Loading...
SW Art Design Earth Tech Inc DU~@UE ~ck~ MEMORANDUM January 28, 2005 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Iowa Highway 32 (Southwest Arterial) Earth Tech, Inc. - Consultant Design Contract Phase I - Preliminary Engineering Design Services Iowa DOT Project No. STP-U-2100 (634)--70-31 City Engineer Gus Psihoyos is recommending City Council approval of the Consultant Professional Services Agreement for Earth Tech, Inc. to complete Preliminary Engineering Design Services for the improvement of Iowa Highway 32 (Southwest Arterial). I concur with the recommendation and respectfully request Mayor and City Council approval. (lll< Jl/ i( ;~U Michael C. Van Milligen ----- MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer D~E ~~~ MEMORANDUM January 31,2005 FROM: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer ~ (;;) Iowa Highway 32 (Southwest Arterial) Earth Tech, Inc. - Consultant Design Contract Phase I - Preliminary Engineering Design Services Iowa DOT Project No. STP-U-2100 (634)--70-31 INTRODUCTION TO: SUBJECT: The purpose of this memorandum is to seek City Council concurrence and approval of the Consultant Professional Services Agreement for Earth Tech, Inc. to complete Preliminary Engineering Design Services for the Improvement of Iowa Highway 32 (Southwest Arterial). BACKGROUND The City of Dubuque (City) in partnership with Dubuque County (County), the Dubuque Metropolitan Area Transportation Study (DMATS), the Iowa Department of Transportation (Iowa DOT) and the Federal Highway Administration (FHWA) are currently developing the Improvement of the Iowa Highway 32 (Southwest Arterial) Project. In September 2004, the City Council approved the selection of Earth Tech, Inc. to perform the Preliminary Engineering Design Services for the Improvement of Iowa Highway 32 (Southwest Arterial) and authorized staff to enter into contract negotiations and develop a professional services agreement for the Design Contract. o Upon the approval and selection of Earth Tech, Inc. as the Preliminary Engineering Design Consultant, both City and Iowa DOT Staff met with the Consultant to begin the design contract negotiation phase in accordance with the Iowa Department of Transportation, Title 23, Code of Federal Regulations, Part 172 - Administration of Negotiated Contracts (23 CFR 172). A comprehensive Project Scope of Services was developed jointly between the Consultant, and both City and Iowa DOT Staff. The scope of services has become the foundation of the Consultant Agreement for Professional Services between Earth Tech, the City and the Iowa DOT and has culminated in a Standard Design Contract in accordance with the Iowa Department of Transportation Policy #300.12. The Project Scope of Services developed is in conformance with the scope of services outlined in the Consultant Preliminary Design Request for Proposals and is in compliance with the Iowa DOT requirements for major highway preliminary design. Upon approval of the Consultant Contract Scope of Services and the associated Cost Proposal, a pre-audit was completed by the Iowa DOT to determine approved labor, overhead, and unit cost rates. Now that the pre-audit is complete, the Consultant Agreement for Professional Services and the Preliminary Engineering Design Contract has been finalized and can be executed by the Consultant, and both City and Iowa DOT. RECOMMENDA nON Based on the thorough review and comprehensive development of the Project Scope of Services and the completion of the Iowa DOT Pre-Audit, I recommend that the City Council concur with the recommendation and authorize the Mayor to execute the Consultant Professional Services Agreement for Earth Tech, Inc. to complete Preliminary Engineering Design Services for the Improvement of Iowa Highway 32 (Southwest Arterial). PROJECT COST On July 6, City Council entered into a Federal Aid Agreement with the Iowa DOT for funding of the Phase I - Preliminary Engineering Design Services. The City of Dubuque (City) in partnership with Dubuque County (County), the Iowa Department of Transportation and the Federal Highway Administration (FHWA), secured a Transportation Equity Act for the 21 st Century (TEA-21) Surface Transportation Program (STP) Grant in the amount of $1,987,000 awarded by the FHWA for the Preliminary Design of the Iowa Highway 32 (Southwest Arterial). The following is a summary of the available project funding and the associated cost expenditures previously approved using the TEA-21 grant allocation. "z I Project Funding Iowa DOT Project No. STP-U-2100 (634)--70-31 TEA-21 Grant - Preliminary Engineering $ 1,987,000 Deduct - HDR EA Supplemental Agreement No.5 $ 73,530 Deduct - IIW Aerial Photo Ground Control $ 24,250 I TEA-21 Grant - Balance I $ 1,889,220 Based on the Project Scope of Services developed, the following is a summary of the anticipated project cost to complete Preliminary Engineering Design Services. I Project Cost Earth Tech - Preliminary Design Contract Contingency (10%) I Total Project Cost $ 2,026,840 $ 202,684 I $ 2,229,524 Additional funding was secured through the allocation of STP funds from Dubuque Metropolitan Area Transportation Study (DMATS) and local match contributions from both the City and the County. The following is a summary of the available project funding. I Funding Summary Iowa DOT Project No. STP-U-2100 (634)--70-31 TEA-21 Grant - Preliminary Engineering $ 1,889,220 DMATS STP Funds (80%) $ 272,244 City Funds - Local Match (10%) $ 34,030 County Funds - Local Match (10%) $ 34,030 I Total Project Funding I $ 2,229,524 ACTION TO BE TAKEN The City Council is requested to adopt the attached resolution which approves and authorizes the Mayor to execute the Consultant Professional Services Agreement for Earth Tech, Inc. to complete Preliminary Engineering Design Services for the Improvement of Iowa Highway 32 (Southwest Arterial). Prepared by Robert D. Schiesl, Civil Engineer cc: Cindy Steinhauser, Assistant City Manager Dawn Lang, Budget Director Laura Carstens, Planning Services Manager Mike Felderman, County Engineer Kelley Deutmeyer, Executive Director, ECIA Roger R. Walton, Local Systems Engineer, Iowa DOT Bob Lentz, Earth Tech RESOLUTION NO. 35-05 RESOLUTION APPROVING THE CONSULTANT PROFESSIONAL SERVICES AGREEMENT FOR EARTH TECH, INC. TO COMPLETE PRELIMINARY DESIGN SERVICES FOR THE IMPROVEMENT OF IOWA HIGHWAY 32 (SOUTHWEST ARTERIAL) Whereas, the City of Dubuque (City) and the Iowa Department of Transportation (Iowa DOT) have developed a Consultant Professional Services Agreement with Earth Tech, Inc. to perform preliminary design services for the improvement of Iowa Highway 32 (Southwest Arterial); and Whereas, the City of Dubuque (City) will be the lead public agency responsible for managing the Phase I - Preliminary Engineering Design; and NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Consultant Professional Services Agreement with Earth Tech, Inc. to perform preliminary design services for the improvement of Iowa Highway 32 (Southwest Arterial) be approved. Section 2. That the Mayor be authorized and directed to execute three copies of said Consultant Professional Services Agreement with Earth Tech, Inc. for the Iowa Highway 32 (Southwest Arterial). Passed, adopted and approved this 7th day of February ,2005. Terrance M. Duggan, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES SOUTHWEST ARTERIAL DUBUQUE, IOWA PRELIMINARY DESIGN PHASE AGREEMENT made as of the day of in the year Two Thousand Five. BETWEEN the City of Dubuque, Dubuque County, Iowa, identified as the City: City of Dubuque 50 West 13th Street Dubuque, Iowa 52001 and the Consultant: , Earth Tech, Inc. SOl Sycamore Street, Suite 222 Waterloo, Iowa 50703 For the following Project: The City bas decided to construct a new 4-lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the Project Location Study completed by the City in February 2002. The preferred alternative is identified as "Alternative E - Design Variation 1" in the Environmental Assessment. It has been determined that the City shall proceed with the survey, base mapping, conceptual design review, traffic analysis, soils investigatio~ preliminary design, right-of-way activities, public involvement, and agency coordination for the improvements, subject to the concurrence and approval of the Iowa Department of Transportation. The City desires to employ the Consultant to provide services in connection with the said activities for the improvements. The Consultant is willing to perform such Engineering work in accordance with the terms hereinafter provided and warrants that it is in compliance with Iowa statutes relating to the licensure of Professional Engineers. City Project Number Federal Project Number STP-U-2100(627)--70-31 TABLE OF CONTENTS Article Number Aud Description 1 Initial Information 1.1 Project Parameters 1.2 Financial Parameters 1.3 Project Team 1.4 Time Parameters 1.5 Prequalification 2 Scope Of Services And Other Special Terms And Conditions 2.1 Enumeration of Parts of the Agreement 3 Form of Compensation 3.1 Method of Reimbursement 3.2 Subconsultant 4 Terms And Conditions 4.1 Ownership of Engineering Documents 4.2 Revision of Plans 4.3 Extra Work 4.4 Progress Meetings 4.5 Additional Plans 4.6 Termination of Agreement 4.7 Extension of Time 4.8 Mediation 4.9 Arbitration 4.10 Responsibility for Claims and Liability 4.11 Non-Raiding Clause 4.12 General Compliance with Laws 4.13 Subletting, Assignment or Transfer 4.14 Forbidding Use of Outside Agents 4.15 Consultant's Endorsement on Plans 4.16 Compliance with Title 49, Code of Federal Regulations 4.17 Access to Records 4.18 Federal Highways Administration Participation 4.19 Severability 4.20 Applicable Law Attachment A - Scope of Services Attachment B - Specifications Attachment C - Fees and Payments Attachment D - Certification Regarding Debarment, Suspension and Other Responsibility Matters Attachment E - Certification of Consultant Attachment F - Certification of City Attachment G - Sample Invoice Form Attachment H - Cost Estimate 2 ARTICLE 1 - INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 PROJECT PARAMETERS The objective or use is: The City intends to construct a new 4-lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the Project Location Study completed by the City in February 2002. The preferred alternative is identified as "Alternative E - Design Variation I" in the Environmental Assessment. This shall hereinafter be referred to as the "PROJECT." 1.2 FINANCIAL PARAMETERS 1.2.1 Amount of the City's budget for the Consultant's compensation is $2,229,500.00. 1.2.2 Amount of the Consultant's budget for the subconsullants' compensation is $968,100.00. 1.3 PROJECT TEAM 1.3.1 The City's Designated Representative identified as the Engineer is Robert D. Scbiesl, P.E. The Engineer is the authorized representative, acting as liaison officer for the City for purpose of coordinating and administering the work under the Agreement. The work under this Agreement sball at all times be subject to the general supervision and direction of the Engineer and shall be subject to the Engineer's approval. 1.3.2 The Consul/ant's Designated Representative is Robert L. Lentz, P.E. 1.3.3 The subconsultants retained at the Consultants' expense are: Howard R. Green Company IIW Engineers & Surveyors, P .C. TerracoD Consulting Engineers & Scientists Geo Services, Inc. Martinez Corporation Vernon Schaefer, Ph.D. Abeln Abstract and Title Co. Tallgrass Historians, L.c. The Durrant Group 3 1.4 TIME PARAMETERS Date to Proceed: Consultant shall not begin work under this Agreement until so directed in writing by the City. Consultant shall, upon receipt of said written notification to proceed) begin work thereon. No FHW A compensation will be made for any work performed prior to the effective date of the FHW A authorization to proceed. The City is responsible to verify FHW A authorization and is responsible for any compensation due prior to FHW A authorization but following City's Notice to Proceed. Completion: Preliminary design plans, including type/size/location for structures, soils design, right- of-way activities and elements for a design public hearing, shall be completed and accepted on or before 24 months after receiving Notice to Proceed. 1.5 PREQUALIFICATION The Consultant shall remain prequalified in Work Category 213 - Highway Design - Major Facilities, as defmed in Iowa Department of Transportation Policy and Procedure No. 300.04, for the duration of this Agreement. Failure to do so will result in termination of this Agreement. ARTICLE 2 - SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS 2.1 Enumeration of Parts of the Agreement. This Agreement, including its attachments, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both City and Consultant. This Agreement comprises the documents listed below. 