HomeMy WebLinkAbout1990-089ORDINANCE NO. D
AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT
WITH COLEMAN AND ASSOCIATES SURVEYING FOR FIELD SURVEY AND DATA
COLLECTION SERVICES RELATING TO THE CONSTRUCTION OF PUMP STATION
AND A FORTY-TWO INCH (42") WATER TRANSMISSION LINE; AUTHORIZING
THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING AN EFFECTIVE
DATE.
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION I. That the City M nager is authorized to execute a
contract with Coleman and Associates Surveying for field survey and
data collection services relating to the construction of pump
station and a forty-two inch (4 ") water transmission line under
the terms and conditions contained within said contract, a copy of
which is attached hereto and made a part hereof.
SECTION II. That the Ciy Council hereby authorizes the
expenditure of funds not to e�ceed Twelve Thousand ($12,000)
Dollars in exchange for the services required pursuant to the
Contract.
SECTION III. That this ordinance shall become effective
immediately upon its passage an& approval.
PASSED AND APPROVED this they day of , 1990.
BOB CASTLEBERRY, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY',
BY' kt AJ I
APPR ED AS TO LEGAL FORM:
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY:
STATE OF TEXAS )
COUNTY OF DENTON )
THIS CONTRACT is made and entered into by and between the City of
Denton, a Municipal Corporation with its principal place of business
located at 215 E. McKinney St., Denton, Texas (hereinafter referred
to as "CITY") and Coleman and Associates Surveying of Denton, Texas
(hereinafter referred to as "CONSULTANT").
1. PURPOSE
The purpose of this contract is to state the terms and
conditions under which CONSULTANT shall provide field survey and data
collection services in connection with the design and construction of
the PUMP STATION at Ray Roberts Lake dam and the RAW WATER
TRANSMISSION LINE between Ray Roberts Lake dam and the Main Treatment
facility on McReynolds Road, as set forth in Exhibit "A" attached
hereto and made a part hereof.
2. DESCRIPTION OF SERVICES
CONSULTANT's services
limited to, the following:
shall include, but shall not be
A. CONSULTANT shall perf C1rm all the services as set forth in
Exhibit "A" hereto in accordan e with Manual of Practice for Land
Surveying in Texas as adopted y the Texas Society of Professional
Surveyors (1988 Revised Seventh Ed tion approved October 1988).
B. CONSULTANT shall w
Administrator and perform the re
to fulfill the purposes of this
under the terms of the contract
& Nichols of Fort Worth,
"ENGINEER") or other Consultants
C. CONSULTANT shall deli
which result from its services
such form as is satisfactory to
all matters related to the p
contract shall be:
Lee Allison
Engineering Administrator
City of Denton
901 A Texas St.
Denton, Texas 76201
k closely with the Engineering
ted tasks required by CITY in order
ontract, including work coordinated
tween the City of Denton and Freese
xas (hereinafter referred to as
authorized by CITY.
r all data, reports and documents
o CITY or other designated party in
ITY. The prime contact for CITY in
formance of the provisions of this
1
3. PERFORMANCE OF SERVICES
A. CONSULTANT and its e
all the services under this Cont
its employees or associates who
shall be fully qualified and
described in Section 2.
B. CONSULTANT intends to
providing technical expertise it
Systems (GPS) control and elect
COLEMAN & ASSOC. SURVEYING will
complete control over, the proj
Copies of Subconsultant Agreements
4. TERM
The term of this Contract
is accepted by CITY. CONSULTANT
of the essence. Reports and dat
to CITY as completed. All sery
are to be completed and delivered
after acceptance of this contrac
good reasons presented by CONSULTA
5. PAYMENT FOR SERVICES
oyees or associates shall perform
t. CONSULTANT represents that all
rform services under this Contract
npetent to perform the services
tain Subconsultants to assist by
the areas of Global Positioning
nic data collecting and transfer.
maintain responsibility for, and
t and the resulting information.
11 be provided to CITY.
all begin on the date the contract
nderstands and agrees that time is
for each parcel shall be delivered
es, written reports and other data
o CITY within forty five (45) days
An extension of time, based upon
may be granted by CITY.
A. Payment for the services outlined under the scope of work
shall be for productive time a�tually spent on the project by
personnel on the basis of hourly rites set forth in Exhibit "B", plus
direct non —labor expenses times a multiplier of 1.0, plus sub—
contract and other outside servies times a multiplier of 1.15 with
the maximum compensation not to exceed twelve thousand ($12,000)
dollars. Consultant shall submi� itemized monthly statements for
services, expenses and outside osts incurred. CITY shall make
payments in the amount shown by CONSULTANT'S monthly statements based
upon the documentation submitted Nothing in this section shall
require city to pay for any work which is unsatisfactory as
reasonably determined by the Execu ive Director of Utilities or which
is not submitted in compliance with the terms of this agreement.
