← Back to Moscow

Document Moscow_doc_ed5d0f57e7

Full Text

LRECEIVED IDAHO TRANSPORTATION DEPARTMENT MAR 2 8 2013 LOCAL PROFESSIONAL SERVICES AGREEMENT Agreement Number 8376 /}Jd\ . THIS AGREEMENT is made and entered into this / day of 20*y and between the City of Moscow, whose address is PO B)oscow ID 83843-1703, hereinafter called the "Sponsor," and J-U-B Engineers, Inc., whose address is 250 S. Beechwood Ave., Ste 201, Boise, ID 83709-0944, hereinafter called the "Consultant." RATIFICATION The Idaho Transportation Department, representing the Federal Highway Administration on all local federal-aid highway projects, is authorized to ratify all agreements for engineering services entered into between sponsoring local agencies and their retained consultants. All references to State used hereafter shall denote the Idaho Transportation Department. NOW, THEREFORE, the parties hereby agree as follows: The work covered by this Agreement is for the following project(s): PROJECT NAME: PROJECT NO: SMA-7674 MOUNTAIN VIEW RD, MOSCOW A013(014) KEY NO: 13014 I. SUBCONSULTANTS The Sponsor approves the Consultant's utilization of the following Subconsultants: Hodge & Associates, Inc. Strata, Inc. Power Engineers, Inc. Transect Archaeological II. AGREEMENT ADMINISTRATOR This Agreement shall be administered by Laila Maqbool, LHTAC; (208) 344-0565; or an authorized representative. 201+·1$ ---PAGE BREAK--- III. DUTIES AND RESPONSIBILITIES OF CONSULTANT A. DESCRIPTION OF WORK Agreement No. 8376 Page 2 The Consultant shall provide professional services as outlined in the attachment(s) and as further described herein. 1. The following attachments are made a part of this Agreement: a. Attachment No. 1L is the Consultant Agreement Specifications which are applicable to all agreements b. Attachment No. 2 is the negotiated Scope of Work, Cost Estimate, and Man-Day Estimate. In the case of discrepancy, this Agreement shall have precedence over Attachment No. 2, and Attachment No. 2 shall have precedence over Attachment No. l L. 2. Aerial photography negatives and other items as identified in Section J, Paragraph 9 of the Consultant Agreement Specifications shall be sent to Greg Mead, Idaho Transportation Department, P.O. Box 7129, Boise, ID 83707. 3. Per Diem will be reimbursed at the current approved rates. These rates are listed at http://www.itd.idaho.gov/designlcau/policies/policies.htm. IV. DUTIES AND RESPONSIBILITIES OF SPONSOR AND/OR STATE The Sponsor and/or State shall provide to the Consultant, upon request, copies of any records or data on hand which are pertinent to the work under the Agreement. V. TIME AND NOTICE TO PROCEED A. The Consultant shall start work under this Agreement no later than ten (10) calendar days from the receipt of the written notice to proceed with the work. The Consultant shall complete all work by 04/15/2014. B. The Consultant shall remain available to perform additional work for an additional sixty ( 60) days or until the Agreement is closed, whichever comes first. VI. BASIS OF PAYMENT A. Payment Basis: Cost Plus Fixed Fee - Consultant agrees to accept as full compensation for all services rendered to the satisfaction of the State for completion of the work, the lesser of the actual cost plus the fixed fee or Not-To­ Exceed amount of the Agreement. ---PAGE BREAK--- B. C. D. Compensation Amount 1. Not-To-Exceed Amount: 2. Additional Services Amount: 3. Total Agreement Amount: $131,500.00 $0.00 $131,500.00 Agreement No. 8376 Page 3 Fixed Fee Amount: $9,066.00 (This 1s included in the Total Agreement Amount.) Approved Overhead Rates for Prime Consultant and Subconsultants J-U-B Engineers, Inc. Hodge & Associates, Inc. Strata, Inc. Power Engineers, Inc. Transect Archaeological 195.28% 184.06% 143.60% 168.63% 0.00% E. Reasonable increases in labor rates during the life of this Agreement will be accepted. Payroll additive rate, general administrative overhead rate, and unit prices are subject to adjustment during the life of this Agreement based on audit and negotiations. If the State approves an adjustment to the overhead rate or unit prices, the Consultant must then submit a written request to the Agreement Administrator requesting use of the approved rate( s) on this agreement. If the new rate(s) are accepted by the Agreement Administrator, they shall apply from the date the written request was made to the Agreement Administrator. An adjustment shall not change the Not-To-Exceed amount of the Agreement. For projects of duration greater than two years, the Not-To-Exceed amount may be negotiated. In no case will rates be adjusted more than once per agreement year. F. Professional Services Authorization and Invoice Summary (PSA) No. 1 is issued in the amount of $50,000.00 to begin the work of this Agreement. The remaining amount will be issued by consecutive PSAs. ---PAGE BREAK--- Agreement No. 8376 Page 4 IN WITNESS WHEREOF, the Parties hereto have set their hands on the day and year in this Agreement first written above. J-U-B ENGINEERS, INC. Consultant By ' Title: lf(lr&. • P • APPROVED AS TO FORM: Lawrence G. Allen Deputy Attorney General June 9, 2011 LPA.docx CITY OF MOSCOW Sponsor By: / } "(fi4C1 c Title: iC IDAHO TRANSPORTATION DEPARTMENT  ' hE ' By: 1g 1ways rogram vers1g t ngmeer ---PAGE BREAK--- ATTACHMENT NO. 1 L CONSULTANT AGREEMENT SPECIFICATIONS These specifications supplement Local Professional Services Agreements and shall be attached to said Agreements. A. DEFINITIONS 1. Administrator: Person directly responsible for administering the Professional Services Agreement (Agreement) on behalf of the Local Public Agency. 2. Combined Overhead: The sum of the payroll additives and general administrative overhead expressed as a percent of the direct labor cost. 3. Cost: Cost is the sum of the hourly charge out rate and other direct costs. 4. Cost Plus Fixed Fee: Cost Plus Fixed Fee is the sum of the payroll costs, combined overhead, and other direct costs, plus the fixed fee. 5. CPM: Critical Path Scheduling. The CPM will list work tasks, their durations, milestones and their dates, and State/Local review periods. 6. Fixed Fee: A dollar amount established to cover the Consultant's profit and business expenses not allocable to overhead. The fixed fee is based on a negotiated percent of direct labor cost and combined overhead and shall take into account the size, complexity, duration, .and degree of risk involved in the work. The fee is "fixed," i.e. it does not change. If extra work is authorized, an additional fixed fee can be negotiated, if appropriate. 7. General Administrative Overhead (Indirect Expenses): The allowable overhead (indirect expenses) expressed as a percent of the direct labor cost. 8. Hourly Charge Out Rate: The negotiated hourly rate to be paid to the Consultant which includes all overhead for time worked directly on the project. 9. Incentive/Disincentive Clause: Allows for the increase or decrease of total Agreement amount paid based on factors established in the Agreement. Normally, these factors will be completion time and completion under budget. 1 0. Lump Sum: An agreed upon total amount, that will constitute full payment for all work described in the Agreement. 1 1 . Milestones: Negotiated portions of projects to be completed within the negotiated time frame. Normally the time frame will be negotiated as a calendar date, but it could also be "working" or "calendar" days. As many milestones as the Consultant and the State/Sponsor believe necessary for the satisfactory completion of the Agreement will be negotiated. 12. Not-To-Exceed Amount: The Agreement amount is considered to be a Not-to-Exceed amount, which amount shall be the maximum amount payable and shall not be exceeded unless adjusted by a Supplemental Agreement. 13. Other Direct Costs: The out-of-pocket costs and expenses directly related to the project that are not a part of the normal company overhead expense. 14. Payroll Additives: All payroll additives allocable to payroll costs such as FICA, State Unemployment Compensation, Federal Unemployment Compensation, Group Insurance, Workmen's Compensation, Holiday, Vacation, and Sick Leave. The payroll additive is expressed as a percent of the direct labor cost. Revised November 2012 Page 1 of 12 ---PAGE BREAK--- F. PROFESSIONAL SERVICES AUTHORIZATION 1 . A written PROFESSIONAL SERVICES AUTHORIZATION (PSA) will be issued by the State to authorize the Consultant to proceed with a specific portion of the work under this Agreement. The number of PSAs required to accomplish all the work under this Agreement is one to several. Each PSA will authorize a maximum dollar amount and specify the milestone(s) for which the PSA represents. The Sponsor assumes no obligation of any kind for expenses incurred by the Consultant prior to the issuance of the PSA; for any expenses incurred by the Consultant for services performed outside the work authorized by the PSA; and for any dollar amount greater than authorized by the PSA. 2. The Consultant's work of this Agreement will be divided into milestones, each governed by a separate PSA. It is not necessary for a PSA to be completed prior to the issuance of the next PSA. The Consultant shall not perform work which has not been authorized by a PSA. When the money authorized by a PSA is nearly exhausted, the Consultant shall inform the Administrator and shall identify the need for additional authorization via issuance of the next PSA. The Administrator must concur with the Consultant prior to the issuance of the next PSA. 3. The Agreement is lump sum, unit cost, or cost plus fixed fee amount as indicated in this Agreement and may include an Additional Services amount for possible extra work not contemplated in the original scope of work. For the Consultant to receive payment for any work under the Additional Services Amount of this Agreement, said work must be authorized and performed under a PSA issued by the State specifically for the extra work. Should the Sponsor request that the Consultant perform additional services, the scope of work and method of payment will be negotiated. The basis of payment for additional work will be set up either as a Lump Sum or Cost Plus Fixed Fee. G. PROJECT SCHEDUUNG All negotiated agreements shall be accompanied by a critical path method schedule (CPM Schedule). The CPM Schedule will list the work tasks for the Agreement, their duration, negotiated milestones and their completion dates, including St!