Loading...
SW Arterial / Military Road Supplemental Agreement No. 1 Copyright 2014 City of Dubuque Consent Items # 5. ITEM TITLE: SW Arterial / Military Road Supplemental Agreement No. 1 SUMMARY: City Manager recommending the City Council authorize the City Manager to execute a supplemental agreement between the City, the Iowa Department of Transportation, and IIW, P.C., to provide construction engineering services for the Southwest Arterial — Military Road Reconstruction Project. RESOLUTION Approving the Construction Engineering Services Supplemental Agreement No. 1 between the City of Dubuque, the Iowa Department of Transportation, and I IW, P.C. for the Military Road Reconstruction Project. SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Southwest Arterial Supplemental Agreement#1 with City Manager Memo I I W-MVM Memo Staff Memo Staff Memo Resolution Resolutions Supporting Docs Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial Project IIW, P.C. Supplemental Agreement#1 Military Road Reconstruction, Project No. HDP-2100 (664)-71-31 DATE: October 12, 2016 Assistant City Engineer Gus Psihoyos recommends the City Council authorize the City Manager to execute a supplemental agreement between the City, the Iowa Department of Transportation, and IIW, P.C., to provide construction engineering services for the Southwest Arterial — Military Road Reconstruction Project for an estimated cost of $275,661. I concur with the recommendation and respectfully request Mayor and City Council approval. d1L-A^1 Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer Bob Schiesl, Assistant City Engineer THE CITY OF Dubuque AII11-America CiI.ty UB E1 Masterpiece on the Mississippi 2007.2012.2013 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Southwest Arterial Project IIW, P.C. Supplemental Agreement#1 Military Road Reconstruction, Project No. HDP-2100 (664)-71-31 DATE: October 12, 2016 INTRODUCTION The enclosed resolution authorizes the City Manager to execute a supplemental agreement between the City, the Iowa Department of Transportation, and IIW, P.C. to provide construction engineering (CE) services for the Southwest Arterial - Military Road Reconstruction Project. BACKGROUND In September 2015 the City soliciting proposals from qualified consulting firms to provide Construction Engineering (CE) Services for both the English Mill Road Reconstruction Project and the Military Road Reconstruction Project. Based on the review of the proposals, experience and qualifications, the Consultant Selection Committee recommended the selection of IIW, P.C. for the Standard Consultant Contract to provide all phases of Construction Engineering (CE) Services for both the English Mill Road Reconstruction Project and the Military Road Reconstruction Project. The City council approved the recommendation and authorized the City Manager to execute a contract with I IW, P.C. on October 5t", 2015. The Professional Services Agreement states that the City, at a later date, reserves the right to negotiate a contract scope of services and fees for the Military Road Reconstruction Project, HDP-2100 (664)--71-31 and amend the IIW, P.C. consultant contract through the execution of a future supplemental agreement. DISCUSSION Per the terms of the supplemental agreement will provide for all phases of construction engineering (CE) for the Southwest Arterial - Military Road Reconstruction Project. RECOMMENDATION I recommend that the City Council authorize the City Manager to execute a supplemental agreement between the City, the Iowa DOT, and with IIW, P.C. to provide construction engineering (CE) services for the Southwest Arterial - Military Road Reconstruction Project. BUDGETIMPACT The estimate of probable cost to provide Construction Engineering (CE) Services for the Military Road Reconstruction Project is as follows: Construction Engineering (CE) Services Cost IIW, P.C. - Military Road Reconstruction Project $ 275,661 Flenker Land Architecture - DBE Subconsultant 20,698 Contingency (10%) 27,566 Total Project Cost $ 323,925 The anticipated project funding is summarized as follows: Fund Description Fund Amount Federal SAFETEA-LU Funding (80%) $ 259,141 City - Local Funding (10%) 32,392 County - Local Funding (10%) 32,392 Total Project Funding $ 323,925 ACTION TO BE TAKEN The City Council is requested to authorize the City Manager to execute the supplemental agreement between the City, the Iowa