6590-042 - Amendment 3 Executed
Docusign City Council Transmittal Coversheet
File Name
Purchasing Contact
City Council Target Date
Piggy Back Option
Contract Expiration
Ordinance
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Cori Power
6590-042
Not Applicable
RFQ
On-Call Professional Engineering Services - Amendment #3
JUNE 22, 2021
N/A
21-1076
6590-042 PSA – Amendment #3 Page 1 of 2
THIRD AMENDMENT TO CONTRACT
BY AND BETWEEN THE CITY OF DENTON, TEXAS
AND FREESE AND NICHOLS, INC.
PSA 6590-042
THE STATE OF TEXAS §
COUNTY OF DENTON §
THIS THIRD AMENDMENT TO CONTRACT 6590-042 (“Amendment”) by and
between the City of Denton, Texas (“City”) and Freese and Nichols, Inc. (“Engineer”); to
that certain contract executed on October 16, 2018, in the original not-to-exceed amount
of $1,200,000 (the “Original Agreement”); amended on May 14, 2020 to provide for 10%
invoice reductions (the “First Amendment”); amended on February 3, 2021 to provide the
updated Schedule of Charges (the “Second Amendment”) (collectively, the Original
Agreement, the First Amendment and the Second Amendment are the “Agreement”) for
services related to on-call professional engineering services.
WHEREAS, the City deems it necessary to further expand the services provided by
Engineer to the City pursuant to the terms of the Agreement, and to provide an additional
not-to-exceed amount $1,257,254 with this Amendment for an aggregate not-to-exceed
amount of $2,457,254; and
FURTHERMORE, the City deems it necessary to further expand the goods/services
provided by Engineer to the City;
NOW THEREFORE, the City and Engineer (hereafter collectively referred to as the
“Parties”), in consideration of their mutual promises and covenants, as well as for other
good and valuable considerations, do hereby AGREE to the following Amendment, which
amends the following terms and conditions of the said Agreement, to wit:
1. The additional services described in Exhibit “A” of this Amendment, attached
hereto and incorporated herein for all purposes, for professional services related to
the South East Denton Neighborhood Association (SEDNA) Street Reconstruction
and program management support, are hereby authorized to be performed by
Engineer. For and in consideration of the additional services to be performed by
Engineer, the City agrees to pay, based on the cost estimate detail attached as
Exhibit “A”, a total fee, including reimbursement for non-labor expenses an amount
not to exceed $1,257,254.
2. This Amendment modifies the Agreement amount to provide an additional
$1,257,254 for the additional services with a revised aggregate not to exceed total
of $2,457,254.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
6590-042 PSA – Amendment #3 Page 2 of 2
The Parties hereto agree, that except as specifically provided for by this Amendment, that
all of the terms, covenants, conditions, agreements, rights, responsibilities, and obligations
of the Parties, set forth in the Agreement remain in full force and effect.
IN WITNESS WHEREOF, the City and the Engineer, have each executed this
Amendment electronically, 40by and through their respective duly authorized
representatives and officers on this date _________________________.
“Engineer”
FREESE AND NICHOLS, INC.
By:
_________________________________
AUTHORIZED SIGNATURE, TITLE
APPROVED AS TO LEGAL FORM:
AARON LEAL, CITY ATTORNEY
By:
_________________________________
“CITY”
CITY OF DENTON, TEXAS
A Texas Municipal Corporation
By:
_______________________________
SARA HENSLEY, INTERIM CITY
MANAGER
ATTEST:
ROSA RIOS, CITY SECRETARY
By:
_________________________________
THIS AGREEMENT HAS BEEN
BOTH REVIEWED AND APPROVED
as to financial and operational
obligations and business terms.
_______________ ________________
SIGNATURE PRINTED NAME
__________________________________
TITLE
__________________________________
DEPARTMENT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Capital Projects - Engineering
Director of Capital Projects/City Engineer
Rebecca Diviney
06/22/2021
A-1
CITY OF DENTON: 2019 STREET RECONSTRUCTION BOND PROGRAM –
PROGRAM MANAGEMENT SUPPORT 2021 THRU 2022
EXHIBIT A - SCOPE OF SERVICES PROPOSAL
May 6, 2021
PROJECT UNDERSTANDING
The City of Denton 2019 Street Reconstruction Bond Program provides funding for the design and
construction of aging street infrastructure throughout the City. The bond program is defined by the
documents prepared by the City of Denton and approved by the citizens of Denton, Texas in the November
5, 2019 municipal bond election. The focus of this program is to reconstruct existing streets that have
reached the end of their useful life which is determined based upon an Overall Condition Index (OCI) score.
The program will prioritize roadways with the lowest condition scores (OCI scores of 20 or less). The
desired outcome of this program is to allow the City to address areas where local streets can no longer be
effectively repaired through routine maintenance. Reconstruction of streets that are at the end of their
useful life allows the newly constructed streets to be incorporated into the City’s roadway maintenance
program. The selection of projects will focus on one-time comprehensive neighborhood roadway
infrastructure projects that complete both street and utility infrastructure improvements. The total
estimated program cost is $70,000,000.
The City of Denton’s 2019 Street Reconstruction Bond Program will include planning, design, and
construction of multiple capital improvement projects (CIP) as approved by the voters in November 2019.
The City retained Freese and Nichols, Inc. (FNI) to provide General Engineering Consultant Program
Management services to support management and implementation of the City’s 2019 Street
Reconstruction Bond Program in 2020 under Work Authorization #14 of the Professional On-Call
Engineering Services agreement. This agreement provided authorization for an initial 12-month term to
perform program development, management, and start up tasks with a focus on early priority projects to
initiate design activities as quickly as possible with the goal to commence construction activities in year one
of the program.
This scope and associated fee supports the continuation of FNI’s General Engineering Consultant Program
Management services for an 18-month term including the remainder of calendar year 2021 through
December of 2022. FNI will provide a variety of services to support the City in execution of the bond
program including program management oversight, design management and oversight. FNI’s services may
also include, if requested by the City, on-site representation during construction, or other general
engineering services that may be needed to support the timely execution of the program. It is envisioned
the program will achieve completion of all identified projects by the end of 2025. Potential Program
Management services for 2023, 2024 and 2025 will be addressed at a later date by separate engagement if
requested by the City. Project specific FNI design development and project management services may also
be contemplated under separate engagement if requested by the City.
EXHIBIT A
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
A-2
ARTICLE I
BASIC SERVICES: FNI shall render the following professional services in connection with the development of
the Project:
A. PROGRAM MANAGEMENT SUPPORT: FNI shall provide professional services as follows:
1. Develop and maintain a 2019 Street Reconstruction Bond Program management organizational
structure, including organization chart roles and responsibilities, etc., and collaborate with City
for feedback as necessary.
2. Program Level Planning and Reporting
a. Update and maintain Program Development and Sequencing Plan
b. Develop and maintain Program Charter and Program Management Plan.
c. Project management and technical resource identification and allocation.
d. Project Management Information System (PMIS). A PMIS will be developed and maintained
to store information and data about each project in the program. The PMIS will be developed
using Microsoft Excel to store information such as project descriptions, key personnel or
firms, schedule (baseline and actual), project status, details regarding public meetings,
external stakeholder coordination (i.e. private utilities, permits, etc.), land acquisition needs,
milestone decisions, key issues, and project impacts. Data such as project cost estimates
(design, right-of-way, construction, construction management & inspection), actual project
costs, and change orders will also be stored and managed in the PMIS. The PMIS will facilitate
development of monthly cash flow projections based on the schedule for each project.
A business intelligence platform (Microsoft Power BI) will connect to, model, and visualize
data stored in the PMIS. The business intelligence platform will access various data sets in
the PMIS and create graphs, charts, tables, and diagrams to report on, and summarize
important project-related performance metrics for key stakeholders and the public which will
be displayed on dashboards.
e. Develop initial program cashflow model.
f. Program level progress reports to provide budget projections and monitor expenditure
forecast targets monthly/quarterly.
g. Collaborate with the City to provide monthly, quarterly, and as needed, program progress
reporting in a dashboard format. Monthly check to verify status and updates as needed for
City Council.
h. Update budgets and cashflow projections for projects for future years to allow for financial
planning and estimates of future program management support effort.
3. Project Controls
a. Monthly program schedule updates. Microsoft Project will be used to develop and maintain
the program schedule.
b. Document control. Procore will be used to store all documents associated with the Project.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
A-3
c. Budget updates and expense tracking. Program budget and expenses will be monitored in
PMIS by tracking all major project expenditures (design costs, construction costs, land
acquisition, etc.).
4. Project Execution Process Tracking
a. Analyze project progress against execution processes to address conflicts, bottlenecks, or
other issues causing miscommunication, rework, or other problems impacting schedule,
budget, quality or efficiency.
5. Meeting Support (Refer to Exhibit B for information regarding number of Meetings)
a. Schedule and conduct recurring internal bi-weekly program team meetings, up to 64
meetings. Assume all meetings are virtual.
b. Schedule and conduct recurring monthly program management meetings with City, up to 128
meetings. Assume all meetings are virtual.
c. Schedule and conduct periodic/special meetings as needed, up to 24 meetings. Assume all
meetings are virtual.
d. Prepare agenda/minutes for all meetings within three (3) business days.
e. Development of and follow-up on action items database tracking within each project.
B. DESIGN MANAGEMENT AND OVERSIGHT: It is anticipated that detailed design services for a portion
of the program projects will be performed by other design consultants. Project design services
performed by FNI will be contemplated by separate agreements. Services provided by FNI will be for
the general oversight and management of outside design consultants. FNI shall provide professional
services as follows:
1. Attend monthly design progress meetings with Design Consultants.
2. Track the progress for design approval with outside entities (when required) and participate in
required meetings (TxDOT, ISDs, County, TCEQ, Toll Operations Division (TOD), Texas Historic
Commission (THC), other City Departments, FEMA, USACE, etc.). Ensure Texas Department of
Licensing and Regulations (TDLR) and Americans with Disability Act (ADA) reviews are
documented and monitored for projects as required.
3. Review and prepare comments on all submitted studies, schematics, plans, specifications and
cost estimates at 30%, 60%, and 90% milestones for conformance with City and regulatory agency
design requirements and standards. Coordinate any required reviews with additional City
departments.
4. Perform constructability reviews at the 60% and 90% design milestones.
C. GENERAL ENGINEERING CONSULTANT MISC. SERVICES: FNI will proceed with the performance of
miscellaneous services as described below:
1. Perform miscellaneous program management tasks if directed and authorized by the City in
support of the Program.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
A-4
ARTICLE II
ADDITIONAL SERVICES: Any services performed by FNI that are not included in the Basic Services described
above are Additional Services and may be added by contract amendment or under separate project specific
engagements. Additional Services to be performed by FNI, if authorized by the City, are described as follows:
A. RIGHT-OF-WAY (ROW) MANAGEMENT
B. UTILITY COORDINATION
C. SURVEYING
D. DESIGN DEVELOPMENT ENGINEERING SERVICES
E. CONSTRUCTION MANAGEMENT
F. CONSTRUCTION PHASE RESIDENT PROJECT REPRESENTATION (RPR)
G. MATERIAL TESTING SERVICES
ARTICLE III
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 schedule presented in Exhibit C.
If FNI’s services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule
consistent with the number of days of delay. These delays may include but are not limited to delays in City
or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc.
These delays may result in an adjustment to compensation as outlined on the face of this Agreement and in
Exhibit B.
ARTICLE IV
RESPONSIBILITIES OF CITY: The City shall perform the following in a timely manner so as not to delay the
services of FNI:
A. 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 Design Consultants or Contractor.
B. Furnish, or direct FNI to provide, Additional Services as stipulated in Exhibit A, Article II of this
Agreement or other services as directed and authorized by the City.
ARTICLE V
COMPENSATION: Compensation to FNI for Basic Services shall be computed on the basis of the following
schedule of charges but shall not exceed Eight Hundred Forty-Seven Thousand Seven Hundred Ninety-Nine
dollars ($847,799) unless authorized in writing. The attached template provides a breakdown of the
estimated cost by task.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
A-5
2019 Street Reconstruction Bond Program Management –
Program Management Support 2021 thru 2022 Total
1.1 Project and Quality Management $78,869
1.2 Program Management Support $558,430
1.3 Design Management and Oversight $170,544
1.4 General Engineering Consultant Misc. Services $39,956
Total: $847,799
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 following Schedule of
Charges.
