HomeMy WebLinkAboutOrdinance No. 01-1302 CITY OF THE COLONY, TEXAS
ORDINANCE NO.
AN ORDINANCE OF THE CITY OF THE COLONY, TEXAS,
AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT
WITH C& P ENGINEERING~ LTD. FOR THE DESIGN OF THE FM
423/MAIN STREET WATER MAIN; ATTACHING THE APPROVED FORM
OF CONTRACT AS EXHIBIT "A"; AND PROVIDING AN EFFECTIVE
DATE
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF THE COLONY,
TEXAS:
SECTION 1. That the City Manager of the City of The Colony, Texas is hereby authorized
to execute on behalf of the City a contract with C&P Engineering, Ltd. for the design of the FM
423/Main St. water main. The approved form of contract is attached hereto as Exhibit "A", and
made a part hereof for such purposes.
SECTION 2. This Ordinance shall take effect immediately from and after its passage by the
City Council of the City of The Colony, Texas.
DULY PASSED AND APPROVED by the City Council of the City of The Colony, Texas
this 16th day of July, 2001.
APPROVED:
----'l~etta Henville-Shannon Mayor
ATTEST:
Patti A. Hicks, TRMC, City Secretary
APPROVED AS TO FORM:
don Hikel, Ci~t~-Attomey
AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is entered into the ]{~e/~ day of _~~__, 2001, by and
between the CITY OF THE COLONY, TEXAS, hereinafter referred to as CITY and C & P
Engineering, Ltd., hereinafter referred to as "UNDERSIGNED".
WHEREAS, CITY desires UNDERSIGNED to perform certain work and services set
forth in Scope of Services, marked Exhibit "A", and attached hereto and incorporated herein.
WHEREAS, the UNDERSIGNED has expressed a willingness to perform said work and
services, hereinafter referred to only as "services", specified in said Scope of Services, and
enumerated under Article II, of this Agreement.
NOW, THEREFORE, all parties agree as follows:
ARTICLE I
GENERAL
UNDERSIGNED shall furnish and pay for all labor, tools, materials, equipment, supplies,
transportation and management necessary to perform all services set forth in Article II hereof for
the CITY in accordance with the terms, conditions and provisions of the Scope of Services,
marked Exhibit "A", and attached hereto and incorporated herein for all purposes. CITY may, at
any time, stop any services by the UNDERSIGNED upon giving UNDERSIGNED written
notice. UNDERSIGNED shall be bound to CITY by the terms, conditions and responsibilities
toward the CITY for UNDERSIGNED'S services set forth in this Agreement.
QSFiles~Docs\The_Colony~Engineering_Contract.doc
1
ARTICLE II
SERVICES
A. The following services, when authorized in writing by a Notice to Proceed, shall be
performed by the UNDERSIGNED in accordance with the CITY'S requirements:
PREPARATION OF ALL PLANS, SPECIFICATIONS, AND ESTIMATES
NECESSARY FOR THE DESIGN OF A 24" WATER MAIN IN F.M. 423 FROM THE
OFFICE CREEK PUMP STATION TO NORTH COLONY BLVD. AS DESCRIBED IN THE
SCOPE OF SERVICES MARKED EXHIBIT "A".
B. UNDERSIGNED shall be responsible for the professional quality, technical
accuracy, and the coordination of all designs, drawings, specifications, plans and other services
fumished by UNDERSIGNED under this Agreement. UNDERSIGNED shall, without additional
compensation, correct or revise any errors or deficiencies in the design, drawings, specifications,
plans and other services.
C. Neither CITY'S review, approval or acceptance of, nor payment for any of the
services required under this Agreement, shall be construed to operate as a waiver if any rights
under this Agreement or if any cause of action arising out of the performance of this Agreement,
and UNDERSIGNED shall be and remain liable to CITY in accordance with applicable law for
all damages to CITY caused by UNDERSIGNED'S negligent performance of any of the services
furnished under this Agreement.
D. The rights and remedies of CITY under this Agreement are as provided by law.
QSFiles\Docs\The_Colony~Engineering_Contract.doc
2
ARTICLE III
PAYMENT
A. CITY shall pay UNDERSIGNED for all services authorized in writing and
properly performed by UNDERSIGNED on the basis herein described, subject to additions or
deletions for changes or extras agreed upon in writing.
B. Partial payment will be as stipulated in Exhibit "B" attached hereto and
incorporated herein.
C. Upon complete performance of this Agreement by UNDERSIGNED and final
approval and acceptance of UNDERSIGNED'S service by CITY, CITY will make final payment
to UNDERSIGNED of the balance due under this Agreement within thirty (30) days of the
following month after final payment for such services has been billed by UNDERSIGNED.
