Loading...
HomeMy WebLinkAbout22-012 - KPG, P.S. - Engineering Services: 2022 Small Drainage Program1111111011111001, City of Tukwila 6200 Southcenter Boullevard. Tukwila WA 9618 Agreement (Number: 22-012(c) Council Approval N/A CONTRACT FOR SERVICES Amendment #3 Between the City of Tukwila and KPG Psomas That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas is h amended as follows: Section 3: Duration of Agreement; Time for Performance: Ir by The Consultant shall perform all services and provide all work product required pursuant to this agreement no later than April 30, 2023. M other provisions of the contract shall remain in full force and effect. Dated this 27th day of December 2022 CITY OF TUKWILA HP eSlyned via SecmleeeDcce.cem Allan Ekberg, Mayor 12-27-2022 ATTEST/AUTHENTICATED: eSignecl vie SeemlessDocs.com ehtezt°7y rig(ahe tg Christy O'Flaherty, City Clerk APPROVED AS TO FORM: eSionecl vie SeemlessDccs.cem (f{ra'/cei deme: ''9 Key. 4f826tl20-0362414edef6d92tl866efa66 Office of the City Attorney CA Rcvue aLe3 May 2020 CONTRACTOR: By: c°' : �— 12/19/2022 Printed Name: Nandez Miller Title: Vice President Page 1 of 1. City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-012(b) CONTRACT FOR SERVICES Amendment #2 Between the City of Tukwila and KPG Psomas, Inc. That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas, Inc. is hereby amended as follows: Section 2: Scope of Services. Work under this contract shall be amended to include reimbursement for direct expenses and costs associated with the additional contract scope of services as described in Exhibit A, attached. Section 4: Payment. Payment is hereby changed to include an additional $5,040.00 for this additional scope of services. See Exhibit B-1. j[MP1]The maximum amount payable under this contract as amended inclusive of all fees and other costs shall not exceed $204,424.00 without express written modifications of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 27th day of August 2022 CITY OF TUKWILA CONTRACTOR HP S beg Key: 313,9482a0c1,09c0Seca064764cae88 Allan Ekberg, Mayor 08/27/2022 Printed Name: Terry Wright ATTEST/AUTHENTICATED APPROVED AS TO FORM Key e0,,,tatie.5570,,c1,271,-05,185205 Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised December 2016 Page 1 of 1 EXHIBIT A Project Scope of Work August 2022 Construction Services This work will provide construction observation services for the City of Tukwila during PSE utility relocates in support of the 2022 Small Drainage Program. Services will include inspection and observation during the relocation of 3rd party utilities. KPG Psomas ("Consultant") will provide to the City of Tukwila, Washington ("City") construction inspection and observation for the task. A detailed scope for the Contract follows: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. Assumptions: • The proposed project team will include one full-time inspector during construction activities. The level of services is based on a project duration of 5 working days. It is anticipated that full time site observation will be required for the entire duration of construction. • Services will be performed in general accordance with the interlocal Agreements between ("Utilities") and the City. • Work is anticipated to take place during daylight hours on a single shift of 8 hours per day, 5 days per week. II. SCOPE OF WORK TASK 3 — CONSTRUCTION SERVICES Field Services: The Consultant shall provide the services of one full-time inspector necessary to monitor the progress of the work. Construction staff shall oversee the following items of work, on the project site, and will observe the technical progress of the construction, including providing day-to-day contact with the Contractor and the City. Field inspection staff will perform the following duties as a matter of their daily activities: i. Prepare daily construction reports detailing operations performed for each day the Contractor is on site. City of Tukwila Construction Management Services Scope of Work Page 1 of 2 KPG Psomas Project #22003 August 2022 ii. Provide daily photographs during the course of construction. Photographs will be in digital format and cataloged by date. iii. Review traffic control setup each day to ensure conformance with approved plans. iv. Ensure City standards are being following and coordinate with the City as necessary. III. DELIVERABLES i. Daily Reports ii. Construction Photographs City of Tukwila Construction Management Services Scope of Work Page 2 of 2 KPG Psomas Project #22003 August 2022 EXHIBIT B-1 PRIME CONSULTANT COST COMPUTATIONS Client: City of Tukwila Project: 2022 Small Drainage Program CM Services Supplement 2 KPG Psomas Inc. PROJECT NUMBER: 22003 5 working days - PSE Relocation Inspection DATE: 8/18/2022 Reviewed by: Jordan P Date: 8/18/2022 Task No. Task Descrl tion P Labor Hour Estimate Total Hqurs and Latior Fee Estimate by Task Project Engineer 11 pU SAI d+- h �� : N :. F m ow 9 V 9 d+- m :. h a 0 (J N a+ c uQ [) N m c a Q Construction Observer if c - N Q •� = e v c t j a o N 'G �— o o oQ U Senior Admin E y d o ry 172 245 : 142 212 143 120 101 134 104 '.130 98 82 Hours Fee Task 3 - Construction Services - FIELD (1 Weeks) 3.1 Construction Inspection (8 hrs/day for inspection &reports) 0 $ - 3.2 Material Testing - Coordination & Tracking 0 $ - 3.3 Construction Inspection Nights (None Anticipated) 0 $ - 3.4 Inspection of PSE Utilitiy Relocates (1 week - 8 hrs/day) 40 40 $ 5,040.00 Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 $ 5,040.00 Total Labor Hours and Fee 0 0 