Loading...
HomeMy WebLinkAbout05-07-18 City Commission Packet Materials - C7. Amendment 8 with Morrison-Maierle for N. 7th Improvements Commission Memorandum REPORT TO: Honorable Mayor and City Commission FROM: David Fine, Economic Development Specialist SUBJECT: North 7th Avenue Lighting and Sidewalk Project, Engineering Contract Amendment Number 8 with Morrison-Maierle MEETING DATE: May 7, 2018 AGENDA ITEM TYPE: Consent RECOMMENDATION: Authorize the City Manager to sign Contract Amendment No. 8 with Morrison-Maierle. BACKGROUND: For the past several years, the top priority project for the Midtown Urban Renewal Board has been installing sidewalks setback from N. 7th Avenue, new architectural street lights, and enhanced landscaping along the corridor. The aim is to enhance the quality of the built environment and active transportation amenities to attract investment in the corridor. The engineering contract for this work has been extended by amendment. The work included in this task order is multifaceted and covers a variety of modifications to the project based on dividing the project into smaller sections (Mendenhall St. to Beall St. and Beall St. to Durston Rd.), and meeting Montana Department of Transportation (MDT) design modification and clarification requests. It should be noted that without these design changes as requested by MDT, the project could have been completed in a single phase. The Midtown Urban Renewal Board voted at its April 5, 2018 meeting to approve this contract amendment. FISCAL EFFECTS: The engineering work described by Contract Amendment #8 totals $37,820. The Midtown Urban Renewal Board voted at its April 5, 2018 meeting to reallocate unallocated incentive funds already appropriated in its Fiscal Year 2018 Work Plan and Budget to complete this work. 81 ATTACHMENT: Morrison-Maierle Contract Amendment #8 LINKS: North 7th Lighting Design and Construction Administration Professional Services Agreement with Morrison-Maierle 82 March 29, 2018 City of Bozeman, Economic Development Attn: David Fine 121 N. Rouse PO Box 1230 Bozeman, MT 59771-1230 Re: Bozeman – N. 7th Light Design & Construction (Streetscape Project) Contract Amendment #8 for FY 2018 MMI#: 0417.063 Mr. Fine: Please find two (2) originals of Amendment #8 to the PSA for the North 7th Lighting Design and Construction Administration project for FY 2018. This amendment is setup to allow the following work to be completed, some of which is currently in progress. Details of the amendment are included. # Description Budget Mendenhall to Beall Construction Plans 1 Modification of construction plans and specifications for this specific stretch of North 7th Avenue. Includes temporary connections at ends of the project and modifications to electrical design and irrigation to ensure service and future service extensions. Includes updating permeable paver details for style and color per the previous phase, design of a new non- Stratavault base section under the pavers with required strength and drainage. Includes necessary lighting calculations, information and exhibits as necessary for City to modify SILD. Prepare MDT submittal documents including responses to previous MDT comments. $10,500 2 Investigate alternative tree species for boulevard areas south of Beall Street as clear zone distances are reduced through this section. This will include different varieties of trees, multi- stem varieties, shrubs and planters (<1-foot high) and will be vetted through the forestry department in regards to acceptable species and the ability to maintain prior to inclusion in the project design. New tree pit design along this stretch is necessary in-lieu of the Stratavault system. Update plans and specifications. $2,400 3 Fiber optic conduit design at the intersection of North 7th Avenue and West Mendenhall Street. Includes preparation of construction drawings to upgrade the maintenance hole at the Northeast corner of the intersection and a 220-foot extension of 2-inch conduit to the west, under North 7th Avenue and to the first alley. The line will terminate at this location with a new maintenance hole. Bury depth will be a minimum of 30 inches from finished grade. Conduit shall be installed under North 7th using trenchless technology. Conduit and maintenance hole specifications will be provided by Owner. Fiber optic network design by others. $2,000 4 Preparation of Addendum #1 removing Parcel S from contract documents. $2,000 83 # Description Budget Miscellaneous Engineering as requested by City of Bozeman 1 Preparation of clear zone analysis for areas north of Beall Street that have parking lane. Submittal to City and MDT. Completed August 14th. Approved by MDT. $1,820 2 Parcel S parking analysis and preparation of two (2) parking exhibits. Completed November 17th, 2017. $700 3 Preparation of bus stop checklist and exhibit as requested by MDT. Bus Stop coordination/meeting with City and HRDC/Streamline. Submittal to MDT for review on December 8, 2017. Approved. $600 # Description Budget Villard Intersection Plans – To be completed by end of June 2018 (FY 2018) 1 Villard curb bulb design modifications, including extensions further to the north to allow for sidewalk and boulevard without having pedestrian access easement. Updates to pedestrian ramp designs. Updates to pedestrian flashers due to removal of RRFB interim approval. Preparation of construction plans and specifications for the intersection. Response letter draft to MDT and BSD #7draft letter of support. Preparation of vehicular turning movement analysis for the intersection. Submittal of construction plans to the City and MDT for review. $6,500 2 Preparation of construction plans and specifications for the new and modified storm drain infrastructure due to the proposed curb bulb. Submittal to the City and MDT. $2,100 3 MDT response letter and accompanying documentation; including BSD #7 letter of support and preparation of a vehicular turning movement analysis for the intersection as noted above. Submittal to MDT in conjunction with Items #1 and #2 above. $1,200 We would also like to request additional budget for the construction administration for the 2017 Streetscape project. The contractors bid prices and units did not match industry norms and we diligently worked with the contractor to rectify their bid, ultimately resulting in a reduction in the overall contract amount of a little over $15,000.00. We also worked quickly with the contractor to modify the paver specification during shop drawing review to obtain a slightly simpler color palate that was more readily available. The late fall construction window for this project created challenges for the contractor that resulted in increased oversight to ensure materials we being properly installed. The remainder of the construction will start back up this month, after the winter shutdown. We are requesting an additional $8,000.00 of budget. The amendment and associated attachments are enclosed. As always, we appreciate the opportunity to work with you. Please contact me at 922-6823 if you have any questions. Sincerely, Kevin Jacobsen, P.E., LEED AP Senior Civil Engineer Enclosure(s) 84 1 AMENDMENT NO. 8 TO PROFESSIONAL SERVICES AGREEMENT FOR NORTH 7TH LIGHTING DESIGN AND CONSTRUCTION ADMINISTRATION MMI. No. 0417.063 THIS IS AN AGREEMENT made as of ____________________________, ____, between THE CITY OF BOZEMAN, a Municipal Corporation, P.O. Box 1230, Bozeman, Montana, 59771-1230 (OWNER) and Morrison- Maierle, Inc., P.O. Box 1113, Bozeman, Montana, 59771-1113 (ENGINEER). WHEREAS the parties previously entered into a Professional Services Agreement dated July 11, 2011, herein referred to as the Original Agreement, for professional engineering services for the North 7th Lighting Design and Construction Administration project; and WHEREAS, the scope of the Original Agreement included preliminary design, final design, bidding and negotiating services, construction services and miscellaneous services; and WHEREAS, the scope of Amendment No.1 to the Original Agreement included additional miscellaneous services; and WHEREAS, the scope of Amendment No.2 to the Original Agreement included a pre-design investigation services phase; and WHEREAS, the scope of Amendment No.3 to the Original Agreement included additional preliminary design, final design, bidding and negotiating services, construction services and miscellaneous services; and WHEREAS, the scope of Amendment No.4 to the Original Agreement included additional pre-design investigation services; and WHEREAS, the scope of Amendment No.5 to the Original Agreement included additional preliminary design, final design, bidding and negotiating services, construction services and miscellaneous services for the project.; and WHEREAS, the scope of Amendment No.6 to the Original Agreement to transfer budget from construction engineering services to preliminary and final design level engineering services. This transferred budget previously allocated for construction services between West Villard Street and West Main Street to preliminary and final design services between Durston Road and West Villard Street. This amendment did not change the total contract amount; and WHEREAS, the scope of Amendment No.7 to the Original Agreement included additional pre-design investigation services, final design engineering services, construction services and miscellaneous services for the project.; and WHEREAS, the parties desire to amend provisions of the Original Agreement to included additional final design engineering services, construction services and miscellaneous services for the project. NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS CONTAINED HEREIN, the parties agree as follows: The conditions and provisions set forth in the attached EXHIBIT C-8 – SCOPE OF SERVICES FOR NORTH 7TH LIGHTING DESIGN AND CONSTRUCTION ADMINISTRATION and EXHIBIT D-8 – ENGINEERING FEE 85 2 ESTIMATE are hereby incorporated in and made part of this