Loading...
HomeMy WebLinkAbout6.h. Approve Proposal for Engineering Services Related to the 2021 Street Improvement Project, City Project 2021-01I:\City Clerk\Agenda Items\Approved Items\6.h. Approve Proposal for Engineering Services Related to the 2021 Street Improvement Project, City Project 2021-01.docx EXECUTIVE SUMMARY City Council Regular Meeting: August 4, 2020 AGENDA ITEM: Approve Proposal for Engineering Services Related to the 2021 Street Improvement Project, City Project 2021- 01 AGENDA SECTION: Consent PREPARED BY: Brian Erickson, PE, Director of Public Works/City Engineer Stephanie Smith, PE, Assistant City Engineer AGENDA NO. 6.h. ATTACHMENTS: Resolution; Map; 2020 CIP; BMI Proposal APPROVED BY: LJM RECOMMENDED ACTION: Motion to: 1. Approve Proposal for Engineering Services for the 2021 Street Improvement Project, City Project 2021-01; and 2. Adopt a Resolution Authorizing the Preparation of a Feasibility Report for the 2021 Street Improvement Project, City Project 2021-01 BACKGROUND The 2021 Street Improvement Project, City Project 2021-01, was included as part of the 2020-2029 Capital Improvement Plan. The streets identified for this improvement through the City’s pavement management evaluation are shown in the attached map. The project is proposed to consist of an asphalt mill and overlay on the streets and minor utility work, along with rehabilitation of pedestrian ramps to meet current ADA requirements. DISCUSSION The City Engineer selected a proposal from Bolton Menk, Inc. (BMI) to perform the design work on this project. BMI, is familiar with the area as that firm prepared plans and specifications for recent Rosemount projects: Bonaire Path, CP 2018-03, and Biscayne Avenue, CP 2020-01. The proposal in the amount of $91,565 provides the necessary engineering services to complete preliminary design, final design, bidding and construction administration of the 2021 Street Improvement Project. The attached resolution orders preparation of a feasibility report which is a necessary step under the Minnesota Statutes Chapter 429. This chapter specifies the actions that must be taken in order to assess property owners for all or a portion of the cost of local improvements. The feasibility report will provide information regarding whether the proposed improvements are necessary, cost-effective and feasible. The report will also look at opportunities to split the project into two phases of construction to allow flexibility in funding. The following information will be included in the report: • Existing conditions with detailed information on the existing materials • Proposed improvements • Detailed cost estimates and proposed funding sources • Estimated assessments 2 COSTS & FUNDING The design and construction costs for the 2021 Street Improvement Project, City Project 2021-01, are budgeted in the 2020-2029 CIP in the amount of $1,430,000. The street improvements will be funded by the Street Fund and assessment of abutting properties. The utility work would be funded by the respective Utility Funds. A detailed cost and funding estimate will be prepared as part of the Feasibility Report. RECCOMENDATION Staff recommends Council accept the proposal for engineering services to BMI and adopt a resolution to authorize preparation of a feasibility report for the 2021 Street Improvement Project, City Project 2021-01. CITY OF ROSEMOUNT DAKOTA COUNTY, MINNESOTA RESOLUTION 2020 – 88 A RESOLUTION AUTHORIZING THE PREPARATION OF A FEASIBLITY REPORT FOR THE 2021 STREET IMPROVEMENT PROJECT CITY PROJECT 2021-01 WHEREAS, it is proposed to improve the following streets with a mill and overlay: • Upper 149th St W between Crandall Ave and Colorado Ave • Covington Ave between 147th St W and Upper 149th St W • Colorado Ave • 157th Ct W • 157th St W • Darling Path between Danbury Ave and 200 feet south of Upper 156th St W • 156th St W between Darling Path and Shannon Parkway • Upper 156th St W • 156th Ct W • Dapple Ct • Dapple Cir • Danville Ave between 156th St W and 156th Ct W • Cumberland Ave • Crocus Ave • Crocus Ct • Crystal Ct • Crystal Path between Danville Ave and Shannon Parkway WHEREAS, it is proposed to assess the benefited property for all or a portion of the cost of the improvement, pursuant to Minnesota Statues, Chapter 429. NOW THEREFORE BE IT RESOLVED, that the proposed improvement, called 2021 Street Improvement Project (City Project 2021-01), be referred to the City Engineer for study and that the City Engineer is instructed to report to the Council with all convenient speed advising the Council in a preliminary way as to whether the proposed improvement is necessary, cost effective and feasible; whether it should best be made as proposed or in connection with some other improvement; the estimated cost of the improvement as recommended; and a description of the methodology used to calculate individual assessments for the affected parcels. ADOPTED this 4th day of August, 2020. William H. Droste, Mayor ATTEST: Erin Fasbender, City Clerk CAMERO LNCLARET AVECRANDALL AVECHIANTIDELMAR CTPA T H CTPKWY TH ST W (CSAH 42)AVESHANNONDARTMOORCT DECEMBER TRL BOULDER AVEBISCAYNE AVEU 145THST W CIMARRONAVEWDAW S O N P L DENVER CTBITTER -SWEETCT150TH ST W (CSAH 42)DECEMBERBI T T E R -S W E E T CI RBLOOOMFIELDWAY U. 149TH ST W 153RD ST W 151ST ST W STATION TRLBRAZIL AVE 156TH ST W 144TH ST W DIAMOND PATH (CR 33)155TH ST W 147TH ST W 146TH BLOOOMFIELDPL BLOOMFIELD CIRCOBBLER AVEDELFT AVE WCAMEO AVE148TH ST WDALLARA BLANCA AVE154TH ST W CT COBALT DR CRYSTALPATH 152ND ST WDANVILLE AVE WBOULDER TRL BLOOMFIELDDARLING PATH CANADAAVE145TH ST W BOXWOOD PATHCORNELL TRL 158TH ST W 148TH ST W COVINGTON AVEBEECH ST W CT147TH ST W CAMBRIAN AVEBURMA AVECOLORADO AVEDAVENPORTAVECHIPPENDALE AVEST STW COBAL TLANE154TH CT W CARROUSELWAYU. 147TH ST W B AY B E R RY T R L CARDINAL L. 147THDAWSON CT CASCADE 158TH CT W 157TH CT W D A M A S K 153RD ST WDAMASK AVEDAKOTA DR159TH CT W 157TH ST WDANBURYAVEW 160TH ST W (CSAH 46)CROCUSAVEU. 148TH ST WDAHOMEY AVE W149TH ST W CRESTVIEW152ND CT W COLUMBIAL. 