ST9302-AG 930622~ ~ . ,_. ~
ti
.~
TM ~%~ ^ °~ ^~ AGENDA REQUEST FORM
CITY COUNCIL MF.ETIl~iG June 2Z, 1993 ITEM NUMBER
/~
ITEM CAPTION:
Discussion and consideration for authorization to enter into a design contract, scope of services and
compensation plan with Rady and Associates for the design of Sandy Lake Road from MacArthur Blvd. to
Denton Tap Road in the amount of 8672,500.00 (8502,500.00 general fund and 8170,0(10.00 water revenue
account) and authorization for the Mayor to sign.
SUBMITTED BY:
(Director's
DATE:
EVALUATION OF ITEM:
See attached memo, 11 ~r,
/'1
',,!'
':'~ '
DATE
BUDGET AMT,
~~~
r ~~ ~
,~
L~~~`~`
,.~--..~
STAFF .. )
City Engineer
OTHER REP.:
~~~~~~~
i ~.
AMT. ESTIMATED
FINANCIAL REVIEW BY G^-"
AMT. + /- BUDGET
CO~I'Si.: If approved, funds currently ava7able:
Bond Ftimtls
Interest Income
Revenue Bonds, Series 1991 Bond Funds
Currently Available Funds
Contract Amoun[
Remainder to be Funded and Transferred
from General Ftiod Balance
LEGAL REVIEW BY: --
AGENDA REQUEST FORM REVISED 2/93
5484,078.00
8,529.00
150.000.00
5642,607.00
672,500.00
530,000.00
REVIEWID BY CM• _ _ ~
MEMORANDUM
To: Mayor and City Council
From: Kenneth M. Griffin, P.E., City Engineer
Date: June 22, 1993
RE: Discussion and consideration for authorization to enter into a design contract with
Rady and Associates for the design of Sandy Lake Road from MacArthur Blvd.
to Denton Tap Road in the amount of $672,500 ($502,500 general fund and
$170,000 water revenue account) and authorization for the Mayor to sign.
At the April 13, 1993 City Council meeting, staff was given approval to begin the selection of
a consultant for the design of Sandy Lake Road from MacArthur Blvd. to Denton Tap Road.
A Panel consisting of Gary Sieb, Dire; for of Planning; Steve Goram, Director of Public Works;
Jim Ragsdill, Purchasing Agent; Mike Martin, Graduate Engineer and Ken Griffin, City
Engineer was assembled to review the eighteen (18) Request for Qualifications submitted. From
that list, four firms were selected for interview by the Panel.
After the interview of the personnel of the four most qualifiEtl firms, the Panel selected Rady
and Associates Inc., to begin negotiations with. At the first meeting, a specific Scope of
Services was arrived at. At the next meeting, the Scope of Service was reviewed and the design
fee was presented. Based on the initial Scope of Service, the design fee was $975,210. It was
the Panel's opinion that this fee was unacceptable and that possibly we should revisit the Scope
of Services. Several things were changed from the initial Scope of Services to the current Scope
of Services to reduce the consulting fee:
1) The phasing of the project was eliminated. Initially the project was going to be bid
as a water line construction, street construction and then landscaping. This would
necessitate three sets of plans, three sets of erosion control plans, three sets of traffic
control plans, plus three separate bidding and award of bids. The elimination of the
phasing eliminated $68,620 from the design fee.
2) Rady and Associates was unaware that we had extensive standard details to be
utilized on the construction project and that they would only need to design specific
details peculiar to this project. The elimination oaf the standard details eliminated
$40,0()0 from the design fee.
3) It was decided that if the project was bid as one project, then the general contractor
would be responsible for his awn traffic control plan and his own erosion control
plan. This is beneficial to the contractor because he can design his plan around
materials he might have on hand at his construction yard. The elimination of the
design of those two items eliminated $83,640 from the design fee. However, by
shifting that to the contractor there will still come a point in time when the City will
be paying for those two plans.
