Loading...
ST9304-CS 890302 GINN, INC. CONSULTING ENGINEERS March 2, 1989 City Manager city of coppell P.O. Box 478 , Coppell, Texas 75O19 Re: Belt Line Road Improvements from Denton Tap Road to MacArthur Boulevard. Dear Mr. Ratliff: we are enclosing herewith a Draft(Proposal/agreement between the City of Coppell and the city"-,~_-7~'~kas_~for-the subject improvements. we ned previouslf'~re~red es~imate_~ of probable costs for the project which were fo~arded to Russell Doyle in Draft form on February 9, 1989. The estimates of probable for arriving at these estimates were also explained"in that document. In preparation of the enclosed Draft Agreement for Mr. Schrader's use, we have used the High Probable Costs estimated for both Engineering and Construction. Please note that, for the purposes of the Proposed Agreement with Dallas, Preliminary Design Fees usually range from 15% to 20% of the Total Engineering Fees for a project. The aforementioned Draft Proposal Agreement and the estimates and distributions of the probable costs are generally in accordance ~h.-~the existing agreement between the City of Coppell and Crow- 'BillingS~. To the best of our knowledge Crow-Billingsley is not "~aware of the revised cost estimates or the proposed agreement with Dallas. We have not discussed any of this information with any of the other parties involved such as T. U. Electric, the City of Irving, etc. Sincerely, H. Wayne Ginn, P.E. President enclosures cc: Russell Doyle, P.M., w/enclosure George Schrader, w/enclosure File J - 377 (A:j377adr) 17103 Prcston Road ·Suitc 100 · LBI I8 ·Dallas, Tcxas 75248 · l'honc 214/248-4900 DRAFT - 3/1/89 STATE OF TEXAS COUNTY OF DALLAS DRAFT PROPOSAL AGREEMENT CITY OF COPPELL AND CITY OF DALLAS COOPERATIVE IMPROVEMENT OF BELT LINE ROAD FROM DENTON TAP ROAD TO MACARTHUR BOULEVARD WHEREAS, the City of Coppell, Texas, hereinafter called "Coppell", and the City of Dallas, Texas, hereinafter called "Dallas", desire to enter into an agreement for the design, preparation for, acquisition of right-of-way, if needed, preparation of estimates of the cost of the project, preparation of estimates of assessments of adjoining benefiting property owners, and ultimately for construction of paving, (and) storm drainage improvements and installation of street lighting, traffic signalization, and regulatory signs, street signs, landscape and sprinkler systems, and street furniture in connection with the Belt Line Road Project from Denton Tap Road to MacArthur Boulevard, in the cities of Coppell and Dallas; and, Whereas, the Interlocal Cooperation Act, Article 4413 (32c) Vernon's Annotated Civil Statutes, provides authorization for any local government to contract with one or more local governments to perform governmental functions and services under the terms of the Act; and, Whereas, Coppell and Dallas wish to share all costs of planning the project including, but not limited to, surveying, engineering and design, preparation of mapping and other instruments for use in acquisition of right-of-way, if needed, and ultimately construction of paving and drainage facilities, installation of landscaping and sprinkler systems, installation of lighting, signing, signalization, appurtenances, inspection, materials testing, surveying, bid advertisement, and all other costs attached to the project; and, Whereas beneficiaries are the City of Coppell and owners of property in the corporate limits of Coppell fronting on Belt Line Road and the City of Dallas and owners of property in the corporate limits of Dallas fronting on Belt Line Road; and, Page 1 of 6 Whereas, 