Last Updated: 7/22/2024
NEGOTIATION HANDBOOK
PROFESSIONAL SERVICES CONTRACTS
FLORIDA DEPARTMENT OF TRANSPORTATION
Update History:
Date of Update
Section Changed
Page Numbers
9/7/2007 Attachment D – Current Averages D – 1
9/ 24/2008
Attachment B
Field Crew Supervisor job class added
B
2 thru 3
12/11/2008 Attachment D – Current Averages & Department Limits D – 1 thru 2
12/24/2008 Update Operating Margin Guidelines, Section 5.0 9-13
4/06/09 Removed Salary Escalation Section 4
2/14/11 Updated Identification of the basis for proposed rates on page 4;
Updated Direct Expense information, pages 5-6; Updated Sub costs
information on page 6; Updated Operating Margin Section, pages 7-
11; Updated Standard Classes in Attachment B; Updated averages
for Overhead, Exp, & FCCM in Attachment D; Updated Self-
Certification Form in Attachment E; Updated Attachment F; Added
Certification of Use of
Lower Tier Subs in Attachment J
.
1- 14;
Attachments
B, D, E, F, J
6/13/11 Expanded guidance related to compensation, Section 4a(2). 5
7/24/12 Updated averages for Overhead, Exp, & FCCM in Attachment D Attachment D
9/18/12 Contract Modifications- Rate Adjustments to Professional Services
Consultant Contracts
Page 15
9/18/12 Added Policy Statement on Use of Field Office Rates for On-
Premises Consultant Employees
Attachment K
2/5/2013 Update Attachment D – Current Avgs & Dept. Limits D1 – D2
5/15/2013 Update Attachment B – Add Two New CEI Job Classes Attachment B
2/19/2014 Negotiation of cost of services section,
Negotiation of Method of Compensation, Documentation of
Negotiations, Termination of Negotiations
Update Attachment D – Current Avgs & Dept. Limits,
Update Attachment E – Self-Certification of Accounting System and
Reimbursement Rates
Replace Attachment G – Reimbursement of Permits
Update Attachment H – Policy for Use of Department Space and
Equipment
Update
dollar threshold for requiring overhead audit
Attachment
D,
Attachment E,
Attachment
G,
Attachment H
10/31/2014 Added Contract Duration Adjustment Factor 13
11/25/2014 Added Negotiation of Rates for Construction Engineering Inspection
6
1/7/2015 Update Attachment D – Current Avgs & Dept. Limits D1 – D2
2/10/2015 Update Attachment B – FDOT Standard Job Classes
Add Attachment L - Standard Items and Item Descriptions for
Geotechnical and Materials
Testing
firms
Attachment B
Attachment L
2/20/2015 Update Attachment B – Add New Job Class Attachment B
4/30/2015 Update Senior Project Engineer and CEI Senior Project Engineer’s
definitions
Attachment B
7/17/2015 CEI Senior Project Engineer’s definitions Attachment B
7/22/2015 Update Sole Proprietor Costs 8
9/16/2015 Update Sub-Consultant/Subcontractor/sub-vendor costs
Add new Attachment, Attachment M – Simplified Self-Certification
for Non
-
Professional Services Firms
8
Attachment M
10/6/2015 Edit cleanup Pages 1-9
1/11/2016 Update Attachment B – FDOT Standard Job Classes
Update Attachment D
Current Avgs & Dept. Limits
Attachment B
Attachment D
1/29/2016 Update Operating Margin Guidelines; Attachment N Section 4 and
5; Attachment
N
2/24/2016 Minor updates to qualifications for several engineering job
classifications
Attachment B
10/10/2016 Update Job Classifications Attachment B
5/31/2017 Update Attachment D – Current Avgs & Dept. Limits
Update Job Classifications
Methods of Compensation updates
Classifying consultant staff updates
Update Attachment C
Update Attachment G
Attachment D
Attachment B
Attachment C
Attachment G
2/2/2018 Updated Attachment B – Job Classifications
Updated Attachment D
Current Avgs & Dept. Limits
Attachment B
Attachment
D
1/2/2019 Updated Attachment B – Job Classifications
Updated Attachment L - Standard Items and Item Descriptions for
Geotechnical and Materials Testing firms
Updated Attachment D – Current Avgs & Dept. Limits
Updated Attachment J - Certification of Use of Subs and all Lower
Tier Subs
Attachment B
Attachment L
Attachment D
Attachment J
3/29/2019 Clarified what is included in Utility costs when reimbursed as direct
project cost for field office
Updated Attachment L – Standard Items and Item Descriptions for
Geotechnical and Materials Testing Firms
Attachment L
1/13/2020 Updated Attachment D – Current Avgs & Dept. Limits Attachment D
2/13/2020 Updated Home and Field Office Language
Updated Attachment L – Standard Items and Item Descriptions for
Geotechnical and Materials Testing Firms
Attachment L
12/18/2020 Clarified what is included in Utility costs when reimbursed as direct
project cost for field office
Updated Attachment L – Standard Items and Item Descriptions for
Geotechnical and Materials Testing Firms
Attachment L
6/28/2021 Updated PE job classifications
Updated Attachment D
Current Avgs & Dept. Limits
Attachment B
Attachment D
9/1/2021 Added Approved Rates to Attachment L Attachment L
3/23/2022 Updated Attachment B – CEI Job Classifications updated in
accordance with CEI Scope of Services.
Crew rates created for Surveying and Mapping
Attachment B
8/26/2022 Updated Attachment B – CEI Job Classifications updated in
accordance with CEI Scope of Services.
Add new section
-
Eligible Job Reclassifications
Attachment B
9/21/2022 Updated Attachment L – Standard Items and Item Descriptions for
Geotechnical and Materials Testing Firms
Attachment L
11/7/2022 Updated Attachment D – Current Avgs & Dept. Limits Attachment D
1/27/2023 Updated Attachment B – CEI Job Classifications updated in
accordance with CEI Scope of Services.
Updated Attachment L - Standard Items and Item Descriptions for
Geotechnical and Materials Testing Firms
Attachment B
Attachment L
6/9/2023 Updated Attachment B
Updated Attachment L
Attachment B
Attachment L
9/1/2023 Updated Attachment B
Updated Attachment L
Attachment B
Attachment L
6/14/2024 Updated section 4(a)(5)
Updated Attachment B
Updated Attachment D
Current Avgs & Dept. Limits
Attachment B
Attachment D
7/22/2024 Updated Attachment B Attachment B
NEGOTIATION HANDBOOK
PROFESSIONAL SERVICES CONTRACTS
FLORIDA DEPARTMENT OF TRANSPORTATION
Contents
1. Fee Proposals ........................................................................................................................... 2
2. Negotiation of Scope of Services ............................................................................................ 2
3. Negotiation of Work Effort ..................................................................................................... 3
4. Negotiation of Cost of Services .............................................................................................. 4
a. Wage rates ................................................................................................................... 4
b. Overhead ..................................................................................................................... 9
c. Direct expenses ......................................................................................................... 10
d. Sub-consultant/subcontractor/sub-vendor costs ........................................................ 11
5. Negotiation of Operating Margin plus Contract Duration Adjustment Factor ...................... 12
6. Negotiation of Method of Compensation .............................................................................. 17
7. Documentation of Negotiations ............................................................................................ 18
8. Termination of Negotiations .................................................................................................. 18
9. Contract Modifications .......................................................................................................... 19
10. Eligible Job Reclassifications ................................................................................................. 20
Attachments ....................................................................................................................................... 21
A. Automated Fee Proposal Guidelines
B. FDOT Standard Job Classes
C. Average Actual Salary Rates and Average Negotiated Rates
D. Current Averages for Audited Overhead, Expense, and FCCM Rates
E. Self Certification of Accounting System and Reimbursement Rates
F. Guidelines for Field Offices
G. Reimbursement of Permits
H. Use of Department Space and Equipment by Consultants
I. Administrative Add Ons for Subconsultant Costs
J. Certification of Use of Subs and all Lower Tier Subs
K. Use of Field Office Rates for On-Premises Consultant Employees
L. Standard Items and Item Descriptions for Geotechnical and Materials Testing firms
M. Simplified Self Certification for Non-Professional Services Firms
N. Guideline for PE Acceleration Opportunities
1
NEGOTIATION GUIDELINES
PROFESSIONAL SERVICES CONTRACTS
FLORIDA DEPARTMENT OF TRANSPORTATION
Introduction
Florida law requires state agencies to acquire Professional Services by competitive negotiation. The
process mandated by statute (287.055, 337.107 and 337.1075, Florida Statutes), Administrative Rule
(14-75, Florida Administrative Code), and departmental procedures (FDOT 375-030-002) requires a
competitive selection of the consultants based on qualifications, followed by a competitive negotiation
process to establish a fee for the desired services. The objective of the total consultant acquisition
process is the selection of a well-qualified firm at a fee that is fair, competitive and reasonable to both
the state agency and the consultant. Negotiations should be conducted in good faith, recognizing that
compromise may be required to achieve an equitable contract. The Department’s negotiators must
recognize the legitimate interest of the consultant industry in recovering their costs and making a
reasonable profit when performing work for the Department. Conversely, the consultants must
recognize the legitimate interest of the Department in receiving quality work at a fair, competitive and
reasonable cost, to accomplish the work program while maximizing the use of taxpayers’ dollars. A
contract that is beneficial to both parties is the desired outcome of a successful negotiation.
The negotiation portion of the consultant acquisition process consists of establishing agreement between
the Department and the Consultant on the following major points:
1. Scope of services to be performed
2. Work effort required (both quantity and level of personnel required)
3. Cost of services
a. Wage rates
b. Overhead cost
c. FCCM
d. Direct expenses
e. Subconsultant costs
f. Operating margin and contract duration adjustment factor (CDAF)
4. Method of compensation
The following information provides general guidelines for the negotiation process. Although the
various components are described separately, the negotiation process should be approached from a
holistic perspective since scope, work effort and cost are interrelated. The negotiation of one of these
variables might have a significant impact on the other two. Both project management personnel and
professional services staff should be involved in negotiating the contract terms for the Department.
Typically, the project management personnel would assume the lead role in negotiating the scope of
services and staff hour requirements, while professional services would assume the lead with costs and
method of compensation. However, it is strongly recommended that one person have primary
responsibility for the negotiation and participate in all phases of the process.
2
Negotiation Procedures
1. Fee Proposals
At the completion of final selection, the number one ranked firm should be requested to provide
comments on the scope of services, as well as a detailed staff hour estimate where appropriate, a fee
proposal in standard format, and support for all costs contained in the fee proposal. Attachment A
provides the Department’s Automated Fee Proposal Guidelines.
Florida Statutes specifically require the Department to conduct a detailed analysis of costs for
contracts acquired under the Consultants Competitive Negotiation Act, and the fee proposal must
provide sufficient information to allow this. The fee proposal should be reviewed as well as
supporting information. Any errors, deficiencies, omissions, etc., noted during the review of the fee
proposal by the Professional Services Unit (PSU) will be brought to the attention of the selected
Consultant, and corrected data will be requested immediately.
2. Negotiation of Scope of Services
The final negotiated scope of services should be tailored to ensure a mutual understanding of the
project. During this negotiation process each work activity or milestone should be discussed to
determine how it is to be accomplished, the nature of the deliverable, and its format. If the
consultant's understanding is not in accord with that of the Department, discussions should be
conducted to arrive at a mutual understanding of the services to be accomplished, the method by
which it will be accomplished, and the nature of the final product. Either party to the negotiations
should feel free to request written confirmation in the form of modification of the scope to reflect
agreed-to terms.
The scope of services is one of the major factors affecting the fee for consultant services since it
defines the nature and volume of work to be performed. A well written scope of services establishes
the tasks to be performed, materials to be delivered, meetings to be attended, schedule to be met,
equipment that will be used, standards that will be followed, and responsibilities of both the
consultant and the Department.
The detail established in the scope of services sets the stage for subsequent negotiations. A detailed
and thorough scope of services leads to an understanding of the services needed to complete the
assigned project as well as an understanding of the sequence of tasks to be accomplished. This
allows for informed development of the staff-hour estimates and project fee.
The scope of services should be prepared in standard Department format. A standard scope of
services is available on the Department’s website for project development & environmental studies
(PD&E), highway and bridge/structural design, construction engineering & inspection (CEI), and
district geotechnical and materials testing projects. The standard scope of services should be used,
where practical, however, modifications should be made to reflect the actual agreed-to terms and
requirements for the specific project. This will facilitate preparation and evaluation of staff hour
estimates, and any desired modification of the scope during the negotiation process.
Following are typical major items within the scope of services requiring negotiation:
3
a. Work activities
b. Deliverables
c. Numbers of and types of meetings, presentations, etc. to be attended or provided
d. Schedule for project services
e. Division of responsibilities and relationship between Consultant and Department
3. Negotiation of Work Effort
The objective of this process is to ensure that the proposed staff hours are reasonable for the specific
project. It is also critical to determine if a reasonable distribution of work among various levels of
staff is proposed to ensure the most economical staffing commensurate with the complexity of the
project.
Upon receipt by the Department of the Consultant's staff hour estimate, the Department's estimate
shall be provided to the consultant. The Consultant's staff hour estimate should be compared with
the Department's and the differences evaluated. Discussions will be conducted with the Consultant
to resolve differences between the Department and consultant staff hour estimates. As with the
entire negotiations process, a record should be kept of the key points discussed and the resulting
resolution.
The basis for an accurate staff hour estimate is a well-developed scope of services. With such a
basis, a series of work activities may be readily identified as staffing elements. Those elements
should be used for both the Department and consultant estimates for ease of reconciliation. The
estimates by both parties should be made in the same standard format. Standard Staff Hour
Estimation forms are available in Excel format for PD&E, highway and bridge/structural design
projects on the Department’s Project Management/Production Support Office website. For PD&E,
highway and bridge/structural design, the Department’s Staff Hour Estimating spreadsheet forms
must be used by both the Department’s project manager and the selected consultant in preparing the
staff hour estimate to facilitate the negotiation process.
The published typical ranges of staff hour effort should be treated as only a beginning point. Each
project must be independently evaluated to determine a fair estimate of required staff hours. The
basis for the estimate should be the specific requirements for the project under consideration together
with a history of actual staff requirements for past projects with similar requirements. Where
specific requirements cannot be identified during the negotiation phase, a limiting amount will be
made to serve as the basis of the contract.
Following are the major items relating to work effort requiring negotiation:
a. Staff hours, overtime, survey crew days, etc.
b. Levels of personnel required
c. Distribution of work among levels of personnel
d. Subconsultants (Quantity of work effort, personnel)
e. Delineation of work to be provided by consultant, the Department, or others
4
4. Negotiation of Cost of Services
a. Wage rates:
In accordance with Florida Statute, the PSU must perform a cost analysis to ensure the
proposed costs are reasonable, accurate and allowable.
The fee proposal must contain a certification that any direct costs proposed are not included
as overhead in the Consultant's accounting system (Form No. 375-030-39). The certification
should be signed by the Consultant's comptroller, chief financial officer, accountant, or other
appropriate person who is knowledgeable of the Consultant's normal accounting
requirements. At a minimum, the review of the fee proposal by the PSU must include the
following:
(1) Identification of the basis for rates
(a) The wage rates must be certified in writing as being current and accurate by a
responsible company official. The Department will require payroll registers
to confirm the accuracy of the pay rates. The submittal will contain a
certification from a responsible company official that the rates are actual
current rates on that particular date. A payroll register is defined as a record
of pay details for an employee during a specified pay period. The payroll
register will display the following information about the employee: name of
employee, date, date range, hours (regular and overtime), gross pay,
deductions, taxes withheld, and net pay. A payroll register is not a monthly
projection, payroll forecast, or certified pay rate. Confidential information
may be redacted. When negotiating a new contract, Procurement uses
resumes to validate and confirm employee job classification in accordance
with the Typical Definitions in Attachment B, with the exception of any
CTQP needs. CTQP shall be verified by the FDOT Project Manager. In the
event that a newly hired employee’s payroll register is not yet available, an
official offer letter countersigned by both parties (inclusive of a rate and start
date) shall be provided.
(b) If averages for select employees are used, payroll information of how the
average rate was computed (i.e., straight average, weighted average, etc.)
must be provided. When this is the case, care should be taken that only
employees actually committed to and needed for the project are used in
computing the average.
(c) Consultants (geotechnical, aerial photography, etc.) that normally work on a
unit price basis will be required to provide a copy of their standard fee
schedule and attest that the fees contained therein are their normal fees for
such services (whether performed for private or governmental clients). In
addition, identification of the cost basis for such rates (i.e. labor hours and
wage rates, overhead and operating margin, equipment use rates verified by
audit, etc.) should be required where practical. Firms who are compensated
in whole or in part using fee schedule rates will be required to complete a
5
certification statement during contract negotiations, attesting to full
disclosure of intended use of lower tier subconsultants/subcontractors/sub-
vendors, including use of drilling subs. All lower tiered subconsultants/sub-
contractors/subvendors must be named in the agreement in accordance with
Section 4 of the Standard Professional Services Agreement in order to be
considered an authorized subconsultant/subcontractor/subvendor.
Geotechnical and Material Testing firms shall utilize the Standard Items and
Item Descriptions for Geotechnical and Materials Testing firms identified in
Attachment L when submitting the AFP.
(d) The Department has standardized the material and geotechnical testing rates
(pay items). The listing of the Standard Items and Item Descriptions for
geotechnical and materials testing pay items is available in Attachment L of
the Negotiation Handbook, as previously referenced. Please utilize the
standard numbering convention when proposing geotechnical and materials
testing pay items. In an effort to promote uniformity and consistency during
negotiation of these rates, it shall be the Department’s policy to compensate
firms for geotechnical and materials testing pay items based on the firm’s
submitted pay item rate, up to the mean/average proposed rate for that pay
item, in accordance with the Department’s Table 6 Loaded Rates Report
available on the Procurement Internet site at:
https://www.fdot.gov/procurement/InternetReports.shtm#jobclass
(based on one year of data obtained from the Table 6 Loaded Rates Report
for the District). If there are insufficient data to provide a District average for
a given pay item, the District may utilize the proposed statewide
mean/average as the maximum, for material and geotechnical testing pay
items.
(2) Steps for classifying consultant staff in accordance with standard job classes
Consultants shall adhere to use of the standard job classes in the Negotiation
Handbook when classifying consultant staff, in order to ensure consistency and
uniformity in the establishment of contract rates. During contract negotiations, the
consultant shall propose staff within standard job classes as referenced in the AFP
and Attachment B, and shall submit resumes. The resumes are used by FDOT
Procurement staff to validate and confirm the proposed job classifications.
Procurement reviews the proposed staff within a classification, checking resume
information against the definition in Attachment B. Consultant staff who do not fit
the definition for the job class will need to be reclassified. For purposes of
establishing contract job classes, consultant staff are classified according to the
classification definition provided in the Negotiation Handbook, and are not classified
based on the position or title they may hold within their firm. Standard Job Classes
in the Negotiation Handbook are used for aggregating similar staff based on years of
experience, education, and licensure/certification.
Procurement will use the Negotiation Handbook to correlate proposed consultant
6
staff to the appropriate classification. The consultant staff-person shall be classified
based on the highest level job class that matches his/her total years of experience,
education, and licensure/certification, in accordance with the FDOT Standard Job
Class definitions. Consultation with Central Office Procurement may be necessary
for classification of consultant staff in positions with limited definitions within the
Negotiation Handbook.
