Loading...
UTILITY RELOCATION US 19 FROM DREW TO ENTERPRISE ":t-_. J I UTlUTY RELOCATION ALONG US 19 FROM DREW TO ENTERPRISE AGREEMENT BETWEEN CITY AND ENGINEER FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into this ~ day of ~....sr ,1991, by and between the City of Clearwater, Florida, hereinafter referred to as the C , and Tampa Bay Engineering, Inc., Clearwater, Florida, a corporation licensed and authorized to do business in Florida, hereinafter referred to as the ENGINEER. WITNESSETH: WHEREAS, the CITY proposes to do certain work related to Utility Relocation Along US 19 to accommodate roadway improvements by the Florida Department of Transportation along the US Highway 19 corridor from SR 60 to Enterprise Road as described in EXHIBIT A; and WHEREAS, the CITY desires to engage the ENGINEER to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS, the ENGINEER desires to provide such professional services in accordance with this Agreement; NOW THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and agreed as follows: I. GENERAL SCOPE OF THIS AGREEMENT The relationship of the ENGINEER to the CITY will be that of a professional consultant, and the ENGINEER will provide the professional and technical services required under this Agreement in accordance with acceptable engineering and planning practices and ethical standards. II. PROFESSIONAL AND TECHNICAL SERVICES It shall be the responsibility of the ENGINEER to work with the CITY and apprise it of solutions to engineering, planning and design problems and the approach or techniques to be used towards accomplishment of the CITY'S objectives as set forth in EXHIBIT A. The scope of services to be provided to accomplish the CITY'S objectives is set forth in EXHIBIT A. \0083-02.00(AGRMENT.RGB) ()?- 4- :3 ;;Y' ~, Ol) - (11- ) ..-1.- I t III. PERIOD OF SERVICE A. The ENGINEER will begin work promptly after receipt of a fully executed copy of this Agreement; such receipt shall constitute written notice to proceed. This Agreement shall be for a term of three (3) years, renewable for three (3) years and extended further by mutual consent of the CITY and ENGINEER. B. If the ENGINEER'S design services called for under this Agreement are delayed for reasons beyond the ENGINEER'S control, the time of performance shall be adjusted appropriately. If the design services under this Agreement continue past October 1, 1992, the fees contained in EXHIBIT B shall be subject to renegotiation; any change in such fees shall apply only to the unfinished services as of the effective date of such change. IV. GENERAL CONSIDERATIONS A. All original sketches, tracings, drawings, computations, details, design calculations and other documents and plans that result from the ENGINEER'S services under this Agreement are and remain the property of the ENGINEER as instruments of service. Where such documents are required to be filed with governmental agencies, the ENGINEER will furnish copies to the CITY upon request. B. The CITY may, at its expense, obtain a set of reproducible copies of any maps and/or drawings prepared for it by the ENGINEER in consideration of which the CITY agrees that no additions, deletions, changes or revisions shall be made without the express written approval of the ENGINEER. C. Notwithstanding that specific services are enumerated in EXHIBIT A, the ENGINEER will, upon written request of the CITY, provide any and all other civil engineering, planning, and landscape consulting services as requested by the CITY provided, however, that such additional services shall result in extra compensation to the ENGINEER, as provided by EXHIBIT B. It is understood and agreed that if such additional services are requested, the Agreement shall be considered as a continuing contract with respect thereto. D. The CITY hereby acknowledges that estimates of probable construction costs cannot be guaranteed, and such estimates are not to be construed as a promise to design facilities within a cost limitation. E. It is understood and agreed that the ENGINEER'S services under this Agreement do not include participation, whatsoever, in any litigation. Should such services be required, a supplemental agreement may be negotiated between the CITY and the ENGINEER describing the services desired and providing a basis for compensation to the ENGINEER. \0083-02.00 (AGRM ENT. RGB) 2 I I F. Upon the ENGINEER'S request, the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the ENGINEER and CITY mutually deem necessary, and