MEMORIAL CAUSEWAY BRIDGE PROFESSIONAL SERVICES
y
! ~
1 ,
I
I
MEMORIAL CAUSEWAY BRIDGE
AGREEMENT
BETWEEN CITY AND ENGINEER
FOR
PROFESSIONAL SERVICES
THIS AGREEMENT, made and entered into this ~I s'" day of~1994, by and between
the City of Clearwater, Florida, hereinafter referred to as the CITY, and HDR Engineering,
Inc., a corporation licensed and authorized to do business in Florida, hereinafter referred to as
the ENGINEER.
WITNESSETH:
WHEREAS, the CITY proposes to do certain work related to the Memorial Causeway Bridge
as described in EXHIBIT A; and
WHEREAS, the CITY desires to engage the ENGINEER to perform certain professional
services pertinent to such work in accordance with this Agreement; and
WHEREAS, the ENGINEER desires to provide such professional services in accordance with
this Agreement.
NOW THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually
understood and agreed as follows:
I. GENERAL SCOPE OF THIS AGREEMENT
The relationship of the ENGINEER to the CITY will be that of a professional
consultant, and the ENGINEER will provide the professional and technical services required
under this Agreement in accordance with acceptable engineering and planning practices and
ethical standards.
II. PROFESSIONAL AND TECHNICAL SERVICES
It shall be the responsibility of the ENGINEER to work with the CITY and apprise it
of solutions to engineering, planning and design problems and the approach or techniques to be
used towards accomplishment of the CITY'S objectives as set forth in EXHffiIT A. The scope
of services to be provided to accomplish the CITY'S objectives is set forth in EXHIBIT A.
M5~A098,WP1
{2,' ~
~
1
(:3)
! J
,
, (
1
I
III. PERIOD OF SERVICE
A. The ENGINEER will begin work promptly after receipt of a fully executed copy of
this Agreement and shall complete the work within six months; such receipt shall
constitute written notice to proceed.
B. If the ENGINEER'S services called for under this Agreement are delayed for
reasons beyond the ENGINEER'S control, the time of performance shall be adjusted
appropriately.
C. The services called for under this Agreement shall be for a Feasibility Study as
described in Exhibit "A".
D. Additional services may be added in accordance with Section IX of this Agreement.
IV. GENERAL CONSIDERATIONS
A. All original sketches, tracings, drawings, computations, details, design calculations
and other documents and plans that result from the ENGINEER'S services under this
Agreement are and remain the property of the CITY.
B. The CITY may at no additional cost obtain a set of reproducible copies of any maps
and/or drawings prepared for it by the ENGINEER in consideration of which the
CITY agrees that no additions, deletions, changes or revisions shall be made to same
without the express written approval of the ENGINEER.
C. Notwithstanding that specific services are enumerated in EXHIBIT A, the
ENGINEER will, upon written request of the CITY, provide any and all other civil
engineering,planning, and environmental consulting services as requested by the
CITY provided, however, that such additional services shall result in extra
compensation to the ENGINEER, as provided by EXlllBIT B. It is understood and
agreed that if such additional services are requested, the Agreement shall be
considered as a continuing contract with respect thereto.
D. The CITY hereby acknowledges that estimates of probable construction costs cannot
be guaranteed, and such estimates are not to be construed as a promise to design
facilities within a cost limitation.
E. It is understood and agreed that the ENGINEER's services under this Agreement do
not include, participation, whatsoever, in any litigation unless specifically agreed to
in writing by both parties.
F. Upon the ENGINEER'S request, the CITY will furnish or cause to be furnished
such reports, studies, instruments, documents, and other information as the
M504A098,WP1
2
! !
I
I
ENGINEER and CITY mutually deem necessary, and the ENGINEER may rely
upon same in performing the services required under this Agreement.
G. The CITY and the ENGINEER each binds itself and its successors, legal
representatives, and assigns to the other party to this Agreement and to the partners,
successors, legal representatives, and assigns of such other party, in respect to all
covenants of this Agreement; and neither the CITY nor the ENGINEER will assign
or transfer their interest in this Agreement without written consent of the other.
H. In consideration of the sum of One Hundred Dollars ($100.00) the receipt and
sufficiency of which is acknowledged, payable as part of the first payment for
services, the ENGINEER hereby agrees to defend, indemnify, and save harmless,
the CITY, its officers, agents, and employees, from and against any and all claims
arising out of the negligent acts, errors, or omissions of the ENGINEER. The CITY
agrees to limit the ENGINEER's liability to the CITY, and to all construction
contractors and subcontractors on the project due to the ENGINEER'S negligent
acts, errors or omissions such that the total aggregate liability of the ENGINEER
to all those named shall not exceed $1,000,000. or the ENGINEER'S total fee for
services rendered on this project whichever is greater.
I. All reports submitted to the CITY by the ENGINEER in fulfillment of contract
obligations shall use recycled paper when it is available at a reasonable price and of
satisfactory quality to meet contractual performance standards. For the purposes of
this Paragraph, the price of recycled paper shall be considered "reasonable" if its
cost is no more than ten percent higher than the lowest price offered for non-recycled
paper. All reports submitted to the CITY by the ENGINEER shall use both sides
of paper sheets whenever practicable. The ENGINEER shall use both sides of paper
sheets whenever practicable. The ENGINEER shall be responsible for maintaining
records documenting usage of recycled paper for reports submitted to the CITY in
fulfillment of contractual obligations. The ENGINEER shall submit such records
to the CITY according to procedures to be established by the CITY Purchasing
Manager.
J. The ENGINEER shall execute the appropriate State of Florida sworn statement
under Section 287.133(3)(a), Florida Statutes, Public Entity Crimes prior to the
execution of this Agreement.
K. The ENGINEER shall attach a brief status report on the project with each request
for payment.
M504A098,WP1
3
! f
I
I
V, INSURANCE REOUIREMENTS
A. Workers Compensation and Employers Liability. The ENGINEER shall procure
and maintain, for the life of this Agreement, Workers Compensation Insurance
covering all employees with limits meeting al applicable state and federal laws. This
coverage shall include Employers Liability with limits meeting all applicable state and
federal laws.
B. General Liability. The ENGINEER shall procure and maintain, for the life of this
Agreement, General Liability Insurance. This coverage shall be on an "Occurrence"
basis. Coverage shall include Premises and Operations; Independent Contractors;
Products and Completed Operations and Contractual Liability. Coverage shall be no
more restrictive than the latest edition of the Commercial General Liability policies
of the Insurance Services Office (ISO).
This policy shall provide coverage for death, bodily injury, personal injury of
property damage that could arise directly or indirectly from the performance of this
Agreement.
The minimum limits of coverage shall be $500,000. Per Occurrence Combined
Single Limit for Bodily Injury Liability and Property Damage Liability.
The CITY shall be included and identified as an Additional Insured under the
policy/certificate of insurance.
C. Business Automobile Liability. The ENGINEER shall procure and maintain, for
the life of the Agreement, Business Automobile Liability Insurance.
The minimum limits of coverage shall be $500,000. Per Occurrence, Combined
Single Limit for Bodily Injury Liability and Property Damage Liability. This
coverage shall be an "Any Auto" type policy. Coverage shall be no more restrictive
than the latest edition of the business Automobile Policies of the Insurance Services
Office (ISO).
The CITY shall be included and identified as an Additional Insured under the
policy/certificate of insurance.
D. Professional Liability Insurance. The ENGINEER shall procure and maintain for
the life of this Agreement, Professional Liability Insurance. This insurance shall
provide coverage against such liability resulting from this contract/project. The
minimum limits of coverage shall be $1,000,000.
M504A098,WP1
4
,r 1
I
I
E. Supplemental Provisions. The insurance coverages and conditions afforded by the
above mentioned policies shall not be suspended, voided, canceled or modified except
after thirty (30) days prior written notice by certified mail return receipt requested
has been given to both the Assistant City Manager and the Risk Management Offices
of the CITY.
Certificates of Insurance meeting the specific required insurance provisions specified
within this Contract! Agreement shall be forwarded to both the Assistant City
Manager and Risk Management Offices of the CITY and approved prior to the start
of any work. After review, the Certificate will be filed with the city Clerk as a part
of the official contract file.
Receipt and acceptance of the ENGINEER Certificate of Insurance, or other similar
document does not constitute acceptance or approval of amounts or types of
coverages which may be less than required by this Agreement.
The CITY may at its option require a copy of the Engineer/Consultants Insurance
Policies.
F. Safety and Health Requirements. It is the ENGINEER'S sole duty to provide safe
and healthful working conditions to its employees on and about the site of Agreement
Performance. The CITY assumes no duty for supervision of the ENGINEER.
The CITY may order that the work stop if a condition of immediate danger to CITY
employees, equipment or property damage exists. This provision shall not shift
responsibility or risk of loss for injuries or damage sustained from the ENGINEER
to the CITY, and the ENGINEER shall remain solely responsible for compliance
with all safety requirements and for the safety of all persons and property at the site
of ENGINEER performance until the beginning of construction and arising out of
ENGINEER'S negligence.
The ENGINEER shall comply with the standards and regulations set forth by the
Occupational Safety and Health Administration (OSHA), the Florida Department of
Labor and Employment Security and all other appropriate federal, state, and local
regulations or City safety and health standards.
G. Hazardous Substances. It is understood and agreed that in seeking the professional
services of the ENGINEER under this Agreement, the CITY does not request the
ENGINEER to undertake uninsurable or potentially uninsurable obligations for the
CITY'S benefit involving or related in any manner to hazardous substances.
Therefore, the ENGINEER undertakes no such obligation hereunder, and the CITY
agrees to hold harmless, indemnify, and defend the ENGINEER from and against
any and all claims, losses, damages, liability, and costs arising out of or in any way
connected with the presence, discharge, release, or escape of contaminants or
M504A098,WP1
5
, ,
I
I
hazardous substances of any kind, or environmental liability of any nature, in any
manner related to services performed by the ENGINEER under this Agreement.
VI. COMPENSATION
The ENGINEER shall be compensated for all services rendered under this Agreement
in accordance with the provisions of EXHmIT B.
VII. TERMINATION
This Agreement may be terminated by either party by thirty (30) days prior written
notice, in the event of substantial failure to perform in accordance with the terms hereof
by the other party through no fault of the terminating party. If the Agreement is
terminated, the ENGINEER shall be paid in accordance with the provisions of
EXHmIT B for all work performed up to the date of termination.
VIII. SUSPENSION. CANCELLATION OR ABANDONl\1ENT
In the event the project described in EXHmIT A, or the services of the ENGINEER
called for under this Agreement, is/are suspended, canceled or abandoned by the CITY,
the ENGINEER shall be given thirty (30) days prior written notice of such action and
shall be compensated for the professional services provided and/or related fees for which
there is an irreversible obligation up to the date of suspension, cancellation or
abandonment.
IX. ADDITIONAL ENGINEERING SERVICES
At the conclusion of the feasibility study, the CITY may, at its option, negotiate with the
ENGINEER to perform a full Project Development and Environmental (PD&E) Study.
Such PD&E Study shall be performed in accordance with FDOT Guidelines. The
specific scope of service, schedule and fee shall be negotiated at the time the CITY
decides to exercise its option for the ENGINEER to perform such a Study.
Likewise, as described above, the CITY may, at its option, negotiate with the
ENGINEER to perform final design services. The specific scope of services, schedule,
and fee shall be negotiated at the time the CITY decides to exercise its option.
X. ATTACHMENTS
The following Exhibits are attached to this Agreement and made a part hereof.
Exhibit "A" - Scope of Services, pp. A-I through A-16
Exhibit "B II - Method of Compensation, pp. B-1 through B--ZL
M504A098.WP1
6
:r ._
I
I
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated on the day and year first above
written.
