ST0502A-CN071217
CITY OF COPPELL
CONSULTING ENGINEERS CONTRACT
STATE OF TEXAS
Kl\lO\V ALL BY THESE PRESENTS
CITY OF COPPELL
S
9
s
THIS ENGINEERING SERVICES CONTRACT, hereinafter referred to as
"Contract," made, entered into and executed this the /7fi,day of ~, 2007, 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 Teague Nail & Perkins, Inc., hereinafter
referred to as "Engineer".
WITl'i'ESSETH
WHEREAS, the City desires to contract for Professional Engineering Services,
hereinafter referred to as "Services", in connection with the
FREEPORT PARK\V A Y PHASE A IMPROVEMENTS
(from W. SANDY LAKE RD. to RUBY RD.) PROJECT #ST 05-02 A
hereinafter referred to as the "Project"; and
WHEREAS, the Engineer is acceptable to the City and is willing to enter into a Contract
\vith the City to perform the hereinafter defined Services necessary to complete the Project; and
WHEREAS, said Services shall be as defined herein and in the detailed Basic Services,
Attachment A, and Special Services, Attachment B, incorporated herein by attachment and by
reference; and
WHEREAS, this contract shall be administered on behalf of the City by its City
Engineer or his duly authorized representative. The Engineer shall fully comply with any and
all instructions from said City Engineer.
If
...t--;1.'./ L.I J' /.., , ~_
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 A, B, C & D: 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: Schematic Design
Submittal, Preliminary Design Submittal, and Final Plans, Specifications, and Estimate
(PS&E) Submittal. Based on Schedule of Services, the Engineer shall compile the
Project Schedule which shall become a part of this Contract upon approval of the City
and the Engineer. 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 monthly basis, or on a schedule mutually agreed upon by City and
Page 2
Engineer. The Engineer shall complete and provide to the City said report at mutually
agreed upon intervals.
3. Compensation.
A. Basic Services Parts A, B, C & D 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 Three Hundred Nineteen Thousand Five Hundred Dollars
($319,500.00) provided, however, that modifications to the Basic Services, or
other conditions defined herein may necessitate a change of Fee which shall be
reduced to writing and approved by the City or its designee.
B. Additional Services Fee as Attached: The Engineer should be paid a fee under
this contract for services pursuant to the Fee Schedule described in Attachment A,
Scope of Services. Additional Services Fee shall not exceed the lump sum of One
Hundred Twelve Thousand Eight Hundred Dollars ($112,800.00).
B. Total Maximum Fee: Total Maximum Fee for this Contract shall be a lump sum
of Four Hundred Thirty-Two Thousand Three Hundred Dollars ($432,300.00).
C. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services Part I and/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.
D. Payments: All payments to Engineer shall be made on the basis of the invoices
submitted by the Engineer and approved by the City. Following approval of
invoices, City shall endeavor to pay Engineer promptly, however, under 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 may be discovered in any invoice whether paid to the Engineer or not, and to
withhold the funds requested by the Engineer relative to the error.
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. l\1odifications 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. Project Deliverables. For each submittal identified in Attachment A, Scope of Services,
the Engineer shaH 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. I f photographs are included in the report they shall be taken
with a 35 mm camera or larger format camera. Color laser copies may be substituted for
the original photographs in the final report.
A transmittal letter shaH be included with the Environmental Reports and shall include an
executive summary outlining: a.) Findings of the Reports; b.) Conclusions; c.)
Recommendations; and d.) M itigationlremediation cost estimates.
7. Project Control. It is understood and agreed that all Services shall be performed under
the administrative direction of the City Engineer. No Services shaH be performed under
Page 4
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. Partnerin~. 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. Engineer's Seal. The Engineer shall place his Texas Professional Engineers seal on all
engineering documents and engineering data prepared under the supervision of the
Engineer in the performance of this Contract.
11. Liability. Approval of the Plans, Specifications, and Estimate (PS&E) by the City shall
not constitute nor be deemed a release of the responsibility and liability of Engineer, its
employees, subcontractors, agents and consultants for the accuracy and competency of
their designs, working drawings, tracings, magnetic media and/or computer disks,
estimates, specifications, investigations, studies or other documents and work; nor shall
such approval be deemed to be an assumption of such responsibility by the City for any
defect, error or omission in the design, working drawings, tracings, magnetic media
Page 5
and/or computer disks, estimates specifications, investigations, studies or other
documents prepared by Engineer, its employees, subcontractors, agents and consultants.
