Loading...
HomeMy WebLinkAboutEmerson Park Amenity Upgrades and Beautification Proposal  LANDSCAPE ARCHITECTURAL DESIGN SERVICES FOR EMERSON PARK AMENITY UPGRADES AND BEAUTIFICATION PROJECT – CITY OF SAN LUIS OBISPO January 12, 2023  Erica Long – Project Manager II  City of San Luis Obispo  919 Palm Street  San Luis Obispo, CA 93401‐3218  A. PROJECT UNDERSTANDING The scope of work contained herein is based on the Request for Proposal for the Emerson Park Amenity  Upgrades and Beautification project for the City of San Luis Obispo. This project includes the design of a ½  acre dog park, prefabricated self‐cleaning restroom, drought tolerant landscaping, shade structures,  bocce court renovation and/or relocation, renovation and expansion of existing basketball courts, new  playgrounds for both the 2‐5 and 5‐12 age groups, replacement of existing perimeter fencing,  replacement of an existing drinking fountain and inclusion of an educational garden. A public mosaic will  be included as either part of the restroom building facade or placed elsewhere in the park.    SSA will serve as the prime consultant leading, collaborating, and managing the design and engineering  work of consultants hired by SSA. Anticipated consultants include a Geotechnical Engineer to document  existing soil conditions and provide recommendations sufficient for project consultants to design their  respective project components; a Civil Engineer will provide rough and fine grading of all elements,  sanitary sewer and water utilities for the proposed restroom structure, and stormwater management  services; an Electrical Engineer will provide design of court and site lighting sufficient for night time use as  well as power to the prefabricated restroom building; and a Structural Engineer will provide direction for  footing design for the restroom foundation, light fixtures, and shade structures. An allowance for an  Arborist, who will survey all trees in the area of work and provide guidance in relation to tree disposition  and potential construction impacts, has been included as an optional service.     The scope of work for the project is as follows:  PHASE ONE – CONCEPTUAL DESIGN a. Data Collection: Collect and review all available existing conditions information from the CITY,  including as‐built plans, title reports, recorded easements, site reports, and any other existing  topographic survey information available.   b. Execute contracts and initiate topographic and geotechnic surveys and execute with  respective subconsultants.  c. Project Kick‐off: Attend a kick‐off meeting with the CITY to review the program, project goals,  project schedule and existing conditions. This meeting will establish communication protocol  and design review protocol by the CITY.   d. Site Analysis – Visit the site with the topographic survey to assess features, site access and    circulation, drainage and utilities, and identify opportunities and constraints.  e. Prepare and submit (2) Schematic Design concepts for amenities noted above based on the  Attachment B Site Plan. The Conceptual Plans will include material option concepts.  f. Prepare an initial estimate of probable construction costs for each concept.  g. Meet with the CITY via video conferencing to review the Schematic Design concepts.  h. Attend public meeting at Park to review proposed site designs. City to facilitate meeting, SSA  will prepare concept boards and presentation material, present concepts, and solicit  feedback during meeting.  i. Prepare presentation and present concepts and community meeting findings and input to the   Parks and Recreation Committee  j. Refine preferred concept per Parks and Recreation Committee comments for final concept  approval.  k. Coordinate with consultants, vendors and CITY via emails and phone calls throughout this  phase of work.   PHASE ONE DELIVERABLES  (2) Park Concepts   (1) Final Approved Concept   Preliminary Cost Estimate for each concept    (1) City Review Meeting   (1) Public Meeting   (1) PRC Meeting   PHASE TWO – DESIGN DEVELOPMENT a. Based on the approved Conceptual Design, prepare base files for Design Development set  and subconsultant use.  b. Prepare and submit the 50% Design Development level plan set for the preferred design to  the CITY for approval. The plan set will include the following information which may be  consolidated to reduce sheet quantity where feasible. Additional consultant sheets for Civil  and Electrical scope of work will be incorporated into the plan set:  i. Existing Conditions and Demolition Plan  ii. Site Plan  iii. Accessibility Plan  iv. Architectural Floor Plan (for restroom building)  v. Layout Plan  vi. Irrigation Plan  vii. Planting Plan  viii. Construction Details and Sections  ix. Landscape Details  x. Outline Technical Specifications    xi. Update Opinion of Probable Construction Cost.  xii. Civil Plans  xiii. Structural Plans  xiv. Electrical Plans     c. Publish (1) electronic copy of 50% CD’s and submit for CITY review.  d. Meet with the CITY via video conferencing to review 50% CD comments   e. Allow for up to (2) meetings via video conferencing with project team to collaborate,  coordinate or review project issues.  f. Coordinate with Utility companies and submit NOI to construct at the park site.  g. Coordinate with CITY, design team, and vendors via emails and phone calls throughout this  phase of work.  PHASE TWO DELIVERABLES  50% PS&E   (1) City DD review meeting   (2) Design coordination meetings  PHASE THREE – CONSTRUCTION DOCUMENTS a. Incorporate comments from previous submittal to prepare and submit the 90% Construction  Documents. CITY to coordinate Building Permit submittal (including printing sets, delivery,  completing forms, general submittal administration):  i. Existing Conditions and Demolition Plan  ii. Site Plan  iii. Accessibility Plan  iv. Architectural Floor Plan (restroom building)  v. Layout Plan   vi. Irrigation Plan  vii. Planting Plan  viii. Construction Details and Sections  ix. Landscape Details  x. Draft Technical Specifications  xi. Update Opinion of Probable Construction Cost  xii. Civil Plans  xiii. Structural Plans  xiv. Electrical Plans  xv. Itemized Building Review comment response letter  b. Publish (1) electronic copy of 90% PS&E and submit for CITY review.  c. Meet with the CITY to review 90% comments at CITY offices.  d. Walk site with 90% plans to confirm assumptions and identify potential conflicts.    e. Conduct in‐house plan check of SSA and consultant drawing sets prior to submittal and  incorporate revisions and CITY feedback into draft 100% CD’s to meet all applicable laws,  regulations, CITY standards, and other applicable requirements.  f. Prepare 100% estimate of probable construction costs.  g. Prepare 100% Technical Specifications in CSI format. Coordinate with CITY front end  specifications.  h. Publish (1) electronic copy of draft 100% CD’s and submit for CITY review.  i. Collect feedback from CITY and finalize/compile Bid Set Package.  