Loading...
HomeMy Public PortalAboutORD10563 BILL NO. SPONSORED BY COUNCILMAN -L a ORDINANCE NO. 1QS 6 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI , AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BRYAN AND ASSOCIATES FOR ENGINEERING SERVICES PERTAINING TO THE JEFFERSON STREET BRIDGE. BE IT ORDAINED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and City Clerk of the City of Jefferson are hereby authorized to execute a contract with Bryan and Associates for engineering services pertaining to the Jefferson Street Bridge for a sum not to exceed $20, 905 .30. Section 2 . The agreement shall be substantially the same in form and content as Exhibit A attached hereto. Section 3. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed �' � ! Approved Pr aiding Off ' e/r Mayor ATTEST: r City Clerk 111 � t818 Alh Clor, v, U"" F EFFERSUIN �kr�9! AP4'.fr,'�'.TN,7"071 »r,R. `1112`11 y�;c�'P_`'t!�;^NVT1' �%� L.r.��.$t,�e�x.a.-l:,n_:��.-...n,1,�,».{.^`�.:tsLS{.✓?m,�,ufv.rt.u.,sr..,:...'e'�.4zb.5%E;S9Ji.'3..P:;ai+.h,:.dG,:, .,..�, .,.fi9,4•.:.t,..,r. _,_, r.. r". ..» ,f•::.2 .:�,�Y.F.u,u V:1it1 � Mayor George Hartsfleld December 23, 1985 TO: Mayor, City Council, City Administrator FROM: Robert M. Bates, P.E. Qv Director of Public Works RE: Selection of a Design Firm for the Jefferson Street Bridge On Wednesday, December 18, 1985, we conducted interviews of engineering firms who responded to our request for proposals to design a replacement structure for the Jefferson Street Bridge immediately south of the Expressway. The fallowing firms were interviewed: Boyd, Brown, Studde and Cambern Bryan and Associated A. C. Kirkwood Verslues and Associates The review committee comprised of the Director of Transportation, the Engineering Supervisor and myself unanimously recommend selection of Bryan and Associate:,1, to design the project. In an attempt to keep the selection process objective we utilized the attached rating form. Estimated cost for the project is $20,900 with 80% of this amount reimbursable through the FAU program. We think it is important to note we are not recommending the use of Verslues and Associates whose project estimate was $11,050. We feel prepared to offer strong justification as follows: Bryan and Associates has completed design of 60 bridge type structures since 1979, at present 90% of their work is bridge related. Their experience working with MHTD and the "OFF SYSTEM" bridge replacement program will give us the best chance of completing the project during the 1986 construction season. Verslues and Associates has not done a project of this nature or worked with the regulatory agencies with this type program. Jahn C+. Christy Municipal Building 320 L McCarty St. Jefferson City,Missouri 65101 314 634-6300 Direct (Dial 634 . . i Mayor, City Council, City Administrator December 23, 1985 The estimated number of hours shown in the Bryan proposal. (595) is double that of Verslues (266). We feel they are more knowledgeable and realistic in their projections. This again is a result of their experience. Verslues' firm has had a poor track record for completing projects for the City on a timely basis, again in order to complete this project in 1186" we will have to expedite our efforts. We will be available at the January 6th Council meeting to answer your questions or provide additional information as desired. cc: Marty Brose Bonnie S. Hubert 2 JEFFERSON STREET BRIDGE CONSULTANT PROPOSAL RANKING FORK Dates Evaluation Ratings: (Out of 11 r 100 Points) Consultant Firm Names Evaluator 's Names ITEM MAXIMUM ALLOCATED ------M POINTS POINTS I. Work Program and General Approach (30 possible) A. Consultant 's displayed understanding of project goals and objectives (10) B. Appropriateness of approach and specific tasks (10) C. All work elements addressed (10) j. ,IB. Firms Credentials and Experience (25 possible) j_ A. Previous experience on similar projects (15) B; Organizational- structure and __ work schedule .