Loading...
HomeMy WebLinkAboutTrans 2009-01-20 Item 3E - Supplemental Agreement -Tukwila International Boulevard Phases II and III with KPG Inc City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Transportation Committee . FROM: Public Works Director~ DATE: January 14, 2009 SUBJECT: Tukwila International Blvd Phase II & III (S 116th St to S 139th St) Project Nos. 95-RW03 & 95-RW04 Construction Management (CM) Services with KPG ISSUE Approve Contract 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 & III Project from S 116lh St to S 139lh 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. ANAL YSIS 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 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 including Scope of Work and Fee P:\PROJECTSIA- RW & RS Projecls\95RW03 T1B2\1nfo Memo KPG Sup #7 01-14-09 MERdoc ~ ~ Washington State Department of Transportation Supplemental Agreement Number 7 Organization and Address KPG, Inc. P.S. KPG, Inc. P.S. 753 9th Avenue North Seattle, W A 98109 Phone: 206.286.1640 Execution Date Completion Date 11/18/2002 12/31/2010 New Maximum Amount Payable $ 2~127,637.00 Original Agreement Number LA-5329 Project Number STPF - 0099(007) & HLP-STPUL-0099(1 03) Project Title Tukwila International Boulevard Phase 2 / 3 Description of Work South 139th Street to South 116th Street Construction Engineering and Materials Testing ServicesServices 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. LA-5329 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: The Scope of Work and estimated level of effort f01' this project iF; detailed in Exhihi1- 'R-7' attached hereto, and h)' this reference made a part oft111s l'Iereement II 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 comple1ion F;hall he Decemher j 1,2010 II! Section V, PAYMENT, shall be amended as follows: Additional sel'vlce.<: for thiF; ~mpplement No 7 ::Ire e~timHted at $3R5,OOO h::l~ed 011 the level of effoltinJikated on the attl'lched Exhihit 'D~T 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 \~ ~ 1 ( ~ )/~ . ~ Consultant Signature By: City ofTllkwila Approving Authority Signature DOT Form 140-063 EF Revised 9/2005 Date Exhibit E-7 City of TukwiIa Tukwilll International Boulevard, Phases 2 & 3 SOllth 139111 Street to South 116111 Street - Scope of Work- Supplemental Agreement No.7 Construction Engineering and Support KPG, Tuc January 9, 2009 A. BACKGROUND The scope of work is provided to include additional support throughout the construction phase of the Tukwila lntemational 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. SCOPE OF WORK TASK 1 - MANAGEMJ<:NT I COOlWINA TION I 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 repOlts identifYing work completed in the previous month, work in progress, upcoming work elements, and repOlting of any delays, problems, or additional infonnation needs. These repOlts shall be submitted with the Consultant invoices. ).