HomeMy Public PortalAboutORD15675 BILL NO. 2017-23
SPONSORED BY COUNCILMAN 9 Henry
l
ORDINANCE NO. �1( 1$
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE AN AGREEMENT WITH GREDELL ENGINEERING RESOURCES, INC., IN THE
AMOUNT OF $61,800.00 FOR THE DESIGN OF THE SOUTH LINCOLN STREET SLOPE
STABILIZATION; AND AUTHORIZING A SUPPLEMENTAL APPROPRIATION WITHIN THE 2015-2016
BUDGET.
WHEREAS, Gredell Engineering Resources, Inc., has been selected as the firm best qualified to
provide professional services related to the design of the South Lincoln Street Slope
Stabilization.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI,
AS FOLLOWS:
Section 1. Gredell Engineering Resources, Inc., is hereby approved as the best qualified firm to
provide professional services and its proposal is hereby accepted.
Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with
Gredell Engineering Resources, Inc., for the South Lincoln Street Slope Stabilization.
Section 3. The agreement shall be substantially the same in form and content as that agreement
attached hereto as Exhibit A.
Section 4. There is hereby supplementally appropriated within the General Fund $61,800.00 as
indicated on Exhibit B, attached hereto.
Section 5. This Ordinance shall be in full force and effect from and after the date of its passage
and approval.
Passed: ylit.--►t.P_ O /7 Approved: (p ( I-7
_ CAP(M--t- r.
Presidirig Officer - aa/tv.‘ Mayor Carrie Tergin
Ao-r ip
T:, v 1' .;. r APPROVED AS TO FORM:
i y Clerk" City Cou sel'�r
` CERTIFICATION BY MAYO`
Pursuant to Article VII, Section 7.1(5.) Of the Charter of the City of Jefferson, Missouri, I hereby certify
that the sums appropriated in the ordinance are available in the various funds to meet the requirements of
this bill. �Y ��
61Av v`,-C. T
1,,,,c
Mayor
General Fund:
Revenue
SUPPLEMENTAL APPROPRIATIONS
FISCAL YEAR 2016-2017 BUDGET
10-100-495995 Transfer From (To) Surplus $61,800.00
Expenditure
10-990-577065 South Lincoln Street
Bill2017-23
Exhibit B
$61,800.00
EXHIBIT A-2
GREDELL Engineering Resources, Inc.
ENVIRONMENTAL ENGINEERING LAND -AIR -WATER
Offices in Jefferson City, Kansas City Metro and Springfield, Missouri
May22,2017
Mr. Britt Smith, P.E., Operations Division Director
City of Jefferson Department of Public Works
320 East McCarty Street
Jefferson City, MO 65101
RE: South Lincoln Street Slope Stabilization, Streambank Stabilization, and Roadway Repair
Jefferson City, MO
Dear Mr. Smith:
On May 4, 2017, at your reques~ GREDELL Engineering Resources, Inc. (Gredell Engineering) conducted a
preliminary site reconnaissance of the roadway and embankment faUure In the 200 block of South Lincoln Street
in Jefferson City, Missouri. We have prepared this proposal to provide engineering services to assist in the
stabilization of the affected slope and streambank, and the repair of the affected roadway.
Proposed Scope of Services
We understand the proposed project consists of slope stabUization, streambank stabilization, and roadway repairs
necessary due to streambank erosion and slope fallure. We propose to prepare base mapping for the project,
Identify the geometry of the slope failure zone, identify subsurface conditions critical to design and construction,
and prepare construction documents suitable for bidding by qualified contractors to construct streambank
stabilization, slope stabilization, and roadway repairs. Gredell Engineering proposes the following scope of work
for this project:
TASK 1. Prepare a topographic survey of the affected infrastructure and the associated
properties, including stream profiles.
TASK 2. Conduct a subsurface investigation to characterize the geometry of the failure zone and
the subsurface conditions pertinent to designing suitable stabilization and repair
recommendations. The general scope of our proposed field investigation consists of
three rotary borings. Two borings will be drilled on the east side of the roadway, and one
boring will be drilled near the wast side of the roadway. We propose to advance the
borings to auger refusal or to a maximum depth of forty feet, whichever occurs first. We
will conduct field testing to characterize soil consistency, shear strength, and
compressibility. We anticipate recovering representative soli specimens for appropriate
laboratory testing. Conduct a field Investigation of the stream to detennlne the general
condition and flow characteristics.
TASK 3. Prepare a preliminary engineering report that provides: a recommended slope
stabilization system; subsurface drainage recommendations: recommended
specification content; geotechnical construction considerations: and streambank
stabilization recommendations.
1505 E. High Street
Jefferson City. Missouri 65101-4826
Telephone~ (573) 659-9078
Fax~ (573}659-9079
~ .... .. -.~--~
Mr. Britt Smith, P.E.
May22,2017
Page2
TASK 4. Review preliminary design recommendations with the City of Jefferson Department of
Public Works (Public Works) to define the preferred systems and techniques for slope
stabilization and streambank stabilization. Prepare conceptual design documents and
review wHh Public Works.
TASK 5. Prepare design development documents in accordance with Public Works' schematic
design review comments. Review design development documents with Public Works.
TASK 6. Prepare construction documents in accordance wHh Public Works' design development
review comments. Review construction documents with Public Works.