� 5) C. Communicative skills ( 5) III. Project Staff (25 possible) A. Experience/Education of project staff (15) B. Availability of staff to meet proposed schedule ( 5) C. Professional demeanor ( 5) �••,_�„" IV. Project Cost 05 possible) * 11• V. Presentation ( 5 possible) TOTAL In an 'effort to reach a decision concerning the best qualified consultants the City reserves the right to evaluate any additional factors it deems appropriate , whether or not such factors are explicitly stated. References may lye used in the evaluation of experience , and may also be used as a determining factor irrespective of points allocated to the above criteria. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FEDERAL AID URBAN BRIDGE REPLACEMENT PROGRAM BRIDGE NO. 218RO2.3 BETWEEN CITY OF JEFFERSON JEFFERSON CITY, MISSOURI AND BRYAN & ASSOCIATES PROJECT NO. 85-139 DECEMBER 31, 1985 BRYAN ASSOCIATES r 3717 Industrial Drive JNlornon City,Missouri 66101 311/834-4714 CONSULTING ENGINEERS CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 AGREEMENT EMENT FOR PROFESSIONAL ENGINEERING SERVICES THIS CONTRACT, hereinafter called the "AGREEMENT" , by and between the City of Jefferson, with offices at the 320 E. McCarty, Jefferson City, Missouri 65101 herinafter called the "CITY" and BRYAN & ASSOCIATES, Consulting Engineers, Inc. , 2717 Industrial Drive, Jefferson City, Missouri 65102, hereinafter called the "ENGINEER". WITNESSETH, that whereas the Federal Highway Administration has accepted the below named work for inclusion in the Federal Aid Urban Program. Construction of Bridge No. 218802.3 located approximately 100' Southwest of the Rex M. Whitton Expressway on Jefferson Street, in the City of Jefferson, Missouri . hereinafter called the "PROJECT" . AND WHEREAS THE CITY is authorized and empowered to contract with the ENGINEER for engineering services for design of the PROJECT, AND WHEREAS necessary funds for payment of said services are available, NOW THEREFORE, THE CITY hereby hires and employs the ENGINEER in accordance with the following AGREEMENT: PART I - DESCRIPTION OF WORK TO BE DONE: • I-A GENERAL: The ENGINEER will prepare under PHASE I, the preliminary design layout and the construction plans with specification and contract documents for the PROJECT, and submit it to the CITY and Missouri Highway and Transportation Department for approval . PHASE II will cover construction inspection. See attached EXHIBIT 'B' for "SERVICES TO BE PERFORMED", which is incorporated herein by reference as though fully set out. PART I-B RIGHT-OF-WAY and TOPOGRAPHICAL SURVEY: The ENGINEER shall be responsible for determining the right-of-way. The ENGINEER shall show the right-of-way location on construction plans. The ENGINEER will be responsible for obtaining the necessary vertical profile and horizontal data. Survey data will be used in PART I-A. A separate agreement will be executed between CITY and ENGINEER for all acquisition costs for which CITY desires Federal Participation. Exclusions in this contract are as follows: 1. Retention of Fee Appraiser or Review Appraiser. 2. Negotiations for Right-Of-Way where cost for acquisition will be required. 3. Any costs associated with comdemnation proceedings and/or relocation assistance programs. 4. Any other costs for Right-Of-Way services which must be authorized by the Federal Highway Administration for Federal Participation. 1 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 PART I-C SUBSURFACE INVESTIGATIONS: The ENGINEER will be responsible for obtaining the necessary boring to determine the location of foundation material . DEKA Geotechnical of Columbia, Missouri , will conduct subsurface investigation. PART I-D OBLIGATIONS OF CITY TO ENGINEER: The CITY, at its own expense, will provide the following: 1. Make available to the ENGINEER all existing records, maps, plans and other data possessed by CITY when such are necessary, advisable or helpful to the ENGINEER in the prosecution of its work under this AGREEMENT. 