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 - CONSTRUCfION 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 consh'uction 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, attendance at preconstl'uction meeting and other support as requested by the 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 I of2 Respond to requests for information (RFls), 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. · 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 all 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. · 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 1i'anchise utility work. The purpose of this task is to provide a budget allowance and tracking mechanism for possible reimbursement to the City by the fi'anchise 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 SUPPOlt. TASK 5 - RECOHD DHA WINGS 5.1 The Consultant will provide record drawings within 60 days of receipt of information provided by the construction contractor and the City ofTukwila. Task.S Deliverables: · Record Drawing Mylars (full size) · Halfsize copy of draft !I ).r"ull-size and half-size copies of final record druwings · 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 of2 January 9, 2009 FEE SUMMARY EXHIBIT D -7 Project: City of Tukwila Tukwila International Boulevard, Phase 2 3 Supplement No. 7 Construction Engineering and Support January 9, 2009 o Architecture 4 Landscape Architecture Civil Engineering Task Construction Services Total fee Task 1 Management Coordination Administration 17,642.43 Task 2 Construction Phase Services 272,440.42 Task 3 Utility Coordination Allowances 31,313.43 Task 4 Construction Surveying and Staking 16,823.76 Task 5 Record Drawings 46,657.29 Subtotal: 384,877.34 Exhibit D-7 Hour and Fee Estimate Project: Tukwila international Boulevard Phase 2 and 3 Supplement No 7 - Construction Engineering and Support Project HOUR AND FEE ESTIMATE yard, Phase 2 3 City of Tukwila Direct Support 1 sneering an Labor Hour Es I A Tukwila International Eng Supplement 7 Fnain Direct Salary Costs'1 Overhead Rate'; Fixed Fee'; EXHIBIT D -7 u poi ornate *Survey drain Fee Crew ("Technician 64.26 °Project *Project I. eer naineer 139.2 j 85.684,,,,,,.,... —*project ct T 99.9 19,615 123.58 178.5 8 6,463 125 16 g728 A 40 ....w..,�..8, X0.00 Q .........._._....I 46,65 o 189 3$ 4,877.3 4 290 62.50 Descriptio 40 Cask 1.. Record Dra�nrine s heets....._......_...._ 1 24 Task 5 Drawirrgs_t2p..._ 4 _,'i...•.........$._ Draft Record Prepare prawin9.,_.__. final Record d p, ,..1 ee, bre akd o w n for 36 cios details 602 Arc hivi rases 280 238 e�mbursable exPe Task Tota Totals: 34.99\$ 160.6 2 80 48.77 r$ prchitec hitccv.*r Civil dscap Total Fee 449 i 30.00 22.5 1 i REIMBURSABLE BREAKDOWN EXHIBIT D Project: City of Tukwila Tukwila International Boulevard, Phase 2 3 Supplement No. 7 Construction Engineering and Support Reimbursable Breakdown IC JP' C4- Architecture Landscape Architecture Civil Engineering Task 1 Management 1 Coordination Administration mileNe Reproduction Taski Total 50.00 Task 2- Construction Phase Services 50.00 Mileage 2,000.00 Reproduction 500.00 Allowance Landau Associates 10,000.00 Allowance KPFF 26,800.00 Allowance Testing Services 95,000.00 Task 3 Utility