HomeMy WebLinkAbout1103 Amendment to Agreement for Engineering Services with SKW BILL NO. 2012- 010 ORDINANCE NO. � D
AN ORDINANCE AMENDING THE AGREEMENT FOR ENGINEERING SERVICES WITH
SHAFER, KLINE, 8� WARREN TO PROVIDE FOR A CHANGE IN THE SCOPE OF SERVICES
IN CONNECTION WITH ENGINEERING DESIGN FOR IMPROVEMENTS REGARDING THE
NORTHWOOD ROAD PHASE II PROJECT RESULTING IN A TOTAL AMOUNT FOR
ENGINEERING SERVICES ON SUCH PROJECT NOT TO EXCEED $453,000.00
WHEREAS, the City of Riverside, Missouri ("City") entered into an agreement with
Shafer, Kline, & Warren for provision of engineering design and basic professional engineering
services related to the Northwood Road Phase II Project pursuant to Ordinance 2009-31
(hereinafter the "AgreemenY'); and
WHEREAS, there is a need to amend the Scope of Services under such agreement to
provide for additional engineering services related to design of the improvements to NoRhwood
Road Phase II Project as set forth in Exhibit A attached hereto; and
WHEREAS, the Board of Aldermen find it is in the best interest of the citizens of the City
of Riverside to provide for such additional Services;
NOW THEREFORE, BE IT ORDAINED BY THE BOARD OF ALDERMEN OF THE
CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS:
SECTION 1— AMENDMENT APPROVED. Execution and delivery of an amended
scope of services with Shafer, Kline, & Warren in substantially the form attached hereto as Exhibit
A, in the amount of $224,205.00 is hereby approved, ratified and authorized to the Agreement,
resulting in a new contract amount not to exceed $453,000.00.
SECTION 2— AUTHORITY GRANTED. The Mayor, the City Administrator, the City
Attorney and other appropriate City officials are hereby authorized to take any and all actions as
may be deemed necessary or convenient to carry out and comply with the intent of this
Ordinance and to execute and deliver for and on behalf of the City all certificates, instruments,
agreements and other documents, as may be necessary or convenient to perform all matters
herein authorized and any actions taken prior to the adoption of this ordinance are hereby
ratified and approved.
SECTION 3— EFFECTIVE DATE. This Ordinance shall be in full force and effect from
and after its passage and approval.
BE IT REMEMBERED that the above was read two times by heading only, passed and
approved.by a majority of th Board of Aldermen and APPROVED by the Mayor of the City of
Riverside, Missouri, this���ay of February, 2012.
. , �
leen L. Rose, ayor
ATTEST:..
� ��p�
Robin'Littrell, City Clerk
Approved s to Form:
i
an ompson, � Attorney
CITY OF
RIVERSI�F�
�°- ---''' MissouRi
Upstream from ordinary.
2950 NW Vivion Road
Riverside, Missouri 64150
MEMO DATE: February 3, 2012
AGENDA DATE: February 7, 2012
TO: Mayor and Board of Aldermen
FROM: Travis Hoover
RE: Design Contract for the Northwood Road phase 2 Project
BACKGROUND: Shafer, Kline & Warren, Inc. has presented a change order for an amended scope
of services related to the design of Northwood Rd. ph 2 during the October 25,
201 I and January 24, 2012 quarterly budget updates. Attached is the formal
request which was discussed during the updates.
Original Contract Amount $228,795.00
Total this Change Order $224,205.00
Current Contract Total $453,000.00
RECOMMENDATION: Staff recommends approval of the ordinance and acceptance of the change order
with Shafer, Kline & Warren, Inc. for the Northwood Road phase 2 Project.
BUDGETARY IMPACT: Approximately $453,000.00 will be expended out of the Northwood Road phase
2 budget for the design under this contract.
SHAF-E:F2, 6Gl_FNE & WAf22FN, INC.
