HomeMy Public PortalAboutORD16303ORDINANCE NO.
BILL NO. 2022-088
SPONSORED BY Councilmember Fitzwater
/10303
AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE A $80,336.00 AGREEMENT WITH
BARTLETT & WEST INC. FOR THE BASIN 10- WESTVIEW SEWER MAIN UPGRADE
PROJECT.
WHEREAS, Bartlett & West, Inc. has selected as the firm best qualified to provide
professional services related to Basin 10 — Westview Sewer Main
Upgrade project.
NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF
JEFFERSON, MISSOURI, AS FOLLOWS:
Section 1. Bartlett & West, Inc. is declared to be the lowest and best bid and is
hereby approved as the best firm to provide professional services for the Basin 10 —
Westview Sewer Main Upgrade project.
Section 2. The Mayor and City Clerk are hereby authorized to execute an
agreement with Bartlett & West, Inc. for the Basin 10 — Westview Sewer Main Upgrade
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: dit/Z, • 3, .0,04.1-1.3
Presiding Officer
ATTEST:
City
Jerk
Approved:
eaAA.,‘
Mayor Carrie Tergin
APPROVED AS TO F
C.
41 Do o-:_.3
CITY OF JEFFERSON
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT, made and entered into the date last executed by a party as indicated below, by and
between the City of Jefferson, a municipal corporation of the s,ate of Missouri, hereinafter referred to as
"City", and Bartlett and West, Inc., hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain services for the
design of sanitary sewer main for companion Cole County storm sewer and Road Replacement Project,
hereinafter described in Exhibit A.
WHEREAS, Contractor has made certain representations and statements to the City with respect
to the provision of such services and the City has accepted said proposal to enter into a contract with the
Contractor for the performance of services by the Contractor.
NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City
and the Contractor as follows:
1. Scope of Services.
Contractor agrees to engage in the design of sanitary sewer main for companion Cole County storm sewer
and Road Replacement Project services, as set forth in Exhibit A. In the event of a conflict between this
agreement and any attached exhibits, the provisions of this agreement shall govern and prevail.
2. Payment.
The City hereby agrees to pay Contractor the work done pursuant to this contract on an hourly basis
according to the payment schedule set forth in the attached Exhibit B pricing, which are by reference made
a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or
materials furnished hereunder. No change in compensation shall be made unless there is a substantial and
significant difference between the work originally contemplated by this agreement and the work actually
required. The total amount for services rendered under this contract shall not exceed Eighty Thousand Three
Hundred Thirty-Six Dollars and Zero Cents. ($80,336.00).
3. Term.
This contract shall commence immediately upon execution of this agreement. Work under this agreement
shall completed within eighteen ( 18) months of commencement.
4. Additional Services.
The City may add to Contractor services or delete therefrom activities of a similar nature to those set forth
in this Contract, provided that the total cost of such work does not exceed the total cost allowance as
specified in paragraph 2 hereof. The Contractor shall undertake such changed activities only upon the
direction of the City. All such directives and changes shall be in written form and approved by the City
and shall be accepted and countersigned by the Contractor or its agreed representatives.
5. Personnel to be Provided.
The Contractor represents that Contractor has or will secure at its expense all personnel required to perform
the services called for under this contract by the Contractor. Such personnel shall not be employees of or
have any contractual relationship with the City except as employees of the Contractor. All of the services
required hereunder will be performed by the Contractor or under the Contractor's direct supervision and all
2
required hereunder will be performed by the Contractor or under the Contractor's direct supervision and all
personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to
perform such services. None of the work or services covered by this contract shall be subcontracted except
as provided in this Contract without the written approval of the City.
6. Contractor's Responsibility for Subcontractors.
It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its
subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts
and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted
in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set
forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding
termination of any subcontract as the City may exercise over Contractor under any provisions of this
contract. Nothing contained in this contract shall create any contractual relations between any
subcontractor and the City or between any subcontractors.
7. Independent Contractor.
The Contractor is an independent contractor and nothing herein shall constitute or designate the Contractor
or any of its employees as agents or employees of the City.
8. Benefits not Available.
The Contractor 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.
9. Nondiscrimination.
The Contractor agrees in the performance of the contract not to discriminate on the grounds or because of
race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against
any employee of Contractor or applicant for employment and shall include a similar provision in all
subcontracts let or awarded hereunder.
10. 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.
11. Notice to Proceed. The services of the Contractor shall commence as directed in the Notice to
Proceed, and shall be undertaken and completed within.
