Loading...
Freese and Nichols O _' ` \ CCTCW NN _, CD ? W N - OCDOAG) NN - - C`DCOO NOS _, .pC CO 01 � O\ W N co N -- -- -- W 1V -- -, N - N -- NNNw NO — N N —► N W U1 � N 0 C7 CG 13 N O O O O O O N N O O O O O N O O O O O N O O O O CD N O N 0 0 0 m a Q o � 0000 ° 0000000000000 � 000000 momma 000000000v "ICnCnCnO A � P44E3W W — --• NOCOCDv �PW �D � m ci mTITImTITITIT1TITImmTITImm mTI -1TI11mTITITI E gl c) Q 71 S?o f?o Po S?o S?o Sp S?o ge f P f?° co S?o S?o go S?° fo 90 90 Qo Qo Qo Qe go ?° f?3 CD Q Cn Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z CD Z Op p -I CD .. (D CD p Z 5 w( n CD O 'O O_ -I O ) O O 0-a O O 0 CD m .: CD Q Z m 0 EA Efl EA 69E3 03 01 5. '-' 0 "l E3 — -• W 01 0 _ 0 -.4 J. N 4 O) CO W C O "1 Q V O O 0 • W N co CD 0 00 •AO ii CT 0 0 O 01 0000 O 0 0 0 0 0 0 0 • W CD Cl) 7 co C1 EA EA EA EA EA -• 03 03 EA EA EA E) cn 01 (/) -en 03 3 te 43 NN N — — W -• - Efl - N69N ? 0 O C , O N W CJl -NI -1 CO -1 CJ1 W CO W Co 0 cc) Cn J 00 co co - O n N O 'co O W A O V CO O) OD 011 O) -.I W 0) W Cj CO CDO � CO OCJ10000N "1 � OA01 4N.) 0 O Cp 00000 V CT 000000000N CO 0 W O) p O 0 �4 COU11V ..A 'CD .CD O .CD O 'CD OCOOG W 00) O O -• 4OCD -1 00000000000 W O) — O O 43434343 H9Efl E!9 EA EA EAEflEA 0. 0101 N N A W Off) rCCOO N . N ? O) OODD W 0 v V N O N 0 0) W; COD 0 0 0 0 SO CAOOCD4 "1CO0) O) Cn O 0100000 fD O W O) NCD - CC)) 0) W 00 0 000000 ; ;C) CD CD CD CD CD D CD CD < < < < < < N y: N n: O O O O O O :'.::::::.i:i'•:...,v-:' :v.:f :: :6A:0::.::g g....::. .:::40:.:xy:fl::46 41.: 9:.;:::.:.�y fig . O �?:'�::�::^�:::;.s':.iw::::.►.::.,a::W..tC} : � :. .. :i�l..:A:L9: W 4* 0 4t � N) - QS::N:.tai'::C?Y':. i:.:fYi.:'.Cri':i!J:::JSi::ti3::l�:.Y a:: ::fD::C,). A::f3D::.CA:.iD::�Oti:.�}::070:::::i Cr N -• "..:.Y..::1...:...:.Y....!` ::.Y:... Y"::.Y:::.1.:... .....,�'::::.Y::::..:' ......... w:.?a.. .:•:. .::: <0::0::: .:..•74:::0!:: "0„ W:::1: . :":;74 CD 0 0 +O R0 0: 0:0: N ,0' 0::.p. 0' : :: ''; : - .: ... :: :5 : :$ 8 8 . ::v.3 ::::• oEfll 0) 0'' • N.) 01 O O; j oo CJ1 CO CO r N ` � O- co -0 CO 80NNNNNND 5 .(l _& 000000-0 Cp 0 N N N r.) m O = 71 71 71 71 71 71 "71 71 0_ fl H QcQ� QoS2oQoQoQoQo • _ Z Z Z Z Z Z Z Z W a CD CD m , 0 0-0 o ,� 0 0 m 0 CD 0 0 0 0 v EA H9 - EA-EA 0 CO W OD d9 N N fl1:' A CJl N --► CO 0) Ca) V ::CO:: V CIO C71 C) O v v CD :Y)): IV 0) O IV 4) 01 O CA 0) CON — C) C) co 0 co i:15iC N to ..yam ww tit '.�:.::::::�':.�...,t�••.::Yf::. ::.. T. > :'as::'::::::. [ :vi::c :: ;:: r:its. C) Cr 0 CA) ` -o'-c-( IF FREESE IM NICHOLS Freese and Nichols, Inc. 1701 N Market Street, Suite#500- LB51 Dallas,Texas 75202-2001 Phone: (214)217-2200 FEI Number: 75-1531935 City of Coppell Invoice# : 1232836 Mr. Ken Griffin, P.E. Project : CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 9/25/2012 Coppell TX 75019 1 ...-2 i� '� ' i- For Professional Services Rendered through: 8/31/2012 Bethel&Coppell Road Infrastructure Improvements. Previous Current Pct. Total Lump Sum: Phase Fee Amount Amount Comp Fee Earned Survey/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 Conceptual Design 41,300.00 41,300.00 0.00 100.00 41,300.00 Geotechnical Investigation 11,500.00 11,500.00 0.00 100.00 11,500.00 Preliminary Engineering 68,600.00 68,600.00 0.00 100.00 68,600.00 Final Engineering 268,000.00 251,518.00 0.00 93.85 251,518.00 Bid Phase I 5,500.00 5,500.00 0.00 100.00 5,500.00 Bid Phase II 5,500.00 0.00 0.00 0.00 0.00 Construction Phase I 24,400.00 24,400.00 0.00 100.00 24,400.00 Construction Phase II 19,500.00 0.00 0.00 0.00 0.00 Project Expenses 25,000.00 24,779.43 0.00 99.12 24,779.43 Authorization#1 Dated 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 Authorization#2 Dated 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 Authorization#3 Dated 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 Authorization#4 Dated 11/14/09 14,800.00 14,800.00 0.00 100.00 14,800.00 Authorization#5 Dated 9/23/10 2,000.00 2,000.00 0.00 100.00 2,000.00 Authorization#6(LS) Dated 3/5/12 64,235.00 51,388.00 0.00 80.00 51,388.00 Total Lump Sum Service 696,875.00 635,125.43 0.00 91.14 635,125.43 Hourly: Not to Exceed Previous Current Pct. Total Fee Amount Amount Comp Fee Earned Authorization#6(CPM) Dated 3/5/12 10,550.00 511.92 6,147.26 63.12 6,659.18 Total Hourly Services: 10,550.00 511.92 6,147.26 63.12 6,659.18 Total Project Fee: 707,425.00 635,637.35 6,147.26 90.72 641,784.61 -fL Total Fee Earned to Date: 641,784.61 Less Previous Billings: 635,637.35 )0' F. 11. - Amount Due this Invoice 6,147.26 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 :j REFERENCING FREESE AND NICHOLS PROJECT CPL03243 AND INVOICE #1232836 t7M1 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG @FREESE.COMP/g/1 witFREESE ). ,;/ RNICHOLS �x z... Freese and Nichols, Inc. 701 N Market Street, Suite#500- LB51 _)atlas, Texas 75202-2001 Phone: (214) 217-2200 FEI Number: 75-1531935 City of Coppell Invoice# : 1231255 ATTN: DIRECTOR OF ENGINEERING Project : CPL03243 Mr. Ken Griffin, P.E. Invoice Group : 01 Director of Engineering Invoice Date : 7/24/2012 255 Parkway Blvd. Coppell TX 75019 I VL ?Z For Professional Services Rendered through: 6/30/2012 Bethel & Coppell Road Infrastructure Improvements. Pct. of Previous Current Pct. Total Lump Sum: Lump Sum Svcs. Phase Fee Amount Amount Comp Fee Earned Survey/ROW 5.60 39,000.00 39,000.00 0.00 100.00 39,000.00 Conceptual Design 5.93 41.300.00 41,300.00 0.00 100.00 41,300.00 Geotechnical Investigation 1.65 11,500.00 11,500.00 0.00 100.00 11,500.00 Preliminary Engineering 9.84 68,600.00 68,600.00 0.00 100.00 68,600.00 Final Engineering 38.46 268,000.00 251,518.00 0.00 93.85 251,518.00 Bid Phase I 0.79 5,500.00 5,500.00 0.00 100.00 5,500.00 mid Phase II 0.79 5,500.00 0.00 0.00 0.00 0.00 ,onstruction Phase I 3.50 24,400.00 24,400.00 0.00 100.00 24,400.00 Construction Phase II 2.80 19.500.00 0.00 0.00 0.00 0 00 Project Expenses 3.59 25,000.00 24,779.43 0.00 99.12 24,779.43 Authorization#1 Dated 8/19/04 7.63 53,140.00 53,140.00 0.00 100.00 53,140.00 Authorization#2 Dated 12/15/06 5.51 38,400.00 38,400.00 0.00 100.00 38,400.00 Authorization#3 Dated 11/19/07 2.30 16,000.00 8,800.00 0.00 55.00 8,800.00 Authorization #4 Dated 11/14/09 2.12 14,800.00 14,800.00 0.00 100.00 14,800.00 Authorization#5 Dated 9/23/10 0.29 2,000.00 2,000.00 0.00 100.00 2,000.00 Authorization#6(LS) Dated 3/5/12 9.22 64,235.00 31,629.31 19,758.69 80.00 51,388.00 Total Lump Sum Service 696,875.00 615,366.74 19,758.69 91.14 635,125.43 Hourly: Not to Exceed Previous Current Pct. Total Fee Amount Amount Comp Fee Earned Authorization#6 (CPM) Dated 3/5/12 10,550.00 511.92 0.00 4.35 511.92 Total Hourly Services: 10,550.00 511.92 0.00 4.85 511.92 Total Project Fee: 707,425.00 615,878.66 19,758.69 89.85 635,637.35 Total Fee Earned to Date: 635,637.35 Less Previous Billings: 615,878.66 Amount Due this Invoice C-19",7-587-16-9 9' i i , vi ()IL,. J, •j� *� , ? PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT CPL03243 AND INVOICE #1231255 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG @FREESE.COM Page 2 of 2 r FREESE rilINICHOLS 1701 N Market Street,Suite#500-LB51 Dallas,Texas 75202-2001 Phone: (214)920-2500 FEI Number.75-1531935 I City of Coppell Invoice#: 2430129 Mr.Ken Griffin,P.E. Project: CPL03243 Director of Engineering Invoice Group: 01 255 Parkway Blvd. Invoice Date: 08/31/2011 Coppell,TX.75019 '120 I -' 2q For Professional Services Rendered through: 8/31/2011 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 23,804.64 595.36 100.00 24,400.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,779.43 0.00 99.12 24,779.43 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 AUTHORIZATION#5 DATED 9/23/2010 2,000.00 2,000.00 0.00 100.00 2,000.00 Total Fee: 632,640.00 583,142.07 595.36 92.27 583,737.43 Total Fee Earned To Date • 583,737.43 Less Previous Billings 583,142.07 I it Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned Amount Due this Invoice $595.36 167 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430129 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @(214)920-2500 EXT.58 or LKG @FREESE.COM it r\'9 -- (.', r tttttt t-. 6 reEESE NFNRICHOLS Freese and Nichols, Inc. 1701 N Market Street, Suite#500- LB51 Dallas,Texas 75202-2001 Phone: (214)217-2200 FEI Number:75-1531935 City of Coppell Invoice# : 2430130 ATTN: DIRECTOR OF ENGINEERING Project : CPL03243 Mr. Ken Griffin, P.E. Invoice Group : 01 Director of Engineering Invoice Date : 5/22/2012 255 Parkway Blvd. Coppell TX 75019 For Professional Services Rendered through: 4/30/2012 Bethel&Coppell Road Infrastructure Improvements. Pct.of Previous Current Pct. Total Lump Sum: Lump Sum Svcs. Phase Fee Amount Amount Comp Fee Earned Survey/ROW 5.60 39,000.00 39,000.00 0.00 100.00 39,000.00 Conceptual Design 5.93 41,300.00 41,300.00 0.00 100.00 41,300.00 Geotechnical Investigation 1.65 11,500.00 11,500.00 0.00 100.00 11,500.00 Preliminary Engineering 9.84 68,600.00 68,600.00 0.00 100.00 68,600.00 Final Engineering 38.46 268,000.00 251,518.00 0.00 93.85 251,518.00 Bid Phase I 0.79 5,500,00 5,500.00 0.00 100.00 5,500.00 Bid Phase II 0.79 5,500.00 0.00 0.00 0.00 0.00 Construction Phase I 3.50 24,400.00 24,400.00 0.00 100.00 24,400.00 Construction Phase II 2.80 19,500.00 0.00 0.00 0.00 0.00 Project Expenses 3.59 25,000.00 24,779.43 0.00 99.12 24,779.43 Authorization#1 Dated 8/19/04 7.63 53,140.00 53,140.00 0.00 100.00 53,140.00 Authorization#2 Dated 12/15/06 5.51 38,400.00 38,400.00 0.00 100.00 38,400.00 Authorization#3 Dated 11/19/07 2.30 16,000.00 8,800.00 0.00 55.00 8,800.00 Authorization#4 Dated 11/14/09 2.12 14,800.00 14,800.00 0.00 100.00 14,800.00 Authorization#5 Dated 9/23/10 0.29 2,000.00 2,000.00 0.00 100.00 2,000.00 Authorization#6(LS) Dated 3/5/12 9.22 64,235.00 0.00 18,161.17 28.27 18,161.17 Total Lump Sum Service 696,875.00 583,737.43 18,161.17 86.37 601,898.60 Not to Exceed Previous Current Pct. Total Hourly: Fee Amount Amount Comp Fee Earned Authorization #6 (CPM) Dated 3/5/12 10,550.00 0.00 455.04 4.31 455.04 Total Hourly Services: 10,550.00 0.00 455.04 4.31 455.04 Total Project Fee: 707,425.00 583,737.43 18,616.21 85.15 602,353.64 Total Fee Earned to Date: 602,353.64 Less Previous Billings: 583,737.43 Amount Due this Invoice ( ?0,,'ki- v p 3 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT CPL03243 AND INVOICE#2430130 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG@FREESE.COM Page 2 of 3 5 U ).,C:i El FREESE QNICHOLS Freese and Nichols, Inc. 701 N Market Street, Suite#500- LB51 Jallas, Texas 75202-2001 Phone: (214) 217-2200 FEI Number: 75-1531935 City of Coppell Invoice# : 1230553 ATTN: DIRECTOR OF ENGINEERING Project : CPL03243 Mr. Ken Griffin, P.E. Invoice Group : 01 Director of Engineering Invoice Date : 6/22/2012 255 Parkway Blvd. Coppell TX 75019 For Professional Services Rendered through: 5/31/2012 Bethel & Coppell Road Infrastructure Improvements. Pct. of Previous Current Pct. Total Basic Services:(Lump Sum) Lump Sum Serv. Phase Fee Amount Amount Comp Fee €.arned Survey/ROW 5.60 39,000.00 39,000.00 0.00 100.00 39.))0.00 Conceptual Design 5.93 41,300.00 41,300.00 0.00 100.00 41, ':'0.00 Geotechnical Investigation 1.65 11,500.00 11,500.00 0.00 100.00 11, 5)0.00 Preliminary Engineering 9.84 68,600.00 68,600.00 0.00 100.00 68,,3:.0.00 Final Engineering 38.46 268,000.00 251,518.00 0.00 93.85 25' 518.00 Bid Phase I 0.79 5,500.00 5,500.00 0.00 100.00 5 5:10.00 '"'d Phase II 0.79 5,500.00 0.00 0.00 0.00 0.00 construction Phase I 3.50 24,400.00 24,400.00 0.00 100.00 24,4)0.00 Construction Phase II 2.80 19,500.00 0.00 0.00 0.00 0.00 Project Expenses 3.59 25,000.00 24,779.43 0.00 99.12 24.779.43 Authorization#1 Dated 8/19/04 7.63 53,140.00 53,140.00 0.00 100.00 53,1.40.00 Authorization#2 Dated 12/15/06 5.51 38,400.00 38,400.00 0.00 100.00 38 400.00 Authorization#3 Dated 11/19/07 2.30 16,000.00 8,800.00 0.00 55.00 8 3)0.00 Authorization#4 Dated 11/14/09 2.12 14,800.00 14,800.00 0.00 100.00 14 300.00 Authorization#5 Dated 9/23/10 0.29 2,000.00 2,000.00 0.00 100.00 2,)00.00 Authorization#6 (LS) Dated 3/5/12 9.22 64,235.00 18,161.17 13,468.14 49.24 31 5-'9.31 Total Lump Sum Services: 696,875.00 601,898.60 13,468.14 88.30 615,366.74 Special Services: (Hourly) Not to Exceed Previous Current Pct. Total Fee Amount Amount Comp Fee I:i,rned Authorization#6 (CPM) Dated 3/5/12 10,550.00 455.04 56.88 4.85 511.92 Total Hourly Services: 10,550.00 455.04 56.88 4.85 511.92 Total Project Fee: 707,425.00 602,353.64 13,525.02 87.06 61';,878.66 Total Fee Earned to Date: 61^;,878.66 Less Previous Billings: 6(12,353.64 Amount Due this Invoice 13525.02 Ih `(jS 167 1 ..3 ' Q _i 1../../ i/' 2- PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT CPL03243 AND INVOICE #1230553 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER © (214) 920-2500 EXT. 58 or LKG©FREESE.COM Page 2 of 3 T H E • C 1 T Y • O F Page 1 of 1 COPPELL A 8 = , Bill To Ship To Reprint Purchase Order Accounts Payable City of Coppell No. 110000292 P.O. Box 9478 Engineering Department COPPELL, TX 75019 255 Parkway Blvd. Coppell, TX 75019 1 0/1 4/1 0 Vendor 2943 FREESE AND NICHOLS, INC. Deliver by 10/14/10 Contact Ship Via FREESE AND NICHOLS, INC. Freight Terms 1701 NORTH MARKET STREET Originator conversion SUITE 500 LB51 Resolution Number DALLAS„ TX 75202-2001 tqy� ) B�� .�' eB�(�€E 9 E B 9 4 E g g ��l i�a..f k,. �� ��e t �@I f` �0 �,iSII�,E;.r $„•+,.,., t£€I IEI€€IlE P.>.a .,, a,R�F,e,,,�`f'FFftt�B d•,.�.„ ,, iP�B �.e`oSfr U81i E e.6F&P3E,i 1.0000 JB Conversion Item $2,000.0000 $2,000.00 Item Description Other Professional Servic Detail Description DESIGN OF BETHEL ROAD ii ST#03-01 FROM PENFOLDS LANE TO DENTON TAP -CHANGE ORDER#5- G/L Account Project Amount Percent 625-638-637 4220(Other Professional Servic) 100.00% 1.0000 JB OTHER PROFESSIONAL SERVICES $74,785.0000 $74,785.00 item Description --CHANGE ORDER/AMENDMENT#6-- G/L Account Project Amount Percent 625-638-637 4220(Other Professional Servic) 100.00% Total Due $76,785.00 • All purchase orders are subject to the terms and conditions of the City of Coppell. The terms and conditions are located on the City website. www.coppelltx.gov/purchasing-dept • Purchase order number must appear on all invoices, shippers, bill of lading and correspondence. Special Instructions City of Coppell, Texas 255 Parkway Boulevard Coppell,Texas COPPELL 75019-9478 )0 4 Master File Number: 2012-0381 File ID: 2012-0381 Type: Agenda Item Status: Passed Version: 1 Reference: In Control: Engineering File Created: 02/20/2012 File Name: Contract Amendment#6 Bethel&Coppell Road Final Action: 02/28/2012 Title: Consider approval of Contract Amendment Number 6 in the amount of $74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. Notes: Agenda Date: 02/28/2012 Agenda Number: 13. Sponsors: Enactment Date: Attachments: Contract amendment#6 Bethel-Coppell Road Enactment Number: Memo.pdf,Contract amendment#6 Bethel-Coppell Exhibit.pdf, Contract amendment#6 Bethel-Coppell Road-Amendment.pdf Contact: Hearing Date: Drafter: Effective Date: History of Legislative File Ver- Acting Body: Date: Acton: Sent To: Due Date: Return Result: slow Date; 1 City Council 02/28/2012 Approved Pass Action Text: A motion was made by Councilmember Brianna Hinojosa-Flores,seconded by Councilmember Tim Brancheau, that this Agenda item be Approved The motion PASSED by an unanimous vote. Text of Legislative File 2012-0381 Title Consider approval of Contract Amendment Number 6 in the amount of$74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. Summary Executive Summary: This contract amendment will allow Freese and Nichols, Inc. to complete the design of the City of Coppell,Texas Page 1 Printed on 3/5/2012 Master Continued(2012-0381) final portion of Bethel Road between Coppell/Mitchell and Penfolds Lane. This will also complete the design of the remainder of Coppell Road between Bethel Road and Cooper Lane. Fiscal Impact: Funds are available in the 2011Street CIP account for this contract amendment Staff Recommendation: Staff recommends approval of the Contract Amendment Number 6. Goal Icon: City of Coppell,Texas Page 2 Printed on 3/5/2012 THE • CITY • OF COPPELL MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin,P.E., Director of Engineering/Public Works FROM: Keith R. Marvin,P.E.,Project Engineer DATE: February 28, 2012 RE: Consider approval of Contract Amendment Number 6 in the amount of $74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. At the May 27, 2003 Council meeting, Council awarded a design contract to Freese & Nichols, Inc. for the design of improvements to Bethel Road from Denton Tap to Freeport Parkway, and. Coppell Road from Bethel Road to Cooper Lane. The original contract was in the amount of$508,300.00. This project has since been broken into smaller pieces. The portion of Bethel Road between Penfolds Lane and Denton Tap was completed in January 2011. The portion between Freeport Parkway and Coppell Road/Mitchell is being constructed at this time as part of the Old Town project. Each of these changes required an amendment to the original design contract. All together there have been five previous amendments totaling $124,340.00. This proposed amendment will provide funding to finalize the design of the two remaining segments of this project. The two remaining segments are: Coppell Road from Bethel Road to Cooper Lane and Bethel Road from Coppell Road/Mitchell to Penfolds Lane. This amendment is needed to provide for additional surveying of developments that have occurred within the project area since the original survey was completed in 2003, and to cover any resulting design changes. This will also provide a design and environmental investigation for an extension of the gabion lined drainage channel that was built with a previous contract. This channel will be extended to the culvert under Coppell Road. Lastly this amendment will provide for wage adjustments to the engineer necessary due to the extended time period this contract has been in place. Approval of this contract amendment in the amount of$74,785.00 will allow us to move forward with finalizing the plans for these last two segments of Coppell Road and Bethel Road. Our intention is to move this project to construction shortly after completion of the Old Town project, which is expected during the fourth quarter of this year. Staff recommends approval of this amendment, and will be available to answer any questions at the Council meeting. 