ST9902-AG060124
THE.CITY.OF
corrELL
~~* ...
7' \)
e q
Xliii. \1'1
MEMORANDUM
TO:
Mayor and City Council
FROM:
Kenneth M. Griffin, P.E., Director of Engineering and Public Works
DATE:
January 24, 2006
REF:
Consider approval of a resolution adopting the approved preferred alignment of Sandy
Lake Road (SH 121 to Coppell Road N) as described in Attachment 'A' - Design and
Construction Criteria, together with Attachment 'B' - Memorandum of Agreement, and
authorizing the Mayor to sign; and consider approval of the Project Supplemental
Agreement to the Master Agreement Governing Transportation Major Capital
Improvement Projects between the City of Coppell and Dallas County, and authorizing
the City Manager to sign.
On December 13, 2005, City Council awarded a construction contract to Tiseo Paving Company for
the construction of Phase 'A' of Sandy Lake Road, from S.H. 121 to Coppell Road N. Numerous
times, the alignment of the roadway has been discussed with City Council and the public. Up until this
time, City staff has not sought a resolution from Council approving the alignment of Phase 'A', because
Dallas County had steadfastly refused to allocate a portion of the approved funds for Sandy Lake Rd.
to Phase 'A'. Now that they have agreed to funding a portion of Phase 'A', the City has been placed in a
position of having to backtrack to seek approval of the alignment of Phase 'A', after the construction
contract was awarded in December 2005. Nothing has changed for Sandy Lake Rd. Phase 'A' from
what Council has previously seen and from what was awarded to Tiseo Paving Company by Council.
The remainder of this memo explains in detail the timeline concerning the allocation of funds from
Dallas County for this project and the requirement to seek a resolution for approval of the alignment
for Phase 'A'.
In March 2000, the Engineering Department submitted Sandy Lake Road (S.H. 121 to Denton Tap
Road) to Dallas County for consideration of partial funding through the Major Capital Improvement
Program (MCIP). The project was approved and received funding in the amount of $1,300,000 for
fiscal year (FY) 2006. The City Council approved the Master Agreement that defined the partnership
and roles of the county and the city in association with the project on December 12, 2000. An
engineering contract with Teague NaIl and Perkins (TNP) for the design of the project was also
approved during the same council meeting.
TNP was directed to prepare the construction plans in two phases, Phase 'A' (S.H. 121 to Coppell Road
N) and Phase 'B" (Coppell Road N to Denton Tap Road). The city realized that the eastern section of
Sandy Lake Road had numerous issues that would impact the start of construction. Phasing the project
allowed the city the opportunity to start construction of Phase 'A' at an earlier date than Phase 'B'. The
Phase 'A' section of Sandy Lake Road provides commercial traffic access to the facilities located along
Royal Lane, Sandy Lake Road and Freeport Parkway.
The county was aware that the project was being designed and constructed in two phases. The city
initially thought that construction of Phase 'A' would start prior to FY 2006 and in February 2003,
requested the county to consider moving all or a portion of the $1,300,000 forward for use on the
construction of Phase 'A'. In October 2004, we were told that Dallas County staff had decided not to
participate on Phase 'A' and that the entire amount would be available for Phase 'B' which was
scheduled to start construction in 2008. The city then held a public meeting for both phases of Sandy
Lake Road on December 7,2004 for the purpose of reaching a consensus on the design and alignment
of the projects as presented in the schematic design plans dated December 2001. As part of the
required funding process, the city prepared a Supplemental Agreement (SA) with incorporated
attachments. The agreement called for the county's participation to become available sixty days prior
to the construction award. The SA and a resolution adopting the preferred alignment for Phase 'B'
were approved in the July 12,2005 City Council meeting and submitted to Dallas County for approval.
In August 2005, Dallas County informed the city that the funds would now be available for
construction of Phase 'A'. The county provided a revised agreement, the Project Supplemental
Agreement (PSA), for the city to follow in preparing the agreement. The city has prepared the PSA for
Phase 'A', with incorporated Attachments 'A' through 'E', that establishes the preferred alignment along
with the contractual rights and responsibilities of both entities. The new PSA calls for the county to
reimburse the city on a monthly basis for twenty percent of the eligible construction costs until Dallas
County cost participation is met. Any remaining funds from Phase 'A' will be carried over and used for
the construction of Phase 'B'. A construction award for Phase 'A' was approved during the December
13, 2005 City Council meeting, and Dallas County participation is anticipated to be around $670,000.
The next step is to implement the PSA with the county. The PSA must be accompanied by a resolution
adopting the preferred alignment as described in Attachment 'A' - Design and Construction Criteria
together with Attachment 'B' - Memorandum of Agreement.
With this agenda item, a copy of the resolution and the Project Supplemental Agreement with
incorporated Attachments 'A' through 'E' are provided. Staff recommends approval of the resolution
and Project Supplemental Agreement necessary to obtain partial funding from Dallas County for the
construction of Sandy Lake Road, Phase 'A".
Staff will be available to answer any questions at the Council meeting.
DALLAS COUNTY
PUBLIC WORKS
March 28, 2006
Mr. Ken M. Griffin, P.E.
Director of Engineering & Public Works
City of Coppell
p, O. Box 9478
Coppell, Texas 75019
Re: Sandy Lake Road MCIP Project 40601
(SH 121 to Denton Tap Road)
Transmittal of Project Supplemental Agreement
Dear Mr. Griffin:
Enclosed are two (2) fully executed originals of the subject Project Supplemental Agreement
pertaining to the referenced project, as well as copies of Court Order 2006-413 dated February 28,
2006 for your records and use,
Should you have any questions or comments, please do not hesitate to contact me at 214.653.6413.
Sincerely,
/dlc
encl.
411 Elm Street, 4th Floor
Dallas, Texas 75202
(214) 653-7151
ORDER NO. 2006 4i 3
DATE: FEBRUARY 28 2006
.
COURT ORDER
?k
STATE OF TEXAS
COUNTY OF DALLAS
<<n
en
BE IT REMEMBERED, at a regular meeting of the Commissioners Court of Dallas County, Texas, held
on the 28th day of
February
, 2006, on motion made by Kenneth A. Mayfield, Dist. #4 ,
and seconded by John Wiley price, Dist. #3
, the following order was adopted:
WHEREAS, the City of Coppell requested and Commissioners Court has approved a project on Sandy Lake
Road from SH 121 to Denton Tap Road pursuant to Court Order 2000-814 on April 24,2005,
MCIP Project 40601. City has also requested that it be designated as the "LEAD AGENCY" for
this project.; and;
WHEREAS, the scope of the project is the construction ofa six lane divided roadway; and
WHEREAS, County has budgeted $1,300,000 for this project. County In-house Project Delivery Costs will be
included in the not to exceed amount of $1,300,000. County will reimburse City on a prorata
basis as billed from actual construction costs and City will bear any project cost exceeding the
County not to exceed participation; and
WHEREAS, the Director of Public Works has reviewed the agreement and recommends its execution.
