HomeMy WebLinkAboutTrans 2014-09-22 Item 2A - Agreement - 2015 Overlay and Repair Program Design with KPGCity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director `',�
BY: David Sorensen, Project Manager
DATE: September 19, 2014
SUBJECT: 2015 Overlay and Repair Program
Project No. 91510401
Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. to provide design services for the 2015 Overlay and Repair Program.
BACKGROUND
Five engineering firms were evaluated to provide design services for the 2015 Overlay and Repair Program (see attached
scoring & selection matrix). Each consulting firm provides services with expertise in multiple engineering disciplines. All of
the firms are qualified, but KPG, Inc. provides a unique knowledge and understanding of the City's program that provides
efficiency and benefits which cannot be matched at this time by any other firm. KPG, Inc. has prepared construction plans
for the 2014 Overlay and Repair Program and has also performed very well on other City projects.
Starting the design process in the fall and advertising for construction bids in the first quarter of each year allows the City to
take advantage of an optimal bidding climate. The list of streets for the 2015 Overlay and Repair Program was developed
using the City's Pavement Management System, with input from engineering and maintenance staff.
DISCUSSION
KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2015 Overlay and Repair
Program and advertise for construction bids.
Locations in Design Contract
1) S 124th St — 42nd Ave S to 50th PI S
2) 48th Ave S - Interurban Ave S to east dead end
3) Gateway Dr — Loop road east of Interurban Ave S
4) Southcenter Blvd — Interurban to Macadam
5) Tukwila Pkwy — Andover Pk W to "T" line bridge
6) S 180th St — Southcenter Pkwy to S 180th St Bridge (Spot Improvements)
7) 53rd Ave S — S 144th St to S 139th St
8) S 164th St — Repair rutting in eastbound approach to 51st Ave S
Contract 2015 Design Budget 2016 Begin Design Budget
2015 Design Budget $100,000.00 $25,000.00
2014 Remaining Budget 36,727.28
2015 Design Contract $136,727.28
TOTAL $136,727.28 $136,727.28 $25,000.00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2015 Overlay and Repair Program in the
amount of $136,727.28 and consider this item on the Consent Agenda of the October 6, 2014 Regular Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 18, Proposed 2015 CIP
Consultant Agreement, Scope of Work and Fee Estimate
W:IPW EngIPROJECTSIA- RW & RS Projects1Annual Overlay & Repair Programs12015 Overlay & Repair Program\Design\Design Consultant Selection\To TC\Info Memo
Consult Select 2015 Overlay - sb.docx
2015 Overlay Program — Contract for Design Services
Jason Engineering
David Evans Associate:
BCRA, Inc.
0
a
AHBL Engineering
Paving Project Design Experience with the City.
0
0
0
5
0
Knowledge of FHWA, State, and Tukwila Standards and Procedures
3
3
1
5
2
Environmental Experience
4
4
4
4
4
Experience with Similar Projects.
3
3
2
5
4
Traffic Control Design Expertise.
1
1
2
2
2
Experienceed Design Project Manager.
2
1
2
3
3
Small Scale Project Experience.
2
2
1
4
2
Utilities Corrdination Expierence.
2
2
3
3
3
Stormwater, Drainage, and Detention Design.
2
2
3
4
4
Public Outreach Experience.
2
2
3
4
4
Survey Crew In- House.
2
1
4
4
1
TOTALS
23
21
25
43
29
For each category, highest score is 5 (with the lowest or worst score 1)
Consultant with the highest score is ranked the best.
Staff: Dave Sorensen
Selection Date: 8/27/14
Selected Consultant: KPG, Inc.
Selection Justification: While all firms have pavement design experience. The selected
firm has demonstrated relevant pavement project design experience on multiple past
federal and locally funded city paving projects. And have exceptional familiarity with
City Public Works systems, WSDOT and FHWA standards. Based on overall score
KPG prevailed.
2
S 99S
S93 n
100
X77
1]
COIF
CWNrRY
CUM
116
war
S. 124TH ST.
GATEWAY DR.
Sinn
FOSTER
GOLF
COURSE
48TH AVE S.