12. Termination
If, through any cause, the Contractor shall fail to fulfill in timely and proper manner its obligations under
this contract, or if the Contractor shall violate any of the covenants, agreements, or stipulations of this
contract, the City shall thereupon have the right to terminate this contract by giving written notice to the
3
Contractor of such termination and specifying the effective date thereof, at least five ( 5) days before the
effective day of such termination. The City reserves the right to terminate this contract for convenience
by giving at least fourteen ( 14) days prior written notice to Contractor, without prejudice to any other rights
or remedies of the City, provide Contractor shall be entitled to payment for all work completed by
Contractor through the date of termination. The Contractor may without cause terminate this contract upon
30 days prior written notice. In either such event all finished or unfinished documents, data, studies,
surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Contractor
under this contract shall, at the option of the City, become its property, and the compensation for any
satisfactory work completed on such documents and other materials shall be determined. Notwithstanding
the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by
virtue of any such breach of contract by the Contractor.
13. [RESERVED I
14. Waiver of Breach.
Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be
deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be
deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or
conditions herein.
15. Authorship and Enforcement
Parties agree that the production of this document was the joint effort of both parties and that the contract
should not be construed as having been drafted by either party. In the event that the City successfully
enforces the terms of this contract through litigation, the City shall be entitled to receive, in addition to any
other relief, its reasonable attorney's fees, expenses and costs.
16. Severability.
If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or
unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or
enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not
so adjudged.
17. Assignment.
The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same
(whether by assignment or novation), without prior written consent of the City thereto. Any such
assignment is expressly subject to all rights and remedies of the City under this agreement, including the
right to change or delete activities from the contract or to terminate the same as provided herein, and no
such assignment shall require the City to give any notice to any such assignee of any actions which the City
may take under this agreement, though City will attempt to so notify any such assignee.
18. Existing Data.
All information, data and reports as are existing, available and necessary for the carrying out of the work,
shall be furnished to the Contractor without charge by the City, and the City shall cooperate with the
Contractor in every reasonable way in carrying out the scope of services. The Contractor shall not be liable
for the accuracy of the information furnished by the City.
19. Confidentiality.
Any reports, data or similar information given to or prepared or assembled by the Contractor under this
contract which the City requests to be kept as confidential shall not be made available to any individual or
4
organization by the Contractor without prior written approval of the City.
20. Indemnity.
A. Indemnity by Consultant. Consultant agrees to indemnify and hold harmless Client from and against
damages, losses, costs or expenses (including reasonable attorney's fees) actually incurred by Client but
only to the extent caused by the negligent performance of Consultant. In no event shall the indemnification
obligation extend beyond the date when the institution of legal or equitable proceedings for professional
negligence would be barred by any applicable statute of repose or statute of limitations. If Client and
Consultant are both at fault for certain damages, then each party shall bear liability for its own respective
percentage of fault.
B. Consultant will not be required to indemnify Client for claims caused or alleged to be caused in whole
or in part by the acts or omissions of Client or other third parties for whom Consultant is not responsible.
C. Under no circumstances shall Consultant be required to pay the defense costs of Client, unless Consultant
is adjudged to be negligent by a court of law and such defense costs are included as damages in the award.
21. Insurance.
Contractor shall provide, at its sole expense, and maintain during the term of this agreement commercial
general liability insurance with a reputable, qualified, and financially sound company licensed to do
business in the State of Missouri, and unless otherwise approved by the City, with a rating by Best of not
less than "A," that shall protect the Contractor, the City, and the City's officials, officers, and employees
from claims which may arise from operations under this agreement, whether such operations are by the
Contractor, its officers, directors, employees and agents, or any subcontractors of Contractor. This liability
insurance shall include, but shall not be limited to, protection against claims arising from bodily and
personal injury and damage to property, resulting from all Contractor operations, products, services or use
of automobiles, or construction equipment at a limit of $500,000 Each Occurrence, $3,000,000 Annual
Aggregate; provided that nothing herein shall be deemed a waiver of the City's sovereign immunity. An
endorsement shall be provided which states that the City is named as an additional insured and stating that
the policy shall not be cancelled or materially modified so as to be out of compliance with the requirements
of this section, or not renewed without 30 days advance written notice of such event being given to the City.
22. Documents.
Reproducible copies of tracings and maps prepared or obtained under the terms of this contract shall be
delivered upon request to and become the property of the City upon termination or completion of work.
Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under
this contract shall be made available, upon request, to the City without restrictions or limitations on their
use. When such copies are requested, the City agrees to pay the Contractor its costs of copying and
delivering same.
23. Books and Records.
The Contractor and all subcontractors shall maintain all books, documents, papers, accounting records and
other evidence pertaining to costs incurred in connection with this contract, and shall make such materials
available at their respective offices at all reasonable times during the contract and for a period of three (3)
years following completion of the contract.
24. Nonsolicitation.
The Contractor warrants that they had not employed or retained any company or person, other than a bona
fide employee working solely for the Contractor, to solicit or secure this contract, and that they have not
paid or agreed to pay any company or person, other than a bona fide employee working solely for the
5
Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent
upon or resulting from the award or making of this contract. For breach or violation of this warranty, the
City shall have the right to annul this contract without liability, or, in its discretion, to deduct from the
contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage,
brokerage fee, gifts, or contingent fee.
