Loading...
19-37 Resolution No. 19-37 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR PROFESSIONAL SERVICES IN CONNECTION WITH THE 2019 BRIDGE REHABILITATION PROGRAM BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that pursuant to Elgin Municipal Code Section 5.02.020B(9) the City Council hereby finds that an exception to the requirements of the procurement ordinance is necessary and in the best interest of the city; and BE IT FURTHER RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement on behalf of the City of Elgin with HR Green, Inc. for professional services in connection with the 2019 Bridge Rehabilitation Program, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 20, 2019 Adopted: March 20, 2019 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 20th day of March, 2019, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and HR GREEN, INC, an Iowa corporation, authorized to do business in the State of Illinois (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with 2019 BRIDGE REHABILITATION PROGRAM(hereinafter referred to as the PROJECT); and WHEREAS, the ENGINEER represents that it is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein, subject to the following terms and conditions and stipulations, to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the City Engineer of the CITY, herein after referred to as the "CITY ENGINEER". B. ENGINEER will revise the previous repair plans. The 2019 bid package will stand on its own without reference to the previous project. It will include a base bid and alternate bid. Repairs to the Railing on Highland over the Fox River and Scour remediation at Villa over Poplar Creek and Bluff City over Poplar Creek will be added along with permitting and utility coordination at the scour remediation sites. This agreement also includes part time construction observation and construction administration assistance for 30 hours per week over 10 weeks. This assumes the base bid and alternate bid are awarded. C. A detailed Scope of Services for the PROJECT is attached hereto as Attachment A, and incorporated into this Agreement by this reference. 2. PROGRESS REPORTS A. An outline project milestone schedule is provided hereinunder. B. A detailed project schedule for the PROJECT is included as Attachment B,attached hereto, and incorporated into this Agreement by this reference. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C below. C. The ENGINEER will submit to the CITY ENGINEER monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including, but not limited to, reports, plans, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the CITY ENGINEER; provided, however, that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right, title and interest, including but not limited to any copyright interest, by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. 4. PAYMENTS TO THE ENGINEER (Not To Exceed Method) A. For services provided the ENGINEER shall be paid at the rate of 3.09 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $57,825.00 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the CITY ENGINEER, and approved by way of written amendment to this Agreement executed by the parties. B. INTENTIONALLY OMITTED. C. The cost of any such reimbursable expenses is included within the total not-to- exceed amount of$57,825.00 provided for in Section 4A above. The reimbursable expenses consist of a daily vehicle expense of$65.00 per day. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the amounts shown in the following schedule, and full payments for each task shall not be made until the task is completed and accepted by the CITY ENGINEER. See Attachment C for a detailed fee estimate. - 2 - Payment Schedule Date Est. % Est. Value of Work Est. Invoice Amount Complete Completed 4/30/2019 10% $5,782.50 $5,782.50 5/31/2019 20% $11,565.00 $5,782.50 6/30/2019 25% $14,456.25 $2,891.25 7/31/2019 50% $28,912.50 $14,456.25 8/31/2019 75% $43,368.75 $14,456.25 9/30/2019 100% $57,825.00 $14,456.25 Total 100% $57,825.00 $57,825.00 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (2C above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under section 4 above. 7. TERM This Agreement shall become effective as of the date the ENGINEER is given a notice to proceed and, unless terminated for cause or pursuant to section 6, shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. - 3 - 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the CITY ENGINEER relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the CITY ENGINEER shall proceed without interruption. 9. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party,by reason of any default, fails within fifteen(15)days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. Notwithstanding the foregoing, or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to section 4 hereof, no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement, and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1, et seq.), as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred. The provisions of this section shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify,defend and hold harmless the CITY, its officers, employees, agents, boards and commissions from and against any and all claims, suits,judgments, costs, attorneys fees, damages or other relief, including but not limited to workers compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence or omissions of employees or agents of the ENGINEER arising out of the performance of this Agreement. In the event of any action against the CITY, its officers, employees, agents, boards or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this section shall survive any expiration and/or termination of this Agreement. - 4 - 11. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the CITY shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least$1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the CITY ENGINEER a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY ENGINEER. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled "Indemnification" shall be provided. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. There shall be no endorsement or modification of this insurance to make it excess over other available insurance, alternatively, if the insurance states that it is excess or prorated, it shall be endorsed to be primary with respect to the CITY. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the CITY ENGINEER as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the CITY ENGINEER. 13. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and - 5 - programs in connection with the construction, unless specifically identified in the Scope of Services. 14. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex,race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. 15. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item, condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. NO CO-PARTNERSHIP OR AGENCY This Agreement shall not be construed so as to create a partnership,joint venture, employment or other agency relationship between the parties hereto. 18. SEVERABILITY The parties intend and agreed that, if any section, sub-section,phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. - 6 - 19. HEADINGS The headings of the several sections of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. 20. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. 21. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the CITY ENGINEER, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the CITY ENGINEER prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. INTERFERENCE WITH PUBLIC CONTRACTING The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging. 25. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; - 7 - C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request (775 ILCS 5/2-105). 26. SUBSTANCE ABUSE PROGRAM. As a condition of this agreement, ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the CITY ENGINEER prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the CITY ENGINEER and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The CITY ENGINEER may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: B. As to ENGINEER: Ron Rudd Ajay Jain, PE City Engineer Vice-President City of Elgin HR Green, Inc. 150 Dexter Court 420 N. Front St. Elgin, Illinois 60120-5555 McHenry, IL 60050 - 8 - 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing, ENGINEER hereby certifies, represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legally authorized to work in the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. 30. EXECUTION This agreement may be executed in counterparts, each of which shall be an original and all of which shall constitute one and the same agreement. For the purposes of executing this agreement, any signed copy of this agreement transmitted by fax machine or e-mail shall be treated in all manners and respects as an original document. The signature of any party on a copy of this agreement transmitted by fax machine or e-mail shall be considered for these purposes as an original signature and shall have the same legal effect as an original signature. Any such faxed or e-mailed copy of this agreement shall be considered to have the same binding legal effect as an original document. At the request of either party any fax or e-mail copy of this agreement shall be re-executed by the parties in an original form. No party to this agreement shall raise the use of fax machine or e-mail as a defense to this agreement and shall forever waive such defense. IN WITNESS WHEREOF, the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE FOR THE NGINEER: By � t By: 9/('t City Manager Name/Pri : jay Jain, PE Title: Vice-President e City Clerk - 9 - ATTACHMENT A SCOPE OF SERVICES 2019 BRIDGE REHABILITATION PROJECT PROJECT DESCRIPTION and SCOPE DESIGN PHASE SERVICES This project will include preparation of plans and specification to allow the CITY to bid repair work for some or all of the routine bridge maintenance activities outlined below on and adjacent to the CITY's existing bridges. ENGINEER will revise the previous repair plans (2018 Bridge Rehabilitation Project) such that the City may let the portions not awarded in 2017 or 2018. The 2019 bid package will stand on its own without reference to the previous project. It will include a base bid and alternate bid. Repairs to the Railing on Highland over the Fox River and Scour remediation at Villa over Poplar Creek and Bluff City over Poplar Creek have been added along with permitting and utility coordination at the scour remediation sites. Permitting and Utility coordination for the scour remediation sites will consist of: 1. Submittal of Joint Application Permit to ACOE and letter requesting coverage under Regional Permit 12 for placing of rip rap in scour holes of each bridge location. 2. Complete an online review of EcoCAT and U.S. Fish and Wildlife endangered species list for the project area. It is anticipated that the proposed project construction will have no impacts on species or habitats in the project area. If a detailed EcoCAT consultation or detailed U.S. Fish and Wildlife review become necessary, such coordination will be considered an extra. 3. It is anticipated that ACOE will not require a formal review by Kane-DuPage Soil and Water Conservation District(KDSWCD). If a formal review by KDSWCD becomes necessary, it will be considered an extra to the project. 