150TH ST W DANBURYDANVILLE AVEWCHI LI CT BUSINESSPKWYBAYBERRY BURNLEY AVEBOYSENBERRY CTCHROME CRESTONEAVEBLACKBERRY AVECIR150C OLU MBIA151ST CT W CUMBERLANDCANTATA AVE WCHORLEYCAMFIELDU 145TH ST W CHARLSTON AVEAVEST WCARDINAL PATHAVECICERONECIRCLEB LU EB ER R YC TCROCUS C TBI S C A Y NEWAYDAKOTALNBAYBERRYST W 156 T H STW 153RD ST W CANADA AVE148TH ST W147TH ST W U.149TH 154TH ST W 149TH 158TH ST W 151ST ST W 156TH ST W 146TH ST W DODD CIMARRONAVEWUPPER 149TH ST W U.149H ST W 155TH ST W 147TH ST W CIMARRONAVEW152ND 144TH ST W 151ST ST W CIMARRON A V E 146TH ST W DANVILLEAVEDANVILLE AVE WLOWER 147TH ST W CHILI AVECLARET AVEU. 148THST W CICERONEPATHWAY S ROB ER T TR L DECEMBERWAY CHERRYCOLUMBARY CTCTCORNELLCT SCRYSTALDAPPLECIRDAPPLE CTCARDINALCIREVER L E I G H C I R DERBYCIR CRESTONECIRCRESTVIEWCIRCLARETCIR CIMARRON CIMARRON CTCTDEWBERRY CT DARJEE L I N G CT 155TH CT W COLUMBARY CIR CHOKECHERRY AVEU. 149TH CTBRENNER CT BOSTONCIR CRESCENT CIR CHASEWOOD CTC H E S T N U TWA Y CIRCTWAY WAY U. 156TH W156TH C T WDARLING PATHDARLING PATH CINN A M ONWAYCORNELLCT N CTCRESTONECTCRESTONEPATHTRL CANADA CIRCHEVELLECT151ST S T WDAMASKC T WAYPATHBLVD ATWATER WAY AVEB ENTLEYST W CIC E RONEPATHBOISECIR DARJEELINGPATHCO R N E LL AZALEA P A THC O B A L T A V E D A LLARAAVEW144THST W TRL (STH 3)160TH ST W (CSAH 4 6 )S ROBERT(STH 3)U 145TH ST W 146THST W 145TH ST W CHRYSLERDAYBREAK AVEAURORA AVE 160TH ST W (CSAH 46) B O U L D E R CT---- 149TH ST WL 147THCT 149TH ST W ALLINGHAMAVEALMAAVE158TH CIR W 2021 Street CIP 5/12/2020 2021 Street Rehabilitation Project Document Path: T:\Project\Engineering\Derick\2021_Street_CIP.mxd MSA 12/18/19 Building Funds & Facilities Street Equipment Park Imp From Water Sewer Storm Water Sewer Storm Debt Serv Total Year Item - Description Department CIP CIP CIP Assess Fund State Core Core Core Utility Utility Utility Levy Other Cost 2021 1 Restroom Rehab - Lower Arena 25,000 (1)25,000 2021 2 Low E-Ceiling Arena 65,000 (1)65,000 2021 3 P & R Surveillance Cameras(Community Center/Steeple Center)-Year 2 Finance 20,000 20,000 2021 4 Aerial Platform Truck Replacement (Year 1 of 5)Fire 252,000 252,000 2021 5 City-Wide Software Gen'l. Govt.25,000 25,000 2021 6 Rec Center Park & Rec 26,000,000 (2)26,000,000 2021 7 New Trails on Bonaire Path Park & Rec 200,000 (2)200,000 2021 8 Umore Ball Field Improvements - Phase 2 (Construction)Park & Rec 3,000,000 3,000,000 2021 9 Develop Park M-1 (Dunmore)Park & Rec 200,000 200,000 2021 10 Replace Less Lethal Weapons Police 6,000 6,000 2021 11 Squad Set Up and Equipment Installation Police 45,000 45,000 2021 12 Replace Squad Video System Police 120,000 120,000 2021 13 Lease Program - Year 4 Police 110,248 (32,000)(3)78,248 2021 14 Pedestrian Improvements Program Pub Works 125,000 125,000 2021 15 PMP (Carrolton C, West Ridge B/C, Shannon Pond)Pub Works 900,000 250,000 55,000 160,000 65,000 1,430,000 2021 16 Roundabout @ Connemara / Diamond Path (ROW)Pub Works 78,800 (4)78,800 2021 17 Roundabout @ TH3 and RHS Entrance Pub Works 330,000 770,000 (5)1,100,000 2021 18 Stormwater Improvement Program Pub Works 200,000 200,000 2021 19 Downtown Planter Replacement Program Pub Works 10,000 10,000 2021 20 Picnic Table Replacement Program Pub Works 25,000 25,000 2021 21 Lease Program - Year 4 Pub Works 162,164 11,360 4,625 4,625 (84,000)(3)98,774 2021 22 Fuel Pumps and Software (Replace Existing)Pub Works 65,000 5,000 5,000 5,000 80,000 2021 23 Sno Go Blower (Replace #0130) (Purchased 1987)Pub Works 160,000 160,000 2021 24 Loader, Wing & Plow (Replace #8419) (Purchased 2005)Pub Works 275,000 50,000 (6)325,000 3,035,000 1,025,000 1,240,412 250,000 200,000 408,800 0 0 0 71,360 169,625 274,625 0 26,994,000 33,668,822 Total CIP Funding Requirements - Year 2021 $5,300,412 $0 (#)These items will be funded with the issuance of Equipment Certificates.$0 (1)Restroom Rehab (Lower) and Low E Ceiling funding comes from Arena Fund operations/reserves. (2)Other funding for Rec Center and Bonaire Path trails uncertain at this time. (3)Highlighted items are part of a lease program. This is a summary of the total for the year. Detail is provided in an accompanying document. (4)Other funding for these projects are not included. Costs are Rosemount's share only. (5)Other funding from MNDot Local Partnership Program grant. (6)Other funding for Public Works equipment comes from trade-in value of old vehicles. Total Building CIP levy for 2021 is $0. If there is a difference, the difference between this number and the number from above is a result of a 10-year funding program and other funding alternatives (such as potential SKB revenues). Total Street CIP levy for 2021 is $904,234. If there is a difference, the difference between this number and the number from above is a result of a 10-year funding program and other funding alternatives (such as potential SKB revenues). Total Equipment CIP levy for 2021 is $660,000. If there is a difference, the difference between this number and the number from above is a result of a 10-year funding program and other funding alternatives (such as potential SKB revenues). 1 of 1 Submitted by Bolton & Menk, Inc. City Project 2021-01 | City of Rosemount, Minnesota 1 June 16, 2020 Brian Erickson, P.E. (MN) Director of Public Works/City Engineer 2875 145th St W Rosemount, MN 55068-4997 RE: Quote for 2021 Street Improvement Project, City Project 2021-01 Dear Mr. Erickson: We recognize the care in which the City of Rosemount uses when planning infrastructure projects. Well-maintained roads reduce overall maintenance and construction costs, improve community aesthetics, and increase safety for multi-modal users. Rosemount can trust us to make your priorities our own. We understand how to keep City Project 2021-01 on schedule and on budget. Our Team is Proven in Rosemount - Our proposed team successfully delivered projects on Biscayne Avenue and Bonaire Path. We know the level of service Rosemount citizens expect, and we have developed an efficient process to deliver street improvement services. As your project manager, I will continue to play an active role, similar to the service I provided with previous projects. Eric Wilfahrt will serve at the survey project manager, overseeing topographic survey and data collection performed. Jason Malecha will serve as the design engineer, bringing his outside field experience to project design and plan production. You can trust this proven team to continue to deliver projects in a manner Rosemount has learned to expect of Bolton & Menk. We Watch Your Bottom Line - Choosing Bolton & Menk ensures Rosemount receives great value for every dollar spent. Proactive problem solving keeps small things small. This project team will build on past project experiences from the Greystone Developments, 2019 Bonaire Path project, and 2020 Biscayne Avenue project, leading to an increased project efficiency and an established understanding of the City of Rosemount’s standards and requirements of its street improvements projects. Project Schedule - We are committed to following a project schedule that meets and exceeds the city’s expectations. Through conversations with city staff, we understand the project schedule will need to follow standard Minnesota Statute Chapter 429 rules and will be approximately as follows: Final Feasibility Report September 1, 2020 Order Improvements; Authorize Preparation of Plans and Specifications September 2020 Final Design September 2020 – December 2021 Approve Plans and Specifications; Authorize Ad for Bid; Set Bid Date January 11, 2021 Bid Opening February 2021 Assessment