j. Allow for up to (2) meetings via video conferencing with project design team for this phase of  work to collaborate, coordinate or review design, construction, budget or schedule.  k. Coordinate with CITY, design team, and vendors via emails and phone calls throughout this  phase of work.  PHASE THREE DELIVERABLES  90% PS&E   100% PS&E    Bid Set    (1) CITY document review meeting   (2) Design coordination meetings  PHASE FOUR – BID PHASE COORDINATION a. Attend one pre‐bid meeting and walk‐through with bidding contractors and CITY.  b. Provide clarification and addenda throughout bid period as required.  c. Assist CITY with review and evaluation of bids.  d. Coordinate with CITY on the execution of a contract for construction with successful bidder.  PHASE FIVE – CONSTRUCTION ADMINISTRATION a. Attend one Pre‐Construction Meeting to answer contractor questions and walk the site with  contractors.  b. Provide plan clarification and responses to contractor RFI’s throughout the construction  period as requested by the CITY.  c. Construction Meetings & Field Observations – attend up to (3) construction meetings to  review progress in the field as necessary. Provide site observation notes from each field  review.  d. Submittals – Review submittals, shop drawings and provide written approval, rejection or  correction directives. Review proposed substitutions for conformance to drawings and  technical specs, if any.  e. CCO’s – Review and make recommendations to the CITY if necessary. Change Order  preparation and management by others.    f. Perform one pre‐final acceptance walk‐through and prepare punch list.  ADDITIONAL SERVICES SSA may provide additional services, as requested in advance by CITY. Additional services will be  negotiated separately based on the billing rates contained in the “SSA Rate Schedule”. Additional services  may include, but are not limited to:    a. Cost estimating or value engineering services beyond those included above.   b. Revisions or re‐submittals beyond those included above.  c. Procurement of Biological Consultant.  d. CEQA coordination.  e. Unforeseen changes in the scope of work, design program, budget or schedule.   f. 3D modeling or renderings.  g. Submitting drawings for or any fees associated with permitting unless noted in scope above.  h. Additive or deductive alternates beyond what is included above, and any other service not  described within this Scope of Work.  FEE PROPOSAL The fees for the above Scope of Work phases are as follows:  Phase One – Conceptual Design   $73,408.00  Phase Two – Design Development  $75,434.00  Phase Three – Construction Documents  $169,046.00  Phase Four – Bid Phase Coordination  $8,424.00  Phase Five – Construction Administration  $31,399.00  Estimated Reimbursable Expenses  $5,363.00  Allowance for Arborist  $2,750.00  Allowance for Solar Design and Application  $8,250.00    Total Proposed Fees       $374,074.00  These services are proposed to be provided on an Hourly Not to Exceed basis. Fees will be billed monthly  based on the actual effort and expense in each phase.  SERVICES TO BE PROVIDED BY THE CITY 1. All Project related drawings, surveys and reports, including, but not limited to, those  requested in this Scope of Work  2. CITY review, comment and directives as requested by SSA  3. Procurement of any subconsultant that may be identified as necessary during the Project  4. Submittal to any necessary agencies for review and approval, including to the OWNER    REIMBURSABLE EXPENSES Included in the FEE PROPOSAL is an allowance for expenses such as mileage at current federal rates,  plotting, printing and reproduction, shipping and postage. Billings for reimbursable expenses will be  submitted on or around the 25th of each month based on the actual cost for the previous month, per the  attached “SSA Rate Schedule”.       a.Data collection 6 4 4 b.Execute contracts and initiate surveys 8 8 c.Project kick-off meeting 2 2 d.Site Analysis 6 6 e.Prepare (2) design concepts 20 32 24 f.Prepare initial construction estimate 6 12 g.Meet with CITY to review concepts 2 2 h.Prepare materials and attend public meeting at park 16 24 24 i.Prepare presentation for concepts and present to PRC 8 8 j.Prepare final concept plan 6 8 8 k.Coordinate with consultants via email, phone 12 4 0 92 0 0 0 82 0 0 80 8 $45,204 $7,540 $8,294 $18,100 $19,910 $25,640 $28,204 $73,408 a.Prepare base files for DD set and subconsultant use 2 8 b.Submit 50% Design level plan set i. Existing conditions 2 4 8 ii. Site Plan 4 16 24 iii. Accessibility Plan 2 2 6 iv. Architectural Floor Plan (Restroom) 2 4 8 v. Layout Plan 2 4 8 vi. Irrigation Plan 2 8 16 vii. Planting Plan 2 12 16 viii. Construction Details 8 20 24 ix. Landscape Details 2 2 4 x. Outline Tech Specs 2 6 xi. Update probable construction cost 2 2 4 xii. Civil Plan Review 4 xiii. Structural Plan Review 4 xiv. Electrical Plan Review 4 c.Submit 50% CD's to CITY 2 2 3 d.Meet with CITY to review 50% set 2 2 e.Allow up to (2) meetings with project team for review 4 4 f.Coordinate with utility and submit NOI for park 2 2 4 g.Coordinate with CITY, design team 12 4 0 66 0 0 0 94 0 0 133 0 $47,725 $5,860 $6,446 $19,330 21263 $25,190 $27,709 $75,434 a.Incorporate comments from CITY and prepare 90%CDs i. Existing conditions 2 8 12 ii. Site Plan 12 12 16 iii. Accessibility Plan 1 2 4 iv. Architectural Floor Plan (Restroom) 2 6 8 v. Layout Plan 1 12 16 vi. Irrigation Plan 6 16 20 vii. Planting Plan 4 16 20 viii. Construction Details 16 20 24 ix. Landscape Details 2 4 6 x. Draft Tech Specs 8 8 xi. Update probable construction cost 3 6 xii. Civil Plan Review 4 xiii. Structural Plan Review 4 xiv. Electrical Plan Review 4 xv. Itemized Building Review response letter 2 3 b.Submit 90% CD's to CITY 2 3 c.Meet with CITY to review 90% set 8 2 d.Conduct in-house plan check and prepare 100% CD's 12 24 32 e.Walk site with 90% plans to identify conflicts 3 6 Administrative AssistantBASIC SERVICES Associate PrincipalPhase One SSA Subtotal Multipler 1.10Job Captain/Landscape Architect llMME Consultant Subtotal Aurum Consulting Engineers MME Phase Two: Design Development Phase Three: Construction Documents Phase One Total Phase Two Total Detailed Breakdown of Landscape Architectural Services for Emerson Park Amenity Upgrades for City of San Luis Obispo Proposal No. P22056.00 Date: 01-12-23 Director of DesignLandscape Designer l/AutoCAD TechSub Consultants Multiplier 1.10 Consultant Subtotal Sub Consultants GeoSolutions Phase Two SSA Subtotal Phase One: Conceptual Design Senior Project ManagerPrincipalProject ManagerLandscape Architect lLandscape Designer ll/AutoCAD TechSSA Landscape Architects, Inc. Project Name Proposal Number 1/12/2023 Page 1 of 2 Administrative AssistantBASIC SERVICES Associate PrincipalJob Captain/Landscape Architect llDirector of DesignLandscape Designer l/AutoCAD TechSenior Project ManagerPrincipalProject ManagerLandscape Architect lLandscape Designer ll/AutoCAD Techf.Prepare 100% cost estimate 2 4 6 g.Prepare 100% technical specs 12 h.Submit 100% CD's to CITY 2 3 i.Prepare and submit bid set package 8 12 16 j. Allow up to (2) meetings for review