Loading...
HomeMy WebLinkAbout1998 Draft bridge repair agreementCity of Sebastian 1225 MAIN STREET ❑ SEBASTIAN, FLORIDA 32958 TELEPHONE (561) 589-5330 ❑ FAX (561) 589-5570 May 21, 1998 Mr. Thomas W. Faman, P.E. Mr. Claude Gentil, P.E. Kimley-Horn & Associates, Inc. 4431 Embarcadero Drive West Palm Beach, FI. 33407 Re: Bridge Repairs, Scope and Price Negotiations Dear Sirs; Pursuant to our discussion last week pertaining to scope and price negotiations, wherein it was agreed that I would draft an agreement document appropriate to the special circumstances discussed at the meeting. The attached is offered for your review and comments. Please pay particular attention to the areas in the document that address "Exhibit #1", and "Supplemental Agreements". The intent would be to name the scope and price submittal you are currently working on, Exhibit #1, and enjoin as part of the agreement. Hence, you should frame your scope and price submittal documents around the general wording of the agreement document. It was a pleasure meeting with both of you last week, and I look forward to a continued good business relationship with you. Feel free to contact me direct at 561-388-8241. Sincerely, City of Sebastian Paul Wagner, As o City Mgr./Purchasing Agent Jcc: Ms. Martha Campbell, P.E. PROFESSIONAL SERVICES A( STRUCTURAL ENGINEi (BRIDGES) THIS AGREEMENT made this day o: and between the CITY OF SEBASTIAN, a muni State of Florida, 1225 Main Street, Seb DRAFT ("City") and authorized to do business in the State c onsu ant.") WHEREAS, the City desires to engage a consultant who has special and unique competence and experience in providing Florida Licensed Structural Engineering services for the refurbishment of certain bridges for the City of Sebastian ; and, WHEREAS, the Consultant represents that it has such competence and experience in providing these services; and, WHEREAS, the City in reliance on such representation has selected the Consultant in accordance with its procedure .for selection of consultants; and, WHEREAS, the City and the Consultant desire to reduce to writing their understanding and agreements on such professional services. IT IS, THEREFORE, AGREED as follows: 1. Recitals: The above recitals are incorporated herein as if set forth in their entirety. 1 2. Agreement Document: (a) The Agreement Documents consist of this Agreement, Request for Proposal Invitation, Exhibit #1, Request for Proposal pages one (1) thru seven (7), and all attachments stipulated therein including Bridge Inspection Reports, and modifications issued after execution of this Agreement if any. The intent of the Agreement Documents is to include all items necessary for the proper execution and completion of the Work by the Consultant; performance by the Consultant shall be required only to the extent consistent with the Agreement Documents and reasonably inferable from them as being necessary to produce the intended results. (b) The Agreement shall not be construed to create a contractual relationship of any kind between the City and any sub-Consultant(s), or, between any person or firm other than the City and Consultant. (c) This Agreement is not an exclusive agreement and the City may employ other consultants, professional or technical personnel to furnish services for the City as the City in its sole discretion finds is in the public interest. 3. Employment of Consultant: The City hereby agrees that it may engage the Consultant and the Consultant hereby agrees to perform professional services for the City in accordance with this Agreement. The Consultant may furnish planning, programming, 2 engineering and technical management services for this project, as specifically assigned by the City from time to time as required in connection with the planning and development of various City improvements. The planning, programming, engineering and technical services shall include those stipulated in exhibit #1 at the stated rates and cost therein. Each individual assignment shall be the subject of a separate agreement, written in the City's standard format for the type of services involved, supplemental to this Agreement, and shall be designated "Supplemental Agreement No ", the "number" being in accordance with the sequence in which the assignments are made. The breach of any material condition of any Supplemental Agreement by the Consultant shall be considered a breach of a material condition of this Agreement, and shall constitute grounds for the termination by the City of this Agreement and all Supplemental Agreements in effect at the time of the breach. The Supplemental Agreements shall require the signature of the Consultant and the City Manager. 4. Project Schedules: The Consultant shall perform the services outlined under Paragraph 3 of this Agreement and as specifically established in subsequent Supplemental Agreements in a timely manner consistent with the assignment schedules as mutually agreed upon by the City and the Consultant commencing upon written authorization by the City to proceed with the 3 assignment and terminating upon completion of the Project. 