Loading...
HomeMy Public PortalAboutORD09415 ,p�n BILL NO. INTRODUCED BY COUNCILMAN -1�� '.' ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING AND DIRECTING THE MAYOR AND CLERK OF THE CITY TO EXECUTE A WRITTEN AGREEMENT FOR ENGINEERING SERVICES WITH LARKIN AND ASSOCIATES UNDER THE FEDERAL AID URBAN PROGRAM FOR NORTH TEN MILE DRIVE. I BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS : SECTION 1. The Mayor and Clerk of the City are hereby authorized and directed, for and in the name of the City, to execute an agreement for engineering services with Larkin and Associates under the Federal Aid Urban Program for North Ten Mile Drive. ® SECTION 2. Said agreement shall read in words and figures as follows : (SEE ATTACHED) `1 SECTION 3. This ordinance shall take effect and be in force from and after its passage and approval. Passed:. - Approved: P idea of the Cou •il Ma p ATTEST: City Cle k 1� r�: AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES THIS CONTRACT, hereinafter called a "AGREEMENT," made at Jefferson City, Missouri , this f�`44 day of o�i,L , / Flo , by and between the CITY OF JEFFERSON , MISSOURI , a municipal corpora- tion with offices at 240 East High, Jefferson City, Missouri , 65101 , hereinafter called the "CITY" and LARKIN & ASSOCIATES, a partnership of registered professional engineers consisting of Robert A. Van Wye, Glenn C. Gray, Wallace W. Beasley, Robert W. Lamberton, Kenneth J. Vaughn, David V. Owsley , and James E. McClanahan, with offices at 9233 Ward Parkway, Kansas City, Missouri 64114 , hereinafter called the "CONSULTANT." WITNESSETH, that whereas the Federal Highway Administration has accepted the below named work for inclusion in the Federal Aid Urban Program: North Ten Mile Drive from U.S. Route 50 to Missouri Route 179 , approximately 2. 0 miles in length; including necessar)- ® storm drainage facilities , signing and marking , but NOT including street lighting or signalization. hereinafter called the "PROJECT. " AND WHEREAS the CITY is authorized and empowered to contract with the CONSULTANT for engineering services for design' of the PROJECT, AND WHEREAS necessary funds for payment of said services are available, NOW THEREFORE, the CITY hereby hires and employs the CON- SULTANT in accordance with the following AGREEMENT: PART A - PRELIMINARY DESIGN LAYOUTS: A-1 General : The CONSULTANT will prepare the preliminary design ayout or the PROJECT and submit it to the CITY and Missouri State Highway Department for approval by them and by the Federal Highway Administration. The layout will show the general nature of t ?roposed improvement and will include alignment, grades, geo- m r ics, present and projected traffic, design criteria, typical roadway sections, proposed pavement type, proposed parking lanes and restrictions, abutting development and approximate new right-of-way requirements . -2- The layout will be in sufficient detail as found to be suit- able and necessary for purposes of the required public hearings . The layout will be in strip map form. A- 2 Desi n Standards : The latest editions and revisions of the foollo ng Tive pu lications will be considered in design : 1. Section IX, "Design" , of the Federal Aid Urban Program Manual published by the Missouri State Highway Commission. 2. Manual on Uniform Traffic Control Devices. 3. Highway Capacity Manual, by the Highway Research Board. 4. A Policy on Arterial Highways in Urban Areas , by the American Association of State Highway Officials. S. An Informational Guide for Preparing Private Driveway Regulations for Major Highways, by AASHTO. Applicable standard plans and specifications and s;:reet and driveway entrance ordinances and regulations of the CITY will be considered. PART B - LOCATION AND DESIGN PUBLIC HEARINGS : The CONSULTANT will utilize information and plans developed in Part A herein and prepare therefrom exhibits and other submittals required for a combined location and design public hearing. The CONSULTANT will attend the public hearings and will assist in the conduct of the hearings in all matters pertaining to the CONSULTANT' S 40 ork under Part A herein. The CONSULTANT' S work under this part will be in accordance with the requirements of the latest edition and revisions of the Federal Aid Urban Program Manual and of the Action Plan, both as published by the Missouri State Highway Commission. A formal Environ- mental Impact Statement is not included in the scope of this contract. The CITY will have prepared necessary transcipts of the public hearings . -3- PAR' - ,RI6HT-Or-1VAY PLANS: After receiving design approval from the Federal Highway Administration the CONSULTANT will proceed to prepare the detail plans to the extent required for the CITY to acquire any needed rights-of-way and easements , such partial' preparatlons to be in accordance with the requirements of Part D herein. The CONSULTANT' S work under this part will include the following: (1) Preparation of Plan-Profile sheets , Typical Section sheets , and Cover Sheet for the final plans . (2) PreliminaTy design of drainage and other features of the PROJECT and drafting on the plan , profile and cross section sheets as needed to show construction limits and ] ay out all needed rights-of-way and easements . (3) Show all needed rights-of-way and easements on the plans , including all information required by the provisions of ® Section IX, "Design", of the Federal Aid Urban Program Manual. (4) After approval of right-of-way Plans , review right-of- way plans with appraisers , condemnation commissioners or property owners , when directed by CITY. PART D - DETAIL PLANS, SPECIFICATIONS AND ESTIMATES : D-1 Genoral: The CONSULTANT will prepare the detail plans , sped ications and estimates so that the CITY may take bids oil the PROJECT. The plans shall generally include a title sheet , typical section sheets , plan and profile sheets , special intersection layout sheets if required, standard detail sheets , special detail sheets , storm sewer and culvert sheets and cross section sheets . All plans will be on standard federal-aid size sheets , 22" x 36" , "mylar" or similar base material , except that cross sections will be on paper. Line work and lettering on sheets will be a combination of ink, plastic lead, or pencil . 14-2 Surveys and Ma iri : The CONSULTANT will provide either with . �'— pp -� its own forcesor through subcontractors ,' subject to the provisions of Part J herein, the surveys and mapping necessary to prepare the strip map for the preliminary design layout and the right-of way and final plans . r. -4- D-3 Subsurface Exploration and Tests: If required for 'design and cost estimates, t- he LON ULLAN will cause to • have made borings , soil investigations and tests by others, subject to the provisions of Part J herein. D-4 Geometries : The plans and profiles shall show sufficient detail t— hatiMe F layout may be made therefrom. D-5 Storm Drainage: Design of storm drainage facilities shall coo plet a' in accordance with the approved design criteria. The design will be placed on the plan, profile and detail sheets that the work may be laid out and constructed. D-G Structures : All structures will be drawn in sufficient detail or construction. Nowever, reinforcing bar schedules. and S1. 