Hearing; Award Project February 2021 Begin Construction May 2021 Substantial Completion October 2021 Submitted by Bolton & Menk, Inc. City Project 2021-01 | City of Rosemount, Minnesota 2 Our attached quote highlights our team, work plan, and estimated fee. Thank you for your thoughtful review. We are excited to continue working with the City of Rosemount, and we are confident we can provide exceptional value on City Project 2021-01. Please contact me at 612-756-4823 or matt.blazer@bolton-menk.com if you have any questions regarding our proposal or our services. Respectfully submitted, Bolton & Menk, Inc Matt Blazer, P.E. Project Manager Submitted by Bolton & Menk, Inc. City Project 2021-01 | City of Rosemount, Minnesota 3 WORK PLAN As a true partner in project delivery, we repeatedly go above and beyond the contract requirements to ensure project success. We actively collaborate and communicate across work groups and stakeholders. We will use cutting- edge industry practices like aerial photography to provide a more cost-effective and higher quality product without negatively impacting the city budget or project schedule. Our work plan shows that, even in the proposal stage, we are looking multiple steps forward, planning out every step of the project leading to a more efficient project workflow from the start. Task 1: Prepare Feasibility Report A Feasibility Report is required by Minnesota Statutes Chapter 429 when special assessments are used by the city as a funding mechanism. As such, we will prepare a Feasibility Report outlining the proposed improvements, properties to be specially assessed, and proposed assessment rate in accordance with the City of Rosemount’s Assessment Policy. Subtasks include: · Prepare draft assessment rate per assessment policy · Prepare draft assessment roll · Develop GIS-based figures (improvements map, assessment map, 1 additional TBD) · Submit draft Feasibility Report to city for review and comment containing o Existing conditions o Proposed improvements o Estimated cost and quantity breakdown o Project funding o Pavement analysis summary from geotechnical report o Outputs from the above-mentioned subtasks o Conclusions o Recommendation and feasibility · Finalize Feasibility Report Task 2: Prepare Detailed Plans and Specifications Subtask 1: Survey Bolton & Menk will use the most current aerial photography at design quality level and survey quality GPS to create a record of the private utility marks locate through Gopher State One. Our team will perform a topographic survey using various survey methods such as GPS, aerial photography, and Robotic Total Station as needed to: · Locate all watermain, sanitary sewer, and storm sewer castings · Determine critical elevation at pedestrian facilities to ensure ADA-compliant design · Gather public and private utility field marks as identified through the Gopher State One Call process Subtask 2: Pavement Analysis Bolton & Menk will use Northern Technologies, LLC (NTI) as a subconsultant on the project for geotechnical services. Twenty-five bituminous coring locations will be determined in the field and coring performed on the streets in the project area. Geotechnical analysis will be performed on the cores and pavement recommendations will be given including the ability to perform the assumed mill and overlay via a geotechnical report or memo. A discussion of the findings in the geotechnical report will be included in the feasibility report with the geotechnical report in its entirety included in the Appendix. Subtask 3: Public Meetings Delivering project information to Rosemount residents directly impacted will help prevent surprises and keep the project on schedule. As social distancing regulations relax, communities and individuals continue to choose the level that works best for them. Our two-fold approach—in person and digital—has proven successful with many communities. Examples include traditional open houses, 1:1 meetings, print and electronic newsletters, online open houses, and social media and webpage updates. Bolton & Menk will continue to show flexibility and follow city guidance for project communication preference. All methods for public engagement will be discussed with city staff prior to implementation to confirm they follow evolving city guidelines. Subtask 4: Design Bolton & Menk will provided a detail design for the anticipated mill and overlay consisting of the following plan sheets: · Title sheet · Statement of estimate quantities · Construction details Submitted by Bolton & Menk, Inc. City Project 2021-01 | City of Rosemount, Minnesota 4 · Removal plan · Erosion control and SWPPP as needed · Street plan with aerial photography for reference · Staging plan · Intersection details and ADA-compliant ped ramp design As part of the continued coordination with the city during final design, it is assumed one project meeting during final design will be conducted. At this meeting, Bolton & Menk will provide the city with copies of the plan for questions as well as discussion of critical project items that developed during the final design process. An engineer’s estimate will be provided at the meeting with estimated costs for each street segment and Bolton & Menk’s recommendation for the dividing the construction area into additive alternates. In addition to the final plan set, Bolton & Menk will produce a project manual comprising of the most current City of Rosemount Standard Specification, current city standard details, bidding schedule MnDOT 2018 construction specifications, and supplemental specifications as required by the project. A final engineer’s estimate will be provided to city staff prior to the council meeting in which final plans are approved. We will provide the city with copies in both drafting file and pdf in full-size and half-size. The plan set will be provided in hard copy once finalized. It will consist of three sets of half-size and one set of full-size plan sheets. Subtask 5: Private Utility Coordination In addition to the Gopher State One Call included in the survey subtask, we will conduct a utility coordination meeting. At the meeting, the proposed improvements and possible utility conflicts will be discussed with private utility representatives. Utilities will also be given the opportunity to upgrade their facilities at the same time as the project, reducing future impacts to the newly constructed improvements and residents in the project area. We will provide meeting minutes and indicate relocations in the final plans. Subtask 6: Bidding Bolton & Menk will coordinate all aspects of project bidding including but not limited to: · Distributing plans · Issuing addenda · Responding to contractor questions · Preparing bid tabulation · Conduct the bid opening (in person or online due to COVID) · Low