with Design Team 4 4 k.Coordinate with CITY, design team 12 6 0 136 0 0 0 156 0 0 201 0 $82,377 $17,660 $19,426 $61,130 67243 $78,790 $86,669 $169,046 a.Attend on pre-bid meeting 8 b.Provide plan clarification and RFI responses 8 16.0 c.Assist CITY with review of bids 4 d.Coordinate with CITY - execution of construction contract 4 024000000160$7,520 $822 $904 0 $822 $904 $8,424 a.Attend on Pre-Construction meeting 8 b.Provide Plan Clarification and RFI responses 16 12 c.Attend up to (3) Construction Meetings 24 d.Review submittals 24 24 e.Review Change orders 12 f.One prefinal walk through - prepare punch list 8 3 092000039000$26,274 $4,659 $5,125 $6,490 7139 $4,659 $5,125 $31,399 Hours: 0 410 0 0 0 332 39 0 430 8 Rate: $241 $222 $218 $215 $178 $158 $150 $146 $137 $108 Extension: $0 $91,020 $0 $0 $0 $52,456 $5,850 $0 $58,910 $864 209100 $357,711 Estimated Reimbursable Expenses $2,000 MME Reimbursable Expenses $2,875 Allowance for Arborist $2,500 Allowance for Solar Design and Application $7,500 $14,875 Multiplier 1.10 $16,363 $374,074 The above breakdown represents our best estimate at this time and may change subject to future developments during the project. It is possible that some of the estimated manpower requirements for specific task items may increase, while others may not require the entire anticipated effort. This provides us a greater degree of confidence in the overall project estimate, rather than in any given task. Project Totals for In-house Staff Reimbursable Expenses Phase Three Total Phase Four Total Phase Four: Bid Phase Coordination Phase Five: Construction Administration Phase Five Total Total Project Compensation Subtotal Project Fees for Services Aurum Consulting Engineers MME Phase Three SSA Subtotal Consultant Subtotal Consultant Subtotal Consultant Subtotal Sub Consultants Aurum Consulting Engineers Phase Four SSA Subtotal Phase Five SSA Subtotal MME Multiplier 1.10 Mulitplier 1.10 Mulitplier 1.10 Sub Consultants MME Sub Consultants Aurum Consulting Engineers SSA Landscape Architects, Inc. Project Name Proposal Number 1/12/2023 Page 2 of 2 EXHIBIT B STANDARD BILLING RATE SCHEDULE Effective through December 31, 2023 PROFESSIONAL SERVICES Principal Landscape Architect $248.00/Hour Associate Principal $233.00/Hour Senior Project Manager $225.00/Hour Project Manager II $209.00/Hour Project Manager I $185.00/Hour Job Captain/Landscape Architect II $164.00/Hour Landscape Architect I $156.00/Hour Landscape Designer III $152.00/Hour Landscape Designer II/AutoCAD Technician $149.00/Hour Landscape Designer I $142.00/Hour Staff Clerical/Administrative $111.00/Hour REIMBURSABLE EXPENSES Subconsultants Direct Billing x 1.10 In-House Office Services: As listed below x 1.10 Plotting: Color Bond $4.65/sf Black & White Bond $2.95/sf Vellum $4.55/sf Mylar $10.50/sf Transparencies: Color $3.25/each Black and White $2.25/each Color Laser Prints: 8.5 x 11 $.65/each 11 x 17 $.95/each Blueprints: 24 x 36 $2.00/each 30 x 42 $2.50/each Black & White Laser Prints: 8.5 x 11 $.10/each 11 x 17 $.15/each CD Media: CDR $6.00/each Outside Reimbursable Expenses: Reproduction, photography, shipping and postage, miscellaneous expenses Direct Cost x 1.10 Travel: Mileage Round Trip from SSA office Current IRS Rate Other travel expenses Direct Cost x 1.10 January 5, 2023 Mr. Christian Harris SSA Landscape Architects, Inc. 303 Potrero Street, Suite 40 - C Santa Cruz, CA 95060 Re: Emerson Park San Luis Obispo, CA Aurum Project. 23-001.00 Dear Christian, We are pleased to have this opportunity to provide a proposal for the electrical construction documents design portion for the referenced project. Our fee proposal is based on the information emailed to us on January 2nd, 2022 for the electrical design to provide power to pre-fabricated restroom building, Solar Powered pole lights around the park and recreational lighting for basketball/multi-sport area. We make the following proposal for consulting services: 50% Construction Documents a. Review preliminary project design plans. b. Review and coordinate comments from DD drawings. c. Site visit to establish existing conditions. d. Load calculations. e. *Coordination with utility companies. f. *Electrical service design. g. Electrical service distribution. h. Power and Lighting plans. i. Equipment cut sheets and product literature. j. Opinion of probable costs. k. (2) web-based meetings with design team. 90% Construction Documents a. Review and coordinate comments from 50% drawings. b. Power and Lighting plans. c. Electrical specifications. d. Opinion of probable costs. e. (2) web-based meetings with design team. 100% Construction Documents a. Review and coordinate comments from 90% drawings. b. Power and Lighting plans. c. Electrical specifications. d. Title 24 Calculations and documentation. e. Opinion of probable costs. f. Review and respond to City comments. g. Provide 100% biddable construction documents. h. (2) web-based meetings with design team. Bidding & Construction Administration a. Respond top bidder’s inquiries and request for clarifications. b. Incorporate addenda bid documents into construction set of plans and specifications. c. Review of submittals. d. Review proposed substitutions. e. Responding to questions from the field. f. Review change orders. g. (2) On site review of the Contractor’s work upon request. h. Final walk through observation report of the completed work. i. Prepared Record Drawings from redlines provided by contractor. Our total fee for the services outlined above is as follows: 50% Construction Documents $5,860 90% Construction Documents $5,400 100% Construction Documents $4,400 Bidding & Construction Administration $5,481 Total fee $21,141*/** *PG&E Application/Coordination/New Service (if Necessary): $7,860. **Solar Photovoltaic System Design/Grid-Interconnection/Application/Process: Assumed by Others Construction support includes review of submittals, responding to questions from the field, one on site review of the Contractor’s work upon request and a final walk through observation report of the completed work. Regularly scheduled job meetings during construction or periodic on-site inspections are not included in our scope of work (weekly or bi-weekly meetings). Not included in our basic scope of work: a. Electrical Utility Design (power, telephone & cable TV) beyond the Project property lines. b. Upgrade of existing on-site utilities (power, telephone & cable TV). c. Fire Alarm System Design. d. Electrical Service or Distribution Design. e. Street lighting or control. f. Data Cabling (or active electronics). g. CATV System Design. h. Telephone Cabling (or telephone switch design). i. Title 24 Commissioning. j. Title 24 certification, testing and documentation. k. Green Building Code (Cal Green) voluntary measures. l. Mechanical controls. m. Emergency Generator Design. n. Fire Pump Design. o. Photovoltaic System Design. p. Intrusion/Security System Design. q. CCTV System Design. r. As – built Drawings. s. Power Coordination Study etc. t. Preparation or review of energy rebate applications. u. LEED Certification. v. Value Engineering Reviews. w. Design using Revit or other BIM software. x. Structural Calculations. 