ST9604-CN 971120 HUITT-ZOLLARS
Huitt-Zollars, Inc. / 3131 McKinney Avenue / Suite 600 / LB 105 / Dallas, Texas 75204-2489 / 214/871-3311 / FAX 214/871-0757
November 19, 1997
Mr. Kenneth M. Griffin, P.E.
Director of Engineering / Public Works '
City of Coppell
P.O. Box 478
Coppell, Texas 75019
RE: Fairway Drive Project ST 96-04
Dear Mr. Griffin:
Enclosed are three signed copies of the contract for the referenced project, along with our
Certificate of Insurance for Professional Liability. Please return one copy to me once it has been
fully executed by your City Manager.
We appreciate the opportunity to perform this work for the City of Coppell, and we look forward
to serving you on this important project.
Sincerely,
HUI -ZOLLAR~9_IN~~
Aubrey C. dcock, Jr., P.
sident
Enclosures (4)
Dallas / Fort Worth / Houston / El Paso / Phoenix / Tustin / Ontario
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 1th
" day of November, 1997, 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 ~ ol ~ - Z t>llo.~ ..~--nC. ,
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 Fairway Drive / ST 96-04 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.
AGREEMENT
and the Engineer, in consideration of the mutual covenants and
1o 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: 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. Special Services Not Included In Basic Services: When mutually agreed to in
writing by the City and the Engineer, the Special Services listed in Attachment
B, Special Services, appended hereto, shall be provided by the Engineer. These
Special 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: 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 part of this Contract upon approval of the
Engineer and the City. The Engineer shall provide to the City information ~o 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.
3. Compensation.
A. Basic Services Fee: The Engineer shall be paid a fee for Basic Services under
this Contract pursuant to the Fee Schedule described in Attachment A, Basic
Services. Basic Services Fee shall not exceed the lump sum of twenty-two
thousand, five hundred dollars ($ 22,500.00 ) provided, however, that
modifications to the Basic Services, or other conditions defined herein may
Page 2
necessitate a change of Fee which shall be reduced to writing and approved by
the City or its designee.
B. Special Services Fee Not Included In Basic Services Fee - The Engineer should
be paid a fee under this Contract for the Special Services and pursuant to the Fee
Schedule described in Exhibit C. Special Services Fee shall be paid on a hourly
billed rate not to exceed the amount of three thousand, five hundred
dollars ($ 3,500.00) provided, however, that modifications to the Special
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.
C. Total Maximum Fee: Total Maximum Fee for this Contract shall not exceed
twenty-six thousand dollars ($26,000.00): the lump sum Basic Services
Fee plus the not to exceed Special Services Fee.
D. 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
(25th) calendar day of the month, or the preceding business day if the twenty fifth
occurs on a weekend and/or observed holiday. Payment shall be based on the
invoices submitted to the City, provided that Services completed as indicated in
the Design Progress Reports approved by the City equals or exceeds the
increment percentage requested on the Engineer's invoices. Engineer's invoices
to City shall provide complete information and documentation to substantiate
Engineer's charges and shall be in a form to be specified by the City Engineer.
Should additional documentation be requested by the City Engineer the Engineer
shall comply promptly with such request.
E. Payments: All payments to Engineer shall be made on the basis of the invoices
submitted by the Engineer and approved by the City. Following approval of
invoices, City shall endeavor to pay Engineer promptly, however, under no
circumstances shall Engineer be entitled to receive interest on amounts due. The
City, in compliance with Texas State law, shall process a maximum of one
payment to the Engineer per month. City reserves the right to correct any error
that may be discovered in any invoice whether paid to the Engineer or not, and
to withhold the funds requested by the Engineer relative to the error.
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.
Page 3
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, Basic 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.
........................ , ...... ~, .................................. not a cable
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 Schematic 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.
Page 4
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 preformed under this Contract, the City and the Engineer shall negotiate in good
faith toward resolving such disputes. The City Engineer may present unresolved
disputes arising under the terms of this Contract to the City Manager or designee. The
decision of the City Manager or designee shall be final and binding. An irreconcilable
or unresolved dispute shall be considered a violation or breach of contract terms by the
Engineer and shall be grounds for termination. Any increased cost incurred by the City
arising from such termination shall be paid by the Engineer.
