Old Town-CS100201Page 1 of 1
Keith Marvin -Old Town Coppell - Updated Scope and Exhibit
From: Caleb Thornhill <bct @freese.com>
To: Keith Marvin <KMARVIN @ci.coppell.tx.us>
Date: 2/1/2010 1:11 PM
Subject: Old Town Coppell - Updated Scope and Exhibit
Attachments: Old Town Proposed Scope.pdf
Keith,
Please review and call me if you have any questions.
B. Caleb Thornhill, P.E.
Freese and Nichols, Inc.
1701 N. Market St., Suite 500
Dallas, Texas 75202
w Main - 214- 217 -2200
s Direct - 214- 217 -2282
s Fax - 214- 920 -2565
® Email: bct _,freese.com
This electronic mail message is intended exclusively for the individual or entity to which it is addressed. This
message, together with any attachment, may contain the sender's organization's confidential and privileged
information. The recipient is hereby notified to treat the information as confidential and privileged and to not
disclose or use the information except as authorized by sender's organization. Any unauthorized review, printing,
retention, copying, disclosure, distribution, retransmission, dissemination or other use of, or taking of any action in
reliance upon, this information by persons or entities other than the intended recipient is prohibited. If you
received this message in error, please immediately contact the sender by reply email and delete all copies of the
material from any computer. Thank you for your cooperation.
file: HC: \Documents and Settings \radloo \Local Setting s\Temp\XPgrpwi se\4B 6 6D 3 12 City_... 2/25/2010
T b ■•! i 9 Y. 6 T
COPPELL
PROJECT DESCRIPTION
ATTACHMENT SC
SCOPE OF SERVICES
FOR
OLD TOWN COPPELL
INFRASTRUCTURE
EUPROVEMENTS
01 NICHOLS
Improvements include design of Main, Travis and Houston Streets (approx 2300 LF) per the attached exhibit
including on- street parking, landscape/ irrigation plans, storm drain system, traffic signal at Bethel Road/ Main
Street, water lines, and sanitary sewer lines to provide infrastructure for the Old Town Coppell Development
located in the southwest corner of South Coppell and Bethel Roads. See attached exhibit "Old Town Coppell/
Main Street Infrastructure Improvements" for project limits. Design includes mass grading of the site to
accommodate the roadway construction.
The parameters for design of the improvements shall include the following:
■ Project control to be based on a local control monumentation established by the Bethel and South
Coppell roadway projects. Field surveys will be included. Prior to construction, we will provide the
initial staking of the monuments and the proposed roadway centerlines. Three (3) permanent control
points (X, Y, & Z coordinates of each) shall be established and marked by the contractor outside of the
construction limits for future reference.
• Final plan size to be 22" x 34" for reproducible copies to 11" x 17 ".
• A construction sequencing plan shall be considered for each area of construction.
• All design work will be prepared in AutoCAD, with CD's to be furnished to the CITY upon completion
of the record drawings.
• Submittals to the CITY of work -in- progress shall include:
o Preliminary Design Phase (30% concept level plans and 60 %)
o Final Design Phase (90% and 100 %)
■ For each stage of review, two (2) full -size and two (2) half -size sets of drawings will be furnished to the
CITY.
■ Parking spaces shall be designed per City standards and requirements.
■ Standards and typical construction details of the CITY may be referred to in the specifications and on
the drawings.
■ Geotechnical Investigation
o Select locations for three (3) exploratory borings after checking underground utilities and
accessibility. Each boring will be drilled through the existing ground /pavement to a depth of
about 10 feet.
o Obtain relatively undisturbed thin - walled tube samples and standard penetration test samples as
appropriate for the soils encountered.
Attachment SC Page 1 of 7
CADocuments and Settings \bct\Local Settings \Temporary Intemet Files\ Content .Outlook \7TE9PWMY\CPL09446 Mod #1_scope.doc
• Observe for groundwater seepage during drilling and record level
• Backfill boreholes with cuttings upon completion
• Selected laboratory testing will be conducted on samples that are representative of the materials
obtained during the field exploration. The test will be used to evaluate and classify the soils,
identify subsurface site characteristics, and provide data for analysis. The test will include
Atterbery limits, percentage passing #200 sieve, moisture content, unit dry weight, and
unconfined compressive strength.
• An engineering analysis and evaluation of the field and laboratory data will be performed and a
geotechnical report will be prepared including boring logs, analysis data, and pavement design
and sub -grade treatment recommendations, and fill recommendations. Both asphalt and
concrete pavement design options will be evaluated.
■ This Scope of Services assumes that the preliminary 30% submittal will be reviewed by the CITY and
approved prior to Authorization to Proceed. Changes to the layout or general design parameters made
after the preliminary 30% submittal may be an Additional Service.
■ The cost for construction services will be limited to the general representation services outlined.
Additional Project representation and inspections will be on an hourly reimbursable basis. FNI is not
responsible for field changes, approvals, and recommendations made in the field by others.
■ The CITY will provide and will be responsible for all environmental studies and permits required for the
demolition of existing facilities or the construction of the proposed facilities on the site.