Once proposed consultant staff are properly classified, Procurement will accept the
position contract rate based on actual current salary rates of staff within the position
(as supported by payroll registers). The staffing pool and percentage use of staff
(weighting) within the same job class can be negotiated based on scope and project
needs. Only staff actually committed to and needed for the project are to be used in
computing the contract rate. The 75th percentile shall be used as the benchmark for
CEI job classes on CEI contracts, in accordance with Section (4) of Negotiation
Procedures, FDOT Negotiation Handbook. The 75th percentile for a CEI job class
on a CEI contract may be exceeded due to CEI project complexity. Procurement
does not determine CEI project complexity; this is established by the Construction
Office, District Construction Engineer.
Classifications are established for the prime firm, and for each of the sub firms.
Prime and sub staff are not combined; separate job classes are established for each
separate consultant firm. If a firm does not have staff to fill all necessary positions
required for their activity, Procurement will inform the prime consultant. The
Department will either move forward with the classifications as they are, or as a
point of negotiation, the Department may consider the consultant’s proposal of staff
from other higher classifications that can also perform that function. Since these
staff will not generally fit within the classification, they may be at a wage rate higher
than the range of rates paid for that classification (as supported by the wage rate
data). In such instances, for purposes of negotiating the contract rate used to
establish the consultant fee or to establish contract rates, FDOT will propose the
mean/average for that classification (based on one year of data obtained from the
Consultant Wage Rate Report for the District). Note; this is not a cap of the
consultant’s rates. This scenario sometimes occurs with subs, for example, where a
Principal of a firm is being proposed for multiple classifications including lower
classifications. The individual shall be classified based on the highest job
classification in accordance with their resume and the classification definition their
experience, education, etc., would correlate to within the Standard Job Classes in the
Negotiation Handbook. If the individual is also being proposed in multiple lower job
classes, the Department will need to make a determination whether the individual is
needed to fill those lower job classes. If the FDOT Project Manager agrees that they
are, the Department will offer the mean/average for that classification or the
individual’s actual salary, whichever is lower, to be used for purposes of establishing
the contract rate for a job classification where the individual exceeds the qualification
requirements.
(3) Negotiation of salary rates or compensation
7
Consultants with audited overhead rates who maintain a published fee schedule but
do not bill exclusively from the schedule must maintain a job cost accounting system
for their hourly services. However, the direct costs of services billed on cost-based
rates or scheduled fees, shall be excluded from the calculation of direct expense
rates. The accounting system description will include assurance of the segregation of
the costs to deliver fee or rate based services from the costs associated with hourly
services. The Basis of Accounting and Description of Accounting System Note
should contain the following text, or text containing the same essential elements:
“The Company maintains a job-order cost accounting system for the recording and
accumulation of costs incurred under its contracts. Direct costs incurred in providing
services billed to clients at unit rates or on the basis of a published fee schedule are
charged by functional accounts and accumulated as a single project or grouping to
allow segregation of such costs from other direct costs. Each project is assigned a job
number so that costs may be segregated and accumulated in the Company’s job-order
cost accounting system.”
A comparison of the actual current salary rates with prevailing rates for the class of
personnel will be performed. The Consultant Wage Rate Report on the Procurement
website provides wage rate statistics for various Consultant staff classifications by
district. The Consultant Wage Rate Report can be accessed at the following link:
http://fdot.gov/procurement/InternetReports.shtm#jobclass
The Consultant Wage Rate Report shall be run and printed on the submittal due date
for the Automated Fee Proposal or the actual date the Automated Fee Proposal is
received by the department, whichever occurs first. If personnel with unusually high
salaries are proposed, the negotiators must determine whether there is sufficient need
for that individual to justify their work on the project at that rate. If there is not a
legitimate need for their expertise, they will not be allowed to bill time on the
project. The Department may negotiate contract rates as averages for employee
classifications.
Arbitrary or across the board limitations on direct salary/wage rates which do not
consider the factors prescribed in the Federal Acquisition Regulation (FAR) cost
principles are contrary to the requirements of the Federal Brooks Act, 40 U.S.C.
1104(a)), which requires fair and reasonable compensation considering the scope,
complexity, professional nature, and value of the services to be rendered (as required
in 23 U.S.C. 112(b)(2). Additionally, if limitations or benchmarks on direct salary
rates and total compensation are too low, it could limit the number of firms and the
qualifications of the firms which submit proposals to perform work on projects.
Furthermore, direct labor limitations or benchmarks not supported by the cost
principles create associated disallowed indirect costs which effectively limits the
calculated indirect cost rate, contrary to 23 U.S.C. 112(b)(2)(D) and 23 CFR
172.7(b).
(4) Negotiation of Rates for Construction Engineering Inspection
8
When negotiating professional services contracts for Construction Engineering
Inspection (CEI), FDOT has established a benchmark, based on the Consultant Wage
Rate Report (link provided in Attachment C). This database of wage rate
information is provided by employee classification, and by geographic location
(district).
For purposes of negotiating CEI consultant personnel direct salaries by job
classification, FDOT will analyze the experience and quality of the individual
proposed for rate determination and use the appropriate district 75
th
percentile by job
classification (i.e., upper quartile) as the maximum limit, based on one year history
of actual unloaded rates. Where there are multiple staff proposed in a single
classification, the 75
th
percentile should be applied to the weighted average or the
straight average, as applicable. However, the 75
th
percentile may be exceeded when
warranted by project complexity. When the 75th percentile is exceeded, it will only
be for the select position(s) that warrant such an increase, as determined by the
assigned Construction Office. A complex CEI project is defined as one that has
numerous complicated traffic phases, involves highly technical construction features
requiring specialized skills of the inspection staff. A complex project may also
include complex involvement by multiple third parties (i.e., multiple utility
relocations, railroads, airports, regulatory agencies, municipalities). The size of the
project will not necessarily determine whether the construction project is complex.
Large, repetitive projects on their own are not considered complex. The project
complexity and essential staff requirements shall be addressed by the Department’s
representative and/or the Technical Review Committee at the Consultant marketing
meetings, the pre-proposal meeting, and the project scoping meeting held after the #1
ranked consultant is selected. For purposes of assessing the 75th percentile values
during contract negotiation, the Wage Rate Report shall be run and printed on the
submittal due date for the Automated Fee Proposal. In some cases, the Consultant
and Department may agree to review and use other geographic data (other District or
Statewide wage rate data,) due to limited or an absence of data for a particular
classification in the project District report. This determination shall occur at the
project scoping meeting after final selection. The Construction Office will also
finalize the determination of essential positions, if any, that warrant an exception to
the 75th percentile at the project scoping meeting.
(5) Survey crew rates on Professional Service contracts shall be comprised of the
following:
SUR 4-Person Survey Crew
SUR Crew Chief
SUR Instrument Operator
SUR Rod Person
SUR Rod Person
SUR 3-person Survey Crew
SUR Crew Chief
SUR Instrument Operator
SUR Rod Person
SUR 2-Person Survey Crew
9
SUR Crew Chief
SUR Instrument Operator
Any deviations from standard Survey Crew composition must be approved in
writing by the District Surveyor.
b. Overhead:
(1) If the Consultant is prequalified at the unlimited level with the Department, a copy of
the Procurement Office's prequalification letter with the approved overhead rate
should be included in the fee proposal. Audited overhead rates are not negotiated.
The Consultant's actual approved overhead rate as reflected in the letter of approval
or in the Professional Services Information System will be used. If the Consultant
voluntarily proposes to use a lower overhead rate than the current audit in order to
keep overall project costs competitive, the Department may accept the lower
overhead. The use of a lower overhead rate will not be a requirement for contracting.
The average overhead rates for both home office and field office overhead are
included in Attachment D. These average overhead rates are provided for
comparison purposes. They are one of the tools the Department’s negotiators may
use to determine the competitiveness of the overall costs proposed. The submission
of an updated overhead audit after the end of the Consultant’s fiscal year is required
as part of the prequalification renewal process.
(2) If the proposed project requires the establishment of a field office, a separate
overhead rate for the field office must be submitted. If the Consultant does not have
an approved field office overhead rate which has been established through the
prequalification process, a field office overhead rate will be prepared by the
Consultant in accordance with the instructions contained in Chapter 5.6 of the
AASHTO Uniform Audit and Accounting Guide (see Table 5-6, page 42), available
on the Procurement Office website.
(3) If the majority of the Consultant staff’s time (i.e., greater than 20 hours per week on
average) are anticipated to be at Department facilities, the field rate should be used.
If the majority of the Consultant staff’s time (i.e., greater than 20 hours per week on
average) are anticipated to be at the home office, then the home office rates should be
used.
(4) For contracts with fees less than $500,000, the Department is authorized to contract
with firms without an audited overhead rate. The Consultant must provide a self-
certified overhead determination in the standard format provided in Attachment E for
review by the Rate Review Auditor in Central Office Procurement. The average
overhead rates provided in Attachment D will be used as caps on maximum awarded
overhead (indirect costs) rates for firms who submit unaudited rates, including
interim reimbursement rates, self-certified reimbursement rates, and job cost
accounting system review reimbursement rates for use on professional services
contracts.
10
c. Direct expenses:
Direct project expenses will be compensated using the direct expense rate which is required
as a part of annual overhead audits performed for fiscal years ending December 31, 2002 and
after. All professional services contracts negotiated since October 1, 2003 have included
reimbursement of direct expenses by application of a direct expense rate based on the audit
listing of direct costs in relation to the direct labor base. Separate audited rates are required
for home office expenses and field office expenses. These rates represent the ratio of direct
expenses to actual direct labor excluding premium overtime. Field office set up,
mobilization, de-mobilization, rent, and utilities costs are excluded from the audited field
office direct expense rate in the audit submittal. The Department will reimburse the costs of
field office set up, mobilization, de-mobilization, rent, and utility costs as a direct project
cost on the contract rather than through the field office direct expense percentage, provided
the aforementioned costs are documented by appropriate receipts. Utility costs to be
reimbursed as a direct project cost are: electricity, water, natural gas, sewer, internet service,
trash pick-up, and hook-up fees associated with the aforementioned utilities. Field office
set-up/mobilization and de-mobilization charges involved with transporting the trailer to and
from the job site may also be reimbursed. Utility costs associated with phone services will
not be reimbursed as a direct project charge. Charges for furniture, supplies, insurance,
cleaning, and equipment (including fax, copier, computer, and phone equipment), and all
phone services are included in the direct expense percentage and are not compensated as an
itemized expense directly on the contract. Of course, if the field office is provided through
the construction contract or by the Department on another contract, the Consultant does not
incur rent or utilities costs, so they cannot be invoiced or booked. There should normally be
no other direct expense compensation. The only exceptions to this would be unusual and
infrequently occurring items that cost in excess of $10,000. When such items are
compensated separately from the direct expense rate, they must be excluded from the direct
expense pool used to calculate the direct expense rate. When Consultants propose such
items, the negotiator will discuss this with the Central Office Procurement prior to accepting
it.
If the Consultant does not have a current approved direct expense rate, an expense rate may
be presented by the Consultant to be reviewed by the Procurement Office, for approval. For
Non-Professional Services Consultants that do not have an approved direct expense rate,
sufficient documentation must be provided to support the basis for all expenses contained in
the price proposal. Written quotes from vendors, invoices reflecting prices paid on previous
purchases, copies of catalog pages, etc., may be used as support for the proposed prices.
As a general rule, the method of acquisition for any capital asset (item costing $1,000 or
more and having a life expectancy of 1 year or more) will be determined through the use of a
lease versus purchase analysis. A copy of the analysis will be included in the fee proposal.
A reasonable allowance for salvage value of the items, based on the term of the project, must
be provided for the purpose of such items.
Acquisition of tangible capital assets for Department ownership through service contracts is
normally not acceptable. The requirements of Rule 60A-1.017, F.A.C., must be considered
when this is necessary. Property acquired as part of a service contract must be handled in
11
accordance with Procedure No. 350-090-010, Tangible Personal Property Procedure.
Unit rates used to compute travel costs may not exceed those authorized for State employee
travel in accordance with Section 112.061, F.S.. Air fare must be based on coach rates with
reasonable advance purchase and costs for rental cars must be based on the use of compact
cars, unless otherwise justified and approved by the Department. Mileage for private vehicles
must be at the state rate. Firms with an audited direct expense rate will not be reimbursed
directly on a contract for travel costs. Travel expenses will be reimbursed through the direct
expense percentage.
d. Subconsultant/Subcontractor/Sub-vendor Costs:
Subconsultant/subcontractor/sub-vendor costs must be specifically identified in the price
proposal and supported in a manner that will allow the contracting office to make a
determination that the proposed costs are fair, reasonable and competitive. Intended use of
all lower tier subs, must be disclosed during contract negotiations, regardless of tier level.
Unauthorized subs are not in accordance with the Standard Professional Services Agreement,
Section 7A, which states: “The Consultant..will not sublet, assign, or transfer any work
under this Agreement to other than subconsultants specified in the Agreement without the
written consent of the Department.” Subs will require submittal of the same type of data as
required for the prime Consultant. This includes support for wage rates, rates per unit of
work, direct expense rates and overhead rates. Subconsultants technically qualified in a
standard work type are required to submit an overhead audit prepared by an independent
CPA if their fees on a single contract are $500,000 or greater. If the subconsultant fee is less
than $500,000, a self-certified overhead statement certified by a principal of the
subconsultant firm must be completed on the Self-Certification of Accounting System and
Reimbursement Rates, Form No. 375-030-51 (Attachment E). These overhead statements
must be sent to Central Office for review and approval. The Department shall ensure that
the rates for non-technically qualified or non-professional services firms utilized on
professional services contracts are fair, reasonable and competitive. The Procurement Office
will negotiate rates for these firms in accordance with the following methodologies (in order
of usage):
1. Non-technically qualified firms or non-professional services firms will submit the
Simplified Self-Certification for Non-Professional Services Firms, Form No. 375-
030-92 (Attachment M). Adequate support must be provided with the form when
submitted, as specified in the Form, including pay roll registers or evidence of draws.
Copies of approved self-certified overhead rates for non-prequalified or non-
professional services firms will be maintained by Central Office Procurement.
2. Prime consultants shall request at least two quotes and will utilize the lowest rates.
This is to be used for court reporters; title search and associated document prep
activities; corrosion inspection and testing; drivers and flaggers for non-professional
service firms; and aerial photography.
3. Procurement staff will utilize available comparable salary survey information for
labor rates to negotiate a reasonable rate.
4. Rates supported by competitively procured contractual services contracts where price
was a factor in selection (FDOT “B” contracts), can be used. (support of best value).
12
The prime consultant should not receive overhead and operating margin for
subconsultant/subcontractor/sub-vendor services. Subconsultant/subcontractor/sub-vendor
fees are pass-through costs, and cannot include administrative mark-up. See Attachment I
for guidance on this issue.
5. Negotiation of Operating Margin plus Contract Duration Adjustment Factor
The operating margin which is paid in a Consultant contract does not represent net profit to the
Consultant. Operating Margin is intended to compensate the Consultants for normal business
expenses that are excluded from allowable overhead by Federal Regulation (e.g., interest,
advertising, bad debts, unrecovered direct costs, etc.). These legitimate costs cannot be recovered
on Department contracts except through operating margin. Operating margin compensates the
Consultant with a reasonable fee. Consultant operating margin also absorbs the loss when the
reimbursed salary is less than the actual salary for a given contract.
Operating margin in Department contracts is calculated as a percentage of direct salaries. The
percentage is negotiated within a range of 12 to 42 %. The resulting dollar amount is the “fixed fee”
portion of a cost plus fixed fee type contract or becomes part of the total fixed price in a lump sum
agreement, or part of the fully loaded billing rate.
The operating margin is negotiated based on the complexity of the project, the degree of financial
risk assumed by the Consultant, the project schedule and Consultant cost controls. The following
Operating Margin Guidelines table provides direction on how these factors should be weighted and
considered.
The table is only a guide, not a fixed formula, for negotiating operating margin. There is a large
variation in operating margins with the range to account for the wide spectrum of cost control by
various Consultants that conduct business with the Department. There will be significant variation
in operating margin from contract to contract. Negotiators SHALL NOT use a standard operating
margin for all contracts.
The table summarizes how these factors should be weighted and considered in developing the cost
control portion of the operating margin for each individual contract. For cost control efforts, a
formula should NOT be used to calculate the percentage to be applied.
The factors to be considered in negotiating the cost control efforts shall include:
Burdened salary rates by classification, inclusive of overhead, expense percentage and
Facilities Capital Cost of Money (FCCM) only (reference partially loaded actual rates from
the Consultant Wage Averages Report);
Specific services requiring specialized staff, qualifications of proposed team;
Reasonableness of the proposed distribution of staffing for the project;
Burdened salaries by geographic region;
For CEI contracts, if the firm has audited Overhead or Direct Expense percentages that
include Premium Overtime (reimbursed) or firms where the Premium Overtime is
reimbursed directly on the contract (excluded);
Other items specific to the contract being negotiated.
13
It is possible for negotiators to negotiate operating margins outside of the range for special
circumstances on a contract. For example, if overhead rates, direct expense rates or salaries are
significantly above (or below) the normal range, operating margins below (or above) the ranges may
be negotiated. Other factors that impact the cost/benefit to the Department and/or Consultant may
also be considered.
The operating margin, overhead rate and direct expense rate may not be applied to the premium
portion of overtime costs. Operating margin and overhead are not allowed on direct expenses or
subconsultant expenses.
The fee proposal must include a justification for the proposed operating margin.
The Operating Margin Guidelines table summarizes the ranges that are to be used as a guide in negotiating
the operating margin for each contract.
Operating Margin Percentage Calculation for Direct Salaries
Criteria Range of Percentage
Project Complexity
5% to 7%
Degree of Risk
(Financial)
3% to 5%
Project Schedule
1% to 3%
Cost Control Efforts
3% to 27%
TOTAL
12% to 42%
The following table summarizes the definition, suggested standards, and representative project types for
each of the criteria in the operating margin.
Operating Margin Guidelines Table
(This table is intended as a guideline, not a fixed formula.)
Criteria % Range Suggested Standards Typical Project Type
Complexity of Project: The
degree of difficulty
associated with the project.
Are there unique aspects to
the project? Degree of
coordination with others
outside FDOT should be
considered. This includes
other agencies,
municipalities, etc., Multiple
Districts, multimodal
projects
.
5% - 7% Low - Straight forward
projects. Well defined and
specific scope of services.
Bridge Inspection: bridge inspection except scour:
All; CEI: Category 1 Bridges, 3R Rural,
signalization, simple and straight forward projects;
Design: Simple 3R-Rural; 3R Urban ride only;
Geotechnical: standard; PD&E: Small simple
projects with specific scopes; Planning: Data/traffic
Counts; Survey: Resurfacing 3R rural/urban;
Traffic Operations: turn-lane projects (design)
Medium - Projects with
some specialized areas
requiring some specialized
skills.
Bridge Inspection: generally not applicable;
CEI: resurfacing with some improvements; ITS,
construction on new alignments, and signal
system timing, development and implementation;
rural arterials and rural interstate capacity
improvements
Design: 3R Urban with some improvements,
intersection improvements with safety, Category 1
bridges;
PD&E: widening with limited issues and bridge
replacement with limited impacts;
14
Railroads: All;
Survey: survey in water areas;
Traffic Operations: traffic operations studies and
signal design projects
High - Complex multi-
disciplined projects requiring
specialized skills with
significant management
issues. Project that has
numerous complicated traffic
phases, involves highly
technical construction
features requiring specialized
skills of the inspection staff.
