Loading...
HomeMy Public PortalAboutORD15613 BILL NO. 2016-94 SPONSORED BY COUNCILMAN Henry ORDINANCE NO. -6(P 1 5 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $75,000.00 PROFESSIONAL SERVICES AGREEMENT WITH LOCHMUELLER GROUP FOR THE JEFFTRAN SYSTEM-WIDE ASSESSMENT WHEREAS, Lochmueller Group has been selected as the firm best qualified to provide professional services related to development of a JEFFTRAN System- Wide Assessment. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Lochmueller Group 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 Lochmueller Group. 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: 1,4ij / 9� Approved: Cjam Kt.P0 17 611tA/c.e: FeAtvi‘ Gfvu P. Presiding Officer - - in Mayor Carrie Ter gin 9 ATTEST;.` APPROVED AS TO FORM: /AA City ClerK - Cit '.0 -elor �. 3 SPONSOR: Capital Area Metropolitan Planning Organization' and City of Jefferson, Missouri LOCATION: City of Jefferson PROJECT: Transit System-Wide Assessment Study THIS CONTRACT is between Capital Area Metropolitan Planning Organization and City of Jefferson, Missouri hereinafter referred to as the "Local Agency", and Lochmueller Group, Inc. (Lochgroup),hereinafter referred to as the "Consultant". INASMUCH as funds have been made available by the Federal Highway Administration through its STP Program, coordinated through the Missouri Department of Transportation, the Local Agency intends to perform a system-wise assessment of JEFFTRAN transit service operated by the City of Jefferson. This assessment includes a variety of servicesenumeratedin Attachment A to support and supplement JEFFTRAN and CAMPO's transit planning activities. The Consultant will provide the Local Agency with professional services hereinafter detailed for evaluating existing.service, data collection, and service plan development and the Local Agency will pay the Consultant as provided in this contract. Article III also enumerates documents and other support which Local Agency will furnish to support Consultant's efforts. It is mutually agreed as follows: _ ARTICLE I—SCOPE OF SERVICES The Local Agency agrees to engage the services of the Consultant to render certain professional services,hereinafter described in Attachment A. ARTICLE II-DISADVANTAGED BUSINESS ENTERPRISE (DBE)REQUIREMENTS: A. DBE Goal: The following DBE goal has been established for this Agreement. The dollar value of services and related equipment, supplies, and materials used in furtherance thereof which is credited toward this goal will be based on the amount actually paid to DBE firms. The goal for the percentage of services to be awarded to DBE firms is 5% of the total Agreement dollar value. B. DBE Participation Obtained by Consultant: The Consultant has obtained DBE participation, and agrees to use DBE firms to complete, at least 5% of the total services to be performed under this Agreement, by dollar value. The DBE firms which the Consultant shall use, and the type and dollar value of the services each DBE will perform, is as follows: CONTRACT PERCENTAGE OF TOTAL$ $AMOUNT SUBCONTRACT VALUE OF THE TO APPLY DOLLAR VALUE DBE FIRM NAME,STREET TYPE OF DBE DBE TO TOTAL APPLICABLE TO AND MAILING ADDRESS SEVICE SUBCONTRACT DBE GOAL TOTAL GOAL Fig. 136.4.1 Contract Revised 6/25/13 1 Above All Personnel 1103 B Southwest Blvd. Bus On Board Jefferson City,MO 65109 Surveying $3,750.00 $3,750.00 5.00% ARTICLE III-ADDITIONAL SERVICES The Local Agency reserves the right to request additional work, and changed or unforeseen conditions may require changes and work beyond the scope of this contract. In this event, a supplement to this agreement shall be executed and submitted for the approval of MoDOT prior to performing the additional or changed work or incurring any additional cost thereof. Any change in compensation will be covered in the supplement. ARTICLE IV-RESPONSIBILITIES OF LOCAL AGENCY The Local Agency will cooperate fully with the Consultant in the development of the project, including the following: A. make available all information pertaining to the project which may be in the possession of the Local Agency; B. provide the Consultant with the Local Agency's requirements for the project; C. make provisions for the Consultant to enter upon property at the project site for the performance of his duties; D. examine all studies and layouts developed by the Consultant, obtain reviews by MoDOT, and render decisions thereon in a prompt manner so as not to delay the Consultant; E. designate a Local Agency's employee to act as Local Agency's Person in Responsible Charge under this contract, such person shall have authority to transmit instructions, interpret the Local Agency's policies and render decisions with respect to matters covered by this agreement(see EPG 136.3); Local Agency (including JEFFTRAN and City of Jefferson staff, as appropriate) will provide the following documents and support. 1. Data generated by farebox reporting systems. This will include available reports showing ridership and revenue by route and time period. 2. Three most recent years of JEFFTRAN's National Transit Database (NTD) original submittals to the Federal Transit Administration(FTA). Fig. 136.4.1 Contract Revised 6/25/13 2 3. A current roster of JEFFTRAN revenue and non-revenue vehicles. This roster will include year purchased, vehicle manufacturer, vehicle capacity (including wheelchair tie downs), fuel type used, and vehicle length. 4. JEFFTRAN capital elements in current CAMPO TIP. 5. Any written longer-range JEFFTRAN capital plans and assessments. 6. Listing of JEFFTRAN bus stops by route, to be used for on-board rider surveys. 7. Assist CONSULTANT in assessing accuracy and appropriateness of operating and cost data described in item A3. 