HomeMy WebLinkAboutResolution - 2013-R0242 - Contract - Freese And Nichols Inc.- Emergency Generator And Switchgear - 08/08/2013Resolution No. 2013-0242
August 8, 2013
Item No. 5.4
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Professional Services Contract for the
preliminary design of the Southeast Water Reclamation Plant Emergency Generator and
Switchgear Project, by and between the City of Lubbock and Freese and Nichols, Inc. and
related documents. Said Contract is attached hereto and incorporated in this resolution as
if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on August 8. 2013
GLLZK6. ROBERTSON, MAYOR
ATTEST:
Reb kca Garza, City Secre ary
VED AS TO CONTENT:
in, P.E., City
APPROVE AS TO FORM:
Chad Weaver, Assistant City Attorney
vwxcdocs'RESTSC-Freese & Nichols, Inc.
July 3, 2013
Resolution No. 2013-RO242
Capital Project Number:
Capital Project Name:
EncumberedlExpended
City of Lubbock staff time
City of Lubbock, TX
Capital Project
July 2, 2013
92311
SEWRP Emergency Generator and Switch Gear
Agenda Item July 25, 2013
Professional Services Agreement with FNI
Encumbered/Expended To Date
Estimated Costs for Remaining Appropriation
Remaining Appropriation
Total Appropriation
Budget
$ 2,013
96,485
98,498
351,502
$ 450,000
Resolution No. 2013—RO242
PROFESSIONAL SERVICES CONTRACT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This contract, (the "Contract" or "Agreement"), effective as of the 8th day of
August , 2013 (the "Effective Date"), is by and between the City of Lubbock, (the "City"),
a Texas home rule municipal corporation, and Freese and Nichols, Inc., ("ENGINEER") a Texas
professional corporation authorized to conduct business in Texas.
WITNESSETH
WHEREAS, the City desires to obtain professional engineering services related to the
Preliminary Design of the Southeast Water Reclamation Plant Emergency Generator and Switchgear
Project (the "Activities"); and
WHEREAS, ENGINEER has a professional staff experienced and is qualified to provide
professional engineering services related to Activities, and will provide the services, as defined
below, for the price provided herein, said price stipulated by City and Engineer to be a fair and
reasonable price; and
WHEREAS, the City desires to contract with ENGINEER to provide professional engineering
services related to the Activities and Engineer desires to provide the Services related to same.
NOW THEREFORE, for and in consideration of the terms, covenants and conditions set forth
in this Contract, the City and ENGINEER hereby agree as follows:
ARTICLE I. TERM
The term of this Contract commences on the Effective Date and continues without
interruption for a term of 180 days, as set forth in Exhibit "A", attached hereto and made a part of
this Agreement for all purposes. If the Engineer determines that additional time is required to
complete the Services, the City Engineer, may execute an agreement to grant up to an additional six
(6) months of time so long as the amount of the consideration does not increase. An amendment
to this agreement resulting in any increase in the amount of the consideration must be approved by
the City acting through its governing body.
ARTICLE II. SERVICES AND COMPENSATION
A. Engineer shall conduct all activities and within such timeframes as set forth on Exhibit
"A", attached hereto (the "Services").
B. ENGINEER shall receive as consideration to be paid for the performance of the Services
set forth in Basic Services (Tasks 1 through 4) based on hourly rates an amount not to exceed
$96,485 per Exhibit "B".
FNI Professional Agreement Page 1 of 12
ARTICLE III. TERMINATION
A. General. City may terminate this Contract, for any reason or convenience, upon thirty
(30) days written notice to ENGINEER. In the event this Agreement is so terminated, the City shall
only pay Engineer for services actually performed by Engineer up to the date Engineer is deemed to
have received notice of termination as provided herein.
B. Termination and Remedies. In the event ENGINEER breaches any term and/or provision
of this Contract the City shall be entitled to exercise any right or remedy available to it by this
Contract, at law or equity, including without limitation, termination of this Contract and assertion
of action for damages and/or injunctive relief. The exercise of any right or remedy shall not
preclude the concurrent or subsequent exercise of any other right or remedy and all other rights
and remedies shall be cumulative.
