HomeMy Public PortalAboutORD13735 BILL NO. 2004-26
SPONSORED BY COUNCILMAN _ Martin
ORDINANCE NO. / �' ';� ✓
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JACOBS
ENGINEERING FOR DESIGN OF THE MOREAU PUMP STATION.
WHEREAS, Jacobs Engineering has been selected as the firm best qualified to provide
professional services related to the Design of the Moreau Pump Station
project;
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Jacobs Engineering is hereby approved as the best qualified firm to
provide professional services and its proposal is hereby accepted.
Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement
with Jacobs Engineering for Design of the Moreau Pump Station.
Section 3. The agreement shall be substantially the same in form and content as
that agreement attached hereto as Exhibit A.
Section 4. This Ordinance shall be in full force and effect from and after the date
of its passage and approval.
Passed: Approved:
residing Officer ��� Mayor
A"I``TEST: APPROVED AS TO FORM:
/r'..
.f
City`Cler City Counselor
" Q N`rRACI' F0 L-v90FFSS1QNt�JL S!�RVIC S
THIS AGREEMENT, made and entered into this ,- -� day of Junc, 2001, by and between the City of Jefferson,
Missouri, a municipal corporation, hereinafter referred to as the "City" with offices at 320 East McCarty, .Jefferson
City, Missouri, 65101, and Jacobs Civil Inc., Consultant, a corporation, licreinaller referred to as the "Consultant".
WITNESSE?TH:
THAT, WHEREAS, the City desires to engage the Consultant to render certain technical and professional
planning services hereafter described in Exhibit A.
WHEREAS, the Consultant made certain representations and statements to the City with respect to the
provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for
the performances of services by the Consultant.
NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between i.he City and the
Consultant as follows:
1. Scope of Services. The City agrees to engage the services of the Consultant to perform the services
hereinafter set forth in connection with the project described in Exhibit A.
2. Additional Services. The City may add to consultant services or delete therefrom activities of a similar
mature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost
allowance as specified in paragraph 6 hereof. The consultant shall undertake such changed activities only upon the
direction of the City. All such directives and changes shall be in written form and approved by the Director of
® Community Development and shall be accepted and countersigned by the Consultant or its agreed representatives.
3. Existine Data. All information, data and reports as are existing, available and necessary far the carrying
out of the work, shall be furnished to the Consultant without. charge by the City, and the City shall cooperate with
the Consultant in every reasonable way in carrying out the scope of services. The Consultant shall not be liable for
the accuracy of the information furnished by the City.
4. Personnel to be Provided. The Consultant represents that Consultant has or will secure at its expense
all personnel required to perform the services called for under this contract by the Consultant. Such personnel shall
not be employees of or have any contractual relationship with the City except as employees of the Consultant. All
of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision
and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall lie subcontracted except as
provided in Exhibit A without the written approval of the City.
5. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed
and shall be undertaken and completed in such sequence as to assure their expeditious completion in the light of the
purposes of the contract, but in any event, as outlined in Exhibit A, the work for the Design and Construction .Phase
Services for the Green Meadow/tvloreau Service Area Wastewater Facility Improvements Project shall be
completed within twenty-four (24) months of issuance of'the notice to proceed. Extensions to this schedule may be
granted by the City at the City's discretion.
6. Compensation. The City agrees to pay the Consultant in accordance with the terms set forth in l::xhibit A,
which shall constitute complete compensation for all services to be rendered under this contract. The final payment
will be subject to receipt of a requisition for payment and a statement of services rendered certifying that the
Consultant fttlly performed all work to be paid for in such progress payments in conformance with the contract. It
H:1Contracl Files%Professional Serwces\Jacobs CivilToniract for Prolessional Services 6.7.04.Green Moadow-Moreau Service Aron wpn
1
is expressly understood that in no event will file total compensation and reimbursement to be Maid to the Consultant
under the terms of this contract exceed the sum of Two Ilundred Fifty-Two 'Thousand Two Hundred I'il'ty-Thrcc.
Dollars ($252,253.00) tier the Design Phase Services 6or the Green Meadow/Moreau Service Area Wastewater
Facility Impt-menients Project and Two Hundred Seventeen Tho►tsand four Dollars (',217,004.00) lilt- the
Construction Inspection Phase lilt the (irecn Meadow/Moreau Service Area Wastewater facility Improvements
Project fin• all services required unless specifically and mutually agreed to in writing by both the City and
Consultant. Such coil►pcnsation will he paid in progress payments, as specified in Exhibit A. No change in
compcnsatioll shall he oracle unless there is a substantial and significant difference between the work originally
contemplated by this agreement and the work actually required.
