HomeMy Public PortalAbout2024-03-14 packetNotice of Meeting & Tentative Agenda
City of Jefferson Public Works & Planning Committee
Thursday, March 14, 2024 — 7:30 A.M.
Council Chambers — John G. Christy Municipal Buluimg — szo tast nncL;arty street
TO JOIN VIRTUALLY: CLICK HERE
Meeting ID: 252 517 220 804 Passcode: YQHSk5
CALL -IN PARTICIPATION AVAILABLE AT: 1-872-242-9031
Phone Conference ID: 158 694 165#
TENTATIVE AGENDA
1. Introductions
2. Approval of the February 8, 2024 Committee meeting minutes
3. Citizen opportunity to address Council Committee on Stormwater and Other Public Works Issues
4. New Business
a. Wastewater Contracts and Amendments (Eric Seaman)
1. Westview Pump Station and Change Order No. 3 — Donohue & Associates
2. Indian Hills Pump Station Change Order No. 1 — Horner & Shifrin, Inc
3. Slope Stabilization for Tributary to Gray's Creek — Barr Engineering
b. Fence and Parking Lot Update — JC Memorial Airport (Britt Smith)
c. Public Parking in News Tribune Lot (Britt Smith)
d. MO American Water Fees and Termination of Water Service Agreement (Matt Morasch/Eric Seaman)
e. East Capitol Avenue RFP (Ryan Moehlman)
f. TAP Grant Applications (David Bange)
g. Creek Trail Drive Roundabout Discussion (David Bange)
h. Annual Street Surface Maintenance Program (Britt Smith)
i. MoDOT Micro -Transit Study (Matt Morasch/Gerry Stegeman)
j. Speed Hump Policy (David Bange)
k. East Branch of Wears Creek Bea utification-Southside (David Bange)
5. Other/Old Business
6. Reports
a. Project Status Updates (David Bange)
7. Adjourn
NOTES
Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans
with Disabilities Act. Please allow three business days to process the request.
Please call (573) 634-6410 with questions regarding agenda items.
MINUTES
JEFFERSON CITY
PUBLIC WORKS AND PLANNING COMMITTEE
John G. Christy Municipal Building, 320 East McCarty Street
Council Chambers and Virtual
February 8, 2024
Committee Members Present:
Attendance
Scott Spencer, Chairman
10 of 10
Jack Deeken, V. Chairman
10 of 10
Mike Lester
10 of 10
Mark Schwartz
9 of 10
Derrick Spicer
8 of 10
Staff Present:
Matt Morasch, Public Works Director
Britt Smith, Operations Division Director
David Bange, City Engineer
Eric Seaman, Wastewater Division Director
Gent' Stegeman, Transit Division Manager
Eric Bowers, Public Works
Angie Haslag, PW Administrative Assistant Sr
Clint Smith, Planning & Protective Services Director
Eric Barron, Planning & Protective Services
Dave Helmick, Planning & Protective Services
Rachel Senzee, Planning & Protective Services
Anne Stratman, Planning & Protective Services
Ryan Moehiman, City Counselor
Shiela Pearre, Finance/IT Director
Leigh Ann Corrigan, Purchasing Agent
Grant Haarmann, ITS
Chief Matt Schofield, Fire Department
Brian Crane, City Administrator
Chairman Spencer called the meeting to order at 7:30 a.m. A quorum was present at this time.
The following guests attended the meeting: Harry Otto, Eric Landwehr-Cole Co Public Works,
Eric Hoy — Cole Co EMS, Angela Hirsch — PTAC, Stephi Smith — News Tribune
On-line guests: Patrick Casey, Dan Davis, Paul Samson, Mayor Ron Fitzwater
1) Introductions
No formal introductions made
2) Approval of the January 11, 2024 Committee meeting minutes
Councilman Deeken moved and Councilman Lester seconded to approve the January 11,
2024 meeting minutes, motion carried.
3) Citizen opportunity to address Council Committee on Stormwater and Other Public
Works Issues.
No one present
MinuteslJefferson City Public Works and Planning Committee
February S, 2024
4) New Business
a. City/County Sales Tax Projects Funds and BIP Application High Street
Viaduct (David Bange)
Mr. Bange presented Sales Tax H information and BIP Grant Application
information. He briefly spoke of funding for projects. Staff looking for approval to
bring forward a resolution to apply for the application.
Discussion among Committee members and staff took place. After continued
discussion a motion to recommend to forward a Resolution to full Council was
made by Councilman Lester, seconded by Councilman Deeken. Motion carries
with the following roll call vote:
Aye: Deeken, Lester, Schwartz, Spencer
Nay:
Not Present: Spicer
b. ARSI Change Order for Asbestos Services (David Helmick)
Mr. Clint Smith spoke on the memo provided in the packet. Mr. Morasch noted
this includes parking funds.
Brief discussion among committee members and staff. Motion made to move to
full council for approval was made by Councilman Schwartz, seconded by
Councilman Lester. Motion carries with the following roll call vote:
Aye: Deeken, Lester, Schwartz, Spencer
Nay:
Not Present: Spicer
c. Wastewater Biosolids GMP Contract (Eric Seaman)
Mr. Seaman presented information of design, timeline and funding to upgrade
equipment. Staff seeking approval to proceed with the loan and construction
contract.
Brief discussion among Committee members and staff. Motion made to
recommend approval and bring to full council made by Councilman Schwartz,
seconded by Councilman Lester. Motion carries with the following roll call vote:
Aye: Deeken, Lester, Schwartz, Spencer
Nay:
Not Present: Spicer
d. Emergency Home Repair Program — Sewer Laterals (Eric Seaman/Rachel
Senzee)
Mr. Morasch spoke brief on concerns received and programs available. Mr.
Seaman spoke on the responsibilities of the property owners with regard to
service lines. He noted there are preventive insurance plans available, rebate
program and emergency assistance repair program. Mrs. Senzee spoke briefly
on the emergency assistance repair program.
Minutes/Jefferson City Public Works and Planning Committee
February 8, 2024
e. Micro -Transit RFP (Leigh Ann Corrigan)
Ms. Corrigan spoke on what is included in the bid documents and noted reasons
to use a Proposal. She noted the City is moving forward with an RFP.
Brief discussion among Committee members and staff took place.
f. Sustainability Partners Capital Funding (Ryan Moehlman)
Mr. Moehlman spoke on the partners group and what funding it might provide. He
noted staff is seeking approval to move forward with an agreement and bring a
Resolution to Council.
Lengthy discussion among Committee members and staff took place. Concerns
and opportunities were mentioned. Motion made to direct staff to sign an
agreement and move Resolution to full council by Councilman Deeken,
seconded by Councilman Lester. Motion carries with the following roll call vote:
Aye: Deeken, Lester, Schwartz, Spencer
Nay:
Not Present: Spicer
g. Yard Waste Site Cost Summary (Britt Smith)
Mr. Britt Smith gave a brief update on the cost associated with running the
temporary yard waste site.
Brief discussion among Committee members and staff took place. Councilman
Spencer took the opportunity share appreciation to staff that worked the site.
h. Capitol Avenue Overlay District (Clint Smith)
Mr. Clint Smith gave a brief history of the district. Mr. Eric Baron provided
information on the zoning and overlay in the Capitol Avenue area.
Lengthy discussion among Committee members and staff took place on current
code and restrictions.
5) Other/Old Business
a. Rolling Hills Traffic Calming (David Bange)
Mr. Bange gave a brief update and provide a striping plan option.
Discussion among Committee members, staff and residents who were present
on-line took place. Staff requested to set up and hold a meeting with
neighborhood residents.
b. Speed Hump Policy (Councilman Scott Spencer)
Mr. Morasch spoke briefly on the current policy and gave some background for
speed humps within the City. Staff looking for a more streamlined process.
Discussion among Committee members, staff and emergency responder guests
took place. Item will be brought back to the Committee with modifications.
Minutes/Jefferson City Public Works and Planning Committee
February 8.2024
- Councilman Spencer asked about a dusk to dawn light out on Edgewood.
o Mr. Britt Smith noted a new light has been ordered.
- Councilman Spencer brought up stormwater and creek maintenance concerns.
o Mr. Morasch noted property owners are to maintain and can request city
staffs help.
- Councilman Lester inquired about an update on the light signal at the
intersection of Stadium and Southwest Boulevard.
o Mr. Morasch noted the light will remain until needs to be replaced
- Councilman Schwartz inquired about possibility of cleaning up overgrowth
along Wears Creek next to Rex Whitton Expressway
o Staff noted right-of-way belonging to multiple entities; Staff will get a cost
estimate to clean up.
- Councilman Spencer asked about the next overlay list
o Mr. Morasch noted staff is currently putting a list together with funds
available. Council persons can notify staff of streets they would like
evaluated
6) Reports
a. Neighborhood Service Grant Updates (Rachel Senzee)
Ms. Senzee provided a copy of the grants in progress and spoke briefly on
highlighted updates. Ms. Senzee will now present this report on a quarterly basis.
b. Project Status Updates (David Bange)
Mr. Bange provided an update report in the packet and spoke briefly on the
current project status.
7) Adjourn
Councilman Deeken moved, Councilman Spencer adjourned the meeting at this time
(9:45 a.m.)
Department of Public Works
Memorandum
320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • wwwJeffcitvmo.org
Date: February 29, 2024
To: Public Works and Planning Committee
From: Eric Seaman, Wastewater Division Directora
Through: Matt Morasch, Public Works Director
Subject: Basin 10 — Westview Pump Station Design Change Order 3
We have found an alignment that will save an estimated $335,000 in construction cost
and build the infrastructure in a better location for access and maintenance. It will
require $85,738 in additional estimated design costs, however.
Attached is a draft Change order. This project is on the Intended Use Plan for MDNR
low interest State Revolving Loan Fund financing. The design contract with Donohue
and Associates is time and material not-to-exceeed.
We would recommend forwarding this Change Order to the March 18, 2024 Council
Meeting.