2023 Hourly Rate Schedule Engineering Director $ 217.00/hr. Senior Project Manager $ 194.00/hr. Project Manager $ 188.00/hr. Electrical Designer $ 178.00/hr. CADD Manager/ Drafter $ 139.00/hr. Drafter $ 119.00/hr. All drawings, details, specifications, reports, calculations and etc. are the property of Aurum Consulting Engineers Monterey Bay, Inc. Aurum Consulting Engineers Monterey Bay, Inc. grants a one-time non- exclusive license for one time use on this specific project for the engineering work covered by this agreement and may not be used by the Client for any other endeavor without written consent. The above proposed fee does not include fees assessed by agencies as a result of obtaining information, plans, existing conditions, etc. in order to accomplish our Scope of Work. These will be considered out- sourced expenses should they occur. Additional compensation will be requested when: • Revisions are requested after the substantial completion of the documents. • It is necessary to review change orders not initiated by or as a result of our design. • When additional work not in the scope of work listed above (included services) is requested. Agreement Terms An invoice for Aurum Consulting Engineers services will be submitted monthly. Invoices are payable within 30 days after the invoice date. Accounts unpaid 60 days after the invoice date may be subject to a monthly service charge of 1.5% (or the legal rate) on the then unpaid balance. In the event any portion or all of an account remains unpaid 90 days after billing, the Client shall pay all costs of collection, including reasonable attorney’s fees. If the client objects to any portion of the invoice, the Client shall notify Aurum Consulting Engineers in writing within ten calendar days of receipt of invoice. The Client shall identify the specific cause of the disagreement and shall pay when due that portion of the invoice not in dispute. Any claims or disputes arising between Aurum Consulting Engineers Monterey Bay Inc. and the Client shall be submitted to non-binding mediation. The Client shall, to the fullest extent permitted by law, indemnify and hold harmless Aurum Consulting Engineers Monterey Bay Inc., Aurum Consulting Engineers Monterey Bay Inc.’s officers, directors, employees, agents and sub consultants from and against all damage, liability and costs, including reasonable attorney’s fees and defense costs, arising out of or in any way connected with the performance by any of the parties above named of the services under this agreement, excepting only those damages, liabilities, or costs attributed to the sole negligence or willful misconduct of Aurum Consulting Engineers Monterey Bay Inc. In recognition of the relative risks, rewards and benefits of the project to both Aurum Consulting Engineers Monterey Bay Inc. and the Client, the risks have been allocated such that the Client agrees that, to the fullest extent permitted by law, Aurum Consulting Engineers Monterey Bay Inc.’s total liability to the Client for any and all injuries, claims, losses, expenses, damages or claim expenses arising out of this agreement from any cause or causes, shall not exceed Aurum Consulting Engineers Monterey Bay Inc. Insurance coverage in effect on the contract date. Such causes include, but are not limited to, Aurum Consulting Engineers Monterey Bay Inc. negligence, errors, omissions, strict liability, breach of contract or breach of warranty. This agreement may be terminated upon giving written notice by the Client or Aurum Consulting Engineers Monterey Bay Inc. should the other fail to perform its obligation hereunder. In the event of termination, the Client shall pay Aurum Consulting Engineers Monterey Bay Inc. for all services rendered to the date of termination, all reimbursable expenses, and reimbursable termination expenses. Any litigation between the parties shall be adjudicated in the County of Monterey, California. Payment of invoices is in no case subject to unilateral discounting or set-offs by the Client and payment is due regardless of suspension or termination of the Agreement by either party. We trust that the above is in agreement with your understanding of our participation in this project and meets with your approval. We are most interested in your input and if there is something about our proposal which needs further explanation or if you would like to make adjustments in the scope-of-work please contact us. Please acknowledge your acceptance of this proposal by signing this letter below and returning a copy to us. This Proposal and pricing will expire in 90 days if written agreement is not received. Sincerely, Najib Anwary, P.E., LEED AP (BD+C) Sr. Project Manager Accepted: Signature: __________________________ Title: ____________________________ Name: _____________________________ Date: ____________________________ PROPOSAL FOR GEOTECHNICAL SERVICES Dear Mr. Harris: 1.0 INTRODUCTION GeoSolutions, Inc. presents this proposal to provide geotechnical services for the proposed Emerson Park Amenity Upgrades and Beautification project to be located at Emerson Park, 1341 Nipomo Street, San Luis Obispo California. SSA Landscape Architects, Inc. will hereafter be referred to as the client. This proposal presents our project understanding, proposed scope of services, preliminary schedule, and estimated costs associated with providing the following project deliverables:  Soils Engineering Report All work listed in this proposal shall be in accordance with the standard specifications of the City of San Luis Obispo, the 2022 California Building Code (CBC), and/or industry standard practices. 2.0 PROJECT UNDERSTANDING Our project understanding is based on the RFP for the project, which was provided by the City of San Luis Obispo. The proposed project will consist of renovating existing facilities and constructing new facilities within the existing park. New facilities are to include a restroom, play structure, and shade structures. Retaining walls may be constructed as part of the proposed improvements. See Figure 1: Site Plan (provided by the City of San Luis Obispo). Figure 1: Site Plan (provided by City of San Luis Obispo) DATE January 6, 2023 PROJECT NUMBER GS00320-1 CLIENT SSA Landscape Architects, Inc. Attn: Christian Harris 303 Potrero St, Suite 40-C Santa Cruz, CA 95060 PROJECT NAME Emerson Park Amenity Upgrades and Beautification Project 1341 Nipomo Street San Luis Obispo California Emerson Park Amenity Upgrades and Beautification January 6, 2023 Project GS00320-1 2 The proposed structures are to be located throughout Emerson Park. The site is generally level, sloping gradually downward to the southwest. This area is mapped as being underlain by Surficial Sediments (Qa). Geotechnical information is requested for design and construction of foundations for the proposed structures.. 3.0 SCOPE OF SERVICES Based on our understanding of the project needs we propose the following scope of services. 