Loading...
HomeMy WebLinkAboutUtilities 2014-06-16 COMPLETE AGENDA PACKET City of Tukwila Distribution : K. Kruller P. Brodin A. Ekberg Utilities Committee S. Kerslake K. Hougardy Clerk File Copy D. Quinn 2 Extra D. Robertson Kate Kruller , Chair  Mayor Haggerton Place pkt pdf on Z: \ TC - UC D. Cline Allan Ekberg  Agendas L. Humphrey e - mail cover to : A. Le, Kathy Hougardy  B. Giberson C. O’Flaherty, D. F. Iriarte Almberg, B. Saxton, R. Tischmak S. Norris, M. Hart, L. G. Labanara Humphrey, D. Robertson AGENDA M , J 16 , 20 1 4 – 5: 15 ONDAY UNE PM F C R OSTER ONFERENCE OOM (formerly kn o wn as CR #1) in the 6300 B uilding Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a) East Marginal Way S Storm Pipe Replacement a) Forwar d to 6 / 23 /14 C.O.W. Pg. 1 Interlocal Agreements with Valley View Sewer District and Special Consent Agenda and King County Water District 125 b) East Marginal Way S Storm Pipe Replacement b) Forward to 6/23/14 C.O.W. Pg. 1 5 Supplemental Agreement No. 4 and Special Consent Agenda c) Thorndyke Safe Routes to School c ) Forward to 6/23/14 C.O.W. Pg. 3 5 Bid Award and Special Consent Agenda d) CBD Sanitary Sewer Rehabilitation Project d) Forward to 6/23/14 C.O.W. Pg. 4 3 Supplemental Agreement #3 and Special Consent Agenda 3. ANNOUNCEMENTS 4. MISCELLANEOUS Future Agendas: Next Scheduled Meeting: Monday , Ju ly 7 , 201 4  The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206 - 433 - 0179 for assistance. City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Directorie By: Ryan Larson, Senior Program Manager DATE: June 13, 2014 SUBJECT: East Marginal Way S Storm Pipe Replacement Project No. 91241206 Interlocal Agreements with Valley View Sewer District & King County Water District 125 ISSUE Approve Interlocal Agreements (ILA) with Valley View Sewer District (Valley View) and King County Water District 125 (Water District 125). BACKGROUND The East Marginal Way S Storm Pipe Replacement Project will install a new 42" storm pipe within East Marginal Way S. The new alignment of this pipe will require that existing utilities owned by Valley View and Water District 125 be relocated at their expense. Both Valley View and Water District 125 have requested that the work be bid within the City's construction contract and then be constructed by the City's contractor with reimbursement to the City by the respective district, ANALYSIS Utilities located within City owned rights -of -way that conflict with scheduled roadway projects are required, by franchise agreement, to be relocated by the utility at their costs. This work can either be completed by a contractor hired by the utility district or combined with the City project with reimbursement to the City. Combining the projects has the advantage of reducing the overall project costs by eliminating coordination between multiple contractors, duplication of excavation and restoration work, and reducing construction related traffic impacts. City staff worked with both utility districts to include their plans within the City's bid documents under separate bid schedules. Construction bids were opened May 13, 2014 and James W. Fowler Co. was the low bidder. Both utility districts reviewed and accepted the bid amount for their work. City staff worked with staff from both utility districts to draft ILAs for reimbursement of the East Marginal Way S Storm Pipe Replacement work, FISCAL IMPACT Both ILAs are for reimbursement of City expenses. No fiscal impact will result from these agreements. RECOMMENDATION Council is being asked to approve an ILA with Valley View in the amount of $37,570.00 and an ILA with Water District 125 in the amount of $57,117.11 for utility relocation work required by the East Marginal Way S Pipe Replacement Project and consider this item at the June 23, 2014 Committee of the Whole and the Consent Agenda at the subsequent Special Meeting that same night due to the summer construction season. Attachments: ILA Valley View Sewer District ILA King County Water District 125 W:IPW Eng1PROJECTSIA- DR Projects\EMWS Emergency Storm Pipe Repair 11 -19 -12 (91241206)1Design1Info Memo ILA Valley View & Water District 125 6 -13 -14 FINAL.docx 1 AN INTERLOCAL AGREEMENT BETWEEN VALLEY VIEW SEWER DISTRICT AND THE CITY OF TUKWILA REGARDING UTILITY RELOCATION THIS INTERLOCAL AGREEMENT ( "Agreement ") is made and entered into by and between the Valley View Sewer District, a Washington municipal corporation ( "District "), and the City of Tukwila, a Washington municipal corporation ( "City "), (individually a "Party" and collectively the "Parties "). WHEREAS, the City intends to construct storm drainage improvements within the right of way of East Marginal Way South as part of the City project titled "East Marginal Way Storm Pipe Replacement." WHEREAS, the District has a sewer force main located within the right of way of East Marginal Way South that conflicts with the planned alignment of the City project. WHEREAS, the City requires that the District relocate existing utilities at District cost when planned City roadway infrastructure conflicts with District infrastructure. WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project construction take place concurrently utilizing one contractor to reduce overall costs and traffic related impacts. WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide final design, advertisement, award, construction, inspection, and contract administration for the proj ect. NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows: 1. AUTHORITY This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal Cooperation Act. 2. PURPOSE The Parties agree to engage in a joint project that will construct storm water drainage improvements and relocate utilities along East Marginal Way South as described generally in Exhibit A, attached hereto and made part hereof ( "Project "). 2 3. DISTRICT RESPONSIBILITIES 3.1 The District shall provide the City engineered drawings, specifications, and any applicable construction standards for all work required by the District. The drawings shall show in detail the location, quantity, and size of each required component. 3.2 The District shall review the portion of the Project's final drawings and specifications for the District work and shall approve or reject those drawings and specifications within seven days of receipt. 3.3 The District shall provide the inspection services needed for overseeing the proper installation of the District's work. The District's inspector will coordinate with the City's inspector and the City inspector will give all direction to the Contractor. 3.4 The District will notify its customers of the Project, perform any sewer system shut downs necessary for the District work, and notify its customers of any scheduled sewer service interruptions related to the project. 3.5 The District shall pay any valid claims made by the Contractor relating to the District's work that are valid and proximately caused by the District, provided, the District at its sole expense shall have the right to defend any claims made by the Contractor relating to the District's work. Any such claims must comply with the definition and procedure regarding claims in the Project contract and must be verifiable or substantiated claims and be subject to binding arbitration. 3.6 The District shall pay any additional expenses incurred in installing the District's facilities due to any over excavation required or any other unforeseen conditions related to the District facility which reasonably require additional work and expense, including any additional trench width or depth attributable to errors in the District's design. Any changes to the District Work perceived as necessary by the Contractor and any required change orders must be approved in writing by the District in advance of such changes. 3.7 The District shall maintain continued coordination with the City regarding the performance of the District work. This coordination shall include but not be limited the following: a. The District will attend the Project pre - construction meeting. b. The City will provide the District a copy of the Contractor's proposed work schedule showing date, location, and extent of work to be performed. This schedule will be subject to change at any time. c. The District will attend weekly construction meetings that involve work for the District. 4. CITY RESPONSIBILITIES 4.1 The City shall be the lead agency for the Project with regard to design, construction, SEPA review, permitting, inspection, contract administration, funding and all other matters pertinent to accomplishment of the Project. 4.2 With the assistance of KPG Inc. the City shall prepare, advertise, and award the contract bid documents, which shall contain four bidding schedules, two for the City improvements, one for the District's sewer relocation, and one for King County Water District No. 125's improvements. The basis for project award will 3 be the total lowest responsible bid for the sum of all four bid schedules. Prior to advertisement, the City shall obtain the District's review and approval of the bid documents. The bid documents, and the advertisement of them, shall comply with City's bid statutes, ordinances and resolutions. 4.3 The City shall be responsible for providing all traffic control associated with the construction of the Project. 4.4 The City shall require the Contractor to install and perform the District's work in accordance with the Project's final plans, and the District's standards, specifications, and inspector's written direction. 4.5 The City will provide written notification to the District at least five (5) days prior to beginning construction on District facilities to allow for District scheduling of the on -site inspector. 4.6 The City will schedule and attend weekly construction meetings with the City's Contractor, District, and other franchise utilities involved in the Project. 4.7 The City shall request the Contractor constructing the Project to have the District, its elected and appointed officers, agents and employees (collectively, the "District" for the purposes of this provision) named as an insured on all policies of insurance to be maintained by the Contractor under the terms of the Project contract, including the Contractor's Commercial General Liability Insurance, Commercial Automobile Insurance, and Umbrella coverage. The District shall be responsible to pay any additional cost incurred by the Contractor to name the District as an additional insured. If the District is included as an additional insured on such insurance, the Contractor shall provide the City with endorsement(s) to such insurance necessary to confirm the District is an additional insured on such policies /coverage. The City shall provide the District with copies of such endorsement(s) upon receipt of same by the City. 5. COMPENSATION 5.1 The District shall pay the City $2,133.60 for design engineering costs plus actual contractor costs including tax for completed work, and /or services rendered under this Agreement 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 by the District to the City, including the design engineering costs referenced above, shall not exceed $37,570.00 unless approved in writing by the District. 5.2 The City shall invoice the District following completion of the work and acceptance by the District. Payments are due within 30 days of the District's receipt of an invoice from the City, except for any disputed amounts. 4 5.3 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. 6 INDEMNIFICATION Each of the Parties shall defend, indemnify and hold the other Party, their officers, officials, employees and agents harmless from any and all costs, claims, judgment, and /or awards of damages, arising out of, or in any way resulting from that other party's negligent acts or omissions in performing under this Agreement. No Party will be required to defend, indemnify or hold the other Party harmless if the claim, suit or action for injuries, death or damages is caused by the sole negligence of that Party. Where such claims, suits or actions result from the concurrent negligence of the Parties, the indemnity provisions provided herein shall be valid and enforceable only to the extent of each party's own negligence. Each Party agrees that its obligations under this subparagraph include, but are not limited to, any claim, demand, and /or cause of action brought by, or on behalf of, any of its employees or agents. For this reason, each of the Parties, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. 