TASK 7. Attend a pre-bid meeting, and address contractor's questions regarding the bid
documents,.
We have anticipated the following in preparing this Scope of Services and cost estimate:
• The deliverables for this project include an engineering report prepared by a Missouri registered
professional engineer that will provide geotechnical design recommendations, streambank stabUization
recommendations, recommended specification conten~ and construction considerations; and a set of
construction documents suitable for bidding slope stabilization, streambank stabilization, and roadway
repairs for construc6on by qualified contractors.
• The streambank stabilization assessment and design will follow American Public Wori<s (APN A) criteria
and will include Rosgen techniques. The stream Is located in a Federal Emergency Management
Agency (FEMA) flood zone-AE. The work In the stream will require a 404 pennitform the United States
Army Corps of Engineers (Corps). The disturbed area should be less than 1.0 acres and a land
disturbance permit form the Missouri Oeparbnent of Natural Resources is not anticipated. We will assist
the City of Jefferson in preparation of documents for submittal to the Corps. We will assist the City of
Jefferson in the preparation of documents to be submitted to FEMA for the floodplain modifications. We
anticipate a Letter of Map Revision (LOMR) may be required by FEMA
• The City of Jefferson will obtain permission from landowners In the immediate vicinity of the roadway
embankment failure to allow necessary site entry for Gredel! Engineering to complete the scope of
services.
• We anticipate that construction of the slope and streambank stabUization will not require any new
easements; will not be subject to any building setback requirements; and will not require any property
transactions such as new right-of-way acquisition. Therefore, we have not included boundary survey
work in these services.
• Gredel! Engineering will provide surveying services through a sub-consultant arrangement with Central
Missouri Professional Services, Inc. of Jefferson City, Missouri.
• Gredell Engineering will provide drilling services through a sub-contract arrangement with Twehous
Excavating, Inc. of Jefferson City, Missouri.
• We have based this proposal on preliminary site observations made May 4 through May 8, 2017.
..
Mr. Britt Smith, P.E.
May22, 2017
Page3
• Completed borings will be backfilled with cuttings from the borings upon completion of subsurface
observations and measurements.
• The proposed subsurface evaluation does not include investigation of the sHe for the purpose of
identifying or evaluating any hazardous substances or petroleum products in the subsurface.
Proposed Project Schedule
GREDELL Engineering Resources, Inc. is committed to performing the work in a timely and effiCient manner and
meeting the foUowing schedule. It is noted that the schedule is dependent on various factors, including weather
conditions, site accessibility, the complexity of subsurface conditions, coordination with property owners, review
time by regulatory agencies, and interaction with the project team. A summary of the costs and duration of the
proposed services Is provided below. These durations do not include intra-office review times by Public Works,
or the Corps. TyplcaUy, a 404 permit form the Corps can be processed in 60 days; and the submittal can utilize
concept drawings instead of engineered sealed drawings. The LOMR can be processed through the City of
Jefferson Floodplain Administrator.
Proposed Fee Estimate and Invoicing
GREDELL Engineering Resources, Inc. will provide the proposed services on a time and expense basis in
accordance with the attached schedule. GREDELL Engineering Resources proposes to submH progress Invoices
monthly for actual time, materials and subcontract fees during performance of these services. Invoices are
payable upon receipt. and due within 30 days. The estimated total cost of these services is approximately
$61,800. Reimbursable expenses (subconsultant survey, subcontract drilling, copies, and prints} comprise about
$9,000 of this total. A summary of the costs and duration of the proposed services is provided below:
Lincoln Street Slope Stabilization, Streambank Stabilization, and Roadway Repair
GREDELL Engineering Resources, Inc. -Estimated Engineering Fees
Task Estimated Duration Estimated Fees
Task 1: Topographic Survey 3weeks $7,000
Task 2: Stream & Geotechnical Investigations 3 weeks (concurrent w/ Task 1) $8,000
Task 3: Preliminary Engineering Report 1 week $4,000
Task 4: Conceptual Design & Review 2weeks $12.000
Task 5: Design Development & Review 3weeks $15,000
Task 6: Construction Documents & Review 4weeks $12,600
Task 7: Bid Phase Services -$3,200
Summary 13weeks $61,800
Mr. Britt Smith, P.E.
May22, 2017
Page4
Changes to this scope of work or schedule may constitute a change in scope and may necess~te changes to
the project budget. We will negotiate changes to the project scope and budget (if any) with the Jefferson City
Department of Public Works prior to initiating any change-of-scope activHies.
Additional Terms and Conditions
In addition to the above text. GREDELL Engineering Resources, Inc. (the Finn) proposes that the following terms
and conditions apply to the project with the Jefferson City Department of Public Works (the Client).
1. Late Payments: Accounts unpaid 60 days after the date of the invoice are subject to a monthly service
charge at a rate equal to the lesser of 1.5% or the highest rate allowed by applicable law, on the then
unpaid balance. In the event any portion or all of the account remains unpaid 90 days after the date of
the Invoice, the Client will pay all costs of collection, induding reasonable attorney's fees.
2. Indemnification: The Consultant agrees, to the fullest extent pennitted by law, to indemnify and hold
harmless the Client, its officers, directors, and employees from and against damage, liability and cost,
including reasonable attorney's fees, and defense costs arising from the perfonnance of professional
services by the Consultant or anyone for whom the Consultant is legally liable under this agreement,
excepting only those damages, llabDities and costs attributable to the negligence or Willful misconduct of
the Client, or its officers, directors and employees, or anyone for whom the Client is legally liable.
