Loading...
HomeMy WebLinkAbout22-166 - Willamette Cultural Resources Associates, Ltd - Cultural Resources Support Services: Chinook Wind Public Access ProjectCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-166(a) Council Approval N/A CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and Willamette Cultural Resources Ltd. That portion of Contract No. 22-166 between the City of Tukwila and Willamette Cultural Resources Ltd.is hereby amended as follows: Section 3: Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending June 30, 2024 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 June 30, 2024 unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this 19th day of September , 2023 CITY OF TUKWILA 5Docusigned by: -avi Patit.In t,rEatn i _...5108E1991.D9C4D9_. L L CONTRACTOR L Hari Ponnekanti, Public Works Director Printed Name: CA Reviewed May 2020 S -e )1 fit, trvui►/ Page 1 of 1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 22-166 Council Approval N/A PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Willamette Cultural Resources Associates, Ltd., 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 cultural resources support services in connection with the project titled The Chinook Wind Public Access Project. 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 October 31, 2023, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shail 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 October 31, 2023 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for competed work and for services rendered under this Agreement as foliows: 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 $11,274.21 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 baiance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. NI 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 Consuttant'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, ilndemnify 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 ilnjuries 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 Liabilit 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 $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. WorkersCompensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity FuU Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:1/11. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the a endatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commence ent of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written noticeof any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Faure 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 e ployer 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. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, 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,Imarital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any tirne 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. Severabilit 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: WillametteCRA ATTN: Stephenie Kramer 655 S. Orcas Street, Suite 220 Seattle, WA 98108 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 May 2020 Page 4 DATED this 22 day of December 20 22 CITY OF TUKWILA CONSULTANT c.c.ffn 6/774 g"onwekawt-?: Hari Ponnekanti, Public Works Director CA revised May 2020 DicArallly iliwc 1 by ',cephemlt, Kran Stephenie Kramer ic-2..1.uphe rf fnArl 0= WI 111,,n.q cc, erickl- 5 WO. PI (1411Locellancettecrc c By: NH, MI Printed Name: Stephenie Kramer Title: Corporate Treasurer & Archaeologist Page 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Chinook Wind Project No. 91441202 King County purchased site and will restore it as a salmon estuary and passive park in partnership with the City. DESCRIPTION: City CIP project is to develop public access and maintenance trail as project is slated to be turned over to the City in the future. Plan is to connect trail through