Old Town Coppell-ST180131 City of Coppell Engineering Department
Routing Sheet for Approval of Contracts and Agreements
Vendor Name: PIA4 f"4"- Date: I i 1 of o
I
Contracted Work/Project: s tT4 nj' no /c
Explanation:
Council Approved: Yes / No If yes, Date: Budget Approved: Yes , No
GL Account: .,,a ; /; d • 1'
Ethics Certificate Required: Yes / No If Yes, Copy is Attached: Yes / No4 90'0%)
0 New Vendor &Existing Vendor 0 Renewing Contract
Routing Sequence: Initials Date
�� f�
1. Employee initiating contract/agreement: 4pri . -r,
//,V g
(Include W-9&CIQ form if vendor is not in system.) U
2. Supervisor Authorization: • 0/111 ieG
3. Purchasing Manager/Technician:
(Signature needed only if vendor is new to system or contract has been changed since last time used)
4. Director of Engineering Authorization: Ken Griffin
5. Deputy City Manager Authorization: Q,:Q, I &Q V n(,j Nib o2 ,02 /1
Comments:
6. City Manager: Mike Land 201
Comments:
7. Copy of contract/agreement to Jennifer Miller: YES / NO
CITY OF COPPELL
CONSULTING ENGINEERS CONTRACT
STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS §
CITY OF COPPELL §
THIS ENGINEERING SERVICES CONTRACT, hereinafter referred to Es
"Contract," made, entered into and executed this the 5 n` day of K y, J . 2018,by and
between the City of Coppell acting by and through the City Manager with approval of the City
Council hereinafter referred to as "City", and l-Iuitt-Zollars, 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 Old Town Signs & Banners Project, hereinaf$r
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
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: 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. No additional services to be provided.
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 Basic Services. Based on
Scope of Services, the Engineer shall compile Attachment "C", 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 Fee: The Engineer shall be paid a fee for Basic Services under this
Contract pursuant to the Fee Schedule described in Attachment "B". Basic Services
Fee shall not exceed the lump sum of Forty-Four 'Thousand 'Iwo I lund red Ninety
and No/100 Dollars ($44,290.00) 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. Total Maximum Fee: Total Maximum Fee for this Contract shall be a lump sum of
Forty-Four'1'housand Two Hundred Ninety and No/100 Dollars($44290.00).
C. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic 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.
D. 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 n
circumstances shall Engineer be entitled to receive interest on amounts due. Th
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 Service
pursuant to this Contract requiring the payment of any fee, expense or reimbursement ill
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
Page 3
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 Service ,
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 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.
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 instructio
from the City. The Engineer shall not be compensated for any Services performed after th;
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 th
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
Page 4
i
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.
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
Page 5
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 fin
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 final Design Progress Report submitted by the Engineer
and approved by the City.
15. Personnel Qualifications. Engineer warrants to the City that all Services provided by
Engineer in the performance of this Contract shall be provided by personnel who are
appropriately licensed or certified as required by law, and who are competent and qualified
in their respective trades or professions.
16. Quality Control. The Engineer agrees to maintain written quality control procedures. The
Engineer further agrees to follow those procedures to the extent that, in the Engineer's
judgment,the procedures are appropriate under the circumstances.
17. Ownership. All Engineer's designs and work product under this Contract, including b+
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 claim
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 Enginee
or anyone connected with the Engineer, including agents, employees, consultants o
subcontractors. All documents so lost or damaged while they are in the possession of o
Page 6
while being worked upon by the Engineer shall be replaced or restored by Engineer without
cost to the City.
18. Project Records and Right to Audit. The Engineer shall keep, retain and safeguard all
records relating to this Contract or work performed hereunder for a minimum period of three
(3) years following the Project completion, with full access allowed to authorized
representatives of the City upon request for purposes of evaluating compliance with
provisions of this Contract. Should the City Engineer determine it necessary, Engineer
shall make all its records and books related to this Contract available to City for inspection
and auditing purposes.
19. Non-Discrimination. As a condition of this Contract, the Engineer shall take all necessary
action to ensure that, in connection with any work under this Contract it shall not
discriminate in the treatment or employment of any individual or groups of individuals on
the grounds of race, color, religion, national origin, age, sex or physical impairment
unrelated to experience, qualifications or job performance, either directly, indirectly or
through contractual or other arrangements.
20. Gratuities. City of Coppell policy mandates that employees shall never, under any
circumstances, seek or accept, directly or indirectly from any individual doing or seeking to
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 4f
any of its rights or remedies at law or contract.
22. Compliance with Laws. The Engineer shall comply with all Federal, State and local law ,
statutes, City Ordinances, rules and regulations, and the orders and decrees of any courts, dr
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.
Page 7
I
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.
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
Engineering Dept.
265 Parkway Blvd.
Coppell, TX 75019
Ken Griffin,P.E.
Director of Engineering and Public Works
Engineer: Huitt-Zollars,Inc.
1717 McKinney Avenue
Suite 1400
Dallas,TX 75202-1236
Kenneth A. Roberts, P.E.
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 CIT /OF I I 'PELL Huitt-Zollars Inc.