10. Engineer' s Seal. The Engineer shall place his Texas Professional Engineers seal on all
engineering documents and engineering data prepared under the supervision of the
Engineer in the performance of this Contract.
11. Liability. Approval of the Plans, Specifications, and Estimate (PS&E) by the City shall
not constitute nor be deemed a release of the responsibility and liability of Engineer, its
employees, subcontractors, agents and consultants for the accuracy and competency of
their designs, working drawings, tracings, magnetic media and/or computer disks,
estimates, specifications, investigations, studies or other documents and work; nor shall
such approval be deemed to be an assumption of such responsibility by the City for any
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 by 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
Page 5
expense of the Engineer.
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 f'mal
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 f'mal Design Progress Report submitted by the Engineer
and approved by the City.
15. Personnel Qualifications. 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.
Page 6
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 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 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.
Page 7
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.
2.4. Venue. With respect m 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 tens of this Contract and the
negotiations preceding execution of this Contract.
26. Contacts. The Engineer shall direct all inquiries from any third pasty regarding
information relating to this Contract to the City Engineer.
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. Griff'm, P.E.
Director of Engineering / Public Works
P.O. Box 478
Coppell, Texas 75019
Engineer: Huitt-Zollars, Inc.
Aubrey C. Adcock, Jr. P.E.
Senior Vice President
3131 McKinney Ave., Suite 600
Dallas, Texas 75204
Page 8
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 Huitt-Zoilars, Inc.
BY:
· ~ .....
y Manager, Jim Witt Narhe/ ] Title
~~:~//_~ ate: ~/~
Date: 11-20-97 D {/ 19
ATTEST: ATTEST:
(CORPORATE SEAL)
Page 9
EXHIBIT "A"
Page 1 of 5
SCOPE OF SERVICES
FAIRWAY DRIVE RAILROAD CROSSING / BELT LINE ROAD SIGNALIZATION
COPPELL, TEXAS
The project consists of the preparation of construction plans and bid documents for the
construction of approximately 120 linear feet of Fairway Drive across the Southern Pacific
Railroad on the north side of Belt Line Road and traffic signal improvements at the
intersection of Fairway Drive and Belt Line Road. The primary components of the project
are constructing a 37-ft. wide reinforced concrete street, stormwater improvements, and
signalized railroad crossing and a traffic signal at the Belt Line, Fairway intersection.
Services will include field survey work for the design; production of roadway, traffic signal,
drainage, and railroad crossing construction documents; and coordination with ffanchised
utility companies, the City of Coppell, DART, Southem Pacific Railroad and other
applicable agencies.
The project will be comprised of two distinct and sequential segments as listed and
described in greater detail below:
· Basic Services
· Special Services
Basic Services
Basic Services for the project will proceed under the following three phases:
Phase I - Preliminary/Final Design
Phase II - Bidding and Contract Award
Phase 1II - Construction Administration
Detailed Scope of Basic Services:
Phase I - Preliminary/Final Design
A. Kick-Off Meeting with City staff. Obtain, fi:om the City, pertinent street, drainage
and utility plans; city topographic maps; and plats and right-of-way maps within the
pmject area. Review available information on the existing roadway.
B. Perform records research and, based on these records, determine to the extent
possible:
1. Location and description of existing easements and rights-of-way.
I :Xproj\0199990 ! Xaubrey~prop~signal .doe
EXHIBIT "A"
Page 2 of 5
2. Location of existing public and ffanchised utilities.
3. Site visit to identify physical elements that will affect the design process.
C. Coordinate the planned railroad crossing and traffic signal improvements with
DART and the Southern Pacific Railroad.
D. Set preliminary roadway grades.
E. Develop drainage area map and runoff calculations. Drainage design criteria will
be based on full land use development in accordance with the City's adopted
drainage design manual.
F. Develop preliminary stormwater design.
G. Submit preliminary plans to the firanchised utility companies, DART, railroad and
other agencies to determine effects on their facilities.
