Loading...
SS9901-CN000613COPPELL AGENDA RE4UEST FORM e x b e ° CITY COUNCIL MEETING: June 13, 2000 ITEM #�� ITEM CAPTION: Consider approval of a contract with Turner, Collie & Braden, Inc. to perform an updated study associated with improvements to the Deforest Road Lift Station and force main in the amount of $56,426.00 as funded in the Series 1999 Water and Sewer Revenue Bonds; and authorizing the City Manager to sign. SUBMITTED TITLE: STAFF COMD See attaRfied memo. Kenneth M. Griffin, P.E. Director of Engineering /Public BUDGET AMT. $ AMT. EST. $ +\ -BID $ FINANCIAL COMMENTS: Funds for this project are provided by the 1999 Water /Sever CIP Fund. DIR. INITIALS: Y-7 FIN. REVIEW CITY MANAGER REVIEW: Agenda Request Form - Revised 5/00 Document Name: #06133 C„ fit, Rcv a•�„ J 6'2 g�e» p�yL �V� �F q -.,� � 70.4& 6 /aj' /a- o �K— 1. .%N MEMORANDUM FROM THE DEPARTMENT OF ENGINEERING To: Mayor and City Council From: Kenneth M. Griffin, P.E., Director of Engineering/Public Works V-1 Date: May 9, 2000 RE: Consider approval of entering into a contract with Turner, Collie & Braden, Inc. to perform an updated study associated with improvements to the Deforest Road Lift Station and force main in the amount of $56,426.00 as funded in the Series 1999 Water and Sewer Revenue Bonds; and authorizing the City Manager to sign. In an attempt to continue to implement portions of the City's Wastewater Collection Sewer Master Plan and provide for the needs of the community, the City of Coppell has contacted the firm of Turner, Collie & Braden, Inc. to provide services associated with the upgrade of the Deforest Road Lift Station and the installation of a new force main. In 1994, the City of Coppell completed its Wastewater Collection Sewer Master Plan and began implementing numerous projects contained within that plan. One project identified in the plan was the expansion of the Deforest Road Lift Station and the construction of a new 16" force main along MacArthur Blvd. The current lift station has an estimated capacity of approximately 7 million gallons per day. The 1994 study estimated that in 2004 a capacity of approximately 10 million gallons per day would be needed. One component of the project which has concerned me is the construction of a new force main along MacArthur Blvd. from Deforest Road to Sandy Lake Road. The only available corridor to install the force main is in the median section. My concern is that along MacArthur Blvd. there are numerous trees in the median that could be compromised, damaged or removed with the construction of a new force main. Because of prior zoning changes within the drainage basin (see attached exhibit) and my concern about the installation of a force main along MacArthur, I recommend approaching this project in two phases. The first phase is the study contract before you this evening, which is a review of information from the early 1990's used to generate the original recommendation. The study will review all current flows out of the lift station, generate new flows into the lift station based on current zoning and compare the 1994 Master Plan data with the new data and then cross reference that with state requirements for lift stations to determine the ultimate size lift station necessary. The study will also review new techniques utilized in lift station construction to determine what modifications need to be made to the Deforest Road Lift Station in regards to operation, pumps and odor control. Item 1.5 and Item 1.7 of the Scope of Services are the two major items that deal with the aforementioned study. "CrrY OF COPPELL ENGINEERING - EXCELLENCE BY DESIGN" Once the consultant has obtained all the necessary information and evaluated our needs, he will provide several recommendations to the City on how to modify the lift station and force main to meet our future needs. Once the City has agreed upon a design approach to the Deforest Road Lift Station modifications, then the City will enter into a second contract with the consultant for the actual design of the modifications to the lift station and any force mains necessary for future build out. It is anticipated that the study phase will take four to five months. Therefore, the second contract for design will probably not come before Council until some time in late 2000 or early 2001. Frequently cities will enter into contracts to just design components of a master plan. However, given the sensitivity of trying to construct a force main along MacArthur Blvd., prior zoning changes and the age of the Wastewater Master Plan, I recommend that the City follow the 2- phase approach to this project to insure that the final recommendation and design is what is absolutely necessary to meet our future needs. This approach will also insure that if we are required to install a force main along MacArthur that we have at least explored all other available options prior to making that determination. Staff recommends the approval of the study contract with Turner, Collie & Braden, Inc. in the amount of $56,426.00. Staff will be available to answer any questions at the Council meeting. "CrrY OF COPPELL ENGINEERING • EXCELLENCE BY DESIGN" DENTON COUNTY / ......'t..: . forest Lift Station --J Proposed Force Main W 1994 Wastwater System Master Man *Mnap n t • N a - 4 1 T Y 0 1 COPPELL 4000 0 4000 Feet 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 day of 2000, by and between the City of Coppell GtryMANA4�R. acting by and through the M ym with approval of the City Council hereinafter referred to as "City ", and Turner Collie & Braden Inc., hereinafter referred to as "Engineer ". WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter referred to as "Services ", in connection with the DeForest Wastewater Lift Station 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 necessary 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. 