ST0501-CS070816
GSWW OPC & Constract as shown at our meetings without any changesPage 1 of 2
Keith Marvin - GSWW OPC & Constract as shown at our meetings without any
changes
From:
"Quinn Spann" <qspann@gswwengineers.com>
To:
"Keith Marvin (E-mail)" <kmarvin@ci.coppell.tx.us>
Date:
8/16/2007 5:16 PM
Subject:
GSWW OPC & Constract as shown at our meetings without any changes
CC:
"Dan DeGroot" <ddegroot@gswwengineers.com>
Attachments:
Coppell_Deforest_ OPC.xls; GSWW_EngineerCont..doc
Keith,
I enjoyed meeting with you guys today.
I am attaching the excel sheet showing the OPC and the WORD file of the contract as I
presented it to you today without changes.
<<Coppell_Deforest_ OPC.xls>> <<GSWW_EngineerCont..doc>>
Stormat MacArthur 310 LF of 36”, and 356 LF of 21”
StormSewerat the east end near Windsor Estates had 625 LF of 36”, 400 LF of 24 inch all of
this was for aparallelsystem. In just talking with Dan,I have determine that we should have
added another400 feet of 36 just to get it up to the end of the existing 36 that was installed at
DeforestCourt. So really the total for 36 in my OPC should have read1,335 LF.
Without the parallel system at the east end we assumed that we would just extend the existing
36” pipe to the west another400 LF and have anotherand 56 LF of 21” for the inlets. Since
we already had theall of he 36” accounted for in the Parallel system, naturally we did not add
another 400 LF of 36”.
I hope that this makessense!
Quinn G. Spann, Jr., P.E.
Associate / Sr. Project Manager
GSWW, Inc.
Civil Engineers
file://C:\Documents and Settings\radloo\Local Settings\Temp\XPgrpwise\46C4867DCity_of...3/3/2010
GSWW OPC & Constract as shown at our meetings without any changesPage 2 of 2
11117 Shady Trail
Dallas, Texas 75229-4646
972-620-1255 Ext 225
972-620-8028 Fax
file://C:\Documents and Settings\radloo\Local Settings\Temp\XPgrpwise\46C4867DCity_of...3/3/2010
CITY OF COPPELL
Opinion of Probable Cost-Pre Design
Deforest RECONSTRUCTION
August 16, 2007
BID OPENED:
ITEMQTYUNITDESCRIPTION
1LSMobilization$30,000.00
1$30,000.00
1,947LFTrench Safety Design & Implementation$2,531.10
2$1.30
1LSInst. and Maintenance of Barricades & Signs$70,000.00
3$70,000.00
1LSErosion Control$15,000.00
4$15,000.00
5,838LFFull Depth Sawcutting Existing Pvmt$17,514.00
5$3.00
200LF8" PVC Water Pipe (C-900)$10,000.00
6$50.00
7EAAdjust Fire Hydrant to Grade$4,200.00
7$600.00
3EA1" Water Services (Open cut) Long Side Service$1,650.00
8$550.00
9EAAdjust Water Serv & Meter Box$2,700.00
9$300.00
16EAAdjust Ex. Water Valve$4,800.00
10$300.00
1TNIron Fittings$5,000.00
11$5,000.00
7,800SYFurn. & Place Sod & 2" Topsoil for Dist. Areas$39,000.00
12$5.00
7,333SYMill and Dispose of Asph. Pvmt.$43,998.00
13$6.00
3,233SYRem. Ex. Conc. Pvmt., Drive & Sidewalk$30,713.50
14$9.50
500SY6" Reinf. Conc. Driveway and Alley Paving$19,000.00
14$38.00
12,645SY7" Reinf. Conc. Paving & Unclassified excavation$493,155.00
15$39.00
256TONHydrated Lime$33,280.00
16$130.00
10,700SYInstall 6" Thick Lime Treated Subgrade$50,825.00
17$4.75
40TONTemporary Asphalt Paving$3,000.00
18$75.00
7,200LF6" Integral Concrete Curb$10,800.00
19$1.50
20SYConcrete Flume$640.00
20$32.00
1,600SY4-inch Rein. Concrete Sidewalk$57,600.00
21$36.00
16EAConst. Barrier Free Ramp at Intersection$15,200.00
22$950.00
1LSPreparing Right-of-Way (including 18" culvert removal)$30,000.00
23$30,000.00
2,710LFWall - estimate average 3.6' foot stem wall$482,380.00
24$178.00
720LF6-foot Board on Board wooded Fence w/ Metal post$21,600.00
25$30.00
412LF21" Class III Reinforced Concrete Pipe$32,960.00
26$80.00
400LF24" Class III Reinforced Concrete Pipe$40,000.00
27$100.00
935LF36" Class III Reinforced Concrete Pipe$121,550.00
28$130.00
2EAWye Storm Sewer Inlet$5,000.00
28$2,500.00
8EAStandard 10' Storm Sewer Inlet$32,000.00
29$4,000.00
3EA5' Diameter Storm Sewer Manhole - 6 foot depth$12,000.00
30$4,000.00
4EARemove Existing Inlet$1,200.00
31$300.00
3EARemove Existing Headwall/wall$900.00
32$300.00
3EAAdjust Sanitary Sewer Manhole to Grade$3,000.00
33$1,000.00
6EARemove & Reset Traffic Signs$1,200.00
34$200.00
55EARemove Tree$35,750.00
35$650.00
1FIXEDRepair/Adjustment Sprinkler Systems$15,000.00
36$15,000.00
