Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 17b_03/10/2005INTEROFFICE MEMORANDUM TO, HONORABLE MAYOR AND MEMBERS OF THE VILLAGE COUNCIL THROUGH: MICHAEL R COUZZO, VILLAGE MANAGER -=- - _ - FROM: WENDY K. HARRISON, SPECIAL PROJECTS COORDINATOR SUBJECT: RESOLUTION 47-04/05— DESIGN OF TRAFFIC SIGNALS FOR TEQUESTA DRIVE/ FEC RAILROAD INTERSECTION BEAUTIFICATION PROJECT DATE: 3/3/05 The FEC landscape project was planned as the first phase of improvements to the Tequesta Drive railway crossing and to Old Dixie Highway north of the intersection. The original budget of $220,000 was for landscaping at the railway crossing with future phases to include upgraded signals, decorative paving in the roadway intersection, and a linear park from Tequesta Drive north to County Line Road. The Village then received an additional $200,000 in grant funding from the discretionary account of County Commissioner Karen Marcus, the intent of which was to include the upgraded signals and the first phase of the linear park (the pathway). At that time, the cost estimate for the signals was $150,000 to $200,000 and the estimate of the pathway was $70,000. Staff has since worked to get more precise estimates on the costs of the pathway and of the signal upgrade and the updated costs for all of the project elements are as follows: Intersection improvements (includes design) Landscaping, irrigation, pavers, lighting $199,050 Walls at intersection $ 36,000 Pathway to County Line Road $135,000 Mast -arm traffic signals $200,000 The landscaping and wall cost estimates have been updated by Roy -Fisher based on the design as approved by the Planning & Zoning Board. Not included are additional costs for architectural lighting and for including existing medians in the projects, which were suggestions of the Planning and Zoning Board. The pathway cost is now estimated at $135,000, based on recently bid projects by other municipalities. Mayor and Village Council page 2 • Replacing the existing cable-mounted signals with the fixed mast-arm type would make a significant improvement in the appearance of the intersection but they also present a major cost and impact to the project schedule. The total cost to replace the signals including design is now estimated at $199,811, based on a preliminary design for the intersection. The time required to design and install would be more than a year as the signals must be designed for the intersection, permitted by Palm Beach County and FEC, and constructed to the specifications. The steel mast-arms are supported by concrete cylinders approximately 8 feet in diameter and 10-15 feet deep. If the landscaping improvements were installed prior to the mast- arms, the plantings and hardscape would be damaged or destroyed in the signal work and the total project costs would likely be higher. For these reasons, and to minimize disruption to the public, staff would recommend installing the signals before the landscaping. If design were authorized immediately, the mast-arms should be ready to be bid by the end of 2005 and installed in the spring or summer of 2006. Resolution 47- 04/05 approves a design contract with ARCADIS who will subcontract the work to Miller Consulting. Miller Consulting prepared the cost estimate and preliminary design which are attached for your reference. This extended schedule would have an advantage in that would allow time to acquire additional funding for the project and to finalize the lease arrangements with the FEC Railway. The pathway would be a good candidate for the Federal ISTEA program for • alternative transportation, and landscaping