Loading...
HomeMy WebLinkAboutResolution No. 08-007 RESOLUTION NO. 08- (;() 7 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 & NICHOLS FOR THE DESIGN OF THE NORTHWEST TRUNK SEWER LINE REPLACEMENT, WHICH IS ATTACHED 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 OF THE NORTHWEST TRUNK SEWER LINE REPLACEMENT; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with FREESE & NICHOLS, which is attached hereto and incorporated herein by reference as Exhibit "A," under the terms and conditions provided therein; and WHEREAS, with this Contract the City of The Colony is agreeing to pay the sum not to exceed $90,000 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 $90,000 and the City Manager is hereby authorized to execute the Contract on behalf of the City of The Colony, Texas. Section 2. This Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED, APPROVED and EFFECTIVE this 7th day of Januarv. 2008. ATlT: (j/~~ !~ Christie Wilson, City Secretary ~Y , ~ / ).~"> )) ,.,;y 63918 Freese NichOlS,Inc. Engineers Environmental Scientists A rc hi tects 1701 North Market Street, Suite 500 LB 51 Dallas, TX 75202 214920-2500 214920-2565 fax www.freese.com December 17, 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 Northwest Trunk Sewer 30-inch line replacement from Main Street (FM 423) to the Wastewater Treatment Plant Influent Lift Station Dear Mr. Scruggs: Freese and Nichols (FNI) is pleased to submit the attached Task Order for the 30-inch line replacement from Main Street (FM 423) to the Wastewater Treatment Plant Influent Lift Station 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 replacement of the 30- inch line between the WWTP influent lift station and Main Street. The existing line is corroded and immanent failure is anticipated if not replaced. The line will be upsized to 36 inches in accordance with the WW Master Plan. Two options are available for the sections that require increased capacity: 1) parallel the existing line by open cut methods; 2) install new piping using pipe bursting. There is a 440 foot section of line that has a relatively steep grade crossing the Corp property that could possibly be slip lined reducing coordination requirements associated with the Corps of Engineers. The current line routing crosses through US Army Corp of Engineers property and the new construction will require notification of the proposed improvements and may require an additional easement from the Corps. We have provided for negotiating additional easement acquisition as a special service if necessary. Corps 404 permitting would be covered by the Nationwide 12 permit. A review of the line segment size at the lower end of the project running from the influent lift station to the confluence of the 30- and 24-inch lines will need to be addressed. Accordingly, we will revisit the Master Plan computer model to ascertain the appropriate flow rates and pipe sizing. The improvements to this segment will require a temporary plant shut down for the new connection. FNI will use Brittain and Crawford to provide for the design surveying and easement instrument preparation necessary for the Corps property crossing. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope. doc 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 me at 214-217-2257. We look forward to working with you and your staff on this Project. Very truly yours, FREESE AND NICHOLS, INe. ~~ ?f ~~j~, Manager Authorized by: CITY OF THE COLONY ~~ eLL ~ r" - By: /Ja.t.~. C fA.e~~ClW\ (Print Name) Date: --1.::l :rQv... at Attachments T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 2 SCOPE OF SERVICES - TASK ORDER CITY OF THE COLONY NORTHWEST TRUNK SEWER LINE REPLACEMENT TASK DESCRIPTION This Project consists of professional engineering services to design and construct improvements to the City of The Colony's (CITY) wastewater collection system. The purpose of the project is to provide a replacement line for the Northwest Trunk Sewer from Main Street FM423 to the Wastewater Treatment Plant influent lift station. Work anticipated for this project includes: A. Preliminary Design, Design and Construction Phase Services for a replacement 36-inch gravity line for the Northwest Trunk Sewer. B. Advertisement and Bid Phase services including bid document distribution, bid opening and tabulation and preparation of final executed contract documents. C. Special Services in support of design and construction of the proposed improvements for easement acquisition for the Corp of Engineer Property crossing D. FNI will perform general administrative duties associated with the Project including progress monitoring, scheduling, general correspondence, office administration, coordination with the consulting engineer working on other aspects of the replacement line, 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. BASIC SERVICES: FNI shall render the following professional servIces ill connection with this project: A. PRELIMINARY DESIGN PHASE: Upon execution of this Task Order, FNI shall: 1. Conduct 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. 