A complex project may also
include complex involvement
by multiple third parties (i.e.,
multiple utility relocations,
railroads, airports, regulatory
agencies, municipalities).
The size of the project will
not necessarily determine
whether the construction
project is complex. Large,
repetitive projects on their
own are not considered
complex.
Bridge Inspection: bridge scour;
CEI: CEI for multi-level bridges in a corridor or
interchange; numerous complicated traffic phases,
specialized technical skills; Coating Systems; bridge
projects involving movable spans, significant post-
tensioning operations, pre-cast segmental
components, and steel structures with large
horizontal and vertical curvature; Multiple third
party involvement (railroads, utilities, airports,
municipalities, regulatory agencies)
Design: new alignments, major widening, major
reconstruction; railroad bridge design;
Segmental/Class 2 bridges, Movable Bridges,
PD&E: PD&E with Feasibility study, multiple
disciplines, significant issues;
Planning: large planning (multimodal);
Survey: pilings and bridges;
Traffic Operations: ITS
Degree of Risk (Financial):
The amount of financial risk
assumed by the Consultant in
relation to the project.
3% - 5% Low - Contracts with well
defined and specific scopes,
minimal probability of cost
overruns and low financial
risk exposure. Scope
clarification meeting held, if
applicable
Bridge Inspection: bridge inspections;
CEI: subconsultants providing support personnel,
ITS;
Design: Simple 3R Rural, 3R urban ride only;
Geotechnical: All;
PD&E: accurate and specific scope & pre-
negotiation meetings; Planning: Most Planning;
Survey: all, including SUE;
Traffic Operations: traffic operations studies;
traffic counts
Medium - Projects with
potential for additional
coordination efforts with
outside agencies/parties;
coordination with several
Districts, multiple
municipalities, etc.
Bridge Inspection: bridge scour;
CEI: Standard CEI contract;
Design: design for new alignments, major
reconstruction, and widening;
PD&E: experimental design and broad scopes;
Planning: some planning;
Railroads: All;
Traffic Operations: traffic signal projects, ITS
design
High - lump sum consultant
contracts with possibility of
overrunning costs;
experimental design; projects
involving significant
financial risk, hazardous
materials, potential for
significant unknown issues.
CEI: high visibility, lump sum CEI contracts,
multiple projects; Design: projects with multiple
bridges; PD&E: multiple alternatives, multiple
agency approval required; Planning: large
multimodal projects (airports, seaports, railroads,
transit)
Project Schedule 1% - 3% Low - no critical short term
deadlines or requirements for
large staffing concentrations,
unfunded projects to go on
the shelf
Bridge Inspection: Bridge Inspection; Bridge
Scour;
CEI: resurfacing; support services;
Design: all 3R projects, standard schedule;
PD&E: no design phase scheduled in Work
Program;
15
Planning: All;
Railroads: All;
Traffic Operations: ITS;
Survey: all 3R projects;
Medium - Standard schedule Bridge Inspection: generally not applicable;
CEI: ITS; push button construction;
Design: standard design; bridges, large corridors;
Traffic Operations: traffic counts;
Survey: increased number of crews needed
High - High visibility
projects with short durations
and aggressive schedules
requiring large commitment
of staff. Fast track projects
with high profile and quick
implementation schedule
Bridge Inspection: generally not applicable; CEI:
multi-financial project contract, construction bonus,
Urban (day & night), high visibility; phased utility
reallocations by others during the construction
project;
Design: Mobility/ Economic Stimulus;
PD&E: design phase funded in the Work Program,
bridge replacements
Cost Control Efforts: The
degree to which the
Consultant controls its costs
for wage rates (by region),
overhead, expenses and
FCCM.
3% - 27%
Low (3% - 6%) - Lower or
minimal cost control efforts
Medium (7% to 15%) -
Moderate cost control efforts
High (16% - 27%) -
Substantial cost control
efforts
The cost control is not generally dependent upon the
type of project. Factors to be considered in
negotiating this criteria: burdened salary rates
(by region) by classification, specialized services
requiring specialized staff, reasonableness of the
proposed distribution of staffing for the project,
reimbursed or excluded premium overtime, and
other project specific items
Total
12%
- 42%
Operating Margin Dos and Don’ts
The following additional guidance is provided for negotiation of operating margin:
Dos
a) Every consultant firm should be considered separately on a given contract when negotiating
operating margin.
b) Mitigating circumstances or other factors that affect the project may be considered when
awarding operating margin.
c) Remember to practice mutual gains and consider value.
d) Remember that negotiation is not personal.
e) Be flexible and open to considering the other side’s point of view.
f) If the conditions warrant, the maximum in operating margin can be awarded.
g) Look at each element separately.
h) Be fair.
i) Parties to the negotiation should share their rationale for proposed operating margin with the
other party. Listen to counter-points of view.
j) Operating margin can be an incentive.
k) All parties to the contract should have a role in establishing operating margin.
l) The same cost principles which are used in negotiating the prime consultant’s fee should also be
applied to the subs.
m) Operating Margin can be different for the prime and subs, depending on the degree of risk and
complexity of the services performed by the firm.
16
Don’ts
a) Operating margin determination should not be fixed formula.
b) Fixed values should not be assigned on the basis of work discipline or project type (i.e., design,
CEI, planning, etc.)
c) Subconsultants should not be capped at the prime’s multiplier (note: multiplier is inclusive of
overhead, direct expense, FCCM, and operating margin).
d) The operating margin awarded to a consultant firm on a previous contract should not be a factor
in the current negotiation effort.
e) Operating margin awarded to a given consultant should not be a fixed amount based solely on
audited overhead data (i.e., for every contract Consultant Firm XYZ gets this year, they will get
X% for cost control or XX% for operating margin)
f) Don’t let a small variance in operating margin between negotiating parties cause a breakdown in
the negotiations process.
g) Don’t paint yourself into a corner with absolutes. Don’t hold positions based on “that’s the way
it’s always been done”.
h) Don’t employ a “Take it or Leave it” strategy. Rigid positions damage relationships.
i) Operating margin is negotiated within a range of 12 to 42%, without an arbitrary cap within a
district.
j) Don’t exclude important information. Listen and be willing to consider other opinions.
k) Don’t negotiate raw labor rates. Consider the fully loaded rates, since this will determine the real
cost of services on the project.
Contract Duration Adjustment Factor
For contracts of longer duration (reference table below), the Department shall allow a Contract Duration
Adjustment Factor (CDAF). CDAF is defined as an economic price adjustment, necessitated by
instability of labor costs for an extended period of contract performance (Reference 48 CFR Section
16.203). CDAF is not negotiated, but shall be a fixed number of points based on the overall anticipated
length of contract (project schedule). CDAF points shall be allocated by the Department as follows:
CDAF Points applied to direct labor
Anticipated Length of Contract CDAF Points
0
-
12 months
0
13
-
24 months
0
25
-
36 months
3
37
-
48 months
4.5
49
-
60 months
5.5
a) For new contracts, CDAF is applied beginning with the first labor hour incurred.
b) CDAF shall only be applicable for contracts selected (contract final ranking) on or after
November 1, 2014.
c) In the event a contract selected on or after November 1, 2014 is extended (time extension) by six
17
or more months, CDAF shall be applied prospectively to the extended/remaining services only,
in accordance with the table shown above.
d) CDAF shall not be applied to contracts selected before November 1, 2014, nor contract
amendments/time extensions for contracts selected before November 1, 2014.
e) For calculation purposes, CDAF shall be added to operating margin and applied to unloaded
direct salaries.
f) CDAF is applicable only to consultant firms who are awarded operating margin points.
Please see the following link for examples of application of CDAF.
For calculation purposes, CDAF shall be added to Operating Margin and applied to direct salaries:
Operating Margin Criteria Plus CDAF
Operating Margin Criteria Range
Project Complexity
5% to 7%
Degree of Risk (Financial)
3% to 5%
Project Schedule
1% to 3%
Cost Control Efforts
3% to 27%
Total Operating Margin Points
12% to 42%
CDAF Points
0% to 5.5%
Operating Margin plus CDAF
12% to 47.5%
6. Negotiation of Method of Compensation
Discussions should be conducted with the selected consultant regarding the Method of
Compensation. Under Departmental procedures, lump sum compensation elements may be used
where the scope of services is well defined and the level of effort can be reasonably predicted. In
addition, consideration must be given to requirements imposed by Federal Highway Administration
(FHWA) for federally funded projects. The following standard methods of compensation will be
used.
LUMP SUM: A firm fixed price not subject to adjustment due to the actual cost experience of
the Consultant in the performance of the contract. This places the maximum risk on the
Consultant and provides motivation for efficient cost management to maximize profits. It also
minimizes the Department's time in contract administration. It is the recommended method of
compensation when the scope of services is well defined and the level of effort can be reasonably
predicted. The Department shall utilize the lump sum method of payment for design services,
where appropriate. The use of lump sum contracts for CEI work is prohibited unless the "extent,
scope, complexity, character and duration of the work" have been established.
COST REIMBURSEMENT: The Consultant is reimbursed the actual costs incurred in the
performance of the contract. A "maximum limiting amount" is normally established to cap the
18
amount the Department will pay for the services. This method is used when the services are so
vague or complex that the level of effort or expenditure cannot be estimated with reasonable
accuracy.
COST PER UNIT OF WORK: A negotiated unit rate for a repetitive task or deliverable product
is established and paid for each unit produced. The unit rate is not subject to adjustment. A
maximum limiting amount is normally established based on the estimated number of units
required. This method is frequently used for geotechnical services, lab tests, soil explorations,
bridge inspections, etc.
SPECIFIC RATES OF COMPENSATION: Rates are established for units of time, usually per
hour. These rates normally include wages, overhead, estimated expenses and operating margin.
A maximum limiting amount is normally established. FHWA has approved use of specific
rates of compensation (i.e., fully loaded billing rates) for all types of maximum limiting amount
contracts, with the exception of project specific design contracts.
The Department will continue to utilize the lump sum method of payment or maximum limiting
amount with fixed fee for basic design services on a project specific design contract, where
appropriate. On project specific design contracts, ancillary minor services such as geotechnical
services, surveying and mapping, landscape architecture, etc., may utilize specific rates of
compensation payment method (fully loaded billing rates).
7. Documentation of Negotiations
During the entire negotiation process, a summary or taped record of the resolution of all decisions
between the Consultant and the Department will be kept and will be filed with the official agreement
records in the PSU.
Final negotiations will reconcile any variances in work effort from that previously negotiated and
established the compensation to be paid the Consultant for the services to be rendered. The results
of all negotiations with the Consultant must be documented in writing and made a part of the
permanent project file.
8. Termination of Negotiations
Compensation will be negotiated within the limits established by State and Federal law, rules and
regulations, whichever is more restrictive. The negotiated compensation will be in an amount the
Department determines is fair, competitive, and reasonable considering the scope and complexity of
the project.
Should the Department be unable to resolve differences in the considered data or negotiate a fair and
reasonable fee for the services, as determined by the Department, the Department will terminate
negotiations with the consultant and provide written notice of termination to the consultant. The
Department will then initiate negotiations with the Consultant previously ranked second by the
Department’s Selection Committee.
Should the Department be unable to negotiate an agreement with the second ranked Consultant, the
19
aforementioned procedure will be initiated with the third ranked Consultant. Should the Department
be unable to negotiate a satisfactory agreement with any of the selected Consultants, the Department
will select additional Consultants in order of their competence and qualification and continue
negotiations in accordance with these procedures until an agreement is reached, or initiate a new
selection process in accordance with this procedure.
The decision to terminate negotiations is a business decision the Department makes and it should not
cause the consultant to be viewed negatively or in any way impact their opportunity for future
selections.
9. Contract Modifications
a. Amendments:
Contract Amendments may be used to increase or decrease total contract fees, where
warranted by scope changes. When this occurs, a negotiation process very similar to that
involved with the original agreement is required. The Department prepares a scope of
services and an independent staff hour estimate; a staff hour estimate and fee proposal is
requested from the Consultant; and negotiations are conducted to establish a fair and
competitive fee. For most supplemental amendments, the wage rates and multipliers have
been established in the original agreement. Therefore, negotiations are usually limited to
establishing staff hour quantities and direct expenses. Guidelines for the negotiation of
original agreements should be applied to supplemental agreements.
b. Rate Adjustments to Professional Services Consultant Contracts
Wage rate adjustments are appropriate for the following scenarios on consultant contracts:
Pulling plans off the shelf to revisit and revise or take to completion/plans update
amendment (Rate adjustments are only applicable to contract services beyond the
fifth year).
Changing from design to post design (Rate adjustments are only applicable to
contract services beyond the fifth year).
Time extensions that extend contracts beyond the fifth year (Five years is the typical
service term of a professional services contract. Rate adjustments are only applicable
to contract services beyond the fifth year).
Additional services added to a contract (Rate adjustments only applicable to contract
services beyond the fifth year).
To address the aforementioned scenarios, rate adjustments may occur, but shall comport to
the following:
If it is known that the contract time will extend beyond five years, the contract services
projected beyond the fifth year are eligible for rate adjustment. The consultant firm would be
allowed to submit new certified rate information as of the timeframe when the contract
supplemental (or future time extension) is drafted, to update wage rates for the services
projected beyond the fifth year. Contract multipliers may also be adjusted for the
20
aforementioned services beyond the fifth year, including overhead rate, Facilities Capital
Cost of Money (FCCM), direct expense rate, and operating margin. The contract multipliers
would reflect the audit package information available at the time the contract supplemental
(or future time extension) is drafted.
When new staff are added on a contract to perform different services due to phase changes
within the same contract (from Project Development & Environmental Studies to Design), it
is appropriate for the consultant firm to utilize current wage rate information for consultant
staff performing services under the new phase.
c. Task Work Orders:
For task assignment type contracts, the original agreement typically establishes unit wage
rates. As each work assignment is developed, a fee for that assignment is negotiated.
Therefore, procedures identical to those for supplemental amendments are followed for task
work orders.
d. Work Stoppages:
In the event that a project is stopped or suspended by the Department, a reasonable period
should be allowed for the Consultant to close out the project. Costs associated with such a
close out should be negotiated with the Consultant when warranted.
10. Eligible Job Reclassifications
A consultant staff-person may be promoted into a higher classification on the contract subject to the
following: 1) the staff-person has been on the contract actively performing work and billing under a
lower classification for at least one or more years; 2) the FDOT Project Manager has a need for the
staff-person to perform more complex duties at the higher-level classification; and 3) there is
sufficient budget on the contract to allow for compensating the staff-person at the higher-level
classification without reducing overall contract services.
A consultant staff-person may be promoted into a higher-level position that has become vacant on
the contract subject to the following: 1) the FDOT Project Manager has a need for the staff-person to
perform more complex duties at the higher-level classification; and 2) there is sufficient budget on
the contract to allow for compensating the staff-person at the higher-level classification without
reducing overall contract services. Proposed replacement staff for the vacant position must meet the
higher level job classification requirements.
A consultant staff-person that receives an EI, PE, PSM, RA, PLA, or other recognizable professional
licensure/professional board certification while on the contract may be promoted to a higher level
classification on the contract as a result of their newly received professional licensure/professional
board certification, provided: 1) the FDOT Project Manager has a need for the staff-person to
perform more complex duties at the higher-level classification that requires a professional
license/professional board certification; 2) there is sufficient budget on the contract to allow for
compensating the staff-person at the higher-level classification without reducing overall contract
services.
21
Attachments
A. Automated Fee Proposal Guidelines
B. FDOT Standard Job Classes
C. Average Actual Salary Rates and Average Negotiated Rates
D. Current Averages for Audited Overhead, Expense, and FCCM Rates
E. Self Certification of Accounting System and Reimbursement Rates
F. Overhead Rates for Subconsultants on Construction Engineering & Inspection (CEI) Projects
G. Reimbursement of Permits
H. Department Space and Equipment by Consultants and Outside Providers
I. Administrative Add Ons for Subconsultant Costs
J. Certification of Use of Subs and all Lower Tier Subs
K. Use of Field Office Rates for On-Premises Consultant Employees
L. Standard Items and Item Descriptions for Geotechnical and Materials Testing firms
M. Simplified Self Certification for Non-Professional Services Firms
N. Guideline for PE Acceleration
A - 1
Attachment A
Automated Fee Proposal Guidelines
The most up-to-date Automated Fee Proposal and guidelines for its use can be found at:
http://www.fdot.gov/procurement/formmenu.shtm
B - 1
Attachment B
FDOT Standard Job Classes
The following Job Classes are to be used for CATEGORIZING personnel on FDOT professional services consultant
proposals. With the exception of where unusual project requirements exist, every effort should be made to list all personnel
using these classes. These classes are not intended to be interpreted as Position Descriptions, but as a means of classifying
personnel for proposals. Personnel should be classified based on the classification definitions provided below, not based
on the position title they hold within their firm. It is recognized that exceptions will need to be made in the case of unusual
staff requirements that do not fit within the standard job classes.
Class Job Class Typical Definitions
Accountant Bachelors degree in Accounting. Only to be used for projects containing
Work Type 22.0.
Acquisition Administrator Current Real Estate Sales or Broker license with 5+ years of Acquisition
experience.
Acquisition Agent Current Real Estate Sales or Broker license with 3 or more years of
Acquisition experience.
Appraisal Research Assistant
HS
graduate
or equivalent
Appraiser
registered and licensed appraiser
Archaeologist
Bachelors degree in related field and/or relevant experience
Architect Registered w/ 1+ years post registration experience. Please refer to CEI
Scope of Services
if necessary
Architect Intern
non
-
licensed with 4 year degree in Architecture
Assistant Bridge Inspector
HS grad or equivalent + 1 year in experience in structure inspection
Assistant Underwater Bridge
Inspector
HS grad or equivalent + 1 year in experience structure inspection. Possess
appropriate PADI or NAUI diver certifications. This job class is not to be
used on CEI contracts.
Assist Underwater Bridge Inspection
Trainee
HS grad or equivalent. Possess appropriate PADI, NAUI, or NASE diver
certifications.
This job class is not to be used on CEI contracts.
Associate Appraiser
registered or licensed appraiser
CADD/Computer Technician
Design and Drafting A
ssociates degree with 1
+
year of experience
CEI Assistant Underwater Bridge
Inspector
HS diploma or equiv, plus 1 year of experience in structure inspection.
Please refer to CEI Scope of Services for additional details.
CEI Assist Proj Admin/Project
Engineer
CEI Assist Project Engineer - P.E. registered in the State of Florida (Out
of state PE licensure is acceptable, however engineering work products
can only be signed and sealed by a Florida P.E.) with 1 yr of engineering
exp. in relevant transportation projects;
CEI Assist Proj Administrator – Engineering, Engineering Technology,
or Construction Management degreed with 1 yr engineering exp. in
relevant transportation projects, or for personnel without Engineering,
Engineering Technology, or Construction Management degrees, HS
diploma or equiv. and 6 years of responsible and related engineering exp.
Please refer to CEI Scope of Services for additional details.
