HomeMy WebLinkAbout02-036 - KPG Inc - Roadway Design Services for Cascade View ParkSUPPLEMENTAL AGREEMENT No. 3
AGREEMENT No. 02-036
PROJECT No. 95-RS0I
City of Tukwila KPG, Inc.
Public Works Department 753 - 9th Avenue N.
6300 Southcenter Boulevard 4100 Seattle, WA 98109
Tukwila, WA 98199
PROJECT: S 140 Street (TIB to Military Road)
This SUPPLEMENTAL AGREEMENT NO. 3 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the 1ST day of April 2002.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be modified as follows:
The Consultant agrees to provide engineering services as requested by the City to support
undergrounding activities by Seattle City Light and to provide project closeout.
Article 3, Time for Performance, is amended to change the number of calendar days for completion of
the work, to read:
Work under this contract shall commence upon the giving or 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 by July 31, 2007, unless an extension of such time is granted in writing by the City.
Article 4, Payment, shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit A, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed $20, 000.00 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$575,936 24 without express written modification of the Agreement signed by the City.
IN Ll�,NESS WHEREOF, the parties hereto have set their hands and seals this '1y
of 2006.
APPROVED:
CITY OF TUKWILA
Steven M.Mullet
Mayor
Attested:
APPROVED:
KPG, INC.
Nelson Davis,
P.E.
Principal
Jan". Cantu, C4 Clerk
EXHIBIT A
Project Name: S 144 St. Improvement Project
Phase Name: Construction Services
Branch No.: 10
Project(Promo No.:
Phase No
Prepared by: DRM
Data: 10/31/2006
Checked by:
......,.
..,...,
va.�.
bryce
Cathy
WORK
CODE
t
TASK
Project Management
TOTALS
HOURS;
DOLUiRS
2
(1)
Principal
$68.G0
(3)
PM 2
(10)
PM1. EnariSci
$5Q.10
2
(15)
Des, EngrfSci
$39.90
(20)
Staff EngriSci
(1)
AUTO CAD
(25)
EngrfSci
(51)
Sr CADD
(53)
ADD Decnrac:
(54)
Constr Insp
(55)
Sr Constr Insp
$3a.°°
(84)
to Sury Sp
(85187)
Survf2
(85l88)
Surw'3
(901
Proj Asst
s30.00
(94)
Ld TechSu
(96)
Stag Sup
$120.20
$120.20
2
Preconstruction Services
3
Construction Services - Field
95
_
10
85
$3,4%G0
-. $399.00
_.
$3,060.D0
4
5
Construction Services - Office
_._--._-_.
Submittal Processing$sao,°0
Sa
_.-$2,037.00
_.__._
_..
______..
3G
- S1,197.00
_.__.___._
_____
_ __._.
_..__.___. _.
__
_. _. ___
._._ _
8
- --
- -
6
Change Orders
12
12
$478,80
$478.80
7
Engineering Assistance
8
Peer Review
9
Scheduling Review
4
$120,00
4
10
Project Closeout
10
$319.80
2
$79.80
$120,00
8
$240.00
r
TOTALS
181
$6,534.80
2
$720.20
54
$2,154.60
85
$3o6o0G
40
$1,200.00
OUTSIDE REIMSURSABLES SUBCONSULTANTS INTERNAL RATE PAY ITEMS
Direct Salary $6,534.80 Per Diem 1) Materials Testing $750,00 MileagefEl vehicle ($0.375/mi $186,58
Lodging 2)
Multiplier@ 2.90 $18,950,92 Mileagelpers. Vehicle ($0.44.5/mi 3)
Outside Reimbursables Travel 4)
Subconsultants $862.50 Meals 5) ,
Intemal Rate Pay Items $186.58 Supplies 6)
TOTAL = $20,000.00 Reproduction 7)
Telephone 8)
GRAND TOTAL= $20,000,00 Postage(Delivery 9)
Other 10)
2.9 Multiplier based on 155% OH and 35% profit on direct salary Markup Markup = 15 % $112.50
Percentage of Engineer's Estimated Construction Cost 1.0% Total = Total: $862.50
Rates as of 4101
f—m escNWW„ost—.It,A-w,ate Printed:12112/2006
SUPPLEMENTAL AGREEMENT No. 2
AGREEMENT No. 02-036
PROJECT No. 95-RS01
City of Tukwila
Public Works Department
6300Southcenter Boulevard #100
Tukwila, WA 98199
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: S 144" Street (TIB to Military Road)
This SUPPLEMENTAL A(jREI.','MEN'r NO. 2 is to supplement the agreement entered into with KPG,
Inc. and the City of Tukwila, which was executed on the f'- day of April 2002.
All provisions in the basic agreement remain in effet, except as expressly modified as follows:
Article 2, Scope of Services, shall be niodified as follows:
The Consu.1tant agrees to proi)i(le as requesled' by the City in accordant-c with the
SCol.,)e qfivork included as Fi-hihit A.
Article 3, Time for Performance, is amended to change the number of calendar days for completion of
the work to read:
WorA- under this contract shall C0711712e71Ce 111)077 the 17ill'71g 07- IVI-7tte77 notice by the 01Y; to the (7onsullaw
toln-oceed. The Consultant shall pc7fi)7-777 all seriJices and provide (1,11 W07-k product required j)[17-SUM71 to
this A ,green,zent by October 31, 2006, unless an cxlension Of 'such ti7ne is g-ranted in ii,,rilin 1>y the ("itY.
Article 4, Payment, shall be modified as follows:
PaYn'lent for work provided by Consultant shall he ina.de as provided on Evhibif B, attached hereto,
provided that the total amount ql'7)a�ynwnt to the Consultant.for this W07-k not exceed S?73,700. 00 without
express written lnodfication of the .,4gree7ient signed /�y the 00). Th.e 77ew, 1.01al COWMC! Shall not (rYceed
5'555,936.24,i,iihout express writL`77 modification of"t.he,4<.'I-Ce7)ie7'lt,yi,'�jiced 1>y the
IN AA7FIEREOF, the parties hereto have set their hands and seals this _4;� day
of 2005.
APPROVED: APPROVED:
(71TY OF TUK'WILA
(Seven M. Mullet . .... ....
Mayor
Attested:
e F. Cantu, City Clerk
KPG, INC.
Nelsoh Davis, P.E
Senior En-ineer
City of Tukwila
South 144 th Street Roadway Improvements
nd
4�v Avenue South to Military Road
Construction Services Amendment
KPG, Inc
Supplemental Agreement No. 2
March 9,2005
The Consultant shall provide Construction Management and Field Observation services
for the S 144"` Street /nnprOwenn*nt Project between TUkvv|e International Boulevard and
Military Road esoutlined below:
Tash11 Construction Support Services
11.1 The Consultant shall provide oontinuous projI ect management throughout the
construction duration. This includes management of staff and testing
subconsultant and preparation of monthly invoices and progress reports.
11.2 The Consultant will attend the pre -construction conference with the City,
Contractor, and affected utility providers.
11.3 The Consultant will assist the City in reviewing submittals.
11.4 The Consultant will attend up to O project progress meetings as necessary to .
11.5 The Consultant will assist in the review of changed oonditions as they arise and
make recommendation tothe City for field changes/change orders.
|naddition 10the Construction support services outlined above additional Construction
Services will be provided as outlined in the attached ExhibiiA-2.
The construction duration is anticipated to be 365 calendar days with a construction start
date of mid to late April 2005.
