Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC03-274 Felsburg Hold & Ullevig• C 03 -~~¢- SD
AGREEMENT FOR THE PRELIMINARY DESIGN
OF THE EDWARDS -SPUR ROAD
This Agreem ~ . or the prepazation of the Preliminary Design of the Edwards Spur Road
(I-70G) dated as of ~ , 2603, is between Eagle County, a body
corporate and politic, by d through its Board of County Commissioners ("Count}'), and
Felsburg Holt & Ullevig ("Consultant").
RECITALS
WHEREAS, the purpose/intent of this Agreement is to provide a preliminary design of
the Edwards Spur Road (I-70G); and
WHEREAS, on June 25, 2003, the County entered into an Intergovernmental Agreement
with the Colorado Department of Transportation wherein the County agreed to proceed with the
preliminary design of the Edwazds Spur Road (I-70G); and
WHEREAS, the Consultant has submitted to County a Proposal for performing the work
(further defined in Section 1) and represented that it has the expertise and personnel necessary to
properly and timely perform the work; and
WHEREAS, Consultant and County intend by this Agreement to set forth the scope of
the responsibilities of the Consultant in connection with the work and related terms and
conditions to govern the relationship between the Consultant and County in connection with the
work.
NOW, THEREFORE, for good and valuable consideration, including the conditions set
forth herein, the parties agree to the following:
AGREEMENT
1. Scope of the Work: The Work shall be comprised of the following services: A)
Project Initiation and Continuing Requirements; B) Project Development; and C) Preliminary
Design as described in the Consultant's proposal attached hereto as "Exhibit A."
2. Consultant's Performance: Consultant shall be responsible for the completeness
and accuracy of the work, supporting data and other documents prepazed or compiled in
performance of the work, and shall correct, at its sole expense, all significant errors and
omissions therein. The fact that the County has accepted or approved Consultant's Work shall
not relieve Consultant of any of its responsibilities. Consultant shall perform the work in a
skillful, professional, and competent manner and in accordance with the standazds of care, skill,
and diligence applicable to Engineers, as the case may be with respect to similar work.
3. Time of Performance: Consultant shall commence the work within ten (10)
business days after the date of this Agreement. All work shall be completed not later than
December 31, 2003, unless approved by change order to this contract.
~ ~
4. Compensation and Pam: In consideration of its performance of the scope of
work, Consultant shall be paid monthly based on percent of completion by task and direct
expenses at cost. The total not to exceed fee is $220,785.00. Payment shall be made in
accordance with the following:
a. Consultant shall submit to County monthly invoices of the time spent and
expenses incurred during the previous calendar month.
b. The professional fees and reimbursable expenses shall be due and payable
within thirty (30) days after submittal by Consultant, together with submission of any
required clarification and documentation.
c. Hourly rates shall be as provided in Consultant's Standard Wage Rates as
set forth in Exhibit B and incorporated herein by this reference. Fractional hours will be
billed at the nearest one-quarter hour.
d. The parties hereto recognize that the Scope of the Work may change.
When Consultant believes that the Scope of the Work has been changed or that by reason
of a decision of County it will be required to redo properly completed work, Consultant
shall immediately advise County of such belief and shall also provide a statement of the
maximum additional charges for such work. Consultant shall not be entitled to be paid
for any such additional work unless and until County agrees in writing that the Scope of
the Work has changed and accepts the statement of the maximum additional charges.
e. Consultant shall maintain comprehensive, complete and accurate records
and accounts of its performance relating to this Agreement for a period of three (3) years
following final payment hereunder, which period shall be extended at County's
reasonable request. County shall have the right within such period to inspect such books,
records and documents upon demand, with reasonable notice and at a reasonable time, for
the purpose of determining, in accordance with acceptable accounting and auditing
standards, compliance with the requirements of this Agreement and the law.
f. Additional services, if required beyond the Scope of the. Work, shall be
separately negotiated and agreed to in writing by both the County and Consultant prior to
the Consultant performing the additional service.
5. Proiect Management: David C. Burnett, P.E. shall be designated as Consultant's
Project Manager for the work. Helen Migchelbrink, P.E., Eagle County, shall be County's
Project Manager responsible for this Agreement. All correspondence between the parties hereto
regarding this project shall be between and among the project managers. Either party may
designate a different project manager by notice in writing.
6. In a endent Consultant: It is expressly acknowledged and understood by the
parties hereto that nothing contained in this Agreement shall result in, or be construed as
establishing, an employment relationship. Consultant shall be, and shall perform as, an
independent Consultant. No agent, employee, or servant of Consultant shall be, or shall be
deemed to be, the employee, agent or servant of County. Consultant shall be solely and entirely
2
responsible for its acts and for the acts of Consultant's agents, employees, servants and
subcontractors during the performance of this Agreement.
7. Personnel: Consultant understands and hereby acknowledges that County is
relying primarily upon the expertise and personal abilities of David C. Burnett. This Agreement
is conditioned upon the continuing direct personal involvement of said personnel in the work.
County understands that other employees of Consultant will be working on portions of the work;
however, these employees shall be under the direct supervision of said personnel at all times. In
the event that said personnel is unable to remain involved in the work, Consultant shall
immediately notify County and County shall have the option to terminate this Agreement.
8. Ownership of Documents: All documents which are obtained during or prepared
in the performance of the work are copyrighted and shall remain the property of the County,
shall be so designated on the face of the document, and are to be delivered to County's Project
Manager before final payment is made to Consultant or upon earlier termination of this
Agreement.
9. Electronic Submittals: Project development correspondence shall be produced on
Microsoft software products and base mapping and plan sheets will be made utilizing AutoCad
2000 or newer version. All project documentation shall be furnished on a CD to Eagle County.
10. Confidentiality: Consultant acknowledges that it may receive confidential
information from County for use in connection with its performance of the work. Consultant
further acknowledges that it may in the performance of the work develop information, including
facts, data, and opinions, which are, or in County's judgment should be, confidential or limited in
terms of dissemination. Consultant shall take all precautions necessary to maintain and protect
the confidentiality of any such information and to ensure that it shall be used only for the
purposes of the work. All facts, data, and opinions developed by Consultant in the course of its
performance of the work shall be deemed to belong to County and no such facts, data, or
opinions shall be disseminated to anyone for any purpose without County's express written
consent.
Upon completion of the work, Consultant shall return to County all material it supplied to
Consultant in connection with the performance of the work.
11. No Assignment: The parties to this Agreement recognize that the services to be
provided pursuant to this Agreement are professional in nature and that in entering into this
Agreement, County is relying upon the personal services and reputation of Consultant.
Therefore, Consultant may not assign its interest in the Agreement, including the assignment of
any rights or delegation of any obligations provided therein, without the prior written consent of
County, which consent County may withhold in its sole discretion. Except as so provided, this
Agreement shall be binding on and inure to the benefit of the parties hereto, and their respective
successors and assigns, and shall not be deemed to be for the benefit of or enforceable by any
third party. Unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under the
Agreement.