on Old Dixie Highway should meet the criteria of the Palm Beach County Thoroughfare Beautification Grant Program. The Federal grant program takes years to realize funding and the Palm Beach County funding, if approved, wouldn't be available until next fiscal year. We have spoken with the FEC representative several times about the project and they have approved on a preliminary basis the physical design of the project. However, we were unable to bring a lease amendment for the Council's consideration to this meeting because FEC has not yet provided the financial information. Additional time will allow the FEC negotiations to proceed at a less hurried pace, which would seem to work better with their schedule. In summary, staff is recommending the following: o Approve the contract for signal design in Resolution 47-04/05 and adjust the landscape schedule accordingly. o Apply for the Palm Beach County Thoroughfare Beautification Grant in May of 2005 for matching funds for the landscape at the intersection. o Apply for funding from the Federal ISTEA program for the linear park pathway and postpone construction of the pathway. If you require additional information or clarification prior to the meeting, please advise. RESOLUTION NO. 47-04/05 • A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, APPROVING A CONTRACT WITH REESE, MACON & ASSOCIATES FOR ENGINEERING DESIGN SERVICES TO REPLACE THE TRAFFIC SIGNALS AT TEQUESTA DRIVE AND OLD DIXIE HIGHWAY IN THE AMOUNT OF $14,800 FROM ACCOUNT #303-399-663.675. WHEREAS, the Village is undertaking the installation of improvements, including, but not limited to, traffic signals and beautification at the intersection of Tequesta Drive and Old Dixie Highway; and WHEREAS, the Village has budgeted $400,000 in the FY 2004-2005 Capital Projects Fund for the project in account #303-399-663.675 for this purpose; and WHEREAS, the Village wishes to accept the proposal of Miller Consulting Engineering through Reese Macon & Associates in the amount of $14,800 to design the mast-arm traffic signals for the intersection as specified in the Engineer's Opinion of Cost Estimate attached as "Exhibit A"; and NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF • THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1: The Proposal by Miller Consulting, Inc. through Reese Macon & Associates in the amount of $14,800 to design the mast-arm traffic signals for the intersection as specified in the Engineer's Opinion of Cost Estimate, attached as "Exhibit A" is hereby approved. THE FOREGOING RESOLUTION WAS OFFERED BY Councilmember who moved its adoption. The motion was seconded by Councilmember ,and upon being put to vote, the vote was as follows: FOR ADOPTION AGAINST ADOPTION • The Mayor thereupon declared the Resolution duly passed and adopted this 10th day of • March, 2005 A.D. Mayor of Tequesta Pat Watkins ATTEST: Gwen Carlisle, Village Clerk L • • • ENGINEER'S OPINION OF COST ESTIMATE FDOT PROJECT: Tequesta Drive @ Dixie PROJECT NO.: 3060.00 TRAFFIC SIGNAL ITEMS DATE: 1118/2005 Prepared by: C. Bateman Miller Consulting, Inc. ITEM NUMBER ITEM DESCRIPTION QUANTITY UNITS UNIT PRICE COST 555-i-1 DIRECTIONAL BORE (LESS THAN 6") 200 LF $15.00 $3,000.00 555-1-2 DIRECTIONAL BORE (6" TO <12") 400 LF $13.00 $5,200.00 630-1-12 CONDUIT (F & I) (UNDERGROUND) 200 LF $3.75 $750.00 630-1-13 CONDUIT (F 8 I) (UNDER PAVEMENT) 400 LF $13.00 $5,200.00 632-7-1 CABLE (F & I) 1 PI $2,200.00 $2,200.00 633-132-1 CAB FIB OPT(F81)(1- 25 PR)(DR)(MUL MODE) 300 LF $1.50 $450.00 633-132-2 CAB FIB OPT(F81)(26 - 50 PR)(DR)(MUL MODE) 300 LF $1.50 $450.00 635-1-11 PULL & JUNCTION