HomeMy WebLinkAbout24-070 - KPG Psomas - Design Services: Traffic Signal Assessment and Preventative Maintenance ProgramAmendment #1
Between the City of Tukwila and KPG Psomas, Inc.
That portion of Contract No. 24-070 between the City of Tukwila and KPG Psomas, Inc. for the
project titled City Wide Signal Assessment and Preventative Maintenance Program is hereby
amended as follows:
Section 2, Scope of Services:
The following language shall be added to the end of the existing Section 2:
In addition, work under this contract shall include reimbursement for services, direct expenses,
and costs associated with the additional contract scope of services as described in Exhibit A
attached.
Section 3: Duration of Agreement; Time for Performance:
Section 3 is hereby amended to read as follows:
This Agreement shall be in full force and effect for a period commencing upon execution and
ending December 31, 2025, unless sooner terminated under the provisions hereinafter
specified. Work under this Agreement shall commence upon written notice by the City to the
Consultant to proceed. The Consultant shall perform all services and provide all work product
required pursuant to this Agreement no later than December 31, 2025, unless an extension of
such time is granted in writing by the City.
Section 4, Payment:
Section 4A is hereby amended to read as follows:
Payment for the work provided by the Consultant shall be made as provided on Exhibit B
provided that the total amount of payment to the Consultant for that work shall not exceed
$221,370.00 (Orig PSA $176,622.00 + Amend 1 $44,748.00) without express written
modification of the Agreement signed by the City.
The maximum amount payable under this contract as amended inclusive of all fees and other
costs shall not exceed $221.370.00 without express written modifications of the Agreement
signed by the City.
CA Reviewed May 2020 Page 1 of 2
a� IL 4 ji;9s
k
City of Tukwila
• 11 Southcenter Boulevard, Tukwila WA 98188
All other provisions of the contract shall remain in full force and effect.
Dated this 6th day of December _'2024
CITY OF TUKWILA CONTRACTOR:
Signed by:
DS
By:
ThomasIc�eoc ayor
ATTEST/AUTHENTICATED:
Signed by:
UU4AbAndy oun, i yd erk
APPROVED AS TO FORM:
Signed by: rr�� ��_ ,�
0-4.`�(d�1�.C.V
Office o e Ciy iorney
Printed Name: Terry Wright
Title: Vice President
CA Reviewed May 2020 Page 2 of 2
Exhibit A
Siiigin 1, Assess irn eiiri Cairrtiraclt Airri indar-mint Illlteirri
Task 1: Project Management
Task 2: Additional Proposed Task #1: Updated Signal Timing Documentation: As
identified in the Psomas Signal Assessment, every signalized intersection was in need of
an updated signal timing sheet. Psomas will review the existing City provided timing
sheets, for all intersections to ensure compliance with recent MUTCD changes including
review of crosswalk distances, pedestrian walk/clearance timing and vehicle timing (min
green, gap, max green, yellow clear and all red). Controller timing will be programmed
into devices via TACTICS or in person. Deliverables: Create new "PTOE signed" by
Psomas Traffic Engineer, updated paper documents for all 65 signal cabinets, paper
copies for city signal files and electronic copies for easy reference.
Task 3: Additional Proposed Optional task #2: Phased planning of Traffic WAN (Wide
Area Network) conversion to 10G. As identified in the Psomas Signal Assessment, the
traffic signal WAN needs a conversion from 1 G to 10G speeds as the camera system
converts over to all IP cameras. Adding IP cameras to the existing 1 G network has begun
to create communication failures. A 10G network will prevent issues and facilitate the
eventual move of the Minkler shops TMC. Psomas will create a GIS network map, plan a
phased approach to the 10G conversion and assist with the deployment as the device
budget allows. Psomas will work with the City of Tukwila IS dept to create the Subnet
platform to separate the device types on the WAN to facilitate future use of this WAN by
all City IS devices. Configuration of network devices is excluded.
Additionally, within the extended contract time, any unused contract funds, Psomas will
use to continue to work with City to integrate GIS data collected into Lucity, Assistance to
City GIS to update existing fiber cable mapping as time and budget allows and the TMC will
be reestablished at Minkler and Engineering with onsite TMC training for interested City
staff.
1: r , -.