3.1 Field Investigation The proposed field investigation will consist of advancing five exploratory borings to a maximum depth of 15 feet (bgs). Anticipated exploration locations are provided in Figure 2: Proposed Exploration Plan. Actual exploration locations will be based on drill rig access, utility clearance, and our understanding of the project needs. The explorations will be used to determine the general site suitability for the proposed construction. The Project Engineer will observe the boring operations and record the sub-surface soils and/or bedrock conditions in Boring Logs. During the field investigation, sampling will be performed at approximate 2.5 to 5.0-foot intervals. Bulk and relatively undisturbed soil/bedrock samples will be obtained in the field for classification and laboratory testing. The exploratory borings will be backfilled, but not compacted, with on-site material. Repair of damaged landscape will not be the responsibility of GeoSolutions, Inc. Prior to the field investigation, pertinent published and unpublished geotechnical studies and literature of the subject project area will be reviewed under the direction of the Project Engineer. A predrill site visit will be performed in order to coordinate proposed exploration locations with the project team and/or mark for utility clearance (USA Dig Alert). We assume no site access restrictions apply for our field investigation and that no permits are required for our fieldwork. 3.2 Laboratory Testing Selected soil samples that are considered to be representative of site conditions will be tested in our laboratory, or an equivalent laboratory, in order to ascertain or derive relevant engineering properties. Anticipated testing for the project may include: Figure 2: Proposed Exploration Plan Emerson Park Amenity Upgrades and Beautification January 6, 2023 Project GS00320-1 3  Soil Classification (ASTM D2487, D2488)  Liquid Limit, Plastic Limit, and Plasticity Index (ASTM D4318)  Expansion Index (ASTM D4829)  Soil Particle Size Analysis (ASTM D422)  Laboratory Maximum Density (ASTM D1557)  Direct Shear (ASTM D3080) 3.3 Geotechnical Analysis and Report Preparation Geotechnical engineering analyses will be performed using the data obtained during our literature review, field investigation, and laboratory testing. The analyses will be used to help form our Soils Engineering Report for the project providing geotechnical recommendations pertaining to:  Location and depth to bedrock, if encountered  Depth to groundwater, if encountered  Grading requirements  Processing of soils and depth of over-excavation  Drainage and erosion  Preliminary pedestrian pavement structural section  Bearing capacity  Minimum foundation depth and width parameters  Lateral earth pressures (active, at-rest, and passive resistance) and sliding resistance parameters for the design of retaining walls and footings  Seismic design considerations including seismic lateral earth pressures A digital copy (pdf) of this report will be emailed to the client and/or client representative. 4.0 SCHEDULE Receipt of the signed agreement for professional services signifies the start of the schedule. Please note this schedule is only approximate and is subject to change; weather and site access can affect the schedule time frame.  Field investigation: within approximately four to five weeks of receiving signed agreement.  Laboratory analysis: within approximately two to three weeks of field investigation.  Report preparation: within approximately two weeks of laboratory analysis. The report(s) will be submitted within approximately eight to ten weeks of receipt of your written authorization to proceed. To initiate the proposed services, please sign and return a copy of the included Agreement for Professional Services. Upon receipt of the signed copies of the Agreement for Professional Services, we will promptly schedule the fieldwork for the proposed scope of services and return a counter-signed Agreement for Professional Services. Any alterations to the original Agreement for Professional Services may result in a delay of the proposed services or our inability to execute those services. Emerson Park Amenity Upgrades and Beautification January 6, 2023 Project GS00320-1 4 5.0 FEE ESTIMATE Our fees for the proposed geotechnical services include a Soils Engineering Report (field investigation, laboratory testing, and report). We understand this is a prevailing wage project. A breakdown of costs associated with performing our proposed work scope is provided. Our fees are based on a flat rate and are as follows: Soils Engineering Report Field Investigation $ 3,640.00 Laboratory Testing $ 1,900.00 Report Preparation $ 2,000.00 TOTAL: $ 7,540.00 We will not incur expenditures above $ 7,540.00 without your prior authorization. 6.0 TERMINATION OF SERVICES This contract may be terminated by either party. Any fees accrued by GeoSolutions, Inc. after receipt of the signed Agreement for Professional Services and retainer will be deducted from said retainer and the remainder returned to the issuer of the retainer. 7.0 ADDITIONAL GEOTECHNICAL AND INSPECTION SERVICES GeoSolutions, Inc. assumes that it will be retained to provide additional services during future phases of the proposed project. These services would be provided by GeoSolutions, Inc. as required by the City of San Luis Obispo, the 2022 CBC, and/or industry standard practices. These services would be in addition to those included in this document. 8.0 PROJECT CONSIDERATIONS It is the responsibility of the Client and/or the Client Representative to provide access to the project site for our testing equipment. The locating of any underground utility within the property limits is the responsibility of the Client and/or the Client Representative. If the Client/Client Representative is uncertain about the locations of underground utilities, you should hire a professional locating service. We will contact Underground Service Alert (USA) to locate utilities in the public right of away and exercise caution during field investigation. If paint is used to mark utility locations, GeoSolutions, Inc. will not remove paint marks. GeoSolutions, Inc. will not be liable for damage or injury arising from damage to existing utilities. It should be noted when drilling on or near developed properties, we will attempt to minimize damage to the existing landscape, hardscape, and/or pavement areas. GeoSolutions, Inc. will not be liable for damage to existing landscape, hardscape, and pavements. If available, topographic maps and a preliminary layout should be provided to us. Any change in the layout could necessitate additional work. Review of subsequent plan changes and/or other project requirements would be charged as additional cost in accordance with our fee schedule. We request that any previous geologic or geotechnical reports conducted for the site be submitted to us. 9.0 CLOSURE This proposal, including, but not limited to, the terms of payment, proposed services, and schedule for proposed services, is valid for 90 days from the proposed date. AGREEMENT FOR PROFESSIONAL SERVICES Project Description: Provide geotechnical services associated with a Soils Engineering Report in accordance with this proposal dated January 6, 2023 This Agreement is entered into by and between GEOSOLUTIONS, INC. and the CLIENT as follows: 1. GEOSOLUTIONS, INC. agrees to perform professional services at the Project name described to the left, or elsewhere as appropriate, the scope of which services is briefly described above. Client acknowledges that the “Exhibit A” applicable to project and date listed above is hereby made part of this Agreement for Professional Services. 