HomeMy WebLinkAboutSWP272709(1) r
CAG-97-054
ENGINEERING
ANNUAL CONSULTANT AGREEMENT
THIS AGREEMENT, made and entered into on this 1JJp�, da of , 19 , b and between the
Y y
CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORA N ffEREINAVTER CALLED THE
"CITY," and R.W. BECK, INCORPORATED, whose address is 2101 Fourth Avenue South, Suite 600, Seattle,
Washington, 98121, at which work will be available for inspection, hereinafter called the "CONSULTANT."
PROJECT NAME: SW 43rd Street Drainage Improvement Project
WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a
reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance
of a qualified professional consulting firm to do the necessary engineering work for the project, and
WHEREAS,the Consultant has represented and by entering into this Agreement now represents,that it is in full
compliance with the statutes of the State of Washington for registration of professional engineers, has a current valid
corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State
and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the
work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel
are on staff or readily available to Consultant to staff this Agreement.
WHEREAS,the Consultant has indicated that it desires to do the work set forth in the Agreement upon the terms
and conditions set forth below.
NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below,
the parties hereto agree as follows:
I
SCOPE OF WORK
The Consultant shall furnish, and hereby warrants that it has,the necessary equipment, materials, and professionally
trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work,
which is attached hereto and incorporated into this Agreement as though fully set forth herein.
The Consultant shall perform all work described in this Agreement in accordance with the latest edition and
amendments to local and state regulations, guidelines and policies.
The Consultant shall prepare such information and studies as it may deem pertinent and necessary, in order to pass
judgment in a sound engineering manner on the features of the work. The Consultant shall make such minor
changes, amendments or revisions in the detail of the work as may be required by the City. This item does not
constitute an "Extra Work" item as related in Section VIII of the Agreement.
The work shall be verified for accuracy by a complete check by the Consultant. The Consultant will be held
responsible for the accuracy of the work, even though the work has been accepted by the City.
II
DESIGN CRITERIA
The City will designate the basic premises and criteria for the work needed. Reports and plans,to the extent
feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations,
guidelines, and specifications, including, but not limited to the following:
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 1 FRM:97Consultant.dot/bh
1. Washington State Department of Transportation/American Public Works Association(WSDOT/APWA),
"Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton
Standard Specification.
2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction."
3. Washington State Department of Transportation, "Highway Design Manual."
4. American Association of State Highway and Transportation Officials, "Standard Specifications for
Highway Bridges."
5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2."
6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic
analysis as described in item 14.
7. Washington State Department of Transportation, "Materials Laboratory Outline."
8. Transportation Research Board, "Highway Capacity Manual."
9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic
Control Devices for Streets and Highways."
10. Washington State Department of Transportation, "Construction Manual."
11. Washington State Department of Transportation, "Local Agency Guidelines."
12. Standard drawings prepared by the City and furnished to the Consultant shall be used as a guide in all
cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be
used as they pertain.
13. Metro Transit, design criteria.
14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3,4,
and 5.
15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of
Highways and Streets."
III
ITEMS TO BE FURNISHED TO THE CONSULTANT
BY THE CITY
The City will furnish the Consultant copies of documents which are available to the City that will facilitate the
preparation of the plans, studies, specifications, and estimates within the limits of the assigned work.
All other records needed for the study must be obtained by the Consultant. The Consultant will coordinate with
other available sources to obtain data or records available to those agencies. The Consultant shall be responsible for
this and any other data collection to the extent provided for in the Scope of Work. City will provide to Consultant
all data in City's possession relating to Consultants services on the project. Consultant will reasonably rely upon the
accuracy, timeliness, and completeness of the information provided by the City. Should field studies be needed, the
Consultant will perform such work to the extent provided for in the Scope of Work. The City will not be obligated
to perform any such field studies.
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 2 FRM:97Consultant.dot/bh
IV
OWNERSHIP OF PRODUCTS AND
DOCUMENTS TO BE FURNISHED BY THE CONSULTANT
Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the
Consultant to the City upon completion of the various phases of the work. All such material, including working
documents, notes, maps, drawings, photo, photographic negatives, etc. used in the project, shall become and remain
the property of the City and may be used by it without restriction. Any use of such documents by the City not
directly related to the project pursuant to which the documents were prepared by the Consultant shall be without any
liability whatsoever to the Consultant.
All written documents and products shall be printed on recycled paper when practicable. Use of the chasing-arrow
symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be
printed on both sides of the recycled paper, as feasible.
V
TIME OF BEGINNING AND COMPLETION
The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion,
attached hereto and incorporated herein as though fully set forth. It is agreed that all the Consultant's services are to
be completed and all products shall be delivered by the Consultant unless there are delays due to factors that are
beyond the control of the Consultant. The Consultant shall not begin work under the terms of this Agreement until
authorized in writing by the City. If, after receiving Notice to Proceed, the Consultant is delayed in the performance
of its services by factors that are beyond its control,the Consultant shall notify the City of the delay and shall
prepare a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for
its approval. Time schedules are subject to mutual agreement for any revision unless specifically described as
otherwise herein.
Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion
of the work may be considered a cause for renegotiation or termination of this Agreement by the other party.
