Loading...
ST9401-CN 941216WIER & ASSOCIATES, INC. December 16, 1994 Mr. Kenneth Griffin, P.E. City Engineer Engineering Department City of Coppell 255 Parkway Boulevard Post Office Box 478 Coppell, TX 75019 214/462-0022 Dear Ken: RE: W&A #94-093 - REVISED PROPOSAL FOR PROFESSIONAL DESIGN SERVICES - Denton Tap Road Project; Coppell, Texas We have revised the draft contract and opinion of project cost after our last meeting with you on December 13, 1994. The design, construction, Iogistical and phasing issues we have identified to date are discussed in the revised pre-conceptual design memo entitled "Denton Tap Road - Major Design Elements and Comments." We have revised the "Pre-conceptual Opinion of Probable Construction Cost" for the project to reflect the amended scope of services and other issues we discussed. This opinion of cost is based on pre-conceptual sizes of estimated quantities of anticipated improvements and the anticipated unit prices shown thereon. Improvements generally include demolition, paving, grading, storm drainage, bridge, landscaping, sidewalks, and 16-inch water main. The total project cost anticipated at this time is $3,607,942, including a 10% contingency. The total project cost is comprised of the following: Paving and Bridge .....................................................................$2,402,366 Storm Drainage .............................................................................$622,776 Water Main Improvements ........................................................$254,800 Subtotal ............................................................................$3,279,942 10% Contingency ............................................................$328,000 TOTAL OPINION OF CONSTRUCTION COST .............. . Mr. Kenneth Griffin, P.E. W&A #94-093 December 16, 1994 Page 2 of 2 We have aggressively reduced the magnitude of the design fee for the surveying, engineering, and landscape architecture services which are required for this project from $296,800 to $240,000. The design fee is comprised of the following: Paving, Bridge & Drainage Water Line $220,000 20,000 $240,000 We have not included any allowance to design capping or other protective improvements for the City of Dallas water line. While we do not think at this time that such effort will be necessary, we will not really be able to confirm that until we have defined all existing conditions along the alignment and are into the preliminary design phase. (For your information, we anticipate this project will require approximately 48 to 58 plan sheets in the final construction plans bid set.) We have enclosed a revised draft of a Contract for Professional Design Services for the project which defines the scope of design services, revised design fee, time for completion of services, etc. Please call if you have any questions. We look forward to working with you and the City on this project. JPW:ckw Very truly yours, N P. WIER, P.E., R.P.L.S. t Enclosures Denton Tap Road - Major Design Elements and Comments Memo Pre-conceptual Opinion of Probable Construction Cost Draft Contract for Professional Design Services DENTON TAP ROAD MAJOR DESIGN ELEMENTS AND COMMENTS MEMO (To Accompany Revised Proposal) 1. Public Utility Location & Coordination: There appear to be only two unusual public utility situations, There is an underground multiple GTE duct system along the west side of the roadway. Conduits are mounted on the west beam of the bridge crossing Denton Creek to accommodate the GTE lines. The pre-conceptual cost opinion does not include any costs for construction or design of GTE duct systems. The cost opinion includes conduit crossings at medians for installation of street lights by TU Electric, but does not include conduits for other public utilities. The existing 30-inch water line crosses Denton Creek below grade. We will need to coordinate with the City of Dallas regarding this line and confirm the line will not be overloaded by fill embankment. We have not included costs in the pre-conceptual opinion of probable construction costs for capping the 30-inch water line. The water line typically has 6' or more of cover and should not be impacted in street cut locations. The storm drain crossings appear to pass over the water line and lowering the line is not anticipated. The east bridge crossing will need to be located to miss the existing water line crossing. The east bridge may need to be moved more to the west than shown on the pre-conceptual exhibit. The existing water line may need to be uncovered on both sides of Denton Creek to make sure the bridge pier locations are a minimum 5' or so from the existing water line. 2. 404 Jurisdictional Issues: It appears that the bridge will span the main creek and not impact jurisdictional area. There will be a culvert crossing upstream that will impact 404 stream, but this will be far less than one acre and should comply with General Permit 26. We will need to submit information to the U.S. Army Corps of Engineers Permits Division to confirm conformance, but we do not anticipate public hearings, individual permits, or mitigation will be required. 3. DesiGn Surveys: The design surveys are straight forward and the alignment is open. A maximum of 4 cross-sections may be needed on the Denton Creek Bridge crossing. A detailed topographic survey upstream and downstream of Denton Creek will be WieP & Associat;es, Inc. 94-039 Page 1 of 5 Revised December 16, 1994 needed to assure proper placement of bridge piers, minimize tree loss and design of the hike and bike trail crossings on both sides. The properties are large tracts on both sides and there will not be much right-of-way determination work on this project. Approximately seventeen right-of-way and easement documents are anticipated. 