Loading...
HomeMy WebLinkAboutReg 2017-11-20 Item 4L - Agreement - Martin Luther King Jr Way South Water Main Design with Carollo Engineers for $69,967COUNCIL AGENDA SYNOPSIS Initials Meeting Date Prepared by Mayor's review Council review 11/20/17 RT DLi2..N 11 Motion Date 11/20/17 • Resolution ❑ Ordinance Mtg Date • Bid Award • Public Hearing ❑ Other Mtg Date Mtg Mtg Date Mtg Date Mtg Date ITEM INFORMATION ITEM No. 4.L. CAS NUMBER: STAFF SPONSOR: ROBIN TISCHMAK ORIGINAL AGENDA DATE: 11/20/17 AGENDA ITEMTITLI Martin Design Luther King Consultant Jr Way S Water Agreement Main with Carollo Engineers CATEGORY ❑ Discussion Mtg Date 11 Motion Date 11/20/17 • Resolution ❑ Ordinance Mtg Date • Bid Award • Public Hearing ❑ Other Mtg Date Mtg Mtg Date Mtg Date Mtg Date SPONSOR D Council ❑ Mayor ❑ HR • DCD ❑ Finance • Fire ❑ IT ❑ P&R ❑ Police ►1 Pr SPONSOR'S Council is being asked to approve the design consultant agreement with Carollo Engineers SUMMARY for the Martin Luther King Jr Way S Water Main Replacement Project. Carollo Engineers was selected from five consulting firms. This project will replace/repair the 12" watermain along Martin Luther King Jr Way South. Council is being asked to approve the Carollo Engineers design consultant agreement for $69,967.00. REVIEWED BY 1 COW Mtg. Cmte ❑ CA&P Cmte ❑ F&S Cmte ❑ Parks Comm. COMMITTEE CHAIR: 11 Transportation Cmte ❑ Utilities DATE: 11/14/17 • Arts Comm. ❑ Planning Comm. DE'SEAN QUINN (ACTING) RECOMMENDATIONS: SPONSOR/ADMIN. COMMPI"TEE Public Works Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $69,967.00 $70,000.00 $0.00 Fund Source: 401 WATER FUND (PAGE 69, 2017 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 11/20/17 MTG. DATE ATTACHMENTS 11/20/17 Informational Memorandum dated 11/09/17 Consultant Rating Sheet page 69, 2017 CIP Carollo Engineers' Consultant Agreement Minutes from the Transportation & Infrastructure Committee meeting of 11/14/17 111 112 City of Tukwila Public Works Department - Bob Giberson, Director INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Committee FROM: Robin Tischmak, Acting Public Works Director BY: Mike Cusick, Senior Program Manager CC: Mayor Ekberg DATE: November 9, 2017 SUBJECT: Martin Luther Kina Jr Way S Water Main Project No. 90640102 Design Consultant Selection and Agreement Allan Ekberg, Mayor ISSUE Approve Carollo Engineers for the design of the Martin Luther King (MLK) Way S Water Main Project. BACKGROUND During the construction of Sound Transit's light rail along MLK Way S, the existing 12" D.I.P. watermain was found to be heavily covered in corrosion and in need of being replaced or relined. ANALYSIS & FISCAL IMPACT The City invited Requests for Professional Qualifications from five consulting firms that were listed in the Municipal Research and Services Center's Consultant Roster. Only two RPQ's were received for the project from Carollo Engineers and PACE Engineers. After reviewing the RPQ'S, Carollo Engineers was selected to design the MLK Way S Water Main Project. Carollo Engineers has completed other design projects for the City and their work has been satisfactory. Consultant Design Agreement Budget Martin Luther King Jr. Way S Water Main Design $ 69,967.00 $ 70,000.00 RECOMMENDATION Council is being asked to approve the consultant agreement with Carollo Engineers for the design of the Martin Luther King Jr. Way S Water Main Project in the amount of $69,967.00 and consider this item on the Consent Agenda at the November 20, 2017 Regular Meeting. Attachments: Consultant Rating Sheet Page 69, 2017 CIP Consultant Agreement with Scope of Work W:\PW Eng \ PROJECTS \A- WT Projects\MLK WATERLINE (90640102)\ Info Memo MLK Water Main 110917 SM.docx 113 114 12 -Jun -17 MLK WATER LINE CONSULTANT SELLECTION Mike Cusick • mac, in Qo r oa c Q P9 aci, a�� Q t�aQo O,ac tiara 2t r\s, `��a�a� O,e�a�� �� (o" Pr Pc Carollo is selected for the project. No response No response No response 10 10 10 10 10 10 Carollo 10 9 9 9 9 9 55 1 Pace 9 9 9 9 9 9 54 2 RH2 0 0 0 0 0 0 0 0 Parametrix 0 0 0 0 0 0 0 0 OTAK 0 0 0 0 0 0 0 0 Carollo is selected for the project. No response No response No response CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2017 to 2022 PROJECT: Martin Luther King Jr Way S Water Main Project No. 90640102 DESCRIPTION: Design and construct replacement of 800 LF of 12" water line and hydrants. During the construction of Sound Transit light rail along Martin Luther King Jr Way South, the existing JUSTIFICATION: 12" D.I.P. waterline was found to be heavily covered with corrosion. STATUS: Design will begin in 2017 with construction in 2018. MAINT. IMPACT: A relined pipe will reduce the risk of failure. COMMENT: Project will require a franchise agreement with WSDOT for existing waterline located in WSDOT right-of-way. FINANCIAL Through Estimated in $000's 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL EXPENSES Project L ocation , _ . 