47% (11,470 feet) of the total 24,490 front feet fronting on the project is in the City of Coppell fronting on Belt Line Road and 53% (13,020 feet) of the 24,490 total front feet fronting on the project in the City of Dallas fronting on Belt Line Road (Exhibit 1); and, Whereas, the City of Coppell and the City of Dallas each desire to share in the fair division of construction cost of the Belt Line Road. The fair division of construction cost are shown on Exhibit 2. Whereas, the City of Coppell and the City of Dallas each desire to share the division of cost of planning and design of the Belt Line Road. The fair division of design cost are shown on Exhibit 3; and, Now, therefore, this agreement is hereby made and entered into by Coppell and Dallas for the mutual considerations stated herein: WITNESSETH PHASE I: Coppell hereby agrees to contract with Ginn, Inc. Consulting Engineers for surveying, preparation of maps for right-of-way alignment for the project, the preparation of engineering plans for required adjustment and/or relocation of all utilities, engineering design and preparation of construction plans and specification for paving and storm drainage improvements, estimates of cost, and estimates of assessments of adjoining benefiting property owners for the Belt Line Road Project. The consulting engineering contract will be paid for by Coppell. Coppell will invoice Dallas on a monthly basis for the Dallas proportionate share of the total monthly contract payments. The engineering contract with Ginn, Incorporated will provide for the work to be performed in three Parts. Part I: Preparation of a map establishing the right-of-way alignment for the project and indicating the requirement for acquisition for both permanent and temporary rights-of-way. Part II: The preparation of preliminary plans and outline specifications for construction, preparation of plans for adjustment and/or relocation of all utilities required to accommodate the project, development of estimates of cost of construction, and preparation of estimates of assessments of adjoining benefiting property owners for the project. Page 2 of 6 Par~ III~ Preparation of complete engineering construction plans and specifications for the paving and storm drainage improvements. (Coppell will advertise for bids receive, open and tabulate them, and will determine a low responsive bidder for construction of the improvements. It will furnish Dallas a tabulation of bids indicating a low responsive bidder). II. Coppell hereby agrees to provide: 1. A map to Dallas establishing a right-of-way alignment for the project and indicating the requirement for acquisition of both permanent and temporary rights-of-way . 2. Preliminary engineering plans and outline specifications, engineering plans for adjustment and/or relocation of all utilities, preliminary cost estimates, and preliminary estimates of assessments of adjoining benefiting property owners for review and approval by the City of Dallas prior to authorizing preparation of final construction plans and specifications; and, 3. Final construction plans and specifications, final cost estimates, and estimates of assessments of adjoining benefiting property owners to Dallas for review and approval prior to advertising for bids and award of a contract for construction. Approval of plans, specifications, estimates of cost, and estimates of assessments of adjoining benefiting property owners will complete planning of the project and Phase I. Work will proceed, and only proceed, upon agreement by both the City of Coppell and the City of Dallas and arrangement