3:y p ttt 1ss F •i LA #L} I € Prm. t t11� 0 4 CAR' UR ›- =t r a .:, Q 1. 'max`" • . {3 . c4 -�. $�. f � r 3 ' .,,,,,:,,,r), 4 j4�yr , V `0 dVI. #Q �4 h -Rr 1 ' I t t ,t,r x a v y \ 1l- 1..tt e$. rb Qom'. .�... . '� ° ems �..a.tlN� �� YN'� ';''it'�€tlt.� u7 17 a m ! cirri:- #. 4. .{` r ✓p.f i iiik, F3 ,,,,,,,,,,.„.„,., ,„,4„,,...,,,,,,,,,,,,..,,,•„„.. . ., yrt xslyd .1 h .. ma . �7 N . .r,. " C M 11lt 'tit v) •}r lc i.,0111.M., 1.....; b t+ �t l t JJ ;r : • • '4 it It . •;- � I yr I f , F • ( y ,rte - }r'7''7 , • s ' • ;:i ., {,,.: .. . ." 1'. 1y �.' t 1 r,t'"tea' ' i \A. '.... ' L {1—.1•j. K i.: • i q.41 R, 4, fgt. �s. s 0 H� p r "et .. M?f s €ISr�,f , ,je ° .y3 i :l ce •. . ;'• '' ;• i ::-.;:.......' . .. sd { cfsJ +:s' :, jf pj Sw �1 4 ryl ,c:. t p �1.. �s ,'4,-!._3• ,+ 4, 4if M,C. I ' ........... i 1 I .4..:1-1-'5 . • > •a 14 fu •fR .1, K Sj • 'Y*,µz• W a k z i E » lh• `fir +� �, �. , d: ,rijFl¢h<�1 41,;f � k • •. 4. t Sys i ,.•r q 1 "1,.1'r 'w,..t .7�•�ti;Is �� e Ftt �-w r ','I''f'�'i; '4';'1.1',:,. A�1 •. w ? jt y� k - 1 " +1 • ,g� ,}1'KIYfJ1ihPrird i1�+rk t, •9+..* . r Rev.06/10 �' CONTRACT CHANGE AUTHORIZATION FORM Amend q £ R' E ._ -Sp g F E € Y� alb "ti} 3 x� € 9 3'. � t � � i. P �ie`ript oni Bettie!Road storm Water Services 1 Deecri ictrr of S r es and Deliverables Add eted: See Attachment S for� of'Sergi�De[ ts GIs. Compensation shah be adjusted as fi rs: Basic Services(Lump Sum) Re-Survey $8,625 Gabion Channel Analysis $9,820 Gattion Channel Design $5,900 Re-Design due to Field Changes $18,765 Re-Submit Pre-Final Plans $9,170 Wtage,Artiustmertts $11,955 Basic Services Subtotal $64,235 Special Services (Hourly, not-to-exceed) Err c rrnpntai $10.x. Special Seivices Subtotal $10,550 « . 3 Total Additional Fee $74,185 Original Contract [0[0( $5438533434 t Contract Amendment e1 $ 53,140 Amendment 38,400 Contract Amenthnent 03 $ 16,444 Contract Antendinent#4 $ 14,800 i Contract Amendment efl $ 2,0 Current Amendment Re+isd Total Contract $7137,425 ule shall be adjusted s ft : No change to the current schedule. contract of that Mit above cif/oaf/tied services shall proceed upon return bified �f be for they are ikon& All other Provisksia, mnna and sod conditions of the agreement expressly emended Mall rr etr in full force and effect I'4 This Contract Change Authorization will serve as contract modification. FREESE IC-w°° INC.: CITY OF CtiP1 Et_L; - BY: BY: / ', j lr: Ci ii i 111 Prin tor'typo or T Natters TITLE: ,r C 4 e rt. TITLE: i-1--Li , ' t 4/C r DATE: `"2-l` DATE: 3/5 *2.- 0 i Z— Ibis MNIKET STREET,SUITE NMI LB St 1 OAUAS,TEXAS 75202-2001 1 TELEPHONE:2/42114200 1 FAX 214-211-2201 itrr r. S A ATTACHMENT Sc .:.:..:, 4-P **4 CITY OF COPPELL TASK DESCRIPTIONS—SCOPE OF SERVICES Basic Services(Loran Suntl A. Re-Survey-$8,625 1. Field Surveys-Survey and prepare a revised design/topographic survey map to include three(3)newly improved intersections of Coppell Road North. Survey will also include upstream culvert on Coppell Rt""°,4 to previously constructed Gabion structures(approx. 200 ft)and downstream of culvert(approx. 50 ft). The design/topographic survey will indicate all surface features, spot elevations,one-foot contours,existing right-of-way lines,and utilities. B. Gabion Channel Analysis-$9,320 1. The existing conditions hydraulic model shows the gabion walls stopping approximately 400 feet upstream of Bethel Road. This model will be updated to reflect current conditions based on the new survey for the channel and Coppell Road. Proposed conditions will represent the channel improvements needed to provide the adequate level of protection to Coppell Road. The discharge estimates made by FM in May 2008 will be used in the hydraulic models.No modifications to the hydrology are part of this scope of work. C. Gabion Channel Design-$5,900 1. Prepare Channel Design including;Channel Layout,channel widths,erosion control measures for approximately 200 LF of channel, D. Re-Design due to Field Changes-$13,765 1. Incorporate Design changes due to: a. City ROW negotiations(5 sheets) b. Other projects/Project Sequencing 1. South Coppell Road(FNI)(4 sheets) 2. Old Town Coppell Development(9 sheets) 3. South Coppell Road(Iluitt Zoltan)(3 sheets) c. Anticipated Design changes due to field changes 1. New driveway locations(5 sheets) ii. New waterline connections(5 sheets) in Changed drainage patterns/features(3 sheets) iv, New Development(2 sheets) d, Total Sheets Affected=21 sheets Exhibit"A" Page 1 of 3 E. Re-Submit Pre-Final Plans -$9,170 i. Prepare and Update Cost Estimate for Submittal ii. Update specifications Constructability review for Submittal iv. Package plan set for Submittal K Wage Adjustments $11,955 1. Original Contract Remaining a. Average of 4.75%increase since 2003 for remaining=billed -$16,482 i. Current Value $26,125 ii. 2003 Value $16,482 iii. Fee increase=$9.643 2. Contract Amendment#3—Split Plans a. Average of 4.75%increase since 2007 for remaining unbilled $7,200 Current Value=$9,511 ii. 2007 Value $7,200 iii. Fee increase request=$ 2.312 Special Services(Dourly Not-to-E eeetil The following services are considered special services in addition to the Basic Services that are provided in the tasks above. A. Environmental-$10,550 1. Compile Information a. FNI will assemble data such as aerial photos, ROW limits, and project limits in digital lomat for site visit and create a data dictionary for the GPS data logger for data collection. 2. Site Visit a. FIQ environmental scientists will conduct a site visit to observe and document existing conditions (environment) and assess project impacts along the proposed ROW. The presence and locations of waters of the U.S., including wetlands; potential the:mewl/endangered species habitat; and vegetation cover types will be identified in the proposed ROW. FNI scientists will also delineate approximately 300 linear feet of a tributary to Grapevine Creek by collecting GPS points along the ordinary high water mark(011W ). 3. Consult with Texas Historical Commission(TBC) a. FM will consult the Texas Historical Con mission, in writing, for a review of the proposed project regarding potential impacts to cultural resources. Consultation will only consist of a coordination letter. Any follow up studies required by the TI-1C are not included in this scope of services. Exhibit"A" Page 2 of 3 4. Meet with City a. MI environmental scientists will attend up to two meetings with the City to discuss the draft report, the City's comments, and the USACE permitting process. Additknal Services-Freese and Nichols will notify the City if any of the following services will be necessary to comply with permit requirements. The following services can be provided upon written authorization by the City. 1. Preparation of a detailed wetland delineation and jurisdictional determination report. 2. Preparation of a pre-construction notification for nationwide or regional general 404 permit coverage. 3. Preparation of a formal written request for USACE authorization under a letter of permission procedure. 4. Preparation of a standard individual Section 404 permit application. 5. Preparation of Environmental Information Document,Environmental Assessment,or an Environmental Impact Statement. 6. Meetings or consultation with the USACE or other resource agencies,except as specifically noted in the scope of services. 7. If required by the USACE, FNI can assist the City with holding a Public Hearing by preparing public notices, submitting notices to local newspaper(s);providing verbatim transcript services, attending the public hearing;and incorporating the hearing record into the EA. 8. Presence/absence surveys for federally listed threatened/endangered species. 9. Preparation of a mitigation plan to compensate for impacts to waters of the U.S. 10. Application to Texas Commission on Environmental Quality for individual 401 Water Quality Certification. 11.Application for General Land Office easements. 12.Application for Texas Parks& Wildlife Department Sand and Gravel Permit. 13. Additional field investigations or analysis required to respond to public or regulatory agency comments. 14. Consultation with the U. S.Fish and Wildlife Service under Section 7 of the Endangered Species act. 15. Expert representation at legal proceedings or at contested hearings. 16. Mitigation monitoring if required by permit conditions. 17.Monitoring for compliance with permit conditions. 18.Additional modifications to the compensatory mitigation plan. 19. Assist with the payment of an EID processing fee if levied by the USACE. 20.Phase I Environmental Site Assessment. Exhibit"A" Page 3 of 3 City of Coppell, Texas 255 Parkway Boulevard COPPELL Coppell,Texas i L 75019-9478 Master File Number: 2012-0381 File ID: 2012-0381 Type: Agenda Item Status: Passed Version: 1 Reference: In Control: Engineering File Created: 02/20/2012 File Name: Contract Amendment#6 Bethel&Coppell Road Final Action: 02/28/2012 Title: Consider approval of Contract Amendment Number 6 in the amount of $74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. Notes: Agenda Date: 02/28/2012 Agenda Number: 13. Sponsors: Enactment Date: Attachments: Contract amendment#6 Bethel-Coppell Road Enactment Number: Memo.pdf, Contract amendment#6 Bethel-Coppell Exhibit.pdf, Contract amendment#6 Bethel-Coppell Road-Amendment.pdf Contact: Hearing Date: Drafter: Effective Date: History of Legislative File Ver- Acting Body: Date: Action: Sent To: Due Date: Return Result: sion: Date: 1 City Council 02/28/2012 Approved Pass Action Text: A motion was made by Councilmember Brianna Hinojosa-Flores,seconded by Councilmember Tim Brancheau, that this Agenda Item be Approved.The motion PASSED by an unanimous vote. Text of Legislative File 2012-0381 Title Consider approval of Contract Amendment Number 6 in the amount of$74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. Summary Executive Summary: This contract amendment will allow Freese and Nichols, Inc. to complete the design of the City of Coppell,Texas Page 1 Printed on 3/5/2012 Master Continued(2012-0381) final portion of Bethel Road between Coppell/Mitchell and Penfolds Lane. This will also complete the design of the remainder of Coppell Road between Bethel Road and Cooper Lane. Fiscal Impact: Funds are available in the 2011Street CIP account for this contract amendment Staff Recommendation: Staff recommends approval of the Contract Amendment Number 6. Goal Icon: City of Coppell,Texas Page 2 Printed on 3/5/2012 T H E • C I T Y • O F .wr.. COPPELL (yog,-,:-.4. E x A S J, , a MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin, P.E., Director of Engineering/Public Works FROM: Keith R. Marvin, P.E., Project Engineer DATE: February 28, 2012 RE: Consider approval of Contract Amendment Number 6 in the amount of $74,785.00 to the Freese and Nichols, Inc. design contract to the Bethel Road and Coppell Road Improvements contract; and authorizing the City Manager to sign any necessary documents. At the May 27, 2003 Council meeting, Council awarded a design contract to Freese & Nichols, Inc. for the design of improvements to Bethel Road from Denton Tap to Freeport Parkway, and Coppell Road from Bethel Road to Cooper Lane. The original contract was in the amount of$508,300.00. This project has since been broken into smaller pieces. The portion of Bethel Road between Penfolds Lane and Denton Tap was completed in January 2011. The portion between Freeport Parkway and Coppell Road/Mitchell is being constructed at this time as part of the Old Town project. Each of these changes required an amendment to the original design contract. All together there have been five previous amendments totaling $124,340.00. This proposed amendment will provide funding to finalize the design of the two remaining segments of this project. The two remaining segments are: Coppell Road from Bethel Road to Cooper Lane and Bethel Road from Coppell Road/Mitchell to Penfolds Lane. This amendment is needed to provide for additional surveying of developments that have occurred within the project area since the original survey was completed in 2003, and to cover any resulting design changes. This will also provide a design and environmental investigation for an extension of the gabion lined drainage channel that was built with a previous contract. This channel will be extended to the culvert under Coppell Road. Lastly this amendment will provide for wage adjustments to the engineer necessary due to the extended time period this contract has been in place. Approval of this contract amendment in the amount of$74,785.00 will allow us to move forward with finalizing the plans for these last two segments of Coppell Road and Bethel Road. Our intention is to move this project to construction shortly after completion of the Old Town project, which is expected during the fourth quarter of this year. Staff recommends approval of this amendment, and will be available to answer any questions at the Council meeting. :". . 1 - — j - ,. * ,, ?..,..,„,..,:r.;;;,,,,,,,.,,:,,,„„r,1-•.,:.;,,,.;.,,47.,;;;;;;;;;;;;;70;,..„4.3„;,:::r.„; `t r r„ w x, 41 ' 4 4 'g.1 _ it 11 a- s.. , y 0 Y r r s '.. �� I a. 'a /� ' R1 #i x ^ t � AVAR�1 Vpp pn�r 's d z 0 .fi. i3LNv a 4 rr 08 1 380001 H Z1 A1V H - ' ©' 21 rill , a r Z ' 11 �dC0 �, .� Y. ([8 113 3OD � r. � k` ',., Q 'AIY1Nd !dOd.13e1J -1 x a CO d ` s —.. ,, ` ,, f �.4E ,b i. .<p'1• y f•S.xr"h�d to " ` vy p a ` 0, : # a imi a 5 , ,.....•.. n f x,,„k yam. 171 c�''ex r g p � g a 3' a e 3 two” ,74. _ K V ,yfi - ' i.•••••1•'•'''' '--.To , ' . 41 . e, t: *'-'ire,.... 1.41'-':'-'::ttatt3,7.11,4;:::C14 ''.1 ilf:':';' Fri °u' xrK ate • i 4: 4.: ,4•...._ $`:, + ti R P w q " f,4 410 : A " : Irl.r :< ,0 ,ts JR ' It•it,,4-/' ,,., 1fig 1 J „ - f -,.. - ,„- ;:,..;,,,,,,,,,; ,,,,,:g2.8hililiiggisitiratto91 .....,714 ,1 , S„.., :0. i . 3 M1 i L� '1S 1�3H�1fiAf c�` 6""�' i r .',44.•'.1" G; R ova .. c : ' a' M W rg,. .',„ x P �`"'y5 ' '1.5 1.4412:4:0448;i Y ' n ,y, E i �^ , # L � F Wad; .. 3" £,t i ti � .. - 4 E { ., n r i Th? 'O FREESE °NICHOLS 1701 N Market Street, Suite#500-LB51 Dallas,Texas 75202-2001 Phone: (214)920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430128 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group: 01 255 Parkway Blvd. Invoice Date : 01/31/2011 Coppell, TX. 75019 b,41 a For Professional Services Rendered through: 1/31/2011 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 `""` GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 20,937.08 2,867.56 97.56 23,804.64 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,779.43 0.00 99.12 24,779.43 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 AUTHORIZATION#5 DATED 9/23/2010 2,000.00 2,000.00 0.00 100.00 2,000.00 Total Fee: 632,640.00 580,274.51 2,867.56 92.18 583,142.07 Total Fee Earned To Date 583,142.07 Less Previous Billings 580,274.51 Amount Due this Invoice $2,867.56 - ?f. 3 6 3 ►1 • t1 ., PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 6198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430128 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG @FREESE.COM 1 + I, - v. 1 FREESE �, QNICHOLS 1701 N Market Street, Suite#500- LB51 Dallas,Texas 75202-2001 • Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430127 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group: 01 255 Parkway Blvd. Invoice Date : 12/31/2010 Coppell,TX. 75019 'ID - tl (42--- For Professional Services Rendered through: 12/31/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 18,300.00 2,637.08 85.81 20,937.08 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,779.43 0.00 99.12 24,779.43 AUTHORIZATION#1 DATED 8119/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 AUTHORIZATION#5 DATED 9/23/2010 2,000.00 2,000.00 0.00 100.00 2,000.00 Total Fee: 632,640.00 577,637.43 2,637.08 91.72 580,274.51 Total Fee Earned To Date 580,274.51 Less Previous Billings 577,637.43 Amount Due this Invoice ($2,637.08 II) PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430127 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG @FREESE.COM Ct ,i /7-2 ej � I FREESE NICHOLS 1701 N Market Street, Suite#500-LB51 Dallas,Texas 75202-2001 Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice#: 2430126 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. 