HomeMy WebLinkAboutC12-148 Tsiouvaras Simmons Holderness Agreement AGREEMENT FOR ENGINEERING AND SURVEYING SERVICES FOR THE DOTSERO ROUNDABOUT DESIGN PROJECT BETWEEN EAGLE COUNTY, COLORADO AND TSIOUVARAS SIMMONS HOLDERNESS, INC. This Agreement ( "Agreement ") is for en ineerin and design services for the Dotsero Roundabout Design Project, and is effective as of N ') , 2012 between Eagle County, Colorado a body corporate and politic ( "County ") an Tsiouvaras Simmons Holderness, Inc. a Colorado corporation ( "Consultant "). AGREEMENT In consideration of the following promises County and Consultant agree as follows: Article I Scope of the Work: Section 1.01 The Work to be performed under this Agreement consists of engineering and design services for the Dotsero Roundabout Design Project and is more fully described in the attached Exhibit A (hereinafter referred to as "Work ", "Scope of Work" or "Services "). Consultant acknowledges and understands that County has partnered with CDOT on the Dotsero Roundabout Design Project and that CDOT will use the design developed under this Agreement when constructing the Dotsero Roundabout. Article II Consultant's Performance: Section 2.01 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. The Consultant shall complete all Work in compliance with the specifications noted in Exhibit A. Consultant shall ensure that all of its employees and sub - consultants working on the Dotsero Roundabout Design Project are properly licensed during the performance of the Work. Article III Time and Performance and Termination: Section 3.01 Consultant shall commence the Work within ten (10) business days after the date of this Agreement. The Scope of Work shall be shall be completed by August 31, 2012, unless modified by change order to the Scope of Work and Agreement. Article IV Compensation and Payment: Section 4.01 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. 1 Section 4.02 The total fee and expenses for the Work shall not exceed $21,500.00 as provided in Consultant's proposal, which is attached hereto and incorporated herein as Exhibit B by this reference. 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, and described by task satisfactorily performed. 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. For the purposes of this Agreement, the term "reimbursable costs" shall include only actual out- of- pocket expenses incurred by Consultant in connection with the Work, including the reasonable expenses incurred for travel related to the project. Reimbursable costs will include report printing and map production but no other photo- reproduction costs. Out -of- pocket expenses shall not include any salary, bonuses or compensation to Consultant's personnel. d. Hourly rates shall be as provided in Consultant's Client Rate Schedule as set forth in Exhibit B. Fractional hours will be billed at the nearest one - quarter hour. e. The parties hereto recognize that the Scope of Work may change. When Consultant believes that the Scope of Work has been changed or that by reason of a decision of County or CDOT it will be required to redo properly completed Work, Consultant shall immediately advise County and CDOT 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 CDOT approves and agrees to pay for such additional charges. Consultant acknowledges that County will not approve and has not budgeted for any design costs beyond the not to exceed figure set forth above. f. 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. g. Additional services, if required beyond the Scope of Work, shall be separately negotiated and agreed to by County, CDOT and Consultant prior to the Consultant performing the additional service. Article V Project Management: 5.01 Robert Marusin P.E. shall be designated as Consultant's Project Manager. Eva Wilson, Eagle County Engineer, shall be County's Project Manager and responsible for administration of this Agreement and the County's interests in the Dotsero roundabout project. Siri Roman, P.E. shall be the Project Manager and responsible for CDOT's interests in the Dotsero roundabout project. 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. 2 Section 5.02 Consultant acknowledges that the development and processing of the Work may require close coordination between various consultants. Consultant shall coordinate the Work required hereunder with other consultants that are identified by County to Consultant from time to time, and Consultant shall immediately notify such other consultants, in writing, of any changes or revisions to Consultant's work product that might affect the work of the other consultants providing services to County and concurrently provide County with a copy of such notification. Consultant shall not knowingly cause other consultants extra work without obtaining prior written approval from County. If such prior approval is not obtained, Consultant shall be subject to any offset for the cost of such extra work. Article VI Independent Contractor: Section 6.01 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 contractor. 