Loading...
HomeMy WebLinkAboutResolution No. 05-94 RESOLUTION NO. 05- 9J1 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF THE ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND HALFF ASSOCIATES FOR PREPARATION OF CONSTRUCTION PLANS AND SPECIFICATIONS FOR UTILITY RELOCATIONS AND IMPROVEMENTS FOR THE WIDENING OF F.M. 423, WHICH IS ATTACHED HERETO AND INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City and Consultant have entered into an agreement such that the Consultant is to provide the following services: PREPARATION OF CONSTRUCTION PLANS AND SPECIFICATIONS FOR UTILITY RELOCATIONS AND IMPROVEMENTS FOR THE WIDENING OF F.M. 423; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with HALFF ASSOCIATES, which is attached hereto and incorporated herein by reference as Exhibit "A," under the terms and conditions provided therein. WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to exceed $750,000.00 for such work. THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THAT: Section 1. The Engineering Services Contract, which is attached and incorporated hereto as Exhibit "A", having been reviewed by the City Council ofthe City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved in the amount of $691,900.00 as the base amount, plus a $58,100.00 contingency amount for a total not to exceed $750,000.00, and the City Manager is hereby authorized to execute the Agreement on behalf ofthe City of The Colony, Texas. Section 2. That this Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED, APPROVED and EFFECTIVE this 17th day of 63918 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is entered into the /7 day of (j t.T ,2005, by and between the CITY OF THE COLONY, TEXAS, hereinafter referred to as CITY and HALFF ASSOCIATES, INC., 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. 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: Professional Engineering Services to prepare Construction Plans, Specifications and Estimates for FM 423 Utility Relocations. B. UNDERSIGNED shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, plans, and other services furnished by UNDERSIGNED under this Agreement. UNDERSIGNED shall, without additional compensation, cotrect or revise any erro~s or deficiencies in the design, drawings, specification , plans and other services. Page 1 C. Neither CITY'S review, approval or acceptance of, nor payment for any of the services required under this Agreement, shall be constru$d to operate as a waiver of any rights under this Agreement, and UNDERSIIGNED shall be an remain liable to the CITY in accordance with applicable law for all damages to the CITY caused by the UNDERSIGNED'S negligent performance of any of the services furnished under this Agreement. D. The rights and remedies of the CITY under this Agreement are as provided by law. ARTICLE III PAYMENT A. CITY shall pay UNDERSIGNED for all services authorized in writing and properly performed by the UNDERSIGNED in the basis herein described, subject to additions or deletions for changes or extras agreed upon writing. B. The total amount paid to UNDERSIGNED shall not exceed a maximum fee of $691,900 as outlined in Exhibit "B". Partial payment will be made on a monthly basis for completed portions of the work as approved by the CITY and as stipulated in Exhibit "B" attached hereto and incorporated herein. C. Upon complete performance of this Agreement by the UNDERSIGNED and final approval and acceptance of UNDERSIGNED'S service by the 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 the UNDERSIGNED. D. CITY may deduct from any amounts due or to become due to the UNDERSIGNED any sum or sums owing by the UNDERSIGNED to the CITY. In the event of any breach by the 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 the CITY, or the CITY'S premises, arising out of the UNDERSIGNED'S performance of this Agreement, the CITY shall have the right to retain out of any payments due or to become due to the 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. ARTICLE IV TIME FOR PERFORMANCE A. UNDERSIGNED shall perform all services as provide for under this Agreement in a proper, efficient and professional, manner i 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 Page 2 r 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, the UNDERSIGNED may request an extension of time for the performance of salme 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 ninety (90) days. C. No allowance of any extension of time, for any cause Whatever, shall be claimed or make to the UNDERSIGNED, unless the UN[)ERSIGNED shall have made written request upon the CITY for such extensidn within forty-eight (48) hours after the cause for such extension occurred, and unless the city and