Loading...
MA1009-AG110726AGENDA REQUEST FORM T H E . ` , T Y . a F DEPT: Engineering COPPELL �` DATE July 26, 2 � k S ITEM #: 14 n WORK SESSION 1:1 CONSENT 0 REGULAR ITEM TYPE CONTRACT /BID or PROPOSAL ITEM CAPTION: Consider approval of an Engineering Services contract with Teague Nall and Perkins in the amount of $78,500.00 for the Alex Drive canal rehabilitation; as provided for in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign and execute necessary documents. GOAL(S): EXECUTIVE SUMMARY: This contract will allow the City to rehabilitate the eastern bank of Alex Drive canal. The City's responsibility is the east bank, which has experienced some slope failures. Staff will be available to answer any questions. FINANCIAL COMMENTS: Funds are available in the Infrastructure Maintenance Fund for this contract. RECOMMENDED ACTION: ACTION TAKEN BY COUNCIL: Staff recommends approval of this contract. APPROVED BY CITY COUNCIL ON ABOVE DATE Motion to Approve M - Brancheau S - Franklin Vote 6-0 Hinojosa- Flores was absent. Contract Alex Canal -1 AR MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin, P.E., Director of Engineering/Public Works FROM: Keith R. Marvin, P.E., Project Engineer DATE: July 26, 2011 RE: Consider approval of an Engineering Services contract with Teague Nall and Perkins in the amount of $78,500.00 for the Alex Drive canal rehabilitation; as provided for in the Infrastructure Maintenance Fund; and authorizing the City Manager to sign and execute necessary documents. On March 14, 1995 City Council approved a Final Plat and Development Agreement for development of The Enclaves on the Parkway, a 21 lot residential subdivision on the South side of Parkway Blvd. across from Andy Brown East. At the time of this approval, the drainage channel adjacent to this property was in a state of disrepair and represented a maintenance concern to the city. As part of a development agreement executed with the approval of this subdivision, the city agreed to fund the stabilization and repair of the eastern and southern banks of this canal. The developer of the subdivision agreed to fund the stabilization and repair of the western and northern banks. Perpetual maintenance would then lie with the Homeowners association for the portion funded by the developer and with the city for the portion we funded. This work was completed and accepted by the city on December 14, 1995. Over the past several years, the portion of the channel that the city is responsible for has experienced slope and wall failures as evidenced by the attached photograph. Continued slope and wall failures in this area will begin to threaten the integrity of the homes at the top of the slope if nothing is done to rehabilitate the eastern bank of the channel. Upon execution of this contract Teague Nall and Perkins Inc. will perform field surveying to establish the limits of failures and then design improvements for the east bank of the channel. This contract includes development of detailed construction plans for improvements, meeting with residents to present the proposed solutions, and construction administration. 1 The City of Coppell is familiar with this firm and their capabilities. Staff recommends approval of this design contract in the amount of $78,500.00 as provided for in the Infrastructure Maintenance Fund. Staff will be available to answer any questions at the Council meeting. 2 J ) a .y ` 0) Z � a �• r Q 'w J_ J m Q QZU IQW a* Ll a 0� mp w U Wa V w Q ❑ } U7 Ll a ► a a L� m Li Q W ` m U W T+' o w r Q cc ,/ Q m S ♦ H Q OF 0 W Qa 19 �3_ r W a Ad . a Z A � O ®/Il9 A y I��� yy 21b4d LL O N II c) Z r v p M J_ T U Z ❑ pU O r LQ r J_ J m Q Z IQw U °a W , w ?`° �woa �� d , J a F � F Uwa X w o c; a- 0 z ui U m 0 L� 3 a a om , 0 o CL ao m _. U a U y 11 11 ll rr I v p T U Z 0 0 U 0 1 J J m Q I U � o � y W w 0 = a. >_ a u 0 a � " 4t J =Ui Ll 0 o w Q 0 ' U7 Ll 0 w ` 0 U `a U � y y� � F-' I 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 2011, by `T , and between the City of Coppell acting by and through the City Manager with a proval of the City Council hereinafter referred to as "City ", and Teague, Nall and Perkins, 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 Alex Drive Canal Rehabilitation, 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 Scope of Services, Attachment A, 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. 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 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 2 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 Sixty Six Thousand Five Hundred dollars ($66,500) provided, however, that modifications to the Basic Services Part I, or other conditions defmed 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 Twelve Thousand dollars ($12,000) provided, however, that modifications to the Basic Services Part II, or other conditions defmed 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 Seventy Eight Thousand Five Hundred dollars ($78,500): 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 Page 3 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. 