Loading...
ST9302-PR 930611JUN I I '93 i~:U~ FRUM RnOr HND HUIOOCi~TE~ :B~ic Services - For all services listed in th~ Scope of ~vice~ for Phase O~e, th~ City ~h~ii p~y the Engineer a lump sum fee of $115,050.00. These fees shall be divided as follows: General Fund $96,025.00, Water Pund $19,025.00. Schedule of Services - Upon written authorization to proceed, the Engineer shall complct~ all Phase One services and be prep0xed 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 - p~ITMINARY DESIGN Basic S~rvi~s - For all se~viees listed in the Scope of S~rvice~ for laha~e Two, thc City shall pay the F~agineer a lump sum fee of $179,640.00. The~ fees shall be divided az follows: General Fund $122,840.00, Water ~ $~2,800.00. Schedule of Services - Upon written approval of the Conceptual Phn and authorization to proceed, the Engin~r shall complete all Phase Two services and submit Prelimina~ Plans for wview within a m~Yimum of six (6) months and shall be allowed a minimum of five (5) months for the san~. This ~chedule assumes timely scheduling of public forums and timely performance of City reviews. pHASE ~ - FIHAL DF~SIGN Basic Services - For all service~ listed in the Scope of Services for Phase Three, except Itvm 1, the City shall pay the F_a~gineer a lump sum fee Of $252,913.00. The~ fccs shall be divided as follows: General Fund $190,113.00, Water Fund $62,800.00. Relmbur~ble Services - For the services listed in thc Scope of S~rvices for Phase Thru, Item 1, the City shall reimburse the F. agineer for pn~aring thirty-five ear,~me~t and/or right-of-way parcel descriptions $680.00 per each parcel, for a total of $23,$00.00. Should it be de~ermined by tbe F, ogineor and appwvod by the City that additional l~.wol surveys and de~riptions are necc,~zary, they sh~ll be prepared and th~ F.a~ne~r reimbursed a total compeo~t~on Of $6~0.00 per parcel. Schedule of Services - Upon wr/Ren approval of the l~'elimina~ Phms and submit Final Plans and Contract Documeats for ~zvlew within a mRx'imum of six JUN CRy of Coppeli Componsation to P~ngineer Do (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 ~iew by the City, the r~qgi~e~r shall complete all ntg¢~_~o__ry corrections within 3 weeks and prepare tho final construction documents for bidding. PHASE FOUR -~BIDDIN~G B~sic Services - For all services listed in the Scop~ of Services for Phase Four, the City shsll pay the F~neer 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 ph~ of a project, no time limitation of th~ Engineer's servicos shall he identified herein. PHA~E ~ - CONSTRUCTION ADMINISTRATtClN Baxk Services - For all services listed in thc Scope of Services for Phase Five, except Item 6, the City shsll pay the Engineor a lump sum fee of $73,897.00. Those foes shall be dividgd as follows: O~l Fund $50,522.00, Water Fmld $23,375.00. Reimbursable Services - For the services listed in thc Scope of Services for Phase Five, Item 6, the City shall reimburse tl~ F. agineer for setting thirty-five easem~t and/or right-of-way parcel corners at a cost of $20.00 per ~ach parcel cornor, for a total of $700.00. Should it be determined by the Engineer and approved by the City that additional parcel comers he set, they shah be set and the Engineer reimbursed a total competition of $20.00 per pat~l comer. F+ Schedule of Services - Duo to tho nature of th~ construction phase of a project, no time limitation of Ezgineer's services slmll be id ified hm in. ADDrlIONAL SERVICES Additional Meetillgs with City Council aild/or Citizell Coramittees - The engineer shsll attead a maximum of six (6) public meetings as a part of the basic services identified above. Should the City request the atl~dnnce by the erigineer at add~ public meetings, the Engineer shall he compensated on a per meeting basis at ~ rate of $2,000.00 each. 5aid compensation shall be full payment for JUN 11 '~3 15:10 FROM RADY AND ASSOCIATES PAGE.004 of Compensation to Engine. er l~e3. ~on for and aUrndance at said meetings. Additiorml Meetings with City S~aff - The cngil~r shnll attend a maxillltml of eighteen (18) m~ings with City $1aff as a paxt of tbe basic services identified above. Should the City request additional meetings with the Engineer, the Itngineer sh, II be compensated on a per mc~ang basis aI the rate of $800,00 each. Said compensation s~ll be full payment for preparation for and at$on~ at s~id meetings with thc silpulafion that a minimum of fifty percent (50%) of said meetings shall be at thc offices of the Engineer. Sandy Lak~ Road and Moore Drive Intm'section - The I~n.~eer shall, at the request of the City, pxvt~t~ an independent sci of contract docun~nts for the construction of the paving, drainage, ~ relocation and signalization improvements at the intersection of Sandy ~ ~ke Road and Moore Drive. The ]~il~ill~ sh. ll be coml~fll~,~d for such serviee~ 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 ~n~lysis to determine altm'nafive construction methods in accordance with the scope of ~ for thc mme. Thc Engineer shall be comp~sated for such srrviccs on a lump sum basis for a total of $20,000.00. A'VI'F~T: Cr£~ OF COPPELL Tom Morton Mayor Willism B. Rafliff, P.E. JUN ii '93 15:10 FROM RAD¥ AND ASSOCIATES PA~E.O~5 EXHIBIT B SCOPE ON SERVICBS SANDY LAKE, ROAD 2~," WA'rm~ I..INE A. pHASE ONB - CONCEFTUAL I~LAN Data Collection and Analysis: The F_agineer shall analyze background information relevant to the project and collected by the City of Copp~lt, including property and topographic maps (supplied on magnetic media), plats, maps and plans of water, sower, sttve/s, drainage, current and future land uso, inclvdlnoo but not limited to, planned d~velopn~nts and nmster plans (drainage and utility). Th~ City will assist in the collection of franchi~ utility and pipeline co~y maps and construction plnn.