BY: BY:
1 90,..."------
City
City Manager Jo n Anthony 4 bee,P.E.
for Vice Pres I ent
Date: 02 . 05-• j 9j Date: of•SD •211$
ATTEST: ATTEST:
(2 _ y
(CORPORATE SEAL);;,''.
-�,.,- , 7
1 , TONI LYNN HOLLINGSWORTH '. h r
W16-= Notary ID 0 12145305
y My Commission Expires % l°
''41,P,00 November 10,2020
ATTACHMENT "A" BASIC SERVICES
PRO.I ECT DESCRI P7'ION
Huitt-Zollars, Inc. will prepare construction drawings, bid documents, and provide construction
support services for two (2) construction contracts within the City of Coppell, Texas. The
contracts will be for signage at various locations within the Old Town District of the City and
consist of Part 'A' - Entry & Directional Signage and Part `B' - Event Banners.
Part 'A' —Entry & Directional Signs
The Entry Signs will generally have the following characteristics:
1. The signs shall be approximately 15' tall
2. The sign design shall incorporate the "Old Town" logo
3. The signs shall utilize the three star concept design
4. The signs shall utilize the existing, tapered pole structure with a fluted base
5. The signs shall be porcelain, match the color of existing signs within the City and
emphasize readability & visibility of the font, font size and possible outlining f r
words and numbers.
6. There will be two alternate sign foundation design options to fit the particul
location for the signs.
The preliminary locations for the Entry Signs are (1) North S Coppell Road, south of bridge, ( )
West Bethel Road, east of Freeport Parkway, (3) West Bethel Road, west of bridge, and (3)
South S Coppell road, north of railroad.
The Directional Signs will generally have the following characteristics:
1. The signs shall be approximately 16' tall
2. The sign design shall incorporate the "Old Town" logo
3. The signs shall utilize the three star concept design
4. The signs shall utilize the existing, tapered pole structure with a fluted base
5. The signs shall be porcelain, match the color of existing signs within the City
emphasize readability & visibility of the font, font size and possible outlining f r
words and numbers.
6. There will be two alternate sign foundation design options to fit the particular
location for the signs.
The preliminary locations for the Directional Signs are (1) southbound Denton Tap Road, north
of Bethel Road, (2) northbound Denton Tap Road, south of Bethel Road, (3) southbound
Freeport Parkway, north of Bethel Road, and (4) northbound Freeport Parkway, south of Bethel
Road.
Page 9
Part `B' —Event Banners
The Event Banners will generally have the following characteristics:
1. The banners shall be sized to emphasize readability and visibility. Preliminary height
of banner is 6'.
2. The banner shall provide approximately 20' vertical clearance above the roadway.
3. Incorporate current City of Coppell light pole standards
4. Provide options for combination of banner and postage stamp signage
5. Provide independent power source
6. A foundation design for the poles to support the banners.
The preliminary locations for the Event Banners are (1) intersection of Freeport Parkway and
Bethel Road, (2) intersection of South Denton Tap Road and Southwestern Boulevard, (3)North
Denton Tap Road at Denton Creek, (4) intersection of West Sandy Lake Road and Freeport
Parkway, (5) intersection of East Belt Line Road and Fairway Drive, (6) intersection of East
Sandy Lake Road and Riverchase Drive, and (7) North MacArthur Boulevard at Denton Creek.
PROJECT DESIGN
Part 'A' — Entry & Directional Signs
Preliminary Design
1. Project coordination between Huitt-Zollars, Inc., the City of Coppell, and the
franchise utilities; site visit to review existing conditions and take photographs of the
four locations; and collect record drawings from the City for the existing streets,
culverts, bridge, light poles and wayfinding signs.
2. Prepare sketches and illustrations for each design component of the Entry &
Directional Signs.
3. Prepare a conceptual opinion of probable construction costs.
4. Submit the Concept Design in pdf format to the City for review.
5. Collect review comments from the City, confirm the project requirements and receive
approval to proceed with plan production.
6. Prepare Preliminary Design 65% complete on 22" x 34" drawings for the Entry and
Directional signs.
7. Prepare an Opinion of Probable Construction Cost based on the Preliminary Design.
8. Submit the Preliminary Design to the franchise utility companies for preliminary
utility coordination.
9. Submit the Preliminary Design and Opinion of Probable Construction Cost to the City
for review.
10. Attend one Preliminary Design review meeting to receive comments and approval to
proceed with the Final Design.
Final Design
1. Prepare the Final Design 100% complete for the Entry &Directional Signs.
2. Prepare special technical specifications for inclusion in the bid documents.
3. Prepare the Bid Schedule for inclusion in the bid documents.
4. Assist the City in putting together the bid documents.
5. Prepare an Opinion of Probable Construction Cost based on the Final Design.
Page 10
6. Submit the Final Design to the franchise utility companies for final utility
coordination.
7. Submit the Final Design, Specifications, and Opinion of Probable Construction Cost
to the City for approval.
Bid Phase Services
1. Assist the City,as required, in advertising for bids.
2. Prepare an electronic copy (pdf format) of bid plans and documents for distribution to
bidders and plan houses. Maintain a list of plan holders.