8. Contact local officials and stakeholders to schedule five interviews identified in item D1. In- person interviews will be scheduled to occur during a single visit by CONSULTANT to project area. 9. Arrange for venues for public meetings identified in item D2. Arrange for appropriate public notices of these meetings, including signs on board JEFFTRAN vehicles and notices to local media and on the JEFFTRAN web site. 10. Identify published CAMPO plan elements to be reviewed in item D5. ARTICLE V-PERIOD OF SERVICE The Consultant will commence work within two weeks after receiving notice to proceed (NTP) from the Local Agency. The general phases of work will be completed in accordance with the following schedule: A. Initial site visit within 60 days of NTP. B Conduct on board ridership counts and initial public meeting within 90 days of NTP. C Provide draft Existing Conditions Report within 120 days of NTP D Provide two draft service plans to Local Agency within 180 days of NTP E Provide draft Final Report to Local Agency within 240 days of NTP F Provide all copies of Existing Conditions Report and Final Report within 270 days of NTP The Local Agency will grant time extensions for delays due to unforeseeable causes beyond the control of and without fault or negligence of the Consultant. Requests for extensions of time shall be made in writing by the Consultant, before that phase of work is scheduled to be completed, stating fully the events giving rise to the request and justification for the time extension requested. ARTICLE VI—STANDARDS Fig. 136.4.1 Contract Revised 6/25/13 3 The Consultant shall be responsible for working with the Local Agency in determining the appropriate design parameters and construction specifications for the project using good professional judgment based on the specific site conditions, Local Agency needs, and guidance provided in the most current version of EPG 136 LPA Policy. ARTICLE VII- COMPENSATION For services provided under this contract, the Local Agency will compensate the Consultant as follows: A. For all study activities and reports, the Local Agency will pay the consultant the actual costs incurred plus a predetermined fixed fee of $6,191.80, with a ceiling established for such services in the amount of$75,000, which amount shall not be exceeded. B. The compensation outlined above has been derived from estimates of cost which are detailed in Attachment B. Any major changes in work, extra work, exceeding of the contract ceiling, or change in the predetermined fixed fee will require a supplement to this contract, as covered in Article III -ADDITIONAL SERVICES. C. Actual costs in Section A and above are defined as: 1. Actual payroll salaries paid to employees for time that they are productively engaged in work covered,by this contract,plus 2. An amount estimated at 75.50 % of actual salaries in Item 1 above for payroll additives, including payroll taxes, holiday and vacation pay, sick leave pay, insurance benefits,retirement and incentive pay, plus 3. An amount estimated at 118.18 % of actual salaries in Item 1 above for general administrative overhead, based on the Consultant's system for allocating indirect costs in accordance with sound accounting principles and business practice,plus 4. Other costs directly attributable to the project but not included in the above overhead, such as vehicle mileage, meals and lodging, printing, surveying expendables, and computer time,plus 5. Project costs incurred by others on a subcontract basis, said costs to be passed through the Consultant on the basis of reasonable and actual cost as invoiced by the subcontractors. D. The rates shown for additives and overhead in Sections VII. C.2 and VII. C.3 above are approximate and will be used for interim billing purposes. Final payment will be based on the actual rates experienced during the period of performance, as indicated by the Consultant's accounting records, and as determined by final audit of the Consultant's records by MoDOT. Fig. 136.4.1 Contract Revised 6/25/13 4 II E. The payment of costs under this contract will be limited to costs which are allowable under 23 CFR 172 and 48 CFR 31. F. METHOD OF PAYMENT - Partial payments for work satisfactorily completed will be made to the Consultant upon receipt of itemized invoices by the Local Agency. Invoices will be submitted no more frequently than once every two weeks and must be submitted monthly for invoices greater than $10,000. A pro-rated portion of the fixed fee will be paid with each invoice. Upon receipt of the invoice and progress report, the Local Agency will, as soon as practical, but not later than 45 days from receipt, pay the Consultant for the services rendered, including the proportion of the fixed fee earned as reflected by the estimate of the portion of the services completed as shown by the progress report, less partial payments previously made. A late payment charge of one and one half percent (1.5%) per month shall be assessed for those invoiced amount not paid, through no fault of the Consultant, within 45 days after the Local Agency's receipt of the Consultant's invoice. The Local Agency will not be liable for the late payment charge on any invoice which requests payment for costs which exceed the proportion of the maximum amount payable earned as reflected by the estimate of the portion of the services completed, as shown by the progress report. The payment, other than the fixed fee, will be subject to final audit of actual expenses during the period of the Agreement. G. PROPERTY ACCOUNTABILITY - If it becomes necessary to acquire any specialized equipment for the performance of this contract, appropriate credit will be given for any residual value of said equipment after completion of usage of the equipment. ARTICLE VIII- COVENANT AGAINST CONTINGENT FEES The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working for the Consultant, 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, 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 Local Agency shall have the right to annul this agreement without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission,percentage,brokerage fee, gift, or contingent fee,plus reasonable attorney's fees. ARTICLE IX- SUBLETTING,ASSIGNMENT OR TRANSFER No portion of the work covered by this contract, except as provided herein, shall be sublet or transferred without the written consent of the Local Agency. The subletting of the work shall in no way relieve the Consultant of his primary responsibility for the quality and performance of the work. It is the intention of the Consultant to engage subcontractors for the purposes of: Sub-Consultant Name Address Services Fig. 136.4.1 Contract Revised 6/25/13 5 Innis Consulting 19 Prairie Rose Court Managerial Assessment, Mt. Zion, IL 62549 Public/Government Input, Service Plan Development