HomeMy WebLinkAboutRes.2834.09-08-2014BILL NO. 14-136
RESOLUTION NO
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE A CONTRACT WITH HORNER & SHIFRIN,
INC., FOR THE SOUTH SPRIGG STREET ROADWAY
RESTORATION PROJECT
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF CAPE
GIRARDEAU, MISSOURI, AS FOLLOWS:
ARTICLE 1. The City Manager, for and on behalf of the
City of Cape Girardeau, Missouri, is hereby authorized to
execute a Contract with Horner & Shifrin, Inc., for the South
Sprigg Street Roadway Restoration Project (ER Project 1518
(005)), in the City of Cape Girardeau, Missouri. The Agreement
shall be in substantially the form attached hereto as Exhibit A,
which document is hereby approved by the City Council, with such
changes therein as shall be approved by the officers of the City
executing the same.
PASSED AND ADOPTED THIS
ATTEST:
�Jghkad-
6
L. Conrad, City Clerk
eDAY OF, 2014.
R'gSry E. Rediger, Mayor
SPONSOR: City of Cape Girardeau, MO
LOCATION: Cape Girardeau, MO, Sprigg St. at Cape La Croix Creek
PROJECT: South Sprigg Street Roadway Restoration Project ER Project 1518(005)
THIS CONTRACT is between City of Cape Girardeau; Missouri, hereinafter referred to as the "Local
Agency", and Homer & Shifrin, Inc., 5200 Oakland Ave., St. Louis, MO 63110, hereinafter referred
to as the "Engineer".
INASMUCH as funds have been made available by the Federal Highway Administration through its
Emergency Relief Program, coordinated through the Missouri Department of Transportation, the
Local Agency intends to conduct investigations to characterize the sinkholes, develop a remediation
plan, design that plan, and then implement the project to restore the roadway and bridge to normal
traffic service. The Engineer will provide the Local Agency with professional services hereinafter
detailed for the planning, design and construction inspection of the desired improvements and the
Local Agency will pay the Engineer as provided in this contract. It is mutually agreed as follows:
ARTICLE I — SCOPE OF SERVICES
See Attachment A for the Scope of Service specific to this project.
Due to the unusual nature of this project, work shall be phased and contract supplements issued to
cover design, bidding, and construction phase services. A concept design and investigation phase is
required to identify karst topography impacts on the roadway and bridges and develop
repair/replacement options to restore the roadway.
ARTICLE Il - DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS:
A DBE Goal: The following DBE goal has been established for this Agreement. The dollar
value of services and related equipment, supplies, and materials used in furtherance thereof
which is credited toward this goal will be based on the amount actually paid to DBE firms.
The goal for the percentage of services to be awarded to DBE firms is 10% of the total
Agreement dollar value.
B. DBE Participation Obtained by Engineer: The Engineer has obtained DBE participation, and
agrees to use DBE firms to complete, 12.8% (Concept Phase) of the total services to be
performed under this Agreement, by dollar value. The DBE firms which the Engineer shall
use, and the type and dollar value of the services each DBE will perform, is as follows:
Fig. 136.4.1 Contract
I
Revised 625/13
DBE FIRM
PERCENTAGE
NAME,
CONTRACT
OF
STREET AND
TOTAL $
$ AMOUNT
SUBCONTRACT
COMPLETE
TYPE OF
VALUE OF
TO APPLY
DOLLAR VALUE
MAILING
DBE
THE DBE
TO TOTAL
APPLICABLE TO
ADDRESS
SERVICE
SUBCONTRACT
DBE GOAL
TOTAL GOAL
Civil Design Inc.
Surveying
$14,100
$14,100
$14,100
C & M Constructors
Excavation for
$453000
$45,000
$45,000
Geotechnical
Services
Engineer will make a good faith effort to procure additional DBE participation in design, bid, and
construction phases of this project; however, Engineer, and Local Agency agree due to the
specialized nature of this work goal may be difficult to achieve.
ARTICLE III -ADDITIONAL SERVICES
The Local Agency reserves the right to request additional work, and changed or unforeseen
conditions may require changes and work beyond the scope of this contract. In this event, a
supplement to this agreement shall be executed and submitted for the approval of MoDOT prior to
performing the additional or changed work or incurring any additional cost thereof Any change in
compensation will be covered in the supplement.
ARTICLE IV - RESPONSIBILITIES OF LOCAL AGENCY
The Local Agency will cooperate fully with the Engineer in the development of the project, including
the following:
A. make available all information pertaining to the project which may be in the possession of the
Local Agency;
B. provide the Engineer with the Local Agency's requirements for the project;
C. make provisions for the Engineer to enter upon property at the project site for the performance
of his duties;
D. examine all studies and layouts developed by the Engineer, obtain reviews by MoDOT, and
render decisions thereon in a prompt manner so as not to delay the Engineer;
E. designate a Local Agency's employee to act as Local Agency's Person in Responsible Charge
under this contract, such person shall have authority to transmit instructions, interpret the
Local Agency's policies and render decisions with respect to matters covered by this
agreement (see EPG 136.3);
Fig. 136.4.1 Contract
2
Revised 6/25/13
F. perform appraisals and appraisal review, negotiate with property owners and otherwise
provide all services in connection with acquiring all right-of-way needed to construct this
project.
ARTICLE V - PERIOD OF SERVICE
The Engineer will commence work within two weeks after receiving notice to proceed from the Local
Agency. The general phases of work will be completed in accordance with the following schedule:
A. PS&E Approval by MODOT shall be completed on June 2015.
B. Construction Phase shall be completed 60 days after construction final completion schedule.
The Local Agency will grant time extensions for delays due to unforeseeable causes beyond the
control of and without fault or negligence of the Engineer. Requests for extensions of time shall be
made in writing by the Engineer, before that phase of work is scheduled to be completed, stating fully
the events giving rise to the request and justification for the time extension requested.
ARTICLE VI — STANDARDS
The Engineer shall be responsible for working with the Local Agency in determining the appropriate
design parameters and construction specifications for the project using good engineering judgment
based on the specific site conditions, Local Agency needs, and guidance provided in the most current
version of EPG 136 LPA Policy. If the project is on the state highway system or is a bridge project,
then the latest version of MoDOT's Engineering Policy Guide (EPG) and Missouri Standard
Specifications for Highway Construction shall be used (see EPG 136.7). The project plans must also
be in compliance with the latest ADA (Americans with Disabilities Act) Regulations.
For services provided under this contract, the Local Agency will compensate the Engineer as follows:
A. For conceptual engineering phase, the Local Agency will pay the Engineer the actual costs
incurred plus a predetermined fixed fee of $12,238, with a ceiling established for said concept
design services in the amount of $462,339, which amount shall not be exceeded.
B. For design services, including work through the construction contract award stage, the Local
Agency will pay the Engineer the actual costs incurred plus a predetermined fixed fee of
$TBD, with a ceiling established for said design services in the amount of
$ TBD, which amount shall not be exceeded.
C. For construction inspection services, the Local Agency will pay the Engineer the
actual costs incurred plus a predetermined fixed fee of $TBD, with a ceiling
established for said inspection services in the amount of $TBD, which
Fig. 136.4.1 Contract Revised 6/25/13
amount shall not be exceeded.
D. The compensation outlined above has been derived from estimates of cost which are detailed
in Attachment B. Any major changes in work, extra work, exceeding of the contract ceiling,
or change in the predetermined fixed fee will require a supplement to this contract, as covered
in Article III - ADDITIONAL SERVICES.
E. Actual costs in Sections A and B above are defined as:
Actual payroll salaries paid to employees for time that they are productively
engaged in work covered by this contract, plus
2. An amount estimated at 54.28 % of actual salaries in Item 1 above for payroll
additives, including payroll taxes, holiday and vacation pay, sick leave pay,
insurance benefits, retirement and incentive pay, plus
3. An amount estimated at 91.32 % of actual salaries in Item i above for general
administrative overhead, based on the Engineer's system for allocating indirect
costs in accordance with sound accounting principles and business practice,
plus
4. Other costs directly attributable to the project but not included in the above
overhead, such as vehicle mileage, meals and lodging, printing, surveying
expendables, and computer time, plus
5. Project costs incurred by others on a subcontract basis, said costs to be passed
through the Engineer on the basis of reasonable and actual cost as invoiced by
the subcontractors.
