Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Trans 2014-05-27 Item 2A - Agreement - 42nd Avenue South/Allentown Roadside Barriers Design with KPG Inc
TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Director BY: Dave Sorensen, Project Manager DATE: May 23, 2014 SUBJECT: Small Roadway and Safety Improvements 42nd Ave South /Allentown Roadside Barriers (Project No. 91310301) Consultant Selection and Agreement ISSUE Approve a contract with KPG, Inc. to provide design services for the 42nd Ave South /Allentown Roadside Barrier Project. BACKGROUND In 2013 a study was conducted to evaluate the need for installation of a guardrail or barrier between the Duwamish River and the adjacent streets of 42nd Ave S and S 115th St in Allentown. Several sections are recommended for guardrail /barrier installation and funding for design in 2014 was approved in the current CIP. City staff used the Municipal Research and Services Center (MRSC) Consultant Roster to evaluate engineering firms to provide the desired services. Five (5) engineering firms were evaluated (see attached scoring and selection matrix) and, although all are well qualified, KPG, Inc. provides a unique knowledge and understanding of the City's program providing efficiency and benefits which cannot be matched at this time by the other firm. KPG, Inc. has also prepared the 42nd Ave South /Allentown Roadside Barrier Study. DISCUSSION This contract will include the design of roadside barriers along portions of 42nd Ave S and S 115th St that are recommended in the previous study. Construction is to be at only the highest risk /highest priority areas and will include guardrail placement on 42nd Ave S from S 116th St to the vicinity of the Duwamish Community Church. FISCAL IMPACT KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 42nd Ave South /Allentown Roadside Barrier project and advertise for construction bids. Grant funding is being sought for construction. KPG Contract Contract Design Budget $95,927.49 $110,000.00 RECOMMENDATION Council is being asked to approve the consultant selection and contract with KPG, Inc. for design of the 42nd Ave South /Allentown Roadside Barrier Project in the amount of $95,927.49 and consider this item on the Consent Agenda at the June 2, 2014 Regular Meeting. Attachments: Vicinity Map Consultant Selection Scoring Matrix Page 5, 2014 CIP Contract, Scope of Work and Fee Estimate W:IPW EngIPROJECTS1A- RW & RS Projects142nd Ave S Allentown Roadside Barrier (91310301)1Design\Consultant Selection\Docs to TC1Info Memo Consult Selection & Ag.docx 1 Google Maps IY4T4 rarzo r talrr r r case VV S 115th Sr S' Ath St https://www.google.com/maps/preview?h1=en&source=newuser-ws 1414 6th St $117thSt A CD ?r■ C4 Q i S 119th St S 117th PI Ouwarr]ist; f'ark King County , n Metro South Base -' 5th St S 128th St rn cn S 122nd St S 122nd St Group Health Cooperative 0 A Ironclad Company (& co C17 41 CO co eg M to -r to S 124th St rt. tu ra 05 U S 124th St S 125th St Tukwila �'Com yR` e e n Ri er Tr i S. 7 288th st SU 11' Technical Institute Seattle Campus r) Suburban Propane Map data ©2014 Google 500 ft BLLU e4. ?PA 1 of 2 5/19/2014 3:32 P/1 3 o ;ioed HM CO CO CO N CO CO CO N T • N mm1186a08 co - N N N N co N N dr c, 6uuaaaui6u3 sgooer N co N co N N co co N d- N OdN N T T N T T Cr) T T T T V saleioossb via co dr co co co co co co m co 1 M 42nd Ave South /Allentown Roadside Barrier Consultant Selection Matrix (Internal Selection, No Interviews) 1Environmental Experience 1Survey Crew In -House 'Consultant with the lowest score is ranked the best. Selection Justification: This firm has demonstrated small project design experience, in house survey, and they are very current on Tukwila standards and procedures. And have current and past expeirence with the City on multiple projects which produced outstanding results. Based on overall score KPG, Inc. prevailed. 