HomeMy WebLinkAbout11-042 - KPG Inc - 2011 Small Drainage Program / Construction SupportSUPPLEMENTAL AGREEMENT No. 2
AGREEMENT NO. 11-042
PROJECT No. 91041201
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
11-042 (b)
Council Approval 10/17/11
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: 2011 Small Drainage Program — Construction Support Services
This SUPPLEMENTAL AGREEMENT NO. 2 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 7th day of March, 2011.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be modified as follows:
The Consultant agrees to provide design engineering services as requested by the City in accordance with
the scope of work included as Exhibit A.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on. Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $54,376.76 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$166,799.78 without express written modification of the Agreement signed by the City.
IN WIT SSWHEREOF, the parties hereto have set their hands and seals this LO7/4day
of aC7?' b /I , 2011.
APPROVED:
CITY OF TUKWILA
Jim Hao <' on
Mayo
Attested:
Christy O'Flaherty, City Clerk
APPROVED:
KPG, INC.
Nelson vis, P.E.
Principal
/siT 02 0i2((//u-,41-(__s
EXHIBIT A
Scope of Construction Services
City of Tukwila
2010/2011 SmaII Drainage Program, Project No. 91041201
This work will provide construction engineering services for the construction contract to complete the City
of Tukwila 2011 Small Drainage Program. These services will be provided on an as needed basis to
supplement City Staff:
INTRODUCTION
The Consultant will perform the following construction services on an as needed basis to supplement City
staff. It is anticipated that during the course of construction the City staff may not have the time required
to provide complete construction services. The attached estimated budget is based on rough
assumptions. All effort on this project will be as requested by the City. It is also anticipated that budgets
between Tasks will be adjusted as required to provide the requested services. The Consultant shall
provide notification and receive written approval prior to exceeding the approved project budget. The
scope of services and associated cost of services (Exhibit B) are based upon the assumptions outlined
below.
Assumptions:
• The Scope and Budget for this is based upon construction project duration of 100 calendar days or an
approximate 4 month construction contract.
• The Consultant will provide a Project Manager (PM), Project Engineer (PE), and Construction
Inspector on a part-time basis as needed to complete the following described scope of work.
• The City of Tukwila will provide a part time Project Manager and nearly full time Construction
Inspector throughout the construction duration. The Consultant will provide one Construction Observer
on an as needed basis to assist the City Senior/Lead inspector. It is anticipated that during some
phase of work two construction inspectors will be required on-site and it is also anticipated that the
City Lead Inspector will be absent from the site for various reasons such as: vacation, sick leave, or
other duties within the City not associated with this project.
• The City will provide Construction Contract management including leading the weekly construction
meetings, prepare meeting minutes, track/check EEO and Certified Payroll paper work, track and
process RFI's and materials submittals, and maintain project files.
• Support from Consultant staff may include select Project Management/Administrative duties as
specifically requested by the City's PM. These duties may include: Force Account tracking and
finalization, Change Order documentation and Cost Estimates, generate Field Directive exhibits, site
surveying and specialty inspection reviews for unforeseen site conditions and materials testing (on a
QA basis).
• The budget includes preparation of Record Drawings based on City/Contractor redline plans.
• The budget includes a $1,500 allowance for the geotechnical subconsultant (GeoDesign) who
performed soil investigations on Site 1 is included. This may be necessary for work associated with
contaminated soil removal on Site 1 or on poor soil conditions on other sites.
• The budget includes a $2,000 allowance for the steel fabrication subconsultant (Gravitec) who
performed the steel fabrication design on sites 8 and 9. This may be necessary for RFI's, material
submittals, or specialty field inspection.
• The budget includes a $2,000 allowance for materials testing subconsultant to be coordinated and
directed by the City.
2010/2011 SmaII Drainage Program, Project No. 91041201
Page 1 of 3
EXHIBIT A
Scope of Construction Services
City of Tukwila
2010/2011 Small Drainage Program, Project No. 91041201
DETAILED SCOPE OF WORK
Task 1 — Project Management.
Provide overall consultant Project Management, coordination with the City, monthly progress reports, and
invoicing. This effort will include the following elements.
1.1 PM — Coordinate overall consultant staffing needs, review subconsultants invoicing, prepare
combined project invoices, attend monthly project review meetings with City, Misc phone calls &
correspondence with City.
