Loading...
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