Loading...
HomeMy WebLinkAboutUtilities 2015-03-10 Item 2B - Agreement - Fort Dent Park BNSF Sewer Relocation Consultant with KPFF Consulting EngineersCity of Tukwila Jim Haggerton, Mayor TO: Mayor Haggerton Utilities Committee FROM: Bob Giberson, Public Works Director 1-10 bY: Mike Cusick, Program Manager/Senior Engineer DATE: March 6, 2015 SUBJECT: Fort Dent Park BNSF Sewer Relocation burlington northern santa fe Project No. 91530101 Consultant Agreement ISSUE Approve KPFF Consulting Engineers (KPFF), to perform engineering services for the Fort Dent Park BNSF Sewer Relocation. I: yixej xg; The sanitary sewer from Fort Dent Park is piped under the Burlington Northern Santa Fe (BNSF) railroad tracks to the King County Metro treatment plant in Renton. BNSF will be adding a third set of tracks through the Fort Dent Park area and is requiring that the existing sewer line be relocated. ANALYSIS City of Tukwila staff reviewed engineering firms listed on the Municipal Research and Services Center (MRSC) roster and short listed three firms. KPFF was chosen for the project. They have completed work for the City of Tukwila in the past and their work has been satisfactory. FISCAL IMPACT The scope of work is included on page 33 of the 2015 CIP and will be coming from the design and construction budget for the project. Consultant's 2015 CIP Agreement Fort Dent Budget Sewer Relocation Design $156,877.00 $500,000.00 1 -.1 *eel T, 117, 1 4g, I IT-,% i Lei z I Council is being asked to approve the agreement with KPFF Consulting Engineers for the design of the Fort Dent Park BNSF Sewer Relocation Project in the amount of $156,877.00 and consider this item on the Consent Agenda at the March 16, 2015 Regular Meeting. Attachments: page 33, 2015 CIP Consultant Agreement WAPW Eng\PROJECTS\A- PK ProjectsTort Dent Park BNSF Sewer Relocation (91530101)\Info Memo KPFF 03-06-15 - sb.docx 1951 CITY OFTUKW|LA CAPITAL PROJECT SUMMARY 2015 to %V%V PROJECT: Fort Dent Park Project Nos. 90330107 DESCRIPTION: Regional park of52 acres requires ongoing capital and maintenance improvements. The CUyhas assumed m�orpark mpainoand m�n�nanumfor �opicnic a�a.porNngkk.one soccer �US�|�|C&�|ON� � field, trail, pond and all major infrastructure. Funding listed in2015 through 2O2Ois for a phased approach Vu the remaining parking lot repairs in oo�unmhonwUhthe Annual Oveday& Repair Pmgmm.Apo�innnf the parking lot nvmdaywas oump|�ed STATUS: ' with parking tax dollars in 2011 and another portion in 2014. For 2015, $500k is designated for a potential BNSF Railroad sewer relocation. Replacement of the small play structure is listed for $250k in Beyond. MA|NT. IMPACT: Ongoing effort from all departments involved; Parks. 8treeto, Water, Sewer, and Surface Water. COMMENT' King County transferred Fo�Dent Park io the City of Tukwila in2003.Conceaoionaim agreement with ' Starfire Sports Complex. A new playground was installed in 2008 and restrooms were remodeled in 2010. FINANCIAL Through Estimated /in0000'm) 2013 2014 2015 2016 2017 2018 2o19 ouou BEYOND TOTAL EXPENSES Design 275 20 10 10 10 10 10 10 355 Const. Mgmt. 30 15 15 15 15 15 15 120 Construction 1,292 200 600 100 100 100 100 100 250 2,842 TOTAL EXPENSES 1,567 250 625 125 125 125 125 125 250 3,317 FUND SOURCES Awarded Grant 694 694 Parking Taxes 50 50 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 823 250 625 125 125 125 125 125 250 2,573 TOTAL SOURCES 1,567 250 625 125 125 125 125 125 250 31317 32 2015 -2020 capda Improvement Program 33 The review of qualifications were based on MSRC Rosters Fort Dent Park BNSF Sewer Relocation Qualification Review David RELEVANT PROJECT EXPERIENCE KPFF Evans HDR Rail Experience Design of Sanitary Sewers Surveying in House Utility Relocation Total out of 40 points MOTI M1 �FIRM RANKING -© Highest number of points is most qualified. Ranking: 1 = Best WAPW Eng\PROJECTS\A- WT Projects\Foster Golf Reclaimed Water (92-WT06)\Qualification Review.xlsxQualification Review.xlsx 33 L` ILA t • • • i1 Southcenter Boulevard, Tukwila WA 98188 CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and KPFF Consulting Engineers, hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Proiect Designation. The Consultant is retained by the City to perform Professional Engineering services in connection with the project titled Relocation of the Fort Dent Park Sanitary Sewer Force Main under the BNSF Railroad Tracks. 