Tax 2011-AG110613/�!i �1►`117�:�x�I119T.y11� �C�77►1 l
T H E C t T Y O F
COPPELL
DEPT: Engineering
DATE: June 14, 2011
ITEM #: 12
WORK SESSION CONSENT IZI REGULAR
ITEM TYPE CONTRACT /BID or PROPOSAL
ITEM CAPTION:
Consider approval of a contract with JQ Infrastructure in the amount of $146,940.00 for the design of Vanbebber Drive
and Sandy Knoll Drive as provided for by the' /4 Cent Sales Tax for Street Maintenance; and authorizing the City
Manager to sign and execute necessary documents.
GOAL(S):
EXECUTIVE SUMMARY:
This contract will allow the City of Coppell to continue residential street improvements throughout the City of Coppell.
Staff will be available to answer any questions at the Council meeting.
FINANCIAL COMMENTS:
Funds for this contract are available from the 1/4 per cent sales tax for street maintenance.
RECOMMENDED ACTION:
ACTION TAKEN BY COUNCIL:
Staff recommends approval of this design contract.
APPROVED BY
CITY COUNCIL
ON ABOVE DATE
Motion to Approve
M - Brancheau
S - Hunt
Vote - 7 -0
1 # Quarter cent tax design contract
MEMORANDUM
TO: Mayor and City Council
VIA: Kenneth M. Griffin, P.E., Director of Engineering/Public Works
FROM: Keith R. Marvin, P.E., Project Engineer
DATE: June 14, 2011
RE: Consider approval of a contract with JQ Infrastructure in the amount
of $146,940.00 for the design of Vanbebber Drive and Sandy Knoll
Drive as provided for by the 1 /4 Cent Sales Tax for Street
Maintenance; and authorizing the City Manager to sign and execute
necessary documents.
This item continues our efforts at replacement of street infrastructure that has exceeded
its life expectancy. This work is being funded by the 1 /4 cent sales tax allocated to street
maintenance, and approved by the voters in November 2007.
The two streets included in this contract are Vanbebber Drive and Sandy Knoll Drive.
These two streets are located south of Sandy Lake Road between Denton Tap Road and
Moore Road. This contract proposal is for surveying and design services for Vanbebber
Drive (from Denton Tap Road to Heartz Road), and Sandy Knoll Drive (from Sandy
Lake Raod to Woodhurst Drive). These streets are shown on the attached exhibit as Tax
2011.
JQ Infrastructure is based in Dallas, Texas, and is a multi disciplinary engineering firm.
While the city has not previously used this firm, the principal in charge and project
manager for our project has performed work for the City in the past. The City has
interviewed all members of the proposed project team, checked references from current
and past clients and reviewed plans produced for similar projects. It is our opinion that
this firm is qualified, and capable of completing this project.
Staff recommends approval of this design contract in the amount of $146,940.00 as
provided by the 1 /4 Cent Sales Tax for Streets Maintenance. Staff will be available to
answer any questions at the Council meeting.
POSITION RATE/HR.
PRINCIPAL
$185
SENIOR PROJECT MANAGER (PE)
$140
ENGINEER (PE)
$120
CONSTRUCTION SERVICES (PE)
$125
ENGINEER (EIT)
$105
DESIGNER
$90
TECHNICIAN /DRAFTER
$75
ADMINISTRATION
$50
EXPENSES
Plotting
Printing
Bond
$4.00 per plot
Bluelines /Blacklines
$0.55 per square foot
Color
$15.00 per plot
Offset and Xerox Copies /Prints
$0.10 per side copy
Vellum
$11.50 per plot
Color Copies /Prints
$0.50 per side copy
Mylar
$15.00 per plot
Binding
$0.75 per book
Travel
47¢ per mile
OTHER DIRECT EXPENSES
Other direct expenses are reimbursed at actual cost times multiplier of 1.15. They
include outside printing and reproduction expense, communication expense, travel,
transportation and subsistence away from Dallas and other miscellaneous expenses
directly related to the work, including costs of laboratory analysis, tests, and other work
required to be done by independent persons other than staff members.
