R-92-1704 - 3/12/1992RESOLUTION NO. 1
WHEREAS, Williamson County has equipment and personnel available
to, from time to time, assist the City in certain road and drainage
projects, and
WHEREAS, Williamson County and the City have determined that it
would be economical and efficient and in the best interest of both
governmental entities for the County,to assist the City in certain
projects and for the City to reimburse the County for costs incurred,
and
WHEREAS, a Interlocal Agreement has been prepared providing for
said cooperation, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City a Interlocal Agreement with Williamson County, a
copy of said agreement being attached hereto and incorporated herein
for all purposes.
RESOLVED this 12th day of March, 1992.
ATTEST:
RS03122A
LAND, City Secretary
2ia „IL
MIKE ROBINSON, Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
WITNESTH
INTERLOCAL AGREEMENT
This Agreement is made and entered into by WILLIAMSON COUNTY,
TEXAS, a political subdivision of the State of Texas with its offices
located at the County Courthouse, Georgetown, Texas, hereinafter
referred to as the "County ", and the City of Round Rock, Texas, a
political subdivision of the State of Texas having its offices located
at 221 East Main Street, Round Rock, Texas, hereinafter referred to as
the "City ", each acting by and through its duly elected officials:
WITNESSETH:
WHEREAS, the County is desirous of cooperating with the City on
the improvement, maintenance or construction of various road and
drainage projects within the city limits of Round Rock; and
WHEREAS, the City has determined that it would be in the best
interest of the City for the County to cooperate with the City to
improve, maintain or construct various road and drainage projects
within the city limits and for the City to reimburse the County for
the costs of performing the above - described work; and
NOW THEREFORE, it is mutually agreed as follows:
1 .
TERM OF AGREEMENT
The term of the agreement shall commence on the date both parties
have signed the agreement and shall continue in full force and effect
until the 30th day of September, 1992, unless earlier terminated by
thirty x (30) days written notice from either party to the other;
provided that this agreement will be automatically renewed for
successive one year terms until either party terminates same by thirty
(30) days written notice to the other at any time.
II.
SERVICES TO BE PERFORMED
This agreement shall govern the improvement, repair, maintenance,
construction or any other work which the County is able to provide for
road and drainage projects located within the city limits of Round
Rock, Texas.
III.
COUNTY REPRESENTATIVE
The Commissioner's Court of Williamson County hereby designates
the Commissioner of the precinct in which the requested services are
to be performed to serve as the representative and agent for the
County.
Iv.
CITY REPRESENTATIVE
The City Manager is hereby designated as the agent and
representative of the City. The designated representative shall be
authorized to request performance of service as set forth in this
agreement if the total dollar amount of the requested work is
$5,000.00 or less. Any request made by the designated agent in
accordance with this agreement shall bind the City as fully as if such
request had been made by specific action of a voting majority of the
City Council of Round Rock.
V.
REQUESTS FOR SERVICE
The City's agent may request the County to perform the work as
described in this agreement on any projects located within the city
2.
limits where the cost of the requested work is $5,000.00 or less.
Said request shall be made in writing and shall specify in detail the
nature of the service requested, the extent of the service requested,
and the time within which the City desires the service requested to be
commenced and to be completed.
VI.
AGREEMENT TO PERFORM SERVICE
Upon receipt of a request for service in
conformance with
Paragraph V hereof, the County shall promptly inform the City's
designated representative whether the County will perform the
requested service.
service, the agent
If the County's agent agrees to perform
setting forth in detail the nature of the
extent of the service requested, and the
services are to be commenced and to be completed.
3.
time
the
shall cause to be prepared a written work order
service requested, the
within which the
The County shall
not be obligated to perform any service under this agreement unless
and until the written work order described in this paragraph has been
signed by the City's agent. However, the performance of any service
requested pursuant to this agreement prior to or without the signing
of a written work order shall not relieve the City of the obligation
to pay for said service as provided in this agreement. The terms of
a written work order signed by the City's agent shall control over any
oral or prior written request for service.
VII.
PERFORMANCE OF SERVICE
Upon execution of a written work order prepared by the County's
agent, as described in Paragraph VI hereof, the County shall perform
the service set forth in such work order. Such service shall be
performed to the same standard and using the same quality of materials
as is performed on County projects of similar size, use, and
construction. The County shall furnish all personnel, equipment, and
materials necessary to perform the services set forth in each work
order, except when otherwise provided herein.
VIII.
NO WARRANTIES
NEITHER THE AGREEMENT TO PERFORM NOR THE PERFORMANCE OF ANY
SERVICE, PURSUANT TO THIS CONTRACT OR ANY WRITTEN WORK ORDER PROVIDED
FOR IN THIS CONTRACT SHALL CREATE OR CONSTITUTE ANY WARRANTY THAT SUCH
WORK IS•PERFORMED IN A GOOD AND WORKMANLIKE MANNER, THAT SUCH WORK IS
FIT FOR ITS INTENDED PURPOSE, OR ANY WARRANTY WHATSOEVER, EXPRESS OR
IMPLIED.