F. The rates shown for additives and overhead in Sections VII. D.2 and VII. D.3 above are
approximate and will be used for interim billing purposes. Final payment will be based on the
actual rates experienced during the period of performance, as indicated by the Engineer's
accounting records, and as determined by final audit of the Engineer's records by MoDOT.
G. The payment of costs under this contract will be limited to costs which are allowable under 23
CFR 172 and 48 CFR 31.
H. METHOD OF PAYMENT - Partial payments for work satisfactorily completed will be
made to the Engineer upon receipt of itemized invoices by the Local Agency. Invoices will
be submitted no more frequently than once every two weeks and must be submitted monthly
for invoices greater than $10,000. A pro -rated portion of the fixed fee will be paid with each
invoice. Upon receipt of the invoice and progress report, the Local Agency will, as
soon as practical, but not later than 45 days from receipt, pay the Engineer for the services
rendered, including the proportion of the fixed fee earned as reflected by the estimate of the
portion of the services completed as shown by the progress report, less partial payments
Fig. 136.4.1 Contract
4
Revised 6/25/13
previously made. A late payment charge of one and one half percent (1.5%) per month shall
be assessed for those invoiced amount not paid, through no fault of the Engineer, within 45
days after the Local Agency's receipt of the Engineer's invoice. The Local Agency will not
be liable for the late payment charge on any invoice which requests payment for costs which
exceed the proportion of the maximum amount payable earned as reflected by the estimate of
the portion of the services completed, as shown by the progress report. The payment, other
than the fixed fee, will be subject to final audit of actual expenses during the period of the
Agreement.
I. PROPERTY ACCOUNTABILITY - If it becomes necessary to acquire any specialized
equipment for the performance of this contract, appropriate credit will be given for any
residual value of said equipment after completion of usage of the equipment.
ARTICLE VIII - COVENANT AGAINST CONTINGENT FEES
The Engineer warrants that he has not employed or retained any company or person, other than a
bona fide employee working for the Engineer, to solicit or secure this agreement, and that he has not
paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission,
percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warranty, the Local Agency shall
have the right to annul this agreement without liability, or in its discretion to deduct from the contract
price or consideration, or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift, or contingent fee, plus reasonable attorney's fees.
ARTICLE IX - SUBLETTING, ASSIGNMENT OR TRANSFER
No portion of the work covered by this contract, except as provided herein, shall be sublet or
transferred without the written consent of the Local Agency. The subletting of the work shall in no
way relieve the Engineer of his primary responsibility for the quality and performance of the work. It
is the intention of the Engineer to engage subcontractors for the purposes of:
Sub -Consultant Name
Stantec Consulting Services, Inc.
Civil Design, Inc.
C & M Contractors, Inc.
Address
1859 Bowles Ave.
Fenton, MO 63026
1552 South 7h St.
St. Louis, MO 63104
P.O. Box 247
Doniphan, MO 63935
ARTICLE X - PROFESSIONAL ENDORSEMENT
Services
Geotechnical Engineering
Surveying
Trenching for
Geotechnical Engineering
Fig. 136.4.1 Contract Revised 6/25/13
5
All plans, specifications and other documents shall be endorsed by the Engineer and shall reflect the
name and seal of the Professional Engineer endorsing the work. By signing and sealing the concept
report and future PS&E submittals the Engineer of Record will be representing to MoDOT that the
design is meeting the intent of the federal aid programs.
ARTICLE XI - RETENTION OF RECORDS
The Engineer shall maintain all records, survey notes, design documents, cost and accounting
records, construction records and other records pertaining to this contract and to the project covered
by this contract, for a period of not less than three years following final payment by FHWA. Said
records shall be made available for inspection by authorized representatives of the Local Agency,
MoDOT or the federal government during regular working hours at the Engineer's place of business.
ARTICLE XII - OWNERSHIP OF DOCUMENTS
Plans, tracings, maps and specifications prepared under this contract shall be delivered to and become
the property of the Local Agency upon termination or completion of work. Basic survey notes,
design computations and other data prepared under this contract shall be made available to the Local
Agency upon request. All such information produced under this contract shall be available for use by
the Local Agency without restriction or limitation on its use. If the Local Agency incorporates any
portion of the work into a project other than that for which it was performed, the Local Agency shall
save the Engineer harmless from any claims and liabilities resulting from such use.
ARTICLE XIII — SUSPENSION OR TERMINATION OF AGREEMENT
A. The Local Agency may, without being in breach hereof, suspend or terminate the Engineer's
services under this Agreement, or any part of them, for cause or for the convenience of the
Local Agency, upon giving to the Engineer at least fifteen (15) days' prior written notice of
the effective date thereof. The Engineer shall not accelerate performance of services during
the fifteen (15) day period without the express written request of the Local Agency.
B. Should the Agreement be suspended or terminated for the convenience of the Local Agency,
the Local Agency will pay to the Engineer its costs as set forth in Attachment B including
actual hours expended prior to such suspension or termination and direct costs as defined in
this Agreement for services performed by the Engineer, a proportional amount of the fixed fee
based upon an estimated percentage of Agreement completion, plus reasonable costs incurred
by the Engineer in suspending or terminating the services. The payment will make no other
allowances for damages or anticipated fees or profits. In the event of a suspension of the
services, the Engineer's compensation and schedule for performance of services hereunder
shall be equitably adjusted upon resumption of performance of the services.
C. The Engineer shall remain liable to the Local Agency for any claims or damages occasioned
by any failure, default, or negligent errors and/or omission in carrying out the provisions of
Fig. 136.4.1 Contract Revised 625/13
6
this Agreement during its life, including those giving rise to a termination for non-
performance or breach by Engineer. This liability shall survive and shall not be waived, or
estopped by final payment under this Agreement.
D. The Engineer shall not be liable for any errors or omissions contained in deliverables which
are incomplete as a result of a suspension or termination where the Engineer is deprived of the
opportunity to complete the Engineer's services.
E. Upon the occurrence of any of the following events, the Engineer may suspend performance
hereunder by giving the Local Agency 30 days advance written notice and may continue such
suspension until the condition is satisfactorily remedied by the Local Agency. In the event
the condition is not remedied within 120 days of the Engineer's original notice, the Engineer
may terminate this agreement.
Receipt of written notice from the Local Agency that funds are no
longer available to continue performance.
2. The Local Agency's persistent failure to make payment to the Engineer
in a timely manner.
3. Any material contract breach by the Local Agency.
ARTICLE XIV - DECISIONS UNDER THIS CONTRACT
The Local Agency will determine the acceptability of work performed under this contract, and will
decide all questions which may arise concerning the project. The Local Agency's decision shall be
final and conclusive.
ARTICLE XV - SUCCESSORS AND ASSIGNS
The Local Agency and the Engineer agree that this contract and all contracts entered into under the
provisions of this contract shall be binding upon the parties hereto and their successors and assigns.
ARTICLE XVI - COMPLIANCE WITH LAWS
The Engineer shall comply with all federal, state, and local laws, ordinances, and regulations
applicable to the work, including Title VII of the Civil Rights Act of 1964 and non-discrimination
clauses incorporated herein, and shall procure all licenses and permits necessary for the fulfillment of
obligations under this contract.
ARTICLE XVII - RESPONSIBILITY FOR CLAIMS AND LIABILITY
The Engineer agrees to save harmless the Local Agency, MoDOT and FHWA from all claims and
liability due to his negligent acts or the negligent acts of his employees, agents or subcontractors.
Fig. 136.4.1 Contract Revised 625/13
7
ARTICLE XVIII - NONDISCRIMINATION
The Engineer, with regard to the work performed by it after award and prior to completion of the
contract work, will not discriminate on the ground of race, color or national origin in the selection
and retention of subcontractors. The Engineer will comply with Title VII of the Civil Rights Act of
1964, as amended. More specifically, the Engineer will comply with the regulations of the
Department of Transportation relative to nondiscrimination in federally assisted programs of the
Department of Transportation, as contained in 49 CFR 21 through Appendix H and 23 CFR 710.405
which are herein incorporated by reference and made a part of this contract. In all solicitations either
by competitive bidding or negotiation made by the Engineer for work to be performed under a
subcontract, including procurements of materials or equipment, each potential subcontractor or
supplier shall be notified by the Engineer's obligations under this contract and the regulations relative
to non-discrimination on the ground of color, race or national origin.
