HomeMy WebLinkAboutItem 14 Award of Contract for Engineering Surveying and Photogrammetry for Gateway/Beltline Intersection Project - P20474
Meeting Date:
Meeting Type:
Department:
Staff Contact:
Staff Phone No:
Estimated Time:
June 18, 2007
Regular Meeting
Public WorksQ/tA
Tom Boyatt 'W '
747-1354
Consent Calendar
AGENDA ITEM SUMMARY
SPRINGFIELD
CITY COUNCIL
ITEM TITLE:
AWARD OF CONTRACT FOR ENGINEERING SURVEYlNG AND
PHOTOGRAMMETRY FOR GA TEW A Y IBEL TUNE INTERSECTION
PROJECT - P204 7 4
ACTION
REQUESTED:
ISSUE
STATEMENT:
ATTACHMENTS:
AUTHORIZE I NOT AUTHORIZE the City Manager to execute a contract in the
amount not to exceed $92,621 with CH2M HILL, Inc" for engineering survey and
photogrammetry work for the Gateway/Beltline Intersection project.
Additional aerial photography, photogrammetry and engineering survey work is
needed to establish an accurate base map to complete 30% design of proposed
improvements at the intersection, Additional traffic modeling, alternative analysis
and design work are being conducted under a separate contract.
Attachment A: Independent Contractor agreement with CH2M HILL, Inc.
DISCUSSIONI
FINANCIAL
IMPACT:
The City currently has a Professional. Services Contract with CH2MHill in the
amount of $566,000 to:
L Refine the Gateway/Beltline project to a point where it can move forward for construction ($275,890),
and
2, Complete a Facility Plan for the Franklin Boulevard Corridor in Glenwood, including concept
consideration for the FranklinlMc Vay intersection ($290,110).
At the June 4th Work Session, staff discussed with Council proposed changes to the current contract and
explained the need to enter into this second contract for work necessary to refme Gateway/Beltline
roadway design, The current GatewaylBeltline project involves refining the 2002 Environmental
Assessment design alternative for GatewaylBeltline and nearby roadways and intersections, in preparation
for construction, Current contracted amount with CH2MHill for this work is $275,890. This amount is
intended to pay for stakeholder and public involvement, design refmement, traffic analysis, agency
meetings and briefings, and project management activity.
This new contract with CH2MHill, selected under the Architectural and Engineering Related Services
exemption, for $92,621 will provide aerial photogrammetry, right-of-way retracement and control surveys
in the project area. This work will provide an accurate, detailed base map to serve the project design,
Information currently available from other agencies and published surveys covers much ofthe project area,
but is not adequate for the east and north portions of the project.
The detailed project design base model is needed in order to design improvements for the GatewaylBeltline
project. In the interests of project scheduling it is recommended to pursue the design model at this time,
The increased cost can be covered by capital funds that will be available to the project in federal fiscal year
2008. Project funds are currently budgeted from annexation agreement sources.
At the June 4th Work Session Council directed staff to proceed with this strategy and present the contract
attached for Council approval.
CITY OF SPRINGFIELD
INDEPENDENT CONTRACTOR AGREEMENT
(Type 3: For Personal Services Contracts Requiring Professional Liability Insurance)
Dated:
May 18, 2007
Parties:
City of Springfield
225 Fifth Street
Springfield, Oregon 97477
("CITY")
and
CH2M HILL
("Independent Contractor")
Additional Independent Contractor Information:
A. Type of Entity:
B. Address:
C. Telephone:
D. Fax No:
E. SSN or Fed. 1.0. No:
F. Professional License(s) No:
G. Oregon Agency Issuing License:
H. Foreign Contractor DYes ~ No
(Foreign means not domiciled in or registered to do business in Oregon) See Exhibit B(11).
o Sole Proprietorship
o Partners 0 Limited Liability Company [gI Corporation
200 Hawthorne Avenue, SE, Salem, OR 97301
(503) 378-0661
(503) 378-0665
CITY Account Number(s) To Be Charged (Include Percentages):
Percentage
i 100%
I Account Number
1420-62261-850151
j
In consideration of the mutual covenants contained herein, the parties agree to the following terms,
provisions and conditions:
1. Payment by CITY. CITY shall pay Independent Contractor according to the sum and schedule
described on Attachment "1" attached hereto and incorporated herein by this reference. Hourly billing .
rates may be increased annually on January 1st, based on Contractor's standards adopted rates. If
City does not agree to adopted rate increases, rate increases may be negotiated based on the most.
recent twelve month average of either the national Consumer Price Index (CPI) or the Engineering
News Record Construction Cost Index for the Northwest Region, upon agreement by both parties.
2. Services to be Performed by Independent Contractor. Independent Contractor shall perform the
services described on Attachment 1.
3. Term. This Agreement is effective as of the date first set forth above and shall continue until
Julv 1. 2009 , unless earlier terminated in accordance with the provisions of this
Agreement or by mutual consent of the parties.
Independent Contractor Agreement for Personal Services Type 3
ATTACHMENT A
Page 1 OF 21
4. Independent Contractor Status. By its execution of this Agreement, Independent Contractor
certifies its status as an "Independent Contractor" as that term is used under the laws of the State of
Oregon, and that all performance of any labor or services required to be performed by Independent
Contractor under the terms of this Agreement shall be performed in accordance with the standards set
forth in ORS 670.600, and as more specifically set forth on Exhibit" A" attached hereto and
incorporated herein by this reference.
5. Conformance with Oregon Public Contracts Law (ORS Chapter 279). Independent Contractor
shall comply with all applicable provisions of Oregon law for public contracts, inCluding, but not limited
to ORS 279B.220, ORS 279B.225, ORS 279B.230, and ORS 279B.235, and as more fully set forth on
Exhibits "A" and "B" attached hereto and incorporated herein by this reference.
6. Work Performed. The work to be performed by Independent Contractor includes services generally
performed by Independent Contractor in his!herlits usual line of business.
7. Tax duties and Liabilities. Independent Contractor shall be responsible for all federal, state and
local taxes, if any, applicable to any payments received pursuant to this Agreement, including but not
limited to income tax, payroll tax, social security and self':'employment tax. CITY shall not withhold,
pay, or in any other manner be responsible for payment of any taxes on behalf of Independent
Contractor.
8. Reimbursement Of Expenses. Independent Contrc;lctor shall not be entitled to reimbursement by
CITY for any expenses incurred by Independent Contractor unless otherwise agreed in writing.
9. Materials and Supplies. Independent Contractor shall supply all materials and supplies needed to
perform the services required unless otherwise agreed in writing.
10. No Authority To Bind CITY. Independent Contractor shall have no authority to enter into contracts
on behalf of CITY, it's officers, agents and employees. This Agreement shall not create a partnership
or joint venture of any sort between the parties.
11. Federal Employment Status. In the event payment made pursuant to this Agreement is to be
charged against federal funds, Independent Contractor hereby certifies that it is not currently
employed by the Federal Government and the amount charged does not exceed Independent
Contractor's normal charge for the type of services provided.
