Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
1 | P a g e
AMENDMENT NO. 1 TO ENGINEERING AGREEMENT AND CONTRACT
BETWEEN
YORK COUNTY, S.C. AND MEAD AND HUNT, INC.
This Contract Amendment No. 1, made and entered into this _____ day of April, 2021 (“Amendment”), by and
between York County, South Carolina, hereinafter referred to as “Owner,” and Mead and Hunt, Inc., hereinafter
referred to as “Architect/Engineer,” “A/E,” or “Consultant,” with its principal offices in South Carolina located
at 878 South Lake Drive, Lexington, South Carolina 29072, collectively “the Parties” in order to modify and/or
amend the Engineering Agreement dated June 4, 2018 (the “Agreement”) for 2017 York County Capital Projects
Sales and Use Tax Program Project 17228-003: Cel-River/Red River Road (S-50) (Eden Terrace Extension to
Dave Lyle Blvd.), referred to hereinafter as the “Project.”.
The purpose of this Amendment is to provide additional professional engineering services to Owner in order
complete the Project and ensure Owner’s designs and plans are consistent with ongoing changes along the Cel-
River/Red River Road corridor and for the Galleria Blvd extension with associated tie-ins at Waterford Park.
The additional Project design requirements for the corridor necessitate an expanded scope of work to include
Project organization and management, surveying, design revisions including road design, hydraulic design,
utility coordination and design, and structural design in addition to geotechnical and construction engineering
and construction engineering support and inspection services (the “Expanded Scope of Work”).
As a result of the foregoing premises and the mutual promises and conditions set out herein, the receipt and
sufficiency of which is hereby acknowledged, the Parties agree to amend the Agreement in order to provide
for an Expanded Scope of Work for the Project, as follows:
A. Scope. Article II SERVICES OF ARCHITECT/ENGINEER, Section 2.01, Scope, of the Agreement
shall be amended to include additional section “(c)” to provide: “Upon execution of the Amendment,
A/E is authorized to perform the Expanded Scope of Work as more particularly described on Exhibit
A, attached and incorporated herein by reference.”
B. General. Article IV, TIMES FOR RENDERING SERVICES, Section 4.01, General, of the
Agreement shall be amended to include additional section “(e)” to provide: “Expanded Scope of
Work shall commence upon A/E’s receipt of written notice to proceed (“NTP”) from Owner. The
total term to complete the Expanded Scope of Work is estimated to take no longer than 24 months
from issuance of the NTP.”
C. Payments to Architect/Engineer. The provisions of Article V, PAYMENTS TO
ARCHITECT ENGINEER, Section 5.01, Methods of Payment for Services of
Architect/Engineer, of the Agreement, shall be amended to include additional section “(c)”
to provide: “For Expanded Scope of Work. Owner shall pay A/E pursuant to the Exhibit
labeled as ‘Exhibit C – Engineering Fee,’ attached and incorporated herewith by reference.
The payment schedule apportioned by Task in Exhibit C shall be applied as performed for
the specific Tasks in the Expanded Scope of Work and shall represent the maximum payable
amount by the County without prior written authorization from the County to increase the
amount.” [Note: no Exhibit B is contained in the Amendment.]
D. SUMMARY. With regard to the Amendment as read in conjunction with the Agreement,
the following statements reflect the extent of payments by Owner to A/E:
1. Original Compensation to A/E under the terms of the Agreement shall not exceed
$3,204,803.62 for salaries, payroll additives, overhead, direct cost, fee (profit), and outside
services.
2 | P a g e
2. Compensation to A/E under the terms of the Amendment shall not exceed $1,169,836.48 for
salaries, payroll additives, overhead, direct cost, fee (profit), and outside services.
3. New Total Compensation to A/E under the terms of the Agreement and Amendment shall
not exceed $4,374,640.10 for salaries, payroll additives, overhead (including fee (profit)), direct
cost, and outside services.
E. APPLICATION OF AMENDMENT: All other provisions to the Agreement remain unaltered by
the Amendment and in full force and effect.
IN WITNESS WHEREOF, the parties herein have executed this Contract Amendment No. 1 as of the day and
year first written above.
Signed and executed for the Architect/Engineer:
Mead and Hunt
WITNESS BY: (Architect/Engineer)
By:
Title:
………………..
Signed and executed for the Owner:
ATTEST:
David E. Hudspeth
County Manager
Christi P. Cox
Chairwoman, York County Council
3
EXHIBIT “A”
SCOPE OF SERVICES FOR
York County Project 17228-003, Cel-River/Red River Road (S-50)
(Eden Terrace Extension to Dave Lyle Blvd.) and Galleria Blvd, Connector.
Project Location
The Cel-River/Red River Road (S-50) Project is located on the east side of the City of Rock
Hill and I-77, York County, South Carolina. This project extends from approximately
1,000 linear feet south of Paragon Way for approximately 1.9 miles to Dave Lyle Blvd.
(SC 21).
Project Description
This project consists of widening Cel-River Rd/Red River Rd (S-50) from 1,000 South of
Paragon Way to Dave Lyle Blvd (SC 121) approximately 1.9 miles from a 2-lane section
to a 5-lane section with two 4’ bike lanes with curb and gutter and sidewalk. There is an
existing at-grade railroad crossing with two tracks (one main, one siding) that would
require improvements. A bridge replacement project over Manchester Creek is planned,
with accommodations for future bridge expansion to the ultimate 5-lane section of this
project.
INTRODUCTION
The work will include all work associated with development of final right of way, roadway,
and bridge construction plans.
TASK 1: PROJECT MANAGEMENT/ COORDINATION AND
COMMUNITY RELATIONS SUPPORT
TASK 2: SURVEYING AND MAPPING
TASK 3: ENVIRONMENTAL DOCUMENTATION/PROCESS
TASK 4: ROADWAY DESIGN AND PLAN DEVELOPMENT
TASK 5: PAVEMENT MARKING AND SIGNING PLANS
TASK 6: MAINTENANCE OF TRAFFIC DESIGN PLANS
TASK 7: TRAFFIC ANALYSIS AND SIGNAL DESIGN
TASK 8: HYDROLOGY/HYDRAULIC DESIGN
TASK 9: UTILITY COORDINATION
TASK 10: SUBSURFACE UTILITIES ENGINEERING (SUE)
TASK 11: UTILITY RELOCATION DESIGN
TASK 12: RAILROAD COORDINATION
TASK 13: GEOTECHNICAL ENGINEERING
TASK 14: STRUCTURAL DESIGN AND PLAN DEVELOPMENT
TASK 15: R/W ACQUISTION/COORDINATION
TASK 16: SPECIFICATIONS, BID DOCUMENTS & BID EVALUATION
TASK 17: CONSTRUCTION SERVICES
TASK 18: ADDITIONAL SERVICES
TASK 19: CONSTRUCTION ENGINEERING AND INSPECTION SERVICES
4
These tasks are detailed in the following sections.
TASK 1: PROJECT MANAGEMENT/ COORDINATION AND COMMUNITY
RELATIONS SUPPORT
Project goals and objectives will be determined through coordination between MEAD &
HUNT Inc. (CONSULTANT), York County (COUNTY) and the South Carolina
Department of Transportation (SCDOT).
The CONSULTANT will manage the project to conform to the “SCDOT standards for
Highway Construction and in compliance with all Federal standards”. The process will
include the following duties:
A. Coordinate with the COUNTY’S Project Managers and SCDOT’S Program
Managers. Arrange and attend project meetings, conferences and on-site review
meetings. Prepare and distribute meeting minutes.
B. Manage and monitor the project schedule as set forth in the contract. Keep the
COUNTY/SCDOT up to date on the schedule and items that may affect the overall
project schedule.
C. Prepare monthly invoices for COUNTY review, approval and payment. Review
subconsultant invoices and cost submittals included for payment in monthly invoices.
Monitor payments to subconsultants for services provided.
D. Provide monthly status reports detailing the progress of the project to include
milestones reached and issues encountered and satisfactorily resolved during the
previous month.
E. Provide overall management of all design efforts including the management of the
CONSULTANT’S subconsultants and team members. Monitor subconsultant
activities for adherence to overall project schedule and budget.
F. Coordinate activities and design with other involved Agencies. Implement quality
assurance and quality control measures to produce plans that conform to the COUNTY,
SCDOT and Federal Highway Administration (FHWA) guidelines and standards.
Assumptions:
1) Management time for the project is assumed to be 24 months.
Deliverables:
1) Monthly status reports will be provided with invoice
2) Meeting minutes on as necessary basis.
TASK 2: SURVEYING AND MAPPING
The survey and mapping shall be performed to the requirements of the SCDOT
“Preconstruction Survey Manual” dated August 2012 (or latest edition).). The project limits
for the surveying services are as follows:
5
A. Field Surveys - Field surveys will follow SCDOT standards and will be used to
supplement the aerial photography and mapping along the survey corridor. The ground
survey will consist of the following tasks.
1. CONSULTANT will perform New and Existing Right of Way staking surveys on
affected parcels within the project corridor as needed for acquisition purposes.
2. CONSULTANT will provide supplemental surveying services on an as needed
basis. Four hundred and eighty (480) hours of field crew time and fifty (50) hours
of office time shall be utilized for estimation purposes. These hours may also be
used for additional survey required to capture additional drainage information (to
outfalls) and other items that may be deemed necessary as the design progresses.
