HomeMy WebLinkAbout16-054 - RH2 Engineering - CBD Sewer Rehabilitation ProjectCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
ORIGINAL PAGE NO OF PAGES
Agreement Number:16-054(d)
Contract Approval N/A
CONTRACT FOR SERVICES
Amendment #4
Between the City of Tukwila and RH2 Engineers
SUPPLEMENTAL AGREEMENT NUMBER 4 to CONSULTANT
AGREEMENT NUMBER 16-054 C 4
THIS SUPPLEMENTAL AGREEMENT is entered in between the City of Tukwila, Washington,
herein -after referred to as "the City", and RH2 Engineering, Inc., hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and executed on,
May 2, 2016, and identified as Agreement No. 16-054. 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:
1. Time for Performance, the completion date of the work shall be December 31, 2018.
�Q `-
DATED this day of �' - or
CONSULTANT
Printed Name: Richard L. Ballard
CITY OF TUKWILA
Allan Ekberg, Mayor
Title: Director
/ 51- i 492 12/6/41/9 -6 -_s -
Page 1 of 1
ORIGINAL \ PAGE NO 1 OF 5 PAGES
16-054 (c)
SUPPLEMENTAL AGREEMENT NUMBER 3 to
Contract Approval 10/16/17
CONSULTANT AGREEMENT NUMBER 16-054(c)
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City", and RH2 Engineering, Inc. hereinafter
referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions
hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and executed
on, May 2, 2016 and identified as Agreement No. 16-054. 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:
Background
The purpose of this supplement is to add specifications to the bid package to allow for ultraviolet
(UV) cured -in-place pipe (CIPP) to be installed. In the past seven (7) months, contractors with
experience in the installation of UV CIPP have begun pursuing sewer pipeline restoration
projects in Washington and Oregon. This is advantageous for the City because contractors that
install the traditional felt CIPP have had an abundance of work in 2017. This has reduced
competition recently, which increases costs and has delayed completion of work for some
northwest agencies. Competition will be increased and more bids will be received if the City
allows UV CIPP in addition to traditional felt CIPP methods to be bid.
Below are the tasks necessary to modify the existing bid package to allow UV CIPP on this
project.
Task 1 — Technical Specifications for UV CIPP
Objective: Modify existing bidding documents and technical specifications to allow contractors
using UV CIPP to bid the project.
Approach:
1.1. Perform structural calculations to size UV -cured liner thickness for soil and traffic
loadings. UV CIPP has greater strength than felt CIPP and can be installed in thinner
layers to accomplish the same level of structural integrity.
1.2. Add text to the Technical Specifications describing the required physical characteristics,
codes, special installation methods, and other applicable items for the UV CIPP.
1.3. Edit bid schedule and pay descriptions to accommodate for traditional felt and UV CIPP.
RH2 Deliverables:
• Modifications to the Technical Specifications, bid schedule, and pay descriptions.
1. Time for Performance, the completion date of the work shall be January 31, 2018.
/ ' 'Lei i (67/1/7/LS
(W:Projects/04sw08/Supplmental Agreement 9
APS)
ORIGINAL I PAGE NO .Z OF 'J PAGES
2. Payment, shall be as follows:
o Payment for the work provided by the Consultant as part of this
supplement shall be made for an additional $4,989.43. The total amount
for the Consultant for this contract shall not exceed $41,382.28 without
express written modification of the Agreement signed by the City.
DATED this 11 day of 0c-+0
, 2017.
CITY OF UKWILA CONSULTANT
By: ,/(6(4,---./2_ 611—S
FgC
Allan kberg; IClayor
(W:Projects/04sw08/Supplmental Agreement 9
APS)
Printed Name: Richard L. Ballard
Title: Director
ORIGINAL, LPAGE NO_L_OFF PAGES
EXHIBIT A
City of Tukwila
Supplemental Agreement No. 3 to Agreement No. 16-054
2016 Central Business District Sanitary Sewer Rehabilitation Project - Design
Fee Estimate
Description
Classification
Total
Hours
Total Labor
Total Expense
Total Cost
'Task 1 Technical Specifications for UV CIPP
27 $ 4,705 $ 284 1 $ 4,989.43
Supplemental Agreement No. 3 to Agreement No. 16-054
27
$ 4,705.00
$
284
$ 4,989.43,
J:\Data\TUK\116-071\ContracMniend No. 3\Supp Agmt_No. 3_FEE_2016 CBD Sewer Rehab.xlsm
9/19/2017 12:46 PM
ORIGINAL 1 PAGE NO I OF 4- -PAGES
16- 054(b)
Council Approval N/A
SUPPLEMENTAL AGREEMENT NUMBER 2 to /.
