03. Streetscape Design Consultant ContractCity of Kalispell Public Works Department
Post Office Box 1997, Kalispell, Montana 59903-1997 - Telephone (406)758-7720, Fax (406)758-7831
REPORT TO: Mayor and City Council
FROM: Jim Hansz, Director of Public Works
SUBJECT: Streetscape Design Consultant Contract
MEETING DATE: November 19, 2001
BACKGROUND: At the September 17s' meeting, the City Council authorized the Public Works
Department to proceed with the selection process for a Streetscape Design Consultant. A project
scope was developed and a request for qualifications and proposals was met with submittals from
three teams: Morrison Maierle/Fischer Associates, Thomas, Dean & Hoskins/Sitescape
Associates, and Robert Peccia/ CTA Architects. Interviews were conducted on October 26d' and
from that the team of Thomas, Dean & Hoskins/Sitescape Associates was determined best able
to meet the requirements of the community for this work.
Over the past ten days we have developed a detailed scope of work, an acceptable
schedule and a fee that is consistent with that originally anticipated for the design effort. The
work scope is all-inclusive upon the consultant from this point forward through the award of a
construction contract not later than June 17, 2002, the date of the last regular City Council
meeting before expiration of the Downtown Urban Renewal District. The work includes all
design elements of the project described on the City's design report, preliminary designs,
estimates, pubic work shops, development and coordination of a Citizen Advisory Group,
Council work shops, reviews and approvals by MDT, final designs and estimates, plans,
specifications and contracts, and bid services. Construction management services will be
separately negotiated at the appropriate time in the future. The negotiated fee is $189,714.00.
This is approximately 8% of the preliminary construction cost estimate.
RECOMMENDATION: Staff recommends award of a streetscape project design contract to
Thomas, Dean & Hoskins/Sitescape Associates in the amount of $189,714.00 to be paid from
funds allocated for this purpose within the current budget of the Downtown Urban Renewal
District.
ACTION REQUESTED: Motion to authorize the Public Works Department to award a contract
for design of the Kalispell Downtown Streetscape Project to Thomas, Dean & Hoskins/Sitescape
Associates.
FISCAL IMPACT: Expenditure of Urban Renewal District funds, totaling $189,714.00.
ALTERNATIVES: As recommended by the City Council.
Respectively
James=PublicWork
Chris A. Kukulski
Direcgineer City Manager
Report compiled November 8, 2001
Attachment: Design Contract
AGREEMENT TO FURNISH the CITY OF KALISPELL
ENGINEERING SERVICES for DESIGN of
KALISPELL DOWNTOWN STREETSCAPE PROJECT
For the consideration hereinafter set forth Thomas, Dean & Hoskins, Inc., (hereinafter referred to
as the ENGINEER), agrees to provide engineering and related services as described herein to
THE CITY OF KALISPELL (hereinafter referred to as the OWNER) for a project generally
described as the " KALISPELL DOWNTOWN STREETSCAPE PROJECT."
The project will involve all engineering, landscape architecture and design, permit assistance,
project design coordination, inter -agency review coordination, preparation of plans, estimates and
specifications, and all other engineering, architectural and coordination tasks related to the design
of a streetscape improvement and beautification project for downtowh Kalispell.
ARTICLE 1. SCOPE OF SERVICES
The ENGINEER agrees to provide required engineering, design and related services for the
OWNER's Project. The services to be provided, and the compensation for such services, shall be
as mutually agreed to in this Agreement, executed by both parties and as described in the attached
Scope of Services. Unless otherwise indicated, execution of this Agreement by the OWNER shall
constitute notice to and authorization for the ENGINEER to proceed with the services enum-
erated in the Agreement.
ARTICLE 2. BASIS OF COMPENSATION
A. BUDGET
The budget for the Scope of Services of this Agreement has been agreed upon by the parties to
this agreement. The Scope of Services, by this reference, is hereby made a part of this Agreement.
B. COMPENSATION
As consideration for providing the services described as:
For the work detailed in the attached Scope of Services, the OWNER shall pay the ENGINEER
for time and materials, as shown in the fee and manhour estimate, up to a total not to exceed
$189,714.00. Pay requests shall be submitted and payment shall be made as described in Article 3.
