SS9901-AG010306COFFELL AGENDA RE"~UEST
e ~' ~~.~ - CITY COUNCIL MEETING: March 6, 2001 ITEM
ITEM CAPTION:
Consider approval of entering into a contract with Turner Collie & Braden Inc. for the design of DeForest
Road and Sandy Lake Road LiR Stations and Force Main Improvements in an amount of $405,863; and
authorizing the City Manager to sign.
TITLE:[,,~ Director of Engineering/_~lic
STAFF COMME~-T~
APPROVED
BY
CITY COUNCIL
DATE _
Works
See attached memo.
BUDGET AMT. $
FINANCIAL COMMENTS:
AMT EST. $
+k-BID $
Funds have been allocated in the water/sewer fell funded CIP account.
DIR. INITIALS: F~ FIN. REVIEW:t~ CITY MANAGER REVIEW:
Agenda Request Form - Revised 5/00 Document Name: #eng4
MEMORANDUM
FROM THE
DEPARTMENT OF ENGINEERING
To:
From:
Date:
RE:
Mayor and City Council Members
Kenneth M. Griff'm, P.E., Dir. of Engineering/Public Works \~
March 6, 2001
Consider approval of entering into a contract with Turner Collie & Braden Inc. for the
design of DeForest Road and Sandy Lake Road Lift Stations and Force Main
Improvements in an amount of $405,863; and authorizing the City Manager to sign.
In June 2000 City Council approved a contract with Turner Collie & Bmden inc. to perform an update to a
portion of the City's Wastewater Collection Sewer Master Plan and specially focusing on necessary
improvements to the DeForest Road Lift Station. Our current operation out of the DeForest Road Lift
Station is to pump the sewage to the Sandy Lake Road Lift Station, which is generally located at the
southeast comer of Sandy Lake and MacArthur Blvd., behind the vacant shopping center. We then
repump the same sewage into a force main to the Trinity River Metering Station generally located along
Belt Line Road near the Trinity River.
During the review of necessary improvements to the DeForest Road Lift Station, Turner Collie & Braden
presented an option to bypass the Sandy Lake Road Lift Station with the sewage being pumped from the
DeForest Road Lift Road. The benefit to the City is that we only have to pump the sewage one time. This
allows us to basically keep the existing Sandy Lake Road Lift Station at its current size, only upgrading
pumps and piping interior to the lift station. It does require us to install larger pumps at the DeForest
Road Lift Station because the sewage would be pumped a greater distance.
Their study concurs with previous Wastewater Master Plans that the DeForest Road Lift Station does need
to be expanded to meet future flows. While the majority of the residential development that flows into
DeForest Road Lift Station is built out, the undeveloped commercial land north of Bethel Road on the
west side of Coppell also flows into the DeForest Road Lift Station. As that land develops, the capacity of
the current DeForest Road Lift Station will be exceeded.
Turner Collie & Braden has proposed that the City construct a new lift station generally south and slightly
east of the current DeForest Road Lift Station which is located at the northwest comer of DeForest and
MacArthur Blvd. This is the first bricked in lot as you enter the Lake Park subdivision. The construction
of the new DeForest Road Lift Station will allow us the opportunity to upgrade the odor control system.
Once the new lift station is constructed, the old lift station will be abandoned and removed.
Along with the construction of the DeForest Road Lift Station, a new force main will be required from the
new lift station at DeForest and MacArthur down MacArthur Blvd. to Sandy Lake Road, east on Sandy
Lake to the west side of the St. Joseph's property and then south to the TXU transmission lines. The
necessary construction of the new force main down MacArthur Blvd. will generally be located within the
"CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN"
median of MacArthur Blvd. and will have an impact on existing landscaping within the median of
MaeArthur Blvd.
The contract before Council this evening is twofold. One is to terminate the prior agreement that includes
just the DeForest Road Lift Station Study and then enter into an agreement with Turner Collie & Braden
to evaluate the Sandy Lake Road Lift Station and then provide final design and construction drawings for
improvements to the DeForest Road Lift Station, Sandy Lake Road Lift Station and the necessary fome
mains. To date, the City has paid $50,783.40 of the original $56,426.00 contract with Turner Collie &
Bmden. In essence, the initial June 2000 contract with Turner Collie & Braden for the DeForest Road Lift
Station was completed with the exception of the final report.
Staff recommends the approval of the contract with Turner Collie & Braden for the study of Sandy Lake
Road Lift Station and the design of improvements to the DeForest Road Lift, Sandy Lake Road Lift
Station and the associated force main in an amount of $405,863. Staff will be available to answer any
questions at the Council meeting.
"CITY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN"
Turner Collie . 'Braden inc.
Engineers · Planners · Project Managers
17300 Dallas Parkway
Suite 1010
Dallas, Texas 75248
972 735-300~
Fax 972 735-3001
February 16, 2001
Mr. Kenneth M. Griffin, P.E.
Director of Engineering & Public Works
City of Coppell
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019-4409
TCB Job Number 15-30041-001
DeForest Wastewater Lift Station and
Force Main Improvements
Re: Termination of Contract
Dear Mr. Griffin:
This letter terminates the Preliminary Engineering contract for the DeForest Wastewater Lift
Station dated June 13,2000, TC&B JobNumber 15-30041-001. As agreed in our meeting on
January 25, 2001, the City accepts TC&B's recommendation to expand the evaluation of the
DeForest Wastewater Lift Station to include the Sandy Lake Wastewater Lift Station. Evaluation
of the Sandy Lake Wastewater Lift Station and the associated force mains, and final design of the
recommended improvements to the DeForest and Sandy Lake Wastewater Lift Stations and force
mains, are outside of the scope of services for the existing contract. Therefore, a new contract is
required to proceed with the recommended evaluations and final design. All remaining work on
the original contract will be terminated with the execution of this agreement. TC&B has received
payment for work performed to date under the original contract.