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 fmal 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 fmal report. Page 4 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. 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. Page 5 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 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. Page 6 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 fmal determination at the end of such fifteen -day period, the Engineer shall be compensated on the basis of the percentage of Services provided prior to the receipt of notice of such termination and indicated in the fmal 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 Page 7 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 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 8 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 Kenneth M. Griffin, P.E. City Engineer 255 Parkway Blvd. Coppell, TX 75019 Engineer: Mark J. Holliday, P.E. Teague, Nall and Perkins, Inc. 12160 North Abrams Road, Suite 508 Dallas, Texas 75243 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: a E , � , , oe // . ‘ PP rK.r`�s.Xr c BY: BY/ a / / Gt / e t' K- T t 0 /(d..0 � t t`rr�t pop City nager Name & Title Date: "-/ / Date: g-/-/ ATTEST: ATTEST: / Ai je.(, b Page 9 ATTACHMENT `A' SCOPE OF SERVICES The Engineer agrees to render services necessary for the development and completion of the Project as outlined herein. Over the last several years, the canal between Enclaves Court and Alex Drive has experienced slope failure and retaining wall failure along the east bank. The City evaluated various construction options in the past, but a feasible solution was never finalized. The west bank is owned by a neighborhood HOA, and minor slope failures and wall movement along the west bank can be observed. The east bank of the canal is owned by the City, and a recent wall failure near Parkway Boulevard has increased the awareness of the need to address the issue. The Basic Services to be performed under this Contract i nclude the following scope of work: 1. Project limits consist of the east bank of the canal from Parkway Blvd to approximately 700 linear feet south to the 90- degree bend in the canal, and tie into the existing headwall at this location. 2. Evaluate up to four options for construction techniques and materials for reconstructing the wall and stabilizing the east slope. 3. Prepare USACE Pre - Construction Notification for Nationwide Permit 13 - Bank Stabilization if necessary. 4. Prepare hydraulic model to verify no adverse impact of wall improvements on peak water surface elevations. 5. Provide to the City a summary of evaluated options w/ cost opinions and recommendations. 6. Attend one neighborhood meeting with City staff to discuss alternatives with adjacent residents. 7. Prepare construction drawings and specifications for up to two options to allow alternate methods to be bid by contractors. 8. Provide construction adm inistration services and structural inspection of walls. Page 10 BASIC SERVICES PART I: 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 with the other agencies. It shall be the Engineer's duty hereunder to secure necessary information from such agencies. 3. The Engineer shall utilize previously completed geotechnical report provided by City. Engineer shall advise the City if any additional subcontract work that is not already included in this contract becomes necessary to the design of the project. Such additional subcontracted work, tests, surveys, or subsurface investigations shall be made only upon authorization by and at the expense of the City. 4. The Engineer shall provide necessary design field surveys for his use in the preparation of preliminary and final plans and specifications. Survey For Design: Provide detailed topographic survey for project along the project corridor. This will include horizontal and vertical location of existing above ground features and visible utility appurtenances throughout the length of the project corridor including, but not limited to, existing pavement connections, sidewalks, trees, fences, water valves, fire hydrants and manholes. Flowlines of existing culvert and storm drain outfalls will be shot and elevations provided. Survey limits will be from east fenceline to west fenceline, and extend from Parkway Blvd to the 90- degree bend located approximately 700 LF south. (a) Establish control network utilizing GPS and City of Coppell published datum. Unless otherwise required, horizontal datum will be NAD 83 and NAVD 88 for vertical datum. (b) Perform field surveys to tie the horizontal and vertical locations of franchise utilities when located close to proposed facilities. (c) Establish vertical