DOT, and with IIW, P.C. to provide construction engineering (CE) services for the Southwest Arterial - Military Road Reconstruction Project. Prepared by Robert Schiesl, Assistant City Engineer cc: Jenny Larson, Budget Director Kent Ellis, Iowa DOT RESOLUTION NO. 349-16 RESOLUTION APPROVING THE CONSTRUCTION ENGINEERING SERVICES - SUPPLEMENTAL AGREEMENT NO. 1 BETWEEN THE CITY OF DUBUQUE, THE IOWA DEPARTMENT OF TRANSPORTATION, AND IIW, P.C. FOR THE MILITARY ROAD RECONSTRUCTION PROJECT Whereas, the City of Dubuque is proceeding with the Southwest Arterial Project, from U.S. Highway 20 to U.S. Highway 61/151, in Dubuque, Iowa; and Whereas, the Supplemental Agreement authorizes IIW, P.C. to provide all phases of Construction Engineering (CE) Services for the Southwest Arterial - Military Road Reconstruction Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: Section 1. That said Supplemental Agreement No. 1 between City of Dubuque, the Iowa Department of Transportation, and with IIW, P.C. to provide construction engineering services for the Southwest Arterial - Military Road Reconstruction Project is hereby approved. Section 2. That the City Manager is hereby authorized and directed to execute two copies of said Supplemental Agreement No. 1 between City of Dubuque, the Iowa Department of Transportation, and with IIW, P.C. to provide construction engineering services for the Southwest Arterial - Military Road Reconstruction Project. Passed, approved and adopted this 17th day of October, 2016. Attest: Kevin irnstahl, CM , Ci Clerk oy D. Buol, Mayor Consultant Project No. 15151 Owner / Iowa DOT Project No. HDP -2100 (657)--71-31 HDP -2100 (664)--71-31 Supplemental Professional Services Agreement #1 For Local Public Agency Consultant Contracts with Federal -aid Participation This is a SUPPLEMENTAL AGREEMENT, made as of the date of the last party's signature below, is by and BETWEEN City of Dubuque, the Owner, located at: City Hall, 50 West 13th Street Dubuque, IA 52001 Phone: (563) 589-4270 FAX: (563) 589-4205 and IIW, P.C., the Consultant, located at: 4155 Pennsylvania Ave Dubuque, IA 52002 Phone: (563) 556-2464 FAX: (563) 556-7811 For the following Project: By Supplemental Agreement provide all phases of construction engineering (CE) services for the Military Road Reconstruction, HDP -2100 (664)--71-31 which is part of the overall Southwest Arterial project, administered by the City of Dubuque. The Owner entered into an agreement on October 14, 2015 in which the Consultant agreed to provide CE services for the English Mill Road Reconstruction project, HDP - 2100(657) --71-31. This supplemental agreement adds additional scope and fee to the original Professional Services Agreement for the Military Road Reconstruction and a new PCC beam bridge over the Southwest Arterial HDP -2100(664)--71-31. The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of Transportation (when applicable). The Owner desires to employ the Consultant to provide construction engineering services to assist with the development and completion of the Project. The Consultant is willing to perform these services in accordance with the terms of this Agreement. All the terms and conditions of the original agreement apply to the supplemental agreement except as specifically amended as follows. Page 1 of 14 TABLE OF CONTENTS Article 1 Attachment A - Scope of Services Attachment C - Fees and Payments Attachment C-1 — Cost Analysis Worksheet• Attachment H - Consultant Fee Proposal Attachment 1- Subconsultant Scope and Budget Page 2 of 14 ARTICLE 1 (is amended as follows) INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is: to complete construction engineering for the subject project as described in Attachment A. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: Original contract amount was $387,562. The Construction Engineering (CE) portion is $323,925 for the services added by this Supplemental Agreement for a total contract amount of $711,487. 