Loading...
HomeMy Public PortalAboutORD13471 BILL NO. 2002-92 SPONSORED BY COUNCILMAN Groner ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH JACOB'S CIVIL FOR MOREAU RIVER PUMP STATION FACILITY PLAN. WHEREAS, Jacob's Civil has been selected as the firm best qualified to provide professional services related to the Moreau River Pump Station Facility Plan project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Jacob's Civil 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 Jacob's Civil for Moreau River Pump Station Facility Plan. 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: Presiding O icer Mdy 0 r ATTEST: APPROVED AS TO FORM: __ it k G y Cler —`y ity Counselor CONTRACT FOR PROFESSIONAL SERVICES f-� THIS AGRI A;Ml NT, made and entered into this_ clay cif November, 2002, by and between the City of Jeffcrson, Missouri, a municipal corporation, hercinaltcr referred to as the "City" with offices at 320 East McCarty, Jefferson City, Missouri, 65101, and Jacobs Civil Inc.. Consultant, a corporation, hereinafter referred to is the "Consultant", W ITN i SSI:'VI1. THAT, WHERI'AS, the City desires to engage (lie Consultant to render certain technical and professional planning services hereafter described in Exhibit A. WHEREAS, the Consultant made certain representations and stalcnnents 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 tlhe performances of services by the Consultant. NOW, TIIF,RI!.,TORI?, for the considerations herein expressed, it is agreed by and between the City and file Consultant as follows: 1. Scope of Serviecs. The City agrees to engage the scrviccs of rile Consultant to perform the services hereirhaRer set torth in connection with the project described in Exhibit A. 2. Additional Services. The City may add to consultant services or delete therclrom activities of a similar nature to those set 16rth in Bilibit A, provided that the total cost of sLiett 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 lorm and approved by the Director of Community Development and shall be accepted and Counte'Signed by the Consultant or its agreed representatives. 3. F.xlslim-, Data. All lnl''ormation, data and reports as are existing, available and necessary tier 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 liar the accuracy of the information furnished by the City. 4. Personnel to lie Provided. The Consultant represents that C011SUllitrnl has or will SCCUre at its expense all personnel required to per1i61-111 the services called for under this contract by the Consultant. Such personnel shall not be employees oI' or have any contractual relationship with the City except as employees of the Consultant. All of the scrviccs required hereunder will be peT01.111cd 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 be subcontracted except as provided in Exhibit A without the written approval of the City. 5. Notice to Proceed. The services of the Consultant shall continence as directed in the Notice to Proceed and shall be undertaken and completed in such seducrtCC aS to assure their expeditious completion in tile,, light of'tile purposes ot'the contract, but in any event, as outlined in Exhibit A, the work for Phase I shall be completed within twenty-four (24) months of issuance of file notice to proceed, and the work for I'hase 2, i1'authorized, shall be completed within thirty-six (36) mouths of issuance of the H:1Contract FdeslProtussional SorvicosUacoba Ciwl'Confracl for Prologs oval Services updated t 1.01.02.wpd 1 notice to proceed for Phase 2, C3xtensions to this schedule may be granted by the City at the City's discretion. The notice to proceed with Phase 2 shall only be issued alter Phase 2 has been authorized by the City Council. 6. Compensation, The City agrees to pay the Consultant in accordance with the terms set forth in Exhibit 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 fully performed all work to be paid for in such progress payments in conformance with the contract. It is expressly understood that ill no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this contract exceed the sum of One Million One Ilundred and Seventy-four Thousand Seven Hundred Dollars ($1,174,700.00) For Phase 1 and Dive Hundred Eighty Seven Thousand Six hundred Dollars ($587,600.00) for Phase 2, if authorized, for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. Such compensation will be paid in progress payments, as specified in Exhibit A. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this agreement and the work actually required. 7. Failure to Perform, Cancellation. if, through any cause, the Consultant shall tail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants, agreernents, or stipulations of this contract, and the Consultant does not rectify the situation within twenty (20) days, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof', at least five (5) days before the effective 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, studies, surveys, drawings, maps, models, pholographs, and reports or other materials prepared by the Consultant under this contract shall, at the option o1' the City, become its property, and the compensation Cor any satisfactory work completed on such documents and other materials shall be determined. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by tile City by virtue ofany such breach ol'contract by the Consultant. 8. Assignment. The Consultant shall not assign any Interest ill this contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the contract or 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 take under this agreement, though City will attempt to so notify any such assignee, 9. 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 as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. 10. Nondiscrimination. The Consultant agrees in the perlormance of the contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of consultant or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. H. lndependent Contractor,The Consultant is an independent contractor and nothing herein shall constitute:or designate the Consultant or any of its employees as agents or employees of the City. HAConlracl ReMProfessional ServtcosUacobs 0whContract for Professional Services updated 11-01.02 wpd 2 12. Benefits not Available. The Consultant shall not be entitled to any of the belief its established fbr the employees of'(lie City not be covered by the Workmen's Compensation Program ofthe City. 13. Liability. The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages, except those caused by the City arisin g out of or in any way connected with this contract. b. The Consultant shall defend, indemnify, and hold the City harmless from and against all claims, losses, and liabilities arising out of the negligent acts, errors, or onussions of Consultant arising out of personal injuries, including death, and damage to property which are caused by the Consultant arising out of'Corlsultant's performance ol'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 he liable to the City for the actual cost to perfonn such corrective services and any resulting dammages up 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 be liable to the City for special, indirect, or consequential damages, except those that may be listed below f identify any special, indirect or consequential damages for Which Consultant shall be liablel: NONE ® 14. 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 C;ty 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 the 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 be at the City's risk. I1'City requests verification or adaptation by Consultant. Consultant shall be entitled to further compensation at rates agreed upon by the City and Consultant. 15. Nonsolicitation. The Consultant warrants that he 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 from 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 conslderadon , or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fce. 16. Books and Records. The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3)years following completion of the Contract. 