HomeMy WebLinkAbout18-057 - RH2 Engineering, Inc. - Design the 2018-A Central Business District Sanitary Sewer Rahabilitation0 RIG NAL__ • 7E N0A,..._CDPPAGES
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and RH2 Engineers
SUPPLEMENTAL AGREEMENT NUMBER 2 to CONSULTANT
AGREEMENT NUMBER 18-057
18-057 (b)
Council Approval N/A
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,
April 18, 2018, and identified as Agreement No. 18-057. 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. The time for completion of the project is extended from December 31, 2019, to
December 31, 2020.
DATED this 2-10111 day of NOv.e....r.e% tcser
, 2019.
CITY OF TU WIL CONSULTANT
By,/r
Allan Ekberg, Mayor 3.4 /11
ATTEST/AUTHENTICATED
Cristy O'Flaherty, MMC, City Clerk
Printed Name: Richard L. Ballard
Title: Director
APPROVED AS TO FORM
4
City Attorney
Page 1 of 1
1906
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
18-057(a)
Agreement Number: Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and RH2 Engineers
SUPPLEMENTAL AGREEMENT NUMBER 1 to CONSULTANT
AGREEMENT NUMBER 18-057
THIS SUPPLEMENTAL AGREEMENT is entered in between the City of Tukwila, Washington,
herein -after referred to as "the City", and R112 Engineering, Inc., hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, teims, and conditions hereinafter specified.
The City desires to supplement the agreement entered into with the Consultant and executed on,
April 18, 2018, and identified as Agreement No. 18-057. 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. Modify the items from the Scope of Work as identified in attached Exhibit A and
Exhibit B.
2. The engineering fee authorization will increase by $31,042.65 for a total authorization
amount of $76,035.68.
DATED this 7.32. day of fl411/3.6..
, 2019.
CITY OF TUKWILA CONSUI, FAN l'
Allan Ekberg, May
.13y:.
Printed Name: Richard 1,. Ballard
Title: Director
Page 1 of 1
�����U�U7F �
,_�~�,,,°,, ��
Scope of Work
Amendment No. 1
City of Tukwila
2019K~BD Sewer Main Repairs
May 2019
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 (asbestos cement), and submergence below the groundwater table. The City has conducted
three major cured -in -place pipe (OPP) projects in 2014, 2016, and 2018. However, one sewer main along
Andover Park East (APE) could not be lined during the most recent C|PP project due tothe poor condition of
the sewer main. In addition, one sewer main that had asection previously repaired along StmnderBou|evard
has formed a sag and needs to be repaired prior to being lined with C|PP. For this Scope of Work, RH2
Engineering, Inc., (RH2)will designthe repair and/or replacement of approximately76 linearfeet(LF) of sewer
main along APE at [orLco Drive and approximately LF of sewer main along Stander Boulevard between
Christensen Road and APE.
Task 1— Perform Preliminary Site Investigations and Prepare Plans, Specifications,
and Bid Documents
Objective: Investigate the soil and dewatehngconditimns at project sites as necessary. Prepare base maps
and develop plan sheets, technical specifications, bid documents, and on Engineer's estimate of probable
construction cost for the lO19CBDSewer Main Repairs project.
Approach:
1.1 Conduct one (1) project initiation meeting and two (2) design review meetings (with KHI project
manager) with the City's engineering and operations staff prior to the bid advertisement.
1.2 Investigate previous devvatering field investigation reports near the Stonder Boulevard site. It is
assumed that RH2 will rely on the accuracy and completeness of and base their conclusions on the
previous reports and will not perform any odoYbnno/ƒ/e/dinvestigations.
1.3 Prepare preliminary plan sheets for the repair and/or replacement of the existing gravity sewer at
1-inch equals 20 feet plan scale based on the City -identified sewer pipelines. Plans will note the pipe
runs to be repaired and will use utility locates with field measurements provided by the City as a base
mop. It isassumed that the contractor will submit traffic control and temporary wastewater bypass plans
for approval during the construction phase. Specify f low rates to be bypassed based on information from
the City. Estimate the quantity nfrequired bid items to construct the project and prepare 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.