Progress payments to CONSULTANT will be made within twenty one (21)
days after receipt of invoice to CITY for services rendered by
CONSULTANT, provided the said progress invoices are delivered at
least thirty (30) days apart. The final payment due CONSULTANT
hereunder will not be paid until the data and documents have been
received and approved by CITY and will be made within thirty (30)
days after receipt of the final invoice.
B. "Sub —Contract Expense" s defined as the expense that is
incurred by CONSULTANT in employ.ent of others in outside firms for
services in the nature of GPS control, electronic data transfer,
utility location and similar se vices that are not included in the
Basic Services.
12
C. "Direct Non —Labor Exp
any assignment incurred by
transportation and equipment, tr
lodging away from home and s
that assignment.
6. CHANGE IN SCOPE
nse" is defined as that expense for
the CONSULTANT for supplies,
vel, communications, subsistence and
milar incidentals in connection with
CITY may request, from time to time, changes in the scope or
focus of the activities, conducted or to be conducted by CONSULTANT
pursuant to this Contract. Any such change from the scope of
services set out in Section shall be mutually agreed on by the
parties hereto in writing and only by amendment to the agreement.
Any change which will cause the actual payments to CONSULTANT to
exceed the maximum amount stat d in Section 5 shall be submitted to
CITY and approved in writing and in accordance with current State and
Local laws prior to commencing with the work.
7. CONFIDENTIAL WORK
No reports, information,
data or any other documentati
or assembled by CONSULTANT and
made available to an individual
the express prior written approv
8. OWNERSHIP OF DOCUMENTS
Upon acceptance or approv
data, given to, prepared or
Contract, and any other relate
sole property of CITY and sh
will retain copies of all documen
9. INSURANCE REQUIREMENTS
oject evaluation, project designs,
developed by, given to, prepared by
this Contract shall be disclosed or
organization by CONSULTANT without
of CITY.
by CITY, all information and other
sembled by CONSULTANT under this
documents or items shall become the
1 be delivered to CITY. CONSULTANT
for its files.
CONSULTANT shall procure, pay for, and maintain during the term
of this Contract, with a com any authorized to do business in the
State of Texas and acceptable to CITY, the minimum insurance coverage
contained in Exhibit "C" attached to and made part of this Contract.
10. INDEMNITY
CONSULTANT agrees to defe
officers, agents and employees,
lawsuits, judgments, costs
(including death), property da
of damage is sought that may
CONSULTANT's intentional or ne
provisions of this Contract,
omission of CONSULTANT, its
employees in the performance
this paragraph are solely for
not intended to create or grant
to any other person or entity.
d, indemnify and hold CITY, its
harmless against any and all claims,
nd expenses for personal injury
age or other harm for which recovery
arise out of or be occasioned by
ligent breach of any of the terms or
r by any other negligent act or
officers, agents, associates, or
f this Contract. The provisions of
he benefit of the parties hereto and
ny rights, contractual or otherwise,
3
11. COMPLAINTS
Pursuant to Section 29 of
1979, the following information is
The Texas Board of Professional
#304, Austin, Texas 78752, Teleph
over licensing of Land Surveyi
surveying services should be forwa
12. RIGHT OF REVIEW AND AUDIT
CITY may review any and
CONSULTANT under this Contract
audit, at its election, all o
relating to the performance of
retain such records for a min
completion of this Contract.
13. GIFT TO PUBLIC SERVANT
A. CITY may terminate thi
has offered, conferred, or agre
of Denton employee or official
official is prohibited by law from
B. For purposes of this
reasonably regarded as economic
other person in whose welfare the
not include a contribution or
accordance with law.
C. Not withstanding any of
CONSULTANT to remove any employe
has violated the restrictions of
federal law, and obtain reimbi
CONSULTANT as a result of the imf
conferring of a benefit to a City
14. NONDISCRIMINATION
As a condition of this C
CONSULTANT will take all neces
connection with any work under
associates, will not discrimina
any individual or groups of i
color, religion, national origin
job performance, either directl
or other arrangements. In this r
and safeguard all records relatin
hereunder for a minimum period of
the Land Surveying Practices Act of
made a part of this contract:
nd Surveying (TBPLS) 7703 N. Lamar
e (512) 452-9427, has jurisdiction
. Any unresolved complaints about
ed to the above address.
