HomeMy WebLinkAboutCOW 2009-01-26 Item 3F - Contract Supplement #7 - Tukwila International Boulevard Phases II and III with KPG Inc for $385,000I CAS NUMBER 09-013
CATEGORY
SPONSOR
SPONSOR'S
SUbLM RY
MTG: DATE
01/26/09
02/02/09
MTG. DATE
01/26/09
02/02/09
013
A'Ieeting Date
01/26/09
02/02/09
Discussion Motion Resolution
Mtg Date 01/26/09 Mtg Date 02/02/09 Mtg Date
COUNCIL AGENDA SYNOPSIS
Inzttals
Prepared by I Mayor's review Counczl review
J M
JMs fd
a
I
1TEMINFORMATION
ORIGTIV 3I. AGENDA DAZE: JANUARY 26, 2009
RECORD.OF- COUNCIL_ACTION
ATTACHMENTS
Informational Memorandum dated 01/14/09
Contract 02 -108 Supplement No. 7 with Scope of Work and Fee
Minutes from the Transportation Committee meeting of 01/20/09
ITEM No.
R
AGENDA I I EN TITLE Tukwila International Boulevard Phase II III
Supplemental Agreement No. 7 for Construction Management Services with KPG.
Ordinance Bid Award 7 Public Hearing Other
Mtg Date Mtg Date Mtg Date Mtg Date
Council Mayor Adm Svcs n DCD Finance Fire U Legal n P&R Police PTV
Base Contract 02 -108 with KPG, Inc. included design services for the Tukwila
International Blvd Phase II and III Project. Supplement No. 7, for construction
management services, has been negotiated with KPG in the amount of $385,000. The
scope of work includes construction management support to augment the field team of
City personnel and Harris Assoc. The Council is being asked to approve Contract 02 -108
Supplement No. 7 with KPG.
REV)IBWED BY COW Mtg. n CA &P Cmte U F &S Cmte Transportation Cmte
Utilities Cmte Arts Comm. Parks Comm Planning Comm.
DATE: 01/20/09
RECOMMENDATIONS:
SPONSOR/ADMIN. Public Works
COM ffTTEE Unanimous Approval; Forward to Committee of the Whole
COST°IMPACT FUND
EXPENDITURE REQUIRED AMOUNT BUDGETED
$385,000.00 $2,115,000.00
Fund Source: 104 ARTERIAL STREET FUND (PAGE 16 17, 2009 CIP)
Comments:
APPROPRIATION REQUIRED
TO:
City of Tukwila
FROM: Public Works Director
DATE: January 14, 2009
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Transportation Committee
SUBJECT: Tukwila International Blvd Phase II Ill (S 116 St to S 139 St)
Project Nos. 95 -RWO3 95 -RW04, Contract 02 -108 Supplement No. 7
Construction Management (CM) Services with KPG
ISSUE
Approve Contract 02 -108 Supplement 7 with KPG, Inc. for the Tukwila international Blvd
Phase II III Street Improvement Project construction management and material testing
services.
BACKGROUND
The City contracted with KPG, Inc. to design Tukwila international Blvd Phase II Ill Project
from S 116 St to S 139 St. The construction contract was awarded to Gary Merlino
Construction on December 15, 2008. The City wishes to retain KPG during the construction
phase to provide engineering support as necessary for issues related to design and other
technical support services.
ANALYSIS
The Supplemental Agreement for KPG includes civil, electrical, surveying, utility coordination
technical support, structural and wall construction engineering, geotechnical support and
materials testing services.
These services will augment the construction field team composed primarily of Harris
Associates and City personnel. The negotiated fee of $385,000.00 is reasonable for this project.
See adjacent Harris memo for budget information.
RECOMMENDATION
The Council is being asked to approve Contract 02 -108 Supplement #7 with KPG, Inc. to
provide construction management support for Tukwila International Blvd Phase II III Project in
the amount of $385,000.00 and consider this item at the January 26, 2009 Committee of the
Whole meeting and subsequent February 2, 2009 Regular Meeting.
Attachment: Consultant Contract 02 -108 Sup #7 including Scope of Work and Fee
P\PROJECTS\A- RW RS Projects \95RW03 TIB2 \Info Memo KPG Sup #7 01 -14-09 MER.doc
VI Washington State
Department of Transportation
Supplemental Agreement
Number 7
Original Agreement Number
LA -5329 O 1 08(g)
Project Number
STPF 0099(007) 1-]LP- STPUL- 0099(103)
Project Title
Tukwila International Boulevard Phase 2 3
Description of Work
South 139th Street to South 116th Street
Construction Engineering and Materials Testing ServicesSelvices
The Local Agency of City of Tukwila
desires to supplement the agreement entered into with KPG, Inc. P.S.
and executed on 11/18/2002 and identified as Agreement No.