% if available, by contacting local tepresev~tlves and holding a Dcvelopmcnt Review Committee meeting. The City shall assist th~ Engineer in o~ainlng design plans of Sandy Lake Road east of McArthur Blvd. from the County of Dallas and/or their design consultant. The llngineer shall be responsible for contacting Dalla~ Water Utilities, the City of Flower Mound and other utilities or entities not identified above or not responding w initial requests for information by thc City. 2. ~orizont~ and Vertical Ali~,nment Detei-i. iination: ao Develop the horizontal and vertical aligmnent of Sandy l~ke Rd. from Denton Tap Rd. to McArthur Blvd. using City property and ~pographic maps. The alignmant will be based on a six lane blvd. section and I10 feet of proposed fight-of-way. Vertical and horizontal alignments will be verified during prolimin,~xy design u~llizing field survey informai/on. Determine the centerlheJbaselhe al/gnment using AASHTO design guidelines for horizon/al and vetXicai sight and slopping distances. Cons/der drainage patterns within street fights-of-way and determine th~ limits of the proposed closed storm drainage sys~ml to convey runoff to (xr~sting ouffall locations. Coordinat~ anticipated dmina~ at Monr~ Road with improvements beyond the project limits to be desired by the Locate median openings and driveway approaches within the limits of the project and make recomme~_.~ionS to City staff as to final geomet~. JUN City of Coppell Preliminary Scope of Services Pa e 2. Meet with City slaff to determine areas of conflict between alignment geometry and right-of-way needs. Make final piv~sentation to staff on the conceptual plan layout for ultimate six lane and four lane design. fo Obtain in writing from Owner acccptanc~ of the Conceptual Design and directive to pmcced with Preliminary Design. The Bngineer will provide to franchise utilities, copies of the conceptual plans and any anticipated n~location information available at that time to facilitate relocalion design plans. ~ The Hagineer's consultant shall perform field surveys necessary to prepare preliminary and flnnl design of the proposed improvements. The survey shall include the following: Estab~h three "satellite" points on the ground for horizontal control at each end of the project limits and one at the approxlm9te midpoint. Establish vertical control points in the form of pennunent bench marks or temporary bench marks that are fled to avsilnble City survey vertical control based upon USGS datum. Make a topographic survcy of cxisting f~ttures that may pertain to construction activities. Features shall include, but not be limited to, telephone poles, power poles, other visible utilities locked on or above th~ surfitce, fences, re~ining walls, water meters, manholes, vaults, sprinkler heads, and other permanent or temporary structures. Buildings, tre~, steps and other topographical features which may be of interest to the City, area residents and adjacent property owner~ in dizcussing pml~sed improvemonts shah also be located. Abstracting plats and properties from the Dallas County Courthouse for purposes of identifying property description, current ownership, sura address and legal address of properties along Sandy Lake Road, adjacent to thc pwposed improvements. Determine the horizontal and ve. atlcal location of lmown and/or apparent underground ulilities. In critical locations, utilities sial! be uncovered by the City or the entity responsible for the utility to obtain exact City of Col~ll Preliminary Scope of Services Page 3. locations. The Eugineer shall coordinate with the City and the various utility companies to expose necessary utilities. f. Locale sufficient property comers throughout the project area in order to determi,,~ the limits of existing rights-of-way or easements and develop references to the proposed improvements to &Rea'mine new right-of-way and/or easement requirements. Survey cwss-sections at a maxim,lin of 50-foot int~vals of tho existing roadway for use during the design and calculation of construction quantities. Collect available survey data rehlfive to the adjacent drainage channel, for the areas upstream of McArih~ Blvd. (a maximum of I000 feet) for proposed channel and landscape improvements. Perform 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 existi*~g ve~ical control points provided by the City based upon USGS datum. Meet with City staff to evaluate the project site for visual quality/character, scenic view corridors, existing and anticipated land use adjacent to the wadway, arms to be sci~ened or buffered, mainteaance and safety conc~r~s, and utility easem~s and drainage systems. Document m,,lytical couciusions in graphical form and pn~ua~ a summary ~_*_*__~eot of project issues, vl,votlunities mid 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 MeArthur Blvd. and Sandy ! _~_ke Rd. intersection and the east haft of tho Denton Tap Rd. and Sandy Lake Rd. intersection. Develop up to three alternative design concepts in plan view that are within the project budget, at a scale appropriate to adeq,*~ly convey their desigu intent. A select uumber of cross-sections will be developed as needed to clearly communicate these alternatives. JU~ ii '$,: i~:li kROIq R!