ARTICLE IV. NON -ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract,
equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a
court of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are
cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict
between this provision and another provision in, or related to, this document, this provision shall
control.
ARTICLE V. REPRESENTATIONS AND WARRANTIES
A. Existence. ENGINEER is a corporation duly organized, validly existing, and in good
standing under the laws of the State of Texas and is qualified to carry on its business in the State of
Texas.
B. Corporate Power. ENGINEER has the corporate power to enter into and perform this
Contract and all other activities contemplated hereby.
C. Authorization. Execution, delivery, and performance of this Contract and the activities
contemplated hereby have been duly and validly authorized by all the requisite corporate action on
the part of ENGINEER. This Contract constitutes legal, valid, and binding obligations of the
ENGINEER and is enforceable in accordance with the terms thereof.
D. Engineer. ENGINEER maintains a professional staff and employs, as needed, other
qualified specialists experienced in providing the Services, and are familiar with all laws, rules, and
regulations, both state and federal, including, without limitation the applicable laws, regarding the
activities contemplated hereby.
E. Performance. ENGINEER will and shall conduct all activities contemplated by this Contract
in accordance with the standard of care, skill and diligence normally provided by a professional
person in performance of similar professional engineering services, and comply with all applicable
laws, rules, and regulations, both state and federal, relating to professional engineering services, as
contemplated hereby.
FNI Professional Agreement Page 2 of 12
F. Use of Copyrighted Material. ENGINEER warrants that any materials provided by
ENGINEER for use by City pursuant to this Contract shall not contain any proprietary material
owned by any other party that is protected under the Copyright Act or any other law, statute, rule,
order, regulation or ordinance relating to the use or reproduction of materials. ENGINEER shall be
solely responsible for ensuring that any materials provided by ENGINEER pursuant to this Contract
satisfy this requirement and ENGINEER agrees to indemnify and hold City harmless from all liability
or loss caused to City or by to which City is exposed on account of ENGINEER's failure to perform
this duty.
ARTICLE VI. SCOPE OF WORK
ENGINEER shall accomplish the following:
Professional Engineering Services related to the Preliminary Design of the Pump Station
Emergency Electric Generators Project, as defined in Exhibit "A," "Scope of Work".
ARTICLE VII. INDEPENDENT CONTRACTOR STATUS
ENGINEER and City agree that ENGINEER shall perform the duties under this Contract as an
independent contractor and shall be considered as an independent contractor under this
Agreement and/or in its activities hereunder for all purposes. ENGINEER has the sole discretion to
determine the manner in which the services are to be performed. During the performance of the
Services under this Agreement, Engineer and Engineer's employees and/or subconsultants, will not
be considered, for any purpose, employees or agents of the City within the meaning or the
application of any federal, state or local law or regulation, including without limitation, laws, rules
or regulations regarding or related to unemployment insurance, old age benefits, workers
compensation, labor, personal injury or taxes of any kind.
ARTICLE VIII. INSURANCE
ENGINEER shall procure and carry, at its sole cost and expense through the life of this
Agreement, insurance protection as hereinafter specified, in form and substance satisfactory to
City, carried with an insurance company authorized to transact business in the state of Texas,
covering all aspects and risks of loss of all operations in connection with this Agreement, including
without limitation, the indemnity obligations set forth herein.
ENGINEER shall obtain and maintain in full force and effect during the term of this
Agreement, and shall cause each approved subcontractor or subconsultant of Engineer to obtain
and maintain in full force and effect during the term of this Agreement, commercial general
liability, professional liability and automobile liability coverage for non -owned and hired vehicles
with insurance carriers admitted to do business in the state of Texas. The insurance companies
must carry a Best's Rating of A -VII or better. Except for Professional Liability, the policies will be
written on an occurrence basis, subject to the following minimum limits of liability:
FNI Professional Agreement Page 3 of 12
Commercial General Liability:
Combined Single Limit: $1,000,000
Professional Liability:
Combined Single Limit: $1,000,000
Automobile Liability:
Combined Single Limit for any auto: $500,000 Per Occurrence
Engineer shall further cause any approved subcontractor or subconsultant to procure and
carry, during the term of this Agreement, Professional Liability coverage, as specified above for
Engineer, protecting City against direct losses caused by the professional negligence of the
approved subcontractor or subconsultant.