BOXES (F & I)( (PULL BOX) 8 EA $320.00 $2,560.00 639-1-23 ELECTRICAL POWER SERVICE (UNDERGROUND) 1 PI $600.00 $600.00 639-2-1 ELECTRICAL SERVICE WIRE 200 LF $0.80 $160.00 649- MAST ARM ASSEMBLY 2 EA $25,000.00 $50,000.00 650-51-311 TRAFFIC SIGNAL (F81) (3 SECT-1 DIR.) (STD.) 4 AS $800.00 $3,200.00 650-51-511 TRAFFIC SIGNAL (F81) (5 SECT-1 DIR.) (STD.) 6 AS $900.00 $5,400.00 653-181 SIGNAL, PEDESTRIAN (F&I)) (LED) (F&I) 46 AS $640.00 $29,440.00 659-101 SIGNAL HEAD AUX. (F81) (BLACK PLATES, 3 SECTION) 1 EA $80.00 $80.00 659-102 SIGNAL HEAD AUX. (F81) (BLACK PLATES, 4 SECTION) 4 EA $88.00 $352.00 659-107 SIGNAL HEAD AUX. (F&I) (ALUMINUM PEDESTAL) 2 EA $575.00 $1,150.00 663-74-11 VEHICLE DETECTOR ASSEMBLIES (F ti 1) (OPTICAL TYPE) 4 EA $5,200.00 $20,800.00 665-11 DETECTOR, PED. (F&I) (POLE OR CONT. CAB. MOUNTED) 8 EA $540.00 $4,320.00 670-5-130 TRAFFIC CONTROLLER ACC. (Ft31) (SPECIAL) (NONE) 1 AS $13,500.00 $13,500.00 678-1-110 CONTROLLER ACC. (F81) (TYPE 4 TIME SWITCH) 1 EA $590.00 $590.00 685-120 SYSTEM AUX. (F81) (TELEMTRY TRANSCIEVER) 1 EA $1,735.00 $1,735.00 685-128 SYSTEM AUX. (F81) (INTERFACE PANEL) 1 EA $533.00 $533.00 690-10 SIGNAL HEAD TRAFFIC ASSEMBLY REMOVAL 10 EA $36.00 $360.00 690-20 SIGNAL PEDESTRIAN ASSEMBLY REMOVAL 8 EA $40.00 $320.00 690-32-1 POLE REMOVAL (SHALLOW/DIRECT BURIAL) 4 EA $580.00 $2,320.00 690-50 CONTROLLER ASSEMBLY REMOVAL 1 EA $235.00 $235.00 690-70 DETECTOR PEDESTRIAN ASSEMBLY REMOVE 8 EA $27.00 $216.00 690-80 SPAN W IRE ASSEMBLY REMOVE 1 EA $290.00 $290.00 690-90 CONDUIT & CABLING REMOVE 1 PI $450.00 $450.00 690-91 SIGNAL INTERCONNECT CABLE REMOVE 0 LF $0.40 $0.00 690-100 SIGNAL EQUIPTMENT MISC. REMOVE 1 PI $610.00 $610.00 699-1-1 SIGNAL INTERNALLY ILLUMINATED STREET NAME 6 EA $1,800.00 $10,800.00 700-48-18 SIGN. PANEL (F81) (UNDER 15 s.F.) 4 EA $230.00 $920.00 Contingent Items-May be increased, decreased or deleted as directed SUBTOTAL TRAFFIC ITEMS: $168,191.00 by the engineer. CONTINGENCY @10%: $16,819.10 SUBTOTAL $185,010.10 DESIGN @ 8%: $14,800.81 TOTAL TRAFFIC SIGNAL ITEMS: $199,810.91 Prepared by Miller Consulting, Inc. Initial Cost Estimates Pg. 1 of 1 1/18/2005 8:48 AM ~: • • j WUW ~ ~ ~ N 8 ~ W ~$ Q V W p2 ~1 Y ~O W yg~ ~ ~ O W O 9W V 2 \ ~ ~ I,. ~ W y Cy rQi as -i4 ~ ~ N o~ W I ~ ~ M WW yVy~~ i C V 3i ~~ 0 ~~ ~ ¢ ~ ~ ~ 2 ~ F U~U ~ ~ ~ ~~ R~ 20 7 N N C h ~ a F F 1 ~ y ~ ~ ~ Y ~` W a i < 4 ~ n ~ SB a A ~ a ~~•a i O Jyy~~ 2 C ~ N~ j ¢ W < W ¢ W Q W Q W Q W W a a. ~~O N1. WW ti ` O M ~ ~ p N Of 4 Y M N i p G ~® oW Q i ~ ~y ~ a ~ b Q F n ~ ~ r ~ 3 V1 ~~ BBB ~ ~ `_ ~~ a ~ ~ ~ ~ ~yly~~ ~~ ~ if1 l0 ~ Y ~ ~ fi~a L r OMi ~x a pO.O ~ ~ ~ ~ a ~ ~~~ ~~~ r _ ~ ~ ~ ~ ~~ a S O p 3 h ~' y e ~ ~ ~ ~ `y~ ~W.N, =o R k ~ Y a ~ ~ ~ ~wo~ g°~ ~ ~ ~ ~~ ~iw §S~ ~ ~ .m O O WL~S~~ ~ 3 E~ ~ ~ ° 9~ ~`~~ ~Y~ o ~ ~ ~ ~ ~ ~~W ~. J F ' `~ ~ W a 3~~ N ~ 12£ 7 ~ ~„~4~ ~~ ~ i m - O a ~ ~~: ~, $ ~ ~€~ ~ ~ ;~~~ ~~r Wigs }}$$p.. V1 -O 2 2`ey~yNNx~ ~¢ 'YNY Y~ ~ '~ ~i'1 ~Si ~al~ i W ~ aWW~7 ~ `O ~~ ~~ Z ~~~~ ~Pw ~Q ~ gX a ~ ~ ~ m ~, e u6PM95NY"I.r ppYT/O oinMUl - ~30F~/n M 6S+ft+6 SOOL/d/i MEMO DATE: MARCH 8, 2005 TO: THE MAYOR AND MEMBERS OF COUNCIL THRU: MICHAEL R. COUZZO, JR., VILLAGE MANAGER FROM: GWEN CARLISLE, VILLAGE CLERK RE: AGENDA MARCH 10, 2005 -ADDITIONAL MATERIALS FOR YOUR AGENDA PACKET Attached is additional information for you to insert into your packet. Item 17B: Resolution 47-04/05 - Exhibit A - Work Authorization for Old Dixie/Tequesta Drive Traffic Signalization. INTEROFFICE MEMORANDUM TO: HONORABLE MAYOR AND MEMBERS OF THE VILLAGE COUNCIL THROUGH: MICHAEL R COUZZO, VILLAGE MANAGER FROM: WENDY K. HARRISON, SPECIAL PROJECTS COORDINATOR ~ J ~/~ SUBJECT: AGENDA ITEM 17 (B), EXI-IIBIT A ~/~/ DATE: 3/8/05 Please find attached Exhibit A for Resolution 47-04/05, on the March 10 agenda as item 17 (B). The Resolution would approve a contract with Reese, Macon & Associates, Inc. for traffic signal engineering design services for the intersection of Tequesta Drive and Old Dixie Highway if the Council wishes to direct staff to proceed with the signal replacement. The amount for the service quoted by Miller Consulting was $14,800, which is $50 higher than the amount of $14,750 on the Exhibit A enclosed. We have requested an explanation of the difference from Reese, Macon. If you require additional information or clarification prior to the meeting, please advise. Attachment 03-08-'85 12:59 ARCADIS REESE MACQN OLD This work authoris (ARMA) to perfor miscellaneous proj SCOPE ~C~DIS I;EESE MACON 5614338011 T-267~~0~~~F-346 ASSOCIATES ~ 'VILLACrE OF TBQUESTA S~ELLANEOUS PROJECT AUTHORIZATIONS XIE/TEQUESTA DRIVE TRAFFIC SIGNALIZATION authorizes ARCADIS Reese, Macon & Associates, Inc. work set forth herein and as stipulated within the. base :ter dated 1~Tovember 22, 2004, The Engineer unde~t~ds that this work authorization is covering engineering services related to the desi o~the re-signalization ofthe Old Di~rie and Tequesta Drive intersection to a t type traffic signal. ARMA will utilize the services of Miller Consulting, Inc. The following sp tasks wiA be performed by the Engineer: 1. Review exi ' ~ traffic information, including, but not linuted ta; existing signal timing, olumes and existing signal plane. 2. Develop og zed signal timing for the proposed signals using SYNCHRO, incorpora ' e new lane layout and existing volumes. 3. Prepare signal plans, with illuminated street Warne signs, iu accordance with State ocal requirements. 4. Submit the to Palm Beach County Engineering for review. axui approval and act as the V es liaison with the County fluxing this process. COMPENSATIO For scope items 1tl~uF the Engineer shall be paid a lump sum fee of $14.750A0. The Engineer will ence work within ten {10) days of receipt of an executed authorization. ARC~~~ REESE MACON &ASSOCIATES VILLAGE OF TEQUESTA MISCELLANEOUS PROJECT AUTHORIZATIONS OLD DIXIE/TEQUESTA DRIVE TRAFFIC SIGNALIZATION ARCADIS Reese, Macon & Associates, Inc. _---- ~~~ William D. Rees P. ., Vice President Accepted By: Village of Tequesta Michael R. Couzzo, Village Manager Date: 2 03-09-'05 1 :4 FROM ,RCADIS REESE MACON 561433$011 T-274 P002/007 F-365 1 ~}~+ L. ~+.~ V ~' L t 3s~ o Park eer,~d souleuai,d n-orrh ~: ~: ~.~"`~;` MAR•.0 4 2405 ~vanose~.~o~;;ac, ssoea• z u ~: rya ~~~~~ { ' •; ., .; . irlCf ~jy ~rnadr mreom i cstbeJfsourh.ner mruer onsujrr- nrga~ ~~www . ~ ~.com ova cwvow~tior+ December 28, F Revised Feb a 3, 20051 , Mr. Thomas J , PE Arcadia Reese M n & ociates, Inc. 6415 Lake Wo ad Lalre Worth, 33463 Re: Viliag of equestd -Signal Design Teque . at Ol ~ Die Hvu~y. MC #: 1.00 Dear Mr. Jens ' i Thank you fo -rig -s roposal from MII.L,F CoxsULTIl~iG, Ir~c. The proposal is for prafessianal traffic enginee consul g y~ervices in connection with the abo~e•r ereneed project. The following is a summary of o p posed of services, schedul and fees; SCOPE Q SERVICES ~ TASIlC 1 adfic S~g1- Analysis MII.LEIt Corns c, TNC wil review existing avai ble traffic info anon for this intersection, including, y existing si 'rig, tr a olumes, and existin e will then incorporate the new lane signal plans. W layout and exi v'olum i~ o SXNCHRO, to de lop optimized si~nal timing for the future signal. The signals and - Lion pr a es will be in accor ance with the Floida Department