4) The scope of the channel landscaping at the southwest corner of MacArthur and
Sandy Lake was reduced and the design of a gateway entrance was eliminated
because it is not part of this project. Those two items eliminated $27,000 from the
design fee.
5) There was a reduction in the number of public meetings. It is staff's opinion that
there could be an extensive number of public meetings. We have reduced the number
of public meetings in the base bid and have had Rady and Associates provide a per
meeting price if we exceed the current meetings in the base contract. This eliminated
$12,000 from the design fee.
6) Rady and Associates reviewed our water and sewer study and decided that
approximately $10,000 could be eliminated from the design fee because of
information the City currently has on hand.
All of the above items totaled together is approximately $241,260 eliminated from the Scope of
Services and/or the design fee. The remaining $61,450 was cut from their fee by simply
reducing the fee and by allowing for the City to have approximately one-half of the staff
meetings at their office where all the information is and by putting specific time tables on the
design that allows them to allocate their manpower more efficiently in the design of the project.
The Panel has reviewed the Scope of Services and has found it to be very detailed and
comprehensive of the task at hand.
The Panel has reviewed the attached Scope of Services and has negotiated quite diligently with
Rady and Associates in the amount of the fee and it is the Panel's opinion that the current fee
is an acceptable fee for the Scope of Services. The Panel recommends that the City approve this
design contract with Rady and Associates in the amount of $672,500 and will be available to
answer any questions at the City (:.ouncil meeting.
EXHIBIT B
SCOPE OF SERVICES
SANDY LAKE ROAD
A.~ID
24" WATER LINE
A. PHASE ONE -CONCEPTUAL PLAN
Data Collection and 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,
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 assist in the collection of franchise utility and
pipeline company maps and construction plans, if available, by contacting local
representatives and holding a Development Review Committee meeting. The
City shall assist the Engineer in obtaining design plans of Sandy Lake Road
east of McArthur Blvd. from the County of Dallas andlor their design
consultant. The Engineer shall be responsible for contacting Dallas Water
Utilities, the City of Flower Mound and other utilities or entities not identified
above or not responding to initial requests for information by the City.
Horizontal and_Vertical Alignment Determination:
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
feet of proposed right-of-way. Vertical and horizontal alignments will
be verified during preliminary design utilizing field survey information.
b. Detern~ine the centerline/baseline alignment using AASHTO design
guidelines for horizontal and vertical sight and stopping distances.
Consider drainage patterns within street rights-of-way and determine the
limits of the proposed closed storn drainage system to convey runoff to
existing outfall locations. Coordinate anticipated drainage at Moore
Road 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.
City of Coppell
Preliminary Scope of Services
Page 2.
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. The Engineer will provide 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 improvements.
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
City of Coppell
Preliminary Scope of Services
Page 3.
locations. The Engineer shall coordinate with the City and the various
utility companies to expose necessary utilities.
f. Locate sufficient property corners throughout the project area in order
to determine the limits of existing rights-of-way or easements and
develop 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 of McArthur Blvd. (a maximum of 1000 feet} for
proposed channel and landscape improvements.
Perforn~ field surveys to collect data not otherwise obtained that is
necessary for the drainage analysis. Surveys shall not extend beyond
500 feet east nor 2000 feet west of McArthur Blvd. 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 view that are
within the project budget, at a scale appropriate to adequately convey
their design intent. A select number of cross-sections will be developed
as needed to clearly communicate these alternatives.
City of Coppell
Preliminary Scope of Services
Page 4.
5. Presentations and Public 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
communicate information to the public and the Engineer shall participate in the
presentations as deemed appropriate by the City staff.
B. PHASE TWO -PRELIMINARY DESIGN
1. Hydrolo is and Hydraulic Ana~sis: Utilizing the data collected and suwey
inforn~ation obtained during Phase One, the Engineer shall:
a. Review the available data regarding existing and proposed drainage
facilities to deternine 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 (from McArthur Boulevard 1000
feet to the west) to determine alternatives for improvements.
d. Develop design alternatives for maintenance of existing conveyance
capacity and aesthetic enhancements to the drainage channel from
McArthur Blvd, to 1000 feet west of McArthur Blvd. Alternatives shall
not include improvements to the existing drainage structure on McArthur
Blvd. south of Sandy Lake Road or downstream channel improvements
east of McArthur Blvd.
e. Review hydrologic and hydraulic analyses performed by others and
furnished by the City to familiarize and incorporate the findings into the
above analysis.