Task 2 — Construction Services — Field
Effort under this task is anticipated to be as required to provide supplemental inspections during periods of
heavy construction where an additional inspector is require to assist the City Inspector and to provide
backup inspection when the City Inspector is on vacation, on sick leave, or has other duties within the City.
City inspector will perform all duties listed below when on-site and in the absences of the City Inspection
the consultant will arrange to perform all duties listed below:
2.1 Provide the services of Supplemental Inspectors for pipe, restoration, and other items, as
needed on the project site. Supplemental Inspectors will observe the technical conduct of the
construction, including providing day to day contact with the Contractor and the City. By
providing such assistance, the Consultant shall assume no responsibility for job site safety. The
presence of the Consultant's personnel at the construction site is for the purpose of providing to
the City a greater degree of confidence that the completed work will conform generally to the
Contract Documents and that the integrity of the design concept as reflected in the Contract
Documents has been implemented and preserved by the construction contractor(s). The
Consultant's personnel shall act in accordance with Section 1-05.1 and 1-05.2 of the current
WSDOT Standard Specifications. The Consultant will endeavor to protect all parties against
defects and deficiencies in the work of the Contractor(s), but cannot guarantee the Contractors'
performance and shall not be responsible for construction means, methods, techniques,
sequences of procedures, or for safety precautions and programs in connection with the work
performed by the construction contractor(s) and any subcontractors. The budget is based on 8
hours per week each for the project engineer and 4 hours per week for a technician for 15
weeks. In addition, it is anticipated the the project engineer will cover for a four week vacation
by the City Inspector.
2.2 When on site, prepare daily construction reports while utilizing report forms provided by the City
and detailing the contractors operations performed for each day the Consultant is on site.
Measure the quantities of materials installed, log equipment used, workers on site, and other
items.
2.3 When on site, address questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the Contractor, including
response to related questions from adjacent property owners and the general public.
2.4 When on site, prepare field records and documents to help assure the project is administered in
accordance with funding requirements.
2.5 When on site, provide periodic photographs during the course of construction. Photographs to
be automatically labeled with date and time stamp of when taken. Project photos should
generally document both the progress and quality of the work performed by the Contractor
during the observation period.
2010/2011 Small Drainage Program, Project No. 91041201
Page 2 of 3
EXHIBIT A
Scope of Construction Services
City of Tukwila
2010/2011 SmaII Drainage Program, Project No. 91041201
Task 3 — Construction Services — Engineering
Construction engineering services will vary based upon needs
3.1 The PM will provide day to day construction management: liaison with City on a regular basis to
discus project staffing issues and status.
3.2 Design team will address RFI's and evaluate requested deviations from the approved design or
specifications. CM will review all proposed change orders prior to approval.
3.3 Weekly meetings. City will lead weekly meetings; KPG personal will attend as requested.
3.4 If requested KPG will provide personnel to assist in Monthly Pay Requests.
3.5 If requested KPG will conduct the submittal review process for shop drawings, samples, traffic
control plans, test reports, and other data submitted by the Contractor for compliance with the
information required by the contract documents.
3.6 As requested KPG will provide construction survey for quality control. It is anticipated that the
City may want verification of the contractor provided staking should questions arise in the field.
3.7 Prepare Record Drawings for the 2010/2011 Small Drainage Program based on redline
drawings provided by the City and provide on full size mylar and ACAD digital file.
3.8 Geotechnical Support Services: As a sub consultant to KPG, GeoDesign will be retained to
provide assistance should unforeseen ground conditions be encountered up to the budget
allowance included in Exhibit B.
3.9 Steel Fabrication Support Services: As a sub consultant to KPG, Gravitec will be retained to
provide shop drawing review, respond to RFI's and provide specialty inspection as required up
to the budget allowance included in Exhibit B.
3.10 Materials Testing: Provide the services of a subconsultant testing lab for materials testing as
requested by the City. The City inspector/PM will coordinate directly with subconsultant to
conduct materials tests/laboratory tests up to the budget allowance included in Exhibit B.
2010/2011 SmaII Drainage Program, Project No. 91041201
Page 3 of 3
HOUR AND FEE ESTIMATE
E
O
a
d
CO CO
c
Y N
I- 6-
O G
T
V N
0
0
O
W
d
V
0
c
0
2
4-
f/1
0 0
N
O
z
c
0
0
0.
