Loading...
HomeMy Public PortalAboutORD14377 i BILL NO. 2008-29 SPONSORED BY COUNCILMAN Penfold ORDINANCE NO. 143-7 -1 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH BARTLETT & WEST INC. , FOR THE DESIGN OF A ROUNDABOUT AT TANNER BRIDGE AND ELLIS. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. In compliance with the provisions of the City Code and state statutes, Bartlett&West Inc. has been selected for the design of a roundabout at Tanner Bridge and Ellis. Section 2. The Mayor and City Clerk are hereby authorized and directed to execute a Contract with Bartlett & West Inc. for the design of a roundabout at Tanner Bridge and Ellis. Section 3. The agreement shall be substantially the same in form and content as the contract attached hereto as Exhibit 1. • Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: �� O�� Approve P e ding Officer Mayor ATTEST: APPROVED AS TO F RM: Wy Clerk City C unselor • EXHIBIT A SCOPE OF SERVICES FOR TANNER BRIDGE ROAD/ELLIS BOULEVARD ROUNDABOUT INTERSECTION IMPROVEMENT PROJECT A. SCOPE OF SERVICES GENERAL BACKGROUND The project is the improvement of the Tanner Bridge Road and Ellis Boulevard intersection from the existing 4-way stop controlled,skewed intersection to a proposed one-lane roundabout. It is anticipated that the project extents will be immediately adjacent to the intersection as necessary to construct the approaches to the roundabout. Two previous studies of the intersection have been conducted,the most recent of which was performed in 2005 and showed that the existing traffic volumes and intersection configuration have high east-west queue lengths and an overall Level of Service(LOS) of E. Under future traffic projections(20 year projection),the intersection would be LOS F. The recommendations included a signalized intersection or roundabout,with the roundabout providing the overall • best LOS of A. The roundabout would also provide better intersection geometry,eliminating the extreme skew of the north-south legs on Tanner Bridge Road. Since the traffic study has been completed so recently,no further traffic analysis is included in this scope of services. Instead,these services cover the geometric layout of up to 3 concepts for the roundabout,the preliminary and final design of the intersection and the specific services listed below. This scope of services assumes that the intersection will be constructed utilizing asphalt pavement,concrete curbs with storm inlets and storm sewers at the intersection,a truck apron on the central island with stamped concrete,a turfed central island(no landscaping included but sprinklers specified),raised splitter islands with stamped concrete,concrete sidewalks,an underdrain system where necessary,appropriate signage and pavement marking,and street lighting. The project is assumed to be able to be constructed by closing the intersection. Therefore,no construction sequencing or phasing plans will be necessary,but instead will be covered with detour routes. The project will incorporate City mapping information,boundary survey records,and field surveys provided by the City. There are no anticipated survey needs as part of these services, other than the development of legal descriptions for the acquisition of easements or right-of- way(assumed to be necessary on 6 tracts,not including an anticipated total take tract). The information with regard to the existing utilities will be as provided and surveyed by the City. TASK 1-CONCEPT PHASE SERVICES ($11,300 Lump Sum) 1.1 Collect data and review information to be used in performing the project duties • including the following: City aerial mapping,topographic survey,property lines,utility PN 16197.000 -1- • information,existing plans,property owner names and addresses,and existing concept drawings. Review existing traffic analysis report and findings of.previous studies. 1.2 Develop up to 3 conceptual roundabout layouts considering different right-of-way constraints (to be coordinated with City staff and determined prior to concept layout), truck turning geometries (for a WB-50 design vehicle), existing topographic features such as driveways,utilities, and other impacts. 1.3 Develop conceptual cost estimates for the 3 layouts for comparison purposes. 1.4 Evaluate concepts and provide a recommended layout for developing preliminary and final plans. Assumes development of pros/cons list,but no engineering report. 1.5 Conduct a meeting with City staff to review concepts and recommendation. 1.6 Conduct one concept phase coordination meeting with utility companies. TASK 2-PRELIMINARY DESIGN SERVICES ($30,400 Lump Sum) 2.1 Develop preliminary horizontal and vertical alignments and more precise intersection geometries,sidewalk,ramps and driveway layouts based on approved conceptual layout. 2.2 Perform storm drainage design including inlet placement,storm sewer sizing,and connection to existing drainage system. 2.3 Develop preliminary signing and pavement marking plan. 2.4 Create street lighting layout and investigate power and control requirements. 