D. CITY may deduct from any amounts due or to become due to UNDERSIGNED
any sum or sums owing by UNDERSIGNED to CITY. In the event of any breach by
UNDERSIGNED of any provision or obligation of this Agreement, or in the event of the
assertion by other parties of any claim or lien against CITY, or the CITY'S premises, arising out
of UNDERSIGNED'S performance of this Agreement, CITY shall have the right to retain out of
any payments due or to become due to UNDERSIGNED an amount sufficient to completely
protect the CITY from any and all loss, damage or expense therefrom, until the breach, claim or
lien has been satisfactorily remedied or adjusted by the UNDERSIGNED.
Q:LFiles~Docs\The_Colony~ngineering_Contract.doc
3
ARTICLE IV
TIME FOR PERFORMANCE
A. UNDERSIGNED shall perform all services as provided for under this Agreement
in a proper, efficient and professional manner in accordance with the CITY'S requirements.
Both parties have agreed to the provisions of this Agreement in anticipation of the orderly and
continuous progress of the project through completion of the scope of services specified in
Exhibit "A", attached hereto.
B. In the event UNDERSIGNED'S performance of this Agreement is delayed or
interfered with by acts of the CITY or others, UNDERSIGNED may request an extension of time
for the performance of same as hereinafter provided, but shall not be entitled to any increase in
fee or price, or to damages or additional compensation as a consequence of such delays unless
such delays exceed 90 days.
C. No allowance of any extension of time, for any cause whatever, shall be claimed or
made to the UNDERSIGNED, unless UNDERSIGNED shall have made written request upon
CITY for such extension within forty-eight (48) hours after the cause for such extension
occurred, and unless CITY and UNDERSIGNED have agreed in writing upon the allowance of
additional time to be made.
Q 5Files~Docs\The_Colony~Engineering_Contract.doc 4
ARTICLE V
DOCUMENTS
A. All instruments of service (including plans, specifications, drawings, reports,
designs, computations, computer programs, estimates, surveys, other data or work items, etc.)
prepared under this Agreement shall be submitted for approval of the CITY. All instruments of
service shall be professionally sealed as may be required by law or by CITY.
B. Such documents of service, together with necessary supporting documents, shall
be delivered to CITY, and CITY shall have unlimited rights, for the benefit of CITY, in all
instruments of service, including the right to use same on any other work of CITY without
additional cost to CITY. If, in the event CITY uses such instruments of service on any work of
CITY other than that specified in the Scope of Services, attached as Exhibit "A", provided
UNDERSIGNED completes this Agreement, under those circumstances CITY hereby agrees to
protect, defend, indemnify and hold harmless the UNDERSIGNED, their officers, agents,
servants and employees, from and against suits, actions, claims, losses, liability or damage of
any character, and from and against costs and expenses, including, in part, attorney fees
incidental to the defense of such suits, actions, claims, losses, damages or liability on account of
injury, disease, sickness, including death, to any person or damage to property including, in part,
the loss of use resulting therefrom, arising from any inaccuracy, such use of such instruments of
service with respect to such other work except where UNDERSIGNED participates in such
other work.
C. UNDERSIGNED agrees to and does hereby grant to CITY a royalty-free license to all
such instruments of service which UNDERSIGNED may cover by copyright and to all designs as
to which UNDERSIGNED may assert any rights or establish any claim under the design patent
Q:~Files~Docs\The_Colony~Engineering_Contract.doc 5
or copyright laws. UNDERSIGNED, after completion of the project, agrees to furnish the
originals of all such instruments of service to the CITY.
D. All word documents supplied to CITY as provided herein shall be in Word 97 or
compatible with Word 97. All plan documents shall be in AutoCAD 14 or higher version.
ARTICLE VI
TERMINATION
A. CITY or the UNDERSIGNED may suspend or terminate this Agreement for cause
or without cause at any time by giving written notice to the UNDERSIGNED. In the event
suspension or termination is without cause, payment to the UNDERSIGNED, in accordance with
the terms of this Agreement, will be made on the basis of services reasonably determined by
CITY to be satisfactorily performed to date of suspension or termination. Such payment will be
due upon delivery of all instruments of service to CITY.
B. Should the CITY require a modification of its contract with UNDERSIGNED,
and in the event CITY and UNDERSIGNED fail to agree upon a modification to this Agreement,
CITY or the UNDERSIGNED shall have the option of terminating this Agreement. Payment to
UNDERSIGNED shall be made by the CITY in accordance with the terms of this Agreement, for
the services mutually agreed upon by the CITY and the UNDERSIGNED to be properly
performed by the UNDERSIGNED prior to such termination date.