~DY ~ND tq5~OCl~TES PRGE.gSV City of Coppell Preliminary Scope of Services Presentations and Public Forums: The Vaagineer shall attend and participate in a maximum of four (4) public forums to present the conceptual design of the project to thc citizens of the City. Tile Bngineer shall prepare presentation graphics for us~ at ~ public forums as deemed llg~ssary by the Emgill~r to commullicat~ information to the public and the F. ngineor shall participate in thc presentations as deemed appropriate by the City staff. B. PHASB TWO - ~ARY DI~IGN Hy(trologic and Hydraulic ,~lysis: Utillzlnop the data collected and survey i]lfo/'mittion obtained during ~ Olle, the ~ ~qhsil~ Review the available data regaling existing and proposed drainage facilities to detcrmlnc location, capacitica, dischargca aild the applicable drninage areas for each. Dctcrmlne thc drainage basins and sub-basins for the project area in question and develop storm drain di~iuage~ for current and fully developed condi6ons for the 5, 25, 50 and 100-year events. Analyze the existing drainagg channel (from McA~ur Boulevard 1000 fe~t to the west) to detormine, alternatives for improvement~. Develop design alternatives for maintenance of existing conveyance cspac3t~ and acsthc~c enhaaccments to the draln~ ctmnnel from McA~hur Blvd. to 1000 feet we~t of McA~hur Blvd. Alternatives shall not include improvcmen~ to the existing drainage structure on McArthur Blvd. south of Sandy Lake Road or downstream channel improvements east of McAtthur Blvd. Review hydrologic and hydraulic analyses performed by othors and furnished by thc City to familiarize and incorporate thc findings into the above analysis. ~ Plans: Thc F. agineer shall prepare pteliminsry plans for the accepted horizontal and vertical alignment ,hst shall include the following: PreAiwi.ary alignment of the proposed street improvements (4 ~ and 6 lane), intm.section geometry, drive approaches, meeli~m openinE% JuN 11 ~93 15:iz FROM R~DY AND ASSOCIATES PAGE.009 City of Coppell Preliminary Scope of Services Page ~. horizontal curve data with beginning and ending stations and centcrline geometry. Determine tho preliminary vertical alignment of the four and six lane boulevard using actual field survey~l data to confum ~ design topography. Station profile grade on 50 foot intervals using the outside top of curb for the insid~ four lane design. Preliminary aiigamont of the proposed drainage improvementa including apprc~matc siz~ and location of inlc~t a~d out[et strtl~lll'e~, storm draill laterals, leads and inlcta. Coordinate with City staff the horizontal and veatical location of thc storm drain ouffall at Moo~ Road to provid~ for eatension of these facilities by the City. Idemifi_cation of known utiliti~ existing withi~ the project limits and potenlial confli~. Thc plans shall show proposed r~lo~ions of the same where owned by thc City. The Faagineer shall assist the City in coordinating tho relocation of franchise or other utilities not owned by the City. The Engineer shall provide prelimi-,~ry roadway ami city utility plans to affected utilities. Determine impact of stzcct grades and ~,onn drain improvements on the existing 30' wamrlinc. Develop a preliminary de,~ign to lower s%o~n~:nts of the 30" waterline to avoid conflicts. I~viow location of and impact that the rolocation of the line has on air/vacuum release valves. Determine new location of air/vacuum valve riser pipes and possible vaults around valves. Evaluate location, size, and impact of thrust blocking for ~elocatlou. Determine the typ~ of trench backfill and method for placement and testing of same. Evaluate alternative locations for 24' waterline consideaing construction phasing, ~int~tlalge, and location of air/vacuum valves. D~velop horizontal and vertical alignmmt of tho propos~ 24" waterli~, thrust blo~king, air ami vacuum valve, s, i~olation valv© locations and ¢OtLr"li~ts with othex ~ during coustmotion. Th~ limits of d~fign and JUN ii '~J 15:i3 FROM RADY ~ND A350u1ATES P~GE.~iu City of Coppell l~re~nin~ Scope of Services Page 6. construction for the 24" waterline will be from McAtthur Blvd, to approximately 50 feet west of Denton Tap Road, Determine the location of existing 8" and 16' waterlines within Sandy Lake Road, l~valuate impact of proposed improvements on existing lines and devcinp preliminary relocation plans ff necessary. Determine location for new fu-e hydrants per City requirementa along Sandy Lake Road, Verify hotizomal and vextical grades of new Rte ydrants. Design geome~y of median openings, left turn lanes, and driveways. Consider grades on intersecting driveways and streets to provide acceptable transitions adjacent to and across ~.dy ~ Road. Design traffic signalization layout including locations of controller cabinets and mast arms and poles for Heattz Drive and Moore Road. Conduit crossings will be d~signed for future signalization at the intersections of Samuol Drive and Mockingbird Lane. m. Design layout of m~°t lighting including pole and Hght fixture type, spacing, pull box and transformer location for primary/secondary feed. preliminary