C. CHANGE OF SCOPE OR PERSONNEL
The Scope of Services and its related budget for this Agreement shall be limited to the scope and
budget so contained herein. Changes in the indicated Scope of Services shall be subject to
renegotiation and shall be implemented by a formal amendment to this Agreement. ENGINEER
shall notify OWNER of any changes in personnel assigned to this project and shall obtain
concurrence of OWNER prior to such changes.
D. ADDITIONAL SERVICES
Additional services not specified in Article 1 and subsequently requested by the OWNER shall be
described and the cost thereof outlined in a formal amendment to this Agreement. Services
required for the timely completion of work described in Article 1 but not specifically described in
the Scope of Services shall not be considered as additional services for the purpose of this section.
E. LITIGATION ASSISTANCE
The ENGINEER will not be obligated to provide expert witness or other litigation support related
to its services, unless expressly agreed in writing. In the event the ENGINEER is required to
respond to a subpoena, government inquiry or other legal process related to the services in
connection with a proceeding to which it is not a party, the OWNER shall reimburse the
ENGINEER for reasonable costs and compensate the ENGINEER at the rates shown in the
Scope of Services for reasonable time incurred in gathering information and documents and
attending depositions, hearings, and the like.
ARTICLE 3. PAYMENT FOR SERVICES
Payment to the ENGINEER, as prescribed in Article 2, shall be made as follows:
A. REQUEST FOR PAYMENT
The ENGINEER shall submit pay requests in a consistent detailed format. The submittal shall
include a summary sheet to indicate total Professional Services, Reimbursable Expenses,
Subcontracted Services and Total Payment Requested. Additional sheets shall be attached as
necessary to describe hours worked and billable rates for each employee, itemized reimbursable
expenses and itemized subcontracted services, including hours worked and billable rates for all
subcontractors' employees.
B. PAYMENT FOR SERVICES
For all services described in Article 1 and subsequent amendments, payment is due within 30 days
after the OWNER's receipt of the ENGINEER's pay request. Payment shall be for actual
invoiced costs but shall not exceed the total amount shown in Scope of Services, subject to
amendment as described in Article 2.
ARTICLE 4. OBLIGATIONS OF THE ENGINEER
A. AUTHORIZATION TO PROCEED
The ENGINEER will not begin work on any of the services listed in Article 1 until the OWNER
directs him to proceed. Authorization to proceed on work elements not defined in this Agreement
as to scope, cost, and time for completion shall be in the form of a formal amendment as
previously described.
B. STANDARD OF CARE
The ENGINEER will perform the services described in this Agreement and in any work release
documents or change orders, which are issued under this Agreement and signed by both parties.
In performing the services, the ENGINEER will exercise the degree of care and skill ordinarily
exercised by reputable companies performing the same or similar services in the same geographic
area. The ENGINEER is obligated to provide only those services, which are described in this
Agreement, in work release documents signed by the ENGINEER or in change orders signed by
the ENGINEER
C. CONFIDENTIAL INFORMATION
Confidential information shall be designated as such by the OWNER. The ENGINEER and his
subcontractors will not disclose confidential information provided by the OWNER or developed
by the ENGINEER and his subcontractors in the course of its services without the OWNER's
specific prior written consent.
ARTICLE 5. OBLIGATIONS OF THE OWNER
A. AUTHORIZATION TO PROCEED
The OWNER shall authorize the ENGINEER to proceed on the tasks detailed in the Scope of
Services by executing this Agreement.
B. OWNER -FURNISHED DATA
The OWNER shall provide to the ENGINEER all technical data in the OWNER's possession,
including previous reports, maps, surveys, borings, and all other information required by the
ENGINEER and relating to the ENGINEER's work on the project. Such information shall
include, but not be limited to, the OWNER's requirements for the project, any design criteria or
constraints, and copies of design and construction details or standards that OWNER requires to
be included. The ENGINEER may rely upon the accuracy, timeliness, and completeness of the
information provided by the OWNER in performing ENGINEER's services to the OWNER.
C. ACCESS TO FACILITIES AND PROPERTY
The OWNER shall make its system facilities and properties available and accessible for inspection
by the ENGINEER and provide labor and safety equipment as reasonably required by the
ENGINEER and as authorized by OWNER-
D. ACCESS TO PRIVATE PROPERTY
The ENGINEER shall obtain permission for access from individual property owners, as necessary
to perform required services on private property.