Q:LFiles\DocsWhe_Colony~Engineering_Contract.doc 6
ARTICLE VII
INSURANCE
A. UNDERSIGNED shall provide and maintain Workers Compensation with
statutory limits.
B. UNDERSIGNED shall provide and maintain in full force and effect during the
time of this Agreement, auto insurance (including, but not limited to, insurance covering the
operation of owned and non-owned automobiles, trucks and other vehicles) protecting
UNDERSIGNED and CITY as an additional Insured with limits not less than 250/500/100,000.
C. UNDERSIGNED shall provide general Liability Insurance. Such insurance
covering personal and bodily injuries or death shall be in the sum of not less than Two Hundred
Fifty Thousand Dollars ($250,000.00) per occurrence and Five Hundred Thousand Dollars
($500,000.00) aggregate. Insurance covering damages to property shall be in the sum of not less
than One Hundred Thousand Dollars ($100,000.00). The general Liability Insurance must name
the CITY as an additional Insured.
D. UNDERSIGNED shall also provide and maintain Professional Liability Errors
and Omissions Insurance coverage to protect UNDERSIGNED and CITY from liability arising
out of the performance of professional services, if any, under this Agreement. Such coverage
shall be in the sum of not less than Three Hundred Thousand Dollars ($300,000.00) per
occurrence and Five Hundred Thousand Dollars ($500,000.00) aggregate. Such insurance shall
be kept in effect for four years after the completion of the contract. If UNDERSIGNED fails to
maintain the insurance covered during that time, CITY may pay the premiums to keep the
insurance in effect and recover the cost from the UNDERSIGNED.
Q:\Files~Docs\The_Colony~Engineering_Contract.doc
7
E. A signed Certificate of Insurance, satisfactory to CITY, showing compliance with
the requirements of this Article shall be furnished to CITY before any services are performed.
Such Certificate shall provide 30 days written notice to CITY prior to the cancellation or
modification of any insurance referred to therein and continue to issue such certificate for four
years after completion of the contract.
ARTICLE VIII
INDEMNIFICATION FOR INJURY AND PERFORMANCE
UNDERSIGNED further specifically obligates itself to CITY in the following respects,
to-wit:
The UNDERSIGNED hereby agrees to protect, indemnify and hold harmless the CITY,
their officers, agents, servants and employees (hereinafter individually and collectively referred
to as "Indemnitees"), from and against suits, actions, claims, losses, liability or damage of any
character, and from and against costs and expenses, including, in part, attorney fees incidental to
the defense of such suits, actions, claims, losses, damages or liability on account of injury,
disease, sickness, including death, to any person or damage to property including, in part, the loss
of use resulting therefrom, arising from any negligent act, error, or omission of the
UNDERSIGNED, its officers, employees, servants, agents or subcontractors, or anyone else
under the UNDERSIGNED'S, direction and control, and arising out of, resulting from, or caused
by the performance or failure of performance of any work or services called for by this
Agreement, or from conditions created by the performance or non-performance of said work or
services. In the event one or more of the Indemnitees is determined by a court of law to be
QSFiles\Docs\The_Colony\Engineering_Contract.doc 8
jointly or derivatively negligent or liable for such damage or injury, the UNDERSIGNED shall
be obligated to indemnify Indemnitee(s) as provided herein on a proportionate basis in
accordance with the final judgment, after all appeals are exhausted, determining such joint or
derivative negligence or liability.
The UNDERSIGNED is not responsible for the actions of the CITY'S contractor to
perform the construction of the improvements covered under this Agreement.
Acceptance and approval of the final plans by the CITY shall not constitute nor be
deemed a release of this responsibility and liability of UNDERSIGNED, its employees,
associates, agents and consultants for the accuracy or competency of their designs, working
drawings and specifications, or other documents and work; nor shall such approval be deemed to
be an assumption of such responsibility by the CITY for any defect in the designs, working
drawings and specifications, or other documents prepared by UNDERSIGNED, its employees,
contractor, agents and consultants.
ARTICLE IX
INDEMNIFICATION FOR UNEMPLOYMENT COMPENSATION
UNDERSIGNED agrees that it is an independent contractor and not an agent of the
CITY, and that UNDERSIGNED is subject, as an employer, to all applicable Unemployment
Compensation Statutes, so as to relieve CITY of any responsibility or liability from treating
UNDERSIGNED'S employees as employees of CITY for the purpose of keeping records,
making reports or payments of Unemployment Compensation taxes or contributions.