PW shops to Duwamish Gardens. The WRIA 9 Salmon Recovery Plan recommends creating 20 -acres of off -channel habitat within the JUSTIFICATION: Duwamish Transition Zone and lists this section of the river as critical habitat for salmon recovery within the Green/Duwamish Watershed. STATUS: King County construction slated to begin in 2021. City construction will be a separate contract, to start in 2022. MAINT. IMPACT: Passive park will require additional maintenance, COMMENT: Grant funding for County project is from the KC fee in -lieu mitigation program and KCD. City CIP has 50% RCO ALEA funding. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design 21 44 44 109 Land CRAM 52 10 62 Monitoring 15 15 15 45 Const. Mgmt. 79 79 Construction 1 263 264 TOTAL EXPENSES 74 69 59 357 0 0 0 0 0 559 FUND SOURCES Awarded Grant IRCO 20 20 117 157 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 74 49 39 240 0 0 0 0 0 402 TOTAL SOURCES 74 69 59 357 0 0 0 0 0 559 2021 - 2026 Capital Improvement Program 91 IIIIIIIIIIIIIIIIUUNNWIIIIIIIIIUUIWIIIIIUUIUIIIIIUIUIIIII1III1IINUVNIIIIIIUIIIUIII01Do u IIIIIIIIIIIIIIIIIIIIUIIUIUQVIIIIIIIIVIVIIIIIIIIIIUUIIIIIIIIWQIIIIIIIIIIIIUIIIIVUVIVUVIIIIIVUVI�IIINIIIUIIII�IVIIIUIIINVIIIIUIIIUIIIIIIIUV��IIIUIUIINIIIIIUIUIII111111111111111111111111101111111 �UIIII�NIIIIUIUIIIIIIIIUIIUIIIIIIIIII IIIIIIIIIIIIIIIII00111111001IIIIIIIIIIUUIWIIIIIIIIUI�IIIIIUIUIIIII101111 11�IIUIIIIIIIIIIUIIUIIIIIIIII IIIIIIIIIIIIIIII 1mpoUIIIIIIIIIIUI�IIIIIIIUI�IIIIIUIUIIIII 0111IINUUNUU�I�UUIIIIIIWIIUIIIWIN111011I�IIIIIIUIIIUIIIIIIU IIIIIIIIIIIIIIIIIIIIUIUIUIUIIIIIUIIIIIIIIIIIIUIUIIIIIIIIIUIUIIIIIIUIIIIIIIIIIIUIIIIIIOUIIUUIQUUIIVM>iWIUUIINUIUIIIIIIl0111NIIUIIIUIIUIIUIIIIIIIUIIUIIUIIIIIIIIIIUIUIIUIIIIIUII IIIIIIIIIIIIIIIIIIIIUUUMUU IlIIIIIIIIImIIIIUUIUIIIIUUOIIIINUIN1IINUVNUV11111INUVIIIIIIWIIUIIIWIIIIIIUIIINVIIIUIIIUII10IIIOUIIUIIIUIIIIIIIIIIUIU IIIIU IIIIU WILLAMETT E EJE +" l I.E. 0; 11.4 b S b l l l t, L "id ei i I" "Ed, l.." 6 i PROPOSAL To: Mike Perfetti, City of Tukwila From: Stephenie Kramer Date: December 2, 2022 Re: Chinook Winds Desktop Review Fieldwork Follow-up Willamette Cultural Resources Associates, Ltd (WillametteCRA) is pleased to submit a proposal to assist the City of Tukwila (City) in meeting cultural resources requirements by the Washington State Recreation and Conservation Office (RCO) in preparation for the Chinook Winds Public Access Project (Project). The Project will include developing trails and native landscaping, educational kiosks, a parking lot, interior stormwater control, and connecting a stormwater system to existing infrastructure along Tukwila International Boulevard. WillametteCRA recently prepared a technical memo for the City that evaluated existing stratigraphic data as they related to proposed project elements for this project. WillametteCRA recommended that certain deeper project elements should be either investigated for subsurface cultural resources using shovel or auger probes, or excavations should be observed by an archaeological monitor during construction. The City requested a proposal for subsurface survey for those deeper Project areas rather than relying solely on monitoring during construction. Our proposed scope of work would consist of the following assumptions and tasks as listed. Scope of Work Task 1: Project Management & Tribal and Agency Coordination The WillametteCRA project manager will coordinate with the City and work with our support staff to monitor production and quality control of deliverables, scheduling, and invoicing. The project manager will contact the affected Tribes via email prior to fieldwork for information or concerns the Tribes may have regarding cultural resources and will assist with coordinating with RCO, if needed. Tribal cultural resources representatives will be invited to be present for shovel probing and monitoring and may