Loading...
HomeMy Public PortalAboutORD14188 • BILL NO. 2006-166 SPONSORED BY COUNCILMAN ry / Ber ORDINANCE NO. f T1 D AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH CRAWFORD, MURPHY & TILLY, INC. FOR ALGOA - E. MOREAU PUMP STATION DESIGN SERVICES. WHEREAS, Crawford, Murphy & Tilly, Inc. has been selected as the firm best qualified to provide professional services related to the Algoa - E. Moreau Pump Station Design Services project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Crawford, Murphy & Tilly, Inc. is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement • with Crawford, Murphy & Tilly, Inc. for Algoa - E. Moreau Pump Station Design Services. 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:/��J 22201 l(o_ ��� Approved Presiding Officer Mayor ATTEST: APP V D S TO FORM: ity CI City 6oAselor • • • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS P By RA EXHIBIT"A" ATTACHMENT A.2:2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03/22107 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Prellminmy Design Services rvd TPT CMT PROJECT NUMBER: 07446-01-00 DATE 03/29/07 4f x TASKS \ CLASSIFICATIONS CURRENT YEAR 2007 HOURLY RATES 160 155 $125 silo $105 100 85 70 95 STO 55 50 1 TOTAL 1 Gather and review eldsdn information 2 2 2 Site visit by Project Manager 8 8 3 Evaluate hydraulics,pumps,wet well&force main sizes 2 6 8 16 4 Prepare a relimina engineering report 2 4 4 2 12 5 Coordinate with surveyor and plot&review survey info 2 4 2 e 6 Review utility&bdd a design information provided by City 6 6 71 Perform preliminary site layout&access road design 1 8 4 8 21 81 Perform preliminary pump station mechanical design 1 2 8 8 8 27 91 Perform preliminary pump station&building structural design 1 4 16 6 29 101 Perrorm preliminary pump station electical&controls design 1 8 16 8 12 45 11 Perform pWiminary force main design 1 6 12 8 27 12 Perform pre limina rev' sewer design 1 4 8 8 21 13 Pre re prellmirory specifications 1 4 6 6 1 6 23 14 Prepare preliminary cost estimate 1 4 6 2 2 15 15 Submit pmlbnlnary design and hold teleconference review 4 6 4 1 15 TOTAL MAN HOURS 16 74 .46 64 44 1 20 1 275 SUBTOTAL- BASE LABOR EFFORT $2480 $9,250 $5,060 $5,440 1 $4,180 1 $1,40D 1 $28,360 TOTAL DIRECT EXPENSE&REIMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Gather and review wdsfina Information 250 50 2 Site visit by Project Manager $1,D00 $1,000 3 Evaluate hydraulics.pumps,wet well&force main sizes $1.740 $1.740 4 Pmpam a preliminary angineedno report $1.290 $1 290 5 Coordinate with surveyor and plat&review survey info $780 780 6 Review utft&bridge design Information PnNWed by d $750 $750 7 Perform preliminary she la &access road design $2,255 8 Perform liming m statlon mechanical deal n 725 $2.725 9 Perforn prolimhvy pump station&building structural des n $2,975 S2 975 10 Perform re0m um station electrical&controls design 435 $4 435 11 Perlbrn liming force main d ' n 685 2 685 12 Perforn preliminary re sewer desi $2,D95 095 13 Pre preliminary specifications $2,125 2 125 14 Prepare relimina cost estimate 1455 1 455 15 Submit orellminary design and hold teleconference review $1,8W $1.800 TOTALS $28360 $28,360 TiME PERIOD OF PROJECT 2007 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 0.0100 1.0100 $280 ESTIMATED CONTINGENCY 5% $1,43D ROUNDING TOTAL FEE MATH CROSS CHECK IS OK $30,070 2007 Ena_F8R EsLPf0IIR deai9nxla TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3122/2007 4:12 PM CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS Prop By RA EXHIBIT"A"ATTACHMENT A-3:2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 0322/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Final Daslgn Services Apprvd TPT CMT PROJECT NUMBER: 07446-01-00 DATE 0322!07 ��j Y TASKS \ CLASSIFICATIONS A��Ci �F� ,y� (,+� '��4Q AS(� ry0'146 � 'Sb � Olp CURRENT YEAR 2007 HOURLY RATES 16D $155 125 110 105 $100 $85 $70 $95 70 55 50 TOTAL 1 Site visit for field check of preliminary design 8 8 2 Coordination with City&utility for electrical service info 3 3 3 Final site lavovt&access road desian&detailing 4 4 4 12 4 Final pump station mechanical desicin&detailing 1 6 6 8 21 5 Final pump station&bwVirm structural design&detailing 2 12 8 22 61 Final Dump station electrical&controls desi n&detailing 4 8 6 8 26 7 Final force main des n&detaflina 3 6 6 17 8 Final gravity sewer des' n&detailing 2 6 6 14 9 Final specifications 4 6 6 6 22 10 Final cost estimate 4 6 2 2 14 11 Quality Control Review of Final Documents 8 2 2 12 12 bmlt final plans,specs,cost estimate and bid items for review 6 4 1 11 13 Revisions to documents based on review comments 1 2 4 1 8 14 15 TOTAL MAN HOURS 9 46 32 42 36 16 10 190 SUBTOTAL- BASE LABOR EFFORT 1 395 625 $3,520 $3,570 $3,42D $1,120 $500 $19,150 TOTAL DIRECT EXPENSE&RMSURSAi'LF.S TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Site visit for field check of relimina d 1000 $1,000 2 Coordination with City&uffifty for electrical servkm info 75 $375 3 Final site layout&access road des &detairing $1.220 $1,220 4 Final pump station mechanical design&detailing 055 1 2.055 5 Final pump station&building structural desip&detailing $2,130 130 6 Final Pump station electrical&conbots design&detallina $2,450 $2,450 7 Final force main deal n&detalli $11'M $1,6325 B Final aravity sewer design&detallirm $1,330 $1,330 9 Flinal specifications $1,970 $1,970 10 Final coat estimate $1,300 $1.300 11 Quality Control Review of Final Documents $1,680 1 880 12 iubmft final plans,s o0st estimate and bid items for revie $1,180 $1,180 13 Revisions to documents based on review comments $835 835 14 15 TOTALS $19,150 $19,150 TIME PERIOD OF PROJECT 2007 2008 2009 2010 TOTAL I EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM 1 20% MLTPtR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR O.o100 1.01 DO $190 ESTIMATED CONTINGENCY 5% 970 ROUNDING L. TOTAL FEE MATH CROSS CHECK IS OK $20,310 20x7 E%I_Fee Esl_Fina1 designate TAB;ESTIMATE OF ENGINEERING FEE 1 OF 1 312/2007 4:13 PM F RA• • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS Prop BY I EXHIBIT"A° ATTACHMENT A-4:200T PROFESSIONAL SERVICES COST ESTIMATE DATE 03122/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Bldding Phase Services_ Apprvd TPT CMT PROJECT NUMBER: 07448-01.00 1 DATE 0 i � A� AF q�c� sy ,�y TASKS N CLASSIFICATIONS k4 Fyc/ � �c OFF y , CURRENT 2007 HOURLY RATES 6 55 1 $110 105 100 85 70 95 70 55 50 TOTAL 1 Answer contactor questions and Issue bid addenda a 4 4 4 20 2 Attend assist and document one pro-bid meeting 8 2 10 3 4 5 6 I 7 e 9 10 11 12 13 14 15 TOTAL MAN HOURS 16 1 4 4 6 30 SUBTOTAL- BASE LABOR EFFORT $2.000 1 1 $340 $380 $300 $3,020 TOTAL DIRECT EXPENSE A REtMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Anwavr contactor questions and issue bid addenda $1,920 $1,920 2 Attend assist and document one re-bid meatine $1,100 140 140 $_1240 3 4 5 6 7 ti 9 10 11 12 13 14 15 TOTALS $3020 $140 $140 $3,160 TIME PERIOD OF PROJECT 2007 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR a AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OTADJUSTMENTFACTOR 0.0100 1.0100 j $30 ESTIMATED CONTINGENCY 5% 1 $160 ROUNDING TOTAL FEE MATH CROSS CHECK IS OK 3 350 2007 En(LFee Eet_BizI to—SwA esids TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3122/2007 4:53 PM CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS P-p By RA EXHIBIT"A" ATTACHMENT AS:2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03/22/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION: Algon Fast Moreau Pump Station-Construction Phase Services rvd TPT CMT PROJECT NUMBER: 07446.01-00 DATE 0312TJ07 A Y TASKS \ CLASSIFICATIONS C.O Fpr ' i� 'y i, olp 41 CURRENT YEAR 2007 H?)'URLY RATES Wo $155 125 110 105 100 85 0 95 $70 5 50 TOT 11 Attend oonstruction conferenoe 8 2 10 21 Review stlop drawings and submittals 8 12 12 4 8 42 3 ResDond to contractor ciuesfwm 8 4 4 2 18 4 Review equipment substitutions 4 a 2 14 5 Start up and operator assistance 10 2 12 6 7 8 9 10 11 12 13 14 15 TOTAL MAN HOURS 38 26 16 4 12 96 SUBTOTAL- BASE LABOR EFFORT $4,750 1 $ 860 $1360 $280 $600 $9.850 TOTAL DIRECT EXPENSE&REIMBURSABLE& TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP FRCP EXP EXPENSE FEE 1 Attend re-construction conference $1,100 140 140 S1.240 2 Review shop drayAnas and submittals $3,920 $3.920 3 Respond to contractor questions $1,880 1.8 a 4 Revlew equipment subsOtutions $1480 $1,480 5 Start up and o orator assistance $1.470 $140 140 1 610 5 7 8 9 10 11 12 13 14 15 TOTALS $9,850 $280 $280 $10130 TIME PERIOD OF PROJECT 2007 1 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 1 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1 1.0000 OT ADJUSTMENTFACTOR 0.0100 1.0100 $100 ESTIMATED CONTINGENCY 5% 10 ROUNDING TOTAL FEE MATH CROSS CHECK IS OK $10.740 2007 EnQ.-Fee Eet Cawhmffon_haaeade TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3MV2W7 6:06 PM • EXHBrr'A•ATTACHMENT A4+: -2006 PROFESS SERVICES COST ESTIMATE TML CLIENT: City of Jefferson.MO TE 09IM7 PROJECT DESCRIPTION:Alaaa East Moreau Pump Station-Lepaae Sewer Exlenslon GMT PROJECT NUMBER:030090600 I Apprvd TPT CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS I DATE I 03122!07 Y TASKS 1 CLASSIFICATIONS �i' i CURFEW YEAR 2006 HOU Y RATES 150 45 120 Ob 75 Wo 90 85 5 TOTAL 1 GATHER AND REVIEW EXISIIING INFORMATION 2 2 2 PRELIMINARY LAYOUT OF GRAVITY SEWER ALIGNMENT 2 4 4 10 3 PRELIMINARY CONTACT W/EXIS LITI S 1 1 4 PRELIM CONTACT Wl LOCAL GOVERNMENT AGENCIES 2 2 PRELIMINARY LIFT STATION SITE LAYOUT P Ll LIFT STATION MECHANICAL DESIGN 1 71 PREU LIFT STATION ELECTRICAL DESGI B PREPARE PRELIM SPECIFICATIONS 