4. Spur 553 Coordination: The state has prepared preliminary plans for paving and drainage for the frontage roads east of Denton Tap Road. We obtained a copy of portions of the preliminary design and discussed the project with Kenneth Shirly. There is a narrow, long drainage area along the west side of Denton Tap Road north of the Spur. A total of 111.2 acres of land are collected north of the Spur and directed to Denton Tap Road. The state has analyzed the watershed and determined that a multiple 3-6'x4' culvert will be needed to receive and convey the runoff to the south to an existing culvert crossing on Denton Tap Road 650' south of the Spur. The runoff drains along the east side of Denton Tap Road another 400' to an existing drainage ditch on the Vista Ridge property. The drainage ditch drains to the southeast and empties into Denton Creek approximately 550' from Denton Tap Road. The attached cost opinion assumes the project will be constructed ahead of the Spur west of Denton Tap Road and an enclosed multiple culvert will be extended south of the Spur approximately 950' to the drainage ditch location. The costs associated with enclosing this drainage will exceed $400,000. Alternate methods for conveying the runoff can be explored including a parallel concrete channel. Perhaps the drainage can be directed into a linear pond facility in one of the adjacent developments. We anticipate the esthetic standards of the city will dictate enclosing the drainage or designing a linear pond facility. The excavation for a linear pond could be used for fill embankment and reduce the amount of imported material. Land costs may eliminate the linear pond option since the adjacent property is planned for commercial use. 5. Secluence of construction: The street and bridge construction need to be phased to keep a bridge crossing in place and open to traffic at all times. Due to the existing 30-inch water line location and other physical restraints, we anticipate the bridge for the west lanes and the west side of the roadway will be constructed first. The attached pre- conceptual plan indicates the basic phasing. The sequence is anticipated to be generally as follows: a. Relocate public utilities necessary to make fill embankments. Construct west bridge. (Other work can be ongoing while the bridge is being constructed. ) Wier & Associates, Inc. 94-039 Page 2 of 5 Revised December 16, 1994 Construct cut and fill embankment for west lanes while west bridge is in construction. de Install underground public utilities, conduits, storm drainage, culverts and water lines in west lanes. Construct west concrete paving lanes, pavement treatment and strip for two-way traffic. f. Transfer traffic to west lanes. g. Remove existing bridge and start east bridge and east roadway construction. Relocate public utilities necessary to make fill embankment and cap 30- inch water line if required. Construct east bridge crossing while other items are in progress. Construct roadway embankment on west lanes. k. Construct public utilities and 16-inch water line. Pave east lanes and install pavement treatments. Place irrigation system, landscaping and revegetate median and parkways. n. Place pavement marking on east lanes. o. Open west lanes and provide two-way traffic. The construction plans will need to include detailed construction sequence plans. Denton Creek Brid¢le DesiGn: The bridge is anticipated to have a total length of about 180 feet and will probably be built in two different phases requiring different move-ins by the Contractor. The west side will probably be built first and span the entire creek bottom section or about 70' to 80' between piers. The deck to low cord depth is estimated to be 5' approximately. The city's criteria requires the bridge low cord be 1' above the improved condition 100-year flood elevation. The roadway grade will need to be elevated at the bridge and we anticipate the need for imported borrow due to the embankment. The improved bridge will be above the floodplain, but wider than the existing bridge. The net result should be that the improved bridge will probably lower the existing 100-year floodplain upstream of the bridge. We understand the city is not requesting hydraulic studies to confirm Wier & Associates, Inc. 94-039 Page 3 of 5 Revised December 16, 1994 the lack of impact or the floodplain elevation and further will not request a map revision from FEMA. The bridge will need to be designed with provisions for public utilities connected to the beams. The existing bridge is in good condition, but is not aligned where it could probably be considered for re-construction. The preliminary bridge cost opinion assumes park paths will be located under the bridge on both sides of the creek. The bridge deck is assumed to be 49' wide on both sides to provide lane crossing and a wide pedestrian/hike and bike crossing. If the path is located on one side only, the bridge costs could be reduced. We anticipate an approximate 160' ramp will be needed to connect the pedestrian hike and bike trail from the roadway down to the crossing beneath the bridge. 7. Traffic Si.qnals: Conduits are included in the cost opinion at the Spur median opening for future installation of traffic signals. However, the cost opinion does not include traffic signal installation. 8. Parks Issues: We anticipate an entrance and left turn lane will be required for the park east of the roadway at the existing median opening. The attached preliminary concept plan indicates a deceleration lane to serve the park complex west of the roadway. Meetings will be needed with the Parks Department to establish hike and bike trail and park access designs. 9. Landscaping and Streetscaping: The city has detailed design guidelines for design of the medians, parkways, and paving treatments at crossing locations. The entrance into Coppell at the north end will be a major entry which has heavy landscaping and a wide pavement marking band. At this time the city has indicated that the irrigation system and landscape plantings will not be installed at the entry. The cost opinion includes irrigation, landscaping, and pavement treatments beginning at the south end and extending along for the center median up to Spur 553 and up to the bridge for the parkways. The bridge crossing will need to include special treatments to enhance its appearance. The cost opinion includes special treatments and guard rail at the bridge crossing. 