bidder bid review and recommendation Subtask 7: Assessment Roll Bolton & Menk will prepare the final assessment roll as required for the Assessment Hearing. If needed, Bolton & Menk can send the assessment information and hearing notice to residents. Matt Blazer will attend the assessment hearing to assist city staff with any questions that may arise. Task 3: Provide Construction Observation and Contract Administration Subtask 1: Construction Observation and Administration Bolton & Menk will provide the same exceptional quality construction observation and administration we have provided the last four construction seasons in Rosemount. The assumed eight-week construction timeframe at 40 hours per week provided in the RFQ will consist of: · Day-to-day construction observation and coordination between contractor and city staff · Full-time inspection of street improvements · Daily construction logs and record drawings · Materials testing requirements and certifications coordination and documentation · Public communication In addition to construction observation, Matt Blazer will provide construction administration that Rosemount has come to expect of their consultants. This time will consist of: · Organize preconstruction meeting · Perform on-site review pertaining to work and progress as needed · Organize weekly progress meetings · Prepare change orders and written directives · Review shop drawings, material lists, and suppliers · Review and approve pay requests · Perform project closeout process Submitted by Bolton & Menk, Inc. City Project 2021-01 | City of Rosemount, Minnesota 5 Subtask 2: Material Testing Bolton & Menk will use NTI as a subconsultant on the project for construction material testing as required by city standards. Bolton & Menk will monitor the testing reports provided by NTI and follow up with the contractor on any failing tests and corrective action associated with it. Testing reports will be made available to the city as needed. Subtask 3: Construction Staking As described in the RFQ, 100 hours have been assumed for construction staking. Items needed to be staked may include · Construction limits · Grading · Ped ramps · Curb and gutter · Easements · Miscellaneous infrastructure features · An as-built survey will be performed on all proposed structures in the following winter/spring with hundredth-level accuracy Subtask 4: Private Utility Coordination As typical with any Bolton & Menk project, private utility coordination will not end at the design phase. All utility representatives will be invited to the preconstruction meeting as well as the weekly construction meetings. This will ensure good project communication between city, contractor, and utility owners and minimize/mitigate private utility impacts during the construction process. Subtask 5: Contract Close Out Contract close out will consist of a final project walk through with city staff to develop a punchlist. We will coordinate with the contractor to ensure the developed punchlist items are completed in a timely manner. We will also prepare the final pay app, as-built drawings, and a letter of recommendation. All other construction documentation, such as daily records, submittal logs, construction photos, testing reports etc., will be made available upon the city’s request GVWX33 GVWX46 GVWX42 ?@A@3 CO BALTL N DIAMONDPATHDANVILLEAVECHIPPENDALE AVESHANNONPKWYROBERTTRLSDRESDEN TRL1 5 2ND ST W COB A LTAV E 160TH ST W CANADA AVEDUNBER RYWAYDALLARA AVEDUCKPOND WA Y 1 5 6 T H ST W CHORLEYAVEUPPER 149THST W CHARLESTONAVECIMARRONAVECANTATAAVEDANBURYAVEDRAWSTON ETRLCLARET AVE149 T H C T C O RNELL TRL D A WS O N C T COBALTDR158TH ST W 155TH ST WCOVINGTON AVE147TH ST W 1 6 2 ND ST W152NDCTDOR Y C T UPPER 145THST W DECEM B ER TRL D AKOTALN144TH S TW 154TH ST W CARDINAL ST W 146TH ST W 145TH ST W CINNA M ONWAY150TH ST WCOBBLERAVE LOWER 150THST W C H ER RYPATH CRYSTALPATH 1 5 1 S T S TW CROCUSAVEDAM A S K C T CHILI AVE153 R D S T WDODD BLVDCRESTVIEWAVECIRCLEAVEDARJEELINGPATHDARLING PATHCOLUMBIAWAYDREXEL WAY CHIANTI AVEUPPER 148TH ST W CARDINALCTDENVERCTDAVENPORTAVE CHILI CTCICE RONEPATH LOWER 147TH ST WD OMINI CACTEVERLEI GH CI R CHASEWOODCTDEKALBAVEC HROMEAVEUPPER156T H S TW 152ND CT WDENMARKCT 149TH ST WDELFT AVEDUNWOODTRL148TH CT 159TH CT W COLUM B I ACTDRYMEADOWLN157TH CT W 158TH CT W 157TH ST W CUMBERLANDAVECORMORANT WAY 154TH CT WDELMARCT CRESTONE AVEDUNBARC T UPPE R 1 4 3 R D S T W DAHOMEY AVEDAMASK AVECI MARRON WAYDECEMBER WAYDOVETRLDAKOTA DR CRANDALL AVED RESDENWAYDIAMO NDW A YUPPER 147TH ST W CASCADE PATH 148TH ST W D E RBYCIR COLORADO AVECARROUSELWAYCANADAC IR 2021 Street Improvements Rosemount, MN Project Locations June 2020 Map Document: \\arcserver1\GIS\ROSEMNT_CI_MN\_Proposals\StreetProposal2021\ESRI\Maps\Street2021Proposal_8X11P.mxd | Date Saved: 6/4/2020 10:01:37 AMLegend !I Mill & Overlay Municipal Boundary 0 1,000FeetSource: MnGeo, Dakato County Client: City of Rosemount Project: 2021 Street Improvement Project, City Project 2021-01 Task No. Work Task Description Principal-in-ChargeProject ManagerDesign EngineerResident Project RepresentativeLicensed SurveyorSurvey TechnicianSurvey InternField Crew ChiefClericalTotals 1.0 Feasibility Report 1.1 Topographic Survey 2 2 12 16 1.2 Preliminary Figures 4 2 16 22 1.3 Preliminary Cost Estimate 2 4 4 10 1.4 Preliminary Engineering Report 4 7 16 4 31 1.5 Preliminary Assessment Roll 2 4 4 2 12 1.6 Meeting with City Staff 3 4 2 9 Subtotal Hours - Task 1 15 23 42 0 0 2 12 0 6 100 2.0 Detailed Plans and Specifications 2.1 Survey 2 4 16 22 2.2 Pavement Analysis 0 2.3 Public Meetings 3 6 8 17 2.4 Design 4 20 40 64 2.5 Private Utility Coordination 2 4 4 10 2.6 Bidding 4 8 12 2.7 Assessment Roll 2 4 2 8 Subtotal Hours - Task 2 15 42 54 0 2 4 0 16 0 133 3.0 Construction Observation and Contract Administration 3.1 Construction Observation and Administration 320 320 3.2 Material Testing 0 3.3 Construction Staking 100 100 3.4 Private Utility Coordination 2 2 4 3.5 Contract Close Out 2 8 10 Subtotal Hours - Task 3 0 4 0 330 0 0 0 100 0 434 PROJECT TOTAL 30 69 96 330 2 6 12 116 6 667 Bolton & Menk, Inc. Estimated Hours Geotechnical Consultant Lump Sum = $4,100 Geotechnical Consultant Lump Sum = $5,950 2021 Street Improvements City of Rosemount, Minnesota Client: City of Rosemount Project: 2021 Street Improvement Project, City Project 2021-01 Task No.Work Task Description Principal-in-ChargeProject ManagerDesign EngineerResident Project RepresentativeLicensed SurveyorSurvey TechnicianSurvey InternField Crew ChiefClericalGeotechnical SubconsultantTotal Hours Total Cost 1.0 Feasibility Report 15 23 42 0 0 2 12 0 6 100 $12,234.00 2.0 Detailed Plans and Specifications 15 42 54 0 2 4 0 16 0 $4,100 133 $21,693.00 3.0 Construction Observation and Contract Administration 0 4 0 330 0 0 0 100 0 $5,950 434 $57,638.00 