Loading...
HomeMy Public PortalAboutORD15106BILL N 0 ·---=2=-=0:......:.1-=-3---=-1 __ SPONSORED BY COUNCILMAN --=Sc=r~iv..!..!.n=er'----- ORDINANCE NO. __ ___..!._/ =s-----1/~({)~&=----------- AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BARTLETT AND WEST, INC., TO DESIGN WASTEWATER INFRASTRUCTURE BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: WHEREAS, Bartlett and West, Inc ., a professional engineering company , is the most qualified firm to complete the engineering work needed to facilitate this project. NOW, THEREFORE, BE IT ENACTED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI AS FOLLOWS : Section 1. The Mayor and City Clerk are hereby authorized to execute an agreement with Bartlett and West, Inc. for the wastewater infrastructure improvements Section 2. The agreement shall be substantially the same in form and content as the agreement attached hereto as Exhibit A. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Approved: f!r7 9 e~~ Mayor .. -~ -APPROVED AS TO FORM : -.. CONTRACT FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into this //7 day of May, 2013, by and between the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as the "City" with offices at 320 East McCarty, Jefferson City, Missouri, 65101, and Bartlett & West, Inc., 1719 Southridge Drive, Suite 100, Jefferson City, Missouri, 65109, Consultant, hereinafter referred to as the "Consultant ". WITNESSETH: THAT, WHEREAS, the City desires to engage the Consultant to render certain technical and professional planning services hereafter described in Exhibit A. WHEREAS, the Consultant made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for the performances of services by the Consultant. NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1. Scope of Services. The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in connection with the project described in Exhibit A. 2. Additional Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 6 hereof. The consultant shall undertake such changed activities only upon the written direction of the City. All such directives and changes shall be in written form and approved by the Director of Public Works and shall be accepted and countersigned by the Consultant or its agreed representatives. 3. Existing Data. All information, data and reports as are existing, available and necessary for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. The Consultant shall not be liable for the accuracy of the information furnished by the City. 4. Personnel to be Provided. The Consultant represents that Consultant has or will secure at its expense all personnel required to perform the services called for under this contract by the Consultant. Such personnel shall not be employees of or U:lContract FdeslProlessional ServiceslBartlelt & West EngineerslContract - Basin 5 & 6 Sanitary Sewer Upgrade.wpd 1 have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. None of the work or services covered by this contract shall be subcontracted except as provided in Exhibit A without the written approval of the City. 5. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed by October 15, 2013, in accordance with the schedule contained in Exhibit A and length of construction time. 6. Compensation. The City agrees to pay the Consultant a lump sum payment subject to receipt of a requisition for payment and a statement of services rendered certifying that the Consultant fully performed all work to be paid. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this contract exceed the sum of Four Hundred Forty Thousand Dollars ($440,000.00) for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this agreement and the work actually required. 7. Failure to Perform, Cancellation. If the Consultant shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination. The Consultant may without cause terminate this contract upon 30 days prior written notice. In either such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this contract shall, at the option of the City, become its property, and the compensation for any satisfactory work completed on such documents and other materials shall be determined. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of contract by the Consultant. 8. Assignment. The Consultant shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such U:tContract Fr7eslPro /essional ServicestBartlett & West EngineerslContract - Basin 5 & 6 Sanitary Sewer Upgrade.wpd 2 assignee of any actions which the City may take under this agreement, though City will attempt to so notify any such assignee. 9. Confidentiality. Any reports, data or similar information given to or prepared or assembled by the Consultant under this contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. 