28
1 | Page 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.

Payments to Architect/Engineer

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Payments to Architect/Engineer

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.

Page 2: Payments to Architect/Engineer

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

Page 3: Payments to Architect/Engineer

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

Page 4: Payments to Architect/Engineer

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:

Page 5: Payments to Architect/Engineer

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

Page 6: Payments to Architect/Engineer

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

Page 7: Payments to Architect/Engineer

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.

Page 8: Payments to Architect/Engineer

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

Page 9: Payments to Architect/Engineer

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

Page 10: Payments to Architect/Engineer

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

Page 11: Payments to Architect/Engineer

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

Page 12: Payments to Architect/Engineer

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:

Page 13: Payments to Architect/Engineer

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.

Page 14: Payments to Architect/Engineer

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

Page 15: Payments to Architect/Engineer

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.

Page 16: Payments to Architect/Engineer

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

Page 17: Payments to Architect/Engineer

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

Page 18: Payments to Architect/Engineer

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.

Page 19: Payments to Architect/Engineer

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

Page 20: Payments to Architect/Engineer

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

Page 21: Payments to Architect/Engineer

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

Page 22: Payments to Architect/Engineer

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

Page 23: Payments to Architect/Engineer

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

Page 24: Payments to Architect/Engineer

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

Page 25: Payments to Architect/Engineer

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

Page 26: Payments to Architect/Engineer

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

Page 27: Payments to Architect/Engineer

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

Page 28: Payments to Architect/Engineer

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