HomeMy WebLinkAboutResolution No. 2010-038CITY OF THE COLONY, TEXAS
RESOLUTION NO. 2010-�
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE
COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF
THE ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE
CITY OF THE COLONY AND HDR ENGINEERING FOR TRAFFIC
WARRANT ANALYSIS AND DESIGN OF NEW TRAFFIC SIGNALS ON
MEMORIAL DRIVE, WHICH IS ATTACHED HERETO AND
INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING
AN EFFECTIVE DATE
WHEREAS, the City and Consultant have entered into an agreement such that the
Consultant is to provide the following services: Traffic Warrant Analysis and Design of New
Traffic Signals on Memorial Drive; and
WHEREAS, the City has determined that it is in the best interest of the City to enter into
the Contract with HDR Engineering, which is attached hereto and incorporated herein by
reference as Exhibit "A," under the terms and conditions provided therein.
WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to
exceed $51,102.00 for such work.
THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
THE COLONY, TEXAS THAT:
Section 1. The Engineering Services Contract, which is attached and incorporated hereto as
Exhibit "A", having been reviewed by the City Council of the City of The Colony, Texas, and found
to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all
things approved in the amount of $51,102.00 and the City Manager is hereby authorized to execute
the Contract on behalf of the City of The Colony, Texas.
Section 2. That this Resolution shall take effect immediately from and after its adoption
and it is so resolved.
PASSED, APPROVED and EFFECTIVE this 4th day of MAY, 2010.
T T: e McCourry, Mayor
City of The Colony, Texas
�.r
Christie Wilson, City Secretary �,'�'•
ke,
D AS TO FORM:` ��° t
,x'4.6. -a
ef�T f City Attorney
63918
This agreement ("Agreement") is made by and between the City of The Colony, Texas
("City") and HDR Engineering, Inc. (the "Professional") acting by and through their authorized
representatives.
Recitals:
WHEREAS, City desires to engage the services of Professional as an independent
contractor and not as an employee in accordance with the terms and conditions set forth in this
Agreement; and
WHEREAS, the Professional desires to render professional services for City for the
Memorial Drive Traffic Signal Warrant Analysis and Design Services (the "Project") in accordance
with the terms and conditions set forth in this Agreement;
NOW THEREFORE, in exchange for the mutual covenants set forth herein and other
valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the parties
agree as follows:
Article I
Term
1.1 This term of this Agreement shall begin on the last date of execution hereof by all
parties hereto (the "Effective Date"} and continue until completion of the services provided herein.
1.2 Professional may terminate this Agreement by giving thirty (30) days prior written
notice to City. In the event of such termination, Professional shall be entitled to compensation for
any services completed to the reasonable satisfaction of City in accordance with this Agreement
prior to such termination.
1.3 City may terminate this Agreement by giving ten (10) days prior written notice to
Professional. In the event of such termination, Professional shall be entitled to compensation for
any services completed to the reasonable satisfaction of City in accordance with this Agreement
prior to such temlination.
Article H
Scope of Services
2.1 Professional shall provide the services specifically set forth in Exhibit "A," attached
hereto and incorporated herein by reference ("Scope of Services and Budget Requirements").
PROnssioNAL SERVICES AGREEMENT -Page I
2.2 The parties acknowledge and agree that any and all opinions provided by
Professional represent the best judgment of Professional.
2.3 Schematic Design Documents, Design Development Documents, Contract
Documents, drawings, plans, specifications and other documents, including those in electronic
form, prepared by Professional and its consultants, agents, representatives, and/or employees in
connection with the Project ("Instruments of Service") are intended for the use and benefit of City.
