Loading...
HomeMy Public PortalAboutORD15792BILL NO. 2018-005 SPONSORED BY Councilman Hussey ORDINANCE NO. /_� r—/I? I'L AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH BARTLETT AND WEST, IN THE AMOUNT OF $285,521.50 FOR THE DUNKLIN STREET BRIDGE AND CORRIDOR PROJECT. WHEREAS, Bartlett and West has been selected as the firm best qualified to provide professional services related to the Dunklin Street Bridge and Corridor project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Bartlett and West 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 Bartlett and West for the Dunklin Street Bridge and Corridor 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: `-)'naL/ OrvVU-i Presiding Officer v (l ATTEST: Approved: )IZQ4 X/ 0- Mayor Carrie Tergin APPROVED AS TO FORM: AVA C' Cler City C n for J.. CITY OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT, made and entered into the date last executed by a party as indicated below, 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 Bartlett & West, Inc., hereinafter referred to as the "Contractor," with offices at 1719 Southridge Drive, Suite 100, Jefferson City, Missouri, 65109. WITNESSETH: THAT WHEREAS, the City desires to engage the Contractor to render certain technical and professional services for the Dunklin Street bridge and corridor, hereinafter described in Exhibit A. WHEREAS, Contractor has 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 Contractor for the performance of services by the Contractor. NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Contractor as follows: 1. Scope of Services. The City agrees to engage the services of the Contractor to render certain technical and professional services for the Dunklin Street bridge and corridor, hereinafter described in Exhibit A. In the event of a conflict between this agreement and any attached exhibits, the provisions of this agreement shall govern and prevail. 2. Term. Contractor shall perform said work in accordance with the contract documents and any applicable City ordinances and state and federal laws, within three hundred sixty (360) working days from the date Contractor is ordered to proceed. 3. Additional Services. The City may add to Contractor 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 7 hereof. The Contractor 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 Contractor 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 Contractor without charge by the City, and the City shall cooperate with the Contractor in every reasonable way in carrying out the scope of services. The Contractor shall not be liable for the accuracy of the information furnished by the City. 5. Personnel to be Provided. The Contractor represents that Contractor has or will secure at its expense all personnel required to perform the services called for under this contract by the Contractor. Such personnel shall not be employees of or have any contractual relationship with the City except as employees of the Contractor. All of the services required hereunder will be performed by the Contractor or under the Contractor'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 Contractor shall commence as directed in the Notice to Proceed, 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 TWO HUNDRED EIGHTY-FIVE THOUSAND FIVE HUNDRED AND TWENTY-ONE Dollars and FIFTY cents ($285,521.50) for all Contractor 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 Contractor shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Contractor 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 Contractor of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination. The Contractor 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 Contractor 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 Contractor 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 Contractor. 2 9. Assignment. The Contractor 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. 10 Confidentiality. Any reports, data or similar information given to or prepared or assembled by the Contractor under this contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 11. Nondiscrimination. The Contractor 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. 12. Independent Contractor. The Contractor is an independent contractor and nothing herein shall constitute or designate the Contractor or any of its employees as agents or employees of the City. 13. Benefits not Available. The Contractor 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 Contractor 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 Contractor 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 Contractor related to the services performed under this contract. 3 15. Insurance. Contractor 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 Contractor, the City, and the City's officials, officers, and employees from claims which may arise from operations under this agreement, whether such operations are by the Contractor, its officers, directors, employees and agents, or any subcontractors of Contractor. 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 Contractor 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 Contractor its costs of copying and delivering same. 17. Nonsolicitation. The Contractor warrants that they had not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, 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 Contractor, 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 Contractor 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. 4 19. Delays. That the Contractor shall not be liable for delays resulting from causes beyond the reasonable control of the Contractor; that the Contractor has made no warranties, expressed or implied, which are not expressly set forth in this contract; and that under no circumstances will the Contractor be liable for indirect or consequential damages. 20. Illegal Immigration Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. C. If Contractor is a sole proprietorship, partnership, or limited partnership, Contractor shall provide proof of citizenship or lawful presence of the owner. 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 Bartlett & West, 1719 Southridge Drive, Suite 100, Jefferson City, Missouri, 65109. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. CITY OF JEFFERSON, MISSOURI Mayor Carrie Tergin Dater ATTEST: APPROVED AS TO FORM: ity5nselor BARTLETT AND WEST -G�. Title: Date: ATTEST: Title: j9rs�e-j/hwc—f ae r. 5 EXHIBIT A SCOPE OF SERVICES FOR DUNKL.IN STREET BRIDGE AND CORRIDOR GENERALBACKGROUND The project area is generally described as Dunklin Street between Missouri Boulevard and Broadway Street. The project involves replacing the existing bridge over Wears Creek, and the associated roadway reconstruction needed to tie back to existing on each end. The entire stretch of Dunklin Street from Missouri Boulevard to Broadway, except the portion east of Dunklin and north of the 54 ramps, will have the sidewalks replaced, including the construction of a Greenway Extension on the northeast of the road between the Highway 54 off ramp and Mulberry Street. This sidewalk replacement will necessitate replacement of all driveways in the project limits. To accommodate the greenway, a new midblock crossing will be constructed including pedestrian activated flashing yellow warning lights and a refuge area. The bridge replacement will include a hydraulic analysis of Wears Creek to determine the most cost-effective bridge solution which does not increase water surfaces upstream. Up to 3 alternatives will be investigated and a recommendation will be provided to the City before moving into preliminary plans. The investigation will include analyzing the structures up and down stream of the Dunklin Street crossing to determine if the new bridge will become a future constriction point along the stream. Both storm and sanitary sewers will be replaced in the vicinity of the