Res 1885 11/27/1976w
RESOLUTION NO. gai/
RESOLUTION AUTHORIZING CITY MANAGER TO EXECUTE
AN AGREEMENT BETWEEN THE STATE OF TEXAS AND THE
CITY OF WICHITA FALLS PROVIDING FOR CERTAIN
IMPROVEMENTS ON CALL FIELD ROAD AND MIDWESTERN
PARKWAY
WHEREAS, the Board of Aldermen has previously approved
this project as evidenced in the acceptance of Minute Order 69334
dated November 1 , 1974 and Minute Order 70260 dated August 1 , 1975,
which would provide for the improvement of Midwestern Parkway from
McNiel to Maplewood and,
WHEREAS, the increased capacity provided by these improve-
ments will provide beneficial traffic flow improvements for the traveling
public of the City of Wichita Falls,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF
THE CITY OF WICHITA FALLS, TEXAS, THAT:
That certain Agreement, •a copy of which is attached hereto,
between the State of Texas, acting through the State Department of Highways
and Public Transportation and the City of Wichita Falls, Texas, providing for
the modernization of Midwestern Parkway from McNiel Avenue to Maplewood
Avenue, is hereby approved, and the City Manager is authorized to execute
the same for the City.
PASSED AND APPROVED TH I SpaEL(DAY OF4e,"0414, 1976.
MAYOR
ATTEST:
p r
City Clerk
Wichita County
M A024(1 )
M 9023(2)
M 9023(4)
MUNICIPAL CONSTRUCTION AND MAINTENANCE AGREEMENT
STATE OF TEXAS
COUNTY OF WICHITA
THIS AGREEMENT made this day of 1976,
by and between the State of Texas, hereinafter referred to as the "State",
Party of the First Part, and the City of Wichita Falls, Wichita County, Texas,
acting by and through its duly authorized officers under a resolution passed
the day of 1976, hereinafter called the
City", Party of the Second Part.
WITNESSETH
WHEREAS, the State and the City wish to cooperate as evidenced in Minute
Order 69334 dated October 1 , 1974, and Minute Order 70260 dated August 1 , 1975,
in the modernization of Midwestern Parkway from McNiel Avenue to Maplewood
Avenue, a distance of 1 .104 miles. The improvements will include improving
the signalization and channelization at the intersection of Midwestern Parkway
and Kemp Boulevard and the intersection of Midwestern Parkway and Maplewood
Avenue, as well as the reconstruction of the existing roadway from McNiel _
Avenue to Kemp Boulevard and the construction of additional lanes and median
from Kemp Boulevard to Maplewood Avenue.
1 - 9
WHEREAS, the proposed work is to be accomplished as an urban project
being part of the Federal-Aid Urban System as set forth in the 1973 Federal-
Aid Highway Act. The project shall be constructed in accordance with "Exhibit
A", Plans and Specifications, attached hereto and made a part thereof.
AGREEMENT
NOW, THEREFORE, in consideration of the premises and of the mutual
covenants and agreements of the parties hereto to be by them respectively
kept and performed, as hereinafter set forth, it is agreed as follows:
PROJECT AUTHORIZATION. It is understood and agreed between the parties
hereto that the City by virtue of the provisions of its charter. and the laws
of the State of Texas has primary responsibility for control over all streets
and public ways within the incorporated limits of such city, unless otherwise
modified by law or agreement, and that the City has requested and consented
to the construction of the project, and the State in construction of such
project does so at the special instance and request of the City. The City,
in consideration of the mutual covenants herein contained, does hereby agree
to and does hereby authorize the State to install signalization and modernize
the roadway in the agreed on manner shown on the construction plans. It is
mutually agreed that as the project is developed to the construction stage,
both parties shall have approved plans by signature approval thereon.
2 - 9
CONSTRUCTION RESPONSIBILITIES.
The City will :
1) Provide for the adjusting of all utilities as may be required.
2) Maintain and operate the traffic signal installation at the inter-
section of Midwestern Parkway and Kemp Boulevard and at the inter-
section of Midwestern Parkway and Maplewood Avenue, and the City
will maintain and operate all the facilities constructed on
Midwestern Parkway from McNiel Avenue to Maplewood Avenue, and the
City will be responsible for all costs incident thereto.
3) Regulate traffic, prevent encroachment on the right of way and
prohibit all parking as provided in the Texas MUTCD.
4) Adopt and enforce such ordinances and regulations as may be necessary
for proper operation of the complete project.
The State will :
1 ) Prepare construction plans and specifications.
2) Provide for the modernization and/or installation of the requested
traffic signals.
3) Provide for the roadway improvements and
4) Be responsible for the construction of pavement and its support,
which includes grading, surface, and curb, and provide for the
installation of underground and ground contact items of the traffic
signals including conduit, pull boxes, traffic signal controller
foundation and signal pole foundations, all in accordance with the
plans and specifications. All the remaining construction activities
connected with the modernization and/or installation of the traffic
signals will be done by the City. The State will pay to the City
3 - 9
the cost of said construction on a "Force Account" basis, the specifics
to be stated under Special Conditions.
SPECIAL CONDITIONS. The State will reimburse the City for the cost of
construction of specific traffic signals at the intersections as shown, listed in,
and as to location and manner of construction, as shown therein, and described
in the plans and specifications, "Exhibit A", under a "Force Account" basis.
