Loading...
HomeMy Public PortalAboutORD15929BILL NO. 2019-019 SPONSORED BY Councilman Hussey ORDINANCE NO. 15gz9 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 $152,566.00 FOR THE CLARK AVENUE AND DUNKLIN STREET INTERSECTION PROJECT. WHEREAS, Bartlett and West has been selected as the firm best qualified to provide professional services related to the Clark Avenue and Dunklin Street intersection 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 Clark Avenue and Dunklin Street intersection 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: �,LI U 1, 20 161 ,044 ,./4 -es iding Offi, ATTEST: CityAin't hifkAll —. ulerk Approved: 1K, 20ict C 1allAti2. Gvt 4 Mayor Carrie Tergin APPROVED AS TO FORM: 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", and Bartlett & West, Inc., hereinafter referred to as the "Contractor". WITNESSETH: THAT WHEREAS, the City desires to engage the Contractor to render certain services for the intersection improvements at Clark Street and Dunklin Street, 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 services for the intersection improvements at Clark Street and Dunklin Street, 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. Compensation. The total amount for professional services rendered under this shall not exceed One Hundred Fifty -Two Thousand Five Hundred Sixty -Six Dollars ($152,566.00) 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. 3. Term. Contractor shall perform said work in accordance with the contract documents and any applicable City ordinances and state and federal laws, within seven hundred twenty (720) calendar days from the date Contractor is ordered to proceed. 4. 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 2 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. 5. 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. 6. 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. 7. 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. 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. 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 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 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. 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, 3 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. 19. Delays. That the Contractor shall not be liable for delays resulting from causes beyond the reasoi able 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. 4 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 City of Jefferson Department of Public Works, 320 E. McCarty, Jefferson City, Missouri, 65101, and Bartlett & West, Inc., 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 Carrie Tergin, Mayor Date: /4'11 ATTEST: Emily Donaldson, City Clerk APPROVED AS TO FORM: Ry unselor BARTLETT & WEST, INC. Title: Sr. d 1, C210 Date: 7-►2-lg 5 EXHIBIT A SCOPE OF SERVICES FOR CLARK AND DUNKLIN INTERSECTION IMPROVEMENTS PROJECT GENERAL BACKGROUND The project area is generally described as the intersection of Clark Avenue and Dunklin Street. The existing intersection is two-way stop controlled on Dunklin Street and includes a left turn bypass lane for traffic heading east on Dunklin Street that wants to turn north onto Clark Avenue. The intersection is functioning from a traffic capacity standpoint, but the geometric configurations