10. 16-Inch Water Line: The cost opinion includes installation of a 16-inch water line from Parkway Boulevard to Spur 553, a 12-inch water line from the Spur north for 1,200' and the remainder an 8-inch water line to the city limits line. The water line will be Wier & Associates, Inc. 94-039 Page 4 of 5 Revised December 16, 1994 located on the west side of the roadway for most of the length most likely to avoid conflict with the existing 30-inch City of Dallas water line. We can not determine at this time whether protective capping or other measures will be necessary depending on the type of pipe and the height of roadway fill sections which may be needed for Denton Tap. The water line can be deleted from the initial roadway construction project to save money at that time, but will impact design of the irrigation system if eliminated totally. We believe the water line should at least be extended north of Denton Creek. 11. Street Li.qhtin.q We have not included costs for lighting except on bridge. Wier & Associates, Inc. 94-039 Page 5 of 5 Revised December 16, 1994 WIER & ASSOCIATES, INC. ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST DATE: December 15, 1994 JOB NO.: 94-093 CLIENT: City of Coppell PROJECT: Denton Tapp Road from Park Entrance North to City Limits Line (4,720-feet West Lanes; 3,220-feet East Lanes) ITEM NO. I. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 26 29 30 31 32 33 34 35 36 DESCRIPTION OF ITEM PAVING, BRIDGE, AND STORM DRAINAGE R.O.W. Preparation &Clearing 1 Roadway Excavation 25,000 Roadway Embankment 38,000 Import Embankment 17,000 Channel Excavation 3,000 Revegetate Channel 0.35 Remove Exist. Conc. Pvm't 890 Remove Exist. Bridge Crossing 1 Remove Exist. Conc. Culvert 1 Lime Stabilized Subgrade 39,000 Lime @ 34#/S.Y. 663 6" Reinforced Pavement 254 7" Reinforced Pavement 230 8" Reinforced Pavement 36.000 Temporary Asphalt Transition 900 Temporary Signage &Barricade 1 Traffic Buttons &Jiggle Bars 1,900 5' Wide Sidewalk 1,850 Special Guard Rail @ Bridge 400 Erosion Control Facilities 1 Manhole Adjustments 4 Adjust Water Va Ives 8 Adjust 30" W.L.M.H. 2 18" R.C.P. 260 21" R.C.P. 570 24" R.C.P. 1,012 27" R.C.P. 930 30" R.C.P. 530 Inlets 13 Remove "Y" Inlet & Const. Junct. 1 3-6'x4' Culvert 1,080 5-6'x4' Culvert 100 Culvert Headwalls 90 2" P.V.C. Conduit for Street Lights 1,240 Conduit for future Traffic Signals 440 Pull Boxes 4 TOTAL QUANTITY UNIT LS CY CY CY CY AC SY LS LS SY TON SY SY SY SY LS EA LF LF LS EA EA EA LF LF LF LF LF EA EA LF LF CY LF LF EA UNIT PRICE 60,000.00 3.50 1.25 7.00 5.00 4,000.00 5.00 18,000.00 6,000.00 1.50 90.00 24.00 19.00 20.00 18.00 12,000.00 8.00 12.00 70.00 20,000.00 350.00 200.00 500.00 26.00 30.00 38.00 41.oo 46.00 2,500.00 2,000.00 340.00 580.00 425.00 3.00 3.00 400.00 COST 60 000 87 500 47 500 119 000 15 000 1 400 4 450 18 000 6 000 58,500 59,670 6,096 4,370 720,000 16,200 12,000 15,200 22,200 28,000 20,000 1,400 1,600 1,000 6,760 17,100 38,456 38,130 24,380 32,500 2,000 367,200 58,000 38,250 3.720 1,320 1,600 W&A 94-093 PAGE 1 OF 2 OPN1294B.WK4 37 1W' W.L. Service for Irrigation 5 EA 900.00 38+ Bridge Crossing Denton Creek 16,200 SF 45.00 39 Decorative Guard Rail 720 LF 150.00 40 Rip-rap &Hike &Bike Trail Under Bridge 980 SY 28.00 41 Hike &Bike Trail Ramp to Connect 260 SY 25.00 42 Lighting on Bridge 1 LS 4,000.00 43 - Irrigation &Landscaping Budget I LS 120,000.00 44 Retaining Walls @ Bridge (N) 178 CY 400.00 4,500 729,000 108,000 27,440 6,500 4,000 120,000 71,200 SUBTOTAL I - PAVING, BRIDGE, & STORM DRAINAGE $3,025,142 Detailed Structural Cost Opinion to establish L nit price. Detailed Landscape Cost Opinion Prepared to establish lump sum price wqich includes pavestone. II. WATER 1 Abandon 8" W.L. North of Parkways 1 LS 1,200.00 2 16" x 16" W.L. Tap 1 EA 4,000.00 3 16" W.L. 3,050 LF 40.00 4 16" W.L. Connected to Bridge 180 LF 80.00 5 12" W.L. 1,400 LF 32.00 6 8" W.L. 1,450 LF 20.00 7 16" G.V. 3 EA 1,800.00 8 12" G.V. 4 EA 900.00 9 8" G.V. 2 EA 500.00 10 6" G.V. & F.H. 14 EA 1,800.00 11 Fittings 1.5 TON 2,800.00 SUBTOTAL II - WATER TOTAL CONSTRUCTION 10% CONTINGENCY TOTAL PROJECT COST Since the design professional has no control over the cost of labor, materials, or equipment, or over the contractors method of determining prices, or over competitive bidding or market conditions, his opinions of probable construction cost provided for herein are to be made on the basis of his expe- rience and qualifications. These opinions represent his best judgment as a design professional familiar with the construc- tion industry. However, the design professional cannot and does not guarantee that proposals, bids, or the construction cost will not vary from opinions of probable cost prepared by him. If the owner wishes greater assurance as to the construc- tion cost, he shall employ an independent cost estimator. Prpd. by UTL Chkd. by JPW 1,200 4,000 122,000 14,400 44,800 29,000 5,400 3,600 1,000 25,200 4,200 $254,800 $3,279,942 $328,00O $3,607,942 W&A 94-093 PAGE 2 OF 2 OPN1294B.WK4 THE STATE OF TEXAS COUNTY OF TARRANT PROFESSIONAL DESIGN SERVICES CONTRACT THIS CONTRACT is made and entered into this day of , 1994, by and between the City of Coppell, Dallas County, Texas, a municipal corporation, hereinafter called "City", and Wier & Associates, Inc. hereinafter called "Engineer", whose address is 4300 Beltway Place, Suite 130, Arlington, Texas 76018. WI TNESSETH: That in consideration of the terms and conditions contained herein the parties do mutually agree as follows: Employment of Engineer Engineer shall perform