ST0502-PR051210
Freese
and N. h l
lC 0 S,Inc.
Engineers
~ros06B
Envi ro n menta l Sci e nti sts
Architects
1701 North Market Street, Suite 500 LB 51 Dallas, TX 75202 214920-2500 214920-2565 fax www.freese.com
December 10, 2005
Ken Griffin, P.E.
Oty of Coppell
Director of Engineering and Public Works
255 Parkway Boulevard .
P.o. Box 9478
CoppelL Texas 75019
RE: Engineering Services for Freeport Parkway
From Ruby Road to SH-l2l
'\
C_~ ti
lAJ 0,,," M ~L lv12z
Freese and Nichols, Ine. is pleased to submit 1his proposal for Professional Engineering Services for the proposed widening of
Freeport Parkway form Ruby Road to Sandy lake Road and for the extension of Freeport Parkway from Sandy lake Road
to SH-121. The following is a summary for the proposed engineering fee for the referenced project
Basic Services /Design $ 747,185
Special,Services
Survey
Geotechnical
Environmental
Bid Phase
Construction Phase
Project Expenses
Sub-Total
Total
$ 60,995
$ 24,200
$ 82,000
$12,904
$ 52,820
$ 115,639
$ 348,558
$1,095,743
, '\;:;
~\ f t;>;' ,
Included on the Freese and Nich~ls team are two well-qualified firms: Brittian & Crawford will provide aerial and
topographic survey and KleinfelJer Ine. will provide the geotechnical investigation for the project These firms offer expertise
in their field of service and prior experience working with Freese and Nichols, TxDOT, and local municipalities.
We feel confident that the Freese and Nichols team will meet the Gty of Coppe1l's engineering needs and provide high
quality service in a timely and mst-effective manner. If you have any questions upon review of this proposaL please call
Tricia Hatley at (214) 217-2217. We look forward to continuing our working relationship with the Gty ofCoppell on this
project.
Sincerely,
FREESE AND NICHOLS, INe.
TriciaHatley, P.E.
Principal-in-G1arge, Dallas Infrastructure 11anager
DRAFT
..
FREESE. NICHOLS
SCOPE OF SERVICES
FOR
FREEPORT PARKWAY
FROM RUBY ROAD TO SH-121
PROJECT DESCRIPTION
The CITY is proposing to construct improvements to Freeport Parkway for Ruby Road to Sandy Lake Road and extending
Freeport Parkway along a new alignment form Sandy Lake Road to SH-l21. Proposed Improvements include paving,
streetscape, storm drain system, sanitary sewer, and water lines.
The scope of work includes the design of a 4 lane divided roadway from approximately 800 feet north of Ruby Road to
Sandy Lake Road. The replacement of the existing bridge and construction of two 2 lane bridges at Cottonwood Creek is
included in the scope for this segment of roadway. A 6-lane divided roadway is proposed from Sandy Lake Road to SH-
121. This segment of the roadway is a new alignment through an existing piece of undeveloped land.
The project includes a storm sewer system including cross culverts to facilitate drainage of the right-of-way and
surrounding properties. The project also includes the design of a waterline north of Sandy Lake Road and a sanitary sewer
line for the entire length of the project. The attached exhibits show the existing facilities and proposed improvements
included in this project.
The parameters for design of the improvements shall include the following:
· This project will be designed according to TxDOT design procedures and requirements. The plans will be
prepared per TxDOT design and drafting requirements and will be submitted to the City and to TxDOT for review.
· FinaL plan size to be 22" x 34" for reproducible copies to 11" x 17". Scale of plans to be;,,!': ==-20' Horizontal; 1"--
= 4' Vertical
· Driveway replacement to be made to the property line, unless grade changes in street necessitate more
replacement.
· A detour plan shall be prepared based on initial meetings with TxDOT.
· A construction sequencing plan shall be considered for each area of construction.
· All design work will be prepared in Microstation, with CD's to be furnished to the CITY upon completion of the
~-:-'i record drawings.
· Prepare design summary report and schematic design in accordance with TxDOT requirements.
· Prepare pavement design based on traffic projections provided by TxDOT.