U:\SWOODBUR\1997\65230\SW43RD.SPRWBECK.DOC\sw 3 FRM:97Consultant.dot/bh
VI
PAYMENT
The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided
hereinafter as specified in Exhibit C, Cost Estimate. Such payment shall be full compensation for work performed
or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the
work. All billings for compensation for work performed under this Agreement will list actual time (days and/or
hours) and dates during which the work was performed and the compensation shall be figured using the rates in
Exhibit C. Payment for this work shall not exceed $29,072 without a written amendment to this contract, agreed to
and signed by both parties.
Cost Plus Net Fee
Payment for work accomplished shall be on the basis of the Consultant's actual cost plus a net fee. The actual cost
includes direct salary cost, overhead, and direct non-salary cost.
1. The direct salary cost is the salary expense for professional and technical personnel and principals for the
time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The
direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this
Agreement.
2. The overhead costs as identified on Exhibit C are determined as 177.93 percent of the direct salary cost
and by this reference made a part of this Agreement. The overhead cost rate is an estimate based on
currently available accounting information and shall be used for all progress payments over the period of
the contract.
3. The direct non-salary costs are those costs directly incurred in fulfilling the terms of this Agreement,
including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants.
The direct non-salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non-salary
costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants
and services shall be on the basis of times the invoiced amount.
4. The net fee, which represents the Consultants profit shall be 15 percent of direct salary plus overhead
costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a
supplemental agreement is entered into for additional work by the Consultant, the supplemental
agreement will include provision for the added costs and an appropriate additional fee. The net fee will
be prorated and paid monthly in proportion to the percentage of the project completed as estimated in the
Consultant's monthly progress reports and approved by the City. Any portion of the net fee not
previously paid in the monthly payments shall be included in the final payment, subject to the provisions
of Section XI entitled TERMINATION OF AGREEMENT.
5. Progress payments may be claimed monthly for direct costs actually incurred to date as supported by
detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the
Consultant based on the estimated percentage of the completion of the services to date. Final payment of
any balance due the Consultant of the gross amount earned will be made promptly upon its verification
by the City after completion and acceptance by the City of the work under this Agreement. Acceptance,
by the Consultant of final payment shall constitute full and final satisfaction of all amounts due or
claimed to be due.
Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at
the time extra work is authorized. (Section VIII "EXTRA WORK").
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 4 FRM:97Consultant.doAh
A short narrative progress report shall accompany each voucher for progress payment. The report shall include
discussion of any problems and potential causes for delay.
To provide a means of verifying the invoiced salary costs for consultant employees, the City may conduct employee
interviews.
Acceptance of such final payment by the Consultant shall constitute a release of all claims of any nature, related to
this Agreement, which the Consultant may have against the City unless such claims are specifically reserved in
writing and transmitted to the City by the Consultant prior to-its acceptance. Said final payment shall not, however,
be a bar to any claims that the City may have against the Consultant or to any remedies the City may pursue with
respect to such claims.
The Consultant and its subconsultants shall keep available for inspection, by the City, for a period of three years
after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing
upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention
period,the records shall be retained until all litigation, claims or audit findings involving the records have been
resolved. The three-year retention period starts when the Consultant receives final payment.
VII
CHANGES IN WORK
The Consultant shall make all such revisions and changes in the completed work of this Agreement as are necessary
to correct errors appearing therein, when required to do so by the City, without additional compensation.
Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts
thereof revised, the Consultant shall make such revisions, if requested and as directed by the City in writing. This
work shall be considered as Extra Work and will be paid for as provided in Section VIII.
VIII
EXTRA WORK
The City may desire to have the Consultant perform work or render services in connection with the Project in
addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be
considered as Extra Work and will be specified in a written supplement which will set forth the nature and scope
thereof. Work under a supplement shall not proceed until authorized in writing by the City. Any dispute as to
whether work is Extra Work or work already covered under this Agreement shall be resolved before the work is
undertaken. Performance of the work by the Consultant prior to resolution of any such dispute shall waive any
claim by the Consultant for compensation as Extra Work.
IX
EMPLOYMENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona fide
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 bona fide 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 warranty, the City shalt have the right to annul this
Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.
Any and all employees of the Consultant, while engaged in the performance of any work or services required by the
Consultant under this Agreement, shall be considered employees of the Consultant only and not of the City and any
U:ISWOODBUR11997\652301SW43 RD.STIRWBECK.DOC\sw 5
FRM:97Consultant.doUbh
and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while
so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the
part of the Consultant's employees, while so engaged on any of the work or services provided to be rendered herein,
shall be the sole obligation and responsibility of the Consultant.
The Consultant shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any
professional or technical personnel who are, or have been at any time during the period of this contract, in the
employ of the City except regularly retired employees,without written consent of the City.
If during the time period of this Agreement, the Consultant finds it necessary to increase its professional,technical,
or clerical staff as a result of this work, the Consultant will actively solicit minorities through their advertisement
and interview process.
X
NONDISCRIMINATION
The Consultant agrees not to discriminate against any client, employee or applicant for employment or for services
because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational
qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer;
recruitment or any recruitment advertising; layoff or termination's; rates of pay or other forms of compensation;
selection for training; rendition of services. The Consultant understands and agrees that if it violates this Non-
Discrimination provision, this Agreement may be terminated by the City and further that the Consultant shall be
barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the
City that discriminatory practices have terminated and that recurrence of such action is unlikely.
XI
TERMINATION OF AGREEMENT
A. The City reserves the right to terminate this Agreement at any time upon not less than ten(10)days
written notice to the Consultant, subject to the City's obligation to pay Consultant in accordance with
subparagraphs C and D below.
