Loading...
HomeMy WebLinkAboutFS 2014-11-18 Item 2D - Agreement - Urban Renewal Demolition with PBS Engineering (Great Bear, Boulevard, Spruce and Traveler's Choice Motels) 4.(.... i sZ City of Tukwila 0 `w=z y O Jim Haggerton, Mayor 4 J,1 1908 INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Finance and Safety Committee FROM: Joyce Trantina, Project Development Manager BY: Mike Cusick, Senior Engineer DATE: November 12, 2014 SUBJECT: Urban Renewal Motel Demolition Project Project No. 91330201 Consultant Agreement ISSUE Approve a consultant agreement with PBS Engineering & Environmental to provide engineering services for the demolition of the Great Bear, Boulevard, Spruce and Traveler's Choice Motels. BACKGROUND In August 2014, the City of Tukwila purchased the Great Bear, Boulevard, and Traveler's Choice motels which had been seized by the Federal Government in late 2013 as part of an undercover operation with the City of Tukwila. Prior to the Federal seizure, the City had planned to purchase Great Bear, Boulevard, and Spruce motels as part of its crime reduction initiative. The City would have included the Traveler's Choice as part of its crime reduction initiative except it was outside of the urban renewal area. The City anticipates completing negotiations with the owners of the Spruce Motel prior to year-end, and to assume ownership in early 2015. DISCUSSION It could be a few years until the City has sold the properties to a developer or decided some alternative use. The Administration does not see a valuable use of the properties as motels and therefore plans to demolish them in order to ensure the properties are as attractive and safe as possible. The City will use a public bid process to select a contractor to perform the demolition. Prior to initiating the bid process, the City needs assistance to survey the property, document existing conditions, estimate demolition and site preparation costs, develop project plans and specifications, and facilitate the bid process. Staff recommends hiring a consultant to perform this work. Once the consultant has evaluated the site and estimated preliminary costs, staff will determine the scope of work for the demolition bid specifications. Some citizens have expressed a desire for no fencing to be on the site after demolition in order to provide a more positive appearance. Staff acknowledges this as a worthwhile goal; however, would like the flexibility to make that decision after preliminary costs and site liability issues have been researched. Public Works staff reviewed qualifications of eight engineering/environmental firms listed on the Municipal Research and Services Center roster and has chosen PBS Engineering & - Environmental, Inc. as the most qualified to perform the work. Also, PBS has previously completed environmental work for the City and their work has been satisfactory. Public Works 31 INFORMATIONAL MEMO Page 2 has negotiated a price that is fair and reasonable. Because the contract amount exceeds the Mayor's $40,000 signing authority, staff requests Council approval. FINANCIAL IMPACT PBS estimates the cost for their services to be $149,018.60. These funds are covered by the Urban Renewal/TIB Redevelopment project and no additional budget is requested. RECOMMENDATION The Council is being asked to authorize the Mayor to execute the contract in substantially the same form as attached and consider this item at the November 24, 2014 Committee of the Whole meeting and subsequent December 1, 2014 Regular Meeting. ATTACHMENTS Proposed Contract Page 45 from 2014-2019 CIP Page 45 from the proposed 2015-2020 CIP 3 2 PBS Engineering Services Contract �J W City of Tukwila Contract Number: 4 •, J.1 6200 Southcenter Boulevard, Tukwila WA 98188 190 CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and PBS Engineering & Environmental, Inc., hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Design Engineering services in connection with the project titled Tukwila Urban Renewal Motel Demolition Phase 1. 2. Scope of Services. The Consultant agrees to perform the services, identified on the exhibits attached hereto, including the provision of all labor, materials, equipment and supplies. A Notice to Proceed will be issued by the City before any work is commenced on any portion of the project. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending August 31, 2015, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than August 31, 2015 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on the exhibits attached hereto: Exhibit A for the Great Bear and Boulevard Motels in the amount of $74,264.20; Exhibit B for the Spruce Motel in the amount of$35,264.00; and Exhibit C for the Travelers Choice Motel in the amount of$39,490.40;provided that the total amount of payment to the Consultant shall not exceed $149,018.60 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three(3)years after final payments. Copies shall be made available upon request. 33 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information,reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents,drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall,in performing the services contemplated by this Agreement,faithfully observe and comply with all federal, state, and local laws,ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3P„BS Engineering Demolition Phase 1 Page 2 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,$2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and$1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements'of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion,procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. PBS Engineering Demolition Phase 1 Page 3 35 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant,the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten(10)days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County,Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect,such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 3RBS Engineering Demolition Phase 1 Page 4 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: PBS Engineering+Environmental 2517 Eastlake Avenue East, Suite 100 Seattle WA 98102 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations,representations,or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this day of , 2014. CITY OF TUKWILA CONSULTANT By: Jim Haggerton,Mayor Attest/Authenticated: Printed Name: Title: Christy O'Flaherty, City Clerk Approved as to Form: Rachel Turpin, City Attorney PBS Engineering Demolition Phase 1 Page 5 37 38 Exhibit A Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work Proposal for Investigation, Design and Bid Period Services Great Bear Motel &Boulevard Motel