17. Dela s. That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant, that the Consultant has made no warranties, expressed or implied, which arc not fI contract FllesTrofessional Services\Jecobs GviXontracl for Piofessional Services updated(t•01.02.wpd 3 • expressly set forth in this Contract; and that under no circumstances will the Consultant be liable for indirect or consequential damages. 18, Notices.All notices required or pennittcd hercinunder and required to be in writing; may be given by first class mail addressed to the Community Development Director, 320 Last McCarty, Jefferson City, Missouri, 65101, with a copy to file Law Department at the same address, and the Consultant, at 501 North Broadway, St, Louis, Missouri, 63102. The (late and delivery of any notice shall be file date galling on the second lull day arler the day of its mailing. 19. Consultant's Responsibilities. The standard of care for all professional engineering and related services performed or furnished by the Consultant, under this C'omracf, will be the care and skill ordinarily used by members of the Consultant's profession, practicing under similar conditions at the same time within the continental United States. Consultant makes no warranties, expressed or implied, raider this Contract or otherwise, in connection with Consultant's services. 20. C'ite's Resyoiisibilities. 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 requirC (except to the extent provided otherwise in i?xhibit 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 name([ either as (1) an indemnity under Contractor's indemnity obligation or(2) an additional insured under Contractor's General Liability Insurance Policy. 21. Engineer's Opinion 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 fines 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. EXEC UTED'CHiS DAY OF November, 2002, JACQW,C111yIL, q '. CITY 01'.I1:11-TRSON, MISSOURI Mayor ATTEST- ATTEST: City Clerk �t APPROVED AS TO IY)121v1: City Counscloi HAConlract RealProfessionat ServicesUaeobs CivmContract for Pnlessionl Sorvrees updated 11-01.02 wpd 4 EXHIBIT A to CONTRACT FOR PROFESSIONAL SERVICES between The City of Jefferson, Missouri and Jacobs Civil Inc. dated 2002 This assignment for Professional Services (Assignment) dated _ , 2002, is between the City of Jefferson, Missouri ("City") and Jacobs Civil inc. ("Jacobs"), for the following services: Phase I : Task 1-infiltration/inflow (1/1) Control Program for Basins 3, 5, G, 7 & 19 Task 2-l"acility Planning fin• the proposer.) Moreau Pump Station and Related Interceptors, and Phase 11: Task 3-Planning, Design and implementation of an Asset Management Program for the Wastewater Utilities Division. In consideration of the 11111tual covenants and agreements set forth under this Assignment, t11e City and Jacobs agree: AItTICL.[: l — SCOPE 01= WORD PLEAS E' 1: 1.1 TASK 1 — INFILTRATiONANFLONV (1/1) CON'T'ROL, PROGRAM FOR BASINS 3, 5, 6, 7 &19 A. Initiate project and c )llect background information related to the existing sewer system in the 1/1 control program area: 1. Meet with Owner's staff to discuss current and proposed sewer protocol and prioritization system and to obtain Owner's direction for future direction of I/1 control program. 2. Review existing manhole inspection reports and forms, flow monitoring data, and GIS mapping 13. Develop sewer protocol and system for the prioritization of sewer defects that is tailored to the requirements of the City of Jefi'crson. This system will coordinate with the Owner's existing sewer evaluation program and will be based on the combined sewer assessment experience of Jacobs and Severn Trent. The system will address physical attributes, maintenance fi►ctors, structural Condition, operational factors and pollution factors. Tasks include the IbIlowing: 1. Evaluate city's current condition assessment methodologies, Severn • Trent's methods and the NAASCO system and with the City determine the City of JcAbtaon,M issouri E•".�hibit A Il/1/02 best method to meet the current and future condition assessment needs of the City of Jefferson. 2. Coordinate with the Owner's system for unique identification of manholes, sewers and other structures. 'Phis system will be critical for system integration with the Owner's GIS as well as the asset management portion of this project. 3. Dofine the factors to be analyzed as part of the sewer evaluation. a. Physical attributes such aS age, material, installation depth and shape b. Operational factors such as hyd►aulic adequacy, flow level, traffic loading c. Maintenance victors such as repl►ir history, number of leaks, breaks and collapses, build-up ofSilt, grease and debris d. Structural condition such as joints, cracks and fractures, breaks, corrosion, worn inverts, swalcs, swa};s, and root intrusion C. Pollution factors Such ',IS infiltration, inflow, flooding, overflows, bypasses and surcharging 4. Develop a scoring system for evaluating sewer problems to include considerations such as system structural and operational condition, extent of deterioration and risk of collapse. 5. Develop a prioritization system to determine phasing of rehabilitation projects. 6. Define the procedures and forms to be used for managing the field services data. We recommend using an Access database format that can 0 be readily integrated into the Owner's GIS platform for the management of information collected for the condition assessment. Ylicrosoft Excel spreadsheets will be used as necessary to summarize rehabilitation CValUatlon, prioritization, recommendations and cost estimates. 7. Prepare a report to summarize the sewer evaluation protocol and prioritization system and review with Owner star!. C. The goal of the 1/1 control program in the study area is to cost effectively reduce the -II110UIlt of extraneous Storrnwater into the sanitary sewer system. Results from flow monitoring conducted as part of the Master Plan indicated that a significant contributor to wet weather peak flows in Basins 3, 5 and 6 is From inflow, or above-ground sources. Therefore, the sewer evaluation services in these basins have been developed to target finding inflow SOUrces and include inspection of all basin manholes, smoke testing of all basin sewers and minor level of targeted television inspection. Additional results from the flow monitoring conducted as part of the Master Plan indicated that flows in Basins 7 and 19 can be influenced by river stage. Therefore, the sewer evaluation services in these two basins will include nwre intensive television inspections of the sewers. Severn 'rt•ent will collect information on the collection system and assess condition of manholes and pipes investigated. Jacobs will use this condition assessment to define rehabilitation needs, recommend rehabilitation methods and estimate costs. Tasks in the III source investigation include: City ot'jotterson,Missouri 2 Exhibit A ►t:troy I. Review 1/1 control in the Master Plan for Basin 3 and confirm scope for field services. 2. Review I/1 control in the Master Plan for Basins 5 R 6 and confirm scope fbi- field services. 3. Review 1/1 control in the Master Plan for Basins 7 and 19 and confirm scope for field services. 4. Perform testing and inspections by subconsultant Severn Trent. Several activities are included in this work: a. Inspect key manholes and lamp the sewers at the manholes to identify potential infiltration and inflow sources and to take photographs of the condition of the sewers. Each manhole will be entered arid inspected and photographs taken of'sewers entering or leaving the manhole. It is estimated that there are 1,670 manholes in Basins 3, 5, 6, 7 and 19. b. Smoke test the approximately 332,700 feet of sanitary collection sewers in Basins 3, 5, 6, 7 and 19. Smoke will be introduced into mains, laterals, and services simultaneously toward the objective of locating any connections with surface flows or cross connections with storm sewers. Digital color photographs will be taken to show the location of smoke, indicating a potential problem. c. A database and three hard copy reports of the data collected and photographs taken during the above testing will be compiled. The location of potential inflow connections will be indicated on CADD snaps. Two of the hard copy reports will be transmitted to the Owner and one will be retained by Jacobs. d. Severn Trent will provide one-day training of Owner's staff tin coordination of data and Owner's GIS and presentation of data collection and management methods used in the field services portion of this project. 