2.5 Create set of preliminary plans,consisting of the following: • 2.5.1 Cover Sheet 2.5.2 Typical Sections 2.5.3 Plan/Profile Sheets(assumes 4 at 1"=20 ft. or 30 ft.scale) 2.5.4 Pipe Profile Sheet 2.5.5 Proposed Grading Plan(Proposed Contours shown with Existing Contours in lieu of cross sections for roundabout) 2.5.6 Signing/Lighting/Pavement Marking Layout Sheet 2.5.7 Cross Sections for typical street tie-ins on each leg 2.6 Develop preliminary construction cost opinion. 2.7 Conduct two preliminary design review meetings with City staff. 2.8 Submit two (2)copies of the preliminary plans and cost estimate to the City for review. 2.9 Conduct one preliminary design coordination meeting with utility companies. 2.10 At the conclusion of preliminary design services,develop legal descriptions for easements/rights-of-way for up to 6 tracts. TASK 3-FINAL DESIGN SERVICES ($20,000 Lump Sum) 3.1 Develop final plans based on review comments from City staff regarding preliminary plans. Final plans are anticipated to consist of the following: 3.1.1 Cover Sheet 3.1.2 Typical Sections/General Notes 3.1.3 Traffic Control/Detour Plans 3.1.4 Plan/Profile Sheets (assumes 4 at 1"=20 ft. or 30 ft.scale) . 3.1.5 Pipe Profile Sheet PN 16197.000 -2- • 3.1.6 Proposed Grading Plan/Intersection Detail Sheet (Proposed Contours shown with Existing Contours in lieu of cross sections in roundabout with horizontal/vertical call-offs) 3.1.7 Drainage Area Map and Drainage Calculation Sheet 3.1.8 Signing/Lighting/Pavement Marking Layout Sheet 3.1.9 Signing/Lighting/Pavement Marking Details 3.1.10 Construction Details 3.1.11 Sidewalk and Driveway Details 3.1.12 Cross Sections for typical street tie-ins on each leg 3.2 Compute final quantities, develop bid form,and prepare Engineer's Estimate. 3.3 Prepare technical special provisions/specifications that will be inserted into the City's Project Manual and Technical Specifications for bidding. 3.4 Submit two (2)copies of the final plans,technical special provisions,bid form,and Engineer's Estimate to the City for review. 3.5 Conduct two final design review meetings with City staff. 3.6 Conduct one final design coordination meeting with utility companies. 3.7 Make final changes to plans,technical special provisions,bid form,and Engineer's Estimate based on City staff comments. TASK 4—BIDDING PHASE AND CONSTRUCTION RELATED SERVICES (Hourly plus Expenses Not to Exceed$1,900) t4.1 Answer contractor questions and issue bid addenda as requested by City staff. 4.2 Review contractor-submitted shop drawings and material submittals for compliance with contract requirements as requested by City staff(assumes review of precast structures, streetlight material sheets,and asphalt/concrete mix designs). 4.3 Interpret the contract documents,plans and specifications and prepare change order materials as requested by City staff. TASK 5—MEETING ATTENDANCE (Hourly plus Expenses Not to Exceed$1,000) 5.1 Attend meetings at the City at the specific request of City staff. These meetings may include but are not limited to additional plan review meetings not previously mentioned,council and committee meetings,public meetings,or property owner meetings. Prior to attending the meeting the Consultant and City shall agree to the number of personnel the Consultant will provide. The hourly rates and reimbursable expenses are shown in the attached fee schedule(Exhibit B). TASK 6— SPECIAL INVESTIGATIONS (Cost Plus/Hourly plus Expenses Not to Exceed $4,500) 6.1 During the course of the design and/or right-of-way acquisition phase,certain unforeseen investigations may be required. Examples may include locating septic fields .by private subcontractor,geotechnical investigations,environmental screening or testing,historical investigations,field location of sensitive utilities,various record • searches, grave sites and/or other investigation or analysis work. The work under "special investigations"shall be agreed to by the Consultant and City prior to PN 16197.000 -3- completing the work. The work shall be billed to the City at an Hourly plus Expenses basis or Cost+10% administration fee if the work is to be done by an outside firm. TASK 7-PEER REVIEW SERVICES (Hourly plus Expenses Not to Exceed$3,900) 7.1 Review the geometric layout and construction plans for the Stadium Boulevard/Lafayette Street roundabout project (being designed by City staff). Review services will include a review of the digital layout drawings and confirming truck turning movements,checking roundabout speeds/deflections,splitter island geometries,pavement markings,signage,and other roundabout design components. The peer review will be documented with a memorandum to City staff with items checked and recommended changes,if any. The hourly rates and reimbursable expenses are shown in the attached fee schedule(Exhibit B). B. ADDITIONAL SERVICES (NOT INCLUDED) If authorized by the City, the Consultant will provide services in addition to those previously stated. This work will only proceed upon written authorization from the City and modification of this scope of services. For instance, this may include additional alternatives to be investigated, landscaping concepts or plans, or individual coordination efforts for utility relocations or MoDOT funding coordination. C. CLIENT'S RESPONSIBILITY 1. Make available to the Consultant all records,reports,maps,financial information, and other data pertinent to provisions for the services required under this contract. 