Above All Personnel 1103 B Southwest Blvd. On-Board Ridership Jefferson City, MO 65109 Counts ARTICLE X- PROFESSIONAL ENDORSEMENT Not applicable. ARTICLE XI-RETENTION OF RECORDS The Consultant shall maintain all records, survey notes, design documents, cost and accounting records, construction records and other records pertaining to this contract and to the project covered by this contract, for a period of not less than three years following final payment by FTA. Said records shall be made available for inspection by authorized representatives of the Local Agency, MoDOT or the federal government during regular working hours at the Consultant's place of business. ARTICLE XII- OWNERSHIP OF DOCUMENTS Plans, tracings, maps and specifications prepared under this contract shall be delivered to and become the property of the Local Agency upon termination or completion of work. Basic survey notes, design computations and other data prepared under this contract shall be made available to the Local Agency upon request. All such information produced under this contract shall be available for use by the Local Agency without restriction or limitation on its use. If the Local Agency incorporates any portion of the work into a project other than that for which it was performed, the extent allowed by law, the Local Agency shall save the Consultant harmless from any claims and liabilities resulting from such use. ARTICLE XIII—SUSPENSION OR TERMINATION OF AGREEMENT A. The Local Agency may, without being in breach hereof, suspend or terminate the Consultant's services under this Agreement, or any part of them, for cause or for the convenience of the Local Agency, upon giving to the Consultant at least fifteen (15) days' prior written notice of the effective date thereof. The Consultant shall not accelerate performance of services during the fifteen(15) day period without the express written request of the Local Agency. B. Should the Agreement be suspended or terminated for the convenience of the Local Agency, the Local Agency will pay to the Consultant its costs as set forth in Attachment B including actual hours expended prior to such suspension or termination and direct costs as defined in this Agreement for services performed by the Consultant, a proportional amount of the fixed Fig. 136.4.1 Contract Revised 6/25/13 6 fee based upon an estimated percentage of Agreement completion, plus reasonable costs incurred by the Consultant in suspending or terminating the services. The payment will make no other allowances for damages or anticipated fees or profits. In the event of a suspension of the services, the Consultant's compensation and schedule for performance of services hereunder shall be equitably adjusted upon resumption of performance of the services. C. The Consultant shall remain liable to the Local Agency for any claims or damages occasioned by any failure, default, or negligent errors and/or omission in carrying out the provisions of this Agreement during its life, including those giving rise to a termination for non- performance or breach by Consultant. This liability shall survive and shall not be waived, or estopped by final payment under this Agreement. D. The Consultant shall not be liable for any errors or omissions contained in deliverables which are incomplete as a result of a suspension or termination where the Consultant is deprived of the opportunity to complete the Consultant's services. E. Upon the occurrence of any of the following events, the Consultant may suspend performance hereunder by giving the Local Agency 30 days advance written notice and may continue such suspension until the condition is satisfactorily remedied by the Local Agency. In the event the condition is not remedied within 120 days of the Consultant's original notice, the Consultant may terminate this agreement. 1. Receipt of written notice from the Local Agency that funds are no longer available to continue performance. 2. The Local Agency's persistent failure to make payment to the Consultant in a timely manner. 3. Any material contract breach by the Local Agency. ARTICLE XIV-DECISIONS UNDER THIS CONTRACT The Local Agency will determine the acceptability of work performed under this contract, and will decide all questions which may arise concerning the project. The Local Agency's decision shall be final and conclusive. ARTICLE XV- SUCCESSORS AND ASSIGNS The Local Agency and the Consultant agree that this contract and all contracts entered into under the provisions of this contract shall be binding upon the parties hereto and their successors and assigns. • ARTICLE XVI- COMPLIANCE WITH LAWS Fig. 136.4.1 Contract Revised 6/25/13 7 The Consultant shall comply with all federal, state, and local laws, ordinances, and regulations applicable to the work, including but not limited to Title VI and Title VII of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d, 2000e), as well as with any applicable titles of the Americans with Disabilities Act (42 U.S.C. 12101, et seq.) and non-discrimination clauses incorporated herein, and shall procure all licenses and permits necessary for the fulfillment of obligations under this contract. ARTICLE XVII-RESPONSIBILITY FOR CLAIMS AND LIABILITY The Consultant agrees to save harmless the Local Agency, MoDOT and FHWA from all claims and liability due to his negligent acts or the negligent acts of his employees, agents or subcontractors. ARTICLE XVIII-NONDISCRIMINATION The Consultant, 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. The Consultant will comply with state and federal related to nondiscrimination, including but not limited to Title VI and Title VII of the Civil Rights Act of 1964, as amended (42 U.S.C. 2000d, 2000e), as well as with any applicable titles of the Americans with Disabilities Act (42 U.S.C. 12101, et seq.). More specifically, the Consultant will comply with the regulations of the Department of Transportation relative to nondiscrimination in federally assisted programs of the Department of Transportation, as contained in 49 CFR 21 through Appendix H and 23 CFR 710.405 which are herein incorporated by reference and made a part of this contract. In all solicitations either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurements of materials or equipment, each potential