The Client agrees, to the fullest extent permitted by law, to indemnify and hold hannless the Consultant
and its officers, directors, employees and sub<:onsultants from and against damage, liability and cost,
including reasonable attorney's fees, defense costs arising from the perfonnance by any of the parties
above named for the services under this agreement, excepting only those damages, liabilities and costs
attributable to the negligence or willful misconduct of the Consultant or its officers, directors and
employees, or anyone for whom the Consultant Is legaOy liable.
Notwithstanding any other provisions of this agreement, and to the fullest extent pennitted by law, neither
the Client nor the Consultant, their respective officers, directors, employees, contractors and sub-
contractors shall be liable to the other or shall make any claim for incidental, indirect or consequential
damages arising out of or connected in any way to the project or to this agreement Neither party agrees
to a defense obligation to the other until an appropriate finding of fault by a judicial or governing body.
3. Certifications: Guarantees and Warranties: The Firm shall not be required to execute any document
that would result in its certifying, guaranteeing or warranting the existence of conditions whose existence
the Firm cannot ascertain.
4. Limitations of Liability: In recognition of the relative risks, rewards and benefits of the project to both
the Client and the Finn, the risks have been allocated such that the Client agrees that, to the fullest extent
pennitted by law, the Finn's total liability to the Client for any and an injuries, claims, losses, expenses,
damages or claim expenses arising out of this agreement from any cause or causes, shall not exceed
the Arm's Fee or Five Hundred Thousand Dollars ($500,000.00), whichever Is greater. Such causes
include, but.MSJlQtlimited to, the Finn's negligence, errors, omissions, strict liability, or breach of contract.
Initial here: ~t...:> (Firm) (Oient).
5. Termination of Services: This agreement may be terminated by the Client or the Firm should the other
tam to perform its obligations hereunder. In the event of tennlnation, the Client shall pay the Firm for all
services rendered to the date of termination, all reimbursable expenses, and reimbursable termination
expenses.
6. Ownership of Documents: The drawings, specifications and other documents prepared by the Firm
for this Project are instruments of the Finn's service for use solely with respect to this project The Client
•
•
Mr. Britt Smith, P.E.
May22,2017
Page5
shall be permitted to retain copies, including reproducible copies, of these documents for information and
reference in connection with the Client's use and occupancy of the Project The Firm's drawings,
specifications or other documents shall not be used by the Client or others on other projects, for additions
to this Project or for completion of this Project by others, unless the Firm is adjudged to be in default
under this agreement, except by agreement in writing and with appropriate compensation to the Firm.
The above text and the attached Standard Fee Schedule represent the terms of the agreement between
GREDELL Engineering Resources, Inc. and the City of Jefferson Department of Public Works. As requested, we
are providing this proposal/ agreement electronically, with the original to follow by U.S.P.S. We understand the
City of Jefferson will attach this document to a formal agreement between the City of Jefferson and GREDELL
Engineering Resources, Inc.
We appreciate your consideration of Gredel! Engineering and look forward to serving the City of Jefferson
Department of Public Works on this project. If you have any questions or reQuire additional information, please
contact me at (573) 6~78.
Sincerely,
Bruce Dawson, P.E.
Vice President, Principal Geotechnical Engineer
Enclosure: Standard Fee Schedule dated February 1 , 2017
c: Thomas R. Gredel!, P.E., President, GREDELL Engineering Resources, Inc.
Accepted by:
City of Jefferson
Print Name & Title: May_,2017
GREDELL Engineering Resources, Inc.
ENVIRONMENTAL ENGINEERING LAND -AIR -WATER
Offices in Jefferson City, Kansas City Metro and Springfield, Missouri
JEFFERSON CITY, MO
KANSAS CllY METRO
SPRINGFIELD, MO
1505 East High Street, 85101
9718 RosehiD Road, l.enelal, KS 66215
636W. Republic Road Sulte0.100, 65807
STANDARD FEE SCHEDULE-2017
Staff Fee Rates:
Hourly fees for staff services are indicated below:
Position
Principal Engineer
Principal Geotechnical Engineer
Senior Geotechnical Engineer
Principal Geologist
Senior Geologist
Senior Project Manager
Senior CivD Engineer
C'IVII Engineer
Environmental GeologiSt Ill
Environmental Geologist II
Environmental Geologist I
Environmental Engineer Ill
Environmental Engineer II
Environmental Engineer I
Environmental Scientist II
Environmental Scientist I
CAD Technician II
CAD Technician I
Technldan II
Technician I
Office Manager
Clerical Ill
Clerical II
Clerical I
Rates for In-House Services:
Hourly Rate
$ 160.00
$ 140.00
$ 130.00
$ 140.00
$ 115.00
$ 130.00
$ 125.00
$ 110.00
$ 97.50
$ 87.50
$ 72.50
$ 102.50
$ 92.50
$ 82.50
$ 80.00
$ 65.00
$ 75.00
$ 60.00
$ 57.50
$ 47.50
$ 62.50
$ 55.00
$ 47.50
$ 37.50
The following rates apply to services provided by GREDELL Engineering Resources, Inc.