CITY:
CITY OF CLEARWATER, FLORIDA
112 Osceola Avenue South
Clearwater, FI. 34616
-
BY: -?<~ ~
. City anager
COUNTERSIGNED:
ENGINEER:
HDR Engineering, Inc.
5100 W. Kennedy Blvd.
Suite 300
Tampa. Florida 33609
(813)287-1960
BY
ATTEST:
~~
cConnack
esident
Cf~Z: ~. ~..~
City Clerk . . . . .
Approved as to form' & correctness
ATTEST ~.~~~
William H. Wadsworth
Senior Vice President
DATE ~ ,lift Nil!
Date: /0/ ~ ,I f'-/
.
M504A098.WP1
7
I
I
EXHIBIT "A"
SCOPE OF SERVICES
FOR
CONSULTING ENGINEERING SERVICES
FEASIBILITY STUDY - MEMORIAL CAUSEWAY BRIDGE (S.R. 60) REPLACEMENT
This Exhibit forms an integral part of the Agreement between the CITY and the ENGINEER
relative to the transportation facility described as follows:
Description: Memorial Causeway Bridge (SR 60) and approaches between the
Memorial Causeway and Ft. Harrison Avenue in Clearwater.
Wherever this Scope of Services refers to the "Consultant", it shall mean the same as the
"ENGINEER" .
I. PURPOSE
The purpose of this Exhibit is to describe the scope of work and responsibilities required in
connection with the Project Planning (Corridor Location), Preliminary Engineering (Conceptual
Design), and Environmental Studies necessary for the City to determine the feasibility of
replacing the Memorial Causeway Bridge, to evaluate potential corridors and to propose and
evaluate possible new alignments of the bridge to be studied in more detail in a separate Project
Development and Environmental (PD&E) Study.
The Consultant shall perform engineering services, including consideration of social, economic,
environmental effects, and mitigation.
The City will provide contract administration and provide management services of the work
performed by the Consultant. The City and the Florida Department of Transportation (FDOT,
or "Department") will provide technical reviews of all work associated with the development and
preparation of the engineering/environmental study reports for the transportation facility.
II. STUDY OBJECTIVES
The general objective of the study is to provide documented information necessary for the City
to reach a decision on the type, design, and location of improvements to be further studied for
the transportation facility described herein. Numerous factors related to the design and location
of the facility must be considered including transportation needs, social impacts, economic
factors, environmental impacts, and engineering analysis.
M504A098.WPI
A-I
-' !
I
I
The study shall follow (where applicable) the Department's "Project Development and
Environment Manual" published 07-01-88 and all subsequent revisions.
The specific objective of the study is to prepare a report documenting the feasibility of various
alternatives and shall include considerations of existing and predicted conditions, typical sections,
right-of-way requirements, environmental impacts and approximate costs of the alternatives. The
Consultant shall evaluate the alternatives and make recommendations as to the feasible options
to be considered in further evaluation.
The Consultant will bring to the attention of the City unforeseen information and issues which
are relevant to the project decision.
III. FEASmILITY STUDY SERVICES TO BE PERFORMED
The Consultant is responsible for preparing a Feasibility Report (including engineering and
environmental considerations) that are acceptable to the City and FDOT, and shall provide all
other services as set forth in this Exhibit unless specified otherwise. The FDOT PD&E Manual
may be used as a general guideline for forming the preliminary environmental and
engineering analysis for the feasibility study. All final details and a full PD&E study will
be done as an optional service.
In addition, the Consultant shall respond to third party requests for information relative to the
project or services being performed at the direction and with the approval of the City.
The Consultant shall perform the necessary coordination with Federal, State, and local agencies,
and citizen groups which would have an influence upon the study and preparation of the
document as directed by the City.
The Consultant may be called upon to prepare the content of letters from City personnel to other
agencies, public officials, etc.
The Consultant shall make the maximum use of existing information available from State,
regional, local agencies, private sources, and their own files.
A. NOTICE TO PROCEED MEETING
Prior to beginning work, the Consultant shall meet with City personnel (FDOT personnel
may participate).
The purpose of this introductory meeting is three-fold:
1. The City will render all relevant information in its possession. This may include
previous correspondence, traffic figures, planning information, and existing right-of-way
and utility information.
M504A098.WPl
A-2
, .
I I
2. The City (may be assisted by the FDOT) will establish any ground rules upon which the
study process will be conducted.
3. The City will explain the financial administration of the contract.
B. PUBLIC INVOLVEMENT
Public involvement is an important part of the feasibility study process, involving
communicating project information to interested persons, groups, and government agencies.
Specific activities shall include the following events:
1. Initial Alternatives Public Meetin~. This meeting will be held early in the study process
to simply present, in a graphical format, the three alternative study corridors. Citizens
will be encouraged to informally present their views on each of the three corridors.
The Consultant shall prepare a draft news release which the City will refine and have
published by the local media. No mailings to individual property owners or other
interested parties will be made by the Consultant.
Meeting displays will consist of two identical aerial photo displays which show the three
study corridors. The Consultant will provide at least four knowledgeable staff to answer
questions and receive public comments.
The results of the meeting will be documented in a memo to be prepared by the
Consultant.
2. Second Alternatives Public Meetin~. This meeting will be held subsequent to the
development of alternatives but prior to the selection of a recommended alternative.
Sketches and/or computer-enhanced photographs will be used to illustrate the design
alternatives for the public. Publicity arrangements shall be handled in the same manner
as the Initial Alternatives Meeting.
An informal meeting format is anticipated with the Consultant to provide at least four
knowledgeable staff members to answer questions and receive public comments.
The results of the meeting will be documented in a memo to be prepared by the
Consultant.
3. First Presentation to City Council. At a regularly-scheduled City Council meeting the
Consultant will present a summary of the Draft Feasibility Report. Audiovisual aids will
be used, including some combination of boards, computer-enhanced photographs, slides
or overhead transparencies, or videotape. At least three knowledgeable staff will be
present to answer questions.
4. Final Presentation to City Council. At a regularly-scheduled City Council meeting, the
Consultant will present the findings of the Final Feasibility Report, including a
M504A098.WPl
A-3
, j
I
I
recommendation of the corridor and type of bridge. Audiovisual aids will be similar
to the First Presentation to City Council. At least three knowledgeable staff will be
present to answer questions.
C. ENGINEERING DATA COLLECTION
Immediately following the Notice to Proceed the Consultant shall begin preliminary
assessments of the study corridor from an engineering standpoint. This task is largely of
a data gathering nature.
This activity consists of collecting various information and material relative to engineering
and the social, economic, and environmental concerns within the study area. The
information should include data necessary to perform adequate evaluation of the location and
design concepts of a transportation facility.
1. Aerial Photography and Preliminary Site Survey
Uncontrolled aerial photography shall be used as a basis for plotting various data
necessary for engineering and environmental analysis, alternative corridor and design
studies, and the development of the preliminary plans of conceptual design. Copies of
aerial photography are the prime source of information used to convey project
considerations to the public at public meetings. The Consultant will furnish the
necessary uncontrolled aerial photography to be used in the study.
The Consultant shall provide all site surveys as necessary to sufficiently define and
establish control of the project area for the purposes of performing preliminary
alternatives evaluations. Any required survey work shall be done in accordance with
the FDOT Survey Manual.
2. Existinl! Hil!hway Characteristics
Data includes all pertinent physical features and condition ratings which defme the
existing highway facilities which may be crossed or interchanged with. Some of this
information is available from the City. Other sources may be from field observation
and personal interviews with officials and the general public.
a. Roadway:
Roadway characteristics include, but are not limited to those items described below:
1)
TY\'>ical Sections: Number and width of each cross-section element, type of
drainage system including outfall locations, access features.
2)
Existinl! roadwav ril!ht-of-way: Obtain all available right-of-way information for
project limits from the City, County, and FDOT offices.
M504A098.WPI
A-4
. ,
I
I
3) Other right-of-way: Identify additional right-of-way at intersection locations,
drainage easements, etc.
4) Property lines: Establish property lines based on Tax maps.
5) Alignment: Obtain horizontal and vertical alignment as necessary. Review sight
distances.
6) Pedestrian Facilities: Walkways, crosswalk, handicapped provisions and school
routes.
7) Bicvcle Facilities: Number, type and width; designated or undesignated.
8) Lighting: Type, location, spacing, maintenance and energy cost responsibility.
9) Intersection Design: Channelization, turning lane arrangement. Review sight
distances.
10) Traffic Signals: Identify those traffic signal locations necessary to perform
capacity analysis. Obtain signal timing and phasing.
11) Posted Speed: Identify posted speed throughout project limits.
12) Railroad Crossing: Identify any RR crossings in the area.
13) Drainage Svstem Inventorv: Identify existing drainage systems, listing types and
discharge points.
b. Bridge:
1) Tvpical Section: Lane width, overall clear width.
2) Tvpe Structure: Timber, concrete, steel, loading.
3) Condition: Obtain structural rating of condition.
4) Horizontal and vertical clearance.
5) Soan Arrangement: Number and length of spans.
6) Channel Data: Alignment, width, depth, maintenance program, area of hydraulic
opening at structure.
7) Operations Data: Obtain number of openings from bridge logs and request boat
traffic survey data from the City.
8) Bridge Number: Official No. assigned by FDOT.
M504A098.WPl A-5
I
I
9) Coast Guard Data: Collect data necessary to complete the Bridge Project
Questionnaire for U.S. Coast Guard.
3. Traffic Data
a. The City will furnish the following initial traffic data:
*
10 and 20 year System Traffic with K, D and T Factors.
b. The Consultant shall furnish additional 24-hour counts (approach directional
volumes at 15-minute increments) as may be required to determine AM and PM
peak hours for all movements. The Consultant shall also provide turning
movement counts at the intersections of SR 60/Pierce Blvd., SR 60/Ft. Harrison,
Drew St./Pierce Blvd. and Drew St./Ft. Harrison (if necessary).
c. Using the above, the Consultant shall prepare graphics of average weekday and
weekend AM and PM peak hour traffic of all movements.
d. Obtain all historical count data available from FDOT, City, or County for update
of seasonal factor.
e. The Consultant shall analyze recent growth trends in traffic volumes for
application and comparison with projected growth rates of traffic volumes.
This should be accomplished by considering network volumes and socioeconomic
current and forecasted data/parameters from the adopted Urbanized Area Long
Range Transportation Plan.
4. Utilities and Railroads:
The CONSULTANT shall identify the following existing and proposed utilities which
may influence location and design considerations:
Overhead: Transmission lines, microwave towers, etc.
Underground: Water. gas, sanitary sewer, force mains, power cables, telephone
cables, etc.
Bridge Attachments
The CONSULTANT shall identify existing and proposed railroads, including proposed
abandonments, which may influence location and design considerations.
5. Transl'ortation Plans:
The CONSULTANT shall obtain available plans for all modes of transportation
including surface, transit and non-motorized modes. The following plans or studies
should be obtained from City, County, or FDOT as available:
M504A098.WPI
A-6
, ,
Urban Area 11ansportation Study. If applicable, count Cost Feasible and Needs
Plans .
Local Comprehensive Plans; city and county.
Transit; rail, bus, other.
Non-motorized modes, including bikeways and pedestrian walkways.
6. Soils Information:
The CONSULT ANT shall obtain information necessary to determine preliminary bridge
foundation options.
D. ENGINEERING ANALYSIS
Utilizing the data collected as part of this scope of work, the CONSULT ANT shall perform
the engineering analysis necessary to complete the feasibility study. The task of engineering
analysis will be ongoing throughout the duration of the project and will be performed with
consideration of the results of the environmental impacts analysis.
1. Project Need:
The CONSULTANT shall establish and/or verify the purpose and need for the project.