subcontractor or supplier shall be notified by the Consultant's obligations under this contract and the regulations relative to non-discrimination on the ground of color, race or national origin. ARTICLE XIX—LOBBY CERTIFICATION CERTIFICATION ON LOBBYING: Since federal funds are being used for this agreement, the Consultant's signature on this agreement constitutes the execution of all certifications on lobbying which are required by 49 C.F.R. Part 20 including Appendix A and B to Part 20. Consultant agrees to abide by all certification or disclosure requirements in 49 C.F.R. Part 20 which are incorporated herein by reference. ARTICLE XX—INSURANCE A. The Consultant shall maintain commercial general liability, automobile liability, and worker's compensation and employer's liability insurance in full force and effect to protect the Consultant from claims under Worker's Compensation Acts, claims for damages for personal injury or death, and for damages to property arising from the negligent acts, errors, or omissions of the Consultant and its employees, agents, and Subconsultants in the performance Fig. 136.4.1 Contract Revised 6/25/13 8 of the services covered by this Agreement, including, without limitation, risks insured against in commercial general liability policies. B. The Consultant shall also maintain professional liability insurance to protect the Consultant against the negligent acts, errors, or omissions of the Consultant and those for whom it is legally responsible, arising out of the performance of professional services under this Agreement. C. The Consultant's insurance coverage shall be for not less than the following limits of liability: 1. Commercial General Liability: $500,000 per person up to $3,000,000 per occurrence; 2. Automobile Liability: $500,000 per person up to $3,000,000 per occurrence; 3. Worker's Compensation in accordance with the statutory limits; and Employer's Liability: $1,000,000; and 4. Professional ("Errors and Omissions") Liability: $1,000,000, each claim and in the annual aggregate. D. The Consultant shall, upon request at any time, provide the Local Agency with certificates of insurance evidencing the Consultant's commercial general or professional liability ("Errors and Omissions") policies and evidencing that they and all other required insurance are in effect as to the services under this Agreement. E. Any insurance policy required as specified in (ARTICLE XX) shall be written by a company which is incorporated in the United States of America or is based in the United States of America. Each insurance policy must be issued by a company authorized to issue such insurance in the State of Missouri. ARTICLE XXI-ATTACHMENTS The following exhibits are attached hereto and are hereby made part of this contract: Attachment A—Scope of Service Attachment B - Estimate of Cost Attachment C - Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions. Attachment D - Certification Regarding Debarment, Suspension, and Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions. Fig. 136.4.1 Contract Revised 6/25/13 9 Attachment E—DBE Contract Provisions Attachment F—Fig. 136.4.15 Conflict of Interest Disclosure Form ARTICLE XXII—ADDITIONAL TERMS A. Independent 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. B. Benefits not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City and shall not be covered by the Workmen's Compensation Program of the City. C. Illegal Immigration. Prior to commencement of the work: a. Contractor shall,by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. c. If contractor is a sole proprietorship,partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. Fig. 136.4.1 Contract Revised 6/25/13 10 Executed and made effective on the last day signed by any party as indicated below. CITY OF JEFFERSON, MISSOURI CAPTIAL AREA METROPOLITAN PLANNING ORGANIZATION Carrie Tergin, Mayor Title:C-+-1 4d < Date: ( a3- Date: / l,f )2 -_ •ATTEST ATTEST: - ` City=Clerk ' _ Title;- _L� � ` APPROVED AS.TO FORM: Cou f elor LOCHMUELLER GROUP, INC.: N„41Alk Sc• t ,:it i, liFrouis i ra Manager ATTEST: /11 Michael Grovak, Transportation Planning and Economics Fig. 136.4.1 Contract Revised 6/25/13 11 I hereby certify under Section 50.660 RSMo there is either: (1) a balance of funds, otherwise unencumbered, to the credit of the appropriation to which the obligation contained herein is chargeable, and a cash balance otherwise unencumbered, in the Treasury, to the credit of the fund from which payment is to be made, each sufficient to meet the obligation contained herein; or (2) bonds or taxes have been authorized by vote of the people and there is a sufficient unencumbered amount of the bonds yet to be sold or of the taxes levied and yet to be collected to meet the obligation in case there is not a sufficient unencumbered cash balance in the treasury. Margie Mu er, Director of Finance and ITS City of Jefferson, Missouri • Fig. 136.4.1 Contract Revised 6/25/13 12 ATTACHMENT A Scope of Services A. EVALUATE EXISTING.SERVICE (Task 1) - The Consultant will: 1. Perform a complete one-day rider count for all JEFFTRAN routes. Count staff will be provided by Above All* Personnel, a Missouri-certified DBE. Date for the count will be mutually-agreed by Consultant and Local Agency. Counts will be tabulated to show ridership by stop, route segment, and time-of-day. Transfers presented during the counts will be retained by drivers and used to identify transfer patterns. The analysis will include productivity comparisons of route segments, as well as by time-of-day. 2. Assess operator work schedule requirements and rules. 3. Calculate a unit costing model for JEFFTRAN fixed-route and demand-responsive services. This model will be based upon JEFFTRAN's National Transit Database (NTD) submittals, along with other JEFFTRAN operating data, as appropriate. Local Agency will support this effort by identifying potential issues and inconsistencies in NTD data. This model will be used to estimate costs of service changes and improvements. 