2. Unless otherwise specifically agreed in writing, GEOSOLUTIONS, INC. services shall be performed on a fixed fee and/or time and materials basis in accordance with the proposal and/or fee schedule attached to this Agreement. Any estimate of the total cost for the scope of work described herein is provided in good faith, but is intended as an estimate only in recognition of the many variables that may affect the execution of professional services (including, without limitation, conditions in the field, coordination with other trades, field change orders, and the like). 3. All fees and other charges attributable to this Agreement shall be invoiced at completion of services. Release of work product to Client is contingent upon receipt of client payment in full to GEOSOLUTIONS, INC. unless otherwise specifically agreed to in writing by both parties. Invoices are due and payable upon receipt. After thirty (30) days, late charges shall accrue on invoices at the rate of 1% per month. Should Client dispute any fee or charge, written notice of such dispute must be provided to GEOSOLUTIONS, INC. within thirty (30) days after invoice date; otherwise, invoiced items and amounts shall be conclusively presumed correct. If it becomes necessary for GEOSOLUTIONS, INC. to file suit to collect any sum due for professional fees or costs, the prevailing party in such collection action shall be entitled to reasonable attorney's fees and costs incurred therein. 4. Any change order or expansion or modification of the scope of work, or additional services to be provided by GEOSOLUTIONS, INC., shall be agreed upon in writing, to the extent that it is reasonably practicable to do so, and such modified or additional work shall be governed by each and every provision of this Agreement; provided, however, that Client's acceptance of the work as modified or enlarged shall be deemed a waiver of any requirement of a written change order associated therewith. 5. To the fullest extent permitted by law, and not withstanding any other provision of this Agreement, the total liability, in the aggregate, of GEOSOLUTIONS, INC. and GEOSOLUTIONS, INC.’S officers, directors, partners, employees, agents and subconsultants, and any of them, to the Client and anyone claiming by, through or under the Client, for any and all claims, losses, costs or damages of any nature whatsoever arising out of, resulting from or in any way related to the Project or the Agreement from any cause or causes, including but not limited to the negligence, professional errors or omissions, strict liability, breach of contract or warranty, express or implied, of GEOSOLUTIONS, INC. or GEOSOLUTIONS, INC.’S officers, directors, employees, agents or subconsultants, or any of them, shall not exceed the total compensation received by GEOSOLUTIONS, INC. under this Agreement, or the total amount of $35,000 whichever is greater. 6. GEOSOLUTIONS, INC. shall perform professional services hereunder in accordance with generally accepted professional practice in its fields of specialty. No other warranty or representation of quality or result, either express or implied, is included or intended in our proposal, agreements or reports. Any and all reports or other findings, conclusions or recommendations provided to Client by GEOSOLUTIONS, INC. shall be strictly subject to the conditions and limitations stated therein. Any material departure from such conditions or limitations by Client shall relieve GEOSOLUTIONS, INC. of any liability which would otherwise arise in connection with such reports or recommendations. 7. To the fullest extent permitted by law, Client agrees to indemnify, defend, and hold harmless GEOSOLUTIONS, INC. from any and all liability, costs, loss, damages, or judgments arising directly or indirectly out of the conduct of Client, its employees, subcontractors, design professionals, agents, suppliers, and representatives, regardless of whether or not the active or passive fault of GEOSOLUTIONS, INC. contributed to the claim, loss, damage or liability. 8. In the event that Client requests termination of the services contemplated by this Agreement prior to the completion thereof, GEOSOLUTIONS, INC. reserves the right to complete such analyses, records, and reports as may be necessary to place its file in order and reasonably to protect its reputation for professional competence. All files, drawings, samples, field notes, and reports, including the authorized submission of final reports to public agencies, shall remain the property of GEOSOLUTIONS, INC. until GEOSOLUTIONS, INC. has received payment in full for fees and costs billed hereunder. The actual or threatened use of any such material in contravention of GEOSOLUTIONS, INC.'S ownership rights hereunder shall be grounds for appropriate injunctive relief. 9. GEOSOLUTIONS, INC. will diligently proceed to complete the professional services described in this Agreement in a timely manner. However, it is expressly agreed that GEOSOLUTIONS, INC. shall not be held responsible for delays in performance occasioned by factors beyond GEOSOLUTIONS, INC.'S control. Client: SSA Landscape Architecture, Inc. Signature: _______________________ Date: DATE January 6, 2023 PROJECT NUMBER GS00320-1 CLIENT SSA Landscape Architects, Inc. Attn: Christian Harris 303 Potrero St, Suite 40-C Santa Cruz, CA 95060 PROJECT NAME Emerson Park Amenity Upgrades and Beautification Project 1341 Nipomo Street San Luis Obispo California GeoSolutions, Inc. Kelly Robinson, GE 3118 Signature: _______________________ Date: January 11, 2023 Christian Harris Associate Principal SSA Landscape Architects, Inc. 303 Potrero Street, Suite 40-C Santa Cruz, CA 95060 Re: Proposal to Provide Civil and Structural Engineering Services for Emerson Park Amenity Upgrades and Beautification MME Project No: 22162 Dear Christian, Thank you for asking MME to provide your engineering services, accordingly we have prepared the following proposal for your review. We have over 30 years of local civil and structural engineering experience and look forward to working with you. Project Understanding This project consists of the rehabilitation and improvement of the existing amenities at Emerson Park in San Luis Obispo, California. These improvements primarily include a new fully accessible pre-fabricated public restroom, improvements to the dog park, relocated bocce courts, expanded basketball court, new