5. Joint Cooieration: By acceptance of this agreement it is agreed and understood by the Consultant that close collaboration and cooperation shall be maintained by the Consultant with representatives of the city, and the City will be entitled at all times to be advised, at its request, of the status of work and of the details thereof. The City shall furnish to the Consultant all pertinent existing information deemed necessary by the Consultant to be relevant to the execution of the Work. The City will have the right to inspect the Work of the Consultant at any time. Either party to this Agreement may request and be granted a conference. 6. Claims: Claims arising from changes or revisions made by the Consultant at the City's request shall be presented to the City before work starts on the changes or revisions. If the Consultant deems that extra compensation is due for the work not covered herein, or in a Supplemental Agreement, the Consultant shall notify the City in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given and the City is not afforded by the Consultant a method acceptable to the City for keeping strict account of actual cost, then the Consultant hereby waives its request for such compensation. The City is not obligated to pay the Consultant if the City is not notified as rd described above. The Consultant may refuse to perform additional work requested by the City until an appropriate agreement is executed by the parties. Such notice by the Consultant and the fact that the City has kept account of the costs as aforesaid shall not in any way be construed as providing the validity of the claim. 7. Termination: The provisions of this Agreement may be terminated by the City with or without cause. If terminated without cause by the City, at least thirty (30) days written notice of such termination shall be given to the Consultant. (1) In the event the City without cause abandons, terminates or suspends this Agreement, the Consultant shall be compensated for services rendered up to the time of such termination on a quantum meruit basis and documents generated by the Consultant shall remain the property of the City as outlined in Paragraph 13. (2) In the event the Consultant terminates this Agreement without cause, all work done, tracings, plans, specifications, maps, computer programs and data prepared by the Consultant under this Agreement shall be considered property of the City. The City may enter into an agreement with others for the completion of the work under this Agreement and the Consultant shall be held harmless for the work of others. 8. Compensation: The City will pay the Consultant in G accordance with the applicable Supplemental Agreement covering the specific assignment involved. For the purposes of this Agreement, lump sum fees or average hourly rates, as shown in Exhibit #1 shall be binding and used as a basis for compensation with reimbursable rates added to determine total fee compensation for each assignment. 9. Payment: The Consultant shall submit monthly invoices for services rendered. The invoices will be based upon work actually completed at the time of billing. A ten percent (10%) retainage may at the discretion of the City be withheld from each payment and paid upon satisfactory completion of the project as determined by the City. The Consultant and the City understand and agree that no work shall be compensated for under this Agreement unless such work is covered by a written Supplemental Agreement which is executed by the Consultant and the City Manager and contains a scope of work, time schedule and basis of compensation. 10. Reimbursement of Costs: The Consultant shall obtain approval from the City Manager prior to incurring any travel or lodging expenses on behalf of the City. Travel expenses for the Consultant, when authorized, shall be paid in accordance with Section 112.061 of the Florida Statutes. 11. Term: This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall extend until the Project is complete or as stated in the bidding ri documents, whichever is more favorable to the City. 12. Covenant Aaainst Contingent Fees: The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 13. Right to Work Products: No reports, data, programs or other material produced in whole or in part under this Agreement shall be subject to copyright by the Consultant, in the United States or in any other country. The City or its assigns shall have the unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data, programs or other material prepared under this Agreement. All tracings, plans, specifications, maps, computer programs and data prepared or obtained under this Agreement shall remain the property of the City and are strictly for use on this project. 