HomeMy WebLinkAbout15-054 - KPFF Consulting Engineers - Fort Dent Park BNSF Sanitary Sewer Force Main Relocation15-054(d)
Council Approval NIA
SUPPLEMENTAL AGREEMENT NUMBER 4 to
CONSULTANT AGREEMENT NUMBER 15-054
This SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein after referred to as "the City" and KPFF Consulting Engineers
hereinafter referred to as "the Consultant", in consideration of to the mutual benefits,
terms, and conditions hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and
executed on, March 18th, 2015 and identified as Agreement No. 15-064. All provisions in
the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Respond to and Address Comments from Third Party Reviewer
The purpose of this supplement is to:
1) Respond to comments from the KPG review of the 100 -percent submittal package
including plans, specifications and estimate.
2) Update the contract specifications package for the current 2018 amendments and
general special provisions.
SCOPE:
Task 7 - Final Design Submittal (100%)
New Subtask 7.5 Respond to Comments/Coordinate with City
Upon receipt of comments from peer review performed by KPG, Consultant shall submit
initial responses to the City for their review. Consultant shall coordinate with City to
resolve issues as needed and finalize bid documents. All bid documents will be submitted
to the City within four weeks of approval.
New Subtask 7.6 Update Contract Provisions
The current contract provisions package was assembled based on the 2016 WSDOT
Standard Specifications. The current schedule for advertisement in 2019 requires that the
project follow the current 2018 version of the Standard Specifications. KPFF shall review
the current runlist and compare against the current general special provisions and update
as needed. Amendments will be replaced to be current.
Assumptions:
Specifications will continue to follow the Tukwila format with Measurement and
Payment covered in a new Division 10.
Any changes to the City's front-end documents (1-1 to C-2) as well as Standard City
Forms or other documents included in the Appendices will be provided by the City.
(k:/C /ivff-G-J
Page 1 of 2
CONSTRUCTION ASSISTANCE
The KPFF design team will provide civil construction support services on an as -needed
basis during the course of the construction as previously scoped. These services will be
provided in accordance with standard engineering practice on a time and materials basis.
SCHEDULE
Initial comment responses will be submitted to the City within one week of approval of this
supplemental agreement. All bid documents will be submitted to the City within four weeks
of approval. All other provisions of the contract shall remain in full force and effect.
TIME FOR COMPLETION
The time for completion of the project is extended from December 31, 2018 to December
31, 2019.
All other provisions of the contract shall remain in full force and effect.
ASSUMPTIONS
It has assumed that there will be no changes to the alignment of the proposed force main.
Changes anticipated are related to clarity of the documents and consistency with the
contract provisions.
PAYMENT: SHALL BE AS FOLLOWS
Payment for the work provided by the Consultant as part of this supplement shall be made
for an additional $8,147.00. The total amount for the Consultant for this contract shall not
exceed $169,771.20 without express written modification of the Agreement signed by the
City.
Dated this )3-1-\ day of i)C_c.c= r , 20 ) 6
CITY OF TUKWILA
Allan Ekberg, Mayor
ATTEST/AUTHENTICATE D
ILiv 4
CONSULTANT
S. •.4
Printed Name: PitirAzi SL-o*Lt
APPROVED AS TO FORM
Christy O'FIerty, MMC, City Clerk City Attorney
Page 2 of 2
KPFF Consulting Engineers
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Replacement Across BNSF Railroad
EXHIBIT B
EXHIBIT B
KPFF
(Prime, Civil)
Principal
Project
Manager
Project
Engineer
CAD/
GIS
Senior
Admin.
