Loading...
HomeMy WebLinkAboutIDOT - Ansborough Avenue - 12/10/2018.. DOT GETTING YOU THERE») February 14, 2019 Mohammad Elahi City of Waterloo Engineering 715 Mulberry Street City Hall Waterloo, IA 50703 Re: Ansborough Avenue Improvements, City of Waterloo Project Number STP -A-8155(757)-86-07; Agreement Number 2017-ICAAP-05 Dear Mr. Elahi: Enclosed is a copy of an executed Consultant Agreement Amendment between City of Waterloo, Ament, Inc., and the Iowa Department of Transportation for the above referenced project. This agreement completes the consultant selection process. In addition, City of Waterloo must comply with the provisions set forth in this agreement to ensure that eligible project costs may receive federal aid reimbursement. Thank you for your assistance. If you have questions, I can be reached by telephone at 515-239-1713 or by e-mail at zachary.bitting@iowadot.us. Sincerely, Zi '13 Zac Bitting 1 Office of Systems Planning Enclosures cc: Michael Dryden, Ament, Inc. (signed consultant agreement) Patricia Jacobs, Office of Finance (copy of enclosure) .. I [515-239-1713] D I [zachary.bitting@iowadot.us] ®I www.iowadot.gov 9 FEB 2'2 201S Address: [800 Lincoln Way, Ames, IA 50010] Please return this copy to; City Clerk & Finance Dept. 715 Mulberry St. Waterloo, IA 50703 Contract No. [XXXXX] Owner Project No. TOF-284 Iowa DOT Project No. STP -A-8155(757)--86-07 Standard Consultant Contract For Local Public Agency Consultant Contracts with Federal -aid Participation Supplemental Agreement No, 1 This SUPPLEMENTAL AGREEMENT #1, (amending the Original Standard Consultant Contract dated 6-11-2018) made as of the date of the last party's signature below, is by and BETWEEN City of Waterloo, Iowa, the Owner, located at: 715 Mulberry Street City Hall Waterloo, Iowa 50703 Phone: (319) 291-4440 FAX: (319) 291-4094 and Ament, Inc. (dba Ament Design), the Consultant, located at: 625 32nd Avenue SW Cedar Rapids, lowa 52404 Phone: (319) 378-1401 FAX: (319) 378-1975 For the following Project: Ansborough Avenue Improvements, Ansborough Avenue from Black Hawk Road north 0.1 Miles to Downing Avenue, PCC Pavement Widening The Owner has decided to proceed with the Project, subject to the concurrence and approval of the Iowa Department of Transportation (Iowa DOT), and the Federal Highway Administration (FHWA), U.S. Department of Transportation (when applicable). The Owner desires to employ the Consultant to provide permanent acquisition plats and temporary easement plats to accommodate the proposed construction on the Project. The Consultant is willing to perform these services in accordance with the terms of this Agreement. Page 1 of 23 TABLE OF CONTENTS Article Number and Description 1 Initial Information 1.1 Project Parameters 1.2 Financial Parameters 1.3 Project Team 1.4 Time Parameters 1.5 Minimum Qualification Standards 2 Entire Agreement, Required Guidance and Applicable Law 2.1 Entire Agreement of the Parties 2.2 Required Guidance 2.3 Applicable Law 3 Form of Compensation 3.1 Method of Reimbursement for the Consultant 3.2 Subconsultant's Responsibilities for Reimbursement 4 Terms and Conditions 4.1 Ownership of Engineering Documents 4.2 Subconsultant Contract Provisions and FlowDown 4.3 Consultant's Endorsement on Plans 4.4 Progress Meetings 4.5 Additional Documents 4.6 Revision of Work Product 4.7 Extra Work 4.8 Extension of Time 4.9 Responsibility for Claims andLiability 4.10 Current and Former Agency Employees (Conflicts ofinterest) 4.11 Suspension of Work 4.12 Termination of Agreement 4.13 Right to Set-off 4.14 Assignment or Transfer 4.15 Access to Records 4.16 Iowa DOT and FHWA Participation 4.17 Nondiscrimination Requirements 4.18 Compliance with Title 49, Code of Federal Regulations, Part 26 4.19 Severabllity Attachment A - Scope of Services Attachment B - Specifications Attachment C - Fees and Payments Attachment C-1 — Cost Analysis Worksheet Attachment D - Certification Regarding Debarment, Suspension, and Other Responsibility Matters Attachment E - Certification of Consultant Attachment F - Certification of Owner Attachment G - Sample Invoice Form Attachment H - Consultant Fee Proposal Page 2 of 23 ARTICLE 1 INITIAL INFORMATION This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is: to prepare permanent and temporary property acquisition plats for the Ansborough Avenue Improvement Project from Black Hawk Road to Downing Avenue. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: One thousand nine hundred eighty-six dollars and no cents ($1,986.00) 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: Zero 1.3 Project Team 1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is:. Mohammad Elahi, Traffic Engineer, City Traffic Operations Department. The Contract Administrator is the authorized representative, acting as liaison officer for the Owner for purpose of coordinating and administering the work under the Agreement. The work under this Agreement shall at ail times be subject to the general supervision and direction of the Contract Administrator and shall be subject to the Contract Administrators approval. 