=lte/Local review periods. The format of this schedule shall be agreed on prior to signing the Agreement. Along with the progress report, the Consultant shall provide CPM Schedule updates to the Agreement Administrator for approval. The CPM schedule shall show the project percent completed on each task. H. PROGRESS REPORT The Consultant shall submit to the State a progress report on Form ITD-771, as furnished by the State. When no work will be performed for a period of time, this requirement can be waived by written notice from the Agreement Administrator. However, at such time as work re-commences, the progress reports shall resume. The Consultant shall provide progress schedule (CPM) updates to the Agreement Administrator. The progress report and schedule update will be submitted by the tenth of each month following the month being reported or as otherwise agreed to in the approved scope of work. The Agreement Administrator will review the progress report and submit approved invoices for payment within two weeks of receiving the invoice, the associated report and the schedule update. Each progress report shall list invoices by PSA number and reference milestones. I. PROGRESS AND FINAL PAYMENTS 1 . Progress payments will be made once a month for services performed which qualify for payment under the terms and conditions of the Agreement. Such payment will be made based on invoices submitted by the Consultant in the format required by the State. The invoice shall be submitted no later than the tenth of each month following the month being invoiced. Revised November 2012 Page 3 of 12 ---PAGE BREAK--- J. MISCELLANEOUS PROVISIONS 1 . COVENANT AGAINST CONTINGENT FEES a. The Consultant warrants that they have not: Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person to solicit or secure this Agreement, other than a bona fide employee of the firm; agreed, as an expressed or implied condition for obtaining this Agreement, to employ or retain the services of any firm or person in connection with carrying out this Agreement, or; paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee of the firm) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the Agreement. b. The Sponsor warrants that the above Consultant or its representative has not been required, directly or indirectly as an expressed or implied condition in connection with obtaining or carrying out this Agreement. Employ or retain, or agree to employ or retain, any firm or person, or; pay, or agree to pay to any firm, person or organization, any fee, contribution, donation or consideration of any kind. 2. PROHIBITION AGAINST HIRING PERSONNEL AND WORKING FOR CONTRACTOR In compliance with the Code of Federal Regulations, (23 CFR, Section 1.33, Conflict of Interest), the Consultant agrees that no one in their employ will work on a part time basis under this Agreement while also in the full-time employ of any Federal Agency, the State, or the Sponsor, without the written consent of the public employer of such person. The Consultant agrees that no one in their employ under any circumstances shall perform any services for the contractor on the construction of this project. 3. CHANGES IN WORK All changes in work shall conform to one or more of the following conditions and in no instance shall such change in work be undertaken without written order or written approval of the Sponsor. a. Increase in the work required by the Sponsor due to unforeseen circumstances. b. Revision in the work required by the Sponsor subsequent to acceptance of, such work at the appropriate conference or after revision of such work as outlined at said conference. c. Items of work which are beyond the scope of intent of this Agreement and pre-approved by the Sponsor. d. Reduction in the work required by the Sponsor due to unforeseen circumstances. An increase in compensation will be considered when Department Design Standards or expectations have changed from the time of negotiation. Adjustment in compensation for either an increase or reduction in work shall be on a negotiated basis arrived at by mutual agreement between the Sponsor and the Consultant. During such negotiations the Sponsor may examine the documented payrolls, transportation and subsistence costs paid employees actively engaged in the performance of a similar item or items of work on the project, and by estimated overhead and profit from such similar items or items of work. Revised November 2012 Page 5 of 12 ---PAGE BREAK--- Such determination shall be final and conclusive unless, within thirty (30) days of receipt of the decision Consultant files for mediation or arbitration with the American Arbitration Association (AAA). Consultant agrees that any mediation or arbitration hearing shall be conducted in Boise, Idaho. Consultant and Sponsor agree to be bound by the mediation agreement or the decision of the arbitration. Expenses incurred due to the mediation or arbitration will be shared equally by the Consultant and the Sponsor. 7. ACCEPTANCE OF WORK a. The Consultant represents that all work submitted shall be in accordance with generally accepted professional practices and shall meet tolerances of accuracy required by State practices and procedures. · b. Acceptance of work will occur at phases appropriate to the terms of the Agreement and level of detail required by the State in its project development procedures. c. It is understood by the Consultant that the Sponsor is relying upon the professional expertise and ability of the Consultant in performance of the Agreement. Any examination of the Consultant's work product by the State/Sponsor will not be considered ac(;eptance or approval of the work product which would relieve the Consultant for any liability or expense. Consultant is solely responsible for the propriety and integrity of its work product. Acceptance or approval of any portion of Consultant's work product by the Sponsor for payment, partial or final, shall not constitute a waiver of any rights the Sponsor may have against the Consultant. If due to errors, omissions and negligent acts by the Consultant, or its Subconsultants, agents or employees, in its work product; the Consultant shall make corrections to its work product at no expense to the Sponsor. The Consultant shall respond to the Sponsor's notice of any error or omission within twenty-four hours of receipt, and give immediate attention to any corrections to minimize any delay to the construction contract. This may include, if directed by the Sponsor, visits to the site of the work. If the Consultant discovers errors or omissions in its work product, it shall notify the State within seven days of discovery. Failure of the Consultant to notify the State shall be grounds for termination of the Agreement. The Consultant's liability for damages incurred by the Sponsor due to negligent acts, errors or omissions by the Consultant in its work product shall be borne by the Consultant. Increased construction costs resulting from errors, omissions or negligence in Consultant's work product shall not be the Consultant's responsibility unless the additional construction costs were the result of gross negligence of the Consultant. 8. OWNERSHIP OF DOCUMENTS All material acquired or produced by the Consultant in conjunction with the preparation of the plans, study, or report, shall become the property of, and be delivered to, the Sponsor without restrictions or limitations of their further use. Any use of these materials for purposes other than intended under this agreement shall be at the risk of the State and the State shall indemnify, defend and hold harmless the Consultant from any damages or losses resulting from such use. However, in any case, the Consultant has the right to make and retain copies of all data and documents for project files. All material acquired or produced by the Consultant under this contract may be public records under the Idaho Public Records Act. Reference Idaho Code Section 9-338(9). 9. AERIAL PHOTOGRAPHY After aerial photography has been flown, processed and checked for coverage, the negatives shall be sent to the State at the address indicated on the Agreement for evaluation, labeling, and prints or diapositives as needed by the District and the Consultant. The negatives shall become the property of the State. Along with the negatives, the Consultant shall also deliver the Report of Calibration for the aerial camera used for the aerial photography, the flight maps, and the flight log. Once complete, a copy of the mapping shall be placed on a CD-ROM and sent to the address specified in the Agreement. Revised November 2012 Page 7 of 12 ---PAGE BREAK--- c. Notwithstanding any other provision of this Agreement, the Consultant shall not be responsible for claims arising from the willful misconduct or negligent acts, errors, or omissions of the Sponsor for contamination of the project site which pre-exist the date of this Agreement or subsequent Task Authorizations. Pre-existing contamination shall include but not be limited to any contamination or the potential for contamination, or any risk to impairment of health related to the presence of hazardous materials or substances. The Sponsor agrees to indemnify, defend, and hold harmless the Consultant from and against any claim, liability or defense cost related to any such pre-existing contamination except for claims caused by the negligence, or willful misconduct of the Consultant. 