Loading...
ST9302-CS 930602 CITY OF COPPELL ' TM SCOPE OF SERVICES SANDY LAKE ROAD AND 24" WATER LINE A. PHASE ONE - CONCEPTUAL PLAN 1. Data Collection: The Engineer shall collect from the City, background information relevant to the project including property and topographic maps (supplied on magnetic media), plats, and all 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). Collect from franchise utility and pipeline companies all maps and construction plans, if available, relative to this project. Obtain from the County of Dallas design plans of Sandy Lake Road, east of McArthur Blvd. 2. Hydrologic and Hydraulic Analysis: Utilizing the data collected above, the Engineer shall: a. Review the available dam 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 perforn~ed by others to fam~iarize and incorporate the findings into the above analysis. 3. Water System Analysis: ao 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, City of Coppell Preliminary Scope of Services Page 2. 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. fo 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 main 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 wate~ine 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. 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. City of Coppell Preliminary Scope of Services Page 3. h. Prepare and present a report describing the technical approach, f'mdings, conclusions,and recommendations for review by the City staff. The report shall include appropriate exhibits for use in presentations. 4. 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 f'mal geometry. e. Meet with City staff to determine 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. f. Obtain in writing from Owner acceptance of the Conceptual Design and directive to proceed with Preliminary Design. g. Provide all franchise utilities copies of the conceptual plans and any anticipated relocation information available at that time to facilitate relocation design plans. 5. Design Survey: The Engineer's consultant shall perform all field surveys necessary to prepare preliminary and ffmal 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. City of Coppert Preliminary Scope of Services Page 4. 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 all 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. All 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 shah also be located. d. Abstracting all 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 improvements. e. Determine the horizontal and vertical location of all known and/or apparent underground utilities. In critical locations, utilities shah be uncovered by the City or the entity responsible for the utility to obtain exact locations. The Engineer shah coordinate with the City and the various utility companies to expose necessary utilities. f. Locate sufficient property coruers throughout the project area in order to determine the limits of existing fights-of-way or easements and develop sufficient references to the proposed improvements to determine new right-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 and downstream of McArthur Blvd. and review the same for applicability to drainage analyses and proposed improvements. City of Coppell Preliminary Scope of Services Page 5. i. Perform field surveys to collect data not otherwise obtained that is necessary for the drainage analysis. All surveys shall be tied to existing vertical control points provided by the City based upon USGS datum. 6. 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 shah include the existing channel between McArthur Blvd. and Mapleleaf Dr., 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 communicate these alternatives. Presentations will be made to the City staff and citizen committee meetings. B. PHASE TWO - PRELIMINARY DESIGN 1. Preliminary Plans: The Engineer shah prepare preliminary plans for the accepted alignment plan that shall include the following: a. Preliminary alignment of the proposed street improvements (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 confn-m conceptual design topography. Station profile grade on 50 foot intervals using the outside top of curb for the inside four lane design. City of Coppell Preliminary Scope of Services Page 6. 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 outfail to provide for the north - designed by the City of Coppell.) e. Identification of all known utilities existing within the project limits and their potential conflicts. Show proposed relocations of the same where owned by the City. Coordinate the relocation of franchise utilities and the high pressure gas line and 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 valve. Determine new location of air/vacuum valve riser pipe and possible vault around valve and pipe. g. Evaluate location, size, and impact of thrust blocking for relocation. Determine the type of trench backf'dl 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 vs. 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 McArthur 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. City of Coppell Preliminary Scope of Services Page 7. k. Design geometry of media openings, left turn 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 anns and poles, and phasing. Include dry conduit crossings for future 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. n. Preliminary traffic control plan for detours and temporary pavement during construction of the 30" water relocation, 24" water line and paving and drainage. o. Design of a paving jointing plan and associated details where it is non- standard, such as the intersections. 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 f'mal design plans. Preliminary plans must be approved by the City prior to the Engineer commencing with the preparation of final plans and contract documents. 