Loading...
HomeMy WebLinkAboutTIC 2018-04-09 Item 2C - Agreement - Commerical Business District Sanitary Sewer Rehabilitation Construction Management with RH2 EngineeringCity of Tukwila Public Works Department - Henry Hash, Director INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Henry Hash, Public Works Director /Li. BY: Michael Ronda, Project Manager - Construction CC: Mayor Ekberg DATE: April 6, 2018 SUBJECT: CBD Sanitary Sewer Rehabilitation Project Number 91140203 2018 Construction Management Contract with RH2 Allan Ekberg, Mayor ISSUE Approve an agreement with RH2 for construction engineering/construction management (CM) support for the 2018 Commercial Business District (CBD) Sanitary Sewer Rehabilitation Project. BACKGROUND Council awarded the construction contract for the 2018 CBD Sanitary Sewer Rehabilitation Project to Michels on March 5, 2018 for $449,633.25 (plus a 20% contingency). The City intends to staff the inspection of this project with consultant services under Tukwila Project Manager (PM) oversight. Three consultants were short listed from MRSC's Consultant Roster and specific information was requested for final screening. RH2 Engineering was the successful consultant and has the best mix of resources to provide appropriate support. DISCUSSION & FISCAL IMPACT The RH2 CM team will provide both extended engineering support during construction (ESDC) and on-site construction management/inspection services. The construction is scheduled to be performed at night to avoid disruption to transportation corridors in the Tukwila retail core. The total fee for this construction management contract is $79,949.00 and is well within budget: CBD Sewer Rehabilitation CM Services RH2 Agreement $79.949.00 2018 Budget $120 000.00 RECOMMENDATION Council is being asked to approve the construction management agreement with RH2 Engineering, Inc in the amount of $79,949.00 for the CBD Sanitary Sewer Rehabilitation Project and consider this item on the Consent Agenda at the April 16, 2018 Regular Meeting. Attachments: CM Support Selection Ranking Page 81, 2017-2022 CIP CM Consultant Services Contract Scope and Fee with RH2 W:IPW Eng1PROJECTS\A- SW Projects\CBD Sewer Rehabilitation (91140203)12018 CBD Sewer RehablConstructlon\Consultant Selection1(010) - CM Scope And Encumbranceslinto Memo 2018 CBD Sewer - CM Contract - Final.Docx 25 2018 CBD Sewer Rehab - Qualification Review,) OUTSTANDING; 2) AVERAGE/ADEQUATE; 3) INSUFFICIENT INFORMATION; 4) NO INFORMATION Relevant Project Experience 4 2 1 Quality of previous performance 1 2 2 Project Team & Availability of Key Team Members 4 2 2 Resumes/References 4 2 2 Knowledge of City Plans & Process 1 2 1 TOTALS (Lowest Total Score is best) 14 10 8 Firm Rank (1 - 4, Lowest = Best) 3 2 1 W:\PW Eng\PROJECTS\A- SW Projects\CBD Sewer Rehabilitation (91140203)\2018 CBD Sewer Rehab\Construction\Consultant Selection\(005) - CM Consultant Selection\2018 CBD Sewer Rehab - CM Support Rating-MER.xls CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: CBD Sanitary Sewer Rehabilitation Project No 91140203 DESCRIPTION: The asbestos concrete pipe in the CSD (commercial business district) is approximately 45 years old and becoming soft, Slip lining the pipe, will reinforce the strength with little impact to roadways and minimal excavation, JUSTIFICATION: If the pipe collapses, the street wiiI have to be excavated and the cost of the repairs will be significant, in the last five years we have had four rrna)or pipe failures on Andover Park West and Andover Park East In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined, In 2016 through 2018, STATUS: 20000 feet of asbestos sewer is scheduled to be relined, MAINT. IMPACT: Reduced maintenance and repair costs, COMMENT: A Public Works Trust Fund loan was successfully obtained in 2012 for $750k, FINANCIAL (19 $000's EXPENSES Design Land (RAN) Const, Mgrrit. Construction TOTAL EXPENSES FUND SOURCES Awarded Grant PW Trust Fund Mitigation Actual Mitigation Expected Utility Revenue TOTAL SOURCES Through Estimated 2015 2016 2017 323 112 736 ,172 750 422 1,172 201 2019 2020 37 85 1,540 1,662 45 120 1,100 1,265 1,662 1,265 1,662 1,265 Project Location 45 120 1,100 1,265 1,265 1,265 45 120 1,049 1,214 1,214 1,214 2021 0 0 0 0 2022 0 BEYOND TOTAL 0 0 UFA (115,419 „1404eL,9,L.4"" '41 WirOq WOW' A A"14010X41P, 2017 - 2022 Capital Improvement Program 81 495 1 557 5,525 6,578 0 750 0 0 5,828 6,578 27 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR THE 2018 CBD Sewer CIPP Lining — SDC THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and RH2 Engineering, 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 the engineering services in connection with the project title 2018 CBD Sewer CIPP Lining — SDC. 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, 2018, 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, 2018 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 $79,949.00 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. 