agreement. The Scope of Services and Engineering Fees are increased per these exhibits. ARTICLE 1 - ENGINEERING SERVICES Article 1.1 of the original agreement is modified to include the following: 1.1. The detailed description of the specific project components is described as follows: Perform final design level engineering services for improvements to North 7th Avenue, between West Mendenhall Street and Beall Street. Perform final design level engineering services for improvements to North 7th Avenue at the intersection of West Villard Street and North Seventh Avenue. Perform construction administration services for improvements to North 7th Avenue, between Short Street and Peach Street. Perform miscellaneous engineering services as requested by the Owner. ARTICLE 6 - COMPENSATION FOR ENGINEERING SERVICE Article 6.1 of the original agreement is modified as follows: 6.1 LUMP SUM AGREEMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER 6.1.1 Payment. The OWNER shall for design phase services performed as Basic Engineering Services under sections 4.1 through 4.3 of this agreement pay a total sum in the amount of $370,816.59 for such services. 6.1.2 Payment Schedule. Total cumulative payments for the design phase engineering services (sections 4.1 through 4.3) shall not exceed the following ceilings: $62,280.56 (~17% of design fee) until the Pre-Design Investigation Phase report and exhibits have been submitted to the OWNER. $144,184.03 (~39% of design fee) until the Preliminary Plans and Specifications have been submitted to the OWNER and review authorities. $164,352.00 (~44% of design fee) until the Final Plans and Specifications have been submitted to the OWNER and review authorities. 6.1.3 General. Engineer shall submit monthly statements for services rendered. The statements shall be based upon Engineer's estimate of the proportion of the total services actually completed at the time of billing, subject to any limitations on Payments based on completion of tasks or specific retainage requirements pursuant to the payment provisions of the Agreement. 6.1.4 Reimbursable Expenses. Only those expenses specifically identified for payment under section 6.2 of this Agreement are reimbursable. All other design related expenses are included in the Lump Sum Payment for the Basic services (4.1 through 4.3) and are not separately reimbursable. Additional Services specifically identified under the scope of design services for payment under 6.1 are not separately reimbursable. 6.2 DIRECT LABOR COST PAYMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER. Article 6.2 of the original agreement is modified as follows: 86 3 Construction and project documentation services performed as Basic Engineering Services under sections 4.4 through 4.7 including General Administration of Construction Contract, Resident Project Representation, Project Documentation, and Construction Testing shall be compensated in accordance with the following: 6.2.1 The OWNER shall pay for Construction Phase and Project Documentation Services an amount not to exceed $ 110,819.00 except as provided under 6.2.1.2 and 6.2.4. 6.2.1.1 Costs Compensation. Compensation for these services shall be based on the ENGINEER's Direct Labor Cost times a factor of 3.15 for services rendered which shall cover Direct Labor, Direct Labor Overhead, General & Administrative Overhead and Profit. 6.2.1.2 Notification. At any time during the construction that it becomes apparent that the Construction Phase and Project Documentation Services rendered under this Agreement will exceed the negotiated compensation for these services, and prior to performing services in excess of the contract ceiling, the ENGINEER shall give OWNER written notice thereof. Promptly thereafter OWNER and ENGINEER shall review the scope and progress of the project work. ENGINEER shall obtain written authorization from OWNER, prior to any additional costs being incurred under paragraph 6.2.1.3. If it is determined that due to a change in project scope under paragraph 5.2.1, the ENGINEER is entitled to additional compensation, OWNER and ENGINEER may negotiate terms as provided under 6.2.1.1. The amount and terms of any additional compensation under 6.2.1.1 or 6.2.1.3 shall be negotiated and agreed in writing pursuant to 9.16. 6.2.1.3 Costs Exceeding Estimated Compensation. Except as allowed under 5.2.1, when the total cost of the original scope Construction Phase and Project Documentation Services exceeds the negotiated compensation for these services, the OWNER shall pay only for the direct costs incurred in excess of the estimated compensation. These costs consist of an amount equal to the ENGINEER'S Direct Labor Cost times a factor of 2.74 for services rendered which shall include Direct Labor, the federally audited payroll Direct Labor Overhead, and General & Administrative Overhead costs, but shall not include any allowance for profit. 