0 0 0 0 li 0 1 0 0 0 0 0 0 $ 5,040.00 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate Reproduction Allowance $ - Total Reimbursable Expense $ - Total Estimated Budget $ x,040.00+ SCOPE: Provide full-time field inspection for 5 consecutive days of onsite third party utility relocate work. Inspection deliverables include producing daily reports with site photos, review of daily traffic control for conformance to approved plans, ensuring conformance with City standards, and coordination with City staff. DIOnv City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-012(a) Council Approval 6/13/22 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and KPG Psomas Inc. That portion of Contract No. 22-012 between the City of Tukwila and KPG Psomas Inc. (formerly KPG, P.S.) is hereby amended as follows: Section 2 Scope of Services shall be amended with the following: The Consultant agrees to provide City construction services in accordance with the scope of work included as Exhibit A-1. Section 4 Payment shall be modified as follows: An estimated budget for work provided by Consultant is included as Exhibit B-1, provided that the total amount of payment to the consultant under this agreement shall not exceed $199,384.00 (Orig PSA $99,512.00 + this Amend 1 for $99,872.00) without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 16th day of June , 2022 CITY OF TUKWILA CONTRACTOR HP Allan Ekberg, Mayor 06/16/2022 7,e,"`i� /7/ Printed Name: Terry Wright ATTEST/AUTHENTICATED APPROVED AS TO FORM Ch C36/7g Key: YcJ.2.51,1,,,,01.1,20a2.215,5tceabl Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Reviewed May 2020 Page 1 of 1 EXHIBIT A-1 Construction Management Services Scope of Work May 2022 City of Tukwila 2022 Small Drainage Program City Project Number: 80041201 KPG Psomas Project Number: 22003 KPG Psomas Inc. (formerly KPG, P.S.) will provide construction management services for the construction contract to complete the City of Tukwila 2022 Small Drainage Program project. The proposed work includes: Site 1: 48th Ave S from S 122nd St to S 124th St Replace and install new storm drain system approximately 700' of 12" SD and 180' of 8" SD pipe along with 14 drainage structures. Tie into the existing system at S l22"d St. Site 2: 49th Ave S from S 122nd St to S 124th St Replace and install new storm drain system approximately 450' of 12" SD and 100' of 8" SD, along with 8 drainage structures. Tie into the existing system along 49th Ave S near S 122nd St. Site 3: 37th Ave S & S 126th St Install storm drain system approximately 200' of 12" SD and 80' of 12" DIP on the west side of 37th Ave S. Tie into the existing system along S 126th St. A detailed scope for the Contract follows: I. INTRODUCTION The following scope of services and associated costs are based upon the assumptions outlined below. General Assumptions: • The level of service and fee is based on project duration of 40 working days. • The proposed project team will include a part time Project Manager (0.5 hours a week) part time Resident Engineer (15 hours a week), one full time Construction Inspector (40 hours a week), a part time Documentation Specialist (15 hours a week), and one part time Project Engineer from KPG Psomas's design team to review submittals and interpret Contractor inquiries, as needed. The team also includes a sub -consultant to provide services for materials testing and construction site observation to satisfy Tukwila Municipal Codes for work within certain soil classifications. • City will review and execute the insurance, bonds, and the Construction Contract. City of Tukwila 2022 Small Drainage Program Construction Management Services Page 1 of 9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 • Consultant will coordinate during audits or traffic control operations related to project impacts and help the City to complete any other required correspondence with outside agencies. • The City will work with the Contractor to conduct all community outreach in relation to phasing and direct impacts due to construction. The City's Contractor shall be responsible for the communication to the community on schedule and work activities. • KPG Psomas design engineers will be available during construction to answer questions and review RAM's, shop drawings, and answer RFI' s. • Consultant services will be performed in accordance with the WSDOT Construction Manual, Contract plans & special provisions, and City of Tukwila engineering standards. • The franchise Utilities will provide field inspection for all work surrounding the construction or relocation of their utility systems if necessary. • Coordination of construction with franchise utilities, if any, will be done by City Contractor. Consultant will help facilitate coordination between utilities and Contractor as needed or requested by City. 11. SCOPE OF WORK The objective and purpose of this Construction Management Services Agreement is for the Consultant to successfully deliver the construction of the Project to the City by ensuring that the improvements are constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that all of the required Project documentation is accounted for, and ultimately that the City of Tukwila receives a successful review by any outside agency including state audits at the end of the Project. TASK 1— MANAGEMENT / COORDINATION /ADMINISTRATION Provide overall project management, coordination with the City, monthly progress reports, and invoicing. This effort will include the following elements. 1.1 Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. 