IT IS THEREFORE ORDERED, ADJUDGED AND DECREED that County Judge is hereby authorized and directed
to execute the attached Project Supplemental Agreement to the Master Inter10cal Contract for
improvements to Sandy Lake Road MCIP Project 40601 from SH121 to Denton Tap Road in an amount
not to exceed $1,300,000 less County in-house project delivery costs to be paid from MCIP funds.
DONE IN OPEN COURT, this the 28th day of
2006. ~6Z)
Mike Cantrell, District 2
roM fbl/rl
Donald R. Holzwarth, P .E.,
Director of Public Works
STATE OF TEXAS
COUNTY OF DALLAS
<]I
<]I
DALLAS COUNTY CAPITAL IMPROVEMENT PROGRAM
PROJECT SUPPLEMENTAL AGREEMENT
TO THE MASTER AGREEMENT GOVERNING
MAJOR CAPITAL TRANSPORTATION IMPROVEMENT PROJECTS
WHEREAS, the City of Coppell, Texas, hereinafter called "CITY", and the County of
Dallas, Texas, hereinafter called "COUNTY", desire to enter into a PROJECT SUPPLEMENTAL
AGREEMENT, hereinafter called "PSA", in order to contract for the implementation of the Major
Capital Improvement Project authorized by Court Order 2001-814 dated April 24, 2001 which
approved specified projects including Sandy Lake Road from State Highway 121 to Denton Tap
Road, hereinafter called "PROJECT"; and
WHEREAS, the CITY has requested that it be designated as the LEAD AGENCY for the
project and will provide the Project Manager; and
WHEREAS, CHAPTER 791 OF THE TEXAS GOVERNMENT CODE and TEXAS
TRANSPORTATION CODE ARTICLE 472.001 provides authorization for local governments to
contract with each other for the performance of governmental functions and services, and joint
funding of road or street projects.
NOW THEREFORE THIS PSA is made by and entered into by the CITY, and the
COUNTY, upon and for Ten Dollars ($10.00) the receipt and sufficiency of which is confessed and
acknowledged for the mutual consideration stated herein.
WITNESSETH
ARTICLE I
PROJECT SUPPLEMENTAL AGREEMENT
This PSA is to specifically identify the PROJECT, changes in the rights and responsibilities of each
of the parties as set forth in the MASTER AGREEMENT and additions thereto as incorporated
herein. This PSA will be an addition to the MASTER AGREEMENT and incorporate each of its
terms and conditions. All terms of the MASTER AGREEMENT remain in full force and effect
except as modified herein. In the event of any conflict between the MASTER AGREEMENT and
this PSA, this PSA shall control.
type 2 as of December 14. 2005
Page 1 of 8
ARTICLE II
INCORPORA TED DOCUMENTS
This PSA incorporates, as if fully reproduced herein word for word and number for number, the
following items:
1. MASTER AGREEMENT authorized by County Commissioners Court Order 2001- 814
dated April 24, 2001;
2. Project Scoping Sheets, as shown in ATTACHMENT "A";
3. The Public Meeting MEMORANDUM OF AGREEMENT between City and County, as
shown in ATTACHMENT "B"; The MEMORANDUM OF AGREEMENT between the City
and County was produced by the collective effort of all parties at the Public Meeting held
for this project on the 7th day of December, 2004. Together with Attachment "A", it defines
the scope of the project, with an agreed upon preliminary alignment;
4. Current Cost Estimates And Funding Sources, as shown in ATTACHMENT "C";
5. Proposed Project Schedule, as shown in ATTACHMENT "D"; and
6. 100% City Funded Pay Items as shown in ATTACHMENT "E".
ARTICLE III
TERM OF AGREEMENT
This PSA becomes effective when signed by the last party whose signing makes the respective
agreement fully executed (The "Effective Date") and shall terminate upon the completion and
acceptance of the Project by Dallas County Commissioners Court or upon the terms and
conditions in the Master Agreement, Article IV. Section 1, Termination.
ARTICLE IV
PROJECT DESCRIPTION
This PSA is entered into by the parties for public transportation improvements within the City of
Coppell, Texas. The PROJECT is defined as and will consist of the upgrading of Sandy Lake Road
(State Highway 121 to Denton Tap Road) to a 4-lane divided roadway with improved storm
drainage, traffic signals, street lighting, and landscaping, as more fully described in Attachment" A" ,
Project Scoping Sheets. This project will facilitate the movement of public transportation to benefit
both the CITY and COUNTY.
ARTICLE V
FISCAL FUNDING
Notwithstanding anything to the contrary herein, this PSA is expressly contingent upon the
availability of COUNTY funding for each item and obligation contained herein. CITY shall have no
right of action against the County of Dallas as regards this PSA, specifically including any funding
by COUNTY of the Project in the event that the COUNTY is unable to fulfill its obligations under
type 2 as of December 14, 2005
Page 2 of 8
this PSA as a result of the lack of sufficient funding for any item or obligation from any source
utilized to fund this PSA or failure of any funding party to budget or authorize funding for this PSA
during the current or future fiscal years. In the event of insufficient funding, or if funds become
unavailable in whole or part, the COUNTY, at its sole discretion, may provide funds from a separate
source or terminate this PSA. In the event that payments or expenditures are made, they shall be
made from current funds as required by Chapter 791, Texas Government Code.
Notwithstanding anything to the contrary herein, this PSA is expressly contingent upon the
availability of CITY funding for each item and obligation contained herein. COUNTY shall have no
right of action against the CITY as regards this PSA, specifically including any funding by CITY of
the PROJECT in the event that the CITY is unable to fulfill its obligations under this PSA as a result
of the lack of sufficient funding for any item or obligation from any source utilized to fund this PSA
or failure of any funding party to budget or authorize funding for this PSA during the current or
future fiscal years. In the event of insufficient funding, or if funds become unavailable in whole or
part, the CITY, at its sole discretion, may provide funds from a separate source or terminate this
PSA. In the event that payments or expenditures are made, they shall be made from current funds as
required by Chapter 791, Texas Government Code.
ARTICLE VI
AGREEMENTS
I. COUNTY AND CITY DO COVENANT AND AGREE AS FOLLOWS:
A. CITY will be the LEAD AGENCY for the PROJECT.
B. CITY and COUNTY have mutually agreed to design and construct the PROJECT in
two phases; Phase 'A' from S.H. 121 to Coppell RoadN., and Phase 'B' fromCoppell
Road N. to Denton Tap Road.
C. CITY and COUNTY have mutually agreed that the PROJECT limits are as stated in
the Project Scoping Sheets, within the CITY boundaries.
