Loading...
HomeMy WebLinkAbout18- Professional Services Agreement - Sanderson Stewart - Oak Street and 27th Ave Intersection Improvements w CO.+�0 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this_jq"'day of JDe1jr, 201 t by and between the CITY OF BOZEMAN, MONTANA, a self-governing municipal corporation organized and existing under its Charter and the laws of the State of Montana, 121 North Rouse Street, Bozeman, Montana, with a mailing address of PO Box 1230, Bozeman, MT 59771, hereinafter referred to as"City,"and SANDERSON STEWART, 106 East Babcock Street,Bozeman, Montana 59715, hereinafter referred to as "Contractor." In consideration of the mutual covenants and agreements herein contained, the receipt and sufficiency whereof being hereby acknowledged,the parties hereto agree as follows: 1. Purpose: City agrees to enter this Agreement with Contractor to perform for City services described in the Scope of Services attached hereto as Exhibit A and by this reference made a part hereof. 2. Term/Effective Date: This Agreement is effective upon the date of its execution and will terminates Pwjea Cesywpkl-�� - tZl c� 3. Scope of Services: Contractor will perform the work and provide the services in accordance with the requirements of the Scope of Services. For conflicts between this Agreement and the Scope of Services, unless specifically provided otherwise,the Agreement governs. 4. Payment: City agrees to pay Contractor the amount specified in the Scope of Services. Any alteration or deviation from the described services that involves additional costs above the Agreement amount will be performed by Contractor after written request by the City, and will become an additional charge over and above the amount listed in the Scope of Services. The City must agree in writing upon any additional charges. 5. Contractor's Representations: To induce City to enter into this Agreement, Contractor makes the following representations: a. Contractor has familiarized itself with the nature and extent of this Agreement, the Scope of Services, and with all local conditions and federal, state and local laws, ordinances, rules, Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 1 of 10 and regulations that in any manner may affect cost,progress or performance of the Scope of Services. b. Contractor represents and warrants to City that it has the experience and ability to perform the services required by this Agreement; that it will perform said services in a professional, competent and timely manner and with diligence and skill; that it has the power to enter into and perform this Agreement and grant the rights granted in it; and that its performance of this Agreement shall not infringe upon or violate the rights of any third party,whether rights of copyright,trademark, privacy, publicity, libel, slander or any other rights of any nature whatsoever, or violate any federal, state and municipal laws. The City will not determine or exercise control as to general procedures or formats necessary to have these services meet this warranty. 6. Independent Contractor Status/Labor Relations: The parties agree that Contractor is an independent contractor for purposes of this Agreement and is not to be considered an employee of the City for any purpose. Contractor is not subject to the terms and provisions of the City's personnel policies handbook and may not be considered a City employee for workers' compensation or any other purpose. Contractor is not authorized to represent the City or otherwise bind the City in any dealings between Contractor and any third parties. Contractor shall comply with the applicable requirements of the Workers' Compensation Act, Title 39, Chapter 71, MCA, and the Occupational Disease Act of Montana, Title 39, Chapter 71, MCA. Contractor shall maintain workers' compensation coverage for all members and employees of Contractor's business, except for those members who are exempted by law. Contractor shall furnish the City with copies showing one of the following: (1) a binder for workers' compensation coverage by an insurer licensed and authorized to provide workers' compensation insurance in the State of Montana; or (2) proof of exemption from workers' compensation granted by law for independent contractors. In the event that, during the term of this Agreement, any labor problems or disputes of any type arise or materialize which in turn cause any services to cease for any period of time, Contractor specifically agrees to take immediate steps, at its own expense and without expectation of reimbursement from City, to alleviate or resolve all such labor problems or disputes. The specific steps Contractor shall take shall be left to the discretion of Contractor; provided, however, that Contractor shall bear all costs of any related legal action. Contractor shall provide immediate relief to the City so as to permit the services to continue at no additional cost to City. Contractor shall indemnify, defend, and hold the City harmless from any and all claims, demands, costs, expenses, damages, and liabilities arising out of, resulting from, or occurring in Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 2 of 10 connection with any labor problems or disputes or any delays or stoppages of work associated with such problems or disputes. 