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.
In the event of the death of any of the parties listed in the previous paragraph, should the surviving
members of the Consultant, with the City's concurrence, desire to terminate this Agreement, payment
shall be made as set forth in Subsection C of this section.
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 6 FRM:97Consultant.doUbh
C. In the event this Agreement is terminated by the City other than for fault on the part of the Consultant, a
final payment shall be made to the Consultant for actual cost for the work complete at the time of
termination of the Agreement,plus the following described portion of the net fee. The portion of the net
fee for which the Consultant shall be paid shall be the same ratio to the total net fee as the work complete
is to the total work required by the Agreement. In addition,the Consultant shall be paid on the same
basis as above for any authorized extra work completed. No payment shall be made for any work
completed after ten (10) days following receipt by the Consultant of the Notice to Terminate. If the
accumulated payment made to the Consultant prior to Notice of Termination exceeds the total amount
that would be due as set forth herein above, then no final payment shall be due and the Consultant shall
immediately reimburse the City for any excess paid.
D. In the event the services of the Consultant are terminated by the City for fault on the part of the
Consultant, the above stated formula for payment shall not apply. In such an event the amount to be paid
shall be determined by the City with consideration given to the actual costs incurred by the Consultant in
performing the work to the date of termination, the amount of work originally required which was
satisfactorily completed to date of termination, whether that work is in a form or of a type which is
usable to the City at the time of termination, the cost to the City of employing another firm to complete
the work required and the time which may be required to do so, and other factors which affect the value
to the City of the work performed at the time of termination. Under no circumstances shall payment
made under this subsection exceed the amount which would have been made if the formula set forth in
subsection C above had been applied.
E. In the event this Agreement is terminated prior to completion of the work, the original copies of all
Engineering plans, reports and documents prepared by the Consultant prior to termination shall become
the property of the City for its use without restriction. Such unrestricted use not occurring as a part of
this project, shall be without liability or legal exposure to the Consultant.
F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of
any type it may have against the Consultant for any breach of this Agreement by the Consultant, or for
failure of the Consultant to perform work required of it by the City. Forbearance of any rights under the
Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act
or omission by the Consultant.
XII
DISPUTES
Any dispute concerning questions of facts in connection with work not disposed of by agreement between the
Consultant and the City shall be referred for determination to the Director of Planning/ Building/Public Works or
his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this
Agreement.
In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this
Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of
Washington, situated in King County,
XIII
LEGAL RELATIONS
The Consultant shall comply with all Federal Government, State and local laws and ordinances applicable to the
work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws
of Washington.
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 7 FRM:97Consultant.doUbh
_The Consultant agrees to indemnify, defend and hold the City and its officers and employees harmless from and
shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part
from the Consultant's errors, omissions, or negligent acts under this Agreement provided that nothing herein shall
require the Consultant to indemnify the City against and hold harmless the City from claims, demands or suits based
upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by
or result from the concurrent negligence of(a)the Consultant's agents or employees and (b)the City, its agents,
officers and employees,this provision with respect to claims or suits based upon such concurrent negligence shall be
valid and enforceable only to the extent of the Consultant's negligence or the negligence of the Consultant's agents
or employees except as limited below.
The Consultant shall secure general liability, property damage, auto liability, and professional liability coverage in
the amount of$1.0 million, with a General Aggregate in the amount of$2 million, unless waived or reduced by the
City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord
Certification Form prior to the execution of the contract. The Consultant shall also submit copies of the
declarations pages of relevant insurance policies to the City within 30 days of contract acceptance if requested. The
Certification and Declaration page(s)shall be in a form as approved by the City. If the City's Risk Manager has the
Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the
Certification Form will be required.
The limits of said insurance shall not, however, limit the liability of Consultant hereunder.
All coverages provided by the Consultant shall be in a form, and underwritten by a company acceptable to the City.
The City will normally require carriers to have minimum A.M. Best rating of A XII. The Consultant shall keep all
required coverages in full force and effect during the life of this project, and a minimum of forty five days' notice
shall be given to the City prior to the cancellation of any policy.
The Consultant shall verify, when submitting first payment invoice and annually thereafter, possession of a current
City of Renton business license while conducting work for the City. The Consultant shall require, and provide
verification upon request,that all subconsultants participating in a City project possess a current City of Renton
business license. The Consultant shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
The Consultant's relation to the City shall be at all times as an independent contractor.
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 8 FRM:97Consultant.dot/bh
XIV
SUBLETTING OR ASSIGNING OF CONTRACTS
The Consultant shall not sublet or assign any of the work covered by this Agreement without the express consent of
the City.
XV
ENDORSEMENT OF PLANS
The Consultant shall place their certification on all plans, specifications, estimates or any other engineering data
furnished by them in accordance with RCW 18.43.070.
XVI
COMPLETE AGREEMENT
This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the
parties. Any supplements to this Agreement will be in writing and executed and will become part of this
Agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by
or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments,
or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an
amendment to this Agreement.
The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof,
and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted.
XVII
EXECUTION AND ACCEPTANCE
This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an
original having identical legal effect. The Consultant does hereby ratify and adopt all statements, representations,
warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials
submitted by the Consultant, and does hereby accept the Agreement and agrees to all of the terms and conditions
thereof.
IN WITNESS WHEREOF,the parties hereto have executed this Agreement as of the day and year first above
written.
