Loading...
05-09-1995 (City Council) Agenda Packet a .� a S �£ Q „ aa , ."9. , f _ �. .'; '. '.4$0 ° . fit- -r '' f4 ± � st .� le is 1 fir, 111 Iril a8 Milli ;;:-.., :o. arRf1811 le CIT1181 „.:*1-,,,,irt.`,:i5:1:topc'si:.!. 1 9 t V. ir:i e‘ oUl ICIL ..,. , I 71.e.... ....., Y ,, .,. II £ $ MEE'fltIG. ,..„ 00, .., 7:4 48AA81 r) ii ri, r ,...„,) ,,,*; ..*:,„: , ,,,,, „„,„,, [ 4 1 g -41 I .-'-' ,,,,„:r.,,,,,7?.; AGENDA WYLIE CITY COUNCIL Wylie Municipal Complex May 9, 1995 7:00 p.m. CALL TO ORDER INVOCATION - Reverend Al Draper PLEDGE OF ALLEGIANCE CANVASS OF VOTES - from May 6, 1995 Municipal Election OATHS OF OFFICE - Newly Elected Councilmembers ELECTION OF MAYOR PRO TEM RECOGNITION - Wylie Middle Schools Students - Drug Prevention Mural CONSENT AGENDA 1. Discuss and Consider Approval of Minutes of April 25, 1995 2. Discuss and Consider Approval of Requests of the Chamber of Commerce Related to Annual July Jubilee Celebration 3. Discuss and Consider Approval of an Interlocal Road Maintenance Agreement ACTION ITEMS 4. Discuss and Consider Action Related to the Contract for Refuse Collection and Recycling 5. Discuss and Consider Authorizing Hogan Corporation to begin Engineering and Design for Cooper Road Reconstruction Project 6. Discuss and Consider Authorizing Hogan Corporation to begin Engineering and Design for Regency Drive Reconstruction Project EXECUTIVE SESSION 7. Hold Executive Session Under 551.074 Government Code to Discuss Personnel - Appointments to Parks and Recreation Board and the NTMWD Board of Directors 8. Reconvene Into Regular Session and Consider Action as a Result of Executive Session STAFF REPORTS CITIZEN PARTICIPATION ADJOURNMENT p �g50 m.' Posted o fat 5: p r e C1 gen�da (+ mr nicaflQfl four M.. 9, 995 _i......................................iaj,iiij„ „. . .... .„::.::..............:::„...... . ... ......:.. M ;nut roue-April 35, 1�995 MINUTES OF THE WYLIE CITY COUNCIL April 11, 1995 CALL TO ORDER Mayor Jim Swartz called the meeting to order with the following Councilmembers present: Bobby Jennings, Reta Allen, John Mondy, Steve Wright, and Cleo Adams. Ortie Messenger was absent. PRESENTATION Judy Ranly, Coordinator of Keep Wylie Beautiful, gave Council a report on Clean Up and Green Up Activities. MINUTES OF APRIL 11, 1995 AND APRIL 18, 1995 Allen made a motion to approve the minutes. Wright seconded the motion. The motion was voted on and passed unanimously. RESOLUTION 95-20 RECOGNIZING SANDEN INTERNATIONAL, (U.S.A.), INC. Mayor Swartz read aloud a resolution recognizing Sanden International, (U.S.A.), Inc. for their contributions to the Wylie community, their expansion that would substantially contribute to the economy of Wylie, and their 20th anniversary in the United States. Wright made a motion to approve the resolution. Jennings seconded the motion. The motion was voted on and passed unanimously. RESOLUTION NO. 95-20 A RESOLUTION OF THE CITY OF WYLIE,TEXAS, RECOGNIZING THE CONTRIBUTIONS OF SANDEN INTERNATIONAL, (U.S.A.) INC.TO THE CITY OF WYLIE AND EXPRESSING CONGRATULATIONS ON THEIR EXPANSION AND 20TH ANNIVERSARY RESOLUTION NO 95-19 DECLARING THE MONTH OF MAY AS OLDER AMERICANS MONTH AND MAY 3, 1995 AS OLDER AMERICANS MONTH Mayor Swartz read and presented the resolution to Sharon Parr and encouraged attendance at the Senior Citizen Expo at Southfork Ranch on May 3, 1995. Wright made a motion to approve resolution. Allen seconded the motion. The motion was voted on and passed unanimously. Minutes of April 25, 1995 Page 1 RESOLUTION NO. 95-19 A RESOLUTION OF THE CITY OF WYLIE, TEXAS, DECLARING THE MONTH OF MAY, 1995 AS NATIONAL OLDER AMERICANS MONTH AND DECLARING MAY 3, 1995 TO BE SENIOR CITIZEN DAY IN WYLIE AUTHORIZATION FOR PURCHASE OF PROPERTY AT 100 W. OAK FOR USE AS COMMUNITY/SENIOR CITIZEN CENTER City Manager Steve Norwood explained that while the existing community room was inadequate, upon expansion of the library in the next 168 to 24 months, no room would be available for community and senior citizen activities. He stated that the old post office building on Oak Street just west of downtown Wylie was available and a cash offer of $80,000 had been accepted. He stated that with Council approval, the 1/2 cent 4B sales tax could fund the purchase of the building and the cosmetic and roof repairs needed as well as the improvements required to bring the building into ADA (Americans with Disabilities Act) compliance. Council discussed the need to include a kitchen facility, the estimated cost of roof repairs, and the need for an asbestos inspection. Adams made a motion to authorize the purchase of the building contingent on an asbestos inspection and a maximum estimated cost of $12,000 on roof repairs. Allen seconded the motion. The motion was voted on and passed unanimously. ACTIONS RELATED TO ISSUANCE AND SALE OF $4,300,000 "CITY OF WYLIE, TEXAS, GENERAL OBLIGATION BONDS, SERIES 1995" David Medanich, financial advisor with First Southwest Company, recommended acceptance of the bid of Principal Financial Securities at an effective interest rate of 5.603021 percent based on the bids submitted as follows: AG Edwards & Sons . 5.78% Pain Webber . 5.72% Griffin Kubik . 5.69% Merrill Lynch . 5.68% ABN Amro Securities . 5.64% Nations Bank . 5.636% Principal Financial 5.603021% Mondy made a motion to accept the bid of Principal Financial Securities for the purchase of $4,300,000 "CITY OF WYLIE, TEXAS, GENERAL OBLIGATIONS BONDS, SERIES 1995". Wright seconded the motion The motion was voted on and passed unanimously. Adams then made a motion to approve an ordinance authorizing the issuance of the bonds Jennings seconded the motion. Upon the reading of the ordinance caption, the motion was passed unanimously. Minutes of April 25, 1995 Page 2 ORDINANCE 95-11 AN ORDINANCE AUTHORIZING THE ISSUANCE OF "CITY OF WYLIE,TEXAS, GENERAL OBLIGATION BONDS,SERIES 1995";SPECIFYING THE TERMS AND FEATURES OF SAID BONDS; LEVYING A CONTINUING DIRECT ANNUAL AD VALOREM TAX FOR THE PAYMENT OF SAID BONDS; AND RESOLVING OTHER MATTERS INCIDENT AND RELATED TO THE ISSUANCE, SALE, PAYMENT AND DELIVERY OF SAID BONDS, INCLUDING THE APPROVAL AND EXECUTION OF A PAYING AGENT/REGISTRAR AGREEMENT AND THE APPROVAL AND DISTRIBUTION OF AN OFFICIAL STATEMENT PERTAINING THERETO;AND PROVIDING AN EFFECTIVE DATE AWARD OF ANNUAL ASPHALT CONTRACT Norwood explained that the one year contract provided for a flat rate for the entire year and that while APAC was the only bidder, they are the primary source in North Texas and can undercut most other providers anyway. Wright made a motion to award the bid per staff recommendation to APAC-TEXAS at a rate of $34.36 per ton laid and $2.25 per square yard of seal coat. Adams seconded the motion. The motion was voted on and passed unanimously. CONTRACT FOR LAW ENFORCEMENT LIABILITY INSURANCE Norwood explained that National Casualty currently held the policy at an annual premium of $12,811. The contract due to expire the end of April was re-bid as follows: National Casualty Insurance (Wylie Insurance Agency) $10,447.00 Texas Municipal League Intergovernmental Risk Pool $11,103.00 He stated that the reduction in the premium was probably due to a steady decrease in claims over the past four years. Allen made a motion to award the contract to National Casualty as recommended by staff. Adams seconded the motion. The motion was voted on and passed unanimously. ADJOURNMENT As there was no further business to come before Council for consideration, the meeting adjourned. APPROVED ATTEST Minutes of April 25, 1995 Page 3 l one . . ogendo Communkat o for M , 1995 Requests Related to (baml*Of!tOriiingOeN Julyubilee ISSUE The Wylie Chamber of Commerce is holding its annual July Jubilee Celebration the during July 14th through 16th. They are asking Council to approve requests related to this celebration. BACKGROUND The Chamber of Commerce is asking Council to grant permission for the following items related -µ to the celebration: (1) a carnival at the Wylie High School Parking lot during one or more of these days (2) permission to hold a street dance on Ballard on Friday the 14th - this will require Ballard to be blocked off between Oak and Marble from 6:00 p.m. until Midnight (3) a parade on Saturday, July 15th - this will be the regular parade route beginning at Oak and Birmingham, east to Ballard, north on Ballard to Brown and then east on Brown. (4) permission to hand the Jubilee Banner over City right of way (Ballard) beginning the last week in June. STAFF RECOMMENDATION These are all requests similar to those made by the Chamber