ST0001-CN000330'~~~~i'~~ AGENDA REQUEST FORM
~e City Wl~ A Beauflf~ Fut~ ~ ~ ~
CITY COUNCIL MEET~G: March 28, 2000 ITEM ~ ~
ITEM CAPTION:
Consider approval of awarding a design contract to Schrickel, Rollins and Associates, Inc, for the design of
Creekview Drive, as approved in the November 1999 Capital Improvement Bond Election, from its current
location at the western property line of Wagon Wheel Ranch Park to State Road in an amount not to exceed
$206,400; and authorizing the Mayor to sign.
SUBMITTED Y: Kenneth M. Griffin, P.E.
ector of Engmeermg/Pu
STAF ,T
See attached memo.
A PPR 0 I/ED
BY
CITY COUNCIL
DATE
BUDGET-AMT. $ AMT. EST. $ +\-BID $
FINANCIAL COMMENTS:
Funds 411 be provided by the 2000 Bond Issue scheduled for ltay, 2000.
FIN. REVIEW:
Agenda Request Form- Revised 2/99
CITY MANAGER REVIEW:
Document Name: #03281
II 'I lliT I
MEMORAND[
FROM THE
DEPARTMENT OF ENGINEERING
To:
From:
Date:
RF~:
Mayor and City Council
Kenneth M. Griff'm, P.E., Director of Engineering/Public Works
March 28, 2000
Consider approval of awarding a design contract to Schrickel, Rollins and Associates,
Inc. for the design of Creekview Drive, as approved in the November 1999 Capital
Improvement Bond Election, from its current location at the western property line of
Wagon Wheel Ranch Park to State Road in an amount not to exceed $206,400; and
authorizing the Mayor to sign.
To help facilitate traffic movement in and around Wagon Wheel Ranch Park, the City of Coppell has negotiated
with the firm of Schrickel, Rollins and Associates to design Creekview Drive from its current location at the
southwest comer of Wagon Wheel Ranch Park to its intersection with proposed Freepoa Drive. Schrickel,
Rollins and Associates is the firm curren~y providing the design services for the park. The Engineering
Department is of the opinion that to insure coordination with the park design the same consultant should be
used for the design of the roadway. I am very familiar with the engineering capabilities of the firm of
Schrickel, Rollins and Associates, as I have worked with them in other places of employment.
In the original design of the park, there was no thought given to how Creekview Drive would eventually tie into
State Road, Ruby Road or future Freepoa Parkway. If Creekview Drive were curved to the noah to intersect
with the current intersection of Ruby/State, this quite possibly would eliminate two ball fields along the
southern edge of Wagon Wheel Park. Therefore, in my preliminary review of the alignment of the roadway, I
am of the opinion that it should stay along the southern edge of Wagon Wheel Park. However, depending on
the timing of the construction of Freepoa Parkway from Bethel Road noah to the State/Ruby intersection, it is
quite possible that Creekview Drive could be designed and constructed along the southern edge of Wagon
Wheel Park and not have any roadway to connect to along the east side of Wagon Wheel Park. Therefore, the
consultant has also provided design services for the design of a poaion of Freepoa Parkway from Creekview
Drive noah to the main entrance into Wagon Wheel Park.
Council may also be aware that a portion of Cottonwood Branch curves close to the proposed alignment of
Creekview Drive near the southwest comer of Wagon Wheel Park. Because the design has not been performed,
the extent of any erosion protection and/or any modifications to the existing creek has not been determined.
Therefore, it is unknown whether or not 404 Permits or any type of FEMA involvement will be necessary. The
consultant has provided costs for those items with this proposal if in fact they are necessary. The attached
exhibit better represents the proposed alignment of Creekview Drive, the proximity of Cottonwood Branch and
the uncertainty of the connection of Creekview Drive back into Wagon Wheel Park along State Road.