1 4. INSURANCE The Consultant, certifying it is an independent contractor licensed in the State of Idaho, shall acquire and maintain commercial general liability insurance in the amount of $1,000,000.00 per occurrence, professional liability insurance in the amount of $1 ,000,000.00, and worker compensation insurance in accordance with Idaho Law. The professional liability insurance coverage shall remain in force and effect for a minimum of one (1 ) year after acceptance of the construction project by the State (if applicable), otherwise for one year after acceptance of the work by the State. Regarding workers' compensation insurance, the Consultant must provide either a certificate of workers' compensation insurance issued by an insurance company licensed to write workers' compensation insurance in the State of Idaho as evidence that the Consultant has a current Idaho workers' compensation insurance policy in effect, or an extraterritorial certificate approved by the Idaho Industrial Commission from a state that has a current reciprocity agreement with the Idaho Industrial Commission. The Consultant shall provide the State with certificates of insurance within ten (1 0) days of the Notice to Proceed. 15. ENDORSEMENT BY ENGINEER, ARCHITECT, LAND SURVEYOR, AND GEOLOGIST Where applicable, the Professional Engineer, Architect, Land Surveyor, or Geologist in direct charge of the work or portion of work shall endorse the same. All plans, specifications, cost summaries, and reports shall be endorsed with the registration seal, signature, and date of the Idaho professional in direct charge of the work. In addition, the firm's legal name and address shall be clearly stamped or lettered on the tracing of each sheet of the plans. This endorsement certifies design responsibility in conformance with Idaho Code, ITO's Design Manual, and acceptance of responsibility for all necessary revisions and correction of any errors or omissions in the project plans, specifications and reports relative to the project at no additional cost to the State based on a reasonable understanding of the project at the time of negotiation. 16. LEGAL COMPLIANCE The Consultant at all times shall ,as a professional, observe and comply with all Federal, State and local laws, by-laws, safety laws, and any and all codes, ordinances and regulations affecting the work in any manner and in accordance with the general standard of care. The Consultant agrees that any recourse to legal action pursuant to this agreement shall be brought in the District Court of the State of Idaho, situated in Ada County, Idaho. 17. SUBLETTING The services to be performed under this Agreement shall not be assigned, sublet, or transferred except by written consent of the Sponsor. Written consent to sublet, transfer or assign any portions of the work shall not be construed to relieve the Consultant of any responsibility for the fulfillment of this Agreement or any portion thereof. Revised November 2012 Page 9 of 12 ---PAGE BREAK--- f. Incorporation of Provisions. The Consultant shall include the provisions of paragraphs a. through e. above in every subcontract of $10,000 or more, to include procurement of materials and leases of equipment unless exempt by regulations, orders, or directives pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as the State or the appropriate Federal Agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event the Consultant becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Consultant may request the State to enter into such litigation to protect the interest of the State, and in addition, the Consultant may request the United States to enter into such litigation to protect the interest of the United States. 2 1. INSPECTION OF COST RECORDS The Consultant shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the project. They shall make such data available for inspection, and audit, by duly authorized personnel, at reasonable times during the life of this Agreement, and for a period of three years subsequent to date of final payment under this Agreement, unless an audit has been announced or is underway; in that instance, records must be maintained until the audit is completed and any findings have been resolved. Failure to provide access to records may affect payment and may constitute a breach of contract. 22. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS By signing this document the Consultant certifies to the best of his knowledge and belief that except as noted on an attached Exception, the company or its subcontractors, material suppliers, vendors or other lower tier participants on this project: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; b. have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records making false statements, or receiving stolen property; c. are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph of this certification; and d. have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. NOTE: Exceptions will not necessarily result in denial of award, but will be considered in determining Consultant responsibility. For any exception noted, indicate to whom it applies, initiating agency and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. Revised November 2012 Page 1 1 of 12 ---PAGE BREAK--- J·U·B ENGINEERS, INC. SCOPE OF WORK PROJECT OVERVIEW Mountain View Road, City of Moscow Key No. 13014 The City of Moscow has developed a concept to transform a portion of Mountain View Road into a "complete street" that will be designed and operate to enable access for all users. When the project is finished, pedestrians, bicyclists, and motorists of all ages and abilities will be able to maneuver across the corridor. The City's vision to consider a roundabout at the intersection of Mountain View Road and 6th Street has the potential to improve traffic flow and help reduce the likelihood and severity of crashes. The southern project limit is located at the north end of Paradise Creek Bridge adjacent to the Latah County Fairgrounds, approximately 300 feet north of White Avenue. The northern project limit is located at the intersection of Mountain View and 6th Street (inclusive of the intersection). The project will widen the existing 24 foot paved, two lane rural road section to a 36 foot wide, two lane, urban road section with bicycle lanes, turn lanes where warranted, storm drainage improvements, illumination upgrade, curbs, gutters, sidewalks, tree lawns and a possible roundabout at the intersection of Mountain View Road and 6th Street. Minor Right-of-Way acq uisition will be required at the Mountain View Road intersections with 6th Street and Joseph Street. NOTE: All tasks will be performed by J-U-B, The Langdon G roup or Gateway Mapping unless otherwise indicated. The deliverables include: 0 Concept Report É Environmental Evaluation Document and supporting technical reports City of Moscow, KEY 13014 Mountain View Road 1 ---PAGE BREAK--- 0 Phase IG Materials Report Mfle§tones Phase I Materials Report Submittal Concept Report Approval Environmental Evaluation Document Clearance City of Moscow, KEY 13014 Mountain View Road Submittal Date 2 ---PAGE BREAK--- I. Field Surveys All Survey activities will be completed by Hodge and Associates. All work under this section will conform to accepted surveying practices, lTD Standards, and Idaho State Code and Administration Policy regarding land surveying. The units for measurements and dimensions will be based on the U.S. Survey Foot. Primary Control: 1. Primary control consists of establishing intervisible monuments within the project limits. Primary control monuments will be set using #4 rebar with plastic cap marked Hodge Control Point." Vertical datum will be based on NGVD 29 (the City of Moscow's vertical datum). All measurements will be in U.S. Survey Feet. Coordinate system shall be Idaho State Plane (SPC 1103 ID 2. Research will include the Geodetic reference monuments, both horizontal and verticat Land Corner Records (CP&FL and right-of-way information for Mountain View Road, 6th Street, ih Street, Harold Street, Lemhi Street and Joseph Street. 3. Tem porary benchmarks will be set at a maximum distance of 1,000 feet and placed in an area that is capable of holding a stable elevation. 4. Public Land Corners will be tied during the Land Surveying Phase of the project. Corner perpetuation and filing records will be verified and updated as necessary. Existing Right-of-way: 5. Research property owners, records of surveys, and plats for affected properties along existing road corridor. 6. Prepare right-of-entry letters and send to existing property owners. 7. Tie existing property corners necessary to determine existing right-of-way. Tie centerline of existing road. Tie existing right-of-way monuments necessary to determine Mountain View Road right-of-way from the north end of 6th Street to the project limits south of Harold Street. Tie fences and applicable occupations along existing roadway. 8. Calculations will be completed to define the existing right-of-way and road centerline. Topographic Mapping: City of Moscow, KEY 13014 Mountain View Road 3 ---PAGE BREAK--- 9. Topographic mapping will be performed using conventional surveying methods adequate to produce 1-foot interval contours throughout the project. In general, the mapping will be limited to 50 feet on each side of centerline augmented with additional survey data sufficient to define existing drainages and wetlands areas delineated under Section 111.4.c along the roadway corridor. Other features to be mapped will include slopes, road intersections, driveway approaches, observed utilities, culverts, and structures near the proposed right-of-way limits. Intersecting roads will be profiled 300 ft. from Mountain View Road. 10. Prepare base map using the collected data at a scale and contour interval in accordance with the lTD Design Manual. Develop a digital terrain model. 