Loading...
CP 2012-04-24City Council City of Coppell, Texas Meeting Agenda 255 Parkway Boulevard Coppell, Texas 75019-9478 Council Chambers5:30 PMTuesday, April 24, 2012 DOUG STOVER MARSHA TUNNELL Mayor Mayor Pro Tem TIM BRANCHEAU BILLY FAUGHT Place 1 Place 5 BOB MAHALIK MARVIN FRANKLIN Place 2 Place 6 BRIANNA HINOJOSA-FLORES KAREN HUNT Place 3 Place 7 CLAY PHILLIPS City Manager Notice is hereby given that the City Council of the City of Coppell, Texas will meet in Regular Called Session at 5:30 p.m. for Executive Session, Work Session will follow immediately thereafter, and Regular Session will begin at 7:30 p.m., to be held at Town Center, 255 Parkway Boulevard, Coppell, Texas. As authorized by Section 551.071(2) of the Texas Government Code, this meeting may be convened into closed Executive Session for the purpose of seeking confidential legal advice from the City Attorney on any agenda item listed herein. The City of Coppell reserves the right to reconvene, recess or realign the Work Session or called Executive Session or order of business at any time prior to adjournment. The purpose of the meeting is to consider the following items: 1.Call to Order 2.Executive Session (Closed to the Public) 1st Floor Conference Room Section 551.071, Texas Government Code - Consultation with City Attorney. A.Seek legal advice from the City Attorney and have discussion regarding potential to annex property north of Sandy Lake and east of MacArthur. B.Seek legal advice from the City Attorney concerning the settlement and land purchase agreements with the Billingsleys at Northlake. Page 1 City of Coppell, Texas Printed on 4/20/2012 April 24, 2012City Council Meeting Agenda Section 551.072, Texas Government Code - Deliberation regarding Real Property. C.Discussion regarding property purchases and matters concerning property located at Northlake. D.Discussion regarding property east of Denton Tap Road and north of Sandy Lake Road. 3.Work Session (Open to the Public) 1st Floor Conference Room A.Discussion regarding Regional Jail Facility. B.Discussion regarding the Citizen Satisfaction Survey. C.Discussion regarding City Council Retreat. D.Discussion of Agenda Items. 2007 Citizens Survey Results.pdfAttachments: Regular Session (Open to the Public) 4.Invocation 7:30 p.m. 5.Pledge of Allegiance 6.Consider approval of a proclamation naming Wednesday, April 25, 2012 as Administrative Professionals Day, and authorizing the Mayor to sign. Proclamation - Administrative Professional Day 2012.pdfAttachments: 7.Consider approval of a Proclamation naming April, 28, 2012 as Arbor Day, and authorizing the Mayor to sign. Arbor Day Proclamation.pdfAttachments: 8.Consider approval of a proclamation naming the month of May as Motorcycle Safety and Awareness Month and authorizing the Mayor to sign. Proclamation.pdfAttachments: 9.Consider approval of a proclamation naming May 2, 2012 as Jan Wagner-Adkinson Appreciation Day, and authorizing the Mayor to sign. Proclamation - Jan Wagner-Adkinson Appreciation Day.pdfAttachments: 10.Citizens’ Appearance 11.Consent Agenda A.Consider approval of the minutes: April 10, 2012. Page 2 City of Coppell, Texas Printed on 4/20/2012 April 24, 2012City Council Meeting Agenda Minutes for April 10, 2012.pdfAttachments: B.Consider approval of an ordinance to amend the Land Use Assumptions and the Capital Improvements Plan for Water, Wastewater, and Roadway Facilities by amending the City of Coppell Code of Ordinances, Chapter 17, Impact fees; and authorizing the Mayor to sign and execute any necessary documents. Impact Fee Study Ordinance Memo.pdf Impact Fee Study Ordinance.pdf Attachments: End of Consent Agenda 12.Consider award of Bid number Q-0312-01, to Nema 3 Electric, in the amount of $155,978.00, for the Andy Brown Jr. Community Park West Parking Lot Lighting; and authorizing the City Manager to execute Standard Fixed Price Construction Agreement and any other necessary documents. Staff memo.pdf Bid Recommendation.pdf Plan.pdf Contract.pdf Attachments: 13.Consider approval of the design modifications to the North Lake Dam contract with Freese and Nichols in the amount of $193,800.00; and authorizing the City Manager to sign and execute any necessary documents. Northlake Design contract Memo.pdf Northlake design contract.pdf Attachments: 14.Consider approval to award RFP 0112 Brand Equity Measurement to Hahn, TX in the amount of $50,500.00 and authorize the City Manager to execute the appropriate contract. Staff Memo.pdf Contract.pdf Attachments: 15.City Manager Reports Project Updates and Future Agendas. 16.Mayor and Council Reports Report by Mayor Stover regarding Earthfest, Bounce!, Kid Country and the Aquatic and Recreation Center Grand Re-Opening. 17.Council Committee Reports Page 3 City of Coppell, Texas Printed on 4/20/2012 April 24, 2012City Council Meeting Agenda A.Carrollton/Farmers Branch ISD/Lewisville ISD - Tunnell. B.Coppell ISD - Mahalik and Hinojosa-Flores. C.Coppell Seniors - Brancheau and Faught. D.Dallas Regional Mobility Coalition -Hunt. E.International Council for Local Environmental Initiatives (ICLEI) -Brancheau F.Metrocrest Hospital Authority -Tunnell. G.Metrocrest Medical Foundation - Mahalik. H.Metrocrest Medical Services - Hinojosa-Flores. I.Metrocrest Social Services - Franklin. J.North Texas Council of Governments - Tunnell. K.North Texas Commission - Hunt. L.Senior Adult Services - Franklin. 18.Public Service Announcements concerning items of community interest and no Council action or deliberation is permitted. 19.Necessary Action from Executive Session Adjournment ________________________ Douglas N. Stover, Mayor CERTIFICATE I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of the City of Coppell, Texas on this 20th day of April, 2012, at _____________. ______________________________ Christel Pettinos, City Secretary PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals makes requests for these services forty-eight (48) hours ahead of the scheduled program, service, and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (972) 462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989). Page 4 City of Coppell, Texas Printed on 4/20/2012 CITY OF COPPELL 2007 VOTER ATTITUDE SURVEY CUMULATIVE RESULTS PROJECT 11082006 RAYMOND TURCO & ASSOCIATES JANUARY 2007 __________________________________________________________________________ MY NAME IS ____________ AND I'M WITH RAYMAR RESEARCH. WE ARE NOT A DIRECT MARKETING FIRM AND THIS IS NOT A SALES CALL. WE ARE A PUBLIC OPINION RESEARCH FIRM, CONDUCTING A SURVEY ABOUT ISSUES IN YOUR COMMUNITY. WOULD IT BE ALL RIGHT IF I TOOK A FEW MINUTES OF YOUR TIME TO ASK YOU A FEW QUESTIONS? AREA (NORTH OF SANDY LAKE; EAST OF DENTON TAP) AREA I . . . . . . .40% (WEST OF DENTON TAP) AREA II . . . . . . .24% (SOUTH OF SANDY LAKE; EAST OF DENTON TAP) AREA III . . . . . .36% SHEET NUMBER ________ SEX MALE . . . . . . . .48% FEMALE . . . . . . .52% 1. HOW SATISFIED OR DISSATISFIED ARE YOU WITH THE QUALITY OF LIFE IN YOUR COMMUNITY. ARE YOU . . . . VERY SATISFIED . . . 56% SATISFIED . . . . . 42% DISSATISFIED . . . . .2% VERY DISSATISFIED . .1% NO OPINION . . . . . .0% 2. HOW LONG HAVE YOU LIVED IN COPPELL? LESS THAN ONE YEAR . .0% 1 - 3 YEARS . . . . .5% 3 - 5 YEARS . . . . .6% 5 - 7 YEARS . . . . 11% OVER 7 YEARS . . . . 78% REFUSE TO ANSWER . . .0% 3. PLEASE TELL ME WHICH OF THE FOLLOWING ASPECTS ATTRACTED YOU TO COPPELL? (SELECT ALL THAT APPLY) SCHOOLS . . . . . . .74% LOCATION . . . . . .83% AMENITIES . . . . . .35% SENSE OF COMMUNITY .56% GOOD INVESTMENT . . .66% CLOSE TO FAMILY . . .28% FOUND DREAM HOME . .24% OTHER____________ . .10% NO OPINION . . . . . 0% 4. DURING THE TIME YOU HAVE LIVED HERE, DO YOU THINK THAT AS A COMMUNITY IN WHICH TO LIVE, COPPELL HAS IMPROVED, STAYED THE SAME OR GOTTEN WORSE? IMPROVED . . . . . . 51% SAME . . . . . . . . 36% WORSE . . . . . . . 12% NO OPINION . . . . . .1% 5. OUTSIDE OF TAXES, WHAT WOULD YOU SAY IS THE MOST CRITICAL ISSUE FACING COPPELL OVER THE NEXT FIVE YEARS? North Lake development-Cypress Gardens (24%), overcrowded schools-high school (18%), growth-population-overcrowding (15%), school related issues- quality of education (12%) 6. PLEASE TELL ME HOW OFTEN YOU VOTE IN CITY ELECTIONS? ALWAYS . . . . . . . 55% OFTEN . . . . . . . 30% SELDOM . . . . . . . 10% NEVER . . . . . . . .5% NO OPINION . . . . . .0% 7. LET'S TALK ABOUT SERVICES THAT THE CITY OFFERS. AS I READ EACH SERVICE, PLEASE RATE IT EXCELLENT, GOOD, FAIR OR POOR. E G F P NO A) EMERGENCY MEDICAL SERVICES 52% 25% 2% 2% 20% B) POLICE SERVICES 47% 40% 6% 3% 5% C) STREET MAINTENANCE 22% 58% 17% 3% 0% D) PLANNING AND ZONING 16% 50% 21% 5% 9% E) FIRE DEPARTMENT 53% 36% 2% 0% 11% F) RECREATIONAL SERVICES 47% 42% 7% 1% 4% G) LIBRARY 45% 41% 6% 1% 8% H) BUILDING INSPECTION 13% 35% 8% 2% 45% I) SOLID WASTE/RECYCLING SERVICES 38% 51% 8% 1% 3% J) WATER/WASTEWATER 28% 57% 9% 2% 5% K) PARK FACILITIES 43% 50% 4% 1% 2% L) SIDEWALK MAINTENANCE 15% 53% 19% 8% 5% M) ABILITY TO CONDUCT BUSINESS 13% 34% 11% 3% 40% THROUGH THE CITY’S WEB SITE 8. PLEASE TELL ME HOW SATISFIED OR DISSATISFIED YOU ARE WITH THE WORK THE CITY OF COPPELL HAS DONE IN THE FOLLOWING AREAS . . . . VS S D VD NO A) PROVIDING A SAFE COMMUNITY 40% 57% 3% 0% 0% B) PROVIDING AN ADEQUATE FORUM FOR PUBLIC 25% 65% 5% 0% 6% INPUT C) KEEPING CITIZENS INFORMED ABOUT CITY 26% 65% 6% 1% 2% BUSINESS D) PLANNING FOR FUTURE NEEDS OF RESIDENTS 17% 61% 15% 1% 7% E) MAINTAINING A QUALIFIED WORKFORCE OF 16% 63% 2% 0% 19% CITY EMPLOYEES F) PROVIDING ADEQUATE COMMUNITY EVENTS 23% 69% 4% 1% 4% G) MONITORING OF DFW AIRPORT OPERATIONS 12% 55% 7% 1% 25% H) WORKING WITH SCHOOL DISTRICTS 26% 53% 8% 2% 12% (CISD, CFBISD, AND LEWISVILLE ISDs) I) PROVIDING ARTS AND CULTURAL EVENTS 12% 63% 16% 2% 8% J) STRICTER ENFORCEMENT OF TRAFFIC LAWS 16% 61% 15% 5% 3% K) PROVIDING RECREATIONAL OPPORTUNITIES 27% 65% 5% 1% 3% 9. HOW STRONGLY WOULD YOU SUPPORT THE CITY COUNCIL WORKING ON THE FOLLOWING ISSUES OVER THE NEXT TWO YEARS . . . . SS S O SO NO A) MAINTAINING EMPHASIS ON PUBLIC SAFETY 45% 52% 2% 0% 1% B) IMPROVING CITY SERVICES 27% 68% 4% 0% 2% C) BEING MORE RESPONSIVE TO CITIZENS 29% 66% 3% 0% 3% D) ALLEVIATING TRAFFIC CONGESTION 39% 54% 5% 1% 2% E) MAINTAINING INFRASTRUCTURE (STREETS, 38% 59% 2% 0% 1% SIDEWALKS, AND FACILITIES) 10. HAVE YOU HAD CONTACT WITH A CITY EMPLOYEE DURING THE PAST YEAR? YES . . . . . . . . 48% (IF NO OR DON'T REMEMBER, SKIP TO #12) NO . . . . . . . . . 50% DON’T REMEMBER . . . .2% 11. THE CITY IS MONITORING CUSTOMER SERVICE. AS I READ A LIST, PLEASE TELL ME OVERALL, HOW SATISFIED OR DISSATISFIED YOU WERE WITH THE FOLLOWING ACTIVITIES . . . . VS S D VD NO A) THE COURTESY OF THE PERSON ANSWERING 54% 39% 3% 1% 4% THE TELEPHONE B) DIRECTED TO THE CORRECT DEPARTMENT FOR 42% 51% 4% 1% 4% MY CONCERN C) EMPLOYEE SEEMED CONCERNED ABOUT MY PROBLEM 34% 57% 5% 3% 1% D) ASKED ADEQUATE QUESTIONS TO DETERMINE 31% 59% 4% 2% 5% THE NATURE OF THE PROBLEM E) IF NOT AVAILABLE, THE CORRECT EMPLOYEE 21% 41% 6% 2% 30% RETURNED MY CALL IN A REASONABLE AMOUNT OF TIME F) THE PROBLEM WAS ADEQUATELY RESOLVED BY 30% 54% 7% 5% 4% EMPLOYEE RESPONDING G) FOLLOW-UP FROM CITY TO ENSURE MY CONCERNS 18% 39% 13% 5% 26% WERE ADDRESSED H) THE PEOPLE I WORKED WITH SHOWED PRIDE IN 28% 58% 6% 2% 5% THE WORK THEY WERE DOING 12. THE CITY IS FUNDED BY VARIOUS SOURCES, ONE OF WHICH IS PROPERTY TAXES. PLEASE CONSIDER ALL YOUR EXPERIENCES TO DATE WITH SERVICES PROVIDED BY THE CITY. WOULD YOU CONSIDER THE MONEY YOU PAY VERSUS THE SERVICES YOU ARE PROVIDED TO BE A . . . . GREAT VALUE. . . . . 12% GOOD VALUE . . . . . 50% FAIR VALUE . . . . . 30% POOR VALUE . . . . . .8% NO OPINION . . . . . .1% 13. IF ADDITIONAL STATE SALES TAX FUNDING BECAME AVAILABLE, EITHER THROUGH STATE LAW OR REDISTRIBUTION OF CURRENT SALES TAX, HOW STRONGLY WOULD YOU SUPPORT OR OPPOSE REDIRECTING THAT TAX TO OTHER SERVICES OR PROGRAMS IN ORDER TO REDUCE THE BURDEN ON THE CITY’S GENERAL FUND, WHICH IS MOSTLY FINANCED THROUGH PROPERTY TAXES? STRONGLY SUPPORT . . 24% SUPPORT . . . . . . 47% OPPOSE . . . . . . . .8% STRONGLY OPPOSE . . .3% NO OPINION . . . . . 19% 14. AND HOW STRONGLY WOULD YOU SUPPORT OR OPPOSE REDIRECTING THE ADDITIONAL SALES TAX TO . . . . SS S O SO NO A) REGIONAL TRANSIT 12% 36% 30% 9% 14% B) STREET MAINTENANCE 12% 66% 11% 4% 8% C) POLICE SERVICES 16% 58% 14% 5% 7% 15. OUR NEXT FEW QUESTIONS DEAL WITH THE CITY COUNCIL. HOW WOULD YOU RATE THE OVERALL PERFORMANCE OF THE CURRENT COUNCIL? EXCELLENT . . . . . 15% GOOD . . . . . . . . 54% FAIR . . . . . . . . 18% POOR . . . . . . . . .2% NO OPINION . . . . . 12% 16. PLEASE TELL ME HOW SATISFIED OR DISSATISFIED YOU ARE WITH THE WORK THE COUNCIL HAS DONE IN THE FOLLOWING AREAS? VS S D VD NO A) WORKING AMONG THEMSELVES TO PROMOTE 13% 67% 5% 0% 15% THE COMMUNITY B) ENCOURAGING ECONOMIC GROWTH 18% 61% 11% 1% 10% C) MAINTAINING QUALITY OF LIFE 20% 67% 5% 0% 8% D) DEVELOPING EFFECTIVE PLANNING AND ZONING 13% 60% 12% 2% 13% REGULATIONS E) WORKING TO KEEP TAXES REASONABLE 7% 53% 24% 5% 12% F) PLANNING FOR THE FUTURE NEEDS OF RESIDENTS 12% 62% 15% 2% 10% G) MANAGING CITY FUNDS 11% 61% 8% 2% 19% H) PROVIDING AN ADEQUATE FORUM FOR PUBLIC INPUT 17% 66% 6% 2% 11% 17. AS A CITY MATURES AND REACHES BUILD-OUT, IT IS OFTEN PRESENTED WITH POTENTIAL DEVELOPMENT STRATEGIES AS A REINVESTMENT IN THE COMMUNITY. COPPELL IS APPROACHING THAT POINT. HOW STRONGLY WOULD YOU SUPPORT OR OPPOSE THE FOLLOWING DEVELOPMENT OR REDEVELOPMENT STRATEGIES WHICH COULD OCCUR . . . . SS S O SO NO A) THE DEVELOPMENT AND CONSTRUCTION OF 6% 31% 41% 15% 7% “MCMANSIONS”, WHERE A PERSON PURCHASES MULTIPLE HOME LOTS TO CONSTRUCT ONE MANSION OR LARGE HOUSE WITHIN A SMALLER- HOME NEIGHBORHOOD B) MIXED-USE DEVELOPMENTS, WHICH INTEGRATE 10% 48% 29% 9% 5% COMMERCIAL DEVELOPMENT WITH HIGH DENSITY HOUSING SOUCH AS SOUTHLAKE TOWN CENTER, ADDISON CIRCLE, AND THE SHOPS AT LEGACY C) CONTINUE THE CITY’S CURRENT STRATEGY OF 23% 65% 9% 1% 3% MAINTAINING TRADITIONAL COMMERCIAL DEVELOPMENT WITH SINGLE FAMILY NEIGHBORH. 18. PLEASE TELL ME HOW STRONGLY YOU AGREE OR DISAGREE WITH THE FOLLOWING STATEMENTS . . . . SA A D SD NO A) I AM SATISFIED WITH LIVING IN COPPELL 50% 47% 3% 0% 1% B) THE PROBLEM WITH CITY GOVERNMENT IS THE 5% 44% 38% 4% 9% LACK OF PARTICIPATION FROM CITIZENS C) I AM FRUSTRATED WITH HOW CITY 2% 14% 71% 9% 6% GOVERNMENT WORKS IN COPPELL D) I DON'T FEEL I CAN EVER GET A STRAIGHT 1% 10% 72% 10% 8% ANSWER FROM THE CITY IF I HAVE A PROBLEM SA A D SD NO E) WE HAVE AN EXCELLENT CITY WORKFORCE 11% 77% 6% 0% 6% F) THE CURRENT LEVEL OF SERVICES PROVIDED 0% 13% 74% 11% 2% BY THE CITY IS NOT ADEQUATE G) I HAVE EVERY OPPORTUNITY TO PARTICIPATE 14% 77% 6% 1% 4% IN CITY GOVERNMENT HERE IN COPPELL 19. AND HOW USEFUL OR NOT USEFUL ARE EACH OF THE FOLLOWING CITY SOURCES TO YOU IN FINDING OUT ABOUT WHAT’S GOING ON IN COPPELL. YOUR ANSWERS SHOULD BE VERY USEFUL, SOMEWHAT USEFUL, NOT VERY USEFUL, OR NOT AT ALL USEFUL . . . . VU SU NU NAU NO A) THE CITY DESK WATER BILL INSERT 39% 45% 7% 4% 6% B) MESSAGE PORTION OF WATER BILL 20% 48% 17% 7% 8% C) CABLE CHANNEL BULLETIN BOARD 7% 29% 28% 16% 21% D) ANNUAL CITY BUDGET REPORT 8% 36% 28% 14% 16% E) CITY STAFF 19% 51% 13% 6% 12% F) CITY COUNCIL 17% 52% 15% 5% 12% G) CITY WEB SITE 33% 44% 10% 4% 11% H) 24-HOUR TELEPHONE INFORMATION LINE C-LINK 9% 27% 23% 14% 27% I) CiTV COMMUNITY NEWS PROGRAMMING 7% 27% 26% 11% 29% J) COPPELL CLIPS – ELECTRONIC NEWSLETTER 23% 24% 18% 11% 25% 20. IF YOU HAVE ACCESS TO CITV ON EITHER TIME WARNER OR VERIZON FiOS, HOW OFTEN DURING AN AVERAGE MONTH DO YOU WATCH GOVERNMENT ACCESS PROGRAMMING? IF YOU DO NOT HAVE CABLE TELEVISION, DO YOU HAVE SATELLITE OR NEITHER? NEITHER . . . . . . . 12% SATELLITE . . . . . . 12% ONCE A WEEK . . . . . .6% 2 – 4 TIMES PER WEEK . .5% 1 - 2 TIMES PER MONTH .22% 3 – 5 TIMES PER MONTH .5% REFUSE TO ANSWER . . . 39% 21. IF A CITY-WIDE WIRELESS NETWORK WERE AVAILABLE, HOW LIKELY WOULD YOU BE TO SUBSCRIBE? VERY LIKELY . . . . 17% LIKELY . . . . . . . 26% UNLIKELY . . . . . . 37% VERY UNLIKELY . . . 12% NO OPINION . . . . . .8% 22. THE CITY CURRENTLY PROVIDES WIRELESS ACCESS AT THE LIBRARY. IT PLANS TO OFFER ACCESS AT SEVERAL OTHER CITY FACILITIES IN THE VERY NEAR FUTURE. ONCE AVAILABLE, HOW LIKELY OR UNLIKELY WOULD YOU BE TO USE THE WIRELESS ACCESS WHEN VISITING THESE FACILITIES? VERY LIKELY . . . . 19% LIKELY . . . . . . . 27% UNLIKELY . . . . . . 34% VERY UNLIKELY . . . 19% NO OPINION . . . . . .2% 23. THESE NEXT QUESTIONS DEAL WITH THE CITY WEB SITE. IN THE PAST 12 MONTHS, HAVE YOU OR ANYONE IN YOUR HOUSEHOLD USED THE WEBSITE TO . . . . YES NO DON'T REM A) REQUEST SERVICES OR DOCUMENTS FROM THE CITY 23% 76% 1% B) CONTACTED CITY STAFF 25% 74% 2% C) CONTACTED CITY COUNCILMEMBERS 6% 94% 1% D) REGISTERED FOR A CITY RECREATION PROGRAM 21% 79% 1% E) RENEWED A BOOK FROM THE LIBRARY 32% 67% 1% F) READ THE WEEKLY ELECTRONIC NEWSLETTER, COPPELL 36% 64% 1% CLIPS G) PAY A MUNICIPAL COURT FEE 4% 95% 1% H) PAY FEES FOR CITY SERVICES 14% 84% 2% 24. PLEASE TELL ME HOW SATISFIED OR DISSATISFIED YOU ARE WITH THE FOLLOWING IMPROVEMENTS MADE BY THE CITY TO IMPROVE THE WAY IT COMMUNICATES WITH ITS CITIZENS . . . . VS S D VD NO A) EXPANSION OF THE CITY’S INTERNET WEB SITE 14% 50% 5% 2% 29% B) IMPROVEMENTS IN PROGRAMMING TO THE CITY’S 5% 35% 8% 1% 53% GOVERNMENT ACCESS CHANNEL C) REGULAR PUBLICATION OF CITY NEWSLETTERS 16% 69% 5% 0% 12% AND MAILPIECES D) MAKING AVAILABLE THE OPPORTUNITY TO 12% 53% 6% 2% 28% CONDUCT SERVICES/PAY FEES WITH THE CITY THROUGH THE WEB SITE 25. WHICH OF THESE AGE GROUPS INCLUDES YOUR AGE? UNDER 25 YEARS . . . .1% 26 - 35 YEARS . . . .6% 36 - 45 YEARS . . . 26% 46 - 55 YEARS . . . 43% 56 - 65 YEARS . . . 17% OVER 65 YEARS . . . .7% REFUSE TO ANSWER . . .0% 26. DO YOU HAVE ANY CHILDREN LIVING IN COPPELL IN THE FOLLOWING AGE RANGES? UNDER 6 . . . . . . .12% (CIRCLE ALL THAT APPLY) 6 - 12 . . . . . . .27% 13 - 18 . . . . . . .34% NO CHILDREN . . . . .44% REFUSE TO ANSWER . . 1% 27. AND FINALLY, HOW LONG WOULD YOU SAY YOU PLAN TO LIVE IN COPPELL? 0 – 3 YEARS . . . . 10% 3 – 5 YEARS . . . . 14% 5 – 7 YEARS . . . . 12% MORE THAN 7 YEARS . 62% REFUSE TO ANSWER . . .3% THAT'S THE END OF OUR SURVEY BUT COULD I CHECK TO SEE IF I DIALED THE CORRECT NUMBER. I DIALED __________. AND COULD I HAVE YOUR FIRST NAME, ONLY IN CASE MY SUPERVISOR HAS TO VERIFY THIS INTERVIEW. _________________. CALLER INI._____ SHEET NUMBER_____ ZIPCODE_______ SURVEY LENGTH______ PROCLAMATION WHEREAS, Wednesday, April 25 is set aside to honor all Office Professionals in conjunction with Administrative Professionals Week; and WHEREAS, the city of Coppell is proud of the dedication and hard work of their administrative staff; and WHEREAS, the administrative staff is instrumental in keeping our City running effectively and efficiently; and WHEREAS, the city of Coppell extends special thanks to all the administrative staff in the organization. NOW, THEREFORE, I, Douglas N. Stover , Mayor of the City of Coppell, do hereby proclaim Wednesday, April 25 as "ADMINISTRATIVE PROFESSIONALS DAY" in the city of Coppell, and recognize these employees as the professionals they truly are. IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this _____ day of April 2012. ____________________________ Douglas N. Stover, Mayor ATTEST: ___________________________ Christel Pettinos, City Secretary PROCLAMATION WHEREAS, in 1872 J. Sterling Morton proposed to the Nebraska Board of Agriculture that a special day be set aside for the planting of trees; and WHEREAS, this holiday, called Arbor Day, was first observed with the planting of more than a million trees in Nebraska; and WHEREAS, 2012 is the 140th anniversary of the holiday and Arbor Day is now observed throughout the nation and the world; and WHEREAS, trees can reduce the erosion of our precious top soil by wind and water, cut heating and cooling costs, moderate the temperature, clean the air, produce life-giving oxygen, and provide habitat for wildlife; and WHEREAS, trees are a renewable resource giving us paper, wood for our homes, fuel for our fires, and beautify our community; and WHEREAS, trees, wherever they are planted, are a source of joy and spiritual renewal. NOW, THEREFORE, I, Doug Stover, Mayor of the City of Coppell, do hereby proclaim April 28, 2012 as "ARBOR DAY" in the City of Coppell, and I urge all citizens to celebrate Arbor Day at the Clean Coppell Earthfest and to support efforts to protect our trees and woodlands, and further I urge all citizens to plant trees to gladden the heart and promote the well being of the future generations. IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this ______day of April 2012. ________________________ Douglas N. Stover, Mayor ATTEST: ____________________________ Christel Pettinos, City Secretary PROCLAMATION WHEREAS, today’s society is finding more citizens involved in motorcycling on the roads of our country; and WHEREAS, motorcyclists are roughly unprotected and therefore more prone to injury or death in a crash than other vehicle drivers; and WHEREAS, campaigns have helped inform riders and motorists alike on motorcycle safety issues to reduce motorcycle related risks, injuries, and, most of all, fatalities, through a comprehensive approach to motorcycle safety; and WHEREAS, it is the responsibility of all who put themselves behind the wheel, to become aware of motorcyclists, regarding them with the same respect as any other vehicle traveling the highways of this country; and it is the responsibility of riders and motorists alike to obey all traffic laws and safety rules; and WHEREAS, urging all citizens of our community to become aware of the inherent danger involved in operating a motorcycle, and for riders and motorists alike to give each other the mutual respect they deserve; NOW, THEREFORE I, Douglas N. Stover, Mayor of the City of Coppell, do hereby proclaim the month of May, as “Motorcycle Safety and Awareness Month” Further, I urge all residents to do their part to increase safety and awareness in our community. IN WITNESS THEREOF, I have set my hand and caused the Seal of the City to be affixed this 24th day of April, in the year 2012. ___________________________ Douglas N. Stover, Mayor ATTEST: _________________________ Christel Pettinos, City Secretary PROCLAMATION WHEREAS, Jan Wagner-Adkinson served as Coppell Women’s Club Secretary from 2008 – 2010 and as Club President from 2010 - 2012; and WHEREAS, Jan’s approach for any changes to the Coppell Women’s Club is always for “The betterment of Coppell Women’s Club;” and WHEREAS, through Jan’s leadership and communication skills, the Coppell Women’s Club has: ● increased membership by 66%, ● grown general meeting attendance by 54%, ● increased luncheon attendance by 20%, ● reenergized the Business Membership program which in turn increased the membership as high as 49%, ● increased the span of the Sunshine Service to assist and recognize club members, and ● continued to provide opportunities for community-based philanthropic programs; and WHEREAS, Jan accomplished all the above items while staying within the budget; and WHEREAS, Jan’s two-year service as President of the Coppell Women’s Club will be coming to an end and we would like to publically recognize Jan and all her contributions. NOW, THEREFORE, I, Douglas N. Stover, Mayor of the City of Coppell, do hereby proclaim Wednesday, May 2, 2012 as "JAN WAGNER-ADKINSON APPRECIATION DAY" IN WITNESS THEREOF, I have set my hand and caused the seal of the City of Coppell to be affixed this _____ day of April 2012. _________________________ Douglas N. Stover, Mayor ATTEST: _________________________________ Christel Pettinos, City Secretary 255 Parkway Boulevard Coppell, Texas 75019-9478City of Coppell, Texas Minutes - Draft City Council 5:30 PM Council ChambersTuesday, April 10, 2012 DOUG STOVER MARSHA TUNNELL Mayor Mayor Pro Tem TIM BRANCHEAU BILLY FAUGHT Place 1 Place 5 BOB MAHALIK MARVIN FRANKLIN Place 2 Place 6 BRIANNA HINOJOSA-FLORES KAREN HUNT Place 3 Place 7 CLAY PHILLIPS City Manager Also present were City Manager Clay Phillips, City Secretary Christel Pettinos and City Attorney Robert Hager. The City Council of the City of Coppell met in Regular Called Session on Tuesday, April 10, 2012, at 5:30 p.m. in the City Council Chambers of Town Center, 255 Parkway Boulevard, Coppell, Texas. Call to Order1. Mayor Stover called the meeting to order, determined that a quorum was present and convened in Executive Session at 5:51 p.m. Douglas N. Stover;Tim Brancheau;Bob Mahalik;Brianna Hinojosa-Flores;Marsha Tunnell;Billy Faught;Marvin Franklin and Karen Hunt Present 8 - Executive Session (Closed to the Public) 1st Floor Conference Room2. Section 551.071, Texas Government Code - Consultation with City Attorney. A.Consultation with the City Attorney in regards to Mira Mar v. City of Coppell. Discussed under Executive Session B.Seek legal advice from the City Attorney concerning the settlement Page 1City of Coppell, Texas April 10, 2012City Council Minutes - Draft and land purchase agreements with the Billingsleys at Northlake. Discussed under Executive Session Section 551.072, Texas Government Code - Deliberation regarding Real Property. C.Discussion regarding property purchases and matters concerning property located at Northlake. Discussed under Executive Session Section 551.087, Texas Government Code - Economic Development Negotiations. D.Discussion regarding Economic Development prospects west of Freeport Parkway and south of Bethel Road. Discussed under Executive Session E.Discussion regarding Economic Development prospects west of Coppell Road and north of Canyon. Discussed under Executive Session Mayor Stover adjourned the Executive Session at 6:49 p.m. and opened the Work Session. Work Session (Open to the Public) 1st Floor Conference Room3. A.Update from the Coppell Police Department on 2011 Crime Stats. B.Discussion regarding the Citizen Satisfaction Survey. C.Update on Storm Activities. D.Discussion of Agenda Items. Presented in Work Session Mayor Stover adjourned the Work Session and opened the Regular Session. Regular Session (Open to the Public) Invocation 7:30 p.m.4. Councilmember Billy Faught gave the Invocation. Pledge of Allegiance5. Mayor Stover led those present in the Pledge of Allegiance. Page 2City of Coppell, Texas April 10, 2012City Council Minutes - Draft 6.Consider a Proclamation to Celebrate National Library Week. Mayor Stover read the proclamation into the record and presented the same to Vicki Chiavetta, Director of Library Services, Jane Darling, Assistant Director of Library Services and Members of the Library Board. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Billy Faught, that this Agenda Item be approved. The motion passed by an unanimous vote. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - Citizens’ Appearance7. Mayor Stover advised that no one signed up to speak. Consent Agenda8. A.Consider approval of minutes: March 27, 2012. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Bob Mahalik, that Agenda Items A-E be approved on the Consent Agenda. The Agenda Items passed by an unanimous vote. B.Consider approval of an ordinance amending Article 8-3 Parking, Section 8-3-1(A) of the Code of Ordinances for the City of Coppell to prohibit parking, stopping or standing at all times on the east side of Oxford Place adjacent to Lots 27 and 28 Block A and Lot 1X in its entirety and the south side of Blackburn Drive adjacent to lot 28 Block A; and authorizing the Mayor to sign and execute any necessary documents. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Bob Mahalik, that Agenda Items A-E be approved on the Consent Agenda. The Agenda Items passed by an unanimous vote. C.Consider approval of an Ordinance for Case No. S-1255-C, The Learning Experience, a zoning change from C (Commercial) to S-1255-C (Special Use Permit-1255-Commercial), to permit an approximate 11,000-square-foot day care to be located within the existing two-story building, removal of a portion of the parking lot to accommodate the addition of a 5,150-square-foot outdoor play area with a rubber surface to be located at 123 East Sandy Lake Road and authorizing the Mayor to sign. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Bob Mahalik, that Agenda Items A-E be approved on the Consent Agenda. The Agenda Items passed by an unanimous vote. D.Consider approval of an Ordinance for Case No. PD-214R5-C, Arbor Page 3City of Coppell, Texas April 10, 2012City Council Minutes - Draft Manors Retail, a zoning change from PD-214R2-C (Planned Development-214 Revision 2-Commercial) to PD-214R5-C (Planned Development-214 Revision 5-Commercial) to attach a Detail Plan to allow the development of an 11,000-square-foot retail building to contain retail and office uses including two restaurants on 1.5 acres of property located at 143 South Denton Tap Road and authorizing the Mayor to sign. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Bob Mahalik, that Agenda Items A-E be approved on the Consent Agenda. The Agenda Items passed by an unanimous vote. E.Consider award of Bid number Q-0112-01, to Elite Tree Service, for the Tree Maintenance Annual Contract and authorizing the City Manager to execute the necessary documents. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Bob Mahalik, that Agenda Items A-E be approved on the Consent Agenda. The Agenda Items passed by an unanimous vote. End of Consent Agenda 9.PUBLIC HEARING: Consider approval of Case No. PD-95R-SF-9, Shadow Ridge Estates I, Lot 10, Block A, a zoning change request from PD-95-SF-9 (Planned Development-95-Single Family-9) to PD-95R-SF-9 (Planned Development-95 Revised-Single Family-9), to allow for a 767.5-square-foot garage expansion which encroaches into the required rear yard on 0.33 acres of property located at 202 Southern Belle Drive. Presentation: Gary Sieb, Director of Planning, made a presentation to Council. Mayor Stover opened the Public Hearing and asked for the following to speak: 1) Jordan Musser, 202 Southern Belle Dr., applicant, answered questions of Council. 2) Marilyn Mohr, 200 River Rd., spoke in favor of the item. 3) Rich Mohr, 200 River Rd., spoke in favor of the item. 4) Kristin Moore, 201 River Rd., spoke in favor of the item. 5) Bruce Moore, 201 River Rd., spoke in favor of the item. 6) Beverly Musser, 1315 Riverchase Dr., spoke in favor of the item. 7) Christy Hodges, 204 River Rd., spoke in favor of the item. A motion was made by Councilmember Bob Mahalik, seconded by Councilmember Marvin Franklin, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - 10.PUBLIC HEARING: Page 4City of Coppell, Texas April 10, 2012City Council Minutes - Draft Consider approval of Case No. PD-199R6-HC, Zimmer, a zoning change request from PD-199R5-HC-S-1211R2 (Planned Development-199 Revision 5-Highway Commercial-Special Use Permit-1211 Revision 2) to PD-199R6-HC (Planned Development-199 Revision 6-Highway Commercial), to revise the Detail Site Plan to allow a sign with a logo which exceeds 20% of the area of the sign on 1.4 acres of property located at 697 E. Highway 121. Presentation: Gary Sieb, Director of Planning, made a presentation to Council. Mayor Stover opened the Public Hearing and advised no one signed up to speak. 1) Cary Moon, 4040 Vernon, Keller, applicant, answered questions of Council. A motion was made by Councilmember Hunt, seconded by Councilmember Brancheau, to close the Public Hearing and approve this Agenda Item as presented by the applicant. Needing a 3/4 vote of Council to pass, this item failed with Mayor Pro Tem Tunnell and Councilmember Faught voting against the item. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:5 - Mayor Pro Tem Marsha Tunnell and Councilmember Billy FaughtNay:2 - 11.PUBLIC HEARING: Consider approval of Case No. PD-250R-H, Darling Patio Homes, Lots 1R-32R, Block F, Lots 2R-13R, Block G and Lot 2RX, Block G, Old Town (Main Street), a zoning change request from PD-250-H (Planned Development-250-Historic), to PD-250R-H (Planned Development-250 Revised-Historic), to establish a Detail Site Plan for Lots 1R-32R, Block F, Lots 2R- 13R, Block G and Lot 2RX, Block G, to allow 44 patio-home lots and one common area lot on 3.9 acres of property located west of South Coppell Road and north of Burns Street. Presentation: Gary Sieb, Director of Planning, made a presentation to Council. Mayor Stover opened the Public Hearing and advised that no one signed up to speak. 1) Andy Hoffer, 2500 Legacy Drive, Frisco, applicant, answered questions of Council. 2) Greg Yancey, Box 1790, Coppell, representing the applicant, addressed Council. A motion was made by Councilmember Marvin Franklin, seconded by Mayor Pro Tem Marsha Tunnell, to close the Public Hearing and approve this Agenda Item subject to the following condition: 1) Add to the HOA documents that no parking is permitted within the driveways adjacent to the alleyways. The motion passed by an unanimous vote. Page 5City of Coppell, Texas April 10, 2012City Council Minutes - Draft Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - 12.PUBLIC HEARING: Consider approval of the Old Town (Main Street) Addition, Lots 1R-32R, Block F, Lots 2R-13R, Block G and Lot 2RX, Block G, Replat, being a replat of Lot 1, Block F into 32 residential lots, and Lot 2, Block G into 12 residential lots and one common area lot on 3.9 acres of property located west of South Coppell Road and north of Burns Street. Presentation: Gary Sieb, Director of Planning, made a presentation to Council. Mayor Stover opened the Public Hearing and advised that no one signed up to speak. 1) Greg Yancey, Box 1790, Coppell, representing the applicant, addressed Council. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Marvin Franklin, to close the Public Hearing and approve this Agenda Item. The motion passed by an unanimous vote. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - 13.PUBLIC HEARING: Consider updates for Land Use Assumptions, Capital Improvements Plans and the imposition of Impact Fees for Water, Waste Water and Roadway, in accordance with Chapter 395 of the Local Government Code. Presentation: Ken Griffin, Director of Engineering, made a presentation to Council. Mayor Stover opened the Public Hearing and advised that no one signed up to speak. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Brianna Hinojosa-Flores, to close the Public Hearing and direct staff to bring back an ordinance to set impact fees. The motion passed by an unanimous vote. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - 14.Consider approval of an Engineering Services Contract with Teague, Nall, and Perkins, Inc. to provide professional engineering and design services for the Freeport Parkway Infrastructure Improvements (from West Sandy Lake Road to SH 121), Project #ST 05-02B; for a total Page 6City of Coppell, Texas April 10, 2012City Council Minutes - Draft maximum fee of $514,500; as provided for in CIP and RTR funds; and authorizing the City Manager to sign and execute any necessary documents. Presentation: Mike Garza, Graduate Engineer, made a presentation to Council. A motion was made by Mayor Pro Tem Marsha Tunnell, seconded by Councilmember Marvin Franklin, that this Agenda Item be approved. The motion passed by an unanimous vote. Councilmember Tim Brancheau;Councilmember Bob Mahalik;Councilmember Brianna Hinojosa-Flores;Mayor Pro Tem Marsha Tunnell;Councilmember Billy Faught;Councilmember Marvin Franklin and Councilmember Karen Hunt Aye:7 - City Manager Reports 15.Project Updates and Future Agendas. Read and Filed City Manager Clay Phillips reported that the Branding Contract will be brought forward to Council no later than the first meeting in May. Regarding Project Updates, Sandy Lake Road, Deforest Road and Old Coppell are all in various stages of construction. Regarding the severe storm on April 3, Mr. Phillips updated Council on the post-activity reports. The City did sound the warning sirens per protocol. Staff is continuing to look at communication efforts and will bring back ideas to consider in the future. The biggest issue the City is facing now are solicitors. To date, 500 solicitors have applications on file, 430 permits have been issued with 75 still pending. A registered solicitor should have their permit visible with a photo showing they have been registered with the City. Regarding solicitors' signs in the yard, the City is allowing these to stay up longer than normal given the magnitude of the storm. This will hopefully cut down on the traffic from other companies. Mr. Phillips praised Waste Management for the great work they did picking up the debris in the neighborhoods. The City's fleet took a major hit with 2/3 of the fleet damaged by the storm and approximately 30 vehicles inoperable. Mr. Phillips advised citizens to stay tuned to the National Weather Service, as well as their radio and television station of choice for future notifications. Mayor and Council Reports 16.Report by Mayor Stover regarding the Plaza Movie Series, Earthfest, Bounce! and the Aquatic and Recreation Center Grand Re-Opening Event. Read and Filed Mayor Stover reported the Plaza Movie Series is still underway and going very well! Upcoming movies include: The Goonies on April 13th and The Zookeeper, April 20th. Earthfest is quickly approaching on April 28th, 10am - 2pm at Town Center Plaza. Bounce! will also be here before we know it on May 12th, 10am - 2pm at Wagon Wheel Park. Page 7City of Coppell, Texas April 10, 2012City Council Minutes - Draft Regarding the Aquatic and Recreation Center Grand Re-Opening Event, a date has been set and planning is underway. We will hold a ribbon cutting ceremony on May 26th at 10am and will host a variety of activities including free swim, tours, face painting, food and refreshments from the Police Explorers, fitness and personal training consultations and more! The event will last from 10am - 1pm. Public Service Announcements concerning items of community interest and no Council action or deliberation is permitted. 17. Mayor Stover's son, Blake Stover, has chosen to join the Army's Officer Candidate School. Necessary Action from Executive Session18. Nothing to report. Adjournment There being no further business to come before the Council, this meeting was adjourned. ________________________ Douglas N. Stover, Mayor CERTIFICATE I certify that the above Notice of Meeting was posted on the bulletin board at the City Hall of the City of Coppell, Texas on this 6th day of April, 2012, at _____________. ______________________________ Christel Pettinos, City Secretary PUBLIC NOTICE - STATEMENT FOR ADA COMPLIANCE The City of Coppell acknowledges its responsibility to comply with the Americans With Disabilities Act of 1990. Thus, in order to assist individuals with disabilities who require special services (i.e. sign interpretative services, alternative audio/visual devices, and amanuenses) for participation in or access to the City of Coppell sponsored public programs, services and/or meetings, the City requests that individuals makes requests for these services forty-eight (48) hours ahead of the scheduled program, service, and/or meeting. To make arrangements, contact Vivyon V. Bowman, ADA Coordinator or other designated official at (972) 462-0022, or (TDD 1-800-RELAY, TX 1-800-735-2989). Page 8City of Coppell, Texas MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin, P.E., Director of Engineering and Public Works FROM: George S. Marshall, P.E., Civil Engineer DATE: April 24, 2012 REF: Consider approval of an ordinance to amend the Land Use Assumptions and the Capital Improvements Plan for Water, Wastewater, and Roadway Facilities by amending the City of Coppell Code of Ordinances, Chapter 17, Impact fees; and authorizing the Mayor to sign and execute any necessary documents. On April 10, 2012 a Public Hearing was held to consider the amendment of the Land Use Assumptions, Capital Improvement Plan for Water, Wastewater and Roadway Facilities and to consider the imposition of Impact Fees. A presentation was made highlighting recommended changes to the Water, Wastewater, and Roadway facilities. Also, it was noted that the Capital Improvements Advisory Committee recommended no changes to the actual impact fee amount per service unit. There were no citizens present to speak at the Public Hearing. The revision to the Impact Fee Study has been a series of steps prescribed by state law, which began on April 26, 2011 when the City of Coppell entered into a contract with Freese and Nichols, Inc. to perform an Impact Fee Study for revisions to the City’s current Capital Improvements Plan, and to make recommendations on the Impact Fees needed to implement the Capital Improvement Plan. This study was performed due to the recently updated ‘2030 Comprehensive Land Use Plan’. The item this evening is to approve the actual ordinance that will revise the effective study and change the Capital Improvements Plans. The impact fee process is as follows:  Develop updated Land Use Assumptions (LUA)  Perform capacity analysis to develop Capital Improvements Plan (CIP)  Conduct Impact Fee analysis and calculations  Present LUA, CIP, and Impact Fees to Capital Improvements Advisory Committee (CIAC)  Public Hearing at City Council meeting  City Council approval  Update Fee Ordinance Included with the ordinance are the tables showing the maximum fees that could be assessed for water, wastewater and roadway facilities. The recommendation from the Capital Improvements Advisory Committee was that the Roadway Impact Fee be maintained at $150 per equivalent service unit, that the Water Impact Fee be maintained at $900 per equivalent service unit, and that the Wastewater Impact Fee be maintained at $900 per equivalent service unit. These fees are less than the maximum amount that could be assessed. As a reminder, the maximum amount that could be assessed is 50% of what the actual study shows should be assessed to cover actual costs. If this item is approved by City Council, with no impact fee change, then the final step in updating the fee ordinance will not be necessary. Staff recommends approval of the ordinance to amend the Land Use Assumptions and Capital Improvement Plan for Water, Wastewater and Roadway Facilities. Staff will be present at the meeting to make a presentation and answer any questions at the Council meeting. 55091 ORDINANCE NO. __________ AN ORDINANCE OF THE CITY OF COPPELL, TEXAS, APPROVING AMENDMENTS TO THE LAND USE ASSUMPTIONS, THE CAPITAL IMPROVEMENT PLAN FOR WATER, WASTEWATER AND ROADWAY FACILITIES, CHANGES TO THE IMPACT FEE CALCULATIONS BY AMENDING CHAPTER 17, SCHEDULE 1 AND 2 OF THE CODE OF ORDINANCE; PROVIDING A REPEALING CLAUSE; PROVIDING A SEVERABILITY CLAUSE; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council of the City of Coppell, Texas previously imposed Impact Fees for Water, Wastewater and Roadway Facilities for the financing of Capital Improvements required for new development in the City; and, WHEREAS, with the advice and assistance of the Capital Improvements Advisory Committee, amendments to the Land Use Assumptions and the Capital Improvement Plan for Water, Wastewater and Roadway Facilities have been prepared; and WHEREAS, based on amendments to the Land Use Assumptions, amendments to the Capital Improvement Plan for Water, Wastewater and Roadway Facilities have been prepared by Freese and Nichols, Inc., in a document entitled “Water, Wastewater, and Roadway Impact Fee Report,” dated February 2012; and WHEREAS, the Capital Improvement Advisory Committee has filed written comments on the amendments to the Land Use Assumptions and the Capital Improvement Plan for Water, Wastewater and Roadway Facilities and the City Council has received and reviewed those comments; and WHEREAS, the City Council of the City of Coppell has given notice and held a public hearing required by Chapter 395 of the Texas Local Government Code for the amendments to the Land Use Assumptions, the Capital Improvement Plan for Water, Wastewater and Roadway Facilities Plan and modification of impact fees for the financing of capital improvements required by new development within the city; and WHEREAS, the City Council find it is in the best interest of the City of Coppell and its citizens to approve and adopt the amendments to the Land Use Assumptions and the Capital Improvement Plan for Water, Wastewater and Roadway Facilities and to establish impact fees consistent with the Capital Improvement Plan and to make other conforming changes to the Code of Ordinances. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COPPELL, TEXAS: SECTION 1. The City of Coppell, Texas hereby approves and adopts the “Water, Wastewater and Roadway Impact Fee Report”, dated February 2012 and prepared by Freese and TM 55091 Nichols, Inc., as the amended Land Use Assumptions Capital Improvement Plans for Water, Wastewater and Roadway Facilities of the city, a copy of which is attached hereto and incorporated herein as Exhibit A. SECTION 2. That Chapter 17, Article 2, 3 and 4, respectively, of the Code of Ordinances of the City of Coppell, Texas, is amended by adopting the following impact fees as set forth in the schedule as follows: “CHAPTER 17. IMPACT FEES . . . . . ARTICLE 2. WATER FACILITIES FEES . . . . . Sec. 17-2-3. Water Facility Fees The maximum impact fees per service unit for water facilities and the impact fees per service unit for water facilities which are to be paid by development are hereby established, as set forth in Schedule 1 and the established assessed fee is hereby provided in Schedule 2. The impact fees per service unit for water facilities may be amended from time to time as provided in Chapter 395, Texas Local Government Code. ARTICLE 3. SEWER FACILITIES FEES . . . . . Sec. 17-3-3. Wastewater Facilities Fees The maximum impact fees per service unit for wastewater facilities and the impact fees per service unit for wastewater facilities which are to be paid by development are hereby established, as set forth in Schedule 1 and the established assessed fee is hereby provided in Schedule 2. The impact fees per service unit for wastewater facilities may be amended from time to time as provided in Chapter 395, Texas Local Government Code. ARTICLE 4. ROADWAY FACILITIES FEES . . . . . Sec 17-4-3. Roadway Facilities Fees TM 55091 The maximum impact fees vehicle mile for each roadway benefit area and the impact fees per vehicle mile for roadway facilities which are to be paid by development are hereby established, as set forth in Schedule 1 and the established assessed fee is hereby provided in Schedule 2. The impact fees per vehicle mile for roadway facilities may be amended from time to time as provided in Chapter 395, Texas Local Government Code. . . . . . MAXIMUM FEE RATE FOR IMPACT FEES SCHEDULE 1 WATER FACILITY MAXIMUM FEE PER SERVICE UNIT Meter Size E.S.U. * Water Impact Fee 5/8" x 3/4" 1.00 $ 995.00 1" 1.67 $ 1,661.65 1 1/2" 3.33 $ 3,313.35 2" 5.33 $ 5,303.35 3" 11.67 $ 11,611.65 4" 21.00 $ 20,895.00 6" 46.67 $ 46,436.65 8" 80.00 $ 79,600.00 WASTEWATER FACILITY MAXIMUM FEE PER SERVICE UNIT Meter Size E.S.U. * Wastewater Impact Fee 5/8" x 3/4" 1.00 $ 927.00 1" 1.67 $ 1,548.09 1 1/2" 3.33 $ 3,086.91 2" 5.33 $ 4,940.91 3" 11.67 $ 10,818.09 4" 21.00 $ 19,467.00 6" 46.67 $ 43,263.09 8 80.00 $ 74,160.00 TM 55091 ROADWAY FACILITY MAXIMUM FEE PER SERVICE UNIT Service Area Cost Per Service Unit 1 $ 210.00 * Based on AWWA Standards C701 ASSESSED FEE RATE SCHEDULE 2 WATER FACILITY PAYMENT AND COLLECTION FEE PER SERVICE UNIT Meter Size E.S.U. * Water Impact Fee 5/8" x 3/4" 1.00 Fee Set by Separate Resolution 1" 1.67 1 1/2" 3.33 2" 5.33 3" 11.67 4" 21.00 6" 46.67 8" 80.00 WASTEWATER FACILITY PAYMENT AND COLLECTION FEE PER SERVICE UNIT Meter Size E.S.U. * Wastewater Impact Fee 5/8" x 3/4" 1.00 Fee Set by Separate Resolution 1" 1.67 1 1/2" 3.33 2" 5.33 3" 11.67 4" 21.00 6" 46.67 8" 80.00 TM 55091 ROADWAY FACILITY PAYMENT AND COLLECTION FEE PER SERVICE UNIT Service Area Cost Per Service Unit 1 Fee Set by Separate Resolution * Based on AWWA Standards C701” SECTION 3. That should any sentence, paragraph, subdivision, clause, phrase or section of this ordinance or the Code of Ordinance, as amended hereby, be adjudged or held to be unconstitutional, illegal or invalid the same shall not affect the remaining provisions of said ordinance or the Code of Ordinances, as amended hereby, which shall continue in full force and affect. SECTION 4. That all the provisions of this ordinance are hereby declared to be governmental and for the health, safety and welfare of the general public. Any member of the City Council or any City official or employee charged with the enforcement of this ordinance of the Code of Ordinances as amended hereby, acting for the City of Coppell, Texas, in the discharge of their duties, shall not thereby render themselves personally liable; and they are hereby relieved from all personal liability for any damage that might occur to persons or property as a result of any act required or permitted in the discharge of said duties. SECTION 5. That any violation of this ordinance may be enjoined by a suit filed in the name of the City of Coppell, Texas, in a court of competence jurisdiction; and this remedy shall be in addition to any penal provision in this ordinance or in the Code of Ordinances of the City of Coppell, Texas as amended hereby. TM 55091 SECTION 6. That this ordinance shall take effect immediately from and after its passage and the publication of the caption as the law and charter in such cases provide. DULY PASSED by the City Council of the City of Coppell, Texas, this the _____ day of __________, 2012. APPROVED: ______________________________________ DOUGLAS N. STOVER, MAYOR ATTEST: _______________________________________ CHRISTEL PETTINOS, CITY SECRETARY APPROVED AS TO FORM: ___________________________________ ROBERT E. HAGER, CITY ATTORNEY PARKS AND RECREATION DEPARTMENT CITY COUNCIL AGENDA ITEM DATE: April 24, 2012 TO: Mayor and City Council FROM: Brad Reid, Director of Parks and Recreation RE: Consider award of Bid number Q-0312-01, to Nema 3 Electric, in the amount of $155,978.00, for the Andrew Brown Jr. Community Park West Parking Lot Lighting; and authorizing the City Manager to execute the necessary documents Background: Andrew Brown Jr. Community Park West, though highly visible from Denton Tap Road, has been without one standard amenity for a park with numerous athletic facilities. Parking lot lights are needed to provide the quality of service available in all of the other gathering places for large organized and passive recreation opportunities in Coppell. Funding has been made available in the 2011–12 budget and the Parks and Recreation Department is preparing to schedule this project during the low field use summer months. The Coppell Youth Soccer Association has asked the department to consider the option of also including field lighting for soccer practice areas adjacent to the parking lot. The original request was to add lights to the poles supporting the parking lot lights and direct them towards the fields. This option was deemed to be unfeasible due to the pole height required for field lights. Consequently, it was determined that 3 light standards would be required to adequately light the practice areas. The three field lights were submitted as bid alternates to be considered separately from the parking lot lights. The City of Coppell advertised for formal bids to install new LED parking lot lights at Andrew Brown West Community Park, as well as alternate pricing for additional practice area lighting. The bid advertisement closed on March 20, 2012, at which time eight (8) bids were opened. Below is a listing of the bidders, along with their total bid pricing and days anticipated for completion. Contractor Total Base Bid Total Alt. Bid Days Nema 3 Electric $109,036.00 $46,942.00 90 Illuminations By Greenlee $119,140.00 $66,889.44 60 Groves Electrical $130,400.00 $59,527.00 77 Concord Commercial $146,709.00 $53,816.50 80 Environmental Lighting Svs. $146,912.00 $69,665.00 90 Superior Group $159,828.00 $50,909.00 60 Facility Solutions Group $174,000.00 $66,000.00 50 Independent Utility Const. $192,285.00 $86,362.00 45 Based on current and previous work history with the City of Coppell, low unit pricing, equipment and manpower to handle the job, and strong references with other local municipalities, it is recommended that Nema 3 Electric be awarded Bid #Q-0312-01, Andy Brown Jr. Community Park West Parking Lot Lighting. There is $125,000.00 budgeted in fiscal year 2011-12 in Fund 17 for this project. The base bid and alternate bid total is $155,978.00, which will require an additional $30,978.00 to include the three practice field lights in the project. Jennifer Miller indicates that there are funds remaining in Fund 17 that could be used to cover this additional work. The project is estimated to take 90 calendar days to complete. Action requested: Approval of this item to include additional funding for the 3 field lights P.O. Box 167 Alvord, Texas 76225 phone: 940.427.8487 fax: 940.427.8499 jwcvei1@embarqmail.com April 12, 2012 City of Coppell 816 S. Coppell RD. Coppell, TX 75019 Mr. John Elias, Park Operation Manager RE: Andy Brown Community Park West Parking Lot Lighting John, We have reviewed the three lowest bidders for the referenced project and can find no reason eliminate the low bidder, therefore, we recommend the contract be awarded to Nema 3 Electric, Inc. Regards, Jim Weathers Engineering Associates _____________________________________________________________________________________________ Bid Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 CITY OF COPPELL, TEXAS STANDARD FIXED PRICE AGREEMENT FOR THE CONSTRUCTION OF ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 2 City of Coppell, Texas This Agreement is made by and between the City of Coppell, Texas, a home-rule municipality (hereinafter referred to as the "Owner") and __Nema 3__ (hereinafter referred to as the "Contractor") for construction of _Andy Brown Jr. Community Park West Parking Lot Lighting__, (hereinafter referred to as the "Project"), the Owner and the Contractor hereby agreeing as follows: ARTICLE I THE CONTRACT AND THE CONTRACT DOCUMENTS 1.1 THE CONTRACT 1.1.1 The Contract between the Owner and the Contractor, of which this Agreement is a part, consists of the Contract Documents. It shall be effective on the date this Agreement is executed by the last party to execute it. 1.2. THE CONTRACT DOCUMENTS 1.2.1 The Contract Documents consist of this Agreement, the Invitation to Bid, Requirements and Instructions to Bidders, the Specifications, the Drawings, the Project Manual, all Change Orders and Field Orders issued hereafter, any other amendments hereto executed by the parties hereafter, together with the following (if any): Documents not enumerated in this Paragraph 1.2.1 are not Contract Documents and do not form part of this Contract. 1.3 ENTIRE AGREEMENT 1.3.1 This Contract, together with the Contractor's performance and payment bonds for the Project, all General Conditions, Special Conditions, Plans and Specifications, and Addenda attached thereto, constitute the entire and exclusive agreement between the Owner and the Contractor with reference to the Project. Specifically, but without limitation, this Contract supersedes any bid documents and all prior written or oral communications, representations and negotiations, if any, between the Owner and Contractor not expressly made a part hereof. 1.4 NO PRIVITY WITH OTHERS 1.4.1 Nothing contained in this Contract shall create, or be interpreted to create, privity or any other contractual agreement between the Owner and any person or entity other than the Contractor. 1.5 INTENT AND INTERPRETATION 1.5.1 The intent of this Contract is to require complete, correct and timely execution of the Work. Any Work that may be required, implied or inferred by the Contract Documents, or any one or more of them, as necessary to produce the intended result shall be provided by the Contractor for the Contract Price. 1.5.2 This Contract is intended to be an integral whole and shall be interpreted as internally consistent. What is required by any one Contract Document shall be considered as required by the Contract. 1.5.3 When a word, term or phrase is used in this Contract, it shall be interpreted or construed, first, as defined herein; second, if not defined, according to its generally accepted meaning in the construction industry; and third, if there is no generally accepted meaning in the construction industry, according to its common and customary usage. 1.5.4 The words "include", "includes", or "including", as used in this Contract, shall be deemed to be followed by the phrase, "without limitation". 1.5.5 The specification herein of any act, failure, refusal, omission, event, occurrence or condition as constituting a material breach of this Contract shall not imply that any other, non-specified act, failure, refusal, omission, event, occurrence or condition shall be deemed not to constitute a material breach of this Contract. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 3 1.5.6 Words or terms used as nouns in this Contract shall be inclusive of their singular and plural forms, unless the context of their usage clearly requires a contrary meaning. 1.5.7 The Contractor shall have a continuing duty to read, carefully study and compare each of the Contract Documents, the Shop Drawings, the Product Data, and any Plans and Specifications, and shall give written notice to the Owner of any inconsistency, ambiguity, error or omission which the Contractor may discover with respect to these documents before proceeding with the affected Work. The issuance, or the express or implied approval by the Owner or the Architect of the Contract Documents, Shop Drawings or Product Data shall not relieve the Contractor of the continuing duties imposed hereby, nor shall any such approval be evidence of the Contractor's compliance with this Contract. The Owner has requested the Architect to only prepare documents for the Project, including the Drawings and Specifications for the Project, which are accurate, adequate, consistent, coordinated and sufficient for construction. HOWEVER, THE OWNER MAKES NO REPRESENTATION OR WARRANTY OF ANY NATURE WHATSOEVER TO THE CONTRACTOR CONCERNING SUCH DOCUMENTS. By the execution hereof, the Contractor acknowledges and represents that it has received, reviewed and carefully examined such documents, has found them to be complete, accurate, adequate, consistent, coordinated and sufficient for construction, and that the Contractor has not, does not, and will not rely upon any representation or warranties by the Owner concerning such documents as no such representation or warranties have been or are hereby made. Further, the Contractor represents and warrants that it has had a sufficient opportunity to inspect the Project site and assumes any and all responsibility for inadequacies or ambiguities in the plans, drawings or specifications as well as for latent conditions of the site where the work is to be performed. 