7. Indemnity/Waiver of Claims/Insurance: For other than professional services rendered, to the fullest extent permitted by law, Contractor agrees to release, defend, indemnify, and hold harmless the City, its agents, representatives, employees, and officers (collectively referred to for purposes of this Section as the City) from and against any and all claims, demands, actions, fees and costs (including attorney's fees and the costs and fees of expert witness and consultants), losses, expenses, liabilities (including liability where activity is inherently or intrinsically dangerous) or damages of whatever kind or nature connected therewith and without limit and without regard to the cause or causes thereof or the negligence of any party or parties that may be asserted against, recovered from or suffered by the City occasioned by, growing or arising out of or resulting from or in any way related to: (i) the negligent, reckless, or intentional misconduct of the Contractor; or (ii) any negligent, reckless, or intentional misconduct of any of the Contractor's agents. For the professional services rendered, to the fullest extent permitted by law, Contractor agrees to indemnify and hold the City harmless against claims, demands, suits, damages, losses, and expenses, including reasonable defense attorney fees,to the extent caused by the negligence or willful misconduct of the Contractor or Contractor's agents or employees. Such obligations shall not be construed to negate,abridge,or reduce other rights or obligations of indemnity that would otherwise exist. The indemnification obligations of this Section must not be construed to negate, abridge, or reduce any common-law or statutory rights of the indemnitee(s) which would otherwise exist as to such indemnitee(s). Contractor's indemnity under this Section shall be without regard to and without any right to contribution from any insurance maintained by City. Should any indemnitee described herein be required to bring an action against the Contractor to assert its right to defense or indemnification under this Agreement or under the Contractor's applicable insurance policies required below the indemnitee shall be entitled to recover reasonable costs and attorney fees incurred in asserting its right to indemnification or defense but only if a court of competent jurisdiction determines the Contractor was obligated to defend the claim(s) or was obligated to indemnify the indemnitee for a claim(s) or any portion(s)thereof. In the event of an action filed against City resulting from the City's performance under this Agreement, the City may elect to represent itself and incur all costs and expenses of suit. Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 3 of 10 Contractor also waives any and all claims and recourse against the City or its officers, agents or employees, including the right of contribution for loss or damage to person or property arising from, growing out of, or in any way connected with or incident to the performance of this Agreement except"responsibility for his own fraud, for willful injury to the person or property of another, or for violation of law, whether willful or negligent" as per 28-2-702, MCA. These obligations shall survive termination of this Agreement and the services performed hereunder. In addition to and independent from the above,Contractor shall at Contractor's expense secure insurance coverage through an insurance company or companies duly licensed and authorized to conduct insurance business in Montana which insures the liabilities and obligations specifically assumed by the Contractor in this Section. The insurance coverage shall not contain any exclusion for liabilities specifically assumed by the Contractor in subsection (a) of this Section. The insurance shall cover and apply to all claims, demands, suits, damages, losses, and expenses that may be asserted or claimed against, recovered from, or suffered by the City without limit and without regard to the cause therefore and which is