all services under this contract to the prevailing engineering professional standards consistent with the level of care and skill ordinarily exercised by members of the engineering profession, both public and private, currently practicing in the same locality under similar conditions, including reasonable, informed judgments and prompt, timely action. If Engineer is representing that he/she has special expertise in one or more areas to be utilized in this contract, then Engineer agrees to perform those special expertise services to the appropriate local, regional or national professional engineering standards. Engineer shall provide services necessary for the design of construction of improvements to City's street, drainage, and water distribution system, the location and extent of which is as follows: DENTON TAP ROAD, 6-lanes from 1,200 feet north of Parkway Blvd. to Highland Drive, and the 3 southbound lanes from Highland Drive to 1,450 feet north of Highland Drive, including a 16" water line, said site being located within the City of Coppell, Dallas County & Denton County, Texas, and hereinafter referred to as the "Project." II. Services Field Survey Work Engineer shall furnish a survey field party to collect all field information necessary to prepare complete and detailed plans, specifications, and contract documents. Before the survey party is engaged in surveying on private property, City shall send letters to all adjacent property owners and other affected property owners notifying them of the survey party's intent to survey on private property. The City shall obtain permission to survey on private property from the various affected property owners identified by City before surveying is commenced. The City's letter of permission shall include permission for Engineer to set iron pins and control monuments for future right-of-way and/or easements to be acquired by City at a later date. Engineer shall direct the field party in the following: Establishing the proposed centerline or a suitable reference base line on the ground as required by City. Making a complete topographic survey of all existing features above ground level that would or could affect proposed construction. These features shall include, but are not limited to, telephone poles, power poles, utilities, utility markers, fences, retaining walls, water meters, detector check valves, manholes, vaults, sprinkler heads, structures, and culvert pipes. Also, all buildings, trees, steps, and other topographical features which would be of interest to the property owner in discussing the plans with City engineers must be shown accurately and drawn to scale. Determining exact horizontal and vertical location of all underground utilities or other underground structures where they cross any part of the proposed storm drainage system or may affect the proposed Project. 4. Making complete and accurate cross-section field notes. Making of all surveys necessary to determine limits of any existing right-of-way. Conceptual Design Plans Conceptual plans for this project shall be prepared on such a scale (not smaller than 1" = 200') and to such detail as is necessary to resolve all conceptual issues. Conceptual plans must be approved by City prior to Engineer commencing with the preparation of preliminary design construction plans. Engineer shall prepare conceptual plans which will include the following: Approximate alignment of existing street and approximate alignment of the proposed facility, including approximate curve data. As applicable, the location and size of all proposed median openings and left-turn bays. The approximate location of all existing driveways within the limits of the project. The location of all trees with a diameter of six inches (6") or greater. A preliminary drainage study, including drainage areas, location and size of existing drainage facilities, the approximate size and alignment of proposed drainage facilities, and approximate discharges. Approximate dimensions of existing right-of-way and easements· Preliminary Design Construction Plans At such time as Engineer is directed by City, Engineer shall prepare preliminary plans at a horizontal scale of 1" = 20' and a vertical scale of 1" = 5' on 22" x 34" sheets to include the following: Edge of existing pavement, existing structures, and existing utilities existing and proposed rights-of-way and easements, proposed curb line on plan and profile sheets, and existing ground elevation in profile. The location, size, and species of all trees and shrubs within the limits of street right-of-way, drainage, slope or temporary construction easements. If due to the density of the growth it is impractical to show all trees and shrubs, the limits of dense stands of trees and shrubs will be shown. In any case, all trees six inches (6") in diameter, or larger, shall be shown, unless directed otherwise· Engineer shall indicate on the plans those trees which are to be removed and which trees are to be preserved. Overall drainage areas, sub-drainage areas, existing and proposed drainage facilities, discharges, times of concentration, and drainage area acreage for proposed structures. All other drainage computations and charts such as inlet charts and hydraulic grade lines pertinent to the drainage system design. Unless directed otherwise in writing by City, the design of these systems shall be in accordance with the latest revision of the City of Coppell Subdivisions Rules and Regulations. 5. Storm sewer and proposed water main profiles. Cross-sections of existing ground surface line and proposed ground surface line. 7. A preliminary cost estimate of Project. 