of the intersection create confusion. A 2019 traffic study of the Clark Avenue interchange and surrounding intersections concluded that a roundabout at the Clark Avenue and Dunklin Street intersection would provide significant operational and safety improvements. This project will include design of a single -lane roundabout, new pavement and sidewalks, stormwater improvements, intersection lighting, pavement striping and signage. Topographic and boundary survey will be completed by the City. All right-of-way and easement documents, as well as all property owner negotiations will be also be completed by the City. Services provided by the Consultant will include the production of preliminary, right-of-way and final plans, utility coordination, and limited assistance during bidding and construction. More detailed descriptions of the included tasks are stated below: Figure 1: Project Scope TASK 1 — DATA COLLECTION AND SURVEYS 1.1 The City will perform all topographic, 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. 1.4 Perform 1 site visit to field check topographic information prior to design. TASK 2 — PRELIMINARY DESIGN SERVICES 2.1 Attend project kickoff meeting with City staff. 2.2 Develop roadway alignment/profile for Clark Avenue within the survey limits. 2.3 Develop roadway alignment/profile for Dunklin Street within the survey limits. 2.4 Develop roundabout geometry on project mapping. Adjust geometry for speed curves and truck turning movements. City to provide truck dimensions. 2.5 Develop bike lane & sidewalk geometry and curb ramp details. 2.6 Determine conceptual grading. 2.7 Conduct drainage design including drainage areas, hydrologic calculations using Rational Method and hydraulic calculations using Manning's Equation. Drainage design to follow City of Jefferson and APWA guidelines. 2.8 Determine phasing concept and make appropriate adjustments to roundabout geometry to accommodate. 2.9 Determine retaining wall locations and heights based on grading and phasing needs. 2.10 Create preliminary plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 2.10.1 Cover Sheet 2.10.2 Typical Sections/General Notes (1 sheet assumed) 2.10.3 Roadway Plan/Profile Sheets (assumes 4 sheets) 2.10.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 2.10.5 Driveway Profile Sheets (assumes 2 sheets) 2.10.6 Retaining Wall Profile Sheet (assumes 1 sheet) 2.10.7 Cross Sections (assumes 6 sheets) 2.11 Prepare preliminary opinion of probable costs. 2.12 Conduct 2 preliminary design review meetings with City staff during the course of preliminary design. 2.13 Perform 1 site visit during preliminary design to field check the plans. 2.14 Submit the preliminary plans and opinion of probable cost to the City for review in PDF format. 2.15 Prepare utility conflict plans for the project . 2.16 Attend public meeting. TASK 3 — RIGHT OF WAY DESIGN SERVICES 3.1 Modify plans based on preliminary plan reviews, Utility meeting and public meeting comments: 3.1.1 Cover Sheet 3.1.2 Typical Sections/General Notes (1 sheet assumed) 3.1.3 Roadway Plan/Profile Sheets (assumes 4 sheets) 3.1.4 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 3.1.5 Driveway Profile Sheets (assumes 2 sheets) 3.1.6 Retaining Wall Profile Sheet (assumes 1 sheet) 3.1.7 Cross Sections (assumes 6 sheets) 3.2 Develop right of way and easement requirements. 