Loading...
06-24-2008 HANKARD ENVIRONMENTAL NOISE TESTING AND ANALYSIS ALONG I-70AGREEMENT FOR SERVICES BETWEEN THE TOWN OF AVON AND HANKARD ENVIRONMENTAL This is an Agreement made as of , 2008 between the Town of Avon, Colorado ("Town" or "Owner") and Hankard nvironmental ("Contractor"). The Town is evaluating the feasibility of constructing a earthen berm along West Beaver Creek Blvd in Avon, Colorado. The Town has requested the services of the Contractor to assist with determining the potential noise abatement which such a berm would provide. The scope of services to be preformed under this agreement are described in Section One and Exhibit A, referred to as the "noise study". The Town and the Contractor agree in respect to the furnishing of services by the Contractor with respect to this project and the payment for those services in accordance with the terms and conditions as setforth herein. The maximum not to exceed amount of this contract is twelve thousand ($12,000.00) dollars. This Agreement constitutes the Town's written authorization to the Contractor to proceed on the date first written above with the Services described in Part One below. This Agreement will become effective on the date first written above. PART ONE: STATEMENT OF WORK 1.01 SCOPE OF WORK Contractor shall provide noise consulting services in support of the Town of Avon's proposed noise mitigation berm proposed to be along I-70. These services will include noise measurements, modeling, mitigation analysis, documentation, and meetings as described in Exhibit A. PART TWO: GENERAL TERMS AND CONDITIONS 2.01 LIMITATIONS ON CONTRACT TYPE This contract shall be: ❑ Lump sum ❑ Cost plus fixed fee ® Time and materials with a not-to-exceed cap The fixed profit or fee for professional services shall be negotiated and established by the contract. Under no circumstances will the Town agree to a variable profit/fee structure (e.g., cost plus a percentage of cost as profit is not an allowed contract type). 2.02 CONTRACT DOCUMENTS Page 1 of I I Contract shall consist of the contract instrument as negotiated and this Request for Proposal. This Part 2.0 describes general terms and conditions which will be included as part of the final contract. 2.03 SERVICES The work to be performed under this proposal consists of the furnishing of all labor, equipment, materials, expertise, tools, supplies, bonds, insurance, licenses and permits, and performing all tasks necessary to accomplish the work as it is described in Part 3.0, unless specifically excluded as agreed upon by contract negotiations. The Town reserves the right to negotiate scope and schedule to accommodate budgetary considerations. 2.04 DUTIES OF CONSULTANTS Consultants shall diligently undertake and perform all work required by the contract. The Contractor agrees to devote the number of persons and level of effort necessary to perform and complete the work in a timely manner. All work done will be performed to the highest professional standards and will reflect the thoroughness, attention to detail, and application of knowledge expected of professional consultants in the field. 2.05 OBTAINING DATA It shall be the Contractor's sole responsibility to obtain all additional data necessary to complete the work in a timely manner. The Town shall make any data in its possession that is relevant to the Contractor's activity, available to the Contractor upon request. Requests shall specify the type of information sought, and the period for which the data is required; however, the Contractor may not require the Town to seek reports from other agencies or to prepare original research. It shall be the Contractor's duty to discover and obtain data, research and prepare reports derived from private or public sources other than the Town. The Town does not vouch for the accuracy of any data other than its own. Data furnished by the Town shall be considered accurate only for the purpose for which it was originally gathered. The Contractor shall be solely responsible for any conclusions drawn from the data. 2.06 CHANGES The Town reserves the right to order changes in the work within the general scope of the project. The project manager or his designee shall order changes in writing. In the event the Contractor encounters circumstances which it believes warrants a change in the price, quality, quantity or method of performing work, it shall notify the project manager of the circumstances in writing. No change in work shall be undertaken until authorized in writing by the Town. Either party shall be entitled to an equitable adjustment in the contract price for changed work. It shall be the Contractor's sole responsibility to notify the project manager in advance, in writing, of any work that it considers to be changed or extra. Failure to do so, and to provide and to receive approval before processing, shall waive any claim for additional payment. Page 2 of 1 I 2.07 PERMITS AND RESPONSIBILITIES Prior to commencing work or performing any phase of the work, the Contractor shall, at its expense, obtain such permits or licenses as may be required by State, Federal, or Local law. Failure to obtain permits or licenses in a timely manner shall not be grounds to excuse performance or to extend contract time. In addition, the Contractor shall obtain any permission required prior to entering upon private property to perform any task required. In the event the Contractor is denied access to private property, the Contractor shall immediately notify the project manager and give the location to which access was denied, the name of the person who denied access, the reason access was denied, the reasons access was sought and any alternative site that may be used for the same purpose. The Town shall thereupon endeavor to assist the Contractor in gaining any required access. 