Loading...
HomeMy Public PortalAboutGarden Street Extension Design ServicesCITY OF CRESTVIEW PUBLIC SERVICES DEPARTMENT PROFESSIONAL TRANSPORTATION ENGINEERING SERVICES GARDEN STREET EXTENSION I. Project Description The intersection of State Road (SR) 85 at Garden Street in Crestview, Florida, is proposed to be expanded. The existing intersection consists of a three -leg, signalized intersection. The proposed modification plans to expand the intersection to include the fourth approach. Based on previous analyses completed, FDOT has provided conceptual approval for the connection and the City desires to prepare engineering documents for the proposed roadway construction. II. Scope of Services TASK 1 — ROADWAY DESIGN: PECS will provide transportation engineering services for the proposed roadway layout. This will include all design information typically included for a roadway project and is expected to include the following key items: - Typical Sections - Pavement Design - Drainage structure index - General notes - Proposed Roadway Profiles - Plan and profile layouts of roadway, drainage, and pedestrian facilities - Roadway cross sections - Stormwater facilities layouts - Construction details - Temporary traffic control plans - Stormwater pollution prevention plans - Erosion control plans - Utility conflict matrix and coordination Based on the conceptual layout of the roadway network, PECS anticipates the need to provide roadway design for turn lanes on SR85, a realignment of Industrial Drive, and a new layout for the Garden Street extension. TASK 2 — DRAINAGE & STORMWATER DESIGN: PECS proposes to subcontract drainage and stormwater design services to Alday-Howell Engineering, Inc. (AHE). AHE will provide storm sewer and stormwater treatment calculations and design for collection, conveyance, and treatment of anticipated stormwater runoff from the new roadway in accordance with the City land development code, Northwest Florida Water Management District (NWFWMD) requirements, and other relevant drainage design standards. Please refer to the attached subconsultant information for further detail. TASK 3 — SURVEY: PECS proposes to subcontract surveying services to DRMP for topographical and boundary surveying. The information collected will include digital terrain model information for the proposed roadway and stormwater facilities R/W required. Based on conceptual information, the survey is expected to be 3,200' in length and include one pond site location less than 1 acre. Following approval of the final roadway layout and signal pole locations, legal descriptions for the roadway route and pond site will be prepared. Subsurface utility exploration will be performed for four pole locations following approval from FDOT. Please refer to the attached subconsultant information for further detail. TASK 4 — GEOTECHNICAL EXPLORATION: PECS proposes to subcontract geotechnical exploration services to NOVA Engineering, Inc. in order to obtain soil information for the following key areas: - 20' SPT borings for signal pole locations (4) - 5' hand auger borings spaced evenly along the proposed corridor for roadbed and water table (5) Soil permeability test at pond site (1) 15' auger boring at pond site Lab work for corrosion series Please refer to the attached subconsultant information for further detail TASK 5 — SIGNALIZATION DESIGN: PECS will provide design services for a box span, concrete strain pole mounted signal system in accordance with the requirements of the Florida Department of Transportation. PECS will coordinate the design with Okaloosa County Traffic Engineering to ensure compatibility with the ATMS system in use on SR85. PECS will prepare all required information for a complete signal system at the SR85/Garden St intersection including connections to the Okaloosa County fiber network, signal layouts, and any necessary temporary signalization measures required for replacement of the existing signal system during construction. TASK 6 — SIGNING & PAVEMENT MARKING DESIGN: PECS will prepare a complete signing and marking plan for the Garden St extension in accordance with City, FDOT, and MUTCD requirements. All required regulatory and recommended warning signage will be coordinated with the City and indicated in the construction plans. TASK 7 — STRUCTURAL DESIGN: PECS proposes to subcontract structural design services for the concrete strain poles at the signalized intersection to Ebbstone, Inc. Following pole location approval for the signalized intersection, Ebbstone will provide structural calculations and information required by FDOT for pole design and approval. Please refer to the attached subconsultant information for further detail TASK 8 — PERMITTING: Based on the approved design layouts, PECS will prepare permit applications, exhibits, calculations, and reports necessary for permitting the project through the NWFWMD Environmental Resource Permitting program, US Army Corps of Engineers, and FDOT connection permitting. The permit process will include pre -application meetings with all agencies. Upon receipt of any request for additional information (RAI), PECS will provide responses within ten (10) working days of receipt. Permit fees are not included in the proposal and will be paid