Loading...
HomeMy WebLinkAbout03-148 - KPG Inc - Cascade View Drainage Improvements Construction ManagementSUPPLEMENTAL AGREEMENT No. 3 AGREEMENT No. 03-148 ( C) PROJECT No. 00-DRO6 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: Cascade View Drainage Improvements — Construction Support Services This SUPPLEMENTAL AGREEMENT NO. 3 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 17t day of November, 2003. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be modified as follows: The Consultant agrees to provide construction support services as requested by the City. These support services are anticipated to include field observation, preparation of inspector daily reports, assistance with pay request processing, assistance with field directives and payment documentation, and other services deemed necessary and directed by the City's construction manager. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made at actual direct cost with overhead(160.61 %) and fee(15%) provisions as outlined in the original contract, provided that the total amount of payment to the Consultant for this work not exceed $150, 000 without express written modification of the Agreement signed by the City. Direct expenses associated with this work shall be reimbursed by the City at actual cost plus 0% markup. The new total contract shall not exceed $761,928.78 without express written modification of the Agreement signed by the City. IN rWITN SSMR...,E0F, the parties hereto have set their hands and seals this .6/ day of "— %� APPROVED: CITY OF TUKWILA , 2006. Steven M. Mullet Mayor Attested: APPROVED: KPG, INC. Nelson Davis Principal SUPPLEMENTAL AGREEMENT No. 1 AGREEMENT No. 03-148 Ca.) PROJECT No. 00-DRO6 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753. - 9th Avenue N. Seattle, WA 98109 PROJECT: Cascade View Drainage Improvements This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on thel7th day of November, 2003. All provisions in the basic agreement remain in effet, except as expressly modified as follows: Article 2, Scope of Services, shall be modified as follows: The Consultant agrees to provide construction support services as requested by the City in accordance with the scope of work included as Exhibit A. Article 3, Time for Performance, is amended to change the number of calendar days for completion of the work to read: Work under this contract shall commence upon the giving or 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 by May 31, 2006, unless an extension of such time is granted in writing by the City. Article 4, Payment, shall be modified as follows: Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto, provided that the total amount of payment to the Consultant for this work not exceed $49,923.60 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $561,928.78 without express written modification of the Agreement signed by the City. IN W SS ,WHEREOF, the parties hereto have set their hands and seals this day of ,.2005. APPROVED: CITY OF TUKWILA Mayor Attested: e E. Cantu, City Clerk APPROVED: KPG, INC. Nelson Davis Principal • E a) > y O O U do E a) Z 0 N z C a LIJ cwc I, G Q 3 QLu ta �CD P 0 • - > U Q f" a) w J 0 " «`.� WF YyC c W U U U Z2 < w re J c.) = na,a) p m 'O Z u) a y C4 co a) U L O a 0 7 0 U N 0 0 U O CA co co O N O N ER co. co O 00 "a- O LID CO CV- 69 - CO O O M 69- 69- O O O O O O O O CO CO O O O O M O O CO O N co 00 O CO O .. "a" 0 O 0 E as 0 0 O 0 0 c 0 O U 0 O E a) 0) (a c (v 2 E U .0 0. a) 0 0 2 9-c 00 o a) O .> U 2 To O w, O E L 12CL 7 N CO O O O 'ch 0) 0 c O 0 c 0 O 0 u) 2 N ..0 LLO 1� O ° -0 i to c t- O a) � X -C (1) O a) a - Q 0 U E c OCC LO O N O) en - Total Estimated Fee: Reimbursable Breakdown V; 0 U O O O O CD - CV N c 0 U 0 0 0. Na) LL O O O O O O I() co O O (C) M O N Task 10 - Total AG D3 -/id CONSULTANT AGREEMENT FOR ROADWAY AND DRAINAGE DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after 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 roadway and drainage design services in connection with the project titled 00-DRO6 Cascade View Drainage Improvements. 