pla.m for this project shall be prepa~ at a scale of 1" equals 20 feet on single plan and profile sheets to such detail as is nooessary to resolve appropriate issues prior to p~vl~u'ation of final design plans, preliminary must be approved in writing by the City prior to the Eagineer commeRcillg with the preparation of final plans and contract documents. a, Preliminary Design Baaed on the preferred alternative concept and written authorization from the City to proceed, the Eagineer will ~ pteliminn~j design on tho selected improves in order to ~ the concepts and establish reliable estimates of Probable Construction Costs. City of Coppell Pivliminary ~ope of Sci'vices l~ge 7. Using appropriate scaled plan sheets, prepare a schematic landscape plan for Sandy ~ke Road. The drawings, to be preliminary in nature, will illustrate in pla~ and section the Bngineer's recommendatlona for plantings, lighting, walk-ways and landscape bermlnff within the beulcvard rights-of-way. Cos~ variables will include quantity, type and size of trees, ~nd incinsion/excinsion of landscape features. The plans will be accompanied by suggested budgets for the lan~ development. The prelimlnary design plato, details, and projected costs will be presented to, and di~ussed wi~h, the City staff. Aay design ~-memeats necessary prior to public presentation will be identified. Following review by City slaff, presentation at a public meeti~, and approval of the Schematic Design by th~ City, the selected concept will be refined to show the foUowing: localions, dimensions and materials for spocial pavin~ location; light fixture tyl~, size and l~cation; location, type and spacing for plant matedah; location for berm gr~ling and IL'talnin~ wall acl'~nin~p. b. Irrigation Design (1) Coordinate with City staff as to stylos and models of irrigation equipment, location of controllers, sprinkler heads, double check valves, metering, ~,e. to establish d~sign guidelines for thi.~ project. Identify p~fen~ system components and manufacturers. Consider: Turf grass wtor locations and typ~. · Turf spray head locations and type. Supplemental tree in~gafion. Style a~i method of solenoid valve installation. * U~e of soil moisture sensors, rain s~nsom, and t~mperatttre. CRy of Coppell l~lirninary Scope of Services Pa e 8. (2) (3) (4) (5) · Style of PVC pipe make-up syst~n. Develop a conceptual plan of the ovcrall ar~a which illu~iiates the location of points of connection to existing walex supply lines and electrical sentice. Coordinate with City staff and Landsca~ Architect those areas requiring irrigation initially and those ar~s when~ future irrigation is desired. Determine location of future sleeves/conduit to facilitate expansion of irrigation system. Calculate typical water consumption and the cost of such for the project area based on planting design. Coordinnt~ with franchim utility to obtain power sources to run conu'oller and valves, location of seconda~ power feeds. Geoteclmical Investi~uiom The Engineer slall r~al. tl~ sa'vices of a qualified geote~hnical eagineeting firm to obtain soil borings mid pea'form laborato~ analyses of th~ ~mples obtsinexl to facilitato tl~ degoiaiinafion of the general characteristics and classification of the soil in the project area. The geotechnic~l engineer sh~ll ~ a report ~comme~ding any special requirements for excavation or embedment of below ground/underground structures, foundation mtuimments for uederground stmclures if a p~rt of the proposed improvemems and soil/rock classification for use by couttactors during the bidding ptm~ of th~ p~oject. Identify geoteclmlasl bom locations by c~mterline station offset and elevation at existing ground adjacent to the edge of hol~. Drill 20 borings to 20-foot depth (one boriag pet 500 linear feot of roadway). Verify existing utility locations p~ior to drilling. Baclffill/pateh bore holes at completion. c. Laborato~ Investigation will include: 120 Moisture contem and laboratory classifications; 20 Atterburg Limits; 5 l-~e Series; JUN ii '93 15:i4 FROM RAD'F AND ASSOCIATES PAGE.O13 City of Copper Preliminary Scope of Services l~e9. 1 Sulfate test per bom hol~ to check for lim~-induced heaving potential; Unconfined comp~ive strength te~ts; Unconsolidated Undnfinod Direct Shear testa for trench cut/stability considerations, and; Oult weight determinations. d. tLqgineczing Analysis and Report: Provide summary of ealbaurface conditions; Provide recommendation for the optimum lime ¢ollc, e~tratiotl for subgrade stabilization; Comment on sulfate content teeing and special reoommeadations for subgrade treatment to ~ent tho potential for lime-hiduced heaving; Provide recommendations for a temporary xx~d (approximately 1-yc~r Kfc with no heavy trucks) during road construction activities; l~vide trench backfill methodology, compaction, and placement comments; and, Provide four copies of the report. Preliminary. COSt I~roiection: The ~ shall prepare and present to the City along with tho Pl~iiRil}a~ Plans a preliminey cost projection for construction of the proposed improvements. The l~xgineex's cost projection shall lac based upon thc most la~a:~ltly available coat data for projects of a similar rlattlrc and scope and tho profe~sionai judgment of the Engineer. Thc cost projection shall not be considered a guarantee of thc construction cost of the project or the bids that may be received on thc