ST9302-CS 930610 CITY OF COPPELL
SCOPE OF SERVICES
SANDY LAKE ROAD
AND
24" WATER LINE
A. PHASE ONE - CONCEPTUAL PLAN
1. Data Analysis: The Engineer shall analyze background information relevant
to the project and collected by the City of Coppell, including property and
topographic maps (supplied on magnetic media), plats, and maps and plans of
water, sewer, streets, drainage, current and future land use, including but not
limited to, planned developments and master plans (drainage and utility). The
City will collect from franchise utility and pipeline companies maps and
construction plans, if available, as well as obtain from the County of Dallas
design plans of Sandy Lake Road, east of McArthur Blvd.
2. Horizontal and Vertical Alignment Determination:
a. Develop the horizontal and vertical alignment of Sandy Lake Rd. from
Denton Tap Rd. to McArthur Blvd. using City property and topographic
maps. The alignment will be based on a six lane blvd. section and 110'
of proposed right-of-way. Vertical and horizontal alignments will be
verified during preliminary design with in-the-field cross-sections.
b. Determine the centerline/baseline alignment using AASHTO design
guidelines for horizontal and vertical sight and stopping distances.
c. Determine drainage patterns within street rights-of-way and design a
closed storm drainage system to convey runoff to existing outfall
locations. Coordinate drainage at Moore with improvements beyond the
project limits to be designed by the City.
d. Locate median openings and driveway approaches within the limits of the
project and make recommendations to City staff as to final geometry.
e. Meet with City staff to detern~ine areas of conflict between alignment
geometry and right-of-way needs. Make final presentation to staff on the
conceptual plan layout for ultimate six lane and four lane design.
City of Coppell
Preliminary Scope of Services
Page 2.
f. Obtain in writing from Owner acceptance of the Conceptual Design and
directive to proceed with Preliminary Design.
g. The Engineer will provide to the City for distribution to franchise
utilities, copies of the conceptual plans and any anticipated relocation
information available at that time to facilitate relocation design plans.
3. Design Survey: The Engineer's consultant shall perform field surveys
necessary to prepare preliminary and final design of the proposed
improvements. The survey shall include the following:
a. Establish three "satellite" points on the ground for horizontal control at
each end of the project limits and one at the approximate midpoint.
b. Establish vertical control points in the form of permanent bench marks
or temporary bench marks that are tied to available City survey vertical
control based upon USGS datum.
c. Make a topographic survey of existing features that may pertain to
construction activities. Features shall include, but not be limited to,
telephone poles, power poles, other visible utilities located on or above
the surface, fences, retaining walls, water meters, manholes, vaults,
sprinkler heads, and other permanent or temporary structures.
Buildings, trees, steps and other topographical features which may be of
interest to the City, area residents and adjacent property owners in
discussing proposed improvements shall also be located.
d. Abstracting plats and properties from the Dallas County Courthouse for
purposes of identifying property description, current ownership, street
address and legal address of properties along Sandy Lake Road, adjacent
to the proposed improve~nents.
e. Determine the horizontal and vertical location of known and/or apparent
underground utilities. In critical locations, utilities shall be uncovered
by the City or the entity responsible for the utility to obtain exact
locations. The Engineer shall coordinate with the City and the various
utility companies to expose necessary utilities.
f. Locate sufficient property comers throughout the project area in order
to determine the limits of existing rights-of-way or easements and
City of Coppell
Preliminary Scope of Services
Page 3.
develop sufficient references to the proposed improvements to determine
new fight-of-way and/or easement requirements.
g. Survey cross-sections at a maximum of 50-foot intervals of the existing
roadway for use during the design and calculation of construction
quantities.
h. Collect available survey data relative to the adjacent drainage channel,
for the areas upstream of McArthur Blvd. (a maximum of 1000 feet) and
review the same for applicability to drainage analyses and proposed
improvements.
i. Perform field surveys to collect data not otherwise obtained that is
necessary for the drainage analysis. Surveys shall be tied to existing
vertical control points provided by the City based upon USGS datum.
