Loading...
HomeMy WebLinkAboutResolution No. 07-071 RESOLUTION NO. 07- e1/ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING THE TERMS AND CONDITIONS OF THE ENGINEERING SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND FREESE AND NICHOLS, INC. FOR DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE INSTALLATION OF THE AUSTIN RANCH LIFT STATION AND FORCE MAIN, WHICH IS ATTACHED HERETO AND INCORPORATED HEREIN AS EXHIBIT "A"; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACT; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the City and Consultant have entered into an agreement such that the Consultant is to provide the following services: DESIGN AND CONSTRUCTION PHASE SERVICES FOR THE INSTALLATION OF THE AUSTIN RANCH LIFT STATION AND FORCE MAIN; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with FREESE AND NICHOLS, INC., which is attached hereto and incorporated herein by reference as Exhibit "A," under the terms and conditions provided therein. WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to exceed $184,000.00 for such work. THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THAT: Section 1. The Engineering Services Contract, which is attached and incorporated hereto as Exhibit "A", having been reviewed by the City Council ofthe City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved in the amount of $167,450.00 as the base amount, plus a $16,550.00 contingency amount for a total not to exceed $184,000.00, and the City Manager is hereby authorized to execute the Contract on behalf of the City of The Colony, Texas. Section 2. That this Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED, APPROVED and EFFECTIVE this 6TH day of AUGUST, 2007. ALt~A.l W~ Christie Wilson, City Secretary 63918 Freese NichOlS,Inc. Engineers Environmental Scientists Architects 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 817735-7300 817735-7491 fax www.freese.com July 18, 2007 Mr. Gordon Scruggs, P.E., City Engineer City of The Colony 6800 Main Street The Colony, Texas 75056 RE: Task Order for Engineering Services for the installation of a temporary Austin Ranch Lift Station and Force Main Dear Mr. Scruggs: Freese and Nichols, Inc. (FNI) is pleased to submit the attached Task Order for the temporary Austin Ranch lift station and force main and requests Authorization to Proceed in accordance with our General Agreement for Professional Services dated November 6, 2001. The work described involves developing and finalizing construction plans for the temporary lift station and force main to route flows from the existing Austin Ranch development to the City's 18-inch gravity flow main located on the east side of Piano Parkway, approximately one half mile south of SH 121. It is our understanding that the City must re-route the flows from the eXIstmg development by May of 2008 in compliance with an agreement with North Texas Municipal Water District (NTMWD). The Austin Ranch developer intends to install a series of gravity flow pipelines and a major lift station to permanently serve the sewer shed and route all flows to The Colony's collection system, but it may not be installed in time to meet the commitment to NTMWD. Accordingly, The City desires to have an alternative set of plans for the installation of the temporary lift station and piping to meet the commitment for redirection of the existing development flows. The temporary lift station would be in service until the developer finalizes the construction to serve the sewer shed south of SH 121. FNI will provide the design surveying and easement instrument preparation for the lift station and pipe routing from the existing Austin Ranch 12-inch line connection to the NTMWD 42-inch line west and north to the 18-inch collection system line located in Piano Parkway. FNI will provide a geotechnical investigation for the lift station foundation design once the initial surveying is completed. After reviewing the information acquired during a site VISIt to ascertain the design constraints we would suggest that the lift station site be shifted west of the railroad 'tracks to a location off the northeast corner of the Oncor Austin Ranch Substation. On the east side of the tracks: 1) Maintenance access is limited, 2) existing electrical service is located north of the TXU transmission lines and would have to be routed beneath them to the existing Austin Ranch connection to the NTMWD pipeline. A railroad crossing permit will be required for the pipeline crossing regardless of lift station location. Access to the revised site location could be via the existing road into the On cor facility and would be relatively short. Power is immediately adjacent to the site. The revised site location would provide the capability to provide the permanent gravity flow piping across the railroad tracks and eliminates a second railroad permit for the permanent facility. Please sign both copies of this letter and return one for our files as Authorization to Proceed and retain one for your records. If you have any questions, please contact us. We look forward to working with you and your staff on this Project. Very truly yours, FREESE AND NICHOLS, INC. Authorized by: CITY OF THE COLONY ~(~ J .R. Baddaker, P.E. Project Manager ~~~ Brian Coltharp, P.E. Principal ~~~ By: 'o~~e (ke..-+~c,~ (Print Name) Date: q D.Mz. 0) Attachments T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A.doc 2 SCOPE OF SERVICES - TASK ORDER Temporary Austin Ranch Sewer Lift Station and Force Main BASIC SERVICES: FNI shall render the following professional services in connection with the development of this Task Order: TASK DESCRIPTION This Project consists of professional engineering services to design and construct improvements to the City of The Colony's wastewater collection system. The purpose of the project is to provide a lift station and force main to pump existing Austin Ranch wastewater flows (0.8 MGD based on recent flow projections). Work anticipated for this project includes: 1. Preliminary Design, Design and Construction Phase Services for a new 0.8 MGD lift station and force main for conveyance of raw wastewater flows to the City's existing collection system south of SH12l. 2. Advertisement and Bid Phase services including bid document distribution, bid opening and tabulation and preparation of final executed contract documents. 