UNDERSIGNED further agrees to indemnify and hold CITY harmless and reimburse it for any
Q:~Files~Docs\The_Colony~Engineering_Contract.doc
9
expenses or liability incurred under said Statutes in connection with employees of
UNDERSIGNED.
ARTICLE X
INDEMNIFICATION FOR PERFORMANCE
UNDERSIGNED shall defend and indemnify Indemnitees against and hold CITY and the
premises harmless from any and all claims, suits or liens based upon or alleged to be based upon
the non-payment of labor, tools, materials, equipment, supplies, transportation and management
costs incurred by UNDERSIGNED in performing this Agreement.
ARTICLE XI
ASSIGNMENT
UNDERSIGNED shall not assign or sublet this Agreement or any part thereof, without
the written consent of CITY. Sale of more than 50% ownership of UNDERSIGNED shall be
construed as an assignment.
Q:~Files~)ocs\The_Colony~Engineering_Contract.doc
10
ARTICLE XII
APPLICABLE LAWS
UNDERSIGNED shall comply with all Federal, State, County and Municipal laws,
ordinances, regulations, safety orders, resolutions and building codes, including the Americans
With Disabilities Act, relating or applicable to services to be performed under this Agreement.
This Agreement is performable in the State of Texas and shall be governed by the laws of
the State of Texas. Venue on any suit hereunder shall be in Denton County, Texas.
ARTICLE XIII
DEFAULT OF UNDERSIGNED
In the event UNDERSIGNED fails to comply or becomes disabled and unable to comply
with the provisions of this Agreement as to the quality or character of the service or time of
performance, and the failure is not corrected within ten (10) days after written notice by CITY to
UNDERSIGNED, CITY may, at its sole discretion without prejudice to any other right or
remedy:
A. Terminate this Agreement and be relieved of the payment of any further
consideration to UNDERSIGNED except for all work determined by CITY to be satisfactorily
completed prior to termination. Payment for work satisfactorily completed shall be for actual
costs, including reasonable salaries and travel expenses of UNDERSIGNED to and from
meetings called by CITY at which UNDERSIGNED is required to attend, but shall not include
any loss of profit of UNDERSIGNED. In the event of such termination, CITY may proceed to
Q:hCiles~Docs\The_Colony~Engineering_Contract. doc
11
complete the services in any manner deemed proper by CITY, either by the use of its own forces
or by resubmitting to others. In either event, the UNDERSIGNED shall be liable for all costs in
excess of the total contract price under this Agreement incurred to complete the services herein
provided for and the costs so incurred may be deducted and paid by the owner out of such monies
as may be due or that may thereafter become due to UNDERSIGNED under and by virtue of this
Agreement.
B. CITY may, without terminating this Agreement or taking over the services, furnish
the necessary materials, equipment, supplies and/or help necessary to remedy the
situation, at the expense of the UNDERSIGNED.
ARTICLE XIV
ADJUSTMENTS IN SERVICES
No claims for extra services, additional services or changes in the services will be made
by UNDERSIGNED without a written agreement with CITY prior to the performance of such
services.
ARTICLE XV
EXECUTION BECOMES EFFECTIVE
This Agreement will be effective upon execution of the contract by and between
UNDERSIGNED and CITY.
Q:~Files~Docs\The_ColonyX, Engineering_Contract.doc
12
ARTICLE XVI
AGREEMENT AMENDMENTS
This Agreement contains the entire understanding of the parties with respect to the
subject matter hereof and there are no oral understandings, statements or stipulations bearing
upon the meaning or effect of this Agreement which have not been incorporated herein. This
Agreement may only be modified, amended, supplemented or waived by a written instrument
executed by the parties except as may be otherwise provided therein.
ARTICLE XVII
GENDER AND NUMBER
The use of any gender in this Agreement shall be applicable to all genders, and the use of
singular number shall include the plural and conversely.
ARTICLE XVIII
NOTICES AND AUTHORITY
A. The UNDERSIGNED agrees to send all notices required under this Agreement to
the City Manager of the City of The Colony, or his designee, at {t, 900 JT}.a[~ , The Colony,
Texas r/~'O~'t~ . The UNDERSIGNED understands that only the City Manager or his
designee has the authority to represent the CITY or bind the CITY under this Agreement.
Q 5Files~3ocs\The_ColonykEngineering_Contract.doc
13
B. The CITY agrees to send all notices required under this Agreement to the
UNDERSIGNED at:
Mr. Michael Cummings, P.E.
