HomeMy WebLinkAbout01-105 - AHBL Inc - Foster Point Water and Sewer Improvements4G 01 -165-0-9
ADDENDUM NO. 2
CONSULTANT AGREEMENT FOR PROFESSIONAL
ENGINEERING SERVICES
for
'1'his Addendum is made and entered into this day of
Y, is
eC 2006 1)), and between the Cily of
North 30111 Street, Suite 300, Tacoma,
'I'LlkWila, hereinafter called the "City", and Al IBL, Inc., whose add
, ,
WA 98043, hereinafter called the "Consultant".
\X7ITNFSSL',TI I '11,1AT:
Wfll-,"RHAS, the City engaged the services Of the consultant tinder E'rigiriecring Consultant Agreement AGOI-105, dated
September 11, 2001 to provide engineering services necessary for the design and construction of the Foster Point Water
and Sewer Improvement project, Phase 3, and
WI 1HREAS, the City desires to Perform additional work associated with the 1�oster point Water and Sewer
Improvement project, Phase 3, as more particularly described in Exhibit "A -I" (attached hereto), and
WJ fEAl,,'AS, the ("try and Consultarit have determined that additional work is rcqLlirCCI to construct the Foster Point
Water and Sewer JMPf0-,7Cj-jjCjjt Project, Phase 3, such additional work items and costs being sh(r,,vi-i in the attached
1-,'xhil)it "A -I" — Scope of Work, and Exhibit "B", - Cost Breakdown,
N0W'1"III1,'1IU'1F0RE, it is mutually agreed Upon that the Engineering Consultant AgreementAG01-105, is hereby
amended to ilICILide the additional scope of work and costs identified herent and further stated below:
1. The maximum ainount pLIN,able for the additional work items defined in I 'Ixhibit "A-1" of this contract Addendum
No. 2 is $19,823, This amount shall not be exceeded without additional authorization of the. City.
2, The revised contract total payable for work on this contract addendum is increased from $1-11,131.25 lo
$160,954.25 making a difference of $19,823.
3. The "lime Of performance for the project is hereby ,intended as follows: Construction phase services shall
terminate on or before July 1, 2007.
AR other provisions of Consultant Agreement AG01 -105 dated September 11, 2001 shall remain in force and apply to
this addendurn.
I,,'XFCLJTI0N
IN WITNESS WI1J,'RF ' OF, the parties have CXCCL11Cd this Addendurn No. 2 to ENGINEERING, CONSULTANT
AGRET F"M �NA001- 105 as of the day and Year first above written.
C 0 N S LJ I T, \ NT C F Fy OF T L K—%
Signature Date ignat tire Date
Doreen S, Gavin, P.E.
I V PC or print Name
Vice President/Principal, A-1 IBI,, Inc.
Tillc
Type or Print Name
Title
L
1411 d 11 CI I (ILI I i i 2.d oc
IMM011
Addendum No. 2
Additional Scope of Work
Foster Point Water and Sewer Improvement Project, Phase 3
Task No. 10:
Provide construction phase services on an as requested basis for the purpose of cotrimunicating the
design intent. The Proposed services do not include construction managcn-ient. Services to be
provided include tasks as:
1. 2�ttend meetings, review shop drawings, and respond to questions regarding the design.
2. Perform field review for the contractor's work.
Reimbursable expenses as mileage and rcl-.)rographic costs, which will be charged at cost plus
15 (Vo.
1 42aJdci)dUT72.doc
Exhibit"B"
CITY OFTUKW|LA
FOSTER POINT IMPROVEMENTS
Addendum#2
CONSTRUCTION PHASE SERVICES
TASK NO. PRINCIPAL PRDJK4NGR CIVIL ENGR| CONSTRUCTION
ADMINISTRATOR
10 4 24 88 32
Total Hours 4 24
Est Rate $8010 84279
Direct Labor S240 $1.027
Direct Labor Costs
Indirect Labor @i.S13xDirect Labor Cost
Total Labor Costs
Profit @15%
Subtotal, Labor and Fee
Reimburasble expenses, cost plus 15%
Estimated Total Costs
* Includes 10% Administration Fee
OO 32
$29.09 $34.88
82.327 $1.118
TECH CLERICAL
16 24
82717 $18.90
$5,598
$18.823
$10.823
Revised3/22/20O8 AHBL2U1142.1O
CONSULTANT AGREEMENT FOR PROFESSIONAL
ENGINEERING SERVICES
Im
fh
nus Addenchim is niade and (.wered into this day of 2003 by and between the City of
Tukwila, licreimiftci (:aflcd the-(I'av", and Al IBL, Inc., whose address is, 2215 North 3011, Street, Suite 300, Tacoma,
WA 98043, licreinaftet called dies " Consitliant".