EXHIBIT B
Task Description
PRIME CONSULTANT COST COMPUTATIONS
Labor
Client:
City of Tukwila
Project Name:
City Wide Signal Assessmen
KPG Psomas Inc. Project Number:
9TUK010900
nate
f 1 rn nroe
Task:
N0.
Task Description
Labor
Hour
Estimate
:Total Hours and Labor
Cost CompuGgns by Task
-. u
¢
LIU
N
N
y
W
O
y •� ¢
L t d
O
$292.00
$228.00
$207.00
$134.84
$115.00 $111.00
Hours -.Totals
Task 1 Project Management
1.1
Pro ect Management and administrative services 1 2
1 4
1 4
1
i
4
14
$
2,768.80
1.2
Meetin s as needed
4
4
8$
1,372.00
Task Total 2
1 8
1 4
1 0
1 4 1
4
1 22
1 $
4,140.00
Task 2 Updated Traffic Signal Timing Document Updates
2.1
Existinct Information and Data collection Tukwila Office
4
3
8
20
$
2,904.00
2.2
lField measurements, Data calculations, recordin
8
32
16
56
$
7,952.00
2.3
New Document production, filing and distribution
16
16
16
48
$
7,632.80
2.4
Si nal Controller Timin ro rammin Tactics/Field
4
60 1
1 64
$
7,812.00
Task Total 0
32
0
56
100 1
0
1 188
$
26,300.00
Task 3 Phased Planning for Traffic WAN (Wide Area Network) 10G conversion
3.1
Meetin s as needed with City IS dept
4
4
8
16
$
2,368.80
3.2
IGIS mapping of existing Traffic WAN
224
24
58
$
6,432.80
3.3
Pre are phased Ian for 10G conversion
4
24
28
$
3,672.00
3.4
Desi n of Subnet and IP device scheme
2
12
1
14
$
1,836.00
Task Total 0
12
0
28
68
0
108
$
14,308.00
Total Labor Hours and Fee 2
52
4
84 -
172
4
318
$
44,748,90;
Total Estimated Budget $
44,748,00'
City of Tukwila Contract Number: 24-070
• 6200 Southcenter Boulevard, Tukwila, WA 98188 Council Approval 6/3/24
s
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and KPG Psomas Inc. , hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Desianation. The Consultant is retained by the City to perform Design services in
connection with the project titled City Wide Signal Assessment and Preventative
Maintenance Proaram.
2. Scone of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement: Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31. 2024 , unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than December 31. 2024 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $176.622.00 without express written modification of the Agreement signed by
the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
5. Ownershio and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Comoliance with Laws. The Consultant shall, in performing the services contemplated by this
Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and
regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an additional
insured under the Consultant's Commercial General Liability insurance policy with
respect to the work performed for the City using an additional insured endorsement
at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020 Page 2
4. Professional Liability, with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to the
Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best
rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
10. Covenant Aaainst Continaent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to deduct
from the contract price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020 Page 3
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law: Venue: Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from
or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG Psomas Inc.
3131 Elliott Avenue, Suite 400
Seattle, WA 98121
18. Entire Agreement: Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020 Page 4
DATED this 5th day of June 12024
CITY OF TUKWILA CONSULTANT:
DS DocuSigned by:
8EE24380545B44C...
Y
Thomas McLeod, Mayor 6/5/2024 1 11:52 AM PDT
ATTEST/AUTH ENT ICATED:
DocuSigned by:
3D04AB9746FA4E8...
Andy Youn, City Clerk
APPROVED AS TO FORM:
EDocuSigned by:
�. S�,,d.
SFdQq(;Ad155E452
Office of the City Attorney
Printed Name: Nelson Davis
Title: Vice President
CA revised May 2020 Page 5
Exhibit A
City of Tukwila
Signal Assessment and Preventative Maintenance Program
KPG Psomas, Inc.
Scope of Work
March 2024
PROJECT UNDERSTANDING:
The purpose of this contract is to assess state of existing signal systems and provide guidelines for performance of
operations and maintenance. Also, document presented in the final submittal, will be able to assist city personnel in
detecting and correcting problems using a comprehensive, systematic approach and establish planning level costs for
capital program budgeting purposes.