CONSULTANT AGREEMENT NUMBER 16 -054 hj
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City ", and RH2 Engineering, Inc. hereinafter
referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions
hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and executed
on, May 2, 2016 and identified as Agreement No. 16 -054. 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:
Scope of Services, for Supplemental Agreement #2 2016 CBD Sanitary Rehabilitation Project
for the City of Tukwila. The purpose of this supplement is to add:
SUPPLEMENTAL AGREEMENT NUMBER 2 to CONSULTANT
AGREEMENT NUMBER 16 -054
Task 1— Additional CIP Planning
Objective: Revise project to fit into modified 2017 budget.
Approach:
1.1. Iteratively eliminate portions of completely designed project until the revised project is
within the City's reduced 2017 budget.
RH2 Deliverables:
• Cost estimates of alternative design packages that meet the City's revised budget, and
email and phone correspondence with City regarding scheduling the pipe segments with
the greatest criticality.
Task 2 — Bid Document Modifications
Objective: Modify previously completed set of plans and bid documents to be consistent with
reduced scope project consistent with revised CIP determined in Task 1.
Approach:
2.1. Delete portions of project from completed plan set and specifications and move some to
additive bid alternative. Produce plans and bid documents in the revised format.
RH2 Deliverables:
• Revised plans and bidding documents.
(W:Projects /04sw08 /Supplmental Agreement 9
APS)
/S�oja /6,4//kLs-
ORIGINAL t PAGE NO Z OF +PAGES
1. Time for Performance, the completion date of the work shall be December 31, 2017.
2. Payment, shall be as follows:
o Payment for the work provided by the Consultant as part of this
supplement shall be made for an additional $5,006.50. The total amount for
the Consultant for this contract shall not exceed $36,392.85 without
express written modification of the Agreement signed by the City.
DATED this 3 (?f day of 6"1i , 2017.
CITY OF TU .WILA
CONSULTANT
A
erg, Mayor
(W:Projects /04sw08 /Supplmental Agreement 9
APS)
Printed Name: Richard L. Ballard
Title: Director
EXHIBIT A
City of Tukwila
Supplemental Agreement No. 2 to Agreement No. 16-054
2016 Central Business District Sanitary Sewer Rehabilitation Project - Design
Fee Estimate
ORIGINAL PAGE NO 3 OF +-PAGES
Description
Total
Total Labor
Total Expense
Total Cost
Hours
Classification
Task 1 ADDITIONAL CIP PLANNING
51,474.00 $174.35 5 1,648.35
Task 2 BID DOCUMENT MODIFICATIONS
1 18 1
52,894.00 1 $464.15 1 $ 3,358.15
Total Supplemental Agreement No. 2 to Agreement No. 16 -054 I 26 1 $4,368.00 $638.50 I $ 5,006.50
J .1Data \TUM116-0711Contraot\Amend No. 21SUpp Agmt_N0. 2_FEE_2016 CBD Rehab.xlax 12/21/2016 12:41 PM
ORIGINAL PAGE NO 4-OF 41PAGES
EXHIBIT B
RH2 ENGINEERING, INC.
2017 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional I
$137
$ /hr
Professional II
$151
$ /hr
Professional III
$161
$ /hr
Professional IV
$172
$ /hr
Professional V
$185
$ /hr
Professional VI
$197
$ /hr
Professional VII
$213
$ /hr
Professional VIII
$223
$ /hr
Professional IX
$223
$ /hr
Technician I
$98
$ /hr
Technician II
$104
$ /hr
Technician III
$132
$ /hr
Technician IV
$140
$ /hr
Administrative I
$67
$ /hr
Administrative II
$79
$ /hr
Administrative III
$94
$ /hr
Administrative IV
$111
$ /hr
Administrative V
$131
$ /hr
CAD /GIS System
$27.50
$ /hr
CAD Plots - Half Size
$2.50
price per plot
CAD Plots - Full Size
$10.00
price per plot
CAD Plots - Large
$25.00
price per plot
Copies (bw) 8.5" X 11"
$0.09
price per copy
Copies (bw) 8.5" X 14"
$0.14
price per copy
Copies (bw) 11" X 17"
$0.20
price per copy
Copies (color) 8.5" X 11"
$0.90
price per copy
Copies (color) 8.5" X 14"
$1.20
price per copy
Copies (color) 11" X 17"
$2.00
price per copy
Technology Charge
2.50%
% of Direct Labor
Mileage
$0.535
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
Rates listed are adjusted annually.