The City shall be listed as a primary additional insured with respect to the Automobile
Liability and Commercial General Liability and shall be granted a waiver of subrogation under those
policies. Engineer shall provide a Certificate of Insurance to the City as evidence of coverage. The
Certificate shall provide 30 days notice of cancellation. A copy of the additional insured
endorsement and waiver of subrogation attached to the policy will be included in the Certificate.
Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002
of the Texas Labor Code. Further, Engineer shall maintain said coverage throughout the term of
this Agreement and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure
that the Engineer maintains said coverage. The Engineer may maintain Occupational Accident and
Disability Insurance in lieu of Worker's Compensation. In either event, the policy must be endorsed
to include a waiver of subrogation in favor of the City of Lubbock.
If at any time during the life of the Agreement or any extension hereof, Engineer fails to
maintain the required insurance in full force and effect, Engineer shall be in breach hereof and all
work under the Agreement shall be discontinued immediately.
ARTICLE IX. EMPLOYMENT OF AGENTS/RETAINING
OF CONSULTANTS
ENGINEER may employ or retain consultants, contractors, or third parties (any of which are
referred to herein as "Subconsultant"), to perform certain duties of ENGINEER, as set forth on
Exhibit "A", attached hereto, under this Contract, provided that City approves the retaining of
Subconsultants. ENGINEER is at all times responsible to City to perform the Services as provided in
this Agreement and ENGINEER is in no event relieved of any obligation under this Contract upon
retainage of any approved Subconsultant. Any agent and/or Subconsultant retained and/or
employed by ENGINEER shall be required to carry, for the protection and benefit of the City and
ENGINEER and naming said third parties as additional insureds, insurance as described above in this
Contract.
ARTICLE X. CONFIDENTIALITY
ENGINEER shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior
written consent of the City, unless otherwise required by law.
FNI Professional Agreement Page 4 of 12
ARTICLE XI. INDEMNITY
ENGINEER SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF LUBBOCK AND ITS
ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM ALL SUITS, ACTIONS, LOSSES,
DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND, CHARACTER, TYPE, OR DESCRIPTION, INCLUDING
WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, ALL EXPENSES OF LITIGATION, COURT
COSTS, AND ATTORNEY'S FEES FOR INJURY OR DEATH TO ANY PERSON, OR INJURY TO ANY
PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT
ARISING OUT OF, RELATED TO OR OCCASIONED BY, THE NEGLIGENT ACTS OF ENGINEER, ITS
AGENTS, EMPLOYEES, AND/OR SUBCONSULTANTS, RELATED TO THE PERFORMANCE, OPERATIONS
OR OMISSIONS UNDER THIS CONTRACT AND/OR THE USE OF OCCUPATION OF CITY OWNED
PROPERTY. THE INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE EXPIRATION OF
TERMINATION OF THIS AGREEMENT.
ARTICLE XII. COMPLIANCE WITH APPLICABLE LAWS
ENGINEER shall comply with all applicable federal, state and local laws, statutes,
ordinances, rules and regulations relating, in any way, manner or form, to the activities under this
Contract, and any amendments thereto.
ARTICLE XIII. NOTICE
A. General. Whenever notice from ENGINEER to City or City to ENGINEER is required or
permitted by this Contract and no other method of notice is provided, such notice shall be given by
(1) actual delivery of the written notice to the other party by hand (in which case such notice shall
be effective upon delivery); (2) facsimile (in which case such notice shall be effective upon delivery);
or (3) by depositing the written notice in the United States mail, properly addressed to the other
party at the address provided in this article, registered or certified mail, return receipt requested, in
which case such notice shall be effective on the third business day after such notice is so deposited.
B. ENGINEER's Address. ENGINEER 's address and numbers for the purposes of notice are:
Freese and Nichols, Inc.
Attn: Jeffrey N. Hensley, P.E.
4055 International Plaza, Suite 200
Fort Worth, Texas 76109
Telephone: (817) 735-7369
Facsimile: (817) 735-7491
C. City's Address. The City's address and numbers for the purposes of notice are:
City of Lubbock
Attn: Zoltan Fekete, P.E.