All provisions in the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Section 1, SCOPE OF WORK, is hereby changed to read:
this reference made a part of this agreement.
Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for
completion of the work to read: Time for completion shall he December 31, 2010
Section V, PAYMENT, shall be amended as follows:
Additional services for this supplement No. 7 are estimated at 5385.000 based on_tlie level of effort indicated on the
attached Exhibit `D -7'.
If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces
below and return to this office for final action.
By: Nelson Davis, KPG
DOT Form 140 -063 EF
Revised 9/2005
Consultant Signature
Organization and Address
KPG, Inc. P.S.
KPG, Inc. P.S.
753 9th Avenue North
Seattle, WA 98109
Phone: 206.286.1640
Execution Date Completion Date
11/18/2002
New Maximum Amount Payable
2,127,637.00
111
12/31/2010
By City of Tukwila
Approving Authority Signature
Date
03-1006)
LA -5329
A. BACKGROUND
0
Exhibit 13 -7
City of Tukwila
Tukwila International Boulevard, Phases 2 3
South 139 Street to South 116 Street
Scope of Work
Supplemental Agreement No. 7
Construction Engineering and Support
KPG, Inc
January 9, 2009
The scope of work is provided to include additional support throughout the construction phase of the Tukwila
International Boulevard Project. This work includes preconstruction support, construction phase services, material
testing services, on -call construction surveying, franchise utility assistance, and preparation of record drawings as
described herein.
B. Score: or WORK
TASK 1 MANAGEMENT COORDINATION ADMINISTRATION
1.1 The Consultant shall provide continuous project management for the project duration (estimate 20 months).
1.2 The Consultant shall prepare monthly progress reports identifying work completed in the previous month,
work in progress, upcoming work elements, and reporting of any delays, problems, or additional
information needs. These reports shall be submitted with the Consultant invoices.
1.3 The Consultant shall provide continuous management and administration of all subcontractors included in
this scope of work.
Task 1 Deliverables: Monthly progress reports (20 months)
TASK 2 CONSTRUCTION PHASE SERVICES
2.1 The Consultant shall provide on -call support, which may include, attending preconstruction meeting,
weekly progress meetings, review shop drawings, accuracy checks of construction surveying and staking,
interpretation of plans and specifications, and construction change order assistance on an as- needed basis.
Specific tasks are anticipated to include:
Preconstruction Services: Assistance with utility coordination, coordination with City field and
administrative staff, attendanc a t preconsft mee ting and other support os requested by the
t meeting YY... equ t
w..
City in preparation for construction.
Construction Meetings: Attend weekly construction meetings or other project meetings at the
construction site to review, in conjunction with the City, the Contractor's progress and
construction schedule. Weekly attendance is not anticipated for the project duration; however, the
project design engineer and other engineers will attend as requested. Provide feedback and follow
up as appropriate. Budget allowances for meeting attendance is shown on the attached hour
estimate.
Submittals: Review and comment on the Contractor's submittals, including shop drawings.
Interpretation of Plans and Specifications: Provide technical assistance to clarify and interpret the
contract documents at the request of the City Assist the City in answering Contractor questions.
Page 1 of 2
TASK 5 RECORD DRAWINGS
Respond to requests for information (RFIs), prepare requests for quotation (RFQs), and prepare
construction field directives (CFDs).
Change Order Assistance: In the event that the provisions of the Contract Documents need to be
revised, prepare the necessary revisions to the drawings and specifications.
O Subconsultant Construction Support: Project Subconsultants for geotechnical (Landau
Associates), Structural Engineering (KPFF) and material testing services (Krazan and Associates)
will be retained for construction support on an as requested basis. Day to day coordination with
the material testing service will be the responsibility of the City. The provisions of Exhibit C -2
(Payment Cost plus Fixed Fee) shall not apply to materials testing. Material testing rates shall
be in accordance with the fee schedule attached as Exhibit G -7. Budget allowances for each
Subconsultant are shown on the attached reimbursable breakdown.
O Assist with preparation and attendance at special events, such as public meeting, groundbreaking,
ribbon cuttings, council updates, and other events as requested.