5. Provide periodic field visits during the manhole inspection and smoke testing activities to observe on-going field work. 6. Prepare manhole defect summary spreadsheet with established sewer protocol and grading system. 7. Review smoke testing and manhole inspection report from Severn Trent. Sewers indicted by this report to have potential for significant infiltration, inflow or structural damage will be recommended for TV inspection. Severn Trent, Jacobs and Owner will meet to determine critical sewers to be televised. 8. The TV videos will be reviewed by Severn Trent fin• interpretation of the conditions that are observed. Suggestions will be made on how the pipe might be repaired. Scope is based on television inspection of 108,400 feet of sewer. Jacobs will provide periodic field visits during televising to observe on-going field work. 9. Prepare pipe defect Su111111i.11'y front television inspection report with established sewer protocol and grading system. City oi'Jcfte�son,Missouri Exhibit A 11/1/02 D. Provide evaluation of I/1 source control in Basins 3, 5, 6, 7, and 19 including: 1. Prioritization of manhole and sewer defects based on established prioritization system. 2. Evaluate and recommend methods to rehabilitate sewer defects 3. Evaluate and recommend methods to rehabilitate manhole defects. 4. Prepare cost estimates for sever and manhole rehabilitation ITCO111111CI Ida tio11S. 5. Develop phased approach to sewer and manhole rehabilitation and reconitrtend rtic.asures estimated to be needed to provide goal 1/1 reduction. 6. IVleet with Owner to review rehabilitation program. E. Prepare sanitary sewer evaluation study report for Basin 3 and submit to Owner for review. Meet with Owner to discuss report findings. Prepare a sanitary sewer evaluation study report for downstream Basins 5, 6 7 and 19 and submit to owner for review. F. Develop plans and specifications fur the rehabilitation program in Basins 3, 5, 6, 7 and 19. Because the extent of'the rehabilitation progl'alll CaIIIIOt be defined until the sewer system evaluation study is conlplcte, there is no detailed scope for this task at this time. G. Provide inspection services during construction of rehabilitation program in Basins 3, 5, 6, 7 and 19. Beca(ISC the extent of the rehabilitation program cannot be (lcfined until the sewer system evaluation study is complete, there is no detailed scope for this task at this time. I-1. Following completion of the recommended rehabilitation construction in Basin 3, perform flow monitoring and hydraulic modeling to estimate design peak Flows. Jacobs will meet with the Owner to determine if level of 1/I control is acceptable and design of the proposed Moreau Pun1p Station can proceed. Scope of final design will be defined at that time. Ifthe level of 1/1 control is less than desired, additional rehabilitation measures will be required or the proposed Moreau Pump Station and associated improvements can be sized appropriately. The following tasks are included in cs0111ating the design peak flows in Basins 3 and 8: 1. Initiate and coordinate flow monitoring at key locations in Basin 3 and Basin 8 to rccalibrate the HYDRA model developed as part of the Master Plan. Severn Trent will be subcontracted to perform the monitoring. The scope of work iior the monitoring is for 5 meter locations (3 locations in Basin 3 and 2 locations in Basin 8) with meters installed for 60 days. Activities to be perlbrnied by Severn ]"rent are: � t. Inspection of potential meter locations. b. Coordination, after above inspections, with Jacobs and the Owner Oil actual installation manholes. City ol'J+a'fc�sun,Missouri 1_4 Exhibit A 11/1/02 C. Installation and calibration of the meters. d. Installation and monitoring; of 3 rain gauges. C. Weekly maintenance and collection of data from each meter for the 60 days after the meter is installed f. Processing; of the data and preparation of a report summarizing the data. 2. Review flow monitoring data and compile results. 3. Using post rehabilitation flow monitoring results, recalibmte the HYDRA model developed for the Master Plan for Basins 3 and 8. 4. With the rccalibratcd HYDRA model, develop design flows at the base of Basins 3 and 8 for design storms with a 5-year and 10-year return frcqucncy. 5. Evaluate the level of 1;1 control in Basins 3 and 8. 6. Develop implementation schedule for additional rehabilitation. program as needed. 1. Prepare summary report of the post rehabilitation program results in Basin 3 and meet with Owner to review program results, design flows for Basin 3 and 8 and review implementation schedule for additional rehabilitation program requirements. 1.2 'TASK 2 - MOREAU BASIN EMPROVEMENTS FACILITY Pi..AN ® A. Initiate project and meet with Owner to collect backgrOUnd infiormatlon. ® B. Review existing conditions and population projections in the study area. 1. For Basins 3, 4, 5, 6, 7. 8 and 19 review populations developed in the Wastewater Collection System ,Master Plan, May 2000 (Master Plan), prepared by Sverdrup Civil, Inc. 2. For the areas outside the city limits (Basins D, [: and F), meet with Owner's planning department to develop mutually agreeable population anc.l land use for existing and projected population 3. Work with Owner's planning department to project future population to Year 2025 in the study area. 4. Review dry weather and wet weather now projections for Basins 3, 4, 5, 6, 7, 8 and 19 developed in rile Master Plan. 5. Review available flow information for existing wastewater facilities in the areas outside the city limits, Basins D, E and F. Mect with operations personnel (assume 1 full day meeting). C. Summarize capacities of existing sewers and wastewater facilities. I. For Basins 3, 4, 5, 6, 7, 8 and 19, summarize existing sewer capacity information developed in the Master Plan 2. In the areas outside the city limits (Basins D, E and F), review available capacity information for treatment facilities City orJerrerson,Missouri 1-5 Exhibit A IIM02 D. Incorporate 1/1 control progranl results and rehabilitation need and evaluate impact on design wastewater flows. E, Develop preliminary design peak flows flor the study area drainage basins. I. In areas outside the city limits (Areas D. E and F) develop dry and wet weather design flows base([ on future population and land use projections, Missouri Department on Natural Resources (MDNR) design peaking criteria and typical design allowance for infiltration. 2. In Basins 3 and S, develop wet weather design peak flows based on recalibration of the HYDRA hydraulic model following the 1/I control program rehabilitation construction and post rehabilitation flow modeling. 3. In Basins 5, G, 7, and 19 develop wet weather design peak flows based on flows developed in the Master Plan and 1!I reduction projections developed in the concurrent I/1 control program. 4. Develop wet weather design peak flows for Basin 4 based on the Master Plan and projected to the Year 2025. 5. Evaluate design peak flows from the Southridge pump station based on service area, population served, MDNR design criteria, typical design allowance for infiltration and pumping records. F. Prepare a technical mcmorandl1111 SUnimari zing design flow basis for the study • area drainage basins and for the new Moreau Pump Station and review with Owner staff'. G. Evaluate alternatives to provide wastewater service to areas outside the city limits (Basins D, E in(] F). 