CONSULTANT CITY NTON
117
Sig ature 6ate Jess anner, Mayor Date
V;,q; / - K
type or printname ATTEST:
))U�-
Title � ���'�
Marilyn J. 61ter en City Clerk
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 9 FRM:97 Cons ultant.dot/bh
RESOLUTION NO. 3229
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to
ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non-discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements, governing
civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all. It
shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
Practices and Non-discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 tlday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL,:
mayor Council President
,Attest:
City Cler]
U:\SWOODBUR\1997\65230\SW43RD.ST\RWBECK.DOC\sw 10 FRM:97Consultant.dot/M
y CITY OF RENTON
�• FAIR PRACTICES POLICY
1 AFFIDAVIT OF COMPLIANCE
, hereby confirms and declares that
(Name of contractor/subcontractor/consul tan t/supp I i er)
I. It is the policy of e Gam, -EycGFZ__ 4 410 to offer equal
(Name of contractor/subcontractor/consultant/supplier)
opportunity to all qualified employees and applicants for employment without regard to the race,
creed, color, sex, national origin, age, disability or veteran status.
�iv C
complies with all applicable
(Name of contractor/subcontractor/consultant/supplier)
federal, state and local laws governing non-discrimination in employment.
II. When applicable, -�• 60 . �, G �/(f� will seek out and
(Name of contractor/subcontractor/consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
V lrgt` ( <fl• yl�EED>��
Print AgenT/Representative's Name
DI CLEG_roC_ of ��.Y7z��S
Print Agent/Representative's Title
10 �, NX,6j
Agen ep sentative's Signature
5_Jz( '
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier.
Include or attach this document(s) with the contract.
U:\SWOODBUR\1997\65230\SW23RD.ST\RWBECK.DOC\sw 11 FRM:97Consultant.daft
MAY— 2-97 FRI 15:50 Hong West and Associates FAX N0, 7757506 P, 02
41
y CITY OF RENTON
ob
F-AlR PRAMCES POLICY
AFMAVU OF CONV AaNcE
3
Hong West & Associates, Inc.N-=of can==rrsub hereby cottftns and declares that
( c'oac'atsor�cans L=vsappiicr)
I. It is the policy of Hong West & Associates, Inc. to offer equal
(Name oicoUtrrcror/subcoa�racrAr(consulandsuppller) 4u
opportunity to all qualified employees and applicants for employment without regard to the race,
creed,color,sex,narional origin,age,disability or veteran stffius-
II. Hong West & Associates, Inc. complies with all applicable '
(Name ofcanasoar/snhmacndeanSurraadguFPt3°r}
federal,stare and local laws govemina non-discrimination in employment
II_ When applicable, Horag West & Associates, Inc. will 5eck out and
(Name of ionuacror/subcaauscrorlconsultanUsupp3ier}
ncgotiatc with minority and women contractors for the award of subcontracts.
Sa H. Hand
Print A;=v?..epre*Pmmtive's Name
President
Print AgenvReprese=dve's Title
-A, .,- _br)�� -
Agent/Representative's S1Z nam
. �2 g'7
Date Signed
Instructions: This document MUST be completed by each concraotor.subcontractor,cansultint rand/or supplier.
Include or attach this documents)with the cantracL
H:�'ornulc�nlrac'97CCNSLZ.ODC 34
£0-d Zoe# t•s=90 Zo-50•L66T Zs6t-T"S0Z xClas MHz NOUA
EXHIBIT A- SCOPE OF WORK
City of Renton
East Side Green River Watershed Project
SW 43rd Street Drainage Improvement Project
General
This project includes several improvements along SW 43rd Street between Oakesdale
Avenue and Lind Avenue to improve drainage collection and conveyance. SW 43rd Street
is subject to occasional flooding due to a combination of factors including an undersized
conveyance system, high downstream water surface elevations in Springbrook Creek that
create backwater conditions on the SW 43rd Street drainage system, and a lack catch basin
inlet capacity to collect street runoff into the system. The following elements are intended
to improve the collection and conveyance system to reduce flooding:
1. Installing a parallel 54-inch diameter pipe system to connect the existing 54-inch
diameter system along SW 43rd Street to the 54-inch diameter system along
Oakesdale Avenue. This improvement would eliminate an existing hydraulic
restriction (36-inch diameter) in the system.
2. Installing approximately 10 new catch basin frames and grates (through-curb
inlets) along SW 43rd Street to increase the collection of street runoff.
3. Replacing a short section of undersized pipe that receives flow from a drainage
ditch in the City of Kent, located at the southeast corner of SW 43rd Street at Lind
Avenue SW. The existing pipe is 24-inches in diameter and approximately 30 feet
in length. The pipe would be replaced with a 48-inch diameter pipe.
As described in the East Side Green River Watershed Project Plan, a combination of
lowering Springbrook Creek water surface elevations and major pipe system improvements
will be required to achieve a 100-year level of protection for the South Renton Valley. The
improvements to be designed under this contract are intended to be an interim measure
that will help to reduce or mitigate the extent of flooding until the major improvements can
be implemented.
The following scope of services is based on providing design assistance including
development of base maps, design of the improvements, and preparation of technical
specifications. All permit acquisition and private property approvals will be provided by
the City.