ATI'NESSF, H I TI I VI
WHERE. 1 S, I I i c Ci I),, ej i I,la L, c d die services of tli c consultant under Engineering Consultant I � greemen t A G 0 1 - 10 5, dated
.1 11
September 11, 2001 to provide engineering services necessary for the design and construction of the Foster point Water
and Sewer linproveincill project, I'lmse 3,aiid
WHEREAS, the Cit\' tIC5117C5 TO perform additional wort: associated with the Foster Point Water and Sewer
11uprovenient Project, Phase 3, as more particularly described in Exhibit "A-1" (attached hereto), and
WHEREAS, the City mid ConsTiltant have determined that additional work is required to design and construct the
Foster Point Water and Sc,�vcr Improvement Project, Phase 3, such additional work items and costs being shown in the
attached Exhibit "A I" - Sc. opc of \Vork, and 1xlubit "B", - Cost Breakdown,
it is inutually agreed upon that the Engineering Consultant Agreement AG01-105, is hereby
amended to 111CILKIC the additjOMII ,,,cop(, of work and costs identified herein and further stated below:
I. The m-tminum AnIoTint pTil able for the additional work items defined in Elxhibit "B" of this contract Addendurri,
No. I is SM 9 ,727, This arnontit ,hall not be exceeded without additional authorization of the City.
2, The rcvis(d (-miti m t total payable for work on this contract addendum is increased from $121,404.25 to
$141,131.25 Ymakmt si differencc of $4 9,727
3 'I'lie Time of Pc i-forimmice tot the, Protect is heieby amended as follows:� Design services shall terminate on or
before, 120 calen&ir days after receipt of sigmed anthorization.
All other provisions of Con stilt m) t -lgreerncjn AGOI -105 dated September 11, 2001 shall remain in force and apply to
this addendum.
PXUXTION
IN WITNY"SS Wl IFRI 01,, it)(, parlies have executed this Addendum No. I to ENGINEU.^.'RING CONSULTANT
-�G 11 1� T'wmj - 105 as Of The day and year first above written.
� TREEN1111,\
0 "S, L f ;\ NT
Signature Date
'Doreen S. Givm, P.E.
Type or print Name
Vice President /.principal. AI [Lil, -Im
Title
1421,�,) 1
CI'n` OF'�1 KWILA
;'igtiaturc Date
e- I
jt�
lob�jl Ukyl m - xu)Lt
Type or Print Name
2 -2003
EXHIBIT A-1
Addendum No. I
Additional Scope of Work
Foster Point Water and Sewer Improvement Project, Phase 3
Task No. 9:
Provide em1mccriog design and topographic set -vices to the City to design the replacement of
approximately 300 L1, of a 12-inch storm sewer within South 130"' Street. Engineering services
includes mochfic,,itions to the Construction Contract Documents (bid form and specifications),
and niodfficattons to the existing plan sheets to reflect the new work.
2. provide plarining services to the (.',try to modify pern'U't documents to include the replacement of
the 12-inch storm sewer outfall located within South 130"' Street, and the replacement of the 24-
inch storm sewer ot.ttfallat the extension of South 133"' Street.
3. Provide ci-igincering services to the City to include a water design for a new water main within
Sooith 130"' Strect, from 56"' Avenue South to 57"'.Avenue South; and modify the existing plat -is
to retain the existing Water within 56"' Avenue South, frorn South 130"' Street to South 133"1
Street.
4. Provide crigincering design services to move lift station southwesterly to Parcel 2172000160.
This revisloiiinch.ides civil plan revisions, pump calculations revisions, changes to the electrical
site plan, and supplemental topographical survey at the new lift station site.