1.00
Task I SCOPE OF WORK
$74
$63
$44
$35
$28
Reimb. I Salary Cost
1.00 PROJECT MANAGEMENT
1.01
1.02
1.03
1.04
1.05
1.06
Project Administration (incl monthly reporting)
BNSF Coordination, Right of Entry
$o
City Coordination Meetings and Minutes
Agency Coordination
1
$o
Team Coordination Meetings
Stakeholder / Agency Meetings (6 mtg @ 2 hr ea)
$o
Subconsultant Management & Coordination
Permit /Agreement Support
$o
Quality Assurance
Preliminary Storm Drainage Analysis
0
0
0
$o
Prelim. BNSF - Right of Entry Approval
Total for Task 3
Complete Plans, Specs & Estimate
0
0
0
0
$o
Subtotals:
o
o
o
o
o
$o
$o
Update Estimate
TOTAL FOR TASK 1 AND 2
Final Storm Report
o
0
$151
$o
DESIGN PHASE
3.0
STAKEHOLDER SUPPORT
3.1
3.2
3.3
3.4
3.5
BNSF Coordination, Right of Entry
$o
so
Agency Coordination
1
$o
$o
Stakeholder / Agency Meetings (6 mtg @ 2 hr ea)
$o
$o
Permit /Agreement Support
$o
$0
Preliminary Storm Drainage Analysis
0
0
0
$0
$o
Total for Task 3
Complete Plans, Specs & Estimate
0
0
0
0
$708
$o
4.0 PRELIMINARY DESIGN DEVELOPMENT (0-30%)
4.1
4.2
4.3
4.4
Establish Design Criteria - Memo
$o
Preliminary Concept Plans
1
$o
Outline Specifications & Cost Estimate
$o
Preliminary Design Submittal Review (2 weeks)
$o
Total for Task 4
0
0
0
0
$0
5.0 PROGRESS DESIGN SUBMITTAL (60% Complete)
5.1
5.2
5.3
5.4
Progress Plans, Specs & Cost Estimate
$o
Preliminary Design Submittal Review (2 weeks)
1
$o
Final Reports
$0
Projected Construction Schedule
$0
Total for Task 5
0
0
0
0
$o
6.0 COMPLETE DESIGN SUBMTITAL (90% Complete)
6.1
6.2
6.3
6.4
Complete Plans, Specs & Estimate
4
8
$708
Update Specifications
$o
Permit Submittal
4
$302
Update Estimate
$0
Final Storm Report
2
$151
Update Contract Provisions
$o
Complete Design Submittal Review (2 weeks)
$1,260
Total for Task 7
so
Total for Task 6
0
0
0
0
$3,101
$0
7.0 FINAL DESIGN SUBMITTAL (100% Complete)
7.1
7.2
7.3
7.4
7.5
7.5.1
7.5.2
7.5.3
7.6
Construction Permit Submittal (final)
$o
Final PS&E for Bid
$0
Final Reports
$o
Projected Construction Schedule
$0
Respond to Comments / Coordinate with City
8
4
$680
Update Plans
4
4
8
$708
Update Specifications
2
4
$302
Update Estimate
1
2
$151
Update Contract Provisions
20
$1,260
Total for Task 7
0
35
14
8
0
$3,101
File: Amendment No. 4 APR 02 2018 (004) .xls Date:11/7/2018
Page 1 of 2
KPFF Consulting Engineers
EXHIBIT B
8.0 CONTRACT BIDDING ASSISTANCE
8.1
8.2
8.3
8.4
8.5
Response to Bidder Questions
Construction Observation & Field Reports
$o
Pre -Bid Conference, Site Visit, Bid Opening
RFI Response (4 RFI responses)
$o
Assist in Bid Evaluation
Submittal Review (2 submittals)
$o
$o
As -built Plans
$o
$0
Final Easements
$o
Total for Task 8
0
0
0
0
0
0
$0
CONSTRUCTION PHASE
9.0
CONSTRUCTION ASSISTANCE
9.1
9.2
9.3
9.4
9.5
Construction Observation & Field Reports
$o
$o
RFI Response (4 RFI responses)
$o
$o
Submittal Review (2 submittals)
$o
$o
As -built Plans
$o
$0
Final Easements
so
$o
Total forTask 9
0
0
0
0
0
$0
10.0 MISCELLANEOUS STUDIES
10.1
10.2
10.3
10.4
10.5
10.6
10.7
$o
$o
$o
$o
so
$o
$o
Total for Task 10
0
0
0
0
0
$0
0 35 14 8 0
Total Reimbursable/Salary Costs
$0 $3,101 I
Total Direct Salary Cost at 1.0000
Total Overhead Cost at 1.3397
Total Cost at 2.3397
Fixed Fee at 0.2875
Total Loaded Salary Costs at 2.6272
$3,101
$4,154
$7,255
$892
$8,147
Total Loaded Salary Costs $8,147
Total Reimburseable & Subconsultant Management Costs $0
Total Cost of Services $8,147
File: Amendment No. 4 APR 02 2018 (004) .xis Date:11/7/2018 Page 2 of 2
15-054(c)
Contract Approval N/A
SUPPLEMENTAL AGREEMENT NUMBER 3 to
CONSULTANT AGREEMENT NUMBER 15-054 CGS
This SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein after referred to as "the City" and KPFF Consulting Engineers
hereinafter referred to as "the Consultant", in consideration of to the mutual benefits,
terms, and conditions hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and
executed on, March 18th, 2015 and identified as Agreement No. 15-064. All provisions in
the basic agreement remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
Cathodic Protection Background
The purpose of this supplement is to prepare cathodic protection system design and
specifications to the bid package for cathodic protection for the steel sleeve that carries the
sewer force main under the BNSF rail tracks and extend the time for the consultant to
complete the design package.
SCOPE: ON SITE TESTING
The testing will involve collecting in-situ soil resistivity at various depths at accessible
locations to determine the electrically conductive of the soil.