5 ;�� 6 NSS c c s3) r ``\ A % i.;/.S1 Design 1 tl, 2St 70 iY • 71 Land (R/VV) Q S1 1 St ( �[y 6 A D D 6 pp4 1111111k eeeee 0 Const. Mgmt. I 40 40 Sa75 t 0 _,,,,,8 ' '1 — i ase 80 Construction 273 116 389 TOTAL EXPENSES 1 0 70 313 156 0 0 0 0 540 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 1 0 70 313 156 0 0 0 0 540 TOTAL SOURCES 1 0 70 313 156 0 0 0 0 540 2017 - 2022 Capital Improvement Program 116 69 Project L ocation , _ . 5 ;�� 6 NSS c c s3) r ``\ A % i.;/.S1 tl, 2St D _. D m D iY • -�� Ii all, Q S1 1 St ( �[y 6 A D D 6 pp4 1111111k eeeee O I 6 i !,, 512$.SLn co N S 12 ` Sa75 t 0 _,,,,,8 ' '1 — i ase _.\ ® 2017 - 2022 Capital Improvement Program 116 69 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Carollo 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 engineering services in connection with the project titled Martin Luther King Jr. Way South Water Main. 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 , 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 January 31, 2018 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 $69,967 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. 117 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, to the extent caused by the negligent 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. 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. CA revised : 1-2013 118 Page 2 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 Tess 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. 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 orr 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. CA revised : 1-2013 Page 3 119 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. 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: Carollo Engineers, Inc. 1218 Third Avenue, Suite 1600 Seattle, WA 98101 18. The Consultant shall not be responsible for warranties, guarantees, fitness for a particular purpose, breach of fiduciary duty, loss of anticipated profits or for economic, incidental or consequential damages to the City or any third party arising out of breach of contract, termination, or for any other reason whatsoever. Additionally, the Consultant shall not be responsible for acts and decisions of third parties, including governmental agencies, other than the Consultant's subconsultants, that impact project completion and/or success. 19. Third Parties. The services to be performed by the Consultant are intended solely for the benefit of the City. No person or entity not a signatory to this Agreement shall be entitled to rely on the Consultant's performance of its services hereunder, and no right to assert a claim against the Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of the Consultant's services hereunder. CA revised : 1-2013 120 Page 4 20. 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. CA revised : 1-2013 Page 5 121 DATED this day of , 20 CITY OF TUKWILA Allan Ekberg, Mayor CONSULTANT Printed Name: ' J. Waligorski, P.E. Titled Associate Vice President By: Printed Name: Brian R. Matson, P.E. Title: Senior Vice President Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1-2013 122 Page 6 EXHIBIT A SCOPE OF SERVICES ENGINEERING SERVICES FOR THE CITY OF TUKWILA DESIGN OF THE MLK WATER MAIN REPLACEMENT PROJECT SCOPE OF SERVICES The following Scope of Services has been developed to assist the City of Tukwila (City) with the design and construction of the MLK Water Main Replacement Project. The following tasks under this Scope of Services has been prepared based on Carollo Engineers' (Consultant) current understanding of the proposed project, previous efforts by the Consultant team members on other water projects, and discussions with City staff. PROJECT BACKGROUND The City of Tukwila (City) is replacing approximately 800 feet of 12 -inch ductile iron water main along Martin Luther King Jr. Way South (MLK) from South Boeing Access Road to the Seattle City boundary. The dead-end water main serves customers and hydrants along MLK before turning west on South 104th Place. As such, water service will need to be maintained during construction. The overlaying roadway and sidewalks are concrete and in relatively good condition.. Sound Transit's Tight rail runs adjacent to the water main on an elevated track. The City's Water System Plan has identified a goal to serve 1,500 gallons per minute fire flow from the completed water main. The water main currently operates at approximately 140 pounds per square inch (psi) pressure and the City would like to test this water main at 200 psi. Trenchless pipe replacement options is being sought to limit the need to repave/replace existing roads and sidewalks, minimize traffic disruptions during construction, and limit overall project costs. PROJECT ASSUMPTIONS • Carollo Engineers, Inc., will be referred to as "Consultant" in this document. • The City of Tukwila and its staff will be referred to