Demolition Project Tukwila, WA PBS Proposal No. WA25628.v3 PBS Engineering and Environmental, Inc. (PBS) is pleased to provide this proposal to the City of Tukwila Public Works (City) for services related to the Great Bear Motel and Boulevard Motel Demolition Project. This proposal outlines our proposed services and fees related to inspection, abatement, demolition and grading design,bid specifications and permitting services. Task 01: Investigation Services 1. Existing Conditions—Land Survey and Base Map 2. Hazardous Building Materials Pre-Demolition Survey 3. State Environmental Policy Act(SEPA) Review Task 02: Design and Bid Period Services 1. Abatement and Demolition Specifications 2. Site Grading and Permanent Stormwater Control Design 3. Construction Stormwater Pollution Prevention Plan (SWPPP) 4. Bid Facilitation: pre-bid walk and bid review 5. Engineers Opinion of Costs Following is an outline of our proposed services and associated fees. TASK 01—INVESTIGATION SERVICES The following tasks shall be completed during the investigation phase and the information gathered will be used in the design development process: 1.1 Existing Conditions Survey &Base Map PBS will retain a professional land surveyor (sub consultant) to conduct topographic surveys of the two properties. Utility locates will be included in the survey scope of work, both public "one call" and private locate services, with the goal to provide comprehensive subsurface utility locations. The surveyor will obtain the public and private utility locates within the survey area prior to commencing the topographic survey. The land survey will identify property lines and all significant physical features in the survey area such as building structures, major vegetation, pavement/gravel/lawn, above &below ground utilities (type/size), drainage, fences, signs, streets, parking and roadways, sidewalks, underground pipe depths by measure down, valve/manhole/cleanout covers and ground elevations sufficient for creating 1-foot contour interval. The subject property corners will be identified using rebar stakes. The topographic survey will be prepared by the surveyor in AutoCAD ver2010 20 scale minimum, suitable for use with Civil 3D. PBS' civil engineer Exhibit A-Page 1 3 9 Exhibit A Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work will use topographic mapping, available as-built and utility records to develop project existing conditions base map. Deliverables will include: • Topographic plan DWG files • PLS-sealed topographic plan,PDF file 1.2 `Good Faith' Hazardous Building Material Pre-Demolition Surveys PBS will perform quantification of materials and verification of conditions and locations. As appropriate, PBS will collect and analyze bulk samples of suspect ACMs according to AHERA protocols. Analysis will be performed using Polarized Light Microscopy (PLM). Included in the scope of these services is the collection and analysis of up to 115 asbestos samples. Credit will be provided for samples not collected. PBS will sample representative painted components of the building for the presence of lead containing paint(LCP). Analysis will be performed using atomic absorption methodology (AA). Included in the scope of these services is the collection and analysis of up to 10 lead paint samples. PBS will provide documentation of our findings in letter report format to be included in the bid documents. This report will outline quantities and locations of ACMs, the extent of LCP, the number of suspect PCB-containing fluorescent light fixture ballasts and mercury- containing fluorescent lamps. 1.3 State Environmental Policy Act (SEPA) Environmental Checklist PBS will prepare a SEPA Environmental Checklist that meets the City requirements under the State Environmental Policy Act. As an initial step in the process, we will conduct a field reconnaissance of the site and surrounding-area and will collect information from available databases and studies.The checklist will follow the template provided by the City and include a completed ESA checklist. Supplemental reports will be attached to the completed checklist as needed and completed under separate scope items. The completed checklist will include site plans and figures. TASK 02 - DESIGN & BID PERIOD SERVICES 2.1 Abatement and Demolition Design Contract requirements for work related to demolition, asbestos, lead, PCBs and fluorescent lamps will be developed based upon data gathered during previous surveys. As appropriate, PBS will develop technical specifications governing demolition, asbestos abatement, lead- related activities, PCB-handling procedures and mercury fluorescent lamps. We assume that WSDOT Standard Specifications will be used on this project as the referenced specification. The following tasks will be performed in the design development process: 4 0 Exhibit A-Page 2 Exhibit A Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work a. Develop technical specifications for the demolition of the structures. Incorporate waste diversion requirements and recycling as required by the City. b. Develop technical specifications representing locations and quantities of ACMs to be abated, sampling information, any particular means and methods, and appropriate references to other specification sections. c. PBS will prepare specifications for removal and disposal of PCB-containing ballasts. d. PBS will develop specifications to direct proper handling and recycling of mercury fluorescent lamps. e. Provide a detailed opinion of cost for abatement and demolition. f. Review and provide alterations to the City Request for Bids and related Owner contract documents. 2.2 Site Grading and Permanent Stormwater Control Plan PBS' civil-engineer will prepare a site demolition plan for each property that addresses site improvements after each building structure demolition has occurred. A grading plan will be prepared for the properties to properly manage storm drainage after demolition activities are concluded. We understand that the City would like to consider alternate grading options to include: 1)retain existing pavement surfaces (e.g. asphalt and/or concrete) in place; and 2) remove all hardscape surface and foundations from the two properties and completed with a grass vegetated land cover. a. PBS' civil engineer will prepare supplemental technical specifications for site demolition plan activities not covered by the Standard Specifications. b. Design permanent erosion prevention & control elements for all disturbed areas and to protect drainage facilities. Surface vegetation will be designed to provide erosion control for all disturbed soil areas. c. Design permanent stormwater controls for the site as required by King County Stormwater Manual, 2009. d. Calculate the pre and post discharge to show compliance with the King County Stormwater Manual for stormwater management. e. Provide a detailed opinion of cost for site grading and stormwater control facilities. 