Loading...
HomeMy Public PortalAboutORD12772 i BILL NO.--.98-31 s d .� . SPONSORED BY COUNCILMAN Haake� ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE {MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TRANSSYSTEMS CORPORATION FOR PROFESSIONAL ENGINEERING SERVICES. WHEREAS, TransSystems Corporation has been selected as the firm best qualified to provide professional services related to the Professional Engineering Services project; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. TransSystems Corporation is hereby approved as the best qualifiers firm to provide professional services and its proposal is hereby accepted. Section 22.The Mayor and City Clerk are hereby authorized to execute an agreement 'r with TransSystems Corporation for Professional Engineering Services. Section 3. The agreement shatl 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. Massed:_ Approved: Presiding Officer Mayor ATTEST: APPROVED AS T ORIV9: r Of a S Cty Cletk city C el r '4 J I} 4 , : .. 9 "1' u`•3.lay-1e .1 LLL: 1 I I� 772 CITY OF a1daFFEj?S0jv THIS CONTRACT, made and entered into this 4, �'day of lttly, 1998, by and between the City of Jefferson, a municipal corporation of the State of Missouri, with offices at 320 East McCarty Street, Jefferson, City, Missouri, 65101, hereinafter referred to as the "City," and TranSystems Corporation, a corporation of the state of Missouri,with offices at 4600 Madison Avenue, Suite 500, Kansas City, Missouri, 64112, hereinafter referred to as the "Consultant." V'ITNESSETI•I: 7'IIAT -HEREAS, the City desires to engage the Consultant to render certain technical and consulting services as to the Downtown Street ]Lighting, Traffic Signals, Traffic Studies an Replacement Project hereafter described in Exhibit A; and d Sidewalk i. THAT INWEIR,EAS, Consultant has 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 performance of services by the Consultant. NOW THEREFOR i E,.for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: f1f 1. Scope of Servi es i ! The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in Exhibit A, attached hereto and incorporated herein by reference. 2. A diti ns or Deleti©n to rv" • s } The City may add to consultant services or delete therefrom activities of a similar nature 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 7 hereof. The Consultant shall undertake such changed activities only i:port the direction of the City. All such directives and changes shall be in written fosin and approved by the Public 'Works and shall be j accepted and countersigned by the Consultant or its agreed representatives. , The Consultart%rill perform any additional work.requested by the City which is not specifically covered in the i scope of work as defined herein at a reasonable fee or compensation to be agreed to between the City and the !` l Consultant at the time any such service may be required. 3, '��i'rri of C�*ntra t This Contract shall remain in force from the date of execution until June 30, 1999, unless sooner terminated under paragraph 8 hereof or unless extended by agreement of the parties. 4. Existing Bata All information,data and reports as are existing,available and necessary for the carrying out of the work, shall ! be furnished to the Consultant without charge b the City, in eve reasonable way g y Y� and the City shall cooperate with the Consultant every y in carrying out the scope of services. 5. Personnel to laeided• The Consultant represents that the 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 the City or have any contractual relationship with the City except as employees of the Consultant. All of the fL:\truci�nnlrnclN\pndwcrvia•x\Inmxpelmm�wq�\i+mlrnrl IIY.kl.Irl.gpJ } i I vr,;v .i ' srm�� MUMMA services required hereunder will he performed by the Consultant or under tine Cortstilta,nt's direct supervision i and all personnel engaged in the work shall be fully qualified and shall be authori:zed under state and local law it to perform such services. None of the work tir services covered by this Contract sl:arl!tie ti } the written approval of the City, ut.coritracted without I 6. � to xoc�ed• i The services of the Consultant shall commence as directed ha the Notice to Proceed and shall be undertaken and completed in accordance with the schedule contained in Exhibit A. i. r' gee►ss,ti�n The City agrees to pay the Consultant in accordance with the rates set fort;,in Exh:bir,A which shall constitute full and complete compensation for the Consultant services hereunder. Such cazirt,eOssition will bQ paid in Progress payments, as established by the City. The final payment will be subject to reepipt of a requisition for Payment and a staternent of services rendered from the Consultant 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 in no event will the total compensations and reimbursement to be paid to 019 Consultant under the terms of this Contract exceed the sum of One Hundred Eleven Thousand Seven Hundred Fifty-Seven $ )dollars (�illl,i5"r.00)for all services required unIeas specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this Contract and the work actually required. 