2. Furnish all necessary property ownership data. PART I-E INSPECTION OF DOCUMENTS: The ENGINEER and all his subcontractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred in connection with this AGREEMENT, and shall make such materials available at their respective offices at all reasonable times during the AGREEMENT period and for three years from the date of final payment under this AGREEMENT for inspection by the CITY, Missouri Highway & Transportation Department, Federal Highway Administration, or any authorized representatives of the Federal Government, and copies thereof shall be furnished, upon request. If copies are requested the CITY shall pay the ENGINEER the cost of making such copies. PART I-F CONFERENCES, VISITS TO SITE, INSPECTION OF WORK: Representatives of the CITY, the Missouri Highway & Transportation Department, and the Federal Highway Administration shall have the privilege of inspecting and reviewing the work being done by the ENGINEER and advising with him at any time. Conferences are to be held at the request of any of the above named parties or agencies. PART I-G CONSTRUCTION INSPECTION: The ENGINEER will conduct periodic construction inspections and assist the City inspectors when required. PART I-H CHECKING OF SHOP DRAWINGS: The ENGINEER will be responsible for the review of all shop drawings. PART I-I CONSULTANT'S SERVICES DURING CONSTRUCTION: The ENGINEER will not be responsible for the testing of any materials. 2 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 PART I-J NUMBER OF COPIES: During the development of plans, the ENGINEER will provide the number of copies of completed or partially completed PROJECT plans, specifications and reports as required by approving authorities and utilities, for the proper prosecution of their respective responsibilities in connection with the PROJECT. PART II TIME OF BEGINNING AND COMPLETION: The ENGINEER will begin work under this AGREEMENT within Ten (10) Calendar Days after receipt of written notice to proceed by the CITY. The ENGINEER will furnish Preliminary Design Layouts for approval within FIFTY-SIX (56) Calendar Days after receipt of notice to proceed. The ENGINEER will make required changes in the Preliminary Design Layouts and prepare detail plans, specifications and estimates within FORTY-TWO (42) Calendar Days after notification of changes required in the-Preliminary Design Layouts. This contract shall be deemed complete thirty (30) days after the 5% FHWA retainage is released to the CITY by FHWA and MHTC. It is understood that certain parts of the work cannot begin until previous parts have been approved by the approving authorities. However, where feasible and practicable, some parts will be carried on simultaneously Ap with the intent of completing the work under, this AGREEMENT efficiently and effectively at the earliest possible date. PART III-A PAYMENTS: Method of Compensation: Compensation for the services hereinbefore described shall be on the basis of actual costs to the ENGINEER, plus a fixed LUMP SUM amount to cover profit only. Actual costs will be the sum of Items (1) through (4), inclusive, below. (1) Actual base salary cost for all employees for the time that they are productively engaged in work necessary to fulfill the obligations in connection with the services hereinbefore described. (2) An amount estimated at 29.67 percent of Item (1) above for direct payroll overhead. (3) An amount estimated at 30.74 percent of Item (1) above for indirect salary overhead, an amount estimated at 47.65 percent of Item (1) for indirect non-salary overhead. (4) Direct non-salary costs which are directly attributable and properly allocable to the PROJECT. These costs include the ENGINEER'S payments to others engaged by him in connection with the PROJECT and necessary to the fulfillment of the terms of this AGREEMENT. (5) A lump sum fixed amount, to cover profit only, of *** TWO THOUSAND ONE HUNDRED SEVENTY TWO AND 31/100 DOLLARS ***($2,172.31) . 