playground, new fencing, improved solar safety lighting, site lighting, fencing, and (3) new shade structures at the dog park, playground, and exercise equipment. We understand that a major goal of the project is to utilize rain barrels to collect storm water for use at the community garden. We anticipate that the added and replaced impervious area for this project will be less than 22,500 SF. With the added/replaced impervious areas greater than 15,000 SF and less than 22,500 SF, the project will need to provide performance requirements 1, 2, & 3 in accordance with the City of San Luis Obispo’s Adopted Post Construction Requirements (Central Coast Regional Water Quality Control Board), dated July 12, 2013. These requirements include site design and runoff reduction, water quality treatment, and runoff retention. We understand that the project is being funded by Proposition 68 State Parks grant funding and will therefore need to comply with recent Prop 68 requirements. The approximate project budget is $2.8 million. Our work will generally include the civil engineering (CE) services to prepare construction documents including plans, specifications and estimates for use in competitive bidding and construction of this project. Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 2 of 7 Scope of Proposed Services The scope of our services is based on a review of the conceptual drawings, observations made during a visit to the site, and discussions with you. Based on this information, we intend to provide the following services: Design Phase Services Phase One – Conceptual Design 1. Participate in correspondence with you and members of the design team as may be required to accomplish the tasks identified during this phase. 2. Prepare a topographic field survey of the site to provide a base map for design. Contact utilities companies to request maps of utilities in the project area and surrounding streets. We will survey ground features such as fences, slopes, pavements, building corners, driveways, major trees, and visible improvements or utilities at ground level. We will prepare a topographic map at about 10 scale with 2’ contours and elevations of ground features deliverable in AutoCAD and PDF. Survey will be an Engineering Survey based on local assumed datum and basis of bearings and will not be a Boundary Survey and will not include historical research, deeds, easements, legal descriptions, reconciliation of maps, filing records of survey, setting corners or determining property boundaries. Develop a scope of services and subcontract to provide underground utility location markings at the site and surrounding street (see Figure 1). Figure 1 – Site overview map from RFP Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 3 of 7 3. Review the Geotechnical Investigation from the City. 4. Prepare structural design of foundations for prefabricated restroom, three shade structures, large playground structures, site light poles, and fencing. 5. Prepare and deliver one set of Schematic Design (SD) civil and structural engineering drawings of the selected alternative with sufficient detail to fix and describe the character of the systems contemplated for use on this project. SD drawings will be about 50% complete when compared to the final drawings. Drawings will include: i) Impervious area plan with drainage area calculations and mitigation areas ii) Site grading and drainage plan with inlets, outlets, pipes for storm drainage and preliminary ADA grading scheme iii) Utility Plan for prefabricated restroom sewer and water connections, and possibly replacement water fountain connections if needed iv) Foundation plan for prefabricated restroom, shade structures, and playground structures v) Key Structural Details 6. Prepare an opinion of estimated construction costs for the portions of the project represented by our drawings. 7. Provide the administrative support necessary for us to perform these services. Phase Two – Final Design 1. Participate in correspondence with you and members of the design team as may be required to accomplish the tasks identified during this phase. 2. Attend a meeting with you and other members of the design team to review and discuss the previously submitted schematic drawings and to resolve any identified conflicts between the various disciplines. 3. Prepare a Drainage Memo. 4. Prepare and deliver 90% engineering drawings sufficiently detailed for competitive bidding and for guidance of a qualified, experienced contractor during construction of the proposed improvements. These Drawings will be submitted for the Building Permit Application. Drawings to be furnished will include: i) Cover ii) Site grading plan iii) Site drainage plan with inlets, outlets, pipe sizes and lengths for storm drainage and restroom sewer lateral iv) Storm Water Control Plan with impervious areas v) Utility Plan Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 4 of 7 vi) Erosion control plan vii) Site Details viii) Foundation plan for prefabricated restroom, shade structures, and playground structures ix) Key Structural Details 5. Prepare and deliver a preliminary set of technical specifications in MS Word. 6. Prepare an opinion of estimated construction costs for the portions of the project represented by our drawings. 7. Assist in obtaining approval of our parts of the project by the Building Official by responding to one set of plan check comments. 8. Complete the design and preparation of 100% level drawings incorporating Building Permit submittal comments and revisions. 9. Complete the preparation of 100% level technical specifications incorporating Building Permit submittal comments and revisions. 10. Update the final 100% opinion of estimated construction costs for the portions of the project represented by our drawings. 11. Prepare final civil engineering calculations for earthwork volumes, storm and sanitary sewer systems, and other portions of the civil site improvements. 12. Prepare final structural engineering calculations for foundations. 13. Revise Final Plans, Specifications, and Estimate as requested by City Engineer, for use in bidding and construction of the project. 14. Provide the administrative support necessary for us to perform these services. Phase Three – Construction Administration 1. Participate in correspondence with you and members of the design team as may be required to accomplish the tasks identified during this phase. 2. Participate in a pre-construction meeting to answer questions about design intent or about interpretation of the documents prior to work at the site. 3. Prepare and issue bulletins in response to RFI’s during construction, if needed, for clarification of our drawings or specifications. 4. Review submittals and shop drawings, submitted through and checked by the General Contractor, for general compliance with the intent and requirements of our Construction Documents. Re-review of any submittals more than two resubmittals would be considered Additional Services. 