Total Hours 30 69 96 330 2 6 12 116 6 667 Average Hourly Rate $177.00 $137.00 $108.00 $108.00 $164.00 $136.00 $90.00 $155.00 $90.00 Subtotal $5,310 $9,453 $10,368 $35,640 $328 $816 $1,080 $17,980 $540 $10,050 $91,565 Detailed Cost Estimate Total Fee Bolton & Menk, Inc. 2021 Street Improvements Proposal City of Rosemount, Minnesota June 5, 2020 Bolton & Menk, Inc. Attention: Mr. Matt Blazer, P.E. 12224 Nicollet Avenue Burnsville, Minnesota 55337 RE: Proposal for Geotechnical Services and Construction Materials Testing Services 2021 Rosemount Street Improvements Project Rosemount, Minnesota NTI Proposal P0320 We are pleased to submit our proposal to perform Geotechnical and Construction Materials Testing Services for the above referenced project. The proposed project consists of the rehabilitation of various streets, including Darling Path, 156th Street West, Upper 156th Street West, 156th Street Court, Dapple Circle, Dapple Court, Crystal Path, Crystal Court, Crocus Court, Crocus Avenue, Cumberland Avenue, Danville Avenue, 157th Court West, 157th Street West, Upper 149th Street West, Colorado Avenue, and Covington Avenue in Rosemount, Minnesota. NTI understands that proposed improvements will consist of a Mill and Overlay of the existing pavement sections. The purpose of the Geotechnical study is to collect representative pavement cores and to furnish a detailed geotechnical engineering report with design and construction recommendations for the project. SCOPE OF WORK (Geotechnical) The following is our proposed work scope based on the request for quotes provided by Bolton & Menk, Inc. NTI will mark the proposed pavement core locations. We will make you aware of these field activities before proceeding to the site to allow you the opportunity to notify any pertinent parties prior to NTI’s field work. NTI will then mobilize a two-person crew to the site to drill twenty-five (25) pavement cores. At each core location, the pavement will be cored and the core hole will be backfilled with cold-patch asphalt. A photograph of each pavement core will be taken and included in the project geotechnical report. NTI has assumed that there is reasonable access to the proposed pavement core locations. This would include slopes suitable for traversing with a work truck, safe working distances from utilities, removal of site obstructions that prohibit access to the proposed core hole locations, etc. In addition, truck access to the proposed pavement core locations may result in cracking of on-site pavements or sidewalks and rutting of site soils. NTI will take reasonable precautions to prevent such damage but repair and final restoration of the site including settled core holes shall be performed by others at no charge to NTI. Proposal for Geotechnical Services and Construction Materials Testing Services 2021 Rosemount Street Improvements Project Rosemount, Minnesota Upon completion of the field work, a detailed geotechnical report will be prepared. The report will include a table of pavement core thicknesses, a pavement core location diagram, and pavement core photographs. In addition, the report will include our engineering opinions and recommendations regarding: 1. Recommendations regarding Mill and Overlay pavement reconstruction. NTI’s engineers are also available to provide geotechnical guidance to the design team, evaluate value engineered alternatives, review earthwork, groundwater control, and other civil plans and specifications as an additional service. NTI’s engineers, special inspectors and technicians are available to provide construction and materials testing services once the project construction begins. This provides professional continuity of services throughout the design and construction of the project. DELIVERABLES NTI will provide an electronic PDF copy of the final report to the client. Two (2) bound hard copies of the final report are available upon request. SCHEDULE Upon receiving authorization to proceed, the geotechnical field work will typically begin in approximately 7 to 10 business days and will take approximately 1 to 2 days to complete. The report will be issued to you within 7 to 10 business days of completion of the field work. Verbal information regarding our findings can be provided within 2 to 3 days after the field work has been completed. COST (Geotechnical Services) We will perform the base geotechnical exploration and report described above for a fixed fee of $4,100. Additional services outside of the scope of services outlined above will be invoiced as shown below. NTI will contact the design team for these additional services prior to commencement. Additional Item Cost Additional pavement coring on same mobilization $100 per core Additional Mobilizations $500 each MDH permits $125 each Post report consultation, in excess of 2 hours $125 per hour Private Utility Locate Services Cost plus 10 percent Other services Per our standard fee schedule, less 10% NTI’s fees assume that the work may be performed with standard construction Personal Protective Equipment (PPE), including hard hats, safety glasses, hearing protection and visibility equipment such as vests. If additional PPE is required, such as for drilling in an environmentally contaminated area or in a confined space, additional fees will apply. Proposal for Geotechnical Services and Construction Materials Testing Services 2021 Rosemount Street Improvements Project Rosemount, Minnesota SCOPE OF WORK (Construction Materials Testing) The following presents a general description of the proposed testing to be performed by our firm. We propose staffing this project from our Inver Grove Heights location on “as-requested” basis (as project progress dictates) by individuals qualified to perform the required test or inspection. For the proposed mill and overlay project, NTI has assumed that concrete testing and bituminous testing will be required and have included quantities for these services. We anticipate concrete testing will be required due to many mill and overlay projects having specific sections of sidewalk or curb & gutter removed and replaced during the project. There have been cases in which soils testing was also requested for specific areas; however, we have not included that testing in this proposal. Our fee estimate is based upon the provided 2021 Street Reconstruction Project – 2021 Street CIP map, the request for quote information. and previous experience on similar projects. When project documents are more complete and/or a project schedule becomes available, NTI will be able to revisit our proposed quantities to ensure the actual needs to the project are in line with our proposed estimates of testing. COST (Construction Materials Testing Services) We propose performing the above referenced construction materials testing