ST9604-CS 971110 HLIITF-ZOLLAt cg"F
Huitt-Zollars, Inc. / 3131 McKinney Avenue / Suite 600 / LB 105 / Dallas, Texas 75204-2489 / 214/871-3311 / FAX 2 ~ t871-0757
November 10, 1997
Mr. Kenneth M. Griffin, P. E
Assistant City Manaager/City Engineer HD
City of Coppell
P.O. Box 478
Coppell, Texas 75019-4409
RE: Proposal for Professional Engineering S
Fairway Drive Railroad Crossing
Dear Mr. Griffin:
At your request, we have prepared the proposal for engineering services for the
design of a railroad crossing of the Southern Pacific tracks on Fairway
Our proposal has been a series of exhibits:
· Exhibit "A" - Scope
· Exhibit "B" -
· Exhibit "C" - Fe ',chedule
If these with your approval, they can be attached to the City's standard
engineering ~s contract.
We opportunity to be of service to you and the City of Coppell. Please call
me if any questions or wish to discuss any item in the exhibits.
President
I :\proj\01999901 \aubrey\propLrrxing. doc
Dallas / Fort Worth / Houston / El Paso / Phoenix / Tustin / Ontario
EXHIBIT "A"
Page 1 of 4
SCOPE OF SERVICES
FAIRWAY DRIVE RAILROAD CROSSING
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 Southem Pacific
Railroad on the north side of Belt Line Road. The primary components of the project are
constructing a 37-ft. wide reinforced concrete street, stormwater improvements, and
signalized railroad crossing. Services will include field survey work for the design;
production of roadway, drainage and raikoad crossing construction documents; and
coordination with franchised utility companies, the City of Coppell, DART, Southern
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 III Construction Administration
Detailed Scope of Basic Services:
Phase I - Preliminary/Final Design
A. Kick-Off Meeting with City staff. Obtain, from the City, pertinent street, drainage
and utility plans; city topographic maps; and plats and right-of-way maps within the
project 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.
2. Location of existing public and franchised utilities.
l:\proj\01999901\aubrey\propXrrxing.doc
EXHIBIT "A"
Page 2 of 4
3. Site visit to identify physical elements that will affect the design process.
C. Coordinate the planned railroad crossing with DART and the Southem Pacific
Railroad.
D. Set preliminary roadway grades.
E. Develop drainage area map and ranoff 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 franchised 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. General Notes and Special Details
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.
I:\proj\01999901hubrey\prophTxing.doc
EXHIBIT "A"
Page 3 of 4
II - Bidding and Contract Award
A. Prepare copies of bid plans and documents for distribution to bidders. Engineer
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-construction 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 from 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.
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 :\proj\0 1999901Xaubrey\propXn'xing.doc
EXHIBIT "A"
Page 4 of 4
Special Services
Special Services for the project will proceed under the following two phases:
Phase I Surveying for Design
Phase H - 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.
(RestaMng of horizontal and vertical control knocked out during construction is not
included as a part of this contract.)
END OF EXHIBIT "A"
I:\proj\01999901\aubrey\propXrrxing.doc
EXHIBIT "B
Page 1 of 1
SCHEDULE
FAIRWAY DRIVE RAILROAD CROSSING
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 :\pro j\01999901 XaubreyXpropXrrxing.doc
EXHIBIT "C
Page 1 of 2
FEE SCHEDULE
FAIRWAY DRIVE RAILROAD CROSSING
Basic Services:
Paving, Stormwater & Railroad Improvements
Basic Services Design o~ $ 12,500.00
Basic Services - Construction Administration m $ 2,500.00
Basic Services Total $ 15,000.00
Special Services:
Surveying For Design {2~ $ 2,000.00
Surveying For Construction Control {2~ $ 500.00
Special Services Total $ 2,500.00
TOTAL $ 17,500.00
NOTES:
(1) Basic services fees will be billed as a percentage complete of the lump sum total shown.
(2) Special services fees will be billed 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 billed will not exceed the total of the estimated fees.
l:\proj\01999901\aubrey\propXrrxing.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
Prep aration $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/fl2
In House Photocopies $0.06/page
Outside Services Cost + 10%
Mileage $0.28/mile
FAX (TransmittaD $2.00/1 st page
FAX (Transmittal) $1.00/page after
FAX (Receive) $0.50/page
END OF EXHIBIT "C"
I:\proj\O 1999901 Xaubrey\propXtrxing.doc