By execution of this letter, Turner Collie & Braden and the City of Coppell agree to terminate the
original contract dated June 13, 2000 for the DeForest Wastewater Lift Station and Force Main
Improvements.
We enjoyed working with you and the City of Coppell staff on this assignment and look forward
to working with you on future projects. Thank you for selecting Turner Collie & Braden Inc. to
assist you with this project.
THE CITY OF COPPELL
ENGINEER: Turner Collie & Braden Inc.
Ji~tt
C~Manager
Date
BY:
Date
htablished in 1946
Engineering Excellence for Over One-Half Century
Turner CollieF Braden Inc.
Engineers · Planners · Project Managers
March 1, 2001
Robert C. Reach, P.E.
Senior Vice President
17300 Dallas Parkway
Suite 1010
Dallas, Texas 75248
Tel: (972) 735-3070
Fax: (972) 735-3001
reachb,~tcbdallas.com
Mr. Kenneth M. Griffin, P.E.
Director of Engineering & Public Works
City of Coppell
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019-4409
Revised Scope of Services for Preliminary Evaluation and Design
DeForest and Sandy Lake Wastewater Lift Stations and Force Main Improvements
Dear Mr. Griffin:
Two copies of the revised Scope of Services and associated Engineering Fees for the referenced
project are enclosed for your review and approval. The proposed Scope of Services is described
in Exhibit A attached. The proposed fee for these services is $405,863.
Please let me know if you need mom information concerning this project. We look forward to
working with you and the City of Coppell staff on this assignment. Thank you for selecting
Turner Collie & Braden Inc. to assist you with these proposed improvements.
Sincerely,
Robert C. Reach, P.E.
Senior Vice President
Es[ablished in 1946
Engineering Excellence for Over One-Half Century
CITY OF COPPELL
CONSULTING ENGINEERS CONTRACT
STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS
CITY OF COPPELL §
THIS ENGINEERING SERVICES CONTRACT, hereinafter referred to as "Contract,"
made, entered into and executed this the '7 ~¥~day of-Pebmm, y 2001, by and between the City of
Coppell acting by and through the City Manager with approval of the City Council hereinafter
referred to as "City", and Turner Collie & Braden Inc. hereinafter referred to as "Engineer".
WITNESSETH
WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter referred
to as "Services", in connection with the DeForest and Sandy Lake Wastewater Lift Stations and
Force Main Improvements hereinafter referred to as the "Project"; and
WHEREAS, the Engineer is acceptable to the City and is willing to enter into a Contract with the
City to perform the hereinafter defined Services necessaoy to complete the Project; and
WHEREAS, said Services shall be as defined herein and in the detailed Scope of Services, Exhibit
A, incorporated herein by attachment and by reference; and
WHEREAS, this contract shall be administered on behalf of the City by its City Engineer or his
duly authorized representative. The Engineer shall fully comply with any and all instructions from
said City Engineer.
AGREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and
agreements herein contained, do mutually agree as follows:
The City agrees to retain the Engineer, and the Engineer agrees to provide Services in connection
with the Project as defined herein, and for having rendered such Services the City agrees to pay to
the Engineer fee for these Services as mutually agreed. All Services under this Contract shall be
performed under the direct supervision of the City Engineer.
1. Scope of Services~
Ao
Basic Services: The work tasks and activities to be performed and deliverable to be
provided by the Engineer shall be in accordance with Exhibit A, Scope of Services,
including modifications to the Basic Services as mutually agreed to by the City and
the Engineer in accordance with the provisions of this Contract.
Additional Services Not Included In Basic Services: When mutually agreed to in
writing by the City and the Engineer, the Additional Services shall be provided by
the Engineer. These Additional Services are not included as a part of Basic
Services and shall be paid for by the City in addition to payment for Basic Services.
Should it be determined that one or more of the requirements of this Contract
conflict with the requirements of the Scope of Services, including modifications to
the Scope of Services or any attachments to this contract; the requirement of the
Contract shall govern.
Progress Schedule. Within ten (10) days after receiving Notice to Proceed (NTP) the
Engineer shall submit to the City a Schedule of Services consisting of a listing of the major
Project tasks, the estimated consultant hours required to perform the tasks, the percentage of
the Contract budget estimated to be allocated to each task and a bar chart schedule showing
task beginning and completion dates. Significant milestones for the Project shall be
identified. The Engineer shall provide to the City information to report and monitor the
design tasks within the Project Schedule by completing a "Design Progress Report" on a
form provided by the City. The Engineer shall complete and provide to the City said
report at two week intervals.
3. CompensatiOn.
Fee: The Engineer shall be paid a fee for Services under this Contract pursuant to
the Fee Schedule described in Exhibit B. The total Fee shall not exceed the lump
sum of four hundred five thousand, eight hundred sixty three dollars ($405,863)
provided, however, that modifications to the Services, or other conditions defined
Page 2
herein may necessitate a change of Fee which shall be reduced to writing and
approved by the City or its designee.
Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar
days for Basic Services on or before the twenty fifth (25th) calendar day of the
month, or the preceding business day if the twenty fifth occurs on a weekend and/or
observed holiday. Payment shall be based on the invoices submitted to the City,
provided that Services completed as indicated in the Design Progress Reports
approved by the City equals or exceeds the increment percentage requested on the
Engineer's invoices. Engineer's invoices to City shall provide complete
information and documentation to substantiate Engineer's charges and shall be in a
form to be specified by the City Engineer. Should additional documentation be
requested by the City Engineer the Engineer shall comply promptly with such
request.
Payments: All payments to Engineer shall be made on the basis of the invoices
submitted by the Engineer and approved by the City. Following approval of
invoices, City shall endeavor to pay Engineer promptly, however, under no
circumstances shall Engineer be entitled to receive interest on amounts due. The
City, in compliance with Texas State law, shall process a maximum of one payment
to the Engineer per month. City reserves the fight to correct any error that may be
discovered in any invoice whether paid to the Engineer or not, and to withhold the
funds requested by the Engineer relative to the error.