Full Size Plots (Plan Sheets)--
Half Scale Plots (Plan Sheets)--
a• X 11u Plots (Plan Sheets) ---
11" X 17" Copies (BJW) ----
8.5" x 11" Copies (BMI) ----
Color Copies-------
Mileage (for Project Use)---
Other Direct Emenses:
$ 10.00/page
$ 2.50/page
$ 1.50/page
$ 0.20/page
$ 0.15/page
$ 0.30/page
$ 0.60/mlle
(573) 859-9078
(913) 808-5004
(417) 89().62()()
•
other direct expenses are invoiced at actual costs times a 1.10 multiplier (1 0% AdmlnlstraUve Handling Charge).
Direct expenses lndude, but are not limited to: outside printing and reproduction; field equipment; tnmsportation
(other than mileage); subsistence outside of Jefferson City, laboratory fees; other vendor costs; and services
subcontracted by Gredell Engineering performed by consultants or contractors.
Invoices are due within 30 days of date of Invoice. Any amount not paid within 60 days of the date of the Invoice
shall bear interest from the date 10 days after the date of the Invoice at a rate equal to the lesser of 1 B percent per
annum or the highest rate allowed by applicable law. Unpaid balances 60 days or more may result In temporary or
permanent cessation of services until payment issues are resolved.
$ P~led on Recycled Paper EFFECTIVE FEBRUARY 1, 2017
f
Qa4 '5V75
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT,made and entered into this if day oi\p///yil2017.by and
between the City of Jefferson,a municipal corporation of the State of Missouri,
hereinafter referred to as the "City,"with offices at 320 East McCarty,Jefferson City,
Missouri,65101,and Gredell Engineering Resources,hereinafter referred to as the
"Consultant,"with offices at 1505 E.High Street,Jefferson City,Missouri,65101.
WITNESSETH:
THAT WHEREAS,the City desires to engage the Consultant to render certain
technical and professional planning services for the consulting and engineering
services regarding stream bank slide failure at South Lincoln Street,hereinafter
described in Exhibit A.
WHEREAS,Consultant has made certain representations and statements to
the City with respect to the provisionofsuch services,and the City has accepted said
proposal to enter into a contract with the Consultant for the performance of services
by the Consultant.
NOW THEREFORE,for the considerationsherein 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
render certain technical and professional planning servicesfor the consulting and
engineering services regarding stream bank slide failure at South Lincoln Street,
hereinafter described in Exhibit A.the event of conflict between this Agreement and
any attached exhibit, the provisions of this Agreement shall prevail and govern.
2.Term.This contract shall commence on the _£i_day of &U^h/2017.and
continue until completionofthe work.^
3.Additional Services.The City may add to consultant services or delete
therefrom activities ofa similar nature to those set forth in Exhibit A, provided that
the total cost ofsuch work does not exceed the total cost allowance as specified in
paragraph 7 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 Director of Public Works,and shall be accepted and
countersigned by the Consultant or its agreed representatives.
4.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.
5. 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.
6. Notice to Proceed. The services of the Consultant shall commence as directed
Director of Public Works and shall be undertaken and completed in accordance with
the schedule contained in Exhibit A.
7. Compensation. The total amount for professional services rendered under
this shall not exceed Sixty -One Thousand Dollars Eight Hundred dollars
($61,800.00) for all design and consultant services. 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.
8. 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 of any such breach of contract by the Consultant.
9. 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
2
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.
10. 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.
11. Nondiscrimination. The Consultant agrees in the performance of the
contract not to discriminate on the grounds 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.
12. Independent Contractor. The Consultant is an independent contractor and
nothing herein shall constitute or designate the Consultant or any of its employees as
agents or employees of the City.
13. Benefits not Available. The Consultant shall not be entitled to any of the
benefits established for the employees of the City and shall not be covered by the
Workmen's Compensation Program of the City.
14. 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 to the extent caused by any
negligent act or omission on the part of the Consultant related to the
services performed under this contract.
15. Insurance. Consultant shall provide, at its sole expense, and maintain
during the term of this agreement commercial general liability insurance with a
reputable, qualified, and financially sound company licensed to do business in the
State of Missouri, and unless otherwise approved by the City, with a rating by Best of
not less than "A," that shall protect the Consultant, the City, and the City's officials,
officers, and employees from claims which may arise from operations under this
K
agreement, whether such operations are by the Consultant, its officers, directors,
employees and agents, or any subcontractors of Consultant. This liability insurance
shall include, but shall not be limited to, protection against claims arising from
bodily and personal injury and damage to property, resulting from all Consultant
operations, products, services or use of automobiles, or construction equipment at a
limit of $500,000 Each Occurrence, $3,000,000 Annual Aggregate; provided that
nothing herein shall be deemed a waiver of the City's sovereign immunity. An
endorsement shall be provided which states that the City is named as an additional
insured and stating that the policy shall not be cancelled or materially modified so as
to be out of compliance with the requirements of this section, or not renewed without
30 days advance written notice of such event being given to the City.
16. Documents. Reproducible copies 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.
17. Nonsolicitation. The Consultant warrants that they 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 they have 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.
18. Books and Records. The Consultant and all 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.
19. 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.
4
20. Illegal Immigration.
a. Consultant 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. Consultant 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 Consultant 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.
21. 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
Gredell Engineering Resources, 1505 E. High Street, Jefferson City, Missouri, 65101.
