Loading...
HomeMy WebLinkAboutCONTRACT WITH CRANSTON ENGINEERING, THE CITY OF AUGUSTA AND THE DDA FOR DESIGN SERVICES_ PHASE II JAMES BROWN BLVD STREETSCAPE PROJECT A er►i tun Engineering fYf A 4;rnup, Pt:`. AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN CITY OF AUGUSTA AND CRANSTON ENGINEERING GROUP, P.C. This Agreement made this 1 0 day ofIA13(1 , , 2017, by and between City of Augusta, having a usual address of 535 Telfair Street, Augusta, Georgia 30901, hereinafter referred to as the "Client"; and Cranston Engineering Group, P.C., having a usual place of business at 452 Ellis Street,Augusta, Georgia, 30901,hereinafter referred to as the "Consultant." Witnesseth That: Whereas, the Client wishes to engage a consultant to provide DESIGN AND PERMITTING SERVICES FOR JAMES BROWN BOULEVARD STREETSCAPE PHASE II,hereinafter referred to as the "Project"; and Whereas, the Client has secured funds for the purposes of the Project which should be adequate to cover the costs associated with this Agreement; and Whereas, the Consultant has demonstrated the capacity to provide professional services in support of the Project both through its own employees and its associated specialized sub- consultants. Now Therefore,the parties mutually agree as follows: Article 1. GENERAL PROJECT DESCRIPTION The Consultant shall provide professional services to Client, to include but not limited to such tasks surveying, streetscape design,public involvement, and environmental permitting. Article 2. SCOPE OF SERVICES 2.1 Consultant agrees to undertake and perform services ("services") as outlined in Attachment 1, all in accordance with the terms and conditions contained herein. 2.2 The Services to be performed, the schedule for performance of each task("Schedule"), and the compensation due to Consultant shall be described in Attachment 1 ("Work Authorization"). The Work Authorization shall be valid and binding upon the Parties only if this agreement is accepted in writing by the Client and Consultant. Article 3. SCHEDULE AND DELAYS 3.1 Time is of the essence in this Contract. Consultant shall commence,perform, and complete its Services in accordance with the Schedule specified in the Work Authorization. Consultant shall notify Client promptly by telephone or in person, and confirm t Craikitoil -,,Engineering Group, 1'_e. immediately in writing, of any event or condition impairing its ability to meet the Schedule, together with proposed revisions to the Schedule. Delays caused by matters reasonably outside of Consultant's control shall be excusable. Article 4. THE CLIENT'S RESPONSIBILITIES 4.1 The Client agrees to designate an individual to serve as its project manager for the Project, responsible for coordinating activities of the client and community interaction process as well as for assisting the Consultant with collection of data necessary to the work. 4.2 The Client shall provide the Consultant with all plans, reports, data, and all other materials germane to the Consultant's scope of work that are in the Client's possession and shall provide reference assistance and guidance in procuring other data required for the work. 4.3 The Client shall assist the consultant in local liaison activities as required to make contact with key individuals and groups knowledgeable about the study area. The Client shall advise the Consultant on which individuals and groups should be contacted, assist in arranging for meetings, and assist with follow-up activities which may be required. 4.4 The Client shall assist in providing all information which may be needed by the Consultant to fulfill statutory or administrative requirements related to this Agreement. Article 5. COMPENSATION AND PAYMENT 5.1 Consultant's charges shall be specified in the Work Authorization. All charges shall be deemed to include all taxes and all other charges levied by any government agency on Consultant relating to the Services. Consultant shall be responsible for all reporting and payment obligations with respect to Consultant's personnel relating to worker's compensation insurance, Social Security, state and federal unemployment insurance, medical-hospital insurance, salary continuation insurance, pension plan costs, pro rata allowances for vacation and sick leave pay, as well as all other employee benefit programs or employer obligations. Consultant expressly acknowledges that Consultant shall not participate in any Client benefit or insurance program and shall, at its own expense, obtain its own insurance, including medical coverage, Consultant deems necessary. 