ST0502A-EM071114 (2)
s.y 0)_02 4-
1/1- TeAGUE NALL AND PERKINS. /NC.
COIIICl!PT/JIU 0PtNI0N ~ nfOfJAlJU! COST
INC.
PROJECT: FREEPORT PARKWAY IMPROVEMENTS. WEST SANDY UlKe TO RUBY ROAD
NUMBER: PLA07153 C.,./P.J/
CLIENT' CITY~ r r .
DATE: t111M17
"1ft .. y"
:5""''''/
ITEM
NO. DE8CRIP11ON OF ITEMS .- TOTAl.
p~ IMl'ROVEMENTI .~
. :IS s:: SIG5 OlIO
2 . ..
S IlI!MO\IAL IlllIlI SY i
. I: !IV
T '=" I~
e ""
7 TON T.5Oll
B T 1 SY II 7eo:Ma
. 5011 SY !L"'" OlIO
10 LS 50lI !!II" 12
11 r y - sv
12 - LF
13 I LS bIlOllO IIlI OlIO
.. TRAI'I'IC . l 'Uilnnn M
is , LS OlIO
18 31GOO ltF &7.00
11 1~ SF ..
'1 fiWiP 8 EA ... 10lIO:
II FCllJNI:lAT1~ 24 EA OlIO
20 1 LS 0lIO.00 OlIO
21 A LS Ib UUU
~. I _TOTAL PAVING $1.1l17 .710
IBRIDG!
, ~1S CY =iE II
2 I LF
3 I"'" LF 1&000
. ClASS FOR AlUTMENTS 11" '=" 00 SW 1&0
5 C lEKMRNIS 110 cy _.00 _.-
s ICl ..... """, 00 tolD OlIO
1 ICL S TE FOR SLAB 186 CY $1l5O.00 157 ?50
B CLAllS C UClI ~ .oB 810.000 I
g .... GMll 52. -118.000 I
'0 13500 SF "'. S27 .000
II <XINCI5TIi ClRD5RS 1700 LF 1_ 1781
12 150 CY
,3 1110 LF ~I !L18
14 'I'RAFFIC RAN . TYPE C'A 11 I LF
15 FWL. TYPE C41 t MClOIfIEO :120 IF ..UlllO.
18 METAL IlEAM GUARD FENCE .lllNl ,. EA I 00 ""OlIO
17 METAl FENCE. .Illl LF 00 $:l_
18 ,..-.' 2 .~. "B1lM
19 ~ lYl I ..0 .00 S3.0II0
20 STAJjpEI) IEIlIAN 215 "V SIOO.OO "'1.soo
SUBTOTAL BRIDGE $1123..210
WATER <.SIr .........--
I RELOCATE loIISC WAtER TS VALVES ETC' t S .00 1/
SUBTOTAL WATER RELOCATION I
SANITARY SEWER
I IADJUST !.It & MISC. 1 LS 110.000.00 ~ ~
IU8TOTAI. SANITARY SEWER RIiLOCATlON
DRAINAGe
. ACP 'TORN DRAIN 100 LF c, .00 S 1--.000
2 OEMOIEAOWALLS 1G EA 81000.00 ~OOllO
3 TOUlSTIlGRC'.P 8 EA .00 ~400
. ll'lltl'Ar.A iUCM'
5 'BE 1100 LF 110.00 11
8 27" ._ 235 LF Slll.00
7 ." - JiL.. ..--. LF -.00
8 U"aASSIIRCP" ... . - LF .00
9 - LF II 14 I2ll
10 10' CURIIIlLET 12 EA ..000
IT KE T ;l 10_
12 hi INlET 3 1'110 15--
13 4'SQUARE -.oLE .. EA 120lIO
,. ~~M8C" L~ -
IS 1 EA 110-.00 10000
SUBTOT...... DRAI'UlDE S444 710
~ .. sa'-.71O
1 y
PROJECT TOTAL
LANDICAPING I IRRIGATION
1 FREEPORT PARKWAY 1 LS ~.OODOO OOD
SUBTOTAl. ... ---
.J~ 0#' 0""
/
1--StY,)
'1- " I./~
/
~ ..0 J
/
SCOPE OF SERVICES
The EBglneer agrees to render services necessary for the development and completion the
Project as outlined herein. 'The Basic Services to be perfonned by Engineer under this Contract
include the following:
The scope of this project generally entails the design of a 3,500 LF section of Freeport Parkway /
~m West Sandy Lake R~ to the ~ntrance of Wago~ ~eel Park, includi~g .one f\lll:~idt~
bndgt:. Freeport Parkway IS to be designed as a~IH ~inl..~ thoroughfare wlthlll ~_I
,*"way,.. The design contract includes the following elements:
1. Design of the northbound and southbound lanes to replace existing two-lane asphalt
roadway, beginning at the existing fun pavement section at Wagon Wheel Park and
extending to West Sandy Lake Road. The contracted portion will include design of a
bridge over Cottonwood Creek to replace the existing two-lane structure, and will be
designed in accordance with City standards,"'..Lt~IM1l8 ~ Midge to be eoMtrueted
Oft..~ SanayLate ttOad.