'ctails are not included in this AGREEMENT. 7 Utilities: The CONSULTANT will perform the following services in connection with utilities : (1) Show all utilities of record on the plans . Show names and addresses of utility agencies on the plans. (2) Design and detail on the plans any necessary relocations or ' adjustments of the City of Jefferson' s sanitary sewer facilities. (3) Confer and cooperate with utility agencies concerning necessary adjustment or relocation of their facilities. (4) Assist CITY in developing utility agreements with other utility agencies, if required. - 5- D-8 Signing and Pavement Marking : The CONSULTANT will provide SiM5g-and pavement marking plans . D- g Specifications : The CONSULTANT will prepare 'construc•tion contract`documents, special provisions and technical specifications , making reference to appropriate standard specifications , as requires] for bidding, contract award and constrxic•tion of the PROJECT. Legal sections wi.11 be submitted for approval of CITY ' S attorney. D- 10 Engincer' s' Bs'timate: The CONSULTANT will compute all quantities rerequi.rc or the PROJECT and prepare an Engineer' s Estimate of construction cost based on the final approved detail plans , using current unit prices, D- 11 Number of .Copies : During the development of plan$ , the CONSULTANT w 11 provide the number of copies of completed or partially completed PROJECT plans , specifications and reports as required by approving authorities, utilities, subcontractors and the CONSULTANT for the proper prosecution of their respective ramonsibilities in connection with the PROJECT. Upon approval o laps and specifications the CONSULTANT will furnish the CITY with a sufficient number of plans and contract document booklets containing special provisions and legal forms for taking bids and use during construction. PART DD - ASSISTANCE IN AWARD OF CONSTRUCTION CONTRACT: When requested by the CITY, the CONSUL'T'ANT will notify respon- sible contractors of the proposed work and distribute plans , specifica- tions and other proposed contract documents to all contractors request- ing them. The CONSUL'T'ANT will assist the CITY in evaluating bids , will make recommendations on construction contract award , and will assist in obtaining approval to award contract. The CONSULTANT will assist the CITY in preparing construction contracts . PART E - TIME SCHEDULES AND PROGRESS REPORTS: The CONSULTANT will begin work tinder this AGREEMENT w w n Ten (10) Calendar Days after receipt of written notice t oceed by the CITY. The CONSULTANT will furnish a Preliminary Strip Map within ONE HUNDRED FIFTY (150) Calendar Days after receipt of notice to proceed. The CONSULTANT will furnish Preliminary Design Layout for approval within SIXTY (60) Calendar Days after a final route is selected. -6- The CONSULTANT will make required changes in the PigAiminary Design Layout and prepare exhibits' fbr the Public lidWing within TWENTY ONE (21) Calendar Days after notification of changes required in the Preliminary Design Layouts. The CONSULTANT will complete right-of-way plans within ONE HUNDRED TWENTY (120)�alendar Days after receiving design approval from the 'Federal Highway Administration, The CONSULTANT will complete detail plans , specifications and estimates within ONE HUNDRED TWENTY (120) Calendar days after completion of right-of-way plans . It is understood that certain pants of the viork cannot begin until previous parts have been approved by the approving authorities. However, where feasible and practicable, some parts will be carried on simultaneously with the intent of completing; the work under this AGTtEESMENT efficiently and effectively at the earliest possible date. It is agreed that time is of the essence, and the CCILTANT shall submit to the CI'T'Y monthly a Progress. Report. It shall include scheduled Periods for each of the elements into which the C014SULTANTIS work is divided. Each work element 'shall be assigned a percentage of the total work upon which progress can be computed. The total percentage complete shall be shoV.-n . The scheduled periods shall also include a time allowance for review and approvals by the approving authorities . The' CITY will grant the CONSULTANT extensions of time for delays recognized by the CITY as unavoidable, provided that such extensions of time .shall be requested in writing by the CONSULTANT, stating fully the reasons for such requests. PART F - COMPENSATION: F-1 Method of Compensation : Compensation for the services herein be ore described shall be on the basis of actual costs to he CONSULTANT plus a lump sum fixed amount to cover pro- f Actual costs will be the sum of Items (1) through ( inclusive , below. The lump sum fixed amount will be as given in Item (5) below. Said Items (1) through (5) , subject to the provisions of the subsequent Items (6) through (11) , are as follows : -7- (1) Actual base salary cost for all employees and partners for the •time that they are productively engaged in work necessary to fulfill the obligations 'in connection with the services hereinbefore described. Partner's base salary is established at Eighteen Dollars ($18.00) per hour. No payment for premium overtime wages for any employee shall be made. (2) An' amount estimated at 39 . 47 percent of Item (1) above for direct payroll additives, including payroll tax, retirement, health and accident insurance, vacation pay, holiday pay, sick leave pay and incentive pay. (3) An amount estimated at 57 .07percent of Item (1) above for general -and administrative overhead as based on the CONSULTANT'S established practice for allocating indirect costs in accordance with sound accounting principles and business practice. ' (4) Direct non-salary costs which are directly attributable and properly allocable to the PROJECT. These costs include the CONSULTANT'S payments to others engaged by him in connection with the PROJECT and necessary to the fulfillment of the terms of this AGREEMENT. Such payments will be passed on by the CONSULTANT at his cost. Transportation, including use of survey vehicle or automobile in connection with the PROJECT will be included at the CONSULTANT'S normal charge, subject to change from time to time, said charge being Twenty Cents ($0.20) per mile as of September 24, 1979. Blue line prints on white paper made in CONSULTANT'S office will be included at Ten Cents ($0.10) per square foot. Other reproduction work and materials required will be included at actual cost. (5) A lump sum fixed amount, to cover profit only, of SEVEN THOUSAND THREE-HUNDRED SIXTY DOLLARS ($7360.00) (6) The percentages given for direct payroll additives and general and administrative overhead in Items (2) and (3) above are for the 'purposes of estimatin& the total compensation and of providing a method of monthly payments to the CONSULTANT. Upon completion of the CONSULTANT'S -8- work under this AGREEMENT the final payment for said additives and overhead will be based on accounting - records of the CONSULTANT from which the actual said - additives' and overhead incurred during the period of the AGREEMENT and all6cable to it will be established. If the nature and extent of the CONSULTANT'S work remain reasonably uniform over the' period of the AGREEMENT, the CONSULTANT'S accounting records for