Loading...
HomeMy Public PortalAboutORD15205 BILL NO. 2013-106 SPONSORED BY COUNCILMAN Scrivner ORDINANCE NO I`1;�L)1 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI. AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH GEORGE BUTLER ASSOCIATES, INC.. FOR THE WEST EDGEWOOD DRIVE TRAFFIC STUDY PROJECT BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON. MISSOURI. AS FOLLOWS WHEREAS, George Butler Associates. Inc . was selected as the most qualified firm to perform the professional services associated with the West Edgewood Drive Traffic. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI. AS FOLLOWS Section 1 George Butler Associates. Inc is hereby approved as the best qualified firm to provide professional services and their proposal is hereby accepted Section 2 The Mayor and City Clerk are hereby authorized to execute an agreement with George Butler Associates, Inc . for the West Edgewood Drive Traffic Study project Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4 This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed Approved: a } VL Presiding Officer Mayor ATTEST: APPROVED AS TO FORM: tty C T Ofty counselor vnl �S1,o� CONTRACT FOR PROFESSIONAL SERVICES Traffic Study �EYPm�et✓ �" THIS AGREEMENT, made and entered into this 4 day of.Alevem4mm 2013 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 George Butler Associates,One Renner Ridge, 9801 Renner Boulevard,Lenexa,Kansas, 66219-9745, 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. Scone 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 direction of the City. All such directives and changes shall be in written form and approved by the City Administrator 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. U Canvan F/es~esao Se cesS.WAss tesirra"c SWy 2013"pd 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 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 in accordance with the schedule contained in Exhibit A. 6. Compensation. The City agrees to pay the Consultant in accordance with the terms set forth in Exhibit A, which shall constitute complete compensation for all services to be rendered under this contract. The final payment will be 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 for in such progress payments in conformance with the contract. 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 Forty-Seven Thousand Nine Hundred Eighty-Four Dollars ($47,984.00) for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. Such compensation will be paid in progress payments, as specified in Exhibit A, except ten percent (10°x6) shall be withheld from each phase until it is satisfactorily completed and the finished product for that phase delivered to the City. 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, through any cause, 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 f U�Conbxt FiesWofgs Sere Suow As Qo sl T2FC Sftdy 2013 WO L 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 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. The Consultant shall indemnify and hold the City harmless from and against all claims, losses and liabilities arising out of personal injuries, including death, and damages to property which are caused by the negligent act, errors and omissions of the Consultant for which they would be otherwise legally liable, arising out of or in any way connected with this Contract. U K.onlxl FiesWdevaw Sences9uner 4sm ms Taft S(Wy 2073 w d 3 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. 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. 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 Community Development, 320 East McCarty,Jefferson City, Missouri, 65101, and the Consultant, at George Butler Associates, One Renner Ridge, 9801 Renner Boulevard, Lenexa, Kansas, 662619-9745. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. U VCWVWt FksWolessona'Sence36u Assocufesi Traffic SIWy 2013 w d 4 CITY OF JEFFERSO GEORGE BUTLER ASSOCIATES Mayor Tit ATTEST: ATTEST: Ci Clerk Title' APPROVED AS TO FORM: City Counselor UCaraa F+ffV-h�SWVC"Wkew A59NO"T'WC seer 201).pa 5 Exhibit A The GBA / CMPS team will complete the following tasks to fulfill the requirements of this agreement: Phase 1 — Existing Conditions and Data Collection ($7,426.00, Hourly plus Expenses not to Exceed) 1. Initial brainstorming session with City staff, MoDOT, stakeholders, and the GBA team to review previous studies and development plans and then to identify observed problems along with improvement ideas. 