HomeMy WebLinkAboutUtilities 2014-11-03 Item 2A - Agreement - 2015 Annual Small Drainage Program with KPG IncCity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director'
FROM: Ryan Larson, Senior Program Manager
DATE: October 31, 2014
SUBJECT: 2015 Annual Small Drainage Program
Project No. 91541201
Consultant Selection and Agreement
ISSUE
Approve KPG, Inc. to design the 2015 Annual Small Drainage Program.
BACKGROUND
The Annual Small Drainage Program repairs and installs needed surface water infrastructure that is identified through
maintenance activities as well as citizen complaints. For the 2015 Annual Small Drainage Program, we are proposing the design
of six projects for possible construction in 2015.
DISCUSSION
The proposed 2015 Annual Small Drainage Program budget is $485,000 including $80,000 for design. WSDOT has a project to
overlay West Valley Highway between S 180th St and 1 -405 beginning in July of 2015. With this WSDOT overlay, they are
planning on correcting roadway grade issues at the intersection of West Valley Highway and S Long Acres Way and partnering
with the City to overlay Long Acres Way to Nelson PI. This section of the roadway does not have a drainage system and the
properties on the north side of the roadway experience minor ponding issues related to roadway runoff. Proposed Project No. 1
will install a new drainage system along S. Long Acres Way however, construction must be completed by July 1, 2015
necessitating an early start on design work. It is proposed that remaining 2014 Small Drainage Funds be used to begin the
design until additional funding is available in 2015.
Public Works staff reviewed known system deficiencies and compiled a list of six projects:
1. Longacres Way, West Valley Highway 4. APE and Tukwila Parkway at Gilliam Creek Trash Rack
2. 14800 51st Ave S 5. Trail #11 at S 162nd St and 47th Ave S
3. 14148 33rd Ave S 6. 1 -5 and Southcenter Blvd
The current MRSC Consultant Roster was reviewed and three firms were short- listed to design the selected six projects. The
firms were: KPG, Inc., David Evans and Associates, and CH2M Hill. The Summary of Qualifications was evaluated for each firm
and KPG, Inc. was selected as the firm that best met the requirements. KPG has designed the Annual Small Drainage Program
since 1991 and Public Works staff continues to be very satisfied with their work. KPG is knowledgeable of City requirements,
remains flexible to design changes, and continues to complete designs within the contracted time and amount. It is
recommended that KPG, Inc. design the 2015 Annual Small Drainage Program for a fee of $78,856.85.
RECOMMENDATION
Council is being asked to approve this design consultant agreement with KPG, Inc. in the amount of $78,856.85 for the 2015
Annual Small Drainage Program and consider this item on the Consent Agenda at the November 17, 2014 Regular Meeting.
Attachments: Location Map
2014 CIP, page 82
Qualification Review
Consultant Agreement
1
W: \PW Eng \PROJECTS\A- DR Projects\Annual Small Drainage Programs \2015 SDP (91541201)\Design\INFORMATION MEMO - 2015.doc
2015 Annual Neighborhood
Drainage Program
S
Not to Scale
Site 6
Site 4
Site 1
Date: October 29, 2014 By: R. Linsao
W. \PW Eng \GIS \Projects \RyanL \CIP Storm Drainage \2015 drainage program.mxd
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2014 to 2019
PROJECT: Annual Small Drainage Program Project No. Varies
DESCRIPTION: Select, design, and construct small drainage projects throughout the City.
JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert
replacements, drain extensions, and pavement upgrades.
STATUS: Projects for this annual program are taken from Small Drainage Project List.
MAINT. IMPACT: Reduces maintenance.
Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar
COMMENT: years. Budget for 2014 includes $270k for Thorndyke Safe Routes to School (S 150th St). Grants from State
Municipal Stormwater Capacity Grants.
FINANCIAL Through Estimated
in $000's
2012 2013 2014
2015 2016 2017 2018 2019 BEYOND TOTAL
EXPENSES
Design
174
80
80
80
80
80
80
80
80
814
Land (RIW)
0
Const. Mgmt.
135
65
80
80
80
80
80
80
80
760
Construction
694
500
325
325
525
525
525
525
525
4,469
TOTAL EXPENSES
1,003
645
485
485
685
685
685
685
685
6,043
FUND SOURCES
Awarded Grant
20
170
50
240
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
983
645
315
485
635
685
685
685
685
5,803
TOTAL SOURCES
1,003
645
485
485
685
685
685
685
685
6,043
Project Location:
Entire System
2014 - 2019 Capital Improvement Program
82
3
0
(1.)