6.2.2. Reimbursable Expenses, as defined in section 7.4 of this Agreement, for Basic Services and Approved Additional Services shall be paid to the ENGINEER by the OWNER in the actual amount of the costs incurred up to an amount not to exceed $ 8,360.00 which includes $ 0.00 for consultants employed by the Engineer and $ 8,360.00 for all other reimbursable expenses. The estimated reimbursable expenses are identified in Exhibit "E". 6.2.3. Failed Test Expenses. The ENGINEER shall maintain and provide to the OWNER, a record of the costs associated with failing quality control tests performed for the OWNER during the course of the construction of the project and recommend an amount the OWNER deduct from the contractor(s) payments. 6.2.4 The OWNER shall pay an amount for Additional Services rendered by the ENGINEER and approved in writing by the OWNER on the basis of the ENGINEER'S Direct Labor Costs times a factor of 3.15, or an amount otherwise negotiated at the time such services are requested and approved by the OWNER. 6.3 DIRECT LABOR COST PAYMENT FOR MISCELLANEOUS SERVICES AND EXPENSES OF ENGINEER. Article 6.3 of the original agreement is modified as follows: Task 701, 702 and 703 shall be compensated in accordance with the following: 6.3.1 The OWNER shall pay for Miscellaneous Services an amount not to exceed $78,014.80 except as provided under 6.3.1.2 and 6.3.3. 6.3.1.1 Costs Compensation. Compensation for these services shall be based on the ENGINEER's Direct Labor Cost times a factor of 3.15 for services rendered which shall cover Direct Labor, Direct Labor Overhead, General & Administrative Overhead and Profit. 87 4 6.3.1.2 Notification. At any time during the project that it becomes apparent that the Miscellaneous Services rendered under this Agreement will exceed the negotiated compensation for these services, and prior to performing services in excess of the contract ceiling, the ENGINEER shall give OWNER written notice thereof. Promptly thereafter OWNER and ENGINEER shall review the scope and progress of the project work. ENGINEER shall obtain written authorization from OWNER, prior to any additional costs being incurred under paragraph 6.3.1.3. If it is determined that due to a change in project scope under paragraph 5.2.1, the ENGINEER is entitled to additional compensation, OWNER and ENGINEER may negotiate terms as provided under 6.3.1.1. The amount and terms of any additional compensation under 6.3.1.1 or 6.3.1.3 shall be negotiated and agreed in writing pursuant to 9.16. 6.3.1.3 Costs Exceeding Estimated Compensation. Except as allowed under 5.2.1, when the total cost of the original scope Construction Phase and Project Documentation Services exceeds the negotiated compensation for these services, the OWNER shall pay only for the direct costs incurred in excess of the estimated compensation. These costs consist of an amount equal to the ENGINEER'S Direct Labor Cost times a factor of 2.74 for services rendered which shall include Direct Labor, the federally audited payroll Direct Labor Overhead, and General & Administrative Overhead costs, but shall not include any allowance for profit. 6.3.2. Reimbursable Expenses, as defined in section 7.4 of this Agreement, for Basic Services and Approved Additional Services shall be paid to the ENGINEER by the OWNER in the actual amount of the costs incurred up to an amount not to exceed $ 9,144.80 which includes $ 0.00 for consultants employed by the Engineer and $ 9,144.80 for all other reimbursable expenses. The estimated reimbursable expenses are identified in Exhibit " __". 6.3.3 The OWNER shall pay an amount for Additional Services rendered by the ENGINEER and approved in writing by the OWNER on the basis of the ENGINEER'S Direct Labor Costs times a factor of 3.15, or an amount otherwise negotiated at the time such services are requested and approved by the OWNER. Except as specifically amended herein, the Original Agreement shall remain in full force and effect and the parties shall be bound by all terms and conditions therein. 88 5 In witness whereof, the Parties hereto do make and execute this Agreement. CITY OF BOZEMAN, MONTANA MORRISON-MAIERLE, INC. BY:________________________ BY:__________________________ (City Manager) (Vice-President) DATE:_____________________ DATE:________________________ ATTEST: BY:______________________ (City Clerk) N:\0417\063\Contracts-Client\Contract Amend #8\PSA Amendment #8.doc 89 1 Exhibit C-8 - Scope of Services for N. 7th Lighting Design and Construction Administration Mendenhall to Beall Construction Plans, Miscellaneous Engineering as requested by City of Bozeman, Villard Intersection Plans March, 2018 Final Design Phase Includes finalizing construction plans for regulatory review and bidding. Specifically for this amendment it includes the following. # Description Mendenhall to Beall Construction Plans 1 Modification of construction plans and specifications for this specific stretch of North 7th Avenue. Includes temporary connections at ends of the project and modifications to electrical design and irrigation to ensure service and future service extensions. Includes updating permeable paver details for style and color per the previous phase, design of a new non- Stratavault base section under the pavers with required strength and drainage. Includes necessary lighting calculations, information and exhibits as necessary for City to modify SILD. Prepare MDT submittal documents including responses to previous MDT comments. 