Loading...
HomeMy Public PortalAboutORD13549 BILL NO.—20. 3-20 SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE ANAG- REEMENT WITH HDR ENGINEERING, INC., FOR THE MAIN BRANCH WEARS CREEK RELIEF SEWER PRELIMINARY DESIGN. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Soctio ,1. The Mayor and City Clerk are hereby authorized and directed to execute an agreement with HDR Engineering, Inc. for the Main Branch Wears Creek relief sewer preliminary design. 5Q-QjiQo-2. The agreement shall be substantially the sat-no in form and content as that agreement attached horeto as Exhibit A. e_QILQD ;, shall be in full force and effect from and after the date _.,I. This Ordinance of its passage and approval. Passed: Approved!.. esiding Officer i Mayor T �EST: APPROVED AS TO FORM: City Clerk City Co nselor CONTRACT FOR '1'111S AGRITMENT, made and cntered ijm) this &.:-duy (O'JuDe, 2003, by and between the Ci1yo1%Jef'1*cl,s(')n, N' IiSSoLll'i, 0 MlilliCil)d I relerred Imisthe "City" with ot'licesal 320 1"ast Mc-C Ciii-ly'.101,01-soll Cit Y, Missouri, 05101 ,111d HIM l."ilgincering I ncwith offices tit 4435 Main Street, .1)tJtc 1000, Kansis City, MiSS01-16, 6,11 1 1 , licreinnfIer reFerred to its the "Collsullailt". W ITN I'S S F"'Fl 1: THAT, WHFRF,AS, the (lily desires t0 tllL- ( '011SU11,111t to render certain technical and pr(dIcssional plamillip services lict-Cal'tcr described in kxhihit A. WHF.RFAS, the ( 'mistillant 111MIC CCI-Glill l'(-1)l-CSCllWtiol1S 111d StNIC►111CMS (0 1hC City with respect to the pl-()visi%)ll (Wsuch scl-vicc-s '111d flit! ( 'i(V has icccptcd said pr(yosal to enter into a cmitract with (lie ( 'mrsultalit k)r the pC1.1,)1-111"lliccS 0 1,.-wry ices by the CmIsu I(ant. N(.)W, T1lFR1-,F0RF, llor Ilh- (:MlSidC1•,'l1i0J)S hC-1-Cil) CXj)l-C.SSCd, it is .1gl'eCd by 111(1 bewlecil the City an) file Colist)11,11)1 as fifll►m's. I Scop(L�Ifj � ,!-yiccs, The City agree", to cilpagv tile SCI-%'iCL2.-;()l'tllC ( '011SLI11,111t 10 11CITOt-111 the services hert,-imffter set F►-th in comicttion with the ptv.ject described in FAllibit A. 2. Additional Scrvices" The City stay "Idd 10 C0►IS1111,1111 SClWiCCS 01- delete thel-C11-0111 activities of"I sillidal' ll.IILII•C to OWSC set F01-111 in Fxhibit A, l)l-0VidCd 111,it the t0t,11 WSI (WSLIC11 Work (toes not exceed the tou'll (,.()St 111(m,"Im-C ns SpcclllCd in lmnigraph 6 IICI•COf. The CollStiltlillt S11111 Llil(.IUI-tlkc such changed activities only upon the direction ol' the City. All SLIC11 dit-CCtiVCS 1111d ClllllgCS ~hall he in written F6rii1 and apprm,cd by the Director of' COMMUllity DCVC101)l1lelit 1111d Shall be 1Ccc1)1cd ;l1ld cmilitcl-sigiled by the C ►lsultall( or its agreed representatives. 3. Fxis till gj_ ;.111-,.I.. All ink)rmalion, (1,11d 111(1 Wj)()rk US iWC CXiSlillt_', lVilihible and necessary 1101' 111C CllTyll1j,1 Mll 01'111C Wl •k, S11,111 be VIII'lliSlIkAl 10 the ( 'NIS1111,1111 willimil charge g by the ( lily, and the ( 'it), shill cM)j)L• llC With 111C C(M,11111111 iH CVCI'Y I-Cilsmiable way in carrying Out the Scope ()F Services. Tile. CmIS1111,1111 Shall 11()t by liable For the accuracy of'tile illf'Ol-liltlti011 lLll• liSll(-!d by the City. 'I. Personnel to bc Pr(wided. The Cmistil(ant represents that Consultant has or will SCCLII•C at its CN11CIlSe Idl IN.-TS(milul required to pel-1*)1-111 the Services (;pled Col. under this contract by the Cmisult'llit. SUCh I)CUS011110 S111111 1101 he Clilpl().yeus ()I*(►I- have any contractual relationship with the City except as cmpl()yvcs (Wthe Consultant. All (fl'the services re(JUired hereunder will be perl'ormed by the CNISLI111111 or LIMICIA11C Cmistilt'llICS direct Supervision and all personnel engaged in Ilic work simll he I'Llily (ILItifilled dild SIM11 be uuthoriZCCI LllldC►• SWIC and local law to pel-1*)1.111 Such services. None ol•the work or Services C()\,Cl.c(l by this contract shall he subcontracted except as provided ill l"Allibit A without the written appl-mi'll oC the City. II lcorftact 1"Pis,I'r I lffos IN lr w/,-I k J, 11)11 t*r ,,:I M91 Wild S. Notice to Procced. The services