project. The storm sewer to the southeast along Dunklin will be replaced along the roadway and will tie back into the existing system along Mulberry Street. The sanitary sewer under Dunklin between the bridge and Broadway will be replaced near the existing location, with the side connections being tied back to existing within the project limits. There will also be replacement of a constricted line in the vicinity of the bridge as shown on the project scope overview. It is expected to include 3 total manholes. The intersection of Broadway and Dunklin will have the existing signal replaced with new mast arm signals, including pedestrian signals and the associated ADA (Americans with Disabilities Act) compliant ramp layouts. The signal design will study the need for actuated or non -actuated pedestrian signals. Lighting will be included from this signal northwest along Dunkin Street and terminate on the north end of the bridge. It is anticipated that lights will be included on both sides of the road and bridge. Aesthetic enhancements are assumed to be limited to the lighting along the corridor, railings on the bridge and use of form liner on the bridge. Topographic, boundary, and hydraulic survey will be completed by the City. All right-of-way and easement documents, as well as all property owner negotiations will be completed by the City as well. Services provided by the consultant will include hydrologic/hydraulic calculations on the proposed bridge concepts, the production of preliminary and final plans, utility coordination, and limited assistance during bidding and construction. A more detailed description of the included tasks is as stated below: Figure 1: Project Scope TASK 1 — DATA COLLECTION AND SURVEYS 1.1 The City will perform all topographic, hydrologic, and boundary surveys. 1.2 Prepare and submit a survey request to the City in PDF form. 1.3 All easement and right-of-way documents will be prepared by the City. Coordination on needed easements and adjustments to easements from negotiations as necessary. TASK 2 — CONCEPTUAL DESIGN SERVICES 2.1 Determine conceptual bridge layout in plan view. Determine limiting geometry based on avoiding adjacent properties and driveways etc. 2.2 Conduct a conceptual hydraulic study to determine existing conditions and hydraulic capacity of up to 3 alternatives. 2.3 Develop conceptual roadway alignment and profiles to work with up to three bridge alternatives. 2.4 Conduct a conceptual bridge evaluation for up to 3 alternatives. Develop costs and pros/cons. 2.5 Meeting with the City to discuss bridge options and determine proposed configuration. TASK 3 — PRELIMINARY DESIGN SERVICES 3.1 Develop preliminary horizontal and vertical alignment along Dunklin Street to work with selected bridge alternative. 3.2 Develop preliminary horizontal and vertical alignment along Mulberry Street. 3.3 Develop driveway geometry and profiles (assumes 24 driveways) 3.4 Develop preliminary pedestrian signal design for the intersection of Dunklin and Broadway. 3.5 Develop sidewalk geometry and curb ramps including greenway trail and road crossing location. 3.6 Finalize hydraulic modeling of proposed alternative. 3.7 Prepare request for soil borings and coordinate with geotechnical subconsultant (GREDELL Engineering Resources). 3.8 Utilize subconsultant for geotechnical borings, foundation recommendations. 3.9 Develop inlet locations, drainage areas, and perform pipe design calculations based on Manning's equation via the use of spreadsheets based on APWA and City of Jefferson storm water criteria. 3.10 Develop sanitary sewer alignment to reconstruct around new bridge location. Develop sanitary sewer alignment and profile along Dunklin Street between the bridge and Broadway Street. 3.11 Develop retaining wall locations and profiles to work with proposed sidewalks/greenway under the Highway 54 entrance/exit ramps. 3.12 Create preliminary plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 3.12.1 Cover Sheet 3.12.2 Typical Sections/General Notes (1 sheet assumed) 3.12.3 Roadway Plan/Profile Sheets (assumes 3 sheets) 3.12.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 3.12.5 Sanitary Sewer Plan/Profile Sheets (assumes 3 sheets) 3.12.6 Sidewalk Plan/Profile Sheets (assumes 2 sheets) 3.12.7 Elevation View and Typical Section of the Structure (assumes 1 sheet) 3.12.8 Driveway Profile Sheets (assumes 3 sheets) 3.12.9 Retaining Wall Profile Sheets (assumes 2 sheets) 3.12.10 Signal Plan (assumes 1 sheet) 3.12.11 Cross Sections (assumes 8 sheets) 3.13 Conduct 1 preliminary design review meeting with City staff during the course of preliminary design. Compile and distribute meeting minutes. 3.14 Hold a utility coordination meeting. Compile and distribute meeting minutes. 3.15 Hold a preliminary coordination meeting with MoDOT regarding roadway grade changes and impacts to bridge fill faces. 3.16 Create a preliminary design construction cost estimate for budgetary purposes. 3.17 Complete Section 404, and Floodplain Development permits and required attachments and submit. 3.18 Hold a meeting at the City offices to review plans and utility conflicts, and MoDOT comments. Compile and distribute minutes. TASK 4 — FINAL DESIGN SERVICES 4.1 Structural design and design check of bridge to include: 4.1.1 Slab and Barrier design 4.1.2 Girder design (either steel or concrete) 4.1.3 Determining beam seat elevations for chosen girder type 4.1.4 Intermediate Bent Design 4.1.5 End Bent design (pile cap abutment) 4.2 Develop lighting design based on selected light poles and luminaires. 4.3 Finalize Pedestrian Signal design for the intersection of Dunklin and Broadway. 4.4 Finalize design of greenway midblock crossing. 4.5 Final roadway design. 4.6 Create final plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 4.6.1 Cover Sheet 4.6.2 Typical Sections/General Notes (1 sheet assumed) 4.6.3 Roadway Plan/Profile Sheets (assumes 3 sheets) 4.6.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 4.6.5 Sanitary Sewer Plan/Profile Sheets (assumes 3 sheets) 4.6.6 Elevation View and Typical Section of the Structure (assumes 1 sheet) 4.6.7 End Bent Details (assumes 3 sheets) 4.6.8 Vertical Drain at End Bents sheet 4.6.9 Intermediate Bent Sheets (assumes 2 sheets) 4.6.10 Girder Plan and Elevation views (assumes 2 sheets) 4.6.11 Camber and Bottom of Slab elevations (assumes 1 sheet) 4.6.12 Slab Section and plan including slab drain locations sheet (assumes 1 sheet) 4.6.13 Safety Barrier Curb sheets (assumes 3 sheets) 4.6.14 Bill of Reinforcing (assumes 2 sheets) 4.6.15 As -Built Pile data sheets (assumes 1 sheet) 4.6.16 Boring Logs 4.6.17 Driveway Profile Sheets (assumes 3 sheets) 4.6.18 Intersection Detail Sheets (assumes 12 sheets) 4.6.19 Midblock Crossing Detail Sheets (assumes 3 sheets) 4.6.20 Sidewalk Ramp Detail Sheet (assumes 1 sheet) 4.6.21 Retaining Wall Profile Sheets (assumes 2 sheets) 4.6.22 Retaining Wall Detail Sheet (assumes 1 sheet) 4.6.23 Lighting Plan sheets (assumes 4 sheets) 4.6.24 Lighting Detail sheets (assumes 6 sheets) 4.6.25 Signal Plan (assumes 1 sheet) 4.6.26 Signal Equipment Plans (assumes 6 sheets) 4.6.27 Erosion Control Plan (assumes 1 sheet) 4.6.28 Traffic Control and Detour Plan (assumes 2 sheets) 4.6.29 Signing and Pavement Marking Plan (assumes 3 sheets) 4.6.30 Cross Sections (assumes 8 sheets) 4.6.31 No landscaping plan is included in this scope of work. 4.6.32 No water quality plan is included in this scope of work. 4.7 Compute final quantities, develop bid form and prepare Engineer's Estimate for project. 4.8 Develop any project specific technical specifications. It is anticipated that the City's standard specifications will be utilized and the structural items for the bridge will refer to the MoDOT standard specifications. The City to complete front end documents to be combined with the JSPs. 4.9 Submit the final plans, bid forms and Engineer's Estimates to the City for review in electronic form. 4.10 Conduct a final design coordination meeting with utility companies. 