Janllety 27, 2012
Ms. Donna Resz
Finance Director
City of Riverside
2950 NW V ivion Road
Riverside, Missouri 64150
Re: Northwood Road Phase 2--Change Order
Dear Ms. Iiesz:
As a means ofproviding a�vritten version of change orders pi�eviously approved verbally, we are
requesting a change order for retroactive work done on the Northwood Road Phase 2 project in
the amount of $224,205. Reasons for this change order include:
• Adding two (2) roundabouts to the design.
• Adding Lighting Design to the design.
• Adding Best Management Practices (BMP's) to the design.
• Adding Retaining Walls to the design.
• Relocating the enh•ance to the park from 52" Street to Northwood.
• Creating a Separate Set of"Clearing & Grubbing'Plans for bidding in addition to the
Roadway Plans.
• Changes to design as a result of easement negotiations end questions from city staff (each
of these changes often impacted several plan sheets).
Combining this value with our original fee of $228,795, our total design fee would become
$453,000 (aside from geotechnical fees, our original contract excluded expenses).
Should you have any questions related to this change order, please do not hesitate to call, j
SHAFER, KLINE & WARREN, INC. �
��'' I
By: Matt Eblen, P.E.
Senior Project Manager
�
i
11250 Corporate Ave., lenexa, KS 66219 �oFFlCe) 913 . 888. T800 �Frx� 913 . 888. 7868 WWNL5 1o�r - inc:.r..orn �
,r:, ._,.�i;;:i i u .b:: b i,.e:;c ii�n.,n:�i �:;ex�. i..:ri:�.:, i�.v...vt .,.., :
s�mma�y a co•a
Gity M Rlwnitla
NoMwoatl Ro�tl�h�np� ONer
Engir�wr npinsar npineer Techniclan 9urv�y Ekcerical �n�ror Plenner
ROADTASKS PNncipal Aevoci�la V N I IIIIII TacM1nlclan Tat�nici�n III I ToblHOUn
J. PlanPnpan�ion
Plan S�eel eel up 8 na�es 24 80 98 I80
HovonWlNgnmenl 0� 68 9fi �
Cmsa Saclions a0 80 110 �<�
Typiral5ec4ons 8 0
VeNUIPmfiles 18 40 ]I 1P0
In�enection Delaile 80 80 1t0 300
Releinin8 �IIS 10 41 60 ��
EaMV.oA 40 ]l 98 300
HytlnulkBHyEmbB��Ipea18�(BMG's) 3a « 58 ��d
SetR/VJ 18 80 �
Cmumetls 0 <0 BB lae
ErosianCOnimlPlen � � 5 �
PeremenlMa�MingflSgn+gePlan H 01 48 88
SlraelligM1ling 0 11 00 100
Tnlfic Conwl Plens 34 3I 40 �
�uenlities 34 16 60 60 ��
�. specirntions zs zs
5. MeeYnp�
A. PuWicrreetingn(onecEtli�ionalmeeGn8) � � � 14 16 �0
].ONOG /0 16 31 18 �
TOTALHOURS � �]G 18 BS 698 10�6 !0 EO 11 18 1iE5
HOURLYRATE 5 R000 5 15000 E iJ5.00 5 12500 S 9000 3 15.00 E 9(1.00 S ]5.00 t N500 S 9000
SUBTOTALCOST 5 6E0.00 556,]0000 3 1.160.00 S e,us.oa 36],l30.00 S».100.00 S I.300.00 S 6,000.00 f 1,0E0.00 S 1.U0.00
TOTAL COST 533�.303.00
BILL N0. 2009-31 ORDINANCE NO. 2009-31
AN ORDINANCE AUTHORIZING THE CITY OF RIVERSIDE, MISSOURI TO ENTER
INTO AN AGREEMENT WITH SHAFER, KLINE & WARREN INC. FOR DESIGN
SERVICES FOR THE NORTHWOOD ROAD PHASE II PROJECT
WHEREAS, the City of Riverside, Missouri ("City'� engaged in negotiations with
Shafer, Kline & Warren Inc. ("SKW'� for provision of engineering and design services related to
the Northwood Road Phase II Project under consideration by the Ciry (the "ProjecY'); and
WHEREAS, the City and SKW have reached an agreement concerning the pmvision of
and paytnent for road design services for the Project (the "AgreemenY').