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 responsible for its acts and for the acts of Consultant's agents, employees, servants and sub - contractors during the performance of this Agreement. Article VII Personnel: Section 7.01 Consultant understands and hereby acknowledges that County is relying primarily upon the expertise and personal abilities of Robert Marusin, P.E. This Agreement is conditioned upon the continuing direct personal involvement of Robert Marusin, P.E. 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 Robert Maruisn, P.E. and in the event he is unable to remain involved in the Work, Consultant shall immediately notify County and County shall have the option to terminate this Agreement. Section 7.02 Consultant shall not enter into any sub - consultant agreements for the performance of the Work without County's prior written consent, which consent may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Dotsero Roundabout Design Project. Consultant shall require each sub - consultant, as approved by County and to the extent of Work performed by the sub - consultant, to be bound to Consultant by the terms of the Agreement and to assume toward Consultant all of the obligations and responsibilities which Consultant, by this Agreement assumes toward County and CDOT. Article VIII Ownership of Documents: Section 8.01 All documents, electronic or otherwise, which are obtained during or prepared in the performance of the Work are copyrighted and shall remain the property of the County and CDOT, shall be so designated on the face of the document, and are to be delivered to County's and CDOT's Project Manager in a format usable by the County and CDOT before final payment is made to Consultant or upon earlier termination of this Agreement. The County agrees not to reuse the documents or any portion thereof for construction at other locations without the express written consent of the Consultant. The County further understands that use of similar details for similar work in the future by the Consultant shall not be deemed a violation of the County's copyright. 3 Article IX Insurance and Indemnification: Section 9.01 To assure to County and CDOT that the Consultant is always capable of fulfilling potential liability obligations, the Consultant is required to purchase and maintain insurance of the kind, and in the minimum amount specified below. However, the insurance requirements below shall not be deemed to limit or define the obligations of the Consultant. Consultant is responsible for payment of any deductibles. County or CDOT reserve the right to request a certified copy of the policy(ies) for review in addition to the standard Certification of Insurance. The Consultant shall, prior to commencing Work under this Agreement, obtain the following minimum insurance. a. Workers' Compensation and Employer's Liability Insurance: If services are performed within the State of Colorado, the Consultant shall carry Workers' Compensation and employer's liability insurance to cover liability under the laws of the State of Colorado in connection with work performed pursuant to this Agreement. b. Automobile Insurance: If motor vehicles are required in the performance of services by the Consultant under this Agreement, the Consultant shall carry automobile liability to include owned, non -owned and hired vehicles, and limits of liability no less than $1,000,000.00 per occurrence. County, CDOT and their elected officials, administrators and employees shall be added to the policy as additional insureds. c. Commercial General Liability Insurance: The Consultant shall carry commercial general liability insurance which shall include blanket contractual liability, with coverage no less than $1,000,000.00 per occurrence and $2,000,000.00 in the aggregate. Defense costs coverage for additional insured must be included and outside the limits of insurance. County, CDOT and their elected officials, administrators and employees shall be additional insureds as respects this Agreement. d. Professional Liability Insurance: Professional liability insurance at limits of no less than $1,000,000. The Consultant shall provide errors and omissions coverage of no less than $1,000,000 per claim and annual aggregate. e. Sub - consultants: The Consultant shall furnish separate certificates for each Sub - consultant in the amounts and types set forth herein. f. Certificates