last year and the Jubilee progressed with no problems. Staff recommends approval of the requests. ATTACHMENTS Resolution Approving Chamber of Commerce requests Letter dated April 28, 1995 from Chamber of Commerce 4411 e/1-42k)//t!' Submitted By Approved By RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS, AUTHORIZING THE REQUESTS OF THE CHAMBER OF COMMERCE IN RELATION TO THE JULY JUBILEE CELEBRATION SCHEDULED FOR JULY 14TH THROUGH JULY 16TH WHEREAS, the Wylie Chamber of Commerce had made specific requests relating to the celebration, and WHEREAS, the Wylie City Council deems the requests to be reasonable and in the best interest of the celebration of our community pride, and WHEREAS, the City Council has been assured that all necessary precautions will be taken to protect the health, safety, and public welfare of the celebration participants and the spectators NOW, THEREFORE BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WYLIE, THAT: SECTION 1. A letter dated April 28, 1995, from the Chamber of Commerce is attached hereto as Exhibit "A" and is incorporated as a part of this resolution for the purpose of approving requests made therein. SECTION 2. That all requests as stated in Exhibit "A" are hereby approved with the condition that all reasonable measures be taken to protect the health, safety, and public welfare of all citizens, participants and spectators to the celebration events. DULY PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS, THIS THE 9th day of May, 1995. Jim Swartz, Mayor Mary Nichols, City Secretary . / . mA • a. 411\ \Nil fie „AA CHAMBER OF COMMERCE i April 28, 1995 Mr. Steve Norwood, City Manager City Council Members City of Wylie P.O. Box 428 Wylie, TX 75098 . Dear Mr. Norwood and Council Members: _ The Wylie Chamber of Commerce respectfully requests permission to conduct various events in conjunction with our annual July Jubilee Celebration July 14-16, 1995. The carnival is scheduled to run from on or about July 12-16 at the High School parking lot. Merchants wish to hold sidewalk sales July 14-16. On Friday, July 14, The Retail Merchants Association requests permission to hold a street dance beginning at 8:00 p.m. until 11:00 p.m. on Ballard between Oak St. and Marble St. The Chamber is requesting that the City block off Marble between Oak and Marble from 6:00 p.m. on July 14 until midnight. _ The Jubilee Parade is scheduled to begin at 10:30 a.m. on Saturday, July 15. The Chamber respectfully seeks permission from the city to block off Ballard St. north to Provident Bank beginning at 8:00 a.m. on Saturday July 15. The parade route will be as follows: staging area at Oak and Birmingham near the railroad, east on Oak to Ballard, north on Ballard to Brown, east on Brown past Hillcrest Manor for disbursement. _ The Chamber also seeks permission from the City of Wylie to hang our Jubilee banner across Ballard Street beginning the last week in June. The Chamber would like to take this opportunity to thank the City of Wylie for their continued support and cooperation in the staging of this annual event. Sincerely, Bev Nemer, Office Manager '( c,1 \larhle • «'vlic. Tc`sa', 75()98 • 2 i- /1- 2 2 )4 • F.\X 21.-/- 4=-2S()4 ........................... Council3 A ndu Co nmunkatiofl tar Mai` 9 ' 995 IrrWdacat Road M int flaflCQ f tgr+ + m nt ISSUE This is a maintenance agreement with the Texas Department of Transportation regarding State Highways and Farm Market Roads within the Wylie City Limits. ... BACKGROUND Every three years, the state reviews its road maintenance contracts and give cities the ..- opportunity to take exception to provisions in the agreement. This agreement basically states that the highway department will maintain the base and surface of the following roads and also assist in mowing, cleaning litter and maintenance of ditches on the following: SH-78 FM-1378 FM-3412 FM-544 ""' The exception to these provisions is the stretches of Ballard between SH-78 and Brown and Brown from Ballard to Cottonbelt. These are areas in downtown Wylie that the State will provide base and surface maintenance of but will not assist in the cleanup, mowing and ditch maintenance. STAFF RECOMMENDATION These provisions are consistent with our existing agreement with the State and staff recommends approval. ATTACHMENTS Road Maintenance Agreement a-AA/A- Submitted y Approved By Of :0 ' Form 1038 Rev.3,94 Previous versions are obsolete. DHT#122504 Municipal Maintenance Agreement STATE OF TEXAS * COUNTY OF TRAVIS * THIS AGREEMENT made this day of , 19 , by and between the State of Texas, hereinafter referred to as the "State", party of the first part, and the City of k3YLIE - COLLIN County,Texas (population 9,,obb , 19 90 ,Federal Census) acting by and through its duly authorized officers, hereinafter called the"City", party of the second part. WITNESSETH • WHEREAS, the City has requested the State to assist in the maintenance of State Highway routes within such City; and WHEREAS,the Executive Director,acting for and in behalf of the Texas Transportation Commission,has made it known to the City that the State will assist the City in the maintenance, control, supervision and regulation of State Highway routes within such City,conditioned that the City will enter into agreements with the State for the purpose of determining the responsibilities of the parties thereto: AGREEMENT NOW,THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties hereto to be by them respectively kept and performed, it is agreed as follows: Coverage 1. This agreement is intended to cover and provide for State participation in the maintenance of the following classification of State Highway routes within the City: A. Non-Controlled Access routes or portions thereof which are described and/or graphically shown as "State Maintained" routes in Exhibit"A", which is attached hereto and made a part hereof. B. All State Highway routes or portions thereof which have been designated by the Texas Transportation Commission as Controlled Access Highways and which are described and/or graphically shown in Exhibit"B", which is attached hereto and made a part hereof. 1of6 Form 1038 Rev.3/94 Previous versions are obsolete. 2. In the event that the present system of State Highway routes within the City is changed by cancellation, modified routing, new routes or change in the City's corporate limits, the State shall terminate maintenance and this agreement shall become null and void on that portion of the routes which are no longer routes of a State Highway; and the full effect and all conditions of this agreement shall apply to the changed routes or new routes of the State Highways within the City and shall be classified as "State Maintained"under paragraph 1 above, unless the execution of a new agreement on the changed portion of the routes is requested by either the City or the State. General Conditions 1. The City hereby agrees and does hereby authorize the State to maintain the State Highway routes covered by this agreement in the manner set out herein. 2. The City shall retain full responsibility for all items that affect property rights, life, health, etc., of property owners and dwellers adjacent to the State Highway routes and portions thereof. 3. This agreement shall supplement any special agreements between the State and the City for the maintenance and/or construction of the highways covered herein and this agreement shall supersede any existing Municipal Maintenance Agreements. 4. Traffic regulations, including speed limits, will be established after traffic and engineering surveys have been conducted. 5. The State will erect and maintain all traffic signs necessary to regulate, warn and guide traffic on highway routes in a safe and efficient manner. 6. It is mutually agreed that, subject to approval by the State, any street lighting system may be installed by the City provided the City shall pay all cost of installation, maintenance and operation except in those installations specifically covered by separate agreements between the City and State. 7. It is understood and agreed that this agreement is for the purpose of defining the authority and responsibility of both parties for maintenance of highway routes through the City and shall in no way be considered to cover any present or past obligation either real or anticipated concerning such State Highway routes through the City. 8. The City shall prohibit the movement of loads over State Maintained streets which exceed the legal limits for either weight,length,height or width,as prescribed by State law for public highways outside corporate limits of cities,except those having proper permits from the State for such movements.The City shall also,by ordinance and enforcement,prescribe and enforce lower weight limits when mutually agreed by the City and the State that such restrictions are needed to avoid damage to the street and/or for traffic safety. 