2. Compile existing information including, land uses, utilities, right of way, street plans, traffic crash data, topographic mapping, etc. 3. Provide the City with required locations and time frames for City staff to record new traffic flow data for a one week period on Stadium Boulevard, Edgewood Drive, and Frog Hollow Road. 4. Record new peak period vehicle and pedestrian traffic counts at the intersections of West Edgewood Drive with West Stadium Boulevard, Creek Trail Drive, Frog Hollow Road, and M-179 during the critical morning and afternoon commuter peak based on the results of the week-long counts. S. Develop design traffic volumes starting with data from latest studies and adding expected trip generation from Stoneridge Village, the new St. Mary's Hospital, and other land use growth in the City. The updated VISUM travel demand model would be used as the basis for background traffic growth with the TAZs that directly abut the Edgewood corridor being manually assigned to the thoroughfare system. Phase 2 — Corridor Study Analyses ($21,320.00, Hourly plus Expenses not to Exceed) 6. Review the design traffic volumes with the City staff. 7. Complete Level of Service (LOS) analyses using new design hour volumes and existing/planned street network. This LOS analysis would include determination of expected vehicle queue lengths. 8. Identify improvement needs and alternatives based on brainstorming session. 9. Review the needs analysis with the City staff. 10. Update and expand the latest VISSIM simulation model to evaluate/refine improvement alternatives. This VISSIM model will include the requested study corridor along West Edgewood Drive, West Stadium Boulevard, and the intersecting thoroughfares. I1. Review the VISSIM model results with the City staff. Phase 3 -Schematic Improvement Designs ($18,738.00, Hourly plus Expenses not to Exceed) 12. Prepare schematic design layouts including needed intersection lane configurations, possible roundabout configurations, and traffic control devices in enough detail to estimate right-of-way impacts and construction costs. 13. Determine possible phasing plans for each alternative. 14. Develop comparison matrix based on factors e.g., cost, LOS, R/W impacts, constructability, etc. 1S. Review design layouts and comparison matrix with the City staff. 16. Prepare recommendations and a preliminary study report. 17. Present to City and public for review. 18. Determine preferred implementation plan, and finalize study report. Travel ($500.00, Direct Expense) Summary of Costs Phase 1 - Existing Conditions and Data Collection $7,426.00 (Hourly plus Expenses not to Exceed) Phase 2 - Corridor Study Analyses $21,320.00 (Hourly plus Expenses not to Exceed) Phase 3 - Schematic Improvement Designs $18,738.00 (Hourly plus Expenses not to Exceed) Travel $500.00 (Direct Expense) Total Not to Exceed $47,984.00 Time for Completion Notice to Proceed: December 9, 2013 Phase 1: January 17, 2014 Phase 2: February 14, 2014 Phase 3: March 14, 2014 EXHIBIT B GEORGE BUTLER ASSOCIATES, INC. ENGINEERS / ARCHITECTS STANDARD HOURLY RATES Employment Classification Hourly Rate Principal $250.00 Senior Associate 210.00 Associate 172.00 Senior Architect/Civil Engineer/ Specialist 146.00 Senior Mechanical/ Electrical Engineer 156.00 Architect/Civil Engineer/ Specialist 1 118.00 Mechanical/ Electrical Engineer 1 122.00 Architect/Civil Engineer/Specialist II 100.00 Mechanical/ Electrical Engineer II 105.00 Architect/Civil Engineer/ Specialist III 90.00 Mechanical/ Electrical Engineer III 100.00 Senior Arch /Civil/Specialist Technician 115.00 Senior Mechanical/ Electrical Technician 134.00 Design Technician 1 90.00 Design Technician II 72.00 Design Technician III 60.00 Senior Construction Observer 122.00 Construction Observer 1 85.00 Construction Observer II 75.00 Field Technician 1 85.00 Field Technician II 70.00 Field Technician III 55.00 Administrative Assistant 1 85.00 Administrative Assistant II 60.00 General Office 1 55.00 General Office II 40.00 Registered Surveyor 122.00 Survey Technician 1 84.00 Survey Technician 