25. Delays.
That the Contractor shall not be liable for delays resulting from causes beyond the reasonable control of the
Contractor; that the Contractor has made no warranties, expressed or implied, which are not expressly set
forth in this contract; and that under no circumstances will the Contractor be liable for indirect or
consequential damages.
26. Amendments.
This contract may not be modified, changed or altered by any oral promise or statement by whosoever
made; nor shall any modification of it be binding upon the City until such written modification shall have
been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may
not be responsible for paying for changes or modifications that were not properly authorized.
27. Governing Law.
The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri
shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit
and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce
this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action.
28. Notices.
All notices required or permitted herein under and required to be in writing may be given by first class mail
addressed to the City of Jefferson Department of Law, 320 East McCarty, Jefferson City, Missouri, 65IOI,
and Bartlett and West, Inc at 60I Monroe St, Suite 20I, Jefferson City, MO 65IOI. The date and delivery
of any notice shall be the date falling on the second full day after the day of its mailing.
If to the City:
City of Jefferson
Department of Law
320 East McCarty Street
Jefferson City, Missouri, 65I 0 I
If to the Contractor:
Bartlett & West, Inc.
Austin Johnson
60 I Monroe St, Suite 20 I
Jefferson City, Missouri 65I 0 I
[Signatures to Follow on Next Page]
6
CITY OF JEFFERSON, MISSOURI BARTLETT AND WEST, INC.
Mayor
..de: Project Mana er
Date: I— - Zo 23 U Date:12/6/2022
ATTEST:
ATTEST:
C P
City lerk Title: Contract Administrator
APPROVED AS TO FORM:
Bartlett
&West
Background
1719 South ridge Drive, Suite 100
Jefferson City, MO 65109-4000
ph (573) 634-3181
www. bartlettwest.com
EXHIBIT A
SCOPE OF WORK
SOUTH BROOKS DRIVE IMPROVEMENTS-PHASE 3
CITY OF JEFFERSON, MISSOURI
BARTLETT & WEST PROJECT NUMBER: 15937.113
The purpose of this task order is to provide services to assist the City of Jefferson {CLIENT) with
completing sanitary sewer collection improvements to address capacity issues and conflicts with new
storm sewer along South Brooks Drive and Jasper Lane. The proposed project will replace sanitary lines
that are in conflict with the proposed stormwater improvements project which Cole County is currently
designing in the area. For these replacement areas, some sanitary lines may be increased in size to
address capacity concerns in the neighborhood. The project will include additional topographic and
boundary survey (beyond the limits provided by the stormwater project).
The general limits of the lines to be replaced as part of this work are shown in figure 1 below:
& Driving community and industry forward, together.
Figure 1
Scope of Work
The Consultant w ill perform the following tasks in relation to the project.
1. Project Scoping
a. Initia l coordination w ith CLIENT to develop the scope, fee, sched ul e, and co ntract.
2. Project Management
a. Adm inistration of contract, in voices , and project documentation .
b. Coordination w ith CLIENT during design
c. Intern al team meetings
d. Data acquisition-prepare list of data needed and coordinate with CLIENT to gather data
3. Funding Assistance
a. Coordination with Mid-MO RPC and Co le County regarding req uireme nts of CDBG grant
b. Incorporation of grant-specific documents into contract documents
4. Topographic and Property Surveys
& Drivin g Com m unity a nd Industry Fo r w ard . Togethe r .
a. Property research and boundary survey
b. Missouri one-call coordination to mark location of underground utilities
c. Setting project control points and topographic survey of project sites
d. Property base mapping
e. Topographic survey base mapping
f. Surveying Equipment and supplies: GPS Equipment, staking laths, and staking pins
5. Wastewater Collection Gravity Sewer Design & Specifications
a. Field walkthrough to conceptual alignments of proposed gravity sewer replacements
b. Cover Sheet
c. Layout sheet showing locations of sanitary sewer main construction sheets
d. Sanitary sewer plan & profile design -assumes design of approximately 3,000 LF of
proposed sanitary sewer for the following replacement line segments (approximately 6
sheets at 20 scale):
i. MH 8945 to MH 8944
ii. MH 8945 to MH 8915
iii. MH 8910 to MH 8921
iv. MH 8909 to MH 8910
v. MH 8905 to MH 8908
vi. MH 8908 to MH 8913
vii. MH 8923 to MH 11489
viii. MH 11489 to MH 8911
ix. MH 8911 to MH 8912
X. MH 8952 to MH 8951
xi. MH 8951 to MH 12005
xii. MH 12005 to MH 12004
xiii. M H 12004 to M H 8950
xiv. MH 8950 to MH 8944
xv. MH 8933 to MH 8910
e. Sewer main construction details sheets
f. Erosion control sheets
g. OA/QC review of plan set
h. Develop final set of project technical specifications using CLIENT's standard specifications
with any additional technical specifications as needed
i. Meeting with CLIENT to review final plans and specifications
j. Revisions to plans/specifications based on comments received from CLIENT and resubmittal
to CLIENT for approval to submit to MoDNR
k. Preparation of final plan set and submittal to CLIENT for bidding and MoDNR submittal
6. Bidding Phase Services
a. Compilation of bid-ready documents
b. Quantity takeoff and preparation of bid table
c. Prepare opinion of probable construction cost based on bid-ready plan set
d. Prepare for and assist with pre-bid meeting for prospective bidders
e. Address bidder questions regarding the plans and contract documents
& Driving Community and Industry Forward. Together.