2. Desien Traffic:
The CONSULTANT is responsible for developing the traffic projections to be used to
establish the basic design requirements for roadway typical sections, intersection, and
interchange design. The CONSULTANT will develop Average Daily Traffic (ADT)
and Design Hour Volume (DHV) for the present year, the opening year and twenty
years from opening the new facility. The CONSULTANT shall develop and analyze
the traffic data for each viable corridor and design alternative, as appropriate.
Sufficient traffic analyses shall be performed to determine any change in travel patterns
caused by a realignment of the bridge.
The CONSULTANT shall also perform the following activities in connection with the
Design Year (twenty (20) years post construction) traffic.
Capacity analyses at appropriate locations.
3 . Corridor Analvsis:
The CONSULTANT shall investigate the area surrounding the existing facility to
determine reasonable corridor alternative considerations. No more than three alternative
corridors will be investigated and developed. These are generally considered to be:
Drew Street
Cleveland Street
Court Street
M504A098.WPI
A-7
, .
The CONSULT AJr shall use aerial photography to identiJ possible corridor locations
while giving consideration to the following alignment controls which may influence
corridor location:
Available right-of-way through which an improvement providing acceptable
service could be routed.
Cultural features including public and private development.
Natural features which could be impacted by the project.
Logical termini giving consideration to directness, length, and service.
The CONSULTANT shall analyze and evaluate each corridor alternate to a point of
rejection or selection as a viable corridor. The impacts for each alternate shall be
identified and expressed in a matrix form suitable for comparison to other corridor
alternates. It will be necessary to analyze in sufficient detail to identify enough
differences to select the most viable corridor(s) that would be in the best overall public
interest.
4. Conceptual Desilm Analysis:
After selection of viable corridor(s), the CONSULTANT shall develop and analyze
alternate conceptual design alignments. Up to three alternate alignments may be
developed in each corridor.
The alternates to be developed include a high level fIxed bridge and a bascule bridge.
The design parameters for the bridge shall meet all Federal and State criteria for the
appropriate design speed and facility.
5. Conceotual Drainaee Analysis:
The CONSULTANT shall perform preliminary drainage design in order to determine
potential outfall locations. Coordination with the appropriate permitting agencies shall
be performed to determine the type and amount of treatment that will be necessary.
6. Cost Analysis:
The CONSULTANT shall develop preliminary cost estimates for each design
alternative, including:
Construction cost estimates for all alternatives.
Estimate of right-of-way acquisition costs, including cost estimate for relocations
and business damages, utilizing FDOT forms.
Estimates of "life cycle" costs for operation and maintenance of alternatives.
The CONSULTANT shall also perform a Benefit/Cost analysis to compare the high
level and bascule alternatives.
7. Comparative Analysis of Desirn Alternates:
After developing the viable alternate alignments and costs, the CONSULTANT will
prepare a matrix comparing the significant impacts and costs of the alternatives
M504A098.WPl
A-8
evaluated, with I recommendation of the most vialle alternative(s). The
CONSULTANT shall present their recommendations to the CITY for consideration.
The CITY will determine which viable alternative(s) will be evaluated further through
the full PD&E process, and the public involvement process. The possibility exists that
the No-Build alternate may be selected at this point.
8. Prepare Final Recommendation:
The CONSULTANT shall recommend alternatives to be further studied in a separate
PD&E study based on a review and analysis of all engineering and environmental issues
related to the project.
E. ENGINEERING FEASmILITY REPORT
The CONSULTANT shall document the results of the data collection efforts and the
engineering analysis performed as part of this scope of work. The task of documentation
includes the preparation of draft and interim reports prepared by the CONSULTANT for
review and comment by the CITY and THE DEPARTMENT prior to producing final
reports and documents. The following shall be included in the report.
1. Corridor Analysis:
The CONSULTANT shall document the results of the corridor analysis. the report
shall summarize the project need, discuss the corridors evaluated, and provide a
recommendation for the best corridor(s) for further study.
2. Corridor Base Maps:
The CONSULTANT will draw Corridor Base Maps on Aerial Photography. The Base
Maps will be prepared on 1 inch = 200 feet scale aerials. The Base Maps will be
drawn on standard size reproducible fIlm with standard title boxes. The drawings shall
be suitable for public display at meetings and hearings.
3. Design Traffic Information:
After selection of viable corridor(s), the CONSULTANT will prepare a brief summary
of Traffic data. The summary shall identify the design traffic volumes for each corridor
alternate, which may include combinations with other modes of transportation.
The CONSULTANT will use the results of the traffic data collection activities and the
initial traffic data furnished by the DEPARTMENT and the CITY.
After approval of the Traffic summary, those traffic projections will be used during the
study of conceptual design alternatives and for the analysis of any impacts which depend
on traffic input (Le. noise impacts).
The Feasibility Report shall also include a brief summary of the environmental analysislas described in Section IV of this scope of services.
M504A098.WPI
A-9
4. Preliminary EnQinLring Information:
I
The CONSULTANT shall include the Conceptual Plan drawings of all viable alternates,
including the recommended alternatives to be further studied. The Concept Plans
included in the report shall be on 11" X 17" sheets and folded to standard size sheets.
The typical sections will be bound in the report.
For proposed bridge or bridges, the CONSULTANT shall include in the report all of
the alternative structural design concepts considered, and the basis for their further
consideration or their rejection as being unfeasible or not cost effective.
5. Alternative Concevt Plans:
The CONSULTANT will draw Concept Plans on Aerial Photography. The Concept
Plans will be prepared on 1 inch = 200 feet scale aerials. The Concept Plans will be
drawn on standard size 24" X 36" mylar reproducible with standard title boxes. The
drawings shall be suitable for public display at meetings and hearings.
6. Location Hvdraulic Information:
The CONSULTANT shall include preliminary Location Hydraulic Information.
IV. ENVIRONMENTAL ANALYSIS AND REPORTS
A. GENERAL
The CONSULTANT shall perform the services outlined in this section necessary to assess
the environmental consequences or impacts of engineering alternatives that are being
considered to satisfy the project's need. This effort consists of collecting essential data,
analyzing and comparing viable alternatives, and documenting environmental impacts and
recommendations. The CONSULTANT shall coordinate and perform the appropriate level
of environmental analysis for this project for a feasibility study.
Immediately following the Notice to Proceed, the CONSULTANT shall begin preliminary
assessments of the study corridor from an environmental standpoint. The data gathering
consist of collecting various information and materials needed for the environmental
analysis. The information should include all data necessary to perform adequate evaluation
of the social, natural and physical impacts in determining the location and design of a
transportation facility.
Utilizing the data collected as part of this scope of work, the CONSULTANT shall perform
preliminary environmental analysis necessary to compare the overall impacts or
environmental consequences of the proposed project alternatives. The environmental
analysis will be performed concurrently with the development of project alternatives and the
engineering analysis.
M504A098. WPl
A-tO
B. At~ALYSIS OF SOCIlL IMPACTS
I
1. Land Use Information:
The CONSULTANT is responsible for the following:
a. Collect data regarding present land usage as well as future land use plans,
proposed developments, zoning guidelines, municipal comprehensive plans, and
observed growth trends.
b. Collect data on active development activity in the highway corridor, especially
preliminary and filed plats which have the potential for dedication of highway
right-of-way.
c. Determine if provisions of Coastal Barrier Resources Act apply and provide
documentation as described in PD&E Manual Part 2 Chapter 26. As part of this
subject, the DEPARTMENT will supply a determination by the Florida
Department of Community Affairs that the project is consistent with Florida's
Coastal Zone Management Plan.
2. Cultural Features:
The CONSULTANT shall collect the data necessary to identify the Community
Facilities list in Part 2, Chapter 9 of the PD&E Manual, and also to identify any
potential Section 4(t) lands (publicly owned parks, recreation areas, wildlife refuges).
3. Analvsis of Social-Economic Impacts:
The CONSULTANT shall perform a preliminary analysis of the social-economic
impacts of proposed alternatives.
4. Right of Way AcquisitionlRelocation Data Collection and Analysis:
The CONSULTANT shall determine the estimated right-of-way costs and the number
of relocations caused by the project based on tax records provided by the City.
5. Archaeological and Historical Features:
The CONSULTANT shall research the existing records for any known or potential
archaeological and historic sites.
6. Determination of Section 4(F) Involvement:
The CONSULTANT shall determine if Section 4(t) applies to any properties affected
by any proposed alternatives and if so, identify them for further study in the optional
full PD&E project.
7. Visual and Aesthetic Impact Analysis:
The CONSULTANT shall analyze the visual and aesthetic impacts of all proposed
alternatives.
M504A098.WPl
A-ll
I
C. ANALYSIS OF NATURAL Jl\tIPACTS
I
1. Hydrologic and Natural Features:
The CONSULTANT shall collect all the data necessary to perform a preliminary
assessment of the impacts of the proposed alternatives in the following areas:
Wetlands
Aquatic Preserves
Water Quality
Outstanding Florida Waters
Wild & Scenic Rivers
The CONSULTANT shall coordinate with the Department of Environmental Protection
(DEP) to determine the level of impact to the Aquatic Preserve and outstanding Florida
Waters. The US Coast Guard shall be contacted to determine any impacts to
navigation. All seagrass locations shall be located and shown on the conceptual plans.
2. Identify Permit Conditions:
In conjunction with the collection of data related to wetlands the CONSULTANT shall
also obtain permit-related information about sites which may require dredge and fill
permits, water quality permits, or stormwater discharge permits. This includes
identifying all involved permit agencies.
3. Preliminary Wetland Impact Analvsis:
The CONSULT ANT shall determine the impacts to wetlands for all proposed
alternatives to include the size and type of wetlands involved.
4. Preliminary Wildlife and Habitat Impact Analysis:
The CONSULTANT shall analyze the preliminary impacts to wildlife and habitat by all
proposed alternatives.
5. Preliminary Aquatic Preserve Impact Analysis:
The CONSULTANT shall analyze the impacts to any identified aquatic preserves by all
proposed alternatives.
6. Preliminary Outstanding Florida Waters and Wild and Scenic Rivers Impact Analysis:
The CONSULTANT shall determine if any of the proposed alternatives impact an
Outstanding Florida Water or a Wild and Scenic River.
D. ANALYSIS OF PHYSICAL IMPACTS
1. Preliminary Contamination Imoact Analvsis:
M504A098.WPI
A-12
The CONSULTANi shall perform the necessary analysis tJcomPlete a Contamination
Screening Evaluation for all proposed alternatives.
2. Preliminary Water Ouality Impact Analysis:
The CONSULTANT shall analyze the impacts to water quality by all proposed
alternatives.
3. Preliminary Floodplain Impact Analvsis:
The CONSULTANT shall analyze the significance of any encroachments to floodplains
and floodways by all proposed alternatives.
4. Preliminary Coastal Barrier ImDact Analvsis:
The CONSULT ANT shall determine if the provisions of the Coastal Barrier Resources
Act apply to any of the proposed alternatives.
5. Noise Impact Analysis:
The CONSULTANT shall conduct a preliminary noise impact assessment for all
alternatives. All noise estimates will be determined using the STAMINA noise model.
V. STUDY REOUlREMENTS AND PROVISIONS FOR WORK
A. GOVERNING REGULATIONS
The services performed by the CONSULTANT shall be in compliance with all applicable
DEPARTMENT Manuals and Guidelines to a level for determining preliminary feasibility.
The DEPARTMENT'S Manuals and Guidelines incorporate by requirement or reference all
applicable State and Federal regulations. The current edition, including updates, of the
following DEPARTMENT Manuals and Guidelines shall be used in the performance of this
work. It is understood that FDOT metric criteria shall apply as incipient policy. All
dimensions shall be shown in metric units according to FDOT guideline applicable on
the date this Agreement is executed.
1. Project Development and Environmental Manual.
2. Roadway Plans Preparation Manual.
3. Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for
Streets and Highways.