4,
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
ORIGINAL I PAGE NO I OF I PAGES
Agreement Number:
16-054(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and RH2 Engineering, Inc.
That portion of Contract No.16 -054 between the City of Tukwila and RH2 Engineering, Inc.
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 L day of ,e-Ge_nn , 20 1
CITY OFTU, ILA
Allan Ekberg, Mayor
ATTEST /AUTHENTICATED
Christy O'Flaherty, MMC, City Clerk
CONTRACTOR
Printed ame: )/ 1
/Sid I o?C/106 /rci S
Page 1 of 1
City of Tukwila
ORIGINAL 1 PAGE NO I OF I l7 PAGES
16 -054
Contract Number: Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA 98188
CONSULTANT AGREEMENT FOR DESIGN SERVICES FOR THE CBD SEWER
REHABILTATION PROJECT
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and RH2 Engineers, hereinafter referred to as "the Consultant ", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform design services in
connection with the project titled CBD Sewer Rehabilitation Project.
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 December 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 December 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 $31,386.35 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.
/ 5-61,01 a. a iG7ti/4-e--s
ORIGINAL 1 PAGE NO Z OF 10 PAGES
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and
damages caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at
law or in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute
form providing equivalent liability coverage. If necessary, the policy shall be
endorsed to provide contractual liability coverage.
CA revised : 1 -2013
Page 2
ORIGINAL 1 PAGE NO OF tD PAGES
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self - insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or
otherwise deducting federal income tax or social security or for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
CA revised : 1 -2013
Page 3
ORIGINALJPAGE NO OF OF 10 PAGES
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
ORIGINAL I PAGE NO 5 OF I O PAGES
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:
RH2 Engineering
22722 29th Drive SW, Suite 210
Bothell, WA 98021
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 d2"( day of Maj , 20/ (v .
CITY OF TUKWILA
Mayor, Allan Ekberg
Attest/Authenticated:
City Clerk, Christy O'Flaherty
CA revised : 1 -2013
CONSULTANT
By: 1 ` /✓1df
Printed Name:
Title: I (C cd
_,-.012- 1. Aker o
Approved as to Form:
fice of the City Attorney
Page 5
ORIGINAL t PAGE NO `l0 OF_j_Q__PAGES
EXHIBIT A
Scope of Work
City of Tukwila
2016 Central Business District Rehabilitation
Final Design and Services During Bidding
January 2016
Background
The City of Tukwila (City) has programmed yearly upgrades to the wastewater collection system in
their Central Business District (CBD). The pipe in the CBD has been especially prone to failure
because of its 50- to 60 -year age, material of construction (asbestos- cement), and submergence below
the groundwater table. The City conducted one major cured -in -place -pipe (CIPP) project in 2014, and
is just beginning construction on a second round. This Scope of Work is for designing the third round
of pipeline improvements to be performed in 2016, which is approximately 7,900 linear feet of sewer
main between Tukwila Parkway and Strander Boulevard and between Southcenter Parkway and
Christensen Road, as follows:
Task 1— Plans and Specifications for 2016 CBD Rehabilitation
Objective: Prepare base maps and develop plan sheets, technical specifications, bid documents, and
a cost estimate for the construction of CIPP lining.
Approach:
1.1. Conduct one (1) project initiation meeting and two (2) design review meetings (project
manager and project engineer) with the City's engineering and operations staff prior to the bid
advertisement.
1.2. Prepare preliminary plan sheets for the CIPP lining of existing gravity sewer at 1 -inch-
equals -50 -feet plan scale, based on City- identified sewer pipelines that need CIPP lining. Plans
will note pipe runs to be lined and will use geographic information system (GIS) files provided
by the City as the base map. It is assumed that the CIPP contractor will submit traffic control and
temporary wastewater bypass plans for approval during the construction phase. Specify flow rates to be
bypassed, based on information from the City. Estimate the quantity of required bid items to
construct the project and write payment descriptions for each item. Prepare preliminary
engineer's estimate of probable construction costs for the proposed improvements, based on
historical costs of similar projects in the vicinity, where possible. Present preliminary review
set, including the preliminary cost estimate for City review.