7. Failure to PcrlOrm, Cancellation. I1', through any cause, the Consultant shall fail to fulfill in timely and
proper manner its obligations under this contract, or if' the Consultant shall violate any of the covenants,
agreements, or stipulations of this contract, and the Consultant does not rectify the situation within twenty (20)
days, the City shall thcreullon have the right to terminate this contract by giving written notice to the Consultant of
such termination and Specifying the cftcctivc (late thercol', at least five (5) days bcforc the eficctive day of such
termination. The Consultant May without cause terminate this contract upon 30 days prior written notice, In either
such event all finished or unfinished documents, data, studiCS. surveys, drawings. neaps, models, photographs, and
reports or (ether materials prepared by the Consultant under this contract shall, at the option of file City, become its
property, and the compensation fin• any satisfactory work completed on such documents and other materials shall be
determined. Notwithstanding the ahove, the Consultant shall not he relieved of liability to the City for damages
sustained by the City by virtue of any such breach ol'contact by the Consultant.
S. Assignment. The Consultant shall not assign any interest in this contract, and shall not tansfcr any
interest in the same (whether by assignment or novation), without prim• written consent of the City thereto. Any
such assignment is expressly subject to all rights and remedies ol'the City under this agreement, including the right
to change or delete activities From the contact at- to terminate the same as provided herein, and no such assignment
® shall require the City to give any notice to any such assignee of any actions which the City may lake under this
agreement, tll(ntgh City will attempt to so notify any such assignee.
9. Amendments This contract supersedes all prior contracts and understandings between the Contractor and
the City with rei'erence to the project described in Fxhibit A and may not be nlodiked, changed of altered by any
oral promise or statement by whomsoever made; nor shall any modification 01' it ho binding upon the City until
such written modification shall have been approved in writing by an olliccr ol'the City.
10. Confidentiality, Any reports, data or similar information given to or prepared or assembled by the
Consultant under this contract which the City requests to be kept JS conli(ICntal sh.11l I101 be lnadc available to any
individual or organization by the Consultant without prior written approval ol'the City.
H. Nondiscrimination.. The Consultant agrees in tilt perlilrnrince of'the contact not to discriminate on the
grounds or becall5e of race, creed, color, national origin or anccsty. sex. religion, handicap, age or political
affiliation, against any employee of consultant or applicant tier employment and shall include a similar provision in
all subcontracts let or awar(ied het'ellrl(ICr.
12. indcrlcndent Contractor. the Consultant is all Ill(ICpCIIdCIlt contractor and nothing herein shall constitutc or
designate the Consultant orally of its employees as agents or employees ol'the City.
13. Benclits not Availahle. The Consuhant Shall not be entitled to any of' the henclits established fir the
employees ol'the City not he covered by the. Workmen's Compensation Progranl ol'the City.
H Contract Files�Prolessional Servim,\Jacoos Crvi1Xon1reCt Inr PrOmsional Sarw es 6.7-0,1-Green Meadow-Moreau Sorvco Area%Nlid
2
1 Q, Liability, The parties mutually agree to the following:
a. In no event sl►all (lie. City be liable to the Consultant for special, indirect, or consequential damages,
except those caused by the City arising out of or in any way connected with this contract,
b. The Consultant shall defend, indemnify, and hold (lie City harinless from and against all claims, losses,
and liabilities arising out of the negligent acts, errors, or omissions of Consultant arising out of personal
injuries, including death, and damage to property which are caused by the Consultant arising out of
Consultant's perf'onnance of this contract.
C. Consultant shall promptly correct any errors, omissions or other deficiencies in its services and
instruments of service at no additional cost to the City. In the event the Consultant fails to perform
such corrections, the Consultant shall be liable to the City for the actual cost to perfbrni such corrective
services and any resulting damages tip to the greater of., the total compensation to be received by the
Consultant under this contract as listed in paragraph 6, above; any insurance coverage limits specified
herein; or One Million Dollars. The foregoing limitations shall not apply to the Consultant's indemnity
obligations for personal injury or tangible property damage, as set forth in paragraph 13(b) above. In
no event shall the Consultant he liable to the City for special, indirect,or consequential damages.