separately by the City directly to the permitting agency. TASK 9 — BID SERVICES: Upon acceptance of final design plans, PECS will prepare the required front end contract documents, technical specifications, and other information necessary to bid the project in accordance with the City's procurement manual. During the bid process, PECS will provide written responses to any requests for additional information (RAI's) within one week of receipt. Upon receipt of bids, PECS will provide a review for conformance to contract requirements and make a recommendation of award. III. Deliverables The development of the design construction plans for this project is expected to follow a typical phased approach with reviews by the City and permitting agencies. As there is no existing roadway alignment, the preliminary design process will establish a proposed alignment and pond siting based on LiDAR information for approval by the City before moving forward with detailed survey information and further design. The proposed design submittal milestones are indicated in the schedule section below along with the disciplines anticipated to be included at each phase. All deliverables will be provided in DRAFT form for CITY approval prior to any FINAL version or submission to agencies. All documents will be provided in digital, PDF, format and available as a hard copy upon request. IV. Items to be furnished by City The CITY shall provide, to the extent practical, the following key information: 1. Designate a City representative as the contract manager and point -of -contact. 2. Contact information for meeting attendees and key stakeholders determined by the CITY. 3. Notarized letter of authorization for PECS to act on behalf of the CITY in permitting. 4. Any other information deemed by the CITY to be relevant in addressing project and permitting requirements. 5. Review and comment of documents within two weeks of receipt of DRAFT submittals. V. Schedule Preliminary Design(60%)..................................................60 days from NTP - Roadway Design - Preliminary Drainage Design & Pond Siring Survey..............................................................................120 days from NTP - DTM Route Survey Geotechnical Exploration.................................................120 days from NTP - Report of Soil Testing Permit Design Plans (90%)..............................................150 days from NTP - Roadway Design 90% - Drainage Design 90% - Signalization Design 90% - Structural Design 90% - Signing & Pavement Marking 90% Permit Submittals.............................................................180 days from NTP - NWFWMD ERP Permit - USACE Notice of Intent - FDOT Connection Permit Final Design Plans(100%)............................. 30 days from receipt of permits - Roadway Design 100% - Drainage Design 100% - Signalization Design 100% - Structural Design 100% - Subsurface Utility Exploration 100% - Signing & Pavement Marking 100% - R/W Legal Description Bid Services .................................................. 45 days from receipt of permits - Technical Specifications & Contract Documents - Responses to RAI's received - Review of bids for lowest responsible bidder - Recommendation of award VI. Compensation The services listed above will be provided for a Lump Sum fee billed monthly by percent of completion. The proposed fee is inclusive of reimbursable, non -labor expenses required to produce the deliverables outlined in the scope. Any other deliverables not specifically defined shall be negotiated separately. The following breakdown of the Lump Sum fee is proposed: - TASK 1....................................................................................... $29,500 - TASK 2....................................................................................... $21,000 - TASK 3....................................................................................... $23,610 - TASK 4......................................................................................... $3,800 - TASK 5....................................................................................... $11,500 - TASK 6......................................................................................... $6,000 - TASK 7......................................................................................... $8,750 - TASK 8......................................................................................... $2,500 - TASK 9......................................................................................... $2,000 TOTAL LUMP SUM FEE ..................................................... $108,660 Progress payments shall be made monthly and are due within thirty (30) days of invoice. Any additional services beyond those listed in the scope outlined herein will be negotiated separately and approved by both parties prior to initiating any work. VII. Other Provisions The services described in this scope do not include the following work items which are occasionally included in transportation projects of this type: Lighting Analysis & Design Utility Design Landscaping Analysis & Design - Intelligent Transportation Systems Analysis & Design These work items are not anticipated for this project but may be negotiated under separate authorization. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in duplicate and sealed on the dates noted below. PANHANtERING & CITY OF CRESTVIEW, FLORIDA CONSTR JTim Bolduc .•V�r'co0Pp•.A,Title: P Title: City Manager o • 7 Date: G�� Date: Z 9 ' �,► t Q • s IF :,•�,L. •4e .P� Clerk Approved as to Substance: By: '7 _ --,,-- Wayne Stee e, Project Manager Date: z/ 16 e 2© 2Z, Alday-Howell Civil Engineering CSite and Subdivision Design ting Is, . fislin ENGINEERING, Environmental Use Planning Garden Street Stormwater and Drainage Design Alday-Howell Engineering, Inc. Agreement For Professional Engineering Services 08/25/21 Alday-Howell Engineering, Inc., hereinafter called "AHE", and Panhandle Engineering & Construction Inc. (PECS), hereinafter called "client", agree as follows: I. Project Description The subject project proposes to extend Garden Street across SR 85 and construct approximately 0.58 miles of new Urban Road from SR 85 to Farmer Street. AHE will be responsible for the roadway stormwater and drainage design to provide conveyance, treatment, and attenuation of the runoff from the new roadway. AHE will also be responsible for preparing the stormwater report for client's submittal to Northwest Florida Water Management District (NWFWMD) for review and approval. II. Scope of services and estimated fees. TASK 1 — PRELIMINARY DESIGN: AHE will coordinate with PECS on preparing a preliminary layout of the drainage system and stormwater management system. It will include the location of inlets and manholes for the storm sewer system and a general footprint of the stormwater management facility (or facilities) (SWMF). This work will be based on LiDAR elevation information and is intended to provide a more refined description of land and R/W requirements for coordination with the property owner before proceeding to detailed survey, geotechnical exploration, and permitting design. The following deliverables are anticipated under this task: • Preliminary drainage and stormwater design plans. • Preliminary footprint/location of the SWMF(s). • Preliminary engineer's opinion of probable construction costs for the stormwater and drainage components. Upon approval by the client of the preliminary design and receipt of the survey and geotechnical report, AHE will proceed with the permit design. TASK 2 — PERMIT DESIGN: Based on the approved preliminary design, the detailed survey, and geotechnical exploration report provided, AHE will prepare the stormwater and drainage layout with associated calculations and reports necessary for NWFWMD environmental resource Contact 3017 Hwy. 71 North Information: Marianna, FL 32446 infoaaldavhowell.com Post Office Box 494 Ph. (850) 526-2040 Marianna, FL 32447 Fax. (850) 526-4740 Initials l permitting (ERP) and City of Crestview permitting. The following deliverables are anticipated under this task: • Layout of the stormwater conveyance system and SWMF with locations (vertical and horizontal) of structures, pipe sizes, and dimensions of the facility. • Updated engineer's opinion of probable construction costs for the stormwater and drainage components. • Stormwater design report TASK 3 — FINAL DESIGN: AHE will provide updated designs reflecting comments received from the permit review agencies and agreed upon resolutions. The deliverables listed in Task 2 will be updated as necessary based upon permit review comments. TASK 4 — MEETINGS: AHE anticipates participating in a project kick-off meeting with client and a design meeting with client during Task 2. The listed services provided by AHE will be performed for a total lump sum fee of $21,000. AHE will proceed with the work upon receipt of the fully executed agreement. Services not described above that are to be performed by AHE will be additional and billed at our hourly rates. AHE will not proceed with additional services without prior authorization from the client. Additional services will be based on time spent billed at the following rates: Principal Engineer $200/hr Professional Engineer $135/hr Civil Engineer $85/hr Engineer Technician II $75/hr Engineer Technician $65/hr Clerical $45/hr III. Items not included. A. Items that are not included in the proposal may include, but are not limited to the following: 1. Geotechnical, surveying, landscape architecture, architecture, biological, and archeological services except as specified above. 2. Electrical engineering. 3. Meetings with homeowners associations and adjacent property owners. 4. Request for services by the client that are not specifically described in the above services. 5. Request from governmental agencies which requires services not described in the Scope of Services. 6. Services associated with the permitting, design, and coordination of off -site utility extensions except as specifically described in the above task. 7. Services associated with FEMA Floodplain mapping and permitting. 8. Services during construction. 9. Services required due to changes in codes and regulations that occur after the date of this proposal. 10. Service required for an off -site turn lane design and permitting that may arise as a condition of traffic approval. 11. Services associated with retaining wall design and permitting. Initials Page 2 of 5 12. FDEP and/or COE dredge and fill permitting except as indicated in the Scope of Services. 