HomeMy WebLinkAboutReg 2018-04-16 Item 5E - Agreement - 2018-A Commercial Business District Sanitary Sewer Rehabilitation Design with RH2 Engineering for $44,993COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared b_y
Mayors revz
Council review
04/16/18
HH ,/�i
Motion
Date 04/16/18
V\
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
AltsDate
❑ Other
Mtg Date
Mtg
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police
11 PlF
SPONSOR'S Council is being asked to approve the design contract with RH2 Engineering for the 2018-A
SUMMARY CBD Sanitary Sewer Rehabilitation Project. RH2 Engineering was selected from three firms
on the MRSC Consultant Roster. As budget allows, we continue with the ongoing sewer
improvements and this is design for the second portion of 2018, 2018-A. Council is being
asked to approve RH2 Engineering's design consultant agreement in the amount of
$44,993.00.
RI?Vil?WI?D BY ❑ COW Mtg. ❑ CA&P Cmte ❑ F&S Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm.
DATE: 04/16/18 COMMITTEE CHAIR: THOMAS
/1 Transportation
Cmte
❑ Planning Comm.
MCLEOD
ITEM INFORMATION
ITEM No.
5.E.
STAFF SPONSOR: HENRY HASH
ORIGINAL AGENDA DATE: 04/16/18
AGI?NDA ITEM TITI.i 1 CBD Sanitary Sewer Rehabilitation
Design Consultant Agreement with RH2 Engineering for 2018-A
C.\TLGoRY ❑ Discussion
Mtg Date
►1
Motion
Date 04/16/18
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
AltsDate
❑ Other
Mtg Date
Mtg
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police
11 PlF
SPONSOR'S Council is being asked to approve the design contract with RH2 Engineering for the 2018-A
SUMMARY CBD Sanitary Sewer Rehabilitation Project. RH2 Engineering was selected from three firms
on the MRSC Consultant Roster. As budget allows, we continue with the ongoing sewer
improvements and this is design for the second portion of 2018, 2018-A. Council is being
asked to approve RH2 Engineering's design consultant agreement in the amount of
$44,993.00.
RI?Vil?WI?D BY ❑ COW Mtg. ❑ CA&P Cmte ❑ F&S Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm.
DATE: 04/16/18 COMMITTEE CHAIR: THOMAS
/1 Transportation
Cmte
❑ Planning Comm.
MCLEOD
RECOMMENDATIONS:
SPONSOR/ADMIN.
CoNMI
Public Works Department
11t:l: Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
EXPRNDII'URI: REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$44,993.00 $45,000.00 $0.00
Fund Source: 402 SEWER FUND (PAGE 81, 2017 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
04/16/18
MTG. DATE
ATTACHMENTS
04/16/18
Informational Memorandum dated 04/06/18
Consultant Rating Sheet
2017 CIP, page 81
RH2 Engineering's Contract and Scope of Work
Minutes from the Transportation & Infrastructure Committee meeting of 04/09/18
62
City of Tukwila
Allan Ekberg, Mayor
Public Works Department -- Henry Hash, Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director /7(l,l
BY: Mike Cusick, Senior Program Manager
CC: Mayor Ekberg
DATE: April 6, 2018
SUBJECT: CBD Sanitary Sewer Rehabilitation
City Project No. 91140203
Design Consultant Selection and Agreement for 2018-A
ISSUE
Approve RH2 Engineering, Inc. to design the 2018-A CBD Sanitary Sewer Rehabilitation Project.
BACKGROUND
To date the City has re -lined over 10,000 feet of sanitary sewer pipe as part of CBD (Commercial
Business District) Sanitary Sewer Rehabilitation Program. For 2018, the City is under contract to
re -line approximately 4,000 feet of sewer pipe. As the overall sewer project proceeds, we are
completing sections as budget allows. In February 2018, we advertised the first construction
contract, which was awarded to Michels Corporation for $449,633.25. This design agreement will
continue the program for a second bid award in late 2018.