1. Conduct on-site soils testing at locations of the casing crossing. Measure soil
resistance at depths of 2.5, 5.0, 7.5, 10, and 15 -foot depths. This testing will involve
passing a known current through appropriately installed soil pins and calculating
resistance based upon voltage levels. This testing will not require excavation.
2. Collect two soil samples for laboratory analysis. The analysis will determine soil pH,
chloride, and sulfate levels in order to classify corrosive characteristics.
3. Provide a report detailing the results of the testing along with recommendations for
corrosion control strategies should the soil prove to be corrosive to steel materials.
BUDGET/SCHEDULE
The field testing with laboratory analysis results will be within ten days after soil collection.
The cost for completing these tasks will be $2,130.23.
SCOPE: COATINGS AND CATHODIC PROTECTION DESIGN
1. Based upon the results of the soil corrosivity analysis, provide a protective coating
specification for the external surfaces of the sewer casing.
Page 1 of 2
2. Provide a cathodic protection system design (drawings and specification) to
supplement the protective coating. The design will provide corrosion control to
locations of coating damage that may occur during installation, including at welded
connections that may not be coated. It is anticipated that the system will utilize
galvanic anodes which will not require external power. This installation of the
coating and cathodic protection system will add an estimated 30 years to the useful
life of the casing.
3. Provide a review of final project documents.
4. The design documents will be submitted in .pdf, .docx, and .dwg format.
BUDGET/SCHEDULE
The tasks associated with the design portion of this proposal are estimated to be
$5,745.97. AD work will be billed on a time and materials basis in accordance with the
attached cost breakout.
SCOPE: TIME FOR PROJECT COMPLETION
The time for completion of the project is extended from December 31, 2017 to December
31, 2018.
All other provisions of the contract shall remain in full force and effect.
PAYMENT: SHALL BE AS FOLLOWS
Payment for the work provided by the Consultant as part of this supplement shall be made
for an additional $7,876.20. The total amount for the Consultant for this contract shall not
exceed $164,753.20 without express written modification of the Agreement signed by the
City.
Dated this a 1 S day of NI Ove.m lye' , 20 /1
CITY OF TUKWILA
RRTg���/
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED
I FAL/L/j?
Christy O'Flaherty, MMC, City CI City Attorney
CONSULTANT
Printed Name: PA -174e c-te SS.v*4-")
APPROVED AS TO FORM
Page 2 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 15- 054(b)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and KPFF Consulting Engineers
That portion of Contract No.15 -054 between the City of Tukwila and KPFF Consulting
Engineers is amended as follows: The time for completion of the project is extended from
December 31, 2016 to December 31, 2017.
All other provisions of the contract shall remain in full force and effect.
Dated this ) 4 day of T-- O-M be-r- , 20
CITY OF UKWILA
1
Allan Ekberg, Mayor
ATTEST /AUTHENTICATED
CONTRACTOR
di, pdv /4 A,
Printed Name: _re) 0-, r-2 n t e
APPROVED AS TO FORM
Chr ty O'FlaKerty, MMC, City Clerk City Attorney
a ie(6//v s
Page 1 of 1 •
e'=`-'w?\ City of Tukwila Agreement Number: x'3=6 C�
�° "\1, 6200 Southcenter Boulevard,Tukwila WA 98188
29O
CONTRACT FOR ENGINEERING SERVICES
Amendment # 1
Between the City of Tukwila and KPFF Consulting Engineers
That portion of Contract No. 15-054 between the City of Tukwila and KPFF Consulting
Engineers is amended as follows: The time for completion of the project is extended from
March 31, 2016 to December 31, 2016.
All other provisions of the contract shall remain in full force and effect.
Dated this 111 day of C.r Ci irk , 20 / 6 .
CITY OF TUKWILA CONSULTANT
_11l~,rar-realb ealijc-P.14-e/1/1-C-ti
R
Allan Ekberg, Mayor Printed Name: Caro I J. �-& 'Z Vi 1€
ATTEST/AUTHENTICATED APPROVED AS TO FORM 0
Christy O'Flah rty, MMC, City Clerk City Attorney
/6i-e; g ,.,, ,
Page 1 of 1
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.
/J/- � _2 liar/ -s
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 rage 2
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 Liabilitv 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
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 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
341II11• O MlIlIMAM1A_\
c
a.✓
Mayor, Hagge
Attest/Authenticated:
City Clerk, Christy O'Fla ert
CONSULTANT
Printed Name: C�� ��/ / • T'E' G7 �'I `�
Appr d as to For
Office of the City Attorney
CA revised: 1 -2013 Page 5
City of Tukwila
Sanitary Sewer Force Main Relocation
Scope of Work (Revised)
EXHIBIT A
SCOPE OF WORK
SANITARY SEWER FORCE MAIN RELOCATION
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 Page 1 EXHIBIT A
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 — Geotechni al Engineering
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
Environmental services will be provided by Clearway Environmental. See the enclosed
proposal from Clearway regarding their scope of work.