services during the 2021 construction season for the unit rates outlined in the attached fee schedule. Based on our experience with similar projects we estimate our fees will be approximately $5,950. Our final fee, which may be higher or lower, is dependent upon contractor scheduling, weather, actual requested services, and any unforeseen circumstances beyond our control. We will advise you as early in the process as possible if we anticipate our fee will exceed this estimate. Please note the following conditions included in our fee schedule; Sunday, holiday, and evening work is subject to a 1.5x mark up on labor rates. Saturday work is subject to a 1.25x mark up on labor rates. An invoice for our services will be submitted to you monthly and is due within 30 days of receipt. ACCEPTANCE Please indicate your acceptance of this Geotechnical Services and Construction Materials Testing Services proposal by signing on the signature block below and returning a copy to us. The attached General Terms & Conditions are an integral part of this proposal. This proposal is effective until August 30, 2020. Proposal for Geotechnical Services and Construction Materials Testing Services 2021 Rosemount Street Improvements Project Rosemount, Minnesota We thank you for the opportunity of submitting this proposal and look forward to working with you through both the design and construction phase of this project. If you have any questions regarding this proposal please contact the undersigned at 651-389-4191. NORTHERN TECHNOLOGIES, LLC Richard S. Jett, E.I.T. Staff Engineer Jacob D. Collins Staff Engineer / Project Manager Attachments: General Terms & Conditions Construction Materials Testing Estimate of Fees BOLTON & MENK, INC. By: ___________________________________ Printed Name: __________________________ Title: _________________________________ Date: _________________________________ GENERAL TERMS & CONDITIONS 1.0 CONTRACT a. The foregoing Proposal and these General Terms and Conditions constitute the contract (hereinafter, "Contract") between Northern Technologies, LLC., (hereinafter, "NTI") and the party signing the Client Authorization (hereinafter, "Client") b. If Client directs NTI to proceed with Services (as defined below) prior to execution of this Contract, or if Client allows NTI to continue with Services after having received this Contract, it is understood that each party is bound by the terms and conditions of this Contract whether or not Client has signed this Contract. 2.0 SERVICES a. NTI will provide Client with the services specified in the Proposal (hereinafter, "Services" or "Scope of Services") in accordance with the Contract's terms. Services enumerated in writing in the Contract are considered Basic Services. Services not specifically enumerated in writing in the Contract are not included in the scope of NTI's Services and are not NTI's responsibility. b. Should the need arise for NTI to expand our services in response to conditions or events outside our control, NTI would, under Client’s direction, submit a separate proposal providing such Additional Services. Additional Services are not included under Basic Services nor are they covered by the compensation for Basic Services. c. NTI will provide Services to Client as an independent contractor and not as the Client’s employee, agent, partner, or joint venturer. d. NTI shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure of persons to, hazardous materials or toxic substances in any form at the project site. If, while performing the Services any hazardous substances or conditions are discovered or encountered that pose unanticipated risks or costs, it is agreed that the scope of Services, time schedule and the estimated Contract costs shall be reconsidered and that this Contract may, at NTI's option, be re-negotiated or terminated. If the Contract is so terminated, Client shall pay NTI for the Services performed up to the date of termination plus NTI's reasonable termination and demobilization costs and expenses. e. If NTI's performance of the Services is delayed by Client or by any other circumstance beyond NTI's direct and reasonable control, then the time for NTI's completion of the Services shall be automatically extended based upon the duration and impact of each such delay and NTI shall be entitled to additional compensation from Client 3.0 GENERAL RESPONSIBILITIES a. NTI shall not be responsible for the performance of any activity or obligation other than the Services specified in the Contract, and NTI's performance shall not be construed as relieving Client or any third party of their responsibilities. NTI shall have no responsibility for, or any liability pertaining to: (1) the superintending, supervising, or directing of the work of any independent contractor, agent or employee of Client or any third party; or (2) the results or consequences of work performed by any such independent contractor, agent or employee of Client or any third party; or (3) any claims or allegations of rights by any person or party other than Client relating to NTI's Services; or (4) for job site safety at the location which is the subject of this Contract (hereinafter, "Site"). b. NTI will be responsible for obtaining only those government permits, approvals and authorizations that are specified in the Scope of Services of the Contract. NTI is not responsible for project delays, damages or impacts due to the government’s failure to issue said permits in a timely fashion. c. Unless otherwise expressly agreed by NTI and Client in writing NTI’s performance of its Services is solely and exclusively for the benefit of the Client and no party other than Client shall be entitled to rely upon any documentation, representation, report, statement or service made or performed by NTI. 4.0 CLIENT RESPONSIBILITIES a. Client will make available to NTI all known information regarding existing and proposed requirements which affects the work, including but not limited to: specifications, contracts, recommendations, plans and change orders. b. Client will immediately transmit to NTI any new information that becomes available to Client or Client's contractors or subcontractors, so that recommended actions can be reviewed. c. Client will provide a representative to answer questions about the project when required by NTI upon 24-hour notice. d. Client will not hold NTI liable for any incorrect advice, judgment, or decision based on any inaccurate information furnished by or on behalf of Client, and Client will indemnify NTI against liability arising out of or contributed to by such information. e. NTI shall be entitled to additional compensation for all extra work caused by or resulting from the failure of the information provided to accurately describe the Site conditions. f. With