3
12. Conflicts of Interest: Neither Consultant nor its subcontractors, nor any of their
respective principals, officers, employees, or agents shall, at any time during the term of this
Agreement and continuing through three (3) months following completion of the work, perform
consulting work which would constitute a conflict of interest, including but not limited to work
on behalf of persons owning property within the area which is the subject of the work. By
acceptance of this Agreement, Consultant represents and warrants that any and all of its
professional representations and associations, and those of its subcontractors and of their
respective principals, officers, employees and agents, direct or indirect, which would conflict in
any manner or degree with the professional and impartial performance of services required under
this Agreement have been terminated.
13. Notices: Any notice and all written.communications required under this
Agreement shall be given by personal delivery, courier delivery, facsimile transmission together
with a "hard cop}' by United States mail, or first class mail, to the appropriate party at the
following addresses:
Consultant Felsburg Holt & Ullevig
7951 E. Maplewood Ave., Suite 200
Greenwood Village, CO 80111
Phone: (303) 721-1440
Fax: (303) 721-0832
County: Helen Migchelbrink
Eagle County Engineer
P.O. Box 850
500 Broadway
Eagle, CO 81631
Phone: (970) 328-3560
Fax: (970) 328-8789
Notice shall be deemed given on the first to occur of delivery, transmission by facsimile
(if transmitted during customary business hours, or the following business day if not), or three
calendar days after deposit in the mails, as applicable.
14. Miscellaneous:
a- Consultant shall not discriminate against any employee or applicant for
employment to be employed in the performance of this Agreement on the basis of race,
color, religion, national origin, sex, ancestry, physical handicap, sexual orientation, age,
political affiliation, or family responsibility. Consultant shall require all subcontractors
to agree to the provisions of this subparagraph.
b. The making, execution and delivery of this Agreement by the parties
hereto has not been induced by any prior or contemporaneous representation, statement,
warranty or agreement as to any matter other than those herein expressed. This
agreement embodies the entire understanding and agreement of the parties, and there are
no further or other agreements or understandings, written or oral, in effect between them
relating to the subject matter hereof. This Agreement may not be amended, including by
4
•
any modification of, deletion from or addition to the Scope of the Work, except by a
written document of equal formality executed by both parties hereto.
c: This Agreement shall be governed by and construed in accordance with
the laws of the State of Colorado, without reference to choice of law rules. The parties
agree that venue in any action to enforce or interpret this Agreement shall be in the
District Court in the 5~' District for the State of Colorado.
d. This Agreement does not and shall not be deemed to confer upon or grant
to any third party any right enforceable at law or equity arising out of any term, covenant,
or condition herein or the breach thereof.
15. Bud eg dAPpro riation: Notwithstanding anything to the contrary contained in this
Agreement, County shall have no obligations under this Agreement, nor shall any payment be
made to Consultant in respect of any period after any December 31 of each calendar year during
the term of this Agreement, without an appropriation therefor by the County in accordance with a
budget adopted by the Board of County Commissioners in compliance with the provisions of
Article 25 of Title 30 of the Colorado Revised Statutes, the Local Government Budget law
(C.R.S. §29-1-101 et seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20).
GENERAL CONDITIONS
1. Consultant shall provide and pay for labor, materials, equipment, tools, utilities,
permits, licenses, transportation, and other facilities and services necessary for proper execution
and completion of the work.
2. Consultant shall be responsible for having taken steps reasonably necessary to
ascertain the nature and location of the work, and the general and local conditions which can
affect the work or the cost thereof. Any failure by Consultant to do so will not relieve him from
responsibility for successfully performing the work without additional expense to the County.
County assumes no responsibility for understanding or representations concerning conditions
made by and of its officers, employees or agents prior to the execution of this Agreement, unless
such understanding or representations are expressly stated in the Agreement.
3. Consultant shall supervise and direct the work, using Consultant's best skill and
attention. Consultant shall be solely responsible for coordinating all portions of the work.
4. Consultant, as soon as practicable, shall furnish in writing to the County the
names of subcontractors and suppliers for each portion of the work.
5. No charge shall be made by Consultant for hindrances or delays from any cause
whatever during the progress of any portion of the work, unless such hindrance or delay is
caused in whole or in part by acts or omissions within the control of County. In any event,
County may grant an extension of time for the completion of the work, provided it is satisfied
that delays or hindrances were-due to causes outside Consultant's control, e.g., weather, or to
acts of omission or commission by the County, provided that such extensions of time shall in no
instance exceed the time actually lost to Consultant by reason of such causes, and provided
•
further that Consultant shall have given County immediate (as determined by the circumstances,
but not exceeding 48 hours) notice in writing of the cause of the detention or delay.
6. Consultant warrants to County that the work will conform to the requirements of
the Agreement.
7. Consultant shall comply with and give notices required by all federal, state and
local laws, statutes, ordinances, building codes, rules and regulations applicable to the work. If
the Consultant performs work knowing it to be contrary to laws, statutes, ordinances, building
codes, rules or regulations without notice to County, Consultant shall assume full responsibility
for such work and shall bear the attributable costs. Consultant shall promptly notify County in
writing of any conflicts between the specifications for the work and such governmental laws,
rules and regulations.
8. Consultant's Insurance: Consultant shall purchase and maintain in a company or
companies to which County has no reasonable objection such insurance as will protect
Consultant and County from claims which may arise out of or result from Consultant's
operations under the Agreement, whether such operations be by himself or by any subcontractor
or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of
them maybe liable.
The insurance required shall be written for not less than any limits of liability
required by law or by those set forth below, whichever is greater. All such insurance shall be
written by companies authorized to do insurance business in the State of Colorado.
a. Workmen's Compensation including occupational disease, and
Employer's Liability Insurance in amounts and coverage as required by the laws of
Colorado.
b. Comprehensive General Liability Insurance -Consultant shall maintain a
Comprehensive General Liability Form of Insurance with bodily injury liability limits of
$1,000,000 for any one (1) person in any one occurrence and $2,000,000 for two (2) or more
persons in any one occurrence and with property damage liability limits of $1,000,000 in any
one occurrence.
c. Consultant shall maintain Professional Liability Insurance with minimum
coverage limits of $1,000,000 per occurrence, $2,000,000 aggregate.
Certificates of Insurance: Certificates of Insurance acceptable to the County shall be filed
with the County prior to commencement of the work. These Certificates shall contain provisions
naming t he C ounty a s a n a dditional i nsured u nder C onsultant's Insurance f or C omprehensive
General Liability, and that coverage afforded under the policies will not be canceled until at least
thirty days prior written notice has been given the County. Consultant and his subcontractors shall
not permit any of his subcontractors to start work until all required insurance have been obtained and
certificates with the proper endorsements have been filed with the County. Failure ofthe Consultant
to comply with the foregoing insurance requirements shall in no way waive the County's rights
hereunder.