control benchmarks within the project limits on existing permanent structures. (d) Tie benchmarks to as -built plans for correlation of datum. Page 11 A. PRELIMINARY DESIGN After studying up to four design concepts in sufficient detail to evaluate conceptual cost opinions and constructability concerns, the Engineer will provide a brief summary of options with recommendations to the City. City shall select a base design and one alternate design for Engineer to prepare construction plans to be used for contractor bidding. Engineer shall prepare a HEC -RAS hydraulic model for existing conditions and proposed conditions between the limits of existing concrete spillway downstream of Parkway Blvd. to the upstream end of the project. Effective FEMA hydrology shall be used for model, and does not include FEMA map changes or detailed drainage r eports. 1. The Engineer shall 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. Project design shall be in accordance with environmental standards provided by the City, as well as known state and federal guidelines applicable to the project. a. Prepare typical proposed wall cross sections. b. Establish preliminary horizontal alignment for wall. c. Establish preliminary vertical profiles for wall. d. Show major features on plan sheets including edges of roadway, fences, sidewalks, trees, and culverts. e. Show existing storm system improvements. f. Show known utility crossings and nearby adjacent utilities, and other topographic features as identified from field surveys and information provided by utility companies and the City's record drawings. g. The Engineer shall supply the preliminary plans to all known utility companies, including franchised utilities and pipeline companies which have known existing facilities within the limits of the Project. One set of dated preliminary plans, and one set of dated and approved advertising (final) plans shall also be submitted at the appropriate intervals. h. 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. 2. Prepare exhibit of design alternatives for a public meeting. Engineer shall attend one neighborhood meeting with City staff to discuss alternatives with adjacent residents. 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. Page 12 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. a. Develop miscellaneous sheets such as Title Sheet, Horizontal Control Sheet, General Notes & Quantities, and Standard Details. b. Prepare Erosion Control Plan sheets (full size, 1:40 scale) for proposed improvements. The successful bidder (contractor) will be required to supply and submit a formal SWPPP to the TCEQ as owner and operator of the construction project. c. Prepare traffic control and construction phasing pl an for proposed improvements. d. Provide typical retaining wall design cross sections. e. Incorporate comments from the utility companies pertaining to the location of existing facilities and organize a utility coordination meeting among all impacted utilities at City Hall. f. Finalize Special Conditions, which will include Special Technical specifications. g. Meet with City to develop final phasing of construction. City will notify the City of Coppell Police and Fire Departments of all proposed construction phase traffic. h. Complete quantity take -off and prepare final estimate of probable construction cost based on final plans. i. Prepare final bid documents including bid proposal forms, construction plans, specifications, and contract documents. 2. After receipt of final plan /specifications /contract documents review comments from the City, the Engineer shall make all corrections noted and then provide up to twelve (12) copies of contract documents and final bid plans to Contractors 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. Page 13 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 s pecifications 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 attend 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 Engineer deems necessary, including possible scheduled meetings with the project inspector and the Contractor(s) to discuss the construction progress. Engineer will provide required structural inspection when notified at the appropriate time. It is estimated that up to four site visits will be made. A written status can be provided to the City after each of these meetings if needed. 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 speci fications. 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 CAD files of the new construction for use in the City's computerized mapping system. Page 14 BASIC SERVICES PART I1: Environmental Services 1. Section 404 Permit Assessment - TNP will utilize Integrated Environmental Solutions, Inc. (IES) to provide professional services regarding Section 404 permitting strategies. The permitting strategy will focus on utilizing Nationwide Permit (NWP) 13 — Bank Stabilization for the proposed project and identify ways to avoid or minimize impacts so that there will not be any preconstruction notification to the USACE. If the project meets all terms and conditions of NWP 13, without requiring notification under General Condition 27, IES will prepare a brief letter report presenting the delineation, describing the project and how it meets all conditions of NWP 13. 