BASIC SERVICES — FNI shall render the following Basic Services in connection with the development of the
Project:
A. Preliminary Design Phase
1. Prepare preliminary roadway drawings including paving, drainage, water and sewer plans (See
attached Exhibit for limits) for the project. FNI will prepare preliminary construction plans as
follows:
a. Drainage area maps with drainage calculations and hydraulic computations. A drainage area
map will be drawn from available contour maps. Calculations regarding street and right -of -way
capacities and design discharges at selected critical locations will be provided.
b. Preliminary project plan and profile sheets showing curb lines, driveways, sidewalks, elevations
at all PVI's and PI's: high and low points, vertical curve information, and pertinent AASHTO
calculations. Existing found property corners (e.g. iron pins), along the existing right -of -way
shall be shown on the plans.
c. Existing utilities and utility easements will be shown on the roadway plan and profile sheets.
FNI will coordinate with utility companies and the CITY to ascertain what, if any, future
improvements are planned that may impact the project.
2. Investigate conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric)
locations and depths.
Attachment SC Page 2 of 7
CADocuments and SettingsUALocal Settings \Temporary lntemet Files\ Content .Outlook \7TE9PWMY\CPL09446 Mod #1_scope.doc
3. Prepare preliminary landscape /streetscape plans based on the designs developed in conjunction with
the Bethel Road project and per CITY zoning ordinances.
4. Prepare preliminary street lighting plans. Coordinate with TXU regarding pole selection and
service locations. Assist the CITY in coordination of relocation of existing electrical infrastructure.
5. Attend project meetings at the CITY's request. The compensation for this item assumes attendance
at three (3), 2 -hour meetings with the CITY. If additional meetings are requested, FNI will notify
the CITY that additional fee will be required.
6. Present a preliminary estimate of probable construction cost and two (2) full -size sets and two (2)
half -size sets of the plans to the CITY for review, discussions, and comment. This submittal will
be at the 60% completion stage.
D. Final Design Phase - Following CITY approval of the preliminary plans, FNI shall prepare final plans
with the following additional tasks:
1. Prepare final cross - sections on 22" x 34" sheets. Information on these sheets will include centerline
station, profile grades and centerline elevations, roadway section (existing and proposed), right -of-
way limits. Scale will be 1" = 20" horizontal and 1" = 4' vertical with cross sections plotted with
stationing from the bottom of the sheet. Excavation and embankment volumes and end area
computations shall also be provided.
2. Prepare a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the CITY
ordinances, TCEQ guidelines, and/or Federal requirements.
3. Finalize necessary additional design details.
4. Attend project coordination and design review meetings with CITY staff. The compensation for
this item assumes attendance at four (4), 2 -hour meetings with the CITY. If additional meetings are
requested, FNI will notify the CITY that additional fee will be required.
5. Prepare final quantity of materials and final "Opinion of Probable Construction Costs."
6. Present two (2) full -size sets and two (2) half -size sets of the final documents for the bidding phase
to the CITY for approval. Submittals will be at the 90 and 100% completion stage.
7. FNI will submit the project plans to the state for the TAS /ADA review. FNI will prepare the
application and make the submittal. It is assumed that the CITY will provide a check for the fee
based on the construction cost per the submittal requirements. FNI will address comments from the
review and revise plans if necessary.
8. Provide updated plans for the utility companies, if necessary.
9. Meet with the CITY to discuss final review comments prior to preparing bid package.
10. Revise plans to address review comments from the CITY and other agencies affected by the project.
11. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract
documents.
12. Revise the final "Opinion of Probable Construction Costs" if necessary.
Attachment SC Page 3 of 7
CADocuments and Settings %dTocal Settings \Temporary Intemet Files\ Content .Outlook \7TE9PWMY \CPL09446 Mod #1_scope.doc
13. Present two (2) full -size sets and two (2) half -size sets of the final documents for the bidding phase
to the CITY for approval. This submittal will be at the 100% completion stage and will include a
full -size reproducible set of plans as well as the complete bid documents. Anticipated sheet list as
follows:
■ Cover, vicinity map, sheet index (1)
■ General Notes and Legend (1)
■ Horizontal Control (1)
■ Mass Grading and Erosion Control Plans (4 sheets)
■ Roadway Paving Plan and Profile (8 sheets)
■ Storm Drain Plan and Profiles (8 sheets)
■ Drainage Area Map and Calculations (3 sheets)
■ Utility Plan and Profiles (5 sheets)
■ Traffic Signal Plans (3)
■ Landscape / Irrigation Plans (5)
■ Street Lighting Plans (3)
■ Details (4 sheets)
E. Construction Administration Upon completion of the bid or negotiation phase services, FNI will
proceed with the performance of construction phase services as described below. FNI will endeavor to
protect CITY in providing these services however, it is understood that FNI does not guarantee the
Contractor's performance, nor is FNI responsible for supervision of the Contractor's operation and
employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures
of construction selected by the Contractor, or any safety precautions and programs relating in any way
to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be
responsible for the acts or omissions of any person (except its own employees or agents) at the Project
site or otherwise performing any of the work of the Project.