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:
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
03/03/15 Page 2 EXHIBIT A
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.
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.
Task 5 - Progress Design Submittal 60% Complete)
Subtask 5.1 Progress Plans, Specs & Cost Estimate
• KPFF will provide progress level drawings of the project, incorporating review
comments from the previous submittal.
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.
03/03/15 Page 3 EXHIBIT A
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.
Task 6 — Complete Design Submittal 90% Complete)
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 A
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.
Task 8 — Contract Bidding 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.
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
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.
Task 10 Miscellaneous Studies
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 Page 6 EXHIBIT A
ANUMM
Project Cost Estimate HWA Ref: 2015 -017
Tukwila Sewer Force Main Relocation Y1idi1 HWAGEOSCIENCES INC. Date: 6- Feb -15
Tukwila, Washington
Prepared for KPFF Prepared Bv: BKH
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 forjacking 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.
ESTIMATED HWA LABOR:
TOTAL LABOR CHARGES:
LABORATORY TEST SUMMARY:
12 58 12 40 28 6
Test
PERSONNEL & 2015 HOURLY RATES
Unit
Cost
WORK TASK
Principal
Sr Engr.
Engr. V
Engr. II
Geol. II
CAD
Clerical
TOTAL
TOTAL
DESCRIPTION
$72.00
$50.96
$49.52
$27.88
$23.50
$22.07
$20.82
HOURS
AMOUNT
Project Setup
2
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
211,
4
2
2
10
$434
Review Plans and Specifications
4
8
12
$696
Consultation / Project Management
8
1
8
1 $408
TOTAL LABOR CHARGES:
LABORATORY TEST SUMMARY:
12 58 12 40 28 6
Test
Est. No.
Tests
Unit
Cost
Total
Cost
Grain Size Distribution
Atterberg Limits
8
4
$95
$155
$760
$620
Direct Shear (3 Points)
1
$510
$510
Triaxial (c -u) 3 Points
2
$1,350
$2,700
Consolidation
I 1
1 $600
1 $600
2 158 $6,361
111301a/:1101171114X ".14a=M131
Mileage a $0.575/mi
$150
BNSF Permit Fee
$750
Driller Fee
$8,000
BNSF Flagger (Assumes 1 day)
$1,500
Laboratory Testing
$5,190
TOTAL DIRECT EXPENSES:
$15,590
LABORATORY TOTAL: $5,190
PROJECT TOTALS AND SUMMARY:
Direct Salary Costs
$6,361
Overhead at 175% of DSC
$11,132
Fee @ 30% of DSC
$1,908
Direct Expenses
$15,590
GRAND TOTAL: r $34,992
Tukwila Sewer Force Main Cost Estimate 02 -06 -15
M
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
A&
4
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:
i1 0r 'r T
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
SEPA checklist, however, the permitting summary will be based on our own knowledge
and research.
If requested, Clearway Environmental will also obtain a shoreline exemption. This is
anticipated to require sixteen hours for coordination with KPFF and City of Tukwila
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 application, if required, will be provided by
KPFF and would likely include a vicinity map and a drawing showing construction
limits within the Green River setbacks/buffer.
This scope does not include obtaining any additional permits (beyond a shoreline
exemption) that are determined to be required as part of the permitting summary.
Fee
We propose to perform the field work, survey, and permitting summary services for a
total cost of $5,040.00. If requested, we propose to obtain a shoreline exemption for a
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 or two weeks of
request. We are able to begin the permitting tasks when we receive the drawing
showing construction limits and setbacks/buffer.
If you have any questions, please call me at 206 - 409 -1862.
Sincerely,
Chad Durand, P.E.