Let me know if you have any questions. 573-634-6443, eseaman@jeffersoncitymo.gov_
Attached: Change Order
DEPARTMENT OF PUBLIC WORKS
Wastewater Division
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
Change Order No. Three (3) Project No. 31149 Date:
Job & Location: Westview Pump Station upgrade and Basin 10 Sewer Evaluation
Consultant: Donohue and Associates, 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: New forcemain alignment for less construction cost (See attached breakdown)
CONSULTANTS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish 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 $85,738 (Eighty -Five Thousand, Seven Hundred Thirty -Eight dollars and Zero Cents) Not -to -exceed to
the Agreement Amount.
Contract Time — Add
STATEMENT OF CONTRACT AMOUNT:
^_
Amount
% Change
! ORIGINAL CONTRACT
$314,823.00
PREVIOUS APPROVED CHANGE
$902,256.00
286.6%
ORDERS
TOTAL THIS CHANGE ORDER
i $85,738.00
7%
TOTAL OF ALL CHANGE ORDERS
$987,994.00
293.7%
CONTRACT AMOUNT TO DATE
$1.302,817
Donohue and Associates
Consultant
Date
Recommended by:
City Engineer
/Division Director
Date
Verification of Encumbrance:
Finance Director
Date
Accepted By:
(Owner) Mayor
Date
Approved As To Form:
City Counselor
Date
CHANGE ORDER NO.3
ATTACHMENT
Additional Survey (Time & Material Not -to -Exceed) $25,937.50
Additional Design (Time & Material Not -to -Exceed) $59,800.50
Total $85,738.00
3DDONOHUE
February 28, 2024
Eric Seaman
City of Jefferson
Wastewater Division Director
320 E. McCarty Street
Jefferson City, MO 65101
Donohue & Associates, Inc.
12400 Olive Blvd., Suite 120 1 St. Louis, MO 63141
636-400-7044 1 donohue-associates.com
Re: Westview Pump Station Improvements — Request for Change Order #3
Dear Eric:
From our recent discussions, we are writing this letter to request additional fee for the project for the
following two items:
1. Forcemain Alignment Change:
Donohue provided the City with ballpark construction costs for three (3) different alignments for
the forcemain from the Westview Pump Station. The City reviewed the information and
provided direction to Donohue to proceed with the alignment that was located north of Bagnall
Drive. Donohue then proceeded with design tasks for that alignment, including having our
surveying subconsultant, CMPS, complete a field survey for that alignment. Donohue also
prepared preliminary design drawings (which were submitted to the City on February 2, 2024).
The alignment included going through an area where a future development (Kaufmann) was
planned. The City then had discussions with Cole County and the developer and directed
Donohue to move the forcernain alignment to the street (along Bagnall Drive). Donohue then
coordinated with CMPS to provide a revised proposal for additional field surveying for the
revised alignment (proposal attached). Once Donohue receives the revised survey from CMPS,
the preliminary design drawings will be updated and provided to the City for review. After the
City reviews the preliminary design drawings, Donohue will proceed with development of 90%
design drawings for the revised alignment.
2. Westview Pump Station — addition of building:
Donohue submitted preliminary design drawings to the City for the pump station on December
29, 2023. The City provided comments to Donohue via email on January 10 and 12, 2024 and a
review meeting was held on January 25, 2024. The City requested that a small building be
provided at the pump station site to house the electrical and controls equipment. The City
provide Donohue with drawings from a recent project (Binder Pump Station Upgrade) that
included a similar small building. Donohue will design a small building at the Westview pump
station site to house the electrical and controls equipment. The building will. include:
• Single story concrete masonry block building approximately,10 ft x 15 ft in size.
Concrete foundation pad with frost wall for the building.
• Metal roof similar to the Binder pump station. The downspouts from the building will
discharge to grade.
Eric Seaman, City of Jefferson
Page 2 1 March 1, 2024
• Metal roof similar to the Binder pump station. The downspouts from the building will
discharge to grade.
• Building HVAC to include single AC unit and electrical unit heater(s).
• Lighting and electrical within the building.
• Building will not include:
o Potable water supply
o Restroom or sanitary sewer service
We have also included some hours related to the building addition for bid phase and
construction phase support.
Fee Request
We are requesting an additional fee of $85,738 for these tasks for Change Order No. 3, which would
raise the overall contract amount from $1,217,079 to $1,302,817. Detailed hours for this change order
request, as well as the proposal from CMPS, are attached.
We request your review and approval of this change order so that our team can continue with the
design for these improvements. If you should have any question regarding this change order request,
please do not hesitate to contact Jeff Gratzer at jgratze-rr(@donohue_associates.com (1.636.400.7047) or
Robert Neath at rneath@donohue-associates.com (1.636.400.7044).
Sincerely,
941, '
Jeffrey A. Gratzer
Sr. Project Manager
Robert Neath
Vice President
Central Missouri Professional Services, Inc. Engineering - Surveying
2500 East McCarty Street Material Testing
Jefferson City, MO 65101-4467 GIS Services
(573) 634-3455 (573) 634-8898 fax
February 15, 2024
Donohue & Associates
Basin 10 Sewer Project
Additional Services - Topographic Survey of Route ALT 4-C
CMPS #18-057
Job Set Up/Research Surveys. Storm and Sewer Plans/Parcel Records/One-Call Utilities
Principal 2 Hours @ $150.00 per hr. $300.00
Engineering Tech II 6 Hours @ $100.00 per hr. $600.00
$900.00
Topoaraphic Surve
Principal
1 Hours @
$150.00 per hr.
$150.00
Engineering Tech II
4 Hours @
$100.00 per hr.
$400.00
3-Man Crew
80 Hours @
$180.00 per hr.
$14,400.00
$14, 950.00
CAD File and Drawings
Principal
1 Hours @
$150.00 per hr.
$150.00
PLS
3 Hours @
$125.00 per hr.
$375.00
Engineering Tech II
80 Hours @
$100.00 per hr.
$81000.00
$8,525.00
Easements (5 Estimated)
PLS
2 Hours @
$125.00 per hr.
$250.00
Engineering Tech II
12 Hours @
$100.00 per hr.
$11200.00
$1,450.00
Direct Expenses
Mileage
180 Miles@
$0.625 per mile
$112.50
$112.50
Supplemental
Survey - Total Estimate
$259937.50
NOTES:
Scope of work for data collection the same as ALTA 4-13, within topo boundary 25 feet each side of the centerline of Trumai
and Bagnall Drives and the defined area of survey provided in the email of Jeff Gratzer, February 7, 2024.
Department of Public Works
320 E. McCarty Street • Jefferson City, Missouri 65101
Date: February 16, 2024
Memorandum
P 573-634-6410 • F 573-634-6562 • www.ieffcitymo.org
To: Public Works and Planning Committee
From: Eric Seaman, Wastewater Division Director la�j
Through: Matt Morasch, Public Works Director
Subject: Indian Hills Pump Station Upgrade Design Change Order
Staff recommends a consultant Change Order to finish the Indian Hills Pump Station
Upgrade. A consultant contract with Horner and Shifrin, Inc. with CMPS, Inc. acting as a
sub consultant was approved in 2019 for the upgrade of two existing pump stations (Binder
Pump Station and Indian Hills Pump Station).
Issues with Binder Pump Station required that we replace the entire station to protect
employee safety and the scope was considerably more than originally imagined. The Binder
Project has been completed and we have depleted the contract to finish Indian Hills Pump
Station. Horner and Shifrin has compiled a scope to complete the work and it will require an
addition $48,070.34 over what remains in the contract.
Value of Scope to complete project: $130,200.00
Contract amount remaining: ($82,129.66)
Required Contract Change Order: $48,070.34
The change order cost is $48,070.34 time and material and we recommend it be forwarded
to a future Council Meeting.
Proiect Background:
Indian Hills Pump Station — This station located at the intersection of Mohawk and
Tomahawk Drive is 45 years old. The pumps are obsolete the station does comply with
current electrical codes or MDNR guidelines. The work will require:
• Reuse of existing land and facilities
• More efficient pumps and electrical system
• Pressure and surge fidelity of the existing forcemain
Attachment
DEPARTMENT OF PUBLIC WORKS
Wastewater Division
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 65101
Change Order No. One (1) Project No. 31166 Date:
Job & Location: Indian Hills Pump Station Upgrade
Consultant: Horner and Shifrin, 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: Final design and Construction services. (See attached breakdown)
CONSULTANTS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
IMe hereby agree to the modifications of the contract as described above and agree to furnish 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 $48,070.34 (Forty -Eight Thousand, Seventy dollars and Thirty -Four Cents) Not -to -exceed to the
Agreement Amount.
Contract Time — Add 18 months
STATEMENT OF CONTRACT AMOUNT:
ORIGINAL CONTRACT
PREVIOUS APPROVED CHANGE
ORDERS
TOTAL THIS CHANGE ORDER
Amount
$246,340.00
$0
$48,070.34
TOTAL OF ALL CHANGE ORDERS $48,070.34
CONTRACT AMOUNT TO DATE $294,410.34
Homer and Shifrin, Inc.
Recommended by:
Verification of Encumbrance:
Accepted By:
Approved As To Form:
Consultant
City Engineer /Division Director
% Change
0%
19.5%
19.5%
VQIG
LJa«
Finance Director Date
(Owner) Mayor
City Counselor
vaLC
UcI lC
EXHIBIT A
SCOPE OF PROJECT SERVICES
INDIAN HILLS PUMP STATION REPLACEMENT
PROJECT UNDERSTANDING
Replace the entire Indian Hills pump station with a new below grade pump station and above grade
electrical/control building. The existing open storage basin will be replaced with underground storage, and
approximately 200 feet of forcemain that has failed in the past will also be replaced. The SCOPE OF WORK shall
consist of the following:
1. Replace the existing pump station with a new wetwell with submersible pumps, valve vault, and pre-
fabricated above grade electrical/control building.
2. Fill in a portion of the open storage basin and replace with an underground storage tank and evaluate
utilizing the existing station basement for a portion of the storage. Keep part of the storm basin in service
for surface water since downstream to the River continues to erode.
3. Replace 200 feet of the existing 4-inch forcemain from the pump station to the first bend across Mohawk
Drive.
4. The new submersible pumps shall be installed with drives.
5. Include a portable generator connection in the design with a double throw manual switch with chase
nipple and cap.