Task.2 Deliverables: Documentation as requested in support of on -call construction support
TASK.3 UTILITY COORDINATION ALLOWANCES
3.1 The Consultant will provide assistance to facilitate franchise utility relocations and adjustments as
requested by the City. These services may include design modifications that may be required to facilitate
franchise utility work. The purpose of this task is to provide a budget allowance and tracking mechanism
for possible reimbursement to the City by the franchise utilities. Work for each utility will be tracked
separately on monthly invoices. The City will be responsible for obtaining reimbursement on these charges
when applicable.
TASK.4 CONSTRUCTION SURVEYING AND STAKING
4.1 The Consultant will provide construction surveying and staking on an as requested basis. Primary survey
will be provided by the Contractor; however, the City may request verification survey and staking or
assistance with as -built survey. We have included an allowance of 80 hours of survey crew time with
necessary office support.
5.1 The Consultant will provide record drawings within 60 days of receipt of information provided by the
construction contractor and the City of Tukwila.
Task.5 Deliverables:
Record Drawing A'fylars (full size)
Half -size copy of draft
Full-size and hal`si e copses of f nal record drawings
Electronic files
C. FUTURE SUPPLEMENTAL AGREEMENT
The City of Tukwila may require other services of the Consultant these services could include other work tasks not
included in the scope of work. These services may include, but are not necessarily limited to, additional
construction support, engineering or independent peer review of contractor, City, or utility proposed plan changes,
assistance with property issues, or other services deemed necessary by the City. At the time these services are
required, the Consultant shall provide the City with a detailed scope of work and an estimate of costs. The
Consultant shall not proceed with the work until the City has authorized the work and issued a Notice to Proceed.
Tukwila International Boulevard, Phase 2 3
Supplement No. 7
Page 2 of 2
January 9, 2009
EXHIBIT D-7
FEE SUMMARY
TUKWILA INTERNATIONAL BOULEVARD PHASES II AND III
SUPPLEMENT NO 7 CONSTRUCTION ENGINEERING AND SUPPORT
EXHIBIT D-7
HOUR AND FEE ESTIMATE
TUKWILA INTERNATIONAL BOULEVARD PHASES II AND III
SUPPLEMENT NO 7 CONSTRUCTION ENGINEERING AND SUPPORT
EXHIBIT D-7
HOUR AND FEE ESTIMATE
TUKWILA INTERNATIONAL BOULEVARD PHASES II AND III
SUPPLEMENT NO 7 CONSTRUCTION ENGINEERING AND SUPPORT
REIMBURSABLE BREAKDOWN
EXHIBIT D-7
TUKWILA INTERNATIONAL BOULEVARD PHASES II AND III
SUPPLEMENT NO 7 CONSTRUCTION ENGINEERING AND SUPPORT
Deliverables:
1. Monthly Progress Report.
2. Monthly Invoice.
EXHIBIT G -7
SCOPE OF SERVICES
CONSULTING GEOTECRNICAL ENGINEERING SERVICES
TUKWILA INTERNATIONAL BOULEVARD IMPROVEMENT PROJECT
CITY OF TUKWILA
This scope of services covers consulting geotechnical engineering services during construction of
improvements to Tukwila International Boulevard in Tukwila, Washington.
TASK 1 PROJECT MANAGEMENT AND COORDINATION
Objective: To manage, administer and provide ongoing coordination for the project. This task
includes technical and financial management, and liaison with KPG and City of Tukwila (CITY)
staff.
Approach:
1. Prepare monthly progress reports for submittal with progress payment invoices with backup
as required. Progress reports will identify progress status, and major activities completed
during the invoicing period, and out of scope of services.
CIient Responsibilities:
1. Timely review of deliverables and decisions on issues critical to scheduled progress.
2. Identification and involvement of Client Staff.
TASK 2 SITE VISITS AND GEOTECHNICAL CONSULTING DURING CONSTRUCTION
Objective: Provide geotechnical assistance to KPG and the CITY during construction of the
project.
Approach:
1. Periodic site visits as requested by KPG and /or the CITY to observe geotechnical-related
construction aspects of the project. We have budgeted for up to eight (8) site visits
2. Review the geotechnical aspects of CONTRACTOR submittals.
3. Provide consulting on geotechnical-related construction issues.
Deliverables:
1. Construction field reports summarizing observations and recommendations (if any).
2. Brief memorandums summarizing review comments on CONTRACTOR submittals.
1/13109 C:1Docurn: ms and Seuingsl,Nel:en'Lo t Seuirgs\Temp nary Internal Piles\OLKS417113 ccnst scopc_r v.dec
1 LANE
EXHIBIT G-7
LANDAU ASSOCIATES
TUKWILA INTERNATIONAL BOULEVARD CONSTRUCTION SUPPORT
EXHIBIT G -7
Landau Associates, Inc.