NOW, THEREFORE, be it ordained by the Board of Aldermen of the City of Riverside,
Missouri, as follows:
Section 1. The City of Riverside shall enter into the Agreement whereby SKW shall provide
design and engineering services related to the Project as described in the task order attached
hereto as Exhibit A, to the City at a tota] cost not to exceed $228,795.00, subject to all of the
terms and conditions of the current contract for City Engineer services between SKW and the
City.
Section 2 . This Ordinance shall be in full force and effect from and after its passage and
approval.
Passed this / 7 day of SY+<'.��� 2009.
��.1��.°��
Mayor
ATTE :
' Clerk
North Northwood Rood
Propond Houn 8 Fes�
Rivsnlds, Mlaourl
Dlrect Expen�a Tot�l
8urvsy S 18,380.06 S 3,725.00 S 22,106•00
Road $ 183,390,00 $ 28,900.00 3 208.890.00
TOTAL S 228,786.00
DelManbl�s:
two 34" x 22" enMbits tor puMic meeting
Nro helf-size (�ound a unbound) aets of tltb sheet, typicala, plen & proAles for prelim aubmNtal.
ona helf•slze (bound or unboun0) sat of tltle sheet, rypicals, plen 8 pro111es for preAm resubmidal.(onoe)
lwo half-slze (bound or unbound) aets of tltle ehest, typicale, plan & proHles, croas-secUona for dw aubmlUal.
one helf-slze (bound or ta�hound).eet of Htle sheat, typicals, plan 8 profllea, does-secdona for dw reeubmillal.(once)
one helf•eize unbound sealetl aet ot compiete plan's, one set of unbound contract dxumenta,
one eellmete ot eaUmeted costa
one fulhsize unbound eealed aet of completa plena (20�ecale plens wflh prolflea and plane on the aeme sheel)
NoLS:
1. Fee Includes up to 3 revlew moetlnga witl� the City etsif.
2. Feo indudea up to 2 coo�dinatb� meetlnge, 1 publlc maedng, end one copy oi Ilyar.
3. Fee does not Include environmenta( deslgn or parmiltlng.
4. Udlky coorclinetlon InduUee provldinp plens to lhs Olry with utllity locetlona beaed on Miesauri Ono-CaA.
Relocatlon plena of Ihe u111itlee faclltles pndudlnp WeUr SeMces) are not includad withln thla ecope.
5. Plana wiB be designed basad o� APWA guldalirrea, and wlll not be iJrawn M MoDOT
drelUnp atandarda and epecs, na aub]ect t� MoDOT fe�law. Su6mlltala wlll be fo the Ciry.
6. RlW deealptbr� ere Includetl. W W e�cfNblt drawinge ere not Included. RNV acqufslUon ts reaponalblllry
of City of Rlverelde
7. 3taking of Eaaemenln and RMI, (or negolleUon purpoaea, fa nat Induded.
B. Servicea perrormed durtng canatructlon eheq be on en hourly baela and are nat Induded in thla p�opoeel.
B. SK4V wlll provide contract documeMs. The Clty will adverdee 81et the proJect.
'10. LlghOng is not Mcluded but may be added by eupplemantal agroement.
11. No reteining walle are arrildpeted. If the need erlsea during dealgn, deeign faee shall be negottatad af that time,
12. No additlonal aurvey Is induded for poseible grade chenges whlch mey ocarr atter 1nldaE aucvey le completed.
OpUonal Itema:
Llghdng Daslgn $'16,000.00
Retelning Wall Deslgn TBD
Servlces �wt Inetuded:
1 pealgn to MooOT slendards
2 As-bullt drawings
3 Lighting deaign Is nM Included In the fee, but cen be edded ta the ►ee noted
q Enwronmentet tleelgn
S Pormitting .