1.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project progress reports to the City along with invoices describing CM services provided each month. Prepare and submit reporting required by funding source(s), if any. Deliverables: • Monthly invoices and progress reports City of Tukwila 2022 Small Drainage Program Construction Management Services Page 2of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 TASK 2 — PRECONSTRUCTION SERVICES 2.1 Administrative Services up to Contractor Notice to Proceed (NTP): KPG Psomas will provide support startup of the project with any miscellaneous administrative needs not specifically outlined in items 2.2 — 2.8, which are further detailed below. 2.2 Preconstruction (PreCon) Photos: KPG Psomas staff shall collect and log a comprehensive set of precon photos, prior to City Contractor mobilizing to the site, for the purpose of documenting pre-existing site conditions. These shall be delivered to the City in digital form as part of the final project files. 2.3 Review Plans and Specs: KPG Psomas staff shall familiarize themselves with all plans, specs, and City standards that will be incorporated into this project, in order to familiarize themselves with project limits, elements of work to be performed, measurement and payment, and other project - specific considerations, prior to the first working day. 2.4 Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files in preparation for the project. SharePoint will not be utilized on this contract. 2.5 Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM, to algin with LAG manual exceptions and to improve ease of use by all project parties. In the absence of a WSDOT-provided ROM, KPG Psomas can generate a ROM from scratch, however creation of a complete project ROM is outside the scope of the current budget and may require a supplement. 2.6 Preconstruction Conference: KPG Psomas will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices or via an on-line platform of the City's choice. The Consultant's team will attend the preconstruction conference. Pertinent City staff and private utilities will also be present at this meeting. KPG Psomas will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Preconstruction conference, the Consultant shall help facilitate discussions with the Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates, issues with utilities, any unusual conditions, State and local requirements and any other items that will result in better project understanding among the parties involved. 2.7 Prepare Templates: KPG Psomas will pre -populate all electronic forms, either Consultant or City provided, in preparation for contract administration. This includes pay estimate templates, weekly working days statements, inspector daily reports, change management tracking templates, etc. 2.8 Utility Coordination: Consultant will assist with external and internal communications regarding utility coordination required for successful completion of the project, including utility relocations, required service interruptions, etc. Deliverables: • Preconstruction conference meeting minutes City of Tukwila 2022 Small Drainage Program Construction Management Services Page 3of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 • Pre -construction Photos TASK 3 — CONSTRUCTION SERVICES - FIELD 3.1 Construction Observation: The Consultant will provide one (1) inspector during construction activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure that the daily inspection reports and working days reporting are completed in a timely manner and contain sufficient information to assess whether the work is being conducted in compliance with the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by Friday of the same work week upon request. The Inspector may perform the following duties as a matter of his daily activities: i. Observe technical conduct of the construction, including providing day-to-day contact with construction contractor, City, utilities, and other stakeholders, and monitor for adherence to the Contract Documents. The Consultant's personnel will act in accordance with Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications. ii. Observe material, workmanship, and construction areas for compliance with the Contract Documents and applicable codes, and notify construction contractor of noncompliance. Advise the City of any non -conforming work observed. iii. Document all material delivered to the job site in accordance with the Contract Documents. iv. Prepare daily inspection reports, recording the construction contractor's operations as actually observed by the Consultant; includes quantities of work placed that day, contractor's equipment and crews, and other pertinent information. v. Interpret Contract Documents in coordination with the City, Contractor, and KPG Psomas. vi. Resolve questions which may arise as to the quality and acceptability of material furnished, work performed, and rate of progress of work performed by the construction contractor. vii. Support the Contractor' s communication and responsibilities to answer questions from property owners and the general public as needed. viii. Monitor compliance of approved permits per the project specifications, if applicable. ix. Prepare field records and documents to ensure the Project is administered in accordance with the plans and specifications. x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets will be initialed with correct bid item and stationing identified (Construction