To expedite this project to insure that the roadway is in place in a timely manner, staff recommends approval of
the design contract with Schrickel, Rollins and Associates in an amount not to exceed $206,400. Staff will be
available to answer any questions at the Council meeting.
"CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN"
I
//
~OINT DRIVE
I { I I
rY' rY'
WAGON WHEEL ,-, n
//////r~~ P ARK ~ ~ u
/
o o o UBY
EXISTING o o o o o o o
CREEK VIEW ~ ,
FUTURE ///~ \
CREEKVIEW DRI~
PROPOSED
FREEPORT ALIGNMENT
LEGEND
0 2~O IO0
IOO0
PROPOSED FREEPORT ALIGNMENT
AND FUTURE CREEKVIEW DRIVE
DALLAS COUNTY, TEXAS
PROJ. NO.
,-,,
Schrickel, R iins and Associates, Inc.
Consultants tn Landscape Architecture · Engineering · Planning
March 7, 2000
Mr. Kenneth M. Griffin, P.E.
Director of Engineering and Public Works
City of Coppel l
P.O. Box 478
Coppell, TX 75019
RE:
Improvements of CREEKVIEW DRIVE from the
West Boundary of Wagon Wheel Park to Freeport Parkway
Dear Ken:
Victor W. Baxter, ASLA
Kent E. Besley, ASLA
Joseph E. Bradley, PE
Terry T. Cheek, ASLA
Terry E. Cullender
Dino J. Ferralli, PE
Daniel B. Hartman, PE
Delbert W. Hirst, ASLA
Sanford P. LaHue, Jr., PE
Hershel R~ Lindl , APA
David K. McCas~:ill, ASLA
Albert W. Rollins, PE
Gene Schrickel, FASLA
Enclosed is our proposal for the Creekview Drive project· As discussed, it also includes
a separate (optional) item for, the design of a portion of Freeport Parkway. Our submittal
includes the following:
Opinion of Probable Construction Cost for both projects
A copy of the standard City of Coppel l Engineering Contract modified for
this project, including:
a. Standard Agreement
b. Attachment "A" - Basic Services
c. Attachment "B' - Special Services
d. Attachment "C" - Schedule of Charges (SPA Standard)
e. Attachment "D" - Project Schedule (For information only, we have
not yet discussed your schedule)
Support Documents for Engineering Fee Calculations
a. No. 1 - Lump Sum Fee for Creekview Drive
b. No. 2 - Lump Sum Fee for Freeport Parkway (if selected)
c. No. 3 - Hourly Fee for COE or FEMA Submittals (if required)
Because this is our first engineering services proposal to the City, I've included those
services and fees I perceived were required. Please let me know if I've overlooked
anything or included something you do not need. Our intent is to customize our services
to fit your organizational needs.
1161 Corporate Drive West, Suite 200 · Arlington, Texas 76006 · (817) 649-3216/Metro (817) 640-8212/FAX (817) 649-7645
|
" Schrickel, RoZjns and Associates, Inc.
Mr. Kenneth M. Griffin, P.E.
Page 2
March 7, 2000
Also included for discussion is a letter from our liability insurance agent which addresses
several contractual issues. We request that the City review these comments and consider
the revisions identified.
Yours truly,
SCHRICKEL, ROLLINS AND ASSOCIATES, INC.