28 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. 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. CA revised : 1-2013 Page 2 29 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 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. CA revised : 1-2013 Page 3 30 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 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: RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, Washington 98021 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. CA revised : 1-2013 Page 4 31 DATED this day of , 20 CITY OF TUKWILA CONSULTANT By: Allan Ekberg, Mayor Attest/Authenticated: Printed Name: Title: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1-2013 Page 5 32 EXHIBIT A Scope of Work City of Tukwila 2018 CBD Sewer CIPP Lining - Services During Construction March 2018 Background The City of Tukwila (City) has awarded a contract to Michels Construction, using the design -bid -build process, to construct the 2018 Central Business District cured -in-place pipe lining project. Work is anticipated to start in this summer and to continue for two (2) to three (3) months. RH2 Engineering, Inc. (RH2) was selected to perform the construction inspection and administration for this project under the direction of the City's Project Manager (PM). The following is a scope of work to provide onsite construction inspection and construction administration to the City for this project. Task 1— Services During Construction (SDC) for Central Business District Sanitary Sewer Rehabilitation Objective: Assist the City with technical efforts during construction of the Central Business District Sanitary Sewer Rehabilitation project, including on-site construction inspection. Approach: 1.1 Pre -construction Meeting — Prepare for and lead one (1) pre -construction conference. Prepare an agenda and meeting minutes for the pre -construction conference. 1.2 Submittal Review — Review shop drawings, submittals, and change order proposals of those items requested in the technical specifications. Provide a written response to the contractor and the City for each shop drawing and submittal reviewed. 1.3 Requests for Information and Pay Requests — Review written requests for information (RFIs) and quantities for pay requests and provide written responses to the contractor and the City following City review. Generate pay estimates for processing by City's PM. 1.4 Modify contract drawings to include work performed as recorded by the onsite construction inspector and from verified contractor notes. 1.5 Construction Observation — Provide on-site construction inspection and associated administrative duties, including: observation of the contractor and its subcontractors, bid item quantity tracking, communications with City staff, and other tasks required in the field. 1.6 Establish quantity tracking spreadsheet and/or other pay note records as required to keep tally of daily totals of contract bid items. Establish data measurement and recording protocols in manner approved by City. Assumptions: • The City is performing the lead role in construction management and contract administration. RH2 is performing all on site duties of inspection and project coordination under the supervision of the City. • For Task 1.5, construction is assumed to last approximately ten (10) hours each day for twenty-five (25) days during two separate phases of work. The first phase is expected to be roughly one week and 1 3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 33 Client Name Project Name Exhibit A Scope of Work will investigate and verify the assumptions of the design. The second phase will be to carry out all other scope of the construction contract. An RH2 Engineering, Inc., (RH2) team member will be present at all times during on site investigation and construction. • Construction phase services are variable in nature and depend in part on the contractor's approach to the project. RH2's estimate is based upon previous experience with Michels Construction and their construction approach and effort. Provided by the City: • Approve RFI responses to the contractor. • Help to process the contractor's pay requests once quantities have been recorded and agreed to by RH2 and Michels. RH2 Deliverables: • Pre -construction conference administration and documentation, including pre -construction conference meeting agenda and minutes. • On-site construction inspection and associated reports. • Pay note records and Pay Estimate ledgers • Initial coordination and responses to construction and materials submittals, RFI's and other project correspondence. • Design revisions as required to address changed conditions subject to the Management Reserve protocol discussed below. • Utility and/or permit field coordination in support of the project scope and objectives. • Meetings and correspondence with the City and contractor, as needed, within the budgeted hours identified in Exhibit B — Fee Estimate of Time and Expense. Task 2 — Project Management for Central Business District Sanitary Sewer Rehabilitation Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue construction management (CM)/construction engineering (CE) invoices; and maintain project files and records for the Central Business District Sanitary Sewer Rehabilitation project. Approach: 2.1 Coordinate with City staff on schedule, progress, and technical questions. 