EXHIBIT B
Project: City of Tukwila
South 144th Street Improvements
Tukwila International Boulevard to Military Road
CW"114
9 Architecture
L.audseape Architecture
R Civil Engineering
Labor Hour Estimate Total Fee
Project Senior Project Engineer/
Task Description Principal Engineer Engineer Landscape Technician Clerical
$ 138.22 $ 113.89 : $ 96.75 $ 76.02 $ 62.20 1 $ 55.29 Fee
Task 11 - Construction Support Services
11.1
Management, coordination, and administration
0
4
12
0 1
0
24
$
2,943.52
11.2
Pre -construction conference
- 0
2
2
0
a-
0
$
421.28
11.3
Submittal Review
0
0
16
8
0
0
$
2,156.16
11.4
Project progress meetings estimate 8
1 p 9( )
0
8
16
16
0
0
$
3,675.44
11.5
-
Review/recommend change conditions/Respond to questions
0
8
40
24
16
4
$
7,$21
Reimbursable expenses- see breakdown for details
--
$
96
- - -
256,681.64
Reimbursable Breakdown
Total Estimated Fee: $ 273,700.00
rncf
Task 11 - Construction Support Services
Entrance (see attached Exhibit B-2) - $ 256,461.24
Reproduction $ 61.00-
Postage $ - 20.00
Mileage _
$ 180.40
Task 1 -Total $ 256,681.64
3(2312005
City OfTukwila
South 144mStreet Improvement Project
Contract Number Q5-RSO1
Construction Services
Scope ofWork
March 7, 2005
Construction Services
This work will provide CODStnuCUOO services for the construction contract to complete the South
1441h Street Improvement Project /hereinaftermaUad"Project"). These services will include
project management, inspection, BDU contract administration required during the construction of
the project, BS detailed b8(Ovv: EnLr8nCO, Inc. ("Consultant") will provide to P{pG for the City of
Tukwila, Washington /"C|ieD[''\ construction services for South 1441h 8(naet |nOprOv8rn*nt Project
A detailed scope for the Contract follows:
The Consultant will perform the following scope of construction services on the Project. The
scope of services and associated COSt of services are based upon the essunnDUOnS outlined
below.
Assumptions:
* The accompanying budget for the services detailed below is based On the 88nviCeS of one
port-irne-tinneresident engineer and one full time inspector during 83O5 C@|enderday orgn
approximate 1 year construction contract. During this period it is understood that the
contract will have 8winter shutdown from November 1. 2005to March 2000. approximately
120 {}B|enderdayS. and in addition nowork will be pndbnned during an additional 90-day
shut down for utilities work to be performed. Our asUrnato for services is based on an
approximately 155 calendar day inspection period. An increase or decrease in the number
of working days affects the time the resident 8n8ineer, inspector and related support staff
will he required towork onthe project.
• The proposed project team will include a part-time resident engineer, full time inspeotor.
scheduling support, and contract administration support throughout the project.
* Mileage: Mileage will becharged on e round trip basis from our Bellevue office, unless staff
is traveling directly to the site from locations closer than Bellevue. At no time will mileage
be charged from locations beyond our Bellevue office.
• Field ODiC8: The contractor will supply 8 temporary office building in accordance with
section 1-04.9 Of the contract GpeCiDC8UDDS for our use. We also 3SsuDlo that the
Contractor will provide power and telephone service (local and long distance). Entns000vvi||
provide o desktop computer for use On the Project. The Contractor will add Entranco as
additional insured during the course of COnSt[UCUOD in the event of theft, vanda|ianl, or other
Task 1 — Project Management.
Provide Ov8r8U project management, coordination with the C|ieOt. DlOnihk/ progress r8pOrts,
and invoicing. This effort will include the following elements.
1.1 Organize and layout work for project staff. Prepare project instructions on contract
administration procedures tobeused during construction.
1.2 Review monthly expenditures, pn*pena invoice and submit project progress letter to
the Client.
Task 2—PrecnnstrucUomServices
2.1 P[eCOnStnuchon Conference. The Consultant shall prepare anagenda for, distribute
notices of the conference, and will conduct a preconstruction conference in the Client's
offices. The Consultant's project rn8n@ger, principal for construction services, and
resident inspector will attend the preconstruction conference and will prepare a written
record of the meeting. The consultant shall also distribute copies of the minutes to all
attendees and affected agencies, staff, etc.
2.2 Provide one set of preconstruction photographs to the Client
Task 3 — Construction Services — Field
3.1 Provide the services of one full-time inspector and supplemental inspectors for pip8,
roadway, e|8CthC8|, and other items, as needed. on the project site who will observe
the technical conduct of the construction, including providing day to day contact with
the Contractor and the Client. By providing such assistance, the Consultant shall
8SSVrne no responsibility for proper construction techniques and job site safety. The
presence of the Consultant's personnel at the construction site is for the purpose of
providing to the Client o greater degree of confidence that the completed vvO[k will
oOnfVrnn generally to the Contract [}OCurnente and that the integrity of the design
concept as reflected inthe Contract Documents has been inop|8nneniBd and preserved
by the construction con[ractor(S). The Consultant's personnel shall act in 0000FdonCe
with Section 1'05.1 and 1-05.2 of the current VVSDOT Standard Specifications. The
Consultant will endeavor to protect all parties against defects and deficiencies in the
work of the ConLractor(s), but cannot guarantee the Contractors' performance and
shall not be responsible for construction rnoons, nn8LhUds, techniques. sequences of
procedunas, or for safety precautions and programs in connection with the work
performed bythe construction oontnactor(s) and any subcontractors.
3.2 Prepare daily construction reports, utilizing Consultant report forms, detailing the
contractors operations performed for each day the Consultant is on site; measure the
quantities of materials installed, log equipment and staff used, and other items.
3.3 Decide questions which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the ContrBCtOr,
including response to related questions from adjacent property DvvOe[s and the
general public.
3.4 Prepare field records and dVcVnnen1S to help 8GSur8 the project is administered in
accordance with funding requirements.
15 Provide periodic photographs during the course of construction. Photographs to be
labeled with date taken and subject matter.
3.6 Contract with an independent laboratory nlohaho| testing services (field sampling,
sieve 8Oelysio, in situ density tests, 8xk8C1iOn, hoe density. A$ 7500 aUovvono8 has
been included for testing services from anindependent laboratory.
3.7 Punch list. Upon sVbSt@Oha| completion of work, coordinate with the Client and other
affected agencies, toperform aproject inSpeCfi0n8nddSve|Dp8cDnlpr8heneive|ietof
deficiencies Or 'punch list' of items to he completed. This will be issued with the
Certificate of Substantial COrnp|etion, which will be issued by the Consultant.
Task 4 — Construction Services — Field Office
4.1 Day to day project management: liaison with C|iDrd on e regular basis to discuss
project issues and status.
42 P|8D interpretations. Provide technical interpretations of the dnavvings. specifications
and contract documents, and evaluate requested deviations from the approved design
or specifications.
4.3 Weekly meetings. Lead weekly meetings, including preparing meeting minutes and
distributing copies of minutes to attendees. Outstanding issues to be tracked On B
weekly basis. Contractor to provide a 3-week schedule of upcoming work at each
meeting.
4.4 F(000[d drawings. Review record drawings prepared by the Contractor and forward
contractor red -lined set of drawings to the designer for drafting.
4.5 Monthly Pay Requests. Prepare monthly requests for payment, review with the {||ieDi
and contractor and opprovo, as permitted. Utilize Client provided format for pay
estimates, orEntnsnooformat.
Task 5—Submittal Processing
5.1 Coordinate review process for shop dr8vvnQ8, smrnpkeS. traffic control plans, Lest
reports, and other data submitted by the Contractor for compliance with the
inh)rrn8UOn required by the contract documents. Key submittals to be transmitted to
the Designer (KPG)for their review.
5.2 EntranCn shall review traffic oonLro|, schedule, and materials submittals provided by
the Contractor.
5.3 Forward copies of submittals to the Client for their information and review.
5.4 Log and track submittals. Provide updates of log to the Client on a periodic basis.
Task 6 — Change Orders
6.1 Change orders. Develop change orders and provide technical assistance k]negotiate
the change orders. U is assumed that there will be no more than 4 change 0nd8rG,
totaling up to 60 man-hours. (Note: Change orders that may affect facility
Task 7 —Scheduling Review
7A Provide 2 personnel for 40 hour training in the 601' 602 and 603 phrnav8r8 SOftvv8r8
training courses.