the ENGINEER may rely upon same in performing the services required under this Agreement. G. The CITY and the ENGINEER each bind themselves and their successors, legal representatives, and assign to the other party to this Agreement and to the partners, successors, legal representatives, and assigns of such other party, in respect to all covenants of this Agreement; and neither the CITY nor the ENGINEER will assign or transfer their interest in this Agreement without written consent of the other. H. All reports submitted to the CITY by the ENGINEER in fulfillment of contract obligations shall use recycled paper when it is available at a reasonable price and of satisfactory quality to meet contractual performance standards. For the purposes of this Paragraph, the price of recycled paper shall be considered "reasonable" if its cost is no more than ten percent higher than the lowest price offered for non-recycled paper. All reports submitted to the CITY by the ENGINEER shall use both sides of paper sheets whenever practicable. The ENGINEER shall be responsible for maintaining records documenting usage of recycled paper for reports submitted to the CITY in fulfillment of contractual obligations. The ENGINEER shall submit such records to the CITY according to procedures to be established by the CITY Purchasing Manager not later than October 1, 1991. I. The ENGINEER shall execute the appropriate State of Florida sworn statement under Section 287.133(3)(a), Florida Statutes, Public Entity Crimes prior to the execution of this Agreement. J. The ENGINEER shall attach a brief status report on the project with each request for payment. Payment requests for the ENGINEER shall include an appropriate cost separation for the work performed for the three involved utility funds of sanitary sewer, gas, and water. An additional, auditable cost separation will be made for costs which may be recovered as "reimbursable" from the FOOT for those utility relocations to be paid for by the FOOT.. K. The ENGINEER shall provide a Certificate regarding a "Drug Free Workplace" per the requirements of City Memorandum No. 23 (90-91) dated December 17, 1990, from George C. Banks, CPPO, Director, Division of Purchasing. V. INSURANCE REQUIREMENTS A. Worker. Compensation and Employers Uabllity. The ENGINEER shall procure and maintain, for the life of this Agreement, Workers Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employers Uability with limits meeting all applicable state and federal laws. \0083-o2.00(AGRMENT.RGB) 3 I I B. General Liability. The ENGINEER shall procure and maintain, for the life of this Agreement, General liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual liability. Coverage shall be no more restrictive than the latest edition of the Commercial General liability policies of the Insurance Services Office (ISO). This policy shall provide coverage for death, bodily injury, personal injury of property damage that could arise directly or indirectly from the performance of this Agreement. The minimum limits of coverage shall be $500,000 per Occurrence' Combined Single limit for Bodily Injury Liability and Property Damage Liability. The CITY shall be included and identified as an Additional Insured under the policy/certificate of insurance. C. Business Automobile Liability. The ENGINEER shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. The minimum limits of coverage shall be $500,000 per Occurrence Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. Coverage shall be no more restrictive than the latest edition of the Business Automobile Practices of the Insurance Services Office (ISO). The CITY shall be included and identified as an Additional Insured under the policy/certificate of insurance. D. Professional Liability Insurance. The ENGINEER shall procure and maintain for the life of this Agreement, Professional Liability Insurance. This insurance shall provide coverage against such liability resulting from this contract/project. The minimum limits of coverage shall be $1 ,000,000. E. Indemnify. In consideration of the sum of One Hundred Dollars ($100.00), the receipt and sufficiency of which is acknowledged, payable as part of the first payment for services, the ENGINEER agrees to defend, save and hold the CITY, its agents, assigns and employees, harmless from all claims or causes of action, including costs and attorney's fees, and all judgements whatsoever, involving personal injury, bodily injury, death, or property damage, arising