3 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 (6) The percentages given for direct payroll overhead Item (2) , indirect salary overhead and indirect non-salary overhead Item (3) are for the purposes of estimating the total compensation and of providing a method of monthly payments to the ENGINEER. Upon completion of the ENGINEER'S work under this AGREEMENT the final payment will be based on the actual rates experienced during the period of performance, as indicated by the ENGINEER'S accounting records, and as determined by final audit of the ENGINEER'S records by MHTD. (7) The amount of compensation shall not EXCEED *** TWENTY THOUSAND NINE HUNDRED FIVE AND 30/100 DOLLARS*** ($20,905.30) . See attached EXHIBITS (pages 11, 12 and 13) for documentation of compensation. Said EXHIBITS are incorporated herein by reference as though fully set out. There is hereby established a contingency fund of *** ONE THOUSAND NINE HUNDRED AND 48/100 DOLLARS *** (1,900.48) to be used for the purposes of compensating for the contingency of actual direct payroll overhead, indirect salary and non-salary overhead exceeding the estimated percentages therefor as provided in Item (6) above, for the contingency of actual total costs exceeding estimated total costs as provided in Item (7) above, for minor or extra work performed inaccordance with the CITY'S authorizations, and for minor changes required in the work by the CITY. PART III-B PROPERTY ACCOUNTABILITY: If during the period of this contract the acquistion of any specialized equipment is required, appropriate credits will be given for any residual value. PART III-C ALLOWABILITY OF COSTS: The allowability of costs will be governed by Volume I, Chapter 7, Section 2 of the Federal-Aid Highway Program Manual (FHPS 1-7-2) and Part 1-15 of the Federal Procurement Regulations (FPR 1-15) . PART III-D METHOD OF PAYMENT: Upon receipt, review and approval of properly documented statements the CITY will make monthly payments to the ENGINEER in accordance with the compensation as specified in this AGREEMENT. Monthly payments will include all items defined as "cost" for the period covered by each monthly statement plus a portion of the lump sum fixed amount. Monthly payments on account of the lump sum fixed amount shall be made in the amount of sums earned less previous partial payments and less an established percentage. For purposes of monthly payments, the amount of the lump sum fixed amount earned shall be computed as a proportion of the lump sum fixed amount *** TWO THOUSAND ONE HUNDRED SEVENTY TWO AND 31/100 DOLLARS *** (2,172.31) , said proportion to be the same as the total costs incurred bear to the estimated total costs. PART IV-A COVENANT AGAINST CONTINGENT FEES: The ENGINEER warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the ENGINEER, to solicit or secure this AGREEMENT, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the 4 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 ENGINEER, any fee, commission, percentage, brokerage, fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this AGREEMENT. For breach or violation of this warranty, the CITY shall have the right to annul this AGREEMENT without liability, or in its discretion, to deduct from the AGREEMENT price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. PART IV-B DESIGN STANDARDS: The PROJECT shall be designed using the latest edition, STANDARD SPECIFICATIONS for HIGHWAY BRIDGES adopted by the AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS and the FEDERAL AID URBAN PROGRAM MANUAL as prepared by the MISSOURI HIGHWAY AND TRANSPORTATION DEPARTMENT. PART IV-C OWNERSHIP OF ENGINEERING DOCUMENTS: Tracings, plans, specifications, and maps prepared or obtained under the terms of this AGREEMENT shall be delivered to and become the property of the CITY upon termination or completion of the work. Copies of basic survey notes and sketches, charts, computations, and other data prepared or obtained under this AGREEMENT shall be made available, upon request, to the CITY without restriction or limitation on their use. When such copies are requested, CITY agrees to pay the ENGINEER its cost of copying and delivering same. If the CITY incorporates any portion of the ENGINEER'S work into any other project than that for which the work was performed, the CITY shall save the ENGINEER harmless from any claims or liabilities resulting from such action. PART IV-D CHANGES IN WORK: Compensation for major changes in scope, character or complexity of the work, for undue delay of the PROJECT through no fault of the ENGINEER, shall be by supplemental agreements. Said supplemental agreements may provide for changes in compensation