2. Scone of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including -the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement: Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending March 31, 2016, 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 March 31, 2.016 unless an extension of such time is granted in writing by the City. 4. Payment. The' Consultant shall be� paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $156,877.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 34 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 n 7. Indemnification. The Consultant shall defend, indemnify and hold the City,/ its officers, officials, employees and volunteers harmless from any and all claims, inj ies, 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. S. 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. CA revised: 1 -2013 Page 2 35 2. Commercial General Liabilitv 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 AXII. 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. Inidependent 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. CA revised: 1 -2013 Page 3 36 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; Attornev'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. CA revised: 1 -2013 Page 4 37 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Soutlicenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: KPFF Consulting Engineers 1601 Fifth Avenue Suite 1600 Seattle, WA 98101 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 CITY OF TUKWILA Mayor, Jim Haggerton Attest/Authenticated: City Clerk, Christy O'Flaherty CONSULTANT B Printed Name: Title: IJ IAJCi r WTRIIZ��� r,� Office of the City Attorney CA revised: 1-2013 Page 5 38 City of Tukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) EXHIBIT A SCOPE • WORK S4 I Task 1.00 — Project Management Subtask 1.01 Project Administration Project administration services will include conducting meetings, monitoring work, collecting information from the design team and preparing monthly reports. Subtask 1.02 City Coordination Meetings There will be bi-weekly meetings between KPFF and the City. Individual team members will be required to attend these meeting when their input is required. Subtask 1.03 Team Coordination Meetings KPFF will schedule, plan and lead periodic project meetings for each major phase of the work and will prepare and maintain meeting minutes. Subtask 1.04 Subconsultant Management & Coordination If requested, KPFF will manage subconsultants on this contract (see Task 10 Miscellaneous Studies). Subtask 1.05 Quality Assurance KPFF will provide the City with Plans, Specifications and Estimates (PS&E) documents to review at 30%, 60%, and 90% completion. The City will send the PS&E to stakeholders and will collect/compile stakeholder review comments in conjunction with the City review. Subtask 1.06 Preliminary BNSF — Right of Entry Approval It will be required to obtain a Right-of-Entry from BNSF for the survey and utility pot-holing tasks. We will prepare one sketch locating the area to be surveyed, highlighting the proposed sewer reroute location and meet with BNSF to discuss the project and to gain right-of-entry. We will also discuss future BNSF work and their design and construction constraints for the sewer crossing design. Task 2.00 — Survey This task includes work related to conducting a boundary and topographic survey, preparing a survey base map for design and preparing a preliminary sewer easement. A utility locate service and ground penetrating radarservices will be utilized. This work will be shown as a reimbursable expense. In addition, utilities will be pot-holed to confirm depth and location. Work also includes coordination with authorities including: utility providers, King County Metro, Starfire Sports complex, BNSF Railway. Subtask 2.01 Survey and Base Mapping Field work and base mapping will be performed. Preliminary easements will be prepared. See Task 9 for final easements and record survey work. Subtask 2.02 Utility Locates & Potholing Services KPFF will arrange and coordinate utility locates, and potholing services. 03/03/15 EXHIBIT A 19TV1 City of Tukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) Subtask 2.03 Ground Penetrating Radar KPFF will arrange and coordinate ground penetrating radar services. 2.04 BNSF Permit and Flagger KPFF will arrange and coordinate the BNSF track access permit and flagger. 