11. Stake centerline of the proposed action. 12. Tie geotechnical bores and /or test pits to topographic mapping. 13. Tie top and toe of creek bank within 40 feet of centerline of existing road. 14. Request utility locates and field tie for base map. 15. The J-U-B Project Engineer will accompany the Surveyor during the field check of the base map and digital terrain model prior to utilizing for preliminary design. II. Materials Reports Materials investigations and reports will be done by STRATA with QC of reports by J-U-B. The City of Moscow plans to improve approximately 0.5 miles of Mountain View Road in Moscow, Idaho, from its intersection with Paradise Creek, north to the 6th Street intersection. Investigation will be performed to determine whether the existing road ballast is competent enough for a notch a nd widen, or will require full depth reconstruction for the asphalt paved roadway. We anticipate minor site grading will be required as small embankments (less than 5 feet) will be constructed to widen the existing road. Existing stormwater drainage patterns will be maintained. Existing utilities will also be maintained, but may be realigned as part of the planned improvements. To develop our geotechnical scope of services, STRATA discussed the project parameters and reviewed a preliminary scope with J-U-B. Based on our understanding of the proposed construction, the LHTAC and lTD Materials Report requirements and the anticipated soil and geologic conditions, we anticipate the geotechnical engineering evaluation will require the following scope of services: Phase IG- Geological Reconnaissance Report 1. STRATA will perform visual reconnaissance within the proposed improvement alignment to review existing drainage patterns, roadway alignment and to confirm the mapped surface City of Moscow, KEY 13014 Mountain View Road 4 ---PAGE BREAK--- geology. We will also identify locations for the subsurface exploration program and review roadway surface characteristics such as: roadway rutting and cracking, roadway grade, crown condition and other conditions which could affect roadway design. 2. STRATA will contact a public utility locating service to identify public utilities within the alignment right-of-way and reduce the potential for damage during exploration. 3. STRATA will subcontract a certified traffic control company to submit a traffic control plan to J­ U-B and the City for approval. The traffic plan will provide traffic control staff during exploration activities to help avoid traffic conflicts. 4. STRATA will observe subsurface conditions at 5 to 8 locations along the project alignment via advancing exploratory borings. We will coordinate exploration locations with J-U-B and the City. STRATA will subcontract a drill rig and operator to accomplish exploratory borings within the existing roadway to depths ranging from approximately 4 to 10 feet below the existing ground surface. Explorations will be located along the proposed alignment, spaced at approximate SOD­ foot intervals. We expect exploration locations will be truck accessible. Exploratory borings will be loosely backfilled at the conclusion of exploration. Borings will be plugged with bentonite and will receive aggregate and cold-mix asphalt patch at the surface. Some surface disturbance and loose soil remaining at the surface must be expected as part of exploration. Soil encountered at exploration locations will be visually classified referencing the Unified Soil Classification System {USCS). Subsurface profiles will be logged. The depth to groundwater, if encountered, will be recorded. Soil samples will be obtained at 2.5 to 5.0-foot-intervals for laboratory testing. 5. STRATA will accomplish laboratory testing on select soil samples collected during exploration. Laboratory testing will include, but is not limited to: • 2-3 in-situ density and moisture content • 2-3 gradation analyses • 2-3 percent passing the No. 200 sieve • 2-3 Atterberg limits • 1-2 pH and resistivity • 1-2 Modified Proctor • 1-2 R-value tests 6. STRATA will prepare a draft Phase I{G}- Geological Reconnaissance Report as outlined in Section 220.00 of the latest ITO Materials Manual edition. Reporting & Review An electronic copy of the draft Phase I{G) report in Adobe Acrobat® PDF and MS Word format will be provided to J-U-B for review by the project team. We will provide 4 final hard copies of the Phase I(G) report and 1 electronic copy in PDF format to J-U-B after incorporating draft report comments. The electronic copy will be provided to the City of Moscow and LHTAC upon completion. STRATA will also upload an electronic copy of the final report to ITO's ftp site. Our scope includes one draft and one final City of Moscow, KEY 13014 Mountain View Road 5 ---PAGE BREAK--- report submittal for agency review. Modifications from J-U-B reviews are included in draft and final reports. STRATA will attend 1 meeting with J-U-B, the City of Moscow and/or LHTAC within 50 miles of Moscow, Idaho to review the Phase I( G) report and to answer questions. Alternatively, we will attend 1 conference call report to discuss the report findings, upon request. Ill. Environmental Clearance The project is anticipated to receive a documented categorical exclusion. The subconsultants will prepare an Archaeological and Architectural Reconnaissance Report for compliance with CFR Title 36 Part 800 Section 106 process. It is anticipated that this project will not meet the requirements for a programmatic clearance. A Section 106 evaluation and a 4(f) Programmatic Evaluation are anticipated. Should a Determination of Adverse Effect or a Memorandum of Agreement (MOA) be required, these items will be completed as additional services. 1. Prepare ITD-0280 Feasibility Study. This includes a Purpose and Needs Report, Proposed Improvements from lTD 2708/1150, Environmental checklist, anticipated Environmental Document/Decision, Right-of-way with estimated direct/indirect costs and Parcel counts From lTD 2839, Preliminary Project Costs from lTD 1150 and Financial Plan. 2. J-U-B will obtain the most current countywide list of Endangered Species Act (ESA) species and critical habitats from the U.S. Fish and Wildlife Service (USFWS) website. J-U-B will request a project specific species listing (including a standard 2- mile buffer surrounding the proposed project action area) from the Idaho Department of Fish and Game's (IDFG) Information system. Note: Fees recently associated with IDFG's data request equated to a cost of $175. 3. Develop a No Effects Determination Letter for up to three species. Species and designated critical habitats appearing on the Latah Countywide ESA listing, dated September 7, 2012, are the Canada lynx, Spalding's and water Howellia. Species with a "candidate" status will not be addressed in the No Effects Determination Report. a. Item 3 allows for time to address internal review comments from Local Highway Technical Assistance Council (LHTAC), Idaho Transportation Department (lTD), and Federal Highway Administration (FHWA) to obtain an FHWA concurrence in regard to the No Effects Determination Report. City of Moscow, KEY 13014 Mountain View Road 6 ---PAGE BREAK--- 4. A wetland and/or stream delineation is anticipated. A preliminary review of National Wetlands Inventory (NWI) Maps (i.e. Moscow and Paradise Creek Quads) produced for the anticipated project action area reveal that potential wetlands and streams do exist and may be impacted by the proposed project. The anticipated project action area is adjacent to portions of Paradise Creek (two locations). The presence of sloped or fringe riverine wetlands is probable for the anticipated action area. A wetland scientist will survey the project action area to confirm initial research. Once a preliminary alignment is identified, a wetland scientist will walk the portions of the project to complete a wetland and stream assessment (or delineation) report. This work includes the following elements: a. The wetland and stream assessment (or delineation) report requires research of existing data (e.g. the NWI Maps and Soil Survey) to provide a baseline for the discussion section of this report. b. Fieldwork, within 100 feet on each side of centerline in the project action area, is mandatory to complete a wetland and stream assessment (or delineation) report for the proposed action. The fieldwork will be completed consistent with the U.S. Army Corps of Engineers (USACE) 1987 manual and in concert with the Regional Supplement (i.e. Arid West Region, Version 2 (dated September 2008)). Performing fieldwork during the growing season to confirm the three wetland parameters and distinguishing key defining stream characteristics are required when developing a meaningful wetland and stream assessment (or delineation) report. Generally speaking, fieldwork involves digging soil test pits, detailing vegetative assemblages, measuring water tables and soil saturation levels, and determining the ordinary high water mark (OHWM) of the stream channel based on physical criteria. c. Surveying will locate the OHWM and delineated wetland boundary stakes within 100 feet on each side of centerline in the project action area. This is in addition to the topographical survey and will be done after the wetland biologist delineates any wetlands and streams in the spring. d . Impacts that result from the proposed roadway improvements will be quantified for areas below the streams' OHWM and any areas that encroach within the identified wetlands. e. The development of Items A-D, collectively, will influence the preparation of the first draft of the wetland and stream assessment (or delineation) report. Item E involves: creating field data forms and other supporting documents; a nd, developing