4.11 Conduct 1 final design review meeting with City staff during course of final design. 4.12 Make final changes to plans, technical special provisions, bid form and Engineer's Estimate based on City staff comments. Sign and Seal. TASK 5 — PROJECT MANAGEMENT AND COORDINATION 5.1 No additional meetings are included in this scope of services. 5.2 Quality Reviews 5.2.1 Perform periodic reviews of project for quality assurance purposes. Perform a quality control review of the project deliverables at each submittal stage. 5.2.2 Perform a field check of proposed construction improvements. 5.3 Administration and Coordination 5.3.1 Perform duties necessary for administration of project contract and subconsultant Contracts. Prepare and administer project expenses and invoicing to CITY. 5.3.2 General communication with CITY. This includes email updates, phone conversations, and general correspondence on approximately a bi-weekly basis during the course of the project. TASK 6 — BIDDING PHASE SERVICES 6.1 Attend prebid meeting at City office. 6.2 Contractor correspondence during bidding. 6.3 Addendum preparation (assumes 1 addendum). 6.4 City to conduct bid opening, prepare bid tabulation, and make contractor recommendation. Consultant to review the bid tab for any unbalanced bidding concerns. 6.5 No additional meetings are included in this scope of services. TASK 7 — CONSTRUCTION PHASE SERVICES 7.1 Attend preconstruction meeting. 7.2 Contractor correspondence during construction (assumes 4 phone calls and associated review). 7.3 All construction observation to be performed by the City. 7.4 Shop drawing review of structural items. This is anticipated to include concrete mix design, pile certifications, reinforcing steel certifications and bar list, and shop drawings for the girders. The City will review all other submittals from the contractor. Exhibit R Page 1 of 2 PROJECT FEE ESTIMATING SHEET Dunkin Street Bridge and Corridor Jefferson City, Cola County, MO Tasks Staff Hours Labor Costs Other Direct Item Costs Cost Total Fee Subtotal Fee Eric. Vll Ena. V Ena. III Eric. Tech VII Surv. Vll Su, Tech V Admin. III $161.00 $138.00 $118.00 $105.00 $135.00 $85.00 $82.00 1. DATA COLLECTION AND SURVEYS $1,180.00 1.1 The City will perform all topographic, hydrologic, and boundary surveys. $0.00 $0.00 1.2. Prepare and submit a survey request to the City In PDF form. 2 $236.00 $236.00 1.3 All easement and right-of-way documents will be prepared by the City. Coordination on needed easements and adjustments to easements from negotiations as necessary. 8 $944.00 $944.00 2. CONCEPTUAL DESIGN SERVICES $24,068.00 2.1 Determine Conceptual bridge layout in plan view. Determine limiting geometry based on avoiding adjacent properties and driveways etc. 4 16 32 16 $8.308.00 CAD, Prints $244.00 $8,552.00 2.2. Conduct a conceptual hydraulic study to determine existing Conditions and hydraulic capacity of up to 3 alternatives. 2 40 $5,042.00 Prints $20.00 $5,062.00 2.3 Develop Conceptual roadway alignment and profiles to work with up to three bridge alternatives. 2 24 12 $4,414.00 CAD, Pdnts $188.00 S4,602.00 2.4 Conduct a conceptual bridge evaluation for up to 3 alternatives. Develop Costs and oa/cons. 2 24 12 $4,894.00 CAD, Pdnts $104.00 S4,998.00 2.5 Meeting with the City to discuss bridge options and determine proposed Configuration. 2 2 2 $834.00 Prints $20.00 $854.00 3. PRELIMINARY DESIGN SERVICES $92,749.00 3.1 Develop preliminary horizontal and vertical alignment along Dunklin Street to work with selected bridge alternative. 4 8 $1,312.00 CAD, Prints $90.00 $1 A02.00 3.2 Develop preliminary horizontal and vertical alignment along Mulberry Street. 1 2 $328.00 CAD, Prints $37.50 $365.50 3.3 Develop driveway geometry and profiles assumes 24 driveways) 2 24 16 $4,834.00 CAD, Prints $216.00 $5,050.00 3.4 Develop Preliminary Pedestrian Signal design for the intersection of Dunkin and Broadway. 1 16 $2,049.00 CAD, Prints $76.00 $2,125.00 3.5 Develop sidewalk geometry and curb ramps including greeoway trail and road crossing locatign. 1 24 12 $4,253.00 Prints $10.00 S4,263.00 3.6 Finalize hydraulic modeling of proposed alternative. 1 12 $1,577.00 Prints $10.00 $1,587.00 3.7 Prepare request for soil borings and Coordinate with geotechnical subconsultant, to be determined. 1 2 $374.00 CAD, Prints $27.00 S401.00 3.8 Utilize subconsultant for geotechnicial borings, foundation recommendations. $0.00 Suboonsultanl $17,000.00 $17,000,00 3.9 Develop inlet locations, drainage areas, and perform pipe design calculations and pipe profile development based on Manning's equation via the use of spreadsheets based on APWA and City of Jefferson Storm Water criteria. 4 16 8 $3,372.00 CAD, Prints $132,00 $3,504.00 3.10 Develop sanitary sewer alignment to reconstruct around new bridge location. Develop sanitary sewer alignment and profile along Dunkin Street between the bridge and Broadway Street. 2 8 8 $2,060.00 CAD, Prints $104 00 $2,164.00 3.11 Develop retaining wall locations and profiles to work with proposed sidewalks/greenway under the Highway 54 entrance/exit ramps. 2 12 8 $2,578.00 CAD, Prints $118.00 $2,696.00 3.12 Create preliminary plans for project, utilizing AUTOCAD/Civil 30, consisting of the following: 3.12.1 over Sheet 1 2 $328.00 CAD, Prints $37.50 $365.50 3.12.2 Tvpical Sections/General Notes 1 sheet assumed) 1 4 8 $1,473.00 CAD, Prints $90.00 $1,563.00 3.12.3 Roadway Plan/Profile Sheets (assumes 3 sheets) 2 24 24 $5,674.00 CAD, Prints $272.00 $5,946.00 3.12.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 1 16 12 $3,309.00 CAD, Prints $160.00 $3,469.00 3.12.5 Sanitary Sewer Plan/Profile Sheets (assumes 3 sheets) 2 12 24 $4,212.00 CAD, Prints $230.00 $4,442.00 3.12.6 Sidewalk Plan/Profile Sheets (assumes 2 sheets) 2 16 16 $3,890.00 CAD, Prints $188.00 $4,078.00 3.12.7 Elevation View and Tvpical Section of the Structure (assumes 1 sheet) 2 4 12 $2,008.00 CAD, Prints $118.00 $2,126.00 3.12.8 Driveway Profile Sheets (assumes 3 sheets) 4 24 16 $5,156.00 CAD, Prints $216.00 $5,372.00 3.12.9 Retaininq Wall Profile Sheets (assumes 2 sheets) 1 16 12 $3,309.00 CAD, Prints $160.00 $3,469.00 3.12.10 Signal. Plan (assumes 1 sheet) 1 1 12 8 1 $2,417.00 CAD, Prints $11 B.00 $2,535.00 3.12.11 Cross Sections (assumes 8 sheets) 4 1 24 16 $5,156.00 CAD, Prints $216.00 $5,372.00 3.13 Conduct 1 preliminary design review meeting with City staff during the Course of preliminary design. Compile and distribute meeting minutes. 2 6 $1,030.00 Prints, Mileage $20.00 $1,050.00 3.14 Hold a utilit Coordination meeting. Compile and distribute meeting minutes. 2 12 8 $2,578.00 Prints, Mileage $20.00 $2,598.00 3.15 Hold a preliminary coordination meeting with MoDOT regarding roadway grade changes and impacts to bridge fill faces. 4 2 2 4 $1,576.00 Prints, Mileage $20.00 $1,596.00 3.16 Create a preliminary design construction Cost estimate for budgetary ur oses. 1 4 8 6 $2,287.00 Prints $10.00 $2,297.00 3.17 Complete Section 404, Section 106, and Floodplain Development permits and required attachments and submit. 1 24 16 $4,673.00 CAD, Prints $216.00 S4,889.00 3.18 Hold a meeting at the City offices to review plans and utility conflicts, and MoDOT comments. Compile and distribute minutes. 2 4 2 $1,004.00 Prints, Mileage $20.00 $1,024.00 4. FINAL DESIGN SERVICES $145,675.50 4.1 Structural design and design check of bridge to include: 4.1.1 Slab and Barrier desiqn 1 24 6 $4,181.00 CAD, Prints $41.00 $4,222.00 4.1.2 Girder desiqn (either steel or concrete) 4 32 24 $7,892.00 CAD, Prints $104.00 $7,996.00 4.1.3 Detennininq beam seal elevations for chosengirder type 1 8 8 $2,209.00 CAD, Prints $48.00 $2,257.00 4.1.4 Intermediate Bent Design 12 12 $3,072.00 CAD, Prints $62,00 $3,134.00 4.1.5 End Bent desiqn (pile cap abutment) 2 32 10 $5,918.00 CAD, Prints $55.00 $5,973.00 4.2 Develop lighting design based on selected light poles and luminaires. 