1. Answer civil design related questions from the Contractor or Subcontractors that arise during the
construction.
2. FNI will review submittals and determine compliance of shop drawings for the items required by
the construction documents related to the site civil work. Review of alternates will be performed as
an Additional Service at the rates shown in Attachment CO.
3. General field representation will be provided to observe the progress of the work and to answer
questions that might arise in the field concerning FNI design of the site civil work. CITY shall keep
FNI apprised of the construction, such that site inspections can be coordinated with specific
construction activity. The amount of field representation will be limited to a maximum of six (6)
site visits for the civil work and one (1) final inspection. Additional field representation will be on
an hourly reimbursable basis and will need to be agreed to by CITY.
4. Revise the construction drawings in accordance with the information furnished by construction.
Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints, one
mylar set, and one CD of "Record Drawings" shall be provided by FNI to CITY.
5. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical
alignments per the drawings.
Attachment SC Page 4 of 7
CADocuments and Settings \bct\Local Settings\Temporary Intemet Files\ Content .Outlook \7TE9PWMY \CPL09446 Mod #1_scope.doc
TIME OF COMPLETION
FNI is authorized to commence work on the Project upon execution of this AGREEMENT and agrees to
complete the services in accordance with the Attached schedule.
If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent
with the number of days of delay. These delays may include but are not limited to delays due to OWNER or
regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc.
These delays may result in an adjustment to compensation as outlined on the face of this AGREEMENT and in
Attachment CO.
Attachment SC Page 5 of 7
C9Documents and Setting0ct\Local Settings\Temporary Intemet Files\ Content .Outlook17TE9PWMY \CPL09446 Mod #1_scope.doc
COMPENSATION
A. Basic Services Compensation to FNI for the Basic Services in Attachment SC shall be the lump sum
as follows:
Total
Geotechnical Soil Report $ 4,600
Preliminary Design Phase $ 60,000
Final Design Phase $134,000
Construction Administration $ 8,500
Total Basic Services $207,100
If FNI sees the Scope of Services changing so that additional services are needed, FNI will notify CITY
for CITY's approval before proceeding. Additional Services shall be computed based on the Schedule
of Charges.
B. Schedule of Charges for Additional Work
POSITION
MIN
MAX
PRINCIPAL
225
285
GROUP MANAGER
205
285
SENIOR ENGINEER
150
245
ENGINEER (PE)
115
170
ENGINEER (EIT)
85
130
HYDROLOGIST
65
150
ELECTRICAL ENGINEER
85
200
MECHANICAL ENGINEER
85
200
SENIOR ENVIRONMENTAL SCIENTIST
115
220
ENVIRONMENTAL SCIENTIST
60
130
ARCHITECT (AIA)
105
245
ARCHITECT INTERN
60
120
LANDSCAPE ARCHITECT
115
145
SENIOR URBAN PLANNER
125
200
URBAN PLANNER
70
120
SR. CONSTRUCTION CONTRACT ADMINISTRATOR
110
195
CONSTRUCTION CONTRACT ADMINISTRATOR
75
150
GIS COORDINATOR
90
130
GIS ANALYST
60
130
DESIGNER
90
145
TECHNICIAN
65
120
OPERATIONS ANALYST / ACCOUNTING SPECIALIST
80
140
CONTRACT / REGIONAL ADMINISTRATOR
75
115
WORD PROCESSING /SECRETARIAL
55
90
CO -OP / INTERN
45
75
The ranges and individual salaries will be adjusted annually.
Attachment CO Page 6 of 7
CADocuments and Settings \bct\Local Settings\Temporary Intemet Files\ Content .Outlook \7TE9PWMY \CPL09446 Mod #1_scope.doc
EXPENSES
Plotting Printing
Bond $2.50 per plot Offset and Xerox Copies /Prints $0.10 per side copy
Color $5.75 per plot Color Copies /Prints $0.50 per side copy
Other $5.00 per plot Binding $5.75 per book
Travel Computer
50¢ per mile Computer Usage $10.00/hour
OTHER DIRECT EXPENSES
Other direct expenses are reimbursed at actual cost times multiplier of 1.15. They include outside
printing and reproduction expense, communication expense, travel, transportation and subsistence away
from Dallas, and other miscellaneous expenses directly related to the work, including costs of laboratory
analysis, tests, and other work required to be done by independent persons other than staff members.
Attachment CO Page 7 of 7
CADocuments and Setting0ct\Local Settings \Temporary Intemet Files\ Content .Outlook \7TE9PWMY\CPL09446 Mod #1_sc ope.doc
Old Town Coppell/ Main Street Intrastruetum Improvements
City of Coppell
ID
Task Name
DuraBon I
Start I
Finish anus Feb March
dl M June Jul August
Se tember October November December Janua Februa
1/9 1/101/171241137 2P 14 1 8 317 0114221
/4
28 4 !11 118 25 52 5/9 1165235/30 6/6 113 0 77/4 111 /18 25 BH 8/8 81158
29 9/5 1 9/199261013 0/1 0/1 011 013 1117 111 1 12 1215 2/1 211 712 12 1/9 1!161231130 216 13
1
Notice to Proceed
0 days
Mon 211110
Mon 211110
211
2
PMJaet /tick off
5 days
Thu 2/4110
Wed 2/10!10
3
Initial Design
30 %Plan Rawaw Meeting
Preliminary D-ig.