D. The agreed upon STANDARD BASIC PROJECT DESIGN for the project is as
defined in the Project Scoping Sheets, Attachment "A". Such design shall be the
ST ANDARD BASIC PROJECT DESIGN for the PROJECT and specifically does not
include ROAD or STREET AMENITY or UTILITY BETfERMENT as defined in the
MASTER AGREEMENT.
E. The PROJECT will require the acquisition of road right-of-way which is specifically
all real property needed or convenient for roadway purposes as shown in the PROJECT
design or right-of-way plans and specifically includes all real property outside of the
designed right-of-way needed or convenient to the construction, drainage, interface
with adjoining streets or alleys, driveways or other access ways or other PROJECT
permanent or temporary easements. This acquisition is to be performed by CITY.
type 2 as of December 14, 2005
Page 3 of 8
F. This AGREEMENT, IS specifically conditioned upon the CITY providing
supplemental funding.
G. The following are amendments to the MASTER AGREEMENT:
Article I. Definitions: For the purposes of this PSA, the following identified
definitions are deleted; "r."
Article IV. In that CITY is the LEAD AGENCY, MASTER AGREEMENT,
Article IV (Termination, Default, Time of the Essence and Force Majeure),
Paragraphs D and E are hereby deleted.
H. COUNTY's sole obligation for the PROJECT is the financing as shown herein.
COUNTY has no further obligations to the CITY or any other third party to the
PROJECT. CITY agrees that the funding received is contingent upon Dallas County
Commissioners Court approval and funding and that CITY is responsible for the
payment of all PROJECT financial obligations.
I. In order to certify compliance with the expenditure of the PROJECT funding for this
AGREEMENT, the CITY agrees to furnish to the COUNTY, its Auditor, or its
designated representative(s) the unrestricted right to audit any and all accounting and
other records regarding any funds paid or claimed under this agreement, including, but
not limited to all books, records, reports, tickets, deposits, expenditure, budget or any
item therein, supporting data, computer records and programs, and all items of
hardware, software or firmware, or any other item utilized by the CITY regarding this
AGREEMENT (records). CITY contracts and agrees that all records shall be kept and
maintained for a period of time not less than four (4) years from the date of the
termination of this AGREEMENT. Such records shall be provided to the COUNTY in
Dallas County, Texas and available for any audit at any time upon request.
J. The results of any audit may be furnished to CITY for comment. In the event that any
audit shall determine that moneys are owed to COUNTY such sums are deemed to be
due and payable to Dallas County, Texas, within thirty (30) days of the date of an
invoice for such cost being deposited in the US Mail, Certified Mail, Return Receipt
Requested.
K. The audit provisions of this agreement shall survive the termination of this agreement
until all PROJECT claims to which Dallas County, Texas, is or may be a party, are
fully paid or reduced to judgment not subject to appeal and barred by the Texas Statute
regarding limitation of actions.
II. CITY COVENANTS AND AGREES AS FOLLOWS:
A. To execute the necessary agreements for the implementation of design and
construction of the PROJECT mutually agreed upon and incorporated herein by this
PSA.
type 2 as of December 14, 2005
Page 4 of 8
B. To accomplish all tasks and responsibilities of the LEAD AGENCY as set forth in the
MASTER AGREEMENT GOVERNING MAJOR CAPITAL Th1PROVEMENT
PROJECTS cited above, and as specifically referred to but not limited to Article I.,
Definitions, h); Article VII, P; Article IX, F, G, and L.
C. To provide City Council Resolution adopting approved the preferred alignment, as
shown in the MEMORANDUM OF AGREEMENT, ATTACHMENT "B" and the
proposed estimated budget and funding as shown in the CURRENT COST
ESTIMATES AND FUNDING SOURCES, ATTACHMENT "C".
D. To bear the entire cost for the PROJECT design, right-of-way and easement
acquisition, construction management, and construction materials testing.
E. To fully fund PROJECT construction and to receive monthly reimbursements for
twenty percent (20%) of the eligible costs from Dallas County starting in FY 2006 and
continuing until Dallas County participation is met. The CITY will submit a monthly
invoice to the COUNTY for twenty percent (20%) of eligible costs expended.
F. To pay 100% for roadway amenities including stamped concrete and irrigation conduit,
and water and sanitary sewer adjustments not directly attributable to storm drain
construction as shown in ATTACHMENT "E".
G. To pay 100% for any incentive payment to the contractor for early completion of the
PROJECT.
H. CITY agrees that it shall be fully reasonable for all project contractual requirements
with each party utilized or related to the completion of the project. City further agrees
that it will include in its contractual or procurement specification all items necessary
for the project to conform with the requirements of all City, State of Texas and Federal
law, rules, regulations and requirements for the completion of the project in full
compliance with all terms and minimum requirements of this AGREEMENT and for
sufficient supervision and inspection to insure compliance in every respect with
PROJECT contract requirements or performance of work covered by that contract.
III. COUNTY COVENANTS AND AGREES AS FOLLOWS:
A. Review, comments, approval or acceptance of CITY, or its contractors' or
subcontractors' work by the COUNTY shall not constitute nor be deemed either
controlling or a release of the responsibility, and liability of CITY regarding its
consultant, employees, subcontractors, agents and consultants for the accuracy and
competency of their work, nor shall such approval and acceptance be deemed to be an
assumption of such responsibility by the COUNTY for any defect, error or omission in
the work prepared.
type 2 as of December 14, 2005
Page 5 of 8
B. COUNTY's participation shall be available in FY 2006 for the construction of Phase
'AI (S.H. 121 to Coppell Road N.) and Phase IBI (Coppell Road N. to Denton Tap) in
an amount not to exceed $1,300,000.
C. COUNTY agrees to carry over and use any remaining funds from Phase lA' for the
construction of Phase 'B' (Coppell Road N. to Denton Tap).
D. COUNTY agrees to provide funding for the PROJECT in an Amount NOT TO
EXCEED ONE MILLION THREE HUNDRED THOUSAND and no hundredths
($1,300,000) reduced by all COUNTY in-house delivery costs of the total project
costs. Project costs may include all COUNTY project delivery costs including but not
limited to preliminary scoping and research, preliminary design services, special
services, primary design services, inspection, laboratory services and construction.
E. COUNTY agrees to reimburse the CITY on a monthly basis for twenty percent (20%)
of the eligible PROJECT construction costs starting in FY 2006 and continuing until
Dallas County cost participation is met. COUNTY will reimburse CITY based on
monthly invoice for twenty percent (20%) of eligible costs expended.
F. Project deli very costs are estimated to be one percent (1 %) of the total amount of the
not to exceed amount to be provided by COUNTY but will not exceed $100,000.
Retention of such amount by COUNTY shall be by deduction for each CITY monthly
invoice at the amount of cost utilized by COUNTY for the invoice period.
