Loading...
ST0702-CS070612Page 1 of 1 Ken Griffin - South Coppell Rd Proposal From: "Caleb Thornhill" <bct(� free se. com> To: <kgriffin(�ci.coppell.tx.us> Date: 6/12/2007 12:00 PM Subject: South Coppell Rd Proposal Attachments: Coppell Rd Proposal.pdf Ken, Please find attached the South Coppell Rd proposal. A hard copy is also being mailed to you. After your approval of this proposal, it will be put into your standard contract format. If you have any questions or concerns, please don't hesitate to contact me. Thank you for your time and we look forward to working with you. B. Caleb Thornhill Freese and Nichols, Inc. 1701 N. Market St., Suite 500 Dallas, Texas 75202 9 Main: 214-920-2500 9 Direct: 214-217-2282 9 Fax: 214-920-2565 ® Email: bct _ freese.com This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This message, together with any attachment, may contain Freese and Nichols, Inc. confidential and privileged information. The recipient is hereby put on notice to treat the information as confidential and privileged and to not disclose or use the information except as authorized by Freese and Nichols, Inc. Any unauthorized review, printing, retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you received this message in error, please immediately contact the sender by reply email and delete all copies of the material from any computer. Thank you for your cooperation. file: HC: \Documents and Settings \radloo \Local Setting s\Temp\XPgrpwi se\4 6 6E 8AF 0 City_... 5/14/2010 Freese ' N 1 c h o ls, Inc Engineers Environmental Scientists Architects 1701 North Market Street, Suite 500 LB51 Dallas, TX 75202 214 920 -2500 214 920 -2565 fax www.freese.com June 11, 2007 Ken Griffin, P.E. City Engineer City of Coppell 255 Parkway Blvd. Coppell, TX 75019 RE: Proposal for S. Coppell Road Dear Ken: Freese and Nichols, Inc. appreciates the opportunity to submit this proposal for the surveying and engineering design of the improvements for South Coppell Road. Attached are the detailed scope of services, a project schedule and an opinion of probable construction cost. Based on our conversation with you and our understanding of the project, we have prepared a fee proposal as follows: Basic Services (Lump Sum including project expenses) Surveying $ 16,900 Preliminary Engineering $ 65,800 Final Engineering $128,000 Bid Phase $ 4,700 Construction Phase $ 28.700 $244,100 If additional right -of -way is required for the project, we will prepare those documents at a cost of $1,000 per document. We have not included an allowance for ROW documents, but this could be included at your request. I will be out of town until June 15th, but feel free to contact Caleb Thornhill at 214- 217 -2282 if needed. We are looking fonvard to working with you on this project, so please let us know if you have any questions regarding our proposal. Sincerely, Freese and Nichols, Inc. \ 1' Tricia Hatley, P.E. Principal T M L G I T T O i COFFELL EXHIBIT A r' FREESE- NICHOLS SCOPE OF SERVICES FOR SOUTH COPPELL ROAD INFRASTRUCTURE IMPROVEMENTS PROJECT DESCRIPTION The CITY is proposing to construct improvements including paving reconstruction, on- street parking, stonn drain system, and misc. water line connections. The South Coppell Road improvements are limited to the area from Bethel Road to Southwestern Road. The 8" and possibly the 2" waterlines located along South Coppell Road will be abandoned. All connections from this waterline will tie into the existing 16" water main. The existing sanitary sewer line will not be moved or affected as it appears to be at sufficient depth per record drawings. An underground stonn sewer system will be installed where needed to facilitate drainage of the right -of- way and surrounding properties. The parameters for design of the improvements shall include the following: • Project control to be based on a local control monumentation provided by the CITY. Field surveys will be included. Prior to construction, we will provide the initial staking of the monuments and the proposed centerline. Three (3) permanent control points (X, Y, & Z coordinates of each) shall be established and marked by the contractor outside of the construction limits for future reference. • Final plan size to be 22" x 34" for reproducible copies to 11" x 17 ". Scale of plans to be: 1" = 20' Horizontal; 1"= 4' Vertical • Driveway replacement to be made to the property line, unless grade changes in street necessitate more replacement. • A construction sequencing plan shall be considered for each area of construction. • All design work will be prepared in AutoCAD 2007, with CD's to be furnished to the CITY upon completion of the record drawings. • Submittals to the CITY of work -in- progress shall be at 60 %, 90 %, and 100% stages for completion. For each stage of review, two (2) full size and two (2) half -size sets of drawings will be