· Submittals to the CITY of work-in-progress shall be at 30%, 60%, 90%, and 100% stages for completion. For
each stage of review, two (2) full size and two (2) half-size sets of drawings will be furnished to the CITY.
· Standards and typical construction details of the CITY may be referred to in the specifications and on the
drawings.
· ~ The scope of work assumes that the bridge will be replaced. We will determine during the conceptual design
phase whether the bridge needs to be rebuilt at a higher elevation and/or widened to accommodate the new
roadway section. FNI will provide bridge and foundation design plans and specifications. The conceptual
phase of the project will include review of the bridge plans to verify that the CITY is in agreement with the
proposed improvements. This scope of work also includes design of erosion protection of the bridge structure
and minor channel regrading regardless of whether the bridge is reconstructed or the existing structure is
utilized.
FNI shall perform the necessary engineering and related technical services for the Design, Bidding, and Construction Phase
Services, including necessary Special Services for development of this project according to the following sections of this
agreement. The scope is divided into three design phases including Conceptual, Preliminary and Final Design.
Attachment "A"
Page 1 of 10
TASK DESCRIPTIONS - SCOPE OF SERVICES
A. ADVANCED PLANNING / SCHEMATIC
1. Pre-Design
a. Kick-off Meeting - FNI will meet with the CITY and TxDOT to discuss the planning and the
design criteria, schedule, procedures of communication, and submittal procedures. Other
work and review meetings will be scheduled throughout the progress of the proj ect.
b. Data Gathering - FNI will obtain from the CITY and TxDOT all available property plats,
easements, street right-of-way widths, record drawings of the existing facilities, utilities and
drainage systems, planning reports, traffic counts, zoning ordinances and other data that may
be pertinent in considering the alignment, location, [mal design, and construction of the
proposed improvements.
c. Site Visit - Determine from a field reconnaissance of the project area the existing conditions of
the project area incuding:
1. Locations of existing utilities - water, gas, electric, sanitary sewer, telephone, power
poles, TV -cable, drainage facilities, traffic signalization controls, lighting system, etc.
11. Existing driveways
iii. Availability of right-of-way
IV. Access and convenience for construction operations
v. Drainage structures
VI. Landscape restoration
V11. Proximity to private property improvements, i.e., fences, mail boxes, sidewalks, etc.
d. Conduct one (I) public meeting to discus~!?e prl?J'S'sed project.with 1:l1e residents and
- - -- -. --representatives.from -the -affeGtfJd 'fIWperty-owners to- gather data regarding-issues-and -- --.- - -- _.--, '.' -----
concerns.
3f\l
2. Environmental Assessment (EA) - FNI will prepare an EA for the expansion of Freeport Parkway,
Coppell, Texas. The EA will be a separate, self-contained document, describing the project in sufficient
detail to allow for review without reference to engineering plans or other documents. The EA format will
follow the guidelines provided by Texas Department of Transportation, Dallas District.
a. Conduct site visit. - FNI environmental scientists will conduct a site visit to make observations
in the project area in order to describe the existing conditions (environment) and assist with
assessing project impacts.
b. TxDOT coordination - FNI will meet with the TxDOT environmental coordinator/reviewer to
defme EA format scope and contents.
c. Preparation of Drafts and Final EA. - FNI will prepare a draft EA following TxDOT
guidelines. The draft EA will be submitted to the Owner for review prior to submitting it to
TxDOT. FNI will incorporate the Owner's cOmInents into the EID and submit the revised
document to the TxDOT. It is anticipated that several revisions will be required following the
various levels of review (District, Environmental, FHW A) before the [mal EA is approved and
a Finding of No Significant Impact (FONSI) is issued.
3. Schematic Design
a. Aerial Survey-
Attachment "A" Page 2 of 10
b. Concept Design - Develop a maximum of three concept plans based on the data gathered and
survey information. The concept plans will address the roadway geometry, preliminary storm
drain analysis and preliminary utility layouts.
c. Schematic Design - Schematic Design shall be submitted to City in accordance with TxDOT
requirements. FNI shall furnish eight (8) copies of the schematic design which includes
layouts, preliminary right-of-way needs and cost estimates for FNI's recommended plan.