Manual 10- 2). xi. Attend and actively participate in regular on-site weekly construction meetings. xii. Take digital photographs during the course of construction, and record locations. Assumptions: • Consultant will provide observation services for the days/hours that the contractor' s personnel are on-site. City of Tukwila 2022 Small Drainage Program Construction Management Services Page 4of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 • Assumption is Client's Contractor shall work normal 40 -hour work weeks. For this project the "normal" work week may occur at night. KPG Psomas does not differentiate day shift from night shift. However, if the City's Contractor works a double shift (both day and night) within a single 24-hour period this will constitute two working days. Consultant's hours for inspection are based on one shift for number of working days allowed per Contract. • Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant will split their time at the multiple locations and prioritize what location to be at for observation. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether they are performing the work in accordance with the Contract Documents; in case of noncompliance, Consultant will reject non -conforming work, and pursue the other remedies in the interests of the client, as detailed in the Contract Documents. 3.2 Material Testing — Coordination & Tracking: The inspector shall coordinate with the Contractor and the material testing firm to schedule testing of materials in the field to ensure they meet specifications per contract requirements. The cost for this effort is included in Task 3.1. 3.3 Construction Inspection Nights: Night work is not anticipated for this project. Deliverables: • Daily Construction Reports with project photos. • Field Note Records for all field -measurable pay items. • Review material test reports for compliance. TASK 4 — CONSTRUCTION SERVICES — OFFICE 4.1 Construction Management Office Support: Original documentation will be housed at the Consultant's office and filed in accordance with standard filing protocol. Document Control will consist of the following: a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. b. Plan Interpretations: Provide technical interpretations of the drawings, specifications, and Contract Documents, and evaluate requested deviations from the approved design or specifications. Coordinate with City for resolution of issues involving scope, schedule, and/or budget changes. c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Submittals shall be logged and tracked by Consultant. City of Tukwila 2022 Small Drainage Program Construction Management Services Page 5of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 d. Requests for Information (RFI): Consultant shall review and respond to RFI's. RFI's shall be logged and tracked by Consultant. e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda for City review and distribute meeting minutes to attendees. Outstanding issues to be tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted by Contractor during the Weekly Meeting. f. Change Orders: The Consultant will develop change orders and the Consultant will provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. The City will approve all change orders before being fully executed. Each change order will be executed in accordance with WSDOT Standard Specifications. g. Field Work Directives: The Consultant will prepare field work directives as necessary to keep the Contractor on schedule. h. Force Account: The Consultant will track Contractor force account labor, equipment and materials. All force account calculations will be verified by the City and double checked by the Consultant. The City shall have final authority to approve any Force Account work prior to agreement with the Contractor. 1. Schedule Review: Consultant shall perform review of initial Contractor provided CPM for conformance with the Contract Documents. Any discrepancies, conflicts or unreasonable work durations will be brought to the attention of the Contactor and City. Consultant will provide one (1) intermediate review of Contractor's updated schedule and compare with field -observed progress and duration of the project. J. Lump Sum Breakdown: Consultant shall evaluate construction Contractors' Schedule of Values for lump sum items. Review the Contract Price allocations and verify that such allocations are made in accordance with the requirements of the Contract Documents. Lump Sum Breakdowns for payment each month will be calculated. k. Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor payment based on field note records prepared by Consultant field inspector in accordance with contract documents. 1. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly statement of working day report each week to the Contractor and City for review and approval. Weekly statement of working days will be based on field inspection reports provided by Consultant. m. Subcontractor Documentation: Process / approve all required subcontractor documentation. Request to Sublets will be verified and logged. This includes checking System Award Management System (SAMS), verifying business licensing, reviewing insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage City of Tukwila 2022 Small Drainage Program Construction Management Services Page 6 of 9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG Psomas's subcontractor logs. 4.2 Construction Management Field Paperwork: Consultant shall review and assist with processing of field paperwork from the Inspector and Contractor for tracking and documentation. 