H. Submit three sets of preliminary plans to the City for review.
I. Prepare final construction drawings (Scale: 1" = 20' Horizontal and 1" = 5' Vertical,
except as noted) to reflect preliminary review comments for the following:
1. Cover Sheet
2. Paving Plan & Profile
3. Drainage Area Map (Scale: 1" = 100' or 200')
4. Stormwater Plan & Profile
5. Railroad Crossing Plan
6. Striping and Signage Plan
7. Signalization Plan
8. Railroad Prempt Plan
9. Signal Details and Notes
10. General Notes and Special Details
1 :Xpmj\O ! 99990 i ~aubmy\pmpXsi gnal. doe
EXHIBIT "A"
Page 3 of 5
J. Prepare and assemble contract bid documents.
K. Prepare Opinion of Probable Construction Costs based on Final Design.
L. Submit three sets of final plans to the City for approval.
M. Produce final plans and contract bid documents to reflect final City review
comments.
II - Bidding and Contract Award
A. Prepare copies of bid plans and documents for distribution to biddgrs. Endricer
will establish a value for the bid sets and recoup the cost directly from the bidders.
B. Assist the City, as required, in advertising for bids.
C. Assist the City, as required, in conducting a pre-bid conference.
D. Answer bidders questions and prepare necessary addenda.
E. Assist the City, as required, in opening the bids.
F. Tabulate the bids and make a recommendation to the City for the award of the
construction contract to the apparent qualified low bidder.
G. Assist the City, as required, in conducting a pre-constmction conference.
H. Furnish the City with 6 sets of full-size (24" x 36") and 6 sets of half-size (12" x
18") prints of the final plans for construction. Furnish the Contractor with 6 sets of
full-size (24" x 36") prints of the final plans for construction.
Phase III - Construction Administration
A. Make approximately 4 periodic visits to the project site (as distinguished ~'om the
continuous services of a resident project representative or inspector) to observe the
general progress of the work.
B. Attend monthly progress meetings, as required by the City, and provide technical
consultation and responses to requests for information by the contractor.
C. Consult with the City, issue written instructions to the contractor, and prepare and
issue written change orders when requested and approved by the City.
I :Xproj\O 199990 ! ~aubr~y\prop~si gnal. doc
EXHIBIT "A"
Page 4 of 5
D. Prepare "Record Drawings" based on mark-ups supplied by the contractor and/or
City and submit one set of mylar "Record Drawings" to the City.
I :~mj\O 1999901 ~aubrey~rop~ignal. doe
EXHIBIT "A"
Page 5 of 5
Special Services
Special Services for the project will proceed under the following two phases:
Phase I - Surveying for Design
Phase II Surveying for Construction Control
Detailed Scope of Special Services:
Phase I - Surveying for Design
A. Establish horizontal and vertical control based on the City's monumentation
sufficient for the design of the street.
B. Perform field topographic surveys to compile sufficient horizontal and vertical data
for design.
C. Obtain field data on existing City-owned and franchised utilities as located and, if
necessary, uncovered in the field by the owner of the utility.
Phase II - Surveying for Construction Control
A. Provide horizontal construction control by staking the proposed roadway centerline.
B. Provide vertical construction control by establishing two temporary benchmarks
tied into the City's vertical control, to be used by the Contractor for the project.
(Restaking of horizontal and vertical control knocked out during construction is not
included as a part of this contract.)
END OF EXHIBIT 'A"
I:~proj\OI999901~aubreykpropxsignal.doc
EXHIBIT "B"
Page I of I
SCHEDULE
FAIRWAY DRIVE RAILROAD CROSSING /
BELT LINE ROAD SIGNALIZATION
Notice-To-Proceed '-
Surveying for Design 2 Weeks
Preliminary Design Submittal 6 Weeks
Preliminary City Review Complete 8 Weeks
Final Design Submittal 10 Weeks
Final City Review Complete 11 Weeks
Final Plans Complete 12 Weeks
Advertise for Bids 13 Weeks
Receive Bids 16 Weeks
Contract Award 20 Weeks
Surveying for Construction 20 Weeks
Begin Construction 20 Weeks
Complete Construction 28 Weeks
Record Drawings 30 Weeks
END OF EXHIBIT "B"
I Aproj\01999901 ~aubreyXprop~signal. doc
EXHIBIT "C"
Page 1 of 2
FEE SCHEDULE
FAIRWAY DRIVE RAILROAD CROSSING /
BELT LINE ROAD SIGNALIZATION
Basic Services:
Paving, Stormwater & Railroad Improvements
Basic Services Design ¢' $ 19,000.00
Basic Services - Construction Administration o~ $ 3,500.00
Basic Services Total $ 22,500.00
Special Services:
Surveying For Design ¢2~ $ 3,000.00
Surveying For Construction Control ~2~ $ 500.00
Special Services Total $ 3,500.00
TOTAL $ 26,000.00
NOTES:
(1) Basic services fees will be bffied as a percentage complete of the lump sm total shown.