5,600LF4" Wide Yellow Perm. Pavement Markings$22,400.00
37$4.00
100LF1' Wide White Perm. Pavement Markings$2,000.00
38$20.00
6EASalvage/Replace brick mailboxes$3,000.00
39$500.00
1LSLandscaping$10,000.00
40$10,000.00
0Double 36-inch headwall at detention pond$0.00
41
0$0.00
42
TOTAL AMOUNT BID(1-40)$1,832,546.60
15% Contengency
$274,881.99
Pre-Design Opinion of Probable Cost$2,107,428.59
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 ______________, 2007, 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 GSWW, 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 Deforest Road (MacArthur Blvd. to Windsor
Estates-The reconstruction consists of replacing approximately 3,200 linear feet of 20-foot wide
asphalt pavement with 38-foot wide street pavement and drainage within Deforest road. It is the
Engineer’s understanding that this project will tie into existing drainage system at MacArthur on the
west end and into the existing drainage system under Deforest at Deforest Court on the east end of
the project), 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, Attachment B, 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 of 19
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 A, B, C & D: The work tasks and activities to be performed
and deliverable to be provided by the Engineer shall be in accordance with
Attachment A, “Basic 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, as outlined in Attachment “B” “Additional Services”. 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, Basic 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 D, 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 of 19
3. Compensation.
A. Basic Services Part “A” Fee: The Engineer shall be paid a fee for Basic Services
Part A under this Contract pursuant to the Fee Schedule described in Attachment
“A”, Basic Services. Basic Services Part “A” Fee shall not exceed the lump sum of
dollars ($ ) provided, however, that
modifications to the Basic Services Part “A”, 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 “B” Fee: The Engineer shall be paid a fee for Basic Services
Part “B” under this Contract pursuant to the Fee Schedule described in Attachment
“A”, Basic Services. Basic Services Part “B” Fee shall not exceed the lump sum of
dollars ($ ) provided, however, that
modifications to the Basic Services Part “B”, 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.
C. Basic Services Part “C” Fee: The Engineer shall be paid a fee for Basic Services
Part “C” under this Contract pursuant to the Fee Schedule described in Attachment
“A”, Basic Services. Basic Services Part “C” Fee shall not exceed the lump sum of
dollars ($ ) provided, however, that
modifications to the Basic Services Part “C”, 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.
D. Basic Services Part “D” Fee: The Engineer shall be paid a fee for Basic Services
Part “D” under this Contract pursuant to the Fee Schedule described in Attachment
“A”, Basic Services. Basic Services Part “D” Fee shall not exceed the lump sum of
dollars ($ ) provided, however, that
modifications to the Basic Services Part “D”, 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.
Page 4 of 19
E. Additional Services Part “A” Fee: The Engineer should be paid a fee under this
Contract for Additional Services Part “A” pursuant to the Fee Schedule described in
Attachment “B”, Additional Services. Additional Services Part “A” Fee shall not
exceed the lump sum of dollars ($
) provided, however, that modifications to the Additional Services Part ”A”, 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.
F. Additional Services Part “B” Fee: The Engineer should be paid a fee under this
Contract for Additional Services Part “B” pursuant to the Fee Schedule described in
Attachment “B”, Additional Services. Additional Services Part “B” Fee shall not
exceed the lump sum of dollars ($
) provided, however, that modifications to the Additional Services Part ”B”, 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.
G. Total Maximum Fee: Total Maximum Fee for this Contract shall be a lump sum of
dollars ($ ): The lump sum Basic
Services Part A, B, C & D Fee plus the lump sum Additional Services Part A & B
Fee.
D. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services Part A, B, C & D and/or Additional Services Part A & B
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
Page 5 of 19
discovered in any invoice whether paid to the Engineer or not, and to withhold the
funds requested by the Engineer relative to the error.
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 Basic Services which
clearly defines the changes to the previously approved Basic 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 Basic
Services modification shall constitute a notice to proceed with the Project in accordance
with the modified Basic Services. The City Engineer may issue written Modifications to
the Basic 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, Basic Services, the
Engineer shall provide the City with one set of reproducibles, one set of blacklines 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 digital 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 6 of 19
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 Basic 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 Basic 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
Page 7 of 19
be deemed to be an assumption of such responsibility by the City for any 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 8 of 19
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 to
Page 9 of 19
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 10 of 19
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: Quinn G. Spann, Jr., P.E.
GSWW, Inc.
11117 Shady Trail
Dallas, Texas 75229
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: GSWW, Inc.
BY: BY:
______________________ ______________________________
Mayor Quinn G. Spann, Jr., Associate
Date: __________________ Date:_________________________
ATTEST: ATTEST:
_______________________ ______________________________
(CORPORATE SEAL)
Page 11 of 19
ATTACHMENT “A” BASIC SERVICES
The Engineer agrees to render services necessary for the development and completion the
Project as outlined herein. The Basic Services to be performed by Engineer under this
Contract include the following:
A. SCHEMATIC DESIGN
1.When requested by the City, the Engineer shall attend preliminary conferences with
authorized representatives of the City regarding the project and such other conferences as
may be necessary in the opinion of the City so that the plans and specifications which are
to be developed hereunder by the Engineer, will result in providing facilities which are
economical in design and conform to instruction from the City.
2.The Engineer shall attend such conferences with officials of other agencies including other
engineering and/or surveying firms under contract with the City, as may be necessary in
the opinion of the City for coordination of the proposed paving and related improvements
with the requirements of such other agencies. It shall be the Engineer’s duty hereunder to
secure necessary information from such agencies.
3.The Engineer shall advise the City with regard to the necessity for subcontract work such
as special surveys, tests, test borings, or other subsurface investigations in connection with
design and engineering work to be performed hereunder. The Engineer shall also advise
the City concerning the results of same. Such surveys, tests, and investigations shall be
made only upon authorization by and at the expense of the City.
4.During the schematic design phase the Engineer shall coordinate with all utilities as to any
proposed utility lines or the need for adjustment to the existing utility lines within the
project limits. The information obtained shall be shown on the schematic plans and
addressed in the schematic design report. The Engineer shall show on the schematic,
preliminary, and final plans the location of the proposed utility lines, existing utility lines,
and any adjustments and/or relocation of the existing lines based of information provided
by the respective utility company.
5.The Engineer shall provide necessary design field surveys for his use in the preparation of
plans and specifications. The Engineer shall also provide sufficient property surveys to
prepare the necessary right-of-way document and related exhibit for acquisition of right-of-
way with use of Engineer’s documents.
6.The Engineer shall supply construction plans to all utility companies, including but not
limited to franchised utilities and pipeline companies which have existing and proposed
Page 12 of 19
facilities within the limits of the Project. The above mentioned construction plans shall
consist of the following: one set of schematic plans, one set of dated preliminary plans,
and, one set of dated and approved advertising (final) plans.
7. The Engineer shall furnish for City review two (2) copies each of the schematic
engineering plans at a scale of 1”=20’ horizontal and 1”=5’ vertical and a written report
on the project in sufficient detail to indicate clearly the problems involved and the alternate
solutions available to the City, to include layouts, preliminary right-of-way needs, opinion
of probable cost for each alternate proposed, and the Engineer’s recommendation(s).
B. PRELIMINARY DESIGN
1.The Engineer shall meet with the City to discuss the schematic design plans and report,
and the Engineer will then proceed with preparation of the preliminary design of the
project incorporating all comments received from the City and agreed upon by both the
City and the Engineer into these plans.
2.The Engineer shall provide detailed design data, profiles, cross-sections where
appropriate, opinions of probable cost, and furnish two (2) copies of detailed preliminary
design plans for the project to the City for review. The Engineer shall indicate on the
plans the location of existing and proposed utilities and storm drains. Storm drainage
calculations shall also be provided on the drainage layout sheet in the plans.
3.After receipt of preliminary design review comments from the City, the Engineer shall
make all corrections noted and then commence preparation of the final design plans and
specification/contract documents.