ARTICLE XIX — LOBBY CERTIFICATION
CERTIFICATION ON LOBBYING: Since federal funds are being used for this agreement, the
Engineer's signature on this agreement constitutes the execution of all certifications on lobbying
which are required by 49 C.F.R. Part 20 including Appendix A and B to Part 20. Engineer agrees to
abide by all certification or disclosure requirements in 49 C.F.R. Part 20 which are incorporated
herein by reference.
ARTICLE XX — INSURANCE
A. The Engineer shall maintain commercial general liability, automobile liability, and worker's
compensation and employer's liability insurance in full force and effect to protect the
Engineer from claims under Worker's Compensation Acts, claims for damages for personal
injury or death, and for damages to property arising from the negligent acts, errors, or
omissions of the Engineer and its employees, agents, and Subconsultants in the performance
of the services covered by this Agreement, including, without limitation, risks insured against
in commercial general liability policies.
B. The Engineer shall also maintain professional liability insurance to protect the Engineer
against the negligent acts, errors, or omissions of the Engineer and those for whom it is
legally responsible, arising out of the performance of professional services under this
Agreement.
C. The Engineer's insurance coverage shall be for not less than the following limits of liability:
Insurance Tvpe
Worker's Compensation:
Comprehensive General and Professional Liability
Amount
In full compliance with statutory
requirements of Federal and State
of Missouri
$404,000 each person
$2,690,000 each occurrence
Fig. 136.4.1 Contract Revised 625/13
8
Comprehensive Automobile Liability:
Employer Liability:
City's Protective Bodily Injury Including Death
City's Protective Property Damage:
$404,000 each person
$2,690,000 each occurrence
$404,000 each person
$2,690,000 each occurrence
$404,000 each person
$2,690,000 each occurrence
$404,000 each person
$2,690,000 each occurrence
D. The Engineer shall, upon request at any time, provide the Local Agency with certificates of
insurance evidencing the Engineer's commercial general or professional liability ("Errors and
Omissions'') policies and evidencing that they and all other required insurance are in effect as
to the services under this Agreement.
E. Any insurance policy required as specified in (ARTICLE XX) shall be written by a company
which is incorporated in the United States of America or is based in the United States of
America. Each insurance policy must be issued by a company authorized to issue such
insurance in the State of Missouri.
ARTICLE XXI - ATTACHMENTS
The following exhibits are attached hereto and are hereby made part of this contract:
Attachment A — Scope of Service
Attachment B - Estimate of Cost
Attachment C - Breakdown of Overhead Rates
Attachment D - Certification Regarding Debarment, Suspension, and Other
Responsibility Matters - Primary Covered Transactions.
Attachment E - Certification Regarding Debarment, Suspension, and Other
Responsibility Matters - Lower Tier Covered Transactions.
Attachment F — DBE Contract Provisions
Attachment G — Fig. 136.4.1 5 Conflict of Interest Disclosure Form
Fig. 136.4.1 Contract Revised 625/13
9
Executed by the Engineer this3r.A day of ,6, , 2014.
Executed by the City this � day ofseptoxa, 2014.
FOR: Cape
ATTEST: aLr�(' ..t
ty Clerk
FOR: Horner & Shifrin, Inc.
BY: /,xI
U James E. McCleish, P.E., Vice President
ATTEST:
I hereby certify under Section 50.660 RSMo there is either: (1) a balance of funds, otherwise
unencumbered, to the credit of the appropriation to which the obligation contained herein is
chargeable, and a cash balance otherwise unencumbered, in the Treasury, to the credit of the fund
from which payment is to be made, each sufficient to meet the obligation contained herein; or (2)
bonds or taxes have been authorized by vote of the people and there is a sufficient unencumbered
amount of the bonds yet to be sold or of the taxes levied and yet to be collected to meet the obligation
in case there is not a sufficient unencumbered cash balance in the treasury.
Richbourg, Director
Fig. 136.4.1 Contract Revised 6/25/13
10
ATTACHMENT A
Scope of Services
Fig. 136.4.1 Contract Revised 6/25/13
South Sprigg Street Road Restoration
Federal Aid No. ER -1518(005)
Attachment A
Scope of Services
A. Conceptual Engineering Phase
1. Confirm MoDot requirements for ER fund use and schedule requirements.
2. Develop draft project schedule in Microsoft project format.
3. Conduct kickoff meeting.
4. Meet with quarry to apprise them of work plan and coordinate access to quarry with City
present at meeting. Discuss assistance in moving creek sinkhole dam and then replacing it
following geo investigation.
5. Determine safety requirements for quarry access and coordinate with subconsultants.
6. Coordinate with geotech sub on research, field investigation, analysis and report.
7. Review site survey of topo file from sub.
8. Coordinate initial topo and control survey plus two subsequent visits to survey boring
locations and quarry karst features.
9. Conduct visual bridge inspection and document with photography prior to start of the field
work by geotech.
10. Develop brief memo on bridge condition and compare survey to record drawings. Document
any movement of the structure in the memo
11. Assist geo tech in data research with quarry, railroad geotech, MoDOT and design engineer
of record on the bridge for data pertinent to the evaluation.
12. Conduct monthly progress meeting with the City and invite MoDOT or update MoDOT with
minutes from meeting.
13. Update progress schedule monthly.
14. Review geotech field data as it becomes available.
15. Conduct visual bridge inspection and document with photography following completion of
field work by geotech.
16. Review draft geotech report.
17. Review final geotech report.
18. Evaluate in consultation with geotech sub options to repair or replace the roadway section
damaged by the karst sink features and develop cost estimates.
19. Evaluate in consultation with geotech sub options to repair/ replace/ or extend the bridge to
route roadway over sink features. Develop concept exhibits to show repair and
replacement scope options.
20. Review options to optimize bank protection from water intrusion under bridge.
21. Should geotech investigation yield information that leads to bridge abandonment, review
concept routes and develop concept level cost estimate for new roadway route and bridge
in a different location.
22. Should geotech investigation yield information that rerouting the creek to the north of the
area be the best option due to ground conditions, develop concept alignment, indentify
permitting obstacles and develop concept cost estimate
23. Prepare construction cost estimates for each viable option.
24. Develop and screen risk for each option.
25. Prepare a summary report of our findings with final recommendations. Geotech report will
be appended to our summary report.
26. Submit report to City for review and meeting to present/discuss findings.
27. Finalize report with City comments and submit to MoDOT
28. Meet with quarry to present/summarize repair plan.
29. Receive and address MoDOT report comments and issue final report.
30. Project management and administration including work product QA/QC.
Assumptions:
Geotechnical investigation will generally be within the ROW limits for the road and bridge. The
ground conditions will be monitored as the work progresses and any adjustments to the boring
or trenching locations deemed necessary to define the features impacting the road and bridge
will be advanced once property access has been acquired outside the ROW. It is the Engineer's
intent to adjust location of borings and trenching and stay within the budgeted allocation for the
amount of field work estimated for this project. The Engineer and its subs will assist the City
with defining access areas required and provide assistance to City with obtaining the access. All
fees and exhibits, if required, and direct contact with the landowner affected will be performed
by City staff.
B. Design Phase
To be negotiated following preliminary study phase. Repair/replace concept is unknown until
completion of geotechnical investigation and conceptual engineering effort.
C. Bid Phase
To be negotiated following preliminary study phase. Repair/replace concept is unknown until
completion of geotechnical investigation and conceptual engineering effort.
D. Construction Phase
To be negotiated following preliminary study phase. Repair/replace concept is unknown until
completion of geotechnical investigation and conceptual engineering effort.
Prepared by:
J. McCleish
Horner & Shifrin. Inc.