Fee Increases. Any other provision in this Contract notwithstanding, it is specifically
understood and agreed that the Engineer shall not be authorized to undertake any Services
pursuant to this Contract requiring the payment of any fee, expense or reimbursement in
addition to the fees stipulated in A~ticle 3 of this Contract, without having first obtained
specific written authorization from the City. The written authorization for additional
Services shall be in the form of a Modification to the Scope of Services approved by the
City Engineer and/or the City Council, if required.
Modifications to the Scope of Services. Either the Engineer or the City Engineer may
initiate a written request for a Modification to the Scope of Services when in the opinion of
the requesting Party, the needs and conditions of the Project warrant a modification. Upon
the receipt of a request by either Party, the Engineer and the City Engineer shall review
the conditions associated with the request and determine the necessity of a modification.
When the Parties agree that a modification is warranted, the Engineer and the City
Engineer shall negotiate the specific modification(s) and any changes in the total maximum
Fee or Project Schedule resulting from the modification(s). Approval of a modification
shall bc in the form of a written Modification to the Scope of Services which clearly defines
the changes to the previously approved Scope of Services, Fee and/or Project Schedule.
Said written Modification shall be approved by Engineer, authorized by the City Council, if
Page 3
t
required, and issued by the City Engineer. Issuance of the approved Scope of Services
modification shall constitute a notice to proceed with the Project in accordance with the
modified Scope of Services. The City Engineer may issue written Modifications to the
Scope of Services without prior approval of the City Council when the modifications are to
be accomplished within the authorized total maximum Fee and do not materially or
substantively alter the overall scope of the Project, the Project Schedule or the Services
provided by the Engineer.
Pro.[ect Deliverables. For each submittal identified in Exhibit A, Scope of Services, the
Engineer shall provide the City with one set of reproducibles, one set of bluelines or hard
copy and electronic media of the submittal documents. For any required environmental
assessment, the Engineer shall provide one set of draft and one set of final Environmental
Reports. The Environmental Reports shall be submitted as original reproducibles and on
electronic media. The electronic file may omit photographs and government prepared
maps. If photographs are included in the report they shall be taken with a 35 mm camera or
larger format camera. Color laser copies may be substituted for the original photographs in
the final report.
A transmittal letter shall be included with the Environmental Reports and shall include an
executive summary outlining: a.) Findings of the Reports; b.) Conclusions; c.)
Recommendations; and d.) Mitigation/remediation cost estimates.
Pro,]ect Control. It is understood and agreed that all Services shall be performed under the
administrative direction of the City Engineer. No Services shall be performed under this
Contract until a written Notice to Proceed is issued to the Engineer by the City Engineer.
In addition, the Engineer shall not proceed with any Services after the completion and
delivery to the City of the Conceptual Design Submittal, Preliminary Design Submittal, or
the Final PS&E Submittal as described in the Basic Services without written instruction
from the City. The Engineer shall not be compensated for any Services performed after the
said submittals and before receipt of City's written instruction to proceed.
Partnering. The City shall encourage participation in a partnering process that involves
the City, Engineer and his or her sub-consultants, and other supporting jurisdictions and/or
agencies. This partnering relationship shall begin at the Pre-Design Meeting and continue
for the duration of this Contract. By engaging in partnering, the parties do not intend to
create a legal partnership, to create additional contractual relationships, or to in any way
alter the legal relationship which otherwise exists between the City and the Engineer. The
partnering effort shall be structured to draw on the strengths of each organization to identify
and achieve reciprocal goals. The objectives of partnering are effective and efficient
contract performance and completion of the Project within budget, on schedule, in
accordance with the Scope of Services, and without litigation. Participation in partnering
shall be totally voluntary and all participants shall have equal status.
Page 4
10.
11.
12.
Disputes. The City Engineer shall act as referee in all disputes under the terms of this
Contract between the Parties hereto. In the event the City Engineer and the Engineer are
unable to reach acceptable resolution of disputes concerning the Scope of Services to be
performed under this Contract, the City and the Engineer shall negotiate in good faith
toward resolving such disputes. The City Engineer may present unresolved disputes
arising under the terms of this Contract to the City Manager or designee. The decision of
the City Manager or designee shall be final and binding. An irreconcilable or unresolved
dispute shall be considered a violation or breach of contract terms by the Engineer and
shall be grounds for termination. Any increased cost incurred by the City arising from such
termination shall be paid by the Engineer.
Engineer's Seal. The Engineer shall place his Texas Professional Engineers seal on all
engineering documents and engineering data prepared under the supervision of the
Engineer in the performance of this Contract.
Liability. Approval of the Plans, Specifications, and Estimate (PS&E) by the City shall not
constitute nor be deemed a release of the responsibility and liability of Engineer, its
employees, subcontractors, agents and consultants for the accuracy and competency of their
designs, working drawings, tracings, magnetic media and/or computer disks, estimates,
specifications, investigations, studies or other documents and work; nor shall such approval
be deemed to be an assumption of such responsibility by the City for any defect, error or
omission in the design, working drawings, tracings, magnetic media and/or computer disks,
estimates specifications, investigations, studies or other documents prepared by Engineer,
its employees, subcontractors, agents and consultants. Engineer shall indemnify City for
damages resulting from such defects, errors or omissions and shall secure, pay for and
maintain in force during the term of this Contract sufficient errors and omissions insurance
in the amount of $250,000.00 single limit, with certificates evidencing such coverage to be
provided to the City. The redesign of any defective work shall be the sole responsibility
and expense of the Engineer. Any work constructed, found to be in error because of the
Engineer's design, shall be removed, replaced, corrected or otherwise resolved at the sole
responsibility and expense of the Engineer. The parties further agree that this liability
provision shall meet the requirements of the express negligence role adopted by the Texas
Supreme Court and hereby specifically agree that this provision is conspicuous.