Professional and its consultants, agents, representatives, and/or employees shall be deemed the
authors of their respective part of said Project documents. Notwithstanding, City shall own, have,
keep and retain all rights, title and interest in and to all Project documents, including all ownership,
common law, statutory, and other reserved rights, including copyrights, in and to all such Project
documents, whether in draft form or final form, which are produced at City's request and in
furtherance of this Agreement or the Project. City shall have full authority to authorize
contractor(s), subcontractors, sub -subcontractors, City consultants, and material or equipment
suppliers to reproduce applicable portions of the Project documents to and for use in their execution
of the work or for any other purpose. All materials and reports prepared by Professional in
connection with this Agreement are "works for hire" and shall be the property of City. City shall
have the right to publish, disclose, distribute and otherwise use such materials and reports in
accordance with the Engineering Practice Act of the State of Texas (Texas Occupation Code,
Chapter 1001, as amended) and/or Texas Occupations Code, Chapter 1051, as amended.
Professional shall, upon completion of the services, or earlier termination, provide City with
reproductions of all materials reports, and exhibits prepared by Professional pursuant to this
Agreement, and in electronic format if requested by City. Any re -use of the Instruments of Service
by the City on any other project not contemplated under this Agreement shall be at the City sole
risk, without liability to Professional.
Article III
Schedule of Work
3.1 Professional agrees to commence services upon written direction from City and to
complete the tasks set forth in the Scope of Services in accordance with the work schedule outlined
in the "Scope of Services and Budget Requirements", which is attached hereto and incorporated as
Exhibit "A"
3.2 In the event Professional's performance of this Agreement is delayed or interfered
with by acts of City or others, Professional may request an extension of time for the performance of
same as hereinafter provided, but shall not be entitled to any increase in fee or price, or to damages
or additional compensation as a consequence of such delays unless such delays exceed ninety (90)
days.
3.3 No allowance of any extension of time, for any cause. whatever, shall be claimed or
made by Professional, unless Professional shall have made written request upon City for such
extension not later than five (5) business days after the cause serving as the basis for such extension
occurred, and unless City and Professional have agreed in writing upon the allowance of such
additional time.
PROFESSIONAL SERYIcr-s AGREEMENT — Page 2
Article IV
Compensation and Method of Payment
4.1 City shall pay Professional for the services on a time and materials basis specifically
as set forth in Exhibit "A" by payment of a fee not to exceed $51,102.00. Partial payment will be
made on a monthly basis for completed portions of the work in accordance with invoices setting
forth a description of the work completed as approved by the City.
4.2 Professional shall be solely responsible for the payment of all costs and expenses
related to the services provided pursuant to this Agreement including, but not limited to, travel,
copying and facsimile charges, reproduction charges, and telephone, internet, e-mail, and postage
charges, except as set forth in Exhibit A.
Article V
Devotion of Time; Personnel; and Equipment
5.1 Professional shall devote such time as reasonably necessary for the satisfactory
performance of the work under this Agreement. Should City require additional services not
included under this Agreement, Professional shall make reasonable efforts to provide such
additional services at mutually agreed charges or rates, and within the time schedule prescribed by
City, and without decreasing the effectiveness of the performance of services required under this
Agreement.
5.2 To the extent reasonably necessary for Professional to perform the services under
this Agreement, Professional shall be authorized to engage the services of any agents, assistants,
persons, or corporations that Professional may deem proper to aid or assist in the performance of
the services under this Agreement. The cost of such personnel and assistance shall be borne
exclusively by Professional.
5.3 Professional shall furnish the facilities, equipment, telephones, facsimile machines,
email facilities, and personnel necessary to perform the services required under this Agreement
unless otherwise provided herein.
Article VI
Relationship of Parties
6.1 It is understood and agreed by and between the parties that in satisfying the
conditions of this Agreement, Professional is acting independently, and City assumes no
responsibility or liabilities to any third party in connection with these actions. All services to be
performed by Professional pursuant to this Agreement shall be in the capacity of an independent
contractor, and not as an agent or employee of City. Professional shall supervise the performance
of its services and shall be entitled to control the manner and means by which its services are to be
performed, subject to the terms of this Agreement. As such, City shall not train Professional,
require Professional to complete regular oral or written reports, require Professional devote his full-
time services to City, or dictate Professional's sequence of work or location at which Professional
performs Professional's work.