a period of time only approximately coincident with the period of the AGREEMENT may be accepted as a basis for establishing final payment for said additives and overhead. (7) Allowability of costs shall be subject to Federal Aid Highway Program Manual, Volume 1, Chapter 7, Section 2, and to Part I - 15 of the Federal Procurement Regulations. (8) It is agreed that the estimated total compensation for the services hereinbefore described shall be: EIGHTY THOUSAND TWO-HUNDRED SEVENTY-FIVE DOLLARS ($80,275.00) (9) The estimated total compensation given in Item (8) above is the sum of the CONSULTANT'S estimated total costs plus the lump sum fixed amount. The actual total costs may vary, upward or 'downward; from the estimated total costs, but the lump sum fixed amount will remain as given in Item (S) above except as provided under "Supplemental Agreements" in Sub Part F-3 herein. (10) The.propeity accountability requirements of Federal Aid Highway Program Manual, Volume 1, Chapter 7, Section*2 shall apply to this AGREEMENT. F-2 'Contingencies: There is hereby established a contingency fund of: EIGHT THOUSAND DOLLARS ($8,000.00) to be used for the purposes of compensating for the contingency of actual direct payroll additives or general and administrative overhead exceeding the estimated percentages therefor as provided ill Item '(6) of Sub Part F-1 herein, for the' contingency of actual total costs exceeding estimated total costs as provided in Item (9) of Sub Part F-1 herein, for minor,items of extra work performed in -9- accordance with the CITY'S authorizations, and for minor changes . required in the work by the CITY. The above stated contingency fund is for the purpose of compensating the CONSULTANT for his additional costs and is not to be used as compensation for profit. The CITY may compensate the CONSULTANT for the above stated pur- poses up to the amount of the contingency fund without prior approval of the Federal Highway Administration. F=3 Suppldmental _ARreements: Compensation for major changes in scope, character or complexity of the work, for undue delay of the PROJECT through no fault of the CONSULTANT, or for an amount of contingencies, minor items and changes as provided in: Sub Part F-2 herein in excess of the contingency fund established in said Sub Part F-2,shall be by supplemental agreements. Said supple- mental agreements may provide for changes in compensation and for equitable adjustments, either upward or downward, in the lump sum fixed amount. Supplemental agreements shall be signed 1-v the CITY and CONSULTANT and shall receive Federal Highway _.^ministration approval prior to authorization to proceed with any work covered thereby. Undue delay is defined as that caused by substantially greater than normal time requirements for approval by the approving authori- ties or temporary suspension by the CITY of the work under this AGREEMENT, if through no fault of the CONSULTANT. F-4 Method of Payment: Upon receipt, review and approval of properly documented statements the CITY will make monthly pay- ments to the CONSULTANT in accordance with the compensation as specified in this AGREEMENT. Monthly payments will include all items defined as "cost" for the period covered by each monthly statement plus a portion of the lump sum fixed amount. Monthly payments on account of the lump sum fixed amount shall be made in the amount of sums earned less previous partial payments and less an established percentage. For purposes of monthly payments, the amount of the lump sum fixed amount earned shall be computed as a proportion of the lump sum fixed amount as given in Item (5) of Sub Part F-1, said proportion to be the same as the total costs incurred bear to the estimated total costs. The retainage shall be Thirty (30) percent of the amount of the lump sum fixed amount earned. No retainage will be withheld on payment for extra work. The CITY will pay to the CONSULTANT the retainage when the PROJECT construction is completed and approved by the CITY and the Federal Highway Administration. F-S Release of Retainage: If the work is suspended or unduly. delayed through no fault of the CONSULTANT, retainage withheld shall be released to the CONSULTANT within Sixty (60) calendar days thereafter. -10- PART G - CONSULTANT'S ENDORSEMENT: The CONSULTANT will endorse all Plans, Specifications, payment estimates and engineering data furnished by ,him. PART H - OBLIGATIONS 'OF 'CI,TY: The CITY, at its. own expense, will Provide the,following: (1) Make available to the CONSULTANT all existing records, maps, plans and other data possessed by CITY when such are necessary, advisable or helpful to, the CONSULTANT in the prosecution of its work under this AGREEMENT. (2) Furnish all necessary ownership data. (3) Make excavations, at locations established by and as requested by CONSULTANT, where necessary for the verification of data on existing drainage facilities. .PART I - O%WERSHIP OF DOCUMENTS: Tracings, plans, specifications, and maps prepared or obtained under the terms of this AGREEMENT shall be delivered to and become the property of the. CITY upon termination or completion of the work. Copies of basic survey notes and sketches, charts, computations, and other data prepared or obtained under this AGREEMENT shall be made available, upon request, to the CITY with- out restriction or limitation on their use. When such copies are requested, CITY agrees to pay CONSULTANT its cost of copying and delivering same. If the CITY incorporates any portion of the CONSULTANT'S work into any other project than that for which the work was performed, the CITY shall save the CONSULTANT harmless from any claims or liabilities resulting from such action. . -11- PART J - SUBLETTING, ASSIGNMENT OR TRANSFER: The CONSULTANT shall not sublet, assign or transfer any interest in ® the work covered by this AGREEMENT except as provided for in Part D herein or except with the prior written consent of the CITY. The use of subcontractors shall in no way relieve the CONSULTANT from his primary responsibility for the performance of the work. It is the intention of the CONSULTANT to engage the subcon- tractors listed below for the specific functions enumerated therewith. If at any time, however, the CONSULTANT concludes that it would be in the best in- terests of the CITY to change subcontractors or to change the amounts or types of work to be subcontracted, the CONSULTANT shall so notify the CITY in writing, giving reasons for the proposed changes. Upon written consent of the CITY, the CONSULTANT will then make such changes. 