9. The City shall prevent future encroachments within the right of way of the highway routes and assist in removal of any present encroachments when requested by the State except where specifically authorized by separate agreement; and prohibit the planting of trees or shrubbery or the creation or construction of any other obstruction within the right of way without prior agreement with the State. 2of6 Form 1038 Rev.3/94 Previous versions are obsolete. 10. The City agrees that traffic control devices, such as signs, traffic signals and pavement markings, in respect to type of device, points of installation and necessity will be determined by traffic and engineering surveys.The City agrees that it will not install,maintain or permit the installation of any type of traffic control device which will affect or influence the utility of the State Highway routes unless approved in writing by the State. Traffic control devices installed prior to the date of this Agreement are hereby made subject to the terms of this Agreement and the City agrees to the removal of such devices which affect or influence the utility of the State Highway routes unless their continued use is approved in writing by the State. It is understood that approval for future installations of traffic control signals by the State or as a joint project with the City, will be indicated by signature of the plans. 11. The City agrees to assure the grantee's conformance, for proper construction and maintenance of access driveway facilities,in accordance with"Regulations for Access Driveways to State Highways" adopted by the Texas Department of Transportation or in accordance with other standards and specifications for the design, construction and maintenance details subject to approval by the Texas Department of Transportation. 12. It is understood that the use of unused right of way and areas beneath structures will be as determined by a separate agreement. 13. On those State Highway routes and portions thereof which are listed and/or graphically shown on Exhibit"A" as "City Maintained"routes, the City agrees to provide bridge inspection and inventory data to the State in accordance with National Bridge Inspection Standards. Non-Controlled Access Highways The following specific conditions and responsibilities shall be applicable to non-controlled access highways in addition to the"General Conditions"contained herein above.Routes of non-controlled access highways or portions thereof covered by this section are those listed and/or graphically shown in Exhibit"A". State's Responsibilities 1. Maintain the traveled surface and foundation beneath such traveled surface necessary for the proper support of same under vehicular loads encountered and maintain the shoulders. 2. Assist in mowing and litter pickup. 3. Assist in sweeping and otherwise cleaning the pavement. 4. Assist in snow and ice control. 5. Maintain drainage facilities within the limits of the right of way. 6. Install and maintain normal regulatory warning and guide signs and normal markings for directing highway traffic in a safe and efficient manner.This includes school safety devices, school crosswalks and crosswalks installed in conjunction with pedestrian signal heads.It does not include other pedestrian crosswalks. Any other traffic striping desired by the City may be placed and maintained by the City subject to the approval of the State. 3 of 6 Form 1038 Rev.3/94 Previous versions are obsolete. 7. Install, operate and maintain traffic signals in cities with less than 50,000 population. - 8. Install all Federally-funded, off-system traffic signals and on-system traffic signals in cities greater than 50,000 population. — City's Responsibilities 1. Prohibit angle parking,except upon written approval by the State after traffic and engineering surveys have been conducted to determine that the roadway is of sufficient width to permit angle parking without interfering with the free movement of traffic. - 2. Install and maintain all parking restriction signs, pedestrian crosswalks, parking stripes and special guide signs when agreed to by the State and traffic signals in cities with over 50,000 population. Signing and marking of intersecting city streets to State Highway routes will be the full responsibility of the City. 3. Require installations,repairs,removals or adjustments of publicly or privately owned utilities or services to be performed in accordance with Texas Department of Transportation specifications and subject to approval of the State. 4. Maintain highway drainage facilities outside the limits of the right of way. 5. Retain all functions and responsibilities for maintenance, control, supervision and regulation which are not specifically described as the responsibility of the State.The assistance by the State in maintenance of roadway ditches does not relieve the City of its responsibility for drainage of the highway facility within its corporate limits except where participation by the State other than above is specifically covered in a separate agreement between the City and the State. 6. Maintenance and operation of all Federally-funded, off-system traffic signals and on-system traffic signals in cities greater than 50,000 population. Controlled Access Highways The following specific conditions and responsibilities shall be applicable to controlled access highways in addition to the"General Conditions"contained herein above. Routes of controlled access highways or portions thereof covered by this section are those listed and/or graphically shown in Exhibit "B". State's Responsibilities 1. Maintain the traveled surface of the through lanes,ramps and frontage roads and foundations beneath such traveled surface necessary for the proper support of same under vehicular loads encountered. 2. Mow and clean up litter within the outermost curbs of the frontage roads or the entire right of way width where no frontage roads exist, and assist in performing these operations between the right of way line and the outermost curb or crown line of the frontage roads in undeveloped areas. 4 of 6 Form 1038 Rev 3194 Previous versions are obsoiete. 3. Sweep and otherwise clean the through lanes, ramps, separation structures or roadways and frontage roads. 4. Remove snow and control ice on the through lanes and ramps and assist in these operations as the availability of equipment and labor will allow on the frontage roads and separation structures or roadways. 5. Install and maintain all normal markings and signs on the main lanes and frontage roads necessary for the proper use of the facility and direction of traffic thereon. This includes school safety devices, school crosswalks and crosswalks installed on frontage roads in conjunction with pedestrian signal heads. It does not include other pedestrian crosswalks. 6. Install, operate and maintain traffic signals at ramps and frontage road intersections. 7. Maintain all drainage facilities within the limits of the right of way. City's Responsibilities 1. Restrict parking on frontage roads to parallel parking on one side only and prohibit all parking on main lanes and ramps and at such other places where such restriction is necessary for satisfactory operation of traffic,by passing and enforcing ordinances and taking other appropriate action in addition to full compliance with current laws on parking. 2. When considered necessary and desirable by both the City and the State, the City shall pass and enforce an ordinance providing for one-way traffic on the frontage roads except as may be otherwise agreed to by separate agreements with the State. 3. Secure or cause to be secured the approval of the State before any utility installation, repair, removal or adjustment is undertaken, crossing over or under the highway facility or entering the right of way. In the event of an emergency,it being evident that immediate action is necessary for protection of the public and to minimize property damage and loss of investment, the City, without the necessity of approval by the State,may at its own responsibility and risk make necessary emergency utility repairs, notifying the State of this action as soon as practical. 