Position Hourly Rate
Professional 1 121
Professional 2 145
Professional 3 165
Professional 4 190
Professional 5 221
Professional 6 253
Construction Manager 1 96
Construction Manager 2 125
Construction Manager 3 146
Construction Manager 4 184
CAD Technician/Designer 1 103
CAD Technician/Designer 2 133
CAD Technician/Designer 3 164
Corporate Project Support 1 98
Corporate Project Support 2 117
Corporate Project Support 3 157
Intern / Coop 60
Senior Advisor 253
Rates for In-House Services and Equipment
Mileage
Standard IRS Rates
Bulk Printing and Reproduction
B&W
Color
Equipment
Valve Crew Vehicle (hour)
$75
Small Format (per copy) $0.10 $0.25 Pressure Data Logger (each) $200
Technology Charge Large Format (per sq. ft.) Water Quality Meter (per day) $100
$8.50 per hour Bond $0.25 $0.75 Microscope (each) $150
Glossy / Mylar $0.75 $1.25 Pressure Recorder (per day) $100
Vinyl / Adhesive $1.50 $2.00 Ultrasonic Thickness Guage (per day) $275
Coating Inspection Kit (per day) $275
Mounting (per sq. ft.) $2.00 Flushing / Cfactor (each) $500
Binding (per binding) $0.25 Backpack Electrofisher (each) $1,000
Survey Grade Standard
Drone (per day) $200 $100
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
A-6
GPS (per day) $150 $50
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.
For 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, these services will be billed at a cost
times a multiplier of 1.10. 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 2.0. This markup approximates the cost to FNI if an FNI
employee was performing the same or similar services.
These ranges and/or rates will be adjusted annually in February. Last updated February 2020.
3022020
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton Project Fee Summary
2019 Street Reconstruction Bond Program Management
5/6/2021
Detailed Cost Breakdown
Tasks Labor
Jeff Hammond Brent Anderson Ashley Hairston Wayne Hartt Chuck Gilman Derek Gianan Jana Collier GIS Analyst II Joel Kokemor
$253 $253 $145 $221 $253 $157 $157 $121 $184
1 1.1 Basic A. Project Management
1 Basic Internal kickoff meeting 2 2 2 2 2 2 2 14
1 Basic Maintain and monitor scope / schedule / budget 24 8 32
1 Basic One Page Reports / Periodic client communications 40 16 56
1 Basic Corporate Support (Scheduler)36 36
1 Basic Corporate Support (Operations Analyst)36 36
1 Basic B. Quality Management
1 Basic Develop quality management plan 4 40 16 4 4 68
1 Basic Senior Advisor (2 hr per month, 18 months)36 36
1 Basic Quality Control reviews 16 16
1 Basic Quality Assurance reviews 16 16
1 1.2 Basic A. Program Management Support
1 Basic 1. Develop CIP Organizational Chart 2 24 8 34
1 Basic 2. Program Level Planning and Reporting
Basic a. Update and Maintain Program Development and Sequencing Plan 120 24 40 40 24 248
1 Basic b. Develop and Maintain Program Management Plan (PMP)2 40 8 50
1 Basic c. Project Mgmt. and Tech. Resource Assignment (2 hr per mo, 18 months)36 16 32 84
1 Basic d. Develop PMIS (Initial development plus maintenance)140 60 180 40 420
1 Basic e. Develop Inintial Cash Flow Model 80 16 32 60 188
40 Basic f. Program Level Progress Reports 120 24 8 80 232
1 Basic g. Status Updates Using Dashboards (2 per month)80 16 8 40 144
1 Basic h. Update Budget and Cashflow for Future Projects 2 80 16 16 40 80 234
1 Basic 3. Project Controls
1 Basic a. Weekly Program Schedule Updates 40 80 8 8 40 176
1 Basic b. Document Control 24 24
1 Basic c. Budget Updates and Expense Tracking 2 80 24 8 114
1 Basic 4. Project Execution Process Tracking
1 Basic a. Analyze Project Progress 180 24 24 228
1 Basic 5. Meeting Support
1 Basic a. Recurring Program Team Meetings (Bi-Weekly, 36 meetings, 1 hr per meeting)(Assume virtual, no mileage) 36 12 48
1 Basic b. Recurring Program Management Meetings (Weekly, 72 meetings, 0.5 hr per meeting) (Assume virtual, no mileage) 36 12 20 68
1 Basic c. Periodic/Special Meetings (24 meetings, 1 hr per meeting)(Assume virtual, no mileage)24 12 12 48
1 Basic d. Prepare Agenda/Minutes (132 meetings, 0.5 hr per meeting)66 12 78
1 Basic e. Action Item Follow Up (132 meetings, 0.5 hr per meeting)66 66
1 1.3 Basic B. Design Management and Oversight
1 Basic 1. Attend Monthly Design Progress Meetings (2hr per project per month for 18 months, 5 projects)180 90 10 8 288
1 Basic 2. Regulatory and Stakeholder Approval Tracking (2 hr per project per month, 18 months, 5 projects)180 8 188
1 Basic 3. Review Design Consultant Submittals (30,60,90) (4 hr per submittal per project, 5 projects)60 30 30 120
1 Basic 4. Constructability Reviews (60,90) (4 hr per review per project, 5 projects)40 20 80 140
1 1.4 Basic C. General Engineering Consultant Misc. Services 72 40 32 40 184
50 1,942 494 70 318 558 36 86 160 3,714
$ 12,650 $ 491,326 $ 71,630 $ 15,470 $ 80,454 $ 87,606 $ 5,652 $ 10,406 $ 29,440
Basic Services 847,799$
Special Services -$
Phase Task
Basic or
Special
Total Project 847,799$
Task Description Total Hours
Total Hours / Quantity
Total Effort
1 of 4 C:\Users\03941\OneDrive - Freese and Nichols, Inc\Documents\Book2 5/5/2021
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
2019 Street Reconstruction Bond Program Management
5/6/2021
Detailed Cost Breakdown
Tasks
1 1.1 Basic A. Project Management
1 Basic Internal kickoff meeting
1 Basic Maintain and monitor scope / schedule / budget
1 Basic One Page Reports / Periodic client communications
1 Basic Corporate Support (Scheduler)
1 Basic Corporate Support (Operations Analyst)
1 Basic B. Quality Management
1 Basic Develop quality management plan
1 Basic Senior Advisor (2 hr per month, 18 months)
1 Basic Quality Control reviews
1 Basic Quality Assurance reviews
1 1.2 Basic A. Program Management Support
1 Basic 1. Develop CIP Organizational Chart
1 Basic 2. Program Level Planning and Reporting
Basic a. Update and Maintain Program Development and Sequencing Plan
1 Basic b. Develop and Maintain Program Management Plan (PMP)
1 Basic c. Project Mgmt. and Tech. Resource Assignment (2 hr per mo, 18 months)
1 Basic d. Develop PMIS (Initial development plus maintenance)
1 Basic e. Develop Inintial Cash Flow Model
40 Basic f. Program Level Progress Reports
1 Basic g. Status Updates Using Dashboards (2 per month)
1 Basic h. Update Budget and Cashflow for Future Projects
1 Basic 3. Project Controls
1 Basic a. Weekly Program Schedule Updates
1 Basic b. Document Control
1 Basic c. Budget Updates and Expense Tracking
1 Basic 4. Project Execution Process Tracking
1 Basic a. Analyze Project Progress
1 Basic 5. Meeting Support
1 Basic a. Recurring Program Team Meetings (Bi-Weekly, 36 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic b. Recurring Program Management Meetings (Weekly, 72 meetings, 0.5 hr per meeting) (Assume virtual, no mileage)
1 Basic c. Periodic/Special Meetings (24 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic d. Prepare Agenda/Minutes (132 meetings, 0.5 hr per meeting)
1 Basic e. Action Item Follow Up (132 meetings, 0.5 hr per meeting)
1 1.3 Basic B. Design Management and Oversight
1 Basic 1. Attend Monthly Design Progress Meetings (2hr per project per month for 18 months, 5 projects)
1 Basic 2. Regulatory and Stakeholder Approval Tracking (2 hr per project per month, 18 months, 5 projects)
1 Basic 3. Review Design Consultant Submittals (30,60,90) (4 hr per submittal per project, 5 projects)
1 Basic 4. Constructability Reviews (60,90) (4 hr per review per project, 5 projects)
1 1.4 Basic C. General Engineering Consultant Misc. Services
Phase Task
Basic or
Special Task Description
Total Hours / Quantity
Total Effort
-$
2,806$
7,232$
12,440$
5,652$
5,652$
-$
15,348$
9,108$
4,048$
4,048$
-$
7,738$
-$
53,144$
12,650$
19,524$
83,700$
40,076$
48,424$
30,608$
48,114$
-$
31,792$
6,072$
25,994$
-$
55,092$
-$
12,144$
14,564$
10,848$
18,438$
16,698$
-$
62,824$
47,564$
26,160$
27,740$
38,392$
804,634$
Total Labor
Effort
2 of 4 C:\Users\03941\OneDrive - Freese and Nichols, Inc\Documents\Book2 5/5/2021
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
2019 Street Reconstruction Bond Program Management
5/6/2021
Detailed Cost Breakdown
Tasks
1 1.1 Basic A. Project Management
1 Basic Internal kickoff meeting
1 Basic Maintain and monitor scope / schedule / budget
1 Basic One Page Reports / Periodic client communications
1 Basic Corporate Support (Scheduler)
1 Basic Corporate Support (Operations Analyst)
1 Basic B. Quality Management
1 Basic Develop quality management plan
1 Basic Senior Advisor (2 hr per month, 18 months)
1 Basic Quality Control reviews
1 Basic Quality Assurance reviews
1 1.2 Basic A. Program Management Support
1 Basic 1. Develop CIP Organizational Chart
1 Basic 2. Program Level Planning and Reporting
Basic a. Update and Maintain Program Development and Sequencing Plan
1 Basic b. Develop and Maintain Program Management Plan (PMP)
1 Basic c. Project Mgmt. and Tech. Resource Assignment (2 hr per mo, 18 months)
1 Basic d. Develop PMIS (Initial development plus maintenance)
1 Basic e. Develop Inintial Cash Flow Model
40 Basic f. Program Level Progress Reports
1 Basic g. Status Updates Using Dashboards (2 per month)
1 Basic h. Update Budget and Cashflow for Future Projects
1 Basic 3. Project Controls
1 Basic a. Weekly Program Schedule Updates
1 Basic b. Document Control
1 Basic c. Budget Updates and Expense Tracking
1 Basic 4. Project Execution Process Tracking
1 Basic a. Analyze Project Progress
1 Basic 5. Meeting Support
1 Basic a. Recurring Program Team Meetings (Bi-Weekly, 36 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic b. Recurring Program Management Meetings (Weekly, 72 meetings, 0.5 hr per meeting) (Assume virtual, no mileage)
1 Basic c. Periodic/Special Meetings (24 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic d. Prepare Agenda/Minutes (132 meetings, 0.5 hr per meeting)
1 Basic e. Action Item Follow Up (132 meetings, 0.5 hr per meeting)
1 1.3 Basic B. Design Management and Oversight
1 Basic 1. Attend Monthly Design Progress Meetings (2hr per project per month for 18 months, 5 projects)
1 Basic 2. Regulatory and Stakeholder Approval Tracking (2 hr per project per month, 18 months, 5 projects)
1 Basic 3. Review Design Consultant Submittals (30,60,90) (4 hr per submittal per project, 5 projects)
1 Basic 4. Constructability Reviews (60,90) (4 hr per review per project, 5 projects)
1 1.4 Basic C. General Engineering Consultant Misc. Services
Phase Task
Basic or
Special Task Description
Total Hours / Quantity
Total Effort
Project Fee Summary
Expenses
9000 9,900$
14 119$
32 272$
56 476$
36 306$
36 306$
-$
68 578$
36 306$
16 136$
16 136$
-$
34 289$
-$
248 2,108$
50 425$
84 2,400 320 2,410$
420 3,570$
188 1,598$
232 1,972$
144 1,224$
234 1,989$
-$
176 1,496$
24 204$
114 969$
-$
228 1,938$
-$
48 408$
68 578$
48 408$
78 663$
66 561$
-$
288 2,448$
188 1,598$
120 1,020$
140 1,190$
184 1,564$
3,714 2,400 320 9,000
31,569$ 1,344$ 352$ 9,900$ 43,165$
Basic Services 847,799
847,799
Special Services -
Total Project
Tech Charge Miles Meals Other
Total Expense
Effort
3 of 4 C:\Users\03941\OneDrive - Freese and Nichols, Inc\Documents\Book2 5/5/2021
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
2019 Street Reconstruction Bond Program Management
5/6/2021
Detailed Cost Breakdown
Tasks
1 1.1 Basic A. Project Management
1 Basic Internal kickoff meeting
1 Basic Maintain and monitor scope / schedule / budget
1 Basic One Page Reports / Periodic client communications
1 Basic Corporate Support (Scheduler)
1 Basic Corporate Support (Operations Analyst)
1 Basic B. Quality Management
1 Basic Develop quality management plan
1 Basic Senior Advisor (2 hr per month, 18 months)
1 Basic Quality Control reviews
1 Basic Quality Assurance reviews
1 1.2 Basic A. Program Management Support
1 Basic 1. Develop CIP Organizational Chart
1 Basic 2. Program Level Planning and Reporting
Basic a. Update and Maintain Program Development and Sequencing Plan
1 Basic b. Develop and Maintain Program Management Plan (PMP)
1 Basic c. Project Mgmt. and Tech. Resource Assignment (2 hr per mo, 18 months)
1 Basic d. Develop PMIS (Initial development plus maintenance)
1 Basic e. Develop Inintial Cash Flow Model
40 Basic f. Program Level Progress Reports
1 Basic g. Status Updates Using Dashboards (2 per month)
1 Basic h. Update Budget and Cashflow for Future Projects
1 Basic 3. Project Controls
1 Basic a. Weekly Program Schedule Updates
1 Basic b. Document Control
1 Basic c. Budget Updates and Expense Tracking
1 Basic 4. Project Execution Process Tracking
1 Basic a. Analyze Project Progress
1 Basic 5. Meeting Support
1 Basic a. Recurring Program Team Meetings (Bi-Weekly, 36 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic b. Recurring Program Management Meetings (Weekly, 72 meetings, 0.5 hr per meeting) (Assume virtual, no mileage)
1 Basic c. Periodic/Special Meetings (24 meetings, 1 hr per meeting)(Assume virtual, no mileage)
1 Basic d. Prepare Agenda/Minutes (132 meetings, 0.5 hr per meeting)