7 AUDITS AND INSPECTIONS The records and documents with respect to all matters covered by this Agreement shall be subject to inspection, review or audit by the City or the District at the requesting Party's sole expense during the term of this Agreement and three (3) years after expiration or termination. Such records shall be made available for inspection during regular business hours within a reasonable time of the request. 8 JOINT BOARD /SEPARATE LEGAL ENTITY It is not intended that a separate legal entity be established to conduct this cooperative undertaking. The City shall act as administrator of this Agreement. 9 FINANCE AND BUDGET No special budget or funds are anticipated, nor shall any be created. The Parties are each responsible for their own finances in connection with this Agreement, and nothing in this Agreement shall be deemed or construed otherwise. 10 PROPERTY ACQUISITION, HOLDING, AND DISPOSAL Following final payment by the District and final acceptance of the Project by the City, the sanitary sewer improvements listed under "SEWER FORCE MAIN REALIGNMENT ADDITIVE BID SCHEDULE C" as depicted on Exhibit A shall become the property of the District. Upon final acceptance of the Project, the City shall transfer and assign any rights it may have under the Project contract relating to the District work to the District, including any warranty and maintenance obligations by the 5 Contractor relating to the District work. The District's acceptance of the District work shall not constitute acceptance of any unauthorized or defective work or materials, nor a waiver of any manufacturer's, supplier's or contractor's warranties. The City shall also provide redline drawings of the District work to the District upon completion of the Project work, such redline drawings to be prepared at the District's expense. The District shall retain any rights, claims or demands the District may have against the Contractor relating to the District work under applicable statutes of limitation as a third party beneficiary under the City's contract with the Contractor. 11 DURATION; TERMINATION This Agreement shall be effective immediately after execution by both parties, and shall remain in full force and effect until final acceptance of the Project and resolution of all issues relating to the Project. 12 APPLICABLE LAW; VENUE; ATTORNEYS FEES This Agreement shall be subject to, and the Parties 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. 13 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. ENTIRE AGREEMENT; MODIFICATION This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and District 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. 16. NOTICES Notices to the City of Tukwila shall be sent to the following address: Mike Ronda City of Tukwila 6 6300 Southcenter Boulevard Tukwila, WA 98188 (206) 433 -7194 (Phone) mike.ronda@tukwilawa.gov Notices to the District shall be sent to the following address: Dana Dick PO Box 69550 Seattle, WA 98168 (206) 242 -3236 (Phone) dand@valvue.com IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. VALLEY VIEW SEWER DISTRICT CITY OF TUKWILA By: By: Jim Haggerton, Mayor Print Name, Title: Print Name, Title: DATE DATE Approved as to Form: Approved as to Form: City Attorney DATE DATE Attest /Authenticated: Attest /Authenticated: City /County Clerk City Clerk, Christy O'Flaherty DATE DATE 7 0 J City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: AN INTERLOCAL AGREEMENT BETWEEN KING COUNTY WATER DISTRICT NO. 125 AND THE CITY OF TUKWILA REGARDING UTILITY RELOCATION THIS INTERLOCAL AGREEMENT ( "Agreement ") is made and entered into by and between King County Water District No. 125, a Washington municipal corporation ( "District "), and the City of Tukwila, a Washington municipal corporation ( "City "), (individually a "Party" and collectively the "Parties "). WHEREAS, the City intends to construct storm drainage improvements within the right of way of East Marginal Way South as part of the City project titled "East Marginal Way Storm Pipe Replacement." WHEREAS, the District has a water main located within the right of way of East Marginal Way South that conflicts with the planned alignment of the City project. WHEREAS, the City requires that the District relocate existing utilities at District cost when planned City roadway infrastructure conflicts with District infrastructure. WHEREAS, it is mutually beneficial to both Parties to have the utility relocation and project construction take place concurrently utilizing one contractor to reduce overall costs and traffic related impacts. WHEREAS, the Parties desire to have the City serve as the lead agency for the project to provide final design, advertisement, award, construction, inspection, and contract administration for the project. NOW THEREFORE, in consideration of the terms and conditions contained herein, the Parties agree as follows: 1. AUTHORITY This Agreement is entered into pursuant to Chapter 39.34 RCW, the Interlocal Cooperation Act. 2. PURPOSE The Parties agree to engage in a joint project that will construct storm water drainage improvements and relocate utilities along East Marginal Way South as described generally in Exhibit A, attached hereto and made part hereof ( "Project "). 454956.2 08953910001 8 3. DISTRICT RESPONSIBILITIES 3.1 The District shall provide the City engineered drawings, specifications, and any applicable construction standards for all work required by the District. The drawings shall show in detail the location, quantity, and size of each required component. 3.2 The District shall review the portion of the Project's final drawings and specifications for the District work and shall approve or reject those drawings and specifications within seven days of receipt. 3.3 The District shall provide the inspection services needed for overseeing the proper installation of the District's work. The District's inspector will coordinate with the City's inspector and the City inspector will give all direction to the Contractor. 3.4 The District will notify its customers of the Project, perform any water system shut downs necessary for the District work, and notify its customers of any scheduled water service interruptions related to the project. 3.5 The District shall pay any valid claims made by the Contractor relating to the District's work that are valid and proximately caused by the District, provided, the District at its sole expense shall have the right to defend any claims made by the Contractor relating to the District's work. Any such claims must comply with the definition and procedure regarding claims in the Project contract and must be verifiable or substantiated claims and be subject to binding arbitration. 3.6 The District shall pay any additional expenses incurred in installing the District's facilities due to any over excavation required or any other unforeseen conditions related to the District facility which reasonably require additional work and expense, including any additional trench width or depth attributable to errors in the District's design. Any changes to the District Work perceived as necessary by the Contractor and any required change orders must be approved in writing by the District in advance of such changes. 3.7 The District shall maintain continued coordination with the City regarding the performance of the District work. This coordination shall include but not be limited the following: a. The District will attend the Project pre - construction meeting. b. The City will provide the District a copy of the Contractor's proposed work schedule showing date, location, and extent of work to be performed. This schedule will be subject to change at any time. c. The District will attend weekly construction meetings that involve work for the District. 4. CITY RESPONSIBILITIES 4.1 The City shall be the lead agency for the Project with regard to design, construction, SEPA review, permitting, inspection, contract administration, funding and all other matters pertinent to accomplishment of the Project. 4.2 With the assistance of KPG Inc. the City shall prepare, advertise, and award the contract bid documents, which shall contain four bidding schedules, two for the City improvements, one for Valley View Sewer District relocation, and one for the District's water main relocation. The basis for project award will be the total 454956.2 1 089539 1 0001 -2- 9 lowest responsible bid for the sum of all four bid schedules. Prior to advertisement, the City shall obtain the District's review and approval of the bid documents. The bid documents, and the advertisement of them, shall comply with City's bid statutes, ordinances and resolutions. 4.3 The City shall be responsible for providing all traffic control associated with the construction of the Project. 4.4 The City shall require the Contractor to install and perform the District's work in accordance with the Project's final plans, and the District's standards, specifications, and inspector's written direction. 4.5 The City will provide written notification to the District at least five (5) days prior to beginning construction on District facilities to allow for District scheduling of the on -site inspector. 4.6 The City will schedule and attend weekly construction meetings with the City's Contractor, District, and other franchise utilities involved in the Project. 4.7 The City shall request the Contractor constructing the Project to have the District, its elected and appointed officers, agents and employees (collectively, the "District" for the purposes of this provision) named as an insured on all policies of insurance to be maintained by the Contractor under the terms of the Project contract, including the Contractor's Commercial General Liability Insurance, Commercial Automobile Insurance, and Umbrella coverage. The District shall be responsible to pay any additional cost incurred by the Contractor to name the District as an additional insured. If the District is included as an additional insured on such insurance, the Contractor shall provide the City with endorsement(s) to such insurance necessary to confirm the District is an additional insured on such policies /coverage. The City shall provide the District with copies of such endorsement(s) upon receipt of same by the City. 5. COMPENSATION 5.1 The District shall pay the City $3,010.97 for design engineering costs plus actual contractor costs including tax for completed work, and/or services rendered under this Agreement 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 by the District to the City, including the design engineering costs referenced above, shall not exceed $57,117.11 unless approved in writing by the District. 5.2 The City shall invoice the District following completion of the work and acceptance by the District. Payments are due within 30 days of the District's receipt of an invoice from the City, except for any disputed amounts. 5.3 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. 454956.2 1 089539 1 0001 -3- 10 6. INDEMNIFICATION Each of the Parties shall defend, indemnify and hold the other Party, their officers, officials, employees and agents harmless from any and all costs, claims, judgment, and/or awards of damages, arising out of, or in any way resulting from that other party's negligent acts or omissions in performing under this Agreement. No Party will be required to defend, indemnify or hold the other Party harmless if the claim, suit or action for injuries, death or damages is caused by the sole negligence of that Party. Where such claims, suits or actions result from the concurrent negligence of the Parties, the indemnity provisions provided herein shall be valid and enforceable only to the extent of each party's own negligence. Each Party agrees that its obligations under this subparagraph include, but are not limited to, any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents. For this reason, each of the Parties, by mutual negotiation, hereby waives, with respect to the other Party only, any immunity that would otherwise be available against such claims under the Industrial Insurance provisions of Title 51 RCW. 7. AUDITS AND INSPECTIONS The records and documents with respect to all matters covered by this Agreement shall be subject to inspection, review or audit by the City or the District at the requesting Party's sole expense during the term of this Agreement and three (3) years after expiration or termination. Such records shall be made available for inspection during regular business hours within a reasonable time of the request. 