join us if their schedules allow. Task 2: Logistics WillametteCRA will coordinate with City staff to determine if utility locate services are necessary; if so, we will initiate utilities locate services and travel to spray paint the excavation areas. We will complete other required mobilization activities including staffing and equipment preparation. We anticipate the possibility that conspicuous utilities or buried marked utilities may prevent subsurface testing in some locations. If it 655 S. Orcas St., Suite 220, Seattle, Washington 98108 Phone: 206-397-1487 www.willamettecra.com . d001110UNIN ndgoI1110111111 NUUIWIQIUV@VVQVWQVIIVlIV1�1�1111�1�1�1�1�1�IV11W�WW�IWU�UIIIIIW IIQI!IIIIIIIOIWQIIWWIIIIUIIQQIQQWIIIIIIIIWII� WIIIIIIIIQ IWpWUWUIIIQUIWU@VQ�11 WIIp�IIQ�11@W!VIII@W!IlpppppQlQeIl01WIIIWIq�I VU)IIIIQQIQQIQQIQQQII�QQII� OOUIIIIIWIQIVW@IW�IIQIp0lll@QWQIQIQIQIIIIQIIIIII�II@VIII@VIII@VQIIIIIIIQI@IIIIIQIIIII@IIIQIIIQIIIIIIIIW QWQWQQQI ONVIIWUQ 000UEU mu01001110U111111QWVU111@QUIZ@ppOQQI,11Wl11@Iq 1VIIIIIIIR Eoffig001UIQIQ 1 Mike Perfetti Chinook Winds Public Access December 2022 is the case that utilities prevent some shovel probes from being excavated, the level of effort for Task 3, below, may be reduced. Task 3. Field Survey WillametteCRA will conduct field survey and excavate shovel or auger probes for the following proposed Project elements: the small open channel to collect and convey stormwater runoff, small timber bridge, dispersion trench, kiosk, a sample of 5 -gallon tree planting locations, and if accessible, the location of the proposed catch basin and the proposed drainage pipe location. If all proposed locations for ground - disturbing Project elements are accessible, we will excavate up to 18 shovel probes including 4 reserved shovel probes for contingency and/or if initial site boundary delineation becomes necessary, for a total of 22 shovel/auger probes. Shovel probes will be excavated at 20 -meter intervals and at the discretion of the field director. Shovel probes will be extended with an auger below 1 meter below ground surface as needed to excavate to the depth of the Project element or to laharic sand, whichever is reached first. This survey can be accomplished by three field archaeologists and a field supervisor in one 9 -hour day including travel. If any artifacts or cultural deposits are observed, they will be documented, photographed, and returned to their respective probe before backfilling. Up to one formal archaeological site or isolate form would be prepared if any archaeological resources are identified during fieldwork. If a portion of the Project Area is not accessible due to pavement, compaction, buried wood or metal, or another obstruction and the City would like to WillametteCRA to complete a subsurface survey by monitoring and inspecting backhoe -excavated short exploratory trenches (5 -meters long), WillametteCRA can coordinate this additional field effort. This effort is not included in the current scope and budget and would require a budget revision. Assumptions: 1. Project Area is accessible, or access will be arranged for by the City. 2. No extensive site delineation or formal evaluation will be completed under this Scope of Work as such activities will require development of a site-specific research methodology. Task 4. Monitoring (contingent task) Should shovel or auger probes not be possible for the drain pipe, we include a contingent task for archaeological monitoring during excavations. The Monitor will be supervised by an archaeologist who meets the Secretary of the Interior's Standards for a Professional Archaeologist. For the purposes of scoping, we assume monitoring work will be for three 10 -hour days. Longer days onsite would be billed based upon hourly rates; shorter days would be pro -rated. On-site monitoring activities will include a brief tailgate