4. A J.U.L.I.E. design ticket will be initiated by HR Green to determine existing utilities present in the project area. HR Green will complete follow up correspondence with the utilities provided by the J.U.L.I.E. design ticket to acquire utility atlas from each. If a potential utility conflict is identified, HR Green will send design plans to the utility owner(s) to request how they proposed to address the potential utility conflict and request utility relocation(s) if necessary. If utility relocations are necessary, HR Green request anticipated completions dates from the utility company(s). Revised project specifications using CITY's format, an opinion of probable cost and assistance during the bid phase is also included. Bid Phase assistance will consist of answering bidder's technical questions and review of bids prior to award (CITY will advertise the project, distribute plans and open the bids using the City's electronic bid document platform). The plans will be arranged as a Base Bid plus Alternate Bid package to allow the CITY to deduct portions of the work to fit within available budget. Field inspection and plan updates for current conditions are not included. One (1)prebid meeting is included. Video records will consist of the photographs taken of each site in 2017 including those made a part of the bid plans. Utility coordination will include coordination with City and private utilities performed in 2017. ENGINEER will also update coordination at the two (2) locations added for scour mitigation. Tree and brush removal will be paid for as a lump sum for each area delineated on the plans; therefore, a tree survey is not included. All tree and brush removal will be limited to City owned Right of Way. ENGINEER will provide a progress set to the City for review. The drawing set is anticipated to include 38 sheets including key plans for each location, details, photographs, General Notes, Summary of Quantities divided by site and a cover sheet. ENGINEER will furnish plans and specifications for letting in electronic format to be posted on the City Purchasing Department's electronic bidding platform. Bid Phase assistance to the City (responses to bidder's questions and review of bids) is included in the scope of services. The above services exclude scour analyses, review of the original design, construction and any comparison of the design and construction to current standards. Special inspections are not included. Estimates of cost offered as a part of the summary will be based on available unit process from bid tabulations or similar recent projects. The following rehabilitation and repair work is included: Base Bid a. Big Timber Rd. over Tyler Creek—Patch approach pavement, guardrail repairs. b. Bowes Creek Blvd. over ICRR—remove part of the wearing surface and replace. Membrane to remain. Repair parapet and railing. Replace sunken curb and gutter. c. Kimball over Fox River— Clean drains, seal cracks in deck. Deck joints. d. Crawford over Bowes Creek. —Remove some wearing surface and resurface bridge and approaches. Membrane to remain. Debris and vegetation removal. e. Bent Street over Willow Creek. —Paving f. Highland over Fox—Railing Repairs g. Villa over Willow Creek—Repair sidewalk. h. Summit Street Pedestrian Tunnel—Concrete patching, epoxy crack injection. i. McLean Pedestrian tunnel—Concrete sidewalk and wingwall repairs. Fencing on top of wingwalls. j. Villa over Poplar Creek—Replace rip-rap (permit needed). k. Garden Crescent over Tyler Creek- Slope stabilization. Guardrail replacement. 1. Bluff City over poplar Creek—Rip Rap replacement(permit needed). Alternate Bid a. Bent Street over Willow Creek—vegetation and debris removal b. Villa over Willow Creek—Clear deck drains c. Damisch over Tyler Creek—Debris removal under bridge and replace guardrail terminal. d. Airlite Street over Sandy Creek—Clean and remove debris e. Laurel St over Willow Creek - vegetation and debris removal f. Varsity Dr. over Poplar Creek - vegetation and debris removal g. McLean over Tyler Creek - vegetation and debris removal h. Villa St. over Poplar Creek—clear deck drains, vegetation and debris removal i. Garden Crescent over Tyler Creek- vegetation and debris removal CONSTRUCTION PHASE SERVICES This agreement includes a budgetary estimate for part time construction observation and construction administration assistance for 30 hours per week for an estimated construction schedule of 10 weeks. The scope of work includes preparing for and attending pre-construction meeting, construction startup, part time construction observation, review and processing of pay requests,attend construction progress meetings as needed,preparing and observing punchlist work and project close out services. The estimate of hours for the construction phase services assumes that the base bid and bid alternate work are completed within the estimated construction schedule of 10 weeks. The estimate of hours for the construction phase services also assumes that should the CITY elect to not award the bid alternate; it may not necessitate a modification of the HR Green contract for construction phase services provided the construction schedule of 10 weeks is still warranted. The level of effort required for construction phase services shall be further discussed with the CITY upon award of contract by the CITY and construction schedule provided by the contractor. Construction of the repairs and rehabilitation work is planned for early summer of 2019. ATTACHMENT B PROJECT SCHEDULE SCHEDULE The anticipated schedule for the project is as follows: City approval of Contract - March 20, 2019 Design Engineering & Bid Preparation: March 25, 2019 through May 10, 2019 Award Construction Contract: June 20, 2019 Start Construction: June 24, 2019 Complete Construction: September 7, 2019 ATTACHMENT C PROFESSIONAL SERVICES FEE ESTIMATE 2019 BRIDGE REHABILITATTION PROGRAM PROJECT Task Descriptions Hours Labor Fee Direct Costs' Total FEE DESIGN PHASE SERVICES Task 1 Revise previous contract plans and split sheets for base bid and bid 20 $2,812 $2,812 alternate Task 2 Prepare contract plans for added work;Highland over Fox Railing 13 $1,676 $1,676 and Villa over Poplar Creek and Bluff City over Poplar Creek Task 3 Permitting and Utility Coordination 30 $2,716 $2,716 Task 4 Update Project Specifications and Bid Forms 20 $2,816 $2,816 Task 5 Revise Bill of Materials,Quantities,EOPC and Cover Sheet 9 $1,092 $1,092 Task 6 Pre-Bid Meeting and Bid Phase Services 8 $1,141 $1,141 Task 7 Project Administration and Correspondence 8 $1,027 $1,027 Sub-Total for Design Services 108 $13,280 $0 $13,280 CONSTRUCTION OBSERVATION PHASE SERVICES Task 1 Part Time Construction Observation 300 $41,295 $3,250 $44,545 Sub-Total for construction Observation Services 300 $41,295 $3,250 $44,545 I GRAND TOTAL FOR PROJECT 408.00 $54,575 $3,250 $57,825 The mileage costs are based on 50 trips at a per diem rate of$65/day