A. ASSUMPTIONS:
The following assumptions were made to establish a scope and budget for this project:
• All work will take place within City of Tukwila Right -of -Way or dedicated easements.
• Inventory and evaluation shall exclude signal operations, signal timing and coordination, RRFBs, flasher systems,
junction boxes, wiring, conduit, landing areas adjacent to push buttons and the City maintenance equipment.
• Assessment of signal and signal equipment might not necessarily be in presence of City staff - access to cabinets
shall be coordinated with the Consultant.
• The City will assist with all necessary coordination efforts with WSDOT and King County. The Consultant shall
support the City with preparation of required materials.
• No traffic analysis is included.
• No signal operational analysis is included.
• This project is not federally funded nor does the City plan on acquiring federal funds for this project.
• King County is currently providing emergency on-call maintenance services on signal issues as they arise. This
contract is providing the City with information required as an addition to maintain their existing system.
B. INFORMATION PROVIDED BY THE CITY:
The City of Tukwila will provide the following in aid of design:
• Existing City utility record drawings or GIS.
• Preferred product vendors/suppliers/material in a table format.
• City shall provide access to controller cabinets and TMC.
The following Scope of Work describes the effort required to complete the above-described project:
SCOPE OF WORK
Task 1 - Proiect Management
The Consultant shall provide continuous project management and administration for the duration of the Project.
(Estimate 10 months).
• Hold project coordination meeting with the City to update progress. Assume five (5) meetings.
• The Consultant shall provide monthly status reports and billings.
Task 2 — Existina Information and Inventory Collection
The Consultant shall collect baseline assessment on the condition of traffic signal equipment (estimated 68 signalized
intersections), including baseline inventory of equipment for each intersection through meetings with the City staff, and
visual observations via Google Maps, identify non-functional and non -ADA compliant equipment, TMC (Traffic
Management Center) system, including basic communication network and review past maintenance practices.
Task 3 — Existing Signal Assessment and Evaluation
The Consultant shall summarize findings and shall prepare "must do" list of equipment that needs updates and repairs.
Associated costs for each category shall be estimated based on coordination with the local electrical equipment
suppliers and provided in tabulated format.
Task 4 — Implementation and Upgrade Plan
The Consultant shall develop baseline Traffic Signal Maintenance Plan, including signal TMC operations, signal
operational and on -street equipment, develop preventive and responsive maintenance programs and checklists and
associated budgets for personnel and equipment. Coordination with city staff regarding Lucidity Access Management
system shall be developed as required.
The Traffic Maintenance Plan maintenance costs shall also include other miscellaneous electrical equipment, such as
illumination, RRFBs, flashers and fiber optic network, as lump sums only, to provide more accurate budget estimate.
Deliverables:
• Memorandum describing baseline existing signal inventory, existing maintenance operations, and description of
past maintenance practices.
• Memorandum describing the signal assessment and evaluation with the one evaluation categories for
implementation as noted above.
• Memorandum outlining guidelines and a preventative maintenance plan for City to implement over the next
several years to preserve their signal operations, maintenance and TMC functionality. Included in this
memorandum will be planning level costs for capital program budgeting purposes.
EXHIBIT B
Task Description
..
PRIME CONSULTANT COST COMPUTATIONS
Client:
City of Tukwila
Project Name:
Signal Assessment and Preventative Maintenance Program
KPG Psomas Inc. Project Number:
9XXXOXOX00
Date:
Mar -24
Task
No.
Task Description
..
Labor
Hour Estimate
Total Hours and Labor
Cost Computions by Task
ro
'v
z
c —
a ,
c c
W
yc
c
W
'a
N
a`
E
w =
O
q.