2 Investigate alternative tree species for boulevard areas south of Beall Street as clear zone distances are reduced through this section. This will include different varieties of trees, multi- stem varieties, shrubs and planters (<1-foot high) and will be vetted through the forestry department in regards to acceptable species and the ability to maintain prior to inclusion in the project design. New tree pit design along this stretch is necessary in-lieu of the Stratavault system. Update plans and specifications. 3 Fiber optic conduit design at the intersection of North 7th Avenue and West Mendenhall Street. Includes preparation of construction drawings to upgrade the maintenance hole at the Northeast corner of the intersection and a 220-foot extension of 2-inch conduit to the west, under North 7th Avenue and to the first alley. The line will terminate at this location with a new maintenance hole. Bury depth will be a minimum of 30 inches from finished grade. Conduit shall be installed under North 7th using trenchless technology. Conduit and maintenance hole specifications will be provided by Owner. Fiber optic network design by others. 4 Preparation of Addendum #1 removing Parcel S from contract documents. 90 2 # Description Villard Intersection Construction Plans 1 Villard curb bulb design modifications, including extensions further to the north to allow for sidewalk and boulevard without having pedestrian access easement. Updates to pedestrian ramp designs. Updates to pedestrian flashers due to removal of RRFB interim approval. Preparation of construction plans and specifications for the intersection. Response letter draft to MDT and BSD #7draft letter of support. Preparation of vehicular turning movement analysis for the intersection. Submittal of construction plans to the City and MDT for review. 2 Preparation of construction plans and specifications for the new and modified storm drain infrastructure due to the proposed curb bulb. Submittal to the City and MDT. 3 MDT response letter and accompanying documentation; including BSD #7 letter of support and preparation of a vehicular turning movement analysis for the intersection as noted above. Submittal to MDT in conjunction with Items #1 and #2 above. The following sections describe each task as well as identifying the deliverable for each task. Task 201 Final Plan Set Preparation Task Description – A review set of construction plans based on comments and changes requested from the governing reviews and comments, as noted above. Task deliverable – Plan set for review. Task 202 Final Specifications Task Description – A review set of construction specifications. Specifications and contract documents will be a mix of City of Bozeman standards and MDT standards, as noted above. Task deliverable – Specifications and bidding documents for review. Task 203 Final Review/Permitting Coordination /Meetings Task Description – Final coordination for review and permitting items associated with the project, as noted above. Task deliverable – As necessary. 91 3 Task 204 Quality Assurance / Quality Control Task Description – This task includes effort associated with project quality control and quality assurance review, and adds a level of QA/QC not originally scoped for the project based on requirements of MDT. Task deliverable – N/A Bidding or Negotiating Phase The bidding or negotiating phase will proceed following written authorization to proceed from the owner. The following sections describe each task as well as identifying the deliverable for each task. Task 301 Prepare Advertisement, Bid Document Reproduction, Bidders List, Process Deposits Task Description – Prepare project advertisement and complete all coordination required to distribute construction documents to bidders. Task deliverable – Bidders List. Task 302 Conduct Pre-Bid Conference and Respond to Contractor Requests Task Description – Conduct pre-bid conference and respond to all Contractor RFI’s prior to bidding. Task deliverable – N/A Task 303 Prepare and Issue Addendum Task Description – This task provides allowance for issuance of one (1) addendum to the plans and specifications. Task deliverable – Addendum No. 1. 