2. Preliminary Plans: The Engineer shall prepare preliminary plans for the
accepted horizontal and vertical alignment that shall include the following:
a. Preliminary alignment of the proposed street improvements (4 lane and
6 lane), intersection geometry, drive approaches, median openings,
City of Coppell
Preliminary Scope of Services
Page 5.
horizontal curve data with beginning and ending stations and centerline
geometry.
h. 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 the
storm drain outfall at Moore Road to provide for extension of these
facilities by the City.
e. Identification of known utilities existing within the project limits and
potential conflicts. The plans shall show proposed relocations of the
same where owned by the City. The Engineer shall assist the City in
coordinating the relocation of franchise or other utilities not owned by
the City. The Engineer shall provide preliminary roadway and city
utility plans to affected utilities.
f. Determine impact of street grades and storm drain improvements on the
existing 30" waterline. Develop a preliminary design to lower segments
of the 30" waterline to avoid conflicts. Review location of and impact
that the relocation of the line has on air/vacuum release valves.
Determine new location of air/vacuum valve riser pipes and possible
vaults around valves.
g. Evaluate location, site, and impact of thrust blocking for relocation.
Determine the type of trench backfill and method for placement and
testing of same.
h. Evaluate alterative locations for 24" waterline considering construction
phasing, maintenance, and location of air/vacuum valves. Develop
horizontal and vertical alignment of the proposed 24" waterline, thrust
blocking, air and vacuum valves, isolation valve locations and conflicts
with other utilities during construction. The limits of design and
City of Coppell
Preliminary Scope of Services
Page 6.
construction for the 24" waterline will be from McArthur Blvd. to
approximately 50 feet west of Denton Tap Road.
Determine the location of existing 8" and 16" waterlines within Sandy
Lake Road. Evaluate impact of proposed improvements on existing
lines and develop preliminary relocation plans if necessary.
j. Determine location for new fire hydrants per City requirements along
Sandy Lake Road. Verify horizontal and vertical grades of new fire
hydrants.
k. Design geometry of median openings, left turn lanes, and driveways.
Consider grades on intersecting driveways and streets to provide
acceptable transitions adjacent to and across Sandy Lake Road.
Design traffic signalization layout including locations of controller
cabinets and mast anus and poles for Heartz Drive and Moore Road.
Conduit crossings will be designed for future signalization at the
intersections of Samuel Drive and Mockingbird Lane.
m. Design layout of street lighting including pole and light fixture type,
spacing, pull box and transformer location 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 in writing by the City prior to the Engineer commencing
with the preparation of final plans and contract documents.
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
the selected improvements in order to refine the concepts and establish
reliable estimates of Probable Constn-ction Costs.
City of Coppell
Preliminary Scope of Services
Page 7.
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.
Following review by City staff, presentation at a public meeting, and
approval of the Schematic Design by the City, the selected concept will
be refined to show the following:
• locations, dimensions and materials for special paving location;
• light fixture type, size and location;
• location, type and spacing for plant materials;
• location for berm grading and retaining wall screening.
b. 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:
• Turf grass rotor locations and type.
• Turf 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.
City of Coppell
Preliminary Scope of Services
Page 8.
• 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.
4. Geotechnical Investi atg ion: 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 requirements 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 geotechnical bore locations by centerline station offset and
elevation at existing ground adjacent to the edge of hole.
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;
• ?0 Atterburg Limits;
• S Lime Series;
City of Coppell
Preliminary Scope of Services
Page 9.
• 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;
• 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 backfill methodology, compaction, and
placement comments; and,
• Provide four copies of the report.