10. Nondiscrimination. The Consultant agrees in the performance of the contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of consultant or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 11. Independent Contractor. The Consultant is an independent contractor and nothing herein shall constitute or designate the Consultant or designate the Consultant or any of its employees as agents or employees of the City. 12. Benefits not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City not be covered by the Workmen's Compensation Program of the City. 13. Liability. The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages, except those directly or approximately caused by the City arising out of or in any way connected with this contract. b. Consultant agrees to indemnify, defend, and hold harmless the City from loss, damage, cost, or expense arising out of Consultant's negligent performance of Services under this Agreement. 14. Documents. That reproducible of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of work. Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under this Contract shall be made available, upon request, to the City without restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. Any reuse without prior written verification or adaptation by Consultant for the specific purpose intended will be at Owner's sole risk and without liability or legal exposure to the Consultant. U:lContract FiteslProfessionat ServicestBartlett & West EngineerslContract - Basin 5 & 6 Sanitary Sewer Upgrade.wpd 3 15. Nonsolicitation. The Consultant warrants that he had not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration , or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 16. Books and Records. The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 17. Delays. That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant; that the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and that under no circumstances will the Consultant be liable for indirect or consequential damages. 18. Illegal Immigration. Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. c. If contractor is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 19. Notices. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to the Department of Public Works, 320 East McCarty, Jefferson City, Missouri, 65101, and the Consultant, at Bartlett & West, Inc., 1719 Southridge Drive, Suite 100, Jefferson City, Missouri, 65109. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. U:1Contract FdeslProfessionat Services Bartlett & West EngineerstContract - Basin 5 & 6 Sanitary Sewer Upgrade.wpd 4 EXECUTED THIS CITY OF JEFFERSON Mayor ATTEST: DAY OF May, 2013. BARTLETT & WEST, INC. City CJ.er APPROVED AS TO FORM: City Counselor Title: Vice Pre- 4d ATTEST: U:1Contracl Files1Protessional Services1Bartlett & West EngineerslContract - Basin 5 & 6 Sanitary Sewer Upgrade. wpd 5 EXHIBIT A BASIC SCOPE OF PROJECT SERVICES BASIN 5 & 6 SANITARY SEWER UPGRADE — Phase I A. Survey and Mapping- SSO project areas: ($51,046 time and material NTE) B. Concept, Preliminary & Final Design: ($100,325 time and material NTE) C. Flow Monitoring and Data Analysis: ($69,438 time and material NTE) D. Hydraulic Modeling and Basin Planning: ($78,339 time and material NTE) E. Geotechnical Investigations — SSO Projects area: ($16,605 time and material NTE) F. Easements — ($31,711 time and material NTE) G. Bidding Phase Services — SSO Project Areas: ($4,738 time and material NTE) H. Construction Administration/Support Services — SSO Project Area: ($24,181 time and material NTE) I. Project Administration: ($46,491 time and material NTE) J. Special Investigations (if required): ($9,564 time and material NTE) L. Woodward Subdivision Sanitary Sewer Replacement with CCPW: ($7,562 time and material NTE) TOTAL PHASE I CONTRACT COST = $440,000 1 EXHIBIT A SCOPE OF SERVICES FOR Jefferson City Sanitary Sewer Upgrades - Basins 5 & 6 Contract 1 (sections without MoDOT participation) GENERAL OVERALL BACKGROUND FOR ENTIRE PROJECT SCOPE This project is required due to the construction of an interchange at Highway 50 and Lafayette Street, which will directly impact the existing relief sewers running along the concrete channel west of Lafayette. Other collection system sanitary sewer lines will be relocated ahead of the construction of the interchange as well as the relief sewer and collection sewers around the intersection of Lafayette and Dunklin where the City will be constructing a new roundabout prior to the interchange project. Dunklin through the roundabout is planned to be used as a detour during the construction of the interchange. All sanitary sewers impacted by these projects must be designed and constructed prior to those projects. The roundabout at Dunklin and Lafayette is planned to be constructed early summer 2014 and completed in time for a fall 2014 construction start date of the interchange. Prior to and in conjunction with the design of these