7.2 Review the COSt loaded Primavera schedule and provide comments in accordance
with contract documents SP section 1-08.
Task 8 — Project Closeout
8.1 Work shall include transfer 0fall project documents tothe City for permanent storage.
82 Following completion of all punoh|isi vvo[k' prepare letter to the City recommending
project acceptance.
Task 9 — Additional Services
The services described under this task, and any other additional Services requested by the
C|iert, will be performed as additional services. Additional work will be performed when
authorized by the Client. Authorization to pmdbnn additional Services will be in the form of an
addendum to this agreement, specifying the work to be performed, estimated level of effort, and
basis ofpayment.
9.1 Partnering Workshop. Organize and aid in conducting e partnering workshop to be
attended by the relevant project stakeholders, including securing meeting Bpace,
retaining catering service, and securing the services of a trained partnering facilitator.
8�2 Provide any additional services resulting from changes in scope or design of the
project due to circumstances beyond the Consultant's control. Changes include, but
are not limited to, changes in size, complexity, the schedule, character ofconstruction,
Ormethod Offinancing.
9.3 Provide survey crew to perform quality assurance of contractor provided survey work
9.4 Provide record drawings on media other than described previously, including
electronic or scanned images of the peCOnd drawings. /\|so. providing 8ddhUOng| sets
beyond what is specified above.
9.5 Assist the City with media communications of project status. The Consultant will
coordinate media releases and traffic advisory updates if requested by the City.
0.6 Prepare and maintain a project web site showing current construction progress and
traffic impacts.
97 Provide d8iOns analysis and assistance in resolving C|8i[DS that are protracted in
nature and beyond the scope of the change order process described herein.
General Notes
It is further understood and agreed that because Consultant did not prepare the Contract
Documents for the project, Client waives all n|oinns against Consultant arising from or in any
way connected with 8rrOrS. OOniSSiOOs` conflicts or ambiguities in the Contract OOCurnenhs
prepared by others. In addition, Client agrees, to the fuU8S[ 8xtBD[ permitted by |avv' to
indemnify and hold COOSu|t8O\ h8Q0|8SS from any damage, liability or CO3t, including
n*esVn3b|e attorneys' fees and defense noa[S, arising from any errors or OOliSSiOnS
contained in the p|anS. specifications or other Contract Documents prepared by others,
except for the negligence Drwillful misconduct ofthe Consultant.
INFORMATION MEMO
To: Mayor Mullet
From: Public Works Directody"',
Date: March 23, 2005
Subject: S 144"' St Improvements Phase I (TIB to Military Rd)
Project No, 95-RS01, Contract No, 02-036
Construction Management Services
ISSUE
Authorize the Mayor to sign a contract supplement for construction management services on
the S 144" St Improvement Project Phase I.
BACKGROUND
KPG, Inc., of Seattle, Washington, and the City of Tukwila entered into Contract No. 02-036
for design services related to the S 144 1h St project in 2002. KPG, Inc., has teamed with
Entranco, Inc., to perform the construction management services for this project.
ANALYSIS
A contract supplement for construction services has been negotiated for a fixed fee not to
exceed $273,700.00.
Base Contract and Supplement No. 1 $ 282,236.24
Construction Management Services 273,700.00
TOTAL $ 555,936.24
RECOMMENDATION
Authorize the Mayor to sign Supplemental Agreement No. 2 to Contract No. 02-036 with
KPG, Inc., in the amount of $273,700.00.
attachment: Supplemental Agreement No. 2
(P:P,oj.L,\A- RW & RS Pojw,\95RS01A.ft, M.- Ew.— CM supplemen< <n KPQ
SUPPLEMENTAL AGREEMENT No. 1
AGREEMENT No. 02-036
PROJECT No. 95-RS01
City of Tukwila
Public Works Department
6300 00 Southeenter Boulevard 9 100
Tukwila, WA 98199
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
PROJECT: S 144 Street (TIB to Military Road)
This SUPPLEMENTAL AGREEMENT NO. I is to supplement the agreement entered into with KPG,
Inc. and the City ol'Tukwila, which was executed on the I srolay of April 2002.
All provisions in the basic agreement remain in effect, except as expressly modified as follows:
Article 2, Scope of Services, shall be modified as follows:
The Consultant agrees to provide, engineering services as requested by the City in accordance with the
.Scope qj'work included as Exhibit A.
Article 3, Time for Performance, is amended to change the number of calendar days for completion of
the work to read:
Work under this contract shall commence upon the giving or 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 by May 31, 2004, unless an extension of ,such time is granted in writing by the City.
Article 4, Payment., shall be modified as follows:
Payment for work provided by Consultant shall be made as provided on Exhibit B, attached hereto,
provided that the total amount of payment to the Consultant for this work not exceed S981154.82 without
express written modification of the Agreement signed by the City. The new total contract shall not exceed
$282,236.24 without express written modification of the Agreement signed by the City.
IN WITNE S,S, WHEREOF, the
of 2003.
APPROVED:
CITY OF TUKWILA
teven M. Mullet
Mayor
Attested:
Jane E. Cantu, City Clerk
parties hereto have set their bands and seals this /& day
APPROVED:
KPG, INC.
Nelson Davis, P.E.
Senior Engineer
City of Tukwila
South 144 th Street Roadway Improvements
42 nd Avenue South to Military Road
KPG, Inc
Supplemental Agreement No. 1
December 4, 2003
This Amendment is to provide design services to the City of Tukwila for a revised
work scope for the South 144 th Street Roadway Improvement Project.
The original scope stated that Seattle City Light would provide the design for
underground conversion of existing overhead utilities. The City of Tukwila
decided to hire a consultant to complete the design so that the City has more
control over the contents and completeness of the design documents. This
amendment includes completing design drawings, specifications, and cost
estimates for the underground conversion and coordinating the design with the
City of Tukwila, Seattle City Light, telephone and CATV companies.
The City is considering adding a traffic signal at the South 144 th Street and 42 nd
Avenue South traffic signal. This amendment includes performing a traffic signal
warrant analysis to determine the suitability of a traffic signal. However, satisfying
one of the warrants does not necessarily require the installation of a traffic signal
and installation of a traffic signal does not require meeting any of the warrants.
The City is considering changing the access to the True Value parking lot to
accommodate the relocation of a Metro bus stop and to improve safety by
increasing the separation between 37 th Avenue South and the True Value
driveway on South 144 th Street.
This work was not included in the original project scope of work. This
Amendment No. 1 includes the following major changes in project scope:
❑ Design of underground conversion of existing overhead utilities.
❑ Traffic Signal Warrant Analysis for the South 144 th Street and 42 nd Avenue
South intersection.
Li Evaluation of access alternatives to the True Value parking lot at South 144 th
Street.
City of Tukwila — South 1,,-+'h Street Roadway Improvements
Supplemental Agreement No. 1
B. DELIVERABLES
The Consultant shall provide the following deliverables with this project:
❑ Preliminary plan drawings with proposed alignment, vault and transformer
locations.
Li Preliminary one -line diagram
❑ 90% review set (Plans and One -line)
❑ Final design drawings (Plans, One -line, and Detail sheets)
❑ Specification sections for bidders Project Manual
Construction cost estimate
❑ Additionally, 70% and 95% review sets will be submitted to SCL and the
various Telecommunications companies for review, comment and approval.
The City of Tukwila shall provide the following:
❑ Contact information for the owner of the True Value Hardware store.
Li Minimum number of parking stalls at True Value that is required by City Code.
Fi Accident Data for the South 144 th Street and 42 nd Avenue South intersection.
❑ Projected traffic generated from the Tukwila Village development.
❑ Projected growth rate in the area to determine future traffic volumes.
The following tasks are in addition to the tasks included in the original South
144 th Street Scope of Work.