5. Provide the administrative support necessary for us to perform these services. Additional Services Additional Services are those items which are not specifically mentioned under the scope of proposed Design Phase services outlined above and/or those items which Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 5 of 7 arise as a result of unforeseen circumstances during the design or construction phases of the project. Any Additional Services and compensation shall be authorized by the Client in advance and in writing or acknowleged and confirmed by email. Because the remodeling and/or rehabilitation of an existing building or infrastructure requires that certain assumptions be made regarding existing conditions, all the construction details can seldom be precisely shown on the drawings before the work of construction begins. Therefore, unforeseen field conditions will generate a certain amount of Additional Services work and expense due to no fault of anyone and we recommend the Owner carry a bigger contingency for additional design fee and additional construction cost to address unknown existing conditions. The following is a partial list of work excluded from this scope of services: Existing Underground Utility Location, Irrigation, Geotechnical Engineering, Caltrans Encroachment Permits, Environmental Assessments or Permits, Hazardous Materials Services, Architecture or Waterproofing, Mechanical, Electrical or Traffic Engineering, Pumps and Hydromodification Analysis, FEMA studies, Arborists Reports, Tree Protection Plans, Traffic Control Plan, Construction Staging Plans, SWPPP, Signalized Intersections and Crosswalks, Bid Alternates, Value Engineering, Construction Inspection, Front End Specifications, Expedited Schedule, Demolition Plans and Construction Contracts. Deliverables At the following points in the design process, we will furnish the following deliverables to you for your use, review and comment:  Topographic Survey – AutoCAD format and PDF format  Schematic Design 50% – Two conceptual plans, one set of plans (with selected alternative), and cost estimate in electronic PDF format  Design Development 90% – One set of plans, one cost estimate, and one preliminary drainage memo in electronic PDF format, and one set of preliminary technical specifications in MS Word format.  Construction Documents 100% – One set of plans, one cost estimate, one set of calculations in electronic PDF format, and one set of technical specifications in MS Word format.  Final Construction Documents– One set of signed plans on bond paper, three sets of signed calculations, one cost estimate, and one final drainage memo in electronic PDF format and one set of signed technical specifications in MS Word format. Time Schedule Based on our present workload, we could begin work on this project within two weeks of receiving a signed copy of this proposal. The work will be completed pursuant to a mutually agreed upon schedule. Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 6 of 7 Compensation for Services Compensation for all services rendered in connection with this project will be based on time and expenses charged in accordance with our Schedule of Standard Billing Rates. Based on information available to us at this time, it is our opinion the estimated cost of our services will be Hourly Not To Exceed the amount shown in the attached Engineering Fee Estimate. Thank you for the opportunity to prepare this proposal. Should you have any questions please call me. We look forward to working together with you. Respectfully yours, Rodney Cahill, P.E. Principal Engineering Fee Estimate prepared for SSA CE and SE Services for Emerson Park Mesiti-Miller Engineering, Inc. MME Project Number: 22162 1/11/2023 Item Task Description Total Principal Engineer Engineer Engineer Engineer Engineer Admin Fee Engineer V IV III II I Assist $230 $220 $200 $170 $150 $130 $95 Phase One - Conceptual Design 1 Correspondence 4 1 1 2 $1,590 2 Topographic Survey 16 80 $15,680 3 Review Geotechnical 1 4 $830 4SDs $0 i. Impervious Area Plan 1 4 4 $1,510 ii. Grading and Drainage Plan 8 8 16 $5,600 iii. Utility Plan 4 8 16 $4,680 iv. Foundation Plans 1 16 $3,430 v. Key Structural Details 1 8 $1,830 5 Cost Estimate 1 4 2 2 $1,670 6 Administration 1 4 $610 Subtotals: 38 0 29 23 124 0 4 $37,430 Phase Two - Final Design 1 Correspondence 4 1 1 1 $1,440 2 Meeting 2 2 $760 3 Drainage Memo 2 16 4 $3,780 4 90% Plans $0 i. Cover 2 $300 ii. Grading Plan 2 24 6 $5,440 iii. Drainage Plan 2 4 16 $3,540 iv. SWCP 2 12 4 $3,100 v. Utility Plan 1 12 4 $2,870 vi. Erosion Control Plan 1 2 4 $1,170 vii. Site Details 1 2 4 $1,170 viii. Foundation Plan 1 32 $6,630 ix. Key Structural Details 1 12 $2,630 5 90% Tech Specs 4 24 4 24 $10,000 6 90% Cost Estimate 1 8 2 8 $3,370 7 Plan Check 1 2 1 4 $1,400 8 100% Plans 2 8 4 16 $5,140 9 100% Tech Specs 2 4 2 4 $2,200 10 100% Cost Estimate 1 2 2 $930 11 CE Calculations 1 6 $1,130 12 SE Calculations 1 6 $1,430 13 Revise Final PS&E 4 4 $1,400 14 Administration 4 4 $1,300 Subtotals: 36 0 103 86 115 0 4 $61,130 Personnel and Hourly Billing Rates Phase Three - Construction Administration 1 Correspondence 1 1 1 $580 2 Pre-con Meeting 2 2 $800 3 RFI Response 2 4 8 $2,460 4 Review Submittals 1 4 8 $2,230 5 Administration 1 2 $420 Subtotals: 70921702 $6,490 Services Subtotal: $105,050 Reimbursable Expenses 1 Plotting and Delivery $0 2 Mileage 200 0.625 $125 3 Subconsultant Utility Markings Allowance (x 1.10)2500 1.1 $2,750 Subtotals: $2,875 Services and Expenses Subtotal: $107,925 This is our estimate based on currently available information. We may redistribute compensation between phases to be consistent with the hours of services provided, but shall not exceed the total unless approved by the Client. This estimate is based on hourly rates effective through December 2023. Proposal for Emerson Park MME Project No: 22162 January 11, 2023 Page 7 of 7 Schedule of Standard Billing Rates Effective through December 31, 2023 Professional Services Engineer I $ 130 / hour Engineer II $ 150 / hour Engineer III $ 170 / hour Engineer IV $ 200 / hour Engineer V $ 220 / hour Principal Engineer $ 230 / hour Expert Witness Services $ 380 / hour Deposition, court appearance and preparation Administrative Assistant $ 95 / hour CAD Technician I $ 90 / hour CAD Technician II $ 110 / hour Field Technician I $ 115 / hour Field Technician II $ 140 / hour Minimum Consultation Fee $ 1,000 Field Survey (Prevailing Wage) Chief of Party $235 / hour Instrumentman $225 / hour Chainman / Rodman $215 / hour Flagperson / Pedestrian Monitor $170 / hour Reimbursable Expenses Sub-Consultants Direct Billing x 1.10 Outside Services Direct Cost x 1.15 Printing, delivery, equipment rental and other direct project expenses In-House Services Photocopies $ 0.10 sheet Plotting -internal check plots / plots on bond $ 2.00 sheet -final plots on mylar $ 10.00 sheet Travel Automobile mileage $ 0.625 mile Airfare, Car Rental, etc. Direct Cost x 1.15 Per Diem Allowance (varies by location) $ 197/day \\svr2016\projects\22162 ssa - emerson park\proposal\proposal or soq work docs\22162_emerson park_proposal.docx