project nor shall tho cost projection contain any allowance for costs associal~d with the acquisition of fights-of-way and/or easements for the construction. Pmaentatlnns and Public Forums: The Fmgineer shall attond and paltid~ in a maximum of two (2) public forums to discuss the prelimimary design of the project with tho City Council, citizens and/or iatel~t groups of the City. The En~nc~r shall pmlntre presentation graphics for use at the public forums as deemed mw~essary by ~ Engineer to communicate information to the public. The F~gineer shall participate in the presentations as deemed appropriate by the City staff. JUN Il ~93 15:15 FROM RADY AND ASSOCIATES PAGE.O14 City of CoppeJl Preliminary Scope of Services l~e 10. City Review: Upon completion of the preliminary plan documents, thc 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 Fmgineer shall rewiew the City's comments and incorporate the appropriate For review purposes thc Engineer shall submit two (2) copies of th~ plans to the City. These will be ~-viewed and checked by the City and one (1) copy returned to the Bagineer with the desired changes noted. Each set of plans shall be stamped 'Preliminary" and dated by the Engineer. Contract Time: The Bagineer shall deliver the preliminary plans to thc City for review in a maximum of six (6) months and the City shall allow a minimum of five (5) months for completion of th~ same. Said time of deliwry shall commenc~ upon writ~n acccptsn~ of the conceptual design and shah be exclusive of tl~ tlmc necessary for interim reviews by the City. C. PHASI~THR~ - FINALDF, SION - ' f-w : The Engineer shall propav~ thc neces~____ry 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 ,h~ll include the following: Survey side bearing lines of properties for purposes of closure on lights- of-way tak~. Rights-of-way and ~.?-*~ment Determination: The P_agineer shall survey, render field notc~, and ~ plans and indivi&._~al exhibits for additional rights-of-way and permanent and/or temporary construction easements needed. Rights-of-way and m~,~rnent plans shall include the following: (t) Location of e~Asting property pins found ~c~l by and offset from the strg~ cen~rline. (2) Location of casement limits either by station and offset from the strict centerline or by offr~t distance from an existing JdN ii '93 i5:i5 FROM RADY AND A55OuiHTES PAGE.OI5 City of Coppell Preliminary Scope of Services Page 11. (3) Area of rights-of-way or casumont required. (4) Parcel number. (~) Lot and block of subdivision or tract and survey identification (6) Name and strut address of the lasl knowa owner according to the c,.ii~,il tax roles of the City. Limits of existing easements and/or rights-of-way. The above in~orma~on sh,. he pr~n~ on 8-1/2" x 11" paper for ~ach parcel to he acquired snd shsll also he sealed by a Registered Professional Laud Surveyor. The Engineer shall submit above rights-of-way and easement inform.tion ~ approval of the Preliminary Plans in order to allow the City suffichmt time to acquire said rights-of-wa)' and/or ease~lellts prior to commenc~mlmt of construction. Upon notification of acceptai~ 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 pwp~r~ ownm to identify same. Final Plans and Contract Documents: Upon acc~i~ce of the plvllmlnary plans by the City, the l~lgineer shall p~re final plans and contract documents suitable for the adve~isemlmt and receipt of bids for construction of; relocation of the 30" waterline, 24" waterline, major utility adjustmimts, storm drslnago system, paving, lighting, sidewalks, land,~aping and irrigation. The final design submilial shall include the following: a. Cover sheet with location map. Plan and profile sheets of the relocation of the City of l~]~a. 30" water line and thc 24" water line impix~vements prepared on sing~ plan and profde sheets at a scale of I inch equals 20 f~t (horizo~iil) and 1 inch equals 2 feet (verlical). JUN Il ~93 1S: 15 FROM RADY AND ASSOCIATES PAGE.O16 City of Coppoll Preliminary Scope of Services do f+ g+ Water and sauitary sewer relocation plans px~u~d on separate plan and proffic she~-ts at a scale of ! inch equals 20 feet (horizontal) and 1 inch equals 2 fee~ (vemieal). Plan and profde s~as of paving ~nd dr~i,%oe improvements pn~pared on single plan and profile sheets at a scale of I inch equals 20 feet (horizontal) and I inch equals 2 feet (vertical). Drainage area map indicating drainage facilities with size of proposed structures, area diaclmrg~, timez of concenwation and ach:age of Dr~fnage computation sheet reflecting hydrologic and hydraulic calculations for the proposed improvements. Grading plans showing critic, al spot grades and cross sectiom of proposed e~rth b~iais showing the size and shape of such berms, and oth~ hfformation required for implememtalion of thc grading plan. Planting plans to lo~e and identify items of plant material to be used. A plant list, including quantity, size and varie~ of matcrlal.% will appear on the drawing. Technical spocifw, ations not included in the standand specifications. Irrigation: (l) Irrigation design plan sh~ts indicating sprinld~r L,~__._a placement, sleeving for water and wire roums, pipe routing and sizing, cofltroll©r locations, valve a~qi~ments to a core.lief, syg~m isolation valves and ethel' misce, liaReO~S iit~llS which convey the ultimate fl,~l working product. (2) Irrigation compon~m assembly details. System prOg~mming schedules indicating nm times to apply 1" of water. (4) Technical specifications for irrigation. of Cop n P~liminary Scopo of Services pase Traffic signalization plans i~cluding detector loops, cont~ller cabinet locations, mas~ arm and pole locations, phasing dia~m~s and appropriate d~ails for the int~rse~ons of Hea~ and Moore Rd. Th~ plsn.