August 4, 2014
ATTACMUNT B
ESTIMATE OF COST
Fig. 136.4.1 Contract Revised 6/25/13
ATTACHMENTS
CITY OF CAPE GIRAROEAU - SOUTH SMOG STREET ROAD RESTORATION
Federal PM)ect No. ER -1518(005)
ESTIMATE OF COST
CONCEPTUAL ENGWEERWG PHASE
sEM
SR
TPI-
IMC
CAB
MAB
RW
BW
Task
HOURS
Cess
Rw(d^Y
SFm Fry
Y. SOut 6q
6\�C and
SCWTW
AWSaWErq
30.T—Ery
YT—
yv1
S ]0.00
S 15.12
s 11.62
S 3129
S 2151
S 66.05
5 1821
5 3356
It 30.50
A CONCEMN ENGINEERING PHASE
1 Conhkn MODOT mgJsr21adWe
2
0
1
0
0
0
0
0
0
$ 186.62
2 Draft Pmt sIINW.
1
0
1
0
0
0
0
0
0
$ ]2462
3 Mckofl meetag
a
0
8
0
0
0
0
0
0
5 916.96
1 Mea eVh query
a
0
0
0
0
0
0
0
0
s 56000
S Gunny access Wety and SW cold Fm safety trading
2
0
0
0
0
0
0
0
0
s 110.00
6 CM1d W gebedN sue
12
0
0
0
0
0
0
0
0
s 81000
7 RMew sde lops savvy
1
0
0
0
1
1
1
2
0
S 121.11
a Coad hdea sway pMi tad bakee,on iurVey Nsaa
3
0
0
0
0
0
1
2
0
5 32538
9 Conduct vasal didge klspWlOn Fall gebeecn field wont
1
0
8
0
0
0
0
0
0
$ 12096
10 Oev Otlef memo on Mbge amd.
1
0
1
0
0
1
0
0
0
$ 31533
11 Assist geotectl in data remaNl
12
0
0
0
0
0
0
2
0
S 907.12
12 Conlduct morAW empress mccungs (mets of 3 assumed)
21
0
0
0
0
0
0
0
0
S 1,60000
13 Update Progress sNMUM monthly
8
0
0
0
0
0
0
0
0
5 560.%
11 Rhee gerneft field data as t becomes avail
8
0
2
0
0
0
0
0
0
5 819.21
15 Conduct visual Mdge inspection after I.. Said M
1
0
8
0
0
0
0
0
0
It 126.%
16 Rmiran draft 9ebeoctl repot
16
0
1
0
0
0
1
0
0
$ 1,191 N
17 Realer fMet 9eaectl report
12
0
2
0
0
0
2
0
0
S 1.025.72
18 Evakute apaafteplce Maitland, eplWns ante cos eeknaea
2
0
0
0
0
0
16
1
1
It 1.16340
19 E.Iudd. repatrltep4Wesend ladipe. Oev concept &cage and estlmass
6
0
32
32
21
8
1
a
1
s 1.555.92
M Revie4 options to OPOmCe dank protection under hndge
2
12
1
0
0
a
0
0
1
s &630
21 Review concept rhes for nen madmndge Ondge dee. Estimates
2
0
8
8
12
2
12
12
1
5 2,27902
22 R.Wa aeeWnev Ondge conoepLFetmdnq lssuea. esl4rlates
1
40
0
0
0
0
0
12
1
$ 2.6098.
23 FTepae nee deMBed constmtllarr cost delmutes fa viable OpJons
2
2
l
12
2
1
0
2
2
S 1!1427
21 O Iop and ween risk fpr eats OpUdn
1
0
2
0
0
0
2
0
0
$ 16532
25 Prepare end sulmary rabbet
21
l
1
0
1
1
a
8
1
s 3.230.89
28 Stal repot W CA, Mdbold, maser meeMg
8
0
8
0
0
0
0
0
1
5 1.03928
27 FaaJoe repot wOh Coy oxmrenta and surfed to MoOOT
1
1
2
2
1
1
2
1
l
s 921.31
20 MM wOhq zany to present summzrae tepee part
6
0
0
0
0
0
0
0
0
S 1200
29 R.Ne and address MOOOT..ads iawe fetal myon
8
1
1
1
c
1
2
0
0
$ 1.170.13
30 Project W.,.otent and admin Inctudulg OM)C of w pmdeas
40
0
0
0
0
0
0
0
8
S 3.01181
=L=U w
SUBTOTAL HOURS
235
60
103
%
18
16
65
56
12
SUBTOTAL COST
$16.150.00
S2.70]20
s 1.59586
s 2065.11
5 117618
S 1,06960
5 3.115.60
s1,879.36
$ 1.281.%
$ 31.363.60
Payroll Overhead (Lata a 5120%)
S 18,652.56
General end ACm2nisheWe Oretlead(Iaba x 91.3254)
$ 31,380.81
Foxed Fee [14.5% x (ddu• OL OH• GBA OH))
It 12237,57
S %,531.57
War W Coo.'
Topographic Scary. CM Desgn Inc.
$ 11,100.00
S
SeWces: fiMrdec COn Savkes, ha.
Geaetlng
$ 303.900.00
ge C A, MCOMraam.Inc.
T..t(169etlerlurla
s 15.000.00
Trarel 566tligaimCe
mics ®so.565rmae)
s 901.00
..e
Reproduction
5 1.000.00
SUBTOTP
5 365.7400
TOTAL FOR CONCEPTUAL ENGWEERWG PHASE
f 162,368.57
N.:
obe =12 8%COWEPT PHASE
5 Stantec
Stantec Consulting Services Inc.
Design with community in mind
www.stantec.com
Proposal
Engineering Services
Sinkhole Evaluation Study
Cape La Croix Creek Bridge
South Sprigg Street
Cape Girardeau, Missouri
Prepared for.
Horner & Shifrin, Inc_
St. Louis, Missouri
August 25, 2014
® Stantec
August 25, 2014
Mr. James E. McCleish, PE
Vice President
Homer & Shifrin, Inc
5200 Oakland Avenue
St. Louis, Missouri 63110
Stantec Consulting Services Inc.
1859 Bowles Avenue, Suite 250, St. Louis MO 63026-1944
Proposal
Engineering Services
Re: Sinkhole Evaluation Study
Cape La Croix Creek Bridge
South Sprigg Street
Cape Girardeau, Missouri
Dear Mr. McCleish:
pro_001_175680048
Stantec Consulting Services Inc. (Stantec) is pleased to submit this proposal for Engineering
Services to evaluate the on-going sinkhole threat to South Sprigg Street and the bridge over
Cape La Croix Creek. In addition, this proposal also addresses the issue of surface water from
Cape La Croix Creek which enters these sinkholes and emerges into the nearby Buai Unicem
USA limestone quarry. The proposed scope of work is based upon discussions with you, a site
visit to the bridge and quarry on July 1, 2014, review of "Cape La Croix Creek Sinkhole Study" a
task force report submitted to the City of Cape Girardeau, dated September 5, 2008, and
review of record drawings for the bridge (revision) dated March 13, 1995. At the time of the site
visit, the bridge was closed to traffic because sinkholes appeared on or about June 5, 2013 and
had undermined the north bridge approach and concrete apron between the north abutment
and the northernmost pier. In addition, Buz7j Unicem USA was forced to abandon work in a
portion of the quarry because of water intrusion reported to have come from the sinkholes.
The enclosed fee estimate only includes Stantec's Engineering Services for investigating the site
and providing recommendations for remediation of the bridge to reopen the roadway to traffic.
As requested, the extent of Stantec's investigation will focus on the bridge and the subsurface
conditions within 20 feet of the Right of Way boundary of the roadway. Recommendations will
also be offered relative to treating the karst features encountered in the exploration to reduce
water infiltration into the features.
Stantec appreciates the opportunity to provide this proposal to you. If you have any questions
or need additional information, please contact us.
Sincerely,
STANTEC CONSULTING SERVICES INC.
2W /e 11
Bob Welsch, PE
Project.Manager
/cdm
Design with community in mind
.s^� oiGt�^
Kurt J. chaef 'r, PE
Principal - -
Proposal
Engineering Services
Sinkhole Evaluation Study
Cape La Croix Creek Bridge
South Sprigg Street
Cape Girardeau, Missouri
Table of Contents
Section
Page No.
1. Background Information and Problem Statement....................................1
2. Project Approach........................................................................................1
3. Scope of Services...............................................::.......................................1
3.1. Task i - Research................................................................................1
3.2. Task 2 - Field Exploration....................................................:..:............2
3.3. Task 3 - Data Compilation and Report Development .................. 3
4. Cost and Schedule......................................................................................3
® Stantec
rY¢en'ks-h"' 11 l ov'�p1, 1.X .V9-&&Eew-sapersa*2ai4.&a
Proposal
Engineering Services
Sinkhole Evaluation Study
Cape La Croix Creek Bridge
South Sprigg Street
Cape Girardeau, Missouri
Background Information and Problem Statement
The South Sprigg Street Bridge over Cape La Croix Creek is situated approximately
2,000 feet from the Mississippi River. Sinkholes have been forming in the vicinity of the
bridge since 2007, with approximately 20 sinkholes noted in the years 2007 and 2008.
The sinkholes have affected a rail line, buildings, South Sprigg Street, the Bridge over
Cape La Croix Creek, a limestone quarry and cement plant, public utilities, as well as
a dairy farm. As the sinkholes hove appeared they have traditionally been
addressed by the respective property owner or the City of Cape Girardeau. Previous
methods of repair have been to fill the open sinkhole with stone and soil overburden.