of Transportation's Design Stand s 004) a Palm Beach Count Traffic Engineeg Design Standards. TA~[c 2 S al Pl s A mast arms plan ~Il ~e prepared using b e map informatign yr as-built plans provided by the client. CAD f t is eq ~ested (Microstation r ACAD}, ltel~v'ant and applicable design criteria specified in A's M ~ on Uniform Tr c Cantral De'vicps, and the Florida Department of Transpartatio s OT} ~strative Rules and tandard Indexes ~n Road and Bridge Construction will serve as gu~i for o d ~sign. We will sub it the plans to y~ur office to be included with your roadway pl ,permit l ocations to FDOT and to Palm Beach C unty for review and approval. Tn addition, othe a d irected, illuminated s et name signs v~ill be proposed to be installed at the project inters do , MY1,Y, ~t C.~ oNS~1,T1NG, INC. will ssess the existm~ traffic signs and signals within the uuoe~ -reQixsre ~orosuuravrsr»r ^rxear' ue jor our cltents wrrh genuiry, crearivir and excellence° 4 03-09-'05 1 :4 FBOM IICADIS BEESE MACON 5614338011 T-274 P003/007 F-365 ~ m I~r :cons inQ, intr. . nom. ~",~..~~ intersection, ~ 'e re sioz~s accordingly. Recommendations for sign removals, relocations and other signing rnodifi ati ns whi will enhance the overall signing at the intersection will be provided. The signal pl ill inc e; y Shee T le of uar~tities ~ eral tee Sheet {l'ahn Beach County specific) S al Pla~ S}~eet G -de Si Worksheet st a ail Sheets On behalf of Tent w wi attend up to two technical meetings each with Palm Beach Count Traffic , y Engineering D ~ on and JS Tin order to coordinate the signal plan approval process. Tn addition, we will be availab t meet th a client's staff during the course of the project. Direct e~cpenses for travel costs associat w thes e~tings are included in the lump sum fee for the project. TnS](~ 3 dition Services Yf services are eq -red au horized, beyond those set forth in tasl~s~ l and 2, then these services shall be executed on b is of urly rates, in effect at the time the se~viees are performed; ar a lump sum amount shall b n otiate amutually-acceptable task-order issued setting forth the services authorized and tine lumps aymen or aid services. } SC1FYEbY7LE We will provi sersri expeditiously as possible to meet the schedule developed by the Client and mutually gr ed up f r the various elements of the project. It is understood that 1VITT.LER CONSIU'Y,TTNG, C: snot o ible far delays beyond our control. FEES AND $ILLZIITG We will acco li the d riled services in Taslrs 1, 2 and 3 on a lump sunn basis for the lump sum fee of $14,750.00, nc 'ng d xpenses. Fees arc payable with billing `mprathly, based upon the percent complete for 1 p urns to based on hours billed for services p Q~~ for hourly rate tasks. CLOSU~ Tf you concur foreg g d ' ish to direct us to proceed with 'aforementioned services, please sign this doc n n the 11 ing~page, ~crhere specified, and submit to our office. Receipt of the ltUa61-TEQt1E4TA VIEVI4E~ ~ "r_recxri e j 'r our Gten[s with ingenuity, creatiult~ and excellence" 4 03-09-'05 1 :41 signed scope it in this agreemE receipt ofthe si 'W'e appreciate on your behalf. Very truly your Miller consuB .~ Caro yn ~. Vice President S~BEESE MACON 5614338011 -274 P004/007 F-365 m ~ 1~r Can nq~. ink . naw. c«w..wn of this proposal, and dur notice to proceed.. Fees and times stated ~ (60} days after the date of this letter. We 'll begin services after submit this proposal and we look forward to Cecuting these services if you have any questions. ~' '~:~ , ~~ ~ .z Robert R. Register, .E., P.T_Q.E. 'V'ice president 'AL AND ACClEI'TANCE I, ~ ~ do hereby accept the terms of this _ ~ , 2004. 