1.3. Prepare 95- percent review sets of plans, technical specifications, bid documents, and
construction cost estimate, based on City review comments. The CIPP lining will be split into two
parts: 1) base bid; and 2) bid alternate. The bid alternate work is to include work to be performed if the bid
prices are within the City's budget. A schedule of pipe sire, length, and material will be prepared for the pipes
identified in the base bid and bid alternate. Assemble PDFs of technical specifications and construction contract
documents for the CIPP lining. Technical specifications are to be based on the Washington State Department
of Transportation / American Public Works Association (JVSDOT /APWA) format. Technical
specifications are to be based on the 2016 edition of the Standard Specifications for Road, Bridge, and
Municipal Construction. Perform internal quality control on the plans and technical specifications
1
1/19/2016 12:14:19 PM J: \Data \TUK \S40 \2016 Sewer Rehab \PSA_SOW _2016 CBD Rehab .docx
City of Tukwila
2016 CBD Rehabilitation — Final Design and SDB
ORIGINAL 1 PAGE NOn_OF 10 PAGES
Exhibit A
Scope of Work
and integrate edits. Present 95- percent review sets of plans, technical specifications, bid
documents, and construction cost estimate for City review.
1.4. Finalize plans, technical specifications, bid documents, and construction cost estimate, based
on City review comments.
Participation or Information Needed from City:
• Attendance at project initiation meeting and design review meetings by members of City's
engineering and operations staff.
• Red -line comments on draft plan sets. Comments can be delivered to RH2 electronically via
email or file- sharing site using marked -up PDF files (preferred). Alternatively, red -lined hard
copies can also be used.
• GIS files of project area showing aerial imagery, existing pipelines, their diameters, manhole
rim and invert elevations, and pipe material, if any were updated since these were previously
provided. The clarity of the aerial imagery must be sufficient to allow bidders to plan areas
for traffic and wastewater diversions during lining operations.
• Video inspection records (both video and hard -copy summaries) of all pipelines to receive
CIPP lining, if available.
• Review of plans.
• Pump station flow rate records in the project area indicating approximate peak -hour
wastewater flow rates in the pipelines to receive CIPP lining.
Information Previously Provided by the City:
• Identification of existing gravity sewer pipelines needing CIPP lining.
• GIS files of project area showing aerial imagery, existing pipelines, their diameters, manhole
rim and invert elevations, and pipe material.
• Sewer Map Book for the lines to receive CIPP.
RH2 Deliverables:
• Attendance at three (3) meetings.
• Base maps and preliminary design. Preliminary cost estimate based on preliminary design.
This will be provided electronically via email or file- sharing site (using PDF files) for review.
• PDF files of 95- percent plans, technical specifications, bid documents, and construction cost
estimate (provided electronically via email or file- sharing site) for final review.
• PDF files of final plans, technical specifications, bid documents, and construction cost
estimate (provided electronically via email or file- sharing site).
• Three (3) hard copies of final plans (half - size), technical specifications, bid documents, and
construction cost estimate.
2
1/19/2016 12:14:19 PM J: \Data \TUK \S40 \2016 Sewer Rehab \PSA_SOW 2016 CBD Rehab .docx
City of Tukwila
2016 CBD Rehabilitation — Final Design and SDB
ORIGINAL PAGE NO t OF t 0 PAGES
Exhibit A
Scope of Work
Task 2 — Services During Bidding
Objective: Assist the City and project bidders during the bidding phase for the 2016 CBD
Rehabilitation project.
Approach:
2.1. Convert bid package to PDF preferred by Builders Exchange of Washington (BXWA) and
upload to BXWA's website.
2.2. Respond to questions from bidders and City during the bidding phases via phone and email.
2.3. Prepare up to one (1) addendum to modify bid documents and to provide clarification, if
needed.
Assumptions:
• Because the project documents will be uploaded to BXWA, no hard copies of bid sets will be provided to
bidders.
RH2 Deliverables:
• Preparation of one (1) addendum, if needed.
• Responses to technical questions.
Task 3 — Project Management Services
Objective: Coordinate with City staff; monitor scope, budget, and schedule; review and issue
invoices; and maintain project files and records.
Approach:
3.1. Coordinate with City staff regarding schedule, progress, and technical questions.
3.2. Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status
updates.