2.08 CARE OF PUBLIC AND PRIVATE PROPERTY The Contractor shall at his expense carefully protect from injury trees, shrubs, buildings, fences, utilities, structures, pipes, conduits and personal property, public or private, which may be affected by the work. The Contractor shall be liable for any damage done through its fault or that of its Subconsultants and shall restore any damaged property to the same or better condition as it was prior to the Contractor's interference. Site restoration shall be required for exploratory drilling, test pits, testing and sampling, etc. necessary to complete the work unless otherwise explicitly excluded in Section 3.0. 2.09. PAYMENTS The Contractor shall invoice the Town monthly for all work done. Invoices shall itemize the work accomplished during the payment period by hours of classification and Subcontractor charges to date of invoice. Approved invoices are paid within thirty days of presentation. Payment shall be only for work satisfactorily completed. 2.10 TERMINATION FOR CONVENIENCE The Town shall have the right to terminate the contract for convenience at any time prior to completion. Written notice of such termination shall be mailed to the Contractor at its address on file with the Town. Termination shall be effective ten (10) days from the date notice is mailed. Upon receipt of notice of termination, the Contractor shall immediately stop work and terminate all subcontracts. Upon either termination for convenience or curtailment, the Contractor shall be entitled to receive an amount equal to the cost of work performed to date, including the cost of terminated subcontracts provided that in no case shall the amount allowed exceed the maximum contract price plus authorized change orders. 2.11 TERMINATION FOR DEFAULT Page 3 of 11 Upon failure of the Contractor to make satisfactory progress or failure to abide by the terms of the contract, or to obtain, furnish or keep in force any required permit, license, bond, or insurance, the Town shall have the right to terminate the contract for default. Written notice of termination shall be mailed to the Contractor at its address upon the records of the agency. Notice shall be effective when mailed. Upon receipt of notice, The Contractor shall immediately stop work and relinquish all project files to the Town. The Town may thereafter pursue the work or hire another consultant to do so and charge the excess cost thereof to the Contractor. 2.12 DISPUTES In the event a dispute arises concerning any matter under the contract, the party wishing resolution of the dispute shall submit a request in writing to the Town Manager. The Town shall consider the request and respond in writing within ten (10) days giving findings and the reasons for them. Any person dissatisfied with the findings of the Town Manager may appeal to the Avon Town Council in writing within ten (10) days. Failure to do so waives any objection. The Town Council shall consider any matter appealed at a hearing within thirty (30) days. The decision of the Town shall be final upon matters of fact unless clearly erroneous or procured by fraud. 2.13 ASSIGNMENT OF CONTRACT The Contractor shall not assign the contract or any moneys to become due hereunder, without prior written approval of the Town of Avon. 2.14 SUBCONSULTANTS Specialty Subconsultants or Subconsultants may be used to perform such work as is customary in the Contractor's profession; however, reports required shall be presented by the Contractor (aka "Prime") who shall be liable for any faulty data, errors or omissions contained therein. All subcontracts for fieldwork shall contain clauses similar in form and substances to the equal opportunity, termination for convenience, insurance and labor clauses found in this proposal. 2.15 CONSULTANT'S REPRESENTATIVE The Contractor shall designate a member of its staff who is knowledgeable concerning this project and who has authority to act for the Contractor upon all matters pertaining to this agreement. The Contractor's representative or his designee shall be available by telephone to the Town during normal business hours (8:00 AM to 5:00 PM, Monday through Friday) for the duration of the work set forth in this proposal. 2.16 INSURANCE Page 4 of 11 A. The Contractor shall procure and maintain the minimum insurance coverages listed in this section. Such coverages shall be procured and maintained with forms and insurers acceptable to the Town. The Contractor shall not be relieved of any liability, claims, demands, or other obligations by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, durations, or types. B. Insurance shall be in the amounts required by the State of Colorado and the Town of Avon. In the event of a conflict, the higher level of coverage from these two authorities apply. The insurance coverages as required by the Town of Avon are as follows: Workmen's Compensation insurance to cover obligations imposed by applicable laws for each employee of the Contractor engaged in the performance of work under the Agreement, and Employers' Liability insurance with minimum limits of FIVE HUNDRED THOUSAND DOLLARS ($500,000) each accident, FIVE HUNDRED THOUSAND DOLLARS ($500,000) disease - policy limit, and FIVE HUNDRED THOUSAND DOLLARS ($500,000) disease - each employee. 