and for equitable adjustments, either upward or down- ward, in the maximum amount of compensation. Supplemental agreements shall be signed by the CITY and ENGINEER and shall receive Missouri Highway & Transportation Department and Federal Highway Administration approval prior to authorization to proceed with any work covered thereby. PART IV-E DELAYS AND EXTENSIONS: The CITY will grant the ENGINEER extensions of time for delays recognized by the CITY as unavoidable, provided that extensions of time shall be requested in writing by the ENGINEER, stating fully the reasons for such requests. Unique delay is defined as that caused by substantially greater than normal time requirements for approval by the approving authorities or temporary suspension by the CITY of the work under this AGREEMENT, if through no fault of the ENGINEER. 5 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 PART IV-F TERMINATION OR ABANDONMENT: Either party may terminate this contract upon failure of the other to perform in accordance with the provisions of the contract. Before terminating, the party desiring termination shall give the defaulting party seven days written notice of the manner in which the defaulting party has failed to perform the contract. The defaulting party shall have the seven-day notice period to cure the defect. If the defaulting party does not within the seven-day notice period cure the defect, the contract shall be terminated. PART IV-G DISPUTES: Disputes concerning a question of fact, that cannot be resolved harmoniously by the CITY and ENGINEER, shall be reduced to writing and the parties shall meet and confer at least once to attempt to resolve such dispute as a condition precedent to the right of any legal action. PART IV-H RESPONSIBILITY FOR CLAIMS AND LIABILITY: The ENGINEER shall indemnify and save harmless the CITY, the Missouri Highway & Transportation Department and Federal Highway Administration from all claims or suits made or brought for injury to persons or property caused by the negligent acts of the ENGINEER, its agents, employees or subcontractors in the execution of the work or by reason of design defects. The cost of any insurance policies to meet this specific requirement, if not normally carried by the ENGINEER or its subcontractors, will be considered as a direct non-salary cost which is properly allocable to this PROJECT for compensation. PART IV-I GENERAL COMPLIANCE WITH LAWS: The ENGINEER shall comply with all Federal , State and local laws, ordinances and regulations applicable to the work. He shall secure all licenses, permits, etc., from public and private sources necessary for the fulfillment of his obligations under this AGREEMENT. PART IV-J SUBLETTING, ASSIGNMENT OR TRANSFER: The ENGINEER shall not sublet, assign or transfer any interest in the work covered by this AGREEMENT except as provided for in PART I-C herein or except with the prior written consent of the CITY. The use of subcontractors shall in no way relieve the ENGINEER from his primary responsibility for the performance of the work. It is the intention of the ENGINEER to engage the subcontractors named in PART I-C herein for the specific functions enumerated therewith. If at any time, however, the ENGINEER concludes that it would be in the best interests of the CITY to change subcontractors or to change the amounts or types or work to be subcontracted, the ENGINEER shall so notify the CITY in writing, giving reasons for the proposed changes. Upon written consent of the CITY, the ENGINEER will then make such changes. 