The date and delivery of any notice shall be the date falling on the second full day
after the day of its mailing.
CITY OF JEFFERSON, MISSOURI
cam:
Carrie Tergin, Mayor
ATTEST:
I'lls I t'w
hyllis Powell, City Clerk
APPROVED AS TO FORM:
Ry oehlman, City Counselor
GREDELL ENGINEERING
RESOURCES
Title: Vice f re5lwe'n t
ATTEST:
Title:")
09 EXHIBIT A
GREDELL Engineering Resources, Inc.
ENVIRONMENTAL ENGINEERING LAND - AIR -WATER
Offices in Jefferson City, Kansas City Metro and Springfield, Missouri
May 22, 2017
Mr. Britt Smith, P.E., Operations Division Director
City of Jefferson Department of Public Works
320 East McCarty Street
Jefferson City, MO 65101
RE: South Lincoln Street Slope Stabilization, Streambank Stabilization, and Roadway Repair
Jefferson City, MO
Dear Mr. Smith:
On May 4, 2017, at your request, GREDELL Engineering Resources, Inc. (Gredell Engineering) conducted a
preliminary site reconnaissance of the roadway and embankment failure in the 200 block of South Lincoln Street
in Jefferson City, Missouri. We have prepared this proposal to provide engineering services to assist in the
stabilization of the affected slope and streambank, and the repair of the affected roadway.
Proposed Scope of Services
We understand the proposed project consists of slope stabilization, streambank stabilization, and roadway repairs
necessary due to streambank erosion and slope failure. We propose to prepare base mapping for the project,
identify the geometry of the slope failure zone, identify subsurface conditions critical to design and construction,
and prepare construction documents suitable for bidding by qualified contractors to construct streambank
stabilization, slope stabilization, and roadway repairs. Gredell Engineering proposes the following scope of work
for this project:
TASK 1. Prepare a topographic survey of the affected infrastructure and the associated
properties, including stream profiles.
TASK 2. Conduct a subsurface investigation to characterize the geometry of the failure zone and
the subsurface conditions pertinent to designing suitable stabilization and repair
recommendations. The general scope of our proposed field investigation consists of
three rotary borings. Two borings will be drilled on the east side of the roadway, and one
boring will be drilled near the west side of the roadway. We propose to advance the
borings to auger refusal or to a maximum depth of forty feet, whichever occurs first. We
will conduct field testing to characterize soil consistency, shear strength, and
compressibility. We anticipate recovering representative soil specimens for appropriate
laboratory testing. Conduct a field investigation of the stream to determine the general
condition and flow characteristics.
TASK 3. Prepare a preliminary engineering report that
stabilization system; subsurface drainage
specification content; geotechnical construction
stabilization recommendations.
1505 E. High Street
Jefferson City, Missouri 65101-4826
provides: a recommended slope
recommendations; recommended
considerations; and streambank
Telephone - (573) 659-9078
Fax - (573) 659-9079
Mr. Britt Smith, P.E.
May 22, 2017
Page 2
TASK 4. Review preliminary design recommendations with the City of Jefferson Department of
Public Works (Public Works) to define the preferred systems and techniques for slope
stabilization and streambank stabilization. Prepare conceptual design documents and
review with Public Works.
TASK 5. Prepare design development documents in accordance with Public Works' schematic
design review comments. Review design development documents with Public Works.
TASK 6. Prepare construction documents in accordance with Public Works' design development
review comments. Review construction documents with Public Works.
TASK 7. Attend a pre-bid meeting, and address contractor's questions regarding the bid
documents,.
We have anticipated the following in preparing this Scope of Services and cost estimate:
• The deliverables for this project include an engineering report prepared by a Missouri registered
professional engineer that will provide geotechnical design recommendations, streambank stabilization
recommendations, recommended specification content, and construction considerations; and a set of
construction documents suitable for bidding slope stabilization, streambank stabilization, and roadway
repairs for construction by qualified contractors.
• The streambank stabilization assessment and design will follow American Public Works (APWA) criteria
and will include Rosgen techniques. The stream is located in a Federal Emergency Management
Agency (FEMA) flood zone — AE. The work in the stream will require a 404 permit form the United States
Army Corps of Engineers (Corps). The disturbed area should be less than 1.0 acres and a land
disturbance permit form the Missouri Department of Natural Resources is not anticipated. We will assist
the City of Jefferson in preparation of documents for submittal to the Corps. We will assist the City of
Jefferson in the preparation of documents to be submitted to FEMA for the floodplain modifications. We
anticipate a Letter of Map Revision (LOMR) may be required by FEMA.
• The City of Jefferson will obtain permission from landowners in the immediate vicinity of the roadway
embankment failure to allow necessary site entry for Gredell Engineering to complete the scope of
services.
• We anticipate that construction of the slope and streambank stabilization will not require any new
easements; will not be subject to any building setback requirements; and will not require any property
transactions such as new right-of-way acquisition. Therefore, we have not included boundary surrey
work in these services.
• Gredell Engineering will provide surveying services through a sub -consultant arrangement with Central
Missouri Professional Services, Inc. of Jefferson City, Missouri.
• Gredell Engineering will provide drilling services through a sub -contract arrangement with Twehous
Excavating, Inc. of Jefferson City, Missouri.
0 We have based this proposal on preliminary site observations made May 4 through May 8, 2017.
• Mr. Britt Smith, P.E.