Daniel B. Hartman
DBH/arn/4~26
Attachments
City of Coppell
Creekview Drive
West Boundary Wagon Wheel Park to Freeport Parkway
Opinion of Probable Construction Cost
February 29, 2000
ITEM~
PA VING.I HI~R,O. VEMENT$
101
102
103
104
105
106
107
108
109
DESCRIPTION
Unclessifted roadway excavation (including ROW prep.) 12,0~
8" Reinforced concrete pavement (~lane, undivided) 12,300
~ 8" Subgrade stabilization 12,900
Hydrated lime (45 Ibs./SY) 390
~ 6" Concrete drive approach and transition 170
Retaining wall (Adjacent to ex. Developmen0 200
Street Lighting (foundation, pole, conduit, fixture, etc.) 11
5" Concrete ribrap 200
Pavement markings 1
110 Gabions - Creek Protection 1,200
111 Compacted Fill - Creek Realignment 10,000
112 Bermuda Sod 1,200
113 Hydromulch Seeding 5,0~
Subtotal Paving
201 ! 24" CI. III RCP Storm Sewer 1,100 LF 45
202 ' 6
203 1,1 O0
204 1
205 50
206 200
207 1
10' Recessed curb inlet
Trench Safety
Headwalls
Gabions at Headwalls
Metal beam guard fence (MBGF)
Storm Water Pollution Prevention Plan (SWPPP)
Subtotal Drainage
L ] UNIT
QTY. UNIT COST TOTAL
cY $ 6
SY $ 32
SY $ 2
Tons $ 90
SY $ 30
SY $ 200
EA $ 6,600
SY $ 35
LS $ 8,000
CY $ 200
CY $ 8
SY $ 4
SY $ 0.10
EA 3,000
LF 3
EA 1,000
CY 200
LF 15
LS 5,000
72,000
393,600
25,8o0
35,1o0
5,100
40,000
72,600
7,ooo
8,ooo
240,000
80,000
4,800
5oo
984,500
49,500
18,000
3,300
1,000
10,000
3,000
5,000
89,800
4126
[ '1
ITEM
WA TBt i ~OVEM ENT$
301 f 12" PVC ((::900) water main
302 6" PVC (C900) water main
303
304
305
306
307
309
310
311
DESCRIPTION
RECAP
12" Gate valve
6" Gate valve
Standard fire hydrant
2" Combination air and vacuum release valve
Ductile iron firings
Trench safety
6" Blowoff valve assembly
Connect to existing 12" Water Main
Subtotal Water
S.u.,h~l Drainage . ,': j.,= .' ' '
'SubtOtal Water
3,100
200~
3
6
6
1
2.0
3,300!
1!
2~
UNIT
LF
LF
EA
EA
EA
EA
Tons
LF
EA
EA
UNIT
COST
30t
20
1,200i
600
1,800
2,500
2,500
2
1,200
1,000
Subtotal Paving and Drainage
GRAND TO.T.A.I,.' .
$
$
$
$
$
$
$
$
$
$
TOTAL
93,000
4,000
3,600
3,600
10,800
2,500
5,000
6,600
1,200
2,000
132,300
89,800
1,074,300
132,300
1,20.6~6Q0
4126
2
City of Coppell
Freeport Parkway (State Road)
Creekview Drive to the Main Entrance into Wagon Wheel Park
Opinion of Probable Construction Cost
February 29, 2000
ITEM
PAVING
101
102
103
104
105
106
107
108
109
110
111
112
113
114
DESCRIPTION QTY.
IMPROVEMENTS ~ .