15. Documents. That reproducible of tracings and maps prepared or obtained under the terms of this Contract
shall be delivered upon request to and become the property of the City upon termination or completion of'work. Copies
of basic survey notes and sketches, charts, computations and other data prepared or obtained under this Contract shall be
made available, upon request, to tire. City without restrictions or limitations on their use. When such copies are
requested, the City agrees to pay the Consultant its costs of copying and delivering same. Any reuse without written
verification or adaptation by Consultant for the specific purpose intended will he at the City's risk. If City requests
verification or adaptation by Consultant, Consultant shall be entitled to further conipcnsation at rates agreed upon by the
City and Consultant.
16. Nonsolicitation. The Consultant warrants that lie had not employed or retained any company or person, other
than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid
or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting front the award or
making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract
without liability, or, in its discretion, to deduct from the Contract price or consideration, or otherwise recover the full
amount of such fee, commission, percentage, brokerage f'ce,gifts, or contingent fee.
17. Books and Rccords. The Consultant and all his subcontractors shall maintain all books,documents, papers,
accounting records and other evidence pertaining to costs uict►rred ill connection with this Contract, and shall make such
materials available at their respective offices at all reasonable tinier during the Contract and for it period of three (3)
years following completion of the Contract.
18. Delays. That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of
the Consultant. thcit the Consultant has made no warranties, expressed or implied, which are not expressly set forth in
this Contract; and that udder no circumstances will the Consultant be liable for indirect or consequential damages.
19. Notices.All notices required or permitted hereinunder and required to be in writing may be given by first class
mail addressed to the Community Development Director, 320 Fast McCarty, Jefferson City, Missouri, 65101, with a
copy to the Law Dc liartnlent at the same address, and the Consultant, at 501 North Broadway, tit. Louis, Missouri,
63102. The data n:id delivery of any notice shall be the date falling on the second full day after the day of its mailing.
20. Consultant's Responsibilities. The standard of care for all professional engineering and related services
performed or fun►ished by the Consultant, under this Contract., will be the care and skill ordinarily used by nictnbers of
the Consultant's profession, practicing under similar conditions at the sanie time within the continental United States.
Consultant makes no warranties, expressed or implied, under this Contract or otherwise, in connection with Consultant's
services.
HaContract FilemProfe moat Servlce0ams Dythrontract for Professional Sornres G•7-04.Green Meadow-Moreau Sonaco Aroa.wpd
3
21. (O_s Rcs onsibilities. On construction activities related to the services of consultant City shall provide for
such accounting, independent cost estimating and insurance counseling services as may be required for the project,
such legal services as City may require or Consultant may reasonably request with regard to legal issues pertaining
® to the project including any that may be raised by Consultant, such as auditing services as City may require to
ascertain how or for what purpose, if any, Consultant has used the moneys paid under the construction contract,and
such inspection services as City may require (except to the extent provided otherwise in Exhibit A) to ascertain that
Consultant is complying*, with any law, rule, regulation, ordinance, code or work applicable to their furnishing and
performing the work. City shall include in all construction contracts a requirement that Consultant be named either
as (1) an indemnity under Contractor's indemnity obligation or(2) an additional insured under Contractor's General
Liability Insurance Policy.
22. Engineer's O ip nion of Probable Cost and Construction Cost. Since Consultant has no control over the cost
of labor, materials,equipment or services furnished by others, or over Consultant methods of determining prices, or
over competitive bidding or market conditions, his opinions of probable project cost or construction cost provided
for herein are to be made on the basis of his experience and qualifications and represents his best judgment as an
experienced and qualified professional engineer, familiar with the construction industry; but Consultant cannot and
does not guarantee that proposals, bids or actual project or construction costs will not vary from opinions of
probable cost prepared by him. However, Consultant represents that they will use reasonable engineering care and
,judgment commonly exercised by an engineer in the same or similar circumstances in making and transmitting;such
cost estimate to the City.
EXECUTED THIS .-.;4LI DAY OF F i 1L-L 2004.
CITY OF J F: S N, MIS URI JAC BS IVI1
Mayor
ATT /ATTEST
ity Cler..
A!'PR AS T9 F 4:� I
City Counselor
•
HAConlract FilesWrotossional Senncer'lacobs CiviftConlracl for Professional Services 6.7.04•Green Meadow•Moroau Service Arnn.wpd
4
r
EXHIBIT A
to
CON'T'RACT FOR PROFESSIONAL SERVICES
between
The City of Jefferson, Missouri
and
,Jacobs Civil inc.