8 RIW exhlbk Mawings
7 Conetructlon &eMces
B Constructlon Obeervatlon
9 5teking of Easements end FUW, for negotiatlon pu�posea
10 Retalntnp watl dealgn
11 Additlanel survey for posei6le grade changes which may oxUr after the Initiel eurvey Is complete
12 Dealgn of U10ity RelocaHone
13 Duplicatton af plans Mr lettlny of the praJed
14 Diahlbutlon o� plana dur(ng the biddfng of the proJect
16 My eervks or tesk not specfllcaQy nMed in Ihe Scope of Servlces
pA700338-08WPro�eIX Men�psmeM\COnUecOPropo�ed Fee Juna 20 7AOB,da \ Recep ��
Summary of Coats
City of RMerside
Northwood Rd.
OFFICE
SURVEY TASK CREW (2) RLS SURVEY TECH TOTAL
1. Finish Base map 8 4 40 52
2. Utlitily Location Survey 18 2 2 20
3, Obtain 0&E Reports 2 2
4. Misc Pick-up 16 8 24
5. WrRe Easements 60 60
TOTAL HOURS 40 88 50 158
HOURLY RATE $160.00 $110.00 $90.00
SUBTOTAL COST ' $8,400,00 $7,480.00 $4,500.00 $18,380.00
TOTAL DIRECT COSTS • �18,380.00
Reimbusable Expenses
D. RacoMs 53,000.00
E. Printing $50.00
F. Mileage $675.00
SUBTOTAL REIMBURSABLE EXPENS�S ^ $3,725.00
.�.�
TOTAL $22,105.00
P:VOD33B•0801Project Management\ContreetlProposed Fee June 20 2008.x10 � Survey 8l22I2008
Summary of Coq�
Crry M Hhixslds
NoAhwood Rd.
lnytnNr Enpinoar Technicfan
ROADTA8K8 PrInelWl Aswol�le V � Illlll Clerkel ToI�IHoun
t. Utllxycoardlneuon 2 e a te
Y. 8W Vhll 4 4 � 12
3. P4n Propentlon
Tllle Slbet 4 8 1Y .
Rofersnca Shset 8 8 18
Pl�n �MM �et uP � �� 8 �8 80 1�8
HadmMel Nlpnment 20 80 80 180
Cmeaeecllone 0 92 80 100
Typkd SedbM 24 82 60
VeNCaIProlNea 20 4Q 40 100
InbnscUmdeleNe 4 - 24 4D BB
Re�aMng Welle 0
DrlvewAys 4 16 40 80
EorB�wwk 92 40 72
HydreulkdHydfqopbalDasipn 40 90 100
Set WW 32 �0 7'L
C�07YOedn 4 24 40 E8 ,
Eroslon Conhd Plen 92 40 72
PavemeM Mork�np d S1Bnape PMn 4 24 72 90
sasanybnnc o
h�111cCOntrolPlan� te �o eo 716
Querttllb� 12 T8 48 BO 778
Coal F.alknate� 8 20 2D �0
/.6peolllatlom 10 ! �8
6. M1kalinqs
A PUblameellnps(1) B 8 16 1s 6 SB
8. ReVbw meNkps (�) 18 24 a4 � b1 '
C. Coordrnalbn meepnge (2) B 8 B 24
e. nar�,iw,uon a ao 2a e r6
T.OA/�C � 9 BO 40 40 189
TOTAI HOURS ! t62 11P 676 12E 16 10�0
HOURLYRATE 9170.00 $160.00 i195.00 ;BO.OU 576.U0 SE0.�0
6UBTOTALC08T 57,020.00 SSB,J00.00 S48,t70.00 f80,E�0.00 SEII,100,00 5810.00 51E7,�90.00
TDTAL WHECTC09T8 1 � � •�
RNmbunWls EMpemse
OeaUChnkal i20,a00.00
pry�y� 59,000.00
�W.00
SUB�AL REIMBLIRSABLE EXPENBlB 25,�00.00
TOTAL f10l.890•00
P:1700SJ&OBP�Pm��G NantpmwnM•onb�e9Pwpe,sE Fw N�e 20 200l.W lROed ���
AASiC SERVICL�S SU�[MARY
Attachcd to and made a parc of the Agreement for Profeseto�l 3ervices dated July 24, 2008, by ancl
betw��en Clty of Riverside and Slmfer, Kline & Warren, lik., in respect to dcsign of North
Norticwood Road, the "ProjecY' described thercin.