ARTICLE VII
MISCELLANEOUS:
1. No Third Party Beneficiaries, The terms and provisions of this PSA are for the benefit of the
parties hereto and not for the benefit of any third party. It is the express intention of CITY and
COUNTY that any entity other than CITY or COUNTY receiving services or benefits under this
PSA shall be deemed an incidental beneficiary only. This PSA is intended only to set forth the
contractual right and responsibilities of the parties hereto.
2. Applicable Law. This PSA is and shall be expressly subject to the Sovereign Immunity of
COUNTY and Governmental Immunity of CITY, Title 5 of the Texas Civil Practice and
Remedies Code, as amended, and all applicable Federal and State Law. This PSA shall be
governed by and construed in accordance with the laws and case decisions of the State of Texas.
Exclusive venue for any legal action regarding this PSA filed by either CITY or COUNTY shall
be in Dallas County, Texas.
3. Notice. Any notice provided for in this Agreement to be given by either party to the other, shall
be required to be in writing and shall be deemed given when personally delivered, or two (2)
business days after being deposited in the United States Mail, postage prepaid, certified, returned
receipt requested, or registered addressed as follows:
type 2 as of December 14, 2005
Page 6 of 8
To County: County of Dallas
Mr. Donald Holzwarth, P.E.
Director of Public Warks
Dallas County Administration Building
411 Elm Street, Fourth Floor
Dallas County, Texas 75202-3389
To City: Mr. Kenneth M. Griffin, P.E.
Director of Engineering & Public Works
City of Coppell
P.O. Box 9478
Coppell, Texas 75019
Either party may change its address for notice by giving the other party notice thereof.
4. Assignment. This PSA may not be assigned or transferred by either party without the prior
written consent of the other party.
5. Binding Agreement; Parties Bound. This PSA has been duly executed and delivered by both
parties and constitutes a legal, valid and binding obligation of the parties, their successors and
permitted assigns.
6. Amendment. This PSA may not be amended except in a written instrument specifically referring
to this PSA and signed by the parties hereto.
7. Number and Gender. Words of any gender used in this PSA shall be held and construed to
include any other gender and words in the singular shall include the plural and vice versa, unless
the context clearly requires otherwise.
8. Effective Date. This PS A shall commence on the Effective Date. The Effecti ve Date of this PSA
shall be the date it is executed by the last of the parties. Reference to the date of execution shall
mean the Effective Date.
9. Counterparts. This PSA may be executed in multiple counterparts, each of which shall be
deemed an original, but all of which shall constitute one and the same instrument.
10. Severability. If one or more of the provisions in this PSA shall for any reason be held to be
invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability
shall not cause this PSA to be invalid, illegal or unenforceable, but this PSA shall be construed
as if such provision had never been contained herein, and shall not affect the remaining
provisions of this PSA, which shall remain in full force and effect.
type 2 as of December 14, 2005
Page 7 of 8
11. Entire Agreement. This PSA embodies the complete agreement of the parties, supersedes all
oral or written previous and contemporary agreements between the parties and relating to matters
in the PSA.
The City of Coppell, State of Texas, has executed the Agreement pursuant to duly authorized City
Council Resolutio~ -(JIlt'tL dated the2!/.'M.-aay ~~ /Ii 0' 2ooiL.
The County of Dallas, State of Texas, has executed this agreement pursuant to Commissioners Court
Order Number 2006-413
and passed on the 28th day of February, 200L.
CITY OF COPPELL
COUNTY OF DALLAS
BY:
ATTEST:
APPROVED AS TO FORM:
APPROVED AS TO FORM:
/:/i~
-..../. / ..'
,~ );<<: 7~
Bob Schell, Civil Section
Assistant District Attorney
~ By law, the District Attorneys' Office may only advise or approve contracts or legal documents on behalf of its
clients. It may not advise or approve a contract or legal document on behalf of other parties. Our review of
this document was conducted solely from the legal perspective of our client. Our approval of this document
was offered solely for the benefit of our client. Other parties should not rely on this approval, and should seek
review and approval by their own respective attorney(s).
type 2 as of December 14, 2005
Page 8 of 8
ATTACHMENT A
Supplemental Aereement to Master Aereement Governine
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
Date: 07-01-05
PROJECT LENGTH: :t4950'
PAVEMENT AND ALIGNMENT TOPICS
PAVEMENT SECTION
PAVING DESIGN CRITERIA: City of Coppell Construction Design Standards
North Central Texas Council of Govemments Standard Specifications for Public Works
ROW WIDTH:
Existing: Varies - 55' +
Proposed: 90' Minimum
PAVEMENT WIDTH:
Existing: 24'
Proposed: 66' (4 lanes @ 12.5' + 16' median)
No. oflanes proposed: 4-Lane Divided with this proiect
PARKWAY:
Proposed Width: 12' minimum
Proposed Sidewalk Width: 8' hike and bike trail
Parkway cross fall slope maximum: 3" per foot
GRADE REQUIREMENTS:
Is TC 6" below adjacent ground criteria to be followed? No
Any deep cuts, high fills ? Yes
PAVEMENT CROSS FALL
PROPOSED; lf4" per foot
MINIMUM : lf4" per foot
MAXIMUM: lf4 "per foot
1
ATTACHMENT A
Supplemental Ai!reement to Master Ai!reement Governini!
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
VERTICAL GRADE:
MINIMUM: 0.5%
MAXIMUM: 3.74%
CENTERLINE ALIGNMENT POSITION:
IN CENTER OF EXISTING ROW? No
OFFSET FROM CENTER: Varies
ON BRAND NEW ALIGNMENT? No
LEFT TURN LANES: 9 left turn lanes
MINIMUM LENGTH: 130'
MINIMUM STORAGE: 40'
WIDTH: 10'
ANY DUAL LEFT TURN LANES? No
ANY FREE RIGHT TURN LANES? Yes - Roval Lane and Freeport Parkway
CRASH CUSHIONS / ATTENTUATORS INVOLVED: No
RAILROAD CROSSINGS INVOLVED: No
2
ATTACHMENT A
Supplemental Aereement to Master Aereement Governine
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
PAVEMENT STRUCTURE
DESIGN WHEEL LOAD: 18 kip single axle load
BUS AND HEAVY TRUCK TRAFFIC: YES X
NO
ROADWAY CLASSIFICATION: Maior arterial
MINIMUM PAVEMENT STRUCTURE THICKNESS: 8f!
MINIMUM PAVEMENT BASE OR SUBGRADE THICKNESS: 8"
DESIGN SPEED: 50 MPH (40 MPH @ Coppell Road N. intersection)
POSTED SPEED: 40 MPH
MEDIANS
MEDIAN WIDTH: 16'
ANY MID BLOCK OPENINGS TO CONSIDER?
YES
NO X
ANY SIDE STREETS TOO CLOSE FOR OPENING?