4. Survey - Survey and prepare a design/topographic survey map for the entire 7000 linear feet length of the
project for width of 200 feet wide (100 feet on each side of the centerline) along Freeport Parkway from
Ruby Road to State Highway 121. The design/topographic survey will indicate all surface features, spot
elevations, one-foot contours, utilities, and protected trees 6 inches and larger in caliper (trees located
only within the 60 foot each side of the centerline area. Topographic survey to extend to a 100 feet
without trees.) Prepare 5 small right-of-way documents with iron rod comers on the new right-of-way
lines and I large right-of-way document with iron rod comers on the right-of-way lines. Prepare slope,
drainage, utility, and/or temporary construction easement documents.
5. Geotechnical Investigation - The Geotechnical investigation will provide recommendations for use
during pavement and bridge design in general accordance with Texas Department of Transportation
(TxDOT) requirements. The scope of work includes exploring subsurface soil conditions, obtaining
physical soil properties by laboratory testing, and providing design recommendations for the proposed
roadway. This scope is discussed in detail below.
Field Exploration
· Contact the Texas One Call system to locate buried utilities within existing easements and
right-of-ways
· Drill 4 borings to a minimum depth of 40 feet and a maximum depth of 70 feet for the new
----.-... ._...bridgfk.. BJlrjn.gs wi[LbJ~_Jocated to._pro.Y.i.de....Qoe.b.oring at each abutinenLand.. bofhJnterioL _ ".
bents
· Drill 14 borings to a depth of 20 feet along the roadway. Borings will be spaced to provide
one boring approximately every SOO-linear-feet. Boring locations will be adjusted so that
one boring will be at each of the two proposed culverts.
· Obtain relatively undisturbed thin-walled tube samples and standard penetration test samples as
appropriate for the soils encountered
· Obtain NIX-size core samples if rock is encountered for the bridge borings. Texas Cone
Penetrometer tests will be performed every five feet within the bridge borings as required
for the TxDOT design methodology. Rock coring and cone penetrometer tests will not be
performed for the pavement/culvert borings.
· Observe and record groundwater seepage during drilling and at completion and record level. When
possible, water levels will be recorded the next day.
· Backfill boreholes with cuttings upon completion. In areas where existing pavement is penetrated,
the pavement surface will be patched with an asphalt-patching compound.
Laboratory Testing
Selected laboratory testing will be conducted on samples that are representative of materials obtained during
the field exploration. The tests will be used to evaluate and classify the soils, identify subsurface site
characteristics, and provide data for analysis. These tests include
· Atterberg limits (liquid and plastic limits, 24 tests maximum)
· Percent passing No. 200 sieve (24 tests maximum)
Attachment "A" Page 3 of 10
· Unit dry weight and moisture content (30 tests maximum)
· Unconfmed compressive strength (30 tests maximum)
· Swell at overburden (2 tests maximum)
· Soluble Sulfates (14 test maximum)
Engineering Analvsis and Report
An engineering analysis and evaluation of the field and laboratory data will be performed for the project,
based on available project concepts. Information to be provided in the report includes
· Plan of borings illustrating the approximate location of each boring
· A log of each boring indicating the boring number, depth of each stratum, soil classification and
description, and groundwater information
· Description of the field exploration and laboratory testing
· Summary of laboratory test results
· Discussion of subsurface soil and groundwater conditions
· General discussion of the site geology
· Calculated potential vertical rise (PVR)
· Recommendations for foundation type, depth, and allowable loading for the bridge and culverts
· Recommendations for backfill
· Recommended lateral earth pressure v~~l;les __ ._.u, __
.Reco~~;-&ii~IJ:~-for pr~arati~n ~i th~-p~~~~~ ~ub~~d~~~~iuding a dis~u~~i~~~filie p~tential
for sulfate-induced heaving of soil treated with calcium-based stabilizers
· Recommended rigid pavement thickness. The thickness will be calculated using the current TxDOT
Pavement Design Manual methodologies provided that the equivalent 18-kip single axle loads
(ESAL) value calculated by TxDOT is available. Otherwise, the City's standard pavement section
will be used.
