HomeMy WebLinkAboutKirkham Michael & Associates, Inc-1/23/2012AGREEMENT FOR PROFESSIONAL SERVICES
Supplemental Agreement No. 3
WEST SHAULIS ROAD EXTENSION
IN WATERLOO, IOWA
STP -U-8155(696)--70-07
KM 0611638
Pease return this copy to:
City Clerk & Finance Department
715 Mulberry Street
Waterloo, IA 50703
,Le Airrte
If13��9—
WHEREAS, the City of Waterloo Iowa, a municipal corporation organized and existing pursuant to
the laws of the State of Iowa, hereinafter referred to as the "CITY," has an Agreement for
Professional Services in connection with the design of the West Shaulis Road Extension STP -U-
8155(696)--70-07, hereinafter called the "PROJECT" with Kirkham Michael & Associates, Inc.,
Roger Helgoth, P.E., President, 12700 West Dodge Road, Omaha, NE, hereinafter referred to as the
"CONSULTANT,"; and
WHEREAS, said Agreement was approved by the CITY on June 4, 2007, hereinafter called the
BASE AGREEMENT; and
WHEREAS, the CITY has entered into a Supplemental Agreement Number 1 with the
CONSULTANT to provide construction engineering services for Phase 1 of the West Shaulis Road
Extension (STP -U-8155(696)--70-07) for West Shaulis Road from Hoff Road to Ansborough
Avenue, said agreement having been approved by the CITY on July 28, 2009; and
WHEREAS, the CITY has entered into a Supplemental Agreement Number 2 with the
CONSULTANT to provide final design engineering services for Phase 2 of the West Shaulis Road
Extension (STP -U-8155(71 I)--70-07) for West Shaulis Road from Ansborough Avenue to Iowa
Highway 21 and for Ansborough Avenue from West Shaulis Road to U.S. Highway 20, said
agreement having been approved by the CITY on March 8, 2010; and
WHEREAS, the Iowa Department of Transportation, hereinafter referred to as the "STATE", and
CITY have entered into a Statewide Transportation Improvement Program for the West Shaulis Road
Extension (STP -U-8155(711)--70-07); and
WHEREAS, the CITY is desirous of obtaining additional services required for construction phase
services for Phase 2 of the project, from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20 included in Project No. STP -U-
8155(711)-70-07; and
WHEREAS, the CONSULTANT being a corporation organized and existing under the laws of the State
of Nebraska, and being duly authorized to do business in the State of Iowa; and
WHEREAS, the CONSULTANT is willing to perform the professional services for the CITY in
accordance with the terms of the original agreement, as supplemented herein, and warrants that it is in
compliance with Iowa statutes relating to the licensure of Professional Engineers,
NOW, THEREFORE, IT IS MUTUALLY AGREED that the Supplemental Agreement No. 3 for
additional Professional Services for the PROJECT amends the BASE AGREEMENT and previous
supplemental agreements by:
1. ARTICLE 2 — SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS
of the BASE CONTRACT is supplemented to read as follows:
2.1.4 SERVICES TO BE PROVIDED BY CONSULTANT
Detailed Scope of Services for Supplemental Agreement No. 3 shall be as stipulated in
Attachment No. SA3 to this Supplemental Agreement No. 3, which defines the additional
services required to provide construction administration and on-site observation during
construction of West Shaulis Road from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20.
2. ATTACHMENT C as referenced in ARTICLE 2 — FORM OF COMPENSATION of the BASE
AGREEMENT is supplemented to read as follows:
3.1.1.5 FEES FOR SUPPLEMENTAL AGREEMENT NO. 3
The maximum compensation chargeable under the BASE AGREEMENT for the actual costs
incurred for direct labor, indirect costs, and other direct costs including reimbursables, but
excluding fixed fee is $373,302. The fixed fee is $35,338. Total maximum compensation for
the BASE AGREEMENT, including all costs, is $408,640.
The maximum compensation chargeable under Supplemental Agreement No. 1 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including reimbursables,
but excluding fixed fee, is $91,349.00. The fixed fee shall be $8,651.00. Total maximum
compensation for Supplemental Agreement No. 1, including all costs, shall be $100,000.00.
The maximum compensation chargeable under Supplemental Agreement No. 2 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including reimbursables,
but excluding fixed fee, is $111,607.15. The fixed fee shall be $13,392.85. Total maximum
compensation for Supplemental Agreement No. 2, including all costs, shall be $125,000.00.
The maximum compensation chargeable under Supplemental Agreement No. 3 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including subconsultants
and reimbursables, but excluding fixed fee, is $289,392.53. The fixed fee shall be $27,087.78.
Total maximum compensation for Supplemental Agreement No. 3, including all costs except
authorized contingency shall be $316,480.31. Contingency for this project shall be set aside
above this amount, and reserved for use if requested and authorized in the amount of
$25,758.25.
3. ARTICLE 4.7 EXTENSION OF TIME is supplemented to read as follows:
ARTICLE 4.7.1 The CONSULTANT shall complete all services outlined in the BASE
AGREEMENT and supplemental agreements providing no unforeseen delays are experienced
beyond the control of the CONSULTANT. Construction administration and observation
services for West Shaulis Road from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20 shall be conducted together
with the construction contract, and concluded 60 days after final acceptance of the
construction contract.
OTHER CONDITIONS OF BASE AGREEMENT
It is hereby expressly understood and agreed between the parties that all other terms, provisions, and
conditions of said amended BASE AGREEMENT shall continue in full force and effect, and the terms of
this Supplemental Agreement No. 3 are hereby incorporated therein and made a part thereof
(This page and Exhibit A revised on 08/10/2011)
2
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of this /7 day of
2011.
CI r ¢ OF WATERLOO, IOWA
on. Mayors -n--
ICHAEL ASSOCI S, INC.
c ,. D. ernc'y "
Vice President
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for Authorization*
By r �� • Date 1/434-01a
Name £4 '"if '
Office ,2fstt
Title G%oU;/ lysit/x3 rIS�^
The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is
indicating that the work proposed under this Agreement is acceptable for FHWA authorization of Federal
funds.
3
ATTACHMENT SA3
SCOPE OF SERVICES
WEST SHAULIS ROAD EXTENSION
PROJECT NO: STP -U-8155(696)-70-07 (Engineering)
SUPPLEMENTAL AGREEMENT NO. 3
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
INTRODUCTION
This document presents the consultant team's scope of services for additional engineering and
analysis services requested and required for advancement of the West Shaulis Road Extension
project from Ansborough Avenue Iowa Highway 21, and Ansborough Avenue from West
Shaulis Road to U.S. Highway 20. This additional work is required to provide construction
administration and on-site observation during construction of Iowa DOT project STP -U-
8155(711)-70-07. The construction project uses STP Urban funds and local funds.
The construction project is being let through the Iowa DOT in the summer of 2011.
Construction is anticipated to start approximately one month later, and to extend for
approximately 220 working days, or as otherwise set by the Iowa DOT prior to the time of
bidding.
Services required to complete this scope of work include the following.
• Construction Engineering by Kirkham Michael,
• Materials Testing, Plant Monitoring, and Vibration Monitoring by Terracon on an as -
needed basis,
■ SWPPP administration by Kirkham Michael, and
• On-site Construction Observation by Kirkham Michael.
Overall budget for the supplement is summarized in Exhibit A at the end of this attachment.
SCOPE OF SERVICES – CONSTRUCTION PHASE SERVICES
1. CONSTRUCTION ADMINISTRATION
Kirkham Michael staff will serve as Project Engineer for the project (including all applicable
responsibilities of that position, per Iowa DOT procedures), and provide on-site observation of
construction activities throughout the tern of construction, to the level required to satisfy normal
IaDOT requirements. KM will provide observers with appropriate IaDOT certifications for the
work being performed, and will assemble and document materials as needed to satisfy federal aid
requirements. Proposed services are based upon an estimated 220 working days period of
construction, assuming that the contractor will extend through one winter shutdown period. The
proposed services assume approximately 1800 hours of observation actually required through
the contractor's work period, assuming that full time inspection is required during periods of
significant activity, and multiple observers will be required during some concrete pours, and part
time inspection will be sufficient for some periods of slow or intermittent activity.
Kirkham Michael staff will conduct all on-site concrete testing, and will collect, assemble, and
verify all certifications.
As part of the on-site observations scope of work, KM staff will provide survey control services
to assist the contractor's surveyor, and will provide independent survey for confirmation as
Scope of Services - SA3 Page 2
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
needed, but will not provide construction survey.
Kirkham Michael staff will prepare for, conduct, and follow-up as needed to complete materials
and field document audits through the IaDOT, to secure federal funding for items as planned in
the contract documents.
Construction Administration work will comply with the following standard requirements for City of
Waterloo projects.
After award of the construction contract, the CONSULTANT shall perform the following
construction administration services:
1. Pre -construction Conference: The CONSULTANT shall conduct a pre -construction
conference for the project with the Contractor and CITY and all interested parties to review
the contract requirements, details of construction, utility conflicts and work schedule.
2. Shop Drawings - The CONSULTANT shall review the Contractor's shop drawings and other
required submittals for compliance with the contract documents.
3. The CONSULTANT shall answer design interpretation questions from Engineer, Contractor
and review agencies.
4. Contractor Payment Requests - The CONSULTANT shall review and process progress
payment applications submitted by the Contractor and, based upon its review of construction
progress by on-site observation, shall make a recommendation to the Engineer for payment
of the appropriate amount for work completed since the last payment application.
5. Change Orders - The CONSULTANT shall negotiate and prepare change orders for approval
of the CITY prior to Contractor's start of work under the change order.
6. During the Construction Services Phase, the CONSULTANT shall confer with the CITY to
report project status.
7. During construction, the CONSULTANT will maintain and update storm water protection
inspection records, updated plans, and other documentation in accordance with the CITY's
procedures, contents of the construction plans and specifications, and applicable
requirements of the NPDES permit for the project. CONSULTANT will coordinate with the
CITY and with the contractor building the project to monitor, maintain, and update
stormwater controls in place on the project; make biweekly and post -precipitation
inspections, and update on-site documentation as required.
8. Final Inspection and Punch List; Final Acceptance - The CONSULTANT shall coordinate
final inspection and prepare a punch list of items to be completed. On the basis of such
inspection, the CONSULTANT shall determine if the project is substantially complete
according to the plans and specifications and shall make a recommendation to the Engineer
regarding final payment. It is understood that the CITY will accept the project only after
recommendation by the CONSULTANT.
Scope of Services — SA3 Page 3
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
9. If the Contractor exceeds the estimated working days in completing construction of the
project, or if change orders or project additions require additional working days, the
CONSULTANT will be compensated for administration. construction observation and other
related services based on established hourly rates and fixed expenses outlined in EXHIBIT
A.
2. CONSTRUCTION OBSERVATION
The CONSULTANT shall provide the following Construction Observation services:
1. The CONSULTANT shall cause its design personnel to make periodic visits to the site at
intervals appropriate to the stage of construction and not less than daily, or as otherwise
agreed by the CITY and CONSULTANT in writing, to provide field observation to ascertain
the progress and quality of the work completed and to determine if the work is being
performed in accordance with the Contract Documents. However, the CONSULTANT shall
not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the work. Construction Observation services do not include responsibility for
construction means, controls, techniques, sequences, procedures or safety.
2. Keep a record or log of Contractors activities throughout construction, including notation on
the nature and cost of any extra work or changes ordered during construction.
3. If the Contractor requests a waiver of any provisions of the plans and specifications, the
CONSULTANT will make a recommendation on the request to the CITY for its
determination. No waiver shall be granted if such waiver would serve to reduce the quality
of the final product. The CITY shall never be deemed to have authorized the
CONSULTANT to consent to the use of defective workmanship or materials.
4. The CONSULTANT will coordinate the acceptance testing and monitoring according to the
specifications including the services provided by an independent testing laboratory.
5. Notification of Nonconformance - On the basis of on-site observations as a design
professional, the CONSULTANT shall keep the CITY informed of the progress and quality
of the Work and shall guard the City against defects and deficiencies in the Work. The
CONSULTANT shall notify the CITY of any work which is unsatisfactory, faulty, defective,
incomplete or does not conform to the Contract Documents, advise and recommend action
required to correct or complete such unsatisfactory, faulty, defective or incomplete work and,
at the request of the CITY, see that these recommendations are implemented by the
Contractor.
3. MATERIALS TESTING AND PLANT MONITORING
Scope of Services — SA3 Page 4
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
Concrete lab analysis, soil sampling, and density testing will be provided by an independent lab
contracted by the CONSULTANT. Concrete samples will be collected by the CONSULTANT,
then provided to the lab for curing, storage, and strength testing. Concrete testing services are
based upon an estimated 40 concrete pours required to complete the construction work.
Soil sampling, lab work, and on-site nuclear densometer tests will be provided by an independent
lab, in coordination with Kirkham Michael staff in the field. Soil sampling intervals are based
upon IaDOT guidance for frequency of tests, but will vary as actually required in the field.
Proctor analysis, and other related lab work is included in the estimates, as required.
Independent lab personnel will also provide concrete plant monitoring as required by IaDOT
procedures, for concrete productions for this project.
Personnel responsible for obtaining samples and performing material test will have the
appropriate Iowa DOT certifications as provided in Iowa DOT Materials 213.
See EXHIBIT A for Kirkham Michael staff hour and direct cost estimates
attributable to this work.
Scope of Services — SA3
Page 5
Project Staff Hour Estimate and Engineering Budget - KIRKHAM MICHAEL
West Shaulis Road Phase 2 CA - SUPPLEMENTAL AGREEMENT 3
IaDOT Project Number STP -U-8155(696)-70-07
updated 8/10/11, rdh
Task Description
Principal
Engineer
(Shawn)
$72.12
Senior
Transp.