the UNDERSIGNED have agreed in writing upon the allowance of additional time to be made. ARTICLE V DOCUMENTS A. All instruments or service (including plans, specifications, drawings, reports, designs, computations, computer programs, estimated, 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 the CITY. B. Such documents of service, together with necessary supporting documents, shall be delivered to the CITY, and the CITY shall have unlimited rights, for the benefit of the CITY, in all instruments of service, including the right to use same on any other work of the CITY without additional cost to the CITY. If, in the event the CITY uses such instruments of service on any work of the CITY other than that specified in the Scope of Services, attached as Exhibit "A", provided the UNDERSIGNED completes this Agreement, under those circumstances the CITY hereby agrees to protect, defend, indemnify and hold harmless the UNDERSIGNED, their officers, agents, servants and employees, form 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 1xcept where the UNDERSIGNED participates in such other work. I C. The UNDERSIGNED agrees to and does hereby grant to t~e CITY a royalty- free license to all such instruments of service, which the I UNDERSIGNED I Page 3 may cover by copyright, and to all designs as to which thle UNDERSIGNED may assert any rights or establish any claim under th~ design patent or copyright laws. The UNDERSIGNED, after completion of the project, agrees to furnish the originals of all such instruments or service to the CITY. D. All word documents supplied to the CITY as provided herein shall be in Microsoft Word 98 or higher edition, or in a format compatible with the aforementioned program. All plan documents shall be exported to an AutoCAD 14 or higher version format. ARTICLE VI TERMINA liON A. The 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 the CITY to be satisfactory performed to date of suspension or termination. Such payment will be due upon delivery of all instruments of service to the CITY. B. Should the CITY require a modification of its contract with the UNDERSIGNED, and in the event the CITY and UNDERSIGNED fail to agree upon a modification to this Agreement, the CITY and the UNDERSIGNED shall have the option of termination this Agreement. Payment to the 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. C. Upon termination of this agreement for any reason, the UNDERSIGNED shall immediately deliver to CITY all plans, drawings, specifications, designs and other information prepared by or acquired by the UNDERSIGNED relative to the FM 423 Utility Relocations project. ARTICLE VII INSURANCE A. UNDERSIGNED shall provide and maintain workers' Compensation with statutory limits. I B. UNDERSIGNED shall provide and maintain in full force an~ effect during the time of this Agreement, auto insurance (including, but not Ii ited to, insurance covering the operations of owned and non-owned autom biles, trucks and Page 4 other vehicles) protecting the UNDERSIGNED and the 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 ($250,000) Dollars per occurrence and Five Hundred Thousand ($500,000) Dollars aggregate. Insurance covering damages to property shall be in the sum of not less than One Hundred Thousand ($100,000) Dollars. The General Liability Ins~rance must name the CITY as an additional Insured. : ! I D. UNDERSIGNED shall provide and maintain Professional lLiability Errors and Omissions insurance coverage to protect the UNDERSIGrtJED and the 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 ($300,000) Dollars per occurrence and Five Hundred Thousand ($500,000) Dollars aggregate. Such insurance shall be kept in effect for four (4) years after the completion of the contract. If the UNDERSIGNED fails to maintain the insurance covered during that time, the CITY may pay the premiums to keep the insurance in effect and recover the cost from the UNDERSIGNED. E. A signed Certificate of Insurance, satisfactory to the CITY, showing compliance with the requirements of this Article shall be furnished to the CITY before any services are performed. Such Certificate shall provide thirty (30) days written notice to the CITY prior to the cancellation or modifications of any insurance referred to therein and continue to issue such certificate for four (4) years after completion of the contract. ARTICLE VIII INDEMNIFICATION FOR INJURY AND PERFORMANCE UNDERSIGNED further specifically obligates itself to the CITY in the following, to-wit: The UNDERSIGNED hereby agrees to protect, indemnify and hold harmless the CITY, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "lndemnitees"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, attorney fees incidental to