TASK 8 — UNDERGROUNDING EXISTING OVERHEAD UTILITIES
8.1 Coordination and Meetings
The Consultant and undergrounding subconsultant, Casne Engineering,
Inc., will participate in pre -design meetings with the City of Tukwila, SCL
and others to establish lines of communication, project goals, schedule,
and general design guidelines. Additional meetings will be held with utility,
Telephone and CATV companies as the preliminary design progresses.
The following meetings are anticipated:
• Kickoff Meeting between Consultant and Casne
• Meetings between Consultant, Casne, and City of Tukwila
• Basis of Design and Preliminary alignment and vault placement
meeting with SCL.
• Meetings with Telephone and CATV engineers
• Meetings to review Preliminary Alignment and One -line drawings with
SCL and City of Tukwila
• Utility coordination meetings between Consultant and Casne to
address utility conflicts.
Page 2 of 5
City of Tukwila — South 11+4'h Street Roadway Improvements
Supplemental Agreement No. 1
8.2 Data Collection and Field Review
Casne Engineering will obtain from Seattle City Light, telephone and
CATV companies, copies of their current overhead and underground
distribution standards and available drawings of their existing facilities.
Following an initial review of the existing plan/profile drawings and
roadway modification plans a detailed field review will be made. Existing
overhead distribution circuits, feeders, distribution laterals, services,
transformers, communication lines, and CATV, along the proposed
alignment will be photographed and inventoried. Physical constraints,
service drops and existing underbuilt facilities will be noted and
documented. Reference measurements will be taken for verification
purposes.
8.3 Establish Alignment and Preliminary Design
Based on the established design and alignment criteria, Casne
Engineering will develop a proposed new underground alignment and
preliminary system one -line diagram showing the proposed electrical
components and their approximate locations. Using the results from the
field review we the location of the proposed underground facilities will be
overlaid on the proposed roadway modifications. Following a review by
the Consultant, the City of Tukwila, SCL, and others, Casne will
incorporate comments and refine the alignment and equipment locations.
8.4 Preparation of Detailed Design Drawings and Bid Specifications
Casne will develop both a 90% review set and final bid documents using
criteria and standards and locations developed in the preliminary design
phase. Final bid documents will include detailed drawings and pertinent
specification sections.
Casne will participate in additional utility coordination meetings with the
Consultant to identify electrical and non -electrical utility conflicts and
design solutions to resolve them.
8.5 Construction Cost Estimate
At the completion of the 90% design process, Casne will develop an
estimate of the construction cost for the scope of work depicted on the
drawings and in the technical specifications.
Page 3 of 5
City of Tukwila — South I-,.4'h Street Roadway Improvements
Supplemental Agreement No. 1
8.6 QC and Review
Casne Engineering will perform in-house QC review of design documents
for technical quality, details, constructability and conformity to project
standards. Casne Engineering will also conduct review meetings with the
Consultant, the City of Tukwila, and the utilities to ensure completeness
and co-ordination of all aspects of the bid set. Casne will then incorporate
all review comments into the bid set.
8.7 Assistance During Bidding
Casne will respond to questions during the bid period and prepare
required addenda.
Additionally, Casne will participate in the pre -bid walkthrough with the
contractors and assist in bid evaluation.
TASK 9 — WARRANT ANALYSIS
The warrant analysis will be divided into two phases. The first phase will include
evaluating the following warrants:
1. Eight -Hour Vehicular Volume
2. Four -Hour Vehicular Volume
3. Peak Hour (except Stopped Time Delay will not be analyzed)
4. Pedestrian Volume
5. School Crossing
7. Crash Experience
Phase 2 warrant analysis, if required, is considered extra work and would include
evaluating the following traffic warrants:
6. Coordinate Signal System
8. Roadway Network
9.1 The Consultant shall coordinate traffic counts as required to complete the
first phase of a signal warrant analysis for the intersection of South 144 th
Street and 42 nd Avenue South. The data obtained will include vehicular
volumes, vehicle speeds, pedestrian counts, student crossings, gap data,
and bicycle counts.
9.2 The Consultant shall prepare a signal warrant analysis for the intersection
of South 144 th Street and 42nd Avenue South for the warrants identified
above.
Page 4 of 5
City of Tukwila — South I -,,+'h Street Roadway Improvements
Supplemental Agreement No. 1
TASK 10 — TRUE VALUE PARKING LOT ACCESS
10.1 The Consultant will meet with the property owner three times, once to
identify concerns and constraints, once to observe the delivery truck
access and operation and once to discuss parking lot access and layout
alternatives.
10.2 The Consultant shall meet with King County Metro Transit to identify the
design issues for a bus stop on South 144 th Street.
10.3 The Consultant shall develop up to three alternatives for accessing the
True Value parking lot.
10.4 The Consultant shall meet with the City of Tukwila once to review
alternatives.
OTHER SERVICES
The City may require additional services of the Consultant. These services could
include completing phase 2 warrant analysis or work associated with
underground conversion beyond what is described above. At the time these
services are required, the Consultant shall provide the City with a detailed scope
of work and an estimate of costs. The Consultant shall not proceed with the work
until the City has authorized the work and issued a notice to proceed.
Page 5 of 5
HOUR AND FEE ESTIMATE
SUPPLEMENTAL AGREEMENT NO. 1
Project: City of Tukwila
South 144th Street Improvements
Tukwila International Boulevard to Military Road
IPcom"ql
♦ Architecture
Landscape Architecture
♦ Civil Engineering
Labor Hour Estimate Total Fee
Project Senior Project Engineer/
Task Description Principal Engineer Engineer LandscapeTechnician' Clerical
$ 138.22 $ 113.89 $ 96.75 $ 76.02 $ 62.20 $ 55.29 Fee
Task 8 - Underaroundina Existina Overhead Utilities
8.1
Coordination and Meetings
8
32
0
0
0
0
$
4,750.24
8.2
Data Collection and Field Review
0
0
0
0
0
0
$
-
8.3
Establish Alignment and Preliminary Design
0
0
0
0
0
0
$
-
8.4
Preparation of Detailed Design Drawings and Bid Specifications
0
8
16
0
0
8
$
2,901.44
8.5
Construction Cost Estimate
0
0
2
0
0
0
$
193.50
8.6
QC and Review -
4
16
0
0
0
0
$
2,375.12
8.7
Assistance During Bidding
0
0
0
0
0
0
$
Reimbursable expenses - see breakdown for details
$
77,075.00
Task Totals
12
56
18
0
0
8
87,295.30
Task 9 - Warrant An
9.1 Traffic Counts 0 0 4 0 0 0 $ 387.00
9.2 Warrant Analysis 0 4 50 0 0 0 $ 5,293.06
Reimbursable expenses - see breakdown for details $ 90.50
Task Totals 0 4 54 0 0 0 5,770.56
Task 10 - True Value Parkina Lot
10.1
Property Owner Meetings
0
8
0
4
0
0
$
1,215.20
10.2
King County Transit Meeting
0
2
0
0
0
0
$
227.78
10.3
Develop up to 3 alternatives
0
12
0
24
0
0
$
3,191.16
10.4
City of Tukwila Meeting
0
2
0
2
0
0
$
379.82
Reimbursable expenses - see breakdown for details
$
75.00
Task Totals
0
24
0
30
0
0
5,088.96
Total Estimated Fee: $ 98,154.82
1214t2003
HOUR AND FEE ESTIMATE EXHIBIT B
SUPPLEMENTAL AGREEMENT NO. 1
Project: City of Tukwila • Architecture •
South 144th Street Improvements Landscape Architecture
p ♦ Civil Engineering
Tukwila International Boulevard to Military Road
Reimbursable Breakdown Cost
Task 8 - Undergrounding Existing Overhead Utilities
Casne - Underground Conversion Design
Mileage
Reproduction
Task 9 - Warrant Analysis
Mileage
Reproduction
Task 1 - Total
Task 2 - Total
$
77,000.00
$
50.00
$
25.00
$
77,075.00
$ 40.00
$ 50.50
$ 90.50
Task 10 - True Value Parking Lot
Mileage $ 50.00
Reproduction $ 25.00
Task 3 - Total $ 75.00
12/4/2003
INFORMATION MEMO
To:
Mayor Mullet
From:
Public Works Director111
Date:
March 16, 2004
Subject:
South 144'h Street Project (TIB to Military Road)
Supplemental Agreement No. 1 with KPG, Inc.