6. Re -use the existing radio and antenna. Use Woodard and Curran as the system integrator.
7. Design lighting, power and controls for the new pre -fabricated building.
8. Design heating and ventilation for the new pre -fabricated building.
9. Install a new fence around the new pump station, control building, and storage basin.
10. Request a variance so do not oversize basin (basin is essentially built out).
11. Keep part of the storm basin in service for surface water as downstream to the river continues to erode.
12. Provide sole sourcing of electrical p?nels.
13. Pre -qualify electrical contractors before bidding.
DESIGN PHASE SERVICES
Proiect Desien ($84,562)
1. Review hydrualics and request variance for basin size.
2. Evaluate drainage of upstream area for storm basin size to remain.
3. Develop plans to approximately 60% and submit draft plans to City for review including the following:
a. Cover sheet
b. Notes and legend sheet
c. Existing site conditions sheet
d. Demolition plan
e. Overall site layout
f. Pump Station/valve vault site plan
g. Forcemain plan and profile
h. Miscellaneous civil details
i. Pump station/valve vault plan detail
j. Pump station/valve vault section/'details
k. Storage tank plan and section
I. Structural general notes
m. Storage tank structural
n. Storage tank structural details
o. Control building foundation
m. Control building details sheet
n. Electrical site plan
o. Pump station electrical plan and sections
p. Mechanical/electrical building floor plan and elevations
q. Mechanical/electrical schedules and details
4. Prepare technical specifications to 60% complete.
5. Submit 60% plans and technical specifications to City for review.
6. Meet with the City staff to review 60% review comments.
7. Finalize plans to 95% completion.
8. Finalize technical specifications to 95% completion and prepare front-end bidding documents.
9. Prepare 95% cost estimate for project.
10. Submit 95% project documents and cost estimate to City for review.
11. Perform internal quality control on review on plans and specifications.
12. Meet with the City staff to obtain 95% review comments.
13. Incorporate City and permitting agencies review comments and QC comments, finalize documents and
cost estimate.
14. Transmit final Contract Documents and cost estimate to the City for bidding. Submit one (1) electronic
copy of plans compatible with AutoCAD, and one (1) electronic set of bidding documents/technical
specifications, list of bid items/quantities and cost estimates to the City staff for review.
Assumptions:
- City to provide subsurface exploration and assist with utility coordination.
- City to provide record drawings for pump station, gravity main, and forcemain; and pump run times and
curves.
- City to interface with all required City and government agencies (MDNR, parks department, etc.)
Materials and Expenses ($962)
TOTAL DESIGN SERVICES = $85,524
BIDDING PHASE SERVICES
Electrical Contractor Pre -Qualifications
1. Develop/assemble pre -qualification documents.
2. Verify list of Contractor's City wants to send re -qualifications too, and submit to Contractors.
Assumptions:
- City will evaluate pre -qualifications from contractor and submit letter to approved electrical contractors.
Bidding Assistance
1. Answer contractors questions and issue bid addenda as requested by City.
2. Attend, assist and document on Pre -Bid Meeting.
Note: City to copy all documents and distribute to plan rooms and bidders.
TOTAL BIDDING SERVICES = $10,465
CONSTRUCTION PHASE SERVICES
1. Attend preconstruction conference.
2. Review contractor -submitted shop drawings and material submittals for compliance with contract
requirements as requested by the City.
3. Respond to Contractor field questions with respect to design intent.
4. Review equipment substitutions with the City.
5. Coordinate periodic site visits (during two progress meetings).
6. Compile record drawings with alterations to the drawings.
7. Prepare and submit MDNR certificate of completion.
TOTAL CONSTRUCTION SERVICES = $31,961
SPECIAL INVESTIGATION = $2,200
During the course of the design and/or right-of-way acquisition phase, certain unforeseen investigations may be
required. Examples may include geotechnical investigations, geotechnical/hydrological investigations for
contaminated soil and/or environmental testing, historical investigations, various record searches, grave sites
and/or other investigation or analysis work. The work shall be initiated only with the approval of the City and
shall be billed to the City at an Hourly Cost or Cost + 10% administration fee.
SCHEDULE
60% Plans & Specifications 77 days after Notice to Proceed
95% Plans & Specifications 42 days after received 60% review comments
Cost Estimate 14 days after submit 95% submittal
Final Plans and Specifications 14 days after receive 95% review comments
*assuming 5 week permitting agency review period.
SUMMARY OF COSTS
Fee
Design Phase Services
Project Design
$84,562
Material and Expenses
$962
Total Design
$85,524
Bidding Phase Services $10,465
Construction Phase Services $31,961
Special Investigation $2,200
TOTAL $130,200
ma
RRmF9&�9RooR9
mmgmmo»..gyp».
..
al
a
f
n
lit
2
§
!
il rR A
t
Department of Public Works
Memorandum
320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.ieffcitymo.org
Date: February 28, 2024
To: Public Works and Planning Committee
From: Eric Seaman, Wastewater Division Director
Through: Matt Morasch, Public Works Director
Subject: Design Contract with BARR Engineering, Inc. for Erosion and slope
stabilization
Staff recommends a consultant contract with BARR Engineering to provide professional
services to protect existing sanitary sewer mains between Highway 179 and Boonville
Road.
Since the sanitary sewers were built in the 1980s, the tributary to Gray's Creek has
experienced erosion, leaving sewer pipe crossings exposed and creek bank sloughing with
less protection to parallel sewers.
The location has multiple US Corps of Engineers and floodplain complications, so staff feels
this is a project that we enlist addition expertise. BARR Engineering, Inc. utilizing Central
Missouri Professional Services, Inc. as a subconsultant will provide a professional and
compliant design.
The total contract is $70,300 time and material not -to -exceed and will be paid for from the
Wastewater Enterprise Fund.
I am happy to answer any questions. (634-6443 or eseaman(a)jeffersoncitymo.gov).
Attached: photos of site
Draft Contract
1.67 ac
2.15 N
9
�'I
FSLE:y S
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 State of Missouri, hereinafter referred to as
"City", and Barr Engineering Company hereinafter referred to as "Contractor".
WITNESSETH:
THAT WHEREAS, the City desires to engage the Contractor to render certain engineer design
services for stream stabilization at 1131 Boonville Road, Jefferson City, MO 65101, 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 provide all supervision, labor, tools, equipment, materials and supplies for engineer
design services of stream stabilization at 1131 Boonville Road, Jefferson City, MO 65101, 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 for the work done pursuant to this contract according to the
payment schedule set forth in the contract documents upon acceptance of said work by an Agent of the City
of Jefferson's Planning and Protective Services, and in accordance with the rates and/or amounts stated in
the proposal of Contractor dated January 12, 2024, 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 Seventy Thousand Three Hundred Dollars
and Zero Cents ($70,300.00).
3. Term.
This contract shall commence on the date last executed by a party as indicated below. The Contractor shall
perform said work in accordance with the contract documents as set forth in Exhibit A. within two (2) years.
4. Additional Services.
The City may add to Contractor services or delete therefrom activities of a similar nature to those set forth
in Exhibit A, 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
2
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
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 Exhibit A 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 upon execution of this Agreement, and shall be undertaken
and completed in accordance with the schedule contained in Exhibit A.
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
Contractor of such termination and specifying the effective date thereof, at least five (5) days before the
3
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 with 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. 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.
14. 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.
15. 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.
16. 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.
17. 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.
18. 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
organization by the Contractor without prior written approval of the City.
4
19. Indemnity.
To the fullest extent permitted by law, the Contractor will defend, indemnify and hold harmless the City,
its elected and appointed officials, employees, and agents from and against any and all claims, damages,
losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work,
provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease,
or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of
use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor,
any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of
them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation
of indemnity which would otherwise exist as to any party or person described in this paragraph.
20. 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, $3,500,000 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.
21. 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.
22. 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.
23. Nonsolicitation.
The Contractor warrants that they have 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
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
5
contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage,
brokerage fee, gifts, or contingent fee.
24. 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.
25. 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.
26. 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.
27. Notices.
All notices required or permitted hereinunder and required to be in writing may be given by first class mail
addressed to the following addresses. 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
Public Works/Wastewater
320 East McCarty Street
Jefferson City, Missouri 65101
If to the Contractor:
Barr Engineering Company
Craig Bunger, P. E,
1001 Diamond Ridge, Suite 1100
Jefferson City, Missouri 65109
[Signatures to follow on next page.]
CITY OF JEFFERSON, MISSOURI
Mayor, Ron Fitzwater
Date:
ATTEST:
City Clerk
APPROVED AS TO FORM:
City ttorney
BARR ENGINEERING COMPANY
Title:
Date:
ATTEST:
Title:
EXHIBIT A
resourceful. naturally. BARB
engineering and environmental consultants
February 2, 2024
Eric Seaman
Wastewater Division Director
City of Jefferson City, MO
320 E. McCarty
Jefferson City MO 65101
Re: Proposal for the City of Jefferson to prepare engineering design for stream
stabilization at 1131 Boonville Rd. Jefferson City, MO; Parcel # 0508270004004001
Dear Eric,
Barr Engineering Company (Barr) has prepared this estimate for the City of Jefferson (City) to provide
engineering design for stream stabilization at the 1131 Boonville Rd. property in Jefferson City, MO; Parcel
# 0508270004004001 (1131 Boonville).
Scope
Barr proposes the following scope to evaluate and design measures to correct severe erosion and
destabilization of an unnamed tributary to Gray's Creek on the subject property.
Site Evaluation
Task 1 — Site Visit
Barr will conduct a site visit to view the current conditions of the streambank degradation. Barr will collect
photos and global positioning system (GPS) data using a hand-held unit. Barr will compare site conditions
with survey data collected in June 2023 as part of the determination whether additional topographic data
is needed to complete the project.
Task 1 will not be completed if the property owner does not provide authorization for Barr to complete
this site visit. Estimated budget to complete Task 1 will be removed from the project if site access is not
granted.
Task 2 — Desktop Information
Watershed data for the site will be collected from publicly available sources to begin development of a
hydrologic and hydraulic (H&H) model of the watershed. Barr will collect, organize, and aggregate the
following data:
• LIDAR topographic data from existing public sources; Barr may request higher -resolution
Barr Engineering Co. 1001 Diamond Ridge, Suite 1100, Jefferson City, MO 65109 573.638.5000 www.barr.com
Eric Seaman
Page 2
topographic data from the City to the extent that it is readily available.