This assignment for Professional Services (Assignment) dated , 2004, is
between the City of.lefferson, Missouri ("City") and Jacobs Civil Inc. ("Jacobs") for the Design and
Construction Phase Services for the Green Meadow/Moreau Service Area Wastewater Facility
Improvements project.
In consideration of the mutual covenants and agreements set forth under this Assignment, the City
and Jacobs agree:
ARTICLE 1-SCOPE OF WORK
Jacobs will provide design phase services to design the Green Meadow/Moreau Service Area
Wastewater Facility Improvements, which include Basins 3 and 4 Extension Sewers, and New
Moreau Pump Station and Forcemain. Improvements for the Green Meadow/Moreau service area
(Basins 3 and.4), as recommended in the Facility Plan of April 2004, involve replacing two existing
pump stations with a new Moreau Pump Station in a new location. This new pump station requires
Basins 3 and 4 sewer extensions to the pump station. Basin 3 Extension includes replacement of an
existing i 0-inch sewer upstream of the existing Green Meadow Pump Station and is about 1,000 if
The preliminary alignment for this extension follows Green Meadow Drive to the new Moreau Pump
Station. Basin 4 Extension includes crossing a small tributary of the Moreau River and draining south
along the back of the properties located east of the Green Meadow Drive and is about 2,200 If It is
anticipated that the proposed new Moreau Forcemain will be located in the same trench as Basin 4
Extension to minimize construction cost. Based on the alternative evaluations provided in the Facility
Plan, incorporating storage of wet weather Mows in the Green Meadow/Moreau service area is
recommended.
Jacobs will also provide construction phase basic services to review contractor submittals, to issue
change orders relative to changed conditions, and to review contractor pay applications. Jacobs will
also provide Resident Project Representative services to coordinate construction phase engineering
services in the field, coordinate construction Contractor questions, and observe for conformance of
the construction with the construction Contract Documents, as provided herein.
The perfannance of services by Jacobs during construction shall not relieve the construction
Contractor(s)of responsibility to execute the work in accordance with Contract Documents. Neither
the City nor Jacobs shall be responsible for construction means, methods, techniques, sequences and
procedures employed by the construction Contractors in the performance of the construction work or
the safety precautions and programs incidental to the work ofthe construction Contractor. Neither
City of Jefferson, Missouri A-l
Exhibit A
Hilt 7ma
the City nor Jacobs shall be responsible for either: (i) the acts or omissions of any construction
Contractor or its subcontractors, suppliers, or any individual or entity performing or furnishing any of
the construction work; or(ii) the failure of any construction Contractor to perform or carry out its
work in accordance with the construction Contract Documents.
Owner agrees to include in all construction contracts lbr the Project the following requirements: (1)
name Jacobs as an indemnitee under the contractor's indemnity obligations, (2) name Jacobs as an
additional insured using ISO Additional Insured Endorsement Dorm 13 CG 20 10 11 85 under the
contractor's commercial general liability policy, (3) require the contractor's commercial general
liability policy be primary regarding any applicable insurance Jacobs may have, and (4) include a
waiver of subrogation endorsement under contractor's workers' compensation and employer's
liability policy for the benefit of Jacobs. Owner will have each contractor provide Jacobs with an
insurance certificate(s), attached with the requisite endorsements, prior to commencing their work.
A. PRELIMINARY iJESIIGN
1. Conduct a project kick-ofl'meeting to initiate the project, including a site visit to note any
existing constraints, which require consideration during design.
2. Review existing information such as Green Meadow and Moreau pump stations (to be
demolished after the new pump station is in operation) and their associated inlet sewers
and forcemains.
3. Determine conceptual routing of sewer extensions and foreemain. This will include
evaluating alternative routes such as along the creek bed to avoid disturbing creek banks,
and along the Green Meadow Drive right-of--way.
4. Determine conceptual location of'new pump station.
5. Site visit to coordinate with surveyor conceptual sewer and forcemain routing and pump
station location.
6. Conduct a topographic survey for the 3,000-foot stretch of sewers and foreemain that
includes a corridor ofapproximately 50 feet on either side of the centerline,and the 5-acre
site for the new pump station. The survey will include one-foot contours, all
aboveground physical features, and all underground utilities. Our subconsultant for the
topographic survey will be Central Missouri Professional Services, Inc.
7. A site visit for the revision as required for the pump station location, and the sewer and
forcemain routes.