1- Invoice Date : 11/30/2010 Coppell,TX.75019 40 ` t1 For Professional Services Rendered through: 11/30/2010 Bethel &Coppell Road Infrastructure Improvements. • Previous Current Total Phase Name Phase Fee Amount Amount % Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 ... GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 15,860.00 2,440.00 75.00 18,300.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,739.83 39.60 99.12 24,779.43 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 AUTHORIZATION#5 DATED 9/23/2010 2,000.00 2,000.00 0.00 100.00 2,000.00 Total Fee: 632,640.00 575,157.83 2,479.60 91.31 577,637.43 Total Fee Earned To Date 577,637.43 Less Previous Billings 575,157.83 s Amount Due this Invoice $2,479.60 I Q � ,y � 'l ,/ Vila PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430126 FOR BILLING QUESTIONS PLEASE CONTACT LEAH GRANGER @ (214) 920-2500 EXT. 58 or LKG @FREESE.COM rFREESE aNICHOLS 1701 N Market Street, Suite#500- LB51 Dallas, Texas 75202-2001 Phone: (214)920-2500 FEI Number: 75-1531935 City of Coppell Invoice#: 2430125 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 10/31/2010 Coppell,TX. 75019 i'F la For Professional Services Rendered through: 10/31/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICALINVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 11,224.00 4,636.00 65.00 15,860.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,636.12 103.71 98.96 24,739.83 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4109 14,800.00 14,800.00 0.00 100.00 14,800.00 AUTHORIZATION#5 DATED 9/23/2010 2,000.00 0.00 2,000.00 100.00 2,000.00 Total Fee: 632,640.00 568,418.12 6,739.71 90.91 575,157.83 Total Fee Earned To Date 575,157.83 Less Previous Billings 568,418.12 1 Amount Due this Invoice j_ $6,739.71 r e y ..° PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 171 f ERENCING FREESE AND NICHOLS PROJECT#CPL0324.3 PAD I.('@fOICF #2430125 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 10/14/2010 ...Engineering Department TERMS: -55 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 11- 0000292 -000 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 10/14/2010 VENDOR NO. 2943 INVOICES,SHIPPERS,BILL ADING AND VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1701 NORTH MARKET STREET CITY OF COPPELL SUITE 500 LB51 ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS, TX 75202-2001 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1.0C . 0C JB DESIGN OF BETHEL ROAD II ST#03-01 2000 . 00 2 0 0 0 .0 0 FROM PENFOLDS LANE TO DENTON TAP -CHANGE ORDER#5- 625-638-637-4220 2000.00 NOTICE: MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 2000 . 00 WITH EACH SHIPMENT. J. Anderson PURCHASING AGENT SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. \ k ' z 2 \ 0 2 a 3 B ' ' \ / 2 3 § \ a a a $ o , U ) I \ : 0 A © o 0 ~ z \ \ ~ { ± E Q \ u 2 . o - § ill E @ 2 ! CC 2 Z \ \ / / / 2 w A ) / 4 q c \ � � ° -g\ ) c \ , \ k E I / U © � / / § ) &_ ow % 0 = d . , � 0 . e E co z ` o £ 2 a r"' I _ \ ` * 0 / t / -I 0 _ 3 / / / 0 § c = I g § 0 k / § 0 o E 7 f 0 o Z « E § \ 7 0 § / o _ \ 0 k / \ \ } \ 7 U-) a W , . ? R \ ) 7 = k \ ce . D •� ® / < X L , w� m # e ! * # t ) 2 2 * t ° @ ( - w \ / ' 10) \ / 0 E / A FREESE F, ?NICHOLS LETTER OF TRANSMITTAL TO: City of Coppell DATE: September 29, 2010 P.O. Box 9478 PROJECT: CPL03243 Coppell, Texas 75019-9478 DESCR. : Bethel Road Attn: Mr. Ken Griffin, P.E. Reconstruction We are sending the following items: Agreement for Professional Services X Contract Amendment Authorization Subcontractor Agreement (Please verify/indicate your Tax ID#on the face of the Agreement) [1 Subcontractor Authorization - Schedule D (� Other: Task Authorization for Professional Services These are transmitted for your: Fl Execution 11 Review & Comment Information 7 Use Response Records Other Please execute and return one original(s) to me for: Fl Our Records Full Execution (One original will be returned for your records) Other Please mail to: Leah Granger 1701 N. Market Street Suite 500, LB 51 Dallas, Texas 75202-2001 If you should have any questions, please contact us. We look forward to working with you on this Project. R.\CONTRACTS\TRANSMITTALS\TRAN S MCITAL TEMPLATE(CONTRACTS)doc FREESE AND NICHOLS,INC.•ENGINEERS ENVIRONMENTAL SCIENTISTS•ARCHITECTS 1701 N.MARKET STREET,SUITE 500 LB 51,DALLAS,TEXAS 75202-2001 TELEPHONE:214-217-2200•FAX:214-217-2201 Rev.06/10 FREESE CONTRACT CHANGE AUTHORIZATION FORM '1 <NICHOLS Amend#5 Client: City of Coppell FNI Project No.: CPL03243 255 Parkway Boulevard Client Contract Ref.: Original Contract P.O.box 9478 Coppell,'Texas 75019 Signed May 28,2003 Attn:Ken Griffin,P.E.' Date: September 23,2010 Project Description: Bethel Road Reconstruction Description of Services Added/Deleted: • Provide structural detail for offset cap that can handle Sanitary Sewer pipe loads including o 20"Steel casing pipe o 12" PVC Sewer Line Deliverables: • Structural detail provided on 8.5x11 sheet. Compensation shall be adjusted as follows: Basic Services (Lump Sum) Provide Structural Detail $2,000 Total Additional Fee $2,000 E hEgBp4 3 Original Contract $508,300 Contract Amendment#1 $ 53,140 Contract Amendment#2 $ 38,400 Contract Amendment#3 $ 16,000 Contract Amendment#4 $ 14,800 Amended Amount $ 2,000 Revised Total Contract $632,640 Schedule shall be adjusted as follows: No change to the current 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: BY: > ILu (ati'— BY: Print or Type !e Print or Type�ame TITLE: i i11G 0.1 TITLE: t/ 4) �r DATE: (112.611D DATE: /b//-1.///1 1701 N MARKET STREET,SUITE 500 LB 51 I DALLAS,TEXAS 75202-2001 I TELEPHONE:214-217-2200 I FAX:214-217-2201 R:ICONTRACTSSC\CoppelI\CPL03243 Bethel&Coppell Rd1Amend#5 Bethel Rd Reconstr\CPL03243 Amend#5.docx CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 9/27 /2010 Engineering Department TERMS: ^'°'?55 Parkway Blvd. PURCHASE ORDER NUMBER ...oppell TX 75019 10 -0004712 - 000 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL VENDOR NO. 2943 CORRESPONDENCE. INVOICES,SHIPPERS,BILL F ADING AND DELIVERY REQ.: 9/27/2010 VFREES SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1701 NORTH MARKET STREET CITY OF COPPELL SUITE 500 LB 51 ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS, TX 75202 - 2001 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1. 00 . 00 JB DESIGN OFBETHELROAD 48726 . 97 48726 . 97 -(REFER PO#03-2867/04-3858/05-3894 06-4036/07-2062/08-676/09-4450)- 624-636-637-4220 48726.97 1 . 0 C . 0 C JB DESIGN OF BETHEL ROAD II ST#03-01 785 . 85 7 8 5 . 8 5 FROM DENTON TAP TO FREEPORT OLD TOWN --CHANGE ORDER#3-- -(REFER PO#08-676/09-4450)- 625-638-637-4220 785.85 NOTICE: MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 49 512 . 82 WITH EACH SHIPMENT. J. Anderson PURCHASING AGENT SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. . EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. rFREESE 1 ?NICHOLS 1701 N Market Street, Suite#500- LB51 Dallas, Texas 75202-2001 y� r1 Phone: (214) 920-2500 %i � - FEI Number: 75-1531935 City of Coppell Invoice#: 2430124 Mr. Ken Griffin, P.E. Project : CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. • Invoice Date : 08131/2010 Coppell,TX. 75019 o'4i IL, For Professional Services Rendered through: 8131/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned • SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11.500.00 *""" PRELIMINARY ENGINEERING 68,600.00 68.600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 . 0.00 0.00 0 00 CONSTRUCTION PHASE I 24,400.00 9,272.00 1,952.00 46.00 11,224.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,497.18 138.94 98.54 24,636.12 AUTHORIZATION#1 DATED B/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00• 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14.800.00 Total Fee: 630,640.00 566,327.18 2,090.94 90.13 568,418.12 Total Fee Earned To Date 568,418 12 Less Previous Billings 566.327.18 Amount Due this Invoice $2,090.94 1 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPI-03243 AND rr VC!CE ;124 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE COM FREESE REMITTANCE 1701 N Market Street, Suite#500-LB51 COPY Dallas,Texas 75202-2001 Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430124 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 08/31/2010 Coppell, TX.75019 For Professional Services Rendered through: 8131/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 9,272.00 1,952.00 46.00 11,224.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,497.18 138.94 98.54 24,636.12 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4109 14,800.00 14,800.00 0.00 100.00 14,800.00 Total Fee: 630,640.00 566,327.18 2,090.94 90.13 568,418.12 Total Fee Earned To Date 568,418.12 Less Previous Billings 566,327.18 Amount Due this Invoice $2,090.94 II PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430124 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM rFREESE 1 ?NICHOLS 1701 N Market Street, Suite#500- LB51 C' ? Dallas,Texas 75202-2001 c � L. Phone: (214) 920-2500 FEI Number: 75-1531935 Invoice#: 2430123 City of Coppell Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. invoice Date : 07/31/2010 Coppell,TX. 75019 n 09' ` ii( '-, For Professional Services Rendered through: 7/31/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned 39,000.00 39,000.00 0.00 100.00 39,000.00 SURVEY/ROW 41,300.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 11,500.00 11,500.00 0.00 100.00 11,500.00 GEOTECHNICAL INVESTIGATION 68,600.00 . PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 268,000.00 251,518.00 0.00 93.85 251,518.00 FINAL ENGINEERING 5,500.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 0.00 0.00 0.00 0.00 BID PHASE li 9,272.00 CONSTRUCTION PHASE I 24,400.00 5,856.00 3,416.00 38.00 19,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE II 24 497 18 PROJECT EXPENSES 25,000.00 24,403.68 93.50 97.99 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#1 DATED 8/19104 38,400.00 AUTHORIZATION#2 DATED 12115/06 38,400.00 38,400.00 0.00 100.00 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#3 DATED 11119/07 14,800.00 14,800.00 14,800.00 0.00 100.00 AUTHORIZATION#4 DATED 11/4/09 Total Fee: 630,640.00 562,817.68 3,509.50 89.80 566,327.18 Total Fee Earned To Date 566,327.18 Less Previous Billings 562,817,68 L Amount Due this Invoice '1($3,509.50- (2(--4J- t 417-4 .2,0 .IV 1 7 1-"`I-L PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430123 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANiCH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM .. r, FREE OSE QNICHL.S 1701 N Market Street, Suite#500- LB51 4- c 3 O Dallas, Texas 75202-2001 ``77 !! Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430122 Mr. Ken Griffin, P.E. Project : CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 06/30/2010 Coppell,TX. 75019 Pa '' o1-qq cV For Professional Services Rendered through: 6/30/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I +24,400.00 833.79 5,022.21 24.00 5.856.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,178.60 225.08 97.61 24,403.68 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53.140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 Total Fee: 630,640.00 557,570.39 5,247.29 89.25 562,817.68 Total Fee Earned To Date 562,817.68 Less Previous Billings 557,570.39 Amount Due this Invoice ($5,247.29 Y-17 1'2940 aiii PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430122 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM s ,. FREESE aNICHOLS REMITTANCE 1701 N Market Street, Suite#500- LB51 COPY Dallas, Texas 75202-2001 Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430122 Mr. Ken Griffin, P.E. Project : CPL03243 Director of Engineering invoice Group : 01 255 Parkway Blvd. Invoice Date : 06/30/2010 Coppell, TX. 75019 For Professional Services Rendered through: 6/30/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE I 5,500.00 5,500.00 0.00 100.00 5,500.00 BID PHASE II 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE I 24,400.00 833.79 5,022.21 24.00 5,856.00 CONSTRUCTION PHASE II 19,500.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 24,178.60 225.08 97.61 24,403.68 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 Total Fee: 630,640.00 557,570.39 5,247.29 89.25 562,817.68 Total Fee Earned To Date 562,817.68 Less Previous Billings 557,570.39 [ Amount Due this Invoice $5,247.29 II `°- PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT*CPL03243 AND INVOICE #2430122 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT 54 or BJG @FREESE.COM FREESE 61-61)-(51 I N CHOLS - 1701 N Market Street, Suite#500- LB51 Dallas,Texas 75202-2001 Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice# : 2430121 r°': 1c0 Mr. Ken Griffin, P.E. Project: CPL03243 l•ry�� Director of Engineering Invoice Group : 01___._-____, 'Y Jc/ 255 Parkway Blvd. Invoice Date t"05/31/2010) ' G� Coppell, TX. 75019 P6' Po - 09-1446D For Professional Services Rendered through: 5/31/2010 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 '"''''' FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 5,500.00 100.00 5,500.00 CONSTRUCTION PHASE 49,400.00 0.00 833.79 1.69 833.79 PROJECT EXPENSES 25,000.00 23,416.92 761.68 96.71 24,178.60 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0,00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 Total Fee: 630,640.00 550,474.92 7,095.47 88.41 557,570.39 Total Fee Earned To Date 557,570.39 Less Previous Billings 550,474.92 Amount Due this Invoice__ $7,095.47 i ., 1, 41,.0 `l ' , ',A PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 ,, ,.. REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430121 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM reF FREESE NICHOLS REMITTANCE 1701 N Market Street, Suite#500- LB51 COPY Dallas,Texas 75202-2001 Phone: (214) 920-2500 FEI Number: 75-1531935 City of Coppell Invoice#: 2430121 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 05/31/2010 Coppell, TX. 75019 For Professional Services Rendered through: 513112010 Bethel &Coppell Road Infrastructure Improvements. Previous Current Total Phase Name • Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 " ""`" FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 5,500.00 100.00 5,500.00 CONSTRUCTION PHASE 49,400.00 0.00 833.79 1.69 833.79 PROJECT EXPENSES 25,000.00 23,416.92 761.68 96.71 24,178.60 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 14,800.00 0.00 100.00 14,800.00 Total Fee: 630,640.00 550,474.92 7,095.47 88.41 557,570.39 Total Fee Earned To Date 557,570,39 Less Previous Billings 550,474.92 Amount Due this Invoice $7,095.47 II PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 . REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430121 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM r 11111 FREESE NICHOLS 1701 N Market Street, Suite#500- LB51 Dallas,Texas 75202-2001 Phone: (214) 920-2500 FE I Number: 75-1531935 City of Coppell Invoice# : 2430120 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 02/28/2010 Coppell, TX. 75019 po )q- q so For Professional Services Rendered through: 2/28/2010 Bethel &Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount % Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 21,250.00 2,166.92 93.67 23,416.92 AUTHORIZATION#1 DATED 8119104 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 38,400.00 0.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 _16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 11,100.00 3,700.00 100.00 14,800.00 Total Fee: 630,640.00 544,608.00 5,866.92 87.29 550,474.92 Total Fee Earned To Date 550,474.92 Less Previous Billings 544,608.00 Amount Due this Invoice $5,866.92 t ' ''Vt.,1 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430120 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM FREESE 1 NICHOLS �6 REVISE 1701 N Market Street, Suite#500- LB51 Dallas, Texas 75202-2001 y� ,� ` "� a " Phone: (214) 920-2500 ftJrt.J� t FEI Number: 75-1531935 41- 4.456 City of Coppell Invoice# : 2430119 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 12/31/2009 Coppell,TX. 75019 For Professional Services Rendered through: 12/31/2009 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 20,911.31 338.69 85.00 21,250.00 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140,00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 34,560.00 3,840.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 0.00 11,100.00 75.00 11,100.00 Total Fee: 630,640.00 529,329.31 15,278.69 86.36 544,608.00 Total Fee Earned To Date 544,608.00 Less Previous Billings 529,329.31 l Amount Due this Invoice $15,278.69 11 P�� 5 (/10 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430119 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM IFMFREESE i A I I aNICHO .S PIM r N Market Street, Suite#500 LB51 Dallas, REMITTANCE Dallas, Texas 75202-2001 Phone: (214) 920-2500 COPY FEI Number: 75-1531935 City of Coppell Invoice#: 2430119 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 12/31/2009 Coppell,TX. 75019 For Professional Services Rendered through: 12/31/2009 Bethel &Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000,00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 .,,, GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 251,518.00 0.