4.Plot existing topographic features including pavement & utilities on (24” x 34”) plan and
profile sheets (1”=20’ horizontal and 1”=5’ vertical).
5.Prepare plan and profile drawings of existing and proposed top of curb.
6.Roadway cross sections on 50-foot intervals & driveway cross sections.
7.Provide typical roadway section.
8.Wall design for any walls that may be needed along the Right-Of-Way.
9.Erosion Control Plan
Page 13 of 19
10.Stormwater Pollution Prevention Plan (SWP3). (Excludes agency review fees, BMP’s
inspection during construction, and NOI & NOT.)
11.Develop phasing plan to maintain one lane of traffic during construction.
12.Attendance of Public Meetings or stakeholder meetings. (Estimate 16 hours)
13.Submit two full sized blackline sets of preliminary construction plans at 35%, 65% and
95% for City staff review and comments.
C. FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (P S & E)
1.Incorporating all City review comments from the preliminary design submittal, the
Engineer will complete the final plans, prepare contract documents/specifications, and a
final opinion of probable cost for the authorized construction units. This shall include
summaries of bid items and quantities, but the Engineer does not guarantee that Contractor
bids will not vary from such opinion. Each of these items (2 copies each) shall be
submitted to the City for final approval.
2.After receipt of final plan/specifications/contract documents review comments from the
City, the Engineer shall make all corrections noted and then furnish twenty (20) copies
of contract documents and final bid plans to the City for distribution to Contractors for
bidding the Project. Contract documents shall contain the Notice to Bidders, Proposal,
Wage Rates, General and Special Provisions, Special Specifications, Insurance Statement,
Payment, Performance, and Maintenance Bonds, and all other required City Contract
forms.
3.The original drawings of all plans shall be plotted in ink on approved plastic film sheets, or
as otherwise approved by the City Engineer, and shall become the property of the City.
City may use such drawings in any manner it desires provided, however, that the Engineer
shall not be liable for the use of such drawings for any project other than the project
described herein.
4.The Engineer shall determine the right-of-way and easement needs necessary for the
construction of the project and furnish same to City. The Engineer shall provide the
necessary land survey, Deed and Abstract Records search, right-of-way exhibit and
description of the single property parcel to be acquired for this project.
Page 14 of 19
D. CONSTRUCTION ADMINISTRATION.
1.The Engineer will assist the City in the advertisement for bids--prepare Notice to Bidders
for required newspaper advertising --and place notice with Texas Contractor magazine and
Dodge Report.
2.The Engineer will attend a pre-bid meeting if deemed necessary by the City.
3.The Engineer shall assist in the tabulation and review of all bids received for the
construction of the improvements, and shall make recommendations to the City concerning
these bids. At any time during the construction of this project, the Engineer shall advise
on special review shop drawings required of the Contractor by the Construction
Contract(s). Such review shall be for general conformance with the design concept and
general compliance with the plans and specifications under the Construction Contract(s).
4.After selection of Contractor(s) and award of contract(s) by the City, the Engineer will
assist in the preparation of contract documents, including contract, performance, payment,
and maintenance bonds and all other related City forms required to initiate construction on
the project(s).
5.Engineer will arrange a pre-construction conference with City staff, Contractor(s), and all
affected utility companies.
6.Engineer will provide periodic field representation and will monitor construction progress
as often as Engineer deems necessary. However, once every two (2) weeks the Engineer
shall attend a scheduled meeting with the b project inspector and the Contractor(s) to
discuss the construction progress. A written report shall be provided to the City after each
of these bi-weekly meetings.
7.Engineer will consult and advise the City regarding the need for any contract change
orders and will prepare change orders as required for City approval.
8.Engineer will be available for interpretation of plans and specifications as may be required
by the Contractor(s) in the field.
9.The Engineer will, with assistance from the City Inspector on the project(s), prepare and
process monthly and final pay requests from the Contractor(s) to the City.
10.Engineer will provide, in conjunction with the City, a final inspection of the project and
provide a “punch list” of deficient items to the Contractor(s).
11.Engineer will revise construction drawings as necessary to adequately reflect any revisions
in the construction from that which was represented on the plans and/or specifications.
Page 15 of 19
12.Engineer will provide the City with one (1) set of mylar reproducible “Record Drawings”
within 30 days after the completion of the project including updated digital files of the new
construction for use in the City’s computerized mapping system.