Task 1 - Develop Base Maps and Collect Data
The Consultant will review and compile available City record drawings to develop a project
base map. The available information will be supplemented with a one-day field
reconnaissance to confirm the presence of physical features shown by the mapping and to
locate visible utilities not shown on existing mapping using a hand tape. As the proposed
improvements are limited, it is believed that the base maps should be sufficiently adequate
00-00000-60311-6905 R.W.Beck,Inc. Exhibit A-Scope of Work
O:\GISEBURT\MSG410.DOC Page 1
for design and construction. Because the base maps will be developed using available
information without a detailed field survey, the location of physical features within the
right-of-way will be considered approximate. All elevation information will be based upon
the City's record drawings.
The City will provide the Consultant with the best available information on the City's
rights-of-way and utility locations within the project area. It is understood actual field
conditions (especially buried utilities) may vary and some field adjustments to the design
may be necessary as a result of unanticipated conditions. If deemed necessary or prudent,
the City will pothole to verify existing utilities in the area.
Base maps will be developed using AutoCadd by digitizing important information. Existing
information to be digitized will be limited to edges of curb, existing utilities, sidewalk,
approximate travel lanes. Other non essential information, such as elevation contours and
information outside of the right-of-way and construction limits will not be included. The
City's drafting standards for AutoCadd overlay organization will be used. The base map
will be developed for only those areas along SW 43rd where improvements are proposed.
As a part of the Task 2 Geotechnical Analysis, the 1-call utility locate service will be
contacted to locate utilities in the vicinity of the 54-inch diameter crossing and the 48-inch
diameter pipe installation. The one-day field survey will be done following the utility locate
to collect utility information. If the utility locating service will not locate the utilities in the
entire area of interest, an additional cost to coordinate with the utility companies will be
required or the City will coordinate this activity. Otherwise, the Consultant will base the
design on the best available information provided by the City and the field survey.
Following the completion of the base maps, the Consultant will meet with the City's
Transportation Systems Division representative to collect information on construction
restrictions related to traffic.
Task 1 Deliverables:
• 1-inch = 20-foot scale base map showing several plan views along SW 43rd Street
where improvements are proposed.
Task 2- Geotechnical Investigation and Report
This task will include subsurface explorations and review of foundation designs of area
utilities in order to develop recommendations for construction and for foundation support
for the new 54-inch culvert. This work will be done by Hong West and Associates as a
subconsultant to R. W. Beck. The work will include one boring (20' max. depth), review of
available geotechnical data from other studies in the immediate vicinity, and preparation of
a letter report documenting their findings. The report will include recommendations for
open cut and trenchless installation approaches. The report will also identify pipe and
backfill material recommendations (including suitability of on-site material as backfill),
excavation limitations, if any, backfill and compaction requirements (including paving
restoration), shoring requirements, foundation preparation requirements, slope
requirements, and dewatering requirements.
00-00000-60311-6905 R.W.Beck,Inc. Exhibit A-Scope of Work
O:\GISEBURT\MSG410.DOC Page 2
Prior to the work being accomplished the Consultant shall notify the 1-call utility locating
service to locate utilities in the area of the 54-inch and 48-inch pipe improvements. In
addition, the Consultant will submit a boring and traffic control plan for the City's review
and acceptance prior to performing the field work.
Please note that the geotechnical investigations do not include evaluation of potential
presence of contaminated materials in site soils or groundwater.
Task 2 Deliverables:
Letter Report and Sampling Logs
Task 3 - Analysis
Task 3.1 - Capacity Analysis
The Consultant will perform an analysis of one of the five 12-inch diameter storm drains
crossing from the north side of SW 43rd Street to the south side. The specific storm drain
shall be selected with input from the City. The purpose of the analysis is to confirm that the
12-inch street crossings do not represent a capacity restriction. The analysis will be done by
developing a one-subbasin HYD model and comparing the peak flow with the pipe's
capacity with and without backwater from the trunk storm drain. The backwater
calculation will be done assuming a submerged outlet to determine the headloss through
the pipe at various flow rates. Storms to be analyzed include the 2-, 10-, 25- and 100-year 24-
hour storm.
If the cross-culverts are found to be a restriction, the Consultant and City shall agree on the
necessary improvements and a corresponding increase to the budget.
Task 3.2-Traffic Routing Plan
Based upon the construction method selected by the City, the Consultant will develop a
traffic control plan based upon input from the City's Transportation System Division. The
traffic control plan shall be illustrated on sketches to be included in the contract documents.
The City shall provide example traffic control plans and specifications. Submittals shall
coincide with specifications submittals under Task 4.
Task 3 Deliverables:
• Capacity analysis calculations and brief memorandum describing results
Traffic control plan and requirements (submit with 6017o, 90%, and final
specifications submittals
Task 4 - Design Plans and Specifications
The Consultant will prepare engineering design plans, technical specifications and
construction cost estimates. Following review of the draft report from Task 2 and
preparation of 307o plans, The Consultant shall meet with the City to discuss and select the
recommended construction method. The meeting shall include a City representative from
the Transportation Systems Division. Following this meeting the Consultant shall prepare a
60% design submittal for City review.
00-00000-60311-6905 R.W.Beck,Inc. Exhibit A-Scope of Work
0:\GISEBURTMSG410.DOC Page 3
In addition to the plans, the 6017c design submittal shall include a set of draft technical
specifications. The basis for the technical specifications will be the 1996 Standard
Specifications prepared by the Washington State Department of Transportation and the
American Public Works Association (Standard Specifications). The Consultant will write
sections of the technical specifications for items not included in the Standard Specifications.
Text will be in Word format. The City will be responsible for incorporating the technical
specifications into complete Contract Documents.