5.2 Unless otherwise specified in the Work Authorization, the frequency of invoicing shall be monthly. All invoices shall reference this Contract and the applicable Work Authorization. Invoices shall include the "Amount Previously Billed," the "Amount of this Invoice," and the "Amount Billed to Date." Consultant agrees to provide such supporting documentation for each invoice as Client may reasonably require. All invoices shall be submitted to Client by the fifteenth (15th) day of the month after completion of the portion of the Services performed during the prior month. Client shall pay each invoice submitted by and due Consultant within thirty (30) days unless it determines all of the Services billed for were not performed in a satisfactory manner in which event the invoice will be paid as soon any such issues are resolved. 5.3 Payment of any invoice by Client shall not imply inspection, approval, or acceptance of the Services by Client. Final payment shall be made upon completion and acceptance of the Services by Client. Final payment shall in no way relieve the Consultant of liability for its obligations or for faulty or defective Services discovered after final payment. 5.4 Client, by written order ("Change Order"), may make changes in the Services including, but not limited to, increasing or decreasing the Services or directing acceleration in the A('reinAoil El wineonng . (*roup, I'C. performance of the Services. Where practicable, Client and Consultant shall negotiate prior to the issuance of a Change Order the amount of any charge or Schedule change related to the Change Order. Whenever an event occurs or condition arises which Consultant considers a basis for additional compensation or time, Consultant shall so notify Client promptly by telephone, and confirm in writing, after the occurrence of the event or discovery of the condition, providing detailed information to substantiate Consultant's position. The liability of Client to Consultant for additional compensation or time related to the Change Order shall be limited to additional compensation authorized or time allowed by Client for Consultant's Services thereunder. 5.5 Defective Pricing To the extent that the pricing provided by Consultant is erroneous and defective, the parties may, after review and agreement, correct pricing errors to comply with the intent of this Agreement and the Work Authorization. 5.6 Prohibition against Contingent Fees The Consultant warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, and that the Consultant has not received any non- Client fee related to this Agreement without the prior written consent of Client. For breach or violation of this warranty, Client shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission,percentage,brokerage or contingent fee. Article 6. PERSONNEL All personnel in the employ of the Consultant who work on the Project shall keep a record of time spent and all permissible expenses incurred. A summary of such information shall be available to Client. Supporting records shall be provided to Client by the Consultant upon request. Article 7. OWNERSHIP AND USE OF STUDY DOCUMENTS All data, material, and documentation originated and prepared for the Client pursuant to this contract, including all original materials and drawings, shall be delivered to the Client, who will have the right to use such information. The Consultant will have the right to use products of the Project for its own business purposes. Article 8. TERMINATION 8.1 This Agreement may be terminated by the Client for cause upon fifteen (15) days written notice. Should termination occur prior to the completion of the scope of services as described in Article 2 and Attachment 1, the Consultant will be paid for all labor and expenses incurred through the date of termination. A.Cra I rSton Enginoc'ring ;r:«ry,�%' (:roup, PC 8.2 Termination of the Agreement for Default Failure of the Consultant, which has not been remedied or waived, to perform or otherwise comply with a material condition of the Agreement shall constitute default. Upon such default, Client may terminate this contract in part or in whole upon written notice to the Consultant pursuant to this term. 8.3 Termination of the Agreement for Convenience of Client Client may terminate this contract in part or in whole for its convenience upon written notice to the Consultant. The consultant shall be paid for any validated services under this Agreement up to the time of termination. 8.4 Specified excuses for delay or non-performance Consultant is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be equitably adjusted. 