f. Prepare and issue contract addenda and provide supplemental information or clarification,
as appropriate, to interpret, clarify or expand the bidding documents to all prospective
bidders during the bidding process
g. Attend the bid opening meeting, prepare the bid tabulation sheet, assist Client in evaluating
bids, and produce recommendation of award
7. Construction Administration
a. Prepare for and assist with pre-construction meeting for awarded Contractor
b. Review contractor-submitted shop drawings and material submittals for compliance with
Contract documents as requested by the City (anticipated to be for pipe materials,
manholes, rings/lids, road materials, and backfill materials)
c. Respond to Contractor RFis with respect to design intent
d. Administration of pay requests and change orders as requested by Client
e. Conduct periodic site visits to monitor work completion. Assumes 1 site visit per month for 4
months.
f. Conduct final inspection to assist City with punch-list development
g. Compile record drawings showing alterations to bid drawings. Mark-ups of alterations to be
provided by the City.
Services Not Included with this Task Order
1. Design of any line segments beyond those listed in scope item 4.d.i through 4.d.xiv.
2. Unforeseen permitting fees not included in the scope of work
3. Preparation of easement documents
4. Easement acquisition assistance and coordination with property owners. Assumes owner will handle
all necessary easement acquisition and coordination tasks.
5. Attendance of Client Board of Aldermen meetings
6. Attendance of Public Meetings
7. MoDNR Construction Permit Submittal
8. Permitting fees of any kind (assumes Client will pay all required permitting fees)
9. Roadway right-of-way permitting
10. Preparation of a facility plan or engineering report
11. Geotechnical Engineering
12. Preparing and printing of O&M manuals
13. Preparation of front-end contract documents
14. Environmental assessments or reports
15. Archeological or cultural evaluations of the project site.
16. Materials testing of any kind during construction -contractor shall be responsible for all materials
testing.
17. Construction staking
18. Full-time construction observation
19. Issuing advertisement for bidding including advertising fees
20. Bidding the project more than once
21. Value engineering following bidding. If construction bids come in over budget, value engineering can
be provided for additional fee.
&: Driving Community and Industry Forward, Together.
22. Surveying for as-built record drawings.
23. Services resulting from significant changes in the scope, extent, or character of the project.
24. Serving as a Consultant or witness for the Client in any litigation, arbitration, and/or other dispute
resolution process related to the project.
25. Project closeout administration
26. Inspections of any kind during the 1-year warranty period. If Client desires finalll-month warranty
inspection, these services can be provided for an additional fee.
Client Responsibilities
1. Provide any applicable project data requested by Consultant
2. Provide input for design decisions
3. Timely reviews of draft documents
& Driving Community and Industry Forward. Together.
Banlell & West, Inc
City of J efferson, Missouri
Westview Sewer Improvements
Pro'e<:t No.: XXXXX.XXX
1.Pro;.ct.s.cop.nq
A Jnalcocrdlt'l.toon .... CUf,IT W~NI<e&».t .. ,
K~..c!CCII'CI'K1
1.ProjKC J,I~
'~dol'tole<nrxt.~.Midpr..,.a -tt COOid.Nta\WIIriCUENT N~r>gdnlgrl
_, o.o ... ~c.-.-prt.,.r•bl fll0111nwdold.,., ~v.I#'IC"-Cto.OII ..
l.F Ani~
1 Coor~~Mid-MO RPC ....SColeCounry
,...._.ding,~~oiCOeGgt...t
tt ~1XWICIOI'I ol grn-.pec~oc docVnWib ...., (:Cirtra('l
"""""""' 4. T .Jpflk.-:I Pr $wy.ys
•Offie·~
!I Survey R"'-ch
e.Tooo'VtlcM.'S.w~ ·-1. Wulew.JI-' Coti«Uon Onrwlfy S.-Oewgn & ._,._,.
tF"...S~ou;I'IIDtonc.•C~tull~lolptopo .. cl !orn«Y·-~~
tl.eo-~
~ t...)oi.IC ti'IMc ~ loclo~)ol UI'IU/)1 .._ ~.., ----
d s..r.ury~p&an.,_ptd .. d9t9'\•HJIII'I"'t:t.6ftQ!'Iol
~elylOC:OlFolprOpQHd~'l-forh
~,.,:-IK.,._IIM~(~u'I'•W,.Ia~
Jot20au&.);
Uti eid ~ LlH .-.u
l!.!tt S61DI.lH 8915
iiMHaiiOiolr.UtWt
fMH!IQO'lto U He910
M HOSI0$1D UHaoe
-A-.IH &900 1o MH e813
WJHfn1JIDUH 11'-89
....... tHH~IDMtHI:911
ri.!H 89H IOMti 8912
MH0!)$1m Wi ~1
•ut-18951 lo L!H U(l()$
..MH 12'00SioMH 120().(
.u.ot1:zoo.tlo loiH~
""""-H~IDWt~
•"MH 8!113)1o L!H «JIO
• s-rNn ccnt.tru::tlon del:ts tt-.Ma.