· Earthwork recommendations
B. DESIGN PHASE
1. Design plans and specifications shall be prepared and submitted to the CITY and TxDOT after approval
of the Concept and Schematic drawings. Engineering plans will be prepared in accordance with TxDOT
standards and submitted at 30%, 60%, 90%, and 100% levels of completion.
2. Prepare two layouts or options and typical cross-sections for the design of the bridge. Prepare a
preliminary opinion of construction cost estimate for each bridge option. Provide information regarding
environmental permitting that may be required due to the bridge construction.
3. FNI will submit the preliminary project plans to the CITY's reviewer for TAS/ADA review. FNI will
prepare the application and make the submittal. It is assumed that the CITY will provide a check for the
fee based on the construction cost per the submittal requirements. FNI will address comments from the
review and revise plans if necessary.
4. Prepare an "Opinion of Probable Construction Costs" and submit to the City with each submittal.
Attachment "A"
Page 4 of 10
5. FNI shall meet with the CITY up to five (5) times during this phase to discuss the design of the project.
6. Attend one (1) public meeting to discuss the project with the residents.
7. Investigate and resolve conflicts with existing utility (water, sewer, drainage, gas, telephone, and electric)
locations and depths.
8. Submit appropriate number of copies of the plans to the utility companies for review and comment at the
30% and 90% design levels.
9. Prepare fmal bid schedule, special conditions, technical specifications, proposal, and contract documents.
10. Upon approval of the Schematic Engineering Plans, FNI will prepare the following design drawing for
submittal to the City and TxDOT:
a. Horizontal and vertical control plan that locates all proposed and existing facilities. Legal
descriptions (Lot Nos., Block Nos., and Additional Names) along with property ownership
shall be provided on the plan view.
b. Roadway 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 comers (e.g. iron pins), along the existing right-of-way
shall be shown on the plans.
c. FNI will review and document the storm water watershed drainage runoff area and existing
street, right-of-way and storm sewer capacities for the site. A drainage area map will be
prepared from available contour maps. Calculations regarding street and right-of-way
capacities and design discharges as applicable at selected critical locations will be provided.
.-- ,:["-Prepare- culvert layout sheets and associateddf:tails for two box culverts.
e. Prepare bridge layout sheets, including abutments and associated details.
f. 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.
g. Prepare a construction sequencing plan that identifies the phasing of the project including
allowable lane and/or street closures.
h. Prepare a Storm Water Pollution Prevention Plan (SW3P) in accordance with the CITY
ordinances; TCEQ guidelines, and/or Federal requirements.
1. Prepare fmal 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.
J. Identify, review, and include all TxDOT standard details that are relevant to the project.
II. The following is an anticipated sheet list required for the project:
Sheet Quantity
Title Sheet I
Project Index 1
Attachment "A" Page 5 of lO
Project Layout
Typical Section
General Notes
Summary Sheets
Phases Narrative
Phase Layouts
Standards
Removal Sheets
Plan & Profile Sheets
Driveway Details
Cross Street Profiles
Standards
Drainage Area Map
Hydraulic! Hydrologic Data
Culvert Layouts
Plan & Profile
Standards
Bridge Details
Utility Layout
Proposed Utilities P&P
City Standards
SWPPP
Erosion Control Plan
Details
Illumination
Signing
. Signal ModificatlOns
Pavement Markings
Standards
Cross Sections
Total =
2
2
2
10
2
12
20
4
14
2
2
10
1
3
3
14
20
12
2
7
2
4
4
4
4
4
4
4
40
50
266
c. Bid Phase
1. All plans, specifications, and bidding documents will be distributed from FNI's office. Payment for the
plans, specifications, and bidding documents will be retained by FNI.
2. Assist CITY by responding to questions and interpreting bid documents. Prepare and issue addenda to
the bid documents to plan holders, if necessary.
3. Attend a pre-bid conference, as directed by the CITY.
4. Assist the CITY in securing, opening, tabulating and analyzing the bids. Issue a Notice to Bidders to
prospective contractors and vendors listed in FNI's database of prospective bidders, and to selective plan
rooms. Provide a copy of the notice to bidders for CITY to use in notifying construction news
publications and publishing appropriate legal notice. The cost of publication shall be paid by the CITY.