E. TIMELY REVIEW
The OWNER shall examine all studies, reports, sketches, drawings, specifications, proposals, and
other documents presented by the ENGINEER, obtain advice of an attorney, insurance counselor,
accountant, auditor, and other consultants as the OWNER deems appropriate for such
examination and render in writing decisions pertaining thereto in a timely manner so as to not
delay the services of the ENGINEER-
F. PROMPT NOTICE
The OWNER shall give prompt written notice to the ENGINEER whenever the OWNER
observes or otherwise becomes aware of any development that affects the scope or timing of the
ENGINEER's services or any defect in the work of the ENGINEER or Contractors.
ARTICLE 6. GENERAL LEGAL PROVISIONS
A. FORCE MAJEURE
The OWNER shall not be responsible for any delay or failure of performance caused by fire or
other casualty, labor dispute, government or military action, transportation delay, inclement
weather, Act of God, act or omission of OWNER or its contractors, failure of OWNER or any
government authority to timely review or to approve the services or to grant permits or approvals,
or any other cause beyond the OWNER'S reasonable control.
B. INDEMNIFICATION
Indemnification by OWNER.:
The OWNER agrees to indemnify, hold harmless and defend the ENGINEER from and against
any and all liabilities, demands, claims, causes of actions and judgments (including costs and
reasonable attorneys fees) which the ENGINEER may incur, become responsible for or pay out as
a result of death or bodily injury or threat thereof to any person, destruction of or damage to any
property, contamination of or adverse effect on natural resources or the environment, any
violation of local, state, or federal laws, regulations or orders, or any other damages claimed by
third parties, including without limitation any arising out of or related to hazardous materials or
substances and including costs of response or remediation arising out of the application of
common law or laws imposing strict liability, based on or arising in whole or in part from the
negligent acts or omissions or willful misconduct of the OWNER, its employees, agents and
subcontractors.
Indemnification by ENGINEER:
The ENGINEER agrees to indemnify, hold harmless and defend the OWNER from and against
any and all liabilities, demands, claims, causes of actions and judgments (including costs and
reasonable attorneys fees) which the OWNER may incur, become responsible for or pay out as a
result of death or bodily injury or threat thereof to any person, destruction of or damage to any
property, contamination of or adverse effect on natural resources or the environment, any
violation of local, state, or federal laws, regulations or orders, or any other damages claimed by
third parties, including without limitation any arising out of or related to hazardous materials or
substances and including costs of response or remediation arising out of the application of
common law or laws imposing strict liability, based on or arising in whole or in part from the
negligent acts or omissions or willful misconduct of the ENGINEER, its employees, agents and
subcontractors.
C. INSURANCE
The ENGINEER shall acquire and maintain statutory workmen's compensation insurance
coverage. ENGINEER shall acquire and maintain bodily injury and property damage insurance
coverage in an amount not less than seven hundred fifty thousand ($750,000) dollars for each
claim and one and one- half million ($1,500,000) dollars per occurrence. The ENGINEER shall
acquire and maintain bodily injury liability automobile insurance coverage in an amount not less
than seven hundred fifty thousand ($750,000) dollars for each claim and one and one- half million
($1,500,000) dollars per occurrence and property damage liability automobile insurance coverage
in the amount of fifty thousand ($50,000) dollars for each occurrence. The ENGINEER shall
acquire and maintain catastrophe or excess insurance coverage in the amount of one million
(1,000,000) dollars for each occurrence and one million (1,000,000) dollars for each aggregate
with ten thousand ($10,000) dollars deductible amount. The ENGINEER shall acquire and
maintain professional liability insurance coverage in the amount of one million ($1,000,000)
dollars with a forty thousand ($40,000) dollar deductible amount.
D. TERMINATION
The OWNER for its convenience may terminate this Agreement by giving 30 days' written notice
to the ENGINEER.
This Agreement may be terminated by either party upon 30 days' written notice should the other
party fail substantially to perform in accordance with this Agreement through no fault of the other
or if the project is stopped by conditions beyond the control of the OWNER.
In the event of termination, the ENGINEER shall be paid in full for all work previously
authorized and performed up to the termination date, plus termination expenses if termination is
not caused by failure of the ENGINEER to perform.
If no termination is implemented, relationships and obligations created by this Agreement shall
terminate upon completion of all applicable requirements of this Agreement.
E. SUSPENSION, DELAY, OR INTERRUPTION OF WORK
The OWNER may suspend, delay, or interrupt the work of the ENGINEER on the project for the
convenience of the OWNER or for reasons beyond the control of the OWNER or ENGINEER.