3.3 Provide right of way plans to the City in PDF format. Provide AutoCAD files of proposed layout and right of way/easements to the City in AutoCAD 2018 format files. 3.4 Revise right of way and easement layout once based on property owner negotiations. 3.5 No legal descriptions or property owner negotiations are included in this scope of work. TASK 4 - FINAL DESIGN SERVICES 4.1 Create final plans for project, utilizing AUTOCAD/Civil 3D, consisting of the following: 4.1.1 Cover Sheet 471-.2 Typleat states ('a-ssum6s 1 t1 t) 4.1.3 Typical Detail Sheets (assumes 2 sheets) 4.1.4 Summary of Quantities (assumes 1 sheet) 4.1.5 Right of Way/Easement Plan (assumes 1 sheet) 4.1.6 Existing Removals Plan (assumes 1 sheet) 4.1.7 Roadway Plan/Profile Sheets (assumes 4 sheets) 4.1.8 Curb Return Plan/Profile Sheets (assumes 4 sheets) 4.1.9 Splitter Island Plan/Profile Sheets (assumes 2 sheets) 4.1.10 Truck Apron & Central Island Plan/Profile Sheet (assumes 1 sheet) 4.1.11 Roundabout Grading Plan (assumes 1 sheet) 4.1.12 Storm Sewer Plan/Profile Sheets (assumes 2 sheets) 4.1.13 Driveway Profile Sheets (assumes 2 sheets) 4.1.14 Sidewalk Ramp Detail Sheet (assumes 1 sheet) 4.1.15 Retaining Wall Profile Sheet (assumes 1 sheet) 4.1.16 Retaining Wall Detail Sheet (assumes 1 sheet) 4.1.17 Lighting Plan sheet (assumes 1 sheet) 4.1.18 Lighting Detail sheets (assumes 6 sheets) 4.1.19 Erosion Control Plan (assumes 1 sheet) 4.1.20 Traffic Control and Phasing Plan (assumes 6 sheets) 4.1.21 Detour Plan (assumes 2 sheets) 4.1.22 Signing and Pavement Marking Plan (assumes 2 sheets) 4.1.23 Cross Sections (assumes 6 sheets) 4.1.24 No jointing plan is included in this scope of work. 4.1.25 No landscaping plan is included in this scope of work. 4.1.26 No water quality plan is included in this scope of work. 4.2 Compute final quantities, develop bid form and prepare final estimate of probable cost. 4.3 Develop any project specific technical specifications. It is anticipated that the City's standard specifications will be utilized. The City to complete front end documents to be combined with the JSPs. 4.4 Submit the final plans, bid forms and Engineer's Estimates to the City for review in electronic form. 4.5 Prepare a set of final utility coordination plans for the project. 4.6 Conduct a final design coordination meeting with utility companies. 4.7 Conduct 1 final design review meeting with City staff during course of final design. 4.8 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. 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 prebld meeting atCity-offtce 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 is not included in this scope of services. It is anticipated that the City will review all submittals from the contractor. Ex Pogo 1 012 PROJECT FEE ESTIMATING SHEET Clark and Dunklln Intersection Improvements Project Jefferson City. Colo County, MO Tasks Staff Hours Labor Costs Other prod Costs Total Fee Subtotal Fee Ent VII Eno IV Eng. II Ent. Tech NI ronin in Item Cos( 5185 00 1130.00 5110.00 0105 00 365 00 n. DATA COLLECTION AND SURVEYS 01,10000 1 1 Tho CIN 091 P9rf0r17 at lopoorodbc, and botaldary swrvov5, 8000 $0.00 1.2 Prepare and subfile t Survey request to the city a1 PDF tom) 1 1 0240.00 8240.00 1.3 All easement and nand-01way documents w4) be properod by the City. Coordination on noodod easornants and ackustmants to easements From 00000M:ions Os ncoossary. 