PRoFE-ssio ,L SERvicEs AGREEMENT — Page 3
6.2 Professional shall be responsible for the professional quality, technical accuracy, and
the coordination of all designs, drawings, specifications, plans, and other services furnished by
Professional under this Agreement. Professional shall, without additional compensation, correct or
revise any errors or deficiencies in the design, drawings, specifications, plans and other services.
Neither City's review, approval or acceptance of, nor payment for any of the services required
under this Agreement, shall be construed to operate as a waiver of any rights under this Agreement,
and Professional shall be and remain liable to City in accordance with applicable law for all
damages to City caused by Professional's negligent performance of any of the services furnished
under this Agreement.
Article VII
Insurance
7.1 Professional shall during the terns hereof maintain in full force and effect the
following insurance: (1) a policy of insurance for bodily injury, death and property damage
insuring against all claims, demands or actions relating to Professional's performance of services
pursuant to this Agreement with a minimum combined single limit of not less than $1,000,000 per
occurrence for injury to persons (including death), and for property damage; (2) policy of
automobile liability insurance covering any vehicles owned and/or operated by Professional, its
officers, agents, and employees, and used in the performance of this Agreement in the amount of
$1,000,000; and (3) statutory Worker's Compensation Insurance covering all of Professional's
employees involved in the provision of services under this Agreement.
7.2 Professional shall provide and maintain Professional Liability Errors and Omissions
insurance coverage to protect Professional from liability arising out of the performance of
professional services, if any, under this Agreement. Such coverage shall be in the sum of not less
than Seven Hundred Fifty Thousand Dollars ($750,000) per claim and Two Million Dollars
($2,000,000) aggregate. Such insurance shall be kept in effect for four (4) years after the
completion of the Scope of Services. If Professional fails to maintain the insurance covered during
that time, City may pay the premiums to keep the insurance in effect and recover the cost from
Professional.
7.3 All insurance and certificate(s) of insurance shall contain the following provisions:
(1) name the City, its officers, agents and employees as additional insureds as to all applicable
coverage with the exception of Workers Compensation Insurance; (2) provide for at least thirty
(30) days prior written notice to the City for cancellation, non -renewal, or material change of the
insurance; and (3) provide for a waiver of subrogation against the City for injuries, including death,
property damage, or any other loss to the extent the same is covered by the proceeds of insurance.
7.4 All insurance companies providing the required insurance shall either be authorized
to transact business in Texas and rated at least "B" by AM Best or other equivalent rating service,
or approved by the City Manager.
7.5 A certificate of insurance evidencing the required insurance shall be submitted to the
City prior to commencement of services.
PROFESSIONAL SF.RVICHs AGREEMENT -- Page 4
Article VH1
Miscellaneous
8.1 Entire Agreement. This Agreement constitutes the sole and only agreement between
the parties and supersedes any prior understandings, written or oral agreements between the parties
with respect to this subject matter.
8.2 Authorization. Each party represents that it has full capacity and authority to grant
all rights and assume all obligations granted and assumed under this Agreement.
8.3 Assignment. Professional may not assign this Agreement in whole or in part
without the prior written consent of City. In the event of an assignment by Professional to which
the City has consented, the assignee shall agree in writing with the City to personally assume,
perform, and be bound by all the covenants, and obligations contained in this Agreement.
8.4 Successors and Assigns. Subject to the provisions regarding assignment, this
Agreement shall be binding on and inure to the benefit of the parties to it and their respective heirs,
executors, administrators, legal representatives, successors and assigns.
8.5 Governing Law. The laws of the State of Texas shall govern this Agreement; and
venue for any action concerning this Agreement shall be in the State District Court of Denton
County, Texas. The parties agree to submit to the personal and subject matter jurisdiction of said
court.
8.6 Amendments. This Agreement may be amended by the mutual written agreement of
the parties.
8.7 Severability. In the event any one or more of the provisions contained in this
Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such
invalidity, illegality or unenforceability shall not effect any other provisions, and the Agreement
shall be construed as if such invalid, illegal, or unenforceable provision had never been contained
in it.