(Branchwood Drive)
YES X
NO
STANDARD TURN LANE WIDTH: ll'minimum& 12'maximum
STANDARD NOSE WIDTH: 6'
3
ATTACHMENT A
Supplemental Aereement to Master Aereement Governine
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
DRIVEWAYS:
MAXIMIMUM RESIDENTIAL GRADE: 6%
MAXIMIMUM COMMERCIAL GRADE: 6%
MINIMUM COMMERCIAL DRIVEWAY WIDTH: Width = 20' 115' one-way Radius = 10'
SIDE STREET CONSIDERATIONS:
TURNING RADIUS MINIMUM: 35' maior 125' residential and minor streets
PAVEMENT THICKNESS: ~
COMMERCIAL DRIVEWAY THICKNESS: ~
DRAINAGE TOPICS
STORM SEWER DESIGN CRITERIA:
TxDOT
CITY
HYDRO-35
TP-40
City of Dallas Drainage Design Criteria
X
INLET DEPTHS (APPROPRIATE FOR PAVEMENT THICKNESS): 4.5' (TyPical)
MINIMUM COVER LATERALS: 2' below sub grade (Typical)
BRIDGESIBOX CULVERTS INVOLVED
YES X
NO
100 YEAR FLOOD PLAIN CONSIDERATION NI A FT FREEBOARD
4
ATTACHMENT A
Supplemental Ag:reement to Master Ag:reement Governing:
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
PERMITS
COE404PE~TS NEEDED
YES
NO X
TNRCC 401 PE~T
YES
NO X
CDC PE~T
YES
NO X
EIS
YES
NO X
ADA PERMIT
YES X
NO
ANY OTHER PERMITS FROM OTHER AGENCIES SUCH AS TXDOT, DFW AIRPORT,
DART ETC.? YES Texas Historical Commission
NO
UTILITIES
LIST OF ALL KNOWN UTILITIES
1. SBC Communications, 2. TXU Electric Delivery, 3. Atmos Gas, 4. Verizon, 5. Comeast,
6. AboveNet, 7. 360networks (USA) 8. Brazos Electric 9. AT&T Local Network Services
DOCUMENT KNOWN RISKS FOR OUR UTILITY PARTNERS: roadway alignment moved
to the south between S.H. 121 and Copvell Road N. to miss TXU Electric transmission towers
ARE UTILITIES ON EXISTING STREET R.O.W.? Yes
DO UTILITIES OWN THEIR R.O.W. OR HA VB PREVIOUS EASEMENTS? TXU has 40~
utility easement
HAS WORK ORDER BEEN ISSUED FOR SUE (Subsurface Utility Engineering) ? No
ANY SPECIAL CONSIDERATIONS? No
5
ATTACHMENT A
Supplemental Ae:reement to Master Ae:reement Governine:
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
USUAL CITY TOPICS OF CONCERN
DESIGN STANDARDS TO BE USED? City of Coppell Construction Design Standards &
NCTCOG Standard Specifications for Public Works Construction
ORDER OF PRECEDENCE OF STANDARDS: (1) City ofCoppell Standards (2) NCTCOG
AUXILIARY LANES? None
PROVISIONS FOR FUTURE WIDENING? Yes - right-of-way acquired and roadway designed
to allow for 6-lanes from S.H. 121 to Freeport Parkway.
LANDSCAPING? Under separate contract - Parks and Recreation Department
EXPOSED AGGREGATE DRIVEWAYS, SIDEWALKS? No
STAMPED/COLORED CONCRETE? Yes
IRRIGATION? Yes - installation ofthe conduit is included in this project
BRICKPAVERS? No
STREET LIGHTING? Streetlights will be placed in the median - installation of the foundations
and conduit will be included in this project. TXU will install wiring and streetlights.
TRAFFIC SIGNALS? Yes - at Roval Lane. Freeport Parkway & Coppell Road N. intersections
PAVEMENT MARKINGS? Yes
BIKE LANES (EXTRA WIDTH)? No
NEW SIDEWALKS ? Yes
DART BUS TURNOUTS? No
BUS STOPS OR BUS SHELTERS? No
7
ATTACHMENT A
Supplemental Aereement to Master Aereement Governine
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
R-O-W ACQUISITION
RIGHT OF WAY CONSTRAINTS, IF ANY, PROVIDE A LIST AND DESCRIPTION
ALONG WITH DATA FOR RISK ASSESStvlliNT: All of the right-of-way has been acquired.
ANY NON-ROUTINE, i.e., CEMETARY, JUNK YARD, OLD CHURCHES, SERVICE
STATIONS, CONTAMINATED SOILS, LANDFILLS, NOISE WALL CONSIDERATIONS,
TRAILER PARKS, TREE ORDINANCES? YES NO X
ANY NON-CONFORMING ISSUES?
YES
NO X
R-O- W MAP NEEDED
YES completed
NO
FIELD NOTES NEEDED
YES completed
NO
R-O- W PLATS NEEDED
YES completed
NO
RELOCATION ASSISTANCE INVOLVED
YES
NO X
PARKING/LOSS OF PARKING CONSIDERATIONS
YES
NO X
mSTORICAL SITE CONSIDERATION
YES
NO X
6
ATTACHMENT A
Supplemental Ae:reement to Master Ae:reement Governine:
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
WATER UTILITY BETTERMENTS? No
WATER UTILITY RELOC. ? Yes
SAN. SEWER BETTERMENTS? No
SAN. SEWER RELOC. ? Yes
RETAINING WALLS? Decorative stacked-block retaining wall system
(STONE, BLOCKS, GABIONS, PROPRIETARY TYPES)
SOD, SEEDING, TOPSOIL? Yes
DRAINAGE IMPROVEMENTS? Enclosed drainage system imlJrovements and box culverts
RR CROSSING IMPROVEMENTS? No
GRADE SEPARATIONS? No
RAMPS OR CONNECTORS TO TXDOT FACILITIES? No
SPECIAL SCHOOL OR EMERGENCY VEHICLE
CONSIDERATIONS
ANY NEARBY OR ADJACENT SCHOOLS, CITY HALL, FIRE OR POLICE
DEPARTMENT REQUIRING SPECIAL CONSIDERATION? No
PUBLIC INVOLVEMENT
CITY COUNCIL APPROVAL OF ALIGNMENT, REQUIRED? YES
NO X
HAVE ALL NEIGHBOR GROUPS PROVIDED EARLY INPUT? YES
(commercial & industrial area - one subdivision within project limits) NO X
8
ATTACHMENT A
Supplemental Ag:reement to Master Ag:reement Governing:
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
W. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
NEIGHBORHOOD MEETING, REQUIRED
(citizens in the one subdivision within the project limits
were invited to the public meeting for Phase 'B' conducted on
12/07/04 and their input for this project was solicited)
YES
NO
x
IF REQUIRED WHO CONDUCTS, CITY OR COUNTY? City
CONSTRUCTIBILITY REPORT
FROM INSPECTION STAFF, DOCUMENT ANY AND ALL ISSUES THAT MAY AFFECT
PROJECT SCOPE, BUDGET, CONSTRUCTIDILTY, THE PROJECT SCHEDULE AND/OR
THE SAFETY OF PROJECT?