1. Central Missouri Professional Services, Inc. , Field Surveys 2. M. J. Harden Associates, Inc. - Aerial mapping and cross sections No approval will be necessary for non-professional services such as reproductions, printing, materials and other services normally performed or provided by others. PART K - INSPECTIONS, CONFERENCES AND APPROVALS: Representatives of the CITY, the Missouri State Highway Department, and the Federal Highway Administration shall have the privilege of inspecting and reviewing the work being done by the CONSULTANT and advising with him at any time. Conferences are to be held at the request of any of the above named parties or agencies. PART L - RESPONSIBILITY FOR CLAIMS AND LIABILITY: The CONSULTANT shall indemnify and save harmless the CITY, the Missouri State Highway Department and Federal Highway Administration from all claims or suits made or brought for injury to persons or property caused by the negligent acts of the CONSULTANT, its agents, employees or subcontractors in the execution of the work. The cost of any insurance policies to meet this specific requirement, if not normally carried by the CONSULTANT or its subcontractors, will be con- sidered as a direct non-salary cost which is properly allocable to this PROJECT for compensation. PART 1M - DISPUTES: Disputes concerning a question of fact, that cannot be resolved harmon- iously by the CITY and CONSULTANT, shall be subject to the rules and procedures of the American Arbitration Association in effect on the date of the AGREEMENT. The decision of the Arbiters shall be a condition precedent to the right of any legal action. -12- PART N - TERMINATION OF THE AGREEMENT: The CITY may cancel this AGREEMENT or any part 'thereof at any time by giving written notice to the CONSULTANT at least 1S calendar days prior to the effective date of the termination. The CONSULTANT shall be paid for the value of all acceptable work performed prior to the effective dale of termination based on the payment terms of the AGREEMENT. Payment shall not exceed the total amount encumbered under this AGREEMENT, except as may have been pre- viously amended in accordance with supplemental agreements. It is not contemplated that the CONSULTANT shall have any right of termination other than for such cause as has been established as sufficient at law. PART 0 - COMPLIANCE {WITH LAWS: The CONSULTANT shall comply with all Federal , State and local laws, ordinances and regulations -applicable to the work. He shall secure all licenses, permits, etc., from public and private sources necessary for the fulfillment of his obligations under this AGREEMENT. SIART P - ANTIDISCRIMINATION: The CONSULTANT agrees' that he' will comply with all Federal and State laws and Federal regulations and directives pertaining to nondiscrimina- tion on the ground of race, color, or national origin in connection with this AGREEMENT, including procurement of materials and lease of equipment therefor, in accordance with attached Exhibit "A" incorporated in and made a part hereof. PART Q. - COMMISSIONS 'AND FEES: The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the CONSUL- TANT, to solicit or secure this AGREEMENT, 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 AGREEMENT. For breach or violation of this warranty, the CITY shall have the right to annul this AGREEMENT without liability, or, in its discretion, Wo deduct from the AGREEMENT price 'or consideration, or otherwise recover the ull amount of such fee, commis;-,son, percentage, brokerage fee, gifts, or contingent fee. See attached Exhibits "B" " " " g , and "C D incorporated in and made a part hereof. PART'R'= ACCESS TO '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 AGREEMENT, and shall make such materials avail- able at their respective offices at all reasonable times during the AGREEMENT -13- friod and for three years from the date of final payment under this AGREEMENT for insepction by the CITY, Missouri State Highway Department, Federal Highway Administration, or any authorized representatives of the• Federal Government, and copies thereof shall be furnished, upon request. If copies are requested the CITY shall pay the CONSULTANT the cost of making such copies. PART .S - ENCUMBRANCE: The total amount encumbered under this AGREEMENT is EIGHTY-EIGHT THOUSAND TWO HUNDRED SEVENTY-FIVE DOLLARS ($88,275) and the CITY may authorize up to this amount without prior approval of the Missouri State Highway Department or Federal Highway Administration. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed as of the day and year first above written. CITY OF JEFFERSON, MISSOURI By v Title LARKIN $ SS�CIAT:t vs By l` Pa;,-tner I hereby certify that the execution of this AGREEMENT has been duly of-R6404+440"thorized by the City Council of the City of Jefferson, Missouri by .e •pa�s age ���1,,_f/ y� �`' on the /�^ day of �_, Clerk Sea•1 This Contract is approved as o orm and leg C' 's Attorney EXHIBIT "A" To Contract Dated ® Between CitY of ' hereinafter referred to as "City" and Larkin and Associates, hereinafter referred to as the "Contractor" During the performance of this contract, the Contractor ("Contractor", "Company", "City", "Utility",) for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: (1) Compliance with Regulations: The contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in federally-assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The contractor,with regard to the work performed by it after award and prior to completion of the contract work, will not discriminate on the ground of race,color,or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations,including employment practices n the contract covers a program set forth in Appendix "A", "B", and "C" of the Regulations. (3) Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by ;--+etitive bidding or negotiation made by the contractor for work to be performed under a subcontract,including P: gents of materials or equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color or national origin. (4) Information and Report s: The contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereof, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by _ City ,State Highway Commission or the Federal Highway Adrrdnistration to be pertinent to ascertain compliance with such Regulations, orders anc instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information,the contractor shall so certify to City ,State Highway Comrrussron or the Federal Highway Administration,as appropriate,and shall set forth what efforts it has made to obtain the information (5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, City shall impose such contract sanctions as it or the State Highway Commission or Federal Highway Adrinistration may determine to be appropriate, including, but not limited to, 0 (a) withholding of payments to the contractor under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. (6) Incorporation of Provisions: The contractor will include the provisions of paragraph (1) through (6) in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order, or instructions issued pursuant thereto. The contractor will take such action with respect to any subcontractor or procurement as _ City , State Highway Commission or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City , State or the United States to enter into such litigation to protect their respective interests. EXHIBIT "B" City Contract No. Federal-Aid Project City & State Jefferson City. Mi.ssot1r,i CERTIFICATION OF CONSULTANT I hereby certify that I am the Partner and duly authorized representative of the rum of Larkin 6 Associates . whose address is 92;1 Ward P rkumy, Kansas rity, Mo. . and that neither 1 nor the above fum I here represent has: (a) employed or retained for a commission, percentage,brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract, (b) agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or (c) paid, or agreed to pay, to any