2.2 Prepare for and attend two (2) construction progress meetings. Prepare an agenda and meeting minutes for the construction progress meetings. 2.3 Prepare CM/CE invoices. Review for consistency and monitor budget spent. Provide monthly status updates. Provided by the City: • Attendance at construction meetings by members of the City's staff. 2 3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 34 Client Name Project Name Exhibit A Scope of Work Task 3 — Management Reserve Objective: RH2 has specified a contingency as part of the Fee Estimate to accommodate for changed conditions or unforeseen complications that may arise during the project. In this event, RH2 will notify the City of the time and expense warranted to address the new issue(s) that arise and will request to authorize use of the contingency funds. RH2 will not attempt to address these issues without the City's prior authorization. RH2's PM will contact the City via email to request access to these funds should the need arise. 3 3/27/2018 2:36 PM Z:\NewBusiness\Proposal\TUK\20180314_TUK_M18045_CBD Sewer Rehab SDC\RH2 Contract - 2018 CBD Sewer CIPP-ExA-MERMarkup.docx 35 36 13 170 1680 76874 1 $ 3,075 1 $ 79,949 1 EXHIBIT B City of Tukwila 2018 CBD Sewer CIPP Lining - SDC Fee Estimate Description Classification Staff Engineer Professional I Staff Engineer Professional IV I Principal Professional VIII I Project Engineer Technician IV i Administrative Support Administrative V Total Hours Total Labor CAD Plots - Half Size CAO Plots - Full Size Copies (bw) 8.5" X 11" Mileage Technology Charge Total Expense Total Cost 5138.00 Tadashi A. Kibe 100% ACAD $175.00 Kenny F. Gomez 90% ACAD $230.00 John D. Hendron 20% ACAD 5140.00 5131.00 Steven D. Fletcher Stephanie A. Perkins 70% ACAD $ 2.50 $ 10.00 $ 0.09 $ 0.545 2.50% 8 Sheets/Set 8 Sheets/Set Task 1 SDC FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABILITATION 1.1 Prepare for and attend one (1) pre -construction meeting I 1.2 Review shop drawings, submittals, and change order proposals I 1.3 Review RFIs and pay requests, and provide written response(s) to the City 1 1.4 Prepare record drawings 1.5 Onsite Construction Observation . . . 1.6 Establish quantity tracking spreadsheet and quantity collection protocols 238 1 53 1 22 6 4 12 6 6 16 16 190 4 'Task 2 PROJECT MANAGEMENT FOR CENTRAL BUSINESS DISTRICT SANITARY SEWER REHABIUTATION 1 2 5 2 32 2 21 2 2 10 1 344 1 $ 51,429 1 37 12 $ 2,250 55 2 1 1 8 1 16 26 $ 4,366 13 1 90 1560 1 51429 30 60 2250 23 $ 3,543 1 21 $ 3,059 8 2S4$ 1 8 36,94832 1,263 8 1 $ $ 20 4366 $ 111 . $ 4,477 20 3543 $ 90 $ 3,633 20 3059 $ 78 $ 3,137 2,367 1 $ 53,796 154 $ 2,404 1500 36948 $ 1,901 ...,$ 38,849 ... 1263 •$ 32 $ 1,295 12 10 4 1 2.1 :Coordinate with City staff regarding schedule, progress, and technical questions 2.2 Prepare for and attend two (2) construction progress meetings 2.3 Prepare invoices and monitor project budget 'Task 3 MANAGEMENT RESERVE 2 2 2 1 28 $ 5,200 1 2 8 $ 1,348 2 16 $ 3,042 , 4 $ 80 I 120 i 5200 1 $ 203 1 $ 5,403 20 50 1348 120 3042 36 ' $ 146 $ 810 10 810 21 $ 1,384 3,188 j 831 1 130 5 5 2 1 142 1 $ 20,245 1 20245 15 506 1 $ 20,751 3.1 ManagementReserve 130 5 142 $ 20,245 20245 $ 506 $ 20,751 Subtotal 2018 CBD Sewer CIPP Lining - SDC Tasks 370 70 37 23 14 1 514 j $ 76,874 1 37 PROJECT TOTAL 370 70 37 23 14 514 Z01ewBusavassTioposig1RX20180314_7UK_L418045_C80 Sewer R.h SOCPSAFEE_2018 CBD Sower CPP Linea -SOCA sx $ 76,874 37 13 170 1680 76874 I $ 3,075 1 $ 79,949 1 12712018 3:03 PM 38 EXHIBIT C RH2 ENGINEERING, INC. 2018 SCHEDULE OF RATES AND CHARGES RATE LIST RATE UNIT Professional I $138 $/hr Professional 11 $153 $/hr Professional III $164 $/hr Professional IV $175 $/hr Professional V $191 $/hr Professional VI $203 $/hr Professional VII $219 $/hr Professional VIII $230 $/hr Professional IX $230 $/hr Technician 1 $100 $/hr Technician 11 $107 $/hr Technician III $132 $/hr Technician IV $140 $/hr Administrative 1 $69 $/hr Administrative 11 $81 $/hr Administrative III $96 $/hr Administrative IV $114 $/hr Administrative V $131 $/hr CAD/GIS System $27.50 $/hr CAD Plots - Half Size $2.50 price per plot CAD Plots - Full Size $10.00 price per plot CAD Plots - Large $25.00 price per plot Copies (bw) 8.5" X 11" $0.09 price per copy Copies (bw) 8.5" X 14" $0.14 price per copy Copies (bw) 11" X 17" $0.20 price per copy Copies (color) 8.5" X 11" $0.90 price per copy Copies (color) 8.5" X 14" $1.20 price per copy Copies (color) 11" X 17" $2.00 price per copy Technology Charge 2.50% % of Direct Labor Mileage $0.545 price per mile (or Current IRS Rate) Subconsultants 15% Cost + Outside Services at cost Rates listed are adjusted annually. 39