4. Landscape Design:
a. Meet with City staff to evaluate the project site for visual
quality/character, scenic view corridors, existing and anticipated land use
adjacent to the roadway, areas to be screened or buffered, maintenance
and safety concerns, and utility easements and drainage systems.
Document analytical conclusions in graphical form and prepare a
summary statement of project issues, opportunities and objectives for
presentation to city staff and citizen committee meetings. This work
shall include Sandy Lake Road from Denton Tap to McArthur Blvd., the
existing channel from McArthur Blvd. to 1000 feet west of McArthur
Blvd., the McArthur Blvd. and Sandy Lake Rd. intersection and the east
half of the Denton Tap Rd. and Sandy Lake Rd. intersection.
b. Develop up to three alternative design concepts in plan review, at a scale
appropriate to adequately convey their design intent. A select number
of cross-sections and details will be developed as needed to clearly
com~nunicate these alternatives. Relative cost projections of the three
alternatives will be developed and submitted with the design concepts.
5. Presentations and htblic Forums: The Engineer shall attend and participate
in a maximum of four (4) public forums to present the conceptual design of the
project to the citizens of the City. The Engineer shall prepare presentation
graphics for use at the public forums as deemed necessary by the Engineer to
City of Coppell
Preliminary Scope of Services
Page 4.
communicate the necessary information and the Engineer shall participate in
the presentations as deemed appropriate by the City staff.
B. PHASE TWO - PRELIMINARY DESIGN
1. Preliminary Plans: The Engineer shall prepare preliminary plans for the
accepted alignment plan that shall include the following:
a. Preliininary alignment of the proposed street improve~nents (4 lane and
6 lane), intersection geometry, drive approaches, median openings,
horizontal curve data with beginning and ending stations and centerline
geometry.
b. Determine the preliminary vertical alignment of the four and six lane
boulevard using actual field surveyed data to confirm conceptual design
topography. Station profile grade on 50 foot intervals using the outside
top of curb for the inside four lane design.
c. Preliminary alignment of the proposed drainage improvements including
approximate size and location of inlet and outlet structures, storm drain
laterals, leads and inlets.
d. Coordinate with City staff the horizontal and vertical location of storm
drain outfall systems to avoid conflicts with other design plans that
would provide for extending these facilities. (Ex.: Moore Road outfall
to provide for the north - designed by the City of Coppell.)
e. Identification of known utilities existing within the project limits and
their potential conflicts. Show proposed relocations of the same where
owned by the City. Assist the City in coordinating the relocation of
franchise utilities and the high pressure gas line. The City shall provide
preliminary roadway and city utility plans to these companies.
f. Determine impact of street grades and storm drain improvements on 30"
waterline. Develop design to lower segments of the 30" to avoid
conflicts. Review location of and impact that the relocation of 30" line
has on air/vacuum release valves. Determine new location of
air/vacuum valve riser pipe and possible vault around valve and pipe.
City of Coppell
Preliminary Scope of Services
Page 5.
g. Evaluate location, size, and impact of thrust blocking for relocation.
Determine the type of trench backfill and method for placement and
testing of same.
h. Evaluate alternative locations for 24" waterline and its impact on traffic
flow, location of air/vacuum valves, timing of construction and cost
versus location. Develop horizontal and vertical alignment of proposed
waterline, thrust blocking, air and vacuum, valve location and conflicts
with other utilities during construction. The limits of design and
construction for the 24" waterline will be from McAnhur Blvd. to the
west side of Denton Tap Rd.
i. Determine location of existing 8" and 16" waterlines within Sandy Lake
Road. Evaluate impact of proposed improvements on existing lines and
design for relocation if necessary.
j. Determine location for new fire hydrants per City requirements along
Sandy Lake Road and salvage existing hydrants. Verify horizontal and
vertical grades of new fire hydrant.
k. Design geometry of median openings, left turu lanes, and driveways.