.Indemnification. Engineer shall indemnify, hold harmless and defend the City of Coppell,
its officers, agents and employees from any loss, damage, liability or expense, including
attorney fees, on account of damage to property and injuries, including death, to all persons,
including employees of Engineer or any associate consultant, which may arise from any
errors, omissions or negligent act on the part of Engineer, its employees, agents,
consultants or subcontractors, in performance of this Contract, or any breach of any
obligation under this Contract. It is further understood that it is not the intention of the
parties hereto to create liability for the benefit of third parties, but that this agreement shall
be solely for the benefit of the parties hereto and shall not create or grant any rights,
Page 5
13.
14.
15.
16.
17.
contractual or otherwise to any person or entity. The parties further agree that this
indemnification provision shall meet the requirements of the express negligence role
adopted by the Texas Supreme Court and hereby specifically agree that this provision is
conspicuous.
Delays and Failure to Perform. Engineer understands and agrees that time is of the
essence and that any failure of the Engineer to complete the Services of this Contract
within the agreed Project Schedule shall constitute material breach of this Contract. The
Engineer shall be fully responsible for its delays or for failures to use diligent effort in
accordance with the terms of this Contract. Where damage is caused to the City due to the
Engineer's failure to perform in these circumstances, the City may withhold, to the extent
of such damage, Engineer's payments hereunder without waiver of any of City's additional
legal fights or remedies. The Engineer shall not be responsible for delays associated with
review periods by the City in excess of the agreed Project Schedule.
Termination of Contract. It is agreed that the City or the Engineer may cancel or
terminate this Contract for convenience upon fifteen (15) days written notice to the other.
Immediately upon receipt of notice of such cancellation from either party to the other, all
Services being performed under this Contract shall immediately cease. Pending final
determination at the end of such fifteen-day period, the Engineer shall be compensated on
the basis of the percentage of Services provided prior to the receipt of notice of such
termination and indicated in the final Design Progress Report submitted by the Engineer
and approved by the City.
Personnel Qualifications. Engineer represents to the City that all Services provided by
Engineer in the performance of this Contract shall be provided by personnel who are
appropriately licensed or certified as required by law, and who are competent and qualified
in their respective trades or professions.
9aality Control. The Engineer agrees to maintain written quality control procedures. The
Engineer further agrees to follow those procedures to the extent that, in the Engineer's
judgment, the procedures are appropriate under the circumstances.
Ownership. All Engineer's designs and work product under this Contract, including but
not limited to tracings, drawings, electronic or magnetic media and/or computer disks,
estimates, specifications, investigations, studies and other documents, completed or partially
completed, shall be the property of the City to be used as City desires, without restriction;
and Engineer specifically waives and releases any proprietary rights or ownership claims
therein and is relieved of liability connected with any future use by City. Copies may be
retained by Engineer. Engineer shall be liable to City for any loss or damage to such
documents while they are in the possession of or while being worked upon by the Engineer
or anyone connected with the Engineer, including agents, employees, consultants or
subcontractors. All documents so lost or damaged while they are in the possession of or
Page 6
18.
19.
20.
21.
22.
23.
4t
while being worked upon by the Engineer shall be replaced or restored by Engineer without
cost to the City.
Pro, iect Records and Right to Audit. The Engineer shall keep, retain and safeguard all
records relating to this Contract or work performed hereunder for a minimum period of
three (3) years following the Project completion, with full access allowed to authorized
representatives of the City upon request for purposes of evaluating compliance with
provisions of this Contract. Should the City Engineer determine it necessary, Engineer
shall make all its records and books related to this Contract available to City for inspection
and auditing purposes.
Non-Discrimination. As a condition of this Contract, the Engineer shall take ail necessary
action to ensure that, in connection with any work under this Contract it shall not
discriminate in the treatment or employment of any individual or groups of individuals on
the grounds of race, color, religion, national origin, age, sex or physical impairment
unrelated to experience, qualifications or job performance, either directly, indirectly or
through contractual or other arrangements.
Gratuities. City of. Coppell policy mandates that employees shail never, under any
circumstances, seek or accept, directly or indirectly from any individual doing or seeking to
do business with the City of Coppell, loans, services, payments, entertainment, trips, money
in any amount, or gifts of any kind.
No Waiver. No action or failure to act on the part of either Party at any time to exercise
any fights or remedies pursuant to this Contract shail be a waiver on the part of that Party of
any of its rights or remedies at law or contract.
Compliance with Laws. The Engineer shail comply with all Federal, State and local laws,
statutes, City Ordinances, roles and regulations, and the orders and decrees of any courts, or
administrative bodies or tribunai in any matter affecting the performance of this Contract,
including without limitation, worker's compensation laws, minimum and maximum salary
and wage statutes and regulations, and licensing laws and regulations. When required,
Engineer shall fumish the City with satisfactory proof of compliance therewith.
Severability. In case one or more of the provisions contained in this Contract shall for any
reason be held invalid, illegal, or unenforceable in any respect, such invaiidity, illegality or
unenforceability shall not affect any other provisions hereof and this Contract shall be
construed as if such invaiid, illegal or unenforceable provision had never been contained
herein.
Venue. With respect to any and all litigation or claims, the laws of the State of Texas shall
apply and venue shail reside in Dallas County.
Page 7
Prior Negotiations. This Contract supersedes any and all prior understandings and
a~eement by and between the Parties with respect to the terms of this Contract and the
negotiations preceding execution of this Contract.
Contacts. The Engineer shall direct all inquiries from any third party regarding
information relating to this Contract to the City Engineer.
Page 8
27.