The occurrence of sinkholes appears to be more prevalent during high water
elevations/fluctuations of the Mississippi River.
Stantec has been requested to provide a proposal to investigate and evaluate the
sinkholes at the location of the Sprigg Street Bridge over Cape La Croix Creek, and
provide recommendations which can reduce the effect of sinkholes upon the bridge
and roadway approaches, and keep this crossing open to traffic. The evaluation will
also include recommendations for reducing the amount of water entering the
features in the immediate vicinity of the bridge.
2. Project Approach
This evaluation will be performed in three tasks: research of existing information, field
investigation, and compilation of results and issuance of recommendations.
Deliverables will consist of a report which documents research, fieldwork and
presents conclusions and offers recommendations.
3. Scope of Services
3.1. Task 1 - Research
This initial task will involve reviewing existing site information available from the
Department of Public Works such as the previously noted 2008 Task Force Report.
Geological, climatological and hydrologic data will also be reviewed and coupled
with data gathered from interviews of local property owners and quarry operations.
Data will also be requested from the Missouri Department of Transportation (MODOT)
which constructed the bridge, and from the railroad which operates near the site.
® Stantec
This information will be compiled to develop a timeline of past sinkhole activity, as
well as to develop an effective geotechnical and geologic investigation.
3.2. Task 2 - Field Exploration
Upon completion of research and compilation of data, a detailed field investigation
will be undertaken. It is proposed that this investigation involve both drilling and
excavation methods to locate and define the presence of vertical karst features in
the bedrock surface. Prior to the review of all available data, it is anticipated that
truck mounted auger borings (rockline soundings) will be advanced at both ends of
the bridge on a center -to center spacing of ten feet for a length distance of 100 feet
north of the north abutment and 100 feet south of the existing south bridge
abutment. Supplemental soundings will be advanced within this grid as conditions
warrant. The soundings will extend in width dimension for a distances up to 20 feet
beyond the plan width of the bridge to the east and west directions. In addition to
the grid pattern of borings for each approach, there will be additional rockline
soundings advanced on a more relaxed grid pattern to the north and south of the
original grids to provide information for potential roadway remediation. Where
accessible, there will also be a line of rockline soundings spaced on 5 feet centers
advanced along the centerline of the concrete creek channel. Soundings and/or
hand powered probings will also be performed adjacent to existing foundation units,
where accessible, to provide information relative to the presence of existing voids
adjacent to the foundation units which in turn have removed the lateral support for
the foundations. Where accessible and permissible, open pits will be excavated with
a track hoe to expose the top of bedrock and more accurately define the
dimensions and orientation of encountered features. The intact surface of the
concrete spill -through slope aprons beneath the bridge deck will be struck with a
large hammer along parallel lines spaced 10 feet apart and running parallel to the
creek centerline to provide an audible indication if there are voids under the mat or
if there is direct contact between the mat and the underlying foundation soils. Areas
of anomalous sounds will be noted and reported.
Bag samples of the predominant soils encountered will be gathered and returned to
Stontec's laboratory for standard engineering classification testing and analysis. All
holes will be backfilled with either soil cuttings (if the soil is sufficiently plastic) or
bentonite to prevent surface water intrusions. Borings drilled through concrete will be
capped with an equal thickness of non -shrink grout or concrete. Detailed surveying
(to be performed by others) will accurately locate the plan location, elevation, and
orientation of any encountered karst features as well as the presence and condition
of any previous remediation efforts. Surveying will also be performed at the location
of the quarry highwall which has shown the most water emergence to characterize
the exposed karst features which are thought to be connected to the known
features under the bridge. The location, elevation, dimensions, and whether or not
the feature is currently or has recently been passing water will be recorded by a
Stantec engineer or geologist working in concert with the surveyor.
- A -project engineer or --geologist will be -present on-site during -the. fieldwork. This —
person will coordinate field logistics and log the encountered subsurface materials.
cvaersysr W?4rWm cczmeavweyiaaeai_sNoe251xi;2014. . 2
Soil materials will be logged by observing the cuttings conveyed to the surface
during the drilling process. The soils recovered will be logged with particular attention
given to soil type, consistency, color, and moisture content. If a karst feature is
encountered during drilling, special attention will be given as to whether or not the
feature is soil -filled or contains voids, and if the feature currently contains water. If
warranted, additional auger borings or excavation will be used to further delineate
specific features encountered.
3.3. Task 3 - Data Compilation and Report Development
Upon completion and reduction of all field exploration and surveying data, a report
will be developed which identifies the conditions encountered during the
investigation, as well as detailed mapping of all karst features encountered. The
report will also provide Stantec's opinions as to the probable cause(s) for the sinkhole
activity, and recommendations regarding remedial measures to protect the
structural integrity of the roadway and bridge from further sinkhole activity.
Reportedly the sinkholes are the most active immediately following the raising and
lowering of the Cape La Croix creek pool surface by backwater fluctuation from the
Mississippi River. This issue of water intrusion into the features from the elevated creek
surface will also be addressed, and recommendations for methods of reducing the
intrusions into the karst features in the immediate vicinity of the bridge will be offered.
4. Cost and Schedule
The total estimated engineering fee for this study is $303,900. The project schedule
will be dependent upon access to the site and weather/Mississippi River conditions.
It is anticipated that research can be accomplished in two weeks from notice to
proceed, and equipment/crews can be mobilized within three weeks of completion
of research tasks. Field work is anticipated to last approximately five weeks. Upon
completion of field work, data reduction, analyses, drafting, and report
development will require approximately four weeks.
hnsse� ron_m_was�.ao.nxi�y«,,,.4nz mrn_ ,�wm_em..m'��raaw, v.s:•a�_�.:sa,ynu (2ye 3
FeMnl ProjM No. ER -1514(005)
ESTIMATE OF COST
GEOTECHMCAL SERVICES
IUS
BW
YW JB
TW
TM
A9
NB
Task
HOURS
Cost
Prap4sM
or a
a W6a sv f>eeope
m n6ve
LLgPrHOr As.vcmien
a.d
$
92.03
f 82.79
S 67.99 S "47
$ um
S 25.00
S 25.00
S 2x.60
SINKHOLE EVALUATION STUDY
I Reuamir of Essthg ImemuLm
to RMse data aod loOal 10. plaMrq
M
40
0 to
10
0
0
0
f
6,656.92
Ib RMFax Flour
{
6
0 c
12
12
0
0
S
1,601.66
2 FNM lov eo ation
a Ovaelop Su6Pabce Erpbaem PW
1
1
2
20
S
1,119.82
20 CmSrele Ola aM Gan ob Afppee
1
1
6
$
655 ]2
M Poorer, Safety OpaanenW w Pemrts
6
$
206.26
M dmee aMM a,,e SUMuface ECFbatlgl
12
11
to
250
$
11.71628
M Traluq
6
S
225.01
V Sal Ganges HaMlry
e
S
275 01
2g Mbcebneas PaGemolk
e
S
275.01
m T.MT.
22
$
2.1]538
b D ofoo Lcyi2muq L,orAf Be6m# Feaeue W,
21
S
2.32
23 RMaratl ahn Raaub
3
B
20
20
t0
f
M
2.96223
2k ImaeaS ULN Doe learn
Cwprnd
2(1
1
1
20
f
3,091.32
eel'
b kora,� mrtll areal a ltvrvbgaaear,y haanea.
5
10
B
f
2.516.99
fod
Ln Bang boSwv
l.Iop
10
e
f
?a&,.e1
M olote, OSudaa
Sofe
Ce
2
e
20
S
1.1]950
Soew Engine r
xo Seaa E�ghttr Site Vmb
Moir;
30
$
2790 gp
3 Develop GeohcMical EvaM1utlen Report
3s, CMq k DMry aM Ficavapon Dab
2
1
1
20
$
1.66630
31, Develop Map of Features,
1
1
m
21
6
$
1936.01
M Develop Foturtaam A6ama0aea for Bodge
1
1
b
f
1,100.10
M Develop g,luM MCNeL In Roduitq Surface Wafer Flwlmo Feat'
1
1
18
b
$
217900
L Cmg0e Rapwt
2
e
M
18
S
1,985.00
3f IndePoodem TeaWcal Recd.