8. Streetlight design (if included in Project). A "Time of Relocation" schedule containing the estimated time for each utility company with facilities impacted by Project to relocate their facilities. Final Design Construction Plans Upon acceptance of preliminary plans by City, Engineer shall prepare final plans at a horizontal scale of 1" = 20' and a vertical scales of 1" = 5' on 22" x 34" sheets (each sheet shall be sealed, dated, and signed by a Registered Professional Engineer in the State of Texas), specifications and special provisions and abutting property attachment. Final plans shall include the following: Standard City title page with location map and revision block in the lower right corner showing date of revision, description of revision and initials of the reviser. Drainage area map showing drainage facilities with size of proposed structures and pipes. Drainage computation sheet showing calculations for area discharges, times of concentration, acreage of drainage areas, and inlet calculations. 4. Plan and profile sheets of street improvements. 5. Storm sewer improvement plan and profile sheets· 6. Detail and standard sheets. 7. Engineer's estimate, special provisions specifications· and 8. Final right-of-way plans as stated in Section II.F. 9. Abutting property attachment including property address, owner and owner's address, property description, and the front footage on Project. 10. A final cost estimate based upon the items and quantities listed in the proposal in the contract documents. This estimate shall be based on current unit prices bid on similar projects. 11. A utility "Time for Relocation" report stating the status of utility relocations and time required for each utility company to clear its facilities for Project. 12. Street addresses of all existing houses and developments adjacent to Project. 13. All other requirements as noted under "Preliminary Design Construction Plans." General Requirements Each time Engineer submits plans and specifications to City, two (2) copies of each shall be submitted. These shall be reviewed and checked by City and returned to Engineer for corrections. When the corrected copies of the plans and specifications are returned to City, the original and reviewed plans and specifications shall also be returned to City. All plans, specifications, documents, provisions, attachments, and correspondence provided in accordance with this contract shall be dated. Each set of plans shall be stamped "Review," and each sheet of the plans shall be signed and dated with registration number noted by Engineer until approval of the final design construction plans by City, whereupon the word "Review" shall be omitted and the plans shall be stamped "Final" on the cover sheet. Engineer shall coordinate with the utility companies, including, but not limited to franchised utilities, City Utility Department, pipeline companies, railroad companies, or any other entity which has facilities within Project, any and all exposure, removal, and/or relocation work necessary for implementation of Project. This shall also include aiding City in obtaining any permits required by any of these entities. Engineer shall supply conceptual, preliminary, and final design construction plans for Project to all utility companies that have facilities within the limits of Project. Engineer shall determine from existing records and field inspection, the type of existing pavement on Project, including all intersecting streets, driveways, and alleys, accurately showing this information on the plans. Engineer shall establish the scope of and arrange for the soil and foundation investigations using City approved geotechnical firm. City shall approve in advance, and be responsible for costs of any authorized soil investigations. Upon completion of the final design construction plans, special provisions and specifications, and contract documents, Engineer shall submit a letter of notification to City stating completion of design of Project. Right-of-Way Determination In conformance with City standards, Engineer shall survey, render field notes, and prepare detail plans (right-of-way strip maps) and individual parcel exhibits for any additional right-of-way and/or easements needed. Engineer shall also set control points approximately every 600 feet on both sides of the road. Before setting the control points, Engineer shall obtain sketches and specifications from City for the placing of control points. Detail plans shall be contained on standard size plan paper (22~ x 34") at a scale not smaller than 1" = 30', shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: 6 g. h. j. Standard City title page including location map. Summary sheet listing all parcels to be acquired, property owner, legal description of property, gross area of property, square footage and type of easements, net area of property after acquisition, and a column for volume and page of filing. Corners of all parcels tied to the centerline. Location of all existing property pins, including station and offset to centerline. Location of all new property pins, including station and offset to centerline. Parcel number. Area required. Area remaining. Current owner. Any existing platted easements or easements filed by separate instrument including easements provided by utility companies. The utility company easements should be requested by Engineer at the time conceptual plans, preliminary plans and final plans are sent to the utility companies. individual parcel exhibits shall be on 8~"xll" or 8~"x14" paper, shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: Parcel number. Area required. Area remaining· Legal description. Current owner· Any existing platted easements or easements filed by separate instrument including easements provided by utility companies. All physical features. Meets and bounds description of parcel to be acquired. The description shall be provided on a separate sheet from the exhibit. The above items are necessary for the acquisition of right- of-way required to construct Project. Said information shall be required prior to acceptance of final construction plans. Upon written notification by City of acceptance of the right-of-way