1. No action, 2. Upgrade existing wastewater pumping and treatment facilities to Year 2025 population projections, 3. Sewer extensions and new pump station to convey wastewater to the proposed Moreau Pump Station, and 4. Sewer extensions and new trunk sewer along the Moreau River to convey wastewater to the propose([ Morcau Purnp Station Conceptual design and project cost estimates for saver extensions will be based on the developed wastewater design flows and the Wastewater Collection System Master Plan, May 2000, A matrix for evaluating alternatives will be developed to include considerations such as capital cost, relative operation and maintenance cost, reliability, environmental impact, public acceptance and potential for service to new customers. Potential phasing of improvements will be evaluated to provide for Future growth. City orJef fetson,Missouri 1.6 Exhibit A 11/IlU2 ti. Evaluate alternatives to eliminate several pump stations in the study area, including Idle;wood, Southridge and the existing Moreau pump station. Alternatives to be considered include: 1. No action 2. Upgrade existing wastewater pump stations 3. Sewer extensions to proposed and existing facilities Conceptual design and project cost estimates for sewer extensions will be based on the Master Plan. A matrix for evaluating alternatives will be developed to include considerations such as capital cost, relative operation and maintenance cost, reliability, environmental impact and public acceptance. Potential phasing ofimprovemcnt.s will be evaluated to provide far future growth. 1. Evaluate alternatives for the new Moreau Pump Station. Alternatives to be considered include: 1. No action 2. Upgrade existing Green Meadow Pump Station 3. New Moreau Pump Station Conceptual design and project cost estimates will be based on the Mastcr Plan. A matrix for evaluating alteratives will be developed to include considerations such as capital cost, relative operation and maintenance cost, reliability, environmental impact and public acceptance. Potential phasing of improvements will be evaluated to provide for Future growth. J. Evaluate alteratives for the existing collection system downstream of the new Moreau Pump Station in Basins G, 7 and 19. Alternatives to be considered include: I. No action 2. Parallel existing sewers (including existing system rehabilitation) 3. Replace existing sewers 4. New lorcemain to Walnut. Street Pump Station Conceptual design and project cost estimates will be based on the existing available capacity and design wct weather flows. A matrix for evaluating alternatives will be developed to include eoalsiderations such as capital cost, relative operation and maintenance cost, reliability, environmental impact and public acceptance. Potential phasing of improvements will be evaluated to provide for future growth. • City ofJeMison,Missouri 1-7 Exhibit A 11/1/02 K. Prepare a technical memorandum summarizing the results of the alternatives evaluations and review with Owner staff" alternatives will be determined during the meeting with (honer staff. L. Prepare a preliminary design for the selected alternatives. in addition to preliminary sizing of pump station and sewer inlprovenicilts, the preliminary design will include: 1. Pump station equipment selection, potential location and layout 2. Odor control alternatives at punlp station site(s) 3. Force main routing alternatives, material selection and potential easements Xl. Sewer material selection and potential casement requirements M. Prepare environmental assessment sections of the Facility Plan for the improvement areas. Determine potential for wetlands in area of improvements based literature search, review of available maps and field verification. Review area of improvements for potential archeological sites and evaluate impact on proposed recommendations. N. Prepare the implementation section of the Facility Plan. The implementation section will address costs to the users for implementing the plan, ability of the Owner to fund the proposed improvements and anticipated schedule for implementing the improvements. 'file Owner will provide all of the analysis and supporting documents to demonstrate ability to fund. Improvement projects will be grouped into 5-year improvement plans if appropriate. O. Finalize the sections into the Preliminary Draft Moreau Basin Improvements Facility Plan. Review the Prchniiiiary Draft Facility Plan with the Owner and modify the Preliminary Draft Facility Plan base([ on input from the Owner. Changes at this time are expected to be minor because of owner involvement during the facility planning process. P. Submit to MDNR for review and modify the Draft Moreau Basin Improvements Facility Plan, as necessary, in response to fviDNR comments. IVlalor additional information and rewrites are not anticipated. The revised Facility flan will then be presented to N/lDNR. Thirty (30) copies of the Final Moreau Basin Improvements Facility Plan will be printed. Q. Issue corrlpliance letters to obtain approval from State of Missouri and Federal agencies for the collection system improvements. Clearance by all agencies, including the State Office of Historic Preservation is anticipated without a Cultural Resources Survey or extra study. Any additional studies or reexamination of alternatives required for clearance is additional scope of work. R. Assist the Owner in presenting the results of�the Facility Plan study to the public during a mooting conducted by the Owner. The Owner may wish to conduct a City or Jefferson,110issowi I-S Exhibit A II/1/Q2 user charge rate meeting at the same time, The�nwner will advertise the meeting using information provided by Jacobs and will collect names and addresses of persons attending the meeting for submitting to MDNR, Prepare minutes of the' public meeting and submit these along with the list of attendees to MDNR. S. Unless public comment is significant or clearance requests raise additional issues, completion of the public comment period should allow MDNR to find that the projects proposed by the Final Facility Plan pose no significant environmental impact. A finding of no significant environmental impact will allow MDNR to formally approve the Facility Plan and end this phase of the work. City of Jefferson,Missouri I-9 Exhibit A 11/1/02 PHASE II: 1.3 TASK 3 — ASSET MANAGEMENT PROGRAM FOR WASTEWATER UTILITIES DIVISION A. Project Initiation: 1. Develop Pre-assessment Questionnaire: Jacobs will prepare a pre- assessment questionnaire and will submit this to the City in advance of the Department Interviews. The questionnaire will be designed to collect basic organization information and program expectations. 2. Evaluate questionnaire responses: Jacobs will review and consolidate questionnaire responses in order to tailor the Department Interviews and data collection phase of the program. B. Department Interviews and Data Collection: 1. Conduct on-site Department Interviews: Jacobs will prepare planning materials and exhibits for and will conduct a series of Department Interview sessions in Jefferson City with City staff. Jacobs' project manager, asset management lead, GIS lead, and asset management project engineer at a minimum will participate. The purpose of the sessions will be to review questionnaire responses, diagram current workflows, identify data and work flow interfaces between divisions, identify problem areas and to collect staff expectations for the asset management program and components. We anticipate conducting sessions with the following groups or divisions: a. Wastewater Utilities Division management b. Water Pollution Control Facility (WPCF) Operations and Maintenance staff C, Wastewater Pump Station Operations and Maintenance staff d. Wastewater Collection system Operations and Maintenance staff-' C. City Engineering Division f. Collections (Billing) Division g. Department of Finance Management h. Information Systems/Information Technology (1SAT) staff City of Jefferson,Missouri I-1 t) Exhibit A 1111/02 2. Perform detailed operations baseline assessment: Jacobs will conduct an evaluation of the Wastewater Utility Division's operations and business infrastructure in order to develop an accurate baseline characterization of the organization. This effort will include, but is not limited to, conducting further interviews with city staff to follow-up or clarify information gathered from the questionnaire and department interviews; review of the existing GIS Strategic Plan; review or existing hardware, software and networks; summary of work flows; summary of data flows and formats; and, review of capital and operating costs and budgets. 