Notification. All notices to either Party by the other required under this Contract shall be
delivered personally or sent by certified U.S. mail, postage prepaid, addressed to such Party
at the following respective addresses:
City: City of Coppell, Texas
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
Engineer:
Turner Collie & Braden Inc.
17300 Dallas Parkway
Suite 1010
Dallas, Texas 75248
I1N WITNESS WHEREOF, the City of Coppell, Texas and the Engineer has caused these
presents to be executed by duly authorized representatives on the day and year set forth above.
THE CITY OF COPPELL
BY:
ENGINEER: Turner Collie & Braden Inc.
BY:
Vice President
Date: ~/t /OI
ATrEST:
ATTEST:
Page 9
0.0
EXHIBIT A
SCOPE OF SERVICES
COPPELL, TEXAS
SANDY LAKE AND DEFOREST WASTEWATER LIFT STATIONS
AND FORCE MAIN IMPROVEMENTS
GENERAL
0.1 Project Description
The services to be provided for this project include modification of a
previously prepared draft preliminary design report for the DeForest
Wastewater Lift Station and force main, to include improvements to be made
to the Sandy Lake Lift Station and force main system. The services for this
report include:
· Evaluation of the capacity of the existing pumping facilities to meet
pumping requirements in the year 2020 at the Sandy Lake Wastewater
Lift Station.
· Evaluation of the force main required to transfer wastewater from the
Sandy Lake Wastewater Lift Station to the TRA system.
· Evaluation of the pumping requirements at the DeForest Wastewater Lift
Station to bypass the Sandy Lake Wastewater Lift Station.
Design services to be provided with this project include preliminary design,
development of construction plans and specifications, and bid phase
assistance for improvements to the DeForest and Sandy Lake Wastewater Lift
Stations and required force main improvements from DeForest Road to the
TRA connection in the City of Coppell, Dallas County, Texas.
All work will be performed within the existing right of way and existing
easements. Plans will be prepared from ground topographic survey
information digitally formatted to produce 1" = 20' scale drawings.
0.2 Project Phasing
This project shall be performed in three phases. The first phase, Preliminary
Design Report, includes data collection, evaluation of the existing facilities
and recommended improvements for the City's review and approval. The
second phase, Final Design, includes preparation of final plans,
specifications, contract documents, and cost estimates. The third phase, Bid
Phase, includes assisting the City of Coppell with bid opening, bid evaluation,
and recommendation for award of the contract.
Page 1 of 10
1.0
0.3 Design Standards
Design and preparation of construction drawings and technical specifications
required for the project shall be in accordance with the following standards.
a. North Centxal Texas Council of Governments (NCTCOG).
b. City of Coppell Design Standards.
c. City of Coppell Standard Drawings and Specifications.
d. Texas Natural Resources Conservation Commission (TNRCC).
PRELIMINARY DESIGN REPORT
1.1 Data Collection
Obtain available reports, plans, pumping records, flow records, zoning maps,
aerial photographs, master plans, and other data relevant to the project from
the City of Coppell. Contact private utilities along the project for information
on existing and proposed facilities.
1.2 Design Meeting
Meet with the City of Coppell staff to review and discuss the preliminary
design criteria, operational concerns, and other preliminary data. Prepare a
record of the preliminary design meeting and distribute it to all attendees.
1.3 Evaluation of Existing Facilities
Determine the design capacity of the existing Sandy Lake Wastewater Lift
Station and the length, diameter, and design capacity of the existing force
main to the TRA system.
1.4 Ultimate Development of Drainage Basin
Determine the projected ultimate build-ont date for the Sandy Lake sanitary
sewer drainage basins. The estimated date will be based on historical growth
trends provided by the City of Coppell.
1.5
Determination of Required Pumping Capacity of the Sandy Lake Wastewater
Lift Station
Determine the required pumping capacity of the Sandy Lake Wastewater Lift
Station for the ultimate build-out date of the drainage basin served by the lift
station. The following tasks will be performed to determine the required
pumping capacity of the lift station:
Prepare an estimate of current wastewater flow based on existing land
use. This will include counting connections to the existing wastewater
collection system using existing block/lot development maps, zoning
maps and land use master plan provided by the City. One field visit is
anticipated to verify land use.
Page 2 of 10
1.6
1.7
Compare estimated flow rates with pumping records provided by the
City. Adjust the estimated flow rates as required to correlate with the
pumping records.
Review peak wet weather flows based on available past rainfall data
and wastewater flows. Estimate peaking factors based on rainfall data
and lift station pumping records provided by the City.
Using the peaking factors established above, estimate flows based on
the projected full development of the Sandy Lake Sanitary Sewer
Basin.
Compare year 2020 and ultimate peak flow and pumping
requirements with the 1994 Master Plan projections and TNRCC
existing and proposed regulations.
Prepare a Wastewater Flow Evaluation Report and review findings
with the City.
Force Main Alternatives
Determine the required improvements to the force main required to transfer
wastewater from the Sandy Lake Wastewater Lift Station to the TRA system.
The following alternatives will be investigated:
Replace the existing segment of 20" force main from the Sandy Lake
Wastewater Lift Station with a 30" force main.
Parallel the existing segment of 20" force main from the Sandy Lake
Wastewater Lift station with a new force main.
Parallel the existing 30" and 20" force mains, from the Sandy Lake
Wastewater Lift Station to the TRA system, with a new force main.
Lffi Station Modifications
Develop pump/system head curves for the existing force main from the Sandy
Lake Wastewater Lift Station to the TRA system and for the proposed
improvements to the Sandy Lake Wastewater Lift Station and the proposed
force main. Evaluate the following alternatives for upgrading the lift station
and fome main facilities.
Upgrading the pumps and controls using the existing structure at the
Sandy Lake Wastewater Lift Station.
Convert the existing Sandy Lake Wastewater Lift Station to a station
using only submersible pumps.
