Loading...
HomeMy WebLinkAboutR-2023-165 Terminating Task Order 11 and Approving a Contract w/Mcclure for Riverway Blvd Improve RESOLUTION NO. R-2023-165 A RESOLUTION TERMINATING TASK ORDER 11 AND APPROVING A CONTRACT WITH MCLURE FOR RIVERWAY BOULEVARD IMPROVEMENTS BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI AS FOLLOWS: THAT the Riverside Board of Aldermen hereby terminates Task Order Number 11 by and between the City of Riverside and McClure, through the attached termination agreement; and the Mayor is authorized to execute the termination agreement on behalf of the City; and THAT the Riverside Board of Aldermen hereby approves the contract for Riverway Boulevard, in substantially the form attached hereto, by and between the City of Riverside and McClure, and the Mayor is authorized to execute the contract on behalf of the City; and FURTHER THAT the Mayor, the City Administrator 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 Resolution 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 FURTHER THAT this Resolution shall be in full force and effect from and after its passage and approval. ADOPTED AND PASSED this day of November 2023. • ', Rti • ayor Kathleen L. Rose ATTEST: • C,* f Robin Kincaid City Clerk 1 TERMINATION AGREEMENT THIS TERMINATION AGREEMENT is made between the City of Riverside, Missouri(the"City")and McClure Engineering Company("McClure"). WHEREAS, the City and McClure recently entered into Task Order No. 11 regarding Riverway Boulevard Improvements; and WHEREAS,the source for some of the project funding is the Missouri Department of Transportation;and WHEREAS,as a result of the MoDOT funding, MoDOT requires use of their form of agreements,and the parties desire to terminate Task Order No. 11 and enter into new agreements based on the MoDOT form of agreement. NOW THEREFORE, in consideration of the premises and good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereby declare that Task Order No. 11 terminated and of no further force and effect. IN WITNESS WHEREOF,each of the undersigned has executed and delivered this Termination Agreement as of the date last executed below. CITY OF RIV RSIDE, MISSOURI BY: e: Kathleen L. Rose Title: Ma or Dated: gv MCCLURE ENGINEERING COMPANY BY: /'CCU, Name: Matt Eblen, P.E. Title: Protect Manager Dated: 11/20/2023 SPONSOR: City of Riverside LOCATION: Riverway Boulevard PROJECT: STBG 3400(446) THIS CONTRACT is between the City of Riverside, Missouri, hereinafter referred to as the "Local Agency",and McClure Engineering Co.,d/b/a McClure, an Iowa corporation having an office at 1700 Swift St, Suite 100, North Kansas City, Missouri 64116 hereinafter referred to as the "Engineer". INASMUCH as funds have been made available by the Federal Highway Administration through its Surface Transportation Block Grant (STBG) Program and Congressionally Dirtected Spending, coordinated through the Missouri Department of Transportation,the Local Agency intends to construct improvements to Riverway Boulevard and requires professional engineering services. The Engineer will provide the Local Agency with professional services hereinafter detailed for the planning, design and construction inspection of the desired improvements and the Local Agency will pay the Engineer as provided in this contract. It is mutually agreed as follows: ARTICLE I—SCOPE OF SERVICES See Attachment A ARTICLE II-DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS: A. DBE Goal: The following DBE goal has been established for this Agreement. The dollar value of services and related equipment, supplies, and materials used in furtherance thereof which is credited toward this goal will be based on the amount actually paid to DBE firms. The goal for the percentage of services to be awarded to DBE firms is 4% of the total Agreement dollar value. B. DBE Participation Obtained by Engineer: The Engineer has obtained DBE participation, and agrees to use DBE firms to complete, 4.47% of the total services to be performed under this Agreement, by dollar value. The DBE firms which the Engineer shall use, and the type and dollar value of the services each DBE will perform, is as follows: DBE FIRM NAME, TYPE OF DBE TOTAL$VALUE CONTRACT$ %OF STREET AND SERVICE OF THE DBE AMOUNT TO SUBCONTRACT$ COMPLETE MAILING SUBCONTRACT APPLY TO VALUE ADDRESS TOTAL DBE APPLICABLE TO GOAL TOTAL GOAL Merge Midwest Traffic $14,540.00 $11,540.00 79.37% Engineering, LLC Engineering 2668 W Catalpa St, Olathe,KS 66061 Custom Engineering Street Lighting $19,200.00 $19,200.00 100% 12760 East 40 Hwy Design Independence,MO 64055 Fig. 136.4.1 Contract Revised 05/27/2016 1 ARTICLE III-ADDITIONAL SERVICES The Local Agency reserves the right to request additional work, and changed or unforeseen conditions may require changes and work beyond the scope of this contract. In this event, a supplement to this agreement shall be executed and submitted for the approval of MoDOT prior to performing the additional or changed work or incurring any additional cost thereof. Any change in compensation will be covered in the supplement. ARTICLE IV-RESPONSIBILITIES OF LOCAL AGENCY The Local Agency will cooperate fully with the Engineer in the development of the project, including the following: A. make available all information pertaining to the project which may be in the possession of the Local Agency; B. provide the Engineer with the Local Agency's requirements for the project; C. make provisions for the Engineer to enter upon property at the project site for the performance of his duties; D. examine all studies and layouts developed by the Engineer, obtain reviews by MoDOT, and render decisions thereon in a prompt manner so as not to delay the Engineer; E. designate a Local Agency's employee to act as Local Agency's Person in Responsible Charge under this contract, such person shall have authority to transmit instructions, interpret the Local Agency's policies and render decisions with respect to matters covered by this agreement (see EPG 136.3); F. perform appraisals and appraisal review,negotiate with property owners and otherwise provide all services in connection with acquiring all right-of-way needed to construct this project. ARTICLE V-PERIOD OF SERVICE The Engineer will commence work within two weeks after receiving notice to proceed from the Local Agency. The general phases of work will be completed in accordance with the following schedule: A. PS&E Approval by MODOT shall be completed on 03/31/2025 B. Construction Phase shall be completed 60 days after construction final completion schedule. The Local Agency will grant time extensions for delays due to unforeseeable causes beyond the control of and without fault or negligence of the Engineer. Requests for extensions of time shall be made in writing by the Engineer,before that phase of work is scheduled to be completed, stating fully the events giving rise to the request and justification for the time extension requested. Fig. 136.4.1 Contract Revised 05/27/2016 2 ARTICLE VI—STANDARDS The Engineer shall be responsible for working with the Local Agency in determining the appropriate design parameters and construction specifications for the project using good engineering judgment based on the specific site conditions, Local Agency needs, and guidance provided in the most current version of EPG 136 LPA Policy. If the project is on the state highway system or is a bridge project, then the latest version of MoDOT's Engineering Policy Guide (EPG) and Missouri Standard Specifications for Highway Construction shall be used (see EPG 136.7). The project plans must also be in compliance with the latest ADA (Americans with Disabilities Act) Regulations. ARTICLE VII-COMPENSATION For services provided under this contract,the Local Agency will compensate the Engineer as follows: A. For design services, including work through the construction contract award stage, the Local Agency will pay the Engineer the actual costs incurred plus a predetermined fixed fee of $71,826.75, with a ceiling established for said design services in the amount of $549,173.25,which amount shall not be exceeded. B. For construction inspection services,the Local Agency will pay the Engineer the actual costs incurred plus a predetermined fixed fee of$ , with a ceiling established for said inspection services in the amount of$ ,which amount shall not be exceeded. C. The compensation outlined above has been derived from estimates of cost which are detailed in Attachment B. Any major changes in work,extra work,exceeding of the contract ceiling,or change in the predetermined fixed fee will require a supplement to this contract, as covered in Article III -ADDITIONAL SERVICES. D. Actual costs in Sections A and B above are defined as: 1. Actual payroll salaries paid to employees for time that they are productively engaged in work covered by this contract, plus 2. An amount calculated at 66.63% of actual salaries in Item 1 above for payroll additives, including payroll taxes, holiday and vacation pay, sick leave pay, insurance benefits, retirement and incentive pay, plus 3. An amount calculated at 140.46%of actual salaries in Item 1 above for general administrative overhead, based on the Engineer's system for allocating indirect costs in accordance with sound accounting principles and business practice,plus 4. Other costs directly attributable to the project but not included in the above overhead, such as vehicle mileage, meals and lodging, printing, surveying expendables, and computer time, plus Fig. 136.4.1 Contract Revised 05/27/2016 3 5. Project costs incurred by others on a subcontract basis, said costs to be passed through the Engineer on the basis of reasonable and actual cost as invoiced by the subcontractors. E. The rates shown for additives and overhead in Sections VII. D.2 and VII. D.3 above are the established Engineer's overhead rate accepted at the time of contract execution and shall be utilized throughout the life of this contract for billing purposes. F. The payment of costs under this contract will be limited to costs which are allowable under 23 CFR 172 and 48 CFR 31. G. METHOD OF PAYMENT-Partial payments for work satisfactorily completed will be made to the Engineer upon receipt of itemized invoices by the Local Agency. Invoices will be submitted no more frequently than once every two weeks and must be submitted monthly for invoices greater than $10,000. A pro-rated portion of the fixed fee will be paid with each invoice. Upon receipt of the invoice and progress report, the Local Agency will, as soon as practical, but not later than 45 days from receipt, pay the Engineer for the services rendered, including the proportion of the fixed fee earned as reflected by the estimate of the portion of the services completed as shown by the progress report, less partial payments previously made. A late payment charge of one and one half percent(1.5%)per month shall be assessed for those invoiced amount not paid, through no fault of the Engineer, within 45 days after the Local Agency's receipt of the Engineer's invoice. The Local Agency will not be liable for the late payment charge on any invoice which requests payment for costs which exceed the proportion of the maximum amount payable earned as reflected by the estimate of the portion of the services completed, as shown by the progress report. The payment, other than the fixed fee, will be subject to final audit of actual expenses during the period of the Agreement. H. PROPERTY ACCOUNTABILITY- If it becomes necessary to acquire any specialized equipment for the performance of this contract, appropriate credit will be given for any residual value of said equipment after completion of usage of the equipment. ARTICLE VIII-COVENANT AGAINST CONTINGENT FEES The Engineer warrants that he has not employed or retained any company or person,other than a bona fide employee working for the Engineer,to solicit or secure this agreement, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty,the Local Agency shall have the right to annul this agreement without liability, or in its discretion to deduct from the contract price or consideration,or otherwise recover,the full amount of such fee,commission,percentage,brokerage fee, gift, or contingent fee, plus reasonable attorney's fees. ARTICLE IX-SUBLETTING,ASSIGNMENT OR TRANSFER Fig. 136.4.1 Contract Revised 05/27/2016 4 No portion of the work covered by this contract,except as provided herein,shall be sublet or transferred without the written consent of the Local Agency. The subletting of the work shall in no way relieve the Engineer of his primary responsibility for the quality and performance of the work. It is the intention of the Engineer to engage subcontractors for the purposes of: traffic engineering, traffic counts, geotechnical drilling and laboratory services, and street lighting design. Sub-Consultant Name Address Services