3. Prepare Wastewater Utilities Division Operations Baseline Report: Jacobs will summarize the results of the questionnaire, department interviews and detailed operations baseline assessment in the form of a Wastewater Utilities Division Operations Baseline Report. The purpose of the report will be to document the current state of division operations in terms of what and how work is performed, how data is collected, managed and maintained, the IS/IT infrastructures used to do this and the current, overall costs for management of assets under the division's jurisdiction. Jacobs will also summarize staff preferences and requirements for performance, features, formats and functionality of the proposed Asset Management Program. 4. Review meeting in Jefferson City: Jacobs' key project staff will participate in a review session in Jefferson City with City's staff. The purpose of the one (1)-day meeting will be to review the key elements of the baseline report and to gain staffs consensus regarding requirements for the proposed Asset Management Program. Jacobs will make an), revisions after City review of the draft report and the final version will be the basis for evaluating proposed asset management strategies. C. Asset Management Program Plan 1. Perform gap analysis of existing versus required Asset Management Program: For the purposes of this scope of work, the phrase Asset Management Program consists of all the systems and workflows listed in this section. Once an accurate baseline picture of existing operations is established in the department interview and data collection phase, Jacobs will evaluate the difference between existing operations, staff Asset Management Program preferences and requirements and current and pending industry and regulatory requirements and conventions. This evaluation will include: a. cN1ONI program requirements b. Maintenance Management requirements City of Jeflcrson,Missouri Exhibit A II/1/02 c. GASB 34 requirements d. Flow modeling; C. Missing data f. Missing; workflows and processes g;. Deviations from the existing G1S Strategic Plan h. Identification of Internet and Intranet applications 2. Develop Asset Management Program metrics: Jacobs will recommend program metrics against which the value and performance of the proposed asset management program strategies can be measured. 3. Evaluate, rank and demonstrate CMMS and Lifc Cycle Cost Analysis software: Jacobs will develop criteria, cvaluatC and rank commercial off- the-shelf Computer Maintenance Management System (CMMS) and Life Cycle Cost Analysis software against criteria and requirements developed in the previous steps in a tabular format. The criteria will include but not be limited to ease of installation, cost, support, G1S interface ability, and maintenance. Jacobs will short-list 2-3 options in each category and will coordinate "brown-bag" format demonstrations by the vendors for city staff'in Jefferson City. Jacobs will assist City personnel in finalizing the software selection. 4. Evaluate and rank flow-modeling software: Jacobs will evaluate and rank commercial off-the-shelf flow-modeling sollware against the current HYDRA software and criteria and requirements developed in the previous steps in a tabular format. Jacobs will then make recommendations to Cit}, regarding flow-modeling software and options for integration with the City's existing GIS. 5. Develop Asset Management strategy: We will develop an asset management strategy, which addresses the criteria established in the Wastewater Utilities Division Operations Baseline Report and traps identified in the gap analysis. Strategy development will include, but not be limited to: a. Revising workflows and procedures b. Determining hardware requirements and costs C. Determining software requirements and costs City of Jefferson,Missouri 1-12 Exhibit A II/1/02 d. Determining "middleware" requirements and costs; including 0 commercial off the shelf' software, "bridge" programming, and internet/intranet applications programming C. Developing implementation requirements, costs and schedule, including staff training requirements and costs and additional staffing needs. f. Identification of additional spatial data requirements g. Updating the GIS Strategic Plan G. Prepare draft Asset Management Program Plan: Jacobs will document the results of the Asset Management strategy development in a Wastewater Utilities Division Asset Management Program Plan. 7. Attend review meeting with City's staff. Jacobs' key project staff will participate in a one (1)-day review meeting in Jefferson City to discuss City comments on the draft plan prior to finalizing the report. 8. Present Asset Management Program to board: Once City's staff has accepted the memorandum; we will prepare and deliver a. formal presentation of the Asset Management Program to the City Council. D. Asset Management Pilot Program for Basin 3 Sewer System and Walnut Street Pump Station 1. Prepare Pilot Program Implementation Plan: Jacobs will prepare a software/hardware/programlining/data implementation plan for the Pilot Program as is necessary to identify critical installation issues and to avoid disruption to the City's operations. ?. Prepare hardware procurement documents: Jacobs will prepare hardware procurement documents as is required for the City to purchase hardware that is required for implementation of the pilot program. 3. Prepare software procurement documents: Jacobs will prepare software procurement documents as is required for the City to purchase software that is required for implementation of the pilot program. 4. Prepare middleware subcontract documents: Jacobs will prepare such technical and contract documentation as is required for either internal or third party middleware services as is required for implementation of the pilot program, including but not limited to: a. Procuring commercial off-the-shelf software City of Jefferson,Missouri I-13 Exhibit A 1 l/1.02 b. Preparing functional specifications for bridge programming C. Preparing functional specifications for graphical user and/or web interfaces 5. Support during procurement: Jacobs will support the City during procurement of hardware, software, and middleware goods and services as is required for implementation of the pilot program. Jacobs' services tinder this task include technical bid review for confonmance with the technical intent of the pilot program, preparation of bid tabs if required, and preparing responses to bidder inquiries. 6. Support during installation: Jacobs will support the City during installation of hardware, software and programming as is required for implementation of the pilot prograrn. Jacobs' services under this task include response to vendor and subconsultant inquiries. 7. Integrate or enter data into CMMS: .Jacobs will provide data management and entry to populate the asset management pilot system with data from a select segment of the Basin 3 sewer rehabilitation. This project will be used to test the asset management system ability to manage sewer utility assets. 8. Integrate and enter as needed Walnut Street Pump Station inventory data into pilot asset management systems: Jacobs will provide data management and entry to populate the Asset Management Pilot system with data from the Walnut Street Pump station. This project will be used to test the Asset Management System's ability to manage mechanical facility assets. 