HomeMy WebLinkAbout23330 LPAIdaho Transportation Department
Local Professional Services Agreement
Agreement #: 96538
THIS AGREEMENT .is made and entered into this 9 rJ day of M A4A , 7-a Z3 , by and between the
CITY OF REXBURG, whose address is PO Box 280 Rexburg, ID 83440, h reinafter called the "Sponsor," and Forsgren
Associates, Inc., whose address is 1109 W. Myrtle St, Suite 300, , Boise, ID, 83702, 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 # Key #
SMA-7856, E PARKWAY;
BARNEY DAIRY RD TO 7TH N, A023(330) 23330
REXBURG
SUBCONSULTANTS
The State approves the Consultant's utilization of the following Subconsultants:
Bionomics En.viron.mental, Inc.
Shannon & Wilson, Inc.
Keller Associates, Inc.
AGREEMENT ADMINISTRATOR
This Agreement shall be administered by Muhammad Zubcry, Federal -aid Engineer, LHTAC; (208) 344-0565; or an
authorized representative.
DUTIES AND RESPONSIBILITIES OF CONSULTANT
A. DESCRIPTION OF WORK
The Consultant shall provide professional services as outlined in the attachment(s) and as further described herein.
L 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.
c. Attachment No. 3 is the approved Consultant DBE Commitment form. (ITD-2398) for this Agreement.
In the case of discrepancy, this Agreement shall have precedence over Attachment No. 2, and Attachment No. 2
shall have precedence over Attachment No. 1.
2. Per Diem will be reimbursed at the current approved rates. These rates are listed at http://itd.idaho.govibusiness/?
target--consultant-agreements .
DUTIES AND RESPONSIBILITIES OF SPONSOR AT D/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.
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 12/31/2025.
B. The Consultant shall .remain available to perform additional work for an additional sixty (60) days or until the
Agreement is closed out, whichever comes first.
BASIS OF PAYMENT
A. Payment Basis: Cost Plus Fixed Fee
B. Compensation Amount
1.. Not -To -Exceed Amount: $617,484.00
2. Additional Services Amount: $0.00
3. Total Agreement Amount: $617,484.00
C. Fixed Fee Amount: $27,459.00 (This is included in the Total Agreement Amount.)
D. Approved Overhead Rates for Prime Consultant and Subconsultants
Forsgren Associates, Inc. 171.29%
Bionomics Environmental, Inc. 126.28%
Shannon & Wilson, Inc. 191.23%
Keller Associates, Inc. 171.26%
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 Non -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 (Authorization) No. 1 is issued in the amount of
$100,000.00 to begin the work of this Agreement. The remaining amount will be issued by consecutive
Authorizations.
An additional services amount may be included in this Agreement. If so, the Sponsor will determine if additional
services is required beyond the services outlined in Attachment No. 2. When additional services are required, the
additional services amount of the Agreement will be utilized, and a subsequent Authorization will be issued.
IN WITNESS WHEREOF, the Parties hereto have set their hands on the day and year in this Agreement first written
above.
FORSGREN ASSOCIATES, INC.
Consultant
e
Title:
CITY OF REXBURG
Local
By:
Title:
I.DA.HO TRANSPORTATION
DEPARTMENT
Title:
Revised June 2019 Page 1 of 12
ATTACHMENT NO. 1L
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.
10. Lump Sum: An agreed upon total amount, that will constitute full payment for all work described in
the Agreement.
11. 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 June 2019 Page 2 of 12
15. Payroll Costs (Direct Labor Cost): The actual salaries paid to personnel for the time worked
directly on the project. Payroll costs are referred to as direct labor cost.
16. Per Diem Rates: Per Diem will be reimbursed at actual cost. However, reimbursements shall not
exceed the current approved rates. The current rates are listed on the following Web site:
http://itd.idaho.gov/business/?target=consultant-agreements .
17. Standard of Care: The level or quality of service ordinarily provided by normally competent
practitioners of good standing in that field, contemporaneously providing similar services in the same
locality and under the same circumstances.
18. State: Normally “State” refers to the Idaho Transportation Department.
19. Sponsor: The “Sponsor” refers to the local public agency.
20. Unit Prices: The allowable charge out rate for units or items directly related to the project that are
not a part of the normal overhead expense.
NOTE: All cost accounting procedures, definitions of terms, payroll cost, payroll additives, general
administrative overhead, direct cost, and fixed fee shall comply with Federal Acquisition Regulations, 48 CFR,
Part 31, and be supported by audit accepted by the State.
B. STANDARDS OF PERFORMANCE
Except as otherwise specifically provided for in the Consultant’s Scope of Work, the Consultant agrees that
all work performed under the Agreement will be performed in accordance with Idaho Transportation
Department Standards and other appropriate standards with generally acceptable standard of care. When
the work is of a nature that requires checking, the checking shall be performed by a qualified person other
than the one who performed the work.
C. AGREEMENT ADMINISTRATOR
The Agreement Administrator will administer the Agreement for performance and payment, and will decide all
questions which may arise as to quality and acceptability of the work, rate of progress, definition of work to be
performed, completion of milestones, and acceptable fulfillment of the Agreement. The Consultant shall
address all correspondence, make all requests, and deliver all documents to the Administrator. The
Administrator shall be responsible for the timely coordination of all reviews performed by the State or their
representatives.
D. PERSONNEL
The Consultant shall provide adequate staff of experienced personnel or Subconsultants capable of and
devoted to the successful accomplishment of work to be performed under the Agreement. The specific
individuals or Subconsultants listed in this Agreement, including Project Manager, shall be subject to approval
by the State and shall not be removed or replaced without the prior written approval of ITD. Replacement
personnel submitted for approval must have qualifications, experience and expertise at least equal to those
listed in the proposal.
E. SUBCONSULTANTS
The Consultant shall have sole responsibility for the management, direction, and control of each Subconsultant
and shall be responsible and liable to the Sponsor for the satisfactory performance and quality of work
performed by Subconsultants under the terms and conditions of this Agreement. The Consultant shall include
all the applicable terms and conditions of this Agreement in each Subconsultant Agreement between the
Consultant and Subconsultant, and provide the State with a copy of each Subconsultant Agreement prior to
the Subconsultant beginning work. No other Subconsultant shall be used by the Consultant without prior written
consent by the State.
Revised June 2019 Page 3 of 12
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 SCHEDULING
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 State/Local review periods. The format of this schedule shall be agreed on prior
to signing the Agreement.
Along with the monthly progress report, the Consultant shall provide monthly CPM Schedule updates to the
Agreement Administrator for approval. The CPM schedule shall show project percent completed on each
task.
H. MONTHLY PROGRESS REPORT
The Consultant shall submit to the State a monthly 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 monthly progress
reports shall resume.
The Consultant shall provide monthly progress schedule (CPM) updates to the Agreement Administrator.
The monthly 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 monthly 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 monthly invoice shall be
submitted no later than the tenth of each month following the month being invoiced.
Revised June 2019 Page 4 of 12
Lump Sum
Progress payments will be made based on a percentage of the work or milestones
satisfactorily completed.
Cost Plus Fixed Fee
The Consultant shall submit a breakdown of costs by each item of work on the monthly
invoice, and shall show the percent complete of each item of work, each milestone and
percent complete of the entire Agreement. Progress payments will be made based on the
invoice cost less the fixed fee for the work satisfactorily completed for each invoicing period.
Said payment shall not exceed the percent complete of the entire Agreement. Upon
satisfactory completion of each milestone, full payment for all approved work perfor med for
that milestone will be made, including Fixed Fee.
Cost
The Consultant shall submit a breakdown of costs by each item of work on the monthly
invoice, and shall show the percent complete of each item of work and percent complete of
the entire Agreement. Progress payments will be made based on the invoiced cost for the
work satisfactorily completed for each item of work. Said payment shall not exceed the
percent complete of the entire Agreement.
Direct expenses will be reimbursed at actual cost, not to exceed the current approved rates as
identified at http://itd.idaho.gov/business/?target=consultant-agreements .
For “Cost Plus Fixed Fee” and “Cost” agreements, invoices must include backup documentation to
support expenditures as appropriate, and as requested by the Agreement Administrator. Such
support may consist of copies of time sheets or cost accounting system print-out of employee time,
and receipts for direct expenses.
2. The Sponsor will make full payment for the value of the services performed which qualify for
payment. This full payment will apply until 95 percent of the work under each Project Agreement PSA
or Supplemental Agreement has been completed. No further progress payments will be made until
all work under the Agreement has been satisfactorily accomplished and accepted by the Sponsor. If
at any time, the Sponsor determines that the work is not progressing in a satisfactory manner, further
payments may be suspended or withheld for sums that are deemed appropriate for unsatisfactory
services.
3. Final payment of all amounts retained shall be due 60 days after all work under the Agreement has
been completed by the Consultant and accepted by the Sponsor. Such final payment will not be
made until satisfactory evidence by affidavit is submitted to the State that all indebtedness incurred
by the Consultant on this project has been fully satisfied.
4. Agreements which include an incentive/disincentive clause will normally have the clause applied only
to the completion of the BID OPENING milestone. If the project is deemed by the Sponsor to be
ready for advertisement, but advertisement is postponed at no fault of the Consultant, any incentive
earned will be paid.
5. Payments to Subconsultants
The Consultant shall pay each subconsultant for satisfactory performance of its contract items no
later than twenty (20) calendar days from receipt of each payment the Consultant receives from the
State under this Agreement, in accordance with 49 CFR, Part 26. The Consultant shall return
retainage payments to each subconsultant within twenty (20) calendar days after the subconsultant’s
work is satisfactorily completed. The Consultant will verify that payment or retainage has been
released to the subconsultant or suppliers within the specified time for each partial payment or partial
acceptance by the Department through entries in the Department’s online diversity tracking system
during the corresponding monthly audits.
Prompt payment will be monitored and enforced through the Consultant’s reporting of monthly
payments to its subconsultants and suppliers in the online diversity tracking system. Subconsultants,
including lower tier subconsultants, suppliers, or both, will confirm the timeliness and the payment
Revised June 2019 Page 5 of 12
amounts received utilizing the online diversity tracking system. Discrepancies will be investigated by
the Contract Compliance Officer and the Contract Administrator. Payments to the subconsultants,
including lower tier subconsultants, and including retainage release after the subconsultant or lower
tier subconsultant’s work has been accepted, will be reported monthly by the Consultant or the
subconsultant.
The Consultant will ensure its subconsultants, including lower tier subconsultants, and suppliers
meet these requirements.
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
Revised June 2019 Page 6 of 12
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.
Said mutual agreement for a negotiated increase or reduction in compensation shall be determined
prior to commencement of operations for an increase in a specific item or items of work. In the case
of Sponsor order for nonperformance, a reduction in the specific item or items of work will be made
as soon as circumstances permit. In the event that a mutual agreement is not reached in
negotiations for an increase in work, the Sponsor will use other methods to perform such item or
items of work.
The mutually agreed amount shall be covered by a Supplemental Agreement and shall be added to
or subtracted from the total amount of the original Agreement.
Adjustment of time to complete the work as may pertain to an increase or a reduction in the work
shall be arrived at by mutual agreement of the Sponsor and the Consultant after study of the change
in scope of the work.
4. DELAYS AND EXTENSIONS
Time adjustment may occur when the negotiated scope of work is increased or reduced through
mutual agreement of the State and the Consultant.
Extensions of time may be granted for the following reasons:
a) Delays in major portions of the work caused by excessive time used in processing of
submittals, delays caused by the State, or other similar items which are beyond the
control of the Consultant.
b) Additional work ordered in writing by the Sponsor.
c) Department Design Standards have changed or expectations have changed from the
time of negotiation.
5. TERMINATION
The Sponsor may terminate or abandon this Agreement at any time, without further obligation, upon
giving notice of termination as hereinafter provided, for any of the following reasons:
a. Evidence that progress is being delayed consistently below the progress required in the
current approved CPM Schedule.
b. Continued submission of sub-standard work.
c. Violation of any of the terms or conditions set forth in the Agreement, other than for the
reasons set forth in a. and b. above.
d. At the convenience of the Sponsor.
Prior to giving notice of termination for the reasons set forth in a through c above, the Sponsor shall
notify the Consultant in writing of any deficiencies or default in performance of the terms of this
Agreement, and Consultant shall have ten (10) days thereafter in which to correct or remedy such
default or deficiency. Upon their failure to do so within said ten (10) days, or for the reasons set forth
in c above, such notice of termination in writing shall be given by the Sponsor. Upon receipt of said
notice the Consultant shall immediately discontinue all work and service unless directed otherwise,
and shall transfer all documents pertaining to the work and services covered under this Agreement,
to the Sponsor. Upon receipt by the Sponsor of said documents, payment shall be made to
Consultant as provided herein for all acceptable work and services.
6. DISPUTES
Should any dispute arise as to performance or abnormal conditions affecting the work, such dispute
shall be referred to the Sponsor and the Director of the Idaho Transportation Department or his duly
authorized representative(s) for determination.
Revised June 2019 Page 7 of 12
Such determination shall be final and conclusive unless, within thirty (30) days of receipt of the
decision Consultant files for mediation or arbitration. 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 acceptance 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 constructi on
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 by the Sponsor for purposes other than
intended under this agreement shall be at the risk of the Sponsor. The Consultant has the right to
make and retain copies of all data and documents for project files. Documents provided to the State
may be public records under the Public Records Act §§ 74-101 through 74-126 and Idaho Code §§ 9-
338 et seq, and thus subject to public disclosure unless excepted by the laws of the state of Idaho,
otherwise ordered by the courts of the state of Idaho, and/or otherwise protected by relevant state
and/or federal law.
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 June 2019 Page 8 of 12
10. CADD SPECIFICATIONS
Two copies of all drawings shall be furnished to the Department upon completion of the contract. One
copy shall be a durable reproduction of the drawing stamped and signed by the Engineer. An electronic
stamp is acceptable, provided it is registered and approved with the Board of Professional Engineers
and Land Surveyors. Roadway plans shall be furnished on 11” x 17” sheets. Structures pl ans shall
be furnished on 22” x 34” sheets. The other copy shall be an electronic drawing file in a MicroStation
.DGN file format. Electronic files shall be delivered in one of the following:
a. Placed within ITD’s ProjectWise DataSource (See CADD Manual for proper locations
for file storage
b. Standard CD/DVD-ROM Format
Files shall be developed with MicroStation software, SS4 Version 8.11X or higher; or converted to the
MicroStation .DGN file format with all conversion errors corrected prior to delivery. If the consultant
elects to convert files from other CADD software to the .DGN format, the consultant may be required
at various times during the contract period to provide proof that all conversion errors can be corrected.
Refer to the CADD Manual for a complete set of CADD Standards. The manual is available at the
following website: http://apps.itd.idaho.gov/apps/manuals/manualsonline.html .
11. GEOTECHNICAL AND MATERIALS WORK
If geotechnical and materials work is required under this Agreement, the Consultant must ensure that
any Subconsultant performing geotechnical and materials work be involved in the final design review.
This does not mean that the geotechnical and materials Subconsultant must attend the actual final
design review meeting, but does mean that the Subconsultant, will at a minimum, participate in the
final design plans and proposal review to assure that all geotechnical and materials
recommendations/issues it raised concerning the project have been addressed, or notify the
Consultant of any outstanding issues.
12. HIGHWAY CONSTRUCTION ESTIMATING PROGRAM
The Idaho Transportation Department has adopted the Trns.Port EstimatorTM Highway Construction
Cost Estimation software package as the standard for developing all highway construction cost
estimates. Consultants who prepare PS&E (Plans, Specifications and Estimate) packages for
submittal to ITD are required to use Estimator. Further information is available at the following Web
Site: http://itd.idaho.gov/business/?target=consultant-agreements .
13. INDEMNITY
a. Concerning claims of third parties, the Consultant shall indemnify, and hold harmless and defend
the Sponsor from any and all damages of and against any and all suits, actions, claims or losses
of every kind, nature and description, including costs, expenses and reasonable attorney fees
that may be incurred by reason of any negligent act, error or omission of the Consultant in the
prosecution of the work which is the subject of this Agreement.
b. Concerning claims of the Sponsor, the Consultant shall assume the liability and responsibility for
negligent acts, errors or omissions caused by the Consultant or a Subconsultant or their agents
or employees to the design, preparation of plans and/or specifications, or other assignments
completed under this Agreement, to the standards accepted at the time of the Final Design
Review, other established review periods.
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.
Revised June 2019 Page 9 of 12
14. 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 (1)
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 (10) 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, ITD’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.
18. PERMITS AND LICENSES
The Consultant shall procure all permits and licenses, pay all charges, fees, and taxes and give all
notices necessary and incidental to the due and lawful prosecution of the work.
19. PATENTS AND COPYRIGHTS
The Consultant shall hold and save the Sponsor and its agents harmless from any and all claims for
infringement by reason of the use of any patented design, device, material process, trademark, and
copyright.
Revised June 2019 Page 10 of 12
20. NONDISCRIMINATION ASSURANCES
1050.20 Appendix A:
During the performance of work covered by this Agreement, the Consultant for themselves, their
assignees and successors in interest agree as follows:
1. Compliance With Regulations. The Consultant shall comply with all regulations of the
United States Department of Transportation relative to Civil Rights, with specific reference to
Title 49 CFR Part 21, Title VI of the Civil Rights Act of 1964 as amended, and Title 23 CFR
Part 230 as stated in the ITD EEO Special Provisions and Title 49 CFR Part 26 as stated in
the appropriate ITD DBE Special Provisions. http://apps.itd.idaho.gov/apps/ocr/index.aspx
2. Nondiscrimination. The Consultant, with regard to the work performed by them during the
term of this Agreement, shall not in any way discriminate against any employee or applicant for
employment; subcontractor or solicitations for subcontract including procurement of materials
and equipment; or any other individual or firm providing or proposing services based on race,
color, sex, national origin, age, disability, limited English proficiency or economic status.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In
all solicitations, either by bidding or negotiation, made by the Consultant for work or services
performed under subcontract, including procurement of materials and equipment, each
potential subcontractor or supplier shall be made aware by the Consultant of the obligations
of this Agreement and to the Civil Rights requirements based on race, color, sex, national
origin, age, disability, limited English proficiency or economic status.