0.
Total Fee
a)
Li_
$ 1,985.04
$ 29,681.88
$ 16,409.84
0
o
Ocsi
m
O
te,
cD
N-
c7
c
in
Ark
Labor Hour Estimate
Clerical
$ 71.64
O
O
24
0p
M
Survey
Crew
$ 142.00
O
O
O
CO
O
Technician
$ 79.33
0
0
0
48
24
24
108
Project
Engineer
$ 115.38
0
.
216
120
0)
cD
40
c0
c0
276
Project
Manager
$ 176.49
CO
'
000
00_
24
Task Description
Supplement No. 2 - Construction Services
1. Project Management
2. Construction Services - Field
Estimate 8 hours/ week PE for 15 weeks
,Estimate additional 24 hours / week PE for 4 weeks.
Estimate 4 hours /week Tech for 15 weeks
3. Construction Services - Office
RFI/Submittal Review/Pay request assitance, etc.
QC`Survey:
Record,Drawings:
Subconsultant contracting and coordination
4. Reimbursable expenses - see breakdown for details
Task Totals
c0
c0
n
TrM
Total Estimated Fee:
N
O
0
Reimbursable Breakdown
O
O
O
O
Ln
ER
O
O
O
O
co
EfJ
O
O
O
O
10
EA
0
0.
O_
3
N
0
U
.c
L
U
0
0
O
0
0
O
CC 0
O
O
O
O
O
N
N
O
O
O
O
M
c0
O
QI
'0
Tu
c
O Y
co
co
O i—
* 5 .>
N
EnE
En
0
U
ca
0
O
Q
U
0
.5
C3
Materials Testina All
SUPPLEMENTAL AGREEMENT No. 1
AGREEMENT NO. 11-042 G>
PROJECT No. 91041201
City of Tukwila
Public Works Department
6300 Southcenter Boulevard #100
Tukwila, WA 98188
11-042 (a)
Council Approval N/A
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: 2011 Small Drainage Program — Allentown Drainage Project
This SUPPLEMENTAL AGREEMENT NO. 1 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 7`h day of March, 2011.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be modified as follows:
The Consultant agrees to provide design engineering services as requested by the City in accordance with
the scope of work included as Exhibit A.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $37,156.98 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$112,153.02 without express written modification of the Agreement signed by the City.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals this al '' day
, 2011..
APPROVED:
CITY OF TUKWILA
Attested:
Christy O'Flaherty, City Clerk
APPROVED:
KPG, INC.
•
Nelson Davis, P.E.
Principal
EXHIBIT A
City of Tukwila
2011 Small Drainage Program
Supplement No. 1
Allentown Drainage Projects
Scope of Work
May 11, 2011
PROJECT DESCRIPTION
Based on available budget and re -prioritization of project needs, the City wishes to add the following
project sites to the 2011 Small Drainage Program :
❑ 44th Ave S Pipe Install new storm drain system from S 122°d to S 124th
❑ 44th Place S Fill ditch and install new storm drain trunk.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates to complete
final bid documents. It is anticipated that sites will be combined with other 2010 and 2011 Small
Drainage Program sites for bid and construction in 2011.
The Consultant shall provide surveyed base maps with horizontal utility locations for each site. Project
horizontal and vertical datum will be assumed on all sites.
For the 2011 Small Drainage Program, the Consultant shall submit a 50% Review Submittal (plans and
estimate only), and a 90% Review Submittal that includes plan, specifications and estimate to the City for
review prior to bidding.
It is the Consultants understanding that none of the 2011 Small Drainage Program sites require biological
assessments, additional permits, wetland delineations, geotechnical review, detention facilities, or water
quality treatment facilities. The budget assumes a straightforward design process with no special studies
or extensive coordination.
The City of Tukwila may require other services of the consultant. These services could include additional
permitting, easement acquisition, 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
2011 Small Drainage Program
Supplement No. 1
Page 1 of 1
KPG, Inc.