f~COf'Ciolt"-
; QA.-'OC rr-'lwotpian ltt
h ~r~n~~wr:~prOflel~"*"~~
CUENr1 .andMd •JMU.c•ao.u,.,...,., lidO I-I
~t~>«lat10mni'IHd4od
I t.'.to~C~ng\!IGIClltHTID,..._fnllpi.aM.arocl
•pactc,..,.
I R.-mklmiDpW!t/'l~btMdOI'I~
rK....,fromCU[HT and ru~1DCllftlff::.r
~IO •UbmttoMoONR
~t_~.ar.onott.NI~Ht-'wllm:.a~IDO..Ctor
~_,UoONR~
I.Bidd.no P'N.t•S...vic:H
d .-.......
C PJ~·~d~comlructlofl«nt ~S~OI'!
l»i'AetyCI'Mwt
d~tllfllndannt~prit-tlodrTOMC;n;to.
PI'05PKt!Wbtdt:Mn
r PMp;ar•ltldlnu.twU~t ~.-.:t piMIM
~W«maoonor~n~.to
lfi!MptM.<:,II'r Of •'p.nd.,. bdclo!Q~• ~ ~•
oros~~durnghbddlrlg~,
;A:Wdhbod~~-~t,t,.~~
r.hMC.ttsrSICWnlil'~bod,.,andp«td~
·~ot-o
1. CoNtrU~;tlonAd!Wnlt tr.uotl
• Pr~t lorandnml v.lltiPf•<oruu\lcticlrl~for
~Cl:IO'tht.tor
PM I Engineer VIII PM I Enalnccr V Surveyor VIII En gineer V Engi neer Ill
Hrs Subtotal Ht s I Subtotal His
$195 00 $157 00 Sl67.00
00
1000
SL 17000 .... ....
sooo
....
$000
$000
sooo
so oo
sooo
>000 ....
>000
so oo
>000
>000
>0 00
$000
>000
>0.00
1000 ....
sooo
>000
>0 00
>000
sooo
sooo
,.
..
'0
•o
<0
60
••
•o
••
sooo .., ... ....
S1 S700
m•oo
$6:28.00 .... ....
>000
$000
sooo .... ....
....
$000
$000
>000
$000 ... , ..
.... ....
>000
$000
$000 ... , ..
$000
1000
co
•o
co
200
Subtotal Hrs Subtotal Hrs I Subtotal
Sl57.00 $133.00
sooo
sooo
$000
$0 00
$000
so oo
.... oo
$1.33800 ......
U ..J.4000
.....
>000
sooo
....
>0.00
sooo
$000
$000
sooo
....
$0.00
>000
10.00
>000
>000
sooo
....
sooo
•o
"0
..
..
so oo
$000 .. .. . .,. ..
$000
sooo
>0 00
$000
>000
$0 00
>000 .. ..
$000
$000 .. ., .. .,
>000
>000
..,.00
sooo
>0 00 ....
t 1S100
$0 00 ....
....
$000
1000
•o
,.
co
20
"0
"0
60
..o
eo
••o
•o
co
20 ,.
..
•o
sooo
12'6500
SSJlOO
tv:zaoo
.t1.12:!00 .... ....
>0 00 ....
s.-.oo
sooo ....
$2',1 2800
>000 ....
ll.oG-'00
u .naoo
sooo
St.De-COO
1!l3200
>000
......
>ooo
$1 .06-100
sooo
.. ..
Engineer I Eng. Toch. VUI
Hrs I Subtotal Hrs
$109 00 SIJ.<.OO
•o
60
'" ,.
2D
•o •o
Page 1 of2
$000
....
sooo
.... oo
1000
1000
sooo .. ..
1000 ....
1000
.... oo
$0 .00
>000
$2,$1600
uuu:o
$21800
>000
....
sooo
.. ...
>000
,.n.oo
147200 .. ,. ..
$000 .. ..
.. ..
....
sooo
co
20
•O
000
•o
co
••o
••
Sobtollll
....
....
$000 .., ... ....
....
sooo
$000
sooo
sooo
>000
mooo
.........
11 .onoo
..,..00
$000
.. ...
$000
U .t«OO
.t1.onoo
1000 ....