1V1y signature authprizes Mrr~t.~lt proceed with a asks de ri ein. Print Name_ Title: uvoe~ , r~uESrs our clients wlrh ingenuity, creptiuity/ Al]d nt on this, the TCNa, TivC. to 03-09-'05 1~;41J FBOM-~,BC~IIS EEESE MACON 5614338011 T-274 P005/007 F-365 of Mllier Consulting, Inc. Standard Provisions -~m~ Ier ,cons nit, inc. Th scope o~ serv~Ces is limited by the specific terms of this proposal. Except as stated specifically her in, no other se#vtce will be provided except as "additional services," subject to the fees hereinafter sot orth Tb~ proposed scope of services, unless explicitly stated otherwise, does not include platting, pla or site plan approval and/or absorbing any responsibility for the plat or site plan approval process, an plat or ate ~ process expiration dates or any related platting ar plat or silo plan approval rti led scrvi s. terms hereof shall be constructed in favor of the firm end all inferences and lieatiottshallcbe deemed to be for the benefit of the Consultant, Miller Consulting, Inc. The sea a of services end their corresponding fees do not necessarily represent the full scope of services re ~ d for o~ect. Rather, it represents our best effort to set forth those services which we bel ve to b th nested by you, the Client, and/or those we can determine ro be needed to ~ e mpiish la~i objective. It is mutually agreed and understood that as a project progresses the scope o s es ss originally defined may change in content to include work not initially ed. ve factors may cause this to happen: l) better understanding of the prroject and the Cli nt's goal as ogres on the project is made; and/or 2) addirional requirements identified by the C ' t; and! la regulations, or go~+ernmental agency requirerents not. previously co emplate se~infiuenccs occur and are identified, we will advise you of same and seek your dir coon as ho you wish to prnceed. '11i1'ork required as a result of the above wiIl be "additional ~I se ices" ou 'de the~original scope of services. Y7pon your direction, we will perform the services on a basis o ur~ly rates in effect at the time the services are ptrformcd, plus 1.15 times direct ex s, or e c provide you with a separate proposal should tie scope sa indicate. 1 , rly rate i s will be billed at our current hourly rates ~ effect at the time the services are eyed, pl t expenses times 1.15. Ilowe~-er, these r}tes are subject to change due to using lit mt}tenal costs. Hourly rate services performed outside of normal business hours ~ bill t an~half times the regular hourly rate. No Mice of change in hourly rates shall squired. c s rural business hours are from 8:30 am tQ 5:30 pay Monday through Friday. imp Su Lump S s scat forth in the proposal, if any, are applicable for a period of six (ti) months ~ the dal f ~ pr posal. If the rwork on any item t4 whic.~ a lu>pp ~ fee shall spply is not aienced ~ aid eriod, the firm reserves the right to tcrr~,nate this Agreement as it relates ro item obable st time s: j at our f d np have control over the cost of labor and m~[ terials, or over coa~aetitive bidding Weikel c estimates of probable construction cosh provided by our firm will be made is basis ` o xp ence and qualifications, but cnu fum doffs not guarantee the accuracy of ilia ,ales of le st as compared to the contractor's bids. ThF fium recommends that you ~tlt with tra rocs responsible for the costs that will b , emplaycd in connection with the .ct. °cre~t' e J r our cllenfs warn ingenuity. ~-ear;vity and excellence° 03-09-' 05 1?