• Land use and pervious surface data from existing public sources.
• Existing stormwater control infrastructure information including locations, types, dimensions,
composition, and invert elevations, to the extent available from the City.
Task 3 — Additional Topographic Surveying
Barr will coordinate with the City and Central Missouri Professional Services, Inc. (CMPS) if additional
topographic surveying is necessary to complete design. Barr has included the cost for this additional
topographic surveying in its budget and it is assumed that CMPS would subcontract to Barr to provide
this service if requested.
Task 4 — Hvdroloaic and Hvdraulic Modelina
Barr will use the data collected to develop an existing -conditions PCSWMM models for the site watershed
PCSWMM is a software package developed and maintained by Computational Hydraulics International
(CHI) and provides a GIS-based graphical user interface to the Storm Water Management Model
(SWMM5) engine developed and maintained by the United States Environmental Protection Agency (EPA)
H&H models developed using the CHI PCSWMM package can be viewed, edited, and re -run using free
software provided by EPA.
Generation of stormwater runoff will be simulated in PCSWMM using the SWMM runoff non -linear
reservoir method. This method simulates hydrologic processes to determine the amount of rainfall that
will infiltrate, evaporate, or remain on the ground surface and the amount that will become runoff. The
PCSWMM model then simulates water flowing through the storm sewer pipe network as well as through
surface flow paths such as streets, ditches, swales, and streams.
Hydrologic parameters used to model stormwater runoff in PCSWMM include rainfall depth and intensity,
subwatershed area, slope, connected impervious percentage, depression storage, roughness, and soil
infiltration parameters. Hydraulic parameters used to model stormwater conveyance in PCSWMM include
storage curves; storm sewer pipe diameter, shape, length, invert elevations, and roughness; and surface
channel cross -sectional information.
The 25-year, 24 hour and 100-year, 24-hour Atlas 14 design events will be modeled for the watershed to
simulate larger storms within the watershed. Once the existing conditions model is developed it will be
refined or calibrated to simulate and replicate past stormwater impacts for certain rainfall events where
anecdotal, measured or photographed records are available. This will be done to confirm the model
accurately replicated past events to enable Barr to determine its accuracy, before using to analyze
possible stream bank stabilization improvement options at the site.
Barr will update the model during conceptual design and final design described in Task 5 and Task 6
below to incorporate streambank stabilization methods. Multiple model iterations may be necessary in
each design phase as the design is refined.
Stream Stabilization Design
Task 5 — Conceptual Design and Opinion of Probable Construction Cost
Eric Seaman
Page 3
In this task, Barr will conceptually design streambank stabilization for the degraded section of stream at
1131 Boonville Road. Using the existing conditions PCSWMM model, Barr will incorporate this concept
stabilization into the PCSWMM model to evaluate its impact on upstream and downstream flow
characteristics. Peak flow rate, peak flow velocity, and peak water elevation are among the output
parameters from the PCSWMM models. These output parameters will be used to design the concept
stabilization method.
Barr has assumed that streambank stabilization will include a combination of bank slope flattening and
rock armoring as the basis for estimated design costs provided in the Budget and Staffing section below.
Barr will develop conceptual design drawings and prepare a Class 5 opinion of probable construction cost
for City review and comment. Comments will be addressed as the design is advanced in Task 6.
Task 6 — Final Design and Updated Opinion of Probable Construction Cost
Barr will address City comments provided for the concept stabilization design and refine the concept
stabilization design to a final design. The final design documents will include a set of plans and
specifications. The Class 5 opinion of probable construction cost will be updated to an Engineer's Estimate
based on the final plans and specifications.
Permitting
Task 7 — United States Army Corps of Engineers (USACE) Permit Application
Barr will coordinate a 404 Permit preapplication meeting/site visit with the USACE state regulatory office
permit staff in Jefferson City. This scope assumes that Nationwide Permit 73. Bank Stabilization (NWP 13)
will be required. Barr will prepare a preconstruction notification for the City's review and approval prior to
the commencement of any construction activity. Generally, the NWP 13 applies to projects that are no
more than 500 feet along the bank, however, if necessary, Barr will petition the USACE for a waiver for a
greater length, which is allowed by the NWP 13. Barr will incorporate applicable permit requirements and
general conditions into construction specifications as appropriate. Barr will review any specific mitigation
measures required by the USACE, (i.e., avoiding, minimizing, rectifying, reducing, or compensating for
resource losses), including any compensatory mitigation calculations.
Project Management
Task 8 — Project management, meetings and e-mail updates
Barr will provide project management activities including client and subcontractor coordination, provide
project updates, and budget tracking.
Barr will schedule check -in meetings with the City based on their preferred schedule for updates. Barr has
budgeted for monthly meetings with the City, but this can be adjusted if the City would like to meet more
or less frequently than monthly.
Barr will prepare bi-weekly scope and budget e-mail updates for City team members.
The budget for Task 8 has been distributed between the other 7 tasks.
Eric Seaman
Deliverables
• Concept Plans
• Class 5 Opinion of Probable Construction Cost
• Final Plans and Specifications
• Engineer's Estimate
Assumptions
• The City will arrange for access to the site for Task 1 and Task 4 if possible.
• Budget included for Task 3 is to provide Barr coordination and observation during the
topographic survey as well as the subcontracted CMPS fees to collect survey data.
• Barr has assumed that streambank stabilization will include a combination of bank slope
flattening and rock armoring as the basis for estimated design costs provided in the Budget and
Staffing section below.
• The City will provide any existing data from the property, including photographs of the degraded
stream, historic investigation data, or other data pertinent to the design.
Budget and Stang
Table 1 includes the estimated project costs.
Table 1 Estimated Proiect Cost
Site Evaluation
Task 1 - Site visit
$1,200
Task 2 - Desktop information
$4,800
Task 3 - H&H model
$12,800
Task 4 - Additional topo (if needed)
$10,900
Stream stabilization desjgp
Task 5 - Concept design and cost estimate
$15,700
Task 6 - Final design and cost estimate
$18,300
Permitting
Task 7 — USACE Permit Application
$6,600
Project management
Included Above
Total
$70,300
Barr may adjust budget between individual tasks but will not exceed the total budget estimate without
your prior approval. Barr will invoice the City on a time -and -materials basis.
Barr's team members are listed in Table 2. Barr may include other team members based on the needs of
the project.
Eric Seaman
Page 5
Table 2 Team Members
Rob Morrison
Project Principal
Craig Bunger
Project Manager
Ed Galbraith
Permitting
Heather Lau
Water Resources Engineer —Senior H&H Modeling
Ava Hatch
Environmental Engineer— H&H Modeling
Megan Niess
GIS Specialist
Justin Brown
Senior Engineering Technician
If you have any questions about this proposal, please feel free to contact Craig Bunger at
cbungerC@barr.com or by phone at 573-638-5017. Thank you.
Sincerely yours,
BARR ENGINEERING CO.
Y/�'a✓I.r� oy�
Rob Morrison
Vice President, Sr. Water Resources Engineer
Department of Public Works
Memorandum
320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.ieffcitvmo.oro
Date: March 11, 2024
To: Public Work and Planning Committee
From: Britt E. Smith, P.E.
Subject: Airport Parking Lot Improvements
Staff was asked to refine previous estimates for parking lot and fence improvements at
the airport.
Attached is a change order which would complete a large portion of the work needed.
In addition to this change order, staff would recommend contracting for a parking lot
sealing project and micro -surfacing the entrance roadway. The following table outlines
the current cost estimates for the work.
Items
Cost
Fence Replacement, Pavement and
Stormwater Repairs
$95,625.00
Parking Lot Sealing
$70,000.00
Micro -Surfacing Entrance Road
$30,000.00
Total
$195,625.00
cc: Matt Morasch, P.E.
Attachment
74
r. c 'VOW. f.•�
IJIII I I I i�l 1 1-1 1 1
4
Ed
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
320 EAST McCARTY STREET
JEFFERSON CITY, MISSOURI 66101
ACCOUNT NO.
Change Order No. Two (2) Project No. 33077 Ord. No. Date:
Job & Location: AIR STREET SW PHASE II & SANITARY SEWER 2023
Contractor: Aplex 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 contract shall be executed by the contractor without changing the terms of the contract except
as herein stipulated and agreed.
DESCRIPTION OF CHANGES: (See Attached Sheet for Detailed Description / Explanation)
Note: Item numbers prefixed with "EW' (Extra Work) are new line items to the contract.
Quantity in
Revised
Amount of
Quantity in
Change
Contract
Overrun or
Item No.
Description
Unit
Contract
Order
Quantity
Unit Price
Underrun
EW Al
7" Pavement (Remove & Replace)
SY
0
275
275
$95.00
$26,125.00
EW A2
Monolithic Curb (Construct)
LF
0
100
100
$20.00
$2,000.00
EW A3
Trench Drain, Traffic Bearing (Remove &
LF
0
100
100
$300.00
$30,000.00
EW A4
6" Pipe, Trench to Inlet (Remove &
LF
0
30
30
$50.00
$1,500.00
EW A5
Fence (Remove & Replace)
LF
0
170
170
$150.00
$25,500.00
EW A6
Small Gates; #4 & #6 (Remove &
EA
0
2
2
$1,500.00
$3,000.00
EW A7
Large Gate; #5 (Remove & Replace)
EA
0
1
1
$2,500.00
$2,500.00
EW A8
Moblization, Traffic Control, SWPPP
LS
0
1
1
$5,000.00
$5,000.00
CONTRACTORS PROPOSAL FOR THE ABOVE DESCRIBED CHANGES:
I/We hereby agree to the modifications of the contract as described above and agree to furnish 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 $95,625.00 (Ninety Five Thousand Six Hundred Twenty Five Dollars and No Cents) to the
Contract Amount
Contract Time - There is no change to the Contract Time
STATEMENT OF CONTRACT AMOUNT:
Amount % Change Time
ORIGINAL CONTRACT $536,945.00 120
PREVIOUS APPROVED CHANGE ORDERS $111,166.00 20.7% 28
TOTAL THIS CHANGE ORDER $95,625.00 17.8% 0
TOTAL OF ALL CHANGE ORDERS
CONTRACT AMOUNT TO DATE
Aplex Inc.