92 4 Task 304 Attend Bid Opening, Prepare/Evaluate Bid Tab, Award Recommendation Task Description – Attend bid opening and subsequently process bid tab and make award recommendation. Task deliverable – Bid tab and award recommendation. Task 305 Award Contract and Contract Documents Task Description – Facilitate contract award and execute contract documents. Task deliverable – Two (2) signed originals of all contract documents to City of Bozeman and one (1) signed original of all contract documents to Contractor. Construction Phase The construction phase includes the general administration of the construction contract for streetscape construction adjacent to parcels H and I. The following sections describe each task as well as identifying the deliverable for each task. Task 401 Conduct Pre-Construction Conference and Notice to Proceed Task Description – Coordinate pre-construction conference and prepare Notice to Proceed. Task deliverable – Notice to Proceed. Task 402 Shop Drawing/Traffic Control/Permit Review and Approval Task Description – Review and approval of applicable Contractor submittals. Task deliverable – Approved Contractor submittals. 93 5 Task 403 Construction Layout/Control Task Description – Provide construction staking services and control points as requested by Contractor and per project specifications. Task deliverable – N/A Task 404 Resident Project Representative (1/4 Time, 1 Month) Task Description – Complete duties and responsibilities of the Resident Project Representative (RPR). Estimate effort is based on a one (1) month construction window with the RPR on-site approximately 25% of the time. Task deliverable – N/A Task 405 Construction Management - Coordination, Schedule Progress, Pay Requests Task Description – Provide construction management services, schedule review and updates, and preparation/review of Contractor pay requests. Task deliverable – Weekly progress reports and pay requests. Task 406 Final and Two Year Warranty Inspection Task Description – Coordinate final and two-year warranty walk through. Prepare punch list items and notify City of Bozeman when items are complete. Task deliverable – Punch lists and completion notifications. Project Documentation Project documentation includes preparation of a construction notebook documenting the construction events that occurred throughout the project. The following sections describe each task as well as identifying the deliverable for each task. 94 6 Task 501 Progress Reports (Monthly) Task Description – Preparation and assembly of monthly progress reports based on weekly progress reports throughout the project. Task deliverable – Monthly progress reports. Task 502 Record Drawings and Project Notebook Task Description – Preparation and assembly of record drawings and project construction notebook. Task deliverable – Project construction notebook and Mylar record drawings. Construction Testing Construction testing shall include material testing and verification of contract compliance. The following sections describe each task as well as identifying the deliverable for each task. Task 601 Concrete Strength, Air, Temp, Slump (Flatwork) Task Description – Completion of concrete testing of pole bases and flatwork per City of Bozeman standards Task deliverable – Testing reports. Task 602 Subgrade and Base Densities Task Description – Testing of subgrade and base material densities for impervious surface improvements. Task includes one (1) soil proctor to determine maximum densities for on-site backfill material. Task deliverable – Testing reports. 95 7 Miscellaneous Services Miscellaneous services as described below. The following sections describe each task as well as identifying the deliverable for each task. Task 701 Miscellaneous Services – Additional Requested Task Description – Task 701 provides for additional effort as directed by Owner. Specifically for this amendment it includes the following. # Description Miscellaneous Engineering as requested by City of Bozeman 1 Preparation of clear zone analysis for areas north of Beall Street that have parking lane. Submittal to City and MDT. Completed August 14th. Approved by MDT. 2 Parcel S parking analysis and preparation of two (2) parking exhibits. Completed November 17th, 2017. 3 Preparation of bus stop checklist and exhibit as requested by MDT. Bus Stop coordination/meeting with City and HRDC/Streamline. Submittal to MDT for review on December 8, 2017. Approved. Task deliverable – As requested. 96 Exhibit D-8 - Engineering Fee Estimate City of Bozeman, MT - North 7th Lighting Design and Construction Administration Mendenhall St. to Beall St. Prepared For: David Fine, City of Bozeman Economic Development Engineering Services Staff Labor Labor Total Task or Division Assigned Hours Rate Labor Cost 200 - Final Design Phase Engineer Intern II 48.00 $105.00 $5,040.00Design Engineer I 26.00 $118.00 $3,068.00Senior Engineer I 16.00 $140.00 $2,240.00DHM DesignScope $0.00 $6,288.00Project Coordinator II 10.00 $77.00 $770.00Engineer Intern II 16.00 $105.00 $1,680.00Design Engineer I 8.00 $118.00 $944.00Senior Engineer I 12.00 $140.00 $1,680.00 203. Final Review/Permitting Coordination Senior Engineer I 20.00 $140.00 $2,800.00204. Quality Assurance/Quality Control Supervising Engineer III 4.00 $188.00 $752.00 160.00 $25,262.00 300, 400, 500, 600 - Construction