The Consultant shall meet with the City following review of the 60% design to obtain
comments. The Consultant shall then prepare a pre-final design submittal (90%) for final
review and approval. The City will provide written comments to the Consultant for the
30%, 60% and the pre-final design submittals. The Consultant will incorporate the City's
comments and provide the final design package as described herein to the City. The City
will complete and prepare the Contract Documents for bidding purposes.
The Consultant will review the completed project documents (i.e., bid package) prepared by
the City.
Construction cost estimates will be prepared at the 60%, pre-final (90%), and final
submittals.
It is anticipated that three (3) drawings will be sufficient to adequately describe the work
and the engineering fee estimate is based on the following drawing list:
1. Title sheet, location map, legend and index of drawings.
2. Plan and profile sheet for 54-inch and 48-inch pipe improvements at 1"=20' scale.
This sheet would also include a general arrangement detail showing the
locations of the work along SW 43rd Street.
3. Plan and detail sheet for catch basin improvements. This sheet would also
include construction notes and additional details associated with the 54-inch and
48-inch pipe improvements, such as trenching detail, pavement patching detail.
To the extent possible, the City's standard drawings and details will be used (i.e.,
referenced).
Other assumptions include the following:
1. No sizing analysis is required for the 54-inch or 48-inch pipes.
2. A base leap for the entire length of SW 43rd Street between Oakesdale and Lind
Avenue SW is not required. Only in areas where improvements are proposed
(culverts and catch basin inlets) will drawings be provided.
3. A separate temporary sediment and erosion control plan is not required. The
temporary sediment and erosion control work will be described by notes on the
drawings and in the specifications. In addition, it is assumed that design of a
temporary water diversion for construction is not required.
4. A summary of quantities table will be provided by the City.
00-00000-60311-6905 R.W.Beck,Inc. Exhibit A-Scope of Work
0:\GISEBURT\MSG410.DOC Page 4
5. The base maps will not show contours.
6. The City will be responsible for printing and reproduction.
7. City will be responsible for all permitting associated with this project.
8. Any coordination required with the City of Kent, if required, shall be done by the
City.
9. Construction easements, if required, shall be prepared and obtained by the City.
Task 4 Deliverables
• Preliminary plans 30% submittal (1 full and 1 half-size set of plans).
• Preliminary plans 60% submittal (1 full size and 1 half-size set of plans, 1 set of
Technical Specifications, and cost estimate)
• Pre-final plans 90% submittal (1 full size and 1 half-size set of plans, 1 set of
Technical Specifications, and cost estimate)
• Completed plans (1 full size and 1 half-size set of stamped, camera-ready original
plans, 1 set of Technical Specifications, and cost estimate)
• Two review meetings
Task 5 - Project Management
This task includes project management activities associated with the completion of the
project. These activities include the following.
1. Project Management Plan. The Consultant will develop a Project Management
Plan which describes this scope of work, staff assignments, budgets, the project
schedule, invoice requirements, and other important project requirements.
2. Project Administration. Project administration includes contract administration,
monthly invoice preparation, monitoring progress by subconsultants, monthly
project progress monitoring and reporting, Quality reviews, project filing, and
project close-out.
3. Client Coordination. Client coordination includes miscellaneous coordination
with the client as well as a kick-off meeting.
Additional Services
The following services are not included in the scope of work or budget:
• Field Surveying Services (except as noted in Task 1)
• Bidding Assistance, including preparation of addenda
• Construction Management Services
00-00000-60311-6905 R W.Beck,Inc. Exhibit A-Scope of Work
OAGISEBURT\MSG410.DOC Page 5
EXHIBIT B - SCHEDULE
City of Renton
East Side Green River Watershed Project
SW 43rd Street Drainage Improvement Project
Schedule
The schedule is based upon the assumption that the construction will proceed in late 1997.
This schedule is contingent upon the City securing the necessary permit approvals.
Extension of the schedule to the 1998 construction season could result in additional project
costs.
The proposed schedule is as follows:
0
Notice to Proceed June , 1997
Task 1 Base Map and Data Collection July 14, 1997
Task 2 Geotechnical Report(draft) Jul zs 1
Y�, 997
Task 3.1 Cross-culvert Capacity Analysis July�' 1997
Task 3.2 Traffic Routing Plan Per Task 4 Schedule
Task 4 Design Plans and Specifications
30%o Submittal July 1997
60% Submittal August 7, 1997
90% Submittal August 21, 1997
Final Plans and Specifications August 26, 1997
00-00000-60311-6905 R.W.Beck,Inc.
0:\GISEBURT\MSG410.DOC
-2216 � 1
ENGINEERING COST ESTIMATE RWB Rev-2210
LABOR AND EXPENSES PREPARED BY: MSG DATE: 6/10/97
CLIENT: City of Renton,Washington CHECKED BY: DATE: -
PROJ NAME: ESGRWP-Project No.3-SW 43rd Street Drainage Improvements OPS APPROVAL: DATE:
WORK ORDER:
PROD MGR.: Mike Giseburt CS APPROVAL: DATE:
DATE: 6/10/97
STAFF LABOR HOURS REQUIRED BY TASK EXTENDED LABOR COSTS TASK
1.00 Benifit Rate Profit 1.15 SUMMARY
Initials MSG RLC/SS PE RL TRJ ADMSU DRAFT W PRO CLERK Raw Labor Over Labor Profit Labor Expenses Labor Task
TASK Des cdptlon Salary 29 37 36.06 24.78 27.00 22.50 18.71 18.50 14.80 12.23 Hours Cost 1.77930 +Overhead Revenue (2) Revenue Total
DevelopBase Maps
$196 $3,059 <53256
Review Information 4.0 4.0 $99 $176 $275 $41 $317
Field Measurements and meeting 8.0 8.0 16.0 $433 $771 91,204 $181 $1,385
17
Utility Coordination 3.0 3.0 $74 $132 $207 $31 $238
Base Map Development 1.0 4.0 12.0 17.0 $350 $624 $974 $146 $1,120
Subtotal 9.0 0.0 19.0 0.0 0.0 0.0 12.0 0.0 0.0 40.0 $957 $1,703 S2,660 S399 S3,059
(: 2 Geotechnical Repot:.