(2) Special services fees will be bffied at Huitt-Zollars hourly rates in accordance with the schedule on
page 2 of Exhibit "C". Fees for each phase are estimated and may vary from the amount shown, but
the total fee bfficd will not exceed the total of the estimated fees.
I Aproj \01999901Xaubr~yXprop~i gnal. doc
EXHIBIT "C"
Page 2 of 2
HUITT-ZOLLARS, INC.
BASIS FOR PROFESSIONAL FEES AND CHARGES
NOVEMBER 1, 1996
Projects indicated to be performed on a "Time and Materials" basis will be invoiced
monthly using actual direct salary cost for the persons working on the project times a
multiplier which is an overhead factor, including profit. The current year multiplier is 2.32.
The general ranges of direct salary cost for various employees are as follows:
Senior Officer, Principal $54.00 to $96.00
Architect/Engineer VII, VIII, Officer $40.00 to $54.00
Architect/Engineer IV, V, VI $30.00 to $40.00
Architect/Engineer I, II, HI $21.00 to $30.00
Designer I through Designer Manager $21.00 to $38.00
Tech I through Supervisor $10.00 to $35.00
CADD I through Supervisor $10.00 to $25.00
Document Control Support through Supervisor $10.00 to $20.00
Clerical, Project Support $7.00 to $28.00
SURVEY CREWS WILL BE INVOICED ON AN HOURLY RATE BASIS:
2 Person Total Station Crew $85.00
3 Person Crew $100.00
4 Person Crew $115.00
EXPERT WITNESS WILL BE INVOICED ON AN HOURLY RATE BASIS:
Testimony $250.00
Standby $125.00
Preparation $125.00
REIMBURSABLE EXPENSES WILL BE INVOICED AS FOLLOWS:
CADD/Computer CPU $17.00/hour
Plotter $0.1 O/minute
In House Blue Prints $0.15/~:2
In House Photocopies $0.06/page
Outside Services Cost + 10%
Mileage $0.28/mile
FAX (Transmittat) $2.00/1 st page
FAX (Transmittat) $1.00/page after
FAX (Receive) $0.50/page
END OF EXI-IIBIT "C"
I:~proj\01999901XaubreyXpropxsignal.doc
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
McLaughlin/Brunson ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Insurance Agency ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
10925 Estate Lane, #250 COMPANIES AFFORDING COVERAGE
Dallas, TX 75238 COMPANY
A Design Professionals Ins. Co.
INSURED COMPANY
Huitt-Zollars, Inc. S
3 13 1 McKinney Avenue COMPANY
Suite 600, LBi05 c
Dallas, Tx 75204 COMPANY
{ D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVE ! POLICY EXPIRATION
TYPE OF INSURANCE POLICY NUMBER LIMITS
DATE (MM/DD/YY) DATE (M M/DD/YY)
~ GENERAL LIABILITY GENERAL AGGREGATE $
COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGG $
J CLA,Ms MADE i ~ OCCUR PERSONAL S ADV ,N JURY
OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $
FIRE DAMAGE (Any one fire) $
MED EXP (Any one person) $
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
ANY AUTO
ALL OWNED AUTOS BODILY iNJURY $
SCHEDULED AUTOS (Per person)
HIRED AUTOS BODILY INJURY $
NON-OWNED AUTOS (Per accident)
PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE
UMBRELLA FORM AGGREGATE
OTHER THAN UMBRELLA FORM EL DISEASE POLICY LIMIT
EMPLOYERS' LIABILITY EL EACH ACCIDENT $
THE PROPRIETOR/ ~ INCL - $
EXCL: EL DISEASE - EA EMPLOYEE $
OTHER
Prof Liability PL700802 06/15/97 06/15/00 S 250,000 Claim/Agg.
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
The claims made professional liability coverage is the total aggregate limit
for all claims presented within the policy period and is subject to a
deductible.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Coppel 1 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,