4. Provide route profiles summarizing operating, ridership, and performance data for each fixed route. Profiles will provide data such as ridership and revenue by route, service costs by route, ridership/hour, ridership/mile and passengers/vehicle hour. They also will include key demographic indicators for the JEFFTRAN service area including persons living in poverty, as well household income levels and no-auto households. B. MANAGERIAL ASSESSMENT AND EVALUATION (Task 2) - The Consultant will: 1. Interview key managerial and professional staff to request input on unmet transit needs and underserved markets. These interviews will assess the technical capabilities of existing staff, emphasizing skills in service planning, schedule preparation,marketing, and market research. 2. Obtain and review high level information about capital plans and the overall state of the fleet and transit facilities. We will compare the transit fleet to FTA norms for a fleet in a state of good repair. C. PEER SYSTEM REVIEW(Task 3) -The Consultant will: 1. Identify JEFFTRAN peer systems using FTA's Florida Transit Information System (FTIS — see http://www.ftis.org). These peer systems will be within a reasonable geographic proximity to JEFFTRAN, and have similar operating and service area characteristics. The roster of peer systems will be reviewed and approved by the Local Agency. 2. Provide a JEFFTRAN peer assessment both for fixed route and Handi-Wheels demand response service. It will compare JEFFTRAN's performance with those of its peer systems. This comparison will use standard metrics such as farebox recovery ratio, revenue per passenger,passengers per vehicle hour, cost per passenger, and rides per capita. Fig. 136.4.1 Contract Revised 6/25/13 D. PUBLIC AND GOVERNMENT OFFICIAL INPUT (Task 4)—The Consultant will: 1. Conduct 5 group interviews with key local government officials and stakeholders (including the Transit Advisory Committee). Approximately 6 to 10 individuals or organizations will be invited to participate in each group interview. These individuals and groups will be identified by Local Agency. At least one of these group interviews will be confined to government officials. Key information which will be sought in these interviews includes input on transit needs, the role of transit in the overall transportation network (emphasizing the degree of importance of attracting choice riders), and an assessment of sources of additional transit capital and operating funds. An overall theme of these interviews (as well as other elements of Task 4) is to help identify a"vision"of the role of JEFFTRAN in the community. 2. Hold two public meetings. One will be held at the outset of the study, to obtain public input on transit needs. The second will be held near the conclusion of the study, to present draft study recommendations for public input. 3. Provide an on-line survey to obtain public input. The survey design will be reviewed and approved by Local Agency. 4. Meet with JEFFTRAN drivers to obtain input on wide range of route, schedule and service needs. Meeting will be structured to gain input on key areas identified by Consultant and Local Agency. 5. Review published CAMPO plans to identify elements which should be reflected in this study. Local Agency will assisting by identifying applicable plan elements. EXISTING CONDITIONS REPORT. An Existing Conditions report will be written by Consultant, incorporating its findings in Tasks 1 through 4 above (except for the second public meeting described in Task 4.2). This report will be provided in draft form to the Local Agency. After revisions provided by the Local Agency, two printed and two electronic copies of the Existing Conditions report will be provided to the Local Agency. When the Final Report is prepared (as described below), six additional printed copies of the Existing Conditions report also will be furnished. E SERVICE PLAN DEVELOPMENT (Task 5)—The Consultant will: 1. Prepare an assessment of the key transit service needs identified in previous steps. Such needs may include changes in service frequency, changes in hours and days of service, changes in routes, and changes in fare policies. This element will assess these needs in the context of the transit vision discussed in Task 4. 2. Provide an assessment of key transit facility, fleet, technology and passenger information needs identified in previous steps. This will include an evaluation of the size and type of vehicles used in JEFFTRAN service. This assessment will include a review of published CAMPO studies. Capital costs will be identified on a unit-cost basis (not involving design- level analysis). 3. Provide an assessment of in-house key staffing needs. Assessment will include position function and responsibilities. Fig. 136.4.1 Contract • Revised 6/25/13 4. Provide two alternative service plans for a two-year implementation horizon. The two service plans will emphasize respectively a) improving service to present JEFFTRAN riders and b) attractingsignificant numbers of choice riders. These service plans will address both service � characteristics and fare policies, as described in the previous paragraph. These plans will include specify days of operation, span of service, hours and miles of operation, and forecasted effects upon patronage. These plans will consider current pratices at other US transit operators for interfacing with on-call services such as Lyft and Uber. These plans will consider service within the CAMPO planning area. 5. Provide ridership and revenue forecasts for each element of the two service plans. These forecasts will be based upon published transit fare and service elasticities. These forecasts also will consider transit ridership potential, as indicated by the peer system review. Ridership/capita for peer systems will be a key indicator from the peer comparison. The analysis also will provide a high-level assessment of the regional economic impacts of transit service. This assessment will be based upon public studies, and consider federal (FTA) investment in transit facilities and equipment. 6. Identify proposed sources of revenue corresponding to costs of service improvements. Both two year service plans will be cost constrained, with proposed sources of revenue corresponding to costs of improvements. Economies and increased efficiency for existing services will be a component of the cost constrained service plans. 7. Provide evaluation matrix to guide ongoing route and schedule modifications. 