2. IIydrologiclhydraulic study of Cottonwood Creek in order to size bridge and determine
effects to the floodplain, including preparation of map revisions. Work will also extend
approximately 400 LF east to include property identified by City as possible area to be
filled by owner.
3. Design of new underground stonn drain facilities within the roadway as necessary to
accommodate roadway and adjacent development runoff. Existing water/sanitary sewer
fadlitie~.shaU be i4gtihM, ..anQ RW~ stubcJ~tsladj~snl1ents shown as necessary;
however no water and sanitary sewer design isinctUded'in tb;soope~.-
r "
4. Design Qf Hr"'wide hikelbike trail path along west side of road. Bridge design shall
include allowable space for hikelbike trail path.
5. Coordination with consultants and developers regarding design for adjacent properties.
6. Provide street light foundation location and conduit layout per TXU direction and City
standard details. Scope does not include illumination design.
7. Provide boundary survey for six tracts requiring right-of-way dedication and prepare the
necessary right-of-way document and related exhibits for acquisition of right-of-way.
/
/~ N u~1v- t!.ry\--~
------?
21 roC)
, ,
L/~
!'
s v {/c.r
/~- (J--
tV'f rz
BASIC SERVICES:
A. SCHEMATIC DESIGN
1. When requested by the City, the Engbaeer shall attend preliminary conferences with
authorized representatives of thc City regarding thc projcct and such other conferences as
may be necessary in the opinion of the City so that the plans and specifications which are to
be developed hereunder by the Engineer, will result in providing facilities which are
economical in design and conform to instruction from the City.
2. The Engineer shall attend such conferences with officials of other agencies including other
engineering and/or surveying finmi Wldt:r contract with the City, as may be necessary in Ule
opinion of the City for coordination of the proposed paving and related improvements with
the requirements of such other agencies. It shall be the Engi.eer'. duty hereunder to secure
necessary information from such agencies.
3. The Engineer shall advise the City with regard to the necessity for subcontract work such as
special surveys, tests, test borings, or other subsurface investigations in connection with
design and engineering work to be perfonned hereunder. The Engineer shall also advise the
City concerning the results of same. Such surveys, tests, and investigations shall be made
only upon authorization by and at the expense ofthe City.
4. Schematic layouts will be prepared utilizing digital aerial photograph/topographic files
provided by the City. Alignment alternatives will be prepared using this information and
discussed with the City to evaluate geometries, impact to property, and right-of-way
acquisition. Any obtained infonnation regarding existing utility lines within the project
limits from utility companies will be shown on the schematic. Boundary surveys of the six
properties anticipated to be impacted will be ongoing during the schematic preparation. One
schematic alignment will be chosen to proceed with preparation of right-of-way documents
and preliminary plans.
5. The Engineer shall provide necessary design field surveys for his use in the preparation of
preliminary and final plans and specifications.
Survey For Design: Provide detailed topographic survey for project along the alignment
corridor. This will include horizontal and vertical location of existing above ground features
and visible utility appurtenances throughout the length of the project corridor including, but
not limited to. existing pavement. fences. water valves, fire hydrants and manholes.
Flowlines of existing culverts will be shot and elevations provided. Survey limits will be
100' LeftlRight of the centerline, and trees greater thon 10" diameter will be tied within this
corridor. Topographic cross section survey will extend 250' upstream and 400' downstream
from the centerline at the creek crossing for use in the hydraulic modeling. Also included
will be a limited topographic survey for adjacent property to the cast as identified by City for
possible area to be filled by owner.
(a) Establish control network utilizing GPS and City of Coppell published datum.
Unless otherwise required, horizontal datum will be NAD 83 and NA VD 88 for
vertical datum.