Unclassified roadway excavation (including ROW prep.) 5,600
8" Reinforced concrete pavement (4-lane, divided) 4,200
8" Subgrade stabilization 4,500
Hydrated lime (45 Ibs./SY) 100
Median paving with interlocking pavers 60
6" HMAC Transition Paving 1,200
6" Concrete drive approach and transition 300
Crushed stone for temporary access 200
Traffic control plan (Design and Implementation) 1
5" Concrete rip-rap 60
Pavement markings 1
Bermuda Sod 350
Hydromulch Seeding 5,000
Street Lighting (incl. Foundation, poles, conduit, fixtures, etc.) 3
Subtotal Paving (101-112)
201
202
203
204
205
206
207
208
209
36" CI. III RCP Storm Sewer
24" CI. III RCP Storm Sewer
Headwall
10' Recessed curb inlet
Grade to Drain
Trench Safety
Gabions at Headwall
Metal beam guard fence (MBGF)
Storm Water Pollution Prevention Plan (SWPPP)
Subtotal Drainage
1,300
200
1
4
100
1,500
50
200
1
UNIT
CY
SY
SY
Tons
SY
SY
SY
Tons
LS
SY
LS
SY
SY
EA
LF
LF
EA
EA
LF
LF
CY
LF
LS
UNIT
COST
$ 6
32
2
90
30
20
30
10
10,000
35
4,000
4
0.10
6,600
70
45
1,500
3 ,oo0
10
3
200
15
5,000
TOTAL
33,600
134,400
9,000
9,000
1,800
24,000
9,000
2,000
10,000
2,100
4,000
1,400
5o0
19,800
260,600
$ 91,000
$ 9,000
$ 1,500
$ 12,000
$ 1,000
$ 4,500
$ 10,000
$ 3,000
$ 5,000
$ 137,000
4126 1
DESCRIPTION
4126
2
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 ,2000, by and between the City of
Coppell acting by and through the Mayor with approval of the City Council hereinafter referred to
as "City", and Schrickel. Rollins and Associates. Inc. , here inafter referred to as
"Engineer".
WITNESSETH
WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter referred
to as "Services", in connection with the improvements to Creekview Drive from the west
boundary of Wagon Wheel Park to Freeport Parkway (State Road), 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, Attachmere
A, and Special Services, Attachment B, incorporated herein by attachment and by reference; and
WHEREAS, this contract shah 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.
Basic Services: The work tasks and activities to be performed and deliverable to be
provided by the Engineer shall he 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 he paid for by the City in addition to paymere 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.
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
he identified. At a minimum, milestones shall be provided for the three design submittals
described in Attachment A, Scope of Services: Schematic 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 pan 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
Page 2
3. Compensation.
Basic Services Fee: The Engineer shall be paid a fee for Basic Services under this
Contract pursuant to the Scope of Services described in Attachment A. Basic
Services Fee shah not exceed the lump sm of One Hundred Fifteen Thousand.
Nine Hundred dollars ($115,900) provided, however, that modifications to the
Basic Services, 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,
Special Services Fee: The Engineer may be paid a fee under this Contract for
Special Services pursuant to the Fee Schedule described in Attachment B, Scope of
Services. Special Services Fee shall not exceed the Imp sum of Ninety
Thousand. Five Hundred dollars ($90,500) provided, however, that modifications
to the Special Services, or other conditions defined herein may necessitate a change
of Special Services Fee which shall be reduced to writing and approved by the City
or its designee.
Total Maximum Fee: Total Maximum Fee for this Contract shall be Two Hundred
Six Thousand, Four Hundred dollars ($206.400): The lump sum Basic Services
Fee plus the maximum allowable Special Services Fee.
Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services and/or Special Services on or before the twenty fifth (251h)
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 shah 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 enti~ed to receive interest on mounts 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 3
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 fast 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.
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.
Project Deriverabies. 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 shah 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 4
[ 'l
10.
11.
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 shah 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.
Partnerinl~. 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 parmering, the parties do not intend to
creak a legal partnership, to creak additional contractual relationships, or to in any way
altar the legal relationship which otherwise exists between the City and the Engineer. The
parmering 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 parreefing
shall be totally voluntary and all participants shall have equal status.
Disputes. The City Engineer shall act as referee in all dispums under the mrms of this
Contract between the Parties hemto. In the event the City Engineer and the Engineer are
unable to reach acceptable resolution of dispums concerning the Scope of Services to be
performed under this Contract, the City and the Engineer shall negotiam 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
dispure shall be considered a violation or breach of contract mrms 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.
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.
Liability. Approval of the Hans, 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 docments and work; nor shall such approval
be deemed to be an assumption of such responsibility by the City for any defect, error or
Page 5
omission in me 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 parries 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.
12o
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
shah 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
fights or remedies. The Engineer shall not be responsible for delays associated with
review periods by the City in excess of the agreed Project Schedule.
