Loading...
HomeMy WebLinkAbout09-16-19 City Commission Packet Materials - C11. Amendment 10 with Morrison-Maierle for North 7th Lighting and Sidewalk Commission Memorandum REPORT TO: Honorable Mayor and City Commission FROM: David Fine, Urban Renewal Program Manager SUBJECT: North 7th Avenue Lighting and Sidewalk Project, Engineering Contract Amendment 10 with Morrison-Maierle MEETING DATE: September 16, 2019 AGENDA ITEM TYPE: Consent RECOMMENDATION: Authorize the City Manager to sign Contract Amendment 10 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. This contract amendment covers some small additions and modifications to the Mendenhall St. to Peach St. segment of the project. These modifications include the addition of a parcel for which right-of-way was recently obtained to the plan set and some additional information requested by MDT. The amendment also includes the work to combine several previously engineered items into a larger plan set for bidding. Finally, the amendment includes funds for design to bring the integrate the streetscape for the Ruh Building into the larger N. 7th Corridor design. FISCAL EFFECTS: The engineering work described by Contract Amendment 10 totals $39,533. Funding for this work is included in funds allocated in the Midtown Urban Renewal District Fiscal Year 2020 Work Plan and Budget as adopted by the City Commission. ATTACHMENT: 245 Morrison-Maierle Contract Amendment 10 LINKS: North 7th Lighting Design and Construction Administration Professional Services Agreement with Morrison-Maierle 246 August 29, 2019 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 #10 for FY 2020 MMI#: 0417.063 Mr. Fine: Please find three (3) signed originals of Amendment #10 to the PSA for the North 7th Lighting Design and Construction Administration project. We have modified the scope based on the following:  Mendenhall to Beall did not receive any bids this year.  Incorporation of Mendenhall to Beall and Beall to Durston designs into one construction document package.  Preparation of MDT design exceptions for all “clear zone obstacles” within MDT right of way.  Preparation of Ruh Building public streetscape infrastructure construction plans.  Miscellaneous requested services.  Excludes all construction administration as all work is slated to begin next year.  Design exceptions for Beall to Durston not necessary as objects are beyond clear zone. This amendment is setup to allow the following work to be completed. Details of the amendment are included. # Description Budget Mendenhall to Beall 1 Prepare MDT design exceptions submittal for all clear zone objects. Coordinate with MDT and City on exception letter. Follow up with MDT on review. (Submitted to MDT March 18, 2019) $3,865 2 Administration of the construction contract; including adding in parcel S design to bid documents and re-bidding. No bids were received therefore the negotiation, award, surveying, inspection, testing, pay requests and closeout documents have been removed from this item. (Completed) $3,100 # Description Budget Beall to Durston 1 Prepare MDT design exceptions submittal for all clear zone objects. Coordinate with MDT and City on exception letter. Follow up with MDT on review. All objects beyond clear zone therefore design exceptions not necessary. $4,320 247 # Description Budget Mendenhall to Durston 1 Combine both Mendenhall to Beall and Beall to Durston designs into one complete construction plan and specification set for review through MDT. This plan set to be submitted to MDT on August 1, 2019. $6,568 # Description Budget Ruh Building 1 Prepare public streetscape construction plans for both the N7th frontage and Durston frontage per meetings/coordination with City/MDT staff. Three concept drawings were prepared as part of these coordination efforts. Concept “C” was selected and final design will of that concept is to occur. Design exceptions will also be prepared for trees located within the MDT right of way. The plan set and design exceptions will be provided to the building owners engineer for submittal to MDT and City for review. Excludes preparation of City Modification to Plan or MDT encroachment / utility occupancy permits. Building owner will prepare bid documents and bid project per City of Bozeman requirements. $20,000 # Description Budget Miscellaneous Requested Services 1 Provides for additional effort as directed by owner and/or required by MDT through the review process. Includes effort such as preparation of updated exhibits, easements, etc. as well as meeting attendance as necessary. $6,000 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) N:\0417\063\Contracts-Client\Contract Amend #10\Contract Amend #10 Letter_82919.docx 248 1 AMENDMENT NO. 10 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 scope of Amendment No.8 to the Original Agreement included additional final design engineering services, construction services and miscellaneous services for the project.; and WHEREAS, the scope of Amendment No.9 to the Original Agreement included additional 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. 249 2 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-10 – SCOPE OF SERVICES FOR NORTH 7TH LIGHTING DESIGN AND CONSTRUCTION ADMINISTRATION and EXHIBIT D-10 – ENGINEERING FEE 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 Durston Road. Perform final design level engineering services for improvements to North 7th Avenue and Duston Road, badjacent to the proposed Ruh Building. Perform construction administration services for improvements to North 7th Avenue, between West Mendenhall Street and Beall 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 $444,724.59 for such services. 59 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 (~14% of design fee) until the Pre-Design Investigation Phase report and exhibits have been submitted to the OWNER. $144,184.03 (~32% of design fee) until the Preliminary Plans and Specifications have been submitted to the OWNER and review authorities. $238,260.00 (~54% 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. 