as "City" in this document. • All meetings will be held at the City offices or at the project site unless otherwise specified. • Draft deliverables will be provided in electronic copy (PDF and/or Microsoft (MS) Word) transmitted via email or secure file transfer. • Meeting notes and related materials will be transmitted electronically in MS Word and PDF formats via email. • The City will print and produce additional copies of all documents as necessary for its use beyond what will be provided by the Consultant as stated within this scope of services. • The City will provide available information related to the project and as requested by the Consultant in a timely manner. The City will furnish Consultant available studies, reports, and other data pertinent to Consultant's services; obtain, or authorize Consultant to obtain, or provide additional reports and data as required; furnish to Consultant services of others required for the performance of Consultant's services hereunder, and Consultant shall be entitled to use and rely upon all such information and services provided by the City or others in performing Consultant's services under this Agreement. pw:l\CarollolDocumentsl 123 EXHIBIT A • The Consultant shall perform the services required hereunder in accordance with the prevailing engineering standard of care by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Washington. • The City shall arrange for access to and make all provisions for the Consultant to enter upon public and private property as required for Consultant to perform services hereunder. • In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the Consultant has no control over cost or price of labor and material; unknown or latent conditions of existing facilities that may affect construction costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, Consultant makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions, analyses, projections, or estimates. PROJECT TASKS Exhibit A and B establish the Scope of Services, level of effort, and authorization to complete the design and bidding support for the MLK Water Main Replacement project. This Scope of Services does not cover Bidding Support or Construction Services. This Scope of Services is divided into the following tasks: Task 100 - Project Management Task 200 - Preliminary Design Task 300 - Design Task 400 - Bidding Support (Future) Task 500 - Construction Services (Future) The specific tasks are discussed in detail in the text that follows. SCOPE OF SERVICES DETAIL TASK 100 - PROJECT MANAGEMENT The objective of this task is to manage and coordinate engineering and related services required for Project completion in accordance with the schedule, budget, and quality expectations that are established. Task 100 includes the following activities: • Prepare an abbreviated PMP document that describes project roles and responsibilities, lists contact information for the project team, describes communication protocols, quality management, and includes the scope of services, schedule, and budget. Project schedule will be updated as necessary throughout the project to reflect current progress. • Manage the Project team to track time and budget, work elements accomplished, work items planned for the next period, manpower, scope changes, and time and budget needed to complete this Scope of Services. • Prepare monthly project status reports that compare work accomplished with schedule activities and compare expenditures with task budgets, and submit reports to the City's Project Manager with monthly invoices. pw:llCarollolDocumentsl 124 EXHIBIT A Task 100 Assumptions: 1. It is anticipated that the project duration will be 3 months. 2. Consultant will develop meeting materials, agenda, attend meetings, and develop meeting minutes. Task 100 Deliverables: 1. Project Management Plan summary in PDF format. 2. Monthly invoices and progress reports in PDF format. 3. Updated project schedules in PDF format. TASK 200 - PRELIMINARY DESIGN The objective of this task is to collect all available information, verify existing utilities within the project area, identify potential conflicts, and to verify existing hydraulic conditions. • Conduct initial site workshop to identify existing information needs and to verify design requirements. The site workshop will serve as the project kick-off meeting. • Coordinate utility locating to be complete using One -Call system. This task assumes that the City will call in locates based on locations identified by Consultant. • Perform topographic survey of proposed excavation locations for the replacement of the existing 12 -inch ductile iron water main. • Verify existing utilities and surface features in locations where excavation work is not anticipated. • Update hydraulic model based on survey. City to conduct hydrant flow test for the MLK main. Calibrate model to the hydrant test. Perform