2. Survey - Rights-of-Way a. Survey all side bearing lines of properties for purposes of closure on rights-of-way takes. b. Rights-of-way and Easement Determination: The Engineer shall survey, render field notes, and prepare plans and individual exhibits for all additional rights-of-way and permanent and/or temporary construction easements needed. Rights-of-way and Easement plans shall include the following: (1) Cover sheet with location map. (2) All parcels to be obtained located relative to the street centerline. City of Coppell Preliminary Scope of Services Page 8. (3) Location of existing property pins found referenced by station and offset from the street centerline. (4) Location of easement limits either by station and offset from the street centerline or by offset distance from an existing property line. (5) Area of fights-of-way or easement required. (6) Parcel number. (7) Lot and block of subdivision or tract and survey identification of the parcel. (8) Name and street address of the last known owner according to the current tax roles of the City. (9) Limits of existing easements and/or rights-of-way. (10) The above information shall be presented on 24" x 36" plan sheets and shah be signed and sealed by a Registered Professional Land Surveyor. In addition, items 3 through 9 above 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 all above fights-of-way and easement information with 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. 3. 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 City of Coppell Preliminary Scope of Services Page 9. 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, signage, 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 materials for special paving location and preliminary design of pedestrian amenities; · light fixture type, size and location; · location, type and spacing for all plant materials; · location and preliminary design for gateway identification; · location for public art and other features, and; · 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. · Tuff spray head locations and type. · Subsurface/drip applications in shrub/groundcover beds. City of Coppell Preliminary Scope of Services Page 10. · 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. (6) Develop Master Plan for a "Centralized Irrigation Control System" for the City to implement now or at some point in the future. 4. Geotechnical Investigation: The Engineer shall retain the services of a qualified geotechnical engineering firm to obtain soil borings and perform 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 require~nents for underground structures if a part of the proposed improvements and soil/rock classification for use by contractors during the bidding phase of the project. a. Identify all geotechnical bore locations by centerline station offset and elevation at existing ground adjacent to the edge of hole. City of Coppell Preliminary Scope of Services Page 11. 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 Alterburg Limits; · 5 Lime Series; · 1 Sulfate test per bore hole to check for lime-induced heaving potential; · Unconf'med 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 stabiliTation; · Comment 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 backTffi methodology, compaction, and placement comments; and, · Provide four copies of the report. 5. Preliminary Cost Projection: The Engineer shall prepare and present to the City alongr,the Preliminary Plans a preliminary cost projection for construction of the prop6'ie\d i~nprovements. 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 12. 6. Presentations and Public Forums: The Engineer shall attend and participate in a maximum of six 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 and the Engineer shall participate in the presentations as deemed appropriate by the City staff. C. PHASE THREE FINAL DESIGN OF 24" WATERLINE AND UTILITY ADJUSTMENTS 1. Final Plans and Contract Documents: Upon acceptance of the preliminary plans by the City, the Engineer shah prepare f'mal plans and contract documents suitable for the advertisement and receipt of bids for construction of the 24" waterline and major utility adjustments. The f'mal design submittal shah include the following: a. Cover sheet with location map. b. Plan and profile sheets of 24" water line improvements prepared on single plan and prof'~e 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. Traffic Control Plan for waterline and utility relocation construction. f. Miscellaneous Details Sheet and Typical Section. g. Prepare an erosion control plan for all phases of construction to meet the latest NPDES regulations and/or the City of Coppell's Erosion Control Ordinance for containment of erosion during construction. This plan will illustrate the erosion plan to be implemented by the contractor and maintained throughout by all phased contractors for the duration of the project. City of Coppell Preliminary Scope of Services Page 13. ho 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 shah be based on State Department of Highways and Public Transportation (SDHPT) and NCTCOG. i. Provide construction control points approximately every 800' or the nearest side street. All control points will be set outside of the limits of proposed construction. j. The final design plans and contract documents shall be sealed and signed by a Professional Engineer licensed by the State of Texas. 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. City of Coppell Preliminary Scope of Services Page 14. 