2.05 Preliminary Easements Prepare preliminary easement exhibit and description for relocated sanitary sewer. The final easement and recording will be performed under Task 9. Task 2.1 — Geotechnical Engineering I Geotechnical Engineering will be provided by HWA Geosciences. See the enclosed proposal from HWA regarding their scope of work. HWA will arrange and coordinate with BNSF flagger, permitting, and drilling provider. Task 2.20 — Environmental Services I Environmental services will be provided by Clearway Environmental. See the enclosed proposal from Clearway regarding their scope of work. I Task 3 — Stakeholder Support Subtask 3.1 BNSF Coordination KPFF will support the City of Tukwila in coordination efforts in coordinating this project with the BNSF Railway. KPFF will prepare technical documents and will, when requested, attend coordination meetings arranged by the City. Subtask 3.2 Agency Coordination and Meetings KPFF will support the City of Tukwila in coordinating this project with affected or interested public agencies. KPFF will prepare technical documents and will, when requested, attend coordination meetings by the City with public agencies having interests in this project. KPFF will prepare and keep meeting minutes for each meeting. Subtask 3.4 Permit/Agreement Support KPFF will support the City of Tukwila with the project permitting for the Sanitary Sewer Replacement project. KPFF will support the City staff with coordination with utility companies and agencies having jurisdiction. KPFF will prepare technical material including drawings, specifications and reports for application for permits and agreements. It is assumed that any soil contamination and hazardous materials on the site will be abated and remediated by other authorized agents working for the City of Tukwila. The selected contractor will obtain all construction permits, other than required documentation for the sewer construction permit. The contractor will obtain all permits for disposal for soil and demolition debris. KPFF will support the City in obtaining the following permits and agreements: 03/03/15 Type C (Infrastructure and Grading Permit on Private Property and City Right-of-Way and disturbance of City Right-of-Way) BNSF Right-of-Entry for survey work and potholing Page 2 EXHIBIT A Elie] City of Tukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) • Utility Permits • Easements We anticipate this project will need a SEPA checklist and/or a Shoreline Exemption approval depending if it is within 200-ft shoreline buffer of the Green River. We will assist the City by providing discipline specific write-ups for the SEPA checklist. This includes stormwater (KPFF), soils (by HWA) and environmental (Clearway) sections. Subtask 3.5 Preliminary Storm Drainage Analyses A preliminary storm drainage analysis will be prepared to determine if mitigation will be required. I Task 4 — Preliminary Design Development (0-30%) 1 Subtask 4.0 Establish Design Criteria - Memo Design criteria will be established for the sanitary sewer relocation based on City and stakeholder criteria. Constructability issues associated with a jack and bore pipe installation method or directional drilling will be determined. A performance specification for the installation will be provided in the construction documents. Subtask 4.1 Preliminary Concept Plans KPFF will prepare preliminary level drawings for the project per City of Tukwila drafting standards. Drawings will include all basic dimensions and features. These drawings will not include details. Subtask 4.1 Outline Specifications and Cost Estimate Technical specifications will be prepared in an outline format using the WSDOT standard specifications format. KPFF will provide an estimate of probable construction cost based on the preliminary drawings and specifications. The factors that generate the final burdened cost will be presented, including escalation, mobilization, contractors' overhead and profit. Subtask 4.4 Preliminary Design Submittal Review (2 week period) City of Tukwila will review the preliminary design submittal. A period of two weeks will be allotted for this review. I Task 5 — Progress Design Submittal (60% Complete) I Subtask 5.1 Progress Plans, Specs & Cost Estimate • KPFF will provide progress level drawings of the project, incorporating review comments from the previous submittal. 