6
• •
Subcontractors: Before permitting any of his subcontractors to perform any work under
this contract, Consultant shall either (a) require each of his subcontractors to procure and
maintain during the life of his subcontracts, insurance of the types and in the amounts as maybe
applicable to his work, which type and amounts shall be subject to the approval of the County, or
(b) insure the activities of his subcontractors in his own policy.
9. To the fullest extent permitted by law, Consultant shall indemnify and hold
harmless, the County, its Boazd of County Commissioners and the individual members thereof,
its commissions, agencies, depaztments, officers, agents, employees or servants, and its
successors (collectively, the "County Representatives") from any and all fines, demands, losses,
liabilities, claims, damages and judgments, including reasonable attorney's fees, together with all
costs and expenses arising out of and resulting from performance of the work thereto which may
accrue against, be chazged to, or be recoverable from the County, its Boazd of County
Commissioners, and its individual members thereof, its commissions, agencies, departments,
officers, agents, employees or servants and its successors, as a result of the willful or negligent
acts, errors or omissions of Consultant, its employees or agents, in connection with Consultant's
work, except to the extent such injury or damage results from•the willful acts of the County or
any of the County Representatives. The parties agree that this clause shall not waive the benefits
or provisions of C.R.S. 24-10-114 or any similaz provision of law.
10. After execution of the Agreement, changes in the work maybe accomplished by
Change Order or by order for a minor change in the work. County, without invalidating the
Agreement, may order changes in the work within the general scope of the Agreement consisting
of additions, deletions or other revisions.
a. No Change Orders or other form of order or directive which requires
additional compensable work to be performed may be issued or be effective unless
accompanied by a written assurance to the Consultant that lawful appropriations to cover
the costs of the additional work have been made.
b. A Change Order shall be written order to the Consultant signed by County
to change the work.
c. County may also order minor changes in the work not involving changes
in the Contract Price or the Contract Time. Such changes shall be written orders and'
shall be binding on the Consultant and County. Consultant shall carry out such written
orders promptly.
11. Final Payment: Upon written notice from Consultant that the work is complete,
County will make a final inspection with Consultant, and will notify Consultant in writing of all
particulars in which this inspection reveals that the work is incomplete or defective. Consultant
shall immediately take such measures as aze necessary to remedy such deficiencies.
After Consultant has completed all such corrections to the satisfaction of County, ,
Consultant may make application for final payment following the procedure for progress
payments. The final application for payment shall be accompanied by all documentation called
for in the contract documents, and such other data and schedules as County may reasonably
require, together with complete and legally effective releases or waivers (satisfactory to County)
7
of all liens arising out of, or filed in connection with the work. In lieu thereof, and as approved
by County, Consultant may furnish receipts or releases in full; an affidavit of Consultant that the
releases and receipts include all labor, services, material, and equipment for which lien could be
filed, and that all payrolls, material, and equipment bills, and other indebtedness connected with
the work, for which County or his property might in any way be responsible, have been paid or
otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor,
manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full,
Consultant may furnish a bond or other collateral satisfactory to County to indemnify County
against any lien.
12. Consultant warrants and guarantees that all work, materials, and equipment
covered by any application for payment, whether incorporated in the project or not, will pass to
County at the time of payment free and clear of all liens, claims, security interests, and
encumbrances (in these General Conditions referred to as "Liens").
13. Final payment is subject to the Final Settlement requirements and time periods set
forth in C.R.S. §38-26-107.
14. The Consultant shall be responsible for initiating, maintaining and supervising all
safety precautions and programs, including all those required by law in connection with
performance of the Agreement.
15. Consultant shall promptly correct work rejected by County as failing to conform
to the requirements of the Agreement and Consultant shall bear the cost of correcting such
rejected work.
16. County may terminate this Agreement, in whole or in part, for its convenience
upon providing written notice, by delivery or by mail, to Consultant. Upon such termination,
County shall be liable only for work satisfactorily completed prior to the notice and for
unavoidable expenses directly incurred for performance of those parts of the work which have
not been satisfactorily completed, provided that, at its sole option, County may require that
Consultant complete particular tasks or subtasks on a time and reimbursable expenses basis as
provided in paragraph 4 hereof. Upon termination Consultant shall deliver to County all
photographs, drawings, illustrations, text, data, and other documents entirely or partially
completed, together with all material supplied to Consultant by County. Payment will be due
within thirty (30) days -after Consultant has delivered the last of the partially completed
documents, together with any records that maybe required to determine the amount due.
17. In the event of any conflict between the provisions of these General Conditions
and the Specifications or the Agreement, the terms of the Specifications or the Agreement, as the
case maybe, shall control.
IN WITNESS WI~REOF, the parties hereto have executed this Agreement the day and
year first above written.
8
ATTEST:
~~ n
Y
~' `~~ .~ ~ `t'~'~ -1 /~
Te~ J. Simonton,
Clerk to the Board o
County Commissioners
"COUNTY"
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its
BOARD OF COUNTY COMMISSIONERS
By: C
Michael L. Gallagher,
Chairman
"CONSULTANT"
FELSBURG HOLT & ULLEVIG
By: ~_---mod ~. ~~
Name: ~w+v G E~~-v~,Err
Title: V ~c.ke_ ~as-De.~T
STATE OF COLORADO )
ss
County of /~/'y~~~'e' )
by
The ore oin w acknowledged before a this ~ day of ~~~~~ , 2003
/.,GI~~G ~~r~r~' as /~ SG.~i~?' of Felsburg Holt & ullevig.
Notary Public
WITNESS my hand and official se
My commission expires s'°~ ~~~
9
r ~-~~yy q9 , .i~ ,
k~~~"a-~~~~ ~~~ :~~ ~f~a~ s-~1 14 f'F
96 { ~ ~1 ]~ ! P. ~1
1 1(~~ J) ~ ~~ g
a, ~ E a?~ BSI
- aasic~s-=c~~q;v-- ar-+-.x~~_aa.n~~•sa ~~.c^lr
engineering paths to transportation solutions
July 9, 2003
Mr. Justin Hildreth, PE
Engineering Department
Eagle County
P.O. Box 850
Eagle, CO 81631
Re: Revised Scope of Work and Cost Estimate
I-70G Spur Road, Edwards
Dear Justin:
Enclosed herewith are the revised Scope of Work, Work Activity Assignments, Deliverables, and
FHU Work-hour Estimate. We have made the following changes per our discussions and your
email memo to Charles Buck.
Scope of Work
• Added Eagle County Floodplain Mapping to Section 1.09, Additional Project Information
Work Activity Assignments
• Deleted Item 6.5.h, Floodplain and Drainage Assessment as duplicating the efforts
currently underway as a part of the Eagle County Floodplain Mapping Project.