$0.00
>000
sooo
SO.OO
....
sooo
EXHIBIT B
Cost Sheet
Su rvey Tech VI
""' $108.00
20 •• ..0
•oo
Subtotal
1000
.... ....
sooo
sooo
>000
sooo
t 2HSOO
.... 00
.. ..,00
S1 .D8000
sooo .... ....
....
>000
sooo
sooo
....
>000 .... .... ....
>000
$000
1000
so oo
....
$000
Survey Tech Ill Labor Trips Printing or Expense•
lh
$7500
20
.. o
•oo
SUbtotal SubtotJI :of Trips Subtotal Mise/Oth er Subtotal
Costs S25.00 Costs Cost s
1000
.... ....
sooo
$000
1000
11.170.00
....oo
$1,132.00
sooo SVS6..00
Sl 5000 S1.Q3.&00
sooo 12.200.00
1-&.80000 $9,78&00
1750.00 $5,17'0.C:O
>000
sooo
>0.00
sooo
$000
>000
>000
>000 ....
.... .. ..
>000
$000
>000
.. ..
....
$0.00
sooo
1 1,452.00
$268..00
SI2.7UCO
St.280.00
$?54.00
U,I28.CO
Sl.f.iOC.OO
$1138.00 .......
S1 .oe-400
»<200
lO ..
1000
1000 ....
>000 ....
sooo
$0 00
>0 00
>000 ,. .. .,. ..
sooo
$000
sooo
$000
so oo
sooo
>000
$000
.. ..
1000
>0.00 .. .. ....
..... .. ..
.. ...
>000
$000
.. .,
.. .. ., ... ..., .. .,
sooo
so.oo
1200 00 \200.00
sooo
'1.000 00 J t ,075.00
t2'5000 S'17'S.OO
.... ....
10.00
.....
10.00
so.oo
..... .....
>000
>000
.. ...
>0 00
>000 ..... .....
0000
.....
$000
To ul
Project
Costs .......
11A I .OO
IA.I1 1.00
U ,t70.00 .... ...
n .u:z .oo
U.IU.OO
1 2,761.00
U ,1SC.OO
111.742..00
SI.:ZlA.OO
suoooo
t1 0,8U.OO
15.4&5.00
,8 ,5-.tl.OO
S U$2.00
snaoo
ttl.7f4.00
t1.210.A>O
t75ot.OO
u .u t.oo
t UH.OO
tU0-4.00
$1.111.00
U T2.00
$1,1)1.00
SU I.OO
S1.ot--&OQ
11,0$-4.00
St·U.OO
SU,,1J.4.00
Battlttt & West . Inc. Cost Shee t
PM I Engineer VIII PM I Engineer V Surveyor VUI Engi neer V Engineer Ill Enginet!rl Eng. Tech. Vlll Su rvey Tec h VI Survey Tec h Ill Labor Tri ps Printing or Expenses Total
City or Jetferson, Missouri
Westview Sewer Improvements ~. I Subto:nr ~. I Subtotal Hts I Subtotal ~s I Sublolal Hts SobtotaJ Hrs Subtotal
s1'::oo I Sobtotal ~~ I Subtotal Hrs I Subtotal Sobtoual • of Trips I Subtotal MisciOther Subtob J Project
Prolect No.: XXXXX.XXX $195.00 5157.00 5 167 00 $157 00 $133.00 $109.00 5108.00 $7500 Cos ts $25.00 Costs Costs Costs
!I R..,_OCII'Itrattot ... ~..:l~4r~anclrn111.,l.,!
•l.lbm!!.alsforc~w:::nc-rltC1doX'Urnwtts "
r~t..:lb)'lheCcy(~tobeiDI"IIOJlemlllltiR&Jt,
~ . ....._.'kh. ,_, rr.:.r.lt • .-d tr«Jdl mMtNh) $000 $000 sooo $000 SS3200 ,.. U .61800 sooo $000 sooo S3.1400 sooo $000 U .t 41.00
t ~porod t:J Col*~ RF'b ....ch onp.;t b dnon n.N. $000 sooo "'"' sooo ,. ,..00 60 sonoo $000 ''"" $1.13&.00 sooo >0.00 St ,t U.OO
~ Adm!Mil.a:aonotr-yo~stiatldef\.arlgeoo~u
l"''llftl..:lbyC..... sooo sooo sooo "'"' >0 ,,..00 60 .$!7200 sooo sooo sooo $1.13&00 1000 $000 St ,t lLOO
•C<:ndut"II*'Cidoe .... -m.obtn:~rU:W-...of"k ~
.M-.n 1M•-apetmon:hi«4II'U'Idn sooo "'"' >000 "'"' "'"' 60 san.oo >000 sooo >000 Wl.DO >000 >000 Sl72.00
I~IN!N~to.aUII.I~"""'~' sooo sooo 1000 >000 60 $1 .064 00 >000 >0.00 >000 >000 $1 ,064.00 >000 >0.00 St,OU.OO
g ~1-ddo~,~··..-~klb<l
dr~ u.art~otet•:aoottltoM~t>yhC4t sooo sooo sooo so oo .. SS32.00 sooo ... S5.l6000 >000 sooo $5$700 $000 1000 u.tn.oo
l'l5r~ n ro.o u .o ,. 3217.0 1-U.O t llti.O ,a64.0 141.0 tt5440 .... 1f.O 5700.0 7tT8U ..• ,,. . t~50 .0 1550.0 s ao.ll&.eXI
Pogo 2 ol2
De° /b 3
DEPARTMENT OF PUBLIC WORKS
Wastewater Division
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
Change Order No. One (1) Project No. 31183 Date:
Job & Location: Westview Sewer Main Improvements
Consultant: Bartlett and West, Inc.