Set grades on intersecting driveways and streets to provide acceptable
transitions up to and across Sandy Lake Road.
1. Design traffic signalization layout to include detector loop, controller
cabinet, mast arn~s and poles, and phasing. Include dry conduit
crossings for fi~ture signalization at secondary intersections.
m. Design layout of street lighting including but not limited to pole and light
fixture type, spacing, foundation, conduit size and location, and location
of transformer for primary/secondary feed.
Preliminary plans for this project shall be prepared at a scale of 1" equals 20
feet on single plan and profile sheets to such detail as is necessary to resolve
appropriate issues prior to preparation of final design plans. Preliminary plans
must be approved by the City prior to the Engineer commencing with the
preparation of final plans and contract documents.
City of Coppell
Preliminary Scope of Services
Page 6.
2. Landscape Plan:
a. Preliminary Design
Based on the preferred alternative concept and written authorization from
the City to proceed, the Engineer will undertake preliminary design on
the selected improvements in order to refine the concepts and establish
reliable estimates of Probable Construction Costs.
Using appropriate scaled plan sheets, prepare a schematic landscape plan
for Sandy Lake Road. The drawings, to be preliminary in nature, will
illustrate in plan and section the Engineer's recommendations for
plantings, lighting, walkways and landscape berming within the
boulevard rights-of-way. Cost variables will include quantity, type and
size of trees, and inclusion/exclusion of landscape features. The plans
will be accompanied by suggested budgets for the landscape
development.
The preliminary design plans, details, and projected costs will be
presented to, and discussed with, the City staff. Any design refinements
necessary prior to public presentation will be identified.
b. Following reviews by City staff and a public meeting, and approval of
the Schematic Design by the City, the selected concept will be revised
to show the following:
locations, dimensions and ~naterials for special paving location and
preliminary design of pedestrian amenities;
· light fixture type, size and location;
· location, type and spacing for plant materials;
· location for grading improvements and retaining walls.
c. Irrigation Design
(1) Coordinate with City staff as to styles and models of irrigation
equipment, location of controllers, sprinkler heads, double check
valves, metering, etc. to establish design guidelines for this project.
Identify preferred system components and manufacturers. Consider:
· Tuff grass rotor locations and type.
City of Coppell
Preliminary Scope of Services
Page 7.
· Tuff spray head locations and type.
· Subsurface/drip applications in shrub/ground cover beds.
· Supplemental tree irrigation.
· Style and method of solenoid valve installation.
· Use of soil moisture sensors, rain sensors, and temperature.
· Style of PVC pipe make-up system.
(2) Develop a conceptual plan of the overall area which illustrates the
location of points of connection to existing water supply lines and
electrical service.
(3) Coordinate with City staff and Landscape Architect those areas
requiring irrigation initially and those areas where future irrigation
is desired. Determine location of future sleeves/conduit to facilitate
expansion of irrigation system.
(4) Calculate typical water consumption and the cost of such for the
project area based on planting design.
(5) Coordinate with franchise utility to obtain power sources to run
controller and valves, location of secondary power feeds.
3. Geotechnical Investigation: The Engineer shall retain the services of a
qualified geotechnical engineering firm to obtain soil borings and perfom~ the
laboratory analyses of the samples obtained to facilitate the determination of
the general characteristics and classification of the soil in the project area.
The geotechnical engineer shall prepare a report recommending any special
requirements for excavation or embedment of below ground/underground
structures, foundation requirements for underground structures if a pan of the
proposed improvements and soil/rock classification for use by contractors
during the bidding phase of the project.
a. Identify geotechnical bore locations by cente~ine station offset and
elevation at existing ground adjacent to the edge of hole.
City of Coppell
Preliminary Scope of Services
Page 8.
b. Drill 20 borings to 20-foot depth (one boring per 500 linear feet of
roadway). Verify existing utility locations prior to drilling.