8. Conduct a geotechnical investigation at the pump station location and along the sewer and
forcemain rotates. We propose 9 test borings at selected locations along the sewer and
forcemain alignments at approximately 400-loot centers, one boring at the pump station
location,and two borings at the potential underground storage area adjacent to the pump
station. Our sulx;onsultant for the test borings will be Geotechnology, inc. Jacobs will
have a geotechnical representative present during all boring activities and will also prepare
a geotechnical investigation report.
9. Evaluate three wet weather storage options that include inline storage, off-line buried
storage, and oversized wet well storage. The evaluation will consider items such as
® operation and maintenance, odor potential, case of construction, capital cost, life cycle
City of Jefferson, Missouri A-2
Exhibit A
nail Sma
cost, and impacts to the environment.
10. Review capacity and hydraulics of the pump station, sewers and forcemain.
11. Prepare draft technical memorandum for the wet weather storage options and
recommendations, capacity and hydraulic evaluation, the recommended pump
station/storage location, and recommended sewer and forcemain alignments and
forwarded to the City fbr review. Conduct a review meeting;with the City. Following the
review mectin, the location and alignments will be finalized and final design will begin.
B. FINAL DESIGN
1. Prepare the design plans and associated details for the pump station/storage installation.
It is anticipated that the pump station. will consist of the following components:
e Three (3) 1,800-gpm, dry pit, constant speed pumps. Two pumps will operate in
series because of the high head of the pumping system, and the third pump will be a
standby.
o A building; to house the pump motor and other equipment.
Electrical transformer, on power pole, to provide power for the station.
• An odor control system at the pump station and/or near the forcemain discharge
manhole to control odor at forcemain discharge manhole.
• Pump station will include operational alarms for pump failure,high wet well level,low
wet well levels, and pump failure.
• Fencing around the site.
• Asphalt or gravel parking area around the pump station.
v No emergency generator will be included,as the wet weather storage will provide the
emergency storage. It is also anticipated that the City will use an existing portable
generator for back-up power if required.
2. Prepare plan & profile drawings and associated details for the sewer and forcemain
installation. Manholes for the sewers, and clean outs and air release valves along the
forcemain will be provided as required.
3. Jacobs will submit a 60% review copy of the drawings for the City's review.
4. Jacobs will then participate in a design review meeting with the City personnel to discuss
the 60% design documents. The review comments will be incorporated into the design.
documents as design progresses.
5. Prepare the technical specifications associated with the pump station/storage,and sewers
and forcemain; and fi-ont-end of the bidding documents.
6. Jacobs will then submit a 90% review copy of the bidding documents (drawings and
specifications) fbr the City's review.
7. Jacobs will prepare a probable construction cost estimate.
8. Jacobs will then participate in review meeting with the City personnel to discuss the 90%
bidding documents.
9. The review comments will then be incorporated into the final bidding documents.
C. PERMITTING AND BIDDING PHASE SERVICES
City ofJetrerson, Missouri A-3
Exhibit A
04/15/04
® 1. facobs will assist the City in preparing a construction permit application for the Missouri
Department of Natural Resources for review and approval.
2. Assist the City with scheduling and conducting a pre-bid conl'erenee. Minutes of the
conference will be prepared and submitted to the City.
3. Respond to questions from potential bidders during the bidding period.
4. Prepare bid addenda as required.
5. Distribute bid packages to media such as McGraw hill Construction Dodge/AGC, and
Reed Construction Data.
6. Attend bid opening and prepare bid evaluation and recommendation.
D. BASIC CONSTRUCTION PHASE SERVICES (BASIC SERVICES)
1. Participate in a preconstruction and partnering session. Provide selected construction
Contractor with five sets of Contract Documents for use during construction.
2. Review shop drawings, samples, and other required construction Contractor submittals.
Review will be only for conformance with the information given in the construction
Contract Documents and compatibility with the design concept of the completed Project
as a functioning whole as indicated in the construction Contract Documents. Review of
such submittals is not conducted for the purpose of determining the accuracy and
0 completeness of other details such as dimensions and quantities or for substantiating
instructions for installation. Jacobs' approval of specific items shall not indicate an
approval of an assembly of which the item is a component. Jacobs' review and
recommendation shall not extend to means,methods,sequences,techniques or procedures
of construction, or to safety precautions or programs incident thereto, as these are the
responsibility of the construction Contractor. When professional certification of
performance characteristics ofntaterials is required of the construction Contractor by the
drawings or technical specifications, Jacobs shall be entitled to rely upon such
certification. Jacobs will not be liable for the results of interpretations or decisions
rendered in good faith in connection with the referenced submittals. Jacobs' action shall
be taken with such reasonable promptness as to cause no delay in the Work, while
allowing sufficient. time in Jacobs' professional judgment to permit adequate review.