of Insurance: Certificates of insurance or equivalent evidencing the above and identified on their face as to the contract name and date of execution, shall be submitted to County and CDOT within fifteen (15) days after signing the Agreement. g. Consultant shall maintain the foregoing coverage in effect until the Work is completed. In addition, to the extent commercially available at reasonable rates, all such policies shall be kept in force by Consultant until the applicable statute of limitations have expired. h. All policies must contain an endorsement affording an unqualified thirty (30) days' notice of cancellation to County and CDOT. i. All policies must be written by insurance companies whose rating in the most recent Best's rating guide is not less than A- (VII). Section 9.02 The Consultant shall, to the fullest extent permitted by law, indemnify and hold harmless County, CDOT and any of their officials, boards, officers, agents and employees against any losses, claims, damages or liabilities (including reasonable attorney fees in connection with investigating or defending any such loss, claim, damage, liability or action) for which County, CDOT or any of their 4 officers, agents, or employees may incur, but only to the extent caused by the negligent acts, errors or omissions of Consultant or anyone for whom Consultant is legally responsible which shall include any subcontractor or anyone directly or indirectly employed by any of them in the performance of the Services hereunder. Article X Assignment/Third Party Beneficiary: Section 10.01 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. The parties agree that County may assign this Agreement and in such event County shall have no responsibility hereunder so long as assignee assumes County's rights and obligations under this Agreement. Section 10.02 The parties agree that CDOT is a third party beneficiary to this Agreement with the power, ability and right to enforce all terms and conditions of this Agreement and to pursue any and all claims against Consultant arising out of Consultant's performance under this Agreement. There are no other third -party beneficiaries under this Agreement with the power and ability to enforce the terms of this Agreement. Section 10.03 This Agreement shall be binding on and inure to the benefit of the parties hereto, and their respective successors and assigns. Article XI Notices: Section 11.01 Any notice and all written communications required under this Agreement shall be given by personal delivery, courier delivery, facsimile transmission together with a "hard copy" by United States mail, or first class mail, to the appropriate party at the following addresses: Consultant: Tsiouvaras Simmons Holderness 5690 DTC Blvd. Suite 345 W Greenwood Village, CO 80111 County: Eva Wilson, Project Manager Eagle County Engineer P.O. Box 850 Eagle, CO 81631 CDOT: Siri Roman, PE CDOT, Region 3- Bridge Enterprise & Special Projects Residencey P.O. Box 298, 714 Grand Ave Eagle, CO 81631 5 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. Article XII Miscellaneous: Section 12.01 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 sub - consultants to agree to the provisions of this subparagraph. Section 12.02 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 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. Section 12.03 This Agreement shall be governed by and construed in accordance with the internal 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 5th District for the State of Colorado. Section 12.04 Unless otherwise set forth herein, 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. Section 12.05 Budget / 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 therefore 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). Section 12.06 Notwithstanding anything to the contrary herein County does not waive the monetary limitations or any other rights, immunities or protections provided by the Colorado Governmental Immunity Act, C.R.S. 24-10 -101 et.seq. Section 12.07 In the event of any conflict between this Agreement and any exhibits or attachments hereto, this Agreement shall control. Section 12.08 The words sub - contractor and sub - consultant are used interchangeably in this Agreement. Section 12.09 Consultant shall pay all taxes imposed by any federal, state or local taxing authority on all payrolls and compensation of its employees and subcontractors and any other taxes, fees and charges levied against Consultant on account of this Agreement. 