Backfill/patch bore holes at completion.
c. Laboratory Investigation will include:
· 120 Moisture content and laboratory classifications;
· 20 Atterburg Limits;
· 5 Lime Series;
· 1 Sulfate test per bore hole to check for lime-induced heaving
potential;
· Unconfined compressive strength tests;
· Unconsolidated Undrained Direct Shear tests for trench
cut/stability considerations, and;
· Unit weight determinations.
d. Engineering Analysis and Report:
· Provide summary of subsurface conditions;
· Provide recommendation for the optimum lime concentration
for subgrade stabilization;
· Co~nment on sulfate content testing and special
recommendations for subgrade treatment to prevent the
potential for lime-induced heaving;
· Provide recommendations for a temporary road (approximately
1-year life with no heavy trucks) during road construction
activities;
· Provide trench backfill methodology, compaction, and
placement comments; and,
· Provide four copies of the report.
4. Preliminary Cost Projection: The Engineer shall prepare and present to the
City along with the Preliminary Plans a preliminary cost projection for
construction of the proposed improvements. The Engineer's cost projection
shall be based upon the most recently available cost data for projects of a
similar nature and scope and the professional judgment of the Engineer. The
cost projection shall not be considered a guarantee of the construction cost of
the project or the bids that may be received on the project nor shall the cost
projection contain any allowance for costs associated with the acquisition of
rights-of-way and/or easements for the construction.
City of Coppell
Preliminary Scope of Services
Page 9.
5. Presentations and Public Forums: The Engineer shall attend and participate
in a maximum of two (2) public forums to discuss the preliminary design of
the project with the City Council, citizens and/or interest groups of the City.
The Engineer shall prepare presentation graphics for use at the public forums
as deemed necessary by the Engineer to communicate the necessary
information. The Engineer shall participate in the presentations as deemed
appropriate by the City staff.
C. PHASE THREE - FINAL DESIGN
1. Final Plans and Contract Documents: Upon acceptance of the preliminary
plans by the City, the Engineer shall prepare final plans and contract
documents suitable for the advertisement and receipt of bids for construction
of the relocation of the 30" waterline, 24" waterline, major utility adjustments,
storm drainage system, paving, lighting, sidewalks, landscaping and irrigation.
The final design submittal shall include the following:
a. Cover sheet with location map.
b. Plan and profile sheets of 24" water line improvements prepared on
single plan and profile sheets at a scale of 1 inch equals 20 feet
(horizontal) and 1 inch equals 2 feet (vertical).
c. Plan and profile sheets of the relocation of the City of Dallas 30" water
line prepared on single plan and profile sheets at a scale of 1 inch equals
20 feet (horizontal) and 1 inch equals 2 feet (vertical).
d. Water and sanitary sewer relocation plans prepared either on separate
plan and profile sheets or shown on drainage improvement plans.
e. Plan and profile sheets of paving improvements prepared on single plan
and profile sheets at a scale of 1 inch equals 20 feet (horizontal) and 1
inch equals 2 feet (vertical).
f. Drainage area map indicating drainage facilities with size of proposed
structures, area discharges, times of concentration and acreage of
drainage areas using hydrology consistent with that developed in the
Feasibility Study/Report Phase.
City of Coppell
Preliminary Scope of Services
Page 10.
g. Drainage computation sheet reflecting hydrologic and hydraulic
calculations for the proposed improvements.
h. Plan and profile sheets of drainage improvements prepared on single plan
and profile sheets at a scale of 1 inch equals 20 feet (horizontal) and 1
inch equals 2 feet (vertical), or included on the paving sheets at the
discretion of the Engineer.
i. A complete set of contract documents showing existing and new contour
lines, critical spot grades, cross sections of any proposed earth benns
detailing the size and shape of such berms, and other information
required for implementation of the grading plan.
j. Planting plans to locate and identify items of plant material to be used.
A plant list, including quantity, size and variety of materials, will appear
on the drawing.
k. Technical specifications not included in the standard specifications.
