Loading...
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