2. Commercial General Liability insurance with limits of TWO MILLION DOLLARS ($2,000,000) per occurrence and TWO MILLION DOLLARS ($2,000,000) aggregate. The policy shall include coverage for bodily injury, broad form property damage (including completed operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent Consultants, products, and completed operations. 3. Commercial Automobile Liability insurance with minimum combined single limits for bodily injury and property damage of not less than ONE MILLION DOLLARS ($1,000,000) each occurrence and ONE MILLION DOLLARS ($1,000,000) aggregate with respect to each of the Contractor's owned, hired or non-owned vehicles or equipment assigned to or used in performance of the services. Each such vehicle shall be covered both on and off the work site. The policy shall contain a severability of interests provision. C. A certificate of insurance shall be completed by the Contractor's insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be subject to review and approval by the Town. In addition, the Town shall have the right to request and obtain copies of any insurance policies required hereunder. The certificate shall identify the Agreement and shall provide that the coverages afforded under the policies shall not be cancelled, terminated or materially changed until at least 30 days prior written notice has been given to the Town. The completed certificate of insurance shall be sent to: the Town of Avon, Attn: Patty McKenny, Town Clerk, 400 Benchmark Rd, Avon CO 81620. D. Failure on the part of the Contractor to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of Page 5 of 1 l contract upon which the Town may immediately terminate the Agreement, or at its discretion the Town may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by the Town shall be repaid by the Contractor to the Town upon demand, or the Town may offset the cost of the premiums against any monies due to the Contractor from the Town. E. The Town reserves the right to modify the insurance coverage requirements above in the final agreement to allow for lesser coverage if, in its sole judgment, the Town determines that adequate insurance is provided with a substitute arrangement. 2.17 EEO PROVISIONS The Contractor shall comply with all applicable provisions of the Regulations of the U.S. Department of Commerce (Part 8 of Subtitle 15 of the Code of Federal Regulations) issued pursuant to the Civil Rights Act of 1964, in regard to nondiscrimination in employment because of race, religion, color, sex, handicap, or national origin. The Contractor shall comply with applicable Federal, State and Local laws, rules and regulations concerning Equal Employment Opportunity. 2.18 TIME OF COMPLETION OF WORK AND EXTENSION OF TIME LIMIT The work to be done under this proposal shall be completed in its entirety on or before December 1, 2008, provided however, that the owner may in its discretion extend the time for the completion of the work without invalidating any of the provisions herein contained and without releasing any surety. Extension of time as provided above will be considered by the Town only upon receipt of written request from the Contractor, accompanied by written consent of the surety. Each request shall state the date to which the extension is desired and shall describe the conditions that have operated to prevent completion of the work within the specified time. 2.19 DUTIES AND OBLIGATIONS OF CONSULTANT The Contractor shall; A. Make payment promptly, as due, to all persons supplying to such Contractor, labor or material for the prosecution of the work provided for in the contract. B. Not permit any lien or claim to be filed or prosecuted against the Town on account of any labor or materials furnished. Page 6 of I I C. Pay to the Department of Revenue all sums withheld from employees pursuant to local/state statutes. 2.20 PAYMENT OF CLAIMS BY THE TOWN If the Contractor fails, neglects, or refuses to make prompt payment of any claim of labor or services furnished to the Contractor or Subcontractor by any person in connection with the contract as such claim became due, the Town may pay such claim to the person furnishing the labor or services, and charge the amount of the payment against funds due, or to become due the Contractor, by reason of the contract. 2.21 COMPENSATION WHEN CONTRACT TERMINATED FOR CONVENIENCE In the event of termination of a contract for convenience of the Town, provisions shall be made for the payment of compensation to the Contractor. In addition to a reasonable amount of compensation for preparatory work and for all costs and expenses arising out of termination, the amount to be paid to the Contractor: A. Shall be determined on the basis of the contract price in the case of any fully completed separate item or portion of the work for which there is a separate or unit contract price; and B. May, with respect to any other work, be a percent of the contract price equal to the percentage of the work completed. C. Shall be based upon the approved schedule of values. 