HomeMy WebLinkAboutC06-256 Felsburg Holt & Ullevig AGREEMENT FOR THE FINAL ENGINEERING DESIGN FOR THE I-70G EDWARDS SPUR ROAD IMPROVEMENTS This Agreement is for the preparation ofthe Final Engineering Design for Spur Road Improvements, ("Final Engineering Design") dated the \~ of , 2006, between Eagle County, a body corporate and politic, by and through its Bo rd of County Commissioners ("County"), and Felsburg Holt & Ullevig ("Consultant"). RECITALS WHEREAS, the purposelintent of this Agreement is to prepare the Final Engineering Design for the I-70G Edwards Spur Road Improvements; and WHEREAS, the Consultant has submitted to County a Proposal for performing the work for the Final Engineering Design 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 ofthe Work: The Work shall be comprised ofthe following services: A) Final Engineering Design, as described in the Consultant's Scope ofW ork 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 prepared 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 standards 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 (l0) business days after the date of this Agreement. All work shall be completed not later than December 31, 2006, unless approved by change order to this contract. 4. Compensation and Payment: In consideration of its performance of the scope of work, Consultant shall be paid monthly on a Time and Materials basis. The total not to exceed fee is $500,000.00. 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. Consultant shall include an estimated percent complete by task within the monthly progress report. I 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 ofthe 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. At final payment or earlier termination of this agreement, all project documentation shall be furnished on a CD to Eagle County in appropriate data formats including the above mentioned formats and Adobe PDF. 10. Confidentiality: Consultant acknowledges that it may receive confidential information from County for use in connection with its performance ofthe 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 ofthe 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. 12. Conflicts of Interest: Neither Consultant nor its subconsultants, 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 subconsultants 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. 3 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. Budgetl Appropriation: 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 ofthe Colorado Revised Statutes, the Local Government Budget law (C.R.S. S29-1-101 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 subconsultants 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 oftime 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 represents to the County that the Consultant's 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 5 expenses arising out of and resulting from performance of the work thereto which may accrue against, be charged to, or be recoverable from the County, its Board of County Commissioners, and its individual members thereof, its commissions, agencies, departments, officers, agents, employees or servants and its successors, to the extent caused by willful or negligent acts, errors or omissions of the 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 similar provision of law. 10. After execution of the Agreement, changes in the work may be 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 are 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) 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 subconsultant, 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 7 IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. "COUNTY" COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its ATTEST: BOARD OF COUNTY COMMISSIONERS Clerk to the Board of County Commissioners "CONSULTANT" FELSBURG HOLT & ULLEVIG By:;fI tU~ Name: 6MAS, W. (A Title: Pe.\l\l~\PA l.. STATE OF COLORADO ) ) ss County of ) The foregoing was acknowledged this ,2006 by ap~st/fl. A/2:2-ltlas Holt & Ullevig. WITNESS my hand and official seal. My commission expires "EXHIBIT A" - SCOPE OF WORK 1-70 Edwards Spur Road We have developed a multi-task work plan to capture all the work elements necessary to complete this project and provide you with construction ready documents. This work plan involves five distinct work elements: Task I - Data Collection Task 2 - Project Management and Coordination Task 3 - Analysis Task 4 - Permitting and Clearances Task 5 - Final Design and Construction Document Production They are represented graphically on the work flow diagram, Figure 1, on the following page and discussed in detail below. This scope recognizes that there are basic services that are necessary to complete the job as well as other discretionary services that the County may wish to add should the budget be available. You will find that we have structured this