(b) Contact utility companies and request them to locate utilities which cross or
come close to proposed facilities. Perform field surveys lo lie lhe huri:.tunlalllIld
vertical locations ofthese utilities when located.
(e) Establish vertical control bcncrullarks within the project limits on existing
pennanent structures.
(d) Tie benchmarks to as-built plans for correlation of datum.
(e) Tie right-of-way lines, property lines and comers, if found, fence lines, and other
visible surface features to the survey control network within the proposed route.
Identify properties by address number andlor business name.
6. The EDgmeer shall supply the schematic layout to all known utility companies, including
franchised utilities and pipeline companies which have known existing facilities within the
limits of the Project. One set of dated preliminary plans, and one set of dated and approved
advertising (final) plans shall also be submitted at the appropriate intervals.
B. PRELIMINARY DESIGN
1. Upon completion of the agreed upon schematic layout. the EDglneer ~will then proceed
with preparation of the preliminary design of the project incorporating all comments received
from the City and agreed upon by both the City and the Engineer into these plans.
a. Prepare existing and proposed typical sections for the project. This wi II include
pavement, base, and sub-base material callouts in accordance with the City's design
standards.
b. Establish preliminary horizontal centerline alignment.
c. Establish preliminary vertical alignments for full-width roadway construction areas of
proj ect.
d. Show major features on plan sheets including proposed edges of roadway, left turn bay
limits, and median widths.
e. Show preliminary storm system improvements.
f. Develop sequence of construction for proposed project (roll plots with shading of major
phases only).
g. Show known utility crossings and nearby adjacent utilities, and other topographic features
such as light standards. air release valves. and manholes as identified from field surveys
and information provided by utility companies and the City's record drawings.
h. Provide preliminary bridge plans.
2. The Enlineer shall provide detailed design data, profiles, cross-sections where appropriate,
opinions of probable cost. and furnish two (2) copies of detailed preliminary design plans for
the project to the City for review.
3. After receipt of preliminary design review comments from the City, the Engineer shall make
all currections noted and then commence preparation of the final design plans and
specificationlconlr&ct documents. K c) U () 0 c C..? ~ ?
C. FINAL PLANS, SPECIFICATIONS, AND ESTIMATE (P S & E)
I. Incorporating all City review comments from the preliminary design submittal. the Engineer
will complete the final plans, prepare contract documents/specifications, and a final opinion
of probable cost for the authorized construction units. This shall include summaries of bid
items and quantities. but the E.gineer does not guarantee that Contractor bids will not vary
from such opinion. Each of these items (2 copies each) shall be submitted to the City for
final approval.
a. Develop miscellaneous sheets such as Title Sheet, Horizontal Control Sheet, General
Notes & Quantities, and Standard Details.
b. Prepare Erosion Control Plan sheets (full size, I :40 scale) for proposed improvements.
The successful bidder (contractor) will be required to supply and submit a formal SWPPP
to the TCEQ as owner and operator of the construction project.
c. Finalize Typical Sections including General Construction Sequencing and Traffic Control
Notes.
d. Prepare Traffic Control Plan sheets (full size, 1 :40 scale) and constmction phasing plans
for proposed improvements.
e. Prepare Drainage Area Map (full size, I: I 00 scale) for proposed pavement improvements
throughout project. Drainage boundaries will be established through the use of existing
development plans, USGS maps. and other data sources. Field surveying will not be
performed to establish these boundaries. The final Drainage Area Map will include
defined sub-areas with drainage I.D. numbers, area (acres), design frequency, time of
concentration, intensity, runoff coefficients ("e"), and resulting sub-area flow (uQ")
consistent with the City of Coppell design standards.
f. Prepare Stonn Sewer Plan and Profile sheets (full size, 1 :20 scale) to account for new
storm sewer throughout project limits. These sheets will include lateral profiles.
g. Prepare final Paving Plan and Profile sheets (full size. 1:20 horizontal scale) for project,
and prepare final bridge plans.
h. Provide final design cross sections every 50 feet along the project, to be included in the
constnlction documents.
\. Incorporate comments from the utility companies pertaining to the location of existing
facilities and organize a utility coordination meeting among all impacted utilities at City
Hall.
