HomeMy WebLinkAboutReg 2015-03-16 Item 4E - Agreement - Fort Dent Park BNSF Sewer Relocation Design with KPFF Consulting Engineers for $156,877COUNCIL AGENDA SYNOPSIS
nilials
Meeliq Dale
pi-epared by a-
2iv,
Y4 orli, e)p
(Council review
03/16/15
BG-W
0 ,
❑ Ordinance
AftR Date
❑ Bid Award
Altg Dale
❑ Public Hearin,{
Mtn; Date
❑ Other
Af g Date
SPONSOR ❑ Council ❑ Mayor ❑ I IR ❑ DC-D E] Finant'e [:] Fire ❑ IT ❑ Pe',',R ❑ Police Z Pr
SPONSOR'S This contract is for design of the Fort Dent Park BNSF Sewer Relocation Project. Three
engineering firms were evaluated and KPFF was determined to be the most qualified. The
project includes relocating the sewer line in Fort Dent Park as BNSF Railroad is adding a
third set of tracks through the Fort Dent area. Council is being asked to approve the design
contract with KPFF in the amount of $156,877.00.
Ri,'1vi1,'1'%'F1I) BY ❑ cow mtg. ❑ CA&P Crate ❑ F&S Cmte ❑ Transportation Cmte
Z Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 03/10/15 COMMITTEE CHAIR: DENNIS ROBERTSON
RECOMMENDATIONS:
SPONSM/ADNIIN• Public Works Department
C 'N' FI-F' "I ?' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
I FXIIF'NDITURV RE(21-jiRFID AMOUNT BUDGETED APPROPRIATION REQUIRED
$156,877.00 $500,000-00 $0.00
Fund Source: 301 PARKS (PAGE 33, 2015 CIP)
Comments.-
MTG. DATE
RECORD OF COUNCIL ACTION
03/16/15
ITEM INFORMATION
ITEM NO.
4.E.
ISTt\
FF SPONSOR: BOB GIBERSON
03/16/15
A(,&"NI)A I'll,NITITLE Fort Dent Park BNSF Sewer Relocation
Consultant Agreement with KPFF Consulting Engineers
❑ Discussion
M g Date
❑ Motion
Aftg Date 03116119
❑ Resolution
Aft g Dale
❑ Ordinance
AftR Date
❑ Bid Award
Altg Dale
❑ Public Hearin,{
Mtn; Date
❑ Other
Af g Date
SPONSOR ❑ Council ❑ Mayor ❑ I IR ❑ DC-D E] Finant'e [:] Fire ❑ IT ❑ Pe',',R ❑ Police Z Pr
SPONSOR'S This contract is for design of the Fort Dent Park BNSF Sewer Relocation Project. Three
engineering firms were evaluated and KPFF was determined to be the most qualified. The
project includes relocating the sewer line in Fort Dent Park as BNSF Railroad is adding a
third set of tracks through the Fort Dent area. Council is being asked to approve the design
contract with KPFF in the amount of $156,877.00.
Ri,'1vi1,'1'%'F1I) BY ❑ cow mtg. ❑ CA&P Crate ❑ F&S Cmte ❑ Transportation Cmte
Z Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 03/10/15 COMMITTEE CHAIR: DENNIS ROBERTSON
RECOMMENDATIONS:
SPONSM/ADNIIN• Public Works Department
C 'N' FI-F' "I ?' Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
I FXIIF'NDITURV RE(21-jiRFID AMOUNT BUDGETED APPROPRIATION REQUIRED
$156,877.00 $500,000-00 $0.00
Fund Source: 301 PARKS (PAGE 33, 2015 CIP)
Comments.-
MTG. DATE
RECORD OF COUNCIL ACTION
03/16/15
MTG. DATE
ATTACHMENTS
03/16/15
Informational Memorandum dated 03/06/15
Page 33, 2015 CIP
Qualification Review
Consultant Agreement, Scope of Work, and Fee
Minutes from the Utilities Committee meeting of 03/10/15
5
City of Tukwila
Jim Haggerton, Mayor
TO:
Mayor Haggerton
Utilities Committee
FROM:
Bob Giberson, Public Works Director
BY:
Mike Cusick, Program Manager/Senior Engineer
DATE:
March 6, 2015
SUBJECT:
Fort Dent Park BNSF Sewer Relocation
Project No. 91530101
Consultant Agreement
ISSUE
Approve KPFF Consulting Engineers (KPFF) to perform engineering services for the Fort Dent
Park BNSF Sewer Relocation.