1.5.8 As between numbers and scaled measurements on the Drawings and in the Design, the numbers shall govern, as between larger scale and smaller scale drawings, the larger scale shall govern. 1.5.9 Neither the organization of any of the Contract Documents into divisions, sections, paragraphs, articles, (or other categories), nor the organization or arrangement of the Design, shall control the Contractor in dividing the Work or in establishing the extent or scope of the Work to be performed by Subcontractors. 1.6 OWNERSHIP OF CONTRACT DOCUMENTS 1.6.1 The Contract Documents, and each of them, shall remain the property of the Owner. The Contractor shall have the right to keep one record set of the Contract Documents upon completion of the Project; provided, however, that in no event shall Contractor use, or permit to be used, any or all of such Contract Documents on other projects without the Owner's prior written authorization. ARTICLE II THE WORK 2.1 The Contractor shall perform all of the Work required, implied or reasonably inferable from, this Contract. 2.2 WORK 2.2.1 The term "Work" shall mean whatever is done by or required of the Contractor to perform and complete its duties under this Contract, including the following: construction of the whole or a designated part of the Project; furnishing of any required surety bonds and insurance, and the provision or furnishing of labor, supervision, services, materials, supplies, equipment, fixtures, appliances, facilities, tools, transportation, storage, power, permits and licenses required of the Contractor, fuel, heat, light, cooling and all other utilities as required by this Contract. The Work to be performed by the Contractor is generally described as follows: BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 4 2.2.2 The Contractor shall be responsible for paying for and procuring all materials and labor and furnishing all services necessary or appropriate for the full performance of the Work and the for the full completion of the Project. All materials shall be new and materials and workmanship shall be of good quality. Upon request, the Contractor shall furnish satisfactory proof of the type, kind, and quality of materials. ARTICLE III CONTRACT TIME 3.1 TIME AND LIQUIDATED DAMAGES 3.1.1 The Contractor shall commence the Work within 10 days of receipt of a written Notice to Proceed, and shall achieve Substantial Completion of the Work no later than _90___ calendar days from the date specified in the Notice to Proceed. The parties acknowledge that time is of the essence in the performance of the terms of this Contract. The term “calendar days” shall mean any and all days of the week or month, no days being excepted. "Hours worked before 8:00 a.m. after 5:00 p.m., all weekends and holidays are subject to overtime. Overtime request must be made in writing and approved by the City of Coppell. Seventy-two hours notice required. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." It is contemplated by the parties that the progress of the Work may be delayed by certain conditions beyond the control of the parties; these delays have been contemplated by the parties and considered in the time allotted for performance specified herein and includes, but is not limited to delays occasioned on account of adverse weather, temporary unavailability of materials, shipment delays, and the presence and potential interference of other contractors who may be performing work at the Project site unrelated to this agreement. The number of calendar days from the date on which the Work is permitted to proceed, through the date set forth for Substantial Completion, shall constitute the "Contract Time". 3.1.2 The Contractor shall pay the Owner the sum of $__240.00_ per day for each and every calendar day of unexcused delay in achieving Substantial Completion beyond the date set forth herein for Substantial Completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that Substantial Completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. if and when the Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 3.1.3 In the event that the Contractor achieves certification of substantial completion prior to the scheduled completion date, the Owner shall pay to the Contractor the sum of $__0_____ per day for each calendar day that substantial completion is certified in advance of the scheduled completion date. 3.1.4 No claim shall be made by the Contractor to the Owner, and no damages, costs or extra compensation shall be allowed or paid by the Owner to the Contractor for any delay or hindrance from any cause in the progress or completion of the Work or this Contract. The Contractor’s sole remedy in the event of any delay or hindrance shall be to request time extensions by written change orders as provided for hereinafter. Should the Contractor be delayed by an act of the Owner, or should the Owner order a stoppage of the Work for sufficient cause, an extension of time shall be granted by the Owner by written authorization upon written application, which extension shall not be unreasonably denied, to compensate for the delay. 3.1.5 The Owner shall have the authority to suspend the Work wholly or in part for such period or periods of time as it may deem appropriate due to unsuitable conditions considered unfavorable for the proper prosecution of the Work or for the failure of the Contractor to carry out instructions from the Owner or Owner’s representative. During any period in which the Work is stopped or during which any of BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 5 the Work is not actively in progress for any reason, Contractor shall properly protect the site and the Work from damage, loss or harm. 3.2 SUBSTANTIAL COMPLETION 3.2.1 "Substantial Completion" shall mean that stage in the progression of the Work when the Work is sufficiently complete in accordance with this Contract that the Owner can enjoy beneficial use or occupancy of the Work and can utilize the Work for its intended purpose, even though minor miscellaneous work and/or adjustment may be required. 3.3 TIME IS OF THE ESSENCE 3.3.1 All limitations of time set forth in the Contract Documents are of the essence of this Contract. ARTICLE IV CONTRACT PRICE 4.1 THE CONTRACT PRICE 4.1.1 The Owner shall pay, and the Contractor shall accept, as full and complete payment for all of the Work required herein, the fixed sum of $_155,978.00_. The sum set forth in this Paragraph 4.1 shall constitute the Contract Price which shall not be modified except by written Change Order as provided in this Contract. ARTICLE V PAYMENT OF THE CONTRACT PRICE 5.1 SCHEDULE OF VALUES 5.1.1 Within ten (10) calendar days of the effective date hereof, the Contractor shall submit to the Owner and to the Architect a Schedule of Values allocating the Contract Price to the various portions of the Work. The Contractor's Schedule of Values shall be prepared in such form, with such detail, and supported by such data as the Architect or the Owner may require to substantiate its accuracy. The Contractor shall not imbalance its Schedule of Values nor artificially inflate any element thereof. The violation of this provision by the Contractor shall constitute a material breach of this Contract. The Schedule of Values shall be used only as a basis for the Contractor's Applications for Payment and shall only constitute such basis after it has been acknowledged and accepted in writing by the Architect and the Owner. 5.2 PAYMENT PROCEDURE 5.2.1 The Owner shall pay the Contract Price to the Contractor as provided below. 5.2.2 PROGRESS PAYMENTS - Based upon the Contractor's Applications for Payment submitted to the Architect and upon Certificates for Payment subsequently issued to the Owner by the Architect, the Owner shall make progress payments to the Contractor on account of the Contract Price. 5.2.3 On or before the 25th day of each month after commencement of the Work, the Contractor shall submit an Application for Payment for the period ending the 15th day of the month to the Architect in such form and manner, and with such supporting data and content, as the Owner or the Architect may require. Therein, the Contractor may request payment for ninety percent (90%) of that portion of the Contract Price properly allocable to Contract requirements properly provided, labor, materials and equipment properly incorporated in the Work, less the total amount of previous payments received from the Owner. Such Application for Payment shall be signed by the Contractor and shall constitute the Contractor's representation that the Work has progressed to the level for which payment is requested in accordance with the Schedule of Values, that the Work has been properly installed or performed in full compliance with this Contract, and that the Contractor knows of no reason why payment should not be made as requested. Thereafter, the Architect will review the Application for Payment and may also review the Work at the Project site or elsewhere to determine whether the quantity and quality of the Work is as represented in the Application for Payment and is as required by this Contract. The Architect shall determine and certify to the Owner the amount properly owing to the Contractor. The Owner shall make partial payments BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 6 on account of the Contract Price to the Contractor within thirty (30) days following the Architect's receipt and approval of each Application for Payment. The amount of each partial payment shall be the amount certified for payment by the Architect less such amounts, if any, otherwise owing by the Contractor to the Owner or which the Owner shall have the right to withhold as authorized by this Contract. The Architect's certification of the Contractor's Application for Payment shall not preclude the Owner from the exercise of any of its rights as set forth in Paragraph 5.3 hereinbelow. 5.2.4 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment, all Work for which payments have been received from the Owner shall be free and clear of liens, claims, security interest or other encumbrances in favor of the Contractor or any other person or entity whatsoever. 5.2.5 The Contractor shall promptly pay each Subcontractor out of the amount paid to the Contractor on account of such Subcontractor's Work, the amount to which such Subcontractor is entitled. In the event the Owner becomes informed that the Contractor has not paid a Subcontractor as herein provided, the Owner shall have the right, but not the duty, to issue future checks in payment to the Contractor of amounts otherwise due hereunder naming the Contractor and such Subcontractor as joint payees. Such joint check procedure, if employed by the Owner, shall create no rights in favor of any person or entity beyond the right of the named payees to payment of the check and shall not be deemed to commit the Owner to repeat the procedure in the future. 5.2.6 No progress payment, nor any use or occupancy of the Project by the owner, shall be interpreted to constitute an acceptance of any Work not in strict accordance with this Contract. 5.3 WITHHELD PAYMENT 5.3.1 The Owner may decline to make payment, may withhold funds, and, if necessary, may demand the return of some or all of the amounts previously paid to the Contractor, to protect the Owner from loss because of: (a) defective Work not remedied by the Contractor nor, in the opinion of the Owner, likely to be remedied by the Contractor; (b) claims of third parties against the Owner or the Owner's property; (c) failure by the Contractor to pay Subcontractors or others in a prompt and proper fashion; (d) evidence that the balance of the Work cannot be completed in accordance with the Contract for the unpaid balance of the Contract Price, (e) evidence that the Work will not be completed in the time required for substantial or final completion; (f) persistent failure to carry out the Work in accordance with the Contract; (g) damage to the Owner or a third party to whom the Owner is, or may be, liable. In the event that the Owner makes written demand upon the Contractor for amounts previously paid by the Owner as contemplated in this Subparagraph 5.3.1, the Contractor shall promptly comply with such demand. The Owner shall have no duty to third parties to withhold payment to the Contractor and shall incur no liability for a failure to withhold funds. 5.4 UNEXCUSED FAILURE TO PAY 5.4.1 If within fifteen (15) days after the date established herein for payment to the Contractor by the Owner, the Owner, without cause or basis hereunder, fails to pay the Contractor any amount then due and payable to the Contractor, then the Contractor may after ten (10) additional days' written notice to the Owner and the Architect, and without prejudice to any other available rights or remedies it may have, stop the Work until payment of those amounts due from the Owner have been received. Late payments shall not accrue interest or other late charges. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 7 5.5 SUBSTANTIAL COMPLETION 5.5.1 When the Contractor believes that the Work is substantially complete, the Contractor shall submit to the Architect a list of items to be completed or corrected. When the Architect on the basis of an inspection determines that the Work is in fact substantially complete, it will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion, shall state the responsibilities of the Owner and the Contractor for Project security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed therein. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work. The Certificate of Substantial Completion shall be submitted to the Owner and the Contractor for their written acceptance of the responsibilities assigned to them in such certificate. Upon Substantial Completion of the Work, and execution by both the Owner and the Contractor of the Certificate of Substantial Completion, the Owner shall pay the Contractor an amount sufficient to increase total payments to the Contractor to one hundred percent (100%) of the Contract Price less three hundred percent (300%) of the reasonable cost as determined by the Owner and the Architect for completing all incomplete Work, correcting and bringing into conformance all defective and nonconforming Work, and handling all unsettled claims. 5.6 COMPLETION AND FINAL PAYMENT 5.6.1 When all of the Work is finally complete and the Contractor is ready for a final inspection, it shall notify the Owner and the Architect thereof in writing. Thereupon, the Architect will make final inspection of the Work and, if the Work is complete in full accordance with this Contract and this Contract has been fully performed, the Architect will promptly issue a final Certificate for Payment certifying to the Owner that the Project is complete and the Contractor is entitled to the remainder of the unpaid Contract Price, less any amount withheld pursuant to this Contract. If the Architect is unable to issue its final Certificate for Payment and is required to repeat its final inspection of the Work, the Contractor shall bear the cost of such repeat final inspection(s) which cost may be deducted by the Owner from the Contractor's final payment. 5.6.1.1 If the Contractor fails to achieve final completion within the time fixed therefor by the Architect in its Certificate of Substantial Completion, the Contractor shall pay the Owner the sum set forth hereinabove as liquidated damages per day for each and every calendar day of unexcused delay in achieving final completion beyond the date set forth herein for final completion of the Work. Any sums due and payable hereunder by the Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by the Owner, estimated at or before the time of executing this Contract. When the Owner reasonably believes that final completion will be inexcusably delayed, the Owner shall be entitled, but not required, to withhold from any amounts otherwise due the Contractor an amount then believed by the Owner to be adequate to recover liquidated damages applicable to such delays. If and when the Contractor overcomes the delay in achieving final completion, or any part thereof, for which the Owner has withheld payment, the Owner shall promptly release to the Contractor those funds withheld, but no longer applicable, as liquidated damages. 5.6.2 The Contractor shall not be entitled to final payment unless and until it submits to the Architect its affidavit that all payrolls, invoices for materials and equipment, and other liabilities connected with the Work for which the Owner, or the Owner's property might be responsible, have been fully paid or otherwise satisfied; releases and waivers of lien from all Subcontractors of the Contractor and of any and all other parties required by the Architect or the Owner; consent of Surety, if any, to final payment. If any third party fails or refuses to provide a release of claim or waiver of lien as required by the Owner, the Contractor shall furnish a bond satisfactory to the Owner to discharge any such lien or indemnify the Owner from liability. 5.6.3 The Owner shall make final payment of all sums due the Contractor within ten (10) days of the Architect's execution of a final Certificate for Payment. 5.6.4 Acceptance of final payment shall constitute a waiver of all claims against the Owner by the Contractor except for those claims previously BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 8 made in writing against the Owner by the Contractor, pending at the time of final payment, and identified in writing by the Contractor as unsettled at the time of its request for final payment. 5.6.5 Under no circumstance shall Contractor be entitled to receive interest on any payments or monies due Contractor by the Owner, whether the amount on which the interest may accrue is timely, late, wrongfully withheld, or an assessment of damages of any kind. ARTICLE VI THE OWNER 6.1 INFORMATION, SERVICES AND THINGS REQUIRED FROM OWNER 6.1.1 The Owner shall furnish to the Contractor, at the time of executing this Contract, any and all written and tangible material in its possession concerning conditions below ground at the site of the Project. Such written and tangible material is furnished to the Contractor only in order to make complete disclosure of such material and for no other purpose. By furnishing such material, the Owner does not represent, warrant, or guarantee its accuracy either in whole, in part, implicitly or explicitly, or at all, and shall have no liability therefor. The Owner shall also furnish surveys, legal limitations and utility locations (if known), and a legal description of the Project site. 6.1.2 Excluding permits and fees normally the responsibility of the Contractor, the Owner shall obtain all approvals, easements, and the like required for construction and shall pay for necessary assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. 6.1.3 The Owner shall furnish the Contractor, free of charge, one copy of the Contract Documents for execution of the Work. 6.2 RIGHT TO STOP WORK 6.2.1 If the Contractor persistently fails or refuses to perform the Work in accordance with this Contract, or if the best interests of the public health, safety or welfare so require, the Owner may order the Contractor to stop the Work, or any described portion thereof, until the cause for stoppage has been corrected, no longer exists, or the Owner orders that Work be resumed. In such event, the Contractor shall immediately obey such order. 6.3 OWNER'S RIGHT TO PERFORM WORK 6.3.1 If the Contractor's Work is stopped by the Owner under Paragraph 6.2, and the Contractor fails within seven (7) days of such stoppage to provide adequate assurance to the Owner that the cause of such stoppage will be eliminated or corrected, then the Owner may, without prejudice to any other rights or remedies the Owner may have against the Contractor, proceed to carry out the subject Work. In such a situation, an appropriate Change Order shall be issued deducting from the Contract Price the cost of correcting the subject deficiencies, plus compensation for the Architect's additional services and expenses necessitated thereby, if any. If the unpaid portion of the Contract Price is insufficient to cover the amount due the Owner, the Contractor shall pay the difference to the Owner. ARTICLE VII THE CONTRACTOR 7.1 The Contractor is again reminded of its continuing duty set forth in Subparagraph 1.5.7. The Contractor shall perform no part of the Work at any time without adequate Contract Documents or, as appropriate, approved Shop Drawings, Product Data or Samples for such portion of the Work. If the Contractor performs any of the Work knowing it involves a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall bear responsibility for such performance and shall bear the cost of correction. 7.2 The Contractor shall perform the Work strictly in accordance with this Contract. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 9 7.3 The Contractor shall supervise and direct the Work using the Contractor's best skill, effort and attention. The Contractor shall be responsible to the Owner for any and all acts or omissions of the Contractor, its employees and others engaged in the Work on behalf of the Contractor. 7.3.1 The Contractor shall give adequate attention to the faithful prosecution of the Work and the timely completion of this Contract, with authority to determine the manner and means of performing such Work, so long as such methods insure timely completion and proper performance. 7.3.2 The Contractor shall exercise all appropriate means and measures to insure a safe and secure jobsite in order to avoid and prevent injury, damage or loss to persons or property. 7.4 WARRANTY 7.4.1 The Contractor warrants to the Owner that all labor furnished to progress the Work under this Contract will be competent to perform the tasks undertaken, that the product of such labor will yield only first-class results, that materials and equipment furnished will be of good quality and new unless otherwise permitted by this Contract, and that the Work will be of good quality, free from faults and defects and in strict conformance with this Contract. All Work not conforming to these requirements may be considered defective. 7.5 The Contractor shall obtain and pay for all permits, fees and licenses necessary and ordinary for the Work. The Contractor shall comply with all lawful requirements applicable to the Work and shall give and maintain any and all notices required by applicable law pertaining to the Work. 7.6 SUPERVISION 7.6.1 The Contractor shall employ and maintain at the Project site only competent supervisory personnel. Absent written instruction from the Contractor to the contrary, the superintendent shall be deemed the Contractor's authorized representative at the site and shall be authorized to receive and accept any and all communications from the Owner or the Architect. 7.6.2 Key supervisory personnel assigned by the Contractor to this Project are as follows: NAME FUNCTION ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ ____________________ So long as the individuals named above remain actively employed or retained by the Contractor, they shall perform the functions indicated next to their names unless the Owner agrees to the contrary in writing. In the event one or more individuals not listed above subsequently assume one or more of those functions listed above, the Contractor shall be bound by the provisions of this Subparagraph 7.6.2 as though such individuals had been listed above. 7.7 The Contractor, within fifteen (15) days of commencing the Work, shall submit to the Owner and the Architect for their information, the Contractor's schedule for completing the Work. The Contractor's schedule shall be revised no less frequently than monthly (unless the parties otherwise agree in writing) and shall be revised to reflect conditions encountered from time to time and shall be related to the entire Project. Each such revision shall be furnished to the Owner and the Architect. Failure by the Contractor to strictly comply with the provisions of this Paragraph 7.7 shall constitute a material breach of this Contract. 7.8 The Contractor shall continuously maintain at the site, for the benefit of the owner and the Architect, one record copy of this Contract marked to record on a current basis changes, selections and modifications made during construction. Additionally, the Contractor shall maintain at the site for the Owner and Architect the approved Shop Drawings, Product Data, Samples and other similar required submittals. Upon final completion of the Work, all of these record documents shall be delivered to the Owner. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 10 7.9 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 7.9.1 Shop Drawings, Product Data, Samples and other submittals from the Contractor do not constitute Contract Documents. Their purpose is merely to demonstrate the manner in which the Contractor intends to implement the Work in conformance with information received from the Contract Documents. 7.9.2 The Contractor shall not perform any portion of the Work requiring submittal and review of Shop Drawings, Product Data or Samples unless and until such submittal shall have been approved by the Architect. Approval by the Architect, however, shall not be evidence that Work installed pursuant thereto conforms with the requirements of this Contract. 7.10 CLEANING THE SITE AND THE PROJECT 7.10.1 The Contractor shall keep the site reasonably clean during performance of the Work. Upon final completion of the Work, the Contractor shall clean the site and the Project and remove all waste, rubbish, temporary structures, and other materials together with all of the Contractor's property therefrom. Contractor shall dispose of all refuse at a Texas Natural Resource Conservation Commission approved landfill. The Contractor shall further restore all property damaged during the prosecution of the Work and shall leave the site in a clean and presentable condition. No additional payment shall be made by the Owner for this work, the compensation having been considered and included in the contract price. 7.11 ACCESS TO WORK AND INSPECTIONS 7.11.1 The Owner and the Architect shall have access to the Work at all times from commencement of the Work through final completion. The Contractor shall take whatever steps necessary to provide access when requested. When reasonably requested by the Owner or the Architect, the Contractor shall perform or cause to be performed such testing as may be necessary or appropriate to insure suitability of the jobsite or the Work’s compliance with the Contract requirements. All overtime incurred by the City for inspection services shall be paid by the Contractor. If not paid, such cost may be deducted from partial payments." 7.12 INDEMNITY AND DISCLAIMER 7.12.1 OWNER SHALL NOT BE LIABLE OR RESPONSIBLE FOR, AND SHALL BE INDEMNIFIED, DEFENDED, HELD HARMLESS AND RELEASED BY CONTRACTOR FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY CHARACTER, TYPE, OR DESCRIPTION, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY OR LOSS TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS, INCLUDING THE CONTRACTOR, OR PROPERTY, ARISING OUT OF, OR OCCASIONED BY, DIRECTLY OR INDIRECTLY, THE PERFORMANCE OF CONTRACTOR UNDER THIS AGREEMENT, INCLUDING CLAIMS AND DAMAGES ARISING IN WHOLE OR IN PART FROM THE NEGLIGENCE OF OWNER, WITHOUT, HOWEVER, WAIVING ANY GOVERN-MENTAL IMMUNITY AVAILABLE TO THE OWNER UNDER TEXAS LAW AND WITHOUT WAIVING ANY DEFENSES OF THE PARTIES UNDER TEXAS LAW. THE PROVISIONS OF THIS INDEMNI-FICATION ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENT OF THE PARTIES TO THIS AGREEMENT THAT THE INDEMNITY PROVIDED FOR IN THIS CONTRACT IS AN INDEMNITY EXTENDED BY CONTRACTOR TO INDEMNIFY AND PROTECT OWNER FROM THE CONSEQUENCES OF THE CONTRACTOR’S AS WELL AS THE OWNER'S NEGLIGENCE, WHETHER SUCH NEGLIGENCE IS THE SOLE OR PARTIAL CAUSE OF ANY SUCH INJURY, DEATH, OR DAMAGE. IN ADDITION, CONTRACTOR SHALL OBTAIN AND FILE WITH OWNER CITY OF COPPELL A STANDARD CERTIFICATE OF INSURANCE AND APPLICABLE POLICY ENDORSEMENT EVIDENCING THE REQUIRED COVERAGE AND NAMING THE OWNER CITY OF COPPELL BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 11 AS AN ADDITIONAL INSURED ON THE REQUIRED COVERAGE. 