~ shall include dly conduit crossings for furore sig~sii~ation at ~be seco~da_ry inu~rse~ions of Samuel and Mockingbird Lane. Stm~ lighting plans including pole snd light fixture typo, spacing, foundation, conduit size and location, pullbox and transformer locations for prima~/secondar~ electrical feeds. Miscellaneous non-slandanl de~ils and typical secfiom shall be included in the pla~s. $ianOani de~sils provided by the City shall be incorporated as fiimished upon r~vicw by ~hc ~nghleer and slmll not be compul~r g~n~tat~l nor modified as part of ac basic servkes included ureter this cenlra~. Contract documer~s including nolice to bidders, insllucfions ~o bidders, form of proposal, standard payment, performance and main~mance bonds, s~ugard form or agreement, special provisions, special specifications and standard details. The Bogineer s~l! prepare the contract documents utillz/ng the North C~mtral Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction, including the general conditions of agreement. Technical Specifications shall be based on State Depamuent of Highways and Public Transpomfion (SDHPT) and NCTCOG. o. Provide construction cor~ol points approximaIcly ovet~ff 800' .or th~ nearezt side stz~t. Con~rol points will be s~ oul~ide of th~ llmi~ of proposed construciion. p. Thc final de..s~II plans and contract d°ctmle~ta shsll be scaled alld signed by a Professio~l llng~neer, Re~is~er~xi Landscap~ Archit~c~ and In'i~tor licensed by the Stale of Texas. Thc final design plans shall be ptepatod on Autocad Release 11 or greater utilizing the ]8ngineer's standard layering system, b~lal specifications for Aural production of plans shall be incorporated in the project as part of the basic services at the Nngineer's discretion, Customization of the Bngineer's standard layering system shah be cousidered as ~ddltlonal services to the contract. city og coppeu Preliminary Scope of Services ~ection: The l/ngin~r shall pre~ and present to tl~ City ~ong with the tm. al plan,~ and contract documont~ a f'mal cost projection for construction of tl~ proposed improvements. The ]/nginccr's cost projection shrill bo basg~ upon tho most recently available cost data for projects of a similar nature and scope and the professional judgmeat of the ]~gineer. The cost projection shall not be considered a guarantee of the constmclion cost of the project or the bids that may be r~ceived on tile project. City_ Review: Upon completion of the final plans and contract documeats, the Hogineer shall prP..Sg~ tWO complete sets of the construction documents to the CiP/staff for lvvi~-w. Upon completion of tho fioal r~viow by the City, th= Ev~neer shall review the City's commellts alld incorporate the appropriate r~visions into the ~ documeats prior to the bidding phase. For r~vicw ptcrpogs the Eagln~r sh~ll submit two (2) copies of the plans and specifications to the City. Thes~ will be reviewed and checked by the City and two (2) copies returned to the llngineer with the desh~ corrections noted. Two (2) complete sets of the corrected copies sh~ll b~ ~gurned to the City along with one (1) copy of the original r~view plans and specifications. Each s~t of plans shall be stamped *Preliminary" and dated by the l~gin~r until the final approval of tho pla~ by the City, whel~upon the word 'Pl~liminary" shall be omitted and the plan~ shall be stamped *Firial' on the cover sheet and dated by the ~gineer. Utili!~k_C_i~ill~nation: Th~ F_.ngineer shall distribute to utility companies, including but not limited to, f'ra.nchis~ utilities and pii~lillo companies which have facilities within the limits of the Project, construction plans for the l~t. The above montioned construction plans shall consist of tlg following: One s~t of approved and dated conceptual plans On~ sot of approved and dated pr~liminaxy plans One set of approved and dated "f'mal plans.' Tho Engineer shall obtain from tho utility companies, their best ostimate of ~im¢ ~quired for any necossmy relocations and p~x~vige the City with the game. JiJN Ii ~gu 15:i~ r~ul~l RHDY hND ~SSOCIH1ES P~GE.Oi9 The ~ngineer shall coordl,atc with tl~ utility companies any proposed improvemems, 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 pipelin~ companies, which have facilities within the limits of the Project. The F. ngineer will indicate on the final plans said proposed improvements both on plan and profile. The Hnglncer shall not be responsible for acting as the City's repre~ntative during such coordillation and shall serve strictly as a liason between the utilities a~ the City for the purposes of such activities. ~ The tiagincer shall deliver the f-real 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 delivo-y shall commence upon w~ten acceptance of the preliminary design and shall be exclusive of the time necessary for int~-im reviews by the City. D. PHASE FOUR - BIDD/~i ~ Bids: The l~agiaeer shall, upon approval of the final plans and contract documents, prepare the conmuction documents for advcztisement and bidding. The