← Back to Moscow

Document Moscow_doc_79f359456f

Full Text

MASTER AGREEMENT FOR PROFESSIONAL SERVICES GENERAL CIVIL ENGINEERING DESIGN, WATER SUPPLY AND OPERATIONS ENGINEERING, AND CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES BETWEEN CITY OF MOSCOW, IDAHO AND RIEDESEL ENGINEERING, INC. THIS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (hereinafter "Agreement") shall become effective 6:ba IQ ~ l , 2016, between the City of Moscow, a municipal corporation organized under the la of the State of Idaho, (hereinafter ''CITY"), 206 East Third Street, Moscow, Idaho, 83843, and Riedesel Engineering, Inc. (hereinafter "ENGINEER"), whose business address is 77 Southway Avenue, Suite C, Lewiston, Idaho 83501 INTRODUCTION WHEREAS, CITY has a need for General Civil Engineering Design, Water Supply and Operations Engineering, and Construction Management and Inspection Services to be defined by individual Task Orders which will set forth Specific Services, Time of Performance and Payment; and WHEREAS, ENGINEER is specially trained, experienced and competent to perform and has agreed to provide such Services; NOW, THEREFORE, in consideration of the mutual promises, covenants, terms and conditions hereinafter contained, the parties agree as follows: TERMS AND CONDITIONS 1. Scope of Services: 1.1 Upon execution of this Master Agreement AND any associated Task Order(s) and receipt of CITY's written notice to proceed, ENGINEER shall comply in all respects and perform and furnish to CITY, all Services listed in any corresponding task order(s) incorporated herein by this reference, together with any amendments that may be agreed to in writing by the parties. 1.2 All documents or materials acquired or produced by the ENGINEER in conjunction with the project shall become the property of, and be delivered to, CITY without any restrictions or limitations with respect to their further use thereof. All documents or materials prepared for CITY shall not be distributed by ENGINEER, sub-engineers, their agents, representatives or employees to any third party without the express written consent of CITY. Use of these documents by CITY on any other project, without written verification or adaptation by ENGINEER for the specific purpose intended, will be at CITY's sole risk and shall be without liability or legal exposure to ENGINEER. CITY shall indemnify and MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE 1 OF7 2-D \ DDlo ---PAGE BREAK--- hold harmless ENGINEER from all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the use of such documents. Any verification or adaptation will entitle ENGINEER to further compensation at rates to be agreed upon by CITY and ENGINEER." 1.3 ENGINEER shall provide Services and work under this Agreement consistent with the requirements and standards established by applicable Federal, State and local laws, ordinances, regulations, and resolutions. ENGINEER represents and warrants that ENGINEER will perform work in accordance with generally accepted industry standards and practices for the profession or professions that are used in performance of this Agreement, and resulting task order( s) in effect at the time of performance of this Agreement, and associated task order(s). Except for that representation and any representations made or contained in any proposal submitted by ENGINEER and any reports or opinions prepared or issued as part of the work performed by ENGINEER under this Agreement, ENGINEER makes no other warranties, either express or implied, as part of this Agreement. 1.4 Services and work provided by ENGINEER at CITY' s request under this Agreement will be performed in a timely manner in accordance with a Schedule of Work, which the parties hereto shall agree to. The Schedule of Work may be revised from time to time upon mutual written consent of the parties. 2. Consideration 2.1 ENGINEER shall perform the Services for a Not-To-Exceed total fee as outlined in any corresponding Task Order. 2.2 ENGINEER shall provide CITY with a statement, as Services warrant, of fees earned and costs incurred for Services provided during the billing period, which CITY will pay within thirty (30) days of receipt of a correct invoice and approval by CITY. CITY will not withhold any Federal or State income taxes or Social Security Tax from any payment made by CITY to ENGINEER under the terms and conditions of this Agreement. Payment of all taxes and other assessments on such sums is the sole responsibility of ENGINEER. 