53RD AVE. S.
11� � '
1
WHIM
MINIMUM
48.E
®A
A4 E
� k
S ue S,
1
S1 n
S1 •ST S
S. 164TH ST.
SOUTHCENTER BLVD.
TUKWILA PARKWAY
%CUE 211 09
a
AMP
S. 180TH ST.
(SPOT REPAIRS)
2015 OVERLAY PROGRAM
CANDIDATE STREET SEGMENTS
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Annual Overlay and Repair Program Project No 91310401
DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also
minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects.
STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay.
MAINT. IMPACT: Reduces annual maintenance.
COMMENT: Ongoing project. Only one year actuals shown in first column.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
194
100
100
125
125
150
150
175
175
1,294
Land (RMI)
0
Const. Mgmt.
165
175
175
175
200
200
225
225
1,540
Construction
969
1.225
1,250
1,260
1,300
1,320
1,325
1,325
9.974
TOTAL EXPENSES
1,328
100
1,500
1,550
1,560
1,650
1,670
1,725
1,725
12,808
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
1,328
100
1,500
1.550
1.560
1,650
1,670
1,725
1,725
12,808
TOTAL SOURCES
1,328
100
1,500
1,550
1,560
1,650
1,670
1,725
1,725
12,808
2014 - 2019 Capital Improvement Program
15
4
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERING DESIGN 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 design
services in connection with the project titled `2015 Overlay Program'.
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, 2015, 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, 2015 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 $136,727.28 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,
including the duty and cost to defend, 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 2012
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 2012
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, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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 2012
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, Inc.
753 - 9th Avenue N.
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
day of , 20
CITY OF TUKWILA CONSULTANT
Mayor
By:
Printed Name: Nelson Davis, KPG
Title: Principal
Attest/Authenticated: Approved as to Form:
City Clerk Office of the City Attorney
CA revised 2012
Page 5
9
EXHIBIT A
City of Tukwila
2015 Overlay Program
Scope of Work
September 8, 2014
The Consultant shall prepare final Plans, Specifications and Estimates for the 2014 Overlay
Program. Specific projects will be determined from the following list of candidate streets:
❑ 48th Ave S
❑ 48th Avenue S
❑ Gateway Drive
❑ Southcenter Boulevard
❑ Tukwila Parkway
❑ S 180th Street
❑ S 124th Street
❑ 53rd Avenue S
❑ S 164th Street
Interurban Ave S to east dead end
Interurban east to dead end
Fort Dent Way to S 143rd St
Interurban to Macadam
Andover Park West to T line bridge
Southcenter Parkway to Bridge (Spot repairs only)
42nd Avenue S to S 50th Place
S 144th Street to S 139th Street
Repair rutting in eastbound approach to 51st Ave S
The Consultant shall provide all necessary field reviews, base mapping, and utility notification
required to complete final bid documents for the 2015 Overlay Program. The Consultant shall
also prepare the bid tabulation, check low bidder(s) references, and provide a recommendation
for award to the City.
The 2015 Overlay Program will be bid as a single bid package as budget allows. The
anticipated construction budget is approximately $1.2 Million for the 2015 Overlay Program.
Projects may be re- prioritized or deferred to a future overlay program based on available budget
and other considerations. Detailed estimates will be prepared at the 50% design or earlier to
verify the final project list to be included in the 2015 Overlay Program and carried through final
design.
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.
SCOPE OF WORK
TASK 1 — MANAGEMENT /COORDINATION /ADMINISTRATION
1.1 The Consultant shall provide continuous project management and administration for
the duration of the Project. (Estimate 6 months).
City of Tukwila KPG, Inc.
2015 Overlay Program Page 1 of 4 September 8, 2014
10
• Hold project coordination meetings with the City to update progress and review
submittals. Assume (4) meetings.
• The Consultant shall provide monthly status reports and billings.
1.2 The Consultant shall provide independent QA/QC reviews by senior in -house staff of
all deliverables prior to submittal to the City.
TASK 2 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
2.1 The Consultant shall prepare base maps for the all project segments using field
measurements, available record drawings and /or ortho - photography.