Principal
Enclosures
Fee Proposal
Cl_e_arwav
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/Markup
l
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
4 Obtain Shoreline Exemption (Additional) 16 $ 2,240 $ 2,240
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Relocation
EXHIBIT B
1.0
PROJECT MANAGEMENT
PROJECT COSTS
Direct Salary Costl
KPFF
KPFF SurveY I HWA 1 Clearway
so
1.3397 1
1.3397 1 1.7500 1 0.00
eCo
Labor & Ov
0.2875 1
0.2875 1 0.3000 1 0.00
Task MASTER SCOP I
Prime I
I I I Totals
1.0
PROJECT MANAGEMENT
Direct Salary Costl
Direct Sala Cost
$6,864 $1200
so
$1,010
$13,104
eCo
Labor & Ov
Labor & Overhead
st6,o6o $2,eoe
so
$o
$18,867
I $15,752
Fixed Feel
$1,973 $341
1 so
$o
$2,318
1 so I
Total for Project Management
ARM
Total for Support Tasks
Total for Final Desi n
2.0
SURVEY
Direct Salary Costl
Direct Salary cost
$0
1 $8,360
1 s0 $o
$8,360
eCo
Labor & Ov
Labor & Overhead
$0
I $19,s6o
$o so
$19,560
I $15,752
Fixed Fee
$o
$2,404
so so
$2,404
1 so I
Total for Project Mana ement,
ARM
Total for Support Tasks
Total for Final Desi n
2.1
GEOTECHNICAL ENGINEERING
Direct Salary Costl
Direct Salary Cosi
$o
$0
$6,361
$o $6,361
eCo
Labor & Ov
Labor &Overhead
$o
$0
$17,493
$o $17,493
I $15,752
Fixed Fee
$o
1 $o
1 $1,90e
1 $o 1 $1,908
1 so I
Total for Project FwanagementEMPIMMIMMfillk
ARM
Total for Support Tasks
Total for Final Desi n
2.1
ENVIRONMENTAL ENGINEERING
Direct Salary Costl
Direct Sa
$o
$o
$o $5,040
$5,040
eCo
Labor & Ov
eos
Labor
$15,752
$o
$o so
$0
I $15,752
Fixed Fee
$o
1 $o
$o 1 so
1 $0
1 so I
Total for Project Management
ARM
Total for Support Tasks
Total for Final Desi n
$21,186
$21,963
$19,402
$5,040
ASX& I ANd2TG7AC+ $67,591
DESIGN PHASE
3.0
STAKEHOLDER SUPPORT
Direct Salary Costl
$6,732
$o
1 so
I so
1 $6,732
eCo
Labor & Ov
Labor & Overheadi
$15,752
$0
1 $0
I $o
I $15,752
$1,161
Fixed Feel
$1,936
1 $o
1 so
1 so I
$1,936
ARM
Total for Support Tasks
Total for Final Desi n
4.0
PRELIMINARY DESIGN DEVELOPMENT 0 -30%
Direct S
223
$o
$o
$o
$51223
eCo
Labor & Ov
Labor &
$2,.0
1 $o
1 $o
I so
1 $12,220
$1,161
Fixed Feel
$1,502
1 $o
1 so
I so
1 $1,502
ARM
Total for Conceptual Design
Total for Final Desi n
5.0
PROGRESS DESIGN SUBMITTAL (60% Com fete
Direct Sala
$3,661
$o
$o
$o $4,053
$3,6x1
eCo
Labor & Ov
$e, 82
1 $o
1 so
I so 1 $9,482
I so
Fixed Feel,
$1,161
1 $o
1 s0
1 so 1 $1,165
1 $0
Tote- for Prelimina Desi n
1 $1,052
ARM
Total for Progress Desi n
Total for Final Desi n
6.0
COMPLETE DESIGN SUBMITTAL 90% Complete
Direct Sala Cost
$3,661
$0
so
so
$3,6x1
$747
Labor & Overhead
$8,165
$o
1 so
I so
1 $8,565
1 $1,748
Fixed Feel
$1,052
1 $o
1 $0
1 $o
1 $1,052
1 $215
Total for Progress Desi n
Total for Final Desi n
7.0
FINAL DESIGN SUBMITTAL 100% Complete
Direct Sala Cost
$2,580
1 $o
1 $0
I so
1 $2,580
$747
Labor & Overheadi
$6,035
1 $o
1 so
I s0
1 $6,035
1 $1,748
Fixed Fee
$712
1 so
1 $o
1 so
1 $742
1 $215
Total for Com late Desi n
Total for Final Desi n
8.0
CONTRACT BIDDING ASSISTANCE
Direct Sala Cost
$747
$o
$o
$o
$747
Labor & Overhead
Labor &Overhead
$1748
$0
$o
1 so
1 $1,748
$122
Fixed Fee
$215
1 $o
1 so
I so
1 $215
Total for Final Desi n
9.0
CONSTRUCTION ASSISTANCE
Direct Sala Cost
$421
$448
$o so
$873
Labor & Overhead
$991
$1,048
$o 1 so
1 $21042
Fixed Fee
$122
$129
$o 1 $0
$251
Total for Bidding Assistance
Total Direct Salary 1
Total Labor & Overt
Total Fixed
Reimbursable EXDer
$17,687
$13,721
$10,648
$9,617
$6,777
$1,963
$2,293
$132,537
$24,340
Total Cost Yr"° �rr!i„�%�G;�'"?:�'"r�,rr19�,i4, $156,877
KPFF Consulting Engineers
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Replacement Across BNSF Railroad
EXHIBIT B
EXHIBIT B
1.00 PROJECT MANAGEMENT
Principal
Project
Project
I CAD/
Senior
20
a
Manager
Engineer
I GIS
Admin.