Engineer shall indenmify 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 cancelaI'
terminate this Contract for convenience upon fifteen (IS) 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 Right to Audit. The Engineer shall keep, retain and safeguard all
records relating to this Contract or work performed hereunder for a minimum period of
three (3) years following the Project completion, with full access allO\ved 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
Page 7
to do business with the City of Coppell, loans, services, payments, entertainment, trips,
money in any amount, or gifts of any kind.
21. No Waiver. No action or failure to act on the part of either Party at any time to exercise
any rights or remedies pursuant to this Contract shall be a waiver on the part of that Party
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 Ne~otiations. This Contract supersedes any and all prior understandings and
agreement by and between the Parties with respect to the terms of this Contract and the
negotiations preceding execution of this Contract.
26. Contacts. The Engineer shall direct all inquiries from any third party regarding
information relating to this Contract to the City Engineer.
27. Notification. All notices to either Party by the other required under this Contract shall be
delivered personally or sent by certified U. S. mail, postage prepaid, addressed to such
Party at the following respective addresses:
City: City of Coppell, Texas
255 Parkway Blvd.
Coppell Texas 75019
Ken Griffin, P. E., Director of Engineering
Page 8
Engineer:
Teague Nail & Perkins, Inc.
12160 N Abrams Rd.
Suite 508
Dallas TX 75243
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:
/~/;;;L/6 ')
/'
ATTEST:
~~.~M
JiI'Jl7y t'~7Y J'ec" ErA-#f.y
Page 9
TEAGUE, NALL & PERKINS,
INC. BY:
.!-hrt: .
itIe r{'-~f1C;j>4
Date: (2--;7 - 07
ATTEST:
{i~{lU?1~ CJ,--
12/17/C7
(CORPORATE SE~)
\,~HIJ'I"
,'\..I\Y f>(j '"
"~\~. ..4, ~
~+..' .'.~~
~ : : !
\'J,>...~~;;'i
""I':u~~.i\"""
WILLIAM M. ATKINS
Notary Public, State of Texas
My Commission Expires
October 30,2010
ATTACHMENT "A"
SCOPE OF SERVICES
The Engineer agrees to render services necessary for the development and completion the
Project as outlined herein. The Basic Services to be performed by Engineer under this
Contract include the following:
The scope of this project generally entails the design of a 3,500 LF section of Freeport
Parkway from West Sandy Lake Road to the entrance of Wagon Wheel Park, including one
full-width bridge. Freeport Parkway is to be designed as a 4-lane divided thoroughfare within
a 110' right-of-way. The design contract includes the following elements:
1. Design of the northbound and southbound lanes to replace existing two-lane asphalt
roadway, beginning at the existing full pavement section at Wagon Wheel Park and
extending to West Sandy Lake Road. The contracted portion will include design of a
bridge over Cottonwood Creek to replace the existing two-lane structure, and will be
designed in accordance with City standards and matching the bridge to be constructed
on West Sandy Lake Road.
2. Hydrologic/hydraulic study of Cottonwood Creek in order to sIze bridge and
determine effects to the floodplain, including preparation of map reVISions. Work
will also extend approximately 400 LF east to include property identified by City as
possible area to be filled by owner.
3. Design of new underground storm drain facilities within the roadway as necessary to
accommodate roadway and adjacent development runoff.
4. Existing water/sanitary sewer facilities shall be identified, and proposed
stubouts/adjustments shown as necessary. Project also includes design of 2,500 LF of
I2-inch water line to connect existing stub-outs from each end. Project also includes
design of 450 LF of 8-inch sanitary sewer line beginning at an existing IS-inch line
north of the bridge, and extending north to an existing manhole near Sandy Lake Rd.
5. Design of an 8'-10' wide hike/bike trail path along west side of road. Bridge design
shall include allowable space for hike/bike trail path.
Page 10
6. Coordination with consultants and developers regarding design for adjacent
properties.