1 12 $1,577.00 CAD, Prints $62.00 $1,639.00 4.3 Finalize Pedestrian Signal design for the intersection of Durkin and Broadway. 1 16 $2,049.00 CAD, Prints $76.00 $2,125.00 4.4 Finalize design of greenway midblock crossing. 1 12 4 $1,997.00 CAD, Prints $90.00 $2,087.00 4.5 Final madway design. 1 8 6 $1,945.00 CAD, Prints $104.00 $2,049.00 4.6 Create final plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 4.6.1 Cover Sheet i 1 1 $223.00 CAD, Prints $30.50 $253.50 Exhibit B Page 2 of 2 Tasks Staff Hours Labor Costs Other Direct Item Costs Cost Total Fee Subtotal Fee Er . Vll Ena. V Eng. III En . Tech VII Surv. VII Surv. Tech V Admin. III $161.00 $138.00 $118.00 $105.00 $135.00 $85.00 $82.00 4.6.2 Tvoical Sections/General Notes (1 sheet assumed) 1 2 4 $817.00 CAD, Pants $55.00 $872.00 4.6.3 Roadway Plan/Profile Sheets (assumes 3 sheets) 2 16 24 $4.730.00 CAD, Prints $244.00 $4,974.00 4.6.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 1 8 12 $2.365.00 CAD, Prints $132.00 $2,497.00 4.6.5 Sanitary Sewer Plan/Profile Sheets (assumes 3 sheets) 1 2 8 16 $3.061.00 CAD, Prints $160.00 $3,221.00 4.6.6 Elevation View and Tyoical Section of the Structure (assumes 1 sheet) 1 2 5 10 $2.077.00 CAD, Prints $107.50 $2j!54.50 4.6.7 End Bent Details (assumes 3 sheets) 8 12 4 20 $5,516.00 CAD, Prints $174.00 $5,690.00 4.6.8 Vertical Drain at End Bents sheet 2 2 1 4 $1.136.00 CAD, Prints $51.50 $1,187,50 4.6.9 Intermediate Bent Sheets (assumes 2 sheets) 2 1 4 2 1 15 1 1 $2,685.00 CAD, Prints $132.00 $2,817.00 4.6.10 Girder Plan and Elevation views (assumes 2 sheets) 6 1 8 2 10 $3.356.00 CAD, Prints $97.00 $3,453.00 4.6.11 Camber and Bottom of Slab elevations (assumes 1 sheet) 6 4 1 4 $2.056.00 CAD, Prints $51.50 $2,107.50 4.6.12 Slab Section and plan including slab drain locations sheet (assumes i sheet) 6 4 2 8 $2.594.00 CAD, Prints $83.00 $2,677.00 4.6.13 Safety Banter Curb sheets (assumes 3 sheets) 6 6 2 10 $3.080.00 CAD, Prints $97.00 $3,177.00 4.6.14 Bill of Reinforcinq (assumes 2 sheets) 2 16 6 6 $3.868.00 CAD, Prints $83.00 $3,951.00 4.6.15 As -Built Pile data sheets (assumes 1 sheet) 2 2 1 2 $926.00 CAD, Prints $37.50 $963.50 4.6.16 Boring Logs 2 2 2 $808.00 CAD, Prints $34.00 $842.00 4.6.17 Driveway Profile Sheets (assumes 3 sheets) 2 16 24 $4.730.00 CAD, Prints $244.00 $4,974.00 4.6.18 Intersection Detail Sheets (assumes 12 sheets) 1 16 24 $4.569.00 CAD, Prints $244.00 $4,813.00 4.6.19 Midblock Crossing Detail Sheets (assumes 3 sheets) 2 24 1 12 1 $4,414.00 CAD, Prints $188.00 $4.602.00 4.6.20 Sidewalk Ramp Detail Sheet (assumes 1 sheet) 1 12 16 $3.257.00 CAD, Prints $174.00 $3,431.00 4.6.21 Retaining Wall Profile Sheets (assumes 2 $heats) 1 16 12 $3.309.00 CAD, Prints $160.00 $3,469.00 4.6.22 Retaining Wall Detail Sheet (assumes 1 sheet) 1 4. 8 $1,473.00 CAD, Prints $90.00 $1,563.00 4.6.23 Liqhtinq Plan sheets (assumes 4 sheets) 2 32 24 $6.618.00 CAD, Prints $300.00 $6,918.00 4.6.24 Liqhtinq Detail sheets (assumes 6 sheets) 2 40 32 $8,402.00 CAD, Prints $384.00 $8,786.00 4.6.25 Signal Plan (assumes 1 sheet) 2 16 24 $4.730.00 CAD, Prints $244.00 $4,974.00 4.6.26 Signal Equipment Plans (assumes 6 sheets) 4 24 40 $7,676.00 CAD, Prints $384.00 $8,060.00 4.6.27 Erosion Control Plan (assumes 1 sheet) 1 2 4 $817.00 CAD, Prints $55.00 $872.00 4.6.28 Traffic Control and Detour Plan (assumes 2 sheets) 1 8 8 $1,945.00 CAD, Prints $104.00 $2,049.00 4.6.29 Signing and Pavement Marking Plan (assumes 3 sheets) 2 8 16 1 $2,946.00 CAD, Prints $160.00 $3,106.00 4.6.30 Cross Sections (assumes 8 sheets) 2 1 18 1 8 1 $3,050.00 CAD, Prints 1 $132.00 $3,1 B2.00 4.6.31 No landscaping plan is included in this scope of work. $0.00 $0.00 4.6.32 No water quality plan is included in this scope of work. $0.00 $0.00 4.7 Compute final quantities, develop bid form and prepare Engineer's Estimate for project. a 8 12. $2,756.00 Prints $10.00 $2,766.00 4.8 Develop any project specifc technical specifications. It is anticipated that the City's standard specifications will be utilized and the structural items for the bridge will refer to the MoDOT standard specifications. The City to complete front end documents to be combined with the JSPs. 2 2 12 $2,014.00 Prints $10.00 $2,024.00 4.9 Submit the final plans, bid forms and Engineer's Estimates to the City for review in electronic form. 1 2 $397.00 $397.00 4.10 Conduct a final design coordination meeting with utilitycompanies. 2 8 6 Prints $10.00 $1,908.00 4.11 Conduct 1 final design review meetingwith Citystaff during course of final design. 2 4 4 :1,896.00 $1,214.00 Prints $70.00 $L224.00 4.12 Make final changes to plans, technical special provisions, bid form and Engineers Estimate based on City staff comments. Sign and Seal. 2 8 8 16 $4,050.00 CAD, Prints 1 $160.W S4,210.00 5. PROJECT MANAGEMENT AND COORDINATION $9,706.00 5.1 No additional meetings are included in this scope of services. 5.2 Qualit Reviews 5.2.1 Perform periodic reviews of project for quality assurance purposes. Perform pu.1ity control review of the oroiect deliverables at each submittal stage. 12 $1,932.00 Prints $0.00 $1,932.00 5.2.2 Perform a field check of proposed construction improvements. 4 4 $1,024.00 Prints, Mileage $20.00 $1,044.00 5.3 Administration and Coordination 5.3.1 Perform duties necessary for administration of project contract and subconsultant contracts. Prepare and administer project expenses and in-irin. to CITY_ 8 8 8 $2,888.00 Prints $10.00 $2,898.00 5.3.2 General communication with CITY. This includes email updates, phone conversations, and general correspondence on approximately a bi-weekly basis durino the course of the omi.ot. 8 16 8 $3,83200 $3,832.00 6. BIDDING PHASE SERVICES $3,089.00 6.1 Attend preloid meeting at City office. 4 4 $1,024.00 $1,024.00 6.2 Contract" cartes ondence duringbidding. 2 2 2 $834.00 Prints, Mileage $20.00 $854.00 6.3 Addendum re oration as es 1 addendum 2 2 6 $1,142.00 CAD, Prints $69.00 $1,211.00 6.4 City to conduct bid opening, prepare bid tabulation, and make contractor recommendation. Consultant to review the bid tab for any unbalanced bidding concerns. $0.00 $0.00 6.5 No additional meetings am included in this scope of services. $0.00 $0.00 7. CONSTRUCTION PHASE SERVICES $9,054.00 7.1 Attend re onstruction meetin 2 2 $512.00 $512.00 7.2 Contractor correspondence during construction (assumes 4 phone calls and associated review . 4 4 8 $1,864.00 Prints $10.00 $1,874.00 7.3 All construction observation to be erformed b the Ci 8 $1,104.00 Prints $10.00 $1,114.00 7.4 Shop drawing review of structural items. This is anticipated to include concrete mix tlesign, pile certifications, reinforcing steel certifications and bar list, and shop drawings for the girders. The City will review all other submittals from the contractor. 