2.1.1 The work to be performed by the Consultant under this Agreement shall encompass and include all detail work, services, materials, equipment and supplies necessary to prepare and deliver the scope of services provided in Attachment A. 2.1.2 All services herein required and provided shall be in conformity with the Iowa Department of Transportation Standards, Design Guides and Specifications and Title 23 U.S. Code of Federal Regulations, Part 625 as outline in Attachment B. In addition, applicable sections of the U.S. Department of Transportation, Federal Aid Policy Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates. 2.1.3 Other documents as follows: Indicate attachments with [X] .1 [ x I Certificate Regarding Debarment, Suspension and Other Responsibility Matters - Attachment D. .2 [ x J Certification of Consultant - Attachment E. .3 [ x J Certification of City - Attachment F. .4 [ x J Sample Invoice Form - Attachment G .5 [ x J Consultant Fee Proposal - Attachment H ARTICLE 3 . FORM OF COMPENSATION 3.1 Method of Reimbursement 3.1.1 For the Consultant's services as described under Article 2, compensation shall be computed in accordance with one of the following compensation methods: Indicate method of payment selected with [X] .1 [ x J Cost Plus Fixed Fee -Attachment C .2 [ J Lump Sum - Attachment C .3 [ J Specific Rate of Compensation- Attachment C .4 [ J Unit Price- Attachment C as defmed in Attachment C. 4 3.2 Subconsultant 3.2.1 The Consultant sball require the subconsultants (if applicable) to notify tbem if they at any time determine that their costs will exceed their estimated actual costs. The Consultant sball not allow the subconsultants to exceed their estimated actual costs without prior written approval of the Engineer. The prime Consultant is cautioned that cost under-runs associated with any subconsultant's contract 3re not available for use by the prime Consultant unless the Engineer and Iowa Department of Transportation (!DOT) have given prior written approval. ARTICLE 4 - TERMS AND CONDITIONS 4.1 Ownership of Engineering Documents 4.1.1 All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and sball be delivered to the Engineer upon completion of the plans or termination of the services of the Consultant. There shall be no restriction or limitation on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Consultant for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Consultant. 4.1.2 The City acknowledges the Consultant's plans and specifications, including all documents on electronic media, as instruments of professional Service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Consultant. 4.1.3 The City and the Consultant agree that any electronic files prepared by either party shall conform to the specifications listed in Attachment B. Any changes to these specifications by either the City or the Consultant is subject to review and acceptance by the other party. Additional efforts by the Consultant made necessary by a change to the CADD software specifications shall be compensated for as Additional Services. 4.1.4 The City is aware that significant differences may exist between the electronic files delivered and the respective construction documents due to addenda, change orders or other revisions. In the event of a conflict between the signed construction documents prepared by the Consultant and electronic files, the signed construction documents shall govern. 4.1.5 The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 4.2 Revision of Plans 4.2.1 Drafts of work products sball be submitted to the Engineer by the Consultant for review and comment. The comments received from the Engineer and the reviewing agencies shall be incorporated by the Consultant prior to submission of the fmal work product by the Consultant. Work products revised in accordance with review comments shall constitute "satisfactorily completed and accepted work". Requests for changes on work products by the Engineer sball be in writing. In the event there are no comments from the Engineer or reviewing agencies to be incorporated by the Consultant into the final work product, the Engineer shall immediately notify the Consultant, in writing, that the work product shall constitute "satisfactorily completed and accepted work"_ 4.2.2 In the event that the work product prepared by the Consultant is found to be in error and revision or 5 reworking of the work product is necessary, the Consultant agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Consultant must give immediate attention to these changes so there will be a minimum of delay during construction. The above and foregoing is not to be construed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Consultant herein. 4.2.3 Should the Engineer fmd it desirable to have previously satisfactorily completed and accepted work product or parts thereof revised, the Consultant shall make such revisions if requested and directed by the Engineer in writing. This work will be paid for as provided in Article 4.3. 4.3 Extra Work 4.3.1 If the Consultant is of the opinion that any work it has been directed to perform is beyond the scope of this Agreement, and constitutes "Extra Work", it shall promptly notifY the Engineer in writing to that effect. In the event that the Engineer determines that such work does constitute "Extra Work", the City will provide extra compensation to the Consultant upon the basis of actual costs plus a fixed fee amount, or at a negotiated lump sum. Unless written approval for "Extra W ark" has been secured in advance from the Engineer, no claims will be allowed. However, the City shall have benefit of the service rendered. 4.4 Progress Meetings 4.4.1 From time to time as the work progresses, conferences will be held at mutually convenient locations at the request of the Engineer to discuss details of the design and progress of the work. The Consultant shall prepare and present such information and studies as may be pertinent and necessary or as may be requested by the Engineer, to enable the Engineer to pass judgment on the features and progress of the work. 4.5 Additional Plans 4.5.1 At the request of the Engineer, the Consultant shall furnish sufficient prints of plans or other data in such detail as may be required, for the purposes of review of details and for plan-in-hand and field check inspections. 4.6 Termination of Agreement 4.6.1 In the event of the death of any member or partner of the Consultant's firm the surviving members shall complete the work, unless otherwise mutually agreed upon by the City and the survivors. 4.6.2 The right is reserved by the City to terminate this Agreement at any time upon not less than thirty (30) days written notice to the Consultant. 4.6.3 In the event the Agreement is terminated by the City without fault on the part of the Consultant, the Consultant shall be paid for the reasonable and necessary work performed or services rendered and delivered up to the effective date of time of termination. The value of tbe work performed and services rendered and delivered, and the amount to be paid shall be mutually satisfactory to the Engineer and to the Consultant. The Consultant shall be paid a portion of the fixed fee, plus actual costs. The portion of the fixed fee shall be based on the ratio of the actual costs incurred to the estimated actual costs contained in attachment C. Actual costs to be reimbursed shall be determined by audit of sucb costs to the date establisbed by the Engineer in the termination notice, except that actual costs to be reimbursed shall not exceed the Estimated Actual costs, plus any authorized contingency. 4.6.4 In the event the Agreement is terminated by the City for fault on the part of tbe Consultant, the Consultant shall be paid only for work satisfactorily performed and delivered to the Engineer up to the date established by the termination notice. After audit of the Consultant's actual costs to the date established by tbe Engineer in the tennination notice and after determination by the Engineer of the amount of work 6 satisfactorily performed, the Engineer shall determine the amount to be paid to the Consultant. 4.6.5 The right is reserved by the City to suspend this Agreement at any time. The Engineer may effect such suspension by giving the Consultant written notice and will be effective as of the date established in the suspension notice. Payment for the Consultant's services will be made by the City to the date of such suspension, in accordance with paragraph 4.6.3 above. 4.6.6 Should the City wish to reinstate the work after notice of suspension, such reinstatement may be accomplished by thirty- (30) days written notice within a period of one year after such suspension, unless this period is extended by written consent of the Consultant. 4.6.7 This Agreement will be considered completed when the construction of the project has progressed sufficiently to make it clear that the construction can be completed without further revisions in that work, or if the Consultant is released prior to such time by written notice from the Engineer. 4.7 Extension of Time 4.7.1 The time for completion of each phase of this Agreement shall not be extended because of any delay attributed to the Consultant, but may be extended by the Engineer in the event of a delay attributed to the City or the Engineer, or because of unavoidable delays caused by an act of God, war, government actions, or similar causes beyond the reasonable control of the Consultant. 4.8 Mediation 4.8.1 In an effort to resolve any conflicts that arise during the design or construction of the project or following the completion of the project, the City and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to non-binding mediation unless the parties mutually agree otherwise. The City and the Consultant further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with subcontractors, sub-consultants, suppliers or fabricators so retained, thereby providing for mediation as the primary method for dispute resolution between the parties to those agreements. 4.9 Arbitration 4.9.1 In the event the parties to this Agreement are unable to reach a settlement of any dispute arising out ofthe services under this Agreement in accordance with Paragraph 4.8, then such disputes shall be settled by binding arbitration by an arbitrator to be mutually agreed upon by the parties, and shall proceed in accordance with the current Code of Iowa. If the parties cannot agree on a single arbitrator, then the arbitrator(s) shall be selected in accordance with the above-referenced rules. 4.10 Responsibility For Claims And Liability 4.10.1 The Consultant shall defend, indemnify and save harmless the City, Iowa Department of Transportation, the State of Iowa, its agencies, agents, employees and assignees and the Federal Government from all claims and liabilities due to design error, omission or negligent act of the Consultant, its members, agents, stockholders or employees in connection with performance of this Agreement. 4.10.2 The Consultant shall obtain and keep in force insurance coverage with the minimum limits and coverages specified in Article 1107.02 of the "Standard Specifications for Highway and Bridge Construction." In addition, the Consultant shall obtain and keep in force insurance coverage for professional liability (errors and omissions) with a minimum of $ 1,000,000 and all such other insurance required by law. 7 4.10.3 The Consultant agrees to require all its subcontractors and subconsultants to carry general liability insurance and all such other insurance required by law in the amounts and otherwise on the terms required by law and as the Consultant may deem necessary. 4.11 Non-Raiding Clause 4.11.1 The Consultant sball not engage the services of any person or persons, then in the employment of the City, for work covered by this Agreement without the written consent of the employer of such persons. 