Loading...
ST1002-CS111212 T H E • C I T Y • O COPPELL � rte . 'r y. ' - o 8 "A s , 5 MEMORANDUM TO: Clay Phillips, City Manager CC: Kenneth M. Griffin, P.E., Director of Engineering/Public Works Mindi Hurley, Economic Development Coordinator FROM: Keith R. Marvin, P.E., Project Engineer /"` DATE: December 12, 2011 RE: Old Town Coppell Infrastructure improvements Engineering Fees This memo is written in an effort to document how we arrived at the fee breakdown shown in the Freese & Nichols (FNI) memo provided to us on June 7, 2011. I am also attaching a letter dated October 31, 2011 from Charles Cotton and an undated preliminary proposal from FNI to perform certain design work on behalf of Charles and Greg Yancy. I am also attaching copies of all contract amendments executed between the City and FNI. On December 22, 2009 the City Manager's Office approved a contract with FNI to perform topographic surveying and platting services in the amount of $19,250. This was done in order to provide preliminary surveying and plat the right of way for the proposed streets. None of this fee was allocated to the developer. On February 9, 2010 the City Council approved a contract with FNI in the amount of $207,100.00. This contract included a detailed scope with a full color exhibit showing what was included in the work. This work included all of Main Street, but only portions of Houston and Travis streets. Burnet, Crockett, and the alleys were not included. According to the breakdown provided by FNI on June 7, 2011, the portion of the February 9, 2010 contract allocated to the developer was $29,839. Amendment #1 was approved by City Council on May 11, 2010 in the amount of $31,500. This amendment was included to add the remainder of Travis and Houston Streets, as well as Crockett and Burnet in their entirety. This amendment also included the public utilities and on street parking within these streets. While a considerable portion of the on street parking added in this amendment is to be paid for by the developer, no portion of the design fee from the May 11, 2010 amendment was allocated to them on the June 7, 2011 breakdown. 1 If you compare "apples to apples" (i.e., topographic surveying, street platting), the original City contract and Amendment #1 totaled $257,850. The original proposal provided to developers Charles Cotton and Greg Yancey totaled $239,900. This is a total difference of $17,950. However, it should be noted that the developer had budgeted $39,510 for their share and the actual allocation to them was only $29,839, a savings of $9,671. Again, this is an "apples to apples" comparison. The merit of Amendments #2 - #5 could be discussed but they were all needed to handle the project "scope creep" as the original project got underway. We have attempted to allocate the cost of Amendments #2 - #5 between the City and the developer based on the responsibility for the actual work. As you know, the scope of this contract quickly expanded. Amendment #2 was approved by City Council on April 12, 2011 in the amount of $73,200. This amendment included utility coordination in the amount of $17,550. This was the outcome of a meeting with all the franchise utilities where they were unable to meet our schedule to install their infrastructure within the right of way during our construction. As you may recall, our decision to not grant additional easement outside the right of way and our desire to construct the sidewalk to the limits of the right of way during the initial phase of the project meant we needed to coordinate a plan for future utilities, therefore the decision was made to include items needed for those future utilities such as conduits in our plans and have our contractor install them. The city shared this cost with the developer, with the larger portion of $10,825 attributed to the developer due to their greater demand for utility service. Also included in Amendment #2 was additional infrastructure design in the amount of $36,200. This consisted of the paving, drainage, grading, and utility design and plan preparation for the two alleys behind the residential development. This entire fee was allocated to the developer. The remainder of Amendment #2, $19,450, was allocated to the city for additional survey work associated with Bethel Road and a potential second landscape phase. Amendment #3 was approved on April 26, 2011 in the amount of $36,000. This amendment was to include the detailed design and development of construction plans for alley infrastructure including grading, drainage, paving, and utilities where necessary for two alley locations within the cottage office area, and a driveway behind the retail service area. This entire fee was allocated to the developer. Amendment #4 was entirely allocated to the city, and consisted of additional street lighting design for the developer side of the street. This amount was $4,900. Amendment #5 was approved on November 17, 2011 in the amount of $23,900. This amendment does not appear on the fee breakdown because it was approved after that document was produced. This amendment is for the design and plan preparation for the parking lot to serve the restaurant sites, and includes grading, paving, drainage, landscape, lighting, and irrigation design. This entire fee was allocated to the city. In summary, the initial Scope of Services document prepared by FNI for the city was very clear in terms of what was included. As previously noted, the fee allocation breakdown indicates a $9,761 savings to the developer over the preliminary FNI proposal provided to him. The developer's preliminary proposal is not very clear as to the scope 2 of the document, and no exhibit was provided to show what portions were included. It can only be assumed that similar amendments would have been made along the way under that contract as well. The $83,025 worth of amendments that were allocated to the developer were for design services that were either requested by them, or for items that were added to the scope where the fee was allocated based on a proportional analysis. The only place I see where we may be high, is the public utility design in the alleys. At the time of allocation, the main lines in the alleys were to be paid for by the developer, and now the city is paying for them. Under this scenario, we could back out a portion of these amendments, and re- allocate this design fee to the city. I have requested an updated breakdown from FNI reflecting this change. 