8. JOINT BOARD /SEPARATE LEGAL ENTITY It is not intended that a separate legal entity be established to conduct this cooperative undertaking. The City shall act as administrator of this Agreement. 9. FINANCE AND BUDGET No special budget or funds are anticipated, nor shall any be created. The Parties are each responsible for their own finances in connection with this Agreement, and nothing in this Agreement shall be deemed or construed otherwise. 10. PROPERTY ACQUISITION, HOLDING, AND DISPOSAL Following final payment by the District and final acceptance of the Project by the City, the water system improvements listed under "WATER PLAN & PROFILE ADDITIVE BID SCHEDULE D" as depicted on Exhibit A shall become the property of the District. Upon final acceptance of the Project, the City shall transfer and assign any rights it may have under the Project contract relating to the District work to the District, including any warranty and maintenance obligations by the Contractor relating to the District work. The District's acceptance of the District work shall not constitute acceptance of any unauthorized or defective work or materials, nor a waiver of any manufacturer's, supplier's or contractor's warranties. The City shall also provide redline drawings of the 454956.2 1 0895391 0001 -4- 11 District work to the District upon completion of the Project work, such redline drawings to be prepared at the District's expense. The District shall retain any rights, claims or demands the District may have against the Contractor relating to the District work under applicable statutes of limitation as a third party beneficiary under the City's contract with the Contractor. 11. DURATION; TERMINATION This Agreement shall be effective immediately after execution by both parties, and shall remain in full force and effect until final acceptance of the Project and resolution of all issues relating to the Project. 12. APPLICABLE LAW; VENUE; ATTORNEYS FEES This Agreement shall be subject to, and the Parties 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. 13. 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. ENTIRE AGREEMENT; MODIFICATION This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and District 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. 16. NOTICES Notices to the City of Tukwila shall be sent to the following address: Mike Ronda City of Tukwila 6300 Southcenter Boulevard Tukwila, WA 98188 (206) 433 -7194 (Phone) 454956.2 1 089539 I 0001 -5- 12 mike.ronda@tukwilawa.gov Notices to the District shall be sent to the following address: Mark Parsons King County Water District No. 125 3460 S. 148th St #110 Tukwila, WA 98168 (206) 242 -9547 (phone) markparsons @waterdistrict125.com IN WITNESS WHEREOF, the Parties have executed this Agreement on the date last written below. KING COUNTY WATER DISTRICT NO. 125 CITY OF TUKWILA fet -. By: P)4RI< P.4A..51)1-1 .s a"a Print Name, Title: 6 -it) - <�1 DATE Approved as to Form: DATE Attest/Authenticated: City /County Clerk DATE 454956.2 V 0895391 0001 By: Jim Haggerton, Mayor Print Name, Title: DATE Approved as to Form: City Attorney DATE Attest/Authenticated: City Clerk, Christy O'Flaherty DATE 13 14 City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director By: Michael Ronda, Construction Project Manager DATE: June 13, 2014 SUBJECT: East Marginal Way S Storm Pipe Replacement Project No. 91241206, Contract No. 13 -036 Construction Management Support Services Supplemental Agreement No. 4 ISSUE Approve Supplemental Agreement No. 4 to Contract No. 13 -036 with KPG, Inc. for Construction Management (CM) support services. BACKGROUND KPG's Consultant Agreement No. 13 -036 was for design of the East Marginal Way S Storm Pipe Replacement Project. The project was recently awarded to James W. Fowler Co. and construction is anticipated to begin in July. ANALYSIS Following additional screening of potential CM consultants to provide construction support services, KPG was deemed to be the best fit for the ongoing construction effort for the East Marginal Way S Storm Pipe Replacement Project. KPG's familiarity with the work zone and project challenges, as well as specific personnel available for field inspections and management, should result in a successful project for the City. FISCAL IMPACT KPG Contract 13 -036 Supplement No. 4 $299,902.10 CM Budget $300,000.00 With Supplement No. 4 at $299,902.10, the total cost for the consultant contract as supplemented will be $523,341.86. RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 4 with KPG, Inc. in the amount of $299,902.10 for CM services of the East Marginal Way S Pipe Replacement Project and consider this item at the June 23, 2014 Committee of the Whole and the Consent Agenda at the subsequent Special Meeting that same night due to the summer construction season. Attachments: CM Selection Scoring Page 85, 2014 CIP Supplemental Agreement No. 4 W: \PW Eng \PROJECTS\A- DR Projects \EMWS Emergency Storm Pipe Repair 11 -19 -12 (91241206)\ Consultant Selection\Info Memo - EMW Storm CECM Supplement #4 - KPG FINAL.docx 15 EMWS Emergency Pipe Repair - Qualification Review (1= Top Choice, 2 = Second Choice, 3 = Third Choice, 4 = Fourth Choice) Relevant Project Experience 1 Experience with HPA/Creek Work 3 Small Scale Projects 2 Ability to keep project on schedule and within Budget 1 Project Team Availability of Key Team Members 1 Knowledge of City , Plan Process, Drainage System 1 TOTALS (Lowest Total Score is best) 9 Firm Rank (1 - 4, Lowest = Best) 1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: East Marginal Wy S Storm Pipe Replacement Project No. 91341201 DESCRIPTION: Replace a failing 30" - 36" CMP storm pipe between S 120th PI S and S 126th St. The existing storm pipe is failing in several sections and has reached the end of its serviceable life. JUSTIFICATION: The pipe has failed in several locations requiring spot repairs. Failure of the pipe will lead to localized flooding and property damage. STATUS: New project for 2014 - 2019 CIP. Project design began in 2012 as part of the EMWS Emergency Repair 11 -19 -12 Project. Construction is anticipated to begin in 2014. MAINT. IMPACT: Reduce future maintenance and emergency repairs of existing failing pipe. COMMENT: The storm pipe is a reach of Southgate Creek and will require both an HPA and construction within a fish window timeframe. Existing utilities within EMWS will also require relocation. FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 188 50 238 Land (R /W) 0 Const. Mgmt. 300 300 Construction 62 2,000 2,062 TOTAL EXPENSES 62 188 2,350 0 0 0 0 0 0 2,600 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 62 188 2,350 0 0 0 0 0 0 2,600 TOTAL SOURCES 62 188 2,350 0 0 0 0 0 0 2,600 2014 - 2019 Capital Improvement Program 85 17 SUPPLEMENTAL AGREEMENT NO. 4 AGREEMENT NO. 13 -036 PROJECT NO. 91241206 City of Tukwila Public Works Department 6300 Southcenter Boulevard #100 Tukwila, WA 98188 KPG, Inc. 753 - 9th Avenue N. Seattle, WA 98109 PROJECT: E. Marginal Way Storm Pipe Replacement — Construction Services This SUPPLEMENTAL AGREEMENT NO. 4 is to supplement the agreement entered into with KPG, Inc. and the City of Tukwila, which was executed on the 5th day of February, 2013. All provisions in the basic agreement remain in effect, except as expressly modified as follows: Article 2, Scope of Services, shall be supplemented with the following: The Consultant agrees to provide construction services 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 $299,902.10 without express written modification of the Agreement signed by the City. The new total contract shall not exceed $523,341.86 without express written modification of the Agreement signed by the City. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of , 2014. APPROVED: APPROVED: CITY OF TUKWILA KPG, INC. Jim Haggerton Mayor Attested: Christy O'Flaherty, City Clerk Nelson Dtvis, P.E. Principal 18 EXHIBIT A City of Tukwila East Marginal Way S Storm Pipe Replacement Supplement No. 4 Construction Services Scope of Work June 5, 2014 This work will provide construction services for the construction contract to complete the City of Tukwila — East Marginal Way S, Storm Pipe Replacement Project. These services will include design support, project management, documentation control, inspection, materials testing, public involvement, and contract administration during the construction of the project, as detailed below. KPG ( "Consultant ") will provide to the City of Tukwila ( "City") construction engineering and management services for the project. 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 proposed project team will include a part -time project manager, one part -time documentation control specialist, a part-time project engineer during construction activities, one full -time inspector during construction activities when unit price work is being performed, and sub - consultant to provide services for materials testing. It is anticipated that full -time site observation will be required for the entire project. • The level of service is based on a construction project duration of approximately 175 calendar days. • KPG estimates a total project duration of 224 calendar days (32 weeks) including preconstruction service, construction services, and project closeout. • It is anticipated that the KPG will develop the Record of Materials (ROM). This scope of services provides the management of the ROM and scheduling of required materials testing respectively. • It is anticipated that the City will review and execute the insurance, bonds, and the Construction Contract. • It is anticipated that all official Community Outreach will be completed by the City. City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 1 of 7 KPG Project Number 13156 5/29/2014 19 EXHIBIT A • The design engineers from KPG will be available during construction to answer questions during construction and review RAM's, shop drawings, and answer RFI's that require a level of engineering expertise outside of the capabilities of the CM team. • Services will be performed in accordance with the Contract plans & special provisions, and City of Tukwila engineering standards. II. SCOPE OF WORK The objective and purpose of this Construction 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. 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. • Organize and layout work for project staff. Prepare project instructions on contract administration procedures to be used during construction. • Review monthly expenditures and CM team scope activities. Prepare and submit project progress letters 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 TASK 2 — PRECONSTRUCTION SERVICES 2.1 Preconstruction Conference: The Consultant will prepare an agenda for, distribute notices of, and conduct a preconstruction conference in the City's offices. The Consultant's project manager, resident engineer, inspector, and document control specialist will attend the preconstruction conference. The Consultant will prepare a written record of the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc. At the Pre - construction conference, the Consultant shall facilitate discussions with the Contractor concerning the plans, specifications, schedules, issues with utilities, unusual conditions, Federal, State, and local requirements and any other items that will result in better project understanding among the parties involved. Deliverables • Preconstruction conference agenda with meeting minutes City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 2 of 7 KPG Project Number 13156 5/29/2014 20 EXHIBIT A TASK 3 — CONSTRUCTION SERVICES - FIELD 3.1 On -site Observation: The Consultant shall provide the services of one full time inspector during construction activities and other tasks necessary to monitor the progress of the work. An additional part time inspector may be incorporated as dictated by the Contractor's approach to 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: o Preparation to include mobilization, clearing and grubbing, removal of structures o Grading, installation of drainage and storm sewer o Erosion Control and Planting o H MA paving o Driveways, curb, gutter and sidewalk o And all incidental items necessary to complete the Work as described in the Plans and /or Specifications. Field inspection staff will perform the following duties as a matter of their 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 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 during site visits. 