Loading...
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.