• Deleted Item C.6.C, Lighting. This item will be completed as a part of final design.
Submittals
• Deleted Item B.6.h(5), Floodplain and Drainage Assessment Report and Mitigation Plan.
Cost Estimate
• Revised the costs for hydrology and hydraulics to reflect using the information and
mapping from the Eagle County Floodplain Mapping Project.
• Deleted costs for Item 6.C.6, Lighting.
• Revised Subcontractor and costs for all survey and right-of-way items.
303.721.1440
fax 303.721.0832
fhuC~fhueng.com
Greenwood Corporate Plaza
7951 E. Maplewood Ave. Ste. 200
Greenwood Village, CO 80111
July 9, 2003 •
Mr. Justin Hildreth
Page 2
We appreciate the opportunity to work with Eagle County on this project. Please give me or
Charles a call if you have questions or require further information.
Sincerely,
FELSBURG HOLT 8 ULLEVIG
~a ~
David C. Burnett, P.E.
Principal
•
SCOPE OF WORK
SECTION 1 -PROJECT SPECIFIC INFORMATION
1.01 Planned Improvement -The general planned improvement is widening and other
improvements to I-70 G Spur at Edwards, Colorado. Improvements generally will be
between I-70 and US Hwy. 6.
1.02 Project Goal -This project is intended to produce the following improvements:
- Reduced congestion ,
- Improved safety
- Improved level of service
1.03 Project Location -This project is located on I-70 G Spur at Edwards, Colorado.
Specific limits for the project are defined as approximately 600 feet north of I-70 to
approximately 350 feet south of US Hwy 6. The project will also include such relocations,
transitions, tapers, and other improvements to the I-70 ramps, US Hwy 6, and local roads
and access points as may be necessary to accomplish the goals of the project.
1.04 Project Cost -The construction cost of the project has not been determined at this
time.
1.05 Work Duration -The time period for the work described in this scope is approximately
180 days, exclusive of time lost for review.
1.06 Consultant Responsibility -The Consultant is responsible for preparation of
conceptual and preliminary plans for the widening and enhancement of I-70 G Spur within
the Project Location, and such investigations, analyses, reports and other documentation
as may be necessary (exclusive of NEPA requirements), all in accordance with the
requirements of the Colorado Dept. of Transportation. CDOT will be responsible for all
analyses and documentation associated with obtaining the appropriate environmental
clearances for this project.
1.07 Work Product -The Consultant work products are:
Reports
Field Inspection Review Plans (Preliminary Plans)
1.08 Work Product Completion -All submittals must be accepted by Eagle County and
CDOT.
1.09 Additional Project Information -Additional information regarding this project is
included in the following references:
- Edwards Area Access Control Plan, Felsburg Holt &Ullevig, December 1997.
- US 6 Corridor Feasibility Study, PBS & J, Felsburg Holt &Ullevig, currently in process.
• •
- Eagle County 2025 Road Capital Improvement Plan, Draft Technical Memorandum,
Year 2025 Traffic Forecasting, Felsburg Holt & Ullevig, February 2003.
- Eagle County Floodplain Mapping Project
SECTION 2 -PROJECT MANAGEMENT AND COORDINATION
2.01 Eagle County Contacts -The Contract Administrator for this Project is:
Helen R. Migchelbrink. P.E., County Engineer
Active, day-today administration of the contract will be delegated to:
Justin Hildreth, P.E., Project Engineer
Engineering Department
Eagle County
P.O. Box 850
550 Broadway
Eagle, CO 81631-0850
970-328-3560
2.02 Project Coordination -Coordination will be required with the following:
Eagle County
Colorado Dept. of Transportation, Region 3
Burlington Northern Railroad
Corps of Engineers
The Consultant should anticipate that a design which affects an agency will have to be accepted
by that agency prior to its acceptance by Eagle County. Submittals to affected agencies will be
coordinated with Eagle County.
SECTION 3 -PROJECT DESCRIPTION
3.01 Background - I-70 G Spur, located at Edwards, Colorado has become a major link
between I-70 and US Hwy 6. Substantial growth in the Eagle Valley has created
significant increases in traffic volumes on US Hwy 6. To more effectively utilize the
capacity of I-70 and balance traffic volumes, reduce traffic congestion on I-70 G Spur,
and to enhance traffic safety, Eagle County and Colorado Dept. of Transportation
propose to widen I-70 G Spur and to install or modify traffic and/or access control
elements.
3.02 Project Limits -Limits for the project are defined as approximately 600 feet north of I-70
to approximately 350 feet south of US Hwy 6. The project will also include such
relocations, transitions, tapers, and other improvements to the I-70 ramps, US Hwy 6,
and local roads and access points as may be necessary to accomplish the goals of the
project.
3.03 Work Elements -Major elements to be included in the project plans are as follows:
• •
1. Widening and safety improvements for I-70 G Spur from approximately 600 feet
north of I-70 to approximately 350 feet south of US Hwy 6.
2. Modification of the slope paving and retaining walls under the I-70 bridges to
accommodate a widened roadway section.
3. Widening of the I-70 G Spur bridge over the railroad tracks to accommodate a
widened roadway section.
4. Widening of the I-70 G Spur bridge over the Eagle River to accommodate a
widened roadway section.
5. Traffic signal modifications and installations, roundabouts, and other traffic control
elements to accomplish the goals of the project.
SECTION 4 -KNOWN EXISTING FEATURES
4.01 Structures -Existing structures within the project limits include the following:
Structures F-10-P and F-10-R , I-70 over I-70 G Spur
Structure F-10-I, I-70 G Spur over Burlington Northern Railroad
Structure F-10-Q, I-70 G Spur over Eagle River
4.02 Utilities -Utilities known or assumed to exist within the project limits are as follows:
Water distribution pipelines
Sewer collection pipelines
Natural gas distribution mains
Overhead and underground electric distribution lines
Overhead and underground telephone lines
Overhead and underground cable television lines
Fiber optic communication lines
4.03 Irrigation Ditches -There are no known irrigation ditches.
Note: The above is a list of the known features in the area. It should not be considered
as complete. Further, the Consultant should be alert to the existence of other
possible conflicts.
SECTION 5 -ITEMS TO BE FURNISHED BY EAGLE COUNTY
5.01 Eagle County shall provide, or assist the Consultant in obtaining from the Colorado Dept.
of Transportation, the following:
As-constructed roadway, structure, and existing right-of-way plans of I-70 G Spur,
Existing flood plain and flood hazard mapping for the Eagle River at I-70 G Spur.
SECTION 6 -GENERAL INFORMATION
6.01 Authorization to Proceed. Work will commence upon receipt of written notice-to-
• •
proceed from Eagle County, and will be completed within the allotted time. The time
charged will be exclusive of time lost for:
a. Reviews and Approvals.
b. Time lost for delays in receiving responses/direction from Eagle County.