P. 0. Box 2000
1625 13th Street
Lubbock, Texas 79401
Telephone: (806) 775 —3317
Facsimile: (806) 775 - 3344
FNI Professional Agreement Page 5 of 12
D. Change of Address. Either party may change its address or numbers for purposes of
notice by giving written notice to the other party as provided herein, referring specifically to this
Contract, and setting forth such new address or numbers. The address or numbers shall become
effective on the 15th day after such notice is effective.
ARTICLE XIV. CITY -PROVIDED DATA
City shall furnish ENGINEER non -confidential studies, reports and other available data in the
possession of the City pertinent to ENGINEER's Services, so long as City is entitled to rely on such
studies, reports and other data for the performance of ENGINEER's Services under this Contract
(the "Provided Data"). ENGINEER shall be entitled to use and rely, so long as such reliance is
reasonable, upon all such Provided Data.
ARTICLE XV. MISCELLANEOUS
A. Captions. The captions for the articles and sections in this Contract are inserted in this
Contract strictly for the parties' convenience in identifying the provisions to this Contract and shall
not be given any effect in construing this Contract.
B. Audit. ENGINEER shall provide access to its corporate books and records to the City.
The City may audit, at its expense and during normal business hours, ENGINEER's books and records
with respect to this Contract between ENGINEER and City.
C. Records. ENGINEER shall maintain records that are necessary to substantiate the
services provided by ENGINEER.
D. Assignability. ENGINEER may not assign this Contract without the prior written approval
of the City.
E. Successor and Assigns. This Contract binds and inures to the benefit of the City and
ENGINEER, and in the case of City, its respective successors, legal representatives, and assigns, and
in the case of ENGINEER, its permitted successors and assigns.
F. Construction and Venue. THIS CONTRACT SHALL BE GOVERNED BY AND CONSTRUED IN
ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. THIS CONTRACT IS PERFORMABLE IN
LUBBOCK COUNTY, TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE
EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT JURISDICTION OF THE
STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF ALL LEGAL PROCEEDINGS ARISING
OUT OF OR RELATING TO THIS CONTRACT OR THE ACTIONS THAT ARE CONTEMPLATED HEREBY.
G. Severability. If any provision of this Contract is ever held to be invalid or ineffective by
any court of competent jurisdiction with respect to any person or circumstances, the remainder of
this Contract and the application of such provision to persons and/or circumstances other than
those with respect to which it is held invalid or ineffective shall not be affected thereby.
FNI Professional Agreement Page 6 of 12
H. Amendment. No amendment, modification, or alteration of the terms of this Contract
shall be binding unless such amendment, modification, or alteration is in writing, dated subsequent
to this Contract, and duly authorized and executed by ENGINEER and City.
I. Entire Agreement. This Contract, including Exhibits "A," attached hereto, contains the
entire Contract between the City and ENGINEER, and there are no other written or oral promises,
conditions, warranties, or representations relating to or affecting the matters contemplated herein.
J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint
venture, joint enterprise, partnership or principal — agent relationship between ENGINEER and the
City.
K. Documents Owned by City. Any and all documents, drawings and specifications
prepared by ENGINEER as part of the Services hereunder, shall become the property of the City
when ENGINEER has been compensated as set forth in Article II, above. The ENGINEER shall make
copies of any and all work products for its files.
L. Notice of Waiver. A waiver by either City or ENGINEER of a breach of this Agreement
must be in writing to be effective. In the event either party shall execute and deliver such waiver,
such waiver shall not affect the waiving party's rights with respect to any other or subsequent
breach.
M. Third Party Activities. Nothing in this Agreement shall be construed to provide any
rights or benefits whatsoever to any party other than City and ENGINEER.
EXECUTED as of the Effective Date hereof.
CITY OF LUBBOCK
Glen C. Robertson, Mayor
ATTEST:
Reb cca Garza, City Secretary
APPROVED AS TO CONTENT:
L. We d Fra lin, P.E., City Engineer
n
n Turpin, P.E., Chipf)Vater Utilities Engineer
FNI Professional Agreement Page 7 of 12
APPROVED AS TO FORM:
cz( zil'�-
Chad Weaver, Assistant City Attorney
FREESE AND NICHOLS, INC.
