ST0003-CN030627CITY 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 ~ 7~day of ~U n P~ , 2003, 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 Huitt 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 reconstruction of Coppell Road from Cooper
Lane to Sandy Lake Road, 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, 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 Parts I & II: 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.
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, Scope of Services: Conceptual 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 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 Part I Fee: The Engineer shall be paid a fee for Basic Services Part I
under this Contract pursuant to the Fee Schedule described in Attachment A, Scope
of Services. Basic Services Part I Fee shall not exceed the lump sum of One
Hundred Eight Thousand dollars and No cents ($ 108,000.00) provided, however,
that modifications to the Basic Services Part I, 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. Basic Services Part II Fee: The Engineer should be paid a fee under this Contract
for Basic Services Part II pursuant to the Fee Schedule described in Attachment A,
Scope of Services. Basic Services Part II Fee shall not exceed the lump sum Eighty
Two Thousand Dollars and No Cents ($ 82,000.00) provided, however, that
modifications to the Basic Services Part II, or other conditions defined herein may
necessitate a change of Basic 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 be a lump sum of
One Hundred Ninety Thousand Dollars and No Cents ($ 190,000.00): The lump
sum Basic Services Part I Fee plus the lump sum Basic Services Part II Fee.
D. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services Part Iand/or Basic Services Part II 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 maybe
discovered in any invoice whether paid to the Engineer or not, and to withhold the
funds requested by the Engineer relative to the error.
Page 3
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.
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. Proiect Deliverables. For each submittal identified in Attachment A, Scope of 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. 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 maybe 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.
Page 4
7. Proiect 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 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.
8. PartnerinE. 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
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. EnEineer'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. Liabili .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
Page 5
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 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 final
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
Page 6
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 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 while they are in the possession of or
while being worked upon by the Engineer shall be replaced or restored by Engineer without
cost to the City.
18. Project Records and Rieht 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
Page 7
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.
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.
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.
Page 8
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. Griffin, P.E.
Director ofEngineering /Public Works
255 Parkway Blvd.
Coppell, Texas 75019
Engineer: Huitt-Zollars, Inc.
Aubrey C. Adcock, Jr. P.E.
Sr. Vice President
3131 McKinney Avenue, Suite 600
Dallas, Texas 75204-2489
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
BY:
J' t
City Manager
Date: ~~~ ~'~~~~
Huitt-Zollars, Inc.
BY:
ATTEST:
~C. r~ua;~~n, ~r
President
ATTEST:
;.
J
(CORPORATE SEAL)
Page 9
HE_ IITT~~C)LLARS
Attachment 'A'
The Engineer agrees to render services necessary for the development and completion the
Coppell Road Reconstruction Project as outlined herein. The Basic Services, Parts I & II, to be
performed by Engineer under this Contract include the following:
Project Definition
This project consists of the preparation of surveys, reports, construction plans & details,
specifications and bidding documents for the reconstruction of Coppell Road from
approximately 150 feet south of Cooper Lane to approximately 350 feet south of Sandy
Lake Road. The Coppell Road reconstruction involves the replacement of approximately
3,500 linear feet of a 2-lane asphalt roadway with a 2-lane, minimum 33 ft. wide undivided
reinforced concrete street; the addition of sidewalks on both sides of the road; and the
construction of an improved storm drainage system. Basic Services will include field
survey work for the design and right-of--way establishment; geotechnical, and
environmental investigations; production of right-of--way, easement, construction and
bidding documents; limited construction phase services; and coordination with the City of
Coppell, design consultants, the franchised utility companies, and other applicable
agencies.
Detailed Scope of Basic Services -Part I
Basic Services - Part I will consist of five phases as follows:
Schematic Design
Preliminary Design
Final Design
Project Bidding
Construction
~~ SIT[ ~)LLAFt~
Attachment 'A'
A. Schematic l~eaien
Consult with the City to clarify and define the City's requirements for the
project.
2. Perform records research in an effort to determine the size, type, location and
description of existing public and franchise utility lines and right-of--ways /
easements.
3. Review "As-Built" plans and other pertinent data in the vicinity of the
roadways.
4. Coordinate with the design consultant for Sandy Lake Road to review
intersection connections.
5. Site visit to identify and photograph physical elements that will affect the
design process.
6. Attend public meetings (maximum of 2 public meetings included in Basic
Services) called by the City to discuss the project with the citizens of Coppell.
Evaluate input from meetings with the City.
7. Prepare analysis and evaluation of prospective solutions. Items to be studied
will include alignment, grades, drainage, right-of--way and easement
requirements.
8. Prepare a schematic design. The design will include schematic layouts,
conceptual engineering design criteria, various alternative solutions where
applicable, right-of--way & easement needs for the project to allow the City to
select the options for design before proceeding with the preliminary design.