~ : 41 FBOM-~ t Section 5 -Permits A The pernuts a~1d be required fc~r i services. Hod alwtiys co administratio a caut}oned tha ' a~ Should this ac Section 6 - perttttt Fee • ~ 'rhe''servicc f s review fees or p the service fees i the ~lient. S ~ you,~the Clie : invoke for s. any. Sectiwn~ - IS 1~EESE CJACON 5614338011 ;ney approvals mentioned in the scope of Services, if any, eels of this ldnd, and we will apply for them if, and as i our experience has shown us that agencies and regul to regulations, policies, and leglslatton in ~ cotuismlq ~nforeemcnt of policies can vary from project to project. ions] permits or approvals other than those presently env will notify you relative to the requirement. Fees; Outside Consultant Fees: -274 P006/007 F-365 °~rn~1er -oo rs~r, inc. „o.~,,...o.,.,, re those ]crown to us to ~iicated in the scope of dory authorities do not tm~pter;,~td that tho The Client is therefore gaged may be required forth herein do not include the payment of governmental agency submittal fees, uit fees, advertising fees, or any other charges assessed by said agencies. Further, . rot include the cost of services provided by others. These fees shall be paid for by our firm find it absolutely necessary or in your best interest to advance fees for feed shall be reimbursed along with a service and handling fee upon receipt of the .ed, the proposed fees do not include the following direct charges; 1) Blue ping will be billed at current price schedule per print copy. 'T'hese prices are and 2) Postage, Federal Express, photographic services for enl8rgemcnts, plus 1 S% handling charge. ~: exclusive use of the etcecuting Client and is not assignable or assumable by he express written consent of t~ ~~ a~3 ~a~ult~nt. The#Client s 1 vide full information regarding requirements for the Project including a program, which shall t tie design objeeti~ves, constraints and expendability, special equipment and sys ands r uirents. i The Clients 1 s); the services of other specialists, eagiraee~s or other cQttsultattts when such services are d :necessary. Such services could include test bgzings, tesC pits, soil bearing values, pere~latian tuts, apd water pollution tests, ground carrosioin and resistivity tests, including neee~ssary opt~ti fo determining subsoil, air and water conditions, ;with reports and appropriate The (Clients 1 structural, mechanical, chemical and other laboratory tests, inspections and repo as req re y la~wr or the Contract Docurncnts. ]tent s 1 ute all permit applications. As "permittee", "applicant" or "holder", Client shall be sponsib , for ornplying with the conditions of all permits issued. Tn particular, client shall be xes nsible f fety of the Creneral Public during const<uction_ for our clients with ingenuity. creatiuiry; and ~xcellence^ 03-09-'05 1~:42~ FROM-~1RC~IS EEESE MACON 5614338011 T-274 P007/007 F-365 ~: m ~ I~r .con ns, inc. .,........,r... lading all exhibits hereto), by and between tlae parties, rcp;esents the entire and t between the parties and supersedes all prior tlegoti~tions, representations and all written or oral. Yn the event of any cc~nfliGt betWGe~. exhibits hereto and this isions of the agreement shall control. This agreela~nt tn~y be,amended only by geed by both parties. SOURLY R,A,TES ~S of j Janu$r~ OX, 2004 'CAS HOUR,~'Y RATE RT}vc1PAL $230.OQ ~-L ~ ~~ $175.00 ;ESIi7ENT $160.00 ~R~FESSIONAL 2 $145,OQ PRgl~l;ssloNAL 1 i $130.00 ~SIQNAL $11 S.OO T ADMllJISTI2.ATpl7 $ ], 00.00 CARD TECHNICIAN $100.00 TECHNICIAN $95.00 CSI ASSISTANT $90.00 TEC~TNTCTAN/DI;SIGNER $90.00 VIAN $80.00 Ar~MINIS'l'RATI'Vi; $65.00 i ~7'1tPTI'v1E $_ 50.00 i for our Cllenrs with ingenultyr. CCCatiuity And excellenc;e'~