4.3 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of recording each payroll received from the Prime and Subcontractors and checking pay rates against Contract requirements. Any discrepancies will be brought to the Contractor and City. 4.4 Utility Coordination: The Consultant will facilitate ongoing communications and coordination between the Contractor and City and/or Franchise utilities who may have infrastructure within the project limits. This includes JUT conversions, relocations due to foreseen or unforeseen conflicts, scheduled outages for tie-ins, etc. Deliverables: • Approved Submittals and Submittal log • Responded RFIs and RFI Log • Weekly Meeting minutes • Fully -executed Change Orders and Field Work Directives, with Change Management Log • Force Account Documentation and Tracking Log • Fully -executed Monthly Progress Payments • Subcontractor Packets • Weekly Statements of Working Days • Certified Payroll Tracking Log (hard copy binder not included) • Contractor -generated As-builts, if required by Contract • All other project documentation generated during the course of project construction duration. TASK 5 — PROJECT CLOSEOUT 5.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and pursuit of successful project final completion, as detailed below: a. Substantial Completion Letter: Following full and unrestricted use of the project status being obtained by the Contractor and agreed to by the City, Consultant shall draft Substantial Completion Letter on City letterhead, for issuance to Contractor. City of Tukwila 2022 Small Drainage Program Construction Management Services Page 7of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 b. Physical Completion Letter: Following completion of all punch list work verified by the Consultant and any stakeholders required the Consultant shall prepare physical completion letter to the Contractor and the City shall issue the final contract voucher. c. Final Pay Estimate: Consultant shall prepare final payment estimate, along with any final quantity adjustments needed to existing bid items, for issuance to Contractor, in conjunction with the final contract voucher, issued by the City. 5.2 Closeout Inspection and Punchlist: Consultant shall assist in a punchlist walkthrough with Contractor, City staff, and any other necessary agencies for the purposes of developing a final project punchlist. The Consultant shall assemble walkthrough comments and provide the preliminary list to the City for concurrence, prior to issuing the list to the Contractor. On notification of completion of the punchlist, Consultant shall perform a final walkthrough to confirm satisfactory completion of all items on the list and shall note any remaining discrepancies. Subsequent project walkthroughs are beyond the scope of this agreement, but will be accommodated should the request be made by the City, and sufficient remaining budget allows. 5.3 Certified Payroll Closeout: Consultant shall attempt to ensure that all certified payrolls and affidavits of wages paid are current and complete at the time of project physical completion. This will include regular checks of the L&I portal and frequent reminders to the Contractor to provide any missing information in a timely manner. As the task of gathering the final documentation from Contractors and their Subcontractors can sometimes be an extended process, outside the control of the City or Consultant, after 8 weeks post -physical completion, the Consultant shall perform a final status update of the CP tracking log, along with memos to file of any missing documentation, and shall hand off the remaining verification process to the Client. 5.4 Prepare Documentation to Deliver to City: Consultant shall perform QA/QC on all project documentation deliverables as outlined in Task 4.1, as well as any documentation generated in the course of completion of Task 5, and shall transfer all project documents to the City for permanent storage. • Substantial Completion Letter • Physical Completion Letter • Final Payment Invoice • Project Punchlist • Final Project Documents TASK 6 — SUBCONSULTANTS 6.1 Material Testing: HWA Material Testing will be retained as KPG Psomas's subconsultant to provide material testing and construction observation services. All testing will be done in accordance with LAG Manual and WSDOT Construction Manual, or at a desired reduced frequency as -directed by City project manager. City of Tukwila 2022 Small Drainage Program Construction Management Services Page 8of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT A-1 TASK 7 — ADDITIONAL SERVICES 7.1 Management Reserve: Additional services requested by the City will be performed only when authorized by the City. Authorization to perform additional services will be in writing, specifying the work to be performed, and basis of payment. Items such as Community Outreach (except as completed on a day-to-day basis by the inspector and resident engineer as described in task 3.1 — vii), Public Meetings, Ribbon Cutting Ceremony, claims analysis, surveying, services during shutdown periods of non -working days, and services for extended working days are examples of possible additional services. This fee is based 40 working day contract, with 10 additional reduced -effort days for startup and 20 additional reduced -effort days for closeout, for a total of 70 days / 14 weeks, 8 -hour days, additional extension of days will be approximately $1,080.00 per day for one person. (8 hours x $135.00 = $1,080.00) City of Tukwila 2022 Small Drainage Program Construction Management Services Page 9of9 KPG Psoras Inc. KPG Psoras Project Number 22003 May 2022 EXHIBIT B-1 PRIME CONSULTANT COST COMPUTATIONS Client: City of Tukwila Project: 2022 Small Drainage Program CM Services Supp #1 KPG Psomas Inc. PROJECT NUMBER: 22003 40 working days + 2 week startup and 4 weeks closeout DATE: 5/12/2022 Reviewed by: Jordan P Date: 5/5/2022 Task Ho- Task Descriplion Labor Hour Estimate Total Eskmate Hours and Labor Fee by Task o n oEw .G c $ ° m of L a 071 m L a = 71 'd •�. 