work plan to clearly segregate these services. The cost proposal, submitted separately, complements this structure such that you can make the necessary comparisons. We will comply with the process described in Paragraph 4 f of the Agreement to provide these additional services. Basic Services Based on our understanding of the critical issues, the following tasks are necessary to successfully complete the project: Task 1 - Data Collection The FHU team will conduct a comprehensive data collection effort to collect pertinent information supplementing the preliminary design data. This includes: Supplemental Survey and Right-of-Way Definition The existing topographic survey will be supplemented with field survey to capture critical field conditions and define the existing ROW limits to a level sufficient for acquisition. Categorical Exclusion Information The FHU Team will collect environmental information as developed by CDOT in compliance with their clearance of the project. Wetlands Delineation Wetland areas within the project area will be delineated to help identify wetland impacts. The flagged wetlands will be surveyed and included in the base sheets. The delineated wetlands will be coordinated with the US Army Corps of Engineers (USACE) and documented in a wetlands finding report. Updated Utility Information Continuing our relationships with the utility companies, the FHU team will validate the existing information previously considered and update base files as appropriate. Field Investigation The FHU Team will perform a field reconnaissance to photo catalog the corridor and to gain a deeper perspective on the opportunities and challenges associated with the corridor. Page 1 "EXHIBIT A" - SCOPE OF WORK 1-70 Edwards Spur Road Geotechnical Investigation Perform subsurface drilling, material collection, and laboratory evaluation of the existing conditions. Develop a report that summarizes the results and recommends pavement and retaining wall foundation considerations. Deliverables . Supplemental field survey (signed and sealed by a professional land surveyor) . Wetlands finding report . Right-of-way data . Updated base mapping with utilities . Electronic project photo album . Geotechnical report Task 2 - Project Management and Coordination The FHU Team will provide continuous yet prudent project management of the team's work assignments and facilitate communication between multiple corridor agencies, businesses, utilities, and the public. Key elements associated with this effort include: Proiect Management FHU will manage the schedule and budget and maintaining communication with the County's project manager. Specific tasks include: . Develop and maintain a critical path method style project schedule. Provide monthly updates, determine impacts and recommend corrective actions, to keep the project on schedule. . Develop and maintain a financial tracking spreadsheet that predicts monthly task efforts and expenditures; tracks actual monthly efforts, and identifies cost impacts. Use this tool to develop recommendations for corrective action to keep the project on budget. . Communicate regularly with the County's project manager to discuss project status. Formalize this in monthly progress reports. Agency Coordination Meetings Regular communication including meetings with the Design Team will include: . Project Kickoff Meeting - A project kickoff meeting will be conducted at the County offices to introduce project participants and reconfirm expectations. . Periodic Project Meetings - These meetings will include the County and key Stakeholders such as the 5 metropolitan districts contributing to the project. A total of seven meetings have been assumed to occur monthly. . Utility Coordination Meeting - A meeting will be conducted with the utility companies, and the irrigation ditch company and maintenance entity. . USACE Meeting - This meeting to work out mitigation for piping a portion of Berry Creek and to process necessary 404 wetland permits will be scheduled. . ECO Transit Meeting - A meeting with ECO Transit to discuss a possible bus stop east of Edwards Spur Road on Miller Ranch Road within the project limits will be held. This meeting will be scheduled in coordination with a project progress meeting. Page 3 "EXHIBIT A" - SCOPE OF WORK 1-70 Edwards Spur Road Deliverables . Traffic analysis memorandum . Pavement analysis memorandum Task 4 - Permitting and Clearances To construct the final design improvements, permitting and clearances are required through USACE and CDOT. The following permits and clearances are anticipated: Section 404 Permit (USACE) An application for this permit will be completed with regard to the potential wetland impacts associated with this project including the Berry Creek crossing. A mitigation plan will also be developed in conjunction with this effort. NPDES Permit (Environmental Protection Agency) A permit application will be