2.3 Construction Stormwater Pollution Prevention Plan PBS will develop a Construction SWPPP that will meet the City's requirements. The SWPPP will include a Temporary Erosion and Sediment Control (TESC) Plan and a narrative section that provides details on the project and the types of best management practices (BMPs) and site controls that will be used to prevent discharge of turbid or contaminated stormwater from the site. It will also include a site plan that shows the location of all BMPs. Details of specific BMPs and Erosion/Sedimentation Control notes will accompany the site plan. a. Review of project plans and specifications. Conduct background research on site to include review of topography, soils, drainage patterns, existing conditions and existing Exhibit A-Page 3 41 Exhibit A Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work stormwater system. Includes two site visits to review current conditions at the site and take photographs. b. Coordination with the City and contractor to review project plans and potential BMPs and obtain details on schedule and construction techniques. Included in this task is one on- site meeting and follow-up phone and e-mail conversations. c. Prepare a SWPPP which will include a TESC plan to address all items identified for the City's demolition permit. d. Follow-up with the City of Tukwila on questions or revisions following submittal. 2:4 Bid Facilitation Services PBS will coordinate the contract documents with those provided by the City and will develop the complete abatement/demolition bid package. PBS will provide documents at 60% and 90% completion for review and final bid documents. Up to eight copies of the bid documents will be produced to provide to the City for distribution. Down load the document to the Builder Exchange of Washington for posting of project. a. Support the preparation of documents for the City Demolition Permit including completion of the Critical Areas Worksheet. b. PBS will facilitate a pre-bid site walkthrough with contractors. c. PBS will formally respond to contractor questions and provide project clarifications via written addendum. d. PBS will review contractor bids and provide a selection recommendation to the City. SCHEDULE PBS will complete the work in accordance with a schedule to be determined by the City. PROJECT ASSUMPTIONS & EXCLUSIONS a. PBS has not included construction period oversight/inspection services. A separate proposal will be provided when the contractor's schedule is established. b. PBS presumes PBS will make up to eight copies of bid documents for bidders. c. PBS presumes one pre-bid walkthrough will be performed with bidding contractors. d. PBS presumes the City will provide the Division 00 and 01 bid documents, bid forms, etc. in Microsoft Word format for use by PBS to write specification package. e. PBS presumes the City will pay all permit application and review fees. f. PBS presumes full and timely access to both properties and associated buildings. g. The land survey will suffice for the purpose of this project. The project requires four stamped boundary surveys and will be recorded with King County. h. The City is requiring that the SWPPP for the Demolition Permit complies with the King County Stormwater Management Program Plan, 2009. i. PBS assumes an average level of effort for this proposal. The proposed fee does not include provision for additional requirements or unforeseen conditions that could necessitate additional effort. j. A standard City of Tukwila Agreement will be used for this project with PBS. 4 2 Exhibit A-Page 4 Exhibit A Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) ' Scope of Work ESTIMATED FEES PBS will conduct the scope of services as outlined above for an estimated cost of$74,264.20. Task 01: Investigation Services Existing Conditions—Land Survey and Base Map $17,798.40* Hazardous Building Materials Survey(s) $12,696.00 State Environmental Policy Act (SEPA) $ 3,962.20 Task 02: Design and Bid Period Services Abatement and Demolition Design $13,836.60 Site Grading and Permanent SW Control Design $14,154.40 Construction Storm Water Prevention Plan $ 5,972.20 Permit and Bid Review Assistance $ 5,844.40 TOTAL ESTIMATE $74,264.20 *Land Survey performed by subcontracted licensed surveyor. Exhibit A-Page 5 43 Exhibit A Great Bear Motel & Boulevard Motel Demolition Projssl PBS Engineering and Environmental, Inc. (PBSI City of Tukwila - DemolitionDesign 9/4/2014 WA25628 Great Bear . Boulevard SCOPE ESTIMATE Motel Task 1.1 Task 1.2 Task 1.3 Task 2.1 . Task 2.2. Task 2.3 Took 2.4 Total Project . Existing conditions and Base Map :. .. Hez. MeteddlinspeCtlom • SERA Chackltsr ... - - .Abale/nentd Building Demolition . Deslpn,Specin"tim" "t • Estimates - . ... Site Grading and Permanent Stormyroter Conirol.Plart .. .. - Conskuo6on:SWPP. -" • Permit and Bld Revlew /Awerd. • Services' PBS LABOR 1 Starr Hrty Rate Hours Coat Hours Cost Hours Cost Hours Cost Ho to Cost Hours Cost Hours Cost Hours Cost Pdnclpal E 150.00 Civil Engineer 5 150.00 Project Engineer S 140.00 Project Manager 5 130.00 Construction SWPP $ 120.00 Project Designer 5 110.00 SEPA Reviewer S 110.00 AHERA Inspector S 85.00 Admmsuation!AC08nling S 60.00 CAD f Micro Station / gINT 5 85.00 Clerica9Data Entry 9 60.00 SUBTOTAL LABOR 1 1 0 4 0 0 0 0 1 0 0 5 150.00 S 150.00 5 - $ 520.00 5 - S 5 - S - 5 60,00 S - S - S 860.00 2 0 0 4 0 10 0 80 2 6 4 5 300.00 5 S $ 520.00 5 - 5 1,100.00 S - S 6,800.00 9 120.00 S 680.00 5 240.00 9 9,780.00 1 0 0 2 0 0 30 0 1 2 0 5 150.00 S 5 - $ 260.00 E - S - 5 3,300.00 E S 60.00 S 170.00 S - S 3,940.00 6 0 4 16 0 65 0 4 2 16 16 S 1,200.00 S - $ 560.00 S 2,080.00 $ - S 7,150.00 S - 9 340.00 5 120.00 5 1,360.00 $ 960.00 9 13,770.00 6 1 24 5 150.00 S 1,200.00 $ 9,240.00 S 1,300.00 5 - S - 5 - E S 80.00 2 2,040.00 5 120.00 5 14,110.00 1 0 2 2 40 0 0 0 1 4 1 $ 150.00 S - $ 280.00 5 260.00 E 4,800.00 5 - S - 5 - S 60.00 $ 340,00 S 60.00 S 5,950.00 2 2 2 12 12 12 0 0 2 0 6 5 300.00 S 300.00 S 280.00 E 1,560.00 S 1,440.00 S 1,320.00 S - 5 - $ 120.00 0 S 480.00 S 5,800.00 16 11 74 50 52 97 30 84 10 54 31 499 S 2,400.00 S 1,650.00 S 10,360,00 S 6,500.00 5 6,240.00 $ 9,570.00 $ 3,300.00 S 7,140.00 5 600.00 S 4,590.00 E 1,860.00 S 54,210.00 SUBCONTRACTOR •ub's Quote Markup 01y Cost City Cost Oty Cost 01y Cost 01y Cost Qty Cost Qty Cost 4•4j4' Land a Survey - 80leo P Surveying 13,400 private utility locates (APS) 840 10% Access /security of boarded sturctures 500 Other 0 SUBTOTAL SUBCONTRACTOR 1 1 D 0 5 14,924.00 5 924.00 5 S , 1,210.00 $ 15,664.00 0 0 1 0 5 - 5 • S 550.00 5 S 550.00 9 5 5 - 9 - S - 0 0 5 . 