HomeMy WebLinkAboutTrans 2015-12-07 Item 2A - Agreement - 2016 Overlay and Repair Program Design with KPG IncCity of Tukwila
Jim Haggerton, Mayor
TO:
Mayor Haggerton
Transportation Committee
FROM:
Bob Giberson, Public Works Director
BY:
David Sorensen, Project Manager
DATE:
December 4, 2015
SUBJECT:
2016 Overlay and Repair Program
Project No. 91510401
Consultant Selection and Agreement
ISSUE
Execute a contract with KPG, Inc. to provide design services for the 2016 Overlay and Repair Program.
Five engineering firms were evaluated to provide design services for the 2016 Overlay and Repair Program (see
attached scoring & selection matrix). 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 has also performed very well providing design consulting services on other City projects.
DISCUSSION
KPG, Inc. has provided a contract, scope of work, and fee estimate to complete design of the 2016 Overlay and Repair
Program and advertise for construction bids.
Locations in Design Contract
1) Andover Park East — Costco Dr to Minkler Blvd
3) Fort Dent Way — Interurban Ave S to Bridge
5) Minkler Blvd — Spot repairs only between APW & APE
7) 45th Ave S — West gravel area at S 139th St
2) 48th Ave S — Interurban Ave S to dead end
4) E Marginal Way — Norfolk north to new pavement
6) 52nd Ave S — S 142nd St to south dead end
8) S 128th St — Military R to approx. 650 feet east
9) S 130th St — East Marginal Way to 35th Ave S 10) Fort Dent Park — Parking lot repair
FISCAL IMPACT
2016 Design 2017 Begin
KPG Contract Budget Design Budget
2016 Design Contract $136,727.28 $110,000.00 $15,000.00
2016 Parks Fort Dent Design Budget 10,000.00
2015 Remaining Budget 30,000.00
TOTAL $136,727.28 $150,0-00.00 $15 0-00-00
RECOMMENDATION
Council is being asked to approve the design contract with KPG, Inc. for the 2016 Overlay and Repair Program in the
amount of $136,727.28 and consider this item on the Consent Agenda at the December 14, 2015 Special Meeting.
Attachments: Consultant Selection Scoring Matrix
Vicinity Map
Page 18, Proposed 2015 CIP
Consultant Agreement, Scope of Work and Fee Estimate
WAPW EngTROJECTStA-RW & RS Prcjects\Annual Overlay &Repair Programs20160verlay &Repair ProgramTeeigmDeagn Consultant Selection016 Consultant Selection DocslToTC\lnfo Memo Consult Select 2016 12-04-15 gi,doex
2016 Overlay Program — Contract for Design Services
Pace Engineers
HDR
KPFF
KPG, Inc.
Paramatrix
Paving Project Design Experience with the City.
0
1 In In .1H If) C Cf)
0
Knowledge of FHWA, State, and Tukwila Standards and Procedures
3
3
Environmental Experience
3
4
Experience with Similar Projects.
3
4
Traffic Control Design Expertise.
3
3
Experienceed Design Project Manager.
2
3
Small Scale Project Experience.
C
2
2
Utilities Corrdination Expierence.
3
3
Stormwater, Drainage, and Detention Design.
3
4
Public Outreach Experience.
3
4
Survey Crew In- House.
4
3
TOTALS
29
33
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: 10/12/15
Selected Consultant: KPG, Inc.
Selection Justification: The selected firm has demonstrated relevant pavement overlay
design experience on multiple past federal and locally funded paving projects including
the City overlay program. KPG has provided execellent design results on City drainage
projects as well. They have exceptional familiarity with City Public Works systems,
WSDOT and FHWA standards. Based on overall score KPG prevailed.