3. Assist the City in conducting a pre-bid conference.
4. Answer bidder questions. Prepare and distribute necessary addenda.
5. Assist the City in opening the bids.
6. Tabulate the bids and deliver tabulation to the City within five days of bid opening.
7. Assist the City in evaluating the two low bidders. Prepare a Letter of Recommendation
to the City for award of the construction contract.
8. Furnish the City with 1 full-size and 2 half-size sets of Final Plans and 3 sets of Contract
Documents for signatures and construction. Furnish the contractor with 2 full-size and 2
half-size sets of Final Plans and 2 sets of Contract Documents.
Construction Phase Services
1. Attend a Pre-Construction Meeting conducted by the City.
2. Attend two progress meetings, as required by the City, and provide technical
consultation and responses to requests for information by the contractor.
3. Review contractor submittals as required by the construction contract documents.
4. Prepare "Record Drawings" based on mark-ups supplied by the contractor and/or City.
Submit one CD-ROM disk containing images of the Record Drawings.
Part 'B' —Event Banners
Preliminary Design
1. Project coordination between Huitt-Zollars, Inc., the City of Coppell, and the
franchise utilities; site visit to review existing conditions and take photographs of the
four locations; and collect record drawings from the City for the existing streets,
culverts, bridge, light poles and wayfinding signs.
2. Prepare sketches and illustrations for each design component of the Event Banners.
3. Prepare a conceptual opinion of probable construction costs.
4. Submit the Concept Design in pdf format to the City for review.
5. Collect review comments from the City, confirm the project requirements and receive
approval to proceed with plan production.
6. Prepare Preliminary Design 65% complete on 22" x 34" drawings for the Event
Banners.
7. Prepare an Opinion of Probable Construction Cost based on the Preliminary Design.
8. Submit the Preliminary Design to the franchise utility companies for preliminary
utility coordination.
9. Submit the Preliminary Design and Opinion of Probable Construction Cost to the City
for review.
10. Attend one Preliminary Design review meeting to receive comments and approval to
proceed with the Final Design.
Page 11
Final Design
1. Prepare the Final Design 100%complete for the Event Banners.
2. Prepare special technical specifications for inclusion in the bid documents.
3. Prepare the Bid Schedule for inclusion in the bid documents.
4. Assist the City in putting together the bid documents.
5. Prepare an Opinion of Probable Construction Cost based on the Final Design.
6. Submit the Final Design to the franchise utility companies for final utility
coordination.
7. Submit the Final Design, Specifications, and Opinion of Probable Construction Cost
to the City for approval.
Bid Phase Services
1. Assist the City, as required,in advertising for bids.
2. Prepare an electronic copy (pdf format) of bid plans and documents for distribution to
bidders and plan houses. Maintain a list of plan holders.
3. Assist the City in conducting a pre-bid conference.
4. Answer bidder questions. Prepare and distribute necessary addenda.
5. Assist the City in opening the bids.
6. Tabulate the bids and deliver tabulation to the City within five days of bid opening.
7. Assist the City in evaluating the two low bidders. Prepare a Letter of Recommendation
to the City for award of the construction contract.
8. Furnish the City with 1 full-size and 2 half-size sets of Final Plans and 3 sets of Contract
Documents for signatures and construction. Furnish the contractor with 2 full-size and 2
half-size sets of Final Plans and 2 sets of Contract Documents.
Construction Phase Services
1. Attend a Pre-Construction Meeting conducted by the City.
2. Attend two progress meetings, as required by the City, and provide technical
consultation and responses to requests for information by the contractor.
3. Review contractor submittals as required by the construction contract documents.
4. Prepare "Record Drawings" based on mark-ups supplied by the contractor and/or City.
Submit one CD-ROM disk containing images of the Record Drawings.
Parts `A'& `I3'- Reimbursable Expenses
The City shall reimburse Huitt-Zollars, Inc. for mileage, delivery fees, printing, and other materials
required as a consequence of the work at cost plus 10%. The budget for reimbursable expenses
shall not be increased without the approval of the City.
Information to be Provided by the City
A. Record Drawings for City facilities at each location.
B. Porcelain Signage information and specifications.
C. Existing Light Pole standards and specifications.
D. Geotechnical information from previous projects for each sign location if available.
No other services are included in this Scope of Services
End of Scope of Services
Page 12
ATTACHMENT "B" FEE SCHEDULE
OLD TOWN SIGNS & BANNERS PROJECT
WORK STAGE SUBMITTAL OR COMPLETION TOTAL
PART 'A' —ENTRY&DIRECTIONAL SIGNS
1. Preliminary Design $ 13,200
2. Final Design $ 9,170
3. Bid Phase Services $ 2,350
4. Construction Phase Services $ 4,700
5. Reimbursable Expenses $ 500
PART `B' —EVENT BANNERS
1. Preliminary Design $ 4,910
2. Final Design $ 3,650
3. Bid Phase Services $ 1,770
4. Construction Phase Services $ 3,540
5. Reimbursable Expenses $ 500
TOTAL PROJECT FEE $ 44,290
Page 13