7.12.2 The Contractor will secure and maintain Contractual Liability insurance to cover this indemnification agreement that will be primary and non-contributory as to any insurance maintained by the Owner for its own benefit, including self- insurance. In addition, Contractor shall obtain and file with Owner City of Coppell a Standard Certificate of Insurance and applicable policy endorsement evidencing the required coverage and naming the Owner City of Coppell as an additional insured on the required coverage. 7.12.3 In claims against any person or entity indemnified under this Paragraph 7.12 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Paragraph 7.12 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 7.13 NONDISCRIMINATION 7.13.1 The Contractor shall not discriminate in any way against any person, employee or job applicant on the basis of race, color, creed, national original, religion, age, sex, or disability where reasonable accommodations can be effected to enable the person to perform the essential functions of the job. The Contractor shall further insure that the foregoing nondiscrimination requirement shall be made a part and requirement of each subcontract on this Project. 7.14 PREVAILING WAGE RATES 7.14.1 The Contractor shall comply in all respects with all requirements imposed by any laws, ordinances or resolutions applicable to the Project with regard to the minimum prevailing wage rates for all classes of employees, laborers, subcontractors, mechanics, workmen and persons furnishing labor and services to the Project. The City of Coppell has adopted a Prevailing Wage Rate Schedule, available to the Contractor by request, which specifies the classes and wage rates to be paid to all persons. The Contractor shall pay not less than the minimum wage rates established thereby for each class, craft or type of labor, workman, or mechanic employed in the execution of this Contract. The failure of the Contractor to comply with this requirement shall result in the forfeiture to the City of Coppell of a sum of not less than Sixty Dollars ($60.00) for each person per day, or portion thereof, that such person is paid less than the prevailing rate. Upon request by the Owner, Contractor shall make available for inspection and copying its books and records, including but not limited to its payroll records, account information and other documents as may be required by the Owner to insure compliance with this provision. 7.15 JOB SITE SAFETY PRECAUTIONS 7.15.1 The Contractor shall at all times exercise reasonable precautions for the safety of its employees, laborers, subcontractors, mechanics, workmen and others on and near the jobsite and shall comply with all laws, ordinances, regulations, and standards of federal, state and local safety laws and regulations. The Contractor shall provide such machinery guards, safe walk-ways, ladders, bridges, and other safety devices as may be necessary or appropriate to insure a safe and secure jobsite and shall require its subcontractors to comply with this requirement. The Contractor shall immediately comply with any and all safety requirements imposed by the Architect during the progress of the Work. 7.16 WARNING DEVICES AND BARRICADES 7.16.1 The Contractor shall furnish and maintain such warning devices, barricades, lights, signs, pavement markings, and other devices as may be necessary or appropriate or required by the Architect to protect persons or property in, near or adjacent to the jobsite, including . No separate compensation shall be paid to the Contractor for such measures. Where the Work is being conducted in, upon or near streets, alleys, sidewalks, or other rights-of-way, the Contractor shall insure the placement, maintenance and operation of any and all such warning devices as may be required by the City of Coppell and shall do so until no longer required by the City. Such devices shall be in compliance with and conform to the manual and specifications for the uniform system of traffic control devices adopted by the Texas Department of Transportation. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 12 7.17 PROTECTION OF UTILITIES AND OTHER CONTRACTORS 7.17.1 The Contractor shall use best efforts to leave undisturbed and uninterrupted all utilities and utility services provided to the jobsite or which presently exists at, above or beneath the location where the Work is to be performed. In the event that any utility or utility service is disturbed or damaged during the progress of the Work, the Contractor shall forthwith repair, remedy or restore the utility at Contractor’s sole expense. 7.17.2 The Contractor understands and acknowledges that other contractors of the Owner or of other entities may be present at the jobsite performing other work unrelated to the Project. The Contractor shall use best efforts to work around other contractors without impeding the work of others while still adhering to the completion date established herein. In the event that the Contractor’s work is or may be delayed by any other person, the Contractor shall immediately give notice thereof to the Architect and shall request a written Change Order in accordance with the procedures set forth by this Contract. The Contractor’s failure to provide such notice and to request such Change Order shall constitute a waiver of any and all claims associated therewith. ARTICLE VIII CONTRACT ADMINISTRATION 8.1 THE ARCHITECT 8.1.1 When used in this Contract the term “Architect” does not necessarily denote a duly licensed, trained or certified architect; as used herein, the term shall be used interchangeably and shall mean a designated Architect, Engineer, or Contract Administrator (who may not be an architect or engineer) for the Owner, said person to be designated or redesignated by the Owner prior to or at any time during the Work hereunder. The Architect may be an employee of the Owner or may be retained by the Owner as an independent contractor but, in either event, the Architect’s duties and authority shall be as set forth hereinafter. The Contractor understands and agrees that it shall abide by the decisions and instructions of the Architect notwithstanding the contractual relationship between the Owner and Architect. All of the Owner’s instructions to the Contractor shall be through the Architect. In the event the Owner should find it necessary or convenient to replace the Architect, the Owner shall retain a replacement Architect and the status of the replacement Architect shall be that of the former Architect. 8.2 ARCHITECT'S ADMINISTRATION 8.2.1 The Architect, unless otherwise directed by the Owner in writing, will perform those duties and discharge those responsibilities allocated to the Architect as set forth in this Contract. The Architect shall be the Owner's representative from the effective date of this Contract until final payment has been made. 8.2.2 The Owner and the Contractor shall communicate with each other in the first instance through the Architect. 8.2.3 The Architect shall be the initial interpreter of the requirements of the drawings and specifications and the judge of the performance thereunder by the Contractor. The Architect shall render written or graphic interpretations necessary for the proper execution or progress of the Work with reasonable promptness on request of the Contractor. 8.2.4 The Architect will review the Contractor's Applications for Payment and will certify to the Owner for payment to the Contractor, those amounts then due the Contractor as provided in this Contract. 8.2.5 The Architect shall have authority to reject Work which is defective or does not conform to the requirements of this Contract. If the Architect deems it necessary or advisable, the Architect shall have authority to require additional inspection or testing of the Work for compliance with Contract requirements. 8.2.6 The Architect will review and approve, or take other appropriate action as necessary, concerning the Contractor's submittals including Shop Drawings, Product Data and Samples. Such review, approval or other action shall be for the sole purpose of determining conformance with the design BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 13 concept and information given through the Contract Documents. 8.2.7 The Architect will prepare Change Orders and may authorize minor changes in the Work by Field Order as provided elsewhere herein. 8.2.8 The Architect shall, upon written request from the Contractor, conduct inspections to determine the date of Substantial Completion and the date of final completion, will receive and forward to the Owner for the Owner's review and records, written warranties and related documents required by this Contract and will issue a final Certificate for Payment upon compliance with the requirements of this Contract. 8.2.9 The Architect's decisions in matters relating to aesthetic effect shall be final if consistent with the intent of this Contract. 8.3 CLAIMS BY THE CONTRACTOR 8.3.1 The Architect shall determine all claims and matters in dispute between the Contractor and Owner with regard to the execution, progress, or sufficiency of the Work or the interpretation of the Contract Documents, including but not limited to the plans and specifications. Any dispute shall be submitted in writing to the Architect within seven (7) days of the event or occurrence or the first appearance of the condition giving rise to the claim or dispute who shall render a written decision within a reasonable time thereafter. The Architect’s decisions shall be final and binding on the parties. In the event that either party objects to the Architect’s determination as to any submitted dispute, that party shall submit a written objection to the Architect and the opposing party within ten (10) days of receipt of the Architect’s written determination in order to preserve the objection. Failure to so object shall constitute a waiver of the objection for all purposes. 8.3.2 Pending final resolution of any claim of the Contractor, the Contractor shall diligently proceed with performance of this Contract and the Owner shall continue to make payments to the Contractor in accordance with this Contract. 8.3.3 CLAIMS FOR CONCEALED, LATENT OR UNKNOWN CONDITIONS - The Contractor expressly represents that it has been provided with an adequate opportunity to inspect the Project site and thoroughly review the Contract Documents and plans and specifications prior to submission of its bid and the Owner’s acceptance of the bid. Subject to the conditions hereof, Contractor assumes full responsibility and risk for any concealed, latent or unknown condition which may affect the Work. No claims for extra work or additional compensation shall be made by Contractor in connection with concealed, latent or unknown conditions except as expressly provided herein. Should concealed, latent or unknown conditions encountered in the performance of the Work (a) below the surface of the ground or (b) in an existing structure be at variance with the conditions indicated by this Contract, or should unknown conditions of an unusual nature differing materially from those ordinarily encountered in the area and generally recognized as inherent in Work of the character provided for in this Contract, be encountered, the Contract Price shall be equitably adjusted by Change Order upon the written notice and claim by either party made within seven (7) days after the first observance of the condition. As a condition precedent to the Owner having any liability to the Contractor for concealed or unknown conditions, the Contractor must give the Owner and the Architect written notice of, and an opportunity to observe, the condition prior to disturbing it. The failure by the Contractor to make the written notice and claim as provided in this Subparagraph shall constitute a waiver by the Contractor of any claim arising out of or relating to such concealed, latent or unknown condition and the Contractor thereby assumes all risks and additional costs associated therewith. 8.3.4 CLAIMS FOR ADDITIONAL COSTS - If the Contractor wishes to make a claim for an increase in the Contract Price, as a condition precedent to any liability of the Owner therefor, the Contractor shall give the Architect written notice of such claim within seven (7) days after the occurrence of the event, or the first appearance of the condition, giving rise to such claim. Such notice shall be given by the Contractor before proceeding to execute any additional or changed Work. The failure by the Contractor to give such notice and to give such notice prior to executing the Work shall constitute a waiver of any claim for additional compensation. 8.3.4.1 In connection with any claim by the Contractor against the Owner for compensation in excess of the Contract Price, any liability of the Owner for the Contractor's costs shall be strictly BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 14 limited to direct costs incurred by the Contractor and shall in no event include indirect costs or consequential damages of the Contractor. The Owner shall not be liable to the Contractor for claims of third parties, including Subcontractors. The Owner shall not be liable to the Contractor for any claims based upon delay to the Contractor for any reason whatsoever including any act or neglect on the part of the Owner. 8.3.5 CLAIMS FOR ADDITIONAL TIME - If the Contractor is delayed in progressing any task which at the time of the delay is then critical or which during the delay becomes critical, as the sole result of any act or neglect to act by the Owner or someone acting in the Owner's behalf, or by changes ordered in the Work, unusual delay in transportation, unusually adverse weather conditions not reasonably anticipated, fire or any causes beyond the Contractor's control, then the date for achieving Substantial Completion of the Work shall be extended upon the written notice and claim of the Contractor to the Owner and the Architect, for such reasonable time as the Architect may determine. Any notice and claim for an extension of time by the Contractor shall be made not more than seven (7) days after the occurrence of the event or the first appearance of the condition giving rise to the claim and shall set forth in detail the Contractor's basis for requiring additional time in which to complete the Project. In the event the delay to the Contractor is a continuing one, only one notice and claim for additional time shall be necessary. If the Contractor fails to make such claim as required in this Subparagraph, any claim for an extension of time shall be waived. The procedures and remedies provided by this provision shall be the sole remedy of Contractor and Contractor shall not assert nor be entitled to any additional delays or damages associated therewith. 8.4 FIELD ORDERS 8.4.1 The Architect shall have authority to order minor changes in the Work not involving a change in the Contract Price or in Contract Time and not inconsistent with the intent of the Contract. Such changes shall be effected by Field Order and shall be binding upon the Contractor. The Contractor shall carry out such Field Orders promptly. 8.5 MEDIATION 8.5.1 In the event that a dispute arises under the terms of this Contract, following an adverse determination by the Architect and proper preservation of the issue as required herein, the parties agree to submit to mediation. In such event, the parties shall agree to a designated person to serve as mediator and each party shall be responsible for payment of one-half of the total mediation fees. The parties shall submit the dispute to mediation as soon as practical and in no event later than one (1) year after the Architect’s written decision on the matter. At least one designated representative of each party must attend and participate in good faith in an effort to resolve the matters in dispute. 8.5.2 In no event shall the foregoing provision justify or authorize any delay in the progress of the Work; the parties shall abide by the decision of the Architect in accomplishing the timely completion of the Project. ARTICLE IX SUBCONTRACTORS 9.1 DEFINITION 9.1.1 A Subcontractor is an entity which has a direct contract with the Contractor to perform a portion of the Work. No Subcontractor shall be in privity with the Owner. 9.2 AWARD OF SUBCONTRACTS 9.2.1 Upon execution of the Contract, the Contractor shall furnish the Owner, in writing, the names of persons or entities proposed by the Contractor to act as a Subcontractor on the Project. The Owner shall promptly reply to the Contractor, in writing, stating any objections the Owner may have to such proposed Subcontractor. The Contractor shall not enter into a subcontract with a proposed Subcontractor with reference to whom the Owner has made timely objection. The Contractor shall not be required to subcontract with any party to whom the Contractor has objection. 9.2.2 All subcontracts shall afford the Contractor rights against the Subcontractor which BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 15 correspond to those rights afforded to the Owner against the Contractor herein, including those rights afforded to the Owner by Subparagraph 12.2.1 below. All subcontracts shall incorporate by reference the provisions hereof and shall provide that no claims, causes or demands shall be made by any Subcontractor against the Owner. 9.2.3 The Contractor shall indemnify, defend and hold harmless the Owner from and against any and all claims, demands, causes of action, damage, and liability asserted or made against the Owner by or on behalf of any Subcontractor. ARTICLE X CHANGES IN THE WORK 10.1 CHANGES PERMITTED 10.1.1 Changes in the Work within the general scope of this Contract, consisting of additions, deletions, revisions, or any combination thereof, may be ordered without invalidating this Contract, by Change Order or by Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of this Contract and the Contractor shall proceed promptly with such changes. 10.2 CHANGE ORDER DEFINED 10.2.1 Change Order shall mean a written order to the Contractor executed by the Owner and the Architect, issued after execution of this Contract, authorizing and directing a change in the Work or an adjustment in the Contract Price or the Contract Time, or any combination thereof. The Contract Price and the Contract Time may be changed only by written Change Order. 10.3 CHANGES IN THE CONTRACT PRICE 10.3.1 Any change in the Contract Price resulting from a Change Order shall be determined as follows: (a) by mutual agreement between the Owner and the Contractor as evidenced by (1) the change in the Contract Price being set forth in the Change Order, (2) such change in the Contract Price, together with any conditions or requirements related thereto, being initialed by both parties and (3) the Contractor's execution of the Change Order, or (b) if no mutual agreement occurs between the Owner and the Contractor, then, as provided in Subparagraph 10.3.2 below. 10.3.2 If no mutual agreement occurs between the Owner and the Contractor as contemplated in Subparagraph 10.3.1 above, the change in the Contract Price, if any, shall then be determined by the Architect on the basis of the reasonable expenditures or savings of those performing, deleting or revising the Work attributable to the change, including, in the case of an increase or decrease in the Contract Price, a reasonable allowance for direct job site overhead and profit. In such case, the Contractor shall present, in such form and with such content as the Owner or the Architect requires, an itemized accounting of such expenditures or savings, plus appropriate supporting data for inclusion in a Change Order. Reasonable expenditures or savings shall be limited to the following: reasonable costs of materials, supplies, or equipment including delivery costs, reasonable costs of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance, reasonable rental costs of machinery and equipment exclusive of hand tools whether rented from the Contractor or others, reasonable costs of premiums for all bonds and insurance, permit fees, and sales, use or other taxes related to the Work, and reasonable cost of direct supervision and jobsite field office overhead directly attributable to the change. In no event shall any expenditure or savings associated with the Contractor's home office or other non-jobsite overhead expense be included in any change in the Contract Price. Pending final determination of reasonable expenditures or savings to the Owner, payments on account shall be made to the Contractor on the Architect's Certificate for Payment. 10.3.3 If unit prices are provided in the Contract, and if the quantities contemplated are so changed in a proposed Change Order that application of such unit prices to the quantities of Work proposed will cause substantial inequity to the Owner or to the Contractor, the applicable unit prices shall be equitably adjusted. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 16 10.4 MINOR CHANGES 10.4.1 The Architect shall have authority to order minor changes in the Work not involving a change in the Contract Price or an extension of the Contract Time and not inconsistent with the intent of this Contract. Such minor changes shall be made by written Field Order, and shall be binding upon the owner and the Contractor. The Contractor shall promptly carry out such written Field Orders. 10.5 EFFECT OF EXECUTED CHANGE ORDER 10.5.1 The execution of a Change Order by the Contractor shall constitute conclusive evidence of the Contractor's agreement to the ordered changes in the Work, this Contract as thus amended, the Contract Price and the Contract Time. The Contractor, by executing the Change Order, waives and forever releases any claim against the Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. 10.6 NOTICE TO SURETY; CONSENT 10.6.1 The Contractor shall notify and obtain the consent and approval of the Contractor's surety with reference to all Change Orders if such notice, consent or approval are required by the Contractor's surety or by law. The Contractor's execution of the Change Order shall constitute the Contractor's warranty to the Owner that the surety has been notified of and consents to, such Change Order and the surety shall be conclusively deemed to have been notified of such Change Order and to have expressly consented thereto. ARTICLE XI UNCOVERING AND CORRECTING WORK 11.1 UNCOVERING WORK 11.1.1 If any of the Work is covered contrary to the Architect's request or to any provisions of this Contract, it shall, if required by the Architect or the Owner, be uncovered for the Architect's inspection and shall be properly replaced at the Contractor's expense without change in the Contract Time. 11.1.2 If any of the Work is covered in a manner not inconsistent with Subparagraph 11.1.1 above, it shall, if required by the Architect or Owner, be uncovered for the Architect's inspection. If such Work conforms strictly with this Contract, costs of uncovering and proper replacement shall by Change Order be charged to the Owner. If such Work does not strictly conform with this Contract, the Contractor shall pay the costs of uncovering and proper replacement. 11.2 CORRECTING WORK 11.2.1 The Contractor shall immediately proceed to correct Work rejected by the Architect as defective or failing to conform to this Contract. The Contractor shall pay all costs and expenses associated with correcting such rejected Work, including any additional testing and inspections, and reimbursement to the Owner for the Architect's services and expenses made necessary thereby. 11.2.2 If within one (1) year after Substantial Completion of the Work any of the Work is found to be defective or not in accordance with this Contract, the Contractor shall correct it promptly upon receipt of written notice from the Owner. This obligation shall survive final payment by the Owner and termination of this Contract. With respect to Work first performed and completed after Substantial Completion, this one year obligation to specifically correct defective and nonconforming Work shall be extended by the period of time which elapses between Substantial Completion and completion of the subject Work. 11.2.3 Nothing contained in this Paragraph 11.2 shall establish any period of limitation with respect to other obligations which the Contractor has under this Contract. Establishment of the one year time period in Subparagraph 11.2.2 relates only to the duty of the Contractor to specifically correct the Work. 11.3 OWNER MAY ACCEPT DEFECTIVE OR NONCONFORMING WORK 11.3.1 If the Owner chooses to accept defective or nonconforming Work, the Owner may do so. In such event, the Contract Price shall be reduced by the greater of (a) the reasonable cost of removing and correcting the defective or BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 17 nonconforming Work, and (b) the difference between the fair market value of the Project as constructed and the fair market value of the Project had it not been constructed in such a manner as to include defective or nonconforming Work. If the remaining portion of the unpaid Contract Price, if any, is insufficient to compensate the Owner for its acceptance of defective or nonconforming Work, the Contractor shall, upon written demand from the Owner, pay the Owner such remaining compensation for accepting defective or nonconforming Work. ARTICLE XII CONTRACT TERMINATION 12.1 TERMINATION BY THE CONTRACTOR 12.1.1 If the Work is stopped for a period of ninety (90) days by an order of any court or other public authority, or as a result of an act of the Government, through no fault of the Contractor or any person or entity working directly or indirectly for the Contractor, the Contractor may, upon ten (10) days' written notice to the Owner and the Architect, terminate performance under this Contract and recover from the Owner payment for the actual reasonable expenditures of the Contractor (as limited in Subparagraph 10.3.2 above) for all Work executed and for materials, equipment, tools, construction equipment and machinery actually purchased or rented solely for the Work, less any salvage value of any such items. 12.1.2 If the Owner shall persistently or repeatedly fail to perform any material obligation to the Contractor for a period of fifteen (15) days after receiving written notice from the Contractor of its intent to terminate hereunder, the Contractor may terminate performance under this Contract by written notice to the Architect and the Owner. In such event, the Contractor shall be entitled to recover from the Owner as though the Owner had terminated the Contractor's performance under this Contract for convenience pursuant to Subparagraph 12.2.1 hereunder. 12.2 TERMINATION BY THE OWNER 12.2.1 FOR CONVENIENCE 12.2.1.1 The Owner may for any reason whatsoever terminate performance under this Contract by the Contractor for convenience. The Owner shall give written notice of such termination to the Contractor specifying when termination becomes effective. 12.2.1.2 The Contractor shall incur no further obligations in connection with the Work and the Contractor shall stop Work when such termination becomes effective. The Contractor shall also terminate outstanding orders and subcontracts. The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and orders. The Owner may direct the Contractor to assign the Contractor's right, title and interest under terminated orders or subcontracts to the Owner or its designee. 12.2.1.3 The Contractor shall transfer title and deliver to the Owner such completed or partially completed Work and materials, equipment, parts, fixtures, information and Contract rights as the Contractor has. 12.2.1.4 (a) The Contractor shall submit a termination claim to the Owner and the Architect specifying the amounts due because of the termination for convenience together with costs, pricing or other data required by the Architect. If the Contractor fails to file a termination claim within one (1) year from the effective date of termination, the Owner shall pay the Contractor, an amount derived in accordance with subparagraph (c) below. (b) The Owner and the Contractor may agree to the compensation, if any, due to the Contractor hereunder. (c) Absent agreement to the amount due to the Contractor, the Owner shall pay the Contractor the following amounts: (i) Contract prices for labor, materials, equipment and other services accepted under this Contract; (ii) Reasonable costs incurred in preparing to perform and in performing the terminated portion of BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 18 the Work, and in terminating the Contractor's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit or consequential damages), provided however, that if it appears that the Contractor would have not profited or would have sustained a loss if the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss, if any; (iii) Reasonable costs of settling and paying claims arising out of the termination of subcontracts or orders pursuant to Subparagraph 12.2.1.2 of this Paragraph. These costs shall not include amounts paid in accordance with other provisions hereof. The total sum to be paid the Contractor under this Subparagraph 12.2.1 shall not exceed the total Contract Price, as properly adjusted, reduced by the amount of payments otherwise made, and shall in no event include duplication of payment. 