7 Any use of any plans and specifications by the City except the use reasonably contemplated by the City at the time the City entered this Agreement will be at the City's risk and Consultant, its officers, directors and employees will be held harmless from such use. 14. r nnel: The Consultant represents that it will secure at its own expense all personnel and sub -Consultants required for services which are necessary as described under the Agreement Documents. All services shall be performed by the Consultant or sub -Consultant and all persons engaged in work under the Agreement shall be qualified to perform such services and authorized under federal, state and local laws to perform such services. Personnel who perform services under this Agreement shall not be employees of the City. 15. Responsibility of the Consultant: (a) The Consultant shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all designs, drawings, specifications, reports and other services furnished by the Consultant under this Agreement. The Consultant shall, without additional compensation, correct or revise any errors or deficiencies in his drawings, specifications, reports and other services. (b) Approval by the City of drawings, specifications , reports and incidental work or materials furnished hereunder shall E3 not in any way relieve the Consultant of responsibility for the technical adequacy of the Work unless work product was based upon errant information provided by the City or its representatives. The City's review, approval or acceptance of or payment for, any of the services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and the Consultant shall be and remain liable in accordance with applicable law for damages to the City caused by the Consultant's negligent performance of any of the services furnished under this Agreement. (c) The rights and remedies of the City provided for under this Agreement are in addition to any other rights and remedies provided by law. 16. Subcontracts and Assianabilit}: The Consultant shall not assign any interest in the work of this Agreement and shall not transfer any interest in the same without the prior written consent of the City. Any sub -contracts or other work which is performed by persons or firms other than the Consultant under this Agreement or any work orders shall have prior written approval of the City Manager. Any sub -contracts or outside associates or Consultants required by the Consultant in connection with services covered by this Agreement or any work orders must be specifically approved by the City Manager. 17. Truth -In -Negotiation: In accordance with the provisions 0 of Chapter 287.055, Florida Statutes, the Consultant agrees to execute a truth -in -negotiation certificate and agree the original contract price and any additions may be adjusted to exclude any significant sums by which the contract price was increased due to inaccurate, incomplete or noncurrent wage rates and other factual unit costs. 18. Interest of Members of City and Others: No officers, members or employees of the City and -no members of its governing body, and no other public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project, shall participate in any decision relating to this Agreement which affects his personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. 19. Certification of Restrictions on Lobbying The Consultant agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the Consultant to any person for influencing or attempting to influence any officer or employee of any Federal acancy, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, 10 renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the Consultant to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with any FDOT Joint Participation Agreement, the undersigned shall complete and submit Standard Form- "Disclosure Form to Report Lobbying" in accordance with its instructions. 20. Interest of Consultant: The Consultant covenants that he presently has no interest and shall not acquire any interest, direct or indirect, which shall conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The Consultant shall not undertake any. professional work which conflicts with his duties as the City's Consultant without the prior written consent of the City during the term of this Agreement. Any work where the Consultant can reasonably anticipate that it may be called to testify as a witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 21. Compliance With the Law: The Consultant expressly I1 agrees to comply with all known laws and regulations relating to providing services under this Agreement. The failure of the Consultant to adhere to any known law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. 22. Waiver: The waiver by the City of any of Consultant's obligations or duties under this Agreement shall not constitute a waiver of any other obligation or duty of the Consultant under this Agreement. 23. Public Entity The Consultant shall file a sworn statement which is attachment entitled PUBLIC ENTITY CRIMES, stating whether a person or affiliate as defined in Section 287.133 (1) Florida Statutes, has been convicted of a public entity crime subsequent to July 1, 1989, in accordance with the provisions of section 287.133 of the Florida Statutes. 24. Releases: Upon the satisfactory completion of any Work performed under a work order and prior to final payment under such work order for the work, or prior to settlement upon termination of this Agreement and as a condition precedent thereto, the Consultant shall execute and deliver to the City a release of all claims against the City arising under or by virtue of the work order. 