1.3.2 The Consultants Designated Representative is: Michael G. Dryden, P.E. 1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table: Subconsultant None 1.4 Time Parameters Amount Authorized Maximum Amount Payable Method of Payment 1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to proceed from the Owner. 1.4.2 Milestones for completion of the work under this Agreement as follows: 1. Preliminary design plans including type/size/location for all structures (preliminary design) and detail elements for a design public hearing and construction right-of-way needs shall be completed and accepted on or before January 15, 2019. 2. Final design, contract plans, and specifications and estimates shall be completed and in a form acceptable to the Owner on or before Apri123, 2019. 3. Completion of all work under this agreement shall be on or before June 18, 2019 unless extended by written approval of the Contract Administrator or adjusted by supplemental agreement. 1.4.3 The Consultant shall not begin final design activities until after the Owner has been notified by the Iowa DOT that FHWA Environmental Concurrence has been obtained. Upon receipt of such notice, the Owner will provide the Consultant notice to proceed with final design activities. 1.5 Minimum Qualification Standards (MQS) 1.5.1 The Consultant and their subconsultants are required to meet the Minimum Qualifications Standards (MQS) requirements of specified work categories as defined in the Iowa DOT's Policy and Procedure Manual (PPM), Policy No. 300.04, at the time of contract execution, and for the duration of the contract. Work under this contract will require the consultant team to meet the requirements of Work Category Traffic Operations Design. Failure to meet the requirements during the contract wft rem Page 3 of 23 r FEB 2 2 2019 cancellation of any remaining portion of the contract. 1.5.2 All services within this agreement shall be performed by the Consultant or subconsultant who meets the MQS of the specified work categories as defined Iowa DOT PPM 300.04. If no work category exists for a particular service, normal methods of acceptance shall be used, such as experience, typical licensure, certification or registration, or seals of approval by others. ARTICLE 2 ENTIRE AGREEMENT, REQUIRED GUIDANCE, AND APPLICABLE LAW 2.1 Entire Agreement of the Parties. This Supplemental Agreement #1, along with the Original Standard Consultant Contract, including its attachments, represents the entire and integrated agreement between the Owner and the Consultant and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Owner and Consultant. This Agreement comprises the documents listed as attachments in the Table of Contents. The work to be performed by the Consultant under this Agreement shall encompass and include all detail work, services, materials, equipment and supplies necessary to prepare and deliver the scope of services provided in Attachment A. 2.2 Required Guidance. All services shall be in conformity with the Specifications outlined in Attachment B, the Iowa Department of Transportation Federal -aid Project Development Guide, Instructional Memorandums to Local Public Agencies (l.M.$), and other standards, guides or policies referenced therein. In addition, applicable sections of the U.S. Department of Transportation Federal Aid Policy Guide (FAPG) shall be used as a guide in preparation of plans, specifications and estimates. 2.3 Applicable Law. The laws of the State of Iowa shall govern and determine ail matters arising out of or in connection with this Agreement without regard to the choice of law provisions of Iowa law. In the event any proceeding of a quasi-judicial or judicial nature is commenced in connection with this Agreement, the exclusive jurisdiction for the proceeding shall be brought in the Black Hawk County District Court of Iowa, Waterloo, Iowa. This provision shall not be construed as waiving any immunity to suit or liability including without limitation sovereign immunity in State or Federal court, which may be available to the Owner. The Consultant shall comply with all Federal, State and local laws and ordinances applicable to the work performed under this Agreement. ARTICLE 3 FORM OF COMPENSATION 3.1 Method of Reimbursement for the Consultant. 3.1.1 Compensation for the Consultant shall be computed in accordance with one of the following compensation methods, as defined in Attachment C: .1 [ ] Cost Plus Fixed Fee - Attachment C .2 [ ] Lump Sum - Attachment C .3 [X] Specific Rate of Compensation - Attachment C .4 [ ] Unit Price - Attachment C .5 [ ] Fixed Overhead Rate - Attachment C 3.1.2 When applicable, compensation for the subconsultants) shall be computed in accordance with one of the payment methods listed in section 3.1.1. Refer to section 1.3.3 for identification of the method of payment utilized in the subconsultant(s) contract. The compensation method utilized for each subconsultant shall be defined within the subconsultant contract to the Consultant. 