a photo inventory or exhibits that will be enclosed within the wetland and stream assessment (or delineation) report. City of Moscow, KEY 13014 Mountain View Road 7 ---PAGE BREAK--- f. Prepare a Draft wetland and stream assessment (or delineation) report and reference technical guidance documents. g. Conduct the draft wetland and stream assessment (or delineation) report internal QA/QC review and revise per comments. A QC/QA sign-off form will be prepared and submitted. h. Submit the draft wetland and stream assessment (or delineation) report to the City of Moscow and LHTAC. Comments will be considered and incorporated into the revised draft report. i. The final wetland and stream assessment (or delineation) report is submitted to LHTAC and forwarded to lTD. lTD will submit the wetland and stream assessment (or delineation) report to USACE. j. Consultation time with the USACE is likely to expedite the review and permitting process. If an on-site meeting is requested, J-U-B will coordinate a meeting with lTD and USACE to review the established OHWMs and wetland boundaries. k. Prepare and submit a Joint Application to the USACE and Idaho Department of Water Resources (IDWR). For the purposes of estimating work scope, Paradise Creek is assumed to be a Jurisdictional Water of the U.S. An USACE nationwide permit is anticipated for this proposed project. Prepare a request for Water Quality 401 Certification and submit to the Idaho Department of Environmental Quality. The work element encompassed by Item 3 and the corresponding level of effort is based on preliminary review of the NWI and soils maps. Again, this estimate reflects a project study area that correlates to approximately 0.5 miles of roadway and 100 feet in both directions of the existing centerline. If a wetland mitigation plan is warranted to supplement item then additional services will be negotiated. 5. Prepare a Section 4(f) Programmatic Evaluation (anticipated) a. Coordinate with FHWA/officials having jurisdiction of 4(f) property. b. Prepare letters of agreement for officials having jurisdiction of 4(f) property. 6. Collect pertinent socioeconomic/agency data. Data will be collected from the applicable government/local agencies for the preparation of the Environmental Evaluation Report. 7. Prepare an ITD-654 (Environmental Evaluation). Data collection by J-U-B includes obtaining maps, aerial photos, flood plain information, water quality run-off impacts, information to support statements about the need for (or lack of) a Noise City of Moscow, KEY 13014 Mountain View Road 8 ---PAGE BREAK--- Study or Air Quality analysis for the project to complete the environmental evaluation. The Environmental Evaluation Form (ITD-654) will be completed by J-U­ B. This scope of work does not include a Noise Study or Air Quality Analysis as they are not anticipated to be required. 8. Prepare ITD-652 (Hazardous Materials Administrative Review). Research online records at the Department of Environmental Quality, Environmental Protection Agency, Idaho Health Department and other pertinent agency. 9. Complete the ITD-2784 (NPDES stormwater permit checklist). More than one acre of soil disturbance and a potential to discharge stormwater to Waters of the U.S. is likely. Therefore, a National Pollutant Discharge Elimination System (NPDES) stormwater discharge permit with draft Storm Water Pollution Protection Plan is anticipated. 10. Coordinate with subconsultants in the preparation of an Archaeological and Architectural Reconnaissance Report for compliance with CFR Title 36 Part 800 Section 106 process. J-U-B will provide a project data package to the subconsultants consisting of items prepared under separate tasks in addition to special drawings, maps, and reference materials that will be used by the sub-consultants in understanding the project such as: a. A description of the proposed project from the draft Concept Report. b. Purpose and Need Statement. c. Graphics showing the existing and proposed right-of-way. d. Specific a reas that may be affected by roadway shifts, including staging areas and detours. e. A description of the construction techniques employed to accomplish project objectives. f. Maps, drawings or figures showing project-specific locations and construction details including any staging, lay-down, or other areas where project-related work will occur. 11. lTD will issue the ITD-1502 (Determination of Significance and Effect). J-U-B will review the document and follow up on determinations by consulting the archaeological and architectural sub-consultants for supplemental data as required by SHPO and lTD. 12. Compile draft environmental evaluation (EE) document. A vicinity map, purpose and need statement, project description, and discussions on noise, right-of-way, land use environmental justice, sole source aquifer evaluation, floodplains, farmlands, historic preservation act, Section 4(f) resources, threatened and endangered species, air quality, NPDES general permit, mitigation commitments, relocation, and visual impacts will be addressed. A photo log will be prepared. City of Moscow, KEY 13014 Mountain View Road 9 ---PAGE BREAK--- 13. Task by Sub-Consultant - TRANSECT ARCHAEOLOGY Environmental cultural resources survey work includes: The Mountain View Road cultural resources survey will follow the approximately 0.5 mile-long path of Mountain View Road between the Paradise Creek Bridge and 6th Street in the City of Moscow, Idaho. The roadway will potentially be widened to 36 feet, and improved with the addition of updated curbs, gutters, tree lawns, sidewalks, and possibly a traffic roundabout. Prehistoric campsites, historic sites/structures, and historic agricultural materials could potentially exist within the project area. 1. 2. 3. Research/Communication: Records research requests will be initiated with the Idaho SHPO, and local library resources will be utilized to learn about the prehistoric and historic contexts of the survey area. Research will include examination of historic maps and texts relevant to the project area. The Coeur d'Alene and Nez Perce Tribes can be valuable sources of information regarding archaeological, historic, and traditional cultural uses of the project area. Tribal correspondence will be drafted by J-U-B and routed trough LHTAC/ITD. Survey: There two stages in the proposed field-survey methodology for Mountain View Road. The first stage is a pedestrian survey by a team of two archaeologists that would survey the entire periphery of the existing roadway path. The pedestrian survey goal is to locate cultural resources (sites, isolates, buildings, objects, etc.) and identify locations where sub-surface shovel testing is required. Archaeological and historic cultural resources will be fully recorded and reported to Idaho State Historic Preservation Office (SHPO) standards. The second stage of the survey is sub-surface shovel testing. A team of two archaeologists will produce 12 shovel test holes adjacent to Mountain View Road. The shovel pit testing locations will be determined pragmatically after the pedestrian survey, a nd will be utilized primarily to sample high probability landforms (such as near spring areas, or near Paradise Creek), or areas with poor surface visibility. Report: The archaeological survey report will be a professional document that meets the standards established by the Idaho State Historic Preservation Office(SHPO) and Idaho Transportation Department (lTD). The report will describe the research results, survey technique, and survey results. The report will describe any prehistoric or historic cultural resources located by the survey team and will offer recommendations regarding the treatment of the potential resources in relation to the project. Task by Sub-Consultant - POWER ENGINEERS, INC. City of Moscow, KEY 13014 Mountain View Road 10 ---PAGE BREAK--- Environmental architectural evaluation of properties includes: 1. 2. 3. 4. 5. Project Management and Coordination. POWER will manage all aspects of the architectural survey and report production including budgeting. Cultural resource personnel from POWER will be available for up to five agency coordination calls with J-U-B, lHTAC, and lTD cultural resource staff. Background Research. POWER will conduct sufficient background research on each of the architectural properties identified as requiring documentation to meet the standards for documentation in the Idaho Historic Sites Inventory Requirements and Standards/or Documentation. At a minimum, this will include reviewing latah County assessor's records to obtain dates of construction for each of the buildings and structures, and available historical map plats (e.g. subdivision plat maps, Metzger's Atlas of latah county, Sanborn Maps). Field Documentation. POWER will document up to five properties including all buildings and structures on the property that are visible from public ROW. Photos will be taken of all elevations of each of the buildings or structures visible from the public ROW and notes will be taken in sufficient detail to complete the Idaho Historic Sites Inventory (IHSI) forms and make recommendations of eligibility for listing on the National Register. Up to six properties may be noted but not recorded. These buildings will postdate 1968. A photo will be taken, the location noted, and justification will be provided for not fully documenting the property. Idaho Historic Sites Inventory (IHSI) Forms. POWER will complete IHSI inventory forms for up to five properties. Required background documentation, photos, maps, and site sketches will be included. Draft and Final Inventory Reports. POWER will produce draft and final copies of the inventory report and provide the req uisite numbers of hard and electronic copies to J-U-B for distribution to lHTAC. ASSUMPTIONS: • J-U-B will provide all project maps including construction design