May 22, 2017
Page 3
• Completed borings will be backfilled with cuttings from the borings upon completion of subsurface
observations and measurements.
The proposed subsurface evaluation does not include investigation of the site for the purpose of
identifying or evaluating any hazardous substances or petroleum products in the subsurface.
Proposed Project Schedule
GREDELL Engineering Resources, Inc. is committed to performing the work in a timely and efficient manner and
meeting the following schedule. It is noted that the schedule is dependent on various factors, including weather
conditions, site accessibility, the complexity of subsurface conditions, coordination with property owners, review
time by regulatory agencies, and interaction with the project team. A summary of the costs and duration of the
proposed services is provided below. These durations do not include intra -office review times by Public Works,
or the Corps. Typically, a 404 permit form the Corps can be processed in 60 days; and the submittal can utilize
concept drawings instead of engineered sealed drawings. The LOMR can be processed through the City of
Jefferson Floodplain Administrator.
Proposed Fee Estimate and Invoicing
GREDELL Engineering Resources, Inc. will provide the proposed services on a time and expense basis in
accordance with the attached schedule. GREDELL Engineering Resources proposes to submit progress invoices
monthly for actual time, materials and subcontract fees during performance of these services. Invoices are
payable upon receipt, and due within 30 days. The estimated total cost of these services is approximately
$61,800. Reimbursable expenses (subconsultant survey, subcontract drilling, copies, and prints) comprise about
$9,000 of this total. A summary of the costs and duration of the proposed services is provided below:
Lincoln Street Slope Stabilization, Streambank Stabilization, and Roadway Repair
GREDELL Engineering Resources, Inc. — Estimated Engineering Fees
Task
Estimated Duration
Estimated Fees
Task 1: Topographic Survey
3 weeks
$7,000
Task 2: Stream & Geotechnical Investigations
3 weeks (concurrent w/ Task 1)
$8,000
Task 3: Preliminary Engineering Report
1 week
$4,000
Task 4: Conceptual Design & Review
2 weeks
$12,000
Task 5: Design Development & Review
3 weeks
$15,000
Task 6: Construction Documents & Review
4 weeks
$12,600
Task 7: Bid Phase Services
-
$3,200
Summary
13 weeks
$61,800
Mr. Britt Smith, P. E.
May 22, 2017
Page 4
Changes to this scope of work or schedule may constitute a change in scope and may necessitate changes to
the project budget. We will negotiate changes to the project scope and budget (if any) with the Jefferson City
Department of Public Works prior to initiating any change -of -scope activities.
Additional Terms and Conditions
In addition to the above text, GREDELL Engineering Resources, Inc. (the Firm) proposes that the following terms
and conditions apply to the project with the Jefferson City Department of Public Works (the Client).
1. Late Payments: Accounts unpaid 60 days after the date of the invoice are subject to a monthly service
charge at a rate equal to the lesser of 1.5% or the highest rate allowed by applicable law, on the then
unpaid balance. In the event any portion or all of the account remains unpaid 90 days after the date of
the invoice, the Client will pay all costs of collection, including reasonable attorney's fees.
2. Indemnification: The Consultant agrees, to the fullest extent permitted by law, to indemnify and hold
harmless the Client, its officers, directors, and employees from and against damage, liability and cost,
including reasonable attorney's fees, and defense costs arising from the performance of professional
services by the Consultant or anyone for whom the Consultant is legally liable under this agreement,
excepting only those damages, liabilities and costs attributable to the negligence or willful misconduct of
the Client, or its officers, directors and employees, or anyone for whom the Client is legally liable.
The Client agrees, to the fullest extent permitted by law, to indemnify and hold harmless the Consultant
and its officers, directors, employees and sub -consultants from and against damage, liability and cost,
including reasonable attorney's fees, defense costs arising from the performance by any of the parties
above named for the services under this agreement, excepting only those damages, liabilities and costs
attributable to the negligence or willful misconduct of the Consultant or its officers, directors and
employees, or anyone for whom the Consultant is legally liable.
Notwithstanding any other provisions of this agreement, and to the fullest extent permitted by law, neither
the Client nor the Consultant, their respective officers, directors, employees, contractors and sub-
contractors shall be liable to the other or shall make any claim for incidental, indirect or consequential
damages arising out of or connected in any way to the project or to this agreement. Neither party agrees
to a defense obligation to the other until an appropriate finding of fault by a judicial or governing body.
3. Certifications: Guarantees and Warranties: The Firm shall not be required to execute any document
that would result in its certifying, guaranteeing or warranting the existence of conditions whose existence
the Firm cannot ascertain.
4. Limitations of Liability: In recognition of the relative risks, rewards and benefits of the project to both
the Client and the Firm, the risks have been allocated such that the Client agrees that, to the fullest extent
permitted by law, the Firm's total liability to the Client for any and all injuries, claims, losses, expenses,
damages or claim expenses arising out of this agreement from any cause or causes, shall not exceed
the Firm's Fee or Five Hundred Thousand Dollars ($500,000.00), whichever is greater. Such causes
include, buta�mited to, the Firm's negligence, errors, omissions, strict liability, or breach of contract.
Initial here: (Firm) (Client).
5. Termination of Services: This agreement may be terminated by the Client or the Firm should the other
fail to perform its obligations hereunder. In the event of termination, the Client shall pay the Firm for all
services rendered to the date of termination, all reimbursable expenses, and reimbursable termination
expenses.