completed to address the land disturbances associated with the project. A set of erosion control plans will accompany this permit per requirements. CDOT Clearances We anticipate involving CDOT in coordination with the County as part of oversight for this project since 1-70G Edwards Spur Road is a CDOT roadway. CDOT would be included in the progress meetings, the public open house and well as the Final Office Review for the project, which is similar to the process conducted during preliminary design. Task 5 - Final Design and Construction Document Production Final design involves plans, specifications, reports, opinions of probable construction costs and other products in their final form and content for required construction, management and operation of the project. The project area is almost at build-out with limited risk of major changes to the existing topography; therefore, the proposed design should not require significant changes if a construction bid date does not immediately follow completion of final design. Essential components for final design include the following tasks. Final Roadway Design The basic design of the roadway and the roundabouts were developed during preliminary engineering. The design will be advanced sensitive to the design controls established during that phase of development. The roundabout geometrics are critical to effective operation of this type of intersection, especially for multi-lane roundabouts. They are defined by the inscribed diameter, approach flares and deflection, entry widths, splitter island location, exit radius, and properly sized truck aprons in accordance to the FHW A Roundabouts: An Informational Guide and the appropriate design vehicle for the location. Conducting the fastest path analysis based on the roundabout geometry, an iterative process, will establish the speed of the roundabout. Sight distance is another critical element that needs to be coordinated with any landscape or hardscape plans developed for the roundabout. The geometry for these roundabouts will be refined during final design in accordance with the traffic analysis for the development of safe and effective roundabout design. Final vertical geometry must be considerate of the existing grades. This will allow for a balance between constructability and traffic operations through the construction zone. Detailed grading of the roundabout is necessary for proper construction to provide smooth transitions between the approaches and the circulatory roadway and accommodate drainage. A detailed grading plan identifying a number of spot elevations linked to a coordinate table will be provided as part of final design. A concrete pavement Page 5 "EXHIBIT A" - SCOPE OF WORK 1-70 Edwards Spur Road the final traffic design. These tasks are further developed in the following sections: . Construction Phasing - A detailed construction phasing plan was created as part of preliminary engineering efforts for this project. We will also review truck turning movements for each phase to accommodate the semi-tractor trailers that use this exit to access the rest area. During final design, this plan will be further analyzed and modified to address changes and lessons learned during the construction of the Glenwood Springs roundabouts at 1-70. . Construction Traffic Control - A detailed traffic control plan will be developed for the construction of the roundabouts. Intersection operations, especially at the ramps, and access management for the residents and businesses, will be particularly reviewed to maintain traffic flow. Signing and Striping How the roundabouts are signed and striped is critical to the function of the roundabouts especially since all three are multi-lane roundabouts. Guide signs provide advanced information to unfamiliar drivers to assist on navigation of the roundabout. There are specific guide signs, to be placed at strategic locations prior to the roundabout, that have been found to be very effective. Striping, in advance of and through the roundabout, is also very important to provide instructions to the driver with regard to direction and operations such as yielding to traffic already in the roundabout. The FHW A guidelines have some information regarding signing and striping; however, more effective information has been presented at conferences in this area since this is still an evolving intersection treatment. The next update of the Manual on Uniform Traffic Control Devices (MUTCD) will include specific guidelines for roundabouts. Right-of- W ay Evaluation As we develop the final design improvements, we will identify property and easement requirements for the project. This information will be provided to the project surveyor to prepare their plans and documents. CDOT compliant right-of-way plans will be provided to include ownership map, tabulation of ownership, right-of-way plans, and legal descriptions. Title commitments provided by H.C. Peck. Final Construction Document Production Plans and specifications will be produced compliant with CDOT procedures to depict the design and establish procedures specific to this project. An opinion of probable construction cost will also be developed to assist with the identification of funding for this project. This package will include: . Final Design Plans These plans consist of the following sheets: 0 Title Sheet 0 Standards Plans List 0 General Notes 0 Typical Sections 0 Soil Boring Logs - This will be coordinated with Yeh and Associates for inclusion. 