9. Submit 2 copies of the schematic design to the City for review, comment and
approval.
B. Preliminary Deai~
Meet with the City to review approved schematic concepts prior to proceeding
with the production of preliminary documents.
2. Set final roadway alignment and street sections.
3. Set preliminary roadway grades. All paving design will be limited to within
100 feet of the proposed right-of--way.
4. Develop drainage area map and runoff calculations. Drainage design criteria
will be based on full land use development in accordance with the City's
2
N~ (ITTZOL~~Z~
Attachment 'A'
adopted plan.
5. Develop preliminary stormwater design. All drainage design will be limited
to within 100 feet of the proposed right-of--way.
6. Develop preliminary roadway cross-sections.
10. Use preliminary designs to determine effects on private property.
11. Develop preliminary construction sequencing plans.
12. Determine right-of--way and easement needs.
13. Develop preliminary bidding and contract documents. The bid schedule will
also include a description of bid items to clarify what is included with each bid
item.
14. Prepare an opinion of probable construction costs utilizing the preliminary
design.
15. Submit 1 set of preliminary plans to the franchised utility companies for utility
coordination. Meet with utility companies as needed to discuss the proposed
improvements and any easement requirements they may have.
17. Submit 2 sets of preliminary plans and bidding documents to the City for
review, comment and approval.
C. Final Design
Meet with the City to receive review comments on the preliminary design
prior to proceeding with the production of final documents.
2. Prepare final construction plans on 22" x 34" sheets with a scale of 1" = 20'
horizontal and 1 " = 5' vertical, except as noted, for the following:
a. Cover Sheet
b. Right-of--Way Strip Map
c. Construction Sequencing (Scale: 1" = 40')
d. Typical Paving Sections and General Notes
e. Paving Plans /Profiles and Details
f. Drainage Area Map and Calculation Sheets (Scale: 1 " = 100')
3
~-~!_!I?~--7s; )L~A~~
Attachment 'A'
g. Stormwater Plans /Profiles and Details
h. Pollution Control Plans and Details (Scale: 1 " = 40')
Roadway Cross-Sections (Scale: 1" = 20' H, 1" = 4" V)
2. Prepare final Bidding and Contract Documents for construction.
3. Prepare final Opinion of Probable Construction Costs.
4. Submit two sets of final plans to the City for approval.
5. Complete final plans to reflect final review comments.
6. Submit 1 set of final plans to the franchised utility companies for final utility
coordination.
7. Submit 1 set of plans to the Texas Department of Licensing and Regulation
for review and approval of the pedestrian related elements of the project. City
to reimburse Engineer for review fee.
D. P~2J P.Ct Rl(jC11 nD
Assist the City in preparing the advertisement for bids.
2. Prepare 20 copies of the final plans, specifications and bid documents for
distribution by the City to plan houses and potential bidders.
3. Attend pre-bid conference.
4. Answer bidder questions and prepare necessary addenda.
5. Tabulate bids.
6. Evaluate bids and make a recommendation to the City for the award of a
construction contract.
E. ('nnstni~tion
Assist the City in conducting apre-construction conference.
2. Provide 6 full-size (22"x34") & 6 half-size (ll"x17") sets of plans and
contract documents for use by the City during construction. Provide 6 full-
size (22"x34") sets of plans and contract documents for use by the Contractor
during construction.
4
'~~~?T.~~}LL~1~.~
Attachment'A'
3. Visit the project site once every two weeks to observe the progress of
construction. One of the visits each month will also include a project meeting
with the City's inspector and the Contractor. The Engineer will prepare a
written report after each meeting.
4. Review submittals and shop drawings required of the Contractor by the
contract documents.
5. Answer questions from the Contractor submitted through the City during
construction.
6. Provide cursory reviews of Contractor's pay estimates after the City and
Contractor have agreed on the completed work for the pay period.
7. Participate with the City and Contractor in conducting a final walk through
and compilation of a "punch list" detailing items to be completed by the
Contractor to complete the project.
8. Upon completion of the Work, the Engineer shall compile for and deliver to
the City a reproducible set of Record Documents based upon the marked-up
record construction drawings, addenda, change orders and other data furnished
by the Contractor. These Record Documents will show significant changes
made during construction. Because these Record Documents are based on
unverified information provided by other parties, which the Engineer shall
assume will be reliable; the Engineer cannot and does not warrant their
accuracy. The Record Documents will contain the following warning: "These
Record Documents have been prepared based on information provided by
others. The Engineer has not verified the accuracy and/or completeness of
this information and shall not be responsible for any errors or omissions that
maybe incorporated as a result of erroneous information provided by others."
Provide the City with one set of mylars of the record documents.