In the event of such suspension, delay, or interruption, an adjustment in compensation due the
ENGINEER shall be made for all increases in cost of the ENGINEER's performance under this
Agreement, including personnel relocation and/or replacement costs, and all other identifiable
labor and expense costs.
F. ASSIGNMENT
This Agreement is to be binding on the heirs, successors, and assigns of the parties hereto and is
not to be assigned by either party without first obtaining the written consent of the other. No
assignment of this Agreement shall be effective until the Assignee assumes in writing the
obligations of the assigning parry, and delivers such written assumption to the other original party
to this Agreement.
Use of subconsultants by the ENGINEER for technical or professional services shall not be
considered an assignment of a portion of this Agreement.
Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than
OWNER and ENGINEER.
G. LITIGATION
In the event either party to this Agreement shall be required to bring an action against the other
parry to enforce this Agreement, or any portion thereof, the prevailing party shall be entitled to
reasonable attorney fees and costs therefore in addition to any damages that may be awarded.
H. VENUE
In the event of litigation concerning this Agreement, venue shall be in the Eleventh Judicial
District in and for the County of Flathead, Montana, and this Agreement shall be governed by the
laws of the State of Montana both as to interpretation and performance.
ARTICLE 7. GENERAL PROVISIONS
A. ACCESS TO DOCUMENTS
The ENGINEER shall provide access to any of the documents relating to this project to the
OWNER, the City of Kalispell, or authorized representative of the above during normal working
hours.
B. RECORDS
The ENGINEER shall maintain project and financial records for this project for at least three
years after final payment and closure of the project.
6
C. REPRODUCIBLE COPIES
Reproducible copies of planning and design drawings and specifications shall be made available to
the OWNER upon request.
D. 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 solely for the ENGINEER, to solicit or secure this
Agreement, and that he has not paid or agreed to pay any company or persons, other than a bona
fide employee working solely for the ENGINEER, any fee, commission, percentage, brokerage
fee, gifts, or any other consideration, contingent upon or resulting from the award or making of
this Agreement. For breach or violation of this warranty, the OWNER 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 fill amount of such fee, commission, percentage,
brokerage fee, gift, or contingent fee.
E. SCHEDULE
All work for the design of the Kalispell Downtown Streetscape Project shall be completed in
accordance with and to meet the milestones designated on the schedule included in the Scope of
Services.
ARTICLE 8. ATTACHMENTS, SCHEDULES, AND SIGNATURES
A. AGREEMENT DESCRIPTION
This Agreement (consisting of pages 1 through 7, inclusive) and attached Scope of Services, fee
and manhour estimate, and schedule constitute the entire Agreement between the OWNER and
the ENGINEER and supersedes all prior written or oral understandings. This Agreement may
only be amended, supplemented, modified, or canceled by a duly executed written addendum.
DATED this day of 2001.
CITY OF KALISPELL
By
Chris A. Kukulski, City Manager
THOMAS, DEAN & HOSKINS, INC.
By
7
Thomas, Dean & Hoskins, rna
TD�c
Engineering Consultants
I
SCOPE OF SERVICES
KALISPELL DOWNTOWN
STREETSCAPE PROJECT
PROJECT DESCRIPTION
The project includes Streetscape Improvements design within the Kalispell Central Business District
bounded by First Avenue East and First Avenue West from Center Street to Fifth Street. The following
Scope of Services refers to those improvements specifically depicted in the DOWNTOWN KALISPELL
STREETSCAPE IMPROVEMENT PROJECT: Traffic Impact and Analysis, dated September 2001. The
proposed improvements are described in the report and estimated quantities for specific features are
included in the cost estimate tables. A graphic depiction (Figure 8) of the project area and proposed
improvements is attached with this scope.
SCOPE OF SERVICES
1. PROJECTSTARTUP/PUBLICINVOLVEMENT.
The project startup includes initial meetings with Public Works and a formal startup meeting with City
Staff, MDT, Utility Companies and other interested parties. TD&H will arrange and lead the startup
meeting, record minutes and provide summaries.
Public Involvement will include an initial news release to media and a newsletter mailed to all interested
parties, businesses and adjacent landowners. TD&H will lead the formation of the Citizens Advisory
Committee (CAC). We estimate the CAC will meet for 1-hour sessions on a bi-weekly basis through
preliminary and final design and ending with the final review by Public Works and MDT. TD&H will
provide a conference room for the startup and CAC meetings. Public involvement tasks will also include
two public/council workshops, which will be conducted by TD&H at City provided facilities. TD&H will
coordinate the workshops, present the project and take comment. The workshops will be a combination of
"open house" and formal presentation. TD&H will provide all displays for project concepts and design
features. Design Staff from TD&H and Sitescape will be present to interact with the public, present the
project, and take written and oral comments.