2 B 8 8 REVIEW OF PRELIMONARY DESIGN BY OWNER 2 2 10 PREPARE FINAL DESIGN OF GRAVITY SEWER AND DETAILS 2 4 4 10 11 PREPARE FINAL DESIGN OF LIFT STATION SITE AND MECHANICAL 12 PREPARE FINAL DESIGN OF LIFT STATION ELECTRICAL 13 PREPARE FINAL SPECIFICATION 2 2 4 DRAFTING OF PLANS 8 8 1b PREPARE AND SUBMIT MDNR PERMIT APPLICATION 2 2 4 161 REVIEW OF FINAL PLANS AND SPECS BY OWNER 17 PERFORM FINAL QUALITY ASSURANCE REVIEWS 2 2 18 REVISIONS PER REVIEW COMMENTS 2 4 6 18 PREPARE FINAL QUANTTFY TAKEOFF AND COST ESTIMATE 2 2 20 PROJECT MANAGEMENT 2 4 b TOTAL MAN HOURS 10 26 20 12 67 SUBTOTAL-BASE LABOR EFFORT $1,200 125 $1 300 $540 $5165 TOTAL DIRECT EXPENSE 6 RFJMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS 8 PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 GATHER AND REVIEW EXI MG INFORMATION 170 170 2 PRELIMINARY LAYOUT OF GRAVITY SEWER ALIGNMENT 0 3 PRELIM CO G UTIL S 5 85 4 PRELIM CONTACT W/LOCAL GOVERNMENTAL AGENCIES 9170 170 S PRELIMINARY LIFT STATION SITE LAYOUT 6 PRELIM! LIFT STATION MECHANICAL DESIGN 7 PRE I ON ELECTRICAL DESGIN 8 PREPARE PRELIM SPECIFICATIONS 40 9 REVIEW OF PRELIMINARY DESIGN BY OWNER 240 3240 10 PREPARE FINAL DESIGN OF GRAVITY SEWER AND DETAILS suo 840 11 PREPARE FINAL DESIGN OF LIFT SIUON SITE AND MECHANICAL 12 1 PREPARE ESIGN OF LlFr STATION ELECTRICAL 3 EREPARE FINAL SPECIFICATION S280 I SWD 14 DRAFTING OF PLANS 520 520 15 PREPARE AND SUBMIT MDNR PERMIT APPLICATION 10 10 is REVIEW OF FINAL PLANS AND SPECS BY OWNER 17 PERFORM FINAL QUALITY ASSURANCE REVIEW 170 170 1B REVISIONS PER REVIEW COMMENTS 30 430 19 PREPARE FINAL QUANTITY TAKEOFF AND COST ESTIMATE 1170 170 20 PROJECT MANAGEMENT 20 20 TOTALS $5185 $5,165 TIME PERIOD OF PROJECT 2006 2007 2008 2009 TOTAL EST%OF OT HRS INCLUDED ABOVE MULTI-YEAR•OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100%-- AVERAGE OVERTIME RATE PREMIUM MLTPLR&AMT WEIGHTING FACTOR FOR 3%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 1.0000 36 ESTIMATED CONTINGENCY ROUNDING TOTAL FEE IMATH CROSS CHECK IS OK 170 6p Fee_Est L*Mv Sealer edwta►ds TAB:ESTIMATE OF ENGINEERING FEE I OF 1 3122!1007 4.44 PM CONTRACT FOR PROFESSIONAL SERVICES y for New Algoa East Moreau Pump Station • THIS AGREEMENT made and entered into this da of April, 2007 b and between �. Y P Y the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as the "City"with offices at 320 East McCarty,Jefferson City,Missouri,65101,and Crawford, Murphy & Tilley, Inc, Gateway Tower, One Memorial Drive, Suite 500, St. Louis, Missouri, 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 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 ReslProfessional ServiceslCrawford Murphy&Tiiley InclAlgoa-E Moreau Pump Station.wpd 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 in accordance with the schedule contained in Exhibit A. 6. Compensation. The City agrees to pay the Consultant in accordance with the terms set forth in Exhibit A, which shall constitute complete compensation for all services to be rendered under this contract. The final payment will be 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 for in such progress payments in conformance with the contract. 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 Fifty-One Thousand Three Hundred Eighty Dollars ($51,380.00)for all design services,Three Thousand Four Hundred Dollars($3,400.00) for all bidding services, and Ten Thousand Eight Hundred Dollars ($10,800.00) for construction inspection services unless specifically and mutually agreed to in writing by both the City and Consultant. Such compensation will be paid in progress payments, as specified in Exhibit A, except ten percent (10%) shall be withheld from each phase until it is satisfactorily completed and the finished product for that phase delivered to the City. 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,through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination. The Consultant may without cause terminate this contract upon 30 days prior written notice. In either such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this contract shall, at the option of the City, become its property, and the compensation for any satisfactory work completed on such documents and other materials shall be determined. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of contract by the Consultant. 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 U:IContract FileslProfessional ServiceslCrawford Murphy 8 Tilley IncWgoa-E Moreau Pump Station.wpd 2 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. 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 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 and shall 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. The Consultant shall indemnify and hold the City harmless from and against all claims, losses and liabilities arising out of personal injuries, including death, and damages to property to the extent caused by any negligent act or omission on the part of the Consultant related to the services performed under this contract. 