12.2.2 FOR CAUSE 12.2.2.1 If the Contractor persistently or repeatedly refuses or fails to prosecute the Work in a timely manner, abandons the jobsite and fails to resume work within five (5) days of written notice thereof by the Owner, fails to grant or allow access to the jobsite by the Owner or Architect, fails to supply enough properly skilled workers, supervisory personnel or proper equipment or materials, fails to make prompt payment to Subcontractors or for materials or labor, persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction, or otherwise is guilty of a violation of a material provision of this Contract, then the Owner may by written notice to the Contractor, without prejudice to any other right or remedy, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the Work by whatever methods it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. 12.2.2.2 If the unpaid balance of the Contract Price does not exceed the cost of finishing the work, including compensation for the Architect's additional services and expenses made necessary thereby, such difference shall be paid by the Contractor to the Owner. This obligation for payment shall survive the termination of the Contract. 12.2.2.3 In the event the employment of the Contractor is terminated by the Owner for cause pursuant to Subparagraph 12.2.2 and it is subsequently determined by a Court of competent jurisdiction that such termination was without cause, such termination shall thereupon be deemed a Termination for Convenience under Subparagraph 12.2.1 and the provisions of Subparagraph 12.2.1 shall apply. ARTICLE XIII INSURANCE 13.1 CONTRACTOR SHALL MAINTAIN INSURANCE 13.1.1 The Contractor at his own expense shall purchase, maintain and keep in force during the life of this contract, adequate insurance that will protect the Contractor and/or any Additional Insured from claims which may arise out of or result from operations under this contract. The insurance required shall provide adequate protections from all claims, whether such operations be by the Contractor or by any Additional Insured or by any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone whose acts of any of them may be liable and from any special hazards, such as blasting, which may be encountered in the performance of this contract in the amounts as shown below in Paragraph 13.2.1. 13.1.2 The Contractor shall not commence work on any Contract in the City of Coppell until the Contractor has obtained all the insurance required under this paragraph and such insurance has been approved by the City. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 19 13.2 TYPES AND AMOUNTS OF CONTRACTOR’S INSURANCE 13.2.1. The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Type of Insurance Amount Worker's Compensation as set forth in the Worker's Compensation Act. Commercial General $1,000,000 Each Accident/Occurrence. Liability (Public) $1,000,000 Aggregate $1,000,000 Products & Completed Operations Aggregate. Owner’s Protective $600,000 per occurrence Liability Insurance $1,000,000 aggregate Excess/Umbrella Liability $1,000,000 per occurrence w/drop down coverage Endorsement CG 2503 Amendment Aggregate Limit of Insurance per Project or Owner's and Contractor's Protective Liability Insurance for the Project. Automobile Liability $500,000 Combined single limit per occurrence. 13.3 ADDITIONAL INSURED The Owner shall be named as an additional insured on the Commercial General Liability (Public), Owner’s Protective Liability, and Excess/Umbrella Liability Insurance Policies furnished by the Contractor. 13.4 WRITTEN NOTIFICATION Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non-renewal or any material change in coverage, a notice there of shall be given by certified mail to the Division of Purchasing, City of Coppell, 255 Parkway Blvd., Coppell, Texas, 75019. 13.5 PREMIUMS AND ASSESSMENTS Companies issuing the insurance policies shall have no recourse against the City for payment of any premiums or assessments for any deductibles which are at the sole responsibility and risk of the Contractor. 13.6 CERTIFICATE OF INSURANCE Proof that the insurance is in force shall be furnished to the City on City of Coppell Standard Certificate of Insurance Forms. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the City of Coppell, the contractor shall furnish the City proof of identical continued coverage no later than thirty(30) days prior to the expiration date shown on the Certificate of Insurance. 13.7 PRIMARY COVERAGE The coverages provided herein shall be primary and noncontributory with any other insurance maintained by the City of Coppell, Texas, for its benefit, including self insurance. 13.8 WORKER’S COMPENSATION INSURANCE COVERAGE 13.8.1 The Contractor shall: (1) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 20 on the contractor's current certificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (B) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the Texas Worker’s Compensation Comm- ission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." and (8) contractually require each person with whom it contracts to provide services on a project, to: (A) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (B) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (C) include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; (D) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (E) obtain from each other person with whom it contracts, and provide to the Contractor: BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 21 (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (F) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (G) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (H) contractually require each other person with whom it contracts, to perform as required by sub- paragraphs (A) - (H) of this paragraph, with the certificate of coverage to be provided to the person for whom they are providing services. ARTICLE XIV MISCELLANEOUS 14.1 LAWS AND ORDINANCES 14.1.1 The Contractor shall at all times and in all respects observe and comply with all federal, state and local laws, ordinances, and regulations applicable to the Project and Work. The Contractor shall further insure that all Subcontractors observe and comply with said laws, ordinances and regulations. 14.2 GOVERNING LAW 14.2.1 The Contract shall be governed by the laws of the State of Texas. Venue for any causes of action arising under the terms or provisions of this Contract or the Work to be performed hereunder shall be in the courts of Dallas County, Texas. 14.3 SUCCESSORS AND ASSIGNS 14.3.1 The Owner and Contractor bind themselves, their successors, assigns and legal representatives to the other party hereto and to successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in this Contract. The Contractor shall not assign this Contract without written consent of the Owner. 14.4 SURETY BONDS 14.4.1 If the Contract Price exceeds the sum of $50,000.00, the Contractor shall furnish separate performance and payment bonds to the Owner, according to the requirements set out in the bid documents and state statutes to guaranty full and faithful performance of the Contract and the full and final payment of all persons supplying labor or materials to the Project. Each bond required by the bid documents or state statute shall set forth a penal sum in an amount not less than the Contract Price. Each bond furnished by the Contractor shall incorporate by reference the terms of this Contract as fully as though they were set forth verbatim in such bonds. In the event the Contract Price is adjusted by Change Order executed by the Contractor, the penal sum of both the performance bond and the payment bond shall be deemed increased by like amount. The performance and payment bonds furnished by the Contractor shall be in form suitable to the Owner and shall be executed by a surety, or sureties, reasonably suitable to the Owner and authorized to do business in the State of Texas by the State Board of Insurance. 14.4.2 If the Contract Price exceeds the sum of $50,000.00, the Contractor, upon execution of the Contract and prior to commencement of the Work, shall furnish to the Owner a two-year maintenance bond in the amount of one hundred percent (100%) of the Contract Price covering the guaranty and maintenance prescribed herein, written by an approved surety authorized and duly licensed to conduct business in the State of Texas. The cost of BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 22 said maintenance bond shall be included in the Contractor’s unit bid prices and shall be paid by the Contractor. 14.5 SEVERABILITY 14.5.1 The provisions of this Contract are herein declared to be severable; in the event that any term, provision or part hereof is determined to be invalid, void or unenforceable, such determination shall not affect the validity or enforceability of the remaining terms, provisions and parts, and this Contract shall be read as if the invalid, void or unenforceable portion had not be included herein. 14.6 AMENDMENTS 14.6.1 This Contract may be amended by the parties only by a written agreement duly executed by both parties. The failure of the Owner to object to any nonperformance or nonconforming work or to enforce any provision hereof shall in no event be regarded as or construed to be a waiver, release or modification of any term or provision in this Contract, nor shall such failure to object or enforce estop the Owner from insisting on strict compliance with this Contract or from recovering damages, costs or expenses arising as a result of such nonperformance or nonconforming work. 14.7 NOTICES 14.6.1 All notices required by this Contract shall be presumed received when deposited in the mail properly addressed to the other party or Architect at the address set forth herein or set forth in a written designation of change of address delivered to all parties and the Architect. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 23 EXECUTED in single or multiple originals, this _____ day of ______________, 20____. CITY OF COPPELL CONTRACTOR: APPROVED: ___________________________________ _________________________________ City Manager (Signature) _________________________________ (Type/Print Name and Title) ATTEST: __________________________________ (Street Address) ___________________________________ __________________________________ City Secretary (City/State/Zip) BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 24 CORPORATE ACKNOWLEDGMENT THE STATE OF ____________________ COUNTY OF ______________________ BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared: _______________________________ _______________________________ (Print Name) (Print Title) of _____________________________, the Contractor designated hereinabove, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said Contractor, a corporation, that he was duly authorized to perform the same by appropriate resolution of the board of directors of such corporation and that he executed the same as the act and deed of such corporation for the purposes and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the _____ day of ________________, A.D., 20__. __________________________________________ Notary Public In and For __________________County, _________________ My Commission expires: _________________ CITY MANAGER’S ACKNOWLEDGMENT THE STATE OF TEXAS COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for said County and State, on this day personally appeared the undersigned, City Manager of the City of Coppell, Texas, a municipal corporation, known to me to be the person and officer whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of the said City of Coppell, Texas, a municipal corporation, that he/she was duly authorized to perform the same by appropriate resolution of the City Council of the City of Coppell and that he/she executed the same as the act of the said City for purpose and consideration therein expressed, and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _____ day of ____________, A.D., 20___. __________________________________ Notary Public in and for the State of Texas My Commission expires: __________________ BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 25 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That ________________________________________________________________whose address is ______________________________________________________________________________ hereinafter called Principal, and ____________________________________________________, a corporation organized and existing under the laws of the State of _______________ and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner”, in the penal sum of ___________________________________ ________________________________________________ dollars ($_____________ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the __________ day of ___________, 2006, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the : Andy Brown Jr. Community Park West Parking Lot Lighting Bid No. ___Q-0312-01___ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the plans, specifications and Contract documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in making good any default of deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 26 PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the specifications accompanying the same shall in anyway affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in ___________copies, each one of which shall be deemed an original, this, the__________ day of ________________., 20___. PRINCIPAL SURETY ___________________________________ By: __________________________ By: Title ______________________________ Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: _________________________________________________________________________ ADDRESS __________________________________________________________________ NOTE: Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 27 PAYMENT BOND STATE OF TEXAS § COUNTY OF DALLAS § KNOW ALL MEN BY THESE PRESENTS: That ________________________________________________________________whose address is ______________________________________________________________________________ hereinafter called Principal, and ____________________________________________________, a corporation organized and existing under the laws of the State of _______________ and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the CITY OF COPPELL, TEXAS a municipal corporation organized and existing under the laws of the State of Texas, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called "Owner”, in the penal sum of ___________________________________ ________________________________________________ dollars ($_____________ ) in lawful money of the United States, to be paid in Dallas County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the City of Coppell, the Owner, dated the __________ day of ___________, 2006, which is made a part hereof by reference, for the construction of certain public improvements that are generally described as follows: Construction of the : Andy brown Jr. Community Park West Parking Lot Lighting Bid No. ___Q-0312-01___ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made. notice of which modification to the Surety is hereby expressly waived; the this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive Venue shall lie in Dallas County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. BID Q-0312-01 ANDY BROWN JR. COMMUNITY PARK WEST PARKING LOT LIGHTING CITY OF COPPELL • PURCHASING DEPARTMENT • 255 PARKWAY BOULEVARD • COPPELL, TEXAS 75019 Page 28 This Bond is given pursuant to the provisions of Article 5160 of Vernon's Annotated Civil Statutes, and any other applicable statues of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Tarrant County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in ___________copies, each one of which shall be deemed an original, this, the__________ day of ________________., 20___. PRINCIPAL SURETY ___________________________________ By: __________________________ By: Title ______________________________ Title: ATTEST: ATTEST: The Resident Agent of the Surety in Dallas or Denton County, Texas, for delivery of notice and service of the process is: NAME: _________________________________________________________________________ ADDRESS __________________________________________________________________ NOTE: Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name. 1 MEMORANDUM TO: Mayor and City Council FROM: Kenneth M. Griffin, P.E., Director of Engineering and Public Works DATE: April 24, 2012 REF: Consider approval of the design contract with Freese and Nichols to modify the North Lake spillway to lower the lake level in the amount of $193,800.00; and authorizing the City Manager to sign and execute any necessary documents. For many years now, the City of Coppell has been involved in the development of property within the City of Dallas surrounding North Lake. After working through numerous legal issues, an agreement was signed in 2008 between the City of Coppell and Cypress Waters Land A, Ltd. This agreement allowed for the purchase of certain portions of the property by the City of Coppell and denoted several other areas of Coppell’s responsibility for future development. In 2009, the Ominous Amendment to the Contractor Purchase and Sell, In Lieu of Eminent Domain, was executed by the City of Coppell and Cypress Waters Land A, Ltd. concerning the modifications of the existing spillway controlling the lake level of North Lake. After much recent discussion concerning the final normal pool elevation of North Lake, it is now time to enter into the actual design contract for the modifications to the North Lake spillway. The contract this evening will allow for the borings to take place along the dam of North Lake in anticipation of a design solution for permanently lowering the lake level. The actual lowering of the lake level will be accomplished through the installation of a drop inlet box with an outlet pipe of adequate size to ensure the lake level is maintained. It is anticipated that within 120 days, the 30% design documents will be available for the City’s review, and then approximately 90 days after comments are provided back to Freese and Nichols, Inc., the 95% design plans will be available for review by the City. While there are seven months built in for the consulting engineer to perform the design, the actual time to review the design is somewhere unknown given the fact that the design will need to be reviewed not only by the City of Coppell, but also by the City of Dallas. It is hopeful that the plans will be approved and we can begin construction sometime in the first quarter of 2013. Without any preliminary design, it is difficult to ascertain what the construction cost may be, but very rough estimates place the construction cost somewhere between 2.5 and 3 million dollars. 2 Staff recommends the approval of the design contract between City of Coppell and Freese and Nichols in the amount of $193,800.00 and will be available to answer any questions at the Council meeting. CITY OF COPPELL CONSULTING ENGINEERS CONTRACT STATE OF TEXAS § KNOW ALL BY THESE PRESENTS § CITY OF COPPELL § THIS ENGINEERING SERVICES CONTRACT, hereinafter referred to as "Contract," made, entered into and executed this the _______day of ______________, 2012, by and between the City of Coppell acting by and through the City Manager with approval of the City Council hereinafter referred to as "City", and Freese and Nichols, Inc. , hereinafter referred to as "Engineer". WITNESSETH WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter referred to as "Services", in connection with the __North Lake Dam Project No. DR 11-01__, hereinafter referred to as the "Project"; and WHEREAS, the Engineer is acceptable to the City and is willing to enter into a Contract with the City to perform the hereinafter defined Services necessary to complete the Project; and WHEREAS, said Services shall be as defined herein and in the detailed Basic Services, Attachment A, and Special Services, incorporated herein by attachment and by reference; and WHEREAS, this contract shall be administered on behalf of the City by its City Engineer or his duly authorized representative. The Engineer shall fully comply with any and all instructions from said City Engineer. Page 2 AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do mutually agree as follows: The City agrees to retain the Engineer, and the Engineer agrees to provide Services in connection with the Project as defined herein, and for having rendered such Services the City agrees to pay to the Engineer fee for these Services as mutually agreed. All Services under this Contract shall be performed under the direct supervision of the City Engineer. 1. Scope of Services. A. Basic Services Parts I & II: The work tasks and activities to be performed and deliverable to be provided by the Engineer shall be in accordance with Attachment A, Scope of Services, including modifications to the Basic Services as mutually agreed to by the City and the Engineer in accordance with the provisions of this Contract. B. Additional Services Not Included In Basic Services: When mutually agreed to in writing by the City and the Engineer, the Additional Services shall be provided by the Engineer. These Additional Services are not included as a part of Basic Services and shall be paid for by the City in addition to payment for Basic Services. Should it be determined that one or more of the requirements of this Contract conflict with the requirements of the Scope of Services, including modifications to the Scope of Services or any attachments to this contract; the requirement of the Contract shall govern. 2. Progress Schedule. Within ten (10) days after receiving Notice to Proceed (NTP) the Engineer shall submit to the City a Schedule of Services consisting of a listing of the major Project tasks, the estimated consultant hours required to perform the tasks, the percentage of the Contract budget estimated to be allocated to each task and a bar chart schedule showing task beginning and completion dates. Significant milestones for the Project shall be identified. At a minimum, milestones shall be provided for the three design submittals described in Attachment A, Scope of Services: Conceptual Design Submittal, Preliminary Design Submittal, and Final Plans, Specifications, and Estimate (PS&E) Submittal. Based on Schedule of Services, the City shall compile Attachment B, Project Schedule which shall become a part of this Contract upon approval of the Engineer and the City. The Engineer shall provide to the City information to report and monitor the design tasks within the Project Schedule by completing a "Design Progress Report" on a form provided by the City. The Engineer shall complete and provide to the City said report at two week intervals. Page 3 3. Compensation. A. Basic Services Part I Fee: The Engineer shall be paid a fee for Basic Services Part I under this Contract pursuant to the Fee Schedule described in Attachment A, Scope of Services. Basic Services Part I Fee shall not exceed the lump sum of One hundred fifty nine thousand, eight hundred dollars ($159,800.00 ) provided, however, that modifications to the Basic Services Part I, or other conditions defined herein may necessitate a change of Fee which shall be reduced to writing and approved by the City or its designee. B. Basic Services Part II Fee: The Engineer should be paid a fee under this Contract for Basic Services Part II pursuant to the Fee Schedule described in Attachment A, Scope of Services. Basic Services Part II Fee shall not exceed the lump sum of Thirty four thousand dollars ($34,000.00) provided, however, that modifications to the Basic Services Part II, or other conditions defined herein may necessitate a change of Basic Fee which shall be reduced to writing and approved by the City or its designee. C. Total Maximum Fee: Total Maximum Fee for this Contract shall be a lump sum of One hundred ninety three thousand, eight hundred dollars ($193,800.00): The lump sum Basic Services Part I Fee plus the lump sum Basic Services Part II Fee. D. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar days for Basic Services Part I and/or Basic Services Part II on or before the twenty fifth (25th) calendar day of the month, or the preceding business day if the twenty fifth occurs on a weekend and/or observed holiday. Payment shall be based on the invoices submitted to the City, provided that Services completed as indicated in the Design Progress Reports approved by the City equals or exceeds the increment percentage requested on the Engineer's invoices. Engineer's invoices to City shall provide complete information and documentation to substantiate Engineer's charges and shall be in a form to be specified by the City Engineer. Should additional documentation be requested by the City Engineer the Engineer shall comply promptly with such request. E. Payments: All payments to Engineer shall be made on the basis of the invoices submitted by the Engineer and approved by the City. Following approval of invoices, City shall endeavor to pay Engineer promptly, however, under no circumstances shall Engineer be entitled to receive interest on amounts due. The City, in compliance with Texas State law, shall process a maximum of one payment to the Engineer per month. City reserves the right to correct any error that may be discovered in any invoice whether paid to the Engineer or not, and to withhold the funds requested by the Engineer relative to the error. Page 4 4. Fee Increases. Any other provision in this Contract notwithstanding, it is specifically understood and agreed that the Engineer shall not be authorized to undertake any Services pursuant to this Contract requiring the payment of any fee, expense or reimbursement in addition to the fees stipulated in Article 3 of this Contract, without having first obtained specific written authorization from the City. The written authorization for additional Services shall be in the form of a Modification to the Scope of Services approved by the City Engineer and/or the City Council, if required. 5. Modifications to the Scope of Services. Either the Engineer or the City Engineer may initiate a written request for a Modification to the Scope of Services when in the opinion of the requesting Party, the needs and conditions of the Project warrant a modification. Upon the receipt of a request by either Party, the Engineer and the City Engineer shall review the conditions associated with the request and determine the necessity of a modification. When the Parties agree that a modification is warranted, the Engineer and the City Engineer shall negotiate the specific modification(s) and any changes in the Total Maximum Fee or Project Schedule resulting from the modification(s). Approval of a modification shall be in the form of a written Modification to the Scope of Services which clearly defines the changes to the previously approved Scope of Services, Fee and/or Project Schedule. Said written Modification shall be approved by Engineer, authorized by the City Council, if required, and issued by the City Engineer. Issuance of the approved Scope of Services modification shall constitute a notice to proceed with the Project in accordance with the modified Scope of Services. The City Engineer may issue written Modifications to the Scope of Services without prior approval of the City Council when the modifications are to be accomplished within the authorized Total Maximum Fee and do not materially or substantively alter the overall scope of the Project, the Project Schedule or the Services provided by the Engineer. 6. Project Deliverables. For each submittal identified in Attachment A, Scope of Services, the Engineer shall provide the City with one set of reproducibles, one set of bluelines or hard copy and electronic media of the submittal documents. For any required environmental assessment, the Engineer shall provide one set of draft and one set of final Environmental Reports. The Environmental Reports shall be submitted as original reproducibles and on electronic media. The electronic file may omit photographs and government prepared maps. If photographs are included in the report they shall be taken with a 35 mm camera or larger format camera. Color laser copies may be substituted for the original photographs in the final report. A transmittal letter shall be included with the Environmental Reports and shall include an executive summary outlining: a.) Findings of the Reports; b.) Conclusions; c.) Recommendations; and d.) Mitigation/remediation cost estimates. Page 5 7. Project Control. It is understood and agreed that all Services shall be performed under the administrative direction of the City Engineer. No Services shall be performed under this Contract until a written Notice to Proceed is issued to the Engineer by the City Engineer. In addition, the Engineer shall not proceed with any Services after the completion and delivery to the City of the Conceptual Design Submittal, Preliminary Design Submittal, or the Final PS&E Submittal as described in the Basic Services without written instruction from the City. The Engineer shall not be compensated for any Services performed after the said submittals and before receipt of City's written instruction to proceed. 