2 4 8700.00 5700.00 1.4 Pelfenn 1 Sae visa 10 told chock to0o0rophe mlormabOn Prior to do . 2 5220.00 Mil0000, Prints 020.00 $240.00 2. PRELIMINARY DESIGN SERVICES 502,133.00 3.1 Attend Pr01eCI kiCkof met/lino wIth City staff, 2 2 2 5810.00 Pante S10.00 0620.00 2.2 Develop roadway alionmont1pr0010 for Clank Avenue within One survov )mos 1 2 8350.00 CAD 514.00 5384.00 2.3 DOv5lop roadway 011gnmenVppphle for Dunklln Stiedwithin the surrey 6ridi3, 1 2 8350.00 CAD 514.00 0304.00 2.4 Develop roundabout geometry on project mapping. Adjust geometry for speed curves and truck tummo movernonts Chi to 0rovdo truck dlmSf191o118. 2 12 50 87.300.00 CAD 5350.00 57.740.00 2.5 Devoklp bks larnw A aldewak geometry and curb ramp dat0110 1 2 6 51 305.00 CAD 850.00 51,361.00 2.8 Determine conceptual grading, 1 2 10 52,13500 CAD 0112.00 52.297.00 2.7 Conduct drainage des4gn including drainage areas, hydrologic caiculations using Rational MOtand hydraulic cakulabons using Manning's Eguabon. Drainage. 10w design to 1of tlOd rine of lnflnrron and APWA mlkirlmos 2 6 40 15.770.W CAO. Pnrm 6300.00 56.070.00 2.8 Deterrrliro pursing concept and make appropriate, adjustments to roundabout geometry 10 accomm000to 2 6 24 03.750.00 CAD, Pouts 0150 00 13.938 00 2.9 Determine retaining wail :ocanona and heights batto0 on gradfrp ono phasing reeds. 1 4 5570.00 CAD, Puns $48.00 5618.00 2 10 Create preliminary pans for project, uNizing AUTOCADSCIv6 30, consisting of the folfoo1no 2,10 1 Cover Sheet 1 1 2 5450.00 CAD, Pants 541.00 0491.00 2.10.2 Tvpical Sections/General Notes (1 sheet assum001 2 4 0 51.540.00 CAD, Pnms 1104.00 51,844.00 2.10.3 Roadway Plan/Profile Sheets (8ssumos 4 sheets) 2 4 t6 40 60.810.00 CAD, Prima 1 1412.00 57,222.00 2.10 4 St8rrn Sower Plan/Profile Sheets (assumes 2 shoats) 24 24 53,490.00 CAD, Pnnta 0180.00 53,670.00 2.10 5 Driveway Profile Shoats (assumes 2 sherds) 1 4 0 51,410.00 CAD, Prime 5104.00 51,514.00 2 10.0 RO(alnlnq Wall Pronto Sheet (assumes 1 she.n 1 2 4 5770.00 CAD, Prints 56200 5832.00 210.7 Cross Soctons (assumes 8 sheets) 1 4 8 12 12,025.00 CAD, Prints 5160.00 52,905.00 2 11 Pree Dr5PntlfPry 00(4 ) of probable Costs. Promo 2 a a 51.960.00 31900.00 2 12 Conduct 2 preliminary design review meetings Wih City staff dump the course of oreEminnry de*lon a 4 4 01,620.00 Mileages Pains 020.00 51, 40.00 2,13 Perform 1 sae visit durum motminary design to Geld chock, the Otan5. 2 8220.00 Mmeage Prints 020.00 5240.00 2.14 Submit the preliminary plans and opinbn e,1 probable cost to tho City for roview in PDF format 2 1260 00 5260.00 2.15 Preporo ditty could dans (ter the protea 1 4 a 51,410.00 101ooge. Pains 520.00 51,430.00 2.15 Distribute 01418y plans and hold a vat/ eoordinauon mooting Win tat/00100 ve61y rpinPanoS. 2 4 2 51.070.00 Mileage. Pants 520.00 31.090.00 2.15 Prepero oxM4ls for a meta meotng. 1 2 6 12 52.585.00 CAD. Prints 8100.00 52.725,00 2 18 Attend rlu0ec rreolnci. 