Administration Phases 300, 400, 500, 600. Construction Administration Not to Exceed Rate Schedule $0.00 $8,000.000.00 $8,000.00700 - Miscellaneous Services 701. Miscellaneous Services-Additional Requested Not to Exceed Rate Schedule $0.00 $3,120.00 0.00 $3,120.00 160.00 $36,382.00 Direct Expenses Charge Rate Total Expense Technology and Communications $6.00 $960.00 Vehicle (mi)$0.70 $119.00 Soil Proctor $360.00 $0.00 Concrete Strength Testing (Set of 4)$150.00 $0.00 Mylar Record Drawings $200.00 $0.00 Miscellaneous Expense (1.0%)1.0% $363.82 Survey Equipment (day)$210.00 $0.00 $1,442.82 $37,824.82 Rounded down to an even $37,820.00 Subtotal - Construction Administration Phases $36,382.00 Project Total - Engineering Services Subtotal - Engineering Services Direct Expenses Subtotal - Engineering Services Labor Costs Quantity or Duration Sets (0) 0 0 0 170 201. Final Plan Set Preparation 160.00 0 202. Final Specifications / Bidding Docs Subtotal - Final Design Phase Subtotal - Miscellaneous Services N:\0417\063\Contracts-Client\Contract Amend #8\Exhibit D-8 - Eng Fee_Men to Beall.xls 3/29/2018 97 DENVER CARBONDALE DURANGO RALEIGH BOZEMAN WWW.DHMDESIGN.COM 201 South Wallace Avenue, Suite A-3 Bozeman, MT 59715 P: 406.219.2012 January 31, 2018 Kevin D. Jacobsen, PE LEED AP Morrison Maierle 2880 Technology Blvd Bozeman, MT 59718 Re: North 7th Avenue Streetscape Improvements - Phase 2 CDs Dear Kevin, We have enjoyed working with you on the North 7th Avenue corridor project and are extremely excited to see the first phase of the project under construction and completed this coming spring. As requested, we have taken a detailed look at the previous 90% construction set dated December 23, 2016 and our previous scope of services to determine what is necessary to complete 100% construction drawings for the newly defined project scope – Mendenhall Street to Beall Street on both sides of North 7th Avenue (Phase 2). The following scope of services is based on our communications on January 26, 2018. In our review, the following changes to the original design have been identified: • A meeting to discuss the Community Café / bus stop area (already completed). The design and construction of this area will be included in a future phase of the project. • Investigate and select new tree species and redesign streetscape planting to incorporate planters or potentially shrubs based on MDT comments regarding clear zones. DHM will try to involve Bozeman Forestry early in the process, as time and scheduling permits. • Develop an alternative permeable paving detail. No soil cells to be used in this phase • Changes in paver product, color scheme, and layout, to match the approved Phase 1 construction project • Shift in the boundary and extents of project work based on City’s progress on securing easements and planned MDT street improvements • Set up/modification of all sheets and layouts based on the new overall project boundary • Modifications to landscape and site details based on Phase 1 construction changes • Updates to technical specifications based on design changes to match Phase 1 construction • Coordinate new tree species selection with City, including meeting with City Forestry • Design revisions and written responses to comments on Regulatory Review documents • Preparation of a Cost Estimate for Landscaping & Irrigation portions of the revised design considering Phase 1 bid information • Revised take-offs and Measurement and Payment info for Bid package 98 Scope of Services: We have structured our proposal in a similar format to our previous North 7th Street scope of services agreement. The goals of this Scope of Services will be to: • Focus on the corridor from Mendenhall St to Beall St on both the east and west sides of North 7th Ave, with 100% CD set to reflect this new project boundary • Address all redesign items in the list above • Research and design solution that employs planters or smaller stature trees that comply with MDT’s requirements. DHM will incorporate these changes into the 100% CDs and make one round of revisions based on comments. • Incorporate technical changes based on approved submittals from Phase 1 construction • Prepare a revised cost estimate that reflects the new project boundary and scope of work We understand the goal is to have this set of documents ready for bid in early March 2018. We anticipate receiving updated Civil CAD files by February 2nd. DHM will require fifteen (15) working days from notice to proceed to redesign and produce the Regulatory Review Set. Tasks and deliverables are as follows. Task 1 – 100% Construction Documents (For Regulatory Review) Based on the design changes to be incorporated in Phase 2 (Mendenhall Street to Beall Street on both sides of the 7th Avenue) we will issue 100% CD drawing sheets, specifications, and a cost estimate. This effort will include reformatting and updating all sheets including plans and details to comply with new project boundary, design changes, MDT comments, City