CEI Assist Contract Support Spec HS diploma or equiv. plus 2 years of secretarial and/or clerical exp. and
experience with word processing and data management software. Please
refer to CEI Scope of Services for additional details.
CEI Associate Res Compliance
Spec
ialist
HS grad or equivalent. Please refer to CEI Scope of Services for additional
details.
CEI Bridge Paint/Repair
Inspect(SSR/LA)
HS diploma or equiv., with 2 years of CEI experience. Please refer to CEI
Scope of Services for additional details.
CEI Bridge Paint/Repair Proj
Admin(SSR/LA)
HS diploma or equiv., with 8 years of CEI experience. Please refer to CEI
Scope of Services for additional details.
B - 2
Class Job Class Typical Definitions
CEI Bridge Paint/Repair Sen
Inspect(SSR/LA)
HS Diploma or equiv., with 4 years of CEI experience. Please refer to CEI
Scope of Services for additional details.
CEI Building Inspector/Electrical HS diploma or equiv. and 5 years exp. as a qualified building inspector or
general contractor. Please refer to CEI Scope of Services for additional
details.
CEI Casting Yard Engineer/Manager (for Concrete Post-Tensioned Segmental Box Girder Bridges (CPTS))
CEI Casting Yard Engineer - P.E. in Fla. (Out of state PE licensure is
acceptable, however engineering work products can only be signed and
sealed by a Florida P.E.) w/ 1 yr. of exp.with the use of geometry control
computer programs and with the performance of surveying procedures
required for the production of precast concrete box segments at a casting
yard;
CEI Casting Yard Manager – HS diploma or equiv. with min. 3 years
exp. with the use of geometry control computer programs and with the
performance of surveying procedures required for the production of
precast concrete box segments at a casting yard. Please refer to CEI Scope
of Services for additional information.
CEI Communications Engineer Please refer to CEI Scope of Services for additional details.
CEI Consultant Engineer P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) plus 2 years of
eng. exp. in relevant transportation projects Please refer to CEI Hybrid or
Contract Compliance Scope of Services for additional details and those
related to Complex Category 2 (CC2) and PTS bridge structures.
CEI Contract Support Specialist HS diploma or equiv. plus 4 years of CEI exp. or a Engineering,
Engineering Technology, or Construction Management degree. Please
refer to CEI Scope of Services for additional details.
Geotech Engr for Bridge Pile
Foundations
P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) with 4 yrs exp.
as Geotechnical Engineer. Please refer to CEI Scope of Services for
additional details.
Geotech Engr- Bridge DSF P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) with 5 yrs exp as
Geotechnical Engineer. Please refer to CEI Scope of Services for
additional details.
DSF = (Drilled Shaft Foundations)
Geotechnical Technician- DSF CTQP only. Please refer to CEI Scope of Services for additional details.
DSF = (Drilled Shaft Foundations)
Geotechnical Technician-Pile
Foundation
CTQP only. Please refer to CEI Scope of Services for additional details.
CEI Inspector HS diploma or equiv. plus 2 yrs exp. in constr. inspection (1 yr must have
been in bridge and/or roadway construction). Please refer to CEI Scope of
Services for additional
details
.
CEI Engineer Intern Engineering or Engineering Technology degree plus EI Certificate. Must
obtain within three (3) months of Project NTP. Please refer to CEI Scope
of Services for additional details.
CEI Inspector's Aide HS diploma or equivalent. Please refer to CEI Scope of Services for
additional details.
CEI ITS Inspector HS diploma or equiv. or Civil, Electrical Engineering or Electrical
Engineering Technology degree (with an EI certificate), with experience as
detailed in the CEI Scope of Services.
Please refer to CEI Scope of Services for additional details.
CEI Landscape Inspector HS diploma or equiv with experience detailed in the CEI Scope of
Services.
Please refer to CEI Scope of Services for additional details.
B - 3
Class Job Class Typical Definitions
CEI Project Admin/CEI Project
Engineer
CEI Project Engineer - P.E. registered in the State of Florida (Out of
state PE licensure is acceptable, however engineering work products can
only be signed and sealed by a Florida P.E.) with 2 years of engineering
experience in relevant transportation projects,
CEI Project Administrator - Engineering, Engineering Technology, or
Construction Management degreed requires 2 years of engineering
experience in relevant transportation projects or for personnel without
Engineering, Engineering Technology or Construction Management
degrees, HS diploma or equiv. and 8 yrs of CEI or roadway or bridge
construction exp. Please refer to CEI Scope of Services for additional
details.
CEI Project Admin/CEI Project
Eng(CC2)
CEI Project Engineer (CC2) – P.E. registered in the State of Florida (Out
of state PE licensure is acceptable, however engineering work products
can only be signed and sealed by a Florida P.E.) with 5 years general
bridge construction experience. Refer to CEI Scope of Services for
additional details.
CEI Project Administrator (CC2) - Engineering, Engineering
Technology, or Construction Management degreed requires 5 years
general bridge construction experience. Refer to CEI Scope of Services
for additional details, or for personnel without Engineering, Engineering
Technology or Construction Management degrees, HS diploma or equiv.
and 8 yrs of general bridge construction experience. Refer to CEI Scope
of Services for additional details.
CEI Res Compliance Specialist HS diploma or equiv. with 1 yr. experience as Resident Compliance
Specialist on a construction project. Please refer to CEI Scope of Services
for additional details.
CEI Scheduler HS diploma or equivalent plus 4 yrs experience of schedule development
and review for road and bridge construction using Primavera. Please refer
to CEI Scope of Services for additional details.
CEI Secretary/Clerk Typist HS diploma or equivalent plus 2 yrs secretarial and/or clerical exp. Please
refer to CEI Scope of Services for additional details.
Senior Geotech Engr-Bridge Pile
Foundation
P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.)10 yrs exp. as
Geotechnical Engineer including at least two (2) Cat II bridges w/ pile
foundations. Please refer to CEI Scope of Services for additional details.
Senior Geotech Engr- DSF P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) with 10 yrs exp
as Geotechnical Engineer including at least one Cat II bridges w/ drilled
shaft foundations. Please refer to CEI Scope of Services for additional
details. DSF = (Drilled Shaft Foundations)
Senior Geotechnical Technician-DSF
CTQP Drilled Shaft Inspector w/ 3+ years exp. Please refer to CEI Scope
of Services for additional details.
Senior Geotech Technician-Pile
Foundation
CTQP Pile Driving Inspector, with a minimum of three (3) years
experience. Please refer to CEI Scope of Services for additional details.
CEI Senior Inspector- Bldg Struct. HS diploma or equiv. plus 8 yrs exp. as detailed in the CEI Scope of
Services.
Please refer to CEI Scope of Services for additional details.
CEI Senior Inspector HS grad or equiv. plus 4 years exp. in constr. engineering inspection in
roadway or bridge construction. Please refer to CEI Scope of Services for
additional details.
CEI Senior Engineer Intern Engineering or Engineering Technology degree and EI certificate plus 1
year CEI experience in construction of roadway or bridge structures.
Please refer to CEI Scope of Services for additional details.
CEI Senior Inspector
(CC2)
HS grad or equiv. plus 5 years general bridge construction CEI exp. Please
B - 4
Class Job Class Typical Definitions
refer to CEI Scope of Services for additional details.
CEI Senior ITS Inspector H.S. diploma or equiv. or Civil, Electrical Engineering or Electrical
Engineering Technology degree (with an EI Certificate), with experience
as detailed in the CEI Scope of Service. Please refer to CEI Scope of
Services for additional details.
CEI Senior Landscape Inspector Degree in Horticulture, Urban Forestry, Landscape Architecture plus two
(2) years of roadway or commercial landscape construction experience.
For personnel without degree in Horticulture, Urban Forestry, Landscape
Architecture: HS diploma or equiv. plus four (4) years of roadway or
commercial landscape construction experience.
Please refer to CEI Scope of Services for additional details.
CEI Senior Project Engineer P.E. registered in the State of Florida (Out of state PE licensure is
acceptable, however engineering work products can only be signed and
sealed by a Florida P.E.) and 6 years of engineering experience. Please
refer to CEI Scope of Services for additional details.
CEI Senior Underwater Bridge
Inspector
HS diploma or equiv, with 5 years of experience serving as a safety bridge
inspection team leader. Please refer to CEI Scope of Services for
additional details.
CEI Software Engineer
Please refer to CEI Scope of Services for additional details.
CEI Survey Modeler HS diploma or equiv. For personnel with Engineering, Engineering
Technology or Construction Management degrees: 1 year of engineering
experience in relevant transportation projects. For personnel without
Engineering, Engineering Technology or Construction Management
degrees: 4 years of CEI or roadway or bridge construction and/or survey
experience
.
Please see CEI Scope of Services for additional details.
CEI Systems Technician H.S. diploma or equiv. and 5 yrs exp. in electronic systems and/or Traffic
Engineering Technician level work. Please refer to CEI Scope of Services
for additional details.
CEI Underwater Bridge Inspector HS grad or equivalent, plus 1 year of experience in safety bridge
inspection.
CEI Underwater Bridge Inspection
Trainee
HS diploma or equiv. Possess appropriate NASE, PADI, NAUI diver
certifications.
Certified Bridge Inspector
FHWA bridge inspection course graduate. Not for use on CEI
Chief Archaeologist
Masters or PhD in related field with 20+ years of experience
Chief Computer Programmer 20+ years of programming experience and experience in software
development
Chief Designer 20+ years of design experience, non-registered (design related to
engineering)
Chief Engineer 1 PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 15+ years of
post registration experience. Consultant proposes if individual is in a
technical discipline oversight role.
Chief Engineer 2 PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 25+ years of
post registration experience. Consultant proposes if individual is in a
technical discipline oversight role.
Chief Landscape Architect Registered w/ 20+ years of post-registration experience. Not for use on
CEI
Chief Planner
Degree in planning or equivalent, with 20+ years exp.
Chief Scientist
Degree in related field with 20+ years of experience
Chief Utility Coordinator HS Graduate with 20+ years of utility coordination experience including
interpreting plans, and assisting the Utility Agency Owners (UAO) with
B - 5
Class Job Class Typical Definitions
completion of their work schedules and agreements, and FDOT, FHWA,
and AASHTO standards, policies, procedures, and design criteria. Not for
use on CEI
Community Outreach Specialist H.S. graduate or equivalent, and 3-10 years of public information
experience.
Please refer to CEI Scope
, if necessary
.
Community Outreach Specialist -
Junior
H.S. graduate or equivalent, with up to 3 years of public information
experience.
Community Outreach Specialist -
Senior
H.S. graduate or equivalent, and 10+ years of public information
experience.
Please refer to CEI Scope, if necessary.
Computer Programmer 5+ years of programming experience and experience in software
development
CPA Licensed Certified Public Accountant, with 3 years post registration
experience in business valuation. Only to be used for projects containing
Work Type 22.0.
Deputy Project Program Manager PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 2 years of
post registration experience
.
Design Intern
enrolled in BSCE
Designer 10+ years of design experience, non-registered (design related to
engineering)
Electrical Engineer
EE degree w/ 2+ years of post
-
graduate experience
Engineer 1 PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 0 years of
post registration experience
Engineer 2 PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 5+ years of
post registration experience
Engineering Intern Entry level w/ engineering degree; EI License required. Must obtain
within three (3) months of Project NTP
.
Engineering Technician
Entry level, with 0
-
4 years of experience
Environmental Specialist B.S. degree in physical or natural sciences or engineering w/ 2+ year's
exp.
Please refer to CEI Scope
, if necessary
GIS Specialist
Degree in related field; or combination of education and experience
Graphic Designer
Degree in Graphic Design and/or relevant experience
Inspector H.S. graduate or equivalent +2 years experience in inspection. Not for use
on CEI
ITS Inspector H.S. graduate or equivalent +2 years experience in inspection, one year of
which is ITS construction inspection. Not for use on CEI
Land Planner Degree in related field; or combination of education and experience or
AICP
Landscape Architect
Registered. Not for use on CEI
Landscape Architect Intern
E
ntry level w/ BS degree or equivalent. Not for use on CEI
Landscape Designer/Landscape
Planner
Non-registered with 3+ years of experience
MAT Asphalt Plant Inspector HS grad or equiv, plus 1 yr of experience in surveillance & insp. of hot
mix asphalt plant operations or 80 hours working under an approved and
qualified asphalt plant inspector at the asphalt plant. Please refer to CEI
Scope of Services if necessary
MAT CADD/Computer Technician
Technical Certification and/or 2 yrs experience. Not for use on CEI
MAT Chief Engineer P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 20+ years of
post registration experience
B - 6
Class Job Class Typical Definitions
MAT Dynamic Testing Operator-
Pile Foundation
HS diploma or equivalent with a minimum of 4 years of experience in Pile
Driving Inspection (With an EI Certificate this requirement is reduced to a
minimum of 2 years); Dynamic testing experience on at least five (5)
Department bridges (This experience must be obtained while working
under the direct supervision of a qualified Geotechnical Operator or
Geotech Engineer-Bridge Pile Foundation).
Qualifications:
-CTQP Pile Driving Inspector
-For Pile Driving Analyzer (PDA) Projects- Rank of “Intermediate”, at
minimum, on the Pile Driving Contractors Association (PDCA) Dynamic
Measurement and Analysis Proficiency Test
-For Goble Pile Check (GPC) Projects- Rank of “Intermediate”, at
minimum, on the Pile Driving Contractors Association (PDCA) Dynamic
Measurement and Analysis Proficiency Test
-For Embedded Data Collector (EDC) Projects- Completed the SmartPile
EDC training course
MAT Engineer P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 5 yrs Industry
Experience
MAT Engineer Intern Entry level w/ Engineering Degree and E.I.T. Certificate. Not for use on
CEI
MAT Engineering Technician H.S. grad w/ 1yr Industry Experience and CTQP qualifications as required.
Not for use on CEI
MAT Geologist
B.S. degree in Geology w/ 2yrs experience
MAT Geologist Professional
P.G. w/ 5 yrs Industry Experience
MAT GIS Specialist
2yrs Applicable Experience
MAT Inspector H.S. grad w/ 1yr Industry Experience and applicable CTQP qualifications.
Not for use on CEI
MAT Pre-stress Inspector H.S. grad w/ 1yr Industry Experience and applicable qualifications. Not
for use on CEI
MAT Principal Engineer P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 15+ years of
post registration experience
MAT Project Manager
H.S. grad w/ 3yrs Industry Experience
MAT Secretary/Clerical Entry level w/ H.S. degree or equivalent (Note: Invoice preparation and
invoice submittal are not billable activities to the Department on any job
classes.)
MAT Senior Asphalt Plant Inspector H.S w/ 4yr Industry Experience; CTQP Asphalt Plant Level 1&2; CTQP
Asphalt Paving Level 1&2; must complete additional training (if required
by District). Not for use on CEI
MAT Senior Engineer P.E. (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 10 yrs
Industry Experience
MAT Senior Engineering Technician H.S. grad w/ 4 yrs Industry Experience and CTQP qualifications as
required. Not for use on CEI
MAT Senior Inspector H.S. grad w/ 4 yrs Industry Experience and applicable CTQP
qualifications. Not for use on CEI
MAT Technical Secretary
H.S. grad w/ 3 yrs applicable Technical Experience
MAT Technician Aid
Entry level w/ H.S. degree or equivalent
Mechanical Engineer
ME degree w/ 2+ years of post
-
graduate experience
B - 7
Class Job Class Typical Definitions
MOT
-
Qualified Worker/Flagger
MOT Intermediate Certification
MOT - Qualified Worksite Traffic
Supervisor
MOT Advanced Certification
MOT Off-Duty Law Officer with
Vehicle
Includes vehicle, labor and all coordination services.
Office Manager/EEO/RCS
3+ years of clerical experience (for use in CEI contracts only)
Planner
Degree in planning or equivalent
w
/ 1+ years of experience
Principal Engineer PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 20+ years of
post registration experience. Consultant proposes if individual is in an
enterprise oversight role (over resources and team).
Project Architect
registered w/ 5+ years of post registration experience. Not for use on CEI
Project Landscape Architect
Registered w/ 5+ years post
-
registration experience. Not for use on CEI
Project Manager 1
PE (where appropriate) w/ 5+ years of post registration experience
Project Manager 2
PE (where appropriate) w/ 10+ years of post registration experience
Project Manager 3
PE (where appropriate) w/ 15+ years of post registration experience
Project Planner
Degree in planning or equivalent
w
/ 5+ years of experience
Project Program Manager PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 10 years of
post registration experience and at least 5 years experience managing high
profile projects with FDOT that involve more than 1 district.
Property Management Administrator Current Real Estate Sales or Broker license with 5+ years of Property
Management experience.
Property Management Agent Current Real Estate Sales or Broker license with 3 or more years of
Property Management experience.
Relocation Administrator 5+ years of demonstrated current experience in administering and
providing relocation assistance under the provisions of the Uniform Act.
Relocation Agent 3 or more years of demonstrated current experience in administering and
providing relocation assistance under the provisions of the Uniform Act.
Scientist
Relevant Degree / Entry Level
Secretary/Clerical Entry level w/ HS degree or equivalent (Note: Invoice preparation and
invoice submittal are not billable activities to the Department on any job
classes
.
)
Senior Accountant Bachelors degree in Accounting with over 5 years experience in public
accounting. Only to be used for projects containing Work Type 22.0.
Senior Acquisition Agent Current Real Estate Sales or Broker license with 3+ years of Acquisition
experience.
Senior Archaeologist
Masters or PhD in related field w/ 10+ years of experience
Senior Architect
registered w/ 10+ years of post
-
registration experience. Not for use on CEI
Senior Certified Bridge Inspector 5+ years serving as a safety bridge inspection team leader who also
coordinates, assists and provides guidance to other bridge inspection
teams. Not for use on CEI
Senior Computer Programmer 10+ years of programming experience and experience in software
development
Senior Designer 15+ years of design experience, non-registered (design related to
engineering)
Senior Electrical Engineer
EE degree w/ 10+ years of post
-
graduate experience
Senior Engineer 1 PE (Out of state PE licensure is acceptable, however engineering work
products can only be signed and sealed by a Florida P.E.) w/ 10+ years of
post registration experience. Individual is not discipline lead – in
production role.
Senior Engineer 2
PE (Out of state PE licensure is acceptable, however engineering work
B - 8
Class Job Class Typical Definitions
products can only be signed and sealed by a Florida P.E.) w/ 20+ years of
post registration experience. Individual is not discipline lead – in
production role.
Senior Engineering Technician
5+ years of experience
Senior Environmental Specialist M.S. Degree in Physical or Natural Science & 7 yrs exp, or a Bachelor’s
Degree in Environmental Science and 10 years of exp. Please refer to CEI
Scope
,
if necessary.
Senior Inspector
HS degree + 4 years of experience. Not for use on CEI
Senior ITS Inspector H.S. graduate or equivalent +4 years experience in inspection, two years of
which is ITS construction inspection.
Not for use on CEI
Senior Landscape Architect Registered w/ 10+ years of post-registration experience. Not for use on
CEI
Senior Mechanical Engineer
ME degree w/ 10+ years of post
-
graduate experience
Senior Planner
Degree in planning or equivalent w/ 10+ years of experience
Senior Relocation Agent 3+ years of demonstrated current experience in administering and
providing relocation assistance under the provisions of the Uniform Act.