8. After review by Local Agency, the two service plans will be presented at the second public meeting (see item D2) for public input. The service plans also will be posted on the JEFFTRAN web site and publicized on the JEFFTRAN Facebook page. 9. Based upon public input and consultation with the Local Agency, identify a single two-year service plan. This service plan will identify a cost-constrained two year service plan for JEFFTRAN. This service plan will include recommendations for changes and improvements in JEFFTRAN routing,hours and days of service, and fares. FINAL REPORT. A Final Report will be written by Consultant, incorporating its findings in all items not included in Existing Conditions report. This report will be provided in draft form to the Local Agency. After revisions provided by the Local Agency, eight printed and two electronic copies of the Final Report will be provided to the Local Agency. When the Final Report is finalized, six additional printed copies of the Existing Conditions report also will be furnished. F PROJECT ADMINISTRATION AND QA/QC (Task 6)—Consultant will 1. Provide project invoices as described in Article VII. Invoices will be accompanied by description of work performed. 2. Provide appropriate Quality Control/Quality Assurance (QA/QC) for Existing Conditions Report and Final Report prior to draft copies being submitted to Local Agency. Fig. 136.4.1 Contract Revised 6/25/13 ATTACHMENT B ESTIMATE OF COST Transit System-Wide Assessment Stud) STP-3100(523) City of Jefferson,Missouri Senior Project Transit Project Transp. Planning Manager Engineer III Engineer I Planner Assistant Total Design/Bidding Phase Task 1 Evaluate Existing Service 24 20 32 76 Task 2: Managerial Assessment and Evaluation(Innis Consulting Lead 16 16 Task 3: Peer System Review 16 16 Task 4: Public and Government Official Input(Innis Consulting Lead 36 24 24 84 Task 4A Existing Conditions Report 24 12 12 48 Task 5: Service Plan Development 44 40 20 104 Task 6: Project Administration and QA/QC 12 20 32 Subtotal Manhour by Classification 12 164 96 80 24 376 Unburdened Rate $65.26 $52.53 $27.13 $26.46 $19.34 Labor $783.12 $8,614.92 $2,604.48 $2,116.80 $464.16 Overhead Rate 193.68% $1,516.75 $16,685.38 $5,044.36 $4,099.82 $898.99 Total Labor&OH $2,299.87 $25,300.30 $7,648.84 $6,216.62 $1,363.15 Fixed Fee=Total Labor&OH Rate x 14.50% $333.48 $3,668.54 $1,109.08 $901.41 $197.66 $6,210.17 Total Including Labor,OH&Fixed Fec $2,633.35 $28,968.84 $8,757.92 $7,118.03 $1,560.80 $49,038.93 Innis Consulting Fee $19,000.00 Above All Personnel Fee(DBE; $3,750.00 Direct Cost-12 Per Diems x$34 $408.00 Direct Cost-6 Hotel Nights*$100 $600.00 Direct Cost-Mileage-3000 miles x 0.54 $1,620.00 Printing and Misc. $583.07 Total Project $75,000.00 ATTACHMENT C CERTIFICATION REGARDING DEBARMENT, SUSPENSION,AND OTHER RESPONSIBILITY MATTERS- PRIMARY COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," "proposal" and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- Lower Tier Covered Transaction" provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded Fig. 136.4.1 Contract Revised 6/25/13 from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to check the Nonprocurement List at the Excluded Parties List System. https://www.epls.gov/epls/search.do?page=A&status=current&agency=69#A. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain or performing a public(Federal, State or local)transaction or contract under a public transaction; violation of Federal or' State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph(1)(b) of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Fig. 136.4.1 Contract Revised 6/25/13 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION--LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List at the Excluded Parties List System. https://www.epls.gov/epls/search.do?page=A&status=current&agency=69#A. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which normally possessed by a prudent person in the ordinary course of business dealings. Fig. 136.4.1 Contract Revised 6/25/13 Except for transactions authorized underparagraph 5 of these instructions, if a participant in a covered 9. p p p transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Fig. 136.4.1 Contract Revised 6/25/13 Attachment E Disadvantage Business Enterprise Contract Provisions 1. Policy: It is the policy of the U.S.Department of Transportation and the Local Agency that businesses owned by socially and economically disadvantaged individuals (DBE's) as defined in 49 C.F.R. Part 26 have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Thus, the requirements of 49-C.F.R. Part 26 and Section 1101(b) of the Transportation Equity Act for the 21st Century(TEA-21)apply to this Agreement. 2. Obligation of the Consultant to DBE's: The Consultant agrees to assure that DBEs have the maximum opportunity to participate in the performance of this Agreement and any subconsultant agreement financed in whole or in part with federal funds. In this regard the Consultant shall take all necessary and reasonable steps to assure that DBEs have the maximum opportunity to compete for and perform services. The Consultant shall not discriminate on the basis of race, color, religion, creed, disability, sex, age, or national origin in the performance of this Agreement or in the award of any subsequent subconsultant agreement. 3. Geographic Area for Solicitation of DBEs: The Consultant shall seek DBEs in the same geographic area in which the solicitation for other subconsultants is made. If the Consultant cannot meet the DBE goal using DBEs from that geographic area, the Consultant shall, as a part of the effort to meet the goal, expand the search to a reasonably wider geographic area. 4. Determination of Participation Toward Meeting the DBE Goal: DBE participation shall be counted toward meeting the goal as follows: a. Once a firm is determined to be a certified DBE, the total dollar value of the subconsultant agreement awarded to that DBE is counted toward the DBE goal set forth above. b. The Consultant may count toward the DBE goal a portion of the total dollar value of a subconsultant agreement with a joint venture eligible under the DBE standards, equal to the percentage of the ownership and control of the DBE partner in the joint venture. c. The Consultant may count toward the DBE goal expenditures