Eagle County must concur in time lost reports prior to the time lost delays being
subtracted from time charges.
6.02 Project Coordination. The routine working contact will be between the Eagle County
Project Manager (EC/PM) and the Consultant Project Manager (C/PM) as defined in
Attachment C. Each Project Manager will provide the other with:
a. Written synopses of their respective contacts (both by telephone and in person)
with others.
b. Copies of pertinent written communications.
6.03 Routine Reporting and Billing. The Consultant will provide the following on a routine
basis:
a. Coordination of all contract activities by the C/PM.
b. The' periodic reports and billings required by Eagle County.
c. Minutes of all Meetings. The minutes will be completed and will be provided to the
EC/PM within five (5) working days after the meeting. When a definable task is
discussed during a meeting, the minutes will identify the "Action Item", the agency
responsible for accomplishing it, and the proposed completion date.
d. In general, all reports and submittals must be accepted by Eagle County prior to
their content being utilized in follow-up work efforts.
6.04 Personnel Qualifications. The Consultant Project Manager (C/PM), must be approved
by the Eagle County Contract Administrator. Certain tasks must be done by Licensed
Professional Engineers or Professional Land Surveyors who are registered with the
Colorado State Board of Registration for Professional Engineers and Land Surveyors.
SECTION 7 -WORK ACTIVITY ASSIGNMENTS
This list establishes the Consultant's individual task responsibility. The Consultant shall perform all
work tasks which are indicated below by an "X" mark in the Consultant column, in accordance with the
forms and conditions of Part 2, Part 3, and the standards described in Attachment A, after coordination
and consultation with CDOT. The Consultant is also responsible for coordinating the required work
schedule for those tasks accomplished by CDOT and other agencies.
PRECONSTRUCTION -See Part 2 for Task Descriptions.
Work tasks from Part 2.
CDOT Eagle
Coun
Consultant
A. PROJECT INITIATION AND CONTINUING REQUIREMENTS
1. Initial Review Meetin X X X
2. Review Environmental Miti ation Re uirements X
3. Inde ndent Desi n Review
4. Pro'ect Schedule X X
5. Develo Desi n Criteria X X X
6. Initiate Surve X
7. Ri hts of En and Permits X
8. TrafFc Control
9. Initial Submittals X
10. Pro ress Meetin s X
11. Structure Review Meetin s
12. Pro'ect Mana ement X
B. PROJECT DEVELOPMENT
1. Communication and Consensus Buildin
a. Contact List X
b. Public Notices/ Advertisements
c. General Meetin s
1 Small Grou X
2) General Public X
3 Pro'ect Review
d. Communication Aids
1 Gra hits Su ort X
2 Newsletter X
SCOPE OF WORK -Part 1
•
CDOT Eagle
County
Consultant
3 Wall Dis la s X
4 Stud Model
5 Local Office
2. Project Review Team
3. Route Location Surve s
a. Field Surve s
1 Presurve Conference X
2 Prima Control Net X
3 Seconda Control Net X
4 Su lemental Control Nets
5 Global Positionin Surve s X
6 Monumentation X
7 Accura Tests X
b. Photo rammetric Map in
1 Aerial Photo ra h
2) Data Reduction
a To o ra h Contours
(b Planimetric Too
3 Ma Com ilation
a Index Ma s
b Finished Ma s
4. Conte tual Desi n
a. Urban Plannin and Esthetics
b. S stem Feasibili for Interchan es
c. Altematives Anal sis X
d. Final Altematives Re orts
e. Interchan e A royal Process
5. Gather Data, Analysis, and Mitigation
Develo ment
a. Traffic Related
1 Traffic Stud X
2 Accident Stud X
SCOPE OF WORK -Part 1
n
CDOT Eagle
County
Consultant
3 Noise Stud X
4 Air Quali
a Air Quati Monitorin X
b) Air Quali Anal sis X
5 Alternative Trans ortation S stem
b. Archeolo
1 Gather Data and Anal sis X
2 Miti ation Im lementation
c. Paleontolo
1 Gather Data and Anal sis X
2 Miti ation Im lementation
d. Initial Geolo Investi ation X
e. Water Quali
1) Quali Anal sis X
2 Quali Monitorin
f. Ecolo ical Assessment X
. Historical
1 .Historical Brid a Clearance X
2 Historical Stud and Clearance X
h. Flood lain and Draina a Assessment
i. Ri ht-of-Wa ROW
1 Earl ROW X
2 ROW Review X
'. 4 /6 Activi
1 Evaluation X
2 Clearance/ Concurrence X
k. Threatened and/or Endan ered S ecies
1 Determination of Presence X
2 Im lement Miti ation
I. Wetlands
1 Wetlands Determination X
2 Wetlands Findin s Report X
SCOPE OF WORK -Part 1
CDOT Eagle
County
Consultant
m.Hazardous Materials
1 Field Search X
2 Research X
3 Conduct in-situ tests
4 Anal a and Assess Impacts X
n. Existin Roadwa /Structure
o. Construction Re uirements
. Aesthetic Considerations
. Utilities
r. Economics
~s. Farmlands X
t. Ener Usa e
6. Environmental Assessment EA Process ~
7. Environmental Im act Stud EIS Process
8. Desi n Re ort Process
9. Obtain Permits X
C. PRELIMINARY DESIGN
1. Desi n Field Surve
a. Presurve Conference X X X
b. Project Control X
c. Radial o o ra hic Surve X
d. Vertical (Relief or Evaluation) Surve X
e. Utilities X
f. Draina e X
. Material Sources X
h. Su lemental Surve in X
2. Traffic En ineerin X
3. Materials En ineerin
a. Prelimina Soil Investi ation X
b. Pavement Rehabilitation
c. New Pavement Structure X
d. Pavement Justification
SCOPE OF WORK -Part 1
LJ
CDOT Eagle
County
Consultant
e. Pavement Desi n Re ort X
f. E~ostin Brid a Investi ation X
. Foundation Investi ation X
4. H drolo /H draulics En ineerin
a. H drol X
b. H draulics X
c. Prelimina H draulics Re ort X
5. Utili Coordination
a. Location Ma s X
b. Reviews and Investi ations
1 "Potholin " -Excavation
2) "Potholin " - Surve in Utili Locations
c. Relocation Recommendations X
d. Ditch Com an Coordination X
6. Roadwa Desi nand Roadside Develo ment
a. Roadwa Desi n X
b. Roadside Develo ment
-Landsca in X
-S rinkler S stems X
-Sound Barriers
-Bike aths X
-Truck Esca a Ram s
-Rest Areas
c. Li htin Plan
7. Ri ht-of-Wa
a. Research X
b.Ownershi Ma X
8. Ma'or Structural Desi n
a. Structure Data Collection X
b. Structure Selection and La out X
c. Structure Selection Re ort
d. Foundation Investi ation Re uest
SCOPE OF WORK -Part 1
•
CDOT Eagle
Count
Consultant
9. Construction Phasin Plan X
10. Pre aration for the FIR X
11. Field Ins ection Review X