1. Irrigation:
(1) Irrigation design plan sheets indicating sprinkler head placement,
sleeving for water and wire routes, pipe routing and sizing,
controller locations, valve assignments to a controller, system
isolation valves and other miscellaneous items which convey the
ultimate final working product.
(2) Irrigation component assembly details.
(3) System programming schedules indicating mn times to apply 1" of
water.
(4) Technical specifications for irrigation.
m. Miscellaneous non-standard detail and typical sections shall be included
in the plans. Standard details provided by the City shall be incorporated
as furnished upon review by the engineer and shall not be computer
generated nor modified as part of the basic services included under this
contract.
City of Coppell
Preliminary Scope of Services
Page 11.
n. Contract documents including notice to bidders, instructions to bidders,
form of proposal, standard payment, performance and maintenance
bonds, standard form of agreement, special provisions, special
specifications and standard details. The Engineer shall prepare the
contract documents utilizing the North Central Texas Council of
Governments (NCTCOG) Standard Specifications for Public Works
Construction, including the general conditions of agreement. Technical
Specifications shall be based on State Department of Highways and
Public Transportation (SDHPT) and NCTCOG.
o. Provide construction control points approximately every 800' or the
nearest side street. Control points will be set outside of the limits of
proposed construction.
p. The final design plans and contract documents shall be sealed and signed
by a Professional Engineer, Registered Landscape Architect and Irdgator
licensed by the State of Texas.
2. Final Cost Projection: The Engineer shall prepare and present to the City
along with the final plans and contract documents a final cost projection for
construction of the proposed improvements. The Engineer's cost projection
shall be based upon the most recently available cost data for projects of a
similar nature and scope and the professional judgment of the Engineer. The
cost projection shall not be considered a guarantee of the construction cost of
the project or the bids that may be received on the project.
3. City Review: Upon completion of the final plans and contract documents, the
Engineer shall present two complete sets of the construction documents to the
City staff for review. Upon completion of the final review by the city, the
Engineer shall review the City's comments and incorporate the appropriate
revisions into the final documents prior to the bidding phase.
Each time the Engineer submits plans and specifications to the City, two (2)
copies of each shall be submitted. These will be reviewed and checked by the
City and returned to the Engineer for corrections. When the corrected copies
(two plan and two specifications) are returned to the City, the original
reviewed plans and specifications shall also be returned to the City.
Each set of plans shall be stamped "Preliminary" and dated by the Engineer
until approval of the plans by the City, whereupon the word "Preliminary"
City of Coppell
Preliminary Scope of Services
Page 12.
shall be omitted and the plans shall be stamped "Final" on the cover sheet and
dated by the Engineer.
4. Utility Coordination: The Engineer shall supply to the City for distribution to
utility companies, including but not limited to, franchised utilities and pipeline
companies which have facilities within the limits of the Project construction
plans for the Project. The above mentioned construction plans shall consist of
the following:
One set of approved and dated conceptual plans
One set of approved and dated preliminary plans
One set of approved and dated "final plans."
The City shall obtain from the utility companies, their best estimate of time
required for any necessary relocations.
The Engineer shall assist the City in coordinating with the utility companies
any proposed improvements, either on the surface, below the surface, or above
the surface, that ~nay be affected by the Project. This will include, but not be
limited to franchised utilities, City of Flower Mound, City of Dallas Water
Department, County of Dallas and pipeline companies, which have facilities
within the limits of the Project. The Engineer will indicate on the final plans
said proposed improvements both on plan and profile.
D. BIDDING
1. Advertisement for Bids: The Engineer shall, upon approval of the final plans
and contract documents, prepare the construction documents for advertisement
and bidding. The Notice to Bidders shall be submitted to the Purchasing
Department for sub~nittal to the newspaper of record of the City for
publication to advertise bids to be received on a date acceptable to the City.