2.3 Except as expressly provided in this Agreement and any corresponding Task Orders, ENGINEER shall not be entitled to receive from CITY any additional consideration, compensation, salary, wages, or other type of remuneration for Services rendered under this Agreement, including, but not limited to, meals, lodging, transportation, drawings, renderings or mockups. Specifically, ENGINEER shall not be entitled by virtue of this Agreement to consideration in the form of overtime, health insurance benefits, retirement benefits, paid holidays or other paid leaves of absence of any type or kind whatsoever. 2.4 Any out of town travel required by individual Task Orders must be pre-approved by the Project Manager and included in the task order. All travel expenses will be reimbursed at cost, per CITY's existing travel policy. Any requested travel related/meal reimbursement must be accompanied by itemized receipts. MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE 2 OF 7 ---PAGE BREAK--- For the purposes of this Agreement and resulting task orders, travel between the ENGINEER'S offices and the project site is not considered out-of-town travel. 3. Time of Performance: This Agreement shall become effective upon execution by both parties, and shall automatically renew annually on October 1st for two additional one year periods unless sooner terminated in writing. 4. Independent Contractor: 4.1 In all matters pertaining to this Agreement, ENGINEER shall be acting as an independent contractor, and neither ENGINEER nor any officer, employee or agent of ENGINEER will be deemed an employee of CITY. Except as expressly provided in Exhibit ENGINEER has no authority or responsibility to exercise any rights or power vested in CITY. The selection and designation of the personnel of CITY in the performance of this Agreement shall be made by CITY. 4.2 ENGINEER shall determine the method, details and means of performing the work and Services to be provided by ENGINEER under this Agreement. ENGINEER shall be responsible to CITY only for the requirements and results specified in this Agreement and, except as expressly provided in this Agreement, shall not be subjected to CITY's control with respect to the physical action or activities of ENGINEER in fulfillment of this Agreement. 5. Indemnification and Insurance: ENGINEER shall indemnify and save and hold harmless CITY from and for any and all losses, claims, actions, judgments for damages, or injury to persons or property and losses and expenses and other costs including litigation costs and attorney's fees, arising out of, resulting from, or in connection with the negligent acts and/or errors or omissions by ENGINEER, its servants, agents, officers, employees, guests, and business invitees, and not caused by or arising out of the tortuous conduct of CITY or its employees. ENGINEER shall maintain, and specifically agrees that it will maintain, throughout the term of this Agreement, liability insurance in the minimum amounts as follow: General Liability One Million Dollars ($1,000,000) per incident or occurrence, Professional Liability I Professional errors and omissions One Million Dollars ($1,000,000) aggregate, Automobile Liability Insurance One Million Dollars ($1,000,000) per incident or occurrence, and Workers' Compensation Insurance, in the statutory limits as required by law. CITY shall be named an additional insured on both General Liability and Automotive policies. The limits of insurance shall not be deemed a limitation of the covenants to indemnify and save and hold harmless CITY; and if CITY becomes liable for an amount in excess of the insurance limits, herein provided, ENGINEER covenants and agrees to indemnify and save and hold harmless CITY from and for all such losses, claims, actions, or judgments for damages or injury to persons or property and other costs, including litigation costs and attorneys' fees, arising out of, resulting from, or in connection with the negligent performance of this Agreement by ENGINEER or MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE3 OF7 ---PAGE BREAK--- ENGINEER's officers, employees, agents, representatives or subcontractors and resulting in or attributable to personal injury, death, or damage or destruction to tangible or intangible property. ENGINEER shall provide CITY with a Certificate of Insurance, or other proof of insurance evidencing ENGINEER's compliance with the requirements of this paragraph and file such proof of insurance with CITY at least ten (10) days prior to the date ENGINEER begins performance of its obligations under this Agreement. In the event the insurance minimums are changed, ENGINEER shall immediately submit proof of compliance with the changed limits. Evidence of all insurance shall be submitted to CITY Engineer with a copy to CITY's Finance office, and the City Clerk, 206 East Third Street, P 0 Box 9203, Moscow, Idaho, 83843. 