Overhead Schedule
Fiscal Year Ended dune 30, 2007
of
Income Landau WSDOT Accepted Direct
Description Statement Adj. Adj. Ref. Amount Labor
Direct Labor $2,740,431 ($7,846) A $2,732,585
Fringe
Overhead Labor $1,875,092 ($4,151) A $1,870,941 68.47%
Vacation/Sick Leave /Holidays 585,443 585,443 21.42%
Payroll Taxes 467,324 467,324 17.10%
Medical Insurances 375,196 3 75,19 6 13.73%
Bonus /Severance 424,613 (4,650) B 419,963 15.37%
Profit Sharing/ESOP 250,525 250,525 9.17%
Total Fringe $3,978,193 ($8,801) $3,969,392 145.26%
General Overhead
Field/Laboratory $84,485 ($84,485) C $0 0.00%
Temporary Help 34,024 34,024 1.25%
Health Safety 11,479 11,479 0.42%
Mileage 8c, Vehicle 69,433 (65,969) D 3,464 0.13%
Travel Lodging 50,859 (7,292) E 43,567 1.59%
Office Supplies/Equipment 136,333 (23,177) F 113,156 4.14%
Computer. Supplies/Maintenance 41,816 41,816 1.53%
Postage 17,272 17,272 0.63%
Telecommunications 78,969 78,969 2.89%
Tax License 197,239 197,239 7.22%
Professional License Dues 39,928 (2,672) O 37,256 1.36%
Building Expense 571,159 571,159 20.90%
Insurance 103,041 103,041 3.77%
Depreciation 208,470 (69,109) 0 139,361 5.10%
Imputed Cost•of Money 27,510 3,526 P 31,036 1.14%
Technical References' 9,018 9,018 0.33%
Recruiting 14,387 (2,707) H 11,680 0.43%
A Cost 100,077 100,077 -3 c
Personnel Relations 46,058 (10,246) I 35,812 1.31%
Professional Services 206,666 (1,921) J 204,745 7.49%
Marketing Expenses 186,982 (24,258) K 162,724 5.95%
Service Charges Interest 39,815 (39,815) L 0 0.00%
Donations 13,284 (13,284) M 0 0.00%
Miscellaneous Expense 7,214 (7,214) N 0 0.00%
Total General Overhead $2,295,518 ($349,477) $854 $1,946,895 71.25%
Overhead $6,273,711 ($358,278) $854 $5,916,287 216.51%
Overhead Rate 228.93% 216.51%
Page 2
Description
EXHIBIT G -7
Landau Associates, Inc.
Overhead Schedule
Fiscal Year Ended June 30, 2007
%of
Income Landau WSDOT Accepted Direct
Statement Adj. Adj. Ref. Amount Labor
Landau Associates Reviewed Accepted 10/18/07 CG
Financial Statements' compiled by Finney, Neill Company, P.S.
Landau Associates References
A. Direct and indirect labor overtime premiums unallowable per 48 CFR 22.103 -2.
B. Signing bonuses and moving bonuses in excess of $1,000 per person unallowable per 48 CFR 31.205 -35
and 48 CFR 31.201 -4. Bonuses in excess of 15% of allowable overhead also excluded per WSDOT policy.
C. Field supplies inventory, eventually charged to projects, related to job chargeable activity.
D. Vehicle gas, repairs maintenance most related to rental revenue.
E. Local meals, employee business meals Unallowable per 48 CFR 31.205 -14 and WSDOT Accounting
Manual, M13 -82, Chapter 10 Travel.
F. Estimated cost of direct photocopies related to job chargeable activity.
G. Depreciation on lab field equipment, field vehicles CAD equipment related to job chargeable activity.
H. Local meals recruiting unallowable per 48 CFR 31.205 -14 and. WSDOT Accounting Manual, M13-82,
Chapter 10 Travel.
L Mariner tickets; liquor, Christmas party expenses in excess of $25 per employee unallowable per
48 CFR 31.205 -14.
J. Federal income tax preparation fees over $250 unallowable per 48 CFR 31.205- 41(b)(1), 48 CFR 201 -6(d),
and WSDOT policy.