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, A. 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. B. 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. 2. Proaress 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. A. Basic Services Fee: The Engineer shall be paid a fee for Basic Services under this Contract pursuant to the Fee Schedule described in Exhibit B. Basic Services Fee shall not exceed the lump sum of Fifty-six thousand, four hundred twenty six dollars ($56,426) provided, however, that modifications to the Basic Services, or other conditions defined herein may necessitate a change of Fee which shall be reduced to writing and approved by the City or its designee. B. 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. Page 2 C. 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 right 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. 4. 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 Article 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. 5. 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 be 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 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. 6. Proiect 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. Page 3 1100� ''1 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. Project 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. 8. 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. 9. Disputes. The City Engineer shall act as referee in all disputes under the terns 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. 10. Enaneer'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. 11. 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 Page 4 t*�N 1 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 rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 12. 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, contractual or otherwise to any person or entity. The parties further agree that this indemnification provision shall meet the requirements of the express negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 13. 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 rights or remedies. The Engineer shall not be responsible for delays associated with review periods by the City in excess of the agreed Project Schedule. 14. 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. Page 5 15. Personnel Oualifications. Engineer warrants 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. 16. Ouality 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. 17. 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 while being worked upon by the Engineer shall be replaced or restored by Engineer without cost to the City. 18. Proiect Records and Rieht 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. 19. Non - Discrimination. As a condition of this Contract, the Engineer shall take all 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. 20. Gratuities. City of Coppell policy mandates that employees shall 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. 21. No Waiver. No action or failure to act on the part of either Party at any time to exercise any rights or remedies pursuant to this Contract shall be a waiver on the part of that Party of any of its rights or remedies at law or contract. Page 6 22. Compliance with Laws. The Engineer shall comply with all Federal, State and local laws, statutes, City Ordinances, rules and regulations, and the orders and decrees of any courts, or administrative bodies or tribunal 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 furnish the City with satisfactory proof of compliance therewith. 23. 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 invalidity, illegality or unenforceability shall not affect any other provisions hereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 24. Venue. With respect to any and all litigation or claims, the laws of the State of Texas shall apply and venue shall reside in Dallas County. 25. Prior Negotiations. This Contract supersedes any and all prior understandings and agreement by and between the Parties with respect to the terms of this Contract and the negotiations preceding execution of this Contract. 26. Contacts. The Engineer shall direct all inquiries from any third party regarding information relating to this Contract to the City Engineer. Page 7 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 Mss PAjtccw►y bLV 140. &ac 478 CopPELL . , : 7SG /7 Engineer: Turner Collie & Braden Inc. 17300 Dallas Parkway Suite 1010 Dallas, Texas 75248 IN 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: e eC. Re a c , P. E. Vice President Date: d ATTEST: W F M A M --6- Date: - Jwte- (, 2000 ATTEST: ,m EXHIBIT A SCOPE OF SERVICES COPPELL, TEXAS DEFOREST WASTEWATER LIFT STATION AND FORCE MAIN IMPROVEMENTS 0.0 GENERAL 0.1 Project Description The services to be provided for this project include preparation of a preliminary design report for the improvements to be made to the DeForest Wastewater Lift Station and force main facilities. The services include: • Evaluation of the capacity of the existing pumping facilities to meet pumping requirements in the year 2020 at the wastewater lift station. • Evaluation of the force main required to transfer wastewater from the DeForest Lift Station to the Sandy Lake Lift Station. • Evaluate alternative routes for the force main in Samuel Street and MacArthur Boulevard. • Determine the odor control facilities to be provided at the lift station to control odors. 0.2 Project Phasing This project shall be performed in one phase. The Preliminary Design Report phase includes data collection, evaluation of the existing facilities and recommended improvements, and development of preliminary improvement recommendations for the City's review and approval. 