May 11, 2011
HOUR AND FEE ESTIMATE
v
w
0
co 3
o
oc
L d
a-
0 <
r
C
RL Z
3 �
Y = _
F- E E
O N a)
a
r a
ci N v)
w
C)
a)
a`
Total Fee 1l
Clerical
$ 69.01 Fee
$ 492.92
$ 8,561.28
$ 5,672.28
Cco
r
O
to
M
to
V
c0
to
$ 1,186.54 11
$ 880.54 II
rs 227.14 11
NI -co
l
0OD
r
r
to
$ 947.20 11
$ 880.54 1
O
lO
cn
N
ER
O>
10
r
co
40
Labor Hour Estimate
0
0
0
tt
0
0
N
d'
a-
Technician
$ 94.34
O N
40
co"
O
O
1-
128
Survey
Field Crew
$ 140.00
0I ("\IOI
CO N'
00
000000
CV
1f)
Project
Engineer
$ 113.57
0 CO N
N
24
Tr
N
N
d-
V'
N
102
Project
Manager
$ 177.45
N
0
0'
Nr
4
N
O
O
N
N
0
CD
Task Description
Task 1 - Allentown Drainage Projects
1.1 Management/Coordination/Administration
1.2 Topographic Survey / Utility Locates
44th Place South, 122nd to 118th
44th Avenue South, 124th to 122nd
1.3 Prepare Plans (Est 6 Sheets)
44th Place South, 122nd to 118th (3 sheets)
44th Avenue South, 124th to 122nd (2 sheets)
I 1.4 2011 Small Drainage Program
Field Reviews
Prepare 50% & 90% Review Submittals
Utility coordination
Quantity and Cost Estimating
Prepare Specifications
1 Finalize Bid Documents
Reimbursable Expenses (See breakdown for details)
Task 1 Total
co
1C)
r a+
N
M U
Eft
Total Estimated Fee:
Reimbursable Breakdown
O
O
-
ER
0O
0.0
O O
0 0
N
ttT to
0
O
10
Cf!
Task 1 Total
0
N
11-042
Council Approval 2/22/11
CONSULTANT AGREEMENT FOR
DRAINAGE DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City", and KPG, 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 drainage design
services in connection with the project titled 2011 Annual 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. 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 services and
provide all work product required pursuant to this Agreement within 365 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 $74,996.04 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 is 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 state for a period of three (3)
years after final payments. Copies shall be made available upon request.
/ Sfo f l /6iyAL5
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 any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, 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.
8. 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 prohibiting cancellation of said policy except 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 inde-
pendent 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, sex 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 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, WA 98188
Notices to Consultant shall be sent to the following address:
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
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 rn C,
,201f.
CITY OF TUKWILA CONSULTAN
Attest/Authenticated:
By:
Nelson Davis, KPG
Title:
Principal
Approved as to Form:
Christy 0 aherty, 9 C, City erk
4
EXHIBIT A
City of Tukwila
2011 Small Drainage Program
Scope of Work
January 18, 2011
PROJECT DESCRIPTION
The Consultant shall prepare final Plans, Specifications and Estimates for the 2011 Small Drainage
Program. The project will include the following sites:
❑ 40th Ave S Pipe Relining
❑ Allentown Pipe Relining
❑ s 150th St Drainage
❑ Gilliam Ck at APE Trash Rack
❑ EMW (Museum of Flight) Drainage Replace drainage system near Museum of Flight.
The Consultant shall provide necessary surveying, project design, quantity and cost estimates, utility
coordination and permit coordination required to complete final bid documents. It is anticipated that sites
will be bid as a single bid package combined with the 2010 Small Drainage Program as budget or other
considerations allow. Sites will be prioritized based on available budget and other factors such as: permit
complexity, utility relocation needs, and easement requirements to achieve a realistic site listing for the
2011 Small Drainage Program.
Reline 36" CMP culvert under 40Th Ave S just north of S 137th St
Reline 400 ft of 36" pipe near Allentown Pump Station
New drainage system from TIB to 42nd Ave S
New trash rack near Andover Park East
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. Project horizontal and vertical datum will be
assumed on all sites.
The Consultant shall provide assistance to the City with preparation of a SEPA checklist, JARPA
application, and coordination with Washington Department of Fish and Wildlife and the US Army Corps
of Engineers for sites 1, 2, and 4.
For the 2011 Small Drainage Program, the Consultant shall submit a 50% Review Submittal (plans and
estimate only), and a 90% Review Submittal that includes plan, specifications and estimate to the City for
review prior to bidding.