6 CITY OF JEFFERSON BRYAN A ASSOCIATES 85-139 No approval will be necessary for non-professional services such as AM reproductions, printing, materials and other services normally performed or provided by others. PART IV-K ENGINEER'S ENDORSEMENT: The ENGINEER will endorse all plans, specifications, payment estimates and engineering data furnished by him. PART IV-L NON-DESCRIMINATION CIVIL RIGHTS ACT OF 1964: The ENGINEER agrees that he will comply wi;,ti all Federal and State laws and Federal regulations and directives pertaining to nondiscrimination on the ground of race, color, or national origin in connection with this AGREEMENT, including procurement of materials and lease of equipment therefor, in accordance with attached Exhibit "A" incorporated in and made a part hereof. PART IV-M NON DESCRIMINATION: The Engineer, with regard to the work performed by it after award and prior to completion of the contract work, will not dicriminate on the grounf of race, color or national origin in the selection and retention of subcontractors. The Engineer will comply with Title VI of the Civil Rights Act of 1964, as amended. More specifically, the Engineer will comply with the regulations of the Department of Transportation relative to nondiscrimination in federally assisted programs of the Department of Transportation, as contained in 49 CFR 21 through Appendix H and 23 CF"R 710.405(b), which are nerein incorporated by reference and made a part of this contract. In all solicitations either by competitive bidding or negotation made by the Engineer for work to be performed under a subcontract, including procurments of materials or equipment, each potential subcontractor or supplier shall be notified by the Engineer's obligations under this contract and the requlations relative to non- discrimination on the ground of color, race or national origin. 7 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 PART V ENCUMBRANCE: The total amount encumbered under this AGREEMENT is *** TWENTY THOUSAND NINE HUNDRED FIVE & 30/100 *** ($20,905.30). and the CITY may authorize up to this amount without prior approval of the Missouri Highway& Transportation Department or Federal Highway Administration. PART VI CONCLUSION: IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed as of the day and year written below. Excecuted by the CITY this OU-1 day of 19�,, at Jefferson City, Missouri . FOR: CITY OF JEFFERSON, MISSOURI e rge a� i e ay r ATTEST: OOONE CO. NY CONNISSION EXPIRES JAN 23,1908 Executed by 'the ENGINEER this 3r•`' day of >Cev" 60r.. 19 ,E at Jefferson City, Missouri . FOR: BRYAN & ASSOCIATES CONSULTING ENGINEERS, C. BY: L .� o ryan, P.E• , resI nt ATTEST: oar Pub / My Comnfission xpires 1986. 8 CITY OF JEFFERSON BRYAN & ASSOCIATES 855-139 An EXHIBIT "A" Between CITY OF JEFFERSON, Missouri hereinafter referred to as "CITY" and BRYAN & ASSOCIATES, hereinafter referred to as the "CONTRACTOR" During the performance of this contract, the CONTRACTOR, for itself, its assignees and successors in interest (hereinafter referred to as the "CONTRACTOR") agrees as follows: (1) Compliance with Regulations: The contractor will comply with the RegulalTo—iis o lie epaitmen of ransportation relative to nondiscrimination in federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. ' (2) Nondiscrimination: The contractor, with regard to the work performed y after award and prior to completion of the contract work, will not discriminate on the ground of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the AD Regulations, including employment practices when the contract covers a program set forth in Appendix "A", "B", and "C" of the Regulations. (3) Solicitations for Subcontracts, Including Procurements of Materials and Equipme"nT:Tn all so ici ations i r by compef-itive i13"dding or nego Va ion made by the contractor for work to be performed under a subcontract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) Information and Reports: The contractor will provide all information ana rrep©rts re-q- re' -by the Regulations, or orders and instructions issued pursuant thereof, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contract is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to City, Missouri Highway & Transportation Commission or the Federal Highway Administration, as appropriate, and shall set forth what efforts it has made to obtain the information. 