Upon determination of the bid date, the Engineer shall print forty (40) sets of
the final construction documents, forward copies of the construction documents
to the local contractor organizations to be placed on file and be responsible for
the issuance of sets of documents to interested contractors from the Engineer's
office. The City shall be furnished three sets of final documents for use by the
staff and placement on file by the Purchasing Agent during the bidding
process. costs for printing of final bid documents shall be the responsibility
of the City. Additional copies will be printed at the request of the City.
City of Coppell
Preliminary Scope of Services
Page 13.
2. Opening of Bids: The Engineer shall attend the bid opening and assist in the
receipt and opening of bids if desired by the City staff. Upon completion of
the opening of bids the Engineer shall retain the bid documents for the
purposes of tabulation and evaluation of the bids. The contract documents
shall require bids be submitted in duplicate by the contractor.
3. Bid Tabulation and Recommendation of Award: The Engineer shall tabulate
the bids received to verify the low bid and other bids and shall review the
experience and qualifications of the low bidder to ascertain the ability of the
contractor to adequately perform the work proposed. Upon review of the low
bidder' s experience, qualifications, bid submitted and bonds, the Engineer shall
make a written recommendation of award of the contract, complete with a
tabulation of the bids, to the City for consideration by the staff and City
Council.
4. Preparation of Contract Documents: Upon award of the contract, the Engineer
shall prepare six sets of contract documents for execution by the contractor and
City. The Engineer shall forward said documents to the contractor for
execution and insertion of bonds and when returned the Engineer shall review
the documents for completion and compliance with the requirements of the
contract prior to forwarding the documents to the City for execution.
E. CONSTRUCTION ADMINISTRATION
1. Pre-Construction Conference: The Engineer shall participate in a pre-
construction conference with representatives of the City, the contractor and
necessary utility companies. The purpose of this conference shall be to
establish the conditions under which the work will be performed, identify the
individuals involved in the construction and construction administration, the
utility company representatives and others that may be involved, determine the
construction schedule and develop a working relationship early in the project.
2. Construction Observation: The Engineer shall make periodic visits to the
project site to observe the general progress and character of the work in
progress and determine in general if construction is proceeding in accordance
with the Construction Docmnents. The basic services of this contract shall
include a maxi~num of one visit per week to the project site during
construction at an average of three hours per visit.
City of Coppell
Preliminary Scope of Services
Page 14.
3. Other Construction Services:
a. The Engineer shall be available to provide interpretation of the plans,
review of shop drawings and submittals when desired by the City, and
review of periodic pay requests by the Contractor. The City shall have
primary responsibility for the review of shop drawings, submittals and
periodic pay requests and shall only require the services of the Engineer
on a limited basis.
b. The Engineer shall be available to review plant material photographs
provided by the contractor. Any professional services rendered at the
request of the City in the field selection of plant material shall be
considered additional services.
c. The Engineer shall locate and/or re-establish major construction control
points and limits of the easements in the field prior to commencement of
construction in a manner adequate for use by the Contractor. The
Contractor will be responsible for staking the separate aspects of the
project during the construction phase of the project and/or re-establishing
the control points if disturbed or destroyed.
4. Final Punch List and Recommendation of Acceptance: Upon substantial
completion of construction, the Engineer shall participate in a final walk-
through and punch list of the project to assist in developing a list of
deficiencies to be corrected by the contractor prior to final acceptance. Upon
completion of the punch list, the Engineer shall recommend acceptance of the
project in writing to the City staff.
F. ADDITIONAL SERVICES
1. Newsletter: The Engineer shall compose and publish a "Master Copy" of an
informational newsletter regarding the Sandy Lake Road Improvements on a
semi-regular basis. Distribution to residents of the area, City Council and
staff and other interested parties will be the responsibility of the City. The
newsletter shall be charged on a per issue basis. In developing each issue the
Engineer shall prepare a draft of the newsletter for review and comment by the
City staff. Upon review and approval by City staff, the Engineer shall publish
the "Master Copy" of each issue to the City for reproduction and distribution.
Each newsletter shall be a minimum of one and a maximum of two 8-1/2" x
11" pages produced by a personal computer based desktop publishing program.