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: Subconsultant Base Agreement HDP -2100(657)--71-31 Supplemental Agreement No. 1 HDP -2100(664)--71-31 Total Amount Estimated Actual Costs $ 333,980 $ 275,661 $ 609,641 Contingency $ 33,398 $ 27,566 $ 60,964 Subconsultant $ 20,184 $ 20,698 $ 40,882 Max. Amount Payable $ 387,562 $ 323,925 $ 711,487 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: Subconsultant Contract Amount Authorized Max. Amount Payable Method of Payment Flenker Land Architecture Consultants (DBE) Base $20,184 $20,184 Specific Rate of Compensation Flenker Land Architecture Consultants (DBE) SA No. 1 $20,698 $20,698 Specific Rate of Compensation 1.2.3. The costs of Supplemental Agreement #1 will be segregated from the costs of the base agreement. Separate internal job numbers will be utilized by the Consultant to separate Federal CE work for HDP -2100(657)--71-31 (English Mill Road) and HDP -2100(664)--71-31 (Military Road). 1.4 Time Parameters 1.4.1 The Consultant shall begin work under this Supplemental Agreement upon receipt of a written notice to proceed from the Owner. 1.4.2 Milestones for completion of the work under this Supplemental Agreement as follows: 1. Construction engineering in accordance with the contractor schedule is estimated to consist of field work until June 30, 2018. 2. Completion of all work under this agreement shall be on or before September 30, 2018 unless extended by written approval of the Contract Administrator or adjusted by supplemental agreement. 1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the Owner will provide the Consultant notice to proceed with final design activities. Page 3 of 14 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. IIW, P.C. By Date: 29-A:, Dennis F. Waugh, P.E., S.E., CPESC, LEED AP President/Principal Civil & Structural Engineer ATTEST: By cie-u, TILL& City of Dubu By Michael Van Milligen City Manager Date: -G '2 l SCJ Date: IOWA DEPARTMENT OF TRANSPORTATION Accepted for FHWA Authorization* By Date: Name Title * The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds. Page 4 of 14 ATTACHMENT A Scope of Services The scope of services to be performed by the consultant shall be for all phases of Construction Engineering (CE) Services and completed in accordance with generally accepted standards of practice, and the Iowa DOT Standards and Specifications. 1. Review contracts and supplemental materials from the City and IDOT, set up recordkeeping documentation for use during construction. 2. Coordinate and conduct preconstruction meeting. Prepare and distribute meeting notes. 3. Review data which any Contractor is required to submit, but only for conformance with the design concept for the project and compliance with information given in the Contract Documents. If there are discrepancies, confirm intent with designer. 4. Provide a licensed engineer, qualified staff member to make periodic visits to the construction site to observe progress and quality of the executed work and determine if the work is proceeding in accordance with the contract documents. Keep the City informed of the progress of work. Conduct progress meetings as needed. 5. The Consultant shall provide an engineer or a qualified technician to perform regular on-site observations. The phone number for the Consultant shall be posted at the project site. The contract provides for 270 working -days. This contract assumes construction activities will continue over the winter of 2017 when no days are charged which results in an additional 30 days when activities requiring observation could occur. The on-site observations shall note the progress and quality of various aspects of the work of the Contractor and shall perform field checks and testing of material and documentation as required by the Iowa DOT. The anticipated activities include: a. EEO board review b. Wage Rate interviews c. On-site observation of erosion control and necessary reports (by DBE subconsultant as appropriate with respect to timing and availability). d. On-site observation of roadway grading including compaction with moisture and density control and verification of the special provision related to the shale and soft soils. e. On-site observation of soil nailing and reinforced vegetation including verification of the special provision related to the soil nailing and reinforced vegetation. f. On-site observation of temporary roadway detour pavement g. On-site observation of PCC pavement and paved shoulders includes on site testing of concrete h. On-site observation of bridge approach pavement includes on site testing of concrete i. On-site observation during installation of drainage structures Page 5 of 14 j. On-site review of traffic control k. On-site observation and testing of abutment construction including concrete, pile driving, and prebore. I. On-site observation and testing of