7. Provide street light foundation location and conduit layout per TXU direction and
City standard details. Scope does not include illumination design.
8. Provide boundary survey for six tracts requiring right-of-way dedication and prepare
the necessary right-of-way document and related exhibits for acquisition of right-of-
\vay.
BASIC SERVICES:
A. SCHEMATIC DESIGN
I. When requested by the City, the Engineer shall attend preliminary conferences with
authorized representatives of the City regarding the project and such other conferences as
may be necessary in the opinion of the City so that the plans and specifications which are
to be developed hereunder by the Engineer, will result in providing facilities which are
economical in design and conform to instruction from the City.
'1 The Engineer shall attend such conferences with officials of other agencies including other
engineering and/or surveying firms under contract with the City, as may be necessary in
the opinion of the City for coordination of the proposed paving and related improvements
with the requirements of such other agencies. It shall be the Engineer's duty hereunder to
secure necessary information from such agencies.
3. The Engineer shall advise the City with regard to the necessity for subcontract work such
as special surveys, tests, test borings, or other subsurface investigations in connection with
design and engineering work to be performed hereunder. The Engineer shall also advise
the City concerning the results of same. Such surveys, tests, and investigations shall be
made only upon authorization by and at the expense of the City.
4. Schematic layouts will be prepared utilizing digital aerial photograph/topographic files
provided by the City. Alignment alternatives will be prepared using this information and
discussed with the City to evaluate geometries, impact to property, and right-of-way
acquisition. Any obtained information regarding existing utility lines within the project
limits from utility companies will be shown on the schematic. Boundary surveys of the six
properties anticipated to be impacted will be ongoing during the schematic preparation.
One schematic alignment will be chosen to proceed with preparation of right-of-way
documents and preliminary plans.
5. The Engineer shall provide necessary design field surveys for his use in the preparation of
preliminary and final plans and specifications.
Page 11
Survey For Design: Provide detailed topographic survey for project along the alignment
corridor. This will include horizontal and vertical location of existing above ground features
and visible utility appurtenances throughout the length of the project cOlTidor including, but
not limited to, existing pavement, fences, water valves, fire hydrants and manholes.
Flowlines of existing culverts will be shot and elevations provided. Survey limits will be
100' Left/Right of the centerline, and trees greater than 10" diameter will be tied within this
corridor. Topographic cross section survey will extend 250' upstream and 400' downstream
from the centerline at the creek crossing for use in the hydraulic modeling. Also included
will be a limited topographic survey for adjacent property to the east as identified by City for
possible area to be filled by owner.
(a) Establish control network utilizing GPS and City of Coppell published datum.
Unless otherwise required, horizontal datum will be NAO 83 and NA VO 88
for vertical datum.
(b) Contact utility companies and request them to locate utilities which cross or
come close to proposed facilities. Perform field surveys to tie the horizontal
and vertical locations of these utilities when located.
(c) Establish vertical control benchmarks within the project limits on existing
permanent structures.
(d) Tie benchmarks to as-built plans for correlation of datum.
(e) Tie right-of-way lines, property lines and corners, if found, fence lines, and
other visible surface features to the survey control network within the
proposed route. Identify properties by address number and/or business name.
6. The Engineer shall supply the schematic layout to all known utility companies, including
franchised utilities and pipeline companies which have known existing facilities within the
limits of the Project. One set of dated preliminary plans, and one set of dated and
approved advertising (final) plans shall also be submitted at the appropriate intervals.
B. PRELIMINARY DESIGN
1. Upon completion of the agreed upon schematic layout, the Engineer shall then proceed
with preparation of the preliminary design of the project incorporating all corrunents
received from the City and agreed upon by both the City and the Engineer into these
plans.
a. Prepare eXisting and proposed typical sections for the project. This will include
pavement, base, and sub-base material ca]]outs in accordance with the City's design
standards.
b. Establish preliminary horizontal centerline alignment.
Page 12
c. Establish preliminary vertical alignments for full-width roadway construction areas of
project.
d. Show major features on plan sheets including proposed edges of roadway, left turn bay
limits, and median widths.
e. Show preliminary storm system improvements.
f. Develop sequence of construction for proposed project (roll plots with shading of major
phases only).
g. Show known util ity crossings and nearby adjacent utilities, and other topographic
features such as light standards, air release valves, and manholes as identified from
field surveys and information provided by utility companies and the City's record
drawings.
h. Provide preliminary bridge plans.