City of Coppell
Preliminary Scope of Services
Page 15.
2. Additional Meetings - City Council and/or Citizen Committees: The Engineer
shall attend and participate in a maxi~num of six (6) public forum meetings,
as part of the basic services, to present design concepts and consideration to
the City Council and Citizenry Committee. Should additional public forum
meetings be requested by City staff, the Engineer shall attend and participate
in and be compensated for each meeting lump sum basis.
3. Additional Meetings - City Staff: The Engineer shall attend on average, one
meeting per month for the duration of design phase work (anticipated to be
two years), in all approximately twenty-five (25) meetings. Should additional
~neetings be requested by City staff, the Engineer shall attend and participate
in and be compensated for on a per each meeting lump sum basis.
4. For additional compensation, the Engineer shall breakout final plans and
develop contract documents for the intersection of Sandy Lake Road and
Moore Drive from the end of the left turn lanes of each street to include
paving, drainage, existing and proposed utilities and signalization upon request
by the City.
5. Hydrologic and Hydraulic Analysis: At the request of the City and utilizing
the data collected by the City and survey information obtained by the Engineer
during Phase One, the Engineer shall:
a. Review the available data regarding existing and proposed drainage
facilities to determine location, capacities, discharges and the applicable
drainage areas for each.
b. Determine the drainage basins and sub-basins for the project area in
question and develop storm drain discharges for current and fully
developed conditions for the 5, 25, 50 and 100-year events.
c. Analyze the existing drainage channel between McArthur Boulevard and
Mapleleaf Drive area to determine alternatives for improvements.
d. Develop design alternatives for conveyance improvement and aesthetic
enhancements between McArthur Blvd. and Mapleleaf Dr.
e. Review hydrologic and hydraulic analyses performed by others to
familiarize and incorporate the findings into the above analysis.
City of Coppell
Preliminary Scope of Services
Page 16.
6. Water System Analysis: Upon request of the City, the Engineer shall perform
a hydraulic water system analysis to evaluate the proposed water system
improvements proposed under this contract. This work shall include:
a. Collect data relative to the City of Coppell and City of Flower Mound
water system including; water system maps, pump and storage
information, existing hydraulic system models, operational criteria,
condition of individual components and water lines, diurnal demand
distributions for each pressure plane and other relative information
deemed necessary.
b. Update and edit previous hydraulic models to reflect existing conditions
and operational criteria and debug model for new computer analysis.
c. Revise demands on hydraulic model to reflect those conditions expected
during construction of relocating the 30" water main.
d. Revise demands on existing pump stations for expected average day
conditions and prorate performance criteria for the same.
e. Incorporate the diurnal demand distribution into the hydraulic models in
order to perform extended period simulations of the pressure planes.
f. Finalize model by reviewing internally and with City staff information
regarding pump performance and staging, on/off settings, tank
elevations, pressures, capacities and line conditions of 30" transmission
main.
g. Evaluate alternatives for the removal of the 30" water transmission ~nain
from service between McArthur Blvd. and Denton Tap Rd.
1. Cross-connect the City's 16" waterline at Denton Tap Rd. with the
30" City of Dallas waterline to facilitate the supply of potable water
to Flower Mound on an interim basis in order to expedite the
relocation of the 30" waterline within the project limits.
2. Cross-connect the City's proposed 24" waterline at Denton Tap Rd.
with the 30" City of Dallas waterline to facilitate the supply of
potable water to the City of Flower Mound on an interim basis to
expedite the relocation of the 30" waterline within the project limits.
City of Coppell
Preli~ninary Scope of Services
Page 17.
3. Installation of an in-line booster pump along the 30" transmission
main to offset deficiencies in pressure or head caused by the cross-
connection with the City of Coppell.
4. Cross-connect the City's system and supplement additional demand
needs with the City of Lewisville's water supply.
h. Prepare and present a report describing the technical approach, findings,
conclusions,and recommendations for review by the City staff. The
report shall include appropriate exhibits for use in presentations.