U
0
0
0
I I
0
I-
II
a)
•_
a)
cc
C
0
• -
C.)
o
o
CV
C3)
Relevant Project Experience
HPA/Creek Work
Experience w
Scale Projects
E
Cl)
ity to keep project on schedule and within Budget
earn Members
ject Team Availability of Key
City , Plan Process, Drainage System
Knowledge o
U)
0
(Lowest Total Score is best)
Firm Rank
(1 - 3, Lowest = Best)
W:\PW Eng\PROJECTS\A- DR Projects\Annual Small Drainage Programs\2015 SDP (91541201)\Design\Proposal Rating.xls
4
of City �
~*x� xu«xxwvxa
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT 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 benefit , terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering services
in connection with the pr jectddcd`20|5SnouUDruinngcPcogrunn`
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 c 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
''l}" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $70,856.85 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.
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 pr ject, 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 SurvivaU' 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 : 1-20 a
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
753 911' 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 day of
CITY OF TUKW LA
Mayor, Jim Haggerton
CONSULTANT
B
Printed Name:Nelson Davis, KPG
Title: Principal
2014.
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
2015 Small Drainage Program
Scope of Work
May 15, 2013
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2015 Small Drainage
Program. The project will include the following sites:
Site 1: Longacres Way, West Valley Highway
Install curb and CB on north side to collect drainage and low spot and extend east to connect to
existing drainage system.
Site 2: 14809 515` Avenue South
Replace 12" and 18" storm drain crossings. Existing culvert tiles are failing and in need of repair.
Slipline will he evaluated for all or a portion of the pipes. This site may require an HPA.
Site 3: 14148 33rd Avenue S
Existing 12" storm crosses into private property and beneath a carport structure. This project will
route a new 12" storm along a new City easement..
Site 4: APE and Tukwila Parkway at Gilliam Creek Trash Rack
Install light loose rip rap around and over the pipe entrance to prevent washing out offine gravel
around pipe which has caused a sinkhole and crew safety issues. This site will require an HPA.
Site 5: Trail #11 at S 162nd Street and 47th Avenue S
Install new storm drain system for 47th Avenue S from Trail #11 to tie into the existing system in S
160`x' Street.
Site 6: 1 -5 and Southcenter Blvd.
Replace inlet with larger type 2 catch basin and 18' pipe to reduce frequency of flooding due to
plugged pipe conditions. This site may require an HPA.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility
coordination required to complete final bid documents. It is anticipated that sites will be bid as a single
bid package for the 2015 Small Drainage Program as budget or other considerations allow. At the City's
option, the Longacres site may be bid separately or incorporated into the 2015 Overlay Program in order
to complete drainage improvements in advance
The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created
from field measurements, ortho - photography, and GIS data as necessary for each site. If necessary,
City of Tukwila KPG, Inc.
2015 Small Drainage Program Page 1 of 4 October 2014
10
surveyed base maps will include right -of -way line work based on available public records. Project
horizontal and vertical datum will be assumed on all sites.
The Consultant shall provide assistance to the City with preparation of a SEPA checklist and HPA
application where required. No additional permits are anticipated.
It is the Consultants understanding that none of the 2015 Small Drainage Program sites require biological
assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention
facilities, or water quality treatment facilities. The budget assumes a straightforward approval process
with no special studies or extensive coordination. All work will be completed within City rights of way
or easements and no easement acquisition is anticipated.
For the 2015 Small Drainage Program, the Consultant shall submit a 50% Review Submittal (plans and
estimate only), and a 90% Review Submittal that includes plan, specifications and estimate to the City for
review prior to bidding.
SCOPE OF WORK
TASK 1— 2015 Small Drainage Program Design
1.1 MANAGEMENT /COORDINATION /ADMINISTRATION
• The Consultant shall provide continuous project management and administration for the
duration of the Project. (Estimate 6 months).
• 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.
• The Consultant shall provide independent QA /QC reviews by senior in -house staff of all
deliverables prior to submittal to the City.
1.2 TOPOGRAPHIC SURVEY/UTILITY LOCATES
• The Consultant shall prepare base maps for each 2015 Small Drainage Program sites.
Topographic survey will be performed for all sites including horizontal utility locations
within the right of way.
1.3 PREPARE PLANS
• The Consultant shall prepare final Plans for the proposed improvements including the
following:
o 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.
City of Tukwila KPG, Inc.
2015 Small Drainage Program Page 2 of 4 October 2014
11
o It is assumed there will be six (6) plan sheets at 1"=20' scale full size (22" X 34 "),
1 " =40' at reduced scale (11" X 17 ").
o Details will be prepared for items not available as standard details from the City,
State, or WSDOT standard drawings.
o The plans shall illustrate complete details of construction of the proposed
improvements including limits of construction and removals, proposed invert
elevations, rim elevations and required construction materials.
o Drainage designs will be determined through consultation with City staff and from
previous experience rather than detailed basin modeling.