The Final aspect of Public involvement will take place as a Public Hearing at the City Council Meeting
when TD&H and Public Works request authorization to solicit bids. TD&H will attend the meeting,
present the final design to Council and Public and answer any remaining questions.
2. TOPOGRAPHIC SURVEY.
The City will provide the initial topographic survey, which will be delivered to TD&H in electronic
format compatible with AutoCAD. The topographic survey will be "processed data" and will include all
Page I of 4
applicable 3-dimensional breaklines, accurate property boundaries, rights -of -way, underground utility
lines, detailed location of all street features, signs, buildings, building access areas, above -ground utilities,
traffic signals, lights, trees, curbs sidewalks and any other physical objects within the proposed project
limits.
TD&H will provide pickup surveys to obtain additional data required for design but not included in the
original survey. TD&H will notify the City of the need for additional data prior to initiating this work.
3. BASE MAP PREPARATION.
All survey data supplied by the City will be incorporated into a base map for future plan development.
Existing utility location maps will be collected along with currently available aerial photographs and the
data will be used to augment and verify the base map.
13
TD&H will research geotechnical records from previous work in the project area. Based on findings from
this data, we will verify the subsurface soils with backhoe test pits or core drill sampling. We estimate a
maximum of 6 — 8 cores will be required to verify soils information. TD&H will provide a Geotechnical
Engineer to evaluate all data. A report on the investigation will be included in the Preliminary Design
Report.
5. PBELIMINARYDESIGN.
Preliminary design services will include the following:
a.) Storm Drainage Evaluation. A TD&H Design Engineer will evaluate existing storm drainage
from plans and base map. Preliminary Storm Drainage Plans will be developed. Evaluation
results and calculations will be included in the Preliminary Design Report.
b.) Signage Inventory. TD&H will conduct a sign survey that will identify the type and location
of current signs. A preliminary plan to remove, relocate or revise the street signs will be
developed. Street sign proposals will be presented at Public Workshops. The Preliminary
Design Report will include concept recommendations.
c.) Preliminary Design Layout. The Design Layout will be accomplished in two phases —
conceptual and preliminary plans. TD&H will develop schematic layouts for quick
development of Public and City/MDT consensus. After initial comment the preferred design
approach will be incorporated into the electronic base map and preliminary plan sheets will
be generated.
d.) Preliminary Landscape Architecture. Sitescape Associates will provide all landscape
architecture services as a sub -consultant to TD&H. The Landscape Architect will provide
overall streetscape concepts for initial comment. Streetscape design will include:
architectural concrete; decorative lighting style; street furniture; signage; landscaping; street
trees; irrigation considerations; and other artistic embellishments that meet consensus and
budget considerations.
e.) A Preliminary Design Report. Will be developed to identify, in detail, all design features and
materials. The report will include: intersection geometry; street layout; streetscape design
features and materials; street lighting and electrical design; street sections; future
maintenance issues; geotechnical considerations; storm drainage; traffic signal modification
Page 2 of 4
recommendations; landscape design. Engineering calculations, costs and support data will be
included in the Appendices.
f) Preliminary Cost Estimates. TD&H will prepare cost estimates based on the proposed
design. Cost estimates will be based on past and current, local bid prices from TD&H's bid
tabulation database. MDT published bid prices will be used to verify the estimates. The
estimates will include construction costs, construction management and inspection and a 10-
15% contingency.
The Preliminary Cost Estimates will identify individual design features and their associated
costs as well as overall construction costs. This will allow construction features to be judged
along with their relative costs.
6. PRELIMINAR Y DESIGN RE VIE W.
TD&H will prepare a design review package for City and MDT review. The review package will include
the Design Report, Plans, Specifications and Cost Estimates. The Project Manager will meet with each
Reviewer to facilitate design understanding. After reviews are complete, TD&H Staff will meet with
Reviewers to discuss comments and develop a consensus for proceeding with final design.