4. FDOT Bicycle Facilities Planning and Design manual, Rev. Ed. 1982.
5. FDOT Right-of-Way Mapping Handbook.
6. FDOT Survey Manual.
7. FDOT Drainage Manual.
M504A098. WPI
A-13
8. FDOT Soils & FouLdations Manual.
I
9. FDOT Structures Design Guidelines.
10. FDOT Computer Aided Design and Drafting (CADD) Roadway, Structures and
Right-of-Way Mapping Standards and Guidelines.
B. PROJECT SCHEDULE
Within ten (10) days after the Notice to Proceed, the CONSULTANT shall provide a
schedule of calendar deadlines. The services provided by this Agreement shall be
completed within six months from Notice to Proceed unless the time is extended by the
City.
C. KEY PERSONNEL
The CONSULTANT'S work shall be performed and directed by the key personnel identified
in the proposal presentations by the CONSULTANT. Any changes in the indicated
personnel shall be subject to review and approval by the CITY and DEPARTMENT.
D. PROGRESS REPORTING
The CONSULTANT shall discuss with the CITY on a monthly basis and provide written
progress reports which describe the work performed on each task. Progress reports shall
be delivered to the CITY in a format as prescribed by the CITY along with each monthly
invoice. Judgement on whether work of sufficient quality and quantity has been
accomplished will be made by the CITY in approving the invoice.
E. l\1EETINGS AND PRESENTATIONS
The CONSULTANT shall attend a Notice to Proceed Meeting with CITY and
DEPARTMENT representatives, where relevant project information will be provided by the
CITY and DEPARTMENT, along with procedures for administering the contract. The
CONSULTANT and his staff shall also be available with no more than a five (5) workday
notice to attend meetings or make presentation at the request of the CITY Such meetings
and presentations may be held at any hour between 8:00 A.M. and 12:00 midnight on any
day of the week. The CONSULTANT may be called upon to provide maps, press releases,
advertisements, audiovisual displays and similar material for such meetings. No more than
three such meetings are anticipated.
F. QUALITY CONTROL
The CONSULTANT shall be responsible for insuring that all work products conform to
CITY and DEPARTMENT standards and criteria. This shall be accomplished through an
internal Quality Control (QC) process performed by the CONSULTANT. This QC process
shall insure that quality is achieved through checking, reviewing, and surveillance of work
activities by objective and qualified individuals who were not directly responsible for
performing the initial work.
G. CORRESPONDENCE
M504A098.WPl
A-14
, ,
, .
Copies of all written Jorrespondence between the CONSUL~NT any party pertaining
specifically to this study shall be provided to the CITY for their records within one (1) week
of the receipt of said correspondence.
H. LIAISON OFFICE
The CITY and DEPARTMENT will designate a Liaison Office and a Project Manager who
shall be the representative of the CITY and DEPARTMENT for the Project. While it is
expected the CONSULTANT shall seek and receive advise from various State, regional, and
local agencies, the fInal direction on all matters of the Project shall remain with the Project
Manager.
I. OPTIONAL SERVICES
At the CITY'S option, the CONSULTANT may be requested to provide a detailed PD&E
Study, fInal design and plans preparation services or expert witness services for right-of-way
acquisition. The fee for these services shall be negotiated in accordance with the terms
detailed in Exhibit B, Method of Compensation, for a fair, competitive and reasonable cost,
considering the scope and complexity of the project(s). A supplemental agreement adding
the additional services shall be executed in accordance with Section III of the Agreement.
J. SUBMITTALS
The CONSULTANT shall provide copies of the required documents as listed below. These
are the anticipated printing requirements for the project. This tabulation will be used for
estimating purposes, and the Project Manager will determine the number of copies required
prior to each submittal.
Eneineering Items:
Copies:
Draft Corridor Feasibility Report
Corridor Feasibility Report
Traffic Summary Report
10
15
10
Upon completion of the study, the CONSULTANT shall deliver to the CITY, in an
organized manner, all project fIles, maps, sketches, worksheets, and other materials used
or generated during the study process.
VI. SERVICES TO BE PERFORMED BY THE CITY /FDOT
The CITY and/or FDOT will provide those services and materials as set forth below:
A. Project data currently on fIle.
B. Engineering standards and review services.
C. Environmental standards and review services.
D. All available information in the possession of the CITY /FDOT pertaining to utility
companies whose facilities may be affected by the proposed construction.
M504A098. WPl
A-I5
. .
. .
E.
All future informatiln which may come to the CITY /FDO~ pertaining to subdivision
plans so that the CONSULTANT may take advantage of additional areas that can be
utilized as part of the existing right-of-way.
F. All available information in the possession of the CITY /FDOT pertaining to subdivision
plans so that the CONSULT ANT may take advantage of additional areas that can be
utilized as part of the existing right-of-way.
G. Systems traffic for Projected Design Year, with K, D, and T factors.
H. Existing right-of-way maps.
I. The CITY /FDOT will provide available accident data.
VII. METHOD OF COMPENSATION
For the Method of Payment and Compensation and details of the proposed fees please refer to
the attached Exhibit "B".
M504A098.WPl
A-16
t,. '.
I
EXHmIT "B"
METHOD OF COMPENSATION
AND
SUMMARY OF FEES
MEMORIAL CAUSEWAY BRIDGE
FEASmILITY STUDY
I
t,
I
EXHmIT B
METHOD OF COMPENSATION
I
I. METHOD OF PAYMENT
A. Professional Services Labor - The CITY agrees to compensate the ENGINEER for
the professional services called for under Exhibit "A" to the Agreement by the actual
hours worked at the billing rates established in Section V of this Exhibit "B".
Estimated costs for each of the work items follow in Section IV. It is estimated that
the cost for some work items may be less or greater than the estimate as long as the
upset limit total shown for the entire work effort is not exceeded without prior written
authorization from the CITY. The effect of this paragraph is that should the actual
hours of work by the ENGINEER necessary to complete the scope of services
described in Exhibit "A" and applied at the rate schedule identified in paragraph V
of this Exhibit "B", along with the cost of work attributable to the other categories
of work described in paragraph N of this Exhibit "B"; be less than $130,000, the
ENGINEER shall receive the actual amount; however, should the total cost of the
before mentioned work exceed the $130,000, then the ENGINEER shall receive no
more than $130,000 for the work.
B. Additional Services - Services authorized by the CITY other than those specifically
listed in the Scope of Services shall be considered additional services for which the
CITY shall compensate the ENGINEER as provided for herein. Additional services
shall include revisions to work previously performed that are required because of a
change in the data or criteria furnished to the ENGINEER, or a change-in the
scope of concept of the project initiated by the CITY, and/or services that are
required by changes in the requirements of public agencies, after work under this
Agreement has commenced.
The ENGINEER shall not commence with any additional services unless authorized
in writing by the CITY.
C. Out of Pocket Expenses - The CITY shall pay the ENGINEER a lump sum amount
for all out-of-pocket expenses directly chargeable to the services. Such expenses
shall be billed as prorated amount for the duration of the project in an amount equal
to the total estimated expenses divided by the proposed six (6) month schedule.
Typical allowable expenses included aerial photography, long distance phone charges,
reproduction costs, computers, CADD, ground photography, graphics, and other
items directly related to the work.
II. INVOICING PROCEDURE
A. The ENGINEER shall submit invoices to the CITY for work accomplished during
each calendar month; the amount of each monthly invoice shall be based on time
charges and lump sum out of pocket expenses for the work accomplished during the
invoicing period. Such invoices shall be submitted by the ENGINEER as soon as
possible after the end of the month in which the work was accomplished and shall be
due and payable by the CITY within thirty (30) days.
M504A098. WPl
B-1
. '
, i
B. If the ENGINEEl employs legal services to collect ovJdue amounts, the CITY
agrees to pay all costs of collection, including reasonable attorney's fees, whether
action be brought or not.
III. MISCELLANEOUS
A. Fee Renegotiation - the ENGINEER's fee presented in this agreement is for the
feasibility study phase of the overall project only. Fees for additional or optional
PD&E or Design services shall be negotiated at the time they are requested by the
CITY .
B. Regulatory Constraints - The CITY understands and agrees that should the CITY
direct the ENGINEER to perform a portion of the work prior to receiving the
necessary approval from the applicable regulatory agency, and regulatory agency
approvals, when granted, require changes to said work, such changes shall be
considered as "Additional Services" and the ENGINEER will be compensated for
the "Additional Services: in accordance with Section IX of the Agreement.
C. Rules, Regulations, Ordinances - The CITY understands and agrees that the work
outlined in EXHmIT A and the fees outlined in EXHmIT B Compensation, are
based on the ENGINEER'S performing the services in accordance with existing
local, County, State and Federal rules, regulations and ordinances in effect at the
time of execution of this Agreement and that should any changes to such rules,
regulations and ordinances be made, the ENGINEER will be compensated for any
"Additional Services" necessitated by such changes in accordance with Section IX of
the Agreement.
IV. SUMMARY OF FEES
A Summary of fees for this Agreement is below:
UNIT COST ITEMS
Basic Services Allowance
Field Survey Allowance
Geotechnical Allowance
$114,000
3,000
3.000
Subtotal Unit Cost Items
$120,000
LUMP SUM ITEMS
*Out of Pocket Direct Costs (Lump Sum)
10,000
TOTAL MAXIMUM FEE
$130,000
M504A098. WPl
B-2
, .
*Out of pocket DirectlCosts include items such as computer alalysis, CADD, graphics,
printing and reproduction, and long distance telephone calls to permit agencies, U. S.
Army Corps of Engineers, etc.
V.
BILLING RATE SCHEDULE
A. The following 1994 billing rates will be used by HDR Engineering, Inc. for
feasibility study services under this contract. Rates for future optional PD&E and
design services to be performed in 1995, 1996 or beyond shall be based on a 5-6%
"rounded" escalation per year. The rates below are all inclusive of wages, salaries,
overhead, fringe benefits and profit.
1994 1995 1996
Hourly Hourly Hourly
Billing Billing Billing
Job Class Rate Rate Rate
Project Manager $90.00 $95.00 $100.00
Senior Engineer/ $80.00 $84.00 $89.00
Senior Env. Scientist
Engineer $70.00 $74.00 $78.00
Environmental Scientist $60.00 $63.00 $66.00
T echnicianJDrafting $50.00 $53.00 $56.00
Clerical/Administrative $35.00 $37.00 $39.00
B. For Survey billing rates, please refer to the attached.
C. For Geotechnical billing rates, please refer to the attached.
VI. DETAILS OF COSTS & FEES
Please refer to the attached sheets for details of the fees for the feasibility portion of this
project.
B-3
t,
I
Sr.
ngr. nar
4 4
4
2
4
4
8
4
4
4
16
4
2
2
2
4
4
4
8
8
16 24
2 4 2
2 16 8
2 8 8
2 12 24
2 8 16
2 4 16
2 8
12 12 12
2 8 16
2 12 16
2 2 ttftt
lti,~~:'
2 4 32
2 4 12
,Ml2~ :t:t:ff {,::,,:::8::
Hi]f tttff tHtzi:
milf r:tJ;:j m"",#.::
Mt$j: j:tj:jj: tthit:
I
....................
.;.;.:.;.:.;.;.;.;.:..............................
64
:,::;:=,=,:::2=:
Tr,tt
:t:::tl:
::::::t~;it
!
i
i I
i 24
8
8 I
I
, I
W::t:::Z:;
I
jta:)j: tttft
2 16
2 8
2 8
1 6 rH]f :t::@if:: t'j,t4.::
24 !
2
2 8
2, 16
I I
8-4
32
1tt'2::
:::t::t!:
{tt2':
i
2
I
STUDY
08/23/94
Comments
18 14 people + f/up memo
36 14 hrs/mo. + initial setup + c1er.