1 Basic e. Action Item Follow Up (132 meetings, 0.5 hr per meeting)
1 1.3 Basic B. Design Management and Oversight
1 Basic 1. Attend Monthly Design Progress Meetings (2hr per project per month for 18 months, 5 projects)
1 Basic 2. Regulatory and Stakeholder Approval Tracking (2 hr per project per month, 18 months, 5 projects)
1 Basic 3. Review Design Consultant Submittals (30,60,90) (4 hr per submittal per project, 5 projects)
1 Basic 4. Constructability Reviews (60,90) (4 hr per review per project, 5 projects)
1 1.4 Basic C. General Engineering Consultant Misc. Services
Phase Task
Basic or
Special Task Description
Total Hours / Quantity
Total Effort
Total
9,900$
2,925$
7,504$
12,916$
5,958$
5,958$
-$
15,926$
9,414$
4,184$
4,184$
-$
8,027$
-$
55,252$
13,075$
21,934$
87,270$
41,674$
50,396$
31,832$
50,103$
-$
33,288$
6,276$
26,963$
-$
57,030$
-$
12,552$
15,142$
11,256$
19,101$
17,259$
-$
65,272$
49,162$
27,180$
28,930$
39,956$
847,799$
Total Effort
4 of 4 C:\Users\03941\OneDrive - Freese and Nichols, Inc\Documents\Book2 5/5/2021
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Exhibit C
2019 Street Reconstruction Bond Program
Program Schematic Schedule
Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4
Program Management Contract Term 2021 thru 2022
LOFT (7 Segments Streets Only)Design-Bidding
MCFC (7 Segments Streets Only)Design-Bidding
SED-A (22 Segments Streets & W/WW)
SED-B (45 Segments Streets & W/WW)
Neighborhood 1 (66 Segments Streets & W/WW)
Neighborhood 2 (68 Segments Streets & W/WW)
Neighborhood 4 (23 Segments Streets & W/WW)
Neighborhood 5 (62 Segments Streets & W/WW)
Neighborhood 6 (52 Segments Streets & W/WW)
Neighborhoods 7/8/9 (21 Segmenets Streets & W/WW)Construction
Design-Bidding
Design-Bidding
Design-Bidding
Design-Bidding
Design-Bidding
Construction
Construction
Construction
ConstructionDesign-Bidding
2025
Construction
Construction
Construction
Construction
Design-Bidding
Design-Bidding
2024 Project Name
Construction
2023202020192021 2022
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
1 of 14
CITY OF DENTON
PROFESSIONAL ON-CALL ENGINEERING SERVICES
SCOPE OF SERVICES PROPOSAL – RFQ 6590-042 AMENDMENT #3
May 12, 2021
PROJECT UNDERSTANDING:
Freese and Nichols, Inc. (FNI) understands the Project objective is to execute the design
development and provide plans, specifications, and estimate of the South East Denton
Neighborhood Association (SEDNA) Street Reconstruction for twenty-two (22) roadway segments
through FNI’s staff augmentation contract. The intent of this proposal is for the Consultant to
prepare drawings, specifications, construction contract documents, designs, and layouts of
improvements to be constructed including project management and administration through the
Design phase of the Project. Bid and Construction phase support services are also integrated in
the scope of services. The additional design development, bid and construction support services
effort ($409,455) will be performed under Amendment #3 to RFQ 6590-042.
I. PROJECT DESCRIPTION
A. Transportation
The Project includes the design component of approximately one and seven tenth (1.7) miles for
twenty (22) road segments within Denton’s Southeast Neighborhood. The general location of
the 22 road segments in Denton’s city limits is encompassed by Pecan creek tributary along the
north, Lakey/Duncan Street along the east, South Bell Avenue along the west and south, and
Ruth Street along the south. The bid phase component consists of services to assist the City
throughout the advertisement, bid, and contract award period of the Project. The construction
phase component consists of services to support the City with construction inspection and
management services as requested.
The Project includes roadway replacement design to match the existing road’s back-to-back curb
widths generally varying from 27 to 34 feet, except Mill Street which has a width of 45 feet back-
to-back of curb. These existing roadway segments are 2-lane undivided street sections and will
be replaced in kind, generally along their existing line and grade to match existing drainage
patterns. There are two minor roadway segments that appear to have been constructed as alley
sections measuring 16 to 20 feet wide without existing curb and gutter. These roadway
segments, highlighted in the table below, will be replaced in kind due to existing drainage
patterns and limited apparent right or way. Additionally, sidewalk replacement will occur where
the existing sidewalk is damaged resulting from street replacement. Accessible route
improvements, TDLR registration, and TAS review are not included in the scope of services.
EXHIBIT ADocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
2 of 14
Table 1 summarizes all roadway segments to be replaced for the Project. A neighborhood map
with legend depicting scope of improvements is included in Attachment A of the scope of
services.
Table 1 – Roadway Segments Summary
Segment Street From To Street
Length (LF)
1 Allen Wye St Mill St 354
2 Cook Robertson Wye 360
3 Hill Alley Martin Wilson 164
4 Hill Alley Wilson St Jackson St 506
5 Industrial Wye St Mill St 360
6 Industrial Mill St South 480
7 Jackson Martin Hill Alley 665
8 Jackson Hill Alley Morse St 709
9 Johnson Mill St Dallas Dr. 487
10 Martin Jackson Hill Alley 277
11 Mill Industrial St Cook St 325
12 Mill Cook St Allen St 329
13 Mill Allen St Cross Timber St 321
14 Mill Wye St Industrial St 259
15 Mill Cross Timber St Robertson St 560
16 Morse Jackson St Lakey St 257
17 Morse Robertson St Jackson St 161
18 Robertson Cook St Skinner 513
19 Wye Cook St Allen St 325
20 Wye Industrial St Cook St 342
21 Wye Allen St Cross Timber St 272
22 Wye Mill St Industrial St 254
B. Utilities
The design services component is for the design of new waterlines and sanitary sewer lines to
replace existing lines as part of the Project. It is the intent of the owner to have the utility lines
replaced simultaneously with the street reconstruction. The design will be for the utilities shown
in Table 2 below. The design of the water line along Hill Alley and Jackson Street and the
sanitary sewer line along Hill Alley, signed and sealed by Teague, Nall, and Perkins will be
included in the final submittal. The bid phase component consists of services to assist the City
throughout the advertisement, bid, and contract award period of the Project. The construction
phase component consists of services to support the City with construction inspection and
management services as requested.
Table 2 – Water and Sanitary Sewer Infrastructure Segments Summary
Type Street From To Utility
Length (LF)
WL Mill Rd Lakey St Allen St 1,350
SSL Mill Rd Robertson St Industrial St 1,500
SSL Industrial 350
WL Industrial 350
SSL Johnson 450
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
3 of 14
WL Johnson 450
WL Wye St 900
SSL Wye St 900
SSL Cook St 500
WL Robertson 800
SSL Robertson 800
WL Allen 350
SSL Allen 350
In addition to design services, the Project includes survey, geotechnical services, subsurface
utility engineering (SUE), and environmental.
II. TASK SUMMARY, BASIC SERVICES
A. Project Management (Transportation)
1. Internal
a. Internal kickoff meeting.
b. External kickoff meeting.
c. Periodic internal meetings.
d. Periodic client meetings.
e. Franchise Utility Coordination Meetings.
1. Attend up to three (3) group franchise utility meetings
f. Maintain and monitor scope, schedule, and budget.
g. One Page Reports, Percent Complete Spreadsheet, and eResources.
h. Corporate Support (scheduler)
i. Corporate Support (operations analyst, accounting specialist, contract administrator).
2. Quality Management
a. Develop quality management plan.
b. Senior Advisor.
c. Quality Control reviews (interdisciplinary).
d. Quality Assurance reviews.
e. Constructability reviews.
3. External – Project Management and Administration
a. Develop production plan and schedule.
b. Project site visits.
c. Data collection.
d. Coordination with City.
e. Coordination with sub-consultants.
f. Coordination with franchise utilities (Utilities and DCTA).
1. Review topographic survey, available records from the City, TxDOT and
information gathered from the franchise utilities.
2. Provide design data and SUE results to the affected franchisees for their use in
relocation efforts.
3. Evaluate the SUE results and provide a summary of potential utility conflicts to
the City for franchise utility coordination, avoidance, and relocation purposes.
g. Prepare meeting agenda, progress reports, and meeting minutes.
h. Project correspondence and invoicing.
i. Quality control and internal plan reviews.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
4 of 14
B. Preliminary Design - 60% (Transportation): FNI shall provide professional services in this
phase as follows:
1. Prepare Cover Sheet.
2. Prepare Index.
3. Prepare General Notes.
a. Include erosion and sedimentation controls shown in plan and profiles sheets.
b. Include temporary traffic control (TCP) handled via notes.
4. Prepare Typical Sections.
5. Prepare Project layout including survey control.
6. Prepare preliminary roadway plan and profile sheets to include proposed grade centerline
(PGL) and special curb/gutter profiles only where necessary to convey design intent and
maintain existing drainage patterns.
7. Prepare quantity takeoff and opinion of probable construction cost (OPCC).
8. Begin preparation of project manual.
9. Sidewalk and ramp replacement/accommodation design at the following locations:
a. Robertson Street at Cook Street
b. Robertson Street at Skinner Street
c. Industrial Street south of Mill Street
d. Mill Street east of Industrial Street
e. Cross Timber at Mill Street
10. Lighting Study
a. Photometric calculation of existing lighting system. Existing fixture location map,
existing fixture specification, and proposed new fixture specification to be provided by
DME.
11. Roadway Preliminary Design submittal to include:
a. Typical section showing existing lane widths.
b. Design Plans
1. Control data.
2. Existing right-of-way, easements, and property boundaries.
3. Existing topography.
4. Existing pavement.
5. Existing storm drain/culvert locations.
6. Existing water line locations.
7. Existing sanitary sewer line locations.
8. Existing franchise utility locations (relying upon information provided by franchise
utilities and SUE).
9. Proposed roadway centerline alignment and horizontal curve data
10. Proposed vertical profile grades along roadway centerline, and along the top of
curbs or gutters as required to match existing driveways and drainage patterns.
c. Preliminary opinion of probable construction cost.
C. Final Design – 90% and 100% (Transportation): Upon completion and acceptance of
preliminary phase, the Consultant shall proceed to the final design. It will consist of plans,
Owner’s front ends and technical specification and OPCC at the following milestones, 90%
design, unsigned 100% design and signed and sealed bid set. The final design shall
include the following:
1. Finalize miscellaneous plan sheets.
2. Finalize roadway plan and profile sheets.
3. Prepare roadway standards details.
4. Compile applicable Technical Specifications for Project Manual.
5. Finalize quantity summaries (pay item listing) and update OPCC.
6. Finalize Project Manual.
7. Roadway Final Design Submittal.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
5 of 14
a. Incorporate the preliminary (60%) design review comments.
b. Final Design Plans.
c. Project Manual.
d. Opinion of probable construction costs.
8. Lighting Study
a. Recommendation of proposed lighting system modifications memo. Deliverable to
include AGI32 photometric calculation file. DME will provide new system design
criteria by the 90% deliverable date. The lighting system recommendation memo will
be included with the 100% deliverable.
D. Preliminary Design – 60% (Utilities): FNI shall provide professional services in this phase
as follows:
1. Consultant will conduct a kickoff meeting with the Owner to discuss the scope and
schedule of the project, and request information from the Owner.
2. Prepare water line and sanitary sewer plans based on survey and SUE received from the
FNI’s subconsultant.
3. Review necessary regulatory provisions and incorporate the latest applicable standards
into design.
4. Prepare application and documentation as required for TCEQ.
5. Prepare plan view exhibits based on survey and SUE information to discuss alignment
with Owner. The plan view exhibit shall be in Microstation and include
a. Water line alignment (plan view only) at a 1”=20‘ horizontal scale,
b. Sewer line alignment (plan view only) at a 1”=20’ horizontal scale.
6. Consultant will conduct an alignment review meeting with the Owner to discuss the
proposed alignment and any issues or concerns. Once acceptance of the proposed
alignment, Consultant shall proceed to 60% design.