K. Advertising; client entertainment, campaign contributions; and other costs unallowable per 48 CFR 31.205 -1(d),
48 CFR 31.205 -8, 48 CFR 31.205 -14, and 48 CFR 31.205 -38.
L. Service charges and interest unallowable per 48 CFR 31.205 -20.
M. Donations unallowable per 48 CFR 31.205 -8.
N. Miscellaneous undocumented costs removed.
WSDOT References
O. Lobbying unallowable per 48 CFR 31.205 -22.
P. Imputed cost of money calculation used the wrong rate for July through December 2006.
Page 3
Sec
No
EXHIBIT G -7
ENGINEERING COST ESTIMATE:
Tukwila international Blvd Walls
Structural: Engineering Construction Support Services
Scope Of Work
1.0 Management, Admin. Meetings
Project Management 1 1 I 8
'Precon Meetings Assume 1 meeting) 4
Subtotals: �f 1 :2 :0"
5.0 Construction Support Services
Site Visits /Meetings (assume 5) 18 12
Submittal Review:
Steel Pile Shop Dwgs /Lists 1 4 24
Tieback 1 4
Shotcrete 1 4
Reber Shop Drawings 4 40
'Testing Reports 1 2 8
Miscellaneous Submittals 1 -4 8
RF1's 40 80
As- builts 8 40
7.0 Reimbursables
Courier and FedEx
Subtotals: 0 :82 :220 .1. -40
Note: 2.58 multiplier is determined as follows: 1.0 Base Rate +'1.329 Overhead 0.25'Pro,it
Fife: KPFF- Tukwila Wail CSS Fee Rev.xls Date: 1/12/2009
CATEGORY HOURS Sheet COSTS
Proj. Sen. Pro. CADDI 2.580
Princ. Manag. Engr. Tech. Admin. Multiplier
$64 855 835 1 832 1 $16 1 Reimb j Fee
40
$0
1 $1,300
$568
$0
:$1,868
$0
$3,638
$0
$2,735
$503
$503
$4,180
$1,006
$1,290
.$0
$12,900
$8,050
so
;$34;804
$100 j $100
Q1
TOTALS J 1 I 94 220 I 40 0 1 1 ..3 4,9o'- I
Page 1 of 1
excluding DCAA audit items
DIRECT LABOR
PERSONNEL 538,985,142
PRINCIPALS 53,744,812
OPS- CHARGEABLE 876,277
TOTAL 542,806,231
LABOR RELATED OVERHEAD
SICK LEAVE, PERSONNEL 51,320,316
SICK LEAVE, PRINCIPALS 5130,480
VACATION, PERSONNEL 52,236,648
VACATION, PRINCIPALS 5441,104
HOLIDAY, PERSONNEL. 51,598,414
HOLIDAY, PRINCIPALS 5207,411
PAYROLL TAXES 54,764 351
EMPLOYEE MED INSURANCE 54,071,630
TOTAL 514,770,354
LABOR RELATED tv1ULT 34 51%
Total With FAR
FY2007/8 adjustments
$38,985,142
53,744,812
$76,277
542,806,231
51,320,316
5130,480
52,236,648
5441,104
51,598,414
5207,411
54,764,351
54,071,630
514,770, 354
34.51%
GENERAL OVERHEAD
OVERHEAD WAGES, PERSONNEL 513,892,252 513,892,252
OVERHEAD WAGES, PRINCIPALS 512,079,652 (51,708,657) 510,370,995
OPS -NON CHARGEABLE 5721,980 5721,980
BLUEPRINTING AND DUPLICATING 5312,995 (598,599) 5214,396
RENT 56,754,181 56,754,181
REPAIR MAINTENANCE 5212,054 5212,054
CITY STATE BUSINESS TAX 5941,372 $941,372
DEPRECIATION 51,016 782 5 1,016,782
OTHER TAXES LICENSES 5170,468 5170,468
INSURANCE, OTHER THAN LIFE 5597,720 5597,720
OFFICE SUPS, POSTAGE, DEL. 51,445,014 51,445,014
TELEPHONE 5459,065 5459,065
PROF DUES, FEES, BKS, CONFS 5621,194 5621,194
CAR $818,405 5818,405
TRAVEL $767,500 5767,500
LEGAL $413,145 5413,145
ACCOUNTING 5184,871 5184,871
EMPLOYEE MORALE Meals 5780,755 (5351,340) 5429,415
MOVING 543,451 543,451
SCHOOL 569,958 569,958
PERSONNEL PROCUREMENT $312,289 $312,289
N1ISC JOB FIXES 582,198 (582,198) (50)
BAD DEBT 50 50 50
CONTRIB 3186,153 186,153) (50)
COMPUTER 51,643,436 51,643,436
Cost of money 50
TOTAL 544,526,888 (52,426,947) 542,099,941
GENERAL OVERHEAD MULTIPLE 104 02% 98.35%
OVERHEAD MULTIPLE 1 385 1 329
EXHIBIT 0 -7
PROJECT NOTES
EXHIBIT G -7
s ar ene o atta• d an.:.co c ed ll b s re -rence.