Effective January, 2011
Adjusted annually
972 392.7340 PHONE
JW.[4M
4� dp � C9
i N o
I+yy l I c-1j' L lil �.= p ".. —' ' r� IN l
- L
Ni
im
vy
L
IL
ON)l F �...,# � ` � Y� � { L ` D i `' I :ti• u �` , s` `'mot
.. ��
'r t Vl
ON S `� 1•
���•a;5 dia �w �. "''a � �i z °
' [,"` - ' r ;, As.`¢ 1.; sae ay A ,j,P� � Q,y
cl
r
t_
s
LO
LL
to ANblaou -N 7
co
' 210 SNOWIiVIS ,w 7 `, a� a ` •, -, 4 U
I S
Ln
II A
Od ZidV3H
L 4 i 'Lr�t L_
Fi
210 N310 W 3RLV,3H
i ee 3M W U
y
- J a . 8a OOOM39034 i 19 co
�' ` ! rf r � '� ��': Y. �� 4b �_ � \ ._ {L V
I IW Q W
u m
y W F
ca
f p t
0210-iX ,.
i
t D_ �rt 21SL .Od31� r hv
w kli
�Q 210 +�. NoA3a p (O
zo
ka Sao W 21d821V Q'. �2 +' U
CL
CITY OF COPPELL
CONSULTING ENGINEERS CONTRACT
STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS §
CITY OF COPPELL §
THIS ENGINEERING SERVICES CONTRACT, hereinafter referred to as
"Contract," made, entered into and executed this the 2.9 day of J� , 2011, by
and between the City of Coppell acting by and through the City Manager with approval of the City
Council hereinafter referred to as "City ", and JQ Infrastructure, hereinafter referred to as
"Engineer".
WITNESSETH
WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter
referred to as "Services ", in connection with the Reconstruction of Vanbebber Road and Sandy
Knoll Drive, hereinafter referred to as the "Project "; and
WHEREAS, the Engineer is acceptable to the City and is willing to enter into a Contract
with the City to perform the hereinafter defined Services necessary to complete the Project; and
WHEREAS, said Services shall be as defined herein and in the detailed Basic Services,
Attachment A, and Special Services, Attachment B, incorporated herein by attachment and by
reference; and
WHEREAS, this contract shall be administered on behalf of the City by its City Engineer
or his duly authorized representative. The Engineer shall fully comply with any and all
instructions from said City Engineer.
AGREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual
covenants and agreements herein contained, do mutually agree as follows:
The City agrees to retain the Engineer, and the Engineer agrees to provide Services in connection
with the Project as defined herein, and for having rendered such Services the City agrees to pay to
the Engineer fee for these Services as mutually agreed. All Services under this Contract shall be
performed under the direct supervision of the City Engineer.
1. Scope of Services,
A. Basic Services Parts I & II: The work tasks and activities to be performed and
deliverable to be provided by the Engineer shall be in accordance with Attachment
A, Scope of Services, including modifications to the Basic Services as mutually
agreed to by the City and the Engineer in accordance with the provisions of this
Contract.
B. Additional Services Not Included In Basic Services: When mutually agreed to in
writing by the City and the Engineer, the Additional Services shall be provided by
the Engineer. These Additional Services are not included as a part of Basic
Services and shall be paid for by the City in addition to payment for Basic
Services. Should it be determined that one or more of the requirements of this
Contract conflict with the requirements of the Scope of Services, including
modifications to the Scope of Services or any attachments to this contract; the
requirement of the Contract shall govern.