3 +i J COMMERCIAL REAL ESTATE October 31, 2011 Mr. Clay Phillips City Manager City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 RE: Old Town Coppell Development / Freese & Nichols Fees Dear Clay: We appreciate all of your support and time to help us complete the Main Street development. While Greg is working with Keith Marvin to finalize the hard costs due the City upon completion of the infrastructure, we cannot reconcile the tremendous disparity between our soft costs budgeted and the numbers we now have from Freese & Nichols. On September 15, we received the attached allocation of engineering fees from Mindi Hurley for the private infrastructure development. Also attached is the proposal CSE received from Freese & Nichols when we were over the project, before the City decided to pursue the engineering and construction of the public and private infrastructure. We expected some additional Freese costs since the alleys were ultimately designed in this initial phase, but the difference between $39,510 and $112,864 cannot be accounted for merely in the alley grading and paving. Additionally, we have no way of reconciling the fees since we were not a part of the contracting. Once we saw the allocation in September, we asked Freese to update the platting proposal for Phase One, expecting a significant cost reduction since the drives are already designed. On October 14, we received an updated proposal from Freese to plat our phase one work which is still higher than the original fee estimate. Our total expected cost is $125,000 for engineering the private infrastructure and phase one, but the City's fee allocation and proposal we have in hand is $193,964. We need to resolve this discrepancy as part of our due diligence soon and would appreciate any help /support in getting this resolved. Thanks again. Ol 'oritA Charles Cotten 4956 N. O'Connor Blvd. Irving, Texas 75062 469.417,0100 469.417.0104 Fax FREESE <NICHOLS Project: CPL09446 City of Coppell - Old Town Coppell Infrastructure Improvements (South of Bethel Road, West of Coppell Road) Phase City Developer Phase Fee Responsibility Responsibility Geotechnical Soil Report $4,600.00 $4,600.00 $0.00 Preliminary Design Phase $60,000.00 $51,159.00 $8,841.00 Final Design Phase $134,000.00 $114,255.00 $19,745.00 Construction Administration $8,500.00 $7,247.00 $1,253.00 Contract Change #1 - Design Roadway Improvements. $31,500.00 $31,500.00 $0.00 Approved 4/26/10 Contract Change #2 - Design, Utility Coord, Landscape, Survey $73,200.00 $26,175.00 $47,025.00 6, f / It Approved 4/13/11 l / Contract Change #3 - Design $36,000.00 $0.00 $36,000.00 Approved 4/27/11 Contract Change #4 - Street Light Design $4,900.00 $4,900.00 $0.00 Pending Approval Total Project: $352,700.00 $239,836.00 $112,864.00 Note: Preliminary Design, Final Design and Construction Administration Phase fees where alto . ch th- the overall project total fees were distributed according to the split in construction costs. As • f June 7, 201 he construction cost allocation showed 68% for the City of Coppell and 32% for the Developer. - breakdown matches that allocation of costs and would need to be updated if the construction cost allocation were to change. 2 / / / Y M I C. I t• O I ATTACHMENT SC FO r i COPPELL SCOPE OF SERVICES FREESE alliNiCHOLS OLD TOWN COPPELL INFRASTRUCTURE IMPROVEMENTS PROJECT DESCRIPTION Improvements include design of Main, Travis and Houston Streets (approx 2300 LF) per the attached exhibit including on- street parking, landscape/ irrigation plans, storm drain system, traffic signal at Bethel Road/ Main Street, water lines, and sanitary sewer lines to provide infrastructure for the Old Town Coppell Development located in the southwest corner of South Coppell and Bethel Roads. See attached exhibit "Old Town Coppell/ Main Street Infrastructure Improvements" for project limits. Design includes mass grading of the site to accommodate the roadway construction. The parameters for design of the improvements shall include the following: • Project control to be based on a local control monumentation established by the Bethel and South Coppell roadway projects. Field surveys will be included. Prior to construction, we will provide the initial staking of the monuments and the proposed roadway centerlines. 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 ". • A construction sequencing plan shall be considered for each area of construction. • All design work will be prepared in AutoCAD, with CD's to be furnished to the CITY upon completion of the record drawings. • Submittals to the CITY of work -in- progress shall include: o Preliminary Design Phase (30% concept level plans and 60 %) o Final Design Phase (90% and 100 %) • For each stage of review, two (2) full -size and two (2) half -size sets of drawings will be furnished to the CITY. • Parking spaces shall be designed per City standards and requirements. • Standards and typical construction details of the CITY may be referred to in the specifications and on the drawings. • Geotechnical Investigation o Select locations for three (3) exploratory borings after checking underground utilities and accessibility. Each boring will be drilled through the existing ground /pavement to a depth of about 10 feet. o Obtain relatively undisturbed thin - walled tube samples and standard penetration test samples as appropriate for the soils encountered. Attachment SC Page 1 of 7 C\Documents and Settings \bct\Local Settings \Temporary Internet Files \ Content . Outlook \7TE9PWMY \CPL09446 Mod tt l_scope.doc o Observe for groundwater seepage during drilling and record level o Backfill boreholes with cuttings upon completion o Selected laboratory testing will be conducted on samples that are representative of the materials obtained during the field exploration. The test will be used to evaluate and classify the soils, identify subsurface site characteristics, and provide data for analysis. The test will include Atterbery limits, percentage passing #200 sieve, moisture content, unit dry weight, and unconfined compressive strength. o An engineering analysis and evaluation of the field and laboratory data will be performed and a geotechnical report will be prepared including boring logs, analysis data, and pavement design and sub -grade treatment recommendations, and fill recommendations. Both asphalt and concrete pavement design options will be evaluated. • This Scope of Services assumes that the preliminary 30% submittal will be reviewed by the CITY and approved prior to Authorization to Proceed. Changes to the layout or general design parameters made after the preliminary 30% submittal may be an Additional Service. • The cost for construction services will be limited to the general representation services outlined. Additional Project representation and inspections will be on an hourly reimbursable basis. FNI is not responsible for field changes, approvals, and recommendations made in the field by others. • The CITY will provide and will be responsible for all environmental studies and permits required for the demolition of existing facilities or the construction of the proposed facilities on the site. BASIC SERVICES — FNI shall render the following Basic Services in connection with the development of the Project: A. Preliminary Design Phase 1. Prepare preliminary roadway drawings including paving, drainage, water and sewer plans (See attached Exhibit for limits) for the project. 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. c. 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 planned that may impact the project. 2. Investigate conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric) locations and depths. Attachment SC Page 2 of 7 C:\Docwnents and Settings\bct\Local Settings \Temporary Internet FilesContent .Outlook \9TE9PWMY\CPL09446 Mod Itl_scope.doc 3. Prepare preliminary landscape /streetscape plans based on the designs developed in conjunction with the Bethel Road project and per CITY zoning ordinances. 4. Prepare preliminary street lighting plans. Coordinate with TXU regarding pole selection and service locations. Assist the CITY in coordination of relocation of existing electrical infrastructure. 