KA Proposal No. T08011
Tukwila International Blvd.
Phases 2 3 Improvements
Revised: January 6, 2009
Page No. 2
Scope and pricing is based on correspondence and conversations with lvfr. Ronda during the months of September
2008 through January 2009, and without the assistance of a construction schedule. Krazan Associates, Inc. is
willing to revise the estimate once a construction schedule is made available.
Consultant Project Management charges are included in the estimate at unit rates quoted.
Quantities are based on WSDOT minimums and are subject to decrease; thus all tests performed are based on
a time and materials basis.
Prices are subject to change if this Agreement is not executed within thirty (30) calendar days.
Services will be performed on a "tinge and materials" basis. Any total estimates provided are merely estimates
and are not a guaranteed maximum price.
All testing/inspections performed will be billed on a portal to portal basis unless specifically noted otherwise.
Maxirnum'h hour travel time, each way will be charged for site visits,
Twelve (12) hours notice of cancellation is required on all jobs.
Additional services requested in addition to the above will be billed at our current rates (see Attachment C).
ce• nce f Krazan's proposal constitu s yo agreement of Kraz comm t a1 k -r- our
I. The technician's reserved for this project are multi qualified and will be available for a variety of services.
FEE STRUCTURE
We will perform the services listed above on a time and material basis in accordance with our 2008 standard rate
schedule (see Attachment C). Based on the scope of work described in this proposal and our experience with similar
projects, Krazan and Associates' estimates the costs for testing and inspection services to be about $94 A
detailed breakdown of this cost estimate is attached as Attachment B. Costs for construction testing and inspection
services are highly dependent on contractors schedule; weather, overlapping of work, additional inspections required
by the building official and other factors. Krazan Associates does not control the work or production rate. Actual
costs will vary due to the frequency of scheduling by others. Therefore the quantities listed in our cost estimate
should be considered approximate. The estimate provided herein does not imply a lump sum fee, not -to- exceed
fee or a guaranteed maximum price. Consistent with good engineering practice, we will work with the contractor to
keep inspection costs at a minimum. If provided with a construction schedule this cost estimate can be further refined
and quantified.
COORDINATION
The above scope of services will be performed when scheduled by the General Contractor or the client's designated
representative. Proper scheduling is imperative to the success of the special inspections program. Krazan
Associates cannot take responsibility for work that has not been inspected if we have not been scheduled nor can we
take responsibility for delays due to insufficient lead -time in scheduling inspections. We recommend that the person
Krazan Associates, Inc.
With Offices Serving The Western United States
CONDITIONS
EXHIBIT G -7
KA Proposal No. T08011
Tukwila International Blvd,
Phases 2 3 Improvements
Revised: January 6, 2009
Page No. 3
scheduling the inspections contact our office prior to the job starting to discuss required inspection and scheduling
procedures.
1. Additional services requested outside of our stated scope of work will be billed in excess of the estimated
amount at our current rates. A price list for these services will be provided upon request (see Attachment C).
2. This offer terminates ninety calendar days from the dated of issue, unless otherwise stated and agreed.
3. Inspections which are canceled with Less than twelve (12) hours notice, or after an inspector has been dispatched
to the project site, will be charged the 2 -hour minimum fee associated with the type of inspection or testing
requested.
4. All concrete samples will be cast in 4 -inch diameter x 8 -inch high molds unless otherwise agreed.
5. Additional samples for contractor convenience testing and/or field cure samples are not included in this estimate.
6. Contractor will provide curing facilities in accordance with ASTM requirements for initial curing (the first 24
hours after specimens are cast) and protection of concrete test specimens on site.
7. Krazan and Associates, as a professional services fine, is typically not subject to the prevailing wage
agreements. Should by Federal ruling, our services be subject to prevailing wage rates, this proposal is null and
void. A new proposal will be provided to account for additional services and increased wage rates associated
with the ruling. This includes any apprenticeship programs, equal opportunity submittals, affirmative action,
union referral statements and /or certified payroll. These items were excluded from this proposal.