Page 3 of I0
2.0
1.8
Lift Station Electrical Evaluation
Prepare preliminary electrical requiremems for the proposed improvements to
the Sandy Lake Wastewater Lift Station.
1.9 Odor Control
Review the odor control technologies available for use at the lift station and
recommend facilities to control odors at the Sandy Lake Wastewater Lift
Station.
1.10 Cost Estimates
Develop capital and operating cost estimates for each of the proposed
alternatives.
1.11 Draft Preliminary Design Report
Modify the previously prepared draft Preliminary Design Report for the
DeForest Wastewater Lift Station to include flow determination for Sandy
Lake Wastewater Lift Station, recommended improvements for Sandy Lake
Wastewater Lift Station, and recommended force main improvements.
Submit five copies of the modified draft Preliminary Design Report to the
City for review and approval within two months after receipt of the Notice to
Proceed from the City.
1.12 Review Meeting
Meet with the City of Coppell staff to review the draft Preliminary Design
Report and address the City's comments and concerns.
1.13 Final Report
Finalize the Preliminary Design Report to include final comments provided
by the City.
1.14 Submittal
Prepare Final Preliminary Design Report and submit 10 copies to the City
within one month after receipt of final review comments from the City.
Final Design
2.1 Utility Coordination
Work with affected utilities such as water, gas, telephone, cable TV and
electric to obtain accurate information for horizontal and vertical data for
their facilities. Identify which utilities must be protected or relocated to
accommodate this project.
Page 4 of 10
2.2
Distribute preliminary drawings to local utility companies to obtain
information regarding impacts to their facilities.
Prepare Final Plans
Prepare final plans for the proposed improvements, including civil, structural,
mechanical and electrical plans for the lift stations and horizontal and vertical
alignment for the proposed force main.
a. Prepare project layout sheet showing project location.
b. Prepare general notes sheet.
Finalize plans to abandon the existing and construct the new DeForest
Wastewater Lift Station to include:
Demolition requirements for the existing structure.
Removal of the existing pumps, motors, and miscellaneous
appurtenances.
Structural requirements for the new lift station.
New pump installation.
Wet well level controls.
Suction and discharge piping to accommodate the new pumps.
Design of new electrical equipment and controls.
Design of odor control facilities.
Miscellaneous design including pipe supports, coordination of
conduit routing, and installation of controls.
Finalize plans for the Sandy Lake Wastewater Lift Station
modifications to include:
Demolition requirements to remove and replace the pumps.
Pump pad modifications.
Modifications to the wet well level controls.
New pump installation.
Suction and discharge piping modifications to accommodate the
new pumps.
Design of new electrical equipment and controls.
Design of odor control facilities.
Miscellaneous modifications including pipe support design,
coordination of conduit routing, and installation of controls.
Develop force main horizontal and vertical alignment and prepare
plan and profile drawings and details.
Prepare erosion protection notes and details to comply with the EPA
Storm Water Management Program.
Develop a construction sequence plan to define demolition and
construction procedures necessary to minimize impact on operations.
Page 5 of 10
2.3
2.4
2.5
2.6
2.7
Develop traffic control plans for MacArthur Boulevard for the
construction of the force main.
Incorporate standard details into the plans and prepare additional
details as required.
Review Submittals
Submit interim review sets of construction plans to the City of Coppell.
Interim review sets to be submitted at 35%, 65% and 95% complete
milestones. Interim review sets to be 22" x 34" format. A total of five (5)
sets will be submitted for each submittal.
Progress Meetings
Schedule, coordinate and conduct progress meetings with the City of Coppell.
Final Construction Cost Estimate
Prepare a final estimate of construction quantities and develop final statement
of probable construction cost.
Construction Specifications
Finalize the technical special provisions. Prepare additional technical
specifications, if necessary, for the proposed improvements to supplement the
North Central Texas Council of Governments Specifications for Public
Works Construction, City of Coppell standards, and other applicable standard
specifications.
Contract Bid Documents
Assist the City in preparing final bid documents using existing City of
Coppell standard documents as directed by the City staff. Bid documents
shall include bid proposal forms, construction plans, special specifications,
and standard City documents required by the City of Coppell.
2.8 Draft Final Submittal
Submit five (5) sets of draft construction plans, specifications, and front end
documents to the City of Coppell for review and approval.
2.9 TNRCC Submittal
Submit one (1) set of draft construction plans, specifications and front end
documents to TNRCC for review and approval.
Page 6 of 10
3.0
2.10 Final Review Meeting
Meet with the City of Coppell to obtain their review comments. Revise
documents to address comments from the City.
2.11 Final Submittal
Submit five (5) sets of final construction plans, specifications, and contract
documents to the City of Coppell in preparation for advertising the project for
bid.
BID PHASE AND CONSTRUCTION PHASE SERVICES
3.1 Advertising and Prebid Meeting
Assist City staff in advertising for bids and conducting a prebid meeting with
prospective bidders, if necessary. Prepare a record of the prebid meeting and
distribute it to all attendees.
3.2 Plan Distribution
Furnish plans and specifications for bidding. Cost for these to be repaid by
non-refundable deposit from plan holders.
3.3 Addenda
Prepare and distribute addendum required to modify the requirements of the
project during bidding, respond to requests for clarification, and issue
instructions to bidders as directed by the City of Coppell.
3.4 Receive Bids
Assist the City of Coppell in receiving and opening bids for construction of
the project.
3.5 Bid Tabulation
Prepare a tabulation of bids for the project and verify the bid amounts.
Evaluate the lowest and second lowest bidder, including obtaining
information on past work history and physical resources.
3.6 Recommendation for Award
Prepare a recommendation for award of contract or other action and notify
bidders of the action taken by the City of Coppell.
