Loading...
ST1002-CN100201T 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 �.�...�.. - - -.. ............. IS } } } ! ! ! ( { !