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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 300 calendar days from the date written notice is given to proceed, 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 $512,005.18 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 is 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 state for a period of three (3) years after final payments. Copies shall be made available upon request. 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 XC 1.(�. - o.1'inanet ENTvNov 20 Z0(8RIGINAIS 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 to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any . employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the sole negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent 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. 2 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 assignany 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 3 16. Notices. Notices to the City of Tukwila shall be sent to the following address: 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 17. Integrated Agreement. 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. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this P% day of , 2003 CITY OF TUKWILA CONSULTANT ►)nom#— B . Steven M. Mullet, Mayor Nelson av Attest/Authenticated: Title: Principal Approved as to F e E. Cantu, CMC, City Clerk _Of of ty Attorney 4 City of Tukwila Cascade View Drainage Improvements 00-DRO6 KPG, Inc Scope of Work A. PROJECT DESCRIPTION The City of Tukwila intends to design and construct drainage, roadway, and sidewalk improvements within the public right of way in the Cascade View neighborhood. The project area consists of the following roadway segments: • 34th Avenue S, S 140th Street to S 135th Street • 35th Avenue S, S 137th Street to S 135th Street • 37th Avenue S, S 140th Street to S 135th Street • 38th Avenue S, S 140th Street to S 138th Street • S 135th Street, 32nd Avenue S to 37th Avenue S • S 136th Street, 32nd Avenue S to 34th Avenue S • S 137th Street, 32nd Avenue S to 37th Avenue S • S 138th Street, 37th Avenue S to 38th Avenue S The project scope is to provide surface and subsurface drainage facilities for the area in general accordance with the recommendations identified in the `Cascade View Neighborhood Drainage and Groundwater Study' (August 2002, KPG, Inc.). The Consultant will work in a collaborative manner with City staff to finalize design standards for drainage facilities, drainage connections to private systems, roadway cross section, pedestrian facilities, and streetscape / restoration treatment prior to proceeding with final design. The basis of design will be summarized in a brief design memorandum. It is anticipated that roadway and drainage improvements will generally be contained within the existing right of way; however, it may be necessary to obtain easements for a new outfall location to Tukwila International Boulevard and Southgate Creek to the east. This scope of work includes property services to secure easements for up to four parcels in order to install this outfall pipeline. The exact location of the outfall will be determined in close coordination with upcoming Tukwila International Boulevard improvements. Cascade View KPG Drainage Improvements 1 of 7 10/15/2003 B. DELIVERABLES. • 5 copies design memorandum • 2 copies geotechnical report • 5 copies SEPA checklist • 1 copy draft Biological Assessment and Essential Fish Habitat • 1 copy of final BA and EFH as submitted to agencies • 1 copy of pipe inspection video • 10 copies 50% plans and estimate (11"x17") • 10 copies 90% plans, specifications, and estimate (11"x17") • 40 copies final plans (11"x17"), specifications, and engineers estimate • 1 set of final mylar or vellum plans (22"x34") for City records • 1 copy of easement and legal exhibits (4 parcels) • 1 copy certified bid tabulation • 1 copy of letter recommendation of award • Digital copies of all deliverables, in requested format The City of Tukwila shall provide the following: • Plan reviews, comments, and approvals • Residential mailings • Meeting room arrangements • Survey right -of -entries, if required • Recording of signed easements. • Advertisement for bid Cascade View Drainage Improvements 2 of 7 KIP 10/15/2003 C. SCOPE OF WORK TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 The Consultant shall provide continuous project management for the project duration (estimate 10 months). 