the defense of such suit$, actions, claims, losses, damages or liability on account of injury, disease, sickness, irl1c1uding death, to any person or damage to property including, in part, the loss of use r' suiting therefrom arising from any negligent act, error, or omission of the UNDERSI NED, its officers, employees, servants, agents or subcontractors, or anyone Ise under the UNDERSIGNED'S direction and control and arising out of, resulting f m, or caused by the performance or failure of performance of any work or services ailed for by this Page 5 Agreement, or from conditions created by the performance or non-Prrformance of said work or services. In the event one or more of the Indemnitees is de~ermined by a court of law to be jointly or derivatively negligent or liable for such dan(1age or injury, the UNDERSIGNED shall be obligated to indemnify Indemnitee(s) as pr~vided 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 shalll not constitute nor be deemed a release of this responsibility and liability of the 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 the UNDERSIGNED, its employees, contractor, agents ad consultants. ARTICLE IX INDEMINIFICATION FOR UNEMPLOYMENT COMPENSATION UNDERSIGNED agrees that it is an independent contractor and not an agent of the CITY, and that the UNDERSIGNED is subject, as and employer, to all applicable Unemployment Compensation Statutes, so as to relieve the CITY of any responsibility or liability from treating the UNDERSIGNED'S employees as employees of the CITY for the purpose of keeping records, making reports or payments of Unemployment Compensation taxes or contributions. The UNDERSIGNED further agrees to indemnify and hold the CITY harmless and reimburse it for any expenses or liability incurred under said Statues in connection with employees of the UNDERSIGNED. ARTICLE X INDEMNIFICATION FOR PERFORMANCE UNDERSIGNED shall defend and indemnify Indemnitees against and hold the 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 the 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 the CITY. Sale of more than fi y (50%) percent ownership of the UNDERSIGNED shall be construed as an assign me t. Page 6 ARTICLE XII APPLICABLE LAWS UNDERSIGNED shall comply with all Federal, State, County qnd Municipal laws, ordinances, regulations, safety orders, resolutions and building cddes, including the Americans With Disabilities Act, relating or applicable to service to b~ performed under this Agreement. ! This Agreement is performable in the State of Texas and sh$1I 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 the UNDERSIGNED fails to comply or becomes disable 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 ~en (10) days after written notice by the CITY to the UNDERSIGNED, the CITY may, a~ 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 the UNDERSIGNED except for all work determined by the 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 the UNDERSIGNED to and from meetings called by the CITY at which the UNDERSIGNED is required to attend, but shall not include any loss of profit of the UNDERSIGNED. In the event of such termination, the CITY may proceed to complete the services in any manner deemed proper by the 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 his Agreement incurred to complete the services herein provided for and the costs so incurred may be due or that may thereafter become due to the UNDERSIGNED under and by virtue of this Agreement. B. The CITY may, without terminating this Agreement or taking over the services, furnish the necessary materials, equipment, sU~Plies and/or help necessary to remedy the situation, at the expense of the UN1DERSIGNED. Page 7 -- I ARTICLE XIV ADJUSTMENTS IN SERVICES No claims for extra services, additional services or changes In the services will be made by the UNDERSIGNED without written Agreement with th~ CITY prior to the performance of such services. I ARTICLE XV EXECUTION BECOMES EFFECTIVE This Agreement will be effective upon execution of the contract by and between the UNDERSIGNED and the CITY. ARTICLE XVI AGREEMENT AMENDMENTS This Agreement contains the entire understanding of the partIes with respect to the subject matter hereof and there are not 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 6800 Main Street, The Colony, Texas 75056-1133. The UNDERSIGNED understands that only the City Manager or his designees has the authority to represent the CITY or bind the CITY under this Agreement. B. The CITY agrees to send all notices required under this Agreement to the UNDERSIGNED at: Halff Associates, Inc. Jerry F. Roberts, P.E. Vice President 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 Page 8 ARTICLE IX CLOSURE IN WITNESS WHEREOF, the