8. This estimate is based on structural steel being fabricated in a local (within a 25 mile radius of an existing
Krazan and Associates Inc. office) ANSI Certified structural steel fabrication facility. Should fabrication occur
outside this range additional costs for travel, time, mileage and/or per -diem will be charged.
Krazan Associates, Inc.
With Offices Serving The Western United States
171.0292 mtumvon :inulkvi_rq- ft1:.3ti33
r.." �_':/A�rrhl->�R�' c =ice_: O7a'i
6116090654890
I P arm, 42 flcpSY
Gavel Ucoor6
CS6c
HMn CI 112' -Ease 11200700
03 3 2 0 57 112' •Orc0ay
N HA 1/2 SGT
OSLO 90:0
91112000‘ Cceomio
57;4000 Cora
VonadCu&
Curb aM G43u
SCO33543pp5124
SCeoalc
3rd Parly Uli av TooOn,
Sa19
1COF
CS7C
400.160 322 To 1 411525 F1002,5,
9 Ccrlv0la
1 W0653030040u 1400 CY 4050 psi
1 Y781 601 554 15 CY 4000 psi
I SoIf Pao Cn000b(Faoib *65 200 CY Sn064o2o
)Soklcr PM Gene ref, (F66311 -505 1603 CY 274:4:410
1?$,If'o Pis COF got Sh711 510) 500
)Ur Tren [0815465
I 902483y T1a1ra, Crosilp
Wa0Tr 1 Bah2
Storm Plrc
E0p1r5.I
71410 6014
099085/5
617.7or AN adsslmsnb
65.046,160419
7o0WaiSece.I n2re�
/T5101T05 0100.3 1065
7 JS•10 Cede $$¢03
T4441T2 Cast 556.630.00
117c011711.757 r17170..0. 02,0 520430.00
57 P61Ux1d lh Hours
IPc05:5T524.5111n Cos/
17501 hvri :n CooO
17c01.00. 7
25015
43 LF
6680 LF
750 SY
6060 SY
150000' GB for Pp67rsa Grs4326n 11300 Tun 20
EE 1 -1300 Ton 25
Prod^_- 11-00 4
25.70 a:.v1T V 16 CY 5O
10600 CY .156000 G250162$14 for 4r2U GtatVon 1.130370n 20
5E 1.(00)T60 20
17108070 1- 1000TO0 20
FIctice 1000 3
2. L 07.±.1 1I47I 000 22
1
$1201,6
66.1761)0
EXHIBIT G -7
EXHIBIT G -7
On Site Mobile Laboratory (Asphalt Batch Plant)
On Site Mobile Laboratory Mobilization
On Site Mobile Laboratory De- Mobilization
Asphalt/Concrete Coring
Core Density Charge
Compression Samples (Concrete, Mortar, Grout)
Proctor Analysis (AASHTO T99 or TI 80)
Sieve Analysis AASHTO Ti 1 and T27)
Extraction/Gradation (AASHTO T308, Ti I, and T27)
Rice Density Analysis (AASHTO T209)
Marshall
Saud Equivalent AASHTO T176)
Degradation (WSDOTT113)
Atterberg Limits (ASTM 4318)
Hydrometer (ASTM 422)
Fracture Face AASHTO TP 61)
Shot Crete Test Panels (Includes 4 Cores) AASHTO T24)
Sample Pick -Up
Trip Charge/ Mileage
TRANSPORTATION SUPPORT DIVISION
FEE SCHEDULE
:T= -k_ DRSCRiPTION?lScoire :oZ= Scr9(ecs)- �M- ==lli1TE
I'WSDOT Validated Field Tester Concrete, Aggregate, HMA, Embankment, Welding) 1 S55/hr+ 15%
WSDOT Validated Lead Inspector Senior inpector- Non -PE; Project Lead Inspector) i 569 Hour
JOTS Manager WSDOT Experienced PE) 5125 /Hour
*15% Shift Differential
*=Batch Plant mobile laboratory costs include all Pests performed at that location.