Engineer
(Steve)
$46.63
Engineer
Intern III
(Greg)
$29.81
Engineer
Intern II
(Nate)
$25.48
Admin /
Civil Tech II Party Chief Clerical
(Jeremy) (Chad) (Cindy)
$27.50 $21.00 $20.88
Subtotals KM KM Direct
Labor Expenses
EXHIBIT A
Terracon
Testing
Services
1.0 Constr. Engineering
1.1 Project Management
1.2 Shop Drawings
1.3 Project Engineering Oversight / Admin
1.4 Materials Testing / Subs Coord.
1.5 Preconstruction Meeting
2.0 Construction Observation
2.1 Setup / Prep
2.2 Vibration Survey / Monitoring
2.3 On-site Observation
2.4 Pouring Control
2.5 Construction Survey
2.6 Close -Out / Audits
3.0 Materials Testing / Plant Monitoring
3.1 Density Testing, Soils, Gradations
3.2 Concrete Testing
3.3 PCC Plant Monitoring
3.4
$4,327 $2,611 $1.431 $408
24 24 16 8
8 8
24 24
4 16 8
8 8 8
$220 $0 $251
8
$577 $560 528.975 $25,582 $5,720
8 8 8 8
4 40
900 900 16
160
80
4 4 24 16 24
$0 $560 $1,908 $0 $0
4 32
4 16
4 16
4
$2.520 $501
16
120
8
$0 $209
4
4
2
$9,248
$64.435
$2,676
$110
$0
incl.
$110 incl.
531.521 $9,070
$170 59.070
$28,602
$315
$2,234
$200
$220 $20,130
$20,130
$165 incl.
$55 incl.
TOTAL Hours
TOTAL Direct Labor Cost
Labor + Overhead + Profit
Breakdown of KM Expenses: (KM rates
Item 1.5
200 miles at $0.55
Item 2.2
200 miles at $0.55
2 days meals at $30
Item 2.3
176 days hotel at $77
220 days meals at $30
15,000 miles at $0.55
misc costs $200
Item 2.4:
5 days meals at $30
300 miles at $0.55
Item 2.5:
12 days hotel at $77
15 days meals at $30
1,200 miles at $0.55
misc costs $200
Item 2.6:
Printing, copying, postage
Item 3.2
300 miles at $0.55
Item 3.3
100 miles at $0.55
68 80 1,084 1,020 216 120 46 2,634
$4,904 $3,730 $32,314 $25.990 $5,940 $2.520 $960 $76,358.68',
$15,178 $11,546 $100,012 $80,438 $18,384 $7,799 $2,973
planned for this project at or below FHWA allowable)
110
110
60
Subtotal Direct Labor $76.358.68
Overhead at 195.62% $149,372.85
KM Direct Expenses $31,851.00
Fixed Fee at 12% $27,087.78.
Authonzed Total KM Fee $284,670.31
$31.851 $29.200
$31,851 $29,200
13552 Total KM Costs
6600 Recommended Contingency @ 10% of Costs
8250 KM Authorized Plus Contingency
200 Terracon Total Fee
Terracon Contingency $
150 Terracon Authorized Plus Contingency $
165
924
450
660
200
$257,582.53
$25,758.25
$310,428.57
$29,200.00
2,610.00
31,810.00
KM plus Terracon Total Contract Amount with Contingency $ 342,238.57
Percentage of an estimated $3.5 million construction contract
200 Estimates assume a 220 working day contract.
165
55
10%
lierracim
March 28, 2011
Kirkham Michael
11021 Aurora Avenue
Des Moines, Iowa 50322
Attn: Mr. Greg Cabalka
P: (515) 270-0848
gcabalka@kirkham.com
Re: Proposal Letter
Construction Observation and Testing Services
West Shaulis Road Extension
Waterloo, Iowa
Terracon Proposal No. CF11093
Dear Mr. Cabalka:
Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to
provide construction observation and testing services for the West Shaulis Road project in
Waterloo, Iowa. This proposal outlines our understanding of the project, scope of services,
performance schedule, and estimated fee for our services.
A. PROJECT INFORMATION
We understand the project consists of constructing a new Shaulis roadway from Ansborough
Avenue to Hawkeye Road and reconstruct a portion of Ansborough Avenue from Shaulis Road
to the south of Highway 20 in Waterloo, Iowa.
B. SCOPE OF SERVICES
We understand the scope of our services will include observation of subgrade soils, field density
testing of site fills along with associated laboratory testing, and performing IDOT plant monitor
services. If requested, our scope of services may also include retrieving PCC flexural strength
specimens (cast by others) from the project site and performing the associated laboratory
testing. For your reference, the additional costs for these services have been included in this
proposal. All of the services outlined in the scope of services section will be provided on a part-
time, as -requested basis, and your field personnel or the contractor will be responsible to
coordinate with us for scheduling.
Performance Schedule - It is suggested that our services be scheduled a minimum of 1
working day in advance. For part-time services, scheduling personnel will be on an as -available
basis which may require changes of personnel assigned to the project; however, an effort will be
Terracon Consultants, Inc. 6612 Chancellor Drive, Ste, 102 Cedar Falls, Iowa 50613
P [319] 277 4016 F [319 277 4320 terracon.com
Proposal for Construction Materials Testing
West Shaulis Road Extension Waterloo, Iowa
March 28, 2011 Agreement Reference No. CF11093
lierracon
made to assign the most cost effective personnel to your project. Results of our observation
and testing will be submitted verbally to authorized personnel upon completion. Summaries of
our observations and testing will also be emailed to your attention at the above address. Hard
copies of our reports can be provided upon request.
C. COMPENSATION
The fees for our services will be billed in accordance with the cost-plus format as detailed in the
attached Schedule A. Please understand the cost detailed in Schedule A is approximate and
based on information provided by Kirkham Michael and our estimate of the contractors
schedule. The technician's time will be charged portal to portal. The project manager's time will
consist of project coordination, direction, and preparation of reports of the test results.
Administrative services include dispatching, data entry and electronic report distribution through
our CMELMS project management system. Invoices for services provided will be sent to your
attention at the above address.
D. AUTHORIZATION
If you are in agreement with the outlined scope of services and terms and conditions, please
sign the attached Agreement for Services and return one copy for our file. It will be inferred that
you are in agreement with the above scope of services and enclosed terms and conditions
unless we are notified in writing. Please be aware that we will be unable to distribute field and
laboratory reports until a signed contract is received. In addition, we request a complete set of
plans and specifications prior to the start of the project. We should also be copied on all
revisions related to our services. An email of the signed Agreement for Services can also be
submitted to expedite the commencement of services, but we request that a signed original
follow.
We appreciate the opportunity to provide this proposal and look forward to assisting you with
this project.
Sincerely,
Terracon Consultants, Inc.
//,-
Cameron Blinn
Department Manager
Construction Materials Services
Cc:
(2) - Client
(1) - File
Attachments: Schedule A
Agreement For Services
r
Rick Locliart
Office Manager
Principal
Fesporasive Resowiwcefra8 Reliable 2
West Shaulis Road Extension
City of Waterloo, Iowa
Proposal No. CF11093
Date: 3/28/2011
SCHEDULE A
I. Direct Labor Costs:
CATEGORY HOURS RATE/HR. AMOUNT
Technician II 144 15.01 2,161
Technician IV 8 22.99 184
Administration / Secretary 8 16.63 133
Field Engineer 21.67
Project Engineer 3 25.97 78
Senior Project Manager* 86 34.84 2,996
Principal Engineer 1 45.09 45
Subtotal (Rounded) $5,600
*Includes Plant Monitoring Time
II. Payroll Burden & Overhead Costs
@ 208.4% (Rounded)
$11,670
IIIa. Direct Project Expense
CATEGORY UNITS UNIT RATE AMOUNT
Mileage 1,056 0.51 539
Subtotal (Rounded) $540
IIIb. Direct Third -Party Expense
Meals and Accommodations (per diem)
Consumable & Misc. Supplies
Other Third -Party Expenses
IV. Estimated Costs (I+II+IIIa+IIIb)
V. Fixed Fee (13% of I+1I+IIIa, Rounded)
VI. Total Cost plus Fee (IV+V)
VII. Contingency (10% of IV, Rounded)
VIII. Total with Contingency
100.00
Subtotal (Rounded) $0
$17,810
$2,320
$20,130
$1,780
$21,910
lFerracon
AGREEMENT FOR SERVICES
Reference Number CF 11093
This AGREEMENT is between Kirkham Michael ("Client") and Terracon Consultants, Inc. ("Consultant") for Services to be provided by Consultant for
Client on the West Shaulis Road Extension project (Project), as described in the Project Information section of Consultant's Proposal dated 3/28/2011
("Proposal") unless the Project is otherwise described in Exhibit A to this Agreement (which section or Exhibit is incorporated into this Agreement).
1. Scope of Services. The scope of Consultant's services is described in the Scope of Services section of the Proposal ("Services"), unless Services
are otherwise described In Exhibit B to this Agreement (which section or exhibit is incorporated into this Agreement). Portions of the Services may be
subcontracted. Consultants Services do not include the investigation or detection of, nor do recommendations in Consultant's reports address
the presence or prevention of biological pollutants (e.g., mold, fungi, bacteria, viruses, or their byproducts) or occupant safety issues, such as
vulnerability to natural disasters, terrorism, or violence. If Services include purchase of software, Client will execute a separate software license
agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and fumished to Consultant
at the time of the Services.
2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to
execute the Services, and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Clients
request, both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.
Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. In the event Client
uses a purchase order or other form to administer this Agreement, the use of such form shall be for convenience purposes only and any additional or
conflicting terms it contains are stricken. This Agreement shall not be assigned by either party without prior written consent of the other party. Either
party may terminate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred and fees
eamed to the date of termination plus reasonable costs of closing the project
3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so requests,
Consultant will return to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees for the
requested changes. Following Clients review, Client shall provide written acceptance. If Client does not follow these procedures, but instead directs,
authorizes, or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid for this work
according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or described to
Consultant at the time of proposal, Consultant is entitled to a change order equitably adjusting its Services and fee.
4. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Compensation
section of the Proposal unless fees are otherwise stated in Exhibit C to this Agreement (which section or Exhibit is incorporated into this Agreement). If
not stated in either, fees will be according to Consultant's current fee schedule. Fee schedules are valid for the calendar year in which they are issued.
Consultant may invoice Client at least monthly and payment is due upon receipt of invoice. Client shall notify Consultant in writing, at the address
below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed
portion. Client shall pay a finance fee of 1.5% per month, but not exceeding the maximum rate allowed by law, for all unpaid amounts 30 days or older.
Client agrees to pay all collection -related costs that Consultant incurs, including attorney fees. Consultant may suspend Services for lack of timely
payment. It is the responsibility of Client to determine whether federal, state, or local prevailing wage requirements apply and to notify Consultant if
prevailing wages apply. If it is later determined that prevailing wages apply, and Consultant was not previously notified by Client, Client agrees to pay
the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid amounts in line with prevailing wages.
Client also agrees to defend, indemnify, and hold harmless Consultant from any alleged violations made by any govemmental agency regulating
prevailing wage activity for failing to pay prevailing wages, including the payment of any fines or penalties.
5. Third Party Reliance. This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third party
beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and is not intended for third parties. For a limited time
period not to exceed three months from the date of the report, Consultant will issue additional reports to others agreed upon with Client, however Client
understands that such reliance will not be granted until those parties sign and return Consultant's reliance agreement and Consultant receives the
agreed-upon reliance fee.
6. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THIS
PROJECT, INCLUDING CONSULTANTS FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE
ASSOCIATED RISKS. TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS
RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO
THE GREATER OF $25,000 OR CONSULTANTS FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES
(INCLUDING ATTORNEY AND EXPERT FEES) ARISING OUT OF CONSULTANTS SERVICES OR THIS AGREEMENT. UPON WRITTEN
REQUEST FROM CLIENT, CONSULTANT MAY NEGOTIATE A HIGHER LIMITATION FOR ADDITIQNAL CONSIDERATION. THIS LIMITATION
SHALL APPLY REGARDLESS OF AVAILABLE INSURANCE COVERAGE, CAUSE(S) OR THE THEORY OF LIABILITY, INCLUDING
NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER
CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY.
7. Indemnity/Statute of Limitations. Consultant and Client shall indemnify and hold harmless the other and their respective employees from and
against legal liability for claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are legally determined to be
caused by their negligent acts, errors, or omissions. In the event such claims, losses, damages, or expenses are legally determined to be caused by the
joint or concurrent negligence of Consultant and Client, they shall be borne by each party In proportion to its own negligence under comparative fault
principles. Neither party shall have a duty to defend the other party, and no duty to defend is hereby created by this indemnity provision and such duty
is explicitly waived under this Agreement. Causes of action arising out of Consultant's services or this Agreement regardless of cause(s) or the theory
of liability, including negligence, indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall commence
to run not later than the date of Consultants substantial completion of services on the project.
8 Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions in the same locale. CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS
OR IMPLIED, RELATING TO CONSULTANT'S SERVICES AND CONSULTANT DISCLAIMS ANY IMPLIED WARRANTIES OR WARRANTIES
IMPOSED BY LAW, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
9 Insurance. Consultant represents that it now carries, and will continue to carry: (i) workers' compensation insurance in accordance with the laws of
the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1,000,000); (ii)
Page 1 of 2
Rev. 8-10
1[erracon
commercial general liability insurance ($1,000,000 occ / $2,000,000 agg); (iii) automobile liability insurance ($1,000,000 B.I. and P.D. combined single
limit); and (iv) professional liability insurance ($1,000,000 claim / agg). Certificates of insurance will be provided upon request. Client and Consultant
shall waive subrogation against the other party on all general liability and property coverage.
10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE; LOSS OF
USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES, GOODS, OR SERVICES; COST OF CAPITAL; OR FOR
ANY SPECIAL, CONSEQUENTIAL, INDIRECT, PUNITIVE, OR EXEMPLARY DAMAGES.
11. Dispute Resolution. Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and
until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has violated
the standard of care applicable to Consultant's performance of the Services. Client shall provide this opinion to Consultant and the parties shall
endeavor to resolve the dispute within 30 days, after which Client may pursue its remedies at law. This Agreement shall be governed by and construed
according to Kansas law.
12. Subsurface Explorations. Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings, test pits, or other
exploratory services. Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a reasonable
distance from those locations. Consultant will take reasonable precautions to reduce damage to the site when performing Services; however, Client
accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless specifically included in
the Services.