of the Consultant shall commence as directed in tilt, Notice to Proceed and shall be undertaken and completed in accordance with the SC11Cdl11C Contained in Exhibit A. 6. C e aticm; The City agrees to pay the C'onsuluint in accordance with the terms set forth in Exhibit A, which shall constitute complete, compensation for tall services to be rendered tinder• this contract. The final payment will he subject to receipt oft► rccpuisition for payment and a statement. of'services rendered certifying that the Consultant fully performed all Work to be paid for ill such Im-ogress payments ill conformance with file Contract. It is expresSly understood that in no event will the total conlpensation and reimbursen-lent to be plaid to the Consultault undCi• the terins ol'this contract exceed the: sunl c►f'p'wu I lundred Forty- Six Thoust►nd '1'wcl Fitindred fifty Dollars ($246,250.00)1i►r all sc►•vicCS rccpuired unless specifically and mutually agreed to in writing by both the City and Consultant. Such compensation will be paid in progress payments, as specified ill I;Xllihit A, except tell percent (10'%x) shall he withheld fi•onl each phase a.antil it is satis;fitctorily completcd and the finished product for that phase delivered to the City, No Change ill compensation shall he made unless there is a substantial and significault difference b+„tweed the work originally contemplated by this agreement and the work actually rccpuil-W. 7. Failure to Perl'orirt. Cancellation. II', throi.t�,h iuly c�cu:;e, the C'c►nsultant sllull Cail to tullill in timely and prop7er ►rlarinCr its obligatiotls under this Conti°tact, or if'tilC Consellttant shall violiitc any ol'thc Covenants, IglVemCIlt.,, or stipultations ol'this contract. the City shall thereupon have the right to terminate tl_1is Contract by giving written notice to the CorlSultant of'suCh terillination and specifying the effective date thereof, at (cast. five (5) clays hetore the CftcctivC day ot'st►ch termination. The COnSUltant may without Cause lerminatc this Contract. upon 30 days prior written notice. In either such event all finished oi• unfinished doeunients, data, 4tUdies, surveys, draawings, mops, 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 Cornpensation for any satistiactory work completed on si.iCh cloCLIMClIts and other materials shall be determined. Notwithstanding the above, the Consultant shall not he relieved of liability to the City by the City by vit•tue ofatly such b►'caCh ot'COntract by the C.'onsLlltailt. K. Assign.i.ient, Tllc Consultant shall not assign tally interest in this Contract, and shall not transfer any interest in the saline (whether by assigtlnwnt or novatiorl), without priot- written Consent ofthe City thereto. Any SLIC11 ISSignnlellt is expressly sub•jeCt (0 ,111 rights arui remedies of'the City under this agrccmcnt, including, the right to Change or delete activities from the contract or to terminate (lie same as provided herein, and no such assignment shall require the City to give ally notice to any such assignee ofany act ions which the City may take wldcr this agt•CCn-►erit, tllc►ugh C.'ity will a111CnTlpt to so notify any such WSSh,11lee, 9. C'onfidelitialit Any reports, data or similar illibrnuation �;iveil Io or }►rc'pared o►• assembled by the (".onsultant uncicr this Contt•t►Ct which the City rCc}ucsts to he kept as Coll fidential shall not be made available to any individual or Organization by the Consultant without prior writicn approval c►I'the City, H lCn/11111 f/AISVI fimimmI Sfd4 X71.0100 1nciCo1,1r,m1:OOa Ami 2 10, Nondisc;rimination. The Consultant agrees i11 the perti►I nulnce of•thc Contract not to(IiSCrr III ill,lte oil the gl-OLtlWS Or heCiRtseofrace, crccd,colm-, llationaI orig'ill or alicestry, Sex, religion, handicap,age or political aflIIiatioll, agai list ally employec o('Consultatlt or applicant 161. employment and shall include a similar provision in ,dl sLihCOntiltCts let or awarded hereunder. 