the exception of those specified as NTI’s responsibility in the Scope of Services, Client shall timely obtain all necessary permits, governmental approvals and access agreements to allow NTI and its agents access to the Site and any buildings thereon. g. Client is responsible for notifying property owner(s) of the nature, scope and timing of NTI’s work, along with any potential damage that may occur during the execution of said work. h. Client shall provide reasonable safe access to the proposed location of work including but not limited to slopes, distance from unities, removal of site obstructions, etc. 5.0 NTI RESPONSIBILITIES a. NTI will perform its Services consistent with the level of care and skill ordinarily exercised by members of the geotechnical and materials testing profession currently practicing under similar conditions (the "Standard of Care"). No warranty of any kind, expressed or implied, is made by NTI. b. NTI will be responsible for its data, interpretation and recommendations, but will not be responsible for interpretation by others. c. NTI will take reasonable precautions to prevent damage to property. However unless specifically included in the Scope of Services NTI will not be responsible for the repair or cost of repairs of property including but not limited to pavements, turf, walks, vegetation, utilities, irrigation, buildings or any other site improvements. 6.0 INSURANCE a. NTI will carry worker’s compensation insurance and public liability, property damage, and errors and omissions insurance policies, which NTI considers adequate. In addition to any other limitations set forth in this Contract, it is agreed that in no event will NTI be responsible for loss, damage or liability beyond the limits and conditions of NTI's available insurance. NTI will not be responsible for any loss or liability arising from the negligence of Client or by other persons or entities employed by Client. 7.0 COMPENSATION a. NTI’s Proposal specifies if the fee is a fixed fee or an estimate based on set rates. Unless specifically stated in the Proposal Client acknowledges that the fee estimate will not be construed to be a maximum or not to exceed amount. b. NTI will submit invoices to client monthly, and a final invoice upon completion of Services. Invoices will show charges based on current NTI Fee Schedule or other basis agreed upon in writing. A detailed separation of charges and backup data will be provided at Client’s request. c. Client shall notify NTI immediately if there are any issues relating to the invoice format, amounts, name of responsible party or any other factors preventing payment of the invoice as submitted. d. Unless specifically stated in the Proposal, NTI’s fees will not be subject to retainage. e. Unless specifically stated in the Proposal, payment of invoices for NTI Services shall not be contingent upon project financing or payments received by the Client from other parties. f. The Client will pay the balance stated on the invoices unless Client notifies NTI in writing of the particular item that is alleged to be incorrect within fifteen (15) days from the invoice date. NTI will strive to resolve Client’s concerns in a timely manner as long as the balance of the invoice is paid within the terms of this Contract. In the event GENERAL TERMS & CONDITIONS Client fails to bring a billing dispute to NTI’s attention within the 15- day period, Client waives the right to later dispute the invoice. g. Payment is due upon receipt of invoice and is considered past due thirty (30) days from invoice date. On past due accounts, Client will pay a late charge of 1.5(%) per month, or the maximum allowed by law. h. In the event Client fails to pay NTI within sixty (60) days following invoice date, NTI may consider the default a total breach of this Contract and all duties of NTI under this Contract will be terminated. i. Partial payments received will first be applied to accrued late charges, then expenses and then to the principal balance. j. Client agrees that NTI may increase its billing rates/fees on each anniversary of this Contract. 8.0 OWNERSHIP OF DOCUMENTS / SAMPLES a. The Client acknowledges that the reports, data, plans, specifications, representations, correspondence and all other documents prepared by NTI as part of its Services under this Contract (collectively referred to as "Documentation") are instruments of NTI's service to Client. Client agrees to save, defend, indemnify and hold NTI and its officers, directors, shareholders, employees and agents harmless from and against all claims, damages, losses and related expenses (including, without limitation, all reasonable attorney fees, disbursements, expert witness fees and all costs of court and litigation) in any manner arising from or pertaining to: (a) any re-use of the Documentation without the prior written authorization of NTI or, (b) claim(s) by any third party (other than Client) to whom Client distributed or provided any of the Documentation, either directly, through an agent, or by requesting that NTI provide it to the third party, without the prior written authorization of NTI. b. Client agrees that all reports and other work furnished to the Client or his agents, which are not paid for, will be returned upon demand and will not be used by the Client for any purpose. c. NTI will retain all pertinent records concerning Services performed for a period of two (2) years after the report is sent; during that time the records will be made available to the Client during NTI’s normal business hours. d. NTI will retain representative samples for 30 days after submission of NTI report. Upon request by Client, samples can be shipped, charges collect, to destination selected by Client; or NTI can store them for an agreed upon storage charge. 9.0 DISPUTES a. All claims, disputes, and controversies arising out of or in relation to the performance, interpretation, application, or enforcement of this Contract, including, but not limited to, breach thereof, shall be referred for mediation under the then current Construction Industry Mediation Rules of the American Arbitration Association prior to any recourse to litigation . b. In the event of any litigation arising out of or relating to this Contract or the Services, the prevailing party shall be entitled to reasonable attorneys' and experts' fees, court costs and other costs of collection including NTI's labor costs in connection with the prosecution of any collection lawsuit. 