8 24 8 $5,544.00 Prints $10.00 $5,554.00 TOTALS 182 291 931 752 0 0 16 $259,590.00 $25,931.50 $285,521.50 Grand Total $285,521.50 BARTLETT & WEST, INC. 2018 SCHEDULE OF HOURLY CHARGES Effective January 1, 2018 Engineer/Arch/Landscape Arch XI $225.00 Right -of -Way Technician VI $118.00 Engineer/Arch/Landscape Arch X 205.00 Right -of -Way Technician V 109.00 Engineer/Arch/Landscape Arch IX 190.00 Right -of -Way Technician IV 99.00 Engineer/Arch/Landscape Arch VIII 175.00 Right -of -Way Technician III 90.00 Engineer/Arch/Landscape Arch VII 161.00 Right -of -Way Technician II 79.00 Engineer/Arch/Landscape Arch VI 148.00 Right -of -Way Technician I 68.00 Engineer/Arch/Landscape Arch V 138.00 Engineer/Arch/Landscape Arch IV 129.00 GIS Coordinator IX $225.00 Engineer/Arch/Landscape Arch III 118.00 GIS Coordinator VIII 208.00 Engineer/Arch/Landscape Arch II 108.00 GIS Coordinator VII 198.00 Engineer/Arch/Landscape Arch I 98.00 GIS Coordinator VI 184.00 GIS Coordinator V 174.00 Engineering Technician XI $165.00 GIS Coordinator IV 158.00 Engineering Technician X 140.00 GIS Coordinator III 145.00 Engineering Technician IX 127.00 GIS Coordinator II 130.00 Engineering Technician VIII 114.00 GIS Coordinator I 120.00 Engineering Technician VII 105.00 Engineering Technician VI 97.00 GIS Developer/DBA V $160.00 Engineering Technician V 90.00 GIS Developer/DBA IV 150.00 Engineering Technician IV 83.00 GIS Developer/DBA III 140.00 Engineering Technician III 70.00 GIS Developer/DBA II 130.00 Engineering Technician II 60.00 GIS Developer/DBA I 120.00 Engineering Technician I 50.00 GIS Analyst V $130.00 Surveyor X $180.00 GIS Analyst IV 120.00 Surveyor IX 165.00 GIS Analyst III 110.00 Surveyor VIII 150.00 GIS Analyst II 100.00 Surveyor VII 135.00 GIS Analyst I 90.00 Surveyor VI 123.00 Surveyor V 110.00 GIS Technician IV $90.00 Surveyor IV 98.00 GIS Technician III 80.00 Surveyor III 88.00 GIS Technician II 70.00 Surveyor II 77.00 GIS Technician I 60.00 SurveyorI 67.00 Project Coordinator VII $208.00 Survey Technician VIII $123.00 Project Coordinator VI 180.00 Survey Technician VII 109.00 Project Coordinator V 165.00 Survey Technician VI 98.00 Project Coordinator IV 140.00 Survey Technician V 85.00 Project Coordinator III 125.00 Survey Technician IV 75.00 Project Coordinator II 115.00 Survey Technician III 66.00 Project Coordinator I 103.00 Survey Technician II 58.00 Systems Analyst $160.00 Survey Technician I 53.00 Systems Administrator 120.00 Systems Technician 80.00 Construction Eng. Tech IX $155.00 Construction Eng. Tech VIII 145.00 Administrator VI $125.00 Construction Eng. Tech VII 130.00 Administrator V 110.00 Construction Eng. Tech VI 118.00 Administrator IV 97.00 Construction Eng. Tech V 108.00 Administrator III 82.00 Construction Eng. Tech IV 99.00 Administrator II 74.00 Construction Eng. Tech III 87.00 Administrator I 66.00 Construction Eng. Tech II 77.00 Construction Eng. Tech I 68.00 Administrative Technician V $72.00 Right -of -Way Specialist IV $208.00 Administrative Technician IV 65.00 Right -of -Way Specialist III 165.00 Administrative Technician III 58.00 Right -of -Way Specialist II 143.00 Administrative Technician II 53.00 Right -of -Way Specialist I 127.00 Administrative Technician I 47.00 The listed rates are subject to annual adjustment January 1 of each year BWE-2018 GREDELL Engineering Resources, Inc. ENVIRONMENTAL ENGINEERING LAND - AIR -WATER Offices in Jefferson City, Kansas City Metro and Springfield, Missouri March 7, 2018 Todd Kempker, P.E. Bartlett & West 1719 Southridge Drive, Suite 100 Jefferson City, MO 65109 RE: Scope of Work and Fee Proposal for Geotechnical Engineering Services Dunklin Street Bridge Replacement & Retaining Wall Addition — Jefferson City Dear Mr. Kempker: Thank you for the opportunity to present this proposal to serve Bartlett & West and the City of Jefferson during design of the Dunklin Street bridge replacement over Wears Creek, and the addition of a retaining wall to accommodate pedestrian sidewalks along Dunklin Street under the U.S. 54 ramps. The following outlines our proposed scope of services, schedule and fees. Proposed Scope of Services We propose a pre -design investigation focused on evaluating the geotechnical construction considerations and providing geotechnical related design recommendations for a deep foundation system for the bridge, and for temporary excavation conditions and long term design conditions for the anticipated retaining walls. Bruce Dawson, P.E., of Gredell Engineering will design and supervise the geotechnical investigation. Zachary Troesser, P.E., of Gredell Engineering will direct the field investigation and conduct field sampling and testing. Feasible, appropriate laboratory testing will be conducted on representative recovered samples. Based on preliminary site and project information previously discussed and a cursory review of site conditions; Gredell Engineering proposes the following scope of work to meet your project's goals and objectives: TASK 1. Review proposed design and construction information provided by Bartlett & West, and current site conditions to develop a plan for subsurface evaluation of the site. Coordinate and schedule utility locates through the Missouri One -Call System, and the necessary exploratory equipment to conduct a site subsurface evaluation. TASK 2. Conduct a subsurface investigation program to characterize the subsurface conditions pertinent to the design and construction of either driven pile or drilled shaft foundations for the proposed bridge, and a conventional reinforced concrete cantilever retaining wail. The general scope of our field investigation includes an exploratory boring located near each proposed end -bent of the bridge (total two borings), and a boring at a rig accessible location near the toe of the existing fill slope on the east side of the U.S. 54 exit ramp. Each of the bridge borings will be 1505 E. High Street Telephone - (573) 659-9078 Jefferson City, Missouri 651014826 Fax - (573) 659-9079 Todd Kempker, P.E. March 7, 2018 Page 2 advanced to bedrock, and will include NQ coring of a minimum of 10-feet of rock. Currently anticipated depths to rock are approximately 80 feet. If a rig accessible location is available for the retaining wall boring, it will be advanced to a minimum depth of 15-feet below existing grade. If a rig accessible location is not available, we will evaluate feasibility of subsurface exploration via a tracked mini -excavator. The target exploration depth with a mini -excavator is 10-feet below existing grade. TASK 3. Evaluate the findings of the site subsurface investigation to design and complete a laboratory testing program. Analyze field data and observations, local soul and rock stratigraphy, and laboratory data to prepare an engineering report that provides: a description of the investigation and its findings; recommended driven pile and drilled shaft foundation design parameters, including axial loading, later loading, and tip resistance parameters for drilled shafts; and construction considerations. Accompanying the Scope of Services are the following assumptions used to prepare the scope of work and resulting cost estimate. These assumptions are as follows: • The deliverable for this project is a report prepared by a Missouri registered professional engineer that will provide a pre -design geotechnical evaluation of the site and recommendations for appropriate geotechnical related design parameters. • The borings will be advanced at currently accessible, utility clear locations. • We request that Bartlett & West make initial contact with the Missouri Department of Transportation to negotiate our temporary access to the U.S. 54 right-of-way. • We note that our currently anticipated boring location near the east abutment may require access to the property at 428 West Dunklin. We request that Bartlett & West make initial contact with the City of Jefferson to negotiate our temporary access to this property. • The borings will be cased, advanced, and plugged in accordance with the Missouri Department of Natural Resources' current rules for geotechnical boring advancement and plugging (10 CSR 23- 4, Monitoring Well Construction Code). • We request that pertinent available plans for the existing bridge and the existing U.S. 54 ramps be provided prior to our field investigation. • 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. • This proposal includes $1,100 for Traffic Control & Signage; if the City of Jefferson can provide traffic control, our not -to -exceed cost may be reduced by $1,1000. • These services do not include design of any structural components or project features, or preparation of construction specifications. Todd Kempker, P.E. March 7, 2018 Page 3 Proposed Project Schedule GREDELL Engineering Resources, Inc. is committed to performing the work in a timely and efficient manner and meeting the schedule outlined as follows. However, it is noted that the schedule is dependent on various factors, including weather conditions, access approvals, the complexity of the subsurface conditions, and interaction with the project team. Task 1 will be completed within five days following notice -to -proceed. We expect to be able to schedule the Task 2 field investigation to begin within about ten days following notice -to -proceed, and expect to complete Task 2 in about two days or less upon arrival at the site, subject to weather conditions and site accessibility. A summary of preliminary geotechnical recommendations can be provided within approximately four business days following completion of the Task 2 field work. Task 3 will be completed within approximately ten business days following completion of Task 2. The total duration of these services is estimated at about twenty-two business days. 