IX.
COMPENSATION
For the services herein agreed to be performed, the City shall
pay the County the actual cost to the County for all personnel
employed in the performance of the maintenance or repair and all
materials incorporated into the maintenance or repair. The actual
cost of personnel for each person performing services under this
contract shall be the actual hourly wage paid by the County to each
employee plus all "fringe benefits" ordinarily paid by the County to
such person at the time the work is performed, including but not
limited to insurance and retirement, on the day of performance,
multiplied by the number of hours elapsing from the time an employee
is dispatched to the job site hereunder until his return to his
customary job station or other work site, provided, however, that any
fractional portion of an hour during the time elapsed shall be counted
4.
as a full hour for purposes of calculating the time elapsed and
provided further that in no event shall the calculation of time
elapsed include any period of time during which or for which the
County is not obligated to pay the employee.
The actual cost of materials shall be the price per unit of
materials set forth in the most recent contract of the County for the
acquisition of such materials, multiplied by the total units of
material or measurable fractional portions thereof actually
incorporated into or expanded during the performance of services
pursuant to this agreement.
The hourly rates for operation of equipment is set forth on
Exhibit "A ", attached hereto and incorporated by reference. The City
shall pay County at the hourly rates for each hour of operation of the
equipment shown in Exhibit "A" in the performance of services pursuant
to this agreement; provided, however, that any fractional portion of
an hour of operation shall be treated as a full hour for purposes of
calculating the charge for equipment.
Upon the completion of the service detailed in each work order,
the County will send to the City a statement showing the amount of
compensation due it for service performance pursuant to such work
order. The amount of compensation on each statement shall be due in
full within ten (10) days after the date of the statement.
X .
INDEMNITY
The County shall not be liable or responsible for and shall be
saved and held harmless by the City, and the City agrees to indemnify
the County, its officers, agents and employees, from and against any
and all claims, losses, damages, causes of action, suits, and
5.
liability of every kind, including all expenses of litigation, court
costs and attorneys fees, for injury to or death of any person, or for
damage to any property arising out of or in connection with the work
performed under this agreement. Such indemnity shall apply where the
claims, losses, damages, causes of action arise in whole or in part
from the negligence of the County.
XI.
NO OBLIGATION
Nothing herein shall be construed to require the County to accept
a request from the City to perform service. The County is free, at
its option, to contract with any third party for all or part of the
services outlined in this agreement. The County is also free, at its
option, to accept or reject any request to perform services hereunder,
provided, however, that upon execution by the City's agent of a work
order prepared by the County's agent, the County shall be obligated to
perform the work detailed in such work order and shall not be excused
from the performance of such work without the written agreement of the
City's agent excusing the work order, except as otherwise provided
herein, or as provided by law.
%II.
FORCE MAJEURE
In the event that the performance by the County of any of its
obligations or undertakings hereunder shall be interrupted or delayed
by any occurrence not occasioned by its own conduct, whether such
occurrence be an act of God or the common enemy or the result of war,
riot, civil commotion, sovereign conduct, or the act or conduct of any
person or persons not a party or privy hereto, then it shall be
excused from such performance for such period of time as is reasonably
6.
necessary after such occurrence to remedy the effects thereof.
XIII.
VENUE AND CHOICE OF LAW
The obligations and undertakings of each of the parties to this
agreement have been entered into in Williamson County, Texas, and
venue shall lie there. This agreement shall be governed by and
construed in accordance with the law of the State of Texas.
XIV.
ENTIRETY OF AGREEMENT AND MODIFICATION
This instrument contains the entire agreement between the parties
relating to the rights herein granted and the obligations herein
assumed. Any prior agreements, promises, negotiations, or
representations not expressly set forth in this agreement are of no
force or effect. Any oral representations or modifications
concerning this agreement shall be of no force or effect, excepting a
subsequent modification in writing signed by the party to be charged
and expressly authorized by the governing body of such party. No
official, representative, employee, or agent of the the County has any
authority to modify or amend this contract except pursuant to specific
authority to do so granted by the Commissioners Court of Williamson
County.
xv.
NON - ASSIGNMENT OF RIGHTS
No assignment of this agreement or of any right accruing
hereunder shall be made in whole or in part by the City without the
prior written consent of the County.
7.
XVI.
SUCCESSORS AND ASSIGNS
This agreement shall be binding upon and inure to the benefit of
the successors, successors in office, and assigns of the respective
parties hereto.
xvII.
NOTICE
Any notice to be given hereunder by either party to the other
shall be in writing and may be effected by personal delivery in
writing or registered or certified mail, return receipt requested when
mailed to the proper party, at the following addresses:
WILLIAMSON COUNTY:
THE CITY OF ROUND ROCK:
County Judge, Williamson County
Honorable John C. Doerfler (or his successor in office)
Williamson County Courthouse - 2nd Floor
Georgetown, Texas 78626
City Manager Bob Bennett
221 East Main
Round Rock, Texas 78664
Each party may change the address for notice to it by giving notice of
such change in accordance with the provisions of this paragraph.