14o
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 6
15.
16.
18.
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.
Personnel Q~j~!i~cations. 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.
Quality Control. The Engineer agrees to maintain written quality control procedes.
The Engineer further agrees to follow those procedures to the extent that, in the Engineer's
judgment, the procedures are appropriate under the circumstances.
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.
Project Records and Ri~,ht 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.
Non-Discrimination. As a condition of this Contract, the Engineer shall take aH 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.
Page 7
21.
Gratuities. City of Coppeli 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.
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 pan of that Party
of any of its rights or remedies at law or contract.
Compliance with Laws. The Engineer shall comply with all Federal, State and local laws,
statutes, City Ordinances, roles 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.
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 invaiidity, 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.
25.
26.
Venu¢. 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.
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.
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 of Coppell, Texas
Engineer:
Schrickel. Rollins and Associates. Inc.
ATTN: Daniel B. Hartman. P.E.
1161 Corporate Drive West. ~200
Arlington. TX 76006
IN WITNESS WHEREOF, the City of Coppelt, 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
Mayor
ATTEST:
ENGINEER: Schrickel. Rollins & Assoc..
Inc.
~~.Hartman, P.E., Vice President '
Date:
ATTEST:
Page 9
ATTACHMENT "A" - BASIC SERVICES
Creekview Drive (West Boundary of Wagon Wheel Park to Freeport Parkway)
The Engineer agrees to
Project as outlined herein.
include the following:
render services necessary for the development and completion the
The Basic Services to be performed by Engineer under this Contract
SCHEMATIC DESIGN
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.
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.
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 made only
upon authorization by and at the expense of the City.
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.
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 fight-of-
way with use of Engineer's documents.
Page 10
17 "1
The Engineer shall supply construction plans to all utility companies, including but not
limited to franchised utilities and pip.line companies which have existing and proposed
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 appmved advertising (final) plans.
The Engineer shall furnish for City review two (2) copies each of the schematic engineering
plans at a scale of 1": 20' and a wriRen 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
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.
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 he
provided on the drainage layout sheet in the plans.
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 docments.
FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (P S & E)
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 consauction 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 he submitted to the City for
final approval.
Page 11
,
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 Bgnds, and all other required City Contract forms.
The original drawings of all plans shall be plotted in ink on approved plastic fill 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.
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.
D. CONSTRUCTION ADMINISTRATION.
,
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.
The Engineer will attend a pre-bid meeting if deemed necessary by the City.
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).
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).
Engineer will arrange a pre-construction conference with City staff, Contractor(s), and all
affected utility companies.
Page 12
Engineer will provide periodic field representation and will observe construction progress as
often as Engineer deems necessary. However, once every two (2) weeks the Engineer shall
attend a scheduled meeting with the 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. These
revisions will be based upon information provided in written or graphic form to the Engineer
by the City Inspector and/or ContracWr.
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.
Page 13
ATTACHMENT "B" - SPECIAL SERVICES
Creekview Drive (West Boundary of Wagon Wheel Park to Freeport Parkway)
Scope of Services
The "Basic Services" to be provided for this project by the Engineer are itemized in
Attachment "A" - Basic Services as included herein.
Special Services which may be authorized by the City may include, but not limited to, the
following:
1)
Preparation of Contract Documents for the construction of Freeport Parkway
from Creekview Drive to the main entrance into Wagon Wheel Park. Design
would include a 4-lane divided roadway, drainage improvements, street lighting
plan, right of way parcels, and striping plan. A traffic control plan will be
specified to be prepared and implemented by the Contractor. (Lump Sum Fee
= $42,500)
2)
Engineer shall coordinate this Project with the US Army Corps of Engineers and
shall obtain the necessary Section 404 Permit if required for the Project. (Hourly
fee not to exceed $25,000)
3)
Engineer shall coordinate this Project with FEMA and obtain a Conditional
Letter of Map Revision if required. (Hourly fee not to exceed $25,000)
Engineer will invoice the City for the above defined Special Services only after authorization
of same from the City.