142proO I R'Vi�'Cd.LIOC
Exhibit "B"-1of4
CITY (}FTUKVNLA
FOSTER POINT IMPROVEMENTS
(See letter for description oftasks)
DESIGN PHASE SERVICES - COMBINED FEE AMOUNT
TASK NO. PRINCIPAL PROJMNBR CIVIL ENGRY CIVIL ENGRU TECH
3 2 8 GB 72
Total Hours 2 8 68 O
Est Rate $49 $37 $28 $23
Direct Labor $98 $296 $1.904 $0
Direct Labor Costs
Indirect Labor @1�53xDirect Labor Cost
Total Labor Costs
Profit @15Y6
Subtotal, Labor, and Fee
Other Disciplines and Expenses
Structural Design (AHBL)
p(anning/Permitting(AHBL)
Topographic Survey (AHBL)
Electrical Engineering (BCE)
GeoteohicaiEngineering (GeoEngineers)
Printing (Ford Graphics)
Miscellaneous (Mileage, Photos, other)
Estimated 'Total Costs
* Includes 10% Administration Fee
72
$26
$1,872
$3,893
$2.17Q°
$848°
^
$400°
°
M,
$4.230
$10,702
$1,605
$12,307
$19,727
Reviaed11/1S/2003 AHBL2O1142.1O
Exhibit "B"-2of4
CITY OFTUKWILA
FOSTER POINT IMPROVEMENTS
(See letter for description oftasks)
AHBL'PLAN N|NG/PERM|TT|NG
TASK NO. PRINCIPAL PROJMNGR PLANNER TYPIST
9 2 5 32 8
Total Hours 2 5 32 U
Q 8
Est Rate $45 $34 $27
$15
Direct Labor $98 $170 $864 $O
$O $128
Direct Labor Costs
$1.252
Indirect Labor @1 53xDirectLaborCost
Total Labor Costs
$3.168
Profit @ 1596
Labor and Fee
$3.643
pnnting.mileoge.ondphotoo
Subtotal
$3.893
Revaed11/1S%2003 AHBL2U11421O
Exhibit ^B"-3of4
CITY (}FTUKVVL4
FOSTER POINT IMPROVEMENTS
(See letter for description oftasks)
AHBL-SURVEY|NGSERV|CES
TASK NO. PRINCIPAL SURVEYOR SURVPARTY
9 1 2 11
Total Hours 1 2 11 0 8 U
Est Rate $49 $34 $40 $24 $15
Direct Labor Costs
Indirect Labor @1 53xD(rectLaborCoat
"Total Labor Costs
Profit @ 15%
Subtotal, Labor and Fee
$74
$1.146
$1.895
$2.179
Revised11/1g/2003 AHBL2O1142.1O
Exhibit "B"-4of4
CITY QFTUKVVLA
FOSTER POINT IMPROVEMENTS
(See letter for description oftasks)
BCE, ELECTRICAL ENGINEERS
TASK NO, PRINCIPAL pRCUMNGR ENGINEER TECHNICIAN TYPIST
9 1 1 4 O 0
Total Hours 1 1 4
0 8 0
Est Ruba $45 $25 $23
$17 $15
Direct Labor $45 $25 $92
$U $136 $O
Direct Labor Costs
$208
�nd|nec±Labor @1�G5xDirect Labor Cost
Total Labor Costa
$790
Profit @15%
Labor and Fee
$9O8
Auto Mileage
Subtotal
$848
Revioed11/19/2003 AHBL2U1142.1O
CONSULTANT AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City," and AHBL, Inc., hereinafter referred to as "the Consultant," in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform professional
engineering services in connection with the project designated Foster Point Water and
Sewer Improvements.
2. Scope of Services. The Consultant agrees to perform the services, identified on
Exhibit "A" attached hereto, including the provision of all labor, materials, equipment,
and supplies.
3. Time for Performance. Work under this contract shall commence upon the giving of
written notice by the City to the Consultant to proceed. The Consultant shall perform
all design services and provide all design work product required pursuant to Task I and
7 of this Agreement within 180 calendar days from the date written notice is given to
proceed, unless an extension of such time is granted in writing by the City.
