Loading...
HomeMy WebLinkAbout23-017 - Perteet Inc - South 152nd Street / 57th Avenue South Intersection DesignCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Contract Number: 23-017 Council Approval N/A This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and Perteet Inc., hereinafter referred to as "the Contractor," whose principal office is located at 801 2"'d Avenue #302, Seattle, WA 98104. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $29,870.00. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing 1 February 2023, and ending 31 December 2023, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor 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 Contractor nor any employee of Contractor 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 contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. ". Revised May 2020 Page 1 of 4 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 Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor'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. 7. Insurance. The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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 Contractor'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 Contractor's Insurance and shall not contribute 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. CA Revised May 2020 Page 2 of 4 E. Verification of Coverage. Contractor 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 Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractorscoverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor 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 Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with ROW Chapter 40.14 and by the City. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 0. I • 1 • • • 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The 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 and Subcontract The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor 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. CA Revised May 2020 Page 3 of 4 14. 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. 15. Notices. Notices to the City of Tukwila shall be sent to the foliowing address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. r u u .:.:• u . This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 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. DATED this 15th day of February CITY OF TUKWILA HP ,a s� ��ssn Allan Ekberg, Mayor ATTEST/AUTHENTICATED: C /t f (67(ate afSeaa_3 8936 4,183,1 aaer,177 City Clerk, Christy O'Flaherty APPROVED AS TO FORM: cliC- Office of the City Attorney ". Revised May 2020 , 2023. Perteet Inc. By: Jesse A Thomsen Printed Name and Title: Vice President 801 2nd Ave, Suite 302 Address: Seattle, WA 981044 Page 4 of 4 greement with Perteet Inc. January 30, 2023 EXHIBIT A SCOPE OF SERVICES City of Tukwila 5 152nd Street and 57th Avenue 5 Intersection Plan Preparation INTRODUCTION The intent of this contract is to complete design fora bulb -out intersection design for the 5152nd Street and 57th Avenue 5 intersection as defined in previous contract "5 152nd Street and 57th Avenue S Intersection Study". This will be part of the larger 5 152' ' St Utility Project currently being prepared by a separate consultant. The contract will include design of the bulb -out intersection design that was identified in the previously prepared report. If authorized, this Contract will include 90% and final design plan, specification, and opinion of cost estimate (PS&E) for the mini roundabout. This is funded by local monies. Consultant's services will be limited to those expressly set forth herein. If the service is not specifically identified herein, it is expressly excluded. Consultant will have no other obligations, duties, or responsibilities associated with the project except as expressly provided in this Agreement. Transferring Budget within Contract Maximum: The level of effort is specified in the scope of services. The budget may be transferred between discipline tasks at the discretion of the Consultant, provided that the total contracted amount is not exceeded. The Consultant will have the flexibility to manage budget within a given discipline on a subtask level. Services provided by the Consultant will consist of: GENERAL SCOPE OF SERVICES This Scope of Services describes the work elements to be accomplished by the Consultant as summarized under each Task. This scope consists of the following elements: Task 1— Project Management Task 2 — Contract document preparation (93%, Final P, S, & E) Task 3 — Bidding Support Optional Services With prior written approval by the City and written notice -to -proceed, work elements described in this scope of services as optional services (cis directed) may