6. Notices: Any and all notices required to be given by either of the parties hereto, unless otherwise stated in this Agreement, shall be in writing and be deemed communicated when mailed in the United States mail, certified, return receipt requested, addressed as follows: CITY City of Moscow Les MacDonald 206 East Third Street P 0 Box 9203 Moscow, ID 83843 (208) 883-7028 ENGINEER Riedesel Engineering Attn: John Watson 77 Southway, Suite C Lewiston, ID 83501 Phone: (208) 743-3818 Email: [EMAIL REDACTED] Either party may change their address for the purpose of this paragraph by giving written notice of such change to the other in the manner herein provided. 7. Assignment: It is expressly agreed and understood by the parties hereto, that ENGINEER shall not have the right to assign, transfer, hypothecate or sell any of its rights under this Agreement except upon the prior express written consent of CITY. 8. Discrimination Prohibited: In performing the Services required herein, ENGINEER shall not unlawfully discriminate in violation of any Federal, State or local law, rule or regulation against any person on the basis of race, color, religion, gender, pregnancy, national origin, ancestry, age, marital status, veteran status, disability, sexual orientation, genetic information, or any other basis prohibited by local, state, or federal law. 9. Reports and Information: 9.1 At such times and in such forms as CITY may require, there shall be furnished to CITY such statements, records, reports, data and information as CITY may request pertaining to matters covered by this Agreement. 9.2 ENGINEER shall maintain all writings, documents and records prepared or compiled in connection with the performance of this Agreement for a minimum of five years from MASTER AGREEMENT FOR ENGINEERfNG SERVICES UNLIMITED - PAGE40F7 ---PAGE BREAK--- the termination or completion of this 0f Agreement. This includes any handwriting, typewriting, printing, photo static, photographic and every other means of recording upon any tangible thing, any form of communication or representation including letters, words, pictures, sounds or symbols or any combination thereof. 10. Audits and Inspections: At any time during normal business hours and as often as CITY may deem necessary, there shall be made available to CITY for examination all of ENGINEER's records with respect to all matters covered by this Agreement. ENGINEER shall permit CITY to audit, examine, and make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. 11. Publication, Reproduction and Use of Material: No material produced in whole or in part under this Agreement shall be subject to copyright in the United States or in any other country. CITY shall have unrestricted authority to publish, disclose and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement. 12. Compliance with Laws: In performing the scope of Services required hereunder, ENGINEER shall comply with all applicable laws, ordinances, and codes of Federal, State, and local governrnents. 13. Public Information: Pursuant to Idaho Code Section 74-124, et seq., information or documents received from ENGINEER may be open to public inspection and copying unless exempt from disclosure. ENGINEER shall clearly designate individual documents as "exempt" on each page of such documents and shall indicate the basis for such exemption. CITY will not accept the marking of an entire document as exempt. In addition, CITY will not accept a legend or statement on one page that all, or substantially all, of the document is exempt from disclosure. ENGINEER shall indemnify and defend the CITY against all liability, claims, damages, losses, expenses, actions, attorney fees and suits whatsoever for honoring such a designation or for ENGINEER's failure to designate individual documents as exempt. ENGINEER's failure to designate as exempt any document or portion of a document that is released by CITY, shall constitute a complete waiver of any and all claims for damages caused by any such release. 14. Changes: CITY may, from time to time, request changes in the Scope of Services to be performed hereunder. Such changes, including any increase or decrease in the amount of ENGINEER's compensation, which are mutually agreed upon by and between CITY and ENGINEER, shall be incorporated in written amendments to this Agreement. 