Notice to Bidders ahall be submitted to tbe Purchasing Depa~taient for submittal to the newspa~r of ~ of the City for publication to adve_rtise bids to be received on a date acceptable to the City. Upon determination of tho bid date, the ]/ng/neer shall print forty (40) sets of the final construction documents, forward copies of th~ construction documents to a maximum of four (4) local contractor organizat/on$ to he placed on file and be lx~ponsible for th~ i~suance of sot~ of documents to interested contractors from the Engineer's office. The City shall be furnished threo sets of final documents for usc by the staff and placement on f-de with the Purchasing A~nt during thc bidding process. All costs for prin~g of final bid docum~nt~ shall he tbe rezponsibility of the Engim~r. Engineer sh.U 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. + ~ Bids: Tho ]~ineer shall attend the bid opelling ami amsist ill the ~ and oi~nlng of bids if desired by th~ City staff. Upon completion of the ol~ning of bids the ]~meer shall r~dn the bid documents for the JLJN ii '93 15:i2 FROM RADY AND HSSOCiATES PAGE.O~O City of Co~p~ll Preliminal~J Scope of Service~ Page 16. purposes of tabuhfion and evaluation of the bids. The contract documents shall require bids be submltl~d in duplicate by the contractor. Bid Tab,,lation and Recommendation of Award: The Engineer shall tabulat~ the bids received to vetif-y the low bid and other bid~ and shall review the experience and qualifications of the low bider to ascertain the abilRy of the contractor to adequately perform th~ work proposed. Upon review of the low bidder's experience, qualifications, bid submiCu~d and bonds, the l~ngineer shall make a wriUen recommendation of award of thc contract, complete with a tabulation of the bids, to the City for consideration by th~ staff and City Council. _Preparation of Contract Documen~ Upon award of the contract, tho lio~neer shall furnish and prepare six sets of contract documents for execmion by thc contractor and City. The Engineer shall forward said documents to the contractor for execution and insertion of bonds and when returned the Nagineer shall review thc documents for comple6on and compliance with th~ nxluirements of the contract prior to forwarding the doo~m~nts to thc City for ~ution, E. CONSTRUCTION ADMIlqlSTRATION Pre-Construction Conference: Thc l~aginocr shall palticipatc in a pre- construction conference with reprcaentativ~ of the City, thc contractor and ntf,,cssary utility companiea. The p~lrpose of this ¢onforeflce shall be to establish thc conditions under which the work will be performed, identify the individuals involved in thc construction and cor~tructlon admini.~'ation, the utility company ~pre,~ntatives and others that may be involvenl, determine the construction schedule and develop a working reh~onship early in th~ project, C~mstruction Observation: The Engineer shall make p~rindic 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 thc Construction Documcnt~. The basic services of ~ contract shall include a maximum of on~ visit per wcck to the project site during construction at an average of three hours per visit. JUN ii '93 15:18 EROM RADY AND ASSOCIATES PAGE.O~i Coppe Preliminary Scope of Services 3. Other Construction Services: The Bagineer shall be available to provide in~pretation of the plans, review of shop drawings and subrniuals when dc~r~ by the City, and review of periodic pay req~sts 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 I~gineer on a limited basis. The Engineer ~ be available to review plant material pho~ographs pmvi0~ by the contractor. Any professional services rendered at the request of the City in the field selection of plant materigl shall he considered additional services. The Eugine~r shall locate and/or re~es~blish major construction control points and limits of the ease. merits in the field prior to commencement of consUuction in a m~n.~r adequate for use by the Contractor. The Contcactor will be responsible for staking the seimrate aspects of the project during the cons~uction phase of the project and/or re-establishing the control points ff distutt~l or destroyed. Fire1 punch List and Recommendation of A _c, ce~m~e: Upon sub~ta~tlal completion of ~, the ~ ~ ~c~ ~ a ~ w~- ~gh and push ~ ~ ~e ~j~ W ~si~ ~ ~clop~ a Hst of ~fic~ies ~ ~ ~ by ~ ~ p~or W f~ ~. U~ ~mpl~on ~ ~e ~h ~, ~ ~r ~ ~mm~d ~ of ~ p~ h wd~g w ~ Ci~ ~. Record Drawings: The Engineer shall prepare a reproducible set of drawings of the project ~flecting the contractors construction recoxds. Upon completion of the drawings, fll~ ~ shall review the same mid forward one ~et of reproducible record drawings to the CRy st~ff. ~et Prope_ rty Corners: At the end of construction, and in accordance with state law, set new propen'y corn~rs of acquired right-of-way with h~a pins. J~N Il '93 i5: 1~ ~ROM RAD~ AND ASSOCIATES PAGE.~22 city of coppeu reUminary Sco of servic iS. F. ADDITIOjNTAL St~,VIC,~ Additional Meetings - CRv Councjl_and/oz Citizon Commlttccs: Tim Engineer shall attend and participate in a maximum of six (6) public forum me~tings, as part of the basic se~ce~, to present design concepts and consideration to the City Council and Citizem-y Committee. Should additional public forum meetings be requested by City staff, thc P. agin~r shall attend and participate in and be compensated for on a, per each meeting, lump sum basis. 