13. Sewage treatment plants and sewage pumping stations. 14. Consumptive Use/Well permitting with NWFWMD. 15. As -built survey. 16. Permitting fees. (Client will be responsible for paying all permit fees directly to the permit authority at the time of submittal.) IV. Reimbursables. A. Reimbursable cost not included in the lump sum fee or hourly rate may include, but are not limited to the following out-of-pocket expenses which shall be charged at actual cost: 1. Delivery cost. 2. Local travel not to exceed 42 cents per mile. 3. Permit fees. 4. Printing, plotting, and reproduction costs. 5. Material and supplies cost unique to the project. V. Terms and Conditions. A. An invoice will be submitted monthly for work based on percent of tasks complete. Payment shall be received within 15 days of client's receipt of invoice. Payment not received by the due date will accrue interest at a monthly rate of 1.5%. AHE reserves the right to stop work on the project until full payment is made on the outstanding invoices. In the event any portion of an account remains unpaid 90 days after the billing, AHE may institute collection action and Client shall pay all costs of collection, including reasonable attorney's fees. B. The proposed project is contingent upon government approval. AHE cannot guarantee any approvals by the federal, state, or local agencies and is not responsible for their actions or consequences that may arise as a part of the project's review by government agencies. C. Either party may terminate this agreement by providing seven days written notice. The client shall pay AHE for work completed up to the date of termination. If a dispute arises out of or relates to this contract, or the breach thereof, and if said dispute cannot be settled through direct discussion between the parties, then the parties agree to first endeavor to settle the dispute in an amicable manner by mediation before having recourse to arbitration or a judicial forum. D. In recognition of the relative risks and benefits of the Project to both the Client and the Consultant, the risks have been allocated such that the Client agrees, to the fullest extent permitted by law, to limit the liability of the Consultant and Consultant's officers, directors, partners, employees, shareholders, owners and subconsultants for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attorneys' fees and costs and expertwitness fees and costs, so that the total aggregate liability of the Consultant and Consultant's officers, directors, partners, employees, shareholders, owners and subconsultants shall not exceed $ 21,000, or the Consultant's total fee for services rendered on this Project, whichever is greater. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. Initials Page 3 of 5 E. The Client shall, to the fullest extent permitted by law, indemnify and hold harmless AHE, it's officers, directors, employees, agents and subconsultants from and against all damage, liability and cost, including reasonable attorney's fees and defense costs, arising out of or in any way connected with the performance of the services under this agreement, excepting only those damages, liabilities or costs attributed to the sole negligence or willful misconduct of AHE. F. Unless otherwise stated, AHE will have access to the site for activities necessary for the performance of the services. AHE will take reasonable precautions to minimize damage due to these activities, but has not included in the fee the cost of restoration of any resulting damage and will not be responsible for such costs. G. All opinions and conclusions of AHE, whether written or oral, and any plans, specifications or other documents and services provided by AHE are for the sole use and benefit of the client and are not to be provided to any other person or entity without the prior written consent of AHE. Nothing contained in this agreement shall create a contractual relationship with or a cause of action in favor of any third party against either AHE or Client. All documents produced by AHE under this agreement are instruments of AHE's professional service and shall remain the property of AHE and may not be used by the Client for any other purpose without the prior written consent of AHE. H. AHE agrees to attempt to maintain professional liability coverage in the amount of $1,000,000 per claim and $1,000,000 in the annual aggregate for the period of design and construction of the Project and for a period of three years following substantial completion, if such coverage is reasonably available at commercially affordable premiums. For the purposes of this Agreement, reasonably available shall mean that the Consultant can secure at least three premium quotes for comparable coverage by admittedJ 11 A.M. Best Co. f 21 A -rated carriers. Commercially affordable shall mean the rate per $1000 of fees is no more than a multiple of three times the rate being paid for comparable coverage in place when this agreement was executed. I. AHE represents and warrants that it and its agents, staff and consultants employed by it are protected by worker's compensation insurance and that AHE has such coverage under public