15. Termination: 15.l If, through any cause, ENGINEER, its officers, employees, or agents fails to fulfill in a timely and proper manner its obligations under this Agreement, violates any of the covenants, agreements, or stipulations of this Agreement, falsifies any record or document required to be prepared under this Agreement, engages in fraud, dishonesty, or any other act of misconduct in the performance of this Agreement, or if the City Council determines that MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE 5 OF7 ---PAGE BREAK--- termination of this Agreement is in the best interest of CITY, CITY shall thereupon have the right to terminate this Agreement by giving written notice to ENGINEER of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. ENGINEER may terminate this Agreement at any time by giving at least sixty (60) days notice to CITY. 15 .2 In the event of any termination of this Agreement, all finished or unfinished documents, data, and reports prepared by ENGINEER under this Agreement shall, at the option of CITY, become CITY's property, and ENGINEER shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. 15.3 Notwithstanding the above, ENGINEER shall not be relieved ofliability to CITY for damages sustained by CITY by virtue of any breach of this Agreement by ENGINEER, and CITY may withhold any payments to ENGINEER for the purposes of set-off until such time as the exact amount of damages due CITY from ENGINEER is determined. This provision shall survive the termination of this Agreement and shall not relieve ENGINEER of its liability to CITY for damages. 16. Construction and Severability: If any part of this Agreement is held to be invalid or unenforceable, such holding will not affect the validity or enforceability of any other part of this Agreement so long as the remainder of the Agreement is reasonably capable of completion. 17. Advice of Attorney: Each party warrants and represents that in executing this Agreement, it has received independent legal advice from its attorneys or the opportunity to seek such advice. 18. Entire Agreement: This Agreement contains the entire agreement of the parties and supersedes any and all other agreements or understandings, oral of written, whether previous to the execution hereof or contemporaneous herewith. 19. Appropriations and Approval: Any and all obligations of CITY under this Agreement may be subject to annual approval and/or budgeting and appropriation by CITY. 20. Resulting Task Orders and Survival: All Task Orders resulting from this Agreement and executed by both parties during the term of this Agreement will be bound to the terms and conditions of the Agreement until all tasks are completed and accepted by CITY whether or not the Agreement is terminated or unless tasks are canceled via a change order. 21. Applicable Law: It is agreed that this AGREEMENT shall be construed under and governed by the laws of the State of Idaho. In the event of litigation concerning it, it is agreed that proper venue shall be the District Court of the Second Judicial District of the State ofldaho, in and for the County of Latah. Should any litigation be commenced between the parties hereto concerning this Agreement, the prevailing party shall be entitled, in addition to any other relief as may be granted, to court costs and reasonable attorneys' fees as determined by a Court. MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE60F7 ---PAGE BREAK--- 22. Approval Required: This Agreement shall not become effective or binding until approved by the City of Moscow. RIEDESEL ENGINEERING g w.x= Joh~ Principal Dated: / I Z6 / 2v/6 ATTEST: Public Approved as to Form ~ ~ cl@ ROderiCkal1, City Attorney MASTER AGREEMENT FOR ENGINEERING SERVICES UNLIMITED - PAGE 70F7 ---PAGE BREAK--- TASK ORDER NO. 1 Pursuant to the MASTER AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF MOSCOW (CITY) AND RIEDESEL ENGINEERING, INC.