4.12 General Compliance With Laws 4.12.1 The Consultant shall comply with all Federal, State and Local laws and ordinances applicable to the work. 4.13 Suhletting, Assignment Or Transfer 4.13.1 Subletting, assigmnent, or transfer of all or part of the interest of the Consultant in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the State and the Federal Highway Administration. (When applicable) 4.14 Forbidding Use of Outside Agents 4.14.1 The Consultant warrants that it bas not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person other than bona fide employees working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul the Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, or counterpart fee. 4.15 Consultant's Endorsement On Plans 4.15.1 The Consultant sball endorse the completed computations prepared under this Agreement, and sball affix thereto the seal of a licensed professional Engineer, licensed to practice in the State of Iowa, in accordance with the current Code ofIowa. 4.16 Compliance With Title 49, Code Of Federal Regulations 4.16.1 During the performance of this agreement, the Consultant and its assignees and successors in interest agree as follows: 4.16.1.1 Compliance with Regulations 4.16.1.1.1 The Consultant will comply with the regulations of the U.S. Department of Transportation, relative to nondiscrintination in federally assisted programs of the U.S. Department of Transportation (Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"), which are herein incorporated by reference and made a part of this agreement. 8 4.16.1.2 Nondiscrimination 4.16.1.2.1 The Consultant, with regard to the work performed by it, will not discriminate on the grounds of race, religion, age, physical disability, color, sex or national origin in the selection and retention of subconsultants, including procurement of materials and leases of equipment. The Consultant will not participate, either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in the Regulations. 4.16.1.3 Solicitation for Subconsultants, Including Procurement of Materials and Equipment 4.16,1.3.1 In all solicitations, either by competitive bidding or negotiation made by the Consultant for work to be performed under a subcontract, including procurement of materials or equipment each potential subconsultant or supplier shall be notified by the Consultant of the Consultant's obligation under this contract and the regulations relative to nondiscrimination on the grounds of race, religion, age, physical disability, sex, or national origin. 4.16.1.4 Disadvantaged Business Enterprises 4.16.1.4.1 The Consultant or its subconsultants agree(s) to ensure that disadvantaged business enterprises (DBEs) as defined in 49 CPR, Part 26, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Pederal funds provided under this Agreement. In this regard the Consultant and all of its subconsultants shall take all necessary and reasonable steps in compliance with the Iowa DOT DBE Program to ensure disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. The Consultant and their subconsultants shall not discriminate on the basis of race, religion, age, physical disability, color, sex or national origin, in the award and performance afU.S. DOT assisted contracts. If, as a condition. of assistance, the Iowa Department of Transportation has submitted to U.S. DOT, or the Consultant has submitted to the Iowa Department of Transportation, and the U.S. DOT or Department has approved a disadvantaged business enterprise affirmative action program which the Iowa Department of Transportation and/or Consultant agrees(s) to carry out, this program(s) is incorporated into this Agreement by reference. This program shall be treated as a legal obligation and failure to carry out its tenns shall be treated as a violation of this financial assistance agreement. Upon notification to the Consultant of its failure to carry out the approved program, the City and/or the U.S. DOT shall impose sanctions which may include termination of the Agreement or other measures that may affect the ability of the Consultant to obtain future U.S. DOT financial assistance. The Consultant or any of its subconsultants are hereby advised that failure to fully comply with the Iowa Department of Transportation's DBE Program shall constitute a breach of contract and may result in termination of this Agreement or agreement(s) by the City or such remedy as the City deems appropriate. Refer to Article 4.6 of the Agreement. 4.16.1.5 Information and Reports 4.16.1.5.1 The Consultant will provide all information and reports required by the regulations, orders and instructions issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the Pederal Highway Administration, to be pertinent to ascertain compliance with regulations, orders and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refusesto furnish this information, the Consultant shall so certify to the City, or the Pederal Highway Administration, as appropriate, and shall set forth what efforts it has made to obtain information. 9 4.16.1.6 Sanctions for Noncompliance ..1.6.1 In the event of the Consultant's noncompliance with the nondiscrimination provisions of this agreement, the City shall impose such contract sanctions as it, or the Federal Highway Administration, may determine to be appropriate, including, but not limited to: ..1.6.1.1 Withholding of payments to the Consultant under the agreement until the Consultant complies, and/or 4.16.1.6.1.2 Cancellation, termination or suspension of the agreement, in whole or in part. ..1.7 Incorporation of Provisions 4.16.1.7.1 The Consultant will include the provisions of Article 4.16.J.J through 4.16.1.6 of this Agreement in every subagreement, including procurements of materials and lease of equipment, unless exempt by the regulations, orders or instructions issued pursuant thereto. The Consultant will take such action with respect to any subagreement or procurement as the City or Federal Highway Administration may direct as a means of enforcing such provisions, including sanctions for non-compliance; provided, however, that in the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request the City to enter into such litigation to protect the interests of the City and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. 4.17 Access To Records 4.17.1 The Consultant is to maintain all books, documents, papers, accounting records and other evidence pertaining to this Agreement and to make such materials available at their respective offices at all reasonable times during the agreement period, and for three years from the date of final payment under the agreement, for inspection and audit by the Federal Highway Administration, or any authorized representatives of the Federal Government; and copies thereofsltall be furnished, if requested. 4.18 Federal Highway Administration Participation 4.18.1 The work under this Agreement shall be contingent upon and subject to the approval of the Federal Highway Administration (if applicable). The Federal Highway Administration shall have the right to participate in the conferences between the Consultant and the City and to participate in the review or examination of the work in progress. 4.19 Severability If any section provision or part of this agreement shall be adjudged invalid or unconstitutional, such adjudication shall not affect the validity of the agreement as a whole or any section, provision, or part thereof not adjudged invalid or unconstitutional. 4.20 Applicable Law This Agreement shall be construed and enforced in accordance with the laws ofIowa, except its conflict of law provisions. 10 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials thereunto duly authorized as of the dates below indicated. EARTH TECH, INe. c;z t1 !3.<4.~ Joe A. Becker By: Title: V ice President ATTEST: By: D 1",.,.. f"I (' ~ "i _ Date: 1/24/05 Gloria M. Clough CITY OF DUBUQUE, DUBUQUE COUNTY, IOWA IOWA DEPARTMENT OF TRANSPORTATION By: Date: By: Date: District 6 Local Systems Engineer Mayor ATTEST: By: Date: City Clerk 11 Attachment A SOUTHWEST ARTERIAL DUBUQUE, IOWA PRELIMINARY DESIGN PHASE SCOPE OF SERVICES This project consists of the preliminary design of a new 4-lane freeway between Seippel Road and Olde Davenport Road in Dubuque, Iowa, in accordance with the Project Location Study completed by the City of Dubuque in February 2002. The preferred alternative is identified as "Alternative E - Design Variation I" in the Environmental Assessment, and may be modified as described in this scope of sefV1ces. Services to be provided for the project under this Agreement will include Conceptual and Preliminary Engineering. This phase will include survey and mapping, conceptual design review, traffic analysis, preliminary design, public participation meetings and related services. The scope of services is described in more detail as follows. Survey and Base Mapping The tasks included under this category include field surveys and base mapping which are required during the preliminary design phase of the project. Aerial planimetric mapping, digitized orthophotos and a digital terrain model (DTM) for the project will be provided by Martinez Corporation, a subconsultant. Task 1 - Control Survevs. Additional control surveys will be completed in the field to supplement the surveys completed under the previous phase of work. This task will include locating existing centerlines of each roadway which is tied to the new project. Benchmarks will not be set as part of this task. Task 2 - Aerial Mappin!! Ground Control. This task includes the ground control surveys necessary for design-level aerial mapping. Approximately 100 ground control points are required for horizontal and vertical control. This task is not included in the basic Scope of Services, but will be completed under separate contract by the City. Task 3 - Supplemental Desi!!n Survev. Additional design survey will be obtained for drainageways, tie- in points at side roads and for locating features which are not picked up on the aerial mapping. The extent of this survey will be the elements necessary for preliminary design. Task 4 - Locate Soil Borin!!s. This task includes calculating the coordinates of soil borings based on the station/offset information furnished by the geotechnical engineering firm. Soil borings will be located in the field by the drillers, using GPS equipment. Task 5 - Section Corner and Propertv Corner Survevs. Section corners and property corner locations will be obtained in the field, as needed, to determine existing right-of-way lines. Task 6 - Utilitv Survevs. Utility accesses will be located, opened, and measured in the field. Ownership and location of utilities within the corridor will be obtained from the utility companies. It is not anticipated that underground utilities will be located in the field, except for locating visible utility accesses. Task 7 - Base Maooinl!. This task consists of reducing the survey notes and entering the data into the base map files. The additional survey data will be merged into the digital aerial mapping obtained for this project. Cross sections will be plotted from the DTM. Property lines and owners' names, as determined from Dubuque County Auditor's records, will be plotted on the base map. Existing utilities will be plotted from utility records and above-ground features located on the aerial mapping. The following subtasks are included: A. Topographic Base Mapping B. Existing Property Lines and Ownerships C. Existing Utilities Concept and Alternative Evaluation These tasks include a review of the current design concept for the Southwest Arterial, and evaluating potential improvements to the current concept. Tasks included under this category include traffic analysis, evaluation of alternative concepts, and a constructability review. Task 8 - Traffic Analvsis. This task includes the necessary effort to review traffic forecast completed previously, develop design peak hour volumes for interim and full-build conditions, complete intersection capacity analysis for interim and full-build conditions, and preparation of a report documenting results and assumptions (including Level of Service and volume-to-capacity ratios; lane configurations and turning lane lengths; cycle length and phasing; and signal warrant evaluation). A. Develop Design Hour Traffic Volumes - AM and PM peak hour volumes will be determined based on the results of previous traffic analysis for the SW Arterial, discussions with the MPO and City staff and existing traffic count data. Peak Hour Volumes will be developed for the interim and full-build scenarios. Findings will be documented in a Technical Memorandum for review by the City and MPO. Review comments will need to be addressed before proceeding to intersection capacity analysis. B. Complete Intersection Capacity Analvsis - Utilize highway capacity software and/or SYNCHRO to calculate capacity of each intersection and determine optimal signal timings, phasing and cycle lengths based on lane geometrics and design-hour volumes. Interim build will review at-grade intersections of SW Arterial with U.S. 20 and U.S. 61/151. Full-build review will include ramp terminals to three interchanges. 