acceptable to the City and Contractor shall furnish to the City an accompanying certificate of insurance and accompanying endorsements in amounts not less than as follows: • Workers' Compensation—statutory; • Employers' Liability- $1,000,000 per occurrence; $2,000,000 annual aggregate; • Commercial General Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate; • Automobile Liability - $1,000,000 property damage/bodily injury per accident; and • Professional Liability - $1,000,000 per claim; $2,000,000 annual aggregate. The above amounts shall be exclusive of defense costs. The City of Bozeman, its officers, agents, and employees, shall be endorsed as an additional or named insured on a primary non- contributory basis on both the Commercial General and Automobile Liability policies. The insurance and required endorsements must be in a form suitable to City and shall include no less than a thirty (30) day notice of cancellation or non-renewal. The City must approve all insurance coverage and endorsements prior to the Contractor commencing work. Contractor shall notify City within two (2) business days of Contractor's receipt of notice that any required insurance coverage will be terminated or Contractor's decision to terminate any required insurance coverage for any reason. Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 4 of 10 The City must approve all insurance coverage and endorsements prior to the Contractor commencing work. 8. Termination for Contractor's Fault: a. If Contractor refuses or fails to timely do the work, or any part thereof, or fails to perform any of its obligations under this Agreement, or otherwise breaches any terms or conditions of this Agreement, the City may, by written notice, terminate this Agreement and the Contractor's right to proceed with all or any part of the work ("Termination Notice Due to Contractor's Fault"). The City may then take over the work,and complete it, either with its own resources or by re-letting the contract to any other third party. b. In the event of a termination pursuant to this Section 8, Contractor shall be entitled to payment only for those services Contractor actually rendered. C. Any termination provided for by this Section 8 shall be in addition to any other remedies to which the City may be entitled under the law or at equity. d. In the event of termination under this Section 8, Contractor shall, under no circumstances, be entitled to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. 9. Termination for City's Convenience: a. Should conditions arise which, in the sole opinion and discretion of the City, make it advisable to the City to cease performance under this Agreement City may terminate this Agreement by written notice to Contractor ("Notice of Termination for City's Convenience"). The termination shall be effective in the manner specified in the Notice of Termination for City's Convenience and shall be without prejudice to any claims that the City may otherwise have against Contractor. b. Upon receipt of the Notice of Termination for City's Convenience, unless otherwise directed in the Notice, the Contractor shall immediately cease performance under this Agreement and make every reasonable effort to refrain from continuing work, incurring additional expenses or costs under this Agreement and shall immediately cancel all existing orders or contracts upon terms satisfactory to the City. Contractor shall do only such work as may be necessary to preserve, protect, and maintain work already completed or immediately Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 5 of 10 in progress. C. In the event of a termination pursuant to this Section 9, Contractor is entitled to payment only for those services Contractor actually rendered on or before the receipt of the Notice of Termination for City's Convenience. d. The compensation described in Section 9(c) is the sole compensation due to Contractor for its performance of this Agreement. Contractor shall, under no circumstances, be entitled to claim or recover consequential, special,punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature arising, or claimed to have arisen, as a result of the termination. 10. Limitation on Contractor's Damajzes; Time for Asserting Claim: a. In the event of a claim for damages by Contractor under this Agreement, Contractor's damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. b. In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the claim, within thirty (30) days of the facts and circumstances giving rise to the claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. 