fum, organization or persons (other than a bona fide employee working solely e or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection wrt , procuring or carrying out the contract; except as here expressly stated (if any): I acknowledge that this certificate is to be fumished to the City of Jefferson,Alissouri the Missouri State Highway Department and the Federal Highway Administration, U. S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds, and is subje to applicable City, State and Federal laws, both criminal and civil. (Date) Signature EXHIBIT "C" City Contract No. Federal-Aid Project City F State jeff son City, Missouri CERTIFICATION OF CITY I hereby certify that I am the Director, of Public Works of the City of Jefferson, Missouri, and that the firm of Larkin and Associates or its representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to (a) employ or retain, or agree to employ or retain, any firm or person, or (b) pay, or agree to pay, to any firm, person, or organization , any fee, contribution, donation, or consideration of any kind ; 119 ept as here expressly stated (if any) : NONE I acknowledge that this certificate is to be furnished the Missouri State Highway Department and the Federal highway Administra- tion, U. S. Department of Transportation , in connection with this contract involving participation of Fedcral-aicl highway funds , and is subject to applicable City , State, and Federal laws , both criminal and civil. �/ 2, hco ate ignatur Federal-Aid Project EXHIBIT "D" Location North Ten Mile Driva Contracting Agency City of Jefferson State Missouri • CERTIFICATION OF STATE HIGHWAY DEPARTMENT I hereby certify that 1 am the Chiof Engineer of the Highway Department of the State of Missouri,and that the consulting firm of Larkin & Associates or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to (a) employ or retain, or agree to employ or retain, in any firm or person, or (b) pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation or consideration of any kind; except as here expressly stated (if any): I acknowledge that this ocrtificate is to be furnished the Federal Highway Administration, U. S. Department of Trar*tation, in connection with this contract involving participation of Federal-Aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. (Date) (Signature). � ������� �����������1 �IIIIIIIINIIIIIIII� �I�IIIIIIIIIR�11� �Q0�0�0�000 000000 0110��0 �� �0�110 �0�0���� 0��0 �00�00��000�10000 �0000�0 �0000��0000 ��00000 00��0000000� �� � � � � ��� I�� ti �E a o� a W l_ W n 0 1 W W H S .~ •�b ,7•V . M cc W K O ` yN yYj N N u d XOT � yy S C a � z N \ N Q. y � to y cx ���1��������������� �INIIIIIIIIIIIIIII� ��og00000�oo�000 goo 00000 00�00� �00000000000�0�� ��o 00000000000 �o� 00000�0000000� oo�000000000000000 ��oa000�000000000mo � �e� � �� � oo mIINIIIIIIIIIIIII� �iiiiiiiiiiiiinui �uo�� �uuuou�uo°uu°�n �uu°�°� uuuuu�uuouum �0000000000000��S �0000000000�0000�000 ��000000000��000000� . �ellll � 1� V III Page No. 1 of 1 Pages �rn�n��tl Job No. 77-264 CENTRAL MISSOURI PROFESSIONAL SERVICES, IINC. ENGINEERING AND SURVEYING TELEPHONE S Me.eaeo TEST DRILLING ,[ J!g/1i1RaON crrT. No. 415101 (( PROPOSAL SUBMITTED TO PHONE DATE Larkin and Associates Attni Ken EET JOB NAME 9233 Ward Parkway, Suite 300 City of Jefferson CITY, STATE AND ZIP CODE JOB LOCATION Kansas City, Mo 64114 North Ten Mile Drive ARCHITECTCentral Missouri DATE OF PLANS JOB PHONE Professional Services, In We hereby submit specifications and estimates for: 1. Survey's shall be 3rd order 2. Prior to photo mission: Will need to drop approx. 70 targets Need vertical control on each target Need horizontal control on abt. 35 targets $2,100.00 3. After photo mission: Traverse thru each pt. (approx 35) and establish co-ordinates for each pt. (approx. 4 miles of closed traverse) . Furnish Larkin & Associates with co-ordinates for each hort. control point. $2,450.00 Run bench levels (turn thru approx. 70 targets) and establish permanent bench marks (approx 5 miles of vert. control) $2,100.00 4. Establish proposed centerline thru-out project. Larkin and Associates to furnish control. $4,200.00 5. Shoot elevations for centerline profile 50' intervals 6. Take field cross-sections on all drives and.entrances. (estimate about 40 drive profiles) . $1,750.00 $12,600.00 7. Pick-Up Items - Utilities Survey @ $42.00 per hour survey crew $18.00 per hour office time $22.00 per hour computer time ?MP propoor hereby to furnish material and labor — complete in accordance with above specifications, for the sum of: dollars($ ) ymen o be made as follows: All material K guaranteed to be as specified,All work to W completed in•workmanlike � manner according to standard practices.Any alteration or deviation from above specifics- Authorized lions Involving extra costs will be executed only upon written orders,and will become an Signature _ extra charge over and above the estimate.All agreements contingent upon strikes,accidents TT.. r BRrr k or delays beyond our control,owner to carry fire,tornado and other necessary Insurance. Notic3'I� yore 0sar millyi8&ey Our workers are fully cowered by Workmen's Compensation Insurance. withdrawn by us if not accepted within 30 days, ,'6ttt;tWt If 11MVjl$�—The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized Signature to do the work as specified.Payment will be made as outlined above. Date of Acceptance: Signature Tom CENTRAL MISSOURI PROFESSIONAL SERVICES, INC. ENGINEERING AND SURVEYING TEST DRILLING TELEPHONE (3141634-3455 2500 EAST MC CARTY JEFFERSON CITY, MISSOURI 65101 March 14 , 1980 Mr. David V. Owsley, P.E. LARKIN & ASSOCIATES Consulting Engineers 9233 Ward Parkway, Suite 300 7 Kansas City, MO 64114 Re: Our Job No. 77-264 North Ten Mile Drive Jefferson City, Missouri Dear Mr. Owsley: In reference to your letter of March 12, 1980 , please find attached the Project Estimating Sheet. We have broken down our estimate as per your request. As shown, the total estimated cost we used was $15,500.00 (our $12,600. 00 proposal, minus $2,100. 00 for target drops that the City did, plus $5,000.00 , the maximum estimate cost for utility pick up) . Approximately 80% of the work would be field, and 20% of the work office. Should you have any questions on the sheet, or require additional information, please advise. Sincerely, CENTRAL MISSOURI PROFESSIONAL SERVIQr3SI INC. arry V. Brickey Mo.R.L.S. #1188 LVB/mjc nc. �Ws S S C N F1 G z ,n S .t e1 N M a S S S • S V Ch co 00 0% LLI ►� n .M M V, s (11 N N N N W Ws G O S S O O O O O O z �x0 00 � 10 cn W&X 0•m u O e w9 w mQ`` � Ooa,�n �n C J N N N~ N 4 .D > O a p I I I I r u � 0 z Q o a 4 4n �1 o a a Q. a M N y Uj o 00 aj y M p4 OL F THE SYSTEMATIC ACOUISITION AND MANIPUUITION ? OF GRAPHIC AND DIGITAL bArA , THROUGH PHOTOGRAMMtT41C. ENGINEERING •• i M. J. HARDEN ASSOCIATES, I C: PHOTOGRAMMETRIC ENGINEERS 1019 ADMIRAL BOULEVARD / KANSAS CITY, MO. 64106 / (816) 842-0141 October 29, 1979 '`, Larkin & Associates •� 9233 Ward Parkway Kansas City, Missouri 64114 h;t't�i�l /lSSG , ATTENTION: Mr. Ken Cardwell / RE: Photogrammetric Engineering Services; Ten-Mile Alignment Near Jefferson City, Missouri As Per Map in Our Possession. Gentlemen: M. J. Harden Associates proposes to furnish photogrammetric engineering services as referenced and further described