Project No. 95-RS01, Contract No. 02-036
ISSUE
Supplemental Agreement No. I to KPG's original scope of work for services.
BACKGROUND
In April 2002, KPG, Inc., began working on the design for the South 144"' Street (TIB to Military Road)
project and the half -street frontage improvements adjacent to the Cascade View Community Park.
Additionally, a design report for South 144 1h Street between TIB and 42 d Avenue South was also to be
developed to accommodate the future Tukwila Village development,
The draft design report is completed and the half -street frontage improvements for the Cascade View
41.�
Community Park have been constricted. Final design is nearing completion, except for the work
associated with undergounding power supply and subsequent coordination with Seattle City Light.
Original contract amount was $184,081.42, including both the S 144 th Street project and the work
associated with the Cascade View Community Park.
ANALYSIS
As the design process progressed, several factors came forward which have necessitated revising the
original scope of work with KPG, Inc. First off, the City originally planned on contracting with Seattle
City Light for much of the design of the underground conversion. Since that time, a decision has been
made to have consultants provide that work for expediency and KPG, Inc., has subcontracted with Casne
Engineering, Inc., for -those services. Cost: not to exceed $87,295.30
Second, additional study was required for the design and design report. Specific issues needed were an
in-depth analysis of access alternatives for the True Value parking lot on South 144"' Street at 37h
Avenue South and a signal warrant analysis for the intersection of South 144al Street at 42 d Avenue
South. Cost: not to exceed $10,859.52
Total supplemental agreement cost not to exceed $98,154-82.
RECOMMENDATION
Approve and execute Supplemental Agreement No. I with KPG, Inc.
attachments: Supplemental Agreement No. 1
3-26-02 Information Memo (original scope of work)
0
(P,Cyndy\S 144� Str=\Informatton Metro — design contract supplement 3-22-04)
zq6 OZ- (13&
CONSULTANT AGREEMENT FOR
ROADWAY DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City", and KPG, Inc., 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 roadway design
services in connection with the projects titled 95-RSOI: S 144t' Street (TIB to Military Road)
and 97-PKO' ): Cascade View Park.
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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 300 calendar days from
the date written notice is given to proceed, 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 $184,081.84 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.
C�
D. Payment is 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 state for a period of three (3 ))
years after final payments. Copies shall be made available upon request. � 4 c�2
ORIGINALS
5. Ownership and Use of Documents. All documents, drawings, specifications and other
ID
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 riot. 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.
I
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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from inJ ury or death to persons or damage to property
zn
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform -
In
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting
from the sole negligence of the City, its agents and employees. To the extent any of the
damages referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend and hold
harmless is valid and enforceable only to the extent of the negligence of the Consultant, its
officers, agents and employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
zn
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agr
ee that the Consultant is an inde-
pendent 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 par -ties 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 makinc, of this contract. For breach or violation of this warrant,
:D
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.
Discrimination Prohibited. Tile Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
C�
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14, Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorneys fees, incurred in such suit from the losing
1.
party.
P"p t,! A f i
16. Notices. Notices to the City of Tukwila shall be sent to the following address:
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
KPG, Inc.
753 - 9th Avenue N.
Seattle, WA 98109
17, Integrated Agreement. This Agreement, together with attachments or addenda, represents
t� In
the entire and integrated Agreement between the City and the Consultant and supersedes all
prior negotiations, representations, or agreements written or oral. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 2002
CITY OF TUKWILA
(J —Steven 111»1M. Mullet, Mayor
Attest/Authenticated:
e E. Cantu, CMC, City Clerk
CONSULTANT'
By — Davis
Nelson Davis
Senior Enaineer
Title:
�pproved as to Form:
Office of the City Attorney
4
Exhibit A
City of Tukwila
South 144 th Street Roadway Improvements
42 nd Avenue South to Military Road
KPG, Inc
Scope of Work
March 21, 2002
A. PROJECT DESCRIPTION
The City of Tukwila intends to improve South 144 th Street between Tukwila
International Boulevard and Military Road. Recent funding approval from the
Transportation Improvement Board (TIB) for this project included widening to 3
lanes, illumination, utility undergrounding, sidewalks, class IV bicycle lanes. The
completed corridor may included a combination of 3 lane and 2 lane roadway
cross -sections based on traffic analysis results and available right-of-way.
A preliminary design study will be developed for an expanded length of South
144 th Street extending from 42 d Avenue South to Military Road. The completed
design study will include up to 3 alternatives for development of this corridor, cost
estimates, and recommendation of a preferred alternative. The preliminary
design study will reflect coordination with upcoming City improvements for th
Tukwila International Boulevard, Tukwila Village, and a park improvement at 37
Avenue South. Urban design opportunities for gateway treatment or pedestrian
nodes will also be discussed. The South 144 th Street corridor is identified as a
primary pedestrian route in the current Comprehensive Plan.
The preferred alternative, as selected by the City, will be developed to final plans,
specifications, and estimates for the South 144 th Street roadway segment
extending from the west side of Tukwila International Boulevard to Military Road.
Sidewalk frontage improvements for the 37 th Avenue South / South 142n" Street
park development and 37 1h Avenue South from South 142nd to South 14 01h Street
will also be prepared and included in the bid set.
Design elements for 37 th Avenue South / South 142 nd Street (task 5) are
identified separately from South 144 th Street (task 6) design elements due to
separate City funding sources; however, hour and fee estimates are based on
our understanding that review submittals and bid documents for these two work
elements will be combined into a single package.
South 144 th Street KPG
TIB to Military Road 1 of 7 March 21, 2002
Exhibit A
The Consultant shall provide the following deliverables with this project:
o 5 copies draft preliminary design report (144 th only)
❑ 5 copies final preliminary design report (144 th only)
❑ 10 copies 50% plans and estimate (11 "xl 7")
❑ 2 copies geotechnical report (if required)
❑ 5 copies SEPA checklist
o 5 copies Technical Information Report (TIR) (if required)
❑ 2 copies preliminary right-of-way needs plans (11 "xl 7"), if required
* 10 copies 90% plans, specifications, and estimate (11 "xl 7")
❑ 40 copies final plans (11 "xl 7"), specifications, and engineers estimate
❑ 1 set of final mylar or vellum plans (22"x34") for City records
u 1 copy certified bid tabulation
F, 1 copy of letter recommendation of award
❑ Digital copies of all deliverables, in requested format
The City of Tukwila shall provide the following:
n GIS aerial mapping information in digital format
❑ All required survey, base mapping, and utility locates
❑ All required traffic counts
ci Typical section for design of 37 th Avenue S and S 142 d frontage
improvements
o AutoCAD drawings of proposed Tukwila International Boulevard
improvements
o Plan reviews, comments, and approvals
❑ Residential mailings, if required
o Meeting room arrangements
❑ Survey right -of -entries, if required
❑ Property services for right-of-way and easement acquisition, if required
❑ Advertisement for bid
South 144 th Street KPG
TO to Military Road 2 of 7 March 21, 2002
Exhibit A
C. SCOPE OF WORK
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION lyq
fA
1.1 The Consultant shall provide continuous project management for the
project duration (estimate 12 months).
1.2 The Consultant shall prepare a comprehensive schedule and provide
updates as necessary.
1.3 The Consultant shall prepare monthly progress reports identifying work in
progress, upcoming work elements, and a reporting of any delays,
problems, or additional information needs.