out of any negligent or intentional act or omission, or the violation of any federal, state or local law or regulations by the ENGINEER, its subcontractors, agents, assigns, invitees or employees in connection with this Agreement. F. Limitation of Liability. The CITY agrees to limit the ENGINEER'S liability to the CITY and to all construction contractors and subcontractors on the project, due to the ENGINEER'S negligent acts, errors or omissions, such that the total aggregate liability of the ENGINEER to all those named shall not exceed $500,000 \0083-02.00(AGRMENT.RGB) 4 J I or the ENGINEER'S total fee for services rendered on this project, whichever is greater. G. Hazardous Substances. It is understood and agreed that in seeking the professional services of the ENGINEER under this Agreement, the CITY does not request the ENGINEER to undertake uninsurable or potentialy uninsurable obligations for the CITY'S benefit involving or related in any manner to hazardous substances. Therefore, the ENGINEER undertakes no such obligation hereunder, and the CITY agrees to hold harmless, indemnify, and defend the ENGINEER from and against any and all claims, losses, damages, liability, and costs arising out of or in any way connected with the presence, discharge, release, or escape of contaminants or hazardous substances of any kind, or environmental liability of any nature, in any manner related to services performed by the ENGINEER under this Agreement. H. Supplemental Provisions. The insurances coverages and conditions afforded by the above mentioned policies shall not be suspended, voided, canceled or modified except after thirty (30) days prior written notice by certified mail return receipt requested has been given to both the Public Works Director and the Risk Management Offices of the CITY. Certificates of Insurance meeting the specific required insurance provisions specified within this Contract/Agreement shall be forwarded to both the Public Works Director and Risk Management Offices of the CITY and approved prior to the start of any work. After review, the Certificate will be filed with the City Clerk as a part of the official contract file. Receipt and acceptance of the ENGINEER Certificate of Insurance, or other similar document does not constitute acceptance or approval of amounts or types of coverages which may be less than required by this Agreement. The CITY may at its option require a copy of the Engineer/Consultants Insurance Policies. I. Safety and Health Requirements. It is the ENGINEER'S sole duty to provide safe and healthful working conditions to its employees on and about the site of Agreement Performance. The CITY assumes no duty for supervision of the ENGINEER. The ENGINEER will provide a "Drug Free" workplace in accordance with Section 287-987, Florida Statutes. The CITY may order that the work stop if a condition of immediate danger to CITY employees, equipment or property damage exists. This provision shall not shift responsibility of risk of loss for injuries or damage sustained from the ENGINEER to the CITY, and the ENGINEER shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of ENGINEER performance until the beginning of construction and arising out of the ENGINEER'S negligence. \0083-02.00(AGRMENT.RGB) 5 I I The ENGINEER shall comply with the standards and regulations set forth by the Occupational Safety and Health Administration (OSHA), the Florida Department of Labor and Employment Security, and all other appropriate federal, state, and local regulations or City safety and health standards. VI. COMPENSATION The ENGINEER shall be compensated for all services rendered under this Agreement in accordance with the provisions of EXHIBIT B. VII. TERMINATION This Agreementmay be terminated by either party by seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If the Agreement is terminated, the ENGINEERshall be paid in accordance with the provisions of EXHIBIT B for all work performed up to the date of termination. VIII. SUSPENSION. CANCELLATION OR ABANDONMENT In the event the project described in EXHIBIT A, or the services of the ENGINEER called for under this Agreement, is/are suspended, canceled or abandoned by the CITY, the ENGINEER shall be given thirty (30) days prior written notice of such action and shall be compensated for the professional services provided and/or related fees for which there is an irreversible obligation up to the date of suspension, cancellation or abandonment. IX. ATTACHMENTS The following