Loading...
HomeMy Public PortalAboutORD15741BILL NO. 2017-84 SPONSORED BY Councilman Henry ORDINANCE NO. 15-741 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $126,852.91 AGREEMENT WITH BARTLETT AND WEST FOR THE CLARK AVENUE INTERCHANGE AND CORRIDOR TRAFFIC STUDY PROJECT. WHEREAS, Bartlett and West has been selected as the firm best qualified to provide professional services related to the Clark Avenue Interchange and Corridor Traffic Study project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Bartlett and West 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 Bartlett and West for the Clark Avenue Interchange and Corridor Traffic Study project. 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 I `- b- I I Presidirigs;Officer' U _ ATTEST: i C y Clerk,. = Approved: U— 1:12 Mayor Carrie Tergin APPROVED AS TO FORM: City C ns for EXHIBIT A SPONSOR:City of Jefferson LOCATION:Jefferson City,Missouri PROJECT:Clark Avenue Interchange and Corridor,STP-3100 (525) THIS CONTRACT is between City of Jefferson,Missouri,hereinafter referred to as the "Local Agency",and Bartlett and West,Inc.,hereinafter referred to as the "Consultant". INASMUCH as funds have been made availableby the Federal Highway Administration through its STP Program,coordinated through the Missouri Department of Transportation,the Local Agency intends to have a traffic study performed at the Clark Avenue interchange with Highway 50/63 and the corridor between E.McCarty Street and Hillcrest Street.This project includes providing a traffic design and conceptual design of the improvements that arise from the study and as further enumerated in Attachment A. The Consultant will provide the Local Agency with professional services hereinafter detailed for the study,planning,public engagement,and design of the desired project 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 LocalAgencyagreesto engagethe servicesofthe Consultant to rendercertainprofessional 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 0%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 0%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: DBE FIRM PERCENTAGE NAME,CONTRACT OF STREET AND TOTAL $$AMOUNT SUBCONTRACT COMPLETE TYPE OF VALUE OF TO APPLY DOLLAR VALUE MAILING DBE THE DBE TO TOTAL APPLICABLE TO ADDRESS SERVICE SUBCONTRACT DBE GOAL TOTAL GOAL Fig.136.4.1 Contract Revised 05/27/2016 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); 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. Traffic counts shall be completed by January 31, 2018. B. The draft traffic study shall be completed and submitted to the Local Agency by May 31, 2018. C. The final traffic study and preferred conceptual design drawings shall be completed and submitted to the Local Public Agency by August 31, 2018. Fig. 136.4.1 Contract Rcvised 05/27/2016 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 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 engineering judgment based on the specific site conditions, Local Agency needs, and guidance provided in the most current version of EPG 136 LPA Policy. If the project is on the state highway system or is a bridge project, the latest version of MoDOT's Engineering Policy Guide (EPG) and Missouri Standard Specifications for Highway Construction shall be used (see EPG 136.7). The project plans must also be in compliance with the latest ADA (Americans with Disabilities Act) Regulations. ARTICLE VII - COMPENSATION For services provided under this contract, the Local Agency will compensate the Consultant as follows: A. For all study activites, reports,and conceptual plans, the Local Agency will pay the Consultant the actual costs incurred plus a predetermined fixed fee of $8,383.26, with a ceiling established for said such services in the amount of $126,852.91, 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 Sections A above is 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 calculated at 46.23% 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 calculated at 134.08% 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 Fig. 136.4.1 Contract I Revised 05/27/2016 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 the established Consultant's overhead rate accepted at the time of contract execution and shall be utilized throughout the life of this contract for billing purposes. 