11 . Ind tiendent Contractor. The ('onsult,1nl i!,, ,111 inc CI1ClI CIlt Con(nnctor and nothing; herein shall constrttit'o or designate the Consulklill 01' dCSignate the (:'orlSUhant or ,.Illy of its employees as ngcnts Or employees of the City. 12. 1 enelits nc>l_ Av_ail;jhlc.. The C'orlsultant shall not be CntitlCd to any of the hC1101ts established for the employees of the City and shall not lie covered by the Workmen'; C'oillpensation 1P1.ogralll oll the Oly. 13. 1 A.►1).il.ity, The parties ruutually al!rce to the 101lowilig: a. In no event Shall the City he liable to the ( 'l)I1Sllha111 16r special, indirect, or COI)SC(Iuclltial (lanlat;CS, CXCCpt thosC Caused by the City arising out Of or ill any way connected with this contract. h. The C'onsultant shall clClcnd, illdemilily', ,►nd hole( the City harmless from and against all claims, losses and liahiliticsar•isingoLltOf'pCrson,ll injuries, inClu(lilig death, and damage to property which arc Caused by the C'onsultant's negligent acts, errors or omissions ariSilIL,1 oul of or in any way connected with this 14. DOCLI1l1Cilth, Repl•odLICihle tracings and maps prCl)arcd or ohtaillC:d under the terms ol'this Contract shill he delivered upon request to and shall hccome the property of the City Llf)011 tel-illin,16011 01• COnipletion of work. Copies of hasic survey notes and Sketches, charts, computations and other data prepared Or obtained under this ('ontract shall he made available, LII1011 re(ILICSt, to tllC City wltIl0LI( 1'CStr•iCt1e)11S 01• Illllltaliol1S Oil theli' LI; , eXCCI)t that any reuse oil other pr0jCCtS or fi)i' other ptlrposCS not intended Llnder this Agreement shall he at the City's sole risk ,lr1d withC,ut liability 0l1 the part OI•tllC ( 'e)nsult,ult. W11Cll such col)ies are re(ILICSMI, the City agrees to pay the C'011SUlt,lnt its costs ol'copying an(( delivering same. 15. Nonsolicitatio n. The C'onsult,lnt warrants 111,11 hC had not employed or retained any Company or person, other than I bona fide employee working solely Ior the Consull,1ilt, to solicit or• SCCUi•C this C'ontraet, and t11tU he has not paid or agreed to pay any company or person, other than a honn lids employee working solely Ior the Consultant, any fire, Commission, percentage. brokerage lee, gifts, or any other consideration, contingent upon or resuItin} from the award or maidng ol•t11 is ('ontract. 1'Or breach ur violation r,f'this warr,lnty, the City shall have the right to annul this ('utltraCt wil.hout liability, or, in its discretion, to dedLICt fi•0111 the C'ontraet price or collsidcration , ol•olherwisC rC:COVC 1.1110 full amount ol'SUCII lire, Commission, percentage, brokerage fuu, gifts, or contingent 1•eel rI lCpnhdcl I rhrsthnr/o.vw.r,J Swvu:usIHGi7 fingoroennn,Inr,Conp,rri:0113 wlal 3 1(i, L3ooks and Records. The Consultant and sill his subcontractors shall Illaintaill all books, (10CUn1C11tS, papers, accounting record;;arlcl otic►•evidence pertaining to costs incurred in connection with this Contract, and shall make SLICK materials available at their respective offices sit all reasonable tin-les during the Contract anti liar a period of'three 13) years 161lowing completion of the Contract, 17. Delays. That the Consultant shrill not be liable liar delays resulting 6.0111 CausCS beyond the reasonable control ol'tI1C C011SUIU111t, 01111 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 C 11SUltant be liablC 061- indirect or consequential damages, 18. Notices. All notices required or permitted hcreinunder and requirCd to be in writing may be given by first class mail addressed to the City ol',Icl'ferson, Director of Community Development,320 East McCarty,Jel—erson City, Nlissouri, 65 10 1 ,anti the Consultant,at HDR Engineering Inc., 4435 Main Street, Suite 1000, ICansas City, MiSSOLIH, 641 1 1 . The date and delivery of any notice shall he the (late Calling on the second Rill clay alter the clay of its mailing, i"XEC-'U'rED THIS , DAY 01" .line, 2003. CITY OF JEFFERSON, MISSOURI I IDR Engineering inc, Mayor t•lc�: ll l\ .f �I.l 1'�,7 / l l:l l AT'T'EST: A] V1 ?a 1': A f C1 y Clerld Title: APi'ROVED AS TO FORM: �1Z Y City Co6isclor r H IContreet FAosnolossunnl