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" 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 all utility companies, including, but not limited to franchised utilities and pipeline companies, which have facilities within the limits of the Project with 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 Engineer shall obtain, from the utility companies, their best estimate of time required for any necessary relocations. The Engineer shall coordinate with the utility companies any proposed improvements, either on the surface, below the surface, or above the surface, that may be affected by the Project and indicate on the f'mal plans said proposed improvements both on plan and profide. The Engineer shall coordinate with all utility companies, including but not limited to franchised utilities, City of Coppell Public Works Department, City of Flower Mound, City of Dallas Water Department, County of Dallas and pipeline companies, which have facilities within the limits of the Project, any and all relocation work necessary for implementation of the Project. The Engineer shall submit to City a time of relocation schedule containing the estimated time required by each utility company involved in said Project to relocate their utilities. This submittal of estimated relocation time will be prepared upon completion of the preliminary construction plans. An updated relocation time schedule will be prepared based upon the f'mal construction plans. 5. Presentations and Public Forums: The Engineer shall attend and participate in a maximum of three (3) public forums to present the final 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 15. communicate the necessary information and the Engineer shall participate in the presentations as deemed appropriate by the City staff. Do PHASE FOUR - FINAL DESIGN OF PAVING, DRAINAGE, SIGNALIZATION AND STREET LIGHTS 1. Final Plans and Contract Documents: Upon acceptance of the preliminary plans by the City, the Engineer shall prepare f'mal plans and contract documents suitable for the advertisement and receipt of bids for construction of the paving, drainage, signalization, signage and street lights. The final design submittal shall include the following: a. Cover sheet with location map. b. Plan and profile sheets of paving improvements prepared on single plan and prof'~e sheets at a scale of 1 inch equals 20 feet (horizontal) and 1 inch equals 2 feet (vertical). c. 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. d. Drainage computation sheet reflecting hydrologic and hydraulic calculations for the proposed improvements. e. Plan and prof'~e sheets of drainage improvements prepared on single plan and prof'~e sheets at a scale of 1 inch equals 20 feet (horizontal) and 1 inch equals 2 feet (vertical). f. Street Signalization and Signage Plan showing location of street signs, signal poles, controller box, detector loops and associated details. g. Paving and Jointing Detail Sheets illustrating location of expansion, construction and dummy joints for intersection construction. h. Traffic Control Plan showing location of alternate routing and construction signage. i. Miscellaneous Detail Sheets. City of Coppell Preliminary Scope of Services Page 16. j. 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. k. The f'mal design plans and contract documents shall be sealed and signed by a Professional Engineer licensed by the State of Texas. 2. Final Cost Projection: The Engineer shall prepare and present to the City along with the f'mal plans and contract documents a f'mal cost projection for construction of the proposed improvements. The Engineer's cost projection shah 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 shah 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 f'mal 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 f'mal review by the city, the Engineer shall review the City's comments and incorporate the appropriate revisions into the f'mal 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" shall be omitted and the plans shall be stamped "Final" on the cover sheet and dated by the Engineer. City of Coppell Preliminary Scope of Services Page 17. 4. Utility Coordination: The Engineer shall supply all utility companies, including, but not limited to franchised utilities and pipeline companies, which have facilities within the limits of the Project with 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 Engineer shall obtain, from the utility companies, their best estimate of time required for any necessary relocations. The Engineer shall coordinate with the utility companies any proposed improvements, either on the surface, below the surface, or above the surface, that may be affected by the Project and indicate on the final plans said proposed improvements both on plan and prorifle. The Engineer shall coordinate with all utility companies, including but not limited to franchised utilities, City of Coppell Public Works Department, City of Flower Mound, City of Dallas Water Department, County of Dallas and pipeline companies, which have facilities within the limits of the Project, any and all relocation work necessary for implementation of the Project. The Engineer shall submit to City a time of relocation schedule containing the estimated time required by each utility company involved in said Project to relocate their utilities. This submittal of estimated relocation time will be prepared upon completion of the preliminary construction plans. An updated relocation time schedule will be prepared based upon the f'mal construction plans. 5. Presentations and Public Forums: The Engineer shall attend and participate in a maximum of three (3) public forums to present the final 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 communicate the necessary information and the Engineer shall participate in the presentations as deemed appropriate by the City staff. City of Coppell Preliminary Scope of Services Page 18. E. PHASE FIVE FINAL DESIGN AND CONTRACT DOCUMENTS - LANDSCAPE AND IRRIGATION PLAN 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 landscaping and irrigation. The f'mal design submittal shall include the following: a. A complete set of contract documents showing existing and new contour lines, critical spot grades, cross sections of any proposed earth berms detailing the size and shape of such berms, and all other information required for implementation of the grading plan. b. Planting plans to locate and identify all items of plant material to be used. A plant list, including quantity, size and variety of materials, will appear on the drawing. c. 