1.2 The Consultant shall prepare a comprehensive schedule and provide monthly updates. 1.3 The Consultant shall prepare monthly progress reports identifying work in progress, upcoming work elements, and reporting of any delays, problems, or additional information needs. 1.4 The Consultant shall provide continuous management and administration of all. subcontractors included in this scope of work. 1.5 The Consultant shall attend design coordination meetings with City staff at appropriate points in the design process (estimate 8 meetings). 1.6 The Consultant shall provide internal quality assurance/quality control (QA/QC) reviews of all work products prior to submittal for City review. TASK 2 — SURVEY AND BASE MAPPING 2.1 The Consultant shall prepare 1"=20' base maps within and extending 10' beyond the right of way for all roadway segments identified in the project description. The basis of survey control will be the City of Tukwila datum as used on mapping for International Boulevard. Right of way will be shown based on available County records, assessor information, and found field information. Parcel lines will be shown based on assessor information. 2.2 The Consultant shall contract for horizontal field utility locates prior to topographic survey updates for inclusion on the project base maps. 2.3 The Consultant shall review the existing drainage system with City staff and perform video inspections of storm drainage facilities to determine existing conditions. The extent of video inspection is unknown. An allowance of $7,5000 is included for this video inspection work. 2.4 The Consultant shall prepare a potholing plan to identify potential utility conflicts at the 50% design level. A design allowance of $10,000 is included for potholing of existing utilities to determine actual depth. Cascade View KP G Drainage Improvements 3 of 7 10/15/2003 TASK 3 — PUBLIC INVOLVEMENT 3.1 The Consultant shall prepare two (2) newsletters for distribution by the City. 3.2 The Consultant shall prepare presentation materials for each of two (2) Community open house meetings. Meeting location, dates, and distribution of announcements will be by the City. 3.3 The Consultant shall attend two (2) community open house meetings. TASK 4 — GEOTECHNICAL INVESTIGATION 4.1 The Consultant shall perform geotechnical investigations based on 6 borings of 15' depth to supplement geotechnical borings that were completed in a previous study. Geotechnical review will assess the subsurface conditions at selected locations and develop geotechnical recommendations for design and construction of proposed underground storm piping, subgrade preparation, and pavement needs. Geotechnical review will be performed by Landau Associates. TASK 5 — PERMIT APPROVALS 5.1 The Consultant shall prepare a SEPA checklist in support of the project for review and processing by the City. 5.2 The Consultant, with support from Landau Associates, will evaluate potential direct and indirect effects on federally listed species and essential fish habitat. A draft BA and EFH will be submitted to the City for review prior to submittal to the agencies. 5.3 The Consultant, with support from Landau Associates, shall prepare documentation for NEPA approval in accordance with funding requirements. We have assumed that this project will qualify for a categorical exclusion (CE) in estimating the required level of effort. TASK 6 — UTILITY COORDINATION 6.1 The Consultant shall obtain available utility records from the franchise utilities within the project area. 6.2 The Consultant shall distribute 50% and 90% plans to all franchise utilities and solicit comments and coordination issues. Cascade View Drainage Improvements 4 of 7 KPG 10/15/2003 6.3 The Consultant shall notify franchise utility purveyors along the corridor and provide coordination for relocations, adjustment, or anticipated facility upgrades. TASK 7 — PREPARE BID DOCUMENTS 7.1 The Consultant shall attend two meetings with City staff to confirm design goals and the basis for neighborhood improvements. The basis of design will be summarized in a brief design memorandum. Items to be considered in the design memorandum include: • Roadway classifications and cross section • Traffic calming needs, if any • Urban design / streetscape approach • Pedestrian considerations • On -street parking considerations • Drainage and maintenance strategies 7.2 The Consultant shall prepare 50% plans and cost estimate for the all roadway segments included in the project description. The plans shall be in sufficient detail to allow review and confirmation of planned roadway, pedestrian, channelization, drainage, and streetscape elements by the City during review. 