S. Preliminar~ost 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 andlor easements for the construction.
6. 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 information to the
public. The Engineer shall participate in the presentations as deemed
appropriate by the City staff.
City of Coppell
Preliminary Scope of Services
Page 10.
7. City Review: Upon completion of the preliminary plan documents, the
Engineer shall present two complete sets of the design 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
changes into the final design.
For review purposes the Engineer shall submit two (2) copies of the plans to
the City. These will be reviewed and checked by the City and one (1) copy
returned to the Engineer with the desired changes noted. Each set of plans
shall be stamped "Preliminary" and dated by the Engineer.
8. Contract Time: The Enginee-r shall deliver the preliminary plans to the City
for review in a maximum of six (6) months and the City shall allow a
minimum of five (5) months for completion of the same. Said time of delivery
shall commence upon written acceptance of the conceptual design and shall be
exclusive of the time necessary for interim reviews by the City.
C. PHASE THREE -FINAL DESIGN
Survey -Rights-of-Way: The Engineer shall prepare the necessary easement
and/or right-of-way documents for the proposed alignment to be utilized during
acquisition. These easements shall be prepared for each parcel and shall
include the following:
a. Survey 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
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) I~cation of easement limits either by station and offset from
the street centerline or by offset distance from an existing
property line.
City of Coppell
Preliminary Scope of Services
Page 11.
(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.
(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 rights-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.
2. 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; 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 the relocation of the City of Dallas 30" water
line and the 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).
City of Coppell
Preliminary Scope of Services
Page 12.
c. Water and sanitary sewer relocation plans prepared on separate plan and
profile sheets at a scale of 1 inch equals 20 feet (horizontal) and 1 inch
equals 2 feet (vertical).
d. Plan and profile sheets of paving and 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).
e. Drainage area map indicating drainage facilities with size of proposed
structures, area discharges, times of concentration and acreage oi`
drainage areas.
f. Drainage computation sheet reflecting hydrologic and hydraulic
calculations for the proposed improvements.
g. Grading plans showing critical spot grades and cross sections of
proposed earth berms showing the size and shape of such berms, and
other information required for implementation of the grading plan.
h. 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.
Technical specifications not included in the standard specifications.
j . 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 run times to apply 1" of
water.
(4) Technical specifications for irrigation.
City of Coppell
Preliminary Scope of Services
Page 13.
k. Traffic signalization plans including detector loops, controller cabinet
locations, mast arm and pole locations, phasing diagrams and appropriate
details for the intersections of Heartz and Moore Rd. The plans shall
include dry conduit crossings for future signalization at the secondary
intersections of Samuel and Mockingbird Lane.
Street lighting plans including pole and light fixture type, spacing,
foundation, conduit size and location, pullbox and transformer locations
for primary/secondary electrical feeds.
m. Miscellaneous non-standard details 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.
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 Irrigator
licensed by the State of Texas.
q. The final design plans shall be prepared on Autocad Release 11 or
greater utilizing the Engineer's standard layering system. Special
specifications for Autocad production of plans shall be incorporated in
the project as part of the basic services at the Engineer's discretion.
Customization of the Engineer's standard layering system shall be
considered as additional services to the contract.
City of Coppell
Preliminary Scope of Services
Page 14.
3. 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.
4. 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.
For review purposes the Engineer shall submit two (2) copies of the; plans and
specifications to the City. These will be reviewed and checked by the City
and two (2) copies returned to the Engineer with the desired corrections noted.
Two (2) complete sets of the corrected copies shall be returned to the City
along with one (1) copy of the original review plans and specifications. Each
set of plans shall be stamped "Preliminary" and dated by the Engineer until the
final 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.
5. Utility Coordination: The Engineer shall distribute 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 Engineer shall. obtain from the utility companies, their best estimate of
time required for any necessary relocations and provide the City with the
same.
City of Coppell
Preliminary Scope of Services
Page 1 S .