6 Section 12.10 Provision Mandated by House Bill 1343: Prohibitions on Public Contract for Services If Consultant has any employees or subcontractors, Consultant shall comply with C.R.S. § 8- 17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract. By execution of this Contract, Consultant certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract and that Consultant will participate in the E- verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. A. Consultant shall not: (i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or (ii) Enter into a contract with a subcontractor that fails to certify to the Consultant that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under the public contract for services. B. Consultant has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E -verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E -verify program can be found at: http: / /www.dhs.gov /xprevprot/programs /gc 1185221678150.shtm C. Consultant shall not use either the E -verify program or other Department Program procedures to undertake pre - employment screening of job applicants while the public contract for services is being performed. D. If Consultant obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Consultant shall be required to: (i) Notify the subcontractor and the County within three days that the Consultant has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) the subcontractor does not stop employing or contracting with the illegal alien; except that the Consultant shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. E. The Consultant shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. § 8- 17.5 - 102(5). 7 F. If Consultant violates these prohibitions, the County may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Consultant shall be liable for actual and consequential damages to the County as required by law. G. The County will notify the office of the Colorado Secretary of State if Consultant violates this provision of this Contract and. the County terminates the Contract for such breach. Article XIII General Conditions: Section 13.01 Consultant shall provide and pay for labor, materials, consumables, equipment, tools, utilities, permits, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Services. Section 13.02 Consultant shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Services, and the general and local conditions which can affect the Services or the cost thereof. Any failure by Consultant to do so will not relieve him from responsibility for successfully performing the Services without additional expense to the County. County assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. Section 13.03 Before commencing activities, Consultant shall: (1) verify field conditions; (2) carefully compare this and other information known to Consultant with that of the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to County. Section 13.04 Consultant shall supervise and direct the Services, using Consultant's professional skill and attention. Consultant shall be solely responsible for and have control over means, methods, techniques, sequences and procedures, and for coordinating all portions of the Service. Section 13.05 No charge shall be made by Consultant for hindrances or delays from any cause whatever during the progress of any portion of the Services, 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 an extension of time for the completion of the Services to be performed, provided it is satisfied that delays or hindrances were due to causes outside of Consultant's control, e.g. weather, or to acts of omission by 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 notice in writing of the cause of the detention or delay. Section 13.06 The performance of the Services may be terminated at any time in whole, or from time to time in part, by County for its convenience. Any such termination shall be effected by delivery to the Consultant of a written notice ( "Notice of Termination ") specifying the extent to which performance of the Services are terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by County, Consultant shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as County may make, to assure the efficient, proper closeout of the terminated Services (including the protection of County's property). Among other things, Consultant shall, except as otherwise directed or approved by County: 8 a) stop the Services on the date and to the extent specified in the Notice of Termination; b) place no further orders or subcontracts for services, equipment or materials except as may be necessary completion com letion of such portion of the Service as is not terminated; c) terminate all orders and subcontracts to the extent that they relate to the performance of Services terminated by the Notice of Termination; d) assign to County, in the manner and to the extent directed by it, all of the right, title and interest of Consultant under the orders or subcontracts so terminated, in which case County shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; e) with the approval of County, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and f) deliver to County, when and as directed, all documents and all property which, if the Services had been completed, Consultant would be required to account for or deliver to County, and transfer title to such property to County to the extent not already transferred. In the event of such termination, Consultant shall be compensated for the work satisfactorily performed up through the termination date. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. COUNTY OF EAGLE, STATE OF COLORADO, By and Through its COUNTY MANAGER By: — Keith Montag, County F ager 9 CONSULTANT: TSIOUVARAS SIMMONS HOLDERNESS, INC. BY .`iWr. Title: ` ' � A V STATE OF COLORADO } } ss: County ofd,p dam„ } The foregoing was acknowledged before me this I Sf day of Ct -L, L, , 2012 by {qi 1n {Q N IlsinA.vaxuS of, Tsiouvaras Simmons Holderness, Inc. My commission expires: Notary Public Seal .(jTAiQy'4'9�' Notary "ublic 4C= i I 1S�.•A 9 � i i t ‘‘ O`' C O O y �Q,, My Commission _xpires ' 10 Eagle County Dotsero Roundabout Design Al - Project Management This project estimate assumes eight weeks of Project Management. A2 - Coordination and review meeting This estimate assumes 4 coordination meetings. A5 - Roundabout Design Develop basic design model and plan, profile and detail sheets for the roundabout at the intersection of US 6 and Colorado River Road. This design would be incorporated into the existing Dotsero Bridge replacement project. A6 - Drainage Preliminary and final drainage design for the roundabout. A9 - Tabulations and Quantities Preliminary and final quantities and tabs developed. A10 - FOR Submission, Meeting, Revisions Provide FOR level plans, attend the FOR meeting and revise plans as necessary. A13 - Signing and Striping Provide final signing and striping plans. Al5 - Estimate Provide an estimate of construction costs. • A16 - Final Plans Provide final plans for the construction package. This scope of work assumes the basic design and plans will be incorporated into the CDOT bridge replacement project. The cost is the additional amount required to complete the roundabout design. It does not include landscape or other architectural design elements. This effort is in partnership with CDOT and provides the additional amount to complete the roundabout design. EXHIBIT 1.21 TSIOUVARAS HOLDERNESS COMSULT LMi,MLLMS EXHIBIT PROJECT COST WORKSHEET (COST PLUS FIXED FEE) 1 13 PROJECT NUMBER FBR 0702 -312 (18162) LOCATION Dotsero Bridge over the Colorado River Roundabout Design FIRM NAME Tsiouvaras Simmons Holderness, Inc. NAME OF PREPARER Robert Marusin, P.E. PHONE NO. (303) 771 -6200 SCOPE OF WORK DATE April 17, 2012 TYPE OF PROPOSAL: Cost Plus Fixed Fee CONTRACT NUMBER: TASK ORDER #: 2 1A. SPECIFIC LABOR RATES SPECIFIC EMPLOYEE DIRECT /SALARY INDIRECT RATE EMPLOYEE NAME CLASSIFICATION COST /HOUR COST ( %) $ /HOUR (a) (b) (c) Abraham, Dan Sr. Prof. Engineer 55.00 131.45% 127.30 Abraham, Ryan Sr. Prof. Engineer 58.68 131.45% 135.81 Cotton, George Sr. Prof. Engineer 70.00 131.45% 162.02 Holderness, Fred Sr. Prof. Engineer 67.31 131.45% 155.79 Lapsley, Randal Sr. Prof, Engineer 61.22 131.45% 141.69 Leiphart, Galina Sr. Prof. Engineer 58.89 131.45% 136.30 Marusin, Robert Sr. Prof. Engineer 60.92 131.45% 141.00 Simmons, Jeff Sr. Prof. Engineer 67.31 131.45% 155.79 Tsiouvaras, George Sr. Prof. Engineer 67.31 131.45% 155.79 Woolfall, David Sr. Prof. Engineer 58.41 131.45% 135.19 Barrett, Joshua Project Manager 1 47.39 131.45% 109.68 Dorrenbacher, Kyle Project Manager 1 46.79 131.45% 108.30 Strasser, Harry Project Manager 1 47.16 131.45% 109.15 Fisher, Brad Prof. Engineer 35.10 131.45% 81.24 Fulton, Treena Prof. Engineer 36.06 131.45% 83.46 Gilbert, Matthew Prof. Engineer 45.78 131.45% 105.96 Krajnik, Clint Prof. Engineer 45.56 131.45% 105.45 Sisson, Ryan Prof. Engineer 39.61 131.45% 91.68 Wampler, Randy Prof. Engineer 46.25 131.45% 107.05 Carroll, Brendan EIT 2 27.46 131.45% 63.56 Hammond, Chad EIT 2 28.85 131.45% 66.77 Logsdon, Daniel EIT 2 28.85 131.45% 66.77 Patton, Michael EIT 2 24.11 131.45% 55.80 Weseman, Theo EIT 2 23.36 131.45% 54.07 Metzger, Matthew Engineer Intern 20.35 131.45% 47.10 Perez, Stephen Engineer Intern 22.78 131.45% 52.72 Bricker, Evan Sr. Construction Administrator 37.00 131.45% 85.64 Custy, Tim Sr. Construction Administrator 38.82 131.45% 89.85 Lutz, Robert Construction Administrator 30.00 131.45% 69.44 Bricker, Timothy Jr. Construction Administrator 25.50 131.45% 59.02 Harms, David Sr. Roadway Designer 41.01 131.45% 94.92 Harr, Bob Sr. Roadway Designer 47.05 131.45% 108.90 Florian, Steve