4. Pass necessary ordinances and retain its responsibility for enforcing the control of access to the freeway facility. Termination 1. It is understood and agreed between the parties hereto that all obligations of the State created herein to maintain the State Highway routes covered by this agreement shall terminate if and when they are no longer routes of State Highways;and further,that should either party fail to properly fulfill its obligations as herein outlined, the other party may terminate this agreement upon 30 days written notice. Said State assumption of maintenance shall be effective the date of execution of this agreement by the Texas Department of Transportation. 5of6 Form 1038 Rev.3.'94 Previous versions are obsolete. IN WITNESS WHEREOF, the parties have hereunto affixed their signatures, the tCity he of WYLIE:- on the day of Department of Transportation on the day of , 19 ATTEST: CITY OF ti T- : By (Title of Signing Official) THE STATE OF TEXAS APPROVAL RECOMMENDED: Certified as being for the purpose and effect of activating and/or carrying out the orders, established policies,or work programs heretofore approved and authorized by the Texas District Engineer • Transportation Commission under the authority DALLAS District of Minute Order No. By Director,Construction and Maintenance NOTE: To be executed in triplicate and supported by Municipal Maintenance Ordinance and Certificate of City Secretary. 6of6 EXHIBIT "A" NON CONTROLLED ACCESS HIGHWAY I. STATE MAINTAINED A. STATE HIGHWAY 78: From the East City Limit to the Southwest City Limit(base, surface, assist in sweep- - ing, mowing, cleaning litter and in main- tenance of roadway ditches) B. FARM TO MARKET 1378 : From the North City Limit to the intersection of F.M. 544 (base, surface, assist in sweeping, mowing, cleaning litter and in maintenance of roadway ditches) C. FARM TO MARKET 2514 : From the North City Limit to the intersection of F.M. 3412 (base, surface, assist in sweeping, mowing, cleaning litter and in maintenance of roadway ditches) D. FARM TO MARKET 3412 : From the intersection of F.M. 1378 to the beginning of curb and gutter section (base, surface, assist in sweeping, mowing, cleaning litter and in maintenance of roadway ditches) E. FARM TO MARKET 3412 : From the beginning of curb and gutter section to junction of SH 78 (base, surface and bridge classification structures only) F. FARM TO MARKET 544 : From F.M. 1378 to junction SH 78 , from SH 78 junction with F.M. 3412 south to South City Limit (base, surface, assist in sweep- ing, mowing, cleaning litter and in mainte- - nance of roadway ditches) II. CITY MAINTAINED None EXHIBIT "B" CONTROLLED ACCESS HIGHWAY I. STATE MAINTAINED None II. CITY MAINTAINED None Arm - k VE I E I k LE,..—"b E ` , T__ EXHIBIT "A" 1 NON CONTROLLED ACCESS HIGHWAYS LAVON C SCNOOMEA BAT OR ' ' ............ .•. AxCNBA T STATE MAINTAINED (BASE SURFACE ASSIST IN J MOWING, CLEANING LITTER, v0* AND IN MAINTENAN CE OF sPF AIoc ROADWAY DITCHES) -` AF � -EAST• .. Or�_SI RIDGE• ;y �p,� _ CJ CAJM ! '+s STATE MAINTAINED (BASE, SURFACE, AND BRIDGE -?(, /------i - - � ::. CLASSIFICATION STRUCTURES ;r,'s : r^r.. .— ONLY) ,;.i110t41.! AM D) s F1 .o 0 CITY MAINTAINED NONE t L-_z _ �-� --- ,-- - - WYLI T'CHISON TOPEKK�f 5_A � \ I 1378 �AAKER R0- A °AOPOSFO PARR -;' �+ 1 CB- 1 S Wll•IM T CAJp �-.a:J' \E,l. CITY_ ,`�!', �� / CAKE AAM[N Ey,IEMAI r 4.� r` IA pf CA'ON PAIAMWNT L i_57 CREEK a 3 d .All n WINOSOA j — — — 18 8 , _ moms �- % .. RESERVOIR s /� zi OEVONSHIRE ; S< I Icy ` AE'A 1 11 ____ r ,. MTMON M CALEIF/- BIRMINGHAM• i WCR� OONMA 4 - [ DLO KNOLL ,E�.�vy • ELEMENTARY SCHOOL A.- y -� . p 3412 F..: ■ BRIW ST.9 ` yy�A uA Lop„ -r / 1111CKELVILLE;71�Ifal �'... !1' -�ST. {8 , / ^ 1�i1 q1 - AIAYIEW l.N. - •� ' ' �. '.,..r'�'5� llti��i�:``MA BLEI ® WIE:mfa :or:, 0 ¢ �.F 11 • - � ��1 , UAAEY r.i . �+ MGFEK I 1 �rJ ilgili*5. 0 j P.AIE.. IJ I __ 1` CE A RY TNWES ERN / /,�A1aaI1iM A Ir R C 'SCNOOI 3r L TOIICXST� f A0. J W.• l u �� .i IUSINf YYI r ' 4 ltkl ifFAW00 �... .,. - yr-\ �` e QTLAtL AO. & ``ti -C—L __'--- 4 'tt• In li' STONE A0. IsI502 o' CAPITAL •�1 ✓ i TUT ` '" YUE !_. 'J`� t !t ; '''.4 fAMint_RKt�.. _ 1..C. UNITY 1� \) 3 Q i. 8 f[CNAx6E p i` DES / HOS%TAL- MIDDLEo HIGH 5 I �� IILOW�r,A �SGHGOL SCHOOL .—J WM fLli \ i �— CR TGT 3 21 ASPEN CIR $ .� A NOytLOE� 1r ENTUR N,rf.!pr A. glOi-12:: _ \ \ �,�'7 l�BUSINE' uSTEN LNG e U ,-,, _ \'1 �� _ ' h PARK Q6�r/' AIS lNPAOPOSEO AUMIS 3, R 110W KILO , re `,'. • KNOLL PKEASAMT Hc Y�� Aa. 1 d—- Ent FORK aax LAKE _ V �(1E , •: -1 \�/`� - �JY 1=x � IOZMAM A0.I_ f 7 �.�- \y� 'M •'A cA I KUNGAFu F+EOPoaEa a•: g J� RAY WILLOW SEND t� 4. 78 0 T NO `I WES�� CT. POINT -. il - HUBBARD c cAm l\ fit 1 • ` ., tuna i //y AGM _I' c—\-it 3 / rEAOOW c Pt>, s; o - _ COL LIN COUNTY _ ille //- _ 1- = z "iSnQJ..�COUNTY 0' ,�• / W� 144 wn IEORO AB 1I> �'1 n ' �� o�[AaKR�GE�IR. \ I cAA. / .�+ N AMf Ion -- SAFETY AND MAINTENANCE OPERATIONS DIVISION MANUAL Form 1037-1 MUNICIPAL MAINTENANCE ORDINANCE...— F AN ORDINANCE PROVIDING PORT ONSFOR OFTHE STATEMAINTENANCE HIGHWAYSO INCERTAIN STATE HIGHWAYS AND/ORCITY OF ,COUNTY OF TEXAS, HEREBY REFERRED TO AS MUNICIPAL MAINTENANCE PROJECT AND AUTHORIZING THE MAYOR OF THE CITY OR OTHER AUTHORIZED CITY OFFICIAL, TO EXECUTE AND AFFIX THE CORPORATE SEAL AND ATTEST SAME. A CERTAIN AGREEMENT BETWEEN THE CITY AND THE STATE OF TEXAS, PROVIDING FOR THE MAINTENANCE AND USE OF THE SAID MAINTENANCE PROJECT: AND DECLARING AN EMERGENCY AND PROVIDING THAT THIS ORDINANCE SHOULD BE EFFECTIVE FROM AND AFTER ITS PASSAGE. WHEREAS, the Public convenience, safety and necessity of the City, and the people of the City require that State Highway routes within the City be adequately maintained; and WHEREAS, the City has requested that the State of Texas, enter upon and contribute financially to the maintenance of said project; and WHEREAS, the State of Texas has made it known to the City that it will, with its own forces and equipment and at its sole cost and expense enter upon and maintain said project, conditioned upon the provisions concerning liabilities and responsibilities for maintenance, control, supervision, and regulation which are set out in the form attached hereto, made a part hereof, and marked "MUNICIPAL MAINTENANCE AGREEMENT"; and WHEREAS, said project consists of those State Highways and/or portions thereof which are described and included in the form attached hereto and marked "MUNICIPAL MAINTENANCE AGREEMENT." NOW,THEREFORE, BE IT ORDAINED by the SECTION 1. That the public convenience, safety and necessity of the City and the people of . the City require said project be adequately maintained. SECTION 2. That the State of Texas be and i hereby authorized to enter .,, upon and maintain said maintenance project. SECTION 3. That the Mayor, or proper City official, of the City, be and is hereby autho- rized to execute for and on behalf of the City an agreement with the State of Texas, in accordance with and for the purpose of carrying out the terms and provisions of this order, in the form attached hereto, made a part hereto, and marked "MUNICIPAL MAINTENANCE AGREEMENT." The City Secretary is hereby directed to attest the agreement and to affix the properyseal of the City thereto. (1 of 2) Plate V-21 5-108 SAFETY AND MAINTENANCE OPERATIONS DIVISION MANUAL SECTION 4. The Mayor of the City, having requested in writing that this ordinance take effect forthwith and there being in fact an emergency and imperative necessity that the work herein provided for be begun and carried out promptly and with expedition and that the agreement aforesaid shall be immediately made, executed and delivered to the end that such work herein provided for may be begun and carried out promptly and with expedition. The reading of the ordinance on three several days is hereby dispensed with and the same shall be in full force and effect from and after its passage. Form 1037-2 STATE OF TEXAS COUNTY OF I, , the duly appointed, qualified and acting city secretary of the City of , Texas, hereby certify that the foregoing pages constitute a true and correct copy of an ordinance duly passed by the City Council at a meeting held on , A.D., 19 at o'clock M. To certify which, witness my hand and seal of the City of , TEXAS, this due day of , 19 , at Texas. City Secretary of the City of 4 , Texas (2 of 2) Plate V-21 5-109 y.:.Councit. 