12
a
f
1,8.56.86
SNBTOTAL HOURS
122
112
M 100
836
m
78
16
0
SUBTOTAL COST S I
I.N9 m
5 7.592.18
S 3862.52 S 5)61.10
f 21,9N u
S 1!00.00
f 1,950.00
S W IM
S
-
S
&,,002.60
P" Mara Office Oeamaad Mbar• 61.95%)
S
22.22532
General BW fWniri roalNe Home Obs, (NeTaad Ral or a 107,05%)
$
52.113 91
Flred Fee 112.0%e haoor • DLOH • GSLAOH R
f
17,312 a7
f
1fi1.501.90
Coo. Dr. Cmb:
O otrty
UK
Unll Price
42'Amor Drs,,
M
Catty m l.
S
2200.00
S
00900.00
Raµ Core DnMV(NCDamhE Be -?Care)
100
LF
S
37.ao
5
3,700.00
Shod. Penetoli. Tees
5
hat
f
MOO
S
100.00
Ba dwou0
MO
IF
f
580
S
2,50060
BadoMe
281
by
S
10.00
S
I,MM.W
NaCval 1,lln6ua Comae
10
tort
f
15.00
f
150.00
Slee. aod Hyomlelm AmryW
10
int
S
MOO
S
65000
6pea6c GlavCyTW
10
tat
f
15.00
$
150.00
mooterg Limb Tat
10
hat
f
60.00
5
600.00
Urcamined Canpeerlon Tat for Rork Lein Stress Shan)
0
fat
f
110.00
f
Drcvnhled Cartpemm Test W Rack LR WUM0
5
feet
f
110.W
S
MOO
Sma00o2a or SM S. for xcm misface
15
"lf nma
f
1.0.tl[0
$
15,000.00
Eaaavaa rteb,damb,rMdryAamgdas
I
Luryaum
S
6.000.00
$
5,000.00
L\if ljla rrob atl denMb (zSvph rnrvb Nck'rouNM agi)
1
Lure am
$ 6.]00.00
s
6,300.00
Mab Tmµ Opm+meet drive) Cult,, weeevatlon
10
Carx
S
00.00
S
1,000.00
Engo,ea Tinel Ey Pickup TNµ GUYq vrvaiyfm
w
Gaya
S
10.00
S
I.Moo
1WD ()fat, bcek n8epe (2 truth) bwWom oai to Cape OParo..1 artes
1600
Y
S
125
S
6,000.00
Pbkmbuck Mieape
3600
olA
S
0,565
f
2.03100
Per Dem Mean(bet day of xeak)
30
Peooe y
$
50.00
S
150D.W
Per Dem Meat 6 Ledging
110
peof M
S
110.00
$
15.100.00
R0µ Cae Be..
a
boa
S
13,00
f
111.10
RepWudoo
1
wroo.
f
2Lto60
S
MOO
SUBTOTAL DIRECT COSTS
f 142,200.00
TOTAL FOR GEOMCHMLAL SERVICES
S
M3,152.90
No-
obe-3%=IN PTPWISE
CIVIL DESIGN, INC.
WBEIDBE
July 29, 2014
James E. McCleish, PE
Vice President
Manager, Environmental Engineering
Horner & Shrifrin, Inc.
5200 Oakland Ave.
St. Louis, MO 63110
(314) 531-4321
RE: Sprigg Street Sinkhole Survey
Dear Mr. McCleisch:
We are pleased to offer you our proposal for professional services on the above
referenced project. We have based our proposal on the information provided and our
experiences working on similar projects.
Topographic and Strip Map Survev (Initial Visit
CDI will perform a topographic survey of an 80' wide corridor area inclusive of the bridge
and creek. The limits of the corridor survey we be 200' north of the bridge and 100' south
of the bridge. In addition, CDI will layout and stake a 20' grid within the corridor and
record the staked locations and elevations. CDI will call in a utility locate ticket to have
the utilities located through MO One Call and included the marked locations in the
topographic survey.
CDI will perform the necessary property and Right of Way research to determine the
right of way limits along the above defined corridor. No Easement search will be
performed by CDI. CDI will produce a completed topographic survey and right of way
survey in either a Microstation or Civil 3D format, along with a signed and sealed set of
drawings.
CDI plans that the initial trip will involve an overnight stay to allow for time to complete
the topographic survey, property research and field search and survey for right of way
and/or property monuments.
Proposed Fee for initial visit: $4500.00
(Including round trip drive time and hotel)
1552 South 7th Street St. Louis, MO 63104 / 314.863.5570 / www.civildesigninc.com
(WCIVIL DESIGN, INC.
WE3E:IDBE
July 15, 2014
Subsequent trip(s)
CDI will plan to return to the site to collect post drilled locations and approximately 100
shots on the drilled locations, excavations, and quarry property (location of said shots
will be determined at the site visit). CD] assumes that the subsequent trip(s) field work
will occur within two eight (total of 16 hours) hour workday, and will require
approximately 8 hours of technician time to process and 4 hours of PLS time to review
the field work.
Proposed Fee for each subsequent visit: $4800.00
(Including round trip drive time and hotel stay)
Total Estimated fee for entire project to include three (3) visits: $14,100.00
Thank you for the opportunity. I am looking forward to working on this project. In
addition, I have included our standard hourly rates should addition work be required.
Sincerely,
Ryan McDowell, PLS
Land Survey Department Manager
Civil Design, Inc.
1552 South 7th Street ( St. Louis, MO 63104 ( 314.863.5570 ( www.civildesigninc.com
August 25, 2014
Horner Shifrin, Inc.
5200 Oakland Ave.
St. Louis, MO. 63110-1490
Attn: Mr. Jim McCleish
Dear Sir:
Listed below are the prices requested:
1. Trackhoe (based on a minimum of 40 hours/week) $ 120.00/hour
2. Trackhoe (based on a minimum of 10 hours/day) $ 150.00/hour
3. Operator Straight Time $ 78.00/hour
4. Operator Overtime $ 102.00/hour
5. General Laborer Straight Time $ 56.00/hour
6. General Laborer Overtime $ 78.00/hour
7. Mobilization & Demobilization (1 time) $ 1,800.00
8. Per Diem (2 People Per Day) $ 265.00
I have also attached a breakdown of our labor and equipment rates for your reference.
ca C) ly LiS000 40
4 ve. ovQ a i , � pa• d . a4c. ocfu.l
work cu ,Q,4(o,4 dN r0 C%JIIY lcro,.,,
C�". CtL'.1 $ b'f 11(f
C&M Contractors, Inc. I PO Box 247, Doniphan, MO 63935 1(573)996-3113 1 Fax: 573-99t�3563
RATE TABLES BY CATEGORY
Project : H & S
CODE HRS PER DAY WAGES FACTOR BENEFTS FACT EQUIP FACT
DEFAULT 10.0 1.00000 1.00000 1,00000
CODE COST/GALLON
DIESEL 0.000
GAS 0.000
RENTAL RATE SCHEDULE
MATERIAL RATE SCHEDULE
SUBCONTRACT RATE SCHEDULE
OTHER RATE SCHEDULE
OVERTIME FACTORS
DEFAULTS
CREW LISTING
Vendor
LABOR RATE SCHEDULE
FICA WRKMAN
GENL
BASE
PAYROLL HRLY
RATE PER
CODE
DESCRIPTION
FUTA
COMP
IAB OTH-10THER-2
WAGE
BENF TAXES WAGE
DAY
001
Operator
18.500
10.000
5.500
0.00 0.00
30.51
23.350 10.37 64.23
513.87
001A
Operator overtime
18.500
10.000
5.500
0.00 0.00
45.77
23.350 15.56 84.68
677.45
002
Laborer
18.500
10.000
5.500
0.00 0.00
27.33
9.290 9.29 45.91
367.30
002A
Labor overtime
18.500
10.000
5.500
0.00 0.00
41.00
9.290 13.94 64.23
513.84
EQUIPMENT RATE SCHEDULE
RATE
S TAX
S TAX
FUEL REPAIRS INSUR COST
COST
CODE
DESCRIPTION
IHR
PCT
AMT
L LLB
LHR OTHER JHR
(DAY
Trackhoe 320D LWe.�IY
66.63
8.00
5.33
28.00
0.00
0.00 0.00 99.96
799.68
001
002
Trackhoe dally //
88.50
8.00
7.08
28.00
0.00
0.00 0.00 123.58
988.64
CODE HRS PER DAY WAGES FACTOR BENEFTS FACT EQUIP FACT
DEFAULT 10.0 1.00000 1.00000 1,00000
CODE COST/GALLON
DIESEL 0.000
GAS 0.000
RENTAL RATE SCHEDULE
MATERIAL RATE SCHEDULE
SUBCONTRACT RATE SCHEDULE
OTHER RATE SCHEDULE
OVERTIME FACTORS
DEFAULTS
CREW LISTING
Vendor
MoDOT
Missouri Department of Transportation
David B. Nichols, Director
RECEIVED JUL 1 g 2091
July 10, 2014
Melinda Vaughn
_. C & M Contractors, Inc.