bridge pier forming, concrete and steel placement m. On-site observation of placement of bridge beams n. Calculate beam haunches based on the results of beam survey shots provided by the Contractor o. On-site observation and testing of concrete bridge deck placement and railing installation p. On-site observation and testing of concrete slope paving installation q. On-site observation of roadway finishing such as earth shoulder construction, pavement marking, signing 6. Perform certified plant monitoring for PCC plant operations. Prepare documentation and material testing in conformance with State requirements. Includes testing cylinders and beams for strength. 7. Conduct lab testing to allow nuclear density testing of compacted soils to determine density. 8. Conduct lab testing for grout material used for soil nailing procedures. 9. Issue all instructions of the Owner to the Contractor(s) and prepare routine change orders as required (assumes ten), including calculations to determine and recommend change orders including justification of costs for items which do not have a bid or predetermined price. 10. Based on on-site observations and review of the Contractor's application for payment and supporting data, recommend the amount owed to the Contractor(s) and subject to owners approval, approve, payment to the Contractor(s) in such amounts. Review and prepare monthly pay estimates and submit to the Owner with recommendations. (Assumes twenty pay requests total). Final payment is subject to evaluation of the work as a functioning project upon substantial completion and, to the results of any subsequent tests called for in the Contract Documents. 11. Provide documentation of quantities for approval by State, including submittal of working day reports. 12. Conduct a project walk through to determine and recommend if the project is substantially complete and a final site visit to determine if the project has been completed in substantial compliance with the Contract Documents and if each Contractor has fulfilled all for their obligations so that the Engineer may approve, in writing, final payment. Prepare a punch list for issuance to the contractor. 13. Provide as-build record plans including pile driving logs. 14. Prepare certificates of completion to allow the Owners and States consideration for project acceptance. Page 6 of 14 15. Finalize construction documentation in preparation for State audit. Upon project completion, determine and recommend the final contract quantities in accordance with the Contract Documents or if agreeable to the Owner, State, and contractor from records kept during construction and payment documents submitted to the Engineer and the Owner for approval. 16. Conduct Certified Payroll Review 17. Attend one State audit of materials and construction documentation and recordkeeping; followup of audit requirements. 18. Project administration including staff scheduling and coordination, project correspondence, and including preparation of invoices to submit to the City in acceptable Iowa DOT format to allow reimbursement by Iowa DOT, including documentation of project progress. Page 7 of 14 ATTACHMENT C (referenced from 3.1) Specific Rate of Compensation for Supplemental Agreement #1 3.1.1 FEES AND PAYMENTS 3.1.1.1 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 not to exceed the maximum amount payable under this Agreement of $323,925. The maximum amount payable will not be changed unless there is a substantial change in the magnitude, scope, character, or complexity of the services from those covered in this Agreement. Any change in the maximum amount payable will be by Supplemental Agreement. A contingency amount of $20,698 has been established for this Agreement and is included in the maximum amount payable. Written request by the Consultant indicating the need and written approval by the Contract Administrator and concurrence from the Iowa DOT are needed prior to usage of the contingency amount. The current schedule of billing rates (direct labor rate, overhead, and fixed fee) are set forth in Attachment C-1. The Consultant may submit for approval a revised rate schedule once during the contract period. This revision may include a revised overhead rate and revised direct labor rates. The revised rate schedule should be submitted to the Contract Administrator for approval and by the Contract Administrator's written approval it shall become a part of this Agreement. 