for needed financing by each respective city. III. Phase II. When the authorization to proceed with construction is provided by both the City of Dallas and the City of Coppell and certification of reservation of funding by both for their respective shares of the project cost has been provided, (Upon approval of plans and specifications by Dallas for its share of the project cost), Coppell will advertise for bids, receive, open, and tabulate them and will determine the low responsive bidder for construction of the improvements. It will furnish Dallas a tabulation of bids indicating the low responsive bidder. Coppell and Dallas agree to promptly initiate and complete procedures assessing a portion of the cost according to its own policies against adjoining benefiting owners of property within their respective jurisdiction. Coppell will award the contract to the low responsive bidder. Page 3 of 6 IV. Coppell hereby agrees to establish and provide a right-of-way alignment for the Belt Line Road Project acceptable to Dallas. Coppell further agrees to provide field notes describing any needed temporary working right-of-way and additional permanent right-of-way required as defined by the approved right-of-way alignment and the approved construction plans. Coppell hereby agrees to acquire additional right-of-way in Dallas and Coppell, if any is needed, in accordance with the approved alignment and plans and as described by the field notes provided by Coppell. Said acquisition may include the use of eminent domain in accordance with the laws of the State of Texas. The cost of all right-of-way acquired and all costs related to the acquisition, including but not limited to appraisal fees, title fees, attorneys fees, court costs, and relocation assistance, shall be the responsibility of the city in which the right-of-way is located. Coppell will notify Dallas of acquisition and possession of additional right-of-way. VI. Dallas hereby agrees to provide for the relocation and adjustment of utilities located in Dallas as required by the construction. VII. Coppell hereby agrees to provide for the relocation and adjustment of utilities located in Coppell as required by the construction. VIII. Coppell hereby agrees to provide for advertisement for bids and award of contract(s) for construction of the Belt Line Road Project and to provide for contract administration, construction inspection, and materials testing necessary to complete the construction in accordance with the approved plans and specifications, subject to the financing plan defined in Sections IX through X herein below. Page 4 of 6 IX. Coppell and Dallas hereby agree to bear costs of the improvements in proportion to the property within its corporate boundaries fronting on the project street (see Exhibits 1 and 2 attached). Coppell will invoice Dallas on a monthly basis for Dallas' proportional share of the total monthly construction contract costs and other incurred costs to be shared. Coppell and Dallas hereby agree to provide for and share the actual construction costs for items required for traffic control, street lighting, street furniture when such items are included in the construction plans and contract by mutual agreement of Coppell and Dallas. Dallas further agrees to provide for the total actual construction cost for items required for utility relocation or adjustment, new sidewalks, new driveway approaches located in Dallas and included in the construction contract at the request of Dallas. XI. Coppell hereby agrees to provide for its share of the total construction costs for the project in accordance