3. CONSULTANT will maintain appropriate signage for traffic control purposes at
all times when working within or near the existing traffic areas.
a. Traffic Control & Safety: WORK ZONE SAFETY is required by SCDOT
safety guidelines. Work zone devices will be placed at each end of the work
area, if along an existing roadway, each day consisting of a BEGIN SURVEY
sign, a Survey Crew Next ½ Mile sign in the middle of the work zone and an
END SURVEY sign at the end of the work zone.
b. CONSULTANT will field survey the horizontal location for approximately 10
geotechnical bore holes. A ground elevation will be established at each bore
hole.
TASK 4: ROADWAY DESIGN AND PLAN DEVELOPMENT
FINAL ROADWAY CONSTRUCTION PLANS
A. The CONSULTANT will further develop the approved Right of Way Plans into
Final Roadway Construction Plans consisting of:
1. A cover sheet showing a location map, project layout, and index of drawings.
2. Typical roadway sections for the mainline and crossroads for each significant
change in sections. These sections will show dimensions, a pavement schedule,
and the stations over which the section applies. Also, the minimum Design
Speed Criteria, and any exceptions (horizontal and vertical) to this criterion,
shall be shown in the box located in the lower right-hand corner of the first
typical section sheet only;
3. R/W area data sheet, a summary sheet of all estimated bid quantities, and
reference data sheet(s) with pertinent survey data;
4. Details, including applicable SCDOT standards, general construction notes,
and additional clarifying construction details;
5. A general inclusion sheet of clarifying or explanatory notes;
6. Roadway and drainage plan/profile sheets, at a scale of 1 inch equals 50 feet
horizontal, and 1 inch equals 10 feet vertical, showing existing conditions,
existing utilities (from field survey or information received from utility
owners), survey baseline, proposed centerline, edges of pavement, curb and
6
gutter, curb and gutter profiles, medians, sidewalks, driveways, construction
limits, drainage, right-of-way, control of access, and easements. Proposed
horizontal and vertical geometry will also be shown;
7. Cross-sections, at 100 feet intervals on tangents and 50-foot intervals on curves
at a scale of 1 inch equals 5 feet, showing the existing ground line, proposed
template, pavement depth, curb and gutter, sidewalks, and cut and fill earthwork
volumes. The final roadway template shall show the finished roadway surface
on the appropriate cross slopes (normal crown, fully or partially super-elevated)
and the level of the top of sub grade;
B. The CONSULTANT will prepare special provisions, special details, and other
necessary bid items outside the normal specifications for project letting.
C. The CONSULTANT will prepare a final construction estimate.
D. The CONSULTANT shall conform to the following design standards:
1. The SCDOT’s Standard Specifications for Highway Construction Latest
Edition and Supplements.
2. The SCDOT’s Road Design Reference Material for Consultant Prepared Plans;
3. The SCDOT’s Standard Drawings for Road Construction;
4. The SCDOT’s Engineering Directive Memoranda and Instructional Bulletins
through 2010;
5. Standard Provisions of the SCDOT;
6. QA/QC Roadway Design Checklists;
7. The SCDOT’s Highway Design Manual, latest edition as of the date of the
contract; and
8. 2001 AASHTO “Green Book” or latest edition, and other applicable AASHTO
standards
E. Signed and sealed Construction Plans shall be provided to the COUNTY and
SCDOT.
Assumption:
1) COUNTY/SCDOT to provide two rounds of written comments after
Construction Plans submittal.
Deliverables:
1) One full size set of plans, three (3) half size sets, and one set of electronic
files of Final Approved Roadway Construction Plans. Prior to submittal to
the COUNTY and SCDOT, all plans shall be thoroughly reviewed by the
CONSULTANT for completeness, correctness, accuracy and consistency
with the above referenced standards.
2) PDF copy of the cost estimate.
3) Computation booklet (PDF) and 1 hardcopy in a three-ring binder
7
TASK 8: HYDROLOGY/HYDRAULIC DESIGN
ROADWAY
A. The CONSULTANT will perform various aspects of the roadway drainage design and
will identify flooding problems associated with the project based on historical
information and the utilization of hydrologic computer modeling techniques. The
impacts to the existing hydrology due to the proposed project will be evaluated. Based
on this evaluation, design alternatives to control flooding and manage the runoff
associated with the project will be examined. Designs will be performed for median
and roadside ditches, storm sewer systems, cross line culverts and energy dissipaters.
In addition, an erosion and sediment control plan will be provided to aid in controlling
erosion during the construction of the project. Erosion control plan sheets shall be
provided in accordance with the COUNTY’s permitting requirements for linear
projects. The drainage will be designed in accordance with the SCDOT’S hydraulic
design publication “South Carolina Department of Transportation Requirements for
Hydraulic Design Studies,” latest edition. The design shall also comply with the “S.C.
Storm Water Management and Sediment Reduction Regulations”, and the NPDES
General Permit.
B. The CONSULTANT will provide the roadway hydrological services listed below:
a. Identify and evaluate the usability of drainage outfall ditches.
1. Basic Engineering Services
a. Verify the adequacy of the existing storm drainage culvert crossings for any
additional flows caused by the proposed improvements.
b. Design alternatives to control flooding and manage the runoff associated with
the road project. The hydraulic analysis will determine the requirements for the
proposed culverts required for storm water drainage.
c. Prepare a report summarizing the findings of the hydrological analysis and
computations, including cost estimates for upgrading any undersized storm
water appurtenances affected by the proposed improvements.
d. Identify and incorporate necessary drainage improvements into the roadway
and structural construction plans.
BRIDGE HYDRAULICS
A. There are two bridges to be designed and independently analyzed. These include one
bridge of S-50 over Manchester Creek and one flat slab bridge over unnamed tributary
to Manchester Creek on Commerce Drive. In order to properly evaluate the hydraulics
of the bridges, the SCDOT’s hydraulic design publication “South Carolina Department
of Transportation Requirements for Hydraulic Design Studies,” Latest Edition will be
used.
B. The CONSULTANT will provide the bridge hydraulic design services for the new slab
bridge on Commerce Drive including the;
1. Preparation of Hydraulic Design and Risk Assessment Report.
2. Identify and incorporate necessary drainage improvements into the final roadway
construction plans.
8
C. FEMA Floodplain Analysis
FEMA Flood Insurance Rate Maps for York County designate Manchester Creek and
unnamed tributaries to Manchester Creek within the project limits as Zone AE Special
Flood Hazard Areas with base flood elevations developed for the waterway. The
effective model will be requested from SCDOT based on HDR’s study of the two-lane
S-50 bridge over Manchester Creek and used as the basis for the hydraulic study. The
proposed conditions model will be developed based on the proposed five-lane bridge
design. The analysis of the existing hydraulic data will include a review of the
watershed and FEMA calculated design flows to ensure their accuracy with existing
conditions.
Based on the results of the HDR study for the two-lane bridge, HDR will be submitting
and documenting a CLOMR.LOMR for this crossing. It is anticipated that the five-
lane bridge will not change the outcome of the study done by HDR and the consultant
will prepare a “No Rise” certificate to be submitted with the hydraulic study. The
consultant will perform all coordination with the local municipal floodplain coordinator
and FEMA as necessary. The floodplain study will be completed based on FEMA and
SCDOT regulations.
All services described herein will be conducted with reference to SCDOT
requirements and guidelines, such as “Requirements for Hydraulic Design
Studies,” the “Plan Preparation Guide,” and the SCDOT standard plans.
Assumptions:
1) The use of a closed drainage system will be investigated for the entire
roadway portion of the project.
2) Two bridges will be designed and analyzed.
a. The widened Cel-River Road bridge is over Manchester Creek and
is FEMA regulated. The hydraulics of the widened bridge will be
verified based on the report done by HDR for the 2-lane bridge that
will be constructed by SCDOT.
b. The flat slab bridge anticipated near the intersection of Commerce
Drive and Cel-River Road is not FEMA regulated and will be
designed to meet SCDOT’s requirements and a “No Rise”
certificate is anticipated.
Deliverables:
Revised drainage sheets will be provided for inclusion in the Final Roadway
Construction Plans for the entire project.
TASK 9: UTILITY COORDINATION
A. The CONSULTANT shall have the responsibility of coordinating the Project
development with all utilities that may be affected. All utility relocations shall be
handled in accordance with the SCDOT’S “A Policy for Accommodating Utilities on
9
Highway Rights of Way” and the Code of Federal Regulations, Title 23, Chapter 1,
Subchapter G, part 645, subparts A and B.
B. These services shall be performed by individuals skilled and experienced in utility
coordination services.
C. The CONSULTANT shall design the Project to avoid conflicts with utilities where
possible and minimize impacts where conflicts cannot be avoided. This may include,
but is not limited to, utilizing all available utility data, whether obtained from SUE
services, as-builts, or provided by COUNTY or some other source. The
CONSULTANT will be expected to determine all utility conflict points, including all
work to properly analyze each conflict point, and make recommendations for resolution
of the conflict where possible. COUNTY may request a Utility Conflict Analysis and
Remediation Spreadsheet from the CONSULTANT as a deliverable.
D. The CONSULTANT shall provide the utility companies with design plans as soon as
the plans have reached a level of completeness adequate to allow the companies to fully
understand the Project impacts. These plans shall contain all available data that may
be helpful to the utility in assessing the utility impact (stations and offsets, and etc.).
