Loading...
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.