with Sections IX and X hereinabove. XII. Coppell hereby agrees to advise Dallas of all design changes and construction change orders occurring during the construction and to include change orders requested by Dallas in the construction contract, subject to the approval of Coppell and Dallas. Funding for all change orders shall be in accordance with Sections IX and X hereinabove. XIII. Coppell hereby agrees to credit Dallas for any decrease in quantities of work funded by Dallas in accordance with Sections VIII, IX, and X hereinabove upon completion and final acceptance of the work and to return to Dallas all funds provided to Coppell but not required for construction under this AGREEMENT. Page 5 of 6 Executed this the day of 1989, by the City of Coppell, pursuant to a resolution of its City Council adopted on , 1989 and by the City of Dallas, pursuant to City Council Resolution No. . CITY OF COPPELL CITY OF DALLAS Alan D. Ratliff Richard Knight City Manager City Manager By: Assistant City Manager Approved as to Form: Approved as to Form: Lawrence Jackson Analeslie Muncy City Attorney City Attorney By: Assistant City Attorney ATTEST: ATTEST: City Secretary City Secretary enclosures: Exhibits 1, 2 and 3 Page 6 of 6 EXHIBIT 2 PROBABLE ESTIMATED CONSTRUCTION COSTS BELT LINE ROAD IMPROVEMENTS FROM DENTON TAP ROAD TO MACARTHUR BOULEVARD MARCH 1, 1989 IALLOCATION OF PROBABLE ESTIMATED CONSTRUCTZON COSTS ZTEMIDESCRIPTION ICXTY OF COPPELLICZTY OF DALLASI DEVELOPER I TOTAL PAVING & DRAINAGE S1,085,187.79 $2,875,747.64 S'1,465,00:5.52 S5,425,938.95 BRIDGE "X-l" S0.00 $0.00 $892,000.00 S892,000.00 TUEC RR XZNG S47,000.00 S53,000.00 S0.00 S100,000.00 CREEK CHANNELZZATION S0.00 $0.00 $300,000.00 S]00,000.00 ELECTRZC LINE RELOCATION S700~000.00 S0.00 $0.00 $700,000.00 HOCKINGBIRD LN. EXT INCL.: S~50~000.00 $0.00 S550~000.00 $rO0~O00.O0 TRAFFIC SIG.'S & BRIDGE MOORE ROAD TRAFFZC SZGNALS~ $0.00 $r5,000.00 $0.00 STREET LIGHTING $22,105.98 S58,580.84 S29,843.07 $110,529.88 NEO]AN LANDSCAPING S52,000.00 $137,800.00 ~70,200.00 $260,000.00 TOTAL I $2,20~,29].77 1S3,062,]28.~8 I S~,0~6,8~6.58 1S8,563,~68.83 PREPARED BY GINN, iNC. CONSULTING ENGINEERS PAGE 1 OF 1 EXHIBIT 3 PROBABLE ESTIMATED ENGINEERING COSTS BELT LINE ROAD IMPROVEMENTS FROM DENTON TAP ROAD TO MACARTHUR BOULEVARD MARCH 1, 1989 IALLOCATION OF PROBABLE ESTIMATED COSTS OF IENGINEERING SERVICES ..................................... I .............................................................. ITEMIDESCRIPTION ICITY OF COPPELLICITY OF DALLASI DEVELOPER I TOTAL 106 DESIGN FEES ~ 85~ OF TOTAL ENGINEERING FEES: A&B - PAVING, DRAINAGE & BRIDGE $66,591.08 $176,466.35 $89,897.95 $332,955.38 "X ' 1" F ' MOCKINGBIRD LN. EXT. iNCL: $22,304.00 $0.00 $22,304.00 $44,608.00 PAVING,DRAINAGE & BRIDGE F&G ' TRAFFIC SIGNALS AT MOORE & $2,827.44 $7,197.12 $2,827.44 $12,852.00 MOCKINGBIRD " D - GRAPEVINE CREEK RELOCATION $0.00 $0.00 $42,466.00 $42,466.00 AND CHANNELIZATION I ' MEDIAN LANDSCAPING $4,420.00 $11,713.00 $5,967.00 $22,100.00 H ' STREET LIGHTING $563.70 $1,493.81 $761.00 $2,818.52 I ............................................................................................... lSUBTOTAL ~ $96,706.22 I $196,870.29 ~ $164,223.39 ~ $457,799.90 I ............................................................................................... 260 EASEMENTS,R.O.W. & ASSESSMENTS $20,000.00 $53,000.00 $27,000.00 $100,000.00 601 SURVEYING (DESIGN ONLY) $7,308.17 $19,366.65 $9,866.03 $36,540.84 602 TRAFFIC ENGINEERING $200.00 $530.00 $270.00 $1,000.00 604 GEOTECHNICAL ENGINEERING $5,000.00 $13,250.00 $6,750.00 $25,000.00 609 TRENCH SAFETY (DES.