Review time fir submittals shall be as detailed in the Construction Contract Documents.
3. Respond to questions from the construction Contractor and Resident Project
Representative requiring interpretation or response to changed conditions.
4. Prepare working drawings or change orclers, including recommendation and submittal of
contract moclifications for approval by the City, and review and recommendation of time
extension requests from the construction Contractor for approval by the City. Review and
approve Contractor payment applications.
5. Attend construction progress meetings and visit the job sites as appropriate at various
stages of construction as .lacobs deems necessary, in order to observe as an experienced
and qualified design professional the progress and quality of Work. Such visits and
observations by.lacobs, and the Resident Project Representative, are not intended to be
City ot'JetTerson, Missouri A-4
Exhibit A
0ai►Sma
exhaustive or to extend to every aspect ofthe construction Contractor's work in progress
or to involve detailed inspections of construction Contractor's work in progress beyond
the responsibilities specifically assigned to Jacobs in this Agreement and the construction
Contract Documents,but rather are to be limited to spot checking,selective sampling,and
similar methods of general observation of the construction Work based on Jacobs'
exercise of professional judgment as assisted by the Resident Project Representative.
Based on information obtained during such visits and such observations, Jacobs will
determine in general if construction Contractor's work is proceeding in accordance with
the construction Contract Documents, and Jacobs shall keep City informed of the
progress of the construction Work.
6. The purpose of Jacobs' visits to, and representation by the Resident Project
Representative at the Site, will be to enable Jacobs to better carry out the duties and
responsibilities assigned to and undertaken by Jacobs during the Construction Phase,and,
in addition, by the exercise of Jacobs efforts as an experienced and qualified design
professional, to provide for the City, a greater degree of confidence that the completed
Work will conform in general to the Contract Documents and that the integrity of the
design concept of the completed Projects as a functioning whole as indicated in the
contract Documents has been implemented and preserved by Contractor. Jacobs shall
not, during such visits or as a result of such observations of construction Contractor's
work in progress, supervise,direct,or have control over construction Contractor's work,
nor shall Jacobs have authority over or responsibility for the means,methods,techniques,
sequences,or procedures of construction selected by construction Contractor, for safety
precautions and programs incident to construction Contractor's work, or for any failure
of construction Contractor to comply with laws and regulations applicable to construction
Contractor's furnishing and performing the construction Work, Accordingly, Jacobs
neither guarantees the performance of any construction Contractor nor assumes
responsibility for any construction Contractor's failure to furnish and perform its work in
accordance with the construction Contract Documents.
E. RESIDENT PROJECT REPR ESENTATIVE SERVICES
Provide resident engineering services and coordinate these services with the City. The Resident
Project Representative will be located in offices provided by the City.
Specific Resident Project Representative Services are:
1. Participate in a pre-construction meeting and partnering session. The conference will be
arranged and documented by the construction Contractor. Jacobs will review meeting
notes prepared by the construction Contractor and suggest distribution in addition to the
participants.
2. Receive the construction Contractors schedules and any required updated schedules,and
review for conformance with the construction Contract Documents.
3. Receive shop drawings, catalog cuts, samples, and other required submittals from the
construction Contractor. Distribute these within Jacobs for review. Receive tine reviewed
City of Jefferson, Missouri A-5
Exhibit A
(14/1 5/04
submittals and forward to the construction Contractor.
4. During the course of the work, log receipt of certificates, warranties and other data
required by the construction Contract Documcnts to be assembled and furnished by the
construction Contractor.
5. Witnessing, where appropriate, on site tests required by the specifications and report to
the City if their performance is unsatisfactory.
6. Conduct on-site observations to generally review the construction, observe the progress
and quality of the construction work. Such observation is to determine, in general, if the
work is proceeding according to the construction Contract Documents and shop
drawings.
7. Order,where appropriate,testing by the City to check or confirm test results provided by
the construction Contractor.
8. Provide liaison between the City and the construction Contractors.
9. Conduct meetings with the construction Contractor(s) and the City once every month,or
on an as-needed basis to monitor and review the progress of the work and to coordinate
public notification.