SCOPE Or BASIC S�RV[CES
For thc compensatian outlined in tliis Agreement, SKW will perfoim [ho following pmfossional
seavices. Services not detailed within the Scope of ➢asic Services are specifically excluded from
the scope of SRW's work ttnd SKW assumes no responsibility to perfonn any se�vices not
specltically listed.
9'he +vork per2ormed by the Consultant under this Agreement includes work, se�vices, materials,
equipmont and supplies to design ltnpinvemenis ro North�vood Road starting at tlte eristing
improvemems (ayproximately U.6lrniles sout� ofNW 52�' Street), north to NW 52n Strset. These
piAns wiff be dralted and dcsigned using APWA smndards.
Services shall include the following:
Surveyinq and Mapping
Previously surveyed infarmat[on will be i�tcorporated into a GeapakT" busc map. Servicas will
includc thc location of all visiblo above ground lmprovem�nts, which ���ill include locations ofthc
comers ofexiaKing bui}dings, side�vniks, sen•ice drives, parking lots urtd lighl poles adjaoent to the
site.
SKW will contactutility companiesand attampt to obtain Iacatiuns oFtheirfaoilities that arewithlp �
the limiis of the roadway improvemea�r. The results of this atumpt witl bc shown or noted on the �
suc��cy. ' SKW wiil slso mcasore !hc flo�v finu dupths of storm drainage structures and sanitary
manholcs and refleot the flnw line and top elevadons ofthose stnicsui�es on tho topogipphical survey
on those struciures nccessibEe et ground level. No bars will he set at property corners. I
Prelimfnary Rondway Design I
Improvements will inctude a three•lane (33' tiolri of curb to frant of curb) road�vay section for
approxin�etely 0.25 mile� wliich will tapertn alwo-lane (24' tinntofcurbto front ofcurb) roadway i
section for fhe remAinin� 0.25 miles. Improvements will include an enctosed drainage system and
a 5' siJewalk on one side. Improveinents �vill be dcsigned using a1!'WA stnndnrds and tha Policy
� on Ceomelric Desi�n of Highways and 3treets 2001 (G��� Book) in iinglish units, once, i
Preliminary roadway design and pla�i prepe�ation rvill include, but not be limited to tha fnllowing �
items:
;
i
1. Propare litle sheet.
2. Set horizontnl and verticsi alignment. �
3. Develop lypical sections.
4, pevelop preliminary roadway quantities and estimate of probable oonstnution wst in
association �vith approved prcliminary plane (one time).
Rlg6t-of-Way Deaign
8nsed upon comments to the preliminary ptans, tight-of-Hay plans will be developed accordingto
Ctiry guldelines in ordcr to write Iegal descriptions for pe�rrtnnent and temporary ensaments.
k?ascment li�nits will be estebliahed. RIght ofwey pinns will be submitted to the City foracquisltIon
by the City.
Legel Deecrlptiona
Yrepare ownershfp and eASement descriptions xccording lo City R/W sta�tdaeds, Prepare up to 60 '
Iegal descriptions Yor aoquisition of right-of-way And/or easements upon direction from the City (o�
time).
Ninal Road Dexlgn
Fina) Plaus will be dev�loped to City standards� Final construction documents wiU be submitted as
noted in deliveisbles. Final Opinion of Probable Construction Costs a�ll be submitted. Finat plaas
�vili include, but aot bc limited to the following:
!. 'Cide Sheet.
2. Ocueral Notes and Quantity Recapihdation Sheet,
3. '1'ypical section. (
4. Roadwsy Plan and Profile. �
5. Drainage Plan, Profiles & Details.
6. F{ydraulic Calcu{ations/Schedule of Inlcts.
7. Pavement Marking/Signing. ,
8. �rosi�n Conhol Plan. '
4. Traffic Control /Scqucnce of Coi�.titruction Plans. !
10. Micceilaneous DeYails.
I l. Draiiwg� Arca Map. ;
12, Roadway Crosa Sections (50 ft. intcrvals).