&INSP.) $3,000.00 $7,950.00 $4,050.00 $15,000.00 610 ABSTRACT/TITLE $200.00 $530.00 $270.00 $1,000.00 650 PRINTING $400.00 $1,060.00 $540.00 $2,000.00 651 COURIER & DELIVERY $50.00 $132.50 $67.50 $250.00 SUBTOTAL I $36,158.17 ~ $95,819.15 ~ $48,813.53 ~ $180,790.84 PREPARED BY GINN, INC. CONSULTING ENGINEERS PAGE 1 OF 2 EXHIBIT 3 PROBABLE ESTIMATED ENGINEERING COST8 BELT LINE ROAD IMPROVEMENTS FROM DENTON TAP ROAD TO MACARTHUR BOULEVARD MARCH 1, 1989 IALLOCATION OF PROBABLE ESTIMATED COSTS OF IENGINEERING SERVICES ITEMIDESCRIPTION IClTY OF COPPELLICITY OF OALLASI DEVELOPER I TOTAL 107 CONTRACT ADMINISTRATION i 15X OF TOTAL ENG. FEES: A&B - PAVING, ORAINAGE & BRIOGE $11,751.37 $31,141.12 $15,864.34 S58o756.83 "X - 1" F - MOCKINGBIRO LN. EXT. INCL: $3,936.00 S0.00 S3,936.00 $7,872.00 PAVING,DRAINAGE & BRIDGE F&G - TRAFFIC SIGNALS AT MOORE & S498.96 $1o270.08 $498.96 S2,268.00 MOCKINGBIRD D - GRAPEVINE CREEK RELOCATiON S0.00 $0.00 $7,494.00 $7,494.00 AND CHANNELIZATION I - MEOIAN LANDSCAPING $780.00 $2,067.00 $1o053.00 $3,900.00 H - STREET LIGHTING S99.48 $263.61 $134.29 $497.39 I ............................................................................................... ISUBTOTAL I $17,065.80 I $34,741.82 I $28,980.60 I $80,788.22 I ............................................................................................... 108 INSPECTION & TESTING: A&B - PAVING, ORAINAGE & BRIDGE $89,082.94 S100,455.23 S0.00 $189,538.17 "X - 1" F - MOCKINGBIRD LN. EXT. INCL: $19,200.00 $0.00 S0.00 $19,200.00 PAVING,DRAINAGE & BRIDGE F&G - TRAFFIC SIGNALS AT MOORE & S1,782.00 $2,268.00 $0.00 $4,050.00 MOCKINGBIRD D ' GRAPEVINE CREEK RELOCATION $9,000.00 $0.00 $0.00 $9,000.00 AND CHANNELIZATION I ' MEDIAN LANDSCAPING $0.00 S0.00 S0.00 S0.00 H ' STREET LIGHTING $0.00 $0.00 $0.00 $0.00 ISUBTOTAL I $119,064.94 I $102°723.23 I $0.00 I $221,788.17 iTOTAL ENGINEERING I $268,995.13 I $430,154.48 I $242,017.52 I $941,167.12 PREPARED BY GINN~ ZNC, CONSULTING ENGINEERS PAGE Z OF Z ~ ; r0 0 ~ ~ . - w " <C ~ Q .... x ~ Z ~w 0 ~ d~ a:: 0 .~ ~ ~ L&J a: ~ 153 z IL. E. u- .- ! t: ...J ~i<)~~ en g ..JL&J <C C 8 II) ..J e ..J ~ <C .; C > Q) CI:: , . . . . . - l- t : , ~ -----I -0 ----x. I- - In - :E: >< w ~ ~ c3 i3 I L. 'O^'S lInHJ.llY :)'1..- '\- - - l:) ~ ~ +1 C) ~ ~ z a ..I i ll. Z 0 ;;) oJ o Q ~ o '" N Q / /' "" / J! ....:g~. ~// L~ I /"./' / / / / / ~ / I)/;/ / ~ ////1/ ; II · / I,~ / : i !! ;/ ~ / / I I /,/ II (/ I I \ \, \ I \\ \ \ \ \\ \ ~\~\ ~\\\ ~' \\\ ~ :: \ \\ \ \ \ \ \ \~\\ \ \\~ ~ \ \\\ \. \\( \\\\\ \, '\ \ \ \ ~\,~. \ \~ '.. \ '4' \ \ " \ \\\\ \ '" '" ~ \\, ~ '" \~\ ~ '" \~",\, i ~ " \~ 0 ,,' ~ u "" ~ ...... \~\, ~ '" 5 " ~~ "-.... ) Ojj~ "........ el> ~ " .~ "- ~..." "- " " \ \ \ \ \ \ \ \ I / / I I / / I I ~~ / ~"''' I'i xl '0 all #I,. 0.., '-....... /.~. 'Jt;) ...... -, ........ ......0,. ! / / I / --;-7 ~ +1 ~ ..I o o N i: ,'" ~ III ,'" /. :r .... ;;) I~ I .. I !!? J ;;) I 0 I oJ ~ W w a: u w Z > Wi a.. <t a: " \ " ' IU ~ U w Z i:; ~'<J,ft, ll. ~~ C ,,/V' II: ~G,/o C) ,,'/.,:i.t' Q"'~ 0'< /0'< .A'" ........ <x 'v' i. / / > W ...J C/) " Z ...J ...J al I ~ o a: u III .... i :; Cl ! > ! ... o >- t: u ~~. 6,- g I f -,." . I C J~ t: u .!. "'~ i::=J . I :. I L -- +1 U. ..J +1 U. ..J ?F C? U') +1 II. ...J o N o C? o 0) ~ ~ N )( o a: 0. 0. < o N ..,. CO "'"" w " < t- Z o a: u. w " < t- Z o a: u. w " < t- Z W o a: w 0. en < ..J ..J < C ..J < t- O t- ..J < t- O t- en < ..J ..J < C ~ :r C) :; .. II: '" . o ... III C oJ oJ C Q III .... i :; Q I ~ I ~ I , : I l, , ~ ~ \ '" " ! - --\-. III C oJ ... C Q ... o >- .... u !+I '~ :..1 o ~ ; it) --~ :l 0'1011 dYJ. NOJ.N30