as follows: I . AERIAL PHOTOGRAPHY New aerial photography will be provided of the referenced site with a Zeiss RMK A 15/23, 6" focal length camera certified by U.S. Bureau of Standards, exposed at an altitude of 4-29001 /z o:; ' above mean terrain, 62% overlap, providing an estimated 36 exposures at negative scale of 1" = 200'+. FEE: $585.00 II . GROUND CONTROL Horizontal and vertical ground control will be provided by Central Missouri Professional Services under separate contract. The target diagram for pre-flight instruction will be provided by M. J. Harden Associates. FEE: N/A III . COMPILATION FUNCTIONS New aerial photography and Central Missouri Professional Services' established ground control will be utilized to compile topographic mapping of an estimated 250 acres at a scale of 1" = 401 , 2' contour interval ; provided in pencil manuscript format. FEE: $3,625.00 ($14.50 per acre) (Actual acreage mapping will reflect the per acre charge.) AERIAL TOPOGRAPHIC SURVEYS G ORTHOPHOTOMAPPING® UTILITY INVENTORIES AERIAL PHOTOGRAPHY 0 GEODETIC CONTROL SURVEYS 0 VOLUMETRIC INVENTORIES w CITY OF JEFFERSON, MISSOURI April 15, 1980 GEORGE HARTSFIELD MAVOR DEAR FELLOW JEFFERSON CITIANS: Outlined below for your review is my annual report for the City of Jefferson for the period A ri K9 until A ril 15, 1980. In city government there s both a fiscal year'` . e""';"'lQovember 1 through October 31) and a govern- mental year ( i. e. , mid-April through mid-April) . This report attempts to "highlight" the major events of the City' s governmental year now coming to a close. Certainly, few could question that the past twelve months have been "active and eventful" for all of us involved in the administration of the City' s affairs. Each of us will have a differing view as to what has or has not been significant, what have been good policy initiatives and what have not been. Generally, we will all view differently the details, style, speed or even the need for activity on an individual basis. Nevertheless there exists, we hope, a general consensus that the City Administration and the City Council are headed in a progressive but fiscally responsible direction. Every employee of the City has been encouraged throughout the past year to keep service to the public as priority number one. From oral comments, personal letters and from survey results, I discern that the City ' s 375 employees have heard that message and are responding very positively. Serving the public today is challenging and at times "trying" . However, I think all of us who have been placed ' in positions to serve derive a great deal of satisfaction from the frequent opportunities, both large and small, to i assist individuals as well as to try to make our community !. a little better place for all of us to live. Rightfully so, we are a community with a great deal of spirit and pride. The City' s forthcoming year will be, I f.eel, an extension of the type of year just completed. At least for another year the need remains for a considerable amount of administrative change and reform. These activities will be particularly apparent in the areas of personnel, organiza- tion, financial administration and planning. CITY COUNCIL The City Council has made some important steps regarding is own role and operation during the past year. It has eorganized its very cumbersome committee system and has ..reduced the number of standing committees from twelve to three. The Council has also greatly limited its representa- tion to the various City Boards and Commissions in an effort to remove the "temptation" of domination as well as to further eliminate its own duplication of effort . Currently we are experimenting with the approach of meeting weekly, the normal first and third Mondays in formal session and the remaining Mondays in informal session to conduct items of business that have formerly been handled in the Finance Committee , Committee-of-the-Whole, or in Special Council Meetings. This is another attempt to reduce duplication and increase the Council ' s own operating efficiency. The Council continues to "wrestle" with the aftermath of the financial scandals which surfaced in 1978 and early 1979. The one-year boycott of three local merchants expires May 1, 1980, and most of the investigatory and auditing costs for the period November 1, 1976, through October 31 , 1979, have been paid. The combination of tecommendations outlined in the State Auditor' s Report , ., he Mayor' s Advisory Commission Report and the reports of the other outside auditing forms leaves the Council with a ' "very heavy agenda" of unfinished business. However, the current City Council, which incidentally has experienced a fifty per cent turn over rate during the past year, has demonstrated both its courage and its ability to avoid administrative trivia and dwell on the significant issues. The Council will meet and fulfill its many challenges which it will face during the forth-coming year. INTERGOVERNMENTAL RELATIONS Several things took place during the past year which indicate that the City' s relationship with both County and State Government is on the "upswing" . The City and County entered into a contract to permit the County to bill and collect the City' s personal and real property taxes. Based on this first year' s experience this project has proven a , success for all parties from several angles. The City requested, and the County Court concurred, in monthly joint ceetings between City and County Officials to foster ommunications and to explore other areas of joint ventures which could lead to sa•iings of tax dollars and better public services. -2- The City initiated the reestablishment of the dormant City-State Relations Committee. This ,joint Committee has layed a part in the much improved level of communications etween the Municipal Government of our Capital City and our State Government. The City and State executed a general services contract providing for the State to pay the City $25, 000. 00 per year for miscellaneous services .�.. �.: (.e,g, fire protection, snow plowing, etc. ) being provided to State properties. State Government officials were also instrumental in assisting the City in receiving three specialized grants during the past year totalling some $61, 000. 