to DBEs who perform a commercially useful function in the completion of services required in this Agreement. A DBE is considered to perform a commercially useful function when the DBE is responsible for the execution of a distinct element of the services specified in the Agreement and the carrying out of those responsibilities by actually performing, managing and supervising the services involved and providing the desired product. d. A Consultant may count toward the DBE goal its expenditures to DBE firms consisting of fees or commissions charged for providing a bona fide service, such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials or supplies required for the performance of this Agreement, provided that the fee or commission is determined by MoDOT's External Civil Rights Division to be reasonable and not excessive as compared with fees customarily allowed for similar services. e. The Consultant is encouraged to use the services of banks owned and controlled by socially and economically disadvantaged individuals. 5. Replacement of DBE Subconsultants: The Consultant shall make good faith efforts to replace a DBE Fig. 136.4.1 Contract Revised 6/25/13 Subconsultant, who is unable to perform satisfactorily, with another DBE Subconsultant. Replacement firms must be approved by MoDOT's External Civil Rights Division. 6. Verification of DBE Participation: Prior to final payment by the Local Agency, the Consultant shall file a list with the Local Agency showing the DBEs used and the services performed. The list shall show the actual dollar amount paid to each DBE that is applicable to the percentage participation established in this Agreement. Failure on the part of the Consultant to achieve the DBE participation specified in this Agreement may result in sanctions being imposed on the Commission for noncompliance with 49 C.F.R. Part 26 and/or Section 1101(b) of TEA-21. If the total DBE participation is less than the goal amount stated by the MoDOT's External Civil Rights Division, liquidated damages may be assessed to the Consultant. Therefore, in order to liquidate such damages, the monetary difference between the amount of the DBE goal dollar amount and the amount actually paid to the DBEs for performing a commercially useful function will be deducted from the Consultant's payments as liquidated damages. If this Agreement is awarded with less than the goal amount stated above by MoDOT's External Civil Rights Division, that lesser amount shall become the goal amount and shall be used to determine liquidated damages. No such deduction will be made when, for reasons beyond the control of the Consultant,the DBE goal amount is not met. 7. Documentation of Good Faith Efforts to Meet the DBE Goal: The Agreement goal is established by MoDOT's External Civil Rights Division. The Consultant must document the good faith efforts it made to achieve that DBE goal, if the agreed percentage specified is less than the percentage stated. The Good Faith Efforts documentation shall illustrate reasonable efforts to obtain DBE Participation. Good faith efforts to meet this DBE goal amount may include such items as,but are not limited to,the following: a. Attended a meeting scheduled by the Department to inform DBEs of contracting or consulting opportunities. b. Advertised in general circulation trade association and socially and economically disadvantaged business directed media concerning DBE subcontracting opportunities. c. Provided written notices to a reasonable number of specific DBEs that their interest in a subconsultant agreement is solicited in sufficient time to allow the DBEs to participate effectively. d. Followed up on initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested in subconsulting work for this Agreement. e. Selected portions of the services to be performed by DBEs in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down subconsultant agreements into economically feasible units to facilitate DBE participation). f. Provided interested DBEs with adequate information about plans, specifications and requirements of this Agreement. g. Negotiated in good faith with interested DBEs, and not rejecting DBEs as unqualified without sound reasons,based on a thorough investigation of their capabilities. h. Made efforts to assist interested DBEs in obtaining any bonding, lines of credit or insurance Fig. 136.4.1 Contract Revised 6/25/13 required by the Commission or by the Consultant. i. Made effective use of the services of available disadvantaged business organizations,minority contractors' groups, disadvantaged business assistance offices, and other organizations that provide assistance in the recruitment and placement of DBE firms. 8. Good Faith Efforts to Obtain DBE Participation: If the Consultant's agreed DBE goal amount as specified is less than the established DBE goal given,then the Consultant certifies that good faith efforts were taken by Consultant in an attempt to obtain the level of DBE participation set by MoDOT's External Civil Rights. Fig. 136.4.1 Contract Revised 6/25/13 Attachment F — Fig. 136.4.15 Conflict of Interest Disclosure Form for LPA/Consultants Local Federal-aid Transportation Projects Firm Name(Consultant): Lochmueller Group, Inc. Project Owner (LPA): City of Jefferson, Missouri Project Name: Transit System-Wide Assessment Study Project Number: STP-3100(523) As the LPA and/or consultant for the above local federal-aid transportation project, I have: 1. Reviewed the conflict of interest information found in Missouri's Local Public Agency Manual (EPG 136.4) 2. Reviewed the Conflict of Interest laws, including 23 CFR§ 1.33,49 CFR 18.36. And,to the best of my knowledge, determined that, for myself, any owner,partner or employee,with my firm or any of my sub-consulting firms providing services for this project, including family members and personal interests of the above persons,there are: ® No real or potential conflicts of interest If no conflicts have been identified,complete and sign this form and submit to LPA ❑ Real conflicts of interest or the potential for conflicts of interest If a real or potential conflict has been identified, describe on an attached sheet the nature of the conflict, and provide a detailed description of Consultant's proposed mitigation measures(if