25. Indemnification: The Consultant shall indemnify and save harmless and defend the City, its agents, servants, and employees from and against any and all claims, liability, losses, 12 or causes of action which may arise from any misconduct, negligent act, or omission of the Consultant, its agents, servants or employees in the performance of services under this Agreement. The City shall, to the extent permitted by law, indemnify and save harmless and defend the Consultant, its agents, servants, and employees from and against any and all claims, liability, losses, or causes of action which may arise from any misconduct, negligent act or omission of the City, its agents, servants or employees in the performance of services under this Agreement. As specific consideration for the indemnification provided the City by the Consultant hereunder, the City shall pay the amount of one ($1.00) by credit upon receipt by the Consultant of this signed Agreement. 26. Drug -Free Workplace: The Agreement documents also consist of the "Drug -Free Workplace Form" which is in accordance with Florida Statute 287.089 and must be signed. 27. Ci 's's Responsibilities: (A) The City shall designate a representative authorized to act on the City's behalf with respect to the Project. The City or such authorized representative shall render decisions in a timely manner pertaining to documents submitted by the Consultant in order to avoid unreasonable delay in the orderly and sequential progress of the Consultant's's services. (B) Prompt written notice shall be given by the City to the Consultant if the City becomes aware of any fault or defect in 13 the Project or nonconformance with the Agreement Documents. (c) If the Project is suspended by the City for more than thirty (30) consecutive days, the Consultant shall be compensated for services performed prior to notice of such suspension. When the Project is resumed, the Consultant's compensation shall be equitably adjusted to provide for expenses incurred in the interruption and resumption of the Consultant's services. (D) Failure of the City to make payments to the Consultant in accordance with this Agreement shall be considered substantial nonperformance and cause for termination. (E) In the event of termination not the fault of the Consultant, the Consultant shall be compensated for services performed prior to termination, together with Reimbursable Expenses then due. (F) If the Basic Services covered by this Agreement have not been completed within the time stipulated , through no fault of the Consultant, extension of the Consultant's services beyond that time shall be allowed without penalty. (G) Payments are due and payable thirty (30) days from the date of the Consultant's invoice. Amounts unpaid sixty (60) days after the invoice date shall bear interest at the legal rate prevailing from time to time at the principal place of business of the Consultant. 28. Governing Law: This Agreement shall be governed by the 14 laws of the State of Florida, and venue for any action pursuant to the Agreement Documents shall be in Indian River County, Florida. 29. Agreement Construed:This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 30. Insurance Requirements: The Consultant agrees to carry insurance, of the types and subject -to the limits as set forth below and maintain said insurance during the life of this agreement: (A) Workers' Compensation - Consultant shall purchase workers insurance as required by law. (B) Commercial General Liability - Consultant shall purchase Commercial General Liability insurance with a combined single limit of at least $1,000,000. (c) Commercial Auto Liability - Consultant shall purchase Commercial Auto Liability insurance with a combined single limit of at least $1,000,000. (D) Professional Liability Insurance - Consultant shall purchase Occurrence form Professional Liability Insurance (Claims -Made) for the services to be rendered with a limit of not less than $250,000. The insurance company selected shall be A+ or better per the Best's Key Rating Guide. The Consultant and the insurance companie(s) shall agree to furnish the City thirty (30) days 15 written notice of their intent to cancel or terminate said insurance. It is the full responsibility of the Consultant to insure that all sub -Consultants have full insurance coverage as stated above. 31. Entire and Sole Agreement: Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all agreements, representations, warranties, statements, promises- and understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor shall in any way rely upon any oral or written agreements, representations, warranties, statements or understandings not specifically set forth in the Agreement Documents. 32. Amendments: The parties may modify this agreement at any time by written agreement. Neither the Agreement Documents nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. THIS SPACE LEFT BLANK INTENTIONALLY. AGREEMENT CONTINUED NEXT PAGE. r] IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. CITY --------------- ATTEST: Kathryn M. O'Halloran CMC/AAE, City Clerk ( SEAL ) Approved to form and content: Valerie F. Settles, City Attorney THE CITY OF SEBASTIAN By: Name: Thomas W. Frame Title: City Manager --------------------------- CONSULTANT ----- Signed, sealed and delivered in the presence of: NAME: NAME: (SEAL) 17 By: Name: Title: tant INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT INTER -DEPARTMENT MEMORANDUM TO: Robert M. Keating, AICP, Director, Community Development Roger D. Cain, P.E., County Engineer Christopher R. Mora, P.E., County Traffic Engineer Jacob Riger, MPO Planner Joseph