Exhibits are attached to this Agreement and made a part hereof. Exhibit "A"- Scope of Services, p. A1 through A7. Exhibit "B" - Method of Compensation, p. B1 through B4. \OO83-02,OO(AGRMENT.RGB) 6 -......... ) I IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this Agreement upon the terms and conditions above stated on the day and year first written above. ENGINEER: CITY: Tampa Bay Engineering, Inc. 18167 US 19 North, Suite 550 Clearwater, FL 34624 CITY OF CLEARWATER, FLORIDA 112 Osceola Avenue South Clearwater, FL 34616 BY ;f /JK ~be,"'"'" C 8...1..... I/~ p...v:,jJ~ ATTEST ~ "f/Lf/ DATE ATTEST: ~- ",~, Jd~.OD- City Ie;f'k-, '- -, ' Appr ved~_ ~~ Form _&. ,Correctness City Attorney DATE 7/ ;),3/'1' I / \OO83-02.00(AGRMENT.RGB) 7 I I EXHIBIT A SCOPE OF SERVICES FOR Utility Relocation Along US 19 from Drew to Enterprise in Connection with Improvements by the Florida Department of Transportation Field Investigation, Preliminary Design, Final Design and Construction Phase Services. To be Conducted Under Utility Joint Proiect Aareements Between City of Clearwater and FDOT FDOT Project Nos. 15150-6566/6580/6581 \0083-02,OO(AGRMENT.RGB) A-1 I I GENERAL SCOPE The ENGINEER will provide engineering services to the CITY for design and construction services for the above referenced utility relocation projects. The services contemplated in this agreement have been divided into tasks in order to differentiate activities. Services to be performed include coordination with the design project and construction of the relocation project with FOOT and their management and design consultants; preparation of plans and specifications meeting FOOT requirements for inviting competitive construction bids; permit assistance; bid phase assistance; shop drawing review; site visits by design engineers and utility location survey. The CITY is interested in cooperating with FOOT in Joint Project Agreements (JPA) to relocate all existing CITY utilities in conflict with the proposed US 19 improvements from Drew to Enterprise. The ENGINEER will schedule his activities to meet the FOOT project schedule whenever feasible, upon approval of the CITY. The project is estimated to potentially impact up to the following quantities: Approximate Quantity Item 31 ,000 Unear Feet 15,000 Un ear Feet 15,000 Unear Feet 2,000 Unear Feet 70 EA 9 Intersections Water Main Gas Main 5.5. Gravity Main 5.5. Force Main 5.5. Manholes Water Main Adjustments The scope of this proposal includes preparation of three (3) individual sets of JPA Construction Documents, one set per each project. The total work effort is based on the combined FOOT scope and designs as they exist June 1991. The fee proposed is based on TBE's standard rates at this time through October 1, 1992. I. BASIC SERVICES A. Field Investigations The present preliminary plans for road improvements may show some or all of the CITY's Utilities Department existing system. FOOT has required that the CITY accurately locate its facilities. The ENGINEER will coordinate and review utility location of the CITY'S facilities. The survey shall be performed by a survey subconsultant. B. Preliminary Design Layout, Preparation of Preliminary Specifications and Initial Permit Preparation \OO83-02.00(AGRMENT.RGB) A-2 I I 1 . Preliminary Design Layout & Permit Preparation The ENGINEER will prepare plans showing all existing utility locations determined by project utility survey; identifying existing facilities to remain in place and in service; existing facilities to be removed, adjusted or abandoned; and new facilities to be installed. A review will be made with FOOT, their consultants and other utilities to eliminate conflicts. A review will also be conducted with City of Clearwater Utilities Department staff to determine serviceability and maintenance. The ENGINEER will also review the utility systems adjacent to US 19 to determine feasibility of elimination of facilities in US 19 corridor by improvements to adjacent distribution systems and providing service from rear or side right-of-way and easements. The ENGINEER will use construction drawings prepared by FOOT Consultant whenever possible to reduce design cost and assist in project coordination. The ENGINEER will prepare the draft permit and modification requests. 