5. Attend project meetings at the CITY's request. The compensation for this item assumes attendance at three (3), 2 -hour meetings with the CITY. If additional meetings are requested, FNI will notify the CITY that additional fee will be required. 6. Present a preliminary estimate of probable construction cost and two (2) full -size sets and two (2) half -size sets of the plans to the CITY for review, discussions, and comment. This submittal will be at the 60% completion stage. D. Final Design Phase - Following CITY approval of the preliminary plans, FNI shall prepare final plans with the following additional tasks: 1. 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 1" = 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 Storm Water Pollution Prevention Plan (SWPPP) in accordance with the CITY ordinances, TCEQ guidelines, and/or Federal requirements. 3. Finalize necessary additional design details. 4. Attend project coordination and design review meetings with CITY staff. The compensation for this item assumes attendance at four (4), 2 -hour meetings with the CITY. If additional meetings are requested, FNI will notify the CITY that additional fee will be required. 5. Prepare final quantity of materials and final "Opinion of Probable Construction Costs." 6. 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. Submittals will be at the 90 and 100% completion stage. 7. FNI will submit the project plans to the state for the TAS /ADA review. 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. 8. Provide updated plans for the utility companies, if necessary. 9. Meet with the CITY to discuss final review conunents prior to preparing bid package. 10. Revise plans to address review comments from the CITY and other agencies affected by the project. 11. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract documents. 12. Revise the final "Opinion of Probable Construction Costs" if necessary. Attachment SC Page 3 of 7 C:\Documents and Settings\bct \Local Settings \Temporary Internet Files \Content . Outlook \ 7TE9PWMY\CPL09446 Mod #1_scope.doc 13. 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: • Cover, vicinity map, sheet index (1) • General Notes and Legend (1) • Horizontal Control (1) • Mass Grading and Erosion Control Plans (4 sheets) • Roadway Paving Plan and Profile (8 sheets) • Storm Drain Plan and Profiles (8 sheets) • Drainage Area Map and Calculations (3 sheets) • Utility Plan and Profiles (5 sheets) • Traffic Signal Plans (3) • Landscape/ Irrigation Plans (5) • Street Lighting Plans (3) • Details (4 sheets) E. Construction Administration —Upon completion of the bid or negotiation 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. 1. Answer civil design related questions from the Contractor or Subcontractors that arise during the construction. 2. FNI will review submittals and determine compliance of shop drawings for the items required by the construction documents related to the site civil work. Review of alternates will be performed as an Additional Service at the rates shown in Attachment CO. 3. General field representation will be provided to observe the progress of the work and to answer questions that might arise in the field concerning FNI design of the site civil work. CITY shall keep FNI apprised of the construction, such that site inspections can be coordinated with specific construction activity. The amount of field representation will be limited to a maximum of six (6) site visits for the civil work and one (1) fmal inspection. Additional field representation will be on an hourly reimbursable basis and will need to be agreed to by CITY. 4. Revise the construction drawings in accordance with the information furnished by construction. Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints, one mylar set, and one CD of "Record Drawings" shall be provided by FNI to CITY. 5. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical alignments per the drawings. Attachment SC Page 4 of 7 C:1Documents and Settings \bet\Local Settings \Temporary Internet Files\Content.Outlook \7TE9PVIMY \CPL09446 Mod kl_acope.doc TIME OF COMPLETION FNI is authorized to commence work on the Project upon execution of this AGREEMENT and agrees to complete the services in accordance with the Attached schedule. If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays due to OWNER or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. These delays may result in an adjustment to compensation as outlined on the face of this AGREEMENT and in Attachment CO. Attachment SC Page 5 of 7 C:1Documents and Seltiags\bct\Local Seltings \Temporary Internet Files\ Content .Outlook\7TE9PWMY1CPL09446 Mod ill scope.doc COMPENSATION A. Basic Services: Compensation to FNI for the Basic Services in Attachment SC shall be the lump sum as follows: Total Geotechnical Soil Report $ 4,600 Preliminary Design Phase $ 60,000 Final Design Phase $134,000 Construction Administration $ 8,500 Total Basic Services $207,100 If FNI sees the Scope of Services changing so that additional services are needed, FNI will notify CITY for CITY's approval before proceeding. Additional Services shall be computed based on the Schedule of Charges. B. Schedule of Charges for Additional Work: POSITION MIN MAX PRINCIPAL 225 285 GROUP MANAGER 205 285 SENIOR ENGINEER 150 245 ENGINEER (PE) 115 170 ENGINEER (EIT) 85 130 HYDROLOGIST 65 150 ELECTRICAL ENGINEER 85 200 MECHANICAL ENGINEER 85 200 SENIOR ENVIRONMENTAL SCIENTIST 115 220 ENVIRONMENTAL SCIENTIST 60 130 ARCHITECT (ALA) 105 245 ARCHITECT INTERN 60 120 LANDSCAPE ARCHITECT 115 145 SENIOR URBAN PLANNER 125 200 URBAN PLANNER 70 120 SR. CONSTRUCTION CONTRACT ADMINISTRATOR 110 195 CONSTRUCTION CONTRACT ADMINISTRATOR 75 150 GIS COORDINATOR 90 130 GIS ANALYST 60 130 DESIGNER 90 145 TECHNICIAN 65 120 OPERATIONS ANALYST / ACCOUNTING SPECIALIST 80 140 CONTRACT / REGIONAL ADMINISTRATOR 75 115 WORD PROCESSING /SECRETARIAL 55 90 CO-OP / INTERN 45 75 The ranges and individual salaries will be adjusted annually. Attachment CO Page 6 of 7 C:\Documents and Settinga16ct1Local Settings \Temporary Internet Fiks1Content.OutIook17TE9PWMYVCPL09446 Mod MI_scopc.doc EXPENSES Plotting Printing Bond $2.50 per plot Offset and Xerox Copies/Prints $0.10 per side copy Color $5.75 per plot Color Copies/Prints $0.50 per side copy Other $5.00 per plot Binding $5.75 per book Travel Computer 50¢ per mile Computer Usage $10.00/hour OTHER DIRECT EXPENSES Other direct expenses are reimbursed at actual cost times multiplier of 1.15. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Dallas, and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons other than staff members. Attachment CO Page 7 of 7 C:\Documents and Settiep\bct \Local Settings \Temporary Internet Filoa\ Content .QNlook\7TE9PWMY\CPL09446 Mod NI_acope.doc OM Town CoppdI Min 08058/0105860000 Improvements City of Copped IU ask Name DMa : SWrt Fiti1 � eg 2F7 t T allow ; r, .. Q �� � ® ®� ® ® ® ®© t2 mI/1O 1] ¢/ L Ijq to /171lN F4 1'277 pn �3n 3lus I n1�29 w line s2 s/9 see (.7�'a 7id /11h/le7rts en p. 1s !