2. Prepare preliminary design report for the proposed improvements which will address the pipeline replacement options and capacity requirements for the improvements. . 3. 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. 4. Assist the CITY in preliminary discussions with the Corps of Engineers concerning the project. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 3 B. FINAL DESIGN PHASE: FNI shall provide professional services in this phase as follows: 5. Conduct fillal design kickoff meeting with the CITY to review scope of services, verify CITY requirements and review available data. 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. 6. Prepare drawings, specifications, Construction Contract Documents, designs and layouts of improvements to be constructed. The CITY standard contract documents will be utilized for the project. 7. 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. 8. Advise CITY of need for and recommended scope of subsurface investigations, 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 FNL 9. Submit drawings, specifications, and Construction Contract Documents for approval by applicable federal and state agency(s), where required. 10. Furnish such information necessary to utility companies whose facilities may be affected or services may be required for the Project. 11. Prepare revised opinion of probable construction costs at the 50% and 90% completion levels. 12. Prepare bidders proposal forms for the improvements to be constructed. 13. 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 "fillal" drawings. e. 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: 14. 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. 15. Maintain information on entities that have been issue a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. 16. Assist CITY by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders if necessary. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope. doc 4 17. 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. 18. At CITY 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. 19. 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. 20. Furnish contractor copies of the drawings and specifications for construction pursuant to the General Conditions of the Construction Contract. D. 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. 21. 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. 22. 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. 23. Establish communication procedures with the CITY and contractor. Submit monthly reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, cash flow, construction schedule and pending and approved contract modifications. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope. doc 5 24. Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. Review contractor's submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. 25. 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. 26. 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 F1\TJ 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 two (2). Visits to the site in excess of the specified number are an Additional Service. 27. 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. 28. 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. 29. Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the CITY to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the CITY. Documentation of field orders, where cost to CITY is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the CITY are an Additional Service. Substitutions of materials or equipment or design modifications requested by the CITY are an Additional Service. 30. 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(s) claim(s), supported by causes not within the control of FNI are an Additional Service. 31. Assist in the transfer of and acceptance by the construction contractor of any CITY furnished equipment or materials. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 6 32. Conduct, in company with CITY's representative, a fmal 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 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 fillal payment to the Contractor(s). Visiting the site to review completed work in excess of two trips are an Additional Service. 33. Revise the construction drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. Two (2) sets of prints 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: A. Field surveying required for the preparation of designs and drawings. 