2 C. Complete Signal Warrant Evaluations - Complete signal warrant evaluations for each intersection identified in B. Completed forms and recommendation will be provided to the City for submittal to Iowa DOT for intersections with U.S. 20 and U.S. 61/151. D. Prepare Report and Present Findings - Methodology, assumptions and recommendations will be included in a report prepared from information obtained from Items A, Band C above. This information will be presented to the MPO and City. Task 9 - Evaluation of Desil!n Concepts. This task involves an evaluation of the existing design concept for the Southwest Arterial, interchange ramps, connecting streets and other design features. A review of horizontal and vertical geometric design will be completed. Preliminary concepts for variations in the current design will be developed by the consultant team. Task 10 - Constructabilitv Review. This task consists of planning and conducting two constructability review workshops in accordance with the procedures outlined in Iowa DOT Policy and Procedure Memorandum 500.08. It is anticipated that one workshop will be held early in the project schedule and will consider constructability and cost-reduction concepts for all elements of the project. One workshop will be held later in the project to consider bridge design concepts. The Consultant will organize and conduct the workshops, and will prepare minutes of the workshops to be posted on the Iowa DOT Weekly Letting Report. The constructability review workshops will include representatives of construction contractors. Participants from the construction contractors will be identified and coordinated through the Associated General Contractors of Iowa. The following sub tasks are included. A. Preparation for Constructability Workshops B. Construct ability Workshop No. I C. Constructability Workshop No.2 D. Minutes and Follow-Up Task 11 - Alternative Analvsis Report. This task will outline the alternatives reviewed for the Southwest Arterial in a written summary report. This task includes recommending a preferred alternative for the Southwest Arterial. Task 12 - Concept Statement. This task includes preparation of a Standard Concept Statement for submittal to the Iowa DOT. 3 Environmental Evaluation The Environmental Assessment for this project is currently being finalized, and is not included in this scope of services. Design variations which are identified in the concept evaluation may require additional environmental review. The following tasks provide the estimated level of evaluation which may be required. Additional environmental reviews and documentation beyond the levels described in this scope will be added by Supplemental Agreement, if necessary. Task 13 - Wetland Boundarv Delineation. Existing wetland locations and boundaries have already been delineated in the previous phase of this project. If required, additional wetland delineations will be added to this scope by Supplemental Agreement. Task 14 - Wetland Impact Identification. Wetland impact areas for the current conceptual design have already been determined under the previous phase of this project. This task includes reviewing any changes to the conceptual design and determining any changes to the wetland impact areas. Task 15 - Wetland Mitil!ation Site Location. This task includes the review of alternative locations for a wetland mitigation site and recommendation of a proposed location. It is anticipated that a single mitigation site will be used for the combined wetland impacts in this project. Task 16 - Environmental Assessment Review. This task consists of reviewing the current Environmental Assessment and determining if the changes resulting from the concept evaluation are covered by the Environmental Assessment. This task will include coordinating with Iowa DOT and FHW A officials to make the determination. Additional field studies, threatened or endangered species studies, and environmental analysis, if required, will be added to this scope by a Supplemental Agreement. Task 17 - Environmental Assessment Addendnm. It is not anticipated that an Environmental Assessment Addendum will be needed. Ifrequired, this task will be added by Supplemental Agreement. Task 18 - Cnltural Resources. The cultural resources surveys for the current conceptual design have already been completed. Additional archaeological surveys may be required for borrow sites and/or changes in the conceptual design. This task includes an estimated level of effort to complete the supplemental archaeological surveys. Additional surveys beyond this scope, if required, will be added by Supplemental Agreement. Preliminary Design The following tasks lead to the preparation and submittal of preliminary plans for the project. The preliminary design will be completed in accordance with Iowa DOT Standards and Procedures for Local Systems Projects. It is anticipated that all roadways will be a rural cross section and that the plans will be prepared on II "xI7" sheets at a scale of 1"=200'. Task 19 - Tvoical Sections and Details (B-Series Sheets), Typical cross sections and road design details will be developed in accordance with Iowa DOT standards. 4 Task 20 - Plan and Profile Desil!n (D-. E- and K-Series Sheets). This task consists of preparing the preliminary plan and profile sheets for the project. The preliminary design will be developed to the extent necessary to define !be proposed right-of-way needs for the project. The following items are included: A Mainline Design AI. aide Davenport Road to Station 580+00 (Estimated 12 Sheets) A2. Station 580+00 to Seippel RoadlU.S. 20 Interchange Area (Estimated 2 Sheets) R Interchange Ramp Design RI. U.S. 611151 Interchange (Estimated 5 Sheets) R2. North Cascade Road Interchange (Estimated 5 Sheets) R3. U.S. 20 Interchange (Estimated 5 Sheets) C. Side Road Design c.1. Elmwood Drive Connection, East of U.S. 61 (Estimated 2 Sheets) C.2. Tamarack Drive Connection, West of U.S. 61 (Estimated I Sheet) C.3. Key West Drive Cul-de-Sac (I Sheet) CA. Relocated Old Military Road (Estimated 2 Sheets) C.5. Access Road to Knepper and Reuter Properties (Estimated 2 Sheets) C.6. Relocated Oakland Farms Road (I Sheet) C.7. Relocated North Cascade Road (2 Sheets) C.8. New Road Connecting English Mill Road With North Cascade Road (Estimated 3 Sheets) C.9. Access Road Serving Valentine, Watters, Walser and Siegert Properties (Estimated 2 Sheets) C.W. Relocated English Mill Road (Estimated 2 Sheets) C.II. Access Road in Southwest Quadrant of U.S. 20 Interchange (2 Sheets) C.12. Access Road in Southeast Quadrant of U.S. 20 Interchange (I Sheets) C.13. East-West Access Road Over U.S. 20 (I Sheet) C.14. Cousins Road Cul-de-Sac (I Sheet) C.IS. Access Road Serving Tschiggfrie, Menards, Siegert and Other Properties (Estimated 3 Sheets) C.16 U.S. 20 Access Modifications (Estimated 2 Sheets) D. Recreational Trail Design Between Old Military Road and English Mill Road (Estimated 8 Sheets). This task also includes an evaluation of altemative recreational trail concepts and preparation of a summary concept report. E. Design of Interim 2-Lane Southwest Arterial Improvement E.1. Connection to U.S. 151161 (2 Sheets) E.2. Connection to North Cascade Road (I Sheet) E.3. Connection to U.S. 20 (I Sheet) 5 Task 21 - Geometric Lavout Sheets (G-Series Sheets). This task includes the geometric layout sheets, including centerline layouts and tabulations of geometric curve data. Task 22 - Stal!inl! and Traffic Control Desil!n (J-Series Sheets). It is anticipated that the project will be constructed in stages to allow access to adjacent roads and properties to the extent practical. The following tasks are anticipated. A. Construction staging and access review. B. Develop construction-staging plans. These plans will show the proposed sequence of construction and the roads open to traffic in each stage. Detailed plans for signing, barricading, pavement marking and traffic control will not be part of the preliminary plans. C. Develop local detour plans. These plans will show the proposed detour routes on a small-scale road map. D. Develop conceptual plans for on-site detours during construction. Details of preliminary design will be developed to the extent necessary to define right-of-way needs. Task 23 - Intersection Details IL-Series Sheets). This task includes preparation of preliminary intersection geometric layouts, including intersection radius design, and design vehicle turning paths for all paved intersections and cul-de-sacs. A total of 17 intersections and 6 cul-de-sacs are included. A. Intersections Between U.s. 151/61 and English Mill Road (Includes 9 Intersections and 2 Cul-de- Sacs) B. Intersections Near U.S. 20 Interchange (Includes 8 Intersections and 4 Cul-de-Sacs) Task 24 - Drainal!e and Culvert Desil!n. This task includes the preliminary design and tabulation of drainage structures. It is anticipated that the Southwest Arterial will be a rural roadway with open ditches and standard culverts. This task includes calculation of drainage areas for each culvert, determination of design flows using the Iowa DOT runoff method, sizing of culverts and completion of "pink sheet" culvert calculations. The final drainage area maps and I "=20' scale layouts for each culvert are not included in this Scope, but will be completed during final design. A total of approximately 50 pipe culverts are anticipated on the project. Layouts and details for median drains and interior culverts which do not affect right-of-way are not included in the preliminary design phase, but will be completed during final design. The following subtasks are included: A. Drainage Area Determination B. Calculation of Design Flows C. Culvert Sizing D. Preparation of "Pink Sheets" for Crossroad Culverts 6 Task 25 - Traffic Sil!nal Details (N-Series Sheets). This task consists of a plan view layout of the new traffic signal installations, along with a phasing diagram for the signal operation. The design of underground footings, conduits, wiring and loop layouts is not included in the preliminary design phase. New traffic signal layouts are anticipated at the following intersections: A. East Ramps at U.S. 61/151 Interchange B. West Ramps at U.S. 61/151 Interchange C. Temporary Signals for Interim linprovement at U.S. 61/151 D. East Ramps at U.S. 20 Interchange E. West Ramps at U.S. 20 Interchange F. Temporary Signals at U.S. 20 and Seippel Road for Interim linprovement Task 26 - Soils Sheets (O-Series Sheets). The soil profile sheets (Q-series sheets) are not included in this scope but will be completed during the final design stage. Task 27 - Soils and Earthwork Desil!n. This task includes the preliminary determination of earthwork quantities and design requirements, including cut and fill volumes. Also included are the determinations of cut and fill slopes and the handling of rock and shale materials on the project. The geotechnical design for this project is being completed by Terracon Consultants, with Dr. Vernon Schaefer, Ph.D., serving as an advisor. The tabulation of earthwork quantities is not included in the preliminary design phase, but will be completed during final design. Task 28 - Special Details (V-Series Sheets). This task includes the preparation of special detail sheets which are not included in the Iowa DOT Standard Details and Specifications. Included in this task are the following items. A. Retaining Wall Details. Preliminary size and location of retaining walls will be determined, and a 2-line profile will be developed for each retaining wall showing the top of wall and ground elevation profiles. This task does not include the structural design and detailing of retaining walls. Task 29 - Preliminarv Structures Desil!n (V-Series Sheets). The preliminary structures design will cousist of a Type, Size and Location drawing (TS&L) for each of the new bridges on the project. This task also includes a preliminary situation plan for each of the reinforced concrete box culverts. For bridges over waterways, this task includes determination of the waterway opening. This task includes an evaluation of alternative structure types, refinement of proposed bridge lengths and locations, and a preliminary evaluation of foundation types. A summary report will be prepared outlining the advantages and disadvantages of each bridge type considered. 