CDF Cylinders
Structural Steel Inspection
Structural Steel Fabrication Shop Inspections
Concrete Fabrication Shop Inspections
Welder OualiTcation (AWS)
Non Destructive EXr (NDFJND2) Enuipmeot Usane
Welding Procedure
Bend or Tensile Test (Welded oatmeal Set of 3
Torque Tension Device (Skidmore- Wilhelm) if required
Cross Hole Sonic Testing
SWPP/Turbidity monitoring
Per Diem (Outside 50 Mile Radius of Bellevue, Spokane or Portland)
Mileage (Outside 50 Mile Radius of Bellevue, Spokane or Portland)
Supetpave Mix Design
CBR. (Wish Proctor Analysis) (ASTM D1883)
Soundness (Coarse Aggregate) (ASTM C88)
Durability (ASTM 3744)
!Relative De:sit/ 14=44in (AM D1253)
!Accelerated Expansion (CRD 148)
ILA Abrasion AASHTO T96)
'Permeability (flexabie wall) (ASTM D50841
Direct Shear (ASTM D3080)
Full Size Masonry Prism Samoles (ASTM 5477)
Flex Beam Compression Samples
NCAT Correbaticn Factcr (Asphalt Oven Cooreiation)
NOTES:
A 2 br minimum applies to each daily visit
Costs associated trilh an on site mobile laboratory nssunres Client supplied power, phone and Internet access
Costs associated yaith field tester and QTS Inspector includes all report writing, maintaining and processing.
Additionally, Sample pickup cast are Included as \yell.
Krazan Associates, Inc.
With Offices Servicing fhe Western United States
**52,000.00 /Month
51,500.00 /Ea.
51,500.00 /Ea.
570.00 Hr.
535.00 Ea.
520.00 /Es.
5200.00 Ea.
$90.00 Ea.
5200.00/ Ea
$90.00 Ea.
5180.00 Ea.
560.00 /Ea.
585.00 Ea.
580.00 Ea.
5150.00/Ea.
560.00 !Ea,
5140.00 Ea.
NO CJIARGE
NO CHARGE
580.00 Ea.
$75.00 Hr.
575.00/ Hr.
565.00 /llr.
$75.00/ Hr.
525.00 Day
575.00/ Hr.
5300.00 Set
550.00 Day
$2C-00 /Shalt
570.00 /Hr.
5110.00 /Day
50.60 /Mile
$4,500.00 /Ea.
$500.00 Ea.
5160.00 Ea
5200.00 Ea.
5175.00 ,L
5350.00 /Ea.
5175.00/Ea.
5500.00 Fa.
5200.00 /Ea.
5100.00 Ea.
580.00 Ea.
NO CHARGE
KA Proposal fro. T08011
TIDP 2 3
January 5, 2030
Transnortation Committee Minutes January 20, 2009 Pale 2
E. Tukwila International Boulevard Phase II and III Construction Management Support Supplemental
Agreement #7
Staff is seeking full Council approval to enter into Supplemental Agreement #7 with KPG, Inc. in the
amount of $385,000 to provide construction management support for Tukwila International Boulevard
Phases If and H.
The services provided by the supplemental agreement will complement the construction management
services that will be provided by Harris Associates (above) and the City. KPG was the design consultant
for TIB Phase II and III from South 116 Street to South 139 Street, and their presence providing
engineering support during the construction phase will be an essential element to the management team.
Additionally, KPG will be handling the material testing required by WSDOT. UNANIMOUS
APPROVAL. FORWARD TO JANUARY 26 COW FOR DISCUSSION.
F. Tukwila International Boulevard Phase II and III Construction Management Trailer Purchase
Staff is seeking full Council approval to purchase a field office trailer in the amount of $30,000 for on -site
construction management of the TIB Phase II and III project.
Large construction projects require a field office trailer for on -site construction management. Usually, the
trailer is rented as outlined in a construction contract, returned when the project is completed, and rented
again with each project that requires a field office. Given the almost two -year construction time frame for
TIB Phase II and III as well as other upcoming projects, it is more cost effective for the City to purchase a
trailer. Leases are estimated to cost approximately 4% of the purchase price per month. The trailer is
anticipated to last 10 -15 years, and will pay for itself within five years. The trailer can also be utilized as an
infield command post in an emergency situation. Liability for the trailer will be covered within the City's
self insured coverage with WCIA. UNANIMOUS APPROVAL. FORWARD TO JANUARY 26 COW
FOR DISCUSSION..
G. Street Vacation at 13911 Tukwila International Boulevard
Staff is seeking Council approval of a resolution setting a public hearing date of February 23, 2009 for a 128
foot street vacation along 13911 Tukwila International Boulevard. The street vacation is being requested by
the only abutting property owner located at 13911 Tukwila International Boulevard. UNANIIVIOUS
APPROVAL. FORWARD TO JANUARY 26 COW FOR DISCUSSION.
M. MISCELLANEOUS
Meeting adjourned at 6:16 p.m.
Next meeting: Monday, February 2, 2009 5:00 p.m. Conference Room 1
Committee Chair Approval
Minutes by KAM. Reviewed by GL.