Sr. Detailer 37.68 131.45% 87.21 Pelster , Andy Sr. Detailer 37.39 131.45% 86.54 Popp, Tyler Sr. Detailer 35.10 131.45% 81.24 Welch, Michael Sr. Detailer 38.08 131.45% 88.14 Nichols, Larry Designer 1 19.23 131.45% 44.51 Barney, Tiffany Project Controls 45.00 131.45% 104.15 Brown, Julie Graphic Coordinator 24.04 131.45% 55.64 1A. SPECIFIC LABOR RATES Cont'd SPECIFIC EMPLOYEE DIRESALARY INDIRECT RATE 5/1/2012 2012-04.17 - Dotsero RAB design.xlsx Tsiouvaras Simmons Holdemess, Inc. EMPLOYEE NAME CLASSIFICATION COST /HOUR COST ( %) $ /HOUR (a) (b) (c) DeHerrera, Krystel Admin 11 24.15 131.45% 55.90 Burton, Ann Admin I 12.36 131.45% 28.61 Doctoroff, Lynise Admin I 18.50 131.45% 42.82 Guildner, Kimberly Admin I 18.24 131.45% 42.22 Harr, Amy Intern 12.00 131.45% 27.77 • Labor Rate (c) = a x b +1 1B. LABOR COSTS ESTIMATED ESTIMATED EMPLOYEE SPECIFIC RATE NUMBER OF COST EMPLOYEE NAME CLASSIFICATION $/HOUR WORK HOURS PER EMPLOYEE (c) (d) (cxd) Abraham, Dan Sr. Prof. Engineer $127.30 0 $0.00 Abraham, Ryan Sr. Prof. Engineer $135.81 0 $0.00 Cotton, George Sr. Prof. Engineer $162.02 0 $0.00 Holderness, Fred Sr. Prof. Engineer $155.79 0 $0.00 Lapsley, Randal Sr. Prof. Engineer $141.69 0 $0.00 Leiphart, Galina Sr. Prof. Engineer $136.30 0 $0.00 Marusin, Robert Sr. Prof. Engineer $141.00 22 $3,101.99 Simmons, Jeff Sr. Prof. Engineer $155.79 0 $0.00 Tsiouvaras, George Sr. Prof. Engineer $155.79 2 $311.58 Woolfall, David Sr. Prof. Engineer $135.19 8 $1,081.52 Barrett, Joshua Project Manager 1 $109.68 0 $0.00 Dorrenbacher, Kyle Project Manager 1 $108.30 0 $0.00 Strasser, Harry Project Manager 1 $109.15 12 $1,309.82 Fisher, Brad Prof. Engineer $81.24 0 $0.00 Fulton, Treena Prof. Engineer $83.46 0 $0.00 Gilbert, Matthew Prof. Engineer $105.96 0 $0.00 Krajnik, Clint Prof. Engineer $105.45 0 $0.00 Sisson, Ryan Prof. Engineer $91.68 0 $0.00 Wampler, Randy Prof. Engineer $107.05 50 $5,352.28 Carroll, Brendan EIT 2 $63.56 10 $635.56 Hammond, Chad EIT 2 $66.77 0 $0.00 Logsdon, Daniel EIT 2 $66.77 0 $0.00 Patton, Michael EIT 2 $55.80 0 $0.00 Weseman, Theo EIT 2 $54.07 90 $4,866.00 Metzger, Matthew Engineer Intern $47.10 0 $0.00 Perez, Stephen Engineer Intern $52.72 0 $0.00 Bricker, Evan Sr. Construction Administrator $85.64 0 $0.00 Custy, Tim Sr. Construction Administrator $89.85 0 $0.00 Lutz, Robert Construction Administrator $69.44 0 $0.00 Bricker, Timothy Jr. Construction Administrator $59.02 0 $0.00 Harms, David Sr. Roadway Designer $94.92 10 $949.18 Harr, Bob Sr. Roadway Designer $108.90 0 $0.00 Florian, Steve Sr. Detailer $87.21 0 $0.00 Pelster , Andy Sr. Detailer $86.54 0 $0.00 Popp, Tyler Sr. Detailer $81.24 0 $0.00 Welch, Michael Sr. Detailer $88.14 0 $0.00 Nichols, Larry Designer 1 $44.51 42 $1,869.33 Barney, Tiffany Project Controls 8104.15 2 $208.31 Brown, Julie Graphic Coordinator $55.64 0 $0.00 DeHerrera, Krystel Admin 11 $55.90 2 $111.79 Burton, Ann Admin I $28.61 0 $0.00 Doctoroff, Lynise Admin I $42.82 0 $0.00 Guildner, Kimberly Admin 1 $42.22 0 $0.00 Harr, Amy Intern $27.77 0 $0.00 TOTAL LABOR $19,797.35 2. FEE (10.0% x Section 1B.) FIXED FEE $1,979.74 Page 2 of 3 5/1/2012 2012 -04 -17 - Dotsero RAB design.xlsx Tsiouvaras Simmons Holdemess, Inc. 3A. OTHER DIRECT COST RATES (IN- HOUSE) *: ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COSTS • Per diem $0.00 Mileage 0 miles 0.555 $0.00 Miscellaneous $0.00 SUBTOTAL $0,00 38. OTHER DIRECT COST RATES (Outside) *: ITEM ESTIMATED UNIT ESTIMATED UNITS RATES COSTS Other $0 SUBTOTAL $0.00 ODC TOTAL $0.00 Per diem (State Fiscal Rules) *Prior approval of Project Manager Other (Prior approval of Project Manager) Mileage (At Current Federal Rate) 4A. OUTSIDE SERVICES: (Subconsultants) FIRM METHOD OF COMPENSATION ESTIMATED COST TBD $0.00 4B. OUTSIDE SERVICES *: (VENDORS) FIRM METHOD OF COMPENSATION ESTIMATED COST TBD $0.00 • *Prior Approval from Project Manager required TOTAL OUTSIDE SERVICES $0.00 TOTAL ESTIMATED COST $21,777.09 (SUM OF 1 B,2,3A, 3B, 4A AND 4B) I am a representative of Tsiouvaras Simmons Holderness, Inc. duly authorized to contractually bind the firm. My signature below constitutes formal agreement (without further signature) to a Task Order, which is issued by the State pursuant to the terms of this Task Order Proposal, without substantive change. I also declare that to the best of my knowledge the wage rates and other factual unit rates supporting the compensation to be paid by the Department for the professional services on this document are accurate, complete, and current at the time of contracting, and include no unallowable or duplicate costs. George N. Tsiouvaras, P.E. Prinicpai z:__ - 4 . 5) (Type Name) (Signaiu (Date Signed) Page 3 of 3 5/1/2012 2012 -09 -17 . Doisero RAB design.xlsx Tsiouvaras Simmons Holdemess, Inc.