plans, exhibits and instruments, and as directed by City, Engineer's surveyor shall set all corners and points of curvature for the proposed right-of-way and submit final sealed plans and exhibits. Engineer shall doordinate this Project with the U.S. Army Corps of Engineers and shall obtain the necessary Section 404 Permit required for construction of the Project. H. Hydraulic Studies/FEMA Coordination Engineer shall not conduct hydraulic backwater studies and coordinate this Project with FEMA to obtain a Conditional Letter of Map Revision related to the proposed bridge improvement. I. Additional Requirements Engineer shall furnish, upon request by City, one (1) set of film reproducibles of the "Final" approved and dated plans. One (1) set of originals containing the engineer's estimate and any special provisions and specifications, suitable for reproduction shall be provided upon request. If computer aided drafting equipment is used to prepare plans, Engineer shall submit a computer file of the drawings in DXF format. The following may also be required of the Engineer: 1. Assist City with answering questions of Contractors arising during the advertisement of Project for bids. 2. Assist City, if requested by City, in the opening, tabulation, and review of bids. III. ~ompensa,tion to Engineer A. City agrees to pay Engineer for all services outlined in Section II a total design fee in the amount of $240,000. (For City's accounting purposes, this fee is comprised of $220,000 for paving, bridge, and storm drainage dsign services and $20,000 for the water main design services.) B. Payment for services rendered by Engineer shall be made as follows: 1. Upon satisfactory completion on the conceptual design plans as set forth herein, and upon written request, City shall pay to Engineer an amount equal to forty percent (40%) of the design fee as set forth herein. Upon completion of the preliminary design construction plans as set forth herein, and upon written request, City shall pay to Engineer an amount equal to forty percent (40%) of his design fee as set forth herein. Once the City has accepted the final design construction plans as set forth herein, and upon written request, City shall pay to Engineer an amount equal to fifteen percent (15%) of the design fee. An amount equal to five percent (5%) shall be retained until such time as City requests and receives one (1) set of reproducibles of the final design construction plans and other documents described herein. This request shall be made within 120 days of the acceptance of final plans, special provisions and specifications, contract documents, and the utility "Time of Relocation" assessment. IV. Time for Completion Engineer agrees to complete and submit all work required by City as follows: Conceptual design plans in 75 calendar days from date of Engineer's receipt of written notice to proceed. Preliminary design construction plans in 90 calendar days from City's acceptance of the conceptual design plans and receipt of written notice to proceed with preliminary plans. Final design construction plans and specifications in 45 calendar days from City's acceptance of preliminary plans and written notice to proceed with final plans. Subsequent submittals of final plans shall be returned to City within six (6) weeks of the date of the previous review letter. No extensions of time shall be granted unless a written request is submitted by Engineer, and such request is approved in writing by City. the Revisions of Plans and Specifications City reserves the right to direct substantial revision of plans, special provisions, and specifications after acceptance by City as City may deem necessary, but in such event City shall pay Engineer equitable compensation for services rendered in making such revisions. In any event, when Engineer is directed to make substantial revisions under this Section of the contract, Engineer shall provide to City a written proposal for the entire costs involved in providing City a completed set of plans, specifications and special provisions and the completion time involved in the revisions. Prior to Engineer undertaking any substantial revisions as directed by City, City must authorize in writing the nature and scope of the revisions and accept the method and amount of compensation and the time involved in all phases of the work. If revisions of the final plans, special provisions, and specifications, or drawings are required by reason of Engineer's error or omission, then such revisions shall be made by Engineer without additional compensation to the fees herein specified, and in a time frame as directed by City. It is expressly understood and agreed by Engineer that any compensation not specified in III., "Compensation to Engineer", may require City Council approval and is subject to funding limitations. VI. Engineer's Coordination with Owner Engineer shall be available for conferences with City so that Project can be designed with the full benefit of City's experience and knowledge of existing needs and facilities and be consistent with current policies and construction standards. One half of coordination and review meetings between City staff and Engineer during this project shall be held in the Engineer's office. City shall make available to Engineer all existing plans, maps, field notes, and other data in its possession relative to the Project. Engineer may show justification to City for changes in design from City standards due to the judgment of said Engineer of a cost savings to City and/or due to the surrounding topographic conditions. City shall make the final decision as to any changes after appropriate request by Engineer. Engineer shall accompany City representatives on Project observation visits during construction of Project at least once every month. City may require more frequent construction observation visits as construction problems arise as a result of Project design, and Engineer shall be compensated on an hourly reimbursable basis for more frequent visits. 