4, gg ndU Commankcatlon fo. May 9, ' 93 Contract for Refuse Co1I+attIon and.Racyding ISSUE Council is requested to review proposals for the collection of solid waste and recyclable commodities and to discuss and consider award of a contract for waste collection and disposal. BACKGROUND The City's contract with Browning-Ferris Industries for solid waste collection will expire as of August 31, 1995. Proposals have been solicited for a new five year contract. In addition to B.F.I., proposals have been submitted by Community Waste Disposal, Laidlaw and Waste Management. The RFP invited rate proposals based on the current level of residential collection service (pick up of regular refuse twice weekly with one recyclable pick up) and also requested two alternate proposals utilizing polycart containers (once a week and twice a week) for the automated collection of refuse. With both alternate proposals, one 95 gallon polycart would be provided for each residential unit (at no charge to the City or resident). B.F.I. also submitted an unsolicited alternate proposal which would provide, along with curbside recycling, one polycart for refuse to be collected once a week, and a second polycart for yard waste, also collected once a week. Since the yard waste would be diverted to a compost facility, the perceived benefit of the latter proposal would be a reduction in the amount of waste going to landfills. The current residential rate charged by B.F.I. is $9.31 per month. The cost to the residential customer, which includes debt service charges and sales tax, is $11.76. The proposed rates from B.F.I. for the base service and both of the polycart alternates are lower than the current rates for twice weekly refuse and one recyclable collection. In addition to the lower residential rates, the B.F.I. proposal includes a significant reduction in commercial rates. Provided in the following pages are a tabulation of proposed rates and a comparison of rates based on the contractors' gross revenues. The projected annual revenues are based on the current number of residential units and commercial accounts by type and frequency of collection. Also provided is a summary of cost savings to the resident for each level of residential collection service and the reduction in cost to commercial customers as a result of B.F.I.'s proposed commercial rates. Staff is of the opinion that the alternate proposal designated as option B. is of the greatest overall benefit to the City and the residential customer. This option affords once a week collection of regular refuse, using polycart containers, and weekly curbside collection of recyclable commodities. This level of service offers the greatest cost reduction for the resident, along with other advantages. The elimination of one regular pick up each week would significantly reduce the amount of heavy equipment traffic on the City's streets and alleys, thereby reducing pavement deterioration and maintenance. It is anticipated that once a week collection of refuse would encourage recycling. Although most residential units are unlikely to generate sufficient refuse to exceed the 95 gallon capacity of a polycart container, residents who find it necessary may obtain another cart at an additional discounted rate. Furthermore, state-of-the-art automated collection by polycart is a neat, sanitary method which eliminates the cost of purchasing plastic bags and the problems inherent with bags (e.g., breakage and susceptibility to animals). FINANCIAL CONSIDERATIONS With any of the proposed options from B.F.I., residential rates will be lower to the City and the residential customer than current rates. Assuming the level of service in preferred option B., the annual reduction in sanitation expense in the General Fund would be $73,900.00. The reduced commercial rates would result in savings of $18,000.00 for the business community. The corresponding reduction in commercial franchise fee revenue of approximately $3,000.00 is not considered material. RECOMMENDATION Staff recommendation is for Council to award a five year contract for solid waste collection and disposal, commencing September 1, 1995,to Browning-Ferris Industries, with the contract award to be based on the alternate proposal for once a week refuse collection with polycart containers and once a week curbside recycling. ATTACHMENTS Cost Comparison of Current vs Proposed B.F.I. Rates, Comparison of Proposed Rates by Gross Annual Revenue, Tabulation of Proposed Rates. Prepared By Approved By PROPOSAL FOR SOLID WASTE COLLECTION RESIDENTIAL MONTHLY BILL COMPARISON OF PROPOSED RATES MAY 4, 1995 B.F.I. MONTHLY CURRENT PROPOSED SAVINGS MONTHLY MONTHLY vs CURRENT SERVICE FREQ. &TYPE RATE RATE RATE A. 2 REG., 1 RECYCLE $11.76 $11.06 $0.70 B. 1 REG.W/POLYCART, N/A $9.68 $2.08 1 RECYCLE C. 2 REG.W/POLYCART, N/A $11.22 $0.54 1 RECYCLE D. 1 REG. W/POLYCART, N/A $11.37 $0.39 1 YARD WASTE W/CART, 1 RECYCLE NOTES: 1. A MONTHLY SAVINGS OF$2.08 EQUATES TO A TAX RATE DECREASE OF 2.3 CENTS. 2. RATES SHOWN INCLUDE B.F.I., SALES TAX, AND A$1.55 FOR DEBT SERVICE. PROPOSAL FOR SOLID WASTE COLLECTION COMMERCIAL COMPARISON OF PROPOSED RATES MAY 4, 1995 CURRENT PROPOSED RATES RATES COSTS TO BUSINESS: BINS &HAND COLLECTS $222,357 $204,276 ROLLOFF BUSINESS $71,130 $71,130 TOTAL COSTS $293,487 $275,406 COST SAVINGS $18,100 CITY REVENUE $44,000 $41,300 PROPOSAL FOR SOLID WASTE COLLECTION COMPARISON OF PROPOSED RATES ..... BY GROSS ANNUAL REVENUE - Residential Service Current B.F.I. C.W.D. Laidlaw Waste Mgmt. Frequency & Type Rate Proposal Proposal Proposal Proposal A. 2 regular, 9.31 8.67 8.49 10.35 9.28 _. 1 recyclable Annual Revenue 358,062 333,448 326,525 398,061 356,909 B. 1 w/polycart, N/A 7.39 8.99 8.05 8.31 1 recyclable Annual Revenue N/A 284,219 345,755 309,603 319,603 C. 2 w/polycart, N/A 8.81 10.49 10.42 10.57 1 recyclable Annual Revenue N/A 338,833 403,445 400,753 406,522 D. 1 reg.w/cart, N/A 8.95 N/A N/A N/A 1 yd.waste w/cart, 1 recyclable* Annual Revenue N/A 344,217 N/A N/A N/A Commercial Hand _ Collect, 2X Week 15.72 10.00 33.00 33.50 30.00 Commercial Bin Svc. 1X 2 yd bin 62.30 37.00 63.00 72.00 60.98 2X 2 yd bin 101.25 79.00 112.00 116.00 107.10 3X 2 yd bin 140.18 105.00 157.00 161.00 153.72 1X 3 yd bin 68.98 51.00 71.00 79.00 66.78 2X 3 yd bin 111.26 95.00 123.00 128.00 119.70 3X 3 yd bin 152.43 147.00 169.00 175.00 172.62 1X 4 yd bin 84.55 76.00 86.00 97.00 74.34 2X 4 yd bin 124.62 121.00 132.00 143.00 133.56 3X 4 yd bin 173.56 171.00 186.00 200.00 191.52 1X 6 yd bin 95.68 89.00 96.00 110.00 88.20 2X 6 yd bin 159.11 145.00 167.00 183.00 158.76 3X 6 yd bin 225.86 215.00 237.00 260.00 229.32 1X 8 yd bin 119.04 109.00 121.00 137.00 104.58 2X 8 yd bin 189.19 187.00 199.00 218.00 186.48 3X 8 yd bin 244.78 249.00 257.00 282.00 268.38 Total Commercial 222,357 204,276 241,416 266,952 224,304 Combined Total A 580,419 537,724 567,941 665,013 581,213 Combined Total B N/A 488,495 587,171 576,555 543,907 Combined Total C N/A 543,108 644,861 667,705 630,826 *Unsolicited alternate proposal. PROPOSAL FOR SOLID WASTE COLLECTION TABULATION OF PROPOSED RATES bona .::::::._.::.:..;:.. ::,::,:. ,....::,...,.:.,..,:::.,..... 8.67 8.49 10.35 9.28 2 regular, 10.87 ,_ 1 recyclable (11.06)* (10.87)* (12.88)* (11.72)*) 1 w/polycart, 7.39 8.99 8.05 8.31 1 recyclable ( 9.68)* (11.41)* (10.39)* (10.67)* a 2 w/polycart, 8.81 10.49 10.42 10.57 1 recyclable (11.22)* (13.03)* (12.96)* (13.12)* Commercial 10.00 33.00 33.50 30.00 Hand Collect 1X 2 yd bin 37.00 63.00 72.00 60.98 2X 2 yd bin 79.00 112.00 116.00 107.10 3X 2 yd bin 105.00 157.00 161.00 153.72 1X 3 yd bin 51.00 71.00 79.00 66.78 2X 3 yd bin 95.00 123.00 128.00 119.70 _ 3X 3 yd bin 147.00 169.00 175.00 172.62 1X 4 yd bin 76.00 86.00 97.00 74.34 2X 4 yd bin 121.00 132.00 143.00 133.56 3X 4 yd bin 171.00 186.00 200.00 191.52 1X 5 yd bin N/A N/A N/A 87.20 2X 5 yd bin N/A N/A N/A 157.76 3X 5 yd bin N/A N/A N/A 228.32 1X 6 yd bin 89.00 96.00 110.00 88.20 2X 6 yd bin 145.00 167.00 183.00 158.76 3X 6 yd bin 215.00 237.00 260.00 229.32 1X 8 yd bin 109.00 121.00 137.00 104.58 2X 8 yd bin 187.00 199.00 218.00 186.48 3X 8 yd bin 249.00 257.00 282.00 268.38 *Parenthetical rates are the amount billed to the residential customer, which includes sales tax and $1.55 for debt service. The current residential bill is $11.76 per month. i( Its t Con i ..