3.2 Subconsultant's Responsibilities for Reimbursement. The Consultant shall require the subconsultants (If applicable) to notify them if they at any time determine that their costs will exceed their estimated actual costs. The Consultant shalt not allow the subconsultants to exceed their estimated actual costs without prior written approval of the Contract Administrator. The prime Consultant is cautioned that cost under -runs associated with any subconsultants contract are not available for use by the prime Consulfant or other subconsultant unless the Confract Administrator Iowa DOT, and FHWA (when applicable) have given prior written approval. Page 4 of 23 ARTICLE 4 TERMS AND CONDITIONS Refer to the Original Standard Consultant Contract for Terms and Conditions which shall remain in full effect. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their proper officials thereunto duty authorized as of the dates below. Ament Design By or Michael G. Dryden, P.E. Secretary/Treasurer ATTE T• j Date: ll didt�I'' kir � 1 Date: tD !F( City of Waterloo, Iowa ByDJLELKU-154-Cits---Date: / 100 Quentin M. Hart Mayor IOWA DEPARTMENT OF TRANSPORTATION Accepted for FHWA Authorization* By Date: 2'/ i 76/ Name fM2& Al* 14.('‘`Y Title P t/Z 7 tA, 0/1* of ff Y7[,' y * The lows DOT Is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this Agreement is acceptable for FHWA authorization of Federal funds. Page 5 of 23 ATTACHMENT A Scope of Services It is understood by the Owner and the Consultant that the level and frequency of Progress Reporting shall be mutually established for each project, taking into account the complexity and duration of the work to be performed. For this specific project it is agreed that progress reporting will be provided on a monthly basis. It is understood by the Owner and the Consultant that the task detail associated with the 85% budget notification shall be mutually established for each project in relation to the complexity and duration of the work to be performed. For this specific project it is agreed that all work contemplated in the agreement will be considered as one task(s). It is further agreed that the 85% budget notification requirements will be required for this Agreement based on the volume of work assigned, duration, complexity, and rate of progress anticipated on the project. The Consultant will monitor and review updates to the Iowa DOT's Instructional Memorandums (I.M.$), Road Design Manual, Standard Road Plans, Road Design Details. Updates requiring no additional effort on the part of the Consultant will be incorporated into the work by the Consultant. If the Consultant is of the opinion additional effort will be required, the Consultant will so notify the Contract Administrator, in accordance with Paragraph 4.7. The Contract Administrator will provide written approval or disapproval for the Consultant to incorporate said update into the work and indicate how payment for such work will be addressed. Project Identification Refer to the Original Standard Consultant Contract for Project Identification which shall remain In full effect Scone of Services Refer to the Original Standard Consultant Contract for Scope of Services, which shall remain in full effect, and add the following. 11. Research and Data Collection A. Research and Data Collection 6. Boundary Surveys — This item includes the field and office tasks needed to perform the research and field measurements to determine the roadway right-of-way and intersecting property line locations along the Project corridor(s) to the extent necessary to prepare property acquisition plats and / or easement exhibits. a. Research documents of public record at the Black Hawk County Recorder's office. b. Order Title Reports for one (1) parcel at the southeast corner of the intersection of Ansborough Avenue and Downing Avenue and one (1) parcel at the southwest corner of the intersection of Ansborough Avenue and DowningAvenue. c. Provide a field boundary survey to locate the east and west right of way lines for Ansborough Avenue, the south right-of-way line for Downing Avenue and the property lines for each of the two (2) identified proposed right-of-way parcels. d. Prepare Acquisition Plats and descriptions for two (2) parcels and Temporary Easement Plats and descriptions for two (2) parcels. e. Stake proposed right-of-way corners. Vi. Deliverables A. ENGINEER Deliverables 15. One (1) set of right-of-way and/or permanent easement acquisition plats with legal descriptions [up to two (2)] and temporary construction easement exhibits with descriptions [up to two (2)],,,,„ Page 6 of 23 FEB 2 2 2015 along with accompanying transmittal letter to OWNER. Page 7 of 23 ATTACHMENT B Specifications Refer to the Original Standard Consultant Contract for ATTACHMENT B, Specifications which shall remain in full effect. Page 8 of 23 ATTACHMENT C (referenced from 3.1) Specific Rate of Compensation 3.1.1 FEES AND PAYMENTS 3.1.1.1 Fees. For full and complete compensation for all work, materials, and services furnished under the terms of this Agreement, the Consultant shall be paid fees not to exceed the maximum amount