S. Ownership of Documents: The drawings, specifications and other documents prepared by the Firm
for this Project are instruments of the Firm's service for use solely with respect to this project. The Client
Mr. Britt Smith, P.E.
May 22, 2017
Page 5
shall be permitted to retain copies, including reproducible copies, of these documents for information and
reference in connection with the Client's use and occupancy of the Project. The Firm's drawings,
specifications or other documents shall not be used by the Client or others on other projects, for additions
to this Project or for completion of this Project by others, unless the Firm is adjudged to be in default
under this agreement, except by agreement in writing and with appropriate compensation to the Firm.
The above text and the attached Standard Fee Schedule represent the terms of the agreement between
GREDELL Engineering Resources, Inc. and the City of Jefferson Department of Public Works. As requested, we
are providing this proposal / agreement electronically, with the original to follow by U.S.P.S. We understand the
City of Jefferson will attach this document to a formal agreement between the City of Jefferson and GREDELL
Engineering Resources, Inc.
We appreciate your consideration of Gredell Engineering and look forward to serving the City of Jefferson
Department of Public Works on this project. If you have any questions or require additional information, please
contact me at (573) 659-9078.
Sincerely,
r
Bruce Dawson, P.E.
Vice President, Principal Geotechnical Engineer
Enclosure: Standard Fee Schedule dated February 1, 2017
c: Thomas R. Gredell, P.E., President, GREDELL Engineering Resources, Inc.
Accepted by:
City of Jefferson
Print Name & Title: May , 2017
GREDELL Engineering Resources, Inc.
ENVIRONMENTAL ENGINEERING LAND - AIR - WATER
Offices in Jefferson City, Kansas City Metro and Springfield, Missouri
JEFFERSON CITY, MO 1505 East High Street, 65101
KANSAS CITY METRO 9718 Rosehill Road, Lenexa, KS 66215
SPRINGFIELD, MO 636 W. Republic Road Suite D-100, 65807
STANDARD FEE SCHEDULE - 2017
Staff Fee Rates:
Hourly fees for staff services are indicated below:
Position Hourly Rate
Principal Engineer
$
160.00
Principal Geotechnical Engineer
$
140.00
Senior Geotechnical Engineer
$
130.00
Principal Geologist
$
140.00
Senior Geologist
$
115.00
Senior Project Manager
$
130.00
Senior Civil Engineer
$
125.00
Civil Engineer
$
110.00
Environmental Geologist III
$
97.50
Environmental Geologist II
$
87.50
Environmental Geologist 1
$
72.50
Environmental Engineer III
$
102.50
Environmental Engineer II
$
92.50
Environmental Engineer 1
$
82.50
Environmental Scientist II
$
80.00
Environmental Scientist 1
$
65.00
CAD Technician II
$
75.00
CAD Technician 1
$
60.00
Technician II
$
57.50
Technician 1
$
47.50
Office Manager
$
62.50
Clerical III
$
55.00
Clerical 11
$
47,50
Clerical
$
37.50
Rates for In -House Services:
The following rates apply to services provided by GREDELL Engineering Resources, Inc.
Full Size Plots (Plan Sheets)
$ 10.00/page
Half Scale Plots (Plan Sheets)
$
2.50/page
8" x 11" Plots (Plan Sheets)
$
1.50/page
11" x 17" Copies (B/W)
$
0.20/page
8.5" x 11" Copies (BIV4)
$
0.15/page
Color Copies
$
0.30/page
Mileage (for Project Use)
$
0.60/mile
Other Direct Expenses:
(573) 659-9078
(913) 808-5004
(417) 890-6200
Other direct expenses are invoiced at actual costs times a 1.10 multiplier (10% Administrative Handling Charge).
Direct expenses include, but are not Ilmited to: outside printing and reproduction; field equipment; transportation
(other than mileage); subsistence outside of Jefferson City; laboratory fees; other vendor costs; and services
subcontracted by Gredell Engineering performed by consultants or contractors.
Invoices are due within 30 days of date of invoice. Any amount not paid within 60 days of the date of the invoice
shall bear interest from the date 10 days after the date of the invoice at a rate equal to the lesser of 18 percent per
annum or the highest rate allowed by applicable law. Unpaid balances 60 days or more may result in temporary or
permanent cessation of services until payment issues are'resolved.
0 Printed on Recycled Paper EFFECTIVE FEBRUARY 1, 2017
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY MISSOUR165101
ACCOUNT NO..44-598-568974
-Change. Order No..One (1) Project No. 32153- Ord: No. 15675. Date: ' 1 211 9/2 0 1 7
Job & Location: South Lincoln .Street
Consultant: ._. 'Gredell Engineering -Resources, lnc.
.................................................................................................................................
.................
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 the contract shall be executed by.the contractor without changing the terms of the contract except as herein
stipulated and agreed:
DESCRIPTION OF CHANGES:
(Add:Detailed Description l Explanation)
Note: Item numbers prefixed with "EW' (lEAra Work) are new. line items to the contract:.