2 2 2 8810.00 Waage. Penta 520.00 6070.00 3. RIGHT OF WAY DESIGN SERVICES 014,99500 3.1 Modify piens based on preliminary plan reviews, Utility meeting and public rooming comments: 66.6o 3.1.1 Cover Sheet 1 2 5320.00 CAD Pante 641.00 0301.00 3.1.2 Typical Sections/Gonda, Notes (1 sheet oasum0d) 1 2 0320.00 CAD. Penta 541.00 0381.00 3.1.3 Roadway P(91VPro5e Sheets (assumes 4 sheets) 2 0 12 12 13 090,00 CAD, Prints 8185.00 53,878,00 3.1 .4 Storm Sower PIafYProO)o Sheets las5umee 2 stoats) 2 6 6 11,760.00 CAD, Prams 5110.00 61,67600 3.1 5 DrIvweetY PrO610 Sheep5 (assumes 2 sheets) 1 2 4 ;770.00 CAD, Pante 58200 6532.00 3.1.8 Retaining Wag Prate Sheet (86sunnos 1 5(1000 1 4 0570.00 CAD, Pins 640.00 5618.00 3.1.7 Cross Soctons {assumes 89(19.1*) 1 2 12 a 12535.00 CAD Peers 510000 52,745.00 32 D6veto0 Pahl 0f way and easement requirements. 1 4 0 0 02,405.00 CAD, Prints 5132.00 02,537.00 33 Pravda dorsi of way plans to de CIty in PDF format. Provide AutoCAD tees of proposed to o CIN in Au1OCAO 2018 formal ries. layout and Plant of wnyfeasernents In 2 2 M00.00 Pant, 51000 8490.00 3.4 Revise holm of wmon ay and 0a5Oord layout to based on property owner negotiations. 1 2 4 4 51,265.00 Pants 010.00 81,295.00 3.5 No heal doscdpaons or property owner neao0ations are included in this scope of )cork 4. FINAL DESIGN SERVICES 000.340.00 4.1 Creata fine) pions for project, utilizing AUTOCADrC1v113D, consl50n0 of the tolOwlnq: 4,1.1 Cover Shin; 2 1220.00 CAD,Pents 57400 0254.00 4,1.2 Twice, Six-Nes/General Notes (assumos 1 5(199?) 1 t 2 5450.00 CAD, Pante 141.00 1491.00 4,1.3 TVpltal NOS Sheetsmots (assumes 2 shoots) 2 6 6 01,650.00 CAD, Prints 5104.00 51,654.00 4.1,4 Summary Of Ck,ar109051855o71051 Sheet) 1 44 1990.00 CAD, Print. 576. D0 SI 066.00 Es 1461 B Pegs 2012 Teske 61211 Haas Lab. Costs 01her Dlreci Coots Total Fee Subtotal Foo Eng. V11 Ey. IV Eng. II Eng. Toch VII Admn. 11 Item Coal $165.00 5130.00 6110.00 510580 $85.00 4.1.5 Mate of Watt/Easement Plan lossumos 1 sheet) 1 1 a 2 51,165.00 CAD. Pants 970.00 51,241.00 4 1.6 EolsenS Removals Plan (assumes 1 sheet) 1 4 2 5760.00 CAD, Prints 182.00 5842.00 4.1,7 Roedwmv Ptan#Profi:e Sheets (ossug105 4 she6t51 1 4 12 8 52,845.00 CAD. Pdms 0180.00 53.005-00 4.1.8 Curb Return PIerVProhie Sheets (assumes 4 sheets) 1 6 16 12 53,865.00 CAD. Prints 5216.00 54.181.00 4 1,9 Sotto( Island Plan/Profile Sheet, (8asia065 2 sheets) 1 6 16 12 $3,965.00 CAD, Pants 5216.00 54,181.00 4.1 10 Truk Anion & Central Island P4 04Profile Sheet (assumes 1 sheet) 4 8 8 52.030.00 CAD. Pdnb 5118.00 $2.148.00 4,1 11 Roundabout Grodina Plan (assumes 1 sheet) 2 6 12 12 $3,090.00 CAD, Pdnb 5168.00 53,878 00 4.1.12 Storm Sevier Flan/Profile Sheets (assumes 2 sheets) 2 12 12 52.840.00 CAD. Prints 6188.00 53.028.00 4.1,13 Driveway Profile Shoots (assumes 2 shoots) 1 4 4 5990.00 CAD, Prints 572 00 51,068.00 4 1.14 Sdewslk Ramo Detail Sheet (assumes 1 sheet) 1 12 a $2.080.00 CAD. Prints 5146.00 52,226.00 4 1 15 Retaining Wet Profdo Sheet (assumes 1 sheet) 1 2 2 5560.00 CAD, Prlrm 54200 5608.00 4 1.16 Retainjna Wall Detail Sheet (assumes 1 shoal) 4 12 8 $2,470.00 CAU, Prints 514880 52,616,00 4.1,17 Wham: Plan sheet (assumes 1 sheet) 2 8 6 91,860,00 CAD, Pr1nb 5132,00 52,112.00 4.1.18 LiahSn, Detail sheets (assumes 6 sheets) 8 10 32 55.900.00 CAD Prints 5358.00 56256.00 4 1,19 Erosion Control Plan )assumes 1 sheen 1 4 2 6780.00 CAD, Prints $62.00 $842.00 4.120 Tref%Cono1 end Phasing Plan (assumes 8 sheets) 2 a 16 12 34,390.00 CAD, Panb 5218.00 54,808.00 4.1 21 Detour Plan (assumes 2 sheets) 1 4 6 6 52,185.00 CAD, Prints $118.00 52,313.00 4.1,22 Signing and Pavement