BACKGROUND
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 and 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
RECOMMENDATION
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
Qualification Review
Consultant Agreement
W:\PW Eng\PROJECTS\A- PK ProjectsTort Dent Park BNSF Sewer Relocation (91530101)\Info Memo KPFF 03-06-15 - sb gAocx
7
CITY OFTWKVULA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Fort Dent Park Project Nos. 90330107
DESCRIPTION:
Regional park of 52 acres requires ongoing capital and maintenance improvements.
The City has assumed m�orpark �pmimand mai�enuncefor the picnic aea.parNnglot, one soccer
JUSTIFICATION:
'
field, trail, pond and all major infrastructure.
Funding listed in 2015 through 2020 is for a phased approach to the remaining parking lot repairs in
on�unctionwith the Annual Overlay & Repair Pmgnam.Apo�innof the parking lot ovadaywas oomp|�ed
STATUS �
with parking tax dollars in 2011 and another portion in 2014. For 2015, $500k is designated for a potential
275
BNSF Railroad sewer relocation. Replacement of the small play structure is listed for $250k in Beyond.
MA|NT.|MPACT:
Ongoing effort from all departments involved; Parks, Streets, Water, Sewer, and Surface Water.
10
King County iran�ermdFo�Dent Park to the City of Tukwila in20U3. Concessionaire ag�emontwith
�
COMMENT:
Gturfim Sports Complex. A new playground was installed in2OO8 and mstmnme were remodeled in201U.
FINANCIAL
Through Estimated
on$nnn'q)
2013 2014 2015 2016 2017 2018 2019 2020 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
3,317
2015 -202 Capital Improvement Progra 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
9.00
8.00
8.00
Design of Sanitary Sewers
9.00
9.00
9.00
Surveying in House
8.00
8.00
7.00
Utility Relocation
8.00
8.00
8.00
Total out of 40 points
34.00
33.00
32.00
FIRM RANKING
1
2
3
Highest number of points is most qualified.
Ranking: 1 = Best
W: \PW Eng \PROJECTS \A - WT Projects \Foster Golf Reclaimed Water (92 -WT06) \Qualification Review.xlsxQuaIification Review.xlsx
10
City of Tukwila Contract Number:
• 6200 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. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. 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, 2016 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.
11
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.
CA revised : 1 -2013 Page 2
12
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 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.
CA revised: 1-2013
Page 3
13
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.
CA revised: 1 -2013
14
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:
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 20
CITY OF TUKWILA CONSULTANT
Mayor, Jim Haggerton
AttestJAuthenticated:
City Clerk, Christy O'Flaherty
CA revised : 1-2013
By:
Printed Name: Carol
Title:
Approved as to Form:
Office of the City Attorney
Page 5
15
16
City of Tukwila
Sanitary Sewer Force Main Relocation
Scope of Work (Revised)
EXHIBIT A
SCOPE • WORK
SANITARY SEWER FORCE MAIN RELOCATION
I Task 1.00 — Project Management I
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
Page 1
NV-0111410-11
17
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 -1
Environmental services will be provided by Clearway Environmental. See the enclosed
proposal from Clearway regarding their scope of work.
I Task 3 — Stakeholder Support I
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
im
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
WUWIADW-11
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%)
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.
Page 3
EXHIBIT A
19
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
20
Page 4
General conditions and technical specifications will
format and they constitute final contract documents.
and coordinated with the final drawings.