A. Baird, Director, Budget and Management Will Collins, Deputy County Attorney FROM: James W. Davis, P.E., Public Works Directo SUBJECT: Request by City of Sebastian City Engineer for raffic Impact Fee Funding of Barber Street Bridge over Elkham Waterway REF. LETTER: Martha Campbell to James Davis dated June 28, 1998 DATE: June 10, 1998 The City of Sebastian has a need to replace/widen the Barber Street Bridge over the Elkham waterway. Since the County's and City's 20 year road CIF's include four laving Barber Street, the City is requesting $550,000 to be appropriated from District 3 Road Impact Fee Fund beginning in FY 98/99 for four laning the bridge. The County is currently designing four laning of CR512 (Phase 3) between Roseland Road and I-95. If the funds are appropriated for the bridge, the CR512 project will have to be delayed. Please give me your comments on this request. Attachment: Ref. Letter cc: Martha Campbell, P.E., City of Sebastian City Engineer C:\Coml\Office7\WPWin7\data\DATA98\elkham.jun ❑Kimley-Horn and Associates, Inc. W+. Oct � \CA - 4431 Embarcadero 36ve West Palm Beach, Florida 33407 May 28, 1998 City of Sebastian Engineering Department 1225 Main Street. Sebastian, Florida 34266 Attn.: Ms. Martha Campbell, P.E. City Engineer Re: Florida Licensed Structural Engineer - Repair of Five Bridges RFP No. 001-98 Dear Ms. Campbell: Kimley-Horn and Associates, Inc. is pleased to submit this scope and fee proposal for engineering services for the engineering and design for the repair of the five City bridges included in the above RFP. Our proposal is based on providing contract documents for the repairs required to address the comments in the FDOT Bridge Inspection Reports for each bridge as indicated. The Scope of Services is also based on the information as discussed with yourself and Mr. Wagner on May 19, 1998 at your office. Our proposed Scope of Services, Schedule and Fee are as follows; Page 1 ■ TEL 561 845 0665 FAX 561 863 8175 ❑�❑ Kimley-Horn and Associates, Inc. EXHIBIT 1 Scope of Services Task 1 - Site Evaluation, Coordination and Bridge Concept We will perform an on site review of each of the five bridges to verify existing conditions and note any conditions that may affect the design and repair of the bridges. We will take field measurement for the purpose of estimating quantities and to determine the location of current standard concrete barriers on each bridge. We will review any existing permits from the governing Water Management District and note any conditions that may affect the method in which the bridges are repaired. Task 2 - Preparation of Construction Documents We will prepare the contract documents (Plans and Specifications) for the bridge repairs based on the most suitable bridge geometry determined from Task 1. The bridge contract documents will be in accordance with the Florida Department of Transportation (FDOT) Structure Design Guidelines (1987 through Revision H) and AASHTO "Standard Specifications for Highway Bridges" (I 5th Edition, 1992 with Interim through 1995). The contract documents will be produced in "English" system of measure. The plans will be produced using Intergraph Microstation on 11 "xl7" plan sheets. Specifications for the bridge will be the 1991 Standard Specifications for Road and Bridge Construction, 1994 Supplemental Specifications to 1991 Standard Specifications for Road and Bridge Construction and FDOT technical special provisions that have superseded the 1991 and 1994 Standard Specifications. Special Provisions will be produced for any work not covered by FDOT Specifications. The design for repairs in this task shall consist of: Plans for the removal of existing substandard railings and construction of current standard concrete barriers; Guardrail and Anchorage Plans: Details for the repair of longitudinal deck joints: and repair of spalled concrete areas as identified in Task 1. Page 2 ❑�� Kimley-Horn and Associates, Inc. Task 3 - Submittal and Approval by City on Sebastian We will submit up to 5 copies of the contract documents to the City for their review, comments and approval. We will meet with the City to discuss any major comments, if any, and will incorporate mutually agreed upon issues into the contract documents. Task 4 - Meetings We will be available for up to 3 meetings with the City. These meetings are for coordination, field reviews and reviews of the Contract Documents. Task 5 - Construction Assistance The services to be provided during this task include representation at the pre-bid meetings, responding to Contractor inquires, reviewing bids, and assistance to the City in selecting a qualified Contractor. Upon award, we will attend any pre - construction meetings with the Contractor and the City. During construction, our services may include reviewing the required shop drawings (including one re -submittal of such), conducting field site reviews to oversee and monitor the construction progress, and reviewing Record Drawings of the as -built conditions furnished by the Contractor. At substantial completion stage, a walk-through will be conducted to prepare a final punch list to aid the City in the close-out of the project. Information to be provided by the City of Sebastian The following information will be provided by the City to Kimley-Horn and