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
•