7. Prepare 60% level design plans, specification table of contents using the Owner’s
specifications, and opinion of probable construction cost. The 60% plans shall be in
Microstation and include the following:
a. Cover sheet with vicinity map,
b. General note sheet (s),
c. Overall site and layout plan,
d. Survey Control Sheets.
e. Plan and profile sheets of water line and sanitary sewer line design at a scale of
1”=20’ horizontal and 1”=5’ vertical. Plans will also indicate close proximity utilities in
plan and actual crossings in profile.
f. Water and Wastewater Detail Sheets.
8. Provide up to 3-11”x17” copies and one electronic copy of the 60% design submittal to
the Owner and attend meetings as necessary with the Owner to review the 60% submittal
and receive comments. One meeting is anticipated.
E. Final Design (Utilities): Upon completion and acceptance of preliminary phase, the
Consultant shall proceed to the final design. It will consist of plans, Owner’s front ends and
technical specification and OPCC at the following milestones, 90% design, unsigned 100%
design and signed and sealed bid set. The final design shall include the following:
1. Continue plans, specification, and opinion of probable construction costs from 60%
deliverables to final design.
2. Upon receipt of 60% review comments from the Owner, prepare 90% design plans, using
Owner technical specifications, and updated opinion of probable construction cost.
Provide same sheets from 60% submittal and addressed Owner comments resulting from
the 60% submittal and further detail sheets as necessary.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
6 of 14
3. Provide 3-11”x17” copies and one electronic copy of the 90% design submittal to the
Owner and attend meetings as necessary with the Owner to review the 90% submittal
and receive comments. One meeting is anticipated.
4. Upon receipt of 90% review comments from the Owner, prepare Final drawings, technical
specifications, and bid form.
5. Provide up to 3-11”x17” copies and one electronic copy of the 100% unsigned plans,
specifications, and opinion of probable construction cost to the Owner for review.
6. Upon Owner review of the 100% unsigned submittal, final signed and sealed plans will be
completed. Any remaining comments will be addressed if the Owner has any.
7. Provide up to 3-11”x17” copies and one electronic copy of Final plans and specifications
to the Owner for bidding purposes.
F. Survey
1. Data Collection and Property Search
a. City to provide record drawing information for City infrastructure and development
record plans within the Project limits.
b. Coordinate with Texas 811 to locate and mark existing franchise and public utilities
prior to performing the field survey.
c. Arrange and make provisions for access to perform the services specified within this
scope.
2. Project Control: A minimum of two (2) primary control points shall be established for each
segment.
3. Research: Basic research to identify affected boundary/property line/right-of-way lines
within the project area. All adjacent ownership will be identified.
4. Design Survey: Conduct field service necessary to provide the following services:
a. Standard Topographic Survey: topographic points shall include top or curb, edge of
pavement, centerline of pavement, trees, visible utilities, grade breaks, drainage
pipes, headwalls, overhead electric lines, valves, manholes, fire hydrants, fences,
pavements, tree, and other improvements in the area.
b. Topo will include invert information (where possible) of all existing manholes and
water valves within the project area.
c. Sufficient topo shall be collected to generate a surface reflecting one-foot contours.
d. Base mapping/labeling of all topographic features. Record drawings, if provided, will
be added to basefile(s).
e. Prepare basefile in MicroStation V8i 3d format and AutoCAD Civil containing all
topographic data.
f. Base file deliverable will depict the existing apparent right-of-way along each street.
5. Subsurface Utility Engineering (SUE) Quality Level “B”: Perform SUE Quality Level “B”
using geophysical prospecting equipment to identify City and franchised utilities.
Approximately 8,200 linear feet (all segments) of utilities shall be identified and marked.
Markings include franchise (gas, fiber, etc.) and municipal utilities (water, sewer, etc.)
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
7 of 14
G. Geotechnical
1. Field Exploration
a. Select and mark 16 boring locations and notify Texas 811 and appropriate City
department(s) to request location and marking of existing underground utilities prior
to the field exploration.
b. Obtain ROW permits for drilling in the streets.
c. Subcontract with a geotechnical drilling contractor to drill 16 borings to a depth of 5
feet. The asphalt will be cored and measured for asphalt thickness. Using a drilling
rig, soil samples will be collected using steel tube soil samplers or split-spoon
samplers. At completion, the boreholes will be backfilled with auger cuttings and the
pavement surface patched.
d. The streets are residential, low volume, and low vehicle speed. This scope and
associated budget include Men Working signs and traffic cones for traffic control;
there will be moving time due to the numerous locations. If the City of Denton
requires more traffic control such as flagmen, the budget will need to be adjusted.
e. Provide an Engineer or Geologist experienced in logging borings to direct the drilling,
log the borings, and handle and transport the samples. Visual classification of the
subsurface stratigraphy shall be provided per the Unified Soil Classification System
(USCS).
2. Laboratory Testing
a. Testing shall be performed on samples obtained from the borings to determine soil
classification and pertinent engineering properties of the subsurface materials. FNI
will select samples for laboratory testing, assign tests, and review the test results.
Testing will be performed by a geotechnical testing subcontractor.
b. Laboratory tests will be assigned based on the specific subsurface materials
encountered during exploration. Test type and quantity may vary, but are expected
to include:
1. Classification tests (liquid and plastic limits and percent passing the no. 200
sieve or gradation)
2. Moisture content
3. pH lime series
4. Soluble sulfate content
3. Engineering Analysis
a. Prepare a technical memorandum to include:
1. Appendix with the boring locations, boring logs, laboratory test results, and a key
to the symbols used.
2. Tabular presentation of existing asphalt thickness and laboratory results
3. Recommendations for lime or cement application rates for identified subgrade
soils.
H. Environmental
1. THC Coordination: Projects sponsored by public entities that affect a cumulative area
greater than five acres or that disturb more than 5,000 cubic yards require advance
consultation with the Texas Historical Commission (THC) according to section 191.0525
(d) of the Antiquities Code of Texas. Once the area of potential effect (APE) has been
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
8 of 14
defined, FNI will prepare a letter describing the project including maps requesting THC’s
review.
I. Bid Phase Support Services: Upon completion of the design services and approval of
“Final” drawings and specifications by Owner, FNI shall provide professional services in
this phase as follows:
1. Pre-Bid Meeting: Assist the Owner in the pre-bid conference for the construction projects
and coordinate responses with Owner. Response to the pre-bid conference will be in the
form of addenda issued after the conference.
2. Bid Document Interpretations: Assist Owner by responding to questions and interpreting
bid documents. Prepare and issue addenda to the bid documents in coordination with the
Owner, as necessary.
3. Bid Opening: Consultant will attend and assist Owner during bid opening, making
preliminary tabulation of bids, and review questionnaires and bids for completeness.
4. Qualifications Review: Review and evaluate the qualifications of the apparent successful
bidder and the proposed major specialty subcontractors. The review and evaluation will
include such factors as work previously completed, responses from submitted references,
bidder equipment availability, publicly available financial resources, and technical
experiences. Recommend award of contracts or other actions as appropriate to be taken
by Owner. Pre-qualification of all prospective bidders and issuing a list of eligible bidders
prior to the bid opening is an additional service.
5. Assist Owner in the preparation of Construction Contract Documents for construction
contracts. Provide up to five (5) sets of Construction Contract Documents which include
information from the apparent low bidders bid documents, legal documents, and addenda
bound in the documents for execution by the Client and construction contractor.
6. Furnish contractor up to one (1) full size and five (5) half size copies of the drawings and
specifications for construction pursuant to the General Conditions of the Construction
Contract.
J. Construction Phase Support Services: Upon completion of the bid or negotiation phase
services, Consultant will proceed with the performance of construction phase support
services during construction as described below.
In performing these services, it is understood that FNI does not guarantee the
Contractor's performance, nor is FNI responsible for the 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.
These services are based on the use of FNI’s standard General Conditions for
construction projects. Modifications to these services required by use of other general
conditions or contract administration procedures are an additional service. If General
Conditions other than FNI’s standard are used, the Client agrees to include provisions in
the General Conditions that require Contractor to include FNI: (1) as an additional insured
and in any waiver of subrogation rights with respect to such liability insurance purchased
and maintained by Contractor for the Project (except workers’ compensation and
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
9 of 14
professional liability policies); and (2) as an indemnified party in the Contractor’s
indemnification provisions where the Owner is named as an indemnified party.
1. Assist Owner in conducting pre-construction conference(s) with the Contractor.
2. Review shop drawing submittals, material submittals, and other contractor submittals
requiring the review of the design engineer.
3. Review Contractor’s RFI’s involving plans clarifications with respect to the intent of the
design and unforeseen site conditions.
4. Perform minor plans revisions resulting from unforeseen field conditions or design
changes requested by the city.
5. Review Contractor change order requests and make recommendations to the city.
6. Monitor the processing of contractor’s submittals and provide for filing and retrieval of
project documentation. Review contractor’s submittals (assumed 10 total for project),
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.
7. Make up to six (6) visits to the construction site 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
Owner against defects and deficiencies in the work of Contractors and will report any
observed deficiencies to Owner. Visits to the site in excess of the specified number are
an Additional Service.
8. Notify the Owner and contractor of non-conforming work observed on site visits as
requested by the City. Assist owner in reviewing quality related documents provided by
the contractor such as test reports, equipment installation reports or other documentation
required by the Construction contract documents.
9. Interpret the drawings and specifications for Client and Contractor(s). Investigations,
analyses, and studies requested by the Contractor(s) and approved by Owner, for
substitutions of equipment and/or materials or deviations from the drawings and
specifications is an additional service.
10. Assist the Owner during administration of changes to the construction contracts. Assist
the Owner during contract modifications and negotiations with the contractor to determine
the cost and time impacts of these changes. Assist the Owner in the preparation of
change order documentation for approved changes for execution by the Owner.
Documentation of field orders, where cost to Owner 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 Owner are an additional service. Substitutions of materials or equipment or design
modifications requested by the Owner are an additional service.
11. Assist owner with contract modifications required to implement modifications in the
design of the project. Assist Owner in the evaluation notices of contractor claims and
make recommendations to the Owner on the merit and value of the claim on the basis of
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
10 of 14
information submitted by the contractor or available in project documentation. Assist the
Owner in negotiations of a settlement value with the Contractor 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.
12. Conduct, in company with Owner’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
contractor before recommendation of final payment. Assist the Owner 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 (2) trips are
an Additional Service.
13. Revise the construction drawings in accordance with the information furnished by
construction Contractor(s) reflecting changes in the Project made during construction.
Furnish owner with three (3) sets of printed copies and one (1) electronic copy (.pdf
format) of “Record Drawings.”
III. TASK SUMMARY, SPECIAL SERVICES
A. Subsurface Utility Engineering (SUE) Quality Level “A”
1. After survey is complete and during Preliminary Design, identify possible conflict
locations to perform SUE.
2. Level A: Upon City authorization, perform SUE Quality Level “A” using non-destructive
vacuum excavation equipment to expose City and franchised utilities at critical locations,
identified during design or construction. Services include up to twenty (20) test hole
locations (10 holes at depth of 4-8 feet and 10 holes at depth of 8-12 feet). Each location
will be field located and include depth of utility material. Pavement coring will be included
with all Level A services conducted within pavement.
IV. ASSUMPTIONS
A. Design
1. No sidewalk improvements are proposed except where the sidewalk will be demolished
as a result of replacing curb and gutter. These sidewalk sections are to be replaced in
kind. Feasibility of TAS compliance is dependent on the location of existing ROW relative
to the existing sidewalks and/or utilities in the area. No TDLR registration will be required.
2. Erosion and sedimentation control will be shown on the Plan and Profile sheets.
3. No demolition plan sheets will be included in the design plans.
4. Avoid impacts or replace (in-kind) any anticipated damage to existing concrete steps
leading to the roadway along Mill Street.
5. Temporary Traffic Control (TCP) will be handled with general notes.
6. Mailboxes will be handled with general notes.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
11 of 14
7. Curb and gutter replacement may be constrained in areas by existing utilities, trees,
mailboxes, steps, etc.
8. Pavement design will be based on City’s standard typical sections.
9. Railroad (DCTA) coordination at the Morse Street crossing will require efforts similar to
those for the franchise utilities.
B. Time of Completion
1. Consultant is authorized to commence work on the Project upon execution of this
agreement. The level of efforts to complete the deliverables is estimated at six (6) months
upon receipt of survey data. If FNI’s services are delayed through no fault of FNI, FNI
shall be entitled to adjust contract schedule provided in Attachment B consistent with the
number of days of delay. These delays may include but are not limited to delays in Client
or regulatory reviews, delays on the flow of information to be provided to FNI,
governmental approvals, etc. These delays may result in an adjustment to the level of
efforts provided in Attachment C.
2. Final plans, specifications, and estimate (PS&E) submittal is contingent on there being no
franchise utility relocations required in advance of bidding.
3. Railroad coordination may be impacted by the responsiveness of the railroad or transit
authority.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
12 of 14
C. Compensation – Amendment #3
1. Basic Services: Compensation to FNI (Attachment C) shall be the lump sum of Three
Hundred Fifty-Three Thousand Nine Hundred Ten Dollars ($353,910).