2. Progress Schedule. Within ten (10) days after receiving Notice to Proceed (NTP) the
Engineer shall submit to the City a Schedule of Services consisting of a listing of the
major Project tasks, the estimated consultant hours required to perform the tasks, the
percentage of the Contract budget estimated to be allocated to each task and a bar chart
schedule showing task beginning and completion dates. Significant milestones for the
Project shall be identified. At a minimum, milestones shall be provided for the three
design submittals described in Attachment A, Scope of Services: Conceptual Design
Submittal, Preliminary Design Submittal, and Final Plans, Specifications, and Estimate
(PS &E) Submittal. Based on Schedule of Services, the City shall compile Attachment D,
Project Schedule which shall become a part of this Contract upon approval of the Engineer
and the City. The Engineer shall provide to the City information to report and monitor
the design tasks within the Project Schedule by completing a "Design Progress Report" on
a form provided by the City. The Engineer shall complete and provide to the City said
report at two week intervals.
Page 2
3. Compensation.
A. Basic Services Fee: The Engineer shall be paid a fee for Basic Services under this
Contract pursuant to the Fee Schedule described in Attachment A, Scope of
Services. Basic Services Fee shall not exceed the lump sum of One hundred and
forty -six thousand, nine hundred and forty dollars ($146,940.00) provided,
however, that modifications to the Basic Services, or other conditions defined
herein may necessitate a change of Fee which shall be reduced to writing and
approved by the City or its designee.
D. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services Part I and /or Basic Services Part II on or before the twenty
fifth (25th) calendar day of the month, or the preceding business day if the twenty
fifth occurs on a weekend and /or observed holiday. Payment shall be based on the
invoices submitted to the City, provided that Services completed as indicated in the
Design Progress Reports approved by the City equals or exceeds the increment
percentage requested on the Engineer's invoices. Engineer's invoices to City
shall provide complete information and documentation to substantiate Engineer's
charges and shall be in a form to be specified by the City Engineer. Should
additional documentation be requested by the City Engineer the Engineer shall
comply promptly with such request.
E. Payments: All payments to Engineer shall be made on the basis of the invoices
submitted by the Engineer and approved by the City. Following approval of
invoices, City shall endeavor to pay Engineer promptly, however, under no
circumstances shall Engineer be entitled to receive interest on amounts due. The
City, in compliance with Texas State law, shall process a maximum of one
payment to the Engineer per month. City reserves the right to correct any error
that may be discovered in any invoice whether paid to the Engineer or not, and to
withhold the funds requested by the Engineer relative to the error.
4. Fee Increases. Any other provision in this Contract notwithstanding, it is specifically
understood and agreed that the Engineer shall not be authorized to undertake any Services
pursuant to this Contract requiring the payment of any fee, expense or reimbursement in
addition to the fees stipulated in Article 3 of this Contract, without having first obtained
specific written authorization from the City. The written authorization for additional
Services shall be in the form of a Modification to the Scope of Services approved by the
City Engineer and /or the City Council, if required.
Page 3
5. Modifications to the Scope of Services. Either the Engineer or the City Engineer may
initiate a written request for a Modification to the Scope of Services when in the opinion of
the requesting Party, the needs and conditions of the Project warrant a modification. Upon
the receipt of a request by either Party, the Engineer and the City Engineer shall review
the conditions associated with the request and determine the necessity of a modification.
When the Parties agree that a modification is warranted, the Engineer and the City
Engineer shall negotiate the specific modification(s) and any changes in the Total
Maximum Fee or Project Schedule resulting from the modification(s). Approval of a
modification shall be in the form of a written Modification to the Scope of Services which
clearly defines the changes to the previously approved Scope of Services, Fee and /or
Project Schedule. Said written Modification shall be approved by Engineer, authorized by
the City Council, if required, and issued by the City Engineer. Issuance of the approved
Scope of Services modification shall constitute a notice to proceed with the Project in
accordance with the modified Scope of Services. The City Engineer may issue written
Modifications to the Scope of Services without prior approval of the City Council when the
modifications are to be accomplished within the authorized Total Maximum Fee and do not
materially or substantively alter the overall scope of the Project, the Project Schedule or
the Services provided by the Engineer.
6. Project Deliverables. For each submittal identified in Attachment A, Scope of Services,
the Engineer shall provide the City with number of complete sets of drawings
specifications and electronic file copies as described in Attachment A.