12. Indemnification and Hold Harmless. The Contractor shall assume all responsibilities for the work, and
bear all losses and damages directly or indirectly resulting to the Contractor, the City, or to others on account of
the character or performance of the work, unforeseen difficulties, accidents, or any other cause whatsoever. The
Contractor shall assume defense of, indemnify and save harmless the City, its officials, agents, and employees
from all claims, liability, loss, damage and injury of every kind, nature aild description, directly or indirectly
resulting from activities in the performance of the Contract, the ownership, maintenance or use of motor vehicles
in connection therewith, or the acts, omissions, operations, or conduct of the Contractor or any Subcontractor
under the Contract or any way arising out of the Contract, irrespective of wheher any act, omission or conduct
of the City connected with the Contract is a condition or contributory cause of the claim, liability loss, d~age
or injury and irrespective or whether act, omission, or conduct of the Contractor or Subcontractor is merelya
condition rather than a cause of a claim, liability, loss damage or injury. The Contractor shall not be liable for
nor be required to defend or indemnify, the City relative to claims for damage or damages resulting solely from
acts or omissions of the City, its officials, agents or employees.
13.1nsurance.
13.1 General Insurance. The Contractor shall maintain in force for the duration of this agreement a
Commercial General Liability insurance policy written on an occurrence basis withlimits not less than
$1,000,000 per occurrence and $2,000,000 in the aggregate. Automobile Liability (owned, norrowned and
Independent Contractor Agreement for Personal Services Type 3
ATTACHMENT A
Page 2 OF 21
hired) insurance with limits not less than $1,000,000 per occurrence shall be maintained. The City, its
employees, officials and agents will be named as an Additional Insureds where operations are being
conducted related to this contract, on the General Liability policy as respects to work or services
perfo~ed under this agreement to the extent that the death or bodily injury to persons or damage to
property arises out of the fault of the Contractor or the fault of the Contractor's agents, representatives or
subcontractors. The City's Additional Insured status shall apply to the premises, products and completed
operations hazards as defined by the Insurance Service Office (ISO). This insurance will be primary over
any insurance the City may carry on its own. If the City requires Professional Liability coverage, the City's
Risk Manager must approve the terms, conditions and limits,
13.2 Professional Liability. Independent Contractor shall maintain in force during the duration of this
Agreement (and, if it is a claims made policy, for a year following completion of the project) a
professional liability policy with limits and insurance company to be approved by the City Risk
Manager.
13.3 Workers' Compensation. Independent Contractor shall provide and maintain workers'
compensation coverage for its employees, officers, agents, or partners, as required by applicable
workers' compensation laws.
13.4 Evidence of Coverage. Evidence of the required coverages issued by a company satisfactory to the
City shall be provided to the City by way of a certificate of insurance before any work or services
commence. A 30-day notice of cancellation or material change in coverage clause shall be included, It is
the Contractor's obligation to provide the 30 days notice ifnot done so by the Contractor's insurance
company(s). Failure to maintain the proper insurance shall be grounds for immediate termination of this
contract.
13.5 Equipment and Material Independent Contractor shall be responsible for any loss, damage, or
destruction of its own property, equipment, and materials used in conjunction with the work.
13.6 Exception or Waivers. Any exception or waiver of these requirements shall be subject to review
and approval from the CITY's Risk Manager.
14. Termination. The performance of work under this Agreement may be terminated by CITY, in whole or
in part, whenever for any reason CITY shall determine that such termination is in the best interest of CITY.
Any such termination shall be effected by delivery to the Independent Contractor of a Notice of
Termination specifying the extent to which performance of the work under the Agreement is terminated
and the date on which such termination is effective. Upon delivery to the Independent Contractor of a
Notice of Termination under this paragraph, the Independent Contractor and CITY shall, by agreement,
make an appropriate written modification to this Agreement governing completion of portions of the
independent Contractor's work and payment therefore by CITY.
15.Rights In Data. All original written material, including programs, card decks, tapes, listings, and other
documentation originated and prepared for CITY pursuant to this Agreement, shall become exclusively the
property of CITY. The ideas, concepts, know-how, or techniques developed during the course of this
Agreement by Independent Contractor personnel can by used by either party in any way it may deem
appropriate. Material already in Independent Contractor's possession, independently developed by
Independent Contractor outside the scope of this Agreement, or rightfully obtained by Independent
Contractor from third parties, shall belong Independent Contractor. This agreement shall not preclude
Independent Contractor from developing materials which are competitive, irrespective of their similarity to
materials which might be delivered to CITY pursuant to this Agreement. Independent Contractor shall not,
however, use any written materials developed under this Agreement in developing materials for others,
except as provided in this section.
16.Confidentiality. ~uring the course of performance hereunder, Independent Contractor or its agent,
employees, or contractors, may receive confidential information. Independent Contractor agrees to use its
best efforts to maintain the confidentiality of such information and to inform each agent and employee
performing services of the confidentiality obligation that pertains to such information.
Independent Contractor Agreement for Personal Services Type 3
ATTACHMENT A
PAGE 3 OF 21
Agreement, and any transferee or subcontractor shall be considered the agent of Independent Contractor.
Independent Contractor shall remain liable as between the original parties to this Agreement as if no such
assignment had occurred.
18.Successors In Interest. The provisions of this Agreement shall be binding upon and shall inure to the
benefit of the parties to this Agreement and their respective successors and assigns.
19.Compliance With All Government Regulations. Independent Contractor shall comply with all
Federal, State and local laws, codes, regulations and ordinances applicable to the work performed under
this Agreement. Failure to comply with such requirements shall constitute a breach of contract and shall
be grounds for termination of this Agreement. Damages or costs resulting from noncompliance shall be
the sole responsibility of Independent Contractor.
20.Attorney Fees. In the event a lawsuit of any kind is instituted on behalf of CITY to enforce any
provision of this Agreement, Independent Contractor shall pay such additional sums as the Court may
adjudge reasonable for attorney fees plus all costs and disbursements at trial and on any appeal.
. 21.Force Majeure. Neither party to this Agreement shall be held responsible for delay or default caused
by fire, riot, acts of God and/or war which is beyond that party's reasonable control. CITY may terminate
this Agreement upon written notice after determining such delay or default will unreasonably prevent
successful performance of the Agreement.
22.Assistance Regarding Patent And Copyright Infringement. In the event of any claim or suit against
CITY on account of any alleged patent or copyright infringement arising out of the performance of this
Agreement or out of the use of any material furnished or work or services performed hereunder,
Independent Contractor shall defend CITY against any such suit or claim and hold CITY harmless from
any and all expenses, court costs, and attorney's fees in connection with such claim or suit.
23.Severability. If any provision of this Agreement is declared by a court to be illegal or in conflict with
any law, the validity of the remaining terms and provisions shall not be affected; and the rights and
obligations of the parties shall be construed and enforced as if the Agreement did not contain the
particular provision held to be invalid.'