10 VII. Contract Termination Provision This contract may be terminated at any time by City for any cause without penalty or liability except as may otherwise be specified herein. Upon receipt of written notice by City, Engineer shall immediately discontinue all services and Engineer shall immediately terminate placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this contract and shall proceed to cancel promptly all existing contracts insofar as they are related to this contract. As soon as practicable after receipt of notice of termination, Engineer shall submit a statement, showing in detail the services performed but not paid for under this contract to the date of termination. City shall then pay Engineer promptly the accrued and unpaid services to the date of termination. This contract may be terminated by Engineer with mutual consent of City at any time for any cause without penalty or liability except as may otherwise be specified herein. Engineer shall submit written notice to terminate contract and shall submit to City all plans and documents relative to the design of Project. City shall then ascertain cost to complete the balance of the work under this contract. If the cost to complete the balance of the work is greater than the unpaid contract amount, City shall retain all unpaid balances and, in addition, Engineer shall pay directly to City the difference in the unpaid balance and the cost to complete the work. In no case shall City pay Engineer any additional monies other than those previously paid under the contract. VIII. Ownership of Documents All drawings and specifications prepared or assembled by Engineer under this contract shall become the sole property of City and shall be delivered to City. Engineer shall retain in his files all original drawings, specifications and all other pertinent information for the work. Engineer shall have no liability for changes made to the drawings, specifications, and other documents by other engineers subsequent to the completion of the contract. City shall require that any such change be sealed, dated, and signed by the engineer making that change and shall be appropriately marked to reflect what was changed or modified. IX. Insurance Engineer shall at Engineer's own expense, purchase, maintain and keep in force during the term of this contract such insurance as set forth below. Engineer shall not commence work under this Contract until Engineer has obtained all the insurance required under this contract and such insurance has been approved by City. All insurance policies provided under this Contract shall be written on an "occurrence" basis, except for professional liability. The insurance requirements shall remain in effect throughout the term of this Contract. A® Workers' Compensation as required by law, Employers Liability Insurance of not less than $100,000.00 for each accident, $100,000.00 disease-each employee, $500,000.00 disease-policy limit. Commercial General Liability Insurance, including Independent Contractor's Liability, Completed Operations and Contractual Liability, covering but not limited to the indemnification provisions of this Contract, fully insuring Engineer's liability for injury to or death of employees of City and third parties, extended to include personal injury liability coverage, and for damage to property of third parties, with a combined bodily injury and property damage minimum limit of $500,000 per occurrence. Comprehensive Automobile and Truck Liability Insurance, covering owned, hired and non-owned vehicles, with a combined bodily injury and property damage limit of $500,000.00 per occurrence. Professional Liability Insurance: Standard comprehensive professional liability coverage in an amount of at least $500,000.00 aggregate per year, covering the services provided under this contract, including contractual liability. This insurance shall be maintained throughout the contract and for one (1) year after substantial completion of the construction of the project. Any of the insurance policies required under this section may be written in combination with any of the others, where legally permitted, but none of the specified limits may be lowered thereby. ]2 Right to Inspect Records Engineer agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Engineer involving transactions relating to this contract. Engineer agrees that City shall have access during normal working hours to all necessary Engineer facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Engineer reasonable advance notice of intended audits. Engineer further agrees to include in subcontract(s), if any, a provision that any subcontractor or consultant agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such consultant or subcontractor involving transactions to the subcontract, and further, that City shall have access during normal working hours to all consultant or subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this paragraph. City shall give the consultant or subcontractor reasonable advance notice of intended audits. XI. No Third Party Beneficiary For purposes of this contract, including its intended operation and effect, the parties (City and Engineer) specifically agree and contract that: (1) the contract only affects matters/disputes between the parties to this contract, and is in no way intended by the parties to benefit or otherwise affect any third person or entity, notwithstanding the fact that such third person or entities may be in a contractual relationship with City or Engineer or both; and (2) the terms of this contract are not intended to release, either by contract or operation of law, any third person or entity from obligations owing by them to either City or Engineer. XII. Severability If any of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this contract are