A transmittal letter shall be included with the Environmental Reports and shall include an
executive summary outlining: a.) Findings of the Reports; b.) Conclusions; c.)
Recommendations; and d.) Mitigation/remediation cost estimates.
7. Project Control. It is understood and agreed that all Services shall be performed under
the administrative direction of the City Engineer. No Services shall be performed under
this Contract until a written Notice to Proceed is issued to the Engineer by the City
Engineer. In addition, the Engineer shall not proceed with any Services after the
completion and delivery to the City of the Conceptual Design Submittal, Preliminary
Design Submittal, or the Final PS &E Submittal as described in the Basic Services without
written instruction from the City. The Engineer shall not be compensated for any
Services performed after the said submittals and before receipt of City's written instruction
to proceed.
8. Partnering. The City shall encourage participation in a partnering process that involves
the City, Engineer and his or her sub - consultants, and other supporting jurisdictions
and /or agencies. This partnering relationship shall begin at the Pre - Design Meeting and
continue for the duration of this Contract. By engaging in partnering, the parties do not
intend to create a legal partnership, to create additional contractual relationships, or to in
any way alter the legal relationship which otherwise exists between the City and the
Page 4
Engineer. The partnering effort shall be structured to draw on the strengths of each
organization to identify and achieve reciprocal goals. The objectives of partnering are
effective and efficient contract performance and completion of the Project within budget,
on schedule, in accordance with the Scope of Services, and without litigation. Participation
in partnering shall be totally voluntary and all participants shall have equal status.
9. Disputes. The City Engineer shall act as referee in all disputes under the terms of this
Contract between the Parties hereto. In the event the City Engineer and the Engineer are
unable to reach acceptable resolution of disputes concerning the Scope of Services to be
performed under this Contract, the City and the Engineer shall negotiate in good faith
toward resolving such disputes. The City Engineer may present unresolved disputes
arising under the terms of this Contract to the City Manager or designee. The decision of
the City Manager or designee shall be final and binding. An irreconcilable or unresolved
dispute shall be considered a violation or breach of contract terms by the Engineer and
shall be grounds for termination. Any increased cost incurred by the City arising from such
termination shall be paid by the Engineer.
10. Engineer's Seal. The Engineer shall place his Texas Professional Engineers seal on all
engineering documents and engineering data prepared under the supervision of the
Engineer in the performance of this Contract.
11. Liability. Approval of the Plans, Specifications, and Estimate (PS &E) by the City shall
not constitute nor be deemed a release of the responsibility and liability of Engineer, its
employees, subcontractors, agents and consultants for the accuracy and competency of
their designs, working drawings, tracings, magnetic media and /or computer disks,
estimates, specifications, investigations, studies or other documents and work; nor shall
such approval be deemed to be an assumption of such responsibility by the City for any
defect, error or omission in the design, working drawings, tracings, magnetic media and /or
computer disks, estimates specifications, investigations, studies or other documents
prepared by Engineer, its employees, subcontractors, agents and consultants. Engineer
shall indemnify City for damages resulting from such defects, errors or omissions and
shall secure, pay for and maintain in force during the term of this Contract sufficient errors
and omissions insurance in the amount of $250,000.00 single limit, with certificates
evidencing such coverage to be provided to the City. The redesign of any defective work
shall be the sole responsibility and expense of the Engineer. Any work constructed, found
to be in error because of the Engineer's design, shall be removed, replaced, corrected or
otherwise resolved at the sole responsibility and expense of the Engineer. The parties
further agree that this liability provision shall meet the requirements of the express
negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this
provision is conspicuous.
12. Indemnification. Engineer shall indemnify, hold harmless and defend the City of
Coppell, its officers, agents and employees from any loss, damage, liability or expense,
Page 5
including attorney fees, on account of damage to property and injuries, including death, to
all persons, including employees of Engineer or any associate consultant, which may arise
from any errors, omissions or negligent act on the part of Engineer, its employees, agents,
consultants or subcontractors, in performance of this Contract, or any breach of any
obligation under this Contract. It is further understood that it is not the intention of the
parties hereto to create liability for the benefit of third parties, but that this agreement shall
be solely for the benefit of the parties hereto and shall not create or grant any rights,
contractual or otherwise to any person or entity. The parties further agree that this
indemnification provision shall meet the requirements of the express negligence rule
adopted by the Texas Supreme Court and hereby specifically agree that this provision is
conspicuous.