3. Special services in support of design and construction of the proposed improvements, including Texas Commission on Environmental Quality (TCEQ) compliance submittals, geotechnical soils testing and engineering services, and surveying services for the lift station and force main improvements. 4. FNI will perform general administrative duties associated with the project including progress monitoring, scheduling, general correspondence, office administration, and invoicing. These duties include day-to-day contact and liaison with the CITY and project staff, providing project communication, and monitoring work on the project. 5. Odor control will not be included with the lift station design. 6. Provision for a portable generator will be incorporated into the electrical and control design to comply with TCEQ requirements. BASIC SERVICES: FNI shall render the following professional services in connection with this project: 1. Preliminary Design Phase: Upon execution of this Task Order, FNI shall: a. Conduct a preliminary design kickoff meeting with the CITY to review the scope of services, verify the CITY's requirements for the project, and review available data. b. Prepare a preliminary design report for lift station and force main improvements associated with this work, including preliminary drawings and specification outline. c. Meet with the CITY at the 50% and 90% pre-design completion levels to discuss overall project status and get input and comments on the design progress from the City. Preliminary design documents and agenda shall be presented to the City a minimum of one week prior to each progress meeting. d. Assist the City in preliminary discussions with the Austin Ranch developer, Oncor, and North Texas Municipal Water District and other entities concerning easements and access. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A. doc 3 2. Final Design Phase: FNI shall provide professional services in this phase as follows: a. Conduct a final design kickoff meeting with the CITY to review scope of services, verify CITY requirements and review available data. The kickoff meeting shall review selected design alternatives, preliminary design documentation, and gather any additional information needed for final design. Design documents and agenda shall be presented to the City a minimum of one week prior to the meeting. b. Prepare drawings, specifications, Construction Contract Documents, designs and layouts of improvements to be constructed. FNI will prepare one set of bid documents that will include both the lift station and force main. c. Meet with the CITY at the 50% and 90% design completion levels to discuss overall project status and get input and comments on the design progress from the City. Design documents and agenda shall be presented to the City a minimum of one week prior to each progress meeting. d. Advise CITY of need for and recommended scope of special analysis, hydraulic model studies, mapping, etc., and the retention of special consultants. The cost of such services shall be paid by the CITY and are not included in the services performed by FNI. e. Furnish CITY with the engineering data and completed forms necessary for application to the BNSF Railroad for the pipeline crossing permit. Submittal and permit fees will be by the CITY. f. Submit drawings, specifications, and Construction Contract Documents for approval by applicable federal and state agency(s), where required. g. Furnish such information necessary to utility companies whose facilities may be affected or services may be required for the project. h. Prepare revised Opinion of Probable Construction Costs at the 50% and 90% completion levels. 1. Prepare bidders proposal forms for the improvements to be constructed. J. Furnish CITY with five (5) sets of copies of drawings, specifications, and bid proposals marked "Preliminary" for approval by CITY. Upon final approval by CITY, FNI will provide five (5) sets of copies of "Final" drawings. 3. Bid Phase: Upon completion of the design services and approval of "Final" drawings and specifications by CITY, FNI will proceed with the performance of services in this phase as follows: a. Assist CITY in securing bids. Issue a Notice to Bidders to prospective contractors and vendors listed in FNI's database of prospective bidders, and to selected 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 for publications shall be paid by CITY. b. Maintain information on entities that have been issued a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. c. Assist CITY by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders if necessary. d. Assist the CITY in conducting a pre-bid conference for the construction projects and coordinate responses with CITY. Response to the pre-bid conference will be in the form of addenda issued after the conference. Attend the tour of the project site after the pre-bid conference. e. At CITY's request, FNI will assist CITY in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by CITY. Pre-qualification of all prospective bidders and issuing a list of eligible bidders prior to the bid opening is an Additional Service. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A.doc 4 f. Assist CITY in the preparation of Construction Contract Documents for construction contracts. Provide ten (10) sets of Construction Contract Documents including information from the apparent low bidders bid documents, legal documents, and addenda bound in the documents for execution by the CITY and construction contractor. Distribute five (5) copies of these documents to the contractor with a Notice of Award that includes directions for the execution of these documents by the construction contractor. Provide CITY with the remaining five (5) copies of these documents for use during construction. Additional sets of documents can be provided as an Additional Service. g. Furnish contractor copies of the drawings and specifications for construction pursuant to the General Conditions of the Construction Contract. 