Sorvk:osl1lDl7 Enprnoffrutp Incic:nnhdct 2003 wim 4 i;Xhihil A SCOPE Oh SERVICES Sunifan, Sover Rehabililailion sent! ItcnlucCmcnt - ,ICI Cl-Still City, MiSSC)UI-I Pre-Design Phase Engineering Services SCOPE,ST AT E M[�L LAJy1Zitl �l i:S [_L�_l� 'this Scone of'Services is lot IfDR Engineering. Inc. ("111DIC )to provide engineering pro-design phase services("Services")to the Jefferson Cil,,, ivlissouri (­Owner-")related to fire pre-design of Sanitary Server Rehabilitation and Replacement,.Icf•ferson City, Missouri("Project") Additional engineering scrs ices (" S11I)CO nS111111111") will be prnvidcd by(ieoleLhnrc,rl Services Incorporated(OSI), lot' geowchnrcal services, Central Missouri Vrolessional Scrvim:, Inc. (( HI'S) for site surveying and Severn 'Trent Pipeline Services for closed-circuit televising o1'solecic,l The objective of,the llre-desa)tn tahase i% [lie raalualion of the Samtaty Sewer "1\stem along the Main Blanch of'Wears Crcek and the recommendation ol'Ihc necessa►y pipeline improvements to prevent sanitary sewer overflows and conveyance of present and future wastewater flows through the system liar treatment. Rehabililarion or replaccrracnl of identified segments is intercled to reduce infiltration and Ilrture pipeline deterioration as well as incorporating tilt., reconrncndations ol'the"Dina) Report for Sanitary Sewer Evaluation Study, Phase 1,Januar, 2003, 0(y of'Je(lerson, Missouri". SCOPE L)FSERY•iS�;,� TASK Si:RIES 100 PROJECT MAN AGE MENTANITIATION IID14 Activities: HQ- Pruieet fir 1111L L111 lllllSUl + A project manual will be developed for I IDR and Subcomultanis to present procedures and scope, schedule, contract list, lines of communication, and responsibililies ii+r tl►e project. • Formals of deliverables Isar Predesibn drawings, Technical Memorandum, and figures will be aefirred. • I o►7mat of tichverahles for drawings and specifications will he defined. • Maintain Project Nlanual, distribute and update as activities dictate. .I.�.NJuuL'siul�.ut_i']+alllj'roicct luit Htic►u • A rnecling will be field with key I IDR personnel and the City, in Jefferson City, to discuss the project (cant, proposed schedule and brainstorm the issues to clarify and establish direction for the individual risks. The Protect Manual review comments will be taken and updates to the Projecl Manual will be distributed. 130- f!TJiecLu. m elcctlrar!s • Pour(4)meetings will be held in Jefferson City during ofpre-design. Meeting agendas will be prepared and distributed by i IDR prior to the meetings. Additional sessions for project learn discussion will he • Scope of Services A-1 4/29/03 conducted via telephone confetcnce calls. 19q-12egj,4trtt ions.f'. .(S full Agcoexossr j t • IiDR will assist the Subcontractors and C;ily in the preparation of registrations and permits during pre design for Cot-",t-, C, DNR, and Jefferson City including monitor well regisfratlons, Corps permits and confined space entry permits. The Owner will pay associates! Ices. 15__jL-J- 'roicrtLVIanaccmenl Project Management activities listed to be provided for the duration of pre-design activities. • Provide project monitoring and repoinng, • Provide resource ntanagemertl and allocation haled on project schedules and activities, • Provide budget and invoice nutnagentent. • Provide coordination with Owner and Subconsullantti • Conduct periodic team meetings for project coordination. Meetings/Travel: "I ravel to Jefferson City for Project Initiation Mceling from Tank 110 'Navel to Jefferson City for four(4) Monthly Progress Review Meetings from Task 130 Travel to COO, offices in Kansas City, MO for coordination meeting From "task 140. "['ravel to MDNR offices in Jefferson City Ibr coordination meeting from 'Task 1,10. Deliverables: Agendas and meeting minutes and project manual from Tasks 110 and 130. Key Understandings and Assumptions: All activities covered by this Task Series will be completed in approximately eight (8) months from Notice to Proceed. `['ASK SERIES 200 — BACkGROUNi) DATA This task includes the assembly of information necessary