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. This will include, but not be limited to
franchised utilities, City of Flower Mound, City of Dallas Water Utilities,
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. The Engineer shall not be
responsible for acting as the City's representative during such coordination and
shall serve strictly as a liason between the utilities and the City for the
purposes of such activities.
6. Contract Time: The Engineer shall deliver the final plans to the City for
review in a maximum of six (6) months and the City shall allow a minimum
of five (5) months for completion of the same. Said time of delivery shall
commence upon written acceptance of the preliminary design and shall be
exclusive of the time necessary for interim reviews by the City.
D. PHASE FOUR -BIDDING
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 submittal 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 a maximum of four (4) 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 with the
Purchasing Agent during the bidding process. All costs for printing of final
bid documents shall be the responsibility of the Engineer. Engineer shall
retain all receipts from the issuance of contract documents to interested
contractors. Additional copies will be printed at the request of the City as a
reimbursable expense.
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
City of Coppell
Preliminary Scope of Services
Page 16.
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 furnish and 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. Constnuction 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. The basic services of this contract shall
include a maximum 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 17.
3. Other Constriction 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 andlor 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.
5. Record Drawings: The Engineer shall prepare a reproducible set of drawings
of the project reflecting the contractors construction records. Upon completion
of the drawings, 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 construction, and in accordance with state
law, set new property corners of acquired right-of-way with iron pins.
City of Coppell
Preliminary Scope of Services
Page 18.
F. ADDITIONAL SERVICES
Additional Meetings -City Council and/or Citizen Committees: The Engineer
shall attend and participate in a maximum 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 on a, per each meeting, lump sum basis.
2. Additional Meetings -City Staff: The Engineer shall attend on average, one
meeting per month for the duration of design phase work (anticipated to be 18
months), in all approximately eighteen (18) meetings. The Engineer and City
agree that a minimum of fifty percent (50%) of the meetings shall be held at
the offices of the Engineer. 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.
3. SandX Lake Road and Moore Drive Intersection: 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. These services shall be considered as additional services
under this contract.
4. 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 Motmd
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 existing hydraulic models furnished by the City to
reflect existing conditions and operational criteria and update the model
for new computer analyses.
City of Coppell
Preliminary Scope of Services
Page 19.
c. Revise demands on hydraulic model to reflect those conditions expected
during construction of the 24" waterline and relocation of 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 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.
and McArthur Blvd. 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.
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 shalt include appropriate exhibits for use in presentations.
City of Coppell
Preliminary Scope of Services
Page 20.
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
instnnnents 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
cause of action arising out of the performance of this Agreement, and the Engineer shall
he 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 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 All-ways Alternate transportation plan. We will
consider possible impacts, however, any design revisions as a result will be grounds for
additional compensation.
City of Coppell
Preliminary Scope of Services
Page 21.
EXECUTED this day of A.D., 1993
ATTEST: CITY OF COPPELL
City Secretary Tom Morton
Mayor
ENGINEER:
William B. Ratliff, P.E.
Vice-President
EXHIBIT C
COMPENSATION TO ENGINEER AND TIME FOR COMPLETION
A. PHASE ONE -CONCEPTUAL PLAN
Basic Services -For all services listed in the Scope of Services for Phase One,
the City shall pay the Engineer a lump sum fee of $115,050.00. These fees shall
be divided as follows: General Fund $96,025.00, Water Fund $19,025.00.
Schedule of Services -Upon written authorization to proceed, the Engineer shall
complete all Phase One services and be prepared for public meetings within four
(4) months. This schedule assumes timely review by city staff and availability
of data necessary to complete Phase One services.
B. PHASE TWO -PRELIMINARY DESIGN
Basic Services -For all services listed in the Scope of Services for Phase Two,
the City shall pay the Engineer a lump sum fee of $179,640.00. These fees shall
be divided as follows: General Fund $122,840.00, Water Fund $42,800.00.
Schedule of Services -Upon written approval of the Conceptual Plan and
authorization to proceed, the Engineer shall complete all Phase Two services and
submit Preliminary Plans for review within a maximum of six (6) months and
shall be allowed a minimum of five (5) months for the same. This schedule
assumes timely scheduling of public forums and timely performance of City
reviews.