furnished to the CITY. Due to the fast track schedule proposed for this project, we have prepared this proposal such that the typical 30% plan submittal is not included. We proposed instead to conduct monthly project meetings with CITY in which the on -going plan progress will be reviewed and design issues discussed. • Standards and typical construction details of the CITY may be referred to in the specifications and on the drawings. • Parking along South Coppell Road will be laid out per exhibit, "Old Coppell — Development Possibilities Map ", provided from the CITY. Spaces shall be designed per city standards and requirements. CITY will be responsible for approval. • Pavement design will be based on CITY standards as well as the geotechnical information previously obtained by FNI for the Bethel Road project. Additional borings and analysis will not be performed for this project unless the CITY authorizes FNI to proceed with it as an Additional Service. Exhibit "A" Page 1 of 8 FNI shall perform the necessary engineering and related techi services for the Design, Bidding, and Construction Phase Services, including necessary Special Services for development of this project according to the following sections of this agreement. The scope is divided into two design phases including Preliminary and Final Design due to the fast track nature of the project. TASK DESCRIPTIONS — SCOPE OF SERVICES Basic Services A. Preliminary Design Phase 1. Field Surveys - Survey and prepare a design/topographic survey map for an area 100 feet wide (50 feet on each side of the centerline) along South Coppell Road from Bethel Road to Southwestern Road. 2. Pre - Design a. Kick -off Meeting — We will meet the CITY to discuss the planning and the design criteria, work program and schedule, procedures of communication, basis of compensation, limits of survey, assignnents of personnel, and any other matters that may have direct or indirect effects upon the completion and results of this project. Other work and review conferences will be scheduled throughout the progress of the project. b. Data Gathering - Obtain, from the CITY, all available property plats easements, street right -of -way widths, record drawings of the existing pavement, utilities and drainage systems, planning reports, traffic counts, zoning ordinances and other data that may be pertinent in considering the alignment, location, final design, and construction of the proposed improvements. c. Field Visits — Determine from a field reconnaissance of the project area the general lay of the land for the paving improvements and other related appurtenances. Tlnis general layout will first address the following: i. Locations of existing utilities — water, gas, electric, sanitary sewer, telephone cable, power poles, TV- cable, drainage facilities, traffic signalization controls, lighting system, etc. ii. Existing driveways iii. Availability of right -of -way iv. Access and convenience for construction operations v. Crossing of drainage ways and structures vi. Landscape restoration vii. Proximity to private property improvements, i.e., fences, mail boxes, sidewalks, etc. Exhibit "A" Page 2 of 8 3. FNI will prepare preliminary construction plans as follows: a. Drainage area maps with drainage calculations and hydraulic computations. A drainage area map will be drawn from available contour maps. Calculations regarding street and right -of -way capacities and design discharges at selected critical locations will be provided. b. Preliminary project plan and profile sheets showing curb lines, driveways, sidewalks, elevations at all PVI's and PI's: high and low points, vertical curve information, and pertinent AASHTO calculations. Existing found property corners (e.g. iron pins), along the existing right -of -way shall be shown on the plans. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. FNI will coordinate with utility companies and the CITY to ascertain what, if any, future improvements are plamied that may impact the project. d. Horizontal and vertical control plan that locates all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Additional Names) along with property ownership shall be provided on the plan view. 4. Investigate and resolve conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric) locations and depths. 5. Prepare a Right -of -Way strip map indicating existing and proposed Right -of -Way along the project limits. 6. Field -check preliminary drawings and specifications. 7. Attend monthly project coordination and design review meetings with CITY staff. 8. Present a preliminary estimate of probable construction cost and two (2) full size sets and two (2) half -size sets of the plans and specifications to the Staff of the CITY for review, discussions, and continent. This submittal will be at the 60% completion stage. 