By:
Name: Donald W. Lampe, P.E.
Title: Principal
FNI Professional Agreement Page 8 of 12
EXHIBIT A
City of Lubbock, Texas
Southeast Water Reclamation Plant Emergency Generator and Switchgear
Phase 1— Report/Study Phase
Scope of Work for Freese and Nichols, Inc.
The overall Southeast Water Reclamation Plant Emergency Generator and Switchgear (The Project)
includes the following two phases:
• Phase 1— Detailed report/study phase.
A summary of the Phase 1 objectives is to:
o Evaluate the existing plant's Arc Flash Study.
o Evaluate the existing loads — pump motors and miscellaneous loads to properly size
the generators
o Evaluate the placement of a larger generator or multiple smaller generators and
associated modifications to the plant's electrical distribution system to power the
Plant 4 Intermediate Lift Station and Lift Station 48 during power outages
o Evaluate the existing switchgear at the Headworks Pump Station to connect to the
emergency back-up power system
o Evaluate locations to provide power to the manually operated valve at Lift Station
48.
o Provide visual condition assessment of the plant's outdoor major electrical
equipment — unit substations, and 480V switchgear
• Phase 2 — Design Phase.
The scope and fee for Phase 2 will be determined upon completion of Phase 1.
The primary objectives of the Phase 1 report/study are to:
1. Identify options for sizes (kW) and locations of generators to power the plant in the event
of a power outage. Areas of the plant to be evaluated for back-up power to include the
following:
o Plant 4 Intermediate Lift Station
o Lift Station 48
o Plant 4 UV System
o Effluent Pump Station No.2
o Headworks Pump Station
2. Identify modifications to Lift Station 48 electrical distribution system and Headworks
electrical building to install variable frequency drives on Lift Station 48 submersible pumps.
3. Identify modifications to the electrical distribution system to connect the Headworks
submersible pumps and their associated variable frequency drives to the back-up power
system
4. Identify electrical improvements to the plant's electrical distribution system required to
incorporate generators
5. Identify location to power Lift Station 48 motor operated valve
6. Identify options to enclose existing 12.47kV main switchgear in a climate controlled
building
7. Provide a conceptual design of the plant's electrical distribution system to incorporate the
back-up generators
8. Based on visual condition assessment identify existing major outdoor electrical equipment
where electrical testing should be performed.
FNI Professional Agreement Page 9 of 12
BASIC SERVICES: FNI shall render the following professional services in connection with Phase 1 of
The Project:
1. Task 1- Kick -Off Meeting/Design Development: Hold a kick-off meeting with the Owner to
discuss scope, schedule and data requirements. Possible criteria for the project include the
following:
a. Construction Costs
b. Number of Pumps/loads to operate off of back-up power
2. Task 2 - Obtain Data: FNI will obtain and review available data including:
a. Existing plant drawings
b. Existing Power System Studies — Arc Flash Hazard Risk Analysis
c. Data on existing submersible pump motors and electrical loads
d. Other mapping provided by the City (Utilities, property maps, aerial photography, and
contour maps where available. City of Lubbock will assist FNI in the collection of these
maps if requested by FNI.
e. Geotechnical reports
FNI will make two, two day site visits to examine the plant and interview staff.
3. Task 3 - Design Report: FNI will prepare a draft report of the study and present it to the
Owner. After receipt of the Owner's comments, FNI will revise the report and present the
final draft to the Owner. The Design Report will include the following:
a. Recommendations for locations of generators to provide back-up power
b. Electrical improvement required to accommodate back-up generators
c. Generator sizes required to run plant loads
d. Proposed layouts
e. Recommendations to enclose outdoor 12.47kV main switchgear
f. Recommendations to provide motor operator on Lift Station 48 manual valve
g. Recommendations for existing outdoor major electrical equipment to be tested
h. Engineer's Opinion of Probable Construction Costs
FNI will furnish five (5) hard copies and one electronic copy of the Draft Design Report and
Final Design Report.
4. Task 4 - Meetings and Communications: FNI will attend up to three meetings with the
Owner to discuss the project. FNI will prepare monthly reports to discuss the status of the
project, coordination items, completed tasks, and upcoming tasks.