0 L= a - 7Ya p C 1i +P b . p ma; E = m �. ccc '- mot E r a C G mm .:3 172 245 142: 212 143 126 101 134 X104 130 98 82 :Hours Fee Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION 1.1 Project Management and Administrative Services 7 7 $ 1,715.00 1.2 Prepare, review and submit monthly expenditures 3 4 7 $ 1,255.00 Task Total 0 10 0 0 0 0 0 0 0 4 0 0 14 $ 2,970.00 Task 2 - Assist City with the Award Process (Design Team will Suppor ) 2.1 Assist City with Award Process 0 $ 2.2 Bid Tab Analysis and Verity Contractor 0 $ 2.3 Communications 0 $ Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 $ - Task 3 - Administrative Services up to Contractor Notice to Proceed (NTP) (2 Weeks) 3.1 Administrative Services up to Contractor Notice to Proceed 22 4 $ 552.00 3.2 PreCon Photos 4 4 $ 504.00 3.3 Review plans and Specs 4 44 12 $ 1,608.00 3.4 Prepare Hard and Electronic Files 42 6 $ 836.00 3.5 Prepare ROM 22 4 $ 552.00 3.6 Prepare PreCon Agenda 22 4 $ 552.00 3.7 Prepare Templates4 4 $ 536.00 3.8 Utility Coordination 2 2 $ 284.00 Task Total 0 0 16 0 0 8 0 16 0 0 0 0 40 $ 5,424.00 Task 4 - Construction Management (CM) and Administrative Services. NTP to Project Closeout. (8 Weeks) 4.1 Construction Management Office Support 8 100 110 218 $ 30,316.00 4.2 Construction Management Field Paperwork10 10 20 $ 2,760.00 4.3 Certified Payroll Tracking 16 16 $ 1,664.00 4.4 Utility Coordination10 10 $ 1,420.00 Task Total 8 0 120 0 0 0 0 120 16 0 0 0 264 $ 36,160.00 Task 5 - Provide Field Inspection for Each of the Project's Working Days (8 Weeks) 5.1 Construction Inspection (8 hrs/day for inspection & reports) 320 320 $ 40,320.00 5.2 Weekly Construction Meetings (Included in 5.1) 0 $ 5.3 Construction Inspection Nights (None Anticipated) 0 $ Task Total 0 0 0 0 0 320 0 0 0 0 0 0 320 $ 40,320.00 Task 6 - Project Closeout (4 Weeks) 6.1 Construction Management Office Support 20 20 40 $ 5,520.00 6.2 Construction Management Field Paperwork/Inspection 8 8 $ 1,008.00 6.3 Certified Payroll Closeout 10 10 $ 1,040.00 6.4 Prepare Documentation to Deliver to City 20 20 $ 2,680.00 Task Total 0 0 20 0 0 8 0 40 10 0 0 0 78 $ 10,248.00 Task 7 - Materials Testing 7.1 (Subcontract with Material Tester (LS Estimate) 0 $ 4,500.00 Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 $ 4,500.00 Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 $ - Task 9 - Management Reserve 9.1 I Upon City Authorization Only 0 $ Task Total 0 0 0 0 0 0 0 0 0 0 0 0 0 $ - Total Labor Hours and Fee 1,376 2,450 22,152 0 0 42,336 0 23,584 2,704 520 0 0 716 $ 99,622.00 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate $ 250.00 Reproduction Allowance $ Total Reimbursable Expense $ 250.00 Total Estimated Budget $ 99,872.00 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 22-012 Council Approval 1/24/22 PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and KPG. P.S., 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 Engineering services in connection with the project titled 2022 Small Drainage Program. 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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2022 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 $99,512.00 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 as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington 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 rendered under this Agreement. 7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. CA revised May 2020 Page 2 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 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 CA revised May 2020 Page 3 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. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, 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 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. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 3131 Elliot Avenue Suite 400 Seattle, WA 98121 CA revised May 2020 Page 4 18. Entire Agreement; Modification. 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. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this 28th day of January , 2022. CITY OF TUKWILA CONSULTANT HP C71(laW Shoe/kg Key: b1,1,1c.,10acclEADoeScl,le,,,,f0.21D Allan Ekberg, Mayor 01/28/2022 By: L,te 0[4,, Printed Name: Kelsey Anderson Title: Project Manager Attest/Authenticated: Approved as to Form: /t/teaz-y O y � cvt oe awd City Clerk, Christy O'Flaherty Office of the City Attorney CA revised May 2020 Page 5 EXHIBIT A City of Tukwila 2022 Small Drainage Program City Project Number: 9204XXXX KPG Project Number: XXXXX Scope of Work January 5, 2022 PROJECT DESCRIPTION The Consultant shall prepare final Plans, Specifications and Estimates for the 2022 Small Drainage Program. The project will include the following sites: Sites 1: 48th Ave S from S 124th St to S 122nd St Drainage System Install storm drain system approximately 820 LF starting the northside of S 124th St and down 48th Ave S. Tie into the existing system along S 122"d