2. Special Services: Compensation to FNI (Attachment C) shall be computed on the basis of
the schedule of charges (Attachment D) but shall not exceed Fifty-Five Thousand Five
Hundred Forty-Five Dollars ($55,545).
Southeast Denton Phase 3A – 22 Roadway Segments Design
Development PS&E
RFQ 6590-042
Amendment #3
Total Level of
Effort (LOE)
A. Project Management, Quality Management, and
Project Administration (LS) $32,626 $48,939
B. Roadway Preliminary (LS) $89,768 $109,573
C. Roadway Final Design (LS) $35,196 $35,196
D. Utilities Preliminary (LS) $44,153 $58,871
E. Utilities Final Design (LS) $58,192 $58,192
F. Survey
a. Standard Topographic (LS) $0 $60,548
b. SUE Level “B” (LS) $0 $31,050
c. SUE Level “A” (CPM) $41,400 $41,400
G. Geotechnical
a. Engineering Analysis (LS) $19,454 $19,454
b. Geotech Exploration, Boring, and
Laboratory Testing (CPM) $14,145 $14,145
H. Environmental (LS) $1,587 $1,587
Design Development PS&E Subtotal $336,520 $478,954
Southeast Denton Phase 3A – 22 Roadway Segments Bid and
Construction Phase Support Services
RFQ 6590-042
Amendment #3
Total Level of
Effort (LOE)
I. Bid Support Services (LS) $21,042 $21,042
J. Construction Support Services (LS) $51,893 $51,893
Bid and Construction Subtotal $72,935 $72,935
Total $409,455 $551,889
Note: $142,434 of Total Level of Effort was previously authorized in RFQ 6590-042.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
13 of 14
V. ITEMS NOT INCLUDED IN THE SCOPE OF SERVICES
A. ADDITIONAL SERVICES:
1. Owner and Consultant agree that the following services are beyond the Scope of
Services described in the tasks above. Any additional amounts paid to the Consultant as
a result of any material change to the Scope of the Project shall be agreed upon in writing
by both parties before the services are performed. Additional Services to be performed by
Consultant, if authorized by Owner, which are not included in the above basic services,
are described as follows:
a. Design and plan production including drainage, signing, pavement markings, street
or dedicated pedestrian lighting, fiber optic conduit, traffic control, erosion control,
irrigation, and median landscaping.
b. Bid phase service, beyond efforts needed as described in the scope of services, such
as assisting Owner 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 Owner to use in
notifying construction news publications and publishing appropriate legal notice;
maintain information on entities that have been issued a set of bid documents; and
distributing information on plan holders to interested contractors and vendors on
request.
c. Preparation of temporary and permanent easement documents and right-of-way
acquisition.
d. Roadway cross sections as the streets will be replaced in kind.
e. Traffic Simulations and/or Traffic Studies.
f. Franchise Utility Design.
g. Drainage or stormwater systems design, including analysis and design to upsize
existing storm drain system contained encompassed by the Project limits.
h. Preparation of additional bid packages.
i. Packaging/inclusion of contract documents prepared by others, except those
mentioned in the Utilities project description of the scope signed and sealed by
Teague, Nall, Perkins.
j. Revising the Traffic Control Plan (TCP) based on Contractor input after Bidding.
k. Retaining wall design.
l. Field layouts or the furnishing of construction line and grade surveys.
m. GIS mapping services or assistance with these services.
n. Making property, boundary and right of way surveys (beyond efforts needed to
establish the apparent existing right-of-way), preparation of easement and deed
descriptions, including title search and examination of deed records.
o. Providing renderings, model and mock-ups requested by the Owner.
p. Preparing applications and supporting documents for government grants, loans, or
planning advances and providing data for detailed applications.
q. Preparing data and reports for assistance to Owner 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. Assisting Owner 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.
r. Furnishing the services of a Resident Project Representative to act as Owner’s on-
site representative during the Construction Phase.
s. Distribute up two (2) copies of these documents to the contractor with a notice of
award that includes directions for the execution of these documents by the
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
City of Denton Professional On-Call Engineering Services Contract – SED Phase 3A
May 12, 2021
14 of 14
construction contractor. Provide Owner with the remaining two (2) copies of these
documents for use during construction. Additional sets of documents can be provided
as an Additional Service.
t. Establish and maintain a project documentation system consistent with the
requirements of the construction contract documents. Produce monthly reports
indicating the status of all submittals in the review process.
u. Providing environmental support services including the design and implementation of
ecological baseline studies, environmental monitoring, impact assessment and
analyses, permitting assistance and other assistance required to address
environmental issues.
v. Performing investigations, studies, and analysis of work proposed by construction
contractors to correct defective work.
w. Services required to resolve bid protests or to rebid the projects for any reason.
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 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 Owner.
z. Providing services made necessary because of unforeseen, concealed, or differing
site conditions or due to the presence of hazardous substances in any form.
aa. Providing services to review or evaluate construction contractor(s) claim(s), provided
said claims are supported by causes not within the control of ENGINEER.
bb. Providing value engineering studies or reviews of cost savings proposed by
construction contractors after bids have been submitted.
cc. Provide Geotechnical investigations, studies and reports beyond those listed in Basic
Services. Detailed settlement studies or other engineering issues resulting from soft
and/or loose soil conditions, or other unexpected site conditions.
dd. Provide design of additional treatment systems beyond disinfection facilities.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
ATTACHMENT A
ATTACHMENT A City of DentonSEDNA Area 3A Improvements Street Reconstruction
Water Line Replacement
Wastewater Line Replacement
LEGEND:
Mill St.
Roberts
o
n
S
t
.Cook St.Wye St.Wye St.Johnson St.Industrial St.Allen St.Cross Timbers St.Morse St.Jackson St.
Martin St.Hill St.Lakey St.Ro
be
r
t
son
S
t
.Da
l
l
a
s
D
r
.
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
ID WBS Task
Mode
Task Name Duration Start Finish Predecessors
0 0 2019 Street Reconstruction Bond Program 768 days Thu 10/1/20 Mon 9/11/23
1 1 Execute FNI Contract 0 days Thu 10/1/20 Thu 10/1/20
2 2 TRACK 1 "Prioritization Criteria"133 days Fri 10/2/20 Tue 4/6/21
9 3 TRACK 2 "Design-Bid-Build"700 days Tue 1/5/21 Mon 9/11/23 1
45 4 TRACK 3 "Early Out Packages"697 days Mon 10/19/20 Tue 6/20/23
46 4.1 Phases 1 & 2 292 days Mon 10/19/20 Tue 11/30/21
62 4.2 Phase 3 682 days Mon 11/9/20 Tue 6/20/23
63 4.2.1 Define Phase 3 Scope (Street & Utilities)85 days Mon 11/9/20 Fri 3/5/21 5
64 4.2.2 Prepare Scope and Fee (Upload to OLCR and Deliver
to Client)
15 days Mon 3/8/21 Fri 3/26/21 63
65 4.2.3 Research and Data Collection
(Survey/Sue/Geotech/Field Work)
37 days Mon 3/29/21 Tue 5/18/21 64SS+5
days
66 4.2.4 Execute Preliminary Design (60%)65 days Wed 5/19/21 Tue 8/17/21 65
67 4.2.5 Review W/WW Alignment w/City staff 5 days Wed 6/16/21 Tue 6/22/21 66SS+20 days
68 4.2.6 Continue Preliminary Design (60%)46 days Wed 6/23/21 Wed 8/25/21 67
69 4.2.7 Submit 60% Design Plans 0 days Wed 8/25/21 Wed 8/25/21 68
70 4.2.8 Review by City (60%) 10 days Thu 8/26/21 Wed 9/8/21 69,67
71 4.2.9 Execute Final Design (90%)35 days Thu 9/9/21 Wed 10/27/21 70
72 4.2.10 Submit 90% PS&E 0 days Wed 10/27/21 Wed 10/27/21 71
73 4.2.11 Review by City (90%) - Over The Shoulder 5 days Thu 10/28/21 Wed 11/3/21 71
74 4.2.12 Finalized Bid Package PS&E (100%)20 days Thu 11/4/21 Wed 12/1/21 73
75 4.2.13 Submit PS&E to Purchasing (City)0 days Wed 12/1/21 Wed 12/1/21 74
76 4.2.14 Start Purchasing Process 12 days Thu 12/2/21 Fri 12/17/21 75
77 4.2.15 Schedule and Attend SRC 10 days Thu 12/2/21 Wed 12/15/21 76SS
78 4.2.16 Address Purchasing and SRC Comments 0 days Wed 12/15/21 Wed 12/15/21 77
79 4.2.17 Advertisement 22 days Mon 12/20/21 Tue 1/18/22 78,76
80 4.2.18 Evaluate CSP and Begin AIS/CC Process 40 days Wed 1/19/22 Tue 3/15/22 79
81 4.2.19 Award Contract by CC 0 days Tue 3/15/22 Tue 3/15/22 80
82 4.2.20 Execute Contract & Generate PO 5 days Wed 3/16/22 Tue 3/22/22 81
83 4.2.21 Schedule & Hold Pre-Con Meeting 5 days Wed 3/23/22 Tue 3/29/22 82
84 4.2.22 Coordinate with Franchise and City Utilities 30 days Wed 3/30/22 Tue 5/10/22 83
85 4.2.23 Mobilization - "Dirt Moving"0 days Tue 5/10/22 Tue 5/10/22 84
86 4.2.24 Construction 260 days Wed 5/11/22 Tue 5/9/23 85
87 4.2.25 Close Out 30 days Wed 5/10/23 Tue 6/20/23 86
10/1
8/25
10/27
12/1
12/15
3/15
5/10
A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F
Half 2, 2020 Half 1, 2021 Half 2, 2021 Half 1, 2022 Half 2, 2022 Half 1, 2023
2020 2021 2022 2023
Task
Split
Milestone
Summary
Project Summary
Inactive Task
Inactive Milestone
Inactive Summary
Manual Task
Duration-only
Manual Summary Rollup
Manual Summary
Start-only
Finish-only
External Tasks
External Milestone
Deadline
Progress
Manual Progress
Page 1
Project: 2019 Street Reconstructio
Date: Fri 4/30/21
ATTACHMENT B
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
10/1
8/25
10/27
12/1
12/15
3/15
5/10
F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A S O N D J
Half 1, 2023 Half 2, 2023 Half 1, 2024 Half 2, 2024 Half 1, 2025 Half 2, 2025 Half 1, 2026 Half 2, 2026 Half 1, 2027 Half 2, 2027 Half 1, 2028 Half 2, 2028 Half 1, 2029
2023 2024 2025 2026 2027 2028 2029
Task
Split
Milestone
Summary
Project Summary
Inactive Task
Inactive Milestone
Inactive Summary
Manual Task
Duration-only
Manual Summary Rollup
Manual Summary
Start-only
Finish-only
External Tasks
External Milestone
Deadline
Progress
Manual Progress
Page 2
Project: 2019 Street Reconstructio
Date: Fri 4/30/21
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton Project Fee Summary
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks Labor
Wayne Hartt Giancarlo Patino Taylor Derden Markus Schroeder Ryan Crimmings Thedi Mitchell Alais Harper Richard Provolt Greg Vowels Jeff Hammond Chris Bosco Nick Lester Aaron Conine Ashley Hairston Aaron Litteken Robb Otey Jane Jenks Jerry Taylor Brian King Mike Shiflett Margo Knapp Aaron Brewer Mark Thinnes Tony Bosecker Dan Koss Chris Rodriguez David Kouth
Trans. TL Trans. PM Trans. Designer Trans. EIT Utility Coord. Scheduler Admin. Support Const. QC Desgin QC. SA CR SA Utilities TL Utilities PM Utilities APM Environmental Geotech TL