2.22 INSPECTION OF PAYROLL RECORDS The Contractor agrees to the following statement: the Town, or any of its duly authorized representatives, shall have access to any books, documents, papers, and records of the Contractor which are directly pertinent to the specific contract, for the purpose of making audit, examinations, excerpts, and transcriptions. All required records must be appropriately maintained by the consultant/vendor for three years after final payment, and all other pending matters are closed. 2.23 AMOUNT OF RETAINAGE The Town shall retain an amount equal to ten percent (10%) of the contract price until final completion and acceptance of all work to be performed under the contract. 2.24 COSTS AND FEES In the event that any suit or action is commenced or arises from this proposal, each party shall bear its own costs and fees including attorney fees regardless of the outcome. This provision shall apply to the original action and any appeals. Page 7 of I 1 2.25 STANDARDS OF CONDUCT No member, officer, or employees of the Town, or its designees or agents, nor member of the governing body of agency, and no other public official of agency who exercises any functions or responsibilities with respect to this contract during his/her tenure, or for one year thereafter, shall have any interest, direct or indirect, in work to be performed in connection with this contract. All Consultants shall incorporate, or cause to be incorporated in all subcontracts, a provision prohibiting such interest. 2.26 PROHIBITION AGAINST EMPLOYMENT OF ILLEGAL ALIENS The agreement between the Town and the proposer shall contain the following language: 1. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or contract with a sub-Contractor who knowingly employs or contracts with an illegal alien to perform work under this Agreement. Execution of this Agreement by the Contractor shall constitute a certification by the Contractor that it does not knowingly employ or contract with an illegal alien and that the Contractor has participated or attempted to participate in the Basic Pilot Employment Verification Program administered by the United States Department of Homeland Security, ('Basic Pilot Program") in order to confirm the employment eligibility of all employees who are newly hired for employment in the United States. 2. The Contractor shall comply with the following: (a) The Contractor shall confirm or attempt to confirm the employment eligibility of all employees who are newly hired for employment in the United States through participation in the Basic Pilot Program. The Contractor shall apply to participate in the Basic Pilot Program every three months until all the Contractor requirements under this Agreement are completed or until the Contractor is accepted into the Basic Pilot Program, whichever occurs earlier. (b) The Contractor shall not utilize the Basic Pilot Program procedures to independently undertake pre-employment screening of job applicants. (c) The Contractor shall require each Subcontractor to certify that Subcontractor will not knowingly employ or contract with an illegal alien to perform work under this Agreement. If the Contractor obtains actual knowledge that a Subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien the Contractor shall be required to: i. Notify the Subcontractor and the Town within three (3) days that the Contractor has actual knowledge that the Subcontractor is employing or contracting with an illegal alien; and Page 8 of 11 ii. Terminate the subcontract with the Subcontractor if within three (3) days of receiving notice from the Contractor, the Subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the Subcontractor if during such three (3) days the Subcontractor provides information to establish that the Subcontractor has not knowingly employed or contracted with an illegal alien. (d) The Contractor shall comply with any reasonable request by the Department of Labor and Employment ("Department") made in the course of an investigation by the Department. 3. If the Contractor violates any provision hereof, the Town may terminate this Agreement immediately and the Contractor shall be liable to the Town for actual and consequential damages of the Town resulting from such termination and the Town shall report such violation by the Contractor to the Colorado Secretary of State as required by law. 2.27 ERRORS AND OMISSIONS, CORRECTION The Contractor warrants that they employ, either direct or through subcontract, design professionals who are professionally licensed in the State of Colorado for the specific engineering and architectural disciplines for which they will provide services in this project. As such, the Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, reports, and other services furnished by the Contractor under this Agreement. The Contractor shall, within additional compensation, correct or revise any of the Contractor's errors or deficiencies in the designs, drawings, specifications, reports, and/or other services immediately upon notification by the Town. The Contractor will not be responsible for correcting errors or deficiencies caused by Town staff in conjunction with the Contractor's services. 