liability and property damage insurance policies which AHE deems to be adequate and in line with other professional service firms currently practicing under similar conditions. Certificates for such policies of insurance shall be provided to client upon request in writing. Additional insurance, if requested in writing by client prior to commencement of services, will be obtained by AHE, if procurable, and charged to the client. I This proposal shall be considered null and void if not signed by client and received by AHE within 30 days from the date of this letter. We would appreciate the opportunity to provide these professional engineering services and are thankful for the opportunity to submit this proposal. Upon receiving the signed agreement, AHE will proceed with the project as proposed. Initials Page 4 of 5 In witness whereof, this agreement is accepted on the date last written below, subject to the terms and conditions stated and the provisions set forth herein. Bent: For: PECS Address:_ Z41"'yk'T! �.g 3ayff Signed: Typed N; �e t �•�,w. I-f>>� Title: Date: ��Il Consultant: Aldac-Howell En ineerine. lnc. Address: Post Office Box 494 Marianna, FL 32447 Signed: Typ ame: Joseph Alday. PE Title: PrinQc'inal } Date: D " S— t f Initials Page 5 of 5 DRMP, INC 1096 Highway 90, Chipley, Florida 32428 Phone:850.638.1086 Fax:850.638.1060 PRINCIPALS Lawrence L. Smith, Jr. Wayne D. Chalifoux Donaldson K. Barton, Jr. Glenn J. Lusink Jon S. Meadows Mark D. Prochak Mark E. Puckett OFFICES Boca Raton, Florida Cary, North Carolina Charlotte, North Carolina Chipley, Florida Fort Myers, Florida Gainesville, Florida Jacksonville, Florida Lakeland, Florida Melbourne, Florida Mooresville, North Carolina Orlando, Florida Panama City, Florida Pensacola, Florida Stockbridge, Georgia Tallahassee, Florida Tampa, Florida toy ■ 'Ae 1 September 1, 2021 SENT VIA EMAIL: rfieldinafa7pecscormcom John Fielding, PE Panhandle Engineering and Construction, Inc. 4277 Lafayette Street Marianna, FL 32446 DRMP Job #:2C-MKTG.CPY Subject: Survey Services for Garden Street Design, City of Crestview DRMP is submitting the following proposal for Surveying Services on the above subject property. PART I TOPOGRAPHIC SITE SURVEY DRMP will provide a topographic survey for the proposed roadway routes and one pond site, in order to facilitate engineering design. The Site Survey will be prepared in accordance with the State of Florida Standards of Practice, as set forth by the Board of Professional Surveyors and Mappers, Chapter 5J-17, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. Tasks for the topographic survey will include the establishment of no fewer than two site benchmarks. All vertical data (elevations) will be referenced to the North American Vertical Datum of 1988 (NAVD88) relative to surrounding published benchmarks. The survey will include boundary corner ties to delineate limits of construction and/or constrain proposed right-of-way lines and to provide basis for legal descriptions, a digital terrain model, the project limits including tie-in areas to existing roadways. DRMP will provide electronic base files in Civil3d or Microstation and up to three (3) signed and sealed paper copies, if needed. DRMP's Lump Sum Fee: $ 15,000.00 PART II SUE SERVICES DRMP will provide mast arm clearances for four (4) proposed mast arms at the intersection of Garden Street and SR 85. Providing the clearance holes will entail requesting a dig ticket through Sunshine 811, staking the proposed location, and vacuum excavating trenches two feet larger than the proposed mast arm diameter. Any conflicts will result in a call to the FOR for direction to move the original proposed location. Final hole locations will be included upon the topographic survey and a clearance hole report will be submitted for each pole. DRMP's Lump Sum Fee: $ 6,330.00 PART III LEGAL DESCRIPTIONS DRMP will provide legal descriptions for the proposed roadway routes and a pond site. The descriptions will be written to adequately convey the property, based on controlling land corners found during the course of field surveys. The descriptions can be furnished with or without a sketch and in a Word document. DRMP's Lump Sum Fee: $ 2,280.00 If PECS desires to change or expand upon these proposed services, an additional fee shall be negotiated. This renegotiation shall be accomplished prior to commencing the additional work, and may be necessary for any of the following services which are not a part of this contract: 1.833.811.3767 www.DRMP.com Wzxf"140 1r r e Locating and/or flagging Flood Zone Line or Normal High Water Line (NHWL), tidal records, or locating `0' orspecific elevations, Research and ordering additional Maps, Records or Materials necessary for completing these specified tasks; client -imposed requirements not covered herein; Additional Certifications or Affidavits not specified herein; Tree Location; Elevation Certifications; Wetland Delineation or Location; sub -surface Excavation or Underground Utility Location; Extensive Title Review and Plotting of Easements; Offsite Surveys or Sketches; Vertical Topographic information unless outlined in this proposal; Requests by Third Parties (Buyer's Attorney, Seller's Attorney, Lender or Lender's Counsel, Real Estate