•NY n l aml In a# tl to M 5 Issue Recommendation for approval of Work Order No. 9 from the Hogan Corporation for street paving and related improvements in association with the reconstruction of Cooper Road. Background The Hogan Corporation will perform the Preliminary Planning Phase, Design Phase and related additional services for the street paving of Cooper Road from F.M. 544 northward to the end of the cul-de-sac, approximately 1,385 linear feet. This project will include the design of related improvements, including required adjustments to existing storm drainage, water and sewer facilities. The Construction Phase is not part of this Work Order. Financial Considerations This project is being funded through monies from the 1995 Bond Package. The projected cost for the proposed paving and drainage improvements is $277,000. Staff Recommendations City Staff and Engineer recommend approval of Work Order No. 9 Attachments -Attached is Work Order No. 9 from the Hogan Corporation Prepared By Approved By 05/04/95 10:45 $214 490 7163 THE HOGAN CORP. 4-- WYLIE-PRICE [it002/016 THE HOGAN CORPORATION Engineers • Planners • Consultants May 4, 1995 Honorable Mayor and City Council City of Wylie P.O. Box 428 Wylie, TX 75098-0428 ATTN: Steven P. Norwood, City Manager RE: Reconstruction of Cooper Road(WYL-9) Reconstruction of Regency Parkway(WYL-10) Dear Mayor and Council Members: Transmitted herewith are four (4) originals of Work Order Nos. WYL-9 and WYL-10, dated May 4, 1995 for the above referenced projects. Please review these work orders and if it meets with your approval, please sign and date all originals, retain two (2) copies for your records, and return two (2)to our office. Should you have any questions or require additional information, please contact this office. Sincerely, THE HOGAN CORPORATION - ---ECI------)-- Gregg MacLean, P.E. Vice President Enclosures GSMJpeh kw% Member,Consulting Engineers Ccuncil of Texas 12600 Preston Road at LBJ,Suite 620 Member,American Consulting Engineers Council North Dallas Bank Tower Dallas. Texas 75230 TEL (214)392-4600 FAX: (214)490-71163 U 05/04/95 10:45 V214 490 7163 rHE HOGAN CORP. WYLIE-PRICE LJ003/016 May 4, 1995 WORK ORDER FOR PROFESSIONAL SERVICES WORK ORDER NO.WYL-9 This will constitute authorization by the City of Wylie, Texas (Owner), for The Hogan Corporation, Engineers-Planners-Consultants, Dallas, Texas (Engineer), to proceed with the following described engineering services. STREET PAVING AND RELATED IMPROVEMENTS IN ASSOCIATION WITH THE RECONSTRUCTION OF COOPER ROAD FROM F.M.544 NORTH TO THE END OF THE CUL-DE-SAC A- ACT DESCRIPTION The Engineer shall perform the Preliminary Planning Phase, Design Phase, and such other related Additional Services that may be authorized by the Owner for the street paving and related items in association with the reconstruction of Cooper Road from FM 544 northward to the end of the cul-de-sac,a distance of approximately 1,385 linear feet. The design of the proposed street reconstruction will be for the complete removal of the old, deteriorated concrete pavement and the installation of a new, 37-foot face-to-face pavement section within the existing right-of-way and along the same alignment. The proposed paving improvements will be 10-inch thick reinforced concrete pavement with integral curbs constructed over a minimum of 7 inches of lime or cement-treated subgrade. The project will be designed to allow access to the adjacent properties during the construction phase. The project will include the design of related improvements, including required adjustments to existing storm drainage,water and sewer facilities. Based on the approximate distance of 1,385 linear feet,the projected construction cost for the proposed paving and drainage improvements is$277,000_00. The cost projection included above was prepared for budget purposes only and is not guaranteed as the exact amount which will be bid for furnishing and installing the proposed improvements. -1- U 05/04/95 10:48 ' '214 490 7163 THE HOGAN CORP. WYLIE-PRICE [004/016 May 4, 1995 A map is attached to show the general location and limits of the proposed project. The services described herein are to be performed in accordance with the applicable sections of the Agreement for Engineering Services by and between the City of Wylie, Texas (Owner), and The Hogan Corporation(Engineer), as approved on July 27, 1993. B. PRE-WORK CONFERENCE The Engineer will meet with the Owner and other appropriate entities to discuss the design criteria, work program and schedule, procedures of communication, additional surveys, assignments of personnel, and any other matters that may have a direct or indirect effect upon the completion and results of this street paving and drainage improvements project. Other work and review conferences will be scheduled throughout the progress of developing the project. C. DESIGN PRASE 1. Preliminary Planning a. Confirm the design criteria requirements, finding, and schedules with the Owner_ b. Take additional photographs of the existing conditions along the route of the project site to identify areas of special concern in design and possible problems to resolve. c_ Perform pre-design study of the proposed street and drainage improvements, d_ Present recommended schematic layout, typical sections, alternatives for street construction, drainage systems design, and plan for the proposed initial phase • of improvements. e. Prepare alternate layouts, where it may be needed during construction, for traffic flow and control, detours,turning movements, etc. f. Determine right-of-way and/or construction easement requirements and procedures for acquisition, where required. Establish limits of off-site drainage fact7ities. g. Identify potential areas requiring landscape restoration along the proposed alignment for the new curb and gutter and storm drainage improvements. -2- 05/04:95 10:46 '$214 490 7163 i'HE HOGAN CORP. ---.. WYLIE-PRICE 005/016 May 4, 1995 h. Establish priorities for construction and scheduling for coordination with other projects in the area. i. Schedule, as needed, meeting(s) with representatives of the City of Wylie, property owners,and Texas Department of Transportation(TXDOT). j. Review previous field work completed, and determine additional surveys required. Establish the benchmark datum k. Review subsurface conditions from soils investigation reports, and identify areas for additional study,where required. 1_ Address other considerations of the project such as utility relocations, adjustments, replacements,etc.,and note locations where conflicts may occur. m Prepare update on construction cost projection. n. Proceed, upon written direction of the Owner, with the Design Phase services of the selected plan. 2. Preliminary Drafting a. Prepare preliminary work on plan sheets to include: Cover sheet; - Location Map; - Title blocks,north arrows, scales, benchmarks,etc.;and, - Miscellaneous paving and storm drainage details, prepared per the City of Wylie Standards and Ordinances. b. Prepare preliminary work on specifications to include: - Standard specifications; - Special conditions; - Cover sheet;and, - Proposal, bid schedule, and contract documents. The construction documents will conform to the City of Wylie Standards. 3. Pa lm a_ Reduce and plot field notes of profile, cross-.sections, and topography. If weather conditions and scheduling of the Owner permit, aerial photographs may be considered in preparing the construction drawings_ -3- L 05/04/95 10:47 '$214 490 7163 THE HOGAN CORP. 44-+ WYLIE-PRICE fj006/016 May 4, 1995 b- Confirm existing utility (water, sewer, drainage, gas, cable, TV, telephone, electric)locations, depths. c. Set preliminary alignments and locations for the proposed centerline, pavement . transitions,and curb/gutters. d_ Prepare preliminary layout of storm drainage system and water and sanitary sewer mains. e. Coordinate preliminary layout of improvements with the City of Wylie, Collin County,property owners, and utility companies. f Field-check design. !lr Present four (4) sets of preliminary design drawings and spcdfications with preliminary cost projections to the Owner for review and comment. 