14. Documents. Reproducible copies of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of work. Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under this Contract shall be made available, upon request, to the City without restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. 15. Nonsolicitation. 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 U:IContract FileslProfessanal ServiceslCrawford Murphy 8 Tilley Ind4igoa-E Moreau Pump Station.wpd 3 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 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 Crawford, Murphy& Tilley, Inc., Gateway Tower, One Memorial Drive, Suite 500, St. Louis, Missouri, 63102. 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 DAY OF April, 2007. CITY OF JEFFE N CRAWFORD, MURPHY & TILLLEY, INC. MayLT- City Title: l-s PEik/T A ATTEST: r Title: MWA6W'o/ S7 4v01 AP VE AS TO FORM: City Counselor WContract FileslProfessional ServiceslCrawford Murphy 8 Tilley IncOlgoa-E Moreau Pump Station.wpd 4 EXIIIBIT A BASIC SCOPE OF PROJECT SERVICES NEW ALGOA EAST MOREAU PUMP STATION I. Introduction The City of Jefferson, Office of Community Development, Wastewater Division,plans to construct a new wastewater pump station and sanitary sewers to serve the East Moreau—Algoa area. A drawing showing a vicinity map of the project area is attached and has the title Moreau River—Walmart Extension. One reason for this project is to provide sanitary sewer service to the site of a proposed new Wal-Mart store. The portion of the overall project covered by this contract with Crawford, Murphy& Tilly, Inc. (CMT) includes the proposed pump station, the proposed force main, and the proposed outfall extension gravity sewer as shown on the attached drawing. The scope of services to be provided by CMT includes the design and preparation of construction plans and specifications and a cost estimate for these proposed improvements. The scope of services also includes providing assistance to the City during the bidding and construction phases of the project as described later in this Exhibit"A". The scope of services for CMT under this contract also includes the design and preparation of construction plans and specifications for a sanitary sewer extension to serve the West LePage parcel located west of the Wal-Mart property. The plans for this sewer extension are to be suitable and be available for bidding with the MoDOT Highway 50 interchange project at Cityview Drive. The proposed Moreau River Main Sewer, the proposed Moreau View Dr. Extension, and the Chamber Extension gravity sewers are being designed by others and are not included in the scope of services for this contract. The City of Jefferson will provide the necessary survey data and geotechnical report to CMT for the design to be completed under this contract. The City will also perform all property acquisition and prepare and obtain any easements required for the project. The City will also coordinate with all utility companies as necessary for completion of the project and provide relevant information to CMT necessary for the work under this contract. The City will also interface with all required government agencies (MDNR, Army CoE, etc.) and acquire necessary permitting for the project. 1 • The proposed wastewater pump station is intended to have two submersible pumps in a wet well and have a pumping rate between 200 and 700 gallons per minute. The initial pumping rate will be determined during design. Standby power for the pump station is to be provided by a portable generator to be provided by the City. An automatic transfer switch is to be provided for use of the portable generator. An electrical power and SCADA system compatible with Jefferson City standards is to be provided for the pump station. The control panel and SCADA equipment are to be housed in a building or enclosure. The proposed force main is anticipated to be 6-inch diameter. It is planned for the force main to be suspended from the Algoa Road bridge across the Moreau River. The bridge was designed and constructed with sleeves through the abutments and hanger inserts cast into the deck to allow for an 8-inch diameter sewer pipe to be suspended from the underside of the bridge deck. The scope of work for this contract assumes that the design and construction of the bridge is adequate to support the proposed 6-inch diameter force main and that no modifications to the bridge will be required for this project. The following sections provide a scope of work for each phase of the project and the compensation method and