be produced by the Consultant. This Scope of Services is defined in the tasks below. SCOPE OF SERVICES DEFINED 1 greement with Perteet Inc. Task 1— Project Management January 30, 2023 Continuous Project Management The Consultant will provide continuous project management administration (billing invoices, monthly progress reports, Consultant coordination) throughout the project's duration (assume five f 51 months ). Budget and Schedule Oversight The Consultant will monitor project budget and schedule. The Consultant will prepare a milestone schedule and use that track project deliverables. Project Coordination Meetings The Consultant will attend up to three (3) project coordination meetings with key City staff to discuss the project and report an progress. Attendance will consist of up to two (2) members of the Consultant team, City project manager, and other City staff as determined by the City's project manager to review project status and coordinate activities for current work tasks. Meetings will be held virtually using Microsoft Teams. The Consultant will prepare and distribute meeting agendas and minutes. Deliverables • Invoice and progress reports submitted each month. Five (5) prepared invoices will be submitted. • Project schedule submitted within one week of NTP. • Meeting agendas outlining likely discussion topics for each project coordination meeting, submitted at least one (1) working day before each meeting. • Meeting minutes documenting each project coordination meeting, submitted within three (3) working days of each meeting. Task 2 — Contract Document Preparation (90%, Final PS&E) Task 2.1 90% PS&E The Consultant will prepare 90% plans for the 5 152" Street and 57th Avenue 5 intersection. They will be prepared to a level of competency presently maintained by practicing professionals in the field of transportation engineering in the Puget Sound Region. This work element will utilize the project's design criteria that was established and agreed upon with the City during the traffic study memo. The design and plans are part of a larger utility project, and plans will include details for the construction of the proposed improvements including details for pavement removal, traffic curb and gutter repair, curb ramp improvements and sidewalk repair, channelization, and signing. 2.1.1 90% Plan Preparation The Consultant will prepare and submit to the City 90% Design plans far the intersection improvements. This will include a truck turning analysis for the City's firetruck as supporting documentation for the intersection design. Once the City has agreed with the layout based on the truck turning analysis, plans will be produced. The plans will contain the following: • Intersection Plan (1 sheet) • Curb Ramp Grading Plans (1 sheet) 2 greement with Perteet Inc. January 30, 2023 • Curb Ramp Details (1 sheet) • Channelizatian Plans & Details (2 sheets) The Consultant will coordinate aspects of design related to these elements with the other consultant preparing the utility design. The Consultant will rely on topographic survey and basernapping shared by the City in the prior phase of work. The Consultant assumes that the Consultant's plans will be added to the end of the utility plan set and that a separate cover sheet is not required for the mini -roundabout plans. 2.1.2 90% Opinion of Cost The work element will include calculating 90% level quantities for inclusion to the utility project opinion of construction cost based upon the 90%. design and unit bid prices provided from the utility project or from Consultant's experience on similar projects within the Puget Sound region. 2.1.3 90% Specifications This work element will include preparing special provisions ("Specifications") for the project based on English units for the 90% submittal. Special Provisions will define the items of work that are not covered by the 2022 WSDOT/ APWA Standard Specifications, including Tukwila General Requirements as well as bid and contract forms. • The City will provide the Consultant with the current contract provisions from the utility project for review. • The Consultant shall prepare any additional special provisions for the elements of work for the mini - roundabout design that are not already covered by special provisions for the utility project. The Consultant assumes that all special provisions to be developed for the mini roundabout will be limited to Divisions 2 through 9 of the WSDOT/APWA specifications; Division 1 special provisions will not be prepared by the Consultant. Specifications will be prepared in WSDOT/APWA format. 