2.2 The Consultant shall prepare 50 %, 90% and final Plans for the proposed
improvements including the following:
• Plans shall be prepared with such provisions in such detail as to permit field
layout and construction within a degree of accuracy acceptable to the City and
per industry standards.
• Plan sheets will be prepared at 1"=20' scale full size (22" X 34 "), 1"=40' at
reduced scale (11" X 17 ").
• Typical sections and details will be prepared for items not available as standard
details from the City, State, or APWA standard drawings.
• Plans will identify curb ramp replacement limits and pedestrian push button
modifications in accordance with ADA requirements.
• The Plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, utility adjustments,
surfacing depths and details, and applicable channelization and signing for the
segments selected for final design.
• The Consultant shall perform Project site walkthroughs with the City maintenance
staff to determine extent of roadway improvements /resurfacing (Estimate 2
meetings) and to prioritize candidate streets within the available budget.
• Pavement sections will be determined through consultation with the City's
maintenance staff and previous experience. No geotechnical investigations are
anticipated.
2.3 The Consultant shall calculate quantities and prepare Engineers Estimate of
Probable Construction Cost for each review submittal and the bid documents.
Projects will be prioritized in collaboration with the City following the 50% Submittal
to determine the final project segments
2.4 The Consultant shall prepare the Contract Specification per 2014 WSDOT Standard
Specifications at the 90% and Final submittals.
City of Tukwila KPG, Inc.
2015 Overlay Program Page 2 of 4 September 8, 2014
11
2.5 The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for utility adjustments within the Project limits.
2.6 The consultant shall assist the City with Project Advertisement and Award by
uploading plans and specifications to bxwa.com, preparing addenda, bid tabulation,
and recommendation for award.
Assumptions
• Field survey will not be required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• No federal funding is anticipated for the Project engineering or construction.
• No utility upgrades are anticipated in the project design.
• Drainage & Water Quality Reports will not be required.
• Geotechnical Engineering services will not be required.
• Environmental Documentation will not be required.
Deliverables
• Preliminary estimate for prioritization
• 50% review submittal with Plans and Estimate for potential street segments
• 90% review submittal with Plans, Specifications, and Estimate for selected segments
• Bid Documents and Engineer's Estimate
• 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal.
• 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents.
• Coordinate upload of Plans and Specifications to Builders Exchange.
• Bid analysis and recommendation for award
TASK 3 — PAVEMENT MANAGEMENT SYSTEM UPDATE
3.1 The Consultant shall coordinate the preparation of an updated Pavement
Management Plan utilizing Pavement Engineers as a subconsultant. The pavement
segments will be evaluated using the distress conditions described in the Pavement
Surface Condition Rating Manual, as developed by the Northwest Pavement
Management Systems Users Group. We will use the new definitions of pavement
distress that are currently being incorporated in the upcoming new condition manual.
Our last survey in 2008 evaluated 81.75 centerline miles of streets. The enclosed
figure indicates the street segments we evaluated in 2008. This map also shows the
streets that have been identified in the King County GIS maps. Excluding 1 -5, 1 -405
and ramps to these freeways; there are several miles of street in the City that have
not been surveyed — possibly due to these unsurveyed streets being private or
undeveloped. If we do find these streets have been developed or are not private, we
will add them to our survey. All data will be entered into an updated version of
PMSPro and provided to the City
City of Tukwila KPG, Inc.
2015 Overlay Program Page 3 of 4 September 8, 2014
12
3.2 The Consultant shall review cost analysis information in PMSPro and update the cost
assumptions based on recent history with City of Tukwila overlay projects.
3.3 The Consultant shall prepare a final report including a full discussion of the work
accomplished during this project. It will contain charts and graphs that explain the
condition of the City's pavements and the recommendations for maintenance and
rehabilitation. All streets will be presented in the report (PCR = 100 and lower). This
report will include the updating of the WSDOT functional class and state route
numbers if necessary. One group of charts that will be included is the average PCR
for each of the four categories of streets: Principal Arterial, Minor Arterial, Urban
Collector, and Neighborhood. We will also provide the results of a cost analysis for
this report based on the information collected in Task 2. Recommendations for major
rehabilitation (i.e. Overlay, Reconstruction) will be general in nature and may require
further engineering analysis such as non - destructive deflection testing and analysis.