24.Access To Records. CITY and its duly authorized representatives shall have access to books,
documents, papers and records of Independent Contractor which are directly pertinent to this Agreement
for the purpose of making audit, examination, excerpts and transcripts.
25.Waiver. Failure of CITY to enforce any provision of this Agreement shall not constitute a waiver or
relinquishment by CITY of the right to such performance in the future nor of the right to enforce any other
provision of this Agreement.
26.Amendments. The terms of this Agreement shall not be waived, altered, modified, supplemented or
amended in any manner whatsoever, without prior written approval of CITY, No modification of this
Agreement shall bind either party unless reduced to writing and subscribed by both parties, or ordered by
a Court.
27.Nondiscrimination. Independent Contractor shall comply with all applicable requirements of Federal
and State civil rights and rehabilitation statutes, rules and regulations.
28.Dual Payment. Independent Contractor shall not be compensated for work performed under this
contract from any CITY agency other than the agency which is a party to this contract.
29.Remedies. This Agreement shall be governed by and construed in accordance with the laws of the
State of Oregon, and any litigation arising out of this Agreement shall be conducted in the courts of the
State of Oregon, County of Lane.
Independent Contractor Agreement for Personal Services Type 3
ATTACHMENT A
PAGE 4 OF 21
3D.Entire Agreement. This Agreement signed by both parties is the parties' final and entire Agreement
and supersedes all prior and contemporaneous oral or written communications between the parties, their
agents and representatives. There are no representations, promises, terms, conditions or obligations
other than those contained herein.
31. Waiver of Consequential Damanges. In no way shall Contractor, its affiliated corporations, officers,
employees, or any of its subcontrators be liable for any incidental, indirect, special, punitive, economic or
consequential damanges, including but not limited to loss of revenue or profits, suffered or incurred by the
City, or any of its agents, including other contractors engaged at the project site, as a result of this
Agreement or Contractor's performance or non-performance of services pursuant to this Agreement,
Limitations of liability apply whether the liability is claimed to arise in contract, tort (including negligence),
strict liability or otherwise.
IN WITNESS WHEREOF the parties have executed this Agreement to be effective the date first
set forth above.
CITY OF SPRINGFIELD:
CH2M HILL, Inc.
By:
Name:
By:
Name:
Title:
Title:
Date:
Date:
r;\i:'. Hf.\:il,(f::ll"l il. r:p~;'R'f!\iF[;
l!lbl;tr...r,..\..I <;;0.11. , ..""" -
A~~~V1~ l~,~
DATE: J,p---=Jl=--O 1 _
OFFICE OF CITY r\TTORNtY
Reviewed by City Contract Officer
~h.w~c- bl'VO?
Independent Contractor Agreement for Personal Services Type 3
ATTACHMENT A
PAGE 5 OF 21
Attachment 1
City of Springfield Gateway/Beltline Intersection Project
Task 1.0 Surveying & Mapping
Contrac~or shall provide labor, equipment and materials to produce new
orthophotographs for the Project Vicinity and a digital terrain model (DTM) and base
map for the Project Area to be used for [mal design and contract plan preparation.
Project Vicinity is shown in Exhibit A-I, Project Area is shown in Exhibit A-2.
Contractor is in possession of a DrM and base map produced for a portion of the Project
Area by the Oregon Department of Transportation; Geometronics Unit titled "1-5 at
Beltline (Eugene), Aerial Photo Symbol 01-003" (ODOT Model), A copy of the title
block is shown in Exhibit A-3, The ODOr Model shall be the basis for the DTM and
base map for the Project Area that Contractor develops under this scope of work.
Contractor shall control, infill and update the ODOr model and map by executing the
following tasks: Survey Control and Confidence Points, Photogrammetry, Project Area
Digital Terrain Model and,Base Map, Utility Mapping, and Right of Way Review and
Update.
Upon separate Notice to Proceed, Contractor shall execute the Contingency rasks of
mapping at locations of up to two new roadway alignments. This would include photo
mapping, confidence points, supplemental ground surveying, utility mapping, ROW
resolution, and Monument Recovery and Retracement Survey. All work performed for
the Contingency Task will use the same approaches described in Task 1.3 for DTM and
base map.
Task 1.1 Survey Control & Confidence Points
ODOr developed the existing ODOT Model in preparation for improvements to the
Interstate-5 / Beltline Road interchange. The ODOT Model was developed by using
aerial photographs collected by helicopter flight methods which yield accuracy that meets
ODOT digital terrain model and base map standards for use in fmal design and contract
plan preparation. ODOT did not complete any other ground surveying to supplement the
mapping in the Gateway/Beltline Intersection project area,
Contractor shall complete confidence point checks on the ODOT Model. Confidence
points will be collected and reviewed per ODOT Confidence Point standards, Survey
control and coordinate system will be based on this existing ODOr mapping control
which has been provide to Contractor by ODOr, Survey control shall be checked and
established using a combination ofGPS (Static and RTK), Total Station traversing, and
Digital levels. All control work shall be adjusted and reviewed to meet ODOT quality
standards for DrM and Base Maps used in [mal design and contract plan preparation.
Contractor shall prepare a brief technical memorandum describing the status of the
existing ODor Survey Control and to what degree it can be utilized for this work. The
ATTACHMENT A
PAGE 6 OF 21
memorandum must also include a review of confidence points and a summary of
mapping accuracies that will be used for project design, as well as a discussion of
difference between ODOT survey datum and Springfield datum in the project area, and
any adjustment that must be made to reconcile them.
Assumptions
. Field markers for the ODOT survey control network can be located and the control
network remains intact.
. Contractor shall set no ROW monuments or property comers.
Oeliverables:
. Technical memorandum describing
. Status of the existing ODOT Survey Control
. Review of confidence points and summary of mapping accUracies for design use.
Task 1.2
Photogrammetry and Photomapping
Contractor shall obtain new color aerial photographs with a calibrated aerial film camera,
Aerial photographs in the Project Vicinity will be at 1" = 850' for use in upgrading City
of Springfield GIS mapping. Aerial photographs in the area shown in Exhibit A-4 along
Beltline Road and Game Farm Road East will be at a scale of 1 "=170' to support design
level mapping.
The contractor will set photo reference targets and survey their locations in datum used
by City of Springfield,
Contractor shall adjust aerial photographs for topographic relief, lens distortion and
camera tilt to create orthophotgraphs for GIS and project mapping,
Contractor shall produce two independent and unrelated products under this task:
· New orthorphotos to update City's ortho imagery tiling grid,
. New orthophotos of the area shown in Exhibit A-4 adequate to develop the mapping
described in Task 1.3,
Assumptions
. Agency will provide existing DTM used for their orthophoto tiling grid shown in
Exhibit C to help insure that new imagery matches existing.
· The orthophotos for the area shown in Exhibit A -4 are interim products and need not
be delivered to City,
ATTACHMENT A
PAGE 7 OF 21
Deliverables
. One electronic set of orthphotographs for City's orthoimagery tiling grid numbers
C02, C03, C04, D02, D03, and D04 at 0.5' pixel. City's Ortho Imagery Tiling Grid is
shown in Exhibit C,
Task 1.3
Digital Terrain Model and Base Map
Contractor shall create a digital terrain model and base map for the Project Area shown in
Exhibit A-2 by updating the ODOT Model. Areas requiring updating include locations
where development has occurred since 2002 and Beltline Road between Hutton Way and
Game Farm Road, Contractor shall use DTM created in Task 1.2 for.the area shown in
Exhibit A-4,
Contractor shall obtain supplemental ground topographic survey in obscured photo
mapping areas, areas that need more details and design hard surface match areas. This
data must be incorporated along with aerial photo mapping to create the updated DTM
and base map, Contractor shall collect confidence points, as required by ODOT "Route
Surveying Procedures Manual" during the field surveying,
Contractor shall obtain locations for utilities that may be impacted by construction of this
project within the Project Area defined in Exhibit A-2 on Beltline Road, Gateway Street,
Kruse Street, and Hutton Way and areas outside of these streets where construction is
anticipated,
Contractor shall gather the field data necessary to show utility locations in the base
mapping within public ROW or construction areas for the roadway design. Contractor
shall request underground utilities to be marked in the field (known as "field locates")
within the immediate project area, as identified above. Contractor shall use the statewide
"One-call" utility notification system and submit a "pre-survey" locate request. All
utility operators with buried facilities subscribe to the One-call system (OUNC-Oregon
Utility Notification Center). When surveying marked lines and describing the line data
points, Contractor shall record in the field notes the utility ownership, All non-tangent
markings shall be tied, i,e. survey shots must be of sufficient frequency to accurately
record each facility's alignment and deviation, It is assumed that no potholing of
underground utilities will be performed.
Contractor shall measure and record invert elevations of sanitary and storm sewer
manholes, and inlets (or catch basins) within public ROW. Contractor shall take
elevations on rims of manholes and inlets as well as the top of all exposed pipes,
Contractor shall obtain invert elevations of culverts and document these in the field notes
along with a sketch, description (type, size, and condition), and location of all pipes.
Contractor is not expected to clean out any debris from the inlets, manholes and culverts.
Contractor shall make field sketches of manhole/inlet showing connecting pipe
configurations. Contractor shall note the pipe size on the Base Map. Contractor shall
ATTACHMENT A
PAGE 8 OF 21
measure and record utility facility structures (e, g, concrete pads, top slab of vaults, pump
station housing, barrier screens or fenced enclosures).
Utility ties must not be used as part of the DTM modeling unless depicting actual ground
elevation,
Contractor shall gather topographic data for this project by techniques consistent with
preparing a DTM and National Mapping Standards Accuracies, A combination of survey
data at break lines, features, and spot locations must be used to develop the DIM model.
The topographic survey is made to establish the configuration of the ground and the
location of natural and man made objects.
Contractor shall create a DIM within an InRoads file, The updated DTM shall depict the
actual surface shape.
Once the new DTM and base maps have been compiled, Contractor shall produce
electronic orthoimagery and certain electronic base map products to the standards
established by City of Springfield Public Works Department according to the Exhibit B
"City's Layering Conventions," Exhibit C "City's Ortho Imagery Tiling Grid" and
Exhibit D "City's Horizontal.and Vertical Datum." Exhibits B, C and D herein referred
to as City Standards,
Assumptions
. The ODOT Model is complete, accurate and only requires updating where
development has occurred since 2002 and Beltline Road between Hutton Way and
Game Farm Road.
. The ODOT Model does not include utility drainage feature information.
Oeliverables
. Combined Microstation (,dgn) design file and InRoads DTM file for the Planimetrics
and Surface at a scale of l" = 20' with 1 foot contours for the Project Area defmed in
Exhibit A-2 that meets ODOT standards for use in fmal design and contract plan
preparation,
. Combined AutoDesk (,dwg) drawing file and LandXML DTM file for the
Planimetrics, survey work and Surface at a scale of 1" = 20' with 1 foot contours for
the Project Area defined in Exhibit A-2 that meets City Standards for use by
engineers at the City of Springfield, Specific deliverables include:
. Drawing file of combined base map of full topography including 1- foot
contours and spot elevations expressed on the City's vertical datum, see
Exhibit B and Exhibit D,
. Drawing file of combined DTM data including mass points and categorized
3D breaklines, see Exhibit B and Exhibit D.
. LandXML export file of combined DTM including surfaces (TIN), point
groups, break lines and project boundary(s),
· High resolution orthoimagery of the project areas shown in Exhibit A-4
. Confidence Report and ASCn file of confidence points,
ATTACHMENT A
PAGE 9 OF 21
Task 1.4
Right-of-Way Review and Update
ROW in the Project Area has been defmed in a series of maps submitted to the Lane
County Surveyors Office and recorded as CS File No. 37684. The cover page of this
document is shown in Exhibit A-5, titled "Centerline Resolution, Monument Recovery
and Control Survey, Interstate 5 at Beltline Interchange, Study and Design," and dated
August 20, 2002 (OBEC Survey), Contractor shall review this survey and perform work
necessary to update it for changes since it was submitted. Some new monuments are
anticipated, Contractor shall complete fieldwork for new monuments and file a
Monument Recovery and Retracement Survey with Lane County Surveyor.
Contractor shall provide all labor, equipment, and materials to perform a Monument
Recovery and Retracement Survey to be filed with Lane County Surveyor office.
Contractor shall document in this survey the monuments located in field and the
resolution of roads per found monuments. Contractor shall also document the
establishment and setting of survey control for this project in the survey, This survey
must meet the requirements of ORS 209,150 for documentation of existing monuments
before development.
Contractor shall provide a resolution of property lines and ROW (Right -of- W ay) lines
within the project area. Contractor shall complete this task by reviewing the OBEC filed
survey and locating other existing surveys filed with Lane County Surveyor office,
Contractor shall review found records and identify monuments, Contractor shall search
for noted monuments and tie (locate) the ones found. The found monuments must be
used for resolution of property lines and ROW lines, Surveys and deeds must be used to
check and calculate lines, The preliminary property lines and ROW lines must be
referenced to the basemap drawing.
Assumptions
. Contractor will.not resolve boundary issues or set_ any boundary or ROW monuments,
. The OBEC Monument and Recovery Survey is complete and accurate and will not
require revision except for changes where new construction has occurred,
. Fewer than 6 new monuments will be needed in order to complete and file a
Monument Recovery Survey with Lane County Surveyor.
Oeliverables
. Electronic Microstation CADD Files (* ,dgn) for the Property Lines and ROW lines at
a scale of 1" = 20' . .
. Filed Monument Recovery Survey with Lane County Surveyor office.
ATTACHMENT A
PAGE 10 OF 21
Contingency Task
Task 1.5 Mapping New Roadway Alignments
J
Upon separate written Notice to Proceed, Contractor shall provide DTM and base
mapping for up to two proposed new roadway alignments. Currently, the potential new
alignments being considered are: 1) extension of Maple Island Road between Beltline
Road and Game Farm Road East and 2) the extension of Intemational Way to St Joseph
Place, However, actual new alignments to be developed (if any) will be identified during
project development (under a separate contract). The extent of new mapping under this
task will be up to 2500 feet long and 200 feet wide,
Contractor shall use the aerial photographs obtained in Task 1.2 supplemented with
mapping, utilities, and confidence point checks defmed in Task 1.1, Task 1.3 and Task
1.4 to develop the DTM and base maps for the new roadway alignments to the standard
described in Task 1.3. If this Contingency Task is authorized, Contractor shall extend
ODOT's existing survey control up to 1 mile to include the new alignment areas. If this
~ontingency Task is authorized, Contractor shall defme additional ROWand file a
Monument Recovery and Retracement Survey,
Assumptions
. The OBEC Monument and Recovery Survey is complete and accurate and will not
require revision except for changes where new construction has occurred.
. Fewer than 6 new monuments will be needed in order to complete and file a
Monument Recovery Survey with Lane County Surveyor.
Oeliverables
For the new alignment areas:
. Combined Electronic Microstation CADD Files (* ,dgn) for the Planimetrics and
Surface at a scale of 1" = 20' with 1 foot contours,
. Combined DTM in Bentley InRoads.
. Confidence Report and ASCII file of confidence points
. Electronic Microstation CADD Files (* .dgn) for the Monument Recovery and
Retracement Survey,
. Filed Survey with Lane County Surveyor office,
ATTACHMENT A
PAGE 11 OF 21
Exhibit A-1 Project Vicinity
ATTACHMENT A
PAGE 12 OF 21
ATTACHMENT A
PAGE 13 OF 21
ca
Q)
'-
<(
.....
u
Q)
.~
o
'-
c..
N
I
<(
.....
.-
.c
.-
J:
><
W
ttJ ~
~ 1-3
G1 1-3
trl ~
f--I ()
,j:>. ;:r:
8::
o trl
hJ Z
1-3
~ ~
GEOMETRONICS
tel: (503)986-3103
fax: (503}986-3548
1- 5 at Be/t/lne (Eugene)
LANE COUNTY
AERIAL PHOTO SYMBOL: 01-003
1:600 PHOTOS FLOWN: AUGUST 11,2001
1:2500 and 1:8000 PHOTOS FLOWN:
AUGUST 6~2001 and JULY 25,1999
Compiled from aerial photography on the BC- 3 Stereoplotters
by Kerry Williams, Zdenek Vymazaf. Wade Ansell~ and David King
w/th data from Region 2 survey crew from Fe6ruary, 2003.
NAD-83(91) COORDINATES
NATIONAL GEODETIC VERTICAL DATUM OF 1929
Note: Coordtnates used on this mGp Gre on a Local Datum Plane which
represents true ground distances. Bearings are Oregon State Grid South
Zone. To convert LDP coordinates to Oregon State Grid South Zone
multiply LDP coordinates by 1.0000012.2 .
Exhibit A-3
OOOT Model
ro >'
>' 1-3
GJ 1-3
M >'
f-' ()
U1 ::r::
3:
o M
M:j ~
N >'
f-'
E.xhibit A-4 Beltline Segment
N
l
\
\
'.,118-
, ~ I
:: I
.. I
'..2'~ ~t"',
~
17
I;; f
t~
! ~
l
I
I
....QL:..
i:'B
Exhibit A-5
"~COP;D OF SUR'o'ty
Si:C. 15, TJ13., R 3',\'., W.t.I.
!lEC. ie. T.l75., FI 3W, W,M.
SEC. ~t, f,173., R ,,1/" W.M.
SEC. 22, T~17S., R 3"."~1 'lI'i.'.~.'.
SEC. ~;. T 175.. R ;f.hL VJ.M,
SEC. 28, TVB., R 2.1\'" ......M,
LANE COW.'n', OREGON
~
~
fi
;;
I
!
!
!lL-
,
i ~1;~~1,?'ki~;:F;'~~~;; I
1"Ol/,:'!:U:"."....;I.
. ,
..~~:;;~~~\_:~~J)..--= :.~t:!~'"r '\-
,. - "';r.;::;--.,
J!'..:n::.m:..l 1
~j:~,~
! _,",.-l i
. )...cI.~~!: f
"" .
t:~...~ )J.;;'.tAl. :>>.zrcw,:
~1"h,:~Z:~t. .
'1!:..~ .~'9Al -.;,:'~
.l"t~II"'U "". -!-.-
. ",[ <<"~f'Y .Ir<o'.i'l~ 'JI'I'U
"'~lf,.}~J~'.1.
."IIII"'J..,..6' <. W
~HF H 11100
~-~ r.r:i>.1p.nl N:.llft'O;" (j~".(-:;''''~A
w-~. J.i4H~I.! I ~',:,
fo'!-~F.P.ltC;:~
':'-..", ~fr"E.'r
NErFoe
r
';t;w:! 'I-me.,
--...-
~,' W \,
$:I~ "'"
!Yf'lUtO
t;~ };~
6: ~:.;.~ ~~.;;t":!;.z.-r Jd
~ "~,,&ot"'; ""'".....-.......
:nu::r. lht I:'S!~lm::tl
iNfE;Sl'm1 ~"~TerTILi~Eit~'T;~H(;f
Slwr atln r5!C~
".r..;-!"~.' lI\'i!<<=.T .I~!:r.:',l'~ ~
.'tlK ..~r:f4 1,;"~lfhtHi ~ ""'~"'1.1I~
~~~~If~i .:;;;:.. ~~~-~. ~~:~l::~.] ;:;~~ "~~~
tiKh.. ~. ".-..,.j0l1 ~"'"u,... ..bo.1-.w..', t,~ ~~
Resolution I Monument Survey
ATTACHMENT A
PAGE 16 OF 21
EXHIBIT B
CITY'S LA YEIuNG CONVENTIONS
B.l.a City of Springfield Planimetric Layering Convention:
OSYM MISC LN 0.000 Continuous TITLEBLOCK LAYERS
OSYM MISC TXT 0.000 Continuous TITLEBLOCK LAYERS
OSYM VIC.MAP~2DOo-PROJooEXT LN Continuous TJTLEBLOCK LAYERS
OSYM VIC-MAP-CURREN; -SHEET LN red) Continuous TITLEBLOCK LAYERS
OSYM VIC-MAP-MAPSHEET -GRIO 251 Continuous TITLEBLOCK LAYERS
OSYM VIG-MAP-RIVERS LN Continuous TITLEBLOCK LAYERS
OSYM VlC-MAP.STREET LN white} 0.002 ContinuDus TITLEBLOCK LAYERS
OT~ BND-SHEET LN Continuous TITLEBLOCK LAYERS
OTBX BND-VIEWPORT LN Continuous TITLEBLOCK LAYERS
OTBX BND-VlEWPORT TXT white} Continuous TtTLEBLOCK LAYERS
DTBX TITLE--BLOCK LN 0.000 Continuous TITLEBLOCK LAYERS
OTBX TITLE-BLOCK TXT 0.000 Continuous TtTLEBLOCK LAYERS
1 BLO BUILDING LN-EXT.OSA 20 0.012 Continuous BUILDING
1 BLD BUILDING-DIV LN-EJcr-OSA 20 0.008 DIVISION BUILDING DIVISION UNE
1BLD BUILDING-ELV BLK-EXT.DSA 22 0.008 Continuous BUILDING ROOF ELEVATION
1BLD COURTYARD LN-EJcr-OSA 20 0.012 Continuous COURTYARD INSIDE BUILDING POLYGON
1 BLD DAM LN-EXT-OSA Continuous DAM
1BLD DECK LN-EXT.DSA ContinUDUS DECK
1 BLD DOCK LN-EXT .DSA ContinuDus DOCK
1 BLO GREENHOUSE LN-EXT -OSA 20 0.008 ContinuDus GREENHOUSE
1BLD HNUMBER TXT-EJcr-OSA 20 Continuous PLACE NAMES
1 BLD MBLHOME LN-EXT .DSA 20 0.010 Continuous MOBIL HOME
. 1BLD TANK LN.EXT-OSA 0.000 Continuous TANK
1ELV G-INDX LN-EXT.DSA Continuous INDEX CONTOUR 110' CONTOURS
1ELV c-INDX-CL LN-EXT-OSA Continuous CUP LINE UNDER TEXT/BUILDINGS
1ELV c-INDXO LN.EXT-OSA CONDASH INDEX OBSCURED AREA/ DASHED CONTOUR
1 EL V c-INOxo.cL LN-EXT .DSA Continuous CUP LINE UNDER TEXT/BUILDINGS
1 EL V c-INDXDDP LN-EXT-OSA CONDASHDEPR INDEX OBSCURED AREA/DASHED BOTIOM OF DEPR
1 EL V c-INDXDDP-CL LN-EXT -OSA 0.000 Continuous CUP LINE UNDER TEXTIBUILDINGS
1ELV c-INDXDP LN-EXT.DSA CONDEPR INDEX BOTIOM OF DEPRESSION CONTOUR
1ELV c-INDXDP-CL LIl-EXT-DSA Continuous CUP LINE UNDER TEnIBUILDINGS
1ELV c-INDXLBL TXT.EXT-OSA Continuous INDEX CONTOUR LABELS
1 EL V G-INTRM LN.EXT-OSA 0.000 Continuous INTERMEDIATE CONTOUR '2' CONTOURSl
1 EL V C-INlRM-Cl LN-EXT ..oSA Continuous CUP LINE UNDER TEn/BUILDINGS
1 EL V c-INTRMD LN-EXT.DSA 0.000 CONDASH INTERM. OBSCURED AREAlDASHEO CONTOUR
1 EL V c-INTRMD-CL LN-EXT-OSA 0.000 Continuous CUP LINE UNOER TEXT/BUILDINGS
1 EL V c-INTRMDDP LN-EXT -OSA 0.000 CONDASHDEPR INTERM. OBSCURED AREAlDASHED BOTTOM OF DEPR
1ELV c-INTRMDDP-CL LN-EXT-OSA Continuous CUP LINE UNOER TEn/BUILDINGS
1 EL V c-INTRMDP LN-EXT-OSA 0.000 CONDEPR INTERM. BOTIOM OF DEPRESSION CONTOUR
1 EL V c-INTRMDP-CL LN-EXT -OSA 0.000 ContinuDus CUP LINE UNDER TEXT/BUILDINGS
1ELV c-INTRMLBL TXT-EXT-OSA 0.000 Continuous INTERMEDIATE CONTOUR LABEL
1ELV G-SPOTEL BlK-EXT-DSA Continuous SPOT ELEVATION AS BLOCK & TEn
1HDR CULVERT LIl-EXT-OSA 0.012 Continuous CULVERT HEADWALL AND APPROX. CROSSING
1 HDR DITCH LN-EXT-OSA WATER CONSTRUCTED WATERWAYIDITCH
1 HDR ISLAND LN-EXT -OSA WATER ISLAND SHORE LINE
1HDR LAKE LN-EXT-DSA WATER LAKE SHORE LINE
1 HDR MARSH BLK.EXT-OSA 0.008 WATER MARSH SYMBOL
1 HDR MARSH LN-EXT -DSA 0.008 WATER MARSH BOUNDARY
1 HDR RIVER LN.EXT-OSA WATER STREAMS AND RIVERS
1 HDR RIVER TXT -EXT.DSA Continuous STREAM AND RIVER NAMES
1 HDR STREAM LN-EXT-DSA 0.012 WATER NATURAL DRAINISEASONAl WATERWAY
1MIS AIRFIELD LN-EXT-DSA PAVED AIRFIELD PAVEMENT
1 MIS BRIDGE LN.EXT-OSA 0.012 Continuous BRIDGES NOT PART OF ROAD SYSTEM
1 MIS DESCRIPTIVE LN-EXT -DSA DIVISION BOUNDARY /LABELS FOR MISC. FEATURES
1 MIS DESCRIPTIVE TXT -EXT-OSA 0.008 Continuous MISC. TEXT LABELS
1 MIS FENCE LN-EXT-OSA FENCE UNE FENCE LINE
1 MIS HANDICAPH BLK.EXT-OSA Continuous TEXT "H" FOR INDICATING SIDEWALK RAMP
1 Mts POLE-MISC BLK-EXT .DSII 0.010 Continuous MISC. NON-UTILITY POLES / POSTS
1MIS POOL LN-EXT-DSA Continuous SWIMMING POOL
1 MIS.SIGN.BLK-EXT-OSA Continuous ~~~F~~L;I~c;.:'~~':~~~~L VI
1 STR TRAF-SIGNAL-ARM LN-EXT-OSA RED 0.160 Continuous
1 MIS SPORTAELD LN-EXT -DSA 0.008 DIVISION SPORT RELDITRACK BOUNDARY
1MIS SUBSTATION BLK-EX'T..oSA 0.008 Continuous SUBSTATION
1 MIS UNDCONST TXT -EXT-OSA Continuous UNDER CONSTRUCTION TEXT
1 MIS WAU LN.EXT-OSA WAU FREE STANDING WALl
1 RRD RAILROAD LN-EXT..oSA 252 RAILROAD RAILROAD
1 SRV GRND-CNTR BLK-EXT -OSA Continuous GROUND CONTROL POINT BLOCKfTFXTl
1 SRV MAPSHEET -GRID LN.EXT-OSA white\ Continuous STATE PLANE GRID TICK
1 SRV MAPSHEET -GRID TXT -EXT -DSA white) Continuous STATE PLANE GRID TICK LABELS
1 SRV MAPSHEET -TILE LN-EXT .DSA white) Continuous MAPSHEET TILE LINES
1STR AUEY-GRAVEL LN.EXT-DSA 0.012 GRAVEL GRAVEL ALlEY
1STR ALLEY-PAVED LN-EXT-DSA PAVED PAVED AlLEY
1STR BARRIER LN-EXT-DSA Continuous CONCRETE TRAFFIC BARRIER
1 STR BRIOGE LN-EXT -DSA Continuous ROADWAY BRIDGE
1 STR CURBED-MISC LN-EXT-OSA 0.004 Continuous MISC. CURBfNOT EOGE OF ROADIDWYl
1 STR DRIVE-CURBED LN-EXT-OSA 0.004 Continuous CURBED DRIVEWAYS
1STR DRIVE-GRAVEL LN-EXT.DSA GRVOWY GRAVEL DRIVEWAY
1STR DRIVE-GRAVEL-AREA PID-EXT-OSA 8 GRAVEL GRAVEL DWY POLYGON POINT
1STR DRlVE-PAVED LN-EXT-OSA 0.008 PAVDWY PAVED DRIVEWAYS
1STR DRIVE-PAVED-AREA PID-EXT-OSA 0.008 Continuous PAVED/CURBED DWY POLYGON POINT
1 STR GUARDRAIL LN-EXT -OSA GRAIL GUARDRAIL
1STR OBSCURED-PAVED-AREA LN.EXT-OSA 8 0.008 Continuous POLYGON CLOSURE UNE FOR MISC. PAVED AREAS
1 STR OVERPASS LN-EXT-OSA 0.012 Continuous OVERAPASS
1STR PAD-PAVEo-ASPH LN-EXT-OSA 0.000 Continuous ASPHALT PADIMISC. PAVED SURFACE
1STR PAD-PAVED-CONC LN-EXT-OSA 0.000 Continuous CONCRETE PAD
1 STR PARK-CURBED LN-EXT-DSA 0.004 Continuous CURBED PARKING
1STR PARK.GRAVEL LN-EXT-OSA 0.000 GRVDWY GRAVEL PARKING
1STR PARK-GRAVEL-AREA P1D-EXT-OSA Continuous GRAVEL PARKING POLYGON POINT
1STR PARK-PAVED LN-EXT-OSA 0.004 PAVOWY PAVED PARKING
1STR PARK-PAVEo.AREA PID-EXT.DSA Continuous PAVED/CURBED PARKING POLYGON POINT
1 STR RETWALL LN-EXT-OSA RETWALL RETAINING WAU
1 STR ROAO-CURBED LN-EXT-OSA Continuous CURBED ROADS
1STR ROAD-GRAVEL LN-EJcr-DSA GRAVEL GRAVEL ROADS
1STR ROAD-GRAVEL-AREA PID-EXT-OSA Continuous POLYGON POINT FOR GRAVEL ROADS
1STR ROAD-NAME TXT-EXT-DSA 0.007 Continuous ROAD NAME TEXT
1 STR ROAD-PA VED LN-EJcr-OSA PAVED PAVED ROADS
1STR ROAD-PAVEO-AREA LN-EXT.DSA 8 Continuous POLYGON CLOSURE LINE FOR ROADS
1STR ROAD-PAVED-AREA PID-EXT.DSA Continuous POL YGOIl POINT FOR PAVEDICURBED ROADS
1STR SmE-PATH LN-EXT-OSA Continuous SIDEWALK I NOT PART OF STREET SYSTEM
1STR SIDE-TRAIL IN-EXT-DSA TRAIL TRAIL
1STR SIDEWALK LN-EXT-DSA 0.000 Continuous SIDEWALK PART OF STREET SYSTEM
1 STR SIDEWAlK-AREA PID-EXT-OSA Continuous SIDEWALK POLYGON POINT
1STR TRAF-SIGNAL BLK-EXT-DSA 0.008 Continuous TRAFFIC SIGNAL POLE
May 07
ATTACHMENT A
PAGE 17 OF 21
EXIDBIT B
CITY'S LAYERING CONVENTIONS
B.1.b City of Springfield Planimetric Layering Convention (continued):
1UTL PIPE L1N-EXT-DSA 0.012 Continuous UNDERGROUND PIPES
1 UTL PIPE ncr -EXT -DSA PIPE TEXT SUCH AS INVERT DEPTH SIZE MATERIAL ETC.
1UT MH ncr-EXT-DSA MH TEXT SUCH AS RIM ELEV
1 UTL PWRPOLE BLK-EXT -DSA 0.010 Continuous POWERlUTILITY POLE WITH STREET LIGHT
1 UTL STLlGHT BLK-EXT -DSA 0.010 Continuous STREET LIGHT
1 UTL STLlGHT -PWR BLK-EXT -DSA 0.010 Continuous POWER/UTILITY POLE
1UTL TRANS-TWR BLK-EXT-DSA 0.010 Continuous TRANSMISSION TOWER
1UTL UTIL-llNID BLK-EXT-DSA 0.010 Continuous UNIDENTIFIED UTILITY
1 VEG TREE BLK-EXT -DSA 0.000 Continuous SINGLE TREE
1 VEG TREE LN-EXT -DSA 0.000 Continuous VEGETATION LINE
1VEG TREE ncr -EXT -DSA 0.000 Continuous VEGETATION TEXT BRUSHITREESI
B.2, City of Springfield DTM Layering Convention:
. . ,",.." ! '" ~.., .~ "
0 I I 0.000 Continuous I .
I I T .
OTM'
1 DTM-HARDBRK LN-EXT -DSA 253 0.008 Continuous OTM HARD BREAKLINES
1 DTM-SOFTBRK LN-EXT -DSA 252 0.008 CONDASH DTM SOFT BREAKLlNES
1DTM-SPOTELV PT-EXT-DSA 253 0.008 Continuous DTM SPOT ELEVATIONS
1DTM-RANDOM PT -EXT-DSA 252 0.008 Continuous OTM Su;;;;temental 3D mass---;;-ointsJrandom noints
1 DTM-OBSCURE LN-EXT -OSA 252 0.008 CON DASH DTM 2D~ine boun~del;neati;J;;- obscure areas J dashed contour areas
1DTM-BUILDING LN-EXT-DSA 30 0.008 Continuous DTM BUILDING GUTTER
10TM-BUILDING-DIV LN-EXT-DSA 32 0.008 OIVISION DTM BUILDING DIVISION LINE
1 DTM-MBLHOME LN-EXT -DSA 30 0.008 Continuous DTM MOBILE HOME
1DTM-RR-TRESSLE LN-EXT-DSA 253 0.008 Continuous DTM RAILROAD TRESSLE
1DTM-BRIDGE LN-EXT -DSA 253 0.008 Continuous OTM BRIDGE ROADWAY BRIDGESI
1DTM-OVERPASS LN-EXT-DSA 253 0.008 Continuous DTM OVERPASS
1 DTM-GREENHOUSE LN-EXT-DSA 32 0.008 Continuous DTM GREENHOUSE
1DTM-MAPSHEET-TlLE LN-EXT-DSA 252 0.008 Continuous DTM MAPSHEET TILE LINES MAPSHEET BOUNDARYl
Note: Layer names need to be consistent with those listed above. Color, line weight and
line type can vary from values listed above,
May 07
ATTACHMENT A
PAGE 18 OF 21 .