2.1.4 90% PS&E Deliverables: • One (1) electronic copy of the 90% plan set in PDF format. • Electronic copy of the 90% submittal Specifications submitted in Microsoft Word format via electronic e-mail • Electronic copy of the 90% opinion of cast submitted in PDF format via electronic e-mail Task 21 Final PS&E The consultant will prepare and submit to the City Final Design plans for the intersection improvements. The final design will include the plans, specifications, and estimate as developed in Task 2.1, updated to incorporate the City's review comments. 2.2.1 Review and response to 90°%0 comments The Consultant will review the City's 90% review comments for incorporation into the final design phase. The effort under this work element will include the preparation of the formal response by the Consultant to the City's 90% review comments. The Consultant will provide responses in the City's PS&E Review Comment Form that was provided by the City. The City will provide one set of City review comments to the Consultant, reflective of all City staff comments, for the plans, specifications, and opinion of cost estimate. 2.2.2 Final Design Plans Preparation The Consultant will revise the 90% design and plans based on the City's comments and prepare the final 3 greement with Perteet Inc. January 30, 2023 plans. It is assumed there will be no major design changes to the project at this point. All project elements will be finalized and shown in the final plans. The number of plan sheets may increase or decrease from the 90% plan set as necessary to provide clear and concise plans. If the quantity of total plan sheets changes by more than 2 sheets than the 90% plans (rounding up to the nearest whole sheet) the Consultant will notify the City and the City will determine if an equitable adjustment in compensation is necessary from the management reserve. 2.2.3 Final Opinion of Cost Estimate The Consultant will revise the 90% opinion of cost estimate based on the City's comments and prepare the final opinion of construction cast to reflect the design shown in the final plans. 2.2.4 Final Specifications The Consultant will revise the final special provisions based on the City's comments and prepare the final special provisions to reflect the design shown in the final plans. 2.2.5 Deliverables: • One (1) electronic copy of the intersection stamped and signed plans in PDF format The produced PDF shall include PE signatures on stamps that if signed electronically are compliant with the City's electronic signature policy and Washington State law (WAC 196- 23-070). • Electronic copy of the final bid documents Specifications submitted Microsoft Ward format for incorporation into the Utility Project's contract • Electronic copy of the final bid documents opinion of cost submitted in PDF format. Task 3 — Bid Support Services The CONSULTANT will provide the following services during the bidding period: • The CONSULTANT will respond to Tukwila questions concerning the PS&E related to the mini - roundabout that may be generated by potential bidders. The CONSULTANT will not respond to questions directly from potential bidders. • The CONSULTANT will prepare documents as needed to respond to bidder inquiries and to support the issuance of addenda. Deliverables: • No specific deliverables Additional (Optional) Services The Consultant may provide additional services as directed by the City which are not identified in this Scope of Services. Additional services shall not commence without written authorization and approval from the City and a supplement to the contract. Services Not Included in this Scope of Services 1 Topographic basemapping. 2. Grant funding support. 3. Public outreach. 4. Traffic operations analysis. 4 greement with Perteet Inc. 5. Environmental documentation and permitting. 6. Utility locates or coordination. 7. Construction management services. Items to be furnished by the City Information Provided by Others: January 30, 2023 The Client shall furnish, at the Client's expense, all information, requirements, reports, data, surveys, and instructions required by this Agreement. The Consultant may use such information, requirements, reports, data, surveys, and instructions in performing its services and is entitled to rely upon the accuracy and completeness thereof. Further, the Client agrees that the Consultant shall have no responsibility for any portion of the Project designed by other consultants engaged by the Client. The City shall furnish the following: 1. Existing topographic survey for the intersection. Design Criteria As of the date this Agreement is signed, design file, reports, documents, and plans prepared as part of this Scope of Services, to the extent feasible, will be developed in accordance with the latest edition and amendments to the following documents: 1. Standard Specifications for Road, Bridge, and Municipal Construction, 2022 English Edition, published by WSDOT and the Washington State Chapter APWA (other year editions will be used if consistent with the utility project) 2. Standard Plans for Road, Bridge, and Municipal Construction, (M 21-10), published by WSDOT 3. "Local Agency Guidelines" published by WSDOT 4. AASHTO: A Policy on Geometric Design of Highways and Streets (2018 Edition) 5. 