8. ��l xe tQ Perf�.�m. ��QDlatiQn� If,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, the City shall thereupon have the right to terminate this Contract by giving written notice to the Consultant yam, of such termination and specifying the effective date thereof, at least five (5)days beforo the effective day of such termination. The Consultant or the City may terminate this Contract upon thirty(30)days prior written notice. In the event of terminations all finished maps, models, photographs, and reports or other omater materials Prepared by the Consultant underethi Contract shall, it the option of the City, become its property, and the Consultant shnll be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. f 9. Auignmut II r t . The Consultant shall not assign any interest in this Contract, and shall not transfer any interest in the sauce i (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 Contract, including the right to change or € delete activities from the Contract or to terminate the same as provided herein, and no s uch assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this Contract, though the City will attempt to so notify any such assignee. 1(1. 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 Conyultarst without prior written approval of the City. The Consultant agrees in the performance 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 e mployed of the Consultant or applicant for employment and shall include as similar provision in all subcontracts let eo awarded hereunder. ff II (:;\Irxct4xmtrerlx\i,nd xFrvx•�x\I rxngclrmx aigi\nmtnx't 1!Y,W.!Y.LNpd - 2 , j i xrtiraromas. 12. ndent CQa.,mct9, The Consultant is an independent contractor and nothing contained herein shall constittate or designate the Consultant or any of its agents or employees as agents or employees of the City. 13. Bene is Not Amail,aUz. The Consultant shall not be entitled to any of the benefits established for the employees of the City nor be covered by the Workman's Compensation Program of the City. 14, Lialpnlity, 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's negligence arising out of or in anyway connected with a breach of this Contract. The maximum liability of the City shall be limited to the # amount of money to be paid or received by the City under this Contract. t ` (b) The Consultant shall indemnify and hold the City harmless from and against all claims,losaes and liabilities arising out ofpersonal injuries, including death,and damage to property to the extent caused by the negligent acts,errors and omissions of Consultant for which they would be otherwise legally liable, arising out of or in any way connected with this Contract. ! 15, Dgeuaments. j Reproducibles of tracings and maps prepared or obtained under the terms of this Contract shall be delivered 1 upon request to and become the property of the City upon termination or completion of the work.Copies of basic jsurvey 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 ite cosl:s of copying and delivering same. 16. Nonsolicitaiion, The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant,to solicit or secure this 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, 1 i 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 ?' r annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration, Ior otherwise recover the full amount of such fee,commission,percentage,brokerage fee, gifts,or contingent fee. 17. Hooks and Rec2rds, '', •` ! The Consultant and all his subcontractors shall maintain all books,documents,papers, accounting records,and i other evidence pertaining to costs incurred in connection with,this Contract, and shall make such materials f available at their respective offices at all reasonable time's during the Contract and for a period of three (3) years following completion of the Contract. 18. Delayer. 4 The Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the i Consultant;the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and under no circumstances will the Consultant be liable For indirect or consequential damages. f g i . ..{ C;\Iraci\dxllruclr\prof.ervw•r»\Ir�nry.ten�+lrxfi\nnitn,•t itlY4lRI.w1N1 3 - f 4y. i . ..,.. ......_....,�.....�..,,_.q,.,r...a...,aM,.�w. . .........�I..a.wo,w..,uam.