2. Preliminary FOOT Format Specification, Utility Relocation Schedule and Review Meetings The ENGINEER will assemble the FOOT required standard specifications for the bidding documents, and prepare the preliminary proposal with FOOT's mandated numbering system and pay item descriptions. The ENGINEER will prepare the Utility Relocation Schedule (an FDOT requirement). All effort and products from Preliminary Design, Permit and Specification Preparation will be reviewed by FOOT and their consultants under this task. 3. Final Design, Final Specifications, Proposal Preparation and Permit Submittals (A) Final Design Completion The ENGINEER will complete the final design and prepare the final drawings of the utility relocations including new facilities, relocation of existing facilities and removal or abandonment of existing facilities. The ENGINEER will prepare a final summary of quantities list as coordinated through previous phases with FDOT, their consultants, other utilities and the CITY'S Utilities Department. (8) Final Specifications & Proposal Completion The ENGINEER will prepare final specifications. Front end standard specifications including Special, General, Supplemental Conditions, will be covered by the FOOT construction documents prepared by their consultants. The Technical Specifications for these JPA projects will be prepared by the ENGINEER utilizing the \0083-02.00(AGRMENT,RGB) A-3 I I ENGINEER'S or the CITY'S standards, modified as necessary for this project. II. Construction Phase Services (Optional) This task includes normal engineering services during construction but does not include resident project representation services. The fee for this task will be negotiated based on construction requirements and schedules. A. Engineering Services During Construction (Optional) The ENGINEER will coordinate with FOOT during the bidding process, pre-bid meeting, bid reviews, bid award and pre-construction conference. During construction, the ENGINEER will review shop drawings, pay estimates, visit the job site, prepare change orders, and coordinate with FOOT. B. Resident Project Representation (Optional) The ENGINEER shall furnish a Resident Project Representative (RPR), assistants and other staff to assist the ENGINEER in observing performance of the Work of the Contractor (Work). Through more extensive on-site observations of the Work in progress and field checks of materials and equipment by the RPR and assistants, the ENGINEER shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work; but, the furnishing of such services will not make the ENGINEER responsible for or give the ENGINEER control over construction means, methods, techniques, sequences or procedures or fore safety precautions or programs, or responsibility for the Contractor's failure to perform the work in accordance with the Contract Documents. The duti~s and responsibilities of the RPR are limited to those of the ENGINEER in the ENGINEER'S Agreement with the CITY and in the construction Contract Documents, and are further limited and described as follows: The RPR is the ENGINEER'S agent at the site, will act as directed by and under the supervision of the ENGINEER, and will confer with the ENGINEER regarding RPR'sactions. RPR's dealings in matters pertaining to the on-site work shall in general be with the ENGINEER and the Contractor keeping the CITY advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of the Contractor. The RPR shall generally communicate with the CITY with the knowledge of and under the direction of the ENGINEER. Duties and Responsibilities of the RPR: 1. Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedule of values prepared by the Contractor and consult with the ENGINEER concerning acceptability. \0083-02,OO(AGRMENT.RGB) A-4 I I 2. Conferences and Meetinas: Attend meetings with the Contractor, such as the pre-construction conference, progress meetings, and other project- related meetings. 3. Uaison: (A) Serve as the ENGINEER'S liaison with the Contractor, working principally through the Contractor's superintendent and assist in understanding the intent of the Contract Documents; and assist the ENGINEER in serving as the CITY's liaison with the Contractor when the Contractor's operations affect the CITY'S on-site operations. (B) Assist in obtaining from the CITY additional details or information, when required for proper execution of the Work. 4. Shoo Drawinas: Record date of receipt of Shop Drawings. 5. Review of Work: (A) Conduct on-site observations of the Work in progress to assist the ENGINEER in determining if the Work is in general proceeding in accordance with the Contract Documents. (B) Report to the ENGINEER whenever the RPR believes that any work does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made. 6. Interoretation of Contract Documents: Report to the ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to the Contractor clarifications and interpretations as issued by the ENGINEER. 