1.4 2015 SMALL DRAINAGE PROGRAM FINAL DESIGN
• The Consultant shall conduct QA /QC and constructability reviews in the field for each site
and consult with City staff during the field reviews.
• The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
• The Consultant shall prepare the Contract Specification per 2014 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents
• The Consultant shall distribute 50% and 90% review submittals to franchise utility owners to
identify potential conflicts within the Project limits.
• The Consultant shall assist the City with Project Advertisement and Award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Geotechnical Engineering services will not be required.
o Environmental Documentation will not be required.
o Potholing of existing underground utilities will not be required.
• Deliverables
o 50% review submittal with Plans and Estimate
o 90% review submittal with Plans, Specifications, and Estimate.
o Bid Documents and Engineer's Estimate
o 6 sets of Plans (11" X 17 ") and specifications provided for each review submittal.
o 10 sets of Plans (11" X 17 ") and specifications for the Bid Documents.
o Coordinate upload of Plans and Specifications to Builders Exchange.
City of Tukwila KPG, Inc.
2015 Small Drainage Program Page 3 of 4 October 2014
12
TASK 2 — 2015 Small Drainage Program Permitting
2.1 The Consultant shall prepare a SEPA checklist for submittal to the City covering all sites
included in the 2015 Small Drainage Program.
2.2 The Consultant shall meet in the field with a representative from WDFW and prepare a
JARPA for HPA approval on Sites
• Assumptions
o SEPA signage, fees, and internal coordination will be by the City.
o No wetland or stream delineations will be required.
o No special studies (biological assessments, etc.) will be required.
o The $150 processing fee for the JARPA application will be paid by the Consultant
and reimbursed by the City through the invoice process.
Deliverables
o SEPA Checklist
o JARPA Application
Additional Services
The City of Tukwila may require other services of the consultant. These services could include additional
design, right of way, utility potholing, 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.
City of Tukwila KPG, Inc.
2015 Small Drainage Program Page 4 of 4 October 2014
13
HOUR AND FEE ESTIMATE
Project: City of Tukwila
2015 Small Drainage Program
EXHIBIT B
KPG
• Architecture •
Landscape Architecture
♦ Civil Engineering •
Task Description
Labor Hour Estimate
Total Fee
Project
Manager
$ 179.26
Senior Project
Engineer ! Engineer
$ 143.57 $ 115.36
Design
Engineer
$ 99.45
I CAD Const
Technician' Inspector
$ 86.18 I $ 102.04
Survey
Crew
$ 139.96
Senior
Admin
$ 112.71
Office
Admin
$ 74.24
Fee
Task 1 - 2015 Small Drainage Program Design
Prepare JARPA
4
1.1 Management /Coordination /Administration
8
0 0
0
0 0
0
4
4
$ 2,181.89
1.2 Topographic Survey
Reimbursable - HPA application fee
j
7
Topographic Survey and Base Map prep
0
4 24
40
0 0
70
0
0
$ 17,117.83
1.3 Prepare Plans
0
0
0
6$
4,206.19
Longacres Way
2
0 24
0
8 0
0
0
0
$ 3,816.58
14809 51st Avenue S
4
8 24
0
16 0
0
0
0
0
0
$ 6,013.12
$ 2,535.19
14148 33rd Ave S
0
0
16
0
8 0
0
APE and Tukwila Parkway
4 8
24
0
8 0
0
0
0
$ 5,323.67
Trail #11
2 4
24
0
16 0
0
0
0
$ 5,080.31
15 and Southcenter Parkway
4 8
24
0 8 0
0
0
0
$ 5,323.67
1.4 2015 Small Drainage Program
Field Reviews
6 8
16
0 0 0
0
0
0
$ 4,069.87
Utility coordination
0 0
12
8 4
0
0
0
4
$ 2,821.56
Quantity and Cost Estimating
2 4
12
8 4
0
0
0
0
$ 3,457.40
Prepare Specifications
Finalize Bid Documents
4
4
8
8
24 8 0
16 16 8
0
0
0
0
0
0
8
8_
$ 6,023.71
$ 6,585.86
Reimbursable - Mileage
$ 400.00
Reimbursable - Reproduction
$ 500.00
Reimbursable - Utility Locate Service
$ 3,400.00
Task 1 Total
40
60
240 80
80
0
70
4 24
$ 74,650.66
Task 2 - 2015 Small Drainage Program Permittin
2.1
2.2
Prepare SEPA checklist
2
0
8
0
4
0
0
0
4$
1,923.08
Prepare JARPA
4
0
8
0
4
0
0
0
2
$ 2,133.12
Reimbursable - HPA application fee
j
$ 150.00
Task 2 Total
6
0
16
0
8
0
0
0
6$
4,206.19
I
i
Total Estimated Fee: $ 78,856.85
10/28/2014