Loading...
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