Merge Midwest Engineering, 2668 W Catalpa St,Olathe,KS 66061 Traffic Engineering LLC Gewalt Hamilton Associates 9765 Widmer Rd. Traffic Counts (Sub to Merge Midwest) Lenexa, KS 66215 Terracon 15620 W 113t St,Lenexa,KS 66219 Geotech Drilling&Lab Custom Engineering 12760 East 40 Hwy Independence, MO Street Lighting Design 64055 ARTICLE X-PROFESSIONAL ENDORSEMENT All plans, specifications and other documents shall be endorsed by the Engineer and shall reflect the name and seal of the Professional Engineer endorsing the work. By signing and sealing the PS&E submittals the Engineer of Record will be representing to MoDOT that the design is meeting the intent of the federal aid programs. ARTICLE XI-RETENTION OF RECORDS The Engineer shall maintain all records, survey notes,design documents,cost and accounting records, construction records and other records pertaining to this contract and to the project covered by this contract, for a period of not less than three years following final payment by FHWA. Said records shall be made available for inspection by authorized representatives of the Local Agency, MoDOT or the federal government during regular working hours at the Engineer's place of business. ARTICLE XII-OWNERSHIP OF DOCUMENTS Plans,tracings, maps and specifications prepared under this contract shall be delivered to and become the property of the Local Agency upon termination or completion of work. Basic survey notes, design computations and other data prepared under this contract shall be made available to the Local Agency upon request. All such information produced under this contract shall be available for use by the Local Agency without restriction or limitation on its use. If the Local Agency incorporates any portion of the work into a project other than that for which it was performed, the Local Agency shall save the Engineer harmless from any claims and liabilities resulting from such use. ARTICLE XIII—SUSPENSION OR TERMINATION OF AGREEMENT A. The Local Agency may, without being in breach hereof, suspend or terminate the Engineer's services under this Agreement, or any part of them, for cause or for the convenience of the Local Agency, upon giving to the Engineer at least fifteen(15)days'prior written notice of the effective date thereof. The Engineer shall not accelerate performance of services during the Fig. 136.4.1 Contract Revised 05/27/2016 5 fifteen (15)day period without the express written request of the Local Agency. B. Should the Agreement be suspended or terminated for the convenience of the Local Agency, the Local Agency will pay to the Engineer its costs as set forth in Attachment B including actual hours expended prior to such suspension or termination and direct costs as defined in this Agreement for services performed by the Engineer,a proportional amount of the fixed fee based upon an estimated percentage of Agreement completion, plus reasonable costs incurred by the Engineer in suspending or terminating the services. The payment will make no other allowances for damages or anticipated fees or profits. In the event of a suspension of the services,the Engineer's compensation and schedule for performance of services hereunder shall be equitably adjusted upon resumption of performance of the services. C. The Engineer shall remain liable to the Local Agency for any claims or damages occasioned by any failure, default, or negligent errors and/or omission in carrying out the provisions of this Agreement during its life, including those giving rise to a termination for non-performance or breach by Engineer. This liability shall survive and shall not be waived, or estopped by final payment under this Agreement. D. The Engineer shall not be liable for any errors or omissions contained in deliverables which are incomplete as a result of a suspension or termination where the Engineer is deprived of the opportunity to complete the Engineer's services. E. Upon the occurrence of any of the following events, the Engineer may suspend performance hereunder by giving the Local Agency 30 days advance written notice and may continue such suspension until the condition is satisfactorily remedied by the Local Agency. In the event the condition is not remedied within 120 days of the Engineer's original notice, the Engineer may terminate this agreement. 1. Receipt of written notice from the Local Agency that funds are no longer available to continue performance. 2. The Local Agency's persistent failure to make payment to the Engineer in a timely manner. 3. Any material contract breach by the Local Agency. ARTICLE XIV- DECISIONS UNDER THIS CONTRACT The Local Agency will determine the acceptability of work performed under this contract, and will decide all questions which may arise concerning the project. The Local Agency's decision shall be final and conclusive. ARTICLE XV-SUCCESSORS AND ASSIGNS The Local Agency and the Engineer agree that this contract and all contracts entered into under the provisions of this contract shall be binding upon the parties hereto and their successors and assigns. Fig. 136.4.1 Contract Revised 05/27/2016 6 ARTICLE XVI - COMPLIANCE WITH LAWS The Engineer shall comply with all federal,state,and local laws,ordinances,and regulations applicable to the work, including but not limited to Title VI and Title VII of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d, 2000e), as well as with any applicable titles of the Americans with Disabilities Act (42 U.S.C. 12101, et seq.) and non-discrimination clauses incorporated herein, and shall procure all licenses and permits necessary for the fulfillment of obligations under this contract. ARTICLE XVII-RESPONSIBILITY FOR CLAIMS AND LIABILITY The Engineer agrees to save harmless the Local Agency, MoDOT and FHWA from all claims and liability due to his negligent acts or the negligent acts of his employees, agents or subcontractors. ARTICLE XVIII-NONDISCRIMINATION The Engineer, with regard to the work performed by it after award and prior to completion of the contract work,will not discriminate on the ground of race, color or national origin in the selection and retention of subcontractors. The Engineer will comply with state and federal related to nondiscrimination, including but not limited to Title VI and Title VII of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d, 2000e), as well as with any applicable titles of the Americans with Disabilities Act (42 U.S.C. 12101, et seq.). More specifically, the Engineer will comply with the regulations of the Department of Transportation relative to nondiscrimination in federally assisted programs of the Department of Transportation, as contained in 49 CFR 21 through Appendix H and 23 CFR 710.405 which are herein incorporated by reference and made a part of this contract. In all solicitations either by competitive bidding or negotiation made by the Engineer for work to be performed under a subcontract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the Engineer's obligations under this contract and the regulations relative to non-discrimination on the ground of color, race or national origin. ARTICLE XIX—LOBBY CERTIFICATION CERTIFICATION ON LOBBYING: Since federal funds are being used for this agreement, the Engineer's signature on this agreement constitutes the execution of all certifications on lobbying which are required by 49 C.F.R. Part 20 including Appendix A and B to Part 20. Engineer agrees to abide by all certification or disclosure requirements in 49 C.F.R. Part 20 which are incorporated herein by reference. ARTICLE XX—INSURANCE A. The Engineer shall maintain commercial general liability, automobile liability, and worker's compensation and employer's liability insurance in full force and effect to protect the Engineer from claims under Worker's Compensation Acts, claims for damages for personal injury or death, and for damages to property arising from the negligent acts, errors, or omissions of the Engineer and its employees, agents, and Subconsultants in the performance of the services covered by this Agreement, including, without limitation, risks insured against in commercial general liability policies. Fig. 136.4.1 Contract Revised05/27/2016 7 B. The Engineer shall also maintain professional liability insurance to protect the Engineer against the negligent acts, errors, or omissions of the Engineer and those for whom it is legally responsible, arising out of the performance of professional services under this Agreement. C. The Engineer's insurance coverage shall be for not less than the following limits of liability: 1. Commercial General Liability: $1,000,000 per person up to $1,000,000 per occurrence;general aggregate of not less than $2,000,000 2. Automobile Liability: $1,000,000 per person up to $1,000,000 per occurrence; 3. Worker's Compensation in accordance with the statutory limits; and Employer's Liability: $1,000,000; and 4. Professional("Errors and Omissions")Liability: $1,000,000,each claim and$2,000,000 annual aggregate. D. The Engineer shall, upon request at any time, provide the Local Agency with certificates of insurance evidencing the Engineer's commercial general or professional liability ("Errors and Omissions") policies and evidencing that they and all other required insurance are in effect as to the services under this Agreement. E. Any insurance policy required as specified in (ARTICLE XX) shall be written by a company which is incorporated in the United States of America or is based in the United States of America. Each insurance policy must be issued by a company authorized to issue such insurance in the State of Missouri. ARTICLE XXI -ATTACHMENTS The following exhibits are attached hereto and are hereby made part of this contract: Attachment A—Scope of Service Attachment B - Estimate of Cost Attachment C -Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Primary Covered Transactions. Attachment D-Certification Regarding Debarment, Suspension, and Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions. Attachment E—DBE Contract Provisions Attachment F—Fig. 136.4.15 Conflict of Interest Disclosure Form Fig. 136.4.1 Contract Revised 05/27/2016 8 Executed by the Engineer this 11 day of November , 20 23 Executed by the City this i iay of 1 ) , 20. FOR: C.;-)-- ver z. CITY,MISSOURI Cit of Riverside� Z 4 f Mayor • city C k� McClure Engineering /�/( "�J� 11/20/2023 FOR: 9� 9 , CO. BY: Matt Eblen, P.E. Title ATTEST: Scott Port, P.E. Fig. 136.4.1 Contract Revised 05/27/2016 9 ATTACHMENT A - SCOPE OR SERVICES II'�*, McCLURE ENGINEERING COMPANY MCC L U R E 4 DETAILED SCOPE OF SERVICES AND SCHEDULE Riverway Boulevard Improvements — From Tullison Road to NW Platte Road/Drive MEC Project Number: 201 353-1 1 0; # STBG 3400(446) I) PROJECT DESCRIPTION The ENGINEER shall provide professional services as required to complete the preparation and assembly of the Project as described hereinafter as follows: A. Reconstructing Riverway Boulevard from NW Tullison Road to NW Platte Road/Drive from a rural, two-lane section to an urban section (final lane configuration to be confirmed by Traffic Study). Roundabouts will be constructed at the intersection of NW Tullison Road and Riverway Boulevard and at the intersection of NW Platte Road/Drive and Riverway Boulevard. A traffic study will be performed to determine the best traffic control for the intersection of Riverway Boulevard and NW Riverside Drive (signed intersection, traffic signalized intersection, or a roundabout). The Traffic Study will be reviewed with the OWNER and the Missouri Department of Transportation (MoDOT) for approval. B. Constructing an extension of NW Riverside Drive from west of Riverway Boulevard to the Riverside Business Park. C. Site modification to properties at Riverside Business Park to accommodate the extension of NW Riverside Drive and truck movements. D. Reconstructing a new on-ramp for westbound Missouri Highway 9 from Riverway Boulevard. The limits of the on- ramp correspond to those shown on the schematic in Exhibit B of this document. It is assumed that design and reconstruction of the on-ramp onto Highway 9 as detailed in the MoDOT typical ramp interchange section (Drawing 203.40G) is not expected nor included in this agreement. E. Reconstructing approximately 100-feet of the off-ramp for eastbound Missouri Highway 9 at Riverway Boulevard and along NW Tullison Road at the Riverway Boulevard intersections in order to accommodate a roundabout. F. Reconstruction approximately 100-feet of NW Platte Road/Drive in each direction at the intersection of Riverway Boulevard to accommodate a roundabout. G. A new 10-ft wide shared used path will be constructed along the east side and west side of Riverway Boulevard from NW Tullison Road to NW Platte Road/Drive intersection. If the Highway 9 bridges restrict full 10-ft wide shared use paths, a short section of shared use path less than 10-ft wide on one