8. Partnering. The City shall encourage participation in a partnering process that involves the City, Engineer and his or her sub-consultants, and other supporting jurisdictions and/or agencies. This partnering relationship shall begin at the Pre-Design Meeting and continue for the duration of this Contract. By engaging in partnering, the parties do not intend to create a legal partnership, to create additional contractual relationships, or to in any way alter the legal relationship which otherwise exists between the City and the Engineer. The partnering effort shall be structured to draw on the strengths of each organization to identify and achieve reciprocal goals. The objectives of partnering are effective and efficient contract performance and completion of the Project within budget, on schedule, in accordance with the Scope of Services, and without litigation. Participation in partnering shall be totally voluntary and all participants shall have equal status. 9. Disputes. The City Engineer shall act as referee in all disputes under the terms of this Contract between the Parties hereto. In the event the City Engineer and the Engineer are unable to reach acceptable resolution of disputes concerning the Scope of Services to be performed under this Contract, the City and the Engineer shall negotiate in good faith toward resolving such disputes. The City Engineer may present unresolved disputes arising under the terms of this Contract to the City Manager or designee. The decision of the City Manager or designee shall be final and binding. An irreconcilable or unresolved dispute shall be considered a violation or breach of contract terms by the Engineer and shall be grounds for termination. Any increased cost incurred by the City arising from such termination shall be paid by the Engineer. 10. Engineer's Seal. The Engineer shall place his Texas Professional Engineers seal on all engineering documents and engineering data prepared under the supervision of the Engineer in the performance of this Contract. 11. Liability. Approval of the Plans, Specifications, and Estimate (PS&E) by the City shall not constitute nor be deemed a release of the responsibility and liability of Engineer, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, tracings, magnetic media and/or computer disks, estimates, specifications, investigations, studies or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the City for any Page 6 defect, error or omission in the design, working drawings, tracings, magnetic media and/or computer disks, estimates specifications, investigations, studies or other documents prepared by Engineer, its employees, subcontractors, agents and consultants. Engineer shall indemnify City for damages resulting from such defects, errors or omissions and shall secure, pay for and maintain in force during the term of this Contract sufficient errors and omissions insurance in the amount of $250,000.00 single limit, with certificates evidencing such coverage to be provided to the City. The redesign of any defective work shall be the sole responsibility and expense of the Engineer. Any work constructed, found to be in error because of the Engineer's design, shall be removed, replaced, corrected or otherwise resolved at the sole responsibility and expense of the Engineer. The parties further agree that this liability provision shall meet the requirements of the express negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 12. Indemnification. Engineer shall indemnify, hold harmless and defend the City of Coppell, its officers, agents and employees from any loss, damage, liability or expense, including attorney fees, on account of damage to property and injuries, including death, to all persons, including employees of Engineer or any associate consultant, which may arise from any errors, omissions or negligent act on the part of Engineer, its employees, agents, consultants or subcontractors, in performance of this Contract, or any breach of any obligation under this Contract. It is further understood that it is not the intention of the parties hereto to create liability for the benefit of third parties, but that this agreement shall be solely for the benefit of the parties hereto and shall not create or grant any rights, contractual or otherwise to any person or entity. The parties further agree that this indemnification provision shall meet the requirements of the express negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 13. Delays and Failure to Perform. Engineer understands and agrees that time is of the essence and that any failure of the Engineer to complete the Services of this Contract within the agreed Project Schedule shall constitute material breach of this Contract. The Engineer shall be fully responsible for its delays or for failures to use diligent effort in accordance with the terms of this Contract. Where damage is caused to the City due to the Engineer's failure to perform in these circumstances, the City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. The Engineer shall not be responsible for delays associated with review periods by the City in excess of the agreed Project Schedule. 14. Termination of Contract. It is agreed that the City or the Engineer may cancel or terminate this Contract for convenience upon fifteen (15) days written notice to the other. Immediately upon receipt of notice of such cancellation from either party to the other, all Services being performed under this Contract shall immediately cease. Pending final determination at the end of such fifteen-day period, the Engineer shall be compensated on Page 7 the basis of the percentage of Services provided prior to the receipt of notice of such termination and indicated in the final Design Progress Report submitted by the Engineer and approved by the City. 15. Personnel Qualifications. Engineer warrants to the City that all Services provided by Engineer in the performance of this Contract shall be provided by personnel who are appropriately licensed or certified as required by law, and who are competent and qualified in their respective trades or professions. 16. Quality Control. The Engineer agrees to maintain written quality control procedures. The Engineer further agrees to follow those procedures to the extent that, in the Engineer's judgment, the procedures are appropriate under the circumstances. 17. Ownership. All Engineer's designs and work product under this Contract, including but not limited to tracings, drawings, electronic or magnetic media and/or computer disks, estimates, specifications, investigations, studies and other documents, completed or partially completed, shall be the property of the City to be used as City desires, without restriction; and Engineer specifically waives and releases any proprietary rights or ownership claims therein and is relieved of liability connected with any future use by City. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to such documents while they are in the possession of or while being worked upon by the Engineer or anyone connected with the Engineer, including agents, employees, consultants or subcontractors. All documents so lost or damaged while they are in the possession of or while being worked upon by the Engineer shall be replaced or restored by Engineer without cost to the City. 18. Project Records and Right to Audit. The Engineer shall keep, retain and safeguard all records relating to this Contract or work performed hereunder for a minimum period of three (3) years following the Project completion, with full access allowed to authorized representatives of the City upon request for purposes of evaluating compliance with provisions of this Contract. Should the City Engineer determine it necessary, Engineer shall make all its records and books related to this Contract available to City for inspection and auditing purposes. 19. Non-Discrimination. As a condition of this Contract, the Engineer shall take all necessary action to ensure that, in connection with any work under this Contract it shall not discriminate in the treatment or employment of any individual or groups of individuals on the grounds of race, color, religion, national origin, age, sex or physical impairment unrelated to experience, qualifications or job performance, either directly, indirectly or through contractual or other arrangements. 20. Gratuities. City of Coppell policy mandates that employees shall never, under any circumstances, seek or accept, directly or indirectly from any individual doing or seeking Page 8 to do business with the City of Coppell, loans, services, payments, entertainment, trips, money in any amount, or gifts of any kind. 21. No Waiver. No action or failure to act on the part of either Party at any time to exercise any rights or remedies pursuant to this Contract shall be a waiver on the part of that Party of any of its rights or remedies at law or contract. 22. Compliance with Laws. The Engineer shall comply with all Federal, State and local laws, statutes, City Ordinances, rules and regulations, and the orders and decrees of any courts, or administrative bodies or tribunal in any matter affecting the performance of this Contract, including without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, Engineer shall furnish the City with satisfactory proof of compliance therewith. 23. Severability. In case one or more of the provisions contained in this Contract shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions hereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 24. Venue. With respect to any and all litigation or claims, the laws of the State of Texas shall apply and venue shall reside in Dallas County. 25. Prior Negotiations. This Contract supersedes any and all prior understandings and agreement by and between the Parties with respect to the terms of this Contract and the negotiations preceding execution of this Contract. 26. Contacts. The Engineer shall direct all inquiries from any third party regarding information relating to this Contract to the City Engineer. Page 9 27. Notification. All notices to either Party by the other required under this Contract shall be delivered personally or sent by certified U.S. mail, postage prepaid, addressed to such Party at the following respective addresses: City: City of Coppell, Texas ______________________ ______________________ ______________________ ______________________ Engineer: _______________________ _______________________ _______________________ _______________________ IN WITNESS WHEREOF, the City of Coppell, Texas and the Engineer has caused these presents to be executed by duly authorized representatives on the day and year set forth above. THE CITY OF COPPELL ENGINEER:___________________ BY: BY: ______________________ ______________________________ City Manager Name & Title Date: __________________ Date:_________________________ ATTEST: ATTEST: _______________________ ______________________________ (CORPORATE SEAL) Page 10 ATTACHMENT “A” DESIGN PHASE SERVICES The project consists of the final design and preparation of plans and specifications for the new spillway at the North Lake Dam to lower the uncontrolled spillway level from the current 510 to elevation 485. Primary components of the constructed project will consist of: 1. Drop inlet box approximately 10 x 10 x 10. 2. Approximately 500 to 600 LF of 5’ x 5’ reinforced concrete conduit, either placed in a cut and cover procedure or tunneled. 3. Reinforced concrete headwall for the outlet of the pipe and transition to the existing chute and stilling basin. 4. Associated grading and erosion protection such as rock riprap and grassing. 5. Removal of appropriate portions of the existing spillway. The design will be based on mapping information and services provided by others. Environmental permitting will be covered under a separate agreement. Efforts will include project management and monthly status reports will be provided. 1. Gather and review existing information that may be available or provided, including: a. Geotechnical and geologic data and mapping b. Available mapping c. Soils reports for the watershed d. Texas Commission on Environmental Quality (TCEQ) dam safety rules and regulations 2. Visit the project site to familiarize the project team with the dam and surrounding area. 3. Perform additional geotechnical investigations at the dam, with up to 4 borings, as shown in the attached Figure “A”, which would include one at the inlet, two along the pipeline alignment, and one for the outlet structure. Lengths will vary from 35 to 70 feet. a. Subcontract with a drilling contractor to drill the borings at the proposed locations. The borings will be drilled with either continuous flight or hollow-stem augers. Obtain soil samples for laboratory testing using thin-walled sampler tubes in fine- grained soils, perform Standard Penetration Tests in coarse-grained soils to obtain samples and perform cone penetrometer tests on rock in the field. Backfill borings with cement-bentonite grout and plug the upper foot of each boring with concrete sack mix to prevent a tripping hazard. b. Provide an engineer or geologist experienced in logging borings to direct the drilling, log the borings, record the blow counts from the cone penetrometer tests and handle the samples. c. Select samples for laboratory testing, assign tests, deliver samples to a subcontract laboratory selected by FNI, and review test results. Tests expected include Page 11 classification tests (liquid and plastic limits and percent passing the #200 Sieve), unit dry weight/moisture contents and strength tests (unconfined compression tests, unconsolidated-undrained tests and CU triaxial tests). 4. Update the hydrologic hydraulic analyses from the preliminary phase for flood routing and spillway sizing according to TCEQ requirements given the final alignment and configuration. 5. Perform analyses to demonstrate adequate safety factors as required by TCEQ for the following conditions: a. Excavation slope stability 1. During construction (interim condition) b. Appurtenant structural stability of principal spillway and outlet works 6. Develop 30% design level plans and technical specifications for the structure. 7. Prepare a 30% design level estimate of probable construction cost for the structure. 8. Coordinate with the design efforts of other improvements on the property, including the attendance at up to four project meetings with the project team and/or Owner. 9. Provide drawings and information to the City of Dallas for their review and approval. Any fees for City permitting will be paid by the City of Coppell. 10. Develop 95% design level plans, specifications, and contract documents for the structure. Furnish OWNER three (3) copies of drawings and technical specifications, and bid documents marked "Preliminary" for approval by OWNER. Upon final approval by OWNER, FNI will provide OWNER ten (10) sets of Final plans and specifications to the OWNER for use in the bidding process. 11. Prepare a submittal package for the improvements for the TCEQ. The submittal package will include: a) the final plans and specifications, b) a design report addressing the investigations, methodologies, and assumptions in developing the design, and c) any application forms required by the TCEQ. Address review comments by the TCEQ, as necessary, to obtain approvals. 12. Prepare an opinion of probable construction cost for the improvements. 13. Upon completion of the design services and approval of final drawings and contract documents by OWNER, FNI will assist OWNER in securing bids. The cost for notifying construction news publications and publishing appropriate legal notice publications shall be paid by OWNER. OWNER will be responsible for obtaining, coordinating, and negotiating bids. a. Assist Owner by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders if necessary. b. At OWNER request, FNI will assist OWNER in reviewing the qualifications provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by OWNER. Pre-qualification of all prospective bidders and issuing a list of eligible bidders prior to the bid opening is an additional service. c. Assist OWNER in the preparation of Construction Contract Documents. Provide 10 sets of Construction Contract Documents which include information from the Page 12 selected contractor, bid documents, legal documents, and addenda bound in the documents for execution by the OWNER and construction contractor. Distribute five (5) copies of these documents to the contractor with a notice of award that includes directions for the execution of these documents by the construction contractor. Provide OWNER with the remaining five (5) copies of these documents for use during construction. CONSTRUCTION PHASE SERVICES Upon completion of the negotiation phase services, FNI will proceed with the performance of construction phase services as described below. FNI will endeavor to protect OWNER in providing these services however, it is understood that FNI does not guarantee the Contractor’s performance, nor is FNI responsible for supervision of the Contractor’s operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. These services are based on the use of FNI standard General Conditions for construction projects. Modifications to these services required by use of other general conditions or contract administration procedures would be an additional service. If general conditions other than FNI standards are used, the OWNER agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI on this project to be listed as an additional insured on contractor’s insurance policies. 1. Upon request of the OWNER, furnish the services of a Resident Project Representative to act as OWNER’s on-site representative during the Construction Phase. The Resident Project Representative will act as directed by FNI in order to provide more extensive representation at the Project site during the Construction Phase. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the Resident Project Representative and assistants, FNI shall endeavor to provide further protection for OWNER against defects and deficiencies in the work. The compensation associated with providing a Resident Project Representative is not included in this authorization and will be negotiated in a separate contract amendment. 2. Assist OWNER in conducting pre-construction conference(s) with the Contractor(s), review construction schedules prepared by the Contractor(s) pursuant to the requirements of the construction contract, and prepare a proposed estimate of monthly cash requirements of the Project from information provided by the Construction Contractor. 3. Establish communication procedures with the OWNER and contractor. Submit (insert frequency; i.e. monthly, bi-monthly, quarterly, etc.) reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, cash flow, construction schedule and pending and approved contract modifications. Page 13 4. Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor’s submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. Review contractor’s submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. 5. Based on FNI’s observations as an experienced and qualified design professional and review of the Payment Requests and supporting documentation submitted by Contractor, determine the amount that FNI recommends Contractor be paid on monthly and final estimates, pursuant to the General Conditions of the Construction Contract. 6. Make up to twelve (12) visits appropriate to the stage of construction to the site (as distinguished from the continuous services of a Resident Project Representative) to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort FNI will endeavor to protect the OWNER against defects and deficiencies in the work of Contractors and will report any observed deficiencies to OWNER. The number of site visits for projects will be included in the Task Authorizations. Visits to the site in excess of the specified number are an additional service. 7. Notify the contractor of non-conforming work observed on site visits. Review quality related documents provided by the contractor such as test reports, equipment installation reports or other documentation required by the Construction contract documents. 8. Coordinate the work of testing laboratories and inspection bureaus required for the testing or inspection of materials, witnessed tests, factory testing, etc. for quality control of the Project. The cost of such quality control shall be paid by OWNER and is not included in the services to be performed by FNI. 9. Interpret the drawings and specifications for OWNER and Contractor(s). Investigations, analyses, and studies requested by the Contractor(s) and approved by OWNER, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service. 10. Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the OWNER to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the OWNER. Documentation of field orders, where cost to OWNER is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the Owner are an additional service. Substitutions of materials or equipment or design modifications requested by the OWNER are an additional service. 11. Prepare documentation for contract modifications required to implement modifications in the design of the project. Make recommendations to the OWNER on the Page 14 merit and value of the claim on the basis of information submitted by the contractor or available in project documentation. 12. Assist in the transfer of and acceptance by the construction contractor of any Owner furnished equipment or materials. 13. Conduct, in company with OWNER’s representative, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, warranties, spare parts, and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two trips are an additional service. 14. Revise the construction drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints of "Record Drawings" shall be provided by FNI to OWNER. ARTICLE II ADDITIONAL SERVICES: Additional Services to be performed by FNI, if authorized by OWNER, which are not included in the above described basic services, are described as follows: 1. Preparation of CLOMR and LOMR permit applications are assumed to be performed by the developer but can be performed as an additional service, if needed. 2. Investigations of existing conditions or facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by OWNER. 3. Assisting OWNER in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). 4. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. 5. Assisting OWNER in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this AGREEMENT. 6. Assisting the OWNER with any hearings or public meetings that may be needed as part of the dam safety permitting process. 7. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other assistance required to address environmental issues. 8. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. 9. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this Page 15 agreement. 10. Services required to resolve bid protests or to rebid the projects for any reason. 11. Visits to the site in excess of the number of trips included in Article I for periodic site visits, coordination meetings, or contract completion activities. 12. Any services required as a result of default of the contractor(s) or the failure, for any reason, of the contractor(s) to complete the work within the contract time. 13. Providing services after the completion of the construction phase not specifically listed in Article I. 14. Providing basic or additional services on a time schedule accelerated from that stipulated in Article III. 15. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form that could not have reasonably been anticipated by FNI. 16. Providing services to review, evaluate, or negotiate a settlement of a construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. 17. Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. 18. Provide follow-up professional services during Contractor’s warranty period for issues not related to the design services provided by FNI. ARTICLE III TIME OF COMPLETION: FNI is authorized to commence work on the Project upon execution of this AGREEMENT and agrees to complete the services in accordance with the following schedule: Phase 1 – Design: 30% design documents are to be submitted within 120 days from date of execution of this contract. 95% design submittals are to be submitted for review within 90 days of receipt of comments on the 30% set. Negotiation phase services will be based on the Owner’s schedule. The EAP and O&M manual will be completed prior to submittal of the design package to TCEQ. Phase 2 – Construction: Schedule is to be based on the construction schedule negotiated with the Contractor. If FNI’s services are delayed or extended through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays in OWNER or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. These delays may result in an adjustment to compensation as outlined on the face of this AGREEMENT. ARTICLE IV Page 16 COMPENSATION: Compensation to FNI for the Basic Services, Design Phase, shall be the lump sum of $159,800 for the design and $34,000 for the geotechnical exploration (task 3), for a total of $193,800. Construction Phase services shall be added by addendum. If FNI sees the Scope of Services changing so that additional services are needed, including but not limited to those services described as Additional Services, FNI will notify OWNER for OWNER’s approval before proceeding. Additional Services shall be computed based on a negotiated lump sum. FIGURE “A” LOCATION OF BORINGS       April 19, 2     To:  M From:  Je Re:  B The City h seeks to a does our  and how d the make our curre The evalu recomme 2012  Mayor and Co erod Anderso randing  has accepted  answer who a brand repres do we compa up and struct nt brand.    ation commit nds awarding ouncil  on, Purchasing proposals fro are our curren ent, how effe are with our s ture of the m ttee identifie g RFP 0112 Br g Manager  om consultant nt target mar ectively are w surrounding c arket in whic d Hahn,TX as rand Equity M ts to provide kets, or mark we communica communities.  h we operate s the top cand Measurement   a strategic m ket segments, ating through  This service w e, as well as a didate to prov t to Hahn, TX. marketing rese , how are we  h the current  will provide u a complete un vide this serv .  earch study th perceived, w branding effo understandin nderstanding  vice.  Staff  hat  what  ort,  g of  as to  Professional Services Agreement: Communications Consultation City of Coppell, Texas and Hahn, Texas TexHahn Media, Inc. dba Hahn, Texas (“Agency”) proposes to serve as communications consultant to City of Coppell (“Client”) according to the following terms: 1. Duties. As consultant, Hahn, Texas will assist the Client by providing communication expertise and support as directed by the Client. This may include collecting, assessing, developing and disseminating information or materials related to current or prospective business matters. Specific items 1.1. Develop and implement a qualitative research program to review and assess the community’s brand positioning and equity, including existing brand elements and community assets, data and information resources, and media profile, and conducting interviews with key communicators and stakeholders and focus group research with representative audiences. 1.2 Identify, evaluate and recommend strategies that will assist the Client in effectively communicating with internal and external audiences in order to help meet its business goals. 1.3 Develop materials to summarize and present the findings of research, such as media releases, position documents, background materials, reports, illustrative or photographic representations, or statistical information. 1.4 Produce activity reports and attend meetings as directed by the Client. 1.5 Conduct such other activities related to communications as the Client directs and within agreed terms for time and resource allotments. 2. Terms. This agreement shall commence on April 24, 2012 and shall continue in effect for until either party terminates with a written 30 day notice. In addition, Agency may terminate this agreement immediately on written notice to Client for cause, including (a) failure of Client to comply timely with any obligation of Client hereunder, and (b) circumstances reasonably leading Agency to believe that Client may not comply (or may not be able to comply) timely with any of its obligations hereunder. 