E MARGINAL WAY
� Y gcrosG raps w � J ^I s m
s uln N stu
�r�'sm sr sn5 sr r�
sItIR r<i s1a S"
SIn9 5,1 48TH AVE S
S 130TH ST
Ia sT F
s In 9I _ slnn
s,n s5 -
slnsr
� 8
s �'kFy i n
r
-
_LS.......... 52ND AVE S
S 128TH ST
514Y 9 tl S ,�
FORT DENT PARK
S1NA
A
Sltl9 E Sfm Sf s N � �
45TH AVE S fi imT
MT
]S i5o4 '" S.7g0A 51 PAPo(
I 9 Si 9A St S
Ms- }51
it i1
V
s � .pZ,..S ° �x •
zN FORT DENT WAY
G 1 Si PMYm �
pti_ S1W
5. SP I
9
G d
� sfasr � � sm.uusa Qw
— � QWg11E
[IY4 M
mmmalE A
nsfPS sw
ANDOVER PARK E.
MINKLER BLVD om
a
s de t 4r �
atls
3
� 6
5 a59
2016 Overlay Program
Vicinity Map
CITY OF TDKVVL& CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT:
Annual Overlay and Repair Program Project No. 91810401
DESCRIPTION:
Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets.
JUSTIFICATION:
Pnaoemeand maimainthe e�ae sxm�unainao�e and useable o��byvanu�acingb�onatai|ue 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.
MA|0T.|K8PACT:
Reduces annual maintenance.
COMMENT:
Ongoing project. Only one year actua|s shown in first column.
FINANCIAL Through Estimated
ovS000'si 2013 mm mvs min qo17 qn,n m"o m9n nnmmn TnTm
EXPENSES
Design
48
100
125
125
150
150
175
175
175
1,223
Const. Mgmt.
175
175
175
200
200
225
225
230
1,605
Construction
1,125
1,250
1,260
1,300
1,320
1,325
1,330
1,340
10,250
TOTAL EXPENSES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745
13,078
TOTAL SOURCES
48
1,400
1,550
1,560
1,650
1,670
1,725
1,730
1,745 1
13,078
2015 uo2o Capital Improvement Program 18
x����' � Contract Number:
��^uJr K�" �K��KK&y��� ' ,
G2O0Southoente/ Boulevard, Tukwila VVAQ8188
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT iu entered into between the City of Tukwila, Washio�u.b�oa�
referred to as "the (ity",and KPG,Inc..hereinafter referred to as "the Consultan[`,iuconsideration
of the mutual benefits, teroza, and conditions hereinafter specified.
1. PrQiect Designation. The Consultant is retained by the City ioperform engineering xczvbcos
io connection with the project titled ^2OlbOverlay .
l Scope Of Services. The Consultant agrees to perform the services, idondfiodoo Exhibit ^^/4``
o�acbudberuto'iudndiugUbeproYixiouofad|labnr,rou<miuls`ogoi meu1uodsoppliex.
3. . This Agreement shall buiufull force and
effect for a period commencing upon execution and ending December 31, 2016, unless sooner
(czroioatod under the provisions hereinafter xyocillod. Work under this A8rcezncot shall
c000rococc upon p/d1tnonoLicoby the City 1n the Consultant (oproceed. The Consultant shall
perform all set-vices and provide all work product required pursuant tn this Agreement onlater
than December 31,2016 unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant ubuU be paid by the City for ooruploicd work and for services
rendered under this Agreement as follows:
/\. Puycocut for the work provided bnthe Consultant sbuU be made as provided no Exhibit
^13,' attached hocotn` provided that the total amount of payment to the Consultant shall not
exceed $133,861.16 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit v000bco to the City once per month during the progress of
the work for partial puycuooi 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 io 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 hy the City.
D. Payment as provided in this uecdno obaU be full compensation for work performed,
services rendered, and for all ruu1oba]a, supplies, cgoipnzooi and incidentals uccooaury to
complete the work.
E. The Consultant's records and accounts po1oiuiu� 10 this Agreement are to be kept
uvuUub\o for inspection by representatives of the City and the state of Washington for a
period of three (3) years uftcz final payments. Copies abul1 be made available upon
request.
l Ownersbip and Use of Documents. All documents, druvvnga, apc:dica1kooa and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of ibo City whether the project for *biob they are cnudo is
executed or not. The Consultant ob4U hc��nniUud1orctuiocoyic*, including reproducible
copies, of drawings and specifications for iob)noa{ioo, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
d000rncu1s, dravvio�s, specifications or other cuatoddx by the City on any project other than
the project »pecificdioihia/\gzecnoeot.