ANALYSIS & FISCAL IMPACT
Staff reviewed Statement of Qualifications from BHC Consultants, CHS Engineers and RH2
Engineering, Inc., which were listed in the Municipal Research and Services Center (MRSC)
Consultant Roster for design and construction management services for sewers. RH2 Engineers
(RH2) was selected for the design of the 2018-A CBD Sanitary Sewer Rehabilitation Project. RH2
has completed other design work for the City in the past and their work was satisfactory.
2018-A CBD Sanitary Sewer Rehabilitation
RH2 Agreement
$44,993.00
2018 Budget
$45.000.00
RECOMMENDATION
Council is being asked to approve the agreement with RH2 Engineering, Inc. in the amount of
$44,993.00 for the 2018-A CBD Sanitary Sewer Rehabilitation Project and consider this item on
the Consent Agenda at the April 16, 2018 Regular Meeting.
Attachments Consultants Rating Sheet
2018 CIP Page 81
Consultant Agreement
Info Memo RH2 Eng 032218W:\PW Eng \PROJECTS\A- SW Projects\CBD Sewer Rehabilitation (91140203)\Info Memo RH2 Eng 032218 docx
63
64
2018 CBD Sewer Rehab Qualification Review (1= Top Choice, 2 = Second Choice, 3 = Third Choice)
Relevant Project Experience
1
1
2
Similar Size Projects
1
1
2
Ability to Coordinate with City Staff
1
2
2
Ability to keep project on schedule and within Budget
1
1
1
Project Team Availability of Key Team Members
1
1
1
Accuracy of Pasted Project
1
1
1
TOTALS
(Lowest Total Score is best)
6
7
9
Firm Rank
(1 - 3, Lowest = Best)
1
2
3
RH2 is Choosen for the 2018 SEWER REHAB PROJECT
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: CBD Sanitary Sewer Rehabilitation Project No. 91140203
DESCRIPTION:
JUSTIFICATION:
STATUS:
MAINT. IMPACT:
COMMENT:
The asbestos concrete pipe in the CBD (commercial business district) is approximately 45 years old and
becoming soft. Stip lining the pipe will reinforce the strength with little impact to roadways and minimal excavation.
If the pipe collapses, the street will have to be excavated and the cost of the repairs will be significant. In the
last five years we have had four major pipe failures on Andover Park West and Andover Park East.
In 2014 and 2015, over 10,500 feet of asbestos sanitary sewer pipe were relined. In 2016 through 2018,
20,000 feet of asbestos sewer is scheduled to be relined.
Reduced maintenance and repair costs.
A Public Works Trust Fund loan was successfully obtained in 2012 for $750k.
FINANCIAL Through Estimated
in $000's
2015 2016 2017
2018
2019
2020
2021
2022
BEYOND TOTAL
EXPENSES
Project Location_
,���, ', .- - "''
1
Design
323
37
45
45
45
1
1,
495
Land (RNV)
1
•
gil
1
Const. Mgmt.
112
85
120
120
120
557
Construction
736
1,540
1,100 1
1,100
1,049
5,525
TOTAL EXPENSES
1,172
1,662
1,265
1,265
1,214
0
0
0
0
6,578
FUND SOURCES
Awarded Grant
0
PW Trust Fund
750
750
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
422
1,662
1,265
1,265
1,214
0
0
0
0
5,828
TOTAL SOURCES
1,172
1,662
1,265
1,265
1,214
0
0
0
0
6,578
2017 - 2022 Capital Improvement Program
66
81
Project Location_
,���, ', .- - "''
1
1
1,
,� .per qd #
NV vj7'1'1
•
gil
2017 - 2022 Capital Improvement Program
66
81
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
9AGE', 0'+.10
Contract Number:
CONSULTANT AGREEMENT FOR
ENGINEERINGS SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and RH2 Engineering, INC (RH2), 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 Engineering Design
services in connection with the project titled CBD Sanitary Sewer Rehabilitation.
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 eETC °J b . 2C-1 + , 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 April 2, 2019 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 $44,993.03 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.
67
fDRiGINAL, PAG is \I
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.
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.
6C6A revised : 1-2013
Page 2
ORIGIN
r: 'H
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.
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.