for the preparation of the Pre-design report. i1DR Activities: ;10— RackgLmi 1.)ata • HDR will compile the background data provided by the City in electronic format ifavailable and hard copy, HDR will identify any additional information that may be necessary. A list of known information is as Follows: City Specifications City Standards Plans/Specifications for Existing Sanitary Sewer Projects City Benchmarks City Bid Tabulations for Recent Projects City Utility Plats Sanitary Sewer on GIS System Basin Boundaries Swpc;of Services A•2 4/29103 Sanitary Sewer, klanholes and Line segments Property Owner Infornuuion and flat and Parcel Ir►fornmlion Parks Locations • The collected infonnation will lie catalogued and n►ade available liar learn distribution and use (grunt;the project. Deliverables: Summary of cataloftucd information lrom '1 asks 210. Key Understandings and Assumplions; Activities covered by Ihk Tusk Series will he completed in approximately one ( I) month from Notice to Proceed. �flLL 115:!±l l i 4!.l�`J.sjNi, LS:. ,Yj This task includes Ilhe sewer preparation, U:levisutg and tnlerpret,tlion of video along. the Main BmIlch Wears Creek Interceptor in tiuh-hasin 1 1. 'Televising, will he completed along; api l-minutlely 11,000 LF of the Sanitary 'Trunk Relief*ScWcrs, Mains 39 and 3� w idenUly mew, id'(oncern to fit-adtIres cd during the pre-design evaluation. Additional televising;may he authorrced ha"ed on tile otrtconrc: ol'the pre-(((sign evaluation. Work will he completed h} Severn I Will Pipclit►e Scrvicr,­,, HIM Aetivitiesa Review (laid and verify adequate information has been provided to complete design ;end document preparation. Meetings/Travel: i ravel to Jefferson City for coordination n►ectinTl will Subcontractor. Deliverable. CCTV Report with Conclusions ht- Severn h-clit Pipeline Services, Key Understandings Work under this task �%ill he conducted within City right-ol=way or utility surd Assumptions: easements. 'Ilie City will provide ingress and egress (~here right-of-way or casements are not available. Activities covered by this 'T;►sk Seeks Will be completed in approximately. two (2)months from Notice to Proceed. TASK SE111IFS 400—SEWER EVALUATiON IiDR Will evaluate areas of the Main Hranch Wears Creek Interceptor in Sub.-basin 11, including the Southwest Main Sewer, the Sanitary'Trunk Reliel'Sewer, Mmin set aril 32 arid identify segments ofthe sewer system for rehabilitation and replacement. Review ol'the "Final Report for Sanitary Sewer 1:valuation Study, Phase I", dated January 2003, will he completed to clarify and consolidate infonnation fur the project area, This Final Report provides results of hydraulic modelinp., rehabilitation and replacement arid sizing recommendations based on 1/1 reduction and growthIno-growth scenarios, Nei modeling or updating of the Final Report is Included in this scope. I DR will complete a system assessment, rehabilitation/replacement alternatives, plan development, material:;selection, and opinion of probable construction cost. This task will rely on visual inspections(televising)to evaluate the interior of the sewer's, geotechnical evaluations and recommendations, and site specific surveys. Progress will be reviewed on a monthly basis during monthly progress reviews in 'Task 130. Key steps in the completion of a pipeline system evaluation are listed below. 111)11 Activities a 10-. Systeiit Cond(jjgil • Review System Records • Field Reconnaissance • Assess Structural Condition ' Ivaluatc Corrosion ti(:otx of Scrvtua A-.1 4/29/03 • Identify Critical Areas • Assemble Data • Identify Sewers Needing;Rchahilitation/Replad d meat �Ix(1 i'inciine Rchubilitstlj {fly nenl Allernatim Maintenance and/or stabilization of the existing pipeline can extend the useful life of the symem mid provide a fix to the pipeline at particular damaged am-, If pipelines are found to have corrosion, break;i or fractures and other signs of excessive loading or deterioration, rehabili►auion n►ethods will he evaluated to provide corrosion protection and a level ol'slructural