Recommended by:
Verification of Encumbrance:
Contractor
City Engineer
$206,791.00 38.5%
$743,736.00
28
148
Date
Date
Finance Director
Date
Accepted by:
Owner - City Administrator / Mayor Date
Approved as to Form:
City Attorney
Date
Office Use Only
Percentage
Change
based on
Cumulative
Council
Amount of
Approved
Change Orders
Change Order
Contract
since last Council Governing
Required
Council Approved
Amount
Amount
Approval Criteria
Approval
Contract Amount
Change Order #1 $111,166.00
20.70%
$111,166.00 > 10%
Council
$648,111.00
Change Order #2 $95,625.00
14.75%
$95,625.00 > 10%
Council
$743,736.00
Department of Public Works
Memorandum
320 E. McCarty Street • Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562 • www.ieffcitymo.org
Date: March 11, 2024
To: Public Work and Planning Committee
From: Britt E. Smith, P.E.
Subject: Conversion of the News Tribune Parking Lot to Hourly Paid Parking
Staff recommends opening up unused portions of the recently purchased News Tribune
parking lot for hourly parking paid by app use only.
As the committee may recall, the News Tribune property was recently purchased for the
future construction of a potential convention center. As part of the purchase agreement,
the News Tribune has free use of 30 of the existing parking spaces in the lot until such
time as construction begins on the new facility.
Staff has worked with the News Tribune to identify the 30 spaces which will be reserved
for their use. Those spaces include all 14 spaces in the smaller southern lot on the
property and 16 spaces in the north lot. Those 16 spaces are highlighted on the
attached.
Staff recommends offering the remaining 32 spaces as hourly parking with no daily time
limit at a rate of $1.00 per hour. This is the same hourly rate as the parking garage and
the long-term parking on Capital Ave.
Assuming a 35% daily occupancy rate, the 32 spaces would produce a monthly revenue
of approximately $2,000. If approved staff estimates we could have the required signing,
marking, and app revision completed within two weeks.
cc: Matt Morasch, P.E.
Attachment
h
N
m
W \ J
31
O
O
J
0
\ %C
w
N �
O
W
A
M
Department of Public Works
Memorandum
320 E. McCarty Street - Jefferson City, Missouri 65101 • P 573-634-6410 • F 573-634-6562
www.meffersoncitymo.gov
Date: March 12, 2024
To: Public Works and Planning Committee rn
From: Matt Morasch, Director, Public Works lU _ I �
Subject: Missouri American Water Shut-off Fees
City staff is bringing to your attention a major fee increase by Missouri American Water for shut-
off and turn -on fees, related to our Wastewater delinquent bills. The fee is increasing from $54
to $188. Staff has attempted to oppose this random fee increase on an already vulnerable
population, without success. The fee is being imposed throughout Cities in Missouri who are
served by Missouri American Water. At this point there is no ability to control this fee and the
City will need to sign the agreement (attached) so that we can enforce our wastewater bills.
Attached is a map showing relative water use and shut-off/on fees for the various water
providers in Jefferson City. As demonstrated Mo American Water fees and use charges are far
greater than the water districts who operate in the City. This newly increased fee is just another
charge that will further increase the disparity. The issue with private water and sewer providers
charging higher fees is not unique to Jefferson City and one can find many articles on the
subject with a simple internet search (Cornell Chronicle article attached).
Because the fee Mo American Water has instituted is outside the scope of fees the Public
Service Commission reviews, staff is working to identify if a state legislative option has merit.
This of course will take time to pursue and would be at the purview of the legislature. This fee
also has the potential to affect landlords as sewer fees are the joint responsibility of the tenant
and landlord (by state legislation). So if the tenant moves without paying the bill, the landlord
will then be required to pay the fee prior to the water being turned on.
In the meanwhile, the City will begin using the new fee in its sewer fee collection process. If
you need any additional information please advise, thanks.
Public Works' CORE Mission and Values
improve the Community - take Ownership — deliver Results — Empathize with the customer
M I S S 0 U R I
*AMERICAN WATER
October 9, 2023
City of Jefferson
320 E. McCarty Street
Jefferson City, MO 65101
Attn: City Manager
Re: Missouri -American Water Company
Termination of Water Service Agreement
Reference is hereby made to the Termination of Water Service Agreement between the City of
Jefferson City and Missouri -American Water Company dated February 22, 2012
("Agreement").
Upon review of the current Termination of Water Service Agreement, Missouri -American Water
Company has determined that the fee schedule set forth in the current Agreement does not
accurately reflect the costs associated with the termination and restoration of water services
provided by Missouri -American Water Company. The current termination and restoration fees
are being subsidized by Missouri -American Water Company and as public regulated utility
Missouri -American Water Company must be mindful of the ratepayers' monies.
Missouri -American Water Company is notifying you that it chooses to terminate the above
referenced Agreement. I have enclosed a new Agreement for your review.
Please return a signed copy of the new Termination of Water Service Agreement to the following
address no later than November 15, 2023, if you are interested in continuing the termination and
restoration services of Missouri -American Water Company for non -pay of sewer service.
Return signed Agreement to:
Missouri -American Water Company
727 Craig Road
St. Louis, MO 63141
Attn: Legal Department
marybeth herculesmifflin(a)amwater.com
Sincerely,
Jeff Kaiser
Vice- President, Operations
WE KEEP LIFE FLOWING®
M I S S 0 U R I
*AMERICAN WATER
November 6, 2023
City of Jefferson
320 E. McCarty Street
Jefferson City, MO 65101
Attn: Brian Crane
City Administrator
Re: Missouri -American Water Company
Termination of Water Service Agreement
Reference is hereby made to the Termination of Water Service Agreement between the City of
Jefferson City and Missouri -American Water Company dated February 22, 2012
("Agreement").
As a follow up to our recent communication sent to you, please be advised that the enclosed
Termination of Water Service Agreement ("Agreement") will be in effect beginning March 1, 2024.
This is a change from the previous updated Agreement you received which stated the new
Agreement would take effect January 1, 2024.
After consideration of the timeline needed to implement this change, we determined that March 1,
2024, is a more accurate effective date. The enclosed Agreement contains the updated
Exhibit A — Fee Schedule which reflects the new effective date of March 1, 2024.
Please return a signed copy of the new Termination of Water Service Agreement to the following
address no later than January 15, 2024, if you are interested in continuing the termination and
restoration services of Missouri -American Water Company for non -pay of sewer service.
Return signed Agreement to:
Missouri -American Water Company
727 Craig Road
St. Louis, MO 63141
Attn: Legal Department
marvbeth herculesmifFlin(a)amwater.com
Sincerely,
Jeff Kaiser
Vice- President, Operations
WE KEEP LIFE FLOWING®
TERMINATION OF WATER SERVICE AGREEMENT
Made as of the day of , 20 between the CITY OF JEFFERSON,
MISSOURI, ("City"), and MISSOURI-AMERICAN WATER COMPANY, a Missouri corporation, ("MAWC").
WHEREAS, the City is engaged in supplying sewer service to the citizens and residents of the City
and the adjacent area; and
WHEREAS, the City charges a fee for such sewer services and bills such fee on a periodic basis to
its citizens and residents so served; and
WHEREAS, the City is obligated to collect delinquent sewer bills from its citizens and residents so
served; and
WHEREAS, MAWC is the owner and operator of a water distribution system serving customers of
the City, subject to the laws of the State of Missouri and the Jurisdiction, Rules and Regulations of the
Missouri Public Service Commission ("Commission"); and
WHEREAS, MAWC is authorized, at the request and direction of the City pursuant to the provision
of Section 393.015 of the Revised Statutes of the State of Missouri, to terminate water service and
discontinue the supply of water from its system to any premises, at which the sewer bills for sewer service
supplied by the City are unpaid;
NOW THEREFORE, in consideration of the covenants hereinafter expressed, the parties hereto do
mutually agree as follows:
1. When in the course of its business, the City determines, pursuant to state statute, that
City sewer charges remain unpaid and are in arrears for more than thirty (30) days after
rendition of a written notice of such charges to its sewer customer, the City shall submit
a request, in a format specified by MAWC, to MAWC to terminate water service to the
City's sewer customer until such time as the sewer charges and all related costs are paid,
and with such request, the City shall provide customer -identifying information as
specified by MAWC. With such request, the City certifies:
(A) that said sewer customer's sewer charges are in arrears for more than thirty (30)
days after the City sends written notice;
(B) that said sewer customer has been afforded written notice of: (1) the arrearage
amount and, (2) the City's intent to terminate sewer services by means of a
request to MAWC to discontinue said City sewer customer's water service;
(C) that the City's sewer customer has been afforded a right to be heard on the
correctness of the City's record of arrearage;
D) that all Federal and State Constitutional as well as all Federal and State statutory
pre -requisites applicable to the collection of debt have been properly satisfied by the City;
(E) that the City has complied with its own ordinances and procedures.
2. Upon receipt of the termination request as set out in Paragraph 1, the City and MAWC
will arrive at a mutually agreeable date where an employee of MAWC, along with an authorized
representative of the City, shall go to the premises identified by the City. After the representative of the
City advises any responding person present at such premises that water service will be terminated at the
request of the City due to non-payment of sewer bills, the employee of MAWC shall terminate the water
service to such premises. Provided, however, MAWC shall not be required to terminate such water service
in the event its customer at the premises as identified by the City is as a person or entity other than the
City's sewer customer.
3. At the requested direction of the City, MAWC shall restore water service to the premises
of the City's sewer customers whose water service has been terminated as herein provided. However,
notwithstanding anything to the contrary herein stated or implied, MAWC may restore water service to
any premises where the water service has been terminated as herein provided upon the bonafide
application for water service by any person or entity other than the City's sewer customer whose water
service was terminated at such premises.
Water restoration shall be attempted but not guaranteed during normal working hours on
Monday through Friday (hereinafter "Standard Restoration"). Unless otherwise specified by the City,
restoration will be attempted but not guaranteed on the same day for instructions received from the City
prior to 3:00 P.M. Monday through Friday, and on the next day for instructions received after 3:00 p.m.
Requests for restoration outside of normal working hours (or after 3:00 p.m. on Friday) may be accepted
at the discretion of MAWC. If MAWC agrees to restore service outside of normal working hours, an extra
charge shall apply (hereinafter "After Hours Restoration").