Coordination Allowances Task 2 Total 134,300.00 Mileage 250,00 Reproduction Task 3 Total 250.00 Task 4 Construction Surveying and Staking 500.00 Mileage 200.00 Reproduction Task 4 Total Task 5 -Record Drawings 200.00 Misc. Archiving and closeout 250.00 Repro Half size bond x 1000 x .5 ReprO Full size bond x 200 x 2 400,00 500.00 Repro Full size rnylar x 200 x 12 2,400.00 KPFF Structural Record Drawings Task 5 Total 8,300.00 January 9, 2009 Cost 11,850.00 Total Reimbursable Costs: 146,900.00 EXHIBIT G-7 SCOPE OF SERVICES CONSULTING GEOTECHNICAL 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 TukwiIa, 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 repOlts 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. Client Responsibilities: I. Timely review of deliverables and decisions on issues critical to scheduled progress. 2. Identification and involvement of Client Staff. Deliverables: I . Monthly Progress Report. 2. Monthly Invoice. 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 consuiting on geotechnical-related construction issues. DeIiverables: I. Construction field reports summarizing observations and recommendations (if any). 2. Briefmemorandums summarizing review comments on CONTRACTOR submittals. 1113109 C:\Doeunlonls and SeningslNelson\lo..l ScllingslTemponuy Imemol File.;IOLKS4ITlD eonSI Stope_rev.doc LANC EXHIBIT G -7 Page 1 of 1 Landau Associates Tukwila International Blvd Construction Support Costs Edward Brian Jackey Slakey (Overhea Total Scope Items Profit 25% Labor Heavey y tts Sr Projec Direct d ofit 25° Principal Project Coordinator Totals 18 14 41 36 $1,481 1 $3,206 (Site Visits (8) I 4 32 rn•: a<, s. aaxa);; 41 401 $1,318 $2,85 $330 $4,502 �Consulfing /Submittal Review $370 $5,057 I 22 46 81 76 $2,799 I $6,061 I $700 $9,560 Rate by Position Direct Labor Cost I 1 $52.84 $32.07 $20.20 1 I 1 1 $1,162 $1,475 $1621 $2,799 1 Indirect Costs (Overhead [a7 216.51 $2,517 $3,194 $350 $6,061 Profit 25% DL $369 $40 I Total Labor Cost 1 $3,970 $5,038 $552 1 $9 $700 ,560 1 Reproduction I 1 200 1 Travel (Vehicle Mileage) I 200 I Total Direct Costs 1 i 400 1 1/13/2009 C:IDocuments and Settings\Nelsonilocal Settings\Temporary Internet Files\OLK841TIB const support cost rev.xls Landau Associates EXHIBIT G-7 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 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% PaYl'oll Taxes 467,324 467,324 17.10% Medical Insmances 375,196 375,196 13.73% Bonus/Severance iJ.24,613 (4,650) B 419,963 15.37% Profit SharinglESOP 250,525 250,525 9.17% Total Flinge $3,978,193 ($8,801) $3,969,392 145.26% General Overhead Field/Laboratory $84,~85 ($84,485) C $0 0.00% Temporary Help 34,024 . 34,024 1.25% Health & Safety 11,479 11,479 0.42% Mileage &, Vehicle 69,433 (65,969) D 3,464 0.13% Travel & Lodging 50,859 (7,292) E 43,567 1.59% Office SupplieslEquipment 136,333 (23,177) F H3,156 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) 0 37,256 1.36% Building Expense 571,159 571,159 20.90% Insurance 103,041 103,041 3.77% Depreciation 208,470 (69,109) G 139,361 5.10% Imputed Cost" of Money 27,510 3,526 P 31,036 1.14% Technical Refel'ences' 9,018 9,018 0.33% Recruiting 14,387 ' (2,707) H 11,680 0.43% Education Cost 100,077 1 nf) 077 -3.66% ........ ...,,,. . 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% Donatiops 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 EXHIBIT G-7 Landau Associates, Inc. Overhead Schedule Fiscal Year Ended June 30, 2007 Description Income Statement Landau Adj. WSDOT Adj. Ref. Accepted Amount %of- Direct Labor Landau Associates - J!.eviewed & Accepted - 10/18/07 CG Financial Statements compiled hy 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 lUlallowable 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 activi-ty. 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 AccolUlting Manual, M13-82, Chapter 10 TraveL - 1. 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 CPR 31.205-41(b )(1), 48 CFR 201-6( d), and WSDOT policy. . K.. Advertising; client entertainment, campaign contn1mtions; and other costs lUlallowable per 48 CFR 31.205-1 (d), 48 CFR31.205-8, 48 CFR31.20S-14, and 48 CFR31.205-38. . L. Service charges and interest lUlallowable per 48 CFR 31.205-20. M. Donations unallowable per 48 CFR 31.205-8. N. Miscellaneous undocmnented 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 tIrrough Decemb ei' 2006. Page 3 Sec No 1.0 Management, Admin. Meetings 1 5.0 Construction Support Services Site Visits /Meetings (assume 5) Submittal Review: 7.0 Reimbursables Courier and FedEx Scope Of Work EXHIBIT G -7 ENGINEERING COST ESTIMATE: Tukwila International Blvd Walls Structural Engineering Construction Support Services 1 1 1 1 Proiect Management 1 1 1 8 1 1 'Precon Meetings Assume 1 meeting) 1 4 1 1 I 1 1 1 Subtotals :l buuioiais CATEGORY HOURS Sheet 1 COSTS Proj. Sen. Pro. CADD/ 2.580 Princ. Manag. Engr. Tech. Admin. Multiplier $64 1 $55 $35 1 $32 $16 l Reimb I Fee 18 Steel Pile Shop Dwgs /Lists 4 Tieback 1 1 Shotcrete 1 1 Reber Shop Drawings 1 4 "Testing Reports 1 2 Miscellaneous Submittals .4 RFI`s 40 As- builts 1 8 1 Subtotals: TOTALS! 1 94 12 24 4 4 .40 8 8 File: KPFF Tukwila Wall CSS Fee Rev.xls Date: 1/12/2009 80 i 40 1 40 40 220 40 0 $0 $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.::; I $100 $100 Note: 2.58 multiplier is determined as follows: 1.0 Base Rate 1.329 Overhead 0.25'Profit Page 1 of 1 :cluding DCAA audit items Total with FAR FY200718 adjustments RECT LABOR PERSONNEL $38,985,142 $38,985,142 RINCIPALS $3,744,812 $3,744,812 DPS- CHARGEABLE $76,277 $76,277 TOTAL $42,806,231 $42,23Ub,2:i`t \I3OR RELATED OVERHEAD SICK LEAVE, PERSONNEL $1,320,316 $1,320,316 SICK LEAVE, PRINCIPALS $130,480 $130,480 VACATION, PERSONNEL $2,236,648 $2,236,648 VACATION, PRINCIPALS $441,104 $441,104 IOLIDAY, PERSONNEL $1,598,414 $1,598,414 IOLIDAY, PRINCIPALS $207,411 $207,411 'AYR•OLL TAXES $4,764,351 $4,764,351 EMPLOYEE MED INSURANCE $4,071,630 $4,071,630 TOTAL $14,770,354 $14,770,354 LABOR RELATED MULT 34.51% 34.51% ENERAL OVERHEAD JVERHEAD WAGES, PERSONNEL $13,892,252 $13,892,252 OVERHEAD WAGES, PRINCIPALS $12,079,652 ($1,708,657) $10,370,995 DPS -NON CHARGEABLE $721,980 $721,980 3LUEPRII'9TING AND DUPLICATING $312,995 ($98,599) $214,396 RENT $6,754,181 $6,754,181 REPAIR MAINTENANCE $2+12,054 $212,054 3ITY STATE BUSINESS TAX $941,372 $941,372 DEPRECIATION $1,016,782 $1,016,782 OTHER TAXES LICENSES $170,468 $170,468 NSURANCE, OTHER THAN LIFE $597,720 $597,720 DFFICE SUPS, POSTAGE, DEL. $1,445,014 $1,445,014 TELEPHONE $459,065 $459,065 'ROE DUES, FEES, BKS, CONES $621,194 $621,194 DAR $818,405 $818,405 TRAVEL $767,500 $767,500 _EGAL $413,145 $413,145 ACCOUNTING $184,871 $184,871 EMPLOYEE MORALE Meals $780,755 ($351,340) $429,415 MOVING $43,451 $43,451 SCHOOL $69,958 $69,958 PERSONNEL PROCUREMENT $312,289 $312,289 MISC JOB FIXES $82,198 ($82,198) ($0) BAD DEBT $0 $0 $0 CONTRIB. $186,153 ($186,153) ($0) COMPUTER $1,643,436 $1,643,436 Cost of money TOTAL $44,526,888 ($2,426,947) $42,099,941 ENERAL OVERHEAD MULTIPLE 104.02% 98.35% VERHEAD MULTIPLE 1.385 1.329 EXHIBIT G -7 EXHIBIT G -7 KA Proposal No. T08011 Tukwila International Blvd, Phases 2 3 Improvements Revised: January 6, 2009 Page No. 2 PROJECT NOTES Scope and pricing is based on correspondence and conversations with Mr. 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 "time 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. Maximum /2 hour travel tinge, 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). f Krazan's proposal constitu s yo agreement of Kraz co al k r our s. ar atta d corgi ed ll b s re rence. la The technician's reserved for this project are multi qualified and will be available for a variety of services. PEE 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 3 0 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 scheduling the inspections contact our office prior to the job starting to discuss required inspection and scheduling procedures. CONDITIONS EXHIBIT G -7 Krazan Associates, Inc. With Offices Serving The Western United States KA Proposal No. T08011 Tukwila International Blvd. Phases 2 3 Improvements Revised: January 6, 2009 Page No. 3 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 firm, 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 rile 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. 'TI1kVH3 in toma114ru1II90faveYS. uii2 dc eras 'i e. tom a_._ J9f)?91!g 9i )�IFraIH.QOSO111G tip::- :_5;r. :..c ^•c :rte- ..._27y7ac --r •s_. 7 i_ �_....•J._l -2��.. _•s E 'fib_'•_}= 51:te -4r, cvslerret :il ::Fa :r. :x -`r rs ii i el 1iv .f fi' cK_ o 65 i l i. :row: ,41&A WL c :(S�litk3= e:.:- :'�-.''Y Y�9A :-_se:.:e tJGe HOxdrvaY JIcK :NrsTuaY- 'lf�s._S�:c= Fn3Ir?fes'kCoi }3 Pavev,9r1952 55 1990 SY Use 12' 008 Gfad11170YAG C 1238 1.610 200-00 103.00 film 1.500Ta1 Too 2 2 90.43 S 19).551 08 o- npaC.icn7 Tat 41ot 20 Teas 8 5400 4 24 61220.60 GtiiL`I6960Yr Gradaoa 14600 Too 2 90-00 10000 SE 6466070a 2 5 60.00 120.03 P;0ct0r tnd'x 1 S 200.00 209.00 Cennu0x+17es7 1dpa G9 0 8 4 24 0132020 GfadaYaa 8E 121007on 2 S 62.00 5 129-00 1.2100 Tort 2 S 00.00 0.0 Fr42'159Fam 1.2003750 2 S 60-00 12 0.00 0 5194407 1(014 1 20000 20500 1903•100060.1 Test 1.121012 11 1R 4 49 5260000 Hl.A C1142• -gem 11200750 16260 ion Gr09063a1A0 1011I'm 23 200.00 $4,600.00 Rim 1 60 Tao 23 90.60 02.07002 H11A C11r2' .Orcday 6400700 H6140 Q1 1n•.OnT Cxtpa0100 1 5.4x7 411.51 03075041 17 10 170 09.350.05 1S_o07M1 H0A 5a:71 200 SY Say 9'1Mk Gra626.0KAC As lacaticd 535 CY 4500, Ton 3350 Ton Fitt:90r'4 Cesera10 Eri41ad Cuib 200 OancalGub 43081 Club sea Gusar 8000 IF 5ldnrrek Approach 750 SY 01/e,43: SOW SY Wail Connc:e J W10GmfOr.o41. 