1.4 The Consultant shall provide management and administration of all
subcontractors included in this scope of work.
1.5 The Consultant shall attend coordination meetings with City staff at
appropriate points in the design process (estimate 4 meetings).
1.6 The Consultant shall coordinate with the City and developer to coordinate
project goals with the City's upcoming Tukwila Village development
(estimate 2 meetings).
1.7 The Consultant shall provide quality assurance / quality control (QA/QC)
reviews of all work products prior to submittal for City review.
TASK 2 — SURVEY AND BASE MAPPING
2.1 The Consultant shall edit City provided base maps to conform with
standard layers, linetype*s, and fonts. It is our understanding that the City
provided survey will include point files, DTM, survey points at edge of
pavement and centerline at a maximum 25' grid, field utility locates of all
utility mains and service lines, channelization, and all surface features and
topography extending 20' outside of the right-of-way and extending 100'
along intersecting streets. The survey limits will extend along S. 144 th
Street from east of 42 nd Avenue South to west of Military Road as well as
along 37 th Avenue South and 142 d Street as required.
2.2 The Consultant shall merge the new survey with previous survey
information provided by the City to form a complete base map for South
144 th Street from 42 nd Avenue South to Military Road as well as the 37 th
Avenue South park frontage.
2,3 The Consultant shall field review base maps for accuracy and make
corrections based on actual field conditions.
South 144 th Street KPG
TIB to Military Road 3 of 7 March 21, 2002
Exhibit A
Scope of Work (cont'd)
TASK 3 — PRELIMINARY DESIGN (42 nd Avenue South to Military Road)
3.1 The Consultant shall review available background information and adjacent project information to confirm project goals on South 144th Street
with respect to the Comprehensive Plan, park development, Tukwila
Village, and upcoming Tukwila International Boulevard improvements.
3.2 The Consultant shall develop up to three (3) roadway alignment and
cross-section alternatives for the South 144 1h corridor between 42 nd
Avenue South and Military Road for review by the City. Typical sections
for frontage improvements on 37 t Avenue South and South 142 d Street
will be provided by the City and no alternative analysis or preliminary
design effort will be required on these portions of the project.
3.3 The Consultant shall analyze traffic data using Synchro at the four (4)
intersections noted above to determine requirements for left -turn pockets.
3.4 The Consultant shall review the corridor to identify potential locations and
develop concepts and supporting illustrations for urban design elements
(gateways, pedestrian nodes, etc.) along the corridor.
3.5 The Consultant shall prepare preliminary cost estimates for the corridor
alternatives.
3.6 The Consultant shall prepare a preliminary design report showing
alternatives, costs, and recommendations for review by the City. The
preferred alternative, as selected by the City, will form the basis for final
design of South 144'h Street between Tukwila International Boulevard and
Military Road as detailed in Task 6.
3.7 The Consultant shall prepare and attend one (1) community meeting using
materials and displays prepared for the preliminary design report.
TASK 4 — UTILITY COORDINATION
4.1 The Consultant shall notify franchise utility purveyors along the corridor
and provide coordination for relocations, adjustment, or anticipated facility
upgrades,
4.2 The Consultant shall coordinate with Seattle City Light for utility
undergrounding improvements along the corridor (estimate 4 meetings).
4.3 The Consultant shall review and comment on undergrounding plans
provided by Seattle City Light. We have included a $5,000 budget
allowance for plan review by Casne Engineering. Electrical design is not
included in this work scope but is required for completion of the project. It
South 144 th Street KPG
TO to Military Road 4 of 7 March 21, 2002
Exhibit A
Scope of Work (cont'd)
is our understanding that electrical design will be completed either by fl,"Iry
Seattle City Light or as a future design supplement to this contract at the
City's sole discretion. Civil undergrounding design will be completed by
KPG based on conduit, vault, and slab information provided by the
electrical designer.
TASK 5 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
(37TH AVENUE SOUTH / SOUTH 142ND STREET FRONTAGE IMPROVEMENTS)
5.1 The Consultant shall prepare 50% plans and cost estimate for west side
frontage improvements on 37th Avenue South from South 144th Street to
South 140th Street as well as south side frontage improvements along the
park on South 142 nd Street. The plans shall be in sufficient detail to allow
review and confirmation of planned roadway, pedestrian, and drainage
systems by the City during review. We understand that pedestrian scale
lighting and street lighting will be provided by others in this area of the
project.
5.2 The Consultant shall prepare a storm drainage Technical Information
Report (TIR) based on City of Tukwila standards. We understand that the
City standards and report format are primarily based on the current edition
of the King County Surface Water Design manual. The report will be
combined with information for South 144 th Street improvements and bound
in a single report.
5.3 The Consultant shall prepare 90% plans for review and approval by the
City. Plans shall be formatted to provide sufficient detail for convenient
field layout of all proposed facilities. City standard details and WSDOT
standard plans will be supplemented with project specific details as
required. Plan information shall include:
ci Centerline control information
o Limits of construction
o Typical sections and details
o Roadway plan and profiles for curb layout
o Temporary erosion and sediment control plans
o Drainage system plan and profiles
D Channelization and signing plans
o Landscape / restoration plans
5.4 The Consultant shall prepare 90% specifications for review and approval
by the City. Specifications shall be based on 2002 WSDOT / APWA
standard specifications, using contract boilerplate and general special
provisions provided by the City.
South 144 th Street KPG
TIB to Military Road 5 of 7 March 21, 2002
Scope of Work (cont'd)
5.5 The Consultant shall calculate quantities and prepare a construction cost
estimate in support of the 90% plans and specifications.
5.6 The Consultant shall finalize bid documents for advertisement and award
by the City. Final bid documents will be signed by a licensed professional
engineer in the State of Washington.
TASK 6 — PREPARE PLANS, SPECIFICATIONS AND ESTIMATE
(SOUTH 144 TH STREET, MILITARY ROAD To TUKWILA INTERNATIONAL BLVD.)
6.1 The Consultant shall prepare 50% plans and cost estimate for the
roadway corridor from the western curb returns of anticipated Tukwila
International Boulevard to Military Road. The plans shall be in sufficient
detail to allow review and confirmation of planned roadway, pedestrian,
channelization, drainage, and illumination system by the City during
review. We understand that there are no signal improvements associated
with this project.
6.2 The Consultant shall prepare and submit a SEPA checklist for review by
City Planning and Community Development. Approved 50% Plans (for
task 5 and 6 work ) will be included with the checklist.
6.3 The Consultant shall prepare a storm drainage Technical Information
Report (TIR) based on City of Tukwila standards. We understand that the
City standards and report format are primarily based on the current edition
of the King County Surface Water Design Manual.
6.4 The Consultant shall prepare 90% Plans for review and approval by the
City. Plans shall be formatted to provide sufficient detail for convenient
field layout of all proposed facilities. City standard details and WSDOT
standard plans will be supplemented with project specific details as
required. Plan information shall include:
n Centerline control information
❑ Limits of construction
❑ Typical sections and details
Roadway plan and profiles
❑ Temporary erosion and sediment control plans
❑ Drainage system plan and profiles
0 Channelization and Signing plans
❑ Illumination plans
❑ Civil undergrounding design
❑ Landscape / restoration plans
6.5 The Consultant shall prepare 90% specifications for review and approval
by the City. Specifications shall be based on 2002 WSDOT / APWA
South 144'h Street KPG
T113 to Military Road 6 of 7 March 21, 2002
Exhibit A 0
Scope of Work (cont'd)
standard specifications, using contract boilerplate and general special
provisions provided by the City.
6.6 The Consultant shall calculate quantities and prepare a construction cost
estimate in support of the 90% plans and specifications.
6.7 The Consultant shall finalize bid documents for advertisement and award
by the City. Final bid documents will be signed by a licensed professional
engineer in the State of Washington.
6.8 The Consultant shall attend the bid opening, prepare bid tabulation, and
prepare a letter recommendation for award to the City.