4. Information and Reports. The Consultant shall provide all information and reports
required by regulations and/or directives and sources of information, and their facilities as
may be determined by the State or the appropriate Federal Agency. The Consultant will be
required to retain all records for a period of three (3) years after the final payment is made
under the Agreement.
5. Sanctions for Noncompliance. In the event the Consultant or a Subconsultant is in
noncompliance with the EEO Special Provisions, the State shall impose such sanctions as it
or the appropriate Federal Agency may determine to be appropriate, including, but not
limited to:
Withholding of payments to the Consultant until they have achieved compliance;
Suspension of the agreement, in whole or in part, until the Consultant or
Subconsultant is found to be in compliance, with no progress payment being made
during this time and no time extension made;
Cancellation, termination or suspension of the Agreement, in whole or in part;
Assess against the Consultant’s final payment on this Agreement or any progress
payments on current or future Idaho Federal-aid Projects an administrative remedy
by reducing the final payment or future progress payments in an amount equal to
10% of this agreement or $7,700, whichever is less.
6. Incorporation of Provisions. The Consultant will include the provisions of paragraphs 1
through 5 above in every subcontract of $10,000 or more, to include procurement of
materials and leases of equipment unless exempt by the Acts, the Regulations, and
directives pursuant thereto. The Consultant will 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. Provided, that if
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 any
litigation to protect the interest of the State.In addition, the Consultant may request the
United States to enter into the litigation to protect the interests of the United States.
Revised June 2019 Page 11 of 12
1050.20 Appendix E
During the performance of this contract, the Consultant, for itself, its assignees, and successors
in interest (hereinafter referred to as the "contractor") agrees to comply with all non-
discrimination statutes and authorities; including but not limited to:
Pertinent Non-Discrimination Authorities:
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits
discrimination on the basis of race, color, national origin); and 49 CFR Part 21.
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42
U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been
acquired because of Federal or Federal-aid programs and projects);
• Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis
of sex);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits
discrimination on the basis of disability); and 49 CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits
discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, ( 49 USC § 4 71, Section 4 7123 ), as amended,
(prohibits discrimination based on race, creed, color, national origin, or sex);
• The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and
applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and
Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs
or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients
and contractors, whether such programs or activities are Federally funded or not);
• Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of
public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented
by Department of Transportation regulations at 49 C.F.R. parts 37 and 38;
• The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits
discrimination on the basis of race, color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations
and Low-Income Populations, which ensures discrimination against minority populations by
discouraging programs, policies, and activities with disproportionately high and adverse human
health or environmental effects on minority and low-income populations;
• Executive Order 13166, Improving Access to Services for Persons with Limited English
Proficiency, and resulting agency guidance, national origin discrimination includes discrimination
because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take
reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed.
Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which prohibits you from
discriminating because of sex in education programs or activities (20 U .S.C. 1681 et seq).
21. 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 (3) 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 a nd
any findings have been resolved. Failure to provide access to records may affect payment and may
constitute a breach of contract.
Revised June 2019 Page 12 of 12
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 (b)
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.
23. CERTIFICATION CONCERNING LOBBYING ACTIVITIES
By signing this document, the Consultant certifies to the best of their knowledge and belief that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of any agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with the awarding of any Federal contract, the
making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment or
modification of any Federal contract, grant, loan or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress or an employee of a Member of
Congress in connection with this Federal contract, grant, loan or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying", in accordance with its instructions.
The Consultant also agrees that he or she shall require that the language of this certification shall be
included in all lower tier subcontracts, which exceed $100,000, and that all such sub-recipients shall
certify and disclose accordingly.
24. EMPLOYEE ELIGIBILITY
The Consultant warrants and takes the steps to verify that it does not knowingly hire or engage
persons not authorized to work in the United States; and that any misrepresentation in this regard or
any employment of person not authorized to work in the United States constitutes a material breach
and shall be cause for the imposition of monetary penalties up to five percent (5%) of the contract
price, per violation, and/or termination of its contract.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
1 of 27
SCOPE OF WORK
Prepared By
EAST PARKWAY, CITY OF REXBURG
PROJECT NO. A023(330)
KEY NO. 23330
Project Description
This project is the first phase of the East Parkway corridor. This phase is to be designed and
constructed from Barney Dairy Road to 7th North including a new bridge crossing the South
Fork of the Teton River. East Parkway corridor will advance economic growth as areas around it
develop. It will offer a second river crossing within the city, which will reduce congestion on 2nd
East, minimize commute times, improve safety, and decrease emergency vehicle response
times. The road will be constructed as a two-lane paved road. The bridge will be designed and
constructed to an anticipated 140 feet span and 76 feet wide to accommodate future road
widening. Pedestrian and bike path will be marked across the bridge and will connect with the
pedestrian/bike path that will run under the bridge and to the new park that will be constructed
along the river as a separate project. The scope of work will include Bridge design, Roadway
design, Survey, Materials investigation and analysis, Environmental research and analysis, and
all corresponding reports/documentation and applicable permits will be required. For funding
purposes this project has been split into two phases. Phases is noted at the task headings.
• Bridge Design
• Hydraulic design
• Roadway Design
• Survey
• Environmental
• Geotechnical Investigation/Design
• Traffic Control Design
• Storm Water Pollution Prevention Plan Design
• Public Involvement
GENERAL ASSUMPTIONS
FORSGREN WORK TASK OUTLINE
Project Team
Forsgren will serve as the prime Consultant representing the design team on this contract. Keller,
Shannon Wilson, and Bionomics will work as subconsultants to Forsgren. This scope includes both the
prime and subconsultant tasks. References in this scope of work to the “Consultant Team” or “Team” will
include Forsgren, Keller, Shannon & Wilson, and Bionomics. The breakdown of tasks for each team
member includes:
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
2 of 27
• Forsgren: Project Management, QA/QC, Hydraulics, Survey, Stakeholder Coordination, Bridge
Design,
• Keller: Geometrics, Roadway Design, Utilities
• Shannon & Wilson: Geotechnical Engineering
• Bionomics (BIO): Environmental and Public Involvement.
GENERAL ASSUMPTIONS
• 2018 ITD Standard Specifications and most recent Supplementals (Currently 2022)
• Right of way acquisition is not anticipated for this project.
• All structure designs will be completed per the latest (as of the date of this agreement) AASHTO
LRFD design specifications and current supplementals, and ITD’s Bridge Design Manual.
• Services during construction are not included in this scope of work.
• Street Lighting (Illumination) is not included in this scope of work.
• Traffic Signals are not included in this scope of work.
• Sound Wall not included in this scope of work.
• Phased bridge construction not anticipated.
• It is anticipated that utilities encountered will be in the Right of Way and their relocation will be paid
for by the utility company.
• It is anticipated that this project will include bank stabilization features in addition to riprap such as
bank deflector structures. It is not anticipated for this project to include other unusual or complex
hydraulic designs (items such as energy dissipaters, detention/ retention facilities, pump stations,
etc.).
• This project is anticipated to be in a mapped floodplain and a floodplain development permit is
anticipated to be needed. As the County and FEMA are in the process of updating floodplain maps
on the Teton River the fallowing is assumed:
Permitting will be based on current adopted Map.
Bridge design, to the extent possible, will be designed around the future floodplain elevations
as presented to the consultant by FEMA.
Unexpected changes to the floodplain or permitting requirements will be considered addition
work.
• No condemnation plans are anticipated.
• It is anticipated that the project design and construction schedule will account for limitations on in-
water work.
• For all document deliverables, Forsgren will provide one electronic copy unless noted otherwise.
ITEMS PROVIDED BY CITY OF REXBURG
• Research of public records for property owner of record, maps, plats, deeds, aerial photos, and any
special requirements.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
3 of 27
• Identification of the owners of record
• Coordination with Forsgren to contact applicable landowners and tenants to obtain permission to
enter private property for surveying, environmental, and geotechnical services.
TASK 1 – PROJECT ADMINISTRATION (Forsgren) – Phase I and II
1.1 Project Initiation. The Consultant will initiate the project including setting up project files, preparing
subconsultant agreements, initial design team kick-off meeting, preparing budgets, and preparation of the
initial CPM design schedule.
1.2 Pre-Operation / Kickoff Meeting. It is assumed that the Pre-Operation / Kickoff Meeting will be
held via teleconference. Stakeholders will discuss project objectives, communications, and coordination
guidelines. We will also discuss anticipated project elements and analyses. The meeting is assumed to
last for two hours with three representatives from Forsgren, plus four hours for the PM to prepare and
distribute the meeting agenda and meeting minutes. A site visit with LHTAC, the City, and the Forsgren
PM is anticipated during the summer. It is assumed that the Forsgren PM will require 2 hours to
coordinate, attend, and prepare notes regarding the site visit.
Deliverables:
• Meeting agenda and minutes
1.3 Progress Reports and Invoicing. Progress reports (ITD-771) and invoices shall be prepared and
submitted monthly. Progress reports and invoices shall be completed and submitted as defined in the
Professional Agreement. The current LHTAC ITD-771 form shall be used with each submittal.
Invoices shall include backup documentation for labor and direct expenses noted and shall be in the
current format as recommended by LHTAC. The breakdown of labor and/or costs per each item of work
shall be as required.
Progress reports shall summarize work completed by the Prime Consultant and any Sub-Consultant(s).
The estimated duration of this scope of work is 32 months.
Each progress report shall include a copy of the current updated Project CPM Schedule.
Deliverables:
• 32 Monthly Progress Reports (ITD-771)
• Invoices including detailed expenses
• Updated CPM
It is assumed that the billable effort for this work will include 2 hour per month for the Project Manager
and 2 hour per month clerical.
1.4 Bi-Monthly Project Meetings. We anticipate bi-monthly meetings with the LHTAC project
manager and/or City of Rexburg Public Works to discuss work completed, work to be competed, key
milestones, schedule, critical path items, budget, and deliverables. We anticipate 15 one-hour meetings
attended by the Forsgren project manager.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
4 of 27
1.5 Project Coordination. Throughout the project we anticipate coordination with subconsultants, City
of Rexburg, and LHTAC outside of the regular project meetings. Effort will include
• Coordinating design questions, transferring design information and scheduling field work
• Obtain permission for property access to complete essential project evaluation and studies (e.g.
biological studies) and to develop land owner access agreements for property access.
TASK 2 – PROJECT CHARTER (Forsgren) – Phase I
The Project Charter will be prepared using the current ITD Form 0332 Project Charter outline as
described below. No design exceptions are anticipated. Forsgren will submit the Project Charter to City
of Rexburg and LHTAC for review and approval.
2.1 Project Charter Preparation. ITD 0332 (revised 09-2013) will be prepared. Elements to be
discussed in or provided with the Charter include general project information and organization, including
stakeholder contact information.
It will include a brief summary describing the proposed improvements and their purpose and need. The
summary will also document the existing conditions, impacted features, anticipated needs and/or
proposed conditions of the following elements as applicable.
2.1.1 Project Summary
1. Bridge foundation, abutments, girders, deck and bridge rail system
2. Roadside Features, such as pedestrian and bicycle facilities, landscaping, fencing, and ADA
compliance.
3. Earthwork. Anticipated earthwork issues, excess material, fill requirements, etc. will be
discussed.
4. Safety Features. Traffic barriers including guardrail, roadside hazards, warrants for traffic
barriers, proposed improvements, and recommended modification to inlets will be discussed.
5. Removals. Any major anticipated removal or demolition will be noted.
6. Utilities. Review of existing utility locations, review of existing utility permits, and verification
of facility locations by a field survey within the project limits.
7. Drainage. Major drainage areas will be identified and defined that will affect or are impacted by
the project.
8. Subsurface Conditions. From preliminary assessments by SHANNON WILSON, we will
incorporate pertinent data, design recommendations, and proposed investigations.
2.1.2 Environmental Conditions. An environmental scan will be completed to document the potential
environmental concerns in the project area. A narrative describing the findings will be
incorporated into the Project Charter.
2.1.3 Design Standards will be documented. The project design standards will be identified and
documented in conformance with the ITD Design Manual and AASHTO requirements. Existing
traffic ADT & DHV, future traffic ADT & DHV, and accident data will be provided. The
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
5 of 27
functional class, existing & proposed access control and proposed design vehicle will be
identified.
2.1.4 Typical Section. Proposed typical sections will be designed and drafted. Preliminary ballast
depths will be shown based on the Roadway Materials report. Clear Zone and roadside
requirements will be identified.
2.2 Alternatives Analysis. Up to three alternate solutions will be evaluated. These will include “Do
Nothing”, “Construct a Single Span Bridge on the proposed Alignment”, and “Construct a Two-Span
Bridge on the proposed Alignment” options. As part of the evaluation of these alternate solutions, steel
and concrete girders, precast elements, and GRS-IBS type bridge abutments will also be considered. For
these alternatives, the following will be developed.
2.2.1 Design Geometrics. Proposed conceptual alignment/design and typical section geometrics will be
developed. Design standards shall be met and environmental impacts minimized. The area of
impact will be established; including the toe of cut and/or fill, by modeling the alignment.
Conceptual excavation and fill quantities will be determined. Conceptual plan & profile sheets
will be prepared with horizontal & vertical alignments including curve data.
2.2.2 Alternate Solutions. Impacts and costs will be compared of the “Do Nothing” option and the
other two alternates. Environmental impacts will be identified and included. Estimated
quantities and costs will be determined. The narrative for each alternate will be developed for
inclusion on the ITD-0332.
2.2.3 Issues and Risks. Potential issues and risks associated with the proposed alternative will be
summarized in the Project Charter. Measures that could be taken to avoid, address, or minimize
issues or risks will be described.
2.3 Draft Project Charter Submittal. The Draft Charter will go through a QC process internally and
then be prepared and submitted to LHTAC for review. Two reviews and revisions shall be assumed.
Deliverables:
• ITD-0332 Project Charter
• Conceptual Typical Sections
• Conceptual Plan & Profile Sheets
• Approved Geological Reconnaissance Report Waiver
2.4 Final Project Charter. The Final Project Charter will be completed based on the Draft Charter
Review. City of Rexburg & LHTAC comments will be documented on the review form(s) including
responses to comments. Documents will be revised as needed per the final City of Rexburg & LHTAC
review. The Final Charter will go through a QC process internally prior to submitting to LHTAC for
document approval.
Deliverables:
• ITD-0332 Project Charter
• Conceptual Typical Sections
• Conceptual Plan & Profile Sheets
• Completed Review Comment Form(s)
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
6 of 27
TASK 3 – PRELIMINARY ROADWAY DESIGN (Forsgren Portion below, Keller’s attached) –
Phase I
3.1 Site Visit.
Two individuals from Forsgren Associates will walk the project site with other subconsultants to
observe site features and constraints.
3.2 Geotmetric Design.
Forsgren Assoicates staff will coordinate geometric design of the bridge with roadway alignment and
elevations. This will require up to two teleconferences and drawing iterations.
3.3 Cross Sections.
3.4 CAD Model Quantities
3.5 Preliminary Drainage Study
Forsgren Associates will provide a review of the Drainage Study prepared by Subconsultant.
3.6 Roadway Preliminary Design Drawings
Forsgren Associates will provide a review of the Preliminary Design Drawings prepared by
Subconsultant.
3.7 Utilities
Forsgren Associates will coordinate utility design between roadway and bridge drawings.
3.8 Opinion of Most Probable Cost
Forsgren Associates will provide a review of the cost estimate prepared by Subconsultant. Forsgren
will also be responsible for compiling roadway and bridge estimates into one combined estimate.
3.9 Quality Control Review
3.10 Revise Preliminary Design Package
Forsgren Associates will coordinate design revisions with subconsultants.
3.11 Submit Preliminary Design Package
Forsgren Associates will coordinate submittal of design package with subconsultants.
3.12 Preliminary Design Review Meeting
Two staff members from Forsgren Associates will coordinate and attend a Preliminary Design
Review Meeting.
3.13 Design Study Report (Forsgren Assoicates)
A Design Study Report (DSR) will be completed per Section 380 – Design or Location/Design Approval
in the ITD Design Manual. The DSR will include:
• A narrative description of the project
• Vicinity Map
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
7 of 27
• DSR Checklist
• Documentation of significant items that have changed since the charter approval that effect the
project
The Design Study Report will go through a QC process internally prior to submitting to LHTAC for
review. The design study report will be approved by LHTAC.
Deliverables:
• Design Study Report
TASK 4 – FINAL DESIGN (Forsgren Portion below, Keller’s attached) – Phase II
4.1 Incorporate Revisions from Preliminary Design. Forsgren Associates will coordinate updates to
drawings based on preliminary design comments.
4.2 Roadway Drawings. Forsgren Associates staff will coordinate roadway drawings with bridge
drawings. Anticipate two teleconferences and two design iterations.
4.3 Utility Coordination. Forsgren staff will coordinate utility drawings between roadway drawings and
bridge drawings.
4.4 Special Provisions. Forsgren staff will compile SP’s from all disciplines.
4.5 SPPP. Forsgren staff will review SPPP prepared by subconsultant.
4.6 Opinion of Probable cost. Forsgren staff will compile cost estimate from all disciplines.
4.8 Quantity Calculations. Forsgren staff will compile quantities from all disciplines.
4.9 Quality Control. Forsgren staff will coordinate QC from all disciplines.
4.10 Submit to LHTAC. Forsgren staff be responsible for compiling deliverable documents for
submittal to LHTAC.