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 20,911.31 338.69 85.00 21,250.00 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 34,560.00 3,840.00 100.00 38,400.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 0.00 11,100.00 75.00 11,100.00 Total Fee: 630,640.00 529,329.31 15,278.69 86.36 544,608.00 Total Fee Earned To Date 544,608.00 Less Previous Billings 529,329.31 fAmount Due this Invoice $15,278.69 I ifri,1 ID PLEASE REMIT TO R O. BOX 980004, FORT WORTH, TX 76198-0004 ERERENCING FREESE AND N ICHO S PROJECT#CPL03243 AND INVOICE 42430119 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT. 54 or BJG @FREESE.COM CITY OF CO PPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 3/30/2010 Engineering Department TERMS: 255 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 VIA:09-0004450-001 PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELTi�ERY .. g/2 9/2 0 0 9 INVOICES,SHIPPERS,BILL OF LADING AND VENDOR NO. 2 9 4 3 CORRESPONDENCE. VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC . 17 01 NORTH MARKET STREET CITY OF COPPELL SUITE 500 LB 51 ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS, TX 75202-2001 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1 .0 0 .0 C JB DESIGN OF BETHEL ROAD II ST#03-01 16000 . 00 16000 . 00 FROM DENTON TAP TO FREEPORT OLD TOWN CHANGE ORDER#3 (REFER PO#08-676) 625-638-6374220 16000.00 1 . 00 . 00 JB DESIGN OF BETHEL ROAD 54593 . 89 54593 . 89 (REFER PO#03-2867/04-3858/05-3894 064036/07-2062/08-676) 624-636-6374220 54593.89 1 .0C .0 C JB DESIGN OF BETHEL ROAD 15916 . 80 159 16 . 8 0 (REFER PO#03-2867/04-3858/05-3894 064036/07-2062/08-676) 625-638-6374220 15916.80 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 86510 . 69 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT .. SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. 4 if z1% .... rile briA/4-442.6C• Freese and Nichols, Inc. 1701 N Market Street, Suite#500-LB51 Dallas,Texas 75202-2001 Phone: (214)920-2500 FEI Number: 75-1531935 City of Coppell Invoice#: 2430119 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 12/31/2009 Coppell,TX.75019 For Professional Services Rendered through: 12/31/2009 Bethel &Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 41,300.00 41,300.00 0.00 100.00 41,300.00 CONCEPTUAL DESIGN 11,500.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 68,600.00 68,600.00 0.00 100.00 68,600.00 PRELIMINARY ENGINEERING 268,000.00 FINAL ENGINEERING 268,000.00 251,518.00 16,482.00 100.00 5,500.00 0.00 0.00 0.00 0.00 BID PHASE 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 25,000.00 20,911.31 338.69 85.00 21,250.00 PROJECT EXPENSES 53,140.00 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 34,560.00 3,840.00 100.00 38,400.00 $,$00.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 AUTHORIZATION#4 DATED 11/4/09 14,800.00 0.00 11,100.00 75.00 11,100.00 Total Fee: 630,640.00 529,329.31 31,760.69 88.97 561,090.00 Total Fee Earned To Date 561,090.00 Less Previous Billings 529,329.31 Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned Amount Due this Invoice $31,760.69 1 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430119 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 920-2500 EXT 54 or BJG @FREESECOM CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 2/10/2010 Engineering Department TERMS: 255 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 VIA: PURCHASE PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 9/2 9/2 0 0 9 INVOICES,SHIPPERS,BILL OF LADING AND VENDOR NO. 2 9 4 3 CORRESPONDENCE. VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 17 01 NORTH MARKET STREET CITY OF COPPELL SUITE 5 00 LB 51 ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS, TX 75202-2001 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1 .0 0 . 0 C JB DESIGN OF BETHEL ROAD II ST#03-01 16000 . 00 16000 . 0 0 FROM DENTON TAP TO FREEPORT OLD TOWN CHANGE ORDER#3 (REFER PO#08-676) 625-638-6374220 16000.00 1 .00 . 00 JB DESIGN OF BETHEL ROAD 54593 . 89 54593 . 89 (REFER PO#03-2867/04-3858/05-3894 06-4036/07-2062/08-676) 624-636-6374220 54593.89 1 . 0 0 . 0 0 JB DESIGN OF BETHEL ROAD 15916 . 8 0 15916 . 8 0 (REFER PO#03-2867/04-3858/05-3894 06-4036/07-2062/08-676) 625-638-6374220 15916.80 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 865 10 _ 6 9 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. _ - - - / / \ k ° \ \ \ ( { ! # Co ! # 2 ƒ 2 - m / H > y a E < / m / / k / � 0 / I § H { D \ - c a 2 \ o \ 4" _ - c.•. it k 0 o/ — [ -n C -. \ a o ,° , , o § - O $ $ k ] (0 _ = ƒ o # • — , - _- 5" co a \ c — = = _ • a a % / �$ /' J a q , It; = _/ / - o U Z /\ 0 m -0 9, -n 9 \ ® \ � n / k * E / S 7 ■ . \ ; ® o Z \ ;\ I 1> o m ƒ E / / $ Q - 2 g \ {� \ g ( } $ m ƒ - / co � q ® o ` _ ) 2 { 2 \ ■ o ! } x 0 \� rn \ D - c co 0 § x - j > 0 2 o 2 FD. o C E > } 0 } \ m ,,WI. Freese and Nichols CONTRACT CHANGE AUTHORIZATION #4 Client: City of Coppell F&N Project No.: CPL03243 255 Parkway Boulevard Client Contract Ref.: Original Contract P.O. Box 9478 Signed May 28, 2003 Coppell,Texas 75019 Attn: Ken Griffin, P.E. Date: November 4,2009 i Project Description: Bethel Road Reconstruction— Phase I — Penfolds Lane to Denton Tap Description of Services Added/Deleted: • Revise drawings based on updated construction at Denton Tap/Bethel Road; The Chateaus of Coppell. o Update Sidewalk configuration o Revise traffic signal pole location • Lower roadway profile due to updated water surface elevation at Grapevine Creek. o Revise roadway sheets o Revise drainage system o Revise cross sections o Revise retaining wall layout • Revise Technical Specifications. o Update per Coppell Road South revisions. o Incorporate design changes Deliverables: Re-submit signed sealed 100% plans for bidding purposes. Compensation shall be adjusted as follows: Basic Services Basic Services (Lump Sum) „,. Revise Drawings $11,900 Revise Technical Specifications $ 2,900 Basic Services Subtotal $14,800 Total Additional Fee $14,800 Original Contract $508,300 Contract Amendment#1 — Plan Modifications $53,140 Contract Amendment#2—Plan Modifications $38,400 Contract Amendment#3— Plan Modifications $16,000 Contract Amendment#4— Plan Modifications $14,800 Revised Total Contract $630,640 Schedule shall be adjusted as follows: No change to the current 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. ® This Contract Change Authorization will serve as contract modification. FREESE AND NICHO S, INC.: -\ -- CITY OF COPP BY: k BY: TITLE: 455-0c-1' allif TITLE: /4.'��e," DATE: 1( lll/l DATE: /11/1/1,01 1701 N.MARKET ST.,SUITE 500,LB51 I DALLAS,TEXAS 75202 I TELEPHONE:214-217-2200 I FAX:214-217-2201 R:\CONTRACTS\C1Coppell\CPL03243 Bethel&Coppell Rd\Mod#4 Penfolds Ln\CPL03243 Mod#4.docx Freese and Nichols LETTER OF TRANSMITTAL TO: City of Coppell DATE: November 11, 2009 255 Parkway Blvd PROJECT: CPL03243 Coppell, Texas 75019 DESCR. : Bethel Rd Reconstruction Attn: Ken Griffin, P.E. We are sending the following items: n Agreement for Professional Services M Contract Amendment Authorization n Subcontractor Agreement (Please verify/indicate your Tax ID#on the face of the Agreement) Subcontractor Authorization - Schedule D n Other: Task Authorization for Professional Services These are transmitted for your: Fl Execution I I Review & Comment n Information Use ❑ Response n Records Other Please execute and return one original(s) to me for: M Our Records n Full Execution (One original will be returned for your records) Other Please mail to: Leah Granger 1701 N. Market Street Suite 500, LB 51 Dallas, Texas 75202-2001 If you should have any questions, please contact us. We look forward to working with you on this Project. TaContractsVLETTER OF TRANSMITTAL TEMPLATE(CONTRACTS).doc FREESE AND NICHOLS,INC.• ENGINEERS•ENVIRONMENTAL SCIENTISTS•ARCHITECTS• PLANNERS 1701 N.MARKET STREET,SUITE 500 LB 51,DALLAS,TEXAS 75202-2001 TELEPHONE:214-214-2200•FAX:214-217-2201 T H G I T Y • F coi'FEI:;L ♦ T ' F im q F 8 B A s 1 MEMORANDUM TO: Clay Phillips, City Manager VIA: Kenneth M. Griffin, P.E., Director of Engineering/Public Works FROM: Keith R. Marvin, P.E., Project Engineer DATE: December 8, 2009 RE: Consider approval of a Contract Amendment Authorization between the City of Coppell and Freese & Nichols, Inc., for design services associated with Bethel Road from Penfolds Lane to Denton Tap, in the amount of$14,800. City Council approved a Contract with Freese & Nichols, Inc. at the May 27, 2003 meeting for the design of Bethel Road (Denton Tap to Freeport Parkway) and for Coppell Road (Bethel Road to Cooper Lane). The original Contract amount for this project was $508,300. Since the initial approval there have been three previous contract amendments bringing the total contract amount to $615,840. These previous amendments have been for additional design associated with utility replacement, coordination with the new Senior Center driveway and drainage, and to split the project into two pieces. The current Contract Amendment is required due to changes brought about by recent development around Bethel Road at Denton Tap. When the Alexander Court subdivision was constructed, they performed a flood study that lowered the 100-year water surface elevation through Grapevine Creek by approximately 1 foot at the Bethel Road Bridge. As a result of this lowering, the roadway approaching the bridge can be lowered a corresponding foot. The redesign, as well as some updating due to the Chateaus subdivision on the south side of Bethel Road represents the bulk of this Amendment. The city should realize a cost savings during construction, as a result of lowering the profile of the roadway, as fill amounts and retaining wall heights can be reduced. Staff recommends approval of this Contract Amendment with Freese & Nichols, Inc. in the amount of$14,800, as provided in CIP funds. Staff will be available to discuss this at your convenience. ,� irm 17,0. 0 Y - 676, Freese and Nichols 1701 N MARKET STREET,SUITE#500 -LB51 DALLAS, TEXAS 75202-2001 PHONE: (214)920-2500 FEI NUMBER: 75-1531935 City of Coppell Invoice# : 2430118 Mr. Ken Griffin, P.E. Project : CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 12/31/2007 Coppell,TX. 75019 For Professional Services Rendered through: 12/31/2007 Bethel & Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 ONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICALINVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 268,000.00 241,200.00 10,318.00 93.85 251,518.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 18,750.00 2,161.31 83.65 20,911.31 AUTHORIZATION#1 DATED 8/19/04 53,140.00 53,140.00 0.00 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 34,560.00 0.00 90.00 34,560.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 8,800.00 0.00 55.00 8,800.00 Total Fee: 615,840.00 516,850.00 12,479.31 85.95 529,329.31 Total Fee Earned To Date 529,329.31 Less Previous Billings 516,850.00 Amount Due this Invoice 12,479.31 i o4- I?kl 'S I/St/Jci 2•d-'13 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430118 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 , , .1 Freese and Nichols 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH, TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER:75-1531935 City of Coppell Invoice#: 2430117 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 11/30/2007 Coppell, TX. 75019 For Professional Services Rendered through: 11/30/2007 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 ,joRRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 4AL ENGINEERING 268,000.00 241,200.00 0.00 90.00 241,200.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 14,371.51 4,378.49 75.00 18,750.00 AUTHORIZATION#1 DATED 8/19/04 53,140.00 50,057.88 3,082.12 100.00 53,140.00 AUTHORIZATION#2 DATED 12/15/06 38,400.00 26,496.00 8,064.00 90.00 34,560.00 AUTHORIZATION#3 DATED 11/19/07 16,000.00 0.00 8,800.00 55.00 8,800.00 Total Fee: 615,840.00 492,525.39 24,324.61 83.93 516,850.00 Total Fee Earned To Date 516,850.00 Less Previous Billings 492,525.39 Amount Due this Invoice 4,324.61 I .7 ,......, PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430117 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214)217-2254 Freese and Nichols 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER: 75-1531935 City of Coppell Invoice#: 2430116 Mr. Ken Griffin, P.E. Project: CPL03243 Director of Engineering Invoice Group : 01 255 Parkway Blvd. Invoice Date : 09/30/2007 Coppell,TX. 75019 For Professional Services Rendered through: 9/30/2007 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 ,PRELIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 INAL ENGINEERING 268,000.00 241,200.00 0.00 90.00 241,200.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 14,250.00 121.51 57.49 14,371.51 AUTHORIZATION#1 DATED 8/19/04 53,140.00 50,057.88 0.00 94.20 50,057.88 AUTHORIZATION#2 DATED 12/15/06 38,400.00 14,599.68 11,896.32 69.00 26,496.00 Total Fee: 599,840.00 480,507.56 12,017.83 82.11 492,525.39 Total Fee Earned To Date 492,525.39 Less Previous Billings 480,507.56 Amount Due this Invoice 12,017.83 �t 2 /6/> 4 1 1-44' Io . ;-s? PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430116 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 • , ,s4 mu Freese and Nichols 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER: 75-1531935 City of Coppell Invoice# : 2430115 MR. KEN GRIFFIN, P.E. Project: CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 03/31/2007 COPPELL,TX. 75019 For Professional Services Rendered through: 3/3112007 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 11,500.00 11,500.00 0.00 100.00 11,500.00 . LIMINARY ENGINEERING 68,600.00 68,600.00 0.00 100.00 68,600.00 AL ENGINEERING 268,000.00 241,200.00 0.00 90.00 241,200.00 BID PHASE 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 25,000.00 14,250.00 0.00 57.00 14,250.00 AUTHORIZATION#1 DATED 8/19/04 53,140.00 50,057.88 0.00 94.20 50,057.88 AUTHORIZATION#2 DATED 12115106 38,400.00 0.00 14,599.68 38.02 14,599.68 Total Fee: 599,840.00 465,907.88 14,599.68 80.11 480,507.56 Total Fee Earned To Date 480,507.56 Less Previous Billings �46�5,907.88 /' Amount Due this Invoice / 14,599.68 li 4,--11.`1 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430115 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 it ' P , why Freese and Nichols 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER:75-1531935 CITY OF COPPELL Invoice# : 2430114 MR. KEN GRIFFIN, P.E. Project: CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 01/31/2005 COPPELL,TX.75019 For Professional Services Rendered through: 1/31/2005 Bethel& Coppell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 6.95 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 7.36 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.05 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 12.22 68,600.00 68,600.00 0.00 100.00 68,600.00 ^'iNAL ENGINEERING 47.73 268,000.00 214,400.00 26,800.00 90.00 241,200.00 BID PHASE 0.98 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 8.80 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.45 25,000.00 13,750.00 500.00 57.00 14,250.00 AUTHORIZATION#1 DATED 8/19/04 9.46 53,140.00 46,231.80 3,826.08 94.20 50,057.88 Total Fee: 561,440.00 Total Fee Earned To Date 465,907.88 Less Previous Billings 434,781.80 Amount Due this Invoice 31,126.08 pfsa.41,%6 . vi 3•cI-S c ro of PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 ,.-., REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430114 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 r , M,,.y i „ .. ,�.} . `r Freese and Nichols 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE:(817)735-7300 FEI NUMBER:75-1531935 CITY OF COPPELL Invoice#: 2430113 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group: 01 255 PARKWAY BLVD. Invoice Date : 12/31/2004 COPPELL,TX.75019 For Professional Services Rendered through: 12/31/2004 Bethel& Coppell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 6.95 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 7.36 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.05 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 12.22 68,600.00 68,600.00 0.00 100.00 68,600.00 .FINAL ENGINEERING 47.73 268,000.00 187,600.00 26,800.00 80.00 214,400.00 .ID PHASE 0.98 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 8.80 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.45 25,000.00 12,500.00 1,250.00 55.00 13,750.00 AUTHORIZATION#1 DATED 8/19/04 9.46 53,140.00 46,231.80 0.00 87.00 46,231.80 Total Fee: 561,440.00 Total Fee Earned To Date 434,781.80 Less Previous Billings 406,731.80` i �8 Amount Due this Invoice ,050.;* 1°1--FL. 17 5ra3ol Z' Ib• PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430113 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 ........ irm Freese and Nichols 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817) 735-7300 FEI NUMBER: 75-1531935 CITY OF COPPELL Invoice# : 2430112 MR. KEN GRIFFIN,P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 11/30/2004 COPPELL,TX. 75019 For Professional Services Rendered through: 11/30/2004 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 6.95 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 7.36 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.05 11,500.00 11,500.00 0.00 100.00 11,500.00 "~"'RELIMINARY ENGINEERING 12.22 68,600.00 68,600.00 0.00 100.00 68,600.00 FINAL ENGINEERING 47.73 268,000.00 160,800.00 26,800.00 70.00 187,600.00 BID PHASE 0.98 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 8.80 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.45 25,000.00 12,000.00 500.00 50.00 12,500.00 AUTHORIZATION#1 DATED 8/19/04 9.46 53,140.00 39,265.00 6,966.80 87.00 46,231.80 Total Fee: 561,440.00 Total Fee Earned To Date 406,731.80 Less Previous Billings 372,465.00 " Amount Due this Invoice 34,266.80 �;C � a3 1 •Zo.S ST o30\ 4,...., PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430112 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 Ii L i� 1 if jl . , FIDE_ Freese and Nichols 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER:75-1531935 CITY OF COPPELL Invoice# : 2430111 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 09/30/2004 COPPELL,TX.75019 For Professional Services Rendered through: 9/30/2004 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 6.95 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 7.36 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.05 11,500.00 11,500.00 0.00 100.00 11,500.00 ,,,�, ,RELIMINARY ENGINEERING 12.22 68,600.00 68,600.00 0.00 100.00 68,600.00 ,NAL ENGINEERING 47.73 268,000.00 147,400.00 13,400.00 60.00 160,800.00 BID PHASE 0.98 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 8.80 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.45 25,000.00 10,000.00 2,000.00 48.00 12,000.00 AUTHORIZATION#1 DATED 8/19/04 9.46 53,140.00 0.00 39,265.00 73.89 39,265.00 Total Fee: 561,440.00 Total Fee Earned To Date 372,465.00 Less Previous Billings 317,800.00 Amount Due this Invoice 54,665.00 1 P 10 .i3-4- 0. PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430111 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 , a. ,-, is , ,! Freese and Nllrh IV) k)tiQt-tl(� RV ttd 0th OeCt 4.4 6 o ��, 4055 INTERNATIC n , 4 FORT WORTH,TE �,(,uj,p,4J- � IN{_ ,�t,b PHONE: (817)735 FEI NUMBER:75- ht(- Pr1tmwanmtL11if l 30110 CITY OF COPPEL Q�kY'i,stin a 1 AS MR. KEN GRIFFIN {_ (� ( '.03243 DIRECTOR OF EN O4QV�1 ' Vox& 1V �'C1\311 te(A to 255 PARKWAY BE \--1' Ott i� l ! LLG '31/2004 COPPELL,TX.751 , fttct C Q1AI1 tiq It` All �,.(L k T 1k0W1LI 1,ij0. .lilt thjai ` For Professional Servi Bethel&Coppell Road _ Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 68,600.00 0.00 100.00 68,600.00 ,.- INAL ENGINEERING 52.72 268,000.00 134,000.00 13,400.00 55.00 147,400.00 slD PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00_ 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 10,000.00 0.00 40.00 10,000.00 Total Fee: 508,300.00 Total Fee Earned To Date 317,800.00 Less Previous Billings 304,400.00 Amount Due this Invoice 13,400.00 1 - 4. e-)\-- o PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430110 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 FREESE- NIHC7LS 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER: 75-1531935 CITY OF COPPELL Invoice# : 2430109 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 Invoice Date : 04/30/2004 255 PARKWAY BLVD. COPPELL,TX.75019 For Professional Services Rendered through: 4/30/2004 Bethel &Connell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 68,600.00 0.00 100.00 68,600.00 go =INAL ENGINEERING 52.72 268,000.00 0.00 134,000.00 50.00 134,000.00 .ID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 5,000.00 5,000.00 40.00 10,000.00 Total Fee: 508,300.00 Total Fee Earned To Date 304,400.00 Less Previous Billings 165,400.00 Amount Due this Invoice 119,000.00 TC30 ( PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430109 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 irillI FREESE NIGHOLS r-, 4055 INTERNATIONAL PLAZA, SUITE 200 `,, k t FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER: 75-1531935 CITY OF COPPELL Invoice# : 2430108 MR. KEN GRIFFIN, P.E. Project : CPL03243 Invoice Group : 01 DIRECTOR OF ENGINEERING Invoice Date : 03/31/2004 255 PARKWAY BLVD. COPPELL,TX.75019 For Professional Services Rendered through: 3/31/2004 Bethel &Coppc!I Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 54,880.00 13,720.00 100.00 68,600.00 .or+. INAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 5,000.00 0.00 20.00 5,000.00 Total Fee: 508,300.00 Total Fee Earned To Date 165,400.00 Less Previous Billings 151,680.00 Amount Due this Invoice 13,720.00 Pa1 Y7 'DT 07, 0l PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430108 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 FREESE- NICHOLS ":. 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH,TEXAS 76109-4895 PHONE: (817)735-7300 FEI NUMBER: 75-1531935 CITY OF COPPELL Invoice# : 2430107 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 Invoice Date : 02/29/2004 255 PARKWAY BLVD. COPPELL, TX.75019 For Professional Services Rendered through: 2/29/2004 Bethel&Coppell Road Infrastructure Improvements. Previous Current Total Phase Name %of Contract Phase Fee Amount Amount %Complete Fee Earned SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 41,160.00 13,720.00 80.00 54,880.00 9NAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 3,750.00 1,250.00 20.00 5,000.00 Total Fee: 508,300.00 Total Fee Earned To Date 151,680.00 Less Previous Billings 136,710.00 Amount Due this Invoice 14,970.00 . - 3.1— 4-37. PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430107 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 FREESE AND NICHOLS,INC. W 4055 INTERNATIONAL PLAZA,SUITE 200 ! FORT WORTH,TX 76109-4895 '" TELEPHONE: (817)735-7300 FEI NUMBER: 75-1531935 FREESE- NICHOLS CITY OF COPPELL Invoice# : 2430106 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 Invoice Date : 01/31/2004 255 PARKWAY BLVD. COPPELL TX 75019 For Professional Services Rendered through: 1/31/2004 Bethel&Coppell Road Infrastructure Improvements. %of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned .* SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICALINVESTIGATION 2.26 11,500.00 11,500.00 0.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 34,300.00 6,860.00 60.00 41,160.00 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 2,000.00 1,750.00 15.00 3,750.00 Total Fee: 508,300.00 Total Fee Earned To Date 136,710.00 Less Previous Billings 128 100.00 Amount Due this Invoice $8,610.00 f PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430106 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214) 217-2254 -- ,,,,\A , p'1- 14., , , --,,,13, 4- SItThol FREESE AND NICHOLS,INC. 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TX 76109-4895 TELEPHONE: (817)735-7300 FEI NUMBER: 75-1531935 FREESE NICHC:0L5 CITY OF COPPELL Invoice# : 2430105 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 Invoice Date : 11/30/2003 255 PARKWAY BLVD. COPPELL TX 75019 For Professional Services Rendered through: 11/30/2003 Bethel& Coppell Road Infrastructure Improvements. %of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned SURVEY/ROW 7.67 39,000.00 39,000.00 0.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 0.00 11,500.00 100.00 11,500.00 PRELIMINARY ENGINEERING 13.50 68,600.00 29,498.00 4,802.00 50.00 34,300.00 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 1,500.00 500.00 8.00 2,000.00 Total Fee: 508,300.00 Total Fee Earned To Date 128,100.00 Less Previous Billings 11 •' Amount Due this Invoice $16,802.00 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430105 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH © (214) 217-2254 "-- " `c7 73x. 3 5T- 030 FREESE AND NICHOLS,INC. 4055 INTERNATIONAL PLAZA,SUITE 200 Amok IF. FORT WORTH,TX 76109-4895 I , TELEPHONE: (817)735-7300 %� FEI NUMBER: 75-1531935 FREESE- NIGHOLS CITY OF COPPELL Invoice# : 2430104 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 10/31/2003 COPPELL TX 75019 For Professional Services Rendered through: 10/31/2003 Bethel& Coppell Road Infrastructure Improvements. %of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned SURVEY/ROW 7.67 39,000.00 36,270.00 2,730.00 100.00 39,000.00 CONCEPTUAL DESIGN 8.13 41,300.00 41,300.00 0.00 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 0.00 0.00 0.00 0.00 PRELIMINARY ENGINEERING 13.50 68,600.00 3,430.00 26,068.00 43.00 29,498.00 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 750.00 750.00 6.00 1,500.00 Total Fee: 508,300.00 Total Fee Earned To Date 111,298.00 Less Previous Billings 81,750.00 Amount Due this Invoice $29,548.00 P41 PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430104r FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214)217-2254 1Z-1 .3 FREESE AND NICHOLS,INC. ,010.o. IFI Ira 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TX 76109-4895 TELEPHONE: (817)735-7300 FEI NUMBER: 75-1531935 CA)FRE ESE-NIGHOLS CITY OF COPPELL Invoice# : 2430103 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 Invoice Date : 09/30/2003 255 PARKWAY BLVD. COPPELL TX 75019 For Professional Services Rendered through: 9/30/2003 Bethel& Coppell Road Infrastructure Improvements. %of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned SURVEYIROW 7.67 39,000.00 36,270.00 0.00 93.00 36,270.00 CONCEPTUAL DESIGN 8.13 41,300.00 38,978.46 2,321.54 100.00 41,300.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 0.00 0.00 0.00 0.00 PRELIMINARY ENGINEERING 13.50 68,600.00 445.37 2,984.63 5.00 3,430.00 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 405.84 344.16 3.00 750.00 Total Fee: 508,300.00 Total Fee Earned To Date 81,750.00 Less Previous Billings 76,099.67 Amount Due this Invoice $5,650.33 k PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430103 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214)217-2254 / (201 AAA'S -7 42-/-030 FREESE AND NICHOLS,INC. ...... roll 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TX 76109-4895 TELEPHONE: (817)735-7300 /C�j FEI NUMBER: 75-1531935 C FREESE- NIGH©LS CITY OF COPPELL Invoice# : 2430102 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 08/31/2003 COPPELL TX 75019 For Professional Services Rendered through: 8/31/2003 Bethel& Coppell Road Infrastructure Improvements. of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned SURVEY/ROW 7.67 39,000.00 36,270.00 0.00 93.00 36,270.00 CONCEPTUAL DESIGN 8.13 41,300.00 11,977.00 27,001.46 94.38 38,978.46 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 0.00 0.00 0.00 0.00 PRELIMINARY ENGINEERING 13.50 68,600.00 0.00 445.37 0.65 445.37 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 79.61 326.23 1.62 405.84 Total Fee: 508,300.00 Total Fee Earned To Date 76,099.67 Less Previous Billings 48,326.61 Amount Due this Invoice $27,773.06 [ -77�� PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE#2430102/ FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @ (214)217-2254 '�/ r� Vy cI`rik 3 ST0301 FREESE AND NICHOLS,INC. 4055 INTERNATIONAL PLAZA,SUITE 200 FORT WORTH,TX 76109-4895 TELEPHONE: (817)735-7300 FEI NUMBER: 75-1531935 FREESE- NICHC+LS I CITY OF COPPELL Invoice# : 2430101 MR. KEN GRIFFIN, P.E. Project : CPL03243 DIRECTOR OF ENGINEERING Invoice Group : 01 255 PARKWAY BLVD. Invoice Date : 07/31/2003 COPPELL TX 75019 For Professional Services Rendered through: 7/31/2003 Bethel& Coppel!Road Infrastructure Improvements. %of Previous Current % Total Fee Phase Name Contract Phase Fee Amount Amount Complete Earned SURVEY/ROW 7.67 39,000.00 0.00 36,270.00 93.00 36,270.00 CONCEPTUAL DESIGN 8.13 41,300.00 0.00 11,977.00 29.00 11,977.00 GEOTECHNICAL INVESTIGATION 2.26 11,500.00 0.00 0.00 0.00 0.00 PRELIMINARY ENGINEERING 13.50 68,600.00 0.00 0.00 0.00 0.00 FINAL ENGINEERING 52.72 268,000.00 0.00 0.00 0.00 0.00 BID PHASE 1.08 5,500.00 0.00 0.00 0.00 0.00 CONSTRUCTION PHASE 9.72 49,400.00 0.00 0.00 0.00 0.00 PROJECT EXPENSES 4.92 25,000.00 0.00 79.61 0.32 79.61 Total Fee: 508,300.00 Total Fee Earned To Date 48,326.61 Less Previous Billings _,__IQO Amount Due this Invoice PLEASE REMIT TO P.O. BOX 980004, FORT WORTH, TX 76198-0004 REFERENCING FREESE AND NICHOLS PROJECT#CPL03243 AND INVOICE #2430 01 FOR BILLING QUESTIONS PLEASE CONTACT BILL GROZDANICH @(214)217-2254 STO30 ( 'CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 11/27/2007 gineering Department TERMS: ,5 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 08-0000676-000 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 11/27/2 0 0 7 INVOICES,SHIPPERS,BILL OF LADING AND VENDOR NO. 2943 CORRESPONDENCE. VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1.00 .0C JB DESIGN OF BETHEL ROAD II ST#03-01 16000 . 00 16000 . 00 (FROM DENTON TAP 0 FREEPORT OLD TOWN) CHANGE ORDER#3 625-638-637-4220 16000.00 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 16000 .00 WITH EACH SHIPMENT. J. Anderson PURCHASING AGENT _iIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. a) C o E U ''� z Q a) r m a) co o p 0 O o O • F- a rn a _ o N o CO c 7 p W o LL �_ W c o d cc x N o W aa)) C o N Cr �a Cr 3 D m W Z ° ° ,a>W c a) ,_ a m c a 3 E Z c a a en o) a co W 0 ¢ I-' m E o O. immil 8. P a) AY w O ` k a n 0 ,- O C �` 0 OM 'C 2 I U� a 1- l.L U C cc O_ O 03 U O L_ �" O C co co o 4- C 4t O a) C O 0 o z .cn .> O a O W H E p O O O -oo a p O Z 0c O O ? c cD O X O as w CO Z FI) co E O O Q m in to U Q w . W re x -- 0 a Z H m E E O w I-° O U) o . 0 :' W in ° Y I--- °6 > Q X W W Z u N y 4t # z Q L E to U o W _ 0 Z `a o o c W o O Q Q a U u_ co r 0 _ , rill Freese and Nichols CONTRACT CHANGE AUTHORIZATION FORM #3 Client: City of Coppell F&N Project No.: CPL03243 255 Parkway Blvd Amendment No.3 Coppell, Texas 75019 Attn: Ken Griffin Date: November 19, 2007 Project Description: Bethel &Coppell Road Paving & Utility Improvements Description of Services Added/Deleted: Plans split into two phases. Deliverables: Phase I & II of plans • Phase I-Bethel Road from Freeport Parkway to West of Penfolds Lane (- STA 35+00) and Coppell Road • Phase II -Bethel Road West of Penfolds Lane (- STA 35+00) to Denton Tap Compensation shall be adjusted as follows: Compensation shall be on a lump sum basis for a fee not-to-exceed Sixteen Thousand Dollars ($16,000). Original Contract $508,300 Amendment#1 $53,140 Amendment#2 $38,400 Amendment#3-Current $16,000 Revised Total Contract $615,840 Schedule shall be adjusted as follows: Split Plans First Phase submitted December 7, 2007 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, I C.: CITY OF CI • • . BY , /‘It/t„4_ , I 1 ( ,{ 1.F . BY: �'' i TITLE: J CI iA L.,- TITLE: , , DATE: I ( ( /� � � DATE: // w %/7) 1701 N MARKET STREET,SUITE 500 LB 511 DALLAS,TEXAS 75202 I TELEPHONE:214-217-2200 I FAX:214-217-2201 T:\CONTRACTS\Coppell\CPL03243 Bethel&Coppell Rd\Mod#3 Split Plan.doc CITY OF COPPELL ------ PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 4/09/2007 igineering Department TERMS: _55 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 07-0002062-000 VIA' PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 4/09/2 0 0 7 VENDOR NO. 2943 INVOICES, CORRESPONDENCE. ADING AND ONDENCE VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1. 00 . 00 JB DESIGN OF BETHEL ROAD II ST 03-01 38400 .00 3 8 4 0 0 . 0 0 (FROM DENTON TAP TO FREEPORT AND COPPELL ROAD) CHANGE ORDER#2 624-636-637-4220 38400.00 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 38400 . 00 WITH EACH SHIPMENT. J. Anderson ... PURCHASING AGENT .,HIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. { \ 8 E G / k , c a r-2 e § 3 VI 3 \ 2 a \ / 2 m g = E 2 ; ) CL Ct ® • \ § ƒ \ 6 O 2 ) iti k t ) \ \ = e e \ a) m o I ° \ / k o a t \ Q. \ / k & ƒ a a CO E O. ° a) 1 .1 ` 2 / % 0 ƒ 11-4 . E ) * / "Z .4 L 6 k �f � ` L 2 \ / ,, ` Ct It \ 7 c x �� 4, O c) Cu .� �� ¥~ = / 13. "0 2 » CD \ ƒ 1 § co E\ % � p c 0 § c z \ [ \ CL I ® 2 I 6 Eo 7 LO § 7 e (6 o \ 2 . o o CD 0 k / Q- CO LI CO Pi E , , -J \ \ \ j - ? R \ m & 0 \ \ 7 / w / k - k @ t < < I- 2 w 3 e w m = m / 2 <Cli & ƒ = u \ / c \ CI) / / # # e m # # -o a % \ ! / 2 \ \ \ ) 0 c k / o � FREESE•IJICHOLS CONTRACT CHANGE AUTHORIZATION FORM Client: City of Coppell F&N Project No.: CPL03243 255 Parkway Blvd Coppell, Texas 75019 Amendment#2 Attn: Ken Griffin Date: December 15, 2006 Project Description: Bethel &Coppell Road Paving & Utility Improvements Description of Services Added/Deleted: A. Intersection Schematic • Prepare an intersection schematic plan for the new roadway into the proposed Senior Center across from Hearthstone and the improvements to Park Lane. The plan will include a left turn lane from Bethel into the Senior Center and a large radius on the right turn side. • Review drainage plan to make accommodations for the new roadway and the modifications to Park Lane. • Utilizing the survey data provided by BW2 Engineers (civil engineer for the Senior Center project), flag trees that will need to be removed either to accommodate the proposed improvements and/or due to visibility issues. • Stake location of proposed curb lines for the Hearthstone intersection prior to a meeting with the City to assist with review of the proposed plan by the various City departments and the Senior Center design consultants. • Deliverables: 1. Five copies of plan view intersection schematics. 