Associates, Inc. , - All necessary survey and right of way information to design and prepare the bridge contract documents - All utility information, sizes, types, etc. that will be supported on the bridge, - All relevant existing reports such as engineering, environmental, hydraulic, etc. that are relevant to this project. All geotechnical reports related to this bridge project site. Page 3 ��❑ Kimley-Horn and Associates, Inc. It is our understanding that the City will acquire all necessary permits from the Water Management District. It is our understanding that no increase in run-off water from the bridge deck can be directly disposed of into the waterways. Additional Services In addition to the tasks listed above we suggest the City consider the following additional services: • Item A - Widening of Barber Street over Elkham Waterway We would provide plans and contract documents to widen the bridge to the west in order to provide a sidewalk to match the approaches. In the event that the City desires that the bridge be widened to both sides to accommodate future roadway widening we would incorporate this into our design providing a typical section of the widened roadway is made available to us by the City. • Item B - Widening of Englar Bridge over Collier Creek We would provide plans and contract documents to widen the sidewalk on the south side of the bridge to increase the width to approximately 5 feet. The plans would include roadway widening and striping. • Item C - Repair Asbestos Bulkhead at Periwinkle Bridge over Elkham We would provide an on site inspection of the asbestos bulkhead by a certified asbestos technician and coordinate a repair with the Water Management District. • Item D - Improvements to Asbestos Bulkhead at Fleming Bridge We would provide an on site inspection of the asbestos bulkhead by a certified asbestos technician and produce plans and contract documents to cast a concrete retaining wall between the piles directly under the bridge in order to prevent further erosion of the roadway embankment. We would coordinate a repair of the broken section of asbestos sheetpiles adjacent to the bridge with the Water Management District. In addition we are available to provide, as requested and authorized by you, additional services that require analyses or design beyond those described above. These additional services may include, but not limited to: - General Civil Engineering - Structural Engineering Page 4 ❑�❑ Kimley-Horn and Associates, Inc. - Traffic Planning - Signal Design and Analysis - Landscape Architecture - Site Planning - Building Inspection - Pavement Design - Drainage Design - Environmental Engineering - Electrical Engineering Services - Mechanical Engineering Services - Laboratory Testing/Geotechnical Services - Permitting - Construction Assistance Schedule We propose the following schedule to complete our scope of services as expeditiously as reasonably possible. A. Submit Contract Documents ....................... 8 weeks from Notice to Proceed B. Incorporate City of Sebastian .................... 1 weeks from receipt of comments and major issues are resolved Comments and submit Final Contract Documents C. Construction Assistance .............................. On as needed basis Fee We will accomplish the service outlined in Tasks I through 4 for the lump sum fee of $24,600.00 including expenses. Construction Assistance services shown in Task 5, should they be authorized by the City, would be accomplish on the basis of our hourly billing rates in effect at the time the services are provided plus an amount to cover certain direct expenses for the project which would include in-house duplicating, facsimile, mileage, Page 5 ��❑ Kimley-Horn and Associates, Inc. telephone, postage, in-house blueprinting, and word processing. Plans and Contract Documents for the widening of the Barber Street Bridge over Elkham to accommodate a sidewalk (Additional Services Item A) would be performed for the lump sum fee of $17,410.00 including expenses. If the City wishes to widen the bridge to both sides a lump sum cost can be negotiated upon receipt of the typical section of the roadway Plans and Contract Documents for the widening of the sidewalk on the Englar Bridge over Elkham Waterway (Additional Services Item B) including roadway and striping would be performed for the lump sum fee of $9,920.00 including expenses. Because the repairs allowed by the Water Management District have not been determined the engineering work for the repair/ improvements to asbestos bulkheads at Periwinkle and Fleming (Additional Services Items C and D) would be performed on a time and materials basis, or upon having specific repair procedures identified a lump sum cost could be negotiated at a later date. Closure All fees and times stated in this agreement are valid for 60 days after the date of agreement by the Engineer. We are prepared to begin work on this project immediately and will be happy to answer any questions relative to these services. We appreciate this opportunity to submit this scope and fee. Please contact me if you have any questions. Very truly yours, KIMLEY-HORN AND ASSOCIATED, INC. Thomas W. Farnan, P.E. Senior Structural Engineer attachment: Cost Estimate Page 6 111451111 Claude M. Gentil, P.E. Project Manager