I *E
o:
41. �'
)
c
E. E
Z3
00
$290.00
.$226.00
$194.00
$139.00
$139,00
$139;00 $11000
Hours! Totals
Task 1 - Project Management
1.1
Proed Mana ement and Administrative Services
4
8
8
4
8
32 $
5,956.00
1.2
Monthl Coordination Meetings
16
12
28 $
5,944.00
1.3
Ilmernal Project Team Meetings
1620
36 $
7,496.00
1.4
QA/QC Reviews
20
4
24 $
5,296.00
Task Total
4
1 60
1 44
1 0
1 0
1 4 1
8
1 120 1 $
24,692.00
Task 2 - Existing Information and Inventory Collection
2.1
Existing Data Collection (In Office)
16
24
40
20
100 $
16,612.00
2.2
Existing Data Collection (In Field -2 hrs/Intersection)
4
8
136
148 $
21,360.00
2.3
TMC Inventory Collection
4
8
4
16 $
3,012.00
2.4
Follow u with Maintenance Department Representative
4
4
4
12 $
2,236.00
2.5
Information Collection from Suppliers
2
2
8
12 $
1,952.00
Task Total
0
30
46
192
20
0
0
288 $
45,172.00
Task 3 - ExistingSignal Assesment and Evaluation
3.1
Summarize and Tabulate Information for Each Signalized Intersection
4
8
80
92 $
13,576.00
3.2
Evaluate Condition of Each Signalized Intersection4
8
48
60 $
9,128.00
3.3
Evaluate Conditionof Existing TMC
4
8
8
20 $
3,568.00
Task Total
0
1 12
1 24
1 136
1 0
1 0 1
0
1 172 1 $
26,272.00
Task 4 - Implementation and Upgrade Plan
4.1
Prepare Upgrade Plan
8
48
40
96 $
16,680.00
4.2
Prepare Implementation Plan
8
60
40
108 $
19,008.00
4.3
Cost Analysis
8
40
40
88 $
15,128.00
4.4
Coordinate Lucidity Asset Management Data Input and Resulting Schedules
24
12
8
44 $
8,864.00
4.4
Prepare Draft and Final Reports
40
44
20
104 $
20,356.00
Task Total
0
88
204
148
0
0
0
440 $
80,036.00
Total Labor Hours and Fee
4
190
318
476
20
4
8
1,020'; $
176,172.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate $
250.00
Reproduction Allowance $
200.00
Total Reimbursable Expense $
450.00
Total Estimated Budget $
176,62200'
KPG Psomas Inc.
Summary of Negotiated Costs
Effective January 1, 2024 through December 31, 2024
Classification
2024 Inclusive Rate
(Rounded to $1)
Principal
290
Engineering Manager 1
226
Engineering Manager 11
262
Asst. Engineering Manager
215
Senior Engineer 1
194
Senior Engineer 11
205
Pro ect Engineer 1
166
Pro ect Engineer 11
187
Design Engineer 1
133
Design Engineer 11
139
Design Engineer 111
151
Engineering Technician
114
Technician
101
Engineering Assistant
91
Senior Project Manager Survey
250
Survey Crew(w/Equip)
212
Survey Crew 11(w/Equip)
270
Field Surveyor 1
103
Field Surveyor 11
134
Field Surveyor 111
151
Project Surveyor 1
154
Project Surveyor 11
172
Surveyor 1
94
Surveyor 11
128
Surveyor 111
143
Urban Design Manager
220
Senior Landscape Architect 1
181
Senior Landscape Architect 11
200
Pro ect Landscape Architect 1
155
Pro ect Landscape Architect 11
166
Landscape Designer 1
105
Landscape Designer 11
116
Landscape Designer 111
133
Landscape Assistant
90
Senior Transportation Planner
204
Transportation Planner
122
Environmental Manager
226
Senior Environmental Planner 1
181
Senior Environmental Planner 11
245
Managing Biologist 1
181
Managing Biologist 11
202
Managing Biologist 111
229
Senior Archaeologist
167
GIS Manager
160
Senior Biologist 1
136
Senior Biologist 11
157
Word Processor
118
Biologist 1
79
Biologist 11
106
Biologist 111
127
Environmental Planner
157
Editor
91
GIS Tech
87
Cultural Resource Specialist
82
Senior Construction Manager
244
Construction Manager
196
Senior Resident Engineer
188
Resident Engineer
154
Assistant Resident Engineer
136
Senior Construction Observer
190
Construction Observer 1
106
Construction Observer 11
130
Construction Observer 111
142
Construction Technician
97
Document Control Specialist 1
115
Document Control Specialist 11
135
Document Control Specialist 111
146
Document Control Admin
104
Construction Assistant
91
CAD Manager
179
Senior CAD Technician
139
CAD Technician
124
Business Manager
177
Senior Admin
139
Office Admin
110
Office Assistant
98