Loading...
HomeMy WebLinkAboutResolution - 6075 - Agreement - TXDOT - Streetscape Improvements, Cost Sharing - 10_22_1998Resolution No. 6075 Item No. 31 October 22, 1998 RESOLUTION WHEREAS, the City Council of the City of Lubbock deems it to be in the best interests of the citizens of the City of Lubbock to participate in the Texas Department of Transportation's Landscape Cost Sharing Program for Streetscape improvements at 19t' Street and the IH 27 West Frontage Road; NOW THEREFORE: BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock an "Application for Landscape Cost Sharing Program;" an Agreement with the Texas Department of Transportation to participate in such program; and any other related documents in connection with Streetscape improvements at 19'' Street and the IH 27 West Frontage Road. Said Application and Agreement are attached to this Resolution and shall be a part hereof as if fully set forth herein in detail. Passed by the City Council this 220d_ day of _October , 1998. WINDY SI ON, MAYOR ATTEST: AMP kaj�j Darnell, City Secretary APPROVED AS TO CONTENT: im B am, Managing Director of Shatejc Planning APPROVED AS TO De6ald G. Vandiver, First Assistant Attorney Ddres/lanscape.res.doc October 2, 1998 THE STATE OF TEXAS § COUNTY OF TRAVIS § THIS AGREEMENT is made by and between the State of Texas, acting by and through the Texas Department of Transportation, hereinafter called the "State", and the City of Lubbock, acting through its duly authorized officials, as evidenced by Resolution or Ordinance Number 6075 , dated October 22 ,1998, hereinafter called the "City". WITNESSETH WHEREAS, the State owns and maintains a system of highways, including IH 27 and US 62, in Lubbock County, Texas, for public use and benefit; and WHEREAS, the City has requested State participation in a 1999-2000 Landscape Cost Sharing Program project along US 62, at the IH 27 west frontage road in Lubbock, hereinafter called the "Project"; and WHEREAS, the City has committed to cooperating with the State by providing a total non -cash contribution of $49,825.00 toward the completion of the Project, which sum represents the agreed, fair -market value for providing all labor, equipment and incidentals to install curbing and irrigation, and labor and incidentals to install furnished plant material and landscape pavers; and WHEREAS, Texas Transportation Commission Minute Order 1070931 dated 2, February,1997 authorizes the State to cooperate with the City in the development of the Project by providing State funds which will be used to purchase the plant material, irrigation materials, concrete and the landscape pavers in accordance with the Project Design Plan; 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: Page 1 of 7 Resolution No. 6075 Item No. 31 October 22, 1998 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. ARTICLE 2. Project Design Plan. The City shall prepare and furnish the Project Design Plan. The Project Design Plan shall be incorporated into this Agreement by reference. ARTICLE 3. Project Funding. The total estimated cost of the Project is $96,075.00, and shall be funded jointly by the State and the City. State funds in an amount estimated not to exceed $46,250.00 will be utilized to purchase all landscape plant material, irrigation materials, concrete and the landscape pavers. The City's total non -cash contribution is $49,825.00 and represents the agreed, fair -market, non -cash value for labor and equipment to install plant material, irrigation system, concrete curb and gutter, and landscape pavers supplied by the State. 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. 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 obligation hereunder. Page 2 of 7 3. Furnish all labor, equipment and incidentals required to install furnished landscape plant material, irrigation system, concrete curb and gutter, and landscape pavers supplied by the State. 4. Furnish, erect and maintain any barricades, signs 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 traveling public while performing any work on the project under this agreement. 5. Maintain the project for a period of 24 months according to the Landscape Cost Sharing Program. 6. After the required maintenance for the Landscape Cost Sharing Program, the City agrees to take over long term maintenance of the project. B. The State agrees to: 1. Obligate State funds in the amount of $46,250.00 which will be utilized to purchase the following approximate quantities materials: 5 Lb. 16d Duplex nails, bright. 2 Lb. 8d nails, bright. 12 Rolls tie wire, 16 gage, 4 Lb. Rolls. 1 Roll Duct Tape, (2" x 60'►. 300 EA rebar chairs, 2" plastic. 