(ENGINEER) This Task Order is made this \SI" day of 2016, and entered into by and between the City of Moscow, a municipal corporati~ ate ofldaho (hereinafter 'City") and accepted by Riedesel Engineering, Inc. (hereinafter "Engineer"), pursuant to the mutual promises, covenant and conditions contained in the Master # reement (Category Civil Design) between the above mentioned parties dated Fdcn1443 \ 2016. The Project Name for this Task Order No. 1 is as follows: CITY OF MOSCOW THIRD STREET- POLK TO HA YES RECONSTRUCTION-2016 PROJECT UNDERSTANDING This project includes the design and contract bidding documents for the reconstruction of Third Street, from Polk Street to Hayes Street. The reconstruction work included full depth street pavement replacement with underdrains, waterline replacement and upsizing from 8 inch to 24 inch diameter, replacement of the storm sewer infrastructure, and replacement of sanitary sewer infrastructure within the street. Curb & gutter, along with sidewalk is not anticipated to be replaced, however pedestrian curb ramps at intersections will also be replaced as needed to be in compliance with ADA requirements. SCOPE OF WORK Task 1 Preliminary Design The Preliminary Design Phase shall include the following tasks of work: 1.1 Project Reconnaissance. The Project Manager and Project Engineer will make an on- site visit. They will note and document preliminary location of survey monuments, utilities, and physical features. Conduct an initial field review of the existing conditions for the proposed construction to verify site conditions and to coordinate the sequencing of work tasks. 1.2 Topographic Survey. A topographic survey of the project limits will be obtained. Cross sections of the existing topography will be taken a minimum of fifty (50) feet along the proposed roadway of Third Street, including intersections. Utility locations will be collected by utilizing Digline locates and surface features. Invert data will be Task Order No. I; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page I ---PAGE BREAK--- taken on exposed storm sewer and sanitary sewer structures. The collected survey data will be reduced into a comma delineated PNEZD format in electronic files. 1.3 Preliminary Utility Contacts. Initial contact letters, including vicinity map and sketches will be sent to appropriate utilities requesting information regarding location and possible conflicts throughout the project area. 1.4 Base Map. Prepare base map drawings for the project limits from information collected from field surveys and existing project drawings. The base map will include a Triangular Irregular Network (TIN) surface of the existing ground surface from top back of curb to top back of curb along roadway, and extend to back of walk at pedestrian ramps. 1.5 Roadway Design Layout horizontal geometry and stationing, plan layout, and typical section. Layout and model vertical profile of the road centerline. It is assumed the existing flow lines at the curbs will be matched or adjusted if necessary for drainage and tie-ins. It is the intent to re-establish a 4" minimum curb face where feasible. 1.6 Pedestrian Ramp Layouts. Layout geometry of pedestrian ramps, verify grades will be ADA compliant. 1.7 Water Design. Layout waterline alignment, tie-ins, vertical profile and set hydrant and service line locations. The proposed pipe is 24 inch ductile iron, as set by the City. 1.8 Sanitary Sewer Design. Layout sanitary alignment, vertical profile/grades, and structure locations. Manholes will be replaced at intersections. Match existing pipe sizes (8 inch minimum). 1.9 Storm Sewer Drainage Design. Layout the storm sewer pipe alignment and catch basins through the project. The pipe sizes are anticipated to be 12 inch for mains and 8 inch for laterals to catch basins, as dictated by the City. No hydraulic analysis is anticipated for this item. 1.10 Traffic Control Plan. Prepare preliminary traffic control plan for the project. It is anticipated the project limits will be closed to through traffic, with detour routes signed. 1.11 Preliminary Plan Sheet Assembly. Prepare plan sheets for Preliminary Design submittal. Plan sheets anticipated include the following sheets on 11"xl7" paper: Typical Section (1 sheet) Roadway Plan and Profile, Including Storm Sewer profiles (3 sheets) Sanitary Sewer Plan and Profile (3 sheets) Waterline Plan and Profile (3 sheets) Traffic Control Plan (1 sheet) Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page2 ---PAGE BREAK--- 1.12 Preliminary Specifications. Prepare preliminary construction technical specifications for the project, including the Special Provisions. 1.13 Quantities and Cost Estimate. Prepare preliminary quantities and an updated cost estimate for the project using the most recent per unit costs. 1.14 Preliminary Design Meetings. Participate in two progress meeting with the City during the preliminary design phase. 