3.4 The Consultant shall upgrade the PMSPro software program to work with Windows 7
computers.
Deliverables
• Final Pavement Report in .pdf format
• Updated PMSPro software
City of Tukwila KPG, Inc.
2015 Overlay Program Page 4 of 4 September 8, 2014
13
I• no
1ij l iLl 1 *1111difit„
am a qiillh
City of Tukwila
State Functional Class
State FC
masterMap.USER2
dia*
ION
44 !`
VIM I J
'Er rid
tvipio
Pavement Engineers, Inc.
14
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2015 Overlay Program
EXHIBIT B
KPGiir
• Architecture •
Landscape Architecture
• Civil Engineering •
Task
Description
Labor Hour Estimate
Total Fee
Project
Manager
S 179.26
Senior 1 Project Design CAD
Engineer Engineer Engineer Technician
$ 143.57 $ 115.36 $ 99.45 a $ 86.18
Const
Inspector
$ 102.04
Survey Senior
Crew Admin
$ 139.96 $ 112.71
Office
Admin
$ 74.24
Fee
Task1 - Management /coordination/administration
1.1
Management and administration (estimate 6 months)
6
f
0
0
0
0
1
0
0
I
0
2
6
I$ 1,746.40
1.2
QA/QC reviews
8
I
8 I
0
2.3 Project Cost Estimates (50%, 90%, and Final)
0
1
0
0
16
0
0
0
$ 2,582.62
$ 7,476.95
Reimbursable - Mileage
8
24
40
16
0
0
I
0
8
$ 11,679.17
2.5 Utility Coordination
4
0
$ 25.00
8
Reimbursable - Reproduction
0
0
I
I
$ 3,952.26.
2.6 Project Advertisement and Award
4
8
16
8
8
0
$ 25.00
4
Task Totals
14
i
8
0 1
0
I
0
0
8
0
2
6
$ 4,379.03
Task 2 - Plans, Specifications and Estimate
2.1 Base Maps
4
8
40
60
60
0
60
0
0
$ 26,015.10
2.2 Project Plans (50 %, 90%, and Final)
40
80
100
120
180
0
0
0
16
$ 58,825.86
2.3 Project Cost Estimates (50%, 90%, and Final)
4
8
16
24
16
0
0
0
0
$ 7,476.95
2.4 Project Specifications (90% and Final)
8
24
40
16
0
0
0
0
8
$ 11,679.17
2.5 Utility Coordination
4
0
16
8
0
0
0
0
8
$ 3,952.26.
2.6 Project Advertisement and Award
4
8
16
8
8
0
0
4
8
$ 6;241.12
Reimbursable - Mileage
$ 13.000.00
Task Totals
I
8
1 0
!
$ 500.00
Reimbursable_ Reproduction
4
0
0
2 I 0
$ 16.157.79
$ 1,500.00
Task Total
64
128
228
236
264
0
60
4
f 40 I 6 116.190.46
Task 3 - Payment Management System Update
3.1
Coordinate Field Surve
2
0
4
0
4
0
0
2
0
$ 1,390.10
3.2
Ue•Ftte Cost Information
4
0
4
0
0
0
0
0
0
$ 1,178.46
3.3
Final Reg grt
2
0
I
2
0
0
0
0
0
0
$ 589.23
3.4
Update Software
0
0
0
0
0
0
0
0
0
$
Reimbursable - Pavement Engineers
I
$ 13.000.00
Task Totals
I
8
1 0
!
10
0
4
0
0
2 I 0
$ 16.157.79
tri
* Hourly rates are based on the following:
Total Estimated Fee: $ 136,727.28
Direct Salary Costs
Overhead Rate
Fixed Fee
$ 65.00
52.06 $ 41.83 $ 36.06
$ 31.25 ! $ 37.00 1 $ 50.75 1 $ 40.87 i $ 26.92
145.78%
30%
9/8/2014