4. Payment. The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on
Exhibit "B" attached hereto, provided that the total amount of payment to the
Consultant shall not exceed $121,405 without express written modification
of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the
progress of the work for partial payment for that portion of the project
completed to date. Such vouchers will be checked by the City and, upon
approval thereof, payment shall be made to the Consultant in the amount
approved.
C. Final payment of any balance due the Consultant of the total contract price
earned will be made promptly upon its ascertainment and verification by the
City after the completion of the work under this Agreement and its acceptance
by the City.
D. Payment provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment, and incidental
necessary to complete the work.
0 IN� A L
R
(May 21, 2001)
E. The Consultant's records and accounts pertaining to this Agreement are to be
kept available for inspection by representatives of the City and state for a period
of three (3) years after final payments. Copies shall be made available upon
request.
5. Ownership and Use of Documents. All documents, drawings, specifications, and
other materials produced by the Consultant in connection with the services rendered
under this Agreement shall be the property of the City whether the project for which
they are made is executed or not. The Consultant shall be permitted to retain copies,
including reproducible copies, of drawings and specifications for information,
reference, and use in connection with the Consultant's endeavors. The Consultant shall
not be responsible for any use of the said documents, drawings, specifications, or other
materials by the City on any project other than the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services
contemplated by this Agreement, faithfully observe and comply with all federal, state,
and local laws, ordinances, and regulations, applicable to the services to be rendered
under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend, and hold harmless the City,
its officers, agents, and employees from and against any and all claims, losses, or
liability, including attorney's fees, arising from injury or death to persons or damage to
property occasioned by negligent act, omission, or failure of the Consultant, its
officers, agents, and employees in performing the work required by this Agreement.
With respect to the performance of this Agreement and as to claims against the City, its
officer, agents and employees, the Consultant expressly waives its immunity under Title
51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its
employees, and agrees that the obligation to indemnify, defend, and hold harmless
provided for in this paragraph extends to any claim brought by or on behalf of any
employee of the Consultant. This waiver is mutually negotiated by the parties. This
paragraph shall not apply to any damage resulting from the sole negligence of the City,
its agents, and employees. To the extent any of the damages referenced by this
paragraph were caused by or resulted from the concurrent negligence of the City, its
agents, or employees, this obligation to indemnify, defend, and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers,
agents, and employees.
S. Insurance. The Consultant shall secure and maintain in force throughout the duration
of this contract comprehensive general liability insurance, with a minimum coverage of
$500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000
per occurrence/aggregate for property damage, and professional liability insurance in
the amount of $1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named
insured and shall include a provision of prohibiting cancellation of said policy except
(May 21, 2001)
upon thirty (30) days prior written notice to the City. Certificates of coverage as
required by this section shall be delivered to the City within fifteen (15) days of
execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this
Agreement. Nothing in this Agreement shall be considered to create the relationship of
employer and employee between the parties hereto. Neither the Consultant nor any
employee of the Consultant shall be entitled to any benefits accorded City employees by
virtue of the services provided under this Agreement. The City shall not be responsible
for withholding or otherwise deducting federal income tax or social security or for
contributing to the state industrial insurance program, otherwise assuming the duties of
an employer with respect to the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not
employed or retained any company or person, other than a bonafide employee working
solely for the Consultant, to solicit or secure this contract, and that he has not paid or
agreed to pay any company or person, other than a bonafide employee working solely
for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other
consideration contingent upon or resulting from the award or making of this contract.
For breach or violation of this warrant, the City shall have the right to annul this
contract without liability, or in its discretion to deduct from the contract price or
consideration, or otherwise recover, the full amount of such fee, commission,
percentage, brokerage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it
under this Agreement, will not discriminate on the grounds of race, color, national
origin, religion, creed, age, sec, or the presence of any physical or sensory handicap in
the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by
this Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time
limitation provided for in this Agreement shall not constitute a waiver of any other
provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving
ten (10) days written notice to the Consultant.
B. In the event of the death of a member, partner, or officer of the Consultant, or
any of its supervisory personnel assigned to the project, the surviving members
of the Consultant hereby agree to complete the work under the terms of this
(May 21, 2001)
Agreement, if requested to do so by the City. This section shall not be a bar to
renegotiations of this Agreement between surviving members of the Consultant
and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be
entitled to recover its costs, including reasonable attorney's fees, incurred in such suit
from the losing party.