2. Examine all plans,specifications and other documents submitted by the Consultant and render decisions promptly to prevent delay to the Consultant. 3. Designate one employee as the City's representative with respect to all services to be rendered under this agreement. This individual shall have the authority to transmit instructions,receive information and to interpret and define the CLIENT's policies and decisions pertinent to Consultant's services. 4. Obtain permission to access properties for field visits. 5. Perform all topographic,boundary and utility surveys for the project. Retrieve property ownership records. 6. Coordination of utility relocations and MoDOT funding/environmental clearances. 7. Prepare and obtain all necessary permits for the project. 8. Prepare project manual and technical specifications and administer project bidding. 9. Perform contract administration and construction observation services. • PN 16197.000 -4- • D. TIME FOR COMPLETION 1. Concept Drawings: 5 weeks after Notice to Proceed 2. Preliminary Plans: 7 weeks after approval of Concept 3. Legal Descriptions: 2 weeks after notice of City acceptance of Preliminary Plans affecting right-of-way/easement determinations 4. Final Plans: 8 weeks after comments received on Preliminary Plans E. DELIVERABLES 1. Concept Drawings(Full size color drawings on Aerials for public/council review)and Cost Comparison 2. Preliminary Plans(22"04" plans and/or 11"x17")and Cost Estimate 3. Final Plans(22"04" plans and/or 11"x17") and Cost Estimate 4. Special Provisions for project construction documents 5. Bid form with project quantities 6. Digital deliverable on CD of the project line work in AutoCAD 2007 format(project will be designed utilizing Microstation/Geopak and line work converted to AutoCAD at conclusion of project). • F. SUMMARY OF COSTS TASK 1-CONCEPT PHASE SERVICES $11,300 LUMP SUM TASK 2- PRELIMINARY DESIGN SERVICES $30,400 LUMP SUM TASK 3-FINAL DESIGN SERVICES $20,000 LUMP SUM TASK 4-BIDDING PHASE AND CONSTRUCTION $2,000 RELATED SERVICES HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 5-MEETING ATTENDANCE $1,000 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 6- SPECIAL INVESTIGATIONS $4,500 COST PLUS/HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 7-PEER REVIEW SERVICES $3,900 HOURLY PLUS EXPENSES NOT-TO-EXCEED • $73,100 PN 16197.000 -5- • EXHIBIT B BARTLETT&WEST ENGINEERS, INC. 2008 SCHEDULE OF HOURLY CHARGES Effective 3anuary 1st, 2008 Engineer IX/Landscape Arch IX $170.00 Research Technician IV 59.00 Engineer VIII/Landscape Arch VIII 150.00 Research Technician III 50.00 Engineer VII/Landscape Arch VII 130.00 Research Technician II 44.00 Engineer VI/Landscape Arch VI 120.00 Research Technician I 38.00 Engineer V/Landscape Arch V 110.00 Engineer IV/Landscape Arch IV 100.00 GIS Coordinator V $160.00 Engineer III/Landscape Arch III 90.00 GIS Coordinator IV 135.00 Engineer II/landscape Arch 11 80.00 GIS Coordinator III 120.00 Engineer I/Landscape Arch I 70.00 GIS Coordinator II 105.00 GIS Coordinator I 95.00 Engineering Technician IX $140.00 Engineering Technician VIII 110.00 GIS Developer/DBA V $130.00 Engineering Technician VII 90.00 GIS Developer/DBA IV 120.00 Engineering Technician VI 79.00 GIS Developer/DBA III 110.00- Engineering Technician V 68.00 GIS Developer/DBA II 100.00 Engineering Technician IV 59.00 GIS Developer/DBA 1 95.00 Engineering Technician III 50.00 Engineering Technician II 44.00 GIS Analyst V $105.00 Engineering Technician I 38.00 GIS Analyst IV 95.00 • GIS Analyst III 85.00 Surveyor VII $117.00 GIS Analyst II 75.00 Surveyor VI 105.00 GIS Analyst I 65.00 Surveyor V 95.00 Surveyor IV 85.00 GIS Technician IV 70.00 ' Surveyor III 75.00 GIS Technidan 111 62.00 Surveyor II 66.00 GIS Technician 11 53.00 Surveyor I 57.00 GIS Technician I 45.00 Survey Technician V $62.00 Computer Systems Manager $105.00 Survey Technician IV 54.00 IS Systems Analyst I 85.00 Survey Technician III 46.00 Computer Systems Technician 111 75.00 Survey Technician 11 42.00 Computer Systems Technician 11 65.00 Survey Technician I 38.00 Computer Systems Technician I 53.00 Field Representative VIII $98.00 Administrator IV $85.00 Field Representative VII 88.00 Administrator 111 76.00 Field Representative VI 78.00 Administrator II 66.00 Field Representative V 68.00 Administrator I 56.00 Field Representative IV 60.00 Field Representative III 52.00 Administrative Technician IV $54.00 Field Representative R 47.00 Administrative Technician III 45.00 Field