The utility company may use the CONSULTANT’S design plans for preparing
Relocation Sketches. If a party other than the utility company or its agent prepares
Relocation Sketches, there shall be a concurrence box on the plans where the utility
company signs and accepts the Relocation Sketches as shown.
E. The CONSULTANT shall be responsible for collecting the following from each utility
company that is located within the project limits: Relocation Sketches; Utility
Agreements including cost estimate and relocation plans; and Letters of “no conflict”
where the company’s facilities will not be impacted by the Project.
F. The CONSULTANT shall review all Relocation Sketches and Utility Agreements to
ensure that relocations comply with the SCDOT’S “A Policy for Accommodating
Utilities on Highway Rights of Way” and the Code of Federal Regulations, Title 23,
Chapter 1, Subchapter G, part 645, subparts A and B. The CONSULTANT shall also
ensure that there are no conflicts with the proposed highway improvements and ensure
that there are no conflicts between each of the utility company’s relocation plans.
G. The CONSULTANT shall prepare and submit to the COUNTY a Final Utility Report
no later than 90 days prior to the letting date (120 days if 60-day advertisement) that
includes a listing of all the utilities located within the Project limits, an explanation of
the Project impacts to each of the utilities, and a description of each utilities’ relocation
plans. As part of the report, the CONSULTANT shall assemble and submit to the
COUNTY all Relocation Sketches, Utility Agreements, and Letters of “no
conflict”, as set forth in “H” above, for the Project. The CONSULTANT is expected
to assemble the information included in the Utility Agreements and Relocation
Sketches in a final and complete form and in such a manner that the COUNTY may
approve the submittals with minimal review. Each Utility Agreement and Relocation
Sketch submitted must be accompanied by a certification from the CONSULTANT
stating that the proposed relocation will not conflict with the proposed highway
improvement and will not conflict with another utility company’s relocation plan. The
report shall also contain the CONSULTANT’S recommendation for approval of the
Utility Agreements and Relocation Sketches and the CONSULTANT’S
10
recommendation that, from a utilities standpoint, the Project is ready to be let to
contract.
H. The CONSULTANT shall prepare and maintain a compilation of all utility relocation
plans on one set of the project plans. These plans (U-sheets) will be used during the
project development, and the final set may be included in the bid documentation for
information only and will reference the actual relocation plans prepared by the utility.
I. The utility companies shall not begin their relocation work until authorized in writing
by the COUNTY.
Deliverables:
1) Final Utility Report (PDF) Due date: 90 days prior to letting
a. List of all utilities
b. Explanation of impacts to each utility
c. Description of each utility relocation
d. All Utility Agreements, Relocation Sketches, and Letters of no conflict
e. Certification that each relocation will not conflict with project or other
utility relocations
f. Recommendation for approval of Utility Agreements and Relocation
Sketches
g. Recommendation that project is ready for letting with regard to utilities
2) Utility Conflict Analysis and Remediation Spreadsheet (if requested)
3) Utility Relocation Sheets
TASK 11: UTILITY DESIGN
SCOPE OF SERVICES
The purpose of this scope is for Mead & Hunt (Engineer) to provide professional
engineering services related to the relocation of the City of Rock Hill water and sewer
facilities along the proposed York County Pennies for Progress project for the widening
of Cel-River/Red River Road from the current project limits at the end of the Cel-River
Phase 1 Widening project to the exiting intersection with Dave Lyle Boulevard. As part
of the design, utility betterments are the responsibility of the City of Rock Hill while the
relocations are the responsibility of York County Pennies for Progress. Both the City and
York County have been informed that Mead & Hunt will be performing work as
described in the scope herein, and both the City and York County agree that this does not
constitute a conflict of interest.
A. UTILITY DESIGN PHASE SERVICES
1. Project Administration – Engineer will manage the efforts of its project
team, including staffing, review work progress, monitor budget and
11
schedule, attend meetings with Owner. As a part of the project
administration, Engineer will provide monthly invoicing with status reports
and schedule updates pertaining to the Work.
2. Construction Drawings – Engineer will prepare construction plans for water
and sewer relocations withing the project limits of the Cel-River/Red River
Widening project in accordance with City of Rock Hill Standard
Specifications and Details. The survey, geotechnical investigation, and
SUE performed for the Cel-River/Red River Road Widening project will be
used to prepare the design plans. The water and sewer design plan sheets
will be incorporated into the Cel-River/Red River Road Widening plans for
bidding and construction. Sediment and erosion control and traffic control
required for the water and sewer relocations will be provided as part of the
Cel-River /Red River Road Widening plans. Therefore, no separate
sediment and erosion control and/or traffic control plans will be prepared as
part of this scope.
3. Water and Sewer Relocation Design - Prepare 70% design (R/W plans),
95% Design, 100% Design and Released for Construction plans for the
following water and sewer facilities:
4. Relocation of a 12” water main with a 24” water main along Cel-River Road
from Phase 1 of the Cel-River Project (Cherry Street North) to a 16” water
main on the opposite side of Dave Lyle Boulevard: 9,660 LF
5. Addition of a 4” water line along Cel River Road between the two Cherry
Street intersections: 1,650 LF
6. Relocation of a 12” water main along the re-aligned Commerce Drive from
Cel- River Road to existing Commerce Drive: 580 LF
7. Relocation of a 12” water main along Cedar Line Drive from Cel-River
Road, to beyond the limits of the drainage improvements: 400 LF
8. Relocation of a 6” water main across Cel River Road at the Public Storage
facility: 200 LF
9. Relocation of an 8” sewer main at two (2) locations along Cel River Road:
310 LF
10. Adjustment of 11 sewer manhole rims to meet the proposed grade of the
project within the Cel River Roadway limits
11. Installation of waterlines by jack and at seven (7) locations: crossing under
a creek (2), crossing under Cel-River Road (3), under Dave Lyle Boulevard
(1) and under the railroad (1): 860 LF (total)
11. Installation of hydrant assemblies, stub outs, and reconnection of water
services as directed by City of Rock Hill (City) staff.
B. BID DOCUMENTS
Engineer will prepare necessary bid documents for construction of the Work to be
incorporated into the Cel-River/Red River Road Widening Plans and will be
procured by York County.
1. Technical Specifications - Design shall be based on the DHEC approved
City of Rock Hill Standard Water and Sewer Specifications. Additional
technical specifications will be prepared as needed. The City of Rock Hill
12
Standard Water and Sewer Specifications and any supplemental technical
specifications will be incorporated into the bid document for the Cel-River
/Red River Road Widening Plans and will be procured by York County.
2. Special Provisions – Provisions for the relocation of the water and sewer
work will be provided stating special requirements, submittals and
coordination efforts in order to perform the relocation work.
3. Bid Tabulations – A bid tabulations sheet will be prepared for bidding of
the water and sewer portion of the work and will be incorporated into the
Cel-River/Red River Road Widening Contract Documents. Bid items will
be such that water and sewer betterment work can be separated from
relocation work and roadway work. Bid items will be provided specifying
quantities and units for each relocation construction item. An overall
relocation lump sum line item will not be used.
4. Permit Preparation – Engineer will prepare DHEC Construction Permit
Application for Water/Wastewater Facilities and will provide associated
hydraulic modeling of the proposed water system. Other permits required
for the water and sewer relocations (i.e., SCDOT encroachment, land
disturbance, etc.) will be incorporated into the permits for the Cel-
River/Red River Road Widening project. Therefore, no separate permits,
except for the DHEC Construction Permit Application for
Water/Wastewater Facilities, shall be prepared as part of this scope.
5. Construction Cost Estimates – Engineer will prepare bid quantities and an
Engineer’s opinion of probable construction cost for the proposed water and
sewer extensions at 70%, 95%, 100 % design and for Released for
Construction Plans.
TASK 13: GEOTECHNICAL EXPLORATIONS AND PAVEMENT DESIGN
The CONSULTANT will contact South Carolina 811 for locating existing below ground
utilities and contact any utilities not subscribing to South Carolina 811 prior to drilling
operations. The CONSULTANT will provide traffic control for single lane closures
during drilling operations. The existing roadway pavement system or bridge deck will be
repaired following completion of drilling with cold-patch asphalt.
This scope of services addresses the tasks necessary for the delivery of geotechnical
subsurface data for the location listed above for use by the Prime CONSULTANT in
producing plans and specifications suitable for letting. The scope of services to be
performed by the CONSULTANT will include geotechnical investigations and laboratory
soil testing.
The general scope of services outlined below for field exploration, laboratory testing, base
line and final geotechnical engineering reporting will be used when performing any work
for this project. A detailed scope of services for each bridge and roadway is provided in
the following sections of this task. The following design standards will apply:
13
2010 SCDOT Geotechnical Design Manual (GDM), Version 1.1
2008 SCDOT “Seismic Design Specifications for Highway Bridges” with
interims.
2010 AASHTO LRFD Bridge Design Specifications, Fifth Edition with
interims.