If other Special Services are needed by the City for this contract, Engineer will provide same
only at the direction and with the approval of the City on the basis of an agreed upon
maximum amount or on an hourly reimbursable basis based upon the hourly rates (per
Attachment C) for the various employee classifications that may be required to complete the
Special Services.
4126 Page 14
CLASSIFICATION:
PRINCIPAL
ASSOCIATE
SENIOR ENGINEER
ENGINEER III
ENGINEER II
ENGINEER I
DESIGNER/ENGINEER-IN-TRAINING
SENIOR LANDSCAPE ARCHITECT
LANDSCAPE ARCHITECT III
LANDSCAPE ARCHITECT II
LANDSCAPE ARCHITECT I
DESIGNER
SENIOR PLANNER
PLANNER
ARCHITECT
DESIGNER
SURVEY COORDINATOR
SENIOR ENGINEERING TECHNICIAN
ENGINEERING TECHNICIAN
PLANNING TECHNICIAN
PRODUCTION COORDINATOR
CAD OPERATOR/DRAFTER III
CAD OPERATOR/DRAFTER II
CAD OPERATOR/DRAFTER I
SENIOR SECRETARY
SECRETARY/WORD PROCESSOR
CLERK
The ranges and individual salaries are adjuged annually.
ATTACHMENT "C"
SCHEDULE OF CHARGES - 2000
BILLABLE SALARY RATE & EXPENSE CHARGES
RANGE OF BILLABLE SALARY RATE
LOW HIGH
$125 $145
86 120
102 115
88 100
65 88
55 65
50 65
90 115
65 90
55 85
50 60
43 60
90 120
75 100
8O 95
70 90
60 80
55 68
50 68
48 66
70 95
55 70
45 58
35 50
45 70
35 48
27 40
OTHER SERVICES (invoiced at rate shown):
Four Man Field Party
Three Man Field Pare/
Two Man Field ParW
$102/hour
92/hour
78/hour
PRINTINC SERVICES (in house):
SO. FT. PER ORDER BLUE LINE MYLAR
PRICE VARIES ACCORDING TO SIZE OF ORDER
6 $3.70 $10.00
100 25.71 139.00
101-200 O.18/S.F. 1.30/S.F.
201-300 O. 14/S.F. 1.25/S.F.
301-1000 O. 13/S.F. 1.20/S.F,
11301 - up 0.11.S.F. 1.15/S.F.
In-house Xerox copies provided at $0.07 per single side copy or $0,14 per double side copy.
COMPUTER PLOTTING SERVICES (in house):
BLACK INK ON COLOR ON MYLAR FILM
SIZE BOND/VELLUM BOND/VELLUM OF INK PLOT
upto 11"x17" $10.50 $13.00 $13.50
24"x36" 11.00 15.50 21.00
30"x42" 12.50 22.00 27.00
oversize add 2.50/5F 3.50/5F 4.50/SF
OTHER DIRECT EXPENSES:
Other dimd expenses are reimbursed at actual cost times a multiplier of 1.10. They indude outside priotir~ and reproductions expense, communication expense, Irmel, transpoltatiolt and
subsistence away from Arlington and other miscellaneous expenses directly related to the wodc, including costs of laboratory analysb, tests, and other work required to be done by independent
persons other Ihan staff members.
Page 15 oo sRA- 1
ATTACHMENT "D" - PROJECT SCHEDULE
TIME OF COMPLETION: The, Engineer 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 based on a Notice-to-Proceed by April 1, 2000:
Item
Submit Schematic Design
Submit Preliminary Design Plans
Submit Final Plans and Specifications
Date
June 15, 2000
September 15, 2000
December 15, 2000
The Engineer reserves the right to extend the completion schedule due to the City's
delays. This schedule is based on the assumption that the Engineer will receive
comments from the City within 4 weeks of submittal of plans for review. Furthermore,
this schedule does not include US Army COE or FEMA review time (if required) which
can vary from 3 to 9 months.