Submtt 60 % Design
City Review
Final Design
Submit 90% plan.
4 wks.
0 days
6 wks
0 days :
2 w1cs
6 wks
0 deys
Mon 2/1110
Fd 226/10
Mon a /1/10
Fri 419110
Mon 4/17/10
Mon 426/10
Fri 614110
Fd 2126/10
Fri 2118!10
F64/9/110
Fd 419110
Fd 423110
N614110
Fri 8/4110
2/26.
1
6/4
4
5
6
7
8
9
10
City review
3 Wks
Mon 60110
Fd 625110
11
Finalrse plans and bid package
1 mon
Mon 628/10
Fd 723110
,,
'. v..- - - - --
12
Submit 100% pleas and specs
0 days
Fd 723110
Fd 723/10
"723
13
dv ertise, Bid and Award
6 wks
Mon 726110
Fd 9/3110
14
Construction
6 mom
Mon 9/6110
Fd 2/18111
THH
Mon 7/1!10
AGREEMENT FOR PROFESSIONAL SERVICES
STATE OF TEXAS
COUNTY OF TARRANT
This AGREEMENT is entered into by the City of Coppell, hereinafter called "OWNER" and Freese and Nichols, Inc.,
hereinafter called "FNI." In consideration of the AGREEMENTS herein, the parties agree as follows:
L EMPLOYMENT OF FNL• In accordance with the terms of this AGREEMENT: OWNER agrees to employ
FNI; FNI agrees to perform professional services in connection with the Project; OWNER agrees to pay to FNI
compensation. The Project is described as follows: Old Town Coppell Infrastructure Improvements
IL SCOPE OF SERVICES: FNI shall render professional services in connection with Project as set forth in
Attachment SC - Scope of Services and Responsibilities of OWNER which is attached to and made a part of
this AGREEMENT.
III. COMPENSATION: OWNER agrees to pay FNI for all professional services rendered under this
AGREEMENT in accordance with Attachment CO - Compensation which is attached hereto and made apart of
this AGREEMENT. FNI shall perform professional services as outlined in the "Scope of Services" for a lump
sum fee of $ 207,100 . Details concerning the fee are included in Attachment CO.
If FNI's services are delayed or suspended by OWNER, or if FNI's services are extended for more than 60 days
through no fault of FNI, FNI shall be entitled to equitable adjustment of rates and amounts of compensation to
reflect reasonable costs incurred by FNI in connection with such delay or suspension and reactivation and the
fact that the time for performance under this AGREEMENT has been revised.
IV. TERMS AND CONDITIONS OF AGREEMENT: The Terms and Conditions of Agreement as set forth as
Attachment TC shall govern the relationship between the OWNER and FNI.
Nothing under this AGREEMENT shall be construed to give any rights or benefits in this AGREEMENT to anyone
other than OWNER and FNI, and all duties and responsibilities undertaken pursuant to this AGREEMENT will be for
the sole and exclusive benefit of OWNER and FNI and not for the benefit of any other parry.
This AGREEMENT constitutes the entire AGREEMENT between OWNER and FNI and supersedes all prior written or
oral understandings.
This contract is executed in two counterparts.
IN TESTIMONY HEREOF, they have executed this AGREEMENT, the day of 1 2010.
ATTEST:
City of Coppell
(OWNER)
ATTEST:
By:
Print or Type Name and Title
Freese and Nichols, Inc.
(FNI)
By:
Print or Type Name and Title
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc
ATTACHMENT SC
SCOPE OF SERVICES AND RESPONSIBILITIES OF OWNER
PROJECT DESCRIPTION
Improvements include design of Main, Travis and Houston Streets (approx 2300 LF) per the attached exhibit
including on- street parking, landscape / irrigation plans, storm drain system, traffic signal at Bethel Road/ Main
Street, water lines, and sanitary sewer lines to provide infrastructure for the Old Town Coppell Development located
in the southwest corner of South Coppell and Bethel Roads. See attached Exhibit "Old Town Coppell/ Main Street
Infrastructure Improvements" for project limits. Design includes mass grading of the site to accommodate the
roadway construction.
The parameters for design of the improvements shall include the following:
■ Project control to be based on a local control monumentation established by the Bethel and South Coppell
roadway projects. Field surveys will be included. Prior to construction, we will provide the initial staking of
the monuments and the proposed roadway centerlines. Three (3) permanent control points (X, Y, & Z
coordinates of each) shall be established and marked by the contractor outside of the construction limits for
future reference.
• Final plan size to be 22" x 34" for reproducible copies to I I" x 17 ".
• A construction sequencing plan shall be considered for each area of construction.
• All design work will be prepared in AutoCAD, with CD's to be furnished to the CITY upon completion of
the record drawings.