parties hereto have executed this Agr ement on this the ---t-=L day of Va, , 2005. CITY: ~~ cleL. NED: By: Dale Cheatham B: Title: City Manager i Title: Vice Presiden1 Address: 6800 Main Street The Colony, Texas 75056-1333 Address: 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 Attest: I 11AJ.1JJ-1/l1 Approved as to Contelht: ~ctor Page 9 EXHIBIT "A" SCOPE OF WORK for Construction Plans, Specifications and Estimate FM 423 Utility Relocations in THE COLONY 1. Description: The project will involve relocation of the existing water and sani ary sewer lines in FM 423 from SH 121 to the north city limit line in order to ccommodate the proposed highway construction. Also included will be the desi n of new 24-inch water mains (1) along the FM 423 from the Office Creek Pum Station to North Colony Blvd and (2) from Office Creek Pump Station to Coug. r Alley along the Lewisville Independent School District property. Services will include design surveys; subsurface utility engineering (SUE); coordination r' ith TxDOT and franchised utilities; preparation of plans, specifications and, cost estimates; preparation of right-of-way documents; and construction services~' Utility relocations will not be bid as a separate project. The utility relocation plans ill be incorporated into the TxDOT roadway plans and bid with the TxDOT work'i Throughout the project Halff will coordinate with the City, TxDOT, TxDOT's consultant, and franchised utilities to produce plans that meet the requirements of the project and to do so in an expeditious manner. 2. Work Plan: A. Surveying: The Consultant shall provide surveying s~rvices, which, in general, may be defined as normal services applicable tq a project of this type. It is assumed TxDOT will furnish base design ~Ies for proposed roadway improvements. Supplemental survey work will be required, especially for work outside of the right-of-way. The following particulars will also apply. 1. Supplemental surveys will only be performed when TxDOT surveys are inadequate, incomplete, or work is outside of the TxDOT right-of-way. The Consultant will obtain written approval from the City of The Colony prior to beginning supplemental survey work. 2. Vertical benchmarks shall be established such th~t all points of construction shall be within 500 feet of a benchmark. B nchmarks should not be subject to loss during construction. Fire hyd ants and similar appurtenances are not to be used for benchmarks. Hori ontal control and benchmarks will be established on the datum used by Tx ~T. A-1 3. Topographic features will be surveyed along with ny and all other features needed for design, review, permitting, constru ion and inspection of the project. Coverage will extend beyond the pro sed rights-of-way far enough to integrate the design with the adjacent pro erties. 4. Existing property corners, iron pins, etc. shall be tie into established existing rights-of-way. Prior to surveying on private pro erty, the surveyor shall secure permission from the property owners nd/or tenant. If permission cannot be obtained, the City will assist or 0 her arrangements worked out. B. Subsurface Utility Engineering (SUE). Existing water nd sanitary sewer lines will be excavated using Consultant's vacuum excav tion equipment in order to determine the precise location of the existing wat r and sewer lines at the points of tie-ins and at other critical locations. Subs rface engineering will be performed by TxDOT and it is intended that this work supplement TxDOT efforts. The Consultant will obtain written approv I from the City of The Colony prior to beginning supplemental SUE work. C. Right-of-Way Determination. In areas of heavy congestidn of utilities, water and sewer lines must be placed in easements adjacent t~ the right-of-way. Right-of-way plans, exhibits and legal descriptions for all right-of-way and easement acquisition required for construction of the proje~t will be prepared as follows: 1. Right-of-way plans shall include City title bloc~, location map, monumention, ties to project centerline, area required, area remaining, parcel number, owner of record, and existing easemehts. Right-of-way plans shall be included in the construction plans. 2. Individual Exhibits shall be on 8-1/2" x 14" paper and ~hall include area required, area remaining, parcel number, and owner of record. Individual exhibits shall be stamped, dated, and signed by a Registered Professional Land Surveyor. 