St. This site location was partially designed as part of the 2020 Small Drainage Program. Sites 2: 49th Ave S from S 124th St to S 122nd St Drainage System Install storm drain system approximately 760 LF starting from the northside of S 124th St and traveling down 49th Ave S to tie -into the existing system along S 122" St. This site location was partially designed as part of the 2021 Small Drainage Program. Site 3: 13601 40th Ave S Drainage System Replace and install new storm drain system approximately 90 LF of 18" CMP and 80 LF of 12" concrete pipe along with three drainage structures. Tie into the existing system at 40th Ave S. This site may require a SEPA and City of Tukwila Special Permissions Permit with project limits within Type 3 Watercourse Buffer. This site location was partially designed as part of the 2021 Small Drainage Program. Site 4: 37h Ave S from S 126`h St to S 128th St Drainage System Remove existing 12" concrete pipe and structures and install new storm drain system approximately 285 LF of 12" pipe along with four drainage structures. Tie into the existing system at 371h Ave S and S 126h St. Site 5: 37h Ave S (2) from S 142nd St to S 144th St Drainage System Install storm drain system approximately 385 LF of 12" pipe and six structures on the eastside of 371" Ave S. Tie into the existing system along the westside of 371h Ave S at the low point of the roadway crossing. City of Tukwila 2022 Small Drainage Program Page 1 of 4 KPG January 2022 EXHIBIT A The Consultant shall provide necessary surveying, project design, quantity and cost estimates, and utility notification and design coordination required to complete final bid documents. It is anticipated that sites will be bid as a single bid package for the 2022 Small Drainage Program as budget or other considerations allow. The Consultant shall provide surveyed base maps with horizontal utility locations, or base maps created from field measurements, ortho-photography, and GIS data as necessary for each site. If necessary, surveyed base maps will include right-of-way line work based on available public records. Project horizontal and vertical datum will be NAD83/2011 and NAVD88 respectively on all sites. The Consultant shall prepare a SEPA checklist and Special Permissions Permit when required at Site 3. No additional permits are anticipated. The budget assumes a straightforward approval process with no special studies or extensive coordination. It is the Consultants understanding that none of the 2022 Small Drainage Program sites require biological assessments, additional permits beyond those listed, wetland delineations, geotechnical review, detention facilities, or water quality treatment facilities. The budget assumes a straightforward approval process with no special studies or extensive coordination. It is the Consultants understanding that aside from the proposed Site 3, all work will be completed within City right of way, existing easements, and/or approved right of entry, and no further easement acquisition is anticipated. It is the Consultants understanding that the City will coordinate and secure right of entry and temporary access for any work for property restoration with the property owners. It is assumed this work will be completed during daytime working hours and a noise variance permit will not be required. It is the Consultants understanding that the City will coordinate and review any franchise utility submitted right of way use permits, construction permits, and temporary access for any work for utility location and relocation required to install the drainage improvements. SCOPE OF WORK TASK 1— 2022 Small Drainage Program Design 1.1 MANAGEMENT/COORDINATION/ADMINISTRATION • The Consultant shall provide continuous project management and administration for the duration of the Project. (Estimate 12 months). • Hold project coordination meetings with the City to update progress and review submittals. Assume (3) meetings. • The Consultant shall provide monthly status reports and billings. • The Consultant shall provide independent QA/QC reviews by senior in-house staff of all deliverables prior to submittal to the City. City of Tukwila 2022 Small Drainage Program Page 2 of 4 KPG January 2022 EXHIBIT A 1.2 Previously obtained mapping for Sites 1, 2, & 3 will be utilized. The Consultant shall prepare supplemental survey to Site 3 where design storm alignment is altered, and limits are extended. The Consultant shall prepare a topographic base map for Sites 4 and 5. 1.3 For Site 3, based on approved 50% preliminary design layout, the Consultant shall prepare necessary easement and legal descriptions to acquire utility easement to existing City storm facilities. The City will review the project and easement needs to obtain approval from the property owner. The Consultant shall make necessary revisions to design based on easement conditions negotiated between the City and property owner and include the final design into the Bid Documents. • Deliverables o Legal Description and figure(s) for City Utility Easement (assume one (1) private parcel.) (pdf). 1.4 The Consultant has previously prepared preliminary designs for Sites 1 & 2. Minor updates and revisions are anticipated after Franchise Utility coordination review and will be included in the 50%, 90% and final design. 1.5 For Site 3, the Consultant shall prepare 50%, 90%, and final design. 1.6 For Site 4, the Consultant shall prepare 50%, 90%, and final design. 1.7 For Site 5, the Consultant shall prepare 50%, 90%, and final design. 