*^ . oobM` N°e°mer D'°'"'b°e Fe 1 Noe. m Procaotl 0 days Mon 2/1110 Men 2/1/10 2 Project 1Ook off 5 days T6o 2/4/10 Wed 2/10110 3 Waal Dow 4 wks Mon 2/1/10 Fn 2/26/10) ,_— 4 30% Plan Rewow &tooling 0 days Fn 2126/10 Fn 2/26/10 '72/29 S Preliminary Dosiml 6 wks Mon 3/1 /10 Fn 419110 '.. • 6 Submit BOX Design Odays Fn 4/9 /10 Fn 4/900 7 CM Review 2 wks Mon 4/12/10 Fn 423/10 _"i 6 Final Desgn 6 wks Mon 4/26/10 Fn 6/4110 4i. . -- 9 Submit 90% plans 0 days Fn 6/4/10 Fn 41 610 ryjlMt 10 City renew 3 wks Man 6/7/10 Fn 625/10 F - - -- • 11 Finalize plans and bid package 1 mon Mon 6/26/10 Fn 7/23/10 Submit 100% puns and specs 0 days Fn 7/23/10 Fr 723/10 ' r 13 AOwrdse, Sid and Award 6 wks Mon 7/26/10 Fn 9/3/10 ....... ,._ -_ • 14 Coninmon 6mons Mon 9/6/10 Fn 2/1e/11 - — • ..._ .._. __. __ _ . _.. _. . 71411 Mon 2/1/10 . ri j/ a. ,x .. cfNNFCT T11 EX. R' S $/ " a ' -... "� +` :=�" [ a w ±° ' do- .X� . ,� b '-' _ +e.e 1 ¢ i '-P'" - 5 . , 7 ' wa e « rgwm�w��►��maw a� . N ` vim ,. K am .. _ _. - — 4, F ' '' al ' .. [4 elf.. mitr' .i..` -��� �.>$`'fmay�a��1F�1rE .^.' { p er 1 � ` ` <_ FARMERS W�l2KET —> ` . ! , v F . ... -.... . . r� . ♦ ,.. ,.`.+ 11 _ M w —MA STREET - 1].100 SF. �+.. # ' rE . a I�at t z;ua".z c z >< 'KINC- AaoosF m •iiiiiii ' .Y. MAIN STREET - 12,100 S.F. —0 N - -.. '^' ,. ,C � KING -�.]W AF. W G ` i ...m.. r �, • ' i 1 -°- a � L P a JI/r�I��I/ "l MA ST E E . ., J�O�a,•^- `^'. ii - - PARKOVG.1 i: t i -+. 1 / / / / 1 11 : I� .w -- '77.7""' - ' '`' - . ""' "" ' ' ' - - - '- - -'?a- ' .. _ - _ ' ' . , 7_7: .. . - - ... -- - . „.. - - - . ."---- . - . ,t. - :- -- . r 44:.;*' . . ' a 774, ' ' : . . . , • , , ''', : I "li . ' if;it:467:10 , al, . LEGEND CITY OF COPPELL, TEXAS PROPOSED PAVEMENT FREESE PROPOSED SIDEWALK ` �� �BNICXOLS OLD TOWN COPPELL - MAIN STREET PROPOSED WATER LINE °® INFRASTRUCTURE IMPROVEMENTS . 4 - :r E °• 4 Sr., IN iEE ' ? " (1345 LF 8". 965 LF 10') H <'m PROPOSED SEWER LINE '3�' '.. ..... ,'- . . - (1960 LF 8') aev�wwmve y e 4( cr' Scv coy.t , COPPELL ATTACHMENT SC ra } * «,A e FREESE�NICHOLS « SCOPE OF SERVICES FOR OLD TOWN COPPELL INFRASTRUCTURE IMPROVEMENTS PROJECT DESCRIPTION Improvements include paving new roadway network, on- street parking, storm drain system, water lines, and sanitary sewer lines to provide infrastructure for the Old Town Coppell Development located in the southwest corner of South Coppell and Bethel Roads. The parameters for design of the improvements shall include the following: • Project control to be based on a local control monumentation established by the Bethel and South Coppell roadway projects. Field surveys will be included. Prior to construction, we will provide the initial staking of the monuments and the proposed roadway centerlines. 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 ". • A construction sequencing plan shall be considered for each area of construction. • All design work will be prepared in AutoCAD, with CD's to be furnished to the OWNER upon completion of the record drawings. • Submittals to the OWNER of work -in- progress shall include: o Site plan development/schematic design o Design Development (30% concept level plans) o Construction Documents (60 %, 90 %, and 100 %) • For each stage of review, two (2) full size and two (2) half -size sets of drawings will be furnished to the OWNER. • Parking spaces shall be designed per city standards and requirements. OWNER will be responsible for obtaining CITY approval. • Standards and typical construction details of the CITY may be referred to in the specifications and on the drawings. • Pavement design will be based on CITY standards as well as the geotechnical information obtained by FNI for the 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. • This scope of services assumes that the design development phase will be reviewed by OWNER and approved prior to authorization for construction documents. Changes to the layout or general design parameters made after the start of construction document preparation will be an Additional Service. Attachment SC Page 1 of 8 T:\Coppell -Site Development \T Drive \ol dtowncoppel l- scoperevised.doc • This scope of services assumes that the general information to be provided by OWNER will be a complete and a true representation of the information requested for the work involved by FNI. • The site civil design for the site will be based on current City requirements and specific site information provided by OWNER. This cost proposal assumes that the site civil design will be limited to improvements within the proposed property boundaries. Any off -site utility, drainage, or paving designs outside the boundary of the property will be considered Additional Services, unless specifically addressed in Article I. This proposal also assumes that adequate public water, sewer, electric and gas service capacity is available in the perimeter streets around the site. • The City will require a Storm Water Pollution Prevention Plan (SWPPP) to be prepared for the site. An erosion and sediment control plan will be included in the site civil plans. It will be the responsibility of OWNER and Contractor to implement, maintain and fully comply with the SWPPP during all phases of construction. • The cost for construction services will be limited to the general representation services outlined. Additional Project representation and inspections will be on an hourly reimbursable basis. FNI is not responsible for field changes, approvals, and recommendations made in the field by others. • OWNER will provide and will be responsible for all environmental studies and permits required for the demolition of existing facilities or the construction of the proposed facilities on the site. • The ARCHITECT will design all improvements within five (5) feet of the building footprint. Changes required on the site civil plans after final approved site plan has been developed will be considered Additional Services. BASIC SERVICES — FNI shall render the following Basic Services in connection with the development of the Project: A. Site Plan Development/Schematic Design 1. Perform site visit to verify existing utilities, access and potential drainage or traffic flow concerns. 2. Evaluate capacity of existing utilities and determine availability to meet demands. If existing facilities are inadequate, discuss options to meet the needs of the proposed plan. 3. Document existing zoning and obtain information regarding zoning and platting processes from the City. 4. Utilizing existing boundary survey and aerial photos, create a base map of the site. 5. Create a site plan in AutoCAD based on the concept plan provided by the OWNER and CITY zoning criteria. 6. Meet with the OWNER to review the proposed site plan and discuss infrastructure plans. 7. Make revisions to the site plan and provide a color drawing for use by the OWNER and CITY. B. Topographic Survey — Provide a topographic survey showing existing contours at a one -foot interval. The survey will provide flowlines of all manholes and drainage structures within the limits of the survey. The survey will tie down all existing features on the property including property corners, and Attachment SC Page 2 of 8 T:\Coppell -Site Dcvetopment \T Drivebldtowncoppol- scoperevised.doc 1 surface features associated with underground utilities. The survey will show all existing easements and Rights -of -Way. The topographic survey does not include a boundary survey for purchase or sale of the property. C. Design Development 1. Prepare preliminary layout drawings including site paving, site grading, drainage and utility schematics of the proposed site. 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. c. 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 planned that may impact the project. 