7. FINAL DESIGN APPR OA CH.
TD&H will take all comments and recommendations from reviewing agencies and prepare a written
document addressing comments and detailing the proposed final design approach. The second
Public/Council workshop is scheduled to take place during the review period. TD&H will discuss public
comment with the review agencies and incorporate appropriate comments and CAC recommendations
into the final design approach.
8. FINAL DESIGN.
Final plan development will include plan sheets for the construction of the following design items:
a.) Street design - plan and profile.
b.) Sidewalk design - plan with grades and details for patterns and surface treatment.
c.) Storm drainage — plan and profile.
d.) Intersection details —plan with grades and details for patterns and surface treatment.
e.) Landscape architectural design plans.
f.) Street furniture layout and signage plan.
g.) Architectural concrete — plan and details.
h.) Decorative lighting — plan and details.
i.) Street lighting — plan and details.
j.) Electrical plans for lighting.
k.) Irrigation — plan and details.
9. FINAL SPECIFICATIONS.
Technical specifications will be provided which comply with City and NOT Standards. Montana Public
Works Standard Specifications (MPWSS) will be used with specific modifications to clarify City/MDT
Standards. Special Provisions will be included to cover construction items not in MPWSS or to better
Page 3 of 4
define tolerances and an acceptable f rushed product. The Preliminary Design Report will be modified
and prepared as a separate Final Design Report for review.
10. BID & CONTRACTDOCUMENTS.
Bid and contract documents will be developed to provide all required documents for bidding and
construction contracts. The bid and contract documents will include Bid Proposal, General Conditions,
Supplementary Conditions, Wage Rates, Bond Forms, Contract, Measurement & Payment, Insurance,
Liquidated Damages, Information for Bidders and the Advertisement for Bid. A separate Engineer's
Estimate will be prepared for the City, which will detail estimated construction costs.
The Bid Proposal will be structured with separate "Schedules" for different sections of the construction
project. TD&H will recommend and the City will decide which portions of the project should be
included in each schedule. The contract documents will be written so the City can award the contract for
any number of schedules. This will allow flexibility in construction costs and construction time. The
Engineer's Estimate will also follow the Schedule format which will allow the City to fit the scope of
construction to the available budget.
11. OA/OCREVIEW.
TD&H will conduct an internal review of the entire package of plans, specifications and bid documents.
A Senior Engineer, other than the Project Manager will be assigned to conduct the review.
12. FINAL REVIEWS — CITY, MDTT, PUBLIC.
Final construction document sets will be prepared and delivered to the City and MDT for final review
comments. The Project Manager will deliver the documents and meet with Reviewers to discuss the final
design and bid process. After receiving comments, final revisions will be made and TD&H will conduct
the Final Public Hearing (included in Item No.1) and request City Council authorize the bid process.
13. BID PROCESS.
After Council approves bidding, TD&H will deliver the Advertisement for Bid to Public Works for
signatures and publishing as required. TD&H will produce and distribute bid documents, conduct a pre -
bid meeting, answer contractor questions and prepare any necessary addenda. TD&H will attend the bid
opening and prepare certified bid tabulations for all bidders. After certifying bids, TD&H will
recommend award to the City. Finally, TD&H will prepare and deliver a Notice of Award to the
Contractor approved by City Council.
14. CONSTRUCTIONADMINSTRATION.
Construction administration tasks are not included in the Scope of Services and will be negotiated prior to
the pre -construction meeting.