6
4
7
8
~Iso review downtown redev'o ola
3et screened mylar seoias if oossib
oth roadway & bridae
73
4
18
6
=Ie. navig. clearances, etc.
38
18
22
36
2
Assumed no hrs necessary
~eview Downtown Redev Plan
6
6 And/or boat traffic survevs
4 Iro collect speed limits & misc.
32 Both 1" = 1 00' & 1" = 200' ?
16
48
8
26
18
38
Rough sketches to I.D. alternatives
26
22
10
or both bascule & high-level
fixed-span alternatives
or 3 viable alts onlv
.D. prelim outfalls & pond locatiom
Jtilize existing data only - no borim
\lot needed at this feasibility staae
IN/FDOT also? 3 meetinas assum
@ 4 hrs ea incl travel time (TT)
or "viable" alternatives only
ncluding business damages
38
58
30
12
16
38 Ix inter. x 2 hrslint x 3 alts, pm onh
1 8 or yiable alts only
20
20 ~Yaluate Coachman Park & Condos
10
10
44
42 Compare bascule w/ fixed span
, .
I
I
I -_.~ CIiEAR WATER 1'1. EMC CAUSEW BRIDGE :
MAN-HOUR ESTIMATE FOR THE Y FEASIBILITY STUDY
, i I ! i 08/23/94 I
.-- I)))):}
i =H urs m Georae Elia~ on; other hours est ated by LRW
i , I 'mar
L I 5r. ~ffim eiiti U~t:N.i Tech
I I
I TASK PM nar. narSSiili ~ili teen Draft "Ier. otal , Comments
,
I i I i
Public Involvement ! 1
, Meetinas wI soecial into arou 12 12 12 361 CoC AAA. merchants, scientoloa
I i I ~ meetinQs @ 3 hrs/oerson incl TT
Initial Alts Public Meetina i j I
, . Preoaration I 8 16 I 4 16, 44'
;
i Attend & Follow-up 1 8 8 8 81 I 2 34
Second Alts Public Meetina I I
! Preoaration 8 16 4 401 68
Attend & Follow-uo I 8 8 8 8 i 2 34
First Present. to City Council i
i Preoaration 16 16 4 401 76
, Attend & Follow-up 8 8 8 , 2 26
i
Second Present. to Council i ,
i Preoaration 1 16 16 4 40 761
. Attend & Follow-uo ! 8 8 81 2 26
I I I !
;
braft Feasibility Report I I 12 12! Typing of report I
Write draft report text 4 40 16 .:.:.:16.: fWS.~~ [f~:)it 961
Desian & draft 8 fiaures 2 24 641 901
!Assemble & xerox report 4 2 6
'OIC review & revisions I 2 16 4: 2 24
!Xerox & xmit to City & FDOl 2 4 2 8
i i ,
,
inal ReDort i I I I
Revise text & figures based I 4 16 8 16 4 48
I on Citv's & FDOT's comments
blc review & revisions 4 16 41 2 26
~erox & transmit report I 2 4 I 2 81
I I 1 I I
I I
i 1 I
~ otals 186 392 346 206 68 24 360' 68 1650 I
Percent of Totals bv Class i 11 24 21 12 4 1 221 4 100 Rounded to nearest whole number
ProD. 1994 Billina Rates HourlVl 90 80 70 80 601 50 50i 35 I I
Dollars bv MH Class 1.... .. .. .....,.... .... .. .. *.~*.~ 114 460 I I
I
Rounded Labor Costs I I I ~ 114,000
,
stlmated Direct Costs i I $10,000 I
stimated Survev & Geotech I I $6,000
Grand Total Proiect Cost I ~ 1 30 000 I
! I I
B-5
, ,
I
CUMBY & FAIR
BILLING RATES
3=== MAN FIELD SURVEY CREW
4=== MAN FIELD SURVEY CREW
5=== MAN FIELD SURVEY CREW
PROFESSIONAL LAND SURVEYOR
SENIOR CADD TECHNICIAN
DRAFTSMAN
B-6
I
$82/HR.
$lOO/HR.
$117/HR.
$55/HR.
$40/HR.
$32/HR.
, .
I
I
WILLIAMS EARTH SCIENCES
SCHEDULE OF GEOTECHNICAL BILLING RATES
B-7
WILLIAMS EARTH SCIENCES. INC.
I
I
PAGE 1 OF 8
-
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
2.1.1 PROJECT INITIATION
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
2.1.2 DATA COLLECTION
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
2.1.3 FIELD RECONAISANCE
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
2.1.4 FIELD INVESTIGATION ROADWAY
1 MOBIUZA TION
A. TRUCK MOUNTED
1. POLK.HAROEE.MANATU.SARASOTA. EACH $400.00 $420.00 $441.00
2. DESOTO.GLADES.HIGHLANDS.OKECHOBEE.CHARlOTTE.LEE EACH $550.00 $577.50 $606.38
3. HENDRY.COWER EACH $800.00 $840.00 $882.00
B1. ATV STANDARD TIRES
1. POLK.HARDEE.MANATU.SARASOTA. EACH $500.00 $525.00 $551.25
2. DESOTO.GLADES.HIGHLANDS.OKECHOBEE.CHARlOTTE.LEE EACH $700.00 $735.00 $771.75
3. HENDRY.COWER EACH $1.000.00 $1,050.00 $1,102.50
B2. ATV WIDE TIRES(LGP)
1. POLK.HARDEE.MANAnE.SARAsoTA. EACH $2,000.00 $2,100.00 $2.205.00
2. DESOTO.GLADES.HIGHLANDS.OKECHOBEE.CHARlOTTE.LEE EACH $2,200.00 $2,310.00 $2,425.50
3. HENDRY.COWER EACH $2,500.00 $2,625.00 $2,756.25
C. CONE TRUCK
1. POLK.HARDEE.MANAnE.SARASOTA. EACH $500.00 $525.00 $551.25
2. DESOTO.GLADES.HlGHLANDS.OKECHOBEE.CHARlOTTE.LEE EACH $600.00 $630.00 $661.50
3. HENDRY. COWER EACH $900.00 $945.00 $992.25
D. AMPHIBIOUS VEHICLE (GEMCO) EACH $5,000.00 $5,250.00 $5,512.50
2 AUGER BORINGS L.F. $7.00 $7.35 $7.72
3A SPT (ASTM) BORINGS
1 o to 50 ft L.F. $8.50 $8.93 $9.37
2 50 to 75 ft L.F. $10.00 $10.50 $11 .03
3 75 to 100 ft. L.F. $12.00 $12.60 $13.23
4 100 to 125 ft. L.F. $17.00 $17.85 $18.74
3B SPT (FDOn BORINGS (2.5 FOOT SAMPLE CENTERS)
1 o to 50 ft L.F. $12.75 $13.39 $14.06
2 50 to 75 ft L.F. $1 5.00 $15.75 $16.54
3 75 to 100 ft. L.F. $18.00 $18.90 $19.85
4 100 to 125 ft. L.F. $25.50 $26.78 $ 28.11
4 CPT SOUNDINGS
1 ELECTRIC CONE L.F. $7.50 $7.88 $8.27
2 PIEZOCONE L.F. $7.50 $7.88 $8.27
3 PORE PRESSURE DECAY CREW-HOUR $110.00 $115.50 $121.28
8-8
1
I
WILLIAMS EARTH SCIENCES. INC.
PAGE 2 OF 8
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
5 FIELD VANE SHEAR TESTS TEST $250.00 $262.50 $275.63
6 DILA TO METER TESTS EACH $44.00 $46.20 $48.51
7 UNDISTURBED SAMPLES(SHELBY TUBE) EACH $70.00 $73.50 $77 .18
8A ROCK CORING NX
1 o to 50 ft L.F. $20.00 $21.00 $ 22.05
2 50 to 75 ft L.F. $31 .00 $32.55 $34.18
3 75 to 100 ft. L.F. $31.00 $32.55 $34.18
4 100 to 125 ft. L.F. $40.00 $42.00 $44.10
8B ROCK CORING 4- OrA
1 0 to 50 ft L.F. $30.00 $31.50 $33.08
2 50 to 75 ft L.F. $40.00 $42.00 $44.10
3 75 to 100 ft. L.F. $40.00 $42.00 $44.10
4 100 to 125 ft. L.F. $50.00 $52.50 $55.12
9 GROUTING OF BOREHOLE L.F. $3.00 $3.15 $3.31
10 BORING PERMITS HOUR SEE 2.1.2 SEE 2.1.2 SEE 2.1.2
11 FIELD PERMEABILITY TESTS TEST $50.00 $52.50 $55.12
12 DOUBLE RING INAL TR 0 METER TEST $300.00 $315.00 $330.75
13 PERCOLATION TEST TEST $100.00 $210.00 $220.50
14 MUCK PROBING HOUR SEE 2.1.2 SEE 2.1.2 SEE 2.1.2
1 5 PAVEMENT CORES (ASPHAL n EACH $51.00 $53.55 $56.23
16 PAVEMENT CORES (CONCRETE) EACH $59.00 $61.95 $65.05
17 SURVEY SERVICES (NON-PLS) CREW.HOUR $110.00 $115.50. $121.28
18 4" DIAMETER CASING - LAND L.F. $5.00 $5.25 $5.51
19 6" DIAMETER CASING - LAND L.F. $9.00 $9.45 $9.92
20 SUPPORT VEHICLESISAFETY - M.O.T.) PER HOUR $5.00 $5.25 $5.51
21 LAW OFFICER FOR M.O.T.lINCLUDING VEHICLE) PER HOUR $ 15.00 $1 5.75 $16.54
22 SAFETY EQUIPMENT - M.O.T.
BARRICADES PER DAY $0.45 $0.47 $0.50
SIGNS PER DAY $0.65 $0.68 $0.72
FLASHING ARROW BOARD PER DAY $40.00 $42.00 $44.10
FLAGGING CREW HOUR SEE 2.1.2 SEE 2.1.2 SEE 2.1 .2
23 OBTAIN CORROSIONILBR SAMPLES EACH $39.00 $40.95 $43.00
24 PER DIEM PER MAN-DAY $50.00 $50.00 $50.00
2.1.5 LABORATORY TESTING (ROADWAY)
1 HYDROMETER(AASHTO T-088) EACH $70.00 $73.50 $77 .18
2 A TTERBERG ANALYSIS EACH $45.00 $47.25 $49.61
B-9
WILLIAMS EARTH SCIENCES. INC.
I
,
PAGE 3 OF 8
..