payable under this Agreement of $1,805.00. The maximum amount payable will not be changed unless there is a substantial change in the magnitude, scope, character, or complexity of the services from those covered in this Agreement. Any change in the maximum amount payable will be by Supplemental Agreement. A contingency amount of $ 181.00 has been established for this Agreement and is included in the maximum amount payable. Written request by the Consultant indicating the need and written approval by the Contract Administrator and concurrence from the Iowa DOT are needed prior to usage of the contingency amount. The current schedule of billing rates (direct labor rate, overhead, and fixed fee) are set forth in Attachment C-1. The Consultant may submit for approval a revised rate schedule once during the contract period. This revision may include a revised overhead rate and revised direct labor rates. The revised rate schedule should be submitted to the Contract Administrator for approval and by the Contract Administrator's written approval it shall become a part of this Agreement. 3.1.1.2 Reimbursable Costs. The Consultant shall be reimbursed for direct non -salary costs which are directly attributable and properly allocable to the work. The Consultant will be required to submit a detailed listing of direct non -salary costs incurred and certify that such costs are not included in the overhead expense pool. These costs may include travel and subsistence, reproductions, computer charges, and materials and supplies. Reimbursement of costs is limited to those that are attributable to the specific work covered by this Agreement and allowable under the provisions of the Code of Federal Regulations (CFR), Title 48, Federal Acquisition Regulation System, Subchapter E., Part 30 (when applicable), and Part 31, Section 31.105 and Subpart 31.2. In addition to Title 48 requirements, for meals to be eligible for reimbursement, an overnight stay will be required. 3.1.1.3 Premium Overtime Pay. Notapplicable. 3.1.1.4 Payments. Monthly payments for work completed shall be based on the services completed at the time of the billing and substantiated by monthly progress reports in a form that follows the specific rate schedule. The Contract Administrator Will check such progress reports and payment will be made for the hours completed at each rate and for direct non -salary costs incurred during said month. The Owner shall retain from each monthly payment for construction inspection or construction administration services 0% of the amount due. Invoices shall clearly identify the beginning and ending dates of the prime's and subconsultant's billing cycles. All direct and indirect costs incurred during the billing cycle shall be invoiced. Costs incurred from prior billing cycles and previously not billed, will not be allowed for reimbursement unless approved by the Contract Administrator. Upon completion, delivery and acceptance of all work contemplated under this Agreement, the Consultant shall submit one complete invoice statement of costs incurred and amounts earned. Payment of 100% of the total cost claimed, inclusive of retainage, if applicable, will be made upon receipt and review of such claim. The Consulfanf agrees to reimburse the Owner for possible overpayment determined by final audit. Page 9 of 23 ATTACHMENT C-1 Cost Analysis Worksheet Contract STP -A-8155(757)--86-07, Base Agreement 1. Labor Cost (Prime Only) Employee Classification Hours Rate Amount Manager / Director 2 $165.00 $330.00 Senior Engineer / Architect / Land 0 $150.00 0.00 Surveyor Engineer / Architect / Land Surveyor 0 $125.00 0.00 Engineer / Architect / Survey Intern 2 $100.00 200.00 Technician II 10 $90.00 900.00 Technician I 0 $70.00 0.00 Administrative 1 $75.00 75.00 Labor Total 15 ' $1,505.00 11. Direct Project Expenses (Prime only) Quantity Rate Mileage (miles) 0 $0.545 Reproductions (each) 0 $0.20 Postage (oz.) 0 $0.50 CAD Time (hours) 0 $14.75 Lodging 0 $100.00 Title Reports 1 $300.00 Spikes/Lath 0 $1.00 Survey Supplies 0 $2.50 Amount $0.00 0.00 0.00 0.00 0.00 300.00 0.00 0.00 Total Direct Expenses = $300.00 111. Estimated Actual Costs (EAC) (Prime Only) (I + H) = $1,805.00(Rounded) IV. Contingency (prime only) ( 10% of 1 + 11) = $181.00(Rounded) V. Subconsultant Expenses None (Lump Sum Fee) $0.00 Total Subconsultant Costs = $0.00 V1. Specific Rate of Compensation Agreement Total (lll + IV + V) = (Maximum Amount Payable) $1,986.00* * Includes contingency amounts (Prime & Subconsultants) totaling $181.00 Total initial Authorized Costs (Excluding All Contingency Amounts) = $1,805.00 Page 10 of 23 FEB 2 2 Ms ATTACHMENT D CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -- PRIMARY COVERED TRANSACTIONS Instructions for Certification 1. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. 