1.15 Submit/Review Preliminary Plans. Submit preliminary design plans and specifications and estimate to the City for review. Meet with the City to review comments. Riedesel will perform a quality assurance review during this time. 1.16 Preliminary Design Management. Monitor, manage, and administer preliminary design of the Project in conjunction with approved project scope, budget, and schedule. Assist and advise the City regarding project status. Invoice for labor and expenses during preliminary design. Task 2 Final Design Final design services shall include the following tasks of work: 2.1 Finalize water layout and design. Finalize alignments, tie-ins, services, etc. based on input from Preliminary Design review. 2.2 Finalize Roadway Design. Finalize roadway typical sections, alignment and grades. 2.3 Final Storm Sewer Design. Drainage features for Third Street will be finalized and detailed. 2.4 Final Sanitary Sewer Design. Finalize alignments and grades based on input from Preliminary Design review meeting. 2.5 Cross Sections. Prepare roadway cross sections and utilize them to calculate the final earth work quantities. 2.6 Prepare Stormwater Pollution Prevention Plan plansheets for the existing and future conditions. Prepare a draft that will be incorporated into the contract documents for the contractor to use to complete the before construction. Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page 3 ---PAGE BREAK--- 2. 7 Plan sheets. Complete final design drawings based on Preliminary Design Review Comments. The estimated plan sheets are as follows: Sheet Titles Title Sheet Number of Sheets on 11"xl7" 1 Project Layout and notes Typical Sections Roadway/Storm Sewer plan and profile Water Plan and Profile Waterline Details Sewer Plan and Profile Sewer Details Pedestrian Ramp/Intersection Details Traffic Control Plan and Details Stormwater Pollution Prevention Plan 1 1 3 3 1 3 1 4 2 3 Total 23 sheets 2.8 QC/QA Review. Provide constructability review with QA/QC Plan Checking for each of the project improvements. 2.9 Contract Documents. Prepare construction specifications, bid documents, bid advertisement, bid schedules and contract documents required for execution of a construction contract following bid award for the project. Specifications shall be in accordance with ISPWC and City of Moscow standards. 2.10 Quantities and Estimate. Compute quantities and prepare an engineer's cost estimate for the project based on detailed bid schedules and unit costs, and coordinate with the City. Advise City of the adjustments to previous preliminary opinion of cost. 2.11 Alternates. Based on available funding versus construction estimated costs, break out one add alternate/base bid phase of work. Calculate quantities and costs for the separate portions of work. a. Proposed Base Bid: Monroe to Hayes, including intersection of Monroe b. Add Alternate: Polk to Monroe- not including the intersection of Monroe. 2.12 Utility Coordination. Coordinate the final design with Avista, Frontier Communications, and Time Warner Cable. Send copies of final plans to the utility compames. 2.13 DEQ Review. Complete the DEQ checklist, Preliminary Engineering Report (PER) and plans to DEQ. It is assumed a detailed letter will suffice for the PER, with reference to the City Master Plans. Modify plans based on DEQ comments. Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page4 ---PAGE BREAK--- 2.14 Contact potential General Contractors to inform them of the project and the scheduling of the upcoming bidding process and requirements. 2.15 Conduct onsite "plans-in-hand" review and field verify final design. Submit final plans and contract documents to the City. 2.16 Final Design Meetings. Participate in two progress meeting with the City during the final design phase. 2.17 Final Design Management. Monitor, manage, and administer final design of the Project in conjunction with approved project scope, budget, and schedule. Assist and advise the City regarding project status. Invoice for labor and expenses during final design. Task 3 Bidding Assist the City in the process to obtain competitive sealed bids and the selection of the lowest qualified, responsive contractor; including the provision of project bidding documents, bid tabulation and coordination with contractors. Prepare and process contract award documents. It is assumed the City will coordinate the legal advertisement. Bidding phase services shall include the following tasks of work: 3.1 Plan and Specification Production. Provide sets of the approved Construction Contract Documents for City files, required sets of the Documents for supplying the Contractors requesting plans for purposes of bidding, and five sets to the selected Contractor for use during construction. Electronic (PDF) format will be available upon request. 