9 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 (5) Sanctions for Noncompliance: In the event of the contractor's noncomplia-n—ce--7wtn t>he non 73 scr`imfnaflon provisions of this contract, City shall impose such contract sanctions as it or the State Highway Commission or Federal Highway Administration may determine to be appropriate, including, but not limited to, (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions of paragraph TT) Wougfi (6) in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order, or instructions issued pursuant thereto. The contractor will take such action with respect to any subcontractor or procurement as CITY, Missouri Highway & Transportation Commission or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance; provided however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City, State or the United States to enter into such litigation to protect their respective interests. 10 PROJECT ESTIMATE SPREADSHEET B &A Proj, Nu.: 85-139 DATE: 12/12/35 Client: JEFFERSON CITY — Jefferson Street Bridge PRELIMINARY -- CODE TASK 1--------------------- DIRECT LABOR IN HOURS -----------------------> DIRECT 1-------- IVIBER OF -------3 P.E. (1) L.S. Engineer S.E.Tech E.Tech. E.Draft Amin LABOR COST MILES t1EALS LODGINGS 2200 PRELIMINARY DESIGN 2210 Administrative 3 3 6 2219 Wravel Tite 1 1 2 25 O 0 2221 Hydraulic Design Rep 6 2 8 2220 DNR/404/401/FPPA 2 2 4 2231 Hydraulic Design 16 16 2232 Roadway Design & Lay 12 12 2240 Prel. Surveying 24 40 64 2249 #Travel Time 1 2 3 50 0 4 2240 Reduce Field Notes 4 4 8 2244 Contour Mapping 0 0 2253 Existing Plans 30 30 2252 Pick/Plot Existing S 4 4 2251 Pick/Plot Narrow Val 4 4 2253 Proposed Site Plan 24 24 Proposed X-Sections 4 4 Assemble Plans 4 2 6 2262 Review Proposed Plan 8 4 12 2261 Review Hydraulic Des 4 4 2270 Field Inspection 2 2 2279 Wravel Time 1 1 25 0 0 Total Hours 214 2300 RIGHT-W-MY 2311 Administrative 8 8 16 2312 Typing Descriptions 4 4 2318 RIO Negotiations 2 6 6 2319 ##Travel Time 1 3 4 25 0 0 2320 Description Nriting 16 16 2340 R/N Surveying 4 8 12 2350 RIO Detailing 6 6 2360 Review R/W Desc/Plan 4 2 6 2310 RIO Field Inspection 2 2 4 2379 Wravel Tise 1 1 2 25 0 0 Total Hours _ 78 11 Alft B 6 A Proj. No.: 85-139 Page 2 of 3 Client: JEFFERSON CITY--Jefferson Street Bridge PRELIMINARY -- CODE TASK 1------------- — DIRECT LABOR IN HOURS ----------------------> DIRECT 1-------- IWER OF -------) P.E. (1) L.S. Engineer S.E.Tech [.Tech. E.Draft A&in LABOR COST MILES HEALS LODGING'S 2400 STRUCTURAL DESIGN 2410 Administrative 16 16 2413 Printing/Copying 8 e 2418 Specifications 4 8 12 2419 *Travel Time 2 2 50 0 0 2420 Reports/Forms 8 8 2431 Structural Design 12 12 24 2432 Estimate Quantities 8 8 2455 Det. Bridge Plans 20 16 36 2453 Det. Site Plan 2 6 8 2454 Det. Roadway Plans 4 4 2450 Assemble Plans/misc. 2 6 8 2460 Review/Checking 16 3 24 2468 Field Review 4 4 2469 #travel Time 1 1 25 0 0 Total Hours 163 2500 CONST. INSPECTION 2510 Administrative 16 8 24 2518 Bidding/Awarding Pro 4 4 3 2519 **Travel Tiw. 1 2 3 50 0 0 2521 Payroll Certificatio 0 0 16 16 2522 Progress Invoices 0 0 0 2523 Change Orders 16 3 24 2520 Misc. Report/Forms 8 8 16 2560 Review/Checking Plan 8 3 16 2560 Field Review 4 4 2569 #Travel Time 1 1 25 0 0 2570 Inspedion-General 12 12 0 24 2579 Wrovel Time 2 2 0 4 35 0 0 Total Hours 140 Design HOURS 81 56 83 59 156 0 20 455 225 0 4 Design Expense/Employee $1453.00 $560.00 $1162.00 $619.50 $1240.00 EO.UO $130.00 $5177.50 Construction HOURS 10 0 68 62 0 0 0 140 110 0 0 Contruction Expense/Emplo $I00.00 $0.00 $952.00 $651.00 $0.00 50.00 $0.00 $1733.00 Total Number of HOURS 91 56 151 121 156 0 20 595 335 0 4 WOW Expense/Employee $1638.00 $560.00 $2114.00 $1270.50 $1248.00 50.00 $130.00 $6960.50 12 Aft B & A Proj. No.: 55-139 Page 3 of 3 Client: JEFFERSON CITY -- Jefferson Street Bridge PRELIMINARY -- #4#ENGINEERING DESIGN PHASE ### + # CONSTRUCTION INSPECTION PHASE ## DIRECT LABOR COST................................................ $5177.50 DIRECT LABOR COST........................................... $1703.00 OVERHEAD: Percentage OVERHEAD: Percentage Direct Salary.................... 29.61 $5177.50 $1536.16 Direct Salary............... 71.67 $1783.W $529.02 Indirect Salary.................. 30.74 $5177.50 $1591.56 Indirect Salary............. 30.74 $1783.00 $548.09 Indirect Non-salary.............. 47.65 $5177.50 $2467.03 Indirect Non=salary......... 