C. PHASE THREE -FINAL DESIGN
Basic Services -For all services listed in the Scope of Services for Phase Three,
except Item 1, the City shall pay the Engineer a lump sum fee of $252,913.00.
These fees shall be divided as follows: General Fund $190,113.00, Water Fund
$62,800.00.
Reimbursable Services -For the services listed in the Scope of Services for Phase
Three, Item 1, the City shall reimburse the Engineer for preparing thirty-five
easement and/or right-of-way parcel descriptions $680.00 per each parcel, for a
total of $23,800.00. Should it be determined by the Engineer and approved by
the City that additional parcel surveys and descriptions are necessary, they shall
be prepared and the Engineer reimbursed a total compensation of $680.00 per
parcel .
Schedule of Services -Upon written approval of the Preliminary Plans and
authorization to proceed, the Engineer shall complete all Phase Three services and
submit Fina] Plans and Contract Documents for review within a maximum of six
City of Coppell
Compensation to Engineer
Page 2.
(6) months and shall be allowed a minimum of five (5) months for the same.
This schedule assumes timely performance of City reviews. Following the final
review by the City, the Engineer shall complete all necessary corrections within
3 weeks and prepare the final construction documents for bidding.
D. PHASE FOUR -BIDDING
Basic Services -For all services listed in the Scope of Services for Phase Four,
the City shall pay the Engineer a lump sum fee of $6,500.00. These fees shall
be divided as follows: General Fund $4,500.00, Water Fund $2,000.00.
Schedule of Services - Due to the nature of the bidding phase of a project, no
time limitation of the Engineer's services shall be identified herein.
E. PHASE FIVE -CONSTRUCTION ADMINISTRATION
Basic Services -For all services listed in the Scope of Services for Phase Five,
except Item 6, the City shall pay the Engineer a lump sum fee of $73,897.00.
These fees shall be divided as follows: General Fund $50,522.00, Water Fund
$23,375.00.
Reimbursable Services -For the services listed in the Scope of Services for Phase
Five, Item 6, the City shall reimburse the Engineer for setting thirty-five
easement and/or right-of-way parcel corners at a cost of $20.00 per each parcel
corner, for a total of $700.00. Should it be determined by the Engineer and
approved by the City that additional parcel corners be set, they shall be set and
the Engineer reimbursed a total compensation of $20.00 per parcel corner.
Schedule of Services - Due to the nature of the construction phase of a project,
no time limitation of the Engineer's services shall be identified herein.
F. ADDITIONAL SERVICES
Additional Meetings with City Council and/or Citizen Committees -The engineer
shall attend a maximum of six (6) public meetings as a part of the basic services
identified above. Should the City request the attendance by the engineer at
additional public meetings, the Engineer shall be compensated on a per meeting
basis at the rate of $2,000.00 each. Said compensation shall be full payment for
City of Coppell
Compensation to Engineer
Page 3.
preparation for and attendance at said meetings.
Additional Meetings with City Staff -The engineer shall attend a maximum of
eighteen (18) meetings with City Staff as a part of the basic services identified
above. Should the City request additional meetings with the Engineer, the
Engineer shall be compensated on a per meeting basis at the rate of $800.00 each.
Said compensation shall be full payment for preparation for and attendance at said
meetings with the stipulation that a minimum of tifty percent (50 o) of said
meetings shall be at the offices of the Engineer.
Sandy Lake Road and Moore Drive Intersection -The Engineer shall, at the
request of the City, prepare an independent set of contract documents for the
construction of the paving, drainage, utility relocation and signalization
improvements at the intersection of Sandy Lake Road and Moore Drive. The
Engineer shall be compensated for such services on a lump sUm basis for a total
of $10,000.00.
Water System Analysis -The Engineer shall, at the request of the City, perform
a water system analysis to determine alternative construction methods in
accordance with the scope of services for the same. The Engineer shall be
compensated for such services on a lump sum basis for a total of $20,000.00.