9. Develop Pilot Asset Management Program: Jacobs will develop asset management program elements for the pilot test cases. These elements include: a. Review start-up results b. Performing a maintainability review c. Reviewing original contract and bidding documents and submittals for conformance with asset management program requirements and develop updates for future use d. Developing a documentation list • e. Developing maintenance schedules and procedures City of Jefferson,Missouri 1-14 Exhibit A 11/1/02 f. Identifying maintenance hours, trades, and costs g. Identifying service levels h. Developing condition assessment methodology i. Develop Life Cycle Cost Analysis program 10. Perform Pilot Asset Management Program validation: Once pilot program hardware, software and programming is complete and the pilot test case data is loaded and program elements are developed, Jacobs will perform system validation to confirm the completeness and accuracy prior to turning the system over to the City for testing. Validation will include functional checkout of: a. Relational database functionality b. Internet;Intranet Applications C. Forms and reports d. Work flows C. GIS functionality 11. Conduct training for City's Staff: During or immediately following system validation, Jacobs will prepare and conduct training for City's staff in Jefferson City on the pilot asset management program. The goal of the training will be to teach staff how to use the pilot system, to establish the metrics against which the performance of the pilot system is being measured and to establish procedures and standards to collect data regarding the performance of the system, which can be used to assess performance and refine the program. 12. Participate in Pilot Program review meeting with City's staff: Once City's staff has used the pilot asset management program in normal operation for an appropriate period, assumed to be 1-2 months, Jacobs' appropriate project team members will participate in a one (I)-day meeting in Jefferson City with City's staff to review the results of the pilot program. The purpose of this meeting will be to summarize performance and to identify additional issues that should be addressed in the full-scale implementation: City orJefferxon,Missouri 1-15 Exhibit A 11/1/02 13. Revise Wastewater Division Asset Management Program Plan: Jacobs will revise and reissue the Wastewater Division Asset Management Program Memorandum based on the results of the pilot program. 14. Present Pilot Program results to City Council: Once City's staff has accepted the revised memorandum, we will prepare and deliver a formal presentation of the pilot program results and memorandum revisions to the City Council. E. Asset Management Program Implementation— Water Pollution Control Facility: 1. Prepare hardware procurement documents: Jacobs will prepare hardware procurement documents as is required for the City to purchase hardware as is required for implementation of'the full-scale program. 2. Prepare software procurement documents: Jacobs will prepare software procurement documents as is required for the City to purchase software as is required for implementation of the full-scale program. 3. Prepare middleware subcontract documents: Jacobs will prepare such technical and contract documentation as is required for either internal or third party middleware services as is required for implementation of the full-scale program, including but not limited to: a. Procuring commercial of the shelf software b. Preparing functional specifications for bridge programming C. Preparing ftlnctional specifications for graphical user and/or web interfaces 4. Support during procurement: Jacobs will support the City during procurement of hardware, software, and middleware goods and services as is required for implementation of the full-scale program. Jacobs' services under this task include technical bid review for confonnance with the technical intent of the full-scale program, preparation of bid tabs if required, and preparing responses to bidder inquiries. 5. Support during installation: Jacobs will support the City during installation of hardware, software, and programming as is required for implementation of the full-scale program. Jacobs' services under this task include response to vendor and subconsultant inquiries. 6. Incorporate WPCF assets: Populate data and create major equipment list as information becomes available. City of Jefferson,Missouri 1-16 Exhibit A 11/1/02 7. Develop WPCF Asset Management Program: Jacobs will develop asset management program elements for the pilot test cases. These elements include but are not limited to: a. Review Start up Plan b. Review Start up results C. Performing a maintainability review d. Developing a documentation list C. Populate CMiVIS database as equipment is installed f. Perform periodic data review g. Developing maintenance schedules and procedures h. Identifying maintenance hours, trades, and costs i. Assist City in developing service levels j. Developing condition assessment methodology k. Assemble documentation 8. Perform system validation: The data collection and manipulation systems and processes will be tested to ensure conformance with program requirements. 9. Conduct training for City's Staff: During or immediately following system validation, Jacobs will prepare and conduct training for City's staff in Jefferson City on the pilot asset management program. The goal of the training will be to teach staff how to use the pilot system, to establish the metrics against which the performance of the pilot system is being measured and to establish procedures and standards to collect data regarding the performance of the system, which can be used to assess performance and refine the program. 10. Participate in Asset Management Program Implementation close-out meeting with City's staff: Once City's staff has used the full-scale asset management program in normal operation for an appropriate period, assumed to be 1-2 months, Jacobs' appropriate project team members will participate in a one (1)-day meeting in Jefferson City with City's staff. Citv of RATerson,Missouri 1-17 Exhibit A 11/1102 The purpose of this meeting will be to summarize performance and to identify punch-list items to be addressed prior to project closeout. 11. Revise Wastewater Division Asset Management Master Plan: Jacobs will revise and reissue the Wastewater Division Asset Management Master Plan based on the results of the full-scale program implementation. 12. Present Full-scale program implementation results to City Council: Once City's. staff has accepted the revised Master Plan, we will prepare and deliver a formal presentation of the full-scale implementation results,and Master Plan revisions to the City Council, City of Jefferson,Missouri Exhibit A H/1/02 t ,i ,a' 1.4 EXCLUSIONS AND CLARIFICATIONS OF THE SCOPE OF WORK ,. A. Any additional studies or reexamination of alternatives required for clearance from state and federal agencies is additional scope of work. B. Wetlands delineation and wetlands permitting services are not included in Jacobs' scope. C. Additional work created by funding sources is not included in Jacobs' scope. D. Facility and catering charges for meetings, training and presentations in Jefferson City are not included. E. Preparation of specific submittals to comply with proposed federal cMOM regulations is not included. F. Drawings will be completed in for•rnats suitable to the City using Jacobs' borders and drawing standards; other submittals will be completed using fc)rrnats and software suitable to the City. G. The estimate in Article 4 — Compensation includes the direct cost estimates. Owner understands that at the time of the execution of this Assiglinient, Jacobs cannot guarantee these estimates due to the undefined nature of the associated tasks and agrees to compensate Jacobs for the actual direct costs for these items as is mutually agreed in advance of the work. Table 1 -Assumed Direct Costs DIRECT COST S UBTOTAL 1. Subcontract services forsollwarc/hardware installation,bridge $132,000 IY)gl7nlming and GUI/Web interfitce pro, umniint • City of1cfferson,Missouri 1-19 Exhibit A 11/1/02 ARTICLE 2 -- PERSONNEL TO BE PROVIDED 2.1 Jacobs' Project Manager for this Assignment is Susan Falinestock, P.E. and is the Owner's primary point of contact for technical and commercial issues. Jacobs' Manager of Projects for this assignment is Sheryl Hodges, D.E., P.E., L.P.G who bears ultimate responsibility for the assignment. Jacobs will not reassign these individuals without first notifying the Owner and providing a mutually agreeable replacement. 