Representative I 40.00 Administrative Technician II 38.00 Administrative Technician I 34.00 • BARTLETT&WEST,INC. EXHIBIT B • SCHEDULE OF REIMBURSABLE COSTS/CHARGES EFFECTIVE JAN. 1,2008 DESCRIPTION CHARGE AMOUNT UNIT EXP CODE REPRODUCTION Blackline Prints Bond,Full Size-24x36 $ 1:00 Each PBOND1 Bond,Half Size Reduction- 11x17 $ 0.70 Each PBOND 1/2 Vellum,Full Size-2406 $ 6.00 Each PVELLUM M lar,Full Size-2406 $ 12.00 Each PMYLAR Photocopies Black&White-up to 11x17 $ 0.15 Each COPIES Small Size Color Copies,8.5x 11 $ 0.90 Each CCOPY Large Size Color Copies,> 8.5x 11 $ 1.50 Each CCOPYLG Scan Small Scan-8.5 x 11 (Black/Color) $ 0.12 Each PGSCAN Full Size Scan-2406-(Black) $ 2.00 Each SCAN Full Size Scan-2406-(Color) $ 5.00 Each SCANC Ink'et Plotters-24x36 Bond(Black) $ 1.50 Lin.Ft. PLOT . Bond (Color) $ 2.50 Lin.Ft. PLOTC Vellum(Black/Color) $ 3.00 Lin,Ft. PLOW M lar (Black/Color) $ 6.00 Lin.Ft. PLOTM LAMINATINGWOUNTING Laminating-8.5x11 $ 1.00 Each LAMIN SYSTEMS &SOFTWARE APPLICATIONS CAD/CADD Software Applications $ 6.50 Hour CADD (ArcView,AutoCAD,LDD,GEOPAC etc.) GIS Software Applications $ 15.00 Hour GIS High End ESRI products (Arclnfo,ArcEditor,ArcSDE) Static Application Site Hosting $ 100.00 Month HOST Data Driven Application Site Hosting $150.00 Month HOSTDATA FIELD EQUIPMENT&MATERIALS Auto Total Station Equipment $ 10.00 Hour ATS Nuclear Density Testing Equipment $ 20.00 Hour NUCLEAR FIELD EQUIPMENT&MATERIALS (cont.) GPS Equipment Survey G ade $ 25.00 Hour GPSS Mapping Grade $ 10.00. Hour GPSM • Staking Materials Lath& Flats(1x2x16) $ 0.40 Each LATH/FLAT Hubs (2x2x12) $ 0.45 Each HUBS • BARTLETT&WEST,INC. SCHEDULE OF REIMBURSABLE COSTS/CHARGES EFFECTIVE JAN.1,2008 DESCRIPTION CHARGE AMOUNT UNIT EXP CODE Iron Pins $ 1.35 Each IRONPIN Wire Flags $ 0.25 Each WIREFLAG VEHICLES Trucks,Cars,SUV's-all vehicles $ 0.485 to $0.56 Mile varies ATV(All Terrain Vehicle) $ 45.00 Day ATV ATV (All Terrain Vehicle) incl.Trailer $ 75.00 Day ATVT MISCELLANEOUS Fax Transmissions $ 0.50 Page FAX Per Diem Per established Per Day Diem 1y3,7 CONTRACT FOR PROFESSIONAL SERVICES • THIS AGREEMENT,made and entered into this 2day o , 2008, by and between the City of Jefferson, Missouri, a municipal corporation, h ei fter referred to as the "City" with offices at 320 East McCarty, Jefferson City, Missouri, 65101, and Bartlett & West, Inc., 1719 Southridge Drive, Suite 100, Jefferson City, Missouri, 65109, Consultant, hereinafter referred to as the "Consultant". WITNESSETH: THAT, WHEREAS, the City desires to engage the Consultant to render certain technical and professional planning services hereafter described in Exhibit A. WHEREAS, the Consultant made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for the performances of services by the Consultant. NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1. Scope of Services. The City agrees to engage the services of the Consultant to • perform the services hereinafter set forth in connection with the project described in Exhibit A. 2. Additional Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 6 hereof. The consultant shall undertake such changed activities only upon the written direction of the City. All such directives and changes shall be in written form and approved by the Director of Community Development and shall be accepted and countersigned by the Consultant or its agreed representatives. 3. Existing Data. All information,data and reports as are existing,available and necessary for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. The Consultant shall not be liable for the accuracy of the information furnished by the City. 4. Personnel to be Provided. The Consultant represents that Consultant has or will secure at its expense all personnel required to perform the services called for under this contract by the Consultant. Such personnel shall not be employees of or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the • Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. UAContract FilesVlrofessional ServicesWartlett 8 West EngineerslContract-7-7-08.wpd 1 e None of the work or services covered by this contract shall be subcontracted except as provided in Exhibit A without the written approval of the City. 5. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed by December 1, 2008, in accordance with the schedule contained in Exhibit A. 6. Compensation. The City agrees to pay the Consultant a lump sum payment subject to receipt of a requisition for payment and a statement of services rendered certifying that the Consultant fully performed all work to be paid. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this contract exceed the sum of Seventy-Three Thousand One Hundred Dollars($73,100.00)for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this agreement and the work actually required. 