2. The Engineer shall provide detailed design data, profiles, cross-sections where
appropriate, opinions of probable cost, and furnish two (2) copies of detailed preliminary
design plans for the project to the City for review.
3. A fier receipt of preliminary design review comments from the City, the Engineer shall
make all corrections noted and then commence preparation of the final design plans and
speci fication/ contract documents.
C. FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (P S & E)
I. Incorporating all City review comments from the preliminary design submittal, the
Engineer will complete the final plans, prepare contract documents/specifications, and a
final opinion of probable cost for the authorized construction units. This shall include
summaries of bid items and quantities, but the Engineer does not guarantee that Contractor
bids will not vary from such opinion. Each of these items (2 copies each) shall be
submitted to the City for final approval. .
a. Develop miscellaneous sheets such as Title Sheet, Horizontal Control Sheet, General
Notes & Quantities, and Standard Details.
b. Prepare Erosion Control Plan sheets (full size, 1:40 scale) for proposed improvements.
The successful bidder (contractor) will be required to supply and submit a formal
SWppp to the TCEQ as owner and operator of the construction project.
c. Finalize Typical Sections including General Construction Sequencing and Traffic
Control Notes.
Page 13
d. Prepare Traffic Control Plan sheets (full SIze, 1:40 scale) and construction phasing
plans for proposed improvements.
e. Prepare Drainage Area Map (full size, I: 100 scale) for proposed pavement
improvements throughout project. Drainage boundaries will be established through the
use of existing development plans, USGS maps, and other data sources. Field
surveying will not be performed to establish these boundaries. The final Drainage Area
Map will include defined sub-areas with drainage J.D. numbers, area (acres), design
frequency, time of concentration, intensity, runoff coefficients ("C"), and resulting
sub-area flow ("Q") consistent with the City of Coppell design standards.
f. Prepare Storm Sewer Plan and Profile sheets (full size, 1 :20 scale) to account for new
storm sewer throughout project limits. These sheets will include lateral profiles.
g. Prepare final Paving Plan and Profile sheets (full size, 1 :20 horizontal scale) for
project, and prepare final bridge plans.
h. Provide final design cross sections every 50 feet along the project, to be included in the
construction documents.
1. Incorporate comments from the utility companies pertaining to the location of existing
facilities and organize a utility coordination meeting among all impacted utilities at City
Hall.
J. Prepare Striping/Signage Plans (full SIze, 1:40 scale) for proposed project
improvements.
k. Provide conduit stub-outs across intersections and median openings per City Standards.
I. Finalize Special Conditions, which will include Special Technical specifications.
m. Meet with City to develop final phasing of construction and traffic control plan (to be
included in construction plans). City will notify the City of Coppell Police and Fire
Departments of all proposed construction phase traffic.
n. Complete quantity take-off and prepare final estimate of probable construction cost
based on final plans.
o. Prepare final bid documents including bid proposal forms, construction plans,
specifications, and contract documents.
2. After receipt of final plan/specifications/contract documents review comments from the
City, the Engineer shall make all corrections noted and then furnish twenty (20) copies of
contract documents and final bid plans to the City for distribution to Contractors for
Page J 4
bidding the Project. Contract documents shall contain the Notice to Bidders, Proposal,
Wage Rates, General and Special Provisions, Special Specifications, Insurance Statement,
Payment, Performance, and Maintenance Bonds, and all other required City Contract
forms.
3. The original drawings of all plans shall be plotted in ink on approved plastic film sheets, or
as otherwise approved by the City Engineer, and shall become the property of the City.
City may use such drawings in any manner it desires provided, however, that the Engineer
shall not be liable for the use of such drawings for any project other than the project
described herein.
D. CONSTRUCTION ADMINISTRATION
1. The Engineer will assist the City in the advertisement for bids--prepare Notice to Bidders
for required newspaper advertising --and place notice with Texas Contractor magazine and
Dodge Report.