FNI will furnish recommendations on the award of the contract based on the lowest qualified bidder. FNI
will develop a complete bid tabulation package.
D. Construction Phase - Upon completion of the bid phase services, FNI will proceed with the performance of
construction phase services as described below. FNI will endeavor to protect CITY in providing these services
however, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for
supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods,
Attachment "A"
Page 6 of 10
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.
FN1 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.
If general conditions other than FN1 standards are used, the CITY agrees to include provisions in the construction
contract documents that will require the construction contractor to include FNI and their sub consultants on this
project to be listed as an additional insured on contractor's insurance policies.
I. Attend Pre-Construction Conference with the CITY, the Contractor, and other interested parties to discuss
the total work program and schedule, procedures of communication, special concerns, coordination with
others, additional surveys, field testing and inspections, assignment of personnel, and any other matters
that may have a direct or in-direct effect upon the completion and results of this improvement program.
2. Attend one (1) public meeting to introduce the Contractor to the residents and discuss the construction
schedule. The meeting will provide the residents with contact information and allow them to ask
questions regarding the construction activities.
3. Provide baseline control staking such that the Contractor(s) can establish horizontal and vertical
alignments per the drawings.
4. Make UP TO twelve (12) visits to the site. During these visits, FN1 design team staffwill observe the
progress and the quality of work and attempt to determine in general if the work is proceeding in
accordance with the construction contract documents. FNI will provide written documentation to the
CITY of the site visit with observations of work and/or any concerns. In this effort FNI will endeavor to
protect the CITY against defects and deficiencies in the work of the Contractor and will report any
observed deficiencies to the CITY. Visits to the site in excess of the specified number are an additional
service.
- - ---------5.- Review shop and working drawings and other project related submittals fumishedby-the Contractor, . . ... ._.___...... ___
Notify the CITY of non-conforming work observed during site visits. Review quality related documents
provided by the Contractor such as test reports, equipment installation reports or other documentation
required by the construction contract documents. Rebar shop drawings will not be reviewed, they will be
used for "RECORD DATA" purposes only.
6. Interpret the drawings and specifications for the CITY and Contractor. Investigations, analyses, and
studies requested by the Contractor and approved by the CITY, for substitutions of equipment and/or
materials or deviations from the drawings and specifications are an additional service.
7. Prepare documentation for contract modifications required to implement modifications in the design of
the project. Receive and evaluate notices of Contractor claims and make recommendations to the CITY
on the merit and value of the claim on the basis of information submitted by the Contractor or available in
project documentation. Endeavor to negotiate a settlement value with the Contractor on behalf of the
CITY if appropriate. Providing these services to review or evaluate construction contractor claim(s)
supported by causes not within the control ofFNI are an additional service.
8. Attend, in the company of the CITY, a fmal review of the Project for conformance with the design
concept of the project and general compliance with the construction contract documents. Review and
comment on the certificate of completion and the recommendation for fmal payment to the Contractor.
Visiting the site to review completed work in excess of two trips is an additional service. Conduct a fmal
review of the Project in company with the Contractor and the CITY's representative.
9. Revise contract drawings from information furnished by the Contractor and Resident Project
Representative, and provide one (1) Mylar set of Record Drawings to the CITY. Record drawings will be
submitted in . tif me format along with an AutoCAD 2006 format of the plans on CD or disk.
Attachment "A"
Page 7 of 10
E. Additional Services - The following services are beyond the scope of basic services described in the tasks above.
However, FNI can provide these services, if needed, upon the CITY's request. Such services will be provided in
accordance with the rates presented in ~'III.
1. Prepare images to be used for public meeting and City Council presentations.
2. Prepare Federal Emergency Management Agency (FEMA) LOMR submittal to modify the FIRM maps to
reflect the project's construction.
3. Conduct additional public meetings. The CITY may decide that additional public meetings are necessary
to assist with project relations or for informational purposes.