3. Responsibility, Indemnity. It is understood that the Agency cannot undertake to verify facts supplied to it or approved by or on behalf of the Client, and that the Agency must rely on information and facts furnished or approved by the Client. The Client hereby represents and warrants to, and covenants with, the Agency that all information (including without limitation statements, reports, data, and releases) furnished by the Client to the Agency or approved by the Client for use by the Agency will be true, correct and complete in all material respects. The Client hereby agrees to defend, indemnify and hold harmless the Agency, its owners, directors, officers, employees and agents (the “indemnified parties”) from and against any and all claims, losses, damages, costs, expenses (including attorneys fees), liabilities, fines and penalties arising out of or related to any breach by the Client of its obligations hereunder, including without limitation its obligations in this paragraph 3. The Client shall notify the Agency immediately in writing if it becomes aware of any inaccuracy or omission in any information furnished or approved by the Client. 4. Compensation. In return for authorized professional services, the Client agrees to pay Hahn, Texas according to the rates listed below, with a total project cost not to exceed $55,500. For all projects involving creative or third- party research services, a cost proposal (or project estimate) with a fifteen percent contingency will be prepared for the Client’s approval, and costs will be billed at the following rates: Hourly Rate Schedule Account Service – Principal Level $250.00 Strategic Planning $200.00 Account Service – Vice President $200.00 Account Service – Director $180.00 Account Service – Sr. Account Executive $160.00 Account Service – Account Executive Level $140.00 Account Service – Account Coordinator Level $110.00 Account Service – Research $110.00 Account Service – Administrative $50.00 Creative or Media Buying Services $150.00 Web Development $150.00 Travel Rate $50.00 5. Expenses. The Client agrees to reimburse the Agency for all supplies and out-of-pocket expenses for production, research, advertising media and purchased goods necessary to complete the scope of work at net cost plus the industry standard markup of 17.65%. All miscellaneous expenses (travel, postage, deliveries, shipping, copies, telephone, etc.) will be billed at net cost. Invoices for fees and related expenses will be submitted monthly on or about the tenth of each month. A penalty of one and a half percent will be added for failure to remit payment by the tenth of the following month. 6. Confidentiality. The Agency acknowledges a duty of confidentiality owed to the Client. Except as specifically authorized in advance by the Client, the Agency shall not use, divulge, furnish or make accessible to anyone, or use for its own benefit or for the benefit of others, any confidential information (defined below) in any form obtained or received by it under or in connection with this Agreement, relating to proposed technology, products, services, customers, markets, plans and strategies or business, generally, except information which through no fault of the Agency is or becomes generally known. The Agency acknowledges and agrees that all confidential information is and shall remain the exclusive and valuable property of the Client. Confidential information shall mean any information of a confidential and/or proprietary nature, including but not limited to, information relating to the current or proposed business plans of the Client. Exceptions apply related to information which is currently available to the public or which becomes available through no wrongful act of the Agency; information which has been published and distributed publicly prior to the date hereof; information which has been drafted and received Client approval for the purpose of dissemination by the Agency within the scope of services the Agency provides to the Client. 7. Miscellaneous. 7.1 This agreement shall be governed by the laws of the State of Texas. 7.2 In the event any provision of this Agreement is found to be legally invalid or unenforceable for any reason, all remaining provisions of this Agreement will remain in full force and effect, unless the invalid or unenforceable provision is material or essential to the Agreement or intent of the parties. 7.3 Hahn, Texas (d.b.a.) is registered as TexHahn Media, Incorporated, a Texas Corporation, with headquarters at 1105 North Lamar, Austin, Texas, 78703. 7.4 During the time of this agreement is in effect, and for a period of one year after date, client will not, without the express written consent of the agency, individually or on the behalf of any other person, corporation, firm or other entity, solicit or encourage any employee of the agency to terminate his or her employment with the agency. 7.5 Client understands that employees of agency may receive promotions during contract period. Client agrees that the hourly rate for a promoted employee will change at the time of promotion. 7.6 Agreement shall include terms and conditions as set forth in RFP# and the Agency’s proposal. See Attachment A for proposal. 8. Authorization. The undersigned have executed this agreement as of the date indicated along with the authorized signature, by the Client. City of Coppell, Texas representative: ____________________________________ Name ____________________________________ Title ____________________________________ Date Hahn, Texas d.b.a. (a Texas corporation registered as TexHahn Media, Inc.) authorized signature: ___________________________________ Jeff Hahn, President Prepared by March 27, 2012 Brand Equity MEasurEMEnt ProPosal for City of Coppell RFP No. 0112 Attachment A Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 March 27, 2012 Jerod Anderson, Purchasing Manager Coppell Town Center 255 Parkway Blvd. Coppell, TX 75019 Dear Mr. Anderson and the City of Coppell evaluation committee: Thank you for the opportunity to propose communications services to the City of Coppell. All of us at Hahn, Texas relish the idea of helping your community in the process of defining its brand and promoting your presence within the Dallas Fort Worth market. Our team brings 38 years of experience talking to Texans — whether they are tourists, employers, developers, companies, citizens, consumers or legislators. It is precisely what we do best. We have extensive experience conducting branding, research, marketing and other communications work for government entities and in economic development initiatives, whether working directly with municipalities or private interests. Without exception, you can be confident we will exceed your expectations for this communications initiative. We believe Hahn, Texas can be an exceptional strategic partner to the Coppell community for the following reasons: • The City of Coppell will have senior professionals continuously involved in the effort; • Our team brings an outside perspective that won’t be swayed by preconceived notions of Coppell or biased by a relationship with a more vocal stakeholder; • Our goal is to uncover a view of the current brand using proven methodology that will help create a unique position for the Coppell area, not a position that could be adopted in Anywhere, USA; • Hahn, Texas is uniquely qualified in the practice areas you identify as important to your success, and we have provided stellar communication services to similar organizations, including municipalities, chambers of commerce, state and local agencies and major corporations; We invite you to take a closer look at our experience in the enclosed proposal. We believe our past partnerships in economic development and destination marketing with Texas Economic Development, the Greater Austin Chamber of Commerce, the Round Rock CVB and the Texas cities of Benbrook, Garland, Elgin, San Marcos and Waco can ben- efit Coppell. Our hope is that you will conclude that no other firm can bring the combined capabilities, client references and authentic interest in serving your city in this effort. Thank you again for your consideration. Please contact us if you have any additional questions. Until then, we have our fingers crossed you will consider our team the right match for this important initiative for the City of Coppell. Sincerely, Jeff Hahn President (512) 344-2017 jhahn@hahntexas.com Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 Table of Contents Introduction .......................................1 Description of the Firm ..............................2 • In-house Capabilities ..........................3 • Partner Firm .................................4 Team Bios ........................................6 Our Experience ....................................9 • Research Case Studies ......................10 • Comparable Market Experience ...............13 References .......................................16 Work Plan ........................................17 • Proposed Timeline ...........................21 • Proposed Cost ...............................22 Appendix A • Disclosure of Principals • Conflict of Interest and litigation • Warranties • Form CIQ Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 INTRODUCTION p1 INTRODUCTION Any community — as a physical place and social and cultural space where people live, work, learn, and play — has a brand, regardless of whether that community has ever really thought about its image and identity. Effective community marketing requires that the brand be discovered, distilled, made real and visible in an authentic way, and exposed to the audiences who need to hear the story of what that place is known for, and how it is like no other. From our experience working with communities all over Texas, we are impressed at how well Coppell has gone through that discovery process as part of its community visioning and comprehensive planning. When we work on full-spectrum branding and marketing initiatives, we always start with a research and discovery phase that incorporates significant elements of brand equity assessment. We are pleased that Coppell values this dimension of market research enough to make it a specific project in its own right, and we are pleased to provide this proposal for services from Hahn, Texas and Customer Research International. Hahn, Texas’s branding and marketing practice has delivered insights, tools and strategies for communities both like Coppell and near Coppell, as well as other Texas cities large and small, government agencies, civic events and master-planned communities. We’ve focused on attracting employers, visitors, investors and residents as well as on fostering existing community spirit, depending on the needs of the community. All of this work has had at its foundation careful and extensive research using a variety of methodologies, both quantitative and qualitative. Our research toolbox includes: • Metaresearch and analysis of existing primary and secondary data about community demographics, economics and culture; • Detailed inventory and auditing of existing brand expressions and owned media; • Coverage analysis (content, sentiment, tone) of the community’s profile in external print, broadcast and social media; • Market segmentation and stakeholder and audience analysis and mapping; • In-depth structured interviews with key stakeholders and influencers; • Focus group research with representative audiences; • Awareness, behavior and perception surveys in appropriate formats (telephone, online, mail, or intercept); • Benchmarking analysis of peer and competitor communities. The scope of work we propose is designed to provide the answers Coppell wants to the questions it raises, as well as to provide guidance that the community can use to implement whatever brand enhancements or expressions it feels necessary to achieve its ultimate goals. We look forward to the opportunity to partner with Coppell and provide the information and insights that will drive the best decisions. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 DESCRIPTION OF THE FIRM p2 DesCRIPTION OF The FIRm About hahn, Texas For 38 years, Hahn, Texas has supported the growth and prosperity of our clients as they serve people and do business across the state of Texas and throughout the country. Our name reflects our widespread connection to the market we love to serve most – Texas, whether that’s North, South, East, West or Central. As our firm continues to grow, our core purpose remains the same: We connect our clients with the stakeholders they most want to reach. We like to say that we connect what belongs together. This is symbolized by the comma in our brand. We believe the comma is a small giant. It has the power to connect one to another, few to many, ideas to opinions and perceptions to reality. A comma creates belonging. And like the comma, we are a small giant ready to help you make a big connection between: • Identity, Reputation • Promise, Proof • People, Places • Opinion, Influence • Information, Ideas • You, Your Fans We have served clients in industries from education to environment, retail to real estate, nonprofits to national corporations, and it is the work we do in the public sphere that gets our hearts racing. With 20 employees and nearly a dozen partner agencies around the state, our firm continues to be one of the best in Texas. Representative Client List American Beverage Association Austin Independent School District Bluebonnet Trails Community Services Capital Metro Transportation Authority Catellus/Mueller Airport Redevelopment Central Health City of Austin Airport Boulevard City of Austin Strategic Mobility Plan City of Benbrook City of Garland City of Waco Dwyer Realty Educate Texas Formula One/Circuit of The Americas Greater San Marcos Partnership Hays County/Road Bond Program Heart O’ Texas Fair and Rodeo LIVESTRONG Austin Marathon Lone Star Rail District Lower Colorado River Authority Pirkey Barber LLP Redleaf Properties Scott & White Healthcare Seton Healthcare Family Texas Association of Community Health Centers Texas Gas Service Texas Historical Commission Texas State University System Thomas Properties Group Travis County Parks The University of Texas System Whole Foods Market Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 DESCRIPTION OF THE FIRM p3 In-house Capabilities in-house implementation insight Team Approach Surveys Open Collaboration Focus Groups Milestone Mapping Language Analysis Integrated Project Management Market Trends Analysis & Evaluation Communication Audits Delivering More Than Expected Brand Positioning stakeholder involvement Strategy & Positioning Community Relations Identity Informed Consent Value Proposition Creation Opinion Leader Research Persuasive Words Local Governments Newsmaking Ideas Public Participation Rollout Endorsements Hispanic Outreach & Marketing Corporate Communications Media relations Workplace Communications Message Training Financial & Analyst Communications Earned Media Placement Issues Management Editorial & Opinion Crisis Communications Coverage Monitoring & Analysis Presentations Advertorials Facilitation & Change Management storytelling, Writing, Editing social Media White Papers Website & Microsite Development Creative Copy Podcasts & Vodcasts Editorial Content Web 2.0 Integration Web Content Online Video Production Speeches HTML Email Campaigns Collateral Text H,tX Productions Short Story & Broadcast-ready Video Event Planning Advertising & Direct Mail Brochures & Collateral Presentations Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 DESCRIPTION OF THE FIRM p4 Partner Firm Customer Research International (CRI) From a focus group of 10 people to a telephone survey of 10,000 to any number of mixed-mode methodologies, the CRI team brings specialized skills and backgrounds to formulating research solutions. They accomplish this with a strategic mindset to assure an integrated communication platform that builds on itself well into the future. CRI is backed by a staff of managers, programmers and supervisors who oversee 200 professionally- trained interviewers, including a full complement of bilingual interviewers. Clients CRI is a HUB-certified, full-service marketing research firm located in the Austin-San Marcos, TX metropolitan area. CRI was established in 1994 and has conducted over a thousand survey projects for a wide range of clients, including state and municipal entities, media, retail, high tech, political polling and more. CRI Services Quantitative Services CRI’s 100-station phone center in San Marcos, TX is a fully-networked Computer-Assisted Telephone Interviewing (CATI) operation. All studies are programmed into the system to allow for seamless questionnaire deployment, sample management, quota management, interviewer monitoring and expedited data delivery. CRI never outsources its telephone studies, maintaining complete quality control over both English and Spanish interviewing, which is especially important for tracking studies. Quantitative methodologies include: • Telephone Perceptual Studies (Awareness, Trial, Usage and Attitude) • Multi-wave Telephone Tracking • Telephone Recruit-to-Web • Political Polling • Focus Group recruiting • Mail Surveys • Online Studies • Intercepts, Exit Interviews and Mystery Shopping Qualitative Services CRI designs, moderates and analyzes all Qualitative studies. In the case of focus groups, CRI contracts with local facilities with a one-way mirror, audio/video and database recruiting. However, CRI has the ability to conduct “remote location” focus groups in areas where there are no facilities. CRI’s complete array of qualitative capabilities includes: • Focus Groups (10-12 respondents, 2 hours) • Mini Groups (6-8 respondents, 2 hours) • Mini Labs (4-6 respondents, 1 hour — for specialized product/marketing tests) Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 DESCRIPTION OF THE FIRM p5 • One On One’s (Individual Depth Interviews) • Telephone Depth Interviewing • Ethnographic/Observational Research Specialty Services CRI has also developed a Hybrid Usability Testing Program for web sites that includes an online usability questionnaire and a usability lab that combines one-on-one interviewing with technology that records on-screen activity with simultaneous picture-in-picture video of the respondent. The latter provides an ethnographic study of online behavior. This methodology is also useful for software and kiosk interfaces. CRI Analytics CRI has dedicated itself to the concept of Enterprise Feedback Management (EFM), assuring consistency across methodologies and analyses. The research analytics team is headed by Dr. Dave Roberts, who has designed, moderated, and analyzed over 4,000 focus groups and over a thousand telephone studies, mail surveys, online studies, usability studies and more. The study design, questionnaire and sampling schemes are all developed to meet the requirements of the intended analyses. CRI’s analysis toolbox includes SPSS, StatPac Professional and Survey System. Specific analyses used for both qualitative and quantitative methods include: • Descriptive statistics — variables are analyzed to assure they meet the requirements for parametric and non-parametric procedures. • Banner crosstab analysis with statistical significance tests (e.g., among percentages, means). • Regression analysis (multiple, probit, logit, and discriminant analysis) for prediction, discreet choice modeling and conjoint modeling. • Factor analysis for data reduction, identifying latent structure and addressing collinearity issues. • Cluster analysis — both hierarchal and non-hierarchal clustering procedures for market segmentation. Reporting and Presentation CRI research reports are designed to present data in a way that promotes an understanding of the client’s market, customers and other stakeholders to facilitate informed decision making. Graphical representations are designed to better understand how responses differ among meaningful groups. They are always mindful of the intended audience of our reports and strive to make them easily understood while providing actionable, data-based recommendations. CRI strives to present findings in person to allow the client the opportunity to ask questions, clarify issues and/or request further analyses. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 TEAM BIOS p6 TeAm BIOs Mike Clark-Madison Director, Public Policy and Research Account Lead As reporter, researcher, writer, analyst and strategist, Mike Clark-Madison is one of the region’s best-known and most accomplished communicators. After 15 years of covering local and regional politics, society and culture as a writer, editor and journalist, Mike “retired” as City Editor of the Austin Chronicle in 2005 and joined Hahn, Texas (then TateAustin) to pursue other opportunities to contribute to public dialogue. In addition to the Austin Chronicle, Mike has reported for other publications in Austin and beyond and provided editorial, research, creative and consulting services for a number of commercial, non-profit, and pro bono clients. Mike has extensive experience with a broad spectrum of issues and trends that help shape life in Texas. He has especially established a reputation as a scholar and chronicler of the region’s recent growth — and its impact on transportation, planning and land use, politics and urban affairs, economic development, and local culture and demographics. In his role at Hahn, Texas, Mike also serves as co-director of the Central Texas Sustainability Indicators Project. In addition to his professional endeavors, Mike is a longtime neighborhood leader in Central East Austin and a veteran advocate for libraries and community information systems; he also served as outreach chair for the City of Austin’s 2006 Bond Election Advisory Committee, where he oversaw a community engagement process that reached more than 1,000 citizens. He holds degrees in communications from the University of San Francisco and the University of Texas at Austin and currently serves on the City of Austin Urban Renewal Board and the Central Texas chapter board of the Congress for the New Urbanism. He was also a three-time Jeopardy! champion in 1990. Mike’s major client work has included branding and marketing projects for Lone Star Rail District, Mueller/Catellus Development Group, City of San Marcos, City of Garland, Texas Library Association, Round Rock Convention and Visitors Bureau, and the Greater Austin Chamber of Commerce/ Opportunity Austin. Other key clients include Central Texas Regional Mobility Authority, Austin ISD, Texas Gas Service, Central Health (formerly Travis County Healthcare District), the City of Austin’s Downtown Austin Plan and Strategic Mobility Plan, Advanced Micro Devices, and the McCombs School of Business at UT-Austin. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 TEAM BIOS p7 Ryan Orendorf Account Director, Client Services At Hahn, Texas, Ryan works on some of the firm’s most significant economic development, energy and environmental projects including the City of Benbrook, City of Waco, Texas Gas Service Conservation Program and Travis County Parks. Ryan brings a variety of branding, message development, media relations, advertising and research experience to his clients. Ryan recently helped the City of Garland, Texas establish a comprehensive brand identity to attract more businesses, residents and tourists to the City. He also used research data to design an integrated marketing campaign to help Travis County Parks increase attendance and awareness of its unique system of recreational and natural amenities. Ryan oversees marketing and advertising efforts for the Texas Gas Service Conservation Program that have helped the company double participation in the initiative. The program currently distributes more than $1 million each year to customers who install energy-efficient appliances. Prior to joining Hahn, Texas, Ryan was the marketing director of the Austin Parks Foundation and helped to revamp the organization’s branding and communications efforts in addition to managing special programming such as the popular Movies in the Park series and It’s My Park! Day. A graduate of Clemson University, Ryan currently serves as on the board of the Young Men’s Business League of Austin and the Austin Sunshine Camps. Patti Fore Social Media Manager Patti Fore joined Hahn, Texas in 2011 to serve as Social Media Manager. Previously part of the Digital Communications Group at Porter Novelli, Patti brings two years of experience in online analysis and engagement. Currently focused on digital landscaping and strategy for Formula One, Patti also works with Capital Metro and The Texas State University System. Patti’s account responsibilities include social media strategy, content creation, monitoring and analysis, trend spotting and industry coverage tracking, along with traditional account service and media relations. Her previous work covers a variety of industries, including online analysis for Eisai Pharmaceuticals and Bel Brands, as well as online community management for America’s Natural Gas Alliance and Truluck’s Restaurant Group. Originally from Virginia Beach, Patti relocated to the hill country of Wimberley, Texas at a young age following her father’s retirement from the U.S Navy. Patti graduated from Texas State University in San Marcos in 2008 with a B.A. in Public Relations. Her interests include community involvement and volunteer work; Patti is a member of the Austin Young Chamber and serves on the event planning committee for BvB Austin, a charity powder puff football game benefiting the Alzheimer’s Association Capital of Texas Chapter. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 TEAM BIOS p8 Dr. Dave Roberts, Ph.D. Vice President of Research Services Customer Research International Dave Roberts, PhD heads up CRI’s full service business overseeing methods and analytics. Dave has designed, moderated, and analyzed over 4,000 focus groups since 1979 and has conducted over 1,000 telephone surveys. He founded Roberts Communications in 1985 and was formerly Vice-President of Programming and Research for the CBS FM Group and for the RKO Radio Networks in New York. Lyle Durbin Vice President Client Services Customer Research International Lyle has overseen a variety of CRI’s operations and client interfacing for over twelve years, including product delivery, customer requirements, project management and quality controls. He has twelve years of experience in CATI programming and data analysis packages with exceptional ability in managing all technical aspects of a project — from sample management and questionnaire programming to daily, final and cross-tabulated reporting/analysis offers CRI clients peace of mind. Lyle is ultimately responsible that the quality of data that our clients receive is the highest attainable. He will also act as a project manager on your studies to ensure that all aspects outside of production are executed as agreed. Lyle attended The University of Texas at Austin, 1996-1998. Quality of staff The Hahn, Texas team is proud of our ability to recruit and retain top talent. However, there are some circumstances that are outside our control and, on occasion, we and our clients must make small adjustments accordingly. Hahn, Texas guarantees to the City of Coppell that we will not remove anyone proposed to work on the City of Coppell business from the team unless requested by the City of Coppell. We further guarantee that if an employee working on behalf of the City of Coppell ever leaves our firm, or any of our subcontractor’s firms, we will notify the City of Coppell in writing of the departure and offer an alternative that provides continued exceptional service for your day- to-day needs. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 OUR EXPERIENCE p9 OUR eXPeRIeNCe Hahn, Texas is a full-service communications firm, and many of our research and discovery projects have been conducted as integrated components of larger communications initiatives — both for branding, marketing and placemaking and in other contexts such as issues management and coalition building. We routinely partner with Customer Research International to ensure clients have access to industry-standard services for a wide variety of market research applications. Over the years, Hahn, Texas has undertaken brand-related research projects (and subsequent branding and marketing initiatives) for Texas communities including Austin, Benbrook, Elgin, Garland, Round Rock, San Marcos and Waco. While the Benbrook and Waco marketing plans are still being finalized, the research effort for each has been completed. Garland is, of course, a close neighbor to Coppell, while Benbrook is similarly situated in relation to Fort Worth as Coppell is to Dallas. In addition, CRI has conducted community satisfaction surveys for cities including: • Austin, Texas • Live Oak, Texas • Highland Village, Texas • Sarasota County, Florida • Dallas, Texas • Colorado Springs, Colorado • Benecia, California • McAllen, Texas • Chula Vista, California • Longmont, Colorado Moving one step away from actual municipalities but within the broader context of placemaking and the public sphere, Hahn, Texas has conducted branding and marketing research for clients including the Bob Bullock Texas State History Museum, Central Health (the Travis County Healthcare District), the Central Texas Regional Mobility Authority, Heart o’ Texas Fair and Rodeo in Waco, the Libertarian Party of Texas, Lone Star Rail District, Mueller (the public/private urbanist-infill redevelopment of Austin’s former airport), State Farm Texas, Texas Gas Service, Texas A&M University Corps of Cadets, Texas State University System and Travis County Parks. CRI has research work experience with Texas Historical Commission, Austin Board of Realtors, Marketing Research Consulting – perceptual studies of the petroleum industry in various municipalities in Louisiana, Texas and Canada and Nueces Electric Coop Hahn, Texas and CRI have also partnered on the Central Texas Sustainability Indicators Project, one of the nation’s largest and most ambitious community-driven efforts to collect and analyze the data that drives regional decision-making. The Indicators Project includes a biennial telephone study of more than 2,800 Central Texans in six counties on more than 100 questions (the interview takes 45 minutes or longer), including brand awareness and perceptions of a number of local government and civic entities and initiatives. The Indicators Project is also currently engaged in providing research and data services as part of the Capital Area of Texas Sustainability Consortium, funded by a federal Sustainable Communities Regional Planning Grant, administered by the Capital Area Council of Governments. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 OUR EXPERIENCE p10 Research Case studies City of Benbrook (North Texas, Fort Worth/SW Tarrant submarket) Date: Final research report delivered March 2011. Components: Analysis of existing data (primarily community survey); brand inventory and audit; media coverage analysis; benchmarking of seven peer communities (including Azle and Watauga); in-depth interviews with 20 key stakeholders both within and outside the community; follow-up testing of brand and creative concepts. Insights: Extremely high levels of satisfaction within the community, and a relatively skillful use of owned media and communications tools within the city, coupled with a very low level of awareness and ill-defined image outside of Benbrook and an underdeveloped program of external marketing. Placemaking efforts developed in prior community planning had stalled due to the overall economic climate but began to move forward during the marketing initiative. The long-standing community branding and logo, while beloved within Benbrook, did not capture or speak to the authentic identity or value propositions of the community in a manner intelligible to outside audiences, although the city has chosen to retain it. Development of the marketing plan is currently under way. Challenges: No significant challenges were encountered during the conduct of the research, although Benbrook’s low profile resulted in limited value for coverage analysis. City of Garland (North Texas, North Dallas submarket) Date: Final research report delivered August 2010. Components: Brand audit; market segmentation and stakeholder mapping and analysis; benchmarking of seven peer communities (including Irving and Carrollton); in-depth interviews with 40 key community stakeholders and external influencers; messaging workshop sessions with Garland community leaders. Insights: Garland’s brand profile was generally neutral to negative, reflecting in some cases received wisdom from audiences and influencers whose actual experience with Garland, or with different areas and communities within Garland, was limited. Community assets and elements — such as Garland’s success as a location for Texas manufacturing — provided avenues for future branding but did/will require brand-building efforts to establish Garland’s new “Texas Made Here” positioning. As part of the implementation of the brand, Garland has already greatly improved the performance of its own media and communication tools compared to benchmarked peer cities. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 OUR EXPERIENCE p11 Challenges: As a rule, we would not recommend relying this heavily on a single research mode (in this case, in-depth interviews), although we feel the results were valid and proved useful to both HTX and Garland as the branding initiative progressed. Because the interviews were primarily conducted by telephone, scheduling proved a challenge that extended the timeframe of the research. Lone Star Rail District (Austin-San Antonio, multiple submarkets) Date: Final research report delivered May 2009. Components: Comprehensive review of the previous five years’ worth of regional transportation- related opinion research (a total of 16 data sets); benchmarking analysis of branding and communications from five established regional rail systems across the United States; in-depth interviews with more than three dozen key leaders and stakeholders along the service corridor; eleven focus groups along the corridor, including special-purpose groups for students, seniors and Spanish-speakers. Insights: This project included developing a whole new brand and identity for the Austin-San Antonio Intermunicipal Commuter Rail District, a special district comprising 18 cities, counties, transportation agencies, and other entities formed to develop passenger rail service connecting the two metropolitan areas. Our research program was intended not only to measure the brand equity of the district (it was almost nonexistent, which is why we changed the name) but to gauge consumer perceptions of the proposed service (which we named LSTAR). This research effort has laid the foundation for future stakeholder relations, public involvement and marketing communications. Challenges: No significant challenges were encountered during the implementation of the LSRD research program. City of San Marcos (Austin-San Antonio, SE Travis/East Hays submarket) Date: Final research report delivered March 2010. Components: Metaresearch, market segmentation and audience mapping and analysis; coverage analysis of traditional and social media; in-depth interviews with 15 representative internal and external stakeholders; online public survey with ±900 respondents; benchmarking of nine peer cities (including Denton); focus group testing of brand and creative concepts. Insights: For a community about the size of Coppell, San Marcos’ brand profile and narrative is quite complex, incorporating its college-town identity, its natural setting and identification with the Hill Country, and its physical and sociocultural positioning between Austin and San Antonio and their respective influences. The city’s desire to develop a unifying brand that could be used for economic development, travel and tourism, and as a touchstone within the community added to the complexity inherent in measuring, assessing, and trying to capture the San Marcos brand. The Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 OUR EXPERIENCE p12 community’s brand equity within the Austin-San Antonio region was well-established and generally positive, though it declined significantly outside the region aside from associations with Texas State. The city’s owned media and communications tools well underperformed those of peer cities, as expected given that enhancements to these tools had been put on hold awaiting new branding. Challenges: The complexities described above also manifested themselves in the volatile political climate in San Marcos — our engagement in the community ended up outlasting the tenure of both the mayor and the city manager. Engaging with community stakeholders, while generally producing valuable insight, also prompted reactions of suspicion and division that we have not encountered in other cities. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 COMPARABLE MARKET EXPERIENCE p13 Hahn, Texas City of Cedar Hill Branding Campaign March 9, 2012 COMPARABLE MARKET EXPERIENCE City of Garland In 2009, Garland, Texas set out to establish a “known for” – something that would help bring the 10th largest city in the state more business opportunities, tourists and residents. Hahn, Texas was chosen to lead a cooperative effort between the City of Garland and the Garland Convention and Visitors Bureau to help establish a unified branding and marketing plan to discover that “known for” and bring it to life. Driven by input from interested stakeholders in the community, Hahn, Texas set out to combine the key brand assets of the city – such as the established manufacturing base, business-friendly climate and growing retail attractions in the Firewheel area – into an new brand platform. The Garland Wheel logo, (a tribute to the firewheel, a wildflower native to the area) was born and the tagline “Texas Made Here” (a nod to the manufacturing base the city has cultivated) was adopted. Uniting the community’s successful heritage of industry with the beauty of nature, the new Garland brand tells a story that has impact and resonance for economic development, for reaching visitors and for communicating Garland pride. The Hahn, Texas branding process included: • A public website (www.brand-garland.com) to keep citizens and stakeholders appraised of the major phases of the project • In-depth interviews with community leaders from across the city to assess existing attitudes, perceptions, opportunities and challenges • A peer city study to analyze the brands, stories and marketing efforts of peer communities inside the Metroplex and around the country • Message Platform development • A new logo and tagline with graphic standards, web specifications and other identity elements to support it • A strategic communications launch and marketing plan • Advertisements for Texas Monthly, The Dallas Morning News and Texas tourism guides The City of Garland recently launched a redesigned website (www.ci.garland.tx.us) to support the new brand and is in the process of implementing the marketing plan to increase community identity, business recruitment and job opportunities, commercial and residential real estate sales, regional leisure travel, group travel, meetings and events. COmPARABle mARkeT eXPeRIeNCe Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 COMPARABLE MARKET EXPERIENCE p14 City of Waco In 2010, the cities of Bellmead, Hewitt, Lacy-Lakeview, Robinson, Woodway and Waco, Texas came together to begin developing a tourism campaign for the region that included a unified branding and marketing plan. Each city felt their own marketing efforts would be complimented by the creation of a regional brand that could help broaden the appeal of the area’s collective assets and attractions. This became a cooperative effort between the cities and Hahn, Texas, driven by input from interested stakeholders throughout the Greater Waco region. The goal was to produce an organized, seamless and updated internal and external image that answers the question “How can we differentiate ourselves as a region?” and positions the area for future economic and cultural success. Combining research, messaging, identity and creative phases, the project produced the new Heart of Texas brand, a reflection of the region’s central location and welcoming attitude. The Heart of Texas embodies and encapsulates the essence of the state. It’s more than Waco, and it’s a place where neighboring communities can be far more than “outside Waco.” It’s also a place with stories to tell and experiences to offer that defy stereotyped notions of either “Waco” or “Texas.” In addition to the new brand, Hahn, Texas delivered a plan that is: • A comprehensive suite of strategies and tactics that address identified needs, built on the findings of research and the creative development of the brand. • A program that can be implemented by Waco CVB and its partners to support current marketing efforts. • A roadmap for launching and building the Heart of Texas brand that takes as its guideposts key objectives, with traditional activities and outputs put into context. The region will implement the plan this year to begin bringing the brand to life and help the Heart of Texas take its rightful place among America’s great destinations. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 COMPARABLE MARKET EXPERIENCE p15 City of san marcos Developing a new brand has been a goal for the city of San Marcos since at least 2004, when they began setting aside funds specifically for this purpose using hotel/motel and sales tax revenue. Their goal was to enhance tourism, economic development and marketing for the community, and in 2009, at the direction of the Mayor and City Council, San Marcos was ready to put their plans into action. Hahn, Texas and our partners were hired to bring forth a comprehensive branding initiative and develop launch and marketing plans that could be utilized and implemented by the City and its many community organizations. To help guide our efforts and enhance involvement and participation from key community stakeholders, the City Council appointed a nine-member Branding Task Force comprised of community and business leaders, elected officials and a Texas State University student. We began the project by conducting research that included analysis of existing data sets, as well as the awareness and perceptions of San Marcos among tourism and economic development prospects. We also conducted benchmark research and analyzed the branding efforts of cities of similar size and characteristics. We identified key stakeholders and demographics, analyzed San Marcos’ media and social media coverage, as well as their existing marketing materials and messages. This first phase of research was then supplemented by efforts to help ensure that the brand we created would be authentic and ring true with the citizens of San Marcos. Phase two research included 16 individual interviews with key stakeholders and deployment of an online public survey that resulted in responses from 965 people. The research helped us identify a “brand personality” for San Marcos and guided development of a creative brief and key message platform to serve as the foundation from which the logo and tagline and future marketing materials and tools would be developed. While our designers worked on creative concepts, drafts of the marketing and launch plans were developed. Those plans included: • Marketing and advertising strategies • Creative strategy • Media vehicle recommendations • Media relations activities • Public relations strategy • Special events strategy • Digital and social media strategies • Funding and budget allocation recommendations • Recommendations for evaluating success In September 2010, San Marcos City Council Members unanimously voted to adopt the new brand developed by Hahn, Texas and endorsed by the Branding Task Force as well as representatives from the San Marcos Convention and Visitors Bureau, the Greater San Marcos Economic Development Corporation and Main Street San Marcos. The City of San Marcos launched its new brand to the community soon after, followed by a one-year marketing campaign to attract external audiences, including economic development and tourism prospects to the City. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 REFERENCES p16 ReFeReNCes City of Benbrook Ms. Cathy Morris Public Involvement Director 911 Winscott Road Benbrook, Texas 76126 (817) 249-6008 cmorris@cityofbenbrook.com City of San Marcos Ms. Melissa Millecam Director of Communications/IGR 630 E. Hopkins San Marcos, TX 78666 (512) 393-8105 mmillecam@sanmarcostx.gov Lone Star Rail District Ms. Alison Schulze Administrator/Senior Planner PO Box 1618 San Marcos, TX 78667 (512) 589-2709 amschulze@lonestarrail.com Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p17 WORk PlAN Overview In developing this work plan, we were guided by the questions included in the RFP scope of services, matching them up with elements of a proposed research program as follows: Who are our current target markets, or market segments and why? Strictly speaking, Coppell’s “target” markets should be fairly easy to determine from the community’s visioning and comprehensive planning and the data resources that underlie those efforts, so metaresearch and analysis of that primary data would be in order. Identifying what the most fruitful markets are, and using that insight to map priority audiences and stakeholders, can be accomplished through a combination of review and analysis of market-wide and submarket data (to see how well Coppell’s assets and attributes match up with what the market is looking for), consideration of third-party market segmentation systems (for example, ESRI Tapestry), and in- depth interviews with carefully selected internal and external stakeholders and influencers. How we are perceived and what does our brand represent? In-depth interviews and focus group research with representative audiences will provide insights that respond to this question, as will a coverage analysis of Coppell’s profile in traditional and social media, with a focus not only on frequency but also on specific topics and content, tone and sentiment. How effectively are we communicating through the current branding efforts? “Effectively” can mean many things in this context. To gauge broader audience awareness of Coppell and the elements that support its brand positioning, we would recommend a statistically valid survey — likely best conducted as an intercept study at a location that draws people from across the market or submarket (such as a regional shopping mall). Our comprehensive brand inventory and audit will offer insight as to whether Coppell is making the best use of its branding, narrative and message architecture, and communication tools. How does our brand compare with our surrounding communities? We recommend benchmarking Coppell’s branding not only against surrounding communities, but also against peer communities in other metro areas or even other states. We use objective criteria to determine which cities to recommend for benchmarking — for example, we selected peer cities for Benbrook that were (like Benbrook) located in Top 20 metro areas, with populations between 10,000 and 40,000, growth rates between 1999 and 2009 of between 10% and 25%, and median household incomes between 80% and 120% of those for their metro area as a whole. (As it turned out, only nine cities in the entire country met all of these criteria, including two in the Metroplex; we benchmarked those two, Azle and Watauga, and five others). What drives our brand today and why? We would aim to surface these internal customer motivations through all modes of primary research, including in-depth interviews, a public survey, and especially focus group sessions with representative audiences. Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p18 What are the three most important things we should think about, pay attention to, and be sure to do, as we move forward? Our final research report and presentation will include recommendations that answer this question and give decision makers in Coppell the information they need to move forward. When we conduct our research as the first phase of a complete branding and marketing initiative, we typically deliver as the capstone of the research the proposed message platform and creative brief; while these would not be strictly necessary in Coppell’s case, those tools may be useful to the city and to its future marketing partners. What are the questions we are not asking that need to be answered as we move forward? These may be questions that are embedded or implied in the ones above, but typically we would seek to answer questions like these: • Does Coppell deliver, as a place and collection of products and services, on the promise made by its mission, vision and brand? • Do external audiences, or less-affiliated and less-engaged internal audiences, perceive the components that form the community’s consensus vision? (More simply, do they get it?) • What is Coppell known for? • What does Coppell offer that is different — not just better — from that of other peer or neighbor communities? • Is the Coppell vision and brand resilient to change? Strategies and Tactics Note: Items called out to the right represent our minimum recommended research program, as requested in the RFP. 1. Orientation, site visit, meeting with Coppell staff and stakeholders Our initial kickoff meeting will also include a site visit that is extensive enough to orient our team to the community so that we properly interpret information we collect during the research process. 2. Meta-research and analysis We will review the City’s data resources and others available for the market and submarket — including, as noted above, primary and secondary data gathered as part of the comprehensive planning process — to help determine a framework for further inquiry and develop research instruments, keywords, etc. 3. Current brand inventory and audit This review and assessment of Coppell’s current branding and communications tools will include our assessment — as a full-service communications firm that has been in business for nearly four decades — of “what works and what doesn’t” and what opportunities Coppell has to refine and enhance its communications program. It also helps determine the scope of the subsequent benchmarking analysis — to facilitate an apples-to-apples comparison of Coppell and its peer and neighbor communities. Minimum recommended component Minimum recommended component Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p19 4. Coverage profile of traditional and social media We will establish, based on the volume of mentions of Coppell in traditional and social media over a relevant timeframe (as determined by the city), a sufficient sample of content that we will code and analyze both by topic and by tone and sentiment. 5. Audience segmentation and mapping We recommend doing a preliminary audience map after conducting the brand audit and coverage profile to identify any discrepancies between who Coppell is reaching (as reflected in media coverage), who it could reach (as reflected in market data), and who it wants to reach (as reflected in its current communications program). This map would then be refined as we conduct our own primary research — particularly in-depth interviews with key stakeholders and influencers who have the most experience communicating about Coppell to the audiences in question. 6. Peer city benchmarking We would develop criteria for selecting peer cities (a set of demographic parameters, as described earlier in the example for Benbrook) and for analyzing their brands to gauge Coppell’s performance relative to them. We provide both a narrative assessment and a side-by-side matrix to ease comparison. The level of detail we generally include works for a comparison set of between five and nine cities, including both neighbor cities (as long as they are defensibly “peer cities” comparable to Coppell) and suitable peer cities elsewhere. At a reduced level of detail, we can include more cities. 7. In-depth structured interviews We will develop a questionnaire and conduct between 10 and 20 interviews with relevant stakeholders and influencers identified in consultation with the city, roughly evenly divided between people within Coppell and within the broader region. These can include an array of decision-makers, elected officials, major employers, community leaders, etc., but they should all be people who actually have the opportunity to communicate with audiences about Coppell or influence decisions that shape Coppell’s ability to deliver on its brand promise. If possible, it is preferred in the interest of time that we schedule interviews back-to-back at an easily accessible location (i.e., the subjects come to us), but we can also do in-depth interviews at the subject’s preferred locations, over the telephone and online. 8. Focus group research We recommend two focus groups at a minimum (more if the final program does not include in- depth interviews or an intercept study) in Dallas County, one recruiting regionally, one limited to the North Dallas submarket, screened to reflect Coppell’s demographics in terms of age, ethnicity and income. This research will allow us to get deeper insight into general audience motivations and how well they match up to the promise and value propositions that are inherent in Coppell’s vision and current brand. For example, the current tagline “A Family Community for a Lifetime” suggests an intergenerational community with special appeal to mature adults. How would the audience respond to that concept (not necessarily to that tagline), and what would convey to them that a community delivers on that promise? Minimum recommended component Minimum recommended component Minimum recommended component Minimum recommended component Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p20 9. Awareness and perception intercept study We would recommend a statistically valid random-sample study simply to gauge current awareness of Coppell and of its specific attributes, branding and messaging — the most basic answer to “How effective is the current brand?” In addition to providing data and insight to guide decision-making now, this study also establishes a baseline for future evaluation. We feel an intercept survey would likely be the most effective at reaching a broad spectrum of respondents who are actually familiar with Coppell (even if the survey site is not within Coppell proper) and is a practical way of conducting a survey with a relatively short instrument, as this would be. 10. Final report and presentation Our final report will include key insights to guide Coppell going forward, summaries of the source data (anonymized where necessary), and a presentation before the relevant audience of decision- makers (elected, staff or community leaders). The final report is designed to be readily usable and appropriate as a public document. Minimum recommended component Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p21 Proposed Timeline CITY OF COPPELL TIMELINE(Assumes an Early-May Start)71421284111825291623306132027Kick-off session*Meta-researchBrand inventory and audit*Coverage profile*Audience segmentation and mapping*Peer city benchmarking*In-depth InterviewsFocus group research*Intercept studyFinal report*Monthly activity reports* Minimum recommended componentPlanningImplementation/DeliveryHolidaysDeliverables & ActivitiesMAYJUNJULAUG Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 WORK PLAN p22 Proposed Cost Based on the scope outlined in the previous section, Hahn, Texas believes we can plan and execute this effort for a total professional fee of $40,500 including all labor, materials, freight, taxes, insurance, etc. Travel costs are based on three meetings located in Coppell, TX involving two to three team members and overnight stays. Standard rates were used in determining mileage expenses. About Our estimate We have tried to be complete and thorough in our estimate to you, but by no means do we believe ours is the last word when it comes to your budget. We are very willing to increase, decrease, combine or delete items as you see fit to arrive at a budget that suits your needs. Please know, flexibility in planning and budgeting is important to us, so we look forward to a conversation that sets up the budget exactly as you desire. Recommended minimum research $35,000 Brand inventory and audit Coverage profile Audience segmentation and mapping Focus group research Peer city benchmarking Travel costs $ 2,500 Client meetings/reporting $ 3,000 TOTAL $40,500 Additional recommended research Meta-research $ 2,500 In-depth interviews $15,000 Awareness/perception intercept study $18,000 Hahn, Texas City of Coppell Brand Equity Measurement March 27, 2012 APPENDIX A Disclosure of Principals Hahn, Texas Jeff Hahn, President Conflict of Interest and litigation Hahn, Texas does not have any current clients or employees that pose a conflict of interest to engage with the City of Coppell in this effort nor do we have any pending or past litigation to identify. Warranties A. Hahn, Texas is willing and able to comply with State of Texas laws. B. Hahn, Texas is willing and able to obtain an errors and omissions insurance policy providing a prudent amount of coverage for the willful or negligent acts, or omissions of any officers, employees or agents thereof. C. Hahn, Texas will not delegate or subcontract its responsibilites under an agreement without the prior written permission of the City of Coppell. D. Hahn, Texas warrants all the information provided in connection with this proposal is true and accurate. Jeff Hahn, President Date APPeNDIX A March 27, 2012