4126 Page 16
SUPPORT DOCUMENT NO. 1
CALCULATION OF ENGINEERING FEE FOR BASIC SERVICES
Creekview Drive (West Boundary of Wagon Wheel Park to Freeport Parkway)
Budget Construction Cost Estimate = $1,206,600
Engineering Services
A.
B,
Cs
F,
Roadway Design
($1,206,600 x 0.074 x 0.85)x =
$75,895 use
Topographical and ROW Survey
(Already flown but not mapped - need special detail in
Creek Area)
Preparation of ROW/Easement documents (3 @ $1,000)
Coordination with Utility Companies (20 hrs. @ $70)
Direction and review of geotechnical investigation
(30 hrs. @ $70)
Construction Observation
($1,206,600 x 0.074 x 0. 15)x =
G. Printing
$13,393 use
Total - Basic Services (Lump Sum)
$75,900
$18,100
$3,000
$1,400
$2,100
$13,400
$2.000
$115,900
x Percentage based on TSPE publication "A Manual of Practice for Engaging the Service of a
Consulting Engineer" dated 1982. 85% of the calculated mount is proportioned to design
and 15 % to construction observation services.
4126
SUPPORT DOCUMENT NO. 2
CALCULATION OF ENGINEERING FEE FOR SERVICES
Freeport Parkway (Creekview Drive to Wagon Wheel Park Entrance)
Budget Construction Cost Estimate = $397,600
Engineering Services
A.
B,
C,
Roadway Design
($397,600 x 0.072 x 0.85)~ = $24,333 use
Topographical and ROW Survey
(Already flown but not mapped - need special detail for
Storm Drain Outfall)
Preparation of ROW/Easement documents (4 @ $1,000)
Coordination with Utility Companies (10 hrs. @ $70)
Direction and review of geotechnical investigation
(10 hrs. @ $70)
Construction Observation
($397,600 x 0.072 x 0.15)x = $4,294 use
Printing
Total - Special Service No. 1 (Lump Sum)
$24,300
$7,500
$4,000
$7OO
$700
$4,300
$1,000
$42,500
~ Percentage based on TSPE publication "A Manual of Practice for Engaging the Service of a
Consulting Engineer" dated 1982.85 % of the calculated amount is proportioned to design
and 15 % to construction observation services. The 7.2% figure is based on the combined
construction cost (Creekview Drive plus Freeport Parkway).
4126
II I !' I 1
SUPPORT DOCUMENT NO. 3
CALCULATION OF ENGINEERING FEE FOR SERVICES
Creekview Drive (West Boundary of Wagon Wheel Park to Freeport Parkway)
Special Service No. 2 - US Army COE, 404 Permit (if required)
Senior Engineer 60 hrs. @ $100 = $ 6,000
Engineer II 100 hrs. @ $ 70 -- $ 7,000
Environmental Specialist 150 hrs. @ $ 60 ~. $ 9,000
Secretary 50 hrs. @ $ 40 ~ $ 2,000
Total Special Service No. 2 (Hourly)
$24,000
Special Service No. 3 - FEMA - CLOMR (if required)
Senior Engineer 60 hrs. @ $100 -- $ 6,000
Engineer II 100 hrs. @ $ 70 -~ $ 7,000
Environmental Specialist 150 hrs. @ $ 60 -~ $ 9,000
Secretary 50 hrs. @ $ 40 -. $ 2,000
Total Special Service No. 3 (Hourly)
$24,000
If other Special Services are needed by the City for this contract, Engineer will provide same
only at the direction and with the approval of the City on the basis of an agreed upon
maximum amount or on an hourly reimbursable basis based upon the hourly rates (per
Attachment C) for the various employee classifications that may be required to complete the
Special Services.
4126