to POWER prior to the field survey • Buildings and structures that will be documented are based on project specifications provided by the project proponent and in consultation with the Idaho Department of Transportation Architectural Historian • Residential buildings in the Eastgate/Estate subdivision west of Mountain View Road will not require documentation because the fence separating the subdivision from the ROW will not be relocated • Buildings on the fairgrounds property will not require documentation City of Moscow, KEY 13014 Mountain View Road 11 ---PAGE BREAK--- • Up to five separate properties will require documentation on IHSI forms. Up to six additional properties may be noted but not documented because they appear, or are known, to post-date 1968 • All documentation of properties will be from public ROW. No access to private property will be required • No Section 4(f) evaluations will be required of POWER (completed by J-U-B) • Fieldwork and background research in Moscow can be completed by one professional in one field day plus travel • All documentation will be submitted to J-U-B for delivery to LHTAC, lTD, and the Idaho SHPO • POWER is not responsible for agency review time duration Deliverable(s) • Draft: IHSI forms for up to five properties including all required photos and maps and req uisite numbers of the Inventory Report • Final: IHSI forms for up to five properties including all required photos and maps and requisite numbers of the Inventory Report IV-A. Concept Approval Data Collection: 1. Site Visit: Key J-U-B team members, City of Moscow stakeholders (Public Works, emergency services, etc.) and LHTAC will walk the project taking photographs and documenting important manmade and natural features potentially affected by the anticipated project action. Project Standards and Geometric Sections: 2. ITD-783 (Concept Approval): This is the signature page that goes with the Concept Report. Before completing this sheet, a concept narrative will be prepared. 3. ITD-757 (Design Standards): The information placed on this form provides the basis for all geometric design for the project. It requires careful analysis of existing roadway conditions and design standards. It is anticipated that State Design standards for non-NHS urban streets will be used. The ITD-0280 (Feasibility Study) will be prepared by the environmental team and is covered under the environmental potion of this scope. 4. Draft Typical Sections: J-U-B will p repare draft typical sections based off the design standards and information produced for the ITD-757. These typical sections will be provided to Moscow and LHTAC for review and approval before City of Moscow, KEY 13014 Mountain View Road 12 ---PAGE BREAK--- submitting the Concept Report. Summarize Traffic Data: 5. Traffic Counts: Moscow has moderately extensive traffic counts at 6th street. J­ U-B will obtain turning movement traffic counts from the City's consultant for the Joseph Street intersection. J-U-B will reduce and analyze the traffic count information provided by the City for the Mountain View Road and 6th Street intersection. 6. Crash Analysis: Collect crash data and perform a crash study and reduction analysis. 7. ITD-2658 (Safety Evaluation): Complete the ITD-2658 safety evaluation for Spot Intersection versus full project length analysis. Determine future 20 year (2032) traffic projects. These traffic volumes will be provided to the City of Moscow for review and approval. 8. Operational Analysis: Using the 2032 intersection traffic volumes a complete operational analysis will be performed for the intersection of Mountain View Road and 6th Street. The analysis will look at the no build alternative, stop control (non signalized intersection with stop condition on 6th Street only) and roundabout conditions. software will be used to determine future traffic operations for the no build and 6th Street stop alternatives. Sidra software will be used to determine future traffic operations for the roundabout alternative. For the City's use, the configuration of a roundabout studied at Mountain View and 6th will be used to determine R/W needs for a future roundabout at Mountain View and Joseph Streets. Alternative Solutions and Costs: 9. Alternative Analysis: Up to three alternative solutions and opinions of probable costs will be identified. Items to be completed for this task will include reviewing concepts on site to for the viability of the alternatives and the compatibility with the adjacent facilities. It is expected that the alternatives will be focused primarily on the 6th and Joseph Street intersections. The alternatives to be studied are: 1) stop control intersection; 2) roundabouts at 6th and Joseph Streets and; 3) no-build. 10. Alternative Descriptions: Write a detailed description for each alternative. This description will include preliminary vertical and horizontal adjustments, impact of each alternative on potential cultural and wetland sites, right-of-way take, rehabilitation or reconstruction options and impacts to traveling. 11. Construction Traffic Control: Construction Traffic Control options for each alternative will be studied to address construction impacts to the traveling public. City of Moscow, KEY 13014 Mountain View Road 13 ---PAGE BREAK--- 12. Cost Estimate: Prepare a budgeting cost estimate for each alternative to be used in evaluating the major cost difference between alternatives. 13. ITD-758(Aiternate Solutions and Costs): This is the formal narrative portion of the Concept Report that identifies the alternatives studied and selects a preferred or recommended alternative. The selection is based on public comment, LCCA, traffic modeling, R/W impacts and other design features. 14. ITD-2839 (R/W Cost Estimate): This form provides a dollar value to Land, Site Improvements, Relocation, Acquisition Costs and Incidentals in determining the value of proposed new R/W and will be provided to the acquisition consultant working directly for the City. 15. Cost Estimate (Preferred Alternative): Prepare a detailed preliminary cost estimate of the preferred alternative. Prepare ITD-1150, project cost summary sheet. Design Exceptions and Justifications: Design exceptions are not anticipated or included in this scope of work. This will be considered additional work and would be completed by supplemental agreement. Public Involvement: 16. Develop Concept Public Involvement Plan. The Langdon Group (TLG) will prepare a draft Public Involvement (PI) Plan that will identify potential stakeholder groups and develop preliminary plans for the PI activities. The draft plan will be reviewed with city staff for concurrence as well as to verify if all initial stakeholders that should be included in the process have been identified. The plan will be updated as further information is gathered during the concept phase. Deliverables: a. Initial PI Activities Schedule b. Stakeholder Database c. Media Outreach Plan d. Initial List of Stakeholder Groups e. Initial Plan for PI Activities 17. Conduct Stakeholder Interviews. Following approval of the public involvement plan from the City, TLG will meet and conduct interviews with key stakeholders to develop an understanding of issues and challenges associated with the project. The goal of this scope item is to actively engage the stakeholders early in the process prior to initiating preliminary design activities. TLG will prepare City of Moscow, KEY 13014 Mountain View Road 14 ---PAGE BREAK--- maps showing the limits of the project to help promote discussion with the stakeholders. All meetings will be documented and summarized for inclusion in the project file and environmental clearance documentation. These interviews will take place with p roperty owners bordering or near potential intersection improvements. Deliverables: a. Display maps showing the limits of the project b. Analysis Report of Interviews c. Key Messages document to promote consistent public communications 1 8. Conduct Citizen Information Meeting. Following completion of the initial stakeholder interviews, TLG will conduct a citizen information meeting to provide the public with an opportunity to provide input on the project, and to discuss project concept plans and exhibits. The location and time of the meeting will be coordinated with the City and TLG will coordinate the logistics for the meeting. TLG will coordinate advertisement and/or legal notice for the citizen information meeting and will prepare Meeting Materials and Displays. A summary of citizen comments will be developed and submitted to the design team and City for inclusion in the preliminary design report. Assumptions: a. One citizen information meeting is anticipated for the concept phase Deliverables: a. Coordinate the Advertisement and/or Legal Notice for Citizen Information Meetings b. Conduct Citizen Information Meeting c. Provide a Summary of Citizen Comments d. Provide all materials for City website (as PDFs) 19. Innovative Outreach: In addition to the Citizen Information Meeting, TLG will organize and facilitate innovative public outreach processes to target specific project elements and increase the public's opportunity for participation Proposals: a. Spatial analysis of feedback gathered during concept phase, using 3P Visual b. Deliverables: a. Provide summaries of Citizen Comments City of Moscow, KEY 13014 Mountain View Road 15 ---PAGE BREAK--- 20. Public Involvement and Information Materials. TLG will provide information pieces to keep stakeholders informed of anticipated impacts, project schedule, upcoming citizen information meeting(s), and to educate property owners about right-of-way issues. As appropriate, the format may be a newsletter, project information sheet, FAQ sheet or post card; this format may be dictated in part by amount of content and/or project schedule/milestones. TLG to build upon existing format and language