$221 $190 $165 $145 $121 $157 $117 $184 $221 $253 $175 $253 $221 $145 $133 $253 $117 $184 $165 $253 $117 $165 $133 $253 $190 $165 $253
TRANSPORTATION -$
A1 Basic Project Management -$
1a Basic Internal kickoff meeting (1 hr/mtg) 1 1 1 1 4 697$
1b Basic External kickoff meeting (I hr/mtg) 1 1 1 3 664$
1c Basic Periodic internal meetings (0.5 hr/mtg biweekly) 6 6 6 6 24 4,182$
1d Basic Periodic client meetings (1 hr/mtg every 2 mo) 3 3 3 9 1,992$
1e Basic
Franchise Utility Coordination Meetings (3 meetings
@ 2 hrs/mtg)6 6 12 1,866$
1f Basic
Maintain and monitor scope / schedule / budget (1
hrs/month)6 6 1,140$
1g Basic
One Page Reports / Periodic client communications
(1 hrs/mo for OPR, % complete, & eResources)6 6 1,140$
1h Basic Corporate Support (Scheduler 1 hr/mo)6 6 942$
1i Basic
Corporate Support (Operations Analyst, Accounting
Specialist, Contract Administrator) - (1 hrs/mo)6 6 702$
Project hours charged to OFFXX050 -$
Project Closeout -$
-$
A2 Basic Quality Management -$
2a Basic Develop quality management plan 1 1 175$
2b Basic Senior Advisor 3 3 6 1,284$
2c Basic Quality Control reviews (interdisciplinary)6 6 1,326$
2d Basic Quality Assurance reviews 3 3 525$
2e Basic Constructability reviews 2 8 10 1,914$
-$
-$
A3 Basic Project Management and Administration -$
3a Basic Develop production plan and schedule 1 1 2 411$
Basic Prepare and attend up to one (1) meeting -$
3b Basic Project site visits 8 8 8 24 4,056$
3c Basic Data Collection 8 8 968$
3d Basic Coordination with City (0.5 hr/mo)3 3 570$
3e Basic Coordination with subconsultants (1hr/mo) 6 6 1,140$
3f Basic
Cooridnation with franchise utilities - Utilities and
DCTA (4 hrs/mo)6 24 30 4,044$
3g Basic
Prepare meeting agendas, progress reports,
meeting minutes (1hr/mtg)6 6 1,140$
3h Basic Project Correspondence and invoicing (1 hr/mo) 6 6 1,140$
3i Basic
Quality Control and internal plan reviews (4
hrs/submittal + 1hr/submittal PM)12 3 15 3,222$
-$
B Basic Roadway - Preliminary 60%-$
1 Basic Cover Sheet (1 sheet @ 2 hrs/sht)2 2 290$
2 Basic Index (1 sheet @ 2 hrs/sht)2 2 290$
3 Basic
General Notes - E&S and TCP (1 sheet @ 8
hrs/sht) + 2 hrs TL 2 4 4 10 1,682$
4 Basic Typical Sections (3 sheet @ 8 hrs) + 2 hrs TL 2 8 16 26 4,082$
5 Basic
Project Layout (5 sheet @ 4 hrs/sht + 2 hrs TL)
including survey control 2 4 16 22 3,422$
6 Basic
Paving Sheets (20 sheet @ 18 hrs/sht + 4 hrs TL);
Plan and Profile (include E&S controls)4 180 180 364 56,684$
7 Basic Prepare quantity and OPCC document 4 8 16 28 4,524$
8 Basic Prepare Project Manual 4 20 24 4,184$
-$
9 Basic Sidewalk Design at Specific locations (Contingency) 4 16 20 40 6,424$
10 Basic
Lighting Study (existing photometric plan and
recommendation per City's criteria)-$
Initial photometric calculation effort 24 30 54 9,510$
Final photometric calculations 18 28 46 8,040$
Lighting Recommendation Memo 12 8 20 3,600$
QC 1 1 4 6 1,367$
-$
C Basic Roadway - Final 90% & 100%-$
1 Basic
Finalize misc. plan sheets (cover, index, general
notes, project control 2 8 10 1,762$
2 Basic
Finalize paving plan and profile sheets (20 sheet @
4 hrs/sht) + 16 hrs TL 16 40 40 96 15,936$
3 Basic
Prepare roadway details (12 sheets @ 1 hrs/sht) + 2
hr TL 2 12 14 2,182$
4 Basic
Compile applicable Technical Specifications for
Project Manual 4 8 12 2,204$
5 Basic
Finalize quantity summaries (pay item listings) and
update OPCC 4 8 16 28 4,524$
6 Basic Finalize Project Manual 4 16 20 3,524$
7 Basic Prepare Final Design Submittal 4 8 8 20 3,364$
-$
-$
Phase Task Task Description
Basic or
Special Total Hours Total Labor
Effort
Basic Services
Special Services
Total Project
55,545$
551,889$
496,344$
1 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton Project Fee Summary
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks Labor
Wayne Hartt Giancarlo Patino Taylor Derden Markus Schroeder Ryan Crimmings Thedi Mitchell Alais Harper Richard Provolt Greg Vowels Jeff Hammond Chris Bosco Nick Lester Aaron Conine Ashley Hairston Aaron Litteken Robb Otey Jane Jenks Jerry Taylor Brian King Mike Shiflett Margo Knapp Aaron Brewer Mark Thinnes Tony Bosecker Dan Koss Chris Rodriguez David Kouth
Trans. TL Trans. PM Trans. Designer Trans. EIT Utility Coord. Scheduler Admin. Support Const. QC Desgin QC. SA CR SA Utilities TL Utilities PM Utilities APM Environmental Geotech TL
$221 $190 $165 $145 $121 $157 $117 $184 $221 $253 $175 $253 $221 $145 $133 $253 $117 $184 $165 $253 $117 $165 $133 $253 $190 $165 $253
Phase Task Task Description
Basic or
Special Total Hours Total Labor
Effort
Basic Services
Special Services
Total Project
55,545$
551,889$
496,344$
UTILITIES -$
D Basic Preliminary Design - Utilities -$
1 Basic Project Management 16 16 3,536$
1 Basic Kickoff Meeting 1 2 3 511$
1 Basic Prepare Alignment Plan View Exhbits 2 8 40 100 150 21,374$
1 Basic Review Survey and SUE information 2 4 6 1,022$
1 Basic W/WW Alignment Review Meeting 1 1 2 4 764$
1 Basic 60% Design 2 8 60 120 190 26,934$
1 Basic 60% OPCC 2 4 6 1,022$
1 Basic 60% Spec 1 2 3 511$
1 Basic 60% Design Meeting 1 1 2 4 764$
1 Basic 60% QC 2 2 8 12 2,756$
-$
E Basic Final Design - Utilities -$
2 Basic Project Management 16 16 3,536$
2 Basic 90% Design 2 8 40 120 170 24,034$
2 Basic 90% Spec 2 6 8 1,312$
2 Basic 90% OPCC 2 4 6 1,022$
2 Basic 90% Design Meeting 1 2 2 5 985$
2 Basic 90% QC 2 8 10 2,314$
2 Basic 90% Constructability Review 8 8 1,472$
2 Basic 100% Design 2 8 40 80 130 18,714$
2 Basic 100% Spec 2 8 10 1,602$
2 Basic 100% OPCC 2 4 6 1,022$
2 Basic TCEQ review 1 2 2 5 985$
2 Basic Franchise Utility Coordination 2 8 10 1,602$
-$
F Survey -$
1 Basic Project Control/Research/Design Survey -$
2 Basic Level B Subsurface Utility Engineering (SUE)-$
3 Special Level A Subsurface Utility Engineering (SUE)-$
-$
-$
-$
G Geotechnial -$
Basic Kickoff Meeting 1 1 2 374$
Basic Mark locations and coordinate 811 20 2 2 8 32 4,480$
Basic Cordinate with drillers and geologist 4 6 10 2,002$
Basic Drilling plan 2 2 4 772$
1 Special Geotechnical Exploration -$
Basic ROW permits 8 2 10 1,586$
Basic Traffic Control 6 2 8 1,256$
Special Field Log Borings -$
2 Special Laboratory Testing -$
Basic Assign/Review Lab Testing 2 2 506$
Basic Draft and Review Boring Logs 4 8 12 1,948$
3 Basic Engineering Analysis -$
Basic Calculations 4 4 1,012$
Basic Geotechnical Memo 6 4 10 1,986$
Basic Meetings/Coordination with Design Engineer 4 4 1,012$
Basic QA/QC 2 2 506$
Basic Task Management 4 4 1,012$
-$
-$
H Basic Environmental -$
THC Coordination 1 8 9 1,510$
-$
-$
I Basic Bid Phase -$
3 Basic Project Management 4 4 4 12 2,528$
3 Basic Bid Notification and Advertisement 1 1 1 2 4 4 13 1,922$
3 Basic Manage Bidder Questions 2 2 8 2 20 8 42 6,420$
3 Basic Bid Processing 2 2 2 4 10 1,844$
3 Basic Bid Recomendation 1 1 1 1 4 777$
3 Basic Construction Documents / Conform 2 4 2 2 8 8 26 3,898$
3 Basic Issue Construction Documents 2 2 1 2 2 9 1,517$
-$
J Basic Construction Phase -$
4 Basic Project Management 16 8 24 4,808$
4 Basic Preconstruction Meeting 2 2 2 2 2 8 18 3,260$
4 Basic Monthly Construction Meeting as needed (up to 6) 6 6 6 6 24 4,326$
4 Basic Site Visits: As requested by the City (up to 6 visit) 6 6 6 6 24 4,512$
4 Basic Submittal Review and Manage 4 12 4 12 12 44 6,768$
4 Basic CO / FO Issue and Manage 4 6 12 4 6 12 12 56 9,486$
4 Basic Substantial Inspection 4 4 4 4 16 3,008$
4 Basic Final Inspection 2 4 2 4 12 2,124$
4 Basic Record Drawings 4 20 4 40 68 9,460$
-$
124 105 407 352 74 6 6 8 6 7 7 20 137 321 472 16 46 8 8 33 14 28 6 2 55 67 4 2,339
$ 27,404 $ 19,950 $ 67,155 $ 51,040 $ 8,954 $ 942 $ 702 $ 1,472 $ 1,326 $ 1,771 $ 1,225 $ 5,060 $ 30,277 $ 46,545 $ 62,776 $ 4,048 $ 5,382 $ 1,472 $ 1,320 $ 8,349 $ 1,638 $ 4,620 $ 798 $ 506 $ 10,450 $ 11,055 $ 1,012 377,249$ Total Effort
Total Hours / Quantity
2 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks
TRANSPORTATION
A1 Basic Project Management
1a Basic Internal kickoff meeting (1 hr/mtg)
1b Basic External kickoff meeting (I hr/mtg)
1c Basic Periodic internal meetings (0.5 hr/mtg biweekly)
1d Basic Periodic client meetings (1 hr/mtg every 2 mo)
1e Basic
Franchise Utility Coordination Meetings (3 meetings
@ 2 hrs/mtg)
1f Basic
Maintain and monitor scope / schedule / budget (1
hrs/month)
1g Basic
One Page Reports / Periodic client communications
(1 hrs/mo for OPR, % complete, & eResources)
1h Basic Corporate Support (Scheduler 1 hr/mo)
1i Basic
Corporate Support (Operations Analyst, Accounting
Specialist, Contract Administrator) - (1 hrs/mo)
Project hours charged to OFFXX050
Project Closeout
A2 Basic Quality Management
2a Basic Develop quality management plan
2b Basic Senior Advisor
2c Basic Quality Control reviews (interdisciplinary)
2d Basic Quality Assurance reviews
2e Basic Constructability reviews
A3 Basic Project Management and Administration
3a Basic Develop production plan and schedule
Basic Prepare and attend up to one (1) meeting
3b Basic Project site visits
3c Basic Data Collection
3d Basic Coordination with City (0.5 hr/mo)
3e Basic Coordination with subconsultants (1hr/mo)
3f Basic
Cooridnation with franchise utilities - Utilities and
DCTA (4 hrs/mo)
3g Basic
Prepare meeting agendas, progress reports,
meeting minutes (1hr/mtg)
3h Basic Project Correspondence and invoicing (1 hr/mo)
3i Basic
Quality Control and internal plan reviews (4
hrs/submittal + 1hr/submittal PM)
B Basic Roadway - Preliminary 60%
1 Basic Cover Sheet (1 sheet @ 2 hrs/sht)
2 Basic Index (1 sheet @ 2 hrs/sht)
3 Basic
General Notes - E&S and TCP (1 sheet @ 8
hrs/sht) + 2 hrs TL
4 Basic Typical Sections (3 sheet @ 8 hrs) + 2 hrs TL
5 Basic
Project Layout (5 sheet @ 4 hrs/sht + 2 hrs TL)
including survey control
6 Basic
Paving Sheets (20 sheet @ 18 hrs/sht + 4 hrs TL);
Plan and Profile (include E&S controls)
7 Basic Prepare quantity and OPCC document
8 Basic Prepare Project Manual
9 Basic Sidewalk Design at Specific locations (Contingency)
10 Basic
Lighting Study (existing photometric plan and
recommendation per City's criteria)
Initial photometric calculation effort
Final photometric calculations
Lighting Recommendation Memo
QC
C Basic Roadway - Final 90% & 100%
1 Basic
Finalize misc. plan sheets (cover, index, general
notes, project control
2 Basic
Finalize paving plan and profile sheets (20 sheet @
4 hrs/sht) + 16 hrs TL
3 Basic
Prepare roadway details (12 sheets @ 1 hrs/sht) + 2
hr TL
4 Basic
Compile applicable Technical Specifications for
Project Manual
5 Basic
Finalize quantity summaries (pay item listings) and
update OPCC
6 Basic Finalize Project Manual
7 Basic Prepare Final Design Submittal
Phase Task Task Description
Basic or
Special
Project Fee Summary
Expenses
-$
1033 1,188$
4 34$
3 26$
24 204$
9 77$
12 102$
6 51$
6 51$
6 51$
6 51$
-$
-$
-$
-$
1 9$
6 51$
6 51$
3 26$
10 85$
-$
-$
1000 1,150$
2 17$
-$
24 204$
8 68$
3 26$
6 51$
30 255$
6 51$
6 51$
15 128$
-$
-$
2 17$
2 17$
10 85$
26 221$
22 187$
364 3,094$
28 238$
24 204$
-$
40 340$
-$
54 459$
46 391$
20 170$
6 51$
-$
-$
10 85$
96 816$
14 119$
12 102$
28 238$
20 170$
20 170$
-$
-$
Binding
(each)
Lg Format -
Bond - B&W
(sq. ft.)