9. Attend one (1) public meeting to discuss the project with the residents. One objective of the meeting will be to review the survey data to verify that all driveways are shown and lot information is accurate. The meeting will also be used to present the conceptual plans to the area stakeholders. Continents regarding the plans will be obtained and reviewed to detennine if modifications need to be incorporated prior to final design. 10. Submit appropriate number of copies of the plans to the utility companies for review and connnent. B. Final Design Phase - Following CITY approval of the preliminary plans, FNI shall prepare final plans with the following additional tasks: Exhibit "A" Page 3 of 8 Prepare final cross - sections on 22" x 34" sheets. Information on these sheets will include centerline station, profile grades and centerline elevations, roadway section (existing and proposed), right -of -way limits. Scale will be I"= 20'' horizontal and 1" _ 4' vertical with cross sections plotted with stationing from the bottom of the sheet. Excavation and embankment volumes and end area computations shall also be provided. 2. Prepare a horizontal control sheet with any required easements or right -of -way shown. 3. Prepare a construction sequencing plan in accordance with CITY requirements. 4. Prepare a Stonn Water Pollution Prevention Plan (SW3P) in accordance with the CITY ordinances, TCEQ guidelines, and/or Federal requirements. 5. Finalize any necessary additional design details. 6. Attend monthly project coordination and design review meetings with CITY staff. 7. Prepare final quantity of materials and final "Opinion of Probable Construction Costs." Present two (2) full size sets and two (2) half -size sets of the final documents for the bidding phase to the CITY for approval. This submittal will be at the 90% completion stage. 9. Attend one (1) public meeting present the project to the stakeholders and discuss the schedule for completion of the project. 10. FNI will submit the project plans to the state for the TAS /ADA review if necessary. FNI will prepare the application and make the submittal. It is assumed that the CITY will provide a check for the fee based on the construction cost per the submittal requirements. FNI will address comments from the review and revise plans if necessary. 11. Provide updated plans for the utility companies, if necessary. 12. Meet with the CITY to discuss final review comments prior to preparing bid package. 13. Revise plans to address review con from the CITY and other agencies affected by the project. 14. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract documents. 15. Revise the final "Opinion of Probable Construction Costs" if necessary. 16. Present two (2) full size sets and two (2) half -size sets of the final documents for the bidding phase to the CITY for approval. This submittal will be at the 100% completion stage and will include a full size reproducible set of plans as well as the complete bid documents. Anticipated sheet list as follows: Exhibit "A" Page 4 of 8 • Cover, vicinity map, sheet index • General Notes • Right -of -Way Strip Map • Typical Sections (1 sheets) • Horizontal and Vertical Control • Erosion Control (5 sheets) • Traffic Control, Sequencing, Detour (5) • Paving Plan/Profiles (5 sheets) • Drainage Area Map and Calculations (3 sheets) • Stonm Drain Plan/Profiles (5 sheets) • Storm Drain Laterals (1 sheets) • Signing, striping, and lighting layouts (5 sheets) • Cross Sections (5 sheets) • Landscaping /Streetscaping plans (4 Sheets) • Details (5 sheets) C. Bid Phase 1. Coordinate the final printing of the construction plans and specifications for distribution to the proposed bidders. FNI will verify with the CITY the number of copies to be printed prior to proceeding with the final printing. 2. All plans, specifications, and bidding documents will be distributed from FNI's office for requests received by the bidders and suppliers. Payment for the plans, specifications, and bidding documents will be retained by FNI. 3. Attend pre -bid conference, as directed by the CITY. 4. FNI shall prepare a bid tabulation sheet to be used at the bid opening. The sheet shall contain the names of all firms that received bid packages, columns for acknowledgement of addenda, bid bonds and base bid information. Assist the CITY in securing, opening, tabulating and analyzing the bids. Issue a Notice to Bidders to prospective contractors and vendors listed in FNI's database of prospective bidders, and to selective plan rooms. Provide a copy of the notice to bidders for CITY to use in notifying construction news publications and publishing appropriate legal notice. The cost of publication shall be paid by the CITY. FNI will furnish reconmmendations on the award of the contract based on the lowest qualified bidder. FNI will develop a complete bid tabulation package. 