3.1.1.2 Reimbursable Costs. The Consultant shall be reimbursed for direct non -salary costs which are directly attributable and properly allocable to the work. 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 the overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges, and materials and supplies. Reimbursement of costs is limited to those that are attributable to the specific work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations (CFR), Title 48, Federal Acquisition Regulation System, Subchapter E., Part 30 (when applicable), and Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48 requirements, for meals to be eligible for reimbursement, an overnight stay will be required. 3.1.1.3 Premium Overtime Pay. Not applicable. 3.1.1.4 Payments. Monthly payments for work completed shall be based on the services completed at the time of the billing and substantiated by monthly progress reports in a form that follows the specific rate schedule. The Contract Administrator will check such progress reports and payment will be made for the hours completed at each rate and for direct non -salary costs incurred during said month. The Owner shall retain from each monthly payment for construction inspection or construction administration services 1% of the amount due. Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the Contract Administrator. Upon completion, delivery and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement of costs incurred and amounts earned. Payment of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt and review of such claim. The Consultant agrees to reimburse the Owner for possible overpayment determined by final audit. Page 8 of 14 ATTACHMENT C-1 Cost Analysis Worksheet Supplemental Agreement #1 HDP -2100(664)-71-31 Specified rates for 2016 using 2015 multiplier (1.5805 without cost of capital facilities) and a 12% profit Staff Average Wage Wages and Overhead Rate w/ Profit 12% and Cost of Capital Facilities .0049 Tech IV $ 25.81 $ 66.60 $ 74.72 Tech III $ 21.77 $ 56.18 $ 63.03 Tech I $ 15.19 $ 39.20 $ 43.98 PE5 $ 64.59 $ 166.67 $ 186.98 PE4 $ 51.14 $ 131.97 $ 148.05 PE3 $ 38.88 $ 100.33 $ 112.56 PE2 $ 35.20 $ 90.83 $ 101.91 PE1 $ 32.91 $ 84.92 $ 95.28 DE5 $ 45.09 $ 116.35 $ 130.54 DE3 $ 26.58 $ 68.59 $ 76.95 DE2 $ 26.60 $ 68.64 $ 77.01 DE1 $ 23.52 $ 60.69 $ 68.09 Arch Intern I $ 25.89 $ 66.81 $ 74.95 Tech Spec $ 34.76 $ 89.70 $ 100.63 LA IV $ 52.34 $ 135.06 $ 151.53 LA II $ 38.03 $ 98.14 $ 110.10 LAI $ 32.81 $ 84.67 $ 94.99 PLS II $ 44.64 $ 115.19 $ 129.24 EA II $ 24.88 $ 64.20 $ 72.03 EA I $ 17.71 $ 45.70 $ 51.27 Admin Asst $ 19.13 $ 49.36 $ 55.38 Page 9 of 14 Project: Iowa DOT Project Number : Phase: Date Prepared: Attachment H Consultant Fee Proposal Military Road Reconstruction HDP -2100 (664)--71-31 Construction Engineering Services September 27, 2016 Total Revised IIW Labor, Fixed Fee plus Contingency Subconsultants: Flenker Land Architecture Consultants Contract Total Page 10 of 14 IIW, P.C., Confidential $ 275,661 $ 20,698 $ 296,359 $ 303,227 $ 20,698 MANHOURS TOTAL Specified Rate Total Cost with Profit TOTAL No Contingency CONTINGENCY 10% TOTAL Including Contingency Construction Engineering Services 3897 $275,660.75 $275,660.75 $27,566.08 $303,226.83 TOTAL (ROUNDED) 3897 $275,661 $27,566 $303,227 Total Revised IIW Labor, Fixed Fee plus Contingency Subconsultants: Flenker Land Architecture Consultants Contract Total Page 10 of 14 IIW, P.C., Confidential $ 275,661 $ 20,698 $ 296,359 $ 303,227 $ 20,698 Project: Military Road Reconstruction Iowa DOT Project Number : HDP -2100 (664)-71-31 Phase: Construction Engineering Services Date Prepared: September 27, 2016 Work Category IIW, P.C., Confidential PE V PEVI $148.05 PE II $101.91 PE1 $95.28 PLS II $129.24 TECH IV $74.72 Tech III $63.03 Tech I $43.98 Tech Specialist $100.63 EA I $51.27 Total Hours Total Direct Labor Cost Rate/hr: $186.99 1. Review contracts and supplemental materials from the City and IDOT, set up recordkeeping documentation for use during construction. 10 50 10 70 $ 5,846.86 2. Coordinate and conduct preconstruction meeting. Prepare and distribute meeting notes. 4 2 8 4 8 26 $ 2,056.07 3. Review data which any Contractor is required to submit, but only for conformance with the design concept for the project and compliance with information given in the Contract Documents. If there are discrepancies, confirm intent with designer. 