• Submittals to the CITY of work -in- progress shall include:
o Preliminary Design Phase (30% concept level plans and 60 %)
o Final Design Phase (90% and 100 %)
■ For each stage of review, two (2) full-size and two (2) half -size sets of drawings will be furnished to the
CITY.
■ Parking spaces shall be designed per City standards and requirements.
■ Standards and typical construction details of the CITY may be referred to in the specifications and on the
drawings.
■ Geotechnical Investigation
o Select locations for three (3) exploratory borings after checking underground utilities and
accessibility. Each boring will be drilled through the existing ground/pavement to a depth of about
10 feet.
o Obtain relatively undisturbed thin -walled tube samples and standard penetration test samples as
appropriate for the soils encountered.
o Observe for groundwater seepage during drilling and record level
o Backfill boreholes with cuttings upon completion
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -1 OWNER
o Selected laboratory testing will be conducted on samples that are representative of the materials
obtained during the field exploration. The test will be used to evaluate and classify the soils,
identify subsurface site characteristics, and provide data for analysis. The test will include
Atterbery limits, percentage passing 4200 sieve, moisture content, unit dry weight, and unconfined
compressive strength.
o An engineering analysis and evaluation of the field and laboratory data will be performed and a
geotechnical report will be prepared including boring logs, analysis data, and pavement design and
sub -grade treatment recommendations, and fill recommendations. Both asphalt and concrete
pavement design options will be evaluated.
This Scope of Services assumes that the preliminary 30% submittal will be reviewed by the CITY and
approved prior to Authorization to Proceed. Changes to the layout or general design parameters made after
the preliminary 30% submittal may be an Additional Service.
■ The cost for construction services will be limited to the general representation services outlined. Additional
Project representation and inspections will be on an hourly reimbursable basis. FNI is not responsible for
field changes, approvals, and recommendations made in the field by others.
■ The CITY will provide and will be responsible for all environmental studies and permits required for the
demolition of existing facilities or the construction of the proposed facilities on the site.
ARTTC'.T.F T
BASIC SERVICES: FNI shall render the following professional services in connection with the development of the
Project:
A. PRELIMINARY DESIGN PHASE
1. Prepare preliminary roadway drawings including paving, drainage, water and sewer plans (See attached
Exhibit for limits) for the project. FNI will prepare preliminary construction plans as follows:
a. Drainage area maps with drainage calculations and hydraulic computations. A drainage area map
will be drawn from available contour maps. Calculations regarding street and right -of -way
capacities and design discharges at selected critical locations will be provided.
b. Preliminary project plan and profile sheets showing curb lines, driveways, sidewalks, elevations at
all PVI's and PI's: high and low points, vertical curve information, and pertinent AASHTO
calculations. Existing found property corners (e.g. iron pins), along the existing right -of -way shall
be shown on the plans.
c. Existing utilities and utility easements will be shown on the roadway plan and profile sheets. FNI
will coordinate with utility companies and the CITY to ascertain what, if any, future improvements
are planned that may impact the project.
2. Investigate conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric) locations
and depths.
3. Prepare preliminary landscape /streetscape plans based on the designs developed in conjunction with the
Bethel Road project and per CITY zoning ordinances.
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -2 OWNER
4. Prepare preliminary street lighting plans. Coordinate with TXU regarding pole selection and service
locations. Assist the CITY in coordination of relocation of existing electrical infrastructure.
Attend project meetings at the CITY's request. The compensation for this item assumes attendance at
three (3), 2 -hour meetings with the CITY. If additional meetings are requested, FNI will notify the
CITY that additional fee will be required.
6. Present a preliminary estimate of probable construction cost and two (2) full-size sets and two (2) half -
size sets of the plans to the CITY for review, discussions, and comment. This submittal will be at the
60% completion stage.
B. FINAL DESIGN PHASE - Following CITY approval of the preliminary plans, FNI shall prepare final plans
with the following additional tasks:
Prepare final cross - sections on 22" x 34" sheets. Information on these sheets will include centerline
station, profile grades and centerline elevations, roadway section (existing and proposed), right -of -way
limits. Scale will be I" = 20" horizontal and I" = 4' vertical with cross sections plotted with stationing
from the bottom of the sheet. Excavation and embankment volumes and end area computations shall
also be provided.
2. Prepare a Storm Water Pollution Prevention Plan (SWPPP) in accordance with the CITY ordinances,
TCEQ guidelines, and/or Federal requirements.
3. Finalize necessary additional design details.
4. Attend project coordination and design review meetings with CITY staff. The compensation for this
item assumes attendance at four (4), 2 -hour meetings with the CITY. If additional meetings are
requested, FNI will notify the CITY that additional fee will be required.
5. Prepare final quantity of materials and final "Opinion of Probable Construction Costs."
6. Present two (2) full-size sets and two (2) half -size sets of the final documents for the bidding phase to
the CITY for approval. Submittals will be at the 90 and 100% completion stage.
7. FNI will submit the project plans to the state for the TAS /ADA review. FNI will prepare the application
and make the submittal. It is assumed that the CITY will provide a check for the fee based on the
construction cost per the submittal requirements. FNI will address comments from the review and revise
plans if necessary.