Quantity in Revised Amount of
Item. Quantity in :Change, : 'Contract Overnan.or
No. Description Unit Contract. Order -Quantity. Unit Price tlnderrun
EW 1.1 Construction Inspection Hourly 0 1 1 $16,000.00. $16;000.00
not to
('oN S ilLT;hnIT''s Exceed
GGINTRAOT..PROPOSAL FOR THE ABOVE DESCRIBED.CHANGES:
Me hereby agreeao. the modifications of the contract as described above and agree to furnish all materials and labor and perform all: .
-work in connection therewith in accordance with the requirements for similar work in existing contract except as Otherwise stipulated .
herein, for the following considerations:
Contract Amount - Add $16,000.00 (Sixteen _Thousand Dollars and No Cents) to the Contract Amount_
Contract Time - There is no change.to the Contract Time
STATEMENT OF CONTRACT AMOUNT:
Amo
ORIGINAL CONTRACT.
PREVIOUS APPROVED CHANGE ORDERS
TOTAL THIS CHANGE ORDER
TOTAL. OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
.............::............:............:.. .............................
.... ... .........
Gredell Engineering:Resources, Inc: --
Recommended by:
Verification of Encumbrance:
Accepted by:
Approved as to Form:
ount..
$61,800.00:.
/o Change
Time
0
.: $0.00.
. 0.0%
0
$16;000.00
26.9%
0
$16,000.00 -.
.25.9%
0. :.
$771800:00
.0
City E I r /
1�
Date
/> 9
Date
Date
Dete
l�
at
41
GREDELL Engineering Resources, Inc..
ENVIRONMENTAL ENGINEERING LAND - AIR -WATER
Offices in JeffersorrCity; Kansas City Metro and Springfield, Missouri
-December.19, 2017
- Mr: Britt Smith, P.E:, Operations Division Director: -
City of Jefferson Department of Public Works
. 320_East McCarty Street
Jefferson City,. MO. 65101
RE: South Lincoln.Street Stabilization and Repair
City of.Jefferson Project 32153 - -Construction_ Phase :Engineering- Observations
Jefferson City, MO
Dear Mr. Smith:
GREDELL Engine'ehngResources, Inc. (Gredell Engineering) has prepared this proposal to provide'
geotechnical and civil engineering observations for the South Lincoln Street Stabilization and Repair
project in Jefferson City; Missouri. The-parpose ofthese engineering observations is to provide.the
City of Jefferson a basis for.evaluating the Contractor's compliance with the construction documents.
This proposal is based onour discussions with the City ,of Jefferson (the City) regarding :Gredell
Engineering's role in.construction-phase activities, and the plans and specifications issued for bid by
the City on. September 18, 2017. .
Proposed. Scope: of Services
Gredell_ Engineering proposes.to provide the following geotechnical and civil engineering observations
during.the'course.of construction of the South Lincoln Street Stabilization and Repair..These services
include on-site observations, associated reports, and necessary coordination with City staff.. Gredell 1
Engineering proposes the following scope of work for this project:
• CQA Program Design, Pre construction Meeting, &Project Management
• . Cross. Vanes, LPSTP; and Toe Rock
o Review. of proposed LPSTP stone at;quary prior to delivery'
o Excavation Observations
o Construction Observations
• Shot Rock Embankment
o . Review of:proposed shot rock at quant' prior to delivery
o Foundation Observations
o Drainage Blanket Observations
o' Materials Placement and Compaction Observations
Army Corps of Engineers Permit Compliance
1505 E. High Street Telephone - (573) 659-9078
Jefferson City, Missouri 65101-4826 Fax - (573) 659-9079
d
Mr. Britt Smith, P.E.
December 19, 2017
Page 2
We have anticipated the. following in preparing this Scope of Services.and cost proposal:
•. The deliverables for this project are geotechnical and civil engineering observations to. support
construction administration and construction quality assurance performed by the City.
.. These services -do not include .direction or supervision of the construction process, nor
.:acceptance or rejection of construction processes, materials, or work products. We will report
observations, findings, and -our opinions concerning test results, inspections,. and related data
to the City and. Contractor. The authority to accept or reject the Contractor's work and provided
-materials lies with these parties.,
• . These services do riot include review of Shop "Drawings or other Submittals normally provided
to the City.
•
..These services. do not include material -testing, field density testing, or concrete testing.:
• The deliverables for this project include an engineering observation report;prepared.by a.
Missouri registered, professional engineer that will provide a summaryof our .construction
observations and an opinion of the observed materials', activities', and work products'
compliance with, the project_ specifications.
Proposed Fee Estimate and Terms of Agreement
GREDELL Engineering Resources, Inc.- proposes.that-these services be.provided as an.addendum.or
change order to: our Contract for Professional Services with the City of :Jefferson dated June "6; 2017.
We propose to provide the services described herein for a total fee not -tom -exceed $16,000. We will
submit an invoice for actual: time and materials upon completion.of these services.
-We are providing this proposal / agreement electronically, with the original to follow by U.S.P.S. _-We
understand the City of Jefferson will -consider this proposal as the basis for a change order to the June
6, 2017 Contract for Professional Services between. the City of Jefferson and GREDELL Engineering
Resources, Ind. . .
Gredell . Engineering appreciates this opportunity to serve thee. City of Jefferson. If .you have :any
questions or require additional information, please contact me at (573)659-9078.
Sincerely, .
Bruce. Dawson, P.E.
Vice President, Principal Geotechnical Engineer
c: Thomas R. Gredell, P.E., President, GREDELL Engineering Resources, Inc.