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 an invoice for actual time, materials and subcontract fees upon completion of these services. We propose a not -to -exceed cost of $17,000. This estimate includes $1,100 for Traffic Control & Signage; if the City of Jefferson can provide traffic control, our not -to -exceed cost may be reduced by $1,100. 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 Bartlett & West prior to initiating any change -of -scope activities. We understand the above text and the attached Standard Fee Schedule, if they are acceptable to Bartlett & West, Inc., will become exhibits to a Sub -Consultant Agreement to be prepared by Bartlett & West, Inc. We appreciate your consideration of Gredell Engineering and look forward to working with you on this project. If you have any questions or require additional information, please contact me or Tom Gredell, P.E. at (573) 659-9078. Sinncer I , r�Ce Bruce Dawson, P.E. Enclosure: Standard Fee Schedule dated February 1, 2017 c: Thomas R. Gredell, P.E. (w/o enclosure) 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 Il $ 75.00 CAD Technician l $ 60.00 Technician II $ 57.50 Technician 1 $ 47.50 Office Manager $ 62.50 Clerical III $ 55.00 Clerical11 $ 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 (BAIV) --- $ 0.20/page 8.5" x 11" Copies (BAN) ---- $ 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 limited 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 INDUSTRIAL & PETROLEUM ENVIRONMENTAL SERVICES, INC. Cost Estimate Date: 7-Mar-18 Client: Gredell Engineering Contact: Bruce Dawson Project Name: Dunklin St. Bridge- Jeff City Estimate Days to Complete Scope of Work: 2 Days Quantitv Amount Unit Extended 3 Hours Mobilization/Demobilization of Crew & Rig $110.00 hour $330.00 2.5 Hours Crew Travel $85.00 hour $212.50 2 Days Support Vehicle $100.00 day $200.00 160 Feet Mud Rotary( 2 Locations to 80' bgs) $25.00 ft $4,000.00 160 Feet Surface Casing Set $7.50 ft $1,350.00 20 Feet NQ Wireline Coring( 2 locations, 10' of core) $36.00 ft $720.00 15 Feet SF Auger Drilling and Sampling(B3) $10.50 ft $157.50 Total Estimate Cost $6,970.00 Option: Traffic Control & Signage- 2 Personnel $1,100.00 lump sum Option: Mini Excavator & Operator- Test Pit $950.00 lump sum P.O. BOX 138 • HALLSVILLE, MO 65255 • 573-696-3333 • 800-572-8265 • FAX 573-696-0110 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 6610--17,, ACCOUNT NO. 64-650-522020 Change Order No, One (1) Project No, 32155 Ord, No. 16792 Date: 1/30/2019 Job & Location., Dunklin Street Bridge and Corridor Consultant: Bartlett & West A. I - 4 IRA 0 4A A It 14 0 , to 0 go . $A. 1` *4 * - R 4 0 A* 0 0 RAN, R I . . . R 1 $ 0 V A, V 4 . 4 0 . 4 . . . . AIR . . . . 4 A . I . * # A 4 k 0 0 . . . . . . * A 0 k . . A , % 0 1.. , A . . . . A . . A A . . . . . . . . A. 4 $ . 4 4 10 0 AA 4 0 N # I W 0 . . I A * I A . 1 4 R A . . I . . I f I . A 1 0 % A 9 N q % 0 . . f 4 0 * 0 . k 0 4 . I . 0 4 0 R A . A * 4 . 0 0 o , V 0 0 * A 0 * .. . . * . R . A 0 t . . . . A . A . . . . . 0 . , * 4 0 . R * 0 4 OR *A o A W 0 k 4. of 1*#. 0 RAN t * o % f R. , V #I 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, 4 9 1 t 0` 6 14 - . - I I . I * R 1 0 A A . A . 0 % . * . - . 0 0 4 1 . 1 4 4 A I . A . 0 11 . A I A A % 4 . . 4 . I . I A 1 0 . . A . I AA 41 0 . 0 14 AR A . 0 - A R V I . 4 4 . A . I . . t . 4 $ 1 . I AI I A . . . I , 0 4 0 k 4 . . 0 4 or . 0 . I . . A . . . . . . . . . . . R 4...... A R A. . . A . . A A < . . . . . . . . . . DESCRIPTION OF CHANGES: This Change order will comver the design of a sewer main extention from the western side of Dunklin Street near the proy pert addressed as 515 Dunklin to the eastern side of the Dunklin Street. See attachment for additional explination. Note', Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Item Quantity in Revised Amount of No. Quantity in Change Contract Overrun or Description Unit Contract Order --- Quanti!y__Unit Price Underrun EW 111 Design for F&F Sewer Extentio-n---� LS 0 1 1 $2,500100 $2,500100 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: IAA/e hereby agree to 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 $2,500,00 (Two Thousand Five Hundred Dollars and No Cents) to the Contract Amount Contract Time - There is no change to the Contract Time ORIGINAL CON-FRACT Amount % Change Time PREVIOUS APPROVED CHANGE ORDERS $2851521,50 $0.00 0,0% 360 TOTAL THIS CHANGE ORDER $21500.00 0I9% 0 0 -- TOTAL OF " ALL CHANG - E -- ORDERS $2,500.00 0.9% 0-- CONTRACT AMOUNT TO DATE $288,021.50 'ARF — A I R 0 0 4 * 4 A A * i . . . 14 A * I . I, . 4 1 4 . . A * * A 4.. A AR 0 14 1 A A f . . A . . . . . . . . A . . . . . . . Bartlett & West A . A. . R . . . I, t..4. . . . . . . . . 414...{14. . . . . . A . . . . . . . . . . CI Co tractor Date Recommended by: -RIOR-4 r% City EInheer Date Verification of Encumbrance.- /A.., Accepted by: Finance,Director Date Owner - City Administrator/ Mayor ---------- Date Approved as to Form. x- y C nselor Date EXHIBIT A (Addendum No. 1) SCOPE OF SERVICES FOR DUNKLIN STREET BRIDGE AND CORRIDOR Addendum No. 1 - Sanitary Sewer Extension near MO Blvd. GENERAL BACKGROUND The original project area is generally described as Dunklin Street between Missouri Boulevard and Broadway Street. The project involves replacing the existing bridge over Wears Creek, and the associated roadway reconstruction needed to tie back to existing on each end. The entire stretch of Dunklin Street from Missouri Boulevard to Broadway, except the portion east of Dunklin and north of the 54 ramps, will have the sidewalks replaced, including the construction of a Greenway Extension on the northeast of the road between the Highway 54 off ramp and Mulberry Street. This sidewalk replacement will necessitate replacement of all driveways in the project limits. To accommodate the greenway, a new midblock crossing will be constructed including pedestrian activated flashing yellow warning lights and a refuge area. The original project is more precisely defined by the agreement between the City and Bartlett & West, Inc. dated June 4t", 2018. This addendum will not modify any of the original scope of services. This addendum adds to the scope of services as described below: The existing lamp hole near station 11 +50 (approximately 100' southeast of Missouri Boulevard) will be replaced with a manhole which ties into the existing service line to Family Pawn as well as the 6" sanitary main running to the northwest. From this manhole, a new 6" sanitary sewer line will be constructed under Dunklin Street to a new sanitary manhole in the southeast quadrant of the Dunklin Street/Missouri Boulevard intersection for use in future development of that parcel. Additional topographic survey information will be completed by the City. All right-of-way and easement documents, as well as all property owner negotiations will be completed by the City as well. Services provided by the consultant will include the production of final plans and limited assistance during bidding and construction. A more detailed description of the included tasks is as stated below: Figure 1: Project Scope TASK 1 — DATA COLLECTION AND SURVEYS 1.1 The City will perform all topographic surveys. 