13. Delays and Failure to Perform. Engineer understands and agrees that time is of the
essence and that any failure of the Engineer to complete the Services of this Contract
within the agreed Project Schedule shall constitute material breach of this Contract. The
Engineer shall be fully responsible for its delays or for failures to use diligent effort in
accordance with the terms of this Contract. Where damage is caused to the City due to the
Engineer's failure to perform in these circumstances, the City may withhold, to the extent
of such damage, Engineer's payments hereunder without waiver of any of City's
additional legal rights or remedies. The Engineer shall not be responsible for delays
associated with review periods by the City in excess of the agreed Project Schedule.
14. Termination of Contract. It is agreed that the City or the Engineer may cancel or
terminate this Contract for convenience upon fifteen (15) days written notice to the other.
Immediately upon receipt of notice of such cancellation from either party to the other, all
Services being performed under this Contract shall immediately cease. Pending final
determination at the end of such fifteen -day period, the Engineer shall be compensated on
the basis of the percentage of Services provided prior to the receipt of notice of such
termination and indicated in the final Design Progress Report submitted by the Engineer
and approved by the City.
15. Personnel Qualifications. Engineer warrants to the City that all Services provided by
Engineer in the performance of this Contract shall be provided by personnel who are
appropriately licensed or certified as required by law, and who are competent and qualified
in their respective trades or professions.
16. Quality Control. The Engineer agrees to maintain written quality control procedures.
The Engineer further agrees to follow those procedures to the extent that, in the
Engineer's judgment, the procedures are appropriate under the circumstances.
17. Ownership. All Engineer's designs and work product under this Contract, including but
not limited to tracings, drawings, electronic or magnetic media and /or computer disks,
estimates, specifications, investigations, studies and other documents, completed or
Page 6
partially completed, shall be the property of the City to be used as City desires, without
restriction; and Engineer specifically waives and releases any proprietary rights or
ownership claims therein and is relieved of liability connected with any future use by City.
Copies may be retained by Engineer. Engineer shall be liable to City for any loss or
damage to such documents while they are in the possession of or while being worked upon
by the Engineer or anyone connected with the Engineer, including agents, employees,
consultants or subcontractors. All documents so lost or damaged while they are in the
possession of or while being worked upon by the Engineer shall be replaced or restored by
Engineer without cost to the City.
18. Project Records and Right to Audit. The Engineer shall keep, retain and safeguard all
records relating to this Contract or work performed hereunder for a minimum period of
three (3) years following the Project completion, with full access allowed to authorized
representatives of the City upon request for purposes of evaluating compliance with
provisions of this Contract. Should the City Engineer determine it necessary, Engineer
shall make all its records and books related to this Contract available to City for inspection
and auditing purposes.
19. Non Discrimination. As a condition of this Contract, the Engineer shall take all necessary
action to ensure that, in connection with any work under this Contract it shall not
discriminate in the treatment or employment of any individual or groups of individuals on
the grounds of race, color, religion, national origin, age, sex or physical impairment
unrelated to experience, qualifications or job performance, either directly, indirectly or
through contractual or other arrangements.
20. Gratuities. City of Coppell policy mandates that employees shall never, under any
circumstances, seek or accept, directly or indirectly from any individual doing or seeking
to do business with the City of Coppell, loans, services, payments, entertainment, trips,
money in any amount, or gifts of any kind.
21. No Waiver. No action or failure to act on the part of either Party at any time to exercise
any rights or remedies pursuant to this Contract shall be a waiver on the part of that Party
of any of its rights or remedies at law or contract.