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
3 NATURAL MOISTURE CONTENT EACH $5.00 $5.25 $5.51
4 ORGANIC CONTENT (FM1-T-267) EACH $25.00 $26.25 $27.56
5 ORGANIC CONTENT (FM1-T-194) EACH $25.00 $ 26.25 $27.56
6 SPECIFIC GRAVITY EACH $25.00 $26.25 $27.56
7 LBR EACH $250.00 $262.50 $275.63
8 CONSOLIDATION TESTS EACH $350.00 $367.50 $385.87
9 TRIAXIAL TESTS
UU at 1 cell Dress. PER POINT $125.00 $131.25 $137.81
CU at 1 cell press. PER POINT $150.00 $157.50 $165.38
CD at 1 cell press. PER POINT $150.00 $157.50 $165.38
10 UNCONFINED COMPRESSION TESTS (ASTM 02166 EACH $50.00 $52.50 $55.12
11 CORROSION TEST SERIES PER SERIES $1 25.00 $131.25 $137.81
1 2 pH TESTS (ASTM E701 EACH $25.00 $26.25 $27.56
13 SIEVE ANALYSIS (AASHTO T-0271 EACH $35.00 $36.75 $38.59
14 TORVANE SENSITIVITY EACH $7.50 $7.88 $8.27
15 POCKET PENETROMETER EACH $2.50 $2.63 $2.76
16 UNCONFINED COMPRESSION (ROCK COREl EACH $125.00 $131.25 $137.81
17 SPLITTING TENSION (ROCK CORE) EACH $75.00 $78.75 $82.69
18 BITUMINOUS EXTRACTION &. GRADATION EACH $110.00 $115.50 $121 .28
19 EXTRUDE SHELBY TUBE SAMPLES) EACH $25.00 $26.25 $27.56
20 SIEVE ANALYSIS (-200 ONL YI EACH $20.00 $21.00 $22.05
2.1.6 ROADWAY REPORT
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
5 CLERICAL HOUR $32.83 $34.47 $36.20
6 AUTOCADDIDRAFTING HOUR $38.40 $40.32 $42.34
2.1.7 FIELD INVESTlGA TlON(STRUCTURESI
1 MOBILIZATION
A. TRUCK MOUNTED
1. POI.X.HAAOEE.MANA TH.SARASOT A. EACH $400.00 $420.00 $441.00
2. DESOTO.GLADES.HIGHLANDS.OKECHOaEE.CHAllLOTTE.LEE EACH $550.00 $577 .50 $606.38
3. HENDRY.COWER EACH $800.00 $840.00 $882.00
B1. ATV STANDARD TIRES
1. POI.X.HARDEE.MANATH.SARASOTA. EACH $500.00 $525.00 $551.25
2. DESOTO.GlADES.HIGHLANDS.OKECHOaEE.CHAIIl.OTTE.LEE EACH $700.00 $735.00 $771.75
3. HENDRY.COLUER EACH $1,000.00 $1,050.00 $1,102.50
13-10
WILLIAMS EARTH SCIENCES. INC.
I
I
-'
PAGE 4 OF 8
-
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
B2. ATY WIDE TIRES(LGP)
1. POLK.HARDEE.MANA TEE.SARASOT A. EACH $2.000.00 $2,100.00 $2,205.00
2. DESOTO.GLADES.HIGHLANDS.OKiCHOBEE.CHARlOTTE.LEE EACH $2.200.00 $2,310.00 $2.425.50
3. HENDRY. COWER EACH $2,500.00 $2,625.00 $2,756.25
C. CONE TRUCK
1. POLK.HARDEE.MANATEE.SARASOTA. EACH $500.00 $525.00 $551.25
2. DESOTO .GLAOES.HIGHLANDS.OKECHOBEE.CHARLOTTE.LEE EACH $600.00 $630.00 $661.50
3. HENDRY. COWER EACH $900.00 $945.00 $992.25
D. AMPHIBIOUS VEHICLE (GEMCO) EACH $5,000.00 $5,250.00 $5,512.50
E. BARGEITUG EACH $5,000.00 $5,250.00 $5.512.50
F. WORK/CREW BOAT EACH $250.00 $262.50 $275.63
G. BARGEITUG (RENTAL) DAY /WEEK/MONT TBN TBN TBN
H. WORK/CREW BOAT (RENTAL) DA Y /WEEK/MONT TBN TBN TBN
2 AUGER BORINGS L.F. $7.00 $7.35 $7.72
3A SPT (ASTM) BORINGS - LAND
1 o to 50 ft L.F. $8.50 $8.93 $9.37
2 50 to 75 ft L.F. $10.00 $10.50 $11.03
3 75 to 100 ft. L.F. $12.00 $12.60 $13.23
4 100 to 1 25 ft. L.F. $17.00 $17.85 $18.74
5 1 25 - 150 ft. L.F. $19.00 $19.95 $20.95
6150-175ft. L.F. $22.00 $23.10 $24.26
7 175 - 200 ft. L.F. $26.00 $27.30 $28.67
8 200 - 225 ft L.F. $31 .00 $32.55 $34.18
3B SPT (ASTM) BORINGS - WATER
1 o to 50 ft L.F. $12.75 $13.39 $14.06
2 50 to 75 ft L.F. $15.00 $15.75 $16.54
3 75 to 100 ft. L.F. $18.00 $18.90 $19.85
4 100 to 1 25 ft. L.F. $25.50 $26.78 $28.11
5 125 - 1 50 ft. L.F. $28.50 $29.93 $31.42
6 150 - 175 ft. L.F. $33.00 $34.65 $36.38
7 175 - 200 ft. L.F. $39.00 $40.95 $43.00
8 200 - 225 ft L.F. $46.50 $48.83 $51.27
3C SPT - FOOT BORINGS AT 2.5 SAMPLE CENTERS - LAND
1 o to 50 ft L.F. $12.75 $13.39 $14.06
2 50 to 75 ft L.F. $15.00 $15.75 $16.54
375tol00ft. L.F. $18.00 $18.90 $19.85
4 100 to 1 25 ft. L.F. $25.50 $26.78 $ 28. 11
5 125 - 1 50 ft. L.F. $28.50 $29.93 $31.42
6 150 - 175 ft. L.F. $33.00 $34.65 $36.38
7 175 - 200 ft. L.F. $39.00 $40.95 $43.00
8 200 - 225 ft L.F. $46.50 $48.83 $51.27
B-11
I
I
WILlIAMS EARTH SCIENCES. INC.
PAGE 5 OF 8
....-
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
3D SPT - FOOT BORINGS AT 2.5 SAMPLE CENTERS - WATER
1 Oto50ft L.F. $19.13 $20.08 $21.09
2 50 to 75 ft L.F. $22.50 $23.63 $ 24.81
3 75 to 100 ft. L.F. $ 27 .00 $28.35 $29.77
4 100 to 1 00 ft. L.F. $38.25 $40.16 $42.17
5 125 - 150 ft. L.F. $42.75 $44.89 $47.13
6150-175ft. L.F. $49.50 $51.98 $54.57
7175-200ft. L.F. $58.50 $61.43 $64.50
8 200 - 225 ft L.F. $69.75 $73.24 $76.90
4 CPT SOUNDINGS
1 ELECTRIC CONE L.F. $7.50 $7.88 $8.27
2 PIEZOCONE L.F. $7.50 $7.88 $8.27
3 PORE PRESSURE DECAY CREW-HOUR $110.00 $115.50 $1 21 .28
5 FIELD VANE SHEAR TESTS TEST $250.00 $262.50 $275.63
6 DILA TO METER TESTS EACH $44.00 $46.20 $48.51
7 A UNDISTURBED SAMPLES(SHELBY TUBE) - LAND EACH $70.00 $73.50 $77.18
78 UNDISTURBED SAMPLES(SHELBY TUBE) - WATER EACH $105.00 $110.25 $115.76
8A ROCK CORING NX - LAND
1 o to 50 ft L.F. $20.00 $21.00 $ 22.05
2 50 to 75 ft L.F. $31.00 $32.55 $34.18
3 75 to 100 ft. L.F. $31.00 $32.55 $34.18
4 100 to 125 ft. L.F. $40.00 $42.00 $44.10
5 125 - 1 50 ft. L.F. $40.00 $42.00 $44.10
6 150 - 175 ft. L.F. $45.00 $47.25 $49.61
7 175 - 200 ft. L.F. $45.00 $47.25 $49.61
8 200 - 225 ft L.F. $61.00 $64.05 $67.25
8B ROCK CORING 4R DIA - LAND
1 o to 50 ft L.F. $30.00 $31.50 $33.08
2 50 to 75 ft L.F. $40.00 $42.00 $44.10
3 75 to 100 ft. L.F. $40.00 $42.00 $44.10
4 100 to 125 ft. L.F. $50.00 $52.50 $55.12
5 125 - 1 50 ft. L.F. $50.00 $52.50 $55.12
6 150 - 175 ft. L.F. $65.00 $68.25 $71.66
7 175 - 200 ft. L.F. $65.00 $68.25 $71.66
8 200 - 225 ft L.F. $71.00 $74.55 $78.28
8C ROCK CORING NX - WATER
1 o to 50 ft L.F. $30.00 $31.50 $33.08
2 50 to 75 ft L.F. $46.50 $48.83 $51.27
3 75 to 100 ft. L.F. $46.50 $48.83 $51.27
4 100 to 1 25 ft. L.F. $60.00 $63.00 $66.15
5 1 25 - 1 50 ft. L.F. $60.00 $63.00 $66.15
6150-175ft. L.F. $67.50 $70.88 $74.42
7 175 - 200 ft. L.F. $67.50 $70.88 $74.42
8 200 - 225 ft L.F. $91.50 $96.08 $100.88
B-12
I
I
WILLIAMS EARTH SCIENCES. INC.
PAGE 6 OF 8
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
80 ROCK CORING 4W DIA - WATER
1 o to 50 ft L.F. $45.00 $47.25 $49.61
2 50 to 75 ft L.F. $60.00 $63.00 $66.15
3 75 to 100 ft. L.F. $60.00 $63.00 $66.15
4 100 to 125 ft. L.F. $75.00 $78.75 $82.69
5 125 - 150 ft. L.F. $75.00 $78.75 $82.69
6150-175ft. L.F. $97.50 $102.38 $107.49
7 175 - 200 ft. L.F. $97.50 $102.38 $107.49
8 200 - 225 ft L.F. $106.50 $111 .83 $117.42
9 EINGINEERING SUPPORT IN DETERMINATION OF ARTESIAN HEAD SEE 21.2 SEE 2.1.2 SEE 2.1.2
10 OBTAIN CORROSION SAMPLES EACH $39.00 $40.95 $43.00
11 OBTAIN 050 SAMPLES EACH $39.00 $40.95 $43.00
12A INSTALL MONITOR WELLS - 4 INCH DIA IPVC)
1.00 0 - 25 ft. L.F. $36.00 $37.80 $39.69
2.00 25 - 50 ft. L.F. $36.00 $37.80 $39.69
3.00 50 - 100 ft. L.F. $42.00 $44.10 $46.31
4.00 100 - 1 50 ft. L.F. TBN TBN T8N
5.00 1 50 - 200 ft. L.F. T8N T8N T8N
6.00 200 ft. + L.F. TBN T8N TBN
7.00 LOCKING COVERIRISER) EACH $75.00 $78.75 $82.69
8.00 LOCKING COVERIFlUSH MOUNTI EACH $90.00 $94.50 $99.23
128 INSTALL MONITOR WELLS - 2 INCH DIA (PVC)
1 .00 0 - 25 ft. L.F. $30.00 $31.50 $33.08
2.00 25 - 50 ft. L.F. $30.00 $31.50 $33.08
3.00 50 - 100 ft. L.F. $36.00 $37.80 $39.69
4.00 100 - 150 ft. L.F. T8N TBN TBN
5.00 150 - 200 ft. L.F. TBN TBN TBN
6.00 200 ft. + L.F. T8N TBN TBN
7.00 LOCKING COVERIRISER) EACH $100.00 $105.00 $110.25
8.00 LOCKING COVERIFLUSH MOUNTI EACH $125.00 $131 .25 $137.81
13A 4W DIAMETER CASING - LAND L.F. $5.00 $5.25 $5.51
13B 6w DIAMETER CASING - LAND L.F. $9.00 $9.45 $9.92
13C 4W DIAMETER CASING - WATER L.F. $9.00 $9.45 $9.92
130 6w DIAMETER CASING - WATER L.F. $13.00 $ 1 3.65 $14.33
14A GROUTING OF BOREHOLE - LAND L.F. $3.00 $3.15 $3.31
148 GROUTING OF BOREHOLE - WATER L.F. $3.50 $3.68 $3.86
1 5 BORING PERMITS HOUR SEE 2.1 .2 SEE 2.1 .2 SEE 2.1.2
16A MISC DRILLING SERVICES - LAND CREW-HOUR $110.00 $115.50 $ 121.28
16B MISC DRILLING SERVICES - WATER CREW-HOUR $165.00 $173.25 $181.91
17A SUPPORT VEHICLESISAFETY - M.O.T.) PER HOUR $5.00 $5.25 $5.51
17B LAW OFFICER FOR M.O.T.lINCLUDING VEHICLE) PER HOUR $1 5.00 $15.75 $16.54
6-13
I
I
WILLIAMS EARTH SCIENCES, INC.