1.2 Bartlett & West to prepare and submit a survey request to the City in PDF form. 1.3 All easement and right-of-way documents will be prepared by the City. Coordination on needed easements and adjustments to easements from negotiations as necessary. TASK 2 — FINAL DESIGN SERVICES 2.1 Develop sanitary sewer alignment to construct a crossing of Dunklin Street near station 11 +50. 2.2 Create final plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 2.2.1 Sanitary Sewer Plan/Profile Sheets (assumes 1 sheet) TASK 3 — PROJECT MANAGEMENT AND COORDINATION 3.1 No additional meetings or tasks are included in this scope of services. TASK 4 — BIDDING PHASE SERVICES 4.1 No additional meetings or tasks are included in this scope of services. TASK 5 — CONSTRUCTION PHASE SERVICES 5.1 No additional meetings or tasks are included in this scope of services. Time for Completion: The schedule for this project will not be impacted by the additional services. Compensation The total amount for professional services rendered under this shall addendum shall not exceed $2,500.00. That modifies the compensation for the entire project to TWO HUNDRED EIGHTY-EIGHT THOUSAND AND TWENTY-ONE dollars and FIFTY cents ($2885021.50) DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 21-990-574069 Change Order No. Two (2) Project No. 32155 Ord. No. 15792 Date: 8/21/2020 Job & Location: Dunklin Street Bridge and Corridor Consultant, Bartlett & West ....................................................................................................................................................................................................................................................................................... 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: This change order will allow the City to call on Bartlett & West to perform services as outlined in the attached scope of services pertaining to the construction phase of the Bicentennial Bridge. Services will be provided on an hourly basis as needed. Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Not to Amount of Quantity in Change Contract Exceed Overrun or Item No. Description Unit Contract Order Quantity Price Underrun EW 2.1 Bicentennial Bridge Construction Phase Hour 0 Per Per $171983.00 6.30% Services Attached Attached Scope Scope CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to 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 $17,983.00 (Seventeen Thousand Nine Hundred Eighty Three Dollars and No Cents) to the Contract Amount Contract Time - Add 365 Calendar Days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $2851521.50 360 PREVIOUS APPROVED CHANGE ORDERS $21500.00 0.9% _ 0 _ _ TOTAL THIS CHANGE ORDER _ $171983.00 6.3% 365 TOTAL OF ALL CHANGE ORDERS $201483.00 7.2% 365 CONTRACT AMOUNT TO DATE $306,004.50 725 ----- .........................................................................................................................................................................................................................................................I..........I...........,....,. Bartlett &West f � 8-23-20 Co ctor Date � �- ;zo Recommended b Y /� Ci y Engineer Date Verification of Encumbrance: E Financ&Oirector Date Accepted by: Approved as to Form: �/Z 2o2C� Dare f/p- Dale N ' j cn T En N 1 cn W N O 0 cn C� 0 0 C� cQ 0 n -q � � D y :3 cn cn rn D cn n� a- n — cD o v > cQ C.. ° �� rn ° Q- D � o3 ° ::r=— Q -�i v 00 e t Z D-1 0 in- cD cn cD cD 0 �' � m cn 1 2 3 � rn O Z N0 -0 rn�._.=a)��v Q 3 0= v :moo �D cn 3 cn D Cn * g Z CD CI -° 0 cn °� N Q 3 -+ h cn to cn C) ? N rn Y °CDo o D(n o CD :3 Z C) o v =o 0 0 �' 3� v (D n D (n v= Q� N � rn m N0 O O N cj �. cQ v X � o rn Q 3 m Q CD N D a o = 0 � Q Z D 3 0 3 in Q co o° �-, 3 (D cD � CD zr 0 v -i m 9. -1 0 Q n cn r, � Q- m O Z -� n v T in m 1 .. � 0 ca CD N v ccnn C) Q < cn cn o < cQ CD 3. 0 �, 3 P c Q- r : CD 3 cn � -s o D N cD cn (n cD (n cn cn �- �'� �� v cn rn rn CD ° r. 0_ o a)CD _0 p m 3 o 3 � rn cn n .� v � co �' rn (D cn N 4�1 QO A N N m N Z) U1 O o x O — m p CP N N OD W N N W O C O = 69 m cn W N W . po < _ 0 c m cn W O N Z) Cr O = O — 0 3. O :3 O — O 69 69 N 69 co 69 � 69 N 69 co � v �I C� .al O O N O O O O O O COU� O O O O O O O O O CO7i O O O O O Cl)0 O (D c� (D CD cQ (D C(D 3 O (D QO p 69 Ul O O 69 a0 O 0 0 cn (D n C') O cn Y I p O O C. .69 69 69 H9 £fl ffl 69 (D o (D N GM. — CO O O O O O O O O W O O O O O O O O O UOi O O O OD O O � -1 j U7 C O O W O 0 N O O 0 O W O O (D C C n n A _1 10 �Z xJ � �m nD �m zN D no Lm D N J BARTLETT & WEST, INC. 2020 SCHEDULE OF HOURLY CHARGES Effective January 1, 2020 XI $225.00 Right -of -Way Technician VI $123.00 X 210.00 Right -of -Way Technician V 112.00 IX 195.00 Right -of -Way Technician IV 102.00 Engineer VIII 183.00 Right -of -Way Technician III 93.00 Landscape Architect VII 170.00 Right -of -Way Technician II 82.00 Architect VI 155.00 Right -of -Way Technician I 70.00 Planner V 145.00 IV 135.00 GIS Coordinator IX $225.00 III 125.00 GIS Coordinator VIII 210.00 II 115.00 GIS Coordinator VII 200.00 I 102.00 GIS Coordinator VI 185.00 GIS Coordinator V 175.00 Engineering Technician XI $180.00 GIS Coordinator IV 165.00 GIS Coordinator III 150.00 Engineering Technician X 155.00 GIS Coordinator II 135.00 Engineering Technician IX 140.00 GIS Coordinator I 125.00 Engineering Technician VIII 127.00 Engineering Technician VII 115.00 Engineering Technician VI 107.00 GIS Developer/DBA V $165.00 Engineering Technician V 100.00 GIS Developer/DBA IV 155.00 Engineering Technician IV 93.00 GIS Developer/DBA III 145.00 Engineering Technician III 83.00 GIS Developer/DBA II 135.00 Engineering Technician II 73.00 GIS Developer/DBA I 125.00 Engineering Technician I 63.00 GIS Analyst V $135.00 Surveyor X $185.00 GIS Analyst IV 125.00 GIS Analyst III 115.00 Surveyor IX 170.00 GIS Analyst II 105.00 Surveyor VIII 155.00 GIS Analyst I 95.00 Surveyor VII 137.00 Surveyor VI 125.00 Surveyor V 112.00 GIS Technician IV $97.00 Surveyor IV 100.00 GIS Technician III 87.00 Surveyor III 90.00 GIS Technician II 78.00 Surveyor II 80.00 GIS Technician I 68.00 Surveyor I 70.00 Project Coordinator III 125.00 Survey Technician VIII $130.00 Project Coordinator II 115.00 Survey Technician VII 115.00 Project Coordinator I 103.00 Survey Technician VI 102.00 Systems Analyst $170.00 Survey Technician V 90.00 Systems Administrator 125.00 Survey Technician IV 80.00 Systems Technician 85.00 Survey Technician III 72.00 Survey Technician II 65.00 Administrator VI $130.00 Survey Technician I 60.00 Administrator V 115.00 Administrator IV 102.00 Construction Eng. Tech IX $160.00 Administrator III 87.00 Construction Eng. Tech VIII 145.00 Administrator II 76.00 Construction Eng. Tech VII 135.00 Administrator I 68.00 Construction Eng. Tech VI 125.00 Construction Eng. Tech V 115.00 Administrative Technician V $75.00 Construction Eng. Tech IV 102.00 Administrative Technician IV 68.00 Construction Eng, Tech III 9Q.00 Administrative Technician III 60.00 Construction Eng. Tech II 80.00 Administrative Technician II 55.00 Construction Eng. Tech I 70.00 Administrative Technician I 50.00 Right -of -Way Specialist IV $208.00 Right -of -Way Specialist III 165.00 Right -of -Way Specialist II 143.00 Right -of -Way Specialist I 127.00 The listed rates are subject to annual adjustment January 1 of each year BWF-2020 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 21-990-574069 Change Order No. Three (3) Project No 32155 Ord No 15792 Date: 2/26/2021 Job & Location: Dunklin Street Bridge and Corridor Consultant: Bartlett & West 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: This change order is being persued to allow the engineer to create design options and renderings for the Gold Star Memorial and what will be the art panel for Union Pacific that will be installed as part of the fencing for the Bicentennial Bridge. Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun EW 3.1 Work on Gold Star Memorial and Railroad LS 0 1 1 $8,385.00 $8,385.00 Art Panel Design for Bicentennial Bridge Project CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to 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 $8,385.00 (Eight Thousand Three Hundred Eighty Five Dollars and No Cents) to the Contract Amount Contract Time - There is no change to the Contract Time STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT PREVIOUS APPROVED CHANGE ORDERS TOTAL THIS CHANGE ORDER TOTAL OF ALL CHANGE ORDERS CONTRACT AMOUNT TO DATE Amount % Change Time $285,521.50 360 $20,483.00 7.2% 365 $8,385.00 2.9% 0 _ $28,868.00 10.1% 365 $314,389.50 725 _.._..,. __.,_...._......_._....._........._.....,.._....,......_...._.� .^_..1................ _.........................._.......... _...... ....... .,.........,,......._...._._.. .......... _......... ,,...... .._.. Bartlett &West Engineering Firm Q Recommended by: +' Y City Enweer Verification of Encumbrance: Finance Director 31s-I2 t Date Date 11-7711-11-/ Date Accepted by: Owner - Clty Administrator / Mayor Date Approved as to Form: f Clty Co r Date DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 45-990-577117 Change Order No. Four (4) Project No. 32155 Ord. No 15792 Date 6/10/2021 Job & Location. Dunklin Street Bridge and Corridor Consultant. Bartlett & West, Inc. It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: This change order will provide for the study and evaluation of the High Street Viaduct. This will include evaluation of bridge rehabilitation and replacement options including impacts and cost estimation (See attached) Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun EW 4 1 High Street Viaduct Study LS 0 1 1 $19,500.00 $19,500.00 CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to 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 $19,500.00 (Nineteen Thousand Five Hundred Dollars and No Cents) to the Contract Amount Contract Time - Add 90 Calendar Days to the Contract STATEMENT OF CONTRACT AMOUNT: Amount % Change Time ORIGINAL CONTRACT $285,521.50 360 PREVIOUS APPROVED CHANGE ORDERS $28,868.00 10.1 % 0 TOTAL THIS CHANGE ORDER $19,500.00 6.8% 90 TOTAL OF ALL CHANGE ORDERS $48,368.00 16.9% 90 CONTRACT AMOUNT TO DATE $333,889.50 450 ..._-.._—._,.....-..._.. _ _...- Bartlett &West, Inc. _.. _..�.._. , ....., _ ...._ __,_... . Pr ager Date Recommended by City En ineer Date at ` Verification of Encumbrance Y ' •L�l�'�-f Finance Director _ Date Accepted b P Y /% '/ /i l� Z/2/Owner City Administrator/ M r Date Approved as to Form (� `a 1 • a- � City C n Date May 19, 2021 David Bange, P.E. City Engineer City of Jefferson 320 E. McCarty Street Jefferson City, MO 65101 Re: High Street Viaduct Study Dear Mr. Bange Thank you for allowing Bartlett & West the opportunity to provide this proposal for professional services relative to identifying and evaluating bridge rehabilitation and bridge replacement options with cost estimates developed for each that can be used for planning and budgeting purposes. Scope and fee The tasks and associated lump sum fees to provide the services needed to complete your project are as follows: Task 1: Evaluation of bridge rehabilitation and replacement options $19,500 • Review of plans and other documents potentially affecting bridge rehabilitation or bridge replacement options, generally relating to the viaduct structure itself, the city's planning for other infrastructure in the area, State of Missouri facilities, floodplain management, and the railroad facilities. • Field visits for documentation of current conditions and refining estimated repair quantities. • Develop cost estimate for required repair treatments needed to extend bridge life 10 to 20 years, if possible. • Develop cost estimate for bridge replacement and list of issues to be considered during final design of the project. Include concept and cost for potential roadway construction at the east end of the bridge. The scope will include assessing a ballpark bridge replacement size, but does not include investigation of multiple structure types and span arrangements. • Develop cost estimate for bridge repairs to extend the life of the bridge to the time of its replacement should the bridge condition worsen in the future to the point where vehicular load restrictions or road closure are considered necessary. • Develop a draft final report for the City's review. • One (1) phone conference call meeting with the City to discuss review comments and questions. • Combine and incorporate some of the ideas after our phone meeting to create one (1) final bridge evaluation study. The following additional services can be provided for a negotiated fee or on an hourly rate basis, as mutually agreed, and are not included as a part of the scope of services previously defined. • Any additional engineering, preliminary design, final design or otherwise, beyond the evaluation work included in Task 1. • Any bridge rehabilitation or bridge replacement details and specifications that can be used for construction. • Any exhibits that might be needed for city and/or county meetings or hearings Client Responsibility In order to best meet your needs and schedule, we request that you provide the following to us: 1. All records or other documentation related to construction of, repairs to or maintenance of the High Street Viaduct 2. Planning studies or other documentation that might be available for facilities in the vicinity of the viaduct that may affect rehabilitation or replacement options, including but not limited to other bridges, State of Missouri facilities, churches, streets, fire stations, Wears Creek, pedestrian facilities, and railroads. 3. Timely approval or comments on options, conclusions or recommendations presented during the evaluation process. Attached to this proposal is a copy of our Standard Provisions of Agreement for Professional Services, which shall apply to the work of this proposal. If the proposal is acceptable, please sign and return a copy to us for our records. This proposal is valid for 90 days from the date of this letter. Sincerely, ACCEPTED BY: JEFFERSON CITY 7ae44 PUBLIC WORKS kalvl— Todd Kempker Project Manager By: Printed name of person signing Enclosure(s) Dated: Page 2 of 2 08/18 DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO.2i-990-574069 Change Order No. Five (5) Project No. 32155 Ord. No 15792 Date: 7/28/2021 Job & Location: Dunklin Street Bridge and Corridor Consultant: Bartlett & West It is hereby mutually agreed that when this change orderfollowing . in - changes g 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: This change order will allow the City to call on Bartlett & West to perform engineering services pertaining to the construction of the Bicentennial Bridge. Services will be provided on an hourly basis as needed. Note: Item numbers prefixed with "EW" (Extra Work) are new line items to the contract. Quantity in Revised Amount of Item Quantity in Change Contract Overrun or No. Description Unit Contract Order Quantity Unit Price Underrun EW 5.1 Additional Bicentennial Bridge LS 0 1 1 $10,000.00 $10,000.00 Construction Phase Services CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES: I/We hereby agree to 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 $10,000.00 (Ten Thousand Dollars and No Cents) to the Contract Amount Contract Time - Add 60 Calendar Days to the Contract STATEMENT OF CONTRACT AMOUNT: ORIGINAL CONTRACT Amount $285,521.50 % Change Time 360 CONTRACT AMOUNT WITH COUNCIL APPROVED COs $314,389.50 725 CHANGE ORDERS SUBSEQUENT TO COUNCIL APPROVAL $19,500.00 6.2% 90 TOTAL THIS CHANGE ORDER $10,000.00 3.2% 60 TOTAL OF ALL NON COUNCIL APPROVED Cos TOTAL OF ALL CHANGE ORDERS $29,500.00 $58,368.00 9.4% 150 515 CONTRACT AMOUNT TO DATE $343,889.50 875 Bartlett & West Recommended by: Verification of Encumbrance: Accepted by: Approved as to Form 7/28/21 Date Date -7 Date �DM6 g-3-zf Date