3 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Small Roadway and Safety Improvements Project No. Varies DESCRIPTION: Programmatic approach to addressing small roadway and safety concerns through a variety of methods. Addresses needs not included in general maintenance, traffic calming, or other approaches. JUSTIFICATION: Increasing public demand on staff time. Local access streets in residential neighborhoods may need minor roadway or safety improvements that can not be addressed with any other City program. STATUS: 42nd Ave S /Allentown Roadside Barrier is proposed in phases, Project No. 91310301. MAINT. IMPACT: Minimal. COMMENT: Full program is only feasible if Public Works adds a Traffic Engineer to staff (same position as Traffic Calming). FINANCIAL Through Estimated in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 6 110 116 Land (R/VV) 0 Const. Mgmt. 10 40 50 Construction 60 200 260 TOTAL EXPENSES 0 6 110 70 0 0 0 0 240 426 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 0 6 110 70 0 0 0 0 240 426 TOTAL SOURCES 0 6 110 70 0 0 0 0 240 426 2014 - 2019 Capital Improvement Program 5 4 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPG, Inc., hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled 42nd Ave S Roadside Barrier'. 2. Scope 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, 2014, 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, 2014 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 $95,927.49 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 5. Ownership 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. Compliance 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: 1. 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. CA revised : 1 -2013 Page 2 6 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. 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. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. 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 Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. 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. F. 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. CA revised : 1 -2013 Page 3 7 10. Covenant Against Contingent 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. 11. Discrimination Prohibited. The Consultant, 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 or the presence of any disability 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. CA revised : 1 -2013 Page 4 8 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 753 9th Avenue North Seattle, WA 98109 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. DATED this CITY OF TUKWILA day of , 2014. Mayor, Jim Haggerton CONSULTANT By: Printed Name:Nelson Davis, KPG Title: Principal Attest /Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 9 EXHIBIT A City of Tukwila 42nd Avenue S Roadside Barrier Engineering Design Scope of Work May 10, 2014 BACKGROUND: The City of Tukwila intends to install roadside barrier along 42nd Avenue S and S 115th Street in general accordance with the recommendations contained in the `42nd Avenue S — Roadside Barrier Analysis' prepared by KPG (9/25/2013). The proposed improvements include installation /replacement of approximately 2,400 linear feet of barrier along the west side of 42nd Avenue S / south side of S 115th Street. The roadway is located adjacent to the Duwamish River and the barrier will improve safety along this stretch of the roadway. The work includes survey, geotechnical investigations, utility coordination, grant funding assistance, and permitting to support final design and construction of the improvements as described in the Scope of Work. It is anticipated that the barrier will be installed in one or more segments depending on available budget and other considerations. The Consultant and City will work collaboratively to prioritize the segments at the 30% design level. 90% Design will be completed for the entire project and final Plans, Specifications, and Estimates will be prepared for the initial project segment for advertisement and award by the City. Preparation of Bid Documents for future segments, if required, is not included in this scope of work and will be completed under separate authorization as funding becomes available. citylV gukwiiai 42" dglvef3f?oadsidefflarrier0 0 KPGJ Pagellabli30 II 0 III Maya0,02014E 10 SCOPE OF WORK: Task 1 — Management, Coordination & Administration 1.1 The estimated project duration is 6 months. The Consultant shall provide overall project management including: ♦ Project staff management and coordination ♦ Subconsultant management and coordination ♦ Schedule and budget monitoring and reporting 1.2 The Consultant shall assist the City with construction grant funding application for the Highway Safety Improvement Program (HSIP). Task 2 — Field Investigations 2.1 The Consultant shall coordinate geotechnical review to determine groundwater depths, trenching recommendations, and other information for construction of the