10. Keep a diary or log book, in ink, recording hours on the job site, weather conditions,
labor and equipment employed on the job, the location and nature of work being
performed, the progress of the work, instructions given, accidents, data relative to
questions of extras or deductions, list of visiting officials and representatives of
manufacturers, fabricators, suppliers and distributors, daily activities, decisions,
observations in general and specific observations in more detail as in the case of observing
test procedures.
11. Review the monthly construction Contractor estimates for payment. These will be
reviewed for compliance with established procedures, noting particularly the work
completed and material delivered to the construction site or at an approved off site
locations. Recommend payment by the City, based on the review.
12. Coordinate requests for information submitted by the construction contractor, initiate
change orders and working drawings required to meet changed conditions.
13. Provide interim and final inspections for general conformance with the Contract
Documents and prepare recommendations on acceptance of the work.
14. Report immediately to City upon the occurrence ol'an accident upon notification by the
Contractor. Record and obtain all possible information concerning circumstances,
weather, unsal'e conditions, etc. Obtain pictures, if available,for the project records. This
information shall be forwarded immediately to the City. The Contractor shall be
responsible for the safety of the site, its workers and subcontractors, vendors and site
visitors.
15. Assemble vendor supplied operation and maintenance (O&M) manuals into a three-ring
binder that the City can use for O&M purposes.
16. Plan and direct pump station start-up activities. It is assumed that this take place during
the 10-month construction period.
17. Except upon written instructions of City, the Resident Project Representative shall not:
• Advise or issue directions relative to any aspect of the means, methods, techniques,
sequences or procedures of construction unless such is specifically called for in the
City ot'Jeflerson,Missouri A-6
Exhibit A
04/1 5/04
Contract Documents.
• Advise or issue directions as to safety precautions and programs in connection with
the work.
• Direct a Contractor to do work at a specific time or in a certain way unless it is an
emergency that. would endanger life or property.
F. CONSTRUCTION CLOSEOUT SERVICES
I. At a time near substantial completion of the work, conduct a final inspection in the
company of the City and Contractor and prepare a final "punchlist" of items to be
completed or corrected. Prepare and submit this punchlist to the Contractor.
2. After the Contractor has had time to correct items on the list, perform an additional
inspection to verify that all items on final "punchlist" have been completed or corrected
and make recorrunendations to the City concerning acceptance and final payment.
3. Produce Record Drawings: Supply the City with a full-sire record drawing set and an
AutoCAD digital version.
G. ASSUMPTIONS AND CLARIFICATIONS TO THE SCOPE OF WORK
I. The City will prepare and hold the construction contracts with the Contractor for the
project.
® 2. The City will provide an office for the Jacob's Resident Project Representative at the
City's offices at 2320 Hyde Park Road. It is assumed that this office will include basic
furniture,phone, fax machine and copier. One phone line will be provided by the City for
connection to a PC computer. PC computer and associated equipment for the Resident
Project Representative will be provided by.Jacobs.
3. Owner has assigned responsibility for safety for all others at the project site to its
construction contractors. Stich contractors are solely responsible for the preparation of
safety plans for the project site. fbr the coordination of each safety plan with those of
other contractors, for monitoring the conformance of its respective employees,
subcontractors and agents to the requirements of its safety plan, and Jor enforcing their
full compliance. Owner shall cause its contractors and all other persons for whom it is
responsible to comply with all applicable laws and regulations pertaining to occupational
safety and health and prepare an appropriate safety plan for the project site. Jacobs shall
take all necessary precautions for the safety of its employees and shall comply with all
applicable laws and regulations pertaining to occupational safety and health at the project
site.
City ot'JefTerson,Missouri A-7
Exhibit A
n4/1 5/04
ARTICLE 33 — SCHEDULE
Jacobs will provide the services described in Article 1 of this Assignment as expeditiously as is
consistent with reasonable skill and care. This Assignment, which includes the design and
construction phase services for Green Meadow/Moreau Service Area Wastewater Facilities
Improvements project, is estimated to run for approximately twenty-four (24) months and is
anticipated to begin in July 2004. Should the construction phase extend longer than the estimated
twenty-four(24) months, Jacobs may require additional compensation.
City of JetTerson,Missouri A-9
Exhibit A
04119/04
® ARTICLE 2 - PERSONNEL TO BE PROVIDED
Jacobs' Project Manager for this Assignment is P.K. Mathai, P.E. and is the City's primary point of
contact for technical and commercial issues. Jacobs' Resident Project Representative for this
Assignment is John Bennett. Jacobs will not reassign these individuals without First notifying the
Owner and providing a mutually agreeable replacement.