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 and KPG. 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. Establish communications with adjacent property owners. Respond to questions from property owners and the general public. viii. Coordinate with permit holders on the Project to monitor compliance with approved permits, if applicable. ix. Prepare field records and documents to help assure the Project is administered in accordance with the funding requirements. City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 3 of 7 KPG Project Number 13156 5/29/2014 21 EXHIBIT A x. Collect and calculate delivery tickets and salesman'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 periodic digital photographs during the course of construction, and record locations. xiii. Coordinate with the City's maintenance personnel. xiv. Coordinate with additional impacted utility personnel. xv. Punch list. Upon substantial completion of work, coordinate with the Client and affected agencies, to prepare a 'punch list' of items to be completed or corrected. Coordinate final inspection with those agencies. 3.2 Substantial Completion: Upon substantial completion of work, coordinate with the City and other affected agencies, to perform a project inspection and develop a comprehensive list of deficiencies or 'punch list' of items to be completed. A punchlist and Certificate of Substantial Completion will be prepared by the Consultant and issued by the City. 3.3 Materials Testing: Coordinate the work of the materials testing technicians and testing laboratories in the observation and testing of materials used in the construction; document and evaluate results of testing; and address deficiencies. Geotechnical construction observation, environmental and dewatering submittal reviews, and environmental sampling and testing services will be performed by GeoDesign under subcontract to the Consultant in accordance with Attachment 1 to this Exhibit A. Frequency of testing shall be determined by the resident engineer. Assumptions: • Consultant will provide observation services for the days /hours that the contractor's personnel are on -site. • The Consultant's monitoring of the construction contractor's activities is to ascertain whether or not 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 City, as detailed in the Contract Documents. The Consultant cannot guarantee the construction contractors' performance, and it is understood that Consultant shall assume no responsibility for: proper construction means, methods, techniques; project site safety, safety precautions or programs; or for the failure of any other entity to perform its work in accordance with laws, contracts, regulations, or City's expectations. Deliverables • Daily Construction Reports with project photos — submitted on a weekly basis • Punch List, Certificate of Substantial Completion • Review test reports for compliance City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 4 of 7 KPG Project Number 13156 5/29/2014 22 EXHIBIT A TASK 4.1— CONSTRUCTION SERVICES — OFFICE A. Document Control. Original documentation will be housed at the Consultant's office, and filed in accordance with standard filing protocol. A copy of working files will be maintained in the field office. Document Control consists of: ■ Final Estimate (Approving Authority File) • Comparison of Preliminary and Final Quantities (Approving Authority File) • Final Records (Approving Authority File) ■ Record of Material Samples and Tests • Affidavit of Wages Paid • Release for the Protection of Property Owners and General Contractor B. Project Coordination: Liaison with City, construction contractor, engineer, utilities and property owners on a regular basis to discuss project issues and status. Provide the City with key construction photos for use in information distribution. Provide updates to major stakeholders as needed. C. 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. D. Weekly Meetings: Lead weekly meetings, including preparation of agenda, meeting minutes, and distribution of minutes to attendees. Outstanding issues to be tracked on a weekly basis. E. Initial Schedule Review: Perform detailed schedule review of contractor provided CPM for conformance with the contract documents. F. Lump Sum Breakdown: 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 with detailed data. G. Monthly Pay Requests: Prepare monthly requests for payment, review with the City, contractor and approve as permitted. Utilize City provided format for pay estimates, or Consultant format. H. Monthly Schedule Review: At the monthly cutoff, review contractor's updated schedule and compare with field - observed progress, as described in Section 1 -08 of the Special Provisions. In addition, perform schedule analysis on contractor provided CPM updates and review schedule for delays and impacts. Coordinate with Contractor in the development of recovery schedules, as needed, to address delays caused by either events or issues within the Contractor's control or other events or issues beyond the Contractor's control. I. Certified Payroll: Process and track all certified payroll per State Prevailing Wage Requirements. This includes verifying the initial payroll for compliance and 10% of all payrolls submitted thereafter. Tracking payroll each week. J. Weekly Statement of Working Days: Prepare and issue weekly statement of working day report each week. City of Tukwila — East Marginal Way Storm Pipe Replacement Page 5 of 7 KPG Construction Services Project Number 13156 Scope of Work 5/29/2014 23 EXHIBIT A K. 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 and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG's subcontractor logs. L. Record Drawings: Review record drawings prepared by the Contractor, and prepare a conformed set of project record drawings based on Contractor provided information and from inspection notes. Record drawings to be verified on a monthly basis, as part of the progress payment to the Contractor. Upon project completion, contractor provided markups will be verified for completeness and supplemented with inspection information. The Consultant will provide the marked up plan sheets with both the contractors and inspectors as -built information. Revise CAD drawings to reflect as -built conditions based on Contractor /Inspector provided redlines. M. Physical Completion Letter: Following completion of all punchlist work, prepare physical completion letter to the contractor, and recommend that City and /or Utilities accept the project. N. Project Closeout: Transfer all project documents to the City for permanent storage. • Schedule review comments • As -built schedule • Meeting agendas and notes • Monthly Pay Estimates • Subcontractor Packets • Cost Projection • Physical Completion Letter • Final Project Documents TASK 4.2 — SUBMITTAL /RFI PROCESSING A. Submittals: Coordinate review process for shop drawings, samples, traffic control plans, test reports, and other submittals from the Contractor for compliance with the contract documents. Key submittals to be transmitted to the City for their review and approval. Submittals shall be logged and tracked. B. Request for Information (RFI): Review and respond to RFI's. RFI's shall be logged and tracked. C. Record of Materials (ROM): Utilize ROM prepared by KPG and update based on Special Provisions and Plans for use on the project, based on the contract specifications. The ROM will be maintained by the Resident Engineer. The ROM will track all of the materials delivered to the site including manufacturer /supplier, approved RAM's, QPL items, material compliance documentation, and all other required documentation. Deliverables • Submittal log • RFI Log • Completed Record of Material for Material Certification City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 6 of 7 KPG Project Number 13156 5/29/2014 24 EXHIBIT A TASK 4.3 — CHANGE MANAGEMENT A. Case Log: Develop and maintain a case log which includes change orders, RFP's, Field Work Directives B. Change Orders: Develop change orders and provide technical assistance to negotiate change orders, and assist in resolution of disputes which may occur during the course of the project. Each change order will be executed in accordance with WSDOT Standard Specifications and contain the following: • Change order • Independent Cost Estimate • Time Impact Analysis • Contractor's Pricing • Verbal Approval Memo • Back up documentation C. Field Work Directives: Prepare field work directives as necessary to keep the contractor on schedule. D. Minor Change Orders: Develop minor change orders per WSDOT Standard Specifications. Each minor change order will be executed and contain the following: • Independent Cost Estimate • Verbal Approval Memo • Back up documentation E. Force Account: Track contractor force account labor, equipment and materials. All force account calculations will be verified by the engineer and double checked by the documentation specialist. Deliverables • Change Order(s) • Case Management Log • RFI Log • Minor Change Order(s) • Force Account Records City of Tukwila — East Marginal Way Storm Pipe Replacement Construction Services Scope of Work Page 7 of 7 KPG Project Number 13156 5/29/2014 25 EXHIBIT A ATTACHMENT 1 DESIGN May 28, 2014 KPG, Inc. 753 9" Avenue North Seattle, WA 98109 Attention: Mr. Nelson Davis, P.E. INTRODUCTION Proposal Geotechnical Construction Observation Services and Environmental Sampling and Testing Services City of Tukwila On -Call Drainage East Marginal Way - Storm Drain Improvements Tukwila, Washington GeoDesign Project: KPG -16 -04 GeoDesign, Inc. is pleased to submit this proposal to provide construction observation services and environmental sampling and testing services for the improvements to the storm drain on East Marginal Way as part of the City of Tukwila's On -Call Drainage Improvements Project. The project area is located along East Marginal Way between South 120" Place and South 126th Street in Tukwila, Washington. We understand the proposed improvements include replacing the existing 30- to 36 -inch- diameter storm drainpipe with a 42- inch - diameter pipe. Excavation depths necessary to replace the existing sewer are expected to vary up to approximately 14 feet deep at manhole locations and approximately 10 to 12 feet deep along the pipeline. Deep trench shielding or shoring along with dewatering will be required to reach the necessary depths. Earthwork construction activities that will require geotechnical observation services include the following: • Excavation observation • Trench shielding /shoring • Groundwater dewatering • Structural fill placement and compaction • Over - excavation and replacement of unsuitable soil • Subgrade preparation for roadways 2502 Jefferson Avenue I Tacoma, WA 98402 1 253.203.0095 www.geodesigninc.com 26 EXHIBIT A ATTACHMENT 1 Environmental services will also be necessary to address excavation through petroleum- impacted soils and groundwater and disposal /discharge of impacted materials. In addition, cement kiln dust material may also be encountered at the southern end of the project area. SCOPE OF SERVICES The purpose of our construction observation will be to confirm that subsurface conditions are consistent with the site explorations, geotechnical recommendations, and the intent of the project plans and specifications. We anticipate that our services will vary throughout the project from full- to part -time intermittent basis during underground utilities construction. Our specific scope of services will include the following: • Attend a pre- construction meeting with the general contractor and design team. • Review contractor submittals with geotechnical and dewatering elements • Perform