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 program~ning schedules indicating run times to apply 1" of water. (4) Technical specifications for irrigation. d. Miscellaneous Detail Sheet. e. Technical specifications not included in the standard specifications. f. Final design plans and contract documents shah be sealed and signed by a registered ASLA and licensed irrigator in the State of Texas. City of Coppell Preliminary Scope of Services Page 19. 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 dam 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 f'mal 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" 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 all utility companies, including, but not limited to franchised utilities and pipeline companies, which have facilities within the limits of the Project with 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 Engineer shah obtain, from the utility companies, their best estimate of time required for any necessary relocations. City of Coppell Preliminary Scope of Services Page 20. The Engineer shall coordinate with the utility companies any proposed improvements, either on the surface, below the surface, or above the surface, that may be affected by the Project and indicate on the f'mal plans said proposed improvements both on plan and profile. The Engineer shall coordinate with all utility companies, including but not limited to franchised utilities, City of Coppell Public Works Department, City of Flower Mound, City of Dallas Water Department, County of Dallas and pipeline companies, which have facilities within the limits of the Project, any and all relocation work necessary for implementation of the Project. The Engineer shall submit to City a time of relocation schedule containing the estimated time required by each utility company involved in said Project to relocate their utilities. This submittal of estimated relocation time will be prepared upon completion of the preliminary construction plans. An updated relocation time schedule will be prepared based upon the final construction plans. 5. Presentations and Public Forums: The Engineer shah attend and participate in a maximum of three (3) public forums to present the f'mal 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 communicate the necessary information and the Engineer shall participate in the presentations as deemed appropriate by the City staff. F. 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 newspaper of record of the City for publication on two consecutive weeks to advertise bids to be received on a date acceptable to the City. The Engineer shall be responsible for the placement of the advertisement with the cost for the same to be the responsibility of 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 f'mal documents for use by the staff and placement on file by the City Secretary during the bidding process. Should City of Coppell Preliminary Scope of Services Page 21. additional sets of construction documents be required they shall be provided by the Engineer as a reimbursable direct expense under the contract. 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. 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. 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. G. CONSTRUCTION ADMINISTRATION 1. Pre-Construction Conference: The Engineer shah participate in a pre- construction conference with representatives of the City, the contractor and all necessary utility companies for each project phase of construction. 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 Documents. City of Coppell Preliminary Scope of Services Page 22. 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. 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 the fkrst construction contract 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. Final Punch List and Recommendation of Acceptance: Upon substantial completion of construction, the Engineer shall participate in a lrmal walk- through and punch list of the project to assist in developing a list of deficiencies to be corrected by the contractor prior to f'mal acceptance. Upon completion of the punch list, the Engineer shah recommend acceptance of the project in writing to the City staff. 5. 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. 6. Set Property Comers: At the end of all construction, and in accordance with state law, set all new property corners of acquired right-of-way with iron pins. City of Coppell Preliminary Scope of Services Page 23. 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. For the purposes of scope, the number of issues shall be a ~ of~ten. 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 desBop publishing program. 2. Additional Meetings - City Council and/or Citizen Committees: The Engineer shall attend and participate in a maximum of twelve public forum meetings 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 on a per 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 25 meetings. Should additional meetings 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. 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 and signalization. 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. 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 City of Coppell Preliminary Scope of Services Page 24. 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 all 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 shah 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 time 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 AH-ways Alternate transportation plan. We will consider possible impacts, however, any design revisions as a result will be grounds for additional compensation.