amount for each phase. A detailed list of tasks for each phase and the estimated man hours for each task are included on attached spreadsheets. Where payments are to be made on a time and expense basis, they shall be determined in accordance with Attachment A-1, "Crawford, Murphy&Tilly, Inc. Standard Schedule of Hourly Charges Effective January 1, 2007", which is subject to change at the beginning of each calendar year. Reimbursable direct expenses will be invoiced at cost. Specialized services performed by another firm will be invoiced at cost plus 10%. For services to be paid for on a time and expense basis, a Not to Exceed (NTE) amount is listed and the total compensation and reimbursement for that phase shall not exceed that NTE amount unless specifically and mutually agreed to in writing by both the City and the Consultant. 2 • I. New Pump Station Design (NTE $51,380.00) A. Preliminary Design Services: ($30,070.00 Lump Sum) 1. Confirm pump flow rate vs. ADF with preliminary wetwell sizing. 2. Confirm and expand hydraulic evaluation. 3. Provide brief project narrative that recommends pump selection and optimum wetwell construction to City. 4. Use City provided survey data and geotechnical report for production of preliminary design(60%)drawings and technical specifications.Transmit four(4)preliminary plans and technical specifications. 5. Preliminary construction cost estimate. 6. Schedule a teleconference with the City staff to review the recommended improvements. Note: City to provide subsurface exploration, all utility coordination, and front end documents for the specifications. Attachment A-2 is a spreadsheet providing a detailed list of tasks and estimated manhours and costs for this phase. B. Final Design Services: ($20,310.00 Lump Sum) 1. Prepare final construction plans. 2. Compute final quantities for the project. 3. Prepare technical/special provisions that can be inserted into the City's front-end • documents ready for bid advertisement. Items to be included are one (1) set of reproducible mylars and one(1)electronic copy compatible with Auto CAD,and one(1) electronic set of technical/special provisions and list of bid items/quantities. 4. Submit copies of the final design plans, technical/special provisions, list of bid items/quantities and cost estimates to the City staff for review. Note: City to interface with all required government agencies (MDNR, Army CoE, etc.) and acquire necessary permitting. Attachment A-3 is a spreadsheet providing a detailed list of tasks and estimated manhours and costs for this phase. C. Subconsultant Services: ($0.00 Lump Sum) No subconsultant services are anticipated for the project design. D. Materials and expenses: ($1,000.00 Not To Exceed) TOTAL DESIGN SERVICES =$51,380.00 • 3 • II. Bidding Phase Services: (Time and expenses NTE $3,400.00) 1. Answer contractor questions and issue bid addenda as requested by City. 2. Attend, assist and document one Pre-Bid meeting. Note: City to copy all documents and distribute to plan rooms and bidders. Attachment A-4 is a spreadsheet providing a detailed list of tasks and estimated manhours and costs for this phase. TOTAL BIDDING SERVICES =$3,400.00 III. Construction Phase Services: (Time and expenses NTE $10,800.00) 1. Attend preconstruction conference 2. Review contractor-submitted shop drawings and material submittals for compliance with contract requirements as requested by the City. 3. Respond to Contractor field questions with respect to design intent. 4. Review equipment substitutions with the City 5. Start up and operator assistance to City staff at pump station testing and startup Attachment A-5 is a spreadsheet providing a detailed list of tasks and estimated manhours and costs for this phase. • TOTAL CONSTUCTION SERVICES = $10,800.00 IV. Special Investigations: (Time and expenses NTE $3,000.00) During the course of the design and/or right-of-way acquisition phase, certain unforseen investigations may be required. Examples may include geotechnical investigations, geotechnical/hydrological investigations for contaminated soil and/or environmental testing, historical investigations, various record searches, grave sites and/or other investigation or analysis work. The work shall be initiated only with the approval of the City and shall be billed to the City at an Hourly Cost plus direct expenses. V. Schedule: The Consultant is to complete the following phases by the dates listed based on receiving a Notice to Proceed with the work on or about April 17, 2007. If the Notice to Proceed is delayed, then the completion dates shall be adjusted accordingly. Preliminary Plans, Specifications & Cost Estimate: June 13, 2007 Final Plans, Specifications & Cost Estimate: July 20, 2007 4 • VI. Design for W. LePage sanitary sewer extension ($ 5,170.00 