PAGE 7 OF 8
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
17C SAFETY EQUIPMENT - M.O.T.
1 BARRICADES PER DAY $0.45 $0.47 $0.50
2 SIGNS PER DAY $0.65 $0.68 $0.72
3 FLASHING ARROW BOARD PER DAY $40.00 $42.00 $44.10
4 FLAGGING CREW HOUR SEE 2.1 .2 SEE 2.1.2 SEE 2.1 .2
18 PLUGGING /SEALING EXISTING WATER WELLS
1 LABOR & EQUIPMENT CREW-HOUR $110.00 $115.50 $1 21 .28
2 MATERIALS BAG $9.00 $9.45 $9.92
18 SURVEY SERVICES (NON-PLS) CREW-HOUR $110.00 $115.50 $121 .28
19 PER DIEM PER MAN-DAY $50.00 $50.00 $50.00
20 CORE BRIDGE DECK PER CORE $46.50 $48.83 $51.27
2.1.8 LABORATORY TESTING (ROADWAY
1 HYDROMETER(AASHTO T-088) EACH $70.00 $73.50 $77.18
2 A TTERBERG ANALYSIS EACH $45.00 $47.25 $49.61
3 NATURAL MOISTURE CONTENT EACH $5.00 $5.25 $5.51
4 ORGANIC CONTENT (FM1-T-267) EACH $25.00 $26.25 $27.56
5 ORGANIC CONTENT (FM1-T-194) EACH $25.00 $26.25 $27.56
6 SPECIFIC GRAVITY EACH $25.00 $26.25 $27.56
7 SIEVE ANALYSIS FOR 050 DETERMINATION EACH $70.00 $73.50 $77.18
8 CONSOLIDATION TESTS EACH $350.00 $367.50 $385.87
9 TRIAXIAL TESTS
UU at 1 cell Dress. PER POINT $125.00 $131.25 $137.81
CU at 1 cell press. PER POINT $150.00 $157.50 $165.38
CD at 1 cell press. PER POINT $150.00 $157.50 $165.38
10 UNCONFINED COMPRESSION TESTS (ASTM 02166 EACH $50.00 $52.50 $55.12
11 CORROSION TEST SERIES PER SERIES $ 1 25.00 $131.25 $137.81
1 2 DH TESTS (ASTM E70) EACH $25.00 $26.25 $27.56
13 SIEVE ANALYSIS (AASHTO T -027) EACH $35.00 $36.75 $38.59
14 TORVANE SENSITIVITY EACH $7.50 $7.88 $8.27
1 5 POCKET PENETROMETER EACH $2.50 $2.63 $2.76
16 UNCONFINED COMPRESSION (ROCK CORE) EACH $125.00 $131.25 $137.81
17 SPLITTING TENSION (ROCK CORE) EACH $75.00 $78.75 $82.69
18 EXTRUDE SHELBY TUBE SAMPLES) EACH $25.00 $26.25 $27.56
19 SIEVE ANALYSIS (-200 ONLY) EACH $20.00 $21.00 $22.05
6-14
WILLIAMS EARTH SCIENCES, INC.
I
I
PAGE 8 OF 8
FEES PER CALENDAR YEAR
PAYMENT 94/95 95/96 96/97
ITEM NO. DESCRIPTION OF SERVICE UNIT UNIT PRICE UNIT PRICE UNIT PRICE
2.1.9 STRUCTURES REPORT
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
5 CLERICAL HOUR $32.83 $34.47 $36.20
6 AUTOCADD/DRAFTING HOUR $38.40 $40.32 $42.34
2.1 .10 FINAL ANALYSIS &. REPORT
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
5 CLERICAL HOUR $32.83 $34.47 $36.20
6 AUTOCADDIDRAFTING HOUR $38.40 $40.32 $42.34
2.1.11 FOUNDATION STUDIES
A. PERSONNa
1 PROFESSIONAL ENGINEER HOUR $95.59 $100.37 $105.39
2 PROJECT ENGINEER HOUR $60.59 $63.62 $66.80
3 SENIOR TECHNICIAN HOUR $45.82 $48.11 $50.52
4 TECHNICIAN HOUR $34.71 $36.45 $38.27
5 CLERICAL HOUR $32.83 $34.47 $36.20
6 AUTOCADDIDRAFTING HOUR $38.40 $40.32 $42.34
B. EQUIPMENT MOBILIZATION
1 PILE DRIVING ANALYZER (PDA) EACH $350.00 $350.00 $350.00
2 PILE INTEGRITY TESTER (PIT) EACH $250.00 $250.00 $250.00
3 HAMMER PERFORMANCE ANALYZER (HPA) EACH $200.00 $200.00 $200.00
4 SAXIMETER EACH $30.00 $30.00 $30.00
5 VIBRATION MONITOR EACH $100.00 $100.00 $100.00
C. EQUIPMENT CHARGES
1 PILE DRIVING ANALYZER (PDA) DAILY $550.00 $550.00 $550.00
2 PILE INTEGRITY TESTER (pm DAILY $350.00 $350.00 $350.00
3 HAMMER PERFORMANCE ANALYZER (HPA) DAILY $175.00 $175.00. $175.00
4 SAXIMETER DAILY $25.00 $25.00 $25.00
5 VIBRATION MONITOR DAILY $100.00 $100.00 $100.00
D. DATA ANALYSIS
1 CAPWAP EACH $175.00 $175.00 $175.00
2 PllWAP EACH $300.00 $300.00 $300.00
3 WAVE EQUATION EACH $200.00 $200.00 $200.00
2.1.12 MISCELLANEOUS EXPENSE ITEMS
1 MYLARS EACH $4.00 $4.00 $4.00
2 SEPIAS EACH $2.50 $2.50 $2.50
3 BLUE LINES EACH $1.00 $1.00 $1.00
4 BLACK LINES EACH $1.00 $1.00 $1.00
5 VEHICLE MILEAGE MILE $0.20 $0.20 $0.20
6 AIR TRAVEL PER TRIP TBN TBN TBN
B-15
r - '. .
I
I
HDR ENGINEERING, INC.
FORMS & CERTIFICATIONS
------
------
PUBLIC ENTITY CRIMES FORM
DRUG FREE WORK PLACE FORM
HDR DRUG FREE WORK PLACE POLICY
HDR CERTIFICATE OF INSURANCE
-----
------
------
------
------
B-16
1/ ' I" l...
I
I
SWORN STATEMENT PURSUANT TO SECl10N 287.1.33(3)(a),
FLORIDA STATUTF~q" ON PUlIUC ENnTY CRIMEs
THIS FORM MUST BE SIGNED AND SWORN TO IN' THE PRESENCE OF A NOTARY.PUBLIC OR OTHER.
OmCL\L AUTHORIZED TO ADMINISTER. OATHS. .
1. This sworn statement Is submitted. to
[print uame 0( the pubUc entity]
by William H. Wadsworth. P.E.. Senior Vice President
[print lJIdhtduarl uame and title]
tor HOR Enaineerina. Inc.
[print uame or entity submittiDg swom statement]
whose business address is
5100 'West Kennedy Blvd.. Suite 300
Tampa, Florida 33609
and (if applicable) its Federal Employer ldentitlcation Number (FEIN) is
47-0680568
(If the entity has no FEIN, include the Social Security Number ot the individual signing this
sworn statement:
.)
2. I understand that a 'public entity crime- as defined in Paragraph 287.133(1 )(g), Florida Statutes. means a
violation of any state or tcderallaw by a pcI'SOn with rcspca to and direa.1y related to the tramaction of
business with any public entity or with an agency or political subdivision ot any other state or at the United
States, including, but Dot limited to, any bid or contract for goods or serviCl:S to be provided to any public
entity or an agency or political subdivision of any other state or at the United States and involving antitrust,
fraud, theft, bn'bery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that 'conviCted- or 'conviction- as defined in Paragraph 287.133(1)(b), Florida Statutes. means
a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any
federal or state trial coun of reaJrd relating to charges brought by indictment or information after July 1,
1989, as a result at a jury verdict, nonjury trial, or enuy of a plea at guilty or nolo contendere.
4. I understand that an 'affiliate- as defined in Paragraph 287.133(1)(a), Florida Statutes. means:
1. A predecessor or SV~r of a per30n convicted of a public entity crime; or
2. .A.n entity under the control of any natural person who is active in the management at the entity and
who has been convicted of a public entity crime. The term 'affiliate- includes those officers, diIectors,
executives, partn=, shareholder3., employees, membea, and agents who are active in the management of
an affiliate. The ownership by one person of shares constituting a controlling interest in another person.
or a pooling of equipment or inQJmc among peaons when J10t for fair market value andcr an arm's length
agreement. s.hall be a prima facie case that one person controls another pcI'SOn. A person who knowingly
enter3 into a joint venture with a person who has been convicted of a public entity aime in Florida during
the preceding 36 months shall be considered. an a1tiliatc.
5. r understand that a "person- as defined in Paragraph 287.133(1)(e), Florida Statutes. means any natural
person or entity organized ander the laws of any state or of the United States with the legal power to enter
into a biDding conuact and which bids or applies to bid on conuaas for the prOVision of goods or services
let by a public entity, or which otherwise tI3nSacts or applies to tr'3DSaa business with a public entity. The
term "person. includes those officea, directors, executives, panners, sbarcboldea, employees, members, and
agents who are active in management of an entity.
8-17
. .
I
J
6. Based on information and belief, the statement which I have marked. below is true in relation to the entity
submitting this sworn statemcnt. [indicate which statement appUes.]
--L Neither the entity submitting this sworn statement, nor any of its offlcer3, directors, executives,
partners, shareholders, employees, membel'3, or agents who are active in the managemc;nt of the entity, nor
any affiliate of the entity has been charged with and convicted of a public entity cnme-subsequent to July
I, 1989.
- The entity submitting this SWOrn statement, or one or more of its officers, directors, executives,
panners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crimc subsequent to July
I, 1989.
- The entity submitting this sworn statement, or one or more ot Its oftlcer3, directO[3, CXecutivC3,
panners, shareholders, employees, mem~ or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted at a public entity crime subsequent to July
1. 1989. However. there has been a subsequent proceeding before a Hearing Officer at the State of Rorida,
Division of Administrative Hearings and the Fmal Order entered by the Hearing Officer determined that
it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor
list. [attach a copy o( the 1IDa1 order]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACI'ING OmCER FOR THE
PUBUC ENTI1Y ID~Iil'Uill IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBUC ENTITY ONLY AND,
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS Fn.ED.
I ALSO UNDERSTAND THAT I AM REQt"'!RED TO INFORM THE PUBUC ENTITY PRIOR TO ENTERING
INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECIlON 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
r~t1l/~
[sfpamre]
Sworn to and subscribed before me this
Zlt~
day ot
191.!:!.
Personally known Yes
OR Produced identification
N'otary Public. State at
Florida
(Type of identification)
My commission expires 5/4/97
Susan L. O'Connor
(Printed typed or Stamped
commissioned name of notary public)
OFFICIAL NOT"7\RY SEAL
SUSAN L O'CONNOR
" (':' \;.:1' PUBLIC STATE OF FLORIDA
,"'\'\1[5510N NO. CC2c..o"'291
.Vj Y ClJ.'vL'vllSSION EXP. MAY 4,1997
Form PUR 7068 (Rev. 06118192)
8-18
. i.
I
I
A nRUG~FREB WORXPLACE( IN ACCOROANCE WITS SECT. .287.081
Preference shall be given to businesses with drug-free workplace
programs. Whenever two or more bids which are equal with respect
to pril:e, quality, and service are received by the: eity. fC?r the
procur~ment of commodities or contractual services, a 'bid.received
from a business that certifies that it has implemented a drug-f~ee
workplace program shall be given preference in the award.process.