5. Items to be performed by the City of Lubbock:
1. Provide Mapping as required for the following:
a. Utility mapping where available
b. City mapping including utility maps, property maps, aerial photography, and
contour maps where available.
2. Provide copies of existing plans and power system studies.
3. Recommended Phases and Schedule for Project Development.
FNI Professional Agreement Page 10 of 12
TIME OF PERFORMANCE
ENGINEER shall commence work immediately following authorization to proceed. ENGINEER has
reviewed the project with the CITY and agrees that the schedule presented below is a reasonable
timeframe within which to accomplish the work.
PROJECT SCHEDULE
Weeks Following
Cumulative
Milestone
Deliverable
Weeks
Kick -Off Meeting/Design Development
0
0
Preliminary Design Report Draft
12
12
Preliminary Design Report Final
6
18
ENGINEER -CITY mutually agree that they will work toward meeting the above schedules. Should the
Scope of Work be changed and/or should problems arise during the course of the work effort that
could affect the above schedule, it is understood that both CITY and ENGINEER will develop a
revised schedule and budget limit, if required, to address scope changes, delays by CITY, or other
problems. It is understood that the ENGINEER must proceed with the work while the CITY reviews
each submittal. CITY agrees to submit all review comments for the submittal within fourteen (14)
days following the ENGINEER's submittal. Impacts from CITY's comments, which require extensive
rework, may impact the schedule and budget and in -turn, may be considered a change in scope.
BUDGET
CITY and ENGINEER have established a not -to -exceed budget of $ 96,485.00 to complete all services
under this Task Order. This amount will not be exceeded without a contract amendment. CITY will
pay the ENGINEER hourly, not to exceed $96,485.00 for services identified in Phase 1(Tasks 1
through 4) of the Basic Services, unless noted otherwise in the Scope of Work. The final
compensation for major tasks can be over or under the estimated budget amount per tasks, as
shown in Exhibit B below as long as the total "Not to Exceed" amounts are not surpassed. Budget can
be shifted between the various tasks with the approval of Owner's Representative
ENGINEER agrees to complete these services for this amount unless the Budget is amended by CITY
and ENGINEER as a result of a change to the Scope of Work or Time of Performance.
The budget assumes that all work will be completed within 180 calendar days from the Notice to
Proceed.
FNI Professional Agreement Page 11 of 12
EXHIBIT B
This Exhibit B is part of the Agreement, between Freese and Nichols, Inc. (FNI) (the "Engineer") and the
City of Lubbock (the "City") for the Project generally described as:
Phase 1 of the Southeast Water Reclamation Plant Emergency
Generator and Switchgear
1. Budget Amount by Scope Item Task
Task No.
Task Name
Budget
1
Kick -Off Meeting/Design
$7,432
Development
2
Data Gathering
$18,364
3
Preliminary Design Report
$54,332
4.
Meetings/Communications
$16,357
TOTAL (Not to Exceed)
$96,485
FNI Professional Agreement Page 12 of 12
ATTACHMENT A
COMPENSATION
Compensation to Freese and Nichols shall be based on the following Schedule of Charges: Not to Exceed: The total fee for Basic Services in Attachment SC shall be
computed on the basis of the Schedule of Charges, but shall not exceed Ninety Six Thousand Four Hundred Eighty Five Dollars ($96,485.00). If FNI sees the Scope of
Services changing so that Additional Services are needed, including but not limited to those services described as Additional Services in Attachment SC, FNI will notify
OWNER for OWNER°s approval before proceeding. Additional Services shall be computed based on the Schedule of Charges.