11. Representatives: a. City's Representative: The City's Representative for the purpose of this Agreement shall be Bob Murray, PE, Engineer III or such other individual as City shall designate in writing. Whenever approval or authorization from or communication or submission to City is required by this Agreement, such communication or submission shall be directed to the City's Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City's Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents as listed above and may receive approvals or authorization from such persons. Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 6 of 10 b. Contractor's Representative: The Contractor's Representative for the purpose of this Agreement shall be Danielle Scharf, PE, Principal or such other individual as Contractor shall designate in writing. Whenever direction to or communication with Contractor is required by this Agreement, such direction or communication shall be directed to Contractor's Representative; provided, however, that in exigent circumstances when Contractor's Representative is not available, City may direct its direction or communication to other designated Contractor personnel or agents. 12. Permits: Contractor shall provide all notices, comply with all applicable laws, ordinances,rules,and regulations, obtain all necessary permits,licenses,including a City of Bozeman business license, and inspections from applicable governmental authorities, and pay all fees and charges in connection therewith. 13 Laws and Regulations: Contractor shall comply fully with all applicable state and federal laws, regulations, and municipal ordinances including, but not limited to, all workers' compensation laws, all environmental laws including, but not limited to, the generation and disposal of hazardous waste, the Occupational Safety and Health Act (OSHA), the safety rules, codes, and provisions of the Montana Safety Act in Title 50, Chapter 71, MCA, all applicable City, County, and State building and electrical codes, the Americans with Disabilities Act, and all non-discrimination, affirmative action, and utilization of minority and small business statutes and regulations. 14. Nondiscrimination: The Contractor agrees that all hiring by Contractor of persons performing this Agreement shall be on the basis of merit and qualifications. The Contractor will have a policy to provide equal employment opportunity in accordance with all applicable state and federal anti-discrimination laws, regulations, and contracts. The Contractor will not refuse employment to a person, bar a person from employment, or discriminate against a person in compensation or in a term, condition, or privilege of employment because of race, color,religion, creed,political ideas, sex, age, marital status, national origin, actual or perceived sexual orientation, gender identity, physical or mental disability, except when the reasonable demands of the position require an age, physical or mental disability, marital status or sex distinction. The Contractor shall be subject to and comply with Title VI of the Civil Rights Act of 1964; Section 140, Title 2, United States Code, and all regulations promulgated thereunder. The Contractor shall require these nondiscrimination terms of its subcontractors providing services under this agreement. 15. Intoxicants; DOT Drug and Alcohol Regulations/Safety and Training: Contractor shall not permit or suffer the introduction or use of any intoxicants, including alcohol or illegal drugs, by any employee or agent engaged in services to the City under this Agreement while on City property Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 7 of 10 or in the performance of any activities under this Agreement. Contractor acknowledges it is aware of and shall comply with its responsibilities and obligations under the U.S.Department of Transportation (DOT)regulations governing anti-drug and alcohol misuse prevention plans and related testing. City shall have the right to request proof of such compliance and Contractor shall be obligated to furnish such proof. The Contractor shall be responsible for instructing and training the Contractor's employees and agents in proper and specified work methods and procedures. The Contractor shall provide continuous inspection and supervision of the work performed. The Contractor is responsible for instructing his employees and agents in safe work practices. 16. Modification and Assignability: This Agreement may not be enlarged, modified or altered except by written agreement signed by both parties hereto. The Contractor may not subcontract or assign Contractor's rights, including the right to compensation or duties arising hereunder,without the prior written consent of City. Any subcontractor or assignee will be bound by all of the terms and conditions of this Agreement. 