for any reason held to be invalid, void or unenforceable, the remainder of the terms, sections, subsections, sentences, clauses, phrases, provisions, covenants, or conditions of this contract shall remain in full force and effect and shall in no way be affected, impaired or invalidated. XIII. Independent Contractor Engineer covenants and agrees that he or she is an independent contractor, and not an officer, agent, servant or employee of City; that Engineer shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be liable for the acts and omissions of its officers, agents, employees, contractors, subcontractors and consultants; that the doctrine of respondeat superior shall not apply as between the City and engineer, its officers, agents, employees, contractors, subcontractors and consultants, and nothing herein shall be construed as creating a partnership or joint enterprise between City and Engineer. XIV. Conflict of Interest Engineer agrees during the duration of this contract that Engineer shall not: Accept other employment or engage in outside activity within the city limits of Coppell incompatible with the proper discharge of his duties and responsibilities of the city or which might impair his independent judgement and the performance of his duty to the city; nor Personally provide services for compensation, directly or indirectly, to a person or organization who is requesting approval, investigation or determination from the city. Undertake any platting, design or any other services to the private sector that would require approval, investigation, or determination by the City of Coppell. Venue The parties to this contract agree and covenant that this contract shall be enforceable in Coppell, Texas; and that if legal action is necessary to enforce this contract, exclusive venue shall lie in Dallas County, Texas. ]4 XVI. Entire Agreement This contract embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters herein; and except as otherwise provided herein, cannot be modified without written agreement of the parties. XVII. Applicable Law This Contract is entered into subject to the Charter and ordinances of City, as they may be amended from time to time, and is subject to and is to be construed, governed, and enforced under all applicable State of Texas and federal laws. Situs of this contract is agreed to be Dallas County, Texas, for all purposes, including performance and execution. XVIII. Headings The headings of this contract are for the convenience of reference only and shall not affect in any manner any of the terms and conditions hereof. XIX. Non-Waiver It is further agreed that one (1) or more instances of forbearance by City in the exercise of its rights herein shall in no way constitute a waiver thereof. Reme d i e s No right or remedy granted herein or reserved to the parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but, each shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this contract may be waived without consent of the parties. Forbearance of indulgence by either party shall not constitute a waiver of any covenant or condition to be performed pursuant to this contract. ]5 XXI. Equal Employment Opportuni~ Engineer shall not discriminate against any employee or applicant for employment because of race, age, color, religion, sex, ancestry, national origin, place of birth, disability, or handicap status. Engineer shall take action to ensure that applicants are employed and treated without regard to their race, age, color, religion, sex, ancestry, national origin, place of birth, disability, or handicap status. This action shall include, but not be limited to: employment, ungrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection of training, including apprenticeship. XXII. Construction of Contract Both parties have participated fully in the review and revision of this contract. Any rule of construction to the effect that ambiguities are to be resolved against the drafting party shall not apply to the interpretation of this contract. XXIII. Notices All notices, communications, and reports required or permitted under this contract shall be personally delivered or mailed to the respective parties by depositing same in the United States mail, postage prepaid, at the addresses shown below, unless and until either party is otherwise notified in writing by the other party, at the following addresses. Mailed notices shall be deemed communicated as of five (5) days after mailing regular mail. If intended for City, to: Kenneth M. Griffin, P.E. Assistant City Manager/City Engineer City of Coppell P. O. Box 478 Coppell, Texas 75019 If intended for Engineer, to: John P. Wier, P.E.R.P.L.S., President Wier & Associates, Inc. 4300 Beltway Place, Suite 130 Arlington, Texas 76018-1097 16 IN WITNESS WHEREOF, the parties enter into this contract on the date first written above. W TNESS: ATTEST: ENGINEER: 7'6o// /~! 0~I'o~J Printed or Typed Name Printed or Typed Title 17 THE STATE OF TEXAS COUNTY OF TARRANT Engineer Acknowledgment BEFORE ME, the undersigned authority, a Notary Public i~ and for the State of Texas, on this day personally appeared J'~h~ .0JieI~ , known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of C~Jxta~o~ a corporation of and for the purposes and consideration therein expressed and in the capacity therein stated. DER MY HAND AND SEAL OF OFFICE on this the , 19q~ .  ~ ~i n and for ~ Notary ' ' ~ ~'~ ~ State of Texas ' Y Commission Expire~~ Notary' s Printed Name /5~J9 day of the THE STATE OF TEXAS COUNTY OF DALLAS Municipal Acknowledgment BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ~O/~ ~ f'~O~J , known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of C I r~ C,~ ~OP~ ~L ~ , a corporation of r)~k~ County, Texas, and as /V/q~ thereof, and for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL (SEAL) My Commission Expires: N~y~Pu4iic i nd for the State of Texas Notary' s Printed Name day of