00. The City also entered into a cooperative purchasing agreement with the Missouri Division of - Purchasing and has realized sizeable cost savings on many items which are frequently procured by the State and only occasionally bought for City use. The City also increased its level of activity as a member of the Missouri Municipal League. The Mayor now serves on the League' s Board of Directors, and Councilman Whitecotton serves on its Resolutions Committee. The Missouri Municipal League has been very helpful to and supportive of Jefferson City during the past year. PERSONNEL A number of very important personnel changes and additions were made by the Mayor and City Council during the past twelve months. Some of these were: ( 1) Fire Chief - Drillmaster Bob Rennick of the Columbia Fire Department was hired as Chief to fill the position made vacant by the reassignment of Donald Thompson from Chief to Fire Inspector. (2) Sewer Commissioner - Tom Jones, P.E. , was hired to fill the Sewer Commissioner' s position which became vacant with the resignation of Jim Locke. Jones was formerly with the Department of Natural Resources doing related work. r• . yC (3) City Planner - Dick Preston was hired to fill this position made vacant by the resignation f t of Kevin Roods. Mr. Preston holds a Master' s Degree in Planning and is a Certified "Planner in Charge" . He previously was in private consulting work. q.. -3- • (4) Assistant Director of Public Works - Marty Brose, P.E. , was hired to fill this position made vacant with the resignation of John Bryan. Prior to Mr. Bryan' s "coming on board" in May, 1979, the position had been allowed to stand vacant since Michael Bates was promoted to Director in early 1977. Both Mr. Bryan and Mr. Brose were formerly employed with the Missouri Department of Highways and Transportation. ( 5) Finance Director - Darrell Wattenbarger, C.P.A. , was hired to fill the newly-created position of City Finance Director. Although this Department is still somewhat in its formative stage, considerable progress has been made in the areas of investments of idle cash, budgeting and purchasing. Mr. Wattenbarger was formerly with the State Auditor' s Office. (6) City Administrator - Gary J. Hamburg has been hired to become the City' s first City Administrator. Mr. Hamburg holds a Master' s Degree in Public Administration and is currently City Administrator at Boonville, Missouri. He will begin his duties here on May 1, 1980. ( 7) Senior Accountant - As this governmental year drew to a close, the City Council authorized the creation of the position of Senior Accountant. This individual will "take charge" of the Accounting Section of the Finance Department. Also, during the past year, the City Council debated and adopted a more stringent anti-nepotism ordinance. A survey of current CityDepartments indicated a real need for more control regarding the hiring of relatives. t ORGANIZATIONAL CHANGES 'and DIRECTION During the past year several changes were- made in the City' s Organizational Structure. The Health Department �. was absorbed into the Department of Planning and Code Enforcement , and the Department of Public Works assumed Y full responsibility for Transit and the Central Garage operations. The independent Transit Authority Board of Directors was abolished. -4- The City' s Parking and Traffic Commission and Parking Authority Board were consolidated into a new Parking and Traffic Authority, to fulfill the responsibilities of both prior bodies. This change has worked well to reduce duplication and confusion. The financial functions ( i. e. , general accounting) of the City Clerk' s Office were transferred to the Finance Department in November and the part-time position of Civil Defense Director was eliminated April lst , with that responsibility being transferred to the Police Department . The position of Project Coordinator in the Department of Public Works was "revamped" and the title . was changed to Engineering Supervisor. This change likewise clarifies the status of the City Engineering group as a Division of the Department of Public Works and puts it on an equal footing with its other sections. Department Directors have attended regular group staff meetings with the Mayor during this past year. These meetings have been very beneficial and have had positive results from several perspectives (i. e. , uniformity, harmonious relationships, general direction, etc. ) . ® PUBLIC SAFETY As a result of rising concern regarding convict escapes, the Mayor and City Attorney drafted a strongly-worded Resolution expressing disapproval of certain policies of the Department of Corrections. The ten-point Resolution was adopted unanimously by the City Council and sent to the Governor. As a result of this action, a series of several law enforcement coordinating meetings were held with State, County and City law enforcement officials. These meetings were beneficial in opening communications, L as well as providing a vehicle for contingency planning, procedural reviews, etc. In early January the Jefferson City Police Department finally moved into the new Thomas E. Whitecotton Law Enforcement Center. At the same time the Universal Emergency Number (.911) was put into service for r; emergency calls to fire, police, ambulance and poison control center personnel. • Salaries were adjusted exceptionally for Police Personnel last year, to help stem a rising turnover rate. Also, the first Memorandum of Understanding was signed with -5- the local Firemen ' s Union. Firemen received several benefit improvements as a result of the Agreement , but base salaries in the Fire Department remain an issue o be addressed in the new year. A spirit of mutual ooperation has begun to emerge between the Police and -Fire Departments. Such has not been the case in the past. Both Departments have been most receptive and cooperative toward ideas to reduce administrative overhead costs, improve training, increase productivity, and to "streamline" their organizations. More can be expected along these lines in the new year. Both Departments have reduced their number of personnel _. .... .___ during the past year and the Police Department has begun to respond to a call for more balance between traffic enforcement and crime prevention/detection. All in all, the year ended on a "high note" for those some one hundred and fifty City employees dedicated to public safety careers. FISCAL AFFAIRS The City' s idle cash reserves remain at about five million dollars as was the case a year ago. However, the money is now 987o invested. The bulk of it is 114 urrently invested in short-term high-yield repurchase greements. The first bids in several years were .:, .'• opened this year for the investment of idle cash for a :l lengthy period. Capital Savings and Loan Association was the successful bidder. In addition, total. City employment presently stands at eight employees less than one year ago and the trend continues downward. The beginnings of a Centralized Purchasing System are now in place. Although a considerable amount of work remains to be done on this project , some savings have been realized through cooperative p purchasing with the j State of Missouri and through securing comparative price quotations where previously only a "sweetheart arrangement" existed. Presently, a Special Committee chaired by Councilman Darrel Gordon is working with the Finance Director to review all of the City's insurance t and bonding requirements. Specifications have been mailed to prospective bidders and with the utilization of some new techniques in "risk management" , there is an excellent possibility that the City' s costs in this r � 4fegard can be reduced somewhat . a -6- Our City operations also realized some savings through an energy conservation effort ( i. e. , approximately a % drop in dollar costs) . Discontinuing membership in he Mid-Missouri Council of Governments, cancelling a computer arrangement with Cole County which the City obviously was not ready for, and reducing the purchase of City Directories, also saved us $34, 000 during the past year. During our last budget preparation and review period, several changes were made in budgeting policies and procedures. The budget documents were in a sufficiently improved condition that the City Council was able to make their review, revisions and approvals, in two : 1 'meetings rather than the traditional eight or ten. The budget document is the policy document of the year. A tremendous number of decisions about the forthcoming year are made during this four-month long process. Although salary increases this year averaged only seven Per cent, several improvements were made in employee benefits. These included: a pension improvement, improved insurance coverage, an added holiday, and a standardization and clarification of overtime practices. 