17. Reports/Accountability/Public Information: Contractor agrees to develop and/or provide documentation as requested by the City demonstrating Contractor's compliance with the requirements of this Agreement. Contractor shall allow the City, its auditors, and other persons authorized by the City to inspect and copy its books and records for the purpose of verifying that the reimbursement of monies distributed to Contractor pursuant to this Agreement was used in compliance with this Agreement and all applicable provisions of federal, state, and local law. The Contractor shall not issue any statements, releases or information for public dissemination without prior approval of the City. 18. Non-Waiver: A waiver by either party any default or breach by the other party of any terms or conditions of this Agreement does not limit the other party's right to enforce such term or conditions or to pursue any available legal or equitable rights in the event of any subsequent default or breach. 19. Attorney's Fees and Costs: In the event it becomes necessary for either Party to retain an attorney to enforce any of the terms or conditions of this Agreement or to give any notice required herein, then the prevailing Party or the Party giving notice shall be entitled to reasonable attorney's fees and costs, including fees, salary, and costs of in-house counsel to include City Attorney. 20. Taxes: Contractor is obligated to pay all taxes of any kind or nature and make all appropriate employee withholdings. Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 8 of 10 21. Dispute Resolution: a. Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior-level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties,the parties may invite an independent,disinterested mediator to assist in the negotiated settlement discussions. b. If the parties are unable to resolve the dispute within thirty (30) days from the date the dispute was first raised, then such dispute may only be resolved in a court of competent jurisdiction in compliance with the Applicable Law provisions of this Agreement. 22. Survival: Contractor's indemnification shall survive the termination or expiration of this Agreement for the maximum period allowed under applicable law. 23. Headinl1s: The headings used in this Agreement are for convenience only and are not be construed as a part of the Agreement or as a limitation on the scope of the particular paragraphs to which they refer. 24. Severability: If any portion of this Agreement is held to be void or unenforceable,the balance thereof shall continue in effect. 25. Applicable Law: The parties agree that this Agreement is governed in all respects by the laws of the State of Montana. 26. BindinI4 Effect: This Agreement is binding upon and inures to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 27. No Third-Party Beneficiary: This Agreement is for the exclusive benefit of the parties, does not constitute a third-party beneficiary agreement, and may not be relied upon or enforced by a third party. 28. Counterparts: This Agreement may be executed in counterparts, which together constitute one instrument. 29. Integration: This Agreement and all Exhibits attached hereto constitute the entire agreement of the parties. Covenants or representations not contained therein or made a part thereof Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 9 of 10 by reference, are not binding upon the parties. There are no understandings between the parties other than as set forth in this Agreement. All communications, either verbal or written, made prior to the date of this Agreement are hereby abrogated and withdrawn unless specifically made a part of this Agreement by reference. **** END OF AGREEMENT EXCEPT FOR SIGNATURES **** IN WITNESS WHEREOF,the parties hereto have executed this instrument the day and year first above written. CITY OF BOZEMAN, MONTANA SANDERSON STEWART CON RACTOR By Andrea Surratt, City Manager DQ ielle Scharf, Princi al APPROV D AS TO FORM: By Greg Su ' an, Bozeman City Attorney Professional Services Agreement for Oak&27th Intersection Improvements FY 2018—FY 2019 Page 10 of 10 SANDE RSON t!