22. Compliance with Laws. The Engineer shall comply with all Federal, State and local
laws, statutes, City Ordinances, rules and regulations, and the orders and decrees of any
courts, or administrative bodies or tribunal in any matter affecting the performance of this
Contract, including without limitation, worker's compensation laws, minimum and
maximum salary and wage statutes and regulations, and licensing laws and regulations.
When required, Engineer shall furnish the City with satisfactory proof of compliance
therewith.
Page 7
23. Severability. In case one or more of the provisions contained in this Contract shall for any
reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality or
unenforceability shall not affect any other provisions hereof and this Contract shall be
construed as if such invalid, illegal or unenforceable provision had never been contained
herein.
24. Venue. With respect to any and all litigation or claims, the laws of the State of Texas shall
apply and venue shall reside in Dallas County.
25. Prior Negotiations. This Contract supersedes any and all prior understandings and
agreement by and between the Parties with respect to the terms of this Contract and the
negotiations preceding execution of this Contract.
26. Contacts. The Engineer shall direct all inquiries from any third party regarding
information relating to this Contract to the City Engineer.
Page 8
27. Notification. All notices to either Party by the other required under this Contract shall be
delivered personally or sent by certified U.S. mail, postage prepaid, addressed to such
Party at the following respective addresses:
City: City of Coppell, Texas
Engineer: JQ Infrastructure
C. Raajan Mehta, P.E.
2105 Commerce St., Ste. 200
Dallas, Texas 75201
IN WITNESS WHEREOF, the City of Coppell, Texas and the Engineer has caused these
presents to be executed by duly authorized representatives on the day and year set forth above.
THE CITY OF COPPELL ENGINEER: JQ Infrastructure
BY: BY:
City anager laa ehta, P.E. - Principal
Date: 6 /2 k I L0 a Date: G 17.0 /11
ATTEST: ATTEST:
>)r
(CORPORATE SEAL)
Page 9
ATTACHMENT "A" BASIC SERVICES
Task 1 - General Requirements
ENGINEER shall perform all general administrative duties associate with the project, including
progress monitoring, scheduling, general correspondence, office administration and invoicing.
These duties include maintaining day to day contact and liaison with the OWNER, ensuring
the needs of the OWNER are met in a timely manner and ensuring that the work is executed in
accordance with the work plan, budget and schedule.
ENGINEER will attend one (1) Project Kickoff Meeting and will attend up to six (6) Project
Progress Meetings during the design phase of the project.
ENGINEER will prepare notes, minutes, memorandums and reports and provide copies of
these documents as required by the OWNER as required for completion of tasks outlined this
Scope of Work.
Limits of Project
The general limits of this project can be defined as follows:
1. Vanbebber Road - From north Right -of -Way boundary to south Right -of -Way
boundary, from east intersection of Vanbebber Road and Denton Tap Road, to
west intersection of Vanbebber Road and Heartz Road, approximately 1,300
linear feet.
2. Sandy Knoll Drive - From east Right -of -Way boundary to west Right -of -Way
boundary, from south intersection of Sandy Knoll Drive and Sandy Lake Road
to north intersection of Sandy Knoll Drive and Woodhurst Drive, approximately
2,000 linear feet.
Task 2 - Survey
ENGINEER will provide services of a State of Texas Registered Professional Land Surveyor
to provide boundary, right -of -way, and topography survey of Vanbebber Road, approximately
1,300 linear feet from Denton Tap Road to Heartz Road, and Sandy Knoll Drive,
approximately 2,000 linear feet from Sandy Lake Road to Woodhurst Drive, for the design of
road pavement, sidewalk, and utility reconstruction. Scope of Work includes the following:
1. Coordination with the City of Coppell to provide survey notification and /or right -of-
entry letters to adjacent property owners.
Page 10
2. Horizontal and vertical survey control will be based on the City of Coppell Geodetic
Control Network.
3. As a minimum, provide a temporary benchmark every 1,000 feet. Temporary
benchmarks will not be placed on curbs, sidewalks, or in pavements subject to
reconstruction.
4. Research Dallas County Appraisal District records for property owner names and
property addresses.