3.2 Contractor Liaison. Contact potential contractors and notify them of the construction project. Respond to contractor/supplier questions during the pre-bid period. Answer contractors' questions about the scope of the project. Prepare and update, on a weekly basis, the project's Planholder's List. 3.3 Pre-bid Conference I Minutes. Conduct a construction pre-bid conference to familiarize bidders and interested parties with the construction project scope and requirements. Provide meeting minutes to everyone in attendance at the meeting. 3.4 Addendum Prepare a scheduled "Addendum No. 1" to circulate the Pre-Bid Meeting minutes and contractor questions and answers. Also included will be the Bid Proposal Package so those documents will not be removed from the Final Plans, Specifications and Bidding Documents. Should any changes to the Final Contract Documents be required, these changes shall also be included in this Addendum. 3.5 Bid Opening. Assist at the public Bid Opening, review Bidding Proposals as received, assist in resolving bidding informalities or irregularities. Meet with or Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page 5 ---PAGE BREAK--- coordinate with the City throughout the bidding process to maintain communication of the project status and to advise of recommended resolutions to the bidding process. 3.6 Bid Tabulation. Prepare Bid Tabulation and distribute to the City and all Planholders. Riedesel will analyze submitted bids and will make recommendation to the City for the awarding of the construction contract. 3. 7 Contracts/ Notice of A ward. Prepare the construction contracts for review and approval by the City and issue Notice of Award to lowest qualified bidder. City will seek City Council approval prior to Notice of A ward. 3.8 Assistance w/ contract proceedings. Prepare and give general assistance in contract proceedings. 3.9 Bidding Meeting. Participate in one progress meeting with the City during the bidding phase. 3.10 Bidding Management. Monitor, manage, and administer bidding of the Project in conjunction with approved project scope, budget, and schedule. Assist and advise the City regarding project status. Invoice for labor and expenses during bidding. ASSUMPTIONS Design Criteria This project will be designed in accordance with the design criteria listed below and constructed in accordance with Moscow Standard Construction Specifications and Drawings, and Idaho Standards for Public Works Construction (ISPWC) Specifications. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of the following: ~ City of Moscow Development Standards and Standard Drawings ~ Idaho Standards for PUBLIC WORKS CONSTRUCTION 2015 Edition ~ Manual on Uniform Traffic Control Devices 2009 Edition Project requirements from the City: Electronic Orthophotography and Base Maps as available for the project Sample format of Contract Documents Survey control information, right of way mapping. A supplemental agreement will be completed for the construction engineering portion of the project. Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page 6 ---PAGE BREAK--- TIME OF COMPLETION and COMPENSATION SCHEDULE The following schedule is based on a Notice to Proceed (NTP) from the City by January 25, 2016, and resulting in a Final Design to be completed by April 15, 2016. An NTP issued on a different date will change the schedule accordingly. Project Schedule Prepare & Submit Draft Scope of Services January 18, 2016 Official Notice To Proceed I Kick-off Meeting January 25, 2016 • Prepare Topo Survey January 25, 2016 • Preliminary Design Submittal February 25, 2016 • Final Design Submittal March 15, 2016 • Submit to DEQ March 15, 2016 • Finalize Bidding Documents March 30, 2016 • Project Advertisement & Bidding April 9-May 3, 2016 • Bid Opening May 3, 2016 • Construction Agreements, Bonds, etc. May 9-May 30, 2016 o PW/F Committee May 9, 2016 o Notice of Award May 17, 2016 • Construction June 13-September, 2016 COMPENSATION AND COMPLETION SCHEDULE Task Description Due Date 1 Preliminary Design February 25, 2016 2 Final Desi1m March 30, 2016 3 Bidding May 3, 2016 Task Order No. I; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Compensation Page 7 ---PAGE BREAK--- The Not-To-Exceed amount to complete all services listed in exhibit for this Task Order No. 1 is seventy five