4.11 Final Design Review Meeting. Forsgren staff will coordinate and attend a Final Design review
meeting via teleconference.
TASK 5 – PLANS, SPECIFICATIONS & ESTIMATE (PS&E) (Forsgren Portion below, Keller’s
Attached) – Phase II
5.1 Incorporate revisions from Final Design review. Forsgren Associates will coordinate updates to
drawings based on final design comments.
5.2 Quality Control. Forsgren staff will coordinate QC from all disciplines
5.3 Certify Drawings. Forsgren staff be responsible for compiling deliverable documents for submittal
to LHTAC.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
8 of 27
5.4 Submit PSE Package. Forsgren Associates will be responsible for compilation of PS&E package for
submittal to LHTAC. This will include preparation of checklist and Contract Time Determination.
TASK 6 – STRUCTURE TS&L (Forsgren) – Phase I
6.1 Coordination. Forsgren and Keller staff will coordinate to discuss the details of the roadway and
structure layout and other TS&L related issues.
6.2 East Parkway Bridge TS&L
6.2.1 Draft TS&L. The TS&L report for the bridge will be in accordance with Article
0.07 of the ITD Bridge Design LRFD Manual. Only the items that impact the selection of
the structure layout and type will be addressed. The preliminary roadway typical section,
horizontal alignment, and vertical alignment are required to prepare this report. In
additional to internal QC checks, the TS&L report will be checked by a senior
independent bridge engineer as per BDM Article 0.09.
The TS&L report will include:
• Vicinity map.
• Proposed roadway typical sections.
• Right-of-way restrictions.
• Foundation support assumptions.
• Evaluation of economy, feasibility, and constructability.
• Advantages/disadvantages for each alternative with a recommendation on the
preferred structure type.
• A conceptual drawing that includes a structure plan view, elevation, and typical
section for the preferred alternative. Not all information in the ITD Situation and
Layout Checklist will be included on the conceptual drawings.
• Only the information required to describe the general structure concept will be
included on the drawing.
• A preliminary cost estimate for each alternate investigated shall be prepared.
Prior to submitting the report, Forsgren will meet with LHTAC early in the process to
discuss the details of the project type, size, and location info.
The new bridge is anticipated to be precast superstructure, and the TS&L shall evaluate
three superstructure alternatives.
• Single-Span prestressed girder with cast-in-place deck.
• Single-Span prestressed deck bulb tee girders.
• Do nothing.
GRS-IBS type substructure will be evaluated as part of the process.
Deliverables:
• Draft TS&L Report.
Assumptions:
• A review meeting will not be required.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
9 of 27
• One (1) submittal of the Draft TS&L will be required.
6.2.2 Final TS&L Report. The Final TS&L shall be revised to address the LHTAC
review comments. The revised report shall be stamped by the Engineer and submitted as
the Final TS&L Report for approval by LHTAC. This scope anticipates approval within 4
weeks of submittal.
Deliverables:
• Final Bridge TS&L Report
Assumptions:
• A review meeting will not be required.
• One (1) submittal of the Final TS&L will be required.
TASK 7 – SITUATION & LAYOUT (Forsgren) – Phase I
7.1 Coordination. Forsgren and Keller staff will coordinate to discuss the details of the roadway and
structure layout and other Situation and Layout (S&L) related issues.
7.2 Draft Situation & Layout. A Draft S&L shall be prepared for the selected alternate of the
approved Bridge TS&L Report. The Situation & Layout shall be prepared in accordance with the
guidelines of the ITD Bridge Design LRFD Manual.
The Draft S&L shall be submitted for review by LHTAC and City of Rexburg.
Deliverables:
• Draft Situation & Layout Plan Sheet
• Draft Design & General Note Sheet
• Special Details
• Foundation Plat Sheet, if available.
Assumptions:
• A review meeting will not be required.
• One (1) submittal of the Draft S&L will be required.
7.2.1 Final Situation & Layout. The Final Situation & Layout shall be prepared when
the Roadway Typical Section, Horizontal Alignment, Profile Grade, Hydraulics Report,
and Foundation Report are approved.
The Final S&L shall be revised to address LHTAC review comments and shall be
submitted as the Final Situation & Layout for approval by LHTAC and City of Rexburg.
Deliverables:
• Situation & Layout Plan Sheet
• Design & General Note Sheet
• Special Details (if applicable)
• Foundation Plat
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
10 of 27
Assumptions:
• A review meeting will not be required.
• One (1) submittal of the Final S&L will be required.
TASK 8 – FINAL STRUCTURE DESIGN (Forsgren) – Phase II
8.1 East Parkway Bridge Final Design
8.1.1 Final Structure Plans and Calculations. Design calculations shall be prepared
on 8½”x11” sheets and shall be numbered and indexed. Plans shall be prepared in
accordance with the guidelines of the ITD Bridge Design LRFD Manual. Forsgren will
utilize a check print process to check design calcs and plan sheets as part of this task.
Plans and Calculations shall be submitted to LHTAC for review. The hours estimate,
CAD/detailing effort, and level of effort to perform the bridge design is based on the
following assumptions and sheet list. If any of the following assumptions changes or the
sheet list that follows increases, then additional design effort and budget will be required.
The following bridge sheets are anticipated based on the previous assumptions:
FINAL STRUCTURE PLAN SHEET LIST
Plan Sheet Type No. Of Sheets
Situation & Layout 1
Sheet Index, Quantities, & Vicinity 1
Design & General Notes 1
Foundation Investigation 2
Footing Layout and Pile Notes 1
Excavation and Backfill Details 1
Abutment Layout & Details 3
Wingwall Layout & Details 1
Framing Plan 1
Girder and Girder Details 3
End Diaphragm Details 2
Temporary Diaphragm Details 1
Deck and Deck Details 3
Approach Slab Details 2
42” Single Slope Concrete Parapet 1
Utility Details 1
Date Panel 1
Metal Reinforcement 3
Total Structure Plan Sheets 29
Assumptions:
• Bridge will be a single-span prestressed girder bridge with cast-in-place concrete
deck.
• Substructure foundations will consist of integral abutments with two rows of piles.
• Bridge will have no skew, be on a horizontal tangent section, and have a constant
width from one end to the other.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
11 of 27
• No phased construction needed
• No raised sidewalk
• Permanent metal deck forms will not be utilized.
• Grade or vertical curvature will be sufficient to keep drainage spread minimized to
avoid the need for deck drainage system on the bridge. All drainage from deck will
be captured by inlets located off the bridge. Drainage design across the bridge and for
any storm drainage will be provided by others.
• Conduits for future power and communication utilities will be provided via 4-inch
conduits carried between girders on both sides of the bridge (likely located within the
1st or 2nd interior girder bays).
• No water, sewer, gas, or other large utilities are anticipated.
Deliverables:
• Final Structure Plans
• Final Design Calculations
8.1.2 Construction Contract Time Determination. A construction CPM schedule
showing all the bridge activities with the critical path shall be prepared.
Deliverables:
• Construction CPM Schedule
8.1.3 Structure Special Provisions. Special Provisions and/or Supplemental Special
Provisions shall be prepared in accordance with ITD guidelines. We anticipate no more
than 2 bridge related special provisions.
Deliverables:
• Structure Special Provisions/Supplemental Special Provisions
8.1.4 Structure Quantities. Quantities for each structure pay item shall be computed
according to ITD guidelines on 8½”x11” sheets.
Deliverables:
• Structure Quantity Calculations
8.1.5 Bridge Construction Cost Estimate. A structure cost estimate shall be prepared
according to ITD guidelines.
Deliverables:
• Bridge Construction Cost Estimate
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
12 of 27
8.1.6 Design Plan and Calculations QA/QC. Independent design and quantity
calculations will be developed for the bridge. The plans and special provisions will be
reviewed by the QC engineer. The design team will meet with the QC engineer to discuss
review comments and any differences in the design calculations. Any design adjustments
will be agreed upon and implemented in the drawings, special provisions, and
calculations. After the calculations have been through QC and finalized, a senior
independent review QA will be performed.
TASK 9 – STRUCTURE PS&E SUBMITTAL (Forsgren) – Phase II
9.1 Bridge PS&E Submittal. The Final Structure Design package shall be revised to address
LHTAC review comments. The final Plans, special provisions and Estimate (PS&E) package
shall be submitted to LHTAC for approval.
Electronic CADD files shall conform to ITD CADD standards.
Deliverables:
• Bridge PS&E Plans
o Electronic files
o 11”x17” electronic stamped prints
• Bridge PS&E Special Provisions
• Bridge PS&E Construction Cost Estimate
• Structure Design Calculations (stamped)
• Construction CPM Schedule
• Quantity Calculations
TASK 10 – SURVEY (Forsgren) – Phase I
10.1 Research. Research NGS published geodetic horizontal and vertical control, existing roadway plans,
right-of-way and property owner deeds, Assessor’s plats, corner records, records of survey, and B.L.M.
and G.L.O. notes and plats.
10.2 Field Reconnaissance. Locate all geodetic control monuments needed for the project. Also locate
any land corners, right-of-way monuments, property pins, pipes, or roadway centerline monuments that
will be used for project control. All existing property pins found will be shown on the plans.
10.3 Project Monumentation. Establish three (3) permanent survey control monuments for the project.
Forsgren will post process the control thru the NGS On-line Positioning User Service (OPUS). Each
control point shall be observed for a minimum of 2 hours each. The survey shall be based on the Idaho
State Plane coordinates, East Zone, horizontal datum and NAVD 88 (geoid 03) Vertical datum. The
bearings shall be based on grid north. Distances shown on the survey will be ground distances. Provide
coordinates and elevations for each monument. Provide a project combined factor on the survey for grid
to ground conversion.
A. Benchmarks. Establish benchmarks throughout the project in as secure a position as possible at a
maximum separation of 1000 feet. Use any man made or natural feature, set or existing, capable of
holding a stable elevation for benchmarks.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
13 of 27
10.4 Right-of-Way. Assumes project ROW has been acquired. Surveyor will research any recent record
of survey’s for newly acquired property purchased by the city.
10.5 Topographic Survey. Topography shall be obtained through conventional survey methods and GPS
RTK methods from our control points and will include the following elements:
10.5.1 Utilities. Perform location surveys for utilities and drainage systems with potential to be impacted
by the project. Determine size, type, and elevation using best available information. Utility
mapping will be based upon information obtained from utility owners, Digline
information/locations, and field observations. Survey information will be obtained for man-made,
drainage, and geologic features within the survey limits.
10.5.2 Surface Features. Survey visible surface features as required throughout the topographic mapping
area.
10.5.3 Road Survey. Forsgren will survey up to 2500 feet along the proposed alignment, approximately
from Barney Dairy road to 7th North. The topographic survey will extend up to 100 feet each side
of the proposed roadway centerline.
10.5.4 High-Water Elevation. Obtain the Normal High-Water Elevation based on water marks.
10.5.5 Hydraulics Survey. Survey river channel cross-sections using sonar bathymetric data collection
equipment, drones, and GPS survey equipment to characterize the channel up to top of bank up to
800 feet upstream and 1500 feet downstream of the proposed structure. Survey will be to top of
bank and tie into available LIDAR surface. If additional survey is required beyond this limit (to
refine floodplain topography or extend the survey length/width for hydraulic modeling), it will be
completed as an additional service if approved by LHTAC and City of Rexburg.
10.5.6 Geotechnical Exploration. Mark bridge abutment locations prior to geotechnical field exploration
and survey location and elevation of borings after they have been completed.
Deliverable (electronic files only):
• Survey CSV file
• Topographic mapping in DGN format
• Topographic DTM file for Openroads
TASK 11 – MATERIALS (Shannon & Wilson) – Phase I
Shannon & Wilson (S&W) will prepare the following deliverables.
• Geological Reconnaissance Report Waiver Letter justifying why the new corridor can omit the
geological reconnaissance.
• Roadway Materials Report providing essential alignment information in support of:
o ITD Materials Manual - Section 240 relating to geologic and geotechnical site conditions
o Section 540 relating to the pavement structure analysis
o Special provisions and contractor notes
Notes: 1. Flexible pavement type will be solely evaluated
2. A life cycle cost analysis is not desired
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
14 of 27
3. Soil profile drawings are not needed
• Geotechnical Engineering Report providing bridge structure information for the main channel bridge
and sound walls in support of:
o ITD Materials Manual - Section 230 relating solely to a deep pile foundation system and
earth retaining conditions and recommendations
o Special provisions and contractor notes
Notes: 1. Geotechnical recommendations will not be provided for the canal box culvert
2. Shallow foundations will not be evaluated
3. Roadside retaining walls are not planned
4. Pavement rehabilitation is not planned; rather, all roadways are new construction
5. Design method is the Idaho R-Value Method
• Final Design Review Letter to confirm the intent of the {Materials, Geotechnical} Report has been
incorporated into the bid proposal documents.
S&W proposes to provide materials and geotechnical services in accordance with a five-step process,
consisting of:
1. Reconnaissance and Advance Preparations
2. Subsurface Explorations
3. Laboratory Testing
4. Data Development and Analyses
5. Reporting
11.1 Reconnaissance and Advance Preparations
• Acquire/review historical roadway and bridge structure documents and other relevant project
documentation. Relevant data may include historical plan sets, network-level roadway
pavement condition and maintenance history, TSD data, NRCS data, state groundwater data,
well logs, topographic and aerial imaging, geologic map information.
• Initial site visit with invitation to FA, including (1) Review site access and site safety, (2) Note
general conditions for field investigation planning, (3) Photograph and document general site
conditions, (4) Paint/stake test pit and boring locations, (5) Note potential overhead or buried
utilities interferences that may affect exploration locations.
• Prepare project-specific field investigation instructions for AGEO field personnel. Review the
plan with S&W field staff and provide a courtesy copy of the plan to the project team. The plan
will include: (1) Safety and emergency information, (2) Field coordination including
exploration location plan, (3.) Schedule of field activities. (4) Required observations, (5)
Logging instructions, (6) Testing locations and test intervals, (7) Test procedures and testing
details, (8) Subcontractor contact information, and (9) Utilities clearances matters.
• Prepare encroachment permit application (1 ea) and coordinate approval. Coordinate with ITD
maintenance.
• Prepare the Cultural Resource Investigation Request (ITD from 1500) and coordinate
environmental clearance for exploration activities.
• Traffic control plans are not required.
• Complete the following for excavation and drilling subcontractors (2 ea. subcontractors),
including (1) Prepare scopes of service for subcontractors, (2) Request quotations, (3) Prepare
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
15 of 27
sub-agreements, (40) Collect insurance certificates, and (5) Coordinate contractor schedule of
activities.
• Coordinate design traffic data.
• Coordinate property access.
• Coordinate field activities with client and owner.
• Paint/stake exploration locations, including travel. Coordinate with DIGLINE to clear
excavation locations. Meet with DIGLINE in the field, including travel.
• Prepare to mobilize to the field (schedule equipment, perform calibrations, acquire supplies,
etc.) and provide a kick-off briefing for field engineers and technicians.
11.2 Subsurface Explorations
• Mobilize excavator and advance 12 test pits to 10 feet bgs at roadways and stormwater disposal
area, including travel. Log, sample, test, and patch, including travel. Restore/reseed ground
disturbance.
• For the bridge, mobilize drill rig and advance 2 borings to 80 feet bgs, including travel. Log,
sample, test, and patch, including travel.
• Perform Guelph permeameter testing during test pit operations.
• Take down and replace fencing.
• Scanline survey existing riprap sizes (at abutments) and stream bed sizes (at bridge and at 100
feet upstream). Note and photograph riprap performance. Measure depths from the existing
deck to apparent OHW.
• Obtain 1 each channel bed samples for laboratory scour analysis gradations. Combine
laboratory gradation with field scan data for combined particle-size analysis.
11.3 Laboratory Testing
• Unload samples, complete custody log-in, and store.
• Review samples and prepare/coordinate testing instructions.
• Review test reports.
• At project closure, dispose of samples at Hidden Hollow Landfill.
11.4 Data Development and Analyses
• Develop design traffic loading - ESALs.
• Prepare report-ready logs via GiNT and lab data.
• Prepare one pavement design for the project.
• Define areas requiring subgrading, special drainage, frost heave mitigation, embankments, and
grade pointing.
• Check filter criteria between subgrade and subbase materials for subgrade separation geotextile.
• Evaluate embankment stability.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
16 of 27
• Provide recommendations for subsurface disposal of stormwater.
• Discuss earthwork approach with roadway designer and define shrink/swell values.
• Establish pipe design criteria.
• Estimate water quantity for dust abatement.
• Provide special construction considerations.
• Prepare typical pavement sections (figures)
• Prepare a subsurface design profile for the bridge.
• Draft an FIP using P&P CAD file from FA. Coordinate with structural designer and backcheck
final FIP prepared by FA. Travel to client’s office and seal FIP for final design.
• Estimate settlement for driven piles.
• For driven piles, evaluate axial capacities for two pile types or sizes and prepare capacity plots.
• Evaluate lateral capacity and prepare families of curves for deflection, shear, and bending.
• Develop seismic design parameters and address seismic risks.
• Estimate approach embankment settlements.
• Evaluate approach embankment slope stability.
• Evaluate abutment drainage and provide related mitigation recommendations.
• Evaluate bridge abutment erosion potential and provide related mitigation recommendations.
• Recommend lateral earth pressure design parameters for rigid concrete wing walls.
• Compile construction considerations.