8. Provide updated plans for the utility companies, if necessary.
9. Meet with the CITY to discuss final review comments prior to preparing bid package.
10. Revise plans to address review comments from the CITY and other agencies affected by the project.
11. Prepare final bid schedule, special conditions, technical specifications, proposal, and contract
documents.
12. Revise the final "Opinion of Probable Construction Costs" if necessary.
13. Present two (2) full-size sets and two (2) half -size sets of the final documents for the bidding phase to
the CITY for approval. This submittal will be at the 100% completion stage and will include a full-size
reproducible set of plans as well as the complete bid documents. Anticipated sheet list as follows:
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -3 OWNER
• Cover, vicinity map, sheet index (1)
• General Notes and Legend (1)
• Horizontal Control (1)
• Mass Grading and Erosion Control Plans (4 sheets)
• Roadway Paving Plan and Profile (8 sheets)
• Storm Drain Plan and Profiles (8 sheets)
• Drainage Area Map and Calculations (3 sheets)
• Utility Plan and Profiles (5 sheets)
• Traffic Signal Plans (3)
• Landscape / Irrigation Plans (5)
• Street Lighting Plans (3)
• Details (4 sheets)
C. CONSTRUCTION ADMINISTRATION —Upon completion of the bid or negotiation phase services, FNI
will proceed with the performance of construction phase services as described below. FNI will endeavor to
protect CITY in providing these services however, it is understood that FNI does not guarantee the
Contractor's performance, nor is FNI responsible for supervision of the Contractor's operation and
employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of
construction selected by the Contractor, or any safety precautions and programs relating in any way to the
condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for
the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise
performing any of the work of the Project.
1. Answer civil design related questions from the Contractor or Subcontractors that arise during the
construction.
2. FNI will review submittals and determine compliance of shop drawings for the items required by the
construction documents related to the site civil work. Review of alternates will be performed as an
Additional Service at the rates shown in Attachment CO.
General field representation will be provided to observe the progress of the work and to answer
questions that might arise in the field concerning FNI design of the site civil work. CITY shall keep FNI
apprised of the construction, such that site inspections can be coordinated with specific construction
activity. The amount of field representation will be limited to a maximum of six (6) site visits for the
civil work and one (1) final inspection. Additional field representation will be on an hourly
reimbursable basis and will need to be agreed to by CITY.
4. Revise the construction drawings in accordance with the information furnished by construction.
Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints, one
mylar set, and one CD of "Record Drawings" shall be provided by FNI to CITY.
5. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical
alignments per the drawings.
ARTICLE II
ADDITIONAL SERVICES: Additional Services to be performed by FNI, if authorized by OWNER, which are not
included in the above described basic services, are described as follows:
A. Field surveying required for the preparation of designs and drawings.
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC-4 OWNER
B. Field layouts or the furnishing of construction line and grade surveys.
C. GIS mapping services or assistance with these services.
D. Making property, boundary and right -of -way surveys, preparation of easement and deed descriptions,
including title search and examination of deed records.
E. Providing services to investigate existing conditions or facilities, or to make measured drawings thereof, or
to verify the accuracy of drawings or other information furnished by OWNER.
F. Providing renderings, model, and mock -ups requested by the OWNER.
G. Making revisions to drawings, specifications or other documents when such revisions are 1) not consistent
with approvals or instructions previously given by OWNER or 2) due to other causes not solely within the
control of FNI.
H. Providing consultation concerning the replacement of any Work damaged by fire or other cause during the
construction, and providing services as may be required in connection with the replacement of such Work.
L Investigations involving consideration of operation, maintenance and overhead expenses, and the preparation
of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment
schedules, and material audits or inventories required for certification of force account construction
performed by OWNER.
Preparing applications and supporting documents for government grants, loans, or planning advances and
providing data for detailed applications.
K. Providing shop, mill, field or laboratory inspection of materials and equipment. Observe factory tests of
equipment at any site remote to the project or observing tests required as a result of equipment failing the
initial test.
L. Conducting pilot plant studies or tests.
M. Preparing Operation and Maintenance Manuals or conducting operator training.
N. Preparing data and reports for assistance to OWNER 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.
O. Furnishing the services of a Resident Project Representative to act as OWNER's on -site representative
during the Construction Phase. The Resident Project Representative will act as directed by FNI in order to
provide more extensive representation at the Project site during the Construction Phase. Through more
extensive on -site observations of the work in progress and field checks of materials and equipment by the
Resident Project Representative and assistants, FNI shall endeavor to provide further protection for
OWNER against defects and deficiencies in the work. Furnishing the services of a Resident Project
Representative is subject to the provisions of Article I, C.
If OWNER provides personnel to support the activities of the Resident Project Representative who is FNI or
FNI's agent or employee, the duties, responsibilities and limitations of authority of such personnel will be
set forth in an Attachment attached to and made a part of this AGREEMENT before the services of such
personnel are begun. It is understood and agreed that such personnel will work under the direction of and be
responsible to the Resident Project Representative. OWNER agrees that whenever FNI informs him in
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -5 OWNER
writing that any such personnel provided by the OWNER are, in his opinion, incompetent, unfaithful or
disorderly, such personnel shall be replaced.