7. Failure to Perform. Cancellation. If the Consultant shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five(5) days before the effective day of such termination. The Consultant may without cause • terminate this contract upon 30 days prior written notice. In either such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this contract shall, at the option of the City,become its property, and the compensation for any satisfactory work completed on such documents and other materials shall be determined. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of contract by the Consultant. 8. Assignment. The Consultant shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this agreement, though City will attempt to so notify any such assignee. 9. Confidentiality. Any reports, data or similar information given to or prepared or assembled by the Consultant under this contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. • UAContract ResXfttessional Services0artlett&West EngineerslContract-7-7-08.wpd 2 10. Nondiscrimination. The Consultant agrees in the performance of the contract not to discriminate on the grounds or because of race, creed, color, national origin or • ancestry, sex, religion, handicap, age or political affiliation, against any employee of consultant or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 11. Independent Contractor. The Consultant is an independent contractor and nothing herein shall constitute or designate the Consultant or designate the Consultant or any of its employees as agents or employees of the City. 12. Benefits not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City not be covered by the Workmen's Compensation Program of the City. 13. Liability. The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages, except those directly or approximately caused by the City arising out of or in any way connected with this contract. b. Consultant agrees to indemnify, defend, and hold harmless the City from loss, damage, cost, or expense arising out of Consultant's negligent performance of Services under this Agreement. • 14. Documents. That reproducible of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of work. Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under this Contract shall be made available, upon request, to the City without restrictions or limitations on their use. When such copies are requested,the City agrees to pay the Consultant its costs of copying and delivering same. Any reuse without prior written verification or adaptation by Consultant for the specific purpose intended will be at Owner's sole risk and without liability or legal exposure to the Consultant. 15. Nonsoli citation. The Consultant warrants that he had not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration,or otherwise recover the full amount of such fee,commission,percentage, brokerage fee, gifts, or contingent fee. • 16. Books and Records. The Consultant and all his subcontractors shall maintain UAContract ReslProtessional ServiceslBartlett&West EngineerslContract-7-7-08.wpd 3 -all books, documents,papers, accounting records and other evidence pertaining to costs incurred in connection with this Contract,and shall make such materials available at their • respective offices at all reasonable times during the Contract and for a period of three(3) years following completion of the Contract. 17. Delays. That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant;that the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and that under no circumstances will the Consultant be liable for indirect or consequential damages. 18. Notices. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to the Department of Community Development, 320 East McCarty, Jefferson City, Missouri, 65101, and the Consultant, at 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. EXECUTED THIS _:�-Z DAY OF July, 2008. CITY OF JEFFERSON BARTLETT & WEST, INC. • May r- Title: T: ATTEST: City Clerk """Ile: Loc,rc --J AP V AS TO FORM: City tovunselor • UAContract ResVProlessional ServiceslBartlett 8 West EngineerslContract-7-7-08.wpd 4 EXHIBIT A SCOPE OF SERVICES FOR TANNER BRIDGE ROAD/ELLIS BOULEVARD ROUNDABOUT INTERSECTION IMPROVEMENT PROJECT A. SCOPE OF SERVICES GENERAL BACKGROUND The project is the improvement of the Tanner Bridge Road and Ellis Boulevard intersection from the existing 4-way stop controlled,skewed intersection to a proposed one-lane roundabout. It is anticipated that the project extents will be immediately adjacent to the intersection as necessary to construct the approaches to the roundabout. Two previous studies of the intersection have been conducted,the most recent of which was performed in 2005 and showed that the existing traffic volumes and intersection configuration have high east-west queue lengths and an overall Level of Service(LOS) of E. Under future traffic projections(20 year projection),the intersection would be LOS F. The recommendations included a signalized intersection or roundabout,with the roundabout providing the overall • best LOS of A. The roundabout would also provide better intersection geometry,eliminating the extreme skew of the north-south legs on Tanner Bridge