0. Compliance with Laws. The Consultant shall, iu performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, aia|c, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant sbuD defend, iodcoznifv and hold the City, its officers,
officials, employees and volunteers harudcyx from any and all claims, injuries, dama�cu,
losses or suits bzooUing a1koocy fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in po/[mrmaooc of this /\gu:emcot, except for injuries and
duroa�mucooscdby1bton}�oo�Uguuoom[ the (�iLy.
8bnu}d o court of competent jodacOcdoo determine that this Agreement is ool cci to RC\V
4.24.l|5. then, in the event ofliability for damages arising out of bodily injury |opuruoouoo
damages to property caused bymresulting from the concurrent negligence of the Consultant
and the City, its officers, ofOcialo, employees, and volunteers, the Conxu|iao1`o liability
hereunder shall bc only 10 the extent o[ the Consultant's negligence. Dis further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver nf immunity under Industrial Insurance, Title 5lDCW` solely for the purposes o[this
indemnification. This waiver has been mutually negotiated by the purLic*. 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
insurance against claims for iniuries to persons or damage to property which may arise from
or in connection with the perf6rinance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required b4y 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 nhtub) insurance of the
types and with the limits described below:
l. Automobile Liability insurance with u minimum combined single limit for bodily
injury and property damage of $1.,000,000 per accident. Automobile ljobUiiy
insurance shall cover all owned, 000'ovvocd` hired and ]eased vehicles. Coverage
shall be vvriL1eo on Insurance Services Office (IS(J) fpno [/\00Ol orasubstitute
fn[co providing equivalent liability coverage. If ocooyou/y, the policy shall be
endorsed Lo provide contractual liability coverage.
CA revised :1-2oo Page
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 b 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
I
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 AXII.
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
N
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 resultinc, 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, b
percentage, brokerage fee, gift, or contingent fee.
0
11. Discrimination Prohibited. The Consultant, with regard to the work pet-formed 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
,I
affiliation or the presence of any disability in the selection and retention of employees or
procurement of materials or supplies.
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
C,
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.
ZD I
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 Tin-dted 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 9t" Avenue North
Seattle, WA 98109
18. Ell ti re.. Ap-i,eeiiieii_t,.Modificatioii. 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
z:1 L�
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
C)
DATED this day of
CITY OF TUKWILA
Mayor, Jim Hag11 gerton
Attest/Authenticated:
City Clerk, Christy O'Flaherty
CA revised: 1-2013
2015.
CONSULTANT
By:
Printed Name:Nelson Davis, KPG
Title: Principal
Approved as to Form:
Office of the City Attorney
Page 5
01
:VAMIl ra
City of Tukwila
2016 Overlay Program
Scope of Work
November 24, 2015
The Consultant shall prepare final Plans, Specifications and Estimates for the 2016
Overlay Program. Specific projects will be determined from the following list of
candidate streets:
❑ Andover Park East
❑ 48th Ave S
❑ Fort Dent Way
❑ E Marginal Way
❑ Minkler Blvd
❑ 52nd Avenue S
❑ 45th Avenue S
❑ S 128th Street
❑ S 130th Street
❑ Fort Dent Park
Costco Drive to Minkler
Interurban to east dead end
Interurban to the Bridge
Norfolk north to previous overlay limit
Spot Repairs only between APE and APW
S 142nd to south dead end
West gravel area at S 139th
Military Road to approx. 650' East
East Marginal to 35th Avenue S
As determined with available budget
The Consultant shall provide all necessary field reviews, base mapping, and utility
notification required to complete final bid documents for the 2016 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 2016 Overlay Program will be bid as a single bid package as budget allows. The
anticipated construction budget is approximately $1.26 Million for the 2016 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 to verify the final project list to be included in the 2016 Overlay
Program.
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.
City of Tukwila
2016 Overlay Program
Page 1 of 4
KPG, Inc.