Marking Plan (80sumes 2 shoals) 1 2 e 8 51,92500 CAD. Prints 0116.00 52,043.00 4 1,23 Cross Sections (assumes 8 sheets) 1 4 12 a 52.845.00 CAD Prams 5180.00 53,005.00 4.1.24 No lolnlihrt Nan is Included in this scope of work, 50.00 50.09 4 1 25 No Iandscapinol Nan is included in this scope Of work 50.00 50.00 4,1,29 No water quakty plan b 805(04ed in this scope 01 work 50.00 50.00 4.2 Compute final quantities, develop bid form and prepare final estimate of probable cost 2 4 a 8 52.57000 Prints 51000 52.5110.00 4.3 Develop any project specific te0hni0al specifications. It is an0Kipatod that the City's standard spedlkeSons w1 be utI¢ed, The City to compote front orad documents to be uyntmnen with one ISPs 1 a 12 22.265.00 Pools 010.00 52275.00 4,4 Submit the final plans. Nd forms and Engi eees Estimates to the Cay foo revere n electronic 107th 2 $260 00 020000 4.5 Prepare 8 561 Of final ul6ly coordination plans ler the pr5e0b 1 4 a a 52.405.00 CAD. Prints $132.00 52,537.00 4.8 Conduct a Mal design coordination mooing with usl0v companies 2 8 2 51,590.00 Pnnm 510.00 51.600.00 4.7 Conduct 1 Mel design review me0Wlp WO City staff during course of final design, 2 2 2 581000 Poeta 510.00 5820.00 4.8 Make final changes to plans, technical special provisions, bid form end Engineer's Estimate based on City staff comments Sian and Seal e 16 12 34.390.00 CAD. Prints 5216 ao 54,696.90 5. PROJECT MANAGEMENT AND COORDINATION 09.400.00 5.1 No additional Ineetng3 are Included In 609 SCOPE, of services. 50.00 50.00 5.2 quality Reviews: 5.2.1 Perform periodic reviews of project for qua8ly assurance purposes, Performa Pretty COnt804 review pl the protect 481w0195(9s at etch submdtel steno, 12 St,980.00 Prams 50.00 51 980,00 5 2.2 Perform a (1810 Oa* of proposed Oorlst'uot'r1 InlorOvemema 2 2 5480.00 Priors. kereege 1 520.00 650000 5.3 Adrnvtisva9orl and Coordination 5.3.1 Perform duties necessary for edministrabon of prgect Contract. Prepare and administer 6008x1 expenses aqd rnv0cino to CITY 8 8 8 52,8000.00 Prints 510.00 52890.00 5.3.2 General communication with CITY The includes ema2 updates, phone conversations. and general correspondence on 275000mately a Istneekly 92,15 dudno ne course of ane 008011, t. 0 1E 6 34.080.00 54080.00 8. BIDDING PHASE SERVICES $4.178,00 8.1 Attend Metre incl a at Cray Office. 4 4 $980.00 5960.00 8.2 Convector correspondence dunna bidding. 2 2 2 5910.00 Prints, Maoogo 520.00 5830.00 6.3 Addendum Preparation (assumes 1 addendum). 4 6 8 52,030.00 CAD, Pinta 811600 52,140.00 6.4 City to conduct bid opening, prepare bid tabulation. and make contractor recommendation Consultant to review the bid tab for env unbalanced biddmq concerns. 1 1 5240.00 5240.00 6.5 1,42 additi0nol Meetires Oro included in this 59080 of sotMlcos. 50.00 50.00 7. CONSTRUCTION PHASE SERVICES 52,290.00 7.1 Attend ProcOnatrucbon meet 18, 2 2 548000 5480.00 7.2 Contractor correspondence during conatruc00n (assumes 4 phone calls and associated review). 4 4 8 51,600.00 Prints 51000 51,810.00 7.3 At) construction observation to be performed by the City. 50.00 50.00 7.4 Shop drawn review ra not included in this scope of services. It is anticipated that the City MI review at subml7Ns horn the contractor S0 00 50 30 TOTALS BO 229 574 364 16 5145.890.00 56,878.00 5152.586,00 113rond Total 8152,566.00