4. Construction Phase: 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. a. The City standard General Conditions will be used. The CITY agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI and their subconsultants on this project to be listed as an additional insured on contractor's insurance policies if authorized by the City Attorney. b. Assist CITY in conducting pre-construction conference(s) with the Contractor(s), review construction schedules prepared by the Contractor(s) pursuant to the requirements of the construction contract, and prepare a proposed estimate of monthly cash requirements of the project from information provided by the Construction Contractor. c. Based on FNI's observations as an experienced and qualified design professional and review of the Payment Requests and supporting documentation submitted by Contractor, determine the amount that FNI recommends Contractor be paid on monthly and final estimates, pursuant to the General Conditions of the Construction Contract. d. Make periodic visits to the site (as distinguished from the continuous services of a Resident Project Representative) to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort FNI will endeavor to protect the CITY against defects and deficiencies in the work of Contractors and will report any observed deficiencies to CITY. Total number of site visits shall not exceed five (5). Visits to the site in excess of the specified number are an Additional Service. e. Notify the contractor of non-conforming work observed on 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. f. Interpret the drawings and specifications for CITY and Contractor(s). Investigations, analyses, and studies requested by the Contractor(s) and approved by CITY, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an Additional Service. g. Conduct, in company with CITY's representative, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T Adoc 5 contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, warranties, spare parts, and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two trips are an additional service. h. Revise the construction drawings in accordance with the information furnished by construction Contractor reflecting changes in the Project made during construction. Two (2) sets of prints of "Record Drawings" shall be provided by FNI to CITY. SPECIAL SERVICES: FNI shall render the following professional services in connection with this project, as authorized by the CITY, which are not included in the above described basic services shall be as follows: I. Field surveying required for the preparation of designs and drawings. 2. Making property, boundary and right-of-way surveys, preparation of two easement and deed descriptions, including title search and examination of deed records. 3. Geotechnical services including one 25 feet deep soil boring at the proposed lift station site with associated recommendations for the lift station footing and foundation to be incorporated into the design. ADDITIONAL SERVICES: Additional Services to be performed by FNI, if authorized by CITY, which are not included in the above-described Basic Services, are described as follows: I. Field layouts or the furnishing of construction line and grade surveys. 2. Coordinate the work of testing laboratories and inspection bureaus required for the testing or inspection of materials, witnessed tests, factory testing, etc. for quality control of the project. 3. GIS mapping services or assistance with these services. 4. 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 CITY. 5. Providing environmental support services including the TCEQ and COE permitting assistance, and other assistance required to address environmental issues. 6. Providing renderings, model and mock-ups requested by the CITY. 7. Making revisions to drawings, specifications or other documents when such revisions are 1) consistent with approvals or instructions previously given by CITY or 2) due to other causes not solely within the control of FNI. 8. 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. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A,doc 6 9. 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 CITY. 10. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. 11. 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. 12. Conducting pilot plant studies or tests. 13. Preparing Operation and Maintenance Manuals or conducting operator training. 14. 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. 15. Assisting CITY in claims disputes with Contractor(s). 16. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. 17. 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. 18. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, and other assistance required to address environmental issues. 19. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. 20. 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. 21. Services required to resolve bid protests or to rebid the projects for any reason. 22. Visits to the site in excess of the number of trips included in Basic Services for periodic site visits, coordination meetings, or contract completion activities. 23. 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. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T Adoc 7 24. Providing services after the completion of the construction phase not specifically listed in Basic or Special Services. 25. 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. 26. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. 27. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. 28. Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. 29. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for services attached to this professional services agreement. 30. Provide follow-up professional services during Contractor's warranty period. 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 following schedule: 1. Basic Services a. Preliminary Design Phase Services - 6 weeks from Notice to Proceed b. Final Design Phase Services - 2 months from completion of Preliminary Design c. Bid Phase Services - 1 month from completion of Final Design d. Construction Phase Services - 6 months from completion of Bid Phase 2. Special Services - Concurrent with Basic Services Anticipated Notice to Proceed is August 1,2007. Anticipated project completion date is May, 2008. IF FNI's services are delayed or suspended in whole or in part by CITY, or if FNI's services are extended by the Contractor's actions or inactions for more than 90 days through no fault of FNI, FNI shall be entitled to equitable adjustment of rates and amounts of compensation. FNI will provide the City with any necessary changes in scope and fee if services are delayed or suspended RESPONSffiILITIES OF CITY: CITY shall perform the following in a timely manner so as not to delay the services of FNI: 1. Owner recognizes and expects that certain Change Orders may be required. Unless noted otherwise, the Owner shall budget a minimum of 5% for new construction and a minimum of 10% for construction that includes refurbishing existing structures. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A.doc 8 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 2. 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. 3. Designate in writing a person to act as CITY'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 CITY's policies and decisions with respect to FNI's services for the Project. 4. Provide all criteria and full information as to CITY'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 CITY will require to be included in the drawings and specifications. 5. 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. 6. 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. 7. 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 CITY 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. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T Adoc 9 8. 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. Submit BNSF Pipeline Crossing Permit and fees. 9. Provide such accounting, independent cost estimating and insurance counseling services as may be required for the Project, such legal services as CITY 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 CITY 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 CITY 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. 10. Attend the pre-bid conference, bid opening, preconstruction conferences, construction progress and other job related meetings and substantial completion inspections and final payment inspections. 11. Give prompt written notice to FNI whenever CITY 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. 12. Furnish, or direct FNI to provide, Additional Services as stipulated in this Task Order or other services as required. 13. Bear all costs incident to compliance with the requirements of the Responsibilities of CITY. DESIGNATED REPRESENTATIVES: FNI and CITY designate the following representatives: Owner's Designated Representative- Gordon Scruggs, P.E. City Engineer 6800 Main Street The Colony, Texas 75056 Phone: (972) 624-3137 Fax: (972) 624-2308 Email: gscruggs@ci.the-colony.tx.us FNI's Project Manager - J.R. Baddaker 1701 North Market St. Suite 500 LB 51 Dallas, TX 75202 Phone: (214) 217-2232 Fax: (214) 217-2201 Email: jb@freese.com FNI's Accounting Representative- Bill Grozdanich 1701 North Market St. Suite 500 LB 51 Dallas, TX 75202 Phone: (214) 217-2254 Fax: (214) 217-2201 Email: bjg@freese.com T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T Adoc 10 COMPENSATION: The total fee for this Task Order shall be computed on an hourly basis according to the Schedule of Charges below but shall not exceed the following: Basic Services: Task 1 - Preliminary Design Task 2 - Final Design Task 3 - Bid Phase Services Task 4 - Construction Phase Services Basic Services Total Special Services: Task 1 - Surveying Task 2 - Legal Descriptions Task 3 - Geotech Services Special Services Total TOTAL CONTRACT FEE: $ 52,400 $ 60,550 $ 5,150 $ 17.150 $135,250 $ 27,715 $ 1,035 $ 3.450 $ 32,200 $167,450 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. Schedule of Charees: POSITION PRINCIPAL GROUP MANAGER SENIOR ENGINEER ENGINEER (PE) ENGINEER (EIT) ELECTRICAL ENGINEER MECHANICAL ENGINEER ENVIRONMENTAL SCIENTIST ARCHITECT LANDSCAPE ARCHITECT SR. CONSTRUCTION CONTRACT ADMINISTRATOR CONSTRUCTION CONTRACT ADMINISTRATOR GIS COORDINATOR GIS ANALYST DESIGNER TECHNICIAN OPERATIONS ANALYST CONTRACT ADMINISTRATOR WORD PROCESSING/SECRETARIAL CO-OP The ranges and individual salaries will be adjusted annually. MIN 200 200 155 115 85 85 70 55 55 100 105 70 105 60 50 45 75 65 45 45 T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T A.doc MAX 260 260 205 165 120 170 170 160 150 150 150 115 115 90 130 100 105 95 85 60 11 EXPENSES Plottin2 Bond $ 4.00 per plot Color $21.50 per plot Vellum $11.50 per plot Mylar $15.00 per plot Printin2 Bluelines/Blacklines Offset and Xerox Copies/Prints Color Copies/Prints Binding $0.55 per square foot $0.10 per side copy $0.50 per side copy $5.75 per book Computer Computer Usage $1O.00/hour Travel 48.5~ per mile OTHER DIRECT EXPENSES Other direct expenses are reimbursed at actual cost times multiplier of 1.15. They include outside printing and reproduction expense, communication expense, travel, transportation and subsistence away from Dallas and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons other than staff members. T:\CONTRACTS\The Colony\Austin Ranch Lift Station and Force Main\Austin Ranch Temporary Lift Station T Adoc 12