13. Testing and Observations. Client understands that testing and observation are discrete sampling procedures, and that such procedures indicate
conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based on tests and
field observations only for the work tested. Client understands that testing and observation are not continuous or exhaustive, and are conducted to
reduce - not eliminate - project risk. Client agrees to the level or amount of testing performed and the associated risk. Client is responsible (even if
delegated to contractor) for requesting services, and notifying and scheduling Consultant so Consultant can perform these Services. Consultant is not
responsible for damages caused by services not performed due to a failure to request or schedule Consultant's services. Consultant shall not be
responsible for the quality and completeness of Client's contractor's work or their adherence to the project documents, and Consultant's performance of
testing and observation services shall not relieve Client's contractor in any way from its responsibility for defects discovered in its work, or create a
warranty or guarantee. Consultant will not supervise or direct the work performed by Client's contractor or its subcontractors and is not responsible for
their means and methods.
14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed in testing or disposed of upon completion of tests (unless
stated otherwise in the Services). Client shall furnish or cause to be fumished to Consultant all documents and information known or available to Client
that relate to the identity, location, quantity, nature, or characteristic of any hazardous waste, toxic, radioactive, or contaminated materials ("Affected
Materials") at or near the site, and shall immediately transmit new, updated, or revised information as it becomes available. Client agrees that
Consultant is not responsible for the disposition of Affected Material unless specifically provided in the Services, and that Client is responsible for
directing such disposition. In the event that test samples obtained during the performance of Services (i) contain substances hazardous to health,
safety, or the environment, or (ii) equipment used during the Services cannot reasonably be decontaminated, Client shall sign documentation (if
necessary) required to ensure the equipment and/or samples are transported and disposed of properly, and agrees to pay Consultant the fair market
value of this equipment and reasonable disposal costs. In no event shall Consultant be required to sign a hazardous waste manifest or take title to any
Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate governmental agencies. The Client agrees that
Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site. Accordingly, Client waives any claim
against Consultant and agrees to indemnify and save Consultant, its agents, employees, and related companies harmless from any claim, liability or defense
cost, including attorney and expert fees, for injury or loss sustained by any party from such exposures allegedly arising out of Consultant's non -negligent
performance of services hereunder, or for any claims against Consultant as a generator, disposer, or arranger of Affected Materials under federal, state, or
local law or ordinance.
15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's
property. Proprietary concepts, systems, and ideas developed during performance of the Services shall remain the sole property of Consultant. Files
shall be maintained in general accordance with Consultant's document retention policies and practices.
16. Utilities. Client shall provide the location and/or arrange for the marking of private utilities and subterranean structures. Consultant shall take
reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to
subterranean structures or utilities that are not called to Consultant's attention, are not correctly marked, including by a utility locate service, or are
incorrectly shown on the plans furnished to Consultant.
17. Site Access and Safety. Client shall secure all necessary site related approvals, permits, licenses, and consents necessary to commence and
complete the Services and will execute any necessary site access agreement. Consultant will be responsible for supervision and site safety measures
for its own employees, but shall not be responsible for the supervision or health and safety precautions for any other parties, including Client, Client's
contractors, subcontractors, or other parties present at the site.
Consultant: Terracon Consultants, Inc. Client: Kirkham Michael
By: i " _ Date: 3/28/2011 By: Date:
Name/Title: Cameron Blinn 1 CMT Department Manager Name/Title:
Address. 6612 Chancellor Drive, Suite 102 Address: 11021 Aurora Avenue
Cedar Falls, Iowa 50613 Des Moines, Iowa 50322
Phone: 319.277.4016
Page 2 of 2
Fax: 319.277.4320 Phone: (515) 270-0848 Fax: (515) 270-1067
Reference Number: CF11093
Rev. 8-10
lrerracrk
April 01, 2011
Kirkham Michael
11021 Aurora Avenue
Des Moines, Iowa 50322
Attn: Mr. Greg Cabalka
P: (515) 270-0848
gcabalka@kirkham.com
Re: Proposal Letter
Pre / Post Condition Survey and Vibration Monitoring
Ansborough Avenue Bam
Waterloo, Iowa
Terracon Proposal No. CF11099
Dear Mr. Cabalka:
Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to
perform pre and post condition surveys and to monitor the level of vibrations transmitted to the
adjacent barn, due to the proposed reconstruction of Ansborough Avenue. This proposal
presents our understanding of the project along with the requested scope of services, our fee,
and anticipated work schedule.
A. PROJECT INFORMATION
We understand the project consists of constructing a new Shaulis roadway from Ansborough
Avenue to Hawkeye Road and reconstruct a portion of Ansborough Avenue from Shaulis Road
to the south of Highway 20 in Waterloo, Iowa.
B. SCOPE OF SERVICES
Item 1: Preconstruction Condition Survey
Terracon will perform the preconstruction survey to document the preconstruction physical
condition of the Bar Lee Farms, LTD Barn located at 4634 Ansborough Avenue in Waterloo,
Iowa. Terracon will assess the existing structure using visual observation methods. We can
obtain measurements of visible structural members, but we will not remove any building
materials to assess internal components or members and we will not destructively obtain
samples of the structure's materials for testing.
Terracon Consultants, Inc 6612 Chancellor Drive, Ste. 102 Cedar Falls, lova 50613
P 319 277 4016 F 319 277 4320 terracon.com
Geotechnical • Environmental"
Construction Materials ■ Facilities
Proposal for Pre / Post Construction Survey & Vibration Monitoring
Ansborough Avenue Bam Waterloo, Iowa
April 1, 2011 Agreement Reference No. CF11099
lierracon
Terracon will also provide professional opinions concerning locations of crack monitors.
Terracon can procure, install and record movements evidenced by crack monitors unless the
client desires to perform this task themselves.
Item 2: Ground Vibration Specification and Monitoring
Terracon will consult with Kirkham Michael concerning our findings and opinions of the
Preconstruction Condition Survey of the Barn. The structural condition of the barn is one factor
to consider when determining the structure's susceptibility to damage from ground -borne
vibrations. Terracon recommends baseline vibration levels due to "normal" traffic be obtained
prior to the start of construction. These baseline measurements should provide an indication of
the vibrations levels historically received at the Bam. At the start of construction, vibration
levels should be measured as the contractor operates several heavily loaded trucks on the
roadway. Using these data, Terracon can assist Kirkham Michael in establishing "warning" and
"stop work" levels of vibration amplitude and/or frequency received at the barn. Terracon should
measure vibrations at the barn each time a new construction activity is undertaken and
thereafter, Terracon will monitor vibrations for each activity on an as -requested basis when
notified by Kirkham Michael.
Item 3: Crack Monitoring
Unless the client will self perform this task, Terracon personnel will install crack monitoring
devices at locations identified by the preconstruction survey. Our budget estimate includes
costs to procure and install up to 10 gauges and considers Kirkham Michael personnel will
record movements evidenced by crack monitor devices during demolition and construction.
Terracon can remove crack monitor devices at the time of the post -condition survey, or the
gauges can be left in place if desired by the property owner. It should be noted that the gauges
budgeted in our estimate are typically fastened to the surface using either epoxy or screws.
While we will work with the contractor to provide the best method for installing the gauges, some
damage to the surface is possible. Restoration of the surfaces is not part of our scope of
services.
Item 4: Post -Construction Condition Survey
Terracon will perform a visual, post -construction condition survey. Upon completion of the
survey, Terracon will prepare a brief survey report including any digital photos or video
recordings obtained during the monitoring.
tZe3p,Dasive ResOurceful Reliable
2
Proposal for Pre / Post Construction Survey & Vibration Monitoring
Ansborough Avenue Barn Waterloo, Iowa
April 1, 2011 Agreement Reference No. CF11099
Performance Schedule
lierracon
We can schedule our site visits upon your acceptance of this proposal and our receipt of written
authorization to proceed. It is recommended that this work not precede the initiation of the
construction work by more than sixty days. We can initiate services based on the return of a
signed copy of this contract. We anticipate that the final report could be provided within 2
weeks of completing the field work.
C. COMPENSATION
The fees for our services will be billed in accordance with the cost-plus format as detailed in the
attached Schedule A. Please understand the cost detailed in Schedule A is approximate and
based on information provided by Kirkham Michael. The technician's time will be charged portal
to portal. The project manager's time will consist of project coordination, direction, and
preparation of reports of the test results. Administrative services include dispatching, data entry
and electronic report distribution through our CMELMS project management system. Invoices
for services provided will be sent to your attention at the above address.
D. AUTHORIZATION
Our standard terms and conditions are attached for your review and should be considered a
part of our contract for services. If you are in agreement with the outlined scope of services and
terms and conditions, please sign the attached Agreement for Services and return one copy for
our file. It will be inferred that you are in agreement with the above scope of services and
enclosed terms and conditions unless we are notified in writing. Please be aware that we will be
unable to distribute field and laboratory reports until a signed contract is received. In addition,
we request a complete set of plans and specifications prior to the start of the project. We
should also be copied on all revisions related to our services.
Thank you for considering Terracon for condition survey and vibration monitoring services. We
look forward to assisting you on this project. If you have any questions regarding this proposal,
please contact us.
Sincerely,
Terracon Consultants Inc.
ameron Blinn
Department Manager
Construction Materials Services
Cc: (2) - Client
(1) - File
Attachments: Schedule A
Agreement For Services
Rick Lock art
Office Manager
Principal
Z
Respcwsive FE:sourcctkil Reliable 3
Ansborough Avenue Barn
Waterloo, Iowa
Proposal No. CF11099
Date: 04/01/2011
SCHEDULE A
I. Direct Labor Costs:
CATEGORY
Technician I
Technician II
Technician IV
Driller
CAD Drafter
Administration / Secretary
Field Engineer
Project Engineer
Senior Project Manager
Principal Engineer
II. Payroll Burden & Overhead Costs
@ 208.4% (Rounded)
Illa. Direct Project Expense
CATEGORY
Mileage
IIIb. Direct Third -Party Expense
Equipment Rental
Consumable & Misc. Supplies
IV. Estimated Costs (I+II+IIIa+IIIb)
V. Fixed Fee (13% of I+II+IIIa, Rounded)
VI. Total Cost plus Fee (IV+V)
VII. Contingency (10% of IV, Rounded)
VIII. Total with Contingency
HOURS RATE/HR. AMOUNT
11.92
10 15.01 150
22.99
20.21
16.55
16.63
21.67
25.97
48 34.84 1,672
3 45.09 135
Subtotal (Rounded) $1,960
UNITS UNIT RATE
288 0.51
Subtotal (Rounded)
1 575.00
1 1500.00
Subtotal (Rounded)
$4,080
AMOUNT
147
$150
575
1,500
$2,080
$8,270
$800
$9,070
$830
$9,900
c
lFerracon
AGREEMENT FOR SERVICES
Reference Number: CF 11099
This AGREEMENT is between Kirkham Michael ("Client") and Terracon Consultants, Inc. ("Consultant") for Services to be provided by Consultant for
Client on the Ansborough Avenue Barn project ("Project), as described in the Project Information section of Consultant's Proposal dated 04/01/2011
("Proposal") unless the Project is otherwise described in Exhibit A to this Agreement (which section or Exhibit is incorporated into this Agreement).
1. Scope of Services. The scope of Consultant's services is described in the Scope of Services section of the Proposal ("Services"), unless Services
are otherwise described in Exhibit B to this Agreement (which section or exhibit is incorporated into this Agreement). Portions of the Services may be
subcontracted. Consultant's Services do not include the investigation or detection of, nor do recommendations in Consultants reports address
the presence or prevention of biological pollutants (e.g., mold, fungi, bacteria, viruses, or their byproducts) or occupant safety issues, such as
vulnerability to natural disasters, terrorism, or violence. If Services include purchase of software, Client will execute a separate software license
agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and fumished to Consultant
at the time of the Services.
2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to
execute the Services, and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's
request, both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.
Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. In the event Client
uses a purchase order or other form to administer this Agreement, the use of such form shall be for convenience purposes only and any additional or
conflicting terms it contains are stricken. This Agreement shall not be assigned by either party without prior written consent of the other party. Either
party may terminate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred and fees
earned to the date of termination plus reasonable costs of closing the project.
3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so requests,
Consultant will retum to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees for the
requested changes. Following Client's review, Client shall provide written acceptance. If Client does not follow these procedures, but instead directs,
authorizes, or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid for this work
according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or described to
Consultant at the time of proposal, Consultant is entitled to a change order equitably adjusting its Services and fee.
4. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Compensation
section of the Proposal unless fees are otherwise stated in Exhibit C to this Agreement (which section or Exhibit is incorporated into this Agreement). If
not stated in either, fees will be according to Consultant's current fee schedule. Fee schedules are valid for the calendar year in which they are issued.
Consultant may invoice Client at least monthly and payment is due upon receipt of invoice. Client shall notify Consultant in writing, at the address
below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed
portion. Client shall pay a finance fee of 1.5% per month, but not exceeding the maximum rate allowed by law, for all unpaid amounts 30 days or older.
Client agrees to pay all collection -related costs that Consultant incurs, including attorney fees. Consultant may suspend Services for lack of timely
payment. It is the responsibility of Client to determine whether federal, state, or local prevailing wage requirements apply and to notify Consultant if
prevailing wages apply. If it is later determined that prevailing wages apply, and Consultant was not previously notified by Client, Client agrees to pay
the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid amounts in line with prevailing wages.
Client also agrees to defend, indemnify, and hold harmless Consultant from any alleged violations made by any governmental agency regulating
prevailing wage activity for failing to pay prevailing wages, including the payment of any fines or penalties.
5. Third Party Reliance. This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third party
beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and is not intended for third parties. For a limited time
period not to exceed three months from the date of the report, Consultant will issue additional reports to others agreed upon with Client, however Client
understands that such reliance will not be granted until those parties sign and return Consultant's reliance agreement and Consultant receives the
agreed-upon reliance fee.
6. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THIS
PROJECT, INCLUDING CONSULTANTS FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE
ASSOCIATED RISKS. TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS
RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO
THE GREATER OF $25,000 OR CONSULTANT'S FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES
(INCLUDING ATTORNEY AND EXPERT FEES) ARISING OUT OF CONSULTANT'S SERVICES OR THIS AGREEMENT. UPON WRITTEN
REQUEST FROM CLIENT, CONSULTANT MAY NEGOTIATE A HIGHER LIMITATION FOR ADDITIONAL CONSIDERATION. THIS LIMITATION
SHALL APPLY REGARDLESS OF AVAILABLE INSURANCE COVERAGE, CAUSE(S) OR THE THEORY OF LIABILITY, INCLUDING
NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER
CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY.
7. Indemnity/Statute of Limitations. Consultant and Client shall indemnify and hold harmless the other and their respective employees from and
against legal liability for claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are legally determined to be
caused by their negligent acts, errors, or omissions. In the event such claims, losses, damages, or expenses are legally determined to be caused by the
joint or concurrent negligence of Consultant and Client, they shall be borne by each party in proportion to its own negligence under comparative fault
principles. Neither party shall have a duty to defend the other party, and no duty to defend is hereby created by this indemnity provision and such duty
is explicitly waived under this Agreement. Causes of action arising out of Consultant's services or this Agreement regardless of cause(s) or the theory
of liability, including negligence, indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall commence
to run not later than the date of Consultant's substantial completion of services on the project.
8. Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions in the same locale. CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS
OR IMPLIED, RELATING TO CONSULTANT'S SERVICES AND CONSULTANT DISCLAIMS ANY IMPLIED WARRANTIES OR WARRANTIES
IMPOSED BY LAW, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
9. Insurance. Consultant represents that it now carries, and will continue to carry: (i) workers' compensation insurance in accordance with the laws of
the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1.000,000); (ii)
Page 1 of 2 Rev. 8-10
lFerracon
commercial general liability insurance ($1,000,000 occ / $2,000,000 agg); (iii) automobile liability insurance ($1,000,000 B.I. and P.D. combined single
limit); and (iv) professional liability insurance ($1,000,000 claim / agg). Certificates of insurance will be provided upon request. Client and Consultant
shall waive subrogation against the other party on all general liability and property coverage.
10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE; LOSS OF
USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES, GOODS, OR SERVICES; COST OF CAPITAL; OR FOR
ANY SPECIAL, CONSEQUENTIAL, INDIRECT, PUNITIVE, OR EXEMPLARY DAMAGES.
11. Dispute Resolution. Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and
until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has violated
the standard of care applicable to Consultant's performance of the Services. Client shall provide this opinion to Consultant and the parties shall
endeavor to resolve the dispute within 30 days, after which Client may pursue its remedies at law. This Agreement shall be governed by and construed
according to Kansas law.
12. Subsurface Explorations. Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings, test pits, or other
exploratory services. Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a reasonable
distance from those locations. Consultant will take reasonable precautions to reduce damage to the site when performing Services; however, Client
accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless specifically included in
the Services.
13. Testing and Observations. Client understands that testing and observation are discrete sampling procedures, and that such procedures indicate
conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based on tests and
field observations only for the work tested. Client understands that testing and observation are not continuous or exhaustive, and are conducted to
reduce - not eliminate - project risk. Client agrees to the level or amount of testing performed and the associated risk. Client is responsible (even if
delegated to contractor) for requesting services, and notifying and scheduling Consultant so Consultant can perform these Services. Consultant is not
responsible for damages caused by services not performed due to a failure to request or schedule Consultant's services. Consultant shall not be
responsible for the quality and completeness of Client's contractor's work or their adherence to the project documents, and Consultant's performance of
testing and observation services shall not relieve Client's contractor in any way from its responsibility for defects discovered In its work, or create a
warranty or guarantee. Consultant will not supervise or direct the work performed by Client's contractor or its subcontractors and is not responsible for
their means and methods.
14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed in testing or disposed of upon completion of tests (unless
stated otherwise in the Services). Client shall furnish or cause to be furnished to Consultant all documents and information known or available to Client
that relate to the identity, location, quantity, nature, or characteristic of any hazardous waste, toxic, radioactive, or contaminated materials ("Affected
Materials") at or near the site, and shall immediately transmit new, updated, or revised information as it becomes available. Client agrees that
Consultant is not responsible for the disposition of Affected Material unless specifically provided in the Services, and that Client is responsible for
directing such disposition. In the event that test samples obtained during the performance of Services (i) contain substances hazardous to health,
safety, or the environment, or (ii) equipment used during the Services cannot reasonably be decontaminated, Client shall sign documentation (if
necessary) required to ensure the equipment and/or samples are transported and disposed of properly, and agrees to pay Consultant the fair market
value of this equipment and reasonable disposal costs. In no event shall Consultant be required to sign a hazardous waste manifest or take title to any
Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate governmental agencies. The Client agrees that
Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site. Accordingly, Client waives any claim
against Consultant and agrees to indemnify and save Consultant, its agents, employees, and related companies harmless from any claim, liability or defense
cost, including attorney and expert fees, for injury or loss sustained by any party from such exposures allegedly arising out of Consultant's non -negligent
performance of services hereunder, or for any claims against Consultant as a generator, disposer, or arranger of Affected Materials under federal, state, or
local law or ordinance.
15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's
property. Proprietary concepts, systems, and ideas developed during performance of the Services shall remain the sole property of Consultant. Files
shall be maintained in general accordance with Consultant's document retention policies and practices.
16. Utilities. Client shall provide the location and/or arrange for the marking of private utilities and subterranean structures. Consultant shall take
reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to
subterranean structures or utilities that are not called to Consultant's attention, are not correctly marked, including by a utility locate service, or are
incorrectly shown on the plans fumished to Consultant.
17. Site Access and Safety. Client shall secure all necessary site related approvals, permits, licenses, and consents necessary to commence and
complete the Services and will execute any necessary site access agreement. Consultant will be responsible for supervision and site safety measures
for its own employees, but shall not be responsible for the supervision or health and safety precautions for any other parties, including Client, Client's
contractors, subcontractors, or other parties present at the site.
Consultanf.2 Terracon sultants Inc. Client: Kirkham Michael
By: (_ / c _ Date: 04/01/2011 By: Date:
Name/Title: Cameron Blinn / CMT Department Manager Name/Title:
Address: 6612 Chancellor Drive, Suite 102 Address: 11021 Aurora Avenue
Cedar Falls, Iowa 50613 Des Moines, Iowa 50322
Phone: 319.277.4016 Fax: 319.277.4320 Phone: (515) 270-0848 Fax: (515) 270-1067
Reference Number: CF11099
Page 2 of 2 Rev. 8-10
VI `u10 NOSY
MI Z 0 83
Z 1ORRsIO
NOIIVIIJOdSNVH1301N3 11HVd30 VM01
CITY OF WATERLOO
DEPARTMENT OF ENGINEERING TRANSMITTAL
715 Mulberry Street Waterloo, IA 50703
DATE:2/15/12
TO: Maria Armstrong
Transmitted herewith are:
QUANTITY
One copy
Contract No.784
PROJ ECT:STP-U-8155(696)--70-07
DESCRIPTION
Agreement
Change Order Contracts and Bonds
Engineering Contract
Maintenance Bond
Plans and Specifications
Punch List
TV Reports
Supplemental Agreement No. 3
One Copy Each Federal Funding Authorization, "Notice -To -Proceed" Letter
n
n
n
n
For your Action
For your Approval
For your Information
For your signature
Other
n
n
n
1t
Per Your Request
Per our Conversation
For your review
For your Files
COMMENTS:
Cc: Michelle Weidner w/attachments, Pauline Closson w/attachments, File w/attachments
City Engineering Department
Jeff Bales, Associate Engineer
Page 1 of 1
JEFF BALES
From: JEFF BALES
Sent: Friday, February 10, 2012 4:35 PM
To: Richard D. Herrick
Subject: STP -U-8155(696)-70-07 Supplemental Agreement No. 3 - Notice -To -Proceed and FHWA
Authorization
Dear Mr. Herrick,
Attached is a fully -signed Agreement For Professional Services and a FMIS statement showing FHWA
authorizaton. Please consider this e-mail your "Notice -To -Proceed" with work under this agreement,
effective today - February 10th, 2012. An original will follow-up in the mail.
Jeff Bales
Associate Engineer
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
319-291-4312
2/15/2012
Run Date: 01/25/2012
Run Time: 10:10:35
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL HIGHWAY ADMINISTRATION
FEDERAL -AID PROJECT MODIFICATION
Report:FMISDO6A
Page 1
STATE IOWA PROJECT NO: 8155(711) NO: 5
STATE PROJ. NO(S): 70078155711
DESCRIPTION: Along Shaulis Rd from Ansborough Ave to IA 121 & along Ansborough Ave from W Shaulis Rd to US 20 in
Waterloo-PE/ROW/PCC Paving/CE
CLASSIFICATION OF PHASE OF WORK: CONSTR
THE PROJECTAGRmVIENT FOR THE ABOVE -REFERENCED PROJECT ENTERED INTO BETWEEN THE UNDERSIGNED PARTIES AND
EXECUTED BY THE DIVISION ADMINISTRATOR ON 04/16/2010 IS HEREBY MODIFIED AS FOLLOWS:
PROGRAM URBAN/ FORMER AMOUNT REVISED AMOUNT
CODE WITH
L200 ESTIMATED TOTAL OF PROJECT $954,060.00 $954,060.00
FEDERAL FUNDS $763,248.00 $763,248.00
ADV CONSTRUCTION FUNDS $0.00 $0.00
PERCENT FEDERAL SHARE 80.00% 80.00%
L20E ESTIMATED TOTAL OF PROJECT $5,247,516.00 $5,589,755.00
FEDERAL FUNDS $1,969,852.00 $2,104,252.00
ADV CONSTRUCTION FUNDS $1,086,422.40 $1,225,813.26
PERCENT FEDERAL SHARE 80.00% 80.00%
STATE REMARKS:
STP -U-8155(711)-70-07 - AMEND MOD. #5 - Added all phases of CE
SW -U-8155(711)-70-07 - AMEND MOD. #4 - Added construction for Letting Date 1/18/12, FA 80/20, STIP$2,733,100, Renal 20173.
$1,427,173 is considered non -participating cost show n under L20E on Dtl #01.
STP -U-8155(711)-70-07 - AMEND MOD. #3 - Increased ROW Acquisition to reflect negotiations w ith a land ow ner to eliminate irregular
parcel borders.
STP -U-8155(711)-70-07 - AMEND MOD. #2 - Increased ROW Acquisition to reflect cost discovered during appraisaVnegotiation/etc. STS
was also increased to $2,733,100, Item# 10269.
STP -U-8155(711)-70-07 - AMEND MOD. #1 - Added $411,368(FA) for ROW Acquisition and $72,528(FA) for ROW Incidentals. and
$28,000(FA) for relocation assistance and property management.
In accordance With FHWA E -Mail dated 10/18/2010 this agreement is subject to the follow mg aw and teras:
http://edocket.access.gpo.gov/2010/pdf/2010-22705.pdf and http://edocket.access.gpo.gov/2010/pdf/2010-22706.pdf.
DIVISION REMARKS:
ALL OTHER TERMS AND CONDITIONS OF THE PROJECT AGREEMENT WILL REMAN IN FULL FORCE AND EFFECT.
DEPARTMENT OF TRANSPORTATION
AVAILABLE FUNDS CEli I IFIED BY: DANIEL C. STOKES DATE 01/20/2012
APPROVAL RECOMMENDED BY: DANIEL C. STOKES DATE 01/20/2012
APPROVED AND AUTHORIZED BY: DANIEL C. STOKES DATE 01/20/2012
FEDERAL HIGHWAY ADMINISTRATION
APPROVAL RECOMMENDED BY: JULIE R LOESCH DATE 01/20/2012
APPROVED AND AUTHORIZED BY: THOMAS L. PARHAM DATE 01/23/2012
MODIFICATION APPROVED BY: PETER E JENSEN DATE 01/23/2012
AGREEMENT FOR PROFESSIONAL SERVICES
Supplemental Agreement No. 3
WEST SHAULIS ROAD EXTENSION
IN WATERLOO, IOWA
STP -U-8155(696)--70-07
KM 0611638
WHEREAS, the City of Waterloo Iowa, a municipal corporation organized and existing pursuant to
the laws of the State of Iowa, hereinafter referred to as the "CITY," has an Agreement for
Professional Services in connection with the design of the West Shaulis Road Extension STP -U-
8155(696)--70-07, hereinafter called the "PROJECT" with Kirkham Michael & Associates, Inc.,
Roger Helgoth, P.E., President, 12700 West Dodge Road, Omaha, NE, hereinafter referred to as the
"CONSULTANT,"; and
WHEREAS, said Agreement was approved by the CITY on June 4, 2007, hereinafter called the
BASE AGREEMENT; and
WHEREAS, the CITY has entered into a Supplemental Agreement Number 1 with the
CONSULTANT to provide construction engineering services for Phase 1 of the West Shaulis Road
Extension (STP -U-8155(696)--70-07) for West Shaulis Road from Hoff Road to Ansborough
Avenue, said agreement having been approved by the CITY on July 28, 2009: and
WHEREAS, the CITY has entered into a Supplemental Agreement Number 2 with the
CONSULTANT to provide final design engineering services for Phase 2 of the West Shaulis Road
Extension (STP -U-8155(711)--70-07) for West Shaulis Road from Ansborough Avenue to Iowa
Highway 21 and for Ansborough Avenue from West Shaulis Road to U.S. Highway 20, said
agreement having been approved by the CITY on March 8, 2010; and
WHEREAS, the Iowa Department of Transportation, hereinafter referred to as the "STATE", and
CITY have entered into a Statewide Transportation Improvement Program for the West Shaulis Road
Extension (STP -U-8155(711)--70-07); and
WHEREAS, the CITY is desirous of obtaining additional services required for construction phase
services for Phase 2 of the project, from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20 included in Project No. STP -U-
8155(711)-70-07; and
WHEREAS, the CONSULTANT being a corporation organized and existing under the laws of the State
of Nebraska, and being duly authorized to do business in the State of Iowa; and
WHEREAS, the CONSULTANT is willing to perform the professional services for the CITY in
accordance with the terms of the original agreement, as supplemented herein, and warrants that it is in
compliance with Iowa statutes relating to the licensure of Professional Engineers,
NOW, THEREFORE, IT IS MUTUALLY AGREED that the Supplemental Agreement No. 3 for
additional Professional Services for the PROJECT amends the BASE AGREEMENT and previous
supplemental agreements by:
1. ARTICLE 2 – SCOPE OF SERVICES AND OTHER SPECIAL TERMS AND CONDITIONS
of the BASE CONTRACT is supplemented to read as follows:
2.1.4 SERVICES TO BE PROVIDED BY CONSULTANT
Detailed Scope of Services for Supplemental Agreement No. 3 shall be as stipulated in
Attachment No. SA3 to this Supplemental Agreement No. 3, which defines the additional
services required to provide construction administration and on-site observation during
construction of West Shaulis Road from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20.