2008 SCDOT Pavement Design Guidelines.
Final Design Reports
After completion of the final geotechnical field and laboratory testing, the
CONSULTANT will prepare final geotechnical engineering reports for each of the bridges
and roadway in accordance with the SCDOT GDM Section 21. The final geotechnical
engineering reports will include, but not be limited to the following:
1. Site description with photographic documentation;
2. Drilling and testing procedures, along with charts illustrating the soil classification
criteria and terminology;
3. Boring location plan (CADD-generated) that includes the location of each test
location and surface soil sampling location;
4. STB/HAB Logs that describe the various subsurface strata and graphically illustrate
stratigraphy, SPT data, and 24-hour groundwater levels. STB logs will be in
accordance with Figures 6-10 and 6-11 of the GDM. GINT files will be provided for
each STB log;
5. A one-dimensional profile showing measured shear wave velocities acquired from
the SASW or alternative surface method versus depth;
6. Laboratory testing procedures, individual test data sheets, and data summary
tables/plots. Total stress soil strengths shall be provided for any triaxial shear testing
performed;
7. Descriptions of the project including structure types, foundation types and loading
information provided by the project structural engineer;
8. Description of the area geology and seismicity as it relates to the project including
site conditions and encountered subsurface conditions;
9. Final bridge foundation recommendations including types and sizes, preliminary
points of fixity, drivability, construction difficulties, etc.; and
10. Final roadway engineering report will include geotechnical information related to the
design of roadway embankments and structures other than bridges. The contents will
address slope stability, settlement, and construction difficulties. Final roadway
engineering report will include final pavement design and thickness
recommendations that have been reviewed and approved by SCDOT for all portions
of the project, including, but not limited to: mainline alignments, side roads, etc.
Deliverables to the COUNTY will be one draft electronic copy, two signed and sealed,
bound hard copies of the final reports, and one signed and sealed electronic copy. The
CONSULTANT will retain all soil samples obtained until each bridge substructure is
completely constructed.
14
Assumptions:
1) Geotechnical Drilling to be performed along the proposed new bridge and
roadway alignments.
2) Traffic control will be provided by the Consultant.
3) Drilling rate assumed at roughly 100 lf per day.
Deliverables:
One (1) draft electronic copy, four (4) signed and sealed, bound hard copies of the
preliminary exploration final base line report., and one (1) signed and sealed electronic
copy.
TASK 14: STRUCTURAL DESIGN AND PLAN DEVELOPMENT
DESIGN BASIS STATEMENT
The CONSULTANT will conform to the following SCDOT and FHWA design standards
in preparation of the bridge plans.
The SCDOT Bridge Design Manual, 2006
SCDOT Bridge Design Memoranda to Team Leaders and Consultants, issued after
April 2006;
AASHTO LRFD Bridge Design Specifications, 7th Edition, with latest interims;
SCDOT Bridge Standard Drawings and Details, latest versions;
2008 SCDOT Seismic Design Specifications for Highway Bridges, with latest
interims;
SCDOT Standard Specifications for Highway Construction, 2007 edition;
ANSI/AASHTO/AWS D1.5 Bridge Welding Code, the latest edition.
FINAL BRIDGE PLANS
The CONSULTANT will develop final bridge plans to construct the three bridge sites
within the project limits. The CONSULTANT will provide the COUNTY/SCDOT the
following for the structure:
The final bridge plans for each bridge structure will be based upon the approved
preliminary plans. Constructability of the bridge superstructures and substructures shall
be considered in the development of the plans, including maintenance of traffic, access for
construction equipment, the placement of reinforcing steel, clearances required for the use
of equipment, and foundation considerations. The bridge construction plans for each site
shall consist of:
1. Being prepared in conformity with current practices of the SCDOT with regard to
method of presentation, scales, billing of pay items, special drawings and
summaries thereof. Standard drawings of the SCDOT shall be used to the extent
feasible and shall be furnished by the COUNTY/SCDOT, to be modified by the
CONSULTANT to fit the particular needs of the project. Construction drawings
15
shall be on sheets of the size, and with standard markings utilized by the
COUNTY/SCDOT. Scale of drawings and lettering size shall be such as to
provide clear and legible reproductions when reduced to half size. The construction
plans shall bear the CONSULTANT'S seal and signature as a registered
professional engineer, in the State of South Carolina, on the title sheet.
2. The CONSULTANT will prepare special provisions concerning items of
construction not covered by the SCDOT'S standard specifications or standard
bridge special provisions, as well as special treatments during construction.
3. The CONSULTANT will prepare detailed estimates of quantities and construction
costs.
4. The CONSULTANT will prepare a detailed construction time estimate for the
bridge work.
5. The CONSULTANT will prepare a seismic summary report for submittal with the
95% bridge plans.
6. Prior to submittal to the COUNTY/SCDOT, all plans and documents shall be
thoroughly reviewed by the CONSULTANT for completeness, correctness,
accuracy and consistency with the above referenced requirements.
7. Deck drainage calculations will be performed by the CONSULTANT. Closed
drainage system, if required, will be included with the bridge plan details.
8. The CONSULTANT shall submit 95% and 100% Final Bridge Plans, all meeting
the requirements of the SCDOT Bridge Design Manual. The 95% Bridge Plans are
for final review by the COUNTY/SCDOT. The plans will have been through a
thorough QA/QC process and all Preliminary Bridge Plan comments will have been
addressed. All plan sheets, quantities, specifications, cost estimates, and
construction time estimate will be complete. The 100% Final Bridge Plans will
incorporate all amendments or revisions evolving from the 95% Bridge Plans
Review.
Assumptions:
1) The bridge replacements on Cel-River Road and Commerce Drive will be
constructed in stages.
2) A bridge type study will be performed to investigate the most economical
and efficient bridge type and span arrangement for all sites.
3) 60% submittal will not be used for this project.
4) Seismic design will be performed.
5) No bridge lighting will be included in the project plans.
6) Bridge aesthetics will not be investigated.
7) Sidewalk/Pedestrian accommodations will be provided.
Deliverables:
1) PDF of 95% Bridge Plans will be provided for COUNTY/SCDOT review.
2) PDF of Seismic Summary Report (submitted with 95% Bridge Plans)
3) One (1) full size set and three (3) 11” x 17” sets of Final Approved Bridge
Construction Plans.
4) PDF of detailed quantity and construction cost estimates.
5) PDF of detailed construction time estimate.
16
6) PDF of Special Provisions if needed.
7) PDF of the list of required supplemental specifications.
8) One (1) set of electronic final bridge construction plans in Microstation
format, if requested by the County/SCDOT.
TASK 19: CONSTRUCTION ENGINEERING AND INSPECTION SERVICES
APPROACH/SCOPE OF SERVICES
After Notice to Proceed, the CONSULTANT will assist with the preconstruction
conference, any necessary construction project management, on-site inspections and
general oversight of the construction process. Quality acceptance support services will
be done in accordance with SCDOT's Quality Acceptance Sampling and Testing Guide
including inspection of the concrete curb & gutter and sidewalk, asphalt paving, signal
installation, pavement markings, box culvert, drainage and grading operations, utility
work, clearing & grubbing, and removal & disposal items. Additionally, the
CONSULTANT will prepare utility diaries, weekly NPDES erosion control and traffic
control reports in accordance with COUNT’s direction.
Under supervision of the CONSULTANT’S Project Manager, the CONSULTANT
proposes to staff the project utilizing one full-time inspector to support the COUNTY
and one additional inspector as needed, during periods of peak construction activities.
This staffing plan has been estimated based on the information provided, scope of work
for the project, the likelihood of multiple operations occurring simultaneously, and
construction staging. Efficiency and utilization of inspection personnel will be a priority
as we will provide only what is necessary to ensure the appropriate level of inspection
occurs at all phases. Each inspector will have all applicable SCDOT certifications
required to inspect their assigned construction activities, including earthwork and base
course, concrete, asphalt, signals, and CEPSCI erosion control certifications. The
CONSULTANT is responsible for completing the following six items:
1. Administer, monitor and inspect the construction contract to verify that the
project is constructed in reasonable conformity with the plans, specifications, and
special provisions provided for the Construction Contract
The CONSULTANT will have a thorough understanding of the
construction contract, including the special provisions and maintenance of
traffic requirements. The CONSULTANT will monitor and inspect the work
on a full-time basis during active construction. The CONSULTANT’s
17
Project Manager assigned to the project will monitor the schedule, inspector
requirements and provide engineering support for the team. Administrative
duties will include assisting with the preconstruction conference and project
meetings, project documentation, and review and approval of required
deliverables.
2. Observe the CONTRACTOR’s work to determine progress and quality of
work, Identify discrepancies, report significant discrepancies to the COUNTY’s
Engineering contact and direct the CONTRACTOR to correct such observed
discrepancies.
The CONSULTANT will actively monitor the CONTRACTOR’s work
activities for progress and quality. An adequate level of staff will be on site full
time to effectively observe all work activities. The inspection staff will be
responsible for communicating observed discrepancies and quality matters to
the CONTRACTOR and the CONSULTANT’S Project Manager. The
Project Manager will report significant discrepancies or quality matters to the
COUNTY’s Point of Contact along with a recommendation of corrective
action.
3. Verify quantities, work completed. review and recommend approval of pay
applications, and review and recommend approval of change order requests.
The CONSULTANT will complete daily work reports (DWRs) that will
provide information on contractor equipment and personnel, site
conditions, activities performed, tests completed, and quantities installed.