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 app xima y oightova (18) meetings. The rmgineer and City agree that a minimum of f~ l~rcent (50%) of the mectil!gs shall be hold at the offices of the Engineex. Should additional meetings be requested by City staff, the Engineer shall attend and lnmicipate in and be compensated for on a, per each meeting, lump ~ basis. Sandy lalce~ Road and Mooz~ Drive Inte~ The ]~gineer shall bx~kout final plans and dearelop contract documents for the intersection of Sandy Lake Road and Moore Driv~ from the ~nd of the left mm lanes of each street to include paving, drainage, existing and proposed utilities and signalization upoll request by tlm City. Th~se sea'vim shall be cofl~idered aa edditiollal services under this contract. Water System Analysis: Upon request of tho City, the Bngino~r shall perform a hydraulic water system analysis to evaluate the proposed water system improvements proposed unde~ this contract. This work shall include: Collect data n~lative to the City of Coppell and City of Flower Mound water system including; water system maps, pump and storage information, existin~ hydraulic system models, operational criteria, condition of individual components and water ]Lines, diurnal demand distributions for each prcasun~ plane and other ~lative infomaation deemed necessary. Update and edit existing hydraulic models furnished by the City to reflect existing conditions and operational criteria and updat~ tho model for new computer analyses. du~ ii ~u i5: 1~ FRu~i ~HD'f HND HbUOCIATE5 PAGE.023 ci~ of Prclhnln~ry Scope of Services Page 19. do g+ Revise demands on hydraulic model to reflect those conditions expected during construction of thc 24" waterline and relocation of the 30" water Revise demands on existing pump stations for expoc~ average day conditions and prorate performance cri~ia for the same. Incorporate the diurnal demand distribution into the hydraulic models in order to perform extended period sim.latinns of the pressure pl~ne-s. Finali?e model by reviewing iriterrmlly a~d with ~ity staff iRformatio~ · ~gazding pump performanc~ and stsgi~'ng, on/off settings, ~mk etcwations, prmsun~, capacities and line conditions of 30" transmission l~ain. Evaluate alternatives for the removal of the 30" water transmission main from service between McARbur Rlvd. and Denton Tap Rd. Cross-conngt rig City's 16" waterline at Denton Tap Rd. with thc 30' City of Dallas waterline to facilitate tl~ supply of potable water to Flower Mound on an interim basis ill order to expedite the relocation of the 30" waterline wjthln the project limits. Cross-connect the City's proposed 24' waterline at Denton Tap Rd. and Mc, Arthur Blvd. with thc 30" City of D~lln.s waterline to facil~te the supply of potable water to the City of Flower Mound on an in, rim basis to expedite the relocation of the 30" waterline within the project limits. Installation of an in-line booster pump along the 30" transmission main ~o offset cl~f'miencies in pressure or head caused by the cross- connection with the Cit~ of Coppell. 4. Cross-conm:ct thc City's system and supplement additional de.~aml needs with the City of Lewisvi11©'s water supply. Prepare and pn~nt a report describing the technical approach, findings, conclusions,and recommendations for review by the City staff. Thc report shall include approp~ exhibits for usc in p~esentations. City of copp~ll Preli/nin~ry Scop~ of S~rvices P~e 20. ~SION$ TO PLANS AND SPI~JuqCATIONS The Engineer shall be re~0onsiblc for the professional quality, technical accuracy, and the service furnished under this Service Conlract. The ~ngineer shall, without additional compensa0on, correct or revise any errors or deficiencies in such goods, servicez and instrurm~nts 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 tlxis A~znent or of any cause of action arising out of the performance of thi.~ Agreement, and the Engineer shell be and remain liable to the City in accordance with applicable law for damages to the City caused by any defects or deficiencies in the work or Ea~nc~r's negligent perfonnance of the Work. The fights and remedies of the City under this Agreement are in addition to any other rights and remedies provided by law. The City reserves the fight to direct substantial revision of thc 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 Fm~ineer just and equitable compen~ion for services, rendered in making such revisions. In any event, when the Hagineer is dinectexl to make subslantiid revisions under this Section of the Contract, the Pmgineor 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 p~ovisions and the lime requix~l to complete the various phases involved in the rvvisions. Prior to the Ihglneer un. malting arly sllbsta~tisl l~visiolls as directed by the City, the City must anthorize in wfi~h~g the nature and scope of tho ~visions and accept the method and amount of compensation and the time involved in all phases of the work. Wc arc aware of the potential impacts of All-ways Alternate transportation plan, We will conskicr possible impacts, however, any design revisions as a result will be grounds for JdN ii '~3 15:~0 FROM R~DY ~ND ~SSOC[~TES P~GE.O~5 cit of :l~ 'hn~n~ .~cop~ of $¢rvk~s EX]~CD'rt~ this day of A.D., 1993 A-I-r~T: CITY OF COPP~_ .r. Tom Morton Mayor Willinm B. l~iff, P.E. Vicc-Pr~sident ** TOTAL P~GE,O~5 **