140 EA dowels, #6 deformed, 6" long. 8 EA dowels, #6 smooth, 18" long w/sleeve. 10 Gal. Curing compound, clear. 10 SF expansion joint material, '/2" thick. 2 Rolls string, nylon, #36 x 225' long. 10 EA 2"x4"x8', #2 grade (or better), straight. 2 EA 2"x4'x16', #2 grade (or better), straight. 2 EA 2"x6"x16', #2 grade (or better), straight. 40 EA 2"x12"x10', #2 grade (or better), straight. 4 EA plywood, 4'x8'x1 /4" BCX (or better). 100 EA wooden stakes for concrete forms 1 "x2"x18". 4 EA 1 " Inside diameter. pipe, 8' or 10' joints. 8 EA Trees, dug up, moved, and re -planted. 23,000 EA Brick Pavers, Acme Brick, TUP - 20 (brownish). 69,000 EA Brick Pavers, Acme Brick, TUP - 2 (reddish color) 250 CY Sand, masonry. 25 CY Concrete, Class A, 3000 psi (min) @ 28 days [5 sack (min.), 6.5 gallons water (max.), 4" slump (max.)] with Fibermesh and 5% air. Page 3 of 7 2000 LF 20 LF 200 LF 1 EA 1 EA 2 EA 3 EA 17 EA 1 EA 18 EA 32 EA 1 EA 1 EA Rebar, #4 deformed. PVC Pipe, All polyvinyl chloride pipe shall be Class 200, SDR 21 unplasticized polyvinyl chloride, Type 1, Grade 1. Polyethylene Line, All polyethylene line shall be %" with 0.710" Outside dia. And 0.610" Inside diameter. Valve, Quick Coupler Valve, Rainbird 44Rc or approved equal. Double check valve with double ball valves (back flow prevention). Watts Series 805Y or approved equal. Zone valve. Spars Ball Valve 2339-010. True union style. Valve box, Brooks model 1419 or approved equal. Emitters: Tubing Fittings, compression tubing fittings, %" Inside dia. Tee - Agricultural Products 710 C3T or approved equal. Tubing Fittings, compression tubing fittings, %" Inside dia. Connector - Agricultural Products 710 CC/RCC or approved equal. Tubing Fittings, compression tubing fittings, '/4" Inside dia. Hose Closure, Agricultural Products 700-AP8 or approved equal. Drip emitter, Hardie Turbo -Key SC #DPJ08, 2GPH Pressure Regulator, Watts #PTPR 10, 10 psi closed. Ring Filter, Arkal or approved equal. 2. Prepare and submit requisitions for landscape material in accordance with existing statutes relating to the purchase of material with State funds. 3. Furnish material, after receipt, to the City. 4. Cooperate with the City to determine requirements for barricades, signs and traffic handling devices to be used by the City during the installation and maintenance of the Project. Page 4 of 7 ARTICLE 5. Overruns/Underruns. The State will make recommendation of award for the bid or bids received for required landscape material as follows: 1. If, after receiving bids for required landscape material, the cumulative total of the lowest bid or bids exceeds $46,250.00, the State, in order to insure that available State funds are not exceeded, and at its sole option, may reject any or all bids, revise the quantity of materials to be furnished and resubmit the bids. 2. If, after receiving bids for required landscape material, the cumulative total of the lowest bid or bids does not exceed $46,250.00, the State will recommend award of the bid or bids. Unless, in the sole opinion of the State, it is determined that the furnishing of additional materials with any remaining State funds is in the best interest of the Project, the State will not purchase materials in excess of the quantity requested by the City in the City's proposal and as shown in the Project Design Plan as would be necessary to insure the full amount of State funds obligated for this Project is expended. 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 5 of 7 ARTICLE 10. Insurance. At the time of execution (signature) of the Agreement by the City, the City shall attach 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 (TxDOT Form 20.102), and label such documentation EXHIBIT A. 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, (TxDOT Form 20.102), and shall insure the contractors maintain such insurance during the term of the Agreement. ARTICLE 11. Gratuities. Texas 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 Texas Department of Transportation Executive 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 here above. 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. Page 6 of 7 D. By satisfactory completion of all services and obligations described herein. Should the City terminate this Agreement, as prescribed here above, 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 LUBBOCK The Honorable Windy Sitton Mayor City of Lubbock ATTEST: Kayt i Darnell, City Secreta APPROVED AS TO CONTENT: THE STATE OF TEXAS Certified as being executed 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 District Engineer Lubbock District Date: O Z y r� Jim "rtm, Director of Strategic Planning APPROVED AS TO FORM: Dona G. Vandiver, First Assistant City Attorney Page 7 of 7