12. Post FIR Revisions X
D. FINAL DESIGN
1. Pro'ect Review
2. Desi n Coordination
3. Utili Coordination
4. H draulic Desi n
a. Data Review
b. Storm Water Pollution Prevention Plan
c. Ma'or Structure Channel Desi n
d. Final H draulics Re ort
5. Interim Plans
a. Initiate ROW Authorization Process
b. Final Utili Plans
c. Final Railroad Plans
6. Ri ht-of-Wa
a. Plans
b. Authorization Plan
7. Materials En ineerin
a. Materials Data
b. Stabilization Validi
c. Stabilization Plan
8. Traffic En ineerin
a. Permanent Si nin /Pavement Markin
b. Si nalized Intersections
c. Traffic Control Plan
9. Roadside Plannin
a. Landsca in
b. Other
-S rinkler S stems
SCOPE OF WORK -Part 1
•
•
CDOT Eagle
County
Consultant
-Bike aths
-Sound Barriers
-Truck Esca a Ram s
-Rest Areas
c. Li htin Plans
10. Roadwa Desi n
11. Ma'or Structural Desi n
a. Structure Final Desi n
b. Preparation of Structural Plans and
S ecifcations
c. Independent Design, Detail and Quantity
Check
d. Brid Ratin and Field Packa es
e. Structure Final Review Plans and
S ecifications
12. Construction Phasin Plan
13. Plan Pre aration for Re final Office Review
14. Office Reviews
15. Construction Plan Packa es
E. CORRIDOR MANAGEMENT SUPPORT
1. Desi n Control
2. Information Services
3. Bud et Plannin Sup ort
F. VALUE ENGINEERING
SCOPE OF WORK -Part 1
CDOT Eagle
County Consultant
A. REVIEW OF SHOP DRAWINGS
B. CONSTRUCTION SERVICES
1. Coordinate Schedule
2. Provide Field Observation
a. Pile Drivin /Caisson Drillin
b. Major Concrete Pours
c. Placement of Girders
d. Splicin of Girders
e. Post-Tensioning Duct and Anchorage
Placement
f. Post-Tensionin O erations
3. Technical Assistance
4. Submittals
a. Diary
b. Documentation/Justification
c. Pro ress Re orts
d. Calculations, Drawin s, and S ec~cations
e. Daily Time Sheets
C. POST DESIGN PLAN MODIFICATIONS
D. POST CONSTRUCTION SERVICES
1. Final Earthwork Determination
2. As-Built Plans
3. Revision to Ri ht-of-Wa Plans
E. CONSTRUCTION ENGINEERING
SCOPE OF WORK -Part 1
•
SECTION 8 -SUBMITTALS
•
Reference CDOT Eagle
Coun Consultant
PART 1 -REFERENCE
A. PROJECT INITIATION AND
CONTINUING REQUIREMENTS
6.01.b Periodic Reports and Billings X
6.01.c Meeting Minutes X
PART 2 -REFERENCE
A.4 Project Schedule X
A.5 Completed Specific Design Criteria
Attachment B X
A.6 Survey Plan
A.>3 Traffic Control Plan
A 9 Initial Submittal of T-MOSS and/or MOSS
Com atible Data
A.9 Initial Submittal of an Original Plan Sheet
B. PROJECT DEVELOPMENT
B.1.a. Public Communication Contact List
8.3. Route Location Survey
Surve Field Notes
Surve Data X
Monument Records X
Control and Monumentation
Plan Sheets X
Aerial Photo ra h
Index Map Sheets
Contact Prints
Aerial Photo rah Ne atives
Phot rammet
Electronic Data
• Bases Ma Sheets
Base Map Index Sheets
Rectified Photos with Mylar
Ori finals
SCOPE OF WORK -Part 1
S
Reference
• CDOT Eagle
Count Consultant
B.4.b. System Feasibility Study
B.4.d. ~ Final Alternatives Report
6.4.e. System Feasibility Study
6.5.a.(3)(d) Noise Assessment Report X
B.5.a.(4)(b) Air Quality Report
B.5.b.(2) Archaeology Survey Report and
Miti ation Plan
B.S.c.(2) Paleontology Preliminary Report and
Miti ation Plan
B.5.e.(1) Water Quality Report
B.S.f.(5) Ecology Report
6.5.g.(1) Historical Bridge Clearance or Mitigation
Plan
6.5.g.(2) Historical Cultural Resources Report
B.S.h.(5) Floodplain and Drainage Assessment
Re ort and Miti ation Plan
B.S.i.(2)(b) ROW Report X
B.S.j.(2)(e) 4(f)/6(f) Mitigation Plan X
B.S.k.(1)(c) Threatened and/or Endangered Species
Assessment X
6.5.1.(2)(b) Wetlands Findings Report X
6.5.m.(4) Hazardous Materials Findin s X
Environmental Assessment (EA) ~(
B.6.a.(3) Prelimina EA
6.6.d.(3) Certified Verbatim Transcript
B.6.e. Finding of No Sign cant Impact
FONSI
Environmental Impact Statement
B.7.a.(2) Draft EIS
B.7.d.(3) Certified Transcri t of Meetin
B.7.e. Final EIS
Design Report Process
B.8.b Prelimina Desi n Re ort
B.8.e. Final Desi n Re rt
Permits
SCOPE OF WORK -Part 1
10
•
Reference CDOT Eagte
County Consultant
B.9.a 401 Permit
B•B•b• 402 Permit
B.9.c. 4U4 Permit
B.9.d. Wildlife Certification
B.9.e. NPDES Storm Water Permit
C. PRELIMINARY DESIGN
C.1. Survey Field Notes (Hard Copy and/or
Electronic
C.2.g. Traffic Data and Recommendations
C.3.a.(4) Soils Investigation Report X
C.3.e. Pavement Design Report X
C.3.f. Existing Bridge Condition Report
C.3.g.(6) Foundation Investigation Report
C.3.g.(7) Engineering Geology Plan Sheet(s)
C.4.c Preliminary Hydraulics Report
C.5.c. Utility Relocation -Recommendations
C.5.d. Ditch Structure Plans
Right-of--Way
C.7.a. Memoranda of Ownership
C.7.b. Preliminary Ownership Map
Include in the FIR Plan Set) X
Major Structural Design Sketches
Showin
C.B.c. Structural Selection Report for Major
Walls and Bridges, to include Architectural
Treatment Sketches and Preliminary
General La out
C.8.d. Foundation Investigation
Re uest
C.10.c. Preliminary Cost Estimate X
C.10.d. FIR Plan Set X
C.11.e List of Deviations from Standard Design
Criteria
X
C.12. Corrected FIR Plan Set X
D. FINAL DESIGN
SCOPE OF WORK -Part 1
11
Reference CDOT Eagle
Count Consultant
D.4.d. Final Hydraulics Report
D.5.a. ROW Authorization Plans
D.5.b. Final Utility Plan Set
D.5.c.(4) Final Railroad Plan Set
PUC Exhibit
D.5.c.(5) Right-of--Way
D.6.b.(4) Area Calculations
D.6.b.(5) Authorization Plans
D.6.b.(6} Le al Descri tions
D.7.c. Stabilization Plan
Traffic Engineering
D.8.a. Signing/Pavement Marking Plan
D.B.b. Signal Warrants
D.8.b. Signalized Intersection Plans and
S ecifications
D.8.c. Traffic Control Plan
Roadside Planning
D.9.a.(6) Landscaping Plans and Specifications
D.9.a.(7) Certification of Plant Availability
D.S.b. Sprinkler System Plans and
S ecifications
D.9.b. Bikepath Plans and Specifications
D.9.b. Sound Barrier Plans and Specifications
D.9.b. Truck Escape Ramp Plans and
S ecifications
D.9.b. Rest Area Plans and Specifications
D.9.c. Lighting Plans
D.11.c. Structure Final Review Plans and Special
Provisions
D.12. Construction Phasing Plan
D.13.d. FOR Plan Sheets and Special Provisions
D.13.e. FOR Cost Estimate
SCOPE OF WORK -Part 1
12
•
L'
Reference CDOT Eagle
County Consultant
1
a.