11 60.00 Survey Technician III 45.00 2-Man Survey Party 144.00 Equipment (CAD and Total Station Survey Equipment expenses are included in the above hourly rates unless otherwise stipulated by contract.) Global Positioning System Equipment 20.00 per hour Real Time Kinematic Global Positioning System Equipment(RTK) 60.00 per hour Utility Locator 15.00 per day Ground Penetrating Radar Equipment 500.00 per day Nuclear Density/Soil Testing Equipment 50.00 per day Concrete Testing Equipment 20.00 per day Traffic Counters 20.00 per day Expenses Reimbursable expenses (travel, vehicle mileage. vehicle rental, printing and platting, subsistence, long distance telephone, etc.) incurred will be charged at cost plus 10% to cover administrative overhead. The following items will be charged as shown: Company Survey Vehicles 0.76 per mile Company Pick-up Truck 0.56 per mile Personal and Company Cars 0.56 per mile Effective Date: July 1, 2013 Central Missouri Professional Services, Inc 2500 East McCarty Street Jefferson City,MO 65101 573-634-3455 573-634-8898(fax) info @cmos-inc.com HOURLY RATES AND MATERIAL COSTS Firm Principal...................................................................... $110.00/hr. Professional Engineer(PE)....................................................... $ 95.00/hr. Professional Land Surveyor(PLS)............................................... $ 95.00/hr. Design Engineer.................................................................... $ 80.00/hr. Engineering/Survey Tech I ... ................................................. $ 65.00/hr. Engineering/ Survey Tech I1 .................................................... $ 75.00/hr. 2-Man Field Crew .................................................................. $I 15.00/hr. 3-Man Feld Crew .................................................................. $130.00/hr. 4-Man Field Crew................................................................... $145.00/hr. 2-Man Feld Crew (w/Trimble GPS)............................................. $210.00/hr. 3-Man Field Crew(w/Trimble GPS)............................................. $235.00/hr. 4-Man Feld Crew(w/I'rimble GPS)............................................. $260.00/hr. Clerical .............................................................................. $ 36.00/hr. Prints(24°x 36) .................................................................. $ 5.00%a. Larger Prints (Color)............................................................ $ 25.00/ea. Iron pins,hubs,laths, steel fence posts........................................... At Cost Mileage .............................................................................. $ .45 /mi Lodging(per night,per man) .................................................... At Cost Meals(per day,per man) - ($7,$9,$10)....................................... $ 30.00/ea. Note: 1. On all out of town jobs(jobs requiring overnight lodging)the client shall pay for all lost time due to rain, snow or other adverse conditions as well as all travel time. 2. When a client requests we work overtime, client shall be charged 1 tfi times the above listed hourly rates. (If CMPS chooses to work overtime,client shall not be charged for overtime.) • Each field crew is equipped with electronic digital theodolite and data collectors. • Subconsultants,if requited,will be billed at cost plus 5%. • All travel time to and from the project site will be charged to the client. 5nl2ol3 MATERIALS COST Mylar prints (24"x 36") ........................................................... $ 10.00/ea. Mylar prints(larger sizes) ........................................................ $ 3.00/sq.ft. Copies (8 W' x 11"or 8'h"x 1 4')............................................... $ .l0/ea. Laths ................................................................................ $ 1.00/ea. Hubs .......................................................1�...................... $ .25/ea. MetalMarkers ..................................................................... $ 3.00/ea. IronPins ............................................................................ $ 2.00/ea. Flags ................................................................................ $ .10/ea. Steel Fence Posts ................................................................. $ 5.00/ea. Spikes ............................................................................ $ .50/ea. Flagging ........................................................................... $ 2.00/roll 5M2013 MATERIAL TESTING AND CONSTRUCTION INSPECTION SCHEDULE OF SERVICES AND FEES SOILS TESTING Atierberg Limits $ 45.00 Moisture Content $ 10.00 Specific Gravity $ 40,01) Sieve Analysis S 45.00 Soils Bearing Capacity $ 46.00/hr Permeability $ 100.00 Swell $ 100.00 Soil Sampling $ 46.00& Moisture Density-STD Proctor 4" (Method A&B) $ 120.00 Moisture Density-STD Proctor 6"(Method C) $ 120.00 Moisture Density-MOD Proctor 4"(Method A&B) $ 130.00 Moisture Density-MOD Proctor 6"(Method C) $ 170.00 Grain Size Distribution and Hydrometer $ 90.00 Grain Size Distribution $ 45.00 Grain Size#200 Wash $ 40.00 FIELD DENSITY NUCLEAR METHOD S45.00/hour+Mileage* (Ist 8 hours weekdays) S60.00Rwur+Mileage*(after 8 hours and weekends) AGGREGATE TESTING Sieve Analysis Dry Aggregate $ 35.00 Sieve Analysis Fine Aggregate Wet Sieve S 40.00 Sieve Analysis Coarse Clean Aggregate Wet Sieve $ 50.00 Sieve Analysis Coarse Clean Well Graded Aggregate Wet Sieve $ 50.00 Deleterious Materials S 30.00 Light Weight Particles $ 110.00 Chert Content S 30.00 Washed Gradation $ 40.00 Specific Gravity and Absorption(Coarse or Fine) $ 35.00 Dry Rodded Weight $ 15.00 Soundness Test(5 Cycle) $160.00 LA. Abrasion $100.00 Coal and Lignite S 30.00 Field Sampling S 46.00/hr CONCRETE FEELD SERVICES Perform Slump&Air,Cast Cylinders,Beams,Cubes ACI Certified Technician(First 8 hrs.Weekdays) $ 45.00/hr. (After 8 hrs.&Weekends) $ 67.50/hr. 5/1/2013 CONCRETE TESTING Cylinder Compressive Strength S 15.00 Cylinder Mold $ 1.00 Cutting Irregular Concrete Cylinders S 25.00 Concrete Cores(Trim,Cap&Test) $ 25.00 Concrete Beams(Flexural Strength) $ 20.00 Handling&Curing of Units not Tested $ 6.00 Handling&Sawing of Irregular Units $ 25.00 Concrete Coring 2",3",4",5',6'.&8" $ 45.00/hr.+bit charge Concrete Mix Design-Laboratory Trial Batch Method $350.00 Additional Batches(Using Same Aggregates) $ 180.00 Concrete Mix Design by 3 Point Water/Cement Ratio $650.00 ASPHALT TESTING Asphalt Core,Density and Thickness $ 20.00 per sample Field Sample/Asphalt Concrete Density,Stability&Flow Tests $ 108.00 per set of 3 Lab Sample/Asphalt Concrete Density,Stability&Flow Tests $ 144.50 per set of 3 Asphaltic Concrete Extraction Test with Sieve Analysis $300.00 per set of 3 Asphaltic Concrete Extraction Test with Sieve Analysis $ 180.00 per sample Job-Mix Formula Quality of Aggregate Tests $388.00 per size Job-Mix Formula $368.50 each Job-Mix Formula Three Point Curve $789.00 each Marshall Stability Lab Sample(Set of 3) $ 145.00 Marshall Stability Field Sample(Set of 3) $ 110.00 Asphalt Core Density and Thickness S 20.00 4"Diameter Asphalt Core Per Inch $ 2.50 6"Diameter Asphalt Core Per Inch $ 3.50 FIELD SERVICES Superpave Certified Technician $45.00/hour+Mileage*(1 st 8 hours on weekdays) $60.00/hour+Mileage*(After 8 hours and weekends) (Coring must also include Technician Time and Mileage) MASONRY MORTAR TESTS Compressive Strength Tests-2"x 2"Cubes $ 10.00 Compressive Strength Tests-2"x 4"Cylinders $ 10.00 Compressive Strength Tests-3"x 6'Grout Cylinders $ 12.00 Compressive Strength Tests-Grout Prisms $ 15.00 Compressive Strength 4"Block $ 15.00 Compressive Strength 6"Block $ 20.00 Compressive Strength 8"Block $ 30.00 Compressive Strength 12"Block $ 50.00 2"x 4" Grout or Mortar Cylinders $ 10.00 2"x 2" x 2"Mortar Cubes $ 10.00 2 Course Masonry Unit Prism Test $ 50.00 Masonry Mortar Mix Design $225.00 Handling and Sawing Irregular Units $ 10.00 Compressive Strength of 8" Masonry Unit $ 20.00 Absorption of Masonry Units $ 30.00 Density Test of Spray Fireproof $ 20.00 5/1!2013 STRUCTURAL STEEL INSPECTIONS Shop Inspection S 50.001hr. Field Inspection $ 50.00/M. NON-DESTRUCTIVE TESTING Ultrasonic Test Shop Inspection S 50.00/hr. Ultrasonic Test Field Inspection S 60.00/hr. Magnetic Particle Inspection S 50.00/hr. WELDING OPERATOR OUALMCATION AND INSPECTION Shop Inspection S 45.001hr. Coupon Guided Bent Tests $ 55.00 Radiographic X-Ray S 50.00 UNDERWATER CAMERA INSPECTION TECUMCIAN/OPERATOR Field Inspection $ 75.00/hr. (Price does not include Camera Rental) 5/7/2013