7.3 The Consultant shall attend a 50% review meeting and provide the necessary follow-up to proceed with final design. The City shall be responsible for coordination of the review process with the funding agency as required at each step of the design review process. 7.4 The Consultant shall prepare 90% Plans for review and approval 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. Plan information shall include: o Drawing index and legend o Centerline control information ❑ Limits of construction o Site preparation / demolition drawings o Construction staging information o Typical sections and details o Temporary erosion and sediment control plans o Roadway Plan and profiles o Drainage system plan and profiles o Channelization and signing plans ❑ Landscape / restoration plans Cascade View KP G Drainage Improvements 5 of 7 10/15/2003 7.5 The Consultant shall attend a 90%. review meeting and provide the necessary follow-up to address outstanding issues for inclusion in the final bid documents. 7.6 The Consultant shall prepare 50%, 90%, and final specifications for review and approval by the City. Specifications shall be based on 2002 WSDOT / APWA standard specifications, using contract boilerplate and general special provisions provided by the City. 7.7 The Consultant shall calculate quantities and prepare construction cost estimates in support of the 50%, 90%, and final plans and specifications. 7.8 The Consultant shall finalize bid documents for advertisement and award by the City. Final bid documents will be signed by a licensed professional engineer in the State of Washington. TASK 8 — RIGHT OF WAY 8.1 The Consultant shall prepare legal descriptions and exhibit drawings for easements for each affected parcel (estimate 4 parcels) following City approval of the 50% drawings. "Legal Descriptions" includes writing takes based on title reports; "Exhibit Drawings" includes individual stamped drawings showing the take, area and parent parcel portion abutting the right of way in a stamped and sealed format. 8.2 The Consultant shall meet with all affected property owners (4 parcels) to discuss easement needs and explain the project impacts and benefits. 8.3 The Consultant shall perform appraisals and negotiations to secure easements on up to 4 parcels, if necessary. TASK 9 — BID PERIOD SERVICES 9.1 The Consultant shall provide assistance during the bidding process to include responding to bidders questions, preparing an addendum to answer questions of prospective bidders, providing clarifications, preparing the bid tabulation, evaluating the bids, checking references and providing letter of recommendation for award of contract. The estimated budget assumes a straight forward approach with the apparent low bidder receiving the contract award. Cascade View Drainage Improvements 6 of 7 KPG 10/15/2003 OTHER SERVICES The City may require other services of the Consultant. These services could include construction management, inspection, or additional right of way and design services. At the time these services are required, the Consultant shall provide the City with a detailed scope of work and an estimate of costs. The Consultant shall not proceed with the work until the City has authorized the work and issued a notice to proceed. Cascade View KPG Drainage Improvements 7 of 7 10/15/2003 co m_ 2 X W HOUR AND FEE ESTIMATE 4- d d O Q E 0) 0) (a c 0) ea 0 • 3 d 5 7 0) H � 0 (C O U 0 v . O 0) w O H Labor Hour Estimate CO U) r- 00 V O N CO O) co 0) 4 O co 00 CO 0) CO x— CO O — N h CA CO In Lc) LO O O) Ef3K364En. 64Ef3Efl M E1 O O CO O O O O O O 0 0 0 V' O O 00 O 0 N 0 CD O CO O co O 7 N 00 N O CO C' CO O O c O 0. C`0 h E 0) O R 0 0 0 ✓ a7 c 0) E 0) 0) fa C6 2 co y 1- L O E 0 E 0) c O y .0 E (0 CO a C6 a) E a) 0) (a 0 2 0. a) (0 0 Q c c (0 0) 0 0. a co 7,1 0) U) 0) C 0) 0) E E (0 0) y N 0)) v000mov N N O Cf) N M N O O O co CO N CO 0) O (E) M CO O CD N N CO O 0) to 69- 64 Ea Ef3 O 0 0 0 O O O O O CD O O O O O O 00 CV N N 0 N CO O 0 0 N N 0) c Q 0. O E 0) (s) 0 c (o (0 c 0. 