2. ATTACHMENT C as referenced in ARTICLE 2 — FORM OF COMPENSATION of the BASE
AGREEMENT is supplemented to read as follows:
3.1.1.5 FEES FOR SUPPLEMENTAL AGREEMENT NO. 3
The maximum compensation chargeable under the BASE AGREEMENT for the actual costs
incurred for direct labor, indirect costs, and other direct costs including reimbursables, but
excluding fixed fee is $373,302. The fixed fee is $35,338. Total maximum compensation for
the BASE AGREEMENT, including all costs, is $408,640.
The maximum compensation chargeable under Supplemental Agreement No. 1 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including reimbursables,
but excluding fixed fee, is $91,349.00. The fixed fee shall be $8,651.00. Total maximum
compensation for Supplemental Agreement No. 1, including all costs, shall be $100,000.00.
The maximum compensation chargeable under Supplemental Agreement No. 2 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including reimbursables,
but excluding fixed fee, is $111,607.15. The fixed fee shall be $13,392.85. Total maximum
compensation for Supplemental Agreement No. 2, including all costs, shall be $125,000.00.
The maximum compensation chargeable under Supplemental Agreement No. 3 for the actual
costs incurred for direct labor, indirect costs, and other direct costs including subconsultants
and reimbursables, but excluding fixed fee, is $289,392.53. The fixed fee shall be $27,087.78.
Total maximum compensation for Supplemental Agreement No. 3, including all costs except
authorized contingency shall be $316,480.31. Contingency for this project shall be set aside
above this amount, and reserved for use if requested and authorized in the amount of
$25,758.25.
3. ARTICLE 4.7 EXTENSION OF TIME is supplemented to read as follows:
ARTICLE 4.7.1 The CONSULTANT shall complete all services outlined in the BASE
AGREEMENT and supplemental agreements providing no unforeseen delays are experienced
beyond the control of the CONSULTANT. Construction administration and observation
services for West Shaulis Road from Ansborough Avenue to Iowa Highway 21 and for
Ansborough Avenue from West Shaulis Road to U.S. Highway 20 shall be conducted together
with the construction contract, and concluded 60 days after final acceptance of the
construction contract.
OTHER CONDITIONS OF BASE AGREEMENT
It is hereby expressly understood and agreed between the parties that all other terms, provisions, and
conditions of said amended BASE AGREEMENT shall continue in full force and effect, and the terms of
this Supplemental Agreement No. 3 are hereby incorporated therein and made a part thereof.
(This page and Exhibit A revised on 08/10/2011)
2
kri
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of this /t3 day of
, 2011.
CITY 2 WATERLOO, IOWA
Vice President
IOWA DEPARTMENT OF TRANSPORTATION
Accepted for Authorization*
ionn
By i� iv/7' / 44
Name 06‘e• /9 11/40-
Office/91d
Date V?":22.,0)a
Title Lc .5-
jeslr.�r1Q,t
* The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is
indicating that the work proposed under this Agreement is acceptable for FHWA authorization of Federal
funds.
3
ATTACHMENT SA3
SCOPE OF SERVICES
WEST SHAULIS ROAD EXTENSION
PROJECT NO: STP -U-8155(696)-70-07 (Engineering)
SUPPLEMENTAL AGREEMENT NO. 3
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
INTRODUCTION
This document presents the consultant team's scope of services for additional engineering and
analysis services requested and required for advancement of the West Shaulis Road Extension
project from Ansborough Avenue Iowa Highway 21, and Ansborough Avenue from West
Shaulis Road to U.S. Highway 20. This additional work is required to provide construction
administration and on-site observation during construction of Iowa DOT project STP -U-
8155(711)-70-07. The construction project uses STP Urban funds and local funds.
The construction project is being let through the Iowa DOT in the sunnmer of 2011.
Construction is anticipated to start approximately one month later, and to extend for
approximately 220 working days, or as otherwise set by the Iowa DOT prior to the time of
bidding.
Services required to complete this scope of work include the following.
• Construction Engineering by Kirkham Michael,
• Materials Testing, Plant Monitoring, and Vibration Monitoring by Terracon on an as -
needed basis,
• SWPPP administration by Kirkham Michael, and
• On-site Construction Observation by Kirkham Michael.
Overall budget for the supplement is summarized in Exhibit A at the end of this attachment.
SCOPE OF SERVICES – CONSTRUCTION PHASE SERVICES
1. CONSTRUCTION ADMINISTRATION
Kirkham Michael staff will serve as Project Engineer for the project (including all applicable
responsibilities of that position, per Iowa DOT procedures), and provide on-site observation of
construction activities throughout the term of construction, to the level required to satisfy normal
IaDOT requirements. KM will provide observers with appropriate IaDOT certifications for the
work being performed, and will assemble and document materials as needed to satisfy federal aid
requirements. Proposed services are based upon an estimated 220 working days period of
construction, assuming that the contractor will extend through one winter shutdown period. The
proposed services assume approximately 1800 hours of observation actually required through
the contractor's work period, assuming that full time inspection is required during periods of
significant activity, and multiple observers will be required during some concrete pours, and part
time inspection will be sufficient for some periods of slow or intermittent activity.
Kirkham Michael staff will conduct all on-site concrete testing, and will collect, assemble, and
verify all certifications.
As part of the on-site observations scope of work, KM staff will provide survey control services
to assist the contractor's surveyor, and will provide independent survey for confirmation as
Scope of Services - SA3 Page 2
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
needed, but will not provide construction survey.
Kirkham Michael staff will prepare for, conduct, and follow-up as needed to complete materials
and field document audits through the IaDOT, to secure federal funding for items as planned in
the contract documents.
Construction Administration work will comply with the following standard requirements for City of
Waterloo projects.
After award of the construction contract, the CONSULTANT shall perform the following
construction administration services:
1. Pre -construction Conference: The CONSULTANT shall conduct a pre -construction
conference for the project with the Contractor and CITY and all interested parties to review
the contract requirements, details of construction, utility conflicts and work schedule.
2. Shop Drawings - The CONSULTANT shall review the Contractor's shop drawings and other
required submittals for compliance with the contract docurnents.
3. The CONSULTANT shall answer design interpretation questions from Engineer, Contractor
and review agencies.
4. Contractor Payment Requests - The CONSULTANT shall review and process progress
payment applications submitted by the Contractor and, based upon its review of construction
progress by on-site observation, shall make a recommendation to the Engineer for payment
of the appropriate amount for work completed since the last payment application.
5. Change Orders - The CONSULTANT shall negotiate and prepare change orders for approval
of the CITY prior to Contractor's start of work under the change order.
6. During the Construction Services Phase, the CONSULTANT shall confer with the CITY to
report project status.
7. During construction, the CONSULTANT will maintain and update storm water protection
inspection records, updated plans, and other documentation in accordance with the CITY's
procedures, contents of the construction plans and specifications, and applicable
requirements of the NPDES permit for the project. CONSULTANT will coordinate with the
CITY and with the contractor building the project to monitor, maintain, and update
stonnwater controls in place on the project; make biweekly and post -precipitation
inspections, and update on-site documentation as required.
8. Final Inspection and Punch List; Final Acceptance - The CONSULTANT shall coordinate
final inspection and prepare a punch list of items to be completed. On the basis of such
inspection, the CONSULTANT shall determine if the project is substantially complete
according to the plans and specifications and shall make a recommendation to the Engineer
regarding final payment. It is understood that the CITY will accept the project only after
recommendation by the CONSULTANT.
Scope of Services - SA3 Page 3
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
9. If the Contractor exceeds the estimated working days in completing construction of the
project, or if change orders or project additions require additional working days, the
CONSULTANT will be compensated for administration. construction observation and other
related services based on established hourly rates and fixed expenses outlined in EXHIBIT
A.
2. CONSTRUCTION OBSERVATION
The CONSULTANT shall provide the following Construction Observation services:
1. The CONSULTANT shall cause its design personnel to make periodic visits to the site at
intervals appropriate to the stage of construction and not less than daily, or as otherwise
agreed by the CITY and CONSULTANT in writing, to provide field observation to ascertain
the progress and quality of the work completed and to determine if the work is being
performed in accordance with the Contract Documents. However, the CONSULTANT shall
not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the work. Construction Observation services do not include responsibility for
construction means, controls, techniques, sequences, procedures or safety.
2. Keep a record or log of Contractors activities throughout construction, including notation on
the nature and cost of any extra work or changes ordered during construction.
3. If the Contractor requests a waiver of any provisions of the plans and specifications, the
CONSULTANT will make a recommendation on the request to the CITY for its
determination. No waiver shall be granted if such waiver would serve to reduce the quality
of the final product. The CITY shall never be deemed to have authorized the
CONSULTANT to consent to the use of defective workmanship or materials.
4. The CONSULTANT will coordinate the acceptance testing and monitoring according to the
specifications including the services provided by an independent testing laboratory.
5. Notification of Nonconformance - On the basis of on-site observations as a design
professional, the CONSULTANT shall keep the CITY informed of the progress and quality
of the Work and shall guard the City against defects and deficiencies in the Work. The
CONSULTANT shall notify the CITY of any work which is unsatisfactory, faulty, defective,
incomplete or does not conform to the Contract Documents, advise and recommend action
required to correct or complete such unsatisfactory, faulty, defective or incomplete work and,
at the request of the CITY, see that these recommendations are implemented by the
Contractor.
3. MATERIALS TESTING AND PLANT MONITORING
Scope of Services - SA3 Page 4
West Shaulis Road Extension Professional Services Proposal
Supplemental Agreement No. 3 April, 2011
Concrete lab analysis, soil sampling, and density testing will be provided by an independent lab
contracted by the CONSULTANT. Concrete samples will be collected by the CONSULTANT,
then provided to the lab for curing, storage, and strength testing. Concrete testing services are
based upon an estimated 40 concrete pours required to complete the construction work.
Soil sampling, lab work, and on-site nuclear densometer tests will be provided by an independent
lab, in coordination with Kirkham Michael staff in the field. Soil sampling intervals are based
upon IaDOT guidance for frequency of tests, but will vary as actually required in the field.
Proctor analysis, and other related lab work is included in the estimates, as required.
Independent lab personnel will also provide concrete plant monitoring as required by IaDOT
procedures, for concrete productions for this project.
Personnel responsible for obtaining samples and performing material test will have the
appropriate Iowa DOT certifications as provided in Iowa DOT Materials 213.
See EXHIBIT A for Kirkham Michael staff hour and direct cost estimates
attributable to this work.
Scope of Services - SA3
Page 5
Project Staff Hour Estimate and Engineering Budget - KIRKHAM MICHAEL
West Shaulis Road Phase 2 CA - SUPPLEMENTAL AGREEMENT 3
IaDOT Project Number STP -U-8155(696)-70-07
updated 8/10/11, rdh
Task Description
Senior
Principal Transp. Engineer Engineer Admin /
Engineer Engineer Intern III Intern II Civil Tech II Party Chief Clerical
(Shawn) (Steve) (Greg) (Nate) (Jeremy) (Chad) (Cindy)
$72.12 $46.63 $29.81 $25.48 $27.50 $21.00 $20.88
EXHIBIT A
Terracon
Subtotals KM ''' KM Direct Testing
Labor;;; Expenses Services
1.10 Constr.
str. Engineering i $4,327' $2,611 $1,431 $40
8' �'' $220 $d
Project Management 24 24 16 8
1.2 Shop Drawings 8 8
1.3 Project Engineering Oversight / Admin 24 24
1.4 Materials Testing / Subs Coord. 4 16 8
1.5 Preconstructlon Meeting 8 8 8
2.0 Construction' Observation` $577 $560 $28,975 "' $25,582 $5,720 $2,520
2.1 Setup l Prep 8 8 8 8
2.2 Vibration Survey / Monitoring 4 40
2.3 On-site Observation 900 900 16
2.4 Pouring Control
2.5 Construction Survey
2.6 Close -Out / Audits 4 4 24
3.0 Materials Testing / Plant;Moriitoring $0!'r '" $560 „i$1♦908
3.1 Density Testing, Soils, Gradations 4 32
3.2 Concrete Testing 4 16
3.3 PCC Plant Monitoring 4 16
3.4
80
16
160
24
120
8
4
$501
16
8
$209';
4
4
2
TOTAL Hours 68 80 1,084 1,020 216 120 46
TOTAL Direct Labor Cost $4,904 $3.730 $32.314 $25,990 $5,940 $2,520 8960
Labor + Overhead + Profit $15,178 $11,546 $100,012 880,438 $18,384 $7,799 $2,973
Subtotal Direct Labor
Breakdown of KM Expenses: (KM rates planned for this project at or below FHWA allowable) Overhead at 195.62%
Item 1.5 KM Direct Expenses
200 miles at $0.55 110 Fixed Fee at 12%
Item 2.2
200 miles at $0.55 110
2 days meals at $30 60
Item 2.3
$9.246 $110 " ' $0
incl.
$110 incl.
$64;435 $31,521 $9,070
$170 $9,070
$28,602
$315
$2,234
$200
$20,130
$165 incl.
$55 incl.