2. Investigate conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric) locations and depths. 3. Prepare preliminary landscape /streetscape plans based on the designs developed in conjunction with the Bethel Road project and per CITY zoning ordinances. 4. Prepare preliminary street lighting plans. Coordinate with TXU regarding pole selection and service locations. Assist OWNER in coordination of relocation of existing electrical infrastructure. 5. Attend project meetings at the OWNER's request. The compensation for this item assumes attendance at ten (10), 2 -hour meetings either with the OWNER, the CITY or both. If additional meetings are requested, FNI will notify the OWNER that additional fee will be required. 6. 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 OWNER for review, discussions, and comment. This submittal will be at the 30% completion stage. D. Construction Documents - Following OWNER approval of the preliminary plans, FNI shall prepare final plans with the following additional tasks: 1. 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 1" = 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 Storm Water Pollution Prevention Plan (SWPPP) in accordance with the CITY ordinances, TCEQ guidelines, and/or Federal requirements. 3. Finalize necessary additional design details. Attachment SC Page 3 of 8 T:\Coppell -Site DevelopmentlT Drive oldtowncoppell- scopereviseddoc 4. Attend project coordination and design review meetings with CITY star The compensation for this item assumes attendance at ten (10), 2 -hour meetings either with the OWNER, the CITY or both. If additional meetings are requested, FNI will notify the OWNER that additional fee will be required. 5. Prepare final quantity of materials and final "Opinion of Probable Construction Costs." 6. 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. Submittals will be at the 60 and 90% completion stage. 7. FNI will submit the project plans to the state for the TAS /ADA review. FNI will prepare the application and make the submittal. It is assumed that the OWNER 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. 8. Provide updated plans for the utility companies, if necessary. 9. Meet with the OWNER/CITY to discuss final review comments prior to preparing bid package. 10. Revise plans to address review comments from the OWNER/CITY and other agencies affected by the project. 11. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract documents. 12. Revise the final "Opinion of Probable Construction Costs" if necessary. 13. 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: • Cover, vicinity map, sheet index • General Notes and Legend • Existing Topography and Demolition plans (6 sheets) • Site Plan • Paving and Dimensional Control Plans (8 sheets) • Drainage Area Map and Calculations (3 sheets) • Grading and Erosion Control Plans (7 sheets) • Utility Plan and Profiles (7 sheets) • Storm Drain Plan and Profiles (3 sheets) • Details (4 sheets) E. Construction Administration —Upon completion of the bid or negotiation phase services, FNI will proceed with the performance of construction phase services as described below. FNI will endeavor to protect OWNER 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 Attachment SC Page 4 of 8 T:\Coppell -Site Development\T Drive bldtowttoppell- scopmevi ed.doc 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. 1. Answer civil design related questions from the Contractor or Subcontractors that arise during the construction. 2. FNI will review submittals and determine compliance of shop drawings for the items required by the construction documents related to the site civil work. Review of alternates will be performed as an Additional Service at the rates shown in Attachment CO. 3. General field representation will be provided to observe the progress of the work and to answer questions that might arise in the field concerning FNI design of the site civil work. OWNER shall keep FNI apprised of the construction, such that site inspections can be coordinated with specific construction activity. The amount of field representation will be limited to a maximum of four (4) site visits for the civil work and one (1) final inspection. Additional field representation will be on an hourly reimbursable basis and will need to be agreed to by OWNER. 4. Revise the construction drawings in accordance with the information furnished by construction. Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints, one mylar set, and one CD of "Record Drawings" shall be provided by FNI to OWNER. 5. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical alignments per the drawings. SPECIAL SERVICES FNI shall render the following Special Services in connection with the development of the Project: A. The Scope for the following services shall be determined as the project proceeds. FNI proposes an allowance for these services with the understanding that as the scope is resolved the fee shall be adjusted appropriately. 1. Landscape and Irrigation Plans 2. Platting — Prepare a plat for the entire tract which will dedicate the public street rights -of -way and establish large lots that will be subdivided as development occurs. This scope of services includes one plat with large lots and does not include subdividing individual town home lots. TIME OF COMPLETION FNI is authorized to commence work on the Project upon execution of this AGREEMENT and agrees to complete the services in accordance with the following schedule: Site Plan Development 2 weeks from notice - to-proceed Topographic Survey 4 weeks from notice - to-proceed Design Development 4 weeks from approval of site plan Construction Documents 10 weeks from approval of DD plans If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays due to OWNER or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. Attachment SC Page 5 of 8 T;1Coppell-Site DewIopment\T Ddwbidtowncoppel l- scoperevised.doc These delays may result in an adjustment to compensation as outlined on the face of this AGREEMENT and in Attachment CO. Attachment SC Page 6 of 8 T:1Coppell -Site DevelopmenflT Drive bldtow000ppell- seopercvieed.doe COMPENSATION A. Basic Services: Compensation to FM for the Basic Services in Attachment SC shall be the lump sum as follows: City Developer Total Site Plan Development/Schematic Design $ 9,200 $ 9,200* $ 18,400 Topographic Surveying $ 3,390 $ 7,910 $ 11,300 Geotechnical Soil Report $ 4,600 $ 4,600 Design Development $ 38,400 $ 4,900 $ 43,300 Construction Documents $132,500 $17,500 $150,000 Construction Administration $ 12,300 $ 12,300 Total Basic Services $200,390 $39,510 $239,900 * FNI is currently under contract with CSE to provide site planning services not to exceed $5,000. This amount is included in the compensation listed. If FM sees the Scope of Services changing so that additional services are needed, FNI will notify OWNER for OWNER's approval before proceeding. Additional Services shall be computed based on the Schedule of Charges. B. Special Services: Compensation to FNI for the Special Services in Attachment SC shall be an hourly not to exceed or on a reimbursable basis. The following services are anticipated to be all related to public ROW areas: Landscape and Irrigation $22,100 Platting $12,000 C. Schedule of Charges for Additional Work: POSITION MIN MAX