F. ,SPrvirPC Nnt InrhrrlPd rn Rocir SPY'VT('PC Pnrt T
1, Trench excavation safety plan.
2. Detailed traffic control and detouring plans in accordance with MUTCD.
5
HLIIIT-7~)LLARS _
__ ___
___ __
Attachment 'A'
Detailed Scope of Basic Services -Part II
Basic Services -Part II will consist of seven phases as follows:
Right-of--Way Surveying
• Topographic Surveying
• Pre-Construction Surveying
• Post-Construction Surveying
• Environmental Investigation
• GeotechnicalInvestigation
• Reimbursable Expenses
A. Right-nf-Way 4nrvP~n_ng
1. Horizontal and vertical control will be established and tied to available City
control and the control that will be established for the Sandy Lake Road and
Bethel Road projects. Three permanent horizontal /vertical control points
will be set outside the limits of construction along Coppell Road for use by the
Contractor during construction.
2. Record research at the County to determine ownership and existence of
easements and right-of--way on the properties affected by the proposed
roadway.
3. Perform field surveys to locate existing rights-of--way, property lines,
boundary corners and easements for all parcels affected by the proposed
roadways. Review of County information and field data to establish the
existing right-of--way for the roadway. A Registered Professional Land
Surveyor will prepare aRight-of--Way Strip Map to be included in the final
construction plans.
4. A Registered Professional Land Surveyor will prepare individual parcel
exhibits and legal descriptions to delineate the areas proposed for right-of--way
dedications and easements. The parcel exhibits and legal descriptions will be
suitable for inclusion in right-of--way and/or easement deeds to be prepared by
the City. This task allows for the preparation of 15 land descriptions and
exhibit maps.
6
N~ 11TT ZC)LLARS
Attachment 'A'
5. Set property corners on all new right-of--way and/or easement parcels that will
be acquired by the City.
B. Tn~era~nhin Snrve~n_ng
Perform field topographic surveys to compile sufficient data for design.
Cross-sections will be taken at 50 ft. intervals, 120 ft. wide maximum width
and include all driveways, lead sidewalks and cross streets. Produce a
topographic map with aone-foot contour interval suitable for civil design.
2. Obtain field data on existing franchised utilities above ground and as located
and uncovered by the owners of the utilities.
3. Obtain field data on existing City water mains, wastewater lines, storm sewer
mains, traffic signals and streetlights.
4. Tie-in and identify all trees, shrubs, landscaped areas, sprinkler heads,
irrigation controls and valves, mailboxes, walls, signs and other features that
are within the area to be surveyed.
C. Pre-C'onstmr.tinn Snrv vine
A Registered Professional Land Surveyor will prepare a Horizontal and
Vertical Control Plan to be used by the Contractor during construction.
D. Pnst-(~nnctrnctinn Snrvevina
Restake property and easement corners at the conclusion of construction.
1. Daily construction staking for the Contractor throughout the duration of the
construction contract.
1. Restaking of horizontal and vertical control knocked out during construction.
3. Surveying to determine final quantities to be used in the final pay estimate.
7
HL!lTT~)LLARS
__ _ __
Attachment 'A'
E. F.nvirnnmental Tnveatigatinn
Storm Water Pollution Prevention Plan and Notice of Intent (NOI) -
Engineer will prepare a comprehensive Storm Water Pollution Prevention
Plan (SW3P) along with the required Notice of Intent (NOI) for the
construction portion of the project.
The following items are not included in the environmental investigation. Should
the following items become necessary, a scope and fee will be negotiated with the
City prior to commencing work.
a. Jurisdictional Waters and Wetlands Assessment and Delineation
b. Mitigation design efforts for waters, wetlands and habitat areas.
c. Mitigation for tree loss within and outside the ROW
d. USACOE 404 Permitting
e. Historical and archeological investigation
f. Underground storage tank investigation
F. C'rentPChniral Tnveatig tinn
Engineer will contract with a Geotechnical Firm to provide the following services:
The purpose of the geotechnical investigation will be to sample and evaluate
subsurface conditions along the proposed project alignment and from this data
develop engineering design parameters for design and construction of the proposed
improvements and provide recommendations regarding these improvements.
1. Field Exploration: A total of 8 borings, spaced at 500 feet, and sampled to a
depth of 10 feet are planned for the project. Surficial soils will be sampled
using a seamless tube sampler. Groundwater level observations will be made
at each boring location at completion. Borings will be backfilled after water
level measurements are taken.
2. Laboratory Testing: The sampled soils will be tested in a laboratory to
evaluate their pertinent engineering properties. Classification tests will
include liquid and plastic limits, dry unit weight, percent passing a No. 200
sieve, and moisture content tests. Calibrated hand penetrometer tests will
be performed to evaluate the consistency of the Surficial soils. A lime-PI
series test will be performed to determine the optimum lime dosage for
lime treatment of subgrade clays.