Senior Scientist
Relevant Degree w/ 10+ years of experience
Senior Underwater Certified Bridge
Inspector
5+ years serving as a safety bridge inspection team leader who also
coordinates, assists and provides guidance to other bridge inspection
teams. Possess appropriate PADI or NAUI diver certifications. This job
class is not to be used on CEI contracts.
Senior Utility Coordinator HS graduate with 10+ years of utility coordination experience including
interpreting plans, and assisting the Utility Agency Owners (UAO) with
completion of their work schedules and agreements, and FDOT, FHWA,
and AASHTO standards, policies, procedures, and design criteria. Not for
use on CEI
Structure Coating Inspector HS grad or equivalent, possessing the following trainings: Lead Paint
Removal Certification (SSPC C3 Lead Paint Removal); and either SSPC
Bridge Coating Level 2 certification, or NACE Coating Inspector Level 3
certification is also acceptable. Not for use on CEI
Suit Coordinator
2+ years of experience in real estate suit preparation.
SUR Aerial Sensor Operator HS Graduate or Equivalent and 1+ years experience with the type of
sensor(s) and data collection system(s) being utilized for raw data
collection. Not for use on CEI
SUR Chief Scientist
Masters Degree or Higher in desired field of subject matter expertise
SUR Chief Surveyor
PSM with 20+ years post license experience. Not for use on CEI
SUR Field Crew Supervisor I
MOT Certification with 1+ years supervisory experience.
SUR Field Crew Supervisor II
PSM and MOT Certification, with 1+ years supervisory experience.
SUR Mobile Survey Analyst 1 HS Graduate or equivalent with minimum 2+ years survey experience, of
which 1+ years must be in digital mapping using mobile remote sensing
data.
SUR Mobile Survey Analyst 2 HS Graduate or equivalent with a minimum of 4+ years survey experience
of which 2+ years must be in processing, analysis, and adjustment of
mobile remote sensing data
SUR Mobile Survey Analyst 3 HS Graduate or equivalent with a minimum of 6+ years survey experience
of which 4+ years must be in processing, analysis, and adjustment of
mobile remote sensing data
SUR Mobile Survey Operator HS Graduate or equivalent with minimum of 4 years survey experience, 2
of which must be in operation of mobile remote sensing equipment.
SUR Multi Engine Aircraft Pilot FAA Certified and rated Aircraft Pilot w/ 1500 total logged pilot flying
hours of which at least 500 hours were in multi-engine aircraft and at least
5 hours were in the make and model aircraft being flown. Not for use on
B - 9
Class Job Class Typical Definitions
CEI
SUR Senior Surveyor 1
PSM with 10+ years post license experience.
SUR Senior Surveyor 2
PSM with 15+ years post license experience.
SUR Survey Project Manager 1 HS Graduate or equivalent with a minimum 10+ years experience, of
which 6+ years must be in surveying for transportation and 4+ years in
Survey Project Management
SUR Survey Project Manager 2 PSM with 4+ years post licensure transportation experience and 2+ years
post licensure Survey Project Management experience
SUR Survey Project Manager 3 PSM with 6+ years post licensure transportation experience and 4+ years
Survey Project Management experience.
SUR Rotorcraft Pilot FAA Certified and rated Rotorcraft Pilot w/ 1000 total logged pilot flying
hours of which at least 250 hours were in Rotorcraft. Not for use on CEI
SUR Secretary/Clerical HS Graduate or equivalent with 1+ years' experience (Note: Invoice
preparation and invoice submittal are not billable activities to the
Department on any job classes.)
SUR Single Engine Aircraft Pilot FAA Certified and rated Aircraft Pilot w/ 500 total logged pilot flying
hours. Not for use on CEI
SUR SUE Technician 1 HS Graduate or Equivalent with entry level experience in Utility or
Survey. Not for use on CEI
SUR SUE Technician 2 HS Graduate or Equivalent with 2+ years SUE experience. Not for use on
CEI
SUR SUE Technician 3 HS Graduate or Equivalent with 4+ years SUE experience. Not for use on
CEI
SUR Rod Person HS Graduate or Equivalent with no minimum years experience in Survey.
Please refer to CEI Scope of Services if necessary
SUR Instrument Operator HS Graduate or Equivalent with minimum 2+ years of instrument operator
survey experience. Please refer to CEI Scope of Services if necessary
SUR Crew Chief HS Graduate or Equivalent with minimum 2+ years survey crew chief
experience. Please refer to CEI Scope of Services if necessary.
SUR Survey/GIS/SUE Analyst 1
HS Graduate or Equivalent 1+ years Survey/Mapping/GIS experience.
SUR Survey/GIS/SUE Analyst 2 HS Graduate or Equivalent with 5+ years, or HS plus Geospatial Related
Secondary Degree or Certification (GISP) with 2+ years
Survey/Mapping/GIS experience.
SUR Survey/GIS/SUE Analyst 3 HS Graduate or Equivalent with 8+ years, or HS plus Geospatial Related
Secondary Degree or Certification (GISP) with 4+ years
Survey/Mapping/GIS experience.
SUR Surveyor
PSM with 1+ year transportation experience.
SUR UAS Operator Unmanned Autonomous System (UAS) Operator - HS Graduate /
Equivalent with 1+ years survey experience, and 1+ years UAS
experience. If system is airborne, a Federal Aviation Administration
(FAA) Remote Pilot Certificate is also required.
Technician Aid
Entry level Design and Drafting
Transportation Data Analyst Bachelor’s Degree in Natural Science, Engineering, Mathematics,
Statistics, Computer Science or related field and 0-3 years of experience
for data collection, data analysis, data mining, data quality control.
Transportation Data Scientist Master’s Degree in Natural Science, Engineering, Mathematics, Statistics,
Computer Science or related field plus five years of experience in data
collection, data analysis, data mining, data quality control in analyzing
data OR Bachelor’s degree and 10 years exp.
Transportation Data Technician HS Grad or equiv., with 0-2 years of experience, for data collection, field
collection.
Underwater Certified Bridge
1+ years safety bridge inspection. Possess appropriate PADI or NAUI
B - 10
Class Job Class Typical Definitions
Inspector
diver certifications
. This job class is not to be used on CEI contracts.
Utility Coordinator H.S. graduate or equivalent with 4+ years of experience in utility
coordination. Please refer to CEI Scope of Services if necessary
C - 1
Attachment C
Average Actual Salary Rates and Average Negotiated Rates
C - 2
Current Wage Rate Data can be found with the attached link:
http://fdot.gov/procurement/InternetReports.shtm#jobclass
D - 1
Attachment D
Current Averages for Audited Overhead, Expense and Facilities Capital Cost of Money (FCCM)
Rates
Updated: June 14, 2024
RATE
# OBS. HIGH LOW MEAN
Home Office
Overhead
914 244.98% 111.52% 170.53%
Field Office
Overhead
509 183.97% 82.53% 127.65%
Home Office
Expense
721 26.31% 0.30% 6.00%
Field Office
Expense
404 30.92% 0.68% 10.52%
FCCM
851 1.68% 0.03% 0.37%
The averages were calculated using three years’ worth of audit data, after eliminating the highest and
lowest 5%. Self-certified rates, interim rates, and rates determined from job cost accounting system
reviews were also eliminated from the calculations, since they are unaudited rates.
The average overhead, expense, and FCCM rates are to be used for comparatively assessing consultant
cost control efforts, in accordance with Section 5.0, Negotiation of Operating Margin.
The averages will be used as caps on maximum awarded overhead (indirect costs) rates for firms who
submit unaudited rates, including interim reimbursement rates, self-certified reimbursement rates, and
job cost accounting system review reimbursement rates for use on professional services contracts.
D - 2
Date: June 14, 2024
Subject: Department Limits on Consultant Overhead, Direct Expense, and FCCM for unaudited
rates, including interim, self-certified, and job cost accounting system review rates
The Department will cap unaudited, rates, including interim reimbursement rates, self-certified
reimbursement rates, and job cost accounting system review reimbursement rates submitted by
consultant firms for use on professional services contracts.
Based on the latest review of three previous years of overhead audit statements submitted by qualified
professional services consultants, the resulting limits are established as follows:
Home Office Overhead
(Home Office Indirect Rate)
170.53
%
Field Office Overhead
(Field Office Indirect Rate)
127.65
%
FCCM
(Facilities Capital Cost of Money Rate)
0.37
%
Home Office Direct Expense Rate
6.00
%
Field Office Direct Expense Rate
10.52
%
E - 1
Attachment E
Self Certification of Accounting System and Reimbursement Rates
E - 2
E - 3
F - 1
Attachment F
Overhead Rates for Subconsultants on Construction Engineering & Inspection (CEI) Projects
F - 2
MEMORANDUM
DATE: February 18, 2014
TO: Professional Services Administrators
FROM: Carla Perry, P.E., Manager, Procurement Office
SUBJECT: Overhead Rates for Subconsultants on Construction Engineering & Inspection (CEI) Projects
There have been some questions regarding the appropriate overhead rate which should be allowed
for subconsultants who are working on CEI. projects. Currently, some negotiators are allowing
the subconsultant (who may be furnishing administrative personnel for the field office and/or
technical personnel for field operations) to charge an audited or negotiated field office overhead
rate whereas other negotiators are restricting the subconsultant to fringe benefits and minimal
general overhead. The differences in methodology have created problems for the subconsultants,
especially when they move from District to District or even from job to job within the same
District.
Although I believe the District should have the flexibility to negotiate in a manner that affords
them a fair, reasonable and competitive price, I also believe that consistency in our negotiations- is
important. The contractual arrangements between the prime consultant and the subconsultant are
the responsibility of the prime; however, their arrangement does impact on the cost of our project
and it is up to us to determine an acceptable price.
The same cost principles which are used in negotiating the prime consultant’s fee should also be
applied to the subconsultant. If the subconsultant is providing personnel which would otherwise
be provided by the prime and for which the prime would be allowed to charge a full field office
overhead rate, then the subconsultant should also be allowed a field office overhead rate which is
computed on a comparable basis. The- subconsultant's overhead rate is computed on a direct
labor basis just the same as the prime consultant and to not allow him to recover his allowable
overhead would unjustly penalize him.
There may be instances where the subconsultant's overhead should be restricted. For example,
assume that the subconsultant proposes to provide a secretary for a field office, but in lieu of
assigning one of his employees to the job, he hires a temporary person on a contractual
arrangement for the job. Since the person is not a bonafide employee of the subconsultant, he
would not be entitled to any overhead for the employee.
We generally have an audited overhead rate and verification of the adequacy of the prime
consultant's accounting system prior to selection, for a particular project. This information is-used
during the negotiations process to help us obtain a fair, reasonable and competitive price;
however, this same information may not be available for the subconsu1tant due to the lack of
prequalification requirements. Subconsultants should be handled in the following manner:
1. Proposed costs less than $500,000: The negotiating officer should require that the
subconsultant provide documentation which will support all costs which are proposed.
An independent overhead audit is not required, unless desired by the negotiating officer;
however, the subconsultant should be required to provide some type of documentation,
i.e., a trial balance, self-certification statement, etc, which will support the reasonableness
of the proposed overhead rate.
The purpose of this memorandum is to provide additional guidance in the above areas; however, if
you should have any questions, please contact the Procurement Office.
G - 1
Attachment G
Reimbursement of Permits
Florida Department of Transportation
RICK SCOTT
GOVERNOR
605 Suwannee Street
Tallahassee, FL 32399
-
0450
RACHEL D. CONE
INTERIM SECRETARY
G - 2
June 1, 2017
TO: All Professional Services Consultants qualified with the Florida Department of Transportation
The Department of Transportation has established the following treatment for reimbursement of
permit costs: Permit costs on professional services costs shall be reimbursed as a separate direct
charge on the contract, rather than through the direct expense percentage submitted annually as part of
the reimbursement rate audit.
Consultants will need to exclude all permits costs (permit application fees) from the calculated direct
expense percentage in the annual reimbursement rate audit submittal. Charges for legal notices, other
costs that are ancillary to the permit, or certifications costs (such as LEED fees) are reimbursed
through the direct expense percentage and will not be compensated as an itemized expense directly on
the contract. This method of reimbursing permit costs does not apply to contracts executed before
November 2013. For purposes of reimbursement on the contract, the Department will require invoices
and/or receipts to substantiate the aforementioned permit costs.
Generally, no other direct expenses will be invoiced as separate items. Other direct expense costs will
continue to be compensated through the direct expense percentage.
Consultants should forward this document to their independent CPA who prepares the annual audit.
If there are any questions, please contact Jeffrey Owens, CPA, at (850) 414-4539.
Sincerely,
Carla M. Perry, P.E., Manager
Procurement Office
H - 1
Attachment H
Use of Department Space and Equipment
by Outside Providers
H - 2
Subject: Use of Department Space and Equipment by Outside Providers
It is the objective of the Florida Department of Transportation to enhance productivity by
making the most cost-effective use of its resources. Professional Consultants and other
service providers are a significant resource to the Department and it is the policy of the
Department to be innovative in the use of this resource to increase effectiveness while
controlling costs.
As part of the effort to achieve this objective, the Department may allow consultants and other
service providers to share Department office space for the contract duration. Before allowing
such use, the following conditions must exist:
It must clearly enhance the productivity of the consultant in performing the scope of
services or require daily interaction with Department staff to effectively perform their
duties. This would not usually be true of consultants working on a phase of a
transportation project (Planning, Design, Right of Way, Construction, Maintenance). It
may be true of consultants performing management or administrative support functions
such as general consultants, systems consultants, or accounting and auditing
consultants.
The decision to provide Department space to the consultant should be made prior to
contracting so that consideration may be given to offsetting the cost of the consultant
services with the value of the space provided. This would occur during the competitive
negotiations of a professional services contract. For services acquired pursuant to
sealed competitive bids or proposals, the request for proposal or invitation to bid
should clearly identify the availability of Department space so that it may be factored
into the bid price by the proposer.
Consultants housed in Department space may only work on the Department project
requiring their presence. Other non-project activities, such as marketing, are
prohibited.
Consultant staff working in Department space should, whenever possible, use available Department
office equipment (furniture, computer hardware and software, copiers, etc.). Department equipment,
which will be made available for consultant use on the project, should be identified prior to
contracting, to allow the Department to realize maximum cost benefit in negotiated or bid prices.
When Department equipment is not available, consideration may be given to allowing the consultant
to bring their own equipment into Department space for use on the project, if it is essential to the
effective performance of the contracted services. All applicable Department policies, procedures,
standards and guidelines concerning consultant owned equipment, including data processing
equipment and software, must be adhered to by the consultant.
I - 1
Attachment I
Administrative Add Ons for Subconsultant Costs
I - 2
Subject: Administrative Add On Charges to Consultant Contracts
There have been past contracts between the Department and consultants which have allowed an
administrative add on charge for the handling of subconsultants by the prime contractor in addition to the
overhead, labor, and operating margin which are a normal part of the contract. These administrative
fees, or whatever name they are proposed under, are charges which the consultant is already being
reimbursed for through his overhead and operating margin portion of the contract.
When the Department enters into a contract with a consultant, we agree to pay the consultant for his
labor, administrative overhead (which includes the operation cost of his home, branch, or field offices)
plus an operating margin on his labor and overhead costs. In addition we also reimburse the consultant
for any out of pocket expenses on a dollar for dollar basis. These additional expenses includes
subconsultants. When the Department allows the consultant to include an additional administrative add
on for the handling of subconsultants, we are actually allowing the consultant to bill us twice for what we
are already paying him for in our reimbursement for labor, overhead, and operating margin. The same
people who process the subconsultant paper work for the prime consultant are either being directly
reimbursed as part of the direct labor, or their salary and expense cost are part of their overhead.
In order to prevent this from continuing, we suggest that any additional administrative add ons contained
in a contract over and above the overhead, operating margin, and facilities capital cost of money be
disallowed.
J
-
1
Attachment J
Certification of Use of Subs and all Lower Tier Subs
J
-
2
J
-
3
Subject: FDOT REQUIREMENT FOR DISCLOSURE OF LOWER TIER SUBS
In light of recent attention from Federal Highway Administration regarding contractor certification of
costs, the Department feels it is necessary to re-emphasize a contractual requirement which was first
disseminated to all FDOT prequalified geotechnical firms in 2007.
All professional services consultant firms, including geotechnical firms, are required to disclose the
intended use of lower tier subs during contract negotiations. Lower tier subs, including drilling firms,
must be authorized in the FDOT contract prior to services being rendered. It is not appropriate for
geotech firms to certify rates as their own that are attributable to lower tier subs, or reflect a blending of
the geotech firm’s rates with lower tier drilling sub rates. Subconsultant/subcontractor rates are stand-
alone, and each subconsultant/subcontractor should be separately authorized in the contract, regardless
of tiered status. Unauthorized subs are not in accordance with FDOT Standard Professional Services
Agreement, Section 7A, which states: “The Consultant... will not sublet, assign, or transfer any work
under this Agreement to other than subconsultants specified in the Agreement without the written
consent of the Department.”
If uncovered in a contract audit, costs associated with unauthorized subconsultants/subcontractors would
constitute an audit finding, and may ultimately be disallowed.
In order to ensure compliance with this disclosure requirement, the FDOT district Professional Services
Offices will begin use of a certification statement, attesting to disclosure of all lower tier subs.
This certification will be required for geotechnical firms and surveying & mapping firms who are
compensated in whole or part using fee schedule rates on FDOT contracts, whether at a prime or
subconsultant level. The certification form will be completed and submitted during contract
negotiations.
Please contact the Procurement Office, if there are any questions.
K-1
Attachment K
Use of Field Office Rates for On-Premises Consultant Employees
K-2
Subject: Use of Field Office Rate for On-premises Consultant Employees
Projects involving consultant staff housed in FDOT facilities for an uninterrupted on-site project
duration of 6 months or greater will utilize the field office overhead rate.
Field Office Overhead Rate:
Field office is defined as any office that the consultant or contractor specifically establishes or has
furnished to them at or near the project site to be used exclusively for project purposes. The office may
be a trailer, building, room or series of rooms, or workspace (cubicle, office, etc.) within any DOT
owned or leased building, for the use of consultant personnel. If the proposed project requires the
establishment of a field office, a separate overhead rate for the field office must be submitted. If the
Consultant does not have an approved field office overhead rate which has been established through the
prequalification process, a field office overhead rate should be prepared by the Consultant in accordance
with the instructions contained in Chapter 5.6 of the AASHTO Uniform Audit & Accounting Guide (see
Table 5-5 ).
Use of Field Office for non-CEI type projects: For contract negotiation purposes, a field office rate
(labor and expenses) shall be applied when consultant staff is assigned in Department space for a
minimum of six consecutive months. If the proposed project involves the use of DOT office space or
equipment by consultants, Attachment H, shall be observed.
Please contact the Procurement Office, if there are any questions.
L-1
Attachment L
Standard Items and Item Descriptions for Geotechnical and Materials Testing firms
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
100 Aggregate Acid Insol Retained 200
Sieve FM 5
-
510
Test Includes all labor, equipment and materials to
perform test.
101 Aggregate Carbonates & Organic
Matter FM 5
-
514
Test Includes all labor, equipment and materials to
perform test.
102 Aggregate Org. Impurities S& for
Concrete AASHTO T21
Test Includes all labor, equipment and materials to
perform test.
103 Aggregate Shell Content of Coarse
Aggregate FM 5
-
555
Test Includes all labor, equipment and materials to
perform test.