5. Research Deed Records of Dallas County, Texas, for right -of -way lines, sidewalk
easements along Vanbebber Road, and adjacent lot boundary or parcel boundary
information.
6. Locate and measure property boundary monuments to verify the right -of -way
location.
7. The topography survey will include the entire street right -of -way width. Cross
sections will be measured every 50 feet from right -of -way line to right -of -way line,
including all grade breaks and visible improvements inside the right -of -way and a
minimum of 10 feet outside of the right -of -way.
8. The topography survey will extend 100 feet in all directions at every street
intersection and at every alley intersection.
9. The topography survey will extend to either the front porch or finished floor
elevations of the houses fronting the project streets. Obtain sufficient field
information needed for the design of new sidewalks for compliance with the
American Disabilities Act.
10. Map the location of improvements including, but not limited to the following:
a. Curbs, curb gutters, sidewalks, driveways, driveway approaches, and
pavements
b. Esplanades or medians
c. Curb inlets and /or storm drains with flowline elevations
d. Storm drain manholes with flowline elevations and pipe sizes
e. Water meters and water valves. Provide top of nut elevations of water valves.
f. Fire hydrants
g. Wastewater manholes with flowline elevations and pipe sizes
h. Wastewater clean outs
i. Irrigation control valves
j. Gas meters and valves
k. Light poles, power poles, and down guy wires
Page 11
1. Electric transformers and boxes
m. Telephone pedestals and boxes
n. Traffic signal control boxes
o. Traffic signs and utility signs
p. Mailboxes
q. Privacy walls and retaining walls with height and type of material identified
r. Fences with height and type of material identified
s. Trees with their sizes and types identified
t. Shrubs and landscape areas
11. Provide finished floor elevations of the houses at the following addresses to verify
new grading design at the intersection of Sandy Knoll Drive and Shadowcrest Lane:
a. 401 Sandy Knoll Drive
b. 468 Shadowcrest Lane
c. 469 Shadowcrest Lane
d. 505 Shadowcrest Lane
12. Submit underground utility lines location request to Texas 811. Map the locations
of paint marks and /or pin flags left by utility locators.
EXCLUDED FROM THIS SCOPE
1. Subsurface utility engineering level "A" and level "B" investigation.
2. Subdivision platting.
3. Preparation of parcel plat with metes and bounds description for new easement exhibits.
4. Construction staking.
5. As -Built Survey
Task 3 — Detailed Design
ENGINEER will prepare detailed design drawings, specifications and bid documents for the
reconstruction of road pavement, sidewalk, and water, sewer and storm sewer at Vanbebber
Road, from Denton Tap Road to Heartz Road, and Sandy Knoll Drive, from Sandy Lake Road
to Woodhurst Drive, for the design. Scope of Work includes the following:
Page 12
1. Preparation of detailed plans and specifications, incorporating the OWNERS most
current design standards and details. Design plans will be prepared using AutoCadd
Version 2010. Digital files of all design plans will be delivered to the OWNER at
the completion of the project.
2. Plan reviews will be conducted at the 60 %, 90% and 100% design stages.
Comments from OWNER will be addressed and incorporated into each subsequent
review set and into the final signed and sealed bid documents.
3. Each set for OWNER review will be submitted in hardcopy format. Review plans
and specifications will be bound. Four (4) complete hardcopies of each review set
comprised of two (2) full size 22 x 34 drawings and two (2) half size 11 x 17
drawings and two (2) sets of specifications including bid documents, will be
delivered to the OWNER. One electronic copy of the complete review submittal set
including drawings and bid documents in a *.PDF format shall be delivered to the
OWNER. A single copy of electronic CADD drawing files formatted in AutoCadd
Version 2010 shall be delivered with each progress review submittal at OWNERS
request.
4. Design shall include the following:
a. Pavement removal and reconstruction within the limits of the project.