side is acceptable. H. Two (2) retaining walls are be expected to be constructed under the Highway 9 bridges to allow for the new trail and sidewalk and will be coordinated with MoDOT. The retaining walls are assumed to be concrete cantilever retaining walls. Due to ability to construct the walls under the bridges while disturbing the bridge slopes, bridge slope design will be required with approval of MoDOT. I. A screening wall will be constructed along the south side of the NW Tullison Road/Riverway Boulevard roundabout to shield the sewer lift station. The screening wall will not be designed to hold back earth and will be designed with a gate. The screening wall is expected to be constructed of wood or similar material. If a wall is not possible due to underground utilities, landscaping will be installed for screening. Landscaping along the screening wall and architectural design of the screening wall is not anticipated. J. Inspecting structural integrity and verifying hydraulic capacity of two (2) culverts. One is located under Riverway Boulevard north of Missouri Highway 9 and one is located under Riverway Boulevard south of Missouri Highway 9. Depending on the review and roadway design, the culverts will be extended or replaced. K. Installing a new culvert under the new Missouri Highway 9 on-ramp and under the NW Riverside Drive roadway extension, west of Riverway Boulevard. L. Installing new storm sewer along Riverway Boulevard and NW Riverside Drive within the project limits. M. Installing green infrastructure/Best Management Practices (BMP) throughout the project corridor, including potential vegetated swales or wetlands. Exact type and location of BMPs will be developed throughout the design of the project and will be dependent upon approval from R-QBLD Board. N. Existing water main and sanitary sewer will be used as constructed and improvements or modifications are not anticipated for this project. O. Existing fiber line along east side of the Riverway Boulevard corridor will be used as constructed and improvements or modifications are not anticipated for this project. P. Installing landscaping features at the Riverway Blvd & NW Tullison Road roundabout, the Riverway Blvd & NW Platte Road/Drive roundabout, and along Riverway Boulevard. Wayfinding signage will be placed at the Riverway Boulevard /NW Tullison Road roundabout. Additionally, option will be created for the prepping for sculptural features at each roundabout with a minimum of water and electrical connections into the roundabout with possible constructions of a sculpture footing. Q. Installing new streetlights along Riverway Boulevard. Refer to Phase G, Task 4 below for more details. R. Right-of-way, permanent easements, and temporary easements will be identified. However, right-of-way services shall be completed via Amendment. S. Levee gates will not be disturbed as part of this project. T. Environmental reviews shall be performed on this project as determined by MoDOT and shall be completed via Amendment. U. The ENGINEER will complete the design, plans and specifications, contract documents, and permitting as outlined herein for the proposed Project. The latest MoDOT Specifications and design standards will be used on the Project. II) BASIC SERVICES The ENGINEER shall consult on a regular basis with the OWNER to clarify and define the OWNER's requirements for the Projed and review available data. The OWNER agrees to furnish to the ENGINEER full information with respect to the OWNER's requirements, including any special or extraordinary consideration for the Project or special services needed, and to make available existing data. The ENGINEER shall provide the following basic services regarding the Project: A) Phase 1 —Project Management and Coordination The ENGINEER will complete the following project coordination and management activities as part of this initial Scope of Services. Task 1 — Project Management The project manager for the ENGINEER will be responsible for maintaining coordination with the OWNER and other consultants working in/adjacent to the proposed corridor. MoDOT and Riverside Quindaro Bend Levee District (R- QBLD) coordination are completed under separate task items within this agreement. The ENGINEER will provide monthly progress reporting and project invoices to the OWNER. Task also includes scheduling of staff, review of progress, and senior review of deliverables. Task 2 — Design Development Coordination The ENGINEER will maintain communications with the OWNER to review progress and discuss specific elements of the project design and receive direction from the OWNER. The meetings will also serve to establish schedules, develop project goals, establish initial design parameters, promote dialog between various entities, improve the decision-making process, and expediate design development. Prepare meeting minutes and keep documentation of other communications. For budget purposes, the following meetings are included in the scope of work: • Project Pre-Design Meeting: The ENGINEER will attend one (1) coordination meeting with the OWNER to discuss the anticipated vision and concept for improvements associated with this project, including schedule of deliverables and expectations. We will review the scope and schedule together to establish milestones and meeting dates for planning purposes. • Traffic Study Review Meeting: The ENGINEER will attend two (2) meetings with the OWNER for the review of the draft and final Traffic Study. • Preliminary (30%) Design Progress Meetings: The ENGINEER will attend up to two (2) coordination meetings with the OWNER as necessary during the Preliminary Design Phase. • Right-of-Way (60%) Design Progress Meeting: The ENGINEER will attend three (3) design review meeting with the OWNER that will include site visits and conferences. Attachment A Detailed Scope of Work Page I A2 • Final (90%) Design Progress Meeting: The ENGINEER will attend two (2) design review meeting with the OWNER that will include site visits and conferences. • One (1) additional meeting for miscellaneous purposes: It is understood by the parties that the ENGINEER will attend additional meetings as needed to complete the Project. • Monthly coordination meetings, including meetings between the ENGINEER and its Sub-Consultants. • For budgetary purposes, all meetings are assumed to include three (3) personnel from the ENGINEER in attendance. Task 3 —MoDOT Coordination The ENGINEER will lead all coordination efforts with MoDOT and will invite the OWNER to all meetings. It is anticipated that there will be two (2) meetings with MoDOT to review and discuss the project. Coordination efforts include: • Project Pre-Design meeting to discuss contacts, design requirements, project concerns, and project concept. • Submitting Traffic Study Report and correspondences regarding study. Meetings with MoDOT in regard to the Traffic Study are completed under a separate task item in this agreement. • Correspondences regarding preliminary design and submitting Preliminary (30%) plans, review by MoDOT, and ENGINEER responses to comments. • Correspondences regarding right-of-way design plans and submitting Right-of-Way (60%) plans, review by MoDOT, and ENGINEER responses to comments. • Attend one (1) Right-of-Way (60%) Design Progress Meeting • Correspondences regarding final design and submitting PS&E (Plans, Specs, & Estimate) (90%) plans, review by MoDOT, and ENGINEER responses to comments. • Submitting Contract Documents (100%) plans. • Meetings and correspondences regarding retaining walls under Highway 9 for the trail and sidewalk are completed under a separate task item within this agreement. • For budgetary purposes, all meetings are assumed to include three (3) personnel from the ENGINEER in attendance. Task 4 — Franchise Utility Coordination The ENGINEER will conduct two (2) joint utility meetings. It is assumed five (5) separate utilities are on-site that will need to be coordinated. • The first joint utility meeting will be to advise the utility of the nature and extent of the proposed improvements and solicit mapping and input from the utility to develop an understanding of the order of magnitude and limitations of their facilities located within the project corridor. • The second joint utility meeting will be to discuss the proposed relocation plan of each utility. The ENGINEER shall document all communications and correspondences with each utility company and share with the OWNER prior to the start of the Final Design. • For budgetary purposes, it is assumed that three (3) personnel from the ENGINEER will be in attendance. The ENGINEER will review up to five (5) separate utility relocation plans and provide comments on these plans as it relates to the relocation plans and moving of utilities to avoid conflicts with the proposed improvements. Additional utility coordination meetings shall be approved by the OWNER and will be documented and paid on an hourly basis at the hourly rates shown in Exhibit 'B' of this agreement. Task 5 — Public Outreach This task will include: • Project Information Meetings o Project Information Meetings with the public will not be performed as part of this project. • The ENGINEER will provide the OWNER with schematics and display materials that the OWNER will share via the OWNER'S own outreach methods, such as social media, newsletters, and Reaching Riverside events. Attachment A Detailed Scope of Work Page I A3 o The ENGINEER will prepare computer aided schematics and display materials for the OWNER. It is expected that the ENGINEER will deliver materials twice throughout the design of the project. Task 6 — USAGE/Levee District Coordination (R-QBLD) and Meetings This task will include: The ENGINEER will conduct the following meetings with R-QBLD: a. Pre-Submittal Meeting (includes attendance at R-QBLD Board Meeting) b. Over-the-Shoulder Review Meeting c. Final Plan Meeting The Pre-Submittal meeting will be at the R-QBLD monthly Board meeting. The purpose of the pre-submittal meeting will be to discuss the Riverway Blvd modifications with the Board and provide a geotechnical boring plan showing borings (and depth) to be taken within the Riverway project area. The Over-the-Shoulder meeting will be conducted after preliminary design. The purpose of the over-the-shoulder meeting is to show design elements to the R-QBLD and United States Army Corps of Engineer (USAGE) to get feedback on any design concerns and solutions that satisfy those concerns before getting too far into design. The Final Plan meeting will be conducted after 90% plan submittal has been provided to and reviewed by the R-QBLD and USAGE. The purpose of this meeting is to review all comments provided by R-QBLD & USAGE and confirm all comments are being addressed. The ENGINEER will provide all exhibits, analysis, and information necessary for R-QBLD and USAGE approval. For budgetary purposes, an estimated 20 hours for a licensed PE are expected for this approval. Three (3) meetings are planned as part of this process. Additional meetings can be conducted as necessary based on ENGINEER's hourly rates. Deliverables: • Progress Reports and Invoices • Pre-Design Meeting minutes • Traffic Study Review Meeting minutes—Two meetings • Preliminary (30%) Design Progress Meeting minutes —Two meetings • Right-of-Way (60%) Design Progress Meeting minutes —Three meetings • Final (90%) Design Progress Meeting minutes —Two meetings • One Miscellaneous Progress Meeting minutes • MoDOT meeting minutes—Two meetings • Utility Relocation Plan comments— Five utility plan reviews • Joint Utility Meeting minutes—Two meetings • Public Display (One Display) and Schematics materials for OWNER'S outreach—One submittal • USAGE / Levee District Coordination (R-QBLD) meeting minutes—Three meetings B) Phase 2—Survey and Data Collection The ENGINEER shall perform field and office tasks required to collect topographic information deemed necessary to complete the Project. The OWNER shall provide aerial photographic information and other available mapping of the Project area. The specific supplemental tasks to be performed include the following: Task 1 — Project Control This Task is performed as part of the Riverway Boulevard Improvements —Survey Agreement (Task 5 of Agreement for Engineering Services dated June 1, 2021). Complete. Attachment A Detailed Scope of Work Page A4 Task 2 —Topographic Survey This Task is performed as part of the Riverway Boulevard Improvements —Survey Agreement (Task 5 of Agreement for Engineering Services dated June 1, 2021). Complete. Task 3 — Utility Survey This Task is performed as part of the Riverway Boulevard Improvements —Survey Agreement (Task 5 of Agreement for Engineering Services dated June 1, 2021). Complete. Task 4 — Property Ownership Research This task will be completed by the OWNER and includes ordering the property titles. Task 5 — Right-of-Way Survey This Task is performed as part of the Riverway Boulevard Improvements —Survey Agreement (Task 5 of Agreement for Engineering Services dated June 1, 2021). Complete. Task 6— Project Base Map This Task is performed as part of the Riverway Boulevard Improvements —Survey Agreement (Task 5 of Agreement for Engineering Services dated June 1, 2021). Complete. Task 7— Public Notice of Project This task will be completed by the OWNER. Task 8— Preparation of Acquisition Plats and Legal Descriptions This task is to be completed via amendment or separate agreement. Task 9— Right-of-Way/ Easement Staking This task is to be completed via amendment or separate agreement. Task 10—Soil-Boring Location Survey The ENGINEER will work with the Geotechnical Boring Subcontractor to staking the locations of each boring. C) Phase 3—Environmental Investigation Task 1 — Request for Environmental Review Form The ENGINEER shall submit a Request for Environmental Review (RER) form to MoDOT. Upon reviewing the RER, MoDOT will advise which environmental permits are required. Environmental tasks to be completed will be via Amendment to this agreement as tasks are unknown at time of this agreement. Deliverables: • Completed RER form via MoDOT's online portal. D) Phase 4—Traffic Study The ENGINEER will hire Sub-Consultant Merge Midwest Engineering to perform the Traffic Study. The Scope of the Traffic Study is outlined in Exhibit 'B' of this agreement. Deliverables: Draft and Final Traffic Study Report E) Phase 5—Preliminary Design (30%) Complete preliminary design layout for the proposed improvements. The primary focus will be on development of roadway geometrics, identify existing and proposed utility locations, identify existing and proposed right-of-way needs, and develop a general staging concept to construct the improvements. The work to be performed by the ENGINEER under the Preliminary Design Phase shall consist of the following tasks: Attachment A Detailed Scope of Work Page I A5 Task 1 — Develop Design Criteria The ENGINEER will summarize and submit to the OWNER design criteria used to develop the project. The ENGINEER shall design the Project in conformity with the latest MoDOT standards, specifications, drawings, and KC Metro Storm Drainage BMP Manual. The design shall also adhere to state and federal design criteria appropriate for the Project,the current version of the Manual on Uniform Traffic Control Devices (MUTCD), the City's Ordinances, and the current version of the Missouri Standard Specifications for State Road and Bridge Construction with Special Provisions, and with any necessary Project Special Provisions with the rules and regulations of the Federal Highway Administration pertaining thereto. The criteria to be addressed include: • Functional classification and design type • Design speed and Regulatory speed • Design vehicle for intersection and roundabout design • Widths of travel lanes, parkways, and right-of-way • Preferred and Acceptable Clear Zone • Provisions for pedestrians and/or bicycles • Street lighting requirements • Utility corridor locations Prepare a brief technical memorandum documenting the proposed criteria. The memorandum will be reviewed, revised, and approved by the OWNER prior to proceeding with subsequent tasks. Task 2 — Develop Typical Sections Develop typical sections for the Riverway Boulevard (assume three (3) typical sections), Riverside Street (assume two (2) typical sections), and the Highway 9 On-Ramp (assume one (1) typical section. This task includes lane widths, curb section/type, sidewalk/shared use path widths, right-of-way widths, pavement types, and clear zones. The ENGINEER will coordinate with the OWNER'S complete street ordinance and design the typical sections per the ordinance. This task does not include pavement and subgrade design. This task also includes identifying potential storm sewer and other utility locations in the development of the typical sections. Detailed design calculations and capacity analysis for storm sewer is not included as part of this task. Task 3 — Develop Preliminary Geometrics The ENGINEER will develop up to two (2) roadway geometric options for Riverway Boulevard between Highway 9 and NW Platte Drive, including Highway 9 ramps. This includes intersection return radii, sidewalk locations, roundabouts (assuming only two (2)), site modification to properties in Riverside Business Park, and driveway locations for the project. Included as part of this task is turning design vehicle templates at the intersections and roundabouts. These options will include coordination with drainage & landscape architect concepts. Design options will be provided in a format of 2D plans, sections and design sketches, and 3D renderings as necessary, to convey design intent for OWNER approval. It is assumed that design and reconstruction of the on-ramp onto Highway 9 as detailed in the MoDOT typical ramp interchange section (Drawing 203.40G) is not expected nor included in this agreement. Task 4 — Develop Horizontal Alignments Develop horizontal alignments for the mainlines and connecting roadways. The alignment will be developed based on the technical memorandum summarizing the design criteria. This task assumes one (1) horizontal alignment for Riverway Boulevard, NW Riverside Drive, and Highway 9 On-ramp, each. Task 5 — Preliminary Drainage Analysis Review record plans and previous projects to inventory existing stormwater system and establish existing drainage patterns. Field located stormwater structures and measure pipe sizes outside of the vicinity of the project limits to incorporate into hydraulic model. Complete preliminary hydraulic analysis of the drainage basin. Quantify stormwater runoff for the 5-yr, 10-yr, 50-yr, and 100-yr recurrence intervals. Review preliminary analysis with OWNER and identify potential deficiencies. Review and determine capacity improvements to take forth into preliminary and final design. One (1) option will be developed. The ENGINEER will investigate the hydraulics and hydrology of the impacted area (contributing drainage area and immediate project limits) and design concept green infrastructure improvements to treat stormwater quality volume that could be fit within the available space in the project limits (street corridor, roundabouts, on the dry side of the levee and the ROW between the highway and the road). Depending on the hydrologic investigation findings,the Attachment A Detailed Scope of Work Page I A6 option could include wetlands, wet or dry basins, rain gardens and/or bioswales. Concept BMP's will be designed so as not to impact the existing levee system. The ENGINEER shall inspect and evaluate structural integrity and hydraulic capacity of the existing pipe culverts under Riverway Boulevard north of Highway 9 and under Riverway Boulevard south of Highway 9. A memorandum will be developed to outline the existing condition of the culverts and, if necessary, what improvements are needed for the culverts. Task 6 — Preliminary Design Exhibit Prepare preliminary design exhibit that will consist of a full-size aerial strip map that shows the major project features. Include new roadway features, driveway locations, sidewalk locations, water main locations, storm sewer locations, sanitary sewer locations, property lines, property ownership, anticipated right-of-way needs, changes in accesses, and major structure locations. Task 7— Preliminary Staging Plan Exhibit Prepare high-level overview of anticipated staging necessary to construct the project. Identify the number of major stages and how traffic, utility service, and property access will be maintained during construction. Document any special consideration that public or private utilities will require during construction. Prepare memorandum that documents staging constraints, anticipated construction effort, and any special considerations that will be incorporated into the preliminary and final design. Task 8 — Preliminary Landscape Architectural Design The ENGINEER will develop up to three (3) design options for beautification approach for Riverway Boulevard between Highway 9 and NW Platte Drive. Included in these options will be various landscape enhancement concepts throughout the right-of-way, including concepts at each of the roundabouts. Design options will be provided in a format of 2D plans, sections and design sketches, and 3D renderings as necessary, to convey design intent for OWNER approval. The ENGINEER will prepare exhibit drawings illustrating these design options and present the options to the OWNER. Task 9 — Retaining and Screening Walls and Structural Review of Highway 9 Bridge Berms The ENGINEER will review the need for two (2) retaining walls behind the bridge piers to accommodate a sidewalk and/or trail along Riverway Boulevard. The retaining walls are assumed to be concrete cantilever retaining walls. If a different type of wall is required, this will be completed via amendment or separate agreement. This task includes coordination with MoDOT on the construction of retaining walls under the Highway 9 bridges as well as structural reviews with replacing the concrete berms with rip rap. A slope stability analysis will need to be performed. The ENGINEER will design two (2) options for decorative rip rap under the Highway 9 bridges, if rip rap is deemed feasible. These options are conceptual only. The ENGINEER will design a screening wall along the south side of the Riverside Boulevard/NW Tullison Road roundabout that will shield the view the sewer pump station. If the wall is not feasible due to underground utilities, the ENGINEER will review plantings to be used in lieu of a wall. The ENGINEER will provide any uplift, under seepage or other calculations required as part of the review from the Riverside Quindaro Bend Levee District (R-QBLD) & United States Army Corps of Engineers (USACE) will be completed and submitted. This includes retaining walls under Highway 9 and screening wall, if selected as a design option. Task 10—Order of Magnitude Opinion of Probable Costs The ENGINEER will develop an initial "order of magnitude" opinion of cost for up to two (2) options included in the Preliminary Design. These opinions are not intended to a detailed estimate. The intent is to provide a general idea of which options are more costly than others, and to identify anticipated factors affecting the cost-effectiveness of each option to assist in the evaluation of these alternatives. Attachment A Detailed Scope of Work Page I A7 Task 11 —Submit Preliminary Plans to MoDOT, Riverside Quindaro Bend Levee District (R-QBLD), and the City The ENGINEER will prepare a cover letter for the submittal. The exhibits and cover letter will be submitted to MoDOT, RQBLD, and the OWNER. Deliverables: • Draft and Final Design Criteria Technical Memorandum. • Preliminary Design Exhibit showing, typical sections, and up to two (2) geometric, alignment, and three (3) stormwater storage/green infrastructure layouts. • Preliminary Drainage Analysis • Technical memorandum of existing conditions of two culverts and recommendation of improvements • Preliminary Staging Layout and Memorandum • Landscaping Architectural Design Options (up to three (3) options) • Screening Wall Options (up to three (3) options) • Rip Rap Options (up to two (2) options) • Order of Magnitude Opinion of Probable Costs (up to two (2) options) • Cover Letter with submittal of preferred design option F) Phase 6—Geotechnical Investigation and Engineering The ENGINEER will coordinate with drilling and testing Sub-Consultant for field work. Drilling,testing,and geotechnical report services will be provided by Sub-Consultant Alpha-Omega Geotech. These services will be in general accordance with the standard specifications for subsurface investigations and design and the scope is outlined in Exhibit 'B' of this agreement. This task includes the necessary field and office services to provide a geotechnical report for the Project. Task 1 —Soil Boring Layout The ENGINEER will layout out the proposed soil boring locations along Riverway Blvd, Highway 9 on-ramp, NW Riverside Road extension, culvert extension/replacement locations, and other locations as deemed necessary by the Geotechnical Engineer. The soil boring layout will be approved by the OWNER prior to drilling operations. Task 2 — Drilling and Laboratory Testing This task involves completing the following borings and depths in accordance with the proposal from the drilling subconsultant attached to this scope. The purposes of the soil borings include determination of existing pavement sections, roadway/utility design, moisture contents, groundwater levels, laboratory testing, and engineering analysis. The borings will include all City and State required traffic control measures including coordination, permits, and arranging a utility locate through Missouri