately 675 LF of 48" steel casing, 1,099 LF of 24" steel casing, and 177 LF of 1 8" steel casing longitudinal to IH-35 with two IH-35 crossings at STA 2017+63 and STA 2068+15. Approximately 2,940 LF of 15". 134 LF of 12". 4,953 LF of 10", 1,883 LF of 8", and 94 LF of 8" wastewater line to be abandoned; and more specifically as shown in the Utility’s plans, specifications and estimated costs, which are attached hereto as Attachment “A”. WHEREAS, the State will participate in the costs of the adjustment, removal, and relocation of certain facilities to the extent as may be eligible for State and/or Federal participation WHEREAS, the State, upon receipt of evidence it deems sufficient, acknowledges the Utility’s interest in certain lands and facilities that entitle it to reimbursement for the adjustment, removal, and relocation of certain of its facilities located upon the lands as indicated in the statement of work above, NOW, THEREFORE, BE IT AGREED: The State will pay to the Utility the costs incurred in adjustment, removal, and relocation of the Utility’s facilities up to the amount said costs may be eligible for State participation. All conduct under this agreement, including but not limited to the adjustment, removal, and relocation of the facility, the development and reimbursement of costs, any environmental requirements, and retention of records will be in accordance with all applicable federal and state laws, rules and regulations, including, without limitation, the Federal Uniform Relocation Assistance and Real Property Acquisition Policies Act, 42 U.S.C. SS 4601, et seq., the National Environmental Policy Act, 42 U.S.C. SS 4321, et seq., the Buy America provisions of 23 U.S.C. S 313 and 23 CFR Initial Date TxDOT Initial Date Utility Form ROVWU-35 (Rev. 10/20) Page 2 635.410, as amended, Texas Transportation Code S 223.045, the Utility Relocations, Adjustments, and Reimbursements provisions of 23 CFR 645, Subpart A, and the Utility Accommodation provisions of 23 CFR 645, Subpart B The Utility shall supply, upon request by the State, proof of compliance with the aforementioned laws, rules, regulations, and guidelines prior to the commencement of the adjustment, removal, and relocation of the facility The Utility shall not commence any physical work, including without limitation site preparation, on the State’s right of way or future right of way, until TxDOT provides the Utility with written authorization to proceed with the physical work upon TxDOT’s completion and clearance of its environmental review of the Highway Project. Any such work by the Utility prior to TxDOT’s written authorization to proceed will not be eligible for reimbursement and the Utility is responsible for entering any property within the proposed limits of the Highway Project that has not yet been acquired by TxDOT. This written authorization to proceed with the physical work is in addition to the authorization to commence work outlined below. Notwithstanding the foregoing, the provisions of this paragraph are required only when TxDOT has not obtained completion and clearance of its environmental review of the Highway Project prior to the execution of this Agreement by the State and the Utility The Utility shall comply with the Buy America provisions of 23 U.S.C. S 313, 23 CFR 635.410, as amended, and the Steel and Iron Preference provisions of Texas Transportation Code S 223.045 and, when products that are composed predominately of steel and/or iron are incorporated into the permanent installation of the utility facility, use domestically manufactured products. TxDOT Form 1818 (Material Statement), along with all required attachments, must be submitted, prior to the commencement of the adjustment, removal, and relocation of the facility, as evidence of compliance with the aforementioned provisions. Failure to submit the required documentation or to comply with the Buy America, and Steel and Iron Preference requirements shall result in: (1) the Utility becoming ineligible to receive any contract or subcontract made with funds authorized under the Intermodal Surface Transportation Efficiency Act of 1991 ; (2) the State withholding reimbursement for the costs incurred by the Utility in the adjustment, removal, and relocation of the Utility’s facilities; and (3) removal and replacement of the non- compliant products The Utility agrees to develop relocation or adjustment costs by accumulating actual direct and related indirect costs in accordance with a work order accounting procedure prescribed by the State, or may, with the State’s approval, accumulate actual direct and related indirect costs in accordance with an established accounting procedure developed by the Utility. Bills for work hereunder are to be submitted to the State not later than one (1 ) year after completion of the work. Failure to submit the request for final payment, in addition to all supporting documentation, within one (1) year after completion of the work may result in forfeiture of payment for said work. When requested, the State will make intermediate payments at not less than monthly intervals to the Utility when properly billed. Such payments will not exceed 90 percent (90%) of the eligible cost as shown in each such billing. Intermediate payments shall not be construed as final payment for any items included in the intermediate payment The State will, upon satisfactory completion of the adjustment, removal, and/or relocation and upon receipt of final billing prepared in an approved form and manner and accounting for any intermediate payments, make payment in the amount of 90 percent (90%) of the eligible costs as shown in the final billing prior to audit and after such audit shall make an additional final payment totaling the reimbursement amount found eligible for State reimbursement. Alternatively, the