03/03/15 General conditions and technical specifications will be prepared in standard WSDOT format. o The City will provide the general conditions Divisions 0 and 1 for these specifications. KPFF shall provide input to the City on the general conditions with respect to Bid form or similar information required by the City of Tukwila. Am EXHIBIT A E111 City of Tukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) KPFF will provide an estimate of probable construction cost based on the progress drawings and specifications. o This cost estimate will be based on quantity takeoffs from the progress drawings and materials contained in the technical specifications. The factors that generate the final burdened cost will be verified at this point in time. Design and construction contingencies for each remaining level of design documentation completion (60%, 90% and 100%) will be proposed. Subtask 5.2 Progress Submittal Review (2 week period) City of Tukwila will review the preliminary design submittal. A period of two weeks will be allotted for this review. KPFF will answer questions and provide written clarifications of aspects of the design to the City during this period. I Task 6 — Complete Design Submittal (90% Complete) I The documents generated at this phase of design will be the Construction Permit documents for the project. Subtask 6.1 Complete Progress Plans, Specifications and Cost Estimate • KPFF will provide drawings for all elements of the project, incorporating review comments from the previous submittal. General conditions and technical specifications will be prepared in standard WSDOT format. These specifications constitute complete contract specifications. • KPFF will provide an estimate of probable construction cost based on the complete drawings and specifications. Subtask 6.2 Construction Permit Submittal (2 week period) City of Tukwila and other approval/permitting agencies will review the design submittal for permit issuance. A period of two weeks will be allotted for this review. Subtask 6.3 Final Storm Drainage Report KPFF will finalize all drainage calculations required to permit the project and to validate any design aspects of the project. Subtask 6.4 Complete Design Submittal Review (4 week period) City of Tukwila will review the preliminary design submittal. A period of four weeks will be allotted for this review. Task 700 — Final Design Submittal (100% Complete) The design will be as represented in the complete level design documents. The documents generated at this phase of design will be the Bid documents for the project. Subtask 7.1 Final Construction Permit Submittal (2 week period) City of Tukwila and other approval/permitting agencies will review the final design submittal for permit issuance. A period of two weeks will be allotted for this review. Subtask 7.2 Final PS&E for Bid • KPFF will provide final drawings for all elements of the project. 03/03/15 Page 4 EXHIBIT 04 City of Tukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) General conditions and technical specifications will be prepared in standard WSDOT format and they constitute final contract documents. These specifications are edited and coordinated with the final drawings. Subtask 7.3 Final Reports and Calculations KPFF will provide all reports and calculations required to permit and bid the project. Subtask 7.4 Projected Construction Schedule (CPM format) KPFF will provide an estimated Critical Path Method (CPM) format construction schedule for the project. Task 8 — Contract Biddina Assistance Subtask 8.1 Respond to Bidder Questions KPFF will assist the City of Tukwila in making responses to bidder's questions regarding the bid documents. Circulation of written clarification to all bidders is done by the City. Subtask 8.2 Pre-Bid Conference, Site Visit, Bid Opening KPFF will attend one pre bid conference and one pre bid site visit that is arranged and run by the City of Tukwila and assist the City in answering prospective bidder's questions regarding the bid documents. Subtask 8.3 Assist in Bid Evaluation KPFF will assist the City in evaluating the bids for the project. KPFF will not perform reference or financial checks on contractors nor will KPFF assist in determining bonding or financial/legal background of the bidders. I Task 9 — Construction Assistance Subtask 9.1 Construction Observation and Field Reports Not included. Subtask 9.2 RFI Response KPFF will assist the City in making responses to the Contractor's "Request for Information" questions