2.2 Jacobs will not change or add subconsultants for this Assignment without first notifying the Owner. Jacobs anticipates utilizing the following subronsuitants during the execution of this Assignment. Table 2 - List or Proposed Subconsultants RESPONSIBILITY SUBCONSULTANT CONTACT 1. SSES Field Services Severn Trent Pipeline Services, Inc. Bob Miller, District Manager 2. Systems Integration, GIS 'TBD TBD applications,and Internct/intranct programming 3. Archeological Review TBI) "TBD City ofJcffurson,Missouri 1_20 Exhibit A 1 UUU2 ARTICLE 3 — SCHEDULE described in Article I e as 3.1 Jacobs well provide the, services desc.l of this Assignment expeditiously as is consistent with reasonable skill and care. Phase I of this Assignment (including Task 1-1/1 Control Program for Basins 3, 5, G, 7 and 19 and Task 2-Facility Planning for Moreau Pump Station and Related Interceptors) shall run for approximately two (2) years through December, 2004. The Owner and Jacobs will develop a mutually agreeable Project Schedules for Task l and Task 2 at the project task kick-off meetings described in Article 1. Jacobs will maintain these Project Schedules for the duration of Phase I of this Assignment. Phase It of this Assignment (including Task 3-Asset Management Program for the Wastewater Utilities Division) shall run for approximately three (3) years from Notice to Proceed from Owner. The Owner and Jacobs will develop a mutually agreeable Project Schedule at the project task kick-off meeting described in Article 1. Jacobs will maintain this Project Schedule for the duration of Phase II ofthis Assignment. City of Jefferson,Missouri 1-21 Exhibit A 1/1/02 ARTICLE 4 — COMPENSATiON 4.1 To the extent and amount invoiced, Jacobs shall be compensated for its services on the Following basis of reimbursement. The total amount to be paid (costs plus fees) for all services to be provided under this Agreement for Phase I tasks is $1,174,700. The total amount to be paid (costs plus fees) for all services to be provided under this Agreement for Phase 11 tasks is $587,600. Jacobs shall notify the Owner when costs incurred and obligated amount to 75"No of the total amount to be paid and shall not incur costs beyond the estimated cost without prior approval front the Owner. A. For the salary costs of its professional, technical and supporting personnel for the time during which they arc directly employed in services covered by Tasks 1 and 2, multiplied by a factor of 2.70 for office labor and 2.08 for field labor to cover overhead and profit. For the salary costs of its professional, technical and supporting personnel for the time during which they are directly employed in services covered by Task 3, Asset ManagC111ent Progralll, multiplied by a factor of 2.60 for office labor and 2.08 fi.)r field labor to cover overhead and profit. 1. Salary costs are defined as the salaries paid for regular tinge and overtime (including any premium overtime) worked. 2. Included in overhead are; a. Provision for applicable annual salary related expenses, including sick leave, vacation pay, holiday pay and other ordinary and customary paid time off, bonuses, the enlployCr's portion of social security, unemployment and other payroll taxes, Employee's Retirement and Benefit Plan contributions, employer's portion of group hospitalization and medical insurance, and the cost of worker's compensation insurance. b. The salaries of officers, except Ibr technical or advisory services directly applicable to the project. C. Rent and costs oflight, heat and water; equipment depreciation and maintenance cost; costs of office supplies and reproduction of data 1`01' OUr interilal lase; general communications expense, including local telephone calls and postage; taxes, inSurance premiums., and license fees; automotive expense and other transportation and travel expense not chargeable to specific contracts; and other MisCC11a11COUS costs. B. For the following direct costs; 1. 'Travel, subsistence, and incidental expenses of personnel while traveling in connection with this Assignment City of Jrffcison,Mtssot°i 1_22 Exhibit A 11/1/U2 2. Transportation by passenger automobiles that Jacobs supplies inter nittentiy in connection with this Task, at the prevailing federal mileage reimbursement rate. At the tine of the execution of this Assignment, the prevailing rate is 36.0 cents per mile. All costs of owned, leased or rented passenger vehicles assigned to this Assignment and car allowances granted to management and supervisory personnel are reimbursable. ReinlbU['selllCnt for the cost of special types ot'vehicles will be at rates to be mutually agreed upon when such vehicles are required. 3. Reproduction of drawings, photograplis, leaps, charts and reports which are prepared I'or the Owner's periodic or interim review and also the cost of the reproduction which constitute the delivery of services. 4. Wire and wireless comnurnication of messages and data in connection with this Assignment if incurred. 5. Subcontracted services such as, but not limited to, Borings, surveys, photogranlmetry, testing and information technology/lilfor►llatl oil services (IT/IS), including hardware/soliware installation and programming, if required in the performance of the work, plus an amount equal to 10% thereof to cover cost of handling. 6. Subcontracted services completed by Severn Trent under Task 1, Infiltration and Inflow Control Program for Basins 3, 5, 6, 7 R 19, required in the performance of the work. Subcontracted services by Severn Trent shall not exceed subcontract. value without prior written approval by Owner. 7. Technical suppol•t services provided from our own lilcilities as required in the performance of this Assignment.. 8. Special consultants, as approved by the Owner, if required in the performance of'this Assignment. 9. Technical and advisory services of officers directly applicable to this Assignment at the hourly rate ol'S 150. 4.2 Jacobs' detailed estimated costs for executing the work in Article 1 is attached hereto in Appendix 1. City of Jefferson,Missouri 1-23 Exhibit A 1I/l/Q2 APPENDIX I— DETAILED COST E STIMATE to .EXHIBIT A to CONTRACT FOR PROFESSIONAL SERVICES between The City ot',Jefferson, Missouri and Jacobs Civil Inc. dated 2002 .t .. City of Jeffen,on,!vl issouri 1-24, Exhibit A 't tiii�z { t , . JEFFERSON CITY, MISSOURI MOREAU RIVER BASIN IMPROVEMENTS ESTIMATED COST November 2002 PHASE PHASE II Infiltration/inflow Moreau Improvements Asset Management/ Control Program Facility Plan System Integration Labor Estimated Cost Estimated Manhours 3438 2620 4990 Average Rate,$/Hr $30.66 $31.01 $32.66 Base Salary cost $105,420 $81,256 $162,972 Labor Factor 2.7 2.7 2.6 Office &2.08 Field Labor Cost Total $284,634 $219,391 $420,341 Subcontracts Sewer Condition Assessment(Severn Trent) 618,160 na na Follow-up Flow Monitoring (Severn Trent) 28,110 na na 1/1 Control Program Training (Severn Trent) 6,600 na na Programming (To Be Determined) na na 132,000 Archeologist Review(To Be Determined) na 1724.8 na Subcontractor Total $652,870 $1,725 $132,000 Other Reimbursable Estimated Cost Postage/Shipping 150 150 200 Reproduction Reports/Specifications 650 975 260 Color copies 180 675 180 Miscellaneous 200 1,000 1,200 Telephone 200 200 200 Travel 7,500 0 28,000 Meals 400 120 1,600 Auto Mileage 1,850 555 2,960 Miscellaneous 666 609 659 Reimbursable Total $11,796 $4,284 $35,259 Estimated Total Cost for Services $949,300 $225,400 $587,600 Estimated Total for All Projects $1,762,300 0o m « 000 = c £ (0 0 0 00003R � / co ¥ mnm me2m - - 2 = m - - @ / C14 � < O © U 00 0 # 000 ct = q # N q q 000000 w "T 11 wqw N - ¥ m = ggqq ¥ U - r � a a CD \ ® © W © ® / q # # ® � � \ ? 7 \ /§ Ow & _ % � c ' c = Q f ° � w k2 / q _ & q IN o o E IT # # IN o o q = k 2./ d / � q 0 0 \ % - a g \ fg ch c \ � / FLk k\ m = ■ o t b e § A ƒ \ s0 U § S D 3 ) o § \ ) } 8 ) § k \ 7 ( \ [ ± % S \ § \ ° ( k \ ) n 7 � % c $ _ $ ) / k . ( § k \ \ 0 @ft ) / E k B R { 2 A \ \ \ \ \ ¥ o f U E / ) ƒ § u f f 2 2 E 2 - 2 b $ - B % c t j / o f / 7 £ e ® 2 ) / a / § § \ k E \ / k k - @ 2 ] _ : k s G - q m f K § £ « - 2 + 2 ' B § I / e / k § § E o § Z, ) ƒ / \ } k \ \ 0 u 2 j c , \ c g # _ _ \ ] CD_ a = = g = w @ \ § 'E L- \ � \ k § \ ° ! ? 