7 Completion of the risk assessment forms for DOT submittal is not included in this scope, but will be completed during final design. The hydraulic modeling and analysis of Catfish Creek, South Fork Catfish Creek and Granger Creek has already been completed under the previous phase of work and is not included in this task. Preliminary plans for widening of the existing U.S. 20 bridge over the South Fork of Catfish Creek are not expected to affect new right-of-way needs and are not included in this phase of the proj ecl. A. Southwest Arterial Bridge Over U.S. 20 and South Fork Catfish Creek (Approximately 800-Foot Long Dual Multi-Span PPCB or CSG Structures). B. Frontage Road Bridge Over South Fork Catfish Creek (Approximately 160-Foot Long Single PPCB or CCS Structure) C. Access Road Bridge Over U.S. 20 (Approximately 400-Foot Long Single Multi-Span PPCB or CSG Structure) D. Initial 2-Lane Bridge Over South Fork Catfish Creek, for Interim 2-Lane Improvement (Approximately 160-foot Long Single Curved PPCB or CCS Structure) E. English Mill Road Bridge Over Southwest Arterial (Approximately 300-Foot Long Single Curved Multi-Span PPCB or CSG Structure) F. Dual Bridges Over New Roadway West of North Cascade Road (Approximately 350-Foot Long Dual Multi-Span PPCB or CSG Structures) G. North Cascade Road Bridge Over Southwest Arterial (Approximately 350-Foot Long Single Multi-Span PPCB or CSG Structure) H. Dual Bridges Over Catfish Creek (Approximately 600-Foot Long Dual Curved Multi-Span PPCB or CSG Structures) 1. Old Military Road Bridge Over Southwest Arterial (Approximately 300-Foot Long Single Multi- Span PPCB or CSG Structure) J. Dual Bridges Over U.S. 61/151 and Granger Creek (Approximately 500-Foot Long Dual Multi- Span PPCB or CSG Structures) K. South Frontage Road Bridge Over Granger Creek (Approximately 200-Foot Long Single Curved Multi-Span PPCB or CSG Structure) L. U.S. 61/151 Northbound Exit Ramp Bridge Over Granger Creek (Approximately 300-Foot Long Single Curved Multi-Span PPCB or CSG Structure) 8 M. U.S. 61/151 Northbound Entrance Ramp Bridge Over Granger Creek (Approximately 350-Foot Long Single Curved Multi-Span PPCB or CSG Structure) N. Reinforced Concrete Box Culverts - A total of 11 RCB culverts are included in this task. A preliminary situation plan will be prepared for each RCB culvert. Task 30 - Desi!!n Cross Sections (W-. X-. Yo and Z-Series Sheets). This task includes preparation of preliminary cross section sheets for the Southwest Arterial and connecting streets. Exclusions to Final Design. The following design elements are not anticipated for the project and are not included in the scope: Lighting Design Wetland or Environmental Mitigation Design Regulated Materials InvestigationlDesign Electrical Design for Traffic Signals Signing and Pavement Markings Design Water Main and Water Service Design Sanitary Sewer Extensions Task 31 - Ouality Control Review. This task consists of a quality control review of the plans by the senior staff engineers prior to submittal to the Owner. This task includes preparation of the Iowa Department of Transportation's "Preliminary Plan Checklist". Task 32 - Final Revisions. This task includes final revisions of the preliminary plans following the submittal and review of plans by the Owner. Task 33 - Printin!! and Submittals. This task includes printing and submittal of intermediate and final construction plans and other documents. Task 34 - Construction Cost Opiuion. An opinion of probable construction cost will be prepared and updated throughout the preliminary design phase. It is anticipated that approximately ]5 major items will be quantified for these estimates, using a technique similar to that used in the 2002 Project Location Study. Bridge cost estimates will include consideration of the preliminary bridge and foundation types. Included are the following updates: A. Initial Construction Cost Opinion B. Update After Constructability W otkshop C. Quarterly Updates - A total of 4 updates will be provided. Task 35 - Field Exam. A one-day field review is anticipated with the City and Iowa DOT prior to completion of the preliminary plans. The Consultant will prepare materials prior to the field exam, 9 provide field staking to visually locate the centerline in the field, conduct the field exam, and circulate the minutes after the field exam. Subtasks include: A. Preparation B. Staking of Approximate Centerline of Southwest Arterial Where the Centerline Crosses Each Side Road (Staking of ramps and side road relocations are not included.) C. Field Exam D. Minutes and Follow-Up Enhancement Design These tasks include the development and evaluation of enhancement concepts, preparation of design illustrations and graphics, and opinions of probable construction costs for project enhancements. Task 36 - Enhancement Concepts. This task includes the development of project-specific concepts for architectural and landscaping enhancements for the project. Included are the development of conceptual ideas, preparation of initial sketches and graphics and an opinion of probable construction costs. Enhancement concepts will be developed for the following areas on the project. Additional enhancement designs, if requested, will be added by Supplemental Agreement. A. Mount Olivet Cemetery Area. Landscaping and screening concepts will be developed to visually screen the new roadway from the cemetery. B. Catfish Creek Bridge. Enhancement concepts will include coordination with the historic limestone retaining walls along Catfish Creek. C. Recreational Trail Enhancements. Concepts for special signing and informational kiosks will be developed for the recreational trail. D. Other Bridge Enhancements. Concepts will be prepared for enhancements to the bridges for overpassing U.S. 20, U.S. 61/151, English Mill Road, North Cascade Road and Old Military Road. Task 37 - Computerized Visualization. A computerized 3-dimensional model of the project will be developed to illustrate the view of the roadway from adjacent properties and other vantage points. It is anticipated that a 3-D model will be prepared for four selected areas of the project. The visualizations will include before and after photomontages and an animated view of the project. 10 Right-of-Way Activities Task 38 - Ri!!ht-of-Wav Desi!!n. This task includes the design of new right-of-way lines, permanent easements and temporary easements for each property, as necessary to construct the project. A right-of- way strip map will be prepared to show the proposed right-of-way. Task 39 - Ri!!ht-of-Wav Documents. This task will consist of preparing acquisition plats and legal descriptions for the new right-of-way. The number of parcels to be included is listed under each subtask. Additional parcels, if required, will be completed as a supplement to this agreement. A. Permanent Right-of-Way. A total of65 parcels are included. B. Temporary Easements. A total of 40 parcels are included. For temporary easements, an exhibit drawing and area calculation will be completed. Formal plats and descriptions will not be developed for temporary easements. Task 40 - Reports of Liens. Under this task, a Report of Liens will be obtained from a local abstract company (Abeln Abstract and Title Company) for each affected property. Coordination with the abstract company and payment for their services are included in this task. Task 41 - Environmental Property Assessments. Any work related to underground storage tanks, regulated materials, or other environmental review of properties which is determined to be necessary during the course ofthe project will be considered a supplemental service to this Agreement. Task 42 - Ri!!ht-of- Wav Staldn!!. The task of final land surveying of new property corners and easement boundaries, including the flagging of approximate right-of-way lines or the setting of property pins at new corners, is not included in the basic services, but will be added as a Supplemental Agreement if requested by the Owner. Public Involvement These tasks include preparation for and attendance at public informational activities as needed for the project. The following activities are included in the scope. Additional meetings and activities, if required, will be added to the scope by supplemental agreement. Task 43 - Public Informational Meetin!!s. One formal public informational meeting is anticipated. The Consultant will prepare displays and handouts for the meeting, will conduct the presentation, and prepare the meeting minutes. The City will arrange the meeting space, complete any advance advertising and will participate in the meeting. A. Public Meeting No. I, to be held early in the preliminary design phase. Task 44 - Propertv Owner Meetin!!s. A total of 15 individual or small-group meetings are anticipated with property owners, either on-site or at City Hall. The meetings will be coordinated with an average of II three meetings being held on each day, for a total of five days of property owner meetings. The Consultaot will prepare a memo of each meeting. Task 45 - Newsletters. The Consultant will prepare a project newsletter outlining the status of the project and providing current news about the Southwest Arterial development. The newsletter will be electronically sent to the e-mail list for the project. An additional 50 copies will be provided to the City for other uses. This task includes a total of 4 newsletters. Task 46 - E-Mail Updates. An e-mail update will be sent bi-monthly to the those individuals who request to be included on the list. The e-mail list will include those who sign-up at public informational meetings and other individuals recommended by the City. Task 47 - Local Presentations. When requested, the Consultant will make presentations regarding the project to local organizations such as service clubs, civic organizations and other meetings. A total of four (4) presentations are included in this task. Task 48 - Utility Company Coordination. This task consists of special coordination with private utility companies. Included in this task will be the exchange of preliminary plans and information with the utility companies, and periodic communications throughout the preliminary design phase. Task 49 - Desi!!n Public Hearin!!. A design public hearing will be conducted at the conclusion of the preliminary design phase. The design public hearing will be an open-house format, with no formal presentation. Display materials and handouts will be prepared by the Consultaot. The City will arrange the meeting space, complete any advance advertising and will participate in the hearing. The Consultant will prepare the official record of the public hearing. Permit Applications and Presentation Materials The Consultaot will assist the City with the preparation of permit applications for regulatory agency permits and with preparing miscellaneous presentation graphics and materials for City use. Included are the following tasks: Task 50 - South Fork Catfish Creek Crossin!! Permit. This task includes the Iowa DNR Permit Application for the proposed bridge. Task 51 - Catfish Creek Crossin!! Permit. This task includes the Iowa DNR Permit Application for the proposed bridge. Task 52 - Gran!!er Creek Crossin!! Permit. This task includes the Iowa DNR Permit Application for the proposed bridge. Task 53 - Section 404 Permit. This task includes the application for a U.S. Army Corps of Engineers Section 404 Permit for impacts to the wetlands, as identified in the Environmental Assessment. 12 Task 54 - Presentation Materials. This task includes preparation of miscellaneous graphics and presentation materials which are not provided elsewhere in the Scope, as requested by the City throughout the project. The extent of this work is limited to the staff-hours estimated for this task. Project Administration and Meetings Task 55 - Proiect Meetinl!s. This task includes preparation for and attendance at various project-related meetings to be held at Dubuque City Offices or at the project site. The Consultant will provide the minutes of each project review meeting (Task 55A) and will provide a summary memo of the meetings in Task 55e. Minutes of the DMATS meetings are not included. The following meetings are included in the Scope: A. Monthly Project Review Meetings With City, DOT and Project Management Team: A total of 18 meetings are included. The meeting schedules will be coordinated with the DMA TS quarterly meetings. B. Quarterly DMATS Meetings: A total of five (5) meetings are included. C. Meetings with Dubuque Chamber of Commerce, Greater Dubuque Development Corporation and Developers Roundtable: A total of three (3) meetings are included, with each meeting being held on the same day as the monthly project review meetings. Task 56 - Monthlv Proiect Reports. Written monthly project reports will be submitted to the City throughout the preliminary design stage. Task 57 - Proiect Team Coordination. This task includes the coordination activities required for the subconsultant team, including internal coordination, communications, information exchange, scheduling and processing of payments. Task 58 - Proiect Administration. This task includes project administration and coordination throughout the project development. The task includes intra-office meetings, which will be attended by the project team as well as general day-to-day administrative tasks, typing and filing of intra-office memoranda. L:\work\ADMIN\AGREE\PROF\Dubuque _SW _Arterial.doc 13 ATTACHMENT B Specifications Road A. Road Plans Current Highway Division's Road Design Manual and applicahle sections of the Federal Aid Policy Guide (FAPG) shall he used as a guide in preparation of plans, specifications and estimates. I. Road plans shall include all pipe culvert plans. 