EXECUTED this__day of __, A.D., 1993
ATTEST: CITY OF COPPELL
City Secretary Tom Morton
Mayor
ENGINEER:
Rady and Associates, Inc.
William B. Ratliff, P.E.
Vice-President
C. Swearing in of Alternate Cable Review Board Member Margaret Quinn, who was
appointed by [he Council at the June Sth Council Meeting.
Mayor Morton swore in Margaret Quinn as a new member of the Cable Review Board.
10. Consideration and approval of an ordinance amending Chapter 9 of the Code of
Ordinances by empowering the City to regulate water wells in the City of Coppell and
authorizing the [vlayor to sign.
After lengthy discussion, it was decided that Councilmember Weaver will work with Steve
Goram, Director of Public Works, and bring this item back to the next City Council meeting.
No further action was required on this item.
11. Consideration and approval of a Deed Without Warranty to convey land located at the
Southwest corner of Andrew Brown Park, West of Denton Tap Road and bordering
Cottonwood Creek, totaling 4,454 square feet, to Centex Real Estate Corporation and
authorizing the Mayor to sign.
This item was pulled at the request of Staff.
12 Discussion and consideration for authorization to enter into a design contract, scope of
services and compensation plan with Rady and Associates for the design of Sandy Lake
Road from MacArthur Blvd. to Denton Tap Road in the amount of $672,500.00
($502,500.00 General Fund and $170,000.00 Water Revenue Account) and authorization
for the Mayor to sign.
Mayor Morton recognized Uie citizens who were present to support the inclusion of bike trails
in the design. Ken Griffin, City Engineer, made a presentation to Council. Mayor Pro Tem
Robertson moved to approve the scope of work of services to Rady and Associates for the design
of Sandy Lake Road from MacArthur Boulevard to Denton Tap Road not to exceed the amount
of $672,500.00, with financing as indicated by [he Finance Department, and that the City will
receive full credit for any services not used, and that Rady and Associates recognize the
concerns of the citizen when designing the project. Councilmember Stately seconded the motion;
the motion carried 5-0 with Mayor Pro Tem Robertson and Councilmembers Weaver, Stately,
Reitman, and Garrison voting in favor of the motion.
13. Discussion and consideration of allocating funds set aside in the Fiscal Year 1992/93
budget for drainage and roadway improvements to participate in the drainage solution at
the intersection of Moore Road and Sandy Lake Road and authorizing the City Attorney
to prepare a contract for the City's participation in the drainage solution with the owner
of the property at the northeast corner of Moore and Sandy Lake at a "not to exceed
dollar amount" to be determined by City Council.
Ken Griffin, City Engineer, made a presentation during Work Session. Ken Griffin briefed the
Council on the'fexas Water Law. M1ayor Pro Tern Robertson moved to have the City Attorney
and City Engineer to draft a contract with Mrs. Austin and bring back to Council with a dollar
amount not to exceed $[30,000.00. Councilmember Reitman seconded the motion; the motion
';tiled ~-3 with Mawr Pro "I~em Robertson and Councilmember Reitman voting in favor of the
motion; and Councilmembers Weaver, Stately, and Garrison voting against of the muuun.
CounciLnember Stately requested Staff to provide some history regarding the allocation of funds
in this type of matters. Mayor Morton requested that this item be scheduled for reconsideration
at the next Council Meeting. Barbara Austin discussed this matter with the Council.
CM062293
Page 3 of 7
.~
N
O~
...~
M
.~
n
~~
t
r-,., ~ U
~H
Y
to
1 G
r0
~ ,~ U
~ ~
~ ~
1 "~
~ N
i
u
1 I ~~
to
V
n
0
a
b
a~i ~
app
p *~,+
o~i ~
~ aQ
~N W
a
N
G A
~ ~ I
O
~U
~~
~ ~,
a
w~
0
° o ~ M ~
~ ~ o ~ p N tS
~, ~ ~__ _.