2009 Manual an Uniform Traffic Control Devices (MUTCD) 6. Proposed Accessibility Guidelines for Pedestrian Facilities in the Public Rights -of -Way, July 26, 2011 (2011 PROWAG) 7. City of Tukwila Standard Plans and Policies 8. 2016 King County Surface Water Design Manual Changes in any design standards or requirements after services have begun may result in extra work and require a supplement to the Agreement. 5 11111 PERTEET EXHIBIT B Project PROMO -S 152nd St 57th Ave Intersection Improvements Contract Start Date 1/2/2023 Client City of Tukwila Contract End Date 4/30/2023 PM Rory Cameron Contract Duration: 3 Months Last Update date 1/30/2023 Perteet Project No. 20220237.0000 Task Billing Rate Sr. Engineer /Mgr Sr. Engineer /Mgr Civil Designer III Technician III Technician III Construction Specialist II Accountant Clerical Total Hours Labor Dollars $225.00 $225.00 $145.00 $130.00 $130.00 $145.00 $125.00 $115.00 Task 1 -PropeaMarleg,merlt 400 5.00 500 14.00 $2,650 00 Total Task 1 -IProject Managrment 4.00 5.00 0.00 0.00 0.00 0.00 5.00 0.00 14.00 $2,850.00 Task 2.1 Contract Document Preparation 9096 PS&E 2.1 1 90% Plan Preparation 800 2.00 20.00 48.00 78.00 $11,810 00 2.1 2 90% Opinion of Cost 4 00 1.00 8.00 13.00 $2285 00 2.1 3 90% Specifications/Contract Provisions 4 00 1.00 4.00 1 00 10.00 5182000 Total Task 2.1 Contract Document Preparation 90% PS&E 16.00 4.00 12.00 0.00 20.00 48.00 0.00 1.00 101.00 $15,915.00 Task 2.2 Contract Document Preparation Final PS&E 2.2.1 90% Comment Response 2.00 1.00 2.00 5.00 5965 00 2.2.2 Final Plan Preparation 400 1.00 12.00 16.00 33.00 5500500 223 Final Opinion of Cost 200 1.00 4.00 7.00 $1,255 00 2.2.4 Final Specifications/Contract Provisions 2.00 1.00 2.00 1 00 6.00 5108000 Total Task 2.2 ,Contract Docum Preparation Final PS&E 10.00 4.00 8.00 0.00 12.00 16.00 0.00 1.00 51.00 *8,305.00 Task 3 Bid Assistance 600 6.00 6.00 18.00 5300000 Total Task 3 Bidl II nee 8.00 0.00 6:00 6.00 0.00 0.00 0.00 0.00 18.00 $3p00u00 Total Hours 38.00 13.00 26. 6.00 32.00 64.00 5.00 2.00 184.00 Total Dollars $8,100.00 $2,925.00 $3,770.00 $780.00 $4,160.00 *9,280.00 $625.00 S230.00 $29,870.00 SUMMARY Labor*29,870.00 .• nses *000 Subconsukants $0.00 CONTRACT TOTAL $29,870.00 v7.6.778 iASWANSON) - 11 PERTEET Schedule al 2023 Billing Rates lEngineering. Planning and lEnvironmental Classifications Principal Director Senior Associate 2023 Hourly Rate 350.00 310,00 245,00 Senior Engineer/Manager Lead Engineer/Manager Engineer 111 Civil Designer 11 Civil Desii, ner 1 225,00 190.00 165,00 145,00 125,00 Senior Planner/Cultural Resources Manager Lead Planner/Manager Cultural Resources Specialist 111 Cultural Resources Specialist 11 Cultural Resources Specialist 1 Planner 111 Planner 11 Planner 1 185.00 165,00 145.00 130.00 105.00 155.00 145.00 100.00 Sr. Environmental Scientist/Manager Lead Environmental Scientist/Manager Environmental Scientist 111 Environmental Scientist 11 Environmental Scientist 1 Lead Technician/Designer Technician 111 Technician 11 Technician 1 Contract Administrator Accountant Graphics Specialist Clerical 175.00 160.00 130.00 110.00 90.00 145.00 130.00 105.00 85.00 130.00 125.00 120.00 115.00 Emergency Response Rate (immediate response .following event) 0)1.5 times hourly rates Expert Witness Rates: Consulting &. Preparation Time Court Proceedings &. Depositions (4 hour inii um) 0) standard hourly rates 0)1.5 times hourly rates Perfect's: Hourly Ratcs are subject to change each year 0111w -wary . PERTEET Schedule of 2025 Billing Rates Page 2 Dirocit Expenses Rate Living Ec. travel expenses outside of service area Cost Authorized Subconsultants Cost Outside Services (printing, traffic counts, etc.) Cost Mileage @) current federal rate construction Olassifications 2023 Hoprly IRgto Construction Director 325 00 Construction Supervisor 275 00 Construction Engineering Manager 240 00 Senior Construction Manager Construction Manager Assistant Construction Manager 85001 Construction Engineer 165 00 Construction Specialist Construction Specialist 230 00 2500 145.00 125.00 Senior Electrical Construction Observer 205.00 Senior Construction Observer 205.00 Construction Observer 150.00 Construction Observer 105.00 Construction Observer 95.00 Senior Office Engineer 175.00 Senior Construction Technician 165.00 Construction Technician 150.00 Construction Technician 135.00 Construction Technician 105.00 PerfectHourly Rates are subject to change each year on Jarmo ry