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, Washington 98188
Notices to Consultant shall be sent to the following address:
AHBL, Inc.
Doreen Gavin, PE, Vice President
2215 North 30' Street Suite 300
Tacoma, Washington 98403
17. Integrated Agreement. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. This
agreement may be amended only by written instrument signed by both the City and the
Consultant.
DATED this day of 2001.
CITY OF TUKWILA AHBL, INC.
JSteven M. Mullet, Mayor
T
Vice President/Principal
Title
Attest/Authenticated: Approved as to Form:
11"Al t-C C 'eo�
E. Cantu, City Clerk Office df the rty Attorney
(May 21, 2001)
`7 3'Xhibil ,I "
SCOPE OF WOR SERVICES FOR FOSTER POINT IMPROVEMENTS
The wofk services to be performed under this contract is generally described in the six major tasks
listed below:
Task No. 1:
Provide design engineering services to the City for the design of 4-,440 1,SOO Ll'of water main with
fire hydrants in 56"' Ave. South, 57"' Ave. South, *ftd South 13 0,h place, and Pamela Drive.
Task No. 2:
Provide design engineering services to the City for the design of 2,800 LF of gravity sewer mains
with side sewers to existing lots.
Task No. 3:
Provide design engineering services to the City for the design of sanitary sewer lift station including
telemetry, auxiliary power, transfer switch, and force main to the existing sanitary sewer in
Interurban Ave. with bridge crossing.
Task No. 4:
provide design engineering services to the City for 2,800 LF of storm drain lines with catch basins
per the Current requirements of D.O.E. In7proz)enienIs includeslotwwaler collection, IrealzIlew and connection
to the existing oqlalls.
Task No. 5:
Provide design engineering services to the City for restoration of streets disturbed doing duritip" the
installation of above utilities.
The streets to receive the above service are the Foster Point area of '.I'ukwila. The scope of work on
56"' Ave. South is from Interurban Ave. East to S. 130t" Place, on 57"'Ave. South from S. 133"'
Street to S. 130"' Place, 133"' Street from 56"' Ave. South to 57"' Ave. South and on Pamela Drive.
See attached map of the area.
Task No. 6: (OPTIONAL)
Construction management services will not be provided as a part of this contract. If construction
support services are required, those services will be negotiated separately as a supplement to this
Agreement.
Task No. 7:
Provide de�9, ' n e.-i rl/�g
1ginee ' services to the City ,fi)i-2000±.LF'oj'S"Y)eilei-main from 56'1',A1.)e. 3'. to 51" Place S.
alon ,g 130"PlaCe (underl-5 and Steel Hill Bride). The alignment qfthe proposed Y)aler main would be in the
trench ()%� 1he e.visling 4 " Y)a1er main.
Task No. 8: (OPTIONAL)
Provide bidl a)Pard phase services as ilelvi�yd hetrin. Cily will sublvil the 'Nolice to Bidden." to the applicable
nen)ip,0ers, issue the initial plans, and ivailvdaili a distribution k.
A. Preliminary Engineering Surveys and Collection of Background Data
Conduct preliminary site survey of area to establish horizontal and vertical control.
2. Acquire current and available "as -built" data or record drawings from public and
private utility companies.
Acquire any plat maps, records Of Survey, assessor maps, etc., as rnay be available in
establishing survey control in the areas.
Conduct additioiia field survey to obtain
addition vertical and hon'.�Pnlalinformation on existing structures, ihiproi)ovents and
utilities.
6. Conduct geotechnical investigation (subconsultant) with particular attention to
groundwater and soil conditions. (Work will not include testing of soil for
contaminants. If environmental contaminants are discovered, the analysis, if desired
by the City, will be provided as further directed by the City.) Investigations hill be limited
to the in11vediaie i)i(inq qfthe proposedsanitary seiverplmip station.
7. Meet with City staff to discus project priorities, budget, design issues, scheduling, etc.
8. prepare exhibits, cost cstililates, etc., for City and/or public presentations.
B. Preliminary and Final Design (Contract Documents)
Prepare preliminary and final contract documents in a format approved by the City.