1400 CY 40005x1 YY7a0 ex( PEra 15 CY 4000911 F eller Pie COncrele (Facts 26 25) 200 CY S1n:44e20 I SMIts Pie Galen WO (F09 fl 0.11 1600 CY 0500)000 IC,nlfer Pia CDF 0or Shall Anne CY 2101. hTch/Back06 floadrny Tror,21 Crosra0 WOA Trench Bad79 Storer Plpe E6 Wall, Pros 0112x* 1l Sawn S10904 01n10021 60540, E0/9 0521 ItidAr Tcr}eM Ces Tela l TeeSlleesn Dell x605.50,,0 ITo01tlnh.21n,ert,ll'es12,tb 520430.00; 1eU1PIAT1yemanh1He'os 5,5 I Hollereckn'danCeH ap51.0 T4lethtM ?isn Ceo .006672,01 11131.1l14tln l X04 5205X0 I 12 Oy 210 oy SOOry 42 c 607 ay EXHIBIT G -7 0119 Astteadad 057.001_,0 TC•S As 1411 i_d *031.0091710) 2.1.50 CY 2 +15057 3 rd Party Ulitiv 7os0aa Sand 44-0 Gra906m 1.1010 Tan 1 50 1 -1000 Ton 1 Prater 124c 1 1150•:xn»,'r,1 1.0)9 CY 1 9 *4401. IMF 50 301 131151,+0, As needed GSM 290 Ton Grada2OO 1.2060 Too 1 SE 1- 2000709 1 Fre Fxo 1-20907oa 1 Plecta 10,10 1 cnnpasl3To# 140605E 2 3 12 26x1(0 Grand BonP.v 303 CB1crP Gra6t6on 1-4t00 Too 1 SE 1 -40067on 1 Prxtor 11505, A Cren nark" Tort 1.6MCY 1 2 R Man no 220.00 90.07 1 1 4 4 1220.40 5 10 4 40 52.202.00 0 22 4 26 04.810.00 1 4 4 10 5320.00 14 12 4 10 52,040.00 29 116 F 2100 22. :20.06 02.03 90201 5 60.09 S 60.00 t 5 200.03 0 200.00 x 50.92 00.00 S 60.00 0005 60.00 60.03 6 53.00 a 200.00 20000 00.00 60.03 6 57.60 60.50 Af2Sklalpffrap 2 +1-50 CY 30 50 4 120 50,600.00 071Mars 2,1.001 170 2 20.00 4740964 A'ai6tunpticrep 24400 02 1 4 4 16 $36029 GdaMaw 2..1'60 CY 4 5 anM 5 20 Se *10Sitagte25 1 01 5 10 10 4 40 S2,200.03 12X)2 P0•r.n1 taw in S 14000 31.4100.00 i 0d$1v, »0 1101y 50 SD 4 120 $6,61 -0403 o, 19X17F,1 111x1 7 0 Ion 24.711 1111 An /4/064 5 RO RM 25 CY GB krPOO Zane Grad,Oos 1400079a 90.83 S 00431 SE 1- fO00Ton 60.00 00.001 C .p5,a04n79A 6.561 CY 2 2 4 R ftaw3 ISO CY GB kr PIFOZma Grada'ia.: 1.1100794 1 00.00 S 03.03 SE 140031'0a 1 0 60.00 5 60.00 5194119, 10*6f 1 20004 200.00 C:0,05n730 fc• 1.5CY A 4 16 0200. 150000? GO(or P$. Z664 004d31en 1 -1000 Tan 25 9000 82,26000' 0E 1.1000100 25 S 60.00 1,600.00 P00000o 1132.4 4 5 290.50 000.00 4.020.1,2 nTaU 1.56845? 79 22 4 120 00100.21 120 CY GB fort. aZa Gradat8n 1.1500 Ton 9 90.00 S 80.051 SE 140007,n 1 S 0003 1.0.03 5N0080 10000 1 20500 5 200.05 Corn.1.157,6 1400 CY 1 4 0220 160 CY 1.1a5h1a 32 lusaA Gfada186 1.500470o 1 5 90.00 5 00A01 SE 1.1000 Tan 1 S 60.00 0 00.07 Proctor 1112 1 30 200.00 200.00 00.155x C ,05 nrnacti10 Tat 1.000 CY 3 R 12 050020 Wan TDalWatt2a 040,5, 10600 CY Amara, Gmvol BSekf4 forsr.;5 Gra4*YPn 1.1000700 20 5 90.00 51,020.00 SE 1.100.3 Ton 20 a 50.00 51.200.00 050411590 1- 0000190 20 20.00 490.00 Meaty 1050, 0 5 200.60 0 660.00 701 1x,00 Ga 22 30 12It Nr /AIM 1 AMISS: 422110 exhibit G-7 EXHIBIT G -7 TRANSPORTATION SUPPORT DIVISION FEE SCHEDULE II�SCTtIP1' tONI(Scvire:of.