5 20 5 30 $ 3,096.85 4. Provide a licensed engineer, qualified staff member to make periodic visits to the construction site to observe progress and quality of the executed work and determine if the work is proceeding in acordance with the contract documents. Keep the City informed of the progress of work. Conduct progress meetings as needed. 20 58 58 136 $ 18,237.49 5. The Consultant shall provide an engineer or a qualified technician to perform regular on-site observations. The phone number for the Consultant shall be posted at the project site. The contract provides for 270 working -days. This contract assumes construction activities will continue over the winter of 2017 when no days are charged which results in an additional 30 days when activities requiring observation could occur. The on-site observations shall note the progress and quality of various aspects of the work of the Contractor and shall perform field checks and testing of material and documentation as required by the Iowa DOT. The anticipated activities include: a. EEO board review 2 2 $ 126.05 b. Wage Rate interviews 8 8 $ 504.20 c. On-site observation of erosion control and necessary reports (by DBE subconsultant as appropriate with respect to timing and availability). 80 80 $ 5,042.04 d. On-site observation of roadway grading including compaction with moisture and density control and verification of the special provision related to the shale and soft soils. • 15 322 120 457 $ 27,792.11 e. On-site observation of soil nailing and reinforced vegetation including verification of the special provision related to the soil nailing and reinforced vegetation. 30 t6 240 286 $ 21,198.21 f. On-site observation of temporary roadway detour pavement 40 40 $ 2,521.02 g. On-site observation of PCC pavement and paved shoulders includes on site testing of concrete 104 104 $ 6,554.65 h. On-site observation of bridge approach pavement includes on site testing of concrete 64 64 $ 4,033.63 i. On-site observation during installation of drainage structures 120 120 $ 7,563.05 j. On-site review of traffic control 4 50 54 $ 3,743.49 k. On-site observation and testing of abutment construction including concrete, pile driving, and prebore. 80 80 $ 5,042.04 I. On-site observation and testing of bridge pier forming, concrete and steel placement 480 480 $ 30,252.22 m.On-site observation of placement of bridge beams 4 64 68 $ 4,441.25 n. Calculate beam haunches based on the results of beam survey shots provided by the Contractor 1 6 7 $ 758.65 o.On-site observation and testing of concrete bridge deck placement and railing installation 12 16 240 32 300 $ 18,951.76 IIW, P.C., Confidential Project: Military Road Reconstruction Iowa DOT Project Number: HDP -2100 (664)--71-31 Phase: Construction Engineering Services Date Prepared: September 27, 2016 Rate/hr: p. On-site observation and testing of concrete slope paving installation q. On-site observation of roadway finishing such as earth shoulder construction, pavement marking, signing b. Perform certified plant monitoring for PCC plant operations. Prepare documentation and material testing in conformance with State requirements. Includes testing cylinders and beams for strength. 7. Conduct lab testing to allow nuclear density testing of compacted soils to determine density. 8. Conduct lab testing for grout material used for soil nailing procedures. 9. Issue all instructions of the Owner to the Contractor(s) and prepare routine change orders as required (assumes ten), including calculations to determine and recommend change orders including justification of costs for items which do not have a bid or predetermined price. 10. Based on on-site observations and review of the Contractor's application for payment and supporting data, recommend the amount owed to the Contractor(s) and subject to owners approval, approve, payment to the Contractor(s) in such amounts. Review and prepare monthly pay estimates and submit to the Owner with recommendations. (Assumes twenty pay requests total). Final payment is subject to evaluation of the work as a functioning project upon substantial completion and, to the results of any subsequent tests called for in the Contract Documents. - 11. Provide documentation of quantities for approval by State, including submittal of working day reports. 