Lump Sum) A. Design sanitary sewer extension to serve West LePage parcel located west of the Wal- Mart property. B. Sanitary sewer must be in accordance with Missouri Department of Transportation (MoDOT) standards. C. Provide sanitary sewer extension drawings and specifications suitable for bidding with the Highway 50 interchange project. D. Drawings for the sewer extension must be available for bidding with the MoDOT project. Attachment A-6 is a spreadsheet providing a detailed list of tasks and estimated manhours and costs for this phase. • • 5 • VII. Summary of Costs Preliminary Design $ 30,070.00 (Lump Sum) Final Design $ 20,310.00 (Lump Sum) Subconsultant Services $ 0.00 (Lump Sum) Materials and Expenses (Not-To-Exceed) $ 1,000.00 TOTAL DESIGN $ 51,380.00 Bidding Services (Time and expenses Not-To-Exceed) $ 3,400.00 Construction Services (Time and expenses • Not-To-Exceed) $ 10,800.00 Special Investigations 3.000.00 (Time and expenses Not-To-Exceed) TOTAL $ 68,580.00 Design of the West LePage Sanitary Sewer $ 5,170.00 (Lump Sum) • 6 CRAWFORD, MURPHY&TILLY, INC. ® STANDARD SCHEDULE OF HOURLY CHARGES EFFECTIVE JANUARY 1, 2007 Regular Rates Overtime Rates Classification Per Hour Per Hour Clerk/Administrative Assistant $ 50 $ 65 Technical Assistant $ 55 $ 70 Technician $ 70 $ 85 Senior Technician $ 95 $ 110 Land.Surveyor $ 100 $ 115 Planner/Technical Manager $ 70 $ 85 Engineer $ 85 $ 100 Senior Planner $ 100 $ 115 Senior Architect/Manager $ 105 $ 120 Senior Engineer $ 110 $ 125 Project Engineer/Manager $ 125 $ 125 • Senior Project Engineer/Manager $ 155 $ 155 Principal $ 160 $ 160 If the completion of services on the project assignment requires work to be performed on an overtime basis, overtime rates will apply and the fee will be adjusted to include the additional premium costs. These rates are subject to change upon reasonable and proper notice. In any event this schedule will expire and be superseded by a new schedule on or about January 1, 2008 To the amount charged at rates shown will be added the actual cost of blueprints, supplies, transportation and subsistence and other miscellaneous job related expenses directly attributable to the performance of services. A rental charge will be made when flow monitoring,sampling or level recording equipment, nuclear density equipment, GPS equipment, robotic total station or other similar specialized equipment are used directly on assignments. In the event that additional services such as exploratory drilling, materials testing, aerial photogrammetry, foundation studies or other specialized services are furnished to the ENGINEER by another organization, reimbursement for such services shall be at actual cost plus ten percent. • ATTACHMENT A-1 3/22/2007 • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS • Pre RA EXHIBIT"A" ATTACHMENT A-2:2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03/22107 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Preliminary Design Services Apprvd TPT CMT PROJECT NUMBER: 07446.01-00 DATE 03/22/07 0 0� y° Ap°�F sip �'o °-0�o AFL s� �° y c ! rY TASKS \ CLASSIFICATIONS tio,A J ' 9c % � y � sG y��°�l °yti, yti% sus Al c�.Q CURRENT YEAR 2007 HOURLY RATES 160 155 $125 110 1 $105 100 85 70 95 70 55 50 TOTAL 1 Gather and review eAsting information 2 2 2 Sfte visit by Project Manager 8 8 3 Evaluate hydraulics,pumps,wet well&force maln sizes 2 8 8 16 4 Prepare a preliminaa enfilneering report 2 4 4 2 12 5 Coordinate with surveyor and plot&review survey info 2 4 2 8 6 1 Review utility&bdd a design information provided bv Cltv 6 1 6 7 Perform preliminarV site layout&access road design 1 8 4 8 21 8 Perform preliminary pump station mechanical design 1 2 8 8 8 27 9 Perform preliminary pump station&building structural design 1 4 16 8 29 10 Perform preliminary pump station electrical&controls desirin 1 6 16 8 12 45 11 Perform prefImInary force main design 1 6 12 8 27 12 Perform prellmInary gravity sewer design 1 4 8 8 21 13 Prepare preliminary s ecificadons 1 4 6 6 6 23 14 Prepare preliminary cost estimate 1 4 6 2 2 15 15 Submit preliminary design and hold teleconference review 4 6 4 1 15 TOTAL MAN HOURS 16 74 .46 64 44 20 11 275 SUBTOTAL- BASE LABOR EFFORT $2,480 $9,250 $5,060 $5,440 $4,180 $1,400 $550 $28,360 TOTAL DIRECT EXPENSE&REIMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MiSC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Gather and review exIstinn information 250 250 2 Site visit by Project Manager $1,000 3 Evaluate hydraulics,pumps,wet well&force main sizes $1,740 $1,740 4 Prepare a preliminary engineering report $1,290 $1,290 5 Coordinate with surveyor and plot&review survey info $780 780 6 Review utflity&brad a deslan Information provided by City $750 $750 7 Perform preliminary site layout&access road design $2,255 $2,255 8 Perform