2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why It cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3. The certification In this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5. The terms "covered transaction, ""debarred, ""suspended," "ineligible," "lower tier covered transaction," "participant," "person" "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the definitions and coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 6. The prospective primary participant agrees by submitting this proposal that should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. 7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8. A participant In a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, Ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Page 11 of 23 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State Antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. State of Iowa Black Hawk County I Michael G. Dryden, Secretary/Treasurer of the Ament Design Company, being duly sworn (or under penalty of perjury under the laws of the United States and the State of Iowa) do hereby certify that the above Statements are true and correct. (Signature) Subscribed and sworn to this /VA day of (montl4 (year) Page 18 of 24 FEB 2 2 2019 ATTACHMENT E CERTIFICATION OF CONSULTANT hereby certify that I, Michael G. Dryden, am the Secretary/Treasurer and duly authorized representative of the firm of Ament Design, whose address is 625 32nd Avenue SW, Cedar Rapids, Iowa 52404, and that neither the above firm nor I has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above Consultant) to solicit or secure this contract, (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out the contract, or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above Consultant) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the contract; except as here expressly stated (if any): I acknowledge that this certificate is to be furnished to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal -aid highway funds, and is subject to applicable, State and Federal laws, both criminal and civil. Signature ' Date Page 19 of 24 ATTACHMENT F CERTIFICATION OF OWNER 1 hereby certify that I, Quentin M. Hart, am the Mayor and the duly authorized representative of the Owner, and that the above consulting firm or his representative has not been required, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract to: (a) Employ or retain, or agree to employ or retain, any firm or person, or (b) Pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind; except as here expresslystated (if any): I acknowledge that this certificate is to be furnished to the to the Iowa Department of Transportation and the Federal Highway Administration, U.S. Department of Transportation, in connection with this contract involving participation of Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. Signature ( ,s,(6J uk.. Date Page 14 of 23 Fib 2 Z LOIS Consultant Name Consultant Address Consultant Address Invoice No. Invoice Period Covered Consultant Job No. ATTACHMENT G Page 6 Specific Rate Progressive Invoice Date Client Project No. County Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] (See Note 1) Subconsultants (including authorized contingency) Name Name Name Total Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime Consultant only. Page 15 of 23 Consultant Name Consultant Address Consultant Address Invoice.No. Invoice Period Covered Consultant Job No. ATTACHMENT G Page 7 Specific Rate Final Invoice Date Client Project No. County Client Project Description Client Contract No. Contract Cumulative Current Estimate To Date Period Labor Dollars (2002) Labor Dollars (2001) Labor Dollars (2000) Labor Dollars (1999) Direct Expenses Mileage Per Diem CADD Estimated Actual Costs [Prime Only] (See Note 1) Subconsultants (including authorized contingency) Name Name Name Total Authorized Contingency Total Authorized Amount Total Billed To Date Remaining Authorized Balance Unauthorized Contingency Prime Subconsultant Name Subconsultant Name Labor Hours (2002) Labor Hours (2001) Labor Hours (2000) Labor Hours (1999) Note 1: Do not include Subconsultant Expenses. Include Labor Dollars and Direct Expenses for Prime Consultant only Page 16 of 23 ATTACHMENT G Page 8 Specific Rate Final Invoice Instructions • Employee Labor Hours and Dollars: A final cumulative job cost report that shows a breakdown of labor by fiscal year, employee name, employee labor hours and employee labor rate is required. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job cost detail. • Direct Expenses: A final cumulative job cost report that shows a breakdown of direct expenses by specific item (mileage, CADD, per diem, etc....) by fiscal year is required. Direct expense items charged should identify the number of units (miles, hours, prints, copies, feet, etc....) and the rate applied by fiscal year. In lieu of a final job cost report, a summary of the aforementioned information is needed. The summary should be supported by monthly job costdetail. • Subconsultant: Final invoice requirements for subconsultants with specific rate contracts are the same as the requirements for the prime consultant. It is the prime consultant's responsibility to assure such an invoice is acquired and attached to the prime's final invoice. Page 17 of 23