Loading...
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