regarding the construction documents. These responses will include interpretation and clarifications of the construction documents as required. We assume 4 RFI responses. Subtask 9.3 Submittal Review KPFF will review technical submittals including shop drawings; product cut sheets, materials certifications and similar information provided by the contractor to confirm their conformance with the project drawings and specifications. We will review 2 submittals. Subtask 9.4 As-built Plans Not included. Subtask 9.5 Final Easements KPFF will produce a final easement exhibits for the relocated sanitary sewer at the completion of construction based on the contractor's red-marked drawing set made during construction. KPFF will assist the City with recording the easement. Drawings will not be revised and 03/03/15 Page 5 EXHIBIT A 43 City ofTukwila Sanitary Sewer Force Main Relocation Scope of Work (Revised) released on an intermittent basis during construction to reflect changes made during construction. Deliverables are expected to be exhibit map depicting the new sewer line and a description of the new line per the installed |DC8UOD. City staff will be responsible for recording of the easement documents. I Task 10 — Miscellaneous Studies I If the City chooses, KpFF can add the following services to our team and provide assistance for studies as directed by City. Subtmmk18Environmental Documentation and Permitting EnVinDODleOt@| 8S8iG[8DDB to prepare a ShOneUO8 EXeDlDtiOD @pp|iC@iOn will be provided by Clearway EOvinOOrDeOt@i doCUDleOt@bOD is not included in this scope of work at this time. KPFF can provide assistance for studies as directed by the City of Tukwila. EXHIBIT 44 Project Cost Estimate Tukwila Sewer Force Main Relocation Tukwila, Washington Prepared for KPFF Scope of Work 1.) Prepare BNSF permit for geotechnical explorations and submit to BNSF. 2.) Visit site to mark borehole locations during locates provided by KPFF. 3.) Drill 2 exploratory boreholes. One borehole will be located east of the BNSF tracks and one borehole will be located near the existing pump station at the southeast corner of the Starfire Sports Complex. We anticipate borehole depths of 40 to 50 feet each. Boreholes will be backfilled per DOE. 4.) Perform laboratory testing on soil samples obtained from the boreholes. Lab testing to include grain size analyses, Atterberg limits (if appropriate), direct shear testing, triaxial shear strength testing, and consolidation testing. 5.) Perform engineering analyses using the results of the exploration program and lab testing to develop recommendations for bore and jack beneath the BNSF railroad tracks. We will provide recommendations for jacking and receiving pits, dewatering, excavations, temporary shoring, and bore and jack operations. 6.) Prepare a draft geotechnical engineering report. This report will be finalized upon receipt of review comments from the design team. 7.) Provide project management and communication with the design team and BNSF. H1'AGEOSCIENCES INC EXHIBIT A HWA Ref: 2015 -017 Date: 6- Feb -15 Prepared By: BKH ESTIMATED HWA LABOR: WORK TASK DESCRIPTION PERSONNEL & 2015 HOURLY RATES Total Cost Principal $72.00 Sr Engr. $50.96 Engr. V ■ Engr. II Geol. II $49.52 $27.88 j $23.50 CAD Clerical $22.07 $20.82 TOTAL HOURS TOTAL AMOUNT Project Setup 1 $510 2 Triaxial (c -u) 3 Points 2 1 $1,350 2 $102 Prepare & Submit BNSF Permit $600 2 4 6 $196 Mark Boreholes during Utility Locates 8 8 $408 Perform Borehole Explorations 4 16 j 20 $580 Generate Borehole Logs & Assign Lab Testing 2 4 6 $196 Engineering Analyses 4 8 12 24 48 $1,959 Prepare Draft Geotechnical Report 2 12 16 4 4 38 $1,384 Finalize Geotechnical Report 2 4 2 2 10 $434 Review Plans and Specifications 4 8 12 $696 Consultation / Project Management 8 8 $408 TOTAL LABOR CHARGES: LABORATORY TEST SUMMARY: 12 58 Test Est. No. Unit Tests Cost Total Cost Grain Size Distribution 8 j $95 $760 Atterberg Limits 4 $155 $620 Direct Shear (3 Points) 1 $510 $510 Triaxial (c -u) 3 Points 2 1 $1,350 $2,700 Consolidation 1 1 $600 $600 TORY TOTAL: 5,190 12 40 28 6 2 ESTIMATED DIRECT EXPENSES: 158 $6,361 Mileage a $0.575/mi BNSF Permit Fee Driller Fee BNSF Flagger (Assumes 1 day) Laboratory Testing TOTAL DIRECT EXPENSES: PROJECT TOTALS AND SUMMARY: $150 $750 $8,000 $1,500 $5,190 $15,590 Direct Salary Costs Overhead at 175% of DSC Fee `ci 30% of DSC Direct Expenses GRAND TOTAL: Tukwila Sewer Force Main Cost Estimate 02 -06 -15 $6,361 $11,132 $1,908 $15.590 $34,992 EXHIBIT A Assumed Conditions: 1. All costs are estimated, and may be increased or decreased within the limits of the total budget at the discretion of HWA's project manager. 