D
5 FOR Revised Plans and Special
.
.
. Provisions
D.15.c. Final Review Revisions
Construction Plan Package
D.15.d.(1) Roadway Design Data
Submittal
D.15.d.(2) Major Structure Design Final
Submittal
D.15.f. Record Plan Sets
SCOPE OF WORK -Part 1
13
FELSBURG HOLT & ULLEV)G
FHU Wt
07/09/03
PRECONSTRUCTION .:::.: ,~~~:.::::. ..~:.~ :::::::::.:....: ............... SE# ~
PROJECT WITIATION & CONTWUWG REQUIREMENTS
1 IrdtFal ed Mee6n 32 $3,240 $300 3,540
2 Review F_nvironmerrml Mtt R enLg _
0 $0 $0
3 Irtd dent DPI Review 0 $0 $0
4 P Sdurdute 6 $560 $580
5 Devel Oest Critsr~ _
4 $280 $280
6 Initiate Srove p $p $p
7 RI of and Pemdts 0 $0 $0
8 Tragic Control p $p $0
9 Initial Submittals 0 $0 $0
10 P B 148 $14,280 $500 $14 760
11 Structure Review Meetin p $p $p
12 Mama 100 $9.900 $9.900
OTAL 292 ® ~ ® ® 060
PR ECT DEVELOPMENT
1 CommuNcatlon and Correenaus Budd `
a. Corrtad List 0 $0 $0
b. Corddor Comnamtptioro Notebook p $p $p
r» Public M 8 Notices p $p $p
1 Smati M 4 Meetings 72 720
$8 $6,720
2 General PubUc M 2 Meetin _
48 ,
720
$4 $4,720
3 P ed Review Meetings p ,
$p $p
d. Communication Aida p $p $p
1 Gra hits S 24 660
$1 880
$1
2 Newsletter 16 ,
120
$1 ,
$1
120
3 Wati la 60 ,
$4
760 ,
$4
780
4 Stud Model p .
$p .
$p
LoealOftice 0 $0 $0
2 Pro ed Review Team - 0 $0 $0
3 Route Location 0 $0 $0
a. Fleld Surv _
0 $0 $0
1 Presurv Conference _
0 $0 $0
2 Prima Control Net 0 $0 $0
(3) S Control Net 0 ~ $0
4 S temenhal Control Net 0 $0 $0
5 Global Positioning S 0 ~ $0
6 Monumentation 0 $0 $0
Acaua Teats 0 $0 $0
b. P trio Me 0 ~ ~
1 '~ ~1O o $p 5oo
$z soo
Sa
2 Data Reduction - 0 $0 , ,
$0
a To ra Contours 0 $0 $0
Planfinetric - 0 $0 $0
3 Me Co ore - 0 $0 $0
a trrde~r Ma -- 0 $0 $0
Finished Ma 0 $0 $0
4 Des1 -•• 0 $0 $0
a. Urban Plarmtng 8 Esthetics 0 ~ ~
b. S F for ea 0 ~ ~
c. Atismatives Anal 78 $6
900 $6
900
d. Final AltemaW~ R0 -- 0 ,
$0 .
$0
e. A I Prorress - 0 ~ ~
5 Gather Data. Anal & Mid on Development - 0 ~ ~
a. Traffic Related - 0 ~ ~
1 Traffic Stud
2) AcddeM Stud 12
12 $920
$820 $920
$920
Noise Stud _
4 Atr 0 $0 $0
a Air Qua Mo 0
- ~ ~
Air Anal 0 ~ ~
Alt
ti
V
S 0 $0 $0
erna
ve
ans
~ - 0 $0 $0
•
FELSBURG HOLT & ULLEVIG
FHU WC
07/09/03
. Ardraeol ;.::...
0
0
.>~
.
~.:::::.
$0
1 Gatlrer Date and 0 $0 $0
2 Mitl tlon Im temerrlatlon 0 $0 $0
a Pateonfol 0 $0 $0
1 Gather Data and 0 $0 $0
2 Mid lion Irrr an o $0 $0
d. Udtlal Geol Inv n 0 $0 $0
e. water o $o $o
1 Oua o $a $0
2 Monitoring 0 $0 $0
E Eeot cat Assessmer 0 $0 $0
H~torieal o $o $0
1 Historical aria Ciearan~ 0 $o $o
2 Historical Shrd and Ciearanw 0 $0 $0
h. Food Iain 8 Drama s Assessment 0 $0 $0
i. Rt bof-W ROW p $0 $0
1 ROW p $0 $0
2 ROW Review 0 $0 $0
.4 8 0 $0 $0
1 Evalrmtlon
2 Ciearance/Comcurrenm p
0 $0
$0 $p
k Throaten~ arW/or S ~ 0 $p $p
1 Detemrir>afion of Presence 0 $p $0
2 Err Iemerd Mitl tlon p $0 $0
1. Wetlands p $p $0
1 Wetlands Determtrratlon 0 $p
2 Wetlands Ffidhr Re 0 $0 $0
m. Ha~rdous Materials p $0 $0
1 Fleld Search 0 $p $0
2 Research 0 $0 $0
Cornlud In-situ Teats _
0 $0 $p
4 and Assess Data 0 $0 $0
o. Cordatrudan 0 $0 $0
. Esthetic Considerations 0 $0 $0
. UtIlitles 0 $0 $0
r. Eeonom3rs _
0 $0 $0
s. Farmlands 0 $0 $0
t Ene u - o $o $0
o $o $o
B Environmental Assessment (EA .Process 0 $o $0
7 Envtronmental d Stud S Process 0 $0 $p
B R Prtoceaa 0 $0 ~
9 Obtatn Permits ~ q8 $4 720 $4
720
,
SUBTOTAL 388 460 0 34 960
PRELIMINARY DESIGN
1 Field
a.Presurve Conference p $p $5pp $500
b. Pro Control 0 $0 $2
100 $2
1(70
r~ Rad~l o hie Surve 0 $0 ,
$20
100 ,
$20
100
d. Vertlpl retlef or Elevation Surv 0 ~ , ,
~
e. UtiQtles 0 ~
f. Drains _ 0 $0 $0
Mater~ls Boraces 0 ~ ~
h. emerrtal ~ 0 $0 $2
100 $2
100
2 Traiffc eering _
48 $3
680 , ,
$3
660
3 Materials _
0 .