facilities around Lafayette, Dunklin, and Highway 50, basins 5 & 6 and the flow from Green Meadows Pump Station will be modeled to ensure the proposed gravity sewer is designed for future flow demand. Initially, the data that exists in the current GIS, the record drawing data, and the data collected during the recent smoke study and manhole /sewer inspections will be utilized to populate the sewer model in order to make initial design decisions with regard to the options at the Lafayette interchange. As topographic survey data is acquired, the data in the model will be updated accordingly. The final task of the modeling will be a facility plan that will address all the required upgrades within the project area. The project area is depicted on the attached exhibit. Any topographic survey or design outside of the limits shown on the exhibit will be considered additional services. In addition to the model, "get around" options will be developed to determine MoDOT's cost participation in both the design and construction of the new trunk sewer(s). Since the City's design will likely address not only the interchange, but the Dunklin-Lafayette roundabout and the remaining portions of the trunk sewers of Basins 5 & 6, the cost participation from MoDOT will be applied to the overall project. The section around the interchange and the Dunklin- Lafayette roundabout will be dependent upon the schedule of those improvements and will be considered Phase 1. The City is desiring to eliminate two Sanitary Sewer Overflows (SSOs) from south of Stadium near Highway 54, which will likely require the trunk sewers be upgraded south of the Lafayette and Dunklin roundabout. In addition, there are basements in houses on Rose Valley along the trunk sewer downstream from the Green Meadows Pump Station force main discharge point that periodically flood due to sanitary sewer surcharges. Part of the scope of services includes investigation of the pump flows from the Green Meadows Pump Station in-lieu of or in addition to sewer upgrades through the Rose Valley portions of trunk sewer. All of these sections of the trunk sewer system, along with the Green Meadows Pump Station, will be PN 018259.000 -1- included in the sewer model. This portion will be Phase 2 and will be independent of the schedule of improvements at Dunklin, Lafayette, and Highway 50. SCOPE OF SERVICES FOR CONTRACT 1 (SECTION WITHOUT MoDOT PARTICIPATION) TASK A SURVEYS AND MAPPING (SEE ATTACHED EXHIBIT FOR LIMITS OF SURVEY) (Hourly Plus Expenses Not -To- Exceed $51,046) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). A.1 SSO Projects Area (CMPS & B &W) A.1.1 Job Setup, Research, and Control A.1.2 Property Base Map w /Sewer Easements A.1.3 Deliverables - Signed/Sealed Drawings, Electronic Files A.1.4 Request, obtain, review existing aerial mapping, contour data, and GIS parcels and other topographic data available from City. A.1.5 Perform ONE -CALL utility locates in the project corridor. Does not guarantee utilities accurately locate the utilities or even attempt to do so. A.1.6 Conduct topographic survey to include existing infrastructure components, private property improvements in as shown on the attached exhibit, utilities present and marked, and other topographic features. A.1.7 Produce Base Mapping with Contours and Topo Survey and Utilities, field QA /QC, revisions, and survey pick up TASK B CONCEPT, PRELIMINARY, & FINAL DESIGN (Hourly Plus Expenses Not -To- Exceed $100,325) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). B.1 SSO Projects Area B.1.1.3 B.1.1.4 B.1.1.5 Concept (in conjuction with Modeling Facility Plan Report) Alignment Options for Both Trunk Sewers (to SSOs and through Rose Valley) Green Meadows upgrades vs. trunk sewer replacement considerations for Rose Valley issues Investigate Pros /Cons for Each Option Cost Estimates for alignment options Meetings with City to discuss alignment options (assume 2) B.1.2 Preliminary B.1.2.1 Develop preliminary plan and profile B.1.2.2 Initial Coordination with Utilities PN 018259.000 -2- B.1.2.3 Review Alignment Results with City Staff B.1.2.4 Cover Sheet, Sheet Layout and General Notes - Approx. 3 Sheets B.1.2.5 Plan and Profile Sheets of Trunk Sewer Line - Approx. 15 Sheets B.1.2.6 Plan and Profile Sheets of Adjacent Collection Sewer Lines - Approx. 10 Sheets B.1.2.7 Additions of Lateral Locations from Sewer Inspection Data B.1.2.8 Construction Phasing Plan to Consider High Flows of Trunk Sewer B.1.2.9 Construction Detail Sheets - Approx. 3 Sheets B.1.2.10 50% Coordination Meeting with Utilities B.1.2.11 Develop Construction Cost Estimate (50%) B.1.2.12 Submit Preliminary Plans (50 %) to City for Review B.1.2.13 Review Comments with City Staff (assume 1 meeting) B.1.3 Final B.1.3.1 Cover Sheet, Sheet Layout and General Notes - Approx. 3 Sheets B.1.3.2 Plan and Profile Sheets of Trunk Sewer Line - Approx. 