7. Modifications: Consider and evaluate the Contractor's suggestions for modifications in Drawings or Specifications and report with the RPR's recommendations to the ENGINEER. Transmit to the Contractor decisions as issued by the ENGINEER. 8. ReDorts (A) Furnish the ENGINEER reports of progress of the Work and of the Contractor's compliance with the progress schedule and schedule of Shop Drawing submittals. (B) Draft proposed Change Orders and Work Directive Changes, obtaining backup material from Contractor and recommend to the ENGINEER Change Orders, Work Directive Changes, and Field \0083-02.00(AGRMENT.RGB) A-5 I I Orders. 9. Payment Reauests: Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward with recommendations to the ENGINEER, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment delivered at the site but not incorporated in the Work. 10. ComDletion: (A) Before the CITY issues a Certificate of Substantial Completion, the RPR shall submit to the Contractor a list of observed items requiring completion or corrections. (B) Conduct final inspection in the company of the CITY and the Contractor and prepare a final list of items to be completed or corrected. (C) Observe that all items on final list have been completed or corrected and make recommendations to the CITY concerning acceptance. Limitations of Authoritv Resident Project Representative: 1 . Shall not exceed limitations of the ENGINEER'S authority as set forth in the Contract Documents. 2. Shall not undertake any of the responsibilities of the Contractor, subcontractors or the Contractor's superintendent. 3. Shall not advise on, issue directives relative to or assume control over any aspects of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 4. Shall not advise on, issue directions or assume control over safety precautions and programs in connection with the Work. 5. Shall not accept Shop Drawings from anyone other than the Contractor. B. Project Close-Out The ENGINEER will attend the final project inspection, will prepare record drawings and certificates and submit these to regulatory agencies as necessary \0083-02.00(AGRMENT. RGB) A~ I I III. CITY'S RESPONSIBilITIES The CITY will: A. Pay any permit application fees, review fees, and all other fees related to the project. B. Contract with a soils laboratory to perform testing services as required during the construction process. C. Provide all criteria and full information as to CITY'S requirements for the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations; and furnish copies of all design and construction standards which CITY will require to be included in the Drawings and Specifications. D. Assist ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. E. Arrange for access to and make all provisions for ENGINEER to enter upon public and private property as required for ENGINEER to perform his services. \0083-02.00(AGRMENT,RGB) A-7 . . ~ I EXHIBIT B COMPENSATION The CITY agrees to compensate the ENGINEER for the services called for under exhibit A in accordance with the following fee breakdown. I. METHOD OF COMPENSATION Fees for these items will be determined on a "Time Charges" basis as outlined below. The CITY agrees to compensate the ENGINEER for the professional services in accordance with the time charges Identified in Section I and the ENGINEER'S fee schedule (see Section IV). Time charges do not include out-of-pocket expenses which shall be reimbursed as Identified herein. Compensation for the services outlined in Section II of the Scope of Services shall be based upon the actual time expended by the ENGINEER in accomplishing same, Including reimbursement for out-of-pocket expenses. Additional Services not Included In the above scope and requested by the CLIENT will be compensated for on a time charge/out-of-pocket expense basis In accordance with the attached Fee Schedule. A. The CLIENT agrees to compensate the ENGINEER for the professional services in accordance with the ENGINEER'S fee schedule (see Section IV), including reimbursement for out-of-pocket expenses. B. Additional Services: Services authorized by the CITY other than those specifically listed in the Scope of Services shall be considered Additional Services for which the CLIENT shall compensate