Road. Since the traffic study has been completed so recently,no further traffic analysis is included in this scope of services. Instead,these services cover the geometric layout of up to 3 concepts for the roundabout,the preliminary and final design of the intersection and the specific services listed below. This scope of services assumes that the intersection will be constructed utilizing asphalt pavement,concrete curbs with storm inlets and storm sewers at the intersection,a truck apron on the central island with stamped concrete,a turfed central island (no landscaping included but sprinklers specified),raised splitter islands with stamped concrete,concrete sidewalks,an underdrain system where necessary,appropriate signage and pavement marking,and street lighting. The project is assumed to be able to be constructed by closing the intersection. Therefore,no construction sequencing or phasing plans will be necessary,but instead will be covered with detour routes. The project will incorporate City mapping information,boundary survey records,and field surveys provided by the City. There are no anticipated survey needs as part of these services, other than the development of legal descriptions for the acquisition of easements or right-of- way (assumed to be necessary on 6 tracts,not including an anticipated total take tract). The information with regard to the existing utilities will be as provided and surveyed by the City. TASK 1—CONCEPT PHASE SERVICES ($11,300 Lump Sum) 1.1 Collect data and review information to be used in performing the project duties including the following: City aerial mapping,topographic survey,property lines,utility PN 16197.000 -1- information,existing plans,property owner names and addresses,and existing concept drawings. Review existing traffic analysis report and findings of previous studies. 1.2 Develop up to 3 conceptual roundabout layouts considering different right-of-way constraints(to be coordinated with City staff and determined prior to concept layout), truck turning geometries (for a WB-50 design vehicle),existing topographic features such as driveways,utilities,and other impacts. 1.3 Develop conceptual cost estimates for the 3 layouts for comparison purposes. 1.4 Evaluate concepts and provide a recommended layout for developing preliminary and final plans. Assumes development of pros/cons list,but no engineering report. 1.5 Conduct a meeting with City staff to review concepts and recommendation. 1.6 Conduct one concept phase coordination meeting with utility companies. TASK 2—PRELIMINARY DESIGN SERVICES ($30,400 Lump Sum) 2.1 Develop preliminary horizontal and vertical alignments and more precise intersection geometries,sidewalk,ramps and driveway layouts based on approved conceptual layout. 2.2 Perform storm drainage design including inlet placement,storm sewer sizing,and connection to existing drainage system. 2.3 Develop preliminary signing and pavement marking plan. 2.4 Create street lighting layout and investigate power and control requirements. 2.5 Create set of preliminary plans,consisting of the following: • 2.5.1 Cover Sheet 2.5.2 Typical Sections 2.5.3 Plan/Profile Sheets(assumes 4 at 1"=20 ft. or 30 ft. scale) 2.5.4 Pipe Profile Sheet 2.5.5 Proposed Grading Plan(Proposed Contours shown with Existing Contours in lieu of cross sections for roundabout) 2.5.6 Signing/Lighting/Pavement Marking Layout Sheet 2.5.7 Cross Sections for typical street tie-ins on each leg 2.6 Develop preliminary construction cost opinion. 2.7 Conduct two preliminary design review meetings with City staff. 2.8 Submit two (2) copies of the preliminary plans and cost estimate to the City for review. 2.9 Conduct one preliminary design coordination meeting with utility companies. 2.10 At the conclusion of preliminary design services,develop legal descriptions for easements/rights-of-way for up to 6 tracts. TASK 3-FINAL DESIGN SERVICES ($20,000 Lump Sum) 3.1 Develop final plans based on review comments from City staff regarding preliminary plans. Final plans are anticipated to consist of the following: 3.1.1 Cover Sheet 3.1.2 Typical Sections/General Notes 3.1.3 Traffic Control/Detour Plans 3.1.4 Plan/Profile Sheets (assumes 4 at 1"=20 ft. or 30 ft.scale) 3.1.5 Pipe Profile Sheet • PN 16197.000 -2- • 3.1.6 Proposed Grading Plan/Intersection Detail Sheet (Proposed Contours shown with Existing Contours in lieu of cross sections in roundabout with horizontal/vertical call-offs) 3.1.7 Drainage Area Map and Drainage Calculation Sheet 3.1.8 Signing/Lighting/Pavement Marking Layout Sheet 3.1.9 Signing/Lighting/Pavement Marking Details 3.1.10 Construction Details 3.1.11 Sidewalk and Driveway Details 3.1.12 Cross Sections for typical street tie-ins on each leg 3.2 Compute final quantities,develop bid form,and prepare Engineer's Estimate. 3.3 Prepare technical special provisions/specifications that will be inserted into the City's Project Manual and Technical Specifications for bidding. 