Right-of-way from S.H. 121 to Coppell Road N. will only be acquired from the south side of
Sandy Lake Road. The alignment of the proposed roadway was established based on the
location of the existing TXU transmission towers along the north side of the roadway, which
resulted in all roadway widening to the south.
The alignment with the future S.H. 121 interchange is an issue. The proposed improvements will
begin a sufficient distance east of S.H. 121 so that permanent improvements will not have to be
removed when the interchange is built.
TXU has overhead power lines on both sides of the road and several buried power lines that will
have to be relocated. Several other of the existing utilities are located on the power poles and
will have to be relocated as well. There is a gas distribution line on the north side of the roadway
that turns south and crosses Sandy Lake and proceeds along the east side of Royal Lane that will
have to be evaluated.
Access across construction areas will need to be provided throughout all phases of construction.
Temporary pavement will be needed to accommodate construction and allow the existing
roadway to remain in use. Most intersections will need to be constructed in phases to facilitate
continuous access to and from Sandy Lake Road. Access to private drives will also have to be
maintained.
9
ATTACHMENT A
Supplemental Ae:reement to Master Ae:reement Governine:
Transportation Maior Capital Improvement Proiects
DESIGN AND CONSTRUCTION CRITERIA
PROJECT NAME:
w. Sandy Lake Road (State Highway 121 to Coppell Road N.)
ST 99-02A
MASTER AGREEMENT FUNDING
On October 17, 2000, Dallas County Commissioners Court approved participation in
Transportation Major Capital Improvement Projects for the Program Years 2004, 2005,
and a portion of 2006 by Court Order 2000-2117 with a list of proposed accepted projects
attached to the Court Order. A MASTER AGREEMENT GOVERNING
TRANSPORTATION MAJOR CAPITAL IMPROVEMENT PROJECTS was
executed by the City of Coppell and Dallas County pursuant to Court Order No. 2001-
814 dated April 24, 2001 which authorized transportation improvements.
TOTAL ESTIMATED PROJECT COSTS
$5,013,790
CITY AND/OR OTHERS P ARTICIP A TION
$3,713,790
DALLAS COUNTY PARTICIPATION
$1,300,000
10
ATTACHMENT "B"
MEMORANDUM OF AGREEMENT
ST 99-02A SANDY LAKE ROAD
(State Highway 121 to Coppell Road N.)
DECEMBER 7, 2004
The following items summarize the consensus developed at the December 7, 2004 Public
Meeting on the Schematic Design Plans for Sandy Lake Road Plans dated December 2001.
CITY OF COPPELL KIRBY ADDITON WHISPERING HILLS
Ken Griffin Walter Pettyjohn EdlNancy Healy
Keith Marvin
Suzan Taylor SUMMERPLACE SHADYDALE ACRES
R.W. Keeping Kelly Durso
TEAGUE NALL AND Nancy Petterson
PERKINS VILLAGE @
Michael Jones FOREST COVE COTTONWOOD CREEK
Mark Holliday Patrick Ferguson ApriVDavid Terry
Matt Atkins Jason Holz Mike Gayler
Cliff Hall Vickie Lundquist
OAKBEND ADDITION John Fer John Sanders
Jack Clark Chuck/N etty Beaupre Susan Clark
Julio Len Michelle Moate Kevin Lindbloom
John Kellen Shawnda Lombardozzi Steve Johnson
Sandra Scott Steven Smith Don Gant
WOODLANDS OF COTTONWOOD EST. R.K. Jones
COPPELL Alex Pier John Walker
Andrew Felder Rodger Anderson Bill/Becky Miel
Shannon Norris Barney Barnett
Robert Green GEORGIAN PLACE Tom Shapley
Leslie Cardenus Jayesh Patel
Michele Vowell Atul Barve
Jorge Aguirre
SHADOW WOODS EST. Ken Langston
James Braun
1. The scope for the ST 99-02A Sandy Lake Road Project is defined in the attached Design and
Construction Criteria (Scope Items dated July 20,2004, Attachment "A").
2. City of Coppell will be the LEAD AGENCY for the project and provide project
management including management of the design engineering consultant contract with
Teague Nall and Perkins, Inc., consultant for the project. The City of Coppell Project
Manager for the project will be Ken Griffin, P.E., Director of Engineering & Public Works.
3. A consensus regarding ST 99-02A Sandy Lake Road typical section alignment and known
issues was reached at the Public Meeting
4. Funding allocations will be as specified in the attached "Current Cost Estimates and Funding
Sources."(Attachment lie") In the event that the estimated costs need to be revised, the
percentages reflected in the dollar amounts shown will remain constant, subject to approval
from the City of Coppell and Dallas County.
5. The proposed schedule was established in the attached "Proposed Project Schedule."
(Attachment "D") The consultant will review shortening the schedule in each place where
it is possible.
ATTACHMENT "C"
CURRENT COST ESTIMATES AND FUNDING SOURCES
ST 99-02A
COST ESTIMATE
Paving Improvements
Utility Adjustments
Storm Drain Improvements
Traffic Signal Improvements
Landscaping/Irrigation
Contingency (10%)
$2,829,850
80,500
1,011,640
231,000
405,000
455,800
TOTAL PROJECT COST
$5.013.790
FUNDING SOURCE
Dallas County Participation
City of Coppell Participation
$1,300,000 - *$100,000 = $1,200,000
$3,813,790
ESTIMATED EXPENDITURES
$5,013.790
* COUNTY IN-HOUSE PROJECT DELIVERY COSTS
ATTACHMENT uD"
PROPOSED PROJECT SCHEDULE
ST 99-02A
A ward Consultant Contract
Schematic Design Complete
Preliminary Design Complete (60%)
Primary Design Complete (90%)
ROW Documents Complete
ROW Acquisition Complete
Final Plans Complete
Advertise For Bids
Award Construction Contract
Utility Relocations Complete
Construction Start
Construction Complete
December 2000
December 2001
October 2003
August 2004
August 2004
August 2005
October 2005
November 2005
December 200S
January 2006
January 2006
July 2007
ATTACHMENT E
100% CITY FUNDED PAY ITEMS
West Sandy Lake Road, Phase A - ST 99-02A
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description Cost Participation
No.