Submit preliminary review set, including the preliminary estimate of costs, for City review.
1.4 Prepare 95percent review sets of p|on»' technical specifications, bid documents, and estimate of
probable construction cost, based on City review comments. Assemble PDFoftechnical specifications
and construction contract documents for the repair and/or replacement of the existing gravity sewer.
1
City ofTukwila Amendment No. 1
2019 CBD Sewer Main Repairs Exhibit A — Scope of Work
Technical specifications are to be the City's boilerplate technical specifications, which are based on the
Washington State Department oƒTronsportobon/Annericon Public Works Association /N/3DO7I4PN/A/
2028 edition of the Standard Specifications for Road, Bridge, and Municipal Construction. Perform
internal quality control onthe plans and technical specifications and integrate edits. Submit95-percent
review sets of plans, technical specifications, bid documents, and Engineer's estimate of probable
construction cost for City review.
1.5 Finalize plans, technical specifications, bid documents, and Engineer's estimate of probable construction
cost based on City review comments.
Assumptions:
0 The replacement sewer will be laid in the some horizontal and vertical location as the existing sewers.
Information Previously Provided bythe City:
0 Identification of existing gravity sewer pipelines needing repair and/or replacement.
Participation orInformation Needed from City:
• Attendance at project initiation meeting and design review meetings by members of Cit/s
engineering and operations staff.
• Devvatering field investigation reports at the Strander Boulevard site.
• Utility locates and field measurements.
• Record drawings ofStranderBoulevard with existing utilities.
• Video inspections ofsewer mains to6erepaired.
* Oty'smost current boilerplate technical specifications.
• Review of and redline 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, redlined hard copies
can also beused.
RH2De|ivenah|es:
w Attendance otthree (3)meetings.
• One (1) electronic (PDF) copy of technical memorandum summarizing Stnander Boulevard site
investigations, tobeincluded asanappendix inthe bid documents.
~ One (l) preliminary design with preliminary Engineer's estimate ofprobable construction cost. This
will be provided electronically (PDF)via email orfile-sharing site for review.
* One (1) set ofPDFfiles of95'percent plans, technical specifications, bid documents, and Engineer's
estimate of probable construction cost (provided electronically via email orfi|e'shahng site) for final
* One (1) set of PDF files of final plans, technical specifications, bid documents, and Engineer's estimate
of probable construction cos (provided electronically via email orfile-sharing site).
* Five (S) hard copies of final plans (half-size), technical specifications, bid documents, and Engineer's
estimate ofprobable construction cost.
Z
nam,pn,m.nmw z:\B°mmwma\mx*momv"ntr=*^°°ndNo. *^m°nd_No1_mWzuK_2019caoSewer Re=/rs^"=
City ofTukwila Amendment No.l
2018[BDSewer Main Repairs ExhihitA—ScopeofWork
Task 2— Services During Bidding
Objective: Assist the City and project bidders during the bidding phase for the IUI9[BDSewer Main Repairs
project.
Approach:
2.1 Upload bid package toBuilders Exchange ofWashington's (8XVVA)webske.
2.2 Respond to questions from bidders and City during the bidding phases via phone and email.
23 Prepare up to one (1) addendum to modify the bid documents and provide clarification, if needed.
Assumptions:
w No hard copies of bid sets will be provided to bidders as the project documents will be uploodedto
8XN/A.
Participation orInformation Needed from the City:
0 Payment ofadvertisement fees to Daily Journal of Commerce and 8XVVA.
RH20e|iverab|es:
* One (1)addendum inelectronic format (PDF),ifneeded.
m Responses tntechnical questions via phone and email.