1.8 The Consultant shall prepare 50% and 90% plan review submittal sets for all sites. 1.9 The Consultant shall prepare a SEPA checklist for the 2022 Small Drainage Program containing information on all sites requiring SEPA review. This is anticipated to be Site 3. 1.10 The Consultant shall prepare City Special Permissions Permit for the 2022 Small Drainage Program containing information on all sites requiring Special City review. This is anticipated to be Site 3 where project site location is within existing Type 3 watercourse Stream buffer. 1.11 The Consultant shall prepare the Contract Specification per 2022 WSDOT Standard Specifications for the 90% Review Submittal and the Bid Documents. 1.12 The Consultant shall calculate quantities and prepare Engineers Estimate of Probable Construction Cost for the 50% and 90% Submittal as well as the Bid Documents. 1.13 The Consultant shall distribute preliminary mapping and 50% review submittals to franchise utility owners to identify potential conflicts within the Project limits. Notification and design coordination will continue through final design. (Assume one (1) site visit with franchise utilities). 1.14 The Consultant shall prepare final Bid Documents for the proposed improvements including the following: City of Tukwila 2022 Small Drainage Program Page 3 of 4 KPG January 2022 EXHIBIT A o Plans shall be prepared with such provisions in such detail as to permit field layout and construction within a degree of accuracy acceptable to the City and per industry standards. o Details will be prepared for items not available as standard details from the City, State, or WSDOT standard drawings. o The plans shall illustrate complete details of construction of the proposed improvements including limits of construction and removals, proposed invert elevations, rim elevations and required construction materials. o Drainage designs will be determined through consultation with City staff and from previous experience rather than detailed basin modeling. 1.15 The Consultant shall provide bid period services to include responses to bidder inquiries, preparation of addenda, attendance at bid opening, preparation of bid tabulation, and recommendation to award or reject the apparent low bidder. The budget assumes a straight forward review process with the low bidder receiving the contract award. • Assumptions o No federal funding is anticipated for the Project engineering or construction. o No utility upgrades beyond storm conveyance are anticipated in the project design. o Drainage & Water Quality Reports will not be required. o Geotechnical engineering services will not be required. o Environmental documentation will not be required except as noted within tasks. o City to submit any environmental permitting applications. o Potholing of existing underground utilities will be completed by franchise utilities. The approval and construction and right of way permit reviews will be completed by City. o City to obtain easement approval and record easement for Site 3. o Any fees for BXWA.com will be paid by the City. • Deliverables o SEPA Checklist for Site 3. o Special Permissions Permit for Site 3. o 50% review submittal with Plans and Estimate (pdf). o 90% review submittal with Plans, Specifications, and Estimate (4 sets + pdf). o Bid Documents and Engineer's Estimate (6 sets 1/2 size plans, specs, and estimate) o Coordinate upload of Plans and Specifications to Builders Exchange. Additional Services The City of Tukwila may require other services of the consultant. These services could include additional design, right of way, utility potholing, environmental documentation, geotechnical exploration, construction phase services, or other work tasks not included in the scope of work. At the time these services are required, the Consultant will provide the City with a detailed scope of work and an hour and fee estimate. The Consultant will not proceed with the work until the City has authorized the work and issued a Notice to Proceed. City of Tukwila 2022 Small Drainage Program Page 4 of 4 KPG January 2022 EXHIBIT B-1 PRIME CONSULTANT COST COMPUTATIONS Client: City of Tukwila Project: 2022 Small Drainage Program KPG, P.S. PROJECT NUMBER: XXXXX v1 DATE: 1/5/2022 Nelson Davis Date'. XXXXXX 140 104 Labor Haut Estimat< 105 1.88. Hour: Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION Project Management and Administrative Services 38 6,376.00 Survey & Base Maps 32 24 86 15,284.00 Site 3 • Utility Easement & Legal Description • 2,466.00 Site 1 & 248th & 49th Ave S Drainage System Design 54 • 7,550.00 Site 3 .48th Ave S Drainage System Design 54 • 7,766.00 Site 4.37th Ave S Drainage System Design 66 • 9,086.00 Site 5 • 37th Ave S (2) Drainage System Design 66 • 9,086.00 & Final Design Plan Review Submittal Sets 48 • 7,324.00 Site 3 • SETA Permit 28 • 4,020.00 1.10 Site 3 • Special Permissions Permit 28 • 4,020.00 1.11 Prepare Specifications 20 30 • 5,266.00 1.12 Quantity and Cost Estimating 24 42 • 6,040.00 1.13 Utility Coordination 20 36 5,248.00 1.14 Prepare Bel Documents 38 5,206.00 1.15 Sol Period Services 1,224.00 Task Total 16 132 116 112 18 36 28 640 95,962.00 Total Labor Hours anti Fee 8,592 20,196 16,240 ,47 7,616 2,790 4,608 1,260 3,948 7' 5,896 672 962,00 Su bconsultants Subtotal Administrative Charge (544 Total Subconsultant Expense Reimbursable Direct Non -Salary Costs Mileage at current ICS rate • 300.00 Utility Locate Service 2,000.00 Title Deport for Site 3 750.00 Reproduction Allowance 500.00 Total Reimbursable Expense 3,550.00 Total Estimated Budget 00