J. Prepare StripinglSignage Plans (full size, 1 :40 scale) for proposed project improvements.
k. Provide conduit stub-outs across intersections and median openings per City Standards.
l. Finalize Special Conditions, which wilt include Special Technical specifications.
m. Meet with City to develop final phasing of construction and traffic control plan (to be
included in construction plans). City will notify the City of Coppell Police and Fire
Departments of all proposed construction phase traffic.
n. Complete quantity take-off and prepare final estimate of probable construction cost based
on final plans.
o. Prepare final bid documents including bid proposal forms. construction plans,
specifications, and contract documents.
2. After receipt of final plan/specifications/contract documents review comments from the City,
the Engineer shall make all corrections noted and then furnish twenty (20) copies of contract
documents and final bid plans to the City for distribution to Contractors for bidding the
Project. Contract documents shall contain the Notice to Bidden, Proposal, Wage Rates,
General and Special Provisions, Special Specifications, Insurance Statement, Payment,
Performance, and Maintenance Bonds, and all other required City Contract forms.
3. The original drawings of all plans shall be plotted in ink on approved plastic film sheets. or as
otherwise approvt:t.l by LIte City Engineer, and shall become the property of the City. City
may use such drawings in any manner it desires provided, however, that the EnliDeer shall
not be liable for the use of such drawings for any project other than the project described
herein.
G/e~p')(.;
d
V'fJ/a
vj /
(1S
/JoV)
D. CONSTRUCfION ADMINISTRATION.
I. Th~ ED.faeer will assist the City in the advertisement for bids--prepare Notice to Bidders for
required newspaper advertising --and place notice with Te~~_C~m.~tor magazine and
Dodge Report.
2. The Enlineer will attend a pre-bid meeting if deemed necessary by the City.
3. The EDslaeer shall assist in the tabulation and review of all bids received for the
construction of the improvements, and shall make recommendations to the City concerning
these bids. At any time during the construction of this project, the Engineer shall advise on
special review shop drawings required of the Contractor by the Construction Contract(s).
Such review shall be for general conformance with the design concept and general
compliance with the plans and specifications under the Construction Contract(s).
4. After selection of Contractor(s) and award of contract(s) by the City, the Enlineer will assist
in the preparation of contract documents, including contract, performance, payment. and
maintenance bonds and all other related City forms required to initiate construction on the
project(s).
5. Engineer will arrange a pre-construction conference with City staff, Contractor(s), and all
affected utility companies.
6. EaglDeer will provide periodic fiehl r~reltentation and will monitor construction progress as
often as ED.ineer deems necessary. including possible scheduled meetings with the project
inspector and the Contractor(s) to discuss the construction progress. A written report can be
provided to the City after each of these bi-weekly meetings ifneeded.
7. Engineer will consult and advise the City regarding the need for any contract change orders
and will prepare change orders as required for City approval.
8. Enlineer will be available for interpretation of plans and specifications as may be required
by the Contractor(s} in the field.
9. The EDgiaeer will. with assistance from the City I.spector on the project(s). prepare and
process monthly and final pay requests from the Contractor(s) to the City.
10. Enlineer will provide. in conjunction with the City, a final inspection of the project and
provide a "punch list" of deficient items to the Contractor(s).
11. E_atDeer will revise construction drawings as necessary to adequately reflect any revisions in
the construction from that which was represented on the plans and/or specifications.
12. Eagi_eer will provide the City with one (1) set of mylar reproducible "Record Drawings..
within 30 days after the completion of the project including updated ~es of the new
construction for use in the City's computerized mapping system.
ADDmONAL SERVICES:
t . Provide boundary survey for purpose of preparing necessary ROW doc:uments for six parcels.
Rcquired steps will include: research the ownership and obtain deeds courthouse; prepare
right-of-entry letters prior to starting field work; prepare a deed sketch to be used by field
crews in performing the boundary surveys of said tracts; locate adjoining properties as
required by Texas Board of Land Surveying; establish the existing right-of-way of Freeport
Parkway; prepare right-of-way documents consisting of Exhibit A (Parcel Description) and
Exhibit B (Parcel Map) for acquisition. 1
~"...."."
2. Provide geotechnical investigation report for design oft:;~~e \.~Freek crossilll! and roadway
pavement. Subsurface conditions will be evaluated w' ---lSOrings drilled approximately
25 feet into competent limestone rock. Laboratory i tigations will be made of boring
materials. Engineering report will address: soil, rock, and groundwater conditions; bridge
foundation design recommendations; abutment and retaining wall recommendations; backfill
and drainage recommendations; pavement design; and construction considerations.
