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