�..mow�c 19. Nat-am, All notices required or permitted hereunder and required to be in.writing may be given by first class mail g= : addressed to the City of Jefferson, do Public Works, at all) East. McCarty Street; Jefferson City, Missouri, 667.01, and Tran.Systems Corporation, 4600 Madison Avenue, Suite 500, Kansas City, Missouri., 64112. The date and delivery of any notice shall be the date falling on the second full day after the day of mailing. ' 20. Law to Goy-p- :'his Contract shall be governed by the laws of the State of Missoun as to both interl3retatio and performant:e. IN WITNESS WHEREOF, the parties hereto have set their hands and w.,als thi �2ls�y of July, i99ti. i � � t CITY OF JEFFERSON, MISSO€JRI CONSULTANT } TRANSYSTEMS CORPORATION j . Mayor Title: { ATTEST: ATTEST: f( City Clerk title: APPRovED AS TO FORM: >-�01 Alxo�,e t � City Counselor ,4 7 , r c !t t:y t C:\tm'4tnit MCtr�yni'w�rviro:u��nwYwlumw n�y4+mlrua 11kM1-('U.WVA1 t - 4 1 r It�xlf2i'. r y"4 y P V rl .i.. � ✓3,t 'a1 wr � f EXIUBITA r SCONE OF SERVICES Downtown Liikhting,Traffic Signals,'Trafftle Studies and Sidewalk Replacement _ t Jefferson City,Missouri A. STREET LI G11TIN G On the City-maintained street and alley system bordered by Whitton Expressway can the j south, Missouri Boulevard on the west, State Street on the north, and Jackson -Street to the cast, AMEREN/UE (the local electric utility) proposes to disconnect electric service ± to approximately 150 street lights leased by the City of Jefferson. This is due to their installation of utilities in underground ducts and removal of overhead power lines in the downtown area. The objectives of this project are to determine the appropriate light € levels on each public street and alley and to design a street lighting system,complete with electrical service,to provide'die necessary light levels. The street lighting system may or may not incorporate the existing street lights and poles to be abandoned by jAMERENME. Where the removal of existing overhead power lines will result in the f loss of service to existing traffic signals, alternative means of providing power will be ! determined and designed. s ' l The aforementioned area includes streets and alleys for which new street lighting was either designed and installed or merely designed. While the project area will be bounded by the streets referenced above, no additional design work is anticipated on those streets - and alleys for which new lighting has already been designed,except that the type of street lighting on one or two blocks may be changed fiom typical street lighting assemblies to historic pedestal lighting fixtures. i Specific tasks proposed to determine appropriate light levels and to design a street lighting system are described below. I ; ' 1. Conduct an inventory of existing utilities and topographic features by both,field in and utility connpany plans. Utility compan+ es would be requested to field locate potential conflicts with the proposed Y ghting. AMERENM would be requested to identify:possible service points for tVe street lighting < f 2. Prepare base plans complete with utility information. 'Existing topographic mAl?s supplied by the City and supplemeni d with field ii-Ziqmnati6n collected by the } Consultant would be used to prepare the b e,plans. No! ;t�rveying is anticipated. Inventory the existing street lighting assemblies in the project area that are subject to abandonment by AMERENNE. Information collected will be location, type of pole, approximate mounting height and arm length, type of luminaire, and type of lamp. 5 Page I of 6 bi9 19S ++..�....�aar+wwrn,. e�wiune .'�'�ICC�'g1�faN3611�NT II� I .o 4. Meet with AMERFNAM to collect plans and details describing the widerground duct network, ducts available for City use, points of access to the duct nehvorlt, and possible' feed points for street lighting and traffic signals. Discussion will include review of construction methods used in the first phase of the downto VM lighting project. S. Develop lighting design criteria for the public streets and alleys within the project area where existing lights are to be abandoned. This criteria would include average levels of illumination and uniformity ratios based on the iiluminmee r method of design. Review the design criteria with City staff. 6. Calculate the light levels provided by the existing street lights. These calculations would be accomplished through a computer software program. 7. Prepare preliminary lighting plans for-streets and alleys in the study area. It is anticipated that most of the new lighting will be typical streets light assemblies, i.e., 25 to 30-foot mounting heights using cobrahead and/or shoebox fixtures. A few street segments may be designed to include historical pedestal lighting fixtures similar to those in place along I•ligh Street. Plans will include circuit diagrams and standard details for traffic control during construction. �- 8. Submit plans and preliminary con struction cost estimate to City staff and meet to review preliminary design and estimated costs. 9. Refine the preliminary plans and meet with City staff and other interested parties to review the plans. 