Total
Expense
Effort
Tech Charge Miles Meals Hotel OtherB&W (sheet) Color (sheet)
Lg Format -
Glossy/Mylar -
B&W (sq. ft.)
Basic Services 496,344
Special Services 55,545
Total Project 551,889
3 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks
TRANSPORTATION
Phase Task Task Description
Basic or
Special
UTILITIES
D Basic Preliminary Design - Utilities
1 Basic Project Management
1 Basic Kickoff Meeting
1 Basic Prepare Alignment Plan View Exhbits
1 Basic Review Survey and SUE information
1 Basic W/WW Alignment Review Meeting
1 Basic 60% Design
1 Basic 60% OPCC
1 Basic 60% Spec
1 Basic 60% Design Meeting
1 Basic 60% QC
E Basic Final Design - Utilities
2 Basic Project Management
2 Basic 90% Design
2 Basic 90% Spec
2 Basic 90% OPCC
2 Basic 90% Design Meeting
2 Basic 90% QC
2 Basic 90% Constructability Review
2 Basic 100% Design
2 Basic 100% Spec
2 Basic 100% OPCC
2 Basic TCEQ review
2 Basic Franchise Utility Coordination
F Survey
1 Basic Project Control/Research/Design Survey
2 Basic Level B Subsurface Utility Engineering (SUE)
3 Special Level A Subsurface Utility Engineering (SUE)
G Geotechnial
Basic Kickoff Meeting
Basic Mark locations and coordinate 811
Basic Cordinate with drillers and geologist
Basic Drilling plan
1 Special Geotechnical Exploration
Basic ROW permits
Basic Traffic Control
Special Field Log Borings
2 Special Laboratory Testing
Basic Assign/Review Lab Testing
Basic Draft and Review Boring Logs
3 Basic Engineering Analysis
Basic Calculations
Basic Geotechnical Memo
Basic Meetings/Coordination with Design Engineer
Basic QA/QC
Basic Task Management
H Basic Environmental
THC Coordination
I Basic Bid Phase
3 Basic Project Management
3 Basic Bid Notification and Advertisement
3 Basic Manage Bidder Questions
3 Basic Bid Processing
3 Basic Bid Recomendation
3 Basic Construction Documents / Conform
3 Basic Issue Construction Documents
J Basic Construction Phase
4 Basic Project Management
4 Basic Preconstruction Meeting
4 Basic Monthly Construction Meeting as needed (up to 6)
4 Basic Site Visits: As requested by the City (up to 6 visit)
4 Basic Submittal Review and Manage
4 Basic CO / FO Issue and Manage
4 Basic Substantial Inspection
4 Basic Final Inspection
4 Basic Record Drawings
Total Effort
Total Hours / Quantity
Project Fee Summary
Expenses
Binding
(each)
Lg Format -
Bond - B&W
(sq. ft.)
Total
Expense
Effort
Tech Charge Miles Meals Hotel OtherB&W (sheet) Color (sheet)
Lg Format -
Glossy/Mylar -
B&W (sq. ft.)
Basic Services 496,344
Special Services 55,545
Total Project 551,889
-$
-$
16 1000 1,286$
3 26$
150 1,275$
6 51$
4 34$
190 1,615$
6 51$
3 26$
4 34$
12 102$
-$
-$
16 1000 1,286$
170 1,445$
8 68$
6 51$
5 43$
10 85$
8 68$
130 1,105$
10 85$
6 51$
5 43$
10 85$
-$
-$
-$
-$
-$
-$
-$
-$
-$
2 17$
32 105 331$
10 85$
4 105 93$
-$
10 85$
8 68$
-$
-$
2 17$
12 102$
-$
4 34$
10 85$
4 34$
2 17$
4 34$
-$
-$
-$
9 77$
-$
-$
-$
12 1000 1,252$
13 111$
42 357$
10 85$
4 34$
26 221$
9 77$
-$
-$
24 1000 1,354$
18 153$
24 204$
24 500 484$
44 374$
56 476$
16 136$
12 500 382$
68 578$
-$
2,339 1,210 - - - - - - - 6,033
19,882$ 678$ -$ -$ -$ -$ -$ -$ -$ 6,938$ 27,497$
4 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks
TRANSPORTATION
A1 Basic Project Management
1a Basic Internal kickoff meeting (1 hr/mtg)
1b Basic External kickoff meeting (I hr/mtg)
1c Basic Periodic internal meetings (0.5 hr/mtg biweekly)
1d Basic Periodic client meetings (1 hr/mtg every 2 mo)
1e Basic
Franchise Utility Coordination Meetings (3 meetings
@ 2 hrs/mtg)
1f Basic
Maintain and monitor scope / schedule / budget (1
hrs/month)
1g Basic
One Page Reports / Periodic client communications
(1 hrs/mo for OPR, % complete, & eResources)
1h Basic Corporate Support (Scheduler 1 hr/mo)
1i Basic
Corporate Support (Operations Analyst, Accounting
Specialist, Contract Administrator) - (1 hrs/mo)
Project hours charged to OFFXX050
Project Closeout
A2 Basic Quality Management
2a Basic Develop quality management plan
2b Basic Senior Advisor
2c Basic Quality Control reviews (interdisciplinary)
2d Basic Quality Assurance reviews
2e Basic Constructability reviews
A3 Basic Project Management and Administration
3a Basic Develop production plan and schedule
Basic Prepare and attend up to one (1) meeting
3b Basic Project site visits
3c Basic Data Collection
3d Basic Coordination with City (0.5 hr/mo)
3e Basic Coordination with subconsultants (1hr/mo)
3f Basic
Cooridnation with franchise utilities - Utilities and
DCTA (4 hrs/mo)
3g Basic
Prepare meeting agendas, progress reports,
meeting minutes (1hr/mtg)
3h Basic Project Correspondence and invoicing (1 hr/mo)
3i Basic
Quality Control and internal plan reviews (4
hrs/submittal + 1hr/submittal PM)
B Basic Roadway - Preliminary 60%
1 Basic Cover Sheet (1 sheet @ 2 hrs/sht)
2 Basic Index (1 sheet @ 2 hrs/sht)
3 Basic
General Notes - E&S and TCP (1 sheet @ 8
hrs/sht) + 2 hrs TL
4 Basic Typical Sections (3 sheet @ 8 hrs) + 2 hrs TL
5 Basic
Project Layout (5 sheet @ 4 hrs/sht + 2 hrs TL)
including survey control
6 Basic
Paving Sheets (20 sheet @ 18 hrs/sht + 4 hrs TL);
Plan and Profile (include E&S controls)
7 Basic Prepare quantity and OPCC document
8 Basic Prepare Project Manual
9 Basic Sidewalk Design at Specific locations (Contingency)
10 Basic
Lighting Study (existing photometric plan and
recommendation per City's criteria)
Initial photometric calculation effort
Final photometric calculations
Lighting Recommendation Memo
QC
C Basic Roadway - Final 90% & 100%
1 Basic
Finalize misc. plan sheets (cover, index, general
notes, project control
2 Basic
Finalize paving plan and profile sheets (20 sheet @
4 hrs/sht) + 16 hrs TL
3 Basic
Prepare roadway details (12 sheets @ 1 hrs/sht) + 2
hr TL
4 Basic
Compile applicable Technical Specifications for
Project Manual
5 Basic
Finalize quantity summaries (pay item listings) and
update OPCC
6 Basic Finalize Project Manual
7 Basic Prepare Final Design Submittal
Phase Task Task Description
Basic or
Special
Project Fee Summary
Subconsultants Total
-$ -$
-$ 1,188$
-$ 731$
-$ 690$
-$ 4,386$
-$ 2,069$
-$ 1,968$
-$ 1,191$
-$ 1,191$
-$ 993$
-$ 753$
-$ -$
-$ -$
-$ -$
-$ -$
-$ 184$
-$ 1,335$
-$ 1,377$
-$ 551$
-$ 1,999$
-$ -$
-$ -$
-$ 1,150$
-$ 428$
-$ -$
-$ 4,260$
-$ 1,036$
-$ 596$
-$ 1,191$
-$ 4,299$
-$ 1,191$
-$ 1,191$
-$ 3,350$
-$ -$
-$ -$
-$ 307$
-$ 307$
-$ 1,767$
-$ 4,303$
-$ 3,609$
-$ 59,778$
-$ 4,762$
-$ 4,388$
-$ -$
-$ 6,764$
-$ -$
-$ 9,969$
-$ 8,431$
-$ 3,770$
-$ 1,418$
-$ -$
-$ -$
-$ 1,847$
-$ 16,752$
-$ 2,301$
-$ 2,306$
-$ 4,762$
-$ 3,694$
-$ 3,534$
-$ -$
-$ -$
PJB Surveying Texplor Gorrondona Geoscience Total EffortTotal Sub
Effort
Basic Services 496,344
Special Services 55,545
Total Project 551,889
5 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.City of Denton
SEDNA Phase 3A - 22 Roadway Segments
04/05/2021
Detailed Cost Breakdown
Tasks
TRANSPORTATION
Phase Task Task Description
Basic or
Special
UTILITIES
D Basic Preliminary Design - Utilities
1 Basic Project Management
1 Basic Kickoff Meeting
1 Basic Prepare Alignment Plan View Exhbits
1 Basic Review Survey and SUE information
1 Basic W/WW Alignment Review Meeting
1 Basic 60% Design
1 Basic 60% OPCC
1 Basic 60% Spec
1 Basic 60% Design Meeting
1 Basic 60% QC
E Basic Final Design - Utilities
2 Basic Project Management
2 Basic 90% Design
2 Basic 90% Spec
2 Basic 90% OPCC
2 Basic 90% Design Meeting
2 Basic 90% QC
2 Basic 90% Constructability Review
2 Basic 100% Design
2 Basic 100% Spec
2 Basic 100% OPCC
2 Basic TCEQ review
2 Basic Franchise Utility Coordination
F Survey
1 Basic Project Control/Research/Design Survey
2 Basic Level B Subsurface Utility Engineering (SUE)
3 Special Level A Subsurface Utility Engineering (SUE)
G Geotechnial
Basic Kickoff Meeting
Basic Mark locations and coordinate 811
Basic Cordinate with drillers and geologist
Basic Drilling plan
1 Special Geotechnical Exploration
Basic ROW permits
Basic Traffic Control
Special Field Log Borings
2 Special Laboratory Testing
Basic Assign/Review Lab Testing
Basic Draft and Review Boring Logs
3 Basic Engineering Analysis
Basic Calculations
Basic Geotechnical Memo
Basic Meetings/Coordination with Design Engineer
Basic QA/QC
Basic Task Management
H Basic Environmental
THC Coordination
I Basic Bid Phase
3 Basic Project Management
3 Basic Bid Notification and Advertisement
3 Basic Manage Bidder Questions
3 Basic Bid Processing
3 Basic Bid Recomendation
3 Basic Construction Documents / Conform
3 Basic Issue Construction Documents
J Basic Construction Phase
4 Basic Project Management
4 Basic Preconstruction Meeting
4 Basic Monthly Construction Meeting as needed (up to 6)
4 Basic Site Visits: As requested by the City (up to 6 visit)
4 Basic Submittal Review and Manage
4 Basic CO / FO Issue and Manage
4 Basic Substantial Inspection
4 Basic Final Inspection
4 Basic Record Drawings
Total Effort
Total Hours / Quantity
Project Fee Summary
Subconsultants Total
PJB Surveying Texplor Gorrondona Geoscience Total EffortTotal Sub
Effort
Basic Services 496,344
Special Services 55,545
Total Project 551,889
-$ -$
-$ -$
-$ 4,822$
-$ 537$
-$ 22,649$
-$ 1,073$
-$ 798$
-$ 28,549$
-$ 1,073$
-$ 537$
-$ 798$
-$ 2,858$
-$ -$
-$ -$
-$ 4,822$
-$ 25,479$
-$ 1,380$
-$ 1,073$
-$ 1,028$
-$ 2,399$
-$ 1,540$
-$ 19,819$
-$ 1,687$
-$ 1,073$
-$ 1,028$
-$ 1,687$
-$ -$
-$ -$
52,650 60,548$ 60,548$
27,000 31,050$ 31,050$
36,000 41,400$ 41,400$
-$ -$
-$ -$
-$ -$
-$ -$
-$ 391$
-$ 4,811$
-$ 2,087$
-$ 865$
6,000 6,900$ 6,900$
-$ 1,671$
-$ 1,324$
2,400 2,760$ 2,760$
3,900 4,485$ 4,485$
-$ 523$
-$ 2,050$
-$ -$
-$ 1,046$
-$ 2,071$
-$ 1,046$
-$ 523$
-$ 1,046$
-$ -$
-$ -$
-$ -$
-$ 1,587$
-$ -$
-$ -$
-$ -$
-$ 3,780$
-$ 2,033$
-$ 6,777$
-$ 1,929$
-$ 811$
-$ 4,119$
-$ 1,594$
-$ -$
-$ -$
-$ 6,162$
-$ 3,413$
-$ 4,530$
-$ 4,996$
-$ 7,142$
-$ 9,962$
-$ 3,144$
-$ 2,506$
-$ 10,038$
-$ -$
115,650$ 6,000$ 3,900$ 2,400$
132,998$ 6,900$ 4,485$ 2,760$ 147,143$ 551,889$
6 of 6 L:\Client\OLCR\D\Denton\DTN18564 On-Call\2019 Street Reconstruction Bond Program\Scope and Fee\SEDNA Phase 3A WA #15 Scope and Fee\For OLCR Staff\For OLCR Staff NEW 4-30-2021\SEDNA Phase 3A Design Fee Spreadsheet Revised Version_1 April 30 2021.xlsm 05/06/2021
ATTACHMENT C - TOTAL LEVEL OF EFFORT
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
ATTACHMENT CO
Hourly Rate
Professional 1 121
Professional 2 145
Professional 3 165
Professional 4 190
Professional 5 221
Professional 6 253
Construction Manager 1 96
Construction Manager 2 125
Construction Manager 3 146
Construction Manager 4 184
CAD Technician/Designer 1 103
CAD Technician/Designer 2 133
CAD Technician/Designer 3 164
Corporate Project Support 1 98
Corporate Project Support 2 117
Corporate Project Support 3 157
Intern / Coop 60
Senior Advisor 175
Rates for In-House Services and Equipment
Mileage Bulk Printing and Reproduction Equipment
Standard IRS Rates B&W Color Valve Crew Vehicle (hour) $75
Small Format (per copy) $0.10 $0.25 Pressure Data Logger (each) $200
Technology Charge Large Format (per sq. ft.) Water Quality Meter (per day) $100
$8.50 per hour Bond $0.25 $0.75 Microscope (each) $150
Glossy / Mylar $0.75 $1.25 Pressure Recorder (per day)$100
Vinyl / Adhesive $1.50 $2.00 $275
Coating Inspection Kit (per day) $275
Mounting (per sq. ft.) $2.00 Flushing / Cfactor (each) $500
Binding (per binding) $0.25 Backpack Electrofisher (each) $1,000
Survey Grade Standard
Drone (per day) $200 $100
GPS (per day) $150 $50
OTHER DIRECT EXPENSES:
These ranges and/or rates will be adjusted annually in February. Last updated February 2020.