0 is past year we established goals of ( 1) the elimina- ion of "earmarked" tax revenues; (2) the establishment of a comprehensive budget (as opposed to only a General Revenue Budget) ; (3) the practice of several levels of budget reviews (i. e. , Department Director, Mayor and City Council) ; (4) the establishment of employment levels and employment level goals. Those aspects of these _��... . Policies not implemented during the past year will be finalized during the budgeting process this year. We will also be taking a look at zero-based budgeting this year. 3 , TAX REFORM and REDUCTION The past year was a good one also for Jefferson City ': taxpayers. The following reductions were enacted: (1) The one per cent (1%) City Sales Tax was removed from water bills effective January 1, - 1980. (2) The 7. 5% City Gross Receipts Utility Tax was removed from water bills effective August 1, 1980. ; -7- i (3) The City Automobile License was eliminated effective June 30, 1980. (4) The City Property Tax rate was reduced from ' $1. 30 per hundred of assessed valuation to $1. 25 effective December 31 , 1979. (5) A proposed increase in the Sewer Service Charge was postponed for at least one year. (6) The City Gross Receipts Utility Tax on gas, steam, electricity and telephone service was reformed in order that no organization or individual escaped paying it. Previously, some forty major gas and electric utility customers had avoided paying any portion of this tax. • . CITIZENS' INVOLVEMENT One of the most encouraging things to occur during the past year was a dramatic increase of citizens' participa- tion in local governmental affairs. At the beginning of the year, the Jefferson City Clergy Alliance agreed Opprovide the invocation for City Council meetings on a otationg basis among its members. This has been a healthy experience for all parties concerned. ' ^t During the past year, as Mayor, I have had the occasion ��° to ask almost one hundred twenty-five local citizens to L_ :•.� lend their time and talent to the service of their community as a member of a City Commission or Board, as a member of the Mayor' s Advisory Commission, or as a member of some other special task force. To date I have yet to receive my first "no" . That says something about Jefferson City as far as I am concerned. At present four Special Citizens' Committees are at work on some very '' "knotty" community issues. Appointments to Standing Committees, Commissions and ` Boards has been made up of about fifty per cent new people and about fifty per cent rea ppointments. This sue: has created a healthy balance, I think, of "new blood" and of "continuity and stability" . During April and May and again during the fall, the City Council will Wmeeting in neighborhood elementary schools, in an ffort to interest neighborhood residents in the workings of their local government. We have already met at West Elementary School and the response there was excellent. IMPROVEMENTS TO PUBLIC FACILITIES This category of the City Budget had its biggest expendi- ture in history during 1979. There is no better place for taxpayer dollars. The new busses were received early last summer. They were paid for with twenty per cent local funda and eighty per cent Federal Funds. The four bus shelters, which were a part of the grant, have been ordered but not received. When received, one will be stationed at each Hospital and one will be located at Jefferson and High Streets. During 1979, the City experienced its largest street resurfacing program during any one year in recent history. Hopefully, after several years of heavy expenditure, our neighborhood streets are generally in good condition. During 1980, several new neighborhood streets will be totally rebuilt under the City' s $5. 00 per foot petition curb and gutter program. The $5.00 per foot represents about thirty per cent of the total actual costs. Also during 1979 and again during 1980, the City will be accelerating the construction of its sewer distribution system. Several small projects were completed during 1979 and the Indian Hills area in the First Ward finally saw some tangible activity. Our goal is to have every resident in the City served by City sewer no later than the end of 1982. After two years of "haggling" , the City finally began an aggressive program of "curb cuts" in the downtown area. These "cuts" aid a lot of people besides the handicapped ( i. e. , baby strollers, elderly with or without a cane, ' young children, etc. ) . Last summer the Central Trust Bank handed the Deed to Overlook Park over to the City of Jefferson. Overlook Park is located at the end of Madison Street near the Executive Mansion and was built as a memorial to the late Howard Cook. It is indeed a fine new asset to the City. The Department of Public Works proceeded this past year • with the preparation of the site for a new Headquarters Building for the Army National Guard. The Department of Public Works also put its Secondary Sewer plant "on line" in September and has been operating it since that time. -9- V With the cooperation of our Department of Public Works, the Missouri Highway Commission was able to complete the improvements to Missouri Boulevard, Route B, and the McCarty Street underpass. The City Parking Garage was partially renovated during 1979 and will be completed during 1980. The Garage is sixteen years old and was due a complete renovation. Improvements to Stadium East (Russell Street) were completed this past year, and Stadium West was also constructed. During 1980 we will construct Stadium Central, which will connect these two very important sections of major roadways. During 1979 further improvements were made to the Dix/West Main Street intersection, as well as to the Clark/McCarty Street intersection. During 1980 we will construct East- land Avenue as well as do the planning for a new North Ten Mile Drive. Also, the Southwest Boulevard/Thompson Street intersection will be totally reworked this summer. i COMMUNITY ISSUES Several community-oriented issues continue to escape total resolution at this time. However, activity and "positive t,t} movement" has taken place during the past several months on each of the items listed below: ( 1) The Old Jail (2) Municipal landfill (3) New Animal Shelter (4) Expansion of parking if (5) Construction of a new City Hall (6) Annexation. Although I could comment in some detail on the progress that has been made on each of these projects to date, there will be news forthcoming concerning each during the next twelve months and perhaps it would be best to defer comment until each of these issues reaches the City Council for debate. Respectfully submitted, � Wiz-� �ayor. �Lj Geor Hartsfield,