the ENGINEER as provided for herein. Additional Services shall Include revisions to work previously performed that are required because of a change In the data or criteria furnished to the ENGINEER, or a change in the scope or concept of the project Initiated by the CITY or FOOT, and/or services that are required by changes in the requirements of public agencies, after work under this Agreement has commenced. C. Out-of-Pocket Expenses: The CITY shall reimburse the ENGINEER for all out-of- pocket expenses directly chargeable to the services provided at the actual cost. Such charges shall be Identified and Included In the monthly invoices and shall be paid as provided for In such invoices. Typical reimbursable expenses include long distance phone charges, postage, express mail, meals and travel expenses when traveling on the CITY's behalf outside of the Tampa Bay Area, computer time charges and identifiable reproduction and facsimile charges. II. INVOICING PROCEDURE A. The ENGINEER shall submit Invoices to the CITY for working accomplished during each calendar month. The amount of each monthly invoice shall be based on the actual time worked at the rates provided In Section IV and out-of-pocket expenses \0083-02.00(AGRMENT.RGB) B-1 I I for lump sum amounts and time charges/out-of-pocket expenses for the work accomplished during the invoicing period. Such invoices shall be submitted by the ENGINEER as soon as practicable after the end of the month in which the work was accomplished and shall be due and payable by the CITY upon receipt. A monthly progress report will be submitted with each invoice. III. MISCELLANEOUS A. Fee Renegotiation: The ENGINEER'S fee presented in this proposal is based on a continuity of those development stages presented. If the ENGINEER'S services continue beyond October 1, 1992, the fees contained in this Attachment shall be subject to renegotiation. Any change in such fees shall apply only to the unfinished service as of the effective date of such change. B. Regulatory Constraints: The CITY understands and agrees that should the CITY direct the ENGINEER to perform a portion of the work prior to receiving the necessary approval from the applicable regulatory agency, and regulatory agency approvals, when granted, require changes to said work, such changes shall be considered as "Additional Services" and the ENGINEER will be compensated for the "Additional Services" in accordance with Paragraph LB. above. C. Rules, Regulations, Ordinances: The CITY understands and agrees that the work outlined in Section I of Exhibit A, Basic Services, and the fees outlined in Section I of ExhibitB, Compensation, are based on the ENGINEER'S performing the service in accordance with the existing City, County, and State rules, regulations and ordinances in effect at the time of execution of this Agreement and that should any changes to such rules, regulations and ordinances be made, the ENGINEER will be compensated for any "Additional Services" necessitated by such changes in accordance with Paragraph LB. above. D. The ENGINEER will keep a separate account for services for each utility (water, sewer, and gas). The ENGINEER will keep a separate account for services to be reimbursed by FOOT. IV. FEE SCHEDULE JOB CLASSIFICATION RATE ($/HOURl $ 95.00 $ 75.00 $ 65.00 $ 55.00 $ 45.00 $ 45.00 Principal Project/Construction Manager Engineer/Planner Designer Field Representative Technician \0083-02.00(AGRMENT.RGB) B-2 .' I Draftsperson Administrative/Clerical 3 Man - Surveying Crew CADD with Operator \0083-02,OO(AGRMENT,RGB) $ 37.00 $ 32.00 $ 68.00 $ 65.00 B-3 I I I MANPOWER ASSIGNMENT ESTIMATE Project Name: Utility Relocation Along US 19 from Drew to Enterprise Project Number: 0083-02.00 PROJECT PRINCIPAL MANAGER DESIGNER TECH. DRAFT . ADMIN. RATE/HR $95 .00 $75 .00 $55.00 545.00 $37.00 $32.00 COST TASK A. FIELD INVESTIGATIONS 16 30 30 32 8 $7,116.00 B. PRELIMINARY DESIGN LAYOUT, PREPARATION OF PRELIMINARY SPECIFICATIONS & INITIAL PERMIT PREPARATION 1. PRELIMINARY DESIGN LAYOUT & PERMIT PREPARATION 16 45 300 300 180 30 542,515.00 2. PRELIMINARY FOOT FORMAT SPECIFICATION, UTILITY RELOCATION SCHEDULE AND REVIEW MEETINGS 8 90 30 50 $10,760.00 3. FINAL DESIGN, FINAL SPECIFICATIONS, PROPOSAL PREPARATION AND PERMIT SUBMITTALS 16 90 90 75 $15,620.00 SUBTOTAL 56 255 450 332 180 163 $76,011.00 SUBCONSULTANTS - SURVEY ALLOWANCE $24,000.00 OUT-OF-POCKET EXPENSES ALLOWANCE $4,800.00 TOTAL UPSET LIMIT $104,811.00 \0083-02.00 \0083-02.00(AGRMENT, RGB) B-4