8.5 Temporary suspension or delay of performance of contract To the extent that it does not alter the scope of this agreement, Client may unilaterally order a temporary stopping of the work, or delay of the work to be performed by Consultant under this agreement. Article 9. WAIVER Waiver by Client of any default in performance by Consultant of any of the terms or conditions contained in this Agreement must be in writing and will not be deemed a continuing waiver of that default or any subsequent or other default. Article 10. HOLD HARMLESS Except as otherwise provided in this Agreement, Consultant shall indemnify and hold harmless Client and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the negligent performance of its Work or Services. Article 11. APPLICABLE LAWS The Consultant agrees to comply with all federal, state, or local laws, regulations and ordinances that pertain to the execution of this Agreement. It is agreed between the parties hereto that the place of this Agreement, its status and the forum for resolution of any disputes, shall be Richmond County, Georgia, and that this Agreement and all Services shall be governed by and interpreted pursuant to the laws of the State of Georgia. Article 12. INSURANCE 12.1 The Consultant shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the Client against liability or financial loss resulting from injuries occurring to persons, property, or as a A rrlivitoi, t� , '.1]giIi entig ,1`'t -r4 :, i Group, P('- result of any negligent error, act, or omission of the Consultant in performance of the work during the term of this Agreement. 12.2 The Consultant shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. 12.3 The Consultant shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: • Workmen's Compensation Insurance—in accordance with the laws of the States of Georgia and South Carolina. • Public Liability Insurance—in an amount of not less than One Million($1,000,000) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million($1,000,000) Dollars on account of any one occurrence. • Property Damage Insurance—in an amount of not less than One Million($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million($1,000,000) Dollars. • Valuable Papers Insurance—in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. • Professional Liability Insurance—in an amount of not less than One Million($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed One Million($1,000,000) Dollars. Article 13. ENTIRETY OF AGREEMENT This Agreement embodies the entire contract between the parties hereto and may be waived, amended, or supplemented only in writing, executed jointly by both parties. Article 14. ATTACHMENTS The following attachments, which are attached hereto, are part of this Contract: Attachment 1 —Work Authorization A. (.raii..tvii Engin&Pring group. Pt'. IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be duly executed by their duly authorized representatives, effective as of the day and year first above mentioned. SIGNED THIS .2 DAY OF iZ,�� , 2017 CRANSTON ENGINEERING GROUP,P.C. 6"-1 a ALI 1 ic-oiwg-,,,//i ___ Attest i D. Scott Williams, as its Vice President E CITY OF AUG ,SIA, ji 4 /11;";-1 ' r A / #-' i "...di '' Atte .0�, . „tte4 Hardie Davis, Jr., as Mayor 'v �7t t 4 aM F Attachment 1 —Work Authorization PROJECT DESCRIPTION: The James Brown Boulevard Streetscape Phase II project involves demolishing and constructing new sidewalk and other streetscape elements along the east side of James Brown Boulevard from Laney Walker Boulevard to the proposed roundabout at Twiggs Street. The general scope of work includes data collection, surveying, conceptual streetscape design, presentations and public input, streetscape construction documentation, environmental documentation, bid assistance, and construction observation. The project scope, services and fees are based on a total project budget of $597,000, which is budgeted to pay for all consultant services and project construction. The funding for this project consist of 80% federal Transportation Alternative Program (TAP) funds and 20% Local Matching funds. Other than pedestrian crosswalks, renovations and utility design (including but not limited to power,gas, water, sewer, offsite stormwater, etc.)are not included in the project. All services provided will be in accordance with the Georgia Department of Transportation (GDOT) guidelines and requirements for TAP projects. It is our understanding that the City of Augusta is the Local Government Sponsor and the Augusta Downtown Development Authority (DDA) is the City's designated Project Manager. Cranston Engineering Group as the Prime Consultant will provide engineering services for the preparation of construction plans and will utilize sub consultants for environmental documentation, electrical design, and utility location work as described herein. SCOPE OF WORK: A. Project Kickoff and Data Collection 1. Participate in an initial planning kickoff meeting with City Staff, Project Steering Committee,and other interested parties to: a. Establish goals and objectives. b. Review project scope and budget. c. Establish project schedule. d. Review community input information previously collected by community engagement staff,programming needs and desires for the project program and improvements. e. Conduct a site visit with the team. f. Take digital photos of the site(s). g. Review opportunities and constraints. 