2. No private utility locate will be required and we will mark our explorations during locate provided by KPFF. 3. This scope does not include costs for disposing of contaminated soils. If contaminated soils are identified during our explorations, additional fees will be needed for disposal of the materials. 4. The scope of work is related solely to geotechnical and pavement engineering evaluation of site soil and ground water. Neither identification nor evaluation of contaminants that may be present in the soil or ground water is included in this scope of work. Tukwila Sewer Force Main Cost Estimate 02 -06 -15 • 0 AM! LLTY ARM I W� February 9, 2015 Carol Pennie KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, WA 98101 Subject: City of Tukwila Sewer Force Main Relocation Project Scope and Fee Proposal Dear Carol: Thanks for the opportunity to provide this proposal for environmental services for the proposed sewer relocation project. This proposal is based on our discussions and e- mails on February 6, 2015. The City of Tukwila is planning to relocate a section of sewer force main adjacent to the Green River along the southern edge of the Starfire Soccer Complex. Scope of Work Our scope of work includes the services shown below: Field Work Field reconnaissance to delineate the ordinary high water mark of the Green River and any associated wetlands. This includes two days onsite for a team of two. The ordinary high water mark and edge of any associated wetlands will be marked with labeled flags or stakes. A hand-drawn map will be provided to show approximate locations of flags or stakes so they may be easily located by others for surveying. Survey KPFF will survey the flagged areas. Clearway Environmental will provide KPFF with the setbacks/buffer requirements. KPFF will provide an electronic basemap, showing the delineation and setbacks/buffer. Permitting Clearway Environmental will provide a summary of environmental permits required based on the results of the field work and survey. Clearway Environmental understands that the City assumes the environmental permitting will be limited to a 500213th Ave. South I Seattle, WA 98108 (206) 409-1862 1 chaddurand@clearwayenv.com 47 SEPA checklist, however, the permitting summary will bc based uo our own knowledge and research. If requested, Clearway Environmental will also obtain ashoreline exemption. This is anticipated to require sixteen hours for coordination wiLhKPFF an dCity ufTukwila during development ofthe shoreline exemption application. This includes coordination with KPFF on specific construction actions and with the City of Tukwila on the shoreline exemption justification requirements of their permitting department. This eatbnohe assumes figures for the shoreline exemption application, if required, will be provided by I{PFF and would likely include uviobnibr ouop and u drawing showing construction limits within the Green River octbadca/bmffcr. This scope does not include obtaining any additional permits (beyond oshoreline exemption) that are determined to be required ma part o[ the permitting summary. Fee We propose to perform the field work, survey, and permitting summary services for a total cost nf$5,O4O.00. If requested, we propose ho obtain ashoreline exemption fora total additional cost nf$724O.00. Please see the enclosed spreadsheet for abreakdown of costs bytask. Schedule We are available toperform the fieldwork and survey tasks within one oz two weeks of request. \4\e are able bobegin the permitting tasks when vve receive the drawing showing construction limits and setbacks/butfer. B you have any questions, please call moat206-4O9-l862. Chad Durand, P.E. Principal Enclosures 48 Fee Proposal Clear_ ate/ Environmental/ Prime: KPFF City of Tukwila Sewer Force Main Relocation Project - Fieldwork, Survey, and Permitting Task Total Labor I Reimb. I Subconsultant I Subtotal Hours Cost I Reimb. I Cost lw/Markupl Cost 1 Field Work 32 $ 4,480 $ - $ - $ - $ 4,480 2 Survey 2 $ 280 $ 280 3 Permitting Summary 2 $ 280 $ - $ - $ - $ 280 Total Project Hours and Costs (Tasks 1 to 3) 36 $ 5,040.00 $ - $ - $ - $ 5,040.00 1 4 Obtain Shoreline Exemption (Additional) 16 $ 2,240 $ 2,240 1 EI N