5 - S 5 - S - 9 - 9 - 5 - 5 - 5 . 5 - 9 S - 5 S 5 - 5 - 5 S 5 • •4.4• 44444 4,4�4� v.. $ 14,740.00 $ 924.00 S 550.00 $ 16,214.00 LABORATORY (Normal TAT) 15/sample Markup Oty Cost 01y Cost 01y Cost Qty Cost Qty Cost Qty Cost 047 Cost City Cost PCBs, 8080 5 65 lead in paint ' $ 16 .4 10% PLM Asbestos 9 16 (other) SUBTOTAL LABORATORY 5 - 5 - S - 9 - S - 0 10 115 0 5 - 5 176.00 5 2,024,00 5 - 5 2,200.00 5 - $ S - 5 - S - 5 - $ - S . S - $ - 5 - 5 - $ - 9 - S - 5 - S - 5 - 5 . S S 5 • S 9 - S 0 10 115 0 143 5 - 5 176.00 5 2,024.00 $ - $ 2,200.00 REIMBURSABLE EXPENSES 1 Oty Cost City Cost Oty Cost Oty Cost 01y Cost Oty Cost Oty Cost Qty Cost Mileage ($/mile) 5 0.555 Field Sampling Kit (Ice, bags, gloves, etc.) (5 /day) 9 25.00 PPE Safety Kit (hardhat, boots, etc.) (5 /day) 5 15.00 Camera (5/day) 5 10.00 SUBTOTAL REIMSURSABLES 60 0 0 0 S 44.40 S S - 5 5 - $ 44.40 200 0 5 9 111,00 9 - $ 75.00 2 - 5 . 5 186.00 40 5 22.20 5 5 - $ 5 - $ 22.20 120 0 5 66.60 5 $ - 5 5 - $ 66.60 80 5 44.40 5 - 5 5 - •9 5 44.40 40 $ 22.20 5 S - S - S - S 22.20 80 5 44.40 S S 5 S - 5 44.40 560 0 5 0 0 $ 355.20 $ S 75.00 $ 5 S 430.20 TASK TOTALS . , 517,798.40 -1- ',12,696.00' .5. 3,962.20 $ 13,836.60 .5. 14;154.40 ' . - ... $'.x .5,972.20 - .5: 5;844.40 - 1' • 74,264.20 . Exhibit A - Page 6 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work Proposal for Investigation, Design and Bid Period Services Spruce Motel Demolition Project 14442 Tukwila International Boulevard, Tukwila, WA PBS Proposal No. WA25966 PBS Engineering and Environmental, Inc. (PBS) is pleased to provide this proposal to the City of Tukwila Public Works (City) for services related to the Spruce Motel Demolition Project. The Spruce Motel is 40 room, wood framed building consisting of approximately 5,800 square feet, initially constructed in 1980 with renovation and additions completed in 1986. This proposal outlines our proposed services and fees related to inspection, abatement, demolition and grading design, bid specifications and bid facilitation services. The Spruce Motel demolition specifications are intended to be incorporated into the Boulevard Motel and Great Bear Motel demolition bid package. Task 01: Investigation Services 1. Existing Conditions—Land Survey and Base Map 2. Hazardous Building Materials Pre-Demolition Survey 3. State Environmental Policy Act(SEPA) Review Task 02: Design and Bid Period Services 1. Abatement and Demolition Specifications 2. Site Grading and Permanent Stormwater Control Design 3. Construction Stormwater Pollution Prevention Plan (SWPPP) 4. Bid Facilitation: pre-bid walk and bid review 5. Engineers Opinion of Costs Following is an outline of our proposed services and associated fees. TASK 01—INVESTIGATION SERVICES The following tasks shall be completed during the investigation phase and the information gathered will be used in the design development process: 1.1 Existing Conditions Survey & Base Map PBS will retain a professional land surveyor(sub consultant) to conduct topographic surveys of the two properties. Utility locates will be included in the survey scope of work, both public "one call" and private locate services, with the goal to provide comprehensive subsurface utility locations. The surveyor will obtain the public and private utility locates within the survey area prior to commencing the topographic survey. The land survey will identify property lines and all significant physical features in the survey area Exhibit B -Page 1 45 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work such as building structures, major vegetation, pavement/gravel/lawn, above&below ground utilities (type/size), drainage, fences, signs, streets, parking and roadways, sidewalks, underground pipe depths by measure down, valve/manhole/cleanout covers and ground elevations sufficient for creating 1-foot contour interval. The subject property corners will be identified using rebar stakes. The topographic survey will be prepared by the surveyor in AutoCAD ver2010 20 scale minimum, suitable for use with Civil 3D. PBS' civil engineer will use topographic mapping, available as-built and utility records to develop a project existing conditions base map. Deliverables will include: • Topographic plan DWG files • PLS-sealed topographic plan, PDF file 1.2 `Good Faith' Hazardous Building Material Pre-Demolition Surveys PBS will perform quantification of materials and verification of conditions and locations. As appropriate, PBS will collect and analyze bulk samples of suspect ACMs according to AHERA protocols. Analysis will be performed using Polarized Light Microscopy (PLM). Included in the scope of these services is the collection and analysis of up to 50 asbestos samples. Credit will be provided for samples not collected. PBS will sample representative painted components of the building for the presence of lead containing paint (LCP). Analysis will be performed using atomic absorption methodology (AA). Included in the scope of these services is the collection and analysis of up to 5-lead paint samples. PBS will provide documentation of our findings in letter report format to be included in the bid documents. This report will outline quantities and locations of ACMs, the extent of LCP, the number of suspect PCB-containing fluorescent light fixture ballasts and mercury-containing fluorescent lamps. 1.3 State Environmental Policy Act (SEPA) Environmental Checklist PBS will prepare a SEPA Environmental Checklist that meets the City requirements under the State Environmental Policy Act. As an initial step in the process, we will conduct a field reconnaissance of the site and surrounding area and will collect information from available databases and studies. The checklist will follow the template provided by the City and include a completed ESA checklist. Supplemental reports will be attached to the completed checklist as needed and completed under separate scope items. The completed checklist will include site plans and figures. 