3.3. Maintain project records and project files.
Time for Performance
The estimated completion date of the work is December 31, 2016.
Payment
Payment for the work provided by the consultant as part of this contract shall be in the amount of
$31,386.35.
3
1/19/2016 12:14:19 PM J: \Data \TUK \S40 \2016 Sewer Rehab \PSA_SOW 2016 CBD Rehab .docx
c
ld
ate+
F9
s
d
W m
0
y IA
CO m
7 13
CO
3 ` 0 • m
1— • d d
O L7 O N
R
lJ N I. LL
DA
Vf
Oi
O
00
V?
O
01
ti
00
V?
m
H
V?
00
V
O
01
00
V?
CO
CO
ri
N
00
✓ }
00
00
ti
N
V?
O
ti
a-1
N
V?
O
0
.ti
V?
00
CO
CO
h
V?
N
V?
V?
V?
V?
O
O
00
N
V/
O
O
N
O
m
uT
O
O
Q
01
1D
V?
O
O
n
V?
O
O
00
ti
00
V?
r0/1
N
00
00
N
PLANS AND SPECIFICATIONS FOR 2016 CBD REHABILITATION
ti
Y
CO
00
C
0)
0/
01
c
m
0
N
O
00
0)
C
'E
0)
0
d
0
u
V
0)
m
E
00
N
C
00
w
E
0)
0
0)
0
E
d
0.
01
E
W
0
U
a_0
U
C
O
v
m
0
C
E
u
00
00
0
u
0_
c
r
F
n.
LL
-
N
IA to 00 (0
a a CO 01
00 N 00 O
n N N rn
•
m i r' ri
O
00
a
0
U1
o v1
(0 o
01 n1
m 1D
00 RY
N N V? V? V? V? V? V}
*Zr.
0
01
N
V?
01
CO
rti
V?
00 m
V?
Vf
V?
V?
V?
O
O
N
N
O
O
O
r1
V?
O
O
00
O
1
V?
O
O lO
1
V?
N
h
h
01
SERVICES DURING BIDDING
N
F-
X
CO
0
0.
00
D_
0
c
E
O
a,
C
U
E
-c
0i
0
a
0.
D`
O
N
CO
V1
O
h
N
V?
O
m
m
V?
0
O
m
ti
V?
of
O
O
t0
O
00
N
V?
O
O
LD
H
N
V?
V?
O
O
O
O
1
V?
V?
O
O
O
00
V?
0
PROJECT MANAGEMENT SERVICES
O
71
I
c
L
u
F-
0
CO
O
0.
0i
-=0
v
00i
c
O
OD
00
CO
in
T
U
0)
O
0
01
00
m
0
0
0
c
O)
0
c
(0
a
m
ORIGINAL I PAGE NO °I OF I 0 PAGES
1/19/2016 12:07 PM
J: \Data \TUK /S40\2016 Sewer Rehab \PSA_FEE_2016 CBD Rehab.xlsx
ORIGINAL L PAGE NOLOFL_pAGES
EXHIBIT C
RH2 ENGINEERING, INC.
2016 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional 1
$137
$ /hr
Professional II
$150
$ /hr
Professional 111
$159
$ /hr
Professional IV
$170
$ /hr
Professional V
$180
$ /hr
Professional VI
$189
$ /hr
Professional VII
$204
$ /hr
Professional VIII
$213
$ /hr
Professional IX
$213
$ /hr
Technician I
$96
$ /hr
Technician II
$101
$ /hr
Technician III
$129
$ /hr
Technician IV
$137
$ /hr
Administrative I
$65
$ /hr
Administrative II
$77
$ /hr
Administrative III
$92
$ /hr
Administrative IV
$108
$ /hr
Administrative V
$128
$ /hr
CAD /GIS System
$27.50
$ /hr
CAD Plots Half Size
$2.50
price per plot
CAD Plots Full Size
$10.00
price per plot
CAD Plots Large
$25.00
price per plot
Copies (bw) 8.5" X 11"
$0.09
price per copy
Copies (bw) 8.5" X 14"
$0.14
price per copy
Copies (bw) 11" X 17"
$0.20
price per copy
Copies (color) 8.5" X 11"
$0.90
price per copy
Copies (color) 8.5" X 14"
$1.20
price per copy
Copies (color) 11 X 17"
$2.00
price per copy
Technology Charge
2.50%
% of Direct Labor
Mileage
$0.540
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
1/1420162:21 PM