2. Gather the pertinent background and base data. We will work with the City to obtain any available base information such as soils and geotechnical information (as required, completed by others), historical site photos, previous planning studies, previous phase construction documents, historic structure documentation, applicable zoning and Planned Urban Development documentation, and any other legal documents that are pertinent to the design process. We will also conduct the necessary field surveys (see topographic survey below) and produce the base map for the design. B. Conceptual Design Phase 1. We will review the information provided by the City, collected during the project kickoff meeting, and incorporate into the design process. Using this information, we will create a Conceptual Streetscape Design plan indicating streetscape element placement, including hardscape features, planting areas, site furnishing locations, and lighting fixture locations. We will prepare alternatives indicating options for the Conceptual Streetscape Design (various hardscape options, plantings, site furnishings, and lighting). We will also include one typical streetscape section and one before and after photo rendering. 2. Conduct a public information open house to review the Conceptual Streetscape Design plan with stakeholders and other interested parties at one public meeting in Augusta, GA. 3. Based on feedback received at the public meeting, create a Final Conceptual Streetscape Design Plan and opinion of probable construction cost. This plan and cost will be utilized to develop the Concept Report package. This will be submitted to GDOT for review and approval. 4. We will provide conceptual plans to utility companies for their initial review and comment. C. Preliminary Design 1. Once the survey and the conceptual design phase are completed, we will begin preparing preliminary plans and details based on final comments and directions received. These plans and details will include all necessary streetscape layout plans (including grading and drainage), planting plans, irrigation plans, lighting plans, erosion control plans, and all associated details in accordance with any applicable GDOT TAP requirements and specifications. 2. We will use the services of an electrical sub consultant to complete the lighting design. As part of this stage of the design, we will explore lighting source alternatives such as LED lamping and determine with you the best approach for providing proper illumination for pedestrian use on the sidewalks and vehicular traffic in the roadways. 3. Identify and submit any necessary Design Variances and/or Exceptions to GDOT for approval. 4. Develop outline project specifications(GDOT Specification format) and front-end documents (bid procurement and contract sections provided by the City). 5. Refine the Construction Cost Estimate. 6. Submit three(3) completed copies of the Preliminary Design package to City. 7. Meet with City staff to review the Preliminary Design package and facilitate the development of any additional comments to be incorporated during the Preliminary Design Phase and obtain Notice to Proceed with submittal to GDOT. 8. After the review of the preliminary plans and your Notice to Proceed, we will incorporate any comments and submit the plans to GDOT and/or its representative agency for further review. D. Final Design 1. Upon receipt of comments from GDOT on the Preliminary plans, we will incorporate and respond to the comments and finalize the plans. 2. Finalize project specifications and bid documents. 3. Meet with City staff to review the Final Design plans and facilitate the development of any additional comments to be incorporated. 4. Submit revised plans and responses to GDOT and local reviewing authorities for review and approval. 5. Incorporate any additional comments received and submit final signed construction plans and bid documents to GDOT and local reviewing authorities for formal approval. 6. Prepare final construction cost estimate. 7. Assist the City in obtaining Utility Certifications and Americans with Disabilities Act Certification statements. 8. Submit three (3) completed copies of the Final Design package to City. This package shall include all plans and bidding documents necessary for construction. 9. All plans, specifications, and bidding documents will be prepared in accordance with the Georgia Department of Transportation guidelines for TAP projects. 10. The construction drawings will be developed using computer assisted design and drafting (CADD) equipment, and these will be available in digital copy if desired at no additional fee. In the event of difference between the digital drawings and the original documents, the signed construction plan will govern. E. Bidding Phase We propose to provide the following services during the Bidding Phase: 1. Assist in the preparation of bidding documents. 