One Call. The backfilling of the boreholes will be performed following the borings and meet City and State requirements. The subsurface exploration will include laboratory testing for engineering analysis and pavement design. Task 3 - Geotechnical Analyses The Engineer will perform the required geotechnical analyses as the roadway and structural design progresses. The analyses will comprise of the following sub tasks: • Slope stability analyses as needed on areas of fill or cut exceeding 10 feet. • Settlement analyses as needed on areas of fill exceeding 10 feet, under culvert locations and at locations where soil borings indicate presence of soft (SPT N < 5 blows per foot) cohesive soils under an embankment in fill. • Slope stability, external stability and settlement analyses for retaining walls under the bridges. • Lateral analyses on walls, if needed. Task 4 —Geotechnical Report The results of the field and laboratory programs will be evaluated by a professional geotechnical engineer. Based on the results of our evaluation, an engineering report will be prepared and include the following information: • A summary of the subsurface profile, including groundwater and bedrock depths, if encountered Attachment A Detailed Scope of Work Page I A8 • Soil Boring Logs • Recommendations including the following: o Soil parameters and design and construction recommendations for the proposed retaining walls and screening wall; o Re-use of onsite soils as fill and backfill; o Dewatering and excavation recommendations; o Subgrade preparation recommendations for the proposed culverts, roundabouts, Riverside Drive extension, and Riverway Boulevard reconstruction. Deliverables: • Draft and Final Soil Boring Layout • Soil boring information and existing pavement information — By Sub-Consultant • Laboratory testing results— By Sub-Consultant • Geotechnical Report— By Sub-Consultant G. Phase 7 - Right-of-Way(60%) Design Phase The ENGINEER will perform design services with primary focus on geometric plans and profiles, existing and proposed utility locations, and right-of-way requirements. Incorporate potential elements that may affect the corridor improvements, including property impacts, construction staging, and traffic control operations. The preparation of Right-of-Way design plans depicting the proposed grading, drainage, paving, signing, utility relocation, and other features of the project. The work to be performed by the ENGINEER under the Right-of-Way Design phase will consist of the following tasks: Task 1 — Right-of-Way Roadway Geometrics Refine roadway geometrics for the project based on the preferred preliminary design alternative and approved design criteria. Task 2 — Right-of-Way Horizontal Alignments and Vertical Profiles Utilizing the preliminary geometric layout, refine horizontal alignment and develop vertical profiles for Riverway Boulevard, NW Riverside Road, Highway 9 On-Ramp, and no more than 500 feet of the connecting roadways to the NW Tullison Road roundabout and the NW Platte Road/Drive roundabout. The alignments and profiles will be developed based on the technical memorandum summarizing the design criteria. It is assumed that design and reconstruction of the on-ramp onto Highway 9 as detailed in the MoDOT typical ramp interchange section (Drawing 203.40G) is not expected nor included in this agreement. Task 3 —Storm Sewer and Stormwater Storage Design Develop storm sewer system layout plan and profile, culvert plan and profile (it is assumed for estimating purposes the culverts will need to be extended) and stormwater storage design based on KCMetro design standards. Resolve potential conflicts with underground utilities and other design elements. Develop green infrastructure/BMPs along the corridor as decided up on during Preliminary (30%) design. Task 4 — Roadway Lighting Photometric and Electrical Design This task consists of selection of lighting poles and fixture types, design and drawing preparation of a preliminary layout, preparation of photometric analysis and reports. This task does not include any electrical circuit design. The ENGINEER will work closely with the OWNER and utility company (Evergy) to ensure that the proposed lighting system is compatible with the overall project design, and that it will meet the needs of the OWNER. It is assumed that standard poles (non-decorative) will be used on this project. The ENGINEER will provide Evergy CAD files. OWNER will fill out the application, if necessary. Attachment A Detailed Scope of Work Page A9 Task 5 — Preliminary Access and Site Development Modifications Design Develop preliminary design layout for access and site development modifications. Analyze effect the proposed improvements will have on drainage, grades, and on-site circulation patterns, and site parking. For estimating purposes, it is assumed the three (3) properties will need site modification to account for the extension of NW Riverside Drive. These properties are: 003-016.001, 008-010.000, and 008-011.000. Task 6— Utility Conflict Identification The ENGINEER will identify utility conflicts based upon preliminary design layout and develop a tabulation with plan sheet exhibits for the purpose of working through conflict resolution. This task includes storm sewer, water main, sanitary sewer, and all private utilities including gas, electric, and communications. This task does not include design relocations of water main or sanitary sewer due to conflicts. Task 7— Landscape Architectural Design Based on review comments received and discussions during coordination meetings, the ENGINEER will advance to 60% level the related landscape, hardscape, grading, roundabout feature lighting and circuiting, signage, and site amenity improvements to serve the project area. This task also includes lighting and circuiting along the proposed south screening wall (to screen the existing lift station) located at the south side of the NW Tullison Road/Riverway Boulevard roundabout. Task 8 —Construction Staging Plan Development The ENGINEER will develop a preliminary traffic control concept to indicate how the project will generally be constructed and traffic will be maintained during construction. The construction staging plan will take into consideration all elements of construction including roadway, storm sewer, culvert, and property access and private utility relocations. With review and acceptance by the OWNER, the concepts developed in Right-of-Way plans will serve as the basis for preparing the final traffic control plan in Final design. Task 9 —Acquisition Requirements Identification The ENGINEER will identify permanent right-of-way and permanent/temporary easement needs based on the preliminary design development. The requirements will take into consideration proposed utilities, construction staging and access, utility relocations, and other critical construction elements. Task 10— Right-of-Way Plan (60%) Development Upon completion of the Right-of-Way plans,the design plans will be approximately 60% complete. The work to be performed by the ENGINEER under Right-of-Way Plan Development will consist of the following tasks: Title Sheet This task consists of assembling the title and general information sheets. The title sheets will include the following: Index of Sheets, Legend, Location Map, Project Number, and Design Traffic data. Typical Cross Sections This task consists of assembling the typical cross sections to be used for the proposed improvements as well as a preliminary determination of the limits that each Typical Section will apply. The typical cross sections will include, but not be limited to, typical sections for the proposed grading, drainage, and paving improvements. The ENGINEER shall utilize the designed pavement and subbase as detailed in the Geotechnical Report. Pavement bid alternates are not included. Mainline/Side Road Plan and Profiles This task consists of the development of plan and profile sheets that will show the existing topography along with the proposed improvements for Riverway Boulevard, Riverside Street, Highway 9 On-Ramp, and no more than 500 feet of the connecting roadways to the NW Tullison Road roundabout and the NW Platte Road/Drive roundabout. Proposed right-of-way and construction easement limits based on the construction limit lines will be Attachment A Detailed Scope of Work Page 1 A10 shown. Included will be the necessary CADD work to show the preliminary design features of the proposed improvements. Coordinate Point Listing (Survey) Sheets This task includes reference ties, benchmarks, and horizontal control tabulations for all alignments. Coordinate points to be completed in Final Design. Traffic Control and Staging This task includes the development of a suitable plan for construction scheduling and staging of the Project and for traffic control measures to be implemented during construction. Staging plan will include provisions for maintain access to adjacent properties during construction. The plan sheets will include construction staging sections and high-level plan exhibits. For estimating purposes, it is assumed that Riverway Boulevard, intersection of Riverway Boulevard and NW Platte Road/Drive, the intersection of Riverway Boulevard and NW Tullison Road, and adjacent Highway 9 ramps to Riverway Boulevard will be closed and traffic will not be maintained during those portions of construction. However, these portions of construction are assumed to not occur all at the same time and will be staged to allow for access to businesses. Signing and Pavement Marking This item consists of final design of permanent pavement markings and traffic signing plans. Storm Sewer Plan and Profiles and Stormwater Storage Plan This task includes the development preliminary plan and profile sheets for storms sewer. This task also includes the development of the stormwater storage plan within the project corridor. This task includes the preliminary design of the plan and profile of the culvert under Riverway Boulevard north of Highway 9 and under Riverway Boulevard south of Highway 9. It is assumed for estimating purposes, the culverts will need to be extended. If the culverts will need to be removed and replaced,this task will be amended via an agreement amendment for design work to replace the culvert(s). A new culvert under extended NW Riverside Drive, west of Riverway Boulevard, and a new culvert under the new Highway 9 on-ramp will need to be designed. The ENGINEER will provide results from hydraulic and hydrologic modeling and refined calculations for stormwater quality volume to be treated with proposed BMP's along with preliminary grading plans showing impacts. Preliminary Traffic Signal Design If necessary based on the Traffic Study, based on KC Metro traffic signal requirements and standards and the Manual on Uniform Traffic Control Devices (MUTCD), the ENGINEER shall prepare signal design for the Riverway Blvd and NW Riverside Drive, north of Highway 9 and south of NW Platte Road/Drive. ENGINEER will coordinate with City staff to establish various details of the design. Various details include type of vehicle detection, adaptive system features, pedestrian considerations, fiber optic communication, interconnection, and other miscellaneous design considerations. Signal designs will illustrate proposed signal hardware, signal pole locations, traffic signal controller cabinet, electrical service, signal heads, pedestrian heads, push buttons, pull boxes, signal conduits, signal cables, luminaire locations, CCTV cameras, detection apparatuses, emergency vehicle preemption, and battery backup systems. Preliminary traffic signal plan sheets would include: • Note and legend sheet • Signal layout sheet • Signal wiring diagram sheet Attachment A Detailed Scope of Work Page l Al 1 • Signal phasing sheet If the traffic study deems a traffic signal is not required but control intersection with signage is only necessary at the Riverway Boulevard and NW Riverside Drive intersection, then a fee of$8,000 for this work will be credited back to the OWNER. However, if a roundabout is used at the intersection, a credit will not be given to the OWNER due to the additional design effort to design roundabouts. Lighting and Electrical Plans This task consists of development of preliminary lighting layout plan sheets showing photometric analysis. Removal Plans This task consists of development of the preliminary layout of the project removal plan. Sidewalk/Trail Plans This task consists of the development of preliminary curb ramp layout in accordance with Public Right-of-Way Accessibility Guidelines (PRO WAG) requirements. Landscaping Plans This task includes the advancement to a 60% plan level of the related landscape, hardscape, grading, roundabout feature lighting and circuiting, signage, and site amenity improvements to serve the project area. Additionally,this task includes