2. Field staking/flagging as described. Includes one day of field work only. • Additional Fee: Additional Lump Sum Fee of$14,600 B. Revise plan sheets. • Revise paving plan and profiles, drainage area map, drainage design plans. • Detail the turn lane improvements and provide construction details for the medians. • Add a plan and profile sheet for Park Lane improvements. • Produce cross sections for the Park Lane improvements. • This intersection will not be signalized. • Coordinate design drawings with the Senior Center design consultants. • Deliverables: Revised plans will be incorporated in the project as we finalize the plans for construction. Completion of the drawings from the current 90% level will be done as directed by the City based on the City's schedule for this bond project. • Additional Fee: Additional Lump Sum Fee of$23,800 Compensation shall be adjusted as follows: Original Contract $508,300 Amendment#1 Amount $53,140 Amendment#2 Amount $38,400 1701 N.MARKET STREET,SUITE 600*DALLAS,TEXAS 75202*TELEPHONE:214-920-2500• FAX:214-920-2565 UAFORMSICONTRACTICONTRACT CHANGE REOUEST.DOC Revised Total Contract $599,840 ,, Schedule shall be adjusted as follows: Phase A— Intersection schematic will be completed by January 12th or earlier. Phase B—Plans will be revised and taken to 100% upon notice-to-proceed by the City. We anticipate this phase taking approximately 6 weeks to complete. The deliverable dates will be discussed in more detail as the date for completion approaches. 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 forservices which are not expressly amended shall remain in full force and effect. This Contract Change Authorization will serve as contract modification. FREES AN. NICHOLS I C.:/ / CITY OF C• • • BY: // ' , I t i. L . / BY: �i.. TITLE: •! G MUM TITLE: 414 Li ■ Gam /71 7 * r DATE: 12 2-0— nc9 DATE: ` C 1701 N.MARKET STREET,SUITE 600*DALLAS,TEXAS 75202*TELEPHONE:214.820-2500* FAX:2144820-2555 U.SFORMSICONTRACTICONTRACT CHANGE REQUEST.DOC CITY OF COPPELL ------ PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 9/28/2006 Engineering Department TERMS:Parkway Blvd. PURCHASE ORDER NUMBER . ..oppell TX 75019 06-0004036-000 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL VENDOR NO. 2943 INVOICES,SHIPPERS,BILL OF LADING AND DELIVERY REQ.: 9/2 8/2 0 0 6 CORRESPONDENCE. VENDOR FREE S E AND NI CHOLS, INC. SUBMIT ALL INVOICES IN DUPLICATE TO: 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1 . 00 . 00 JB DESIGN OF BETHEL ROAD(FROM DENTON TAP 67073 .20 6 7 0 7 3 .2 0 TO FREEPORT)AND COPPELL ROAD(FROM BETHEL TO COOPER)AND REVISION TO CONTRACT (REFER PO#03-2867/04-3858/05-3894) 624-636-637-4220 67073.20 1 . 0 0 . 0 0 JB DESIGN OF BETHEL ROAD 28458 .92 2 8 4 5 8 .9 2 (REFER PO#03-2867/04-3858/05-3894) 625-638-637-4220 28458.92 esled ob, k,`O NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 95532 . 12 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT -IIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. _. .XEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 9/23/2005 °_.ngineering Department TERMS: 255 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 05-0003894-000 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY RE Q.: 9/23/2005 VENDOR NO. 2943 INVOICES, CORRESPONDENCE. VENDOR AND Q VENDOR FREESE AND NICHOLS, INC. SUBMIT ALL INVOICES IN DUPLICATE TO: 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 23 0 E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1 . 00 .0 C JB DESIGN OF BETHEL ROAD(FROM DENTON TAP 67073 .20 6 7 0 7 3 .2 0 TO FREEPORT)AND COPPELL ROAD(FROM BETHEL TO COPPER)AND REVISION TO CONTRACT (REFER PO#03-2867/04-3858) 624-636-637-4220 67073.20 1 . 00 . 00 JB DESIGN OF BETHEL ROAD 28458 .92 28458 .92 (REFER PO#03-2867/04-3858) 625-638-637-4220 28458.92 e 0 tel IN01) td■A 0 c NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 95532 . 12 WITH EACH SHIPMENT. .�► J. Anderson PURCHASING AGENT SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 9/29/2004 'ngineering Department TERMS: 55 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 04-0003858-100 VIA: PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 9/23/2004 2943 VENDOR NO. INVOICES, CORRESPONDENCE.ADING AND Q^ VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1 . 00 . 00 EA DESIGN OF BETHEL ROAD(FROM DENTON TAP 61600 . 00 61600 . 00 TO FREEPORT)AND COPPELL ROAD(FROM BETHEL TO COPPER) (REFER PO#03-2867) 624-636-637-4220 61600.00 1 . O C . 00 EA DESIGN OF BETHEL ROAD 142300 . 00 142300 . 00 (REFER PO#03-2867) 625-638-637-4220 142300.00 1 . 00 . 00 EA REVISION TO CONTRACT 53140 . 00 53140 . 00 624-636-637-4220 53140.00 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 257040 . 00 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. CI z 0 Q < a • I'W O i(3 9 D m yr /� _ '>I Nth i t NJ o p C' c Z II o n \ E L co z T i co • C E e o • c a E v v • a o '0 ►e- O Z a N Ii p - A 12• la , °o E do O Q 10 3 LL • 7 -� E 0 \ ,y1 I — O m O Z N 5 m 11). ; 4 .,:r Lt. Ilk U Y�in® L W v ■ * 1 il c:i al II III A u 1 Y C\ C ; 1 h WW J \i") 0 ¢ Ul VI' I fn II I co to W Z •.g E1111111111111 3 h 1 i 2 a co T H E C I T Y EL TO F DEPT: Engineering/Public Works AGENDA REQUEST FORM COPPELL DATE: September 14, 2004 f x ITEM#: 9/D ITEM CAPTION: Consider approval of amending the contract with Freese and Nichols, Inc. for the design of Bethel Road (from Denton Tap to Freeport Pkwy.) and Coppell Road (from Bethel Rd. north to Cooper Ln.) in an amount of$53,140 as provided for in CIP funds; and authorizing the City Manager to sign. APPROVED BY Motion to Approve CITY COUNCIL M - York S - Brancheau ON ABOVE DATE 10, Vote - 6-0 11 ;0r Suhy absent GOAL(S): �� , EXECUTIVE SUMMARY: This revision to the contract for the design of Bethel Road(from Denton Tap to Freeport Pkwy.) and Coppell Road (from Bethel Rd. north to Cooper Ln.) will allow the project to continue on schedule for construction of the '1111')ro j ect. Staff will be available to answer any questions at the Council meeting. FINANCIAL COMMENTS: Funds are available in the 2000 Street CIP Accounts for this amendment. Agenda Request Form-Revised 02/04 Document Name: #BethelRd-1 AR C m CONTRACT CHANGE AUTHORIZATION FORM ri '4. FREESE-N!CHOLS Client: City of Coppell F&N Project No.: CPL03243 255 Parkway Blvd Coppell, Texas 75019 Client Contract Ref.: Attn: Ken Griffin Date: August 19, 2004 Project Description: Bethel & Coppell Road Paving & Utility Improvements Description of Services Added/Deleted: A. Additional Survey • Prepare 18 (22 total, 4 included in original contract) Permanent Right-of-Way documents ($825 each) • Prepare 4 Permanent Drainage Easement documents ($385 each) • Deliverables: Two copies of easement documents • Additional fee: $16,390 expense B. Preliminary engineering design services for replacement of Coppell Road sanitary sewer from Copper Lane to Bethel Road. Approximately 1500 LF of 8" sanitary sewer will be replaced. There is a proposed aerial crossing on the upstream face of the Coppell Road culvert. It is proposed that the aerial crossing be designed with two piers on to support the sewer line. Plans to include sewer plan & profile sheets and all necessary detail sheets. • Deliverables: Preliminary design plans to be submitted prior to 90% submittal of the rest of the project. • Additional fee: $13,250 labor C. Final engineering design services for replacement of Coppell Road sanitary sewer. This includes preparation of final plans and specifications. • Deliverables: Additional plans and specifications to be included in final submittal • Additional fee: $5,200 labor D. Additional construction phase services due to proposed sewer construction • Additional fee: $1,250 labor E. Hydrologic and hydraulic modeling services provided as part of design development of Bethel Road culvert crossing. Updated parameters and converted to a newer model using a culvert modeling approach. Updated the plan and profile sheets to reflect the model. Additional coordination with City staff regarding channel design and hydraulic conditions related to the TransSystems model and design. Identified the need for a permit and coordinated with Alan Plummer Associates to provide calculations and designs for the permitting process. • Additional fee: $7,788 labor F. Investigate the option of raising the existing Bethel Road bridge deck by adding a concrete overlay and adding sidewalks to either side of the existing bridge. Provide a recommendation with an opinion of probable construction costs. • Additional fee: $8,262 labor G. Additional general expenses. • Additional fee: $1,000 expense 1701 N.MARKET STREET,SUITE 500 1 DALLAS,TEXAS 75202 1 TELEPHONE:214-920-2500 ! FAX:214-920-2565 U'%FORMSICONTRACT,CONTRACT CHANGE REQUEST.DOC Compensation shall be adjusted as follows: Labor: $35,750 Expense: $17,390 Original Contract $508,300 Amendment Amount $53,140 Revised Total Contract $561,440 Schedule shall be adjusted as follows: Schedule will not be affected by the addition of the sanitary sewer line or the bridge/sidewalk design options and cost estimates. 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 A D NICHOLS, IN CLIENT: /Ai / BY: -LA--4 e - BY: TITLE: TITLE: tit // I• A DATE: [.) DATE: —/ - , DISTRIBUTION: PM, GROUP MGR., DISC.LDR., OPER.ANAL., CONTRACT ADMIN. 1701 N.MARKET STREET,SUITE 500 ! DALLAS,TEXAS 75202 ! TELEPHONE:214-920-2500 ! FAX:214-920-2565 U:\FORMS CONTRACT\CONTRACT CHANGE REQUEST.DOC CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 9/23/2004 'Igineenng Department TERMS: ,5 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 VIA:04-0003858-000 PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY REQ.: 9/23/2004 INVOICES,SHIPPERS,BILL OF LADING AND VENDOR NO. 2943 CORRESPONDENCE. VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1341 W. MOCKINGBIRD LANE CITY OF COPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 75247-4922 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST TOTAL COST 1.00 .00 EA DESIGN OF BETHEL ROAD(FROM DENTON TAP 61600 . 00 61600 . 00 TO FREEPORT)AND COPPELL ROAD(FROM BETHEL TO COPPER) (REFER PO#03-2867) 624-636-637-4220 61600.00 1 . 00 . 00 EA DESIGN OF BETHEL ROAD 142300 . 00 142300 . 00 (REFER PO#03-2867) 625-638-637-4220 142300.00 il\ ivt)V 041 4 NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBITTED FOR EACH APPLICABLE ITEM 203900 .00 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT . IIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. 2. EXEMPT FROM STATE/LOCAL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. CITY OF COPPELL PURCHASE ORDER SHIP TO DATE F.O.B. City of Coppell 6/11/2003 Engineering Department TERMS: i55 Parkway Blvd. PURCHASE ORDER NUMBER Coppell TX 75019 VIA:03-0002867-000 PURCHASE ORDER NUMBER MUST APPEAR ON ALL DELIVERY .. 6/11/2 0 0 3 INVOICES,SHIPPERS,BILL OF LADING AND VENDOR NO. 2 9 4 3 CORRESPONDENCE. VENDOR SUBMIT ALL INVOICES IN DUPLICATE TO: FREESE AND NICHOLS, INC. 1341 W. MOCKINGBIRD LANE CITYOFCOPPELL SUITE 230E ACCOUNTS PAYABLE DEPARTMENT P.O.BOX 9478 DALLAS TX 7 5 2 4 7-4 9 2 2 COPPELL,TEXAS 75019 QUANTITY QUANTITY RECEIVED UNIT DESCRIPTION UNIT COST , TOTAL COST 1 .00 . 0C JB DESIGN OF BETHEL ROAD(FROM DENTON TAP 2 2 7 0 0 0 . 0 0 ;%2 2 7 0 0 0 . 0 0 TO FREEPORT)AND COPPELL ROAD(FROM __ — BETHEL TO COPPER) CC APPROVED 5/27/2003 624-636-637-4220 227000.00 1 .0C .0C JB DESIGN OF BETHEL RD. 281300 . 00 2 813 0 0 . 0 0 625-638-637-4220 281300.00 r�- NOTICE:MATERIAL SAFETY DATA SHEET MUST BE SUMBHTEI)FOR EACH APPLICABLE ITEM ,0 8 1 0 0 _ 0 0 WITH EACH SHIPMENT. J.Anderson PURCHASING AGENT } SHIPMENTS MAY BE REFUSED IF THE PURCHASE ORDER NO.IS NOT SHOWN ON SHIPPERS AND BILL OF LADING. EXEMPT FROM STATE/LOC AL AND FEDERAL TAXES. 3. SUBSTITUTIONS WILL NOT BE ACCEPTED WITHOUT PRIOR APPROVAL. 4. PARTIAL SHIPMENTS WILL BE ACCEPTED IF INVOICED SEPARATELY. 5. C.O.D.OR COLLECT SHIPMENTS WILL NOT BE ACCEPTED. 6. RECEIVING HOURS ARE 8:00 A.M.TO 3:30 P.M.MONDAY-FRIDAY. qtp b • • • W < • D O CO 2 0 Y z ' W v 8 ' ° \ x w .. ii; 1\ • I-- C. 1 E 01 it ■ c c a E • o .1 z • E c v` • S' • • 9 • C' z O < i i • 5 • i � w ■ To W � + :� E e d ' ¢W v O • C O -� o >•ILE N � ' • ` V y z C I; • Ti O C Z 4 O 0 2 rg EC' O Q , U 0 Q i cc n•Sh4t. ti I 4 zi4-4 114 L t ,W 1 Nil 1 ; 14 11 4 , . VI 1 i ., s 4i111 II • oo \, 1 4 A NI, -,.W v W W �g- A ,I 1. i T " ` • e ' T T • ° " DEPT: Engineering/Public Works AGENDA REQUEST FORM COPPELL * * DATE: May 27,2003 r a OM. E x ITEM#: 11 ITEM CAPTION: Consider approval of entering into a contract with Freese and Nichols, Inc. for the design of Bethel Road from Denton Tap Road to Freeport Parkway and Coppell Road from Bethel Road north to Cooper Lane in an amount not to exceed$508,300 as provided for in CIP Funds; and authorizing the City Manager to sign. APPROVED BY Motion to Approve CITY COUNCIL M _ York ON ABOVE DATE s - Suhy Vote - 6-0 1111 ` GOAL(S): aimi 110 Raines absent ' - EXECUTIVE SUMMARY: Approval of this contract will begin the process for the design of Bethel Road from Denton Tap Road to Freeport Parkway and Coppell Road from Bethel Road north to Cooper Lane. AM. Staff will be available to answer any questions at the Council meeting. FINANCIAL COMMENTS: Funds are available in the 2000 and 2002 Street CIP account for this project. t y - z DIR.REVIEW: - °" CM REVIEW: „. 19p, FIN. REVIEW: „:, . »a, AO.NAWFAVA OA. Agenda Request Form-Revised 09/02 Document Name: #BethelRd-I Agenda CITY OF COPPELL CONSULTING ENGINEERS CONTRACT STATE OF TEXAS § KNOW ALL BY THESE PRESENTS CITY OF COPPELL § THIS ENGINEERING SERVICES CONTRACT,hereinafter referred to as "Contract," made, entered into and executed this the ceday of Mt , 2003, by and between the City of Coppell acting by and through the Mayor with approval of the City Council hereinafter referred to as "City", and Freese and Nichols, Inc., hereinafter referred to as "Engineer". WITNESSETH WHEREAS, the City desires to contract for Professional Engineering Services, hereinafter referred to as "Services", in connection with the BETHEL & COPPELL ROADS INFRASTRUCTURE IMPROVEMENTS, PROJECT #ST 03-01 hereinafter referred to as the "Project"; and WHEREAS, the Engineer is acceptable to the City and is willing to enter into a Contract with the City to perform the hereinafter defined Services necessary to complete the Project; and WHEREAS, said Services shall be as defined herein and in the detailed Basic Services, Attachment A, incorporated herein by attachment and by reference; and WHEREAS, this contract shall be administered on behalf of the City by its City Engineer or his duly authorized representative. The Engineer shall fully comply with any and all instructions from said City Engineer. a AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do mutually agree as follows: The City agrees to retain the Engineer, and the Engineer agrees to provide Services in connection with the Project as defined herein, and for having rendered such Services the City agrees to pay to the Engineer fee for these Services as mutually agreed. All Services under this Contract shall be performed under the direct supervision of the City Engineer. 1. Scope of Services, A. Basic Services: The work tasks and activities to be performed and deliverable to be provided by the Engineer shall be in accordance with Attachment A, Scope of Services, including modifications to the Basic Services as mutually agreed to by the City and the Engineer in accordance with the provisions of this Contract. B. Additional Services Not Included In Basic Services: When mutually agreed to in writing by the City and the Engineer, the Additional Services shall be provided by the Engineer. These Additional Services are not included as a part of Basic Services and shall be paid for by the City in addition to payment for Basic Services. Should it be determined that one or more of the requirements of this Contract conflict with the requirements of the Scope of Services, including modifications to the Scope of Services or any attachments to this contract; the requirement of the Contract shall govern. 2. Progress Schedule. Within ten (10) days after receiving Notice to Proceed (NTP) the Engineer shall submit to the City a Schedule of Services consisting of a listing of the major Project tasks, the estimated consultant hours required to perform the tasks, the percentage of the Contract budget estimated to be allocated to each task and a bar chart schedule showing task beginning and completion dates. Significant milestones for the Project shall be identified. At a minimum, milestones shall be provided for the three design submittals described in Attachment A, Scope of Services: Conceptual Design Submittal, Preliminary Design Submittal, and Final Plans, Specifications, and Estimate (PS&E) Submittal. Based on Schedule of Services, the City shall compile Attachment D, Project Schedule which shall become a part of this Contract upon approval of the Engineer and the City. The Engineer shall provide to the City information to report and monitor the design tasks within the Project Schedule by completing a "Design Progress Report" on a form provided Page 2 by the City. The Engineer shall complete and provide to the City said report at two week intervals. 