2. All property owners' names shall be shown on the plan and the limits of their holdings. A preliminary right-of-way layout shall be submitted to the Engineer, showing all "need" distances and proposed right-of-way lines. 3. The Consultant shall indicate all proposed right-of-way lines, encroachments, etc., on the fmal construction plans. Station and distance from centerline to all breaks in right-of-way line shall be shown. B. Right-of-Way Layout It shall be the responsibility of the Consultant to perform the following functions in order to complete the right-of-way phase of the project contract: I. To prepare a set of right-of-way plans showing the following: a. The new or proposed right-of-way line either by warranty deed or by permanent easement. b. The temporary easements necessary for the construction of the project. c. All property lines, known section and 1/4 section lines, and in urban areas City sub-divisions, Blocks and lot lines and lot and Block numbers. d. All existing right-of-way for State highways and City streets. e. The parcels should be numbered numerically and both parcel number and the names of all fee owners and/or contract purchasers should be placed on the plans within the limits of the property as plotted on the plans. f. A strip map showing the property ownerships along the proposed project. The strip map should be drawn to a scale that allows the entire ownership (Total Area) of each property to be shown. C. MISCELLANEOUS PROVISION The following miscellaneous provision shall apply to the work to be performed and the Engineering services to be furnished under this Agreement: I. City Responsibility: The City will provide the following: a. Electronic files for use in preparing special provisions to be included in the project contract documents. b. Information pertaining to the horizontal and vertical control for the project. c. Photocopies of sewer utility records, water utility records, storm sewer utility records, miscellaneous utility records, as available, and record drawings for adjacent improvements from the City. d. Aerial Photography of Corridor From Previous Study, 1"=100' Scale (Digitized and Printed Copies). e. Digitized Topographic Mapping of Corridor From Previous Study, With 2' Contours. f. Existing Traffic Counts and Future Traffic Forecasts. g. Land Use/Zoning Information and Maps. h. Corridor Alternatives From Previous Studies. i. Electronic design files (Geopak or equivalent) for preliminary plan and profile design and preliminary cross-sections from the previous Project Location Study. J. Other records, drawings or files from previous Project Location Study or Environmental Assessment, as required by the Consultant for the preliminary design phase. k. Available hydraulics information, including electronic version of hydraulic models, for I South Fork Catfish Creek, Granger Creek and Catfish Creek. I. Available record drawings and soils information for existing Edgewood Road and Prairie Creek Bridge. m. Design standards and City design details (electronic CADD version), if different from DOT standards and details. n. Transcripts and/or records of previous public meetings, public hearings and property owner contacts. 2 3.1.1 3.1.1.1 3.1.1.2 ATTACHMENT C (referenced from 3.1) Cost Plus Fixed Fee FEES AND PAYMENTS Fees. For full and complete compensation for all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees in the amounts of the Consultant's actual cost plus applicable fixed fee amount. Consultants' actual costs shall include payments to any suhconsultants. The estimated actual costs and fixed fee are shoVID. below and are itemized in Attachment H. The nature of engineering services is such that actual costs are not completely determinate. Therefore, it is possible that the Consultant's actual costs may exceed those shown in Attachment H and as shown below. A contingency amount has been established to provide for actual costs that exceed those estimated. Estimated Actual Costs Fixed Fee Contingency Maximum Amount Payable $1,923,000.00 132,000.00 174,000.00 $2,229,000.00 If at any time during the work the Consultant determines that its actual costs will exceed the estimated actual costs, thus necessitating the use of a contingency amount, it will promptly so notify the Engineer in writing and describe what costs are causing the overrun and the reaSOD. The Consultant shall not exceed the estimated actual costs without the prior written approval of the Engineer. The City may audit the Consultant's cost records prior to authorizing the use of a contingency amount. The Consultant shall establish a procedure for comparing the actual costs incurred during the performance of the work to the estimated actual costs listed above. The purpose is to monitor these two elements and thus provide for early identification of any potential for the actual costs exceeding the estimated actual costs. If the Consultant exceeds the estimated actual costs for any reason (other than that covered in Section 3.1.1.2.3) before the Engineer is notified in writing, the City will have the right, at its discretion, to deny the use of the contingency amount. The fixed fee amounts will not be changed unless there is a substantial change in scope, character, or complexity of the services covered by this Agreement or the time schedule is changed by the City. Any change in the fixed fee amount will be made by a Supplemental Agreement or Extra Work Order. The maximum amount payable under this agreement is $2,229,000.00, which is the sum of the above amounts. The maximum amount payable can not be exceeded except by Supplemental Agreement, or Extra Work Order if the Consultant establishes there is a substantial change in scope, character, or complexity of the services covered by this Agreement and the Engineer agrees. If at any time it is determined that a maximum amount payable will be or has been exceeded, the Consultant shall innnediately so notify the Engineer in writing. The maximum amount payable may be increased by a Supplemental Agreement or Extra Work Order, or this Agreement will be terminated, with the City having the right, at its discretion, to terminate this agreement without payment of the amount exceeding the maximum amount payable. The City may audit the Consultant's cost records prior to making a decision whether or not to increase the maximum amount payable. Reimbursable Costs. Reimbursable costs are the actual costs incurred by the Consultant which are attributable to the specific work covered by this Agreement and allowable under the provisions of Title 48, Subchapter E. Parts 31.1 05 and 31.2 of the current Federal Acquisition Regulation. These include the following: 1. Salaries of the employees for time directly chargeable to work covered by the 3.1.1.3 3.1.1.4 2. Agreement, and salaries of principals for time they are productively engaged in work necessary to fulfill the terms of the Agreement. Direct non-salary costs incurred in fulfilling the terms of this Agreement. The Consultant will be required to submit a detailed listing of direct non-salary costs incurred and certify that such costs are not included in overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges and, materials and supplies. The indirect costs (salary related expenses and general overhead costs) to the extent that they are properly allowable to the work covered by this Agreement. The Consultant has submitted to the City the following indirect costs as percentages of direct salary costs to be used provisionally for progress payments for work accomplished during the Consultant's current fiscal year: Salary related expenses and general overhead costs are 150% of direct salary costs. Use of updated overhead percentage rates shall be requested by the Consultant after the close of each fiscal year and shall be used to update previous year invoices and subsequent year as a provisional rate for invoicing in order to more accurately reflect the cost of work during the previous and subsequent years Any actual fiscal year or fiscal year's audited or unaudited indirect costs rates known by the Consultant shall be used in computing the final invoice statement. All unverified overhead rates shall have a schedule of computation supporting the proposed rate attached to the fmal bill. Prior to fmal payment for work completed under this Agreement all indirect cost rates shall be audited and adjusted to actual rates through the most recently completed fiscal year during which the work was actually accomplished. In the event that the work is completed in the current fiscal year, audited indirect cost rates for the most recently completed fiscal year may be applied also to work accomplished in the current fiscal year. If these new rates cause the estimated actual costs to be exceeded, the contingency amount will be used. 3. Premium Overtime Pay. Premium overtime pay shall not exceed 2 percent of the total direct salary cost without written authorization. Payments. Monthly payments shall be made based on the percentage of work completed and substantiated by monthly progress reports. The report shall indicate the direct and indirect costs associated with the work completed during the month. The Engineer will check such progress reports and payment will be made for the direct non-salary costs and salary and indirect costs during said month, plus a portion of the fixed fee. The portion of the fixed fee to be paid will be in the proportion of the actual work completed and documented on the monthly progress reports. Upon delivery and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement of costs incurred andlor amounts earned. Payment of the total cost claimed will be made upon receipt and review of such claim. Final audit will determine correctness of all invoiced costs and fmal payment will be based upon this audit. The Consultant agrees to reimburse the City for possible overpayment determined by final audit. 2 ATTACHMENTD CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS Instructions for Certification I. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure or the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification in this clause is a material representation offact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department of agency may terminate this transaction for cause of default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the defmitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department of agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause title "Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction, " provided by the department or agency entering into this covered transaction, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List (Tel #). 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions (I) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding tbis proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State Antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c) Are not presently indicted for or otherwise criminally or civilly charged by a govermnental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1 )(b) of this certification; and (d) Have not within a three-year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. State ofIowa Black Hawk County I, Joe A. Becker, Vice President of Earth Tech, Inc., being duly sworn do hereby certify that the above Statements are true and correct. Subscribed and sworn to this 24th day of January. 