- Setvfcc`a1'_ '1Ff;:TE=• *WSDOT Validated Field Tester (Concrete. Aggregate, HMA, Embankment, Welding) 1 355/hr+ 15% WSDOT Validated Lead Inspector (Senior Inn actor- Non-PE; Proicct Lead Inspector) I $69 Hour OTS Manager(WSDOT Experienced PE) j $125 Hour *15% Shift Differential _a_.,,_ .1;t w =r g_ LAT30RA- TQRtl1t)rSTS3 ti _ifs-= Mia=1� �M-N:::I On Site Mobile Laboratory (Asphalt Batch Plant) On Site Mobile Laboratory Mobilization On Site Mobile Laboratory De- Mobilization Asphalt/Concrcte Coring Core Density Charge Compression Samples (Concrete, Mortar, Grout) Proctor Analysis (AASIITO T99 or T180) {Sieve Analysis (AASHTO T1l anti T27) )Extraction/Gradation (AASHTO T308, T11, and T27) {Rice Density Analysis (AASHTO T2091 209) Marshall Sand Equivalent (AASHTO T176) Degradation (WSDOT T1131 Atterb erg Limits (ASTM 4318) Hydrometer (ASTM 422) Fracture Face (AASHTO TP 61) Shot Crete Test Panels (Includes 4 Cores) (AASIITO T24) Sample Pick -Up Trip Charge/ Mileage *Batch Plant mobile laboratory costs Include all tests performed at that location, AIIDITIOOt'it:Ltfi�S?A•II;ABI;L 5t11t'C?SC� CDF Cylinders 380,00 (Be. Structural Steel Inspection $75.00/ 11r. Structural Steel Fabrication Shop Inspections 375.00 /11r. Concrete Fabrication Shop Inspections S65.00 fir. Weldor Qualification (AM 375.00/ Hr. Non Destructive Examination/Testing (NDF/NDT1 Equipment Usane 325.00 Day WeldinnProcedure 375.00/ Hr. Bend or Tensile Test (Welded coupon) Sot of 3 5300.00 Set Torque- Tension Device (Skidmore- Wilttetin) if required $50.00 Day Cross Hote Soaio Testing $2000 /Shaft S WPPPISubidity monitoring 570.00 PTr. Per Diem (Outside 50 Mile Radius of )3ellevue. Spokane or Portland) 3110.00 Day {Mileage (Outside 501v4rle Radius of Bellevue. Spokane or Portland) 30.60 /Mile I I Suoemave Mix Design CBR (With Proctor Analysis) (ASTMDIS83) Soundness (Coarse Argrenate) (ASTM C88) Durability (ASTM 3744) Relative Density Max -Min (ASTM 01253) Accelerated Expansion (CRD 148) LA Abrasion (AASHTO T96) Pemreability ((taxable wall) (ASTM DS084) Direct Shear (ASTM D3080) Full Size tvlasonry Prism Samples (ASTM E477) Ibex Beam Compression Samples NCAT Correlation Factor (Asphalt Oven Coorelation) NOTES: A 2 hr minimum applies to each daily visit Costs associated with an on site mobile laboratory assumes Client supplied power, phone and Internet access Costs associated with field tester and QTS Inspector includes all report writing, maintaining and processing. Addltiouatly, Sample pickup cost are Included as welt, Krazan Associates, Inc. Wills Offices Servicing M a Western United Stales **$2,000.00 Month 31,500.00 /Ea. 31,500,00 /Ea. 370.00 Hr. $35.00 Ea. $20.00 Ea. 3200.00 Ea. $90.00 (Ea. $200,00 Ea $90.00 Ea. S180.00 /Ea, $60.00 /Ea. 385.00 (Ea. 380.00 Ea. 3150.00 Ea. 360.00 /Ea, $140.00 Ea. NO CHARGE NO CHARGE $4,500.00 /Ea. 5500.00 /Ea. 3160.00 /Pa 3200.00 /Ea. 3175.00 (lia. 3350.00 /Ea. $175.00 /La. 3500.00 /Ea. 5200.00 Ee. 5100.00 Ea. 580.001 Ea. NO CHARGE KA Proposal No. T00011 TISP 2 3 January 5, 2000