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 Fig. 136.4.1 Contract Revised 05/27/2016 4 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 CBB 12400 Olive Boulevard Traffic Study St. Louis, MO 63141 ARTICLE X - PROFESSIONAL ENDORSEMENT All studies, reports, and conceptual plans shall be endorsed by the Consultant and shall reflect the name and seal of the Professional Engineer endorsing the work. By signing and sealing the submittals the Engineer of Record will be representing to MoDOT that the design is meeting the intent of the federal aid programs. 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 FHWA. 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 Fig. 136.4.1 Contract Revised 05/27/2016 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 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. Fig. 136.4.1 Contract Revised 05/27/2016 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 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 Fig. 136.4.1 Contract Revised 05/27/2016 7 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 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 Fig. 136.4.1 Contract Revised 05/27/2016 R Responsibility Matters - Primary Covered Transactions. Attachment D - Certification Regarding Debarment, Suspension, and Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions. 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 05/27/2016 9 Executed and made effective on the last day signed by any parry as indicated below. CITY OF JEFFERSON, MISSOURI Otvv�^l �`� Carrie Tergin, Mayor Date: //— 7 " ATTEST; APPROVED AS TO FORM: Cit3(5,vdnselor BARTLETT & WEST Title: Viu Prgstd4 Date: 11-1-5--1-7 ATTEST: Title: 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 Mueller, Director of Finance and ITS City of Jefferson, Missouri Fig. 136.4.1 Contract Revised 05272016 in ATTACHMENT A SCOPE OF SERVICES FOR CLARK AVENUE TRAFFIC STUDY AND CONCEPT DESIGN GENERAL BACKGROUND The project area is generally described as the interchange of Clark Avenue with US 50163, as well as Clark Avenue extending north and south. The area to be studied is bounded by East McCarty Street on the north end and Hillcrest Avenue on the southern end. This phase of the project will include a traffic study which will extend further out and encompass the surrounding area to provide a more complete understanding of traffic patterns in and around the project corridor. The project's purpose is to determine what issues the interchange and surrounding roadways currently experience, and provide recommendations on how to lessen the impacts of those issues. The intersection of Clark Avenue and Dunklin Street will be investigated, as well as the ramp terminal/outer road intersections on each side of the US 50163 interchange. The project will include stakeholder engagement phases to include surrounding property owners and the general public in both the problem definition and concept design portions of the project. This phase of the project will conclude with a traffic report, recommendations memo, and conceptual options/costs for solutions along Clark Avenue. Future phases will include design and construction documents to implement the solutions chosen in this phase. TASK 1 — TRAFFIC STUDY (COORDINATED WITH CBB) 1.1 Coordination with subconsultant. 1.2 Review preliminary traffic data. 1.3 Review traffic modeling assumptions 1.4 Review draft traffic report. TASK 2 — PROBLEM DEFINITION PHASE 2.1 Hold up to 8 individual stakeholder meetings with key groups/property owners to discuss concerns/find problems. (Assumes no exhibits will be created) 2.2 Prepare for and hold a public open house at the onset of the project to include the following: 2.2.1 Prepare exhibits utilizing GIS data obtained from the City including aerial imagery, property and right-of-way lines, and utilities. The exhibits from the Lafayette EIS showing roundabouts at the Clark Avenue Interchange will also be utilized. 2.2.2 Conduct a public open house at the onset of the project to compile public concerns and define problems. 2.2.3 Conduct a core team meeting to discuss results of the open house and strategize concepts to move forward with. Compile and distribute meeting minutes. TASK 3 — CONCEPT DESIGN SERVICES 3.1 Hold a concept development meeting with the City to brainstorm options at the intersection of Clark/Dunklin and at the ramp terminal/outer road intersections. Prepare and distribute meeting minutes. 