CA revised : 1-2013
Page 3
69
h
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.
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:
22722 29th Drive SE, 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.
7c6, revised : 1-2013
Page 4
fAc; Es
DATED this day of , 20
CITY OF TUKWILA
Allan Ekberg, Mayor
CONSULTANT
By: .1"
- v
Printed Name: 721-Lyi- 15�yG�e %t
Title:,�'
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1-2013
Page 5
L
71
EXHIBIT A
Scope of Work
City of Tukwila
Central Business District Rehabilitation Phase IV
Final Design and Services During Bidding
March 2018
"
Background
The City of Tukwila (City) has programmed yearly upgrades to the wastewater collection system in its
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, another in 2016, and is
just beginning construction on a third round. This Scope of Work is for designing the fourth round of
pipeline improvements to be performed in 2018, which includes approximately 6,000 linear feet of sewer
main along Andover Park West between Strander Boulevard and Minkler Boulevard and along Strander
Boulevard between Southcenter Parkway and Christensen Road.
Task 1— Plans and Specifications for CBD Rehabilitation Phase IV
Objective: Prepare base maps and develop plan sheets, technical specifications, bid documents, and an
engineer's estimate of probable cost for construction of the 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 a preliminary engineer's estimate of
probable construction costs for the proposed improvements based on historical costs of similar
projects in the vicinity, where possible. Provide 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
(2) parts: 1) base bid; and 2) bid alternate. The bid alternate is to include work to be performed if
the bid prices are within the City's budget. A schedule of pipe size, length, and material will be
prepared for the pipes identified in the base bid and bid alternate. Assemble PDFs of technical
specifications, plans, bid documents, and construction cost estimate for the CIPP lining. Technical
specifications are to be based on the Washington State Department of Transportation/American
Public Works Association (WSDOT/APWA) format. Technical specifications are to be based on the
1
3/9/2018 3:33:46 PM Z:\Bothell\Data\TUK\S40\2018 Sewer Rehab - Phase 4\PSA_SOW_CBD Rehab - Phase 4.docx
72
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
q i PAGE
'E:.Is`ol"Iii ,- PAGE 7; �..H.,...._t....
Exhibit A
Scope of Work
2018 edition of the Standard Specifications for Road, Bridge, and Municipal Construction. Perform
internal quality control review on the plans and technical specifications and integrate edits.
Provide 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.
Assumptions:
• RH2 will rely on the accuracy and completeness of any information, data, or materials provided or
generated by the City or others in relation to this Scope of Work.
Participation or Information Needed from City:
• Attendance at project initiation meeting and two (2) 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 and 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.
• 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.
• Sewer Map Book for the lines to receive CIPP.
RH2 Deliverables:
• Attendance at three (3) meetings.
• Base maps and preliminary design plans. Preliminary cost estimate based on preliminary design.
To 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
3/9/2018 3:33:46 PM Z:\Bothell\Data\TUK\S40\2018 Sewer Rehab - Phase 4\PSA SOW CBD Rehab - Phase 4.docx
73
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
f j
Exhibit A
Scope of Work
Task 2 — Services During Bidding
Objective: Assist the City and project bidders during the bidding phase for the CBD Rehabilitation Phase
IV 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 phase via phone and email, as
requested by the City.
2.3 Prepare up to one (1) addendum to modify bid documents and 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.
• City will pay directly any advertising fees.
RH2 Deliverables:
• PDF file 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.
RH2 Deliverables:
• Teleconference and email communication to coordinate with City staff.
• Monthly invoices and coordinating status updates.