3. Compensation. A. Basic Services Fee: The Engineer shall be paid a fee for Basic Services under this Contract pursuant to the Fee Schedule described in Attachment A, Scope of Services. Basic Services Fee shall not exceed the lump sum of Five Hundred Eight Thousand Three Hundred Dollars ($508,300) provided, however, that modifications to the Basic Services, or other conditions defined herein may necessitate a change of Fee which shall be reduced to writing and approved by the City or its designee. B. Total Maximum Fee: Total Maximum Fee for this Contract shall be a lump sum of Five Hundred Eight Thousand Three Hundred Dollars ($508,300). C. Invoices: The Engineer shall submit invoices at not less than thirty (30) calendar days for Basic Services on or before the twenty fifth (25th) calendar day of the month, or the preceding business day if the twenty fifth occurs on a weekend and/or observed holiday. Payment shall be based on the invoices submitted to the City, provided that Services completed as indicated in the Design Progress Reports approved by the City equals or exceeds the increment percentage requested on the Engineer's invoices. Engineer's invoices to City shall provide complete information and documentation to substantiate Engineer's charges and shall be in a form to be specified by the City Engineer. Should additional documentation be requested by the City Engineer the Engineer shall comply promptly with such request. D. Payments: All payments to Engineer shall be made on the basis of the invoices submitted by the Engineer and approved by the City. Following approval of invoices, City shall endeavor to pay Engineer promptly, however, under no circumstances shall Engineer be entitled to receive interest on amounts due. The City, in compliance with Texas State law, shall process a maximum of one payment to the Engineer per month. City reserves the right to correct any error that may be discovered in any invoice whether paid to the Engineer or not, and to withhold the funds requested by the Engineer relative to the error. 4. Fee Increases. Any other provision in this Contract notwithstanding, it is specifically understood and agreed that the Engineer shall not be authorized to undertake any Services pursuant to this Contract requiring the payment of any fee, expense or reimbursement in addition to the fees stipulated in Article 3 of this Contract, without having first obtained specific written authorization from the City. The written authorization for additional Page 3 Services shall be in the form of a Modification to the Scope of Services approved by the City Engineer and/or the City Council, if required. 5. Modifications to the Scope of Services. Either the Engineer or the City Engineer may initiate a written request for a Modification to the Scope of Services when in the opinion of the requesting Party, the needs and conditions of the Project warrant a modification. Upon the receipt of a request by either Party, the Engineer and the City Engineer shall review the conditions associated with the request and determine the necessity of a modification. When the Parties agree that a modification is warranted, the Engineer and the City Engineer shall negotiate the specific modification(s) and any changes in the Total Maximum Fee or Project Schedule resulting from the modification(s). Approval of a modification shall be in the form of a written Modification to the Scope of Services which clearly defines the changes to the previously approved Scope of Services, Fee and/or Project Schedule. Said written Modification shall be approved by Engineer, authorized by the City Council, if required, and issued by the City Engineer. Issuance of the approved Scope of Services modification shall constitute a notice to proceed with the Project in accordance with the modified Scope of Services. The City Engineer may issue written Modifications to the Scope of Services without prior approval of the City Council when the modifications are to be accomplished within the authorized Total Maximum Fee and do not materially or substantively alter the overall scope of the Project, the Project Schedule or the Services provided by the Engineer. 6. Project Deliverables. For each submittal identified in Attachment A, Scope of Services, the Engineer shall provide the City with one set of reproducibles, one set of bluelines or hard copy and electronic media of the submittal documents. For any required environmental assessment, the Engineer shall provide one set of draft and one set of final Environmental Reports. The Environmental Reports shall be submitted as original reproducibles and on electronic media. The electronic file may omit photographs and government prepared maps. If photographs are included in the report they shall be taken with a 35 mm camera or larger format camera. Color laser copies may be substituted for the original photographs in the final report. A transmittal letter shall be included with the Environmental Reports and shall include an executive summary outlining: a.) Findings of the Reports; b.) Conclusions; c.) Recommendations; and d.) Mitigation/remediation cost estimates. 7. Project Control. It is understood and agreed that all Services shall be performed under the administrative direction of the City Engineer. No Services shall be performed under this Contract until a written Notice to Proceed is issued to the Engineer by the City Engineer. In addition, the Engineer shall not proceed with any Services after the completion and delivery to the City of the Conceptual Design Submittal, Preliminary Design Submittal, or the Final PS&E Submittal as described in the Basic Services without written instruction Page 4 from the City. The Engineer shall not be compensated for any Services performed after the said submittals and before receipt of City's written instruction to proceed. S. Partnering. The City shall encourage participation in a partnering process that involves the City, Engineer and his or her sub-consultants, and other supporting jurisdictions and/or agencies. This partnering relationship shall begin at the Pre-Design Meeting and continue for the duration of this Contract. By engaging in partnering, the parties do not intend to create a legal partnership, to create additional contractual relationships, or to in any way alter the legal relationship which otherwise exists between the City and the Engineer. The partnering effort shall be structured to draw on the strengths of each organization to identify and achieve reciprocal goals. The objectives of partnering are effective and efficient contract performance and completion of the Project within budget, on schedule, in accordance with the Scope of Services, and without litigation. Participation in partnering shall be totally voluntary and all participants shall have equal status. 9. Disputes. The City Engineer shall act as referee in all disputes under the terms of this Contract between the Parties hereto. In the event the City Engineer and the Engineer are unable to reach acceptable resolution of disputes concerning the Scope of Services to be performed under this Contract, the City and the Engineer shall negotiate in good faith toward resolving such disputes. The City Engineer may present unresolved disputes arising under the terms of this Contract to the City Manager or designee. The decision of the City Manager or designee shall be final and binding. An irreconcilable or unresolved dispute shall be considered a violation or breach of contract terms by the Engineer and shall be grounds for termination. Any increased cost incurred by the City arising from such termination shall be paid by the Engineer. 10. Engineer's Seal. The Engineer shall place his Texas Professional Engineers seal on all engineering documents and engineering data prepared under the supervision of the Engineer in the performance of this Contract. 11. Liability. Approval of the Plans, Specifications, and Estimate (PS&E)by the City shall not constitute nor be deemed a release of the responsibility and liability of Engineer, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, tracings, magnetic media and/or computer disks, estimates, specifications, investigations, studies or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the City for any negligent defect, error or omission in the design, working drawings, tracings, magnetic media and/or computer disks, estimates specifications, investigations, studies or other documents prepared by Engineer, its employees, subcontractors, agents and consultants. Engineer shall indemnify City for damages resulting from such negligent defects, errors or omissions and shall secure, pay for and maintain in force during the term of this Contract sufficient errors and omissions insurance in the amount of$250,000.00 single limit, with certificates Page 5 evidencing such coverage to be provided to the City. The redesign of any defective work shall be the sole responsibility and expense of the Engineer. Any work constructed, found to be in error because of the Engineer's design, shall be removed, replaced, corrected or otherwise resolved at the sole responsibility and expense of the Engineer. The parties further agree that this liability provision shall meet the requirements of the express negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 12. Indemnification. Engineer shall indemnify, hold harmless and defend the City of Coppell, its officers, agents and employees from any loss, damage, liability or expense, including attorney fees, on account of damage to property and injuries, including death, to all persons, including employees of Engineer or any associate consultant, which may arise from any negligent errors, omissions or negligent act on the part of Engineer, its employees, agents, consultants or subcontractors, in performance of this Contract, or any breach of any obligation under this Contract. It is further understood that it is not the intention of the parties hereto to create liability for the benefit of third parties, but that this agreement shall be solely for the benefit of the parties hereto and shall not create or grant any rights, contractual or otherwise to any person or entity. The parties further agree that this indemnification provision shall meet the requirements of the express negligence rule adopted by the Texas Supreme Court and hereby specifically agree that this provision is conspicuous. 13. Delays and Failure to Perform. Engineer understands and agrees that time is of the essence and that any failure of the Engineer to complete the Services of this Contract within the agreed Project Schedule shall constitute material breach of this Contract. The Engineer shall be fully responsible for its delays or for failures to use diligent effort in accordance with the terms of this Contract. Where damage is caused to the City due to the Engineer's failure to perform in these circumstances, the City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. The Engineer shall not be responsible for delays associated with review periods by the City in excess of the agreed Project Schedule. 14. Termination of Contract. It is agreed that the City or the Engineer may cancel or terminate this Contract for convenience upon fifteen (15) days written notice to the other. Immediately upon receipt of notice of such cancellation from either party to the other, all Services being performed under this Contract shall immediately cease. Pending final determination at the end of such fifteen-day period, the Engineer shall be compensated on the basis of the percentage of Services provided prior to the receipt of notice of such termination and indicated in the final Design Progress Report submitted by the Engineer and approved by the City. 15. Personnel Qualifications. Engineer warrants to the City that all Services provided by Engineer in the performance of this Contract shall be provided by personnel who are Page 6 appropriately licensed or certified as required by law, and who are competent and qualified in their respective trades or professions. 16. Quality Control. The Engineer agrees to maintain written quality control procedures. The Engineer further agrees to follow those procedures to the extent that, in the Engineer's judgment, the procedures are appropriate under the circumstances. 17. Ownership. All Engineer's designs and work product under this Contract, including but not limited to tracings, drawings, electronic or magnetic media and/or computer disks, estimates, specifications, investigations, studies and other documents, completed or partially completed, shall be the property of the City to be used as City desires, without restriction; and Engineer specifically waives and releases any proprietary rights or ownership claims therein and is relieved of liability connected with any future use by City. Copies may be retained by Engineer. Engineer shall be liable to City for any loss or damage to such documents while they are in the possession of or while being worked upon by the Engineer or anyone connected with the Engineer, including agents, employees, consultants or subcontractors. All documents so lost or damaged while they are in the possession of or while being worked upon by the Engineer shall be replaced or restored by Engineer without cost to the City. 18. Project Records and Right to Audit. The Engineer shall keep, retain and safeguard all records relating to this Contract or work performed hereunder for a minimum period of three (3) years following the Project completion, with full access allowed to authorized representatives of the City upon request for purposes of evaluating compliance with provisions of this Contract. Should the City Engineer determine it necessary, Engineer shall make all its records and books related to this Contract available to City for inspection and auditing purposes. 19. Non-Discrimination. As a condition of this Contract, the Engineer shall take all necessary action to ensure that, in connection with any work under this Contract it shall not discriminate in the treatment or employment of any individual or groups of individuals on the grounds of race, color, religion, national origin, age, sex or physical impairment unrelated to experience, qualifications or job performance, either directly, indirectly or through contractual or other arrangements. 20. Gratuities. City of Coppell policy mandates that employees shall never, under any circumstances, seek or accept, directly or indirectly from any individual doing or seeking to do business with the City of Coppell, loans, services, payments, entertainment, trips, money in any amount, or gifts of any kind. 21. No Waiver. No action or failure to act on the part of either Party at any time to exercise any rights or remedies pursuant to this Contract shall be a waiver on the part of that Party of any of its rights or remedies at law or contract. Page 7 22. Compliance with Laws. The Engineer shall comply with all Federal, State and local laws, statutes, City Ordinances, rules and regulations, and the orders and decrees of any courts, or administrative bodies or tribunal in any matter affecting the performance of this Contract, including without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, Engineer shall furnish the City with satisfactory proof of compliance therewith. 23. Severability. In case one or more of the provisions contained in this Contract shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforceability shall not affect any other provisions hereof and this Contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 24. Venue. With respect to any and all litigation or claims, the laws of the State of Texas shall apply and venue shall reside in Dallas County. 25. Prior Negotiations. This Contract supersedes any and all prior understandings and agreement by and between the Parties with respect to the terms of this Contract and the negotiations preceding execution of this Contract. 26. Contacts. The Engineer shall direct all inquiries from any third party regarding information relating to this Contract to the City Engineer. Page 8 27. Notification. All notices to either Party by the other required under this Contract shall be delivered personally or sent by certified U.S. mail, postage prepaid, addressed to such Party at the following respective addresses: City: City of Coppell, Texas 26-s -Po.,k u, 8i4 le_,,,` Grlr-F ,,,I).F_ Dino EnTneerrn5 Engineer: Freese and Nichols, Inc. 1701 N. Market Street, Suite 500, LB 51 Dallas, Texas 75202 Attn: Tricia H. Hatley, P.E. IN WITNESS WHEREOF, the City of Coppell, Texas and the Engineer has caused these presents to be executed by duly authorized representatives on the day and year set forth above. THE CITY OF COPPELL FREESE AND NICHOLS,INC. BY: BY: / 7-4.„frid a1 , f M!1r4/V ER Name & Title D, f ,j- Z8--L) Date: '-2( -O ATTEST: ATTEST: Mk-.i /.. . . _, _ . /./ /L. 2.1.4„.. 