The CONSULTANT’s Project Manager will compile quantity reports from
the inspection team and provide pay application assistance as requested by the
COUNTY. Quantity reports and records will be maintained and available
for the purposes of final payment compilation and verification of as-built
plans. The CONSULTANT’s Project Manager will also review and make
recommendations to the COUNTY for any CONTRACTOR change
order requests.
4. Prepare and submit field reports and records as necessary.
The CONSULTANTS’ Project Manager and Inspectors will complete all
DWRs, test reports, utility diaries and documents necessary to satisfy the
requirements of the COUNTY. The CONSULTANT will utilize the method
desired by the COUNTY for all project documentation.
5. Assist with Public Relations as necessary.
The CONSULTANT will assist the COUNTY with any public relations
matters needed and provide project updates and reports to the COUNTY and
18
other officials as requested. If desired by the COUNTY, the use of drones for
project documentation or any other request will be accommodated.
6. Assist with project closeout, including final inspection and completion or punch
list items.
The CONSULTANT team will monitor work completed and advise the
contractor of non-compliant work items throughout the construction
process to minimize the amount of corrective work at project closeout. The
CONSULTANT project staff will attend the final inspection and assist in
preparation of the punch list if desired by the COUNTY. The team will
continue to monitor and inspect punch list items, ensuring they are
completed timely and correctly. The CONSULTANT’s Project Manager
will be available until his services for this project are no longer deemed
necessary by the COUNTY . The anticipated duration for this work is 12
months from the NTP to the CONTRACTOR.
Cel-River Road Widening Rock Hill, York County, South Carolina Mead & Hunt
MFE Version 2.46
Fee Totals Broken Down by Task
Task Labor Directs Subs Total01 Project Organization and Management 128,084.02$ 377.00$ -$ 128,461.02$ 11.0%
02 Surveying and Mapping 76,999.87$ 4,587.50$ -$ 81,587.37$ 7.0%
03 Environmental Documentation and Pemitting -$ -$ -$ -$ -
04 Roadway Design and Plan Development 212,265.98$ 50.90$ -$ 212,316.88$ 18.2%
05 Pavement Marking and Signing Plans -$ -$ -$ -$ -
06 Maintenance of Traffic Design Plans -$ -$ -$ -$ -
07 Traffic Analysis -$ -$ -$ -$ -
08 Hydrology/Hydraulic Design 42,768.87$ 274.40$ -$ 43,043.27$ 3.7%
09 Utility Coordiantion 55,026.56$ 645.00$ -$ 55,671.56$ 4.8%
10 Subsurface Utilities Engineering (SUE) -$ -$ -$ -$ -
11 Utility Relocation Design 191,848.25$ 645.00$ -$ 192,493.25$ 16.5%
12 Railroad Coordiantion -$ -$ -$ -$ -
13 Geotechnical Engineering 4,768.75$ -$ -$ 4,768.75$ 0.4%
14 Structural Design and Plan Development 78,406.58$ -$ -$ 78,406.58$ 6.7%
15 R/W Acquistion/Coordiantion -$ -$ -$ -$ -
16 Specifications, Bid Documents and Bid Evaluation -$ -$ -$ -$ -
17 Construction Services -$ -$ -$ -$ -
18 Additional Services -$ -$ -$ -$ -
19 Construction Engineering and Inpsection Services 331,799.99$ 36,787.81$ -$ 368,587.80$ 31.6%-$ -$ -$ -$ -
Totals 1,121,968.87$ 43,367.61$ -$ 1,165,336.48$
Mead & Hunt
Task Task Description Direct Labor Overhead Profit FCCM Labor Total Directs Total
01 Project Organization and Management 40,986.88$ 75,374.89$ 11,636.18$ 86.07$ 128,084.02$ 377.00$ 128,461.02$
02 Surveying and Mapping 24,639.96$ 45,312.89$ 6,995.28$ 51.74$ 76,999.87$ 4,587.50$ 81,587.37$
03 Environmental Documentation and Pemitting -$ -$ -$ -$ -$ -$ -$
04 Roadway Design and Plan Development 67,925.12$ 124,914.29$ 19,283.94$ 142.63$ 212,265.98$ 50.90$ 212,316.88$
05 Pavement Marking and Signing Plans -$ -$ -$ -$ -$ -$ -$
06 Maintenance of Traffic Design Plans -$ -$ -$ -$ -$ -$ -$
07 Traffic Analysis -$ -$ -$ -$ -$ -$ -$
08 Hydrology/Hydraulic Design 13,686.04$ 25,168.63$ 3,885.46$ 28.74$ 42,768.87$ 274.40$ 43,043.27$
09 Utility Coordiantion 17,608.50$ 32,382.02$ 4,999.06$ 36.98$ 55,026.56$ 645.00$ 55,671.56$
10 Subsurface Utilities Engineering (SUE) -$ -$ -$ -$ -$ -$ -$
11 Utility Relocation Design 61,391.44$ 112,898.86$ 17,429.03$ 128.92$ 191,848.25$ 645.00$ 192,493.25$
12 Railroad Coordiantion -$ -$ -$ -$ -$ -$ -$
13 Geotechnical Engineering 1,526.00$ 2,806.31$ 433.23$ 3.21$ 4,768.75$ -$ 4,768.75$
14 Structural Design and Plan Development 25,090.10$ 46,140.70$ 7,123.09$ 52.69$ 78,406.58$ -$ 78,406.58$
15 R/W Acquistion/Coordiantion -$ -$ -$ -$ -$ -$ -$
16 Specifications, Bid Documents and Bid Evaluation -$ -$ -$ -$ -$ -$ -$
17 Construction Services -$ -$ -$ -$ -$ -$ -$
18 Additional Services -$ -$ -$ -$ -$ -$ -$
19 Construction Engineering and Inpsection Services 106,176.00$ 195,257.66$ 30,143.36$ 222.97$ 331,799.99$ 36,787.81$ 368,587.80$
-$ -$ -$ -$ -$ -$ -$
Totals 359,030.04$ 660,256.25$ 101,928.63$ 753.95$ 1,121,968.87$ 43,367.61$ 1,165,336.48$
( A ) ( B ) ( C ) ( D ) ( E ) ( F )
Summary of DBE Qualifying Fees Fee Summary
Total Fee Qual. Percentage Qualifying Fee A - Direct Labor
Mead & Hunt 1,165,336.48$ -$ B - Overhead [A x 1.839]
CECS -$ -$ C - Profit [(A+B) x 0.1]
S&ME -$ -$ D - FCCM [A x 0.0021]
Micahael Baker Int. -$ -$ E - Labor Total
Campco -$ -$ F - Total Non-Salary Direct Expenses
New South Associates -$ -$ G - Subconsultant Fees
Three Oaks (Musell Survey) -$ -$
-$ -$ Fee Total
-$ -$
-$ -$ fee total less profit: $1,063,407.85-$ -$
February 26, 2021
Project Fee Summary
359,030.04$ 660,256.25$ 101,928.63$
753.95$
1,121,968.87$
-$ 43,367.61$
1,165,336.48$
Task Description
Printed on: 3/22/2021 @ 10:59 AM
Exhibit C - Engineering Fee
Cel-River Road Widening Mead & Hunt
Task 01: Project Organization and Management PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. T
rans
port
atio
n E
ngin
eer
Sr. S
truc
tura
l E
ngin
eer
Eng
inee
ring
T
echn
icia
n
Sr. A
dmin
istr
ativ
e A
ssis
tant
- - - -
6
5 Staff Classification Rate $85.00 $79.76 $51.54 $84.60 $28.46
Manhour Totals by Classification: for Task 329 30 158 24 16 48Sub-task for Project 426 114 402 89 542 48
1.10 Project Management 80 20 50 20 20 190 31.4%
1.20 Schedule 4 4 8 1.3%
1.30 Progress Report 28 28 56 9.3%
1.40 Opinions of Probable Cost 3 6 8 4 16 37 6.1%
1.50 Internal/Subconsultant Coordination 214 100 314 51.9%
. . . . . No Rate! . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 329 85.00$ 27,965.00$ 51,427.64$ 7,939.26$ 58.73$ 87,390.63$ Project Manager 30 79.76$ 2,392.80$ 4,400.36$ 679.32$ 5.02$ 7,477.50$ Sr. Transportation Engineer 158 51.54$ 8,143.32$ 14,975.57$ 2,311.89$ 17.10$ 25,447.88$ Sr. Structural Engineer 24 84.60$ 2,030.40$ 3,733.91$ 576.43$ 4.26$ 6,345.00$ Engineering Technician 16 28.46$ 455.36$ 837.41$ 129.28$ 0.96$ 1,423.01$ Sr. Administrative Assistant 48 -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 605 40,986.88$ 75,374.89$ 11,636.18$ 86.07$ 128,084.02$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 600 miles @ 327.00$ 2 Per Diem, with Overnight Stay days @ -$ 3 Per Diem, without Overnight Stay 5 days @ 50.00$ 4 Lodging nights @ -$ 5 Shipping, Standard shipments @ -$ 6 Shipping, Overnight shipments @ -$ 7 Photocopies sheets @ -$ 8 Printing, B/W - Half Size sheets @ -$ 9 Printing, Color - Public Displays SF @ -$
10 Meeting Hall Rental per meetings @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Total Fee for Task Fee Summary for Task
-$ 377.00$
128,084.02$
Rock Hill, York County, South Carolina
( G )
-$ -
128,461.02$ -$
86.07$
75,374.89$
-$
11,636.18$
--
-$
( F )
605
( C )
200.00$
-$
-$ per per meeting
-$ -
-
-
377.00$
per sheet
per night per shipment
6.50$
Manhour Totals
8794
10.00%
per shipment
per mile
95.00$
0.545$
0.10$
183.90% 0.21%
February 26, 2021
( A )
Direct Labor
( B )
Labor TotalOverhead
( E )
Task Total: $128,461.02 | Project Total: $1,165,336.48
Profit
0.25$ per sheet
per day
FCCM
( D )
Units
35.00$
40,986.88$
10.00$ per day
Unit Cost
Task Total for Non-salary Direct Expenses
Total Cost
per SF
10.00$ 25.00$
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 02: Surveying and Mapping PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. L
and
Surv
eyor
Lan
d Su
rvey
or
Surv
ey C
rew
Chi
ef
Surv
ey I
nstr
umen
t M
an
- - - -
6
22 Staff Classification Rate $85.00 $79.76 $53.23 $43.01 $31.04 $25.28
Manhour Totals by Classification: for Task 21 51 99 282 282Sub-task for Project 426 114 51 99 282 282