I~l 1 LS Mobilization
1-2 1 LS Field Office
...1-3:'> 1 I....~.<~~........ l:!i:ty"~'Y:/ ... "f8~ .... .; " ". ....,......" .lQbo/~;,l3i:@)?tl'nded
1'.\ '. ,........,.~en..... .... .......,'.. .,
1-4 2 EA Project Sign
1-5 1 LS General Site Preparation
1-6 130 LF Remove Existin~ Concrete Curb or Concrete Curb & Gutter
1-7 2880 SY Remove Existing Concrete Pavement
1-8 150 SY Remove Existing Concrete Driveways and Sidewalks
1-9 15125 SY Remove HMAC Pavement
1-10 2 EA Remove & Relocate Existing Street Light Assembly
1-11 12015 CY Unclassified Street Excavation (Quantity - Addendum #1)
~ ~ ~ BOffO\': Material (Deleted - Addendum #1)
1-13 29221 SY 8" Lime Subgrade Treatment
1-14 614 TON Littie
1-15 10700 SY 8" Cement Subgrade Treatment
1-16 225 TON Cement (In Slurry)
1-17 590 SY 6" Reinforced Concrete Pavement with 6" Integral Cuib
1-18 35705 SY 8" Reinforced Concrete Pavement with 6" Integral Cuib
1-19 450 LF 6" Curb & Gutter
1-20 260 LF Reinforced Concrete Street Header
~ , i.Y. _~a>1tY~'" '.' .' .....; ..P';o'/".' ,~~~CY;..CitY;FJlIlded
1< '<'" ..>
1-22 20 EA Median Noses
1-23 3315 SY 6" HMAC Pavement, Type B
1-24 1210 SY 4" HMAC Pavement, Type B
1-25 4525 SY 2" HMAC Pavement, Type D
1-26 1320 SY Flexible Base
1-27 980 S'Y 6" Reinforced Concrete Driveway
1-28 115 SY Repair/Rep1ace Gravel Driveway
1-29 4520 LF i lIreetjLiiht Co~duit &
-- '.j,t.,," ),>:: ."",:,y:"/) 'lOO'~"S'iW'F' d d
i;;') k,'9;;' ........ un e
1-31 1 LS Pavement Markings
1-32 1281 EA 4" Round White Single Reflective Traffic Buttons
1-33 560 EA 4" Round Yellow Double Reflective Traffic Buttons
1-34 594 EA 4" Round White Non~Ret1ective Traffic Buttons
1-35 196 EA 4" Round WhitelRed Reflective Traffic Buttons
1-36 1 EA Type ill Barricade
1-37 55 EA Roadside Sign Assembly (New Installation)
1-38 10 EA Roadside Sign Assembly (Relocation)
1-39 1 LS Furnish. Install, Maintain Traffic Control Devices
1-40 1 LS Furnish. Install, Maintain and Remove Erosion Controls
1-41 110 SY 4" Reinforced Concrete Sidewalk
Item Quantity
No.
1-42 990
1-43 14
1-44 33
1-45 615
1-46 1
1-47 12040
!t.4iI'
': "J'.;.. :. :,'.'h < <;t:..
1-49 3
....,,;;.$\.,..,;'
:J;, - _ 4:" _,:f.C~''''I''''''-'''''"'''''::''> JT'<.'
_ '_A. ,";_'_,_y.,:,."i\W--,_" ~:', ,"I_;'T',-
:''l;;'i~I:' .~
-:..,~..,
_ ~2L
~ ~
I
~
;:/'t.;:a..>f~.", ";"
':-,-,:.:3!~W~i::'
;c'i.;;'
1-66 45
1-67 1288
1-68 762
1-69 205
1-70 333
1-71 140
1-72 301
1-73 389
1-74 998
1-75 677
1-76 540
1-77 274
1-78 16
1-79 6
1-80 2
1-81 2
1-82 1
ATTACHMENT E
100% CITY FUNDED PAY ITEMS
West Sandy Lake Road, Phase A - ST 99-02A
UNIT PRICE BID SCHEDULE
Unit
Description Cost Participation
'.,
6" Reinforced Concrete TraillBike Path
Barrier Free Ramps
Street Li2ht Foundation
Se~ta1 Retaining Wall
Restore Parkways and Disturbed Areas
Furnishing & Placing Topsoil(6")
~;€J.~.r~.~';ilIr~_~sti!d'g1iJmgij;tio~;S~~t,~:<:a~W~';!~ttY..Funded
Re1ocatelAd'ust 12" Water Line
,)"0 .', '-<i;-'" '<,:' 1~l'1\ifilt'~~i.Fun. ded
_,,", ~._,t~~'l~-",~,,~"'Y'-:;_
:..~:': 0"" ";$.," '~~:~~'~:.,i.'~:IJ~R~c;fr~\'g/~,'~;:~,'1,1~r;;'I.;~,~n!"jJf~liJ;~imded
,',~::"":"', '~~~~".Funded
'~.f'!.1;{t " < ~ ,- . lit""'" "'itiiWif>~1:'" \T,,;!{<'~'''" > 11.l1t,c"'-; it:"'F d d
?:~<i~" ,_,.. ;;.'$Ji)2 ~h<"" :~~\~;"y,yfateE,;;pme, < ~::L ~" t' !,~~ il~9}~",,. ~/:, un e
~,:~~"" ~"y, .. ': fi[(i ,. '" ", :' f ,,', ~j;..'~~j~iJ:VFunded
y^,.:'/i;i:'.. '" t; "'f" . )~~~~~I'~.tta.:'. :.;':,:;:i;;.'. ..ii, ""..>".>.:Y"~. f'.,if:. ,c" ;.;lllR..' i1'\,~. '~j{.:~~."''i.>'. Fun. ded
.~__, ... _0._.,..", ~1&,il~EfAt~-.,.,,,, '!~._> '.,' "<:--_:,,,'__,-__,7-_~ ,'-,-,,,:.~ ',__,-: c_. _",_,~Jif"f.~~~.,,:-~f!J'V:.:'
~.i;<o~~,:~~ _..t~;~mf,~"\I~x,,:!..";,,,,..j"!'!;'jj,';':;""'(; :':l.'~~'~I{l~'Funded
.'~tJf,~,,,,~v::,,.?r;:I~~{t.~ii~j;V'-;::~;;;;:;?;?";."'."..f '. .",{;;">{ j't;~~~~.(Y:Funded
:1.Rf:!II_1B~l.~lQ'tlit~Jmi:~.\f:'~{~llt~:r;m~ ~~~m?~tlJ:~Funded
,~=~~.=:it~~~3~~~~~~~r~f~~~~~~~t~~~i=:i~t..~::::
;il~\I'{a ""'~'.J!';1f~?'" ;:i, .; f;/.! {1.~;J-;Il"'i.Fund d
/"::~~~"~'h~~L.; B I' ~~J~'!~Fund~
....: """ "::",;,H'~~I1tl~;,~~iWFunded
1:("l6i"::~.\ . ,,{.. ........... JI1J1';:~tyFunded
. '~'. tlllftlv:~'iislif.":jS'S~.i'eweF;!fib.W61es; ... . .>/. :'1.46",~.iiYFunded
LF Concrete Encasement of Sanitary Sewer
LF 7' x 3' Reinforced Concrete Box (RCB)
LF 6' x 3' Reinforced Concrete Box (RCB)
LF 4' x 3' Reinforced Concrete Box (RCB)
LF 48" Reinforced Concrete Pipe (RCP)
LF 36" Reinforced Concrete Pipe (RCP)
LF 33" Reinforced Concrete Pipe (RCP)
LF 30" Reinforced Concrete Pipe (RCP)
LF 27" Reinforced Concrete Pipe (RCP)
LF 24" Reinforced Concrete Pipe (RCP)
LF 21" Reinforced Concrete Pipe (RCP)
LF 18" Reinforced Concrete Pipe (RCP)
EA 10' Recessed Curb Inlet
EA 12' Recessed Curb Inlet
EA 14' Recessed Curb Inlet
EA 4' x 4' Drop Inlet
EA 4' x 4' Grate Inlet
SY
EA
EA
SF
LS
SY
EA
ATTACHMENT E
1000/0 CITY FUNDED PAY ITEMS
West Sandy Lake Road, Phase A - ST 99-02A
UNIT PRICE BID SCHEDULE
Item Quantity Unit Description Cost Participation
No.