12. Conduct a project walk through to determine and recommend if the project is substantially complete and a final site visit to determine if the project has been completed in substantial compliance with the Contract Documents and if each Contractor has fulfilled all for their obligations so that the Engineer may approve, in writing, final payment. Prepare a punch list for issuance to the contractor. 13. Provide as -build record plans including pile driving logs. 14. Prepare certificates of completion to allow the Owners and States consideration for project acceptance. 15. Finalize construction documentation in preparation for State audit. Upon project completion, determine and recommend the final contract quantities in accordance with the Contract Documents or if agreeable to the Owner, State, and contractor from records kept during construction and payment documents submitted to the Engineer and the Owner for approval. 16. Conduct Certified Payroll Review 17. Attend one State audit of materials and construction documentation and recordkeeping; followup of audit requirements. 18. Project administration including staff scheduling and coordination, project correspondence, and including preparation of invoices to submit to the City in acceptable Iowa DOT format to allow reimbursement by Iowa DOT, including documentation of project progress. Work Category PE V PEVI $148.05 PE II $101.91 PE1 $95.28 PLS II $129.24 TECH IV $74.72 Tech III $63.03 Tech I $43.98 Tech Specialist $100.63 EA I $51.27 $186.99 112 2 40 68 40 20 30 20 50 10 20 50 20 20 400 40 8 20 20 2 16 14 2 1 1 10 150 40 20 5 80 8 20 16 60 50 28 286 92 26 0 417 2600 242 0 206 11W, P.C., Confidential Total Hours Total Direct Labor Cost 112 $ 7,058.85 42 $ 2,817.12 108 $ 6,840.10 20 $ 879.52 30 $ 1,319.28 80 $ 7,209.86 90 $ 7,722.57 460 $ 30,222.11 48 $ 3,470.37 34 $ 3,727.74 2 $ 199.32 220 $ 16,235.21 85 $ 4,475.33 44 $ 3,687.26 110 $ 12,034.47 '$j ATTACHMENT I Page 1 of 2 SUBCONSULTANT SCOPE AND BUDGET Project Number: 1515102 State of Iowa I hereby certify that I, Meg Flenker, am the President and duly authorized representative of the firm of Flenker Land Architecture, whose address is 29476 240th Avenue, Long Grove, IA 52756 and do hereby certify that the below Scope of Services and Subconsultant Budget Proposals are a true and accurate copy of the Scope of Services and Subconsultant Budget. Any changes to the proposed Scope and Budget shall be documented, signed by both the Consultant and subconsultant, and approved by the Contract Administrator. 462 Signature FLAG Prop#: 346-16 Project Name: SW Arterial & Millita Location: Dubuque, Iowa Date Prepared. July 8, 2010 Prepared By: Meg Flenker {FLAG} Date Road Bridge Flenker Land Architecture Consultants 702016 TASK DESCRIPTION0 cc s F<.. ,Salary Rates $ 116.00 WORK TASKS 1.0 Project Management Project Management 20 20 Sub-TatalofAnticipated Hours Task Total 20 20 $ 2.32U 00 $ 2,320.00 2.0 Erosion: & Sediment Control {ESC): Site Visits Review the. Erasion and Sediment Control on site in accordance with the PPP included in the construction documents for the 'Military Rad Reconstruction and hlewn PPC Beam Bridge over the Southwest Arterial'. Coordinate the weekly ESC site reviews and emergency ESC she reviewed with IN Engineering stat. Provide a maximum of 60 h'urs of on site ESC review whish includes the site review and associated site review documentation on standard DOT ESC inspection forms. The 60 hours is estimated to be ,approximately 24 site wish. depending upon site conditions encountered. 80 Travel to and From Site { 24 site visits x 2.5 hours round trip) 60 Sub -Total ofAndolpared Hours Task Total 140 140 $ 16,240.00 $ 16,240.00 Total Anticipated Hours Total Anticipated Labor Costs 166 $ ia.ssa.ae is $ 13.560.00 total Anticipated Reimbursable Expenses $ 2,138.40 $ 2,136.40 ® Total Anticipated Labor and Reimbursable Costs I 20,69&.4061$ 20,600.40 Page 13 of 14 FLAG Prop#: 346-16 (07-08-16) Project Name:SW Arterial & Military Rd. Bridge Estimate of Anticipated Reimbursable Expenses I esk 19,: rojec[ Matjagenle ;.: Mticipated Quantity , Kleage - Mile @ Federal Rate @ time of -Service Oversized Postage _ Ea. @ Actual Cost TaskEi Erosion andSedtinent:Centrof SitnPtsits x :' 4,944.00 Mileage (150 Miles Round Trip x24 Ste Visits) Oversized Postage 3600 Mile @ Federal Rate @ time of Service $ 1,944.00 Ea @ Actual Cast SubTotal of Anticipated Reimbursable Expenses $1,944.00 10% Contingency $194.40 Total Anticipated Reimbursable Expenses $2,138.40 Page 14 of 14