2005 2 ATTACHMENT E CERTIFICATION OF CONSULTANT I hereby certifY that I am the Vice President and duly authorized representative of the firm of Earth Tech, Inc., whose address is SOl Sycamore Street, Suite 222, Waterloo, Iowa, and that neither the above firm nor I here represent has: (a) Employed or retained for a cOnmllssion, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this contract, (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any fIrm or person in connection with carrying out the contract, or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or m connection with, procuring or carrying out the contract; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-ai gh ay funds, ~ is subject to applicable, State and Federal laws, both criminal and civil. 01: a (~~ Januarv24.2005 Joe A. Becker Date ATTACHMENT F CERTIFICATION OF CITY OF DUBUQUE, IOWA I hereby certifY that I am the City Engineer of the City of Dubuque, Iowa, and that the above consulting firm or their representative has not been required, directly or indirectly as an express or implied condition in cmmection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Pay, or agree to pay, to any finn, person, or organization, any fee contribution donation, or consideration of any kind; except as here expressing stated (if any): I acknowledge that this certificate is to be furnished the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. City Engineer Date L:\work\ADMIN\AGREE\PROF\DubuqueSW Arteria1.doc ATTACIIMENT G Invoice EAR T H ~ TEe H A'tqeD INTERNATIONAL LTD. COMPANY Date: Invoice No. Invoice Period Covered: Consultant Job No. Cost Plus Fixed Fee Progressive Invoice City of Dubuque, Iowa Southwest Arterial Preliminary Design Phase Client Project Contract No. Client Contact: Federal Project No. STP-U-2100(627)--70-31 Contract Estimate Cumulative Current To Date Period $0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Labor Dollars Overhead Overhead Adjustments Direct Expenses Survey Equipment Mileage Copier Per Diem Lodging Misc. $ 406,229.20 609,343.80 Howard R. Green IIW Engineering Terracon Consulting Geo Services, Inc. Martinez Corporation Vernon Schaefer, Ph.D. Abeln Abstract & Title Co. Tallgrass Historians, L.c. The Durrant Group Subtotal 500.00 6,561.00 4,200.00 990.00 1,400.00 1,100.00 $359,500.00 49,400.00 239,500.00 49,500.00 105,000.00 43,000.00 18,000.00 8,600.00 18.200.00 $1,921,024.00 $1,921,000.00 132,000.00 0.00 $2,053,000.00 0.00 $2,053,000.00 $0.00 $0.00 Subtotal Rouoded Fixed Fee Authorized Contingency Total Authorized Amouot Total Billed to Date Remaioiog Authorized Balance 0.00 0.00 $0.00 SlJ.JIl! Unauthorized Contine:encv Earth Tech Howard R. Green IIW Engineering TerracoD Consulting Geo Services, Inc. Martinez Corporation Vernon Schaefer, Ph.D. Abeln Abstract & Title Co. Tallgrass Historians, L.e. The Durrant Group $ 98,600.00 32,000.00 4,400.00 21,000.00 4,500.00 9,000.00 2,000.00 1,800.00 900.00 1,800.00 12,360.0 0.0 0.0 Labor Hours (Prime) L:\work\ADMIN\INVOICE\Exan:qJlcDubuque,doc Remit To: Earth Tech, Inc. . P.O. Box 1497 . Waterloo, Iowa 50704-1497 501 Sycamore Street, Suite 222 . Waterloo, Iowa 50703 . (319)232-6531 . Fax: (319) 232-0271 Attachment H Southwest Arterial Seippel Road to Olde Davenport Road City of Dubuque, Iowa Preliminary Design Phase COST ANALYSIS I. Direct Labor Cost (Earth Tech) Cateaorv Hours Rate/Hour Amount Senior Professional - 2005 605 $65.60 $39,688.00 Senior Professional - 2006 605 $68.00 $41,140.00 Project Professional - 2005 1421 $41.00 $58,261.00 Project Professional - 2006 1421 $42.60 $60,534.60 Staff Professional - 2005 1504 $29.20 $43,916.80 Staff Professional - 2006 1504 $30.40 $45,721.60 CADD Operator II - 2005 1857 $23.00 $42,711.00 CADO Operator II - 2006 1857 $24.00 $44,568.00 CAOO Operator I - 2005 368 $15.90 $5,851.20 CADO Operator I -2006 368 $16.50 $6,072.00 Technician - 2005 276 $20.50 $5,658.00 Technician - 2006 276 $21.30 $5,878.80 Project Support - 2005 149 $20.50 $3,054.50 Project Support -2006 149 $21.30 $3,173.70 $406,229.20 12360 II. Payroll Burden and Overhead Provisional Costs 150.00% $609,343.80 III. Direct Project Expenses Cateaorv Units Rate/Unit Amount Mileage 16200 0.405 $6,561.00 Per Diem 30 33.00 $990.00 Lodging 20 70.00 $1,400.00 Copier 70000 0.06 $4,200.00 Plan Copier 0 0.50 $0.00 Sepias 0 5.00 $0.00 Survey Equipment 40 12.50 $500.00 Miscellaneous, Other $1,100.00 $14,751.00 IV. Earth Tech Estimated Actual Costs $1,030,324.00 Rounded $1,030,300.00 V. Subcontract Expense Howard R. Green $359,500.00 IIW Engineering $49,400.00 Terracon Consulting $239,500.00 Geo Services, Inc. $49,500.00 Martinez Corporation $105,000.00 Vernon Schaefer, Ph.D. $43,000.00 Abeln Abstract & title Co. $18,000.00 Tallgrass Historians, L.C. $8,600.00 The Durrant Group $18,200.00 $890,700.00 VI. Estimated Actual Costs $1,921,000.00 VII. Fixed Fee $132,000.00 VIII. Contingency Earth Tech $98,600.00 Howard R. Green $32,000.00 ItW Engineering $4,400.00 Terracon Consulting $21,000.00 Geo Services, Inc. $4,500.00 Vernon Schaefer, Ph.D. $2,000.00 Martinez Corporation $9,000.00 Abeln Abstract & title Co. $1,800.00 Tallgrass Historians, L.C. $900.00 Durant Group $1,800.00 $176,000.00 IX. Maximum Amount Payable $2,229,00000 12122/2004 Page 1 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour Estimate. Earth Tech Portion Senior Project Staff CADO CAOO echnicia Project Descrinlion of Work Enn/Prof En";Prof En~/Prof On, 11 00.1 Sunnort Total SUNev and Base Mannmn 1 Control Surveys a. Establish Existinn Roadwav Centerlines IIW 2 Aerial Maoaina Ground Control IIW 3 Sunnlemental Desinn Survev IIW 4 locate Soil Borinos 2 24 26 5 Section Comer & Prorn>rtv Comer Surveys 256 512 766 6 Utilitv Surveys IIW 7 Base Manninn a. Tooooranhic Base ManDino & Cross Sections 16 16 b. Existinn Pro"",rtv Lines & OWnershin 32 196 226 c. Existino Utmties 80 80 Subtotal SUNev and Base Manninn 0 2 288 316 0 512 0 1118 Concect and Alternative Evaluation 8 Traffic Analvsis 8 24 32 9 Evaluation of Desinn Concents 60 88 16 16 12 192 10 Constructabilitv Review a. Prenaration for Constructabilitv Workshons 36 36 16 12 100 b. Constructabilitv Workshon NO.1 20 60 10 90 c. Constructab~itv Workshon NO.2 20 60 10 90 d. Minutes & Follow-un 32 32 8 72 11 A1temative Analvsis Reoort 32 24 32 16 104 12 Concept Statement 4 6 2 12 Subtotal Concent and Alternative Evaluation 212 330 36 64 12 0 38 692 Environmental Evaluation 13 Wetland Boundarv Delineation 0 14 Wetland Imnact Identification 16 16 15 Wetland Mitioation Site location 48 8 56 16 Environmental Assessment Review 40 8 48 17 Environmental Assessment Addendum 0 18 Cultural Resources 16 16 Subtotal Environmental Evaluation 0 120 8 8 0 0 0 136 Preliminarv Desian 19 Tvnjcal Sections & Details fS-Series Sheets 8 16 16 40 20 Plan & Profile Sheets (0- & E-Serles Sheets\ a. Mainline Desinn a.1. Dlde Davenoort Road.to Station 590+00 'Est. 15 Sheets' 24 120 120 120 112 496 a.2, Station 590+00 to Seionel Road/US 20 Interchanne Area {Est. 2 Sheets' HRG b. Interchanoe Ramo Desion b.1. US 61/151lnterchanoe lEst 5 Sheets' 8 48 48 48 36 188 b.2. N. Cascade Road Interchanoe lEst. 5 Sheets' 8 40 40 40 36 164 b.3. US 20 Interchanne {Est. 5 Sheetsl HRG c. Side Road Desion c.1. Elmwood Dr. Connection, East of US 61 (Est. 2 Sheets' 2 16 6 16 12 54 c.2. Tamarack Dr. Connection West of US 61 Est. 2 Sheets' 2 16 6 16 12 54 c.3. Kev West Dr. Cul-de-sac 11 Sheet) 2 8 6 8 6 32 cA. Relocated Old Milita'" Road lEst. 2 Sheets' 4 16 16 16 12 64 12/22/2004 Page 2 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour Estimate. Earth Tech Portion Senior Project Slaff CADD CADD echnicia Project Descti~tion of Work EnofProf EnolProf Enn/Prof 0.....11 O~.l Su~''''ort Total c.5. Access Rd. to Knenner & Reuter PronPrties 'Est 2 Sheets) 2 12 8 12 12 46 c.6. Relocated Oakland Farms Road f1 Sheen 2 8 8 8 6 32 c.7. Relocated N. Cascade Road '2 Sheets' 4 16 16 16 12 64 c.B. New Road Connectinn EnnJish Mill Road with N Cascade Road 4 24 24 24 20 96 fEst 3 Sheets) c.9. Access Road Servinn Valentine, Watters Walser & Seiner Pronerti 2 16 8 16 12 54 (Est. 2 Sheets) c.10. Relocated Ennlish Mill Road lEst 2 Sheets' 4 16 16 16 12 64 c.11. Access Road in SW Quadrant of US 20 Interchanae 2 Sheets HRG c.12. Access Road in SE Quadrant of US 20 lnterchanne 11 Sheet' HRG c.13. East.West Access Road over US 20'1 Sheet) HRG c.14. Cousins Road Cul-.de.sac (1 Sheen HRG C.15. Access Road Servinn Tschi"nfrie Menards Sieaert & Other HRG c.16. U.S. 20 Access Modifications 2 sheets HRG Pro"'erties 'Est. 3 Sheets' d. Recreational Trail Deisnn Between Old Militarv Road & Enolish Mill 8 64 64 64 32 232 Road fEst. 9 Sheets' e. Desinn of Interim 2-Lane SW Arteriallmorovement e.1. Connection to US 151/61 t2 Sheets' 4 16 16 16 12 64 e.2, Connection to N. Cascade Road (1 Sheen 2 8 8 8 6 32 e.3. Connection to US 20 11 Sheet\ 2 8 8 8 . 32 21 Geometric lavout Sheets (G-Series Sheets) 16 3. 36 88 22 Stanin" & Traffic Control Desinn Sheets {J-Series Sheets a. Construction Stanin" & Access Review 24 24 48 b. Develon Construction-Staninn Plans 12 36 40 8 96 c. Oevelon Local Detour Plans 4 16 16 36 d. Develoo Conceotual Plans for On.site Detours Durino Construction 8 24 24 24 16 96 23 Intersection Details 'L-Series Sheets\ a, Intersections Between US 151/61 & Enalish Mill Road 20 56 3. 72 184 b. Intersections Near US 20 Interchanne HRG 24 Draina':"e & Culvert Details a. Drainaoe Area Detennination 6 6 32 16 60 b. Calculation of Desinn Flows 24 112 136 c Culvert Sizino 60 60 d. Culvert MPink SheetsM 56 56 112 25 Traffic Sional Details (N.Series Sheets) a. East Ramns at US 61/151 Interchanne 8 8 16 b. West Ramos at US 61/1511nterchanoe 8 8 16 c. Temnnra.... Sinnals for Interim Imnrovements at US 61f151 8 8 16 d. East Ramos at US 20 Interhcanoe HRG e. West Ramns at US 20 Interchanne HRG f. Tem:::-ors"" Sionals at US 20 & Seione] Road for Interim lmorovement HRG 26 Soils Sheets fQ.Series Sheets' 0 27 Soils and Earthwork Desion 24 56 96 48 224 28 Snoorial Details IU.Series Sheets' a, Retainin" Wall Details 8 40 24 72 29 - Prelimina.... Structures Desinn lV-Series Sheets) a. SW Arterial Brid"e over US 20 & S. Fork Catfish Creek HRG b. Frontane Road Bridne over S. Fork Catfish Creek HRG c. Access Road Bridoe over US 20 HRG d, Initial 2.Lane Bridne over S. Fork Catfish Creek, for Interim 2-Lane 1m rovement 52 60 48 16 176 e. E~ish Mill Road Bridoe over SW Artetial 36 60 44 12 152 f. Dual Bridnes over New Roadwav West of N. Cascade Road 44 68 48 12 172 .--::;-:- N. Cascade Road Bridoe over SW Arterial 36 60 44 12 152 h. Dual Bridnes over Catfish Creek 60 8B 48 16 212 I, Old Milita"" Road Brid"e over SW Arterial 3. 60 44 12 152 i Dual Bridoes over US 611151 & Granner Creek 60 92 60 16 228 k. S. Fronlane Road Bridne over Gran"er Creek 52 60 48 16 176 l. US 61/151 NB Exit Ramn Bridoe over Granoer Creek 52 60 48 16 176 12/22/2004 Page 3 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour Estimate - Earth Tech Portion Senior Project Staff CADD CADD trechnicia Project Descrintion of Work Enn/Prof Enn/Prof EnnlProf On. It On I S, ort Total m. US 61/151 NB Entrance Ramo Bridee over Graneer Creek 52 60 48 16 176 n. Reinforced Concrete Box Culverts 11 Total n1. RCB Culverts at U.S. 20 Interchanoe 13 Total) HRG n2. RCS Culverts East of U.S. 20 Interchanne 8 Total 64 240 192 72 568 30 Desion Cross Sections CW- X. y. & l.$eries Sheets} 40 160 120 00 400 31 Qualitv Control Review 00 00 40 200 32 Final Revisions 60 60 60 100 33 Printinn & Submittals 8 24 24 56 34 Construction Cost Opinion a. Initial Construction Cost Ooinicn 12 64 48 24 148 b. Uodate After Constructabilitv Workshoo 36 24 60 c. Quarterlv Uodates 48 24 72 35 Field Exam . Preoaration 8 16 16 8 8 56 b. Stakin!] of Approximate Centerline of SW Arterial 16 40 56 c. Field Exam 10 30 40 d. Minutes & Follow-un 8 8 8 24 Subtotal Preliminarv Desion 308 1716 2068 1,804 724 40 40 6700 Enhancement Deslon 36 Enhancement Concents a. Mount Olivet Cemeterv Area 8 8 8 24 b. Catfish Creek Bridoe 8 8 8 24 c Recreational Trail Enhancements 8 8 8 24 d. Other BridCle Enhancements 8 8 8 24 37 Computerized Visualization 4 12 360 376 Subtotal Enhancement Design 36 44 0 392 0 0 0 472 Right-of-Wav Activities 38 Rieht-of-Wav Desion 8 48 72 128 39 Rinht-of-Wav Documents a. Permanent Riaht-of-Wav 520 520 1040 b. Temoorarv Easements 00 80 160 40 Reports of Liens 8 16 4 28 41 Environmental Prooertv Assessments 0 42 Rinht-of-Wav Stakino 0 Subtotal Rioht-of-Wav Activities 16 64 600 672 0 0 4 1356 Public Involvement 43 Public Informational Meetina a. Public Meetino NO.1 20 32 40 8 100 44 Property Owner Meetinos 60 20 8 BB 45 Newsletters 24 24 24 72 46 E-Mail Updates 20 8 28 47 Local Presentations 20 20 48 Utilitv Comoanv Coordination 8 16 32 56 49 Desion Public Hearino 32 48 100 20 200 Subtotal Public Involvement 164 120 0 224 0 0 36 564 Permit ADDfications & Fundina Coordination 50 S. Fork Catfish Creek Crossino Permit HRG 51 Catfish Creek Crossino Permit 24 24 52 Granoer Creek Crossino Permit 40 40 53 Section 404 Permit 24 8 10 42 54 Presentation Materials 8 40 48 Subtotal Permit Aoolications & Fundina Coordination 8 8B B 50 0 0 0 154 '2/2212004 Page 4 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour Estimate. Earth Tech Portion Senior Project Staff CADD CADD echnicia Project Descri...tion of Work Enn/prof Enn/prof Enn/Prof 0....11 On. , Su,nort Total Pro;ect Administration & Meetinas 55 ProiAct Meetinns a. Monthlv Pro'ect" Review Meetinos 180 120 72 36 408 b. Quarterlv DMA TS Meetinos 20 20 20 60 c. Chamber of Commerce and GOOC Meetinos 18 18 12 6 54 56 Monthlv Pro.ect Renorts 36 18 54 57 Proiect Team Coordination 96 80 80 40 296 58 Proiect Administration 96 120 80 296 Subtotal Pro eet Administration & Meetinas 446 358 0 184 0 0 180 1168 TOTAL HOURS 1,210 2,842 3,008 3,714 73. 