104 Aggregate Sieve Anlsys of Fine &
Coarse AASHTO T27
Test Includes all labor, equipment and materials to
perform test.
105 Aggregate Soundness AASHTO
T104
Test Includes all labor, equipment and materials to
perform test.
106 Aggregate Specific
Gravity/Absorption Coarse
AASHTO T85
Test Includes all labor, equipment and materials to
perform test.
107 Aggregate Total Moisture Content
by Drying AASHTO T255
Test Includes all labor, equipment and materials to
perform test.
108 Aggregate Unit Mass & Voids
AASHTO T19
Test Includes all labor, equipment and materials to
perform test.
109 Aggregate Specific
Gravity/Absorption Fine AASHTO
T84
Test Includes all labor, equipment and materials to
perform test.
200 Asphalt Bulk Specific Gravity FM
1
-
T166
Test Includes all labor, equipment and materials to
perform test.
201 Asphalt Content FM 5-563 Test Includes all labor, equipment and materials to
perform test.
202 Asphalt Friction Panel Test Includes all labor, equipment and materials to
perform test. Included tests FM 5-563 (Asphalt
Content) and FM 1-T030 (Gradation). Sampling &
delivery are not included.
203 Asphalt Gradation & Content FM 1-
T030 & FM 5
-
563
Test Includes all labor, equipment and materials to
perform test.
204 Asphalt Gradation FM 1-T030 Test Includes all labor, equipment and materials to
perform test.
205 Asphalt Gyratory Compaction 3
Specimens AASHTO T312
Test Includes all labor, equipment and materials to
perform test.
206 Asphalt Los Angeles (LA) Abrasion
Coarse Agg FM 3
-
C535
Test Includes all labor, equipment and materials to
perform test.
207 Asphalt Los Angeles (LA) Abrasion
Small Agg FM 1
-
T096
Test Includes all labor, equipment and materials to
perform test.
208 Asphalt Max Specific Gravity FM
1
-
T209
Test Includes all labor, equipment and materials to
perform test.
209 Asphalt Pavement Coring - 4in dia
with Base Depth Check
Each Includes all labor, equipment, and materials required
to obtain core, patch hole, field photos, cross slope,
rut measurement, and thickness measurement (refer
to MM3.2). Does not include MOT or mobilization.
L-2
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
210 Asphalt Pvmt. Coring - 4in dia
without Base Depth Check
Each Includes all labor, equipment, and materials required
to obtain core, patch hole, field photos, cross slope,
rut measurement, and thickness measurement (refer
to MM3.2). Does not include MOT, mobilization or
aggregate base depth check.
211 Asphalt Pavement Coring - 6in dia
with Base Depth Check
Each Includes all labor, equipment, and materials required
to obtain core, patch hole, field photos, cross slope,
rut measurement, and thickness measurement (refer
to MM3.2). Does not include MOT or mobilization.
212 Asphalt Pvmnt Coring - 6in dia
without Base Depth Check
Each Includes all labor, equipment, and materials required
to obtain core, patch hole, field photos, cross slope,
rut measurement, and thickness measurement (refer
to MM3.2). Does not include MOT, mobilization or
aggregate base depth check.
213 Asphalt Structural Panel (See Long
Description)
Test Includes all labor, equipment and materials to
perform test. Includes tests: FM 5-563 (Asphalt
Content), FM 1- T030 (Gradation), FM 1-T209
(Gmm - Maximum Specific Gravity) & FM 1-T166
(Gmb - Bulk Specific Gravity) . Sampling &
delivery are not included.
300 Concrete Beam Flexural Testing
ASTM C78
Test Includes all labor, equipment and materials to
perform test.
301 Concrete Compressive Strength of
Grout
\
Mortar ASTM C109
Test Includes all labor, equipment and materials to
perform test.
302 Concrete Cylinder Curing, Capping
& Breaking ASTM C39
Test Includes all labor, equipment and materials to
perform test.
303 Concrete Drilled Cores & Sawed
Beams ASTM C42
Test Includes all labor, equipment and materials to test
samples for compressive and flexural strength. Does
not include equipment or labor for obtaining sample.
304 Concrete Masonry Unit Sampling &
Testing ASTM C140
Test Includes all labor, equipment and materials to
perform test.
305 Concrete Pavement Coring - 4in Dia Each Includes all labor and materials required to obtain
core, patch hole, field photos, cross slope, rut
measurement, and thickness measurement. Does not
include MOT, mobilization or aggregate base depth
check.
306 Concrete Pavement Coring - 6in Dia Each Includes all labor and materials required to obtain
core, patch hole, field photos, cross slope, rut
measurement, and thickness measurement. Does not
include MOT, mobilization or aggregate base depth
check.
307 Concrete Surface Resistivity
AASHTO T358
Test Includes all labor, equipment and materials to
perform test.
400 Geo 3D Thermal Modeling Hour Includes all labor, equipment and materials to
provide service. Does not include equipment
mobilization or engineering analysis and reporting.
401 Geo Auger Borings-H& &
Truck/Mud Bug
LF Includes all labor, equipment and materials to
perform test.
401Vend Geo Auger Borings-H& &
Truck/Mud Bug
LF Includes drill rig, crew, equipment, and materials to
perform the test. Item 401Vend is to be used in
conjunction with 401
P
.
401P Geo Auger Borings-H& & LF Log Recorder/Oversight Position. Item 401P is to
L-3
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Truck/Mud Bug be used in conjunction with 401Vend.
402 Geo Auger Borings-Track LF Includes all labor, equipment and materials to
perform test.
402Vend Geo Auger Borings-Track LF Includes drill rig, crew, equipment, and materials to
perform the test. Item 402Vend is to be used in
conjunction with 402
P
.
402P Geo Auger Borings-Track LF Log Recorder/Oversight Position. Item 402P is to
be used in conjunction with 402
Vend
.
403 Geo Backhoe (Owned) Day Use this line item when the Backhoe is owned.
Daily usage rate for owned Backhoe where cost is
not included in FDOT Direct Expense Labor
multiplier.
404 Geo Backhoe (Rental without labor) Day Includes all Backhoe rental for on-site services.
Rental costs should not be included in the indirect or
direct costs used to determine the multiplier.
405 Geo Barge (Owned) Day Use this line item when the Barge is owned. Daily
usage rate for owned Barge where cost is not
included in FDOT Direct Expense Labor multiplier.
406 Geo Barge (Rental without labor) Day Includes all Barge rental for on-site services. Rental
costs should not be included in the indirect or direct
costs used to determine the multiplier.
407 Geo Chainsaw (Owned) Day Use this line item when the Chainsaw is owned.
Daily usage rate for owned Chainsaw where cost is
not included in FDOT Direct Expense Labor
multiplier.
408 Geo Concrete Pad & Cover for
Monitoring Wells
Each Includes all labor, equipment and materials to build
and provided one (1) 2 feet X 2 feet square pad with
steel hand
-
hole or riser cover and lock.
409 Geo CPT Truck/Mud Bug 0-50 Ft LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
410 Geo CPT Truck/Mud Bug 50-100 Ft LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
411 Geo CPT Truck/Mud Bug 100-150
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
412 Geo CPT Truck/Mud Bug 150-200
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
413 Geo Crosshole Sonic Logging
(CSL)
*
Day Includes equipment and materials to perform test per
Day.
*
$200/day
414 Geo Dilatometer Sounding Hour Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
415 Geo Double Ring Infiltration ASTM
D3385
Each Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
416 Geo Dozer (Owned) Day Use this line item when the Dozer is owned. Daily
usage rate for owned Dozer where cost is not
included in FDOT Direct Expense Labor multiplier.
417 Geo Dozer (Rental without labor) Day Includes all Dozer rental for on-site services. Rental
costs should not be included in the indirect or direct
L-4
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
costs used to determine the multiplier.
418 Geo Drill Crew Support Vehicle Day Includes mobilization and daily use of equipment.
Does include crew labor.
421 Geo Dynamic Pile Testing/Pile
Driving Analy
zer*
Day Includes equipment and materials for on-site
services.*
$600/day
422 Geo Extra SPT Samples-
Barge/Track/Amphib 0-50 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
422Vend Geo Extra SPT Samples-
Barge/Track/Amphib 0-50 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 422Vend is to be used in
conjunction with 422P.
422P Geo Extra SPT Samples-
Barge/Track/Amphib 0-50 Ft
Each Log Recorder / Oversight Position. Does not include
Mobilization, MOT or grouting of open hole. Item
422
P
is to be used in conjunction with 422
Vend
.
423 Geo Extra SPT Samples-
Barge/Track/Amphib 50-100 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
423Vend Geo Extra SPT Samples-
Barge/Track/Amphib 50-100 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 423Vend is to be used in
conjunction with 423
P
.
423P Geo Extra SPT Samples-
Barge/Track/Amphib 50-100 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 423P is to be used in conjunction with
423
Vend
.
424 Geo Extra SPT Samples-
Barge/Track/Amphib 100-150 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
424Vend Geo Extra SPT Samples-
Barge/Track/Amphib 100-150 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 424Vend is to be used in
conjunction with 424
P
.
424P Geo Extra SPT Samples-
Barge/Track/Amphib 100-150 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 424P is to be used in conjunction with
424
Vend
.
425 Geo Extra SPT Samples-
Barge/Track/Amphib 150-200 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
425Vend Geo Extra SPT Samples-
Barge/Track/Amphib 150-200 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 425Vend is to be used in
conjunction with 425
P
.
L-5
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
425P Geo Extra SPT Samples-
Barge/Track/Amphib 150-200 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 425P is to be used in conjunction with
425
Vend
.
426 Geo Extra SPT Samples-
Barge/Track/Amphib 200-250 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
426Vend Geo Extra SPT Samples-
Barge/Track/Amphib 200-250 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 426Vend is to be used in
conjunction with 426
P
.
426P Geo Extra SPT Samples-
Barge/Track/Amphib 200-250 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 426P is to be used in conjunction with
426
Vend
.
427 Geo Extra SPT Samples-Truck/Mud
Bug 0-50 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
427Vend Geo Extra SPT Samples-Truck/Mud
Bug 0-50 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 427Vend is to be used in
conjunction with 427
P
.
427P Geo Extra SPT Samples-Truck/Mud
Bug 0-50 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 427P is to be used in conjunction with
427Vend.
428 Geo Extra SPT Samples-Truck/Mud
Bug 50-100 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
428Vend Geo Extra SPT Samples-Truck/Mud
Bug 50-100 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 428Vend is to be used in
conjunction with 428
P
.
428P Geo Extra SPT Samples-Truck/Mud
Bug 50-100 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 428P is to be used in conjunction with
428
Vend
.
429 Geo Extra SPT Samples-Truck/Mud
Bug 100-150 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
429Vend Geo Extra SPT Samples-Truck/Mud
Bug 100-150 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 429Vend is to be used in
conjunction with 429
P
.
429P Geo Extra SPT Samples-Truck/Mud Each Log Recorder / Oversight Position. Does not
L-6
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Bug 100-150 Ft include Mobilization, MOT or grouting of open
hole. Item 429P is to be used in conjunction with
429
Vend
.
430 Geo Extra SPT Samples-Truck/Mud
Bug 150-200 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
430Vend Geo Extra SPT Samples-Truck/Mud
Bug 150-200 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 430Vend is to be used in
conjunction with 430
P
.
430P Geo Extra SPT Samples-Truck/Mud
Bug 150-200 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 425P is to be used in conjunction with
425
Vend
.
431 Geo Extra SPT Samples-Truck/Mud
Bug 200-250 Ft
Each Includes all labor, equipment, and materials required
to obtain sample within depth specified. Does not
include Mobilization, MOT or grouting of open
hole.
431Vend Geo Extra SPT Samples-Truck/Mud
Bug 200-250 Ft
Each Includes drill rig, crew, equipment, and materials
required to obtain sample within depth specified.
Does not include Mobilization, MOT or grouting of
open hole. Item 431Vend is to be used in
conjunction with 431
P
.
431P Geo Extra SPT Samples-Truck/Mud
Bug 200-250 Ft
Each Log Recorder / Oversight Position. Does not
include Mobilization, MOT or grouting of open
hole. Item 431P is to be used in conjunction with
431
Vend
.
432 Geo Field Perm 0-10 Ft Open-End
Borehole Method
Each Includes all labor, equipment, and materials required
to perform test. Does not include Mobilization or
MOT.
432Vend Geo Field Perm 0-10 Ft Open-End
Borehole Method
Each Includes drill rig, crew, equipment, and materials
required to perform test. Does not include
Mobilization or MOT. Item 432Vend is to be used
in conjunction with 432
P
.
432P Geo Field Perm 0-10 Ft Open-End
Borehole Method
Each Log Recorder / Oversight Position. Does not
include Mobilization or MOT. Item 432P is to be
used in conjunction with 432
Vend
.
433 Geo Field Perm 10-25Ft Open-End
Borehole Method
Each Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
433Vend Geo Field Perm 10-25Ft Open-End
Borehole Method
Each Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 433Vend is to be used
in conjunction with 433
P
.
433P Geo Field Perm 10-25Ft Open-End
Borehole Method
Each Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 433P is to be used in
conjunction with 433
Vend
.
434 Geo Ground Penetrating Radar
(GPR)
Hour Includes all labor, equipment and materials to
provide service. Does not include Mobilization of
equipment.
435 Geo Grout Boreholes-
Barge/Track/Amphib 0
-
50 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
L-7
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Mobilization or MOT.
435Vend Geo Grout Boreholes-
Barge/Track/Amphib 0-50 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 435Vend is to be used
in conjunction with 435
P
.
435P Geo Grout Boreholes-
Barge/Track/Amphib 0-50 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 435P is to be used in
conjunction with 435
Vend
.
436 Geo Grout Boreholes-
Barge/Track/Amphib 50-100 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
436Vend Geo Grout Boreholes-
Barge/Track/Amphib 50-100 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 436Vend is to be used
in conjunction with 436
P
.
436P Geo Grout Boreholes-
Barge/Track/Amphib 50-100 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 436P is to be used in
conjunction with 436
Vend
.
437 Geo Grout Boreholes-
Barge/Track/Amphib 100-150 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
437Vend Geo Grout Boreholes-
Barge/Track/Amphib 100-150 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 437Vend is to be used
in conjunction with 437
P
.
437P Geo Grout Boreholes-
Barge/Track/Amphib 100-150 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 437P is to be used in
conjunction with 437
Vend
.
438 Geo Grout Boreholes-
Barge/Track/Amphib 150-200 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
438Vend Geo Grout Boreholes-
Barge/Track/Amphib 150-200 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 438Vend is to be used
in conjunction with 438
P
.
438P Geo Grout Boreholes-
Barge/Track/Amphib 150-200 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 438P is to be used in
conjunction with 438
Vend
.
439 Geo Grout Boreholes-
Barge/Track/Amphib 200-250 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
439Vend Geo Grout Boreholes-
Barge/Track/Amphib 200-250 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 439Vend is to be used
in conjunction with 439
P
.
439P Geo Grout Boreholes-
Barge/Track/Amphib 200-250 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 439P is to be used in
conjunction with 439
Vend
.
440 Geo Grout Boreholes- Truck/Mud
Bug 0-50 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
440Vend Geo Grout Boreholes- Truck/Mud
Bug 0
-
50 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
L-8
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Mobilization or MOT. Item 440Vend is to be used
in conjunction with 440
P
.
440P Geo Grout Boreholes- Truck/Mud
Bug 0-50 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 440P is to be used in
conjunction with 440
Vend
.
441 Geo Grout Boreholes- Truck/Mud
Bug 50-100 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
441Vend Geo Grout Boreholes- Truck/Mud
Bug 50-100 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 441Vend is to be used
in conjunction with 441
P
.
441P Geo Grout Boreholes- Truck/Mud
Bug 50-100 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 441P is to be used in
conjunction with 441
Vend
.
442 Geo Grout Boreholes- Truck/Mud
Bug 100-150 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
442Vend Geo Grout Boreholes- Truck/Mud
Bug 100-150 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 442Vend is to be used
in conjunction with 442
P
.
442P Geo Grout Boreholes- Truck/Mud
Bug 100-150 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 442P is to be used in
conjunction with 442
Vend
.
443 Geo Grout Boreholes- Truck/Mud
Bug 150-200 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
443Vend Geo Grout Boreholes- Truck/Mud
Bug 150-200 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 443Vend is to be used
in conjunction with 443
P
.
443P Geo Grout Boreholes- Truck/Mud
Bug 150-200 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 443P is to be used in
conjunction with 443
Vend
.
444 Geo Grout Boreholes- Truck/Mud
Bug 200-250 Ft
LF Includes all labor, equipment, and materials required
to grout the bore hole. Does not include
Mobilization or MOT.
444Vend Geo Grout Boreholes- Truck/Mud
Bug 200-250 Ft
LF Includes drill rig, crew, equipment, and materials
required to grout the bore hole. Does not include
Mobilization or MOT. Item 444Vend is to be used
in conjunction with 444
P
.
444P Geo Grout Boreholes- Truck/Mud
Bug 200-250 Ft
LF Log Recorder / Oversight Position. Does not include
Mobilization or MOT. Item 444P is to be used in
conjunction with 444
Vend
.
445 Geo Grouted Monitor Well 2in 0-50
Ft
LF Includes all labor, equipment and materials to install
device on
-
site.
446 Geo H& Auger with DCP (0-50 ft)
ASTM D1452
LF Includes all labor, equipment and materials to
perform test.
447 Geo H& Auger with SCP (0-50 ft)
ASTM D1453
LF Includes all labor, equipment and materials to
perform test.
448 Geo Mini Shaft Inspection Hour Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
L-9
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
engineering & reporting labor.
449 Geo Noise Monitoring Hour Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
450 Geo Piezometer 2in 0-50 Ft LF Includes all labor, equipment and materials to install
device on
-
site.
451 Geo Pile Integrity Testing* Day Includes equipment and materials for on-site
services.*
$193/day
452 Geo Rock Coring Brg/Track/Amph
0
-
50 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
452Vend Geo Rock Coring Brg/Track/Amph
0-50 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 452Vend is to be used in
conjunction with 452
P
.
452P Geo Rock Coring Brg/Track/Amph
0
-
50 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 452P is to
be used in conjunction with 452
Vend
.
453 GeoRocCoring Brg/Track/Amp 0-
50 Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
453Vend GeoRocCoring Brg/Track/Amp 0-
50 Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 453Vend is to be used in
conjunction with 453
P
.
453P GeoRocCoring Brg/Track/Amp 0-
50 Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 453P is to
be used in conjunction with 453
Vend
.
454 GeoRocCoring Brg/Track/Amph
50
-
100 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
454Vend GeoRocCoring Brg/Track/Amph
50-100 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 454Vend is to be used in
conjunction with 454
P
.
454P GeoRocCoring Brg/Track/Amph
50
-
100 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 454P is to
be used in conjunction with 454
Vend
.
455 GeoRocCoring Brg/Track/Amp 50-
100Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
455Vend GeoRocCoring Brg/Track/Amp 50-
100Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 455Vend is to be used in
conjunction with 455
P
.
455P GeoRocCoring Brg/Track/Amp 50-
100Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 455P is to
be used in conjunction with 455
Vend
.
456 GeoRocCoring Brg/Track/Amph
100
-
150 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
456Vend GeoRocCoring Brg/Track/Amph
100-150 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 456Vend is to be used in
conjunction with 456
P
.