•7 STEWART Exhibit A Oak & 27th Intersection Improvements Scope of Work— Design Phase 11/29/18 Sanderson Stewart is pleased to provide this scope of work for the Oak & 27th Intersection Improvements project,along with our subconsultant,Marvin&Associates. This project will consist of preliminary design and final design services for the intersection of Oak Street and North 27th Avenue. The project will install a new traffic signal at the intersection,along with widening and reconfiguration of the east leg of the intersection to provide a dedicated left-turn lane, through lane, and a shared through/right-turn lane. A detailed scope of services for these design tasks is outlined below. Construction bidding and construction administration services will be provided through a separate contract amendment once the construction schedule has been determined. Project Schedule: Phase 1-Project Initiation This phase of the project will include project initiation and planning tasks, including scoping, contract preparation, meetings with the City of Bozeman and coordination with sub-consultants. All project management tasks, client meetings and subconsultant coordination for tasks beyond project initiation will be allocated to the remaining project phases. Phase 2-Topographic Survey A topographic survey of the Oak Street corridor was conducted as part of the Oak Street pre-design services project, but topographic survey pick-ups will be required for the intersection design. Pick-ups will primarily include the recent widening on the east side of the north leg of the intersection and utility locates. A corner search to establish right-of-way was conducted during pre-design, but a complete boundary survey was not included. Sanderson Stewart will search for additional corners as needed to verify existing right-of-way. Survey control from the initial survey can be reused for all pick-up topo. Surveyors will also take pre-construction photos of the intersection for reference during design and construction. Base drawings will be prepared/updated in Autocad format following the completion of the topographic survey,and additional pick-up topo will be conducted as needed throughout the duration of the project. Public and private utilities will be located prior to the survey pick-ups via one-call for inclusion in base drawings. This phase also includes any traffic control needed for the completion of survey tasks. Phase 3—Roadway/Intersection/ADA Design The roadway design phase of the project will include widening on the east leg of the intersection, likely consisting of one plan/profile sheet and one cross-section sheet. The roadway design will also include the ADA accessibility ramp design and grading details for all four corners of the intersection,preparation of signing and striping plans, and other miscellaneous design details. Traffic signage at the intersection and upstream along the east leg of the intersection will be updated as required based on modifications to lane configurations and other intersection features. This phase will also include a thorough review of as-built plans for the intersection and nearby improvements. Public and private utilities will be shown for coordination and identification of conflicts. Sanderson Stewart will coordinate with the utility companies as needed to determine the cost of any necessary relocations. Subsurface utility exploration is not included in this scope of services and would be provided by amendment if any potential conflicts are identified that warrant further investigation. Installation of water and sewer main extensions/services are not included in this scope of work. Phase 4—Traffic Signal/Lighting Design This task will include preparation of electrical plans for the traffic signal and lighting design. It is assumed that existing lighting at the intersection will be removed and replaced with LED luminaires mounted on the signal poles. The traffic signal design will include the proposed signal pole/mast arm layout, conduit, pull boxes, controller and service locations. The design of the ADA accessibility ramps will be coordinated with proposed pedestrian push button locations. This phase will also include conduit fill calculations and electrical detail sheets. It is assumed that the signal will be fully actuated with detection on all four legs. No additional traffic data collection or analysis will be completed with this project. It will only include a review of the pre-design analysis already completed. Phase 5- Stormwater Calculations/Design Any storm drain improvements needed for this project will be limited to the widened area on the east leg of the intersection. This phase will include stormwater calculations needed to address the new impervious area and ensure existing facilities are adequately sized. A formal stormwater report will not be required for this project. Sanderson Stewart will coordinate with the City Stormwater Management Department as needed and Nvill ensure conformance with the City's Stormwater Facilities Plan. It is assumed that the