3.2 Prepare concept drawings for up to 5 options at the Clark/Dunklin intersection based on concept development meeting. (These are expected to be very conceptual in nature to show the potential improvement for the purposes of discussing with the Core Team, but not have final geometry or detail to show the public) 3.3 Prepare concept drawings for up to 10 options at the ramp terminal/outer road intersections at the Clark Avenue interchange. (These are expected to be very conceptual in nature to show the potential improvement for the purposes of discussing with the Core Team, but not have final geometry or detail to show the public) 3.4 Compare right-of-way and utility impacts for all intersection options. 3.5 Hold a meeting with the City to discuss options and choose up to 3 at each intersection to move forward with. Brainstorm constraints for use in comparison matrix. 3.6 Hold up to 8 individual stakeholder meetings with key groups/property owners once concepts have been developed. (Assumes 1 exhibit will be created for each meeting to discuss particular impacts to the stakeholder (s)) 3.7 Conduct a public open house after stakeholder meetings to include the following: 3.7.1 Prepare two copies of three options as exhibits to share with the public. 3.7.2 Conduct a public open house to share results of the study with the public. 3.7.3 Conduct a core team meeting to discuss results of the open house and determine recommendation. 3.8 Further develop toe chosen options to have final geometry. 3.9 Develop conceptual drainage design for inlet and pipe layout for chosen options. 3.10 Refine exhibits for chosen options. 3.11 Develop conceptual cost estimates for chosen options. TASK 4 — RECOMMENDATION DEVELOPMENT 4.1 Prepare comparison matric for chosen alternatives. 4.2 Hold a meeting with the City to compare alternatives and review comparison matrix. 4.3 Provide a memo outlining options and recommendation to accompany the traffic report. 4.4 Submit recommendation to City for review and comment. 4.5 Edit memo based on City comments. Submit final memo, including costs and recommendation to the City. TASK 5 — PROJECT MANAGEMENT AND COORDINATION 5.1 No additional meetings are included in this scope of services. 5.2 Perform periodic reviews of project for quality assurance purposes. Perform a quality control review of the project deliverables at each submittal stage. 2.3 Administration and Coordination: 5.3.1 Perform duties necessary for administration of project contract and subconsultant contracts. Prepare and administer project expenses and invoicing to COUNTY. 5.3.2 General communication with COUNTY. This includes email updates, phone conversations, and general correspondence on approximately a bi-weekly basis during the course of the project. Labor: Labor: Labor: Labor: ATTACHMENT B ESTIMATE OF COST ENGINEERING FEE ESTIMATE - BARTLETT & WEST CLARK AVENUE TRAFFIC STUDY AND CONCEPT DESIGN TASK 1 - TRAFFIC STUDY (COORDINATED WITH CBB) A Engineer IX 0 @ $68.00 $0.00 B Engineer VI (PM) 17 @ $46.00 $782.00 C Engineer II 18 @ $30.00 $540.00 D Engineering Tech IV 0 @ $28.00 $0.00 F Administrator II 0 @ $20.00 $0.00 Sub -Total Labor 35 $1,322.00 $1,322.00 Overhead on Direct Labor @ 180.31% $2,383.70 TOTAL Task 1 $3,705.70 TASK 2 - PROBLEM DEFINITION PHASE A Engineer IX 23 @ $68.00 $1,564.00 B Engineer VI (PM) 24 @ $46.00 $1,104.00 C Engineer II 14 @ $30.00 $420.00 D Engineering Tech IV 8 @ $28.00 $224.00 F Administrator II 0 @ $20.00 $0.00 Sub -Total Labor 69 $3,312.00 $3,312.00 Overhead on Direct Labor @ 180.31% $5,971.87 TOTAL Task 2 $9,283.87 TASK 3 - CONCEPT DESIGN SERVICES A Engineer IX 27 @ $68.00 $1,836.00 B Engineer VI (PM) 41 @ $46.00 $1,886.00 C Engineer II 96 @ $30.00 $2,880.00 D Engineering Tech IV 191 @ $28.00 $5,348.00 F Administrator II 0 @ $20.00 $0.00 Sub -Total Labor 355 $11,950.00 $11,950.00 Overhead on Direct Labor @ 180.31% $21,547.05 TOTAL Task 3 $33,497.05 TASK 4 - RECOMMENDATION DEVELOPMENT A Engineer IX 2 @ $68.00 $136.00 B Engineer VI (PM) 11 @ $46.00 $506.00 C Engineer II 33 @ $30.00 $990.00 D Engineering Tech IV 13 @ $28.00 $364.00 F Administrator II 0 @ $20.00 $0.00 Sub -Total Labor 59 $1,996.00 $1,996.00 Overhead on Direct Labor @ 180.31% $3,598.99 Total Task 4 $5,594.99 A-3 Labor: ESTIMATE OF COST ENGINEERING FEE ESTIMATE - BARTLETT & WEST CLARK AVENUE TRAFFIC STUDY AND CONCEPT