TASK 7 — CONTINGENT WORK ITEMS
(REQUIRE SEPARATE AUTHORIZATION IF REQUIRED)
7.1 The Consultant shall prepare a geotechnical review of the project if
requested by the City. We have included a $6,000 budget allowance for
Landau Associates to complete this review. This represents a typical level
of effort for a single, 15-foot deep boring, with engineering analysis and
recommendations.
7.2 The Consultant shall prepare preliminary right-of-way needs plan for the
project corridor showing necessary easements and right-of-way
requirements, if any. The right-of-way needs plan will be based on
assessor information provided with the survey. Acquiring title reports,
appraisals, negotiations, or other property services is not included in this
proposal.
South 144th Street KPG
TIB to Military Road 7 of 7 March 21, 2002
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila 14C. 3P 4a
South 144th Street Improvements ♦ Architecture •
Tukwila International Boulevard to Military Road Landscape Architecture
i Civil Engineering f
Labor Hour Estimate Total Fee
Project Senior Project j Engineer/ j
Task Description Principal Engineer Engineer j Landscape I Technician I Clerical
$ 138.22 $ 113.89 $ 96.75 j $ 76.02 1 $ 62.20 � $ 55.29 Fee
Task1 - Management/coordination/administration
1 .1 Management and administration {estimate 12 months}
- - -- --
12 Prepare and update project schedule
1.3 Prepare monthly progress reports
_
1.4 Subconsultant coordination ----
- ---- -- -----
1.5 City staff coordination meetings {estimate 4}
- - -- - - -
1.6 Tukwila Village coordination meetings {estimate 2}
--
1.7 QA/QC reviews
-- - --
Reimbursable expenses -see breakdown for details
8
--
( 24
----
I 0
I 0
i--
0
- 0
0
12
$ 4 502 60
-- -
$ 1063.72
- --- --
$ 1,58T84
__-- --
642.44
1 - -2,072.16-
$
I - -- -
$
i-- -- 1,685.16
1 $ 3,578.20
$ 75.00
$ 15 207.12
Q
i
1 4
-
I 4
-
I 0
--
i 0
0
----
I 0
0
� 0
4
-
4
4
I 0
12
I 0
4
4
-
i-- -
1----2-
(-- -
8
_ - --
8 _
i -- 12
- -
4
--�
0
_ 0
0
- --
0
- --
0 _
j-- 0
- -
- -
I 4
- -
� -`-
I 0
1
i 32
Task Totals
32
1 70
10 _�
0
I 0
Task 2 - Survey and base mapping
2.1 Edit City provided survey to KPG standards
2.2 Prepare project base maps
--- --- -- - --
2.3 Field review base maps for accuracy
Reimbursable expenses - see breakdown for details
Task Totals
Task 3 - Preliminary des
0 ]
-
0
-
2
0
-
l 0
-
4 --
I Q I
4
4
0
0
4
16
- 16
I 0
0
i 0
0
$
1 $
$
995.20
1,382.20
1,4213.08
I $
25.00
2
I 4
8
'41
32
0
,$
3.825.48
3.1 Keview background information and adjacent projects
3.-
2 Prepare alignment and cross-section alternatives 3
_- __--- -- { }
3.3 Left -turn- pocket analyses at 4 intersections
3.4 Identify urban design opportunities
Prepare P preliminary
5 Pre relimmar cast estimates
3.6 Prepare design report with recommendation
33 Prepare for and attend one {1}community meeting
Reimbursable expenses -see breakdown for details
Task Totals
2
I 4
2
---- ---
24
0
--
� 40
_ 4
12
4
1- - -
4
- -
0
64
60
I 0 _
- -- 16
4
8
--
2
90
I 0
$ 1,146.66
$ _ -- - . --
$ 11 014.36
$ - --- -
$ 1 465.Q8
----- -----
$ 3 026.44
I- -
1$ 1,782.44
- -
2,597. 40
- - - ---- -
$ 690.54
$ 250.00
4
12
0
2
0
-
4
4
12 _ _
--
4
8
4
0
54
( 0
0
Q
--
I 4$
---
( 2
----
10
0
2
0
-�
8
4
1 10
I 36
$ 21,972.92
3/22/02
HOUR AND FEE ESTIMATE
Project: City of Tukwila
South 144th Street Improvements
Tukwila International Boulevard to Military Road
Task 4 - Utilitv coordination
IKI?CX
♦ Architecture
Landscape Architecture
♦ Civil Engineering
4.1 Franchise utility coordination letters
4.2 Seattle City -Light coordination meetings (est 4)
4.3 Review undergrounding plans
Reimbursable expanses -see breakdown for details
0
4
2
12
4
----
8
8
0
-
0
0
8
4
$ 1333.54
- -
$ 3,135.88
0
4
-------
8
2
4
---
4
---- ---- - -
$ 1,975.96
$ 5,075.00
-----i
— ----
Task Total
6
18
1 20
; 0
12
16
$ 11,520.38
Task 5 - Prepare Plans_ Snecs. and Fstimntac r37th19d9nr41
5.1 Prepare 50% roadway plans and details l
5.2 Prepare drainage Technical Information Report (TIR)
5.3 Prepare 90% Plans
-- -- - a—
5.4 Prepare project specifications
5.5 Quantity calculations and cost estimating
5.6 Finalize bid documents
4
16
48 60
100
8
! 4
2
18,021.48
$ 1,527.04
$ 14 138.08
$ 1,029.44
$ 1,222.96
96
0
2
4 4
40 48
- ---
4 4
2 4
2
12
80
0
0
0
2
2
0
8
2
0
2
4
8
12
16
4
-
$ 3,634.60
Reimbursable expenses - see breakdown for details
i
$ 450.00
Task Total
8
138
106
132
j 212
12
$ 40,023.60
Task 6 - Prepare Plans. Snecs. and Estimates 1144thl
6.1 Prepare 50% roadway plans and details
6.2 Prepare and submit SEPR checklist
6.3 Prepare drainage Techrncal Information Report (TIR)
6.4 Prepare 90°J° Plans
- a
6.5 specifications
ro Prepare project
P P -- - ---- ---
6.6 Quantity calculations and cost estimating
6.7 Finalize bid documents
6.8 - Prepare bid tabulation and recommendation of award
8
40
100
4 (
8
120
0
12
--100
4
- _ -
I 8
24
140
8
16
160 _
4
--
8
40
0
8
$ 33,609.08
0
0
4
4
4
40
4
4
0
--- -----------
$ 1,561.32
$ 3,358.16
30 402.48
$ 2,052.26
$ 2,335.32
$_ 7,490.36
80
2
0
2
4
8
8
-�---
8
16
4j _
0
8
2
0
0
2
j_ 4
2
$ 608.16
Reimbursable expenses - see breakdown for details
j
-
$ 750.00
Task Total
16
102
226
272
376
30
$ 82,167.14
Task 7 - Contingent Work Items - reauires separate authori7atinn
- 7.1 Geotechnical investigation 0
7.2 Prepare preliminary_ right of way plans 0
2
2
0
0
16
2
0
$ 531.86
$ 2,832.92
4
8
8
Reimbursable expenses - see breakdown for details
j
_
$ 6,000.00
Task Total 0
6
10
8
16
j 2
$ 9,364.78
3/22102 Total Estimated Fee: $ 184,081.42
HOUR AND FEE ESTIMATE EXHIBIT B
Project: City of Tukwila
South 144th Street Improvements ♦ Architecture +
Tukwila International Boulevard to Military Road Landscape Architecture
+ Civil Engineering
Reimbursable Breakdown
Cost
Task1 - Management/coordination/administration
Mileage $ 50.00
- - - - - -
''Reproduction------- -
_- ---- $ 25.00