Agents, Title Company Personnel, etc.) for additions, deletions or revisions to be made to the survey drawings or maps before or after initial submittal to client; Additional Meetings and Errands not covered herein which are necessary to complete these specified tasks; Client -Authorized on -site instruction given to field crew for extra field work not covered herein; Client -approved overtime; Additional ALTA Table A Items. PART IV SCHEDULE DRMP will provide Boundary and Topographic Survey on the subject properties within ten (10) working days after receipt of your executed Notice to Proceed (NTP). This does not apply if extensive title work is involved, extensive certification requirements are needed, or if an ALTA/ACSM Survey is required. PART V COMPENSATION SUMMARY AND TERMS The following summarizes the fees and billing terms as proposed by DRMP for the Scope of Services as presented herein. Part Description Topographic Survey II SUE Services III Legal Descriptions Terms Fee Lump Sum Fee $ 15,000.00 Lump Sum Fee $ 6,330.00 Lump Sum Fee $ 2,280.00 Total $ 23,610.00 We sincerely appreciate this opportunity to provide professional services for this project. Please sign where indicated and return, via email, one (1) copy to our office to constitute our Notice to Proceed. Please complete the last page of the attached Exhibit "B". If you have any questions regarding this proposal, please contact me at ilance(a)drmp.com or by phone. Sincerely, DRMP, Inc. JtJ Gy 1 llwn- 9-1-21 b R.Lance, PSM Date Survey Manager This Scope of Services and Fee Schedule as authorized above is hereby accepted by: PECS i JohnFib g%PE Project Manager Attachment(s): Date Exhibit "B" — Conditions of Agreement O:\Chipley\Proposals\2021\Crestview Garden St\PECS (Garden St Design topo) 9-1-21 jrl.docx CIVIL, STRUCTURAL & WATER RESOURCE ENGINEERING_ August 31, 2021 John C. Fielding, P.E., PTOE Project Manager Panhandle Engineering & Construction, Inc. 4277 Lafayette Street Marianna, FL 32446 Re: SR 85 and Garden Street Intersection Strain Pole Proposal Dear Mr. Fielding, Ebbstone, Inc. is pleased to provide Panhandle Engineering & Construction, Inc. (PECS) with this proposal for engineering services on the above referenced project. Ebbstone offers the following scope of services: SCOPE OF SERVICES TASK 1 — Strain Pole Structural Design and Plans Ebbstone will provide a Concrete Strain Pole Data Sheet with Concrete Strain Pole Schedule for four strain poles in a box span configuration. The structural design and data table will be in accordance with the Florida Department of Transportation's (FDOT) Standard Plans Index 641- 010 Concrete Poles, and Instructions for Design Standards, current version. Ebbstone will have one Engineer conduct a site visit at the proposed pole locations. Task 1 Deliverable: The deliverable will be 11" x 17" plan sheets and Structural Calculations, in pdf format. A 90% pdf copy of the Concrete Strain Pole Data Sheet and Structural Calculations will be sent to PECS for review. A 100% pdf copy of the Concrete Strain Pole Data Sheet and Structural Calculations will be sent to PECS after incorporating 90% comments. After any 100% comments have been resolved, the final submittal will include the digitally signed and sealed Concrete Strain Pole Data Sheet in 11" x 17" pdf format and Structural Calculations in pdf format. EXCLUSIONS The professional services that Ebbstone will provide are limited to those described above in the Scope of Services. All other services are specifically excluded, and may include, but are not limited to, the following: • Signal Design • Roadway Design • Utility Coordination • Coordination and/or permitting with FDOT for strain poles • Pay item list • Contractor Request for Additional information • Site Engineering • Permit fees • Site visits 0 Inspections SR 85 and Garden Street Intersection Proposal August 31, 2021 Page 12 • Survey • Hard Copy of Plans • Cost Comparisons, Cost Estimates • Calculations Submittals • Meetings • Structural Engineering unless otherwise stated in this proposal TO BE PROVIDED BY THE CLIENT Signal Plans in FDOT Format • Proposed signal locations • Existing and proposed ground elevations at the roads and strain pole location • Roadway Plans • Geotechnical Report with recommendations for the strain pole design METHOD OF COMPENSATION Payment for the work accomplished shall be billed monthly upon the percentage completed of each task according to the following: TASK 1 — Strain Pole Structural Desian and Plans SUBTOTAL $8,750.00 $8,750.00 Fees for the performance of the tasks as outlined above shall be in the total lump sum amount of $8,750.00. Fees include all labor and out-of-pocket expenses for the engineering services described above. Fees shall be invoiced monthly based on services performed. This proposal is valid until September 31, 2020, at which time it may be subject to negotiation. If you have any questions or need additional information, please give me a call. We appreciate your consideration of Ebbstone for this project and we look forward to working with you on this and future projects. Sincerely, Ebbstone, Inc. John F. Sliger, II, P.E. President Accepted By: Panhandle Engineering & Construction, Inc. John C. Fielding, P.E., PTOE Project Manager