P. Furnishing Special Inspections required under chapter 17 of the International Building Code. These Special
Inspections are often continuous, requiring an inspector dedicated to inspection of the individual work item,
and they are in additional to General Representation and Resident Representation services noted elsewhere
in the contract. These continuous inspection services can be provided by FNI as an Additional Service.
Q. Preparation of Conformed or "As Bid" plans and specifications for use during the construction phase. These
documents shall involve the incorporation of addenda items into the Contract Documents through
modification of the electronic files and reprinting of the plans and specifications inclusive of the
incorporated changes.
R. Assisting OWNER 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).
S. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations
from the drawings and specifications.
T. Assisting OWNER 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.
U. Providing environmental support services including the design and implementation of ecological baseline
studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other
assistance required to address environmental issues.
V. Performing investigations, studies, and analysis of work proposed by construction contractors to correct
defective work.
W. 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.
X. Services required to resolve bid protests or to rebid the projects for any reason.
Y. 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.
Z. 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.
AA. Providing services after the completion of the construction phase not specifically listed in Article I.
BB. 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 OWNER.
CC. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to
the presence of hazardous substances in any form.
DD. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are
supported by causes not within the control of FNI.
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -6 OWNER
EE. Providing value engineering studies or reviews of cost savings proposed by construction contractors after
bids have been submitted.
FF. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for
services attached to this professional services agreement.
GG. Provide follow -up professional services during Contractor's warranty period.
HH. Provide Geotechnical investigations, studies and reports.
ARTICLE III
TIME OF COMPLETION: FNI is authorized to commence work on the Project upon execution of this
AGREEMENT and agrees to complete the services in accordance with the attached schedule.
If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with
the number of days of delay. These delays may include but are not limited to delays in OWNER or regulatory
reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. These delays may
result in an adjustment to compensation as outlined on the face of this AGREEMENT and in Attachment CO.
ARTICLE IV
RESPONSIBILITIES OF OWNER: OWNER shall perform the following in a timely manner so as not to delay
the services of FNL
A. Owner recognizes and expects that certain Change Orders may be required. Unless noted otherwise, the
Owner shall budget a minim of 5% for new construction and a minim of 10% for construction that
includes refurbishing existing structures.
Further, Owner recognizes and expects that certain Change Orders may be required to be issued as the result
in whole or part of imprecision, incompleteness, errors, omission, ambiguities, or inconsistencies in the
Drawings, Specifications, and other design documentation furnished by Engineer or in the other professional
services performed or furnished by Engineer under this Agreement ( "Covered Change Orders ").
Accordingly, Owner agrees to pay for Change Orders and otherwise to make no claim directly or indirectly
against Engineer on the basis of professional negligence, breach of contract, or otherwise with respect to the
costs of approved Covered Change Orders unless the aggregate costs of all such approved Covered Change
Orders exceed 2% for new construction and 4% for reconstruction. Any responsibility of Engineer for the
costs of Covered Changed Orders in excess of such percentage will be determined on the basis of applicable
contractual obligations and professional liability standards. For purposes of this paragraph, the cost of
Covered Change Orders will not include:
• any costs that Owner would have incurred if the Covered Change Order work had been included
originally in the Contract Documents and without any other error or omission of Engineer related
thereto,
• Any costs that are due to unforeseen site conditions, or
• Any costs that are due to changes made by the Owner.
• Any costs that are due to the Contractor
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -7 OWNER
Nothing in this provision creates a presumption that, or changes the professional liability standard for
determining if, Engineer is liable for the cost of Covered Change Orders in excess of the percent of
Construction Cost stated above or for any other Change Order. Wherever used in this document, the term
Engineer includes Engineer's officers, directors, partners, employees, agents, and Engineers Consultants.
B. Designate in writing a person to act as OWNER's representative with respect to the services to be rendered
under this AGREEMENT. Such person shall have contract authority to transmit instructions, receive
information, interpret and define OWNER's policies and decisions with respect to FNI's services for the
Project.
C. Provide all criteria and full information as to OWNER's requirements for the Project, including design
objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and
any budgetary limitations; and furnish copies of all design and construction standards which OWNER will
require to be included in the drawings and specifications.
D. Assist FNI by placing at FNI's disposal all available information pertinent to the Project including previous
reports and any other data relative to design or construction of the Project.
E. Arrange for access to and make all provisions for FNI to enter upon public and private property as required
for FNI to perform services under this AGREEMENT.
F. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by
FNI, obtain advice of an attorney, insurance counselor and other consultants as OWNER deems appropriate
for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to
delay the services of FNI.
G. Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and
such approvals and consents from others as may be necessary for completion of the Project.
H. OWNER shall make or arrange to have made all subsurface investigations, including but not limited to
borings, test pits, soil resistivity surveys, and other subsurface explorations. OWNER shall also make or
arrange to have made the interpretations of data and reports resulting from such investigations. All costs
associated with such investigations shall be paid by OWNER.