3022020
Position
Other direct expenses are reimbursed at actual cost times a multiplier of 1.15. They include outside printing and
reproduction expense, communication expense, travel, transportation and subsistence away from the FNI office. For
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, these services will be billed at a cost times a
multipler of 1.15. 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 2.0. This markup approximates the cost to FNI if an FNI employee was performing
the same or similar services.
Compensation to FNI for Basic Services in Attachment SC shall be the lump sum of Three Hundred Fifty Three Thousand
Nine Hundred Ten Dollars ($353,910).
Compensation to FNI for Special Services in Attachment SC shall be computed on the basis of the following Schedule of
Charges, but shall not exceed Fifty Five Thousand Five Hundred Forty Five Dollars ($55,545).
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 following Schedule of Charges.
COMPENSATION
Ultrasonic Thickness Guage (per day)
ATTACHMENT DDocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Exhibit
CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as
defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after
the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a
misdemeanor.
1 Name of vendor who has a business relationship with local governmental entity.
2
Check this box if you are filing an update to a previously filed questionnaire.
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business
day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information in this section is being disclosed.
Name of Officer
This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship
as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer
named in this section AND the taxable income is not received from the local governmental entity?
Yes No
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an
officer or director, or holds an ownership of one percent or more?
Yes No
D. Describe each employment or business and family relationship with the local government officer named in this section.
4
I have no Conflict of Interest to disclose.
5
Signature of vendor doing business with the governmental entity Date
DocuSign Envelope ID: 31C30095-C7E6-4D98-AE08-3EB68D2A307E
Freese and Nichols, Inc.
CIQ
5/19/2021
Certificate Of Completion
Envelope Id: 31C30095C7E64D98AE083EB68D2A307E Status: Completed
Subject: Please DocuSign: City Council Contract 6590-042 On-Call Professional Services - Amendment #3
Source Envelope:
Document Pages: 39 Signatures: 6 Envelope Originator:
Certificate Pages: 6 Initials: 1 Cori Power
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-06:00) Central Time (US & Canada)
901B Texas Street
Denton, TX 76209
cori.power@cityofdenton.com
IP Address: 198.49.140.104
Record Tracking
Status: Original
5/18/2021 8:27:25 AM
Holder: Cori Power
cori.power@cityofdenton.com
Location: DocuSign
Signer Events Signature Timestamp
Cori Power
cori.power@cityofdenton.com
Senior Buyer
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.104
Sent: 5/18/2021 10:07:55 AM
Viewed: 5/18/2021 10:08:20 AM
Signed: 5/18/2021 10:10:31 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Lori Hewell
lori.hewell@cityofdenton.com
Purchasing Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 5/18/2021 10:10:33 AM
Viewed: 5/18/2021 11:11:58 AM
Signed: 5/18/2021 11:12:23 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Marcella Lunn
marcella.lunn@cityofdenton.com
Deputy City Attorney
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.104
Sent: 5/18/2021 11:12:26 AM
Viewed: 5/19/2021 4:05:51 PM
Signed: 5/19/2021 4:18:22 PM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Thomas Haster
th@freese.com
Vice President
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 107.77.200.39
Signed using mobile
Sent: 5/19/2021 4:18:25 PM
Viewed: 5/19/2021 4:35:42 PM
Signed: 5/19/2021 4:36:09 PM
Electronic Record and Signature Disclosure:
Accepted: 5/19/2021 4:35:42 PM
ID: fa6f1444-6a63-4b17-b251-882d6019c263
Signer Events Signature Timestamp
Rebecca Diviney
Rebecca.Diviney@cityofdenton.com
Director of Capital Projects/City Engineer
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 47.222.28.222
Sent: 5/19/2021 4:36:12 PM
Viewed: 5/19/2021 8:45:34 PM
Signed: 5/19/2021 8:46:05 PM
Electronic Record and Signature Disclosure:
Accepted: 5/19/2021 8:45:34 PM
ID: f336d58b-4195-4b4d-9a30-b4cdc23fec46
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Contract Administrator
City of Denton
Security Level: Email, Account Authentication
(None)
Completed
Using IP Address: 198.49.140.10
Sent: 5/19/2021 8:46:08 PM
Viewed: 6/23/2021 8:25:46 AM
Signed: 6/23/2021 8:26:19 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Sara Hensley
sara.hensley@cityofdenton.com
Interim City Manager
City of Denton
Security Level: Email, Account Authentication
(None)
Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 6/23/2021 8:26:23 AM
Viewed: 6/23/2021 8:43:10 AM
Signed: 6/23/2021 8:43:25 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Rosa Rios
rosa.rios@cityofdenton.com
City Secretary
Security Level: Email, Account Authentication
(None)Signature Adoption: Pre-selected Style
Using IP Address: 198.49.140.10
Sent: 6/23/2021 8:43:29 AM
Viewed: 6/23/2021 8:51:19 AM
Signed: 6/23/2021 9:04:42 AM
Electronic Record and Signature Disclosure:
Accepted: 6/23/2021 8:51:19 AM
ID: 76cd3d3a-3668-41a1-be84-b3460fe9b895
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Cheyenne Defee
cheyenne.defee@cityofdenton.com
Contract Administrator
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 5/18/2021 10:10:34 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Carbon Copy Events Status Timestamp
Gretna Jones
gretna.jones@cityofdenton.com
Legal Secretary
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 5/19/2021 8:46:08 PM
Viewed: 5/20/2021 10:30:51 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
City Secretary Office
citysecretary@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 6/23/2021 9:04:45 AM
Viewed: 6/23/2021 9:06:45 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Rachel Wood
Rachel.Wood@cityofdenton.com
Deputy Director of Facilitation
City of Denton
Security Level: Email, Account Authentication
(None)
Sent: 6/23/2021 9:04:46 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Seth Garcia
Seth.Garcia@cityofdenton.com
Security Level: Email, Account Authentication
(None)
Sent: 6/23/2021 9:04:48 AM
Viewed: 6/23/2021 10:01:22 AM
Electronic Record and Signature Disclosure:
Accepted: 5/28/2021 10:51:23 AM
ID: b0341a0e-397b-4b00-a58f-337d99f35d4c
Witness Events Signature Timestamp
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 5/18/2021 10:07:55 AM
Certified Delivered Security Checked 6/23/2021 8:51:19 AM
Signing Complete Security Checked 6/23/2021 9:04:42 AM
Completed Security Checked 6/23/2021 9:04:48 AM
Payment Events Status Timestamps
Electronic Record and Signature Disclosure
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
From time to time, City of Denton (we, us or Company) may be required by law to provide to
you certain written notices or disclosures. Described below are the terms and conditions for
providing to you such notices and disclosures electronically through your DocuSign, Inc.
(DocuSign) Express user account. Please read the information below carefully and thoroughly,
and if you can access this information electronically to your satisfaction and agree to these terms
and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of
this document.
Getting paper copies
At any time, you may request from us a paper copy of any record provided or made available
electronically to you by us. For such copies, as long as you are an authorized user of the
DocuSign system you will have the ability to download and print any documents we send to you
through your DocuSign user account for a limited period of time (usually 30 days) after such
documents are first sent to you. After such time, if you wish for us to send you paper copies of
any such documents from our office to you, you will be charged a $0.00 per-page fee. You may
request delivery of such paper copies from us by following the procedure described below.
Withdrawing your consent
If you decide to receive notices and disclosures from us electronically, you may at any time
change your mind and tell us that thereafter you want to receive required notices and disclosures
only in paper format. How you must inform us of your decision to receive future notices and
disclosure in paper format and withdraw your consent to receive notices and disclosures
electronically is described below.
Consequences of changing your mind
If you elect to receive required notices and disclosures only in paper format, it will slow the
speed at which we can complete certain steps in transactions with you and delivering services to
you because we will need first to send the required notices or disclosures to you in paper format,
and then wait until we receive back from you your acknowledgment of your receipt of such
paper notices or disclosures. To indicate to us that you are changing your mind, you must
withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your
DocuSign account. This will indicate to us that you have withdrawn your consent to receive
required notices and disclosures electronically from us and you will no longer be able to use your
DocuSign Express user account to receive required notices and consents electronically from us
or to sign electronically documents from us.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through your DocuSign user account all required notices, disclosures,
authorizations, acknowledgements, and other documents that are required to be provided or
made available to you during the course of our relationship with you. To reduce the chance of
you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM
Parties agreed to: Thomas Haster, Rebecca Diviney, Rosa Rios, Seth Garcia
How to contact City of Denton:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by email send messages to: purchasing@cityofdenton.com
To advise City of Denton of your new e-mail address
To let us know of a change in your e-mail address where we should send notices and disclosures
electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com
and in the body of such request you must state: your previous e-mail address, your new e-mail
address. We do not require any other information from you to change your email address..
In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected
in your DocuSign account by following the process for changing e-mail in DocuSign.
To request paper copies from City of Denton
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in
the body of such request you must state your e-mail address, full name, US Postal address, and
telephone number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Denton
To inform us that you no longer want to receive future notices and disclosures in electronic
format you may:
i. decline to sign a document from within your DocuSign account, and on the subsequent
page, select the check-box indicating you wish to withdraw your consent, or you may;
ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you
must state your e-mail, full name, IS Postal Address, telephone number, and account
number. We do not need any other information from you to withdraw consent.. The
consequences of your withdrawing consent for online documents will be that transactions
may take a longer time to process..
Required hardware and software
Operating Systems: Windows2000? or WindowsXP?
Browsers (for SENDERS): Internet Explorer 6.0? or above
Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,
NetScape 7.2 (or above)
Email: Access to a valid email account
Screen Resolution: 800 x 600 minimum
Enabled Security Settings:
•Allow per session cookies
•Users accessing the internet behind a Proxy
Server must enable HTTP 1.1 settings via
proxy connection
** These minimum requirements are subject to change. If these requirements change, we will
provide you with an email message at the email address we have on file for you at that time
providing you with the revised hardware and software requirements, at which time you will
have the right to withdraw your consent.
Acknowledging your access and consent to receive materials electronically
To confirm to us that you can access this information electronically, which will be similar to
other electronic notices and disclosures that we will provide to you, please verify that you
were able to read this electronic disclosure and that you also were able to print on paper or
electronically save this page for your future reference and access or that you were able to
e-mail this disclosure and consent to an address where you will be able to print on paper or
save it for your future reference and access. Further, if you consent to receiving notices and
disclosures exclusively in electronic format on the terms and conditions described above,
please let us know by clicking the 'I agree' button below.
By checking the 'I Agree' box, I confirm that:
• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF
ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and
• I can print on paper the disclosure or save or send the disclosure to a place where I can
print it, for future reference and access; and
• Until or unless I notify City of Denton as described above, I consent to receive from
exclusively through electronic means all notices, disclosures, authorizations,
acknowledgements, and other documents that are required to be provided or made
available to me by City of Denton during the course of my relationship with you.