PO Box 247
Doniphan, MO 63801
Dear Ms. Vaughn:
105 West Capitol Avenue
P.O. Box 270
Jefferson City, Missouri 65102
573.7512551
Fax: 573.751.6555
1.888.ASK MODOT (275.6636)
The Missouri Department of Transportation (MoDOT) has completed the review of your annual
update as a Disadvantaged Business Enterprise (DBE). Based upon the annual update application, it
has been determined that your firm remains qualified for participation until July 3, 2015. You will
once again be required to complete an annual update next year, at the time of certification anniversary
date.
You must immediately notify this office of any events or changes related to the management,
equipment, scope of work, or any other circumstance affecting the ownership and/or control of your
firm. Failure to notify this office of such changes may jeopardize your certification. If you have any
questions, please feel free to contact me at (573) 7514309.
Sincerely,
07—
GI wfZO��/Ji'ZP///J-
Tomikia Chalmers
Executive Assistant
4i;
Our mission is to provide a world-class transportation experience that
delights our customers and promotes a prosperous Missouri.
w .modmorg
ATTACHMENT C
OVERHEAD RATE BREAKDOWN
Fig. 136.4.1 Contract Rcvised 6125113
MoDOT
Missouri Department of Transportation
David B. Nichols, Director
May 12, 2014
Ms. Linda R. Hopkins
Horner & Shifrin, Inc.
5200 Oakland Avenue
St. Louis, MO 63110
Dear Ms. Hopkins:
105 West Capitol Avenue
P.O. Bax 270
Jefferson City, Missouri 65102
573.751.2551
Fax: 573.751.6555
1.888.ASK MODOT (275.6636)
Thank you for submitting your company's annual financial pre -qualification documents.
MoDOT's Audits and Investigations Division has completed the review. Horner & Shifrin,
Inc. will be added to the Approved Consultant Pre -qualification List. To view this list, go to
www.modot.eov scroll down the page to Consultant Services under the More Links — select
Consultant Pre -qualification Requirements — select Approved Consultant Pre -qualification
List.
When Homer & Shifrin, Inc. enters into a standard contract with MoDOT the overhead rate of
145.60% should be used as a provisional rate until such time as a Federal Acquisition
Regulation (FAR) audited overhead rate may become available or a revised financial pre -
qualification rate is in effect. Please note this letter is not the result of a MoDOT audit or
cognizant review.
All companies must submit the required pre -qualification information annually using the most
current forms found on the Consultant Pre -qualification Requirements webpage. Failure to
comply may result in loss of MoDOT pre -qualification. Financial information should reflect
the most recent complete fiscal year and must be submitted no later than six months after the
close of that fiscal year. Please remember to review the expiration dates to ensure your
company remains in approved status.
If you have any questions, please call (573) 751-7446,
R ectfully,
Kelly R. Niekamp
Audit Manager
Audits and Investigations
cc: Mary Ann Jacobs -de
'AW
Our mission is to provide a world-class transportation experience that
delights our customers and promotes o prosperous Missouri.
www.modot.org
Horner & Shifrin, Inc.
Overhead Schedule
12/31/2013
A: Advertising/Contributions
B: Lobbying
C: Goodwill
D: Direct Cost
E: Interest & Penalty
F: Costs to Correct Defects
G: Premium Portion of Overtime
H: Trade Show Labor/Expense
I: Social Activities
J: Federal Income Tax
Financial Stmt
Unallowable
FAR
Total
Description
G/L Acct Expienee
Expense
Reference
Proposed
Direct Labor
ao,0awo
3;477;573
3,477,573
Fringe Benefits
Vacation/Holiday/Paid Leave
530,509
530,509
Payroll Taxes
460,286
460,286
Group Insurance
mo
443,398
443,398
Retirement Plans/ESOP
0 m
150,000
150,000
Incentive Payments
®0w0o
271,211
271,211
Seminars/Education
22,724
22,724
Employee Welfare
m,0a3,3
28,227
18,784
1
9,443
Total Fringe Benefits
0.5428 _ _
1;906;355
:18,784
1188757-1
General Overhead
Travel
ss,0cso
86,202
10,994
1
75,208
Consulting Fees
m50
26,925
26,925
Telephone
seroea,o
75,209
75,209
Supplies
053oss5o
77,326
8,321
H
69,005
Repairs & Maintenance
81,306
81,306
Miscellaneous
82,522
65,923
A,E,F
16,599
Utilities
7110
49,413
49,413
Legal & Accounting
000
53,686
53,686
Dues & Subscriptions
n 0 n.0
19,496
957
B
18,539
Rent
00
296,546
296,546
Computer
ono
294,881
221,161
D
73,720
Depreciation & Amortization
ns0>eoo
103,235
48,446
C,D
54,789
Insurance
a,.30
171,526
171,526
Equipment Rental
00
84,659
84,659
Other Taxes
a,0mm
13,224
(3,340)
J
16,564
Reimbursables
0oes3o
2,332,916
2,332,916
D
Indirect Salary
2,047,019
35,020
G, H
2,011,999
Total General Overhead
0.9132
5,896,089
2;720;398L...
3,.175,692
Total Indirect Cost
5,063,263
Percent of Direct Labor
1.4560
145.60%
A: Advertising/Contributions
B: Lobbying
C: Goodwill
D: Direct Cost
E: Interest & Penalty
F: Costs to Correct Defects
G: Premium Portion of Overtime
H: Trade Show Labor/Expense
I: Social Activities
J: Federal Income Tax
Missouri Department of Transportation
David B. Nichola, Director
September 6, 2013
Mr. Edgar Pedregosa
Stantec Consulting Services, Inc.
50 West, 23 Street
New York, NY 10010
Dear Mr. Pedregosa:
105 Feat Capitol Amuo
P.O. Box 270
573.751.2551
Fax: 573.751,6555
1.888.ASK MODOT (275.6636)
Thank you for submitting your company's annual financial pre -qualification documents.
MoDOT's Audits and Investigations has completed the review. Stantec Consulting Services,
Inc. will be added to the Approved Consultant Pre -qualification List. To view this list, go to
www.mod(it.gov scroll down the page to Consultant Services under the More Links — select
Consultant Pre -qualification Requirements — select Approved Consultant Pre -qualification
List.
When Stantec Consulting Services, Inc, enters into a standard contract with MoDOT the
overhead rate calculations of 169.00% for the home office rate and for the field office rate of
134.49% should be used until a revised financial pre -qualification rate is in effect. Please note
this letter is not the result of a MoDOT audit or cognizant review.
All companies must submit the required pre -qualification information annually. Failure to
comply may result in loss of MoDOT pre -qualification. Financial information should reflect
the most recent complete fiscal year and must be submitted no later than six months after the
close of that fiscal year. Please remember to review the expiration dates to ensure your
company remains in approved status.
If you have any questions, please call (573) 751-7446.
Respectfully,
OrAA��X+lt-�
Christie Martin
Senior Auditor
Audits and Investigations
cc: Mary Ann Jacobs -de
D46 Our Our'Luton Is roprovide a xnrld-clary omportatfon aperlence that
delightr our customers andpromoka oprooperom Aducuri.
- www.modotorg
ATTACHMENT D
CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -
PRLI4ARY COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
By signing and submitting this proposal, the prospective primary participant is providing the
certification set out below.
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 of default.
4. The prospective primary participant shall provide immediate written notice to the department or
agency to whom this proposal is submitted if at any time the prospective primary participant learns
that its certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," "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.
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
Fig. 136.4.1 Contract Revised 6/25/13
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 at the Excluded Parties List
System.
https://NvwNv.epls.gov/epls/search.do?page=A&status=current&agency=69#A.
9. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and
information of a participant is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or agency may terminate this
transaction for cause or default.
Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary Covered
Transactions
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 govemmental
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.
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.
Fig. 136.4.1 Contract Revised 6125/13
ATTACHMENT E
CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION—LOWER TIER COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below.