preliminary pump station mechanical design $2,725 $2,725 9 Perform preliminary pump station&buildina structural design $2,975 $2,975 10 Perform preliminary pump station electrical&controls design $4,435 $4,435 11 Perform prelImInarV force main design $2,685 $2,685 12 Perform preliminary gravity sewer design $2,095 $2.095 13 Prepare preliminary specifications $2,125 $2,125 14 Prepare relimina cost estimate $1,455 $1,455 15 Submit preliminary design and hold teleconference review $1,800 $1,800 TOTALS $28,360 1 1 $28,360 TiME PERIOD OF PROJECT 2007 1 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 1 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1 1.0000 OT ADJUSTMENTFACTOR 0.0100 1.0100 1 $280 ESTIMATED CONTINGENCY 5% :H1,43D ROUNDING TOTAL FEE IMATH CROSS CHECK IS OK 1 $30,070 2007 Erig_Fee_EsLPrellm designxls TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3/22/2007 4:12 PM • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS • Pre RA EXHIBIT"A"ATTACHMENT A-3: 2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03/22/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Final Design Services Ai3iirvd TPT CMT PROJECT NUMBER: 07446-01-00 DATE 03/22/07 Z A�'ti ✓� A�i�✓��'� c� � sG � ti y �F ��s x TASKS 1 CLASSIFICATIONS p, p `iy Cj q lQ �. �c,Q y !�C 3'� �j. 'Qi .off �9�`�r•��cFA �`�Fp c`��� ��1, cp CURRENT YEAR 2007 HOURLY RATES 160 $155 $125 110 105 100 $85 1 $70 $95 70 55 50 TOTAL 1 Site visit for field check of preliminary design 8 8 2 Coordination with City&utility for electrical service info 3 3 3 Final site layout&access road design&datalling 4 4 4 12 4 Final pump station mechanical design&detailing 1 6 6 8 21 5 Final pump station&buildinA structural design&detailing 2 12 8 22 61 Final Dumv station electrical&controls design&detailina 4 8 6 B 26 71 Final force main desi n&detailing 3 8 6 17 a! Final nravity sewer design&detailing 2 6 6 14 9 Final specifications 4 6 6 6 22 10 Final cost estimate 4 6 2 2 14 11 Quality Control Review of Final Documents 8 2 2 12 12 ubmit final plans,specs,cost estimate and bid items for review 6 4 1 11 13 Revislons to documents based on review comments 1 2 4 1 8 14 15 TOTAL MAN HOURS 9 45 32 42 36 16 10 190 SUBTOTAL- BASE LABOR EFFORT $1 395 $5 625 $3,520 $3,570 $3,420 $11120 $500 $19,150 TOTAL DIRECT EXPENSE&REIM13URSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Site visit for field check of preliminary design $1,000 $1,000 2 Coordination with CIty&ufflfty for electrical service info 75 $375 3 Final site layout&access road desi n&detailing $1,220 $1,06' 1 220 4 Final pump station mechanical desi n&detailing $2,055 $2,055 5 Final pump station&building structural design&detallina $2,130 $2,130 6 Final um station electrical&oontrols design&detalli 2,450 $2,450 7 Final force main design&detalift $1,625 $1,625 8 Final gravity sewer design&detailing $1,330 $1,330 9 Final specifications $1,970 $1,970 10 Final cost estimate $1,300 $1,300 11 Quality Control Review of Final Documents $1680 $1,680 12 bmit final plans,specs,cost estimate End bid items for revie $1,180 $1,180 13 Revisions to documents based on review comments $835 835 14 15 TOTALS $19,150 $19,150 TIME PERIOD OF PROJECT 2007 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 0.0100 1.0100 $190 ESTIMATED CONTINGENCY 5% 970 ROUNDING TOTAL FEE IMATH CROSS CHECK IS OK r $20,310 2007 Eng_Fss Est Fnal destnxls TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3122!2007 4:13 PM • • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS Pre RA EXHIBIT'A" ATTACHMENT A-4: 2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03/22/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION:Algoa East Moreau Pump Station-Bidding Phase Services Apprvd TPT CMT PROJECT NUMBER: 07446.01-00 DATE 03/22/07 A S Y c TASKS \ CLASSIFICATIONS ,yc c ��F�� 'cy�y� �spQ sG �iyyti� ti ti'�.cticG�p �F'Q le'�i CURRENTYEAR2 007 HOURLY RATES 160 55 125 1 $110 105 1 $100 85 70 95 70 55 50 TOTAL 1 Answer contractor questions and issue bid addenda 8 4 4 4 20 2 Attend assist and document one rebid meeting 8 2 10 3 4 5 6 I 7 8 9 10 1i 12 13 14 15 TOTAL MAN HOURS 16 1 4 1 1 4 1 6 30 SUBTOTAL- BASE LABOR EFFORT $2,000 $340 $380 $300 $3,020 TOTAL DIRECT EXPENSE&REIMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Answer contractor questlons and issue bid addenda $1,920 $1,920 2 Attend assist and document one re-bid meettng $1,100 $140 140 $1,240 3 4 5 fi 7 8 9 10 1i 12 13 14 15 TOTALS W$302 $140 $140 $3160 TIME PERIOD OF PROJECT 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WEIGHTING FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 1 0.0100 1.0100 $30 ESTIMATED CONTINGENCY t 5% $160 ROUNDING TOTAL FEE MATH CROSS CHECK IS OK $3,350 2007 En9_Fee Est eWft_seftes:ds TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3/22/2007 4:53 PM • CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS Prop RA EXHIBIT"A" ATTACHMENT A-0: 2007 PROFESSIONAL SERVICES COST ESTIMATE DATE 03122/07 CLIENT: City of Jefferson,MO PROJECT DESCRIPTION: Algoa East Moreau Pump Station-Construction Phase Services Apprvd TPT' CMT PROJECT NUMBER: 07446-01-00 DATE 03122/07 Z S CLASSIFICATIONS Ate'` O�F A�Yy�c� �� /O� �� O�G 0'/ / 'L s���' ��' y QTASK 1 O/�� ?