456P GeoRocCoring Brg/Track/Amph
100
-
150 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 456P is to
be used in conjunction with 456
Vend
.
457 GeoRocCoring Brg/Track/Amp
100
-
150Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
457Vend GeoRocCoring Brg/Track/Amp
100-150Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 457Vend is to be used in
conjunction with 457
P
.
457P GeoRocCoring Brg/Track/Amp
100
-
150Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 457P is to
be used in conjunction with 457
Vend
.
458 GeoRocCoring Brg/Track/Amph
150
-
200 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
458Vend GeoRocCoring Brg/Track/Amph LF Includes drill rig, crew, equipment and materials for
L-10
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
150-200 Ft 4in ID & over on-site services. Item 458Vend is to be used in
conjunction with 458
P
.
458P GeoRocCoring Brg/Track/Amph
150
-
200 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 458P is to
be used in conjunction with 458
Vend
.
459 GeoRocCoring Brg/Track/Amp
150
-
200Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
459Vend GeoRocCoring Brg/Track/Amp
150-200Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 459Vend is to be used in
conjunction with 459
P
.
459P GeoRocCoring Brg/Track/Amp
150
-
200Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 459P is to
be used in conjunction with 459
Vend
.
460 GeoRocCoring Brg/Track/Amph
200
-
250 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
460Vend GeoRocCoring Brg/Track/Amph
200-250 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 460Vend is to be used in
conjunction with 460
P
.
460P GeoRocCoring Brg/Track/Amph
200
-
250 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 460P is to
be used in conjunction with 460
Vend
.
461 GeoRocCoring Brg/Track/Amp
200
-
250Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
461Vend GeoRocCoring Brg/Track/Amp
200-250Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 461Vend is to be used in
conjunction with 461
P
.
461P GeoRocCoring Brg/Track/Amp
200
-
250Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 461P is to
be used in conjunction with 461
Vend
.
462 Geo Rock Coring Truck/Mud Bug
0
-
50 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
462Vend Geo Rock Coring Truck/Mud Bug
0-50 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 462Vend is to be used in
conjunction with 462
P
.
462P Geo Rock Coring Truck/Mud Bug
0
-
50 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 462P is to
be used in conjunction with 462
Vend
.
463 GeoRocCoring Truck/MudBug 0-50
Ft less than 4in ID
LF Includes all labor, equipment and materials for on-
site services
463Vend GeoRocCoring Truck/MudBug 0-50
Ft less than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 463Vend is to be used in
conjunction with 463
P
.
463P GeoRocCoring Truck/MudBug 0-50
Ft less than 4in ID
LF Log Recorder / Oversight Position. Item 463P is to
be used in conjunction with 463
Vend
.
464 Geo Rock Coring Truck/Mud Bug
50
-
100 Ft 4in ID over
LF Includes all labor, equipment and materials for on-
site services
464Vend Geo Rock Coring Truck/Mud Bug
50-100 Ft 4in ID over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 464Vend is to be used in
conjunction with 464
P
.
464P Geo Rock Coring Truck/Mud Bug
50
-
100 Ft 4in ID over
LF Log Recorder / Oversight Position. Item 464P is to
be used in conjunction with 464
Vend
.
465 GeoRocCoring Truck/MudBug 50-
100 Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
465Vend GeoRocCoring Truck/MudBug 50-
100 Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 465Vend is to be used in
conjunction with 465
P
.
465P GeoRocCoring Truck/MudBug 50-
100 Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 465P is to
be used in conjunction with 465
Vend
.
L-11
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
466 GeoRocCoring Truck/MudBug 100-
150 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
466Vend GeoRocCoring Truck/MudBug 100-
150 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 466Vend is to be used in
conjunction with 466
P
.
466P GeoRocCoring Truck/MudBug 100-
150 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 466P is to
be used in conjunction with 466
Vend
.
467 GeoRocCoring Truck/MudBug 100-
150 Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
467Vend GeoRocCoring Truck/MudBug 100-
150 Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 467Vend is to be used in
conjunction with 467
P
.
467P GeoRocCoring Truck/MudBug 100-
150 Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 467P is to
be used in conjunction with 467
Vend
.
468 GeoRocCoring Truck/MudBug 150-
200 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
468Vend GeoRocCoring Truck/MudBug 150-
200 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 468Vend is to be used in
conjunction with 468
P
.
468P GeoRocCoring Truck/MudBug 150-
200 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 468P is to
be used in conjunction with 468
Vend
.
469 GeoRocCoring Truck/MudBug 150-
200 Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
469Vend GeoRocCoring Truck/MudBug 150-
200 Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 469Vend is to be used in
conjunction with 469
P
.
469P GeoRocCoring Truck/MudBug 150-
200 Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 469P is to
be used in conjunction with 469
Vend
.
470 GeoRocCoring Truck/MudBug 200-
250 Ft 4in ID & over
LF Includes all labor, equipment and materials for on-
site services
470Vend GeoRocCoring Truck/MudBug 200-
250 Ft 4in ID & over
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 470Vend is to be used in
conjunction with 470
P
.
470P GeoRocCoring Truck/MudBug 200-
250 Ft 4in ID & over
LF Log Recorder / Oversight Position. Item 470P is to
be used in conjunction with 470
Vend
.
471 GeoRocCoring Truck/MudBug 200-
250 Ft les than 4in ID
LF Includes all labor, equipment and materials for on-
site services
471Vend GeoRocCoring Truck/MudBug 200-
250 Ft les than 4in ID
LF Includes drill rig, crew, equipment and materials for
on-site services. Item 471Vend is to be used in
conjunction with 471
P
.
471P GeoRocCoring Truck/MudBug 200-
250 Ft les than 4in ID
LF Log Recorder / Oversight Position. Item 471P is to
be used in conjunction with 471
Vend
.
472 Geo Saximeter Testing Hour Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
473 Geo SPT Barge/Track/Amphib 0-50
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
473Vend Geo SPT Barge/Track/Amphib 0-50
Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 473Vend is to
be used in conjunction with 473
P
.
473P Geo SPT Barge/Track/Amphib 0-50
Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
L-12
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
labor. Item 473P is to be used in conjunction with
473
Vend
.
474 Geo SPT Barge/Track/Amphib 50-
100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
474Vend Geo SPT Barge/Track/Amphib 50-
100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 474Vend is to
be used in conjunction with 474
P
.
474P Geo SPT Barge/Track/Amphib 50-
100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 474P is to be used in conjunction with
474
Vend
.
475 Geo SPT Barge/Track/Amphib 100-
150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
475Vend Geo SPT Barge/Track/Amphib 100-
150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 475Vend is to
be used in conjunction with 475
P
.
475P Geo SPT Barge/Track/Amphib 100-
150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 475P is to be used in conjunction with
475
Vend
.
476 Geo SPT Barge/Track/Amphib 150-
200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
476Vend Geo SPT Barge/Track/Amphib 150-
200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 476Vend is to
be used in conjunction with 476
P
.
476P Geo SPT Barge/Track/Amphib 150-
200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 476P is to be used in conjunction with
476
Vend
.
477 Geo SPT Barge/Track/Amphib 200-
250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
477Vend Geo SPT Barge/Track/Amphib 200-
250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 477Vend is to
be used in conjunction with 477
P
.
477P Geo SPT Barge/Track/Amphib 200-
250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 477P is to be used in conjunction with
477
Vend
.
478 Geo SPT Truck/Mud Bug 0-50 Ft LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
478Vend Geo SPT Truck/Mud Bug 0-50 Ft LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 478Vend is to
be used in conjunction with 478
P
.
478P Geo SPT Truck/Mud Bug 0-50 Ft LF Log Recorder / Oversight Position. Does not
L-13
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
include Mobilization or engineering & reporting
labor. Item 478P is to be used in conjunction with
478
Vend
.
479 Geo SPT Truck/Mud Bug 50-100 Ft LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
479Vend Geo SPT Truck/Mud Bug 50-100 Ft LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 479Vend is to
be used in conjunction with 479
P
.
479P Geo SPT Truck/Mud Bug 50-100 Ft LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 479P is to be used in conjunction with
479
Vend
.
480 Geo SPT Truck/Mud Bug 100-150
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
480Vend Geo SPT Truck/Mud Bug 100-150
Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 480Vend is to
be used in conjunction with 480
P
.
480P Geo SPT Truck/Mud Bug 100-150
Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 480P is to be used in conjunction with
480
Vend
.
481 Geo SPT Truck/Mud Bug 150-200
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
481Vend Geo SPT Truck/Mud Bug 150-200
Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 481Vend is to
be used in conjunction with 481
P
.
481P Geo SPT Truck/Mud Bug 150-200
Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 481P is to be used in conjunction with
481
Vend
.
482 Geo SPT Truck/Mud Bug 200-250
Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
482Vend Geo SPT Truck/Mud Bug 200-250
Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 482Vend is to
be used in conjunction with 482
P
.
482P Geo SPT Truck/Mud Bug 200-250
Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 482P is to be used in conjunction with
482
Vend
.
483 Geo Temp Casing 3in
Barge/Track/Amphib 0-50 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
483Vend Geo Temp Casing 3in
Barge/Track/Amphib 0-50 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 483
Vend
is to
L-14
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
be used in conjunction with 483P.
483P Geo Temp Casing 3in
Barge/Track/Amphib 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 483P is to be used in conjunction with
483
Vend
.
484 Geo Temp Casing 3in
Barge/Track/Amphib 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
484Vend Geo Temp Casing 3in
Barge/Track/Amphib 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 484Vend is to
be used in conjunction with 484
P
.
484P Geo Temp Casing 3in
Barge/Track/Amphib 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 484P is to be used in conjunction with
484
Vend
.
485 Geo Temp Casing 3in
Barge/Track/Amphib 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
485Vend Geo Temp Casing 3in
Barge/Track/Amphib 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 485Vend is to
be used in conjunction with 485
P
.
485P Geo Temp Casing 3in
Barge/Track/Amphib 100-150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 485P is to be used in conjunction with
485
Vend
.
486 Geo Temp Casing 3in
Barge/Track/Amphib 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
486Vend Geo Temp Casing 3in
Barge/Track/Amphib 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 486Vend is to
be used in conjunction with 486
P
.
486P Geo Temp Casing 3in
Barge/Track/Amphib 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 486P is to be used in conjunction with
486
Vend
.
487 Geo Temp Casing 3in
Barge/Track/Amphib 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
487Vend Geo Temp Casing 3in
Barge/Track/Amphib 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 487Vend is to
be used in conjunction with 487
P
.
487P Geo Temp Casing 3in
Barge/Track/Amphib 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 487P is to be used in conjunction with
487
Vend
.
488 Geo Temp Casing 3in Truck/Mud
Bug 0-50 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
488Vend Geo Temp Casing 3in Truck/Mud
Bug 0
-
50 Ft
LF Includes drill rig, crew, equipment and materials for
on
-
site services. Does not include Mobilization or
L-15
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
engineering & reporting labor. Item 488Vend is to
be used in conjunction with 488
P
.
488P Geo Temp Casing 3in Truck/Mud
Bug 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 488P is to be used in conjunction with
488
Vend
.
489 Geo Temp Casing 3in Truck/Mud
Bug 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
489Vend Geo Temp Casing 3in Truck/Mud
Bug 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 489Vend is to
be used in conjunction with 489
P
.
489P Geo Temp Casing 3in Truck/Mud
Bug 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 489P is to be used in conjunction with
489
Vend
.
490 Geo Temp Casing 3in Truck/Mud
Bug 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
490Vend Geo Temp Casing 3in Truck/Mud
Bug 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 490Vend is to
be used in conjunction with 490
P
.
490P Geo Temp Casing 3in Truck/Mud
Bug 100-150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 490P is to be used in conjunction with
490
Vend
.
491 Geo Temp Casing 3in Truck/Mud
Bug 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
491Vend Geo Temp Casing 3in Truck/Mud
Bug 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 491Vend is to
be used in conjunction with 491
P
.
491P Geo Temp Casing 3in Truck/Mud
Bug 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 491P is to be used in conjunction with
491
Vend
.
492 Geo Temp Casing 3in Truck/Mud
Bug 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
492Vend Geo Temp Casing 3in Truck/Mud
Bug 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 492Vend is to
be used in conjunction with 492
P
.
492P Geo Temp Casing 3in Truck/Mud
Bug 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 492P is to be used in conjunction with
492
Vend
.
493 Geo Temp Casing 4in
Barge/Track/Amphib 0-50 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
L-16
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
493Vend Geo Temp Casing 4in
Barge/Track/Amphib 0-50 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 493Vend is to
be used in conjunction with 493P.
493P Geo Temp Casing 4in
Barge/Track/Amphib 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 493P is to be used in conjunction with
493
Vend
.
494 Geo Temp Casing 4in
Barge/Track/Amphib 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
494Vend Geo Temp Casing 4in
Barge/Track/Amphib 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 494Vend is to
be used in conjunction with 494
P
.
494P Geo Temp Casing 4in
Barge/Track/Amphib 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 497P is to be used in conjunction with
494
Vend
.
495 Geo Temp Casing 4in
Barge/Track/Amphib 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
495Vend Geo Temp Casing 4in
Barge/Track/Amphib 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 495Vend is to
be used in conjunction with 495
P
.
495P Geo Temp Casing 4in
Barge/Track/Amphib 100-150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 495P is to be used in conjunction with
495
Vend
.
496 Geo Temp Casing 4in
Barge/Track/Amphib 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
496Vend Geo Temp Casing 4in
Barge/Track/Amphib 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 496Vend is to
be used in conjunction with 496
P
.
496P Geo Temp Casing 4in
Barge/Track/Amphib 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 496P is to be used in conjunction with
496
Vend
.
497 Geo Temp Casing 4in
Barge/Track/Amphib 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
497Vend Geo Temp Casing 4in
Barge/Track/Amphib 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 497Vend is to
be used in conjunction with 497
P
.
497P Geo Temp Casing 4in
Barge/Track/Amphib 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 497P is to be used in conjunction with
497
Vend
.
498 Geo Temp Casing 4in Truck/Mud LF Includes all labor, equipment and materials for on-
L-17
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Bug 0-50 Ft site services. Does not include Mobilization or
engineering & reporting labor.
498Vend Geo Temp Casing 4in Truck/Mud
Bug 0-50 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 498Vend is to
be used in conjunction with 498
P
.
498P Geo Temp Casing 4in Truck/Mud
Bug 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 498P is to be used in conjunction with
498
Vend
.
499 Geo Temp Casing 4in Truck/Mud
Bug 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
499Vend Geo Temp Casing 4in Truck/Mud
Bug 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 499Vend is to
be used in conjunction with 499
P
.
499P Geo Temp Casing 4in Truck/Mud
Bug 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 499P is to be used in conjunction with
499
Vend
.
500 Geo Temp Casing 4in Truck/Mud
Bug 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
500Vend Geo Temp Casing 4in Truck/Mud
Bug 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 500Vend is to
be used in conjunction with 500
P
.
500P Geo Temp Casing 4in Truck/Mud
Bug 100-150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 500P is to be used in conjunction with
500
Vend
.
501 Geo Temp Casing 4in Truck/Mud
Bug 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
501Vend Geo Temp Casing 4in Truck/Mud
Bug 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 501Vend is to
be used in conjunction with 501
P
.
501P Geo Temp Casing 4in Truck/Mud
Bug 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 501P is to be used in conjunction with
501
Vend
.
502 Geo Temp Casing 4in Truck/Mud
Bug 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
502Vend Geo Temp Casing 4in Truck/Mud
Bug 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 502Vend is to
be used in conjunction with 502
P
.
502P Geo Temp Casing 4in Truck/Mud
Bug 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 502
P
is to be used in conjunction with
L-18
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
502Vend.
503 Geo Temp Casing 6in
Barge/Track/Amphib 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
503Vend Geo Temp Casing 6in
Barge/Track/Amphib 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 503Vend is to
be used in conjunction with 503
P
.
503P Geo Temp Casing 6in
Barge/Track/Amphib 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 503P is to be used in conjunction with
503
Vend
.
504 Geo Temp Casing 6in
Barge/Track/Amphib 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
504Vend Geo Temp Casing 6in
Barge/Track/Amphib 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 504Vend is to
be used in conjunction with 504
P
.
504P Geo Temp Casing 6in
Barge/Track/Amphib 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 504P is to be used in conjunction with
504
Vend
.
505 Geo Temp Casing 6in
Barge/Track/Amphib 0-50 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
505Vend Geo Temp Casing 6in
Barge/Track/Amphib 0-50 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 505Vend is to
be used in conjunction with 505
P
.
505P Geo Temp Casing 6in
Barge/Track/Amphib 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 505P is to be used in conjunction with
505
Vend
.
506 Geo Temp Casing 6in
Barge/Track/Amphib 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
506Vend Geo Temp Casing 6in
Barge/Track/Amphib 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 506Vend is to
be used in conjunction with 506
P
.
506P Geo Temp Casing 6in
Barge/Track/Amphib 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 506P is to be used in conjunction with
506
Vend
.
507 Geo Temp Casing 6in
Barge/Track/Amphib 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
507Vend Geo Temp Casing 6in
Barge/Track/Amphib 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 507Vend is to
be used in conjunction with 507
P
.
507P Geo Temp Casing 6in
Barge/Track/Amphib 100
-
150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
L-19
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
labor. Item 507P is to be used in conjunction with
507
Vend
.
508 Geo Temp Casing 6in Truck/Mud
Bug 0-50 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
508Vend Geo Temp Casing 6in Truck/Mud
Bug 0-50 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 508Vend is to
be used in conjunction with 508
P
.
508P Geo Temp Casing 6in Truck/Mud
Bug 0-50 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 508P is to be used in conjunction with
508
Vend
.
509 Geo Temp Casing 6in Truck/Mud
Bug 50-100 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
509Vend Geo Temp Casing 6in Truck/Mud
Bug 50-100 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 509Vend is to
be used in conjunction with 509
P
.
509P Geo Temp Casing 6in Truck/Mud
Bug 50-100 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 509P is to be used in conjunction with
509
Vend
.
510 Geo Temp Casing 6in Truck/Mud
Bug 100-150 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
510Vend Geo Temp Casing 6in Truck/Mud
Bug 100-150 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 510Vend is to
be used in conjunction with 510
P
.
510P Geo Temp Casing 6in Truck/Mud
Bug 100-150 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 510P is to be used in conjunction with
510
Vend
.
511 Geo Temp Casing 6in Truck/Mud
Bug 150-200 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
511Vend Geo Temp Casing 6in Truck/Mud
Bug 150-200 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 511Vend is to
be used in conjunction with 511
P
.
511P Geo Temp Casing 6in Truck/Mud
Bug 150-200 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 511P is to be used in conjunction with
511
Vend
.
512 Geo Temp Casing 6in Truck/Mud
Bug 200-250 Ft
LF Includes all labor, equipment and materials for on-
site services. Does not include Mobilization or
engineering & reporting labor.
512Vend Geo Temp Casing 6in Truck/Mud
Bug 200-250 Ft
LF Includes drill rig, crew, equipment and materials for
on-site services. Does not include Mobilization or
engineering & reporting labor. Item 512Vend is to
be used in conjunction with 512P.
L-20
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
512P Geo Temp Casing 6in Truck/Mud
Bug 200-250 Ft
LF Log Recorder / Oversight Position. Does not
include Mobilization or engineering & reporting
labor. Item 512P is to be used in conjunction with
512Vend.