8.8 Survival of Covenants and Terms. Any of the representations, warranties,
covenants, and obligations of the parties, as well as any rights and benefits of the parties, pertaining
to a period of time following the termination of this Agreement shall survive termination,
including, but not limited to, Section 2.3, Article VIII, and Section 8.13.
8.9 Recitals. The recitals to this Agreement are incorporated herein.
8.10 Notice. Any notice required or permitted to be delivered hereunder may be sent by
first class mail, overnight courier or by confirmed telefax or facsimile to the address specified
below, or to such other party or address as either party may designate in writing, and shall be
deemed received three (3) days after delivery set forth herein:
PRoFEssioNAL SFRVICFs AGREEivfENr — Page 5
If intended for City:
Gordon E Scruggs, P.E., CFM
Director of Engineering
City of The Colony
6800 Main Street
The Colony, Texas 75056
If intended for Professional:
Jeffery Frison, P.E.
Sr. Project Manager
HDR Engineering, Inc.
4500 W. Eldorado Pkwy, Suite 3500
McKinney, Texas 75070
8.11 Counterparts. This Agreement may be executed by the parties hereto in separate
counterparts, each of which when so executed and delivered shall be an original, but all such
counterparts shall together constitute one and the same instrument. Each counterpart may consist
of any number of copies hereof each signed by Iess than all, but together signed by all of the parties
hereto.
8.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part
hereof for all purposes.
8.13 Indemnification. CITY SHALL NOT BE LIABLE FOR ANY LOSS, DAMAGE,
OR INJURY OF ANY KIND OR CHARACTER TO ANY PERSON OR PROPERTY ARISING
FROM THE SERVICES OF PROFESSIONAL PURSUANT TO THIS AGREEMENT.
PROFESSIONAL HEREBY WAIVES ALL CLAIMS AGAINST CITY, ITS OFFICERS,
AGENTS AND EMPLOYEES (COLLECTIVELY REFERRED TO IN THIS SECTION AS
"CITY") FOR DAMAGE TO ANY PROPERTY OR INJURY TO, OR DEATH OF, ANY
PERSON ARISING AT ANY TIME AND FROM ANY CAUSE OTHER THAN THE
NEGLIGENCE OR WILLFUL MISCONDUCT OF CITY. PROFESSIONAL AGREES TO
INDEMNIFY AND SAVE HARMLESS CITY FROM AND AGAINST ANY AND ALL
LIABILITIES, DAMAGES, CLAIMS, SUITS, COSTS (INCLUDING COURT COSTS,
ATTORNEYS' FEES AND COSTS OF INVESTIGATION) AND ACTIONS BY REASON OF
INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO
THE EXTENT CAUSED BY PROFESSIONAL'S NEGLIGENT PERFORMANCE OF
SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY NEGLIGENT OR
INTENTIONAL GROSS NEGLIGENT ACT OR OMISSION ON THE PART OF
PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, AGENTS, EMPLOYEES,
REPRESENTATIVES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS
OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS,
INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO SOLE
NEGILGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT
BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE
PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR
PROFESSIONAL SERVICES AGREEMENT — Page 6
PROCEEDINGS AT PROFESSIONAL'S EXPENSE, BY OR THROUGH ATTORNEYS
REASONABLY SATISFACTORY TO CITY. PROFESSIONAL'S OBLIGATIONS UNDER
THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF
INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL
UNDER THIS AGREEMENT. THIS PROVISION SHALL SURVIVE THE TERMINATION OF
THIS AGREEMENT
8.14 Audits and Records. Professional agrees that during the term hereof City and its
representatives may, during normal business hours and as often as deemed necessary, inspect,
audit, examine and reproduce any and all of Professional's records relating to the services provided
pursuant to this Agreement for a period of one year following the date of completion of services as
determined by City or date of termination if sooner.