2,634 ['1,„,
$76,358.68
876,358.681
$149,372.85!6
$31,851.00 $31,851 $29,200
$27,087.78
Authorized Total KM Fee $284,670.31 $31,851 $29,200
176 days hotel at $77 13552 Total KM Costs $257,582.53
220 days meals at $30 6600 Recommended Contingency @ 10% of Costs $25,758.25
15,000 miles at $0.55 8250 KM Authorized Plus Contingency $310,428.57
misc costs $200 200 Terracon Total Fee $29,200.00
Item 2.4: Terracon Contingency $ 2,610.00
5 days meals at $30 150 Terracon Authorized Plus Contingency $ 31,810.00
300 miles at $0.55 165
Item 2.5: KM plus Terracon Total Contract Amount with Contingency $ 342,238.57
12 days hotel at $77 924
15 days meals at $30 450
1,200 miles at $0.55 660
misc costs $200 200
Item 2.6: Percentage of an estimated $3.5 million construction contract 10%
Printing, copying, postage 200 Estimates assume a 220 working day contract.
Item 3.2
300 miles at $0.55 165
Item 3.3
100 miles at $0.55 55
1Terraron
March 28, 2011
Kirkham Michael
11021 Aurora Avenue
Des Moines, Iowa 50322
Attn: Mr. Greg Cabalka
P: (515) 270-0848
gcabalka@kirkham.com
Re: Proposal Letter
Construction Observation and Testing Services
West Shaulis Road Extension
Waterloo, Iowa
Terracon Proposal No. CF11093
Dear Mr. Cabalka:
Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to
provide construction observation and testing services for the West Shaulis Road project in
Waterloo, Iowa. This proposal outlines our understanding of the project, scope of services,
performance schedule, and estimated fee for our services.
A. PROJECT INFORMATION
We understand the project consists of constructing a new Shaulis roadway from Ansborough
Avenue to Hawkeye Road and reconstruct a portion of Ansborough Avenue from Shaulis Road
to the south of Highway 20 in Waterloo, Iowa.
B. SCOPE OF SERVICES
We understand the scope of our services will include observation of subgrade soils, field density
testing of site fills along with associated laboratory testing, and performing IDOT plant monitor
services. If requested, our scope of services may also include retrieving PCC flexural strength
specimens (cast by others) from the project site and performing the associated laboratory
testing. For your reference, the additional costs for these services have been included in this
proposal. All of the services outlined in the scope of services section will be provided on a part-
time, as -requested basis, and your field personnel or the contractor will be responsible to
coordinate with us for scheduling.
Performance Schedule - It is suggested that our services be scheduled a minimum of 1
working day in advance. For part-time services, scheduling personnel will be on an as -available
basis which may require changes of personnel assigned to the project; however, an effort will be
Terracon Consultants, Inc. 6612 Chancellor Drive, Ste. 102 Cedar Falls, Iowa 50613
P [319] 277 4016 F 319] 277 4320 terracon.com
Geotechnical
vi roomentaI
Proposal for Construction Materials Testing
West Shaulis Road Extension .: Waterloo, Iowa
March 28, 2011 < Agreement Reference No. CF11093
lierracon
made to assign the most cost effective personnel to your project. Results of our observation
and testing will be submitted verbally to authorized personnel upon completion. Summaries of
our observations and testing will also be emailed to your attention at the above address. Hard
copies of our reports can be provided upon request.
C. COMPENSATION
The fees for our services will be billed in accordance with the cost-plus format as detailed in the
attached Schedule A. Please understand the cost detailed in Schedule A is approximate and
based on information provided by Kirkham Michael and our estimate of the contractors
schedule. The technician's time will be charged portal to portal. The project manager's time will
consist of project coordination, direction, and preparation of reports of the test results.
Administrative services include dispatching, data entry and electronic report distribution through
our CMELMS project management system. Invoices for services provided will be sent to your
attention at the above address.
D. AUTHORIZATION
If you are in agreement with the outlined scope of services and terms and conditions, please
sign the attached Agreement for Services and return one copy for our file. It will be inferred that
you are in agreement with the above scope of services and enclosed terms and conditions
unless we are notified in writing. Please be aware that we will be unable to distribute field and
laboratory reports until a signed contract is received. In addition, we request a complete set of
plans and specifications prior to the start of the project. We should also be copied on all
revisions related to our services. An email of the signed Agreement for Services can also be
submitted to expedite the commencement of services, but we request that a signed original
follow.
We appreciate the opportunity to provide this proposal and look forward to assisting you with
this project.
Sincerely,
Ter7n Consultants, Inc.
Cameron Blinn Rick Loc art
Department Manager Office Manager
Construction Materials Services Principal
Cc: (2) - Client
(1) - File
Attachments: Schedule A
Agreement For Services
Responsive Resourceful = Reliable 2
West Shaulis Road Extension
City of Waterloo, Iowa
Proposal No. CF11093
Date: 3/28/2011
SCHEDULE A
I. Direct Labor Costs:
CATEGORY HOURS RATE/HR. AMOUNT
Technician II 144 15.01 2,161
Technician IV 8 22.99 184
Administration / Secretary 8 16.63 133
Field Engineer 21.67
Project Engineer 3 25.97 78
Senior Project Manager* 86 34.84 2,996
Principal Engineer 1 45.09 45
Subtotal (Rounded) $5,600
*Includes Plant Monitoring Time
II. Payroll Burden & Overhead Costs
@ 208.4% (Rounded)
$11,670
Ills. Direct Project Expense
CATEGORY UNITS UNIT RATE AMOUNT
Mileage 1,056 0.51 539
Subtotal (Rounded) $540
IIIb. Direct Third -Party Expense
Meals and Accommodations (per diem)
Consumable & Misc. Supplies
Other Third -Party Expenses
IV. Estimated Costs (I+11+1IIa+IIIb)
V. Fixed Fee (13% of I+II+IIIa, Rounded)
VI. Total Cost plus Fee (IV+V)
VH. Contingency (10% of IV, Rounded)
VIII. Total with Contingency
100.00
Subtotal (Rounded) $0
$17,810
$2,320
$20,130
$1,780
$21,910
lFerracon
AGREEMENT FOR SERVICES
Reference Number: CFI1093
This AGREEMENT is between Kirkham Michael ("Client") and Terracon Consultants, Inc. ("Consultant°) for Services to be provided by Consultant for
Client on the West Shaulis Road Extension project ("Project), as described in the Project Information section of Consultant's Proposal dated 3/28/2011
("Proposal") unless the Project is otherwise described in Exhibit A to this Agreement (which section or Exhibit is incorporated into this Agreement).
1. Scope of Services. The scope of Consultant's services is described in the Scope of Services section of the Proposal ("Services"), unless Services
are otherwise described in Exhibit B to this Agreement (which section or exhibit is incorporated into this Agreement). Portions of the Services may be
subcontracted. Consultant's Services do not include the investigation or detection of, nor do recommendations in Consultant's reports address
the presence or prevention of biological pollutants (e.g., mold, fungi, bacteria, viruses, or their byproducts) or occupant safety issues, such as
vulnerability to natural disasters, terrorism, or violence. If Services include purchase of software, Client will execute a separate software license
agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and fumished to Consultant
at the time of the Services.
2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to
execute the Services, and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's
request, both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.
Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. In the event Client
uses a purchase order or other form to administer this Agreement, the use of such form shall be for convenience purposes only and any additional or
conflicting terms it contains are stricken. This Agreement shall not be assigned by either party without prior written consent of the other party. Either
party may terminate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred and fees
eamed to the date of termination plus reasonable costs of closing the project,
3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so requests,
Consultant will return to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees for the
requested changes. Following Client's review, Client shall provide written acceptance. If Client does not follow these procedures, but instead directs,
authorizes, or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid for this work
according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or described to
Consultant at the time of proposal, Consultant is entitled to a change order equitably adjusting its Services and fee.
4. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Compensation
section of the Proposal unless fees are otherwise stated in Exhibit C to this Agreement (which section or Exhibit is incorporated into this Agreement). If
not stated in either, fees will be according to Consultant's current fee schedule. Fee schedules are valid for the calendar year in which they are issued.
Consultant may invoice Client at least monthly and payment is due upon receipt of invoice. Client shall notify Consultant in writing, at the address
below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed
portion. Client shall pay a finance fee of 1.5% per month, but not exceeding the maximum rate allowed by law, for all unpaid amounts 30 days or older.
Client agrees to pay all collection -related costs that Consultant incurs, including attomey fees. Consultant may suspend Services for lack of timely
payment. It is the responsibility of Client to determine whether federal, state, or local prevailing wage requirements apply and to notify Consultant if
prevailing wages apply. If it is later determined that prevailing wages apply, and Consultant was not previously notified by Client, Client agrees to pay
the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid amounts in line with prevailing wages.
Client also agrees to defend, indemnify, and hold harmless Consultant from any alleged violations made by any governmental agency regulating
prevailing wage activity for failing to pay prevailing wages, including the payment of any fines or penalties.
5. Third Party Reliance. This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third party
beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and is not intended for third parties. For a limited time
period not to exceed three months from the date of the report, Consultant will issue additional reports to others agreed upon with Client, however Client
understands that such reliance will not be granted until those parties sign and return Consultant's reliance agreement and Consultant receives the
agreed-upon reliance fee.
6. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THIS
PROJECT, INCLUDING CONSULTANTS FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE
ASSOCIATED RISKS. TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS
RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO
THE GREATER OF $25,000 OR CONSULTANTS FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES
(INCLUDING ATTORNEY AND EXPERT FEES) ARISING OUT OF CONSULTANTS SERVICES OR THIS AGREEMENT. UPON WRITTEN
REQUEST FROM CLIENT, CONSULTANT MAY NEGOTIATE A HIGHER LIMITATION FOR ADDITIONAL CONSIDERATION. THIS LIMITATION
SHALL APPLY REGARDLESS OF AVAILABLE INSURANCE COVERAGE, CAUSE(S) OR THE THEORY OF LIABILITY, INCLUDING
NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER
CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY.
7. Indemnity/Statute of Limitations. Consultant and Client shall indemnify and hold harmless the other and their respective employees from and
against legal liability for claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are legally determined to be
caused by their negligent acts, errors, or omissions. In the event such claims, losses, damages, or expenses are legally determined to be caused by the
joint or concurrent negligence of Consultant and Client, they shall be borne by each party in proportion to its own negligence under comparative fault
principles. Neither party shall have a duty to defend the other party, and no duty to defend is hereby created by this indemnity provision and such duty
is explicitly waived under this Agreement. Causes of action arising out of Consultant's services or this Agreement regardless of cause(s) or the theory
of liability, including negligence, indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall commence
to run not later than the date of Consultant's substantial completion of services on the project.
8. Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions in the same locale. CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS
OR IMPLIED, RELATING TO CONSULTANT'S SERVICES AND CONSULTANT DISCLAIMS ANY IMPLIED WARRANTIES OR WARRANTIES
IMPOSED BY LAW, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
9. Insurance. Consultant represents that it now carries, and will continue to carry: (1) workers' compensation insurance in accordance with the laws of
the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1,000,000); (ii)
Page 1 of 2 Rev. 8 -ID
1[erracon
commercial general liability insurance ($1,000,000 occ / $2,000,000 agg); (111) automobile liability insurance ($1,000,000 B.I. and P.D. combined single
limit); and (iv) professional liability insurance ($1,000,000 claim / agg). Certificates of insurance will be provided upon request. Client and Consultant
shall waive subrogation against the other party on all general liability and property coverage.
10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE; LOSS OF
USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES, GOODS, OR SERVICES; COST OF CAPITAL; OR FOR
ANY SPECIAL, CONSEQUENTIAL, INDIRECT, PUNITIVE, OR EXEMPLARY DAMAGES.
11. Dispute Resolution. Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and
until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has violated
the standard of care applicable to Consultant's performance of the Services. Client shall provide this opinion to Consultant and the parties shall
endeavor to resolve the dispute within 30 days, after which Client may pursue its remedies at law. This Agreement shall be governed by and construed
according to Kansas law.
12. Subsurface Explorations. Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings, test pits, or other
exploratory services. Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a reasonable
distance from those locations. Consultant will take reasonable precautions to reduce damage to the site when performing Services; however, Client
accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless specifically included in
the Services.
13. Testing and Observations. Client understands that testing and observation are discrete sampling procedures, and that such procedures indicate
conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based on tests and
field observations only for the work tested. Client understands that testing and observation are not continuous or exhaustive, and are conducted to
reduce - not eliminate - project risk. Client agrees to the level or amount of testing performed and the associated risk. Client is responsible (even if
delegated to contractor) for requesting services, and notifying and scheduling Consultant so Consultant can perform these Services. Consultant is not
responsible for damages caused by services not performed due to a failure to request or schedule Consultant's services. Consultant shall not be
responsible for the quality and completeness of Client's contractor's work or their adherence to the project documents, and Consultant's performance of
testing and observation services shall not relieve Client's contractor in any way from its responsibility for defects discovered in its work, or create a
warranty or guarantee. Consultant will not supervise or direct the work performed by Client's contractor or its subcontractors and is not responsible for
their means and methods.
14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed in testing or disposed of upon completion of tests (unless
stated otherwise in the Services). Client shall furnish or cause to be fumished to Consultant all documents and information known or available to Client
that relate to the identity, location, quantity, nature, or characteristic of any hazardous waste, toxic, radioactive, or contaminated materials ("Affected
Materials") at or near the site, and shall immediately transmit new, updated, or revised information as it becomes available. Client agrees that
Consultant is not responsible for the disposition of Affected Material unless specifically provided in the Services, and that Client is responsible for
directing such disposition. In the event that test samples obtained during the performance of Services (i) contain substances hazardous to health,
safety, or the environment, or (ii) equipment used during the Services cannot reasonably be decontaminated, Client shall sign documentation (if
necessary) required to ensure the equipment and/or samples are transported and disposed of properly, and agrees to pay Consultant the fair market
value of this equipment and reasonable disposal costs. In no event shall Consultant be required to sign a hazardous waste manifest or take title to any
Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate govemmental agencies. The Client agrees that
Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site. Accordingly, Client waives any claim
against Consultant and agrees to indemnify and save Consultant, its agents, employees, and related companies harmless from any claim, liability or defense
cost, including attorney and expert fees, for injury or loss sustained by any party from such exposures allegedly arising out of Consultant's non -negligent
performance of services hereunder, or for any claims against Consultant as a generator, disposer, or arranger of Affected Materials under federal, state, or
local law or ordinance.