hydraulic analysis to confirm available fire flow and system pressures. • Research alternative materialsfor the possible water main replacement. This task assumes that three (3) material options will be researched: HDPE, FPVC, and CIPP, and that slip lining the existing water main is the only feasible option for replacement. In the event that slip lining does not meet the design flow criteria, the City will reevaluate alternative options for providing service to the affected area. • Prepare a short draft Preliminary Design letter. • Conduct internal QA/QC. • Attend a Preliminary Design Workshop to present the draft preliminary design letter. • Prepare a comment design response. • Prepare a final Preliminary Design letter. Task 200 Assumptions: 1. The City will provide all available record information, including surveys, drawings, studies, and geotechnical reports for 12 -inch water main. 2. This task will include no more than three (3) alternatives. 3. The design criteria meeting will coincide with the information data review/request meeting. 4. No geotechnical explorations are anticipated for this scope of work. 5. No environmental assessments are required for this scope of work. 6. No easements will be required for this work. 7. The City will perform the hydrant flow testing and will be responsible for disposal of the water. pw:000arollolDocuments1 125 EXHIBIT A 8. The City will be responsible for calling in the One -Call locates. 9. In the event that the flow analysis determines that slip lining the existing water main does not meet the design criteria, the City will reevaluate how to provide service to the affected area, pipe splitting is assumed to not be feasible due to the depth of the existing line and proximity of adjacent utilities. Task 200 Deliverables: 1. Draft and final Preliminary Design letter in PDF format. TASK 300 — DESIGN The objective of this task is to provide draft and final design drawings, technical specifications, and opinions of probable construction cost (OPCC). This task includes the following activities: • Attend design workshops prior to submitting 50% and 90% design submittals to identify and address design concerns. • Prepare and submit design drawings, specifications/contract documents, and OPCC to the City at 50%, 90%, and final design stages. • Conduct internal reviews of 50%, 90%, and final design packages prior to submittal to the City. • Develop and maintain a Decision Log to record key decisions made by the City and others during the project to document the evolution of the design. • Develop and maintain a Record of Comment Log to track City review comments and Consultant's responses for all project deliverables. • Assist the City with the preparation of permit package for submittal to WSDOT: This task assumes that the City will take the lead in preparing the permit package and will submit the permit and pay all associated fees. Task 300 Assumptions: 1. Specifications will be prepared using WSDOT style specifications. 2. The City will provide front-end documents to be used to bid the project. Carollo will provide and stamp only the Technical Specifications for the project. 3. No easements will be required for the project. 4. The draft design drawings and specifications will be stamped by a professional engineer licensed in the State of Washington, but will not be signed or dated. 5. The Final bid documents will be stamped and signed by a professional engineer licensed in the State of Washington. 6. OPPC's will be subject to the levels of accuracy and contingency percentages recommended by the former Association for the Advancement of Cost Engineering (AACE) for different design levels. 7. No additional environmental studies will be required by outside permitting agencies. 8. If required, the City will be the lead agency for the SEPA Checklist and determination. 9. The WSDOT permit will be prepared and submitted by the City, including the payment of all fees. 10. If required, the City will prepare the DOH project report for their files. Task 300 Deliverables: 1. Electronic half-size copies of the 50%, and 90% design drawings, specifications and OPCC in PDF format. pw:llCarollolDocumentsl 126 EXHIBIT A 2. Decision Log in Excel format. 3. Record of Comment Log in Excel format. 4. Electronic copy of the Final bid documents in PDF format. 5. Design workshop meeting agendas and minutes in electronic PDF format. 