It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described
changes in the work required by the agreement shall be executed by the Consultant without changing the terms of the contract
except as herein stipulated and agreed.
Description of Changes: Add bidding and construction services, add evaluation and Design for Holts summit meter (See
attached scope and fee)
CONSULTANTS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to fumish all materials and labor and
perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as
otherwise stipulated herein, for the following considerations:
Contract Amount - Add $86,610.00 (Eighty -Six Thousand, Six Hundred Ten dollars and Zero Cents) Not -to -exceed to the
Agreement Amount.
Contract Time — Add
STATEMENT OF CONTRACT AMOUNT:
Amount
% Change
Time
ORIGINAL CONTRACT
$80,336.00
18 months
PREVIOUS APPROVED CHANGE
ORDERS
$0
0%
0
TOTAL THIS CHANGE ORDER
$86,610.00
107%
18 months
TOTAL OF ALL CHANGE ORDERS
$86,610.00
107%
18 months
CONTRACT AMOUNT TO DATE
$166,946.00
3 years
Bartlett and West, Inc.
Recommended by:
Verification of Encumbrance:
Accepted By:
Approved As To Form:
(Owner) Ma
ty unselor
--bA L,(
Date
�ImgY 44
Date
tl'4&V 13, 2ot/G
Date
- ,O.
ief
Date
CHANGE ORDER NO. 1
ATTACHMENT
Bidding and Construction assistance (Time & Material Not -to -Exceed) $30,000.00 A)
Holts Summit Master Meter Replacement Design (Time & Material Not -to -Exceed) $56,610.00 B)
Total $86,610.00
A)
B)
Acct 64-979-579892
Acct.6' -979-579897
Bartlett
West
601 Monroe Street, Suite 201
Jefferson City, MO 65101
ph (573) 634-3181
www. bartlettwest. cam
EXHIBIT A
SCOPE OF WORK
HOLTS SUMMIT METER STATION REPLACEMENT DESIGN
CITY OF JEFFERSON, MISSOURI
BARTLETT & WEST PROJECT NUMBER: 18259.008
Background
The City of Jefferson (Client) has requested proposals from Bartlett & West (Consultant) to provide
design services for the replacement of the existing Holts Summit wastewater metering station. The City
of Holts Summit currently sends all of their wastewater flow to Jefferson City for treatment; the Holts
Summit flow is currently metered through a Parshall flume, which is approximately 24 years old, and is
undersized for the future anticipated flows to be received from Holts Summit.
Bartlett & West will determine the maximum flow rate to be seen by this metering station based on
historical flow information provided by Holts Summit and Jefferson City, as well as anticipated future
flows for the Holts Summit. This maximum flow rate will be used to size the new meter station and
evaluate the gravity main under Highway 54 to determine if it has the hydraulic capacity to accept
additional flows. Based on preliminary information provided by Jefferson City, they have a Parshall
flume that is not being used, which may be able to be reutilized in this application to save on
construction costs. The upgraded meter station will house the flow meter and a sulfide meter, both of
which will be connected to the SCADA system by the City's system integrator.
At this time, it is unknown if electrical upgrades will be required; this scope of work does not include the
design if electrical upgrades are needed. Moreover, it is also uncertain if easements exist at the existing
meter site and/or if additional property acquisition or easements will be necessary; this scope of work
does not include any boundary research or easement acquisition.
Scope of Work
The Consultant will perform the following tasks in relation to the project.
1. Project management
a. Administration of contract, invoices, and project documentation
b. Coordination with Client including monthly status updates by email
c. Coordination with Client staff
d. Internal team meetings
e. Attend work session meetings with Client staff or other officials during the project design
period (assumes 2 additional meetings)
2. Surveying
a. Full design topographic survey including establishing survey control points for the meter
site. Does not include survey for US -54 pipe.
Driving community and industry forward, together.
b. Survey of existing underground utilities as defined by Missouri One -Call. This does not
guarantee that utilities will be marked accurately or even at all by the utilities.
c. AutoCAD base map for design work and plan production
d. On -site base map field check of survey by design team
3. Data Collection and Evaluation
a. Request and review of historical Holts Summit flows
b. Request and review CCTV footage of gravity main under Highway 54
c. Request and review record drawings/as-builts for existing metering structure
d. Request and review information on Parshall flume that Jefferson City already has which is
not being utilized
e. Request and review information on previously requested information from Municipal
Equipment
f. Initial site visit to determine Client preferences for location, vendors, site requests, etc.