15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's
property. Proprietary concepts, systems, and ideas developed during performance of the Services shall remain the sole property of Consultant. Files
shall be maintained in general accordance with Consultant's document retention policies and practices.
16. Utilities. Client shall provide the location and/or arrange for the marking of private utilities and subterranean structures. Consultant shall take
reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to
subterranean structures or utilities that are not called to Consultant's attention, are not correctly marked, including by a utility locate service, or are
incorrectly shown on the plans fumished to Consultant.
17. Site Access and Safety. Client shall secure all necessary site related approvals, permits, licenses, and consents necessary to commence and
complete the Services and will execute any necessary site access agreement. Consultant will be responsible for supervision and site safety measures
for its own employees, but shall not be responsible for the supervision or health and safety precautions for any other parties, including Client, Client's
contractors, subcontractors, or other parties present at the site.
Consultant: �j Terracon Consultants, Inc. Client: Kirkham Michael
By: Date: 3/28/2011 By: Date:
Name/Title: Cameron Blinn / CMT Department Manager Name/Tdle:
Address: 6612 Chancellor Drive, Suite 102 Address: 11021 Aurora Avenue
Cedar Falls, Iowa 50613 Des Moines, Iowa 50322
Phone: 319.277.4016 Fax: 319.277.4320
Phone: (515) 270-0848 Fax: (515) 270-1067
Reference Number. CF11093
Page 2 of 2 Rev. 8-10
i rerracon
April 01, 2011
Kirkham Michael
11021 Aurora Avenue
Des Moines, Iowa 50322
Attn: Mr. Greg Cabalka
P: (515) 270-0848
gcabalka@kirkham.com
Re: Proposal Letter
Pre / Post Condition Survey and Vibration Monitoring
Ansborough Avenue Barn
Waterloo, Iowa
Terracon Proposal No. CF11099
Dear Mr. Cabalka:
Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to
perform pre and post condition surveys and to monitor the level of vibrations transmitted to the
adjacent barn, due to the proposed reconstruction of Ansborough Avenue. This proposal
presents our understanding of the project along with the requested scope of services, our fee,
and anticipated work schedule.
A. PROJECT INFORMATION
We understand the project consists of constructing a new Shaulis roadway from Ansborough
Avenue to Hawkeye Road and reconstruct a portion of Ansborough Avenue from Shaulis Road
to the south of Highway 20 in Waterloo, Iowa.
B. SCOPE OF SERVICES
Item 1: Preconstruction Condition Survey
Terracon will perform the preconstruction survey to document the preconstruction physical
condition of the Bar Lee Farms, LTD Barn located at 4634 Ansborough Avenue in Waterloo,
Iowa. Terracon will assess the existing structure using visual observation methods. We can
obtain measurements of visible structural members, but we will not remove any building
materials to assess internal components or members and we will not destructively obtain
samples of the structure's materials for testing.
Terracon Consultants, Inc. 6612 Chancellor Drive, Ste. 102 Cedar Falls, Iowa 50613
P 319 277 4016 F 319 277 4320 terracon.com
Geotechnical
Environmental
onstruction Materials 1 Facilities
Proposal for Pre / Post Construction Survey & Vibration Monitoring
Ansborough Avenue Barn Waterloo, Iowa
April 1, 2011 L Agreement Reference No. CF11099
lierracon
Terracon will also provide professional opinions concerning locations of crack monitors.
Terracon can procure, install and record movements evidenced by crack monitors unless the
client desires to perform this task themselves.
Item 2: Ground Vibration Specification and Monitoring
Terracon will consult with Kirkham Michael concerning our findings and opinions of the
Preconstruction Condition Survey of the Barn. The structural condition of the barn is one factor
to consider when determining the structure's susceptibility to damage from ground -borne
vibrations. Terracon recommends baseline vibration levels due to "normal" traffic be obtained
prior to the start of construction. These baseline measurements should provide an indication of
the vibrations levels historically received at the Barn. At the start of construction, vibration
levels should be measured as the contractor operates several heavily loaded trucks on the
roadway. Using these data, Terracon can assist Kirkham Michael in establishing "warning" and
"stop work" levels of vibration amplitude and/or frequency received at the barn. Terracon should
measure vibrations at the barn each time a new construction activity is undertaken and
thereafter, Terracon will monitor vibrations for each activity on an as -requested basis when
notified by Kirkham Michael.
Item 3: Crack Monitoring
Unless the client will self perform this task, Terracon personnel will install crack monitoring
devices at locations identified by the preconstruction survey. Our budget estimate includes
costs to procure and install up to 10 gauges and considers Kirkham Michael personnel will
record movements evidenced by crack monitor devices during demolition and construction.
Terracon can remove crack monitor devices at the time of the post -condition survey, or the
gauges can be left in place if desired by the property owner. It should be noted that the gauges
budgeted in our estimate are typically fastened to the surface using either epoxy or screws.
While we will work with the contractor to provide the best method for installing the gauges, some
damage to the surface is possible. Restoration of the surfaces is not part of our scope of
services.
Item 4: Post -Construction Condition Survey
Terracon will perform a visual, post -construction condition survey. Upon completion of the
survey, Terracon will prepare a brief survey report including any digital photos or video
recordings obtained during the monitoring.
Respowisive. Resourceful -= Reliable 2
Proposal for Pre / Post Construction Survey & Vibration Monitoring
Ansborough Avenue Barn t. Waterloo, Iowa
April 1, 2011 Agreement Reference No. CF11099
Performance Schedule
lierracon
We can schedule our site visits upon your acceptance of this proposal and our receipt of written
authorization to proceed. It is recommended that this work not precede the initiation of the
construction work by more than sixty days. We can initiate services based on the return of a
signed copy of this contract. We anticipate that the final report could be provided within 2
weeks of completing the field work.
C. COMPENSATION
The fees for our services will be billed in accordance with the cost-plus format as detailed in the
attached Schedule A. Please understand the cost detailed in Schedule A is approximate and
based on information provided by Kirkham Michael. The technician's time will be charged portal
to portal. The project manager's time will consist of project coordination, direction, and
preparation of reports of the test results. Administrative services include dispatching, data entry
and electronic report distribution through our CMELMS project management system. Invoices
for services provided will be sent to your attention at the above address.
D. AUTHORIZATION
Our standard terms and conditions are attached for your review and should be considered a
part of our contract for services. If you are in agreement with the outlined scope of services and
terms and conditions, please sign the attached Agreement for Services and return one copy for
our file. It will be inferred that you are in agreement with the above scope of services and
enclosed terms and conditions unless we are notified in writing. Please be aware that we will be
unable to distribute field and laboratory reports until a signed contract is received. In addition,
we request a complete set of plans and specifications prior to the start of the project. We
should also be copied on all revisions related to our services.
Thank you for considering Terracon for condition survey and vibration monitoring services. We
look forward to assisting you on this project. If you have any questions regarding this proposal,
please contact us.
Sincerely,
Terragion Consultants j c.
ameron Blinn Rick Lock art
Department Manager Office Manager
Construction Materials Services Principal
Cc: (2) - Client
(1) - File
Attachments: Schedule A
Agreement For Services
Responsive Resourceful Reliable 3
Ansborough Avenue Barn
Waterloo, Iowa
Proposal No. CF11099
Date: 04/01/2011
SCHEDULE A
I. Direct Labor Costs:
CATEGORY
Technician I
Technician II
Technician IV
Driller
CAD Drafter
Administration / Secretary
Field Engineer
Project Engineer
Senior Project Manager
Principal Engineer
II. Payroll Burden & Overhead Costs
@ 208.4% (Rounded)
Illa. Direct Project Expense
CATEGORY
Mileage
IIIb. Direct Third -Party Expense
Equipment Rental
Consumable & Misc. Supplies
IV. Estimated Costs (I+II+IIIa+l11b)
V. Fixed Fee (13% of I+II+IIIa, Rounded)
VL Total Cost plus Fee (IV+V)
VII. Contingency (10% of IV, Rounded)
VIII. Total with Contingency
HOURS RATE/HR. AMOUNT
11.92
10 15.01 150
22.99
20.21
16.55
16.63
21.67
25.97
48 34.84 1,672
3 45.09 135
Subtotal (Rounded) $1,960
UNITS UNIT RATE
288 0.51
Subtotal (Rounded)
1 575.00
1 1500.00
Subtotal (Rounded)
$4,080
AMOUNT
147
$150
575
1,500
$2,080
$8,270
$800
$9,070
$830
$9,900
1Terrac®n
AGREEMENT FOR SERVICES
Reference Number: CF11099
This AGREEMENT is between Kirkham Michael ("Client") and Terracon Consultants, Inc. ("Consultant") for Services to be provided by Consultant for
Client on the Ansboroucih Avenue Bam project ("Project), as described in the Project Information section of Consultant's Proposal dated 04/01/2011
("Proposal") unless the Project is otherwise described in Exhibit A to this Agreement (which section or Exhibit is incorporated into this Agreement).
1. Scope of Services. The scope of Consultant's services is described in the Scope of Services section of the Proposal ("Services"), unless Services
are otherwise described in Exhibit B to this Agreement (which section or exhibit is incorporated into this Agreement). Portions of the Services may be
subcontracted. Consultant's Services do not include the investigation or detection of, nor do recommendations in Consultant's reports address
the presence or prevention of biological pollutants (e.g., mold, fungi, bacteria, viruses, or their byproducts) or occupant safety issues, such as
vulnerability to natural disasters, terrorism, or violence. If Services include purchase of software, Client will execute a separate software license
agreement. Consultant's findings, opinions, and recommendations are based solely upon data and information obtained by and furnished to Consultant
at the time of the Services.
2. Acceptance/ Termination. Client agrees that execution of this Agreement is a material element of the consideration Consultant requires to
execute the Services, and if Services are initiated by Consultant prior to execution of this Agreement as an accommodation for Client at Client's
request, both parties shall consider that commencement of Services constitutes formal acceptance of all terms and conditions of this Agreement.
Additional terms and conditions may be added or changed only by written amendment to this Agreement signed by both parties. In the event Client
uses a purchase order or other form to administer this Agreement, the use of such form shall be for convenience purposes only and any additional or
conflicting terms it contains are stricken. This Agreement shall not be assigned by either party without prior written consent of the other party. Either
party may terminate this Agreement or the Services upon written notice to the other. In such case, Consultant shall be paid costs incurred and fees
earned to the date of termination plus reasonable costs of closing the project.
3. Change Orders. Client may request changes to the scope of Services by altering or adding to the Services to be performed. If Client so requests,
Consultant will return to Client a statement (or supplemental proposal) of the change setting forth an adjustment to the Services and fees for the
requested changes. Following Client's review, Client shall provide written acceptance. If Client does not follow these procedures, but instead directs,
authorizes, or permits Consultant to perform changed or additional work, the Services are changed accordingly and Consultant will be paid for this work
according to the fees stated or its current fee schedule. If project conditions change materially from those observed at the site or described to
Consultant at the time of proposal, Consultant is entitled to a change order equitably adjusting its Services and fee.
4. Compensation and Terms of Payment. Client shall pay compensation for the Services performed at the fees stated in the Compensation
section of the Proposal unless fees are otherwise stated in Exhibit C to this Agreement (which section or Exhibit is incorporated into this Agreement). If
not stated in either, fees will be according to Consultant's current fee schedule. Fee schedules are valid for the calendar year in which they are issued.
Consultant may invoice Client at least monthly and payment is due upon receipt of invoice. Client shall notify Consultant in writing, at the address
below, within 15 days of the date of the invoice if Client objects to any portion of the charges on the invoice, and shall promptly pay the undisputed
portion. Client shall pay a finance fee of 1.5% per month, but not exceeding the maximum rate allowed by law, for all unpaid amounts 30 days or older.
Client agrees to pay all collection -related costs that Consultant incurs, including attomey fees. Consultant may suspend Services for lack of timely
payment. It is the responsibility of Client to determine whether federal, state, or local prevailing wage requirements apply and to notify Consultant if
prevailing wages apply. If it is later determined that prevailing wages apply, and Consultant was not previously notified by Client, Client agrees to pay
the prevailing wage from that point forward, as well as a retroactive payment adjustment to bring previously paid amounts in line with prevailing wages.
Client also agrees to defend, indemnify, and hold harmless Consultant from any alleged violations made by any governmental agency regulating
prevailing wage activity for failing to pay prevailing wages, including the payment of any fines or penalties.
5. Third Party Reliance. This Agreement and the Services provided are for Consultant and Client's sole benefit and exclusive use with no third party
beneficiaries intended. Reliance upon the Services and any work product is limited to Client, and is not intended for third parties. For a limited time
period not to exceed three months from the date of the report, Consultant will issue additional reports to others agreed upon with Client, however Client
understands that such reliance will not be granted until those parties sign and return Consultant's reliance agreement and Consultant receives the
agreed-upon reliance fee.
6. LIMITATION OF LIABILITY. CLIENT AND CONSULTANT HAVE EVALUATED THE RISKS AND REWARDS ASSOCIATED WITH THIS
PROJECT, INCLUDING CONSULTANTS FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO ALLOCATE CERTAIN OF THE
ASSOCIATED RISKS. TO THE FULLEST EXTENT PERMITTED BY LAW, THE TOTAL AGGREGATE LIABILITY OF CONSULTANT (AND ITS
RELATED CORPORATIONS AND EMPLOYEES) TO CLIENT AND THIRD PARTIES GRANTED RELIANCE IS LIMITED TO
THE GREATER OF $25,000 OR CONSULTANT'S FEE, FOR ANY AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES
(INCLUDING ATTORNEY AND EXPERT FEES) ARISING OUT OF CONSULTANT'S SERVICES OR THIS AGREEMENT. UPON WRITTEN
REQUEST FROM CLIENT, CONSULTANT MAY NEGOTIATE A HIGHER LIMITATION FOR ADDITIONAL CONSIDERATION. THIS LIMITATION
SHALL APPLY REGARDLESS OF AVAILABLE INSURANCE COVERAGE, CAUSE(S) OR THE THEORY OF LIABILITY, INCLUDING
NEGLIGENCE, INDEMNITY, OR OTHER RECOVERY. THIS LIMITATION SHALL NOT APPLY TO THE EXTENT THE DAMAGE IS PAID UNDER
CONSULTANT'S COMMERCIAL GENERAL LIABILITY POLICY.