1-83 4 EA Type A Storm Drain Manhole
1-84 2 EA Type B Storm Drain Manhole
1-85 2 EA Modified Type B Storm Drain Manhole
1-86 5907 LF Trench Safety SyStem
{-87 25 SY Riprap, Type A
{-88 150 SY Concrete Riprap
{-89 1 EA Headwall for Multiple Box Culvert
Item Quantity Unit Description Cost Participation
No.
T-I 3 EA Installation of Highway Traffic Signals
T-2 I EA Traffic Signal Pole w/28 foot Mast Arm
T-3 1 EA Traffic Signal Pole w/32 foot Mast Arm
T-4 2 EA Traffic Signal Pole w/36 foot Mast Arm
T-5 1 EA Traffic Signal Pole w/40 foot Mast Arm .
T-6 3 EA Traffic Signal Pole w/44 foot Mast Arm
T-7 1 EA Traffic Signal Pole w/48 foot Mast Arm
T-8 22 EA 3-Section Shmal Head wlBackplate
T-9 3 EA 4-Section Si,gna1 Head wIBackp1ate
T-I0 3 EA 5-Section Si,gna1 Head wIBackv1ate
T-11 215 LF 2" PVC Conduit
T-12 1160 LF 3" PVC Conduit
T-13 23 EA Ground Boxes
T-14 3 BA Traffic Si,gnal Controller Foundation
T-15 1498 LF 1 Conductor #8 Bare Wire
T-16 128 LF 1 Conductor #6 XHHW Wire
T-17 1500 LF 1 Conductor #8 XHHW Wire
1-18 90 LF I Conductor #12 XHHW Wire
T-19 1104 LF 5 Conductor #12 Ga~e Wire
T-20 687 LF 7 Conductor #12 Gau~e Wire
T-21 261 LF 10 Conductor #12 Gauge Wire
T-22 1307 LF 16 Conductor #12 Gaull.e Wire
T-23 1945 LF 3 Conductor #18 Gauge Wire
T-24 3 EA Power Service and Pedestal Equipment
T-25 14 EA Pedestrian Push Button and Sign Assemblies
T-26 3 EA Spread Spectrum Radio System
T-27 3 EA Yagi. Spread Spectrum Radio Antenna and Mounting
T-28 276 LF SSR Coaxial Cable
T-29 119 LF Traffic Si~l Foundations
T-30 14 EA Pedestrian Signal Sections
ATTACHMENT E
100% CITY FUNDED PAY ITEMS
West Sandy Lake Road, Phase A - ST 99-02A
UNIT PRICE BID SCHEDULE
T -31 3
T -32 3
T-33 2019
T-34 3
T-35 9
T-36 3
11;$0/,',
, "1'-'3$'(
T-39 ,
RESOLUTION NO. ~~..()I24.1
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
COPPELL, TEXAS, ADOPTING THE APPROVED PREFERRED
ALIGNMENT OF SANDY LAKE ROAD PHASE 'A' (STATE HIGHWAY
121 TO COPPELL ROAD NORTH) AS DESCRIBED IN ATTACHMENT
'A' - DESIGN AND CONSTRUCTION CRITERIA TOGETHER WITH
ATTACHMENT 'B' - MEMORANDUM OF AGREEMENT ATTACHED
TO THE PROJECT SUPPLEMENTAL AGREEMENT TO MASTER
AGREEMENT GOVERNING TRANSPORATION MAJOR CAPITAL
IMPROVEMENT PROJECTS AND AUTHORIZING THE MAYOR TO
EXECUTE; AND PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Sandy Lake Road project (S.H. 121 to Denton Tap Road) was approved
for partial funding through the Major Capital Improvement Program for fiscal year (FY) 2006,
and the Master Agreement was implemented on April 24, 2001; and
WHEREAS, the design consultant, Teague NaIl and Perkins, was directed to prepare the
construction plans in two phases, Phase 'A' (S.H. 121 to Coppell Road N.) and Phase 'B' (Coppell
Road N. to Denton Tap Road) in order to initiate construction of Phase 'A' prior to Phase 'B'; and
WHEREAS, Dallas County had previously agreed to only participate in the construction
of Phase 'B' and the preferred alignment for Phase 'B' was adopted by Resolution No. 2005-
0712.3 dated July 12,2005; and
\\t1-IEREAS, Dallas County has now agreed to participate in the construction of Phase 'A'
and to carryover and use any remaining funds from Phase 'A' for the construction of Phase 'B';
and
WHEREAS, a public meeting for Phase 'A' was held on December 7, 2004 for the
purpose of reaching a consensus on the design and alignment of the project as presented in the
schematic design plans dated December 200 I; and
WHEREAS, the approved preferred alignment for Sandy Lake Road Phase 'A' is
described in Attachment 'A' - Design and Construction Criteria together with Attachment 'B' -
Memorandum of Agreement.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF COPPELL, TEXAS:
SECTION 1. That the City Council of the City of Coppell hereby adopts the approved
preferred alignment for Sandy Lake Road, Phase 'A', which is attached hereto, and incorporated
herein as Attachment 'A' - Design and Construction Criteria and Attachment 'B' - Memorandum
of Agreement, and that the Mayor is hereby authorized to execute the resolution providing for
such adoption,
SECTION 2. This Resolution shall become effective immediately from and after its
passage, as the law and charter in such cases provide.
DULY PASSED and approved by the City Council of the City of Coppell, Texas, on this
lhe~aYO~o006
DO
ATTEST: