Loading...
HomeMy WebLinkAbout20161268 Ver 1_R-3300 Geotech Surveys_20171204Carpenter,Kristi From: Sent: To: Subject: Attachments: Herndon, T. Mason Monday, December 04, 2017 9:26 AM Shaver, Brad ; Steenhuis, Joanne R-3300 Geotech Surveys F2017-032_R3300A&B_GEO_Proposal_Falcon.pdf; R3300A_HampsteadByPass_Proposal.pdf The Division's consultant for R-3300 (Stantec) is setting up contracts with Falcon Engineering and Catlin Engineering to begin boring and soundings at proposed structures and along the -L- of R-3300 A and B. Attached is the proposals/estimates for the Structure Borings on A& B and borings/soundings along the -L- of the A section. The borings/soundings on the B alignment will be done a little later so we do not have an estimate or numbers for this section yet, but the proposed locations are shown on the maps that I'm sending to you separately via FTS. We are proposing to proceed with this work under Nationwide 6 and WQC 4085 and the permits and their conditions will be included in the contract package. Please review the attached information and confirm that this work can be completed under the conditions of these permits and does not require written approval from you agency. If you have any questions or require any additional information please do not hesitate to contact me. Mason Herndon Environmental Program Supervisor Division 3 NCDOT- Division of Highways 910-341-2036 office 910-604-0050 mobile tmherndon@ncdot.gov 5501 Barbados Blvd Castle Hayne, NC 28429 a������ �������,��s���������� �� ����� ������ ��`��,� ��������,�,� �,� ,��.������ �� ��`�� �'J����`� �°��������� ��.����� �������:�,� ��W�r ����� ���.� �� ���,����,���� �� �������� �:s�����,�. I rr�7all �:urrc,��u � � � � � � � � y I�c rli��;lu�e,rl �u �C�h•ih�rl I i� ci��;e, Cu ai� rur°r7 �mii;, ;;e,i� cr i;, ;;u� ��;� �u Cmie, ,..,u� i�; ta�:ur�: ;, ..,aw ai� ir7a, I�arti��, �. ''��'�`L�N Engin�ers amc# Scientists May 26, 2017 Mr. Ricky Greene Jr., P.E. Stantec Inc. 801 Jones Franklin Road Suite 300 Raleigh, North Carolina 27606-3394 Post Office Box 10279 Wilmington, North Carolina 28404-0279 Telephone: (910) 452-5861 Fax: (910) 452-7563 www.catlinusa.com Re: Work Plan and Fee Estimate to PerForm Subsurface Investigation, Roadway Inventory, and Roadway Recommendations WBS Number: 54023.1.1 TIP Number: R-3300A Counties: New Hanover and Pender Description: Hampstead Bypass from Wilmington Bypass to -L1- Station 578+00. CATLIN Number: 217059 Dear Mr. Greene: We appreciate the opportunity to provide Stantec, Incorporated (STANTEC) with the following Work Plan and Lump Sum Estimate for completing a Roadway Subsurface Investigation, Roadway Inventory Report, and Roadway Recommendations at the above-referenced project. All work will be conducted in English units (feet). The project is located near the cities of Wilmington and Hampstead, in New Hanover and Pender Counties. SCOPE OF WORK CATLIN's anticipated tasks may consist of the following: • Development of scope of work (SOW) and boring plan. • Property owner contacts. • Clearing. • Boring layout. • Utility clearance coordination. • Advancement of Standard Penetration Test (SPT) borings, Cone Penetration Test (CPT) soundings, Direct Push Technologies (DPT) probes, hand-auger borings. • Laboratory Testing • Roadway Inventory Report • Roadway Recommendations Report All borings will be field located by CATLIN Engineers and Scientists (CATLIN). Utility clearance and property owner contacts will be coordinated by CATLIN personnel and conducted prior to commencing drilling activities. CATLIN will provide a field professional for observations and logging of borings and soundings. The proposed work will be performed as described below: • Safety Site safety meetings will be held prior to work commencement to identify potential hazards associated with the work environment. Site safety meetings will be conducted by the site manager and will include all personnel involved in the day's field activities. A safety meeting will be conducted prior to commencement of the project and will include the site geologist and project technicians. Traffic control is not anticipated. • Drilling Based on the provided 15% design files, the following alignments are anticipated to be investigated: ALIGNMENT LENGTH (FT) SPT SPT CPT/DPT CPT BORINGS FOOTAGE SOUNDINGS FOOTAGE -L1- 37,213.16 62 1,250 115 2,283 -SR1- 1,289.00 2 21 3 35 -SR2- 441.39 0 0 0 0 -SR3- 816.99 0 0 0 0 -Y33LPC- 1,645.31 1 30 4 93 -Y33RPA- 2,373.03 2 24 3 55 -Y33RPB- 2,025.53 3 42 6 90 -Y33RPCA- 4,210.01 1 56 5 261 -Y34- 2,280.00 3 124 6 188 -Y35- 2,200.00 2 48 4 150 TOTALS: 54,494.42 76 1,595 146 3,155 The subsurface investigation is anticipated to be performed with a track-mounted CPT rig equipped with a direct push technologies (DPT) sampling apparatus and Central Mine Equipment (CME) drilling rigs mounted on a rubber tracked and a wheeled all-terrain vehicle (ATV). Data collected essentially continuously during the advancement of the CPT borings will include Cone (Tip) Resistance, Local (Sleeve) Friction, Pore Pressure, and Depth. From this data Tip Resistance, Sleeve Friction, Friction Ratio, Pore Pressure, Soil Behavior Type (based on Robertson 1990) with interpreted AASHTO soil equivalent, and 60% Equivalent Standard Penetration Testing (SPT) N-Values will be generated and presented on the Final CPT Logs. All SPT will be conducted using automated hammers and will be conducted in general accordance with NCDOT standards. Borings are anticipated to be advanced approximately every 200 feet along the proposed alignments to a depth of approximately 1.5 times the fill height. An estimated additional 300 hand auger / soil probes will be advance at various offsets along the alignments where delineation of surficial organic soils is necessary. Due top the anticipated site conditions, substantial mechanical will be necessary to access the majority of the proposed borings. Clearing is anticipated to be conducted with a rotary axe mounted on a tracked skid-steer carrier. Three borings are anticipated to be advanced at the location of each proposed culvert. All field activities will be conducted under the direction of CATLIN personnel unless requested otherwise. Shelby tubes may be collected if soft to medium stiff cohesive or highly organic soils are encountered in fill areas. • Laboratory Testing To confirm the field geologist's observations and soil classifications, laboratory testing will be performed. At selected boring intervals, Atterberg Limits, Grain Size Analysis with NCDOT modified hydrometer, organic content, and moisture content may be performed on collected samples. A total of 340 samples are anticipated to be collected and analyzed during this investigation. The analyses will be performed in general accordance with one or more of the following AASHTO Standards as modified by NCDOT: M-145 (Soil Classification) T 265 (Soil Moisture Content) T 267 (Organic Content) T-208, T-216, T-296, T-297 (Shelby Tubes) • Surveying CATLIN personnel will determine the location of proposed and as-drilled boring locations including Northing/Easting utilizing the North Carolina State Plane (NCSP) North American Datum (NAD) 1983 coordinate system. Locations of proposed borings will be established using a Global Positioning System (GPS) then referenced to NCDOT Alignments. Collar elevations for roadway borings will be determined using the provided .tin file. Collar elevations for structure borings will be determined either with a Survey Grade GPS or with traditional level survey tied to existing benchmarks. All units will be recorded and submitted in United States (US) feet to a horizontal accuracy of one foot and vertical accuracy of one-tenth of a foot. • Borehole Abandonment Borings will be backfilled with native material and bentonite chips to pre-existing ground elevation subsequent to collection of 24-hour ground water measurements. A protective cover such as sandbags or other suitable material may be placed over open holes until they are backfilled. Borings may be filled immediately after drilling if deemed necessary due to site safety concerns or access issues. FINAL DELIVERABLE The final deliverable shall consist of the following: • Electronic files of all information used to generate the report at the time of final submittal. Folders will be named according to the NCDOT standard folder and naming conventions and place in the proper folders per GEU guidelines. • Roadway Inventory Report o Title Sheet o Legend o Roadway Title Sheet o Plan Sheets o Subsurface Profiles o Select Cross Sections o Soil Test Results • Roadway Recommendations Report o Design and Construction Recommendations Text o Title Sheet o Legend o Roadway Title Sheet o Plan Sheets o Subsurface Profiles o Select Cross Sections o Soil Test Results o Estimated Quantities • One copy of Supportive Documents including Boring Quantity Summation Sheet, Original Field Notes/Logs, Property Owner Contact Sheets, and other pertinent data. PROJECT SCHEDULE Fieldwork consisting of boring layout and property owner contact is presently scheduled to start as soon as a Notice to Proceed (NTP) is provided which is anticipated to be in August 2017. Utility verification and field investigations are anticipated to commence the same week. Investigative field work is predicted to take approximately 200 man- days for completion. KEY PERSONNEL Several key personnel are designated to the project team for work performed under this contract. Below is a listing of the employees name, role, and classification that may be assigned to the project. Personnel Role Position/Classification Steven V. Hudson, PG, CWC Project Manager / Project Senior Geologist Geologist J. Lee Stone, PG Project Geologist Senior Geologist Ben D. Lackey Jr., PE Geotechnical Engineer Senior Engineer Sean J. O'Neil, PE Geotechnical Engineer Project Engineer Corey D. Futral, CWC Boring Layout / Site Field Geologist Supervision Lindsay G. Pugh Boring Layout / Site Field Geologist Supervision Christian B. Alexander Boring Layout / Site Field Geologist Supervision Shawn D. McGuire Boring Layout / Site Field Geologist Supervision Michael D. Mason Laboratory Manager / QC Field Engineer William J. Miller, CWC Driller / Driller's Assistant Drill Technician/Crew D. Thompson Chalmers, Jr., CWC Driller / Driller's Assistant Drill Technician/Crew Thomas Spencer Driller / Driller's Assistant / Drill Helper/Crew Hand Augers Joshua Moody Driller's Assistant / Hand Drill Helper/Crew Augers Sheila Smith Comptroller Clerical Mid Atlantic Drilling Clearing and Difficult Subcontractor Access Drilling ASSUMPTIONS CATLIN has based this SOW and lump sum estimate with the following assumptions: • CATLIN will be provided with all necessary electronic files including but not limited to plan sheets, profile sheets, cross sections, .gpk files, .tin files and all associated reference files. • Proposed boring plan and estimates are based on design drawings as provided to CATLIN in May 2017. Any changes in proposed design may result in a change in scope and price. • CATLIN personnel and equipment will have permission to access all areas of investigation. • All proposed boring locations will be accessible with either a track or rubber tired all-terrain vehicle (ATV). No amphibious or barge mounted equipment has been included. • All utility locates will be conducted by NC OneCall. No private locators included. • If materials in excess of 100 blows per foot (BPF) are encountered prior to achieving proposed boring depth, borings will be terminated. No coring is included. • In the event that suspected contaminated materials are encountered, drilling activities will cease and STANTEC will be notified immediately. ESTIMATE Our proposed lump sum estimate for performing all engineering, drilling, surveying, report preparation, project administration, etc. for completing this project as described is $733,000.94. Details are provided in an attachment. The work will be billed on a lump sum basis. If you should have any questions or need additional information, please feel free to contact us at (910) 452-5861. We look forward to working with you and your staff on this project. Sincerely, G� Steven V. Hudson, PG, CWC Project Manager JL�1y 6, 2017 Ricky Greene Jr., PE Ricky.Greene c�stantec.com Stantec 801 �ones Franklin Road, Suite 300 Raleigh, NC 2760( Re: Proposal for Geotechnical Services R-3300f1&B � Hanipstead Bypass Pender County, Nord� Carolina Falcon Proposal No.: F2017-032 De�r iVLt. Greene: l.� � � � �1 Falcon Engineering, Inc. (Falcon) is pleascd to present our proposal for Geotcchnical Engineering Services for the above referenced project. PROJECT DESCRIPTION Tl�e following information will serve as the basis for d�e development of d�e Geotcchnical scope and fee for this project: ➢ Stantec will be the Client in Charge. NCDOT Highway Division 3 will be the project owner. NCDOT Geotechnical �ngineering Unit (G�� will provide input/review on the project. ➢ The project is being contiacted through the �astern Region Planning and Design On-call Contract. Falcon �ngineering is Stantec's sole Geotechnical Services provider on that contract. ➢ Due the project volume and schedule, I�alcon has agreed to woxk alongside a second Geotechnical Scrvices tirm for this assignment. ➢ Based on pro3imity�, capability, and ezisting worl�ing relauonships, Stantec and Falcon have agreed that Catlin Engine�rs and Scientists �vi11 also provide Geotechnical Services on this projcct. ➢ Falcon and Catlin �vill both hold separate subcontracts with Stantcc, undcr the Primc Agreement with NCDOT Highway Division 3. ➢ Falcon and Catlin have been provided preliminar�r plans in PDF rollplot and Microstation .dgn formats, including preliminar�� profiles. ➢ R-3300A and R-3300B are being combined to be designed and bid on a common schedule. The combined projcct currcntly includcs thc following: ■ 12.3 miles of new alignment median divided bypass highway, conunuing from the end of proposed TIP project U-4751 (Military Cutoff Road) along US 17 B��pass (John Jay Burney Jr Frcewa}'), to US 17 north of Hampstead, NC, near thc intcrscction witl� Long Leaf llrivc. ■ Three tull interchanges and one half interchange. Various Y-line adjustments, ramps, loops, and services roads totaling over 25 nvles of alignment (including the mainline). ■ Siateen (16) bridge st�-uctures, including duals (each listed as a single bridge), water crossings, grade separations, and fly�overs. Some currently unidentitted bridges ma5� include mechanically stabilized earth (MSE) abum�ent retaining walls. Abtiitment retaining walls are not included in the . PROPOSAL FOR GEOTECHNICAL SERVICES ,Y % scope and fee at this time, however our experience is that abutment walls are typically employed to reduce the number of spans on a given structure, and in that case could likely be accommodated within the proposed fee estimate. Six (6) reinforced concrete box culverts (RCBC). No retaining walls, sound barrier walls, or other project elements not referenced herein are included in the project at this time. DIVISION OF GEOTECHNICAL SERVICES Based on proximity, individual strengths and skillsets of the respective Geotechnical firms, availabiliry of equipment and personnel, and other considerations, it has been agreed to that Catlin will perform Geotechnical Services for all roadway components, and Falcon will perform Geotechnical Services for all structural components. For contractual purposes, we understand the "A" and "B" sections are to be scoped and esrimated separately. Therefore each firm will generate two (2) separate fee estimates and delineate scope items for the two TIP projects. Although Falcon and Catlin will maintain separate scope and fee estimates, we intend to maintain a collaborative working relationship, share data, take advantage of efficiencies wherever possible, and leverage each other's skills to execute the work diligendy. For the purposes of generating scope and fee estimates to serve as a contractual basis with Stantec, the following delineations of scope are provided: ➢ Falcon will be responsible for performing all borings for bridges. ➢ Catlin will be responsible for performing all borings for roadways and culverts. ➢ Each firm will be responsible for stakeout, utiliry location, and obtaining coordinates and elevations for their respective borings. ➢ Each firm will perform the necessary laboratory testing on samples from their respective borings. ➢ The firms will provide completed gINT logs with Northing, Easting, and Elevation to each other in areas where work overlaps. Specifically, Catlin will provide Falcon with borings in the pro�mity of each culvert, and Falcon will provide Catlin with all bridge borings to inform the delineation of stratigraphy for the nearby roadway alignments. ➢ Due to the fact that Catlin will be traversing all alignments with clearing and drilling equipment, it is most efficient for Catlin to provide clearing to most or all of Falcon's borings. Falcon and Catlin will coordinate for boring stakeouts to occur roughly concurrently so as to facilitate clearing access. In the event that Catlin will not be preparing access trails within relatively close distance of Falcon's borings, or Falcon's bridge borings are not staked in time for Catlin's clearing crew to accommodate, Falcon will provide supplemental clearing. Some supplemental clearing is included in Falcon's estimate for borings in wooded areas. ➢ If additional opportunities arise for the firms to gain efficiencies in project budget or schedule, we intend to leverage those opportunities to the full extent, provided accommodate the partner firm does not become a hindrance. ➢ Additional work sharing may occur depending on a variety of factors at the time the work is executed, including but not limited to: providing field staff and/or equipment for each other's respective scopes, performing lab testing on each other's respective samples, or assisting with data processing, drafting, or Engineering tasks for each other's respective project elements. Any such work sharing will be coordinated between Falcon and Catlin via a separate agreement, in order to maintain clear contractual agreements with Stantec. STANTEC / R-3300A&B (HAMPSTEAD BYPASS) / F2017-032 / 7.6.2017 2 PROPOSAL FOR GEOTECHNICAL SERVICES � FALCON'S SCOPE OF SERVICES Our scope of geotechnical services will include the tollowing elements. Structure (Bridge) Investigation Falcon will perforin Structure Subsurface In�restigations in general accordance �vith NCDOT GEU guidelines. At least one (1) boring �vill be drilled within the closest proYimity reasonably possible to each bent location. ror bridges exceeding 60 feet in width, two (2) borings will be drilled per bent, one near each end of the bent. Bridge borings are generally anticipated to Ue drilled to an average depth of 60 to 80 feet. Prior experience from the iVlilitaiy Cutoff Road (LT-4751) project indicates the likely presence of relativelv shallow limestone at the southern end of the project. Published �eologic information reviewed Uy� Falcon indicates the same geologic formation e�ists beneath the entirety of the project, along with the possibility of solution cavities (vo.ids). We anticipate driven pile foundations at all end bents, driven piles on footings at grade separation interior Uents, and driven pile bents or drilled piers at water crossing interior bents. Depending on the depth of limestone, overlying materials, foundation type, and hardness of the limestone at each bridge location, some rock coring is likely to be required to provide adequate foundation design input. Coring is generally anticipated for end bent Uorings only, unless very shallow limestone is encountered. Based on the structure summary provided by Stantec, we anticipate the following borings will be performed for each stnicttire. TABLE 1: SUMMARY OF STRUCTURE BORINGS TIP STRUCTURE ON Bridge 1 Bridge 2 Bridges 3/4 (Duals) Bridge 5 R-3300A Bridges 6/7 (Duals) R-3300B Bridges S/9 (Dua1s) Bridge 10 Bridge 11 Biid�es 12/ 13 (Duals) Bridge 14 Bridge 15 Bridge 16 Totals Y33RPCA L1 L1 L1 Y34 L1 L1 L1 L1 Y35 Y30 L1 L1 Y31 Y32FLY1 Y17 OVER SPANS BENTS WIDTH Nlultiple Y33 Y33RPB Y33 RPB L1 Island Creek Island Creelc lsland Creek Island Creek L1 L1 Y38 Y38 L1 Y32 L1 12 2 1 1 2 2 2 2 2 2 2 1 1 2 2 2 38 13 3 2 2 3 J 3 3 3 3 3 2 2 3 3 3 54 45 48 38 38 48 38 38 38 38 30 83* 38 38 48 42 <60* NEW LOCATION OR EXISTING ALIGNMENT New Location New Location New Location New Location Esisting tllignment New Location New Location New Location New Location New Location Esisting Alignment New Location New Location Existing Alignment New Location. New Location * Bridges exceeding 60 feet in width require nvo borings per bent. BORINGS STANTEC / R-3300A&B (HAMPSTEAD BYPASS) ! F2017-032 / 7.6.2017 3 13 3 2 2 3 3 3 3 3 3 C 2 2 3 3 3 57 PROPOSAL FOR GEOTECHNICAL SERVICES �►F / Falcon will contact the North Carolina One Call Center (NCOCC) to request the location of subscriber utilities in the viciniry of the proposed boring locations. We will also coordinate with local municipal water and sewer districts to identify and locate utilities in the area if needed, as well as private property owners as necessary (i.e. large industrial and commercial properties). Falcon will mail properry owner notification letters for all properties which we will access. In addition, Falcon will make reasonable attempts to make contact with present occupants of the properties prior to accessing the properties with drilling equipment. However, if contact cannot be made, the mailed letters will serve as legal notification and work will proceed. A number of borings will require access to gated drives on private properties. We request the project team and/or Division personnel assist Falcon with identifying property owners or representatives thereof that can afford access through these gates for the completion of our work. Falcon will locate the test borings in the field using a handheld GPS and coordinates obtained from georeferenced project drawings provided by others. Following completion of the borings, appro�mate test boring elevations may be determined by performing a simple level loop utilizing benchmarks or baseline hubs as a reference point if they can are clearly marked and able to be located by our field professional within a reasonable distance of each structure. If survey reference points cannot be located, a simple level loop will be performed based on an assumed elevation and a temporary benchmark will be established by Falcon with an unknown elevation. If the actual elevation can be determined by others and shared with Falcon, the actual boring elevations will be included in project deliverables. Otherwise, Falcon will utilize project topographic data to appro�mate test boring elevations. We anticipate truck, ATV, or rubber track mounted drill rigs equipped with hollow stem augers and an automatic hammer will be able to access the majoriry of boring locations. However, many portions of the site are wooded and will require extensive clearing for access. Selecrive clearing will be performed with a rotating drum hydraulic mulcher ("hydroaxe") and/or by hand with chain saws. Clearing will generally be performed along the path of easiest access, attempting to roughly follow proposed alignments, and will be limited to the minimum extent necessary to afford safe passage and working areas for our drill crews. However, where existing trails come within close proximiry to the proposed boring locations, clearing may be performed from the pathway to the boring approximately perpendicular to the alignment. Borings in wetland areas are anticipated to be accessed using a non-amphibious (i.e. not floating) track mounted rig that can operate in appro�mately 2-3 feet of water. If an amphibious "marsh buggy" rype rig is required for any borings, additional fees will be required. Upon obtaining actual bridge envelopes and performing field stake-outs, we will notify you if any borings are likely to require a marsh buggy rig. A number of borings for the structures noted above as "e�sting alignment" will be performed within or in close proximiry to existing roadways, requiring the use of lane closures, shoulder closures, or other traffic control devices. Traffic control services will be performed by certified in-house staff or one of our approved sub- consultants in general accordance with the Manual on Uniform Traffic Control Devices (NIUTCD) and NCDOT requirements, utilizing flagmen where appropriate. We assume that any working time restrictions on lane closures or shoulder closures will not significandy prohibit our progression of work (i.e. allowable working window from 9AM-4PM or similar). No overnight or weekend work is anticipated. Soil borings will be performed in accordance with the test methods referenced in the NCDOT GEU Geotechnical Investigation and Recommendations Manual. Soil samples will be collected using a split-barrel sampler during drilling, visually classified in the field in general accordance with the AASHTO Soil Classification System, sealed in moisture-proof containers, and transported to our laboratory. Relatively undisturbed, thin-walled "Shelby" tube samples will be collected in areas of compressible fine-grained soils at bridge approaches to determine soil STANTEC / R-3300A&B (HAMPSTEAD BYPASS) / F2017-032 / 7.6.2017 4 PROPOSAL FOR GEOTECHNICAL SERVICES ,Y % parameters for embankment stabiliry and settlement analyses. Rock core samples will be collected where bridge foundations are anticipated to penetrate into rock and/or to investigate for the present of voids immediately beneath abrupt and/or shallow refusal in limestone. Laboratory Testing Select split spoon and thin-walled "Shelby" tube soil samples, and possibly rock core samples will be transferred to our laboratory and tested for Atterberg limits, grain size analysis, moisture content, organic content, CU tria�al, consolidation, and rock core unconfined compressive strength testing . Laboratory testing will be performed in general accordance with the applicable test method noted in the attached manday estimate. Geotechnical Re�orting and Recommendations After completion of Field and Laboratory Investigation by Falcon (Bridges) and Catlin (Culverts), Falcon will prepare the following documents in general accordance with NCDOT GEU formats: ➢ Structure Subsurface Investigation (11x17, separate for each structure, duals will be combined) ➢ Structure Foundarion Recommendarions (8.5x11 written recommendations, separate for each structure) It should be noted that the culvert reports and recommendations will be prepared utilizing field data prepared by Catlin and provided to Falcon as noted in the project description above. We understand a total of six (6) reinforced concrete box culverts (RCBC) will be included in the project, five (5) on R-3300A and one (1) on R-3300B. Specific details for each culvert are not provided herein since the reporting effort associated with each culvert is not anticipated to be significantly influenced by specific size/location. EXCLUSIONS Items excluded from this proposal include, but are not limited to the following: ➢ Services associated with roadway design and construction. ➢ Services associated with retaining walls, sound barrier walls, signs, or any other structural elements not explicitly referenced herein. ➢ Field or laboratory testing for culvert borings. ➢ Field or laboratory test methods not explicitly referenced herein. ➢ Additional borings, deeper borings, or borings at locations significandy different than those referenced herein as indicated in preliminary plans provided to Falcon by Stantec. ➢ Exceedingly difficult site access considerations such as temporary fills, special access rigs such as crane mobilized skid rigs or amphibious "swamp bugg�' rigs. ➢ Pavement Investigation or Pavement Design Services. ➢ GeoEnvironmental Services associated with any known or unknown contamination sites. If we believe we have encountered contamination, we will contact you to discuss appropriate action. Furthermore we request any known contaminated areas be communicated to us in advance of our mobilization so that we can be prepared to encounter or avoid contaminated areas. STANTEC / R-3300A&B (HAMPSTEAD BYPASS) / F2017-032 / 7.6.2017 5 PROPOSAL FOR GEOTECHNICAL SERVICES � PROPOSEDFEE The fee for the performance of the above outtined services has been determined on a unit price basis in accord- ance with the attached manday estimate. Based on the scope of services described herein and our understanding of the project, we propose the following lump sum fees for the services included herein: TABLE 2: SUMMARY OF FEE ESTIMATE TIP ESTIMATED LUMP SUM FEE R-3300A �p286,360.14 R-33008 � 157,901.40 Total $444,261.54 It should be noted that this estimate is based on preliminary plans consisting of preliminary and/or conceptual plan views only�; we reserve the right to revisit this proposal after 25% plans are developed and structure envelopes/profiles are made available to us for detailed scoping. Falcon appreciates the opportunitrn to pro�Tide our services to ��ou on this project If you ha�e any questions regarding this submittal, please do not hesitate to contact oui office. If rhis proposal is acceptable, please provide a subconsult�nt agreement for our review and execution. A copy will be eaecuted and returned to you for your files. I�alcon will invoice on a monthly basis as a percent complete for a11 work peiformed. All invoices aie payable within thirty (30) days. We appreciate the opportuniry to provide our services and look forward to partnerin� with 5�ou on this and future projects. If you have any questions or desire additional information about Falcon Engineering, Inc. and the many wavs in wlzich we may benefit y�ou, please contact us at )19-871-0800. Respectfull�� submitted: FALCON ENGINEERING, INC. G� ,,�1 /� � � � � , �_ Jeremy R. Hamm, PE Christopher V. Norville, PE Geotechnical Engineering Manager Vice President / Senior Geotechnical Engineer F.nclosures Manday Fstimates (R-3300A and R-3300B) STANTEC / R-3300A&B (HAMPSTEAD BYPASS) / F2017-032 / 7.6.2017 6