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 Central 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) 1.0 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. -�1 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. The Engineer shall prepare a record of the preliminary design meeting and distribute it to all attendees. 1.3 Evaluation of Existing Facilities Evaluate the existing lift station facilities, force main, and gravity sewers affected by the proposed improvements. 1.4 Ultimate Development of Drainage Basin Determine the projected ultimate build -out date for the sanitary sewer drainage basins A & F. 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 Lift Station Determine the required pumping capacity of the DeForest Lift Station for the ultimate build -out date of the drainage basin (Basins A & F in the 1994 Master Plan) served by the lift station. The following tasks will be performed to determine the required pumping capacity of the lift station: a. 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. Two field visits are anticipated to verify land use. b. Compare estimated flow rates with pumping records provided by the City. Adjust the estimated flow rates as required to correlate with the pumping records. C. 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. d. Using the peaking factors established above, estimate flows based on the projected full development of Basins A & F. e. Compare year 2020 and ultimate peak flow and pumping requirements with the 1994 Master Plan projections and TNRCC existing and proposed regulations. Prepare a Task Report and review findings with the City. 1.6 Force Main Alternatives Determine the size of the force main required to transfer wastewater from the lift station to the Sandy Lake Lift Station. Evaluate alternative routes for the force mains in Samuel Street and MacArthur Boulevard. 1.7 Lift Station Modifications Develop pump /system head curves for the existing force main and lift station and proposed improvements to the lift station and the alternative routes of the proposed force main. Evaluate the following five alternatives for upgrading the lift station and force main facilities. a. Convert the existing DeForest Lift Station to a station using only submersible pumps. b. New force main in Samuel Street and new submersible pumps at the DeForest Lift Station. C. New force main in MacArthur Boulevard to the existing gravity sewer to the Sandy Lake Lift Station. d. New force main in MacArthur Boulevard to the existing Sandy Lake Lift Station wet well using new submersible pumps at the DeForest Lift Station. e. New force main in MacArthur Boulevard to the existing force main out of the existing Sandy Lake Lift Station using new submersible pumps at the DeForest Lift Station. 1.8 Lift Station Electrical Schematics Prepare preliminary electrical requirement schematics for the proposed improvements to the DeForest 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 DeForest Lift Station. 1.10 Cost Estimates Develop capital and operating cost estimates for each of the proposed alternatives. 1.11 Draft Report Prepare a preliminary report of findings and recommendations and submit five copies to the City for review and approval. 1.12 Review Meeting Meet with City staff to review the preliminary report and address City comments and concerns. 1.13 Final Report Modify report to include final comments provided by the City 1.14 Submittal Prepare Final report and submit 10 copies to the City. 2.0 Schedule The draft report will be completed and submitted to the City within three months of receipt of the Notice to Proceed from the City. The final report will be submitted with one month after receipt of comments from the City. The following tasks are not included in the Contract: • Flow monitoring • Rain event monitoring • Geotechnical investigations • Field Surveying C;ty of Coppell, Texas EXHIBIT B D6Forest Wastewater Lift Station and Fo., illain Improvements PRELIMINARY ENGINEERING BASIC SERVICES 06/01/00 TASK LISTING Pr o j ect Manage er e En ngi lose r Staff Engineer Senior Technician Technician Clerical TOTAL � $100 Deliveries $150 Postage E50 Mileage 1.0 Preliminary Design Report 5150 Computer Use 24 hours CADD $10/hr $240 dminisVative 15.00% E146 1.1 Data Collection 4 8 2 $1,100 1.2 Design Meeting 4 8 2 $1,480 1.3 Evaluation of Existing Facilities 4 8 4 $1,700 1.4 Ultimate Development of Basin 4 8 16 8 $3,080 1.5 Required Pumping Capacity of Station a. Land Use Analysis 40 24 $6,000 b. Pumping records analysis 4 4 $980 C . Peaking factor determination 4 8 $1,400 d. Estimate flows 4 $420 e. Evaluate results 4 $420 f. Task report 4 20 2 $2,740 76 Force Main Alternatives 20 20 $3,600 13 Lift Station Modifications a. Alternative "A" 2 8 16 16 $3,280 b. Alternative "B" 1 2 8 $950 c. Altemative "C" 1 2 8 $950 d. Altemative "D" 1 2 8 $950 e. Alternative "E" 1 4 16 $1,760 1.8 Lift Station Electrical Schematics 16 20 20 $5,840 1.9 Odor Control 8 8 16 $3,160 1.10 Cost Estimates 8 8 24 $3,760 711 Draft Report 8 16 40 8 $6,120 1.12 Review Meeting 4 8 $1,400 113 Final Report 4 8 20 $2,900 114 Submittal 4 8 4 $1,320 TOTAL HOURS 821 2141 256 241 1 1781 594 LABOR EXPENSE TOTALS $11,480 $22,470 1 $19,200 $1,440 1 1 $720 $55,310 TCSB NON -LABOR ESTIMATE Plotting 10 sheets x 2 submittals x$7 /sheet $140 Reproduction (Plans) 10 sheets x 20 sets x $0.70 /sheet $140 Reproduction (Reports) 50 sheets x 20 sets x $0.10 /sheet $100 Deliveries $150 Postage E50 Mileage 10 trips @ $15/trip 5150 Computer Use 24 hours CADD $10/hr $240 dminisVative 15.00% E146 NON-LABOR TOTAL $1,116 TOTAL ESTIMATE 1 $56,426