integrity. Irpirclines are found to lie l3eyond repair and/or rehabilitation total replacement will be evaluated, Alternatives try he evaluated include: • Maintenance and Repair -Cleaning -Root Removal -Grouting -Point Repair • Rehabilitation Linings -Pipe segment" -Cured-in-III ai.,i! -Inverted I loses -Chemical Linings • 'I'renchless Replacement -Pipe Bursting -Micro-tunneling -Directional Drilling -Pipe Jacking + Open Cut Repfaccrner►t 434•- Oeyelon + Establish Problem Priority + Consider Alternwives • Develop Solution to Problems + Identify Cost Effectiveness • Select RehahilitationlReplacemettt Alternatives 440_. Evaluate Routine• Allcrtintives 'Ibis task will include the preparation of alternate routing identified during the evaluation, The general route of any ,iltenattive is established by the existing sewer system and the existing utility casements. Ahemme routing may be required at physical or geographical constraints including; but not limited to creek crossings,utility conflicts, structures and roads. J,,lO—Materials Selection 'Phis task will include the evaluation of pipe materials of constntction. A Scope of Services A-4 4/29141 w- recommendation will he trade based on the rehabilitation/rrplaccment alternative selected, cost, bedding requirements, histot;l, availability, constnicrability issues and City experience. Materials evaluated may include: • Reinforced Concrete Pipe(lined/unlined) • Poly-vinyl Chloride ripe(solid wall/spinal wound) • Fiberglass Reinforced Pipe • fligh Density Polyethylene Pipe Key Understandings and Assumptions: Activities covered by c,his'I ask Series will he completed in approximately seven (7) months front Notice to Proceed. •1'rr►S.tS. L�l31G ' 50 -- ' tJ?LIMIN ?Y1!!131"I This task includes the review of the existing survey information provided by the City. Specific site and topographic survey will be performed, providing; information on existing site features and elevation as well as horizontal and vertical control along the alignment and for specific areas identified during, the sanitary sewer evaluation. Surveying will be completed during the evaluation and include key facility locations such as existing;and future connection points, major infrastructure crossings, routing altematiw:s, casement and right-of-way boundaries and other areas that are identified as major areas of interest. hIDR Activities: Review survey data and verify adequate information has been provided to complete design and document preparation. Meetings/Travel: Travel to Jefferson City for coordination meeting with Surveyor. Deliverable. Survey information will be provided with the background drawing; inl'ona►ation in AutoCAD, 2002 format. Key Understandings Work under this task will be conducted within City right-of-way or utility and Assumptions: easeniunts. The City will provide ingress and egress where right-of-way or easements are not available. Activities covered by this'rask Series will he completed In approximately five(5) months from Notice to Proceed. IASK SLLE5��M1NARY GEADIXIINIS;AL<!?,ItyIC1;S This task includes the review of the existing;geotechnical information provided by the City. Geotechnical services will be completed along;the sewer alignment and specific areas that are identified during!, the sanitary sewer evaluation. Work: will include up to forty 00)borings, soil sampling;, laboratory testing;rind analysis rind recommendations for pipeline design and construction. Hie results and recommendations will he surnnmrized and presented in a separate report to be used during the pre-design activities.The results will include: • Rock Profile (Ground Penetrating_, Radar is not recommended) • Rock Hardness • Soil Prolile • Groundwater elevation • Monitoring Wells • Request for Constniction recommendation • Soil Corrosivity Scopc of SCIVICes A•5 4/29/03 I his task will include review of the slandard mcasuren►enl and paYment procedures for rock excavation used by Ihr City, 111)R Activities: Review results and recommendation" in Soils Report to vcrif} adequate intOrm►tion has been provided to