3. Legal descriptions shall reference volume, page and olner of record and shall be incorporated into the standard City of The olony easement instrument document. Individual parcels shall be cross- eferenced on the plan and profile sheets. i 4. Upon approval of the right-of-way plans by the City, the Consultant shall then stake and flag the taking for inspection by the appraiser and property owner. The documents, including legal description sh II be furnished to the City on a disk or CD ROM in Microsoft Word or Word erfect format. D. Construction Plans: The Consultant shall develop cons ruction plans for review, permitting, bidding, construction, inspection and record keeping. A-2 r i i Plans shall be prepared for incorporation into TxDOT road;aY plans and shall be prepared in TxDOT format on TxDOT standard she ts. Plans will be formatted for printing on 11" x 17" sheet size. The con truction plans will consist of numerous sheets ordered as follows: 1. Proiect Layout Sheet(s). The project layout sheet(s) ill be drawn to a scale of 1" = 1 00' and laid out with the north arrow to the right. The purpose of the project layout is to depict the project i a simplified view. Major items of work will be shown without excessive d tail. This sheet(s) will include a listing of abbreviations, legend, general no es, and key map. 2. Typical Sections. Typical sections shall be drawn to cales of 1" = 5' h and 1" = 2' v and shall depict a view looking north or ea t. As a minimum, typical sections will be drawn showing the relationshi of the proposed water and sewer lines and existing or future street impr vements. Typical sections will include existing roadways, utilities, right f-way lines, etc., along with all proposed utility and highway improveme ts and will depict all significant items of work. 3. Plan and Profile Sheets. Plan-profile sheets will be artanged from south to north and from west to east, with the north arrow up or to the right on the sheet. Plan-profile sheets will be drawn to scales I of 1" = 40' hand 1" = 4' v. Stationing will be from south to north or we~t to east with the beginning station being set at approximately 0+00. I Each plan-profile sheet will include no more than 500 feet of water oisewer line; thus, leaving ample margins both left and right. The plan an profile station will align vertically on the sheet with the proposed centerlin drawn parallel to the profile grid. When there is a centerline curvature, t e plan-profile will be drawn so that as much of the plan view is in alignment as possible. Plan-profile sheets shall depict all existing and propose~ items pertinent to the project. 4. Detail Sheets. The City's standard drawings will be us~d as a beginning point in developing standard details for this project. Th~y will be reviewed and modified for this project. Where other agency st~ndards are used, they shall be reduced as necessary to fit on the City s standard sheet format with complete title block. All details necessa to construct the project will be included in the plan set. 5. Miscellaneous. Construction plans will also address ero$ion control, traffic control (including detours, road closures, signing, barricading, etc.) and all other improvements. 6. Review Plans - The Consultant shall develop prelimin ry route location drawings to confirm the scope of the relocation required by TxDOT and to determine the feasibility of the selected route and to confirm constructability before developing preliminary plans. Preparation of A-3 r - I preliminary plans will begin after receipt of roadwa "plans adequate" plans from TxDOT. Preliminary plans shall then be prepared and submitted at the 65% milestone. Final plans shall be prepared and submitted at the 100% milestone. Also, the Consulta t may submit plan sheets or working drawings to the City for review and omment to reduce the number of revisions that otherwise would be required. During development of the plans, the Consultant shall attend eetings with City, TxDOT, and franchised utilities as needed or requeste . The Consultant shall, in company with the City, perform at least one pia s-in-hand review. 7. DesiQn - The design of the project shall be in general a cordance with the City of The Colony ordinances, standard details, and good engineering practices. During the design phase, the Consultant sh II contact various utility companies and obtain information relating to existi g utility lines. 