City of Tukwila
Sanitary Sewer Force Main Relocation
Scope of Work (Revised)
be prepared in standard WSDOT
These specifications are edited
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.
I Task 8 — Contract Bidding Assistance I
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 I
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
21
City of Tukwila
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 location, 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.
Subtask 10 Environmental Documentation and Permitting
Environmental assistance to prepare a Shoreline Exemption application will be provided by
Clearway Environmental. documentation is not included in this scope of work at this time.
KPFF can provide assistance for studies as directed by the City of Tukwila.
03/03/15
22
EXHIBIT
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.
UWAGEOSCIENCES INC.
HWA Ref: 2015 -017
Date: 6- Feb -15
Prepared By: BKH
Nnniitng
ESTIMATED HWA LABOR:
WORK TASK
DESCRIPTION
Est. No.
Tests
PERSONNEL & 2015 HOURLY RATES
Grain Size Distribution
8
Principal
$72.00
Sr Engr.
I $50.96
Engr. V I Engr. II Geol. II
$49.52 i $27.88 $23.50
' CAD
1 $22.07
Clerical
$20.82
TOTAL
HOURS
TOTAL
AMOUNT
Project Setup
Triaxial (c -u) 3 Points
2
$1.350
$2,700
Consolidation
I
2
$ 102
Prepare & Submit BNSF Permit
2
4
6
$196
Mark Boreholes during Utility Locates
8
8
$408
Perform Borehole Explorations
4
16
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
Consul tation / Project Management
8
8
$408
TOTAL LABOR CHARGES:
LABORATORY TEST SUMMARY:
58
Test
Est. No.
Tests
Unit Total
Cost Cost
Grain Size Distribution
8
$95 i $760
Atterberg Limits
4
$155 I $620
Direct Shear (3 Points)
I
$510
1 $510
Triaxial (c -u) 3 Points
2
$1.350
$2,700
Consolidation
I
$600
$600
LABORATORY TOTAL:
S5,190
40
28
ESTIMATED DIRECT EXPENSES:
58
S6,361
Mileage ,a $0.575 /mi
BNSF Permit Fee
Driller Fee
BNSF Flagger (Assumes I day)
Laboratory Testing
TOTAL DIRECT EXPENSES:
PROJECT TOTALS AND SUMMARY:
$150
$750
$8.000
$1.500
$5.190
S15,590 1
Direct Salary Costs
Overhead at 175 °4) of DSC
Fee Vic- 30% of DSC
Direct Expenses
GRAND TOTAL:
Tukwila Sewer Force Main Cost Estimate 02 -06 -15
$6.361
$11,132
$1.908
$15.590
S34,992
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
19 off I I MI. I ff
February 9, 20]5
CamlPcmde
KPFF Consulting Engineers
I6Ol Fifth Avenue, Suite 1600
Seattle, WA98IOI
Subject: City of Tukwila Sewer Force Main Relocation Project
Scope and Fee Proposal
Dear Carol:
12�1111111111110
Thanks for the opportunity to provide this 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 ofTukwila ioplanning to relocate a section O[sewer force main adjacent to the
Green River along the southern edge of the Starfire Soccer Complex.
«� �
�^������ Work
Our scope of work includes the services shown below:
Field Work
Field reconnaissance to delineate the ordinary high water mark o6 the Green River and
any associated wetlands. This includes two days ooahc for a team oftwo. 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 offlags
or stakes ao they may be easily located by others for surveying.
Survey
KPFF will survey the flagged areas. Clearway Environmental will KpFF with
the setbacks/buffer requirements. I{yFFp/dl provide an electronic 6aacnmap showing the
delineation and setbacks/buffer.
Permitting
Clearway Environmental will provide m summary o[ environmental permits required
based onthe results nfthe field work and survey. Clearway Environmental
understands that the City assumes the environmental permitting will be limited to a
5002 13th Ave. South I Seattle, WA 98108
(206) 409-1862 1 chuddumnd@c|mnwayenxmm
*309rom
SBPA checklist, however, the permitting summary will be based on our own knowledge
and research.