Page 4 of 4
Thomn4 Dew & Hoeklnq Inc. ��
Bngmevivg Cw�m�uvn / f
PREOJECT SCHEDULE
KALISPELL DOWNTOWN STREETSCAPE PROJECT
TASK/MILESTONE DATE
Notification of Award
November 14, 2001
Detailed Project Scoping
October 30 — November 7, 2001
Design/Construction Contract
November 14, 2001
Topographic/Design Surveys (by others)
Complete November 9, 2001
Base Map Development
November 15 - 20, 2001
Preliminary Design — Schematic
November 15 —December 8, 2001
Workshop—Public/Council
December 10, 2001
Preliminary Design with Costs
December 8 — January 11, 2002
MDT/Kalispell Public Works Preliminary Review
January 11 — 21, 2002
Workshop Public/Council
January 14, 2002
Notice to Proceed with Final Design
January 21, 2002
Final Design/Construction Documents
January 22 — March 25, 2002
MDT/Kalispell Public Works Review
March 25 — April 25, 2002
Final Plan Revisions
April 25 — May 10, 2002
Contract Documents
April 10 —May 10, 2002
City Council Authorizes Bid
May 6, 2002
Produce Bid Documents
May 10 —15, 2002
Advertise for Bid
May 16, 2002
Advertise for Bid
May 23, 2002
Advertise for Bid
May 30, 2002
Open Bids
June 6, 2002
Recommend Award to City
June 13, 2002
Certified Bid Tabulations
June 13, 2002
City Council Awards Contract
June 17, 2002
Construction
July 1 — November 30, 2002
FEE and MANHOUR ESTIMATE
ENGINEERING DESIGN, SPECIFICATIONS, BID DOCUMENTS AND CONSTRUCTION
7HOMAS, DEAN HOSKINS, INC. KALISPELL DOWNTOWN STREETSCAPE PROJECT
1117/2001
TASK
-
Project
Design
Landscape
Survey
Surveyor
Drafter/
Electrical Geotechnical Clerical
DESCRIPTION
Manager
Engineer
Architect
Crew
Technician
Engineer Engineer
Preliminary Desl n
Topographic Surveys..._-_... . .- -----
........--2
q
40
- --
Storm Drainage Evaluation
q
20
Geotechnical Investi anon
------------------...-...-.-----------------
2
-.--_--2----
2
------__.�-
32
--
Si�nage Inventory
. __--__16--
--
-
Existing Utility Locations/Maps
_ _.....___ ..........- ....--.._
.-.-_
q
12
32
ase ap Preparation _
— -----
2
......._... __...__..........
g
_...-----
,-
--
-qp.-....-_
..-60--.._.
.. _�----
Preliminary Design La��out_ _
--
20
----
60
--
24
---`
- ----
240
-�—
16
...-.-..----
_
Desi n Re ort &Materials Ident�cation __
---P V4
2
12
8 ���--
26
'----
52
-------------
--`---------
Prelimina Landscape Architecture
-
qg
-'�—
40
-
-
Street Fumiture
2
2
12
8
Decorative Lighting
- 2
4
12
48
20
Street Lightin9 &Signal Moditicahon
_-- —
-- 2
88
24--
Prelimm--- - --st Estimates
-.. ......
12
--
4
8
`-
-----
- 20
2
-- ---
`--.
.....-.._...... ........-.
Irrigation Considerations - --
.....
2
............... ...__
........ _ __.
g
...
._-.___
....--------
--.-----------
4
-----------...
_
CRY Review --
- -.--
8
...._ 4..--
-..-.-...___—
......-_ .-.__ .
MDT Review
- . 16
`4 ---
- -- ---
--..-. .. _ _ .....
. .... ....__
-`_
..._
-
Public/Council Workshops/Advisory Committee
40
16
36
----"—-
Final Design Approach
g
4 -
-
_ 60
2
Sub -Total Preliminary Design Hours
126
148
172
40
60
222
117
32
12
Final Design
Street Design, grades _
- —"— -__...
_......._ 4
40
96
Sidewalk Design
------ .._----- . -.__._
4
. ,...._..
20__.......—
_
Storm Drainage ..—. _......-----------.—. ..
..
4
4-
.- .._
.
qg
"-
96
Intersection Details � __
,__60 —
-
�-
180
- --
Street Plan Draftinm
_... .---__._..._......-----
4
-
24
180
.-
-
Irrigation Design
24
Public/Council Workshops/Advisory Committee
40
_
16
36
60
'-
Specifications
4
40
24
12
4
16
Bid & Contract Documents
4
16
64
2
Final Design Report & Reviews
24
4
8
12
6
8
Decorative Li htin --
4
2
16
56
18
8
Street Lighting2
8
2
56
18
Landscape Architectural Design
2
36
96
Street Fumiture/Signage
2
2
16
32
Architectural Concrete
2
2
8
12
QA Review
16
4
12
8
2 1-1
Sub -Total Final Design Hours
124 1
1 286
246
0
0 1
1016
50
32
TOTAL HOURS
250
434
418
40 1
1 60
1638
167 1 1
TOTAL COST FOR LABOR $20,000.00 $3472000 $2821500 332000 $321000 =$2,50
TOTAL EXPENSES AND REIMBURSABLES (from page Z
1 ,607.00
TOTAL ESTIMATE FOR PROJECT
$188,714.00
KAL-STREETSCAPE-MANHOUR-EST.)ds
Page 1
REIMBURSABLES & EXPENSE ESTIMATE
ENGINEERING DESIGN, SPECIFICATIONS, BID DOCUMENTS AND CONSTRUCTION
THOMAS, DEAN HOSKINS, INC. KALISPELL DOWNTOWN STREETSCAPE PROJECT 11/7/2001
Expenses/Reimbursables
Amount
TOTAL
Mileage/Vehicle
400 mi. @ $0.40 $160.00
Computer
8 months @ $500/month $4,000.00
Plotting, printing plan sheets, bid documents
$2,500.00
Photos
_
$75.00
Misc. copies, faxes, etc.