Horizontal, vertical profile and cross sections at 50 ft. intervals, and all
driveway, intersections, and alley crossings that do not fall at the 50 ft.
interval location.
b. Grading plans shall include the design of retaining walls as necessary to
achieve the proposed grades within the limits of the project.
c. Water pipeline removal and reconstruction including service connections up
including replacement of meter can and setter, hydrants, flushing
connections, etc., within the limits of the project. Meter replacement will be
shown at locations determined by the OWNER and meters shall be specified
to be provided by OWNER and installed by the contractor.
d. Sanitary sewer pipeline removal and reconstruction including all manholes,
lateral connections and service connections up to the right -of -way and within
the limits of the project.
e. Removal and replacement of sidewalks and design of additional sidewalks as
agreed upon by the OWNER and ENGINEER, within the limits of the
project.
f. Removal and replacement of drive approached and drives up to the right -of-
way or to a point as determined by the ENGINEER and approved by the
OWNER.
g. On and off -site drainage analysis and evaluation of existing storm water
conveyance capacity, both surface and storm sewer, for each roadway
segment included in this scope of work.
Page 13
h. Removal and replacement of storm sewer system and extension /expansion of
the storm sewer system within the limits of the project, as agreed upon by
OWNER and ENGINEER.
i. Signage and striping plan.
j. Preparation of traffic control notes and specifications.
5. ENGINEER shall deliver four (4) sets of bidding documents to the OWNER that
consist of two (2) full size 22 x 34 drawings and two (2) half size 11 x 17 drawings
and four (4) sets of specifications that include standard bid tab, bid forms, etc., and
technical specifications. A single copy of electronic CADD drawing files formatted
in AutoCadd Version 2010 shall be delivered with the bid document submittal at
OWNERS request.
6. At OWNERS discretion, the plans for Vanbebber Road and Sandy Knoll Drive may
be combined into a single set of construction documents or will be divided into two
separate construction projects.
Task 4 - Bidding Assistance
ENGINEER shall assist the OWNER during the construction phase and provide the following
services:
1. Attend up to two (2) pre -bid meetings, one meeting for each potential construction
project.
2. Respond in writing to all Contractor submitted questions, requests for clarification,
and requests for information (RFIs).
3. Publish all bid addenda including revisions to bid documents, specifications and
engineering plans.
4. ENGINEER shall reproduce, and distribute bid documents to prospective bidders in
either full size or half -size hardcopy format as requested by the prospective bidder.
ENGINEER shall maintain a current list of plan holders during the bidding period.
5. Review all bid tabulations and assist the OWNER in recommendation of award to
qualified contractor.
6. Combine all written addenda into a conformed set. Deliver fifteen (15) sets of plans
and specifications to OWNER that consist of ten (10) full size 22 x 34 drawings and
five (5) half size 11 x 17 drawings and fifteen (15) sets of specifications that include
completed bid tab, bid forms, etc., and technical specifications. A single copy of
Page 14
electronic CADD drawing files in formatted in AutoCadd Version 2010 and a
*.PDF file shall be delivered with conformed set submittal at OWNERS request.
Task 5 - Construction Phase Services
ENGINEER shall assist the OWNER during the construction phase and provide the following
services:
1. Attend one (1) public review /informational meeting per street at OWNERS request.
2. Attend pre - construction coordination meeting.
3. Attend a minimum of (6) construction progress meetings per street project
(minimum of 12 total meetings) to coordinate portions of the work related to the
ENGINEER's design.
4. Attend up to six (6) site visits to observe construction of portions of the work
related to the ENGINEER's design.
5. Perform review of submittals for work related to the ENGINEER's design.
6. Provide written responses to RFI submittals for work related to the ENGINEER's
design.
7. Provide review and written responses for Contractor Change Order Requests and
Requests for Information.
8. Attend one (1) walk - through to perform substantial completion review and generate
a written punch list of items for Contractor to complete.
9. Attend one (1) final walk- through to review the completed punch list.
10. Provide full -size original mylars, one (1) black line hardcopy, electronic PDF and
CADD formatted Record Documents that reflect the As -Built conditions. A single
copy of electronic CADD drawing files formatted in AutoCadd Version 2010 shall
be delivered with as -built submittal.
Page 15