complc.tt design :►nd docuntrmnt prepualion. Meeiingsarsivel: I ravel to Jefferson City for coordination Ill Ceti III! wall 0Cotechnical I::ngilleer I)eliverahl^s: Cicotechnical Report with conclusions and recommendations. Key Understandings Work under this task will he cnnrfuclecl ,kilhin (."ity riphf-of-okay or utility and Acsurnptions. cascn►cnts. I'hc('it) will provide itigns and egic-ss where right-of-\vat or Casements arc not available Activilies Covered by this Task Series will he completed In apprmlimi(ely live(S) months from Notice to Proceed. TASIC SERIES 700-- PIll:-DESIGN i2F.1'ORT This task inclu(Ies the preparation of a PrelimiriaiN Pre-dvsit.;n Report, ('uv review and Incorporation of comments, and it Final Pre-design Report. 11D12 Activities "rW)= 11r I ja1 u ulzill, • The Pre-design report will include a compilation ofthe techr;ical information f.;nthcr•ed during the evaluation in I ask Series '100,400, 500. and 600. A summary section wilh conclusions and recommendations will be prepared. The Pre-design report will be an R ': "x I I- (;13C' hound dociumnit with folded plan and profile drawing~ (11" x 17" format), detail drawings, opinion of probable construction cost, and an Implementation plan. • Submit preliminary Pre-design Report to the C.'it) for review and comment. Review period is estimated at tour(4)weeks, C'omrrsents will he incorporated and final Pre-design Report will be submitted within two(2) weeks fior Council approval. • Submit preliminary Pre-design Report to than C'0F. and DNR for review and approval. Review period is vst:maled it lour( i) weeks. Comments w01 he reviewed with the City and incorporated into final I're-design, Deliverahles: Four(4)copies of the Preliminary Pre-design Report to the City, Two(`?)copies of the Preliminary I'rc-design Report to bcHh the C OF"and MDNR Four(4)copies of the Final Pre-design Report to the City. Two (2)copies of the Final Pre-design Repoli to both the C.i)I: and MI)NR, Key Understandings and Assumptions: Activities covered by (his"Task Series will be complelcd in approximately eight (It) month~ from Notice to Proceed. Scope of Services A-b 4129lU.! Estimated Man-hours and Not-to-Exceed Fee Summary The estimated man-hours and fee for thescope of services is summarized as l'ollows: SrF./ Task Series PI, 11 N1 II E, J E C E' Sig, GE_ CAIM Al) C/S 100 Project Management/ _0 Initiaticm und Dam 4 16 4 4 0 11 300 CCTV 1 9 1 9 0 n o 0 0 1 400 Saniuuy Sewer 20 .40 88 32 24 5 Evaluation 500 Surve I 8 8 16 8 8 0 2 600 Geoled ervicv,; 1 4 8 9 M 4 79011 8 16 8 9 16 Total DI.%S1&ne ojir.s 19 162 T1_TjHC)_ 420 64 36 20 36 16 38 ..._ jL I——I — __. , Labor Costs: Payroll Labor $45,033 General Overhead/1'rol"it, L93,,6" S U B TOTA L $138,701 Direct Expenses: Printing $305 CARD/Computer $3,089 Travel/Lodging/Food $4,170 Postage $340 SUBTOTAL $ 7,904 Subcontracts: CCTV $24,570 Geolech $33,075 Survey $42,00Q S U BTOTA 1, $99,645 Total Not to Exceed Costs 246,250 Rq.5t)uc qe 111, Principal PM - Project Manager Sr/(QC) PE Ilrojcct Enginecr JE Junior Frigivicer CE Civil Engineer SE.— Structural Fngincer GE Geotechnicitl Engineer CADD - Draffingf 1'echnieian AD-- Controller/Administration C/S -- Clerical/Steno; 10 0) Ut da W N U7 t f0 N ch (n CT � : () W X CD 9. N W W < W (D (� O fD �o °' w 1 C� -tea o 'v v m o a spa m Z N cD _. W r=a ................................. �..... n A. a � � — Q cn m V ............... ...................... ..... .......... cn 'o m m v � ._................ .............. ....... . o a coo _... ........................................ ............-.. ................ v .................................................................... .. -rJ co 1� � O -A A -A a A -� -A -A (D • .• ..� I ' VVVVVV VV Cro7 i, O 0 Ch j 00 bD 1 ul � � r► -, J ....i. V V V V ro a. c m V1 b -o -o -o cn to Cn coo -o n v a- a- a- 2 n � to 3C? C700Cmv� roro � xro' n O a g c:cr) n_ n, ro M (nD C = < (Q (O (�D w 0(L co ro ro 'D O w (n (nroZZ0 a w3 rr1c �. o o a CD ,< (a cf] N N N C O O w a U 0 0 0 0 0 0 0 0 0 0 0 0 d pO0000C) 0C) 000 � O (D N x v M N 'rn co ro r