EXHIBIT C
CITY'S ORTHO IMAGERY TILING GRID
Source: http://www.ci.soringfjeld.or.us/pubworks/GIS Web oag.e/Images/img std map maosheetgrid.pdf
Contact the City for an ESRI or Autodesk file of the grid (Phone: 541-726-4645),
May 07
ATTACHMENT A
PAGE 19 OF 21
EXIDBIT D
CITY'S HORIZONTAL AND VERTICAL DATUM
C.1. Horizontal Datum:
Oregon South Zone, tl!AD 83/91, International Feet
Co2. Vertical Datum:
NA VD88
C.3. For Coordinate conversion parameters from previous Springfield Datum please see
conversion factors below:
Source:
Jon Driscoll, PLS, EIT
Surveyor
City of Springfield, Public Works
225 Fifth Street
Springfield, OR .97478
(541) 726-3679
jdriscoll@ci.springfield.or.us
CA. For Coordinate conversion parameters from previous Regional Datum please contact the
City. Standardized coordinate conversion factors are available upon request
May 07
ATTACHMENT A
PAGE 20 OF 21
Exhibit E
Fee Proposal
GatewaylBeltline Intersction Project
6/812007
Survey Survey Project
CADD projed Design Design Senior Senior Assistant I Total TOTAL
City of Springfield Manager I Manager Manager Manager I 5urveyorK Surveyor! Surveyorl Surveyorl Office/ Labor T etal Labor' LABOR &
Gateway Survey & Mapping Gray / Brooks / Thatcher Hurliman ong Stalls Casalegno Green Diane Hours Dollars Expenses EXPENSES
$~~6.46 $~30.24 $97.57 $99.30 $78.66 $74.63 $53.14 $49.93 $71.94
Task 1 Survey Control & Confidence Point
Research 4 4 4 $1,233
Control 2 4 10 5 5 $1,837
Confidence Points 4 12 20 10 10 $3 988
Survey Vehicle Mileaoe ($0.74 per mile or $44 per day) 155
Survey Total Station Eouipment 555
Comouter ($1.75thr) 165
Health & Safely 6
Per Diem (@ $95.00/manldav) 570
Survey Supplies 75
',,,,..'>.' .. Total Hours .. 0 " 10 .... ,0 .' 4 , 20 ..... 301d' ,15 ' ,..15 " '.,0 94 ,. ,
.'."," ". Task 1 Total ., > I. , ." .'.. ."..' ',.... ,. I'." ".'. >' .... " ., .... $7,058 $1.526' $8;584
Task 2 Photogrammetrv and Photomapping
Research of GPS Control 2 8 $1,055
Setting & Controllino of targets for GIS photo (4) 2 4 10 5 5 $1,919
Setting & Controllino of taroets for new mappin~ (10) 4 4 20 10 10 6 $3,873
Survey Vehicle Mileaoe ($0.74 per mile or $44 per day) 155
Survey Total Station Equipment 370
Computer ($1.75/hr) 158
Health & Safety 26
GPS Equipment 550
Per Diem (@ $95.00Imanlday) 570
Survey Supplies . 75
Photo Mappin 9,000
..' ,. Total Hours 0 ... ..8 , 0 " 16 .., .", '0 ..,,', 30 ~15. 15 -6 ".90 ."",.'. ..,." ...,...".
..,. ., Task 2 Total ,. ..... .,..... ,'".>." ',' " ..".., '>,. ..,',., . '., !.'>' $6,847 I> $10904., ., ,.$17,751
Task 3 Digital Terrain Model and Base Map
Maooino East of Hulton St 4 12 $1,465
Utilities for ODOT Mappino 9 8 8 45 22 23 6 $8,689
Utilities for East of Hulton St 3 4 8 15 8 7 $3 304
Suppiemental Update Mapping of ODOT map 48 4 20 20 10 10 $10,208
Survey Vehicle Mileaoe ($0.74 per mile or $44 per daY) 414
Survey Total Station Eouipment 1,480
Computer ($1.75Ihr) 515
Pei Diem (@ $95.00Imanlday) 1,520
Survey Supplies 200
Outside Services - Private Utilities Locate 1,575
'..".,,,,.,,,,.... Total Hours 48 ., 201,,,.,,' .. .12 ,.,. 0 48 ..,' 80 40 40 6 294.. ".", ,."" ..
""" ,', ,. Task 3 Total ... '..' '..' '..'. ,., .>.' , --:- ~ $23;666 '...,,'$5704 '$29 370,
Task 4 ROW Review and Update
Research 2 8 8 4 $1958
Located Monuments 8 16 16 40 20 20 $8,908
Recoverv Survey 2 8 32 $3,558
Survey Vehicle Mileaoe ($0.74 per mile or $44 per day) 202
Survey Total Station Equipment 740
Computer ($1.75Ihr) 322
Health & Safety 0
GPS Equipment 275
Per Diem (11lJ $95.00Imanlday1 760
Survey Supplies 100
Survey Filing Fee 150
Flagging Per Day 1,160
~ ,,'.. Total Hours 0 12 32 o .. 56 .40 ...... 20 20 4 184 ,. .
',.'.", ".>,...",., ",' Task 4 Total ..:c . , $14,424 $3,709 $18,133 ,
TOTAL HOURS 48 50 44 20 124 180 90 90 16 662 $51,995 $21,843 $73,838
TOTAl LABOR/EXPENSES I
A1ionments
Control 1 4 5 2 3 4 $1,362
Supplemental Ground Mapping 2 8 10 5 5 $2,151
Utilities 3 4 8 15 8 7 $3,304
ROW 4 4 8 20 10 10 $4,064
Survey Vehicle Mileaoe ($0.74 per mile or $44 per day) 259
Survey Total Station Eouipment 925
Computer ($1.75thr) 263
Health & Safel10 0
Per Diem (11lJ $95.00Imanldav) 950
Survey Supolies 125
Survey Filino Fee 0
Flaggino Per Da 580
Photo Maopin 4800
Dutside Services 0
".',.>.>, ...,..........,. ..... , Total.Hours 0 10 8 '0 28 50 25 25 4 150
""...,'..', ...... Task 5 Total . ... . $10,881 $7,902 $18,783'
TOTAl BASE AND CONTINGENCY 812 $92,621
ATTACHMENT A
GatewaySurveyFEE-sdr -060807
PAGE 21 OF 21