4 6 Exhibit B -Page 2 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work TASK 02 -DESIGN & BID PERIOD SERVICES 2.1 Abatement and Demolition Design Contract requirements for work related to demolition, asbestos, lead, PCBs and fluorescent lamps will be developed based upon data gathered during previous surveys. As appropriate, PBS will develop technical specifications governing demolition, asbestos abatement, lead-related activities,PCB-handling procedures and mercury fluorescent lamps. We assume that WSDOT Standard Specifications will be used on this project as the referenced specification. The following tasks will be performed in the design development process: a. Develop technical specifications for the demolition of the structures. Incorporate waste diversion requirements and recycling as required by the City. b. Develop technical specifications representing locations and quantities of ACMs to be abated, sampling information, any particular means and methods, and appropriate references to other specification sections. c. PBS will prepare specifications for removal and disposal of PCB-containing ballasts. d. PBS will develop specifications to direct proper handling and recycling of mercury fluorescent lamps. e. Provide a detailed opinion of cost for abatement and demolition. f. Review and provide alterations to the City Request for Bids and related Owner contract documents. 2.2 Site Grading and Permanent Stormwater Control Plan PBS' civil engineer will prepare a site demolition plan for the property that addresses site improvements after the building structure demolition has occurred. A grading plan will be prepared for the property to properly manage storm drainage after demolition activities are concluded. We understand that the City would like to consider alternate grading options to include: 1) retain existing pavement surfaces (e.g. asphalt and/or concrete) in place; and 2) remove all hardscape surface and foundations from the property and completed with a grass vegetated land cover. a. PBS' civil engineer will prepare supplemental technical specifications for site demolition plan activities not covered by the Standard Specifications. b. Design permanent erosion prevention & control elements for all disturbed areas and to protect drainage facilities. Surface vegetation will be designed to provide erosion control for all disturbed soil areas. c. Design permanent stormwater controls for the site as required by King County Stormwater Manual, 2009. d. Calculate the pre and post discharge to show compliance with the King County Stormwater Manual for stormwater management. e. Provide a detailed opinion of cost for site grading and stormwater control facilities. 2.3 Construction Stormwater Pollution Prevention Plan PBS will develop a Construction SWPPP that will meet the City's requirements. Exhibit B -Page 3 4 7 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work The SWPPP will include a Temporary Erosion and Sediment Control (TESC)Plan and a narrative section that provides details on the project and the types of best management practices (BMPs) and site controls that will be used to prevent discharge of turbid or contaminated stormwater from the site. It will also include a site plan that shows the location of all BMPs. Details of specific BMPs and Erosion/Sedimentation Control notes will accompany the site plan. a. Review of project plans and specifications. Conduct background research on site to include review of topography, soils, drainage patterns, existing conditions and existing stormwater system. Two site visits to review current conditions at the site and take photographs are included. b. Coordination with the City and contractor to review project plans and potential BMPs and obtain details on schedule and construction techniques. Included in this task is one on-site meeting and follow-up phone and e-mail conversations. c. Prepare a SWPPP which will include a TESC plan to address all items identified for the City's demolition permit. d. Follow-up with the City of Tukwila on questions or revisions following submittal. 2.4 Bid Facilitation Services PBS will coordinate the contract documents with those provided by the City and will develop the complete abatement/demolition bid package. PBS will provide documents at 30 %, 60% and 90% completion for review and final bid documents. Up to eight copies of the bid documents will be produced to provide to the City for distribution. PBS will download the document to the Builder Exchange of Washington for posting of project. a. Support the preparation of documents for the City Demolition Permit including completion of the Critical Areas Worksheet. b. PBS will facilitate a pre-bid site walkthrough with contractors. c. PBS will formally respond to contractor questions and provide project clarifications via written addendum. d. PBS will review contractor bids and provide a selection recommendation to the City. SCHEDULE PBS will complete the work in accordance with a schedule to be determined by the City. PROJECT ASSUMPTIONS &EXCLUSIONS a. PBS has not included construction period oversight/inspection services. A separate proposal will be provided when the contractor's schedule is established. b. PBS presumes PBS will make up to eight copies of bid documents for bidders. c. PBS presumes one pre-bid walkthrough will be performed with bidding contractors. d. PBS presumes the City will provide the Division 00 and 01 bid documents,bid forms, etc. in Microsoft Word format for use by PBS to complete the specification package. e. PBS presumes the City will pay all permit application and review fees. f. PBS presumes full and timely access to the property and associated buildings. 4 8 Exhibit B -Page 4 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work g. The land survey will suffice for the purpose of this project. The project requires four stamped boundary surveys and will be recorded with King County. h. The City is requiring that the SWPPP for the Demolition Permit complies with the King County Stormwater Management Program Plan, 2009. i. PBS assumes an average level of effort for this proposal. The proposed fee does not include provision for additional requirements or unforeseen conditions that could necessitate additional effort. j. A standard City of Tukwila Agreement will be used for this project with PBS. ESTIMATED FEES PBS will conduct the scope of services as outlined above for an estimated cost of$35,264.00. Task 01: Investigation Services Existing Conditions—Land Survey and Base Map $6,886.20* Hazardous Building Materials Survey(s) $6,604.80 State Environmental Policy Act (SEPA) $2,422.00 Task 02: Design and Bid Period Services Abatement and Demolition Design $6,554.40 Site Grading and Permanent SW Control Design $7,532.00 Construction Storm Water Prevention Plan $2,952.00 Permit and Bid Review Assistance $2,312.60 TOTAL ESTIMATE $35,264.00 * Land Survey performed by subcontracted licensed surveyor 49 Exhibit B -Paae 5 50 Exhibit C Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work Proposal for Investigation, Design and Bid Period Services, Traveler's Choice Motel Demolition Project 3747 South 146th Street, Tukwila,WA PBS Proposal No. WA25975 PBS Engineering and Environmental, Inc. (PBS) is pleased to provide this proposal to the City of Tukwila Public Works (City) for services related to the Travelers Choice Motel Demolition Project. The