State agrees to pay the Utility an agreed lump sum of $N/A as supported by the attached estimated costs. The State will, upon satisfactory completion of the adjustments, removals, and relocations and upon receipt of a final billing, make payment to the Utility in the agreed amount Upon execution of this agreement by both parties hereto, the State will, by written notice, authorize the Utility to perform such work diligently and to conclude said adjustment, removal, and relocation by the stated completion date which is attached hereto in Attachment "C". The completion date shall be extended for delays caused by events outside the Utility’s control, including an event of Force Majeure, which shall include a strike, war or act of war (whether an actual declaration of war is made or not), insurrection, riot, act of public enemy, accident, fire, flood or other act of God, sabotage, or other events, interference by the State or any other party with the Utility’s ability Initial Date TxDOT Initial Date Utility Form ROVVU-35 (Rev. 10/20) Page 3 to proceed with the work, or any other event in which the Utility has exercised all due care in the prevention thereof so that the causes of other events are beyond the control and without the fault or negligence of the Utility. This agreement in its entirety consists of the following elements: Standard Utility Agreement – ROW-U-35; ' Plans, Specifications, and Estimated Costs (Attachment “A”); ' Accounting Method (Attachment "B”); • Schedule of Work (Attachment “C”); • Statement Covering Contract Work – ROW-U-48 (Attachment “D”); • Utility Joint Use Agreement – ROW-U-JUA and/or Utility Installation Request – Form 1082 (Attachment E”) • Eligibility Ratio (Attachment “F”); • Betterment Calculation and Estimate (Attachment “G”); and • Proof of Property Interest - ROW-U-Affidavit (Attachment “H”). All attachments are included herein as if fully set forth. In the event it is determined that a substantial change from the statement of work contained in this agreement is required, reimbursement therefore shall be limited to costs covered by a modification or amendment of this agreement or a written change or extra work order approved by the State and the Utility. This agreement is subject to cancellation by the State at any time up to the date that work under this agreement has been authorized, and such cancellation will not create any liability on the part of the State. However, the State will review and reimburse the Utility for eligible costs incurred by the Utility in preparation of this Agreement. The State Auditor may conduct an audit or investigation of any entity receiving funds from the State directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the State Auditor, under the direction of the Legislative Audit Committee, to conduct an audit or investigation in connection with those funds An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit The Utility by execution of this agreement does not waive any of the rights that the Utility may have within the limits of the law. It is expressly understood that the Utility conducts the adjustment, removal, and relocation at its own risk, and that the State makes no warranties or representations regarding the existence or location of utilities currently within its right of way Initial Date TxDOT Initial Date Utility Form ROVVU-35 (Rev. 10/20) Page 4 The signatories to this agreement warrant that each has the authority to enter into this agreement on behalf of the party represented. UTILITY EXECUTION RECOMMENDED: Utility:City of Denton Name of Utility Director of TP&D (or designee) , Dallas District By: Authorized Signature THE STATE OF TEXAS Print or Type Name Executed and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs heretofore approved and authorized by the Texas Transportation Commission. Title: Date: By: District Engineer (or designee) Date: Initial Date TxDOT Initial Date Utility Form ROVWU-35 (Rev. 10/20) Page 5 Attachment “A“ Plans, Specifications, and Estimated Costs All material items within cost estimate that must meet Buy America or Steel and Iron Preference Provision requirements must be indicated with an asterisk (*). n Currently, we do not have Buy America required materials planned for this project. In the event that Buy America compliant materials are used during construction on this project, compliance documentation will be provided. a There are non-domestic iron and steel materials in this project that fall under the De Minimus equation. Calculation showing the total cost does not exceed one-tenth of one percent (0.1 %) of the individual utility agreement amount or $2,500.00, whichever is greater is required . E We understand the Buy America Compliance Requirements and will supply the required documentation to TxDOT indicating compliance with this provision. The following documents will be supplied prior to installation of the materials: 1 ) Form 1818 - Material Statement 2) Material Test Reports or Certifications Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev. 10/20) Page 6 Attachment “B“ Accounting Method A Actual Cost Method of Accounting The utility accumulates cost under a work order accounting procedure prescribed by the Federal or State regulatory body and proposes to request reimbursement for actual direct and related indirect costs. a Lump Sum Method of Accounting Utility proposed to request reimbursement based on an agreed lump sum amount supported by a detailed cost analysis. Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev. 10/20) Page 7 Attachment “C“ Schedule of Work Estimated Start Date: 9/1 1/2023, (subject to physical work restrictions prior to the issuance of environmental clearance as required by the provisions of this agreement) Estimated Duration (days): 180 Estimated Completion Date: 03/9/2024 Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev 10/20) Page 8 Attachment “D“ Statement Covering Contract Work (ROW–U-48) (ROW–U–48–1 , if applicable) Construction Contract: Utility performing with their own forces (timesheets will be required at the time of billing). Utility will use outside forces to perform the adjustment, complete attached ROW-U-48 or ROW-U-48-1 aoint bid). n K Engineering Contract: Utility performing with their own forces (timesheets will be required at the time of billing). Utility will use consultant contract (continuing contract rate sheets or fee schedule will be required). TxDOT will procure utility consultant. E A = Initial Date TxDOT Initial Date Utility STATEMENT COVERING UTILITY CONSTRUCTION CONTRACT WORK (AS APPEARING IN ESTIMATE) Form ROW.Udj8 (Rev. 10/20} Page 1 of I U-Number: N/A Utility ID: U00018402 ROW CSJ Number: 0195-03-074 District: Dallas County: Denton Federal Project No.: N/A Highway No.: 1H 35 , a duly authorized and qualified representative of , hereinafter referred to as Owner, am fully cognizant of the facts and make the following statements in respect to work which will or may be done on a contract basis as it appears in the estimate to which this statement is attached. It is more economical and/or expedient for Owner to contract this adjustment, or Owner is not adequately staffed or equipped to perform the necessary work on this project with its own forces to the extent as indicated on the estimate. Procedure to be Used in Contracting Work E E A. B. Solicitation for bids is to be accomplished through open advertising and contract is to be awarded to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. Associated bid tabulations will be provided to the State. Solicitation for bids is to be accomplished by circulating to a list of pre-qualified contractors or known qualified contractors and such contract is to be awarded to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. Associated bid tabulations will be provided to the State. Such presently known contractors are listed below: 1 2. 3 4 5 Mountain Cascade SJ Louis Oscar Renda n C.The work is to be performed under an existing continuing contract under which certain work is regularly performed for Owner and under which the lowest available costs are developed. The existing continuing contract will be made available to the State for review at a location mutually acceptable to the Owner and the State. If only part of the contract work is to be done under an existing contract, give detailed information by attachment hereto. a D.The utility proposes to contract outside the foregoing requirements and therefore evidence in support of its proposal is attached to the estimate in order to obtain the concurrence of the State, and the Federal Highway Administration Division Engineer where applicable, prior to taking action thereon (approval of the agreement shall be considered as approval of such proposal). n E.The utility plans and specifications, with the consent of the State, will be included in the construction contract awarded by the State. In the best interest of both the State and the Owner, the Owner requests the State to include the plans and specifications for this work in the general contract for construction of Highway in this area, so that the work can be coordinated with the other construction operations; and the construction contract is to be awarded by the State to the lowest qualified bidder who submits a proposal in conformity with the requirements and specifications for the work to be performed. If this option is chosen, attach form ROW-U-48-1, the terms of which are incorporated herein by reference. Signature Title Date Form ROW-U-35 (Rev. 10/20) Page 9 Attachment “E“ Utility Joint Use Agreement – (ROW-U-JUA) and/or Utility Installation Request – (Form 1082) [] Utility Joint Use Agreement (ROW–U–JUA) XI Utility Installation Review/Permit Number: DAL202304251 10214 and DAL20230424135832 Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev. 10/20) Page 10 Attachment “F“ Eligibility Ratio Eligibility Ratio established: 100 % D N Non-interstate Highway (Calculations attached) Interstate Highway ROW Utility Manual Chapter 8, Section 2 In developing the ratio, line length or number of poles is restricted to facilities located within the existing and proposed highway right of way. Facilities located outside the existing and proposed right of way limits will not be used in developing the ratio. Please see example of eligibility ratio calculations below. In Easement (Eligible) Existing # of Poles or LF In Public ROW (Ineligible) Existing # of Poles or LF Plan Sheet or Page# 84 90 238 412Totals Total Existing # of Poles or LF :jjqjble Total Existing # of Poles or LF (tnel6 ible Total Existing # of Poles or LF Total Existing # of Poles or LF (Eligible) divided by the Total Existing # of Poles or LF 412 503 915 45.03% Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev. 10/20) Page 11 Attachment “G“ Betterment Calculation and Estimate H N n Elective Betterment Ratio established: % (Calculation attached and justification below) Forced Betterment (Provide supporting documentation) Not Applicable Elective betterment justification statement: See narrative description and supporting documents, next pages. Initial Date TxDOT Initial Date Utility Form ROW-U-35 (Rev. 10/20) Page 12 Attachment “H“ Proof of Property Interest [X Supporting documentation of compensable property interest that establishes reimbursement eligibility as referenced in Texas Transportation Code 5203.092. [] Property interest documented through applicable affidavits and required attachments. [] ROW-U-Affidavit XI The roadway improvement project is designated as an Interstate Highway project; therefore, no supporting documentation of compensable interest is required. Initial Date TxDOT Initial Date Utility