15 Sheets B.1.3.3 Plan and Profile Sheets of Adjacent Collection Sewer Lines - Approx. 10 Sheets B.1.3.4 Construction Phasing Plan to Consider High Flows of Trunk Sewer B.1.3.5 Erosion Control Sheet B.1.3.6 Traffic Control Sheet /Detour Plans B.1.3.7 Construction Detail Sheets - Approx. 3 Sheets B.1.3.8 90% Coordination Meeting with Utilities 8.1.3.9 Develop Construction Cost Estimate (90%) B.1.3.10 Create Project Specifications B.1.3.11 Submit Final (90 %) Plans and Specifications to City for Review B.1.3.12 Review Comments with City Staff B.1.3.13 Revise Plans Per City Comments B.1.3.14 Revise Specifications Per City Comments B.1.3.15 Submit Final Plans to MDNR for Review B.1.3.16 Revise Final Plans per MDNR Comments B.1.3.17 Revise Specifications Per MDNR Comments B.1.3.18 Submit Final Sealed Construction Drawings and Specifications B.1.3.19 Specification for pump upgrades at Green Meadows Pump Station (if necessary) B.1.3.20 Site Visit for Electrical Engineer if necessary B.1.3.21 Specification for process control upgrades at Green Meadows Pump Station (if necessary) 6.1.3.22 Process Piping Drawings for Upgrades at Green Meadows Pump Station B.1.3.23 Electrical Engineering Drawings for Upgrades to Controls at Green Meadows Pump Station TASK C FLOW MONITORING DATA ANALYSIS (Hourly Plus Expenses Not -To- Exceed $69,438) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). PN 018259.000 -3- C.1 Project Administration C.1.1 Project Kick -off Meeting C.1.2 Project Administration C.2 Flow and Rainfall Monitoring - Spring 2013 C.2.1 Site Assessment and Installation (8 meters) C.2.2 Flow Monitoring (90 -day base period, 8 TREKK Meters) C.2.3 Rainfall Monitoring (3 Sites) C.2.4 Flow Data Adjustments (Post Calibration) and Delivery TASK D SEWERGEMS HYDRAULIC MODELING & BASIN PLANNING (Hourly Plus Expenses Not -To- Exceed $78,339) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). D.1 Data Acquisition D.1.1 Combine Data from Hydra Model, As- Builts, and Sewer MH and Line Inspections D.1.2 Field Visits (for verification of GIS data for Sewer Gems Model) D.1.3 Updating Lafayette Rim and FLs data with topographic survey data D.1.4 Updating SSO projects Rim and FLs data with topographic survey data D.2 Model Construction D.2.1 Develop GIS Data Link D.2.2 Validate Model Data (between survey topo and previous datasets from 2.1) D.2.3 Input Green Meadows Pump Station Including Pump Curve /System Curves, results of initial flow pump down, instantaneous pressures, hand tabulated run times D.3 Analysis of Flow Monitoring and Rainfall Data D.3.1 Dry Weather Flow Analysis for Each Meter (8 Total) D.3.2 Determination of R, T, and K Parameters for Each Meter (8 Total) D.3.3 Delineate Sub-basins and Load Manholes D.3.4 Assign Model Parameters to Sub - Basins D.4 Model Calibration D.4.1 Calibrate Dry Weather Model For Each Meter (8 Total) D.4.2 Calibrate Wet Weather Model For Each Meter (8 Total) D.5 Existing System Analysis D.5.1 Estimate Dry Weather Flows D.5.2 Estimate Wet Weather Flows Resulting from a SCS Type II 10 yr, 24 hr Storm PN 018259.000 -4- D.6 Future Growth Projections D.6.1 Apply Model Derived Estimated Flows to Future Growth Areas Identified in Jefferson City's Future Land Use Maps D.6.2 Apply City Standard Wastewater Flow Criteria to Future Growth Areas Identified in Jefferson City's Future Land Use Maps Including Already Estimated Projections in Tanner Bridge/ Route B Area D.7 Assessment of Future Deficiencies D.7.1 Identify Criteria Not Met (Violations) D.7.2 Categorize Violations by type and severity D.8 Propose Corrections for Future Deficiencies D.8.1 Modeling alignment options from Section B.1.1 D.9 Prioritization and Justification D.9.1 Summary Report of Criteria and Findings (format of SRF FP) from D.7, B.1.1 and D.8 TASK E GEOTECHNICAL INVESTIGATIONS (Hourly Phis Expenses Not -To- Exceed $16,605) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). E.1 SSO Projects Area E.1.1 Develop geotechnical exploration program (boring location map). Stake borings in the field for subcontractor to perform excavations (assumes approx. 11,225 LF of improvements @ 300 ft intervals = 38 + 7 for contingency = 45 borings). E.1.2 Geotechnical report (rock excavation). The services of a field representative to observe the excavation or drilling of materials at critical locations along the alignment will be performed by Bartlett & West, with a subcontract with a local excavator /drilling company. Boring logs will be recorded in the form of spreadsheet data from field, rather than graphical logs. TASK F EASEMENTS (Hourly Plus Expenses Not -To- Exceed $31,711) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). F.1 SSO Projects Area F.1.1 Develop legal descriptions and tract maps for easements (permanent sewer easements and temporary construction easements) on approximately 50 properties. F.1.2 