Page 7 of 10
4.0
3.7 Review Shop Drawings
Review shop drawings, submittals, substitutions and other documents
provided by the contractor to determine compliance with the con~act
requirements and design intent. Prepare responses and comments on each
submittal and transmit copies to the contractor and the City of Coppell.
Maintain a record of submittals and responses. Routine shop drawings and
submittals will be reviewed and returned within ten working days after
receipt.
3.8 Prepare Record Drawings
Utilizing City and Contractor construction record information, prepare one set
of black line 24' x 36" record drawings (with "record drawing" stamp) and
one set of reproducible mylars.
SPECIAL SERVICES
4.1 Surveying
Perform a design survey for the DeForest and Sandy Lake Wastewater Lift
Stations and approximately 14,000 linear feet of foree main. The scope of
surveying services includes:
a. Establish horizontal and vertical control along the proposed project
alignment based on local control.
Locate visible structures, utilities, and ground features at the DeForest
Lift Station bounded on the north by an existing concrete alley, on the
west and south by DeForest Road and on the east by MacArthur
Boulevard.
c. Locate visible structures, utilities, and ground features at the Sandy
Lake Lift Station.
Locate visible structures, utilities, right-of-way monumentation,
property comers, and ground features along the proposed alignment
sufficient to be able to establish existing rights-of-way and property
lines adequate for plan preparation.
Prepare a base map along the proposed alignment showing visible
utilities, improvements and one foot contour lines within the existing
right-of-way of MacArthur Boulevard and Sandy Lake Road, twenty-
five feet either side of the proposed alignment in areas not within street
right-of ways.
Page 8 of 10
4.2
Deliver a complete topographic survey and right-of-way base map in
hard copy and digital file for the project.
Geotechnical Services
ao
Field Investigation - Two borings to a depth of 55 feet each are proposed
at the DeForest Lift Station site. The borings will be sampled
continuously to a depth of 6 feet and at 5-foot intervals thereafter.
Samples of the cohesive soils will be obtained with thin-walled sampling
robes and samples of the granular soils will be obtained with a split-spoon
sampler. Bedrock will be continuously cored.
Ground Water Monitoring - A temporary ground monitoring well will be
constructed in one of the borings to assist in determining the level of the
groundwater table. Water levels within the well will be measured on
three occasions by an engineering technician.
Laboratory Investigation - Following completion of the field
investigation, the recovered samples will be classified by a geotechnical
engineer. A laboratory testing program will be performed to evaluate the
pertinent engineering properties of the recovered samples. Laboratory
testing will include moisture content, dry unit weight, calibrated
penetrometer, and unconfined compressive strength tests.
Engineering Analysis - The results of the field and laboratory
investigations will be presented in an engineering report. The report will
include recommendations to guide design and construction of the
proposed lift station. The report will include boring logs, laboratory test
results, water level observations, recommendations for foundation design,
recommendations for below grade wall design, recommendations for
temporary support of the excavation walls, and discussion of potential
construction problems such as the presence of ground water.
4.3 Architectural Services
AAE Architects will provide architectural services for the design of a 20 feet
by 40 feet masonry building to house the electrical and odor control
equipment required at the DeForest Wastewater Lift Station. The
architectural services proposed include attending design meetings and
preparing final plans and specifications.
Page 9 of 10
4.4 Public Meetings
Assist the City in coordinating and conducting a maximum of two public
presentations to the City of Coppell on the recommended improvements to
DeForest and Sandy Lake Wastewater Lift Stations and the force main from
the DeForest Wastewater Lift Station to the TRA connection. The City will
perform resident notification.
5.0 EXCLUSIONS
The intent of the scope is to include only the services specifically listed above and
none others. Services specifically excluded from this Scope of Services include, but
are not necessarily limited to the following:
· Flow monitoring.
· Rain event monitoring.
· Computer modeling and routing of wastewater flows.
· Titie searches.
· Preparation of easement descriptions, property surveys, right of way documents,
and legal descriptions
· Environmental impact statements or assessments.
· Fees for permits and advertising.
· Floodplain reclamation plans.
· Full time inspection.
· Designs for trench safety.
· Revisions to plans as a result of changes requested by City after completion of
original final design.
· Consulting services by others not included in proposal.
· Quality control and testing services during construction.
· Prints furnished after acceptance of the required five sets for constraction in
accordance with this Agreement.
· Monthly coordination meetings with contractors, inspection personnel and City
representatives.
· Environmental Services, including but not limited to the following:
Threatened and endangered species surveys.
Wetland delineation and survey.
USACE Individual Permit Application and coordination.
Preliminary mitigation and monitoring plans.
· Water and sanitary sewer system improvements other than as specified above.
· Review of monthly requests for payment from the contractor and preparation of a
recommendation for action by the City of Coppell.
· Review of the contractor's monthly progress reports.
Page 10 of 10
EXHIBIT B
City of Coppell, Texas ~
DeForest end Sandy Lake Wastewatsl
Lift Stations and Force Main Improvements
SUMMARY
BASIC SERVICES
Project Project Staff ~lor
TASK LISllNG Mana~lr Er~lneer Engineer Technician Technician Clerk~l TOTAl.