It is the Consultants understanding that none of the 2011 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.
City of Tukwila
2011 Small Drainage Program Page 1 of 4
KPG, Inc.
January 18, 2011
SCOPE OF WORK
TASK 1 — 2011 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 4 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.
1.2 TOPOGRAPHIC SURVEY/UTILITY LOCATES
• The Consultant shall prepare base maps for each 2011 Small Drainage Program site using
the following methods:
o 40th Ave S Pipe Relining — Base map prepared using field measurements, GIS
data, and ortho-photography.
o Allentown Pipe Relining - Base map prepared using field measurements, GIS
data, and ortho-photography
o S 150th St Drainage — Surveyed base map with horizontal utility locations and
right-of-way line work based on available assessor information.
o Gilliam Creek at Andover Park East Trash Rack - Base map prepared using field
measurements, GIS data, and ortho-photography.
o East Marginal. Way (Museum of Flight) Drainage — Surveyed base map with
horizontal utility locations.
• Assumptions:
o The City shall complete the one -call utility locate request for each site and
coordinate the completion of utility locates in preparation for surveying.
o Horizontal and vertical datum will be assumed for each project location.
o Survey will not be required for 40th Ave S Pipe Relining, Allentown Pipe
Relining, or Gilliam Creek Trash Rack.
o Right -of -Way lines will only be provided on S. 150th Street.
o The City shall provide the Consultant with all available GIS data, ortho-
photography, and as -built information needed to complete base mapping.
City of Tukwila KPG, Inc.
2011 Small Drainage Program Page 2 of 4 January 18, 2011
1.3 PREPARE PLANS
• The Consultant shall prepare final Plans for the proposed improvements including the
following:
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 It is assumed there will be thirteen (13) plan sheets at 1"=20' scale full size (22" X
34"), 1"=40' at reduced scale (11" X 17").
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.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades are anticipated in the project design.
o Drainage & Water Quality Reports will not be required.
o Geotechnical Engineering services will not be required.
o Potholing of existing underground utilities will not be required.
1.4 2011 SMALL DRAINAGE PROGRAM FINAL DESIGN
• The Consultant shall conduct QA/QC and constructability reviews in the field for each site
and consult with City staff during the field reviews.
• The Consultant shall calculate quantities and prepare Engineers Estimate of Probable
Construction Cost for each review submittal and the Bid Documents.
• The Consultant shall prepare the Contract Specification per 2011 WSDOT Standard
Specifications for the 90% Review Submittal and the Bid Documents
• The Consultant shall distribute 50% and 90% review submittals to franchise utility owners to
identify potential conflicts within the Project limits.
• The Consultant shall assist the City with Project Advertisement and Award.
• Assumptions
o No federal funding is anticipated for the Project engineering or construction.
o No utility upgrades 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.
o Potholing of existing underground utilities will not be required.
City of Tukwila
2011 Small Drainage Program Page 3 of 4
KPG, Inc.
January 18, 2011
• Deliverables
o 50% review submittal with Plans and Estimate
o 90% review submittal with Plans, Specifications, and Estimate.
o Bid Documents and Engineer's Estimate
o 6 sets of Plans (11" X 17") and specifications provided for each review submittal.
o 10 sets of Plans (11" X 17") and specifications for the Bid Documents.
o Coordinate upload of Plans and Specifications to Builders Exchange
TASK 2 — 2011 Small Drainage Program Permitting
2.1 The Consultant shall prepare a SEPA checklist for submittal to the City covering all sites
included in the 2011 Small Drainage Program.
2.2 The Consultant shall prepare a JARPA application for sites 1, 2, and 4. The application will
be sent to WDFW and USACE.
2.3 The Consultant shall perform field reviews and coordinate HPA approval for sites 1, 2, and 4
with local representative from WDFW
2.4 Although none of the projects are anticipated to require approval by the US Army Corps of
Engineers (USACE), the Consultant shall provide due diligence coordination with
representatives of USACE to verify that no further approvals are required. Budget
assumptions are to route the JARPA to the USACE, telephone and/or field coordination, and
providing requested feedback for the agency to make a determination.
• Assumptions
o SEPA signage, fees, and internal coordination will be by the City.
o No wetland or stream delineations will be required.
o No special studies (biological assessments, etc.) will be required.