C&P Engineering, Ltd.
3501 FM 2181, Suite 230
Corinth, TX 76210
ARTICLE IX
CLOSURE
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this the
/0T-'~ dayof '~'-~ ,20~/
CITY: UNDERSIGNED:
City of The Colony, Texas (.. ~t P En~me. rr,r~l
~.~Z ~. M l~ City Manager
6800 Main Street Title: 0.~
The Colony, Texas 75056
Address: .%St) I
Approved as to Fo~: Approved as to Content:
~ A~omey '
Depa~ment Director
Q:~iles~s~The_Colony~ngineering_Contract.doc 14
EXHIBIT A to Agreement Between
the City of The Colony, Texas
(CITY) and C & P Engineering, Ltd.
(UNDERSIGNED) for Professional
Services, dated ~, 2001.
SCOPE OF SERVICES
1. This is an exhibit attached to, made a part of and incorporated by reference into the
Agreement made on ,~D"t~/[ ~ ;lt~,l between CITY and
UNDERSIGNED
providing
for
professional engineering services.
2. UNDERSIGNED shall prepare engineering plans, details, specifications, permit applications
and cost projections for the following:
PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES FOR THE
DESIGN OF A 24" WATER MAIN IN F.M. 423 FROM THE OFFICE CREEK PUMP
STATION TO NORTH COLONY BLVD.
3. DESIGN PHASE
A. The project will be designed by UNDERSIGNED in accordance with the intent of the
CITY. Two preliminary submittals and a final submittal, on 24" x 36" sheets, shall be
made. The first submittal, a preliminary submittal, would represent a 60% review set, and
the second submittal, a prefinal submittal, would represent a 90% review set. The plans,
as a minimum, shall contain the following:
1. Cover Sheet with Location Map.
2. General Notes and Quantity Summary Sheet.
3. Waterline Plan and Profile Sheets.
4. Traffic Control Plan.
5. Typical Details as required.
Q:Wiles~Docs\The_Colony~Exhibit A The Colony.doc
B. Preliminary Submittal. Submit two sets of 60% review documents to CITY for review
and comment and one set for each franchised utility company for their comments. (City
will distribute). Prepare and submit Opinion of Probable Construction Cost.
C. Pre-Final Submittal. Incorporate all reasonable comments from above review and submit
two sets of 90% review documents to CITY for review and comment and one set of 90%
review documents for each franchised utility company for review and comment. (City
will distribute). Update Opinion of Probable Construction Cost and submit to City.
D. Final Submittal. Incorporate all reasonable comments from above reviews and furnish
the CITY one (1) set of reproducible engineering plans, contract documents,
specifications, and final Opinion of Probable Construction Cost.
E. All engineering computations required for facilities included in the project work shall be
signed and dated by the person performing the computations and shall also be signed and
dated by the person performing checking. Computations shall be organized, bound and
submitted with the final plans.
4. CONSTRUCTION PHASE
A. Assist the OWNER in advertisement for bids.
B. Answer all contractor's questions, assist in pre-bid meeting and preparation addenda if
needed.
C. Assist in pre-construction meeting with contractor and CITY'S staff.
D. Make periodic visits to the site when requested.
E. Conduct in company with CITY'S representatives, a final inspection of the project for
conformance with the design concepts and compliance with the Contract Documents.
F. Revise construction documents with the assistance of the CITY'S inspector, for
preparation of"As-Built" drawings, and furnish a set of mylar/prints to the CITY.
Q:~Files~Docs\The_Colony~Exh ibit_A_The Colony.doc
5. SPECIAL SERVICES
A. Design Surveying - Prepare field survey for design including street layout, approximate
property comers, existing trees, elevations of existing visible utilities and other pertinent
information required for design as required.
B. UNDERSIGNED proposed to provide one set of mylars of the original construction
plans/specifications to the CITY.
C. Set construction controls consisting of four horizontal control points and two vertical
control points.
6. CITY'S RESPONSIBILITY. The CITY will provide information regarding objectives and
requirements for the Project. CITY to furnish copies of existing plans, plats and property
ownership information in concerned areas
The CITY will designate a single representative to act in its behalf, with respect to the Project
who shall examine documents submitted by the UNDERSIGNED and, to the extent allowed
by law, shall render decisions pertaining thereto promptly to avoid unreasonable delay in the
progress of the UNDERSIGNED'S services.
7. TIME FOR COMPLETION. UNDERSIGNED agrees to complete and submit all work
required by CITY as outlined in Exhibit "A" within 180 consecutive calendar days, exclusive
of any review time by CITY, from the date of written Notice to Proceed from CITY to
UNDERSIGNED.