Meetings with Property Owners (assume 10 visits) F.1.3 Public Hearings for projects (assume 3) PN 018259.000 -5- TASK G BIDDING PHASE SERVICES (Hourly Plus Expenses Not -To- Exceed $4,738) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). G.1 SSO Projects Area G.1.1 Answer contractor questions and issue bid addenda as requested by City. G.1.2 Attend, assist and document one Pre -Bid meeting. G.1.3 Assist City with developing addenda. TASK H CONSTRUCTION ADMINISTRATION /SUPPORT SERVICES (Hourly Plus Expenses Not -To- Exceed $24,181) H.1 SSO Projects Area H.1.1 Attend preconstruction conference. City to prepare and conduct conference and prepare documentation. H.1.2 Review contractor - submitted shop drawings and material submittals for compliance with contract requirements as requested by the City (anticipated to be for pipe materials, manholes, rings /lids, road materials, backfill materials, pumps, controls). H.1.3 Respond to Contractor field questions with respect to design intent. H.1.4 Interpret the contract documents, plans and specifications and prepare change order materials as requested by City staff. H.1.5 Review equipment substitutions with the City. H.1.6 Conduct periodic site visits to monitor work completion. Assumes 1 site visit per 2 weeks for 6 months. Conduct final inspection to assist City with punch -list development. H.1.7 Compile record drawings with alterations to the drawings. Mark -ups of alterations to be provided by the City. H.1.8 Start up and operator assistance to City staff at Green Meadows station testing and startup. H.1.9 Prepare and submit MDNR certificate of work completion. TASK I PROJECT ADMINISTRATION (Hourly Plus Expenses Not-To-Exceed $46,491) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). 1.1 SSO Projects Area 1.1.1 Project Correspondence 1.1.2 Stakeholder Meetings (MODOT, City, County) (assume 6) 1.1.3 Design Team Meetings 11.4 Monthly Progress Reports /Invoicing PN 018259.000 -6- 1.1.5 Quality Control TASK T SPECIAL INVESTIGATIONS (Hourly plus Expenses Not to Exceed $9,564) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). J.1 During the course of the design and/or easement -acquisition phase, certain unforeseen investigations may be required. Examples may include locating septic fields by private subcontractor, geotechnical investigations, environmental screening or testing, historical investigations, field location of sensitive utilities, various record searches, grave sites and /or other investigation or analysis work. The work under "special investigations" shall be agreed to by the Consultant and City prior to completing the work. The work shall be billed to the City at an Hourly plus Expenses basis or Cost +10% administration fee if the work is to be done by an outside firm. TASK K WOODWARD SUBDIVISION SEWER (Cost Plus Expenses Not -To- Exceed $7,562) The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). K.1 Conduct coordination meeting with City and County officials to determine limits of scope, and responsibilities for the project. Distribute minutes from meeting. K.2 Develop preliminary plan /profile sheets for sanitary sewer improvements (separate from the storm sewer plan/profile sheets). The curbs, drives and other surface improvements will be denoted on the storm sewer plan/profile sheets as much as possible. K.3 Develop quantities associated with the sanitary sewer improvements separately from the County project including alternate bidding. Develop preliminary construction cost estimate for sanitary sewer replacement. K.4 Submit preliminary plans and estimate to City of Jefferson and Cole County for review. K.5 Develop temporary construction and permanent sanitary easement legal descriptions for up to two (2) properties where sanitary sewer construction may get beyond existing easement limits. K.6 Incorporate review comments into the plans. K.7 Prepare job special provisions regarding the sanitary sewer replacement and alternate bidding (technical specs will be provided for incorporation by Jefferson City) to include coordination items for the contractor (inspection notification for instance). K.8 Attend one (1) additional meeting with Jefferson City and Cole County to coordinate sanitary sewer replacement issues. TOTAL: $440,000 PN 018259.000 -7- A. ADDITIONAL SERVICES (NOT INCLUDED) If authorized by the City, the Consultant will provide services in addition to those previously stated. This work will only proceed upon written authorization from the City and modification of this scope of services. For instance, this may include additional alternatives to be investigated, meetings beyond those stated, or individual coordination efforts for utility relocations or DNR SRF funding coordination. Additional flow monitoring in the fall will also be considered additional services. B. CLIENT'S RESPONSIBILITY 1. Make available to the Consultant all records, reports, maps, financial information, and other data pertinent to provisions for the services required under this contract. 