TC&B Labor
Phase 1 - Pmliminar/Er~lr~erir~ $4,200 $12,810 $13,932 $2,760 $1,248 $34,950
Phase 2 - Final Deal~n $31,800 $58,380 $52,650 $40,296 $44,820 $3,552 $231,498
Phase 3 - Biddir~ and Construction Phase $4,800 $11,340 $2.100 $3,208 $2,400 $4,320 $26,168
.ABOR EXPENSE TOTALS .~40,800 $82.530 $74,682 ~ $45,264 $50,220 $9,120 $302,616
TC&B NON-LABOR ESTIMAI~
~TOTAL BASIC SERVICES
I $333,4531
RECOMMENDED SPECIAL SERVICES
Plotting $518
Labor Adml~. Sub.er Suboonlt'act
=.. !h.-~,'.bactor Talk & ExD. 15.00% Contracts EXl=e~se
4.1 Suwco~ Inc. Topographic Suwe'/s & Office Support $38,500 5,775 $44,275
4.2 Terra Mar Gectechnicel Investi~ation~ 9,000 1,350 $10,350
4.3 AAE Architects Architectural Sewices 7,900 1,185 $9,085
TOTALS $ 55,400 $ 8,310 $63,710
ITOTAL SPECIAL SERVICES
ITOTAL PROJECT ESTIMATE
$72,410 I
$405,8631
Page 1 of 5
· CI*~y of Coppell, Texas ~
DeForest and Sandy Lake Wastewater
Lift Stations and Force Main Improvements
PRELIMINARY ENGINEERING
EXHIBIT B
BASIC SERVICES
Project Pr~ect Staff Senior
TASK USTING Manager Engflleer Engineer Technician Technician Clerical TOTAL
1.0 Preliminary Design Enlx~t
~.1 Date Collectlo~ 4 $420
1.2 Design Meeting 4 4 2 $1,116
1.3 Eva~uafion of Existing Facilities 2 8 4 $1,464
1.4 Uti imate Develo~:ment of Basin 2 8 12 4 $2,388
1.5 Required Pumping Capacit'/of Statlo~
a. Land Use A~e~ski 8 40 $4,080
b. Pumping records analys~s 4 $420
c. Peaking factor detsrmina~on 4 $420
d. Estimate flows 4 $420
e. Evaluate results 4 $420
f, Flow evaluation re~ort 4 16 4 $2,472
1.6 Force Main Aitematives
a. Ntema5ve 'A' 4 8 4 $1,344
b. Alternative'B' 4 8 4 $1,344
c. Altemative "C' 4 8 4 $1,344
1.7 Lift SteUon Modifications
a. Alternative 'A" 4 12 16 $2,496
b. Alterna~ve 'B' 4 12 8 $1,944
1.8 L~ Stetic~ Electrical EvaluaUon 4 8 $1,068
1.9 Odor Co~b*ol 2 4 $534
1.10 Cost Estimatss 4 8 8 $t ,452
t.ll Dra8 RepOrt 4 8 16 $2,736
1.12 Review Meeting 4 4 8 $1,404
1.13 Final Report 8 16 24 4 $5,0t6
1.14 Submittal 8 $648
;'OTAL HOURS 28 122 172 40 26 38;,
.ABOR EXPENSE TOTALS $4,200 $12,810 $13,932 $2,760 $1,248 $34,950
~&B NON-LABOR ESTIMATE
=lot5r~ 10 sheets x $7/sheet x 2 submittals $140
ltepr~.~,~n ipiens) 10 sheets x 20 sets x $0.70/sheet $140
~RACTOR SERVICES AND ADMINISTRATION
FOTAL ESTIMATE I I ~,0~ I
Page 2 of 5
City ~f Coppell, Texas ~
DaForest and Sandy Lake Wastewater
Lift Stations and Force Main Improvemanta
FINAL DESIGN
EXHIBIT B
03/01/01
BASIC SERVICES
Project Pro,)ct Staff Senior
Elecbical sheets 14) 8 80 80 $15,12(,
Mechanical a~eets (2) 4 48 80 $11.160
f. SWPP plan (5) 16 40 $3,0~6
~. Co~strucUon sequence plan (41 16 32 ~3,888
=lottir~ 74 sheets x 5 submittals x $7/sheet $2~590
~epr~,,,~inn (Plan~} 74 sheets x (5 submittab x 5 sets each + 8 se~s for utili~ c~ordl~laflon) x $0.70/sheet $1,70~
~lilea~e 16 tri~s e $1 ~,p $24~
~utm Use 1,58o hours CADD ~ $10/hr $15,80C
~ACTOR SERVICES AND ADMINISTRATION
Page 3 of 5
EXHIBIT B
City'of Coppe , Texas ~
DeForest and Sandy Lake Wastewatcr
Lift Stations and Force Main Improvements
BID PHASE AND CONSTRUCTION PHASE SERVICES
~lotti~ 74 sheets x 2 sets x $7/sheet $1,036
~eproduction (Plar~) 74 sheets x 36 sets x $0,70/sheet $1,865
~o~'ta~e
Vlilea~e !t~ps · $15~tfip $40
)R SERVICES AND ADMINISTRATION
~TI'AL ESTIMATE I I $42,097 I
Page 4 of 5
City of Coppell, Texas ~
DeForest and Sandy Lake Wastewster
Lift Stations and Force Main Improvements
EXHIBIT B
SPECIAL SERVICES
=lotti~ '4 sheets x $7/she~t $518
=lepro~uc~ion IPlans) '4 sheets x 3 s~ts each x $5.70/s;~met $155
:~e~ro~uct~oe (Spectflcafior~)
[iTOTAI. Es'nu~,~ I I $?z4~o I
Page 5 of 5
Turner Collie ffBraden Inc.
Engineers · Planners · Project Managers
17300 Dallas Parkway
Suite 1010
Dallas, Texas 75248
972 735 3000
Fax 972 735-3001
February 16, 2001
Mr. Kenneth M. Griffin, P.E.
Director of Engineering & Public Works
City of Coppell
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 750194409
Re:
Scope of Services for Preliminary
DeForest and Sandy Lake
Force Main Improvements
Dear Mr. Griffin:
Two copies of the Scope of Services and
are enclosed for your review and approval.
Exhibit A attached. The
Fees for the referenced project
of Services is described in
· $381,389.
Please let me know if you need
working with you and the City
Turner Collie & Braden Inc. to assis
concerning this project· We look forward to
staff on this assignment. Thank you for selecting
with these proposed improvements.
Sincerely, ,,/
Senior Vice President //
/
Engineering Excellence for Over One-Half Century