11.5 Reporting
Geological Reconnaissance Report Waiver Letter
• Draft and submit the letter
Roadway Materials Report
• Prepare calculation summaries and the supporting data appendices
• Draft the report and appropriate special provisions and notes to contractor
• Complete S&W internal QA review
• Issue for FA review and address comments
• Issue for LHTAC review and address comments
Geotechnical Engineering Report for the Bridges
• Prepare calculation summaries and the supporting data appendices
• Draft the report and appropriate special provisions and notes to contractor
• Complete S&W internal QA review
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
17 of 27
• Issue for FA review and address comments
• Issue for LHTAC review and address comments
Final Design Review Letter
• Review Final Design Documents to confirm the intent of the Materials Reports has been
incorporated
TASK 12: ENVIRONMENTAL EVALUATION (Bionomics) – Phase I.
Catex/ITD 654 Form (Bionomics)
The following assumptions have been developed to guide the scope of work for environmental
documentation and study for this project.
For labor estimates it is assumed that a Categorical Exclusion (CatEx) is the appropriate document for the
project. This assumption is based on the minimalistic nature of the project.
A. An Catex/ITD 654 Form will be prepared in accordance with the requirements of the National
Environmental Policy Act (NEPA). If the NEPA process determines that a document other than
that identified is appropriate, then changes to the scope of work and/or scope of work activity(s)
shall be identified and negotiated to accomplish the final required environmental documentation
level. There will not be any alternatives carried forward as this document has been identified as a
CatEx.
B. The survey area begins just south of Barney Drive and extends north 0.60 mile toward E 7th N
which will include a 125-foot swath. To allow for tie-in along Barney Dairy Drive and E 7th N,
the survey will extend 300 feet to the east and west along Barney Dairy Road and E 7th N.
C. All construction will remain within the existing right-of-way and staging/waste areas will not be
cleared.
D. Should any additional studies become necessary, these can be performed as Additional Services.
12.1 CATEX/ITD 654 FORM ADMINISTRATION
Project Coordination. Bionomics will need to coordinate project startup data requests, as well as
coordination with team members. Provide general project oversight and administration.
Monthly Invoices/Progress Reports. Prepare and submit monthly invoices (Assume 12 total invoices, 2
hours per month) and project status updates (Assume 12 monthly updates, one hour per month).
Preparation and update of project schedule.
Project Meetings. Meet with project team members as needed to discuss project status and outstanding
issues. This scope of work assumes two meetings with Forsgren: kickoff meeting and after concept
phase of the project. The kickoff meeting will be on-site and will require travel for one person to attend
the meeting.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
18 of 27
12.2 CATEX/ITD 0654 FORM
Catex/ITD 654 Form.
All work necessary to complete an CATEX/ITD 0654 Form will be conducted and includes the
following.
• State Location Map & Project Vicinity Sketch
• Purpose & Need, Project, and Termini/Limits Descriptions. Include the Purpose & Need
descriptions, Project Description and Project Termini/Limits from the approved Project Charter.
Revise the descriptions in consultation with ITD as needed or directed.
• Project Area Photographs.
• Environmental Mitigation Summary. Document required environmental mitigation necessary and
insert in the EE/ITD 0654 Form. The summary will reflect all mitigation as approved by ITD and
applicable resource agencies.
• Public Involvement Summary. Summarize outreach and public involvement conducted for the
project. Reference the project Public Involvement Plan as necessary.
• Correspondence and Support Documentation. Assemble appropriate correspondence and/or
support documentation. Group by ITD 0654 Form item number and arranged by date, with the
most current on top.
• Technical Reports. Assemble approved Technical Reports as required and post to ProjectWise as
necessary.
Technical Review QA/QC. Prior to submitting the CATEX/ITD 0654 Form, internal QA/QC shall be
completed by Bionomics staff.
Comment Response. The draft document will be submitted to Forsgren, LHTAC, and ITD HQ for
review. Comments will be addressed, and the revised document will be resubmitted for review and
concurrence. Should either agency staff require report edits or revisions of the project area, the review
cycle for each is renewed at the time of the submitted report changes.
MINIMUM DELIVERABLES:
• Draft Catex/ITD 0654 Form
• Final Catex/ITD 0654 Form
TECHNICAL STUDIES AND REPORTS
12.3 CULTURAL RESOURCES
The Archaeological and Historic Survey Report (AHSR) will follow the 2015 Idaho State Historic
Preservation Office (SHPO) standards and format, and shall include background research, field survey,
and preparation of the report. The AHSR shall include discussions of field methods, survey results, and
maps showing areas surveyed. The survey will be intensive. Consultant will provide sufficient
information to prepare Determinations of Significance and Effect by SHPO.
A. Project Management. Bionomics cultural staff, at times, may need to coordinate with Idaho
Transportation Department (ITD) and various other interested parties. Project-related questions will be
directed to Forsgren.
Once the project is under contract, Bionomics shall contact ITD Cultural Resources Staff to discuss the
applicable field techniques with the Highway Archaeologist and/or Architectural Historian to determine
the appropriate methodology. Quality Assurance and Quality Control (QA/QC) shall be done by the
consultant for the reports.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
19 of 27
B. ITD-1500 Form. This task will be completed by LHTAC.
C. Research. Database checks are required for previous survey and known sites within one mile of the
project area. Newly recorded sites may require additional research to provide context. Research may be
conducted at the SHPO, Idaho Historical Library, National Register of Historic Places (NRHP), county
historical society, and/or the county assessor.
D. Subsurface Investigations. In addition to intensive pedestrian survey, if warranted, archaeologists
from Bionomics will conduct subsurface shovel testing to examine the potential for the presence of
cultural material where project-related ground disturbance would occur. If deemed necessary in the field,
up to 10 shovel-tests would be completed along undisturbed portions north and south of the South Teton
River located within the APE.
E. Processing of Cultural Material. It is assumed that this task is not necessary.
F. Fieldwork. Applicable field investigation technique shall be discussed with the Highway
Archaeologist/Architectural Historian to determine the appropriate methodology. Certain field conditions
may necessitate specific investigation techniques. The Area of Potential Effect (APE) will be intensively
surveyed using pedestrian transects spaced no more than 90 feet apart but may be spaced closer
depending on the environmental conditions. The field survey will follow SHPO and Archaeological
Survey of Idaho (ASI) guidelines. Private property owner information will be provided by Forsgren to
Bionomics, who will contact property owners prior to the intensive pedestrian survey.
G. Site Forms. Up to eight new sites are anticipated to be recorded by Bionomics under this scope of
work – one linear site (City of Rexburg Ditch) and seven historic built resources including one multi-
feature property. These sites will be fully documented to provide data on location, dimensions, content
age, context, and integrity for an assessment of NRHP eligibility. The sites will be recorded on the Idaho
Historical Sites Inventory (IHSI) form. Additionally, given the known land use of the region, it is
anticipated that up to three subsurface archaeological resources will be identified. The archaeological
sites will be recorded on the ASI form.
H. Cultural Resource Survey Report. The report will follow Idaho SHPO and ASI guidelines. The
report will include research, field survey and subsurface testing methods, findings (including site
condition and NRHP eligibility), potential project effects, recommendations, maps, photos, and the
appropriate site form. Resources, which are noted, but not considered sites (e.g. isolated artifacts and
contemporary or modern sites) will be discussed in the AHSR rather than recorded on separate site forms.
All Noted but Not Recorded (NBNR) resources will be photographed, plotted on a map, and listed in a
table within the report. Bionomics shall address all comments, if any, received by LHTAC, ITD and
SHPO and revise and resubmit as needed.
I. Technical QA/QC. Prior to submitting any cultural resource documents, internal QA/QC shall be
completed by Bionomics cultural resource staff.
J. Comment Response. The draft report will be submitted to Forsgren and LHTAC who will submit to
ITD Headquarters for review. Comments will be addressed, and the revised report will be submitted to
the Idaho SHPO for review. The ITD cultural resource staff and Idaho SHPO are each allowed 30-day
reviews. Should either agency staff require report edits or revisions of the project area, the review cycle
for each is renewed at the time of the submitted report changes.
K. Coordination and Consultation. Formal consultation with Native American groups to comply with
Section 106, NEPA, and other requirements will be performed by ITD. However, Bionomics shall
support ITD in these efforts. Formal consultation with Idaho SHPO, Tribal Historic Preservation Officer,
and if necessary, ACHP will be handled by ITD with support provided by Bionomics, as requested.
Minimum Deliverables:
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
20 of 27
• Draft ITD-1500 (one electronic copy)
• Final ITD-1500 (one electronic copy)
• Draft AHSR (one electronic copy)
• Final AHSR (one electronic copy)
Assumptions:
• It is assumed the project is located on private and/or state land. If federal land is located in or
adjacent to the project area, further negotiations will be needed.
• Up to eight historic sites and up to three subsurface archaeological resources are anticipated to be
recorded under this scope of work. If additional sites are identified, these will be recorded and
evaluated under an additional services agreement.
• If NRHP-eligible sites are identified that would be adversely affected, a Determination of
Adverse Effect (E106), Memorandum of Agreement (MOA) and Section 4(f) documentation
must be conducted to complete Section 106 compliance. If these documents are needed, they will
be considered additional services.
12.4 AQUATIC RESOURCES DELINEATION REPORT. It is assumed that waters of the US
including wetlands are located in the project area. Therefore, waters and wetlands identified will be
mapped and delineated according to the 1987 Corps of Engineers Wetlands Delineation Manual and the
Regional Supplement to the Corps of Engineers Manual: Western Mountain, Valleys, and Coast Region.
A. Background Research and Field Prep. Compile background information on potential waters and/or
wetlands in the project area. Sources of data compiled include soil survey maps, topographic and aerial
maps, wetland inventory data, previously completed reports, if available, and existing hydrological data.
B. Aquatic Resources Survey and Delineation. Compile background information on wetlands from
National Wetlands Inventory maps. Identify all potential or known wetlands within the project area.
Conduct formal wetland surveys and delineation of all wetlands adjacent to and/or impacted by the
project. Include the wetland data as a separate layer in the environmental GIS, as applicable.
C. Wetland Data Forms. As required for inclusion in the Aquatic Resources Delineation Report,
wetland data forms will be completed for each wetland delineated in the field. Wetland information will
be recorded on the appropriate regional supplement.
D. Aquatic Resources Mapping/GIS. The Aquatic Resources Delineation Report will include vicinity
map and aerial photographs of the project area with identified waters and wetlands clearly shown. Data
collected in the field (including waters, wetlands, soil pits, and bridge structures over waters) will be
provided for incorporation into project files.
E. Wetland Assessment. An appropriate Function and Values Assessment Method will be used to
assess functions and values of impacted wetlands and the proposed wetland mitigation site. Identify all
wetlands within the project area and potential impacts for all alternatives. A determination of the amount
of jurisdictional and non-jurisdictional wetlands will be made.
F. Wetland Delineation Report. Prepare a Wetland Delineation Report describing the methods used,
jurisdictional and non-jurisdictional wetlands identified, and general characteristics of vegetation, soil,
and hydrology in the vicinity. The Wetland Delineation Report will include maps or aerial photos of the
project area with the identified wetland areas clearly shown. A Preliminary Wetland Delineation Report
will be prepared and submitted to ITD HQ for review. All issues and comments will be addressed and a
Draft Wetland Delineation Report prepared and submitted for review by HQ. A Final Wetland
Delineation Report will be completed and submitted that addresses identified issues and comments. ITD
HQ will forward the final report to the USACE for concurrence. If concurrence isn’t given, Bionomics
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
21 of 27
will address agency comments and resubmit a Final Wetland Delineation Report, until concurrence is
given.
G. Technical Review QA/QC. Prior to submitting any wetland delineation documents, internal Quality
Assurance and Quality Control shall be completed by Bionomics staff.
H. Comment Response. The draft report will be submitted to Forsgren, then to LHTAC, ITD HQ, and
USACE for review. Comments will be addressed and the revised report will be resubmitted for review
and concurrence. Should either agency staff require report edits or revisions of the project area, the
review cycle for each is renewed at the time of the submitted report changes.
I. Coordination and Consultation. Personal and telephone meetings will be held and documented
throughout the duration of the project.
MINIMUM DELIVERABLES:
• Aquatic Resources Delineation Data
• Draft Aquatic Resources Delineation Report
• Final Aquatic Resources Delineation Report
12.5 AQUATIC RESOURCES IMPACT ANALYSIS: Should waters/wetlands be found within the
project area; an impact analysis will be required to assess potential impacts. Overlays of the project
design with waters in the area will be compared and analyzed for direct and indirect impacts to the
regulated resources.
A. Impact Analysis. An analysis of wetland impacts including direct, indirect, and cumulative effects
will be completed for any wetlands affected by construction. The analysis will discuss areal extents,
types of vegetation impacted, hydrologic alterations to the remaining (unfilled) adjacent wetland areas,
and both short-term and long-term effects, as applicable.
B. Conceptual Mitigation. It is assumed if wetland mitigation is deemed necessary, the project will
utilize a wetland mitigation bank. If wetland banking isn’t feasible, then a conceptual wetland mitigation
plan can be prepared as additional services.
C. Agency Coordination. Personal and telephone meetings will be held and documented throughout the
duration of the project.
D. Summary in Environmental Evaluation. Once the report has been finalized and concurrence
received, it will be summarized in the EE.
MINIMUM DELIVERABLES:
• Impact Analysis
12.6 THREATENED, ENDANGERED AND SENSITIVE SPECIES. Bionomics will complete
the ITD 0654 Biological Resources Worksheet, summarizing background research, effect findings,
recommended mitigation, and agency coordination
A. Background Research: Bionomics will gather all pertinent information regarding the proposed
project action for Ute Ladies’ Tresses. Information collected during the background review will be used
to assess the impacts that the proposed project will have on the species.
A review of the project area using the US Fish and Wildlife Service’s (USFWS) Information for Planning
and Conservation tool (IPaC) indicates Ute Ladies’ Tresses will need to be addressed for this project. For
Ute Ladies’ Tresses, it is likely due to potential habitat, rather than known occurrences of Ute Ladies’
Tresses in the South Fork Teton River. There are no known occurrences of Ute Ladies’ Tresses in the
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
22 of 27
South Fork Teton River. The nearest known occurrences are located northeast of the project, near St.
Anthony.
A list of all species that occur within the vicinity of the project area will be obtained from the IDFG using
the Idaho Fish and Wildlife Information System (IFWIS). Bionomics will use this data for preparing the
documents.
B. Field Reconnaissance: Bionomics will perform a field survey to identify T&E species, and identify
habitat and potential impacts for the proposed actions. Bionomics will conduct surveys for Ute Ladies’
Tresses during the spring to identify whether potential habitat exists within the project area and in August,
when the flower is in bloom and can be distinguished from other orchids.
Photos of the project area will be taken on the day of the field visit. Impacts to all species will be assessed
through a thorough review of existing data sources.
C. Coordination and Consultation. Bionomics will communicate with the applicable agencies (U.S.
Fish and Wildlife Service and Idaho Department of Fish and Game) regarding this project and its
potential impacts to species of concern. These communications will be documented to support the ITD
0654 form.
MINIMUM DELIVERABLES:
• Photos of the project area taken on the day of reconnaissance visit.
• ITD 0654 form and all associated worksheets.
ASSUMPTIONS:
• It is assumed that two field surveys will be required for Ute Ladies’ Tresses, one in spring to
identify habitat and one in August. If Ute Ladies’ tresses habitat and/or individual plants are
identified, this will precipitate additional surveys and preparation of a biological assessment
which is not included in this scope of work.
• It is assumed that the effect determination for the Threatened and Endangered species in this
project will be “No Effect”. An elevated effect will necessitate additional scope.
• Any presence of Ute Ladies’ Tresses and/or habitat will likely necessitate a Biological
Assessment and additional scope.
12.7 NOISE. Bionomics will conduct a traffic noise impact analysis in accordance with ITD’s Noise
Policy, dated May 2011, to enable ITD to complete its “Noise Abatement Decision Checklists”. The
traffic noise impact analysis will consist of taking field measurements, modeling the traffic noise using
the Traffic Noise Model (TNM) Version 2.5, and preparing a report describing the methodology, findings,
and consideration of noise abatement measures.
A. Field Testing. Bionomics will perform the field-testing and run the Traffic Noise Model (TNM 2.5
or latest version) to identify any roadway-related noise issues along the project area. Field testing
will be used to verify the TNM and will also define any unusual or unexpected sources of noise that
need to be compensated for in the computer model. The field measurements will be taken using a
Brüel & Kjaer Hand-held Analyzer Type 2270 Sound Level Meter. All fieldwork completion is
based on the assumption that Forsgren will secure property access prior to beginning work.
Bionomics will use a Trimble GeoXH to identify the location of receptors for field measurements.
B. Noise Modeling. Bionomics will model and report noise attributable to the proposed project by the
FHWA TNM 2.5 (or latest version). Bionomics will coordinate with Forsgren to get the State Plane
(X, Y and Z) coordinates and street addresses for the sensitive receptors, the existing roadway and
build option. Modeling will be conducted, and the noise analysis report will be completed after the
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
23 of 27
final proposed improvements are determined. The existing, no build, build, and observed results will
be modeled for the project, including required transects.
C. GIS Mapping. Bionomics will prepare the following maps for inclusion in the noise report: vicinity
map, site map with receptors, existing and proposed centerlines/right-of-way, segment analysis,
existing zoning, and future zoning.
D. Draft Noise Report. Based on the TNM computer model analysis, receptors along the road will be
identified that approach or exceed FHWA standards (within 1 dBA of FHWA criteria) to be
considered for noise mitigation. Consideration of up to six noise mitigation measures for any
impacted receptors will be discussed along with the feasibility and reasonability of each mitigation
measure. Bionomics will prepare a Traffic Noise Study Report based on the noise study conducted to
meet ITD and FHWA regulations, including the FHWA Highway Traffic Noise Analysis and
Abatement Guidance June 2010 and the ITD Noise Policy May 2011. Plan sheets with the existing
and proposed center lines, the receivers and access points, and labeled for each receiver shall be
provided with the report. Forsgren will provide engineering/estimating support for the
reasonability/feasibility study.