2. Examine all plans, specifications and other documents submitted by the Consultant and render decisions promptly to prevent delay to the Consultant. 3. Designate one employee as the City's representative with respect to all services to be rendered under this agreement. This individual shall have the authority to transmit instructions, receive information and to interpret and define the CLIENT's policies and decisions pertinent to Consultant's services. 4. Obtain permission to access properties for field visits. 5. Coordination of utility relocations beyond the utility coordination meeting attendance described in these services and MoDOT funding /environmental clearances. 6. Prepare and obtain all necessary permits for the project from all required government agencies (MDNR, MoDOT, Army CoE, etc.). 7. Prepare project manual and technical specifications (aside from those listed above in the scope of services) and administer project bidding. City provides replication and distribution of design drawings and specifications to plan rooms, bidders and suppliers. 8. Perform bid tabulation after the opening of bids and conduct bid opening. 9. Perform contract administration and construction observation services. 10. Perform easement negotiations and interface with all property owners and recorder's office during acquisition of easements. C. TIME FOR COMPLETION Sanitary Sewer Overflows (SSOs) Area 1. Facility Plan Submittal to DNR/City: 20 weeks after Notice to Proceed 2. Concept Drawings: Completed by May 30, 2014 3. Preliminary Plans: 12 weeks after comments received on Concept Drawings 4. Legal Descriptions: 4 weeks after notice of City acceptance of Preliminary Plans affecting right-of-way/easement determinations 5. Final Plans /Specs: 14 weeks after comments received on Preliminary Plans PN 018259.000 -8- D. DELIVERABLES 1. Facility Plan for Project Area (as depicted on the attached exhibit) based on Sewer Modeling and Flow Monitoring Data 2. Concept Drawings (Color drawings on Aerials for public /council review) and Cost Comparisons 3. Preliminary Plans (22 "x34" plans and /or 11 "x17 ") and Cost Estimates 4. Boring Log information in spreadsheet format 5. Legal Descriptions for easements 6. Final Plans (22 "x34" plans and /or 11"x17") and Cost Estimates 7. Technical /Special Provisions for project construction documents 8. Bid form with project quantities 9. Submittal Reviews 10. Record Drawings 11. Certificate of Work Completion E. SUMMARY OF COSTS TASK A SURVEYS AND MAPPING $51,046 HOURLY PLUS EXPENSES NOT -TO- EXCEED TASK B CONCEPT, PRELIMINARY, & FINAL DESIGN $100,325 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK C FLOW MONITORING DATA ANALYSIS $69,438 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK D SEWERGEMS HYDRAULIC MODELING 78,339 & BASIN PLANNING HOURLY PLUS EXPENSES NOT -TO- EXCEED TASK E GEOTECHNICAL INVESTIGATIONS $16,605 HOURLY PLUS EXPENSES NOT -TO- EXCEED TASK F EASEMENTS $31,711 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK G BIDDING PHASE SERVICES $4,738 HOURLY PLUS EXPENSES NOT -TO- EXCEED TASK H CONSTRUCTION ADMINISTRATION/ $24,181 SUPPORT SERVICES HOURLY PLUS EXPENSES NOT -TO- EXCEED PN 018259.600 -9- TASK I PROJECT ADMINISTRATION $46,491 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK J SPECIAL INVESTIGATIONS $9,564 HOURLY PLUS EXPENSES NOT -TO- EXCEED TASK K WOODWARD SUBDIVISION SEWER $7,562 HOURLY PLUS EXPENSES NOT -TO- EXCEED TOTAL $440,000 PN 018259.000 -10- o318 5M3 EXHIBIT B - ENGINEERING FEE ESTIMATE - BARTLETT & WEST BASINS 5 & 6 MONITORING, MODELING & DESIGN OF RELIEF SEWER UPGRADES CITY OF JEFFERSON - CONTRACT 1 (SECTIONS WITHOUT MoDOT PARTICIPATION) TASK A - SURVEYS AND MAPPING Labor: A Engineer IX 0 @ $60.00 $0.00 6 PD/Engineer VIII 4 @ $57.70 $230.80 C Engineer VI 0 @ $42.00 $0.00 O PM/Engineer IV 6 @ $36.25 $217.50 E Engineer II 12 @ $29.00 $348.00 F GIS Analyst ill 2 @ $28.25 $56.50 G Surveyor VI (PLS) 110 @ $34.90 $3,839.00 H Survey Tech II 112 @ $17.00 $1,904.00 I Eng. Tech V 60 @ $23.50 $1,410.00 J Administrator 11 0 @ $22.25 $0.00 Sub -Total Labor 306 $8,005.80 $8,005.80 Overhead on Direct Labor @ 172.13% $13,780.38 SUBTOTAL $21,786.18 Fixed Fee (13 %) $2,832.20 Direct Expenses: Mileage 120 @ $0.565 per mile $67.80 Survey Equip (1-man crew) 62 @ $50.00 per hour $3,100.00 Survey Equip (2-man crew) 60 @ $25.00 per hour $1,500.00 CAD 90 @ $7.00 per hour $630.00 Prints, Postage 1 @ $120.00 lump sum $120.00 Subconsultant - CMPS 1 @ $20,310.00 lump sum $20,310.00 Subconsultant - Cole Co Abstract 1 @ $700.00 lump sum $700.00 SUBTOTAL $26,427.80 $26,427.80 TOTAL. Task A 551,048 TASK B - CONCEPT, PRELIMINARY, AND FINAL DESIGN Labor: A Engineer IX 0 @ 560.00 $0.00 13 PD/Engtneer VIII 108 @ $57.70 $6,231.60 C Engineer VI 46 @ 542.00 $1,932.00 D PM/Engineer IV 245 @ $36.25 $8,881.25 E Engineer 11 251 @ $29.00 $7,279.00 F GIS Analyst 111 4 @ $28.25 $113.00 G Surveyor VI (PLS) 0 @ $34.90 $0.00 H Survey Tech II 0 @ $17.00 $0.00 I Eng. Tech V 276 @ $23.50 $6,486.00 J Administrator!! 