Storm-,eater Pollution Prevention Plan (SWPPP) permit will be prepared by the contractor,not by Sanderson Stewart. Phase 6—Preliminary PS&E Submittal All of the above information will be compiled into a preliminary set of plans, specifications and opinion of probable cost for review by the City of Bozeman. Plans will include existing/demolition plans, plan/profile sheets, cross-sections, typical sections, details, signing and striping plans, and electrical plans. Sanderson Stewart will prepare special provisions and a specifications manual including the templates for bid documents. The engineer's opinion of probable cost including contingency will also be provided with this review submittal. Erosion control plans, traffic control plans, landscape and irrigation plans are not included in this scope of work. Phase 7—Right-of-Way Coordination Sanderson Stewart will coordinate with the City's right-of-way agent throughout the course of the project. Sanderson Stewart will identify right-of-way needs for the necessary improvements and provide the City's right- of-way agent with the design files. The agent will then prepare the right-of-way exhibits,plats, certificates of survey, appraisals, negotiation services and anything else required for acquisition through the City's right-of- way term contract. Phase 8—Final PS&E Submittal Sanderson Stewart will address all review comments received from the City of Bozeman and our internal quality control review, provide final coordination between disciplines and with utilities, and prepare final plans, specifications and engineer's opinion of probable cost. The final deliverable will include electronic copies of all submittal documents,as well as up to six hard copies. The following items are not expected to be needed for d-us project and are therefore specifically excluded from this scope of work: • Geotechnical investigation and report • Landscape restoration and irrigation plans (by special provision only) • Construction administration,bidding and inspection services • Construction staling • Stormwater report • Stormwater Pollution Prevention Plan (S\VPPP) permit • Wetland permitting and mitigation • Erosion control plans • Traffic data collection and analysis • Public meetings or presentations • Permitting related to storm water or environmental activities If needed,these items will be added through a contract amendment. Fees and Billing Arrangements: Phase Fee i 1. Project Initiation $1,610 2. Topographic Survey and Base Mapping $3,885 1 3. Roadway/Intersection/ADA Design $15,380 4. Traffic Signal/Lighting Design $16,960 i 5. Stormwater Calculations/Design $2,460 6. Preliminary PS&E Submittal i $8,605 7. Right-of-Way Coordination $2,080 _ � I 8. Final PS&E Submittal $7,115 Total i $58,095 Sanderson Stewart will bill for its services on a lump sum basis with a project total of 5$ 8,095. Sanderson Stewart shall submit invoices to the Client for work accomplished during each calendar month. The amount of each monthly invoice shall be determined on the "percentage of completion method" for each phase whereby Sanderson Stewart will estimate the percentage of the total work (provided on a lump sum basis) accomplished during the invoicing period. Project Schedule: The anticipated schedule for this project consists of the preliminary PS&E submittal with three (3) months of notice to proceed and the final deliverable within the following one(1)month. Additional time may be required for right-of-way coordination and/or City review. Oak & 27th Intersection Improvements A �1 p SANDERSON t '� Labor Total Plan Total Plan Hours t Plan Name:Oak&27th Intersection Improvements Phase Name:Project Initiation Task Name:Professional Services Agreement Principal 1.00' 1 190.00 Task Name:Client Consultation&Meetings Principal 1.001 1 190.00 Task Name:Project Scoping Senior Engineer 5.00 1 850.00 Task Name:Project Planning Principal 2.00 380.00 Subtotal 9.00 1,610.00 Expenses Phase Total 1,610.00 Phase Name:Topographic Survey Task Name:Project Mgmt&Coordination Senior Engineer 2.00 1 340.00 Senior Professional Land Surveyor 2.00 1 260.00 Task Name:Pre-Survey Preparation&Research Senior Professional Land Surveyor 1.00 1 130.00 Staff Surveyor 1.00 1 95.00 Task Name:Survey Computation Senior Professional Land Surveyor 1.00 1 130.00 Staff Surveyor 1.00 1 95.00 Task Name:Survey Control Staff Surveyor 1.00 1 95.00 Task Name:Boundary Survey Staff Surveyor 2.00 1 190.00 Task Name:Topo Survey _. Staff Surveyor 12.00 1,140.00! Task Name:Draft Topo&Base Plan Designer 8.00 1 720.00 Task Name:QC Review Principal 1.00 190.00 Subtotal 32.00 3,385.00 Expenses 500.00 Phase Total 3,885.00 Phase Name:Roadway