2. Assisting you in the bid advertisement. 3. Attending a pre-bid conference. 4. Assist in issuing any necessary addenda. 5. Attend a bid opening meeting. 6. Providing a tabulation of the bids received. 7. Advise you concerning the award of a contract. F. Topographic Survey The survey work will include accomplishing field surveys and property research of the current existing conditions within the street rights-of-way and immediately adjacent lands and preparing a precise base map at an appropriate scale. The horizontal datum will be based on Georgia State Plane, East Zone and the vertical datum will be based on The National Vertical Data of 1988. Trees three inches or larger will be located. The survey precision will be sufficient to prepare elevation contours at one-foot intervals. We will provide property data of all adjacent parcels for compiling any necessary easement plats. G. Underground Utility Location We will provide underground utility location and mapping of reasonably ascertainable utility structures above and below grade, location, size and depth as provided by the utility owners and our private locator. This utility inventory will include water, gas, power, telephone, and cablevision, and size, depth and direction of flow of storm and sanitary sewers. H. Environmental Documentation Concurrently with the GDOT review of the Concept Report, we will begin the Environmental Document process through our environmental sub consultant. As part of this process, we will do the following: 1. Prepare Early Notification letters to stakeholders for the project. 2. Prepare Early Notification to local, state and federal agencies interested in cultural resources in the project area. 3. Conduct background research, gather necessary data, and conduct field survey potentially eligible historic resources;prepare a Historic Resource Survey Report (HRSR) for review and approval by GDOT and the State Historic Preservation Office(SHPO). 4. Prepare History Assessment of Effects(AOE) for historic resources. 5. Conduct background research and conduct field surveys for potential archaeological resources. The archaeology survey will include a 100-foot extended survey corridor (ESC) beyond limits of construction. This ESC would cover any future minor changes in design without requiring additional field survey. Preparation of a Short Form of Negative Findings is anticipated for review and approval by GDOT. 6. Prepare early coordination with US Fish and Wildlife Service (USFWS) and Georgia Department of Natural Resources (GA DNR) for known occurrences of state and federally protected species. Conduct field survey of the corridor for the presence of protected species, suitable habitat, and state and federal jurisdictional waters. Prepare a combined Ecology Resources Survey Report/Assessment of Effect (ERSR/AOE) for review and approval by GDOT. 7. Prepare a Type III Noise Screening Assessment document for review and approval by GDOT. 8. Prepare and Air Assessment Report for review and approval by GDOT. 9. Prepare a NEPA document for review by GDOT. Based on scope of the project it is anticipated that Programmatic Categorical Exclusion (PCE) would satisfy GDOT and FHWA's NEPA requirements. 10. Including one (1)"No Change or Minor change"reevaluation package. Right of Way Plans (As Requested) Once the Environmental Document and Preliminary Plans have been submitted and approved by GDOT and/or its representative agency, we will then prepare the necessary Rights-of-Way Plans/Plats in accordance with the GDOT TAP requirements. We anticipate that the majority of the project will be completed within the existing Right-of- Way; however, we understand that there may be a need for obtaining some easements to facilitate the construction. J. Construction Administration(As Requested) 1. To the extent that you desire, we propose to provide the following services during the Construction Phase: a. Prepare contract documents subject to City and GDOT approvals. b. Issue a notice to proceed. c. Conduct a pre-construction conference. d. Make periodic observations (generally weekly) of the construction work as it progresses to observe the progress and general quality. e. Furnish written observations reports of the observations made during each visit. f. Organize and conduct progress meetings with City staff and contractor, to include preparing meeting agendas and follow-up minutes. g. Issue instructions to the contractor. h. Help facilitate any change orders required. i. Review the contractor's monthly applications for partial payment, Disadvantage Business Enterprise (DBE) and other state mandated forms, and determine the amounts owed to the contractor. j. Interpret the contract documents and technical specifications. k. Consult, as necessary, with City of Augusta authorities concerning their requirements. 