D p��6 will This is
requested, exemption.
anticipated to require sixteen hours for coordination with KPFF and City ofTukwila
during development of the 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 estimate
assumes figures for the shoreline exemption appli ca d o� if required, will b e provided b
by
KI`FF and would likely include vicinity map and a drawing showing construction
limits within the Green River aetbmckm/boffcr.
This scope does not include obtaining any additional permits (beyond ashoreline
exemption) that are determined to be required as pad nf the permitting summary.
Fee
We propose to perform the field work, survey, and permitting summary services for a
total cost of$5,O40.00.Drequested, we propose to obtain mshoreline exemption fora
total additional cost of $2,240.00. Please see the enclosed spreadsheet for a breakdown
of costs by task.
Schedule
We are available to perform the fieldwork and survey tasks within one nr two weeks cd
request. We are able to begin the permitting tasks when we receive the drawing
showing construction limits and
If �w n�n��Qoumt2��O I��
you have c_--- ,- .
Chad Durand, P.E.
Principal
Enclosures
MCI
NONNIM
Fee Proposal
Clearwav
E n v i r o n m e n t a l
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
$
2801
3 Permitting Summary
2
$ 280
$ -
$ - $ -
$
2801
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
27
W:
City o[ Tukwila
• Utilities Committee
UTILITIES COMMITTEE
Meeting Minutes
March 10, 2015 — 5:30 p.m. — Foster Conference Room, 6300 Building
Councilmembers: Dennis Robertson, Chair; De'Sean Quinn, Joe Duffie (Absent: Verna Seal)
Staff: Bob Giberson, Frank Iriarte, Robin Tischmak, Pat Brodin, Gail Labanara, Ryan
Larson, Mike Cusick, Laurel Humphrey
CALL TO ORDER: Committee Chair Robertson called the meeting to order at 5:34 p.m.
I. PRESENTATIONS
11. BUSINESS AGENDA
A. NPDES Program: 2014 Annual Report and 2015 Surface Water Management Program
Staff provided an overview of the National Pollutant Discharge Elimination System (NPDES)
2014 Annual Report and 2015 Surface Water Management Program (SWMP) Plan. The Annual
Report reflects activities completed by the City in 2014. The SWMP Plan is required by the
NPDES Program to show that the City complies with requirements outlined in the NPDES Phase
11 permit, effective August 1, 2013. The SWMP Plan contains required elements including public
education and outreach, public involvement and participation, illicit discharge detection and
elimination, runoff control, and pollution prevention and operation and maintenance. Both
documents must be submitted to the Department of Ecology by March 31, 2015. Staff noted that
hiring of an NPDES Inspector as authorized in the 2015-2016 Budget adoption is underway.
INFORMATION ONLY.
B. Consultant Agreement: Fort Dent Park BNSF Sewer Relocation
Staff is seeking Council approval of an agreement with KPFF Consulting Engineers for the design
of the Fort Dent Park BNSF Sewer Relocation Project in the amount of $156,877.00. The
sanitary sewer from Fort Dent Park is piped under the 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, necessitating the relocation of the existing sewer line. KPFF was chosen from a short
list of three firms identified on the Municipal Research and Services Center Roster. One benefit
of the relocation project will be added capacity for the Starfire sports complex. UNANIMOUS
APPROVAL. FORWARD TO MARCH 16, 2015 REGULAR CONSENT AGENDA.
C. Interurban Water Reuse
Staff is seeking Council approval for renewal of the Reclaimed Water Service and Use Area
Agreement with Starfire Sports, Tukwila and King County for the use of reclaimed water for the
irrigation of the soccer fields at Fort Dent Park. King County must have end user agreements in
place to ensure compliance with their State Department of Ecology permit, and the 2009
agreement expired on August 25, 2014. If approved the renewed agreement will be in effect for
five years. UNANIMOUS APPROVAL. FORWARD TO MARCH 16, 2015 REGULAR
CONSENT AGENDA.
29