Established procedures for processing tie bids will be followed if
none of the tied vendors have a drug-free workplace program. In
order to have a drug-free workplace program, a business shall:
1) Publish a statement notifying ~1Il.ployees that the unlawful
manufacture, distribution, dispensing, 'possession,.~r use of
a controlled substance is prOhibited in the workplace and
specifying the actions that will be taken against employees
tor violations of such prOhibition.
2) Inform employees about the dangers of drug abuse in the
workplace, the business'S policy of maintaining' a drug-free
workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3) Give each employee engaqed in providing the commodities or
contractual services that are under bid a copy of the
statement specified in subsection (1).
4) In the statement. specified in subsection (1), notify the
employees that, as a condition of working on the commodities
or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the
/employer of any conviction of, or plea of guilty or nolo
'Contendere to, any violation of chapter 893 or of any
controlled substance law of the United States or any state I
for a violation occurring in the workplace no later than five
(5) days after such conviction.
5) Impose. a sanction on, or require the satisfactory
participation in a drug abuse assistance or rehabilitation
program'if such is available in the employee'$ community, by
any employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug-free
workplace through implementation of this section.
As t~on authorized to sign the statement, I Qertify that this
firm does oas no~ (select only one) fully comply with the above
requJ.. ants.
-1J.bK ~,tk,
BUSINESS E '
?I~~~~
DRUGPUI!..uR
8-19
.
.
1
I
DRUG-FREE WORKPLACE POLICY
M:1Y 15, 1991
~.:... Drug abuse is a concern facing every part of our society. It is a costly and dangerous
problem involving lost productivity, increased absenteeism, poor performance, more
on-the-job injuries, higher medical costs and rising crime rates. HDR, Inc. and its
subsidiaries, hereinafter "HDR" is committed to providing its employees a safe work
environment and to promoting high standards of employee health. Equally important is
HDR's commitment to providing its clients the highest level of service.
:....,.:.:...:
.:;;~:~;::
.:::'X"..':";
.::,.:.::.-::
'::.;.;,.:~::.
:'::,:':r.:
::::-:..::_:.
:?:{:}~::f:;:
;::\::':::~
Consistent with this philosophy, the manufacture, distribution, dispensing, possession or
use of any drug or controlled substance is prohibited at every HDR workplace. In addition,
no employee may be under the influence of any drug or controlled substance at the
workplace. "Drug" includes alcoholic beverages and prescription drugs, as well as illegal
inhalants and illegal drugs. This policy excludes prescription drugs when taken as
directed by a licensed doctor.
Although HDR realizes drug abuse can be successfully treated and is willing to work with
employees who may suffer from such problems, it is the employee's responsibility to seek
assistance before drug problems lead to disciplinary action. Once a violation of this
policy occurs, an employee's willingness to seek company or outside assistance will not
excuse the violation and will not necessarily prevent corrective disciplinary action.
It is a condition of your continued employment with HDR that you: I) Abide by the terms
of this policy; 2) Notify HDR's Legal Department of any criminal drug conviction for a
violation occurring in the workplace no later than five (5) days after the date of such a
conviction. HDR's Legal Department will keep this information confidential, except as
necessary to fulfill the requirements of this policy or to comply with applicable laws and
regulations.
If you are so convicted or are found to be in violation of this policy in any manner you
shall be required, as a condition of your continued employment with HDR. to
satisfactorily participate in a drug abuse assistance or rehabilitation program that has
been approved for such purposes by a federal, state or local health, law enforcement or
other agency. You will also be placed on permanent probation with HDR. A second
conviction or policy violation will result in your immediate termination from HDR.
HDR has no intention of interfering with the private lives of its employees, however
employees are expected to report to work in a condition that will allow them to perform
their duties in a safe, effective and efficient manner. Involvement with drugs off-the-job,
as wen as on-the-job can present a substantial risk not only to the user but to others
and use of these drugs may be a sign of chemical dependency. Chemical dependency can
be treated; assistance regarding drug counselling and rehabilitation services may be
obtained through the Employee Assistance Program (where applicable) or by contacting
your family physician, local hospital, a drug treatment facility, local mental health
agency or a member of the clergy. Human Resources or your supervisor can be of
assistance in determining what insurance and company benefits are available to help.
B-20
.~
1 '
,"' '" ..-.... '.r;~"- ~;.~J: . ':...'~.,:';. 'i',,:-~':,; ;,,::,":.~'i:'~"."'. ,";~'l~::'" 0;;',;' .::!::..;'-:--:'~:' ::;"~: ~t;t ;;ffCt>"'J~.:;r;~.:f'~~ ....?,.;:......;' :.: ::;'~ ..., ..... ill" '" J1~~' : ~ . ':..'..' :q,lt":...~." :.....,,: . " " -... ...... .,. ", .,,' ...,.
~"; ............' ~:CERTIFIt":!'ATE::O. F~.INSUr'l'1t k:i'CE;':~!;k\ ','r,. ' ':. "~~"'~~{::.~1~':~;:'!'>":\~::: .J:::! ISSUE ClATECMM/OO/Vy) .
:'''''.4IIIII.~.. · ~'$:"... .....;.. .~'.'.;.' ~"'::.: ~,:.. ....;.l.t~..:r~..... "'.,_ ~I~ . J....:::I~~.' n.:':~~;?:-:':~':~:.":~~~':::"~:i::?'l~ "
: ~~... ... ~~...~_~.~ :. ....'j.:t ';t.~-:'!',,:.. "'r;.~:..,:.~!I1:~.~.... "S~~1i'",,"''5'! 'I':J~ ^.', ...:1: ~'.rr!..i~).r....,ftII. :."#. '~~'.)!!";:;~"V...':i::..~...;..',.,.,. I..... ,l ..'?i-:.. .
P;.oOi.iceA' . ". -'." "... ...... '. THIS CERTIFICAT I SAT OF INFoRMA ND
OONFERS NO FlIGHTS UPON THE CERTIFICATE HOLDER. THIS Cl5RTlF1CATE
DOES NOT AMEND, EXTEND OR AL TEA THE COVERAGE AFFORDED BY THE
!'OLleIES BELOW.
'. 'r. '
"
I
I
. "',,", .....,'.
ALaxandor ~ ALexandQr
12120 Sh.mrQek PL.%~
P.O. adX 33Se
Om.h., HE 6S103-038S
402-691-6000
Inc:.
COMPANIES AFFORDING COVERAGE
~AHV A
~m.rlc:.n Guarantee ~ ~i.bILit
. HI>R EnC;1 ne.",./ n9. Xnc: ..
,60404 I,nd I an HI L La Dr Iv.
Otl14lh"
COMPANY B
LITTIR
( 11 ) COMPANY C
LITTIR
Zur. j en .Insu.....anc:. Camp.a...)'
INSURm
..H..a.r ttord Undenn" I ter'S Ins. Co
COIotPANY D
l.eTI'&R .
H.ar ttcrd F i 1-. In$.\lr..ance CQ..
NE
68114-4049'. =NY E
COVI!RA~~,: ;::r~;:.'--' ...:~' '.::.; ".-'. "'. '.:.'.:.'-':--;-<:;":1.\;;-:-'. ..>.-. ;:.' ::.'...... .'
THIS IS TO CERTIFY THAT THE POUCIes OF INSURANCE USTED 8ElOW HAve 8UN ISSUED TO TliE INSIJRED NAMED ABove FOR THE POLICY peRIOD
INDICATeD, NOTWITHSTANDING ANV REQUIREMENT, TERM OR CONDmoN OF ANY CON'TRACT OR OTHER COCUMENT WITI'i AESPECTTO WHICH THIS
CeRTIFICATE MAY se ISSUED OR MAY PERTAIN, THe INSUFlANCE AFFORDED BY 11111 POLICIES OesCRIBED HEREIN IS SUSJI!CT TO ALl. THE; TERMS.
exCLUSIONS AND CONDITIONS OF SUCH POLICIES, I.IMITS SHOWN MAY HAVS BEEN RI!DUCeo BY PAID CLAIMS.
. .. ... ~. . ..... . . ". . .
co
LTR
T'tPI OF INluAAHCI
, FauCT NUM8IA
POUCT IFl'ICTlYl IIOUCT DPlIlA'MON
DATI (MNlDC/YY) DAn (UMIOOIY'f)
UMITI
GENEIIAL t.lA8ILITY
a: x COMM&RCIAL GeNERAL UAWTY cpoe0Z204400
. : C~IM8 MAD! X oceuR.
OWNER'S ..CONTRAC;TOA'S 1'flOT.
GENERALAQGA!QAT! .
.. . . .
6/01/94 6/0i/9~ PAOOUCT~MPIOP AGG.. S
. PIIlSONAL" Aav. INJURY
. ... . .
EACH oec:URRINCI
/"Ill OAMAlJE (Any on8 lirtl .
. .... .
MIO. EXPIN8! (}try one IlMCl/lI ,
COMIlNEO lINGLE
6/0i/95 UMlT
IOllIL Y INJURV
6/01/95 (PwPlIfSOnl
BODILY INdURY
(Pet ICdanll
1000QOO
1000000
1000000
10QOOOO
1000000
AUTOMallLIE UAIIIUTY
A X ~Y AUTO 9AP902204500 6101/94-
ALl. OWNeO AlITO! .'
14 eCJoi!DUl.!D AUTOS TAF'S02-460700 <TX) 6/01/94
X H'AECl AUToa
X NONoOW~ AUTOS
GARAGE UA81UTY
.1000000
PRO'Iil'lTY DAMAGe .
pc..a lJAIIIUTY
UMSREIJ.A FOil'"
OTHl!1I THAN UMBRELLA FOAM
EACH OCCURRENCE $
AGGAEG"TI .
I
!
I
I.
I
I
I
I
I
C
I>
WOllKM" COM~NSA 'MON
AND
iMPLOYlRS' LJASIUTY
91tJBHX9751 (CA)
91W>>Rl'fX,,750
6/01/94
6/0;i./94
X STATUTORV UM'TS
6/01/93 IACH ACCIDI!N'I' .
6/01/95 OJS&A8!-POLICY UNIT S
DISEAllE"-EAc:Jot EMPLOY!!! S
100000
500000
1
OTHIR
EAr-ens a. En9n~
. PT'ofe~'5IQna L
RPI..00349l599~
6/0i/94 6/0i/9S $1~OOOJOOO
per c L~ I In
ION OPIAA TlONllIL ' . ' L inIIs
~lj:>h'l'~ L \..., "-. '.' ~
NOTARY PUBLIC STATE OF FLORIDA
COMMISSION NO. CC283:291
MY COMMISSION EXP. MAY 4,1997
'~~F~CATI; f!OC~I!R' ~
This certifies that this is a
true and accurate copy.
~ b~ ~/ZaiAlAt'l q1t,
Notary Publ ic 'rfff1
. c;A~c.~T.roN:.' :
SHOULD ANV OF 111& ABOVE DeSCRISED POUC/ES BI! CANCELI.ED BEFORE TJotE
!XPlAA110N DATE THEREOF, TJoIE 18SIJINQ COMPANY WILL ~o
MAIL E- CAYS WRITTEN NOTICE TO THE CERTIFICATE HOLCER NAMED TO THe
LiFT, 1\nl"~~~>>Jil
~Mm~~~~~~R~NJ~
": AUTMOAIZID RlPttIllllTATlVI
032853000
ACORD 2S'-S f7/IG) ....
'd
, ,. .' ,. . "ACORD CORPORATION 1.890
~'r~'2eP '\ol.lOO '8 "'lCe31 ~CJH 1o"=H2:6e1 P6. lei io-ln.t
B-21