0 Summary of Approximate Quantities and Earthwork 0 Roadway Tabulations 0 Survey Control Diagram - This will be coordinated with High Country Engineering for inclusion. 0 Geometry Plan 0 Roadway Plans 0 Roadway and Roundabout Details 0 Jointing Plan - This is for concrete pavement design. 0 Roadway Profiles Page 7 "EXHIBIT A" - SCOPE OF WORK 1-70 Edwards Spur Road plan for addressing right-of-way acquisition as part of final design. The planning services includes performing a title search and title commitments for each affected property; compile property information, real estate market data, and costs per square foot; field inspect each property; and prepare conceptual right-of-way costs. Deliverables . Draft final design drawings, specifications and opinion of probable construction cost . Final drainage report . Wetland mitigation plans . Right-of-way planning document . Final right-of-way plans . Legal descriptions . Title commitments . Final office review meeting minutes . Final contract documents . Title commitments . Cost estimates Discretionary Items We have identified several items that may be beneficial and add value to this project. We have identified each task item with a DC designation for ease during contract negotiations to add specific tasks to the contract in accordance with Paragraph 4f of the Agreement. The individual fee for each of these tasks is included on the cost proposal included as part of "Exhibit A" and will be further refined based on the specific scope of services negotiated. The following discretionary tasks have been identified: DC-l Interstate Access Request FHW A has retained all approval rights to the control of access to the interstate system. To obtain approval to modify interstate access, a request for access, in conformance with the Interstate Access Request guidelines, must be submitted to FHW A through CDOT. Although this could have already been conducted by CDOT as part of the Categorical Exclusion, we wanted to provide it as a discretionary item to assist the County with this effort if it becomes evident that it will need to be conducted. We will prepare the Interstate Access Request, meet with CDOT and FHW A at one meeting to review the document, make final revisions, and resubmit it for final approval. DC-2 Investigation of Storm water Pipe under 1-70 We propose to investigate the large existing drainage pipe that runs from Berry Creek under 1-70 to an outfall south of Northstar Center under the lumber company warehouse. This is a corrugated metal pipe of unknown condition. This pipe could be a potential liability to the project where it crosses the Beard Creek Road and westbound on ramp approaches. We will investigate the condition of the pipe through video inspection. A memorandum will be prepared to discuss the pipe condition, present options to consider if the pipe is in poor condition, and our recommendation. We have not included pipe replacement plans in this task since more information is needed to make an assessment of the appropriate action. DC-3 Structural Retaining Wall Selection Report A structural retaining wall selection report could be developed to review a variety of different wall types such as cast-in-place, block, and MSE. Examples of each type would be provided including the different aesthetic treatments that could be applied. A list of the advantages and disadvantages of each and a Page 9 "EXHIBIT A" DESIGN FEE SUMMARY FOR FINAL DESIGN SERVICES FOR 1-70G EDWARDS SPUR ROAD IMPROVEMENTS LOCATION: Eagle County, CO FIRM NAME: Felsburg Holt & Ullevig CONTACT NAME: Tom Anzia and Michelle Stevens TELEPHONE NUMBER: (303) 721-1440 PROPOSAL DA TE: 31-Mar-06 Updated 10-Aug-06 1:. SUMMARY OF WORK HOURS Final Design $302,565.00 Total labor = $302.565.00 * See the summary ot anticipated work hours on the subsequent sheets. 2. OTHER DIRECT COSTS (DIRECT NON-lABOR EXPENSES) Total Direct Non-labor Expenses ** = $5.204.12 ** See the summary ot anticipated direct non-labor expenses on the subsequent sheet. 