• Assist the Ciry witli bidding Ilx proj��cl. ' i
• Meedngs • atte�id up ta thrce (3) project revicw mcetings, two {2) coordinatiou
meetin�s, ono (1) pubJic meeting, and one (1) pre•consiruction meeting. �
� Spccifications - prepaze specitications and bid form, i
• Qualln� Assiirance - review final plans, qnnnUUes and Opinion of C�nstruction Costs. i
• Administration - administer the proJect and c�ordinate with ather team members. �
�
I
�
Delivernbtes:
1. Two 34" x 22" cxhibirs far tha public meetidg.
2. Two — half-size (bound or unbound} sets of title sheet, typicals, plan & pm�les for
preliminary submittal.
3. Ona — half-size (bound or unbouud) sets of tide sheet, typicals, plan & profites for
preliminary resubmittat (onco).
4. Disss with .TIF images for utiliry compenies. Full-sice prints are not included.
5. 'i'wo — hatf-size (bound or unbound) scts ot' title sheet, typicals, plan & profiles, cro.u-
sectiona for R/W Submittal,
6, One — I�elf-size (bound or unbaund) aeis of titte sheet, �ypica3s, plan 8t profiles, cross-
seaions for R/W resubmittal (once).
7. Une — helf-sizc unbound seated sets of complatc plw�s, One — set of unbourxi contract
documents.
8. Onc— Opinion of Probable Consttuction Cusis. ,
9. One— tall-sIze unbound bond sealed set ofcompFete plans (1"= 20�-swele plens ��th prafiles
And plans on the sa�nc sheet).
Note: Duplioation of plans for letting iho projeG Are not included, but cnn be added aR att ektro
servicc.
Utiltty CoardinaHon
CoFitact and work with utilidas to detennine the locations of existing a�id plxnned facilities to bo
showr on the ple�is. Conduct n me�ting with the utiliry oompany, Send the Ciq�'s stundard uttlity
notice lelter to all atility companies at tl�e proper times during the design pbase.
Advertise nnd Ictting of the ProJect I
SKW will prcpare bid documents. Advertisement anci letting will be performed by the Cary.
Conatrucfioo Servtcea 1
Construction Sexv9ces �re not included in the fee and will be billed on nn hoinly basls al the SKW
bilt rate schedule in effect at the tlme services arc performed.
3tnaderds
APWA Specifications and Dcsign Criteria. Policy on Ueometric Design of Higlnvays and Streets
2001 (Ureen Book). ;
�
�
,
�
(
ADDITlONAL SEI2VICES
!f agreed lo by the client and SKW, we will provide Additional Services related to the Project.
Additiona[ 3ervices are those not included as part af the Besic Scope of Sendces aed s6all be puid
for by the Client in addition W payment for Basic Services, in accordance with SKW's prevatling
f'ee schedule, in eftect at the time that such services are �endered, or as othercvise agneed to by the
clicrrt and SKW.
I. Design W MoDOT standards.
2. As•buiU drawiags.
3. Lighting desigi is not lncluded in the fee, but can be added.
4. F.nviivnmental destgn,
S, Permitting.
G. R/W e:chibit drawitfgs.
7, Construation Services.
8. Construstion Obscrvalion.
9. Slaking of 6asoments end R/W, for negotiaticm purpases.
l0. Retai�ilng wal! design.
11. Adciitiaialsurveyforpossihlegiadechengoswluchmayoccuraftr.rtheinitittlsurveyiscompkte.
12. Desig�i ot'UtiGry Rctocations. ,
13. bupiicstion of plans for letting of the project.
14. Distiibution oFplam dw'ing �he hidding of the project.
I5. My s,eivice or task not specifically noted in the Scope of Servic�s.
I
I
I
�
i
I
�
%
i
I
i