lighting along the south screening wall at the NW Tullison Road/Riverway Boulevard roundabout and wayfinding signage near or within the Riverway Blvd/NW Tullison Rd roundabout. Retaining Walls and Screening Wall This task includes the design of the plan and profile of two (2) retaining walls under the Highway 9 bridges to accommodate sidewalk and/or trails adjacent to Riverway Boulevard. The retaining walls are assumed to be concrete cantilever retaining walls. If a different type of wall is required, this will be completed via amendment or separate agreement. This task includes the design of the plan and profile of a screening wall along the south side of the NW Tullison Road and Riverway Boulevard roundabout to screen the lift station. A gate will be included with the wall and is expected to be constructed out of wood or similar material. If a wall is not feasible due to underground utilities, then landscaping to screen the adjacent property will be designed in lieu of the screening wall. Survey will be used to determine if a screening wall can be designed. Highway 9 Bridge Slope Rip Rap Replacement This task includes the design of replacing the existing rip rap with new concrete for the slopes under the Highway 9 Bridges. However, if slope stability allows and decorative rip rap can be used instead of concrete, the ENGINEER will design one (1) decorative rip rap under the Highway 9 bridges, if rip rap is deemed feasible. Cross Sections This task consists of the design and drafting associated with the assembly of detailed cross sections (25-foot increments) to illustrate typical sections, drainage designs, and non-typical conditions as needed for guidance during design, review and quantity estimating purposes. Task 11 — Right-of-Way Plans Field Check Review A field review will be held with the Project Development Team to discuss key issues and design concepts, including drainage, access control, traffic control/stage construction, and right-of-way. The review will determine the completion of the plan design, identify needed adjustments to minimize potential property impacts, and confirm the proposed staging plans. Revisions will be noted for preparation of the Final Design. Completion of the field review will allow preparation for Final Plans. Attachment A Detailed Scope of Work Page Al 2 Task 12 — Right-of-Way Plans Opinion of Probable Construction Costs The ENGINEER will prepare a right-of-way plans opinion of probable construction costs for the project. The ENGINEER will make recommendations pertaining to modifications in the Project to address budgetary concerns. Right-of-Way plan submittal cost estimates will be based on representative major elements and recent bid information. Task 13 —Quality Control Involve ongoing quality control input from the Project Team and the design engineer's senior technical staff throughout the development of the right-of-way plans. The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the right-of-way plan set to the Project Team. Task 14 —Submit Right-of-Way Plans to MoDOT, Riverside Quindaro Bend Levee District (R-QBLD), and the City The ENGINEER will prepare a cover letter for the submittal. The plans and cover letter will be submitted to MoDOT, RQBLD, and the OWNER. Deliverables: • Lighting Photometric Report • Right-of-Way (60%) Design Plan Set • Field Review Meeting minutes • Opinion of Probable Construction Costs • Cover Letter with submittal of Right-of-Way Plans H) Phase 8 - Final (90%) Design Phase Based upon approved Right-of-way design, field review, agency comments, and project meetings, the ENGINEER shall subsequently proceed with final design, contract drawings, specifications, and opinion of probable construction cost for the award of a single Contract for the construction of the proposed improvements. Comments received from the Right-of-Way Pans Design Phase plans will be implemented in the Final Design Phase plans. The work tasks to be performed include the following: Task 1 — Final Plan (90%) Title Sheet This task consists of assembling the title and general information sheets. The title sheets will include the following: Index of Sheets, Legend, Location Map, Project Number, and Design Traffic data. Typical Cross Sections This item consists of final design and drafting of typical cross sections and standard details to be utilized for the improvements. Quantities and General Information This item consists of final bid items to be included in the Project, as well as final quantity tabulations, and the development of the general notes. Mainline/Side Road Plan and Profiles This item consists of the final design and drafting of roadway plan and profile sheets for Riverwoy Boulevard, Riverside Street, Highway 9 On-Ramp, and no more than 500 feet of the connecting roadways to the NW Tullison Road roundabout and the NW Platte Road/Drive roundabout. This task also includes the detail information required for plan approvals, permitting, and construction of the proposed improvements. This task also consists of the final design and drafting for the installation of new utilities and utility adjustments that can be determined from coordination with the utility companies at the time of the design. It is assumed that design and Attachment A Detailed Scope of Work Page I Al 3 reconstruction of the on-ramp onto Highway 9 as detailed in the MoDOT typical ramp interchange section (Drawing 203.40G) is not expected nor included in this agreement. The limits of the on-ramp correspond to those shown on the schematic in Exhibit B of this document. Temporary Pavement Plan and Profiles This item consists of the final design and drafting of one (1) temporary roadway pavement plan and profile sheets to allow for construction staging of the project. Coordinate Point Listing (Survey) Sheets This item consists of finalizing the plan control points and benchmark data used to develop the plans and to be preserved throughout construction of the project. This item includes reference ties, benchmarks, and horizontal control information for all alignments. Right-of-Way Information Sheets This item includes finalizing right-of-way sheets showing the existing right-of-way, proposed right-of-way, permanent easement, and temporary easement information in relation to the proposed centerline, control points, and property ownership. Traffic Control and Staging This item consists of final design and drafting of the traffic control and staging of the Project. Signing and Pavement Marking This item consists of final design of permanent pavement markings and traffic signing plans. Geometric, Staking, and Jointing This item consists of the final design and drafting of jointing details, spot elevations, and geometric layouts for all non-typical pavement areas. This item also includes edge profiles for major side road returns. Storm Sewer Plan and Profiles and Stormwater Storage Plan This item consists of final design and drafting of storm sewers, storm sewer inlets, manholes, open ditches, culverts (under Riverway Boulevard north of Highway 9, under Riverway Boulevard south of Highway 9, and under NW Riverside Drive east of Riverway Boulevard), and other storm drainage related facilities for the Project. This task also includes finalizing the stormwater storage plan within the project corridor. It is assumed for estimating purposes, the culverts will need to be extended. If the culverts will need to be removed and replaced, this task will be amended via an agreement amendment for design work to replace the culvert(s). A new culvert under extended NW Riverside Drive, west of Riverway Boulevard, will need to be designed. The ENGINEER will provide final design of BMP's including proposed vegetation, erosion control, stormwater quality volume to be treated, pipes and structures for inlets/outlets/ pre-treatment, and final grading plans. Final Traffic Signal Design This item consists of the final design and drafting of the permanent traffic signal at the intersection of Riverway Boulevard and NW Riverside Drive extension. Included in this task will be the signal layout plans, wiring diagrams, major equipment designations, poles and mast arm data, signal heads, quantities, special provisions, and other elements of the traffic signal installations, as necessary, to accommodate the roadway design, and proposed phasing and operations of traffic signals. Final traffic signal plans would include: • Note and legend sheet • Bill of materials sheet • Signal layout sheet • Signal wiring diagram sheet • Signal phasing diagram Attachment A Detailed Scope of Work Page Al 4 • Quantity sheets • Detail sheets Coordinate with City staff on preparation of special provision, if one is needed for this specific project. Prepare engineer's opinion of probable construction costs for the traffic signal installation. If the traffic study deems a traffic signal is not required but control intersection with signage is only necessary at the Riverway Boulevard and NW Riverside Drive intersection, then a fee of$8,000 for this work will be credited back to the OWNER. However, if a roundabout is used at the intersection, a credit will not be given to the OWNER due to the additional design effort to design roundabouts. Lighting and Electrical Plans This task includes final photometric plan and locations of poles on project plan drawings. Circuit design, utility service locations, equipment location, and bill of materials to be provided by utility company is not included as part of this scope of services. Removal Plans This item consists of final design and drafting of final removal plan sheets. Sidewalk/Trail Plans This item consists of developing final curb ramp layout in accordance with PROWAG. Finalize ramp geometric configuration, transitions between sidewalks and driveways, calculate horizontal curb openings, cross slopes, running slope, and label sidewalk width and passing space within the corridor. Erosion Control and Surface Restoration Plans This item includes the final design and drafting of erosion control measures and surface restoration to be provided on the Project. Landscaping Plans This item includes the final design and drafting of landscaping plan sheets. This includes lighting of landscaping and/or art within the roundabouts and along the south screening wall at the NW Tullison Road/Riverway Boulevard roundabout and wayfinding signage near or within the Riverway Blvd/NW Tullison Rd roundabout. Special Construction Details This item consists of the final design and drafting of special project details not covered in other items. Included are such items as special grading details, channel grading, special storm sewer or manhole details not included in the standard drawings, special paving details, and other required miscellaneous details found to be required for completion of the project. Retaining Walls and Screening Wall This task includes the design of the plan and profile of two (2) retaining walls under the Highway 9 bridges to accommodate sidewalk and/or trails adjacent to Riverway Boulevard. The retaining walls are assumed to be concrete cantilever retaining walls. If a different type of wall is required, this will be completed via amendment or separate agreement. This task includes the design of the plan and profile of a screening wall along the south side of the NW Tullison Road and Riverway Boulevard roundabout to screen the lift station. A gate will be included with the wall and is expected to be constructed out of wood or similar material. If a wall is not feasible due to underground utilities, then landscaping to screen the adjacent property will be designed in lieu of the screening wall. Survey will be used to determine if a screening wall can be designed. Attachment A Detailed Scope of Work Page Al 5 Highway 9 Bridge Slope Rip Rap Replacement This task includes the design of replacing the existing rip rap with new concrete for the slopes under the Highway 9 Bridges. However, if slope stability allows and decorative rip rap can be used instead of concrete, the ENGINEER will design one (1) decorative rip rap under the Highway 9 bridges, if rip rap is deemed feasible. Cross Sections This item consists of the final design and drafting of individual cross-sections for the project. Cross sections will be designed and drawn at 25-foot maximum intervals, with additional cross-sections included, as necessary. Cross sections will show the existing ground elevations as well as the final project grading, include foreslope and backslope information, ditches, pavement replacement, and other pertinent information. Task 2 - Project Permitting The ENGINEER will assist the OWNER in preparing applications for permits from governmental authorities and have jurisdiction to approve the design of the project and participate in consultations with such authorities, as necessary. The ENGINEER shall prepare the following documents