1. Make a final inspection to determine whether or not the work has been completed substantially in accordance with the plans and specifications. m. Review the contractor's application for final payment. n. Prepare record drawings from contractor red-lines (if necessary). o. Assist with project close out needs. 2. Any construction observation services provided will be for monitoring compliance with the plans, specifications and contract documents, and will not in any manner be a guarantee of the methods, workmanship, or schedules employed by the contractor,nor for safety on the job. 3. National Pollutant Discharge Elimination (NPDES) inspections, monitoring, and reporting services are included and estimated to extend two (2) months beyond the construction period for sufficient ground cover to establish. ASSUMPTIONS: 1. A GDOT control package is not required. 2. The current database(in AutoCAD format) is acceptable to GDOT. 3. Design services and construction plans will be completed in AutoCAD. 4. InRoads and Microstation will not be required software. 5. Subsurface Utility Engineering(SUE)services are not required. 6. Irrigation design is not required. 7. Re-bid services are not included. 8. Traffic Control Plan to be provided by Contractor. 9. All review and permitting fees are to be paid by Local Government Sponsor. 10. A four month construction period is expected. 11. Right-of-way and easements will be acquired by the Local Government Sponsor. TIME OF COMPLETION: We are prepared to begin work immediately at your direction and will develop the project schedule in coordination with the Local Government Sponsor and Project Manager during the Project Kickoff Phase. FEE PROPOSAL: We propose to accomplish the Design & Bidding and Surveying & Permitting services in accordance with the following fee schedule below. Right-of-Way Plans and the Construction Administration services will be provided as requested on a time and material basis according to our Schedule of Rates and Charges in effect at the time the work is performed. Our current Schedule of Rates and Charges dated January 30, 2017 is attached for your information. Our fees are broken down by project phases as follows: Phase Fee Design & Bidding A. Project Kickoff& Data Collection Phase Lump Sum $ 2,770.00 B. Conceptual Design Phase Lump Sum $ 17,200.00 C. Preliminary Design Phase Lump Sum $ 24,080.00 D. Final Design Phase Lump Sum $ 15,805.00 E. Bidding Phase Lump Sum $ 3,510.00 Design and Bidding Subtotal $ 63,365.00 Surveying& Permitting F. Topographic Survey Lump Sum $ 15,000.00 G. Underground Utility Location Lump Sum $ 2,500.00 H. Environmental Documentation Lump Sum $ 44,815.00 Surveying& Permitting Subtotal $ 62,315.00 GRAND TOTAL $ 125,680.00 Right-of-Way Plans(As Requested) I. Right-of-Way Plans Estimated Budget—Time&Material Basis $ 8,000.00 Construction Administration (As Requested) J. Construction Phase (Estimated 4 Months) Estimated Budget-Time& Material Basis $ 23,800.00 We would expect to submit periodic invoices covering the work as it progresses and to receive payment within 30 days thereafter. ACCEPTANCE: ACCEPTANCE of the terms of this Work Authorization is acknowledged by the following signatures of the Authorized Representatives. CLIENT CONSULTANT 4—ndiCejka Signatu a Signa e fYletrA arc-1-- T 1asa°Caret1�- 141,u-fAAS Iv c, PZes10E:c -- Typed Name Typed Name/Title g.V1 Z D17 d-zo - zo/7 Date of Signature Date of Signature ACranston Engineering Group P.C. ; ) ENGINEERSbPLANNERS-bSURVEYORS AUGUSTA-CHARLESTON-HILTON HEAD 452 ELLIS STREET,AUGUSTA,GEORGIA 30901 POST OFFICE BOX 2546,AUGUSTA,GEORGIA 30903 TELEPHONE 706-722-1588 wwwcranstonengineering.com January 30,2017 SCHEDULE OF RATES& CHARGES TIME&MATERIAL BASIS Personnel Charges: Senior Principal Engineer/Planner $260.00 Per Hour Senior Principal Engineer $205.00 Per Hour Principal Engineer $190.00 Per Hour Senior Professional Engineer $160.00 Per Hour Professional Engineer $125.00 Per Hour Project Engineer II $95.00 Per Hour Project Engineer I $85.00 Per Hour Senior Engineering Technician $115.00 Per Hour Engineering Technician II $80.00 Per Hour Engineering Technician I $70.00 Per Hour Landscape Architect I $85.00 Per Hour Senior Land Surveyor $150.00 Per Hour Land Surveyor $115.00 Per Hour Project Surveyor II $90.00 Per Hour Project Surveyor I $80.00 Per Hour Survey Technician I $65.00 Per Hour Survey Party $140.00 Per Hour Survey Party—Robotic Scanner $150.00 Per Hour CADD Technician II $65.00 Per Hour CADD Technician I $55.00 Per Hour Construction Observer II $70.00 Per Hour Construction Observer I $65.00 Per Hour Secretary/Administrative Assistant $60.00 Per Hour Reimbursable Charges: Mileage IRS Rate plus 15% Paper Prints $0.50/Square Foot Other Reimbursable Items Cost plus 15%