comments, coordination with civil, coordination with MEP, and design changes from Phase 1. Our revised documents will be submitted to Morrison Maierle in digital PDF format. We will prepare a cost estimate based on a template provided by Morrison Maierle and consider Phase 1 bid and construction information in revising unit prices. DHM Design will perform an internal quality assurance review prior to the distribution of the 100% Construction Documents to the project team. We understand that there will only be one round of review and comment on this set (Task 2). It is our understanding that there will be no changes to the site furnishings from the previous 90% CD set. Our deliverables include: Deliverables and Meetings • Complete 100% Landscape Construction Plans, Details, Irrigation Plan and Landscape Specifications with a focus on the changes listed above and new project boundary from Mendenhall Street to Beall Street, along North 7th Avenue. • Prepare a Cost Estimate that reflects the new project boundary of work, materials, and layout • (1) Meeting with the Community Café and Streamline to discuss bus stop landscape (already completed). Design of this area to be covered in future scope of work. • (1) Meeting with City Forestry to discuss tree and plant selection • (1) Meeting with Morrison Maierle to coordinate changes 99 Task 2 – 100% CD Revisions (For Construction Set) After receiving and responding to comments from MDT and the City on the 100% CD set for Regulatory Review, we will develop a 100% CD set for bid and construction. This will include landscape and irrigation sheets, technical specifications, and cost estimate. Our revised documents will be submitted to Morrison Maierle in digital PDF format. DHM Design will perform an internal quality assurance review prior to the distribution of the revised 100% Construction Documents to the project team. We anticipate only minor changes and coordination-related revisions between Tasks 1 and 2. Our deliverables include: Deliverables and Meetings • Complete 100% Landscape Construction Plans, Details, Irrigation Plan and Landscape Specifications • Prepare a Cost Estimate that reflects the new project boundary of work • (1) Meeting with Morrison Maierle to coordinate changes Task 3 – Bidding Support During the bid phase of the project DHM will provide support to Morrison Maierle by reviewing bid unit costs, providing answers to contractor questions and providing clarification on the landscape design for bidding purposes. No Addendum, if necessary, is included. There will be no meetings or deliverables in this phase. Task 4 – Construction Administration Support The scope for this task was created based Phase 1 construction administration. Once a bidder has been awarded for the construction of Phase 2, DHM will provide support to Morrison Maierle during the construction administration process. This will include attending a Pre-construction meeting, up to two onsite meetings to review progress, and responding to contractor RFIs and Submittals as required. Our deliverables include: Deliverables and Meetings • RFI and Submittal responses for all landscape and irrigation related items • (1) Pre-Construction Meeting with construction team and client • (2) Onsite Meetings including a punch-list walkthrough for landscape items. Final punch-list document to be compiled and issued by Morrison Maierle. • Up to four hours of additional contractor support/ clarification Fees We have provided an hourly breakdown task matrix to provide detail in how we arrived at the fees below. If there are tasks that are not necessary, we are happy to adjust as needed. Task 1 – 100% CD set (For Regulatory Review) $4,310 Task 2 – 100% CD set (For Construction) $1,598 Task 3 – Bidding Support $380 Task 4 – Construction Administration Support $3,195 Total $9,483 100 Billing The billing for the work outlined above will be done on a monthly basis for time and materials to the not to exceed fees as identified above. The top-set number as provided is sufficient for the tasks as we know them at this time. An itemized statement shall be sent monthly, and payment is due within 45 days of receipt. Additional Services Should additional services such as additional schemes, multiple rounds of revisions, additional meeting etc. become necessary this work will be done on an hourly basis. DHM will notify you prior to completing any additional services for approval. If this work becomes significant we may, at your request, submit a proposal at that time which will identify the extent of any additional work prior to commencement of the work. In the spirit of completing this project efficiently, DHM will use 2016 fees for this scope. Thank you for the opportunity to submit this additional services proposal. If you find the above described Scope of Services and resultant fee consistent with your thinking please sign below. Sincerely, DHM DESIGN CORPORATION Charlie Kees Principal Accepted by: Mr. Kevin Jacobsen Date 101