8. REVISIONS TO FINAL PLANS. After acceptance of the final plans and special
provisions by CITY, UNDERSIGNED agrees, prior to and during the construction of this
Project, to perform such design services as may be required by CITY to correct errors or
omissions on the original plans prepared by UNDERSIGNED and to change the original
design as required by such error or omissions.
Q:~iles\Docs\The_Colony\Exhibit A The Colony.doc
9. UNDERSIGNED agrees that CITY may review any and all work performed by
UNDERSIGNED on this project.
10. Upon completion of the Design Phase, UNDERSIGNED agrees to perform any re-design
required as a result of the location any underground utility that has been exposed in the field
by Franchised Utilities and located by field survey, overhead utility or structure, or failure to
adequately provide drainage or access for the adjacent property along this project from
information that has been supplied to the UNDERSIGNED by the CITY or the utility
companies at no additional compensation. UNDERSIGNED is not responsible for the
determination of underground utility location. Re-design occasioned for the convenience of
the City of The Colony shall be in writing, and shall be at additional compensation for
UNDERSIGNED. Any additional compensation shall be as negotiated between
UNDERSIGNED and CITY and agreed upon in a separate or supplemented contract after
authorization by the City Council of the City of The Colony.
END OF EXHIBIT A
Q 5FilesXDocs\The_Colony~Exhibit_A_The Colony.doc
EXHIBIT B to Agreement Between
the City of The Colony, Texas
(CITY) and C & P Engineering, Ltd.
(UNDERSIGNED) for Professional
Services, dated ~_1~/~_, 2001.
COMPENSATION
1. This is an exhibit attached to, made a part of and incorporated by reference into the
Agreement made on ~'~ [ {,t,' ,2001 between CITY and UNDERSIGNED
I
providing for professional engineering services.
2. UNDERSIGNED will accomplish the work outlined in the tasks presented in Exhibit "A"
of this Agreement. Payment for engineering services described in Exhibit "A" shall be in
an amount not to exceed one hundred eighty two thousand six hundred seventy two
dollars and nine cents ($182,672.09). The maximum overall fee established herein shall
not be exceeded without written authorization from the CITY, based on increased scope
of services. The work shall be invoiced as follows:
Preliminary Phase $2,805.00
Design Survey $21,990.00
Engineering $117,977.09
Traffic Control Plan $3000.00
Bids & Specifications $5,280.00
Easements Documents (Max. 20) $19,215.00
Construction Controls $2,130.00
As-Builts $3,700.00
Printing, Plotting, Deliverables $6,575.00
TOTAL $182,672.09
3. The UNDERSIGNED'S Fee shall provide compensation for all printing .of review
documents for the CITY, computations and all other work required for the preparation of
documents of this Project.
Q:LFilesXDocs\The_Colony~Exhibit B The Colony.doc
4. UNDERSIGNED will invoice the CITY for the value of partially completed services,
according to the services accomplished each month on a percent complete basis of the
overall project. Payments on account for basic services shall be made monthly within
thirty (30) days of invoice. All invoices will be accompanied by a status report on all
completed work.
5. All other services will be considered as supplementary services, performed at the request
of the CITY and billed as defined below.
6. The undertaking of UNDERSIGNED to perform professional services under this
Agreement extends only to those services specifically described herein. If, upon the
request of the CITY, UNDERSIGNED agrees to perform additional services
("Supplementary Services") hereunder, the CITY shall pay UNDERSIGNED for the
performance of such Supplementary Services an amount (in addition to all other amounts
payable under this Agreement) equivalent to (i) the hours expended by personnel for
additional services multiplied by the then current hourly rates, plus (ii) the reimbursable
expenses ("Reimbursable Expenses") so incurred by UNDERSIGNED in providing such
services, multiplied by a factor of 1.10. UNDERSIGNED agrees to submit a written
opinion of probable costs for additional services. The CITY is only liable to pay for said
services after agreeing in writing to pay the cost submitted in the opinion.
END OF EXHIBIT B
Q:~Files~ocs\The_Colony~Exhibit B The Colony.doc
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
ENGINEERING / SURVEYING PROPOSAL
CLIENT CITY OF THE COLONY PAGE 1
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#00091 BY MJC
A PRELIMINARY $ 2,805.00
B DESIGN SURVEY $ 21,990.00
C ENGINEERING $ 117,977.09
D TRAFFIC CONTROL PLAN $ 3,000.00
E BIDS & SPECIFICATIONS $ 5,280.00
F EASEMENT DOCUMENTS $ 19,215.00
G CONSTRUCTION CONTROLS $ 2,130.00
H AS-BUILTS $ 3,700.00
Subtotal $ 176,097.09
PRINTS, PLOTS, DELIVERIES $ 6,575.00
TOTAL $ 182,672.09
COMMENTS & ASSUMPTIONS:
1 PRINTS, PLOTS, DELIVERIES AND REPRODUCTIONS ARE ADDITIONAL.
COST GIVEN IS ESTIMATED.