3.4 Submit two (2)copies of the final plans,technical special provisions,bid form,and Engineer's Estimate to the City for review. 3.5 Conduct two final design review meetings with City staff. 3.6 Conduct one final design coordination meeting with utility companies. 3.7 Make final changes to plans,technical special provisions,bid form,and Engineer's Estimate based on City staff comments. TASK 4- BIDDING PHASE AND CONSTRUCTION RELATED SERVICES (Hourly plus Expenses Not to Exceed$1,900) • 4.1 Answer contractor questions and issue bid addenda as requested by City staff. 4.2 Review contractor-submitted shop drawings and material submittals for compliance with contract requirements as requested by City staff(assumes review of precast structures,streetlight material sheets,and asphalt/concrete mix designs). 4.3 Interpret the contract documents,plans and specifications and prepare change order materials as requested by City staff. TASK 5-MEETING ATTENDANCE (Hourly plus Expenses Not to Exceed$1,000) 5.1 Attend meetings at the City at the specific request of City staff. These meetings may include but are not limited to additional plan review meetings not previously mentioned,council and committee meetings,public meetings,or property owner meetings. Prior to attending the meeting the Consultant and City shall agree to the number of personnel the Consultant will provide. The hourly rates and reimbursable expenses are shown in the attached fee schedule(Exhibit B). TASK 6-SPECIAL INVESTIGATIONS (Cost Plus/Hourly plus Expenses Not to Exceed $4,500) 6.1 During the course of the design and/or right-of-way acquisition phase,certain unforeseen investigations may be required. Examples may include locating septic fields .by private subcontractor,geotechnical investigations,environmental screening or testing,historical investigations,field location of sensitive utilities,various record searches,grave sites and/or other investigation or analysis work. The work under • "special investigations"shall be agreed to by the Consultant and City prior to PN 16197.000 -3- • completing the work. The work shall be billed to the City at an Hourly plus Expenses basis or Cost+10%administration fee if the work is to be done by an outside firm. TASK 7—PEER REVIEW SERVICES (Hourly plus Expenses Not to Exceed$3,900) 7.1 Review the geometric layout and construction plans for the Stadium Boulevard/Lafayette Street roundabout project(being designed by City staff). Review services will include a review of the digital layout drawings and confirming truck turning movements,checking roundabout speeds/deflections,splitter island geometries,pavement markings,signage,and other roundabout design components. The peer review will be documented with a memorandum to City staff with items checked and recommended changes,if any. The hourly rates and reimbursable expenses are shown in the attached fee schedule (Exhibit B). B. ADDITIONAL SERVICES (NOT INCLUDED) If authorized by the City, the Consultant will provide services in addition to those previously stated. This work will only proceed upon written authorization from the City and modification of this scope of services. For instance, this may include additional alternatives to be investigated, landscaping concepts or plans, or individual coordination efforts for utility relocations or MoDOT funding coordination. • C. CLIENT'S RESPONSIBILITY 1. Make available to the Consultant all records,reports,maps,financial information, and other data pertinent to provisions for the services required under this contract. 2. Examine all plans,specifications and other documents submitted by the Consultant and render decisions promptly to prevent delay to the Consultant. 3. Designate one employee as the City's representative with respect to all services to be rendered under this agreement. This individual shall have the authority to transmit instructions,receive information and to interpret and define the CLIENT's policies and decisions pertinent to Consultant's services. 4. Obtain permission to access properties for field visits. 5. Perform all topographic,boundary and utility surveys for the project. Retrieve property ownership records. 6. Coordination of utility relocations and MoDOT funding/environmental clearances. 7. Prepare and obtain all necessary permits for the project. 8. Prepare project manual and technical specifications and administer project bidding. 