4. Final Plans and Specifications a Draft plan and profile sheets to conform with final comments of the Owner from preliminary design review. b. Prepare final details. c. Prepare quantity of materials. d. Prepare final bid schedule, special conditions, specifications, proposal, and contract documents. e. Prepare projected cost of construction. £ Submit one (1) set of prints of the final plans and specifications to the utility companies for review and comment. - g. Present two (2) copies of plans and specifications to the Owner for final approval and authorization to proceed with the Construction Phase. -4- I- 05/04/95 10:48 f2214 490 7163 rat, HOGAN CORP. 444 WYLIE-PRICE Q007/016 May 4, 1995 5. Additional Services for Design Phase Coordinate Field Surveys with Owner's Surveyor • Locate existing structures and related facilities pertinent to design of the street paving, drainage, and utility improvements. Establish benchmark data for vertical control. - Establish baseline and grid system for horizontal ground controls. - Obtain additional field data,cross-sections, etc., as necessary. Obtain additional information of locations and depths of all existing underground utilities_ D. CONSTRUCTION PRASE NOTE: The Construction Phase of this project is NOT part of this work order. It will be 41 handled under a separate Work Order to allow flexibility in packaging this project with others for bidding purposes. E. RESPONSIBILITY OF THE OWNER Unless otherwise authorized in writing by the Owner for the Engineer to perform such other additional or special services,the Owner shall be responsible for the following services: 1. Provide the Engineer the assistance needed for collecting data from Owner's records for the design of the street paving, drainage, water, and sanitary sewerage system improvements. The acceptance and use of the data furnished by the Owner to the Engineer shall not operate to impose any obligation upon the Engineer to determine that the data is true, accurate,complete,or correct. 2. Provide the services of a qualified surveyor to furnish the necessary field data for the design of the proposed improvements. 3. Prepare field note descriptions for right-of-way acquisition where it may be required for revisions in street alignment, drainage structures,and utility improvements. 4_ Prepare applications for routine permits required by State and/or Federal Agencies as needed. 5. Arrange for and coordinate the subcontract services of a Geotechnical Consultant for the soils investigation, as may be required Also, the Geotechnical Consultant will -5- U 05/04/95 10:48 ' '214 490 7163 I'Hh HOGAN CORP. -a-+ WYLIE-PRICE Z 008/016 May 4, 1995 investigate the soil conditions and recommend the requirements for preparing a trench safety program. F. BASIS OF COMPENSATION 1. Availability of Funds The Owner agrees that finds, to the extent required, are currently available and sufficient to complete all phases of the proposed engineering services authorized under this Proposal. All invoices submitted by the Engineer and approved by the Owner shall be paid within thirty(30)days of the invoice date. For any payments not made within thirty(30) days, a charge will be made monthly in the amount of one and one-half percent (1-1/2%) of the unpaid balance, beginning thirty(30)days from the date of the statement. 2. Design Phase a. Engineeri The Owner shall make payments to the Engineer for performing the engineering services described in the Design Phase, Section C.1., 2., 3.,4., on a monthly billing basis in proportion to that part of the services proposed herein which has been accomplished, as evidenced by monthly statements submitted by the Engineer and approved by the Owner. Final payment shall be due upon completion of these services. The compensation for the engineering design services performed shall be based on a lump sum amount of S21,675.00. b. Additional Services For Design Phase For performing the Additional Services For the Design Phase as described under Section C.5.,the Engineer will assist the Owner, as directed, and is to be paid on a monthly billing basis at a per diem rate of the personnel's salary cost times a multiplier of 2.5. The Engineer is to be reimbursed for all direct non- -` labor, field surveys, and other subcontract expenses at the invoice cost plus 10 per cent for coordination and handling -6- u 03/04:95 10:49 2r214 490 7163 THE HOGAN CORP. 4-44 WYLIE-PRICE (j 009/016 May 4, 1995 3, Construction Phase Not prat of this Work Order 4. Other Special Serviic -(As Directed By The Owner) If authorized in writing by the Owner, the Engineer shall furnish other services or tasks in addition to the scope of services proposed herein. For performing these special services, the Engineer shall be paid on a monthly billing basis at a per diem rate of the personners Salary Cost times a multiplier of 2.5, with the reimbursement of all direct non-labor and subcontract expenses at the invoice cost plus 10 per cent for coordination and handling. G. TIME FOR COMPLETION The design work to be performed, as authorized herein, is projected to be completed within sixty(60)calendar days after receipt of field survey information. APPROVED: ACCEPTED: CITY OF WYLIE, TEXAS THE HOGAN CORPORATION By By 4, Steven P.Norwood • ory S.MacLean,P.E. City Manager ice President Attest Attest . Date Date 5 (4- _i 5 -7- e Ada 00010nication far rl f fit 9.1995 • RQgy Drive Issue Recommendation for approval of Work Order No. 10 from the Hogan Corporation for street paving and related improvements in association with the reconstruction of Regency Drive. Background The Hogan Corporation will perform the Preliminary Planning Phase, Design Phase and related additional services for the street paving of Regency Drive from F.M. 544 southward to the intersection of Steel Road, approximately 1,000 linear feet. This project will include the design of related improvements, including required adjustments and additions to existing storm drainage, water and sewer facilities. The Construction Phase is not part of this Work Order. Financial Considerations This project is being funded through monies from the 1995 Bond Package. The projected cost for the proposed paving and drainage improvements is $209,000. Staff Recommendations City Staff and Engineer recommend approval of Work Order No. 10 Attachments -Attached is Work Order No. 10 from the Hogan Corporation Prepared By cved By 05/04:95 10:49 e214 490 7163 ThL HOGAN CORP. -444 WYLIE-PRICE L 010/016 May 4, 1995 WORK ORDER FOR PROFESSIONAL SERVICES WORK ORDER NO.WYL-10 This wall constitute authorization by the City of Wylie, Texas (Owner), for The Hogan Corporation, Engineers-Planners-Consultants, Dallas, Texas (Engineer), to proceed with the following described engineering services. STREET PAVING AND RELATED IMPROVEMENTS IN ASSOCIATION WITH THE RECONSTRUCTION OF REGENCY PARKWAY FROM F.M.544 SOUTH TO THE INTERSECTION WITH STEELE ROAD A. PROJECT DESCRIPTION The Engineer shall perform the Preliminary Planning Phase, Design Phase, and such other related Additional Services that may be authorized by the Owner for the street paving andrelated items in association with the reconstruction of Regency Parkway from F.M. 544 southward to the intersection of Steele Road, a distance of approximately 1,000 linear feet. The design of the proposed street reconstruction will be for the complete removal of the old, deteriorated asphalt pavement and the installation of a new, 37 foot face-to-face reinforced concrete pavement section within the existing right-of-way and along the same alignment_ The proposed paving improvements will be 10-inch thick reinforced concrete pavement with integral curbs constructed over a minimum of 7 inches of lime or cement-treated subgrade. The project will be designed to allow access to the adjacent properties during the construction phase- The project will include the design of related improvements, including required adjustments and additions to existing storm drainage,water and sewer facilities. Based on the approximate distance of 1,000 linear feet, the projected construction cost for the proposed paving and drainage improvements is$209,000.00. -1- 05/04/95 10:50 12214 490 7163 THE HOGAN CORP. WYLIE-PRICE lit011/016 May 4, 1995 The cost projection included above was prepared for budget purposes only and is not guaranteed as the exact amount which will be bid for furnishing and installing the proposed improvements. A map is attached to show the general location and limits of the proposed project. The services described herein are to be performed in accordance with the applicable sections of the Agreement for Engineering Services by and between the City of Wylie, Texas (Owner), and The Hogan Corporation(Engineer), as approved on July 27, 1993. D. PRE-WORK CONFERENCE The Engineer will meet with the Owner and other appropriate entities to discuss the design criteria, work program and schedule, procedures of communication, additional surveys, assignments of personnel, and any other matters that may have a direct or indirect effect upon the completion and results of this street paving and drainage improvements project. Other work and review conferences will be scheduled throughout the progress of developing the project_ C. DESIGN PHASE 1_ Preliminary Planning a. Confirm the design criteria requirements, finding, and schedules with the Owner. b. Take