47.65 $1733.00 $849.60 TOTAL 100.06 $5594.01 TOTAL 103.06 11926.71 TOTAL. COST OF OVERHEAD FOR PROJECT........................... $5594.81 TOTAL COST OF OVERHEAD FOR PROJECT...................... $1976.71 PROFIT ON DIRECT LABOR............. 15.00 percent of labor $1615.05 PROFIT ON DIRECT LABOR....... 15.00 percent of labor $556.46 DIRECT NON-SALARY COSTS: DIRECT NON-SALARY COSTS: Subcontractors: Subcontractors: Soil & Subsurfaces Investigation......... $1510.00 $0.00 Aerial Flight............................ $0.00 $0.00 $0.00 Testing of Materials................ $500.00 Archaelogical 41000.00 if necessary).. $0.00 Telephone........................... $130.00 $1500.00 $630.00 Travel Expenses: Travel Expenses: Mileage.............. $0.30 per mile $67.50 Mileage......... $0.30 per wile $33.00 Meals................ $5.00 per meal $0.00 Meals........... $5.00 per meal $0.00 Lodging.............. $30.00 per night $120.00 Lodging......... $30.00 per night $0,01 $131.50 $3100 TOTAL 104-SALARY COSTS........................... $1657.50 $1687.50 TOTAL NON-SALARY COSTS...................... $663.00 $663.00 TOTAL ESTIMATED PROJECT EXPENSES (DESIGN PHASE)..................$14075.65 TOTAL ESTIMATED PROJECT EXPENSES (CONSTRUCTION PHASE)....... $4929.11 CONTINGENCY of 10% .............................................. $1407.57 CONTINGENCY of 101 ......................................... $492.92 MAXIMUM PROJECT EXPENSE (DESIGN PHASE)...........................$15433.22 MAXIMUM PROJECT EXPENSE (CONSTRUCTION PHASE)................. #547'2.08 BASIC RATES OF PAY ### TOTAL ESTIMATED PROJECT EXPENSES...................$19004.82 ### 1 Professional Engineer $18.00 1 # #} 1 Land Surveyor $10.00 ### CONTINGENCY OF 10%...:............................. $1910.48 444 Engineer $14.00 ' ### ----------##} 1 Senior Eng. Technician $10.50 ###MAXIMUM PROJECT EXPENSE............................$20905.30 #44 1 Engineering Technician $8.00 ### #F# 1 Engineering Draftsman $7.00 ; #################################################44####4444##l4#4## 1 Administrative $6.50 ; 13 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 EXHIBIT "B" SERVICES PERFORMED by BRYAN & ASSOCIATES I. CONTRACT: Prepare the ENGINEERING SERVICES CONTRACT to be submitted to the City and the MHTD. II . PRELIMINARY DESIGN (PHASE I): A. Conduct field survey to determine: 1. Existing Right-of-way. 2. Profiles and cross sections required for hydraulic analysis. 3. Profiles and cross sections required for roadway design. 4. Location of utilities. B. Subsurface investigation by DEKA Geotechnical of Columbia, Missouri C. Hydraulic and cost analysis: 1. Water-way thru structure required for the design frequency. 2. The most cost effective structure and roadway grades. 3. Right-of-way requirements and construction easements. 4. Obtain 404 Permit if required. 5. The estimated construction costs. D. Assist City if requested in acquisition of right-of-way. (Separate Agreement will be prepared for the acquisition costs if Federal participation is requested. E. Submit preliminary design to the City and MHTD for approval : 1. Profile sheet with upstream and downstream narrow valley section, streambed profile (1000' up & downstream) . 2. Design computation for the hydraulic analysis. 3. Cost estimate of proposed structure. 14 CITY OF JEFFERSON BRYAN & ASSOCIATES 85-139 III. FINAL. DESIGN (PHASE I): A. Design of structure using: 1. HS20 live loading. 2. AASHTO design specifications. 3. MHTD standard where applicable. B. Preparation of: 1. Detailed construction plans. 2. Specifications. 3. Contract documents. C. Obtain State b Federal pre-vailing wage. D. Submit the following to the City for approval : 1. Design Plans: a. Cover sheet (Project name & location) . b. Project quantities. c. Roadway plans. d. Right-of-way plans. e. Bridge plans. 2. Specifications. 3. Contract documents. 4. Pre-vailing wage. 5. Construction cost estimate. E. Assist City if requested in the following: 1: Notify responsible contractors. 2. Distribute plans, specifications and other contract documents. 3. Evaluating bids. 4. Make recommendations on construction contract award. S. Awarding of contract. IV. CONSTRUCTION PHASE (PHASE II): The ENGINEER will conduct periodic construction inspections and assist the City inspectors. 15