PRINCIPAL 200 260 GROUP MANAGER 200 260 SENIOR ENGINEER 155 205 ENGINEER (PE) 115 165 ENGINEER (EIT) 85 120 ELECTRICAL ENGINEER 85 170 MECHANICAL ENGINEER 70 170 ENVIRONMENTAL SCIENTIST 55 160 ARCHITECT 55 150 LANDSCAPE ARCHITECT 100 150 SENIOR URBAN PLANNER 125 200 URBAN PLANNER 70 100 SR. CONSTRUCTION CONTRACT ADMINISTRATOR 105 150 CONSTRUCTION CONTRACT ADMINISTRATOR 70 115 GIS COORDINATOR 105 115 GIS ANALYST 60 100 DESIGNER 50 130 TECHNICIAN 45 100 OPERATIONS ANALYST 75 105 CONTRACT ADMINISTRATOR 65 95 WORD PROCESSING /SECRETARIAL 45 85 CO -OP 45 60 Attachment CO Page 7 of 8 T:1Coppell -Site Development 1T Drive oldtowncoppell- scoperevised.doc 1 The ranges and individual salaries will be adjusted annually. EXPENSES Plotting Printing Bond $ 4.00 per plot BluelinesBlacklines $0.55 per square foot Color $21.50 per plot Offset and Xerox Copies/Prints $0.10 per side copy Vellum $11.50 per plot Color Copies/Prints $0.50 per side copy Mylar $15.00 per plot Binding $5.75 per book Computer Computer Usage $10.00/hour Travel 50.5¢ per mile OTHER DIRECT EXPENSES Other direct expenses are reimbursed at actual cost times multiplier of 1.15. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Dallas and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons other than staff members. Attachment CO Page 8 of 8 T :1Coppcll -Site DevelopmenAT Drivebldtowncoppell- scoperavised.doc ril NICHOLS CONTRACT CHANGE AUTHORIZATION FORM Amend #1 • Client: City of Coppell FNI Protect No CPL09446 255 Parkway Blvd Client Contract Ref.: Signed 2/22/10 Coppell, TX Attn: Ken Griffin Date: March 31, 2010 Project Description: Old Town Coppell Infrastructure Improvements Description of Services Added /Deleted: Design of Infrastructure Improvements for additional roadways in the Old Town Coppell Project Area including water, sanitary sewer, storm drainage and paving for Burnett, Crockett, as well as the remaining portions of Travis and Houston Streets per the attached exhibits. Deliverables: Construction Drawings for the project will be updated to include the original scope elements in addition to the newly added portions. Compensation shall be adjusted as follows: An additional lump sum of Thirty -One Thousand Five Hundred Dollars ($31,500) to be added to the current contract. Original Contract $207,100 Amended Amount $ 31,500 Revised Total Contract $238,600 Schedule shall be adjusted as follows: No adjustment to the schedule is necessary. The above described services shall proceed upon return of this Contract Change Authorization. Services will be billed as they are done. All other provisions, terms, and conditions of the agreement for services which are not expressly amended shall remain in full force and effect. ❑ A contract modification will be submitted. ® This Contract Change Authorization will serve as contract modification. FREESE AND NICHOLINC/ CITY OF COPPELL: BY: / . _ BY: icia H. Hatlev C p tk Ph; 1 1, 1 es Print or Type Name Print or Type Name TITLE: Principal TITLE: C; T1 J l /� o nc ci e_ (- DATE: March 31, 2010 DATE: O b—to � Z O lT 1701 N MARKET STREET, SUITE 600, LB 61 I DALLAS, TEXAS 76202 -2001 I TELEPHONE: 214 -217 -2200 I FAX: 214 - 217 -2201 R: \CONTRACTS \C \Coppell \Old Town Infrastructure Imp\Amendment #1 \CPL09446 Mod #Ldocx T 0 0 - 1 \ • 0 --- 0 __ � - .ii,..,, v i •, .)--i ,. ;V :,.,,.: ,.,, i■ . •,.. !Alp _ _ 01 1 ppN ,.,),,, , t,..&., -2 .1 ' [ 1 1 : - iQ Zel`,I0 ! ° •A 0 0 ,t.. 1 1 1 _•,3. J I PO L— — 11 I 1 i ' '4 7 111 ■%4.-il . 1 I0 _ fl ,- • E l , 1 6 ,AA r ' -,e4I i , 1 -- AO . 1 I 10ti 0 --- 1 - i F-1-11=11FE7 0 1 r 1 m 1 II 1-''' ft. al ._, ,, ... . .. _., 1 - I-- • '-!,: 7-4 1 : J 01 L__ 1 - . , P ' :"11 • .-) - _ ! I 1 i : . '''*; , --, - - --- - gem . 114M - I I= R-,P4.. , 1 . 1 1 I 1 11 , oe,dg:''" 0 r ., .' :: p 1 1 i I ■ -,,C (1 - — 1 l 1=1 4:'di W. - 16111111111=1111110 . c k'',,,.' • 6 e , -..,:'5'''1`,'":-'4,1,'_i:i- '''?: -:- ..!t14:. . § , tifi .:: , - ,., , -04'4 '.- : ';' ''' - .T 7. ;.:9T-'1, . 417.1: : :: i ,,lio 'St , l , 0 O r I - - - , ..t), )1!. ____ r _ __ . = ..- --, 1 -- - — 4Pi _ _ _ _ _ _ - 11 ' 1.1 r4p =... > - • rn • 1 1 1 ■ I - - ''''' - • ''''.° 1 .,,,, - 1 . -7o,1,, ,cetkerf;- .-.'-, :7 ::-.0J 11 1 L■g: - - - 110! 1: 1151 ' - • . III 1 1. iSijr% -.) [ --- , 1 i--- i —. , ,„,,-...„ , ,,,,. , , . I h------ ,i....1,, 1 fr . .. •=--, _ ,_______ ..: •:•-! '- '-,.. -- F< - • -L .. ' - -- 9 . , , ,-,-- --,___ _ _ ___ ______ _ r • ' I BET El_ ROAD _. , ' `y4}41 _ i i , _,... ..1. .... i C5 1 7 IF ---:, • 1 f hi - I ' 1 -.)'!• 1 x L--_-7-_-• I ) nr. II 0 II pi I c_f e:dnli rr - II r - X it gl 1 1 11 g g FT 2 g. N f, 0 8 I i CITY OF COPPELL TEXAS . 1,, CP1.09.6 OLD TOWN COPPELL rii_FligEsE MOT roll CONSTRUCTION xn. I N FRAS T R UCTU RE IMPROVEMENTS !NICHOLS ... CIVIL PAVING EXHIBIT . Rev. 06/10 FREESE CONTRACT CHANGE AUTHORIZATION FORM ' NICHOLS Amend #02 Client: City of Coppell, Texas FNI Project No.: CPL09446 255 Parkway Blvd. Client Contract Ref.: Coppell, TX 75019 Attn: Mr. Ken Griffin, P.E. Date: April 1, 2011 Project Description: Old Town Coppell Description of Services Added /Deleted: As detailed in the attached Scope of Services. Deliverables: As detailed in the attached Scope of Services. Compensation shall be adjusted as follows: A lump sum fee of $62,375: 1. Utility Coordination - $17,550 2. Additional Infrastructure Design - $36,200 3. Second Landscape Phase - $2,300 4. Additional Field Survey - $6,325 Alternate to add Water and SS Design for Retail Bldg Area - If the City elects to include this additional design work, FNI's additional fee will be a lump sum of $10,825. Original Contract $207,100 Amendment #01 $ 31,500 Amendment This Authorization $73,200 Revised Total Contract $311,800 Schedule shall be adjusted as follows: 90% plans to be submitted on April 19 (previously set for April 12 No impacts to remainder of project schedule. The above described services shall proceed upon return of this Contract Change Authorization. Services will be billed as they are done. All other provisions, terms, and conditions of the agreement for services which are not expressly amended shall remain in full force and effect. ❑ A contract modification will be submitted. ® This Contract Change Authorization will serve as contract modification. FREESE AND NICHOLS, INC.: CITY OF COPPELL, TEXAS: BY �i`� 4--(d7 BY ' 5 21{ 16 1 ( fl [r / Cl a Pk, ! l Print or Type Name Print or Type N ame TITLE: , % n; I ff TITLE: C1 I kt A t o a y e r DATE: 4" I J 1 DATE: t1/ b.. 11 1701 N MARKET STREET, SUITE 500, LB 51 1 DALLAS, TEXAS 75202 -2001 1 TELEPHONE: 214-217-2200 1 FAX: 214 - 217-2201 L:1Resourceslcbsl Attachment SC SCOPE OF SERVICES 1. Utility Coordination a. Coordinate with franchise utility companies to arrange meetings at the City to review the project and discuss their designs to serve the new development. b. Based on the franchise utility companies' design plans, prepare a conduit plan for the installation of conduit in areas where paving improvements are planned. c. Develop co- location trench details incorporating input from the franchise utility companies and coordinating with city utilities for the various street sections and crossings. 