8. Reimbursement - Consultant will complete forms, exhi its, cost estimates and other submittals necessary to determine the eligibility of cost reimbursement due the City from TxDOT and as docu entation for final payment. Consultant will meet with TxDOT and ,ssist the City in negotiations as needed. i 9. Prints - The Consultant shall provide prints of con truction plans for review and permitting. Four sets of plans will be submi ed to the City for each review stage. The Consultant will provide utilit companies with copies of preliminary and final plans for review. E. Specifications: The Consultant shall prepare general otes and special specifications for incorporation into TxDOT plans and bid d cuments. Project notes, special specifications, bid items and quantities sha I be furnished on hard copy and by electronic file. F. Estimates: Estimates of probable cost, including item reimbursable by TxDOT, will be developed at each milestone submittal. G. Construction Services: 1. Construction - The Consultant will attend the pre-con truction meeting. The Consultant's representative will visit the site a least once per calendar month to evaluate the general progress of the construction. Monthly reports shall be prepared and forwarded to the City outlining any deviations noted from the requirements of the contract documents. The Consultant will not be responsible for the contractor's ork, nor shall the Consultant be required to perform inspection services. The Consultant shall assist the City in the preparation of field chang s and/or change orders that may become necessary for the orderly ompletion of the project. The Consultant shall assist the City in perfor ing a final walk- through inspection and prepare a written "final punch list". A-4 2. Closure - The Consultant shall prepare "record" plan , incorporating all changes and known variations to provide the City the est possible set of record drawings. The final record drawings shall be fur ished on mylar, of the same specification as provided for in the Agreement and on CD. H. Permitting. The Consultant shall determine the d sign criteria and requirements for relocation of utilities with FM 423 r ght-of-way. The Consultant shall prepare the crossing permit applications nd exhibits for the purpose of acquiring TxDOT utility crossing permits. I. Miscellaneous. Miscellaneous services not provided f r herein and not generally associated with a project of this type will be aid for under an amendment to this Agreement and for an additional fee. J. Schedule. Based on the preliminary project timeline (atta hed), we assume "plans adequate" or 60% complete TxDOT plans will be vailable in March 2006. Accordingly we have attached a project sched Ie based on the assumptions of the project timeline. No substantial esign work can commence until the "plans adequate" are furnished. Any elay in producing "plans adequate" will require a corresponding delay in proje t schedule. A-5 EXHIBIT "B" COMPENSATION for Construction Plans, Specifications and Estimat FM 423 Utility Relocations in THE COLONY Exhibit "B" defines the basis of compensation to the Consultan for the services rendered. A. Lump Sum Fees - The total maximum lump sum fee f r the design and construction administration services as described in Exhibit" "will be $438,700 which includes printing, direct costs and computer charges n rmally associated with production of these services and reproduction of up to ifteen (15) sets of plans for review purposes. The basis of compensation for Basic Fee services shall be as ~ lIows: 1. $416,700 for Plans, Specifications, and Estimates 2. $22,000 for Construction Services B. Special Services - The basis of compensation for Special S rvices shall be as follows 1. The maximum fee for Supplemental Design Surveys hall be $90,000. Supplemental design surveys will be provided on a time an material basis at a rate of 2.3 times salary cost for persons directly eng ged in the work. Printing, reproduction and other direct costs shall be provi ed on a basis of 1 .10 times actual cost. 2. The maximum fee for Subsurface Utility Engineering shall e $19,200. Utility lines will be uncovered at a cost of $1 ,200 per each location and will be based on the actual number located. 3. The maximum fee for Easement Documents shall be $14 ,000. Easement documents will be prepared only as needed and is based 0 preparing a total of 72 easement documents. The lump sum fee will be ba ed on $2,000 per easement document prepared and will be based on the ctual number of easement documents prepared. B-1 c. Billing Schedule - Services will be billed in accordance with the following schedule: 1. A lump sum of $250,000 upon submittal of preliminary pi ns (65% complete plans) (a portion of Item A.1). 2. A lump sum of $166,700 upon submittal of final plans (100 Yo complete plans) (a portion of Item A.1 ). 3. Lump sum fees of $5,500, each payable at 25%, 50%, 5% and 100% of construction completion, for a total lump sum fee of $22,0 0 (Item A.2). 