2 CONSTRUCTION MANAGEMENT IS ADDITIONAL
3 REVISIONS ARE ADDITIONAL
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
ENGINEERING / SURVEYING PROPOSAL
CLIENT CITY OF THE COLONY PAGE 2
PROJECT 24" WATER LINE~FM 423
#00091 DATE 7/11/01
BY MJC
A PRELIMINARY
$ 2,805.00
M. CUMMINGS, P.E. 10 HR $ 85.00 $ 850.00
R.P.L.S.. 5 HR $ 75.00 $ 375.00
E.I.T. 26 HR $ 60.00 $ 1,560.00
CIVIL TECH, I 0 HR $ 65.00 $
CIVIL TECH, II 0 HR $ 55.00 $
COMPUTER DRAFTSMAN 0 HR $ 50.00 $
SECRETARY 0.5 HR $ 40.00 $ 20.00
SURVEY CREW 0 HR $ 95.00 $ .
B DESIGN SURVEY $ 21,990.00
M. CUMMINGS, P.E. 4 HR $ 85.00 $ 340.00
R.P.L.S. 40 HR $ 75.00 $ 3,000.00
CIVIL TECH, I 96 HR $ 65.00 $ 6,240.00
CIVIL TECH, II 8 HR $ 55.00 $ 440.00
COMPUTER DRAFTSMAN 0 HR $ 50.00 $
SECRETARY 0 HR $ 40.00 $
SURVEY CREW 126 HR $ 95.00 $ 11,970.00
C ENGINEERING PLANS $ 117,746.09
ESTIMATED CONSTRUCTION COST @ 7% $ 117,746.09
$ 1,682,087.00
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
ENGINEERING / SURVEYING PROPOSAL
CLIENT CITY OF THE COLONY PAGE 3
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#O0091 BY MJC
D BIDS & SPECIFICATIONS $ 5,280.00
M. CUMMINGS, P.E. 20 HR $ 85.00 $ 1,700.00
G. PEWITT, R.P.L.S.. 0 HR $ 75.00 $ _
E.I.T. 30 HR $ 60.00 $ 1,800.00
CIVIL TECH, I 12 HR $ 65.00 $ 780.00
CIVIL TECH, II 0 HR $ 55.00 $
COMPUTER DRAFTSMAN 0 HR $ 50.00 $
SECRETARY 2.5 HR $ 40.00 $ 1,000.00
SURVEY CREW 0 HR $ 95.00 $
E .EASEMENTS(MAXIMUM 20 EASEMENTS) $ 19,215.00
M. CUMMINGS, P.E. 10 HR $ 85.00 $ 850.00
R.P.L.S. 135 HR $ 75.00 $ 10,125.00
CIVIL TECH, I 120 HR $ 65.00 $ 7,800.00
CIVIL TECH, II 8 HR $ 55.00 $ 440.00
COMPUTER DRAFTSMAN 0 HR $ 50.00 $
SECRETARY 0 HR $ 40.00 $ _
SURVEY CREW 0 HR $ 95.00 $ _
F CONSTRUCTION CONTROLS $ 2,130.00
M. CUMMINGS, P.E. 2 HR $ 85.00 $ 170.00
R.P.L.S. 4 HR $ 75.00 $ 300.00
CIVIL TECH, I 8 HR $ 65.00 $ 52.0.00
CIVIL TECH, II 0 HR $ 55.00 $
COMPUTER DRAFTSMAN 0 HR $ 50.00 $
SECRETARY 0 HR $ 40.00 $ _
SURVEY CREW 12 HR $ 95.00 $ 1,140.00
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
ENGINEERING ! SURVEYING PROPOSAL
CLIENT CITY OF THE COLONY PAGE 4
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#00091 BY MJC
G AS-BUILTS $ 3,700.00
M. CUMMINGS, P.E. 8 HR $ 85.00 $ 680.00
G. PEWIT]-, R.P.L.S. 4 HR $ 75.00 $ 300.00
CIVIL TECH, I 16 HR $ 65.00 $ 1,040.00
CIVIL TECH, II 16 HR $ 55.00 $ 880.00
COMPUTER DRAFTSMAN 16 HR $ 50.00 $ 800.00
SECRETARY 0 HR $ 40.00 $ .