7. Indemnity/Statute of Limitations. Consultant and Client shall indemnify and hold harmless the other and their respective employees from and
against legal liability for claims, losses, damages, and expenses to the extent such claims, losses, damages, or expenses are legally determined to be
caused by their negligent acts, errors, or omissions. In the event such claims, losses, damages, or expenses are legally determined to be caused by the
joint or concurrent negligence of Consultant and Client, they shall be bome by each party in proportion to its own negligence under comparative fault
principles. Neither party shall have a duty to defend the other party, and no duty to defend is hereby created by this indemnity provision and such duty
is explicitly waived under this Agreement. Causes of action arising out of Consultant's services or this Agreement regardless of cause(s) or the theory
of liability, including negligence, indemnity or other recovery shall be deemed to have accrued and the applicable statute of limitations shall commence
to run not later than the date of Consultant's substantial completion of services on the project.
8. Warranty. Consultant will perform the Services in a manner consistent with that level of care and skill ordinarily exercised by members of the
profession currently practicing under similar conditions in the same locale. CONSULTANT MAKES NO WARRANTIES OR GUARANTEES, EXPRESS
OR IMPLIED, RELATING TO CONSULTANT'S SERVICES AND CONSULTANT DISCLAIMS ANY IMPUED WARRANTIES OR WARRANTIES
IMPOSED BY LAW, INCLUDING WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.
9. Insurance. Consultant represents that it now carries, and will continue to carry: (i) workers' compensation insurance in accordance with the laws of
the states having jurisdiction over Consultant's employees who are engaged in the Services, and employer's liability insurance ($1,000,000); (ii)
Page 1 of 2 Rev. 8-10
Trr con
commercial general liability insurance ($1,000,000 occ / $2,000,000 agg); (iii) automobile liability insurance ($1,000,000 B.I. and P.D. combined single
limit); and (iv) professional liability insurance ($1,000,000 claim / agg). Certificates of insurance will be provided upon request. Client and Consultant
shall waive subrogation against the other party on all general liability and property coverage.
10. CONSEQUENTIAL DAMAGES. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR LOSS OF PROFITS OR REVENUE; LOSS OF
USE OR OPPORTUNITY; LOSS OF GOOD WILL; COST OF SUBSTITUTE FACILITIES, GOODS, OR SERVICES; COST OF CAPITAL; OR FOR
ANY SPECIAL, CONSEQUENTIAL, INDIRECT, PUNITIVE, OR EXEMPLARY DAMAGES.
11. Dispute Resolution. Client shall not be entitled to assert a Claim against Consultant based on any theory of professional negligence unless and
until Client has obtained the written opinion from a registered, independent, and reputable engineer, architect, or geologist that Consultant has violated
the standard of care applicable to Consultant's performance of the Services. Client shall provide this opinion to Consultant and the parties shall
endeavor to resolve the dispute within 30 days, after which Client may pursue its remedies at law. This Agreement shall be govemed by and construed
according to Kansas law.
12. Subsurface Explorations. Subsurface conditions throughout the site may vary from those depicted on logs of discrete borings, test pits, or other
exploratory services. Client understands Consultant's layout of boring and test locations is approximate and that Consultant may deviate a reasonable
distance from those locations. Consultant will take reasonable precautions to reduce damage to the site when performing Services; however, Client
accepts that invasive services such as drilling or sampling may damage or alter the site. Site restoration is not provided unless specifically included in
the Services.
13. Testing and Observations. Client understands that testing and observation are discrete sampling procedures, and that such procedures indicate
conditions only at the depths, locations, and times the procedures were performed. Consultant will provide test results and opinions based on tests and
field observations only for the work tested. Client understands that testing and observation are not continuous or exhaustive, and are conducted to
reduce - not eliminate - project risk. Client agrees to the level or amount of testing performed and the associated risk. Client is responsible (even if
delegated to contractor) for requesting services, and notifying and scheduling Consultant so Consultant can perform these Services. Consultant is not
responsible for damages caused by services not performed due to a failure to request or schedule Consultant's services. Consultant shall not be
responsible for the quality and completeness of Client's contractor's work or their adherence to the project documents, and Consultant's performance of
testing and observation services shall not relieve Client's contractor in any way from its responsibility for defects discovered in its work, or create a
warranty or guarantee. Consultant will not supervise or direct the work performed by Client's contractor or its subcontractors and is not responsible for
their means and methods.
14. Sample Disposition, Affected Materials, and Indemnity. Samples are consumed in testing or disposed of upon completion of tests (unless
stated otherwise in the Services). Client shall furnish or cause to be fumished to Consultant all documents and information known or available to Client
that relate to the identlty, location, quantity, nature, or characteristic of any hazardous waste, toxic, radioactive, or contaminated materials ("Affected
Materials") at or near the site, and shall immediately transmit new, updated, or revised information as it becomes available. Client agrees that
Consultant is not responsible for the disposition of Affected Material unless specifically provided in the Services, and that Client is responsible for
directing such disposition. In the event that test samples obtained during the performance of Services (i) contain substances hazardous to health,
safety, or the environment, or (i) equipment used during the Services cannot reasonably be decontaminated, Client shall sign documentation (if
necessary) required to ensure the equipment and/or samples are transported and disposed of properly, and agrees to pay Consultant the fair market
value of this equipment and reasonable disposal costs. In no event shall Consultant be required to sign a hazardous waste manifest or take title to any
Affected Materials. Client shall have the obligation to make all spill or release notifications to appropriate governmental agencies. The Client agrees that
Consultant neither created nor contributed to the creation or existence of any Affected Materials conditions at the site. Accordingly, Client waives any claim
against Consultant and agrees to indemnify and save Consultant, its agents, employees, and related companies harmless from any claim, liability or defense
cost, including attorney and expert fees, for injury or loss sustained by any party from such exposures allegedly arising out of Consultant's non -negligent
performance of services hereunder, or for any claims against Consultant as a generator, disposer, or arranger of Affected Materials under federal, state, or
local law or ordinance.
15. Ownership of Documents. Work product, such as reports, logs, data, notes, or calculations, prepared by Consultant shall remain Consultant's
property. Proprietary concepts, systems, and ideas developed during performance of the Services shall remain the sole property of Consultant. Files
shall be maintained in general accordance with Consultant's document retention policies and practices.
16. Utilities. Client shall provide the location and/or arrange for the marking of private utilities and subterranean structures. Consultant shall take
reasonable precautions to avoid damage or injury to subterranean structures or utilities. Consultant shall not be responsible for damage to
subterranean structures or utilities that are not called to Consultant's attention, are not correctly marked, including by a utility locate service, or are
incorrectly shown on the plans fumished to Consultant.
17. Site Access and Safety. Client shall secure all necessary site related approvals, permits, licenses, and consents necessary to commence and
complete the Services and will execute any necessary site access agreement. Consultant will be responsible for supervision and site safety measures
for its own employees, but shall not be responsible for the supervision or health and safety precautions for any other parties, including Client, Client's
contractors, subcontractors, or other parties present at the site.
Consult nt j2 Terracon Cgnsultants, inc. Client: Kirkham Michael
By: Lam' _--i
� Date: 04/01/2011 By: Date:
Name/Title: Cameron Blinn / CMT Department Manager Name/Title:
Address: 6612 Chancellor Drive, Suite 102 Address: 11021 Aurora Avenue
Cedar Falls, Iowa 50613 Des Moines, Iowa 50322
Phone: 319.277.4016 Fax: 319.277.4320 Phone: (515) 270-0848 Fax: (515) 270-1067
Reference Number. CF1 1099
Page 2 of 2 Rev. 8-10
Page 1 of 3
JEFF BALES
From: JEFF BALES
Sent: Friday, January 13, 2012 10:19 AM
To: 'Welper, Robert [DOT]'
Cc: Mohome, Willie [DOT]; 'Greg Cabalka'
Subject: RE: STP -U-8155(696)-70-07 & STP -U-8155(711)-70-07
Bob,
Based on input Greg Cabalka, project inspector, the estimated outstanding payments under (696) is
$52,000 for construction. The PE and CE contracts have been final billed and we are awaiting final
audit. Greg estimates the final construction contract cost to be approximately $1,195,000. The federal -aid
portion of this would amount $956,000.
Based on the information received in Shawn Majors e-mail dated 1/12/12, $1,565,000 has been
authorized for construction. Therefore, $609,000 appears to be available to be moved to (711). Also,
both you and Shawn identified another $134,400 in "parked funds". Adding both of these figures amounts
to grand total of $743,400 available to be transferred to (711). I'm thinking this is the amount that I should
request be moved.
Let me know what you think. Thanks.
Jeff
From: Welper, Robert [DOT] [mailto:Robert.Welper@dot.iowa.gov]
Sent: Thursday, January 12, 2012 5:15 PM
To: JEFF BALES
Cc: Mohorne, Willie [DOT]
Subject: RE: STP -U-8155(696)--70-07 & STP -U-8155(711)-70-07
Jeff,
The following numbers are derived from the Fed Aid Project Modification (attached). They only address
construction costs and construction engineering (CE) costs for (711). They are all hand -calculated, so
please verify the math before using.
$5,247,516 estimated total project cost (includes DOT -generated contingency), minus
$1,427,173 non -participating (includes DOT -generated contingency). That leaves
$3,820,343 construction costs eligible for Fed aid.
$3,820,343 construction costs eligible for Fed aid, times
80% Fed aid share
$3,056,274.40 potential Fed aid need for construction
$3,056,274.40 potential Fed aid need for construction, minus
$1,969,852.00 Fed aid committed on 12/12/2011. Unfunded Fed aid -eligible share of construction cost
is
$1,086,422.40 (also known as Advanced Construction Funds)
2/10/2012
Page 2 of 3
$ 338,238.57 construction engineering (CE) fee, times
80% Fed aid share
$ 273,790.86 potential Fed aid share of CE
$ 273,790.86 potential Fed aid share of CE, minus
$ 134,400.00 Fed aid available immediately from (696), minus
$ 139,390.86 portion of Fed aid available upon de -obligation from (696), equal
$ 0.00 CE fully funded
$ 555,110.00 Fed aid available upon de -obligation from (696), minus
$ 139,390.86 portion of Fed aid available upon de -obligation from (696) used for CE, equal
$ 415,719.14 remainder of Fed aid available upon de -obligation from (696)
$1,086,422.40 unfunded Fed aid share of construction cost, minus
$ 415,719.14 remainder of Fed aid available upon de -obligation from (696), equals
$ 670,703.26 Fed aid -eligible work that must use local money.
REMAINING CITY COSTS for (711)
$1,427,173.00 non -participating construction work, plus
$ 492,463.00 matching funds for $1,969,852 Fed aid already committed to (711) construction work, plus
$ 33,600.00 matching funds for $134,400 Fed aid available immediately from (696), plus
$ 138,777.00 matching funds for $555,110 Fed aid available upon de -obligation from (696), plus
$ 670,703.26 Fed aid -eligible work that must use local money, equals
$2,762,716.26
This is entirely my interpretation of the money in play. The numbers presented are the those available when I
put it together.
Bob
From: Majors, Shawn [DOT]
Sent: Thursday, January 12, 2012 8:38 AM
To: Majors, Shawn [DOT]; 'JEFF BALES'; Welper, Robert [DOT]
Cc: Chambers, Matthew [DOT]; Galloway, Kevin [DOT]; Stokes, Danny [DOT]
Subject: RE: STP -U-8155(696)--70-07 & STP -U-8155(711)--70-07
It appears that some of the funding for PE on (696) was actually reduced at some point so I have the current STIP
limit incorrect. The correct STIP limit for (696) is actually $2,146,912 meaning there is $134,400 available right
now. Sorry for the confusion.
From: Majors, Shawn [DOT]
Sent: Thursday, January 12, 2012 8:29 AM
To: 'JEFF BALES'; Welper, Robert [DOT]
Cc: Chambers, Matthew [DOT]; Galloway, Kevin [DOT]; Stokes, Danny [DOT]
Subject: STP -U-8155(696)--70-07 & STP -U-8155(711)--70-07
Jeff, Below is a summary of what we currently have authorized for each of these projects.
STP -U-8155(696)--70-07
PE $326,912
CE $120,000
2/10/2012
e3of3
Construction $1,565,600
Total FA Authorized $2,012,512
STIP Limit $2,106,912
STP -U-8155(711)--70-07
PE $100,000
ROW $635,248
Other $28,000
Construction $1,969,852
Total FA Authorized $2,733,100
STIP Limit $2,733,100
You are currently at your STIP limit for (711) and you are under your STIP limit on (696) by $94,400 so you have
that available now. The bid for construction with contingency on (696) came in at $1,263,112 and 80% of those
costs are $1,010,489. The difference between what is authorized and the bid amount is $555,110. Since these
funds are currently obligated they would need to be de -obligated before they can become available for (711). I
am basing these numbers on the bids and I don't know if there were change orders or how close this project is
to being completed or finaled out. I recommend that Bob and yourself work together to figure out how much
funding is actually available based on the latest costs. Once we move funds from one project to another we
won't be able to move them back so we need to make sure we don't move too much depending on the status of
the project. If you and Bob can come up with a number then we can de -obligate the funds on (696) and
authorize them on (711). Please let me know if you have any questions. Thanks
Shawn Majors
Office of Program Management
Iowa Department of Transportation
800 Lincoln Way
Ames, IA 50010
ph. (515) 239-1288
2/10/2012