subject property is a 0.61-acre parcel that is developed with a 34- room motel known as Travelers Choice Motel. The structure is a two-story wood frame building built on a concrete slab and was constructed in 1992. This proposal outlines our proposed services and fees related to inspection, abatement, demolition and grading design, bid specifications and bid facilitation services. The Travelers Choice Motel demolition specifications are intended to be incorporated into the Boulevard Motel, Great Bear Motel, and Spruce Motel properties demolition bid package. Task 01: Investigation Services 1. Existing Conditions—Land Survey and Base Map 2. Hazardous Building Materials Pre-Demolition Survey 3. Limited Subsurface Soil Investigation 4. State Environmental Policy Act(SEPA) Review Task 02: Design and Bid Period Services 1. Abatement and Demolition Specifications 2. Site Grading and Permanent Stormwater Control Design 3. Construction Stormwater Pollution Prevention Plan (SWPPP) 4. Bid Facilitation: pre-bid walk and bid review 5. Engineers Opinion of Costs Following is an outline of our proposed services and associated fees. TASK 01 —INVESTIGATION SERVICES The following tasks shall be completed during the investigation phase and the information gathered will be used in the design development process: 1.1 Existing Conditions Survey &Base Map PBS will retain a professional land surveyor (sub consultant) to conduct topographic surveys of the two properties. Utility locates will be included in the survey scope of work, both public "one call" and private locate services, with the goal to provide comprehensive subsurface utility locations. The surveyor will obtain the public and private utility locates within the survey area prior to commencing the topographic survey. The land survey will identify property lines and all significant physical features in the survey area such as building structures, major vegetation, pavement/gravel/lawn, above&below 51 Exhibit C-Page 1 Exhibit B Spruce Motel Demolition Project PBS Engineering and Environmental. Inc. (PBSI City of Tukwila - DemolitionDesign Spruce Mote110 /13/2014 WA25966 Task 1.1 Task 1,2 Task 1.3 Task 2.1 • Task 2.2 Task 2.3 Task 2.4 Hours Total Project • Cost Existing ...mane and Bess Map Hat Mlitedai Inspection . ,: • SEPA Checklist :Abatement lLBullding Demolition Deelgn,.SpedBeations 6 Coat Estimates • Site Grading end Permanent StorrnwaterControi Plan - .... '''' •.:' 'ConsWCBOn SYVPP °" .... .... . ,. •.Permit end Bid - Services. Review/Award • Cost SCOPE ESTIMATE Staff tiny Rate Hours Cost Hours Cost Hours Cost Hours Cost Hours Cost Hours Cost Hours S 150.00 11 $ 1,650.00 PBS LABOR l Principal Civil Engineer Project Engineer Project Manager Construction SWPP Project Designer SEPA Reviewer AHERA Inspector AdminslrationlAcoun0ng CAD / Micro Station / gINT Clerical/Oats Entry LABOR $ 150.00 S 150.00 f 140.00 5 130.00 S 120.00 5 110.00 S 110.00 S 85.00 $ 80.00 S 85.00 $ 60.00 1 1 S 150.00 $ 150.00 S S 520.00 S $ - S E 5 60.00 $ S 9 680.00 2 0 0 4 0 4 0 40 2 2 2 5 300.00 $ - $ - S 520.00 5 - 5 440.00 S - S 3,400,00 $ 120.00 E 170.00 E 120.00 $ 5,070.00 1 0 0 2 0 0 18 0 1 2 0 5 150.00 $ S 260.00 S - S - $ 1,760.00 S S 60,00 f 170.00 f - $ 2,400.00 4 0 4 0 36 0 0 2 6 4 S 600,00 S - 560.00 $ 520.00 S - 5 3,980.00 S $ $ 120.00 5 510.00 f 240.00 $ 6,510,00 1 4 38 4 0 0 0 0 1 12 2 S f § E S $ S S $ 0 $ 3 150.00 600.00 5,040.00 520.00 - 60.00 1,020.00 120.00 7,510.00 1 0 1 2 16 0 0 0 1 4 1 S 150.00 $ - f 140.00 f 260.00 S 1,920.00 S S S S 60.00 $ 340.00 5 60.00 $ 2,930.00 1 2 2 4 2 4 0 0 2 0 4 Dry $ $ S S $ 5 S E S 5 f 300.00 260.00 520.00 240.00 440.00 120.00 240.00 2.290.00 Cost 7 43 24 18 44 18 40 10 28 13 252 $ 1,050.00 S 6,020.00 $ 3,120.00 f 2,160.00 5 4,840.00 $ 1,760.00 E 3,400.00 S 600.00 $ 2,210.00 S 780.00 S 27,590.00 SUBTOTAL Quote Markup Qty Cost 011 Cost Oty Coal 01y Cost Q11 Cost O11 Cost S $ 5,280.00 SUBCONTRACTOR {sub's Land Survey -00106 an Surveying 4,800 private Foaou locales (APS) 640 Access/security of boarded slurclures 400 0 10% 1 1 0 0 5 5,704.00 $ 704.00 f 3 3 5,984.00 0 0 1 0 3 - § S 440.00 3 3 440.00 $ $ S § S - 0 0 3 E S S S - 3 3 S 5 9 § 5 S § f ay § 3 S $ - - Cost •�4�e4 •4,, 44e44 V 4 4 ee♦ eV. City § 704.00 5 440.00 $ f 8,424.00 Cost SUBTOTAL SUBCONTRACTOR /sample Markup Qty Cost 011 Cost ON Cost Oty Cost City Cost ON Cost § 0 E LABORATORY (Normal TAT) I5 PCBs, 8060 $ 85 lead paint E 16 In PLM Asbestos 5 16 (0)501) 10% E - S - 5 - f - S 0 5 50 0 S - S 88.00 0 880.00 E - f 968.00 $ - S 9 - $ $ $ $ - E - S $ f $ s - S E E S S E S $ $ Cost 5 50 0 73 Qty S 85.00 $ 880.00 $ 5 968.00 Cost SUBTOTAL LABORATORY Qry Cost Qty Cost Qty Cost City Cost Oty Cost Dry Cost Oly 3660 $ 222.00 REIMBURSABLE EXPENSES 1 Mileage (5/mile) Field Sampling 10[ (ice, bags, gloves, etc.) (5/clay) PPE Safety Kit (hardhal, boots, etc.) (5 /day) Camera (5/day) S 0.555 $ 25.00 $ 15.00 5 10.00 40 0 0 0 S 22.20 f - $ S $ - 3 22.20. 120 0 4 S 66.60 S - S 60.00 $ - $ 3 128.80 40 5 22.20 S - $ - $ - 5 $ 22.20 BO 0 , S 44.40 S _ $ 5 3 44.40 40 $ E 5 3 3 22.20 - - 22.20 40 9 22.20 - 5 § 8 22.20 40 E S § $ 22.20 22.20 0 0 E $ 3 282.00 SUBTOTAL REIMBURSABLES TASK TOTALS 5 8,886.20 'S - •.6,604:60. $ 2,422.20' ., $ .6,554.40 5- - 7,532.20 . -5" -. -2,952.20 - . ' 5. - '4312.20 -- - .5.-• . - 35,264.00 Exhibit B - Page 6 Exhibit C Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work ground utilities (type/size), drainage, fences, signs, streets,parking and roadways, sidewalks, underground pipe depths by measure down, valve/manhole/cleanout covers and ground elevations sufficient for creating 1-foot contour interval. The subject property corners will be identified using rebar stakes. The topographic survey will be prepared by the surveyor in AutoCAD ver2010 20 scale minimum, suitable for use with Civil 3D. PBS' civil engineer will use topographic mapping, available as-built and utility records to develop a project existing conditions base map. Deliverables will include: • Topographic plan DWG files • PLS-sealed topographic plan, PDF file 1.2 `Good Faith' Hazardous Building Material Pre-Demolition Surveys PBS will perform quantification of materials and verification of conditions and locations. As appropriate, PBS will collect and analyze bulk samples of suspect ACMs according to AHERA protocols. Analysis will be performed using Polarized Light Microscopy (PLM). Included in the scope of these services is the collection and analysis of up to 40 asbestos samples. Credit will be provided for samples not collected. PBS will sample representative painted components of the building for the presence of lead containing paint(LCP). Analysis will be performed using atomic absorption methodology (AA). Included in the scope of these services is the collection and analysis of up to 4 lead paint samples. PBS will provide documentation of our findings in letter report format to be included in the bid documents. This report will outline quantities and locations of ACMs, the extent of LCP, the number of suspect PCB-containing fluorescent light fixture ballasts and mercury- containing fluorescent lamps. 