developed over the course of the project, coordinate content and revisions with, and submit for approval to City staff. These information materials may be distributed through direct mail, email, meetings, door-to-door visits and other appropriate venues. TLG will provide all materials to the City for updates to City website. Assumptions: a. TLG to provide layout/design, printing and manage direct mail Deliverables: a. Up to four project updates (sent via mail, email or door-to-door distribution as appropriate) b. Updates for City website (provided as PDFs) c. Updates to Project social media (Facebook, Twitter) as determined by City 21. Communication with Stakeholders: TLG will maintain communication with stakeholders to provide consistency of communication flow. Respond to stakeholder inquiries; send email updates; maintain communication through personal visits, phone and/or email. Deliverables: a. Ongoing stakeholder availability b. Email project updates to stakeholders 22. Stakeholder Database: TLG will maintain a database of stakeholders and update contacts and project participants to track concerns, issues and interactions. Deliverables: a. Updates to Database 23. Media Relations Support: TLG will assist with and coordinate media efforts with City personnel. Prepare news releases for City distribution; may include City of Moscow, KEY 13014 Mountain View Road 16 ---PAGE BREAK--- announcements of appropriate project milestones. TLG will also prepare staff talking points for any media appearance or interview. Deliverables: a. News releases drafted for City distribution (up to four releases) 24. Public Involvement Documentation and Evaluation: TLG will incorporate into the Public Involvement Plan methods for evaluating the process throughout the project. At the conclusion of the project, TLG will compile and distribute a post­ project report that includes an overview of public information/public involvement activities from the beginning to end of the project. Deliverables: a. An overview of public involvement activities b. Record of all stakeholder contacts c. Public involvement evaluation based on goals identified in PI plan 25. Team Coordination and Communication: Attend team meetings and participate in conference calls as required. Assumptions: a. attendance at team meetings as required b. participation in conference calls as required Deliverables: a. Attend team meetings b. Participate in team conference calls Concept Report: 26. Compile the Concept Report. The concept report will contain: ITD-786; A project description including Purpose and Need statement, a statement of required environmental permits or other environmental requirements, constraints and other issues; Vicinity Sketch; ITD-757 Design Standards and supporting data; ITD- 758 Alternative Solutions and Costs; Approved Phase I Materials Report and LCCA; Typical Sections; Public meeting summary with public comments addressed; Detailed cost estimate for preferred alternative. 27. Internal QC/QA. The Concept Report will undergo an internal QC review by a senior engineer. A QC/QA sign-off form will be p repared and submitted. 28. Adjustment from QC/QA. The Concept Report will be adjusted based on the QC/QA comments. City of Moscow, KEY 13014 Mountain View Road 17 ---PAGE BREAK--- 29. Concept Review: An agency review (draft) Concept Report will be presented to Moscow and LHTAC for discussion and comment. 30. Final Concept: Revise the draft report and submit the final report to Moscow and LHTAC for approval and signatures. V. Project Management and Coordination 1. Prepare detailed project updates for Moscow and LHTAC. 2. Assist Moscow with Federal Aid administrative items. 3. Prepare progress reports, invoices, supporting documentation and updates required by ITD/LHTAC. 4. General file management and process improvement for support document submittal at project com pletion. 5. CPM updates 6. Environmental Administrative Record (end of project). 7. Preparation of Project guide books and updates. These will consist of 3 ring binders containing a project contacts list; the contract and scope of work; schedule and schedule updates; project forms; project task list and budget; meeting notes; public information activities and public comments; project QC/OA procedures and review comments. City of Moscow, KEY 13014 Mountain View Road 18 ---PAGE BREAK--- Negotiated labor Hour Estimate • J-U-B ENGINEERS, INC Mountain View Road, City of Moscow Project No. 13(014); Key No. 13014 LHTAC l I. FIELD SURVEYS I E&abbtl ڽJII* IMI'II;J'M,Z͛owpii\Jif'lle͔Wo͕ _ 7 'Jljt .:aidbo ptOptl'l'fCDINB a CalbiA1a t.o...-.ayCMUJ..,. Now ht-<>I·Wo oo""ro nl . IG Pr...,bU4111\tlllaM DTM U Tl• so.ve POWER ENGINEERS r--euifiTiiilR-..oulcai"'s•͍ 1 ::͊I.VId,. ڍ J Plol_.,.d!KU"MMI!Ian Ċ id.at'll)fld,lonc W• s 01111 1'1mb• I Iii I TOTAL \Al\OR HOURڝ • PO'Ii9t eMIUH..!.tlH'TAl JUB ENGINEERS, INC I 20 • 12 0 0 24 10 • • 6 6 0 26 12 • 8 24 10 8 1a z 0 a 0 0 0 0 26Sf Total l·HO!.KI 16 20 441 Tol•f L-Hsura 8 a 16 23 C8 103! 2 o! L·Hours l·HOliiS ol ol Molly ڗ Lo-. 6 2 8 16 12 3 32 6 Hi nl J-U·B ENGINEERS ol l·HOW.!I ol Snlia 8 ei 16 14 • 0 • 12 0 6 6 0 12 • 16 28 oi •sl ul 1stll l·Hours l·HoUfl c.Hour:s l-Hour& l·Hours ol oi ol Of of f'-i-͚W.A< (ij 2ڌ 10 -͆10͇ ̈́ 2.2j oj a! oi oi oi oi oj oi oj 1 or 1 21512013 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No. 13(014); Key No. 13014 LHTAC IV-B PRELIMINARY DESIGN P-iiir""",-11lons I flll .rwll 2- !itd‘J.--̀ J CluJIIIIC'ill lutMIIV alwtl flCIټۇoilf flll1e &loii'IWflarr m..a 5l'l'fpUI̿ 0: Tپ CM'I"'If\l'ri!D'"'et 7 P\ln.,.'ill1t. 8 Pfٿahe•b 9 fqڀ-tlr05ځ 10 adii'IJW\ٽ 11 Uf t2 13 OC.al͜r:trAanop-Kh"' JG ٻ Jll•bnnauTdi iQn & attend review IIV·O !IolM.ORnltAINAAYDE$1Gfc JUB ENGINEERS, INC. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 oi oi oi J-U-B ENGINEERS, INC. HODGE & ASSOCIATES To!oJ I Poڂp•l I ls(•Y c wl PLS I I - - , 0 D 0 0 D 0 0 D 0 0 0 D 0 0 0 0 oi oi oi oi oi oi oi oj oi o! oi oj oj OJ 1 or 1 2/5/2013 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mounlaln View Road, City of Moscow Project No 13(014); Key No, 13014 LHTAC IV-C DESIGN APPROVAL JUB ENGINEERS, INC Tot.l l·tfou• g' oi J-U-8 ENGINEERS, INC. oi oi oi oi oi 1 of 1 HODGE & ASSOCIATES ol oi o! oi oi oi oj oi oj oj o) 2/5/201 3 ---PAGE BREAK--- , ft.o.hd IEٺ • Elf0ft.IEE1f&. lf!C V\o.wltu(c.ya Pro}llct No 13(01<1);K•yNo 1301<1 li-UAC liliiitWwo;- . ' MIC - - ̽ o 111 1ĉ.--11 , . . . ٷ - · . f r .C 42. Cton•-· .3 _ & 4. ٸIHII'I'P , - . 0 oe.c.. u s, _ Got !toi,UJCɀQ4.n.ftl' • m.:llj JUB ENGINEERS, INC _ J-U-B ENGINEERS, INC. - - - - - - a! o! ol ol a! a! a! HODGE & ASSOCIATES STRATA - - - - • • • 0 • . • 0 0 • 0 • 0 • • • • • • • • • • • • 0 0 0 • 0 • - - " 0 • 0 0 • • . • ' 0 0 . ٹ - - ć - - - " " . 0 ol ol ol o! ol ol a! o! o! cl of oi o! ol dl o! ol 1 01 1 l/SI2.013 ---PAGE BREAK--- Negotiated Labor Hour Eslimate • J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No, 13(014); Key No. 13014 LHTAC IV·H P.S.&E. SUBMITTAL 4 AOIIIMIP'""•'-' ٵ V Projocl M,nagement :litd Coordination PiofocfMannaoniii'ilti.nl"bao 1 Ptep.are monlh# IHUrr.lt::f .c;llJDibtn a !0ٴ"61bF'flJi!ni.ASd niive tllm• 3 l)fO:GIIU r.ٱ lrft'Oٰ'I • V(ld!a l 4 G.,..ral ٲ1• manapm11(1d !5 L'ٳntN CPU LIIDialato (J ElwkONnlh"'Yl •ٶtr1.M rlrCOI'd t o.,..&r.l˜l'd.O...Mioaf 7 Pto)«.'IIDJNIIZJdaJ..• [v I Total Pro[od Monagomenl ond JUB ENGINEERS, INC. Total l•Hours 0 0 0 0 0 0 oi 0 12 0 42 20 12 0 0 12 oei J-U-8 ENGINEERS, INC. ol o! oi oi o( oi 0 0 0 12 0 18 4 4 12 e o( oi oi oi 1 or ! HODGE & ASSOCIATES Cler l·Hours C·Hour1 I !I I I I I I I oi oi o! ol oi ol ol ol o! ol 0 :I ol ol ol ol ol ol :I ol ol ol ol ol ol 4 2 2 0 24 5 3 2 12 8 4 4 D 0 0 6 0 o( o! I 171 9l o( o! si oi 2l 2/5/2013 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No. 1 3(01 4) ; Key No. 1 30 1 4 LHTAC Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC SUMMARY I. Field Surveys II. Solis & Materrals Investigation HI. Enwonmental Assessment IVA. Concept I VB. Prehmmary IV C. Design Approval IVD-G. Final Oeslgn IVH. PS&E lVI. Resident Engineer's File v. Pro'ect Management J-U-B LABOR DAYS SALARY COSTS A. Summary of Man-Hour Costs 1 Principal 2 PM 3 P.l. Specialist 4 PE 5 Engr Tech/ Drafter 6 Cler 8 Enviro Mgr 9 Enviro Tech 1 0 B. Payroll Burden & Fringe Benefit Costs 1 Audited Employee Payroll Burden/Fnn e Cost Total Indirect Labor & Overhead 3 Net Fee 4 FCCM C. Out-of-Pocket Costs - (See detail sheet) 11Hodge & Associates 21:)trata 3 Power EnVIronmental 4 Transect 5 NOT USED 6 NOT USED 7 J-U·B Direct Expenses Prepared by: J-U·B ENGINEERS, Inc. 7825 Meadowlark Way Coeur d' Alene, Idaho 838 1 5 JUS ENGINEERS, INC. Total L·Hours 8 2 285 270.5 0 0 0 0 0 98 663.5 0.00 91 .50 81 .00 1 40.00 70.00 1 4.00 98.00 1 69.00 Principal PM L-Hours L-Hours· 0 2 0 2 0 6 0 35.5 0 0 0 0 0 0 0 0 0 0 0 46 0 91 .5 L-Hours L-Hours L-Hours L·Hours L-Hours L·Hours L-Hours L-Hours l-Hours TOTAL DIRECT PAYROLL X X X P.l. Specialist L-Hours 0 0 0 81 0 0 0 0 0 0 81 PE L-Hours 6 0 0 1 24 0 0 0 0 0 1 0 1 40 Engr Tech/ Drafter L-Hours 0 0 48 22 0 0 0 0 0 0 70 $77.40 $66.93 $28.84 $41 .46 $29.51 $23.91 $33.67 $33.26 $0.00 TOTAL PAYROLL, BURDEN, FRINGE & FEE 1 1 1 1 . . 1 1 of 1 X X X X X X X $13,287.28 $ 1 1 ,359.95 $1 1,826.06 $6,744.20 $0.00 $0.00 $3,355.40 TOTAL OUT-OF-POCKET COSTS TOTAL ESTIMATED FEE Cler C-Hours 0 0 1 4 0 0 0 0 0 0 0 1 4 /hour = /hour= /hour = /hour = /hour= /hour = /hour /hour ­ /hour - $ $ $ $ $ $ $ $ $ I S s $ $ $ Enviro Mgr L-Hours 0 0 46 8 0 0 0 0 0 42 98 . 6 , 1 24.1 0 2,336.04 5,804.40 2,065.56 334.74 3,299.66 5,620.94 . 25,585.44 $1 3,287.28 $1 1 ,359.95 $1 1 ,826.06 $6,744.20 . . 