for the Project: • NPDES Stormwater Discharge Permit with Stormwater Pollution Prevention Plan • Permit to MoDOT and/or Levee District Review • City Floodplain permit Any fees for construction permits, licenses, or other costs associated with permits and approvals shall be the responsibility of the OWNER. The OWNER shall prepare and submit the permit applications and the ENGINEER will prepare necessary documentation for the applications for permits. Task 3 — Project Manual This task includes the preparation of a Project Manual utilizing the OWNER provided front-end documents. The ENGINEER will prepare the Technical Specifications and Bid Form in the Project Manual. Task 4 —Opinion of Probable Construction Costs The ENGINEER shall prepare a Final Opinion of Probable Construction Cost for the Project. Task 5 —Quality Control Involve ongoing quality control input from the Project Team and the design engineer's senior technical staff throughout the development of the Final plans and Project Manual. The design engineer is responsible for making specific recommendations and ensuring that critical issues are discussed and resolved prior to submittal of the Final plan set and Project Manual to the Project Team. Review the Final plan set for technical accuracy, as well as the general constructability and conformance with the Project design criteria. Task 6 —Submit Final Plans and Project Manual to MoDOT, Riverside Quindaro Bend Levee District , and the City The ENGINEER will prepare a cover letter that details any significant changes to the design since the last submittal, comments that were addressed, progress of the project, status of Environmental clearances, and outstanding issues. The plans, cover letter, and Project Manual will be submitted to MoDOT, R-QBLD, and the OWNER. Deliverables: • Final (90%) Design Plan Set • NPDES Stormwater Discharge Permit with Stormwater Pollution Prevention Plan • MoDOT and/or Levee Permits • City Floodplain Permit • Draft Project Manual • Opinion of Probable Construction Costs • Cover Letter with submittal of Final Plans and Project Manual Attachment A Detailed Scope of Work Page I Al 6 I) Phase 9—Contrail Documents (100%) Plans The ENGINEER will coordinate and manage the final project submittals to MoDOT, RQBLD, and OWNER for the project. The work tasks to be performed or coordinated by the ENGINEER will include the following: Task 1 — Incorporate MoDOT, R-QBLD, and OWNER comments from Final Plans Submittal The ENGINEER will respond to comments resulting from the Final review. Recommended modifications will be incorporated into the plan set and Project Manual. Task 2 —Contract Document Plan, Bid Book, and Job Special Provisions The ENGINEER will submit Contract Document Plans and Project Manual to MoDOT, R-QBLD, and OWNER. Deliverables: • Contract Documents (100%) Design Plan Set • Final Project Manual • Final Opinion of Probable Construction Costs • Cover Letter with submittal of Contract Documents J) Phase 10- Right-of-Way Services Task 1 — Individual Parcel Exhibits The ENGINEER will provide up to 16 permanent and /or temporary easements or right-of-way exhibits. Exhibits will be created by parcel. Task 2 — Preparation of Parcel Files The ENGINEER will provide up to 16 permanent and/or temporary easement or right-of-way legal descriptions with files by parcel. K) Phase 11 —Project Bidding The work tasks to be performed or coordinated by the ENGINEER will include the following: Task 1 —Plan Clarification and Addenda The ENGINEER will provide up to 44 hours of staff time from Project Manager III and/or Engineer III roles for answering bidder questions and preparing project addenda. Task 2—Aware Recommendation The ENGINEER will provide up to 2 hours of staff time for three Project Manager III and/or Engineer III roles meeting to analyze and recommend bid award. III)CONSTRUCTION PHASE SERVICES (TO BE COMPLETED VIA AMENDMENT OR SEPARATE AGREEMENT) A) Construction Administration Task 1 — Pre-construction Meeting Task 2 —Shop Drawings Submittal Reviews Task 3 —Site Visits Task 4 —Weekly Progress Meetings Task 5 — Pay Requests and Change Order Preparation Task 6— Final Inspections and Project Close-Out Task 7— Record Drawings B) Resident Project Representative Task 1 — Construction Observation Attachment A Detailed Scope of Work Page Al 7 IV)TIMELINE The following is the estimated time frame for this project. All calendar days are estimated, subject to acceptance day with the OWNER. If notice to proceed is given at a later date, time of completion may need to be extended accordingly. Generally, the schedule for the Project is described as follows: A. General Schedule 1. Notice to Proceed December 6, 2023 2. Topographic Survey and Mapping Completed 3. Traffic Study December 2023 4. Preliminary (30%) Design December 2023 — Late February 2024 5. Preliminary Plan Submittal March 2024 6. Right-of-Way (60%) Design March 2024 —July 2024 7. Environmental Review March 2024 — October 2024 8. Right-of-Way Plan Submittal July 2024 9. Right-of-Way (60%) Comments to Consultant (OWNER Only) July 2024 10. Final (90%) Design August 2024 —November 2024 11. Property Acquisition July 2024 - March 2025 12. Final (90%) Plan Submittal Mid November 2024 13. Final (90%) Plan Comments to Consultant (OWNER Only) Early December 2024 14. Construction Documents Plan (100%) Submittal Early January 2025 (Assumes MoDOT Comments Received) 15. Construction Documents Comments to Consultant Mid January 2025 16. Plans and Project Manual submittal to City Mid February 2025 1 7. Project Letting (Local) Early March 2025 18. Project Award Late March 2025 B. Schedule Delays The ENGINEER shall not be responsible for delays in the schedule that are beyond the ENGINEER's control, including review times of levee district and MoDOT. It is assumed the OWNER will have 1-week of review time. V) PROJECT ASSUMPTIONS A. It is anticipated that project specifications will utilize MoDOT specifications, special provisions, and bid book. Plans are not required to be in MoDOT workspace. VI) ADDITIONAL SERVICES NOT INCLUDED IN THIS AGREEMENT The following services are excluded from the basic services, but may be performed by the ENGINEER upon written amendment to this agreement. 1. Subsurface Utility Investigation Test Holes. 2. Water Main (including valves, fixtures, hydrants, accesses, services, curb stops, etc.), Sanitary Sewer (including manholes, services, etc.), and Fiber Optics (including junction boxes, etc.) Design. Additionally, this includes horizontal and vertical relocations or adjustments of these utilities due to conflicts with the roadway, storm sewer, culverts, traffic signals, trails, sidewalks, walls, and/or other Project related improvements. 3. Joint Utility Trench Design. 4. Septic system reconstruction plans. 5. Electrical power design (above or below ground). 6. Irrigation (lawn sprinkler) restoration plans or specifications. 7. Design or inclusion of KCMO Water Service Sanitary Sewer or Potable Water plans within the plan set. 8. Design beyond the limits shown on the schematic in Exhibit B of this document. 9. Media correspondences and public outreach planning documents. 10. Boundary retracement of existing lots to set missing monuments. 1 1. Preparation of Acquisition Plats and Legal Descriptions (to be negotiated at a later date). 12. Right-of-Way and Easement staking (to be negotiated at a later date). Attachment A Detailed Scope of Work Page Al 8 13. Land purchase costs, closing costs associated with land acquisition, and costs associated with condemnation process. 14. Testing of any suspect environmental material, including but not limited to asbestos, radon, lead based paint, air quality, or industrial waste. 15. Environmental Permits as required by MoDOT upon RER Review. 16. Environmental tasks beyond RER Review request. 1 7. Grant Administration. 18. Preparation of bidding or contract documents for alternate bid prices. 19. Right-of-Way Services, including Individual Parcel Exhibits, Preparation of Parcel Files, Appraisals and Compensation Estimates, Appraisal Review, Right-of-Way Negotiations/Acquisitions, Closing, Condemnation Services (to be negotiated at a later date). 20. Project Bidding phase services including printing plans and specifications, notice of project, plan clarification and addenda, letting, bid tabs, and award recommendation (to be negotiated at a later date). 21. Construction phase serviced including construction administration and resident project representation (to be negotiated at a later date). 22. Record drawings (to be negotiated at a later date). 23. Material testing services. 24. Preparing and submitting permit applications (excluding documentation for permits). 25. Other permits not indicated within this scope. 26.Any permit and publication fees associated with permit applications. 27. Project management and coordination tasks beyond that scheduled project completion period. 28. Special meetings and meetings not outlined in the Scope of Services. 29. Other services not specifically outlined in this Agreement. Attachment A Detailed Scope of Work Page Al 9 Riverway / West Platte Improvements 1 0 .5 1 2 NM = Ammiumea ............. ,..., .5' 2 0 0 125 250 500 ----,--7.--.. • il 401010161fr I} i' 4,4 -- ___ --IS. ......« • 4 . SCALE lu = 250' • II • fi 1 - _ *." . i' I. , •i • '''....... '4.4.. LEGEND -- fr. r: ';i1661;:. hniihilliMiimo . '.. ,. °.°\:: • ,'-1, 6 0 .... Road Improvements ; Remove Existing Pavement -4,\• . i ' . : f‘ ;4"‘t -..• ' 0.ta' :Crj . 1,-..\--• - . 1 .•-, - 'qIIIIIIIFIIIE • IAfre 02, st pi : .V , , si..S a tte • - RC( ..„. _ .• . , . -V.- , es: 411001111111 — a _ • ----a•Mill . ' • •.1 • ';II . . . . .. . . .... - . t , . n ill •i • - , :, . ,... .- - ••• - i • ., s•. .- .". IC'' I '• - • I . . a s... ' •• • ' • I - .1, -, .. = •-•' ,... • A . i e 1 , .—-7-,..- ......._ • ... '• . •••. I!ni -.....: - . 7. i . ---- -A %,• 40 ' ..1/. ,IIIIPINF-4...dprniii.. ... 4 14 4- -4- A - . * • ••. ''. 4 • 4 :.. . . . 4, -:' ::,iar , . r ....... t... _ . ' 4:. : . - • - ... -. i :4 1: -- oh r.4,:.. .,. . =,::-.< 1„, •';'• -1 14/ t -'••• — - 1.4- ,..., .. I n . , ' ... i ' . , !41IIII « . IIMMIMMIMAIMMINIMMEMMEll so• N . ma a. . /11/S P, - I I '-rlirl: . • i ;0 1.1 . :1111011' i , SO/ 741, 4, i 4 VI' •-iti ‹ IT r / °tit' e .9„ ... . . ,› , .„-, - • ---,AN _ •....4,-,, ....1 --‘ - _ _ , ,,..,_.. - —. — •'...,p,,. -,..- , . - - . .0. " / .,. _ . AllW :- *-#4160.41C44 1r7tr' •'-- ' . ..•4 1.••••••re 0 ..... . . . .... 70) •••_ ...-.---- . . vir , m. . _ . __.-- ___ ,.. • r r. a. # . P -allin . fit -:" .s.- - ATTACHMENT B ESTIMATE OF COST DESIGN PHASE Rate Cost Hours (Salary Only) Ph I:Project Management& Coordination Principal 20 $ 120.60 $ 2,411.99 Engineer V 8 S 127.84 $ 1,022.74 Project Manager III 155 S 101.28 $ 15,699.09 Engineer III 206 S 79.55 $ 16,388.29 Project Manager I 5 S 89.21 $ 446.06 Engineering Tech III 15 S 65.07 $ 976.02 Engineer II 2 S 65.07 $ 130.14 Ph 2:Survey&Data Collection Engineer III 4 $ 79.55 $ 318.22 Survey Tech II 6 $ 38.51 $ 231.06 Ph 3:Environmental Investigation Engineer III 2 $ 79.55 $ 159.11 Admin II 8 $ 55.41 $ 443.29 Ph 4: Traffic Study Project Manager III 2 $ 101.28 $ 202.57 Engineer I 6 $ 48.17 $ 289.00 Engineer III 20 $ 79.55 $ 1,591.10 Ph 5:Preliminary(30%)Design Project Manager III 44 $ 101.28 $ 4,456.52 Engineer V 106 $ 127.84 $ 13,551.35 Engineer III 216 $ 79.55 $ 17,183.83 Project Manager I 46 $ 89.21 $ 4,103.77 Engineer I 180 $ 48.17 $ 8,670.14 Engineer II 34 $ 65.07 $ 2,212.32 Engineering Tech II 4 $ 55.41 $ 221.64 Engineering Tech III 6 $ 65.07 $ 390.41 Ph 6: Geotechnical Investigation&Engineering Project Manager III 2 $ 101.28 $ 202.57 Engineer V 6 $ 127.84 $ 767.06 Engineer I 2 $ 48.17 $ 96.33 Engineer II 18 $ 65.07 $ 1,171.23 Survey Tech II 7 $ 38.51 $ 269.57 Fig. 136.4.1 Contract Revised 01/27/2016 Ph 7:Right-of-Way(60%)Design Phase Project Manager III 78 $ 101.28 $ 7,900.19 Engineer V 28 $ 127.84 $ 3,579.60 Engineer III 311 $ 79.55 $ 24,741.54 Project Manager I 44 $ 89.21 $ 3,925.35 Engineer I 160 $ 48.17 $ 7,706.79 Engineer II 80 $ 65.07 $ 5,205.47 Engineering Tech III 438 $ 65.07 $ 28,499.93 Survey Tech II 10 $ 38.51 $ 385.10 Ph 8:Final(90%)Design and Plan Preparation Project Manager III 80 $ 101.28 $ 8,102.76 Engineer V 14 $ 127.84 $ 1,789.80 Engineer III 184 $ 79.55 $ 14,638.08 Project Manager I 54 $ 89.21 $ 4,817.47 Engineer I 116 $ 48.17 $ 5,587.43 Engineer II 40 $ 65.07 $ 2,602.73 Engineering Tech III 483 $ 65.07 $ 31,428.00 Survey Tech II 10 $ 38.51 $ 385.10 Ph 9:Final(90%)Design and Plan Preparation Project Manager III 10 $ 101.28 $ 1,012.84 Engineer III 68 $ 79.55 $ 5,409.73 Ph 10:ROW Services Engineering Tech II 128 $ 55.41 $ 7,092.57 Professional Land 32 $ 79.55 $ 2,545.75 Surveyor Ph 11:Project Bidding Project Manager III 15 $ 101.28 $ 1,519.27 Engineer III 34 ' $ 79.55 $ 2,704.86 SUBTOTAL 3547 $ 265,185.79 Payroll