1.3 Limited Subsurface Soil Investigation PBS will advance three (3)borings to approximately 12 feet bgs for the collection and analysis of soil samples at designated locations using a direct-push rig. The borings will be located around the western property boundary to evaluate the potential for contamination in the subsurface soils that may be associated with the adjoining former gasoline station(s). The intent of the subsurface investigation is to determine if impacted soil concerns would be encountered during the proposed site demolition and grading activities. A public utility locate will be requested, and a private locator will be scheduled to very utility clearance at all final drilling locations. Soil samples will be collected from a zone of suspect contamination. If there are no field indications of contamination, one soil sample will be collected from each boring at approximately 3 to 5 feet. At the completion of sampling, all borings will be backfilled with bentonite and patched to match surrounding surface. Up to three soil samples will be submitted to the project laboratory with chain-of-custody documentation. Each soil sample will be analyzed for the following constituents: Exhibit C-Page 2 5 3 Exhibit C Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work • Northwest Petroleum Hydrocarbons as Diesel/Heavy Oil Range Organics by Method NWTPH-Dx • NWTPH as Gasoline (NWTPH-Gx) and petroleum constituents' benzene, toluene, ethylbenzene and xylenes (BTEX) by EPA Method 8015. 1.4 State Environmental Policy Act(SEPA)Environmental Checklist PBS will prepare a SEPA Environmental Checklist that meets the City requirements under the State Environmental Policy Act. As an initial step in the process, we will conduct a field reconnaissance of the site and surrounding area and will collect information from available databases and studies. The checklist will follow the template provided by the City and include a completed ESA checklist. Supplemental reports will be attached to the completed checklist as needed and completed under separate scope items. The completed checklist will include site plans and figures. TASK 02 - DESIGN & BID PERIOD SERVICES 2.1 Abatement and Demolition Design Contract requirements for work related to demolition, asbestos, lead, PCBs and fluorescent lamps will be developed based upon data gathered during previous surveys. As appropriate, PBS will develop technical specifications governing demolition, asbestos abatement, lead- related activities, PCB-handling procedures and mercury fluorescent lamps. We assume that WSDOT Standard Specifications will be used on this project as the referenced specification. The following tasks will be performed in the design development process: a. Develop technical specifications for the demolition of the structures. Incorporate waste diversion requirements and recycling as required by the City. b. Develop technical specifications representing locations and quantities of ACMs to be abated, sampling information, any particular means and methods, and appropriate references to other specification sections. c. PBS will prepare specifications for removal and disposal of PCB-containing ballasts. d. PBS will develop specifications to direct proper handling and recycling of mercury fluorescent lamps. e. Provide a detailed opinion of cost for abatement and demolition. f. Review and provide alterations to the City Request for Bids and related Owner contract documents. 2.2 Site Grading and Permanent Stormwater Control Plan PBS' civil engineer will prepare a site demolition plan for the property that addresses site improvements after the building structure demolition has occurred. A grading plan will be prepared for the property to properly manage storm drainage after demolition activities are concluded. We understand that the City would like to consider alternate grading options to include: 1) retain existing pavement surfaces (e.g. asphalt and/or concrete) in place; and 2) 54 Exhibit C-Page 3 Exhibit C Great Bear Motel &Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work remove all hardscape surface and foundations from the property and completed with a grass vegetated land cover. a. PBS' civil engineer will prepare supplemental technical specifications for site demolition plan activities not covered by the Standard Specifications. b. Design permanent erosion prevention & control elements for all disturbed areas and to protect drainage facilities. Surface vegetation will be designed to provide erosion control for all disturbed soil areas. c. Design permanent stormwater controls for the site as required by King County Stormwater Manual, 2009. d. Calculate the pre and post discharge to show compliance with the King County Stormwater Manual for stormwater management. e. Provide a detailed opinion of cost for site grading and stormwater control facilities. 2.3 Construction Stormwater Pollution Prevention Plan PBS will develop a Construction SWPPP that will meet the City's requirements. The SWPPP will include a Temporary Erosion and Sediment Control (TESC)Plan and a narrative section that provides details on the project and the types of best management practices (BMPs) and site controls that will be used to prevent discharge of turbid or contaminated stormwater from the site. It will also include a site plan that shows the location of all BMPs. Details of specific BMPs and Erosion/Sedimentation Control notes will accompany the site plan. a. Review of project plans and specifications. Conduct background research on site to include review of topography, soils, drainage patterns, existing conditions and existing stormwater system. Two site visits to review current conditions at the site and take photographs are included. b. Coordination with the City and contractor to review project plans and potential BMPs and obtain details on schedule and construction techniques. Included in this task is one on- site meeting and follow-up phone and e-mail conversations. c. Prepare a SWPPP which will include a TESC plan to address all items identified for the City's demolition permit. d. Follow-up with the City of Tukwila on questions or revisions following submittal. 