250 3 6.2 DIRECT LABOR COST PAYMENT FOR BASIC SERVICES AND EXPENSES OF ENGINEER. Article 6.2 of the original agreement is modified as follows: 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 $ 120,119.00 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: 251 4 6.3.1 The OWNER shall pay for Miscellaneous Services an amount not to exceed $99,879.80 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. 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. 252 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 #10\PSA Amendment #10.doc 253 1 Exhibit C-10 - Scope of Services for N. 7th Lighting Design and Construction Administration Mendenhall to Beall Design Exceptions, Mendenhall to Beall (add Parcel S and Rebid), Combine Designs for Mendenhall to Durston into one Review Set, Ruh Building Streetscape Design, Miscellaneous Engineering as requested by City of Bozeman. August, 2019 Final Design Phase Includes finalizing construction plans for regulatory review and bidding. Specifically for this amendment it includes the following. # Description Budget Mendenhall to Durston 1 Combine both Mendenhall to Beall and Beall to Durston designs into one complete construction plan and specification set for review through MDT. This plan set to be submitted to MDT on August 1, 2019. $6,568 # Description Budget Ruh Building 1 Prepare public streetscape construction plans for both the N7th frontage and Durston frontage per meetings/coordination with City/MDT staff. Three concept drawings were prepared as part of these coordination efforts. Concept “C” was selected and final design will of that concept is to occur. Design exceptions will also be prepared for trees located within the MDT right of way. The plan set and design exceptions will be provided to the building owners engineer for submittal to MDT and City for review. Excludes preparation of City Modification to Plan or MDT encroachment / utility occupancy permits. Building owner will prepare bid documents and bid project per City of Bozeman requirements. $20,000 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. 254 2 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. 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 Construction Administration Phases Includes administration of the construction contract. Specifically for this amendment it includes the following. # Description Budget Mendenhall to Beall 1 Administration of the construction contract; including adding in parcel S design to bid documents and re-bidding. No bids were received therefore the negotiation, award, surveying, inspection, testing, pay requests and closeout documents have been removed from this item. (Completed) $3,100 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. 255 3 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 Budget Mendenhall to Beall 1 Prepare MDT design exceptions submittal for all clear zone objects. Coordinate with MDT and City on exception letter. Follow up with MDT on review. (Submitted to MDT March 18, 2019) $3,865 # Description Budget Miscellaneous Requested Services 1 Provides for additional effort as directed by owner and/or required by MDT through the review process. Includes effort such as preparation of updated exhibits, easements, etc. as well as meeting attendance as necessary. $6,000 Task deliverable – As requested. 256 DENVER CARBONDALE DURANGO BOZEMAN WWW.DHMDESIGN.COM 27 East Main Street, Suite D | Bozeman, MT 59715 P: 406.219.2012 April 10, 2019 Kevin D. Jacobsen, PE LEED AP Morrison Maierle 2880 Technology Blvd Bozeman, MT 59718 Re: North 7th Avenue Streetscape Improvements - Phase 4 Design (Ruh Building Corner) Dear Kevin, We have enjoyed working with you on the North 7th Avenue corridor project and are excited that the City has decided to bring us into the design of the corner at North 7th Ave and Durston Road adjacent to the proposed Ruh Building so as to maintain a consistent streetscape aesthetic along the corridor. Based on a meeting with the City and Ruh Building consultant team on 4/5/2019, we are submitting a proposal for the streetscape along the North 7th Avenue and Durston Road frontage of the new development parcel. We understand that all parties are eager to initiate construction of this project and that a compressed timeline is expected for the delivery of these documents. After a preliminary review of consultant’s drawings we have identified the following items that will need to be incorporated into the design documents for the site: • A design for the streetscape that considers existing work on the North 7th Ave streetscape, proposed development (Ruh Building), and considers future widening of Durston Road • Design of paving and planting and potential incorporation of raised planters. • All proposed tree locations and species will be reviewed in coordination with Civil Engineer to address utility, sight triangle, and lighting constraints. • Plan drawings showing soil cell extents and layout will be created to maximize the long-term health of trees along North 7th Avenue. We will coordinate with Civil on the development of this plan to ensure no underground utility conflicts exist. • Soil cell, boulevard planting, paving, and permeable unit paving soil cell details will be re-used from previous phases of design work and updated as necessary • Irrigation plans and details will be created and shall address tie-in to the proposed Ruh Building. • DHM will review tree species selection with City Forestry. • DHM will provide tree canopy information for light modelling and make one round of revisions to tree species based on model results. • Inclusion of bike rack layout information and details for the segment along North 7th Avenue. • Preparation of a Cost Estimate for landscape scope considering bid information from previous