possible). Complete and sign this form and send it, along with all attachments, to the appropriate MoDOT District Representative, along with the executed consulting services contract. LPA Consultant Printed Name: Carrie Ter 'n Printed Name: Scott J. Smith, P.E. Mayor Branch Manager Signature: / Signature: _.1L�. Date: 1-02S-1/ Date: S ptember 1st, 2016 Fig. 136.4.1 Contract Revised 6/25/13 Innis Consulting Group 19 Prairie Rose Court Mt.Zion,IL 62549 217-864-2308 August 30,2016 To: Mr.Scott Smith Lochmueller Group,Inc. Project: Jeff City Transit System-Wide Assessment Study Dear Scott: Innis Consulting Group(ICG)agrees to provide consulting services for the above mentioned project. Consequently,ICG will be involved in Tasks 2,4,5 which include managerial assessments,stakeholder interview summary&analYysisr and assist with service plan development as described in the contract scope of work. ICG will complete this work in 180 hours plus S1,000 for expenses for a fee not to exceed $19,000. • Sincerely. Robert Innis OUR CI.(STO)4ER SERVICE IS AI3OVE ALL* V..L6:at Ir'1•SGn C,, (314)781-6008 L-mail•iwmnabuvcallpersonncl.com www.ahavcallpersanncl.com (573)616-9905 222B S.Big Bend Blvd.63117 1103 B Southwest Blvd.65109 AllOYS ALL* PERSONNEL August 31,2016 Letter of Confirmation regarding the JEFFTRAN Operations Between Jefferson City and Lochmueller Group Above All*Personnel is pleased to submit this proposal to Lochmueller Group(Lochmueller) to provide temporary staffing services for the JEFFTRAN Operations Analysis Project located in Jefferson City, Missouri. Our temporary staffing service will be related to on-board boarding and alighting counts for each bus route in the JEFFTRAN system at the request of Lochmueller for each bus route in the JEFFTRAN system. Services will be performed with coordination between Lochmueller's designated Representative and the Above All*Jefferson City location. SCOPE OF SERVICES We propose to provide temporary employees for the on-board counts to be performed during the data collection phase of the project: • Provide 14 to 16 temporary employees for a total of three days: o Provide 14 to 16 temporary employees for a two-hour training session with a representative from Lochmueller Group the day before the first on-board counts will be performed. o Provide those same 14 to 16 temporary employees will perform on-board counts the following two business days on each bus route for the duration of JEFFTRAN's hours of service. FEES We propose to perform the temporary employee services on an hourly basis for up to$15.00 per hour.Above All Personnel estimates the cost associated with these services to be approximately$3,750.00.This estimate is based on 14 to 16 staff members,with two staff members per bus from approximately 6:00 a.m,to 6:00 p.m.,for two weekday business days.The on-board counts are expected to comprise approximately 180 hours of staff time,plus an additional 30 hours of staff time for training activities. ACCEPTANCE If this proposal meets your approval,please formally authorize the temporary staffing services previously described by signing the acceptance at the end of this proposal and returning one copy to our office. We appreciate this opportunity to be of service to Lochmueller and look forward to working with you on this project.If you have any questions or would like to discuss any aspect of this proposal,contact us at(314)781-6008, Sue Hube President/Owner ABOVE ALL*PERSONNEL 314 781-6008 J.C. 573 616-9905 SUPERIOR MOTIVATED INTELLIGENT LOYAL EMPLOYMENT PJ t,5-& 15 SUPPLEMENTAL AGREEMENT NO. 1 TO ENGINEERING SERVICES CONTRACT This Supplemental Agreement is made part of an agreement dated January 23, 2017 between the City of Jefferson, Capital Area Metropolitan Planning Organization and Lochmueller Group, Inc. for a system -wide assessment of JEFFTRAN transit service operated by the City of Jefferson of project STP -3100(523). The purpose of this Supplemental Agreement is to correct Article VII.A. and Attachment B. The total services shall be in an amount not to exceed Seventy -Five Thousand Dollars ($75,000.00). Article VII.A. is hereby removed and replaced with the following: For all study activities and reports, the Local Agency will pay the consultant the actual costs incurred plus a predetermined fixed fee of $6,210.17, with a ceiling established for such services in the amount of $75,000.00, which amount shall not be exceeded. Attachment B is hereby removed and replaced with the attached Attachment B. Supplement Agreement No. 1 accepted as defined herein: CITY OF JEFFERSON, MISSOURI Carrie Tergin, Mayor Date: 3 ATTEST: ity Clerk' APPROVED AS. TOFORM: City C2or CAPITAL AREA METROPOLITAN PLANNING ORGANIZATION Steven S. Crowell, Jr. C' dministrator Date: 3 - ;?a - EST: - - - ity Clerk-. -<;p ATTEST: � - - WO/ , INC. Manager Michael Grovak, Chief, Transportation Planning and Economics ATTACHMENT B SUPPLEMENTAL AGREEMENT NO.1 (DATE) ATTACHMENT B ESTIMATE OF COST Transit System -Wide Assessment Stud} STP -3100(523) City of Jefferson, Missouri Senior Project Manager Transit Engineer III Project Engineer I Transp. Planner Planning Assistant Total Design/BiddingDesignABidding Phase Task 1 Evaluate Existing Service 24 20 32 76 Task 2: Managerial Assessment and Evaluation is Consulting Lead 16 16 Task 3: Peer System Review 16 16 Task 4: Public and Government Official Input(Innis Consulting Lead 36 24 24 84 Task 4A Existing Conditions Report 24 12 12 48 Task 5: Service Plan Develo mem 44 40 20 104 Task 6: Project Administration and QA/QC 12 20 32 J12 Subtotal Manbour by Classification 164 96 80 24 376 Unburdened Rate $65 $52.53 $27.13 $26.46 $19.34 Labor $783.12 $8,614.92 $2,604.48 $2,116.80 $464.16 Overhead Rate 193.68% $1,516.75 $16,685.38 $5,044.36 $4,099.82 $898.99 Total Labor & OH $2,299.87 $25,300.30 $7,648.84 $6,216.62 $1,363.15 Fixed Fee = Total Labor & OH Rate x 14.50% $333.48 $3,668.54 $1,109.08 $901.41 $197.66 $6,210.17 Total Including Labor, OH & Fixed Fe( $2,633.35 $28,968.84 $8,757.92 $7,118.03 $1,560.80 $49,038.93 Innis Consulting Fee $19,000.00 Above All Personnel Fee BE' $3,750.00 Direct Cost - 12 Per Diems x $34 $408.00 Direct Cost - 6 Hotel Nights * $100 $600.00 Direct Cost - Mileage -3000 miles x 0.54 $1,620.00 Printing and Misc. $583.07 Total Project $75,000.00