DESIGN TASK 5 - PROJECT MANAGEMENT AND COORDINATION A Engineer IX 2 @ $68.00 $136.00 B Engineer VI (PM) 20 @ $46.00 $920.00 C Engineer II 16 @ $30.00 $480.00 D Engineering Tech IV 0 @ $28.00 $0.00 F Administrator II 8 @ $20.00 $160.00 Sub -Total Labor 46 $1,696.00 Overhead on Direct Labor @ 180.31% Total Task 4 EXPENSES Mileage Design 80 @ CADD Design 150 @ Printing and Plotting Design 30 @ Sub -Consultant CBB Design 1 @ FIXED FEE , Salary Costs plus Overhead $0.535 per mile $42.80 $7.00 per hour $1,050.00 $20.00 $600.00 $59,941.20 $59,941.20 TOTAL $61,634.00 TOTALEXPENSES Fixed Fee 14.75% $1,696.00 $3,058.06 $4,754.06 $56,835.66 $61,634.00 $8,383.26 TOTAL COST FOR ALL SERVICES $126,852.91 MANHOUR ESTIMATE ENGINEERING FEE ESTIMATE - BARTLETT & WEST Bartlett S< West Personnel E -VI E -II ET -IV Admin -II CLARK AVENUE TRAFFIC STUDY AND CONCEPT DESIGN E -XI Total A B C D F Hours TASK 1 - TRAFFIC STUDY (COORDINATED WITH CBB) Coordination with subconsultant. F 12 8 20 Review preliminary traffic data. 2 2 4 Review traffic modeling assumptions. 1 6 7 Review draft traffic report. 2 2 4 Subtotal Task 1 TASK 2 - PROBLEM DEFINITION PHASE Hold up to 8 individual stakeholder meetings with key groups/property owners to discuss concerns/find problems. (Assumes no exhibits will be created) 0 16 17 18 0 0 35 1 1 1 32 Prepare for and hold a public open house at the onset of the project to include the following: 0 Prepare exhibits utilizing GIS data obtained from the City including aerial imagery, property and right-of-way lines, and utilities. The exhibits from the Lafayette EIS showing roundabouts at the Clark Avenue Interchange will also be utilized. 1 2 6 8 17 Conduct a public open house at the onset of the project to compile public concerns and define problems. 4 4 4 12 Conduct a con: team meeting to discuss results of the open house and strategize concepts to move forward with. Compile and distribute meeting minutes. 2 2 4 8 Subtotal Task 21 TASK 3 - CONCEPT DESIGN SERVICES Hold a concept development meeting with the City to brainstorm options at the intersection of Clark/Dunklin and at the ramp terminal/outer road intersections. Prepare and distribute meeting minutes. 23 2 1 24 14 T 8 0 69 2 4 8 Prepare concept drawings for up to 5 options at the Clark/Dunklin intersection based on concept development meeting. (These are expected to be very conceptual in nature to show the potential improvement for the purposes of discussing with the Core Team, but not have final geometry or detail to show the public) 1 6 1 24 31 Prepare concept drawings for up to 10 options for the ramp terminal/outer road intersections at the Clark Avenue interchange. (These are expected to be very conceptual in nature to show the potential improvement for the purposes of discussing with the Core Team, but not have final geometry or detail to show the public) 2 16 50 68 Compare right-of-way and utility impacts for all intersection options. 1 2 1 1 4 Hold a meeting with the City to discuss options and choose up to 3 at each intersection to move forward with. Brainstorm constraints for use in comparison matrix. 2 2 2 6 Hold up to 8 individual stakeholder meetings with key groups/property owners once concepts have been developed. (Assumes 1 exhibit will be created for each meeting to discuss particular impacts to the stakeholder (s)) 16 16 8 32 72 Conduct a public open house after stakeholder meetings to include the following: I 1 0 Prepare two copies of three options as exhibits to share with the public. 1 2 6 12 21 Conduct a public open house to share results of the study with the public. 4 4 4 12 Conduct a core team meeting to discuss results of the open house and determine recommendation. 2 2 4 8 Further Develop the chosen options to have final geometry. 1 4 16 1 32 52 Develop conceptual drainage design for inlet and pipe layout for chosen options I 1 8 18 17 MAN H O U R ESTIMATE ENGINEERING FEE ESTIMATE - BARTLETT & WEST CLARK AVENUE TRAFFIC STUDY AND CONCEPT DESIGN E -XI Bartlett & West Personnel E -VI E -II ET -IV Admin -II Total A B C D F Hours Refine exhibits for chosen options. 1 4 8 13 Develop conceptual cost estimates for chosen options. 3 16 24 43 Subtotal Task 3 TASK 4 - RECOMMENDATION DEVELOPMENT Prepare comparison matrix for chosen alternatives. 27 1 41 2 96 8 191 4 0 355 15 Hold a meeting with the City to compare alternatives and review comparison matrix. 