2.28 TOWN'S APPROVAL The Town's approval of the designs, drawings, specifications, reports or other products of this Agreement in no way relieves the Contractor from the responsibility for technical adequacy and detailed accuracy. The Town's review, approval, acceptance of, or payment for these items shall not be construed to be a waiver of any rights by the Town under this Agreement. 2.29 OWNERSHIP OF DELIVERABLES Electronic copies of all deliverables prepared by the Contractor team will be provided to the Town in original file format and immediately become property of the Town; the Town reserves the right to use this information in any way it so desires without further compensation to the Contractor team or team firm components. Surveying, mapping, Page 9 of 11 base plans, and construction drawings prepared by the Contractor team will be provided to the Town in Autocad 2007 Edition. Specifications, permitting, and planning documents shall be provided in MSWORD 2007 Edition. All deliverables shall also be provided as cohesive *.pdf files (e.g., by CD or from an eRoom or ftp site) for ease of file sharing and posting on the Town's web site. 2.30 PROHIBITION AGAINST EMPLOYMENT OF ILLEGAL ALIENS The Contractor shall not: (A) Knowingly employ or contract with an illegal alien who will perform work under the public contract for services; or (B) Enter into a contract with a Subcontractor that fails to certify to the Contactor that the Subcontractor shall not knowingly employ or contract with an illegal alien who is newly hired to perform work under the public contract for services. 2. The Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under the public contract for services through participation in either the employment verification program established pursuant to C.R.S. 8-17.5-102(5) ("the Department Program") or the electronic employment verification program created in Public Law 104-208, as amended, and expanded in Public Law 108-156, as amended and jointly administered by the United States Department of Homeland Security and the Social Security Administration , or its successor program ("the E-verify Program") 3. The. Contractor shall use either the E-verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this public contract for services is being performed. 4. The Contractor shall, within twenty days after hiring an employee who is newly hired for employment to perform work under the public contract, affirm that the Contractor has examined the legal work status of such employee, retained file copies of the documents required by 8 U.S.C. 1324a, and not altered or falsified the identification documents for such employees. The Contractor shall provide a written, notarized copy of the affirmation to the Town. 5. If the Contractor obtains actual knowledge that a Subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall: (A) Notify the Subcontractor and the Town within three days that the Contractor has actual knowledge that the Subcontractor is employing or contracting with an illegal alien; and Page 10 of 11 (B) Terminate the subcontract with the Subcontractor if within three days of receiving the notice required pursuant to paragraph 4(A) the Subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the contract with the Subcontractor if during such three days the Subcontractor provides information to establish that the Subcontractor has not knowingly employed or contracted with an illegal alien. 5. The Contract shall comply with any reasonable request by the Colorado Department of Labor and Employment ("the Department') made in the course of an investigation that the Department is undertaking pursuant to C.R.S. 8-17.5-102(5)(a). 6. If a Contractor violates a provision of the public contract for services required pursuant to paragraphs 1-5, the Town may terminate the contract for breach of the contract. If the contract is so terminated, the Contractor shall be liable for actual and consequential damages to the Town. This Agreement (consisting of Pages 1 to 11 inclusive) and Exhibit A identified above constitute the entire Agreement between the Town and the Contractor and supersede all prior written, oral, or electronic understandings. This Agreement may only be amended, supplemented, modified, or cancelled by a duly executed written instrument. IN WITNESS WHEREOF, the Parties hereto have executed this Agreement. Town/Ow Signature: By: Date: Address for Giving Notice: Contractor: Signature: By: Mike Hankard President Date: to - /9- ce Town of Avon Hankard Environmental, Inc. P.O. Box 975 100 Park Ave. 400 Benchmark Rd. Verona, WI 53593 Avon, CO 81620 Page I 1 of I I Exhibit A Scope of Work for Agreement between the Town of Avon and Hankard Environmental for a "Noise Study" HAND ENVIRONMENTAL A^.OUS TICS AND VIRrATION CONS- TING June 3, 2008 Jennifer L. Strehler, P.E., M.B.A. Director of Public Works and Transportation Town of Avon P.O. Box 975 400 Benchmark Road Avon, Colorado 81620 Re: Proposal to Analyze Highway Noise Berm in Avon, Colorado Dear Ms. Strehler, Per you request, the following is a proposal to have Hankard Environmental conduct highway noise measurements and analyses for a proposed berm along Interstate 70 (1-70) in Avon, Colorado. Our analysis will determine existing noise levels (no berm), noise levels after the berm is constructed, and the amount of noise reduction that will be provided by the berm. We will provide a report that will document the different acoustical quantities