24
Task SCOPE OF WORK
$63
1 $54
$53
$35
1 $26
1 Reimb. Salary Cost
1.00 PROJECT MANAGEMENT
1.01
Project Administration incl monthly reporting)
BNSF Coordination, Right of Entry
24
30
20
16
$1,744
1.02
City Coordination Meetings and Minutes
A enc Coordination
24
20
8
$1,520
1.03
Team Coordination Meetings
Stakeholder / A enc Meetin s 6 mt @ 2 hr ea
8
E12
8
8
$936
1.04
Subconsultant Management & Coordination
Permit /A reement Su ort
8
8
16
$432
1.05
Quali Assurance
8
8
58
16
4
4
$936
1.06
Prelim. BNSF - Right of Entry Approval
Total for Task 31
24
40
84
0
4
$1,296
$6,732
Subtotals:1
8
1 96
1 0
1 8
1 32
1 $0
1 $6,864
$280
TOTAL FOR TASK 1 AND
Final Storm Report
8
3.0
STAKEHOLDER SUPPORT
3.1
BNSF Coordination, Right of Entry
6
30
20
$63
$1,710
3.2
A enc Coordination
s
20
$3,425
$1,710
3.3
Stakeholder / A enc Meetin s 6 mt @ 2 hr ea
E12
12
4
$1,062
$1,069
3.4
Permit /A reement Su ort
2
8
16
$673
$1,282
3.5
Preliminary Storm Drainage Analysis
10
58
16
4
4
$5,223
$962
6.1
Total for Task 31
1
40
84
0
4
$6,732
4.0 PRELIMINARY DESIGN DEVELOPMENT (0 -30 %)
4.1
Establish Design Criteria - Memo
1
6
30
40
$63
4.2
Preliminary Concept Plans
1
s
30
40
$3,425
4.3
Outline Specifications & Cost Estimate
20
4
$1,062
4.4
Preliminary Design Submittal Review (2 weeks)
2
8
4
$673
Total for Task 4
1
10
58
44
4
$5,223
5.0 PROGRESS DESIGN SUBMITTAL (60% Complete)
5.1
Progress Plans, Specs & Cost Estimate
1
6
30
40
$3,380
5.2
Preliminary Design Submittal Review 2 weeks
1
2
8
4
$673
5.3
Final Reports
8
4
$0
5.4
Projected Construction Schedule
2
2
$0
Total for Task 5
1
8
38
44
4
$4,053
6.0 COMPLETE DESIGN SUBMTITAL (90% Complete)
6.1
Complete Plans, Specs & Estimate
1
2
20
30
$2,283
6.2
Permit Submittal
8
$280
6.3
Final Storm Report
8
$425
6.4
Complete Design Submittal Review (2 weeks)
2
8
4
$673
Total for Task 6
1
4
36
42
$3,661
7.0 FINAL DESIGN SUBMITTAL (100% Complete)
7.1
Construction Permit Submittal final
2
12
10
$1,095
7.2
Final PS &E for Bid
1
2
4
10
$733
7.3
Final Reports
8
4
$537
7.4
Projected Construction Schedule
2
2
$214
Total for Task 7
1
6
26
20
4
$2,580
File: Fee Spreadsheet_02- 10- 15.xls Date:3/9/2015 Page 2 of 6
KPFF Consulting Engineers
EXHIBIT B
8.0 CONTRACT BIDDING ASSISTANCE
8.1
Response to Bidder Questions
$40,571
Total Cost at 2.3397
4
Fixed Fee at 0.2875
$8,707
$o
$212
8.2
Pre -Bid Conference, Site Visit, Bid Opening
4
4
4
$79,562
$212
9.3 Submittal Review (2 submittals)
$428
8.3
Assist in Bid Evaluation
2
$212
9.4 As -built Plans
$106
8.4
$0
9.5 IFinal Easements
$o
8.5
$0
Total forTask 9
0
0
8
$0
0
Total for Task 8
0
4
10
0
0
$747
9.0 CONSTRUCTION ASSISTANCE
9.1 Construction Observation & Field Reports
Total Overhead Cost at 1.3397
$40,571
Total Cost at 2.3397
$70,855
Fixed Fee at 0.2875
$8,707
$o
9.2 RFI Response (4 RFI responses)
10.2
$79,562
4
$0
Total Cost of Services
$79,562
$212
9.3 Submittal Review (2 submittals)
$0
10.3
4
$212
9.4 As -built Plans
$0
10.4
$0
9.5 IFinal Easements
$0
10.5
$0
Total forTask 9
0
0
8
0
0
$425
10.0 MISCELLANEOUS STUDIES
10.1
Total Overhead Cost at 1.3397
$40,571