2. Additional Infrastructure Design a. Prepare construction plans for the installation of water and sanitary sewer lines in the alley between the townhomes along S. Coppell and East Main. Plans to include SS services and water meters per the townhome layout provided by the developer 3 -2011. b. Prepare paving and drainage construction plans for the alley between S. Coppell and East Main. c. Prepare construction plans for the installation of water and sanitary sewer lines in the alley behind the townhomes along Travis. Plans to include SS services and water meters per the townhome layout provided by the developer 3 -2011. d. Prepare paving and drainage construction plans for the alley behind the townhomes along Travis. e. Update the drainage area map and calculations, mass grading plan and other sheets as necessary to include the new infrastructure components. 3. Second Landscape Phase a. Separate the Landscape plans into two separate phases. Phase one will include the Main Street entry area and Phase two will include the landscaping around the inside of the square. These two sets will be prepared concurrently with the Old Town Infrastructure Improvement project. If revisions are needed after the completion of 100% plans on the Old Town project, additional services will be necessary. b. If additional phasing is required, additional services may be necessary to produce the additional documents. c. The phase 2 landscape construction will be completed in conjunction with the pavilion project so additional bid phase and construction administration will not be required. d. This scope and fee is based on the assumption that lighting and irrigation for the second phase landscape area (inside the square) will be installed as originally planned with the primary project. If it is determined that phasing is necessary, additional services will be required to include those elements in this second bid set. 4. Additional Survey Related to Bethel Road a. FNI is updating the Old Town Infrastructure Improvements project to include the portion of the Bethel Road Improvements running from the western end (near the Hard Eight BBQ) to Mitchell Street. In association with this plan update, FNI will perform additional field survey work to confirm existing conditions. This survey is necessary as field conditions have changed since the original survey on Bethel Road was completed in 2007. 1 Rev. 06/10 FREESE CHANGE AUTHORIZATION FORM NICHOLS Amend #3 Client: City of Coppell FNI Project No CPL09446 255 Parkway Blvd Coppell, TX 75019 Client Contract Ref.: Attn: Ken Griffin, P.E. Date: April 22, 2011 Project Description: Old Town Coppell Description of Services Added /Deleted: • Prepare paving, drainage, water and sanitary sewer plans for the alley between Cottage buildings connecting Burnett and Main street and the alley behind the Cottage buildings on the west side of Main Street. • Prepare paving and drainage plans for the 24' fire lane behind the retail buildings between Travis and Houston Streets (water and sanitary sewer design was added in Amendment #2). • Update conduit plan, drainage area map, mass grading plan and horizontal control plans to include the updated scope of work. • Update construction cost estimates to include the updated scope of work and assist the city in breakdown of the cost between city and developer portions. Compensation shall be adjusted as follows: FNI shall be paid for the services described above a lump sum fee of Thirty -Six Thousand Dollars ($36,000). Original Contract $207,100 Amendment #1 $31,500 Amendment #2 $73,200 Amended Amount $36,000 Revised Total Contract $347,800 Schedule shall be adjusted as follows: 90% submittal will be adjusted to May 6 to accommodate the additional work. Likewise, target date for City Council award of construction contract has been moved to September 13` The above described services shall proceed upon return of this Contract Change Authorization. Services will be billed as they are done. All other provisions, terms, and conditions of the agreement for services which are not expressly amended shall remain in full force and effect. ❑ A contract modification will be submitted. ® This Contract Change Authorization will serve as contract modification. FREESE AND NICHOLS, INC: • CITY OF COPPELL: B : _ . �L Lr% BY: Tr ic': C lA P r; S Print or Type Name TITLE: Principal TITLE: C; / 1 1&rc& e..�r DATE: 4 -22 -11 DATE: �i 1701 N. MARKET STREET, SUITE 500 1 DALLAS, TEXAS 75202 1 TELEPHONE: 214- 217 -2200 Rev. 06 /10 FREESE CONTRACT CHANGE AUTHORIZATION FORM 1 7 NICHOLS Amend #4 Client City. Coppell F■I CPL09446' 255XParkway6Blvd.= ent +Cori -<Coppell, <L ",7,5019 ; �Cii tractkRef *ttn :iKen GrtfFin,kP E ;, iDate June 1,:2011 Project Description: Old Town Coppell Description of Services Added /Deleted: Additional street light design along both sides of Travis Street, Houston Street, Burnet Street, Crockett Street and one side of East Main Street and West Main Street. Compensation shall be adjusted as follows: FNI shall be paid for the services described above a lump sum fee of Four Thousand Nine Hundred Dollars ($4,900). 1,0' 0 ea , ;;; 4'g , �K t �` = �, Original Contract $207,100 itl d L i sk_ wF i "� Vi A mendment #1 $ 31,500 - d Amendment #2 $ 73,200 Amendment#3 $ 36,000 .$4:1 , 14, k Current Amendment Amount '$ 4,900 1 '(L' �, , � � yie , A Revised Total Contract $352,700 Schedule shall be adjusted as follows: 100% plans will be submitted on July 15 The above described services shall proceed upon return of this Contract Change Authorization. Services will be billed as they are done. All other provisions, terms, and conditions of the agreement for services which are not expressly amended shall remain in full force and effect. ❑ A contract modification will be submitted. ® This Contract Change Authorization will serve as contract modification. FREESE AND NICHOLS, INC.: CITY OF COPPELL: s• BY: - �:�..�.�� BY: • Tri H. Hatle • ' Print or Type Name Print or Type Name TITLE: Principal TITLE: / �Lf Pte"- DATE: DATE: � �� // 1701N. MARKET STREET, SUITE 500 I DALLAS, TEXAS 75202 I TELEPHONE: 214-217 -2200 I FAX: 214-217 -2201 L:IRssourceslContract Blue ShsatalClCoppol1CPL09446 Old Town InfrastructurelAmend #41CPL09446 Amend #4.doc I c ■ U(, I n FREESE CONTRACT CHANGE AUTHORIZATION NICHOLS Amendment #5 i Client: City of Coppell FNI Project No.: CPL09446 255 Parkway Blvd Coppell, TX 75019 Client Contract Ref.: Attn: Keith Marvin, P.E. ; Date: October 28, 2011 Project Description: Old Town Coppell Infrastructure Improvements Description of Services Added /Deleted: Design of Infrastructure Improvements for additional parking lot along Houston Street with additional paving, drainage, landscape. irrigation and lighting. Compensation shall be adjusted as follows: FNI shall be paid for the services described above a lump sum fee of Twenty -Three Thousand Nine Hundred Dollars (523,900). Original Contract T $207,100 Amendment #1 $ 31,500 -} Amendment #2 $ 73,200 Amendment #3 $ 36.000 Amendment #4 $ 4.900 Current Amendment Amount $ 23,900 Revised Total Contract $376,600 Schedule shall be adjusted as follows: I 95% design plans will be submitted to the City electronically within 3 weeks of NTP. The above described services shall proceed upon return of this Contract Change Authorization. Services will be billed as they are done. All other provisions, terms, and conditions of the agreement for services which are not expressly amended shall remain in full force and effect. ❑ A contract modification will be submitted. This Contract Change Authorization