4. If new City sewer customers which are also MAWC customers do not pay the City a
required sewer service deposit within 60 days of receiving sewer service, MAWC shall terminate water
service to that premise following the same required notifications as that for non-payment of sewer
service.
5. Inapplicable PSC Notice Requirements. All notice and complaint procedures specified in
4 CSR 240, and Chapter's 386 and 393 R.S.Mo., which apply to customer rights to utility service from a
regulated utility, SHALL NOT APPLY to termination instructions issued by the City pursuant to this
Agreement. All notice, complaint procedures and administrative consumer remedies, to the extent that
they may exist or be alleged to exist, shall be the responsibility of the City.
6. The City and MAWC shall establish a mutually beneficial schedule and procedure
pertaining to the filing and processing of the City's requests for termination of water service as herein
provided so as to not unduly restrict, interfere with or impede MAWC from performing its duties and
responsibilities in providing water service to its customers. Notwithstanding anything to the contrary
herein stated, MAWC reserves the exclusive right at its sole discretion to process the City's requests for
termination of water service on such schedules and at such times as are convenient to MAWC consistent
with MAWC's normal business practice and procedure.
7. The City shall pay MAWC to cover MAWC's cost of terminating or restoring the water
supply for each premises identified by the City and each visit to such premises. The termination fees,
Standard Restoration fees and After Hours Restoration fees are set forth in the fee schedule, attached as
Exhibit A. MAWC will bill the City periodically for these fees, and the City shall pay each such bill within
thirty (30) days after the date of the bill. Such amount shall not be subject to refund for any reason. In
the event that more than one hour is required for either the termination or restoration of water service
to any such premises, the City shall pay the actual cost thereof to MAWC based on time, material,
transportation and other fixed charges. Bills for actual costs are payable within thirty (30) days after the
date of the bill. Costs for terminating or restoring the water supply for premises identified by the City
shall be adjusted annually beginning January 1, 2025, by a percentage amount equal to the change in the
Consumer Price Index for All Urban Customers (CPI-U) U.S. City average, for "Water and sewer and trash
collection services", as reported by the U.S. Bureau of Labor Statistics for the previous 12-month period.
If MAWC makes a reasonable attempt to terminate or restore water service and is unsuccessful
because of address inadequacies, inoperable or damaged facilities, danger to any employee or any other
reason beyond MAWC's reasonable control, the fees identified in Exhibit A will be charged forthe attempt.
Thereafter, the parties will attempt to determine an alternative course of action acceptable to both
parties, which shall be reduced to a written instruction from the City to MAWC and, until that time, MAWC
shall be absolved from its time requirements for action.
8. In addition to the fees set out in Paragraph 7, at the option of MAWC, MAWC can require
the City to pay for the estimated loss of water revenues resulting from each such termination made
hereunder. Such estimated loss of water revenues shall be based upon the actual period of time during
which the supply of water is discontinued in each instance and the average water revenue received by
MAWC for a like period of time during the year prior to such termination from the class of customer
involved in each instance, as determined from the books and records of MAWC. The estimated loss of
revenue shall be billed by MAWC to the City periodically at the same times as MAWC would have billed
the customer if the water service had not been terminated, and the City shall pay each such bill within
thirty (30) days of receipt thereof. Notwithstanding anything to the contrary herein stated, the City's
obligation to pay to MAWC the estimated loss of water revenues resulting from each termination made
hereunder, shall not exceed the average water revenue received by MAWC during one billing period for
each such termination.
9. MAWC shall not be liable for any loss, damage or other claim asserted by the City's sewer
customers, the owner and/or tenant of the premises, the water customer, the City or any other person,
corporation, or entity based upon or arising from the termination of water service at the request of the
City. Moreover, the City will be responsible for any damages to MAWC's property arising from the parties'
actions fulfilling their obligations under this Agreement. To the extent permitted by law, the City agrees
to indemnify, defend and hold MAWC harmless from and against any and all claims, complaints or causes
of action arising out of actions taken by MAWC, other than those resulting from MAWC's negligence,
pursuant to any of the City's "Instruction to Terminate Service." Because MAWC is providing a service to
the City at cost and has no incentive whatsoever to take the risk of claims, complaints or causes of action
arising out of actions taken pursuant to this Agreement, if the City at any time asserts that it is not
permitted by law to indemnify MAWC under the provisions of this Paragraph, or is limited in the extent
of its indemnification, or for any other reasons takes the position that MAWC must defend itself or be
responsible for some or all costs arising from such claims, all MAWC obligations under this Agreement
shall terminate as of that date.
10. The City shall handle all customer communications regarding service terminations
implemented pursuant to this Agreement, including any face-to-face communications at the premises at
the time MAWC is terminating or restoring water service. Communications from customers to MAWC
shall be referred to and directed to the City.
11. MAWC's actions required under this Agreement shall be excused if due to matters beyond
its control, including but not limited to: employee work stoppages, strikes, inclement weather,
emergencies, or where MAWC's utilization of work force or resources are required elsewhere.
Termination will not be completed if a local board of health, municipality, fire district, court of competent
jurisdiction or other governmental entity having jurisdiction issues an instruction to MAWC so stating. At
such time, MAWC will relay such conflicting instructions to the City, and MAWC will not knowingly take
further actions toward termination until City notifies MAWC in writing that it has resolved the conflicting
instructions. Thereafter, the City shall indemnify, defend and hold MAWC harmless, to the extent
permitted by law, for actions taken by MAWC based on the City's notification.
In no event shall MAWC be required to disconnect a fire line service without authorization from
the governmental City responsible for fire protection to the affected property, even in cases of combined
fire and domestic service lines.
12. To the extent that this Agreement becomes the subject of any regulatory proceeding
before the Commission and the Commission produces a determination that alters the terms or fees set
forth in this Agreement, either party may terminate the Agreement with notice to the other party, or the
parties may agree to amend the Agreement consistent with any Commission directive or order.
13. This agreement shall be for a term of one (1) year commencing January 1, 2024, until
December 31, 2024. Thereafter, it will continue from year to year unless terminated by either of the
parties giving thirty (30) days written notice to the other party at its principal place of business.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be duly executed as of
the date first above written.
THIS SPACE LEFT INTENTIONALLY BLANK
CITY OF JEFFERSON, MISSOURI
ATTEST:
ATTEST:
By:
Title:
Printed Name:
MISSOURI-AMERICAN WATER COMPANY
By:
Jeff Kaiser - Vice President of Operations
EXHIBIT A
FEE SCHEDULE*
Standard Termination or Restoration per metered
$94.00
connection, including unsuccessful attempts for
the period March 1, 2024 through December 31,
2024. Beginning January 1, 2025 the cost shall be
adjusted annually by a percentage amount equal
to the change in the Consumer Price Index for All
Urban Customers (CPI-U) U.S. City average, for
"Water and sewer and trash collection services",
as reported by the U.S. Bureau of Labor Statistics
for the previous 12-month period.
After Hours Restoration per metered connection,
$188.00
including unsuccessful attempts
*Any terminations or restorations requiring more than one hour for the services will be billed actual costs
per the Agreement.
cn m
o N
3
s
-. m
— Q
+s
if� —
w �7
to 0-
d O
13
fD
O
O O
O
3 m
W
,= s
,y N
rD
fD 3
O
zr
v
,v
(D
Z D
00 00
O n (D
fD p
f)
3
3
O O (D
0 O Co
N —
fD
N
� � N
rD
m c o
N
n 0
3 °
v 3
d0 (D
(D N
Q
0
n
rt
I I
Ln
In
V
0
D
—
�
o)i
D
O
O
O
fD
N
0
m
v
(D
rD
n
p
p
0
m
n
3
rr
°
z
3
rD
Cl
p
o
:3OD
O
rD
=
F
�
rD
O
~
W
A
v
_
' •iit
J I�
G
d'rrr
6 �i1
0
2 Cl 2 D
(D ^ N O (D
n
O O A
Y
3 �.
N
° 0 (D
M (D N
(D N o S 0
p- o c
h 3
o (D 3 ( D
no o oD3
°
II (D (D
coW � 00
00 A
Z
Lf)
0
r
I
CORNELL CHRONICLE
Privatization, poverty threaten water affordability
By James Dean
April 27, 2022
0 V 0
(/#facebook) (/#twitter) (/#email)
N
(https://www.addtoany.com/share#url=https%3A%2 F%2Fnews.cornelI.edu%2Fstories%2F2022%2F04%2Fprivatization-poverty-
threaten-water-affordabi lity&title= Privatizatio n%2C%20poverty%20threate n%20wate r%20affordabi I ity)
While paying more for food and gas, low-income Americans may be squeezed by another rising cost,
Cornell research suggests: tap water at home.
Many aging urban water systems need to invest in expensive upgrades, and some may opt to privatize —
both factors likely to increase water rates, said Mildred Warner (https://cals.cornell.edu/mildred-e-warner), M.S.
'85, Ph.D. '97, professor of global development in the College of Agriculture and Life Sciences (CALS) and
of city and regional planning in the College of Architecture, Art and Planning (AAP).
Water costs already pose a challenge for many low-income households, particularly in places with older
infrastructure, Warner said. And with more than 30 states ending pandemic moratoriums on water shut-
offs, she said, policymakers and water utilities should prioritize affordability programs to assist the
neediest customers.
"Water affordability is a widespread and growing problem in the U.S., especially for low-income
communities and communities of color," Warner said. "This is not just a problem of aging infrastructure
and poverty-, private ownership contributes significantly to higher water bills and lower affordability."
Warner is a co-author of "Water Pricing and Affordability in the U.S.: Public vs. Private Ownership
(https:/[iwaponline.com/wp/article/24/3/500/87702/Water-pricing-and-affordability-in-the-US-public)," published March 17 in the
journal Water Policy, with Xue Zhang (https://cals.cornell.edu/xue-zhang), M.S.'16, Ph.D. '19, a postdoctoral
associate in the Department of Global Development (CALS) and lecturer in the Department of City and
Regional Planning (AAP); Marcela Gonzdlez Rivas, assistant professor at the University of Pittsburgh; and
Mary Grant of Food and Water Watch.