2.4 Bid Facilitation Services PBS will coordinate the contract documents with those provided by the City and will develop the complete abatement/demolition bid package. PBS will provide documents at 30 %, 60% and 90% completion for review and final bid documents. Up to eight copies of the bid documents will be produced to provide to the City for distribution. PBS will download the document to the Builder Exchange of Washington for posting of project. a. Support the preparation of documents for the City Demolition Permit including completion of the Critical Areas Worksheet. b. PBS will facilitate a pre-bid site walkthrough with contractors. 5 5 Exhibit C-Pare 4 56 Exhibit C Great Bear Motel & Boulevard Motel Demolition Project PBS Engineering and Environmental, Inc. (PBS) Scope of Work c. PBS will formally respond to contractor questions and provide project clarifications via written addendum. d. PBS will review contractor bids and provide a selection recommendation to the City. SCHEDULE PBS will complete the work in accordance with a schedule to be determined by the City. PROJECT ASSUMPTIONS & EXCLUSIONS a. PBS has not included construction period oversight/inspection services. A separate proposal will be provided when the contractor's schedule is established. b. PBS presumes PBS will make up to eight copies of bid documents for bidders. c. PBS presumes one pre -bid walkthrough will be performed with bidding contractors. d. PBS presumes the City will provide the Division 00 and 01 bid documents, bid forms, etc. in Microsoft Word format for use by PBS to complete the specification package. e. PBS presumes the City will pay all permit application and review fees. f. PBS presumes full and timely access to the property and associated buildings. g. The land survey will suffice for the purpose of this project. The project requires four stamped boundary surveys and will be recorded with King County. h. The City is requiring that the SWPPP for the Demolition Permit complies with the King County Stormwater Management Program Plan, 2009. i. PBS assumes an average level of effort for this proposal. The proposed fee does not include provision for additional requirements or unforeseen conditions that could necessitate additional effort. j. A standard City of Tukwila Agreement will be used for this project with PBS. ESTIMATED FEES PBS will conduct the scope of services as outlined above for an estimated cost of $39,490.40. Task 01: Investigation Services Existing Conditions — Land Survey and Base Map $6,916.20* Hazardous Building Materials Survey(s) $5,941.00 Limited Subsurface Investigation $6,280.00 State Environmental Policy Act (SEPA) $2,332.00 Task 02: Design and Bid Period Services Abatement and Demolition Design $5,334.40 Site Grading and Permanent SW Control Design $7,572.20 Construction Storm Water Prevention Plan $2,802.20 Permit and Bid Review Assistance $2,312.20 TOTAL ESTIMATE $39,490.40 *Land Survey performed by subcontracted licensed surveyor Exhibit C - Page 5 Exhibit C Travelers Choice Motel Demolition Project PBS Engineering and Environmental. Inc. (PBS1 City of Tukwila - DemolitionDesign Travelers Choice Mote110 /24/2014 WA25975 SCOPE ESTIMATE _ Task 1.1 Task 13 Task 1.3 Task 1A Task 2.1 Task 2.2. Task 2.3 Task 2.4 tat To Project • Existing mndLana and Baee • Map Hai Material Inspection . • , . Subsurface 560 Samplstg _ • ... - �' • BEM ChecMist .Abatement 6 Building DemoHbn Design; 6ped0ce0 S Coot', Sda Gradbg and Permanent Sbrmwahc Control Plan .. WnslNetlOn SWPP . .,, '.... PannItond BM Review/Award'. Se Moss :. P99 LABOI[, Staff Hy Rate Hours Cost Hours Cosl Ho re Cost Hours Cost Houtz Coal Ho tz Cost He re Cost Hou rs Cost Hours Coat Pnnnpal 150.00 Civ1 Engineer 150.00 Project Engineer 140.00 Project Manager 130.00 Con m:mien SWPP 120.00 Project Designer 110.00 Project Geolgist 110.00 SEPA Reviewer 110.00 AHERA Inspector 65.00 Admmskalon/Aoouning 60.00 CAD / Micro Station I gINT 85.00 Clen0000ala Entry 60.00 SUBTOTAL LABOR 0 1 1 0 0 S - 1 150.00 S - 3 260.00 1 - 9 - 5 . 5 - 5 - 0 60.00 S - S - S 470.00 1 0 0 2 0 4 0 0 40 1 2 2 150.00 - - 260.00 440.00 - 3,400.00 6010 170.00 120.00 4,600,00 1 1 2 0 3 - 5 S . 3 520.00 S - 0 - 0 1,760.00 5 - S S 60.00 S 170,00 $ 50.00 5 2,570.00 1 - - - 260.00 - - - 1,760.00 60.00 170.00 60.00 2,310,00 2 0 4 2 0 30 0 0 0 2 S 4 300.00 - 560.00 260.00 3,300.00 - - 120.00 510.00 240.00 5,200.00 3 16 3 150.00 5 300.00 $ 5,040.00 S 520.00 5 - 3 - S - 3 - S - 5 60,00 3 1,360.00 5 120.00 1 7,55100 1 • - 140.00 26010 1,920.00 - it • - 60.00 340.00 60.00 2,780.00 2 1 2 4 2 4 0 0 0 2 0 4 S 300.00 S 150.00 0 280.00 $ 520.00 3 240.00 5 440.00 9 - $ - 0 - 3 120.00 S - 0 240,00 S 2,200.00 6 4 43 22 18 38 16 16' 40 10 32 15 260 3 900.00 S 600.00 3 6,020.00 S 2.860.00 8 2,160.00 S 4,180.00 1 1,760.00 1 1,760.00 3 3,400.00 S 600.00 3 2,720.00 5 900.00 S 27,660.00 SUBCONTRACTOR hub's 0000 Markup Oly Cost Oly Coat Qty Cost Qry Cost Oly Coal qty Coal Qty Coal Oly Cost Land Survey - VanPallen Surveying 5,200 private utility locates (APS) 040 Drilling Contractor 2,650 10% Access /securtyol boardedstur016res 400 0 SUBCONTRACTOR 1 1 0 0 0 8 5,720.00 9 704.00 S - 1 S 9 6,424.00 0 0 0 1 0 3 • 5 • 5 - S 440.00 S - 1 440.00 0.25 1 3 8 176.00 0 2,815.00 S S - 5 3,081.00 5 - 0 - 5 • 5 - 3 5 - 0 0 0 S - . $ - 5 - 0 - 5 - S - 3 1 5 5 $ - 3 - S - 5 • 0 5 S S • S - 5 5 - S - 5 • •• •G•• •. :. • •••• • •••• •SUBTOTAL •••• 5,720.00 660.00 2,915.00 440.00 9,650.00 LABORATORY (Normal TAT) 1 Slsample Markup 05), Cost p• Cost Qty Cost qty Cost Q• Cost Qty Coat Qty Cost Oly Cost 0)y Cost NWTPH-HCID S 50 NWTPH -Dec 5 66 NW71111-9, 3 60 NWTPH- GO/BTEX(EPA 8021B) $ 80 10% lead m paint 5 16 PLM Asbestos 5 18 (other) SUBTOTAL LABORATORY 0 0 0 0 3 - 5 S - $ - S - S - 9 5 - 0 4 40 0 5 - 5 - 5 • 5 - $ 70.40 3 704.00 3 - S 774.40 3 3 3 . 0 217.60 5 - 5 264.00 S - 9 • 5 5 461.80 S - S - 5 - 0 5 - S 5 - 5 • 0 0 0 S - 9 • 5 - 5 • 5 - 5 - 5 - 9 • S • 5 - 9 - $ 5 - 5 - 5 - S - - - - - 5 - 9 • 5 • 5 • S . 5 • $ 5 - 0 3 0 3 4 40 0 50 1 5 21780 9 S 264.00 S 70.40 5 70400 5 5 1,25610 REIMBURSABLE 607060E5 1 Oly Cost Oly Cost 0• Cost Qty Cost Oty Cast Qty Cost Oty Cast ON Cost Oty Cost Mileage (Simile) 3 0.555 Field Sampling Kit (ice, bags, giovas, etc.) (S /day) 9 25.00 PPE Safely Kit (hardhal, boob, etc.) IS/day) 5 15.00 Camera (5 /day) 0 10.00 Phatoionlzztisn detector (P10) )S /day) 9 75.00 SUBTOTAL IIEIMBURSABLES 40 0 0 0 0 9 22.20 5 - S - 5 - 5 • 5 3 22.20 120 0 4 ' 66.60 - 60,00 - - 126.60 40 1 1 1 1 22.20 S 25.00 S 15,00 9 5 75.00 5 1 137.20 40 S 22.20 5 - 1 - 9 - 5 - 5 - 3 22.20 80 0 0 44.40 S S - S - 3 - 3 $ 44.40 10 0 22.20 5 - 5 - S 5 - 5 5 22.20 40 2220 - • 22.00 40 1 22.20 1 - S • S - 1 • 5 - 3 20,20 400 1 5 0 1 0 1 244.20 S 25.00 5 75.00 S 5 75.00 $ S 415.20 TASK TOTALS $ 6,916.20 5.. 9,941.00 .5 8,280:00 . $ 2,332.20 '. 5 5,334.40 . .9' 7,572 -20 S '2,802.20 S 2,312.20 -9 39,490.40 Exhibit C - Page 6 01