Total Cost at 2.3397
$70,855
Fixed Fee at 0.2875
$8,707
Total Loaded Salary Costs at 2.6272
$0
10.2
$79,562
Total Reimburseable & Subconsultant Management Costs
$0
Total Cost of Services
$79,562
$0
10.3
$0
10.4
$0
10.5
$0
10.6
$o
10.7
$o
Total for Task 101
0
1 0
1 0
1 0
1 0
1
1 $o
12 168 260 158 40
Total Reimbursable /Salary Costs $0 1 $3o,zaa
Total Direct Salary Cost at 1.0000
$30,284
Total Overhead Cost at 1.3397
$40,571
Total Cost at 2.3397
$70,855
Fixed Fee at 0.2875
$8,707
Total Loaded Salary Costs at 2.6272
$79,562
Total Loaded Salary Costs
$79,562
Total Reimburseable & Subconsultant Management Costs
$0
Total Cost of Services
$79,562
File: Fee Spreadsheet_02- 10- 15.xls Date:3 /9/2015 Page 3 of 6
KPFF Consulting Engineers
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Replacement Across BNSF Railroad
EXHIBIT B
EXHIBIT B
� „' ri r , , - -� ,f r " ,' ` ✓,,
Principal
Survey
Project
CAD/
Survey
Fixed Fee at 0.2876
$2,877
Total Loaded Salary Costs at 2.6272
Manager
1
Surveyor
GIS
1
Crew
$8,750
Task SCOPE OF WORK
$50
$40
$32
$20
1 $46
Reimb. Med
1.00 PROJECT MANAGEMENT
1.01
Project Administration incl monthly reporting)
$13,408
Total Cost at 2.3397
$23,416
Fixed Fee at 0.2876
$2,877
Total Loaded Salary Costs at 2.6272
$0
1.02
City Coordination Meetings and Minutes
Total Reimburseable & Subconsultant Management Costs
$8,750
Total Cost of Services
$35,043
$0
1.03
Team Coordination Meetings
4
$128
1.04
Subconsultant Management & Coordination
$0
1.05
Quality Assurance
4
4
8
$0
1.06
Prelim. BNSF - Right of Entry Approval
0
8
12
0
8
$0
$1,072
Subtotals:
0
8
16
0
8
$1,200
2.00
SURVEY
2.01
Survey & Base Mapping
50
48
34
64
$7,160
2.02
Utility Locates & Potholing (allowace for two days)
10.3
4
8
$4,800
$496
2.03
GPR
$0
10.4
4
$1,200
$128
2.4
BNSF Permit/Flagger
$o
4
$2,750
$128
2.5
Preliminary Easement (See Task 900 for final)
4
4
8
Total for Task 10
0
$448
0
Subtotals:
0
0
0
0
0
$8,750
$8,360
9.0 CONSTRUCTION ASSISTANCE
9.1
Construction Observation & Field Reports
$13,408
Total Cost at 2.3397
$23,416
Fixed Fee at 0.2876
$2,877
Total Loaded Salary Costs at 2.6272
$0
9.2
RFI Response
Total Reimburseable & Subconsultant Management Costs
$8,750
Total Cost of Services
$35,043
$0
9.3
Submittal Review
$0
9.4
As -built Plans
$0
9.5
Final Easements
4
4
8
$448
Total for Task 91
0
0
0
0
0
$0
$aaa
10.0 MISCELLANEOUS STUDIES
10.1
$0
10.2
$o
10.3
$0
10.4
$o
10.5
$o
Total for Task 10
0
0
0
0
0
$o
$0
Total Reimbursable /Salary Costsl $8,750 1 $10,006
Total Direct Salary Cost at 1.0000
$10,008
Total Overhead Cost at 1.3397
$13,408
Total Cost at 2.3397
$23,416
Fixed Fee at 0.2876
$2,877
Total Loaded Salary Costs at 2.6272
$26,293
Total Loaded Salary Costs
$26,293
Total Reimburseable & Subconsultant Management Costs
$8,750
Total Cost of Services
$35,043
date: 3/9/2015
File: Fee Spreadsheet_02- 10- 15.xls Page 4 of 6 Time: 9:41 AM
KPFF Consulting Engineers
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Replacement Across BNSF Railroad
EXHIBIT B
EXHIBIT B
� � ��� ,
Principal
Sr.
Project
Engineer
Geol.
