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