Design Task Name:Project Mgmt&Coordination Principal 2.001 1 380.00 Senior Engineer 1 6.001 1 1,020.00 Task Name:Client Consultation&Meetings Senior Engineer 4.00 1 680.00 Task Name:Plan and Profile Designer 1 16.00 1 1,440.00 Senior Engineer 12.001 1 340.00 Task Name:Typical Section Page 1 of 4 € Designer 4.001 360 00€ 1 Senior Engineer 1.00 170 00[ Task Name:Cross-sections _Designer `8.00 I 720 00,. Senior Engineer 2.00f 340 00� Task Name.Intersection Geometrics&Grading Designer 16 001 1 1,440.00 Project Engineer 16 001 1,840.00 I 1Senior Engineer 2.00 340 00 Task Name:Signing&Striping Designer 8 001 720 00 Project Engineer 8 00 920 00 Senior Engineer 2.00 00 (Task Name Sidewalks,Crosswalks&ADA Designer 1600 ( 1,440.00g Protect Engineer 4.00 460.00 h Senior Engineer 2.00� 340.00 Task Name:Details _ — `" Designer � 4.001 � 360.00 Senior Engineer 1.00 6 170.00 Task Name:QC Review Principal 2 001 380 00 € Senior Engineer ( 4.001 680 00 9 [ 6 Subtotal 130.001 14,880 00 Expenses 500 00 Phase Total � � � 15,380 00 Phase Name:"Signal and Lighting Design Task Name:Project Mgmt&Coordination ( Principal 2 001 380 00 ( Senior Engineer 14 001 2,380.00� (Task Name:Signal Design Project Engineer 56.001 I 6,440.00 Senior En g ineer 8.001 1,3 6 60.00 Task Name:Conduit Fill Worksheets Project Engineer 8.001 1 920.00� .... .. . _ - -. .. _. Senior Engineer i 2.00 340.001 (Task Name:Electrical Details Designer 4.00 360.00[ Project Engineer 2.001 1 230.601 Task Name:QC Review Principal I 2.00l 380.00 Csenior Engineer" 1.00I 170.00 " Subtotal 99.00 12,960.00� Expenses. Sub-Consultant(Marvin&Associates) 4,000.001 (Phase Total 16,960.001 Phase Name:Stormwater Design Task Name:Project Mgmt&Coordination Senior Engineer 2.001 340.001 1 Task Name:Stormwater Calculations Project Engineer , .. 8.00 920.00�. Page 2 of 4 Senior Engineer 1.00 17 00 0 Task Name:Stormwater Design Project Engineer � 6.001 690 OOU ` Senior Engineer 1.00- 170 001 Task Name:QC Review Senior 11 Engineer 1.00 170 001 Subtotal 19.00 2,460.00 _Expenses. Phase Total 2,460 001 Phase Name. Preliminary PS&E Submittal Task Name:Protect Mgmt&Coordination Principal 2 001 380.001 Senior Engineer 6.00� 1,026 00 liaskName:Client Consultation&Meetings Project Engineer 1.00� 115.001 [ I 6 Senior Engineer 3.00 510.60 Task Name:Complete Preliminary Design Package _Designer 16.00 1,440.00 ... 1 Senior Engineer 2.00 340.001 Task Name:Specification Manual&Bid Documents Project Administrator � 2.001 1 140.001 Project Engineer 16.001 1,840 001 Senior Engineer 2.001 340.001 Task Name:Cost Estimate Project Engineer 8.00( 920 00t Senior Engineer 2.00 340001 Task Name.QC Review }}Principal ( 2.00 1 380.00 Senior Engineer 2 11.001 I 340 00 Subtotal 64.001 8,105.00 Expenses I, 500 OOj Phase Total 8,605 00� r _ Phase Name:Right-of-Way Coordination Task Name:Project Mgmt&Coordination I [Designer 8.001 720.0011 _ I Senior Engineer 8.00 1,360.00 . Subtotal 16 001 . .I_.. 2,080.001 i. Expenses 6 € .Phase Total I. 2,080.00 Phase Name:Final PS&E Submittal Task Name:Project Mgmt&Coordination Project Engineer 4.00 460.001 f jSenior Engineer 6.00 1,020.001 Task Name:Client Consultation&Meetings Project Engineer I 1.06 115.001 Senior Engineer 1.001 1 170.001 Task Name:Address Comments&Complete Final Design Designer 16.001 11440 001 Project Engineer 8.001 920.00 Senior Engineer 4.001' 1 680.00l Page 3 of 4 Task Name:Specifications Manual&Bid Documents Project Administrator 2.00 140.00 Project Engineer 2.00 230.00 Senior Engineer 2.00 340.00 Task Name:Cost Estimate Project Engineer 2.00 230.00 Senior Engineer 2.00I I 340.00 Task Name:QC Review Principal 1.00 190.00 Senior Engineer 2.00 340.00 Subtotal 53.00 6,615.00 Expenses 500.00 Phase Total 1 7,115.00 Total for Oak&27th Intersection Improvements 422.00 1 58,095.00 Page 4 of 4 'AML,x Oak Street&N 27th Avenue Signal Design Assistance 11/1 2120 1 8 Marvin&Associates Manhours Labor Direct Total Street Lighting Design Project Tasks Engr Tech Cost Costs Costs $125 $75 1 Project Administration&Coordination Throughout Project Design 6 2 $ 900.00 $ 25.00 $ 925.00 2 Evaluate Design Phasing Operations Based on Design Traffic and Alternative Features 6 0 $ 750.00 $ - $ 750.00 3 Review Preliminary Design Plan Layout&Hardware Locations 3 1 $ 450.00 $ $ 450.00 4 Review Conduit&Cable Wiring Run Schedules Along with ADA Location Requirements 4 2 $ 650.00 $ $ 650.00 5 Review Intersection Lighting Locations&Service Wiring Diagrams 3 1 $ 450.00 $ $ 450.00 6 Review Final Plan&Specification Submittal 4 1 $ 575.00 $ $ 575.00 7 Assist in Preparation of Construction Cost Estimates 1 1 $ 200.00 $ $ 200.00 Subtotal Lighting Design= 27 8 $ 3,975.00 $ 25.00 1$ 4,000.00