$200.00
Geotechnical Core Drilling
20 hrs @ $150/hr $3.000.00
Public meeting presentation materials
$500.00
Survey Instrument
1 week @ $320 $320.00
Direct Costs - Electrical, Signals, Street lighting
Prelim. Design - $970; Final Design - $882 jj&U.00
Total Expenses
$12,607.00
$12,607.00
KAL-STREETSCAPE-MANHOUR-EST.As Page 2
Thomas, Dean & Hoskins, Inc.
April 1, 2001
Rate Schedule
TASK
HOURLY RATES
#3
1 Principal
$140.00
Senior Engineer II
$102.00
Engineer
$80.00
Junior Engineer
$57.00
k46
Production Mgr./Const.Tech.
$70.00
Engineering Technician
$54.00
Construction Manager
$80.00
Lab Technician
$37.00
#12
Senior Draftsperson
$44.00
#13
Clerical
$30.00
#7
Registered Land Surveyor/Survey Party Chief 1
$53.50
#9
Inspector
$53.00
#9
InspectorIl
$50.00
# I
Survey Party Chief
$47.00
#2
Surveyor
$36.00
Vehicle Use - $10.00/day
All rates plus mileage Qa $0.50
Out of Pocket Cost - Charged at actual cost plus 10%
Outside Services - Charged at actual cost plus 5%
Fax Rates
Sending $1.00/sheet
Receiving No Charge
Global Positionone
Monthly $4800.00
Weekly $1300.00
Daily $ 440.00
Nuclear Densitv Machine
Monthly Rate: $400.00
Weekly Rate: $150.00
Daily Rate: $ 50.00
Hourly Rate: $ 8.00
(Minimum $25.00)
Plotter (In -House)
Bond $0.90/SF
Mylar $1.30/SF
Printine
Mylar $2.00/SF
Black/Blue Line $0.20/SF
Copy Machine $0.10/copy
Computer with Cadd Software
Monthly Rate:
$500.00
Weekly Rate:
$180.00
Daily Rate:
$ 60.00
Hourly Rate:
$ 10.00
(Minimum $10.00)
Plottin z Charee Bond Paper
Other Architect/Eng. Firms
First 100 SF $1.10/SF
Over $0.90/SF
Plus Labor at above rates
Lietz 3 with Field Book & Software
Monthly Rate: $1200.00
Weekly Rate: $ 320.00
Daily Rate: $ 110.00
Hourly Rate: $ 20.00
(Minimum $50.00)
- 1
o
Fj
PROPOSED IMvRO<MENTS
Second Avenue East
l
I
_
1l
- g
g
PEXOVP PgRKINL
AK
flEStRICiION
g i-6 PM) i0 PflUNUE
rnD[NfD smfwAEK
PROPO$fD 1REF
I_
f t
i
-_
I
�, :'
flIGMT NFN LANE
S
EMISTING TNCE
SENI-A TO
-
OPERATION
OPERg110N
2
N5i
,��a
®
•
g
s
g'
gg Ln
g
�n �a
s
g
Zm'
CXANGE TD d
LuJ
U S
a
SENI-gCNnTED
DPERgiION
-------
------
UP
—__----
J20
®
------
----_—
a
LLFY
LL
€
55
i g
Szt
8[
£
JIL
Valley Sank
❑
I.
cc
¢¢
� �
�
IQFy
OL
ve est
J
a
CO 43)
u
f
"
U
6
004
i
❑
p
❑��
OLL,,
r
w
DID
0Oi_
(n
W¢
Q
F
CXANCE TO
SEUI-ACTVAtED
¢
~
ED
6
E'
GANGE TO
SEMI-ACTTATED
F
W Q
LL J
m
F
F
w
O
OPERATION
❑
N
OPERATION
DO0
91FFi
Z
m
W.
ID
ED
N
so
0 Do 160
(SCALE IN FEET)
Of