E. Barrier Analysis. If impacts to sensitive noise receptors due to project implementation are
identified, reasonability/feasibility analysis (ITD Form 1055 and Form 1057) will be completed to
determine whether it is both reasonable and feasible to mitigate with noise barriers. Bionomics will
complete the Noise Decision Checklist (ITD Form 1056) after review of and concurrence with the
report. Form 1056 will be reviewed by ITD and signed if concurrence on the decision is given. Only
conceptual barrier analysis is included in this SOW. Actual barrier analysis (barrier design) is not
included in this SOW and will be conducted as additional services if necessary.
F. Technical Review QA/QC. Prior to submitting any traffic noise report documents, internal Quality
Assurance and Quality Control shall be completed by Bionomics staff.
G. Comment Response. The draft report will be submitted to Forsgren, LHTAC, ITD HQ, and FHWA
for review. One round of comments is assumed per agency.
H. Coordination. Personal and telephone meetings will be held and documented throughout the
duration of the project to gather the necessary data for completion of the noise report. Potential
agencies requiring coordination include Forsgren, LHTAC, ITD HQ, and City of Rexburg.
I. Final Traffic Noise Report. The Final Traffic Noise Report shall be submitted to ITD for final
review and routing to FHWA for concurrence.
MINIMUM DELIVERABLES:
• Draft Traffic Noise Study Report
• Final Traffic Noise Study Report
ASSUMPTIONS:
• Once modeling has begun using FHWA TNM 2.5, any effort to subsequently update to a newer
modeling version would be completed under a supplemental agreement.
• Only conceptual barrier analysis is included in the SOW. Actual barrier analysis (barrier design)
is not included in this SOW but can be completed under a supplemental agreement.
• The Traffic Noise Study Report will be approved by the FHWA prior to submittal of the
Environmental Evaluation/ITD 0654 Form.
12.8 AIR QUALITY. It is assumed that air quality analysis is not warranted. A summary will be
included in the EE/ITD 0654 Form.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
24 of 27
12.9 VISUAL RESOURCES. Bionomics will evaluate the project area for those locations with high
quality views and the visual impacts of the project on the environment. If there are visual impacts, a
discussion of the existing visual environment, what is being proposed, and the impacts shall be provided
in a Visual Impact Memorandum. If a higher level of analysis is warranted, this can be completed as
additional services.
Bionomics will consult with the applicable agencies regarding the project, potential impacts, and
mitigation measures to mitigate for those impacts. This consultation information will be documented in
the environmental document.
12.10 HAZARDOUS MATERIALS. Conduct an Administrative Review, including review of public
records as available (e.g. aerial photographs). All work shall be documented according to current
ITD/FHWA guidelines. After completion of the Administrative Review, Bionomics will provide a
complete summary within the EE/ITD 0654 Form. The ITD 0654 Form shall include a conclusion as to
the potential the project has of encountering hazardous materials. If an Initial Site Assessment (ISA
Phase I) is necessary, this can be provided under a supplemental agreement.
MINIMUM DELIVERABLES:
• Completed summary within the EE/ITD 0654 Form
• Terradex Map
12.11 HYDROLOGY. Evaluate the potential impacts to surface water, water quality, floodplains,
ground water, stream alteration/encroachment, and navigable waters.
A. Water Quality. Determine if the project will impact water quality by considering locations where
runoff or other non-point source pollution may be involved in relation to sensitive water resources such as
water supply reservoirs, groundwater recharge areas and streams. If there are impacts, this will be
discussed and summarized in the EE/ITD 0654 FORM.
B. NPDES General Permit Checklist. Summarize within the EE/ITD 0654 Form if the project will
have ground disturbing activities of one (1) acre or more and has the potential of discharging into
waters.
C. Floodplains and Floodways. Conduct preliminary investigation necessary to floodplain and
floodway impacts. Include examination of the FEMA Flood Insurance Rate Map (FIRM) for the area
and existing flood studies, and evaluation of the options on the existing floodplain. Discuss
encroachment impacts and mitigation measures to avoid or minimize floodplain and floodway
impacts. A floodplain analysis report will not be completed under this scope of work. If deemed
necessary, this can be completed as additional services. A floodplain development permit will be
obtained under Section 13 of this scope of work.
D. Sole Source Aquifer. The project is located within the boundaries of the Eastern Snake River
Plain sole source aquifer system. Impacts to the aquifer will be evaluated in accordance with the EPA
sole source aquifer program and described in the EE/ITD 0654 Form.
MINIMUM DELIVERABLES:
• Summary in the Environmental Document (as applicable)
12.12 SOCIOECONOMICS: Bionomics will evaluate the potential impacts on the social resources,
economic resources, environmental justice, and recreation & tourism. Information will be obtained from
the most current U.S. Census, local plans and studies, and discussions with local officials.
MINIMUM DELIVERABLES:
• Summaries in the Environmental Evaluation
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
25 of 27
12.13 LAND USE, ACCESS, & TRAFFIC SAFETY. Evaluate the potential impacts to land use,
access, and traffic safety within the project area. Evaluate the potential impacts to access, including access
control, and traffic safety. Determine if the project will impact prime farmlands. Complete the Form
AD-1006 where necessary, including all coordination.
12.14 GEOLOGY AND SOILS. It is assumed geology and soils analysis is not warranted.
12.15 LWCF RECREATION AREAS/6(F) LANDS. It is assumed there are no Section 6(f) Lands in
the project area and this analysis is not warranted. If there should be any Section 6(f) lands in the project
area, these lands would be evaluated and assessed under a supplemental agreement.
12.16 FAA AIRSPACE INTRUSIONS. It is assumed this task item is not warranted as there are no
airports within the near vicinity of the project.
12.17 PUBLIC INVOLVEMENT. Our team will work with the City of Rexburg to coordinate public
involvement and outreach efforts for the project. Bionomics will identify public outreach tools and
activities to successfully engage and communicate with project stakeholders. Critical to this project will
be close coordination and ongoing communication to identify key milestones for deliverables, foster
mutual accountability at all levels, help participants understand what is expected and ultimately identify
achievable actions for implementation. Additionally, Bionomics will provide process design planning
and assist with communication flow among project team members, City of Rexburg, and project
stakeholder groups.
12.17.1 Stakeholder Database. Bionomics will develop a stakeholder database that includes mailing and
email information for the purpose of providing stakeholders with project information updates. The
database will include contact information for project team members, city officials, state and local
government, property owners, special interest groups, interested citizens, resource and regulatory
agencies.
Assumptions:
• Database will be provided as a resource for project team.
• Bionomics will provide ongoing updates to database and share updated versions with project
team members.
Minimum Deliverables:
• Excel stakeholder database
• Ongoing database updates
12.17.2 Stakeholder Interviews. The Bionomics team will conduct stakeholder interviews early in the
project on an as-needed basis. Initial stakeholder interviews may include property owners impacted by
property access reduction, area residents, and others identified as having a key interest in the project. The
interviews will help identify project issues affecting impacted stakeholders as well as help determine
specific communication and outreach techniques.
Minimum Deliverables:
• Stakeholder interviews
• Stakeholder interview summary report
12.17.3 Public Meeting & Comment Period The Bionomics team will plan. Prepare, conduct, and
record the results of one (1) public meeting. Meeting preparation and coordination will include the
following:
Public Meeting Logistics:
• Coordinate logistical arrangements (location, facility, refreshments, etc.) and prepare a detailed
hearing plan, including meeting layout and materials.
East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
26 of 27
• Prepare meeting agendas, materials, and summaries.
Public Meeting Advertisement(s):
• Advertisements to serve as an invitation to the public meeting.
Public Meeting Displays & Exhibits
• Draft, design, and print project handouts, including comment forms, surveys and sign-in
sheets.
• Up to three (3) project displays prior to construction kick-off for the purpose of
advertisements and public hearing.
• In addition to hard copy displays, digital copies will be prepared for e-mail distribution,
website and social media sites.
Comment Period
• Gather and record all comments received during the public meeting.
• Public meeting comment period will begin fourteen (14) days prior to the public hearing and
will end fourteen (14) days after the public hearing.
Assumptions:
• Advertisements will be included in direct expense.
Minimum Deliverables:
• One (1) public meeting
• Comment forms, surveys, and sign-in sheets
• Public hearing advertisement(s) & display(s)
• Stakeholder comment and feedback summary
Detailed Scope of Work East Parkway; Barney Dairy Rd. to 7th North
Project No. A023(330)
Key No 23330
27 of 27
Survey Area
EAST PARKWAY, DAIRY RD. TO 7TH NORTH
PROJECT NO. A023(330)
KEY NO. 23330
A. SUMMARY ESTIMATED MAN-DAY COSTS
Raw Labor
Cost
17.00 @ 106.73$ =1,814.41$
366.00 @ 66.35$ =24,284.10$
242.00 @ 64.91$ =15,708.22$
32.00 @ 64.91$ =2,077.12$
12.00 @ 95.77$ =1,149.24$
56.00 @ 51.35$ =2,875.60$
239.00 @ 60.00$ =14,340.00$
182.00 @ 43.00$ =7,826.00$
45.00 @ 26.25$ =1,181.25$
132.00 @ 50.48$ =6,663.36$
87.00 @ 35.11$ =3,054.57$
TOTAL RAW LABOR COST =80,973.87$
B. PAYROLL, FRINGE BENEFIT COSTS & OVERHEAD
X =138,700.14$
C. NET FEE
X =27,459.25$
D. SUBCONSULTANTS
Subconsultant Fee
$126,480.34
$140,788.47
$94,582.46
‐$
=$361,851.26
E. FCCM
X =137.66$
G. OUT-OF-POCKET EXPENSE SUMMARY
Estimated
Unit Cost Expense
MILES @ 0.625$ =782.50$
MILEAGE*** Trip from Rexburg MILES @ 0.625$ =‐$
Days @ 59.00$ =177.00$
Nights @ 98.00$ =196.00$
Field Supplies LS @ ‐$ =‐$
=1,155.50$
*Negotiated % Fee
2024 Escalation = 33%*(Labor + Overhead) * X/Y * PCT =4,323.50$
Escalation Duration, X 12 months
Contract Duration, Y 12 months
2nd Year Percentage, PCT 3% (Raises occuring in January 2024)
2025 Escalation = 33%*(Labor + Overhead) * X/Y * PCT =2,882.33$
Escalation Duration, X 8 months
Contract Duration, Y 8 months
3rd Year Percentage, PCT 6% (Raises occuring in January 2025)
=7,205.83$
*Negotiated % Fee
***As per the "FEDERAL PER DIEM RATES FOR IDAHO"
PROJECT TOTAL =
TOTAL ESTIMATED EXPENSE
SR. BRIDGE ENGINEER
TOTAL ESTIMATED EXPENSE
$617,483.51
0
M&IE 3
Lodging 2
0
$80,973.87 0.17%
Expense Category Estimated Amount
MILEAGE*** Trip from Boise 1,252
SHANNON & WILSON
BIONOMICS
KELLER
‐‐‐
TOTAL ESTIMATED SUBCONSULTANT FEES
Total Raw Labor FCCM
Total Raw Labor & Overhead NET FEE*
$219,674.01 12.5%
Subconsultant**
SURVEYOR IV
SURVEYOR II
Total Raw Labor Cost Approved Rate
80,973.87$ 171.29%
BRIDGE ENGINEER
SR. ROADWAY ENGINEER
ROADWAY ENGINEER
HYDRAULICS ENGINEER
CADD
CLERICAL
Man
Hours
Hourly
RateLabor Category
PROJECT PRINCIPLE
PROJECT MANAGER
East Parkway, City of RexburgProject No. A023(330)Key No. 22071TASK DESCRIPTIONTOTAL HOURSProject PrincipleProject ManagerSr. Bridge EngineerBridge EngineerRdwy EngineerSr. Rdwy EngineerHydraulics EngineerCADDClericalSurveyor VISurveyor III1.0Project Administration198.00 1.00 126.00 30.00 0.00 0.00 0.00 0.00 0.00 41.00 0.00 0.00 Project Initiation 5.00 1.00 2.00 1.00 1.00 Pre-Operation / Kick-Off Meeting 5.00 4.00 1.00 Progress Reports and Invoicing 88.00 40.00 8.00 40.00 Bi-Monthly Project Meetings 50.00 40.00 10.00 Project Coordination 50.00 40.00 10.00 2.0Project Charter134.00 6.00 24.00 28.00 0.00 0.00 44.00 0.00 32.00 0.00 0.00 0.00 Project Charter Preparation2.1.1. Project Summary 20.00 4.00 8.00 8.00 2.1.2. Environmental Conditions 2.00 2.00 2.1.3. Design Standards 6.00 2.00 4.00 2.1.4. Typical Section 18.00 2.00 4.00 4.00 8.00 Alternative Analysis2.2.1. Design Geometrics 30.00 2.00 4.00 8.00 16.00 2.2.2. Alternative Solutions 18.00 2.00 8.00 8.00 2.2.3. Issues and Risks 6.00 2.00 4.00 Draft Project Charter Submittal 14.00 4.00 4.00 2.00 4.00 Final Project Charter 20.00 2.00 6.00 2.00 6.00 4.00 3.0Preliminary Roadway Design106.00 2.00 76.00 12.00 0.00 12.00 0.00 0.00 4.00 0.00 0.00 0.00 Site Visit 10.00 2.00 8.00 Geotmetric Design 12.00 12.00 Cross Sections 0.00 CAD Model Quanities 0.00 Preliminary Drainage Study 4.00 4.00 Roadway Preliminary Design Drawings 10.00 8.00 2.00 Utilities8.008.00Opinion of Most Probable Cost2.00 2.00 Quality Control Review16.00 16.00 Revise Prelimiary Design Package8.00 8.00 Submit Preliminary Design Package4.00 4.00 Preliminary Design Review Meeting8.00 8.00 Design Study Report24.00 2.00 4.00 2.00 12.00 4.00 4.0Final Design0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Incorporate Revision from Preliminary Design 0.00 Roadway Drawings 0.00 Utility Coordination 0.00 Special Provisions 0.00 1.31.42.12.23.14.12.32.43.133.93.103.123.11TASK #1.11.23.31.53.23.83.53.63.73.44.44.34.2Ti
SPPP0.00 Opinion of Probable Cost0.00 Quantity Calculations0.00 Quality Control0.00 Submit to LHTAC0.00 Final Design Review Meeting0.00 5.0Plans, Specification, & Estimate (PS&E)0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Incorporate Revisions from Final Design Review 0.00 Quality Control 0.00 Certify Drawings 0.00 Submit PSE Package 0.00 6.0Structural TS&L162.00 4.00 4.00 76.00 18.00 0.00 4.00 4.00 50.00 2.00 0.00 0.00 Coordination 12.00 8.00 2.00 2.00 East Parkway Brdige TS&L 0.00 6.2.1 Draft TS&L 128.00 2.00 2.00 60.00 16.00 4.00 4.00 40.00 6.2.2 Final TS&L Report 22.00 2.00 2.00 8.00 8.00 2.00 7.0Situation and Layout226.00 4.00 6.00 96.00 10.00 0.00 8.00 4.00 96.00 2.00 0.00 0.00 Coordination6.004.00 2.00East Parkway Bridge S&L7.2.1 Draft Situation & Layout174.00 2 4.00 76.00 8.00 8.00 4.00 72.00 7.2.2 Final Situation & Layout46.00 2 2.00 16.00 24.00 2.00 8.0Final Structure Design0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 East Parkway Bridge Final Desgin8.1.1 Final Structure Plans and Calculations 0.00 Situation & Layout 0.00 Sheet Index, Quantities, & Vicinity Map 0.00 Design & General Notes 0.00 Fondation Investigation (2 sheets) 0.00 Footing Layout and Pile Notes 0.00 Excavation and Backfill Details 0.00 Abutment Layout & Details (3 Sheets) 0.00 Wingwall Layout & Details 0.00 Framing Plan 0.00 Girder and Girder Details (3 Sheets) 0.00 End Diaphragm Details (2 Sheets) 0.00 Temporary Diaphram Details 0.00 Deck and Deck Details (3 Sheets) 0.00 Approach Slab Details (2 Sheets) 0.00 42" Single Slope Concrete Parapet 0.00 Utility Details 0.00 Date Panel 0.00 Metal Reinforcement (3 Sheets) 0.00 8.1.2 Construction Contract Time Determination 0.00 8.1.3 Structure Special Provisions 0.00 8.1.4 Structure Quantities 0.00 4.104.94.84.64.55.15.25.34.117.25.47.16.26.18.1
8.1.5 Bridge Construction Cost Estimate0.00 8.1.6 Design Plan and Calculations QA/QC0.00 9.0Structure PS&E Submittal0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Bridge PS&E Submittal 0.00 10.0Survey190.00 0.00 0.00 0.00 0.00 0.00 0.00 3.00 0.00 0.00 100.00 87.00 Research 8.00 8.00 Field Reconnaissance 18.00 10.00 8.00 Project Monumentation 17.00 9.00 8.00 Right-of-Way 12.00 8.00 4.00 Topographic Survey 0.00 10.5.1 Utilities 12.00 6.00 6.00 10.5.2 Surface Features 24.00 12.00 12.00 10.5.3 Road Survey 44.00 22.00 22.00 10.5.4 High-Water Elevation 3.00 1.001.00 1.0010.5.5 Hydraulics Survey38.00 2.0018.00 18.0010.5.6 Geotechnical Exploration14.00 6.00 8.00 11.0Materials (Shannon & Wilson)4.00 0.00 0.00 0.00 4.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 See Shannon & Wilson Manhour Estimate 4.00 12.0Environmental Evaluation (Bionomics)4.00 0.00 4.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 See Bionomics Manhour Estimate 4.00 13.0Hydraulics386.00 0.00 126.00 0.00 0.00 0.00 0.00 228.00 0.00 0.00 32.00 0.00 Hydraulic Risk Assesment 60.00 20.00 40.00 Hydraulic Modeling (River) 126.00 30.0080.00 16.00Hydraulic Modeling (Canal)100.00 36.0048.00 16.00Hydraulic Report100.00 40.0060.0014.0Permitting0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Joint Permit Application 0.00 1410.00 17.00 366.00 242.00 32.00 12.00 56.00 239.00 182.00 45.00 132.00 87.00 TOTAL LABOR HOURS9.110.110.510.210.310.413.414.113.313.213.1Title Name RateProject Principle Larry Evans $106.73 Project Manager Aaron Swenson $66.35 Sr Bridge Engineer Brett Broadhead $64.91 Bridge Engineer Ryan Sherman $64.91 Roadway Engineer Camille Miller $51.35 Roadway QA/QC Stephen Waldinger $95.77 Designer/Drafter Mike Palmer $43.00 Environmental Engineer Patrick Wickman $51.35 Hydraulics Engineer Ronald Manning $60.00 Survey Manager Mark Hokanson $50.48 Survey III Darrell Hanners $35.11 Clerical Eva Wright $26.25
SHANNON & WILSON
A. SUMMARY ESTIMATED MAN-HOUR COSTS
Loaded Labor
Cost
14.00 @ 75.92$ = 1,062.88$
92.00 @ 53.93$ = 4,961.56$
QC 25.00 @ 75.92$ = 1,898.00$
243.00 @ 62.15$ = 15,102.45$
‐ @ 55.65$ =‐$
10.00 @ 53.93$ = 539.30$
33.00 @ 35.70$ = 1,178.10$
15.00 @ 31.25$ = 468.75$
TOTAL COST =25,211.04$
B. PAYROLL, FRINGE BENEFIT COSTS & OVERHEAD
X =48,211.07$
C. NET FEE
X =8,810.65$
D. DIRECT EXPENSE SUMMARY
Anticipated Agreement Date: March 30, 20223
Project Duration: 12 (mo)
Escalation Period: 0 (mo)
XX =-$
E. FCCM
X =20.17$
F. SUBCONSULTANTS
G. OUT-OF-POCKET EXPENSE SUMMARY
See Attached Lab Directs 16,413.00$
Field Directs 27,814.40$
Estimated
Shannon & Wilson TOTAL =
TECHNICIAN
CADD
Geologist
PROFESSIONAL ENGINEER
$126,480.34
Total Raw Labor FCCM
$25,211.04 0.08%
$73,422.11 12%
Total Raw Labor Cost Period (yrs) Annual Escalation
$73,422.11 0.00 4.00%
CLERICAL
Total Raw Labor Cost Approved Rate
$25,211.04 191.23%
Total Raw Labor & Overhead NET FEE*
PROJECT PRINCIPLE
PROJECT MANAGER
Man
Hours
Hourly
RateLabor Category
File No.109461 Transmittal 1
Deliverable/Activity Principal Project
Manager QC Engineer Geologist CADD Tech Admin TOTAL
100 ADMINISTRATION 14.0 20.0 0.0 0.0 0.0 0.0 0.0 14.0 0.0 48.0
Note: 12-month level-of-effort
Prepare agreements, project start-up, ITD forms, invoicing,
B2G compliance, and close-out 14 14 28.0
Project meetings via teleconference and meetings 4 4.0
Perform general project management 12 12.0
Remain available to answer questions 4 4.0
500 GEOTECHNICAL STUDY 0.0 72.0 25.0 243.0 0.0 10.0 33.0 1.0 0.0 384.0
500.1 Reconnaissance & Advance Preparations 0.0 58.0 0.0 3.0 0.0 0.0 2.0 1.0 0.0 64.0
Acquire/review historical roadway and bridge structure
documents and other relevant project documentation.