6. Assist the CITY in conducting a pre -bid meeting in order to field bidders' questions and walk the project. 7. Print Bid Documents and distribute to selected plan rooms, and to prospective bidders that respond to the Notice to Bidders. Furnish thirteen (13) sets of construction plans and specification for use by the CITY and Contractor. Additional sets of plans, specifications, and bid documents as are necessary in the receipt of bids for construction Exhibit "A" Page 5 of 8 and as are required in the execution of the construction contracts, shall be furnished by FNI and shall be paid for by the CITY at actual cost of reproduction. 8. Maintain information on entities that have been issued a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. 9. Assist CITY by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders, if necessary. 10. FNI will assist CITY in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by the CITY. D. Construction Phase - Upon completion of the bid phase services, FNI will proceed with the performance of construction phase services as described below. FNI will endeavor to protect CITY in providing these services however, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. If general conditions other than FNI standards are used, the CITY agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI and their subconsultants on this project to be listed as an additional insured on contractors insurance policies. 1. Attend Pre - Construction Conference with the CITY, the Contractor, and other interested parties to discuss the total work program and schedule, procedures of communication, special concerns, coordination with others, additional surveys, field testing and inspections, assignment of personnel, and any other matters that may have a direct or in- direct effect upon the completion and results of this improvement program. 2. Attend one (1) public meeting to introduce the Contractor to the residents and discuss the construction schedule. The meeting will provide the residents with contact information and allow them to ask questions regarding the construction activities. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical alignments per the drawings. 4. Provide general site visits to monitor the progress of construction. This proposal is based on a 12 -month construction period with an estimated maximum of 15 site visits during construction. During these visits, FNI design team staff will observe the Exhibit "A" Page 6 of 8 progress and the quality of work and attempt to detennine in general if the work is proceeding in accordance with the construction contract documents. FNI will provide written documentation to the CITY of the site visit with observations of work and /or any concerns. In this effort FNI will endeavor to protect the CITY against defects and deficiencies in the work of the Contractor and will report any observed deficiencies to the CITY. Visits to the site in excess of the specified number are an additional service. 5. Review shop and working drawings and other project related submittals furnished by the Contractor. Notify the Contractor of non- confornling work observed during site visits. Review quality related documents provided by the Contractor such as test reports, equipment installation reports or other documentation required by the construction contract documents. Rebar shop drawings will not be reviewed, they will be used for "RECORD DATA" purposes only. 6. Interpret the drawings and specifications for the CITY and Contractor. Investigations, analyses, and studies requested by the Contractor and approved by the CITY, for substitutions of equipment and/or materials or deviations from the drawings and specifications are an additional service. Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of Contractor claims and make reconunendations to the CITY on the merit and value of the claim on the basis of information submitted by the Contractor or available in project documentation. Endeavor to negotiate a settlement value with the Contractor on behalf of the CITY if appropriate. Providing these services to review or evaluate construction contractor claim(s) supported by causes not within the control of FNI are an additional service. 8. Attend, in the company of the CITY, a final review of the Project for conformance with the design concept of the project and general compliance with the construction contract documents. Review and conunent on the certificate of completion and the recommendation for final payment to the Contractor. Visiting the site to review completed work in excess of two trips is an additional service. Conduct a final review of the Project in company with the Contractor and the CITY's representative. 