�sefs
Review Data/Coordinate 6.0 $236.0 $176 $314 $490 $73 $563
0.0 $0 $0 $0 $0 $0
0.0 SO SO SO $0 $0
0.0 90 $0 $0 $0 $0
Subtotal 6.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 6.0 $176 $314 $490 $73 $563
.3 Analysis -
$199 $3.252
0.0 to $0 $0 $0 $0
3.1 Capacity Analysis 2.0 12.0 1.0 15.0 $368 $655 $1,024 $154 $1.177
3.2 Traffic Control Plan 4.0 12.0 12.0 1.0 29.0 $649 $1,155 $1,804 $271 $2.075
_ 0.0 $0 $0 $0 $0 $0
Subtotal 6.0 0.0 24.0 0.0 0.0 0.0 12.0 0.0 2.0 44.0 $1,017 $1,810 $2.828 $424 $3,252
4 Design.Plans and Specifications $821 $14,348
Design(30%,60%,90%,Final)13 Sheets) 14.0 4.0 42.0 8.0 44.0 112.0 $2,626 $4,673 $7,299 $1,095 $8,394
Specifications 6.0 2.0 26.0 8.0 42.0 $1,011 $1,799 $2,810 $421 $3.231
Two Meetings 6.0 8.0 16.0 $433 $771 51,204 $181 $1,385
Review of City Bid Package 6.0 1.0 7.0 $191 $340 $531 $80 $611
Cost Estimates(3) 1.0 8.0 9.0 $228 $405 $633 $95 $727
Subtotal 35.0 6.0 84.0 8.0 0.0 0.0 44.0 9.0 0.0 186.0 $4,489 $7.987 $12,476 $1,871 $14,348
Project Management?' $127 $2,940 53,06};
Project Management Plan 3.0
3.0 $88E$157
$245 $37 $282
Project Administration 0.0 $0 $0 $0 $0
Subconsultant Agreements 3.0 3.0 $88 $245 $37 $282
Monthly Invoicing(Tracking I6mo) 9.0 6.0 6.0 21.0 $450 $1,251 $188 $1,438
Project Coordination 10.0 10.0 $294 $523 $816 $122 $939
Subtotal 25.0 0.0 0.0 0.0 0.0 6.0 0.0 0.0 6.0 37.0 $920 $1.637 $2,557 $383 $2,940
0.0 SO $0 s0 $0 $0
0.0 $0 $0 SO $0 $0
Subtotals 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0 SO SO $0 $O
TOTALS: hrs 81.0 6.0 127.0 8.0 0.0 6.0 68.0 9.0 8.0 313.0 $7.560 $13,451 $21.011 $3.152 $24,162 $1,367 $24,162 $25,529
Check sum of hours: 313 313 ok
labor costs 2,379 216 3.147 216 0 112 1,258 133 98 Total Hours 313
' labor revenue 6.969 634 9,219 633 0 329 3,685 390 287
Check sum of labor costs: 7,560 7.560 1 ok LABOR REVENUE $24,162
EXPENSES $1,367
\ SUBCONSULTANTS(3) $3,543
TOTAL PROJECT REVENUE $29.072
i
BUD3.XLS 6/10/97
Panes t nr 9
ENGINEERING COST ESTIMATE RWB-222B Rev1l1/sa
EXPENS E ESTIMATE PREPARED BY: MSG DATE:
CHECKED BY: DATE:
CLIENT: City of Renton,Washington OPS APPROVAL: DATE:
PROJ NAME: ESGRWP-Project No.3-SW 43rd Street Drainage Improvements CS APPROVAL: DATE:
WORK ORDER: 0
PROJ MGR.: Mike Giseburt Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 TOTALS
EXPENSE ITEM Cost!Unit Qty. S Oty. S Qty. $ Qty. $ Qty. $ Qty. $ Qty.!Item $
35 Hotel&Meals 100 $/pers.-day 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 per.-days $0
36 Travel- Surface
Mileage 0.29 $/mile 35 $10 0 $0 0 $0 70 $20 0 $0 0 $0 105 miles $30
Car Rental 40 $/day 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 days $0
Taxi 20 $/day 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 days $0
37 Travel-Air 0 $/rt 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 rt $0
38 Travel-Misc.Exp.(Tips,etcl 10 $/day 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 days $0
39 Travel-Other $0 $0 $0 1 $0 $0 $0 Travel-Other s0
45 Communications 2% labor rev. $61 $1 1 $65 $287 $59 $0 Comm.-Tele. $483
49 Printing and Reproduction
Xerox Copies 0.08 $ea 20 $2 0 $0 100 $8 200 $16 200 $ib 0 $0 520 copies $42
Blueline Prints 0.35 $as 10 $4 0 $0 $0 40 $14 0 $0 0 $0 50 bluelns $18
Check Prints, 11x17" 1 $ea 10 $10 0 $0 $0 30 $30 0 $0 0 $0 40 11x17s $40
Chk Prints,Large Bond 6 $ea 0 $0 0 $0 $0 $0 0 $0 0 $0 0 bond pm $0