The researchers analyzed rates charged by the 500 largest community water systems in the U.S.,
collectively serving about 140 million people in 48 states and Washington, D.C. They assessed the
influence on water rates of a system's size and age; water source (groundwater or surface water); regional
drought level; ownership structure (government -owned, cooperative or investor -owned); regulatory
environment; poverty level; and water scarcity.
Controlling for all those factors, the team determined private ownership had the largest impact on annual
water bills, which averaged $144 higher in privately owned systems than in public sector systems. Low-
income households served by private operators spent 4.4% of their income on water service, about 1.5
percentage points more than in communities with public ownership.
The U.S. Environmental Protection Agency recommends households spend no more than 3% of their
income on water, Warner said.
Some of the highest annual water bills were in New Jersey and Pennsylvania - states that have approved
regulations more favorable to private operators, according to the study. California has the most investor -
owned water systems, but requires them to provide affordability assistance programs to low-income
customers.
The primary driver of affordability challenges was a system's concentration of poverty, the study found.
But the next most important factor was private ownership of the water utility.
"Our research calls attention to the need for regulations that protect ratepayers and ensure long-term
affordability," Warner said.
Federal pandemic relief and infrastructure bills promise to invest billions of dollars in water infrastructure
improvements, including replacing lead service lines and pipes. But that will only partially cover
modernization costs that otherwise are likely to be covered through rate increases, Warner said. And the
federal spending does not subsidize affordability programs, which are typically aimed at the lowest income
quintile and could include guaranteed minimum water allotments.
"We have these policies for energy, we have them for telephone service - but we don't have them for water,
a basic human need," Warner said. "We need to step up to design effective water affordability programs to
make sure people don't get their water shut off."
The research from Warner's Local Government Restructuring Lab (https.-//Iabs.aap.cornell.edu/local-government-
restructuring-lab) received funding support from the Cornell Atkinson Center for Sustainability
(https://www.atkinson.cornell.edu/), Cornell Mui Ho Center for Cities(https://centerforcities.aap.cornell.edu/) and U.S.
Department of Agriculture's National Institute of Food and Agriculture.
MEDIA CONTACT
Rachel Rhodes
rer252@cornell.edu (maiIto: rer252@cornell.edu)
% 202-434-8036 (tel:202-434-8036)
Get Cornell news delivered right to your inbox.
SUBSCRIBE (/ABOUT/SUBSCRIBE-NEWSLETTER)
i East Capitol Avenue
•�' ,:;�; _ �Vacant Lot
g Q Structure on Lot
104 1
I1J i
1 � / J01 J00 JO'I 309 ',.,_ JI] ; r.. J19 �� 1'a��. SIT A9 • �' ����
JlJ a/ j ro
ilmal I ell
r' 111
City of Jefferson, Missouri
11,...E ,
Request for Proposals
East Capitol Ave.
Redevelopment Project
I. Introduction and Background Information
The City of Jefferson is seeking proposals for the redevelopment of twenty-one (21)
parcels of real estate located at East Capitol Avenue neighborhood. Of the twenty-one
parcels, five (5) currently have structures on the parcel. The rest are vacant lots. The
properties were acquired by the exercise of eminent domain, either by the Housing
Authority of Jefferson City and subsequently transferred to the City of Jefferson or directly
by the City of Jefferson.
II. Site Description
The properties covered under this RFP are located within the Capitol Avenue Historic
District, listed on the listed on the National Register of Historic Places, and the Capitol
Avenue Redevelopment Area, as approved in a Development Plan adopted by the
Jefferson City Council on November 7, 2022. The Development Plan, which includes a
blight study of the Redevelopment Area, can be found at:
https://portal laserfiche com/Portal/DocView aspx?id=621423&repo=r-49e9e584.
The following parcels are vacant lots:
109 Adams
• 111 Adams
• 405 E. Capitol
• 407 E. Capitol
• 409 E. Capitol
• 417 E. Capitol
• 410-416 E. Capitol
The following parcel have existing structures:
• 113 Adams
401 E. Capitol
• 429 E. Capitol
• 211 E. Capitol
212 E. Capitol
• 517-519 E. Capitol
• 528 E. Capitol
• 415 Commercial Way
• 417 Parsons Way
• 104Jackson
• 108Jackson
• 209Jackson
A third -party structural engineer's assessment was conducted on 113 Adams, 401 E.
Capitol, and 429 E. Capitol. Copies of these assessment reports are available at:
hftps://www.jeffersoncitymo.gov/newsdetail T14 R55.php.
A Dangerous Building Report for 211 Jackson is available upon request.
All parcels being made available under this RFP are within the Mixed Use (MU-1) Zoning
District and the Capitol Avenue Neighborhood Conservation Overlay District.
III. Availability of Parcels
While the City is offering all twenty-one (21) parcels in this single RFP, bidders shall not
be required to bid on all parcels. Bidders should identify those parcels that it wishes to
purchase, along with corresponding Redevelopment Plans and Financial Information.
IV. Proposal Requirements
The City welcomes all respondents and encourages them to share their expertise and
vision to shape the direction of this impactful and unique redevelopment project.
Proposals should include information relevant to three main categories: (1) information
about the development team, (2) information about the development plan, and (3)
financial information.
(1) Information about the Development Team
Describe the developer/development team, including information about:
• Company name (if any), address of corporate headquarters, address of nearest
local office, contact name for response, and that person's contact information
(address, phone, cell, email, other).
o Individuals should include name and contact information.
• The developer's current business and ongoing commercial and/or residential
concerns.
• Brief resumes/descriptions of all key members of the development team.
• The developer's previous experiences in real property development and
management.
(2) Information about the Redevelopment Plan
Describe the proposed redevelopment plan, including information about:
• Identify the parcels of property bidder seeking purchase.
• Proposed uses of the property.
• Proposed plans for redevelopment of the parcel(s) the bidder is seeking to
purchase, including proposed buildings and other improvements
o If bidder is seeking to purchase a parcel with an existing structure, include
proposed plans for rehabilitation or partial demolition of the current
structure, including proposed plans for alterations to the existing structure,
if any.
o If the plan calls for full demolition of the existing structure, identify plans for
any new structures and improvements.
• All parcels being made available under this RFP are within the Mixed Use (MU-1)
Zoning District and the Capitol Avenue Neighborhood Conservation Overlay
District. Identify any changes to the either underlying zoning or overlay zoning that
may be necessary to accomplish the Redevelopment Plan described in the bid.
• Whether structure(s) and/or space(s) will be self -occupied by the developer or
made available for leasing.
• Proposed public amenities, if any, and methods/strategies for operation and
maintenance of such amenities.
• Proposed anticipated costs and timeline for completion of the plan.
o Also include a reasonable explanation of the methodology used to calculate
said costs and timeline.
(3) Financial Information
Describe the following financial information:
The Developer's financial offer for conveyance of the real property from the City.
o While the there is no minimum bid, financial offers should anticipate being
competitively evaluated. The condemnation commissioner's statement of
fair market value for each of the properties is attached as Exhibit _ to this
RFP.
• Identification of any tax abatements or development incentives necessary to
complete the identified redevelopment project.
o The City has already completed the statutorily required Development Plan
and Blight Study to award real property tax abatement on each of the
parcels. Any award of tax abatement, including amount and duration, would
be subject to negotiation and approval by the City Council.
• Plans regarding the developer's anticipated sources for financing the
redevelopment project; i.e., traditional private -lender financing, cash on hand,
grants, etc., including anticipated debt -to -equity ratios.
• Evidence of the developer's ability to finance the redevelopment project.
V. Process and Timeline
A. Registration
If you or your organization is interested in submitting a response to this RFP, you
are encouraged to register with the City of Jefferson Purchasing Division so that
information regarding the RFP process can be delivered directly to you. Register by
submitting an email to Icorriganc@*effcitymo.org with the subject line "Registration — East
Capitol Avenue RFP."
B. Questions
Questions related to this RFP should be emailed to Lee Ann Corrigan, Purchasing
Manager, City of Jefferson at Icorrigan(a)ieffcitymo.org no later than 4:00 PM CST on
2024. Answers to questions will be distributed back to the inquiring
party and all other parties that have registered with the Purchasing Division.
C. Response Deadline
Final RFP submissions must be received in electronic form by 5:00 PM CST on
. Please send RFP responses by email in PDF format to
Icorrigan(aDieffcitymo.org.
D. Summary of RFQ Process Deadlines
The schedule for responding to this RFP is set forth below. The City may adjust
this schedule at its discretion.
• 2024—RFP issued
■ 2024— Deadline for submitting questions
• 2024 — Answers to questions due from City
• 2024 — RFP responses due
E. Personal Presentations
At its discretion, the City may request that respondents to this RFP make an
individual and personal presentation to better explain their redevelopment plans.
F. Site Visits
The because of the dangerous conditions of the existing structures, bidders will
not be able to view the interiors of 113 Adams, 401 E. Capitol, 429 E. Capitol, or 211
Jackson. The City anticipates making a time available in which licensed architects and
engineers and experienced construction professional will be able to enter and view
building interiors, subject to execution of a waiver. The City anticipates scheduling a time
in which 212 Jackson will be open for interior viewing by potential bidders.
VI. Evaluation Criteria
The City Council shall select the developer and development plan that in its sole discretion
best serves the residents and businesses of Jefferson City, considering all information
and factors outlined in this RFP and otherwise available information. The City is not
required to select the highest offered purchase price. Responding to this RFP is not a
guarantee of a contract. The City reserves the right to withdraw this RFP, re -issue the
RFP, or to decline to select any redevelopment plan. The City reserves the right to further
negotiate with potential developers after submission of proposals.
VII. Post -Selection Action
The Developer whose redevelopment plan is selected by the City Council will be required
to enter into a Redevelopment Agreement that will commit the Developer to the
redevelopment of the property in accordance with the selected redevelopment plan.
Failure to enter into a Development Agreement shall disqualify the Developer and the City
Council may select another developer, re -issue the RFP, or decline to award. The
Development Agreement may include appropriate financial and/or reversionary
mechanisms to ensure that the selected redevelopment plan is faithfully completed in a
timely manner.
Exhibit A — Location Map'
East Capitol Avenue
OVacant Lot
Q Structure on Lot
N
*Demarcations are approximate.
Exhibit B — Statement of Fair Market Value
Memorandum
320 East McCarty Street • Jefferson City, Missouri 65101 • P: 573.634.6410 • F: 573.634.6562
Date: March 11, 2024
To: Public Works and Planning Committee
From: David Bange P.E., City Engineer
Subject: TAP Grant Applications
Over the last two grant application cycles the City has written four successful grant applications totaling
$1,392,506 in grant funding. With this record of success, it is anticipated that City could reasonably
anticipate winning future awards.
What is holding us back at this point is the lack of matching funds. The current sales tax has allocated
$300,000 over the five-year cycle to the Local Roadway Studies/Grant Matching category of the sales
tax. At present $222,224 of those dollars are already earmarked for other TAP grant projects leaving
$77,776 available. It would seem prudent to leave these funds as a contingency for these current grant
projects.
In order to continue to seek these TAP grant funds we would propose to use funds from the sidewalk
category of Sales Tax H. This category of the sales tax is scheduled to receive $600,000 over the five-
year period $525,000 remains available. In using these funds as match we would propose submitting
applications from several super sidewalk/sidepaths.
The first of these will be a resubmission of the application for the Bolivar Street sidepath. This project
scored very well in the last round but was kept out of the contention by two other City projects that were
selected for funding. The other projects for which we are looking to submit applications would be along
Southwest Boulevard from Missouri Boulevard to Stadium Boulevard and from Stadium Boulevard to
Jefferson Street.
The Bolivar Street connection and the two on Southwest are all ranked as Phase 1, Tier 1, projects in
the recently adopted Active Transportation Plan.
While the scoring criteria have remained the same there are two notable differences in the TAP
program this cycle, namely, that the upper limit for any one project has been raised to $600,000 and
that each eligible entity may submit a maximum of three applications.
If you have any questions or concerns I can be reached at 634-6433.
U:\PublicWorks\Engineering\dbange\PUBLIC WORKS & PLANNING\2024\3-2024\TAP Grant Applications.docx
Memorandum
320 East McCarty Street • Jefferson City, Missouri 65101 • P: 573.634.6410 • F: 573.634.6562 • www.ieffersoncitymo.gov
Date: March 11, 2024
To: Public Works and Planning Committee
From: David Bange P.E., City Engineer
Subject: Creek Trail Drive Roundabout
With the recent sale and seemingly eminent development of the property at the southwest corner of
Creek Trail Drive and W. Edgewood Drive, a decision concerning the roundabout proposed for this
intersection and the purchase of property required to make this viable needs to be made.
Dr. Glenn Teubner has purchased the property at 2505 W. Edgewood Drive and is planning on
constructing a dental office at this location. Prior to the purchase of the property he contacted the City
to inquire about the status of the roundabout that is proposed for this intersection and how it might
impact his ability to develop the lot.
Since the purchase of the property Dr. Teubner has meet with City Staff to discuss how the
development might be placed on the lot in a mutually beneficial way. Those discussions have been
fruitful and a conceptual placement of the building and parking lot has been developed that will allow
the space needed for the development as well as providing space for the proposed roundabout.
It has been indicated that the owner is willing to sell the property needed for the roundabout to the City
at the square foot price at which it was purchased. Without the design being finalized for either the
development or the roundabout this number is an estimate but is anticipated to be in the neighborhood
of $130,000.
Simultaneously to these events the City has received an unsolicited petition signed by 105 people,
many of whom represent business interests along Creek Trail Drive, expressing their support for the
construction of a roundabout at the intersection of Creek Trail Drive and W. Edgewood Drive.
Given these realities, and that previous decisions were predicated on this intersection becoming a
roundabout, including the future development of the quarry and the choice made to not make
improvements of Tree Valley Lane but rather to connect Creek Trail Drive to Frog Hollow Road have
laid the table at which we now sit.
If you have any questions or concerns I can be reached at 634-6433.
U:\PublicWorks\Engineedng\dbange\PUBLIC WORKS & PLANNING\2024\3-2024\Creek Trail Roundabout.docx
�o
R
�Ih`FJ
! o
�r4
..
PLEASE SIGN IN FAVOR OF ROUNDABOUT AT THE
INTERSECTION CREEK TRAIL DR & WEST EDGEWOOD
NAME
2.
3.
4
f
5.
7.i
8.a$rtit� rt.
9.t�an 1••�e�.�C11
10.')ap+rt%% a 0A (;"„-4j
li t-Ax °` em36%-
12.
14.
15. Cyr;�,11.e, $ck�rnor
16. te. `p-Pr\�AfLk
17.UrjyUndolt
1s. �;
19. FFt4j-14L Cf S
21.
BUSINESS NAME
C LL
raj ou-�lar•
CALOO-ek�&41-
� vt
6�,Al�
LwCAW
.�
L0Vc*4;-dA 64-&ty
ratArft� &'rlj
�DVt 64� j
inch(left
ac i-C�� �•� «�
C 0 u ace" t'1
v�
o ra Cc,0r'\ L.eU revs%
C.OA-Y" y
° � e
eo,
�'rti.r� vd €a✓Iy Leari.
te � � L.
ce
22. 1 an&AYGOWC"'l V �. 9
o �,�-yard A� � Le
23 ��I h� Coo Q ' I
24. C'
25
26.fj
27.
28. 061 PXC& clj�-hm wqmv�o M�
nt
29. Ch" r V-4e
30. ` c JS
31.3S L.ct �G n.t�. �t.M•'� f ; chc�` �, i i�j r a r� A,
32-�4
33. r �� (�
G �y�rl� �rp' .eAf4 i 1J` �VC�. k.
� �161-wu6�y
35. Ch{• 5 S Y F4C(.
36. (1�1�6,e,( I- Arvi
�b `cam
37 J.AA } o�.,e rid � f+p
3s. tf
41.Ctar2 SVfU MCkAl M�'S CH A color �aY
42
To
43.
AletAOvo�
45. �'hrtSTi,� �t%rhGt�d 1 �LfiPS1.5 d��SR r y �.2' h
48. Glq'�`�li'� / /'c%f� V- --•• �`°ti d lid CfvlS"'C
-46
47. V0-4VlAAj
48. ftUl'ssa •�cwt�.:
49. S� fQe
50.
y �15cr�
52 tMe-?s!-
53- jV&
64.
ss. �Qaun,,aa Corr, �r d
57.
6s. infen CMM4
.%. bev-c,
eo. '6cQs:-
61. �iwr�er�e Woodirtw-
62-Susun do f-
63. &WAk'-44vws
64.
6666.
67.
68.
:t: ,m
70.��rvw�.� �--.
71.
mot,
72. 1
r L', � VeA--'A—
&Pua�
CcoeB;s Laser C� Ve,
wsqlU LOlm i Vrt4,
G=RR.S i S L1 S-ef' 'f Vei o .
&SPA l+jAI4(,,p
.fin lwk
sS�t .l,44
�s s MeAPA
40
f ver
4,
HeA m`o
NAA OF �y►4tra�( M7 rSSa�'r i
NQA 0� tUV*ml hi0
N6-p of 4 ,Kd
17
141i-W l�G9 �i�k�
M
76.
76.
77. ,Yil*) a
78. 0
79. 6AAJ�
80.
r,
82 '
84.
86
Or
87. y,
•,fir
88.
r
89.
90.
91.
92
94.E
95.
97.
ss.
Ia
IbI
LCI
+
�klbSNA���"i
� 1�
9:c=wn ^1 4./.& -L.00-1-FAO.ems
,e !r
`r eel
4(w
f
Memorandum
320 East McCarty Street • Jefferson City, Missouri 65101 • P: 573.634.6410 • F: 573.634.6562 • w Jeffersoncitvmo.gov
Date: February 2, 2024
To: Public Works and Planning Committee
From: David Bange P.E., City Engineer
Subject: Speed Hump Policy
Staff is asking the Committee to formally adopt a position on the use of speed humps as a tool for
speed control.
Based on the document submitted by Councilman Spencer at the February meeting and the discussion
that took place the general sentiment expressed was that the Committee would not approve any
request for speed humps.
If that sentiment is correct it would be of benefit to staff for that to be formalized in a motion by the
committee. The form of the motion may be as follows:
The Public Works and Planning Committee will not approve the installation of speed bumps or
speed humps for the purpose of controlling vehicle speed, and directs staff in their dealings
with citizen requests to make them aware of the same.
If you have any questions or concerns I can be reached at 634-6433
U:\Public Works\Engineering\dbange\PUBLIC WORKS & PLANNING\2024\3-2024\Speed Humps.docx
Memorandum
320 East McCarty Street • Jefferson City, Missouri 65101 . P: 573.634.6410 • F: 573.634.6562 • w .ieffersoncitvmo.cov
Date: March 11, 2024
To: Public Works and Planning Committee
From: David Bange P.E., City Engineer
Subject: East Branch Wears Creek
This memo is to inform/remind the Committee of the various plans that are in place addressing the East
Branch of Wears Creek as it parallels the expressway.
A number of plans have been produced that look at the expressway and its function both as a gateway
to the City and its neighborhoods; and as a means of moving vehicular traffic efficiently through this
confined space as well as looking to other modes of transportation.
The primary documents are the Rex Witten Expressway Environmental Impact Study (EIS) and the
Historic Southside I Old Munichburg District and Neighborhood Plan. This area is also very close to and
has similar issues addressed by the Greening of America's Capitols Plan.
The EIS study in part looked to address congestion through the area between Missouri Boulevard and
Monroe Street. The proposed improvements which included the widening of the expressway to three
lanes in each direction would necessarily have impacts on the East Branch of Wears Creek as the
street is widened in that direction.
For its part the Southside Plan focuses not so much on the throughput of vehicular traffic but rather how
the expressway serves as the front door welcoming people to our City and its neighborhoods and the
movement of people, through and across this space. This plan too would affect Wears Creek by looking
to clean up and beautify the space as part of the creation of pedestrian and multi modal connections.
The Greening of America's Capitols plan while addressing the main branch of Wears Creek provides
insights that can be applied to the East Branch including leading by example regarding environmentally
sustainable designs and the creation of an attractive gateway to the City.
If you have any questions or concerns I can be reached at 634-6433.
U:\PublicWorks\Engineedng\dbange\PUBLIC WORKS & PLANNING\2024\3-2024\East Branch Wears Creek.docx