4. Special services shall be billed monthly in accordance with tems B.1, B.2 and B.3. The maximum fee for all special services shall be $25 ,200. The total maximum fee for all services shall be $691,900. B-2 HALFF ASSOCIATES, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 (817) 847-1422 CLIENT: The Colony PROJECT: SH 423 Utility Relocation Estimates ESTIMATE OF PROBABLE COST SUMMARY Line No. Descri tion Amount in ROW $ 38,000 $ $ 28,000 $ 87,000 $ 1 12" Water Line Relocation $ 2 12" Water Line Relocation $ 3 12" Water Line Relocation $ 4 Sanitary Sewer .outs, ide of Construction Area 5 8" Water Line Relocation $ 6 18" SanitarySewer Relocation $ 7 8 8" Waterline Relocation $ 30,000 $ 9 8" WaterLine Outside of Construction Area 10 24" Water Line Relocation $ 286,000 $ 11 Sanitary Sewer Outside of Construction Area - Part of Line #4 12 16" WaterLine Relocation $ 78,000 $ 13 8" Water Line Relocation $ 27,000 $ 14 12'; WaterL.ineRelocation $ 592,000 $ 15 12"Waterl-ineRelocation $ 32,000 $ 16 12" Water Line Relocation $ 124,000 $ 17 II" Sanitary SewerRelocation $ 28,000 $ 18 6",8",& 12" Sanitary Sewer Relocation $ 289,000 $ 19 6"SanitaryseYierRelocation $ 28,000 $ 20 12" Water Line Relocation $ 27,000 $ 21 12" Sanitllry Sewer Relocation $ 57,000 $ 22 No evidence of Une on recorddrawings 23 ,8" Wate,r L,ine Relocation $ 41,000 $ 24 10" Sanitary Sewer Relocation $ 81,000 $ 25 12" Water Line Relocation $ 38,000 $ 26 10" SanitarySeYierRelocation $ 52,000 $ 27 6" Water Line Outside Construction 28l1"SanitarySewer()lJtSicte Construciton 29 8" SanitarySewer Relocation $ $ 30 6" Sanitary Sewer Relocation $ 23,000 $ 31 8" Water Line Relocation $ $ 32 ,6" Sanitary Sewer Relocation $ $ 33 8" & 16" Water Line Relocation $ 86,000 $ 34 24" Water Line Relocation $ 88,000 $ 35 24" Water Line Relocation $ 775,000 $ 36 8" Wate,r Line Relocation $ 10,000 $ 37 16" Water Line Relocation $ 67,000 $ 38 8"vvater Line Relocation $ 170,000 $ 39 ,30" Sanitary Sewer Relocation $ 52,000 $ 40 Noevidenceof line on record drawings 41 .24", vvaterLineCrossingincorporated into Line #35 42 1 O"SanitarySewer Relocation $ 35,000 $ 43 6',' ,& 30" Sanitary Sewer Relocation $ 185,000 $ 446" !ianitary Sewer Relocation $ 85,000 $ 45 8" Water Line Relocation $ 27,000 $ 46 II"SanitarySewerRelocation $ 34,000 $ 47 6" Sanitary Sewer Relocation $ 105,000 $ 48 16" Water Line Relocation $ 90,000 $ 49 6" Sanitary Sewer Relocation $ 17 ,000 $ 100 12" Water Line 101 12" Water Line 102 30", Water Line to Replace 24" Line #1,0 103 12" Water Line 104 12" Water Line 105 12" Water Line 106 12" Water Line 107 12" Water Line 108 12" Water Line 109 12" Water Line 110 12" Water Line 111 12" Water Line 112 24" Water Line 200 24" Water Line from Pump Station to Cougar Alley FILE NAME DATE PREPARED BY AVO 050121ce 9/16/2005 DWH 22751 30,000 $ 30,000 $ 30,000 13,000 $ 51,000 $ 51,000 37,000 $ 37,000 $ 37,000 10,000 $ 38,000 , $ 38,000 23,000 $ 110,000 $ 110,000 8,000 $ 38,000 $ 38,000 17,000 $ 303,000 $ 17 ,000 $ 95,000 $ 95,000 5,000 $ 32,000 $ 32,000 $ 592,000 $ 592,000 8,000 $ 40,000 $ 40,000 $ 124,000 $ 124,000 $ 28,000 $ 28,000 $ 289,000 $ 291,000 $ 28,000 $ 33,000 7,000 $ 34,000 $ 34,000 $ 57,000 $ 57,000 3,000 $ 44,000 $ 44,000 6,000 $ 87,000 $ 87,000 $ 38,000 $ 38,000 13,000 "$ 65,000 $ 65,000 32,000 $ 32,000 $ 32,000 11,000 . $ 34,000 $ 34,000 61,000 $ 61,000 68,000 27,000 $ 27,000 27,000 26,000, $ 112,000 116,000 $ 88,000 88,000 3,000;, $ 778,000 778,000 17,000 $ 27,000 34,000 9,000 $ 76,000 76,000 1$ 170,000 215,000 19,000 $ 71,000 71,000 1$ 35,000 35,000 $ 185,000 $190,000 $ 85,000 92,000 '$ 27,000 27,000 23,000 $ 57,000 57,000 $ 105,000 ,113,000 $ 90,000 90,000 $ 17,000 20,000 38,000 157,000 366,000 142,000 94,000 30,000 140,000 212,000 24,000 80,000 70,000 27,000 ,389,000 221,000 ~~~~ f3~~~ ~~~r::' 8~~~ ",Ot: ~~~ u.Ot: u.u.o -'ou. <(0 Io ... w " ~ .c u w w il e 0. ~ ",ON ~Q)~ ~ ~ Q. .. Z ~~~ w z ::i w :E i= wC -1Z ::><1: CtIl WtIl J:W Uu tIlO 0:: 11. M '" ..,. :E u. u w 0 16 Z t- U 0 11. W (j) C> ::> <( ...J I'- ::> 0 -, 0 Z '" ::> -, >= <( :E 0:: 11. <( ~ :E - CO w u.. - Z <( -, - U W C "6 Z IF U 0 11. W (j) ~ <( ...J U)::> 0-' Oz "'::> -, ~ :E 0:: 11. <( ~ :E CO w u.. Z <( -, U w C 6 z t- "'u 00 011. "'w (j) rg <( ...J ::> -, z ::> -, CD CD CD CD I'- I'- Ol J: 0 0 0 9 0 0 !::2 Q) Q) 9 0, U U C U z Qi Qi :; :J Q) Q) i5. :J Q) u: a. a. 7 1= 9 9 1= 7 9 E E -- 0 0 u U ILl ILl CD CD I'- I'- I'- t- -" -" 0 0 9 0 0 0 tIl 0:: <I) <I) 9 0, C lii C .!. C W ~ '" '" :; :J '" '" a. :J t- t- t- 7 1= 7 ~ 7 1= 7 <I: (j) C t5 ~ t5 C w <I) c ~ 0 o/f '" C u (j) a: c c 11. 0 0> 0 >. c tIl U 0> .00 ~ '" 0 c ~ c .!: Q) ~ ~ .Q tIl 0> Qi 0 :; "0 0 m ~ .00 Q) 0 0- '" 0 ~ Q) :E ~ 0 0 (jj 0 <( 0:: 0:: :0 "0 :t:: E S 0 0 lii 0 Q) ~ :E c -" .c 0 c ~ 0 0 0:: Q ~ t5 <5 .Q <( ~ (j) Q) t5 C') "0 Q) m 0 'e- t5 2 c > lii ~ 0 N C 0 11. u; C .... '" i5. a. a. C c Q) :E <( a. ~ ~ "0 0 0 0 u.. w <( 11. 11. iii u u ci ~ N C') .... ILl CD I'- co Ol Z ~ o ~i~~ 0"*~~ WoWv ~~~~ oQ)~T- gl5€~ ~~~ tt~-g -'0"- <<0 IO ... o X ,; ~ g ..... o I.O:gN o ... g~~ ;::::mQ.. *~g Di.i:<{ ~ 0 16 z f- 0 0 0.. W C/) 0 ::> <( ....J .... ::> 0 -, 0 Z N ::> -, ~ ~ a::: 0.. <( .