Al the /0% level, prepare allemalive sketches for sanitag sewer collection and siting the sanitary
seiverpllinp station. Plans, Specifications, and Cost Estimates will be submitted at 25%
(Constructibility Review), 50,94o-, 6011/o 90-174, (Quality Control Review), 95% (semi-final)
and 100% intervals. Reviews will consist of quality control and "cons tructibility"
reviews at intervals designated and at such other intervals that the City deems
necessary.
2. Plans will be prepared at a 1 " x 20' scale (plan) and I" = 5' (profile) on stable
.reproducible mylar and contain standard sections and special details as necessary.
3. Prepare specifications, proposal, and related bid documents in a format approved by
the City. This will include multi -schedules, bid additive items, etc., as may be desired
by the City. City is to proi�ide Divi.U'Ons 0 and /.
4. Provide City with ten (10) sets of full sized drawings and fiffty (50) ten (/0) sets of
reduced scale drawings (1 /2 size). Provide the City with sixty (60 16,n (10) sets of
project specifications.
5. Provide project coordiliation with all affected agencies to include, but not limited to,
private utility companies, METRO, transit, school, DOH, DOE, City, fire
department, "other" governmental agencies.
Identify and apply for all necessary permits. (Does not include permit fee.)
Anfi(ipaledpetwils include ,Shoreline, .Ialoodplain Mana e lit, I clasSOOd Use, FIRA, .111qualic Resources Use,,1,111)ofiration, andNPDE3'. Vetlandspetwils,.Section /0,
Bridge Use A.gromlent and B/0 ' lo 7/ 1.fsess��ienls are not included
ic� 'I /
7. Prepare SEPA checklist (and modify as necessary for City's use/con-u-nent/and
publication and Shoreline application.
Conduct quality control review and constructibility review of Contract Documents
with City.
9. Attend up to four public meetings.
/0. Proi)ide ekaron1'e*,fi1esfar Project Plans and Specifications.
Provide lqal descfiplion, if required, for the sanitary sen)erPu1)Yj5 station and appurtenances.
C. Bid/Award Phase Services
Provide technical assistance during the bid phase as may be required/desired.
2. Prepare any and all addenda and distribute same to all planholders.
Attend bid opening, review, and tabulate bids (as desired), prepare and distribute bid
summaries, prepare engineer's letter of recommendation as may be desired.
5. Provide city will2fil?y (50) sets of eduad-scale drayvl�gs (112 sire) andproi)ide the city 2,vill)fifo
(50) sets oj�ro)ecl ipenificalions.
cusickO5pr01-sow.doc
EXHIBIT B
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description
of tasks)
DESIGN PHASE SERVICES - COMBINED FEE AMOUNT
TASK NO.
PRINCIPAL PROJ MNGR CIVIL ENGR I CIVIL
ENGR II
TECH
TYPIST
1
2 28 36
36
62
4
2
2 16 24
48
80
4
3
4 24 96
12
68
8
4
2 16 56
56
64
4
5
2 16 32
20
58
4
6
7
1 8 12
28
42
2
Total Hours
13 108 256
200
374
26
Est Rate
$43 $33 $25
$21
$23
$14
Direct Labor
$559 $3,564 $6,400
$4,200
$8,602
$364
Direct Labor Costs
$23,689
Indirect Labor @ 1.53 x Direct Labor Cost
$36,244
Total Labor Costs
$59,933
Profit @ 15%
$8,990
Subtotal, Labor and Fee
$68,923
Expenses
$41,875
Structural Design (AHBL)
$2,200
Permitting (AHBL)
$8,670
Topographic Survey (J. Becker & Associates)
$16,170 *
Electrical Engineering (BCE)
$5,665 *
Geotechical Engineering (Geo Engineers)
$5,720 *