phases. • Preparation of technical specifications for landscape scope to accompany drawings. • Revised take-offs and Measurement and Payment info. 257 Page 2 Scope of Services: We have structured our proposal in a similar format to our North 7th Avenue scope of services agreements for previous phases. The goals of this Scope of Services will be to: • Create a conceptual design for review by the City • Prepare landscape and irrigation Construction Documents to be used for MDT review, bidding, and construction • Prepare a revised cost estimate that reflects the new scope of work • Provide minimal Bid Support during the bidding process Task 1 – Concept Design DHM will produce a preliminary plan-view sketch of the proposed streetscape of the project area and submit this drawing to the City for review. This task will also include creating working base files from Ruh Building consultants, input of a revised plan into CAD, and sharing of preliminary CAD files with the team for use as backgrounds. Throughout the project, DHM will work with Morrison Maierle prior to ensure that there will be no conflicts with utilities or road design requirements. Any feedback from the City or Ruh building consultant team will be considered in development of the Construction Documents. Our deliverables include: Deliverables and Meetings • An 11x17 plan sketch to depict design intent • Review and comments can be handled via phone, email, or in-person meeting. Task 2 – 100% CDs (For Regulatory Review and Construction) This task includes two submissions: one to MDT for review and one 100% CD set that will be used for bidding and construction. We anticipate only minor changes between the two. Based on feedback on the concept design DHM will issue 100% CD drawing sheets and specifications for review by MDT. This effort will include generating new landscape and irrigation sheets including plans and details. DHM will also provide tree canopy information for light modeling exhibits. All 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 previous phase construction information in revising unit prices to assist in evaluating contractor bids. 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 by MDT. After receiving and responding to comments from MDT, DHM will make one round of minor revisions for the bid and construction CD set. This package will include landscape and irrigation sheets, technical specifications, and cost estimate. Our deliverables include: Deliverables and Meetings 258 Page 3 • Complete 100% Landscape Construction Plans, Details, Irrigation Plan and Landscape Specifications • Tree canopy information provided to Civil for light modeling and subsequent revisions • Prepare a Cost Estimate that reflects the landscape scope of work, materials, and layout • (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. 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 – Concept Design $1,800 Task 2 – 100% CDs $6,300 Task 3 – Bidding Support $400 Total $8,500 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. Exclusions The following items are excluded from this scope of work for this task include. DHM can provide Construction Administration support billed at an hourly rate or under a future contract. • Construction Administration support including meetings, site visits, providing clarification to contractor on construction documents • Additional revisions to the CD set beyond what is described above – one round of minor edits based on MDT comments • Addendums or sheet revisions after the CD set submission • Value Engineering or re-design if the City is unable to sign a contract with a suitable construction contractor, or for other reasons 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. 259 Page 4 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 260 Exhibit D-10 - Engineering Fee Estimate City of Bozeman, MT - North 7th Lighting Design and Construction Administration Mendenhall St. to Durston Road 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 46.00 $118.00 $5,428.00Design Engineer I 32.00 $136.00 $4,352.00Senior Engineer I 20.00 $155.00 $3,100.00DHM DesignScope $0.00 $6,600.00Project Coordinator II 2.00 $86.00 $172.00Engineer Intern II 4.00 $118.00 $472.00Design Engineer I 6.00 $136.00 $816.00Senior Engineer I 8.00 $155.00 $1,240.00DHM DesignScope $0.00 $1,900.00 203. Final Review/Permitting Coordination Senior Engineer I 6.00 $155.00 $930.00204. Quality Assurance/Quality Control Supervising Engineer III 1.00 $201.00 $201.00 125.00 $25,211.00 300 - Construction Administration Phases 300. Construction Administration (Add Parcel S to bid documents and re-bid)Not to Exceed Rate Schedule $0.00 $3,100.00 0.00 $3,100.00700 - Miscellaneous Services 701. Miscellaneous Services-Additional Requested (Design Exceptions and Additonal Requested Services) Not to Exceed Rate Schedule $0.00 $9,865.00 0.00 $9,865.00 125.00 $38,176.00 Direct Expenses Charge Rate Total ExpenseTechnology and Communications $6.00 $750.00Vehicle (mi)$0.68 $25.16Soil Proctor $360.00 $0.00Concrete Strength Testing (Set of 4)$150.00 $0.00Mylar Record Drawings $200.00 $200.00Miscellaneous Expense (1.0%)1.0% $381.76Survey Equipment (day)$210.00 $0.00 $1,356.92 $39,532.92 Rounded to an even $39,533.00 201. Final Plan Set Preparation (Combine Mendenhall to Beall and Beall to Durston Designs, Ruh Building Streetscape design for N 7th and Durston) 125.00 0 202. Final Specifications / Bidding Docs (Combine Mendenhall to Beall and Beall to Durston Designs, Ruh Building Streetscape design for N 7th and Durston) Subtotal - Final Design Phase Subtotal - Miscellaneous Services Subtotal - Construction Administration Phases $38,176.00 Project Total - Engineering Services Subtotal - Engineering Services Direct Expenses Subtotal - Engineering Services Labor Costs Quantity or Duration Sets (0) 0 0 0 37 N:\0417\063\Contracts-Client\Contract Amend #10\Exhibit D-10 - Eng Fee_Men to Durston.xls 8/26/2019 261