U
r+'b H
~~ w
A
a~iw U
Z ~
G~0 O
O'~ mod'
~ o
~ ~ ~ °0 0
u; ~ ,~ .o
h ~ _ __ ___- --j
t----~ N -~- -
^~ ~
r ~
O N
A G
~~
~~
~ ~'
r+
oQ
W ~
H H
G
O ~
O N
~r Q
~ ~
'~
CC O
.{++
N ~
~ ~
"/' ~/`
.t3 'd
G ~
x6 ~
N
W
o ~ ~ ~
v ~ ~ ~
~. ~ ~ ~
o `~ ' .-
r" c^n v ~' > v H ~
~' `~ 2 ,, ~ ~'° o ed w ~ ~C7 ~
a o ~P, a ~a ~ o
~ ~ moo, ~ ~ ~ ~ ~ ~ a~"
q ~ NDA .d ~ ~w m <C ~ d r, ~~ v ~ ~
'° ~'~ c~ ~ ~ o may ~ c~ d ~ ~ ~ o ~v~ ~-~
~ o ~ o. Win, N ~ a, H ~ ~ ~ ~ Q ~ ~ a"i °? p°~.x gip'
~ U
~p p ~ A " ~ O ~ ~ U --~ a~a +~ ~d
O ~ ~ ~ C~ ~ A GO ~~ GN ~
+~ d- A~ ~ ~ d " G ~ "` aim ~ ~ ~ ~ C, ~ Q" p ~ ~ ~
O V O v d~ w~ ~ ~ d,' ~ .q;~
E"' a.G °'o ash ~U ~
~~ ~U rnW rn ~
~ ~ ~ U U
~ ~ ~
d ~ R~
O
M
.~
.-~
s
Q~
O+
..+~
t'^
~_
O
M
a
b
O M
~ a
'd
W
a
~i
U
N
o
uw U
r^ .rnU
V ~'~H
Y
l GO
U
~ ~.
I N
o°'+
.~
~ H
0
'~ a~ U
~~
w ~-
~ ~ ~ ~ d
~ ~ ~ ~ ~D
~ ~'
W
~i~ ~
M ~ it1 ~
N - ~
L--i----~- ~ N
../
d ~ d'
C"
~J+
O ~
O ~
~ `O
_- ~"~
.~ H
r
O ~
vi ~
a a
~ ~
N H~
'~ F+
oa
1+'~
off
H ~
O ~
a
~ ~
~ ~
C~ a
.~
N ~
~a ~
~~
~~
~ G
~~
~~
~s
~~
7 ~ '
i
U ~ d
~+.. a ~
o ~
~^ rn ~ ~'~` ~ ~
i, cd ctS gyp, ~ C7 ~ F,
C H bA ~ ~ ,d ~ ,Q; ~ a0 Q ~ td
+~ y O ~ ~ C.) ' ~ ~ w ~ v ~ N
"'~ a ~ ~ v c"d N ~ c~j ~ 3 c~ ~`~ 7- ~ Q
w ~ ~ o~
v~
N ~ ~ ~ T' ~ ~ ~` N v ~ p .p 7 ~ CJ
~ cdE""
v .-~ A O ~ ,~, y +~ ai V ~
~o '°~ ~' ~ ~ N ~ U
w .~' U v y ~ ~ v~
„~j +~ ~ ~ ~ A ad ~ v~ i~~ ~A
tea' ~ , v~ ,~ ~~. r ;; ~ ,~ ~ ~ ~ `~
~w ~y chi ~ 7- ~ ~~ ~a~ ~w~ ~ ~pG RCS ~~
a~ "' ~
F'' a.G ~'' o ~ ~ ~U m
~~ ~v ~w
a~ ~ ~
o '~
~,' ~
~ ~'
~ ,~ o~
~c ~
N
H
V
4+~
I
W -~
H
O ~v
~`'
v N
~ ~N
~~ ~; a~
Y
r a 3~ ~
H ax ~~
~~ 0
t a'
>~ ~~ i
a~
>?, o
cam °' O
~U ~U
~I~1~1~1"