11 of the services performed by
and is hereby granted the right to
CONSULTANT'S records and billings
his Contract. CONSULTANT agrees to
mum of three (3) years following
Contract immediately if CONSULTANT
�d to confer any benefit upon a City
that the City of Denton employee or
accepting.
section, "benefit" means anything
advantage, including benefit to any
beneficiary is interested, but does
expenditure made and reported in
ier legal remedies, CITY may require
of CONSULTANT from the Project who
:his section or any similar state or
-sement for any expenditures made to
-oper offer, agreement to confer, or
)f Denton employee or official.
>ntract, CONSULTANT covenants that
>ary actions to insure that, in
this Contract, CONSULTANT, and his
:e in the treatment or employment of
idividuals on the grounds of race,
age, sex, or handicap unrelated to
r, indirectly or through contractual
:gard, CONSULTANT shall keep, retain
to this Contract or work performed
three (3) years from final Contract
4
completion, with full access allow Fd to authorized representatives of
CITY, upon request, for purposes of evaluating compliance with this
and other provisions of the Contrac .
15. CONTRACT PERSONNEL
This Contract provides for
and CONSULTANT shall not assign
without the prior written consent
16. TERMINATION
arsonal or professional services,
is Contract, in whole or in part,
CITY.
Either CITY or CONSULTANT may terminate this Contract upon
fifteen (15) days written notice to the other party with the
understanding that all services being performed under this Contract
shall cease upon the date specified in such notice. CONSULTANT shall
Invoice CITY for all services completed and shall be compensated in
accordance with the terms of this Contract for all services performed
by CONSULTANT prior to the date sp cified in such notice.
17. NOTICES
All notices, communicatio
permitted under this Contract sha
to the respective parties by
mail, postage prepaid, at the add
either party is otherwise notifi
the following addresses. Mailed
as of five days after mailing.
If intended for CITY, to:
City Manager
City of Denton
215 E. McKinney
Denton, Texas 76201
If intended for CONSULTANT, to:
Wm. M. Coleman
President
Coleman & Associates Surveyir
P.O. Box 686
Denton, Texas 76202
18. INDEPENDENT CONTRACTOR
In performing services un,
between CITY and CONSULTANT i
CITY and CONSULTANT by the exe
the independent status of CONS
Contract or act of CONSULTANT
shall be construed as making
employee of CITY.
and amendments required or
be personally delivered or mailed
positing same in the United States
sses shown below, unless and until
in writing by the other party, at
tices shall be deemed communicated
r this Contract, the relationship
that of independent contractor, and
tion of this Contract do not change
TANT. No term or provision of this
in the performance of this Contract
ONSULTANT the agent, servant, or
I
19. VENUE
The obligations of the part{
in Denton County, Texas, and if
same, exclusive venue shall lie in
20. APPLICABLE LAWS
This Contract is made subj
and ordinances of the City of E
State and Federal laws.
21. GOVERNING LAW
This Contract shall be go
with the laws and court decisions
22. LEGAL CONSTRUCTION
Les to this Contract are performable
Legal action is necessary to enforce
Denton County, Texas.
t to the provisions of the Charter
ton as amended, and all applicable
ed by and construed in accordance
the State of Texas.
In case any one or more of the provisions contained in this
Contract shall for any reason be held to be invalid, illegal, or
unenforceable in any respect, such invalidity, illegality, or
unenforceability shall not affect any other provision thereof and
this Contract shall be considered as if such invalid, illegal, or
unenforceable provision had never been contained in this Contract.
23. COUNTERPARTS
This Contract may be executed in any number of counterparts,
each of which shall be deemed an original and constitute one and the
same instrument.
24. CAPTIONS
The caption to the vario
informational purposes only and
terms and conditions of this Cont
25. SUCCESSORS AND ASSIGN
clauses of this Contract are for
all not alter the substance of the
t.
This Contract shall be bind ng upon and inure to the benefit of
the parties hereto and their respective heirs, executors,
administrators, successors and, xcept as otherwise provided in this
Contract, their assigns.
26. ENTIRE AGREEMENT
This Contract (consisting of pages 1 thru 12 inclusive) embodies
the complete agreement of the parties hereto, superseding all oral or
written previous and contemporar3 agreements between the parties and
relating to matters in this Contract, and except as otherwise
provided herein cannot be modified without written agreement of the
parties to be attached to and made a part of this Contract.