0. (0 (0 C N O E O U ca 0 COo cc cn y C . Y 01 C (0 O 0 COO C6 OU -00 0 CC) Q D Q '. 0) tl) 7 Q O a) 0) a) 2 O O (0 C6 31 C C c C 0 IP: a = =a E . O O O O O 0 0 o a) U U U U c N N o O CO 00 00 N CO O CD <- ti N O CO 0D C0 ti 00 M L() C` O CO NCf) cri r ti off EA 69- 69- 64 64 Esq 0 0 CO O CV N O O P1 N O CO O O CD co N CD M N O O O N CO vi E y 0)) (0 O 0 -0 Z c y o cNi 0. c 3 0 N o T coi L 4:14 � N 1:)(1) y C) N O 0) w .0 a) co_ 2 g m a) E E w C O 0 C c Q mO Q N m —0 ID Q C d Q E C •13 O i 0) > 0) > c a) C c.) .0 (0 N a tL M y f0 N cM M L � Y Nfcfs 0 mo 0) 0) E 0 0 O 0) 0 M Q x 0) a) L (a N E m 1— co m 2 X' W HOUR AND FEE ESTIMATE 0 • • U b0 0 N w x B (l pit p U O) WC W'' cil .! gU .a. 0 O Labor Hour Estimate CU LC) 0 Ef3 co •m co • U L() c cc) 0 U a) Ee H N- Q) O a)• E c 0)Q) (/) c W 0 0 W 0) N c0 1— a0 O CO O (0 O O 00 COO CO CO CO. LO O O) t() O t` N 0 OCG CO 0) CNO It) d' CO ti CO CD CO Cn CO F- r N r O r T r N Ea Efi Ea- CZ) A O O d' d' O C O 60 O) O O c O 0) 0) a) > C (0 .0E 0 U 0 O a) 0) c0 C "a 0 0 0 (o 0) O c 0 Y 0) m O a)� � Y co U I - c a) O_ a) a) ca .0 E 0) d3 EA EF). Ef3 d' d' N CO O CO CO (0 O N N N d' CO O N N c 0 0) ToU W 0 U O 0) rn a) 0 (0 LS O m a� < ..c) W 0 +- Z 0 O ` U H o co 41) alo y 0 = c a) u_ co 0 Tts.W `¢E m f W Q 0 m (1) CO -0 a)0)`) d Q 0 Q E 0- 2 2 2 'iv Y r N co. 0 in to t() 1- 0_ 0. 0. O CO C 12 O O 0 D co ca (0 1- d' CO 000 O O co O () LC) r00cc; N N O O co u)WOoO r M T Ea 63 EA to ER d N CO r T d' O CO 0o 0 O O dr O d' N CO N 0 O 0 O 0 0 O O 0 O 0) LC)O rn d (0 U 0 a) 2 is .j O C) c d ><i a� ccTs .0 _0 Cn 0D r N CO 0 C a) E C O 0 c Y (0 (0 h m 0 Y O UCD 0) O i Y N Vci C C a) O ma) C 'a c0 0 L 0U 0 ct 0. co. 0 a--OO� tN�Oti ON60(0'-OW CO r- In r d' 0 F cod'NM ON tif`MCV- O T r CO T- N 63 Efl 69 Efi Efl Ef3 to to to 0 OD0000CD0CD O 0 O CO d' CO O N 0 O O O d O 0 CO (A O CO O N M N CO O d' O d' O d' 60 CO N CO r d' N d' N O 40 d' O CO r d 0 0 0 CV O d' N d' N d' CO CO 0) (0 O O) (0 C 0) O D O - E cC ^ ,--,3. O E 0 Y 0016 o N m 0 o n E E 7 c N u) F- 0 0 c a) H w2 O O Y 2 .O CA o-0�0 O0 c u) d (6 E`°m O CTNccF- O c .- c .- ca 0 E a) C C0 a U --M, O 0) o f o f a) -0 a) O O 3 O,_ co :o m 0 0 0) 0) a) O. 0 .a u) o ca CO '- N N Nd o N a 2 O c 15 0 0 0 c a aLC) arnCl- 0ii: Ct 0. r N N dr. Lc) C - 0 N- co. ti t- N- 2 x W HOUR AND FEE ESTIMATE 0) 0) LL Labor Hour Estimate U7 CO LO U Efi U 0) O 0- 0300003 O) In 0) O Co) O N- 0 0 co O)In 0 CO N- co co 03 N d' 00 r EA- Ea Ea EA. EA. 0 0 O O N O O N O N O d• CO O N N co i o. ate) ci C 0) UN (0 Q -co E O d ( y C m N V 0) a) o (p 0 -p (p O X U c 0) O - O N O H E 0 i CD N c CD CO cp C (0 (0 C c6 c V' — o ` 0) co 7,5(0 a) 0 L � .a w Q w (0 c o E U CY C'7 CO to to to CO CO 1 co CO O CO Total Estimated Fee: 1— X w REIMBURSABLE BREAKDOWN 0 a7 O 0. 0 O 0 0 LON EFT O 0 C E a m c O 0 0 a) rn C N E 2 0 a) m N 1 0 0 N EFT O U ao O a) a) 0 0 0 O O Task 1 - Total EFT EFT O U a O 0. 0 0 O 0 O U7 ti EFT 0 0 0 O (r) 0 0 0 O (0 r` 69 0 0 0 O O O EFY o 0 0 O) (O 0) EFT Task 2 - Total 0 0 tri 0 O 0 (0 N O U a O 0_ a) 0 0 N Task 3 - Total O 0 0 EFT 0 O 0 (c7 O EFT 0 ai co (0 EFT 69 0 0 O N 0 o 0 CO M 0) EFT o0 0) O w C o 0 N m a) (6 f6 rn _ U U N o N O 0 > U co co U Q C 7 (6 m �0 N O m O N2 m c) CD 0_ C a a) O. a O .. a) a) a) (. a v to N 0 co a- s 1— 1- 0 o 0 (0 (r) 0) Task 5 - Total o O 0 O 69 o 0 0 O (0 Task 6 - Total 64 0 a1 0 U ca • 0) afO a) m 2 d (O to. a) r to 1 N O 0 0 O O N EFT 0 0 0 N N N fsfl Task 7 - Total 0 0 0 N (s) O 0 0 N 0 0 0 O v3 O 0 0 O EFT C 0 Q U m a) 0 To O) a) ac▪ ) E a) a) m w L) CO 0_ `) d -c U a) H -c m w 0 O o O O 69 0 O 0 co aO w m 0 O 0 O 0 (O 0 0 0 Task 9 - Total 10/15/2003 1— x w FEE SUMMARY 0 w E a) O L Q E 0) o L 0 a) ca v o U y ca VD - Task1 - Management/coordination/administration Task 2 - Survey and base mapping O O Lf) Li") tri EA - Task 3 - Public Involvement co O O O EA - Task 4 - Geotechnical Investigation co O N Task 5 - Permit Approvals O CO O CO r Task 6 - Utility Coordination N O 1•— CO O N Task 7 - Prepare Bid Documents co O O O O .) T 4) ca 1 o o m 0- 0) -0 m 0o -a) Y Y CO CO F- Total Estimated Fee 10/15/2003