9. Perform contract administration and construction observation services. • PN 16197.000 -4- D. TIME FOR COMPLETION 1. Concept Drawings: 5 weeks after Notice to Proceed 2. Preliminary Plans: 7 weeks after approval of Concept 3. Legal Descriptions: 2 weeks after notice of City acceptance of Preliminary Plans affecting right-of-way/easement determinations 4. Final Plans: 8 weeks after comments received on Preliminary Plans E. DELIVERABLES 1. Concept Drawings(Full size color drawings on Aerials for public/council review) and Cost Comparison 2. Preliminary Plans(22"x34"plans and/or 11"x17')and Cost Estimate 3. Final Plans(22"x34" plans and/or 11"x17')and Cost Estimate 4. Special Provisions for project construction documents 5. Bid form with project quantities 6. Digital deliverable on CD of the project line work in AutoCAD 2007 format(project will be designed utilizing Microstation/Geopak and line work converted to AutoCAD at conclusion of project). • F. SUMMARY OF COSTS TASK 1-CONCEPT PHASE SERVICES $11,300 LUMP SUM TASK 2-PRELIMINARY DESIGN SERVICES $30,400 LUMP SUM TASK 3-FINAL DESIGN SERVICES $20,000 LUMP SUM TASK 4-BIDDING PHASE AND CONSTRUCTION $2,000 RELATED SERVICES HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 5-MEETING ATTENDANCE $1,000 HOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 6-SPECIAL INVESTIGATIONS $4,500 COST PLUSIHOURLY PLUS EXPENSES NOT-TO-EXCEED TASK 7-PEER REVIEW SERVICES $3,900 HOURLY PLUS EXPENSES NOT-TO-EXCEED • $73,100 PN 16197.000 -5- EXHIBIT B BARTLETT&WEST ENGINEERS, INC. 2008 SCHEDULE OF HOURLY CHARGES Effective January I.st, 2008 Engineer IX/Landscape Arch IX $170.00 Research Technician IV 59.00 Engineer VIII/Landscape Arch VIII 150.00 Research Technician III 50.00 Engineer VII/Landscape Arch VII 130.00 Research Technician II 44.00 Engineer VI/Landscape Arch VI 120.00 Research Technician I 38.00 Engineer V/Landscape Arch V 110.00 Engineer IV/Landscape Arch IV 100.00 GIS Coordinator V $160.00 Engineer III/Landscape Arch III 90.00 GIS Coordinator IV 135.00 Engineer II/Landscape Arch II 80.00 GIS Coordinator III 120.00 EngineerI/Landscape Arch I 70.00 GIS Coordinator II 105.00 GIS Coordinator I 95.00 Engineering Technician IX $140.00 Engineering Technician VIII 110.00 GIS Developer/DBA V $130.00 Engineering Technician VII 90.00 GIS Developer/DBA IV 120.00 Engineering Technician VI 79.00 GIS Developer/DBA III 110.00 Engineering Technician V 68.00 GIS Developer/DBA II 100.00 Engineering Technician IV 59.00 GIS Developer/DBA I 95.00 Engineering Technician III 50.00 Engineering Technician II 44.00 GIS Analyst V Engineering Technician I 38.00 GIS Analyst N 95.00 • GIS Analyst III B5.00 Surveyor VII $117.00 GIS Analyst II 75.00 Surveyor VI 105.00 GIS Analyst I 65.00 Surveyor V 95.00 Surveyor IV 85.00 GIS Technician IV 70.00 Surveyor III 75.00 GIS Technician III 62.00 Surveyor II 66.00 GIS Technician II 53.00 Surveyor I 57.00 LS Technician I 45.00 Survey Technician V $62.00 Computer Systems Manager $105.00 Survey Technician IV 54.00 IS Systems Analyst I 85.00 Survey Technician III 46.00 Computer Systems Technician III 75.00 Survey Technician II 42.00 Computer Systems Technician II 65.00 Survey Technician I 38.00 Computer Systems Technician I 53.00 Field Representative VIII $98.00 Administrator IV $85.00 Field Representative VII 88.00 Administrator III 76.00 Field Representative VI 78.00 Administrator II 66.00 Field Representative V 68.00 Administrator I 58.00 Field Representative IV 60.00 Field Representative III 52.00 Administrative Technician IV $54.00 Field Representative II 47.00 Administrative Technician III 45.00 Field Representative I 40.00 Administrative Technician II 38.00 Administrative Technician I 34.00 • BARTLETT&WEST,INC. EXHIBIT B • SCHEDULE OF REIMBURSABLE COSTS/CHARGES EFFECTIVE JAN. 1,2008 DESCRIPTION CHARGE AMOUNT UNIT EXP CODE REPRODUCTION Blackline Prints Bond,Full Size-24x36 $ 1A0 Each PBOND1 Bond,Half Size Reduction- 11x17 $ 0.70 Each PBOND 1/2 Vellum,Full Size-2406 $ 6.00 Each PVELLUM M lar,Full Size-2406 $ 12.00 Each PMYLAR Photocopies Black&White-up to 11x17 $ 0.15 Each COPIES Small Size Color Copies,8.5x 11 $ 0.90 Each CCOPY Large Size Color Copies,> 8.5x 11 $ 1.50 Each CCOPYLG Scan Small Scan-8.5 x 11 (Black/Color) $ 0.12 Each PGSCAN Full Size Scan-24x36-(Black) $ 2.00 Each SCAN Full Size Scan-24x36-(Color) $ 5.00 Each SCANC Inkjet Plotters-2406 Bond(Black) $ 1.50 Lin.Ft. PLOT Bond(Color) $ 2.50 Lin.Ft. PLOTC Vellum (Black/Color) $ 3.00 Lin.Ft. PLOW M lar (Black/Color) $ 6.00 Lin.Ft. PLOTM LAMINATING/MOUNTING Laminating-8.5x11 $ 1.00 Each LAMIN SYSTEMS &SOFTWARE APPLICATIONS CAD/CADD Software Applications $ 6.50 Hour CADD (ArcView,AutoCAD,LDD,GEOPAC etc.) GIS Software Applications $ 15.00 Hour GIS High End ESRI products (ArcInfo,ArcEditor,ArcSDE) Static Application Site Hosting $ 100.00 Month HOST Data Driven Application Site Hosting $150.00 Month HOSTDATA FIELD EQUIPMENT&MATERIALS Auto Total Station Equipment $ 10.00 Hour ATS Nuclear Density Testing Equipment $ 20.00 Hour NUCLEAR FIELD EQUIPMENT &MATERIALS (cont.) GPS Equipment Survey Grade $ 25.00 Hour GPSS Mapping Grade $ 10.00.., Hour GPSM • Staking Materials Lath& Flats(1x2x16) $ 0.40 Each LATH/FLAT Hubs(2x2x12) $ 0.45 Each HUBS BARTLETT&WEST,INC. • SCHEDULE OF REIMBURSABLE COSTS/CHARGES EFFECTIVE JAN. 1,2008 DESCRIPTION CHARGE AMOUNT UNIT EXP CODE Iron Pins $ 1.35 Each IRONPIN Wire Flags $ 0.25 Each WIREFLAG VEHICLES Trucks,Cars,SUV's-all vehicles $ 0.485 to $0.56 Mile varies ATV (All Terrain Vehicle) $ 45.00 Day ATV ATV (All Terrain Vehicle)incl.Trailer $ 75.00 Day ATVT MISCELLANEOUS Fax Transmissions $ 0.50 Page FAX Per Diem Per established Per Day Diem i •