2. Pre - Construction Notification under Nationwide Permit 13 - If the proposed impacts exceed the allowed thresholds, a notification to the USACE is required prior to construction of the proposed project. IES would detail the ecological functions and values of the waters of the United States on the property , based on current conditions and other previous documentation. Once these baseline conditions are accepted by the USACE, these will be the functions and values that will be mitigated. Although this project may only have minor impacts, the NWP submittal must detail the planning process and provide compensatory mitigation for unavoidable impacts if necessary. All tasks will be assembled into the Section 404 permit submittal to the USACE. After the permit is submitted to the USACE, additional coordination may be required to finalize the requirements of the permitting process. Page 15 F. EXCLUSIONS 1. Providing a full -time on -site representative during construction. 2. Environmental assessments or USACE permitting beyond that described. 3. Fees for FEMA submittals, permits or advertising. 4. Certification that work is in accordance with plans and specifications, beyond standard preparation of record drawings described. 5. Environmental cleanup. 6. Floodplain studies, map revisions, or detailed drainage reports. 7. Trench safety designs. 8. Quality control and testi ng services during constructi on. 9. Services in connection with condemnation hearings. 10. Design of underground storm drain infrastructure system improvements. 11. Design of water and sanitary sewer tines. 12. Preparation of drainage area map and drainage calculations. 13. On -site safety precautions, programs and responsibility. 14. Consulting services by others not included in proposal. 15. Traffic engineering report or study. 16. Title searches, boundary surveys, or property surveys. 17. Preparation of landscape plans or tree mitigation plans. Page 16 COMPENSATION: The maximum overall fee established herein shall not be exceeded without written authorization from the City of Coppell, justified by increased scope of services. The following is a summary of the estimated charges for the various elements of the proposed services: Basic Services Part I Fee: A. Engineering $ 55,500 B. Design Survey $ 11,000 Subtotal: $ 66,500 Basic Services Part II Fee: Additional Services A. Reimbursable Expenses (printing, as -built prep, etc) $ 2,000 B. Environmental Services $ 10,000 Subtotal: $ 12,000 Total Contracted Fee: $ 78,500 Page 17 TEAGUE NALL AND PERKINS, INC. Standard Rate Schedule for Reimbursable /Multiplier Contracts Effective January 1, 2011 to December 31, 2011* Engineering / Technical From - To Principal $150 - $230 Per Hour Project Manager $120 - $200 Per Hour Senior Engineer $110 - $210 Per Hour Engineer $85 - $140 Per Hour Landscape Architect / Planner $110 - $170 Per Hour Landscape Designer $70 - $110 Per Hour Designer $85 - $120 Per Hour Senior Designer $100 - $150 Per Hour CAD Technician $60 - $90 Per Hour Senior CAD Technician $75 - $110 Per Hour IT Consultant $120 - $150 Per Hour IT Technician $85 - $120 Per Hour Clerical $50 - $80 Per Hour Resident Project Representative $70 - $120 Per Hour Surveying Survey Office Manager $130 - $180 Registered Professional Land Surveyor $120 - $150 S.I.T. $70 - $100 Senior Survey /SUE Technician $70 - $100 Junior Survey /SUE Technician $50 - $80 2- Person Field Crew w /Equipment $115 3- Person Field Crew w /Equipment $125 4- Person Field Crew w /Equipment $150 1- Person G.P.S. Creww /Equipment $125 2- Person G.P.S. Creww /Equipment $145 3- Person G.P.S. Creww /Equipment $165 1- Person Robotic Crew w /Equipment $110 2- Person Robotic Crew w /Equipment $130 SUE QL -A Test Hole (0 — 4 ft)* $750 Per Hole SUE QL -A Test Hole (4.1 - 8 ft)* $900 Per Hole SUE QL -A Test Hole (8.1 — 12 ft)* $1,150 Per Hole SUE QL -A Test Hole (12.1 — 20 ft)* $1,500 Per Hole VAC Truck $250 Per Hour Direct Cost Reimbursables Photocopies, Scans & PDF Files: $0.10 /page letter and legal size bond paper, B &W $0.20 /page 11" x 17" size bond paper, B &W $1.00 /page letter, legal and 11" x 17" color bond paper, $2.00 /page 22" x 34" and larger bond or vellum, B &W $4.00 /page 22" x 34" and larger bond or vellum, color Plots: $1.00 /page 11" x 17" size bond paper, B &W $2.00 /page 11" x 17" size bond paper, color $4.00 /page 22 "x34" and larger bond or vellum, B &W $6.00 /page 22 "x34" and larger paper or vellum, color $6.00 /page 22 "x34" and larger mylar or acetate, B &W Mileage $0.50 /mile Page 18