3 Co � k 0 i # a 2 - ] / E § ® G § k ® V G � \ \ 2 / ; f \ \ k \ \ / \ \ \ � k§ / G \ j � j \ ) \ } \ \ . ` � ) ) 2 3 / 2 0 3 \ k } u ƒ \ f ) \ A A / ƒ / ƒ I ƒ ƒ E w & c w w \ a 4 a 6 £ � c6 a U w e w ± w a 4 a 6 t,: k a § N pNppp Q p Cf O M COO 000 tl to r GO V C/) N CD O :�3}• O w w cr 0 O CO N CO d O CO of d' co �7 O N V O CO N N Cn N Cn CF) CD N CD CD O �M R1 F-O et CO C N It E m Q t 0 � N N Cl) tlVl Q H V CV 0000 CD O ONCX/ 000000r h V ` M 0 00 00 N - tD C*4 04 r CO NO y' N N E E c 00 0 -r 00 00 cD -P o o N F cr 00 m N o v � EC N ` 00 N IV q r M 'V' lzr to to CY) CD c !E N > E O w y W a N CO CO CD co 00 CD CO 00 0. a N -t Cfl CD CO N 00 C) E p N d Gl r r .- r 9 U M (U C C) �j C (n [n c'cn CU CL Z Z U 00 0 c 'cr'n cc � a v °0 ao 00 Ma ¢ mo a� mm a -' CC C-) o m — O 0 C o N E I- � LL E w U a O = d V n E c z C C -0 > E .o t O O c ° C m �� «• N m .n t '' c`v a a c9v vii a�i t w m p '� p N 2 g ❑ o f C O v :E H C' $' r v 3 c a m .�. E E d m Z O _ o v E E O E� E y 0. o fn c c C C LL N C L (m L. m A x U) m a 0 c = cca roc�0 ai t O d 3 LL c CD .. C > > ro o V C L c c U > t1 to p " awwr ) CL a a > u � c� o0CL .0 cNi [7 4 ui tD Q> w .— fV ri -r = 0 •— tV M 4 Lri (D t-: to Q M Ln to N N Ccz o F- F- co N 000N O NG0 co co U) r r O -4 N M NN oo NN IT NN N D01m O F^ C GO tl 'O Q Q (D 00 ua N OOCV N NCB d' d O (C) (D V C• NOGG V C` r NNr to r � N N C N M (D Q1 W O d N O d d � 00 O to CL 0) a� a w E any N G7 o V .. T' o E N o — LU `- `� E o C) Ua m v° c2cos °'. cn U) N Coo Q w °° a a >. N > LL a cu FL N C (1) 07 C O N I c @ a a)c0 m a to c co € c m o y d o c x E co .E r a c Ln n ° UD S' ,7 io Ld M. a NO' N C QJ y •p to .S O C O `^° c a " E m V) N m $ 'N a a`i .lid v N U c o N m = av a' n o m c� m m D g d N o ° Am E z, y G' CL T7 Q a 'a o N o m E c x y p C } _ c c m co ,o .� m to ° o E c � -= N .E (v C m c � L •P- a s �tT C v > ° o Q € •6 o' X E p a °' ° o 5 c m a s C c ° °' a .N is 0 a C .ro c 0 .0 rn x ,S m Q LL. 0 w e p m 8 .m y .M a.� .� U ` r c co (D .5 CO p t LO >,zz _ c E `� o a avm c. w co � � o � ro � ca cu c o m »: ,o c �i C m GI r> vi a c: C1 a y a a ,a a to E a Q E > N p S am .x > > E '-> E 'y in m as ni m �i 'rSc a a x o a a a = o m m m 0 d x a z a ce a (n w (n 'm m m (n 4 a CJ Q m hl R M `Q L6 V .- N go fV ILLI .= fV ri 4--L6 Li nl M ITO O 00 CD 00 CO CD CD N co CD O O N 00 Cd jp N V r' N M to co T- N M w -r r N M O � H C_ E a D M N N � a U O ONCDti CD CONCDIt O ONw V L 00 cYre^ N M C"MT- T- N CD O W a. O co co ct co 00 00 CO CO CO to 0. rn c y W °' n > v a 14* It v � o � o E o c N _ w CL CN � o° O O � C ch•-� c0 'y Cm C O � mCL o. IY v m vi 0) a) CD a $ 2 cl m O y y a N U) vi ti p of N 2 aI C (gip �� •� 'ND .D N 2 0 'V 4. 1 'v f9 N 3 n n 'X y O C t// C7 O N U N O c Na) T y N f4 Q. N f0 x h aci a) b cc �, b m 2 � ? N > > y � 7 y �G E D 3 N N a) (�9 C a O > > N CU C at > 3 •r O y O F- Q ui E E d a c E 3 a E F LL `t0. m � °' o m _d b Zc'v `t Z M M Z ? a7 N Z. C y = o x m O ayi a x O y cp m o o c v w, > c v `►� > r c W ° m m ro m m i0 w N m M w pE a F m WE C (D H M ZB o f d m $ wD E N c0 $ is Q N �i d N $ n7 ro CL E D $ =w E E v E $ LF O y N C U O V) N c U O C V O Q n. O O 4l Cli C. 4) H .O W Cn O C 4 OJ pt C O N N .0 Q O y - cd d , 7 'Lm to N N N 0 w a V 'N N fa Y > m A (a y > C D 06 w > Q 0 m c m ' o E m > U '� ° 0 E c u°i ' o f a x O o a�i 0 �i > G L� ii 0 a� m a) � W °' �u o CD C) > L7 a at cl 5 2 a a w 2 m a at V y 0 w _ CL y 0 c o D w N Fa x y f- O 0Nco (D 0 co (D (7 C NNNN (0N jp (D C' rNM Cc0N (3) u) 00 NNN04r (D 12 C � ,E a D N co N 00 °a U O 0 N m CON CKf C (o 0000 co W C) V q C r r N N to r N (V N 'IT N N N N N -O. 0 o w Q ` m co W to W 00 A (o (D (N N N (N It (N N CL O) C d W N E > cu CC C W WcoIt14 CN 0Ein ; c o V) -- w E o C) cn L N y U5, m n o m c_ rn•-, c o 0 co (Ca Q a - I. M U" ~ 3 w CD 0 c a rn y E a C }' N m U) G ++ M d C E G m y v y O C) O > 3 c ro o c CL Q m m y' O d N c LO (L x in C1 N y y C G E y G d.-. v > E E ° rn E E m o c b o U) rn y y c y m ro c�c ro c _ .v Q i > cc d a> o 'o cy > J: ro "° i= E O cm dpi .� in o Y •�o _o cca �v E c o m �, E 0 �o v Q ro lQ ro $ o d .o o •c c C o 3 0 w m c `.9 <? o �~�' o U o �, 25 .0 '� m :� 'E a a c Q a _ _m = E c c o E LL ._ E 3 'S ' w c a U c •°_ °� •rn � C t7 lu m C 3 a t0 3 E ro £ ° m .m O ro 8 c E lG Qf o x 01 _ d 3 n. v v > W v m > V- cm a o f O a iv m E �0 3 �' C () CJ u7 0 W .O ,E .5 Qj �, `� r W_ c m 0. o > d o W N a z m c w ,� o a a>i $ a O 2 a. uJ W u. 4 E a�i o m ") m 0. tU U O � W Y .- cV ri J r= cJ ri 4 Q� d 2 O i (14 O N to lw PCII) N O w M r co r I'. N � Y N f— (D cD tD d (D O (D CO N (D o0 eh N N N Q N N N tT N N r T N N r r M (N C N N N N (D N 04 •E a N ° d 00 N U D N a! Q V W (DcD (D 0000 (D N co N 00 CO � V Q L r T r T CC) 00 T T T r co C r W CL O CD (D (D 'd' 00 NO O �t rJ a0 It ( LO EL E• Im Ct ♦"' C C C y W a) E O co U ` N N N N of c0 d 00 d co N ` N O CL E 5 G c N _ W C cn CL l 'O �O O C N •� U (n c c =) Ca •—, (nn m ca ¢ c d mQ CD .2: � cv LL N O G O E m 0 4 r E as w E Y O :] U1 y N CU C" v O C o c N N E o, E O fG U •(,1 Y C V a) c c v •a o d E x C ° m a m E Z v p• d .� E m d O j �° a ° E a; E E ca U) E O 3 m E 'E > c E v, .� 0 m " E E _ U O O. = w a E o E ° cNO 3 = L as N m m m avi a� W d m .� e •N m c`a �= O 0. E a Q z N O c fn C o m d ` o m m E 3 n d _ a 0_ a n. Z' Q' 0' z C'i c+i 4 llo. 1w c�1 ri ui v) 4 JEFFERSON CITY SYSTEM INTEGRATIOWASSET MANAGEMENT PROGRAM COST CALCULATION August 2002 Asset Asset Management Management Pilot Program Program Asset Management Basin 3 Sewers& Implementation Labor Estimated Cost Master Plan Walnut Street PS WPCF Estimated Manhours 4,990 2,032 1,410 1,548 Average Rate,$/Hr 32.7 32.0 32,9 33.3 Base Salary cost 162,972 65,060 46,424 51,488 Labor Factors Office Q 1,60 250,336 104,096 70,490 75,750 Field 1,08 7,033 0 2,557 4,476 Labor Total 420,341 169,156 119,471 131,714 Subcontractors IS/IT Installation&Programming 132,000 Subcontract Total 132,000 - 105,600 28,400 Other Reimbursable Estimated Cost Postage/Shipping 200 Reproduction Reports/Specifications 260 Color copies 180 Miscellaneous 1,200 Telephone 200 Travel 28, 00 Travel Meals 1,6600 Auto Mileage 2,960 Miscellaneous 659 Reimbursable Total 35,259 11,753 11,753 11,753 SUBTOTAL TOTALS 587,600 180,909 236,824 168,867 i e j �. cryQ O � CIJ 0 W 04 04 tp � NM0 (1) et NcN 00 ° 7 H i O O tfJ V°• v i a O 00 N 00 7 1 t C � U o ° v_ rn S tD fo � N00 � 0)CO � (OO D7 N00 � NNN (DO00 co cN� 00 d 01 a co co co v �r .Ir co N et 7 N eo cn o0 0o M N ao 0o cr0 io . ` r r j � occn Ln CL 00 co t0 V 'V' to V ? V' N 7 7 N E g a E w E D. N v co N st o m o to �T N r V E oc o a. a I -SO E ai c c o o co o a a; I Y. O N in V N m c co L Co � j E CD m CY C C o c c9 Lnn O N G C d 3 d d m 2 _ C c :E ca o E N C b d > d Q C O O E O �p (n a N G c a Q m Ln m c V N E E CU t cl O C m C CD QQP. o E^ w N C O s 4� L.. •0 m di � O 1° � � E 4� d E d O m N oC E to to o c C d , y�yVEj CEv ON sm coo :, ' o0, may ' j 7 p =O 6 0 a ti 1n .1 � � a9 to � G j' 8 dm E — to m 3 z 05 .0c " � o � t � E C a Lc � �a co Oa 1, 3oc� 2 > LM CL c $oa da � :3U ` g � aiaOw m a c � � rQL y � _ � cx � � vaie m ) e •O a . . . . ao . aS` ' 63 r N N M 7 a` v a m � H NN V pppp ��Op pp �7t pp pp pp �(pp NM � MNNMI�*9MO� (P t0 ONt�f/ 00Nti � p 04 t�D a) co r f�j H 07 00 00 Q (O to 00 7 '� ... � V 0 O Im C I 7 NN � NN W NNNtD tD07 �p 00 m � co M m M M r M �- to r N -1 d IM t 700700 NNN (D WW OtD7N00 tp7 tD N tD CO ca �+ ` r " r fV M G a OOOf07 NNNtD lD7 Net 00 t° 7 10 M g WC N OD a co a �} a � co w N LD 0. O st� r_ to cn E V to C O N N �j (M � � � a y> c x o 3 � v a L° tu ro °' 7 CL c C - a ro c o s r I. 6 a O E t�oj !3 t-3 U yyyxj� (�U �i' tip rtEt tt/o� CL a if ex € � � CL c'3 2 r 04 M IT tfi to h to [�SMMt70D � rlNN r � �AWa0tiOcOo V N �17NhOO h (� O O O O N Q f 9 Q © aT (A h TJ i. 00 W co to CD to OOOOO �p OWN (ONW V V 000W W W W f N to CJ NNNN V O N .- «' .- 7NN V' W V' V 77 � r ('N1 _ Im (V W W 00 V CM N LL a L5 Q 't V V W 0 to W to N (O O O N O W V a' W N (7 0 (O N r '- to ' W V W N N V N d C = r a W CO CO W to 07 W W CO W W Cl) N W . C N r co 00 0 O � m E E G O a u M Z CL C N E Q ? ( v V ro w ca u� g ro u ri o ° E c E ►- .� gi C ll E $ (D qq7 Lu tn E E C '`'y 5 '3 f0 � E c 73 a � ° a p D r� � ;� E0. Y's , r ° Eti �n �' `� � fY � � cv c ° GogA .. eE o qE� � as (' Etnr� � E �° � mm �' � ' E � 2' � N aroEa' y� � yve2 °' $ � aacia° caa L a 5 a . µ, U 0. 'S lii