3. Provide landsc~e architecture and irrigation design for the medians in accordance with
City's desired guidelines. It is anticipated that the Consultant will provide landscape design
improvements based on established streetscape planting schemes as developed on the West
Sandy Lake road section. The consultant will coordinate his efforts with the client's
representative as necessary. Efforts will include one (I) landscape design concept in sketch
fonn that conveys the overall design idea that is based on established landscape requirements
set for by the City. The design concept is intended to present to the owner for input and
consensus before proceeding to design development phase. A preliminary opinion of
probable construction cost will be developed at the schematic design phase. An Irrigation
design schematic to be incorporated will be presented at 6()01o review with final solution
developed for 9()01o review.
4. Provide hydroloVy/hydraulic evaluation and analysis of one bridge location at the
Cottonwood Creek crossing. The work will consist of analyzing the existing conditions at
each site, and sizing the structures. The work will be consistent with the information needed
to file an application for a Conditional Letter of Map Revision (CLOMR) and a Letter of map
Revision (T .QMR) required fOT this project. The limits for this project are defined as 200 ft
upstream and 400' downstream of the bridge location. The downstream property will be
evaluated as directed by the City to evaluate potential fill by the land owner adjacent to the
floodplain.
The data collected for this task includes existing information possessed by City of Coppell in
the form of studies, maps, engineering construction plans. and digital files as well as
information generated in the field specifically for this project. The data collected will include
the current-effective models from the Federal Emergency (FEMA), as well as best available
models from other sources including the Map Mod models.
The Hydrologic Analysis includes the work necessary to confirm the hydrologic models for
Cottonwood Creek upstream of, and including, the existing and proposed crossings at
Freepon Parkway. The Study discharges for existing conditions will be obtained from the
current Flood Insurance Study, and/or models provided by the City as part of the Map Mod
process. The best available models will be used for this project.
The Hydraulic Analysis task includes the work necessary to complete the bydraulic analysis
of Cottonwood Creek within the study area. The work will utilize the HEC-RAS computer
model and will consist of the confirmation of the available current model, development of the
post-project model, the delineation of the l00-yeor flood plain, and a confirmation of B "DO-
rise" condition in Base Flood Elevation (BFE) and Floodway.
Coordination of the models with the adjacent property owneni includes the conununication of
recommendations and analysis for this project as it relates to properties currently under
development.
TNP will prepare a brief summary of tbe final recommendations and results of the analysis.
TNP will then begin the work necessary for the preparation and submittal of an application to
the Federal Emergency Management Agency (FEMA), for a Conditional Letter of Map
Revision (CLOMR). Final efforts will include the work necessary for the preparation and
submittal of an application to the Federal Emergency Management Agency (FEMA), for a
Letter of Map Revision (LOMR). It is understood that this work will be completed after the
construction of the project and that the construction of the project will not be significantly
different from the recommended design.
It will be the design intent to not impact the jurisdictional waters beyond the acceptable
threshold in accordance with Section 404 permitting regulations; therefore. it is anticipated
that only a nationwide permit will be requi~ for roadway crossings.
E'0J~,if v)l/ SC/C:~ l1..c.,.JS"c/ol fZ-*,It./
F. EXCLUSIONS
The intent of this scope of services is to include only the services specifically listed herein and
none others. Services specifically excluded from this scope of services include, but are not
necessarily limited to the items listed below. However, in the event the following tasks need to
be performed, the Consultant and City may mutually agree upon a scope/fee amendment to
facilitate the tasks:
A. Providing an on-site representative.
- B. Environmental impact statements, assessments, and 404 permitting beyond that described.
C. Fees for FEMA submittals, pennits or advertising.
r")
D.
Certification that work is in lIOCO~ with p..... and speeifications.
~J.
<r K.
L.
E.
Environmental cleanup. . h /}
;.1'JJG AJ .
Floodplain reclamation plans. ?'I d v
F.
G.
Trench safety designs.
H.
Quality control and testing services during construction.
1.
Services in connection with condemnation hearings.
Preliminary engineering report.
Design of water and sanitary sewer lines.
Design of retaining walls. ~
M.
On-site safety precautions. programs and responsibility.
N.
Consulting services by others not included in proposal.
Traffic engineering report or study. or design of signals.
o.
P.
Title searches. boundary surveys. or property surveys other than two identified.
-
.,.....-
Q. Street light illumination design.