%vim
COMPUTATION OF TIME
When any period of time is referred to in this agreement or in
any work order prepared and executed hereunder, it shall be computed
to exclude the first and include the last day of such period. If the
last day of any such period falls on a Saturday, Sunday, or a day made
a legal holiday by the County or the City, such day shall be omitted
from the computation.
8.
XIX.
HEADINGS
The headings at the beginning of the various provisions of this
agreement have been included only in order to make it easier to locate
the subject covered by each provision and are not to be used in
construing this agreement.
XX.
NUMBER AND GENDER DEFINED
As used in this agreement, whenever the context so indicates, the
masculine, feminine, or neuter gender and the singular or plural
number shall each be deemed to include the others. (y
DATED THIS a day of :Q1(111/ , 19 92,
ATTEST:
AO
By: ditiOLId ' ftidL///.
Jnne Land City Secretary
9.
WILLIAMSON COUNTY
By:
By: ypin,. C.
J n C. Doerfler
Wi 1iamson Count Judge
CITY OF ROUND ROCK
Mike Robinson, Mayor
HOURLY RATE
SIZE EOUIP. ONLY
PROPOSED EQUIPMENT RENTAL RATES FOR ROAD MAINTENANCE
TYPE OF EOUIPMENT
EXHIBIT
EXHIBIT "A"
MOTOR GRADERS CLASS I $17.54
CLASS II $29.47
CLASS III $30.51
CLASS IV $34.06
COMPACTION - ROLLERS 6 -9 TONS $ 5.61
9 -12 TONS $14.72
15 -25 TONS $35.98
LOADERS 1.5 - 2 YD $24.78
2 YD $34.31
2.5 -3 YD $46.85
3 YD $47.03
BACKHOE 65 H.P. $18.97
DOZERS TO 100 H.P. $14.06
105 -130 H.P. $32.90
135 -200 H.P. $45.90
EXCAVATORS 5/8 BUCKET $25.03
7/8 BUCKET $46.34
PAVERS 8 FT SCREEN $13.36
ASPHALT DISTRIBUTOR 1750 GALLON $14.72
STABILIZER 300+ H.P. $293.89
HYDRAULIC CRANE WITH TRUCK $40.34
PAVEMENT BROOM $12.21
TRACTOR INDUSTRIAL $6.56
WATER TANKERS W /TRK 1,500 GALLONS $16.27
2,500 GALLONS $15.47
CHIP SPREADER 14 FT 140 H.P. $42.45
SAND SPREADER PTO DUMP BODY $6.15
PICKUP TRUCKS /JEEP 4x2 1/2 TON (GAS) $5.78
4x2 3/4 TON (GAS) $6.44
4x2 1 TON (GAS) $7.60
4x2 3/4 TON (DIESEL) $4.83
4x2 1 TON (DIESEL) $5.55
4x4 JEEP (GAS) $6.17
HOURLY RATE
TYPE OF EOUIPMENT SIZE EOUIP. ONLY
MOWERS - PTO POWERED
BRUSH CHIPPER (GAS)
STRIPERS
SMALL TOOLS
TRUCKS
TRAILERS
ROTARY (SIDED MOUNTED)
TOWED 6.5 FT 55 H.P.
BAR CUTTER (SIDE MOUNTED) 6 FT
161 H.P. 8 INCH $16.61
WALK BEHIND 1 LINE 6 H.P.
SELF PROPELLED -
3 LINE 120 GALLON 50 H.P.
$1.34
HAUL GVW 50,000
FLAT BED GVW 24,000
6 C.Y. 4x2
12 C.Y. 6x4
$9.10
$1.37
$3.31
$25.97
PORTABLE AUGER $0.66
PORTABLE TAMPER $2.08
$26.80
$10.98
$14.24
$28.14
2 AXLE GOOSENECK $4.69
2 AXLE TOW 3 TON $1.34
3 AXLE TOW 9 TON $2.17
2 AXLE TOW 6 TON $2.30
2 AXLE FOLDING GOOSENECK 40 TON $10.92
3 AXLE FOLDING GOOSENECK 60 TON $16.52
WATER 12,000 GALLON $25.54
BOTTOM DUMP 20 C.Y. $17.46
Source: Blue Book Rental Rates, compiled by Dataquest Inc. 1989.
NOTE: Equipment not listed above shall be agreed upon by both parties
prior to project start -up. Hourly rate for this equipment will
be determined at that time.
2.
DATE: March 10, 1992
SUBJECT: City Council Meeting, March 12, 1992
ITEM: 9.A. Consider a resolution authorizing the Mayor to
enter into a Inter -local Governmental Agreement with
Williamson County.
STAFF RESOURCE PERSONS: Steve Sheets /Jim Nuse /Sharon Prete
STAFF RECOMMENDATION:
The attached blanket inter -local agreement will allow cooperation
between the City and Williamson County relative to road and
drainage projects.