8.15 Conflicts of Interests. Professional represents that no official or employee of City
has any direct or indirect pecuniary interest in this Agreement.
EXECUTED this day of—')'2 ( , 2010.
City of The Colony Texas
rOy Pa We.{(i G
Attest•
City Secretary
PROFESSIONAL SERVICES AGREEMENT — Page 7
EXECUTED this 28 day of AP2 t L� , 2010.
Professional
By; , a-�'
Name: 240ta i - U-1. TKv-r i -f
Title: V ICE-
st:
PizmssioNAL SERVICE: AGREEMENT — Page 8
svivy�,�,
MELISSA B. WEINBERG
Notary Public, State of Texas 4
1 .nn•`T3T* S
�iy���t�rpE±E���. MyCommissWnExpires 07-.�1-tt)
......................
Exhibit "A"
Scope of Services and Budget Requirements
SCOPE OF SERVICES:
This scope of services is submitted by Professional to the City for Traffic Signal Warrant Studies
and traffic signal construction plans at the following intersections in The Colony, Texas:
1. Memorial Drive and Standridge Drive
2. Memorial Drive and S. Colony Boulevard
3. Memorial Drive and Morningstar Drive
This scope of work assumes that the following information will be provided by CITY:
a. Existing and proposed overhead and underground utility locations as available.
b. City preferred format for conductor and conduit charts and signal layout sheets as
available.
c. City bid item codes and unit prices for use in preparation of quantities and opinion
of probable cost of construction as available.
This scope of work assumes existing roadway plans either electronic or paper copy will be
provided by the City.
It is Professional's understanding that the City does not have standard construction details for
traffic signals. It is assumed that standard construction details from TxDOT and Lewisville will be
used for this project. Project specific details will be developed.
The following task will be completed as part of this project:
Task I - Warrant Study
As part of this task, the Professional will perform a warrant study to evaluate the need for traffic
signal control at the above intersections and also provide recommendations if appropriate for
intersection improvements. The scope of work for the Professional on this work authorization
includes the following tasks and will be billed on an hourly basis:
A) Data Collection
Conduct data collection to collect peak hour and daily traffic volumes to document existing traffic
volumes and perform traffic signal warrant analysis. Data collection will include the following
tasks:
1. Attend one (1) kick-off meeting with The Colony to discuss scope of work and schedule.
2. Conduct a field review of the study area roadways to observe existing conditions, mote and
verify lane configurations, speeds and roadway geometrics.
3. Perform automatic traffic counts (in 15 minute intervals) for all intersection approaches at
Memorial Drive and Standridge Drive and on Iocation on FM 423 near SH 121 and one
location on Paige Road near SH 121 for no less that 24 continuous hours during typical
weekdays (Tuesday, Wednesday, or Thursday) during a typical week.
4. Perform AM, Noon and PM Peak Turning Movement Counts (TMC), beginning at 6:30
AM -9:00 AM, 12:00 Noon -1:00 PM and 4:00 PM -6:30 PM, during a typical weekday
within a typical week for the intersections listed above.
5. Obtain digital photos of each intersection approach.
6. Obtain accident information for each of the intersections for the most recent five year period
(2004-2009), from City, as available.
7. Obtain current aerial photographs from City, if available.
S. Develop projected traffic volumes for the intersections listed above based on the assumption
that Memorial Drive is constructed across the railroad and connects with Spring Creek
Parkway at SH 121.
B) Traffic Signal Warrant Analysis
Traffic analysis will include the following tasks:
1. Perform an engineering study of traffic conditions, and physical characteristics of the
location to determine whether installation of a traffic control signal is justified at a
particular location based on standards provided by the 2006 Texas Manual on Uniform
Traffic Control Devices.
2. Summarize results of the study in a Technical Memorandum.
3. Provide in the Appendix to the Technical Memorandum, copies of the data collected for this
study.