Relevant data may include historical plan sets, network-level
roadway pavement condition and maintenance history, TSD
data, NRCS data, state groundwater data, well logs,
topographic and aerial imaging, geologic map information.2 2.0
Initial site visit (incl travel) with invitation to FA, including (1)
Review site access and site safety, (2) Note general
conditions for field investigation planning, (3) Photograph and
document general site conditions, (4) Paint/stake test pit and
boring locations, (5) Note potential overhead or buried utilities
interferences that may affect exploration locations.16 16.0
Prepare project-specific field investigation instructions for
AGEO field personnel. Review the plan with S&W field staff
and provide a courtesy copy of the plan to the project team.
The plan will include: (1) Safety and emergency information,
(2) Field coordination including exploration location plan, (3.)
Schedule of field activities. (4) Required observations, (5)
Logging instructions, (6) Testing locations and test intervals,
(7) Test procedures and testing details, (8) Subcontractor
contact information, and (9) Utilities clearances matters. 4 4.0
Prepare encroachment permit application (1 ea) and
coordinate approval. 2 2.0
Prepare the Cultural Resource Investigation Request (ITD
from 1500) and coordinate environmental clearance for
exploration activities. 8 8.0
Traffic control plans are not required.0
6 Jan 2022
Work Break-Down and Day Labor Hours
East Parkway, City of Rexburg
File No.109461 Transmittal 1
Deliverable/Activity Principal Project
Manager QC Engineer Geologist CADD Tech Admin TOTAL
6 Jan 2022
Work Break-Down and Day Labor Hours
East Parkway, City of Rexburg
Complete the following for excavation and drilling
subcontractors (2 ea. subcontractors), including (1) Prepare
scopes of service for subcontractors, (2) Request quotations,
(3) Prepare sub-agreements, (40) Collect insurance
certificates, and (5) Coordinate contractor schedule of
activities. 8 1 9.0
Coordinate design traffic data.2 2.0
Coordinate property access.2 2.0
Coordinate field activities with client and owner. 2 2.0
Coordinate with DIGLINE to clear excavation locations. Meet
with DIGLINE in the field, including travel.12 12.0
Prepare to mobilize to the field (schedule equipment, perform
calibrations, acquire supplies, etc.) and provide a kick-off
briefing for field engineers and technicians.3 2 5.0
500.2 Subsurface Investigation 0.0 0.0 0.0 65.0 0.0 0.0 20.0 0.0 0.0 85.0
Mobilize excavator and advance 12 test pits to 10 feet bgs at
roadways and stormwater disposal area, including travel.
Log, sample, test, and patch, including travel. Restore/reseed
ground disturbance.30 30.0
For the bridge, mobilize drill rig and advance 2 borings to 80
feet bgs, including travel. Log, sample, test, and patch,
including travel. 30 30.0
Perform Guelph permeameter testing during test pit
operations.20 20.0
Take down and replace fencing.2 2.0
Scanline survey existing riprap sizes (at abutments) and
stream bed sizes (at bridge and at 100 feet upstream). Note
and photograph riprap performance. Measure depths from
the existing deck to apparent OHW.1 1.0
Obtain 1 each channel bed samples for laboratory scour
analysis gradations. Combine laboratory gradation with field
scan data for combined particle-size analysis.2 2.0
500.3 Laboratory Testing 0.0 0.0 0.0 13.0 0.0 0.0 1.0 0.0 0.0 14.0
Unload samples, complete custody log-in, and store.4 4.0
Review samples and prepare/coordinate testing instructions.6 6.0
Review test reports.3 3.0
At project closure, dispose of samples at Hidden Hollow
Landfill.1 1.0
500.4 Data Development & Analyses 0.0 0.0 16.0 82.0 0.0 0.0 10.0 0.0 0.0 108.0
File No.109461 Transmittal 1
Deliverable/Activity Principal Project
Manager QC Engineer Geologist CADD Tech Admin TOTAL
6 Jan 2022
Work Break-Down and Day Labor Hours
East Parkway, City of Rexburg
Develop design traffic loading - ESALs.0.5 2 2.5
Prepare report-ready logs via GiNT and lab data.1.5 12 13.5
Prepare one pavement design for the project.1 4 5.0
Define areas requiring subgrading, special drainage, frost
heave mitigation, embankments, and grade pointing.0.5 2 2.5
Check filter criteria between subgrade and subbase materials 0.5 2 2.5
Provide recommendations for subsurface disposal of
stormwater.1 4 5.0
Discuss earthwork approach with roadway designer and
define shrink/swell values.0.5 1 1.5
Establish pipe design criteria.0.5 1 1.5
Estimate water quantity for dust abatement.0.5 1 1.5
Provide special construction considerations.1 4 5.0
Prepare a subsurface design profile for the bridge.1 4 5.0
Draft an FIP using P&P CAD file from FA. Coordinate with
structural designer and backcheck final FIP prepared by FA.
Travel to client’s office and seal FIP for final design.1 6 10 17.0
Estimate settlement for driven piles.1 4 5.0
For driven piles, evaluate axial capacities for two pile types or
sizes and prepare capacity plots.1 12 13.0
Evaluate lateral capacity and prepare families of curves for
deflection, shear, and bending.1 12 13.0
Develop seismic design parameters and address seismic
risks.0.5 1 1.5
Estimate approach embankment settlements.0.5 1 1.5
Evaluate approach embankment slope stability. 0.5 4 4.5
Evaluate abutment drainage and provide related mitigation
recommendations.0.5 1 1.5
Evaluate bridge abutment erosion potential and provide
related mitigation recommendations.0.5 1 1.5
Recommend lateral earth pressure design parameters for
rigid concrete wing walls.0.5 1 1.5
Compile construction considerations.0.5 2 2.5
500.5 Reporting 0.0 14.0 9.0 80.0 0.0 10.0 0.0 0.0 0.0 113.0
Geological Reconnaissance Report Waiver Letter
Draft and submit.2 2.0
Roadway Materials Report
Prepare appendices.1 10 6 17.0
Roadway Materials Report write-up.18 18.0
S&W internal review; Address comments.3 2 5.0
Issue for FA review; Address comments.1 2 3.0
File No.109461 Transmittal 1
Deliverable/Activity Principal Project
Manager QC Engineer Geologist CADD Tech Admin TOTAL
6 Jan 2022
Work Break-Down and Day Labor Hours
East Parkway, City of Rexburg
Issue for owner/agency review; Prepare comment resolution
form; Modify the report; Submit one sealed report.2 4 6.0
Geotechnical Engineering Report (one bridge)
Prepare appendices.2 12 4 18.0
Geotechnical Engineering Report write-up.24 24.0
S&W internal review; Address comments.3 2 5.0
Issue for FA review; Address comments.1 2 3.0
Issue for owner/agency review; Prepare comment resolution
form; Modify the report; Submit one sealed report.2 4 6.0
Final Design Review Letter
Review Final Design Documents to confirm the intent of the
Materials Reports have been incorporated.6 6.0
TOTAL (all tasks)14.0 92.0 25.0 243.0 0.0 10.0 33.0 15.0 0.0 432.0
Note 1.: Geotechnical- and materials-related field activities, such as drilling, test excavations, and field testing, may involve 10- to 12-hour work days. This estimate is based on 10-
hours work days for field work. Invoicing will reflect actual field time, including daily travel to the work site.
for
Quotations
East Parkway, City of Rexburg
CONFIDENTIAL
File No.109461 Transmittal 1
Billing
Code Method Item Quantity Unit Cost Extended
Cost
Laboratory Classification
71-L90 ASTM D2488 Baggie - ASTM Visual-Manual Classification EA
71-L91 ASTM D2488 Tube - ASTM Visual-Manual Classification EA
71-L93 ASTM D2488 50# sack - ASTM Visual-Manual Classification EA
71-L95 AASHTO M 145 AASHTO Soil Clssification EA
71-L100 ASTM D2216 Water Content 22 EA 24.00 528.00
71-L105 ASTM D2937 Water Content/Dry Unit Weight of ring sample 2 EA 85.00 170.00
71-L106 ASTM D2937
Water Content/Dry Unit Weight of shelby tube sample
(incl. tube cutting)EA
71-L110 ASTM D2974 Organic Content EA
Atterberg Limits/Plasticity
71-L120 ASTM D4318 3 pt LL, 1 pt PL (Atterberg Limits)22 EA 130.00 2,860.00
EA
71-L130 ASTM D4943 Shinkage Limits (includes Atterberg)EA
71-L135 ASTM D854 Specific Gravity of Soil EA
Particle-Size Analysis
71-L140 ASTM D1140 No. 200 Wash EA
71-L145 ASTM C136 Full Gradation with Wash (large sample, minus #4 split)22 EA 145.00 3,190.00
71-L150 ASTM C136 Full Gradation with Wash (small sample)EA
71-L155 ASTM D422 Hydrometer to 0.002 mm (includes gradation) 1 EA 225.00 225.00
EA
71-L160 ASTM D2419 Sand Equivalent EA
71-L165 ASTM D4647 Pinhole Dispersion for dispersive soils EA
71-L280 ASTM D698 Standard Proctor Curve EA
71-L285 ASTM D1557 Modified Proctor Curve EA
71-L287 COE EM, App XII Relative Density - Max & Min (0.5 cf mold)EA
71-L288 N.A.Harvard Miniature Compaction EA
Vane Shear
71-L170 ASTM D4648 Laboratory Vane Shear EA
71-L175 N.A.Torvane EA
71-L176 N.A.Pocket Penetrometer EA
71-L180 N.A.