~ ~ I-- III W LL I-- Z <( -, fo- 0 w 0 6 z f- U 0 0.. W C/) Ig <( - ....J CI) CD ::> :; 0 -, 't:l 0 Z CI) N .c ::> u -, II) '~ c: w.2 ~ ..J- a::: :;)l'CI og 0.. w- <( x: CI) I~ (,)0:: II)~ ~ :;:l III :;) W LL M Z N 'It <( :E -, II.. ~ 0 6 .,,~ go N2- 0.. w ~ ::> <( I LO <0 <0 <0 <0 <0 <0 <0 <0 <0 .... I'- Ol 0 0 0 0 0 9 9 0 0 0 0 0 0 C/) > C: .!. C, :>. Cl c, C: U .!. C: U Z 0 '" '" :> '" "3 :> :> '" OJ a. :> OJ u: ~ 7 f 1= f 7 1= 1= 7 9 1= 7 9 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ LO LO <0 LO <0 <0 <0 <0 <0 <0 I'- I'- I'- f- 9 0 0 9 0 0 9 9 9 9 0 0 0 II) a::: Cl > .!. C: .!. C: .!. C: W ~ :> '" Cl '" "3 "3 Cl Cl a. 0 :> '" :> :> '" :> I- 1= ~ f 1= 7 f 7 7 1= 1= 7 1= 7 C'i C/) ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ c e Ql c E E 0 '" OJ U .g ~ c ~ >, OJ Cl OJ -OJ '" E ~ 5 >, :> II) <( C;; OJ <.> Cl :> :> ~ 0 c :.::: c C/) <:r 2:l :> 0 c "Q II) "00 (ij OJ ~~ C/) :2 w C;; ~ OJ 00 't:l C W C "(i; o<:l ~ OJ <( :>w OJ C/) 00 :2 '" ",::> Cl o<:l E "S 0.. :.0 "0, '5 c .oC/) "(i; C/) S- o :>~ OJ 0.. OJ (ij 00 "0 '" '" <( ~ 00 w <( ~ C/) Cl 0 ~ :;: '" 00 0 00 (ij Ql W C IT: 0 <5 U Ql .s:::. (ij . '= '" "S; OJ ""ffi "!Q ~f- c OJ c 00 ~ Ql ~ "e- o 2 0 Ql :2 "~ OJ E ~ 15 :0 "-0 :; c a::: '" '" C;; '" 2:lo :.0"0, '5 a. OJ a. 0.. C Cl C;; ~ .?;> Ql '" ~ "0 C OJ OJ >< "0 00 "0 '" 0 0 z w a:::f- <(w <( 0.. 0 0: w 0.. iD 0 0 d ~ N M 'It lO <0 I'- co Ol 0 I'- co Ol Z ~ ~ a ACORQM CERTIFICATE OF LIABILITY INSURANCE FAX (972)581-4850 r PROOUCER (972) 581- 4800 Bell Insurance Agency 16980 Dallas Parkway Dallas, TX 75248 Suzanne Flores INSURED Half'f' Associates, Inc. Mr. Roger Burns 8616 Northwest Plaza Dr. Dallas, TX 75225 DATE (MM/DDIYYVY) 09/19/2005 THIS CERTIFICATE IS ISSUED Al A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Dg~S NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORL ED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAG INSURER A Republic Companie~ Group INSURER B: Continental Casual ty Company(CNA) NAlC# INSURER c: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PE RIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS ERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXC US IONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADD'L TYPE OF INSURANCE A GENERAL LIABILITY - X COMMERCIAL GENERAL LIABILITY - b CLAIMS MADE [!J OCCUR Jf Contractual Liab - '- GEN'L AGGREGA TE LIMIT APPLIES PER: I POLICY m j&-i n LOC AUTOMOBILE LIABILITY - X ANY AUTO J.-- A I--- Jf - ~ - ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-QWNED AUTOS A RGARAGE LIABILITY ANY AUTO ~ESS/UMBRELLA LIABILITY -.!J OCCUR 0 CLAIMS MADE I DEDUCTIBLE X1 RETENTION $ 10, 00t! WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below A ,ig~SSIONAL LIABILITY B /claims Made POLICY NUMBER PRH.~Y EFFECTIVE Pg~!f/ EXPIRATION TXP56543985-00 07/12/2005 07/12/2006 LIMITS EACH CCURRENCE $ I,OOO,OOC! DAMAG TO RENTED , $ 100,00C! MED E P (Anyone person) $ 10,00C! PERSO AL & ADV INJURY $ I,OOO,OOC! GENER LAGGREGATE $ 2,000,00C! PRODU TS - COMP/OP AGG $ 2,000,00C! TCA5643986-00 07/12/2005 07/12/2006 COMBI~ D SINGLE LIMIT (Ea acci ent) $ BODILY NJURY $ (Per per n) BODILY NJURY $ (Per acci ent) PROPE TY DAMAGE $ (Per acci ent) AUTO 0 L Y - EA ACCIDENT $ OTHE~i HAN EA ACC $ AUTOO LY: AGG $ UMB5643987-00 07/12/2005 07/12/2006 EACH OC CURRENCE $ AGGREG TE $ $ $ $ WC5643988 07/12/2005 07/12/2006 X I 'f'/.,~ !~~~~ I IOJ~- I,OOO,OOC! 5,000,OOC! 5,000,00C! E.L. EAC ACCIDENT $ I ,000, DOC! E.L. DISE SE. EA EMPLOYEE $ I , 000, DOC! E.L. DISE SE - POLICY LIMIT $ I ,000, DOC! AEE008220956 07/09/2005 07/09/2006 $5, 00,000 Per Claim Limit $5, I 00,000 Aggregate Limit ~ESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS pef': FM423 Utility Relocations (P.4314) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POll IES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INS RER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTI ICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL 1M OSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~ ~.,.A..... Thomas .J. Ashlev/SHF ~r ~ City of' The Colony Att'n: Gordon Scruggs, P.E. City Engineer 6800 Main Street The Colony, TX 75056 ACORD 25 (2001/08) FAX: (972)624-2298 @ACORD CORPORATION 1988 L _ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed.) statement on this certificate does not confer rights to the certificate holder in lieu of such endorsem nt(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certi icate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contrac between the issuing insurer(s), authorized representative or producer, and the certificate holder, nc r does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies lis ed thereon. ACORD 25 (2001/08)