2. The certification in this clause is a material representation of fact upon which reliance was placed
when this transaction was entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in addition to other remedies available to
the Federal Government, the department or agency with which this transaction originated may pursue
available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to which
this proposal is submitted if at any time the prospective lower tier participant learns that its
certification was erroneous when submitted or has become erroneous by reason of changed
circumstances.
4. 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 rules implementing Executive Order 12549. You may contact the person to
which this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
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
with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will include
this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion --Lower Tier Covered Transaction," without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.
7. 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 at the Excluded Parties List
System.
https:H%N,Nvw. ep l s. gov/ep l s/searc h. do?page=A&status=current& agency=69#A.
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 normally possessed by a prudent
person in the ordinary course of business dealings.
Fig. 136.4.1 Contract Revised 625/13
9. Except for transactions authorized under paragraph 5 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 with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier
Covered Transactions
The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Fig. 136.4.1 Contract Revised 6/25/13
Attachment F
Disadvantage Business Enterprise Contract Provisions
I. Policy: It is the policy of the U.S. Department of Transportation and the
Local Agency that businesses owned by socially and economically disadvantaged individuals (DBE's) as
defined in 49 C.F.R. Part 26 have the maximum opportunity to participate in the performance of contracts
financed in whole or in part with federal funds. Thus, the requirements of 49 C.F.R. Part 26 and Section
1101(b) of the Transportation Equity Act for the 21st Century (TEA -21) apply to this Agreement.
2. Obligation of the Engineer to DBE's: The Engineer agrees to assure that
DBEs have the maximum opportunity to participate in the performance of this Agreement and any
subconsultant agreement financed in whole or in part with federal funds. In this regard the Engineer shall take
all necessary and reasonable steps to assure that DBEs have the maximum opportunity to compete for and
perform services. The Engineer shall not discriminate on the basis of race, color, religion, creed, disability,
sex, age, or national origin in the performance of this Agreement or in the award of any subsequent
subconsultant agreement.
3. Geographic Area for Solicitation of DBEs: The Engineer shall seek DBEs in
the same geographic area in which the solicitation for other subconsultants is made. If the Engineer cannot
meet the DBE goal using DBEs from that geographic area, the Engineer shall, as a part of the effort to meet
the goal, expand the search to a reasonably wider geographic area.
4. Determination of Participation Toward Meeting the DBE Goal: DBE
participation shall be counted toward meeting the goal as follows:
A. Once a firm is determined to be a certified DBE, the total dollar value
of the subconsultant agreement awarded to that DBE is counted toward the DBE goal set forth above.
B. The Engineer may count toward the DBE goal a portion of the total
dollar value of a subconsultant agreement with a joint venture eligible under the DBE standards, equal to the
percentage of the ownership and control of the DBE partner in the joint venture.
C. The Engineer may count toward the DBE goal expenditures to DBEs
who perform a commercially useful function in the completion of services required in this Agreement. A DBE
is considered to perform a commercially useful function when the DBE is responsible for the execution of a
distinct element of the services specified in the Agreement and the carrying out of those responsibilities by
actually performing, managing and supervising the services involved and providing the desired product.
D. A Engineer may count toward the DBE goal its expenditures to DBE
firms consisting of fees or commissions charged for providing a bona fide service, such as professional,
technical, consultant, or managerial services and assistance in the procurement of essential personnel,
facilities, equipment, materials or supplies required for the performance of this Agreement, provided that the
fee or commission is determined by MoDOT's External Civil Rights Division to be reasonable and not
excessive as compared with fees customarily allowed for similar services.
E. The Engineer is encouraged to use the services of banks owned and
controlled by socially and economically disadvantaged individuals.
5. Replacement of DBE Subconsultants: The Engineer shall make good faith
efforts to replace a DBE Subconsultant, who is unable to perform satisfactorily, with another DBE
Subconsultant. Replacement firms must be approved by MoDOT's External Civil Rights Division.
Fig. 136.4.1 Contract Revised 6/25/13
6. Verification of DBE Participation: Prior to final payment by the Local
Agency, the Engineer shall file a list with the Local Agency showing the DBEs used and the services
performed. The list shall show the actual dollar amount paid to each DBE that is applicable to the percentage
participation established in this Agreement. Failure on the part of the Engineer to achieve the DBE
participation specified in this Agreement may result in sanctions being imposed on the Commission for
noncompliance with 49 C.F.R. Part 26 and/or Section 1101(b) of TEA -21. If the total DBE participation is
less than the goal amount stated by the MoDOT's External Civil Rights Division, liquidated damages may be
assessed to the Engineer.
Therefore, in order to liquidate such damages, the monetary difference between the amount of the DBE goal
dollar amount and the amount actually paid to the DBEs for performing a commercially useful function will be
deducted from the Engineers payments as liquidated damages. If this Agreement is awarded with less than the
goal amount stated above by MoDOT's External Civil Rights Division, that lesser amount shall become the
goal amount and shall be used to determine liquidated damages. No such deduction will be made when, for
reasons beyond the control of the Engineer, the DBE goal amount is not met.
7. Documentation of Good Faith Efforts to Meet the DBE Goal: The Agreement
goal established by MoDOT's External Civil Rights Division. The Engineer must document the good faith
efforts it made to achieve that DBE goal, if the agreed percentage specified is less than the percentage stated.
Good faith efforts to meet this DBE goal amount may include such items as, but are not limited to, the
following:
A. Attended a meeting scheduled by the Department to inform DBEs of
contracting or consulting opportunities.
B. Advertised in general circulation trade association and socially and
economically disadvantaged business directed media concerning DBE subcontracting opportunities.
C. Provided written notices to a reasonable number of specific DBEs
that their interest in a subconsultant agreement is solicited in sufficient time to allow the DBEs to participate
effectively.
D. Followed up on initial solicitations of interest by contacting DBEs to
determine with certainty whether the DBEs were interested in subconsulting work for this Agreement.
E. Selected portions of the services to be performed by DBEs in order to
increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down subconsultant
agreements into economically feasible units to facilitate DBE participation).
F. Provided interested DBEs with adequate information about plans,
specifications and requirements of this Agreement.
G. Negotiated in good faith with interested DBEs, and not rejecting
DBEs as unqualified without sound reasons, based on a thorough investigation of their capabilities.
H. Made efforts to assist interested DBEs in obtaining any bonding, lines
of credit or insurance required by the Commission or by the Engineer.
I. Made effective use of the services of available disadvantaged
business organizations, minority contractors' groups, disadvantaged business assistance offices, and other
Fig. 136.4.1 Contract Revised 6/25/13
organizations that provide assistance in the recruitment and placement of DBE firms.
8. Good Faith Efforts to Obtain DBE Participation: If the Engineer's agreed DBE goal
amount as specified is less than the established DBE goal given, then the Engineer certifies that the following
good faith efforts were taken by Engineer in an attempt to obtain the level of DBE participation set by
MoDOT's External Civil Rights.
Fig. 136.4.1 Contract Revised 625/13
Attachment G — Fig. 136.4.15
Conflict of Interest Disclosure Form for LPA/Consultants
Local Federal -aid Transportation Projects
Firm Name (Consultant): Homer & Shifrin, Inc.
Project Owner (LPA): City of Cape Girardeau
Project Name: South Sprigg Street Roadway Restoration Project
Project Number: ER Project 1518(000
As the LPA and/or consultant for the above local federal -aid transportation project, I have:
Reviewed the conflict of interest information found in Missouri's Local Public Agency Manual
(EPG 136.4)
Reviewed the Conflict of Interest laws, including 23 CFR § 1.33, 49 CFR 1836.
And, to the best of my knowledge, determined that, for myself, any owner, partner or employee, with my
firm or any of my sub -consulting firms providing services for this project, including family members and
personal interests of the above persons, there are:
JZ No real or potential conflicts of interest
If no conflicts have been indentified, complete and sign this form and submit to LPA
❑ Real conflicts of interest or the potential for conflicts of interest
If a real or potential conflict has been identified, describe on an attached sheet the nature of the
conflict, and provide a detailed description of Consultant's proposed mitigation measures (if possible).
Complete and sign this form and send it, along with all attachments, to the appropriate MoDOT District
Representative, along with the executed engineering services contract.
LPA
Printed Name:
Signature:
Date:
Consultant
Printed Name:James E. McCleish, P.E.
Signatures 0
Date: '711 c) lI
Fig. 136.4.1 Contract Revised 6/25/13