M
EXECUTED this
signing by and
CONSULTANT, acting
the �� day
through its
through its duly
CONSULTANT:
Coleman and Assoc. Surveying
Wm. M. Coleman
President
by: � 7" /�-� �
of , 1990, by CITY,
duly uthorized official and by
au orized official.
CITY:
City of Denton
7
EXHIBIT A
SCOPE OF SERVICES TO BE PROVIDED
COLEMAN & ASSOC. SURVEYING (hereinafter referred to as
"CONSULTANT") shall provide professional land surveying services to the
CITY OF DENTON (hereinafter referred to as "CITY") in connection with
the design and construction of a Water Treatment Facility and
Transmission Line from Ray Roberts Lake to the proposed Booster Pump
Station near Hartlee Field Road. This work will be done in conjunction
with other services performed by CONSULTANT on this project in the past
or future under other agreements.
This Exhibit is intended as an attachment to the Contract to Provide
Professional Services between CITY and CONSULTANT (the "Contract") and
covers work on the Pump Station at Ray Roberts Lake dam, the Raw Water
Transmission line to the Regional Water Treatment Facility on
McReynolds Road and design site work at the Treatment Facility. The
"Basic Services" are as follows:
1. Stake preliminary centerline (baseline) for the Raw Water
Transmission line from the proposed Pump Station near the Ray
Roberts outfall structure to the Treatment Plant site on
McReynolds Road.
2. Provide topographic data covering the existing structures at
Ray Roberts outfall, the proposed Pump Station site, the Raw
Water line route and the Treatment Plant site.
3. Provide boundary information along with a description of the
proposed easement across the Corps. of Engineers lands
traversed by the Raw Water line.
4. Coordinate the establishment of Global Positioning System
(GPS) control and monumentation and adjusting data between
the different base datums and phases of the entire project.
One permanent GPS monument will be set on the Main Treatment
Plant site at the location approved by the City.
The topographic information to be used for the design portion of
the project will be provided in accordance with the following
recommended specifications:
The survey requirements for the 42-inch water line from the Lake
Ray Roberts Water Pump Station to the Water Treatment Plant
are as follows:
Coleman & Associates shall furnish the City the survey data in an
electronic note format on an AUTOCAD diskette. We request that
the survey electronic notes tie the various objects to the left
or right of the survey baseline stationing, and that the survey
baseline follow the approximate alignment of the proposed water
line as closely as possible.
The survey information to be tied horizontally and vertically is
listed as follows:
Horizontal Ties Items
1. Survey Baseline (Bearings,
Distances, P.I.$).
Vertical Data Required
1. Grnd shots @ 100 foot
stations and at major
breaks greater than 2
feet between stations.
Two benchmarks spaced
along survey route.
2. Fences (note type). 2. Not Applicable (N/A).
3. Road/Street Crossing 3. Grnd shots at R.O.W.'s,
(note type and width F/L ditches, and edge
of pavement & R.O.W.). of pavement.
4. Existing structures that 4. Top and toe of structure.
may affect construction
(i.e., bridges, piers,
abutments slope
protection, etc.).
9
5.
Existing utilities to
5.
Some
utilities will
include, but not limited to:
require being exposed.
a. Underground and
a.
N/A
overhead telephone.
b. Underground and
b.
N/A
overhead electric.
C. Underground cable
C.
N/A
vision.
d. Gas and petroleum
d.
Size and top of pipe
pipelines.
Note contact info.
if available.
e. Water lines.
e.
Size, type and top
of pipe
f. Wastewater collection
f.
Top, F/L's in man -
lines (manholes), if
holes, line size,
any.
type of pipe
g. Culverts.
g.
F/L's, size and type
h. Water valves, clean -outs,
h.
Top of operating
blow -offs, airvalves.
nut, top of cover,
size
i. Street lights.
i.
N/A
Angle of intersection of utility
with survey baseline should be
noted.
6.
Ties to roadways, edge of
6.
N/A
pavements, paralleling
survey baseline.
7.
Trees and scrubs larger
7.
N/A
than 6 inches in diameter.
8.
Water meters, water wells,
8.
N/A
septic tanks, lateral
lines and fire hydrants.
9.
Driveways, sidewalks (note
9.
N/A
width and type).
EXHIBIT B
RATE SCHEDULE
(EFFECTIVE: JANUARY 1, 1990)
FIELD CREWS: (Fully equipped with customary supplies and materials)
One Man (with Truck)
$
40.00
per
hour
Two Man Crew
$
65.00
per
hour
Three Man Crew
$
80.00
per
hour
Four Man Crew - One Truck
$
95.00
per
hour
- Two Trucks
$115.00
per
hour
OFFICE:
Drafting, Calculations, Research, etc.