8
HlI1TTZC)LLARS
Attachment 'A'
3. Geotechnical Report: The results of the field and laboratory work will be
evaluated to develop recommendations for the reconstruction of the roadway.
Four copies of the report will be provided and include a plan of borings,
laboratory tests results, recommendations for a concrete pavement section,
subgrade preparation procedure including optimal lime dosage, and a
discussion of potential construction problems based on the subsurface soil
and groundwater conditions at the site.
4. Material testing during construction has not been included within the scope
of this investigation.
G. Reimhnraahle Fx emPs
Reimbursable expenses accrued through printing as described in the Basic Services,
printing fees at the County, filing fees, review and processing fees, mileage, delivery
fees, long distance phone calls and other out-of-pocket expenses, shall be reimbursed
at cost upon receipt of an invoice from Engineer.
The Engineer agrees to render additional services as mutually agreed to by the City and
Engineer. The Additional Services to be performed by Engineer as directed by the City under
this Contract include the following:
1. Preparation for and attendance at additional public meetings, beyond the 3 public meetings
included in Basic Services, called by the City to discuss the project with the citizens of Coppell.
Evaluate input from these additional public meetings. The additional public meetings shall be
invoiced on an hourly basis with a budget of $ 2,000.00 per meeting. This scope of work shall
include 2 additional meetings for a total budget of $ 4,000.00. Additional meetings beyond this
scope will be negotiated with the City.
2. Prepare plan /profile drawings for the construction of a new 12-inch water main with valves,
fire hydrants, services and appurtenances along Coppell Road from Bethel Road to Sandy
Lake Road. Plans will be prepared with a horizontal scale of 1" = 40' and vertical scale of 1"
= 5' resulting in four drawings. This task shall be completed for a lump sum fee of
$ 6,000.00.
9
Attachment 'A'
Fee Schedule
Coppell Road
Bethel Road to Sandy Lake Road
Design
Bidding & Construction
Total Basic Services -Part I
Right-of--Way Surveying
Right-of--Way Exhibits & Legal Descriptions
Topographic Surveying
Pre-Construction Surveying
Post-Construction Surveying
Environmental Investigation
Geotechnical Investigation
Reimbursable Expenses
Total Basic Services -Part II
Public Meetings (2 meetings assumed at $2,000 per meeting)
Water Main Design
Total Additional Services
Total Maximum Fee
$ 95,000.00
$ 13,000.00
$ 108,000.00
$ 30,000.00
$ 15,000.00
$ 20,000.00
$ 2,000.00
$ 4,000.00
$ 3,000.00
$ 6,000.00
$ 2,000.00
$ 82,000.00
$ 4,000.00
$ 6,000.00
$ 10,000.00
$ 200,000.00
10
STOOq~
___ _ __
-_
HUITT-ZOLLARS, INC. ~ 3131 McKinney Ave. ~ guile 600 ~ Dallas, TX 75 2 04-2489 ~ 214.871.3311 phone ~ 214.871.0757 fax ~ huifl-zollars.com
June 12, 2003
Ms. Suzan C. Taylor
City of Coppell
Engineering Department
255 Parkway Boulevard
Coppell, TX 75019
RE: Engineering Services Contract, Coppell Road Reconstruction
City of Coppell
Dear Ms. Taylor:
Enclosed herewith are three originally signed copies of the engineering services contract for
Coppell Road. Once the contract has been approved and fully executed, please return a copy to us
for our files.
We look forward to working with you on this interesting and challenging project. Please call me at
214-871-3311 if you have any questions or require additional information.
Sincerely,
HU T-ZOLLARS, INC~
~G ~~~,C'
Aubrey .Adcock, Jr. P.E.
Senior ice President
Attachments
ST~o a ~
HUITT-ZOLLARB, INC. ~ 3131 McKinney Ave. ~ Suite 600 ~ Dallas, TX 752042489 ~ 214.871.3311 phone ~ 214.871.0757 fox ~ huitl-zollars.com
June 9, 2003
Ms. Suzan C. Taylor
City of Coppell
Engineering Department
255 Parkway Boulevard
Coppell, TX 75019
RE: Coppell Road Reconstruct>on
Dear Ms. Taylor:
We are pleased to submit the revised Fee Proposal and Contract Exhibits to the City of Coppell for
professional services associated with the reconstruction of Coppell Road.
Enclosed is a copy of Attachment 'A' and apre-design opinion of probable construction costs that
can be attached to the City's contract.
If you have any questions or need additional information, please feel free to call.
Sincerely,
H T-ZOLLARS, INC.
~~
Aubrey C dcock, Jr. P.E.
Senior V ce President
Attachments