laboratory testing on proposed fill materials to confirm compliance with the specifications. • Observe installation of dewatering system components, discharge volumes, and water quality with regards to turbidity and suspended solids. • Collect samples of dewatering discharge for analytical testing that includes petroleum hydrocarbons, volatile organic compounds, and semi - volatile organic compounds to confirm compliance with permitted discharge criteria. • Observe excavation of utility trench and subsurface conditions encountered on an intermittent basis. • Collect samples of spoils to characterize and screen for the presence of environmental contaminants. Analytical tests similar to those identified for groundwater will be completed, as necessary, and may include RCRA metals analysis in areas where cement kiln dust is suspected. • Observe installation of utilities on an intermittent basis. • Observe placement and compaction of structural fill. A nuclear density gauge will be used, where applicable, to verify that the compaction meets the project specifications. • Observe placement and compaction of roadway subgrade, base course materials, and asphalt pavement. • Provide consultation on an "as- needed" basis during construction to address geotechnical and environmental issues. • Provide daily field reports documenting the results of the observed geotechnical construction activities, recommendations, and nuclear density tests. These reports will be submitted to KPG for distribution to the project team. • Provide results of analytical testing • Submit a final letter of compliance regarding geotechnical- related activities. SCHEDULE The project schedule indicates that construction should start in July 2014 and has a 175 -day construction duration. We are prepared to provide construction observation services upon your authorization throughout the duration of the project. GEO DESIGN? 2 KPG -16- 04:052814 27 EXHIBIT A ATTACHMENT 1 FEE We believe that our construction observation services bring exceptional value to the project through our continued involvement, our proactive observation services, and relationship with the design team. We have prepared a cost estimate for the geotechnical construction observation services to be provided during the entirety of the project. We anticipate that earthwork will be frequent during this time period and will require observation services varying from part- to full -time. We estimate approximately 40 site visits will be required, with 10 visits requiring full -time observation and approximately 30 site visits with part-time observation. Additional time will be required for project management; geotechnical /environmental consultation and meetings; and to address earthwork issues, review field reports, and communicate with the project team to evaluate special site conditions. Based on our assumptions and anticipated level of effort, we propose a budget of $38,240 for our geotechnical construction observation services. We recommend providing an allowance of $14,900 for environmental analytical testing services for a total construction geotechnical and environmental services budget of $53,140. A breakdown of the proposed budgets is provided below and a detailed summary is attached. Our services will be provided in accordance with the Schedule of Charges and General Conditions attached to and part of this proposal. Activity Expenditures GeoDesign Geotechnical and Environmental Services Submittal Review Kick -Off Meeting $3,800 Geotechnical and Environmental Consultation 7,110 Construction Observation (30 part-time site visits and 10 full -time site visits) 27,330 Total $38,240 Environmental Sampling and Testing - ALLOWANCE Dewatering Discharge Test Suite (4 tests) $5,960 Excavation Spoils Test Suite (6 tests) 8,940 Total $14,900 The fee for additional work that may be required will be discussed with you and will not be undertaken without your prior approval. Services beyond the scope outlined above will be provided on a time - and - expense basis in accordance with the attached Schedule of Charges. GEO ♦♦♦ DESIGN? 3 KPG -16- 04:052814 28 EXHIBIT A ATTACHMENT 1 We appreciate the opportunity to submit this proposal. Please call if you have questions regarding this submittal. Formal authorization for our services can be provided by returning one signed copy of this proposal Sincerely, GeoDesign, Inc. Kevin J. Land, P.E. Principal Engineer cc: Mr. Nate Monroe, KPG, Inc. (via email only) TAP: KJL: kt Attachments One copy submitted (via email only) Document ID: KPG- 16 -04- 052814- geoenvp.docx © 2014 GeoDesign, Inc. All rights reserved. The scope of services and terms described herein are accepted, and GeoDesign, Inc. is authorized to proceed. by Organization Signature''` Date Name Printed Title 'Individual with contracting authority and responsible for payment of GeoDesign, Inc.'s fees. GEO DESIGN? 4 KPG -16- 04:052814 29 EXHIBIT A ATTACHMENT 1 GeoDesign, Inc. FEE SUMMARY Project: East Marginal Way Stormwater Improvements Job No. KPG-16-04 Standard Schedule (SS) or Direct Salary Cost (DSC) SS Labor Rate 2014 Standard Schedule GeoDesign OH Rate, if DSC calculation is used Construction Observation If Labor is DSC is the Fixed Fee = FF x (DSC +OH) ? NO Allowable Handling Charge 12.00% Date 5/28/2014 Fixed Fee Include Laboratory Cost as Labor Hours NO If answered "YES" Enter Labor Division: Construction Observation Senior Lab Tech 25% Lab Technician I 75% GEODESIGN LABOR - Summary from Geodesign Hours Worksheet PROJECT PHASES OR TASKS Submittal Review Construction Observation Project Consultation Analytical Laboratory Allowance Total Hours Labor Rate Cost L 2. 3. 4. 5. 6. 7 8 9. 10. 11. 12. 13. 14. 15. 16. CLASSIFICATION ' w Principal 10.0 30.0 40.0 $193.00 $7,720 Senior Associate $176.00 Associate $166.00 Servor Project Manager 16.0 16.0 $151.00 $2,416 Project Engineer /Geobgist 11 $142.00 Project Engineer /Geologist 1 $133.00 Engineering/Geological Staff III 6.0 6.0 $115.00 $690 Engineering /Geological Staff 0 $105.00 Engineering/Geobgical Staff I 240.0 240.0 $91.00 $21,840 Senior Technician (lab) $88.00 CAD $88.00 Tecivxcian 11 $82.00 Technician (lab) $71.00 Senior Project Assistarl 2.0 4.0 6.0 $84.00 8504 Project Assistarl 1.0 10.0 2.0 13.0 $78.00 01,014 Suppon Staff 1.0 5.0 2.0 8.0 566.00 $528 OVERHEAD FIXED FEE EQUIPMENT SUBTOTAL -Labor $2,728 $24,880 $7,104 329.0 _. .. (OH) COST (Including Salary Additives) (FF): SUBTOTAL. LABOR`' . ' 52,728, . $24,880 „' ';57,104 " $34,712 ' '$34,712 Extended Submittal Review Construction Observation Project Consultation Anatytical Laboratory Alowance Unit Rate VEHICLE - GeoDesign 40 Day $20.00 $800 VEHICLE - Mileage 1000 Mile $0.60 $600 INSITU TEST - Nuclear Density Gauge - HALF DAY 20 Half Day $40.00 $800 INSITU TEST - Nuclear Density Gauge - DAY 5 Day 850.00 3250 REIMBURSABLES: SUBTOTAL EQUIPMENT .. •,; ' , _ ', s':_' -, :, ' -.,�- ", °., "; 52,450 ,. ..- `. ? �. ". "`„ -,:; ,$2,450 -00 .'; Rate Extended Submittal Rev(ew Construction Observation Project Consultation Analytical Laboratory Albwance Unit SUBTOTAL 'REIMBURSABLES •. ,,.,'. LABORATORY Rate Extended TESTING: Submittal Review Construction Observation Project Consultation Analytical Laboratory Alowance Unit Compaction (ASTM D1557) - 3 points 3 ea 0231 $693 Particle Size Analysis ASTM C136 3 - ea $126 $378 _ " - SUBTOTALzLABQRATORY - =' ,$1,071 ,,, - $1;071_00 GeoDesign Charge's SubTotal ' . '- � 53,799, , ,' , ;: 527,330 - ' 57,104.3, ` ;' $38,233 SUBCONTRACTORS (include tax when applicable) Submittal Review o Construction Observation Project Consultation Analytical Laboratory Albwance SUBTOTAL HC Extended Dewaterirg Discharge - Analytical Laboratory (4- tests) 55,320 $5,320 $638 05,958 Excavation Spoils - Analytical Laboratory (6- tests) 57,980 $7,980 0958 88,938 SUBTOTAL:SUBCONSULTANTS hnc(„HC . , ACTUAL SUBTOTAL BY PHASE mci HC TOTAL ;= ESTIMATED FEE , ;;' ,; ; . ..- -' . °_, .. ,.. ; ..... „" • :. , -', "' �" ,'$14,896 ' : ..* tr ' ' 513,340' $1,596: , -, '• 514,896.00, Submittal Construction Project Analytical Review Observation Consultation Laboratory Allowance 53,799'., 527;330 $7 104 " : $14;896' ,- ,$53,12900 .._� =.$53,129.00,: DESIGN= 30 EXHIBIT A ATTACHMENT 1 GEOTECHNICAL SCHEDULE OF CHARGES COMPENSATION Our compensation will be determined on the basis of time and expenses in accordance with the following schedule unless a fixed fee amount is so indicated in the proposal or services agreement. Contracted professional and technical services will be charged at the applicable hourly rates as listed below. Staff time spent in depositions, trial preparation, and court or hearing testimony will be billed at one and one -half times the below rates. Time spent in either local or inter -city travel, when travel is in the interest of this contract, will be charged in accordance with the foregoing schedule; when traveling by public carrier, a maximum charge of eight hours per day will be made. Current rates are as follows: Personnel Hourly Rate Support Staff $ 66 Project Assistant 5 78 Senior Project Assistant 5 84 Technician I $ 71 Technician II 5 82 Senior Technician $ 88 CAD $ 88 Staff I $ 91 Staff II 5 105 Staff III 5 115 Project Manager I $ 133 Project Manager II $ 142 Senior Project Manager 5 151 Associate $ 166 Senior Associate $ 176 Principal $ 193 Equipment Rate Air compressor, generator (per day) $ 42 Cement scale and pan (per day) 5 25 Core drill (per day) 5 200 Cross -hole sonic logger (CSL) (half day, maximum $450 /day) $ 225 Digital camera (per day) 5 10 Drilled shaft inspection camera (DSIC) (half day, maximum $900 /day) 5 450 Field California bearing ratio (CBR) equipment (per day) $ 220 Falling weight deflectometer (FWD) (per day) 5 1,700 Falling weight deflectometer (FWD) with GPR (per day) 5 2,900 Global positioning system (GPS) - differential (per day) $ 75 Global positioning system (GPS) - hand -held (per day) 5 25 Ground penetrating radar (GPR) - hand - pushed (per day) $ 400 Ground penetrating radar (GPR) - truck - mounted (per day) $ 1,200 Hand auger (per day) $ 35 Hydroacoustic Monitoring Equipment (per day) 5 250 Miscellaneous field equipment (per item, per day) $ 10 Nuclear density gauge equipment (per hour) $ 10 Pile Driving Analyzer (PDA) (half day, maximum $500 /day) 5 250 Pile Integrity Tester (per day) $ 200 Satellite Phone (per day) $ 20 Slope inclinometer equipment (per casing) $ 75 Soil samples in brass or stainless sleeves (per sample) 5 10 Soil samples in rings (per sample) $ 10 Specialty software (MODFLOW, PLAXIS, etc., per hour) 5 15 Total Station - Survey Equipment (Precision Geomorphic Surveys) (per hour, maximum $400 /day) $ 50 Vehicle (company) usage (half day, plus $0.60 per mile charge) $ 10 Vehicle (company) usage (full day, plus $0.60 per mile charge) $ 20 Vehicle (personal) usage (per mile) $ 0.60 Vibration monitoring equipment (per day, maximum $250 /week, maximum $750 /month) $ 50 Reproduction Black/White Color 8 %2 x 11 (per finished page) $ 0.12 5 1.15 11 x 17 (per finished page) $ 0.30 $ 1.50 C- or D -size plots (black /white and color - per finished plot) $ 25 D -size scan 5 12 OTHER SERVICES, SUPPLIES, AND SPECIAL TAXES Outside services (equipment, supplies, and facilities not furnished in accordance with the above schedule, and any unusual items of expense not customarily incurred in our normal operations) are charged at cost plus 12 percent. This includes shipping charges, subsistence, transportation, printing and reproduction, miscellaneous supplies and rentals, surveying services, drilling equipment, construction equipment, watercraft, aircraft, and special insurance which may be required. Specialized equipment will be quoted on a per job basis. In -house disposable field supplies (routinely used field supplies stocked in -house by GeoDesign) at current rates. List available upon request. Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost. All rates are subject to change upon notification. GEO DESIGN 12/09/13 31 EXHIBIT A ATTACHMENT 1 LABORATORY SCHEDULE OF CHARGES TYPE OF TEST Atterberg Limits (ASTM D 4318 -05) CBR with 3 -Point Proctor (ASTM D 1883 -07) Compaction (ASTM D 1557- 07 /ASTM D 698 -07; Methods A, B, and C) 1 point 4 points Consolidation (ASTM D 2435 -04) (with 2 timed rebounds) Direct Shear (ASTM D 3080 -04) Per point 3 points Moisture Content -Oven Method (ASTM D 2216 -05) Moisture /Density Rings Shelby tubes Organic Content (ASTM D 2974) Particle Size Analysis Sieve (ASTM C 117-04/ASTM C 136 -06) (includes -200 Wash, Dry Sieve) Percent passing No. 200 (ASTM C 117-04/ASTM D 1140-00) Combined sieve and hydrometer (ASTM D 422 -63) Permeability Falling head in rigid wall permeameter (Army Corps Eng. EM 1110 -2 -1906, VII -13) In triaxial cell with back pressure saturation (ASTM D 5084 -03) pH of Soil (ASTM G 51) Resilient Modulus (AASHTO T 307 -99) In situ sample Remolded sample (includes compaction and sample preparation) Rice Density (ASTM D 2041) Soil Resistivity Specific Gravity Parafilm coated core Rice Gravity-core specific gravity Gravel specific gravity Sand specific gravity Soil Triaxial Compression Unconsolidated, undrained (back pressure saturation) (ASTM D 2850 -03) Consolidated, undrained, 1 point (ASTM D 4767 -06) Consolidated, undrained, strength envelope (ASTM D 4767 -06) Unconfined Compression Unconfined compression of undisturbed soil samples (ASTM D 2166 -06) Unconfined compression of cement - treated soils (ASTM D 1633 -00) Sample preparation and other tests charged at hourly rates. UNIT PRICE 5 163 5 620 5 95 $ 231 $ 420 5 231 $ 441 5 25 $ 37 5 37 $ 84 $ 126 $ 79 $ 210 $ 368 $ 420 $ 84 5 600 $ 900 $ 126 5 194 5 47 5 95 $ 16 5 75 $ 100 $ 105 $ 320 $ 420 5 1260 $ 121 $ 82 GeoDesign, Inc. reserves the right to subcontract any laboratory testing listed in our scope of work and to apply charges for subcontracted testing at the rates listed above. DESIGN 8/10/12 32 EXHIBIT A ATTACHMENT 1 ENVIRONMENTAL SCHEDULE OF CHARGES COMPENSATION Our compensation will be determined on the basis of time and expenses in accordance with the following schedule unless a fixed fee amount is so indicated in the proposal or services agreement. Contracted professional and technical services will be charged at the applicable hourly rates as listed below. Staff time spent in depositions, trial preparation, and court or hearing testimony will be billed at one and one -half times the below rates. Time spent in either local or inter -city travel, when travel is in the interest of this contract, will be charged in accordance with the foregoing schedule; when traveling by public carrier, a maximum charge of eight hours per day will be made. Current rates are as follows: Personnel Hourly Rate Support Staff $ 66 Project Assistant $ 78 Senior Project Assistant 5 84 Technician I 5 71 Technician II 5 82 Senior Technician $ 88 CAD $ 88 Staff I 5 91 Staff I I $ 105 Staff III 5 115 Project Manager I $ 133 Project Manager II $ 142 Senior Project Manager $ 151 Associate 5 166 Senior Associate 5 1 76 Principal 5 193 Equipment Rate Air compressor, generator (per day) $ 50 Bladder pump (per day) (includes generator) 5 104 Digital camera (per day) 5 10 Disposable bailers (per item) 5 14 Disposable field filter (per item) 5 20 Dissolved oxygen meter (per day) 5 31 Electric sampling pump (per day) $ 26 Gas extraction monitor (per day) $ 175 Gas vapor probe kit (per half day) 5 200 Global positioning system (GPS) - differential (per day) $ 75 Global positioning system (GPS) - hand -held (per day) 5 25 Hand auger (per day) $ 35 Infrared Camera (Flir b40) (per day) $ 250 Interface meter (per day) 5 52 Low -flow sampling kit (per day) $ 210 Moisture Meter (Delmhorst BD -2100) (per day) 5 25 Oxidation reduction potential (ORP) meter (per day) $ 42 Peristaltic pump (per day) 5 62 pH /conductivity /temperature meter (per day) 5 42 Photoionization detector (PID) (per day) 5 110 Sampling kit (gloves, goggles, tools, etc.) (per day) $ 20 Sample tubing (polyethylene, per foot) 5 0.50 Sample tubing (Teflon /silicon, per foot) 5 2 Satellite Phone (per day) 5 20 Soil vapor probe with slide hammer and enclosure 5 100 Specialty software (MODFLOW, per hour) $ 15 Total Station - Survey Equipment (Precision Geomorphic Surveys) (per hour, maximum $400 /day) $ 50 Vehicle (company) usage (full day, plus 50.60 per mile charge) $ 20 Vehicle (personal) usage (per mile) $ 0.60 Van Veen sediment sampler (per day) $ 100 Water level meter (per day) 5 42 YSI probe (per day) $ 100 Reproduction Black/White Color 8 Y2 x 11 (per finished page) 5 0.12 5 1.15 11 x 17 (per finished page) $ 0.30 $ 1.50 C- or D -size plots (black /white and color - per finished plot) $ 25 D -size scan 5 12 OTHER SERVICES, SUPPLIES, AND SPECIAL TAXES Outside services (equipment, supplies, and facilities not furnished in accordance with the above schedule, and any unusual items of expense not customarily incurred in our normal operations) are charged at cost plus 12 percent. This includes shipping charges, subsistence, transportation, printing and reproduction, miscellaneous supplies and rentals, surveying services, drilling equipment, construction equipment, watercraft, aircraft, and special insurance, which may be required. Specialized equipment will be quoted on a per job basis. Taxes required by local jurisdictions for projects in specific geographic areas will be charged to projects at direct cost. All rates are subject to change upon notification. GEO DESIGN? 12/09/13 33 Project Name: Consultant: COST PLUS FIXED FEE Exhibit B Consultant Fee Determination City of Tukwila East Marginal Way Storm Pipe Replacement Supplement No 4 - Construction Services KPG Classification Project Manager Senior Engineer Project Engineer Design Engineer CAD Technician Construction Inspector Survey Crew Document Specialist Office Admin Total Direct Salary Cost (DSC) Overhead (145.78% x DSC) Fixed Fee (30% x DSC) Hours 61 $ 25 $ 488 $ 75 $ 37 $ 1,056 $ 0 $ 140 $ 432 $ 2,314 Rate 65.00 $ 52.06 $ 44.90 $ 36.06 $ 31.25 $ 37.00 $ 50.75 $ 40.87 $ 26.92 $ Cost 3,965 1,302 21,911 2,705 1,156 39,072 5,722 11,629 $87,462 $127,501.79 $26,238.53 Subtotal: $241,202.10 REIMBURSABLES Construction Vehicles (4 months @ $750) Miscellaneous - Mileage, Repro, Field Supplies $3,000 $2,700 Subtotal: $5,700 SUBCONSULTANT COSTS Material Testing Allowance $53,000 Subtotal: $53,000 TOTAL $ 299,902.10 34 City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director BY: Grant Griffin, Senior Program Manager DATE: June 13, 2014 SUBJECT: Thorndyke Safe Routes to School Project No. 91210302 Bid Award ISSUE Award the bid for construction of the Thorndyke Elementary Safe Routes to School Project. BACKGROUND The City has a strong desire to improve residential streets and was awarded Federal Safe Routes to School (SRTS) Program grant funds in the amount of $457,000.00 to improve S 150th Street between Tukwila International Blvd and 42nd Ave S as a walking route to Thorndyke Elementary School. The project will include adding a sidewalk on one side of S 150th Street, curb, gutter, drainage, crossing improvements, illumination, educational material, maps, and enforcement. This project will also improve safety and mobility for children by enabling and encouraging them to walk and bicycle to school. ANALYSIS A call for bids was advertised on May 8 and May 15, 2014 and three bids were opened on May 29, 2014. The lowest bidder was Road Construction Northwest, Inc., with a bid of $1,136,256.00. The engineer's estimate was $993,415.00. No errors were found on the bid tabulations. Road Construction Northwest, Inc. has successfully worked for the City in the past and is currently constructing the Tukwila Urban Center Transit Center and Andover Park West improvements. BUDGET AND BID SUMMARY As the construction bid and Construction Management estimate is higher than budgeted, additional funding is being proposed. This project includes the construction of drainage facilities with $270,000 budgeted from the Annual Small Drainage Program Fund and $100,000 from the Annual Overlay and Repair Program. With the favorable bids in other projects, $300,000 is now available from the 2014 Annual Overlay and Repair Project and the Interurban Ave S improvements had a balance of $295,000. All three bids were fairly close and as this is an important residential street project with partial grant funding, staff recommends awarding the bid to Road Construction Northwest, Inc. Bid Amount Contingency (10 %) Construction Mgmt Estimate Annual Overlay Program Interurban Ave S Budget Balance Annual Small Drainage Total Bid Results Estimate 2014 Budget $1,136,256.00 $993,415.00 $567,000.00 113,625.60 0.00 200,000.00 55,000.00 300,000.00 295,000.00 270,000.00 $1449,881.60 $993,415.00 $1,487,000.00 RECOMMENDATION Council is being asked to award the construction bid for the Thorndyke Safe Routes to School Project to Road Construction Northwest, Inc. in the amount of $1,136,256.00 and consider this item at the June 23, 2014 Committee of the Whole and subsequent Special Meeting that same night due to the summer construction season. Attachments: Vicinity Map 2014 CIP Page 4, 15, and 82 Consultant Recommendation Bid Tabulation W:IPW EngIPROJECTSIA- RW & RS Projects\Safe Routes to School - Thorndyke (91210302)IPEIThorndyke Info Memo Bid Award sb.doc 35 s Not to Scale Safe Route City Limits Thorndyke Elementary School Safe Routes to School Date: February 21, 2013 36 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Thorndyke Safe Routes to School Project No. 91210302 DESCRIPTION: Construction of roadway improvements and new sidewalk on the north side of S 150th St between Tukwila International Blvd and 42nd Ave S. Also a new crosswalk on S 150th St in front of Thorndyke Elementary. JUSTIFICATION: Enhance safety for students waking and biking to Thorndyke Elementary and encourages alternate transportation choices. STATUS: This route is one of the high priority missing sidewalk areas prioritized as part of Walk and Rot Plan. MAINT. IMPACT: Negligible. WSDOT Safe Routes to School Federal grant for $457K. Surface water on S 150th St is also programmed COMMENT: for $270k (see SDP on page 82) and $100k from Overlay & Repair for a total project cost of $1.082m. Education, enforcement, and encouragement are included as part of the Safe Routes to School grant requirements. FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2017 2018 201 EXPENSES 0 Project Lacation ,,.... _ . r...e.....e_ J ll�) S fttl ° `fie C41, . �✓;r L � �- m �W -�+t�� Design 48 28 14 90 Land (R/W) 0 Const . Mgmt. 55 55 Construction 567 567 TOTAL EXPENSES 0 48 650 14 0 0 0 0 0 712 FUND SOURCES Awarded Grant 48 395 14 457 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 0 0 255 0 0 0 0 0 0 255 TOTAL SOURCES 0 48 650 14 0 0 0 0 0 712 2014 - 2019 Capital Improvement Program 4 37 0 Project Lacation ,,.... _ . r...e.....e_ J ll�) S fttl ° `fie C41, . �✓;r L � �- m �W -�+t�� al 4 7 sow �.1- ..._,..�.. 166 y.. t54St...._...'.