$
30.00
per
hour
Typing, Note Reduction, General
$
22.50
per
hour
CAD Computer time
$
25.00
per
hour
Reg. Professional Land Surveyor
$
50.00
per
hour
Reg. Professional Engineer
$
55.00
per
hour
Prof. Expert Witness in Court
$
75.00
per
hour
DRIVE TIME: (as required if over 1 hour round trip)
Two Man Crew $ 45.00 per hour
Three Man Crew $ 55.00 per hour
DIRECT EXPENSES: (As defined in Section 5)
Actual cost times a multiplier of 1.00
SUB -CONTRACT EXPENSES: (As defined in section 5)
Actual cost times a multiplier of 1.15
NOTE: Time charged to the project will be billed at the above rates.
This includes productive time spent which affects the outcome of the
project. Time spent on in-house administrative procedures connected
with the project tasks is not chargeable at the above rates. Time spent
accumulating and preparing non -technical information required for the
project is chargeable.
C E R T I F I C A T E
EXHIBIT "C"
O F I N S U R A N C E
DATE: 03/21/90
ry ODUCER
Leick 8 Associates
67ZJ Dallas Drive
Denton , TX 76205
(S17) 397-6131
INSURED
Coleman S Associates Surveying; William M Coleman
D Associates Inc
P 0 BOX 686
Denton Tx 76202
: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
! NO RIGHT UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
---- COMPANIES AFFORDING COVERAGE
`— COMPANY ATrinity Universal Insurance Co
LETTER
- -------------'-----------------
:COMPANY B
LETTER
COMPANY C
LETTER
——— — - — — - —
COMPANY D— —
LETTER
COMPANY E
LETTER =
--- COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD •
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS :
CERTIFICATE HAY BE ISSUED OR NAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY RAVE BEEN REDUCED BY PAID CLAIM
--��-- w �_----�: POLICY POLICYCo :EFFECTIVE :EXPIRATION:
LTR: TYPE OF INSURANCE POLICY NUMBER DATE DATE 1 ALL LIMITS IN THOUSANDS
GENERAL LIABILITY 1 GENERAL AGGREGATE S 1000
A [XI COMMERCIAL GENERAL LIABILITY TCPS14320DOCE : 03/22/90 1 03/22/91 : PRODUCTS-COMP/CPS AGGREGATE S _
E)0 [ I CLAIM MADE IXI OCCURRENCE : : PERSONAL 11 ADVERTISING INJURY S 5*00
[ 104ERIS f CONTRACTORS PROTECTIVE: : EACH OCCURRENCE S SDO
[ ] : FIRE DAMAGE (AN' ONE FIRE) S s0
[ l : MEDICAL EXPENSE(AN' ONE PERSOMS 5
AUTOMOBILE LIABILITY 1
CSL 1 S 300 i 1
A 00 ANY AUTO : TCA641245901 : 03/22/90 : 03/22/91 :------ -----1
[ I ALL OHMED AUTOS : : BODILY INJURY i
[ I SCHEDULED AUTOS : (PER PERSON) S 1
(XI HIRED AUTOS -- -------•
t)a NAM -OWED AUTOS : BODILY INJURY
[ I GARAGE LIABILITY : (PER ACCIDENT) S
PROPERTY
1 DAMAGE S
EXCE55 LIABILITY : EACH OCCURRENCE 1 AGGREGATE
E I LMBRELIA FORM---�--- — 1
[ I OTHER 11-M UMBRELLA S S
STATUTORY 1
WRI(ERS, COMPENSATION : Tx Work Compensation:
AND : Assigned Risk 1 S (EACH ACCIDENT)
E14PLOMSO LIABILITY : Cert to Follow : S (DISEASE -POLICY LIMIT)
S (DISEASE -EACH EMPLOYEE):
. OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEMICLES/SPECIAL. ITEMS 1
Professional Liability application sent 1
CERTIFICATE HIDER =_==----=_—•-_--=== CANCELLATION
! VOLLD AWt tr 4}fE ABOVE DESCRIBED POLIC195 BE CANCEtJ.iD BEFORE 7K EX- i
City of Denton : PIRATION DATE THEREDF, THE ISSUING COMPANY WILL OMAVOR 16 NAIL
215 E McKinney : 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Denton Tx 76201 : LEFT, BUT FAILURE TO MAIL SUCH NOTICE 5H41LL IMPOSE NO OBLIGATION OR
: LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
I '