2. The Engineer will attend a pre-bid meeting if deemed necessary by the City.
3. The Engineer shall assist in the tabulation and review of all bids received for the
construction of the improvements, and shall make recommendations to the City concerning
these bids. At any time during the construction of this project, the Engineer shall advise
on special review shop drawings required of the Contractor by the Construction
Contract( s). Such review shall be for general conformance with the design concept and
general compliance with the plans and specifications under the Construction Contract(s).
4. After selection of Contractor(s) and award of contract(s) by the City, the Engineer will
assist in the preparation of contract documents, including contract, performance, payment,
and maintenance bonds and all other related City forms required to initiate construction on
the project(s).
5. Engineer will arrange a pre-construction conference with City staff, Contractor(s), and all
affected utility companies.
6. Engineer will provide periodic field representation and will monitor construction progress
as often as Engineer deems necessary, including possible scheduled meetings with the
project inspector and the Contractor(s) to discuss the construction progress. A written
report can be provided to the City after each of these bi-weekly meetings if needed.
7. Engineer will consult and advise the City regarding the need for any contract change
orders and will prepare change orders as required for City approval.
8. Engineer will be available for interpretation of plans and specifications as may be required
by the Contractor(s) in the field.
Page /5
9. The Engineer \vill, with assistance from the City Inspector on the project(s), prepare and
process monthly and final pay requests from the Contractor(s) to the City.
10. Engineer will provide, in conjunction with the City, a final inspection of the project and
provide a "punch list" of deficient items to the Contractor(s).
11. Engineer will revise construction drawings as necessary to adequately reflect any revisions
in the construction from that which was represented on the plans and/or specifications.
12. Engineer will provide the City with one (1) set of mylar reproducible "Record Drawings"
within 30 days after the completion of the project including updated digital files of the new
construction for use in the City's computerized mapping system.
ADDITIOl\'AL SERVICES:
1. Provide boundary survey for purpose of preparing necessary ROW documents for six
parcels. Required steps will include: research the ownership and obtain deeds courthouse;
prepare right-of-entry letters prior to starting field work; prepare a deed sketch to be used
by field crews in performing the boundary surveys of said tracts; locate adjoining
properties as required by Texas Board of Land Surveying; establish the existing right-of-
way of Freeport Parkway; prepare right-of-way documents consisting of Exhibit A (Parcel
Description) and Exhibit B (Parcel Map) for acquisition.
2. Provide geotechnical investigation report for design of bridge at creek crossing and
roadway pavement. Subsurface conditions will be evaluated with two borings to 60 feet at
the bridge, and six borings to eight feet for the remainder of the roadway. Laboratory
investigations will be made of boring materials. Engineering report will address: soil,
rock, and groundwater conditions; bridge foundation design recommendations; abutment
and retaining wall recommendations; backfill and drainage recommendations; pavement
design; and construction considerations.
3. Prov ide landscape architecture and irrigation design for the medians in accordance with
City's desired guidelines. It is anticipated that the Consultant will provide landscape
design improvements based on established streetscape planting schemes as developed on the
West Sandy Lake road section. The consultant will coordinate his efforts with the client's
representative as necessary. Efforts will include one (I) landscape design concept in sketch
form that conveys the overall design idea that is based on established landscape
requirements set for by the City. The design concept is intended to present to the owner
for input and consensus before proceeding to design development phase. A preliminary
opinion of probahle construction cost will be developed at the schematic design phase. An
Page 16
Irrigation design schematic to be incorporated will be presented at 60 % review with final
solu tion developed for 90 % review.
4. Provide hydrology/hydraulic evaluation and analysis of one bridge location at the
Cottonwood Creek crossing. The work will consist of analyzing the existing conditions at
each site, and sizing the structures. The work will be consistent with the information
needed to file an application for a Conditional Letter of Map Revision (CLOMR) and a
Letter of map Revision (LOMR) required for this project. The limits for this project are
defined as 200 ft upstream and 400' downstream of the bridge location. The downstream
property will be evaluated as directed by the City to evaluate potential fill by the land
owner adjacent to the floodplain.
The data collected for this task includes existing information possessed by City of Coppell
in the form of studies, maps, engineering construction plans, and digital files as well as
information generated in the field specifically for this project. The data collected will
include the current-effective models from the Federal Emergency (FEMA), as well as best
available models from other sources including the Map Mod models.