2.1&2 Courthouse Deed/Plat Research/ Contact owners
2.3 SC Grid Tie (Horz.)
2.4 Vertical Control Tie
2.5 Baseline Traverse
2.6 TBM's
2.6 Field Property Ties and Recon
2.7 Property Line Ties & Computations
2.8 Field Locate Planimetric Features & Verify
2.9 Drainage Outfalls Surveys
2.10 Pavement DTM's
2.11 Railroad Survey
2.12 Compute Best-Fit Alignment
2.13 Non-Gravity Utilities SUE
2.14 Gravity Utilities Storm and Sewer
2.15 New and Existing RW Staking 10 10 15 70 70 175 23.8%
2.16 Obscured Area Topographic Surveys
2.17 Supplemental Survey Services 10 40 80 200 200 530 72.1%
2.18 Wetland Survey Location & Mapping
2.19 Base Plan Sheets
2.20 Traffic Control
2.21 Traffic Control & Safety
2.22 Geotechnical Bore Holes 1 1 4 12 12 30 4.1%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 21 85.00$ 1,785.00$ 3,282.62$ 506.76$ 3.75$ 5,578.13$ Project Manager 79.76$ -$ -$ -$ -$ -$ Sr. Land Surveyor 51 53.23$ 2,714.73$ 4,992.39$ 770.71$ 5.70$ 8,483.53$ Land Surveyor 99 43.01$ 4,257.99$ 7,830.44$ 1,208.84$ 8.94$ 13,306.21$ Survey Crew Chief 282 31.04$ 8,753.28$ 16,097.28$ 2,485.06$ 18.38$ 27,354.00$ Survey Instrument Man 282 25.28$ 7,128.96$ 13,110.16$ 2,023.91$ 14.97$ 22,278.00$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 735 24,639.96$ 45,312.89$ 6,995.28$ 51.74$ 76,999.87$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 7,500 miles @ 4,087.50$ 2 Per Diem, with Overnight Stay days @ -$ 3 Lodging nights @ -$ 4 Per Diem, without Overnight Stay 50 days @ 500.00$ 5 - - @ -$ 6 - - @ -$ 7 - - @ -$ 8 - - @ -$ 9 - - @ -$
10 - - @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
Direct Labor10.00% 0.21%
( A )
Total Fee for Task
( G )-$ 81,587.37$
Task Total: $81,587.37 | Project Total: $1,165,336.48
( B )
10.00$
35.00$ 95.00$
Overhead183.90%
Unit Cost
Profit
( C )
0.545$ per mile
per day
-
-$
-$
Units
-$ -
-$
February 26, 2021
( E )
FCCM
Manhour Totals
-$
-$ --
--
-
-
--$ --$
-$
8794
735
-$
24,639.96$
Task Total for Non-salary Direct Expenses
76,999.87$
51.74$
45,312.89$ 6,995.28$
4,587.50$
( F )4,587.50$
-
-$ --$
Total Cost
Labor Total
( D )
per day per night
Fee Summary for Task
-$
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 04: Roadway Design and Plan Development PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. T
rans
port
atio
n E
ngin
eer
Tra
nspo
rtat
ion
Eng
inee
r
Jr. T
rans
port
atio
n E
ngin
eer/
EIT
Eng
inee
ring
T
echn
icia
n
Adm
inis
trat
ive
Ass
ista
nt
- - -
7
39 Staff Classification Rate $85.00 $79.76 $51.54 $48.41 $25.60 $28.46 $32.26
Manhour Totals by Classification: for Task 24 42 244 476 496 486 12Sub-task for Project 426 114 402 476 496 542 42
Concept. Project Management & Coordination
Quality Control Reviews
Concept Development for Galleria
Intersection Configuration
Concept Report Galeria Blvd.
Concept Team Meetings
Develop Design Criteria
Preliminary Cost Estimate
Prelim. Project Management & Coordination
Geometrics (Horiz., S/E, Vert.,etc.)
Typ. Sections, Prelim. Pvmnt. Dsgn
Cross Sections, Earthwork (CAiCE)
Draft Preliminary Plans (Layout)
Driveway Profiles
Erosion Control (Temp. & Perm.)
Graphic R/W and Easements
Preliminary Cost Estimate
Quality Control Reviews
Design Field Review Meeting (DFR)
Pavement Design Coordination
Geotechnical Coordination
R/W Plans Project Management & Coordination
Mathematize R/W, Parcel Calculations
Right of Way Plans Production
Quality Control Reviews 2 2 4 10 10 28 1.6%
Plans Submittals, Revisions
Cost Estimates 2 2 4 12 12 32 1.8%
Final Project Management & Coordination 4 12 30 16 16 78 4.4%
Finalize Roadway Plans 40 160 200 200 600 33.7%
Refined Erosion Control (Temp. & Perm.) 24 40 40 80 184 10.3%
Final Utility Plans 16 22 20 20 78 4.4%
Revised Plans for R/W Rev. during Acquisition 40 40 60 60 200 11.2%
Pavement Design Coordination
Refined Quantities, Detailed Est. 32 32 40 104 5.8%
Quality Control Reviews 6 6 12 24 24 72 4.0%
Special Provisions 2 12 40 40 12 106 6.0%
Final Plans Checklist & Plan Submittal 4 8 12 40 20 84 4.7%
Final Plans Revisions & Amendments 4 8 12 40 40 40 144 8.1%
Cost Estimates 2 4 8 8 24 24 70 3.9%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 24 85.00$ 2,040.00$ 3,751.56$ 579.16$ 4.28$ 6,375.00$ Project Manager 42 79.76$ 3,349.92$ 6,160.50$ 951.04$ 7.03$ 10,468.49$ Sr. Transportation Engineer 244 51.54$ 12,575.76$ 23,126.82$ 3,570.26$ 26.41$ 39,299.25$ Transportation Engineer 476 48.41$ 23,043.16$ 42,376.37$ 6,541.95$ 48.39$ 72,009.87$ Jr. Transportation Engineer/EIT 496 25.60$ 12,697.60$ 23,350.89$ 3,604.85$ 26.66$ 39,680.00$ Engineering Technician 486 28.46$ 13,831.56$ 25,436.24$ 3,926.78$ 29.05$ 43,223.63$ Administrative Assistant 12 32.26$ 387.12$ 711.91$ 109.90$ 0.81$ 1,209.74$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 1,780 67,925.12$ 124,914.29$ 19,283.94$ 142.63$ 212,265.98$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 20 miles @ 10.90$ 2 Per Diem, without Overnight Stay 4 days @ 40.00$ 3 Printing, B/W - Half Size sheets @ -$ 4 Printing, B/W - Full Size sheets @ -$ 5 Shipping, Overnight shipments @ -$ 6 - - @ -$ 7 - - @ -$ 8 - - @ -$ 9 - - @ -$
10 - - @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. <<<< B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$
-$
-$
0.25$
50.90$
Unit Cost Total Cost
-$ -
212,316.88$
-$
Direct Labor Overhead
Manhour Totals
-
FCCM
--
-
per sheet
Task Total for Non-salary Direct Expenses 50.90$
1780
-$ -
67,925.12$
142.63$ 19,283.94$
Units
February 26, 2021
25.00$ per shipment
per mile
-$ -
183.90% 10.00% 0.21%
Labor Total
-
Profit
-$
1.00$ per sheet
-$
-$ -
-$ -
-$ -
-$
Fee Summary for Task
8794
124,914.29$
212,265.98$
( F )
Total Fee for Task
Task Total: $212,316.88 | Project Total: $1,165,336.48
( E )
0.545$
( A ) ( B ) ( C ) ( D )
10.00$ per day
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 08: Hydrology/Hydraulic Design PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. H
ydra
ulic
E
ngin
eer
Hyd
raul
ic E
ngin
eer
Jr. H
ydra
ulic
E
ngin
eer/
EIT
Eng
inee
ring
T
echn
icia
n
- - - -
6
17 Staff Classification Rate $85.00 $79.76 $55.60 $37.75 $23.50 $28.46
Manhour Totals by Classification: for Task 14 14 100 124 40Sub-task for Project 426 114 100 124 542
8.A. Roadway Hydrology/Hydraulics
Project Management & Coordination 8 10 18 6.2%
Design Criteria / Data Collection / Field Investigations
Hydraulic Design- ditches, culverts, storm sewers 4 80 80 164 56.2%
DFR Meeting
Drainage Sheets - Plan Development 10 24 40 74 25.3%
Stormwater Management Report
Offsite Design & Analysis
8.B. Bridge Hydraulics
Design Criteria / Data Collection / Field Investigations
Hydraulic Design - Manchester Creek Bridge Widening
Hydraulic Design - Flat Slab Bridge (Commerce Dr)
Hydraulic Design - Galleria Blvd. Culvert
Bridge Hydraulic Report - Manchester Creek 2 4 10 20 36 12.3%
Bridge Hydraulic Report - Flat Slab (Commerce Dr)
Bridge Hydraulic Report - Galleria Blvd.