7. Survey - Rights-of-Way: Because of the uncertainty of the need for additional
right-of-way and/or easements for this project, the Engineer shall, at the
request of the owner, prepare necessary easement and/or right-of-way
documents for the proposed alignment to be utilized during acquisition. These
easements shall be prepared on a unit cost basis for each parcel involved and
shall include the following:
a. Survey side bearing lines of properties for purposes of closure on fights-
of-way takes.
b. Rights-of-way and Easement Determination: The Engineer shall survey,
render field notes, and prepare plans and individual exhibits for
additional rights-of-way and permanent and/or temporary construction
easements needed. Rights-of-way and Easement plans shall include the
following:
(1) Location of existing property pins found referenced by station
and offset from the street centerline.
(2) Location of easement limits either by station and offset from
the street centerline or by offset distance from an existing
property line.
(3) Area of rights-of-way or easement required.
(4) Parcel number.
(5) Lot and block of subdivision or tract and survey identification
of the parcel.
City of Coppell
Preliminary Scope of Services
Page 18.
(6) Name and street address of the last known owner according to
the current tax roles of the City.
(7) Limits of existing easements and/or fights-of-way.
(8) The above information shall be presented on 8-1/2" x 11"
paper for each parcel to be acquired and shall also be sealed
by a Registered Professional Land Surveyor.
The Engineer shall submit above rights-of-way and easement information after
approval of the Preliminary Plans in order to allow the City sufficient time to
acquire said rights-of-way and/or easements prior to commencement of
construction. Upon notification of acceptance of the rights-of-way and
easement plans and exhibits by the City, the Engineer shall locate and mark
in the field the limits of the proposed rights-of-way and/or easements in a
manner sufficient for the property owners to identify same.
8. Set Property Corners: At the end of construction, and in accordance with state
law, set new property corners of acquired right-of-way with iron pins.
9. Street Signalization:
a. Street Signalization and Signage Plan showing location of street signs,
signal poles, controller box, detector loops and associated details.
10. Record Drawings: The Engineer shall furnish the contractor with a
reproducible set of drawings of the project for use in the preparation of
drawings reflecting the contractors construction records. Upon completion
of the drawings by the contractor, the Engineer shall review the same and
forward one set of reproducible record drawings to the City staff.
REVISIONS TO PLANS AND SPECIFICATIONS
The Engineer shall be responsible for the professional quality, technical accuracy, and
the service furnished under this Service Contract. The Engineer shall, without additional
compensation, correct or revise any errors or deficiencies in such goods, services and
instruments of service.
City of Coppell
Preliminary Scope of Services
Page 19.
Neither the City's review, approval or acceptance of, nor payment for, any of the work
shall be construed to operate as a waiver of any rights under this Agreement or of any
cause of action arising out of the performance of this Agreement, and the Engineer shall
be and remain liable to the City in accordance with applicable law for damages to the
City caused by any defects or deficiencies in the work or Engineer's negligent
performance of the Work.
The rights and remedies of the City under this Agreement are in addition to any other
rights and remedies provided by law.
The City reserves the right to direct substantial revision of the plans, special provisions,
and specifications after due approval by the City as City may deem necessary, but in
such event the City shall pay the Engineer just and equitable compensation for services,
rendered in making such revisions. In any event, when the Engineer is directed to make
substantial revisions under this Section of the Contract, the Engineer shall provide to the
City a written proposal for the entire costs involved in providing the City a completed
set of plans and specifications including special provisions and the ti~ne required to
complete the various phases involved in the revisions. Prior to the Engineer undertaking
any substantial revisions as directed by the City, the City must authorize in writing the
nature and scope of the revisions and accept the method and amount of compensation and
the time involved in all phases of the work.
We are aware of the potential impacts of All-ways Alternate transportation plan. We will
consider possible impacts, however, any design revisions as a result will be grounds for
additional compensation.