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:
31 Coordinate with City staff regarding schedule, progress, and technical questions.
32 Prepare invoices. Review for consistency and monitor budget spent. Provide monthly status updates.
3.3 Maintain project records and files.
RH2DeUvera6|ea:
w Monthly invoices and progress reports that outline in written and graphical form the status of various
tasks and that compare actual progress with the original project schedule.
• Weekly status phone calls.
Time for Performance
The estimated completion date ofthe work isDecember 31'Z019.
Payment
Payment for the work provided by the consultant as part of this contract shall be in the amount of $31,042.65.
3
EXHIBIT B
City of Tukwila
Amendment No. 1
2019 CBD Sewer Main Repairs
Fee Estimate
Description
Total
Total Labor
Total Expense
Total Cost
Hours
Classification
Perform Preliminary Site Investigation and Prepare Plans, Specifications,
Task 1 and Bid Documents
132
21,195
3,032
24,226.78
Task 2 Services During Bidding
24 1 $
3,801 j $
348 j $ 4,148.93
Task 3 Project Management Services
15
2,382
285
2,666.95
PROJECT TOTAL
171
27,378
3,665
$ 31,042.65
ZABothell\Data% fUl<1.118-0821ContractlAmend No. 1 \Arnend_No1_FEE_TUK_2019 CBD Sewer Repair.xlsx 5/23/2019 3:07 PM
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
ORIGINAL.PAGE NO 1 OF 16 PAGES
Contract Number: 18-057
Council Approval 4/16/18
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. Project 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 L 6C 2011, 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.
ORIGINAL I PAGE NO 2-OFPAGES
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.
CA revised : 1-2013
Page 2
ORIGINALIPAGE NOIOF_OPAGES
4. Professional Liability with limits no Tess 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
ORIGINAL l PAGE NO Lf OF' 0 PAGES
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.
CA revised : 1-2013
Page 4
T'�
DATED this 1 day of
CITY OF
ORIGINAL 1 PAGE NO5 OF toPAGES
U
LA
Allan Ekberg,
Attest/Authenticated:
CONSULTANT
, 20 i3 .
By: x -7.,`7 ----_-
Printed Name: 3/24(
Title: a,r—
Approved as to Form:
City Jerk, C isty Flaherty Officof the City Attorney
CA revised : 1-2013
Page 5
ORIGINAL ( PAGE NO c° OPI'O PAGES
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
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
ORIGINAL 1 PAGE NO OF&PAGES
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.doa
City of Tukwila
CBD Rehabilitation Phase IV — Final Design and SDB
ORIGINAL I PAGE NO IOF&PAGES
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
ORIGINAL 1 PAGE NO 9 OF (0 PAGES
EXHIBIT B
City of Tukwila
Central Business District Rehabilitation Phase IV
Final Design and Services During Bidding
Fee Estimate
Description
Hrs
Total Labor
Total Subconsultant
Total Expense
Total Cost
ClassHiatlon
Task 1 PLANS AND SPECIFICATIONS FOR CBD REHABIUTATION PHASE IV
204 1 $ 32,908.00 1 $
- $ 4,865.40 1 $ 37,773.40
(Task 2 SERVICES DURING RIDDING
1 23 1$
3,796.00 1 $
-I$
100.30 1 $ 3,896.30 1
(Task 3 PROJECT MANAGEMENT SERVICES
1 18 1 $ 3,237.00 1 $
-I $
86.33 1 $ 3,323.33 1
PROJECT TOTAL
1 245 1 $ 39,941.00 1 $
- 1 $ 5,052.03 1 $ 44,993.03
DEJathelltOsesTJGS40\2018 Sewer Rdhab- Phase 41PSAJEE_CB0 Rehm- Phase 4.ds, all4/20185A0 PM
ORIGINAL I PAGE NOL° OF 2 PAGES
EXHIBIT C
RH2 ENGINEERING, INC.
2018 SCHEDULE OF RATES AND CHARGES
RATE LIST
RATE
UNIT
Professional 1
$138
$/hr
Professional II
$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 I11
$132
$/hr
Technician IV
$140
$/hr
Administrative I
$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.