Overhead(Est. at 66.63%X SUBTOTAL)) $176,693.29 General and Admin. Overhead(Est. at 140.46% X SUBTOTAL)) $372,479.96 TOTAL LABOR&OVERHEAD $549,173.25 Fixed Fee(13.1%X TOTAL LABOR& OVERHEAD) $71,826.75 Fig. 136.4.1 Contract Revised 01/27/2016 TOTAL LABOR,OVERHEAD&FIXED FEE $621,000.00 Other Direct Costs Travel, 195 trips @ 20 miles X$0.65 IRS Rate $2,535 Per Diem $0.00 Computer Time $0.00 Printing(if not included in overhead) $333.00 Subcontract Pass-Through Costs(Identify by Name **indicates DBE firm(s)) Traffic Study(**Merge Midwest) 20 $185.00 $3,700.00 49 $160.00 $7,840.00 Other Direct Costs(Gewalt Hamilton-sub to Merge Midwest) Pk Hr Counts $1,800.00 ADT Counts $1,200.00 TOTAL FOR TRAFFIC STUDY $14,540.00 Geotechnical(Terracon) Principal Engineer 3 $68.61 $205.82 Senior Engineer 2 $67.08 $134.17 Project Geologist 2 $45.74 $91.48 Staff Engineer 22 $36.59 $804.99 Field Geophysicist 8 $28.97 $231.74 Field Exploration Manager 11 $42.69 $426.90 Project Coordinator 8 $32.02 $256.13 SUBTOTAL 56 $321.7 $2151.23 Payroll Overhead(Est. at 198.14%X SUBTOTAL)) $6413.68 General and Admin. Overhead(Est. at 198.14%X SUBTOTAL)) $0.00 TOTAL LABOR&OVERHEAD $8564.91 Fixed Fee(Percent X TOTAL LABOR& OVERHEAD) 10% TOTAL LABOR,OVERHEAD&FIXED FEE $9421.40 Other Direct Costs Travel, trips @ miles X IRS Rate $0.00 Per Diem(cannot exceed maximum per diem rates per Federal Travel Regulations) $0.00 Computer Time $0.00 Printing $0.00 Subcontract Pass-Through Costs(Ident[by Name **indicates DBE firm(s)) Surveying Borings $23578.60 Archaeological Study SUBTOTAL DIRECT COSTS TOTAL FOR GEOTECHNICAL $33,000.00 Fig. 136.4.1 Contract Revised 01/27/2016 Street Light Design(**Custom Engineering) Principal 3 $236.00 $708.00 Project Manager 5 $231.00 $1,155.00 Sr.Elect Engr III 81 $205.00 $16,574.00 CADD Tech 4 $139.00 $556.00 Project Assistant 2 $105.00 $207.00 SUBTOTAL 95 $19,200.00 TOTAL FOR STREET LIGHT DESIGN $19,200.00 TOTAL FOR DESIGN PHASE $690,608.00 CONSTRUCTION PHASE(N/A for this agreement.To be negotiated at a later date.) TOTAL FOR CONSTRUCTION PHASE $0.00 Fig. 136.4.1 Contract Revised 01/27/2016 ATTACHMENT C CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS- PRIMARY COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However,failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification in addition to other remedies available to the Federal Government,the department or agency may terminate this transaction for cause of default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms"covered transaction,""debarred,""suspended,""ineligible,""lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," "proposal" and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that,should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Covered Transaction" provided by the department or agency entering into this covered transaction,without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant may decide the Fig. 136.4.1 Contract Revised 01/27/2016 method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to check the Nonprocurement List at the Excluded Parties List System. https://www.epls.gov/epls/search.do?page=A&status=current&agency=69#A. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain or performing a public(Federal,State or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity(Federal,State or local)with commission of any of the offenses enumerated in paragraph (1)(b)of this certification;and d. Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Fig. 136.4.1 Contract Revised 01/27/2016 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms"covered transaction,""debarred,""suspended,""ineligible,""lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Covered Transaction,"without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to,check the Nonprocurement List at the Excluded Parties List System. https://www.epls.gov/epls/search.do?page=A&status=current&agency=69#A. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, Fig. 136.4.1 Contract Revised 01/27/2016 debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Fig. 136.4.1 Contract Revised 01/27/2016 Attachment E Disadvantage Business Enterprise Contract Provisions 1. Policy: It is the policy of the U.S.Department of Transportation and the Local Agency that businesses owned by socially and economically disadvantaged individuals(DBE's) as defined in 49 C.F.R. Part 26 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Thus, the requirements of 49 C.F.R. Part 26 and Section 1101(b) of the Transportation Equity Act for the 21st Century(TEA-21)apply to this Agreement. 2. Obligation of the Engineer to DBE's: The Engineer agrees to assure that DBEs have the maximum opportunity to participate in the performance of this Agreement and any subconsultant agreement financed in whole or in part with federal funds. In this regard the Engineer shall take all necessary and reasonable steps to assure that DBEs have the maximum opportunity to compete for and perform services. The Engineer shall not discriminate on the basis of race, color, religion, creed, disability, sex, age, or national origin in the performance of this Agreement or in the award of any subsequent subconsultant agreement. 3. Geographic Area for Solicitation of DBEs: The Engineer shall seek DBEs in the same geographic area in which the solicitation for other subconsultants is made. If the Engineer cannot meet the DBE goal using DBEs from that geographic area,the Engineer shall,as a part of the effort to meet the goal, expand the search to a reasonably wider geographic area. 4. Determination of Participation Toward Meeting the DBE Goal: DBE participation shall be counted toward meeting the goal as follows: A. Once a firm is determined to be a certified DBE,the total dollar value of the subconsultant agreement awarded to that DBE is counted toward the DBE goal set forth above. B. The Engineer may count toward the DBE goal a portion of the total dollar value of a subconsultant agreement with a joint venture eligible under the DBE standards, equal to the percentage of the ownership and control of the DBE partner in the joint venture. C. The Engineer may count toward the DBE goal expenditures to DBEs who perform a commercially useful function in the completion of services required in this Agreement. A DBE is considered to perform a commercially useful function when the DBE is responsible for the execution of a distinct element of the services specified in the Agreement and the carrying out of those responsibilities by actually performing,managing and supervising the services involved and providing the desired product. D. A Engineer may count toward the DBE goal its expenditures to DBE firms consisting of fees or commissions charged for providing a bona fide service, such as professional, technical,consultant,or managerial services and assistance in the procurement of essential personnel,facilities, equipment, materials or supplies required for the performance of this Agreement, provided that the fee or commission is determined by MoDOT's External Civil Rights Division to be reasonable and not excessive as compared with fees customarily allowed for similar services. E. The Engineer is encouraged to use the services of banks owned and controlled by socially and economically disadvantaged individuals. 5. Replacement of DBE Subconsultants: The Engineer shall make good faith efforts to replace a DBE Subconsultant, who is unable to perform satisfactorily, with another DBE Subconsultant. Replacement firms must be approved by MoDOT's External Civil Rights Division. Fig. 136.4.1 Contract Revised 01/27/2016 6. Verification of DBE Participation: Prior to final payment by the Local Agency, the Engineer shall file a list with the Local Agency showing the DBEs used and the services performed. The list shall show the actual dollar amount paid to each DBE that is applicable to the percentage participation established in this Agreement. Failure on the part of the Engineer to achieve the DBE participation specified in this Agreement may result in sanctions being imposed on the Commission for noncompliance with 49 C.F.R. Part 26 and/or Section 1101(b)of TEA-21. If the total DBE participation is less than the goal amount stated by the MoDOT's External Civil Rights Division,liquidated damages may be assessed to the Engineer. Therefore, in order to liquidate such damages, the monetary difference between the amount of the DBE goal dollar amount and the amount actually paid to the DBEs for performing a commercially useful function will be deducted from the Engineer's payments as liquidated damages. If this Agreement is awarded with less than the goal amount stated above by MoDOT's External Civil Rights Division,that lesser amount shall become the goal amount and shall be used to determine liquidated damages. No such deduction will be made when,for reasons beyond the control of the Engineer,the DBE goal amount is not met. 7. Documentation of Good Faith Efforts to Meet the DBE Goal: The Agreement goal is established by MoDOT's External Civil Rights Division. The Engineer must document the good faith efforts it made to achieve that DBE goal, if the agreed percentage specified is less than the percentage stated. The Good Faith Efforts documentation shall illustrate reasonable efforts to obtain DBE Participation. Good faith efforts to meet this DBE goal amount may include such items as,but are not limited to,the following: A. Attended a meeting scheduled by the Department to inform DBEs of contracting or consulting opportunities. B. Advertised in general circulation trade association and socially and economically disadvantaged business directed media concerning DBE subcontracting opportunities. C. Provided written notices to a reasonable number of specific DBEs that their interest in a subconsultant agreement is solicited in sufficient time to allow the DBEs to participate effectively. D. Followed up on initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested in subconsulting work for this Agreement. E. Selected portions of the services to be performed by DBEs in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down subconsultant agreements into economically feasible units to facilitate DBE participation). F. Provided interested DBEs with adequate information about plans, specifications and requirements of this Agreement. G. Negotiated in good faith with interested DBEs,and not rejecting DBEs as unqualified without sound reasons,based on a thorough investigation of their capabilities. H. Made efforts to assist interested DBEs in obtaining any bonding, lines of credit or insurance required by the Commission or by the Engineer. I. Made effective use of the services of available disadvantaged business organizations, minority contractors' groups, disadvantaged business assistance offices, and other organizations that provide assistance in the recruitment and placement of DBE firms. Fig. 136.4.1 Contract RevisedO1/27/2016 8. Good Faith Efforts to Obtain DBE Participation: If the Engineer's agreed DBE goal amount as specified is less than the established DBE goal given,then the Engineer certifies that good faith efforts were taken by Engineer in an attempt to obtain the level of DBE participation set by MoDOT's External Civil Rights. Fig. 136.4.1 Contract Revised 01/27/2016 Attachment F — Fig. 136.4.15 Conflict of Interest Disclosure Form for LPA/Consultants Local Federal-aid Transportation Projects Firm Name(Consultant): McClure Engineering Co. Project Owner(LPA): City of Riverside, Missouri Project Name: Riverway Boulevard Improvements Project Number: STBG 3400(446) As the LPA and/or consultant for the above local federal-aid transportation project, I have: 1. Reviewed the conflict of interest information found in Missouri's Local Public Agency Manual (EPG 136.4) 2. Reviewed the Conflict of Interest laws, including 23 CFR§ 1.33,49 CFR 18.36. And,to the best of my knowledge,determined that, for myself,any owner,partner or employee, with my firm or any of my sub-consulting firms providing services for this project, including family members and personal interests of the above persons,there are: ® No real or potential conflicts of interest If no conflicts have been identified,complete and sign this form and submit to LPA ❑ Real conflicts of interest or the potential for conflicts of interest If a real or potential conflict has been identified,describe on an attached sheet the nature of the conflict, and provide a detailed description of Consultant's proposed mitigation measures(if possible). Complete and sign this form and send it,along with all attachments,to the appropriate MoDOT District Representative,along with the executed engineering services contract. LPA Consultant Printed Name: 7 Tn f e.C yL L L. kOS t, Printed Name: Matt Eblen, P.E. Signature: Of r�C�Signature: / Date: `� .2//z0Z.3 Date: 11/20/2023 Fig. 136.4.1 Contract Revised 01/27/2016