4. Design — hydraulic and preliminary coordination
a. Evaluation of historical flows from Holts Summit to determine peak flow previously
experienced by flow meter
b. Evaluation of future growth of Holts Summit to determine approximate future peak flow
over next 20 years
c. Evaluation of existing gravity main and flows it receives to determine current hydraulic
loading and remaining hydraulic capacity
d. Coordination with vendors on Parshall flumes — assumes coordination with a maximum of 3
vendors
e. Coordination with vendors on sulfide meter — assumes coordination with a maximum of 2
vendors
f. Preliminary coordination with City systems integrator (Woodard and Curran) to ensure new
equipment can be properly integrated with City SCADA system with radio
g. Preliminary cost evaluation for Parshall flume for prefabricated or cast in place
5. Preparation of the following:
a. Plans
i. Cover Sheet
ii. General Notes and Legend Sheet
iii. Demolition Sheet for existing Parshall flume
iv. New metering structure site plan
v. New metering structure plan and section
vi. New metering structure details
vii. Electrical and controls plan, details, and schedules for new equipment
viii. Structural plan and details, if structure is cast in place
ix. Grading sheet, if necessary
x. Not included: Sanitary Sewer Gravity Main Plan & Profile Design Sheets, if an upsize
is necessary
b. Specifications
Driving Community and Industry Forward, Together.
i. Develop quantities in accordance with plan sheets for development of the bid table
ii. Technical specifications
1. All front end documents are to be provided by Jefferson City to be
integrated into project manual
iii. Compile all specifications into a single project manual document for bidding
c. Construction cost estimate at final design
d. QA/QC reviews and revisions of plans and all contract documents
e. Draft deliverables to Client for review: one hardcopy and one electronic copy in .pdf format
of the contract plans and specifications.
f. Responses, revisions, and resubmittal of documents to address review comments from the
Client
Services Not Included with this Task Order
1. Topographical survey and design of pipe under US -54 that may need to be upsized. Scope only
includes evaluation and sizing of pipe.
2. Preparation of the Wastewater Construction Statement of Work Completed (Form MO 780-2155)
and submittal to MDNR
3. Any scope items covered by other task orders
4. Design or plan production beyond the items listed in scope of work.
5. Additional meetings beyond those listed in the scope of work
6. Design of treatment processes
7. Alternatives analysis
8. Preparation of a Facility Plan
9. Amendments to existing facility plan
10. Preparation of an Engineering Report
11. Geotechnical engineering
12. Environmental assessments and reports
13. Archaeological or Cultural studies
14. Antidegradation review
15. Preparation of permit applications
16. Attendance of public meetings/hearings
17. Construction Phase services including construction administration and construction observation
18. Construction Staking
19. Bidding Phase services
20. Construction materials testing including, but not limited to, concrete, asphalt, soil/aggregate
compaction
21. Arc flash analysis and labeling
22. Due Diligence Questionnaire
23. Participation in and/or preparation for public meetings and hearings
24. Services following construction contract closeout during the warranty period of the project.
25. Requirements and/or preparation of applications, documents, and reports for grants.
26. Additional and extended services during construction made necessary by (1) work damaged by fire
or other cause during construction, (2) a significant amount of defective or neglected work by any
contractor, (3) acceleration of the progress schedule involving service beyond normal working
Driving Community and Industry Forward, Together.
hours, (4) default by any Contractor, (5) significant delays, changes, or price increases caused
directly or indirectly by shortages of materials, equipment, or energy, and (6) failure of the
Contractor to complete the work within the assumed construction contract time.
27. Evaluation of unusually complex or unreasonably numerous claims submitted by the Contractor
and/or others in connection with the work.
28. Other services performed by the Consultant not otherwise provided for in this Agreement.
29. Services resulting from significant changes in the scope, extent, or character of the portions of the
PROJECT designed or specified by the Client including, but not limited to, changes in size,
complexity, Client's schedule, character of construction, and method of financing. These services
may also be as a result of changes in laws or regulations after the signing of this Agreement or other
causes beyond the Consultant's control.
30. Serving as a Consultant or witness for the Client in any litigation, arbitration, and/or other dispute
resolution process related to the Project.
31. Additional hard copies of documents beyond what is listed in this scope of work
32. Easement Acquisition and negotiations with property owners.
33. Preparation or Assistance with emergency response plans or risk & resilience assessments, if
required by DNR
34. Advertising fees
Client Responsibilities
1. Provide as -built (record) drawings of existing gravity main
2. Provide information for flows entering existing gravity main
3. Provide historical flows from Holts Summit
4. Provide plats, deeds, and easements that Client has on file
5. Provide input for design decisions
6. Timely reviews of draft documents
Fee
Lump Sum Fee of $56,610
Driving Community and Industry Forward, Together.