513 Geo Thermal Integrity Tester (TI)* Day Includes equipment and materials for on-site
services. Includes De
-
Watering.
*
$375/day
514 Geo Truck/Mud Bug Mobil (30
miles straightline distance)
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
515 Geo Undisturbed Samples
Barge/Track/Amphib 0
-
50 Ft
Each Includes all labor, equipment and materials for on-
site services
515Vend Geo Undisturbed Samples
Barge/Track/Amphib 0-50 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 515Vend is to be used in
conjunction with 515
P
.
515P Geo Undisturbed Samples
Barge/Track/Amphib 0-50 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 515P is to be used in conjunction
with 515
Vend
.
516 Geo Undisturbed Samples
Barge/Track/Amphib 50
-
100Ft
Each Includes all labor, equipment and materials for on-
site services
516Vend Geo Undisturbed Samples
Barge/Track/Amphib 50-100Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 516Vend is to be used in
conjunction with 516
P
.
516P Geo Undisturbed Samples
Barge/Track/Amphib 50-100Ft
Each Log Recorder / Oversight Position for on-site
services. Item 516P is to be used in conjunction
with 516
Vend
.
517 Geo Undisturbed Samples
Brg/Track/Amph 100
-
150 Ft
Each Includes all labor, equipment and materials for on-
site services
517Vend Geo Undisturbed Samples
Brg/Track/Amph 100-150 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 517Vend is to be used in
conjunction with 517
P
.
517P Geo Undisturbed Samples
Brg/Track/Amph 100-150 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 517P is to be used in conjunction
with 517
Vend
.
518 Geo Undisturbed Samples
Brg/Track/Amph 150
-
200 Ft
Each Includes all labor, equipment and materials for on-
site services
518Vend Geo Undisturbed Samples
Brg/Track/Amph 150-200 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 518Vend is to be used in
conjunction with 518
P
.
518P Geo Undisturbed Samples
Brg/Track/Amph 150-200 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 518P is to be used in conjunction
with 518
Vend
.
519 Geo Undisturbed Samples
Truck/Mud Bug 0
-
50 Ft
Each Includes all labor, equipment and materials for on-
site services
519Vend Geo Undisturbed Samples
Truck/Mud Bug 0-50 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 519Vend is to be used in
conjunction with 519
P
.
519P Geo Undisturbed Samples
Truck/Mud Bug 0-50 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 519P is to be used in conjunction
with 519
Vend
.
L-21
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
520 Geo Undisturbed Samples
Truck/Mud Bug 50
-
100 Ft
Each Includes all labor, equipment and materials for on-
site services
520Vend Geo Undisturbed Samples
Truck/Mud Bug 50-100 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 520Vend is to be used in
conjunction with 520
P
.
520P Geo Undisturbed Samples
Truck/Mud Bug 50-100 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 520P is to be used in conjunction
with 520
Vend
.
521 Geo Undisturbed Samples
Truck/Mud Bug 100
-
150 Ft
Each Includes all labor, equipment and materials for on-
site services
521Vend Geo Undisturbed Samples
Truck/Mud Bug 100-150 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 521Vend is to be used in
conjunction with 521
P
.
521P Geo Undisturbed Samples
Truck/Mud Bug 100-150 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 521P is to be used in conjunction
with 521
Vend
.
522 Geo Undisturbed Samples
Truck/Mud Bug 150
-
200 Ft
Each Includes all labor, equipment and materials for on-
site services
522Vend Geo Undisturbed Samples
Truck/Mud Bug 150-200 Ft
Each Includes drill rig, crew, equipment and materials for
on-site services. Item 522Vend is to be used in
conjunction with 522
P
.
522P Geo Undisturbed Samples
Truck/Mud Bug 150-200 Ft
Each Log Recorder / Oversight Position for on-site
services. Item 523P is to be used in conjunction
with 523
Vend
.
523 Geo Noise Monitoring* Day Includes equipment and materials for on-site
services.
*
$100/day
524 Geo Vibration Monitoring* Day Includes equipment and materials for on-site
services.
*
$100/day
525 Geo Well Development Hour Includes all labor, equipment and materials to
develop the well for sampling.
526 Geo Dynamic Pile
Testing/Embedded Data Collector*
Day Includes equipment and materials for on-site
services.*
$850/day
527 Goble Pile Check (GPC) Dynamic
Load Testing*
Day Includes equipment and materials for on-site
services.*
$500/day
528 Embedded Data Collector Data
Acquisition Viewer
Each Includes viewer access for individual. Information
must be sent by District to the Rate Review Auditor
in Central Office Audit Support Section when
utilized. Information will be validated as part of
Prequalification renewal. District will validate
information with Central Office Audit Support
Section.
531 Geo Truck/Mudbug Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, log
recorder/oversight position, equipment and materials
for on
-
site services.
531Vend Geo Truck/Mudbug Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, equipment
and materials for on-site services. Item 531Vend
only to be used in conjunction with Item 531P.
531P Geo Truck/Mudbug Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items. Log
recorder/oversight position including equipment and
L-22
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
materials. Item 531P only to be used in conjunction
with Item 531Vend.
532 Geo Truck/Mudbug Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, log
recorder/oversight position, equipment and materials
for on
-
site services.
532Vend Geo Truck/Mudbug Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, equipment
and materials for on-site services. Item 532Vend
only to be used in conjunction with Item 532P.
532P Geo Truck/Mudbug Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items. Log
recorder/oversight position including equipment and
materials. Item 532P only to be used in conjunction
with Item 532Vend.
533 Geo Track/Barge Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, log
recorder/oversight position, equipment and materials
for on
-
site services.
533Vend Geo Track/Barge Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, equipment
and materials for on-site services. Item 533Vend
only to be used in conjunction with Item 533P.
533P Geo Track/Barge Drill Rig and
Crew (2-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items. Log
recorder/oversight position including equipment and
materials. Item 533P only to be used in conjunction
with Item 533Vend.
534 Geo Track/Barge Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, log
recorder/oversight position, equipment and materials
for on
-
site services.
534Vend Geo Track/Barge Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items.
Includes drill rig, driller, assistant driller, equipment
and materials for on-site services. Item 534Vend
only to be used in conjunction with Item 534P.
534P Geo Track/Barge Drill Rig and
Crew (3-person)
Hour Intended to compensate for types of work not
covered under other geotechnical pay items. Log
recorder/oversight position including equipment and
materials. Item 534P only to be used in conjunction
with Item 534Vend.
535 Geo Clearing Equip- Tractor, Bush
Hog Attachment
Day Includes all labor, equipment for on-site services.
Does not include Mobilization.
536 Geo Clearing Equip-Skid
Steer/ASV, ForestMulching Attach
Day Includes all labor, equipment for on-site services.
Does not include Mobilization.
537 Geo Clearing Equip-Skid
Steer/ASV, Brush Cutter Attach
Day Includes all labor, equipment for on-site services.
Does not include Mobilization.
538 Geo Clearing Equipment Day Includes all labor, equipment and attachments for
L-23
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
on-site services. Does not include Mobilization.
539 Geo Wash Boring, 0-50 Ft LF Includes all labor, equipment and materials for on-
site services
540 Geo Wash Boring, 50-100 Ft LF Includes all labor, equipment and materials for on-
site services
541 Geo Wash Boring, 100-150 Ft LF Includes all labor, equipment and materials for on-
site services
542 Geo Wash Boring, 150-200 Ft LF Includes all labor, equipment and materials for on-
site services
543 Geo Wash Boring, 200-250 Ft LF Includes all labor, equipment and materials for on-
site services
544 Falling Weight Deflectometer
(FWD)*
Day Includes equipment and materials for on-site
services.*
600 Mobilization - Crosshole Sonic
Logging (CSL) Equipment
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
601 Mobilization - Tugboat Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
602 Mobilization - Vibration Monitoring
Equipment
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
603 Mobilization Asphalt Coring
Equipment
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
604 Mob Barge Large w/o Crane
(permit required)
Each Includes all labor, permit fees, equipment and
materials to prepare equipment and transport to and
from work site within 30 miles straight-line distance
of the consultant’s closest office. Mobilization in
excess of 30 miles is an extra cost and will be
negotiated by the consultant and District.
Overweight / oversize vehicle permit required
605 Mob Barge Small w/o Crane
(permit not required)
Each Includes all labor, equipment and materials to
prepare equipment and transport to and from work
site within 30 miles straight-line distance of the
consultant’s closest office. Mobilization in excess of
30 miles is an extra cost and will be negotiated by
the consultant and District. Overweight / oversize
vehicle permit not required
606 Mobilization Concrete Coring Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
L-24
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
607 Mobilization Cone Penetrometer
Test Rig
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
608 Mobilization Drill Rig Amphibious Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
609 Mobilization Drill Rig Barge Mount Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
610 Mobilization Drill Rig Track Mount Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
611 Mobilization Drill Rig Trailer
Mount
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
612 Mobilization Drill Rig Truck Mount Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
613 Mobilization Mini-Shaft Inspection
Device
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
614 Mobilization Mudbug/All Terrain
Vehicle
Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
L-25
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
617 Mobilization Skid Rig Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
618 Mobilization Support Boat Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
619 Mobilization Tri-Pod Each Includes all labor, equipment and materials to
prepare equipment and transport from consultant
office closest to work site to work site within 30
miles straight-line distance. Mobilization in excess
of 30 miles is extra cost and will be negotiated by
the consultant and District.
620 Mobilization of Clearing Equipment Each Includes all labor, equipment and fuels to prepare
equipment for onsite clearing and transport from
consultant office closest to work site to work site
within 30 miles straight-line distance. Mobilization
in excess of 30 miles is extra cost and will be
negotiated by the consultant and District.
621 Mob Barge Large w/ Crane (permit
required)
Each Includes all labor, permit fees, equipment and
materials to prepare equipment and transport to and
from work site within 30 miles straight-line distance
of the consultant’s closest office. Mobilization in
excess of 30 miles is an extra cost and will be
negotiated by the consultant and District. Inclusive
of crane costs (operator, equipment, mobilization,
etc.). Overweight / oversize vehicle permit
required
622 Mob Barge Small w/ Crane (permit
not required)
Each
Includes all labor, equipment and materials to
prepare equipment and transport to and from work
site within 30 miles straight-line distance of the
consultant’s closest office. Mobilization in excess of
30 miles is an extra cost and will be negotiated by
the consultant and District. Inclusive of crane costs
(operator, equipment, mobilization,
etc.). Overweight / oversize vehicle permit not
required
700 MOT Arrow Board Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
701 MOT Attenuator Truck Hour Includes mobilization and utilization of vehicle.
Includes vehicle operator. Consultant must own
equipment to have this pay item in their Contract.
702 MOT Channelizing Devices - Type
I, II, VP, Drum (each)
Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
L-26
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
item in their Contract.
703 MOT Light Tower Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
704 MOT Portable Changeable Message
Sign (PCMS)
Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
705 MOT Portable Lighting Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
706 MOT Portable Sign Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
707 MOT Post Mounted Sign Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
708 MOT Provide Channelizing Devices
- Cone
Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
709 MOT Radar Speed Display Unit
(RDSU)
Each Includes mobilization, set-up and cost of device.
Consultant must own equipment to have this pay
item in their Contract.
710 MOT Shadow Vhcle w/ Adv.
Warning Arrow & Attenuator
Hour Includes mobilization and utilization of vehicle.
Includes vehicle operator. Consultant must own
equipment to have this pay item in their Contract.
711 MOT Shadow Vhcle w/ Advanced
Warning Arrow Board (AWA)
Hour Includes mobilization and utilization of vehicle.
Includes vehicle operator. Consultant must own
equipment to have this pay item in their Contract.
712 MOT Support Vehicle Hour Includes mobilization and utilization of vehicle.
Includes vehicle operator. Consultant must own
equipment to have this pay item in their Contract.
800 Soils Chloride Soil or Water FM 5-
552
Test Includes all labor, equipment and materials to
perform test.
801 Soils Consol-Addtl Incrmnts
AASHTO T216 (13 to 24 Loads)
Each Includes all labor, equipment and materials to
perform test over 12 loads up to 24 loads.
802 Soils Consol-Addtl Incrmnts
AASHTO T216 (up to 12 Loads)
Each Includes all labor, equipment and materials to
perform test. Up to 12 loads.
803 Soils Consolidation - Constant
Strain ASTM D4186
Test Includes all labor, equipment and materials to
perform test.
804 Soils Consol-Extend Load Incrmnts
AASHTO T216
Day Includes all labor, equipment and materials to
perform test.
805 Soils Corrosion Series FM 5-550
through 5
-
553
Test Includes all labor, equipment and materials to
perform test.
806 Soils Direct Shear Consolid
Drained/ Point FM 3
-
D3080
Test Includes all labor, equipment and materials to
perform test.
807 Soils Field Vane Shear Test ASTM
D2573
Test Includes all labor, equipment and materials to
perform test.
808 Soils Flexible Wall Permeability
ASTM D5084
Test Includes all labor, equipment and materials to
perform test.
809 Soils Hydrometer Only AASHTO
T88
Test Includes all labor, equipment and materials to
perform test.
810 Soils Limerock Bearing Ratio
(LBR) FM 5
-
515
Test Includes all labor, equipment and materials to
perform test.
L-27
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
811 Soils Liquid Limit AASHTO T89 Test Includes all labor, equipment and materials to
perform test.
812 Soils Materials Finer than 200 Sieve
FM 1
-
T011
Test Includes all labor, equipment and materials to
perform test.
813 Soils Maximum Density ASTM
D4254
Test Includes all labor, equipment and materials to
perform test.
814 Soils Miniature Vane Shear Test
ASTM D4648
Test Includes all labor, equipment and materials to
perform test.
815 Soils Minimum Density ASTM
D4253
Test Includes all labor, equipment and materials to
perform test.
817 Soils Moisture Content Laboratory
AASHTO T265
Test Includes all labor, equipment and materials to
perform test.
818 Soils Moisture Content Microwave
AASHTO D4643
Test Includes all labor, equipment and materials to
perform test.
819 Soils Organic Content Ignition FM
1 T
-
267
Test Inclusive of three test repetitions, all labor,
equipment and materials to perform test.
820 Soils Organic Content Wet
Combustion AASHTO T194
Test Includes all labor, equipment and materials to
perform test.
821 Soils Particle Size Anlys AASHTO
T88 (Incl. Hydrometer)
Test Includes all labor, equipment and materials to
perform test.
822 Soils Particle Size Anlys AASHTO
T88 (No Hydrometer)
Test Includes all labor, equipment and materials to
perform test.
823 Soils Permeability Constant Head
AASHTO T215
Test Includes all labor, equipment and materials to
perform test.
824 Soils Permeability Falling Head FM
5
-
513
Test Includes all labor, equipment and materials to
perform test.
825 Soils pH Soil or Water FM 5-550 Test Includes all labor, equipment and materials to
perform test.
826 Soils Plastic Limit & Plasticity
Index AASHTO T90
Test Includes all labor, equipment and materials to
perform test.
827 Soils Proctor Modified FM 1-T180 Test Includes all labor, equipment and materials to
perform test.
828 Soils Proctor Standard AASHTO
T99
Test Includes all labor, equipment and materials to
perform test.
829 Soils Resistivity Soil or Water FM
5
-
551
Test Includes all labor, equipment and materials to
perform test.
830 Soils Shrinkage Factor AASHTO
T92
Test Includes all labor, equipment and materials to
perform test.
831 Soils Specific Gravity AASHTO
T100
Test Includes all labor, equipment and materials to
perform test.
832 Soils Split Tensile Strgth of Rock
Cores ASTM D3967
Test Includes all labor, equipment and materials to
perform test.
833 Soils Sulfate Soil or Water FM 5-
553
Test Includes all labor, equipment and materials to
perform test.
834 Soils Swell Potential ASTM D4546 Test Includes all labor, equipment and materials to
perform test.
835 Soils Triaxl Consl-Drain (CD) Per
Point
\
Cell ASTM D7181
Test Includes all labor, equipment and materials to
perform test.
836 Soils Tri Cnsl-Undrn (CU) Pt\Cell
AASHTO T297/ASTM D4767
Test Includes all labor, equipment and materials to
perform test.
837 Soil Tri Uncsl-Undrn (UU) Pt\Cell
AASHTO T296/ASTM D2850
Test Includes all labor, equipment and materials to
perform test.
838 Soils Unconfined Compression - Test Includes all labor, equipment and materials to
L-28
Item # Item Description Unit NOTES / COMMENTS
Approved
Rate
Rock ASTM D7012, Method C perform test.
839 Soils Unconfined Compress - Soil
AASHTO T208/ASTM D2166
Test Includes all labor, equipment and materials to
perform test.
*Pay items with a rate in the “Approved Rate” column have been supported by a CO Procurement Office
detailed review and analysis of actual costs. The “Approved Rate” shall be used on all contracts that require the
asterisked pay items.
M-1
Attachment M
Simplified Self Certification for Non-Professional Services Firms
M-2
M-3
M-4
Attachment N
Guidelines for Preliminary Engineering (PE) Acceleration
N-1
PE Acceleration is a tool available for limited use on Department engineering projects. As an ongoing initiative,
the Department may consider opportunities where appropriate to accelerate production on engineering
projects, for the purpose of building up the Department’s plans shelf (advanced production) or to accelerate the
construction phase of a project. The District shall perform a cost vs. benefit analysis to assess the
appropriateness of acceleration. Acceleration requests must be approved by the Chief Engineer or the Assistant
Secretary for Engineering and Operations.
In order to ensure that Districts are consistent, predictable, and repeatable when negotiating consultant
compensation for acceleration opportunities, the following guidelines are provided:
1. Consultants shall be compensated for time acceleration of projects through the contract operating
margin. Operating margin shall be negotiated for the basic services using the standard ranges
established in the Negotiation Handbook for the factors of schedule, risk, complexity, and cost control.
Once the operating margin percentage is agreed upon, the points allocated for schedule and risk for
basic services may then be doubled. These percentages are applied to direct salaries. By necessity,
operating margin will be capped for federally funded projects. The increase in operating margin shall be
applied to the full work effort. (Note: If the work effort is over 50% completed, contact Central Office
before proceeding.)
2. The prime consultant and all subconsultants with audited overhead rates or self-certified overhead rates
that are awarded operating margin (and whose services will be accelerated) will be eligible for increased
operating margin (doubling of risk and schedule points awarded).
3. To address FHWA’s fixed fee limitations, the Department will cap operating margin total compensation
at 15% of total direct and indirect costs (equivalent to 42% operating margin applied to direct salaries)
for federally funded projects.
4. For unusual or complex projects that include the accelerated effort, additional hours may be negotiated
for coordination, oversight and management activities, when warranted and granted as an exception by
Central Office.
5. Procurement will refer to the Professional Services Information System (PSI) to determine whether
premium overtime is a reimbursed cost or an excluded cost. Premium OT reimbursed means that
premium overtime costs are compensated through the audited rates. Premium OT excluded means that
premium overtime costs are not included in the audited rates (neither the direct expense percentage
nor the overhead percentage), and can be negotiated as a reimbursement on the project.
ONLY consultants identified through the audit and in PSI as premium OT excluded may be compensated
for additional premium overtime costs as a direct line item expense for this effort.
6. For purposes of tracking acceleration costs, a compensation element shall be established for the
contract called “Additional Compensation for Accelerated Schedule”. The compensation element will
be paid based on lump sum percentage completion. This provides an audit trail of what transpired on
the contract.