Schedule of Charges:
Position
PRINCIPAL
GROUP MANAGER
ENGINEER VIII
ENGINEER VII
ENGINEER VI
ENGINEER V
ENGINEER IV
ENGINEER III
ENGINEER II
ENGINEER I
ELECTRICAL ENGINEER A
ELECTRICAL ENGINEER V
ELECTRICAL ENGINEER IV
ELECTRICAL ENGINEER III
ELECTRICAL ENGINEER II
ELECTRICAL ENGINEER I
MECHANICAL ENGINEER VI
MECHANICAL ENGINEER V
MECHANICAL ENGINEER IV
MECHANICAL ENGINEER III
PROGRAM MANAGER II
CONSTRUCTION CONTRACT ADMIN III (QC)
CONSTRUCTION CONTRACT ADMIN III (Spec. Insp)
CONSTRUCTION CONTRACT ADMIN III (CM)
CONSTRUCTION CONTRACT ADMIN III (Sr. RPR)
CONSTRUCTION CONTRACT ADMIN II (LAH PS RPR)
CONSTRUCTION CONTRACT ADMIN I (DCS II)
CONSTRUCTION CONTRACT ADMIN I (RPR)
CONSTRUCTION CONTRACT ADMIN I (PBPS RPR)
DOCUMENT CONTROL CLERK
SR DESIGNER
DESIGNER II
DESIGNER I
CADD DESIGNER
TECHNICIAN IV
TECHNICIAN III
TECHNICIAN II
TECHNICIAN I
GIS COORDINATOR
GIS ANALYST IV
GIS ANALYST III
GIS ANALYST II
GIS ANALYST I
The ranges and individual salaries will be adjusted annually.
RATES FOR INHOUSE SERVICES
Computer and CAD Calcomp
Plotter
PC CAD Stations $10.00 per hr. Bond
$2.50 per plot
Other
$5.00 per plot
Color
$5.75 per plot
Testing Apparatus
Density Meter $700.00 per month
Gas Detection $20.00 per test
Rate
Position
Rate
388.50
3D VISUALIZATION COORDINATOR
178.50
247.00
ENVIRONMENTAL SCIENTIST VII
228.90
269.85
ENVIRONMENTAL SCIENTIST VI
199.50
263.55
ENVIRONMENTAL SCIENTIST V
168.00
236.25
ENVIRONMENTAL SCIENTIST IV
147.00
185.00
ENVIRONMENTAL SCIENTIST III
126.00
169.05
ENVIRONMENTAL SCIENTIST II
88.20
150.15
ENVIRONMENTAL SCIENTIST 1
87.15
141.75
ARCHITECT VI
201.60
116.55
ARCHITECT V
182.70
222.60
ARCHITECT IV
147.00
182.70
ARCHITECT III
140.70
144.90
ARCHITECT II
113.40
136.50
ARCHITECT 1
97.65
132.30
PLANNER VI
213.15
124.95
PLANNER V
163.80
215.25
PLANNER IV
129.15
191.10
PLANNER III
117.60
166.95
PLANNER I
96.60
147.00
HYDROLOGIST V
184.80
222.60
HYDROLOGIST IV
144.90
184.28
HYDROLOGIST 111
133.35
147.26
HYDROLOGIST II
121.80
136.50
GEOTECHNICAL ENGINEER VI
236.25
105.00
PUBLIC INVOLVEMENT COORDINATOR
134.40
126.00
WEB SERVICES ADMINISTRATOR
157.50
111.30
WORD PROCESSING/SECRETARIAL
80.85
99.75
OPERATIONS ANALYST
145.95
115.50
CONTRACT ADMINISTRATOR
92.40
106.05
INFORMATION SERVICES ADMINISTRATOR
79.80
196.35
INFORMATION SERVICES CLERK III
63.00
158.55
INFORMATION SERVICES CLERK II
58.80
136.50
INFORMATION SERVICES CLERK 1
57.75
168.00
CO-OP
70.35
142.80
114.45
95.55
73.50
144.90
131.25
108.15
96.60
72.45
Print Shop
Color Copies & Printing $0.50 per single side copy
$1.00 per double side copy
Black & White Copies & Printing
Binding
$0.10 per single side copy
$0.20 per double side copy
$5.75 per book
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction expense, communication expense, travel,
transportation and subsistence away from the FNI office and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, test, and other
work required to be done by independent persons other than staff members. For Resident Representative services performed by non-FNI employees and CAD services
performed In-house by non-FNI employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of
FNI
OWNER
8
R
I l
8
R
yU
3
I
I
31
31
W
f
I � I
I I4
i
I
r
Z
Z
I
I
V
4
I
1
8gu
R ' I
I
I .
�
I
m�
$B
�
I I
I
r
I�WI„»»»„N„»»N I.,