�qua yG�'L G+/'Y�. gG,�O,y �vy,Q •yFF� C�l�'�� y'('jC/1 •/c -9w•t,/ G�,OG CURRENT YEAR 2007 HOURLY RATES 160 $155 125 110 105 $100 85 0 95 1 $70 55 50 TOTAL 1 Attend re-construction conference 8 2 10 2 Review shop dravAngs and submittals 8 12 12 4 6 42 3 Respond to contractor questions 8 4 4 2 18 4 Review equipment substitutions 4 8 2 14 5 Start up and operator assistance 10 2 12 6 7 8 9 10 11 12 13 14 15 TOTAL MAN HOURS 1 38 1 26 16 4 12 96 SUBTOTAL- BASE LABOR EFFORT $4,750 $2,860 $1,360 $280 $600 $9,850 TOTAL DIRECT EXPENSE&REIMBURSABLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 Attend re-constructon conference $1,100 140 140 $1,240 2 Review shop drovAnas and submittals $3,920 $3,920 3 Respond to contractor quesfions $1,880 $1,880 4 Review egutpment substtutions $1,480 $1,480 5 Start up and operator assistance $1,470 $140 140 $1.610 5 7 8 9 10 11 12 13 14 15 TOTALS $9,850 $280 $280 $10,130 TIME PERIOD OF PROJECT 2007 2008 2009 2010 TOTAL EST%OF OT HRS INCLUDED ABOVE 5% MULTI-YEAR+oT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM 20% MLTPLR&AMT WElGHT1N0 FACTOR FOR 4%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 0.0100 1.0100 $100 ESTIMATED CONTINGENCY 5% 10 ROUNDING TOTAL FEE MATH CROSS CHECK IS OK $10740 21307 Eng-Fae Eat ConsWction Phawids TAB:ESTIMATE OF ENGINEERING FEE 1 OF 1 3/22/2007 6:06 PM • EXHIBIT"A"ATTACHMENT A-6: -2006 PROFESS ERVICES COST ESTIMATE AIM By I T M ML CLIENT: City of Jefferson. E I 03/20107 PROJECT DESCRIPTION:Algoa East Moreau Pump Statlon-Lepage Sewer Extension CMT PROJECT NUMBER:030090800 rvd TPT CRAWFORD MURPHY&TILLY,INC.CONSULTING ENGINEERS DATE 03/22102 1 TASKS \ CLASSIFICATIONS 'y �O✓N` � C'Q� � OS ��F �L, i �F` c,A GQ aci £pcyo Cq� q� G.g �y,��c C sG�'�SyO�G� CURRENT YEAR 2006 HOURLY RATES 150 145 120 1 slos 5 75 75 90 90 65 $55 TOTAL 1 GATHER AND REVIEW EXISITING INFORMATION 2 2 2 PRELIMINARY LAYOUT OF GRAVITY SEWER ALIGNMENT 2 4 4 10 3 PRELIMINARY CONTACT W/EXISTING UTILITIES 1 1 4 PRELIM CONTACT W/LOCAL GOVERNMENTAL AGENCIES 2 2 5 PRELIMINARY LIFT STATION SITE LAYOUT 6 PRELIMINARY LIFT STATION MECHANICAL DESIGN PRELIMINARY LIFT STATION ELECTRICAL DESGIN 8 PREPARE PRELIM SPECIFICATIONS 2 6 8 9 REVIEW OF PRELIMINARY DESIGN BY OWNER 2 2 10 PREPARE FINAL DESIGN OF GRAVITY SEWER AND DETAILS 2 4 4 10 11 PREPARE FINAL DESIGN OF LIFT STATION SITE AND MECHANICAL 12 PREPARE FINAL DESIGN OF LIFT STATION ELECTRICAL 13 PREPARE FINAL SPECIFICATION 2 2 4 4 DRAFTING OF PLANS 8 8 151 PREPARE AND SUBMIT MDNR PERMIT APPLICATION 2 2 4 161 REVIEW OF FINAL PLANS AND SPECS BY OWNER 171 PERFORM FINAL QUALITY ASSURANCE REVIEWS 2 2 18 REVISIONS PER REVIEW COMMENTS 2 4 6 19 PREPARE FINAL QUANTITY TAKEOFF AND COST ESTIMATE 2 2 20 PROJECT MANAGEMENT 2 4 6 TOTAL MAN HOURS 10 25 20 12 87 SUBTOTAL- BASE LABOR EFFORT $1,200 $54 125 $1 300 0 $5185 TOTAL DIRECT EXPENSE&REIMBURSIMLES TASKS(CONTINUED) LABOR TRAVEL MEALS& PRINTING EQUIP- MISC SURVEY SUBS OTHER OTHER OTHER TOTAL TOTAL EFFORT MILEAGE LODGING MENT MTL EXP EXP EXP EXPENSE FEE 1 GATHER AND REVIEW EXISITING INFORMATION $170 170 2 PRELIMINARY LAYOUT OF GRAVITY SEWER ALIGNMENT $840 3 PRELIMINARY CONTACT W/EXISTING UTILITIES 5 85 4 PRELIM CONTACT Wl LOCAL GOVERNMENTAL AGENCIES 170 170 5 PRELIMINARY LIFT STATION SITE LAYOUT 6 PRELIMINARY LIFT STATION MECHANICAL DESIGN 7 PRELIMINARY LIFT STATION ELECTRICAL DESGIN 8 PREPARE PRELIM SPECIFICATIONS 440 40 9 REVIEW OF PRELIMINARY DESIGN BY OWNER 240 240 10 PREPARE FINAL DESIGN OF GRAVITY SEWER AND DETAILS 840 $840 11 PREPARE FINAL DESIGN OF LIFT STATION SITE AND MECHANICAL 12 PREPARE FINAL DESIGN OF LIFT STATION ELECTRICAL 13 PREPARE FINAL SPECIFICATION 260 260 14 DRAFTING OF PLANS 520 520 15 PREPARE AND SUBMIT MDNR PERMIT APPLICATION 410 10 15 REVIEW OF FINAL PLANS AND SPECS BY OWNER 17 PERFORM FINAL QUALITY ASSURANCE REVIEWS 170 170 18 REVISIONS PER REVIEW COMMENTS 30 0 19 PREPARE FINAL QUANTITY TAKEOFF AND COST ESTIMATE 170 170 20 PROJECT MANAGEMENT 420 20 TOTALS $5.165 $5,165 TIME PERIOD OF PROJECT 2006 2007 2D08 2009 TOTAL EST%OF OT HRS INCLUDED ABOVE MULTI-YEAR+OT PERCENTAGE OF WORK TO BE PERFORMED BY YEAR 100% 100% AVERAGE OVERTIME RATE PREMIUM MLTPLR&AMr WEIGHTING FACTOR FOR 3%ANNUAL ADJUSTMENT 1.0000 1.0000 OT ADJUSTMENTFACTOR 1.0000 $5 ESTIMATED CONTINGENCY ROUNDING TOTAL FEE IMATH CROSS CHECK IS OK $5,170 Et_Fee_Est Lepage Sever eAensWnads TAB:ESTIMATE OF ENGINEERING FEE 11 OF 1 31222007 4:44 PM