8.B.3. CLOMR/LOMR - Galleria Blvd.
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 14 85.00$ 1,190.00$ 2,188.41$ 337.84$ 2.50$ 3,718.75$ Project Manager 14 79.76$ 1,116.64$ 2,053.50$ 317.01$ 2.34$ 3,489.49$ Sr. Hydraulic Engineer 100 55.60$ 5,560.00$ 10,224.84$ 1,578.48$ 11.68$ 17,375.00$ Hydraulic Engineer 124 37.75$ 4,681.00$ 8,608.36$ 1,328.94$ 9.83$ 14,628.13$ Jr. Hydraulic Engineer/EIT 23.50$ -$ -$ -$ -$ -$ Engineering Technician 40 28.46$ 1,138.40$ 2,093.52$ 323.19$ 2.39$ 3,557.50$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 292 13,686.04$ 25,168.63$ 3,885.46$ 28.74$ 42,768.87$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 400 miles @ 218.00$ 2 Per Diem, without Overnight Stay 2 days @ 20.00$ 3 Shipping, Standard 3 shipments @ 30.00$ 4 Printing, B/W - Half Size 20 sheets @ 5.00$ 5 Printing, B/W - Full Size sheets @ -$ 6 Printing, B/W - Letter Size 20 sheets @ 1.40$ 7 Printing, Color - Letter Size sheets @ -$ 8 - - @ -$ 9 - - @ -$
10 - - @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$ 43,043.27$
42,768.87$
( F )Task Total for Non-salary Direct Expenses 274.40$
-$ -
-
-$
Total Fee for Task
10.00$
( A )
Units
-
-$ --$ -
274.40$
-$
-$
-
0.25$
1.00$ 0.25$ per sheet
0.07$
28.74$
Manhour Totals
-
FCCM
per sheet
8794
Unit Cost
( B )
0.545$
-$
-$ -
13,686.04$
10.00$ per day
-$
3,885.46$ 25,168.63$
Fee Summary for Task
292
February 26, 2021
-
-$
Overhead183.90% 10.00% 0.21%
Labor TotalProfitDirect Labor
Task Total: $43,043.27 | Project Total: $1,165,336.48
( D )
per sheet
( E )
per sheet
per mile
per shipment
Total Cost
( C )
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 09: Utility Coordiantion PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. U
tiliti
es
Eng
inee
r
Util
ities
C
oord
inat
or
Util
ities
Tec
hnic
ian
Adm
inis
trat
ive
Ass
ista
nt
- - - -
6
19 Staff Classification Rate $85.00 $79.76 $79.44 $42.91 $34.98 $32.26
Manhour Totals by Classification: for Task 6 4 64 250 30Sub-task for Project 426 114 558 250 42
9.10 Project Management & Coordination 4 12 60 14 90 25.4%
9.20 Site Visit
9.30 Initial Utility Contacts
9.40 Provide Preliminary Plans
9.50 Obtain As-builts
9.60 Verification of Surveys
9.70 Determine Relocation Requirements
9.80 Utility Meetings (2) Preliminary & Review
9.90 Prior Rights Research & Meeting
9.10 Early Relocation Coordination
9.11 Preliminary Utility Report
9.12 Provide Design Plans 4 24 28 7.9%
9.13 Develop and Maintain Utility Conflict Spreadsheet 4 24 8 36 10.2%
9.14 Collection of Sketches and Letters 4 24 28 7.9%
9.15 Preparation of U Sheets 16 70 86 24.3%
9.16 Prepare Final Utility Report 2 4 16 40 8 70 19.8%
9.18 Utility Relocation Startup Meeting 8 8 16 4.5%
9.19 Uility easement coordination
9.20 Construction Coordination
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 6 85.00$ 510.00$ 937.89$ 144.79$ 1.07$ 1,593.75$ Project Manager 4 79.76$ 319.04$ 586.71$ 90.58$ 0.67$ 997.00$ Sr. Utilities Engineer 64 79.44$ 5,084.16$ 9,349.77$ 1,443.39$ 10.68$ 15,888.00$ Utilities Coordinator 250 42.91$ 10,727.50$ 19,727.87$ 3,045.54$ 22.53$ 33,523.44$ Utilities Technician 34.98$ -$ -$ -$ -$ -$ Administrative Assistant 30 32.26$ 967.80$ 1,779.78$ 274.76$ 2.03$ 3,024.37$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 354 17,608.50$ 32,382.02$ 4,999.06$ 36.98$ 55,026.56$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 1,000 miles @ 545.00$ 2 Per Diem, with Overnight Stay days @ -$ 3 Per Diem, without Overnight Stay 3 days @ 30.00$ 4 Lodging nights @ -$ 5 Shipping, Standard 1 shipments @ 10.00$ 6 Shipping, Overnight 1 shipments @ 25.00$ 7 Photocopies 100 sheets @ 10.00$ 8 Printing, B/W - Half Size 100 sheets @ 25.00$ 9 Printing, Color - Public Displays SF @ -$
10 Meeting Hall Rental per meetings @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$ 55,671.56$
55,026.56$
( F )Task Total for Non-salary Direct Expenses 645.00$
0.25$ per sheet
-
-$
Total Fee for Task
10.00$
( A )
Units
-
6.50$ per SF200.00$ per per meeting
645.00$
-$
-$
-
0.10$
10.00$ 95.00$ per night
25.00$
36.98$
Manhour Totals
-
FCCM
per sheet
8794
Unit Cost
( B )
0.545$
-$
-$ -
17,608.50$
35.00$ per day
-$
4,999.06$ 32,382.02$
Fee Summary for Task
354
February 26, 2021
-
-$
Overhead183.90% 10.00% 0.21%
Labor TotalProfitDirect Labor
Task Total: $55,671.56 | Project Total: $1,165,336.48
( D )
per shipment
( E )
per shipment
per mile
per day
Total Cost
( C )
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 11: Utility Relocation Design PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. U
tiliti
es
Eng
inee
r
Util
ities
Eng
inee
r
Util
ities
Tec
hnic
ian
Adm
inis
trat
ive
Ass
ista
nt
- - - -
6
11 Staff Classification Rate $85.00 $79.76 $79.44 $42.91 $34.98 $32.26
Manhour Totals by Classification: for Task 24 24 494 424Sub-task for Project 426 114 558 424 42
11.10 Project Management & Coordination 24 24 40 88 9.1%
11.20 Construction Drawings
11.2.1 70% Water /Sewer Design Plans/Cost Estimate 104 94 198 20.5%
11.2.2 95% Water/Sewer Design Plans/Cost Estimate 120 100 220 22.8%
11.2.3 100% Water/Sewer Desgin Plans/Cost Estimate 80 70 150 15.5%
11.2.4 RFC Water/Sewer Plans/Cost Estimate 80 80 160 16.6%
11.30 Bid Documents
11.3.1 Specifications 16 16 32 3.3%
11.3.2 Special Provisions 16 16 32 3.3%
11.3.3 Bid Tabulation 8 8 16 1.7%
11.40 Water/Sewer Permitting 30 40 70 7.2%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 24 85.00$ 2,040.00$ 3,751.56$ 579.16$ 4.28$ 6,375.00$ Project Manager 24 79.76$ 1,914.24$ 3,520.29$ 543.45$ 4.02$ 5,982.00$ Sr. Utilities Engineer 494 79.44$ 39,243.36$ 72,168.54$ 11,141.19$ 82.41$ 122,635.50$ Utilities Engineer 424 42.91$ 18,193.84$ 33,458.47$ 5,165.23$ 38.21$ 56,855.75$ Utilities Technician 34.98$ -$ -$ -$ -$ -$ Administrative Assistant 32.26$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 966 61,391.44$ 112,898.86$ 17,429.03$ 128.92$ 191,848.25$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 1,000 miles @ 545.00$ 2 Per Diem, with Overnight Stay days @ -$ 3 Per Diem, without Overnight Stay 3 days @ 30.00$ 4 Lodging nights @ -$ 5 Shipping, Standard 1 shipments @ 10.00$ 6 Shipping, Overnight 1 shipments @ 25.00$ 7 Photocopies 100 sheets @ 10.00$ 8 Printing, B/W - Half Size 100 sheets @ 25.00$ 9 Printing, Color - Public Displays SF @ -$
10 Meeting Hall Rental per meetings @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$
200.00$
0.10$
10.00$
645.00$
Unit Cost Total Cost
-$ -
192,493.25$
-$
Direct Labor Overhead
Manhour Totals
-
FCCM
per SF per per meeting
per shipment
per day
Task Total for Non-salary Direct Expenses 645.00$
966
-$ -
61,391.44$
128.92$ 17,429.03$
Units
February 26, 2021
10.00$ per shipment
per mile
-$ -
183.90% 10.00% 0.21%
Labor Total
per sheet
Profit
-$
95.00$ per night
25.00$
0.25$ per sheet
-$ -