FEE SCHEDULE FOR
BASIC SERVICES
A. Schematic Design =$
B. Preliminary Design =$
C. Final Plans, Specifications, and Estimate (PS&E) =$
D. Construction Administration =$
Total of Basic Services =$142,450.00
Page 16 of 19
ATTACHMENT “B”
ADDITIONAL SERVICES
A. Survey for Design:
1.Survey shall include incorporating lot and address number into electronic
drawing; Horizontal and vertical location of the existing visual facilities
within the right-of-way, including existing pavement, fences, trees, lead
walks & mailboxes. Pick up utility appurtenances such as water valves, fire
hydrants, manholes, inlets etc., within the right-of-way. Set vertical and
horizontal control using the City’s datum. Vertical control will be based
upon the City’s benchmark datum.
2.Engineers review of surveyor’s work.
3.Engineer incorporating survey files and reducing data files.
4.Call Dig-Tess out to mark existing private utilities.
5.Deforest Road survey will begin with the existing median opening noses in
MacArthur and end approximately 200 feet east of the asphalt/concrete joint
in Windsor Estates. We will survey MacArthur Blvd. 200 feet north and
south of Deforest Road.
6.Each intersecting street will be surveyed 200 feet back from the center of
Deforest Road.
7.Control points and benchmarks will be set no more that 500 feet apart.
8.Research plats and acreage properties
9.Analysis of Deforest Road right-of-way
10.Survey existing private drive 50 feet back from the edge of asphalt
pavement. (Exception: 100 feet back on the existing pavestone drive since it
may be the vertical curve.)
11.Four (4) Deforest right-of-way exhibits for the following locations: Mr. &
Mrs. Estrada property, St Andrew Manor (Andrew Spear) property, Bruce
Birdsong property, and the Nettie Long Addition Property.
12.Two (2) drainage easement exhibits (we do not know of any at this time, but
put this into the budget).
13.Tie down all trees four inches (4”) and above along with identifying their
species with the right-of-way.
B. Geotechnical Investigation:
1.Eight boring, six at a depth of 10 feet and two at a depth of 25 feet are planned
in the existing sloped areas for stability test and wall footing analysis.
2.The results of the field investigation and laboratory testing will be evaluated to
provide recommendations for the design and construction of the proposed
concrete pavement. The report will include:
Page 17 of 19
-Boring logs, laboratory test results, water level observations and a boring
location plan
-Engineering characterization of the subsurface materials encountered.
-Typical concrete pavement section based on traffic data provided by the City of
Coppell
-Subgrade stabilization recommendations for the planned street.
-Data required for design of low-level retaining walls and/or slopes
-Recommendations regarding earthwork, including grading and excavation,
backfilling and compaction, the treatment of in-place soils for the support of
foundations, pavement and possible construction problems reasonably to be
expected.
C. ADDITIONAL SERVICES: If requested by the City, GSWW, INC. will provide
the following services on an hourly basis:
Detailed construction staking.
A.
Full time construction inspection.
B.
Preparation of easement descriptions and exhibits in excess of those listed above.
C.
Right-of-way parcel descriptions in excess of those listed above.
D.
Internal inspection of sanitary sewer lines.
E.
Trench excavation safety plan.
F.
Utility Locate using potholing or any other digging method
G.
Water Line Replacement other than those lines crossing under Deforest.
H.
HEC II & Hydraulic Studies
I.
Detention Pond Analysis
J.
Environmental investigation
K.
Services in connection with condemnation hearings
L.
On-Site safety
M.
Traffic engineering report or study
N.
SWP3- Review fees, NOI, NOT, & BMP’s inspection during construction
O.
Page 18 of 19
FEE SCHEDULE FOR
ADDITIONAL SERVICES
A. Survey for Design
1.Horizontal & Vertical Control =$ 1,660.00
2.Research, Deed Sketch and Analysis of Right of Way =$ 3,970.00
3.Deforest Road and Intersecting Street Topo Survey =$28,490.00
4.Right-of-way take Exhibits & Drainage Easement Exhibits =$ 3,036.00
(This includes R.O.W. from four (4) properties and two (2)
possible drainage easements)
Sub-Total of Additional Services-Survey Services =$37,156.00
B. Geotechnical Investigation
1.Drilling & Sampling of Test Borings =$ 4,315.00
2.Laboratory Testing =$ 1,265.00
3.Engineering Analysis & Report for Street improvement =$ 1,380.00
4.Engineering analysis for retaining walls / slope improvements =$ 1,540.00
Sub-Total of Additional Services-Geotechnical Services =$ 8,500.00
Total of Additional Services =$45,656.00
Page 19 of 19