2 4 1 7 Provide a memo outlining options and recommendation to accompany the traffic report. 1 4 16 8 29 Submit recommendation to City for review and comment. 1 1 2 Edit memo based on City comments. Submit final memo, including costs and recommendation to the City. 2 4 6 Subtotal Task 4 2 11 33 13 0 59 TASK 5 - PROJECT MANAGEMENT AND COORDINATION No additional meetings are included in this scope of services. 0 Perform periodic reviews of project for quality assurance purposes. Perform a quality control review of the project deliverables at each submittal stage. 2 4 6 Administration and Coordination: 0 Perform duties necessary for administration of project contract and subconsultant contracts. Prepare and administer project expenses and invoicing to City. 8 8 8 24 General communication with City. This includes email updates, phone conversations, and general correspondence on approximately twice a month during the course of the project. 8 8 16 Subtotal Task 5 2 20 16 0 8 46 TOTAL UTO 1. Data Collection: a. Obtain manual turning movement counts at up to eight intersections. Turning movement counts would be collected during a typical weekday from 7am — 9am and 2:30pm — 6pm. b. Conduct field reconnaissance to obtain traffic model calibration data c. Obtain CAMPO travel demand model files from the City 2. Base Models: Develop 2017 base VISSIM models for the Clark Avenue corridor from Dunklin Street to McCarty Street. Models would be developed based on count data to be obtained in fall of 2017. 3. Traffic Forecasts: Generate traffic forecasts for analysis year 2027. Traffic forecasts would be generated for ADT, AM peak hour and PM peak hour. Our methodology would consider CAMPO travel demand model outputs, and redevelopment potential. 4. Alternatives Analysis: Utilizing the base VISSIM models developed earlier, we will evaluate up to 3 alternatives. Models will be developed for 2036 design year. 5. Safety Analysis — Utilize ISATe to develop crash prediction MOEs. 6. Documentation: We will develop a technical memorandum summarizing our findings. VISSIM animations would be generated for public involvement use. 7. Meetings and Coordination: Cost estimate includes attending 2 public meetings and 3 coordination meetings. Project Title: Clark Avenue Traffic Study Date: 9/20/2017 Total Hours by Task Description Sr. Eng V PE IV SE II CADD 11 Tech I1 $ 53.00 $ 38.25 $ 26.50 $ 24.00 $ 21.00 ODC Task Total Cost by Task 1 a Data Collection - manual counts 8 70 400 78 $ 2,082.00 2 2016 Base Vissim Models 8 32 80 120 $ 3,768.00 3 Develop traffic forecasts 8 16 40 64 $ 2,096.00 4 2036 Models 16 48 120 184 $ 5,864.00 5 Documentation 8 16 32 32 88 $ 2,652.00 6 Safety Analysis 4 24 24 52 $ 1,766.00 7a Public Meetings 16 200 16 $ 1,048.00 7b Coordination Meetings 18 300 18 $ 1,254.00 Total Hours 78 136 304 32 70 620 Total Manhour Labor Costs $ 4,134.00 $ 5,202.00 $ 8,056.00 $ 768.00 $ 1,470.00 $ 900 $ 20,530.00 Overhead (154.55%) $ 31,729.12 Fixed Fee (14.7%) 7,682 TOTAL FEES $ 59,941.20 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 01/27/2016 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 01/27/2016 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 01/27/2016 9. Except for transactions authorized under paragraph 5 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 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 01/27/2016 Attachment E Disadvantage Business Enterprise Contract Provisions 1. Policv: 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 Subconsultant, who is unable to perform satisfactorily, with another DBE Fig. 136.4.1 Contract Revised 01/27/2016 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 required by the Commission or by the Consultant. Fig. 136.4.1 Contract Revised 01/27/2016 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 01/27/2016 Attachment F — Fig. 136.4.15 Conflict of Interest Disclosure Form for LPA/Consultants Local Federal -aid Transportation Projects Firm Name (Consultant): Bartlett & West, Inc. Project Owner (LPA): City of Jefferson, Missouri Project Name: Clark Avenue Interchange and Corridor Project Number: STP -3100 (525) 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 Printed Name: Carrie Tergin Mayor Signature: dv� — Date: I I - 8 - 2,0 1 Consultant Printed Name:Bob Gilbert Todd Kempker Signature: Date: II –15'-0 Fig. 136.4.1 Contract Revised 0127/2016