-$ -
6.50$
Fee Summary for Task
8794
112,898.86$
191,848.25$
( F )
Total Fee for Task
Task Total: $192,493.25 | Project Total: $1,165,336.48
( E )
0.545$
( A ) ( B ) ( C ) ( D )
35.00$ per day
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 13: Geotechnical Engineering PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. S
truc
tura
l E
ngin
eer
Jr. T
rans
port
atio
n E
ngin
eer/
EIT
Eng
inee
ring
T
echn
icia
n
Adm
inis
trat
ive
Ass
ista
nt
- - - -
6
1 Staff Classification Rate $85.00 $79.76 $84.60 $25.60 $28.46 $32.26
Manhour Totals by Classification: for Task 8 10Sub-task for Project 426 114 89 496 542 42
Coordination 8 10 18 100.0%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 8 85.00$ 680.00$ 1,250.52$ 193.05$ 1.43$ 2,125.00$ Project Manager 79.76$ -$ -$ -$ -$ -$ Sr. Structural Engineer 10 84.60$ 846.00$ 1,555.79$ 240.18$ 1.78$ 2,643.75$ Jr. Transportation Engineer/EIT 25.60$ -$ -$ -$ -$ -$ Engineering Technician 28.46$ -$ -$ -$ -$ -$ Administrative Assistant 32.26$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 18 1,526.00$ 2,806.31$ 433.23$ 3.21$ 4,768.75$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage miles @ -$ 2 Per Diem, without Overnight Stay days @ -$ 3 Shipping, Standard shipments @ -$ 4 - - @ -$ 5 - - @ -$ 6 - - @ -$ 7 - - @ -$ 8 - - @ -$ 9 - - @ -$
10 - - @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME <<<< A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$
-$
-$
10.00$
-$
Unit Cost Total Cost
-$ -
4,768.75$
-$
Direct Labor Overhead
Manhour Totals
-
FCCM
--
-
per shipment
Task Total for Non-salary Direct Expenses -$
18
-$ -
1,526.00$
3.21$ 433.23$
-$
Units
February 26, 2021
-$ -
per mile
-$ -
183.90% 10.00% 0.21%
Labor Total
-
Profit
-$
-$ -
-$
-$ -
-$ -
-$ -
-$
Fee Summary for Task
8794
2,806.31$
4,768.75$
( F )
Total Fee for Task
Task Total: $4,768.75 | Project Total: $1,165,336.48
( E )
0.545$
( A ) ( B ) ( C ) ( D )
10.00$ per day
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 14: Structural Design and Plan Development PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
Sr. P
roje
ct M
anag
er
Proj
ect M
anag
er
Sr. S
truc
tura
l E
ngin
eer
Stru
ctur
al E
ngin
eer
Jr. S
truc
tura
l E
ngin
eer/
EIT
Sr. S
truc
tura
l E
ngin
eeri
ng
Tec
hnic
ian
- - - -
6
12 Staff Classification Rate $85.00 $79.76 $84.60 $48.90 $35.00 $37.20
Manhour Totals by Classification: for Task 55 239 250Sub-task for Project 426 114 89 239 250
Conceptual Bridge Plans
Flat Slab Bridge (Commerce Dr)
Culvert (Galleria Blvd)
Preliminary Bridge Plans
Manchester Creek Widening
Flat Slab Bridge (Commerce Dr)
Culvert (Galleria Blvd)
Final Bridge Plans
Manchester Creek Widening 20 80 100 200 36.8%
Flat Slab Bridge (Commerce Dr) 15 79 90 184 33.8%
Culvert (Galleria Blvd)
MSE Wall near Commerce 20 80 60 160 29.4%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
Sr. Project Manager 85.00$ -$ -$ -$ -$ -$ Project Manager 79.76$ -$ -$ -$ -$ -$ Sr. Structural Engineer 55 84.60$ 4,653.00$ 8,556.87$ 1,320.99$ 9.77$ 14,540.63$ Structural Engineer 239 48.90$ 11,687.10$ 21,492.58$ 3,317.97$ 24.54$ 36,522.19$ Jr. Structural Engineer/EIT 250 35.00$ 8,750.00$ 16,091.25$ 2,484.13$ 18.38$ 27,343.76$ Sr. Structural Engineering Technician 37.20$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 544 25,090.10$ 46,140.70$ 7,123.09$ 52.69$ 78,406.58$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage miles @ -$ 2 Per Diem, without Overnight Stay days @ -$ 3 Shipping, Standard shipments @ -$ 4 Printing, B/W - Half Size sheets @ -$ 5 Printing, B/W - Full Size sheets @ -$ 6 Printing, B/W - Letter Size sheets @ -$ 7 Printing, Color - Letter Size sheets @ -$ 8 - - @ -$ 9 - - @ -$
10 - - @ -$ 11 - - @ -$ 12 - - @ -$ 13 - - @ -$ 14 - - @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$
-$
0.25$
10.00$
-$
Unit Cost Total Cost
-$ -
78,406.58$
-$
Direct Labor Overhead
Manhour Totals
-
FCCM
--
per sheet
per shipment
Task Total for Non-salary Direct Expenses -$
544
-$ -
25,090.10$
52.69$ 7,123.09$
Units
February 26, 2021
1.00$ per sheet
per mile
-$ -
183.90% 10.00% 0.21%
Labor Total
per sheet
Profit
-$
0.25$ per sheet
0.07$
-$ -
-$ -
-$ -
-$
Fee Summary for Task
8794
46,140.70$
78,406.58$
( F )
Total Fee for Task
Task Total: $78,406.58 | Project Total: $1,165,336.48
( E )
0.545$
( A ) ( B ) ( C ) ( D )
10.00$ per day
Printed on: 3/22/2021 @ 10:59 AM
Cel-River Road Widening Mead & Hunt
Task 19: Construction Engineering and Inpsection Services PRIME CONSULTANT
MFE Version 2.46Manhours
A B C D E F G H I J
Staff Classification
CE
&I
Proj
ect
Man
ager
CE
&I
Mid
Lev
el
Insp
ecto
r
- - - - - - - -
2
1 Staff Classification Rate $67.20 $26.88
Manhour Totals by Classification: for Task 300 3200Sub-task for Project 300 3200
Construction Engineering and Inspection 300 3200 3500 100.0%
. . . . . . . . . .
Fee Determination for Labor
Staff Classification Hours Rate
CE&I Project Manager 300 67.20$ 20,160.00$ 37,074.24$ 5,723.42$ 42.34$ 63,000.00$ CE&I Mid Level Inspector 3,200 26.88$ 86,016.00$ 158,183.42$ 24,419.94$ 180.63$ 268,799.99$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$ - -$ -$ -$ -$ -$ -$
DBE %Task Totals for Labor 3,500 106,176.00$ 195,257.66$ 30,143.36$ 222.97$ 331,799.99$
Non-salary Direct Expenses
Expense Description Quantity1 Mileage 21,629 miles @ 11,787.81$ 2 - - @ -$ 3 Material Testing 1 @ 25,000.00$ 4 Nuclear Gauge Months @ -$ 5 Asphalt Density Test @ -$ 6 Asphalt Mix Analysis Tests @ -$ 7 Cylinder Mold Mold @ -$ 8 Conc Comp. Strength (4"x 8") Test @ -$ 9 Soil Proctors Test @ -$
10 AASHTO Soil Classification Test @ -$ 11 Loss of Ignition Test @ -$ 12 Stone Proctors Test @ -$ 13 Stone Gradation Test @ -$ 14 Steel Tensile Strength Test @ -$ 15 - - @ -$ 16 - - @ -$
-$ -$
Subconsultant Involvement
DBE % Subconsultant Manhours
CECS S&ME A Direct LaborMicahael Baker Int. B Overhead [A x 1.839]Campco C Profit [(A+B) x 0.1]New South Associates D FCCM [A x 0.0021]Three Oaks (Musell Survey)
E Labor Total
F Non-salary Direct ExpensesG Subconsultant Fees
Task Totals for Subconsultant Involvement Task Total
Rock Hill, York County, South Carolina
( G )-$
170.00$
27.50$
25,000.00$
36,787.81$
Unit Cost Total Cost
-$ -
368,587.80$
-$
Direct Labor Overhead
Manhour Totals
per Test
FCCM
per Test per Test
per Test
per
Task Total for Non-salary Direct Expenses 36,787.81$
3500
-$ -
106,176.00$
222.97$ 30,143.36$
Units
February 26, 2021
25.00$ per Test
per mile
170.00$ per Test
183.90% 10.00% 0.21%
Labor Total
per Mold
Profit
50.00$
400.00$ per Month
225.00$
13.00$ per Test
93.00$ per Test
70.00$ per Test
137.00$
Fee Summary for Task
8794
195,257.66$
331,799.99$
( F )
Total Fee for Task
Task Total: $368,587.80 | Project Total: $1,165,336.48
( E )
0.545$
( A ) ( B ) ( C ) ( D )
-$ -
Printed on: 3/22/2021 @ 10:59 AM