10. Prepare final plans complete with staiidard and special details. 11. Prepare contract docurnents using boilerplate provided by the City and supplemented with technical specifications required for the project. �.:. 12. Prepare an estimate of probable construction cost. B. TRAI:FIC SIGNALS New traffic signal installations are proposed to replace existin ` 1? P g installations at the �., McCarty Street intersections with Jefferson, Madison, and Monroe. The new traffic signals will include mast-arm .mounted signal heads to enhance visibility of the traffic signals by motorists. ,.; Specific,tasks proposed to complete the design of Lnew traffic signals at these three h. intersections are described below. P Pa e,,!2 r)r•6 • • • � r;r, 'qty: •^ . 1. Conduct an inventory of waisting utilities and topographic feat"es by both field investigation and utility company plans. Utility companies would be � requested to field locate potential cotdlicts with the proposed traffic sign i 4 poles, boxes and conduits. A IERENIUE would be requested to identi4r possible service points for the traffic signals. 2. Prepare base plans complete with utility information. Existing topographic maps supplied by the City and supplemented with field information collected by the Consultant would be used to prepare the base plans. No surveying is anticipated. s 3. Conduct A.M. and P.M. peak period traffic volume counts at each of the three intersections. 4. Inventory the equipment and materials at the existing ti-aff c signal installations. 5. Based on the traffic volume counts and existing traffic signal operation; { develop recommendations for signal phasing, signal head arrangement, type of control,and lane arrangements. Review recommendations with City staff. 5. Prepare preliminary traffic signal plans for each intersection to include a layout sheet, wiring diagrams, phasing diagrams, timings, standard details and quantities. Plans would be prepared in accordance with City specifications and standard details. Absent this information, specifications and standard details of the Missouri Department of Transportation.would be used. � p P r ► 7. Submit plans and preliminary construction cost estimate to City staff and meet r to review preliminary design and estimated costs. r 8. Prepare final plans complete with standard and special details. 9. Prepare contract documents using boilerplate information provided by the City and supplemented with any special.technical specifications required for the ! project. 4 . 1: 10. Prepare an estimate of probable construction cost. t= C. TRAFFIC ST'MIES � A large number of pedestrians cross Madison near the alley in the 200 block. Duch of � this pedestrian activity is between the adjacent larking garage and office buildings in, the vicinity, particularly office buildings to the west. The City wants to determine if additional measures, e.g., crosswalk markings and/or crosswalk signs, are warranted and appropriate at this location. l Pa-e 3 of G sr�r9s t . it 1 i Specific tasks proposed to document current conditions and develop an improvement recommerndatiorl are described below, 1. Conduct Uaflic and pedestrian volume counts and gap studies on Madison at the alley between High Street and Capital Street during the A.M., Noon and P.M. riods on two peak periods typical weekdays (Tuesday, Wednesday, or , Thursday). Each count period would be approximately one and one-half hours. 2. Inventory the 200 block of Madison to document current street vridths, sight distances for drivers and pedestfians, distances to adjacent traffic signals, and other characteristics of the roadway that might affect the pedestrian crossing are€► 3. Summarize the collected inforination and compare with warrants for traffic control devices related to pedestrian crossings. 4. Develop preliminary recommendations for the pedestrian crossing area. Considerations will range from doing nothing, to marking a crosswalk, installing warning signs, or even pedestrian-actuated traffic signals. Review recommendations with City staff. 5. Prepare exhibits to illustrate traffic and pedestrian volumes and available gaps as well as any recommended improvements. 6. Review the preliminary recommendations with interested parties. One meeting is anticipated. t i I 7. Prepare a final report documenting the findings, conclusions, .a.nd i recommendations of the study. D. SIDEWALK REPLACEMENT The City desires to replace existin g sidewalks along both sides of High Street from Jefferson to, Monroe, along the south side of High Street between Monroe and Adams, along both sides of Madison from High Street north to the alley, and along the'-west side of Madison from the alley between Fligb Street and Capitol to the hotel. It is suspected that there .may be "spaces" under the sidewalk that could necessitate structural t , considerations in the design of the new sidewalk. 