3
3/9/2018 3:33:46 PM Z:\Bothell\Data\TUK\S40\2018 Sewer Rehab - Phase 4\PSA_SOW_CBD Rehab - Phase 4.docx
74
R14 1::.]AL t. PAG. NO AG ES
EXHIBIT B
City of Tukwila
Central Business District Rehabilitation Phase IV
Final Design and Services During Bidding
Fee Estimate
- ,,,�„_,.._ _
Description
I
Total
Hours
Total Labor
Total Subcansultant
Total Expense
IL
Total Cost
Classiflcation
Task 1 PLANS AND SPECIFICATIONS FOR CBD REHABILITATION PHASE IV
204 $ 32,908.00 1 $
- $ 4.865.40 1 $ 37,773.40
Task 2 SERVICES DURING BIDDING
] 23 1 $ 3,796.00 ] $
-1$
100.30 1 $ 3,896.30J
(Task 3 PROJECT MANAGEMENT SERVICES
1 18 1 $ 3,237.001
- 1 $ 86.33 1 $ 3,323.33 1
PROJECT TOTAL
1 245 1 $ 39,941.001 $
- 1 $ 5,052.03 1 $ 44,993.03
Z\BalheiRDO \TUKl54a201e Seem RMab- Phax 41PSA FEE CBD Rehab - Phase 4,ise 3/14/20105:00 PM
75
_-...o..I I u
RH2 ENGINEERING, INC.
2018 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional 1
$138
$/hr
Professional 11
$153
$/hr
Professional III
$164
$/hr
Professional IV
$175
$/hr
Professional V
$191
$/hr
Professional VI
$203
$/hr
Professional VII
$219
$/hr
Professional VIII
$230
$/hr
Professional IX
$230
$/hr
Technician I
$100
$/hr
Technician II
$107
$/hr
Technician III
$132
$/hr
Technician IV
$140
$/hr
Administrative 1
$69
_ $/hr
Administrative II
$81
$/hr
Administrative III
$96
$/hr
Administrative IV
$114
$/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
$0.545
price per mile
(or Current IRS Rate)
Subconsultants
15%
Cost +
Outside Services
at cost
Rates listed are adjusted annually.
76
City of Tukwila
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
April 9, 2018 - 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Thomas McLeod, Chair; De'Sean Quinn, Zak Idan
Staff: David Cline, Henry Hash, Pat Brodin, Steve Carstens, Ryan Larsen, Mike Ronda,
Gail Labanara, Brandon Miles, Laurel Humphrey
CALL TO ORDER: Committee Chair McLeod called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESS AGENDA
A. Consultant Agreement: Water Reservoir & Pump Station
Staff is seeking Council approval of an agreement with Carollo Engineers in the amount of
$46,070.00 for completion of the Water Reservoir and Pump Station Study. Carollo was hired
in November 2017 to study the possibility of Tukwila using extra capacity in Highline Water
District's Crestview Reservoir instead of building a new reservoir to be compliant with state
storage requirements. Carollo needs additional time to compete the study, and this new
agreement will have no financial impact to the design budget as it will use remaining funds.
UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA.
Agreement: Central Business District Sanitary Sewer Rehabilitation Design
Staff is seeking Council approval of an agreement with RH2 Engineering, Inc. in the amount of
$44,993.00 for design of the 2018-A Central Business District (CBD) Sanitary Sewer Rehabilitation
Project. The City has re -lined over 10,000 feet of sanitary sewer pipe as part of this program and is
completing additional sections as budget allows. UNANIMOUS APPROVAL. FORWARD TO APRIL
16, 2018 REGULAR CONSENT AGENDA.
C. Agreement: Central Business District Sanitary Sewer Rehabilitation Construction Management
Staff is seeking Council approval of an agreement with RH2 in the amount of $79,949.00 for
construction engineering/construction management of the CBD Sanitary Sewer Rehabilitation
Project. The City awarded the construction contract to Michels Construction on March 5, 2018
and intends to staff the inspection of this project with consultant services under City project
manager oversight. RH2 Engineering was selected as the most qualified of three firms.
UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018 REGULAR CONSENT AGENDA.
D. Agreement: 2018 Annual Small Drainage Program
Staff is seeking Council approval of an agreement with KPG Inc. in the amount of $79,570.00
for design of the 2018 Small Drainage Program. This program repairs and installs surface water
infrastructure identified through maintenance activities and resident complaints, and for2018
staff has identified five projects for design and three for feasibility as described in the memo.
The 2018 design budget is $80,000. UNANIMOUS APPROVAL. FORWARD TO APRIL 16, 2018
REGULAR CONSENT AGENDA.
77