REMAC - Unconfined Compression of Soil
(Undisturbed)EA
71-L181 ASTM D 2166, D2938 Unconfined Compression of Soil (undisturbed)EA
71-L182 ASTM D 2166, D2938 Unconfined Compression of Soil (remolded)EA
Direct Shear
71-L183 ASTM D3080, AASHTO T 236 Consolidated-Drained (Remolded) (per point)EA
71-L184 ASTM D3080, AASHTO T 236 Consolidated-Drained (Undistrubed) (per point)EA
71-L185 ASTM D3080, AASHTO T 236 Consolidated-Drained (Undistrubed) (3-points)1 EA 650.00 650.00
71-L186 ASTM D3080, AASHTO T 236 Consolidated-Drained (Remolded) (3-points)EA
71-L187 ASTM D3080, AASHTO T 236 Residual Strength Determination - ADD EA
6 Jan 2022
2022 Laboratory Testing Schedule - Confidential
MOISTURE-DENSITY RELATIONS
SOIL STRENGTH AND DEFORMATION
East Parkway, City of Rexburg
SOIL CLASSIFICATION AND INDEX TESTS
CONFIDENTIAL
File No.109461 Transmittal 1
Billing
Code Method Item Quantity Unit Cost Extended
Cost
6 Jan 2022
2022 Laboratory Testing Schedule - Confidential
East Parkway, City of Rexburg
Triaxial Compression
71-L195 ASTM D2850 Unconsolidated Undrained (1 point single specimen)EA
71-L196 ASTM D2850
Unconsolidated Undrained (3-point envelope using 3
soil specimens)EA
71-L197 ASTM D2850 (guide)
Unconsolidated Undrained (3-point envelope using multi-
stage techniques)EA
71-L200 ASTM D4767 Consolidated Undrained (1 point single specimen)EA
71-L201 ASTM D4767
Consolidated Undrained (3-point envelope using 3 soil
specimens)EA
71-L202 ASTM D4767
Consolidated Undrained (3-point envelope using multi-
stage techniques)EA
71-L210 ASTM D4767 Consolidated Drained (1 point single specimen)EA
71-L211 ASTM D4767
Consolidated Drained (3-point envelope using 3 soil
specimens)EA
71-L215 ASTM D4768
Consolidated Drained (3-point envelope using multi-
stage techniques)EA
71-L218 COE EM App XA Cyclic (1 specimen)EA
Bearing Ratio (CBR)
71-L220 ASTM D1883, AASHTO T 193 Undisturbed (Per point)EA
71-L225 ASTM D1883, AASHTO T 193 Remolded (per point)EA
71-L226 ASTM D1883, AASHTO T 193 Remolded, per point/ Including Proctor EA
71-L227 ASTM D1883, AASHTO T 193 Remolded (3 point envelope)EA
71-L230 ASTM D2844 R-Value 12 EA 550.00 6,600.00
71-L235 Idaho T 74 Spring Loaded Compactor Method EA
71-L238 AASHTO T 307 Resilient modulus (undisturbed from tube sample)EA
71-L239 AASHTO T307 Resilient modulus (reconsituted from bulk sample)EA
71-L240 ASTM D2345 1-D consolidation without time rates (load and unload)EA
71-L241 ASTM D2435
1-D Consolidation with time rates; up to 10 load and 4
unload increments 1 EA 700.00 700.00
71-L245 ASTM D2435 Supplemental Unload-Reload Cycles EA
71-L255 ASTM D4546 1-D Swell or Settlement Potential of Cohesive Soils EA
71-L260 Constant Strain (measuring swell pressure)EA
71-L265 ASTM D5333 Collapse Potential EA
71-L270 ASTM D5084 Flexwall Permeability, Undisturbed EA
71-L275 ASTM D5084 Flexwall Permeability, Remolded EA
71-L271 ASTM D5084
Flexwall Permeability, Additional Saturation Time (up
to 1 week)EA
71-L277 ASTM D2434
Permeability of granular soils using 4" Constant Head
Permeameter EA
71-L278 ASTM D2434
Permeability of granular soils using 10" Constant Head
Permeameter EA
71-L290 ASTM D6439 Resistivity 1 EA 150.00 150.00
71-L295 EPA 300.0 Chlorides (soil elutriate)1 EA 65.00 65.00
71-L300 EPA 300.0 Sulfates (soil elutriate)EA
71-L301 ASTM D4972 pH 1 EA 55.00 55.00
71-L302 EPA 209-B Total Dissolved Solids EA
VOLUME CHANGE
HYDRAULIC CONDUCTIVITY / PERMEABILITY
CORROSION
CONFIDENTIAL
File No.109461 Transmittal 1
Billing
Code Method Item Quantity Unit Cost Extended
Cost
6 Jan 2022
2022 Laboratory Testing Schedule - Confidential
East Parkway, City of Rexburg
71-L303 Thermal Resisitivity EA
71-L304 EPA 6010B Total Metals in Soil (Pb, As, Cd, Zn)EA
71-L306 AASHTO T-166 Unit Weight of Core EA
71-L308 Asphalt Content and Aggregate Gradation - NCAT EA
71-L310
Compressive Strength of Concrete (2" diameter x 4"
height molds)EA
71-L317 AC Core Volumetrics (for AASHTO ME design)EA
71-L318 AASHTO T 209 Rice Specific Gravity from AC Cores EA
71-L311 WAQTC TM-1 Fracture Face EA
71-L312 Mcleod Mix Design EA
71-L314 TM-225 Wood Particles EA
71-L315 ASTM C40 Injurious Organic Matter EA
71-L320 ASTM C127 Absorption and Specific Gravity, Gravel EA
71-L325 ASTM C128 Absorption and Specific Gravity, Sand EA
71-L330 ASTM C29 Unit Weight EA
71-L335 ASTM C131 LA Rattler (500 Rev)EA
71-L340 ASTM C535 LA Rattler (1000 Rev)EA
71-L345 ASTM C88 Sodium Sulfate Soundness EA
71-L350 Idaho T-13 Mortar Making Properties of Sand EA
71-L355 ITD T-72 Cleanliness Value EA
71-L360 CE-119, CE-120 Flat and Elongated Particles EA
71-L365 ASTM C142 Clay Lumps and Friable Particles EA
71-L370 ASTM C123 Lightweight Pieces in Aggregate EA
71-L380 ITD T-15 Idaho Degradation EA
71-L381 ITD T116 Disintegration of Quarry Aggregates EA
71-L382 AASHTO T 182 Coating and Stripping Evaluation EA
71-L383 AASHTO T 303 Alkali - Silica Reaction EA
71-L383.1 AASHTO T 380 Alkali - Silica Reaction (56-Day)EA
71-L383.2 ASTM C1293 Alkali - Silica Reaction (Year Long)EA
71-L384 AASHTO T 210 Durability Index of Coarse Aggregates EA
71-L385 ITD T-60 Mix Design of Cover Coat Material EA
71-L392 AASHTO T 303 Alkali - Silica Reaction Additional Bar Set EA
71-L392.1 AASHTO T 380 Alkali - Silica (56 Day) Reaction Additional Bar Set EA
71-L309 ASTM D4373 Carbonate Content (calcite equivalent)EA
71-L400 Uncompacted Voids EA
71-L401 Fine Aggregate Angularity EA
71-L600 ASTM D7012 Method C
Compression Strength of Intact Core Specimens
(including core cutting and polishing)4 EA 225.00 900.00
71-L610 Cutting core EA
71-L620 Point Load Index
Petrography
71-L695 Full EA
71-L696 Brief EA on request
GEOSYNTHETIC TESTS
AGGREGATE TESTING
ASPHALT CONCRETE TESTS
ROCK TESTING
CONFIDENTIAL
File No.109461 Transmittal 1
Billing
Code Method Item Quantity Unit Cost Extended
Cost
6 Jan 2022
2022 Laboratory Testing Schedule - Confidential
East Parkway, City of Rexburg
71-L700 ASTM D638 Shear and Peal HDPE liner (set of 3+3)EA
71-L305 ASTM D1633
Cement Treated (New) Base Study (includes 3 cement
contents, 3 proctors, freeze/thaw & wet/dry cycles and
compressive strength testing)EA
71-L307 ASTM D1633
Soil Cement Subgrade Study (includes 3 cement
contents, 3 proctors and compressive strength testing)EA
71-L313 ASTM D1633
Full Depth Reclamation and Cement Treated Base Study
(includes 3 cement contents, 3 proctors, freeze/thaw &
wet/dry cycles and compressive strength testing)EA
71-L316 ASTM C136
Hydraulic Scour Study - full gradation to 3" and merge
field scanline survey data to prepare a combined particle-
size distribution plot up to 3' dia. and incl S.G.EA
71-L391 Special Handling and or Extraction EA
Mr Transport Tubes and Caps (disposable)EA
71-L392 Shipping LS
71-L386 Trimming EA
71-L387 Remolding EA
71-L388 Tube Cutting EA
71-L389 Core Photo (AC cores or core boxes)EA
71-L390 Sample Management 1 EA 95.00 95.00
71-L398 Lab Crushing EA
71-L900
Project Sample Storage - Storage Unit Space (Pre-
bill for time beginning when project testing is 1 Month 150.00 150.00
71-L901 Soil sample Login/Handling (per bucket, bag, tube, box)EA
71-L902 Sample Disposal in Hidden Hollow Landfill 1 EA 75.00 75.00
TOTAL LABORATORY DIRECTS $16,413.00
Change of tests and test quantities: Engineer will specify testing requirements based on discovery of data needs. Tests and quantities of tests estimated herein may likely change to
accommodate discovered project requirements.
Sample Storage Policy: Samples will be disposed of unless other arrangments are specified in the scope of services.
Post Testing Delivery: Pricing assumes pick-up of samples by Owner unless other arrangements are specified in the scope of services.
OTHER SERVICES
Pricing Updates: Laboratory pricing is updated at least annually, as appropriately determined by Shannon & Wilson. Laboratory tests will be billed at current standard rates, which may be
different than the unit prices listed herein. Expedited fees may apply when scope of service indicates an expedited or compressed schedule.
SPECIAL STUDIES
File No.109461
Transmittal 1
Project Coordination and Administration
Lodging (FY21 per diem + estimated 15% taxes and fees)Night
M&IE Day
Rental Car (Including insur & taxes)Day
Gasoline for Rental Car Day
Light Duty Vehicles - Mileage Mile
Heavy Duty Vehicle - Mileage Mile
Towing Surcharge - Mileage Mile
Airfare (one way)EA
Airport Parking Day
Subtotal $0.00
Site Reconnaissance
Lodging (FY21 per diem + estimated 15% taxes and fees)1 Night 110.40 $110.40
M&IE 2 Day 59.00 $118.00
Rental Car (Including insur & taxes)Days
Gasoline for Rental Car Day
Light Duty Vehicles - Mileage Mile
Heavy Duty Vehicle - Mileage 800 Mile 0.785 $628.00
Towing Surcharge - Mileage Mile
Airfare (one way)Mile
Airport Parking Day
Subtotal $856.40
Subsurface Explorations
Lodging (FY21 per diem + estimated 15% taxes and fees)5 Night 110.40 $552.00
M&IE 7 Day 59.00 $413.00
Rental Car (Including insur & taxes)Day
Gasoline for Rental Car Day
Light Duty Vehicles - Mileage Mile
Heavy Duty Vehicle - Mileage 1600 Mile 0.785 $1,256.00
Towing Surcharge - Mileage 800 Mile 0.350 $280.00
Airfare (one way)Day
Airport Parking EA
Drilling & Field Testing by Shannon & Wilson (See estimate)1 LS 2,672.00 $2,672.00
Subtotal $5,173.00Subcontractor Services
Drilling 1 LS 13,385.00 $13,385.00
Excavation 1 LS 8,400.00 $8,400.00
Traffic Control LS
LS
LS
LS
Mylar Foundation Investigation Plat - Repro LS 160.00
Subtotal $21,785.00
East Parkway, City of Rexburg
2022 Field Directs
6 Jan 2022
Extended Cost
Unit Cost (FY
2017)UnitQuantityDescription
Page 14 of 22
File No.109461
Transmittal 1
East Parkway, City of Rexburg
2022 Field Directs
6 Jan 2022
Extended Cost
Unit Cost (FY
2017)UnitQuantityDescription
TOTAL FIELD DIRECTS $27,814.40
Pricing Updates: Pricing is updated at least annually, as appropriately determined by American Geotechnics. Services and supplies will be billed at current
standard rates, which may be different than the unit prices listed. Expedited fees may apply.
Note: Subcontractors may be changed for the convenience of American Geotechnics in executing the project objectives. Actual field expenses often differ
from the estimated costs.
Page 15 of 22
File No.109461 Transmittal 1
71-F1000 Light Duty Vehicle - General - Mileage Mile
71-F1005 Heavy Duty Vehicle - General - Mileage Mile
71-F1006 Ford 1-ton - Mileage Mile
71-F1007 Chevy 1-ton - Mileage Mile
71-F1008 Heavy Duty Vehicle - Rental - Mileage Mile
71-F1010 Towing Surcharge - Mileage Mile
71-F1015 Company Vehicle - Commercial (miles)Mile
71-F1020 Stationary Vehicle Use (Generator)Hour
71-F1025 Support Vehicle w/ Amber Lights Day
Subtotal $0.00
Field Testing
71-F2010 Laser Level, Tripod & Measurement Rod Day
71-F2020 One-Man Zip Level Day
71-F2040 Field Sample Table 2 EA/Day 40.00 $80.00
71-F2200 Dynamic Cone Penetrometer (DCP)-COE Test
71-F2210 Dynamic Cone Penetrometer (DCP)-Triggs Test
71-F2220 Triggs DCP Stork Lifter w/motor Day
71-F2240 Static Cone Penetrometer (SCP)Day
71-F2290 Boutwell w/supplies Test
71-F2300 Guelph Permeameter 4 Test 255.00 $1,020.00
71-F2310 3-inch Drive Sampler EA
71-F2320 Shelby Tube Transportation Crate EA/Week
71-F2330 Shelby Tube Wax Seal Kit Week
71-F2340 Water Level Meter 2 Day 60.00 $120.00
71-F2400 Field Vane Shear Kit Day
71-F2500 Megger Soil Resistivity Meter w/cables Day
71-F2540 Hand Auger (day)Day
71-F2600 Digital Camera Day
71-F2605 Soil Nail Pullout Testing Equipment Day
71-F2650 USBR 7300-89 Field Permeability Testing Equipment EA/Day
Subtotal $1,220.00
Non-Destructive Testing
71-F3001 GPR Mobilization (Lump Sum)LS
71-F3002 GPR Mobilization (Lump Sum)LS
71-F3003 GPR Mobilization (Lump Sum)LS
71-F3004 GPR Mobilization (Lump Sum)LS
71-F3005 GPR Mobilization (Lump Sum)LS
71-F3006 GPR Mobilization (Lump Sum)LS
71-F3020 GPR Mobilization (Per Mile)Mile
71-F3100 GPR Testing - Roadway Data Collection Lane Mile
71-F3120 GPR Testing-Buried Utilities/Tanks-Data Collection & Location Marking Hour
71-F3130 GPR Testing- Buried Utilities/Tanks - Equipment Rental Day
71-F3140 GPR Testing - Bridge Deck Data Collection (per scan type)SF
71-F3305 Vibration Monitoring Equipment Fee EA/Week
UnitQuantityDescriptionBilling
Code
6 Jan 2022
Unit Cost
(FY 2020)Extended Cost
East Parkway, City of Rexburg
Support Vehicle
2023 Field Testing Schedule - Confidential
Page 16 of 22
File No.109461 Transmittal 1
UnitQuantityDescriptionBilling
Code
6 Jan 2022
Unit Cost
(FY 2020)Extended Cost
East Parkway, City of Rexburg
2023 Field Testing Schedule - Confidential
71-F3310 Vibration Monitoring Equipment Setup Fee LS/EA
71-F3320 Vibration Monitoring Equipment Maintenance HR
71-F3340 Vibration Monitoring Web Page Setup LS
71-F3360 Vibration Monitoring Website/Modem Fee/Insurance EA/Month
71-F3405 COCLA Geological Stratum Compass Day
71-F3410 Schmidt Hammer Day
71-F3415 Truepulse 360R (Rangefinder, Inclinometer & Compass)Day
71-F3420 Inclinometer - Durham Slope Indicator w/ Cable & Reel Day
71-F3422 Inclinometer - Data Recorder (Toughpad)Day
71-F3424 Inclinometer - Cable Clamp w/ Casing Extension Day
71-F3427 Inclinometer - 5' Slope Indicator Inclinometer Casing (Snap Joint)EA
71-F3429 Inclinometer - Well Head Setup EA
71-F3432 VW Borehole Piezometer , 100 PSI, 100 ft, Thermistor EA
71-F3435 VW Piezometer Mini Logger w/Temperature Month
71-F3437 VW Piezometer - Data Recorder (Tablet) w/USB cable Day
71-F3501 FWD Mobilization (Lump Sum)LS
71-F3502 FWD Mobilization (Lump Sum)LS
71-F3503 FWD Mobilization (Lump Sum)LS
71-F3504 FWD Mobilization (Lump Sum)LS
71-F3505 FWD Mobilization (Lump Sum)LS
71-F3506 FWD Mobilization (Lump Sum)LS
71-F3520 FWD Mobilization (Per Mile)Mile
71-F3600 Dynatest 8002 FWD (9 Sensors) - Project Reference Calibration LS
71-F3610 Dynatest 8002 FWD (9 Sensors) - Collection (Day)Day
71-F3620 Dynatest 8002 FWD (9 Sensors) - Collection (Mile)Lane Mile
71-F3635 Load Transfer Efficiency (LTE) testing - 10 tests/mob EA
71-F3650 TimeMark Traffic Counter w/Set Up & Supplies EA/Week
Subtotal $0.00
Drilling and Sampling
71-F4001 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4002 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4003 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4004 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4005 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4006 S&W Drill Rig Mobilization (Lump Sum)LS
71-F4008 S&W Drill Rig Mobilization (Per Mile)Mile
71-F4010 Nighttime Mobilization Fee (Lump Sum)LS
71-F4012 Hazardous Duty project surcharge (Lump Sum)LS
71-F4020 S&W Drill Rig Stand-by HR
71-F4022 S&W Drill Rig Auger Drilling and Sampling (hourly)HR
71-F4024 S&W Drill Rig Auger Drilling and Sampling (footage)FT
71-F4028 Difficult Drilling Surcharge FT (CA)
71-F4030 Replacement Auger Cutter Head EA
71-F4032 Replacement Hollow Stem Auger 3-1/4", 3 key, 4 ft.EA
71-F4034 Replacement Auger Cutter Head EA
71-F4036 Replacement Carbide Teeth EA
71-F4038 Replacement Center Carbide Bit EA
71-F4042 4' AWJ Rod EA
71-F4044 5' AWJ Rod EA
Page 17 of 22
File No.109461 Transmittal 1
UnitQuantityDescriptionBilling
Code
6 Jan 2022
Unit Cost
(FY 2020)Extended Cost
East Parkway, City of Rexburg
2023 Field Testing Schedule - Confidential
71-F4046 AWJ Push-Pull Adapter EA
71-F4048 Rock Sounding Probe Point EA
71-F4050 2" x 24" Lynac Heavy Duty Split Tube EA
71-F4052 3" x 24" Lynac HD Split Spoon Assy EA
71-F4055 2" Sampler Shoe EA
71-F4057 3" Sampler Shoe EA
71-F4060 Concrete Coring (4-inch Dia)Inch
71-F4062 Concrete Coring (10-inch Dia)Inch
71-F4070 Asphalt Coring (4-inch Dia)Inch
71-F4072 Asphalt Coring (6-inch Dia)Inch
71-F4075 Asphalt Coring (12-inch Dia)Inch
71-F5006 AC Fatigue (bott-up/top-down) Core with photo EA
71-F4080 Rock Sounding (ft)FT
Subtotal $0.00
Drilling Supplies
71-F5140 Plastic buckets with lids 7 EA 6.00 $42.00
71-F5150 4.0 O.D. Thin-Walled sampling tube with end caps EA
71-F5155 4. O.D. Tube Disposable O-Ring Packer Seal EA
71-F5200 Shelby (2.88") Tube w/caps EA
71-F5205 Shelby (2.88") Tube Disposable O-Ring Packer Seal EA
71-F5210 OSS Ring Sample Tubes w/caps EA
71-F5215 HQ Core Box EA
71-F5220 1.5" OD x 24" Split Tube Plastic Liner EA
71-F5225 HDPE Quart sample Jar w/lid EA
71-F5250 10" Steel Bridge Deck Coring Plug EA
71-F5270 Bentonite Chips EA
71-F5275 Bentonite Powder EA
71-F5280 60 lb Sand/Gravel Fill EA
71-F5285 60 lb No. 20 Silica Sand EA
71-F5290 60 lb 1/2" Minus Gravel EA
71-F5295 Asphalt Patch EA
71-F5300 Ready Mix Concrete EA
71-F5305 Rapid Set Concrete Patch EA
71-F5310 Epoxy Concrete EA
71-F5360 2" Monitor Well Threaded Pipe and Screen (to 20' BGS)EA
71-F5365 2" Locking Cap EA
71-F5370 Flush Mount Vault - Plastic EA
71-F5375 Flush Mount Vaults - Steel EA
71-F5380 55-Gallon Steel Drum EA
Subtotal $42.00
Equipment Rental
71-F7010 Dump Trailer Day
71-F7012 Utility Trailer Day
71-F7020 Erosion & Sediment Control BMPs - 50 lb Bag Grass Seed EA
71-F7030 Traffic Control - RWA Signs Day
71-F7032 Traffic Control - Delineator EA/Day
71-F7034 Traffic Control - LED Flashers w/Battery Day
Page 18 of 22
File No.109461 Transmittal 1
UnitQuantityDescriptionBilling
Code
6 Jan 2022
Unit Cost
(FY 2020)Extended Cost
East Parkway, City of Rexburg
2023 Field Testing Schedule - Confidential
71-F7036 Traffic Control - Truck-Mounted Arrow Board Day
71-F7038 Traffic Control - Crash Attenuator Day
71-F7100 Equipment Mobilization (fill in equipment type)LS
71-F7105 Equipment Rental (fill in equipment type) Fuel and Accessories Day
71-F7205 Heavy Duty 1/2" Drill Day
71-F7210 3/8" Drill Day
71-F7220 1/2" Hammer Drill Day
71-F7225 Heavy Duty Rotary Hammer Drill Day
71-F7230 Sawzall Day
71-F7250 Concrete Nailer w/Supplies Day
71-F7260 Portable Cement Mixer Day
71-F7270 Stihl Chainsaw w/Supplies Day
71-F7280 Propane Weed Burner w/ Propane Day
71-F7290 25 Gallon Air Compressor Day
71-F7300 8450 Watt Generator Day
71-F7310 3000 Watt Generator Day
71-F7320 50 Gallon Water Tank Day
71-F7330 Flood Lights Day
71-F7340 Propane Heater w/Propane Day
71-F7350 Wet/Dry Vacuum EA/Day
71-F7400 Trailer-Mounted Core Drill Day
71-F7420 Electric Core Drill Day
71-F7425 1/12 HP AC Water Pump w/ Hoses EA/Day
71-F7430 1/4 HP Submersible Pump w/ Hoses Day
71-F7450 250 Gallon Water Tank Day
71-F7500 Canopy Day
71-F7520 Topcon GRS-1 GPS with pole 1 LS/WK 350.00 $350.00
Subtotal $350.00
Specialized Software
71-S9110 AASHTOWare PME & BCT LS
71-S9113 ProjectWise - Use on-demand LS
71-S9115 GEOSTUDIO 1 LS 500.00 $500.00
71-S9120 gINT 1 LS 200.00 $200.00
71-S9130 RADAN LS
71-S9100 LPILE 1 LS 120.00 $120.00
71-S9120 DRIVEN 1 LS 120.00 $120.00
71-S9125 SETTLE LS
71-S9130 MSEW+LS
71-S9135 ReSSA+1 LS 120.00 $120.00
71-S9140 DIPS LS
71-S9145 GRLWEAP LS
71-S9150 Microsoft Project LS
71-S9155 AutoDesk LS
71-S9160 ELMOD 6 LS
71-S9165 ShoringSuite LS
Subtotal $1,060.00
TOTAL S&W Drilling and Field Testing $2,672.00
Page 19 of 22
File No.109461 Transmittal 1
UnitQuantityDescriptionBilling
Code
6 Jan 2022
Unit Cost
(FY 2020)Extended Cost
East Parkway, City of Rexburg
2023 Field Testing Schedule - Confidential
Change of quantities: Engineer will specify exploration and testing requirements based on discovery of data needs. Quantities estimated herein may likely change to accommodate discovered project requirements.