4. Environmental Permitting
a. Preparation of a 404 permit application for an individual permit.
b. Preparation of applications for other permits that may be identified by the study.
c. Detailed wetland delineation of large, complex wetlands.
d. Archeological and historical properties investigations.
e. Surveying of water bodies by a Registered Public Land Surveyor.
f. Preparation of a compensatory mitigation plan.
5. Preparing applications and supporting documents for government grants, loans, or planning advances and
providing data for detailed applications.
6. Preparing data and reports for assistance to CITY in preparation for hearings before regulatory agencies,
courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations
therefore before any regulatory agency, court, arbitration panel or mediator.
7. Assisting CITY in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards,
or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with
- --COntraGtor{s)-;..' -. ___" _ ._-_~ _ L'~~'" .~~__ -__._:._~___._ _.om,..-. _..~__.. _._~_. _ "._ ____ _ '.. ._~_..,.......--_,._,,__.___
8. Assisting CITY in the defense or prosecution of litigation in connection with or in addition to those
services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on a fee
basis negotiated by the respective parties outside of and in addition to this AGREEMENT.
9. Performing investigations, studies, and analysis of work proposed by construction contractors to correct
defective work.
10. 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.
11, Services required to resolve bid protests or to rebid the.projects for any reason.
12. 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.
13. 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.
14. Providing services after the completion of the construction phase not specifically listed in Article I.
15. Providing basic or additional services on an accelerated time schedule. The scope of this service include
cost for overtime wages of employees and consultants, inefficiencies in work sequence and plotting or
reproduction costs directly attributable to an accelerated time schedule directed by the CITY.
16. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due
to the presence of hazardous substances in any form.
Attachment "A" Page 8 of 10
17. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are
supported by causes not within the control of FNI.
18. Additional EA Services:
a. Public Hearing. If required by TxDOT, FNI can assist the City with holding a Public Hearing
by preparing public notices, submitting notices to local newspaper(s); providing verbatim
transcript services, and incorporating the hearing record into the EA.
b. Presence/absence surveys for federally listed threatened/endangered species.
c. Preparation of an individual 404 permit application, Letter of Permission, preconstruction
notification (PCN), or jurisdictional determination report for the U. S. Army Corps of
Engineers.
d. Additional field investigations or analysis required to respond to public or regulatory agency
comments, including additional data requests, schematics or drawings of project features.
e. Preparation of mitigation plans for compensating for environmental impacts.
f. Preparation ofl'PDES discharge permit(s).
g. Consultation with the U. S. Fish and Wildlife Service under Section 7 of the Endangered
Species act.
h. Expert representation at legal proceedings or at contested hearings.
1. Archeological/cultural resource investigations.
J. Mitigation monitoring if required by permit conditions.
k. Monitoring compliance with permit conditions.
F. Responsibilities of Owner - OWNER shall perform the following in a timely manner so as not to delay the
services ofFNI:
1. Designate in writing a person to act as OWNER's representative with respec~ to the services to he
rendereduooer-this-AGREEMENT. Such person shall have contract authority to transmit instreetiens,. .. ",,-u ....,. "..
receive information, interpret and defme OWNER's policies and decisions with respect to FNI's services
for the Project.
2. 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.
3. 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.
4. 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.
5. 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.
6. 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.
7. 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
Attachment "A" Page 9 of 10
ascertain that Contractor(s) are complying with any law, rule, regulation, ordinance, code or order
applicable to their furnishing and performing the work.
8. OWNER shall determine, prior to receipt of construction bid, ifFNI is to furnish Resident Project
Representative service so the Bidders can be informed.
9. 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 defmed in Attachment SC, Article I, C,
together with such adjustment of compensation as appropriate.
10. Attend the pre-bid conference, bid opening, preconstruction conferences, construction progress and other
job related meetings and substantial completion inspections and fmal payment inspections.
II. Give prompt written notice to FNI whenever OWNER observes or otherwise becomes aware of any
development that affects the scope or timing ofFNI's services, or any defect or nonconformance of the
work of any Contractor.
12. Furnish, or direct FNI to provide, Additional Services as stipulated in Attachment XX of this
AGREEMENT or other services as required.
Attachment "A"
Page 10 of 10