Printing (Ford Graphics)
$1,800 *
Miscellaneous (Mileage, Photos, other)
$1,650 *
Estimated Total Costs
$110,798
* Includes 10% Administration Fee
Revised 08/01/2001 AHBL 201142.10
17
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
AHBL - STRUCTURAL ENGINEERING
TASK NO. PRINCIPAL
PROJ MNGR ENGR I ENGR II
TECH
TYPIST
3 4
8
20
Total Hours 4
0 8 0
20
0
Est Rate $43
$25
$19
Direct Labor $172
$0 $200 $0
$380
$0
Direct Labor Costs
$752
Indirect Labor @ 1.53 x Direct Labor
Cost
$1,151
Total Labor Costs
$1,903
Profit @ 15%
$285
Subtotal, Labor and Fee
$2,188
Revised 07/09/2001 AHBL 201142.10
/ 7
4
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
AHBL - PLANNING/PERMITTING
TASK NO. PRINCIPAL
PROJ MNGR
PLANNER
TYPIST
B-6 4
16
68
12
Total Hours 4
16
68 0
0 12
Est Rate $43
$33
$24
$14
Direct Labor $172
$528
$1,632 $0
$0 $168
Direct Labor Costs
$2,500
Indirect Labor @ 1.53 x Direct Labor
Cost
$3,825
Total Labor Costs
$6,325
Profit @ 15%
$949
Labor and Fee
$7,274
Printing, mileage, and photos
$1,396
Subtotal
$8,670
Revised 08/01/2001 AHBL 201142.10
CITY 0FTUKVV|LA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
J.BECKER&ASSOCIATES, INC. 'SURVEYOR
TASK NO. PRINCIPAL SURVEYOR SURV.CREVV TECHNICIAN
1'5&7 8 12 78 56
Total Hours 8 16 76 55
Est Rate $36 830 $43 $20
Direct Labor $288 $480 $3'268 $1,100
Direct Labor Costs
Indirect Labor @1.5Direct Labor Cost
Total Labor Costs
Profit 8g 15.%
Subtotal, Labor and Fee
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
BCE, ELECTRICAL ENGINEERS
TASK NO. PRINCIPAL PROJ MNGR ENGINEER
3 2 15 45
Total Hours 2 15 45
Est Rate $45 $21 $19
Direct Labor $90 $315 $855
Direct Labor Costs
Indirect Labor @ 1.65 Direct Labor Cost
Total Labor Costs
Profit @ 15%
Subtotal, Labor and Fee
auto mileage
Total
TECHNICIAN TYPIST
27 3
0 27 3
$14 $13
$0 $378 $39
$1,677
$2,767
$4,444
$667
$5,111
$39
$5,150
Revised 07/06/2001 AHBL 201142.10
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
GEO ENGINEERS
TASK PRINCIPAL
SENIOR
STAFF 3
STAFF 1
TECHNICIAN
SUPPORT
Project Setup
2
1
Field Activities
2
10
1
Laboratory
5
Analysis
2
Report
Preparation 2
10
4
Total Hours 2
6
20
0
5
6
Est Rate $46
$34
$22
$18
$17
$19
Direct Labor $91
$203
$440
$0
$85
$113
Direct Labor Costs
$933
Indirect Labor @ 1.9462 Direct Labor Cost
$1,816
Total Labor Costs
$2,749
Profit @ 15%
$412
Subtotal, Labor and Fee
$3,161
Subcontracted Drilling
$1,300
Subcontracted Utility Locate
$300
12% Markup
$192
Subcontracted Subtotal
$1,792
Field Equipment
$247
Total
$5,200
CITY OF TUKWILA
FOSTER POINT IMPROVEMENTS
(See Exhibit "A" for description of tasks)
BID/AWARD PHASE SERVICES - COMBINED FEE AMOUNT
TASK NO. PRINCIPAL PROJ MNGR CIVIL ENGR I CIVIL ENGR II TECH
8 2 13 54 12
Total Hours 2 13 54 0 12
Est Rate $43 $33 $25 $21 $23
Direct Labor $86 $429 $1,350 $0 $276
Direct Labor Costs
Indirect Labor @ 1.53 x Direct Labor Cost
Total Labor Costs
Profit @ 15%
Subtotal, Labor and Fee
Expenses
Structural Design (AHBL)
Permitting (AHBL)
Topographic Survey (J. Becker & Associates)
Electrical Engineering (BCE) $660 *
Geotechical Engineering (Geo Engineers)
Printing (Ford Graphics) $2,640 *
Miscellaneous (Mileage, Photos, other) $100 *
* Includes 10% Administration Fee
TYPIST
24
24
$14
$336
$2,477
$3,790
$6,267
$940
$7,207
$3,400
$10,607
Revised 08/01/2001 AHBL 201142.10