10.0 LIMITATION OF LIABILITY a. CLIENT understands that the Services provided by NTI involve the application of scientific and technical skill, judgment and discretion that is not an exact science and that NTI cannot and does not guaranty the results of its Services. Instead, NTI agrees to perform the Services according to the Standard of Care. b. NTI’s liability to the Client and all contractors and subcontractors on the project, for damages due to professional negligence, negligence or breach of any other obligation to Client or others, will be limited to an amount not to exceed $20,000 or NTI's fee, whichever is less. c. Client will notify any contractor or subcontractor who performs work in connection with any work done by NTI of the limitations of liability for design defects, errors, omissions, or professional negligence, and to require as a condition precedent to their performing their work, a like indemnity and limitations of liability on their part as against NTI. In the event the Client fails to obtain a like limitation and indemnity, Client agrees to indemnify NTI for any liability to any third party. d. NTI shall have no liability for any failure to perform or delay in performance due to any circumstances beyond its reasonable control. Additionally, in no event shall NTI be liable or responsible to Client or any other person for any consequential, special, incidental, exemplary, or punitive damages, including but not limited to, governmental fines, penalties or liabilities, lost profits or other economic loss (whether arising from negligence, errors, omissions, breach of contract, breach of warranty, tort, strict liability or otherwise), resulting from any claimed defect or deficiency in the Services provided by NTI or any failure by NTI to provide Services. 11.0 TERMINATION a. This agreement may be terminated by either party upon seven (7) days written notice if there is substantial failure by the other party to perform. Termination will not be effective if substantial failure is remedied before expiration of the seven days. Upon termination other than for NTI's default, NTI will be paid for Services rendered plus reasonable termination expenses. b. If the Contract is terminated prior to completion of all reports contemplated by the agreement, or suspended for more than three (3) months, NTI may complete analysis and records as are necessary to complete its files and may complete a report on the Services performed. Termination or suspension expenses will include direct costs of completing analysis, records and report. 12.0 ASSIGNS a. Neither party may assign duties or interest in the Contract without the written consent of the other party. 13.0 MISCELLANEOUS a. If any provision or provisions of this Contract shall be held to be invalid, illegal, unenforceable or in conflict with the law of any jurisdiction, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. b. This Contract is the entire agreement between NTI and Client and it supersedes all prior written or oral agreements with respect to the subject matter hereof. No amendment or assignment of the Contract shall be effective unless agreed to in a writing signed by authorized representatives of both parties. c. The provisions of this Contract relating to the limitation of liability and damages, warranties, indemnification, use of plans, specifications, reports and all other Documentation provided by NTI and those specifying choice of law, dispute resolution, notice, waiver, and severability shall survive termination of this Contract. d. The terms of this Contract and its enforcement and interpretation shall be governed by the laws of the state where the project is located. If any provision of this Contract is determined to be unlawful, invalid or unenforceable, that provision shall be severed from the Contract and shall not render this Contract, or any other of its other provisions, unlawful, invalid or unenforceable. 14.0 PRE-LIEN NOTICE a. By signing this Contract Client represents and warrants that it either owns fee title to, or has the legal right to direct NTI to perform Services in connection with, the site of the project and that there is presently nothing to prevent NTI from filing a lien against the site of the project. b. ANY PERSON OR COMPANY SUPPLYING LABOR OR MATERIALS FOR THIS IMPROVEMENT TO YOUR PROPERTY MAY FILE A LIEN AGAINST YOUR PROPERTY IF THAT PERSON OR COMPANY IS NOT PAID FOR THE CONTRIBUTIONS. c. UNDER MINNESOTA LAW, YOU HAVE THE RIGHT TO PAY PERSONS WHO SUPPLIED LABOR OR MATERIALS FOR THIS IMPROVEMENT DIRECTLY AND DEDUCT THIS AMOUNT FROM OUR CONTRACT PRICE, OR WITHHOLD THE AMOUNTS DUE THEM FROM US UNTIL 120 DAYS AFTER COMPLETION OF THE IMPROVEMENT UNLESS WE GIVE YOU A LIEN WAIVER SIGNED BY PERSONS WHO SUPPLIED ANY LABOR OR MATERIAL FOR THE IMPROVEMENT AND WHO GAVE YOU TIMELY NOTICE. Special Inspection and Testing Services for Concrete Construction Testing Services ‐ Patching for Sidewalks, Curb & Gutter, Aprons, etc.  Project Engineer $130.00 per hour Engineering Technician ‐ Assumes 5 Concrete Tests 13 $67.00 per hour $871.00 Compressive Strength Concrete ‐ NTI (ASTM C39) ‐ 5 cylinders per set 25 $25.00 per cylinder $625.00 Concrete Cylinder Sample Pickup and Processing Engineering Technician ‐ Assumes 3 Additional Visits for Pickup 2 $67.00 per hour $134.00 Vehicle Mileage ‐ 8 Total Visits 224 $0.80 per mile $179.20 Section Total Subtotal $1,809.20 Roadway and Pavement Construction Aggregate Base Testing Services Engineering Technician ‐ Soils  $67.00 per hour MnDOT Modified Dynamic Cone Penetrometer $25.00 per test Mechanical Analysis: 1‐1/2" to #200 & wash Cohesive/Granular Soils (ASTM C136/C117)$125.00 per test Bituminous Testing and Services ‐ Assumes 4 Days of Paving ‐ Assumes only Mill & Overlay Engineering Technician ‐ Bituminous ‐ Bulk Sample and Core Density Pickup/Processing 8 $67.00 per hour $536.00 Density Test ‐ Nuclear Method Asphalt $30.00 per test MnDOT Gyratory Mix Properites (All Inclusive) (Gyratory Density, Rice’s Specific Gravity,  Bituminous Extraction and Aggregate Gradation, Fine Aggregate Angularity,  and Percent Crushed) 4 $550.00 per test $2,200.00 Gyratory (Bulk Density) (ASTM D6925)$100.00 per test Unit Weight of Bituminous (Core Density) (ASTM D2726)10 $45.00 per test $450.00 Vehicle Mileage ‐ 8 Total Visits 224 $0.80 per mile $179.20 Section Total Subtotal $3,365.20 Services for Engineering Consulting, Construction Meetings, and Project Management Engineering Assistant 3 $80.00 per hour $240.00 Engineer/Project Manager 2 $130.00 per hour $260.00 Principal Engineer $195.00 per hour Senior Engineer $155.00 per hour Assistant Project Management 5 $55.00 per hour $275.00 Section Total Subtotal $775.00 Summary of Services Special Inspection and Testing Services for Concrete Construction   $1,809.20 Roadway and Pavement Construction $3,365.20 Services for Engineering Consulting, Construction Meetings, and Project Management $775.00 ESTIMATED PROJECT FEES $5,949.40 Table 1 ‐ Estimate of Fees City Project 2021‐01 ‐ 2021 Street Reconstruction Project Rosemount, Minnesota Estimated FeeEstimated Units Unit Cost