• Deliverables
o SEPA Checklist
o JARPA application
o Documentation from agency coordination with WDFW and USACE.
City of Tukwila
2011 Small Drainage Program Page 4 of 4
KPG, Inc.
January 18, 2011
00
F-
03 0]
2
x
LU
HOUR AND FEE ESTIMATE
0 ♦E♦
by
41
pi,U w'H
U wU
~� C
U
0aW
Q y
0U
cc
♦"l♦
E
co
0)
O
L
a
m
ca
ca ca
L
3 0
• =
3 c6
- E
O
▪ 1-• 7V N
c.)
d
'O
L
a
Total Fee
y
0)
LL
$ 985.84 11
$ 754.72 11
$ 754.72
M
p
LO
O
di.
$ 754.72 II
r
co
(..
Et"
N-
�
O
N
Eli-
$ 2,849.82 11
$ 10,913.00
$ 2,373.08
$ 6,454.36
$ 11
$ 2,215.36
$ 2,018.18
$ 2,018.18 11
O
N
I-
N
Efi
$ 2,294.22 II
0
O
CON
(O
(P/
M
M
O>
In
EA
Labor Hour Estimate
115O
U pjet
'.- O
U
Ea
d'
O
O
O
O
O
O
O
O
O
O
O
00
O
O
a0
Er
N
Technician
$ 94.34
O
OD
O
40
O
O0
a0
CV
C)
00
M
t7
OD
00
O
O
00
0O
Cl
Survey
Field Crew
$ 140.00
O
O
O
40
O
10
O
O
O
O
O
0
0
0
0
0
0
50
Project
Engineer
$ 113.57
O
O
O
10
O
O
CO
r
40
OD
N
OU
OD
OD
OD
OD
OD
t)
r
Project
Manager
$ 177.45
'Ct
O
O
O
O
O
N
N
d'
d'
vr
N
O
N
N
N
N
M
Description
Task 1 - 2011 Small Drainage Program Design
1.1 Management/Coordination/Administration
1.2 Topographic Survey / Utility Locates
40th Ave S Pipe Relining - GIS Basemap & Field Measurements
Allentown Pipe Relining - GIS Basemap & Field Measurements
S 150th St Drainage - Full Survey & Right -of -Way
Gilliam Creek/APETrash Rack - GIS Basemap & Field Measurements
EMW (Museum of Flight) Drainage - Survey structure elevations
1.3 Prepare Plans (Est 13 Sheets)
40th Ave S Pipe Relining (Est 1 Sheet)
Allentown Pipe Relining (Est 1 Sheet)
S 150th St Drainage (Est 4 Sheets)
Gilliam Creek/APE Trash Rack (Est 1 Sheet)
EMW (Museum of Flight) Drainage (Est 2 Sheets)
1.4 2011 Small Drainage Program
Field Reviews
Prepare 50% & 90% Review Submittals
Utility coordination
Quantity and Cost Estimating
Prepare Specifications
Finalize Bid Documents
Reimbursable Expenses (See breakdown for details)
Task 1 Total
Y
N
03
1—
(15 • h.) •
•
U 124 U
C
cad .-
GU
03
♦..l•
co
H
m_
2
X
w
HOUR AND FEE ESTIMATE
Total Fee I
CD
4)
U-
$ 3,833.721
$ 4,312.40
$ 1,894.40
O
N
N
0
to
EC>
$ 200.00 II
N
P
N
N
IC!
r
Eft
Labor Hour Estimate
@o
06
., CO
0
ER
Co
�'
20
Technician
$ 94.34
Co
C°
o
m
40
Survey
Field Crew
$ 140.00
0
0
0
0
0
Project
Engineer
$ 113.57
CO
COCO
Co
CO
in
Project
Manager
$ 177.45
rt
Co
20
Description
11 Task 2 - 2011 Small Drainage Program Permitting
11 2.1 Prepare SEPA checklist
11 2.2 Prepare JARPA Application
11 2.3 WDFW Coordination for HPA
11 2.4 USACE Coordination for NWP's
Reimbursable Expenses (See breakdown for details)
Task 2 Total
N
f6
1—
'.0
0)
O)
ti
Total Estimated Fee:
Reimbursable Breakdown