that the Colorado Department of Transportation (CDOT) requires. The following provides a description of our qualifications, a scope of work, schedule, and cost. QUALIFICATIONS Hankard Environmental has been conducting noise studies in Colorado for over 15 years. We have analyzed dozens of highway noise issues for CDOT, as well as for local agencies, developers, architects and homeowners. We are very familiar with the 1-70 Mountain Corridor and have conducted a variety of noise measurements and studies within the area, including Vail, Eagle-Vail, Eagle, and Cordillera. Hankard Environmental has conducted extensive highway noise measurements in the Vail Valley, as well as analyzed barriers and berms using the Federal Highway Administrations Traffic Noise Model (TNM) software program. We have gained a great deal of respect for our analyses throughout the CDOT organization. Please refer to www.hankardinc.com for additional information. SCOPE OF WORK TASK 1 - Analyze the Effectiveness of the Proposed Berm: We will construct a software model of the project site, validate the model by comparing its output to measured noise levels, and use the model to predict the effectiveness of proposed berm design(s). Specific work tasks include: Colorado . Wisconsin . Maine phone (303) 666-0617 • fax (303) 600-0282 • www.hankardinc.com H-TANKARD ENVIRONMENTAL ZEE __~=-s = a==a_-_ Accuse cs nNO VIRRA-ION C045LLTING ■ Gather project design data, including proposed topography, site layout, existing and future traffic data, etc. ■ Conduct short-term noise measurements on the project site. This includes measuring both traffic noise levels and monitoring the corresponding traffic conditions for the purpose of validating a noise model of the site. • Construct a Traffic Noise Model (TNM) of the site and use the model to predict the traffic noise level at sensitive locations (residences, schools) for existing conditions and for various berm alternatives. Predicted levels will be compared to CDOT standards. ■ Analyze the effectiveness of noise mitigation. Noise barriers will be analyzed using TNM, and a recommended length and height of the barrier will be provided along with the preferred location (unless already specified). ■ Document results in a report. A report will be provided that provides all the necessary technical details and results with the intent that it will be submitted to CDOT for their use is reviewing the proposed berm. TASK 2 - Conduct Long-Term Noise Measurements: Long-term (-one week) noise measurements are the best way to describe existing highway noise levels. They clearly show how traffic noise levels fluctuate over the course of the day and night. While these measurements are not necessary in order to comply with CDOT requirements, this data is very useful from the standpoint of justifying the project. Specific work tasks include: ■ Install three long-term noise monitors on site. ■ Recover, download, plot, and analyze noise measurement data for each site. ■ Document the results in a report. This would include all necessary technical details such as the measurement locations, equipment used, and a graphical display of the results. TASK 3 - Attend Meetings and/or Hearings: We are available to attend design meetings, agency meetings, etc., as needed. SCHEDULE AND AVAILABILITY We can complete Tasks 1 and 2 within four weeks of receiving a written notice-to-proceed. Delays to this schedule can occur due to inclement weather and/or to delays in receiving requested data (such as mapping and traffic volumes). Proposal to Analyze Highway Noise for Proposed Berm in Avon, Colorado page 2 June 3, 2008 HANKARD "ENVIRONMENTAL _ZE~c~- Acousi cs AND VIORA`ION C.CNSLITING COST All work can be completed on a fixed-price or time-and-materials basis. The estimated cost for Task 1 is $5,500. The estimated cost for Task 2 is $3,900. The estimated cost for Task 3 is around $500 per on-site meeting. Each estimate includes all labor, expenses, and measurement equipment rental. A majority of this work will be completed by Mr. Jeff Cerjan, who has over 10 years of direct experience in highway noise measurement and analysis. Our 2008 Schedule of Charges is attached. Thank you for soliciting our input on this project. Please call if you have any questions. If this proposal is satisfactory, please advise me of your desired contracting mechanism. Sincerely, 9--- Jeff Cerjan Senior Engineer Attachment: 2008 Schedule of Charges Proposal to Analyze Highway Noise for Proposed Berm in Avon, Colorado page 3 June 3, 2008 HAND "ENVIRONMENTAL ACOUSTICS AND VIQQAIION CONSULTING 2008 Schedule of Charges Labor: Expert Witness Principal Senior Engineer Staff Engineer Technical Support Travel Expenses: Mileage: Direct Expenses: Computer Equipment: Measurement Equipment: $150.00 per hour $135.00 per hour $105.00 per hour $85.00 per hour $60.00 per hour At Cost $0.50 per mile At cost No Charge Type I Third Octave Meter Type I Octave Meter Type I Noise Meter Type II Noise Meter Vibration Meter Meteorological Station Radar Gun Video Camera Traffic Radar System $150/day, $500/week $125/day, $400/week $100/day, $300/week $75/day, $250/week $125/day, $4001week $75/day, $150/week $50/day, $100/week $50/day, $100/week $150/day, $500/week Denver Colorado • Madison Wisconsin . Portland Maine phone: (303) 666-0617 • fax (303) 600-0282 a www.hankardinc.com