Pricing Updates: Pricing is updated at least annually, as appropriately determined by Shannon & Wilson. Services and supplies will be billed at current standard rates, which may be different than the unit prices listed on the project estimate. Expedited fees may apply when scope of service indicates an expedited or compressed schedule.
Subcontractor Changes: Subcontractors may be changed for the convenience of Shannon & Wilson in executing the project objectives.
Page 20 of 22
File No.109461 Transmittal 1
1 LS 5,000.00 5,000.00
130 FT 30.00 3,900.00
30 FT 60.00 1,800.00
2 HR 200.00 400.00
2 DAY 150.00 300.00
3 DAY 375.00 1,125.00
35 Bag 12.00 420.00
4 EA 10.00 40.00
1 LS 400.00 400.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Prices shall include all taxes and the following Subcontractor insurances:
Workers Compensation at Statutory Limits
General Liability at minimum $1,000,000
Automobile Liability at minimum $1,000,000
DIRECT COST $13,385.00
Haz Tech Drilling - Drilling Estimate
Quotation - Mr. Scott Corn, at 208-888-4790, dated 12/19/2022
Quantity Unit Unit Cost Extended CostTask
6 Jan 2022
Mobilization for truck-mounted drill rig
HSA Drilling including sampling (truck-mounted)
Core drilling
Moving/water haul/standby
Support Equipment
per diem
Bentonite hole plug
water purchase
Core Boxes
East Parkway, City of Rexburg
File No.109461 Transmittal 1
20 HR 330.00 6,600.00
1 LS 1,800.00 1,800.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
Prices shall include all taxes and the following Subcontractor insurances:
Workers Compensation at Statutory Limits
General Liability at minimum $1,000,000
Automobile Liability at minimum $1,000,000
DIRECT COST $8,400.00
Task
backhoe w/ operator (4 hr minimum)
Mobilization
HK Contractors - Excavation Estimate
Quotation - Mr. Trevor Hill, at 208-523-6600, dated 1/3/2023
6 Jan 2022
East Parkway, City of Rexburg
Quantity Unit Unit Cost Extended
Cost
BIONOMICSA. SUMMARY ESTIMATED MAN-HOUR COSTSLoaded LaborCost55.00 @ 66.70$ = 3,668.50$ 485.00 @ 50.40$ = 24,444.00$ 168.00 @ 45.06$ = 7,570.08$ 136.00 @ 45.00$ = 6,120.00$ 68.00 @ 35.00$ = 2,380.00$ 154.00 @ 35.00$ = 5,390.00$ TOTAL RAW LABOR COST =49,572.58$ B. PAYROLL, FRINGE BENEFIT COSTS & OVERHEADX =62,600.25$ C. NET FEEX =15,704.20$ D. FCCMX =4.96$ E. ESCALATIONAnticipatedProject dura18Esc Ratio Annual EscOut Year 1 X 80% X 4.0% =$3,589.53Out Year 2 X 20% X 8.1% =$1,817.20F. OUT-OF-POCKET EXPENSE SUMMARYUnit Costwetlandsbiocultural noiseKickoffpitotal1@0.625$ =-$ 2@98.00$ = 1,568.00$ 2 2 6 2 1 3153@44.25$ = 1,194.75$ 4 4 8 4 2 5254@59.00$ = 177.00$ 2 135@150.00$ = 2,100.00$ 4 4 5 2 2 5127@4.00$ = 1,060.00$ 35 35 45 35 35 802306@-$ =-$ 7AIRPORT PARKING@-$ =-$ =6,099.75$ G. SUBCONSULTANTS/OUTSIDE SERVICES1**$0.00 =400.00$ 2**$0.00 =1,000.00$ 2 rounds of postcards, additional informational Mailers, food for meetings, waters for meetings, sign in sheet printing, additional displays TOTAL =$140,788.47Pricing Updates: Pricing is updated at least annually, as appropriately determined by Bionomics Environmental, Inc. Services and supplies will be billed at current standard rates, which may be different than the unit prices listed.Estimated ExpenseEstimated Amount* MILEAGE (Miles)0* LODGING (Nights)16monthsTotal Raw Labor & Overhead$112,172.83$112,172.83* MEALS (First & Last Day)27* MEALS (Full Day)3CAR RENTAL (Days)14GAS (Gallons)265Total Raw LaborTOTAL ESTIMATED EXPENSESTATE HISTORIC PRESERVATION OFFICE REQUESTAIR TRAVEL (Tickets)0Public Involvement SuppliesFCCM$49,572.580.0100%$49,572.58126.28%Total Raw Labor & Overhead NET FEE*$112,172.8314.0%ARCHITECTURAL HISTORIANARCHAEOLOGISTPUBLIC INVOLVEMENT SPECIALISTTotal Raw Labor CostApproved RateMan HoursHourly RateLabor CategoryPROJECT PRINCIPLEENVIRONMENTAL PROGRAM ENGINEERSENIOR ENVIRONMENTAL SCIENTIST
BIONOMICS ENVIRONMENTAL, INC.12.10 Environmental Evaluation Administration 29 38 0 0 0 4 4 0 75Project Coordination 5 10 4 423Monthly Invoices/Progress Reports 24 1236Project Meetings 161612.20 General - Environmental Technical Studies and Reports 4 68 16 0 0 0 0 0 88Draft CatEx 4 40 852Technical Review/QA/QC 88Comment Response 2020Coordination and Consultation 44Final CatEx 4412.30 Cultural Resources 02000132640198Project Management44ITD 1500 Form0Research44Subsurface Investigations12 1224Processing of Cultural Material44Fieldwork24 2448Site Forms32 1648Cultural Resource Survey Report28 1240Technical Review/QA/QC44Comment Response1616Coordination and Consultation44Summary in CatEx 22Section 4(f) Evaluation 00000000012.40 Wetlands 0 120 48 0 0 0 0 0 168Background Research 66Wetland Survey and Delineation 32 3264Wetland Data Forms 1616Aquatic Resource Mapping/GIS 1616Wetland Assessment 88Wetland Delineation Report 28 836Technical Review/QA/QC 88Comment Response 1212Coordination and Consultation 2212.50Impact Analysis 1111Impact Analysis 88Conceptul Wetladng Mitigation 11Coordination and Consultation 11Summary in CatEx 11East Parkway; Barney Dairy Rd. to 7th North, KN23330TASKTOTALPrincipalArchitectural HistorianEnvironmental Program ManagerSenior Environmental ScientistEnvironmental ScientistArchaeologistPublic Involvement SpecialistEnvironmental Science TechnicianPage 1
TASKTOTALPrincipalArchitectural HistorianEnvironmental Program ManagerSenior Environmental ScientistEnvironmental ScientistArchaeologistPublic Involvement SpecialistEnvironmental Science Technician12.60 Threatened, Endangered, and Sensitive Species 0 0 52 0 0 0 0 0 52Background Research 66Field Reconnaissance 3434Coordination and Consultation 44Summaries in CatEx 8812.70 Noise 22 134 48 0 0 0 0 0 204Field Testing 16 1632Noise Modeling 4 24 836GIS Mapping 2424Draft Noise Report 4 4044Barrier Analysis 6 2430Technical Review QA/QC 44Comment Response 4 1216Coordination and Consultation 88Final Traffic Noise Report 88Summary in CatEx 2212.80Air Quality 000000000Summary in CatEx012.90 Visual Resources 0 55 4 0 0 0 0 0 59VIA Form 1212VIA Memo 3232Technical Review/QA/QC 44Comment Response 88Coordination and Consultation 22Summary in CatEx 1112.10 Hazardous Materials 0 16 0 0 0 0 0 0 16Background Research 44Coordination and Consultation 22Windshield Survey0Administrative Review 1010Page 2
TASKTOTALPrincipalArchitectural HistorianEnvironmental Program ManagerSenior Environmental ScientistEnvironmental ScientistArchaeologistPublic Involvement SpecialistEnvironmental Science Technician12.11 Hydrology 0 18 0 0 0 0 0 0 18Water Quality 11NPDES 11Floodplain/Regulatory Floodway Encroachment 88Sole Source Aquifer 8812.12 Socioeconomics 0 12 0 0 0 0 0 0 12Social Resources 88Economic Resources0Environmental Justice 44Recreation & Tourism0Coordination and Consultation0Summaries in CatEx012.13 Land Use, Access, & Traffic Safety 0 10 0 0 0 0 0 0 10Prime Farmlands and AD-1006 88Access and Traffic Safety 2212.14Geology and Soils 000000000Summary in CatEx012.15 LWCF Recreation Areas/6(f) Lands 010000001Summary in CatEx012.16FAA Airspace Intrusions 000000000Coordination and Consultation0Summary in CatEx012.17Public Hearing Comment Evaluation & Summary 0000000154154Stakeholder Database1616Stakeholder Interviews 2626Public Meeting9292Fact sheet outreach1212Public Involvement Summary88Page 3
TASKTOTALPrincipalArchitectural HistorianEnvironmental Program ManagerSenior Environmental ScientistEnvironmental ScientistArchaeologistPublic Involvement SpecialistEnvironmental Science TechnicianJoint Permit Application 000000000Total Task Hours55 485 168 0 0 136 68 154 1066Page 4
Keller
A. SUMMARY ESTIMATED MAN-HOUR COSTS
Raw Labor
Cost
25.00 @ 64.90$ = 1,622.50$
102.50 @ 70.67$ = 7,243.68$
82.50 @ 58.05$ = 4,789.13$
113.00 @ 40.56$ = 4,583.28$
218.00 @ 41.20$ = 8,981.60$
43.00 @ 31.50$ = 1,354.50$
TOTAL RAW LABOR COST =28,574.69$
B. PAYROLL, FRINGE BENEFIT COSTS & OVERHEAD
X =48,937.01$
C. NET FEE
X =9,688.96$
D. SUBCONSULTANTS
E. FCCM
X =48.58$
G. OUT-OF-POCKET EXPENSE SUMMARY
Estimated
Unit Cost Expense
MILES @ 0.625$ = 1,188.75$
MILEAGE*** Trip from Idaho Falls MILES @ 0.625$ = 38.75$
Days @ 59.00$ = 177.00$
Nights @ 98.00$ = 196.00$
Field Supplies LS @ ‐$ =‐$
2024 Escalation = 33%*(Labor + Overhead) * X/Y * PCT = 1,910.91$
Escalation Duration, X 12 months
Contract Duration, Y 12 months
2nd Year Percentage, PCT 6% (Raises occuring in January 2024)
2025 Escalation = 33%*(Labor + Overhead) * X/Y * PCT = 3,821.81$
Escalation Duration, X 8 months
Contract Duration, Y 8 months
3rd Year Percentage, PCT 9% (Raises occuring in January 2025)
=7,333.22$
*Negotiated % Fee
*** As per the "FEDERAL PER DIEM RATES FOR IDAHO"
kELLER TOTAL =
0
TOTAL ESTIMATED EXPENSE
$94,582.46
MILEAGE*** Trip from Boise 1,902
62
M&IE 3
Lodging 2
Total Raw Labor FCCM
$28,574.69 0.17%
Expense Category Estimated Amount
28,574.69$ 171.26%
Total Raw Labor & Overhead NET FEE*
$77,511.70 12.5%
CLERICAL
Total Raw Labor Cost Approved Rate
SR. ROADWAY ENGINEER
ROADWAY ENGINEER
CADD
Man
Hours
Hourly
RateLabor Category
PROJECT PRINCIPLE
PROJECT MANAGER
East Parkway, City of RexburgProject No. A023(330)Key No. 22071TASK DESCRIPTIONTOTAL HOURSProject Principle Project ManagerSr. Rdwy EngineerRdwy EngineerCADDClerical1.0Project Administration86.00 1.00 44.00 10.00 0.00 0.00 31.00 Project Initiation 3.00 1.00 1.00 1.00 Scheduling 5.00 5.00 Progress Reports and Invoicing 40.00 10.00 30.00 Project Coordination1.4.1 Pre-Operation / Kick-Off Meeting 8.00 8.00 1.4.2 Bi-Monthly Project Meetings 10.00 10.00 1.4.3 Road and Bridge Coordination 20.00 10.00 10.00 2.0Project Charter60.00 0.00 5.50 16.50 22.00 16.00 0.00 Evaluation Phase 6.00 2.00 4.00 Development Phase2.2.1. Traffic 20.50 1.00 5.50 14.00 2.2.2 Evaluation of Intersections 31.50 0.50 7.00 8.00 16.00 Implementation Phase 2.00 2.00 3.0Preliminary Roadway Design404.00 24.00 35.00 56.00 89.00 196.00 4.00 Site Visit 16.00 12.00 4.00 Geotmetric Design & CAD Modeling 90.00 4.00 12.00 21.00 53.00 Cross Sections 12.00 2.00 2.00 8.00 CAD Model Quanities 10.00 4.00 6.00 Preliminary Drainage Study 10.00 2.00 8.00 2.2TASK #1.11.21.31.42.12.33.13.23.33.43.5
Roadway Preliminary Design Drawings 160.00 3.00 19.00 38.00 100.00 Utilities Coordination 20.00 1.00 2.00 4.00 9.00 4.00 Opinion of Most Probable Cost 8.00 1.00 1.00 4.00 2.00 Quality Control Review 32.00 24.00 8.00 Revise Prelimiary Design Package 32.00 8.00 8.00 16.00 Submit Preliminary Design Package 4.00 2.00 2.00 Preliminary Design Review Meeting 4.00 2.00 2.00 3.13 Design Study Report 6.00 2.00 4.00 4.0Final Design0.00 0.00 0.00 0.00 0.00 0.00 0.00 Incorporate Revision from Preliminary Design 0.00 Roadway Drawings 0.00 Utility Coordination 0.00 Write Special Provisions 0.00 Draft SPPP 0.00 Opinion of Most Probable Cost & Estimator File 0.00 Quantity Calculations 0.00 Control Time Determination 0.00 Quality Control 0.00 Submit to LHTAC 0.00 Final Design Review Meeting 0.00 5.0Plans, Specification, & Estimate (PS&E)0.00 0.00 0.00 0.00 0.00 0.00 0.00 Incorporate Revisions from Final Design Review 0.00 Quality Control 0.00 Certify Drawings 0.00 Resident Engineer's File 0.00 Submit PSE Package 0.00 12.0Environmental Evaluation (Bionomics)34.00 0.00 18.00 0.00 2.00 6.00 8.00 Public Information Meeting Materials 14.00 4.00 6.00 4.00 4.905.412.15.15.25.35.54.54.74.84.104.114.14.24.34.44.63.123.63.73.83.93.103.11
Public Information Meeting 12.00 12.00 Comment Reponses 8.00 2.00 2.00 4.00 584.00 25.00 102.50 82.50 113.00 218.00 43.00 TOTAL LABOR HOURS12.212.3
Attachment No. 3