3,355.40 46,572.89 $131,484.191 Enviro Tech L-Hours 0 0 1 69 0 0 0 0 0 0 0 1 69 2/6/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 3014 LHTAC DIRECT EXPENSES 'A MtsceJ ianeous - tlnit __J!Jnit Gost 1 Open House Malelials 1 $750.00 2 Certified Letters 40 $4.00 3 NOT USED 1 4 NOT USED 1 5 NOT USED 0 6 NOT USED 0 Principal PM NUmber of trips 1 Average miles per trip 95 325 Total miles 2560 325 Cost per mile 0.565 0.500 Total !lip cost $1 .446.40 $162.50 51,446.40 c. TOTAL PER DIEM COST I $999.00 Cost per hour $50.00 # days/(6 hours) 0 Total rental $0.00 I Total J-U-8 Directs 53.355.40 JUB ENGINEERS, INC. • • Specialist 6 325 1 950 0.500 $975.00 1 of 1 PE 1 95 95 0.500 $47.50 t::.ngr I eCill Drafter 95 0 0.500 $0.00 Cler Enviro Mgr Enviro Tech 0 0 2 0 95 95 95 1 25 0 1 90 0 0 0.500 0.500 0.500 0.500 $0.00 $95.00 $0.00 $0.00 2/5/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estiamte - Hodge and Associates Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 3014 LHTAC Negotiated Labor Hour Estiamte - Hodge and Associates SUMMARY I. Field Surveys II. Soils & Materials Investigation Ill. Environmental Assessment IVA, Concept IVB. Preliminary IVC. Design Approval IVD-G. Final Design IVH. PS&E lVI. Resident Engineeǯs File V. Pro'ect Management J-U-B LABOR DAYS SALARY COSTS A. Summary ol Man-Hour Costs 1 Principal 2 Project Monagor 3 Survey Craw 4 PLS S Drafter 6 Cler B. Payroll Burden & Fringe Benefit Costs 1 Audited Emflloyee Payroll Burden/Fringe Cost Total Indirect Labor & Overhead 3 Net Fee 4 FCCM C. Out-of-Pocket Costs -(See delail sheet) 1 Copies 2 Printing, Maps, UPS, etc (Est1mate) 3 NOT USED 4 NOT USED 5 NOT USED 6 NOT USED 7 NOT USED Prepared by: J-U-B ENGINEERS, Inc. 7825 Meadowlarl< Way Coeur d' Alene, Idaho 83815 JUB ENGINEERS, INC. Total L-Hours 102 4 6 4 0 0 0 0 0 17 1 33 1 8.00 0.00 44.00 46.00 23.00 2.00 Principal L-Hours 5 0 0 4 0 0 0 0 0 9 1 8 L-Hours L-Hours L-Hours L-Hours L-Hours L-Hours Project Survey Manager Crew L-Hours L-Hours 0 37 0 3 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 44 Scott Becker PLS L-Hours Mike Thompson , Allison Younger Allison Younger Shawn Wemple : omda Drafter L-Hours 40 20 0 1 0 2 0 0 0 0 0 0 0 0 0 0 0 0 6 0 46 23 $34.62 S22.00 $45.00 $23.00 $17.00 $15.00 TOTAL DIRECT PAYROLL ~ X X X TOTAL PAYROLL, BURDEN, FRINGE & FEE X $200.00 X $1 00.00 X X X X X TOTAL OUT-OF-POCKET COSTS TOTAL ESTIMATED FEE 1 of 1 Cler C-Hours 0 0 0 0 0 0 0 0 0 2 2 /hour = /hour = /hour = /hour = /hour = /hour = $ 623 16 s . s 1 ,980.00 s 1 ,058.00 s 391 .00 s 30.00 I s 4,082.16 $200,00 $1 00.00 $0.00 $0,00 $ $ . $ 300.00 $13,287.28 I 2/6/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No. 1 3(014); Key No. 1 3014 LHTAC DIRECT EXPENSES - Hodge & Associates I SUBTOTAl TOTAL DIRECT EXPENSE JUB ENGINEERS, INC. $3oo.oo I 1 of 1 2/5/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estiamte - STRATA Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 3014 LHTAC Negotiated Labor Hour Estiamte - STRATA SUMMARY I. Field Surveys II. Soils & Materials Investigation Ill. Environmental Assessment IVA. Concept fVB. Prefimlnarv IVC. Design Approval IVD-F. RIW. Utilities. Illumination IV G. Final Design IVH. PS&E lVI. Resident EngineeÊs File V. Project Management J·U·B LABOR DAYS SALARY COSTS A. Summary of Man-Hour Costs 1 Principal 2 Project Manager 3 Geotechnical Engineer 4 Geologist 5 Geologist 6 Drafter 8 Cler B. Payroll Burden & Fringe Benefit Costs 1 Audited Employee Payroll Burden/Fringe Cost Total Indirect Labor & Overhead 3 Net Feo 4 FCCM C. Out-of-Pocket Costs -{See detail sheet) 1 Haz-Tech Drilling. Inc 2 Eclipse Traffic Control 3 NOT USED 4 NOT USED 5 NOT USED 6 NOT USED 7 NOT USED Prepared by: J-U-B ENGINEERS, Inc. 7825 Meadowlar1< Way Coeur d' Alene. Idaho 83815 JUB ENGINEERS, INC. Total L-Hours 0 80 0 0 0 0 0 0 0 0 0 80 1 0.00 34.00 22,00 '0.00 0.00 6.00 8.00 Principal L-Hours 10 0 1 0 L-Hours L-Hours l-Hours L-Hours l-Hours L-Hours L-Hours Geotechni Project cal Manager Engineer Geologist L-Hours 34 0 34 T. Wambeke A. Abrams C. Shelton S. Ringo K. Goodwin C. Shelton M. Gregory L-Hours L-Hour,s 22 0 22 Drafter L-Hours 0 6 0 0 0 6 $46.58 $33.53 $18.00 $26.93 $1 5.40 $1 8.00 $20.58 TOTAL DIRECT PAYROLL X X X TOTAL PAYROLL, BURDEN, FRINGE & FEE X X X X X 1 of 1 $4.502.50 $652.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL OUT-OF-POCKET COSTS TOTAL ESTIMATED FEE Cler C. Hours 8 0 8 /hour = /hour = /hour = /hour = /hour = /hour = /hour = $ s s s s s s s $ 465.80 1,140,02 396.00 108.00 104.64 2.274.46 $4,502,50 $652.00 $0.00 $0.00 $0.00 $0.00 $0.00 5,1 54,50 m ,359.95 1 2/6/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estimate - J-U-8 ENGINEERS, INC Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 30 1 4 LHTAC 2.4 Out-of-Pocket Costs - Strata A Mileage B Exploration Expenses (paint, baggies, Shelby Tubes) c Report Copies D Computer analyses E Laboratory Testing- Unit Rates I in-situ density and moisture II Percent passing the No. 200 sieve IIi ph and Resistivity lv Atterberg Limits v Grain Size Distribution VI Modified Proctor vii R-Value 2.5 Subcontractors A Drilling Subcontractor B Traffic Control Subcontractor c JUB ENGINEERS, INC. 50 1 3 6 3 3 2 3 3 2 2 1 1 1 of 1 $ 0.565 = $ 28.25 $ 1 75.00 = $ 1 75.00 $ 50.00 = $ 1 50.00 $ 25.00 = $ 1 50.00 $ 35.00 = $ 1 05.00 $ 35,00 = $ 1 05.00 $ 70.00 = $ 140.00 $ 1 20.00 = $ 360.00 $ 1 20.00 = $ 360.00 $ 1 50.00 = $ 300.00 $ 350.00 = $ 700.00 . · TOTALOUT -OF-POCKET COSTS I s 2,5.73.25 I $ 4,502.50 = $ 4,502.50 $ 652.00 = $ 652.00 $ - = $ - I TOTAL SUBCONTRACTOR•COSTS 154.so I T.OTAL DIRECT EXI'EN.SES I s 7,727.7sl 2/5/201 3 ---PAGE BREAK--- Eclipse Traffic Control & Flagging Inc. 1 1497 N Reed Road Hayden, ld 83835 NAME / ADDRESS STRATA 1428 South Main St Moscow, Idaho 83843 ITEM# DESCRIPTION 000 Rent Traffic Control S ignage 0 1 2 Incidental Traffic Control Items 001 Hourly Traffic Control Maintenance 002 Hourly Flagging 100 Mobilization 102 Traffic Control Plans This quote is good for 30 days Eclipse Traffic Control & Flagging is a non-union company and will NOT sign one time signature agreements QTY BID PROPOSAL 1 0 I 2 1 6 I I ID-PW#l4006 8-4 ID-DBE 49CFR26 WA-UBI #60 1 965 284 WA-WDBE #02F69 1 7244 DATE 1 0/29/20 12 PROJECT Mt. View Rd, Moscow U N IT UNIT PRI . . . TOTAL Each 2.50 25 00 25.00 25.00 Hrs 24.00 48.00 Hrs 1 9.00 304.00 175.00 1 75.00 Each 75.00 75.00 \ Estimated Total $652.00 SIGNATURE ---PAGE BREAK--- PROPOSAL TO: STRATA ATTN : ANDY HAZ-TECH DRILLING, INC. P.O. BOX 940 MERIDIAN, I D 83680 PH: (208) 888-4790 OR 800-359-1 502 FAX: (208) 888-5712 DATE : 1 0/29/201 2 PROJ ECT: MTN. VIEW ROAD DESCRIPTION MOB-DEMOS AUGER DRILLING, PER FOOT MOVING I SETUP, PER HOUR SUPPORT EQUI PMENT, PER DAY PER DIEM , PER DAY SAND, PER BAG (IF NEEDED FOR BACKFILL) ASPHALT PATCH, PER BAG 8 BORINGS TO 1 0 SCOTT CORN PO# MOSCOW, ID. TERMS : NET 30 DA YS UNITS U NIT EST PRICE 1 .00 $2,300.00 80.00 $1 8.00 2.00 $1 50.00 1 .00 $1 50.00 1 .00 $200.00 0.00 $ 1 6.00 5.00 $22.50 TOTAL AMOUNT EST: AMOUNT EST $2,300.00 $1 ,440.00 $300.00 $1 50.00 $200.00 $0.00 $1 1 2.50 $4,502.50 ---PAGE BREAK--- Negotiated Labor Hour Estiamte - Power Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 3014 LHTAC Negotiated Labor Hour Estiamte - Power SUMMARY I. Field Surveys II. Soils & Materials Investigation Ill. Environmental Assessment IVA. Concept IVB. Preliminary IVC. Design Approval fVD·F. R!W. Utilities, Illumination IV G. Final Design IVH. PS&E lVI. Resident EngineeÊs File V, Pro· eel Management J·U·B LABOR DAYS SALARY COSTS A. Summary of Man-Hour Costs 1 Molly Humphreys 2 Eugene Foster 3 Saadia Byram 4 Kirsten Severud 5 Patsy Friend 6 0 8 0 B. Payroll Burden & Fringe Benefit Costs 1 Audited Employee Payroll Burden/Fringe Cost Total Indirect Labor & Overflead 3 Net Fee 4 FCCM C. Out-of-Pocket Costs -(See detail sheet) 1 Computer/CAD time 2 Alrlale 3 Lodglna 4 Meals & Incidentals 5 Csr Renlal 6 Fuel for Car Rental 7 Cor]lmunlcallon Charg̼s Prepared by: J-U-B ENGINEERS, Inc. 7825 Meadowlar1< Way Coeur d' Alene, Idaho 8381 5 JUB ENGINEERS, INC. Molly Total Humphreys L Hours L Hours - 0 0 103 0 0 0 0 0 0 0 0 1 03 74.00 L-Hours 1 1 .00 l-Hours 6,00 L-Hours 8.00 L-Hours 0.00 L-Hours 4.00 L-Hours 0.00 L-Hours 74 0 74 Eugene Foster L·HO\Jrs 1 1 1 1 TOTAL DIRECT PAYROLL X X X Saadia Byram L·HOUIS 6 6 Kirsten Severud L-Hours 8 8 Patsy Friend L·Hours L Hours - 4 4 $35.50 /hour = $55.50 /hour = $23.75 /hour = $25.50 /hour = $1 8.75 /hour = /hour = /hour = TOTAL PAYROLL, BURDEN, FRINGE & FEE X X X 1 of 1 $160.00 $300.00 $70.00 $60.00 $120.00 $50.00 $141 .00 TOTAL OUT-OF-POCKET COSTS TOTAL ESTIMATED FEE s 2,627.00 s 610.50 s 1 42.50 s 204,00 s s 4.00 s - $ 3,568.00 $160.00 $300.00 $140.00 $1 20.00 $1 20.00 $50.00 $141 .00 $ 1 .031 .00 $11,826.06 I 2/6/201 3 ---PAGE BREAK--- Negotiated Labor Hour Estiamte - Transect Mountain View Road, City of Moscow Project No. 1 3(01 Key No. 1 3014 LHTAC Negotiated Labor Hour Estiamte - Transect SUMMARY Field Surveys II. Soils & Materials Investigation Ill. Environmental Assessment TVA. Concept IVB. Preliminary IVC. Design Approval IVD-F, RIW, Utilities, Illumination IVG, Final Design fVH, PS&E IV], Resident Enaineer's File V. Pro"ec! Management J-U-B LABOR DAYS SALARY COSTS A, Summary of Man-Hour Costs 1 Archaeologtst 2 3 4 5 6 B B. Payroll Burden & Fringe Benefit Costs 1 Audited Employee Payroll Burden/Fringe Cost Total Indirect Labor & Overhead 3 Net Fee 4 FCCM C. Out-of-Pocket Costs -(See detail sheet) 1 SHPO Research Fees 2 NOT USED 3 NOT USED 4 NOT USED 5 NOT USED 6 NOT USED 7 NOT USED Prepared by: J-U-8 ENGINEERS, Inc. 7825 Meadowlark Way Coeur d' Alene, Idaho 83815 JUB ENGINEERS, INC. Total Archaeologist L Hours L Hours L Hours L Hours - 0 0 44 0 0 0 0 0 0 0 0 44 44.00 0.00 0.00 0.00 0.00 0.00 0.00 44 44 0 L-Hours Lyle Nakonechny L-Hours L-Hours L-Hours L-Hours L-Hours L-Hours TOTAL DIRECT PAYROLL X X X L Hours - L Hours - 0 0 0 TOTAL PAYROLL, BURDEN, FRINGE & FEE $230.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL OUT-OF-POCKET COSTS TOTAL ESTIMATED FEE 1 of 1 L Hours - 0 /hour = /hour = /hour = /hour = /hour = /hour = /hour = $ $ $ $ $ $ s s $ 2,475.00 - 2.475,00 $230.00 $0.00 $0.00 $0.00 $0,00 $0.00 $0,00 230.00 S6J744.20 I 2/6/201 3