new pipeline. Geotechnical review will be performed by GeoDesign under subcontract to the Consultant and will include the following work: ♦ Review available existing geotechnical, geological, and environmental reports for the project area. ♦ Select boring locations and coordinate and manage the field investigation. ♦ Mark the boring locations and request public utility locates. A separate trip to the site will be necessary to mark the boring locations in order to get the utility locates completed and obtain a right -of -way use permit from the City of Tukwila (City). We assume the City will waive the permit fee, as they have on past City - related projects. ♦ Explore subsurface conditions by completing up to two soil borings along the west side of the roadway to a depth of approximately 20 feet below ground surface. Drilling will be completed using hollow -stem auger drilling techniques, and samples will be collected using standard penetration tests for correlation with soil engineering parameters. Samples will be collected at 2.5 -fot intervals to a depth of approximately 15 feet and then at 5 -foot intervals to the bottom of the boring. Our representative will collect soil samples and maintain a log of the subsurface conditions encountered. We anticipate the borings can be completed in one day. CityC3bf Tukwiiao 42nd JAve311Roadsidelgarrier0 KPG Page21J! 0 MayC10,20147 E�7 11 ♦ Complete laboratory analyses on disturbed soil samples obtained from the explorations to assist in soil classification and evaluating engineering parameters. Testing may include up to two moisture content determinations and up to two grain -size distribution tests. ♦ Prepare a report summarizing our findings, conclusions, and recommendation related to the following: • Subsurface soil and groundwater conditions and results of laboratory testing. • Soil parameters for use in design of guardrail supports. Task 3 — Survey and Mapping 3.1 The Consultant shall perform topographic survey and prepare project base maps. Base mapping shall extend approximately 4,000 linear feet from S 115th Street at the east side of the intersection with 40th Avenue S to the existing guardrail on 42nd Avenue S approximately 300 feet south of the intersection with S 124th Street. Survey shall extend from the north /east edge of pavement on S115th Street / 42nd Avenue S to the apparent ordinary high water mark of the Duwamish River and will include channelization, surface features, grade breaks, and existing guardrail. 3.2The Consultant coordinate with a utility locate firm to mark the horizontal location of utilities within the mapping limits and incorporate into the project base maps. Measure downs for gravity utilities crossing the proposed guardrail will be obtained and incorporated into the base maps. 3.3 Right of way will be shown on the base maps based on GIS information and other publicly available sources. It is assumed that all proposed features lie within the existing right of way and that no acquisition or right of way calculations will be required. Task 4 — Prepare Final Plans, Specifications, and Estimates The Consultant shall prepare Final Plans, Specifications and Estimates for the initial phase of this project for advertisement and award by the City. Plans shall be formatted to provide sufficient detail for convenient field layout of all proposed facilities. City standard details and WSDOT standard plans will be supplemented with project specific details as required. Final bid documents will be signed by a licensed professional engineer in the State of Washington. CityC3bf Tukwiiao 42nd JAve311Roadsidelgarrier0 KPG Page1314317 MayC10,20147 E�7 12 4.1 The Consultant shall prepare 30% Plans and cost estimates for the entire project area consistent with the recommendations contained in the `42nd Avenue S — Roadside Barrier Warrant Analysis' (KPG, 9/25/2013) and modified based on actual survey and geotechnical findings. 4.2 The Consultant shall distribute 30% plans to utility providers along the corridor for verification of their facilities, identification of conflicts with proposed barrier, and coordinate with franchise utilities for any necessary relocations. 4.3The Consultant shall work collaboratively with the City to prioritize segments for implementation over one or more years. Priorities will be based on available budget, severity of safety concern, utility issues, and /or other factors as determined by the City. Project segments will be summarized in a brief technical memo for use by the City in future budget considerations. 