additional photographs of the existing conditions along the route of the project site to identify areas of special concern in design and possible problems to resolve. c. Perform pre-design study of the proposed street and drainage improvements. d Present recommended schematic layout, typical sections, alternatives for street construction, drainage systems design, and plan for the proposed initial phase of improvements. e. Prepare alternate layouts, where it may be needed during construction, for traffic flow and control, detours,turning movements,etc. £ Determine right-of-way and/or construction easement requirements and procedures for acquisition,where required. Establish limits of off-site drainage facilities. -2- 61 05/04/.95 10:51 $214 490 7163 1'HL HOGAN CORP. -►-id WYLIE-PRICE (j012/016 May 4, 1995 g Identify potential areas requiring landscape restoration along the proposed alignment for the new curb and gutter and storrn drainage improvements. h. Establish priorities for construction and scheduling for coordination with other projects in the area. i. Salule, as needed, meeting(s) with representatives of the City of Wylie, property owners, and Texas Department of Transportation(TXDOT). j_ Review previous field work completed, and determine additional surveys required. Establish the benchmark datum. k Review subsurface conditions from soils investigation reports, and identify areas for additional study,where required. I. Address other considerations of the project, such as utility relocations, adjustments,replacements,etc., and note locations where conflicts may occur. m. Prepare update on construction cost projection. a Proceed, upon written direction of the Owner, with the Design Phase services of the selected plan. 2. Preliminary nary Drafting - a. Prepare preliminary work on plan sheets to include: Cover sheet; - Location Map; - Title blocks, north arrows, scales,benchmarks, etc.;and, - Miscellaneous paving and storm drainage details, prepared per the City of Wylie Standar}s and Ordinances. b. Prepare preliminary work on specifications to include: w - Standard specifications; - Special conditions; - Cover sheet; and, - Proposal, bid schedule, and contract documents. The construction documents will conform to the City of Wylie Standards. -3- 05/04/95 10:51 $214 490 7163 THE HOGAN CORP. 4.+-+ WYLIE-PRICE 41013/016 May 4, 1995 3. Preliminary Design a. Reduce and plot field notes of profile, cross-sections, and topography_ If weather conditions and scheduling of the Owner permit, aerial photographs may be considered in preparing the construction drawings. b_ Confirm existing utility (water, sewer, drainage, gas, cable, TV, telephone; electric)locations,depths. c. Set preliminary alignments and locations for the proposed centerline, pavement transitions,and curb/gutters. d. Prepare preliminary layout of storm drainage system and water and sanitary sewer mains. e_ Coordinate preliminary layout of improvements with the City of Wylie; Collin County,property owners, and utility companies. £ Field-check preliminary design. g. Present four (4) sets of preliminary design drawings and specifications with preliminary cost projections to the Owner for review and comment. 4. Final Plans and Specifications a. Draft plan and profile sheets to conform with final comments of the Owner from preliminary design review. b. Prepare final details. c. Prepare quantity of materials. dd Prepare final bid schedule, special conditions, specifications, proposal, and contract documents. e. Prepare projected cost of construction. f. Submit one (I) set of prints of the final plans and specifications to the utility companies for review and comment g. Present two (2) copies of plans and specifications to the Owner for final approval and authorization to proceed with the Construction Phase. -4- 05/04/95 10:52 12214 490 7163 THE HOGAN CORP. -034 WYLIE-PRICE Z 014/016 May 4, 1995 5. Additional Services for Design Phase Coordinate Field Surveys with Owner's Surveyor: - Locate existing structures and related fealties pertinent to design of the street paving, drainage,and utility improvements. Establish benchmark data for vertical control_ - Establish baseline and grid system for horizontal ground controls_ Obtain additional field data, cross-sections, etc.,as necessary_ - Obtain additional information of locations and depths of all existing underground utilities. D. CONSTRUCTION PHASE NOTE: The Construction Phase of this project is NOT part of this work order It will be handled under a separate Work Order to allow flexibility in packaging this project with others for bidding purposes. E. RESPONSIBILITY OF'ICE OWNER Unless otherwise authorized in writaig by the Owner for the Engineer to perform such other additional or special services,the Owner shall be responsible for the following services: 1. Provide the Engineer the assistance needed for collecting data from Owner's records for the design of the street paving, drainage, water, and sanitary sewerage system improvements. The acceptance and use of the data furnished by the Owner to the Engitneer shall not operate to impose any obligation upon the Engineer to determine that the data is true, accurate,complete, or correct. 2. Provide the services of a qualified surveyor to furnish the necessary field data for the design of the proposed improvements. 3_ Prepare field note descriptions for right-of-way acquisition where it may be required for revisions in street alignment,drainage structures,and utility improvements. 4. Prepare applications for routine permits required by State and/or Federal Agencies as needed. -5- 05/04/95 10:52 21214 490 7163 ME HOGAN CORP. 44-+ WYLIE-PRICE W21015/016 May 4, 1995 5. Arrange for and coordinate the subcontract services of a Geotechnical Consultant for the soils investigation, as may be required. Also, the Createchnical Consultant will investigate the soil conditions and recommend the requirements for preparing a trench safety proms. F. BASIS OF COMPENSATION 1. Av ilability_ofFunds r The Owner agrees that funds, to the extent required, are currently available and sufficient to complete all phases of the proposed engineering services authorized under this Proposal. All invoices submitted by the Engineer and approved by the Owner shall be paid within thirty(30)days of the invoice date. For any payments not made within thirty(30) days, a charge will be made monthly in the amount of one and one-half percent (1-1/2%) of the unpaid balance, beginning thirty(30)days from the date of the statement. 2. Design Phase a. Engineering The Owner shall make payments to the Engineer for performing the engineering services described in the Design Phase, Section C.1., 2., 3., 4., on a monthly billing basis in proportion to that part of the services proposed herein which has been accomplished, as evidenced by monthly statements submitted by the Engineer and approved by the Owner. Final payment shall be due upon completion of these services. The compensation for the engineering design services performed shall be based on a lump sum amount of S17,000.00. b. Additional Services For Design Phase For performing the Additional Services For the Design Phase as described under Section C.5.,the Engineer will assist the Owner, as directed, and is to be paid on a monthly billing basis at a per diem rate of the personnel's salary cost times a multiplier of 2.5. The Engineer is to be reimbursed for all direct non- -6- LI 05/04/95 10:53 V214 490 7163 THE HOGAN CORP. ->-'4 WYLIE-PRICE Ij 016/016 May 4, 1995 labor, field surveys, and other subcontract expenses at the invoice cost plus 10 per cent for coordination and handling. 3_ Construction Phase Not port of this Work Order _N_ 4. Other Special Services-(As Directed By The Owner If authorized in writing by the Owner,the Engineer shall furnish other services or tasks in addition to the scope of services proposed herein_ For performing these special services, the Engineer shall be paid on a monthly billing basis at a per diem rate of the personneFs Salary Cost times a multiplier of 2.5, with the reimbursement of all direct non-labor and subcontract expenses at the invoice cost plus 10 per cent for coordination and handling_ G. TIME FOR COMPLETION The design work to be performed, as authorized herein, is projected to be completed within sixty(60)calendar days after receipt of field survey information_ APPROVED: ACCEPTED: CITY OF WYLIE,TEXAS THE HOGAN CORPORATION By _ By Steven P.Norwood It.,V.Itry S.MacLean,PE. City Manager Vice President AdtaI Attest Date Date 14 r cr s -7- u