1- OUTSIDE SERVICES (e.Q.. Subconsultants & Vendors): High Country Engineering, Inc. (Survey and Mapping) $28,050.00 Otak (Wetlands investigation, Permitting and Coordination) $14,043.00 Yeh and Associates, Inc. (Geotechnical) $18,000.00 H.C. Peck (Right-ot-Way Planning) $18,151.48 Administration by Fe/sburg Holt & Ullevig (10%) $7,824.45 Total Outside Services $86.068.93 ~ DISCRETIONARY SCOPE ITEMS DC -1 Interstate Access Request (FHU) DC -2 Investigation ot Stormwater Pipe Under 1-70 (FHU & Vendor) DC - 3 Structural (Retaining Wall) Selection Report (FHU) DC - 8 Right-ot-Way Acquisition (HC Peck) $58,911.95 DC -9 Potholing (Vendor) $7,700 Total Discretionary Services $106.161.95 Note: Eagle County decided not to include the items in italics above in the contract. ~ TOTAL CONTRACT AMOUNT (NOT TO EXCEED) (SUM OF 1. 2 AND 3): $500.000.00 PERSONNEL ral Roadway Drainage Technician Technician CLASSIFICATION er Designer Designer Admin. Total Hours Total Cost III II Per Task Per Task HOURLY RATE $75 $70 $65 TASK Hours Hours Hours Final Design 1 Data Collection 2 78 $8,370 2 Project Coordination 24 24 352 $41,160 3 Analysis Traffic Analysis 16 4 84 $7,280 Pavement Analysis (FHU Coordination) 26 $2,440 4 Permitting and Clearances Section 404 Permit 14 $1,280 NPDES Permit 18 $1,620 CDOT Clearances 24 $2,860 5 Final Design and Construction Document Productiol Final Roadway Design 180 4 374 $31,080 Soil Boring Logs (FHU Coordination) 6 17 $1 ,430 Final Grading Plan 40 68 $5,560 120 204 $15,720 24 45 $3,510 Final Drainage Study 12 44 $3,650 Final $torrnVllater Management Plan 4 22 $1,900 Wetland Mitigation Plans (FHU Coordination) 8 $860 24 110 $11,260 797 $73,750 41 $4,330 Right~of-VVay plans (FHU (;oordination) 16 28 $2,400 (;onstruction Phasing Plans 68 $7,340 104 $11,020 Cross Sections 60 80 $6,290 32 32 258 $21,200 24 134 $13,520 Final ()pinion of Probable Construction Cost 42 $4,060 Final Office RevieVll Meeting 2 62 $7,010 40 40 2 139 $11,665 Right-of-VVay Planning (FHU Coordination) 0 $0 Antici ated Work Hours 414 256 62 3,241 $302,565 Total for Final Design = $302,565 "EXHIBIT A" SUMMARY OF ANTICIPATED DIRECT NON-LABOR EXPENSES FOR FINAL DESIGN SERVICES FOR 1-70G EDWARDS SPUR ROAD IMPROVEMENTS Updated August 10, 2006 DIRECT NON-LABOR EXPENSES: In ProQress Review Prints/Open House Graphics 2500 Sheets @ 11"x17" Copies 2,500 @ $0.25 = $625.00 Misc. Copies for Meeting Minutes, etc. (8-1/2"X11") 400 @ $0.15 = $60.00 Full Size Color Display Prints (per linear foot) 80 @ $1.75 = $140.00 Traffic Analvsis 100 Sheets@ 11"x17" (Half-Size) 100 @ $0.25 = $25.00 Plan Documents (Final Desiqn ProQress Set) Draft Construction Plans 10 Sets @ 120 Sheets @ 11"x17" (Half-Size) 1,200 @ $0.25 = $300.00 Project Special Provisions and Miscellaneous 100 Prints @ 8-1/2"x11" 100 @ $0.15 = $15.00 Opinion of Probable Construction Cost 10 Prints @ 8-1/2"x11" 20 @ $0.15 = $3.00 Plan Documents (Final Desh:m Final Office Review MeetinQ) FOR Construction Plan Sets 15 Sets @ 180 Sheets @ 11 "x 17" (Half-Size) 2,700 @ $0.25 = $675.00 Project Special Provisions and Miscellaneous 200 Prints @ 8-1/2"x11" 200 @ $0.15 = $30.00 Opinion of Probable Construction Cost 10 Prints @ 8-1/2"x11" 20 @ $0.15 = $3.00 Plan Documents (Final Construction Set) Final Construction Plans 15 Sets @ 180 Sheets @ 11"x17" (Half-Size) 2,700 @ $0.25 = $675.00 Project Special Provisions and Miscellaneous 200 Prints @ 8-1/2"x11" 200 @ $0.15 = $30.00 Opinion of Probable Construction Cost 10 Prints @ 8-1/2"x11" 20 @ $0.15 = $3.00 DrainaQe Report/Documentation 500 Sheets @ 8-1/2"x11" 8-1/2"x11" photocopies 500 @ $0.15 = $75.00 200 Sheets @ 11 "x17" 11 "x17" photocopies 200 @ $0.25 = $50.00 Delivery Service 4 @ $25.00 = $100.00 Mileage: 10 Trips @ 280 miles/ea. 2,800 @ $0.445 = $1,246.00 Miscellaneous Expenses (data collection, public notices, refreshments, postage, etc.) = $676.02 SUB-TOTAL DIRECT NON-LABOR EXPENSES: = $4,731.02 Administration by Felsburg Holt & Ullevig (10%) $473.10 TOTAL DIRECT NON-LABOR EXPENSES: = $5,204.12 THE following hourly billing rates apply to all "Time and Materials" contracts. Principal II $175.00 Principal I $150.00 Associate $140.00 Senior Engineer $130.00 Engineer V $120.00 Engineer IV $110.00 Engineer III $ 95.00 Engineer II $ 85.00 Engineer I $ 80.00 Senior Environmental Scientist $130.00 Environmental Scientist V $120.00 Environmental Scientist IV $110.00 Environmental Scientist III $ 95.00 Environmental Scientist II $ 85.00 Environmental Scientist I $ 80.00 Senior Transportation Planner $130.00 Transportation Planner V $120.00 Transportation Planner IV $110.00 Transportation Planner III $ 95.00 Transportation Planner II $ 85.00 Transportation Planner I $ 80.00 Senior Bridge Designer $105.00 Senior Designer $105.00 Designer IV $ 85.00 Designer III $ 75.00 Designer II $ 70.00 Designer I $ 60.00 Senior Construction Technician $105.00 Construction Technician IV $ 85.00 Construction Technician III $ 75.00 Construction Technician II $ 70.00 Construction Technician I $ 60.00 Senior Environmental Technician $105.00 Environmental Technician IV $ 85.00 Environmental Technician III $ 75.00 Environmental Technician II $ 70.00 Environmental Technician I $ 60.00 Administrative $ 65.00 Other direct costs are reimbursed at a rate of 1.1 times actual costs.