552 298 12,360 l:Iwo<Ic\ADMINlSTAFFHRS\Dubuqu~ SW ArlGr",1 PrGconlrGct InfollEorlh Tech "tvi.~d hour$ '2.2'.t)4.XLSJDUBSWArt~ri.1 DescrintionofWork Conee t and Allemative Evaluation 8 TraffieAf'lel sis a. Develo Desi n Hour Volumes b. Com lete Intersection Ca aeit Anal sis c. Com lete Si nal Warrant Evaluations d. Pre are Re ort & Present Findi s 9 Evaluation of Desi n Conee ts a. Assemble Existin Information b Evaluation c, Conce ts 10 Constructabil" Review a, Pre aration for Constructabitit Worksho s b, Constructabilit Worksho NO.1 c, Constructabilil Worksho No.2 d, Minutes & Follow- 11 AlIemative Anal sis Ra rt Subtotal Conce t and Alternative Evaluation Prelimina Desi n 19 Tical Sections & Details B-Series Sheets B T . Sections - 2 Shee 20 Plan & Profile Sheets 0- & E-Series Sheets 8.2. SW Arterial STA 590+00 to End Est 2 Sheets b, Interchan e Ram Desi n b3. SW Arterial I US 20 Interchan e Est. 5 Sheets c, Side Road Desi n c., 1, Access Road in SW Quadrant of US 20 Intercl1an c,12, Access Road in SE Quadrant of US 20 Interchan c.13, East-West Access Road over US 20 1 Sheet c 14. Cousins Road Cul-de-sac 1 Sheet c.15. Access Road Servin Menards Est. 3 Sheets c.16 U.S, 20 Access Modifications 2 sheets e. Desi n of Interim 2-Lane SW Arterial 1m rovement e.3. Connection 10 US 20 1 Sheet 21 Geometric la out Sheets G-Series Sheets Info Onl 22 Sta i & Traffic Control Desi n Sheets J-Series Sheets a, Constnlction Sta in & Access Review b, Devalo Construction-Sta in Plans 4-Lane 0 tion c, Develo local Detour Plans 1 Detour d, Develo Plans for On-site Detours Durin Construction 2 Sheets 23 Int8fsection Details L-Series Sheets B Int. & 4 Cul-de-sac 24 Draina e & Culvert Detads M-Series Sheets Est. 19 Culverts a, Draina Area Determination b, Calculation of Desi nFlo.....s c. CulvertSizin d Pre aration of ''Pink Seets" and Culvert la ut 25 Traffic Si nal Details N-Series Sheets d. East Ram s at US 20 lntemcan e e. West Ram s at US 20 Interchan e f.Tem ora Si nalsat US 20& Sei IRoadforlnterimlm vement 27 Soils Desi n & EarthwDl1\ Tabulation 8 T -Series Sheets 29 Prelimina Structures Desi n -Series Sheets T S & L a, SW Arterial Brid e over US 20 & S. Fork Catfish Creek b. Fronta Road Brid e over S, Fork Catfish Creek c, Access Road Brid e over US 20 d,lnitial2-Lal1eBrid e over S. Fork Catfish Creek n, Reinforced Concrete Box Culverts 3 Estimated 30 Des n Cross Sections W- X- y- & Z-Series Sheets 115 Sheets 31 Qualit Control Review Estimated 186 Sheets 32 Final Revisions 33 Prinlin & Submittals 34 Construction Cost 0 inion a,lnitialConstructionCostO inion b, U dale After Conslructabilit Wofksho c. Quarter! U dales 4 U ates 35 Field Exam a, Pre aration c, Field Exam 2 Sheets 1 Sheet Sublolal Prelimina Desi n Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Howard R. Green Company Senior Project Manaoer Project Manaoer 16 8 8 16 2 4 4 2 8 8 2 2 80 128 2 4 2 2 4 4 4 4 6 4 24 4 2 2 2 2 2 6 B2 464 Project Enoineer 16 32 16 16 4 8 4 4 8 8 4 6 6 16 6 4 4 2 6 4 4 4 24 6 4 4 2 2 56 46 56 32 60 16 16 40 16 2 4 4 8 632 4 24 16 8 4 56 4 16 40 16 8 8 8 24 16 16 8 64 8 16 46 20 16 10 8 8 8 8 40 46 40 46 24 60 80 16 40 16 24 2 8 8 Project Planner Staff Enoineer 80 40 20 20 160 o 160 200 Senior Engineering Tech. 40 80 20 20 40 16 12 24 60 16 4 6 1064 Engineer Tech 2 16 16 32 16 32 60 32 16 16 16 46 16 24 16 64 16 32 96 10 4 4 46 40 24 24 24 24 60 160 24 32 40 16 Engineer Tech 1 o 4 4 4 12 o o Admin Assist Total 152 160 64 72 26 36 40 2 6 16 24 8 14 2 618 22 56 136 56 28 28 26 80 36 44 28 28 136 24 52 150 72 36 26 84 12 12 12 60 132 116 132 84 186 340 60 116 58 58 10 22 22 24 o 2644 Enhancement Desi n 36 Enhancement Conce ts a Mount Olivet Cemete ^"" 2 40 40 82 d. Other Brid e Enhancements 4 8 8 20 Subtotal Enhancement Desi n 6 8 0 40 0 48 0 0 0 102 R' ht-of-Wa Activities 38 Ri hl-of-Wa Desi n Estimated 16 Sheets 4 20 26 50 Subtotal RI ht-of-Wa Activities 4 0 20 0 0 26 0 0 0 50 Public Involvement 43 Public informational Meelin 12 16 16 8 6 58 45 Newsletters 12 24 24 24 8 92 49 Oesi n Public Hearin 8 8 16 Subtotal Public Involvement 32 48 0 0 40 0 32 0 14 '" Pro 'ect Administration & Meetln s 50 South Fork Catfish Creek Crossin Permit 16 48 8 10 82 55 Pro'ect Meetin s a.Monthl Pro'ect Review Meelin s '8 Meetin s 144 36 180 b.Quarterl DMATS Meeti s 5 Meelin s SameDa '" 10 5 15 c. Others Estimated 3 Mealin s SameDa asa 6 6 12 56 Monthl Pro"ect He orts 18 He orts 12 18 30 Subtotal Pro 'ect Administration & Meetin $ 188 18 0 0 48 0 8 0 57 319 TOTAL HOURS 392 666 908 200 448 1,160 52 0 73 3,899 Rate Per Hour Direct labor Amount Total Direct Labor Overhead Costs@ 163.09% Direct Expense Costs OutsourcedP.rinting Rental Car @ $751Day Meals@ $7lMeal Hotel Miscellaneous Tolal Estimated Costs Estimated Costs Rounded Fixed Fee Contingency Maximum Amount Payable $119,561,67 $194,993,13 $2,000,00 $2,100.00 $420.00 $750.00 $2,000.00 $321,824.80 $321,800.00 $37,700.00 $32,000.00 $391,500.00 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Howard R. Green Company $51.41 $38.41 $20.89 $20,152.72 $25,581.06 $24,416.12 $30.48 $6,096.00 $22.12 $26.89 $9,909.76 $31,192.40 $18.17 $000 $15.45 $1,127.85 $20.88 $1,085.76 . = . ~f1 ~~~ << . ~ ::~.& ~ ~d :lEa ~Ez;. eo .. n c .~~ 0:-< - . "fiE ~o " . "fiE ~o c o .'t' ~ 0 . .. ~ . ;; 0 w~ .. ~ o , 0", .... 5. o . " . _ c ';01 ~ c "'w i'; .. " Co (llCD....1l) ~~CD~ ....MNN t;Q to.....QJ.... o ~ ~ . e Co ' '" m N ~ m ~ N ~~ -5~ . , Co", =~m m ~ N = ~ ~ ~ , "' (llG;llON N~""'N _n ~ .~ .. -n = . w.o .. " .. ~~ wg ll.";:: .. . . " . " . " .. . . . ~ e . , 0", er c t' ~ ~ :s'~ ::E "I.~ Cl "" w 1ii1~.!;; ~~:~;)~~ 11I1: III I~:l: O~;:I:;::<'il ~0C1l(l)~CIl ::..... l')wr--. '" " c o ~ ~ . o ~ m m ~ o ~ ~ ~ :': o o = o = .. _ N a ~~ '1;li -=~ ,g.,g 1:c: III III 1JJ8~-g~ .~IS'~~~ -Hi:' ClJ e:lOCE?S "o~.g~ ~o:Et513 q: c CII 2 2 -g 2 u2 1;; U; III III c:: c: I~ ~ ~ 8 8 ta: > 0 . u W 0.0 U 5010 o - >1 . . . '" ~ c . ~ , '" ~ S ~ , '" 00 NN ~~ = = ~ m 000':10 ..... M........ o ~ N ~ o o o o o 100<0(0 ~ ~ ~ ci z c o " ~ ~ "' . > 1; E ~ " b C . ." ;; ~ . ~illl ..:0 0.5 c..-a; i:i <I) ~ ~:5M 1ii m ~ .~ _ :5:E .12 " t:.- ..... -- J: "iii2:!:.!!lo E E ~ fii :E ~~Oeli ~~i5!::c ~:ge~r~ :::a...ll....JO ~l')..,.r-(Jl 0.."""""""" . " c o " ~ o <; , '" ~ ~ = = ~ o ~ o o o o ~ ~ ~ ~ E . . ~ o > .. " " , .. :; o <; , '" @ m .. c o 101 'ffi t:1"E.!: 'il.~ ] . ;; 0 :0." ..,:E ~ ae~ ';:;lII~ ~I.~ .~ ~]j~ e:E<c bnn '<l; .Gl .Ill - 0 0 " " " ..... em= ..mm N~ -~ ~ m m~ N =N ~ " m . c " . ,. .. c ~ g . :s ~ " 1; . a: :; s ~ , '" ~ ~ = N ~ ~ ~ g g u;..j M_ ;; o NOO ~ m 0 r...:ci _U> Mm M o ~ ~8 0)(") -~ MN N M ~ m 0 m ~ m "":M -~ M~ N M o ~ ~ ~ ~ :g~ "":0> ~U> M~ ..; M ~ N ~ 8 g mr"i N~ MN N M ~ NOO NOO ~~ M~ M ~ ~ g g ....:.-) ;t~. ;; '" !5 o :t: ~ ~ e N;;o M~ ..; M N= ~~ .om Nm -= "':Ifi _ N MM ggg888 g;tgggg NNNNVCO ":::(""-.0.,,.-(<) ....t4~...III't~ " , o E ~-< o " "2 " . .~ "n ~ .~ ero 'C ~ ~ ~ ~ ~ ~tle~g ~ O~808,; E -g1;;(II~"01il 6 -'O~l'Il~O >.E ti D" 'E eU u.c( GI 'C c.. ClJ._ '0 II> I::: E is ~~";n cii ~ g.:] -€ti~-E'O;:S 2~e<(!!L:::~6iil ~oo ~~U::():i; Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Terracon Consulting Engineers & Scientists I. Direct Labor Cost CateQorv Hours Rate/Hour Amount Technician I 710 $9.69 $6,879.90 Technician II 780 $11.63 $9,071.40 Technician IV 510 $16.80 $8,568.00 Driller 440 $20.72 $9,116.80 CAD Drafter 0 $13.38 $0.00 Ad ministration/Secretary 30 $11.32 $339.60 Field Engineer 400 $22.72 $9,088.00 Project Engineer 240 $24.84 $5,961.60 Senior Project Manager 490 $28.72 $14,072.80 Principal Engineer 45 $41.34 $1,860.30 $64,958.40 3645 II. Payroll Burden and Overhead Provisional Costs 195.00% $126,668.88 III. Direct Project Expenses CateQorv Units Rate/Unit Amount Drill Rig (Days) 24 384.400 $9,225.60 Iowa Borehole Shear 0 225.00 $0.00 GPS Unit (Days) 15 125.00 $1,875.00 Mileage 6900 0.365 $2,518.50 Subtotal $13,619.10 Crop Damage 0 0.00 $0.00 Meals & Accommodations 76 64.00 $4,864.00 Consumable & Misc. $1,100.00 Third-Party Expenses $1,600.00 Subtotal $7,564.00 IV. Estimated Actual Costs $212,810.38 Rounded $212,800.00 V. Fixed Fee (I + II + ilia) $26,700.00 VI. Contingency $21,000.00 VII. Maximum Amount Payable $260,500.00 Attachment A Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Geo Services, Inc. I. Labor Cost Cateoorv Hours Rate/Hour Amount Principal Engineer 4 $160.00 $640.00 Project Manager 24 $114.00 $2,736.00 Project Coordinator 16 $76.00 $1,216.00 Driller 200 $70.00 $14,000.00 Driller's Assistant 200 $60.00 $12,000.00 $30,592.00 444 II. Direct Project Expenses Cateoorv Units Rate/Unit Amount Drill Rig (Hours) 200 50.000 $10,000.00 Support Truck (Days) 24 45.00 $1,080.00 Signage (Days) 24 50.00 $1,200.00 Meals & Accommodations 34 192.00 $6,528.00 Consumable & Misc. $100.00 Subtotal $18,908.00 III. Estimated Actual Costs $49,500.00 IV. Contingency $4,500.00 V. Maximum Amount Payable $54,000.00 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Martinez Corporation I. Direct Labor Cost CateQorv Project Manager Photogrammetric Tech Analytical Triangle Tech Digital Imaging Specialist Stereo Compilation Graphics Edit Photo Lab Tech Hours 62 18 127 230 705 300 8 1450 Rate/Hour $60.00 $17.85 $41.15 $26.06 $19.87 $19.77 $17.82 Amount $3,720.00 $321.30 $5,226.05 $5,993.80 $14,008.35 $5,931.00 $142.56 . $35,343.06 II. Payroll Burden and Overhead Provisional Costs 165.00% $58,316.05 III. Direct Project Expenses CateQorv Units Rate/Unit Amount Mileage 0 0.365 $0.00 Miscellaneous $0.00 $0.00 IV. Estimated Actual Costs $93,659.11 Rounded $93,700.00 V. Fixed Fee (I + II + Ilia) $11,300.00 VI. Contingency $9,000.00 VII. Maximum Amount Payable $114,000.00 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Various Subconsultants I. Tallgrass Historians L.C. Classification Hours Rate Amount Principal Investigator/PM 93 $61.00 $5,673.00 Reseach Associate/Co-PI 0 $34.00 $0.00 Research Associate 0 $31.35 $0.00 Technical Assistant I 56 $26.90 $1,506.40 Field Crew I 0 $22.40 $0.00 Field Crew II 40 $20.60 $824.00 Field Crew III 0 $16.15 $0.00 Field Crew IV 0 $14.35 $0.00 Clerical/Crew II 0 $18.80 $0.00 Direct Expenses 1 $596.60 $596.60 $8,600.00 190 Contingency $900.00 Maximum Amount Payable $9,500.00 II. Vernon R. Scheafer, Ph.D., P.E. Classification Unit Rate Amount Professional Hours 200 $170.00 $34,000.00 Torsion Ring Shear Tests 10 $300.00 $3,000.00 X-Ray Diffraction/ X-Ray Flourescence Tests 20 $200.00 $4,000.00 Mileage, Per Diem, Copying Telephone Estimated Expenses $2,000.00 $43,000.00 Contingency $2,000.00 Maximum Amount Payable $45,000.00 III. Abeln Abstract & Title Co. Classification Unit Rate Amount Report of Liens 65 $275.00 $17,875.00 $18,000.00 Contingency $1,800.00 Maximum Amount Payable $19,800.00 Southwest Arterial Preliminary Design Phase City of Dubuque, Iowa Staff Hour & Cost Estimate Durrant Group I. Labor Rates Direct OH/Burden Fee Billing Classification Labor 140.00% 12.00% Total Rate Durrant Lead $43.25 $60.55 $12.46 $116.26 $116.25 Architect $22.50 $31.50 $6.48 $60.48 $60.50 Draftsman $15.70 $21.98 $4.52 $42.20 $42.25 Civil $20.40 $28.56 $5.88 $54.84 $55.00 Cost Estimator $22.00 $30.80 $6.34 $59.14 $59.25 Clerical $14.40 $20.16 $4.15 $38.71 $38.75 II. Labor Cost Classification Hours Rate/Hour Amount Durrant Lead 13 $116.25 $1,511.25 Architect 114 $60.50 $6,897.00 Draftsman 125 $42.25 $5,281.25 Civil 8 $55.00 $440.00 Cost Estimator 20 $59.25 $1,185.00 Clerical 9 $38.75 $348.75 $15,663.25 289 III. Direct Costs and Reimbursables . $2,500.00 IV. Estimated Actual Costs $18,163.25 Rounded $18,200.00 V. Contingency $1,800.00 VI. Maximum Amount Payable $20,000.00