Under said "Force Account", payment to the City will be made as follows:
1 . The State will reimburse the City for properly supported costs of materials
only incurred in the adjustment of their facilities under the terms and
conditions of this agreement. Labor and equipment rental expenses will
be furnished by the City free of cost to the project. Cost incurred
prior to the issuance of a written "Work Order" by the State will not be
reimbursed. Reimbursement will be made by the State to the City for •
materials and traffic signal equipment provided the City has paid from
City funds their obligations covering items of costs billed. The City
will install all signal equipment and materials for the complete signal
control systems as required by the plans at no cost to the project.
The State will pay to the City as follows:
a. Periodic Partial Payments: If the City so elects, the
State will make payments monthly as partial payments which
must include properly prepared and executed Form 132 and a
billing summarizing costs by each classification of costs
4 - 9
showing description, quantity, unit price, extensions and
total .
b. Final Billing: Upon completion of the project and final
acceptance of the project by the State, if the City so
elects, the State will make one payment when all work is
completed and the City has submitted a final and complete
billing of all costs. This billing must include properly
prepared and executed Form 132 and a final bill summarized
by each classification of costs showing description,
quantity, unit price with extensions and total .
Unsupported charges or charges after final acceptance by the State will
not be considered eligible for reimbursement. Prior to final payment
an audit of the records supporting the costs claimed will be made.
These records must be made available to authorized representatives of
the State and other agencies involved in the funding of this project
during the normal workday. All records relating to this project must
be maintained by the City for 3 years after receipt of final payment
from the State as required by Volume 1 , Chapter 6, Section 2 of the
Federal Aid Highway Program Manual .
2. The City will purchase all major items of equipment and materials,
such as traffic signal controllers, traffic signal poles, traffic
signal heads, vehicle detectors, conduits, multiple conductor cable
and single conductor wire, and any other items of equipment necessary
for the proper installation of the signal systems, on competitive bids
5 - 9
from at least two competent and reputable suppliers. On other items
of equipment and material , normally carried in stock by the City, the
use of City stock items will be satisfactory and the State will
reimburse the City for the cost of such items, provided (1 ) these items
were purchased on competitive bids obtained from at least two competent
and reputable suppliers, (2) the cost of such stock items, as evidenced
by paid invoices, is less than the cost of similar items which would
normally be bought at the present time on competitive bids, and (3)
provided the State shall have given prior approval to the use of these
items. All equipment and materials used for the work shall be new and
undepreciated items purchased at the low bid price submitted by approved
bidders for the equipment or materials involved.
3. The State shall make suitable, frequent, and complete inspections of
all materials, equipment, and the work of installation to determine
and permit certification that the project and its components meet
all applicable requirements of the plans and specifications for the
purpose of constituting a complete traffic signal control system,
in suitable condition for operation and maintenance by the City after
its completion. The State and the City will cooperate to provide for
inspections as required by agencies of the United States Government
in administering the provision of the Federal-Aid Highway Act of 1968
regulations applicable to this Act or subsequent Acts.
6 - 9
4. The City will provide opportunities, facilities, and representative
samples to enable the State to carry on suitable, frequent and complete
inspection of all materials, equipment and installation methods,
sufficient to afford determination and certification by the State
that all parts of the installations and the component materials and
equipment comply with the requirements of the approved plans and
specifications. The State will promptly notify the City of any
failure of materials, equipment or installation methods to meet the
provisions of plans and specifications, and the City will take such
measures as necessary to obtain acceptable systems, components and
installation procedures without delay.
5. All equipment and materials salvaged from existing signal and control
installations at the locations shown in "Exhibit A" shall be removed
by the City from their present locations and shall become the property
of the City.
6. The City will return any and all parts of the equipment and materials
in the system covered by this agreement to the State should they be
removed by the City for any reason other than for installation on a
State or Federal numbered highway route at a location approved by the
State.
7. The City will comply with the Special Provision "Specific Equal
Employment Opportunity Responsibilities" (000---1968) and Required
Contract Provisions, Federal-Aid Construction Contracts (Form PR-1273,
September, 1975) included in the specifications for the project.
7 - 9
8. The City will pass and enforce any ordinances and regulations necessary
to prohibit parking and to provide for traffic operations in
accordance with proper and effective utilization of the traffic
signal and control system.
9. The City will maintain its existing traffic engineering department
which is capable of operating, and maintaining the improvements
covered by this agreement in a manner satisfactory to the State.
10. It is mutually agreed that both parties hereto shall be bound to the
provisions of Title 49, Code of Federal Regulations, Part 21 , which
was promulgated to effectuate Title VI of the Civil Rights Act of
1964.
In the event the terms of this Agreement are in conflict with the provisions of
any other existing Agreement and/or Contracts between the City and the State,
this Agreement shall take precedence over the existing Agreements and/or
Contracts.
8 - 9
IN TESTIMONY WHEREOF, the parties hereto have caused these presents to be
executed in triplicate on the day above stated.
ATTEST:CITY OF WICHITA FALLS
By
City Clerk City Manager
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 pro-
grams heretofore approved and author-
ized by the State Highway and Public
Transportation Commission:
APPROVED AS TO FORM: . By
Engineer-Director
Executed and approved for State Highway
and Public Transportation Commission
under authority of Commission Minute
City Attorney Order No. 70104, dated June 20, 1975.
RECOMMENDED FOR APPROVAL:
District Engineer
Chief Engineer of Highway Design
Chief Engineer of Maintenance Operations
Director, Finance
9 - 9