City of Jefferson,Missouri A-8
Exhibit A
04115104
ARTICLE_4— COMPENSATION.
To the extent and amount invoiced, Jacobs shall be compensated ibr its services on the fbilowing
basis of reimbursement. The total amount to be paid (costs plus fees) fbr all services to be provided
under this Agreement is $469.257. Jacobs shall notify the City when costs incurred and obligated
amount to 75% of the total amount to be paid and shall not incur costs beyond the estimated cost
without prior approval from the City.
Invoices will be submitted monthly by Jacobs. Payment of the invoices will be due upon presentation.
If there are disputed items and/or amounts on any invoice, such items or amounts will be deducted
and the balance of the invoice will thereafter be paid in full. The disputed items or amounts will be
resolved by the parties as soon as possible. Payments due but unpaid more than thirty(30)days after
presentation of the invoice, excluding;any items and amounts disputed by Owner,shall bear interest at
1% per month(or any lesser applicable legal limit) until paid.
A. For the salary costs of its profbssional, technical and supporting personnel for the time during
which they are directly employed in services covered by Article 1, multiplied by a factor of
2.70 for office labor and 2.2 for field labor to cover overhead and profit. Salary costs are
defined as the salaries paid fbr regular time and overtime (including any premium overtime)
worked.
® B. For the ibllowing direct costs:
1. Travel, subsistence, and incidental expenses of personnel while traveling in connection
with this Assignment.
2. 'Transportation by passenger automobiles that Jacobs supplies intermittently in connection
with this 'Task, at the prevailing; federal mileage reimbursement rate. At the time of the
execution of this Assignment, the prevailing rate is 37.5 cents per mite. All costs of
owned, leased or rented passenger vehicles assigned to this Assignment are reimbursable.
Reimbursement for the cost of special types of'vehicles will be at rates to be mutually
agreed upon when such vehicles are required.
3. Reproduction ofdrawings, photographs, maps, charts and reports which are prepared fbr
the Owner's periodic or interim review and also the cost of the reproduction which
constitute the delivery of services.
4. Wire and wireless communication of messages and data in connection with this
Assignment il'incurred.
5. Subcontracted services such as, but not limited to, borings, surveys, photogrammetry,
testing and information technology/information services (HAS), including;
hardware/sollware installation and programming, if'required in the perfiorrnance of the
work, plus an amount equal to 1 o% thereof to cover cost of handling.
City oNetrerson,Missouri A-10
Exhibit A
0411 5104
6. Technical support services provided from our own facilities as required in the
performance of this Assignment,
7. Special consultants, as approved by the Owner, if required in the performance of this
Assignment.
8. Technical and advisory services of officers directly applicable to this Assignment at the
hourly rate of$170.
C. Jacobs' detailed estimated costs for executing the work in Article 1 is attached hereto in
Appendix 1.
•
City ofJetf'erson, Missouri A-11
Exhibit A
04/15/04
APPENDIX I —DETAILED COST ESTIMATE
to
EXHIBIT A
to
CONTRACT FOR PROFESSIONAL SERVICES
between
The City of Jefferson, Missouri
and
Jacobs Civil Inc.
dated
2004
See attached one-page cost summary and three-rage detailed cost estimate.
•
City of Jefferson,Missouri A-12
Exhibit A
nail vna
Jefferson CItV, MO
Phase I-New Moreau Pump Station and Forcemaln,Wet Weather Storage and GravltV Sewer Extenslonss
COST SUMMARY-April 2004
FOCI
DESIGN PHASE
Tank 9-Preliminary Design Activklee 415 $38,247
Task 2-Final Design Activities 1,696 $158,148
Task 3-Permitting and bid Phase Services 76 $9,022
Task 4-Project Mengement 56 $7,335
Task 5-Direct Costs $39,500
Total Estimated Design Cost 2,243 $252,253
CONSTRUCTION PHASE
Task 1-Basic Engineering Services 310 $28,710
Task 2- Construction Inspection 1,760 $141,560
Task 3-Closeout Services 148 $12,831
Task 4-Project Management 84 $11,002
Task 5.Direct Costs $22,900
Total E50ruated Construction Phase Cost 2,302 $217,004
TOTAL 4,545 469,257 .�P
• 5113120047,37 AM