session with the construction crew by the Monitor if needed to explain the role of the archaeologist and what may be found, and the procedures to follow in the event of a cultural resources discovery. The monitor will take notes and photographs to document daily activities and findings. The Project Manager may make a site visit if intact cultural resources are found. Artifacts, if found, will not be collected; they will be documented, bagged, and returned to their respective location. Page 2 Mike Perfetti Chinook Winds Public Access December 2022 Assumptions: 1. We require at least 48 -hours advance notice of the schedule. Once construction activities begin, we require notice by 3 pm whether a monitor will be required the next working day. 2. Billing for time onsite will be at a two-hour minimum. Task 5. Reporting WillametteCRA will amend their existing technical memo with methods and results of the field survey, and monitoring, and any recommendations regarding management of cultural resources for the project that may be required based on the outcome of our study. If an archaeological resource is identified during the survey, it will be documented on a standard Washington State Archaeological Site or Isolate inventory form and appended to the report. One internal draft will be prepared and submitted to the City for review to ensure accuracy of project information as conveyed in the report. The final draft will be submitted to the City. We assume all deliverable submittals will be electronic, as MSWord and/or PDF documents. Cost Proposal Fees will be billed on an hourly not -to -exceed basis. A detailed budget is attached. This proposal also assumes that ground disturbance will be limited to the areas depicted in the project plans provided. Schedule WillametteCRA will begin tasks immediately upon Notice to Proceed. Please let me know if you have any questions regarding this proposal. Page 3 WillametteCRA City of Tukwila Chinook Winds Trails November 29, 2022 Labor 0 Task 1 Project Management Task 2 Logistics Task 3 Fieldwork Task 4 Monitoring (contingent) Task 5 Reporting Total Labor Category Description Direct Rate Hours 1 Total Hours 1 Total Hours 1 Total Hours 1 Total Hours 1 Total Hours Total QAQC, Paula Johnson $ 0.625 $ 69.34 0 6 0 0 0 0 0 0 $ - $ 346.68 $ - $ - $ - $ - $ - $ - 0 0 2 3 0 0 0 0 $- $- $ 69.34 $ 145.62 $- $- $- $- 0 0 10 0 9 9 9 0 $ - $ - $ 346.70 $- $ 270.45 $ 234.00 $ 234.00 $ - 0 3 30 0 0 0 0 0 $ - $ 173.34 $ 1,040.10 $ - $ - $ - $ - $ - 2 7 8 4 0 0 0 2 $ 138.68 $ 404.46 $ 277.36 $ 194.16 $ - $ - $ - $ 64.80 2 $ 138.68 Principal Investigator/Senior Archaeologist 2 $ 57.78 16 $ 924.48 Field Lead, Yonara Carrilho $ - $ 34.67 50 $ 1,733.50 GIS Analyst, Johonna Shea $ - $ 48.54 7 $ 339.78 Archaeologist, Julia Kunas $ 30.05 9 $ 270.45 Archaeologist, John Montine $ 26.00 9 $ 234.00 Archaeologist, Kristin Kayaani $ 26.00 9 $ 234.00 Project Assistant, Ryanne Crowther $ 32.40 2 $ 64.80 WCRA Labor Subtotal 6 1 $ 346.68 5 1 $ 214.96 37 1 $ 1,085.15 33 1 $ 1,213.44 23 1 $ 1,079.46 104 $ 3,939.69 Approved Direct Costs 0 $ - 30 $ 18.75 61 $ 72.50 31 Total Description Rate Units I Total Units I Total I Units I Total Units I Total Units I Total Units Total Mileage $ 0.625 0 0 0 $- $- $- 30 0 0 $ 18.75 $ - $ - 60 1 0 $ 37.50 $ 35.00 $ - 30 1 0 $ 18.75 $ 35.00 $ - 0 0 0 $ - $ - $ - 120 $ 75.00 Tablet GPS $ 35.00 2 $ 70.00 $ - 30 0 $ - DC Subtotal 0 $ - 30 $ 18.75 61 $ 72.50 31 $ 53.75 0 $ - 122 $ 145.00 Lump Sum ODC Subtotal 0 $ - 30 $ 18.75 61 $ 72.50 31 $ 53.75 0 $ - 122 $ 145.00 Invoiced ODC Subtotal 0 $ - 0 $ - 0 $ - 0 $ - 0 $ - 0 $ - ODC Subtotal 0 $ - 30 $ 18.75 61 $ 72.50 1 $ 35.00 0 $ - 92 $ 126.25 Total Price Description WCRA Labor $ 3,939.69 WCRA Overhead (128.61 %) $ 5,066.84 WCRA Profit (30.00%) $ 1,181.91 WCRA Direct Costs $ 145.00 Project Total $ 11,274.21 1 of 1 WillametteCRA Budget