+r,+ri`+ 4;f°4 S i S t ®o sa"`` raK.,nu #rtt u 4m, 2014 - 2019 Capital Improvement Program 4 37 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Annual Overlay and Repair Program Project No. 91310401 DESCRIPTION: Select, design and construct asphalt and concrete pavement overlays of arterial and residential streets. JUSTIFICATION: Preserve and maintain the street structure in a safe and useable state by resurfacing before failure which also minimizes costs. Some individual sites may be coordinated with water, sewer, and surface water projects. STATUS: Each year various sections of roadway throughout the City are designed and constructed for asphalt overlay. MAINT. IMPACT: Reduces annual maintenance. COMMENT: Ongoing project. Only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's 2012 2013 2014 2015 2016 2017 2018 2019 BEYOND TOTAL EXPENSES Design 194 100 100 125 125 150 150 175 175 1,294 Land (R/W) 0 Const. Mgmt. 165 175 175 175 200 200 225 225 1,540 Construction 969 1,225 1,250 1,260 1,300 1,320 1,325 1,325 9,974 TOTAL EXPENSES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 TOTAL SOURCES 1,328 100 1,500 1,550 1,560 1,650 1,670 1,725 1,725 12,808 2014 - 2019 Capital Improvement Program 15 38 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2014 to 2019 PROJECT: Annual Small Drainage Program Project No. Varies DESCRIPTION: Select, design, and construct small drainage projects throughout the City. JUSTIFICATION: Provide drainage corrections for existing /ongoing drainage problems throughout the City, including culvert replacements, drain extensions, and pavement upgrades. STATUS: Projects for this annual program are taken from Small Drainage Project List. MAINT. IMPACT: Reduces maintenance. Ongoing project, only one year shown in first column. Construction expenses may occur over two calendar COMMENT: years. Budget for 2014 includes $270k for Thorndyke Safe Routes to School (S 150th St). Grants from State Municipal Stormwater Capacity Grants. FINANCIAL Through Estimated (in $000's) 2012 2013 2014 2015 2016 2018 BEYOND TOTAL EXPENSES Design 174 80 80 80 80 80 80 80 80 814 Land(R/W) 0 Const. Mgmt. 135 65 80 80 80 80 80 80 80 760 Construction 694 500 325 325 525 525 525 525 525 4,469 TOTAL EXPENSES 1,003 645 485 485 685 685 685 685 685 6,043 FUND SOURCES Awarded Grant 20 170 50 240 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 983 645 315 485 635 685 685 685 685 5,803 TOTAL SOURCES 1,003 645 485 485 685 685 685 685 685 6,043 2014 - 2019 Capital Improvement Program 82 39 ENGINEERS ARCHITECTS IANDSCANE ARCHITECTS SURVEYORS j SEATTLE • TACOMA May 30, 2014 Grant Griffin Senior Program Manager City of Tukwila 6200 Southcenter Blvd Tukwila, WA 98188 RE: Thorndyke Elementary Safe Routes to School Dear Grant, As requested, KPG has tabulated the bids and reviewed the bid packages submitted for the City of Tukwila Thorndyke Elementary Safe Routes to School. The lowest bidder in the amount of $1,136,256.00 is Road Construction Northwest, Inc. As part of our review, we called the City of Sumner regarding the Parker Road East Sidewalk Improvement Project. This project was $1,022,533. The city stated Road Construction Northwest performed excellent work. We have also checked the status of Road Construction Northwest on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. It is KPG's recommendation that the Thorndyke Elementary Safe Routes to School be awarded to Road Construction Northwest, Inc. We have enclosed the original bid package along with the contractor verification for your review. Sincerely, KPG, Inc. Nelson Davis, P.E. cc: Enclosures: Road Construction Northwest bid package including Contractor Verification 753 9TH Avenue North • Seattle, WA 98109 • Phone (206) 286 -1640 • Fax (206) 286 -1639 2502 Jefferson Avenue • Tacoma, WA 98402 • Phone (253) 627 -0720 • Fax (253) 627 -4144 www.kpg.com 40 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Thorndyke Elementary Safe Routes to School Bid Tabulation Project No. 91210302, TA No. 5252 KPG May 29, 2014 Engineers Estimate Road Construction NW. RW Scott Construction Co.'- Ceccanti No.- Section Nc Item Qty Unit Unit Cost . Total.Cost .' Unit Cost Total Cost - -- Unit Cost Total Cost Unit Cost Total Cost, ROADWAY 1 1 -04 Unexpected Site Changes 1 FA $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 2 1 -05 Roadway Surveying 1 LS $ 20,000.00 $ 20,000.00 $ 15,000.00 $ 15,000.00 $ 12,000.00 $ 12,000.00 $ 15,000.00 $ 15,000.00 3 1 -07 Resolution of Utility Conflicts 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 4 1 -07 SPCC Plan 1 LS $ 800.00 $ 800.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 5 1 -09 Mobilization 1 LS $ 75,000.00 $ 75,000.00 $ 90,000.00 $ 90,000.00 $ 102,000.00 $ 102,000.00 $ 120.000.00 $ 120,000.00 6 1 -10 Traffic Control Supervisor 1 LS $ 40,000.00 $ 40,000.00 $ 10,000.00 $ 10,000.00 $ 15,000.00 $ 15,000.00 $ 59,000.00 $ 59,000.00 7 1 -10 Flaggers and Spotters 1.300 HR $ 48.00 $ 62,400.00 $ 57.00 $ 74,100.00 $ 52.00 $ 67,600.00 $ 44.00 $ 57,200.00 8 1 -10 Other Traffic Control Labor 180 HR $ 48.00 $ 8,640.00 $ 75.00 $ 13,500.00 $ 56.00 $ 10,080.00 $ 47.00 $ 8,460.00 9 1 -10 Portable Changeable Message Sign 6,000 HR $ 4.00 $ 24,000.00 $ 6.00 $ 36,000.00 $ 14.00 $ 84,000.00 $ 2.00 $ 12,000.00 10 1 -10 Other Temporary Traffic Control 1 LS $ 15,000.00 $ 15,000.00 $ 9,000.00 $ 9.000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 11 1 -10 Off-Duty Uniformed Police Officer 50 HR $ 80.00 $ 4,000.00 $ 80.00 $ 4,000.00 $ 90.00 $ 4,500.00 $ 80.00 $ 4,000.00 12 2 -01 Clearing and Grubbinq 1 LS $ 20,000.00 $ 20,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 17,000.00 $ 17,000.00 13 2 -02 Removal of Structure and Obstruction 1 LS $ 10,000.00 $ 10.000.00 $ 45,000.00 $ 45,000.00 $ 110,000.00 $ 110,000.00 $ 60,000.00 $ 60,000.00 14 2 -03 Roadway Excavation Incl. Haul 1,400 CY $ 22.00 $ 30.800.00 $ 30.00 $ 42,000.00 $ 29.00 $ 40,600.00 $ 37.00 $ 51,800.00 15 2 -03 Unsuitable Foundation Excavation Incl. Haul 60 CY $ 40.00 $ 2,400.00 $ 60.00 $ 3,600.00 $ 10.00 $ 600.00 $ 37.00 $ 2,220.00 16 2 -03 Gravel Borrow Incl. Haul 600 TN $ 25.00 $ 15,000.00 $ 30.00 $ 18,000.00 $ 15.00 $ 9,000.00 $ 20.00 $ 12,000.00 17 2 -12 Construction Geotextile for Separation 300 SY $ 5.00 $ 1,500.00 $ 11.00 $ 3,300.00 $ 2.00 $ 600.00 $ 2.00 $ 600.00 18 4 -04 Crushed Surfacing Top Course 2,300 TN $ 25.00 $ 57,500.00 $ 28.00 $ 64,400.00 $ 30.00 $ 69,000.00 $ 30.00 $ 69,000.00 19 5 -04 HMA Cl. 1/2" PG 64 -22 1,280 TN $ 90.00 $ 115,200.00 $ 110.00 $ 140,800.00 $ 103.00 $ 131,840.00 $ 170.00 $ 217,600.00 20 5 -04 HMA Thickened Edge 1,350 LF $ 6.00 $ 8,100.00 $ 9.00 $ 12,150.00 $ 5.00 $ 6,750.00 $ 7.00 $ 9,450.00 21 6 -13 Modular Block Wall 65 SF $ 35.00 $ 2,275.00 $ 90.00 $ 5,850.00 $ 70.00 $ 4,550.00 $ 50.00 $ 3,250.00 22 7 -12 Adjust Water Valve 6 EA $ 500.00 $ 3,000.00 $ 700.00 $ 4,200.00 $ 300.00 $ 1,800.00 $ 350.00 $ 2,100.00 23 7 -15 Adjust Water Meter Box 14 EA $ 400.00 $ 5,600.00 $ 700.00 $ 9,800.00 $ 300.00 $ 4,200.00 $ 350.00 $ 4,900.00 24 7 -15 Coordinate Water Meter Relocation 12 EA $ 400.00 $ 4,800.00 $ 800.00 $ 9,600.00 $ 300.00 $ 3,600.00 $ 50.00 $ 600.00 25 8 -01 Erosion /Water Pollution Control 1 FA $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5.000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 26 8 -01 TESC, Detention /Retention & SWPPP Facilities 1 LS $ 15,000.00 $ 15,000.00 $ 3,500.00 $ 3,500.00 $ 2.000.00 $ 2,000.00 $ 15,000.00 $ 15,000.00 27 8 -04 Cement Conc. Traffic Curb and Gutter 1,650 LF $ 20.00 $ 33,000.00 $ 28.00 $ 46,200.00 $ 15.00 $ 24,750.00 $ 25.00 $ 41,250.00 28 8 -04 Cement Conc. Traffic Curb 210 LF $ 15.00 $ 3,150.00 $ 30.00 $ 6,300.00 $ 24.00 $ 5,040.00 $ 30.00 $ 6,300.00 SIDEWALK $ 36.00 $ 20,880.00 $ 40.00 $ 23,200.00 29 8 -06 Cement Conc. Driveway Entrance Type 1 580 SY $ 60.00 $ 34,800.00 $ 75.00 $ 43,500.00 30 8 -14 Cement Conc. Sidewalk 450 SY $ 35.00 $ 15,750.00 $ 40.00 $ 18,000.00 $ 26.00 $ 11,700.00 $ 30.00 $ 13.500.00 31 8 -14 Cement Conc. Driveway 280 SY $ 60.00 $ 16,800.00 $ 75.00 $ 21,000.00 $ 35.00 $ 9,800.00 $ 40.00 $ 11,200,00 32 8 -14 Cement Conc. Curb Ramp Type Parallel A 3 EA $ 2,500.00 $ 7,500.00 $ 1,500.00 $ 4.500.00 $ 1,700.00 $ 5,100.00 $ 1,500.00 $ 4.500.00 33 8 -14 Cement Conc. Curb Ramp Type Parallel A, Modified 1 EA $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 1,700.00 $ 1,700.00 $ 1,500.00 $ 1.500.00 STORM DRAINAGE ' tl 34 2 -09 Shoring or Extra Excavation Class B 1 LS $ 8,000.00 $ 8,000.00 $ 1.00 $ 1.00 $ 2.500.00 $ 2,500.00 $ 25,000.00 $ 25,000.00 35 7 -04 Ductile Iron Storm Sewer Pipe 8 In. Diam. 160 LF $ 65.00 $ 10,400.00 $ 65.00 $ 10,400.00 $ 70.00 $ 11,200.00 $ 88.00 $ 14.080.00 36 7 -04 Ductile Iron Storm Sewer Pipe 12 In. Diam. 190 LF $ 80.00 $ 15,200.00 $ 75.00 $ 14,250.00 $ 80.00 $ 15,200.00 $ 95.00 $ 18,050.00 37 7 -04 Storm Sewer Pipe 8 In. Diam 60 LF $ 45.00 $ 2,700.00 $ 65.00 $ 3,900.00 $ 80.00 $ 4,800.00 $ 82.00 $ 4,920.00 38 7 -04 Storm Sewer Pipe 12 In. Diam 1,300 LF $ 45.00 $ 58,500.00 $ 70.00 $ 91 000.00 $ 55.00 $ 71,500.00 $ 85.00 $ 110.500.00 39 7 -04 Remove /Abandon Existing Storm Sewer Pipe 1,480 LF $ 15.00 $ 22,200.00 $ 4.00 $ 5.920.00 $ 12.00 $ 17,760.00 $ 6.00 $ 8.880.00 40 7 -04 Remove /Abandon Existing Water Pipe 1,220 LF $ 15.00 $ 18,300.00 $ 4.00 $ 4.880.00 $ 12.00 $ 14,640.00 $ 6.00 $ 7,320.00 41 7 -05 Connection to Drainage Structure 1 EA $ 1,000.00 $ 1,000.00 $ 2,000.00 $ 2.000.00 $ 500.00 $ 500.00 $ 1,000.00 $ 1.000.00 42 7 -05 Connection to Drainage Pipe 1 EA $ 800.00 $ 800.00 $ 2,000.00 $ 2.000.00 $ 500.00 $ 500.00 $ 500.00 $ 500.00 43 7 -05 Adjust Catch Basin 1 EA $ 500.00 $ 500.00 $ 700.00 $ 700.00 $ 500.00 $ 500.00 $ 350.00 $ 350.00 CITY OF TUKWILA DEPARTMENT OF PUBLIC WORKS Thorndyke Elementary Safe Routes to School Bid Tabulation Project No. 91210302, TA No. 5252 May 29, 2014 Engineers Estimate Road Construction NW =RW Scott Construction Co. Ceccanti Section Item Qty Unit Unit Cost Total Cost - Unit Cost Total Cost Unit Cost Total Cost: Unit Cost Total Cost 44 7 -05 Concrete Inlet 10 EA $ 900.00 $ 9,000.00 $ 900.00 $ 9,000.00 $ 700.00 $ 7,000.00 $ 1,150.00 $ 11,500.00 45 7 -05 Catch Basin Type 1 26 EA $ 1,000.00 $ 3,000.00 $ 26,000.00 $ 3,000.00 $ 1,300.00 $ 7,000.00 $ 100.00 $ 33 800.00 $ 7,000.00 $ 3,800.00 $ 1,100.00 $ 2,500.00 $ 18.00 $ 28,600.00 $ 2,500.00 $ 684.00 $ 1,250.00 $ 4,200.00 $ 35.00 $ 32,500.00 $ 4,200.00 $ 1,330.00 46 7 -05 Catch Basin Type 2 48 In Diem. 1 EA 47 7 -05 Storm Drain Marker 38 EA $ 40.00 $ 1,520.00 48 7 -06 Pothole Existing Utilities 25 EA $ 600.00 $ 15,000.00 $ 600.00 $ 15:000.00 $ 400.00 $ 10,000.00 $ 350.00 $ 8,750.00 SANITARY SEWER - 49 7 -05 Remove and Replace Sewer Manhole Frame and Grate 5 EA I $ 700.00 1 $ 3,500.00 $ 700.00 1 $ 3,500.00 1 $ 500.00 $ 2,500.00 1 $ 500.00 1 $ 2,500.00 TRAFFIC SIGNALS 1 $ 35,000.00 1 $ 35,000.00 50 1 8 -20 Traffic Signal Modifications at S. 150th St. & 42nd Ave. S. 1 1 1 LS I $ 32,000.00 1 $ 32,000.00 $ 31,000.00 1 $ 31,000.00 1 $ 35,500.00 1 $ 35,500.00 TRAFFIC CONTROL DEVICES $ 200.00 $ 1,600.00 $ 300.00 $ 2,400.00 $ 385.00 $ 3,080.00 $ 300.00 $ 2,400.00 51 8 -09 Raised Pavement Marker Type 1 8 HUND 52 8 -09 Raised Pavement Marker Type 2 1 HUND $ 350.00 $ 350.00 $ 450.00 $ 450.00 $ 495.00 $ 495.00 $ 500.00 $ 500.00 53 8 -21 Permanent Signing 1 LS $ 5,000.00 $ 5,000.00 $ 7,000.00 $ 7,000.00 $ 7.500.00 $ 7500.00 $ 7,500.00 $ 7,500.00 54 8 -22 Plastic Stop Line 60 LF $ 12.00 $ 720.00 $ 11.00 $ 660.00 $ 15.00 $ 900.00 $ 14.00 $ 840.00 55 8 -22 Plastic Crosswalk Line 370 SF $ 8.00 $ 2,960.00 $ 11.00 $ 4,070.00 $ 10.00 $ 3,700.00 $ 8.00 $ 2,960.00 56 8 -23 Temporary Paint Line 1,350 LF $ 0.50 $ 675.00 $ 1.00 $ 1,350.00 $ 2.00 $ 2,700.00 $ 1.00 $ 1.350.00 ROADSIDE DEVELOPMENT =' $ 45.00 $ 6,750.00 $ 55.00 $ 8,250.00 $ 64.00 $ 9,600.00 $ 50.00 $ 7,500.00 57 8 -01 Topsoil /Fine Compost 150 CY 58 8 -01 Hydroseed 1,315 SY $ 3.00 $ 3,945.00 $ 3.00 $ 3,945.00 $ 0.85 $ 1,117.75 $ 2.00 $ 2,630.00 59 8 -01 High Visibility Fence 1,970 LF $ 4.00 $ 7,880.00 $ 4.00 $ 7,880.00 $ 5.00 $ 9,850.00 $ 2.00 $ 3,940.00 60 8 -02 Property Restoration 1 FA $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 61 8 -12 Chainlink Fence Type 4 100 LF $ 40.00 $ 4,000.00 $ 44.00 $ 4,400.00 $ 55.00 $ 5,500.00 $ 30.00 $ 3,000.00 62 8 -18 Remove and Replace Mailbox Support 8 EA $ 800.00 $ 6,400.00 $ 400.00 $ 3,200.00 $ 700.00 $ 5,600.00 $ 200.00 $ 1,600.00 63 8 -26 Remove and Replace Fence 50 LF $ 60.00 $ 3,000.00 $ 20.00 $ 1,000.00 $ 50.00 $ 2,500.00 $ 40.00 $ 2,000.00 FRANCHISE UTILITY.ITEMS 64 8 -19 Adjust Gas Valve 2 EA $ 500.00 $ 1,000.00 $ 700.00 $ 1,400.00 $ 400.00 $ 800.00 $ 350.00 $ 700.00. 