1. Provide such accounting, independent cost estimating and insurance counseling services as may be required
for the Project, such legal services as OWNER may require or FNI may reasonably request with regard to
legal issues pertaining to the Project including any that may be raised by Contractor(s), such auditing service
as OWNER may require to ascertain how or for what purpose any Contractor has used the moneys paid
under the construction contract, and such inspection services as OWNER may require to ascertain that
Contractor(s) are complying with any law, rule, regulation, ordinance, code or order applicable to their
furnishing and performing the work.
OWNER shall determine, prior to receipt of construction bid, if FNI is to furnish Resident Project
Representative service so the Bidders can be informed.
K. If OWNER designates a person to serve in the capacity of Resident Project Representative who is not FNI or
FNI's agent or employee, the duties, responsibilities and limitations of authority of such Resident Project
Representative(s) will be set forth in an Attachment attached to and made a part of this AGREEMENT
before the Construction Phase of the Project begins. Said attachment shall also set forth appropriate
modifications of the Construction Phase services as defined in Attachment SC, Article I, C, together with
such adjustment of compensation as appropriate.
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC-8 OWNER
L. Attend the pre -bid conference, bid opening, preconstruction conferences, construction progress and other job
related meetings and substantial completion inspections and final payment inspections.
M. Give prompt written notice to FNI whenever OWNER observes or otherwise becomes aware of any
development that affects the scope or timing of FNI's services, or any defect or nonconformance of the work
of any Contractor.
N. Furnish, or direct FNI to provide, Additional Services as stipulated in Attachment SC, Article II of this
AGREEMENT or other services as required.
O. Bear all costs incident to compliance with the requirements of this Article IV.
A R TTCT F V
DESIGNATED REPRESENTATIVES: FNI and OWNER designate the following representatives:
Owner's Designated Representative -
Owner's Accounting Representative -
Ken Griffin, P.E.
255 Parkway Blvd
Coppell, Texas 75019
Phone: 972 - 304 -3679
Fax:
E -mail: kgriffin e ci.coppell.tx.us
Name:
Address:
Phone:
Fax:
E -mail:
FNI's Project Manager -
FNI's Accounting Representative -
Brian Caleb Thornhill, P.E.
1701 N Market Street, Suite 500 LB 51
Dallas, Texas 75202
Phone: 214 - 217 -2282
Fax: 214 - 217 -2201
E -mail: bct Aeese.com
Bill Grozdanich
1701 N Market Street, Suite 500 LB 51
Dallas, Texas 75202
Phone: 214 - 217 -2254
Fax: 214 - 217 -2201
E -mail: bjgAficese.com
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
SC -9 OWNER
COMPENSATION
A.
ATTACHMENT CO
Basic Services Compensation to FNI for the Basic Services in Attachment SC shall be the lump sum Of
Two Hundred Seven Thousand One Hundred Dollars ($207,100).
Geotechnical Soil Report
$ 4,600
Preliminary Design Phase
$ 60,000
Final Design Phase
$134,000
Construction Administration
$ 8,500
Total Basic Services
$207,100
If FNI sees the Scope of Services changing so that additional services are needed, including but not limited
to those services described as Additional Services in Attachment SC, FNI will notify OWNER for
OWNER's approval before proceeding. Additional Services shall be computed based on the Schedule of
Charges.
Schedule of Charges for Additional Work
PnglTTnN
PK1N C1PAL
GROUP MANAGER
SENIOR ENGINEER
ENGINEER (PE)
ENGINEER (EIT)
HYDROLOGIST
ELECTRICAL ENGINEER
MECHANICAL ENGINEER
SENIOR ENVIRONMENTAL SCIENTIST
ENVIRONMENTAL SCIENTIST
ARCHITECT (AIA)
ARCHITECT INTERN
LANDSCAPE ARCHITECT
SENIOR URBAN PLANNER
URBAN PLANNER
SR. CONSTRUCTION CONTRACT ADMINISTRATOR
CONSTRUCTION CONTRACT ADMINISTRATOR
GIS COORDINATOR
GIS ANALYST
DESIGNER
TECHNICIAN
OPERATIONS ANALYST / ACCOUNTING SPECIALIST
CONTRACT / REGIONAL ADMINISTRATOR
WORD PROCESSING /SECRETARIAL
CO -OP / INTERN
The ranges and individual salaries will be adjusted annually.
EXPENSES
Plotting
Bond
$2.50 per plot
Color
$5.75 per plot
Other
$5.00 per plot
MIN
225
205
150
115
85
65
85
85
115
60
105
60
115
125
70
110
75
90
60
90
65
80
75
55
45
Offset and Xerox Copies /Prints
Color Copies /Prints
Binding
MAX
285
285
245
170
130
150
200
200
220
130
245
120
145
200
120
195
150
130
130
145
120
140
115
90
75
$0.10 per side copy
$0.50 per side copy
$5.75 per book
Travel Computer
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNI
CO -I OWNER
50¢ per mile Computer Usage $10.00/hour
OTHER DIRECT EXPENSES
ATTACHMENT CO
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.
C: \DOCUME— l\radloo\ LOCALS- 1\Temp\XPgrpwise \CPL09446 Mod #l.doc FNl
CO -2 OWNER