SURVEY CREW 0 HR $ 95.00 $ -
PRINTS, PLOTS, DELIVERIES SETS PRICE TOTAL
~PLAN DEVELOPMENT 1 LS $ 1,500.00
REVIEW PLANS 14 $ 50.00 $ 700.00
REVIEW SPECS 6 $ 25.00 $ 150.00
UTILITY COORDINATION SETS 12 $ 50.00 $ 600.00
BID PLAN DOCUMENTS 30 $ 50.00 $ 1,500.00
BID PLAN SPEC. 30 $ 25.00 $ 750.00
PRE-CONSTRUCTION SETS 15 $ 50.00 $ 750.00
AS'BUILTS $
PRINTS 3 $ 50.00 $ 150.00
... MYLARS 1 $150.00 $ 150.00
DELIVERIES 1 LS $ 300.00
DISK 1 LS $ 25.00
$ 6,575.00
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
PRELIMINARY CONSTRUCTION ESTIMATE
CLIENT CITY OF THE COLONY PAGE 1
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#00091 BY MJC
1. PREP. SITE & MOVE IN $ 29,500.00
1 Traffic Control Devices 1 LS $ 5,000.00 $ 5,000.00
2 Move In 1 LS $ 5,000.00 $ 5,000.00
3 Construction Staking 1 LS $ 15,000.00 $ 15,000.00
4 Staging Area 3 EA $ 1,500.00 $ 4,500.00
2. WATER LINE $ 1,317,800.00
I 24" Water(Approx. 8' Deep) 8750 LF $ 90.00 $ 787,500.00
2 8" Water 200 LF $ 30.00 $ 6,000.00
3 6" Water 200 LF $ 30.00 $ 6,000.00
4 24" Butterfly Valve 8 EA $ 12,000.00 $ 96,000.00
5 8" Valve 5 EA $ 600.00 $ 3,000.00
6 6" valve 15 EA $ 500.00 $ 7,500.00
7 Fittings/Thrust Restraint 15 TNS $ 3,200.00 $ 48,000.00
8 Compaction Testing 1 LS $ 8,000.00 $ 8,000.00
9 Bore 24" With Encasement 525 LF $ 500.00 $ 262,500.00
10 Fire hydrants 10 EA $ 1,500.00 $ 15,000.00
11 Misc. ConnectionsConnections 10 EA $ 1,200.00 $ 12,000.00
12 Trench Safety Plan/Implementation 9150 LF $ .. 2.00 $ 18,300.00
13 Testing of water Line 1 LS $ 12,000.00 $ 12,000.00
14 Erosion Control 1 LS $ 20,000.00 $ 20,000.00
15 24" Connections 2 EA $ 5,500.00 $ 11,000.00
16 2" Air Release Valve 2 EA $ 2,500.00 $ 5,000.00
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
PRELIMINARY CONSTRUCTION ESTIMATE
CLIENT CITY OF THE COLONY PAGE 2
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#00091 BY MJC
6. PAVING $ 181,870.00
1 Remove/Dispose St. Paving (1000'(~10') 1200 SY $ 6.00 $ 7,200.00
2 7" Street Paving (10' Width) 1200 SY $ 40.00 $ 48,000.00
3 Sawcut (*4) 3000 LF $ 4.00 $ 12,000.00
4 Sidewalk (400') 1600 SF $ 3.00 $ 4,800.00
5 Seed Disturbed Areas 35600 SY $ 0.20 $ 7,120.00
6 Remove/Replace Street Signs 10 EA $ 75.00 $ 750.00
7 Misc. Landscaping 1 LS $ 10,000.00 $ 10,000.00
8 Remove/Replace Fence 1000 LF $ 92.00 $ 92,000.00
C & P ENGINEERING, LTD.
3501 FM 2181, SUITE 230
CORINTH, TEXAS 76210
940.270.0602 * FAX 940.270.8201
PRELIMINARY CONSTRUCTION ESTIMATE
CLIENT CITY OF THE COLONY PAGE 3
PROJECT 24" WATER LINE~FM 423 DATE 7/11/01
#00091 BY MJC
1 PREP SITE & MOVE IN $ 29,500.00
2 WATER LINE $ 1,317,800.00
3 PAVING $ 181,870.00
4 CONTINGENCY (10%) $ 152,917.00
$ 1,682,087.00
5 EASEMENT SF $ 2.00 75000 $ 150,000.00
(3750' x 20') $ 1,832,087.00