Plots,Large Vellum 8 $ea 0 $0 0 $0 $0 8 $64 0 $0 0 $0 8 vellums $64
Plots,Large Mylar 14 $ea 0 $0 0 $0 $0 $0 0 $0 0 $0 0 mylars $0
Photo Work $0 $0 $0 $0 0 $0 $0 Photo Work $0
Other $0 $0 $0 $0 $0 $0 Other $0
50 Maps and Charts $0 $0 $0 $0 $0 $0 Maps/Charts $0
51 Books and Publications $0 $0 $0 $0 $0 $0 Books/Pub $0
53 Miscellaneous Expenses $0 $0 $0 $0 $0 $0 Misc.Exp. $0
58 Equipment Rental $0 $0 $0 $0 $0 $0 Equip.Rental $0
65 PC Charges CAD (1) 5 S!hour 12 $60 0 $0 10 $50 42 $210 0 $0 0 $0 64 CAD hrs $320
Engr.PC 2 $/hour 25 $50 6 $12 38 $76 90 $180 26 $52 0 $0 185 PC hrs $370
I Word Pro(2) 4 $/hour 0 $0 0 $0 0 $0 0 $0 0 $0 0 $0 0 WP hrs $0
67 Other Expenses $0 1 $0 $0 $0 SO SO Other Exp. $0
SUBTOTAL w/o Markup $196 $23 $199 $821 $127 $0 $1,367
w/Markup $196 $23 $199 $821 $127 $0
NOTES: SUBTOTAL EXPENSES $1,367
1. Recommended calculation of CAD computer hours as follows: total CAD hrs(from labor est.)x 0.80 Markup @ 0% $0
2. Word Pro computer hours should equal word processing labor hours from labor estimate. TOTAL $1,367
BUD3.XLS 6/10197 Page 2 of 3
ENGINEERING COST ESTIMATE
SUBCONSULTANT ESTIMATE
CLIENT: City of Renton,Washington
PROJ NAME: ESGRWP-Project No.3-SW 43rd Street Drainage Improvements
WORK ORDER: 0
PROJ MGR.: Mike Giseburt
Task 1 Task 2 Task 3 Task 4 Task 5 Task 6 TOTALS
SUBCONSULTANT Hrs. Exp. Labor Hrs. Exp. Labor Hrs. Exp. Labor Hrs. Exp. Labor Hrs. Exp. Labor Mrs. Exp. Labor Hrs. Exp. Labor
Hong West and Associates 0 $0 $0 0 $0 $3,374 0 $0 $0 0 $0 $0 0 $0 0 $0 $O 0 0 3,374
0 $0 $0 0 $0 $0 0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 0 0
0 $0 $0 0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 0 0
SUBTOTAL w/o Markup 0 $0 $0 0 $0 $3,374 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $0 0 $0 $3,374
w/Markup $0 $0 $0 $3,543 $0 $0 $0 $0 $0 $0 $0 $0
Exp w/mkup 0
Lab w/mkup 3,543
SUBTOTAL EXPENSES $0
SUBTOTAL LABOR $3,374
SUBTOTAL $3,374
Markup @ 5% $169
TOTAL $3,543
1
> BUD3.XL5
6/10/97
Page 3 of 3
Proposal for Final Geotechnical Investigation HWA Ref. P-8919.4
SW 43rd Street Drainage Improvement Project Date: 9-Jun-97
Renton,Washington Prepared Bv: SLH
Revised:
Prepared for: Mike Giseburt,RW Beck
.0.
ESTIMATED HWA LABOR:
PERSONNEL AND HOURLY RATES
WORK TASK Principal Engr.VII Engr.IV GwI.III CAD Admire TOTAL TOTAL
DESCRIPTION $130 S95 $75 $55 $55 $40 HOURS AMOUNT
Utility Location 31 3 $165
Borehole Logging 5 5 S275
Logs and Lab Data Eval. 1 2 3 S185
Eng.Analysis and Report 1 2 11 2, 1 17 $1.295
Pr0j.Mgmt. I 2 1 3 S230
.............TOTAULA
............................... .............
... ................. .......... ........... ........
.............-................ .......
LABORATORY TEST SUMMARY ESTIMATED DIRECT EXPENSES:
Est.No. Unit Total Mileage @ S0.3/mi. S70
Test Tests Cost Cost Laboratory Testing(detail at left) S213
Moisture Content 4 S12 S48 Report Production $50
-�................ ......
........... . .......
..........................
Grain Size I S65 S655333
IAtterberg Limits I sloo $loo
TOTAL: S213
SUBCONTRACTOR EXPENSES
Drill Rig Mobilization $300
Drilling- I boring,20'max. S400
Traffic Control-Signage S50
Sales Tax @ 8.6% S60
HWA Fee @ 10% S81
...........
Subtatais
............
..........
.............. ............................................ .....................--
............... ..................
TOTAL—... ........ . ....
7
P89194 1 Hong West and Associates, inc.
--/-I 1