The Hydrologic Analysis includes the work necessary to confirm the hydrologic models for
Cottonwood Creek upstream of, and including, the existing and proposed crossings at
Freeport Parkway. The Study discharges for existing conditions will be obtained from the
current Flood Insurance Study, and/or models provided by the City as part of the Map Mod
process. The best available models will be used for this project.
The Hydraulic Analysis task includes the work necessary to complete the hydraulic analysis
of Cottonwood Creek within the study area. The work will utilize the HEC-RAS computer
model and will consist of the confirmation of the available current model, development of
the post-project model, the delineation of the lOG-year flood plain, and a confirmation of a
"no-rise" condition in Base Flood Elevation (BFE) and Floodway.
Coordination of the models with the adjacent property owners includes the communication of
reconunendations and analysis for this project as it relates to properties currently under
development.
TNP will prepare a brief summary of the final recommendations and results of the analysis.
TNP will then begin the work necessary for the preparation and submittal of an application
to the Federal Emergency Management Agency (FEMA), for a Conditional Letter of Map
Revision (CLOMR). Final efforts will include the work necessary for the preparation and
submittal of an application to the Federal Emergency Management Agency (FEMA), for a
Letter of Map Revision (LOMR). It is understood that this work will be completed after
the construction of the project and that the construction of the project will not be
significantly different from the recommended design.
Page J 7
It will be the design intent to not impact the jurisdictional waters beyond the acceptable
thresbold in accordance with a nationwide permit of the Section 404 permitting regulations.
Therefore, it is anticipated there will be no notification of the USACE required. Project
scope will include an official determination of the jurisdictional waters and a letter report
identifying project limitations. If impacts cannot be limited to the required threshold, and
contact with the USACE and further report/permit preparation is required, then those
efforts will be additional services.
EXCLUSIONS:
The intent of this scope of services is to include only the services specifically listed herein and
none others. Services specifically excluded from this scope of services include, but are not
necessarily limited to the items listed below. However, in the event the following tasks need
to be performed, the Consultant and City may mutually agree upon a scope/fee amendment to
facilitate the tasks:
A. Providing an on-site representative.
B. Environmental impact statements, assessments, and 404 permitting beyond that
described.
C. Fees for FEMA submittals, permits or advertising.
D. Certification that work is in accordance with plans and specifications, beyond standard
preparation of record drawings described.
E. Environmental cleanup.
F. Floodplain reclamation plans.
G. Trench safety designs.
H. Quality control and testing services during construction.
I. Services in connection with condemnation hearings.
1. Preliminary engineering report.
K. Design of water and sanitary sewer lines beyond those described in scope.
L. Design of retaining walls.
M. On -site safety precautions, programs and responsibility.
N. Consulting services by others not included in proposal.
Page 18
O. Traffic engineering report or study, or design of signals.
P. Title searches, boundary surveys, or property surveys other than six identified.
Q. Street light illumination design.
COMPENSATION:
The conceptual opinion of probable construction cost for Paving/Drainage/Water/Sewer
Improvements is $3,978,900.
The maximum overall fee established herein shall not be exceeded without written authorization
from the City of Coppell, justified by increased scope of services.
The following is a summary of the estimated charges for the various elements of the proposed
servIces:
Part I: Basic Fee (lump sum)
A. Engineering Design........................................................... $ 285,000
B. Surveying for Design ............................ .............................. $34,500
Subtotal:
$ 319,500
Part II: Additional Services
A. Reimbursable Expenses (printing, as-built prep, cost-plus) ...............$ 2,000
B. Boundary survey and ROW documents (6 parcels) ...................... $ 22,000
C. Geotechnical.................................................................... $ 9,800
D. Hydrology/Hydraulic Study/FEMA documents and US ACE
Jurisdictional Waters Determination........................................ $ 40,000
Subtotal:
$ 73,800
Part III: Additional Services - Landscape Architecture
G. Landscape Architecture and Irrigation Design............................. $ 39,000
Subtotal:
$ 39,000
Maximum Fee Not to Exceed: $ 432,300.00
Page 19