Task 1 - Total - 75.00
Task 2 - Survey and base mapping
Mileage
Task 3 - Preliminary design
Mileage
Reproduction
Task 2 - Total
Task 3 - Total
Task 4 - utility coordination
Mileage
eproduction
Casne - Seattle City Light undergrounding review budget allowance
Task 4 - Total
Task 5 - Prepare Plans, Specs, and Estimates (37th1142nd)
Mileage
eproduction
Task 5 - Total
Task 6 - Prepare Plans, Specs, and Estimates (144th)
Mileage
Reproduction
$ 25.00
$ 25.00
$ 50.00
- -$ 200.00
$ 250.00
$
25.00
50.c0
$
5,000.00
$
5,075.00 -
$ 50.00
$ 400.00
---- -- -- $ 450.40-
$ 50.00
$ 700.00
Task 6 -Total $ 750.00
Task 7 - Contingent Work Items - requires separate authorization
Mileage $
- -- ---- ----
-
o uc ion $
an au Associates - Geotechnical review budget allowance $ 6,000.00
- -
- - - -
ask 6 -Total - - — $ -- 6,000.00
3/22/02
FEE BREAKDOWN SUMMARY
Project: City of Tukwila
South 144th Street Improvements
Tukwila International Boulevard to Military Road
IKP4G
♦ Architecture
Landscape Architecture
♦ Civil Engineering
Total Fee
Parks
Share
Public
Works
Share
Task
Description
See Detailed
Hour and Fee
37th
South
Avenue
142nd
South
Street
South
144th
Street
Estimate
%
Total
%
Total
Task1 - Management/coordination/administration
1.1
1.2
3
1.4
-- - _
1.5
1.6
1.7
Management and administration (estimate 12 months)
_- Prepare and update project schedule
----------
Prepare monthly progress reports1,587.84
-- - -- - _
Subconsultant coordination
_
City staff coordination meetings estimate 4
9 ( )
Tukwila e coordination meetings estimate 2
g _ _- - 9 ( )
QAtQC reviews -
Reimbursable expenses - see breakdown for details
$
$
4,502.60
--
1,063.72
50°l°
_-- o_-
50 to
_
$
$
$
2,251,30
531.86
793.92
_50%
50%
$
--
$
2,251.30
-- --
531.86
$ 1,587.84
-
o-----
50l°
-- o-
50 i°
--
50 I°
- --
0%
- °
50I°
50l°
$
------
793�92
4
$ 642.44
-
$ 2,072.16
---
$ 1,685.16
--
$ 321.22
-$------------
$ 1,036.08
- - ---
$ -
$ 1,789.10
50%
50°l°
100%
- -
50°I°
-
$
$
-
$
-
$
- --
321.22
- ---
1,036.08
----- -
1,685.16
--- --
1,789.10
_- -
3,578,20
$ 75.0037.50
5 -
$
37. p
Task Totals
$
15,2Q7.12
$
6,760.98
$
8,446.14
Task 2 - Survey and base mapping
2.1
2.2
2.3
Edit City provided survey to KPG standards
Prepare project base maps
Field review base ma s for accurac
P _ Y
Reimbursable expenses - see breakdown for details
Task Totals
$
$
$
995.20_
1,382.20
1,423.08
30%
50%
-- o-
50 l°
$
$
_-__------
$
_ 298.56
691.10
7_11.54
70%
50%
-
$
__
$
$_
696.64
691.10
- - -
711.54
$ 25.00
$ 3,825.48
E!!:--$-1,713.70
$ 12.50
_50%
50%
$
$
12.50
2,111.78
Task
3 - Preliminary design
3.1
Review background information and adjacent projects
$
1,146.66
- - ---
09%
--- --
0%
$
-
100%
$
1,146,66
3.2 Prepare alignment and cross-section alternatives (3)
$ 11,014.36
- --
$ -
100%
------
100%
$
$ --
$
$
$
$
11,014.36
--
1,465.08
----
3,026.44
----
1,782.44
- -----
2,597.40
- -_- -
-
3 Left -turn pocket analyses at 4 intersections
3.4 Identify urban design opportunities -
- ---
5 Prepare preliminary cost estimates
3.6 Prepare design report with recommendation
3.7 Prepare for and attend one 1 community meeting
() Y 9
-------
---- -- ---
$ 1,465 08
_
-----------------
0°h,
- o
0l°
- ° -
Olc,
0°h,
0°I
0%
$
-
--
$ 3,026A4
$ 1,782.44
$ 2,597.40
$ 690.54
---
- -
$ -
- - -
$ -
$
-
$ -
-
100%
100%
100%
---
100°l0
Reimbursable expenses - see breakdown for details
Task Totals
$ 250.00
$ 21,972.92
$ -
$ -1
100%
1 $
$
_690.54
250.00
21,972.92
3/22/02
EXHIBIT B
Task 4 - Utility coordination
4.1
Franchise utility coordination letters
$
1,333,54
30%
!, $
400.06
70%
$
933.48
4.2
Seattle City Light coordination meetings (est 4)
$
3,135.88
0%
$
-
100%
$
3,135.88
4.3
Review undergrounding plans
$
1,975.96
0%
$
-
100%
$
1,975.96
Reimbursable expenses - see breakdown for details
$
5,075.00
0%
$
100%
! $
5,075.00
Task Total
$
11,520.38
$
400.06
$
11,120.32
Task 5 - Prepare Plans, Specs, and Estimates (37tht142nd)
5.1
Prepare 50% roadway plans and details
$
18,021.48
100%
$
18,021.48
0%
$
5.2
Prepare drainage Technical Information Report (TIR)
$
1,527.04
100%
$
1,527.04
0%
$
5.3
Prepare 90% Plans
$
14,138.08
100%
$
14,138.08
0%
$
5.4
Prepare project specifications
$
1,029.44
100%
$
1,029.44
0°t°
$
5.5
Quantity calculations and cost estimating
$
1,222.96
100%
$
1,222.96
0%
$
5.6
Finalize bid documents
$
3,634.60
100%
$
3,634.60
0%
$
Reimbursable expenses - see breakdown for details
$
450.00
100%
$
450.00
0°l°
$
Task Total
$
40,023.60
$
40,023.60
$
-
Task 6 - Prepare Plans, Specs, and Estimates (144th)
6.1
Prepare 50% roadway plans and details
$
33,609.08
0%
$
-
100%
$
33,609,08
6.2
Prepare and submit SEPA checklist
$
1,561.32
50%
$
780,66
50%
$
780.66
6.3
Prepare drainage Technical Information Report (TIR)
$
3,358.16
0%
$
-
100%
$
3,358.16
6.4
Prepare 90% Plans
$
30,402.48
0%
$
-
100%
$
30,402.48
6.5
Prepare project specifications
$
2,052.26
0%
$
-
100%
$
2,052.26
6.6
Quantity calculations and cost estimating
$
2,335.32
0%$
-
100%
$
2,335.32
6.7
Finalize bid documents
$
7,490-36
0%
$
-
100%
$
7,490-36
6.8
Prepare bid tabulation and recommendation of award
$
608.16
50%
$
304.08
50%
$
304,08
Reimbursable expenses - see breakdown for details
$
750.00
0%
$
-
100%
$
750.00
Task Total
$
82,167.14
$
1,084.74
$
81,082.40
Total Estimated Fee:
$
174,716.64
$
49,983.08
$
124,733.56
(Does not include contingent work items)
(Total)
(Parks)
(Public Works)
Task 7 - Contingent Work Items - requires separate authorization
7.1 Geotechnical investigation
$
531.86
30% $
159.56
70% $
372.30
7.2 Prepare preliminary right of way plans
$
2,832.92
30% $
- 849.88
70% $
1,983.04
Reimbursable expenses -see breakdown for details
$
6,000-00
30% $
1,800.00
70% $
4,200.00
Task Total
$
9,364.78
$
2,809.43
$
6,555.35
Total Estimated Fee: $ 184,081.42
(Includes contingent work items) (Total)
413102
$ 52,792.52 $ 131,288.90
(Parks) (Public Works)