4. Prepare two bound copies of the engineering study.
5. Meet with The Colony Engineering staff to present the findings of the engineering study.
Task 11— Lewisville Coordination
1. Attend up to three (3) meetings with the City of Lewisville to establish general
understanding of the jurisdiction for construction and maintenance of this signal, determine
preferred location of poles and cabinet, receive city specifications and standard details,
determine long term maintenance plan, and review preliminary and final designs.
2. Obtain Utility information from the City of Lewisville
3. Submit Draft Design of Signal plans for Memorial Drive and Standridge Drive to
Lewisville for review.
4. Submit Final Design of Signal plans for Memorial Drive and Standridge Drive to Lewisville
for review
Task III — Development of Base Drawings
1. A base map sufficient for use in designing the traffic signals will be developed using record
drawings and a site visit.
2. Survey will not be performed.
Task IV -Traffic Signal Design
The scope of services for this task is to prepare traffic signal construction plans specifications and
opinion of probable cost for the intersections listed earlier. The following tasks will be performed
in preparation of traffic signal design plans and specifications:
1. Coordinate with DigTess and City to locate utilities in the field.
2. Conduct a field review of each intersection to verify physical constraints, power connection,
utility placement, existing traffic control equipment, and any other details necessary for
signal design plans.
3. Prepare draft of set of plans for preliminary review by the City including the following:
a. Proposed signal design plans for the above referenced intersections showing the
location of poles, location of the signal controller, stop bars and crosswalks, and
power location. One (1) (11" x 17") sheet is assumed for showing the proposed
signal layout at each intersection.
4. Submit signal layout sheets to the City for review.
5. Prepare for and attend one (1) meeting with City to receive review comments after
submission of draft set of plans.
6. Complete Traffic Signal Design:
a. Design location of traffic signal heads, pedestrian heads and pushbuttons, opticom
units, conduit runs, pull box locations, detection cameras, signs, opticorn units,
battery backup location and red light indicators.
b. Conductor and conduit charts, ground box summary table, signal head summary
table, cable termination chart, small sign summary table, pole/mast arm schedule,
for each intersection per City requirements. Three (3) (11" x 17") sheets are
assumed for showing the existing signal layout and associated tables at each
intersection.
c. Summary of quantities using City bid items (if applicable).
7. Submit complete traffic signal design to the City for final review.
8. Prepare for and attend one (1) meeting with City to receive review comments after
submission of complete traffic signal design to City.
9. Prepare final set of plans, specifications and summary of quantities addressing review
comments from the City.
Task V — Develop Did Package
1. Assemble Specifications for bid package
2. Development of expected unit prices based on publicly available data. These data may be
modified based on engineering judgment to more closely match the bid package that the City
will advertise. Using these unit costs, prepare opinion of probable construction cost and
provide three copies to the city or via electronic mail.
3. Assemble bid package and deliver to City. City will advertise the project for bidding.
4. Professional will make bid documents available to contractors. The payment for bid
documents will be kept by Professional to compensate for cost of reproduction and handling.
5. Attend pre-bid meeting.
6. Prepare bid tabulation and engineer's recommendation.
Task VI -- Construction Inspection / Responses to Contractor
1. Provide construction overview. For budget purposes five (S) visits are assumed.
2. Review and approve pay applications from Contractor.
3. Review and process BFI's and change orders.
4. Attend monthly progress meetings.
Task VII -- Additional Services
This task will include providing engineering services that are not included in the items described
above but may be needed under certain circumstances. Items that could be anticipated include:
1. Meetings in excess of seven (7) for this project
2. Construction observation in excess of five (5) for this project
3. Additional modifications to plans as a result of changes in field between final plan submittal
and construction
4. Signal modifications at locations other than the locations identified in this scope of work.
If required, these services will be provided on an hourly basis plus expenses and any work on these
iterns or any other items outside the scope as described in this document will not be performed
unless and until a specific notice to proceed on those specific items is given in writing.
BUDGET REQUIREMENTS:
The services will be completed on a time and materials basis for the not to exceed total cost of
$51,102. If authorized separately, Task VII services will be performed on an hourly basis plus
mileage, copying, and subconsultant expenses, if requested in writing by City. No work outside the
approved scope of work should be performed by Consultant, including Task VII, without prior
written approval and Change Order to the contract.