65 8 -19 Temporary Utility Pole Support 6 EA $ 2,000.00 $ 12,000.00 $ 800.00 $ 4,800.00 $ 1,000.00 $ 6,000.00 $ 500.00 $ 3,000.00 TOTAL BID $ 993,415.00 $ 1-,136,2$6.00 $ 1,151,416.75 $ 1,241,430.00 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director BY: Mike Cusick, Senior Engineer DATE: June 13, 2014 SUBJECT: CBD Sanitary Sewer Rehabilitation Project Project No. 91140203, Contract No. 13 -076 Supplemental Agreement No. 3 ISSUE Approve Supplemental Agreement No. 3 with RH2 Engineering (RH2) to prepare two separate bid packages as follows: 1) design a repair for the failed sanitary sewer line between Andover Park East (APE) and Andover Park West (APW) and 2) design a rehabilitation project to slip line sanitary sewer lines within the CBD. BACKGROUND On March 11, 2013 a failed 12 -inch sanitary sewer line was discovered between APE and APW. A temporary rental pump has been installed to bypass the plugged sewer line until repairs can be completed. In 2012 the City received a Public Works Trust Fund (PWTF) Loan for the relining of sewer pipes in this portion of the CBD for 2013. A portion of the PWTF Loan has been approved to repair the failed portion of sanitary sewer line. DISCUSSION Supplement No. 2 directed RH2 to revise the plan set to bid one project that would repair the collapsed sewer line west of the Union Pacific Railroad tracks, slip line 2,440 of sewer line and install a manhole south of Strander Blvd In APE. The project was advertised and on April 14, 2014, the only bid received was opened. The one bid was rejected by the Council on May 19, 2014 as it was significantly over budget. The City has now directed RH2 to split the project into 2 bid packages. The first project is the repair of the collapsed line west of the railroad tracks and the installation of a manhole in APE. The second project is the slip lining of the sewer line between APE and APW, and the first 600 feet of pipe south of Strander Blvd. in APE. These 2 segments of sewer pipe have the highest risk of collapse and greatest need of rehabilitation. The remaining scope of work included in the Public Works Trust Fund Loan will be accomplished using funds from the 2015 CIP. FINANCIAL IMPACT Supplemental Agreement No. 3 will increase the consultant's scope of work to include the preparation of documents for rebidding two sewer line projects at a design cost of $63,124.00. With all of the supplements, the total contract amount for RH2 will be $232,235.00. The 2014 CIP has $180,000.00 budgeted for design of the CBD Sanitary Sewer Rehabilitation Project and additional funds for Supplemental Agreement No. 3 will come from the construction management budget of $110,000.00. RECOMMENDATION Council is being asked to approve Supplemental Agreement No. 3 with RH2 Engineers in the amount of $63,124.00 for the CBD Sanitary Sewer Rehabilitation Project and consider this item at the June 23, 2014 Committee of the Whole and subsequent Special Meeting that same night. Attachments: Supplemental Agreement No. 3 W: \PW Eng \PROJECTS\A- SW Projects \CBD Sewer Rehabilitation (91140203)\ Info Memo Supplemental Agreement 3 may 20 2014.doc 43 ORIGINAL 1 _ PAGE NO 1 OF IMAGES SUPPLEMENTAL AGREEMENT NUMBER 3 to CONSULTANT AGREEMENT NUMBER 13 -076 THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila Washington, herein -after referred to as "the City", and RH2 Engineering hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. The City desires to supplement the agreement entered into with the Consultant and executed on, April 5, 2013, and identified as Agreement No. 13 -076. All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Task 1— Design Revisions and Modification of Plans and Specifications to Rebid Project as Two Separate Contracts Objective: Revise plans to modify original concept of open - cutting railroad easement to that of point repair with lining. Separate existing single set of plans and specifications into two projects for construction. Approach: 1.1 Revise plans and specifications, and incorporate edits from City staff to modify plans from original design concept. Modify cover sheets, sheet indices, sheet numbering, and drawing notes to segregate Schedules A (APW repair), B (APE manhole insertion), and D (restoration of seven manholes), from Schedule C (CIPP work). 1.2 Create two (2) project manuals (including bid forms, construction contract, and technical specifications) to separate Schedules A/B/D from Schedule C as described above. Submit 90- percent, 95- percent, and final copies to the City for review, and incorporate City edits following each iteration. 1.3 Perform internal QA/QC check on final draft and update project cost estimates. Perform additional revisions to plans and specifications per City preferences. 1.4 Conduct one (1) design review meeting with City prior to the bid advertisement to discuss modifications. RH2 Deliverables: • 90- percent, 95- percent, and Final Plans and Specifications for both projects provided in PDF format and delivered to City via FTP site. 44 ORIGINAL 1 PAGE NO 2 oF W PAGES Task 2 — Services During Bidding Objective: Assist the City and project bidders during bidding phase. Approach: 2.1 Convert bid packages to PDF format preferred by Builders Exchange of Washington (BXWA) and upload to BXWA's website. 2.2 Respond to questions from bidders and City during the bidding phases via phone and email. 2.3 Prepare up to one (1) addendum per project to modify bid documents and to provide clarification, if needed. Assumptions: Because the project documents will be uploaded to BXWA, it is assumed that no hard copies of bid sets will be provided to bidders. RH2 Deliverables: • Preparation of up to two (2) addenda. • Responses to technical questions. Task 3 — Services During Construction Objective: Assist the City with technical efforts during the construction phases for two projects. Approach: 3.1 Pre - construction conference: Prepare a meeting agenda with the City and schedule a preconstruction conference with the contractor, utilities, and adjacent property owners. Assist the City in conducting the meeting, and prepare and circulate meeting minutes. 3.2 Submittal review: Review contractor- provided submittals and provide written response. It is assumed that Shannon and Wilson will review the submittals for Schedule A trench shoring and dewatering. RH2 will review shoring and dewatering submittals for Schedule B. 3.3 Pay request processing: Coordinate with the City's inspectors via email or telephone to review bid -item quantities being requested for payment by the contractor. Prepare the pay requests for signature by the contractor and City. The pay requests will include tabulation of the total amount previously paid to the contractor, the amount currently being requested, and the total expended at the time of the pay request. It is assumed that three (3) pay requests will be required, and that RH2 's assistance with change order negotiation and preparation will be paid on a time and expense basis. 3.4 General consultation and construction coordination meetings: Assist City with interpretations to plans and specifications via phone or email. Attend one (1) construction coordination meeting at Tukwila City Hall. It is assumed that RH2 will assist the City up to the number of hours shown in the fee estimate. 45 OM NAL PAGE NO 3 QF la PAGES 3.5 Part-time on -site construction observation: Perform construction observation as requested by the City. It is assumed that RH2 will observe up to the number of hours shown in the fee estimate. Prepare written construction observation reports for the times that RH2 is in the field and email reports to the City in PDF format. 3.6 Perform final walkthrough with City and contractor, and help generate punch -list items. Revise punch -list if needed after contractor addresses initial list items. Assumptions: It is assumed that the City will conduct and lead on -site construction observation duties. It is further assumed that Shannon and Wilson will provide an on -site representative during the excavation activities of Schedule A near the Union Pacific Railroad easement. Shannon and Wilson will review the submittals for shoring and dewatering and perform periodic groundwater and vibration tests to review the contractor's measurements. RH2 Deliverables: • Participation in pre - construction conference. • Pre - construction meeting agenda and minutes. • Written submittal responses transmitted via email. • Pay request processing and change order negotiation. • Construction observation reports in PDF format. • Punch -list preparation including one revision of punch -list following contractor's first attempt to address items on list. Participation or Information Needed from City: • Attendance at pre - construction conference. • Verification of pay - request quantities. • Construction observation. • Procurement of consultants for: o Geotechnical and hydrogeologic review of dewatering plan review for Schedule A (Shannon and Wilson). o Structure position monitoring measurements. o Trench backfill compaction testing. o Asphalt compaction testing. • Notification of construction events and dates RH2 is requested to be on -site. • Review of punch -list prior to submittal to contractor. Task 4 — Project Management Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue invoices; and maintain project files and records. Approach: 4.1 Coordinate with City staff on schedule, progress, and technical questions. 46 ORVGBNAL j eAGE NO 4 OF lY PAGES 4.2 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status updates. 4.3 Maintain project records and project files. 1. Time for Performance, is amended to the completion date of work until January 31, 2015. 2. Payment, shall be amended as follows: • Payment for the work provided by the Consultant as part of this supplement shall be made for an additional $63,124.00. The total amount for the Consultant for this contract shall not exceed $232,235.00 without express written modification of the Agreement signed by the City. DATED this day of ,2014. Jim Haggerton, Mayor Printed Name: Richard H. Harbert Title: Chief Executive Officer 47 EXHIBIT B City of Tukwila Supplemental Agreement No. 3 to Contract No. 13 -076 2013 Central Business District Sewer Rehabilitation SDB and SDC Estimate of Time and Expense Task 1 DESIGN REVISIONS AND MODIFICATIONS OF PLANS AND SPECIFICATIONS TO RE-BID PROJECT AS TWO SEPARATE CONTRACTS Description Ho�un Total Labor Subconsultant Total Expense Total Cost Classification Task 1 DESIGN REVISIONS AND MODIFICATIONS OF PLANS AND SPECIFICATIONS TO RE-BID PROJECT AS TWO SEPARATE CONTRACTS 1.1 Revise plans and spedfications to segregate Schedules 35 $ 5,591 $ - $ 567 $ 6,158 1.2 Create two project manuals of separate Schedules A/B /D from Schedule C, prepare 90%, 95 %, and final copies, Incorporate City edit 28 4,766 5 - $ 439 $ 5,205 1.3 Perform internal QA /QC of plans and spedficatlons and Incorporate City edits; update project cost estimates 68 $ 11,117 $ - $ 1,442 $ 12,559 1.4 Conduct one final design meeting with City staff prior to bid advertisement 22 $ 3,486 $ - $ 506 $ 4,092 Subtotal 153 $ 24,960 $ - $ 3,053 $ 28,013 Task 2 SERVICES DURING BIDDING PHASE 2.1 Convert bld packages to PDF format for uploading to BXWA 9 1,364 $ $ 60 1,424 2.2 Respond to contractor and City questions during bidding phases 10 1,834 $ 72 1,905 2.3 Prepare addenda 12 $ 1,879 $ t 73 $ 1,952 Subtotal 31 $ 5,077 $ - $ 205 $ 5,282 Task 3 SERVICES DURING CONSTRUCTION 3.1 Prepare for and attend two pre-construction conferences 23 $ 3,813 $ - $ 699 $ 4,512 3.2 Perform submittal review 28 $ 4,886 $ - $ 128 $ 5,014 3,3 Process pay requests 30 $ 1,671 $ 46 $ 1,717 3.4 Provide general consultation and attend 1 construction coordination meetins 28 $ 4,789 $ - 121 4,910 3.5 Perform construction observation as requested by the City 32 $ 5,765 $ 327 $ 6,092 3.6 Perform final walkthrough with City and contractor, revise punch -list 7 $ 1,214 $ - $ 88 $ 1,302 Subtotal 128 $ 22,138 $ - $ 1,408 $ 23,546 Task 4 PROJECT MANAGEMENT 4.1 Coordinate wlth City staff on schedule, progress and technical Issues 24 $ 4,389 $ - $ 170 $ 4,559 4.2 Prepare invoices and monitor project budget 3 611 42 $ 653 4.3 Maintain project flies 7 1 1,019 - 51 $ 1,070 Subtotal 34 $ 6,019 $ - $ 264 $ 6,283 Supplemental Agreement No. 3 Total 1 346 1$ 584941$ S 4,930 1 $ 63,124 J:13o4MTUKtI tt7-05BIC0cOneauppJlgm1 No ] .FEE: COD RshaWNI.n SOB and soc JH 5.21.14 edltlsr 0110/20I4 5:75 MI CLASSIFICATION Professional Professional Professional Professional Professional Professional Professional Professional Professional EXHIBIT C RH2 Engineering, Inc. SCHEDULE OF RATES, AND CHARGES ORIGINAL t PAGE NOP ®P PAGES 2014 HOURLY RATES RATE CLASSIFICATION $209.00 5209.00 5201.00 5186.00 5177.00 5167.00 S157.00 5147.00 $135.00 Technician Technician Technician Technician Administrative Administrative Administrative Administrative Administrative IV m 11, 1 V IV 111 11 1 RATE 5135.00 5127.00 595.00 590.00 5126.00 5105.00 591.00 575.00 563.00 In -house copies (each) In -house copies (each) In -house copies (each) In -house copies (color) (each) In -house copies (color) (each) In -house copies (color) (each) 8.5"X11" 8.5" X 14" 11 "X 17" 8.5 "X 11" 8.5' X 14" lI X 17" IN -HOUSE SERVICES S0.09 50.14 50.20 50.90 $120 $2.00 CAD Plots CAD Plots CAD Plots CAD System GIS System Technology Charge Mileage Large Full Size Half Size Per Hour Per Hour 525.00 510.00 527.50 527.50 2.5% of Direct Labor Current IRS Rate Outside dari�ct costs for Palm fees. fees, reports; maps, data, s c reph'el. eour ess,pt the execution of �he project and are not really ttleedified 1 All c,, are6(lkdatcOstolas 15%. NGESJN RA Roles listed` here are adjusted aanually.The eturenllehedu'le of rates d * conspTabed shall be en the hourly ralesend a pcnses in effect Vllall.l an ru I Ylutn$3111JMa b.vAmp, 1Jfx-cau 4aairanad9.1 Lew. 49