CAD
Clerical
Total Loaded Salary Costs at 3.0500
$19,402
$5,190
Engineer
V
II
II
Prepare & Submit BNSF Permit
2
Task SCOPE OF WORK
$72.00
$90.99
$49.52
$27.e8
$23.50
$22.07
$20.e2
Reimb. Salary Cost
2.10
GEOTECHNICAL ENGINEERING
9.1
2.10
Project Setup and Management
$17,493
10
$1,908
Total Loaded Salary Costs at 3.0500
$19,402
$5,190
$o
$o
$510
2.11
Prepare & Submit BNSF Permit
2
4
$o
$o
$196
2.12
Mark & Perform Boreholes and Explorations
14
20
$150
$o
$o
$1,183
2.13
Engineering Analyses
4
8
12
24
$750
$0
$o
$1,959
2.14
Draft and Final Geotechnical Report
4
16
16
a
6
2
$0
$1,818
2.15
lReview Plans and Specifications
4
1 8
1
0
0
0
1 $o
1 $o
1 $696
Subtotals:l
12
1 58
1 12
1 40 1
28
1 6
1 2
$6,361
w
9.0
CONSTRUCTION ASSISTANCE
9.1
Construction Observation & Field Reports
Total Cost at 2.7500
$17,493
Fixed Fee at 0.3000
$1,908
Total Loaded Salary Costs at 3.0500
$19,402
$5,190
$o
$o
9.2
RFI Response (4 RFI responses)
$34,992
$o
$o
9.3
Submittal Review (2 submittals)
$150
$o
$o
9.4
As -built Plans
$750
$0
$o
9.5
Final Easements
$8,000
$0
$0
BNSF flagging I day)
Total forTask 9
0
0
0
0
0
0
0
1 $o
1 $o
10.0 MISCELLANEOUS STUDIES
10.1
Laboratory Test Total
$11,132
Total Cost at 2.7500
$17,493
Fixed Fee at 0.3000
$1,908
Total Loaded Salary Costs at 3.0500
$19,402
$5,190
$o
10.2
Direct Expenses:
Total Cost of Services
$34,992
$o
10.3
mileage
$150
$o
10.4
BNSF permit fee
$750
$0
10.5
driller
$8,000
$0
10.6
BNSF flagging I day)
$1,500
1 $o
10.7
1
1 $o
Total for Task 10
0
0
0
0
0
0
1 0
1 $15,590
1 $0
12 58 12 40 28 6 2 158 _
Total Reimbursable /Salary Costal $te,590 I $s,3si 1
Total Direct Salary Cost at 1.0000
$6,361
Total Overhead Cost at 1.7500
$11,132
Total Cost at 2.7500
$17,493
Fixed Fee at 0.3000
$1,908
Total Loaded Salary Costs at 3.0500
$19,402
Total Loaded Salary Costs
$19,402
Total Reimburseable & Subconsultant Management Costs
$15,590
Total Cost of Services
$34,992
File: Fee Spreadsheet_02- 10- 15.xis Date:3 /9/2015 Page 5 of 6
KPFF Consulting Engineers
ENGINEERING FEE ESTIMATE: City of Tukwila
Public Works Engineering
Sanitary Sewer Replacement Across BNSF Railroad
EXHIBIT B
Billing rates
EXHIBIT B
2.20
Principal
B0og
Field Work - Delineation
Total Cost at o.0000
32
Fixed Fee at o.0000
$0
Total Loaded Salary Costs at 0.0000
$2,240
$4,480
2.21
Survey Coordination
$0
Task SCOPE OF WORK
I Reimb. Salary Cost
Salary
$140
$140
1 $o I
$o
I $o
2.20
ENVIRONMENTAL SERVICES
2.20
Field Work - Delineation
Total Cost at o.0000
32
Fixed Fee at o.0000
$0
Total Loaded Salary Costs at 0.0000
$2,240
$4,480
2.21
Survey Coordination
$0
2
$7,280
$0
$280
2.22
Permitting Summary
2
$0
$280
2.23
Obtain Shoreline Exemption (see Task 10)
$0
$0
Subtotals:
2
34
0
$0
$5,040
TOTAL FOR TASK 7 —AND
$o
10.7
10.0 MISCELLANEOUS STUDIES
10.1
Obtain Shoreline Exemption
16
Total Cost at o.0000
$7,280
Fixed Fee at o.0000
$0
Total Loaded Salary Costs at 0.0000
$2,240
10.2
$7,280
Total Reimburseable & Subconsultant Management Costs
$0
Total Cost of Services
$7,280
$0
10.3
$0
10.4
$0
10.5
$0
10.6
$o
10.7
$0
Total for Task 101
16 1
0
1 0
1 0
1 0
1
$2,240
18 34 0 0 0
Total Reimbursable/Salary Costs i $0 1
Total Direct Salary Cost at o.0000
$7,280
Total Overhead Cost at o.0000
$0
Total Cost at o.0000
$7,280
Fixed Fee at o.0000
$0
Total Loaded Salary Costs at 0.0000
$7,280
Total Loaded Salary Costs
$7,280
Total Reimburseable & Subconsultant Management Costs
$0
Total Cost of Services
$7,280
File: Fee Spreadsheet-02-10-15.xls Date:3/9/2015 Page 6 of 6