16 @ $22.25 $356.00 Sub Total Labor Overhead on Direct Labor @ 946 $31,278.85 $31,278.85 172.13% $53,840.28 SUBTOTAL $85,119.13 Fixed Fee (13 %) $11,065.49 Direct Expenses: Mileage 460 © $0.565 per mite $259.90 CAD 400 @ $7.00 per hour $2,800.00 Prints, Postage 1 @ $1,080.00 Lump sum $1,080.00 SUBTOTAL $4,139.90 $4,139.90 TOTAL Task B $100,325 TASK C - FLOW MONITORING DATA ANALYSIS Labor: A Engineer IX 0 @ $60.00 $0.00 9 PD/Engineer VIII 9 @ $57.70 $519.30 C Engineer VI 8 @ $42.00 5336.00 D PM/Engineer IV 13 @ $36.25 5471.25 E Engineer II 0 @ $29.00 $0.00 F GIS Analyst!!! 0 @ $28.25 $0.00 Page 1. of 5 G H J Surveyor VI (PLS) 0 Survey Tech II 0 Eng. Tech V 0 Administrator II 0 Sub -Total Labor 30 Overhead on Direct Labor @ 172.13% SUBTOTAL Fixed Fee (13 %) Direct Expenses: Mileage Prints, Postage Subconsuttant - TREKK Design 20 1 1 SUBTOTAL $34.90 517.00 $23.50 $22.25 @ $0.565 per mite @ $100.00 lump sum @ 565,247.00 lump sum TASK D - SEWERGEMS HYDRAULIC MODELING Labor: A Engineer IX B PD/Engineer VIII C Engineer VI D PM/Engineer IV E Engineer II F GIS Analyst III G Surveyor VI (PLS) H Survey Tech II 1 Eng. Tech V J Administrator I1 $0.00 $0.00 50.00 $0.00 $1,326.55 $11.30 $100.00 $65,247.00 $1,326.55 52,283.39 $3,609.94 $469.29 $65,358.30 $65,358.30 TOTAL Task C AND BASIN PLANNING 6 @ $60.00 $360.00 9 @ $57.70 $519.30 428 @ 542.00 $17,976.00 72 @ 536.25 $2,610.00 O @ 529.00 50.00 96 @ 52825 52,712.00 0 @ 534.90 $0.00 6 @ $17.00 5102.00 24 @ $23.50 $564.00 12 @ $22.25 $267.00 Sub -Total Labor 653 Overhead on Direct Labor @ 172.13% SUBTOTAL Fixed Fee (13 %) Direct Expenses: Mileage CAD Prints, Postage 40 100 1 SUBTOTAL TASK E - GEOTECHNICAL INVESTIGATIONS Labor. A B c D E F G H J Engineer IX PD/Engineer VIII Engineer VI PM/Engineer IV Engineer II GIS Analyst III Surveyor VI (PLS) Survey Tech II Eng. Tech V Administrator II Sub -Total Labor Overhead on Direct Labor @ Fixed Fee (13 %) @ $0.565 per mite @ $7.00 per hour @ $400.00 Lump sum O @ 560.00 O @ $57.70 0 @ $42.00 2 @ $36.25 36 @ $29.00 O @ $28.25 28 @ $34.90 O @ $17.00 28 @ $23.50 0 @ $22.25 94 172.13% SUBTOTAL Direct Expenses: Mileage 50 @ $0.565 per mile Survey Equip (1 -man crew) 20 @ $50.00 per hour CAD 40 © 57.00 per hour Prints, Postage 1 @ $75.00 lump sum Subconsuttant - Twehous Exc. 1 @ $6,760.00 lump sum SUBTOTAL Page 2 of 5 $25,110.30 $22.60 $700.00 $400.00 51,122.60 TOTAL Task D $0.00 $0.00 $0.00 $72.50 $1,044.00 $0.00 $977.20 $0.00 $658.00 50.00 $2,751.70 $28.25 51,000.00 $280.00 $75.00 56,760.00 825,110.30 543,222.36 568,332.66 58,883.25 51,122.60 52,751.70 54,736.50 57,488.20 $973.47 $8,143.25 $8,143.25 569,438 578,339 TOTAL Task F 816,605 TASK F - EASEMENTS Labor: A Engineer IX 0 @ 560.00 $0.00 B PD/Engineer VIII 7 @ $57.70 $403.90 C Engineer VI 0 @ $42.00 $0.00 D PMIEngineer IV 22 @ $36.25 $797.50 E Engineer II 24 @ 529.00 $696.00 F GIS Analyst III 0 @ $28.25 $0.00 G Surveyor VI (PLS) 68 @ $34.90 $2,373.20 H Survey Tech II 0 @ $17.00 $0.00 I Eng. Tech V 225 @ $23.50 $5,287.50 J Administrator 11 0 @ $22.25 $0.00 Sub -Total Labor 346 $9,558.10 $9,558.10 Overhead on Direct Labor @ 172.13% $16,452.36 SUBTOTAL $26,010.46 Fixed Fee (13%) $3,381.36 Direct Expenses: Mileage 300 @ $0.565 per mile $169.50 CAD 250 @ $7.00 per hour $1,750.00 Prints, Postage 1 @ $400.00 lump sum $400.00 SUBTOTAL $2,319.50 $2,319.50 TASK G - BIDDING PHASE SERVICES Labor: TOTAL Task G $31,711 A Engineer IX 0 @ $60.00 $0.00 B PD/Engineer VIII 5 @ $57.70 $288.50 C Engineer VI 0 @ $42.00 50.00 D PM/Engineer IV 24 @ $36.25 $870.00 E Engineer tl 12 @ $29.00 $348.00 F GIS Analyst III 0 @ $28.25 $0.00 G Surveyor VI (PLS) 0 @ $34.90 $0.00 H Survey Tech !I 0 @ $17.00 $0.00 I Eng. Tech V 0 @ $23.50 $0.00 J Administrator II 0 @ $22.25 $0.00 Sub -Total Labor 41 $1,506.50 $1,506.50 Overhead on Direct Labor @ 172.13% $2,593.14 SUBTOTAL $4,099.64 Fixed Fee (13 %) $532.95 Direct Expenses: MReage 10 @ $0.565 per mile $5.65 Prints, Postage 1 @ $100.00 lump sum $100.00 SUBTOTAL $105.65 $105.65 TOTAL Task H 54,738 TASK H - CONSTRUCTION ADMINISTRATION /SUPPORT SERVICES Labor: A Engineer IX 0 @ $60.00 $0.00 B PD/EngineerVlll 19 @ 557.70 $1,096.30 C Engineer VI 16 @ 542.00 5672.00 D PM/Englneer IV 64 @ 536.25 52,320.00 E Engineer II 56 @ $29.00 $1,624.00 F GIS Analyst III 0 @ $28.25 50.00 G Surveyor VI (PLS) 0 @ $34.90 $0.00 H Survey Tech II 0 @ $17.00 $0.00 I Eng. Tech V 72 @ 523.50 $1,692.00 J Administrator II 0 @ $22.25 $0.00 Sub Total Labor 227 $7,404.30 $7,404.30 Overhead on Dlrect Labor @ 172.13% $12,745.02 SUBTOTAL 520,149.32 Page 3 of 5 Fixed Fee (13 %) 52,619.41 Direct Expenses: Mileage 500 @ 50.565 per mile $282.50 CAD 90 @ 57.00 per hour 5630.00 Prints, Postage 1 @ $500.00 Lump sum 5500.00 SUBTOTAL $1,412.50 $1,412.50 TASK I - PROJECT ADMINISTRATION Labor: TOTAL Task I 524,181 A Engineer IX 45 @ 560.00 52,700.00 B PD/Engineer VIII 68 @ $57.70 53,923.60 C Engineer VI 14 @ 542.00 5588.00 O PM/Ertgineer IV 152 @ 53625 55,510.00 E Eng €veer ll 75 @ 529.00 $2,175.00 F GIS Analyst III 0 @ 528.25 50.00 G Surveyor VI (PLS) 0 @ 534.90 50.00 H Survey Tech II 0 @ 517.00 50.00 I Eng. Tech V 0 @ 523.50 50.00 J Administrator II 9 @ $22.25 5200.25 Sub -Total Labor 363 $15,096.85 515,096.85 Overhead on Direct Labor @ 172.13% 525,986.21 SUBTOTAL 541,083.06 Fixed Fee (13 %) 55,340.80 Direct Expenses: Mileage 30 @ 50.565 per mile $16.95 Prints, Postage 1 @ 550.00 Lump sum 550.00 SUBTOTAL $66.95 566.95 TOTAL Task J 546,491 TASK J - SPECIAL INVESTIGATIONS Labor: A Engineer IX 0 @ 560.00 50.00 B PD/Engineer VIII 32 @ 557.70 51,846.40 C Engineer VI 0 @ 542.00 50.00 D PM/Engineer IV 34.9 @ 536.25 51,263.68 E Engineer II 0 @ 529.00 50.00 F GIS Analyst III 0 @ $28.25 50.00 G Surveyor VI (PLS) 0 @ 534.90 50.00 H Survey Tech II 0 @ 517.00 50.00 I Eng. Tech V 0 @ 523.50 50.00 J Administrator II 0 @ $22.25 50.00 Sub -Total Labor 67 53,110.08 53,110.08 Overhead on Direct Labor @ 172.13% 55,353.37 SUBTOTAL $8,463.45 Fixed Fee (13 %) 51,100.25 Direct Expenses: SUBTOTAL 50.00 50.00 TOTAL Task K 59,564 TASK K - WOODWARD SUBDIVISION SEWER Labor. A Engineer !X 0 @ 560.00 50.00 B PM/Engineer VIII 9 @ 557.70 5519.30 C Engineer VI 0 @ 542.00 50.00 D PM/Engineer IV 0 @ 536.25 $0.00 E Engineer II 34 @ 529.00 5986.00 F GIS Analyst III 0 @ $28.25 50.00 G Surveyor VI (PLS) 2 @ 534.90 569.80 H Survey Tech II 0 @ 517.00 $0.00 I Eng. Tech V 32 @ 523.50 5752.00 J Administrator ll 0 @ 522.25 50.00 Page 4 of 5 Sub -Total Labor 77 $2,327.10 $2,327.10 Overhead on Direct Labor @ 172.13% $4,005.64 SUBTOTAL $6,332.74 Fixed Fee (13 %) $823.26 Direct Expenses: Mileage 10 @ $0.565 per mile $5.65 CAD 40 @ $7.00 per hour $280.00 Prints, Postage 1 @ $120.00 lump sum $120.00 SUBTOTAL $405.65 $405.65 TOTAL Task L TOTAL COST FOR ALL SERVICES Page 5 of 5 $7,562 $440,000 DEPARTMENT OF PUBLIC WORKS_ Wastewater Division 32.0 EAST MOCARTY STREET JEFFERSON CITY, MISSOURI 66101 Change Order No. Four (4) Project No. 31114 Ord. No. 15106 Date: Job & Location: Basin 6 & 6 Relief Sewer" Phase ll, Design Services Contractor: i3artlett &. West, Inc. It Is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by Ihe:contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed, - ---- --- --- ----------------------- ---- - -------------- Description of Changes: This changeorder provides for additional, design servic .6 to perform, all tasks necessary to evaluate, design, and,draft plans and specifications assdciated with -eliminating constructed sanitarysewer overflows and basement backups. Realignment of Sta 31 + 61 to 37 +19 , Upsize-forcemain from.Hough Paik to South of Ellis Blvd. CONTRACTORS. PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: IIWe hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor. and perform all work. connection therewith in accordance with the retIulremenls for similar work In existing contract except as otherwise stipulated herein, for the following considerations: Contract Amount - Add $66,528.41 (f=ifty Thousand, Five Hundred Twenty- Eight Hundred. and Forty -One Cents) to. the Contract Amount. Time and Material Not -to Exceed Contract Time — There is no change to the Contract Time. - STATEMENT OF CONTRACT AMOUNT: Bartlett & West, inc. Recommended by: Verification of Encumbrance: Accepted By: Approved As To Form: Consultant r. uauc wo City Counselor pate Date Date S-�r -yrs Date Amount 'lo Change ORIGINAL CONTRACT $440,000.00 — PREViOUS APPROVED CHANGE ORDERS $305,153.00 67% TOTAL THIS CHANGE ORDER' $50,528.41 60/0 TOTAL OF ALL CHANGE.ORDERS $355,681.41 73% CONTRACT AMOUNT TO DATE $795,681.41 Bartlett & West, inc. Recommended by: Verification of Encumbrance: Accepted By: Approved As To Form: Consultant r. uauc wo City Counselor pate Date Date S-�r -yrs Date CITY OF JEFFERSON ATTACHMENT TO CHANGE ORDER NO.4 PROJECT NO. 31114 Description of the Changes: The contract will be amended to provide professional engineering services to prepare drawings suitable for building sanitary sewer forcemain on Hough Park Street to south of Ellis Boulevard and gravity sanitary sewer west of Jefferson Street for the Basin 5 & 6 Relief Sewer project. SCOPE OF WORK: The services shall include the following: - Survey and mapping - Concept, Preliminary and Final Design - Develop Legal Descriptions and exhibits for easements - Project administration with quality control MEASUREMENT, PAYMENT, AND TIME: Payment will be made as a time and material not -to -exceed Fifty Thousand Five Hundred Twenty -Eight Dollars and forty-one Cents ($50,528.41).