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: A. Assistance with coordination of the improvements with the Corps of Engineers for additional easement acquisition for the project if alignments and methods cannot be developed using the existing easement for the Corp property crossing, including up to three additional meetings with the Corps, easement legal description preparation, easement negotiation and submittal preparation. B. Field layouts or the furnishing of construction line and grade surveys. e. 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. D. GIS mapping services or assistance with these services. E. Providing services to investigate existing conditions or facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by CITY. F. Providing environmental support services including the TCEQ and COE permitting assistance, and other assistance required to address environmental issues. G. Providing renderings, model and mock-ups requested by the CITY. H. 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. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 7 1. 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. J. 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. K. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. L. 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. M. Conducting pilot plant studies or tests. N. Preparing Operation and Maintenance Manuals or conducting operator training. O. 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. P. Assisting CITY in claims disputes with Contractor(s). Q. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. R. 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. S. 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. T. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. U. 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. V. Services required to resolve bid protests or to rebid the projects for any reason. W. 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. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 8 X. 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. Y. Providing services after the completion of the construction phase not specifically listed in Basic or Special Services. Z. Providing Basic or Additional Services on an accelerated time schedule. The scope of this service includes 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. AA. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. BB. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. Ce. Providing value engineering studies or reviews of cost savmgs proposed by construction contractors after bids have been submitted. DD. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for services attached to this professional services agreement. EE. 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 months from completion of Final Design d. Construction Phase Services - 3 months from completion of Bid Phase 2. SPECIAL SERVICES - Concurrent with Basic Services Anticipated Notice to Proceed is January 8, 2008. 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 F1\TI, FNI shall be entitled to equitable adjustment of rates and amounts of compensation. RESPONSIBILITIES OF CITY: CITY shall perform the following in a timely manner so as not to delay the services of FNI: A. 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 defme CITY's policies and decisions with respect to FNI's services for the Project. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 9 B. 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. e. 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. D. 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. E. 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. F. 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. G. 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 ContractorCs) are complying with any law, rule, regulation, ordinance, code or order applicable to their furnishing and performing the work. H. Attend the pre-bid conference, bid opening, preconstruction conferences, construction progress and other job related meetings and substantial completion inspections and final payment inspections. I. 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. J. Furnish, or direct FNI to provide, Additional Services as stipulated in this Task Order or other services as required. K. Bear all costs incident to compliance with the requirements of the Responsibilities of CITY. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope. doc 10 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 - l.R. Baddaker 1701 North Market St. Suite 500 LB 51 Dallas, TX 75202 Phone: (214) 217-2232 Fax: (214) 217-2201 Email: ib@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: big:@freese.com COMPENSATION: The total fee for this Task Order shall be computed on an hourly basis according to the attached Schedule of Charges but shall not exceed the following: Basic Services: Special Services: TOTAL $67,600 $14.900 $82,500 If FNI sees the Scope of Services changing so that Additional Services are needed, FNI will notify the CITY for CITY's approval before proceeding. Additional services shall be computed based on the attached Schedule of Charges. T:\CONTRACTS\The Colony\30-inch Line Replacement\Task Order Letter & Scope.doc 11 FNI COMPENSATION SCHEDULE Schedule of Charees for Additional Work: POSITION PRINCIPAL GROUP MANAGER SENIOR ENGINEER ENGINEER (PE) ENGINEER (EIT) ELECTRICAL ENGINEER MECHANICAL ENGINEER ENVIRONMENTAL SCIENTIST ARCHITECT LANDSCAPE ARCHITECT SENIOR URBAN PLANNER URBAN PLANNER 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. EXPENSES Plottine Bond $ 4.00 per plot Color $21.50 per plot Vellum $11.50 per plot Mylar $15.00 per plot Printine BluelinesIBlacklines Offset and Xerox Copies/Prints Color Copies/Prints Binding Computer Computer Usage $1O.00/hour Travel 48.51t per mile ATTACHMENT CO MIN 200 200 155 115 85 85 70 55 55 100 125 70 105 70 105 60 50 45 75 65 45 45 MAX 260 260 205 165 120 170 170 160 150 150 200 100 150 115 115 100 130 100 105 95 85 60 $0.55 per square foot $0.10 per side copy $0.50 per side copy $5.75 per book 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\30-inch Line Replacement\Task Order Letter & Scope. doc 12 Page I ITEMIZED FEE CALCULATION ~. CITY OF THE COLONY NORTHWEST TRUNK SEWER REPLACEMENT I I I I -- I ---" --1--i-~ I I I I I I T ITEM - PRINCIPAL PROJECT STRUCfURAL WfWW DF-S[GN CADD WORD # TASK [N CHARGE MANAGER ENG[NEER ENGINEER ENGINEER TECH PROCESSOR TOTAL HOURS COST HOeRS COST HOURS COST HOURS COST HOCRS COST HOURS COST HOURS COST HOURS COST BASIC SERVICES: Planning I Preliminary Layout 0 $0 [ $198 $0 8 $1,210 8 $1,008 8 $691 0 $0 25 $3.107 2 Alternative Development. Slip Line vs Open Cut! pipe bursting $0 2 $396 $0 $0 8 $[,008 $0 $0 10 $1,404 3 Capacity verification. Master plan comparison $0 I $[98 $0 8 $[.210 8 $1,008 $0 $0 9 $2,416 4 RCIX'rt generation $0 I $198 $0 $0 8 $1,008 4 $346 6 $259 19 $1,811 5 QNQC 2 $396 I $198 $0 $0 $0 $0 $0 $594 SubTotal 2 $396 6 $1.188 0 $0 16 $2,419 32 $4,032 12 $1,037 6 $259 63 $9.300 Design I Prepare SChematic Design Plans (7 sheets) 30% 0 $0 2 $396 8 $1,210 16 $2.016 16 $1,382 0 $0 42 $5,004 3 Prepare Preliminary Design Plans (7 sheets)90% 0 $0 3 $594 4 $605 48 $6,048 48 $4,147 0 $0 103 $11,394 4 Prepare Bid Set Plans (7 SheelS)~l00% 0 $0 3 $594 4 $605 24 $3,024 24 $2,074 0 $0 55 $6,296 Prepare Bid Documents 0 $0 3 $594 2 $302 16 $2.016 $0 8 $346 29 $3,258 5 Provide Project Coordination, QAJQC 4 $792 8 $1.584 $0 4 $504 0 $0 0 $0 16 $2,880 6 Meet with City to Review Plans 0 $0 4 $792 $0 4 $504 0 $0 0 $0 8 $1.296 SubTotal 4 $792 23 $4.554 18 $2,722 0 $0 112 $14,112 88 $7,603 8 $346 253 $30,100 1 Field Surveying I Design Surveys $11,500 Subtotal $50,900 Bid Ph~ 1 Pre-Bid Meeting (1) 0 $0 4 $792 $0 4 $504 0 $0 0 $0 8 $1,296 2 Issuance of addendums as necessary 0 $0 2 $396 $0 2 $252 3 $259 4 $173 II $1,080 3 Contractor qualifications 0 $0 0 $0 $0 4 $504 0 $0 0 $0 4 $504 4 Preparation of contract documents 0 $0 I $198 $0 6 $756 0 $0 8 $346 15 $1,300 5 Provide Project Coordination, QAJQC 0 $0 2 $396 $0 2 $252 0 $0 0 $0 4 $648 SubTotal 0 $0 9 $1,782 0 0 0 0 18 $2,268 3 $259 12 $518 42 $4,80( Construction Phase 1 Pre-Construction Meeting (1) 0 $0 4 $792 $0 4 $504 0 $0 0 $0 8 $1.296 2 General Field Representation (2Months.2 Visits) 0 $0 4 $792 $0 4 $504 0 $0 0 $0 8 $1,296 3 Review Shop Drawings (SMax) 0 $0 1 $198 2 $302 5 $630 0 $0 0 $0 8 $1,130 4 Final Inspection 0 $0 4 $792 $0 4 $504 0 $0 0 $0 8 $1.296 5 Transmittal of Final Deliverables & Record Drawings 0 $0 0 $0 $0 4 $504 8 $691 0 $0 12 $1.195 6 Provide Project Coordination. QNQC $0 4 $792 $0 0 $0 0 $0 0 $0 4 $792 Subtotal 0 $0 17 $3.366 2 $302 0 $0 21 $2.646 8 $691 0 $0 48 $7.000 PrintingJPlottinglComputer Expenses $3,404 General Expenses ru..z Subtotal $4.823 $4.800 SUBTOTAL for BASIC SERVICES 6 $1.188 55 $10,890 20 3024 16 2419 183 $23.058 111 $9.590 26 $1,123 417 $67.600 SPECIAL SERVICES: Corp of Engineers Environmental Meetin.s (3) 0 $0 6 $1.188 $0 6 $756 16 $1,382 0 $0 28 $3,326 Prenaration of Easement Instrument 0 $0 I $198 $0 $0 $0 0 $0 1 $1,348 Negotiations 0 $0 8 $1.584 $0 24 $3,024 $0 0 $0 32 $4,608 Project submittals 0 $0 4 $792 $0 16 $2.016 $0 8 $346 28 $3.154 4 $792 4 $792 $0 4 $504 4 $346 0 $0 16 $2.434 4 $792 23 $4,554 0 $0 0 $0 50 $6,300 20 $1.728 8 $346 105 $14,900 SUBTOTAL FOR SPECIAL SERVICES $14,900 (Cost Not-to-Exceed) PROJECT TOTAL (Max. Fee) 6 $1.188 55 $10,890 20 $3.024 16 $2,419 183 $23,058 111 $9.590 26 $1.123 417 $82.500