6. Exhibits and figures required for permit applications in electronic PDF format. TASK 400 — BIDDING SUPPORT (FUTURE) Following the design of the project, the City may request budding support services. This task would provide assistance to the City during the bidding and award process. It is understood that the City would lead this task with the Consultant providing technical support through the tasks outlined below. • Assist the City with responses to prospective bidder's questions during the bidding period. • Assist the City with the preparation of up to two (2) addenda (as needed). • Attend the bid opening and provide input on the apparent low bidder. TASK 500 — CONSTRUCTION SERVICES (FUTURE) Following the design and bidding of the project, the City may request construction support services. This task would provide general discussion, submittal reviews of specialized work, and prepare draft and final Construction Record Drawings (CRD's). The Consultant would also provide review and response to Contractor generated Requests for Information (RFI's) and/or change order requests on an as needed basis. It is assumed that the City would take the lead on the construction observation of the project. The Construction Services would include the following tasks: • Attend the preconstruction meeting to be led by the City. • Perform submittal review and provide responses. • Review and respond to any Contractor generated RFI's or Change Order requests on an as needed basis. • Consultant will provide onsite construction support. This task assumes that the City will lead the construction observation and that the Consultant will provide onsite support of specialized activities on an as needed basis. • Attend up to four (4) construction meetings to be held onsite or at the City. • Prepare draft and final Construction Record Drawings (CRD's). pw:llCarolloIDocumentsl 127 128 City of Tukwila MLK Water Main Replacement Project Exhibit B - Schedule of Char TASK / DESCRIPTION ai ED Y c0 U N c E a Y a --I - N 4 m '- t 2 s o -w c c(0 co a m o o .� m m .� `m o o a) 2 2 2 Q c Qa0) N g o U C� a E CAH (n - t a U OH a m U Total Hours Carollo Labor Cost v Sub Sub Total Cost @ 10 Markup Cost OTHER DIRECT COSTS TOTAL COST TravelTotal and Printing PECE $» 70 Total ODC Total Labor Rate $ 226 $ 205 $ 175 $ 135 $ 226 $ 135 $90 Y4 ..... , xtc'-... ...�, ,_�.�.._._��_-�M•._t.,...�,��._aA _..y._. ., Tasks - - — 100 200 300 — Project Management Preliminary Design 3.0 3.0 0.0 6.0 17.0 21.0 52.0 90.0 2.0 6.0 1.2.0 36.0 0.0 108.0 14.0 150.0 0.0 0.0. 20.0 20.0 0.0 4.0 75.0 79.0 2.0 4.0 22.0 28.0 — 30 .80 277 387 $ 5,503 $ 12,843 $ 41,865 $ 60,211 $ - $ - $ - $4,680 $ 468 $5,148 $ - $ 351 $ 40 $ 936 $ 40 $ 3,241 $ 80 $ 4,528 $ 351 $ 976 $ 3,281 $ 4,608 $ 5,854 $ 18,967 $ 45,146 $ 69,967 Design Total $ - $ - $ - $4,680 $ 468 $ 5,148 10/11/2017 1 of 1 130 City of Tukwila City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes Novemberl4, 2017- 5:30 p.m. - Foster Conference Room, 6300 Building Councilmembers: Staff: Guest: De'Sean Quinn, Acting Chair; Dennis Robertson, Verna Seal Robin Tischmak, Ryan Larson, Greg Villanueva, Mike Cusick, Mike Perfetti, Pat Brodin, Gail Labanara, Moira Bradshaw, Jack Pace, Laurel Humphrey Jeff Pierson, Fehr and Peers CALL TO ORDER: Acting Chair Quinn called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA A. Grant Acceptance: NPDES Stormwater Capacity Grant Staff is seeking Council approval of a grant agreement with the Washington State Department of Ecology for a $50,000 2017-2019 Water Quality Stormwater Capacity Grant. Funds will be used to assist Phase I and II Permittees in implementation or management of municipal stormwater programs and no matching funds are required. UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 20, 2017 REGULAR CONSENT AGENDA. B. 2017 Surface Water Management Program Survey, and Assessment Staff presented the results of the' 2017 Surface Water Management Program Survey and Assessment, which was; performed to comply with the National Pollutant Discharge Elimination (NPDES) Phase 11 permit requirement to measure residential stormwater knowledge and behavior. Hebert Research, inc. conducted the 2017 phone survey which reached 50 businesses and 250 residences. Correct answers to priority 1 issues were less than 50%, priority 2 were between 50-80%, and priority 3 were over 80%. DISCUSSION ONLY. Consultant Agreement: Martin Luther King, Jr. Way South Water Main Staff is seeking Council approval of an agreement with Carollo Engineers in the amount of $69,967.00 for design of the Martin Luther King (MLK) Way South Water Main Project. This project will replace 800 LF of 12" water line and hydrants in an area found to be heavily corroded during the construction of the Sound Transit light rail line. UNANIMOUS APPROVAL. FORWARD TO NOVEMBER 20, 2017 REGULAR CONSENT AGENDA. D. Contract Amendment: Riverton Creek Flapgate Removal Project Staff is seeking Council approval of Supplemental Agreement No. 1 with OTAK, Inc. in the amount of $39,993.00 for the Riverton Creek Flapgate Removal Project. This project will remove two culverts and flap gates where Riverton Creek joins the Duwamish River. A new trail bridge will be installed over the new open channel to improve fish passage. The supplemental agreement will include additional geotechnical exploration, hydraulic modeling, cultural resource investigation, and 131