November 2015
1111
Assumptions for the 2016 Overlay Program Bid Package
• Roadway and utility casting mapping will be based on aerial photography,
GIS, and field reviews by the Consultant. Topographic field survey may be
required for ADA ramp improvements and will be performed by the Consultant
as required.
• Typically, only surface utilities requiring adjustment to grade will be shown.
• 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
• 50% review submittal with Plans and Estimate (6 copies)
• 90% review submittal with Plans, Specifications, and Estimate (6 copies)
• Routing of 50% and 90% Plans to utilities for review and comment.
• Bid Documents and Engineer's Estimate for 2016 Overlay Program
• 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.
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 4 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.
City of Tukwila
2016 Overlay Program
Page 2 of 4
KPG, Inc.
November 2015
iml
TASK 2 - PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
2.1 The Consultant shall prepare base maps for all project segments using field
measurements, available record drawings, and/or ortho-photography. Topographic
survey will be utilized only at ADA ramp locations where field conditions require it to
meet ADA compliance.
2.2The 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.
• It is assumed there will be thirty (30) plan sheets 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 WSDOT 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.
• Plans and specifications will include required criteria for traffic control plans
and pedestrian traffic control during construction. Criteria will be developed in
collaboration with the City.
• The Consultant shall perform 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.
2.3The 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 final project segments.
2AThe Consultant shall prepare the Contract Specification per 2016 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents.
City of Tukwila KPG, Inc.
2016 Overlay Program Page 3 of 4 November 2015
im
2.5The Consultant shall distribute 50% and 90% review submittals to franchise utility
owners for adjustments within the Project limits,
2.6The 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.
TASK 3 — FORT DENT PARK PARKING/ACCESS REPAIRS
3.1 The Consultant shall prepare base maps and design for overlay/reconstruction
improvements in the Fort Dent Park area. Overlay plans for Fort Dent Park will be
included in a separate bid schedule and bid as part of the 2016 overlay program.
Limits of repairs will be determined in collaboration with the City to achieve an
approximate $100,000 construction budget.
City of Tukwila
2016 Overlay Program
Page 4 of 4
KPG, Inc.
November 2015
13
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila
2016 Overlay Program
14C14" (3-
• Architecture
Landscape Architecture
4 Civil Er; Ulcer' ng •
Labor Hour Es imate
Task Description
Project Senior Project Design CAD Const Survey Senior Office
Manager Engineer Engineer Engineer Technician Inspector Crew Admin Admin
$ 182.01 $ 145.83 $ 119.33 $ 103.69 $ 87.97 $ 104.80 $ 165.47 $ 112.71 $ 58.11
To al Fee
Fee
Task 1 - Management / Coordination/ Admin
1.1 Management and administration (estimate 4 months) 8 0 0 0 0 0 0 4 8 2,371.84
Task Total 8 0 0 0 0 0 0 4 8 2,371.84
Task 2 - Prepare Plans, Specs, and Estimate
2.1 Prepare Project Base Maps 8 16 40 60 60 0 50 0 0 $ 28,336.06
2.2 Prepare 50%, 90%, and Final Plans 40 80 120 140 160 0 0 0 24 $ 63,254.30
2.3 Project Cost Estimates (50%, 90%, Final) 4 8 16 24 16 0 0 0 0 $ 7,700.22
2.4 Project Specifications 4 16 24 16 8 0 0 4 8 $ 9,203.91
2.5 Utility Coordination 2 4 16 8 8 0 0 0 4 S 4,622.42
2.6 Project Advertisement and Award 4 4 12 8 8 0 0 4 8 $ 5,192.41
Reimbursable - Mileage
$ 500.00
Reimbursable - Reproduction $ 1,000.00
Reimbursable - Traffic Control
8 2.000.00
Task Total 78 128 228 256 260 0 50 16 60 S 121,809.32
Task 3 - Fort Dent Park Parking/Access Repairs
3.1 Mapping and final design 2 8 16 24 40 0 0 0 4 $ 9,680.00
Task Total 2 8 16 24 40 0 0 0 4 S 9,680.00
Total Estimated Fee: $ 133,861.16
11/24/2015