4... .., • I (CORPO' • TE SEAL) Page 9 • e h a„' t 4 s_r , a • I COPPELL ATTACHMENT A ,, a, d. �., a:,- F REESE•NICHOLS SCOPE OF SERVICES FOR BETHEL & COPPELL ROADS INFRASTRUCTURE IMPROVEMENTS PROJECT DESCRIPTION The CITY is proposing to construct improvements including paving reconstruction, streetscape, storm drain system, and water lines. The Bethel Road improvements are limited to the area from Freeport Parkway on the west and Denton Tap Road on the east. The Coppell Road portion of the project is limited to the area bounded by Bethel Road to the south and Cooper Lane to the north. The scope of work includes paving improvements as well as streetscape improvements in the historic downtown area. The replacement of the bridge across Grapevine Creek on Bethel Road is included in the scope of this project, but a study to evaluate the needs regarding replacement of the structure is included in the conceptual design phase. The waterlines located along Coppell Road and Bethel Road will also be replaced. The existing water mains (2", 3", & 8") will be abandoned and connections from those water mains will tie into the proposed 16" water main. An underground storm sewer system will be installed where needed to facilitate drainage of the right-of-way and surrounding properties. The attached exhibits show the existing facilities and proposed improvements included in this project. 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. A detailed traffic control plan will not be provided by FNI. The contract documents will require that the Contractor submit a detailed plan to the CITY for review. The Contractor's plan will need to be in accordance with the phasing established by FNI's sequencing plan. • All design work will be prepared in AutoCAD 2002, 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 30%, 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. • Standards and typical construction details of the CITY may be referred to in the specifications and on the drawings. • This scope of work refers to the Bethel Road crossing of Grapevine Creek as a bridge and the crossings of Bethel Road and Coppell Road of Stream G1 as a culvert. This scope of work assumes that the engineer for the west Bethel project will design and prepare plans for the culvert Attachment"A" Page 1 of 13 under Bethel Road west of downtown and the channel improvements to its downstream. This scope of work includes preparation of construction documents for the culvert on Coppell Road crossing Stream G1 based on the design report prepared by TranSystems Corportation, dated December 20, 2002. • The scope of work assumes that the bridge will be replaced. We will determine during the conceptual design phase whether the bridge needs to be rebuilt at a higher elevation and/or widened to accommodate the new roadway section. FNI will provide bridge and foundation design plans and specifications. The conceptual phase of the project will include review of the bridge plans to verify that the CITY is in agreement with the proposed improvements. If it is determined that the bridge does not need to be replaced, we will deduct the final design cost from the total contract amount. This scope of work also includes design of erosion protection of the bridge structure and minor channel regrading regardless of whether the bridge is reconstructed or the existing structure is utilized. FNI shall perform the necessary engineering and related technical 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 three design phases including Conceptual, Preliminary and Final Design. TASK DESCRIPTIONS—SCOPE OF SERVICES Basic Services A. Conceptual Design Phase 1. Field Surveys - Survey and prepare a design/topographic survey map for an area 90 feet wide (45 feet on each side of the centerline) along Bethel Road from Freeport Parkway to Denton Tap Road, and along Coppell Road from Bethel Road to Cooper Lane. Survey two drainage areas (stream G1 and Grapevine Creek) on Bethel Road and one drainage area(stream G 1) on Coppell Road for a width of 50 feet past the top banks and a length of 200 feet above and below the roads. The design/topographic survey will indicate all surface features, spot elevations, one-foot contours, existing right-of-way lines, and utilities. 2. Pre-Design a. Kick-off Meeting - We will meet with the CITY to discuss the planning and the design criteria, work program and schedule, procedures of communication, basis of compensation, limits of survey, assignments 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, Attachment"A" Page 2 of 13 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. This 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. d. Review the existing masterplan document for the historic downtown area. e. Conduct a parking analysis for the historic downtown area. The analysis will include a review of parking needs based on the current zoning. It will also determine the number of spaces that are currently available. A recommendation regarding number of spaces for the area will be made based on this analysis. f. Evaluate the proposal layout of the new facilities taking the following design criteria into consideration: i. Access for fire, police, and other emergency vehicles ii. Maintenance for service during construction iii. Access for property owners to their respective driveways and adjacent streets. iv. Minimum inconvenience to adjacent property owners v. Business parking needs. g. Take additional photographs and/or videotape to document the existing conditions at the project site and to identify areas of special concern in design, drainage, and possible problems to resolve. h. Conduct one (1) public meeting to discuss the proposed project with the residents and representatives from the downtown business owners and affected homeowner's associations to gather data regarding issues and concerns. i. Develop a maximum of three concept plans based on the data gathered, parking analysis and survey information. The concept plans will address the roadway geometry, preliminary storm drain analysis, preliminary utility Attachment "A" Page 3 of 13 layouts, the historic downtown area parking and streetscape, and concepts for entry features to the area. j. Gather data on existing bridge including structure elevations, flow capacity and condition. 3.Concept Plans a. Consolidate conceptual design plans, drainage and utility studies, environmental analysis and public meeting comments into a package for submittal to CITY for review and approval. Make recommendation regarding the replacement of the bridge structure. b. Make modifications to the plan based on CITY staff review and submit to City Council as a project update. B. Preliminary Design Phase 1. Geotechnical Investigation - Drill four (4) ten-foot borings for the road improvements. Prepare a geotechnical investigation report that presents the boring locations, boring logs, lab test results, a discussion of general subsurface conditions at the bridge site and along the road improvements and their impact on design. The report will also include a discussion of construction issues, recommendations for bridge design, backfill for utility trenches, asphalt-paving section, and stamped concrete section. The City's standard concrete paving section will be reviewed to determine its suitability for the conditions encountered. 2. Upon approval of Conceptual Engineering Plans, 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. d. Horizontal and vertical control plan that locates all proposed and existing facilities. Legal descriptions (Lot Nos., Block Nos., and Additional Names) Attachment"A" Page 4 of 13 along with property ownership shall be provided on the plan view. 3. Prepare a Right-of-Way strip map indicating existing and proposed Right-of-Way along the project limits. 4. Prepare two layouts or options and typical cross-sections for the design of the bridge. Prepare a preliminary opinion of construction cost estimate for each bridge option. Provide information regarding environmental permitting that may be required due to the bridge construction. 5. Investigate and resolve conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric) locations and depths. 6. Field-check preliminary drawings and specifications. 7. FNI will submit the preliminary project plans to the CITY's reviewer for 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. 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 comment. This submittal will be at the 60% completion stage. 9. FNI shall meet with the CITY up to two (2) times during this phase to discuss the preliminary design. 10. 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. Comments regarding the plans will be obtained and reviewed to determine if modifications need to be incorporated prior to final design. 11. Present the project and preliminary plans to City Council as a project update. The update will include a summary of the input received at the public meeting. 12. Submit appropriate number of copies of the plans to the utility companies for review and comment. C. 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. Attachment "A" Page 5 of 13 2. Prepare a horizontal control sheet with any required easements or right-of-way shown. 3. Prepare a construction sequencing plan that identifies the phasing of the project including allowable lane and/or street closures. 4. Prepare a Storm Water Pollution Prevention Plan (SW3P) in accordance with the CITY ordinances, TCEQ guidelines, and/or Federal requirements. 5. Prepare traffic signal plans and specifications for modifications to the signal at the N. Denton Tap Road intersection and the Coppell/Bethel Road intersection in accordance with city design guidelines and standards. Existing signal equipment (i.e. signal heads, pedestrian indications, etc.) that does not meet current standards will be replaced. Signal phasing shall be determined and implemented by the CITY. 6. Prepare final construction documents, drawings, and specifications for the construction of the proposed bridge. The proposed bridge is assumed to be a total span of approximately 120 feet with an approximate width of 60 feet. The bridge is assumed to be a standard TxDOT precast, prestressed girder bridge or a cast—in-place pan girder bridge. The plans will also include riprap or armoring as deemed necessary for the design to protect the structure from erosion. Minor channel grading may be needed for the proposed design and will be included in the construction plans. -x-- 7. Prepare plans for the streetscape improvements including sidewalks and landscaping per Old Coppell Master Plan. Streetscape plans will include paving, planting, and irrigation plans and details. 8. Prepare street light plans. FNI will meet with the CITY to determine the lighting levels required and to determine the light fixture that will be used. FNI will meet with the electric company to coordinate service to the new light fixtures. FNI will perform lighting level calculations, lighting layouts, electrical plans and electrical specifications for the installation of the light fixtures and appurtenances. 9. Finalize any necessary additional design details. 10. Prepare final quantity of materials and final "Opinion of Probable Construction Costs." 11. 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. 12. Attend one (1) public meeting and/or City Council presentation to present the project to the stakeholders and discuss the schedule for completion of the project. 13. FNI will submit the project plans to the CIYT's reviewer 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. Attachment "A" Page 6 of 13 14. Provide updated plans for the utility companies, if necessary. 15. Meet with the CITY to discuss final review comments prior to preparing bid package. 16. Revise plans to address review comments from the CITY and other agencies affected by the project. 17. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract documents. 18. Revise the final "Opinion of Probable Construction Costs" if necessary. 19. 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 ■ Right-of-Way Strip Map ■ Typical Sections (3 sheets) • Horizontal and Vertical Control • Erosion Control (6 sheets) ■ Traffic Control and Sequencing (3) • Detour Plans (1) • Paving Plan/Profiles (15 sheets, including 11 Bethel Road and 4 Coppell Road) • Drainage Area Map and Calculations (3 sheets) • Storm Drain Plan/Profiles (6 sheets) • Bridge Enhancement Plans (2 sheets) • Storm Drain Laterals (2 sheets) • Water Plan/Profile (6 sheets) • Traffic Signal Plans (6 sheets) • Signing, striping, and lighting layouts (6 sheets) • Cross Sections (15 sheets) • Landscaping/Streetscaping plans (21 Sheets) • Details (5 sheets) 20. Present the final project to City Council as a project update. D. 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, Attachment "A" Page 7 of 13 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. 5. 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 recommendations 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 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. E. 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 Proj ect. Attachment "A" Page 8 of 13 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 contractorfls 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. 3. 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 an 18-month construction period with an estimated maximum of 36 site visits during construction. During these visits, FNI design team staff will observe the progress and the quality of work and attempt to determine 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-conforming 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. 7. Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of Contractor claims and make recommendations 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 Attachment "A" Page 9 of 13 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 comment 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. F. ROW Documents - Survey and prepare four permanent Right-of-Way expansion documents. 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. A. Prepare images to be used for public meeting and City Council presentations. The images will be limited to renderings of the proposed streetscape improvements in the historic downtown area and of the proposed entry features for the downtown area. B. Prepare Federal Emergency Management Agency (FEMA) LOMR submittal to modify the FIRM maps to reflect the project's construction. C. Conduct additional public meetings. The CITY may decide that additional public meetings are necessary to assist with project relations or for informational purposes. D. Environmental Permitting 1. Preparation of a 404 permit application for an individual permit. 2. Preparation of applications for other permits that may be identified by the study. 3. Detailed wetland delineation of large, complex wetlands. 4. Archeological and historical properties investigations. 5. Surveying of water bodies by a Registered Public Land Surveyor. 6. Preparation of a compensatory mitigation plan. E. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. F. 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. Attachment "A" Page 10 of 13 G. 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). H. 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. I. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. J. 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. K. Services required to resolve bid protests or to rebid the projects for any reason. L. 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. M. 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. N. Providing services after the completion of the construction phase not specifically listed in Article I. 0. 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. P. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. Q. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. Attachment "A" Page 11 of 13 COMPENSATION A. Basic Services: Compensation to FNI for the Basic Services in Exhibit A shall be the lump sum as itemized below: Survey/ROW $ 39,000 Conceptual Design $ 41,300 Geotechnical Investigation $ 11,500 Preliminary Design $ 68,600 Final Design $268,000 Bid Phase $ 5,500 Construction Phase $ 49,400 Project Expenses $ 25,000 Total $508,300 If FNI sees the Scope of Services changing so that additional services are needed, including but not limited to those services described as Additional Services in ExhibitA. 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 140 185 GROUP MANAGER 120 185 DISCIPLINE LEADER 100 175 SENIOR ENGINEER 100 165 ENGINEER(PE) 85 150 ENGINEER(EIT) 60 110 ELECTRICAL ENGINEER 70 150 MECHANICAL ENGINEER 60 150 ENVIRONMENTAL SCIENTIST 45 110 ARCHITECT 50 125 LANDSCAPE ARCHITECT 80 135 DESIGNER 50 120 TECHNICIAN/DRAFTER 45 80 OPERATIONS ANALYST 55 85 WORD PROCESSING/SECRETARIAL 35 65 OFFICE/CONTRACT ADMINISTRATOR 60 85 CO-OP 30 50 The ranges and individual salaries will be adjusted annually. Attachment "A" Page 12 of 13 EXPENSES Plotting Printing Bond $ 4.00 per plot Bluelines/Blacklines $0.55 per square foot Color $10.00 per plot Offset and Xerox Copies $0.15 per side copy Vellum $11.50 per plot Binding $2.50 per book Mylar $15.00 per plot Tape Binding $1.00 per book Travel $0.360 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 "A" Page 13 of 13