Loading...
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