$0 .
$0
a.P Sotl on p $0 $12
000 000
$12
b. Pavement Rehabilitatlon - 0 ~ , ,
~
o. New Pavement Structure 0 ~ ~
d. Pavement Justltlcatlon o ~ ~
e. Pavemerd Re o $0 $4
565 $4
g. Foundatlon Imestl don R p $0 .
$5
000 $5
000
4 H ro - 0 ~ , ,
~
a. H rol 18 $1
440 $1
440
b. H rautlcs ti8 ,
$7,840 ,
$7,840
FELSBURG HOLT 8 ULLEVIG
FHU WI
07/09/03
....~ .. ......................... ............................................................. ..3~s#~sf ~t9 »::::
..:...t:::: ~:
.~..
: ::::<:::..:..::>
:•
c. P H ulics rt 20 $2
000 $2
000
6 U Coordination _
0 ,
$0 .
$0
a. Location Ma 64 $4
48D $4
480
.. b. Reviews and Inv~ti 0 ,
$p .
$0
1 °PotlroM ° - F~ccavation 0 $0 $0
2 "Potho ° = Surv g U Locations 0 $0 $0
c. Relacadon Recommendations 48 $3380 $3
380
d. Ditch Co. Coordination .
8 R Desi 8 R~dside Develo 0 $p $0
a. Desi 252 $21
180 $21
180
b. Roadside •0 .
$0 .
$0
1 larrdsq 0 $0 $0
2 S er S 0 $0 $4
3 Sound Barriers 0 $0 $0
4 Bike ~ 60 $6
100 $5
100
5 Truck 0 ,
$0 ,
$0
6 Rest Areas 0 $0
$0
a Plan ° ~ $o
7 of W o $0 $0
a. Research 0 $0 $2
400 $2
400
b. Ma 0 $0 .
$2 ,
$2
200
8 Ma r Structural Desi 0 $0 .
~
e Structural Dahl Copection 12 $1
320 $1
320
b. Struchue Selection and ut 180 ,
$15
900 ,
$16
900
c. Structure Selection Re 48 .
$6
280 ,
$6
28p
d. Foundation Im R _
40 ,
$4400 ,
$4 4~
e Construction Pig Plan - 96 $8~ $8
10 Pre nfor8re FIR 60 $6
520 $6
62p
17 Field on Review 48 ,
$4
820 ,
12
Post-FIR Rev~tons
124 .
$11
040 $4 820
$11
040
_ , ,
SUBTOTAL 1 105 BQO 2B 400 1565 156 765
FINAL DESIGN
1 Pro eet Review
2 Desi CacrdinaBon
3 U Coordination
4 H c
a. Data Review
b. Storm Water Potiuton Prevention Plan
c Struehue Cttarmel Design
d. Foal H raunp Re
6 Interim Plans
a. Ini~te ROW Authorimdon Process -
b. Final U Pions
a. Fbral Raitraad Plans
8 -of-W
a. Plans -
b. Authorization Plan -
7 Materials ~
a. Materials Data
b. StabIDzation Va
a StabGiratlon Pian -
e Traffic eerin -
P
t Si /P
t
a.
ermanen
avemen
b
I
t
i
.
rr
ersed
ons
T
ffo C
t
l Pl
e ' a
ra
on
ro
an
R
d
id
Pl
t
oa
s
e
ann
n
t
d
-
a.
.arr
sea
Oth
b
.
er
1 S
S t
-
er
em
2 So
d B
i
un
arr
ers
3 8
4 Truett Ram
6 R
t A
es
reas
a Pl
n
a
FELS~l1RG FiOLT & ULLEVIG
FHU Wt
r~
U
Ot/09/03
e Roadwa Deli
10 Ftrral h~ m Structural Dpi
a. Ftrial Deb
b. De
r~ Ind rrt D~f 8 DeTaO Check
d. Brkl 8 F~Id Peke
e. Ftrral Plans 8 ns
11 CorrsWCHon P Plan
12 Phan Pre on for the FOR -
13 Ftnal OfFlce Review
14 Construction Plan Pa
15 Record Plan
SUBTOTAL 0 ~ 0
PROJECT TOTAL 1884 168 20 700 1 0 785
AUG 21 '03 1120 FR FHU 303 721 0832 TO 19703288789 P.02/02
Felsbur~ Holi ~ Ullev~~
Schedule ofi Hourly Rates and Expenses for 2003
The following hourly billing ratoo apply to ell °Time and Materials° contracts.
Principal II $150.00
Principal I $135.00
Associate $1?0 QO
Sr. Engineer $110.00
Engineer V $104.00
Engineer IV ~ $ 90.00
Engineer III $81).00
Engineer II $ 75.00
Engineer $ 70.00
Sr. Bridge Designer $ 90.00
Sr. Designer $ 90.00
Designer !V $ 80.00
Designer III $ 70.00
Designer II ~$ 65.00
Designer I 8 E0.00
Administrative $ 60.00
Direct expenses will be billed at 1.10 tlrnes the rate below:
Reproductions
Plots
Bond
Glossy
Mylar
Vellum
Prints
Black end YVhite
Color
Presentation Boards
Band Foam CnrH Mnunter.I
Glassy Foam Core Mounted
Cunipuler PraJector
Travel
Mileage
C FELSBURG
HALT ~,
i)LLEViC',
m,r.crn.: ann. m vu.lp.wNn. ,alrtiv1.•
$0.18/sq fl
$0.96/sq fl
$0.50/sq fl
$0.21/sq fl
$0.05/print
$0.17/print
$1.15/sq ft
$1.33/sq ft
$100.00/meeting
$D.36/Mile
EXHIBIT
~IWc TOTAL PAGE . 02 ~k~k