PROJECT SCHEDULE:
The total duration of these services will be completed within seven (7) months after notice to
proceed and should be completed in accordance to the attached work schedule upon receipt of a
written Notice to Proceed from The City of The Colony.
Exhibit A (cont.) - The Colony
Memorial Drive Traffic Signals - Fee Estimate
Warrant Study/Coordination/Design/Cortstruction
Standridge Drive, South Colony Blvd., Morningstar Drive
Expenses (mileage/printing) $ 1,200
SubconsuttantCosts $ 3,356
HDR LaborCost $ 46,746
Total Engineering services cost $ 51,102
JobClassilicalJon ------
I -- PM QC 109-
EIT --
-SR.Tech
--Aoki I
Admin
Rate $150 1 $165 $129 1 $95 $115 1 $100 $76
Traffic Signal Warrant Study
Pro}ectiOckomanfallon 4 2 3 3
Flekl Review
1 2
Isubconsultant
Data Coordination 1
Data Collection (subconsu€tent)
Count Data Firm Cost
$ 3,156
DataAsssmbiy
2
Labor
Inter w*n Drawings 1 3
WarrantStudyAnalysis 2 18
DraftTedu kW Memorandum 4 11 4
Review Meetig w/ City
2 2
$ 7,916
FWTechnicalMemorandum 2 4 2
QA=
2
Task Cost
$ 11,072
Total Hours 7 2 18 34 0 3 9
Lewisville Coordinakion
Coordination Meetings 9 9
Ut91y Coordination
2
Task Cost
1 $ 3,027
Draft Submittal to Lewlsvitte 1
Final Submittal to Lewisville 1
Hours 9 0 13 0 0 0 0
Base Drawings
Sitevisit 4 4
Develop Base Drawings 2 3 22 2
t1A/QC
2
Task Cost
$ 4,233
0 ours 2 2' 7 26 2 0 0
Traffic Signal Design
UGiityy Coordination 3
Develop Draft Signal Plans 9 16 2
Draft Submittal to The Colony 1 2
Review Meeting with CITY 2 2
Develop Final Signal Plans 12 62 2
DetailsrStandards 1 4
Develop Summary Tables and Quantity Sheets 8 36 4
Final Submittal to The Colony
1 3
6 1
2
2
Revise Final Signal Plans
4
10
2
Review Meeting with CIN 2 2
Prepare and Submit Final Bid package
5
6
2
Task Cost
$ 22,996
8
row Flours 4 6 48 140 14 0 4
Bid Package Assembly and Cost Estimate
Obtain Specifications 6
Assemble Bid Package 4 4
Develop Probable Construction Cost 2
QAJQC
2
1
Task Cost
$ 21228
�Total Hours2 0 12 0 0 0 5
Construction Meetings / Response To Contractor
Attend pre-bid meeting (Including prep) 2 3 2
Prepare bid tabulation & recommendation
I1
2
Periodic construction visits (to be performed with monthly progress meetings ---
Monthly progress meetings 6 12
jR—ev ew a process RFrs & Change Orders
18
6
Task Cost
$ 6,346
potalliours 8 01 34 0 0 1 0 10
Traffic Signa! Construction Estimate
Cost Per Traffic Signal Intersection
Poles/Mast Arms/Foundations (FI)
$
61.,700
Conduit/Ground Boxes/Wiring (FI)
$
.........................
12,000
Cabinet/Controller/Foundation (Fl)
$
11,830
Video Detection (FI)
$
12,000
Battery Backup (FI)
$
4,000
GPS Clock (A)
$
1,000
Opticomm (Fl)
$
6,275
Signal heads, Pushbuttons, Signs, Incidentals (FI)
Subtotal
Contingency (5%)
Total
Total Cost -Three Intersections
$
$
$
$
$
16,190
124,995
6,250
131,245
393,734