'These "spaces" may he the result of abandoned coal chutes or similar features. Further, it is desired to include street curbs in the assessment of existing conditions and consideration for reconstruction. Since the necessary scope and cost of this work is uncertain at this time, services will be divided over two phases -a study/conceptual design phase and a final design phase. E Page A of 6 6;9195 1 1 S i 1. e4tudylConceptual Design i Specific tasks proposed to document current sidewalk and curb conditions and to develop _ recommended improvements and cost estimates are described below. 1. Conduct an inventory of existing utilities and topographic features by both field investigation and utility company plans, tJtiliry companies would be requested to field locate all facilities in the shldy area. _ 2. Investigate available documents (inventories, plans, etc.) to identify "spaces" or other underground cavities that may necessitate structural consideration for construction of the new sidewalk. Where availabble records are unavailable or unclear, contact building occupants to request permission to inspect the j basement area to identify features that may suggest that "spaces" exist under I the sidewalk and conduct such inspections. No removal of existing sidewalk is anticipated in this task. i r 3. Prepare base plans complete with utility information. Existing topographic maps provided by the City and supplemented with field information collected by the Consultant would be used to prepare the base plans. 4. Conduct a visual inspection of existing sidewalks and curbs to document current conditions. Photographs would be taken to document this inspection. 5. Determine recommended improvements based on existing conditions and ADA l requirements. Recommended improvements would be sketched on the base 1 plans to identify key elements (no detailed design work is anticipated), f 6. Prepare preliminary order-of-magnitude cost estimate. %. Meet with city staff to review existing conditions, recommended improvements,and cost estimates. 8. Refine the improvement ,strategy based on the review with city staff and prepare a brief report to document the findings, conclusions, and recommendations of this study/conceptual design phase. II. Final Design Based on the desired course of action determined in the first phase, the final design for t side«alk and curb replacement is anticipated to include the following tasks. This phase { of the work is considered optional at this time. If the City decides to continue into final ! 4 design, a final scope of services and fee would be negotiated at that time. i L If necessary, conduct field surv,!v of the project area to iuore precisely r. identify features such as doorways, steps, tree wells, etc., and to document Pane.5 of b 6.9'9S y .. .. , ITZ elevations of these alements` suzcl ex's 1119 "cur s, to facilitate design and construction. 2. Develop design criteria, including sidewalk thickness,,point spacipg side,,�alk! ramps, treatment at buildings, treatment around tree wells, etc; Review criteria With City staff. 3. Prepare preliminary sidewalk and curb replacement plans(1'°-=201). '.i 4. Submit plans to City staff and meet to review preliminary design. S. Refine the preliminary plans and meet with City staff' and other interested parties to review the plans. b. Prepare Fnal plans complete with standard and special deWEs. t# 7. Prepare contract documents using boilerplate' e ; } g tp provided by the City and :.: supplemented with technical specifications required for the project. g.. Prepare an estimate of pr construction cost. j '? Ai ellrt ,. �� �� �x �,� • , ,. oe 6 of 6 9j9 fNx ty � Y 4 3 _ � n � ;. � � �n ��� � asa88a8aaa $ sags=xa asasaTa F CM t N M NiN» „h N N(Yl M•S N 6 h� � ►�»li �rM>;y't 1 "►Oi MMM1 i aCN!.d(of Nvl»aJ o I M 1 9s ZN . x � �: � „aaa� � �al� {Ky88. 8SC��83F38F� � 8888rfo8� 88 8a88Eaa8 �%.j' C � N 'k � N O � �( y� p N O O » ►!»� � p p � pp pp a pp 4i F•' N NNN � �'►i » h6 'iY MhN � rh � NN WaOMNNK W n St 53 8 St W r 8asas8a8 � 8as agaaaasslss aaaaa �swa fx� sapsQaspag h r', CV � b� O ►. O A ��� O O � rr1 Q O � O � b. �►N►Yf ±. � 01 I (�r N M f�l IV�01 � � .oa N C O YM1 •» _ y K{ A• N N p•fY Iw » �N N M • iq N »» ! a a • a � Q o ELM C •� `� F ,� ,h. h n b T $ ! a R h ! h h 0 b M _ „ ell a. d w (v LU E r ~ O W „ ^� I N Q ' NI O �' �� J a CI�CQ •_.I� ��' A 4'Soh i I f `IQ`^ Nih T V1 RI A 4 A V L 0i�� N�h TIN �O�I� 4 T U jy h�r•1•h'v1 G r•. j a. h rf t 41 b A p i f _ �T14� IYf.`�YiWfil�oa.Ytw 1 7 �j 1469 611.1 6-1 ol N t ti V 401, i CO e. M � �• � � nnan � ca9o � � � � . M w u is r cis a � N O O O Cp �f 0 co A w V CM fD N (L a to y� i d R i f V C Qt :3 ry to V- -T C:) 0 0 0 0 O LL � I �' rJ ct cx f ; $t Ito- 6Y+ Rl [ C R91 ytJ� , } t � j 4", , ..`�_. - ..... _ '`Y` .�'�;qx4 el Tfaj.{a=�1.'Y.�.}i.lr'�.t.2,".ei•�t�"i`r'S 3 q t ! Y ,6