will serve as contract modification. FREESE AND NICHOLS, INC.: CITY OF COPPELL: BY( L - ..IIY BY: z j' r` �• l cia H. Hatley C/G P4 Print or Type Name Print or Type TITLE. Principal TITLE: C. G If 1a e. Vim_ DATE: 1I - 1I DATE: 1701 N. MARKET STREET, SUITE 500 DALLAS, TEXAS 75202 TELEPHONE: 214- 217 -2200 I FAX: 214 - 217 -2201 L : \Contract Blue Sheets \C` \CPL09446 Old Town Infrastructure \Amend #5 \CPL09446 Amend #5 doc SCOPE OF SERVICES BASIC SERVICES: FNI shall render the following professional services in connection with the development of the Project on an hourly not -to- exceed basis: A. Construction Documents I. Provide a paving, grading and dimensional control plan that identifies critical control points on the site to be used for the control of the design and construction. This control plan will be based on the coordinate system established at the site during the surveying. The drive entrances, surface parking lot, sidewalks and paving subgrade recommendations, based on the geotechnical evaluation provided by the OWNER, will be shown on the plan. The design will include the parking layout, striping, handicap ramps, sidewalks and integral curbs. Included with the plan will be site - grading associated with the roadway entrances, parking lots and surrounding open space areas to be graded and constructed for the proposed improvements. The grading will be prepared at a one -foot contour interval with intermediate spot elevations at critical control points. Necessary erosion control structures will be identified and located on the plan. The contractor will be responsible for meeting all local, state, and federal requirements for erosion control during construction. *Fee: $3,378 2. Prepare a site drainage plan for the parking lot area for drainage across the site. The on -site drainage plan will consist of sheet flow drainage on the parking lot and underground pipe systems to adequately drain the site. The site drainage plan will be in accordance with City criteria and ordinances. Drainage design included in this proposal is limited to on -site design and assumes ties to proposed City storm drain systems. *Fee: $4,571 3. Prepare profiles of storm drainage lines and show relationships with other utilities including existing underground utilities. *Fee: $2,613 4. Prepare landscape /streetscape plan for the parking area along the north side of Houston Street from Hammond Street to Main Street. The plan will consist of detailing all landscaping in tree wells, parking islands and other open space along the parking area. *Fee: $6,999 5. Prepare lighting plan for parking area. The plan will consist of detailing all conduit, tree receptacles, light poles, electrical services and panels for the parking area and north side of Houston Street from Hammond Street to Main Street. Each parcel in the parking area will be metered separately. *Fee: $4,959 6. Prepare irrigation plan for parking lot and update irrigation plan along Houston St between Hammond Street and Main Street. Each parcel in the parking area will be metered separately. *Fee: $1,380 TOTAL FEE: 523,900 ARTICLE 11 DELIVERABLES: Deliverables to be provided by FNI are described as follows: 1. FNI will provide the OWNER with one (1) set of original drawings. 2. FN1 proposes to complete the CADD work on this project in AutoCad Rel. 14 format. One (1) disk copy of the record plans can be provided to the OWNER for your records, upon request. 13. Anticipated New and Resubmitted Plan Sheets Under the Basic Services PV -6 Houston Street - Update to show sidewalk on north side (resubmit) PV -6A Parking lot Paving, Dimension Control and Grading Plan (new) DR -] Updated parking lot drainage areas for additional inlets (resubmit) SD -18 Update Storm Drain Line Q with laterals for parking drainage (resubmit) SD -22 Add Storm Drain Line Q Laterals (resubmit) LP -2A Create Landscape Plan for north side of Houston St and Parking area (new) E -3 Update Electrical plan on north side of Houston St (resubmit) E -3A Create Electrical layout for parking area (new) IR -4A Irrigation plan along north side of Houston St and in parking area (new) Site Civil Development THH 11/15/1 1 CI l 1 ,flit i l l H H i,l I I, I I H . ; iip A 1 t \i:' � FREESE BID ITEMS IN CONTRACT JRJ UNIT PRICES ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PAVING IMPROVEMENTS _ 116 8" Lime Subgrade Treatment _ 3,582 SY 52 22 $7,952.04 117 Lime 72 TON $143.85 $10,355 47 123 6" Reinforced Concrete Pavement - Driveways and Alleys 3,428 SY $29 78 $102,085 84 131 4" Reint. Concrete Sidewalks 570 SY 530 31 $17,276 70 132 TXDOT Type 2185 -1 Directional Curb Ramps 3 EA $750 00 52,250 00 141 24" White, Solid Type II Pavement Markings 23 LF $25 20 $579.60 142 4" White, Solid Type I Pavement Markings 1,557 LF $5 78 $8,999 46 143 Pavement Marking Symbols 3 EA $759 72 $2,279.16 145 Roadside Sign Assembly (New Installation) 2 EA $404 25 $808 50 Paving Item Subtotal $152,688.77 DRAINAGE IMPOVEMENTS 186 18" RCP (CL III) 36 LF $36 05 $1,297.80 195 Trench Safety 36 LF $0 11 $3 96 196 Std. 5' Curb Inlet 2 EA 52,034 25 $4,068.50 Drainage Item Subtotal $6,370.28 STREET LIGHTING IMPROVEMENTS 241 Street Light Pullbox 3 EA $432 60 $1,297 80 242 Tree Well Receptacle 15 EA $365 65 $5,484.75 243 Electrical Service 1 EA $4,377.50 $4,377 50 244 Electrical Panel 1 EA $3,646.20 _ $3,646.20 246 2" PVC conduit, underqoumd 700 LF $3.66 $2562.00 247 Circuits for receptacles, 2 #10, #10G, 1" PVC conduit, underground 450 LF 55.26 $2,367 00 248 Circuits for receptacles, 2#8, #10G, 1" PVC conduit, underground 700 LF $6 18 $4,326.00 Street Lighting Improvements Subtotal $24,061.25 LANDSCAPE IMPROVEMENTS _ 249 Large Shade Tree - Southern Live Oak _ 20 EA $288.75 $5775 00 250 Large Shade Tree - Shumard Oak 10 EA $288 75 _ $2,887 50 251 Large Shade Tree - Cedar Elm 10 EA $288 75 $2,887 50 252 Multi Trunk Tree - Potomac Crape Myrtle _ 10 EA $294 00 52,940 00 253 Multi Trunk Tree - Tree Yaupon Holly 10 EA $262 50 $2,625.00 254 Evergreen Tree - Little Gem Magnolia 10 EA $273 00 _ $2,730 00 255 Evergreen Tree - Savannah Holly 20 EA _ $273 00 $5,460.00 256 Shrubs/Grasses - Dwarf Yaupon Holly 200 EA $15 23 53,046 00 257 Shrubs/Grasses - Indian Hawthorn 20 EA $14 70 $294 00 258 Shrubs/Grasses - Mexican Feathergrass 20 EA $12 60 $252 00 259 Shrubs/Grasses - Upright Rosemary 20 EA $14.70 $294 00 260 Shrubs/Grasses - Knock -out Red Rose 250 EA $25.20 $6,300.00 261 Groundcover - Big Blue Liriope 3,000 SY 52.05 $6150.00 262 Turf - Common Bermuda 1,187 SY _ $2 89 $3,430.43 263 36" Deep Dual- Purpose Root and Water Barrier 50 LF $8 40 $420.00 264 Irrigation 1 LS $12,000.00 $12,000.00 Landscape Improvements Subtotal $57,491.43 BID ITEMS NOT IN CONTRACT FNI 1 6" Integral Concrete Curb 1,654 LF $4 50 $7,443.00 2 Parking Lot Lights including pole bases 8 EA $3,000.00 $24,000 00 BId Items Not In Contract Sub Total $31,443.00 SUBTOTAL $270,952 71 CONTINGENCY 10% $27,095 27 Total $298,047.99 Notes: 1 Additional cut/fill not included in estimate. Earthwork estimated to be about 500 CY of excavation ($635) Original contract had 32,066 CY of excavation 2 Erosion control not included in estimate Quantified as lump sum in onginal contract Would need 2 additional inlet protections for 2 curb inlets 3 Estimate includes sidewalk and landscaping /irrigation along north side of Houston St between Hammond and Main St