4.4 The Consultant shall incorporate comments and prepare 90% Plans for the entire project area, with cost estimate broken into the segments determined in Task 4.3. Plans will show layout of guardrail, terminal ends, curbing, channelization, and cross sections at key locations to permit convenient layout in the field. Details showing modifications to WSDOT standard plans based on actual site conditions will also be included. Specifications will be prepared for the initial segment anticipated for construction. A $5,000 allowance is included in the project budget for geotechnical assistance with final design. Structural streambank repairs / retaining walls are not anticipated or included in the project budget. 4.5The Consultant shall incorporate city comments and finalize Plans, Specifications, and Estimate for bid advertisement of the initial segment. The plans may be for the entire project length or for a portion of the project based on available budget or other considerations at the discretion of the City. 4.6 The Consultant shall upload Bid documents to bxwa.com for advertisement. Fees for advertisement will be paid by the City. 4.7The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. CityC3bf Tukwiiao 42nd JAve311Roadsidelgarrier0 KPG Page Rt4317 1 MayC 0,[20147 E�7 13 Task 5 — Permitting 5.1 The Consultant shall prepare and submit a SEPA checklist to the City for processing. No other permits are anticipated or included in the scope of work. ADDITIONAL SERVICES: The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, environmental documentation, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. DELIVERABLES • Draft and Final Geotechnical Report • 30% Plans and Estimate (5 copies) • Technical memo for project phasing • 90% Plans, Specifications, and Estimates (5 copies) • 1/2 size final Plans (10 copies) • Full size final Plans (5 copies) • Final Specifications (10 copies) • Final Engineer's Estimate • Upload of Bid Documents to bxwa.com • Completed SEPA checklist CityC3bf Tukwiiao 42nd JAve311Roadsidelgarrier0 D KPG Pagef5C3bf30 0 0 MayC10,20147 E�7 14 HOUR AND FEE ESTIMATE Project: City of Tukwila 42nd Ave S Roadside Barrier Engineering Design EXHIBIT B • Architecture • Landscape Architecture • Civil Engineering • Task Description Labor Hour Estimate Total Fee Project Manager $ 185.60 Senior Engineer $ 132.60 Project Engineer $ 112.71 Design Engineer $ 99.45 CAD Technician $ 86.18 Const Inspector $ 106.06 Survey Crew $ 139.96 Senior Admin $ 106.06 Office Admin $ 66.30 Fee Task 1 - Management, Coordination, Administration 1.1 Project Management (6 months) 6 0 6 0 0 0 0 6 12 $ 3,221.83 1.2 Assist with HSIP grant application 4 0 8 0 4 0 0 0 4 $ 2,254.01 Task Total 10 0 14 0 4 0 0 6 16 $ 5,475.83 Task 2 - Field Investigations 2.1 Coordinate geotechnical investigations 1 0 4 0 2 0 0 0 2 $ 941.40 Reimbursable - Geotechnical (GeoDesign) $ 8,990.00 Task Total 1 0 4 0 2 0 0 0 2 $ 9,931.40 Task 3- Survey and Base Mapping 3.1 Topographic survey 2 4 0 32 0 0 70 0 0 $ 13,880.95 3.2 Utility pick ups 0 0 0 4 0 0 8 0 2 $ 1,650.05 3.3 Incorporate GIS right of way into base maps 0 0 2 4 0 0 4 0 0 $ 1,183.04 Reimbursable - Utility locates $ 3,000.00 Task Total 2 4 2 40 0 0 82 0 2 $ 19,714.03 Task 4 - Prepare Final Plans, Specifications, and Estimate 4.1 Prepare 30% Plans and Estimate 4 8 40 24 40 0 0 0 2 $ 12,278.17 4.2 Utility coordination 4 0 16 8 8 0 0 0 8 $ 4,561.18 4.3 Prioritize segments for installation 8 0 8 0 8 0 0 0 4 $ 3,341.13 4.4 Prepare 90% Plans, Specifications, and Estimate 8 16 80 40 40 0 0 0 24 $ 21,639.46 4.5 Finalize Bid Documents for Segment 1 4 0 16 16 16 0 0 0 8 $ 6,046.20 4.6 Upload bid documents to bxwa.com 0 0 4 0 8 0 0 0 4 $ 1,405.49 4.7 Bid period services 4 0 8 4 4 0 0 0 4 $ 2,651.79 Reimbursable - Mileage $ 500.00 Reimbursable - Reprographics $ 1,500.00 Reimbursable - Geotechical allowance (GeoDesign) $ 5,000.00 Task Total 32 24 172 92 124 0 0 0 54 $ 58,923.42 Task 5 - Permitting 5.1 Prepare and submit SEPA checklist 2 0 8 0 4 0 0 0 4 $ 1,882.81 Task Total 2 0 8 0 4 0 0 0 4 $ 1,882.81 Hourly rates are based on the following: Direct Salary Costs Overhead Rate Fixed Fee Project Total: $ 95,927.49 $ 67.30 $ 48.08 $ 40.87 $ 36.06 $ 31.25 $ 38.46 $ 50.75 $ 38.46 $ 24.04 145.78% 30% Totals $ 27,898.14 $ 40, 669.91 $ 8,369.44 5/10/2014 01