thousand three hundred fifty eight dollars ($75,358). No compensation will be paid over the Not-To-Exceed amount without prior written approval by the City in the form of a Change Order. invoices shall be billed based on hours spent and rates. Any and all travel will only be reimbursed if pre-approved by the Project Manager, and only per the City of Moscow Travel Policy. Reimbursable expenses will be paid at cost and only if pre-approved by the Project Manager, and accompanied by an itemized receipt. Any travel and/or reimbursables paid will be paid as part of the Not-To-Exceed Task Order Total per Compensation and Completion Schedule above. CITYfuOSCOW By: Bill Lambert, Mayor ATTEST: RIEDESEL ENGINEERING, INC. By:~ Dated: / /i.-0 { lb Department Approval By: Kevin Lilly, Deputy Director, Ea · eer Task Order No. 1; Third Street - Polk to Hayes Reconstruction Riedesel Engineering, Inc. Page 8 ---PAGE BREAK--- CONSULTANT FEE DETERMINATION SUMMARY SHEET Prepared By: Riedesel Engineering, Inc. Project: Client: Third Street, Polk to Hayes Reconstruction City of Moscow Date: 1/18/2016 PROJECT DESCRIPTION I PRING P.M. Task 1 - Preliminary Design 1.1 Project Reconnaissance 4.00 1.2 Topographic Survey 1.3 Preliminarv Utilitv Contacts 1.4 Base Maps 1.5 Roadway Desion 1.00 1.6 Pedestrian Ramp 1.00 1.7 Waterline Desi!:m 1.00 1.8 Sanitary Sewer Alignment and Grade 1.00 1.9 Storm Sewer Desiqn 1.00 1.10 Traffic Control Plan Design 1.00 1.11 Preliminarv Plan Sheets Typical Section Roadway & Storm Plan and Profiles Sanitary Sewer Plan and Profiles Waterline Plan and Profile Traffic Control Plan Sheet 1.12 Preliminary Specifications 1.13 Quantities/Cost Estimate 1.00 1.14 Preliminary Design Meetings 6.00 1.15 SubmiUReview Preliminary Plans 8.00 1.16 Preliminary Design Project Management 4.00 Total - 29.00 EXHIBIT Labor Hours P.E. Engineer Designer Drafter PLS Survey Crew SEC TOTAL 4.00 8.00 2.00 16.00 20.00 2.00 2.00 1.00 8.00 9.00 4.00 8.00 13,00 4.00 8.00 13.00 4.00 8.00 13.00 4.00 8.00 13.00 4.00 8.00 13.00 4.00 6.00 11.00 2.00 4.00 6.00 4.00 16.00 20.00 2.00 12.00 14.00 4.00 12.00 16.00 2.00 8.00 10.00 8.00 4.00 12.00 6.00 6.00 13.00 6.00 12.00 8.00 4.00 2.00 22.00 4.00 8.00 73.00 - 46.00 70.00 2.00 18.00 10.00 248.00 Task 1 Labor 25,530.00 Page 1of3 ---PAGE BREAK--- Labor Hours PROJECT DESCRIPTION PRING P.M. P.E. Engineer Designer Drafter PLS Survey Crew SEC TOTAL Task 2 - Final Design 2.1 Final Water lavouVdesign 1.00 4.00 4.00 9,00 2.2 Final Road Alianment/arades 1.00 4.00 8.00 13.00 2.3 Final Drainaae Desian 1.00 4.00 8.00 13.00 24 Final Sanitarv Sewer Desian 1.00 4.00 B.00 13.00 2.5 Final Road Cross Sections 2.00 2.00 26 Plan 6.00 4.00 10.00 2.7 Final Plan Sheets 4.00 24.00 12.00 200.00 240.00 2.8 Plan QC/QA Review 6.00 6.00 8.00 20.00 2.9 Contract Documents 4.00 16.00 4.00 24.00 2.10 Quantities/Cost Estimate 1.00 4.00 12.00 17.00 2.11 Alternates 1.00 6.00 12.00 19.00 2.12 Utilitv Coordination 2.00 2.00 2.13 DEQ Packaae and Submit 8.00 4.00 12.00 2.14 Contractor liason 2.00 2.00 2.15 Field Review/Submit to Citv 8.00 8.00 16.00 2.16 Final Desic::m Meetings 6.00 6.00 12.00 2.17 Final Desian Manaaement 4.00 4.00 8.00 Total 6.00 38.00 106.00 - 70.00 200.00 - - 12.00 432.00 Task 2 Labor 41 ,780.00 Labor Hours PROJECT DESCRIPTION PRINC P.M. P.E. Engineer Designer Drafter PLS Survey Crew SEC TOTAL Task 3 - Bidding 3.1 Bid Documents Packages 2.00 8.00 10.00 3.2 Contractor Contacts 2.00 4.00 2.00 8.00 3.3 Pre-Bid Meetina 6.00 12.00 18.00 3.4 Addendum 1.00 4.00 4.00 9.00 3.5 Bid Ooenina 3.00 3.00 6,00 3.6 Review Bids/Bid Tab 2.00 2.00 3,7 Construction Aareements 1.00 2.00 3.00 3.B Contract Assistance 2.00 2.00 3.9 Biddina Meetina 4.00 4.00 B.00 3.10 Biddina Manaaement 2.00 2.00 4,00 Total - 21.00 33.00 - . . 16.00 70.00 Task 3 Labor 7,620.00 Page 2 of 3 ---PAGE BREAK--- Labor Cost Summary Principal Engineer 6.00 Hrs. @ $/hr 150.00 = $ 900.00 Project Manager 88.00 Hrs. @ $/hr 140.00 = $ 12,320.00 Project Engineer 212.00 Hrs. @ $/hr 120.00 = $ 25,440.00 Engineer Hrs. @ $/hr 90.00 = $ Designer/Technician 116.00 Hrs. @ $/hr 90.00 = $ 10,440.00 Drafter 270.00 Hrs. @ $/hr 80.00 = $ 21,600.00 Professional Land Surveyor 2.00 Hrs. @ $/hr 90.00 = $ 180.00 Survey Crew 18.00 Hrs. @ $/hr 130.00 = $ 2,340.00 Secretary 38.00 Hrs. @ $/hr 45.00 = $ 1,710.00 Subtotal - Labor $ 74,930.00 Expenses Auto Expense 700 Mi.@ $0.54 I Mile = $ 378.00 Misc Expenses 1 LS@ $50.000 LS 50.00 Subtotal - Expenses $ 428.00 Subtotal - Labor $ 74,930.00 Subtotal - Expenses $ 428.00 Estimated Project Cost $ $75,358.00 Page 3 of 3