9. Revise contract drawings from information furnished by the Contractor and Resident Project Representative, and provide one (1) Mylar set of Record Drawings to the CITY. Record drawings will be submitted in .tif file format along with an AutoCAD 2002 format of the plans on CD or disk. Special Services A. ROW Documents - Survey and prepare permanent Right -of -Way and/or easement documents if needed. Additional Services - The following services are beyond the scope of basic services described in the tasks above. However, FNI can provide these services, if needed, upon the CITY's request. Such services will be provided in accordance with the rates presented in Exhibit B. Exhibit "A" Page 7 of 8 A. Conduct additional public meetings. The CITY may decide that additional public meetings are necessary to assist with project relations or for informational purposes. B. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. C. Preparing data and reports for assistance to CITY in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. D. Assisting CITY in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). E. Assisting CITY in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this AGREEMENT. F. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. G. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this agreement. H. Services required to resolve bid protests or to rebid the projects for any reason. Visits to the site in excess of the number of trips included in Article I for periodic site visits, coordination meetings, or contract completion activities. J. Any services required as a result of default of the contractor(s) or the failure, for any reason, of the contractor(s) to complete the work within the contract time. K. Providing services after the completion of the construction phase not specifically listed in Article I. L. Providing basic or additional services on an accelerated time schedule. The scope of this service include cost for overtime wages of employees and consultants, inefficiencies in work sequence and plotting or reproduction costs directly attributable to an accelerated time schedule directed by the CITY. M. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. N. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. Exhibit "A" Page 8 of 8 City of Coppell, Texas rM South Coppell Rd Improvements FREESE- NICHOLS Conceptual Cost Estimate Engineer's Opinion of Probable Construction Cost Item No. Spec. No. Description Quantity Unit Unit Cost Total Cost UNIT I: GENERAL $750.001 $0.00 IV-2 Street Light Poles I -1 EA Mobilization (5 %) l IS $68,600.00 $68,600.00 I -2 LF Preparing Right-of-Way (3 %) l LS $41,200.00 $41,200.00 I -3 EA Unclassified Excavation (Roadwa 4,640 CY $8.00 $37,120.00 I -4 Remove Existing Asphalt 5,340 SY $6.00 $32,040.00 I -5 Embankment 4,640 CY $12.65 $58,696.00 I -6 $0.00 Clearing and Grubbing 4.13 AC $10,000.00 $41,300.00 I -7 $0.00 Stockpile and Spread 4 -Inch Depth Topsoil 2,000 SY $1.50 $3,000.00 I -8 $0.00 Bermuda Hydro mulch Seeding (Including Fertilizer & Water) 2,000 SY $0.50 $1,000.00 I -9 $0.00 Temporary Erosion, Sediment & Water Pollution Control 1 LS $23,000.00 $23,000.00 I -10 Prepare and Implement Traffic Control 12 MON $7,500.00 $90,000.00 I -11 Remove Existing 8" and 2" Waterline 3,980 LF $7.00 $27,860.00 $423,816.00 Category Total UNIT H: PAVING IMPROVEMENTS II -1 8" Lime Stabilized Sub grade 16,230 SY $8.00 $129,840.00 11-2 Lime for Stabilization (50lbs/SY) 410 TON $130.00 $53,300.00 II -2 8" Concrete Pavement Class "C" (71' B-B, TYP) 15,780 SY $32.00 $504,960.00 II -3 6" Concrete Pavement Class "C" Driveways 225 SY $42.00 $9,450.00 11-4 Type I Monolithic Curb 4,100 LF $1.00 $4,100.00 11-5 4" Concrete Sidewalk (5 feet wide Sidewalk) 20,000 SF $3.50 $70,000.00 II -6 Sidewalk Ramp 14 EA $1,000.00 $14,000.00 II -7 Pavement Markings 10,000 LF $3.00 $30,000.00 U -8 Temporary Asphalt TON $100.00 $0.00 Category Total $815,650.00 UNIT III: DRAINAGE IMPROVEMENTS 111 -1 10' Recessed Curb Inlet 10 EA $2,850.00 $28,500.00 III -2 18" RCP (ClassIll) 400 LF $55.00 $22,000.00 III -3 36" RCP (Class Ill) 1,000 LF $90.00 $90,000.00 III -4 48" RCP (Class III) 1,000 LF $110.00 $110,000.00 III -5 4x4 Junction Box Manhole 5 EA $3,000.00 $15,000.00 1II -6 Trench Safety System for Trench Depth over 5 -FT 2,400 LF $1.50 $3,600.00 UNIT IV: LIGHTING IMPROVEMENTS IV -1 Street Light Pole Foundation EA $750.001 $0.00 IV-2 Street Light Poles EA $5,000.00 $0.00 IV -3 2" Sch 40 PVC w/ Pull Wire (trench) LF $3.00 $0.00 IV -4 Ground Boxes EA $500.00 $0.00 Category Total $0.00 UNIT VI: LANDSCAPE AND IRRIGATION IMPROVEMENTS VI-I Large Cano py Trees (minimum 4" cal installation) EA $500.00 $0.00 VI -2 3" Sch. 40 Irrigation Conduit LF $4.00 $0.00 VI -3 11rrigation Appurtenances IS $55,000.00 $0.00 Category Total $0.00 Subtotal $1,508,566.00 Construction Contingency 20% $302,000.00 Total Construction Cost Estimate $1,820,000.00 Cost Per Linear Foot (for Construction) $910.00 *Estimate does not include ROW Acquisitions or Water and Sanitary Sewer Improvements